2025-07-15 - AGE - City Council Regular Meeting July 15, 2025 — 6:30 PM
Golden Valley City Hall
Council Chambers
1.Call to Order
1A.Pledge of Allegiance and Land Acknowledgement
1B.Proclamation Recognizing National Night Out - Tuesday, August 5
1C.Proclamation Recognizing Park and Recreation Month
1D.Accept GreenStep City Award
1E.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 Council Meeting Minutes
3B.Approval of City Check Registers
3C.Licenses:
3C.1.Approve Gambling License Exemption and Waiver of Notice Requirement - Minnesota
Diversified Industries (MDI)
3C.2.Approve Gambling License Exemption and Waiver of Notice Requirement - Church of St.
Margaret Mary
3D.Bids, Quotes, and Contracts:
3D.1.Approve Contract for TH-55 Ottawa Watermain Project with New Look Contracting, Inc.
3D.2.Approve Contract for the 2025 Mill & Overlay Project with Valley Paving, Inc.
3D.3.Approve Agreement to Purchase Printer Replacements and Maintenance from Konica
Minolta
3D.4.Approve Professional Services Agreement with Stantec Consulting Services Inc. for the
CITY COUNCIL REGULAR MEETING AGENDA
Members of the public may attend this meeting in-person, by watching on cable channel 16, or by
streaming on CCXmedia.org. The public can make in-person statements during public comment
sections, including the public forum beginning at 6:20 pm.
Individuals may provide public hearing testimony remotely by emailing a request to the City Clerk's
office at cityclerk@goldenvalleymn.gov by 3 p.m. on the day of the meeting.
City of Golden Valley City Council Regular Meeting July 15, 2025 — 6:30 PM
1
Bassett Creek Sanitary Sewer Rehabilitation Project
3E.Grants and Donations:
3E.1.Adopt Resolution No. 25-063 Accepting a CenterPoint Energy Community Safety Grant
3F.Adopt Resolution No. 25-064 Approving Updated Data Practices Policies for the City of
Golden Valley
3G.Adopt Second Consideration of Ordinance No. 800 Updating City Code Chapter 12 Related
to Fire Prevention and Protection, Adopt Resolution No. 25-065 Approving Summary
Publication, and Repeal Resolution No. 25-056 - Delegation of Fire System Plan Review and
Inspection Authority Policy
3H.Adopt Ordinance No. 801 Approving Major Amendment to Planned Unit Development No.
83 at 9000 Plymouth Avenue North, the General Mills James Ford Bell (JFB) Research
Center Campus and Resolution No. 25-066 Approving Summary Publication of the
Ordinance
3I.Adopt Resolution No. 25-067 Approving Mayor Harmon's Attendance to the National Black
Caucus of Local Elected Officials (NBC-LEO) Summer Conference and Resolution No. 25-068
Accepting Donation for Mayor Harmon's Conference Airfare
4.Public Hearing
4A.Public Hearing and First Reading of Ordinance No. 802 Establishing the Laurel Hill West
Housing Improvement Area
5.Old Business - None.
6.New Business
6A.Review of Council Calendar
6B.Mayor and Council Communications
1. Other Committee/Meeting updates
7.Adjournment
City of Golden Valley City Council Regular Meeting July 15, 2025 — 6:30 PM
2
EXECUTIVE SUMMARY
Police
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
1B. Proclamation Recognizing National Night Out - Tuesday, August 5
Prepared By
Brittany Froberg, Police Support Services Supervisor
Alice White, Assistant Chief of Police
Summary
National Night Out is an annual community-building campaign that promotes police-community
partnerships and neighborhood camaraderie to make our neighborhoods safer, more caring places to
live. Additionally, National Night Out enhances the relationship between neighbors and law
enforcement while bringing back a true sense of community. Furthermore, it provides a great
opportunity to bring police and neighbors together under positive circumstances.
Financial or Budget Considerations
This item does not require financial review.
Legal Considerations
This item does not require legal review.
Equity Considerations
This item does not require equity review.
Recommended Action
Present proclamation recognizing National Night Out on Tuesday, August 5.
Supporting Documents
Proclamation - Recognizing National Night Out 2025
3
CITY OF GOLDEN VALLEY
PROCLAMATION RECOGNIZING NATIONAL NIGHT OUT
ON AUGUST 5, 2025
WHEREAS, The National Association of Town Watch (NATW) and local law
enforcement agencies are sponsoring a statewide program called National Night Out on
Tuesday, August 5, 2025; and
WHEREAS, National Night Out is designed to get to know one another in the City
of Golden Valley, build neighborhood involvement by bringing police and communities
together, and to bring an awareness to crime prevention and local law enforcement
efforts; and
WHEREAS, National Night Out supports the idea that crime prevention is an
inexpensive, effective tool in strengthening police and community partnerships; and
WHEREAS, National Night Out provides opportunities to celebrate the ongoing
work of law enforcement and neighborhoods in Golden Valley by working together to fight
crime and victimization and increase public safety for all residents; and
WHEREAS, the residents of Golden Valley play an important role in assisting law
enforcement through joint crime, drug, and violence prevention efforts.
NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of
Golden Valley do hereby proclaim August 5, 2025, as National Night Out in the City of
Golden Valley. We call upon all residents and civic organizations to help strengthen
Golden Valley by participating in National Night Out events in their neighborhoods and
continuing to build community relationships.
IN WITNESS WHEREOF, I Mayor Roslyn Harmon, proudly certify this
proclamation with my signature and the seal of the City of Golden Valley on Ju ly 15, 2025.
___________________________
Roslyn Harmon, Mayor
4
EXECUTIVE SUMMARY
Parks & Recreation
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
1C. Proclamation Recognizing Park and Recreation Month
Prepared By
Janelle Crossfield, Parks and Recreation Director
Summary
Launched in 1985, this year marks the 40th anniversary of the National Park and Recreation
Association’s Park and Recreation Month. Each July, we celebrate park and recreation professionals
and how they improve the lives of tens of millions of people, making a lasting impact in communities
across the country. Park and recreation programs are essential to community health and well-being,
and help cultivate lifelong friendships, memories and family bonds that people hold dear decades
later.
Together, we’re building and maintaining sustainable parks and green spaces for current and future
generations.
Together, we’re building thriving communities focused on health and well-being.
Together, we’re building high-quality programs and spaces accessible and inclusive for all.
Together, we help people play and connect - through yoga, art classes, picnics and more.
This year’s theme, “Build Together, Play Together, " reminds us of the contributions of more than
160,000 full-time park and recreation professionals — along with hundreds of thousands of part-time
and seasonal workers and volunteers — who maintain our country’s close-to-home parks.
The U.S. House of Representatives passed on official resolution for Park and Recreation Month in
2009, and introduced the resolution in 2017 and 2018. Park and Recreation Professionals Day
originated as a statewide celebration in Pennsylvania in 2019 and has spread nationwide in recent
years. Friday, July 18 is designated as Park and Recreation Professionals Day in 2025.
Legal Considerations
Legal review is not required for this item.
Equity Considerations
Equity review is not required for this item.
5
Recommended Action
Present proclamation recognizing Park and Recreation Month.
Supporting Documents
Proclamation - Recognizing Parks and Recreation Month 2025
6
CITY OF GOLDEN VALLEY
PROCLAMATION RECOGNIZING PARKS & RECREATION MONTH
JULY 1 - 31, 2025
WHEREAS, parks and recreation is an integral part of communities throughout this
country, including the City of Golden Valley; and
WHEREAS, parks and recreation promotes health and wellness, improving the physical
and mental health of people who live near parks; and
WHEREAS, parks and recreation promotes time spent outdoors and in nature, which
positively impacts mental health by increasing cognitive performance and well-being, and
alleviating illnesses such as depression, attention deficit disorders, and Alzheimer’s; and
WHEREAS, parks and recreation encourages physical activities by providing space for
athletics, trails, playgrounds, golf courses, community gardens, and many other activities
designed to promote active lifestyles; and
WHEREAS, parks and recreation programming such as summer programming, athletics,
environmental education, and creative arts, are critical to childhood development; and
WHEREAS, parks and recreation increases a community’s economic prosperity through
increased property values, expansion of the local tax base, increased tourism, and
WHEREAS, parks and recreation is essential and adaptable infrastructure that makes our
communities resilient in the face of natural disasters and climate change; and
WHEREAS, our parks and open spaces ensure the ecological beauty of our community
and provide a place for children and adults to connect with nature and recreate outdoors; and
WHEREAS, the U.S. House of Representatives has designated July as Parks and
Recreation Month; and
WHEREAS, the City of Golden Valley recognizes the benefits derived from parks and
recreation resources.
NOW, THEREFORE, BE IT RESOLVED, that the Golden Valley City Council do hereby
proclaim July 2025 as Parks and Recreation month in the City of Golden Valley. We call upon all
residents and civic organizations to pay tribute to the value parks and recreation brings to our
community, and to recognize the substantial contributions Parks & Recreation professionals make
to our health, quality of life, active lifestyles, socialization, and the building of community.
IN WITNESS WHEREOF, I Mayor Roslyn Harmon, proudly certify this proclamation with
my signature and the seal of the City of Golden Valley on July 15, 2025.
___________________________
Roslyn Harmon, Mayor
7
EXECUTIVE SUMMARY
Community Development
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
1D. Accept GreenStep City Award
Prepared By
Chloe McGuire, Deputy Community Development Director
Summary
The City of Golden Valley was awarded the highest step, Step 5, in the GreenStep Cities Program. Since
2016, Golden Valley has been a part of GreenStep Cities, a voluntary program facilitated by the
Minnesota Pollution Control Agency that evaluates cities' progress towards sustainability goals.
Golden Valley achieved Step 5, the highest level of recognition in the program, for the fifth year in a
row. The City showed improvements on renewable energy generation, building energy consumption,
publicly accessible EV charging stations, affordable housing development, climate-resilient trees
planted, and delisting Sweeney Lake from the impaired waters list. Golden Valley hopes to continue to
make progress towards a cleaner and greener future.
Legal Considerations
This item did not require legal review.
Equity Considerations
Since beginning the GreenStep Cities program, the City has shown improvement on numerous metrics
that make a more equitable community, including accessible EV charging stations, affordable housing
development, and planting native, climate-resilient trees. GreenStep Cities takes a holistic approach to
sustainability and resilience, which considers the intersections of climate change, resilience, and
equity. Creating a resilient future is important for all residents, but particularly important for
vulnerable residents who are typically most impacted by climate change. Additionally, sustainability
work is typically defined in three pillars - social, economic, and environmental. In order to achieve a
sustainable future, we must work in all three pillars - and not just on the environment. The City has
showed improvement in all three of these pillars, which contributed to the Step 5 achievement.
Recommended Action
Accept award.
8
EXECUTIVE SUMMARY
City Manager's Office
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
1E. New Employee Introductions
Prepared By
Sara Kasel, Management Fellow
Summary
This meeting will include the following new employee introductions:
Equity and Inclusion Manager, Seth Kaempfer, will introduce Arantxa Chaire-Kobb, Community
Connections Specialist.
Parks and Recreation Assistant Director, Greg Simmons, will introduce Jasy Vorachit, Parks and
Recreation Administrative Assistant.
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.
9
EXECUTIVE SUMMARY
Legal
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
3A. Approval of City Council Meeting Minutes
Prepared By
Theresa Schyma, City Clerk
Summary
The following minutes are available to view on the City's public Laserfiche site :
July 1, 2025 Regular City Council Meeting
A direct link to the folder with the documents referenced above is:
http://weblink.ci.golden-valley.mn.us/WebLink/Browse.aspx?
id=1056192&dbid=0&repo=GoldenValley
Legal Considerations
This item did not require legal review.
Equity Considerations
This item did not require equity review.
Recommended Action
Motion to approve City Council meeting minutes as submitted.
10
EXECUTIVE SUMMARY
Finance
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
3B. Approval of City Check Registers
Prepared By
Jennifer Hoffman, Assistant Finance Director
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.ci.golden-
valley.mn.us/WebLink/Browse.aspx?id=1060600&dbid=0&repo=GoldenValley
The check register(s) for approval:
07-02-2025 Check Register
07-09-2025 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.
11
EXECUTIVE SUMMARY
Legal
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
3C.1. Approve Gambling License Exemption and Waiver of Notice Requirement - Minnesota Diversified
Industries (MDI)
Prepared By
Theresa Schyma, City Clerk
Summary
Minnesota Diversified Industries (MDI), a 501(c)(3) nonprofit organization through a Social Enterprise
model, has applied for a Gambling License Exemption to conduct gambling (raffle) at their Ability Bash
event at the Metropolitan Ballroom, 5418 Wayzata Boulevard, on September 18, 2025. According to
their website "MDI creates self-sufficiency by providing meaningful work in an inclusive environment,
with nearly half of the workforce comprised of people with disabilities."
As per State Statute organizations that conduct gambling within the City limits have to submit an
application for a lawful gambling permit to the State after the permit has been approved or denied by
the City. Depending upon the timing of the permit the applicants may request the City to waive the
30-day waiting period.
Legal Considerations
This item does not require legal review.
Equity Considerations
Approving lawful gambling exemptions gives nonprofit organizations the opportunity to create
relationships within the community and make connections that can help provide unbiased programs
and services to those in need.
Recommended Action
Motion to receive and file the gambling license exemption and approve the waiver of notice
requirement for Minnesota Diversified Industries (MDI) to conduct gambling (raffle) at an event at the
Metropolitan Ballroom, 5418 Wayzata Boulevard, on September 18, 2025.
12
EXECUTIVE SUMMARY
Legal
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
3C.2. Approve Gambling License Exemption and Waiver of Notice Requirement - Church of St.
Margaret Mary
Prepared By
Theresa Schyma, City Clerk
Summary
Church of St. Margaret Mary, 2323 Zenith Avenue North, has applied for a Gambling License
Exemption to conduct gambling (bingo and raffle) for their outdoor Fall Festival event on September
21, 2025.
As per State Statute organizations that conduct gambling within the City limits have to submit an
application for a lawful gambling permit to the State after the permit has been approved or denied by
the City. Depending upon the timing of the permit the applicants may request the City to waive the
30-day waiting period.
Legal Considerations
This item does not require legal review.
Equity Considerations
Approving lawful gambling exemptions gives nonprofit organizations the opportunity to create
relationships within the community and make connections that can help provide unbiased programs
and services to those in need.
Recommended Action
Motion to receive and file the gambling license exemption and approve the waiver of notice
requirement for Church of St. Margaret Mary, 2323 Zenith Avenue North, to conduct gambling (bingo
and raffle) at their Fall Festival event on September 21, 2025.
13
EXECUTIVE SUMMARY
Community Development
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
3D.1. Approve Contract for TH-55 Ottawa Watermain Project with New Look Contracting, Inc.
Prepared By
Caleb Brolsma, Assistant City Engineer
Michael Ryan, City Engineer
Summary
The Minnesota Department of Transportation (MnDOT) will be constructing a shared use trail on the
north side of Trunk Highway 55 in Summer/Fall 2025. This project will require the City to relocate its
watermain between Ottawa Avenue North and the CPKC rail crossing west of Dahlberg Drive, due to
the trail reducing the ground cover over the watermain. The reduced ground cover would make the
watermain more susceptible to freezing, requiring it to be relocated.
Construction contract bids for the TH-55 Ottawa Watermain project were opened virtually on July 3,
2025. The following bids were received:
Company Base Bid
Alternate 1 (With
Provisional
Improvement)
Alternate 2 Total
New Look
Contracting, Inc. $698,002.00 $435,181.00 $548,632.00 $1,681,815.00
Meyer Contracting,
Inc. $832,889.37 $479,071.37 $541,428.10 $1,853,388.84
Low Bid Total (Base Bid + Bid Alternate 1 + Bid Alternate 2): New Look Contracting, Inc. $1,681,815.00.
Staff reviewed the bids and found them to be reasonable and clear. Staff recommends awarding the
contract to New Look Contracting, Inc. for work associated with the Base Bid only.
Financial or Budget Considerations
The cost associated with this agreement is $698,002.00. This project was added to the 2025 CIP in
Resolution No. 25-008, which allocated $750,000 for the project. This project will be funded by the
Utility Enterprise Fund (7121.6960). Also associated with this CIP item is a Professional Services
Agreement with WSB LLC in the amount of $200,735.00. The total of the professional services contract
and construction contract is $898,737.00, exceeding the amount allocated in the CIP by $148,737.00
Industry standard recommends a 10% construction contingency for a project of this scope, which is an
14
additional $69,800.00. Staff request a budget increase of $218,537.00 for this specific project from the
Utility Enterprise Fund to cover the project costs, which can be accommodated through a combination
of cost savings from the 2025 Sewer Lining Project where the bid award was $57,291 lower than the
approved CIP cost, and existing reserves within the fund that exceed FY 2025 reserve goals.
Legal Considerations
This contract has been approved by the City Attorney's office.
Equity Considerations
The City’s work to execute the TH-55 Ottawa Watermain project is consistent with the unbiased
programs and services pillar of the City’s Equity Plan. This project will enable the City to continue
providing reliable water and sewer utilities City-wide.
Recommended Action
Motion to approve Contract for TH-55 Ottawa Watermain project with New Look Contracting, Inc.
Majority vote needed.
Supporting Documents
TH-55 Ottawa Watermain Agreement.docx
TH-55 Ottawa Watermain Project Manual.pdf
15
FC - 1
CONTRACT NO. 25-05
AGREEMENT FOR THE 2025 TH 55 OTTAWA WATERMAIN PROJECT
PROJECT NO. 25-05
THIS AGREEMENT (this “Agreement”), entered into the 15th day of July, 2025 between
the City of Golden Valley (the “City”), a municipal corporation, existing under the laws of
the State of Minnesota, and New Look Contracting, 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
2025 TH 55 Ottawa Watermain Project (25-05) (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 W ork in every respect to the satisfaction and approval of the City.
16
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 $698,002.00, 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 $698,002.00
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 W ork 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 New Look Contracting, 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. 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 City is unable to adequately fund payment for the Contract because of
changes in state fiscal policy, regulations or law; or (3) after finding that, for reasons
beyond Contractor’s control, Contractor is prevented from proceeding with or
completing the W ork within a reasonable time.
In the event that any Work is terminated under the provisions hereof, all completed
items or units of W ork will be paid for at Contract Bid Prices. Payment for partially
completed items or units of W ork will be made in accordance with the Contract
Documents.
17
FC - 3
Termination of the Contract or any portion thereof shall not relieve Contractor of
responsibility for the completed W ork, nor shall it relieve Contractor’s Sureties of their
obligations for and concerning any just claims arising out of the W ork.
ARTICLE 10. No Discrimination. Contractor 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. Contractor agrees to comply with the 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. Contractor agrees to hold
harmless and indemnify the City from costs, including but not limited to damages,
attorneys’ fees and staff time, in any action or proceeding brought alleging a violation of
these laws by Contractor or its guests, invitees, members, officers, officials, agents,
employees, volunteers, representatives and subcontractors. Upon request, Contractor
shall provide accommodation to allow individuals with disabilities to participate in all
Services under this Agreement. Contractor agrees to utilize its own auxiliary aid or
service in order to comply with ADA requirements for effective communication with
individuals with disabilities.
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
Noah Schuchman, City Manager
CONTRACTOR
BY
ITS
18
Project Manual and Specifications
2025 TH 55 Ottawa Watermain Project
City Project No. 25-05
19
2025 TH 55 OTTAWA WATERMAIN PROJECT TABLE OF CONTENTS
CITY PROJECT NO. 25-05
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 028092-000
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. CERTIFICATE OF COMPLIANCE CC
6. RESPONSIBLE CONTRACTOR CERTIFICATION RCC
7. FORM OF CONTRACT FC
8. GENERAL CONDITIONS GC
9. SPECIAL CONDITIONS SC
10. APPENDICES A-C
20
2025 TH 55 OTTAWA WATERMAIN PROJECT ADVERTISEMENT FOR BIDS
CITY PROJECT NO. 25-05
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 028092-000
CITY OF GOLDEN VALLEY, MINNESOTA
ADVERTISEMENT FOR BIDS
2025 TH 55 Ottawa Watermain Project
City Improvement Project No. 25-05
Notice is hereby given that Online Bids will be received by the City of Golden Valley, Minnesota until
10:00 a.m., July 3, 2025, via QuestCDN for the furnishing of all labor and material for the construction
of the 2025 TH 55 Ottawa Watermain Project. Major quantities for the Work include.
Description Quantity Unit
Remove Bituminous Pavement 2000 SY
8 Sanitary Sewer 180 LF
20 Steel Casing (Jacked)40 LF
12 PVC Watermain (Open Cut)950 LF
12 PVC Watermain (Directional Drilled)940 LF
Gate Valves (Various Sizes)18 EA
Seeding 0.3 AC
Virtual Bid Opening - Golden Valley, MN - 2025 TH 55 Ottawa Watermain Project
Thursday, July 3, 2025, 10:00 AM - 10:30 AM (CST)
To join meeting by computer or mobile application:
https://zoom.us/join
Meeting ID: 985 0285 8355
Passcode: 729375
To join meeting by phone: +1 929 205 6099, Meeting ID: 985 0285 8355, Passcode: 729375
The Issuing Office for the Bidding Documents is: WSB located at 178 E 9TH Street
Suite 200, St. Paul MN 55101, Emily Brown (612) 849-6157.
Information and Bidding Documents for the Project can be found at www.questcdn.com. Bidding
Documents may be downloaded from the website for a nonrefundable fee of $55 by inputting Quest
project #9726967 on the websites Project Search page. Please contact QuestCDN.com at (952) 233-
1632 or info@questcdn.com for assistance in free membership registration, viewing, downloading, and
working with the digital project information.
For this project, bids will ONLY be received electronically. 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. The
website will be updated periodically with addenda, lists of registered plan holders, reports, and other
information relevant to submitting a Bid for the Project. All official notifications, addenda, and other
Bidding Documents will be offered only through the website www.questcdn.com. Neither Owner nor
Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from other
sources. Bids shall be completed according to the Bidding Requirements prepared by the City dated
February 5, 2025.
Bid security in the amount of 5 percent (5%) of the Bid must accompany each Bid in accordance with
the Instructions to Bidders.
21
2025 TH 55 OTTAWA WATERMAIN PROJECT ADVERTISEMENT FOR BIDS
CITY PROJECT NO. 25-05
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 028092-000 PAGE 2
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.
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
22
2025 TH 55 OTTAWA WATERMAIN PROJECT INSTRUCTIONS TO BIDDERS
CITY PROJECT NO. 25-05
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 028092-000
INSTRUCTIONS TO BIDDERS INDEX
PAGE
1. Pre-Bid Meeting..................................................................................................IB-1
2. Examination of Plans, Specifications and Site of Work......................................IB-1
3. Bid Security.........................................................................................................IB-1
4. Contract Documents...........................................................................................IB-1
5. Preparation of Proposal......................................................................................IB-2
6. Conditions in Bidders Proposal..........................................................................IB-3
7. Interpretation of Estimates..................................................................................IB-3
8. Delivery of Proposals..........................................................................................IB-3
9. Rejection of Bids.................................................................................................IB-3
10. Withdrawal of Proposals.....................................................................................IB-3
11. Public Opening of Proposals ..............................................................................IB-3
12. Evaluation of Bids...............................................................................................IB-3
13. Disqualification of Bidders ..................................................................................IB-4
14. Equipment...........................................................................................................IB-5
15. Suppliers and Subcontractors.............................................................................IB-5
16. Furnishing of Evidence of Responsibility............................................................IB-5
17. Requirements of Contract Bond .........................................................................IB-5
18. Failure to Execute Contracts ..............................................................................IB-5
19. Award of Contract...............................................................................................IB-5
23
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.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.
3.BID SECURITY
Each bid shall be accompanied by a cash deposit, certified or cashiers 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
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 Contractors bond.
4.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;
24
IB-2
•Instructions to Bidders;
•Proposal Form;
•Affidavit of Non-Collusion;
•Employee 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
5.PREPARATION OF PROPOSAL
Bidders 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 and
shall be uploaded via QuestCDN Online:
1. Completed Proposal Form
2. Five Percent Bid Security
3. Receipt of Addenda (if applicable); must be downloaded to
submit bid.
4. Affidavit of Non-Collusion
5. Employment Certificate of Compliance
6. Responsible Contractor Certification Form
The Proposal shall be signed in the appropriate places with ink. 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 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.
6.CONDITIONS IN BIDDERS PROPOSAL
The Bidder shall not stipulate in its Proposal any conditions not provided for on
the Proposal Form.
7.INTERPRETATION OF ESTIMATES
The award of the Contract shall be made on the basis of the Engineers 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.
25
IB-3
8.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 QuestCDNs on-line bidding tool known as VirtuBid TM
(vBidTM). Only bids received through vBidTM will be accepted. See the Project
Manual Appendix for instructions on the use of this bidding tool.
9.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.
10.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.
11.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.
12.EVALUATION OF BIDS
The City 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 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 Bidders 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.
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 Citys 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
26
IB-4
experience in constructing this kind of specialty work is necessary for this
complicated project. Therefore, the City will consider the quality and experience
of each Bidder in addition to the bid price.
13.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
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.
14.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.
15.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.
16.FURNISHING OF EVIDENCE OF RESPONSIBILITY
When requested by the City, the Bidder and any subcontractors shall furnish a
balance sheet 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.
17.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.
18.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.
27
IB-5
19.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.
28
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:
29
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 , 20__.
Notary Public. My Commission expires:
Bidder Employee Identification Number:
(Number used on Employer Quarterly Federal Tax Return,
U.S. Treasury Department Form No.941)
30
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
31
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
32
FC - 1
CONTRACT NO. 25-05
AGREEMENT FOR THE 2025 TH 55 OTTAWA WATERMAIN PROJECT
PROJECT NO. 25-05
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 Contractors 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
2025 TH 55 Ottawa Watermain Project (25-05) (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.
33
FC - 2
ARTICLE 3. Contract Price. The City shall pay the Contractor the Contract Price in
current funds for the Contractors 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 Contractors
obligations fully performed by Contractor.
ARTICLE 4. Contractors 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. 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 City is unable to adequately fund payment for the Contract because of
changes in state fiscal policy, regulations or law; or (3) after finding that, for reasons
beyond Contractors 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.
34
FC - 3
Termination of the Contract or any portion thereof shall not relieve Contractor of
responsibility for the completed Work, nor shall it relieve Contractors Sureties of their
obligations for and concerning any just claims arising out of the Work.
ARTICLE 10. No Discrimination. Contractor 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. Contractor agrees to comply with the 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. Contractor agrees to hold
harmless and indemnify the City from costs, including but not limited to damages,
attorneys fees and staff time, in any action or proceeding brought alleging a violation of
these laws by Contractor or its guests, invitees, members, officers, officials, agents,
employees, volunteers, representatives and subcontractors. Upon request, Contractor
shall provide accommodation to allow individuals with disabilities to participate in all
Services under this Agreement. Contractor agrees to utilize its own auxiliary aid or
service in order to comply with ADA requirements for effective communication with
individuals with disabilities.
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
Noah Schuchman, City Manager
CONTRACTOR
BY
ITS
35
GC - i
GENERAL CONDITIONS
INDEX
Page
SECTION I - GENERAL ...................................................................................................1
1. DEFINITIONS...................................................................................................1
2. FAMILIARITY WITH LAWS AND ORDINANCES ............................................3
SECTION II - AWARD AND EXECUTION OF THE CONTRACT ....................................3
1. CONSIDERATION OF PROPOSALS ..............................................................3
2. EXECUTION OF CONTRACT..........................................................................4
3. FAILURE TO EXECUTE CONTRACTS...........................................................4
SECTION III - SCOPE OF WORK....................................................................................4
1. INTENT OF PLANS AND SPECIFICATIONS..................................................4
2. INCREASED OR DECREASED QUANTITIES OF WORK..............................4
3. CHANGES IN THE WORK...............................................................................5
4. UNCLASSIFIED WORK...................................................................................6
5. CONSTRUCTION CHANGE DIRECTIVES......................................................7
6. FINAL CLEAN-UP............................................................................................7
SECTION IV - CONTROL OF WORK ..............................................................................8
1. AUTHORITY OF ENGINEER...........................................................................8
2. CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS....................8
3. COORDINATION OF PLANS AND SPECIFICATIONS...................................8
4. COOPERATION BY CONTRACTOR...............................................................8
5. CARE AND PROTECTION OF WORK AND MATERIALS..............................9
6. AUTHORITY AND DUTY OF INSPECTOR .....................................................9
7. INSPECTION..................................................................................................10
8. UNAUTHORIZED WORK...............................................................................10
9. DEFECTIVE WORK.......................................................................................10
10. FINAL INSPECTION ......................................................................................11
11. GUARANTEE.................................................................................................11
12. FOSSILS ........................................................................................................12
SECTION V - CONTROL OF MATERIALS....................................................................12
1. SOURCE AND QUALITY OF MATERIALS....................................................12
2. STANDARD STOCK PRODUCTS.................................................................12
3. TESTS OF MATERIALS.................................................................................12
36
GC - ii
4. STORAGE......................................................................................................13
5. DEFECTIVE MATERIALS..............................................................................13
6. FAILURE TO REMOVE DEFECTIVE MATERIALS.......................................13
SECTION VI - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC....................13
1. LAWS TO BE OBSERVED.............................................................................13
2. PERMITS AND LICENSES............................................................................14
3. PATENTED DEVICES, MATERIALS AND PROCESSES.............................14
4. SANITARY PROVISIONS..............................................................................14
5. PUBLIC CONVENIENCE AND SAFETY, BARRICADES, LIGHTS AND
WARNING SIGNALS......................................................................................15
6. MAINTENANCE OF DRAINAGE AND ACCESS TO MUNICIPAL AND
PRIVATE UTILITIES ......................................................................................15
7. SITES TO BE KEPT CLEAN..........................................................................16
8. NOISE ELIMINATION ....................................................................................16
9. USE OF EXPLOSIVES...................................................................................16
10. PROTECTION AND RESTORATION OF PROPERTY..................................16
11. EXISTING SURFACE, OVERHEAD AND UNDERGROUND STRUCTURES
17
12. MAINTENANCE OF SERVICE IN EXISTING STRUCTURES.......................18
13. RAILWAY AND HIGHWAY CROSSINGS......................................................18
14. RESPONSIBILITY FOR LABOR, MATERIAL, EQUIPMENT AND DAMAGE
CLAIM.............................................................................................................19
15. CONTRACTOR’S RESPONSIBILITY FOR WORK........................................19
16. SAFETY PRECAUTIONS AND ACCIDENT PREVENTION..........................19
17. REQUIREMENTS OF CONTRACT BOND....................................................20
18. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE.....................20
19. WORKER’S COMPENSATION INSURANCE................................................22
20. COMPLIANCE WITH EXISTING CONTRACTS BETWEEN THE .................22
SECTION VII - PROSECUTION AND PROGRESS.......................................................22
1. SUBLETTING OR ASSIGNMENT OF CONTRACT.......................................22
2. PROSECUTION OF WORK...........................................................................22
3. LIMITATIONS OF OPERATIONS ..................................................................23
4. CHARACTER OF WORKERS AND EQUIPMENT.........................................23
5. CONTRACTOR’S RIGHT TO REQUEST CHANGES....................................24
6. TEMPORARY SUSPENSION OF WORK......................................................24
7. SUBSTANTIAL COMPLETION......................................................................24
37
GC - iii
8. DETERMINATION AND EXTENSION OF CONTRACT TIME FOR
COMPLETION................................................................................................25
9. FAILURE TO COMPLETE WORK ON TIME .................................................25
10. RIGHT OF THE CITY TO DECLARE CONTRACTOR IN DEFAULT.............26
11. COMPLETION OF THE WORK AFTER DEFAULT.......................................27
12. PARTIAL DEFAULT.......................................................................................28
13. TERMINATION OF CONTRACTOR’S RESPONSIBILITY.............................28
SECTION VIII - MEASUREMENT AND PAYMENT.......................................................28
1. MEASUREMENT OF QUANTITIES...............................................................28
2. SCOPE OF PAYMENT...................................................................................29
3. WORK COVERED BY CONTRACT PRICE...................................................29
4. BASIS OF PAYMENT.....................................................................................29
5. PAYMENTS FOR INCREASED OR DECREASED QUANTITIES.................29
6. PAYMENT FOR SURPLUS MATERIALS......................................................29
7. CLAIMS AND PROTESTS.............................................................................30
8. PAYMENT FOR UNCLASSIFIED AND FORCE ACCOUNT WORK.............32
9. PARTIAL PAYMENTS....................................................................................33
10. FINAL PAYMENT...........................................................................................33
11. CERTIFICATE OF COMPLIANCE OF MINNESOTA WITHHOLDING TAX..34
SECTION IX - MISCELLANEOUS PROVISIONS..........................................................34
1. NONDISCRIMINATION..................................................................................34
2. GOVERNMENT DATA...................................................................................35
3. VENUE AND FORUM. ...................................................................................35
4. COUNTERPARTS..........................................................................................35
5. ELECTRONIC SIGNATURES........................................................................35
6. NOTICES........................................................................................................36
7. SEVERABILITY..............................................................................................36
8. NO WAIVER OF LEGAL RIGHTS..................................................................36
38
GC - 1
GENERAL CONDITIONS
CITY OF GOLDEN VALLEY
SECTION I - GENERAL
1. 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
39
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
40
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.
2. 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
1. 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.
41
GC - 4
2. 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.
3. 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
1. 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.
2. 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
42
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 Engineers 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.
3. 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 Engineers 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
43
GC - 6
not proceed to implement the change in the Work. If Contractor performs the Work
set forth in the Engineers 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.
4. 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.
44
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.
5. 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 Contractors
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 Contractors 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.
6. 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.
45
GC - 8
SECTION IV - CONTROL OF WORK
1. 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.
2. 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.
3. 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.
4. 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 Contractors representative on the
job at all times. This representative shall supervise all of Contractors 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.
46
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.
5. 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 Contractors 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.
6. 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 Contractors 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 Contractors 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.
47
GC - 10
7. INSPECTION
The Engineer or the Engineers 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.
8. 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.
9. 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 Engineers services and expenses
made necessary thereby, shall be at Contractors 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.
48
GC - 11
10.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 Engineers
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.
11.GUARANTEE
In addition to Contractors 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 Contractors 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 Contractors liability with
respect to Contractors obligations other than specifically to correct the Work.
49
GC - 12
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
1. 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.
2. 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.
3. 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.
50
GC - 13
4. 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.
5. 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 Engineers written
approval has been given.
6. 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
1. 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.
51
GC - 14
Contractor and Contractors 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.
2. 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.
3. 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 Contractors 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.
4. 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
52
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.
5. 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 Contractors 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 Contractors 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.
6. 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
Citys 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
53
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.
7. 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.
8. 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.
9. 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 Contractors 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.
10.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 Contractors own expense, protect and
restore any public or private property damaged or injured in consequence of any act
or omission on Contractors part or on the part of Contractors 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
54
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 Contractors 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
Contractors 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.
11.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.
55
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 Contractors 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 Contractors 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.
12.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.
13.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.
56
GC - 19
14.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.
15.CONTRACTOR’S RESPONSIBILITY FOR WORK
Until acceptance, the Work and all materials shall be under Contractors 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
Contractors own expense, all injuries or damages to any portion of the Work
occasioned by any of the above causes before its completion and acceptance.
16.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 Worker’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.
57
GC - 20
17.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
Contractors Bonds shall be brought in accordance with the requirements of
Minnesota Statutes Chapter 574.
18.PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE
Contractor shall purchase and maintain, at Contractors 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 Contractors 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 Contractors 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) Workers Compensation Insurance:
a. Statutory Compensation Coverage:
b. Coverage B Employers 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
58
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:
______________.
Contractors 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.
59
GC - 22
19.WORKER’S COMPENSATION INSURANCE
Contractor shall furnish Worker’s Compensation Insurance for its employees, and
must comply with all Worker’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 Worker’s Compensation Insurance shall be included in all
lump sum and unit cost items under this Contract.
20.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
1. 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 Contractors 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.
2. 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
60
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.
3. 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.
4. CHARACTER OF WORKERS AND EQUIPMENT
Contractor shall employ such superintendents, foreperson and workers 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 Worker’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
Contractors employ. The superintendent shall represent Contractor in all matters
61
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.
5. 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 Contractors 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.
6. 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.
7. 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.
62
GC - 25
Upon receipt of Contractors 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 Contractors 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.
8. 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.
9. 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
63
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 Contractors Surety for failure to complete the Contract.
10.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
64
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.
11.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, Contractors 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
65
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 Contractors Surety for such reimbursements.
12.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.
13.TERMINATION OF CONTRACTOR’S RESPONSIBILITY
Except as otherwise provided for in these Specifications and in Contractors bond,
Contractors 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
1. 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 Citys computer aided drafting system shall be used
as the method of measurement.
66
GC - 29
2. 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.
3. WORK COVERED BY CONTRACT PRICE
Contractor shall, under Contractors 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.
4. BASIS OF PAYMENT
Where Work is to be paid by linear, area, volume, mass, or by each individual units
Contractors 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.
5. 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.
6. 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 Contractors 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.
67
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.
7. 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
68
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 mediators
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.
69
GC - 32
8. 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 Contractors representative and the Engineer or the Engineers
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
70
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.
9. 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.
10.FINAL PAYMENT
Upon receipt of Contractors 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
71
GC - 34
Completion and Final Pay Estimate to the City Finance Director for payment; and (iii)
notify Contractor and Contractors 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.
11.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
1. 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
72
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 persons race,
creed, color, national origin, sex, gender identity, sexual orientation, or disability,
unless the alleged refusal is because of a legitimate business purpose.
2. 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.
3. 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.
4. 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.
5. 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,
73
GC - 36
executed or agreed to in conformity with such laws will be binding on each party as if
it were physically executed.
6. 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: Caleb Brolsma
7800 Golden Valley Road
Golden Valley, MN 55427
cbrolsma@goldenvalleymn.gov
7. 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.
8. 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.
74
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 ................................................................................1
5. SCHEDULE AND CONSTRUCTION PHASING ..................................................................2
6. SPECIFICATIONS WHICH APPLY......................................................................................2
7. REFERENCE .......................................................................................................................3
8. PRE-CONSTRUCTION CONFERENCE..............................................................................3
9. SUPERVISION OF WORK:..................................................................................................3
10. EMERGENCY CONTACTS:.................................................................................................4
11. RESIDENT PROJECT REPRESENTATIVE ........................................................................4
12. SITE CONDITIONS..............................................................................................................4
13. MAINTENANCE OF EXISTING CITY UTILITIES.................................................................4
14. QUALITY CONTROL AND QUALITY ASSURANCE TESTING...........................................4
15. PROJECT ACCESS AND STAGING AREA ........................................................................5
16. UTILITY CONFLICTS...........................................................................................................5
17. EASEMENTS AND PERMITS..............................................................................................6
18. MEASUREMENT AND PAYMENT.......................................................................................6
19. RESPONSIBILITY FOR DAMAGE CLAIMS (1714).............................................................7
20. MOBILIZATION (2021).........................................................................................................7
21. CLEARING AND GRUBBING (2101)...................................................................................7
22. REMOVALS AND SALVAGES (2104) .................................................................................7
23. EXCAVATION AND EMBANKMENT COMPACTED VOLUME METHOD (2016): ...........8
24. EXPLORATORY EXCAVATION (2106)...............................................................................9
25. DEWATERING (2106)..........................................................................................................9
26. CONTAMINATED SOIL AND DEBRIS-IMPACTED SOIL:...................................................9
27. CONTAMINATED GROUNDWATER, DEWATERING, AND DISCHARGE: .....................11
28. GEOSYNTHETIC CONSTRUCTION MATERIALS (2108): ...............................................12
29. EQUIPMENT RENTAL (2123)............................................................................................12
30. WATER USE ON PROJECT (2130)...................................................................................13
31. AGGREGATE BASE (2211): ............................................................................................13
32. MILL BITUMINOUS SURFACE (2232) ..............................................................................14
33. PLANT MIXED ASPHALT PAVEMENT (2360):...............................................................14
34. PIPE BEDDING (2451).......................................................................................................14
75
SPECIAL CONDITIONS
TABLE OF CONTENTS
SC-ii
35. (CEAM 2621) PIPE SEWERS (2503):................................................................................14
36. PROCEDURES IN THE EVENT OF A SEWAGE SPILL ...................................................17
37. WATER MAIN CONSTRUCTION (2504): ..........................................................................17
38. WATER MAIN CONSTRUCTION (DIRECTIONALLY DRILLED): .....................................19
39. TEMPORARY WATER SYSTEM.......................................................................................23
40. FURNISH AND INSTALL HYDRANT (2504)......................................................................23
41. FIRE HYDRANT MARKERS (2504)...................................................................................23
42. CONNECT TO EXISTING WATER MAIN (2504)...............................................................23
43. CONNECT TO EXISTING WATER SERVICE (2504)........................................................23
44. GATE VALVE AND BOX (2504).........................................................................................24
45. DUCTILE IRON FITTINGS (2504) .....................................................................................24
46. IRRIGATION SYSTEMS (2504):........................................................................................25
47. ADJUST FRAME AND RING CASTING (2506):................................................................25
48. WALKS (2521):...................................................................................................................25
49. CONCRETE CURBING (2531): .........................................................................................26
50. TRAFFIC CONTROL AND MAINTENANCE (2563)...........................................................26
51. SOIL PREPARATION (2574) .............................................................................................27
52. ESTABLISHING TURF AND CONTROLLING EROSION (2575) ......................................27
53. RESTORATION..................................................................................................................29
54. PAVEMENT MARKINGS (2582): .......................................................................................29
76
SC-1
SPECIAL CONDITIONS
CITY OF GOLDEN VALLEY
FOR
CITY PROJECT NO. 25-05
2025 TH 55 OTTAWA WATERMAIN PROJECT
BID OPENING: July 3, 2025
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 the replacement of
watermain along the Olson Memorial Hwy Frontage Rd from approximately 700 feet
west of Schaper Rd to approximately 570 feet east of Ottawa Ave N. The existing
watermain will be abandoned and the new watermain will primarily be directional
drilled with open cut under the Frontage Rd. Work also includes the realignment of
180 feet of sanitary sewer.
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 bidders lack of
experience or equipment necessary for the satisfactory and timely completion of
this Project may be deemed sufficient cause for disqualification of said Bidder.
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.
All Work under this Contract must be Substantially Completed no later than
September 30, 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.
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, Contractors 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
77
SC-2
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
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 residents.
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 watermain and sanitary sewer. Contractor must schedule
the Work to avoid time when there is no work progressing on any given
street.
B. Base Bid work must be substantially completed by August 30, 2025.
C. Completion of the Project by the specified dates.
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. No work will be allow on Ottawa Ave or the Olson
Memorial Frontage Road between Ottawa Ave and east end of project on
Saturdays.
MnDOT will be completing trail construction within the project limits. Contractor is
to cooperate and coordinate with MnDOT staff and contractors.
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, most current edition, as
prepared by the City Engineers Association of Minnesota (CEAM) and
published by the League of Minnesota Cities, St. Paul, Minnesota, except
78
SC-3
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 (General Requirements and Covenant), 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
Transportations Standard Specifications for Construction, most current 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.
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
▪Traffic Control plan
9. 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.
The Superintendent shall act as Contractors 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
subcontractors superintendent act as the Contractors Superintendent.
Additionally, the Superintendent shall not be a working foreman of the Contractor
or subcontractor.
79
SC-4
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.
10. 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.
11. 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.
In order to ensure all communication to residents 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 residents 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.
12. 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.
13. MAINTENANCE OF EXISTING CITY UTILITIES: The City has cleaned and
televised all sanitary sewer lines and storm sewer lines prior to construction.
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.
14. 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.
80
SC-5
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 Contractors 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.
15. PROJECT ACCESS AND STAGING AREA: Construction traffic access to the
Project areas shall be limited to City streets where rehabilitation is occurring
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 Contractors 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 Contractors 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.
16. 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.
81
SC-6
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)
17. 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 Contractor shall also obtain a Right-of-Way Permit from the City. The
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 II, Item 2
Requirements of Contract Bond of the General Conditions of this Contract.
B. The City shall obtain a Right-of-Way Permit from MnDOT. The Contractor shall
comply with all terms and requirements of the permit.
C. This Contract requires a Construction Stormwater General Permit (CSG
Permit) administered by the MPCA. The Contractor shall become a co-
permittee with the Owner to ensure compliance with the State of Minnesota
Construction Stormwater General Permit (MNR100001), which is part of the
National Pollutant Discharge Elimination System (NPDES) and the State
Disposal System (SDS) Program. This permit establishes conditions for
discharging storm water to waters of the State from construction activity
disturbing one or more acres of total land area.
By completing the online CSG Permit application, the Contractor must ensure
compliance with the terms and conditions of the permit that reference the
operator.
The Contractor shall cooperate with the Owner to implement a fully-
documented inspection and maintenance program for all temporary erosion
and sediment control measures as required by the Permit.
D. The City has submitted plans and specifications to the Minnesota Department
of Health as required for Watermain Plan Review.
E. The City has submitted plans and specifications to the DNR as required for a
License to Cross Public Lands and Waters.
F. The Contractor shall acquire a DNR Water Appropriations permit if any
dewatering becomes necessary.
18. MEASUREMENT AND PAYMENT: Payment for all items shall be by the unit
price bid.
82
SC-7
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 Contractors final quantities not be submitted within the
required time, it shall be understood that the Citys 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.
19. RESPONSIBILITY FOR DAMAGE CLAIMS (1714): The provisions of MnDOT
Specification 1714 are supplemented as follows:
Contractor must have the City of Golden Valley, and WSB LLC named as
additional insureds on any insurance coverage Contractor is required to
provide.
20. MOBILIZATION (2021): The lump sum for mobilization is to include all aspects
of work in accordance with MnDOT Specification 2021. This lump sum price
specified under Bid Item 1 Mobilization also covers all other incidentals not
specified that are required to complete the project. The Contractor shall assume
multiple mobilizations (incidental) for clearing and grubbing operations.
21. CLEARING AND GRUBBING (2101): The unit price bid for clearing and
grubbing shall consist of removing and disposing of the trees, brush, stumps,
roots, and other plant life, including dead and decayed matter, within the
construction area designated for removal by the Contract or as directed by the
Engineer. All depressions resulting from grubbing operations shall be filled and
compacted within seven (7) days (incidental). The Contractor shall assume
multiple mobilizations for this Work. No disposal of debris shall be allowed on-site
unless authorized by the Engineer. If the contract specifies the unit as an acre,
the Engineer will determine quantities by measuring, to the nearest 0.05 acre, all
areas cleared and all areas grubbed within the limits as shown on the plans or
staked by the Engineer.
22. 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
83
SC-8
the City withholding all money due until removal items have been disposed of off
the Project.
Contractor shall salvage all items designated to be reused on this project as
directed by the Engineer. Items damaged by the Contractor that are
designated to be salvaged shall be replaced at the Contractors expense.
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.
Payment for remove hydrant shall include removal of the hydrant, valve and lead
to the extent shown in the plans and as directed by the Engineer.
The unit bid price to remove the gate valve and box shall be considered
compensation in full to remove all sizes of gate valves.
Sanitary sewer, storm sewer, and/or watermain pipe that is to be abandoned
shall be filled with a granular or other approved material and plugged watertight.
Filling and capping of the abandoned pipe shall be included in the unit bid price
for abandonment. The Engineer will measure abandonment of pipe by length of
pipe sealed and abandoned as specified.
The unit price for curb and walk removal shall include the excavation of topsoil
and aggregate section. Removals made by sawing, shall result in a neat, straight
line, and a square edge. The use of wedges driven into the saw cut to break off
the portion to be removed will not be permitted. All concrete curb and gutter
scheduled for removal and marked by the Engineer in the field shall first be saw
cut, using a wet saw, and then removed. The Contractor shall be responsible for
protecting curb and gutter within the project that is to remain in place. Any
damage to existing curb and gutter shall be the responsibility of the Contractor,
and shall be repaired or replaced as directed by the Engineer with no additional
compensation thereto.
23. EXCAVATION AND EMBANKMENT COMPACTED VOLUME METHOD
(2016): Select Granular Embankment will be at the unit price bid per cubic yard
as compacted volume and shall be compensation in full for placing and
compacting fill within road section disturbed by the utility improvements.
Salvaging and recompacting subbase material under road section shall be
incidental to the utility work.
Common embankment will be at the unit price bid per cubic yard as compacted
volume and shall be compensation in full for placing and compacting fill where
contaminated material is excavated and exported.
Where connection to an in-place roadway is made: at the termini of new road
construction, cut vertically to the bottom of in place surfacing. Then, cut back
within the construction limits at a 1:20 (Vertical:Horizontal) taper to the bottom of
the recommended subgrade excavation. Mining of materials for removal from the
84
SC-9
project area and replacement with less desirable materials by the Contractor
shall not be permitted.
Management of the excavated materials on the site is the Contractors
responsibility. All suitable material shall be utilized for roadway construction.
Excess material shall become property of the Contractor.
Potholing to locate existing utilities may be required. All labor and materials used
for potholing will be incidental.
24. EXPLORATORY EXCAVATION (2106): This shall be measured by hour of
excavation, only as directed by the Engineer, and paid at the unit price bid. The
work shall consist of all work materials and equipment to locate existing public
utilities (City, MCES or MnDOT facilities) in areas outside excavation limits,
including any shoring or access work that may be required to perform the
excavation, backfilling, compaction and restoration of the disturbed work area. All
other utility excavations shall be by contractor and all costs borne to the
contractor.
25. DEWATERING (2106): The Contractor shall provide groundwater excavation
dewatering as necessary to allow for construction on a stable foundation. The
work potentially involves the drawdown of the water table (using wells or other
means), placement of temporary barriers, or other satisfactory types of water
control to allow for construction and to protect the improvements. Dewatering
operations are controlled by permit from the DNR or other agencies. Dewatering
operations must be in accordance with the MnDOT 2573. Rerouting surface
water is not considered dewatering and is incidental.
This shall be paid for by the lump sum.
The Contractor is responsible for application for any necessary permits and
compliance with all conditions of permits. The Contractor shall also be
responsible for noise control during dewatering as directed by the Engineer.
The Contractor shall make their own determination as to the extent of the
groundwater on the project prior to bidding. No additional compensation
will be made for a higher than expected groundwater table or any
compliance requirements from regulatory agencies.
Dewatering systems and excavations must remain inside construction limits.
26. CONTAMINATED SOIL AND DEBRIS-IMPACTED SOIL:
The eastern portion of the Project site is located within the limits of the Former
White House Restaurant Superfund Site (SR0000186). The Superfund Site has
known soil, groundwater, and debris impacts. The Citys Environmental Consultant
performed environmental screening and sampling at the Project site in conjunction
with the Geotechnical Investigation in June 2022. The results of the Environmental
Screening and Sampling were summarized in a report dated August 5, 2022.
85
SC-10
Based on the results, elevated diesel range organics (DRO), polycyclic aromatic
hydrocarbon (PAH), arsenic, chromium, selenium, and lead impacts to soil were
identified above Minnesota Pollution Control Agency (MPCA) criteria for
unregulated fill at the Project site.
Due to the known contamination impacts to soil and groundwater at and near the
Project, WSB prepared a Response Action Plan / Construction Contingency Plan
(RAP/CCP) included in Appendix D. The RAP/CCP is dated October 18, 2022 and
has been approved by the MPCA. The MPCA approved RAP/CCP shall be
implemented during construction to ensure contaminated soil is managed in
accordance with local, state, and federal regulations.
The Contractor shall notify the Citys Environmental Consultant 72 to 96 hours
prior to excavation at the Project site. The Citys Environmental Consultant shall
be onsite during all excavation activities at known contamination areas.
Additional RAP/CCP implementation tasks to be performed by the Citys
Environmental Consultant will include:
A. Field screening soil with a with a photoionization detector (PID)
B. Collection of additional soil samples (as needed) for waste
characterization
C. Collection of excavation bottom/sidewall samples at areas where
contamination is to remain in-place
D. Management of waste manifests for offsite disposal of regulated materials
at a MPCA certified landfill
E. Documentation of soil reuse at the Project site or offsite (if appliable)
F. Review/confirmation of soil import sources and materials (soil, aggregate
base, etc.) prior to import to ensure they are clean
G. Final RAP/CCP implementation reporting
If there is a conflict between the RAP/CCP and the Specification, then the
Engineer shall be contacted immediately to determine how to proceed.
In the event Contractor suspects that undocumented contamination is discovered
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. Further, the CCP (Section 4) of the RAP/CCP will be implemented under
the direction of the Engineer and Citys Environmental Consultant.
CONSTRUCTION REQUIREMENTS
Management of the contaminated materials on the site is the Contractors
responsibility.
A. Soil
86
SC-11
The Contractor shall dispose of all contaminated soil in a MPCA-permitted
solid waste or industrial landfill. The Contractor shall not dispose of
contaminated soil in a demolition landfill. Within 30 days after the
contaminated soil is transported to the landfill, the Contractor shall provide
the Engineer with shipping manifests, scale tickets, and invoices. Shipping
manifests shall include, but are not limited to, the following information:
specify contaminated soil as the type of waste, quantity of soil, date of
hauling and disposal, and location of disposal.
B. Stockpiling
Contaminated soil that is stockpiled must be placed on a minimum of one
layer of 10-millimeter thick polyethylene sheeting (10-mil poly) or other
impervious surfaces (concrete or asphalt) and covered with a minimum of
one layer of 10-mil poly that is secured in place. Staging areas for
potentially impacted soil will be determined by the Engineer. Stockpiled
materials will be clearly marked and demarcated with caution tape, orange
snow fence or similar as determined by the Engineer.
BASIS OF PAYMENT
Payment shall be made at the unit price bid per cubic yard as an excavated
volume, measured by truck load tickets provided by the contractor, and shall be
compensation in full for excavation, hauling, stockpiling, loading, hauling and
disposal of the contaminated and debris-impacted materials. Stockpiling includes
the placement of contaminated soil and the covering and securing of poly
sheeting on the stockpile
The work shall also include the replacement and compaction of suitable onsite
materials within the excavated area unless it is directed by the Engineer that
embankment material be used to replace the excavated material volume.
27. CONTAMINATED GROUNDWATER, DEWATERING, AND DISCHARGE:
As mentioned in Section 30, the eastern portion of the Project site has known
soil, groundwater, and debris impacts related to the Former White House
Restaurant Superfund Site (SR0000186). Based on the previous Geotechnical
investigation, groundwater was reported at 18.5 and 21 feet below grade at the
Project site. Further, elevated benzene and DRO has been detected in the
groundwater at the Project site above MPCA National Pollutant Discharge
Elimination System (NPDES) General Industrial Pump-Out Permit (GIPP) criteria.
Due to the documented groundwater contamination, the Citys Environmental
Consultant submitted a Special Discharge Permit through the Metropolitan
Council Environmental Services (MCES) to discharge groundwater to the
sanitary sewer. It should be assumed that construction dewatering (if needed)
will be discharged at the sanitary manhole located just northwest of the TH 55 at
87
SC-12
Schaper Road at the Project site. Further, the maximum discharge rates
approved by the City for this manhole are provided below:
Maximum Discharge Rates
80 gallons per minute
9,600 gallons per day (8AM 5PM)
The Contractor will be required to meter and record daily discharge volume.
The Citys Environmental Consultant will perform the monthly sampling and
reporting per the MCES Special Discharge Permit requirements.
Payment for dewatering and discharge will be included in the lump sum bid price.
28. GEOSYNTHETIC CONSTRUCTION MATERIALS (2108): The Contract Unit
Price for geosynthetics includes the cost of providing, placing, overlapping or
sewing. Geotextiles for stabilization shall conform to the requirements of MnDOT
3733, Type 4. If multiple pieces of geotextile are required, overlap geotextiles a
minimum of 36 inches.
Sewing geotextiles may be used in lieu of overlapping if there is a Quality
Assurance sewing test result provided prior to installation. Use a double spool
machine capable of sewing a Federal Type 401 locking stitch (ASTM D6193-16)
or approved better stitch. Sew a flat J, or butterfly seam type (ASTM D6193-16)
using thread with a minimum strength of 25 pounds, with 1-2 rows of stitching
and 5-7 stitches per inch. Meet the required seam strength for the specified
geotextile type. Provide geotextiles manufactured by the same operator, thread,
and sewing machine used for the sewing sample.
Adhesives listed on the Approved Products List may be used in lieu of
overlapping or sewing for Types 3, 4, and 5 geotextiles. The approved list for
adhesives is found under the geosynthetics sub-heading on the Approved
Products List. Apply adhesive per the Adhesive Seams Guidelines found on the
geosynthetic/adhesive seams links on the Approved Products List.
29. EQUIPMENT RENTAL (2123): Street Sweeper with Pickup Broom will be at the
unit price bid per hour and shall be compensation in full for sweeping streets and
roadways adjacent to the project. Payment for street sweeping will only be made
for hours of time required to maintain cleaned roadways for the traveling public,
as approved by the Engineer. No payment shall be made for sweeping that is
normally required to construct the project, including, but not limited to, removal of
bituminous millings, sweeping between bituminous lifts, and sweeping prior to
placement of pavement markings. No payment will be made for sweeping done
by kickoff brooms.
Provide self-propelled street sweeping equipment with a pick-up broom.
Throughout construction, constructed streets and roadways adjacent to the
project shall be swept and cleaned as directed by the Engineer, and shall be in
conformance with the NPDES permit. The Engineer may require additional
sweeping of roads to ensure safety for the general public, protect the
environment, uphold local requirements, or as otherwise directed. Material that is
88
SC-13
tracked off the project site shall be swept within 24 hours. Removal of dirt and
debris shall be accomplished to the satisfaction of the Engineer. All materials
shall be collected and retained within the sweeping equipment as they are swept.
Disposal of the swept material shall be in accordance with MnDOT 2104.3.D.
30. WATER USE ON PROJECT (2130): 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
seven hundred fifty 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.
31. AGGREGATE BASE (2211): Aggregate Base will be at the unit price bid per
cubic yard as compacted volume and shall be compensation in full for placing
and compacting fill within road section disturbed by the utility improvements.
Aggregate base shall be Class 5 in accordance with MnDOT 3138.
When mixing recycled Aggregate with virgin Aggregate, the minimum Los
Angeles Rattler of Carbonate virgin Aggregate is 40%. Meet all other virgin
Aggregate requirements in 3138.2.B.
If required by the Schedule of Materials Control, perform Contractor QC testing
and submit results and all required forms to the Engineer within one business
day.
The Contractor shall install the aggregate base immediately, no more than 24
hours after completion and approval of the Grading Grade. If placement of the
aggregate base is done more than 24 hours after the initial test roll, a second test
roll shall be required and paid for by the Contractor.
The Contractor shall be responsible to maintain the aggregate base until
completion of bituminous surfacing with no direct payment therefore. Additional
aggregate base required due to erosion, washouts, trench settlements or other
similar causes shall be replaced by the Contractor without additional
compensation therefore.
Note that moisture tests during compaction are required for all compaction
requirements, including quality compaction, LWD, penetration index, and
specified density.
The Contractor shall be responsible for arranging, obtaining, and paying for all
inspections and tests required as Quality Control (QC). The Owner shall be
responsible for all inspections and tests required as Quality Assurance (QA).
89
SC-14
32. MILL BITUMINOUS SURFACE (2232): Bituminous road milling will paid be at
the unit price bid per square yard and shall be compensation in full for milling
pavement surface at the depth indicated in the plans. Provide traffic control in
accordance with the current MN MUTCD for milling operations. If flaggers are
needed, the Contractor shall provide them and the cost associated with flaggers
shall be included in the bid price for milling. The Contractor shall be responsible
for marking and verifying the condition of existing structures within the roadway
prior to beginning pavement milling.
33. PLANT MIXED ASPHALT PAVEMENT (2360): Bituminous road paving will
paid be at the unit price bid per ton and shall be compensation in full for placing,
spreading, and compaction of wear course and non-wear course paving in the
road section.
Bituminous driveway pavement will paid be at the unit price bid per square yard
and shall be compensation in full for placing, spreading, and compaction of wear
course pavement in driveways. Aggregate base material and excavation required
beneath the driveway pavement shall be considered included in the cost of the
bituminous driveway pavement. When paying for Material by Square Yard the
Engineer will measure the Plan dimensions for standard width and/or irregular
width paving at the dimensions and thickness specified. There will be no
additional payment for asphalt pavement constructed with a greater thickness or
width than required by the Plan.
Perform ordinary compaction for all bituminous paving on the Project, as directed
by the Engineer. Bituminous pavement payment incentives shall not apply to this
Project.
The Contractor shall be responsible for arranging, obtaining, and paying for all
inspections and tests required as Quality Control (QC). The Owner shall be
responsible for all inspections and tests required as Quality Assurance (QA).
34. 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.2) 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.
35. (CEAM 2621) PIPE SEWERS (2503): Payment for 8 Ductile Iron Pipe Sewer
will be made at the bid unit price on a linear foot basis and shall be compensation
in full for materials, labor and equipment necessary to construct the sanitary
sewer including, pipe, excavation, and backfilling.
90
SC-15
Sewer connections shall be paid per each connection of new sewer to existing
sewer and core drill into the manhole. All necessary labor, materials, and work
required to make the connection shall be included in the price per each as
provided in the Bid Form.
A5. Polyvinyl Chloride Pipe and Fittings
Sanitary sewer polyvinyl chloride (PVC) pipe and fittings shall conform to the
CEAM requirements.
PVC pipe used for storm sewer installations shall conform to the requirements of
MnDOT 2503.
PVC pipe and fittings for pressure sewer and forcemains shall meet the
requirements of CEAM 2611.2.A2 for watermain class pipe.
Submit a manufacturers Certificate of Compliance with each pipe shipment
including date manufactured, nominal and actual inside pipe diameters.
Add the following new paragraph to CEAM 2621.2:
F. Steel Casing Pipe
The casing pipe shall be welded steel pipe (new material) with a minimum yield
strength of 35,000 psi. The wall thickness shall be a minimum of 0.50 inch.
Payment for 20 Steel Casing Pipe (Jacked) will be made at the bid unit price on
a linear foot basis and shall be compensation in full for materials, labor, and
equipment necessary to construct the casing, including support blocking,
centering spacers, flowable fill or sand, sealing the ends, and backfilling.
Potholing existing utilities and restoration required at the pothole locations is
considered included in the cost for jacking the casing pipe.
The provisions of CEAM 2621.3 are modified and/or supplemented with the
following:
A. Installation of Pipe and Fittings
The Engineer shall receive notice 24 hours in advance for testing of sewers
including leakage testing, deflection testing, and televising.
When the Contractor uses laser beam control for grade and alignment, the
Contractor shall check into the grade stakes provided. Any discrepancies found
between the laser beam elevation and grade stake elevation, or the line and
grade shown on the plans, shall be immediately brought to the Engineers
attention before continuing pipe installation. Failure to check into grade stakes
provided or to notify the Engineer of discrepancies shall put the full responsibility
on the Contractor for any removal and reinstallation of pipe necessary to conform
to the line and grade as shown in the Drawings.
91
SC-16
Installation of PVC pipe for pressure sewer and forcemains shall meet the
requirements of CEAM 2611.3 for watermain class pipe.
A2. Pipe Laying Operations
Dewatering to maintain pipe trenches free of water shall be considered
incidental, unless a bid item has been included for Dewatering.
Install pipe to the alignment, grade, and location as shown in the drawings and/or
staked in the field. No deviation from the drawings and/or staked alignment,
grade, or location is allowed.
Add the following new paragraphs to CEAM 2621.3.A2:
When connecting to existing pipe, neatly cut the existing pipe off and trim flush
with the proposed pipe or inside wall of proposed Structure. Assure the patch for
the proposed pipe connection to the existing pipe is secure and waterproof.
Repair unplanned damage to the existing sewer.
When connecting into an existing Structure, field verify the location and top of
casting elevation, and the location, invert elevation, size and type of existing
pipes connected to the structure. Core drill (or saw) openings in the existing
Structures. Provide a clean, water-tight fit seal to the proposed pipe. Repair
unplanned damage to the existing Structure.
A3. Connection and Assembly of Joints
Use Geotextile 3733 Type 1 to wrap concrete pipe joints or for other drainage
applications.
G. Televising
All new sanitary sewer main shall be jetted clean and televised after the services
are installed, as applicable, and prior to wear course paving. Televising should
include panning the camera up to the sanitary sewer wyes and service lines so
that it is visible. The Contractor shall supply two videos and two detailed reports
within 15 days of the televising being complete. One set shall be supplied to the
Engineer and one set to Owner. A digital copy of the report shall also be
delivered to the Owner.
Prior to placement of wear course paving, the Engineer must review all sewer
televising reports and conclude there are no subsurface deficiencies requiring
excavation to correct.
The Contractor will be responsible for television inspection of the sanitary sewer
after it has been constructed. The Owner reserves the right to view these
television inspection records prior to final project acceptance and at any time
within the warranty period.
92
SC-17
Add the following new paragraph to CEAM 2621.3:
H. Sanitary Sewer By-Pass Pumping
The Contractor shall furnish, install, maintain, and remove temporary pumps,
pipes, automatic controls, and related appurtenances to allow continuous
operation of sanitary sewer facilities whenever necessary to ensure service will
be maintained during construction. Sanitary sewer facilities shall include, but are
not limited to gravity sanitary sewer main, sanitary sewer force mains, sanitary
sewer services, sanitary sewer lift stations, and/or sanitary sewer grinder pumps.
Sanitary sewer pipe sizes are shown on the Plans. The Contractor shall be
responsible for verifying all sanitary sewer pipe sizes and locations within the
project limits to determine the most appropriate manner to provide sanitary sewer
bypass pumping.
The Contractor shall submit copies of the proposed pumping, piping, and control
systems for sanitary sewer bypass pumping to the Engineer a minimum of seven
days in advance of installing the sanitary sewer bypass pumping system.
The Contractor shall have one standby pump available on-site for each pumping
location to use in the event of a pump failure. The standby pump shall be
adequately sized to handle the rates of sanitary sewer flow being bypasses.
36. 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.
37. 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 2611, 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.
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
93
SC-18
installation shall govern for this work. All PVC watermain pipe shall
conform to AWWA C900 (DR 18). Tracer wire shall be installed with all
PVC watermain. Tracer wire shall be incidental to the unit bid price bid for
PVC watermain. Tracer wire shall be electrostatically tested. The Engineer
shall receive at least 24 hours notice for all testing. The Contractor shall
perform all testing in the presence of the Engineer in the field.A low
voltage circuit shall be completed with the use of a suitable voltage source
and meter to ensure continuity. If a close clamp circuit cannot be
completed, the cause shall be isolated and corrected. Thereafter, the
section in which the defective test occurred shall be retested as a unit and
shall meet the requirements.
All fittings for watermain shall be mechanical joint, Class 350, Ductile Iron
Compact Fittings in accordance with AWWA C153. Fittings shall be
furnished with fusion bonded epoxy external coating and/or interior lining
in accordance with AWWA C550 and C116, 6 mil to 8 mil nominal
thickness.
All ductile iron pipe (DIP) shall be Class 52 (unless otherwise noted in
plans) and wrapped with polyethylene pipe encasement in accordance
with the manufacturers 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.
It shall be Contractors 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 Engineers opinion,
Contractor has taken the necessary precautions and damage occurs, the
City will be responsible for the cost of such repairs.
Dewatering to maintain pipe trenches free of water shall be considered
incidental.
Notify the Engineer and the Owner at least 72 hours prior to connecting to
existing watermain. All residents who will be affected by shutting off water
service shall be given a minimum of 24 hours notice in writing as to when,
and for how long, service will be interrupted. Temporary water shutoffs
shall not exceed four hours in duration, and shall only occur between the
hours of 9:00 a.m. and 3:00 p.m. Monday through Friday, unless
otherwise specified in the Contract. The Contractor shall at all times
coordinate work with the Engineer and the Owner.
During the installation of the new watermain, service shall be maintained
to all properties. It may be necessary to maintain temporary pipes on the
surface with connections to outside hose bibs. The temporary connections
94
SC-19
must be made according to Department of Health standards and approved
by the Engineer. New watermain installations shall be coordinated so that
no home or business is on temporary water service for more than 14 days
unless prior arrangements have been made. The Contractor shall be
responsible for any improvements to homes or businesses necessary to
facilitate the temporary water connections. All water main flushing shall be
performed by City staff, and requires a minimum 48-hour advance notice.
The Engineer shall receive at least 24 hours notice for hydrostatic testing.
The Contractor shall perform all testing in the presence of the Engineer in
the field. Service pipes may be tested at the time of the foregoing test, if
installed, at the Contractors option; however, testing of service pipes may
be completed as a separate operation from main testing. Service pipe
testing, if done separately, shall be done with the corporation stop open.
Insulation shall be measured on a square yard basis installed to the
specified thickness, and shall include all materials, equipment, and labor
required for placement.
Contractor shall supply an OSHA-approved trench box to minimize damage
to adjoining property and utilities from 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.
38. WATER MAIN CONSTRUCTION (DIRECTIONALLY DRILLED): The provisions
of CEAM 2611, Standard Specifications for Watermain and Service Line
Installation are modified and/or supplemented as follows:
2504.2 (CEAM 2611.2) MATERIALS
The provisions of CEAM 2611.2 are modified and/or supplemented as follows:
All PVC watermain pipe shall conform to AWWA C900 (DR 18). Tracer wire shall
be laid with all PVC watermain.
PVC watermain pipe specified for horizontal directional drilling shall be Fusible
PVC C900.
All fittings for watermain shall be mechanical joint, Class 350, Ductile Iron
Compact Fittings in accordance with AWWA C153. Fittings shall be furnished
with fusion bonded epoxy external coating and interior lining in accordance with
AWWA C550 and C116, 6 mil to 8 mil nominal thickness.
A.2 Tracer Wire Termination Box
Tracer wire termination box shall be SnakePit by Copperhead Industries, LLC,
two-terminal lid, 24 minimum burial height, or Engineer approved equal. Lid
color shall be blue for watermain.
95
SC-20
2504.3 (CEAM 2611.3) CONSTRUCTION REQUIREMENTS
The provisions of CEAM 2611.3 are modified and/or supplemented with the
following:
A.3 Aligning and Fitting of Pipe
Fusible pipe shall be assembled in the field and joined by the thermal butt fusion
method, in accordance with manufacturers procedures. Thermal butt fusion shall
only be performed by manufacturer certified fusion technicians.
The fusion of pipe shall be performed with the following requirements:
Installation guidelines from the pipe supplier shall be followed for all installations.
The fusible pipe will be installed in a manner that does not exceed the
manufacturers recommended bending radius and Safe Pulling Force.
All fusion joints shall be recorded and logged by an electronic monitoring device
(or data logger) connected to the fusion machine.
Use only the recommended size and outfitted fusion machines that are approved
by the pipe manufacturer.
Fusion machines must incorporate the following elements:
1. HEAT PLATE - Heat plates shall be in good condition with no deep
gouges or scratches. Plates shall be clean and free of any debris or
contamination. Heater controls shall function properly; cord and plug shall
be in good condition. The appropriately sized heat plate shall be capable
of maintaining a uniform and consistent heat profile and temperature for
the size of pipe being fused, per the pipe manufacturer requirements.
2. CARRIAGE Carriage shall travel smoothly with no binding at less than
50 psi. Jaws shall be in good condition with proper inserts for the pipe size
being fused. Insert pins shall be installed with no interference to carriage
travel.
3. GENERAL MACHINE - Overview of machine body shall yield no obvious
defects, missing parts, or potential safety issues during fusion.
4. DATA LOGGING DEVICE An approved datalogging device with the
current version of the pipe suppliers recommended and compatible
software shall be used. Datalogging device operations and maintenance
manual shall always be with the unit. If fusing for extended periods of time,
an independent 110V power source shall be available to extend battery
life.
Other equipment specifically required for the fusion process shall include the
following:
1. Pipe rollers shall be used for support of pipe to either side of the machine
96
SC-21
2. A weather protection canopy that allows full machine motion of the heat
plate, fusion assembly and carriage shall be provided for fusion in
inclement, extreme temperatures, and /or windy weather, per the pipe
Manufacturer recommendations.
3. An infrared (IR) pyrometer for checking pipe and heat plate temperatures.
4. Fusion machine operations and maintenance manual shall be kept with
the fusion machine at all times.
5. Facing blades specifically designed for cutting fusible pipe shall be used.
The Contractor is to provide a fusion data logging and joint report containing
fusion data for each fusion joint, recorded and logged by an electronic monitoring
device (data logger) connected to the fusion machine. The fusion data logging
and joint report shall be generated by software developed specifically for the butt-
fusion of fusible polyethylen pipe. The software shall register and/or record the
parameters required by the pipe supplier and these specifications. Data not
logged by the data logger shall be logged manually and be included in the Fusion
Technicians joint report.
The Contractor shall provide the following items to the Owner after pipe
installation and after all testing is completed:
1. Approved datalogger device reports
2. Fusion joint documentation containing the following information:
a. Pipe Size and Thickness
b. Machine Size
c. Fusion Technician Identification
d. Job Identification
e. Fusion Joint Number
f. Fusion, Heating, and Drag Pressure Settings
g. Heat Plate Temperature
h. Time Stamp
i. Heating and Cool Down Time of Fusion
j. Ambient Temperature
Prior to directionally drilling the watermain, the Contractor shall submit a
staging plan to the Engineer for review and comment. The plan shall detail
boring pit locations, where pipe will be fused and strung, proposed
alterations to the plan alignment/profile, and any additional information that
is pertinent to the directional drilling operation. The contractor shall allow
at minimum 1 week for review and approval by the Engineer.
Flange adapters shall be fitted with back-up rings that are pressure rated equal to
or greater than the mating pipe. The back-up ring bore shall be chamfered to
provide clearance to the flange adapter radius. Flange bolts and nuts shall be
Grade 3 or higher.
97
SC-22
Drilling Fluids: The Owner does not have a location for disposing of the drilling
fluids used during the directional drilling operation. The Contractor is responsible
for disposal of the drilling fluids.
Testing: The City Observer shall receive at least 24-hour advance notice for all
testing.
Operational Limitations and Requirements: Any dewatering necessary shall be
the responsibility of the Contractor and shall be considered incidental to the
installation of watermain.
Excavations for connections and services shall be subject to the approval of the
Engineer and consistent with other sections of these specifications. The sides of
the trench shall be sloped and/or braced and the trench drained to provide stable
excavation, protect adjacent structures, and permit the pipe to be laid in a dry
trench.
The trench excavation must conform to all local, state and federal requirements.
All work must be confined to the limits of the construction and to easements or
rights-of-way as indicated on the plans. The Contractor shall install at his
expense shoring, bracing, or other trench support necessary to meet the varying
soil conditions and to protect existing structures and property.
Pipe Bedding and/or Foundation: Piping shall be installed according to the
details for each type of pipe. In areas with poor foundation soils, the trench shall
be over-excavated and backfilled with granular foundation and/or bedding
material as directed by the Engineer. Granular foundation and/or bedding
material, including excavation, shall be incidental to the watermain installation.
Disinfection of Water and Mains: Disinfection procedures, sampling and testing
shall meet current Minnesota Department of Health standards.
Connection to or Interruption of Existing Facilities: Prior to connecting to existing
watermains, the project inspector and City utility supervisor must be notified. Any
property owner who will be affected by the shutting off of water shall be given a
minimum of 24-hour advance notice in writing as to when and for how long
service will be interrupted. Temporary water shutoffs shall not exceed 4 hours in
duration, and shall only occur between the hours of 9:00 AM and 4:00 PM,
Monday through Friday. Overnight temporary shutoffs shall only occur between
the hours of 10:00 PM and 5:00 AM. The Contractor shall at all times coordinate
his work with the Engineer and the City of Golden Valley Public Works
Department. City staff will coordinate recharging fire suppression systems with
building owners.
When it is necessary to connect to the existing water system or close existing
portions of the water system due to construction operations, the Contractor shall
discuss that phase of the project with the City Public Works Department 5
working days in advance of the planned starting date to allow the orderly
planning and coordination by the Owner. The Contractor shall provide temporary
water service to all residences and businesses affected by the project.
98
SC-23
2504.5 (CEAM 2611.5) BASIS OF PAYMENT
12 PVC Watermain (Directional Drilled): Payment shall be at the unit price bid
per linear foot of fusible PVC watermain installed by directional drilling as
specified and include tracer wire, termination boxes and transition fittings as
necessary to accommodate the ductile iron fittings and pipe.
39. 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. The water main installation
and temporary water distribution shall be completed in a manner so fire
protection can be maintained. 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 residents. 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.
40. 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 DIP
hydrant lead shall be paid for separately under their respective bid items.
41. 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 manufacturers instructions or as directed by the Engineer.
42. 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.
43. CONNECT TO EXISTING WATER SERVICE (2504): The unit price for Connect
to Existing Water Service shall be compensation in full, but not limited to,
locating, excavating, draining down and cutting into the existing pipe. Curb stops,
99
SC-24
corporation stops, valves, and pipe required to make the connection will be paid
for at their respective unit prices.
44. 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 6-inch, 8-inch, and 12-inch 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 nut. 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 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. Gate valves shall be AVK
with bronze top nut.
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.
45. 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.
100
SC-25
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.
46. IRRIGATION SYSTEMS (2504): The unit price by the lump sum be an allowance
for repairing and/or replacing irrigation systems as needed within the project
limits. The Contractor shall prepare an invoice for the work to be done and shall
present the invoice to the Engineer. Invoices for this work shall be paid for under
this item. All invoices shall be approved by the Engineer before being paid.
The Engineer shall attempt to field verify any existing irrigation systems in the
project area prior to construction. The Engineer shall notify the Contractor of
such known systems. The Contractor shall avoid or minimize disturbance to
existing irrigation systems during construction. Homeowners must be notified by
the Contractor a minimum of 24 hours prior to any disturbances or disruptions of
existing irrigation systems.
Temporary repairs (i.e. plugging, pinching off impacted lines, etc.) shall be
required where feasible, allowing for partial use of the irrigation system by the
homeowner during construction. Temporary repairs shall be incidental to the
irrigation system repair.
Existing private irrigation systems (of all types and designs) impacted by
construction are to be repaired and/or replaced. New components used in the
repair/replacement shall be consistent with existing system components. The
existing system and its components shall be salvaged and reinstalled where
possible.
47. ADJUST FRAME AND RING CASTING (2506): The unit price per each shall be
considered payment in full to adjust castings to their final elevation.
Measurement for adjustment of frame and ring castings shall be for existing
castings that are adjusted in preparation for bituminous wear course placement
or curb and gutter placement. Initial casting placement after base course
construction, installation of new castings on catch basins or structures, or
installation of any castings in areas outside of the bituminous roadway surface
shall be considered included with the casting and/or manhole structure pay item.
The final surface elevation of the frame or ring casting shall be 1/2 in below the
adjacent pavement surface elevation and at-grade in turf areas unless noted
otherwise.
48. WALKS (2521): The unit price per square foot shall be considered payment in
full to install 3 bituminous walk in accordance with the Plans and Specifications.
Aggregate base under bituminous walks is incidental.
101
SC-26
49. CONCRETE CURBING (2531): The unit price per linear foot for curbing shall be
considered payment in full to install curbing per the details in the plans and as
directed by the engineer. Concrete Curb & Gutter Type Special shall be payment
in full to install commercial cross gutter driveway per the city detail plate
measured along the flow line. All curbing at driveways shall be constructed with
staged pours, in which half the width of the driveway is constructed at a time
using a keyway to connect the two halves. This shall be done to maintain access
to adjacent properties, with no additional compensation.
For concrete curb and gutter, including curb fill-ins, mechanical vibration of the
concrete will be required to produce a smooth curb face.
For slipform machine placement, where existing driveways are being protected,
or do not need to be removed, the Contractor shall hand pour the concrete curb
along these driveways. No additional compensation will be granted the
Contractor for this work.
Backfilling of the curb and gutter shall be completed prior to bituminous surfacing
of the roadway.
Unacceptable work shall be removed and replaced with acceptable work as
ordered by the Engineer.
50. 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. Contractor shall submit a
temporary traffic control plan two weeks prior to construction.
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.
Throughout construction, Contractor shall provide safe and adequate access at
all times for residents, property owners and emergency vehicles. Access shall
include the maintaining of ingress and egress of private driveways throughout
construction except during 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.
102
SC-27
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
local businesses and property owners. The City will provide Contractor with
printed door hangers that shall be placed in residents 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.
51. SOIL PREPARATION (2574): This Work consists of providing temporary
shaping and grading, and preparing the soil for permanent turf establishment to
reduce the risk of soil erosion. Temporary shaping and grading includes directing
water flow and breaking up soil fine enough to install temporary erosion control
Materials. Preparing the soil for permanent turf includes soil tilling and soil
additives.
2574.3 CONSTRUCTION REQUIREMENTS
Prepare the soil to minimize soil erosion and to provide a media for plant and root
establishment. Perform soil preparation operations for permanent seed and sod
and for temporary conditions. Soil preparation will include the Material and
installation as required by the Contract to complete the Work and shall be
incidental to the Work.
2574.4 METHOD OF MEASUREMENT
The Engineer will measure fertilizer by the weight of each type applied. If the
Contractor provides fertilizer with different type than as shown on the Plans, the
Engineer will adjust the application rate of the fertilizer provided to meet the
equivalent type proportions of the fertilizer shown on the Plans.
Topsoil borrow shall be imported only at the direction of the Engineer. Load
tickets will be required for payment.
52. ESTABLISHING TURF AND CONTROLLING EROSION (2575): All disturbed
areas within the project shall be either seeded or sodded to an equal or better
condition to that which was in place prior to construction and as directed by the
Engineer. All exposed areas of the site shall receive seed and mulch, sod or
rolled erosion prevention product within two weeks. Restoration may include
areas outside of the construction limits as determined by the Engineer.
2575.3 CONSTRUCTION REQUIREMENTS
Minimize soil erosion and prevent damage from sedimentation by using the Best
Management Practices (BMP) to cover bare soils in temporary and permanent
conditions. Use temporary erosion control BMPs, including limiting the amount of
exposed erodible soils and providing for proper exposed soil stabilization for
slopes, ditches, storm drain and Culvert outlets, and storm water discharge
points from erosion. Use permanent erosion control BMPs to provide the final
103
SC-28
stabilization of exposed slopes. Properly prepare soils in accordance to 2574,
Soil Preparation.
Plant seed mixtures during the seasons of planting for the various seed mixtures
in accordance with Table 2575.3-1.
Shape and prepare the site according to 2574, Soil Preparation. Provide
Permanent rolled erosion prevention products meeting the requirements of the
categories as shown on the Plans.
MAINTENANCE:
Maintain the product installation for 30 Calendar Days if required by the Contract
or as approved by the Engineer. Water the blankets and mat systems
immediately after placement at a metered application rate of at least 3000
gallons per acre and thereafter as needed to furnish appropriate vegetation,
incidental during maintenance period. Control erosion and establish a permanent
vegetative cover as approved by the Engineer until Contract acceptance. Restore
areas with seeding failure or erosion during the maintenance period at no
additional cost to the Owner.
Repair damage within the area caused by Contractor operations and within the
Contractors control at no expense to the Owner. Reseed areas where the
original seed has failed to grow, as directed by the Engineer.
2575.4 METHOD OF MEASUREMENT
Measure seeding by the acre of area seeded, regardless of the seed mixture or
quantity of seed used, and regardless of whether the seed was furnished by the
Contractor or the Owner. Areas reseeded by order of the Engineer, after the
original seeding of the area was accepted, will be measured, and added to the
area originally seeded.
Seed mixtures will be paid by the pound of seed used.
The Engineer will measure each Rolled Erosion Prevention Category separately
by the square yard of area covered. The Engineer will measure Category 20 by
the square yard of surface area covered and cured in place. The Engineer will
measure the seed and fertilizer separately. The Engineer will measure any soil or
soil amendments installed before placement of rolled erosion prevention products
separately.
Measure water used by volume for turf establishment of seeded areas. Watering
is incidental during the maintenance period.
2575.5 BASIS OF PAYMENT
104
SC-29
The Owner will pay for seed by the PLS weight of each mixture or species
measured.
The Owner will pay for rolled erosion prevention product by the square yard.
Portions of rolled erosion prevention product covered by overlap along the seams
or buried in trenches or check slots are included in the Contract Unit Price.
Portions of rolled erosion prevention product folded over as blanket checks are
paid for by the square yard of Rolled erosion prevention, Category 20. Soil,
compost, or organic fiber matrix applied on top of Soil filled products are included
in the Contract Unit Price.
53. RESTORATION: Contractor shall restore all adjoining properties to the
Engineers satisfaction. Contractor shall work with adjoining property owners and
the City in protecting and minimizing any damage to adjoining landscaping,
sprinkler systems, fencing or other property. Indiscriminate damage to such
systems shall obligate Contractor to replace such systems at its cost.
54. PAVEMENT MARKINGS (2582): The Contractor shall be responsible for the
layout of all temporary and permanent pavement markings (striping). The Owner
will check and approve layout before application of pavement markings is
allowed.
All striping shall be completed as soon as possible and within 48 hours after
placement of the final lift (in accordance with manufacturers requirements).
The Engineers involvement in the application of the material shall be limited to
field consultation and inspection. The Contractor will place necessary spotting at
appropriate points to provide horizontal control for striping and to determine
necessary starting and cutoff points. Longitudinal joints, pavement edges and
existing marking may serve as horizontal control when so directed.
Layout is incidental with no additional compensation allowed therefore.
105
2025 TH 55 OTTAWA WATERMAIN PROJECT APPENDIX A
CITY PROJECT NO. 25-05
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 028092-000
APPENDIX A
AWWA C153 COMPACT FITTING WEIGHTS
106
Size 90°45°22 1/2°11 1/4°
4"25 22 18 16
6"39 32 31 30 NOTE:
8"57 46 46 42 DO NOT use 90° bends.
10"89 70 64 58 Use (2) 45° bends.
12"108 86 80 67
14"210 160 136 93
16"264 202 172 148
18"335 250 255 205
20"400 305 310 245
24"565 405 412 315
Size 4"6"8"10"12"14"16"18"20"24"
4"32
6"46 56
8"60 72 86
10"78 90 105 120
12"94 110 125 140 160
14"172 182 206 228 234 280
16"228 248 264 280 316 322
18"275 295 315 335 380 405 435
20"315 345 370 395 440 465 505 535
24"415 445 470 500 550 580 625 660 720
Size 4"6"8"10"12"14"16"18"20"24"
4"40
6"68 75
8"90 108 105
10"98 118 138 145
12"100 140 162 190 213
14"162 181 259 223 244 299
16"250 289 345 397 333 385
18"260 282 308 384 630
20"306 341 370 392 451 634 547 605
24"403 431 465 494 553 714 809 830
Size 4"6"8"10"12"14"16"18"20"24"
6"32
8"43 54
10"61 64 62
12"82 85 82 82
14"108 104 100 100
16"136 132 128 125 140
18"194 196 185 190 190 196
20"225 210 208 225 233
24"310 315 324 312 315
Size Short Long Size Size
4"17 20 4"9 4"10
6"28 33 6"15 6"16
8"38 46 8"22 8"26
10"49 62 10"32 10"36
12"56 76 12"42 12"46
14"111 140 14"66 14"75
16"123 170 16"92 16"95
18"160 200 18"114 18"121
20"195 255 20"125 20"135
24"225 335 24"166 24"175
CAPS (MJ) FLAT PLUGS (MJ) FLAT
Ductile Iron Mechanical Joint Compact Fittings
Weight in Pounds per AWWA C153
BENDS (MJ-MJ)
TEES (MJ-MJ)
CROSSES (MJ-MJ)
REDUCERS (MJ-MJ)
SOLID SLEEVES (MJ)
107
2025 TH 55 OTTAWA WATERMAIN PROJECT APPENDIX B
CITY PROJECT NO. 25-05
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 028092-000
APPENDIX B
ONLINE BIDDING INSTRUCTIONS
108
pg. 1 v2.0.10.03.2024
Quest Construction Data Network
VirtuBid™ Online Bidding User Guide
Client Success – 952-233-1632
Success@QuestCDN.com
Click the title to access the information directly
BIDDERS QUICK REFERENCE ONLINE BID ID CODE .............................................................. 3
ACCESS THE ONLINE BID ID CODE ...................................................................................... 3
Change the Online Bid ID Code................................................................................................................... 4
Complete Online Bidding Users Guide ............................................................................... 5
Create an Online Bid ID Code ..................................................................................................................... 5
Online Bid ID Code Explanation .................................................................................................................. 5
Accessing Online Bidding ................................................................................................... 6
Online bidding through the bid posting page ............................................................................................. 6
Online bidding through the VirtuBid Bid List .............................................................................................. 6
Bid List ............................................................................................................................... 7
Main Online Bidding Page .................................................................................................. 8
Bid Requirements .............................................................................................................. 9
Bid Qualifications and Bidder Certifications ............................................................................................... 9
Bid Bond .................................................................................................................................................. 9
Electronic Bid Bond ............................................................................................................................. 9
Surety2000 Bid Bond .......................................................................................................................... 9
Contract Number ........................................................................................................................... 9
Contractor ID .................................................................................................................................. 9
Addenda ................................................................................................................................................ 11
Downloading Documents ..................................................................................................................... 12
Download, Complete, Upload Documents ........................................................................................... 13
Upload Bid Documents ......................................................................................................................... 14
Post Letting Information Submittals ..................................................................................................... 15
Bid Worksheet ................................................................................................................. 16
Worksheet Sections (Four types of sections) ........................................................................................... 16
Manual Entry of Unit Prices ...................................................................................................................... 17
Importing the Unit Prices.......................................................................................................................... 17
109
pg. 2 v2.0.10.03.2024
Submitting the Bid ........................................................................................................... 18
Sign and Submit Page ............................................................................................................................... 18
Incorrect Online Bid ID Code ................................................................................................................ 19
Unsuccessful Bid Submission Error Messages ...................................................................................... 20
Examples of Error Messages ............................................................................................................. 21
Bid Submitted .................................................................................................................. 21
Successfully Submitted Bid ....................................................................................................................... 21
Making Changes to the Bid Worksheet After Successful Bid Submission .......................... 22
Edit Worksheet ......................................................................................................................................... 22
Unsubmit Bid ................................................................................................................... 24
Transactions & Receipts ................................................................................................... 26
Resources ........................................................................................................................ 26
110
pg. 3 v2.0.10.03.2024
BIDDERS QUICK REFERENCE ONLINE BID ID CODE
YOU MUST CREATE YOUR ‘ONLINE BID ID CODE’ BEFORE ACCESSING ONLINE BIDDING.
Prior to participating in online bidding, be sure to set up your company’s ‘Online Bid ID Code’. Your ‘Online
Bid ID Code’ is your digital signature.
Creating an ‘Online Bid ID Code’ can only be done by the main account holder.
What is the ‘Online Bid ID Code’
The ‘Online Bid ID Code’ serves as a passcode required for bid submission and acts as the digital signature
for your company. This code is generated by the main account holder before other users can access
VirtuBid™ (online bidding). To view or update the code, simply log into QuestCDN using the main account
holder's username and password and follow the instructions below to access the code.
ACCESS THE ONLINE BID ID CODE
1. Sign In: Make sure you are logged into QuestCDN with the main account holder’s username and
password.
2. Click ‘My Account’ at the top of the page to view your account details.
(If you are not the main account holder, the system will display the main account holder's information, including their
name and contact details. Reach out to the person whose information is shown; they can provide you with the Online
Bid ID Code or assist with any related inquiries.) QuestCDN does not have access to the Online Bid ID Code.
3. Once logged in as the main account holder, click ‘My Account’ at the top of the page. This will take
you to the account settings. The system will first display the ‘Company Info’ tab, which does not
include the Online Bid ID Code.
4. Click the second tab labeled ‘User Info & Online Bid ID Code’ to find the code.
Please note that the Member Number is not the same as the Online Bid ID Code.
111
pg. 4 v2.0.10.03.2024
5. Scroll to the bottom of the page to find the “Online Bid ID Code” box. Look for the eye icon (👁️)
next to the red asterisks. Clicking this icon will enable you to view or edit the existing code. If no
code is displayed, enter a new code and confirm it by retyping it in the ‘Confirm Online bid ID Code’
field. Remember to click the ‘Save’ button at the bottom of the page to finalize the code.
Change the Online Bid ID Code
1. Enter a new Online Bid ID Code: Type the new code you want to use into the first box. Confirm the
code in the second box, retype the same code exactly as you entered it in the first box. This step
ensures that there are no mistakes and that the code you entered is correct.
2. Click the ‘Save’ bottom to finalize the change. This will update the system with your new ‘Online Bid
ID Code’.
112
pg. 5 v2.0.10.03.2024
Complete Online Bidding Users Guide
Create an Online Bid ID Code
Log into QuestCDN at QuestCDN Login Page. Click ‘My Account’ at the top of the page, then select the ‘User
Info & Online Bid ID Code’ tab. Here, you can add or update your ‘Online Bid ID Code.’ If you see black dots
in the fields, click the eye icon to view the code.
Ignore the Username and Password fields located at the top. This is the QuestCDN sign in credentials.
(Please note that only the QuestCDN main account holder can access ‘My Account’ and update or view the
code.)
Online Bid ID Code Explanation
The ‘Online Bid ID Code’ is a passcode and acts as your digital signature. It is required to submit an online
bid through the QuestCDN online bidding system, VirtuBid ™.
• An ‘Online Bid ID Code’ must be created before users can access online bidding. The code is
established, modified and viewable by the QuestCDN main account holder.
• This code is the digital signature that allows submission of a bid on behalf of the company.
QuestCDN does not have access to codes for security purposes.
• The code is found in ‘My Account,’ in the ‘User Info & Online Bid ID Code’ tab.
113
pg. 6 v2.0.10.03.2024
Accessing Online Bidding
There are two ways to access QuestCDN online bidding:
Online bidding through the bid posting page
1. Enter the QuestCDN project number and click the search button. To submit an electronic bid and
access the VirtuBid™ system, companies must be QuestCDN plan holders. To become a plan holder
for a project, you must download the bid documents before trying to access online bidding.
2. After downloading the bid documents, click the ‘Online Bidding’ ‘Available’ button located on the
bid project page, or select the ‘Online Bid’ button at the top of the page.
Online bidding through the VirtuBid Bid List
1. Current and past electronic bid postings that have been downloaded will be shown on the ‘Bid List’
page. To access this page, click ‘Online Bidding’ in the main navigation options.
114
pg. 7 v2.0.10.03.2024
Bid List
The VirtuBid™ (vBid) Bid List page is organized into searchable sections. You can find both current and past
bid opportunities here. Each bids qualification, bid worksheet and bid tabulation information is categorized
and saved by section for easy reference in the future.
The Bid List page is divided into five sections to help you navigate through the bidding process more
efficiently:
1. Bids Started: This section includes all bids that you have downloaded but not yet submitted.
2. Bids Available: Here, you’ll find active bids that have been opened and are ready for submission.
3. Bids Submitted: This section contains all bids that are successfully submitted but have not closed.
4. Bids Closed (Bid Submitted): This includes bids that are now closed, and a bid is submitted.
115
pg. 8 v2.0.10.03.2024
5. Bids Closed (No Bid Submitted): This section shows bids that are closed where you did not submit
a bid.
Main Online Bidding Page
At the top of the Main Bidding Page you will find important information displayed for the bid, including:
• Bid Name: The title of the bid opportunity.
• QuestCDN Number: A unique identifier for the bid within the QuestCDN system.
• Owner Number: The identification number assigned to the owner or solicitor of the project.
• Closing Date/Time/Time Zone: The specific date/time and time zone when the bid will close.
• Posting Type: Indicates the type of posting (e.g., Construction, Request or Goods and Services).
• Owner: The name of the entity or organization that owns the project.
• Solicitor: The contact person or company responsible for managing the bid process.
• Running Bid Countdown Clock: A timer that counts down to the closing time of the bid.
• Bid Submitted/Bid Not Submitted Status: An indicator showing whether you have submitted a bid
for this opportunity or not.
• Save Button: This button allows you to save your progress while filling out the bid forms and
refreshes the page, ensuring that no information is lost. Allowing you to return to complete
information at a later time.
• Sign & Submit Button: This button takes you to the submission page, where you will agree to the
bidders terms and conditions and enter the company’s ‘Online Bid ID Code’, which serves as your
digital signature. Clicking the ‘Submit’ button on this page finalizes your bid submission and submits
it.
• Bid List: Click ‘Bid List’ from the top navigation to take you back to the ‘Bid List’ page.
116
pg. 9 v2.0.10.03.2024
Bid Requirements
Bid Qualifications and Bidder Certifications
Bid Bond
Upload a completed bid bond file or enter the Surety2000 ‘Bond ID’ number to finalize the bid bond
information, based on the solicitor's requirements. If both options are available, you only need to submit
one.
NOTE: There is no red "X" or green ‘’ checkmark to indicate whether the bond field is complete. Instead,
the completion of this field is signified by the successful upload of your bid bond file or entry of the
Surety2000 ‘Bond ID’. Once a document is uploaded or a Bond ID is entered, it serves as confirmation that
the bond information is complete. Be sure to check that the file is properly uploaded to avoid any issues
with your bid submission.
Electronic Bid Bond
Upload a file containing signed bid bond information
Surety2000 Bid Bond
Provide the ‘Contract number’ and ‘Contractor id’ to the insurance agency. The agent must use
these two numbers when requesting a Surety2000 bond with ‘Bond Id’ validation number.
Contract Number
The ‘Contract number’ will change with each project and is always the Quest Number for the bid.
The ‘Contract number’ is displayed in the ‘Bid Bond’ field. The ‘Contract number’ can also be found
on the bid posting page, and the top of the online bidding page.
Contractor ID
(Surety2000 refers to this as the “State vendor ID number”) is the QuestCDN member number and
will always stay the same for each bid. The member number used for the ‘Contractor id’ can also be
found in ‘My Account’ in the ‘Company Info’ tab, listed in Red at the top of the page.
117
pg. 10 v2.0.10.03.2024
Contract Number (QuestCDN Number): is automatically populated by the system and is essential for
validating your bid with Surety2000, as it links your bid to the specific project.
a. It is important to note that this number must be updated by the surety agent for each new
bid bond request. Each new bid requires a unique QuestCDN Number to ensure that the
bond corresponds correctly to that specific bid. Always verify that the number is correct
before submission to ensure a smooth validation process.
b. Clicking ‘Validate’ checks the entered bond id number with the Surety2000 system. If the
bond id cannot be validated a prompt will open displaying the below message.
c. The Quest online bidding system will NOT prevent your bid from being submitted due to this
error message, as all processing done by the agent and Surety2000 is outside our control. It
is important to check with your agent to ensure they have the correct Contract Number and
Contractor ID listed on each requested bond for the Surety2000 validation. If these details
are incorrect, the bond id will not validate. To validate the number, your agent should
resubmit the correct information to Surety2000 and provide you with a new Bond ID.
d. Keep in mind that if time is running short and the issue cannot be resolved, you are still
allowed to submit your bid without validation. If a bond was issued, the owner should be
able to access the information from Surety2000, but it is the bidders responsibility to ensure
the bond information is correct and is issued correctly.
e. If electronic bond entry is available as an option, it is advisable to upload your Surety2000
bond document instead of relying on the unvalidated bond id number. This ensures that
your bid is submitted, even if there are issues with the bond id validation process.
118
pg. 11 v2.0.10.03.2024
The image below displays an uploaded bid bond document for the ‘Attach Electronic Bid Bond’ option, and
‘Enter your Surety2000 bid bond information’ section highlights the fields for the Contract Number,
Contractor ID, and Surety2000 Bond ID.
Addenda
Bids will NOT be successfully submitted if all addenda are not downloaded from the bid posting page. The
‘Addenda’ qualification field will indicate if all addenda have been downloaded or if there are addenda not
downloaded.
1. All addenda not downloaded message
“There are (#) unread addenda for this project. Follow this link to download.”
Clicking the link will open a new browser window that directs you to the bid postings addenda
download page. From there, click the ‘Download’ link for each addendum to fulfill the requirement.
After downloading, close the browser window to return to the online bidding page. Be sure to click
the ‘Save’ button to refresh the page. Once refreshed, the addenda message will update with a
green checkmark and message that indicates the requirement has been completed.
“All Addenda have been downloaded message”
119
pg. 12 v2.0.10.03.2024
Downloading Documents
‘Bidder must download the following files for bid submission’
1. Each required document download includes a file name and a corresponding ‘Download’ button. A
red X indiactes that the requirement is not complete. Remember, you can download and save the
files multiple times if needed.
2. To fulfill the requirements, click the ‘Download’ button for each document listed and save the files
to your device.
3. After downloading, make sure to click the ‘Save’ button located at the top of the page or in the left
navigation. This action will update,refresh and save the information on the page.
4. If you see a red ‘X,’ it indicates that the requirement is not yet complete and you may have missed
downloading the indicated document.
5. After downloading the documents and refreshing the page, the downloaded date and time of each
file will be displayed. If you have downloaded the same document multiple times, only the original
download date and time will be shown.
6. Once the requirement is fulfilled, a green checkmark ‘’ will replace the previous red 'X'. This green
checkmark indicates that the requirement has been successfully completed. This visual confirmation
helps you easily track which requirements are met.
120
pg. 13 v2.0.10.03.2024
Download, Complete, Upload Documents
‘Bidder must download, complete, and submit upload (or replace) the following files for bid submission
(Combine multiple pages and/or zip files. Uploading a new file will replace the previously uploaded file.)’
1. Each required document includes a file name and a corresponding ‘Download’ button. A re d X
indiactes that the requirement is not complete. Remember, you can download and save the files
multiple times if needed.
2. To fulfill the requirements, click the ‘Download’ button for each document listed and save the files
to your device.
3. If you see a red ‘X,’ it indicates that the requirement is not yet complete.
4. After downloading, be sure to click the ‘Save’ button located at the top of the page or in the left
navigation.
a. This action will update, refresh and save the information in the system, allowing the
‘Upload’ button to appear.
b. The downloaded date and time of each file will be displayed to the right of the ‘upload’
button.
c. If you have downloaded the same document multiple times, only the original download date
and time will be shown.
d. If the downloaded file is in a fillable format, complete all information and save each
document to your device. You can upload the documents when ready.
e. If the downloaded file is not in a fillable format, print the forms and complete them
manually. After filling out the forms, scan and save the documents to your device for easy
retrieval later. Click the ‘Upload’ button to upload the documents when ready.
5. Click the ‘Choose File’ button to select each file or zip file from your computer. Once you’ve chosen
the file, click the ‘Upload’ button to upload it. Make sure to click ‘Save’ from the navigation menu or
the top of the page. After saving, if you log out of the online bidding system, all information is saved
and will be available when you log back in. The red X is replaced by a green ‘’ checkmark and
indicates the requirement is completed.
121
pg. 14 v2.0.10.03.2024
Verification
a. Click the underlined uploaded document name to review the uploaded documents for
accuracy and completeness.
b. If you need to replace an existing file, click ‘Choose File’ to select a new file.
c. After selecting the new file, click the ‘Upload’ button to upload it.
d. Remember to click ‘Save’ to ensure the changes are recorded.
NOTE: When you select a new file and upload it, the existing file is REPLACED by the new one. The
system does not retain the previous version or add it as an additional file; it only keeps the most
recent upload. Be sure that the new file is correct and complete, as the old file will no longer be
accessible after the replacement. The original download date and time will be shown if the file is
replaced.
Upload Bid Documents
‘Bidder must upload the following files for bid submission (Combine multiple pages and/or zip files.
Uploading a new file will replace the previously uploaded file.)
1. Each required document includes a file name and a corresponding ‘Choose File’ button. A red X
indiactes that the requirement is not complete.
2. Select the ‘Choose File’ button to retrieve and attach a required file from the device.
3. After selecting the file, click the ‘Upload’ button to upload it.
4. The name of the uploaded document is displayed on the right side of the ‘Upload’ button. A green
checkmark ‘’ indicates the process has been successfully completed.
122
pg. 15 v2.0.10.03.2024
5. Verification: Click the underlined document name to review the uploaded documents for accuracy
and completeness.
a. If you need to replace an existing file, click ‘Choose File’ to select a new document.
b. After selecting the new file, click the ‘Upload’ button to upload it.
c. Remember to click ‘Save’ to ensure the changes are recorded.
NOTE: When you select a new file and upload it, the existing file is REPLACED by the new one. The
system does not retain the previous version or add it as an additional file; it only keeps the most
recent upload. Be sure that the new file is correct and complete, as the old file will no longer be
accessible after the replacement.
Post Letting Information Submittals
The Post Letting Information section enables the submission of documents requested after the bid has
closed. This functionality is like the previous sections, allowing you to manage any additional
documentation required post-bid.
a. In this section, there may be a post letting ‘Deadline’ that specifies a date and time by which all
documents must be uploaded.
b. A red ‘X’ indicates the requirement is not complete. A green checkmark ‘’ indicates the
requirement has been successfully completed.
Once you have completed the upload of post letting documents, there is no additional submission
process required because the bid is already submitted. The documents become immediately available to
the solicitor or owner, ensuring they can access them without delay. Once a document is uploaded it
cannot be removed.
It is important to note that submitting post letting documents is only permitted if a successful bid was
submitted first. If you did not submit a successful bid, you will not be able to upload additional documents
after the bid closes. This policy ensures that only those who have participated in the bidding process can
submit further documentation related to the project.
123
pg. 16 v2.0.10.03.2024
Bid Worksheet
Click ‘Bid Worksheet’ from the left navigation to access the bid unit prices.
Worksheet Sections (Four types of sections)
1. Base Bid Section
White colored sections are added to the base bid total, have a subsection total and
require a unit price entry for each item before submitting.
2. Mandatory Bid Section
Peach colored sections are mandatory, have a subsection total and completion is required
to submit a bid. Items in this section will not be added to the base bid total.
3. Optional Bid Section
Blue colored sections are optional, have a subsection total and completion may or may
not be mandatory to submit a bid (please follow the instructions specified by the
solicitor/owner). Items in this section will not be added to the base bid total.
4. Fixed Bid Section
Purple colored sections have a fixed unit price added by the solicitor/owner. Unit prices
cannot be changed and are added to or subtracted from the base bid total.
124
pg. 17 v2.0.10.03.2024
Manual Entry of Unit Prices
1. Click the appropriate unit price field within the line item to select it.
2.Enter the unit price, ensuring that you enter the amount without including the dollar sign.
a. After entering or moving to the next field, the ‘Unit Price’ field will display only two decimal
places for clarity. However, when you click back into the unit price field the total number of
digits entered after the decimal point will be revealed, allowing you to see the full precision
of your entry.
b. Allowing more than two digits after the decimal point enables greater precision in
calculations, which is crucial for some pricing in bids.
c. To navigate between unit price fields, you can use the enter key, the up/down arrows, or
simply click on each unit price field to move to the next one.
Replace the Unit Price
To replace a unit price, click the relevant unit price field, which will highlight the entire entered unit
price within the field. You can then re-enter your unit price, or you can click at the beginning or end
of the field to make edits as needed.
Extension Field
The ‘Extension’ field is automatically calculated based on the value you enter. For example, if the
quantity is 20 and the unit price is 2.558, the extension would be calculated as 20 x 2.558 = 51.16.
The online bidding system will time out and log out after 60 minutes.
Click the ‘Save’ button often to update and save the work.
Importing the Unit Prices
Import & Export CSV
1. The ‘Export to CSV’ option allows you to export the bid worksheet into an Excel CSV
spreadsheet. This feature is useful for sharing the spreadsheet and performing additional
offline calculations, applying formulas, and adding percentage markups on unit prices,
making it easier to analyze and manage your bid data.
2. The ‘Import from CSV’ button is used to import the Excel CSV spreadsheet into the bid
worksheet.
When importing the CSV file back to the bid worksheet, you are only permitted to make changes to
the ‘Unit Price’ field. It is crucial not to modify the headers, descriptions, or to move, add, create
formulas or delete any line items within the exported worksheet.
Making any unauthorized changes can result in upload errors, preventing the spreadsheet from being
processed correctly by the system. To ensure a smooth submission process, stick strictly to modifying
only the unit prices as specified.
125
pg. 18 v2.0.10.03.2024
Submitting the Bid
Sign and Submit Page
1. Once you have thoroughly verified that both the qualification page and the bid worksheet are
complete, you can proceed by clicking the ‘Sign and Submit’ button. This action will take you to the
signature and submit page.
2. On the signature and submit page you are required to enter your ‘Online Bid ID Code’ (case
sensitive). This code is your company’s digital signature and a formal acknowledgment that you are
authorized to submit the bid on behalf of your company and that all provided information is
accurate.
3. After entering the code, click the ‘I Agree’ checkbox to accept the bidders terms and conditions.
4. Clicking the ‘Submit’ button will officially submit your bid for consideration.
5. You maintain control of your bid until the closing time. Before the bid closes, you can Unsubmit or
edit your bid worksheet at any time. This flexibility allows you to adjust, correct any errors, or refine
your bid to ensure it meets your desired specifications before the deadline.
Once the bid is submitted you will receive an email confirmation of your submission and a confirmation
message to your Message Center.
You can unsubmit or remove the entire bid (all data will be saved) and, if necessary, resubmit the bid
before the bid closing time.
126
pg. 19 v2.0.10.03.2024
Email Confirmation and Message Center Example
Incorrect Online Bid ID Code
A correct ‘Online Bid ID Code’ must be entered before the online bidding system can verify completion of
requirements. When a correct code is entered and required fields are complete, the bid will be submitted
to the owner/solicitor. If an incorrect code is entered, the page will display an error alert message “The
Online Bid ID Code that you have entered is incorrect”. Click the OK button and retype a correct code, click
‘I Agree’ and click ‘Submit’.
NOTE: The online bid id code is case sensitive.
127
pg. 20 v2.0.10.03.2024
To retrieve the code, click ‘My Account’ at the top of the page. Sign into QuestCDN using the main account
holder username and password.
Under the ‘User Info & Online Bid ID Code’ tab, scroll to the bottom of the page and click the eye icon to
view an existing code. Use the browsers back arrow to go back to the vBid.
Unsuccessful Bid Submission Error Messages
1. After the ‘Online Bid ID Code’ is accepted, the online bidding system will then verify the completion
of bid requirements and worksheet entries.
2. ‘Bid Not Submitted’ with Error messages will display if information is missing or incomplete.
128
pg. 21 v2.0.10.03.2024
Examples of Error Messages
(#) indicates the number of errors
• Bid Requirement – Bid Bond has not been uploaded (#)
• Bid Requirement – All Addenda have not been downloaded. (#) indicated with red X
• Bid Worksheet – Item Unit price is missing (##) indicated in red on unit price field
• Bid Not Submitted
Bid Submitted
Successfully Submitted Bid
A message displaying ‘Bid Submitted by’ (with date/ time and username stamp (shown in red) will display.
A bid submitted confirmation message receipt is sent to the individual’s ‘Message Center’ and email on
record.
129
pg. 22 v2.0.10.03.2024
Making Changes to the Bid Worksheet After Successful Bid Submission
• The owner or solicitor cannot access the bid information until after the bidding period has closed.
• You have the flexibility to revise your bid worksheet at any time before the bid clock expires, even
after submitting your bid.
• This feature enables you to make necessary adjustments to your bid prices, ensuring they reflect the
latest revisions.
• This
flexibility helps you keep your bid aligned with your current pricing strategy and project
requirements, allowing for more accurate and competitive submissions.
***By submitting your bid early and taking advantage of the system's allowance for revisions up until the
closing time, you reduce the risk of missing the bid due to last -minute changes. This approach ensures that
your final submission reflects your desired pricing, giving you peace of mind that you can make necessary
adjustments without the stress of potentially not being able to resubmit before the deadline.***
Edit Worksheet
1. Click ‘Bid Worksheet’ from the left navigation.
2. Click ‘Edit Worksheet’ to revise unit prices.
130
pg. 23 v2.0.10.03.2024
3. Enter the revised unit prices in the populated ‘Edited’ column. Once you’ve made all necessary
changes, select ‘Submit Changes’ from the left navigation.
4. Enter the Online Bid ID code, check the box indicating ‘I agree’, and then click ‘Submit’.
5. The owner or solicitor of the project will receive your latest bid submission with the revised unit
prices.
6. The Base Bid total will show the new bid total with the revised unit prices.
Please note that if you do not click ‘Submit Changes’, enter the ‘Online Bid ID Code’, click ‘I Agree’ and
click ‘Submit’ the changes will not be updated in the system and the solicitor will not receive new unit
prices. It is crucial to complete this step to ensure your revised information is submitted.
Example of ‘Edited’ column and revised unit price lines. Shows both the original unit price submitted and
the edited proposed revised unit price.
131
pg. 24 v2.0.10.03.2024
Example of the Edited Base Bid Total compared to the original base bid total submitted.
Unsubmit Bid
To remove your bid or to modify the Bid Requirements.
1. Click the ‘Unsubmit Bid’ button to completely remove your bid. While all the data you entered will
remain saved in the system, please note that the bid will not be submitted to the solicitor. This
option allows you to make further edits or revisions without losing any of your previously entered
information. Remember, until resubmitted, your bid is removed in its entirety.
2. Make changes to the qualification and/or bid worksheet page. Re-submit bid before the end of the
bid closing. The bid will not be received by the owner/solicitor if the bid is not resubmitted.
132
pg. 25 v2.0.10.03.2024
A ’Bid Unsubmitted’ email is sent to the individual’s email address and a confirmation message is sent to
the individual ‘Message Center’.
133
pg. 26 v2.0.10.03.2024
Transactions & Receipts
The ‘Transactions & Receipts’ section provides a comprehensive record of all downloaded transactions and
receipts. You can click on the highlighted column names to sort the information. Searchable fields include
‘Date,’ ‘Amount,’ ‘Reason,’ ‘Quest eBidDoc™ No,’ ‘Created By User,’ ‘Status,’ ‘Type,’ and ‘Receipt.’
To narrow down your search, you can adjust the ‘Beginning Date’ and ‘Ending Date’ in the calendar to
specify a particular date range. If you wish to print the information, simply click the ‘Print Page’ button to
generate a PDF or save the document to your device.
For more detailed information, click on the highlighted transaction number to access and print a detailed
receipt along with bid posting information. This feature ensures that you have easy access to all necessary
documentation related to your transactions.
Resources
The ‘Resources’ tab is a valuable section that includes frequently asked questions (FAQs) and their
corresponding answers, user guides, and instructional videos to help you navigate the system effectively.
To view answers to specific questions, simply click on the question name, which will expand the field to
display the response. If you need additional assistance, click the ‘info@QuestCDN.com link to send our
Client Success team a direct email for personalized help regarding any issues or inquiry we can help to
resolve.
Additionally, you can click on any guide or video link to access informative materials that can be
downloaded for your reference. These resources are designed to enhance your understanding of the
platform and improve your overall experience with the biddin g process.
Resources from the main navigation
134
2025 TH 55 OTTAWA WATERMAIN PROJECT APPENDIX C
CITY PROJECT NO. 25-05
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 028092-000
APPENDIX C
UTILITY MAPS
135
EXECUTIVE SUMMARY
Community Development
763-512-2345 / 763-512-2344 (fax)
Company Base Bid Alternate 1 Alternate 2 Total
Valley Paving, Inc. $1,391,812.07 $155,417.07 $94,530.28 $1,641,759.42
Northwest
Asphalt, Inc. $1,407,443.00 $149,987.20 $93,177.90 $1,650,608.10
Park Construction
Company $1,474,215.00 $165,989.00 $98,487.30 $1,738,691.30
Bituminous
Roadways, Inc. $1,494,707.50 $159,080.00 $99,220.00 $1,753,007.50
GMH Asphalt
Corporation $1,536,388.60 $167,286.55 $95,811.60 $1,799,486.75
North Valley, Inc. $1,536,686.32 $165,277.58 $98,296.32 $1,800,260.22
C.S. McCrossan
Construction, Inc. $1,562,512.20 $162,714.25 $92,868.50 $1,818,094.95
OMG Midwest,
Inc. dba
Minnesota Paving
& Materials
$1,758,857.45 $187,178.17 $99,142.16 $2,045,177.78
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
3D.2. Approve Contract for the 2025 Mill & Overlay Project with Valley Paving, Inc.
Prepared By
Caleb Brolsma, Assistant City Engineer
Michael Ryan, City Engineer
Summary
Construction contract bids for the 2025 Mill and Overlay Project were opened virtually on June 26,
2025. The following bids were received:
136
Low Bid Total (Base + Bid Alternate 1 + Bid Alternate 2): Valley Paving, Inc., $1,641,759.42. Staff
reviewed the bids and found them to be reasonable and clear. Staff recommends awarding the
contract to Valley Paving, Inc. for work associated with the Base Bid, Bid Alternate 1, and Bid Alternate
2.
Financial or Budget Considerations
The cost associated with this agreement is $1,641,759.42, which is within the $1,750,000 budget
allocated to the associated S-013 Pavement Management Overlays CIP item. Also associated with this
CIP item is a Professional Services Agreement with Bolton & Menk in the amount of $103,747.00.
Industry standard is to have 5% contingency available for a project of this size and scope, which would
be equivalent to $82,087.91. If contingency funds are required during construction, funds will be taken
from CIP items S-018 and S-046. The fund for this project is 6169.6340.
Legal Considerations
This contract has been approved by the City Attorney's office.
Equity Considerations
The City’s work to execute our mill and overlay projects is consistent with the unbiased programs and
services pillar of the City’s Equity Plan. The mill and overlay program is unbiased, prioritizing streets
that objectively have low Pavement Quality Index scores and providing reliable infrastructure city-
wide.
Recommended Action
Motion to approve Contract for 2025 Mill & Overlay with Valley Paving, Inc. Majority vote needed.
Supporting Documents
2025 Mill and Overlay Project Manual.pdf
2025 Mill and Overlay Agreement.docx
137
Project Manual and Specifications
2025 Mill & Overlay Project
City Project No. 24-07
138
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. CERTIFICATE OF COMPLIANCE CC
6. RESPONSIBLE CONTRACTOR CERTIFICATION RCC
7. FORM OF CONTRACT FC
8. GENERAL CONDITIONS GC
9. SPECIAL CONDITIONS SC
139
CITY OF GOLDEN VALLEY, MINNESOTA
ADVERTISEMENT FOR BIDS
2025 Mill & Overlay Project
City Improvement Project No. 24-07
Notice is hereby given that Online Bids will be received by the City of Golden Valley, Minnesota until
10:00 a.m., June 24, 2025, via QuestCDN for the furnishing of all labor and material for the
construction of the 2025 Mill & Overlay Project. Major quantities for the Work include.
Description Quantity Unit
REMOVE CONCRETE CURB AND GUTTER 3,000 LF
REMOVE CONCRETE WALK 7,000 SF
REMOVE CONCRETE DRIVEWAY PAVEMENT 950 SY
REMOVE AND REPLACE CATCH BASIN OR MANHOLE 10 EA
MANHOLE REHABILITATION (1” CEMENTITIOUS) 39 VF
MILL BITUMINOUS SURFACE (2”) 41,500 SY
ADJUST CATCH BASIN OR MANHOLE CASTING 95 EA
BITUMINOUS WEARING COURSE MIXTURE 5,000 TON
PATCH BITUMINOUS STREET OR DRIVEWAY 1,000 SY
CONCRETE CURB AND GUTTER 2,800 LF
CONCRETE COMMERCIAL APRON 600 SY
CONCRETE H-PATTEN COMMERCIAL APRON 500 SY
CONCRETE WALK 7,000 SF
TRUNCATED DOME PANEL 340 SF
STORM DRAIN INLET PROTECTION 65 EA
TOPSOIL BORROW (LV) 100 CY
SEED AND HYDRAULIC MATRIX, TYPE MULCH 1,200 SY
REVISE SIGNAL SYSTEMS 2 SYSTEM
STRIPING – MULTI COMP 26,000 LF
CROSSWALK – MULTI COMP 2,600 SF
PAVEMENT MESSAGE – MULTI COMP 700 SF
Virtual Bid Opening - Golden Valley, MN - 2025 Mill & Overlay Project
Tuesday, June 24, 2025, 10:00 AM - 10:30 AM (CST)
To join meeting by computer or mobile application: http://tiny.cc/2025MillAndOverlayProj, Meeting ID:
257 571 891 301 4
To join meeting by phone: + 1-612-428-8778, Phone Conference ID: 979 856 612#
The Issuing Office for the Bidding Documents is: Bolton & Menk, Inc. located at 3507 High Point Drive
N, Building 1 Suite E130, Oakdale, MN 55128, Coleton Nelson (612) 430-5113.
Digital project bidding documents are available at www.questcdn.com. You may view the digital plan
documents for free by entering Quest Project Number 9674647 on the website’s Project Search page.
Documents may be downloaded for $30. Please contact QuestCDN.com at (952) 233-1632 or
infor@questcdn.com for assistance in free membership registration, viewing, downloading, and working
with the digital project information.
For this project, bids will ONLY be received electronically. Contractors submitting an electronic bid will
be charged an additional $20 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 Bolton & Menk, Inc. dated June 3, 2025.
140
Bid security in the amount of 5 percent (5%) of the Bid must accompany each Bid in accordance with
the Instructions to Bidders.
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.
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
141
INSTRUCTIONS TO BIDDERS INDEX
PAGE
1. Pre-Bid Meeting ................................................................................................. IB-1
2. Examination of Plans, Specifications and Site of Work ..................................... IB-1
3. Bid Security ....................................................................................................... IB-1
4. Contract Documents .......................................................................................... IB-1
5. Preparation of Proposal ..................................................................................... IB-2
6. Conditions in Bidder’s Proposal ......................................................................... IB-3
7. Interpretation of Estimates ................................................................................. IB-3
8. Delivery of Proposals ......................................................................................... IB-3
9. Rejection of Bids ................................................................................................ IB-3
10. Withdrawal of Proposals .................................................................................... IB-3
11. Public Opening of Proposals ............................................................................. IB-3
12. Evaluation of Bids .............................................................................................. IB-3
13. Disqualification of Bidders ................................................................................. IB-4
14. Equipment ......................................................................................................... IB-5
15. Suppliers and Subcontractors............................................................................ IB-5
16. Furnishing of Evidence of Responsibility ........................................................... IB-5
17. Requirements of Contract Bond ........................................................................ IB-5
18. Failure to Execute Contracts ............................................................................. IB-5
19. Award of Contract .............................................................................................. IB-5
142
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. 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 existe nce 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 accept ed 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.
3. 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
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.
4. 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;
143
IB-2
• Instructions to Bidders;
• Proposal Form;
• Affidavit of Non-Collusion;
• Employee 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
5. PREPARATION OF PROPOSAL
Bidders 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 and
shall be uploaded via QuestCDN Online:
1. Completed Proposal Form
2. Five Percent Bid Security
3. Receipt of Addenda (if applicable); must be downloaded to
submit bid.
4. Affidavit of Non-Collusion
5. Employment Certificate of Compliance
6. Responsible Contractor Certification Form
The Proposal shall be signed in the appropriate places with ink. 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 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.
6. CONDITIONS IN BIDDER’S PROPOSAL
The Bidder shall not stipulate in its Proposal any conditions not provided for on
the Proposal Form.
7. 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.
144
IB-3
8. 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 VirtuBidTM
(vBidTM). Only bids received through vBidTM will be accepted. See the Project
Manual Appendix for instructions on the use of this bidding tool.
9. 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.
10. 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.
11. 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.
12. EVALUATION OF BIDS
The City 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 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.
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 work is necessary for this
145
IB-4
complicated project. Therefore, the City will consider the quality and experience
of each Bidder in addition to the bid price.
13. 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
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.
14. 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.
15. 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.
16. FURNISHING OF EVIDENCE OF RESPONSIBILITY
When requested by the City, the Bidder and any subcontractors shall furnish a
balance sheet 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.
17. 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.
18. 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.
146
IB-5
19. 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.
147
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:
148
Proposal Form
PF-2
City of Golden Valley, Minnesota
2025 Mill & Overlay Project
City Project No. 24-07
Bidders must file this proposal by bid opening as required in the Advertisement for Bids.
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 proposal 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.
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.
149
BIDDING SCHEDULE
2025 Mill & Overlay Project
City Project No. 24-07
City of Golden Valley, MN
BMI Project No. 25X.138286
BIDDER agrees to perform all of the work described in the CONTRACT DOCUMENTS for the following unit prices:
NOTE: BIDS shall include sales tax and all applicable taxes and fees.
BIDDER must fill in unit prices in numerals, make extension for each item, and total.
CY (LV) = Cubic Yards, Loose Volume
ITEM MNDOT APPROX. UNIT
NO. SPEC NO. ITEM QUANT. UNIT PRICE AMOUNT
BASE BID
1 2021.501 MOBILIZATION 1 LUMP SUM
2 2104.502 REMOVE CATCH BASIN OR MANHOLE 10 EACH
3 2104.503 SAWING BITUMINOUS PAVEMENT 790 LIN FT
4 2104.503 REMOVE CONCRETE CURB AND GUTTER 3260 LIN FT
5 2104.504 REMOVE CONCRETE DRIVEWAY PAVEMENT 660 SQ YD
6 2104.504 REMOVE BITUMINOUS DRIVEWAY PAVEMENT 940 SQ YD
7 2104.518 REMOVE CONCRETE MEDIAN 130 SQ FT
8 2104.518 REMOVE CONCRETE MEDIAN APPROACH NOSE 45 SQ FT
9 2104.518 REMOVE CONCRETE WALK 7000 SQ FT
10 2231.604 PATCH BITUMINOUS STREET 260 SQ YD
11 2231.604 PATCH BITUMINOUS DRIVEWAY 730 SQ YD
12 2232.504 MILL BITUMINOUS SURFACE (2") 41500 SQ YD
13 2357.506 BITUMINOUS MATERIAL FOR TACK COAT 3060 GAL
14 2360.509 TYPE SP 9.5 WEARING COURSE MIXTURE (3,E) 5020 TON
15 2503.602 CONNECT EXISTING PIPE TO NEW STRUCTURE 15 EACH
16 2504.602 ADJUST VALVE BOX 15 EACH
17 2506.502 ADJUST CATCH BASIN CASTING, INCL NEW HDPE ADJ RINGS 51 EACH
18 2506.502 ADJUST MANHOLE CASTING, INCL NEW HDPE ADJ RINGS 44 EACH
19 2506.602 4' DIA STORM SEWER CBMH, INCL CSTG 8 EACH
20 2506.602 4' DIA STORM SEWER CBMH W/ 4' SUMP, INCL CSTG 1 EACH
21 2506.602 4' DIA STORM SEWER MH, INCL CSTG 1 EACH
22 2506.603 MANHOLE REHABILITATION LESS THAN OR EQUAL TO 48" DIAMETER (1" CEMENTITIOUS)28.3 VERT FT
23 2506.603 MANHOLE REHABILITATION GREATER THAN 48" DIAMETER (1" CEMENTITIOUS)11.1 VERT FT
24 2521.618 CONCRETE WALK 7200 SQ FT
25 2531.503 B612 CONCRETE CURB AND GUTTER 40 LIN FT
26 2531.503 B618 CONCRETE CURB AND GUTTER 900 LIN FT
ONLY ONE BIDDING SCHEDULE from each BIDDER shall be considered for the project. When more than one BIDDING SCHEDULE from an individual BIDDER is received only the last
submittal meeting the bidding requirements shall be considered and all other copies shall be left unopened.
PF-3
150
BIDDING SCHEDULE
2025 Mill & Overlay Project
City Project No. 24-07
City of Golden Valley, MN
BMI Project No. 25X.138286
BIDDER agrees to perform all of the work described in the CONTRACT DOCUMENTS for the following unit prices:
NOTE: BIDS shall include sales tax and all applicable taxes and fees.
BIDDER must fill in unit prices in numerals, make extension for each item, and total.
CY (LV) = Cubic Yards, Loose Volume
ITEM MNDOT APPROX. UNIT
NO. SPEC NO. ITEM QUANT. UNIT PRICE AMOUNT
ONLY ONE BIDDING SCHEDULE from each BIDDER shall be considered for the project. When more than one BIDDING SCHEDULE from an individual BIDDER is received only the last
submittal meeting the bidding requirements shall be considered and all other copies shall be left unopened.
27 2531.503 B624 CONCRETE CURB AND GUTTER 1830 LIN FT
28 2531.604 7" THICK CONCRETE COMMERCIAL APRON 610 SQ YD
29 2531.604 CONCRETE H-PATTERN COMMERCIAL CROSS GUTTER DRIVEWAY 470 SQ YD
30 2531.618 4" THICK CONCRETE MEDIAN 130 SQ FT
31 2531.618 CONCRETE MEDIAN APPROACH NOSE 50 SQ FT
32 2531.618 TRUNCATED DOME PANELS 360 SQ FT
33 2563.601 TRAFFIC CONTROL 1 LUMP SUM
34 2563.601 RAILROAD FLAGGING ALLOWANCE 1 LUMP SUM
36 2564.602 SALVAGE AND REINSTALL SIGN AND POST 5 EACH
37 2565.601 REVISE SIGNAL SYSTEM A 1 SYSTEM
38 2565.601 REVISE SIGNAL SYSTEM B 1 SYSTEM
39 2565.602 RIGID PVC LOOP DETECTOR 6'X6' 24 EACH
40 2573.501 STORM DRAIN INLET PROTECTION 64 EACH
41 2574.507 TOPSOIL BORROW (LV) 100 CU YD
42 2575.508 HYDRAULIC MATRIX, TYPE MULCH 1250 SQ YD
43 2575.608 SEED TURFGRASS 60 POUND
46 2582.503 4" SOLID LINE MULTI COMP 19900 LIN FT
47 2582.503 4" DOUBLE SOLID LINE MULTI COMP 3900 LIN FT
48 2582.503 4" BROKE LINE MULTI COMP 1180 LIN FT
49 2582.503 4" DOTTED LINE MULTI COMP 280 LIN FT
50 2582.503 12" SOLID LINE MULTI COMP 210 LIN FT
51 2582.503 24" SOLID LINE MULTI COMP 430 LIN FT
52 2582.518 CROSSWALK MULTI COMP 1940 SQ FT
53 2582.518 CROSSWALK MULTI COMP - SPECIAL 800 SQ FT
54 2582.518 PAVEMENT MESSAGE MULTI COMP 670 SQ FT
BASE BID TOTAL BID: $
PF-4
151
BIDDING SCHEDULE
2025 Mill & Overlay Project
City Project No. 24-07
City of Golden Valley, MN
BMI Project No. 25X.138286
BIDDER agrees to perform all of the work described in the CONTRACT DOCUMENTS for the following unit prices:
NOTE: BIDS shall include sales tax and all applicable taxes and fees.
BIDDER must fill in unit prices in numerals, make extension for each item, and total.
CY (LV) = Cubic Yards, Loose Volume
ITEM MNDOT APPROX. UNIT
NO. SPEC NO. ITEM QUANT. UNIT PRICE AMOUNT
ONLY ONE BIDDING SCHEDULE from each BIDDER shall be considered for the project. When more than one BIDDING SCHEDULE from an individual BIDDER is received only the last
submittal meeting the bidding requirements shall be considered and all other copies shall be left unopened.
ALTERNATE 1
55 2104.503 SAWING BITUMINOUS PAVEMENT 60 LIN FT
56 2104.503 REMOVE CONCRETE CURB AND GUTTER 370 LIN FT
57 2104.504 REMOVE CONCRETE DRIVEWAY PAVEMENT 80 SQ YD
58 2104.504 REMOVE BITUMINOUS DRIVEWAY PAVEMENT 100 SQ YD
59 2104.518 REMOVE CONCRETE MEDIAN 150 SQ FT
60 2104.518 REMOVE CONCRETE MEDIAN APPROACH NOSE 25 SQ FT
61 2104.518 REMOVE CONCRETE WALK 970 SQ FT
62 2231.604 PATCH BITUMINOUS STREET 50 SQ YD
63 2231.604 PATCH BITUMINOUS DRIVEWAY 20 SQ YD
64 2232.504 MILL BITUMINOUS SURFACE (2") 5800 SQ YD
65 2357.506 BITUMINOUS MATERIAL FOR TACK COAT 430 GAL
66 2360.509 TYPE SP 9.5 WEARING COURSE MIXTURE (3,E) 710 TON
67 2504.602 ADJUST VALVE BOX 4 EACH
68 2506.502 ADJUST CATCH BASIN CASTING, INCL NEW HDPE ADJ RINGS 16 EACH
69 2506.502 ADJUST MANHOLE CASTING, INCL NEW HDPE ADJ RINGS 3 EACH
70 2521.618 CONCRETE WALK 970 SQ FT
71 2531.503 B612 CONCRETE CURB AND GUTTER 130 LIN FT
72 2531.503 B624 CONCRETE CURB AND GUTTER 100 LIN FT
73 2531.604 7" THICK CONCRETE COMMERCIAL APRON 150 SQ YD
74 2531.618 4" THICK CONCRETE MEDIAN 150 SQ FT
75 2531.618 CONCRETE MEDIAN APPROACH NOSE 25 SQ FT
76 2531.618 TRUNCATED DOME PANELS 30 SQ FT
78 2564.602 SALVAGE AND REINSTALL SIGN AND POST 2 EACH
79 2573.501 STORM DRAIN INLET PROTECTION 20 EACH
80 2574.507 TOPSOIL BORROW (LV) 10 CU YD
81 2575.508 HYDRAULIC MATRIX, TYPE MULCH 110 SQ YD
PF-5
152
BIDDING SCHEDULE
2025 Mill & Overlay Project
City Project No. 24-07
City of Golden Valley, MN
BMI Project No. 25X.138286
BIDDER agrees to perform all of the work described in the CONTRACT DOCUMENTS for the following unit prices:
NOTE: BIDS shall include sales tax and all applicable taxes and fees.
BIDDER must fill in unit prices in numerals, make extension for each item, and total.
CY (LV) = Cubic Yards, Loose Volume
ITEM MNDOT APPROX. UNIT
NO. SPEC NO. ITEM QUANT. UNIT PRICE AMOUNT
ONLY ONE BIDDING SCHEDULE from each BIDDER shall be considered for the project. When more than one BIDDING SCHEDULE from an individual BIDDER is received only the last
submittal meeting the bidding requirements shall be considered and all other copies shall be left unopened.
82 2575.608 SEED TURFGRASS 10 POUND
85 2582.503 4" SOLID LINE MULTI COMP 1160 LIN FT
86 2582.503 4" BROKE LINE MULTI COMP 240 LIN FT
87 2582.518 CROSSWALK MULTI COMP 100 SQ FT
88 2582.518 PAVEMENT MESSAGE MULTI COMP 220 SQ FT
ADD ALTERNATE 1 TOTAL BID: $
89 2104.503 SAWING BITUMINOUS PAVEMENT 140 LIN FT
90 2104.503 REMOVE CONCRETE CURB AND GUTTER 160 LIN FT
91 2104.504 REMOVE BITUMINOUS DRIVEWAY PAVEMENT 20 SQ YD
92 2104.504 REMOVE BITUMINOUS TRAIL PAVEMENT 40 SQ YD
93 2231.604 PATCH BITUMINOUS STREET 20 SQ YD
94 2231.604 PATCH BITUMINOUS DRIVEWAY 20 SQ YD
95 2231.604 PATCH BITUMINOUS TRAIL 40 SQ YD
96 2232.504 MILL BITUMINOUS SURFACE (2") 4900 SQ YD
97 2357.506 BITUMINOUS MATERIAL FOR TACK COAT 370 GAL
98 2360.509 TYPE SP 9.5 WEARING COURSE MIXTURE (3,E) 600 TON
99 2504.602 ADJUST VALVE BOX 2 EACH
100 2506.502 ADJUST CATCH BASIN CASTING, INCL NEW HDPE ADJ RINGS 2 EACH
101 2506.502 ADJUST MANHOLE CASTING, INCL NEW HDPE ADJ RINGS 4 EACH
102 2531.503 B624 CONCRETE CURB AND GUTTER 140 LIN FT
104 2573.501 STORM DRAIN INLET PROTECTION 2 EACH
105 2574.507 TOPSOIL BORROW (LV) 10 CU YD
106 2575.508 HYDRAULIC MATRIX, TYPE MULCH 20 SQ YD
107 2575.608 SEED TURFGRASS 10 POUND
110 2582.503 4" SOLID LINE MULTI COMP 2390 LIN FT
ALTERNATE 2
PF-6
153
BIDDING SCHEDULE
2025 Mill & Overlay Project
City Project No. 24-07
City of Golden Valley, MN
BMI Project No. 25X.138286
BIDDER agrees to perform all of the work described in the CONTRACT DOCUMENTS for the following unit prices:
NOTE: BIDS shall include sales tax and all applicable taxes and fees.
BIDDER must fill in unit prices in numerals, make extension for each item, and total.
CY (LV) = Cubic Yards, Loose Volume
ITEM MNDOT APPROX. UNIT
NO. SPEC NO. ITEM QUANT. UNIT PRICE AMOUNT
ONLY ONE BIDDING SCHEDULE from each BIDDER shall be considered for the project. When more than one BIDDING SCHEDULE from an individual BIDDER is received only the last
submittal meeting the bidding requirements shall be considered and all other copies shall be left unopened.
111 2582.503 4" DOUBLE SOLID LINE MULTI COMP 1640 LIN FT
112 2582.518 12" SOLID LINE MULTI COMP 240 LIN FT
113 2582.518 PAVEMENT MESSAGE MULTI COMP 80 SQ FT
ADD ALTERNATE 2 TOTAL BID: $
TOTAL AMOUNT BID (BASE + ALTERNATE 1 + ALTERNATE 2): $
PF-7
154
Proposal Form
PF-8
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
Phone
Number
Address
Email
Name Title
Signature Date
155
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 , 20__.
Notary Public. My Commission expires:
Bidder Employee Identification Number:
(Number used on Employer Quarterly Federal Tax Return,
U.S. Treasury Department Form No.941)
156
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 fo r
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
157
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 terminat ion 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
158
FC - 1
CONTRACT NO. 24-07
AGREEMENT FOR THE 2025 MILL & OVERLAY PROJECT
PROJECT NO. 24-07
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
2025 Mill & Overlay Project (24-07) (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.
159
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-five (35) 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. 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 City is unable to adequately fund payment for the Contract because of
changes in state fiscal policy, regulations or law; or (3) 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.
160
FC - 3
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.
ARTICLE 10. No Discrimination. Contractor 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. Contractor agrees to comply with the Americans with Disabilities Act as
amended (“ADA”), section 504 of the Rehabilitation Act of 1973, and the M innesota
Human Rights Act, Minnesota Statutes, Chapter 363A. Contractor agrees to hold
harmless and indemnify the City from costs, including but not limited to damages,
attorneys’ fees and staff time, in any action or proceeding brought alleging a violation of
these laws by Contractor or its guests, invitees, members, officers, officials, agents,
employees, volunteers, representatives and subcontractors. Upon request, Contractor
shall provide accommodation to allow individuals with disabilities to participate in all
Services under this Agreement. Contractor agrees to utilize its own auxiliary aid or
service in order to comply with ADA requirements for effective communication with
individuals with disabilities.
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
Noah Schuchman, City Manager
CONTRACTOR
BY
ITS
161
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
162
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
WORKER'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 WORKERS AND EQUIPMENT ........................................ 23
CONTRACTOR'S RIGHT TO REQUEST CHANGES ................................... 24
TEMPORARY SUSPENSION OF WORK ..................................................... 24
SUBSTANTIAL COMPLETION ..................................................................... 24
163
GC - iii
DETERMINATION AND EXTENSION OF CONTRACT TIME FOR
COMPLETION .............................................................................................. 25
FAILURE TO COMPLETE WORK ON TIME ................................................ 26
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 ..................................................... 30
CLAIMS AND PROTESTS ............................................................................ 30
PAYMENT FOR UNCLASSIFIED AND FORCE ACCOUNT WORK ............ 32
PARTIAL PAYMENTS .................................................................................. 33
FINAL PAYMENT .......................................................................................... 34
CERTIFICATE OF COMPLIANCE OF MINNESOTA WITHHOLDING TAX .. 34
SECTION IX - MISCELLANEOUS PROVISIONS ......................................................... 34
NONDISCRIMINATION................................................................................. 35
GOVERNMENT DATA. ................................................................................. 35
VENUE AND FORUM. .................................................................................. 35
COUNTERPARTS. ....................................................................................... 35
ELECTRONIC SIGNATURES. ...................................................................... 36
NOTICES. ..................................................................................................... 36
SEVERABILITY ............................................................................................. 36
NO WAIVER OF LEGAL RIGHTS ................................................................. 36
164
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
165
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
166
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.
167
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
168
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
169
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.
170
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.
171
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.
172
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.
173
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.
174
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.
175
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.
176
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.
177
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
178
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
179
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
180
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.
181
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.
182
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 Worker'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.
183
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
184
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: The Contractor shall
maintain Professional Liability Insurance for all claims the Contractor may
become legally obligated to pay resulting from any actual or alleged negligent
act, error, or omission related to Contractor’s professional services required
under this Agreement.
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 three (3) years.
a. Minimum limit of liability of $1,000,000 per occurrence; $2,000,000 annual
aggregate
b. Deductible not to exceed $5,000 (if in excess, submit certified financial
statement)
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
185
GC - 22
proportionate to their respective subcontracts, but such amounts shall be
satisfactory to the Engineer.
WORKER'S COMPENSATION INSURANCE
Contractor shall furnish Worker's Compensation Insurance for its employees, and
must comply with all Worker'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 Worker'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)
186
GC - 23
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
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 WORKERS AND EQUIPMENT
Contractor shall employ such superintendents, foreperson and workers 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 Worker'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
187
GC - 24
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
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
188
GC - 25
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.
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.
189
GC - 26
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
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
190
GC - 27
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
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.
191
GC - 28
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
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
192
GC - 29
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.
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.
193
GC - 30
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.
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
194
GC - 31
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
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
195
GC - 32
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.
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.
196
GC - 33
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
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).
197
GC - 34
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
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
198
GC - 35
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
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.
199
GC - 36
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,
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: Caleb Brolsma
7800 Golden Valley Road
Golden Valley, MN 55427
cbrolsma@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.
200
11-i
SPECIAL PROVISIONS
TABLE OF CONTENTS
PAGE
1. General 11-1
2. Project Description 11-1
3. Qualifications of Bidder 11-1
4. Starting and Completion Time 11-3
5. Schedule and Construction Phasing 11-4
6. Specifications Which Apply 11-5
7. Reference 11-5
8. Construction Meetings 11-5
9. Supervision of Work and Emergency Contacts 11-6
10. Pre-Construction Conference 11-6
11. Site Conditions 11-7
12. Maintenance of Existing Utilities 11-7
13. Construction Staking 11-7
14. Quality Control and Quality Assurance Testing 11-7
15. Project Access and Staging Area 11-8
16. Utility Conflicts 11-8
17. Easements and Permits 11-9
18. Union Pacific Railroad Requirements 11-9
19. Measurement and Payment 11-10
20. Tree and Landscape Preservation 11-10
21. Mobilization 11-11
201
11-ii
PAGE
22. Sawing Concrete and Bituminous Pavement 11-11
23. Removals and Salvages 11-11
24. Water Use on Project 11-12
25. Aggregate Base 11-12
26. Bituminous Surface Reconditioning 11-13
27. Mill Bituminous Pavement 11-13
28. Plant Mixed Bituminous Mixtures 11-13
29. Pipe Sewers 11-14
30. Adjust Valve Box 11-15
31. Manholes and Catch Basins 11-15
32. Adjust Frame & Ring Castings 11-16
33. Manhole Rehabilitation 11-16
34. Walks 11-22
35. Truncated Dome Panels 11-23
36. Concrete Curb and Gutter 11-23
37. Concrete Median Pavement 11-24
38. 7” Concrete Pavement 11-24
39. Concrete H-Pattern Cross Gutter Driveway 11-25
40. Traffic Control and Maintenance 11-25
41. Railroad Flagging 11-26
42. Salvage and Reinstall Sign and Post 11-26
43. Revise Signal System 11-27
202
11-iii
PAGE
44. Loop Detectors 11-33
45. Erosion and Sedimentation Control 11-36
46. Turf Establishment 11-37
47. Pavement Markings 11-38
48. Restoration 11-38
49. Procedures in the Event of a Sewage Spill or Toxic Release 11-38
203
11-1
SPECIAL PROVISIONS
CITY OF GOLDEN VALLEY
FOR
GOLDEN VALLEY PROJECT NO. 24-07
2025 ASPHALT MILL & OVERLAY PROJECT
BID OPENING: JUNE 24, 2025
10:00 A.M.
1. GENERAL: Instruction to Bidders and General Conditions as embodied in these
Contract Documents shall apply except as modified or supplemented in these
Specifications.
2. PROJECT DESCRIPTION: The contract work provides for the rehabilitation of
portions of the following City street:
• Boone Ave N from T.H. 55 to Plymouth Ave N, 10TH Ave N from
Mendellsohn Ave to Winnetka Ave N and Lewis Road, off 10th Ave N
• Alternate 1: General Mills Blvd N from Harold Ave to T.H. 55
• Alternate 2: General Mills Blvd N from Betty Crocker Dr to Harold Ave
The work will include, but is not limited to, the following:
Localized curb, sidewalk and driveway pavement replacement throughout
the length of the project. Storm structure replacement and rehabilitation.
Catch basin and manhole casting adjustment. The project also includes
bituminous pavement milling and 2-inch bituminous overlay. Bid items are
included for multi component striping and pavement markings at various
locations along the project.
See the Plans for more detailed information on the locations.
The City reserves the right to award all, any combination of base bid or none of
the sections at its sole discretion. The low bid will be determined by combining
the base bids in the order they appear below to best utilize the funding available:
1. Base Bid
2. Alternate 1
3. Alternate 2
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 lack of experience or
204
11-2
equipment, necessary for the satisfactory and timely completion of this project
may be deemed sufficient cause for disqualification of said Bidder. 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.
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 Instruction to Bidders:
Item No. Item
2563.601 Traffic Control
The Bidder must readily and independently document that the Bidder possesses
the experience, available personnel, equipment and financial resources for a
timely and professional completion of this project. The Bidder shall submit, on the
forms provided in the Proposal, the requested information that will assist the City
in determining whether the Bidder is adequately prepared to fulfill the Contract.
The object of the request for the Bidder’s qualifications is to make it possible for
the City to have exact information of the financial ability, equipment and
personnel available, past performance and experience of the Bidder in order to
reduce the hazards involved in awarding a Contract to a contractor apparently
not qualified to perform it, and to select only those Bidders qualified to properly
complete the work.
The City reserves the right to reject any Proposal where an investigation of the
available evidence or information does not satisfy the City that the Bidder is
qualified to carry out the terms of the Contract. The City’s decision as to
qualifications of the Bidder shall be final.
The City has tentatively scheduled consideration of the Contract Award for the
regular City Council meeting on July 1st, 2025 at Golden Valley City Hall (7800
Golden Valley Road).
This project is very complicated, and essential public transportation services
must continue to be provided for during construction. Timing of the project is
critical for the safety of the general public and revenue impacts to the area
businesses. In addition, 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 only a
contractor with good experience in performing this kind of specialty construction
is necessary for this complicated project. Therefore, the City will be considering
the quality and experience of each Bidder in addition to the bid price. A Bidder
will not be considered as a contractor 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:
205
11-3
Experience rehabilitating a roadway similar
in size and functions within the last five
years, to the satisfaction of the owner
5 points
➢ For each additional project qualifying
under the above category 1 point each
Experience of the assigned job
superintendent (specifically named in the
Contractor Questionnaire included with the
Proposal Form) in supervising construction
of an urban street overlay or new installation
project while under traffic similar in size and
functions within the last five years, to the
satisfaction of the owner
5 points
➢ For each additional project
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.
The City will award a contract to the Bidder whose bid price, quality and
experience best conform to the overall interests of the City. The City will consider
the long-term value of the Contractor’s previous construction experience. The
Contractor’s adaptability on previous contracts and suitability to the bid contract
will be considered in determining a contract award.
In addition, the Contractor will be evaluated by the Engineer, or their designate,
at the completion of this project using the Post Project Evaluation form in the
Appendix. The evaluation will be used to determine the Contractor’s performance
on this project and aid the Engineer in determining the Contractor’s ability to
perform the work on future projects.
4. STARTING AND COMPLETION TIME: The Contractor shall furnish all required
bonds and insurance within two (2) weeks of the award of the Contract by the
Golden Valley City Council.
All work under this Contract must be completed no later than October 24, 2025
for work awarded.
206
11-4
Timely completion of this project is of the essence. If the Contractor is delayed
for any reason in the commencement or performance of Contract work (other
than a delay caused by acts of the City or persons acting on behalf of the City for
which the City is legally responsible), to the extent such delay will prevent the
Contractor from completing the Contract work (or any portion thereof) by the
required completion date, the Contractor’s sole remedy for such delay shall be an
extension of the applicable completion date, with such extension mutually agreed
upon by the parties in writing after the City’s receipt of a written request for the
extension detailing causes of the delay and the need for an extension; provided
the City shall only agree to an extension to the extent such delay (i) is not
caused, and could not have been anticipated, by the Contractor and (ii) could not
be or have been limited or avoided by the Contractor’s timely notice to the City of
the delay or reasonable likelihood that a delay will occur, and provided further,
the City shall only agree to an extension if the performance of the Contract work
is not, was not, or would not have been delayed by any other cause for which the
Contractor is not entitled to an extension under the Contract.
Without limiting the forgoing, if a conflict arises with existing private utilities during
the commencement or performance of Contract work, the Contractor shall
proceed to work in areas without such conflict until the conflicts are resolved. It is
the express understanding of the parties with regard to all Contract work that the
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. If any term or provision of the Contract or any application thereof is invalid
or unenforceable, the remainder or the Contract and any other application of
such term and provision shall not be affected thereby.
5. SCHEDULE AND CONSTRUCTION PHASING: The Contractor shall schedule
all work to minimize inconvenience to residents and businesses.
The Contractor will be required to submit to the Engineer for review and
approval, a detailed critical path schedule a minimum of three (3) days before the
pre-construction conference. The schedule must detail all controlling operations.
The following requirements/operations must be included in this plan:
A. Bituminous overlay within two weeks of milling the existing pavement.
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.
Working hours for this project shall be limited to 7:00 am to 7:00 pm, Monday
through Saturday, except as described in these Special Provisions, unless
approved by the Engineer. The Contractor shall schedule all work to comply with
this requirement.
207
11-5
The Engineer may require some work to be done at times other than those
indicated if they deem it is in the best interest of the City and the property
owners/businesses affected.
6. SPECIFICATIONS WHICH APPLY: The Specifications which apply to the
construction of the work shown in the Plans shall be Standard Utilities
Specifications for Watermain and Service Line Installation, Sanitary Sewer and
Storm Sewer Installation, and Trench Excavation and Backfill/Surface
Restoration, Revised 2023, 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 Provisions.
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/. Also, Division II (Construction Details) and
Division III (Materials) of the Minnesota Department of Highways Standard
Specification for Construction, 2020 Edition and its supplements, shall apply,
except as modified or supplemented herein. In the event of conflicts between the
above referenced specifications, the following order of priority shall apply from
first to last:
• These Specifications
• Standard Utilities Specification prepared by the City Engineers Assoc. of
MN
• MnDOT Standard Specifications for Construction
7. REFERENCE: All references in the Specifications and Special Provisions to
“MnDOT Standard Specifications” 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.
8. CONSTRUCTION MEETINGS: The Contractor shall be required to attend
weekly construction meetings. Meeting time and location is to be determined at
the preconstruction meetin. The Contractor must submit a two-week schedule of
work at each weekly construction meeting. A bar graph schedule(s) showing the
next two weeks work, and the overall project schedule must be submitted as part
of the schedule. This information will be included in a newsletter distributed to
residents in the project area updating them of the progress and expected
construction sequencing. Failure to submit the schedule as required shall
result in the City withholding any money due.
In the event delays are experienced on the project due to weather or conflicts
with private utility company facilities, the Contractor’s schedule must detail extra
efforts to put the construction back on schedule.
208
11-6
9. SUPERVISION OF WORK AND EMERGENCY CONTACTS: The Contractor
shall provide a competent, reliable superintendent to be on the project site at all
times, during all phases of the construction. The superintendent shall act as the
Contractor’s representative and supervise all the Contractor’s and
subcontractors’ forces through all phases and operations of the work. The
Contractor shall not change the superintendent for each phase or operation of
the work, nor allow a subcontractor’s superintendent to act as the project
superintendent. The superintendent is not to be considered a working
foreman, but rather a full-time supervisory person to manage the
construction of this project from start to completion. The superintendent
shall have the authority to represent the Contractor in all issues that may arise
and to obtain all equipment and manpower necessary to perform the work as
directed by the Engineer. All orders from the Engineer shall be directed through
this superintendent. The Contractor shall not replace the superintendent
without written authorization from the Engineer. Replacement of the
superintendent, without written authorization from the Engineer, shall be
considered a failure to meet the requirements of the contract and may, at the
City’s discretion, be considered default of the contract by the Contractor.
No exceptions or modifications of these requirements will be accepted.
The 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 three additional 24-hour emergency contacts.
10. PRE-CONSTRUCTION CONFERENCE: Prior to the beginning of construction
operations, a pre-construction conference will 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.
The Contractor must submit to the Engineer for approval, a traffic control
plan prior to the pre-construction conference detailing how traffic will be
provided throughout construction.
11. SITE CONDITIONS: The 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.
209
11-7
12. MAINTENANCE OF EXISTING UTILITIES: The City has cleaned and televised
all sewer lines prior to construction. The Contractor shall be responsible for
keeping all utilities clean during construction. In the event debris is found
during the post-construction televising of sewers, the Contractor shall be
responsible for cleaning all lines to their pre-construction condition with no
additional compensation.
13. CONSTRUCTION STAKING: The City of Golden Valley 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 the Contractor will use to perform the work. It will be the Contractor’s
responsibility to request any additional staking necessary to perform the work.
The Contractor’s superintendent shall notify the Engineer a minimum of
72 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 the Contractor’s negligence to request staking as described
will be permitted.
The 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
the Contractor or by the Contractor’s lack of protection of the stakes, the cost of
replacing the stakes will be deducted from monies due the Contractor.
The City will provide the Contractor with written notice of violation of this Section
one time. This written notice shall serve as notice of withholding of monies due
the Contractor for the City to recover its costs for failure to comply with this
Section.
14. QUALITY CONTROL AND QUALITY ASSURANCE TESTING: The Contractor
shall be responsible for quality control testing in accordance with the 2023
Schedule for Material Control for 2020 Standard Specifications.
All costs for such testing, in accordance with the Schedule for Material Testing
shall be included in the unit prices for the items to be tested.
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.
The Contractor shall also be responsible for collecting companion samples in
accordance with MnDOT Standard Specifications to verify the 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
210
11-8
such samples provided by the Contractor at its cost. The Contractor shall be
required to contact the Engineer to be represented during sampling.
15. PROJECT ACCESS AND STAGING AREA: Construction traffic access to the
project areas shall be limited to the streets being rehabilitated under this project,
federal, state and county highways. The use of other routes shall be cause for
ticketing. This requirement shall not waive the 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.
The City has no area available for staging on this project. All impacts shall be
limited to the construction limits.
No extra compensation will be allowed for extra construction costs due to
these restrictions.
16. UTILITY CONFLICTS: In order to minimize inconvenience to adjacent property
owners and expedite the project, the Contractor shall be expected to coordinate
his efforts with the private utility companies so all work can be done in a timely
manner. The Contractor shall schedule or redirect his/her work to ensure that
utility company relocates, installations and/or removals do not impede progress
of the project. The 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.
Utility company contacts for this project are:
CenterPoint Energy – Austin Sowers (612-321-5421)
Arvig – Toby Sunderland (612-508-3895)
Lumen – RJ Allison (612-388-7375)
Consolidated Communications – David Cormier (612-314-2231)
Comcast Cable Communications, Inc. – McClay Lyford (651-262-6600)
Level 3 Communications – John Ruff (612-295-2275)
MNDOT – Buck Craig (651-582-1447)
Zayo – Gregory Grams (763-898-9568)
Xcel Energy – Adam Barthel (612-368-6427)
It is anticipated that some facilities will be in conflict with the work on this project
and that the Contractor will be expected to guard and protect said 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.
211
11-9
17. 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 Contractor shall also obtain a Stormwater Management Permit and a
Right-of-Way Permit from the City of Golden Valley. The 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 II, Item 2,
“Requirements of Contract Bond” of the General Conditions of this
Contract.
B. 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. MnDOT Right-Of-Way Permit for all work along Olson Memorial Highway
(HWY 55). Contractor shall be required to fulfill all requirements and
provide any bonds required of the permit.
B. Hennepin County Right-Of-Way Permit for all work along Winnetka
Avenue (CSAH 156). Contractor shall be required to fulfill all requirements
and provide any bonds required of the permit.
C. Construction and Maintenance Agreements with Union Pacific Railroad
(UPRR).
18. UNION PACIFIC RAILROAD REQUIREMENTS: The Contractor shall conform
to all Union Pacific Railroad (UPRR) requirements and associated costs 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 obtain third-party flagging as necessary.
i. https://www.up.com/real_estate/third-party-flagging/index.htm
212
11-10
D. 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 protection of the fiber
optic cable prior to beginning any work.
E. Contractor shall conform to UPRR safety requirements, including but not
limited to those found in UPRR Contractor Minimum Safety Requirements
(Appendix C).
F. 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.
19. MEASUREMENT AND PAYMENT: Payment for all items shall be by the unit
price bid. The items and quantities shown for each section on the Proposal form
are for informational purposes only. However, if work is performed on any section
that does not have an item or quantity shown on the Proposal Form for the
specific section but such item is shown in another section, the work will be paid
for under that section.
The City reserves the right to increase or decrease quantities shown on the
Proposal to stay within the amount budgeted by the City. No claims for
increased cost due to increased or decreased quantities shall be
considered.
Measurement for all items not specifically described in these Specifications shall
be done in accordance with MnDOT Standard Specifications unless modified in
these Specifications.
20. 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. The Contractor will be required to meet with the City
Forester (763-593-8046) 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.
The Contractor shall exercise due caution to protect existing tree branches. All
branches that have been damaged by the Contractor shall be properly trimmed in
213
11-11
accordance with National Arboriculture Standards by the end of the workday. The
Contractor shall also notify the Engineer immediately of any damaged branches.
When excavating near trees, the Contractor shall cut cleanly back to the soil line,
all exposed, shredded or torn roots greater than 1-½ inch 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, the Contractor shall coordinate all such efforts with the 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.
The Contractor shall be required to provide protection to all exposed oak tree
roots that are cut prior to July 1st. The 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 during
construction. The Contractor shall coordinate all such work with the City Forester.
21. MOBILIZATION (2021): The lump sum for mobilization is to include all aspects
of work in accordance with MnDot Standard Specification 2021.
22. 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. The 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 the Contractor’s expense.
Sawing at curb replacement and concrete driveway tie in locations shall be
incidental to curb and concrete driveway pavement removals, respectfully, and
will not be measured and paid for separately under this item.
Since it is desirable to provide aggregate interlock between new and existing
concrete slabs, walks and curb sections, if the Contractor chooses to saw
existing joints in concrete walks, curbs or pavement to aid in removal, all such
sawing shall be at the Contractor’s expense.
Bituminous saw cuts at match points with existing pavements shall be performed
immediately prior to placement of bituminous wear course.
23. REMOVALS AND SALVAGES (2104): The unit price bid for all items
designated for removal shall include disposal at a site selected by the Contractor
and approved by the Engineer. Items designated to be removed must be loaded
214
11-12
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 items have been disposed of off the
project.
Removal of catch basin or manhole structures shall include removal and disposal
of existing adjustment rings. Existing castings of structures designated for
removal shall be salvaged and delivered to the City of Golden Valley Public
Works building located at 7800 Golden Valley Road, Golden Valley, MN 55427
and shall be considered incidental to removal of the structure.
24. 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, the Contractor
will be obligated to provide the water within two (2) hours of notification by the
Engineer.
The Contractor will not be charged for any project related water use. However, to
receive permission to take water from hydrants the 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 the Contractor returns the meter in good condition.
Upon approval from the Engineer, the Contractor shall identify the specific
hydrants to be used during construction. Only hydrants approved by the
Engineer will be available for use by the Contractor.
25. AGGREGATE BASE (2211): The Class 5 Aggregate Base shall be constructed
in accordance with the Provisions of Section 2211 of MnDOT Standard
Specifications. The aggregate base shall be compacted in accordance with
MnDOT Standard Specification 2211.3C1, Specified Density Method.
The Contractor may use Class 5 Recycled Aggregate. If recycled aggregate is
used, the Contractor shall be responsible for providing testing certification for all
recycled aggregate used. The Contractor shall provide documentation of product
source and certification that recycled aggregate m eets all requirements for
Class 5 (MnDOT Standard Specifications), 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.
26. BITUMINOUS SURFACE RECONDITIONING (2231): The unit price bid per
square yard to Patch Bituminous Street shall be considered compensation in full
215
11-13
for all labor and equipment to repair locations along curb and gutter, driveway
aprons, storm sewer installations, casting adjustments, and full pavement section
removals as directed by the Engineer. Item shall include, but not limited to,
bituminous material to within 2” of finish grade, subgrade preparation, and
salvaging and reinstalling aggregate base and select granular material.
Supplemental aggregate base and select granular material needed to match the
existing pavement section shall be considered incidental to this item.
Street patching mixture being utilized as a base course shall be SP 12.5
(SPNWB230C).
The unit price bid per square yard to Patch Bituminous Driveway shall be
considered compensation in full for all labor and equipment to reconstruct the
driveway to match the existing pavement section including bituminous material
(minimum 3”), subgrade preparation, and salvaging and reinstalling aggregate
base. Supplemental aggregate base needed to match the existing driveway
section shall be considered incidental to this item.
Driveway patching mixture being utilized as a wearing course shall be SP 9.5
(SPWEA230C).
27. MILL BITUMINOUS PAVEMENT (2232): The unit price bid per square yard to
Mill Bituminous Pavement shall be considered com pensation in full for all labor
and equipment to mill the existing pavement surface, to the depth and width
specified, in accordance with the provisions of MnDOT Standard Specification
2232, the Plans and as directed by the Engineer.
Milling may not be performed until immediately prior to paving the wearing course
mixture and only after obtaining written permission from the Engineer. The
Contractor shall schedule the milling operation to minimize the time between
milling and paving the new wearing course. Concrete replacements, casting
adjustments, bituminous patching and sodding must be completed, to the extent
possible, before milling will be allowed.
Measurement will be made on the basis of actual area milled as determined by
the Engineer from CAD drawings prepared for this project. Where directed by the
Engineer, the Contractor shall use slope controls on the milling machine to
correct the roadway profile based on in-place curbs. No additional compensation
will be considered for use of such controls.
28. PLANT MIXED BITUMINOUS MIXTURES (2360): All bituminous mixtures shall
be in conformance with MnDOT Standard Specification 2360, except as modified
or supplemented herein.
216
11-14
The wearing course mixture shall be SPWEA340E. The non-wearing course
mixture shall be SPNWB230C. Recycle mixtures will not be allowed for either
mixture.
In addition, it shall be the 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.
The Contractor shall ensure that the wearing course mixture is placed so when
compacted, the new asphalt surface will be 1/4 inch above the casting in the
roadway. If the pavement is not placed to achieve this requirement, the
Contractor shall, at their own expense, adjust the castings and, utilizing infrared
equipment, restore the asphalt around the casting to match the adjoining
pavement without a “patched” appearance to the Engineer’s complete
satisfaction. No payment will be made for the work until this requirement has
been satisfied.
Compaction shall be obtained in accordance with MnDOT Standard Specification
2360.6B, Maximum Density Method. Density measurements by coring shall not
be allowed on the wearing course. The Contractor shall provide the Engineer
with certification of the person performing nuclear testing.
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.
Bituminous tack coat shall be CSS-1h.
Any structural or surface defect of the 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
patch at the Contractor’s expense. Determination of defective materials to be
replaced shall be made solely by the Engineer.
The unit price bid for each mixture shall be compensation in full to place and
warrant such mixture as specified.
All turf restoration must be complete before the wearing course on the street may
be placed.
29. PIPE SEWERS (2503): Pipe Sewers shall be constructed in accordance with the
provisions of MnDOT Standard Specification 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.
217
11-15
All joints in the reinforced concrete pipe (RCP) shall be sealed with preformed
rubber gasket type seals, in accordance with MnDOT Standard Plate 3006G.
No construction joints are allowed for storm sewer pipe connections. The connection
to existing storm sewer pipe item shall be to the nearest joint. No concrete collars
allowed unless otherwise approve in writing by the Engineer.
The Connect Existing Pipe to New Structure item shall include salvaging and reinstalling
existing pipe or removing and replacing existing pipe with new pipe to connect to the
new storm sewer structure regardless of pipe size and type.
The 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.
The 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.
30. ADJUST VALVE BOX (2504): Valve boxes withing the roadway shall be set to ¼-
inch below the elevation of the finished pavement surface as directed by the
Engineer. Valve elevations shall be verified by the Contractor within 24 hours prior to
wear paving.
31. MANHOLES AND CATCH BASINS (2506): All Manholes and Catch Basins
shall be constructed in accordance with the Provisions of Section 2506 of
MnDOT Standard 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
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 drainage 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, including furnishing of the
casting assembly. Adjustment rings and casting adjustment to final elevation
shall be paid for under the Adjust Frame and Ring Castings (2506) item for each
type of casting.
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.
218
11-16
32. ADJUST FRAME & RING CASTINGS (2506): The unit price bid for adjusting
each frame and ring casting shall be considered compensation in full to set each
existing manhole or catch basin casting to the elevation designated by the
Engineer. The unit price shall also include patching the bituminous surface,
including but not limited to, all materials, equipment and labor necessary after
setting the casting to the elevation required. Payment for adjustment of new
castings shall be in accordance with the item F&I Casting Assembly.
Placement of the bituminous wear course must be completed within 48 hours of
the completion of casting adjustments. No payment will be made for adjustments
completed after the wear course has been placed.
The Contractor shall adjust all castings, as directed by the Engineer, within the
roadway to 1/4 inch below the finished pavement surface.
The Contractor shall also replace all existing concrete adjusting rings with new
HDPE rings.
The Contractor shall be responsible for coordinating with private utility companies
for adjustment of private utility structures determined to be necessary to
complete the work in accordance with the Plans and Specifications. 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.
33. MANHOLE REHABILITATION (2506): The unit price bid per the vertical foot
shall be considered compensation in full for Manhole Rehabilitation (1”
Cementitious) measured from the manhole invert to the bottom of the adjustment
rings and shall include the cost for fully rehabilitating the storm sewer structure,
invert, and bench with 1-inch of an approved cementitious rehabilitation product.
This shall also include any structure preparation work that is required to
satisfactory rehabilitate the structure in accordance the Specifications, except as
modified herein.
Payment shall be made for structures either less than or equal to 48” diameter or
greater than 48” diameter. A structure shall be considered greater than 48”
diameter if at any point within the structure the diameter exceeds 48”. Once any
portion of the structure exceeds 48”, the structure shall be measured and paid as
though the entire structure is over 48”.
A SPECIFICATION REFERENCE
1. The following referenced Specifications will apply to this Section:
219
11-17
2. CEAM Specifications No. 2015.5.a, 2015.5.b, 2015.5.c, 2015.5.d,
2621.3A5, and 2621.3B2 shall apply to manhole and catch basin
rehabilitation, except as modified herein.
3. MnDOT Specifications No. 2211, 2331, 2341, 2451.3D, and 2531 shall
apply to manhole and catch basin rehabilitation, except as modified herein.
4. ASTM C-94 shall apply to manhole and catch basin rehabilitation, except
as modified herein.
5. MnDOT Standard Plates
6. Unless noted otherwise, the provisions in this section are in addition to the
referenced specification.
B SUBMITTALS
1. No references for this section.
C MANHOLE MATERIALS
1. Patching Mix:
a. A quick setting cementitious material will be used as a patching mix and
is to be mixed and applied according to the manufacturer's
recommendations and will have the following minimum requirements:
(a) Compressive Strength: 1400 psi @ 6 hours
(b) Shrinkage: 0% at 90% R.H.
(c) Bond: 28 days, 150 psi
(d) Cement Sulfate Resistant
(e) Density, when applied: 105-110 pcf
2. Infiltration Control Mix and Grouts:
a. The rapid setting cementitious product specifically formulated for leak
control will be used to stop minor infiltration and will be mixed and
applied according to the manufacturer's recommendations and will have
the following minimum requirements:
(a) Compressive Strength: 600 psi @ 1 hr., 1000 psi @ 24 hrs.
(b) Bond: 30 psi @ 1hr., 80 psi @ 24 hrs.
220
11-18
b. A cementitious grout will be used for stopping very active infiltration and
filling voids and will be mixed and applied according to the
manufacturer's recommendations. The cementitious grout will be
volume stable and have a minimum 28-day compressive strength of 250
psi and a 1-day strength of 50 psi.
c. Chemical grouts may be used for stopping very active infiltration and will
be mixed and applied per the manufacturer's recommendations.
d. Oakum: Dry Oil Free Oakum, Meeting Federal Specification HH-P-117
e. Chemical grouts may be used for stopping very active infiltration and will
be mixed and applied per the manufacturer's recommendations.
(a) Physical Properties:
(1) Tensile Strength, ASTM D-3574 or D-638: 300 to 450 psi.
(2) Tensile Elongation, ASTM D-3574 or D638: 300 to 400%.
(3) Toxicity, ANSI/NSF Standard 61: Non-Toxic.
(b) The grout material shall be non-flammable and non-toxic when
cured.
(c) Acceptable Products:
(1) Prime Flex 900 XLV by Prime Resins, inc.
(2) CFL PURe by DeNEEF Construction Chemicals, Inc.
(3) Mountain Grout Ultra by Green Mountain International, LLC.
(4) ST-504 by Strata-Tech, Inc.
(5) Avanti AV-202 Multigrout.
(6) Approved Equal.
3. The required CEMENTITOUS MANHOLE REHABILITATION Product
shall be DuraSeal CA, Mainstay ML-CA, Raven 705CA, Sherwin Williams
Calcium Aluminate, Tnemic Calcium Aluminate, Quadex GeoKrete, Strong
High Performance Mix or Engineer approved equal meeting or exceeding
the strength specs below.
a. The cementitious repair mortar product must include pure calcium
aluminate and meet or exceed the following properties:
(a) Minimum Compressive Strength @ 28 Days: 8,000 psi
221
11-19
(b) Minimum Split Tensile Strength @ 28 Days: 800 psi
(c) Minimum Flexural Strength @ 28 Days: 1,500 psi
(d) Shrinkage @ 28 Days: 0.02% max
(e) Minimum Bond @ 28 Days: 2,000 psi
(f) Freeze/Thaw: No visible damage after 300 cycles
4. Water:
a. The water to be used will be clean and potable. Questionable water will
be tested by a testing laboratory in accordance with ASTM C-94.
Potable water need not be tested.
5. Other Materials:
a. No other material will be used with the mixes described in CEAM
Specifications No. 2015.5.a, 2015.5.b, 2015.5.c, and 2015.5.d without
prior approval or recommendation from the manufacturer.
D CONSTRUCTION REQUIREMENTS
1. General
a. The Contractor, approved and trained by the manufacturer will furnish all
labor, equipment, and materials for supplying a cementitious mix with
machinery specially designed for the application. All aspects of the
installation will be in accordance with the manufacturer's
recommendations and with the following specifications which include:
(a) The elimination of active infiltration prior to making the application.
(b) The removal of any loose and unsound material and cleaning of the
interior of the manhole with high-pressure water (minimum 3500 psi).
Wire brushing and/or sandblasting may be required.
(c) Patching of manhole walls or sewer structures if needed will be
required in areas where large voids exist, such as mortar missing
between bricks, around step frames, pipes, and spalled concrete. All
loose or cracked and corroded material will be removed from the
area to be patched, exposing a sound substrate. Patching material
will be allowed to cure before applying the waterproof coating.
(d) The repair and sealing of the invert and benches.
(e) The application of a cementitious mix to restore a
structural/structurally enhanced manhole.
222
11-20
(f) Removal and replacement of the manhole casting.
b. The minimum applied thickness of the cementitious rehab product shall
be no less than 1-inch in all areas.
2. Temporary Service Measures
a. It will be necessary to maintain service during the construction period.
Before proceeding with the project, the Contractor shall establish a work
plan and submit the plan to the City Staff and Engineer for review and
comment. The plan will outline the method to be used to maintain
service to the affected consumers. Failure to maintain sewer service
could result in direct damage claims as well as consequential damage
claims against the Contractor. The Contractor is the sole party
responsible to notify the City and consumers who may be affected by
the interruption of service.
b. If needed, the Contractor shall furnish, install and maintain equipment to
bypass and control the sewage (sanitary and storm sewer) flow around
the construction zone. Failure to operate and maintain the bypass
equipment could result in indirect damage claims as well as
consequential damage claims to the Contractor.
3. Removal of Surface Improvements
a. Specification Reference CEAM 2621.3A5.
b. Concrete surfaces will be sawed prior to excavation of the trench unless
a construction joint is convenient to the trench limits.
c. The bituminous street surface will be sawed or cut, as stated in the
referenced specification, prior to the excavation of the trench.
4. Clarification and Disposition of Materials
a. Specification Reference CEAM 2621.3B2.
b. All debris, removed structures, pipes, culverts, bituminous surfaces,
excess excavated material (not designated to be salvaged), etc. will be
the property of the Contractor. The material will be disposed of following
all state laws and local ordinances.
5. Preparation work
a. If the flow is maintained through the manhole during the construction
period, place covers over the invert to prevent extraneous material from
entering the sewer. If excessive quantities of debris enter the sewer, it
223
11-21
will be the responsibility of the Contractor to clean the sewer at its own
expense.
b. All foreign material will be removed from the manhole wall and bench
using a high-pressure water spray (minimum 1200 psi). Loose and
protruding brick, mortar, and concrete will be removed using a mason's
hammer and chisel, and/or scraper. Fill any large voids with a quick
setting patching mix. The surface to be repaired must be clean and free
of any loose materials with walls saturated with water.
6. Construction Work
a. Infiltration Repair and Grouting
(a) Infiltration sealing will be performed during high groundwater
conditions to ensure that all leakage is identified, if possible. Some
leaks may require weep holes to localize the infiltration during the
application after which the weep holes will be plugged with the quick
setting infiltration control mix prior to the final surface application.
(b) Minor leaks will be stopped using quick-setting specially formulated
infiltration control mixes and will be mixed and applied per the
manufacturer's recommendations.
(c) If chemical grouting is to be used, holes will be carefully drilled from
within the structure and will extend completely through the wall. The
grout will be pumped through the manhole wall until no more
movement of grout is evident in either the drilled holes or the
locations of leaks. The process will be repeated until the structure is
completely sealed. All manufacturer's recommendations will be
followed including pot life of the grout and insertion pressure.
b. Invert Repair
(a) After all the preparation has been completed, remove all loose
material and wash the wall again.
(b) Any bench, invert, or service line repairs will be made at this time
using the quick setting patching mix and will be used per the
manufacturer's recommendations.
(c) Invert repair will be performed on all inverts with visible damage or
infiltration. After blocking flow through the manhole, and thoroughly
cleaning the invert, the quick setting patch mix (CEAM 2015.5.a) will
be applied to the invert expeditiously. The mix will be troweled
uniformly onto the damaged invert extending out onto the base of the
manhole sufficiently to tie into the walls. The finished invert surfaces
224
11-22
will be smooth and free of ridges. The flow may be re-established in
the manhole within 30 minutes after placement of the mix.
(d) The invert will be channeled to a depth equal to the diameter of the
downstream pipe in a manner to maintain velocity and direct the flow
from the upstream pipes to the downstream.
c. Bench Repair
(a) The bench will be graded with a gradual slope of no less than ½-inch
toward the invert. The wall bench intersection will be rounded to a
uniform radius of the full circumference of the intersection.
E WARRANTY
1. All manhole rehabilitation work shall be fully guaranteed by the Contractor
for a period of 2 years from the date of Final Acceptance unless otherwise
stipulated in writing by the Owner prior to the date of Conditional
Acceptance. During this period, all serious defects discovered by the
Owner or Engineer shall be removed and replaced by the Contractor in a
satisfactory manner at no cost to the Owner. In addition, the Owner may
conduct independent televised inspections, at its own expense, of the lining
work at any time prior to the completion of the guarantee period.
34. WALKS (2521): The unit price bid for concrete walk shall be considered
compensation in full to construct/reconstruct/replace the walk at random
locations throughout the project in accordance with MnDOT Standard
Specification 2521, the Minnesota Concrete Flatwork Specifications, these
Specifications, and to the full satisfaction of the Engineer.
A. Concrete Pedestrian Ramp (2521): All concrete pedestrian ramps shall
be constructed in accordance with the Provisions of MnDOT Standard
Specification 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 same.
The pedestrian curb ramps shall be constructed in accordance with
current PROWAG standards and the detail in the Plans. The truncated
dome panels shall be “Detectable Warning Plates,” Model #R4984, as
manufactured by Neenah Foundry Company, Tel: 800.558.5075, or an
approved equal. The unit price bid per square foot for Truncated Dome
shall be considered compensation in full to install each panel designated
by the Engineer. The concrete walk into which the panels are placed shall
be paid on the basis of actual area of 6-inch concrete walk placed. All
225
11-23
concrete pedestrian ramp landings shall be poured separately from the
slope of the ramp as shown on the Pedestrian Ramp Standard Detail
sheets in the Plans. All incidental costs to construct the pedestrian ramps
as specified shall be included in the unit price bid for the Truncated Dome
Panel.
The concrete to be used for hand-placed flatwork shall be MnDOT Mixture 3F52.
However, the 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 the Contractor.
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 cleaned to the satisfaction of the Engineer. Sawcuts shall extend to
at least 30% of the walk thickness.
All tooled joints constructed in the new walk shall be 1/4-inch radius to meet
current PROWAG standards (expansion joints, against existing walks in the
pedestrian access routes, etc.).
35. TRUNCATED DOME PANELS (2531): The unit price bid per square foot shall
be considered compensation in full for all equipment, materials and labor to
furnish and install truncated dome panels in conformance with MnDOT Standard
Specification 2531 and the standard details in the Plans, except as modified
herein.
Truncated dome panels shall be Neenah Foundry Company – Cast Iron
Uncoated or approved equal.
36. CONCRETE CURB AND GUTTER (2531): Concrete curb and gutter shall be
placed in accordance with the provisions of MnDOT Standard Specification 2531,
the Minnesota Concrete Flatwork Specifications, and these Specifications.
The unit price bid shall be considered compensation in full for all equipment,
materials and labor to replace defective curb and gutters as directed by the
Engineer at random locations throughout the project. Curb placed under this
project shall match the design of the curb and gutters it adjoins. Spot repairs as
designated by the Engineer will be paid for under the bid items for removal, curb
and gutter and driveway pavement.
In some areas, the Engineer shall require the Contractor to hand -place curbs and
pavements to avoid damage to adjacent landscaping, retaining walls, etc. No
request for additional compensation shall be considered to accommodate this
226
11-24
requirement. In areas where the Contractor is required to hand-place curb and
pavements, the Contractor shall remove the adjacent pavement material to allow
adequate space for concrete forms. In no case shall an existing pavement edge
be utilized as a form for new curb and gutter unless approved by the Engineer.
Concrete delivery trucks must wash out in accordance with Minnesota Pollution
Control Agency (MPCA) requirements. If the Contractor elects to provide a
portable concrete washout device, they must submit information verifying
compliance to MPCA requirements to the Engineer for approval before the
preconstruction conference. The cost to the Contractor for adherence to this
provision shall be considered incidental to the cost of the concrete placement
with no direct compensation.
37. CONCRETE MEDIAN PAVEMENT (2531): The unit price bid per square foot
shall be considered compensation in full to construct median and median
approach noses as directed by the Engineer, and in conformance with MnDOT
Standard Specifications 2521 and 2531, the Minnesota Concrete Flatwork
Specifications, and the standard details in the Plans, except as modified herein.
All concrete pavement repair/replacement shall be completed within one
(1) day from the curb removal at each 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.
The concrete to be used for hand-placed pavement shall be MnDOT High Early
Strength Mixture 3HE52. However, the 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 the Contractor.
38. 7” CONCRETE PAVEMENT (2531): The unit price bid per square yard for 7-inch
concrete pavement shall be considered compensat ion in full to construct aprons
and driveways as directed by the Engineer, and in conformance with MnDOT
Standard Specifications 2521 and 2531, the Minnesota Concrete Flatwork
Specifications, and the standard details in the Plans, except as modified herein.
All concrete pavement repair/replacement shall be completed within one
(1) day from the curb removal at each 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.
The concrete to be used for hand-placed pavement shall be MnDOT High Early
Strength Mixture 3HE52. However, the 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 the Contractor.
227
11-25
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. Compliance with this requirement will
not lessen the Contractor’s responsibility to warrant the work in accordance with
these Specifications.
39. CONCRETE H-PATTERN CROSS GUTTER DRIVEWAY (2531): The unit price
bid per square yard for 36-inch Gutter Through Driveway shall be considered
compensation in full, including but not limited to, all equipment, materials and
labor to construct the gutter section in accordance with MnDOT Specification
2531, the detail in the Plans, and to the satisfaction of the Engineer. Reinforcing
steel used to construct the gutter in conformance with the detail in the Plans shall
be included in the unit price bid per square yard with all costs considered
incidental to it.
The concrete to be used for H-Pattern Cross Gutter Driveway shall be MnDOT
High Early Strength Mixture 3HE52. However, the 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 the Contractor.
40. TRAFFIC CONTROL AND MAINTENANCE (2563): The 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. The
Contractor shall provide, under the traffic control item, all construction signage
and traffic control required for this project. 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 the Contractor or withheld from monies due.
The Contractor shall be required to schedule his daily work so all
excavations are filled in completely, adequate drainage is provided to
prevent any water from standing on the project site and no spoil piles are
left within the rights-of-way overnight except by express, written consent of
the Engineer.
Throughout construction, the Contractor shall provide safe and adequate access
at all times for residents, property owners and emergency vehicles. Access shall
include the maintaining of ingress and egress of private driveways throughout
construction. Throughout the duration of construction, the Contractor shall, as
much as possible, work to limit any inconveniences to local businesses and
property owners.
228
11-26
The Contractor is responsible for notifying property owners of any limited
access at least twenty-four (24) hours in advance. The Contractor must
submit to the Engineer for approval, a traffic control plan prior to the pre-
construction conference detailing how traffic will be provided throughout
the construction. The traffic control plan shall be in accordance with the
Minnesota Department of Transportation Right-Of-Way Permit Requirements. It
is anticipated that flaggers will be required to direct traffic around work areas.
The Contractor shall provide certifications of all flagmen that will be working on
this project.
The Contactor is also responsible for maintaining a temporary pedestrian access
route during replacement of sidewalk or pedestrian ramps along the project
corridor as required by current PROWAG standards. The lump sum bid for
Traffic Control shall include the temporary pedestrian access route.
41. RAILROAD FLAGGING (2563): The Contractor shall secure and pay the cost for
any permits required to work within the Union Pacific Railroad right-of-way. If
flagging is required, the contractor shall secure a flagger from an approved 3rd
party flagging company. Reimbursement for railroad flagging shall be made
under the Railroad Flagging Allowance bid item.
42. PORTABLE CHANGEABLE MESSAGE SIGN (2563): The unit price bid per unit
day shall be considered compensation in full to furnish and install message signs
at segment termini for 7-10 days prior to the beginning of construction activities.
43. SALVAGE AND REINSTALL SIGN AND POST (2564): The unit price bid per
each shall be considered compensation in full to salvage and reinstall sign units
specified in accordance with MnDOT Standard Specification 2564, the Minnesota
Traffic Engineering Manual, the details in the plans, and as directed by the
Engineer. The unit price bid shall also include replacing sign panels and posts
due to damage incurred during construction. Quantity shall be determined by the
number of units salvaged and reinstalled regardless of the number of panels.
New permanent Type C signs installed 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 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
229
11-27
its permanent location. The Contractor shall receive no compensation for
temporary relocations.
44. REVISE SIGNAL SYSTEM (2565): This work consists of removing and
salvaging two existing traffic control signal systems; furnishing and installing
materials and electrical equipment; and installing Department furnished materials
as specified, to provide two complete operating new hardwire interconnected
coordinated full-traffic-actuated traffic control signal systems as follows:
SYSTEM “A” - at the intersection of Boone Avenue North and 7th Avenue
North/Golden Valley Road in Golden Valley, Hennepin County,
and
SYSTEM "B" - at the intersection of Boone Avenue North and 10th Avenue
North in Golden Valley, Hennepin County,
In accordance with MnDOT 2565; the current edition of the National Electrical
Code; the Plans; and the following:
A. GENERAL
1. Revise Existing Traffic Control Signal System
Revise the existing traffic control signal system as shown on the Plans
and in accordance with the following:
a) Remove and dispose of items of the existing traffic control signal system
not being reused in the revise signal system as required by the Plans and
these Special Provisions.
b) Incorporate into the revise signal system in place items of the existing
traffic control signal system as shown on the Plans
c) Provide and install new items as required on the Plans which includes the
following:
1. Conduit and conduit fittings
2. Loop detectors
3. Traffic control signal electrical cables and conductors
4. Bonding and grounding materials
d) Provide and install insulated spade lugs on conductors required to be
terminated
e) Provide and install new labels to identify cables and conductors as
required by the field wiring diagram
f) Terminate cables and conductors as required to provide an operational
revise signal system to the satisfaction of the Engineer
230
11-28
B. MATERIALS
1. Department Provided Materials
The Department will not provide any materials and electrical equipment for
the Contractor to install.
2. Buy America
Use domestically manufactured products that are composed
predominately of steel, iron, or both for the permanent installation of
MnDOT electrical systems in accordance with 23 CFR 635.410 Buy
American requirements.
During the product quotation stage, inform the manufacturer that steel,
and iron product must meet the Buy America requirements in accordance
with 23 CFR 635.410 for either State funded or federal aid Projects.
MnDOT electrical systems products required to meet Buy America include
the following:
a) Anchor Rods, Anchor Rod Templates, and Hardware
b) Stainless Steel and Steel Light Poles
c) Traffic Signal Mast Arm Poles and Bases
d) Steel Screw-in Light Foundations
e) PVC Coated RSC and Steel Fittings
f) PVC Coated Junction Boxes
g) PVC Coated Cast Steel Expansion and Deflection Fittings (23 CFR
635 Notice of nationwide waiver of Buy America for Pig Iron)
h) Pole Mounting Adapter
i) Navigation Light Swing Arm
j) Steel Vertical Mount Tenon Adapters
k) Teflon Coated F436 Structural Washers
Exceptions to the Buy America requirements are existing materials
salvaged and installed within the Project Site, and materials required for
maintenance or temporary installations on the Project.
For verifying compliance with Buy America requirements, obtain from the
manufacturer two out of the three following documents:
Mill Test Report (MTR) issued and signed by the fabricator stating that the
materials subject to Buy America were melted and manufactured in the
United States, written certifications from factory.
Written certification on company letterhead and signed by an authorized
representative from manufacturers providing additional treatment to the
fabricated material (blasting, coating) stating the treatment process
occurred in the United States.
231
11-29
Written certification on company letterhead and signed by an authorized
manufacturer representative, declaring the supplied materials subject to
Buy America requirements fully meet.
Submit documentation to the Engineer.
3. Low Profile Hydraulic Torque Wrench
Use an approved low profile hydraulic torque wrench listed on MnDOT’s
APL for Lighting “Low profile hydraulic torque wrench” on the top nuts to
tighten PA and BA traffic signal mast arm pole anchor rods to the required
torque values specified in the MnDOT Anchor Rod Tightening Handbook.
Use a working handheld digital pendant or, digital or analog gauge with
the low-profile hydraulic torque wrench to ensure specified torque values
have been met and can be verified in foot pounds by the installer and
inspector during the tightening process.
If the gauge display is in pounds per square inch (PSI), convert PSI to foot
pounds and ensure the calculations are correct. Submit the PSI to foot
pounds converted values to the Engineer before installing the poles. The
submittal and Engineer’s review does not relieve responsibility for
tightening anchor rods to the required torque values.
Obtain Engineer’s approval of the wrench and provide proof of calibration
done in the last 12 months from an accredited calibration service before
installing the poles.
4. Grease Filled Wire Nuts
Provide NRTL listed and labeled grease filled wire nuts to insulate and
seal individual splices of signal control cable meeting the following
requirements:
a) Pre-filled twist-on wire connector
b) Silicone based sealant
c) UL 486C listed and labeled
d) UL 486D listed for direct burial
e) UL 94V-2 Flame Rating
f) CSA-C22.2 NO. 188 listed
g) CSA-C22.2 NO. 198.2 listed for direct burial
h) RoHS Compliant
i) Sized in accordance with the intended conductors being spliced
5. Accessible Pedestrian Signals (APS)
Audible Pedestrian Push Button Units and Associated Traffic Control
Signal Cabinet Equipment
Provide Accessible Pedestrian Signals in accordance with MnDOT 3833
and as follows:
232
11-30
The APS manufacturer provided voice messages in each button as
defined in this section.
Ensure that the order form below is presented to the Accessible
Pedestrian Signal (APS) manufacturer, so the appropriate Braille message
is added to the pedestrian information sign and the correct voice
messages are programmed in the pedestrian push buttons.
C. CONSTRUCTION REQUIREMENTS
1. Storing Materials
Store and handle Materials in accordance with 1606 “Storage of
Materials”, 1607 “Handling Materials” and the manufacturer’s
requirements.
2. Splicing
Install grease filled wire nuts for slicing signal control cable in the base of
the pole.
3. Maintenance of Existing Electrical Systems
Maintain and keep in operation new and existing electrical systems in
accordance with 2565.3B and as follows:
Locate underground facilities of existing traffic control signal systems
including temporary, and newly constructed signal systems within the
limits of the construction project, for the duration of the construction
project in accordance with the applicable provisions of MnDOT 1514 and
in accordance with Minnesota State Statute 216D.
Responsibility for locating underground traffic control signal system
facilities is transferred from the City to the Contractor on the Project start
date as shown on the Proposal.
Repair traffic control signal system facilities damaged as the result of
improperly located or unmarked underground traffic control signal system
facilities within the project limits.
Repair the damaged underground traffic control signal system facilities in
accordance with 2545.3A, 2565.3B and construction requirements.
Due to the nature of electrical systems, Partial Acceptance will not be
granted because of an authorized Work suspension unless the new
electrical system Work has been completed and inspected in accordance
with the Contract and the new system is fully operational.
Submit to the Engineer a completed Locating Responsibility Form
(Appendix E), with contact information including the names and telephone
233
11-31
numbers for 24 hours a day, 7 days a week maintenance as defined in this
section.
Until final written acceptance of the Project by the Engineer (MnDOT
1716), locate underground traffic control signal facilities as required in this
section. This Work is included in the Unit Prices of the Pay Items Traffic
Control Signal System.
4. Single Nut Connection Anchor Rod Tightening
Tighten traffic signal structures that use single nut connection anchor rods
in accordance with the manufacturer’s installation requirements and the
following.
Structure bases requiring single-nut anchor rod connections are set
directly on the foundation without leveling nuts. One hex nut for each
ancho rod is used to fasten the base to the foundation anchor rods. Use
washers in the connections in accordance with the manufacturer’s
installation instructions.
Use leveling shims in accordance with Standard Plate 8129 when required
to level the structure base on the foundation.
MnDOT traffic signal structures that require single nut connection
installation includes the following:
a) APS Push Button Stations
Apply an approved anti-seize lubricant in accordance with 3842.A to the
top threads of the anchor rods, to the threads of the nuts, and to the face
of the nuts that turn into the washers.
Using a calibrated torque wrench, tighten the anchor rods in three passes
of 20%, 60% and 100% of the required torque values respectively and in a
cross- tightening pattern for each pass. After tightening to 100% torque, let
the anchor rods relax for 10 minutes then re-tighten in a cross- tightening
pattern to 100% of the torque value. Tighten anchor rods for single nut
connections to the required torque values shown in Table SS-2.3-2.
Table SS-2.3-2
Single Nut Connection Anchor Rods-Traffic Signal Structures
Structure Type 20% 60% 100%
Required Torque Tightening Values-ft. Lbs
APS Push Button
Station
12 36 60
234
11-32
5. Compliance with NEC Article 110.24
Provide fault current calculations in accordance with 2565.3Z and as
follows:
Fill out the Electric Service Information Form for Traffic Control Signal
Systems document (Appendix F).
Provide to the Engineer, before final acceptance of the project, one copy
of the Electric Service Information Form for Traffic Control Signal Systems
and the Engineer will distribute the copy as follows:
City of Golden Valley
The Contractor provided "Electric Service Information Form for Traffic
Control Signal Systems" and available fault current calculations and
labeling are included in the Unit Prices of the Pay Items that are part of the
Traffic Control Signal System.
6. Remove and Dispose of Conduit
Except under roadway surfaces, remove and dispose of the existing traffic
control signal system underground conduit, unless otherwise specified in
Contract Documents or directed by the Engineer.
Abandon the existing conduit under roadway surfaces, unless otherwise
specified in Contract Documents or directed by the Engineer.
7. Removal Operations
Remove in place Materials as specified on the Plans.
Remove in-place conduit systems, cables and conductors as shown on
the Plans except under roadway surfaces and within two feet of the
Roadbed.
Except under roadway surfaces and within two feet of the Roadbed,
remove in-place conduit systems, cables and conductors no longer in
service that are not shown on the Plans for removal. This Work will be
paid for as Extra Work in accordance with 1402.5 “Extra Work”.
Do not Abandon the in-place conduit systems, cables and conductors
unless it has been determined by the Engineer, ESS, and the district traffic
office that removal operations would have a direct negative impact on a
structure, facility, or vegetation listed in 2572.3A “Protecting and
Preserving”.
Backfill trenches, holes, and depressions caused by removal operations in
accordance with 2104.3E “Backfilling Depressions”.
235
11-33
Destroy removed structures not containing lead by rendering them
unusable to the satisfaction of the Engineer before disposing.
Dispose of Materials in accordance with 2104.3D “Disposal of Materials
and Debris”.
Submit to the Engineer a receipt from the facility where Materials were
delivered and disposed of or recycled.
The Office of Environmental Stewardship sets the policy and procedures
for regulated materials management.
8. Measurement and Payment
Removing in-place pedestrian push buttons at existing traffic control signal
systems; furnishing and installing new materials and electrical equipment,
as specified, to provide a complete operating revise signal system at the
intersection of:
• Boone Avenue North and 7th Avenue North/Golden Valley
Road (SYSTEM A) in Golden Valley, Hennepin County, and
• Boone Avenue North and 10th Avenue North (SYSTEM B) in
Golden Valley, Hennepin County,
as contained in these Special Provisions and as shown on the Plans will
be measured as an integral unit complete in place and paid for under Item
2565,616 (REVISE SIGNAL SYSTEM “_”) at the Contract price per
SYSTEM.
45. LOOP DETECTORS (2565): This Work consists of providing, installing, and
making operational new saw cut or preformed rigid PVC conduit loop detectors
as specified in the Contract or as directed by the Engineer when there is a
roadway construction Project, or a loop replacement Project. Provide the Work in
accordance with MnDOT Standard Plan 873 “Sawcut Loop Detectors” or MnDOT
Standard Plan 874 “Preformed Rigid PVC Conduit Loop Detectors”, the Plans,
MnDOT Spec.2565 “Traffic Control Signals” and the following in these Special
Provisions.
A. MATERIALS
1. Preformed Rigid PVC Conduit Loop Detector Conductors
Provide conductors for preformed rigid PVC conduit loop detectors in
accordance with MnDOT Spec. 3815.2B.2, “PVC Loop Detector
Conductors”.
236
11-34
2. Rigid Polyvinyl Chloride (PVC) Conduit
Provide PVC conduit and fittings for preformed rigid PVC conduit loop
detectors and for PVC conduit raceways specified on the Plans meeting
the following:
a) NRTL listed meeting UL 651, “Schedule 40, 80, Type EB and A Rigid PVC
Conduit and Fittings”
b) Gray in color
c) Smooth interior and exterior surfaces
d) Schedule 80 unless otherwise Schedule 40 shown on the Plans
e) With the following marked on the outside:
1. Manufacturer’s name
2. Conduit size
3. Conduit type
4. NRTL certification mark
3. Loop Detector Splice Encapsulation Kits
Provide approved encapsulation kits listed on MnDOT’s APL- Signals for
splicing loop detector conductors in handholes.
4. Loop Detector Sealant
Provide approved loop detector sealant listed on MnDOT’s APL- Signals
for installing saw-cut loop detectors.
B. CONSTRUCTION REQUIREMENTS
1. Loop Detector Installation
Install loop detectors in accordance with MnDOT Standard Plan 873
“Sawcut Loop Detectors” or MnDOT Standard Plan 874 “Preformed Rigid
PVC Conduit Loop Detectors” as specified and shown on the Plans or as
directed by the Engineer, and the following.
Install loop detector conductors without splices except in handholes as
specified on the Plans. The Engineer may make minor adjustments to the
size and shape of saw cut loop detectors in the field at no additional cost
to the Department. Install four turns of loop detector conductor for each
detector. Install saw cut loop detector conductors in a clockwise direction.
Remove any loop detector conductor slack within the loop detector.
Provide an additional 6 feet to 10 feet of conductor length for the loop
detector conductor run leading from the detector to the handhole and twist
the conductors together three turns per foot. Place the twisted conductors
in rigid PVC conduit to the handhole as shown on the Plans. Use an
approved method in accordance with the NEC for field bending conduit to
the handhole. Do not use an open flame device.
237
11-35
For saw cut loop detectors use an approved loop detector sealant listed
on MnDOT’s APL-Signals to install into the saw cut.
Before splicing in the handhole, clean and prepare the loop detector
conductors and loop detector lead-in cable. Cut the drain wire off the loop
detector lead-in cable at the point where it exists the cable jacket at the
end of the cable assembly. Solder the ends of loop detector conductors to
the ends of loop detector lead-in cable and terminate using the
appropriate size wire nuts before placing inside the mold body of the
splice kit. Abrade the surface of the lead-in cable out jacket to allow for
greater adhesion to the splice kit resin.
Use approved loop detector splice encapsulation kits listed on MnDOT’s
APL-Signals for roadway loop detector and loop detector lead-in
conductor splices. Install the loop detector splice encapsulation kit in
accordance with the splice kit manufacturer’s installation instructions or
obtain Engineer’s approval to use an alternative installation method.
Ensure the end of the loop detector lead-in cable jacket is encased in the
loop detector splice encapsulation mold and resin to form a watertight
seal. Suspend and secure the resin splices towards the top of the hand
hole as shown on the Plan or as directed by the Engineer. Do not place
the encapsulated resin splices on top of cables and conductors.
Terminate the loop detector lead-in cable assembly to the terminals
located in the traffic control signal cabinet as shown on the Plan’s cabinet
print.
2. Loop Detector Test Report
Provide a loop detector test report in accordance with 2565.3G.2.
C. MEASUREMENTS AND PAYMENT
PREFORMED RIGID PVC CONDUIT LOOP DETECTOR __' X __'
Providing, installing, testing, and making operational loop detectors as
specified herein at the locations indicated in the Plans will each be
measured as an integral unit complete in place and operating and will be
paid for separately under Item No. 2565.602 (RIGID PVC LOOP
DETECTOR __' X __') at the Contract price per EACH, which price shall
be compensation in full for all costs incidental thereto.
This item includes the following:
1. All required roadway pavement milling or removal as part of the
loop detector installation.
2. Rigid PVC conduit and conduit fittings for loop detectors.
3. Roadway loop detector conductor.
4. Rigid PVC conduit from loop detector to handhole.
238
11-36
5. Splice in handhole using splice kit as specified herein.
6. Installing loop detector as detailed herein.
7. Loop detector testing and reporting.
8. Traffic Control.
46. EROSION AND SEDIMENTATION CONTROL (2573): The Contractor shall
provide temporary erosion control in accordance with the provisions of MnDOT
Section 2573, the Bassett Creek Watershed Management Commission,
Minnesota Department of Natural Resources, Minnesota Pollution Control
Agency and the Engineer.
A. Street Sweeping
Street sweeping shall be considered incidental to the work operations, with
no additional or direct compensation. The 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 am and 7:00 pm daily, or more
often as directed by the Engineer to prevent sediment from entering any
water body or storm sewer.
The 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. In no case will a non-pickup broom be allowed to
perform sweeping operations. 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 4 -hour period
would result in the sweeping being performed by the City of Golden Valley
staff (minimum charge of $400 per hour with a 2 -hour minimum) or by a
contractor hired by the City. Any and all costs incurred by the City to
perform street sweeping which is the Contractor’s responsibility will be
deducted from the monies due to the Contractor.
B. Inlet Protection
The Contractor shall provide a unit price for Wimco Inlet Protection
devices, or approved equal, on all inlets where water or debris may enter
from this project. Information on the Wimco devices can be obtained by
calling Brian Wimberger at 952-233-3055. 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.
239
11-37
47. TURF ESTABLISHMENT (2575): Turf establishment shall be performed
in accordance with the Provisions of MnDOT Standard Specification 2575,
except as modified herein:
Topsoil meeting the requirements of MnDOT Standard Specification 3877 shall
be paid by the loose volume cubic yard of topsoil imported. Salvaging and
reinstalled existing, suitable topsoil shall be considered incidental to the
restoration bid items. Topsoil provided shall be free of debris, rocks in excess of
1/2-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.
All curbs shall be backfilled with Topsoil Borrow meeting the requirements of
MnDOT Standard 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.
Seed shall be in accordance with MnDOT 3876, mixture Residential Turfgrass.
Fertilizer shall be in accordance with MnDOT 3881 and be a slow-release
nitrogen type, 10-20-20 and shall be considered incidental to the seed bid item.
Hydraulic Matrix shall be in accordance with MnDOT 3884, Type B2.
No consideration will be given to claims for extra maintenance costs for
placement of the sod during the maintenance period as defined in MnDOT
Standard Specification 2575. All sod that dies during the period for which the
Contractor is responsible for its maintenance shall be replaced by the Contractor
at their expense.
Construction requirements for Hydroseeding are as follows:
A. Apply slurry mixture over designated areas at a rate of 6,000 gallons per acre.
B. Apply seed uniformly by hydro seeding method.
C. Application rates for hydroseeding:
1. Fertilizer: 75 lbs per 1000 gallons of slurry mix
2. Hydraulic Matrix Type B2: 350 lbs per 1,000 gallons of slurry mix
3. Water: 875 gallons per 1,000 gallons of slurry mix
D. Work shall consist of establishing perennial ground cover by using
hydroseeder to hydraulically apply seed, water, fertilizer, and type hydraulic
mulch in one operation.
240
11-38
E. This item is in accordance with MnDOT Standard Specification 2575.3M –
Rapid Stablization Method with the following exceptions:
4. Contractor shall use seed mixture Residential Turfgrass in
accordance with MnDOT 3876.
5. Work shall be completed within 7 days of final grading.
F. Apply seed at a rate specified under MnDOT 3876, according to the specified
seed mixture.
48. INTERIM PAVEMENT MARKING (2580): The unit prices bid for interim
pavement marking 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 the MnDOT Standard Specification 2580.
Following completion of bituminous milling, water-based paint shall be utilized to
establish centerlines and turn lanes as directed by the Engineer. Payment for this
work shall be made on the basis of actual linear foot of painted line regardless of
line type and color.
Following completion of bituminous wear paving, temporary raised pavement
markers (TRPMs) shall be utilized to establish centerlines and turn lanes as
directed by the Engineer. Contractor shall submit a TRPM layout plan for review
prior to installation. Payment for this work shall include installation, maintenance,
and removal of TRPMs prior to the installation of final pavement markings .
49. 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
the MnDOT Standard Specification 2582.
Contractor shall be responsible for all testing as described in the relevant
Specifications. Reports for all testing required shall be included in the lump sum
bid price for Traffic Control.
Payment for solid, broken or dashed line multi comp shall be made on the basis
of actual linear foot of painted line as noted in the Plan. Each thickness and line
type shall be measured separately and paid for under separate bid items,
regardless of color.
Payment for pavement message multi comp shall be made on the basis of actual
area of painted message as noted on the Plan.
Payment for crosswalk multi comp and crosswalk multi comp – special shall be
made on the basis of actual square feet of painted line, regardless of color.
241
11-39
50. RESTORATION: The Contractor shall restore all adjoining property to the
Engineer’s satisfaction. The Contractor shall work with adjoining property owners
and the City in protecting and minimizing any damage to adjoining landscaping,
sprinkler systems, or other property.
51. PROCEDURES IN THE EVENT OF A SEWAGE SPILL OR TOXIC RELEASE:
In the event of a sewage or other toxic release, the 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 the Contractor on any further notification
procedures.
The 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. Other toxic releases must be immediately
contained to prevent entering into any sewer system or water body and minimize
the area of contamination.
242
APPENDICES
Appendix A - Post Project Contractor Evaluator Form
Appendix B - Union Pacific’s Third Party Flagging Policy
Appendix C - Union Pacific’s Contractor Minimum Safety Requirements
Appendix D - Accessible Pedestrian Signal (APS) Order Form
Appendix E - Locating Responsibility Form
Appendix F - Electric Service Information Form for Traffic Control Signal Systems
Appendix G - Report of Geotechnical Exploration
243
APPENDIX A
Post Project Contractor Evaluator Form
244
APPENDIX B - Post Project Contractor Evaluation
Project No: __________________________________________
Contractor: __________________________________________
Date: _______________________________________________
Reviewer: ___________________________________________
(Y or N)
QUALITY OF SERVICE
Did the contractor damage marked utilities during the construction?
When utility was damaged, did contractor take correct emergency control?
Did the contractor perform maintenance of environmental BMP's without reminders?
Did the contractor provide daily resident notification without reminders?
Did the daily resident notification include sufficient identification of parking requirements?
Were the contractor's parking requirements reasonable?
Did the contractor cooperate with staff by suggesting efficient or cost saving alternatives?
Did the contractor provide effective access for challenged residents and special events?
Did the contractor consistently protect survey stakes throughout their use?
Did any failures develop during the first five years after project completion?
Did the contractor ensure all sanitary and storm sewers were kept clean throughout the construction?
Did the contractor provide acceptable access to utility structures during construction?
Were construction materials effectively delivered and incorporated into the project on a timely basis?
Was the project site kept neat, workmanlike condition during all phases of the construction?
Was debris/removal items removed in a timely manner?
TIMELINESS OF PERFORMANCE
Was a complete "Critical Path" schedule provide?
Was the project completed on time (with City initiated change order extensions applied)?
Did the contractor effectively re-direct his forces when the work was impacted by changed conditions (i.e. changing soil
conditions, private utility conflicts, etc.)?
Did the contractor adhere to the provided schedule closely?
Did the contractor respond to lost time delays (weather conditions, etc.) effectively?
CUSTOMER SATISFACTION
Did the project have a history of legitimate resident complaints?
Did the contractor provide adequate access at all times?
Was the contractor's staff courteous?
Did the contractor's staff direct questions appropriately?
COST OVERRUNS
What was the total cost of contractor initiated change orders (% of original contract amount)
Were there any cost overruns that were due to the contractor's inability to maintain the schedule?
\\oakdale4\h\GVALLEY_CI_MN\25X138286000\3_Design\B_Specs\Appendix A - Post Project Contractor Evaluation 2-4-10.xlsx 1 of 2 Pages245
APPENDIX B - Post Project Contractor Evaluation
KEY PERSONNEL
Was the identified project supervisor kept in charge throughout the entire project?
Was the project supervisor prompt to respond to access complaints/concerns?
Was the project supervisor prompt to respond to other legitimate resident concerns?
Was the correct/adequate equipment and manpower provided for all operations to minimize construction time and/or provide a
quality product?
Did the project supervisor maintain a courteous, professional relationship with residents and/or staff?
Did the project supervisor effectively anticipate and avoid negative impacts consistently?
COMMENTS
\\oakdale4\h\GVALLEY_CI_MN\25X138286000\3_Design\B_Specs\Appendix A - Post Project Contractor Evaluation 2-4-10.xlsx 2 of 2 Pages246
APPENDIX B
Union Pacific’s Third Party Flagging Policy
247
248
APPENDIX C
Union Pacific’s Contractor Minimum
Safety Requirements
249
Union Pacific Railroad Contractor Minimum Safety Requirements
Union Pacific Railroad Contractor Minimum Safety Requirements Page 1 of 14
____________________________________________________
UNION PACIFIC RAILROAD COMPANY
Contractor Minimum Safety Requirements
Contents
POLICY STATEMENT and INTRODUCTION .................................................................................................................. 2
SECTION 1: GENERAL SAFETY REQUIREMENTS .................................................................................................... 3
SECTION 2: CORE RESPONSIBILITIES .................................................................................................................... 3
SECTION 3: VEHICLE OPERATIONS ......................................................................................................................... 8
SECTION 4: TRACK AND PROPERTY SAFETY .................................................................................................... 10
SECTION 5: CRITICAL RULES .................................................................................................................................... 12
SECTION 6: TRAINING AND COMPLIANCE WITH 49 C.F.R. §243 ........................................................................ 13
SECTION 7: INFORMATION SECURITY & COMPANY PROPERTY ...................................................................... 13
SECTION 8: AUDIT ........................................................................................................................................................... 14
Last update May 2022
250
Union Pacific Railroad Contractor Minimum Safety Requirements
Union Pacific Railroad Contractor Minimum Safety Requirements Page 2 of 14
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.
251
Union Pacific Railroad Contractor Minimum Safety Requirements
Union Pacific Railroad Contractor Minimum Safety Requirements Page 3 of 14
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 Rules, 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
Operating. Next select Union Pacific Rules, and then click on the desired link from the
Electronic Rules, Bulletins and Timetable (ERT) page.
252
Union Pacific Railroad Contractor Minimum Safety Requirements
Union Pacific Railroad Contractor Minimum Safety Requirements Page 4 of 14
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:
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.
Complete and sign the job briefing document when applicable.
253
Union Pacific Railroad Contractor Minimum Safety Requirements
Union Pacific Railroad Contractor Minimum Safety Requirements Page 5 of 14
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.
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.
While on duty or on company property, employees must wear footwear that meets the
following requirements (Rule 71.7):
• Boot height must be a minimum of 6 inches or more when measured from the floor to the
topmost part. At no time should the measurement from the floor to any part of the collar be
less than 4 1/2 inches.
• Boots must be lace up.
• Have soles that provide good traction, thick enough to withstand punctures, not exc essively
worn, or have loose soles or heels.
• A defined heel ('Riding heels' are NOT approved) as illustrated below, the back of which is
at an approximate right angle from the sole of the shoe and from the ground when
standing. The front of the heel must not be at an angle of less than 45 degrees from the
sole of the shoe to the ground. Approved snow packs are acceptable. Defined heel means
a heel 1/2" deeper than the rest of the sole when new. At no time should that measurement
be less than 1/4".
254
Union Pacific Railroad Contractor Minimum Safety Requirements
Union Pacific Railroad Contractor Minimum Safety Requirements Page 6 of 14
• Footwear as defined by OSHA Standard 1910.136, ANSI Z41.1, ASTM F-2412-11, ASTM
F-2413-11 and Standard Class #75 for safety toe footwear must be worn by all employees
except TE&Y.
Footwear meeting requirements shown above are not required in:
• Offices, lunchrooms, and similar areas.
• Automobiles.
• Areas specifically designated by the department head or
• Parking areas when tracks will not be fouled.
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.
255
Union Pacific Railroad Contractor Minimum Safety Requirements
Union Pacific Railroad Contractor Minimum Safety Requirements Page 7 of 14
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, passageways, 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.
• All contractors who may perform hot work are required to have a fire prevention plan that
adheres to OSHA Standard 1910.39.
• When performing hot work without supervision of a Union Pacific employee in charge, the
contractor must adhere to the contractor’s fire prevention plan.
• When performing hot work under the supervision of a Union Pacific employee in charge, you
must adhere to the applicable Union Pacific Fire Prevention Plan.
Immediately correct and/or inform a supervisor of a potential fire hazard.
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:
256
Union Pacific Railroad Contractor Minimum Safety Requirements
Union Pacific Railroad Contractor Minimum Safety Requirements Page 8 of 14
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 medical
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).
Pre-employment and random testing is required when 49 CFR 219 and 49 CFR 382 applies and
contractors will be in compliance with part CFR Part 40 regulations accordingly. Proof of this
testing is required through periodic audits and/or reports.
All contractors are required to comply with 49 CFR 219 and 382 pre -employment, suspicion, post
accident, and random testing as it applies to duties performed by contract employee s on Union
Pacific property. Drug and alcohol testing will be in compliance with 49 CFR part 40 regulations.
Proof of testing will be required through periodic audits and/or reports as required by regulation.
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.
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;
257
Union Pacific Railroad Contractor Minimum Safety Requirements
Union Pacific Railroad Contractor Minimum Safety Requirements Page 9 of 14
• 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).
• Engineering work equipment as outlined in the "Engineering Seat Belt Matrix"
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 and the following maximum speed for all Company vehicles
regardless of posted speed:
o 75 MPH for vehicles weighing less than 10,000 lbs.
o 65 MPH for vehicles weighing 10,000 lbs or greater.
• Not exceed a safe and prudent speed for their vehicle when weather, traffic, road condition,
vehicle load or any other prevailing condition necessitates ope rating 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:
• 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;
258
Union Pacific Railroad Contractor Minimum Safety Requirements
Union Pacific Railroad Contractor Minimum Safety Requirements Page 10 of 14
• 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, except in case of emergency. Unless
vehicle is equipped with an operative rear vision camera, before initiating a back-up move
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.
• Look in the direction of movement.
• Sound horn prior to back up move if back up alarm is inoperative or unavailable.
• Not exceed 5 MPH; conditions may require a lower speed.
3.5 Crossings:
Drivers must approach railroad crossings prepared to sto p. 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 observation) 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: TRACK AND PROPERTY SAFETY
4.0 On Track and Off Track Work Equipment
It is the responsibility of the Contractor-In-Charge to ensure that all on track and/or off
track work equipment is in a safe condition to operate. There must be a written inspection
process regarding daily, weekly and other periodic inspections for work e quipment operated on
Union Pacific property, including inspections mandated by FRA, AAR, OSHA and/or other
government agencies. In addition to the inspection process there must be a written maintenance
process that includes timelines regarding resolution of safety sensitive defects. If, in the opinion of
the Railroad Representative, any of the Contractors equipment is unsafe for use, the Contractor
shall remove such equipment from the railroads property. The Contractor -In-Charge must ensure
that there is a written training and qualification process for operators and support personnel
regarding operation of such equipment. Written documentation of training and qualification must
be carried by Contractor employees.
In addition:
259
Union Pacific Railroad Contractor Minimum Safety Requirements
Union Pacific Railroad Contractor Minimum Safety Requirements Page 11 of 14
• The operators of all work equipment must be properly trained and competent in the safe
operation of the equipment. Operators must be:
✓ Familiar and comply with OSHA regulations on lockout/tagout of work equipment.
✓ Familiar and comply with FRA Regulation Title 49CFR214 Subpart D dealing with
Roadway Maintenance Machine Safety.
✓ Trained in and comply with the applicable operating rules if operating any hy -rail
equipment on-track.
✓ Trained in and comply with the applicable air brake rules if operating any equipment
that moves rail cars or any other rail-bound equipment.
✓ Comply with the FRA’s Roadway Worker Protection regulations as required by 49 CFR
214.343
• The operator’s manual, which includes instructions for safe operation, must be kept with
each machine.
• All self-propelled equipment is equipped with fire extinguisher and audible back-up warning
device.
• Unless otherwise authorized by the Railroad Representative, all unattended
equipment is parked a minimum of 25 feet from any track and minimum of 250 feet
from any road crossing. Before leaving any equipment unattended, the operator must
stop the engine and properly secure the equipment against movement.
• Cranes are equipped with three orange cones that will be used to mark the working area of
the boom and load and the minimum clearances to overhead power lines. All overhead
lines are considered to be high voltage.
• All moves are well communicated by the Contractor-In-Charge and coordinated with
other Contractor Employees and the Railroad Representative at the job site. Emergency
signals to stop movements may be given by anyone.
• No equipment is moved or coupled into while under any color signal protection of
workmen.
• No handbrakes are released on rolling equipment unless authorized by Railroad
Representative.
• No derails are applied or removed without Railroad Representative permission.
• The Contractor shall provide its own Hazardous Energy Control (Lock -out/Tag-out)
procedures and devices to prevent injury to Railroad and Contractor Employees from
unexpected energization, start-up, or release of stored power in machines with which
they are working.
260
Union Pacific Railroad Contractor Minimum Safety Requirements
Union Pacific Railroad Contractor Minimum Safety Requirements Page 12 of 14
• The Contractor shall comply with all requirements of the U.S. Occupational Safety and
Health Administration (OSHA) Standard 29 CFR 1910.147 on controlling hazardous
energy
4.1 Working Around Live Tracks (Red Zones)
Prior to beginning work on live track the Contractor-In-Charge must notify a Railroad
representative and a job briefing must be conducted with the Railroad representative.
Contractors are governed by FRA Roadway Worker Protection regulations, referenced in
49CFR214, Subpart C, which requires some form of On-Track Safety prior to fouling any track.
Red Zones are 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”. The following two rules are key to Red Zone compliance.
1. Alert to Train Movement
Contractor Employees must expect the movement of trains, engines, cars or other moveable
equipment at any time, on any track and in either direction. Do not rely on hearing the approach of
a train or equipment.
2. Sufficient Distance
Maintain a safe distance from equipment and DO NOT:
• Cross or step foul of tracks closely in front of or behind moving equipment or close to the
end of equipment.
• Go around the end of equipment unless there is at least 20 feet between the employee and
the equipment.
• Go between equipment if the separation is less than 100 feet
Use three-point contact when getting on and off locomotives and cars.
In locomotive and car repair facilities where equipment has been spotted for repair, and the
distance between that equipment or around the end of equipment is less than specified, Contractor
Employees may go between or around the equipment provided that the equipment is under Blue
Signal Protection of Workmen in accordance with GCOR Rule 5.13 and the employee knows that
no movement will be made by the equipment.
These are two of many Red Zone rules that deal with moving equipment. Any questions that arise
related to working in the Red Zone should be directed to the Railroad Representative.
SECTION 5: 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
261
Union Pacific Railroad Contractor Minimum Safety Requirements
Union Pacific Railroad Contractor Minimum Safety Requirements Page 13 of 14
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 6: TRAINING AND COMPLIANCE WITH 49 C.F.R. §243
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 7: 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.
262
Union Pacific Railroad Contractor Minimum Safety Requirements
Union Pacific Railroad Contractor Minimum Safety Requirements Page 14 of 14
SECTION 8: 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.
I have the courage to care. Worn with a lion's pride, it means those I work with will have my back, and I will have theirs. I
pledge to shield myself and my team from harm. I will take action to keep them safe, by fixing an unsafe situation,
addressing an unsafe behavior or stopping the line. In turn, I will have the courage to accept the same actions from my
coworkers, who care enough to correct my path. We wear this badge out of respect for each other and those who have gone
before us. On my watch, we will all go home safe to our families every day.
263
City Project No. 24-07
5/5/2025
1-SS
Accessible Pedestrian Signal (APS)
ORDER FORM
(Fill out one form per intersection)
Intersection: Boone Avenue North and 7th Avenue North/Golden Valley Road
System I.D. ___________
T.E. No. ___________ Total Number of Pedestrian Push Buttons 8
Field Wiring Interface Board: One needed for each intersection Qty: 1
CCU (Central Control Unit): One needed for each intersection Qty: 1
Push Button and Sign Braille Information
Button Arrow Direction R/L Street Name
(Street Being Crossed)
PB2-1 L PB2-1 Golden Valley
PB2-2 R PB2-2 Golden Valley
PB4-1 L PB4-1 Boone
PB4-2 R PB4-2 Boone
PB6-1 L PB6-1 Seventh
PB6-2 R PB6-2 Seventh
PB8-1 L PB8-1 Boone
PB8-2 R PB8-2 Boone
Custom Voice Message Details
Voice on Location and Walk Message(s) Please give phonetic pronunciation on difficult street names so that the
message will be recorded correctly.
*Note that unless Street, Drive, Avenue etc.…are necessary for intersection identification, it is recommended to
not include them in the verbal message.
264
City Project No. 24-07
5/5/2025
2-SS
PB2-1
Wait Message:
Wait to Cross Golden Valley at Boone
(Street Being Crossed) (Intersecting Street)
Walk Message: Walk sign
is on to
cross
Golden Valley Golden Valley
(Street Being Crossed) (Street Being Crossed)
PB2-2
Wait Message:
Wait to Cross Golden Valley at Boone
(Street Being Crossed) (Intersecting Street)
Walk Message: Walk sign
is on to
cross
Golden Valley Golden Valley
(Street Being Crossed) (Street Being Crossed)
PB4-1
Wait Message:
Wait to Cross Boone at Seventh
(Street Being Crossed) (Intersecting Street)
Walk Message: Walk sign
is on to
cross
Boone Boone
(Street Being Crossed) (Street Being Crossed)
PB4-2
Wait Message:
Wait to Cross Boone at Golden Valley
(Street Being Crossed) (Intersecting Street)
Walk Message: Walk sign
is on to
cross
Boone Boone
(Street Being Crossed) (Street Being Crossed)
265
City Project No. 24-07
5/5/2025
3-SS
PB6-1
Wait Message:
Wait to Cross Seventh at Boone
(Street Being Crossed) (Intersecting Street)
Walk Message: Walk sign
is on to
cross
Seventh Seventh
(Street Being Crossed) (Street Being Crossed)
PB6-2
Wait Message:
Wait to Cross Seventh at Boone
(Street Being Crossed) (Intersecting Street)
Walk Message: Walk sign
is on to
cross
Seventh Seventh
(Street Being Crossed) (Street Being Crossed)
PB8-1
Wait Message:
Wait to Cross Boone at Golden Valley
(Street Being Crossed) (Intersecting Street)
Walk Message: Walk sign
is on to
cross
Boone Boone
(Street Being Crossed) (Street Being Crossed)
PB8-2
Wait Message:
Wait to Cross Boone at Seventh
(Street Being Crossed) (Intersecting Street)
Walk Message: Walk sign
is on to
cross
Boone Boone
(Street Being Crossed) (Street Being Crossed)
266
City Project No. 24-07
5/5/2025
4-SS
Accessible Pedestrian Signal (APS)
ORDER FORM
(Fill out one form per intersection)
Intersection: Boone Avenue North and 10th Avenue North
System I.D. ___________
T.E. No. ___________ Total Number of Pedestrian Push Buttons 8
Field Wiring Interface Board: One needed for each intersection Qty: 1
CCU (Central Control Unit): One needed for each intersection Qty: 1
Push Button and Sign Braille Information
Button Arrow Direction R/L Street Name
(Street Being Crossed)
PB2-1 L PB2-1 Tenth
PB2-2 R PB2-2 Tenth
PB4-1 L PB4-1 Boone
PB4-2 R PB4-2 Boone
PB6-1 L PB6-1 Tenth
PB6-2 R PB6-2 Tenth
PB8-1 L PB8-1 Boone
PB8-2 R PB8-2 Boone
Custom Voice Message Details
Voice on Location and Walk Message(s) Please give phonetic pronunciation on difficult street names so that the
message will be recorded correctly.
*Note that unless Street, Drive, Avenue etc.…are necessary for intersection identification, it is recommended to
not include them in the verbal message.
267
City Project No. 24-07
5/5/2025
5-SS
PB2-1
Wait Message:
Wait to Cross Tenth at Boone
(Street Being Crossed) (Intersecting Street)
Walk Message: Walk sign
is on to
cross
Tenth Tenth
(Street Being Crossed) (Street Being Crossed)
PB2-2
Wait Message:
Wait to Cross Tenth at Boone
(Street Being Crossed) (Intersecting Street)
Walk Message: Walk sign
is on to
cross
Tenth Tenth
(Street Being Crossed) (Street Being Crossed)
PB4-1
Wait Message:
Wait to Cross Boone at Tenth
(Street Being Crossed) (Intersecting Street)
Walk Message: Walk sign
is on to
cross
Boone Boone
(Street Being Crossed) (Street Being Crossed)
PB4-2
Wait Message:
Wait to Cross Boone at Tenth
(Street Being Crossed) (Intersecting Street)
Walk Message: Walk sign
is on to
cross
Boone Boone
(Street Being Crossed) (Street Being Crossed)
268
City Project No. 24-07
5/5/2025
6-SS
PB6-1
Wait Message:
Wait to Cross Tenth at Boone
(Street Being Crossed) (Intersecting Street)
Walk Message: Walk sign
is on to
cross
Tenth Tenth
(Street Being Crossed) (Street Being Crossed)
PB6-2
Wait Message:
Wait to Cross Tenth at Boone
(Street Being Crossed) (Intersecting Street)
Walk Message: Walk sign
is on to
cross
Tenth Tenth
(Street Being Crossed) (Street Being Crossed)
PB8-1
Wait Message:
Wait to Cross Boone at Tenth
(Street Being Crossed) (Intersecting Street)
Walk Message: Walk sign
is on to
cross
Boone Boone
(Street Being Crossed) (Street Being Crossed)
PB8-2
Wait Message:
Wait to Cross Boone at Tenth
(Street Being Crossed) (Intersecting Street)
Walk Message: Walk sign
is on to
cross
Boone Boone
(Street Being Crossed) (Street Being Crossed)
269
APPENDIX D
Accessible Pedestrian Signal (APS)
Order Form
270
APPENDIX E
Appendix E - Locating Responsibility Form
271
Locating Responsibility Form
Job S.P. Number __________________________________
Job Type __________________________________
Start Date __________________________________
End Date __________________________________
T.H. __________________________________
Location __________________________________
Lighting/ Signal Inspector __________________________________
Contractor __________________________________
Contractor (24 Hour Contact) __________________________________
Project Manager __________________________________
Phone Number __________________________________
Fax Number __________________________________
Email __________________________________
Electrician __________________________________
Phone Number __________________________________
Locator Area __________________________________
Project Engineer __________________________________
Phone Number __________________________________
Chief Inspector __________________________________
Phone Number __________________________________
Weekly Meeting __________________________________
272
APPENDIX F
Electric Service Information Form for
Traffic Control Signal Systems
273
274
APPENDIX G
Results of Geotechnical Exploration
275
550 Cleveland Avenue North | Saint Paul, MN 55114
Phone (651) 659-9001 | (800) 972-6364 | Fax (651) 659-1379 | TeamAET.com | AA/EEO
This document shall not be reproduced, except in full, without written approval from American Engineering Testing, Inc.
May 15, 2025
Coleton Nelson, PE
Bolton & Menk, Inc.
3507 High Point Drive North Bldg. 1 - Suite E130
Oakdale, Minnesota, 55128
Re: Report of Geotechnical Exploration
Golden Valley 2025 Mill and Overlay Project
Golden Valley, Minnesota
AET Report No. P-0040435
Dear Mr. Nelson:
American Engineering Testing (AET) is pleased to submit our letter report for this project. We
performed our services in general accordance with our emailed scope and fee and master agreement
between Bolton & Menk, Inc. and AET.
PROJECT INFORMATION
We understand the City of Golden Valley (City) is proposing to perform a mill and overlay of the
following street segments:
• 10th Ave N from Mendelssohn Ave N to Winnetka Ave N (1.0 miles)
• Lewis Rd from 10th Ave N to 10th Ave N (0.2 miles)
• Boone Ave N/General Mills Blvd from Harold Ave to Plymouth Ave N (0.7 miles)
The streets serve mainly industrial and commercial properties, with average daily traffic (ADT) values,
where available, ranging from 3,347 on 10th Ave N east of Boone Ave N to 7,900 on General Mills Blvd
south of TH 55.
SCOPE OF SERVICES
We performed the following scope of services for this evaluation:
• GPS staking and arranging for utility clearance of the exploration locations
• Extracting five, 4-inch diameter cores from the pavements
• Performing a hand auger to up to 18 inches below the pavement surface at each location
• Backfilling and surface patching of the core locations
• Arranging traffic control for the exploration locations
• Photo logging of the cores and providing this letter with our results
276
City of Golden Valley 2025 Mill & Overlay Project
AET Report P-0040435
May 15, 2025
Page 2 of 4
RESULTS
Table 1 summarizes the results of our cores and shallow hand auger borings. Detailed boring and core
logs are attached to this letter.
Table 1. Core Results Summary
Street Core
Bituminous
Thickness
(in.)
Core Condition
Subsurface
Description (to 18
inches)
Boone Ave N
C-1 14.6 Good overall; some
stripping between lifts
Apparent aggregate
base
C-2 13.8
Good. Debonding
and stripping of
bottom lift at 13
inches
Apparent aggregate
base
General Mills
Blvd C-3 6.1 Good Apparent aggregate
base
10th Ave N
C-4 7.8 Good Apparent aggregate
base
C-5 9.8 Good
6 inches of apparent
aggregate base over
clayey sand
DISCUSSION AND RECOMMENDATIONS
We understand the City is proposing mill and overlay for this project. Mill and overlay consists of
removing a portion of the in-place bituminous pavement, usually at least 1½ inches, and replacing it
with new bituminous pavement. This approach is typically used with pavements in fair or better
condition to renew the surface, improve structure and ride, and extend the overall pavement service
life.
When selecting a pavement to rehabilitate by mill and overlay, the following should be considered:
•Pavement surface condition – the amount of surface distress will have a proportional effect on
mill and overlay service life. Cracks and other damage in the pavement below the milling will
inevitably reflect to the new surface, which will require maintenance to limit water intrusion and
excessive crack propagation.
•Material condition – it is typically undesirable to leave highly stripped bituminous pavements as
support for the new overlay. Stripped pavements will bond poorly to the overlay materials,
reducing the effective pavement structure. Additionally, they can complicate construction and
will result in an inconsistent finished product.
•Pavement thickness – about 1 ½ inches of intact bituminous pavement should be left in place to
support construction equipment and provide adequate structure for new pavements.
277
City of Golden Valley 2025 Mill & Overlay Project
AET Report P-0040435
May 15, 2025
Page 3 of 4
Documenting the pavement surface condition was outside the scope of our evaluation. However, the
material condition was mostly good, with adequate thickness of bituminous pavement.
Mill and overlay, if completed properly, will generally have a service life of 10 to 15 years. The service
life can be greater on roads with better surface condition and might be less where conditions are
relatively poor. Distresses will quickly reappear through new surfaces and should be repaired promptly.
Supplemental patching and repair work prior to placing the overlay can improve its service life. Another
method to improve service life of a mill and overlay is by using an “underseal” (also called a “Texas
underseal”). The process includes placing a chip seal on the existing or milled surface prior to the
pavement overlay. Because the chip seal provides stress relief and impedes water intrusion, the
underseal retards or delays reflective cracking. The underseal should be designed as a typical chip
seal, usually with a greater rate of emulsion application than usual to account for the rougher milled
surface. The underseal will also work as the tack layer between the in-place pavement and new
overlay.
We recommend the following construction sequence for mill and overlay, to be performed in general
accordance with MnDOT Specifications 2232 (Mill Pavement Surface) and 2360 (Plant Mixed Asphalt
Pavement):
1.Mill the pavement with appropriate self-propelled cold milling equipment to a depth of 2 inches.
The mill depth may need to be adjusted or extended to remove damaged pavements.
a.A greater mill and overlay depth will provide some additional service life
2.Sweep or clean the surfaces until they are free of loose materials.
3.Review the surfaces of the bituminous pavements, for areas of distress that may benefit from
additional milling, removals, or patching.
4.Distribute a uniform tack coat (or construct an underseal) on the clean surface and protect it
from dirt and debris.
5.Place and compact the required thickness of bituminous pavement. We recommend a minimum
of 2 inches of SPWEA340E.
LIMITATIONS
Within the limitations of scope, budget, and schedule, we have endeavored to provide our services
according to generally accepted geotechnical engineering practices at this time and location. Other
than this, no warranty, express or implied, is intended.
278
City of Golden Valley 2025 Mill & Overlay Project
AET Report P-0040435
May 15, 2025
Page 4 of 4
If you have questions regarding this report, please contact us.
Sincerely,
American Engineering Testing, Inc.
Neil G. Lund, PE
Principal Engineer
612-369-3163
nlund@TeamAET.com
Attachments:
Boring Log Notes
Unified Soil Classification System
AASHTO Soil Classification System
Core Location Map
Pavement Core Log
Subsurface Boring Log
279
01REP052C (12/23) AMERICAN ENGINEERING TESTING, INC.
BORING LOG NOTES
DRILLING AND SAMPLING SYMBOLS TEST SYMBOLS
Symbol Definition Symbol Definition
AR: Sample of material obtained from cuttings blown out
the top of the borehole during air rotary procedure.
B, H, N: Size of flush-joint casing
CAS: Pipe casing, number indicates nominal diameter in
inches
COT: Clean-out tube
DC: Drive casing; number indicates diameter in inches
DM: Drilling mud or bentonite slurry
DR: Driller (initials)
DS: Disturbed sample from auger flights
DP: Direct push drilling; a 2.125 inch OD outer casing
with an inner 1½ inch ID plastic tube is driven
continuously into the ground.
FA: Flight auger; number indicates outside diameter in
inches
HA: Hand auger; number indicates outside diameter
HSA: Hollow stem auger; number indicates inside diameter
in inches
LG: Field logger (initials)
MC: Column used to describe moisture condition of
samples and for the ground water level symbols
N (BPF): Standard penetration resistance (N-value) in blows per
foot (see notes)
NQ: NQ wireline core barrel
PQ: PQ wireline core barrel
RDA: Rotary drilling with compressed air and roller or drag
bit.
RDF: Rotary drilling with drilling fluid and roller or drag bit
REC: In split-spoon (see notes), direct push and thin-walled
tube sampling, the recovered length (in inches) of
sample. In rock coring, the length of core recovered
(expressed as percent of the total core run). Zero
indicates no sample recovered.
SS: Standard split-spoon sampler (steel; 1.5" is inside
diameter; 2" outside diameter); unless indicated
otherwise
SU Spin-up sample from hollow stem auger
TW: Thin-walled tube; number indicates inside diameter in
inches
WASH: Sample of material obtained by screening returning
rotary drilling fluid or by which has coll ected inside
the borehole after “falling” through drilling fluid
WH: Sampler advanced by static weight of drill rod and
hammer
WR: Sampler advanced by static weight of drill rod
94mm: 94 millimeter wireline core barrel
▼: Water level directly measured in boring
: Estimated water level based solely on sample appearance
CONS: One-dimensional consolidation test
DEN: Dry density, pcf
DST: Direct shear test
E: Pressuremeter Modulus, tsf
HYD: Hydrometer analysis
LL: Liquid Limit, %
LP: Pressuremeter Limit Pressure, tsf
OC: Organic Content, %
PERM: Coefficient of permeability (K) test; F - Field;
L - Laboratory
PL: Plastic Limit, %
qp: Pocket Penetrometer strength, tsf (approximate)
qc: Static cone bearing pressure, tsf
qu: Unconfined compressive strength, psf
R: Electrical Resistivity, ohm-cms
RQD: Rock Quality Designation of Rock Core, in percent
(aggregate length of core pieces 4" or more in length
as a percent of total core run)
SA: Sieve analysis
TRX: Triaxial compression test
VSR: Vane shear strength, remolded (field), psf
VSU: Vane shear strength, undisturbed (field), psf
WC: Water content, as percent of dry weight
%-200: Percent of material finer than #200 sieve
STANDARD PENETRATION TEST NOTES
The standard penetration test consists of driving a split-spoon
sampler with a drop hammer counting the number of blows
applied in each of three 6" increments of penetration. If the
sampler is driven less than 18" (usually in highly resistant
material), permitted in ASTM: D1586, the blows for each
complete 6" increment and for each partial increment is on the
boring log. For partial increments, the number of blows is shown
to the nearest 0.1' below the slash.
The length of sample recovered, as shown on the “REC” column,
may be greater than the distance indicated in the N column. The
disparity is because the N-value is recorded below the initial 6"
set (unless partial penetration defined in ASTM: D1586 is
encountered) whereas the length of sample recovered is for the
entire sampler drive (which may even extend more than 18").
280
01CLS021 (01/2022) AMERICAN ENGINEERING TESTING, INC.
UNIFIED SOIL CLASSIFICATION SYSTEM
ASTM Designations: D 2487, D2488
AMERICAN
ENGINEERING
TESTING, INC.
Criteria for Assigning Group Symbols and Group Names Using Laboratory TestsA
Soil Classification Notes
ABased on the material passing the 3-in
(75-mm) sieve.
BIf field sample contained cobbles or
boulders, or both, add “with cobbles or
boulders, or both” to group name.
CGravels with 5 to 12% fines require dual
symbols:
GW-GM well-graded gravel with silt
GW-GC well-graded gravel with clay
GP-GM poorly graded gravel with silt
GP-GC poorly graded gravel with clay
DSands with 5 to 12% fines require dual
symbols:
SW-SM well-graded sand with silt
SW-SC well-graded sand with clay
SP-SM poorly graded sand with silt
SP-SC poorly graded sand with clay
(D30)2
ECu = D60 /D10, Cc =
D10 x D60
FIf soil contains >15% sand, add “with
sand” to group name.
GIf fines classify as CL-ML, use dual
symbol GC-GM, or SC-SM.
HIf fines are organic, add “with organic
fines” to group name.
IIf soil contains >15% gravel, add “with
gravel” to group name.
JIf Atterberg limits plot is hatched area,
soil is a CL-ML silty clay.
KIf soil contains 15 to 29% plus No. 200
add “with sand” or “with gravel”,
whichever is predominant.
LIf soil contains >30% plus No. 200,
predominantly sand, add “sandy” to
group name.
MIf soil contains >30% plus No. 200,
predominantly gravel, add “gravelly”
to group name.
NPl>4 and plots on or above “A” line.
OPl<4 or plots below “A” line.
PPl plots on or above “A” line.
QPl plots below “A” line.
RFiber Content description shown below.
Group
Symbol
Group NameB
Coarse-Grained
Soils More
than 50%
retained on
No. 200 sieve
Gravels More
than 50% coarse
fraction retained
on No. 4 sieve
Clean Gravels
Less than 5%
finesC
Cu>4 and 1<Cc<3E GW Well graded gravelF
Cu<4 and/or 1>Cc>3E GP Poorly graded gravelF
Gravels with
Fines more
than 12% fines C
Fines classify as ML or MH GM Silty gravelF.G.H
Fines classify as CL or CH GC Clayey gravelF.G.H
Sands 50% or
more of coarse
fraction passes
No. 4 sieve
Clean Sands
Less than 5%
finesD
Cu>6 and 1<Cc<3E SW Well-graded sandI
Cu<6 and/or 1>Cc>3E SP Poorly-graded sandI
Sands with
Fines more
than 12% fines D
Fines classify as ML or MH SM Silty sandG.H.I
Fines classify as CL or CH SC Clayey sandG.H.I
Fine-Grained
Soils 50% or
more passes
the No. 200
sieve
(see Plasticity
Chart below)
Silts and Clays
Liquid limit less
than 50
inorganic PI>7 and plots on or above
“A” lineJ
CL Lean clayK.L.M
PI<4 or plots below
“A” lineJ
ML SiltK.L.M
organic Liquid limit–oven dried <0.75
Liquid limit – not dried
OL Organic clayK.L.M.N
Organic siltK.L.M.O
Silts and Clays
Liquid limit 50
or more
inorganic PI plots on or above “A” line CH Fat clayK.L.M
PI plots below “A” line MH Elastic siltK.L.M
organic Liquid limit–oven dried <0.75
Liquid limit – not dried
OH Organic clayK.L.M.P
Organic siltK.L.M.Q
Highly organic
soil
Primarily organic matter, dark
in color, and organic in odor
PT PeatR
3 2 ½1 ¾4 10 20 40 60 140 200
100
80
60
40
20
0
0
20
40
60
80
100
81
Sieve NumberScreen Opening (in.)
50 10 5 1.0 0.10.5
PARTICLE SIZE IN MILLIMETERS
SIEVE ANALYSIS
PERCENT PASSINGPERCENT RETAINEDD60 = 15mm
D30 = 2.5mm
D10 = 0.075mm
Cu = = = 200D60
D10
15
0.075 Cc = = = 5.6(D30)
D10 x D60
2.5
0.075 x 15
2 2
CL-ML
For classification of fine-grained soils and
fine-grained fraction of coarse-grained soils.
Equation of "A"-line
Horizontal at PI = 4 to LL = 25.5.
then PI = 0.73 (LL-20)
Equation of "U"-line
Vertical at LL = 16 to PI = 7.
then PI = 0.9 (LL-8)"A" LIN
E
"U" LINECL OR OL CH OR OH
10 20 30 40 50 60 70 80 90 100 110 0 0
10
20
30
40
50
60
16
7
4PLASTICITY INDEX (PI)LIQUID LIMIT (LL)
Plasticity Chart
ADDITIONAL TERMINOLOGY NOTES USED BY AET FOR SOIL IDENTIFICATION AND DESCRIPTION
Grain Size
Term Particle Size
Boulders Over 12"
Cobbles 3" to 12"
Gravel #4 sieve to 3"
Sand #200 to #4 sieve
Fines (silt & clay) Pass #200 sieve
Gravel Percentages
Term Percent
A Little Gravel 3% - 14%
With Gravel 15% - 29%
Gravelly 30% - 50%
Consistency of Plastic Soils
Term N-Value, BPF
Very Soft less than 2
Soft 2 - 4
Firm 5 - 8
Stiff 9 - 15
Very Stiff 16 - 30
Hard Greater than 30
Relative Density of Non-Plastic Soils
Term N-Value, BPF
Very Loose 0 - 4
Loose 5 - 10
Medium Dense 11 - 30
Dense 31 - 50
Very Dense Greater than 50
Moisture/Frost Condition
(MC Column)
D (Dry): Absence of moisture, dusty, dry to
touch.
M (Moist): Damp, although free water not
visible. Soil may still have a high
water content (over “optimum”).
W (Wet/ Free water visible, intended to
Waterbearing): describe non-plastic soils.
Waterbearing usually relates to
sands and sand with silt.
F (Frozen): Soil frozen
Layering Notes
Laminations: Layers less than
½" thick of
differing material
or color.
Lenses: Pockets or layers
greater than ½"
thick of differing
material or color.
Peat Description
Fiber Content
Term (Visual Estimate)
Fibric Peat: Greater than 67%
Hemic Peat: 33 – 67%
Sapric Peat: Less than 33%
Organic Description (if no lab tests)
Soils are described as organic, if soil is not peat
and is judged to have sufficient organic fines
content to influence the Liquid Limit properties.
Slightly organic used for borderline cases.
Root Inclusions
With roots: Judged to have sufficient quantity
of roots to influence the soil
properties.
Trace roots: Small roots present, but not judged
to be in sufficient quantity to
significantly affect soil properties.
ML OR OL
MH OR OH
281
A-7
A-7-5
A-7-6
Sieve Analysis, Percent passing:
No. 10 (2.00 mm) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .50 max.. . . .. . . .. . . .. . . .. . . .. . . .. . . .. . . .. . . .. . . .
No. 40 (0.425 mm) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .30 max.50 max.51 min.. . . .. . . .. . . .. . . .. . . .. . . .. . . .. . . .
No. 200 (0.075 mm) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .15 max.25 max.10 max.35 max.35 max.35 max.35 max.36 min.36 min.36 min.36 min.
Characteristics of Fraction Passing No. 40 (0.425 mm)
Liquid limit . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .40 max.41 min.40 max.41 min.40 max.41 min.40 max.41 min.
Plasticity index . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .N.P.10 max.10 max.11 min.11 min.10 max.10 max.11 min.11 min.
General Ratings as Subgrade . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Definitions of Gravel, Sand and Silt-Clay
01CLS022 (07/11)AMERICAN ENGINEERING TESTING, INC.
The term "silty" is applied to fine material having plasticity index of 10 or less
and the term "clayey" is applied to fine material having plasticity index of 11 or
greater.
AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS
AASHTO SOIL CLASSIFICATION SYSTEM
Classification of Soils and Soil-Aggregate Mixtures
GRAVEL - Material passing sieve with 3-in. square openings and retained on
the No. 10 sieve.
COARSE SAND - Material passing the No. 10 sieve and retained on the No.
40 sieve.
FINE SAND - Material passing the No. 40 sieve and retained on the No. 200
sieve.
COMBINED SILT AND CLAY - Material passing the No. 200 sieve
Excellent to Good
Group A-8 soils are organic clays or peat with organic content >5%.
BOULDERS (retained on 3-in. sieve) should be excluded from the portion of
the sample to which the classificaiton is applied, but the percentage of such
material, if any, in the sample should be recorded.
(35% or less passing No. 200 sieve)(More than 35% passing No. 200 sieve)
General Classification
A-4 A-5
The terms "gravel", "coarse sand", "fine sand" and "silt-clay", as
determinable from the minimum test data required in this
classification arrangement and as used in subsequent word
descriptions are defined as follows:
Granular Materials Silt-Clay Materials
A-1 A-2
A-2-6 A-2-7
. . . .
6 max.
Fine
Sand Silty or Clayey Gravel and Sand Silty Soils Clayey Soils
Plasticity index of A-7-5 subgroup is equal to or less than LL minus 30. Plasticity index of A-7-6 subgroup is greater than LL minus 30.
A-3 A-2-4 A-2-5
Stone Fragments,
Gravel and Sand
Fair to Poor
A-6
The placing of A-3 before A-2 is necessary in the "left to right elimination process" and does not indicate superiority of A-3 over A-2.
Usual Types of Significant Constituent Materials
A-1-a A-1-b
Group Classification
-10
0
10
20
30
40
50
100
90
80
70
60
50
40
30
20
15
35
0
2
4
6
8 1012 1416 18 203040 506070
80
1020304050607080100140180
LIQUID LIMIT
PLAS
TI
CI
T
Y I
N
D
E
X
PERCENT PASSING NO. 200 SIEVEPARTIAL GROUP INDEXGROUP INDEX CHART
Group Index (GI) = (F-35) [0.2+0.005 (LL-40) ] + 0.01 (F-15)
(PI-10) where F = % Passing No. 200 sieve, LL = Liquid
Limit, and PI = Plasticity Index.
When working with A-2-6 and A-2-7 subgroups
the Partial Group Index (PGI) is determined from the
PI only.
When the combined Partial Group Indices are
negative, the Group Index should be reported as zero.A-2-6 and A-2-782% Passing No. 200 sieve
LL = 38
PI = 21
PGI = 8.9 for LL
PGI = 7.4 for PI
GI = 16
Then:Example:
10
20
30
40
50
60
70
80
90
100 0 10 20 30 40 50 60 70
Sub-
G
r
o
u
p
A-7-5
Sub-G
roupA-7
-6
A-7A-5
A-4 A-6 PI = LL - 30PLASTICITY INDEX (PI)
Liquid Limit and Plasticity Index Ranges for the
A-4, A-5, A-6 and A-7 SubgroupsLiquid Limit282
Union
P
a
c
i
f
i
c
U nionPacificLuce Line Regional
T
r
a
i
l
1
0
t
h
A
v
e
N Gettysburg AveNFlag AveNLube-Tech
B ass et t Creek
O lson F ront age
R
d
Hello
Apartments
Brookview
Apartments
Trentwood
Apartments
Decatur
Business Center
General Mills
Nature Preserve
(North)
General Mills
Nature Preserve
(South)
Luce Line
R
e
g
i
onal Tra il
Luce
L
ine Regional T ra i l
BooneAve NBooneAve N
10th Ave N WisconsinAveNZealandAve N
Man
d
a
n
A
veW ins dale St
N
Yukon CtNPly m o uth A ve N
Boone Plaza
General Mills
James Ford Bell
Technical
Center
Orkla Open
SpacePlymouth
Avenue Open
Space
Wesley Park
(South)
Franklin
Academy
BassettCreekBrookview
Pond N
Brookview
Pond O
201
General
Mills
Pond
Brookview
Pond J
M a lla r d Creek Trail
Olson Fronta ge
R
dDecaturAveN
Ensign Ave N
G o ld e n
V
a ll ey
R
d
Harol d Ave
Wally Dr
55
Hopkins Bus
Depot
TruStone
Financial Credit
Union
KARE-11 TV
Blue Pearl Pet
Hospital
Wells Fargo
Bank
Mallard Creek
Apartments
Wesley
Commons
Flourish Senior
Living
Sentinel -
Golden Valley
Apartments
Boone Open
Space
B a sse ttCr eek
Brookview
Pond H
Betty
C
r
o
cker
D
r
Brookview Golf
Maintenance
Brookview
Golf
Course
Brookview
Pond LBrookview
Pond K
Brookview Pk wy NA?
A?
A?
A?
A?
C-04
C-01
C-05
C-02
C-03
±
0 600
US Feet Date: 04/14/2025 AET Project No. P-0040435
Golden Valley 2025 Mill & Overlay
Golden Valley, MN
Core Locations
Pre-Construction Road Evaluation
Figure 1
Legend
A?Core Locations 283
Date: 4/2025 AET Project P-0040435Coring performed April 2025
Golden Valley, MN
C-01
Pavement Core Photographs
City of Golden Valley 2025 Mill and Overlay
Core C-01
284
Date: 4/2025 AET Project P-0040435
C-02
Pavement Core Photographs
Core C-02
City of Golden Valley 2025 Mill and Overlay
Golden Valley, MN
Coring performed April 2025
285
Date: 4/2025 AET Project P-0040435
C-03
Pavement Core Photographs
Core C-03
City of Golden Valley 2025 Mill and Overlay
Golden Valley, MN
Coring performed April 2025
286
Date: 4/2025 AET Project P-0040435
C-04
Pavement Core Photographs
Core C-04
City of Golden Valley 2025 Mill and Overlay
Golden Valley, MN
Coring performed April 2025
287
Date: 4/2025 AET Project P-0040435
C-05
Pavement Core Photographs
Core C-05
City of Golden Valley 2025 Mill and Overlay
Golden Valley, MN
Coring performed April 2025
288
FILL14.6" Bituminous pavement
FILL, mostly gravelly sand with silt, brown
(A-1-b) (possible aggregate base)
END OF BORING
CORE
HA
WATERLEVEL
SURFACE ELEVATION:
BORINGCOMPLETED:
WATER LEVEL MEASUREMENTS
None
DATE
NOTE: REFER TO
THE ATTACHED
SHEETS FOR AN
EXPLANATION OF
TERMINOLOGY ON
THIS LOGRig:Rel LG:
DEPTH:
DRILLINGFLUID LEVEL
DR:
CAVE-INDEPTHCASINGDEPTHSAMPLEDDEPTH
4/24/25
570
TIME
DRILLING METHOD
ZR
CORE
Hand Auger
0-14.6"
14"-1.5'
03/2011
DENDEN
P-0040435
City of Golden Valley 2025 Mill and Overlay; Golden Valley, MN
N
SUBSURFACE BORING LOG
1
FIELD & LABORATORY TESTS
LOG OF BORING NO.
GEOLOGY
LATITUDE:
C-01 (p. 1 of 1)
-93.390336
01-DHR-060
LL
SAMPLETYPE
DEPTHINFEET MC
AET JOB NO:
PROJECT:
RECIN.MATERIAL DESCRIPTION PLWC
LONGITUDE:44.990193
%-#200
AET_CORP W-LAT-LONG P-0040435 GOLDEN VALLEY 2025 MILL AND OVERLAY.GPJ AET+CPT+WELL.GDT 5/15/25289
FILL13.8" Bituminous pavement
FILL, mostly silty sand with gravel, brown
(A-1-b) (possible aggegate base)
END OF BORING
CORE
HA
WATERLEVEL
SURFACE ELEVATION:
BORINGCOMPLETED:
WATER LEVEL MEASUREMENTS
None
DATE
NOTE: REFER TO
THE ATTACHED
SHEETS FOR AN
EXPLANATION OF
TERMINOLOGY ON
THIS LOGRig:Rel LG:
DEPTH:
DRILLINGFLUID LEVEL
DR:
CAVE-INDEPTHCASINGDEPTHSAMPLEDDEPTH
4/24/25
570
TIME
DRILLING METHOD
ZR
CORE
Hand Auger
0-13.8"
13.25'-1.5'
03/2011
DENDEN
P-0040435
City of Golden Valley 2025 Mill and Overlay; Golden Valley, MN
N
SUBSURFACE BORING LOG
1
FIELD & LABORATORY TESTS
LOG OF BORING NO.
GEOLOGY
LATITUDE:
C-02 (p. 1 of 1)
-93.390266
01-DHR-060
LL
SAMPLETYPE
DEPTHINFEET MC
AET JOB NO:
PROJECT:
RECIN.MATERIAL DESCRIPTION PLWC
LONGITUDE:44.987844
%-#200
AET_CORP W-LAT-LONG P-0040435 GOLDEN VALLEY 2025 MILL AND OVERLAY.GPJ AET+CPT+WELL.GDT 5/15/25290
FILL6.1" Bituminous pavement
FILL, mostly silty sand with gravel, brown
(A-1-b) (possible aggregate base)
END OF BORING
CORE
HA
WATERLEVEL
SURFACE ELEVATION:
BORINGCOMPLETED:
WATER LEVEL MEASUREMENTS
None
DATE
NOTE: REFER TO
THE ATTACHED
SHEETS FOR AN
EXPLANATION OF
TERMINOLOGY ON
THIS LOGRig:Rel LG:
DEPTH:
DRILLINGFLUID LEVEL
DR:
CAVE-INDEPTHCASINGDEPTHSAMPLEDDEPTH
4/24/25
570
TIME
DRILLING METHOD
ZR
CORE
Hand Auger
0-6.1"
6"-1.5'
03/2011
DENDEN
P-0040435
City of Golden Valley 2025 Mill and Overlay; Golden Valley, MN
N
SUBSURFACE BORING LOG
1
FIELD & LABORATORY TESTS
LOG OF BORING NO.
GEOLOGY
LATITUDE:
C-03 (p. 1 of 1)
-93.390273
01-DHR-060
LL
SAMPLETYPE
DEPTHINFEET MC
AET JOB NO:
PROJECT:
RECIN.MATERIAL DESCRIPTION PLWC
LONGITUDE:44.982569
%-#200
AET_CORP W-LAT-LONG P-0040435 GOLDEN VALLEY 2025 MILL AND OVERLAY.GPJ AET+CPT+WELL.GDT 5/15/25291
FILL7.8" Bituminous pavement
FILL, mostly sand with silt with gravel, brown
(A-1-b) (possible aggregate base)
END OF BORING
CORE
HA
WATERLEVEL
SURFACE ELEVATION:
BORINGCOMPLETED:
WATER LEVEL MEASUREMENTS
None
DATE
NOTE: REFER TO
THE ATTACHED
SHEETS FOR AN
EXPLANATION OF
TERMINOLOGY ON
THIS LOGRig:Rel LG:
DEPTH:
DRILLINGFLUID LEVEL
DR:
CAVE-INDEPTHCASINGDEPTHSAMPLEDDEPTH
4/24/25
570
TIME
DRILLING METHOD
ZR
CORE
Hand Auger
0-7.8"
8"-1.5'
03/2011
DENDEN
P-0040435
City of Golden Valley 2025 Mill and Overlay; Golden Valley, MN
N
SUBSURFACE BORING LOG
1
FIELD & LABORATORY TESTS
LOG OF BORING NO.
GEOLOGY
LATITUDE:
C-04 (p. 1 of 1)
-93.394011
01-DHR-060
LL
SAMPLETYPE
DEPTHINFEET MC
AET JOB NO:
PROJECT:
RECIN.MATERIAL DESCRIPTION PLWC
LONGITUDE:44.988980
%-#200
AET_CORP W-LAT-LONG P-0040435 GOLDEN VALLEY 2025 MILL AND OVERLAY.GPJ AET+CPT+WELL.GDT 5/15/25292
13
FILL9.8" Bituminous pavement
FILL, mostly silty sand with gravel, brown
(A-1-b) (possible aggregate base)
FILL, mostly clayey sand, a little gravel, brown
(A-6)
END OF BORING
CORE
HA
WATERLEVEL
SURFACE ELEVATION:
BORINGCOMPLETED:
WATER LEVEL MEASUREMENTS
None
DATE
NOTE: REFER TO
THE ATTACHED
SHEETS FOR AN
EXPLANATION OF
TERMINOLOGY ON
THIS LOGRig:Rel LG:
DEPTH:
DRILLINGFLUID LEVEL
DR:
CAVE-INDEPTHCASINGDEPTHSAMPLEDDEPTH
4/24/25
570
TIME
DRILLING METHOD
ZR
CORE
Hand Auger
0-9.8"
10"-1.5'
03/2011
DENDEN
P-0040435
City of Golden Valley 2025 Mill and Overlay; Golden Valley, MN
N
SUBSURFACE BORING LOG
1
FIELD & LABORATORY TESTS
LOG OF BORING NO.
GEOLOGY
LATITUDE:
C-05 (p. 1 of 1)
-93.386231
01-DHR-060
LL
SAMPLETYPE
DEPTHINFEET MC
AET JOB NO:
PROJECT:
RECIN.MATERIAL DESCRIPTION PLWC
LONGITUDE:44.989102
%-#200
AET_CORP W-LAT-LONG P-0040435 GOLDEN VALLEY 2025 MILL AND OVERLAY.GPJ AET+CPT+WELL.GDT 5/15/25293
FC - 1
CONTRACT NO. 24-07
AGREEMENT FOR THE 2025 MILL & OVERLAY PROJECT
PROJECT NO. 24-07
THIS AGREEMENT (this “Agreement”), entered into the 15th day of July, 2025 between
the City of Golden Valley (the “City”), a municipal corporation, existing under the laws of
the State of Minnesota, and Valley Paving, 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
2025 Mill & Overlay (24-07) (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 W ork in every respect to the satisfaction and approval of the City.
294
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 $1,641,759.42, 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 $1,641,759.42
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 W ork 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 Valley Paving, 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. 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 City is unable to adequately fund payment for the Contract because of
changes in state fiscal policy, regulations or law; or (3) after finding that, for reasons
beyond Contractor’s control, Contractor is prevented from proceeding with or
completing the W ork within a reasonable time.
In the event that any Work is terminated under the provisions hereof, all completed
items or units of W ork will be paid for at Contract Bid Prices. Payment for partially
completed items or units of W ork will be made in accordance with the Contract
Documents.
295
FC - 3
Termination of the Contract or any portion thereof shall not relieve Contractor of
responsibility for the completed W ork, nor shall it relieve Contractor’s Sureties of their
obligations for and concerning any just claims arising out of the W ork.
ARTICLE 10. No Discrimination. Contractor 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. Contractor agrees to comply with the 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. Contractor agrees to hold
harmless and indemnify the City from costs, including but not limited to damages,
attorneys’ fees and staff time, in any action or proceeding brought alleging a violation of
these laws by Contractor or its guests, invitees, members, officers, officials, agents,
employees, volunteers, representatives and subcontractors. Upon request, Contractor
shall provide accommodation to allow individuals with disabilities to participate in all
Services under this Agreement. Contractor agrees to utilize its own auxiliary aid or
service in order to comply with ADA requirements for effective communication with
individuals with disabilities.
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
Noah Schuchman, City Manager
CONTRACTOR
BY
ITS
296
EXECUTIVE SUMMARY
Administrative Services
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
3D.3. Approve Agreement to Purchase Printer Replacements and Maintenance from Konica Minolta
Prepared By
John Peterson, IT Manager
Summary
The IT division recommends the approval of a new lease agreement with Konica Minolta for three
replacement multifunction devices (copiers/printers) for the DMV, Police, and Fire departments. These
devices will replace aging units that are no longer meeting reliability and performance standards. This
lease will expire at the same time as the City’s existing copier fleet lease, creating a consistent lease
expiration across the City. This provides financial predictability, administrative efficiency, and aligns
with the City’s long-term equipment replacement strategy. The new devices include updated security
features, internal finishing capabilities, and support for the City’s secure printing and cloud-based
scanning needs. Implementation includes setup, device security configuration, and return of existing
leased equipment.
Financial or Budget Considerations
The lease is structured for a 43-month term with a projected monthly payment of $1,289.97 (plus
applicable taxes), covering equipment, toner, parts, and labor under a flat-rate maintenance plan. The
total obligation over the term is approximately $55,469.71. Funding source is the CIP Computers and
Printers budget. The agreement also includes an upgrade and direct settlement of existing devices.
Legal Considerations
This agreement was reviewed and approved by the Legal department.
Equity Considerations
Konica printer/copiers meet ADA and Section 508 compliance and align with the Administrative
Services Department equity practices by ensuring employees have the resources needed to provide
services to the community.
Recommended Action
Motion to approve agreement with Konica Minolta for the purchase and maintenance of printers.
Supporting Documents
Konica Minolta Printer Purchase Agreement.pdf
297
PROPOSAL FOR:
CITY OF GOLDEN VALLEY
PRESENTED BY:
Daniel Buchner
Named Account Executive
Konica Minolta Business Solutions U.S.A., Inc.
298
June 20, 2025
CITY OF GOLDEN VALLEY
7800 GOLDEN VALLEY RD
MINNEAPOLIS, MN, 55427-4508
Quote ID: 80158844
Dear John Peterson:
We at Konica Minolta are excited to present a proposal that integrates our top-tier print services and
solutions with our state-of-the-art imaging technology. This innovative blend is designed to provide you with
a strategic edge, offering a comprehensive approach to achieving both your immediate and future business
objectives.
In today's fast-paced and adaptable work environment, it's essential to have technologies and solutions
that effortlessly link people, spaces, and technology. Konica Minolta is dedicated to enhancing your
collaboration and productivity while optimizing workplace efficiency.
Thank you for considering Konica Minolta. We look forward to demonstrating our commitment to you and
are confident that our offering will meet your expectations and deliver increased value and efficiencies.
Sincerely,
Daniel Buchner
DBuchner@kmbs.konicaminolta.us
9522296112
299
Creating New Value
The traditional office environment is changing and will continue to do so. Business transformation is key to
managing growth and increasing profitability. As your business evolves you must continually seek
competitive advantages and ways to reshape workflow by selecting and implementing smart tools and
technologies that will advance your teams into the workplace of the future. Konica Minolta realizes your
success is reflected in us: in our actions, in our solutions, in our results. We are the partner you can trust
and rely on to help you navigate change and meet the expectations of the digitally connected workplace. A
partner committed to client-first methodologies, offering innovation through a comprehensive suite of
products and services that includes Managed Print Services, industry-leading MFP technology, IT services,
Video Security Solutions, our Blue Iris IQ offering of Intelligent Information Management solutions and best-
of-breed software solutions. Our end-to-end strategy and consultative engagements provide a 360º view of
your business processes and challenges, as well as a clear vision of your goals and objectives. Through
our collaborative approach, we enable targeted solutions that yield improved efficiencies, cost reductions
and the realization of your strategic vision.
Our Portfolio
At Konica Minolta, we believe work is about people (workers), spaces (the physical spaces they work in,
which can be many) and technology (from hardware to software). We need to join them effectively to
achieve true connectivity. That is why at Konica Minolta we have adopted the Intelligent Connected
Workplace approach. In the past, these pillars that make up the world of work have been treated as separate
entities. But we are changing that. Our Intelligent Connected Workplace (ICW) is a dynamic and digitally-
transformed work model. Disparate data points are connected to allow smarter ways of working and better
corporate insights, to help the progression to a more agile way of working.
300
Together, with our Intelligent Connected Workplace, we make your workplace work for you enabling people
to collaborate and move fluidly across different work scenarios and providers, without friction, fear or
frustration.
Our portfolio of hardware and solutions is
designed to integrate across the entire
workplace ecosystem which helps to promote
greater collaboration, productivity, improved
efficiency, and heightened security within your
organization. Printers, Video Security
Solutions, IT Security & Cloud Services,
Managed Print Services, Blue Iris IQ’s
Intelligent Information Management offerings
and much more - our solutions and services
are built around you. We put you in control so
you can work smarter, more efficiently, and
more securely.
Partnering with organizations of all sizes, this
360-degree approach is built from a
combination of our global expertise as a digital
transformation provider, paired with our local
market knowledge enables us to build
scalable solutions that meet differing
organizational needs.
301
Quotation ID:
Date/Time: Page 1 of 380158844
06/20/2025 9:39:34 AM
Quotation
Prepared Exclusively for:
GOLDEN VALLEY, CITY OF
John Peterson, IT Manager
7800 Golden Valley Rd
Minneapolis, MN 55427-4508
Prepared by:
Daniel Buchner
NAMED ACCOUNT EXECUTIVE
Office: (952) 229-6112
dbuchner@kmbs.konicaminolta.us
Offer Expires: 06/30/2025
Product: Device & Software
Installation Location - 1: City Of Golden Valley, 7800 Golden Valley Rd, Minneapolis, MN 55427-4508
Delivery Contact:
Qty Product Description Product Configuration
1 Bizhub C451i C451i Copier/printer With Df-713, Tn626k Black Toner Yield: 28k, Tn626y Yellow
Toner Yield: 28k, Tn626m Magenta Toner Yield: 28k, Tn626c Cyan Toner Yield:
28k, Mfp Delivery Charge - Level Two, Basic Network Service - Bns04, Kmpf Lease
Return 1st Unit, Pc-416 Cabinet, Fs-539, Relay Unit Ru-513, Pk-524 2/3 Punch Unit
For Fs-539, Working Table Wt-506, Pwrfilter W Line Monitoring 120v/15a, Bizhub
Secure, Bizhub Secure Notifier, Lk-116 - License, Bizhub Package Ps By Kmbs Per
Hour, Stc Bus Bundle 1 Yr Term 1 Device, Scantrip Cloud Notification
1 Bizhub C301i Fs-542 Inner Finisher, Pk-527 Punch Kit - For Fs-542 2/3 Holes, C301i Color
Copier/printer With Df-714, Tn-328y Yellow Toner, Tn-328m Magenta Toner,
Tn-328c Cyan Toner, Tn-328k Black Toner, Mfp Delivery Charge - Level One, Basic
Network Service - Bns04, Kmpf Lease Return Addl Units, Pc-116 Cabinet, Working
Table Wt-506, Pwrfilter W Line Monitoring 120v/15a, Bizhub Secure, Bizhub
Secure Notifier, Lk-116 - License, Bizhub Package Ps By Kmbs Per Hour, Stc Bus
Bundle 1 Yr Term 1 Device, Scantrip Cloud Notification
1 Bizhub C301i C301i Color Copier/printer With Df-714, Tn-328y Yellow Toner, Tn-328m Magenta
Toner, Tn-328c Cyan Toner, Tn-328k Black Toner, Mfp Delivery Charge - Level One,
Basic Network Service - Bns04, Kmpf Lease Return Addl Units, Pc-216 Cabinet,
Fs-539, Relay Unit Ru-513, Pk-524 2/3 Punch Unit For Fs-539, Working Table
Wt-506, Pwrfilter W Line Monitoring 120v/15a, Bizhub Secure, Bizhub Secure
Notifier, Lk-116 - License, Bizhub Package Ps By Kmbs Per Hour, Stc Bus Bundle 1
Yr Term 1 Device, Scantrip Cloud Notification
Maintenance Services
Maintenance Plan: Flat Rate Term: 43 Months
Entitlements: Toner, Parts/Labor
Installation Location -1: City Of Golden Valley, 7800 Golden Valley Rd, Minneapolis, MN 55427-4508
302
Quotation ID:
Date/Time: Page 2 of 380158844
06/20/2025 9:39:34 AM
Qty
Bill
Plan TypeDevice
Pages
Included
Values shown per device
Bizhub C451i 1 Flat Rate Unlimited
Bizhub C301i 1 Flat Rate Unlimited
Bizhub C301i 1 Flat Rate Unlimited
Existing Financial Considerations
Buyout/Upgrade – Direct Settlement (included in projected payment)
Funding Source Account Number Type
Konica Minolta Premier Finance 061-0165636-000 Upgrade to Return
303
Quotation ID:
Date/Time: Page 3 of 380158844
06/20/2025 9:39:34 AM
Quotation Summary & Acceptance
Transaction Type : Lease - Fair Market Value Purchase Option Term: 43 Months
Projected Monthly Obligation(s):Amount
$1,289.97 Device/Software/Maintenance Services:
Total(Excluding applicable taxes) $1,289.97
Konica Minolta's pricing is valid for 30 days. Konica Minolta reserves the right to adjust prices to reflect the impact of any tariffs,
duties, or similar governmental charges. Konica Minolta will provide advance notice of any such adjustments.
Please contact Daniel Buchner, (952) 229-6112, to accept this quotation and have an Order/Lease Agreement delivered for
signature.
KONICA MINOLTA
_____________________________
Daniel Buchner, Account Executive
_____________________________
CITY OF GOLDEN VALLEY
_____________________________
Roslyn Harmon, Mayor
_____________________________
Noah Schuchman
304
EXECUTIVE SUMMARY
Public Works
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
3D.4. Approve Professional Services Agreement with Stantec Consulting Services Inc. for the Bassett
Creek Sanitary Sewer Rehabilitation Project
Prepared By
Tim Kieffer, Public Works Director
Caleb Brolsma, Assistant City Engineer
Summary
The sanitary sewer along Bassett Creek is exposed due to bank erosion and susceptible to damage. The
City and Bassett Creek Watershed will be performing a creek restoration project starting late 2025 into
2026. The City is proposing to line the pipes along Bassett Creek in conjunction with the project to
reinforce the pipes before construction. An advantage to doing this work now is reduced cost and
time by using the same temporary construction easements. Staff propose entering into a Professional
Services Agreement with Stantec Consulting Services Inc. for design, bidding, and construction
administrative services.
Financial or Budget Considerations
The 2025-2034 Water and Sewer Systems Capital Improvement Plan includes $600,000 for Bassett
Creek Sanitary Sewer Rehabilitation (W&SS-127).
Legal Considerations
The Legal Department has reviewed and approved the contract.
Equity Considerations
The project satisfies Pillar 3 of the Equity Plan by providing unbiased programs and services. Reliable
sanitary sewer conveyance is essential for public health, safety, and the economic vitality of a
community.
Recommended Action
Motion to authorize the Mayor and City Manager to execute the Professional Services Agreement with
Stantec Consulting Services Inc. in the form approved by the City Attorney.
Supporting Documents
Professional Services Agreement with Stantec Consulting Services Inc
305
1
PROFESSIONAL SERVICES AGREEMENT
(ENGINEERING SERVICES)
THIS AGREEMENT is made this July 15th, 2025 (“Effective Date”) by and between Stantec Consulting
Services Inc., a Minnesota corporation with its principal office at 2780 Snelling Avenue N, Suite 101,
Roseville, MN 55113 (“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 engineering services for the Bassett Creek Sanitary
Sewer Rehabilitation Project.
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”). Exhibit A 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 May 1, 2026, 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 B.
Consultant’s total compensation for the Services, including hourly fees and expenses, shall not exceed
$73,200.00. 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-five (35) days after Consultant’s statements are
submitted.
306
2
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 herein 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.
6. Amendments. No amendments may be made to this Agreement except in a writing signed by
both parties. The City’s authorized agent, may on behalf of the City, administratively approve
amendments that do not materially change the scope of work or increase the contract price. Any
amendments that materially change the scope of work or increase the contract price shall require council
approval.
7. 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.
8. 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.
9. 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 or arising out of 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
307
3
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.
10. Insurance. Consultant shall maintain reasonable insurance coverage throughout this Agreement.
Consultant agrees that before any work related to the approved project can be performed, Consultant
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 in an
amount of not less than:
1. $5,000,000 per claim
2. $5,000,000 annual aggregate
Consultant 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 this
agreement. 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
308
4
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.
11. 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.
12. 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.
13. Compliance with Laws. Consultant shall exercise due professional care to comply with applicable
federal, state and local laws, rules, ordinances and regulatfons in effect as of the date Consultant agrees
to provide the Services. Consultant’s guests, invitees, members, officers, officials, agents, employees,
volunteers, representatfves, and subcontractors shall abide by the City's policies prohibitfng sexual
harassment and tobacco, drug, and alcohol use as defined in the City’s Respectiul Work Place Policy, and
Tobacco, Drug, and Alcohol Policy, as well as all other reasonable work rules, safety rules, or policies, and
procedures regulatfng the conduct of persons on City property, at all tfmes while performing dutfes
pursuant to this Agreement. Consultant agrees and understands that a violatfon of any of these policies,
procedures, or rules constftutes a breach of the Agreement and sufficient grounds for immediate
terminatfon of the Agreement by the City.
14. 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.
15. Third Party Rights. The parties to this Agreement do not intend to confer any rights under this
Agreement on any third party.
309
5
16. 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
parties to this Agreement waive any objection to the jurisdiction of these courts, whether based on
convenience or otherwise.
17. 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.
18. 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.
19. 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.
20. 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.
21. 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,
gender, gender identity, gender expression, 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,
310
6
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 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.
22. Authorized Agents. The City’s authorized agent for purposes of administration of this contract is
Michael Ryan, City Engineer, or designee. Consultant’s authorized agent for purposes of administration
of this contract is Alan Offerman, or designee who shall perform or supervise the performance of all
Services.
23. 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
Stantec Consulting Services, Inc.
Alan Offerman, PE
733 Marquette Avenue N., Suite 1000
Minneapolis, MN 55402
alan.offerman@stantec.com
City of Golden Valley
Michael Ryan, PE, CPSWQ
7800 Golden Valley Road
Golden Valley, MN 55427
mryan@goldenvalleymn.gov
or such other contact information as either party may provide to the other by notice given in accordance
with this provision.
24. 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.
25. 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.
26. 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.
27. 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
311
7
use the City’s logo or state that the City endorses its services without the City’s advanced written
approval.
28. 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.
29. 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.
30. 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.
31. Recitals. The City and Consultant agree that the Recitals are true and correct and are fully
incorporated into this Agreement.
32. Limitation of Liability. The total amount of all claims the City may have against the Consultant
under this Agreement or arising from the performance or non-performance of the Services under any
theory of law, including but not limited to claims for negligence, negligent misrepresentation and breach
of contract, shall be strictly limited to the lesser of the fees or $500,000. As the City’s sole and exclusive
remedy under this Agreement any claim, demand or suit shall be directed and/or asserted only against
the Consultant and not against any of the Consultant’s employees, officers or directors.
Neither the City nor the Consultant shall be liable to the other or shall make any claim for any incidental,
indirect or consequential damages arising out of or connected to this Agreement or the performance of
the services on this Project. This mutual waiver includes, but is not limited to, damages related to loss of
use, loss of profits, loss of income, unrealized energy savings, diminution of property value or loss of
reimbursement or credits from governmental or other agencies.
33. Professional Liability/Miscellaneous Liability Insurance. The Contractor shall maintain
Professional Liability Insurance for all claims the Contractor may become legally obligated to pay resulting
from any actual or alleged negligent act, error, or omission related to Contractor’s professional services
required under this Agreement. 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
three (3) years.
a. Minimum limit of liability of $1,000,000 per occurrence; $2,000,000 annual aggregate
b. Deductible not to exceed $5,000 (if in excess, submit certified financial statement)
312
8
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.
STANTEC CONSULTING SERVICES, INC. CITY OF GOLDEN VALLEY:
By: _________________________________
Alan Offerman, PE, Project Manager
By: _________________________________
Roslyn Harmon, Mayor
By: _________________________________
Noah Schuchman, City Manager
313
9
EXHIBIT A
SCOPE OF SERVICES
314
10
315
11
316
12
317
13
318
EXHIBIT B
FEE SCHEDULE
319
EXECUTIVE SUMMARY
Fire
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
3E.1. Adopt Resolution No. 25-063 Accepting a CenterPoint Energy Community Safety Grant
Prepared By
Maria Jimenez, Administrative Assistant
Alisa Schuster, Assistant Fire Chief
Summary
The Golden Valley Fire and Police Departments made application for and was awarded a $2,500
Community Safety Grant from CenterPoint Energy. The grant will be used toward the purchase of key
community safety materials such as File of Life packets and other public safety outreach materials for
distribution to the community. A resolution needs to be approved to accept grants and donations of
real or personal property.
Financial or Budget Considerations
Golden Valley Public Safety will use $2,500 grant to purchase safety and educational materials for
distribution to the community. The grant funds will be matched by existing funds in the 2025 Fire and
Police Department budgets.
Legal Considerations
Legal review is not required for this item.
Equity Considerations
Equity review is not required for this item.
Recommended Action
Motion to adopt Resolution No. 25-063 to accept a grant of $2,500 from CenterPoint Energy.
Supporting Documents
Resolution No. 25-063 - Accepting a CenterPoint Energy Community Safety Grant
320
RESOLUTION NO. 25-063
RESOLUTION ACCEPTING A DONATION OF $2,500 FROM
CENTERPOINT ENERGY COMMUNITY SAFETY GRANT
WHEREAS, the City Council adopted Resolution 04-20 on March 16, 2004 which
established a policy for the receipt of gifts; and
WHEREAS, the Resolution states that a gift of real or personal property must be
accepted by the City Council by resolution and be approved by a two -thirds majority of
the Council.
WHEREAS, the donation of monies to help further the goodwill for the fire
department.
NOW THEREFORE, BE IT RESOLVED, that the City Council for the City of
Golden Valley:
1. Accepts $2,500 from CenterPoint Energy Community Safety Grant, for the
purchase of key community safety materials such as files of life and related fire
prevention and outreach materials for distribution to the community.
2. Extends their heartfelt gratitude to CenterPoint Energy for generously donating
finances to help advance the public safety needs of the community.
Adopted by the City Council of Golden Valley, Minnesota this 15th day of July, 2025.
____________________________
Roslyn Harmon, Mayor
Attested:
____________________
Theresa Schyma, City Clerk
321
EXECUTIVE SUMMARY
Legal
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
3F. Adopt Resolution No. 25-064 Approving Updated Data Practices Policies for the City of Golden
Valley
Prepared By
Melissa Croft, Deputy City Clerk (Records)
Maria Cisneros, City Attorney
Summary
The Minnesota Government Data Practices Act (MGDPA) requires that all government entities in
Minnesota adopt policies regarding access to government data. The policies explain how members of
the public can access government data and provide contact information for the City staff members
responsible for receiving and processing data practices requests. If there are changes, the City must
update these policies by August 1 of each year.
Additionally, the City is required to update its policies in response to legislative changes. The attached
policies have been revised to reflect updates enacted during the 2025 Regular Legislative Session,
including a new provision allowing the suspension of data request responses when a requestor fails to
inspect or collect the data within five days of notification. This change is intended to improve
efficiency by reducing the resource demands associated with large data requests.
Furthermore, the League of Minnesota Cities continues to advocate for further amendments to the
MGDPA on behalf of municipalities that are committed to transparency, public data access, and legal
compliance. However, these efforts also recognize the need to balance those principles with the
financial burden that certain data requests impose on municipalities - costs that are often ultimately
borne by local taxpayers.
The City of Golden Valley adopted a Data Practices Policy on January 17, 2012 (by vote, not resolution)
and amended that same policy on July 16, 2024 (Resolution No. 24-047). This policy lists the
procedures related to data practice requests and outlines the basic inventory of data maintained by
the City.
Staff recommends replacing the current Golden Valley Data Practices policy (Resolution No. 24-047)
and data inventory with the following documents which were drafted using the model policies
provided by the Minnesota Data Practice Office:
Golden Valley Data Practices Policy for Members of the Public. This policy explains the rights of
the public to receive data.
322
Golden Valley Data Practices Policy for Data Subjects. This policy explains the rights of data
subjects to receive information about themselves.
City of Golden Valley Data Inventory. This document identifies and describes all private and
confidential data maintained by the City.
Legal Considerations
The proposed policies are compliant with the Minnesota Data Practices Act in Minnesota Statutes,
Chapter 13 which sets the standards for the collection, storage, protection, use of, and access to data
in the possession of the City. The City is required by law to adopt and update these policies.
Equity Considerations
It is the Legal Department's practice to actively review and update policies with an equity lens.
Updating the City's data practices policies will help ensure government data is available to the public
in a more open and consistent manner.
Recommended Action
Motion to adopt Resolution No. 25-064 appointing the Data Practices Compliance Official and
approving updated Data Practices Policies for the Minnesota Government Data Practices Act for the
City of Golden Valley.
Supporting Documents
Resolution No. 25-064 - Approving Updated Data Practices Policies for the City of Golden Valley
323
RESOLUTION NO. 25-064
RESOLUTION ADOPTING UPDATED DATA PRACTICES POLICIES FOR THE
MINNESOTA GOVERNMENT DATA PRACTICES ACT
FOR THE CITY OF GOLDEN VALLEY
WHEREAS, the City Council of the City of Golden Valley is the official governing
body of the City of Golden Valley; and
WHEREAS, the Minnesota Statutes §13.025, subds. 2 and 3, require that the City
prepare policies related to public access to government data and related to the rights of
data subjects and their access to government data; and
WHEREAS, on July 16, 2024 the City adopted Resolution No. 24-047 which updated
the City's data practices policies and data inventory; and
WHEREAS, the Responsible Authority recommends updating the aforementioned
policies and inventory to ensure compliance with Minnesota Statutes, Chapter 13; and
WHEREAS, the City Council has reviewed Exhibit A and finds that the updated data
practices policies and data inventory prepared by City staff comply with these statutory
requirements.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Golden
Valley that the following are hereby approved:
•Data Practices Policy for Members of the Public
•Data Practices Policy for Data Subjects
•City of Golden Valley Data Inventory
This resolution replaces and supersedes Resolution No. 24-047.
Adopted by the City Council of Golden Valley, Minnesota on this 15th day of July, 2025.
_________________________________
Roslyn Harmon, Mayor
ATTEST:
_________________________________
Theresa Schyma, City Clerk
324
O FFICIAL C ITY P OLICY
C ITY OF G OLDEN V ALLEY
General Information
Policy Title: Data Practices Policy for Members of the
Public
Department: Legal
Policy Owner (job title): City Clerk Policy ID: LEG 300
Council Approval Date: 07-15-2025 Resolution Number: 25-064
Effective Date: 07-15-2025 ☐New ☒ Updated
Policy Overview
Policy Description:
This policy explains the rights of members of the public to access and request copies of government data under t he
Minnesota Government Data Practices Act, Minnesota Statutes, Chapter 13 (the “Data Practices Act”).
Purpose & Scope:
The Data Practices Act requires the City to prepare a written data access policy regarding the rights of members of
the public. This policy outlines the public’s right to request and inspect public data held by the City, including but not
limited to:
•General Obligations
•How to Make a Data Request
•How the City Responds to a Data Request
•Requests for Summary Data
•Fees
•Department Data Designees
Definitions: For purposes of this policy, the terms below shall have the following meanings:
•Data on Individuals – all government data in which any individual is or can be identified as the subject of that
data, unless the appearance of the name or other identifying data can be clearly demonstrated to be only
incidental to the data and the data are not accessed by the name or other identifying data of any individual.
•Data Practices Compliance Official – The staff person who receives and responds to questions or concerns
about data practices problems, including problems in obtaining access to data the entity keeps. The Deputy
City Clerk (Records) is the designated Data Practices Compliance Official for the City of Golden Valley.
•Department Data Designee – A staff person that has been officially designated by the Responsible Authority
as a “designee” to be in charge of individual files or systems containing government data and to receive and
comply with the requests for government data.
•Employee time – Full labor costs of wages and benefits of the lowest-paid employee(s) that would have access
to the data and be qualified to search and retrieve the data.
•Government Data – Means all data collected, created, received, maintained or disseminated by any
government entity regardless of its physical form, storage media or conditions of use.
•Redaction – Separating public data from not public data. Government entities cannot charge for redaction.
•Responsible Authority – The individual responsible for the collection, use, and dissemination of any set of
data on individuals, government data, or summary data, unless otherwise provided by state law. The City Clerk
is the designated Responsible Authority for the City of Golden Valley.
•Search and retrieval time – The amount of time an employee spends searching for and retrieving government
data, and for making, certifying, and electronically transmitting copies of the data or the data.
•You – A member of the public requesting government data.
325
Related Documents, Materials & Resources :
•City of Golden Valley’s Online Data Request Portal
•Data Practices Policy for Requests for Data About You, and Your Rights as a Data Subject - If you would like
private data about you, your minor child, or someone for whom you are the legal guardian
•Minnesota Data Practices Act, Minnesota Statutes, Chapter 13
•Minnesota Data Practices Office
Data Practices Policy for Members of the Public
General Obligations
The Data Practices Act requires the City of Golden Valley to keep all government data in a way that makes it easy for
members of the public to access public data. The Data Practices Act presumes all government data is public unless a state
or federal law says the data is not public. Members of the public (hereafter referred to as “you”) have the right to look at
(inspect) public data and to request copies pursuant to the procedures and requirements in this policy and as otherwise
limited by state and federal law.
How to Make a Data Request
You can request to look at data or obtain copies of data the City of Golden Valley keeps by making a request on the City
of Golden Valley’s Online Data Request Portal.
You may also choose not use to use the online data request portal. If you chose not to use the online portal, your
emailed, mailed, or faxed request should include:
•a statement that you are making a request for public data under the Government Data Practices Act, Minnesota
Statutes, Chapter 13
•a clear description of the data you would like to inspect or have copied
•instructions for delivering the data to you, stating whether you would like to look at the data, receive copies of
the data, or both
You are not required to identify yourself or explain the reason for your data request. However, the City may need some
information about you to respond to your request (for example, if you request emailed copies, the City will need your
email address). If you choose not to give us any identifying information, the City will provide you with contact
information so you may check on the status of your request. If City staff do not understand your request and have no way
to contact you, the City will not be able to process your request.
How the City Responds to a Data Request
Upon receiving your request, the City will process it as follows.
•If the City does not have the data, a staff member will notify you in writing as soon as reasonably possible.
•If the City has the data but is not allowed to give it to you, a staff member will notify you as soon as reasonably
possible and state which specific law says prohibits its disclosure.
•If the City has the data and the data is public, a staff member will respond to your request within a reasonable
amount of time by doing one of the following:
o Arrange a date, time, and place for you to inspect data, for free, if your request is to look at the data
o Provide you with copies of the data as soon as reasonably possible. You may choose to pick up your
copies or a staff member will mail, email, or fax them to you. If you want the City to send you the copies,
you will need to provide an address, email address, or fax number. The City will provide electronic copies
(such CD-ROM) upon request if the data is normally kept in an electronic format.
326
If you request paper copies or electronic copies that require more than 30 minutes of staff time to search and retrieve,
you will be charged a fee and payment will be required prior to receiving your data. Additional information about costs is
below.
If you do not understand the data (technical terminology, abbreviations, or acronyms), please tell the staff person who
provided the data to you.
If you do not inspect or collect copies of the data you requested within five business days of being notified they are
available, further responses will be suspended. Work will resume only after you inspect or collect the data.
Staff may need additional information in order to fulfill your request. If you are contacted about your request and you do
not respond within 10 days, your request may be considered ‘abandoned’ and closed.
The Data Practices Act does not require the City to create or collect new data in response to a data request, or to provide
data in a specific form or arrangement if the data is not kept in that form or arrangement. For example, if the data you
request are on paper only, City staff are not required to create electronic documents to respond to your request. If the
City agrees to create data in response to your request, staff will work with you on the details of your request, including
cost and response time.
Under the Data Practices Act, the City is not required to respond to inquiries or questions that are not specific requests
for government data.
Requests for Summary Data
Summary data are statistical records or reports that are prepared by removing all identifiers from private or confidential
data on individuals. The preparation of summary data is not a means to gain access to private or confidential data. The
City may prepare summary data in certain circumstances depending on the nature of the data and staff availability and
work loads. All requests for summary data must be made in writing and you will be charged for the actual cost of
creating summary data in addition to any applicable copy costs.
Fees
The City of Golden Valley charges members of the public for copies of government data. These charges are authorized
under Minnesota Statutes, section 13.03, subdivision 3(c).
All charges must be paid in full before the data is released. The charges below may vary when a charge is set by statute
or rule.
•100 or fewer paper copies
If you request 100 or fewer pages of black and white, letter, or legal size paper copies, the charge is 25¢ for a
one-sided copy or 50¢ for a two -sided copy.
•Most other types of copies
The charge for most other types of copies is the actual cost of searching for and retrieving the data and making
the copies or electronically sending the data (e.g., sending the data by email).
Actual Cost of Making Copies
The actual cost of making copies includes employee time, the cost of the materials onto which the data is copied (paper,
CD, DVD, etc), and mailing costs (if any). Estimates of employee time are calculated using the lowest-paid employee(s)
that would have access to the data and be qualified to search and retrieve the data. However, if, based on your request,
it is necessary for a higher-paid employee to search for and retrieve the data, the City will calculate search and retrieval
charges at the higher salary/wage.
If it is determined that the data responsive to your request will exceed 100 pages, we will provide you with an estimate
of the total cost prior to fulfilling your request. The actual fees charged may differ from the estimate. The City strives to
327
provide estimates that are as accurate as possible but cannot guarantee the final cost of the request until search and
retrieval of the data is complete. You will only be charged the actual cost of fulfilling your request.
In an effort to ensure access to public data, there will be no search and retrieval charge for requests that require less
than 30 minutes of staff time. Serial requests will be consolidated and considered as one request when calculating fees.
If your request is for copies of data City staff cannot copy in-house, such as photographs, the City will charge you the
actual cost the City must pay an outside vendor for the copies.
Department Data Designee s
The Responsible Authority, in consultation with the department heads, will appoint one or more data designees for each
City department. The department designees will be responsible for:
•Maintaining departmental files and systems containing government data;
•Ensuring compliance with the Data Practices Act;
•Processing data requests; and
•Answering inquiries from the public concerning departmental data.
A list of the City’s department data designees will be kept on file with the Responsible Authority and posted on the City
website.
328
O FFICIAL C ITY P OLICY
C ITY OF G OLDEN V ALLEY
General Information
Policy Title: Data Practices Policy for Data Subjects Department: Legal
Policy Owner (job title): City Clerk Policy ID: LEG 301
Council Approval Date: 07-15-2025 Resolution Number: 25-064
Effective Date: 07-15-2025 ☐New ☒ Updated
Policy Overview
Policy Description:
This policy explains the rights of data subjects to access and request copies of government data under the
Minnesota Government Data Practices Act, Minnesota Statutes, Chapter 13 (the “Data Practices Act”).
Purpose & Scope:
The Data Practices Act requires the City to prepare a written policy of the rights of data subjects under the Act and
the specific procedures used by the City for access by a data subject to public or private data on individuals. This
policy explains the rights of data subjects and tells individuals how to request data about themselves, their minor
child, or someone for whom they are the legal guardian. This policy includes information on the following topics:
•General Obligations
•Classification of Data about You
•Your Rights Under the Data Practices Act
•How to Make a Request for Your Data
•How the City Responds to a Data Request
•Fees for Data Subjects
•Standards for Verifying Identity
Definitions: For purposes of this policy, the terms below shall have the following meanings:
•Data on Individuals – Data in which any individual is or can be identified as the subject of that data.
Individuals are natural persons, and include parents and guardians for minors or incapacitated persons.
•Employee time – Full labor costs of wages and benefits of the lowest-paid employee(s) that would have access
to the data.
•Government Data – Means all data collected, created, received, maintained or disseminated by any
government entity regardless of its physical form, storage media or conditions of use.
•Redaction – Separating public data from not public data. Government entities cannot charge for redaction.
•Search and retrieval time – The amount of time an employee spends searching for and retrieving government
data, and for making, certifying, and electronically transmitting copies of the data or the data.
•Subject of Data – An individual is the subject of data when the individual can be identified from the data.
•You – A member of the public requesting government data.
Related Documents, Materials & Resources :
•City of Golden Valley’s Online Data Request Portal
•Data Practices Policy for Members of the Public
•Minnesota Data Practices Act, Minnesota Statutes, Chapter 13
•Minnesota Data Practices Office
329
Policy
General Obligations
The Data Practices Act says data subjects have certain rights related to a government entity collecting, creating, and
keeping government data about them. Under the Data Practices Act, the City must keep all government data on
individuals in a way that makes it easy for data subjects to access data about themselves. The City can collect and keep
only those data about individuals needed for administering and managing programs that are permitted by law.
Classification of Data about You
The Data Practices Act presumes all government data are public unless a state or federal law says the data are not public.
Data about you are classified by state law as follows:
•Your Public Data: Some data about you is classified under the Government Data Practices Act as public data. For
example, your name on an application for a license from the City is public data. The Government Data Practices
Act presumes all government data are public unless a state or federal law says the data are not public. The City
must give public data to anyone who asks. It does not matter who is asking for the data or why the person wants
the data.
•Your Private Data: Some data about you is classified as private data. For example, an employee’s Social Security
number is private data. The City cannot give private data to the public. The City can share your private data with
you, with someone who has your permission, with government entity staff whose job requires or permits them
to see the data, and with others as permitted by law or court order.
•Your Confidential Data: Some data about you is classified as confidential data. For example, your identity as
mandated reporter of child abuse or neglect is confidential data. Confidential data have the most protection.
Neither the public nor you can access confidential data, even when the confidential data are about you. The City
can share confidential data about you with government entity staff who have a work assignment to see the data,
and with others as permitted by law or court order.
Your Rights Under the Data Practices Act
Access to Your Data
You have the right to look at (inspect), free of charge, public and private data the City keeps about you. You also have
the right to get copies of public and private data about you. The Data Practices Act sets the amount the City may charge
for copies. You have the right to look at data, free of charge, before deciding to request copies.
If you ask, City staff will tell you whether the City keeps data about you and whether the data are public, private, or
confidential.
As a parent, you have the right to look at and get copies of public and private data about your minor children (under age
18). As a legally appointed guardian, you have the right to look at and get copies of public and private data about an
individual for whom you are appointed guardian.
Minors have the right to ask the City not to give data about them to their parent or guardian. If you are a minor, the City
will tell you that you have this right. The City may ask you to put your request in writing and to include the reasons the
City should deny your parents access to the data. The City will make the final decision about your request based on the
factors listed in Minnesota Administrative Rule 12 05.0500, subpart 3(B). Minors do not have this right if the data in
question are educational data maintained by an educational agency or institution.
When the City Collects Data From You
When the City asks you to provide data about yourself that are not public, the City must give you a notice. The notice is
sometimes called a Data Practices or Tennessen Warning. The notice controls what the City does with the data it collects
from you. Usually, the City can use and release the data only in the ways described in the notice.
330
The City will ask for your written permission if it needs to use or release private data about you in a different way, or if
you ask the City to release the data to another person. This permission is called informed consent. If you want the to
release data to another person, you may use the consent form provided by City staff.
Protecting Your Data
The Data Practices Act requires the City to protect your data. The City has established appropriate safeguards to ensure
your data are safe.
When Your Data are Inaccurate or Incomplete
You have the right to challenge the accuracy and completeness of public and private data about you. You also have the
right to appeal the City’s decision. If you are a minor, your parent or guardian has the right to challenge data about you.
How to Make a Request for Your Data
You may request to look at (inspect) data or obtain copies of data we keep about you, your minor children, or an
individual for whom you have been appointed legal guardian. You must make this request in writing. You can request
data by making a data request on the City of Golden Valley’s Online Data Request Portal.
You may also choose not use to use the online data request portal. If you chose not to use the online portal, your
emailed, mailed, or faxed request should include:
•a statement that you are making a request for public data under the Government Data Practices Act, Minnesota
Statutes, Chapter 13
•a clear description of the data you would like to inspect or have copied
•instructions for delivering the data to you, stating whether you would like to look at the data, receive copies of
the data, or both
•identifying information that proves you are the data subject, or data subject’s parent/guardian
The City of Golden Valley may require proof of your identity before staff can respond to your request for data. If you are
requesting data about your minor child, you must show proof that you are the minor’s parent. If you are a guardian, you
must show legal documentation of your guardianship. Please see the Standards for Verifying Identity included in this
policy. If you do not provide proof that you are the data subject, the City cannot respond to your request.
How the City Responds to a Data Request
Upon receiving your request, the City will process it as follows.
•If it is not clear what data you are requesting, City staff will ask you for clarification.
•If the City does not have the data, staff will notify you in writing within 10 business days.
•If the City has the data but the data are confidential or private data that are not about you, staff will notify you
within 10 business days and state which specific law says you cannot access the data.
•If the City has the data and the data are public or private data about you, staff will respond to your request
within 10 business days by doing one of the following:
o arrange a date, time, and place to inspect data, for free, if your request is to look at the data
o provide you with copies of the data within 10 business days. You may choose to pick up your copies, or
staff will mail, email or fax them to you. The City will provide electronic copies (such as CD-ROM) upon
request if the data is normally kept in an electronic format.
After the City has provided you access to data about you, the City does not have to show you the data again for six
months unless there is a dispute or the City collects or creates new data about you.
If you do not understand some of the data (technical terminology, abbreviations, or acronyms), please let City staff know.
The City will give you an explanation if you ask.
331
If you do not inspect or collect copies of the data you requested within five business days of being notified they are
available, further responses will be suspended. Work will resume only after you inspect or collect the data.
Staff may need additional information in order to fulfill your request. If you are contacted about your request and you do
not respond within 10 days, your request may be considered ‘abandoned’ and closed.
The Data Practices Act does not require the City to create or collect new data in response to a data request if the City
does not already have the data, or to provide data in a specific form or arrangement if the data is not kept in that form or
arrangement. For example, if the data you request are on paper only, the City is not required to create electronic
documents to respond to your request. If the City agrees to create data in response to your request, staff will work with
you on the details of your request, including cost and response time.
In addition, we are not required under the Data Practices Act to respond to questions that are not specific requests for
data.
Fees for Data Subjects
The City of Golden Valley may charge you the actual cost for copies of government data about you. These charges are
authorized under Minnesota Statutes, section 13.04, subdivision 3.
All charges must be paid in full before the data is released. The charges below may vary when a charge is set by statute
or rule.
Actual Cost of Making Copies
In determining the actual cost of making copies, the City includes the actual cost for an employee to make and transmit
paper copies or copies of electronically stored data, as well as the actual cost of materials. The City does not include
charges for redaction or for searching for and retrieving data. Employee time is calculated using the lowest-paid
employee(s) that would have access to the data.
Prior to processing your request, the City will provide you with an estimation of the total cost. However, the actual fees
charged may differ. The City strives to provide estimates that are as accurate as possible but cannot guarantee the final
cost of the request until the request is complete. You will only be charged the actual cost of fulfilling your request.
If your request is for copies of data City staff cannot copy in-house, such as photographs, the City will charge you the
actual cost the City must pay an outside vendor for the copies.
Standards for Verifying Identity
The following constitute proof of identity.
An adult individual must provide a valid photo ID, such as a:
•state driver's license
•military ID
•passport
•Minnesota ID
•Minnesota tribal ID
A minor individual must provide a valid photo ID, such as a:
•state driver's license
•military ID
•passport
•Minnesota ID
•Minnesota tribal ID
332
•Minnesota school ID
The parent or guardian of a minor must provide a valid photo ID and either a:
•certified copy of the minor's birth certificate or
•certified copy of documents that establish the parent or guardian's relationship to the child, such as:
o a court order relating to divorce, separation, custody, foster care
o a foster care contract
o an affidavit of parentage
The legal guardian for an individual must provide a valid photo ID and a certified copy of appropriate documentation of
formal or informal appointment as guardian, such as:
•court order(s)
•valid power of attorney
Note: Individuals who do not exercise their data practices rights in person must provide either notarized or certified
copies of the required documents or an affidavit of ID.
333
C ITY OF G OLDEN V ALLEY D ATA I NVENTORY
PURSUANT TO M INN . S TAT . § 13.025, SUBD. 1
Name of Record,
File, Or Data Type Description Data Classification Citation For
Classification
Employee Work
Access
Appointment Files
Appointments to
various Council
Boards, Commissions,
or Committees
Public/Private Minn. Stat. § § 13.43,
13.601
Certain employees on
an as-needed basis as
part of specific work
assignments
Attorney Opinions Official opinions of
City attorney Public/Private Minn. Stat. § §
13.393, 13.39
Certain employees on
an as-needed basis as
part of specific work
assignments
Audit Reports External
Based on private
companies for review
of tax payments, or
based on internal
operations
Non-Public Minn. Stat. § 13.37
Certain employees on
an as-needed basis as
part of specific work
assignments
Audit Reports Internal
Based on private
companies for review
of tax payments, or
based on internal
operations
Non-Public Minn. Stat. § 13.392
Certain employees on
an as-needed basis as
part of specific work
assignments
Automatic Payment
Plan Authorization
Form
With supporting
documentation Public/Private Minn. Stat. § § 13.37
Certain employees on
an as-needed basis as
part of specific work
assignments
Bids and Proposals
Responses to
requests for bids and
proposals
Public/Private Minn. Stat. § 13.591
Certain employees on
an as-needed basis as
part of specific work
assignments
Building Plans Commercial,
industrial, residential
Public/Private
Non-Public
Minn. Stat. § § 13.37,
subd. (1)(b), 541.051
Certain employees on
an as-needed basis as
part of specific work
assignments
Checks
(Accounts Receivable)
Received from
customers Public/Private Minn. Stat. § 13.37
Certain employees on
an as-needed basis as
part of specific work
assignments
Civil Litigation Files
Judgments,
settlements, releases,
correspondence
Public/Private
Confidential
Protected Non-Public
Minn. Stat. § 13.39
Certain employees on
an as-needed basis as
part of specific work
assignments
Community
Development Block
Grant Applications
Annual breakdown of
applications and
supporting materials
Public/Private Minn. Stat. § 13.462
Certain employees on
an as-needed basis as
part of specific work
assignments
Credit Card Receipts Merchant copies Public/Private Minn. Stat. § 16A.626
Certain employees on
an as-needed basis as
part of specific work
assignments
334
Name of Record,
File, Or Data Type Description Data Classification Citation For
Classification
Employee Work
Access
Criminal Litigation
Files
Documents litigation
involving the City
Public/Private
Confidential
Protected Non-Public
Minn. Stat. § §
13.393, 13.82
Certain employees on
an as-needed basis as
part of specific work
assignments
Complaints By citizens about the
use of real property Public/Private Minn. Stat. § 13.44
Certain employees on
an as-needed basis as
part of specific work
assignments
Absentee Ballot
Application
Absentee ballot
application Public/Private Minn. Stat. § 203B.12
Certain employees on
an as-needed basis as
part of specific work
assignments
Ballots Voted or rejected Public/Private Minn. Stat. § 13.37 City Clerk on an as-
needed basis
Checks
Received from
customers submitted
electronically
Public/Private Minn. Stat. § 13.37
Certain employees on
an as-needed basis as
part of specific work
assignments
Insurance Claims Filed by or against the
City Public/Private Minn. Stat. § 13.43
Certain employees on
an as-needed basis as
part of specific work
assignments
Fee Waiver Forms
For low income
participates in Parks
& Recreation
programs
Private Minn. Stat. § 13.462
Certain Parks &
Recreation employees
on an as-needed basis
as part of specific
work assignments
Mailing Lists For program
participants Private Minn. Stat. § 13.548
Certain Parks &
Recreation employees
on an as-needed basis
as part of specific
work assignments
Photographs
Photos retained in
accordance with item
related to in General
Records Retention
Schedule
Public/Private Minn. Stat. § 13.82
Certain employees on
an as-needed basis as
part of specific work
assignments
Property Acquisition
Deeds, contracts,
correspondence,
purchase valuation
data, agreements
Public
Confidential
Protected Non-Public
Minn. Stat. § § 13.44,
13.585
Certain employees on
an as-needed basis as
part of specific work
assignments
Property Files
Files involving land
acquisitions,
condemnations, land
sales, lawsuits, etc
Public/Private
Confidential
Protected Non-Public
Minn. Stat. § 13.39
Certain employees on
an as-needed basis as
part of specific work
assignments
335
Name of Record,
File, Or Data Type Description Data Classification Citation For
Classification
Employee Work
Access
Real Property
Appraisals
Public/
Confidential Minn. Stat. § 13.44
Certain employees on
an as-needed basis as
part of specific work
assignments
Registration Forms
For Parks &
Recreation program
participants
Public/Private Minn. Stat. § 13.57
Certain Parks &
Recreation employees
on an as-needed basis
as part of specific
work assignments
Rosters
For Parks &
Recreation program
participants
Private Minn. Stat. § 13.57
Certain Parks &
Recreation employees
on an as-needed basis
as part of specific
work assignments
Social Security
Numbers
Collected or
maintained on
individuals
Private Minn. Stat. § 13.355
Certain employees on
an as-needed basis as
part of specific work
assignments
Response to Data
Requests
Data collected in
responding to
requests for data
maintained by City of
Golden Valley
Public/Private Various
Responsible Authority
Data Practices
Compliance Official
1099 Miscellaneous
Income
1099 Miscellaneous
Income Public/Private Minn. Stat. § 13.43
Certain employees on
an as-needed basis as
part of specific work
assignments
336
EXECUTIVE SUMMARY
Community Development
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
3G. Adopt Second Consideration of Ordinance No. 800 Updating City Code Chapter 12 Related to Fire
Prevention and Protection, Adopt Resolution No. 25-065 Approving Summary Publication, and Repeal
Resolution No. 25-056 - Delegation of Fire System Plan Review and Inspection Authority Policy
Prepared By
Chloe McGuire, Deputy Community Development Director
Alisa Schuster, Assistant Fire Chief
Summary
The proposed code update includes two minor changes that are intended to provide clarification
related to fire prevention and protection. The first change updates the Minnesota State Fire Code
(MSFC) appendices that are incorporated by reference into the City's Code. These appendices have
been updated in the MSFC and renumbered. The new code includes the updated appendix letters and
relevant section names. The second update allows the Fire Chief to delegate plan review and
inspection authority to other qualified staff members. This is standard practice and was a request from
the State of Minnesota, who delegates the City of Golden Valley local authority. Finally, the proposed
language links the online MSFC.
Included in the proposed approvals is a summary publication of the ordinance. Additionally included in
this case is revocation of the Delegation of Fire System Plan Review and Inspection Authority Policy,
which was approved on June 17, 2025, via Resolution No. 25-056 and intended as an interim solution
until this ordinance was approved.
Financial or Budget Considerations
There are no financial or budget considerations for this item.
Legal Considerations
The City's Legal Department has reviewed and approved of the proposed changes.
Equity Considerations
The City of Golden Valley already adopted numerous appendices by reference into the City Code.
These appendices, or chapters, were only listed by letter (e.g. Appendix B) but did not list the relevant
section name (e.g. Appendix B - Fire-Flow Requirements for Buildings). As the Minnesota State Fire
Code (MSFC) has changed over time, they have rearranged appendices, which resulted in outdated
information in the City Code. By listing the appendix name, this will allow the City Code to function
more transparently over time if the MSFC changes their appendix numbers. This is more transparent
337
for staff, contractors, and customers who are using our City Code.
Recommended Action
Motion to adopt Second Consideration of Ordinance No. 800, updating City Code related to the
fire prevention and protection.
Motion to adopt Resolution No. 25-065 Authorizing Summary Publication of Ordinance No. 800.
(This resolution requires a four-fifths vote of all members of the Council for approval.)
Motion to repeal Resolution No. 25-056 - Delegation of Fire System Plan Review and Inspection
Authority Policy.
Supporting Documents
Ordinance No. 800 - Updating City Code Chapter 12 Related to Fire Prevention and Protection
Resolution No. 25-065 - Authorizing Summary Publication of Ordinance No. 800 Related to Fire
Prevention and Protection
Resolution No. 25-056 Exhibit A - Delegation of Fire System Plan Review and Inspection
Authority Policy
338
ORDINANCE NO. 800
AN ORDINANCE AMENDING THE CITY CODE
AMENDING CHAPTER 12 OF THE CITY CODE RELATED TO
FIRE PREVENTION AND PROTECTION
The City Council of the City of Golden Valley hereby ordains as follows:
Section 1. City Code Chapter 12. Fire Prevention and Protection, Article I. Adoption of
Minnesota State Fire Code is hereby replaced in its entirety to read as follows:
Sec. 12-1. Adoption of Minnesota State Fire Code.
(a) Code Adopted. The most current edition of the Minnesota State Fire Code (MSFC), as
adopted pursuant to Minnesota Statutes 299F.011, 645.31, 326B.02.Sub 6 and as
modified by Minnesota Rules, Chapter 7511, in conjunction with the State Building
Code, is hereby adopted as the Fire Code for the City. Every provision contained in
the Minnesota State Fire Code, except as modified or amended by this Section, is
hereby adopted and made part of this Section as if fully set forth verbatim herein.
The Fire Chief may delegate the authority of plan review for fire alarm and fire
suppression systems and associated inspections to the Building Official or personnel
otherwise approved by the Minnesota State Fire Marshal Division in the absence of
qualified personnel in the Fire Department.
(b) Minnesota State Fire Code Appendixes Adopted. The following appendices to the
MSFC are hereby adopted and incorporated as part the Fire Code for the City:
(1) Appendix B, Fire-Flow Requirements for Buildings
(2) Appendix C, Fire Hydrant Locations and Distribution
(3) Appendix D, Fire Apparatus Access Roads
(4) Appendix F, Hazard Ranking
(5) Appendix H, Hazardous Materials Management Plan (HMMP) and Hazardous
Materials Inventory Statement (HMIS) Instructions
(6) Appendix I, Fire Protection Systems – Noncompliant Conditions
(7) Appendix K, Construction Requirements for Existing Ambulatory Care Facilities
(8) Appendix O, Fires or Barbeques on Balconies or Patios
(9) Appendix P, Emergency Responder Radio Coverage
(c) Inspection Reports. Contractors who perform inspection, testing and/or maintenance
services on fire and life-safety systems within the City of Golden Valley are required to
electronically submit all compliant and non-compliant system inspection reports to the
Golden Valley Fire Department via a method approved by the Fire Chief.
(d) Certificate Required. An Underwriter's Laboratory (U.L.) 72 "Central Station Fire Alarm
System Certificate" shall be required for all electrically monitored fire alarm and
sprinkler systems and communicators.
339
Ordinance No. 800 -2- July 15, 2025
(e) Code on File. One copy of said code shall be marked CITY OF GOLDEN VALLEY - OFFICIAL
COPY and kept on file in the office of the City Clerk and online for inspection and use by
the public.
Section 2. This ordinance shall take effect from and after its passage and publication as
required by law.
Adopted by the City Council of Golden Valley, Minnesota this 15th day of July, 2025.
Roslyn Harmon, Mayor
ATTEST:
Theresa J. Schyma, City Clerk
340
RESOLUTION NO. 25-065
RESOLUTION AUTHORIZING SUMMARY PUBLICATION OF ORDINANCE NO. 800
AN ORDINANCE AMENDING THE CITY CODE
AMENDING CHAPTER 12 – FIRE PREVENTION AND PROTECTION
WHEREAS, the City has adopted the above reference amendment of the Golden Valley
City Code; and
WHEREAS, the verbatim text of the amendment is cumbersome, and the expense of
the publication of the complete text is not justified.
NOW THEREFORE, BE IT RESOLVED by the City Council of the City of Golden Valley
that the following summary is hereby approved for official publication:
SUMMARY PUBLICATION
ORDINANCE NO. 800
AN ORDINANCE AMENDING THE CITY CODE
AMENDING CHAPTER 12 – FIRE PREVENTION AND PROTECTION
This is a summary of the provisions of Ordinance No. 800 which has been approved for
publication by the City Council.
At the July 15, 2025 City Council meeting, the Golden Valley City Council enacted
Ordinance No. 800 amending City Code Chapter 12 – Fire Prevention and Protection. The
full ordinance is available to the public at the City Clerk’s Office, 7800 Golden Valley Road
during normal business hours and online at www.goldenvalleymn.gov/code/.
Adopted by the City Council this 15th day of July, 2025.
______________________________
Rosalyn Harmon, Mayor
ATTEST:
______________________________
Theresa Schyma, City Clerk
341
O FFICIAL C ITY P OLICY
C ITY OF G OLDEN V ALLEY
General Informa�on
Policy Title: Delega�on of Fire System Plan Review and
Inspec�on Authority
Department: Fire
Policy Owner (job �tle): Fire Chief Policy ID: [To be assigned]
Council Approval Date: June 17, 2025 Resolu�on Number: 25-056
Effec�ve Date: June 17, 2025 ☒New ☐ Updated
Policy Overview
Policy Descrip�on:
To establish a formal mechanism by which the Fire Chief may delegate plan review and inspec�on responsibili�es for
fire alarm and fire suppression systems.
Purpose & Scope:
This policy ensures con�nued compliance with state fire safety regula�ons and uninterrupted development services by
enabling the Fire Chief to delegate authority for plan review and inspec�ons related to fire alarm and suppression
systems. The delega�on may be made to the Building Official, or other personnel approved by the Minnesota State
Fire Marshal Division. This policy applies only in the absence of qualified personnel within the Golden Valley Fire
Department.
Defini�ons:
•Qualified Personnel: Fire Department staff who are trained, cer�fied and authorized to perform fire alarm and
suppression system plan reviews and inspec�ons.
•Plan Review: The process of examining fire protec�on system construc�on documents to ensure compliance with
applicable codes.
•Inspec�on: On-site verifica�on that fire protec�on systems have been installed in accordance with approved plans
and relevant regula�ons.
Related Documents, Materials & Resources:
•Minnesota State Fire Code
•Minnesota State Fire Marshal Division Guidelines
•Golden Valley City Code, Chapter 12
Policy
In the event that the Fire Department lacks qualified personnel to perform fire alarm and/or fire suppression system plan
reviews and inspec�ons, the Fire Chief is authorized to delegate such responsibili�es to the City's Building Official or
other personnel or agencies otherwise approved by the Minnesota State Fire Marshal Division.
This delega�on shall be documented in wri�ng and maintained by the Fire Department for the dura�on of its validity.
The delegated authority shall comply with all applicable local and state codes and regula�ons.
This policy is intended to ensure uninterrupted enforcement of fire safety standards and support the �mely progression
of construc�on and development projects within the City of Golden Valley.
342
EXECUTIVE SUMMARY
Community Development
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
3H. Adopt Ordinance No. 801 Approving Major Amendment to Planned Unit Development No. 83 at
9000 Plymouth Avenue North, the General Mills James Ford Bell (JFB) Research Center Campus and
Resolution No. 25-066 Approving Summary Publication of the Ordinance
Prepared By
Jacquelyn Kramer, Senior Planner
Summary
Mamie Harvey, on behalf of General Mills, requests a Major Amendment to a Planned Unit
Development (PUD) at 9000 Plymouth Avenue. The Major Amendment would allow a two-story
building addition and associated site improvements on the northeast side of the campus.
Financial or Budget Considerations
Standard application and permitting fees apply to this project.
Legal Considerations
PUD provisions provide an optional method of regulating land use which permits flexibility in the uses
allowed and other regulations. Once a PUD has been granted and is in effect for a parcel, no building
permit shall be issued for that parcel which is not in conformance with the approved PUD plan, the
building code, and with all other applicable City Code provisions. A major amendment to a PUD shall
be reviewed by Planning Commission and approved by a simple majority vote of the City Council.
Equity Considerations
The applicant hosted a hybrid neighborhood meeting on June 16, 2025. The request was also part of a
public hearing at the June 23, 2025, Planning Commission meeting. Both meetings offered residents an
opportunity to participate in the City process consistent with Equity Pillar 2 for Inclusive and Effective
Community Engagement.
Recommended Action
Motion to adopt Ordinance No. 801 to approve a Major Amendment to Planned Unit
Development (PUD) No. 83 to allow building and site improvements at 9000 Plymouth Avenue
North, the General Mills James Ford Bell (JFB) Research Center Campus, subject to the findings
and conditions in the staff report.
Motion to adopt Resolution No. 25-066 approving summary publication of Ordinance No. 801.
(This resolution requires a four-fifths vote of all members of the Council for approval.)
343
Supporting Documents
Staff Report
Ordinance No. 801 - Approving Major Amendment to Planned Unit Development No. 83 at 9000
Plymouth Avenue North, the General Mills James Ford Bell (JFB) Research Center Campus
Project Plans
Public Comments
Planning Commission Draft Meeting Minutes
Resolution No. 25-066 - Authorizing Summary Publication of Ordinance No. 801
344
Date: July 15, 2025
To: Golden Valley City Council
From: Jacquelyn Kramer, Senior Planner
Subject: Planned Unit Development (PUD) Major Amendment for General Mills James
Ford Bell (JFB) Campus (PUD No. 83)
Subject Property
Location: 9000 Plymouth Avenue North
Parcel ID Number: 3011821340004
Applicant/Property Owner: Mamie Harvey, on behalf of General Mills
Site Size: 48.8 acres
Future Land Use: Industrial
Zoning District: I - Industrial
Existing Uses: Manufacturing, warehouse, and research & development
Adjacent Properties: Single family homes to the east and west; open space to the
north; Plymouth Avenue and open space to the south
Project Background
General Mills originally developed 9000 Plymouth Avenue in 1960 as a food research facility.
The parcel north of the JFB campus (9145 Earl Street) is undeveloped open space with walking
trails available for public use through an agreement between the City and General Mills.
Project Proposal
The applicant proposes construction of Wing 18, a two-story addition to the primary building on
the JFB campus. The Wing 18 addition will include two occupied floors and a fan loft to support
pilot plant technical services, storage, and associated mechanical and electrical systems. The
addition will be used as research and development space with associated supportive uses in a
similar manner as the rest of the JFB campus. General Mills does not anticipate more on-site
employees as a result of this addition. A below-grade utility tunnel will connect Wing 18 to the
existing chiller plant, enhancing overall operational efficiency.
v
345
Site Image
2018 aerial photo (Hennepin County)
Site improvements will include paving modifications to accommodate fire truck access and a
new loading dock for Wing 18, as well as construction of the utility tunnel. Grading and
landscaping revisions will be implemented to manage stormwater runoff and to provide visual
screening from the surrounding neighborhood.
Location of proposed addition
346
The project will occur in three phases. The first phase will include site and utility work, and the
second phase will provide accessibility and toilet/locker room upgrades on two levels. The first
two phases of the project have a completion date of March 2026. The final phase, construction
of the Wing 18 addition, is expected to be completed by May 2027.
The Wing 18 addition will utilize the same exterior materials currently in use across the JFB
campus, including brick cladding and corrugated metal, ensuring architectural continuity.
Landscape modifications on the north side of Wing 18 will align with existing campus
landscaping, featuring trees, shrubs, grasses, and stone to create a welcoming and cohesive
environment adjacent to the existing north staff entrance. On the east side, new trees will be
planted to maintain the City’s requirements for tree preservation and preserve the visual buffer
along the eastern edge of the property.
Planning Analysis
The City approved PUD No. 83 when General Mills developed the site, and the PUD has been
amended five times since then as the campus has expanded. Now, the applicant seeks approval
to amend PUD No. 83 to allow a two-story building addition and related site work on the
northeast portion of the campus. PUD amendments may be processed in one of three ways:
1. Administrative Amendments
2. Minor Amendments
3. Major Amendments
This request is considered as Major Amendment due to some of the proposed changes to the site,
including the proposed changes to site circulation and removal of some of the existing private
road network to accommodate the proposed addition.
In reviewing this application, staff has examined the request in accordance with the standards
outlined in Section 113-123 of the Code, which provides the criteria for granting a PUD Major
Amendment. The PUD district intent is “to provide an optional method of regulating land use
which permits flexibility from the other provisions of the City Code, including flexibilit y in uses
allowed, setbacks, height, parking requirements, number of buildings on a lot, and similar
regulations in exchange for public benefit in the form of amenities.”
Approval of a PUD amendment requires the following findings be made by the City:
1. Quality Site Planning. The PUD plan is tailored to the specific characteristics of the site and
achieves a higher quality of site planning and design than generally expected under
conventional provisions of this chapter. The proposed changes include an expanded turning
loop for emergency vehicles so that emergency access to the new and existing buildings
will be maintained.
2. Preservation. The PUD plan preserves and protects substantial desirable portions of the
site's characteristics, open space and sensitive environmental features including steep
slopes, trees, scenic views, creeks, wetlands and open waters. The addition’s location
minimizes the impact to trees and landscaping on the site. Additional trees and
347
landscaping will be planted to comply with the City’s tree preservation policy and to screen
the new addition from neighboring properties. Access to the public trails north of the
project site will be maintained throughout construction , and trees in the nature area will
not be impacted by construction activities.
3. Efficient; Effective. The PUD plan includes efficient and effective use (which includes
preservation) of the land. The proposed building plans efficiently increase space for
research and development, warehouse, and supportive uses on the site. The new utility
tunnel will provide increase operational efficiency of the campus will keeping utility
facilities underground.
4. Consistency. The PUD plan results in development that is compatible with adjacent uses
and consistent with the Comprehensive Plan and redevelopment plans and goals. The
addition will contain the same uses as those currently operating on the site, including R&D
and warehouse uses. The project allows the user to continue and expand their business on
the site while minimizing impacts to neighboring properties.
5. General Health. The PUD plan is consistent with preserving and improving the general
health, safety and general welfare of the people of the City. The proposed changes will
have no impact on the health, safety, or welfare of the community. The proposed uses are
similar to the existing uses on the site and do not generate any nuisances or impacts on
neighboring properties. The addition will not result in additional employees on-site. Traffic
and parking demand will remain at similar levels as they are today.
6. Meets Requirements. The PUD plan meets the intent and purpose provisions of Subsection
(a) of this section and all other provisions of this section. The application meets the intent
of the PUD district by allowing uses and site design that would otherwise not be achievable
through the normal zoning regulations.
Staff finds the application meets all the requirements for PUD Amendments in Section 113-123.
Public Notification
As required by ordinance, a neighborhood notice was published in the local paper of record and
mailed to all properties within 500 feet of the site.
Additionally, the Neighborhood Notification Policy requires the applicant to hold a
neighborhood meeting. The meeting was held at City Hall on June 16, 2025, and included a
remote attendance option via Teams. Attendees included the required City staff member, the
two applicant representatives and four members of the public (one remote). The group
discussed the former driveway off Boone Avenue and the applicant confirmed there are no
plans to reopen this entrance. The applicant also explained the landscaping that would
maintain a visual screen between the new addition and the neighboring properties. No one
voiced opposition to the project.
After publication of the Planning Commission June 23 meeting packet , one resident submitted a
letter on the project. The letter raised concerns regarding landscaping screening and the fence
348
along Boone Avenue. Please see the letter attached to this staff report. Both City Staff and the
applicant spoke to the resident after the public hearing.
Public Hearing
Planning Commission held a public hearing on the application on June 23, 2025. One resident
spoke regarding outdoor lighting on the western side of the property.
After closing the public hearing, the Planning Commission continued discussing the project and
the public comments. The Commission’s discussion included Xcel Energy’s installation of power
poles on the site; tree mitigation and replacement requirements; landscaping, screening, and
fencing along Boone Avenue on the eastern side of the site; construction soil storage in the
nature area north of the site; and the general process for PUD amendments. Please see the
attached draft meeting minutes. The Commission unanimously recommended approval of the
Major PUD Amendment based on the findings in the staff report.
Recommendation
Staff recommends approval of the Major PUD Amendment, subject to the findings in the staff
report. Based on Staff’s analysis of the project plans, the public comments received, and Planning
Commission’s recommendations, Staff also recommends the following conditions of approval:
1. Plans will be updated per the Fire Marshal’s requirements to ensure emergency
response vehicle access.
2. Applicant will submit a temporary fire protection plan for staff approval. This plan will
ensure emergency access during all phases of construction.
3. The applicant will work with City Staff on bringing the fence along Boone Avenue into
compliance with City Code, including removal of the barbed wire on top of the fence.
4. The applicant will work with City Staff on developing a neighborhood communication
plan to notify neighbors of construction updates.
5. The applicant receives I/I Compliance Certification.
6. All plans must be approved by City Staff prior to any issuance of building permits.
7. Before building permits are issued, the applicant must receive all required City and
watershed permits.
Next Steps
If City Council approves the Major PUD Amendment, the applicant will finalize construction plan
and apply for permits.
349
ORDINANCE NO. 801
AN ORDINANCE AMENDING THE CITY CODE
APPROVAL OF AMENDMENT TO PLANNED UNIT DEVLEOPMENT NO. 83
GENERAL MILLS JAMES FORD BELL CAMPUS
9000 PLYMOUTH AVENUE NORTH
WHEREAS, Mamie Harvey on behalf of General Mills applied for a Major Amendment
to a Planned Unit Development (PUD No. 83) to allow a building addition and related site
improvements at 9000 Plymouth Avenue North; and
WHEREAS, Section 113-123(c)(2) of the City Code governs Planned Unit
Developments and Amendments; and
WHEREAS, the City of Golden Valley Planning Commission held a public hearing on
June 23, 2025, and recommended approval of the Planned Unit Development Major
Amendment.
NOW THEREFORE, THE CITY COUNCIL FOR THE CITY OF GOLDEN VALLEY HEREBY
ORDAINS AS FOLLOWS:
Section 1. Pursuant to City Code Chapter 113. Zoning, Article III. Zoning Districts,
Section 113-123, a Planned Unit Development Amendment is hereby approved for a certain
tract of land located at 9000 Plymouth Avenue North, thereby allowing a 37,000 square foot
building addition generally located in the northeast quadrant of the campus and site
improvements including a new underground utility tunnel, new paved turnback area, and
new tree plantings.
This Planned Unit Development Amendment is approved based on the application
materials and plans submitted by the applicant, staff memos, public comments and
information presented to the Planning Commission and City Council, and findings
recommended by the Planning Commission. This Planned Unit Development Amendment is
approved pursuant to City Code Section 113- 123 and adopted by the City Council on July
15, 2025.
This Planned Unit Development is subject to all of the terms of the permit to be issued
including, but not limited to, the following specific conditions:
1. The applicant shall update plans per Fire Department requirements to ensure
emergency response vehicle access.
2. Applicant will submit a temporary fire prote ction plan for staff approval. This plan
will ensure emergency access during all phases of construction.
3. The applicant shall obtain an I/I Compliance Certification from the City.
4. The applicant shall develop a neighborhood communication plan to notify
neighbors of construction updates that is satisfactory to City staff.
350
Ordinance No. 801 - 2 - July 15, 2025
5. The applicant shall remove the barbed wire on the fence along Boone Avenue to
comply with City Code requirements.
6. All plans must be approved by City Staff prior to any issuance of building permits.
7. The applicant shall obtain all required city and watershed permits before the City
issues building permits.
In addition, the City Council makes the following findings pursuant to City Code Section
113-123(c)(2):
1. 1. The PUD plan is tailored to the specific characteristics of the site and achieves
a higher quality of site planning and design than generally expected under
conventional provisions of the ordinance.
2. The PUD plan preserves and protects substantial desirable portions of the site' s
characteristics, open space and sensitive environmental features including steep
slopes, trees, scenic views, creeks, wetlands and open waters.
3. The PUD plan includes efficient and eff ective use ( which includes preservation)
of the land.
4. The PUD plan results in development compatible with adjacent uses and is
consistent with the Comprehensive Plan and redevelopment plans and goals.
5. The PUD plan is consistent with preserving and improving the general health,
safety and general welfare of the people of the City.
6. The PUD plan meets the PUD Intent and Purpose provision and all other PUD
ordinance provisions.
Section 2. The tract of land affected by this ordinance is legally described as follows:
That part of the South Half of the Southeast Quarter of the Northwest Quarter of
Section 30, Township 118, Range 21, Hennepin County, Minnesota lying east of
the west 30 feet thereof, except the north 3 acres of the east 880.00 feet thereof,
and except that part embraced within the plat of MCDOUGALL-JURIS ADDITION,
Files of the Registrar of Titles, Hennepin County, Minnesota, and except that part
lying within a distance of 40 feet northerly and 40 feet southerly of the following
described center line:
Commencing at the southeast corner of the Northeast Quarter of said Section 30;
thence West along the south line of said Northeast Quarter to the southwest corner
of said Northeast Quarter and the point of beginning of the center line to be
described; thence Northwesterly a distance of 485.14 feet along a tangential curve
concave to the northeast and having a radius of 747.64 feet; thence Northwesterly
and tangent to the last described curve a distance of 621.11 feet; thence
Northwesterly and Westerly a distance of 461.36 feet along a tangential curve
concave to the southwest and having a radius of 710.99 feet and said center line
there terminating.
and:
351
Ordinance No. 801 - 3 - July 15, 2025
The Northeast Quarter of the Southwest Quarter of Section 30, Township 118,
Range 21, Hennepin County, Minnesota. Except the west 30.00 feet, and except
the east 30.00 feet of the south 275.00 feet thereof.
and:
The Southeast Quarter of the Southwest Quarter of Section 30, Township 118,
Range 21, Hennepin County, Minnesota. Except the west 30.00 feet of the north
969.88 feet, the west 50.00 feet of the south 100.00 feet of the north 1069.88 feet,
and the east 30.00 feet thereof.
and:
That part of the Northeast Quarter of the Northwest Quarter of Section 31,
Township 118, Range 21, Hennepin County, Minnesota lying north of the northerly
right of way line of Plymouth Avenue.
Section 3. This ordinance shall take effect from and after its passage and publication
as required by law.
Adopted by the City Council of Golden Valley, Minnesota this 15th day of July, 2025.
_____________________
Roslyn Harmon, Mayor
ATTEST:
Theresa Schyma, City Clerk
352
353
.................................................................
OWNER TO MODIFY ADA
PARKING PRIOR TO PROJECT
OWNER TO MODIFY ADA
PARKING PRIOR TO PROJECT
N
SCALE IN FEET
0 40 80
(Per Hennepin County Tax Records)
Lot 1, Block 1, GENERAL MILLS P.U.D. NO. 83, Hennepin County, Minnesota.
DESCRIPTION OF PROPERTY
SURVEY REPORT
1.No boundary work was performed for this survey. Line work for lots and roads are approximate, provisional in nature,
and subject to amendment.
2.This survey was prepared without the benefit of a Title Commitment. There may or may not be easements of record
encumbering this property.
3.The address, if disclosed in documents provided to or obtained by the surveyor, or observed while conducting the
fieldwork is 9000 Plymouth Avenue N, Golden Valley, Minnesota 55427.
4.The bearings for this survey are based on the Hennepin County Coordinate System NAD 83 (1986 Adjust).
5.Benchmark: MnDOT Station STRASSBURG MNDT
In Golden Valley, 1.25 miles north along TH 169 from the junction of TH 169 and I-394; 111.7 feet south-southeast of
the southeast corner of TH 169 bridge over the railroad; 30.0 feet east of northbound TH 169; 77.4 feet
south-southwest of a light pole; 5.7 feet east of the guardrail; 3.3 feet west of a witness post.
Elevation = 923.59 feet (NGVD29)
Site Benchmark: Top nut of hydrant located southwest of JFB ANNEX Building, as shown hereon.
Elevation = 945.81 feet (NGVD29)
SURVEY LEGEND
SURVEY REPORT
6.We have shown underground utilities on and/or serving the surveyed property per Gopher State One-Call Ticket
Nos. 250060017 and 250060020. The following utilities and municipalities were notified:
ARVIG (218)346-8174 AT&T TRANSMISSION (866)460-6324
COMCAST (800)778-9140 CITY OF GOLDEN VALLEY (763)286-8898
CENTURYLINK (800)778-9140 CONSOLIDATED COMM. I (800)778-9140
GENERAL MILLS (320)963-2400 MCI (800)624-9675
CENTER POINT ENERGY (800)778-9140 LEVEL 3 NOW LUMEN (877)366-8344
XCEL ENERGY (800)848-7558 ZAYO BANDWIDTH (800)961-6500
ZAYO ENT. NETWORKS (218)346-8174
i.Utility operators do not consistently respond to locate requests through the Gopher State One Call service for
surveying purposes such as this. Those utility operators that do respond, often will not locate utilities from their
main line to the customer's structure or facility. They consider those utilities “private” installations that are outside
their jurisdiction. These “private” utilities on the surveyed property or adjoining properties, may not be located
since most operators will not mark such "private" utilities. A private utility locator may be contacted to investigate
these utilities further, if requested by the client.
ii.Maps provided by those notified above, either along with a field location or in lieu of such a location, are very
often inaccurate or inconclusive. EXTREME CAUTION MUST BE EXERCISED BEFORE AN EXCAVATION TAKES
PLACE ON OR NEAR THIS SITE. BEFORE DIGGING, YOU ARE REQUIRED BY LAW TO NOTIFY GOPHER STATE
ONE CALL AT LEAST 48 HOURS IN ADVANCE AT 811 or (651) 454-0002.
7.The field work was completed on January 30, 2024.
8.Snow and ice conditions during winter months may obscure otherwise visible evidence of on site improvements
and/or utilities.
SPOT ELEVATION
SIGN
WATER MANHOLE / WELL
CATCH BASIN
CONTOUR
CONCRETE CURB
STORM SEWER
SANITARY SEWER
UNDERGROUND FIBER OPTIC
WATERMAIN
UNDERGROUND ELECTRIC
CONCRETE
ELECTRIC TRANSFORMER
TELEPHONE PEDESTAL
UTILITY PEDESTAL
ELECTRIC MANHOLE
UTILITY MANHOLE
GAS METER
HAND HOLE
UNDERGROUND GAS
YARD LIGHT
GUY WIRE
CULVERT
FLAG POLE
GUARD POST OVERHEAD UTILITY
POST INDICATOR VALVE
ELEV @ THRESHOLD
GUARDRAIL / HANDRAIL
ROOF DRAIN
ELECTRIC OUTLET
TREE LINE
CLEANOUT
DISABLED PARKING STALL
FLARED END SECTION
TOP OF CURB
VAULT
AIR CONDITIONING UNIT
TOP NUT HYDRANT
AREA DRAIN
CHAIN LINK FENCE
IRON FENCE
WOOD FENCE
EXISTING BUILDING
RETAINING WALL
STORM MANHOLE
SANITARY MANHOLE
HYDRANT
GATE VALVE
NO PARKING
FIRE CONNECTION
MAPPED UNDERGROUND ELECTRIC
MAPPED UNDERGROUND TELEPHONE
MAPPED UNDERGROUND GAS
VENT
EXISTING BUILDING
DECK & STAIRS
LIGHT POLE
POWER POLE
RIP-RAP
LOADING DOCK
ACCESS POST
MAPPED SANITARY SEWER
MAPPED WATERMAIN
MAPPED ABANDONED WATERMAIN
MAPPED STORM SEWER
MAPPED UNDERGROUND CABLE TV
MAPPED UNDERGROUND FIBER OPTIC
A
2 3 4 5 6
B
C
D
E
General Mills - James Ford
Bell Research Center
GMI - JFB
WING 18
1
POW 3450
PROJECT
CLIENT
ARCHITECT
Alliiance
400 Clifton Avenue
Minneapolis, MN 55403
612.874.4100
STRUCTURAL ENGINEER
MEYER BORGMAN JOHNSON
801 Nicollet Mall, Suite W2000
Minneapolis, Minnesota 55402
612.338.0713
MECHANICAL, ELECTRICAL,
PLUMBING ENGINEERS
MICHAUD COOLEY ERICKSON
333 South 7th Street, Suite 1200
Minneapolis, Minnesota 55402
612.339.4941
CIVIL ENGINEER & LANDSCAPE ARCHITECT
LOUCKS INC.
12755 Hwy 55, Suite R100
Plymouth, Minnesota 55441
763.424.5505
ISSUED FOR DATE
Copyright 2025 Alliiance
PRELIMINARY
NOT FOR CONSTRUCTION
SENSITIVE SECURITY INFORMATION WARNING: THIS RECORD CONTAINS SENSITIVE SECURITY INFORMATION THAT IS CONTROLLED UNDER 49 C.F.R. PARTS 15 AND 1520. NO PART OF THIS RECORD MAY BE DISCLOSED TO PERSONS WITHOUT A "NEED TO KNOW," AS DEFINED IN 49 C.F.R. PARTS 15 AND 1520, EXCEPT WITH THE WRITTEN PERMISSION OF THE ADMINISTRATOR OF THE TRANSPORTATION SECURITY ADMINISTRATION OR THE SECRETARY OF TRANSPORTATION. UNAUTHORIZED RELEASE MAY RESULT IN CIVIL PENALTIES OR OTHER ACTION. FOR U.S. GOVERNMENT AGENCIES, PUBLIC DISCLOSURE GOVERNED BY 5 U.S.C. 552 AND 49 C.F.R.
PARTS 15 AND 1520
COMMISSION NO
PUD SUBMISSION 06/02/2025
GENERAL CONTRACTOR
MCGOUGH
2737 Fairview Avenue North
St. Paul, MN 55113
651.633.5050
ROOFING AND WATERPROOFING
CONSULTANT
ROOF SPEC INC.
2400 Prior Avenue North, Suite 102
St. Paul, MN 55113
651.271.5471
c1.01EXISTING CONDITIONS PLAN354
..............
REMOVE BITUMINOUS
PAVEMENT-TYP.
REMOVE BITUMINOUS
PAVEMENT-TYP.
REMOVE CONCRETE
PAVEMENT-TYP.
REMOVE CONCRETE
PAVEMENT-TYP.
REMOVE CURB
& GUTTER-TYP.
REMOVE LIGHT POLE &
ASSOCIATED INFRASTRUCTURE-TYP.
(COORDINATE W/ ELECTRICAL
& UTILITY COMPANY)
REMOVE HYDRANT & VALVE-TYP.
REMOVE STORM
SEWER STRUCTURE-TYP.
REMOVE STORM
SEWER STRUCTURE-TYP.
REMOVE STORM
SEWER STRUCTURE-TYP.
REMOVE STORM
SEWER-TYP.
REMOVE SANITARY
SEWER STRUCTURE-TYP.
REMOVE SANITARY
SEWER-TYP.
REMOVE LIGHT POLE &
ASSOCIATED INFRASTRUCTURE-TYP.
(COORDINATE W/ ELECTRICAL
& UTILITY COMPANY)
REMOVE LIGHT POLE &
ASSOCIATED INFRASTRUCTURE-TYP.
(COORDINATE W/ ELECTRICAL
& UTILITY COMPANY)
REMOVE STORM
SEWER-TYP.
SEE MECHANICAL PLANS
FOR RE-ROUTE OF ROOF LEADER
REMOVE WATERMAIN-TYP.
REMOVE BITUMINOUS
PAVEMENT-TYP.
REMOVE CURB
& GUTTER-TYP.
REMOVE CURB
& GUTTER-TYP.
REPLACE STORM SEWER
STRUCTURE
REINSTALL
LIGHT POLE-TYP.
REMOVE
CONCRETE
STOOP-TYP.REMOVE
METER-TYP.
REMOVE ADA SIGNS
REMOVE STORM
ABANDON STORM
SEWER
SALVAGE BENCHES
FOR OWNER
EXCHANGE STORM
CASTING
SEE c4.02
REMOVE BIKE
RACKS
PROTECT STOOP
TO REMAIN
PROTECT STOOP
TO REMAIN
PROTECT FENCE
REMOVE CURB & GUTTER-TYP.
ABANDON SANITARY
SEWER AND STRUCTURE
IN PLACE-TYP.
REMOVE UTILITIES
FOR TUNNEL INSTALL
REMOVE BITUMINOUS
PAVEMENT-TYP.
REMOVE BITUMINOUS
PAVEMENT-TYP.
CONTRACTOR TO SELECTIVELY
DEMO TO LIMIT IMPACTS TO
STAIRS AND STOOP(S)
RE-STRIPE PARKING
STALL
POT-HOLING BY MEANS
OF VACUUM TRUCK.
SAW CUT BITUMINOUS-TYP
SAW CUT BITUMINOUS-TYP
SAW CUT BITUMINOUS-TYP
REMOVE CURB &
GUTTER FOR LANE
WIDENING
A
2 3 4 5 6
B
C
D
E
General Mills - James Ford
Bell Research Center
GMI - JFB
WING 18
1
POW 3450
PROJECT
CLIENT
ARCHITECT
Alliiance
400 Clifton Avenue
Minneapolis, MN 55403
612.874.4100
STRUCTURAL ENGINEER
MEYER BORGMAN JOHNSON
801 Nicollet Mall, Suite W2000
Minneapolis, Minnesota 55402
612.338.0713
MECHANICAL, ELECTRICAL,
PLUMBING ENGINEERS
MICHAUD COOLEY ERICKSON
333 South 7th Street, Suite 1200
Minneapolis, Minnesota 55402
612.339.4941
CIVIL ENGINEER & LANDSCAPE ARCHITECT
LOUCKS INC.
12755 Hwy 55, Suite R100
Plymouth, Minnesota 55441
763.424.5505
ISSUED FOR DATE
Copyright 2025 Alliiance
PRELIMINARY
NOT FOR CONSTRUCTION
SENSITIVE SECURITY INFORMATION WARNING: THIS RECORD CONTAINS SENSITIVE SECURITY INFORMATION THAT IS CONTROLLED UNDER 49 C.F.R. PARTS 15 AND 1520. NO PART OF THIS RECORD MAY BE DISCLOSED TO PERSONS WITHOUT A "NEED TO KNOW," AS DEFINED IN 49 C.F.R. PARTS 15 AND 1520, EXCEPT WITH THE WRITTEN PERMISSION OF THE ADMINISTRATOR OF THE TRANSPORTATION SECURITY ADMINISTRATION OR THE SECRETARY OF TRANSPORTATION. UNAUTHORIZED RELEASE MAY RESULT IN CIVIL PENALTIES OR OTHER ACTION. FOR U.S. GOVERNMENT AGENCIES, PUBLIC DISCLOSURE GOVERNED BY 5 U.S.C. 552 AND 49 C.F.R.
PARTS 15 AND 1520
COMMISSION NO
PUD SUBMISSION 06/02/2025
GENERAL CONTRACTOR
MCGOUGH
2737 Fairview Avenue North
St. Paul, MN 55113
651.633.5050
ROOFING AND WATERPROOFING
CONSULTANT
ROOF SPEC INC.
2400 Prior Avenue North, Suite 102
St. Paul, MN 55113
651.271.5471
N
SCALE IN FEET
0 30 60
1.CONTRACTOR SHALL REMOVE AND/OR RELOCATE EXISTING PRIVATE UTILITIES AS NECESSARY.
CONTRACTOR TO COORDINATE ACTIVITIES WITH UTILITY COMPANIES & OWNER.
2.CLEAR AND GRUB AND REMOVE ALL TREES NOTED FOR REMOVAL, VEGETATION AND SITE DEBRIS
WITHIN CONSTRUCTION LIMITS PRIOR TO GRADING. STRIP TOP SOIL AND STOCKPILE ON-SITE. ALL
REMOVED MATERIAL SHALL BE HAULED FROM THE SITE DAILY. ALL CLEARING AND GRUBBING
AND REMOVALS SHALL BE PERFORMED PER THE CONTRACT SPECIFICATIONS. EROSION CONTROL
MEASURES SHALL BE IMMEDIATELY ESTABLISHED UPON REMOVAL. SEE THE STORMWATER
POLLUTION PREVENTION PLAN (SWPPP) / GRADING & EROSION CONTROL PLAN.
3.CONTRACTOR SHALL PROTECT SURFACE AND SUBSURFACE FEATURES NOT NOTED FOR REMOVAL.
CONTRACTOR TO NOTIFY ENGINEER WITH ANY CONFLICTS OR PLAN DISCREPANCIES.
4.CONTRACTOR TO SCHEDULE PRE-CONSTRUCTION MEETING(S) WITH UTILITY OWNER(S) TO
DISCUSS DISCONNECTIONS AND/OR RELOCATIONS.
5.REFER TO TREE INVENTORY, TREE PRESERVATION, AND TREE REPLACEMENT PLAN FOR REMOVAL
AND REPLACEMENT OF ON SITE TREES.
6.CONTRACTOR TO VERIFY LOCATION OF SEPTIC FIELD(S) & WELL(S) ON SITE. COORDINATE
REMOVALS AND/OR ABANDONMENT WITH THE APPLICABLE GOVERNING AGENCIES.
CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING APPLICABLE PERMITS. WELLS ON THE
PROPERTY SHALL BE SEALED BY A MINNESOTA DEPARTMENT OF HEALTH (MDH) LICENSED
CONTRACTOR.
7.BITUMINOUS PAVEMENT REMOVALS ARE TO BE MADE TO A VERTICAL SAW CUT OR TO A NEAT
MILLED EDGE.
8.CONCRETE PAVEMENT, SIDEWALK, CURB & GUTTER AND OTHER POURED CONCRETE ITEMS ARE TO
BE REMOVED TO AN EXISTING EXPANSION OR CONTRACTION JOINT. SAW CUT AS NECESSARY FOR
A NEAT EDGE OF REMOVAL.
9.THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE REMOVAL AND REPLACEMENT OF ALL SIGNS,
MAILBOXES, ETC.
10.ANY DAMAGE TO ITEMS NOT NOTED TO BE REMOVED SHALL BE THE RESPONSIBILITY OF THE
CONTRACTOR AND SHALL BE REPAIRED OR REPLACED TO ORIGINAL CONDITION WITH NO
ADDITIONAL COMPENSATION.
11.ALL REMOVAL ITEMS SHALL BECOME THE PROPERTY OF THE CONTRACTOR UNLESS SPECIFIED
OTHERWISE AND SHALL BE DISPOSED OF OFF-SITE IN A MANNER MEETING ALL APPLICABLE
REGULATIONS.
12.CONTRACTOR SHALL COORDINATE ALL WORK WITHIN THE PUBLIC RIGHT OF WAY WITH THE
APPLICABLE GOVERNING AGENCIES. ALL WORK SHALL BE PERFORMED PER THE REQUIREMENTS OF
THE APPLICABLE GOVERNING AGENCIES.
13.CONTRACTOR TO COORDINATE ALL WORK WITHIN THE ADJACENT PROPERTIES WITH THE OWNER
AND ADJACENT PROPERTY OWNER.
14.CONTRACTOR TO COORDINATE DEMOLITION PHASING WITH ALL DISCIPLINES INCLUDING BUT
NOT LIMITED TO ARCHITECTURAL, STRUCTURAL, ELECTRICAL, MECHANICAL, & OWNER.
15.REFER TO THE GEOTECHNICAL REPORT PREPARED BY AMERICAN ENGINEERING TESTING, DATED
APRIL 3, 2025 FOR INFORMATION INCLUDING BUT NOT LIMITED TO GROUNDWATER CONDITIONS
AND RECOMMENDATIONS FOR EXCAVATION DEWATERING.
16.THE CONTRACTOR SHALL COORDINATE WITH THE OWNER FOR ANY REPAIRS TO THE IRRIGATION
SYSTEM THAT IS AFFECTED DURING CONSTRUCTION.
SITE DEMOLITION NOTES
TOLL FREE: 1-800-252-1166
TWIN CITY AREA: 651-454-0002
Gopher State One Call
CALL BEFORE YOU DIG!
WARNING:
THE CONTRACTOR SHALL BE RESPONSIBLE FOR CALLING FOR LOCATIONS OF ALL
EXISTING UTILITIES. THEY SHALL COOPERATE WITH ALL UTILITY COMPANIES IN
MAINTAINING THEIR SERVICE AND / OR RELOCATION OF LINES.
THE CONTRACTOR SHALL CONTACT GOPHER STATE ONE CALL AT 651-454-0002 AT
LEAST 48 HOURS IN ADVANCE FOR THE LOCATIONS OF ALL UNDERGROUND WIRES,
CABLES, CONDUITS, PIPES, MANHOLES, VALVES OR OTHER BURIED STRUCTURES BEFORE
DIGGING. THE CONTRACTOR SHALL REPAIR OR REPLACE THE ABOVE WHEN DAMAGED
DURING CONSTRUCTION AT NO COST TO THE OWNER.
MILL AND OVERLAY EXISTING PARKING LOT
REMOVE EXISTING CURB & GUTTER, RETAINING WALLS,
FENCE, ETC.
REMOVE EXISTING MANHOLES, POWER POLES, LIGHT
POLES, BOLLARDS, PARKING METERS, SIGNS, ETC.
REMOVE EXISTING CONCRETE PAVING, SIDEWALKS,
ETC.
REMOVE EXISTING TREES
REMOVE EXISTING UTILITIES
REMOVE EXISTING BITUMINOUS PAVING
REMOVE EXISTING BUILDING
REMOVE EXISTING TREES/WOODS
REMOVE EXISTING GRAVEL
TREE PROTECTION FENCE
DEMOLITION LEGEND
SITE DEMOLITION PLANC1.02SAW CUT
c
355
WING 18
FFE=942.55
ANNEX
FFE=946.04
30'x75'SNOW STORAGEB612 CURB & GUTTER-TYP.
(SEE DETAIL)
B612 CURB & GUTTER-TYP.
(SEE DETAIL)
MATCH EXISTING CURB & GUTTER
MATCH EXISTING
CONCRETE SIDEWALK
PEDESTRIAN RAMP-TYP.
(SEE DETAIL ON c8.02)
MATCH EXISTING
CONCRETE PAVEMENT
CURB AND GUTTER
CONCRETE PAVEMENT-TYP.
(SEE DETAIL)
CONCRETE SIDEWALK-TYP.
(SEE DETAIL ON c8.02)9' CURB TRANSITION AND
PEDESTRIAN RAMP
MATCH EXISTING CURB & GUTTER
MATCH EXISTING CURB & GUTTER
BOLLARD-TYP.
(SEE DETAIL ON c8.02)
LIGHT-DUTY BITUMINOUS PAVEMENT-TYP.
(SEE DETAIL)
R3.0'
PEDESTRIAN RAMP-TYP.
(SEE DETAIL)
MATCH EXISTING CURB & GUTTER
STRIPE IN ADA SYMBOL-TYP.
(SEE DETAIL)
R55.0'
R25.0'
R75.0'
R25.0'
R5.0'
R25.0'
RESTRIPE CROSSWALK
4-CONCRETE STAIRS WITH RAIL (SEE
GRADING AND ARCHITECTURE PLAN)
SPLASH BLOCK
FOR OVERFLOW
TYP.
23.425.0 6.0
10.0
8.0
22.6
3.2
4.5
15.6
32.5
20.0
13.5
TIP-OUT DEPRESSED CURB
& GUTTER (SEE DETAIL ON c8.02)
CONCRETE SIDEWALK WITH
SNOWMELT-TYP.
(SEE DETAIL)
CONCRETE PAD-TYP.
(SEE DETAIL)
FIRE TURNAROUND
HEAVY-DUTY BITUMINOUS
-(SEE DETAIL)
HEAVY-DUTY BITUMINOUS
-(SEE DETAIL)
HEAVY-DUTY BITUMINOUS
-(SEE DETAIL)
HEAVY-DUTY BITUMINOUS
-(SEE DETAIL)
RE-STRIPE PARKING-(SEE DETAIL)
RE-STRIPE PARKING-(SEE DETAIL)
R10.0'
R5.0'
R15.0'
5-CONCRETE STAIRS WITH RAIL (SEE
GRADING AND ARCHITECTURE PLAN)
R28.0'B612 CURB & GUTTER-TYP.
(SEE DETAIL)
SURMOUNTABLE CURB
FOR SNOW STORAGE/REMOVAL
5' CURB TRANSITION
BOX CULVERT TUNNEL
SEE c4.03 FOR SECTION VIEWS
SEE c2.02 FOR NEW TURNAROUND
ENTIRE PLAN SET TO BE UPDATED
TO MATCH THAT LAYOUT
A
2 3 4 5 6
B
C
D
E
General Mills - James Ford
Bell Research Center
GMI - JFB
WING 18
1
POW 3450
PROJECT
CLIENT
ARCHITECT
Alliiance
400 Clifton Avenue
Minneapolis, MN 55403
612.874.4100
STRUCTURAL ENGINEER
MEYER BORGMAN JOHNSON
801 Nicollet Mall, Suite W2000
Minneapolis, Minnesota 55402
612.338.0713
MECHANICAL, ELECTRICAL,
PLUMBING ENGINEERS
MICHAUD COOLEY ERICKSON
333 South 7th Street, Suite 1200
Minneapolis, Minnesota 55402
612.339.4941
CIVIL ENGINEER & LANDSCAPE ARCHITECT
LOUCKS INC.
12755 Hwy 55, Suite R100
Plymouth, Minnesota 55441
763.424.5505
ISSUED FOR DATE
Copyright 2025 Alliiance
PRELIMINARY
NOT FOR CONSTRUCTION
SENSITIVE SECURITY INFORMATION WARNING: THIS RECORD CONTAINS SENSITIVE SECURITY INFORMATION THAT IS CONTROLLED UNDER 49 C.F.R. PARTS 15 AND 1520. NO PART OF THIS RECORD MAY BE DISCLOSED TO PERSONS WITHOUT A "NEED TO KNOW," AS DEFINED IN 49 C.F.R. PARTS 15 AND 1520, EXCEPT WITH THE WRITTEN PERMISSION OF THE ADMINISTRATOR OF THE TRANSPORTATION SECURITY ADMINISTRATION OR THE SECRETARY OF TRANSPORTATION. UNAUTHORIZED RELEASE MAY RESULT IN CIVIL PENALTIES OR OTHER ACTION. FOR U.S. GOVERNMENT AGENCIES, PUBLIC DISCLOSURE GOVERNED BY 5 U.S.C. 552 AND 49 C.F.R.
PARTS 15 AND 1520
COMMISSION NO
PUD SUBMISSION 06/02/2025
GENERAL CONTRACTOR
MCGOUGH
2737 Fairview Avenue North
St. Paul, MN 55113
651.633.5050
ROOFING AND WATERPROOFING
CONSULTANT
ROOF SPEC INC.
2400 Prior Avenue North, Suite 102
St. Paul, MN 55113
651.271.5471
N
SCALE IN FEET
0 30 60
1.MINNESOTA STATE STATUTE REQUIRES NOTIFICATION PER "GOPHER STATE ONE CALL" PRIOR TO
COMMENCING ANY GRADING, EXCAVATION OR UNDERGROUND WORK.
2.THE CONTRACTOR SHALL FIELD VERIFY LOCATIONS AND ELEVATIONS OF EXISTING UTILITIES AND
TOPOGRAPHIC FEATURES PRIOR TO COMMENCEMENT OF CONSTRUCTION ACTIVITY. THE
CONTRACTOR SHALL NOTIFY THE ENGINEER OF ANY DISCREPANCIES OR VARIATIONS FROM THE
PLANS.
3.THE CONTRACTOR SHALL TAKE ALL PRECAUTIONS NECESSARY TO AVOID PROPERTY DAMAGE TO
ADJACENT PROPERTIES DURING THE CONSTRUCTION PHASE OF THIS PROJECT. THE CONTRACTOR
WILL BE HELD RESPONSIBLE FOR ANY DAMAGES TO ADJACENT PROPERTIES OCCURRING DURING
THE CONSTRUCTION PHASE OF THIS PROJECT.
4.THE CONTRACTOR WILL BE RESPONSIBLE FOR PROVIDING AND MAINTAINING TRAFFIC CONTROL
DEVICES TO CONTROL THE MOVEMENT OF TRAFFIC WHERE NECESSARY. ALL TRAFFIC CONTROL
SHALL BE PROVIDED BY THE CONTRACTOR AND SHALL BE ESTABLISHED PER THE REQUIREMENTS
OF THE MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) AND THE APPLICABLE
GOVERNING AGENCIES. PLACEMENT OF THESE DEVICES SHALL BE APPROVED BY THE ENGINEER
PRIOR TO PLACEMENT. ALL PUBLIC STREETS SHALL BE OPEN TO TRAFFIC AT ALL TIMES UNLESS
APPROVED BY THE GOVERNING AGENCY.
5.IN ACCORDANCE WITH GENERALLY ACCEPTED CONSTRUCTION PRACTICES, THE CONTRACTOR
WILL BE SOLELY AND COMPLETELY RESPONSIBLE FOR CONDITIONS ON THE JOB SITE, INCLUDING
SAFETY OF ALL PERSONS AND PROPERTY DURING THE PERFORMANCE OF THE WORK. THIS
REQUIREMENT WILL APPLY CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKING HOURS.
6.THE DUTY OF THE ENGINEER OR THE DEVELOPER TO CONDUCT CONSTRUCTION REVIEW OF THE
CONTRACTORS PERFORMANCE IS NOT INTENDED TO INCLUDE REVIEW OF THE ADEQUACY OF THE
CONTRACTORS SAFETY MEASURES IN, OR NEAR THE CONSTRUCTION SITE.
7.BEFORE BEGINNING CONSTRUCTION THE CONTRACTOR SHALL INSTALL EROSION AND
SEDIMENTATION CONTROL MEASURES IN ACCORDANCE WITH NPDES PERMIT REQUIREMENTS,
BEST MANAGEMENT PRACTICES, STATE AND LOCAL REQUIREMENTS AND THE ASSOCIATED
PROJECT PLANS AND DETAILS.
8.ALL CONSTRUCTION PERMITS, APPLICATIONS, BONDS, AND FEES ARE THE RESPONSIBILITY OF THE
CONTRACTOR.
9.ALL ENTRANCES, CONNECTIONS TO CITY STREETS, SIDEWALKS, CURBS AND RAMPS IN THE
RIGHT-OF-WAY SHALL BE CONSTRUCTED PER THE REQUIREMENTS OF THE STATE AND LOCAL
JURISDICTIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL PERMITS AND NOTIFICATIONS
AS REQUIRED.
10.ADJUST ALL EXISTING STRUCTURES, BOTH PUBLIC AND PRIVATE TO THE PROPOSED GRADES
WHERE DISTURBED AND COMPLY WITH ALL REQUIREMENTS OF THE UTILITY OWNERS.
STRUCTURES BEING RESET TO PAVED AREAS MUST MEET OWNERS REQUIREMENTS FOR TRAFFIC
LOADING.
GENERAL NOTES
1.ALL PAVING, CONCRETE CURB, GUTTER AND SIDEWALK SHALL BE FURNISHED AND INSTALLED IN
ACCORDANCE WITH THE DETAILS SHOWN PER THE DETAIL SHEET(S) AND APPLICABLE GOVERNING
AGENCY REQUIREMENTS.
2.ALL CURB DIMENSIONS SHOWN ARE TO THE FACE OF CURB UNLESS OTHERWISE NOTED.
3.ALL BUILDING DIMENSIONS ARE TO THE OUTSIDE FACE OF WALL UNLESS OTHERWISE NOTED.
4.BITUMINOUS IMPREGNATED FIBER BOARD TO BE PLACED AT FULL DEPTH OF CONCRETE ADJACENT
TO EXISTING STRUCTURES AND BEHIND CURB ADJACENT TO DRIVEWAYS AND SIDEWALKS.
5.SEE SITE ELECTRICAL PLAN FOR SITE LIGHTING.
6.REFER TO THE GEOTECHNICAL REPORT PREPARED BY AMERICAN ENGINEERING TESTING, DATED
APRIL 3, 2025 FOR AN EXISTING SUBSURFACE SITE CONDITION ANALYSIS AND CONSTRUCTION
RECOMMENDATIONS INCLUDING BUT NOT LIMITED TO PAVEMENTS AND EXTERIOR SLABS.
SITE NOTES
1.CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SITE SIGNAGE AND STRIPING AS SHOWN ON THIS
PLAN.
2.CONTRACTOR SHALL PAINT ANY/ALL DIRECTIONAL TRAFFIC ARROWS, AS SHOWN, IN YELLOW
PAINT.
3.ALL SIGNAGE SHALL INCLUDE POST, CONCRETE FOOTING AND STEEL CASING WHERE REQUIRED.
4.ALL SIGNAGE NOT PROTECTED BY CURB, LOCATED IN PARKING LOT OR OTHER PAVED AREAS TO
BE PLACED IN STEEL CASING, FILLED WITH CONCRETE AND PAINTED YELLOW. REFER TO DETAIL(S).
5.ANY/ALL STOP SIGNS TO INCLUDE A 24" WIDE PAINTED STOP BAR IN WHITE PAINT, PLACED AT THE
STOP SIGN LOCATION, A MINIMUM OF 4' FROM CROSSWALK IF APPLICABLE. ALL STOP BARS SHALL
EXTEND FROM DIRECTIONAL TRANSITION BETWEEN LANES TO CURB.
6.ALL SIGNS TO BE PLACED 18" BEHIND BACK OF CURB UNLESS OTHERWISE NOTED.
SIGNAGE AND STRIPING NOTES
DISTURBED AREA: 2.32 ± AC
EXISTING IMPERVIOUS AREA: 0.78 ± AC (34%)* (REDEVELOPED)
PROPOSED IMPERVIOUS AREA: 1.46 ± AC (63%)* (0.68 NET NEW)
*IMPERVIOUS AREAS BASED ON DISTURBED AREA ONLY
SITE DATA
PARKING STALL COUNT
ACCESSIBLE PARKING STALL
2
LEGEND
CATCH BASIN
STORM SEWER
SANITARY SEWER
WATERMAIN
STORM MANHOLE
SANITARY MANHOLE
HYDRANT
GATE VALVE
SPOT ELEVATION
SIGN
LIGHT POLE
POWER POLE
WATER MANHOLE / WELL
CONTOUR
CONCRETE CURB
UNDERGROUND ELECTRIC
CONCRETE
TELEPHONE PEDESTAL
UNDERGROUND TELEPHONE
UNDERGROUND GAS
OVERHEAD UTILITY
CHAIN LINK FENCE
BUILDING
RETAINING WALL
NO PARKING
UNDERGROUND FIBER OPTIC
SANITARY SEWER SERVICE
WATER SERVICE
ELECTRIC METER
GAS METER
TREE LINE
EXISTING PROPOSED
972
DRAINTILE
FORCEMAIN 373PARKING SETBACK LINE
BUILDING SETBACK LINE
2
FENCE
FLARED END SECTION
POST INDICATOR VALVE
BENCHMARK
SOIL BORING
3DIRECTION OF FLOW 1.0%
972.5
TOLL FREE: 1-800-252-1166
TWIN CITY AREA: 651-454-0002
Gopher State One Call
CALL BEFORE YOU DIG!
WARNING:
THE CONTRACTOR SHALL BE RESPONSIBLE FOR CALLING FOR LOCATIONS OF ALL
EXISTING UTILITIES. THEY SHALL COOPERATE WITH ALL UTILITY COMPANIES IN
MAINTAINING THEIR SERVICE AND / OR RELOCATION OF LINES.
THE CONTRACTOR SHALL CONTACT GOPHER STATE ONE CALL AT 651-454-0002 AT
LEAST 48 HOURS IN ADVANCE FOR THE LOCATIONS OF ALL UNDERGROUND WIRES,
CABLES, CONDUITS, PIPES, MANHOLES, VALVES OR OTHER BURIED STRUCTURES BEFORE
DIGGING. THE CONTRACTOR SHALL REPAIR OR REPLACE THE ABOVE WHEN DAMAGED
DURING CONSTRUCTION AT NO COST TO THE OWNER.
B612 CURB & GUTTER (STANDARD)
NOTE:
SEE CURB & GUTTER DETAILS ON SHEET c8.01.
CURB TYPES
NOTE:
SEE PAVEMENT SECTIONS ON SHEET c8.01 FOR TYPE AND
DEPTH INFORMATION.
CONCRETE SIDEWALK
HEAVY-DUTY BITUMINOUS PAVEMENT
CONCRETE PAVEMENT
PAVEMENT TYPES
c2.01SITE PLANWITH SNOWMELT
BASE SCOPE
LIGHT-DUTY BITUMINOUS PAVEMENT
DEPRESSED CURB & GUTTER (TIP OUT)
356
..............
LIMIT OF DISTURBANCE
EXISTING DECIDUOUS TREE
TO BE REMOVED (TYP.)
EXISTING DECIDUOUS TREE
TO BE REMOVED (TYP.)
EXISTING DECIDUOUS TREE
TO BE REMOVED (TYP.)
LIMIT OF DISTURBANCE
LIMIT OF DISTURBANCE
EXISTING DECIDUOUS TREE
TO BE SAVED (TYP.)
EXISTING DECIDUOUS TREE
TO BE SAVED (TYP.)
EXISTING DECIDUOUS TREE
TO BE SAVED (TYP.)
P
P
P
P
PP
PP
P
P
P
PP
P
P
P
P PPPP
P
P
P
P
P
P
P
POTENTIALLY SAVED TREES
IF STORMWATER STRATEGY ACCEPTABLE
A
2 3 4 5 6
B
C
D
E
General Mills - James Ford
Bell Research Center
GMI - JFB
WING 18
1
POW 3450
PROJECT
CLIENT
ARCHITECT
Alliiance
400 Clifton Avenue
Minneapolis, MN 55403
612.874.4100
STRUCTURAL ENGINEER
MEYER BORGMAN JOHNSON
801 Nicollet Mall, Suite W2000
Minneapolis, Minnesota 55402
612.338.0713
MECHANICAL, ELECTRICAL,
PLUMBING ENGINEERS
MICHAUD COOLEY ERICKSON
333 South 7th Street, Suite 1200
Minneapolis, Minnesota 55402
612.339.4941
CIVIL ENGINEER & LANDSCAPE ARCHITECT
LOUCKS INC.
12755 Hwy 55, Suite R100
Plymouth, Minnesota 55441
763.424.5505
ISSUED FOR DATE
Copyright 2025 Alliiance
PRELIMINARY
NOT FOR CONSTRUCTION
SENSITIVE SECURITY INFORMATION WARNING: THIS RECORD CONTAINS SENSITIVE SECURITY INFORMATION THAT IS CONTROLLED UNDER 49 C.F.R. PARTS 15 AND 1520. NO PART OF THIS RECORD MAY BE DISCLOSED TO PERSONS WITHOUT A "NEED TO KNOW," AS DEFINED IN 49 C.F.R. PARTS 15 AND 1520, EXCEPT WITH THE WRITTEN PERMISSION OF THE ADMINISTRATOR OF THE TRANSPORTATION SECURITY ADMINISTRATION OR THE SECRETARY OF TRANSPORTATION. UNAUTHORIZED RELEASE MAY RESULT IN CIVIL PENALTIES OR OTHER ACTION. FOR U.S. GOVERNMENT AGENCIES, PUBLIC DISCLOSURE GOVERNED BY 5 U.S.C. 552 AND 49 C.F.R.
PARTS 15 AND 1520
COMMISSION NO
PUD SUBMISSION 06/02/2025
GENERAL CONTRACTOR
MCGOUGH
2737 Fairview Avenue North
St. Paul, MN 55113
651.633.5050
ROOFING AND WATERPROOFING
CONSULTANT
ROOF SPEC INC.
2400 Prior Avenue North, Suite 102
St. Paul, MN 55113
651.271.5471
N
SCALE IN FEET
0 30 60
TOLL FREE: 1-800-252-1166
TWIN CITY AREA: 651-454-0002
Gopher State One Call
CALL BEFORE YOU DIG!
WARNING:
THE CONTRACTOR SHALL BE RESPONSIBLE FOR CALLING FOR LOCATIONS OF ALL
EXISTING UTILITIES. THEY SHALL COOPERATE WITH ALL UTILITY COMPANIES IN
MAINTAINING THEIR SERVICE AND / OR RELOCATION OF LINES.
THE CONTRACTOR SHALL CONTACT GOPHER STATE ONE CALL AT 651-454-0002 AT
LEAST 48 HOURS IN ADVANCE FOR THE LOCATIONS OF ALL UNDERGROUND WIRES,
CABLES, CONDUITS, PIPES, MANHOLES, VALVES OR OTHER BURIED STRUCTURES BEFORE
DIGGING. THE CONTRACTOR SHALL REPAIR OR REPLACE THE ABOVE WHEN DAMAGED
DURING CONSTRUCTION AT NO COST TO THE OWNER.TREE INVENTORY PLANL0.01NOTES:
REFER TO SHEET l0.02 FOR TREE INVENTORY LIST AND TREE
PRESERVATION DETAILS.
LANDSCAPE LEGEND
EXISTING TREES TO REMAIN
EXISTING TREES TO BE REMOVEDX
EXISTING TREES TO BE PROTECTED
(SEE TREE PROTECTION DETAIL 1/l0.02)P
357
4 4 4 4 4 4 4 4 4 4
488888 8 8 8 8 8 8 8
8888888
BLF
11
LBL
22
BLF
18
LBL76
SH
13
FLM
38
SH
2
Ec
3
CN
SF-102
LT-01
3
TA
44
DAS
SCULPTURE TYP. (BY OWNER)
LIMITS OF UNDERGROUND
SNOW MELT SYSTEM
LIMITS OF UNDERGROUND
SNOW MELT SYSTEM
RELOCATED BIKE REPAIR
BLACK VINYL EDGER, TYP.BLACK VINYL EDGER, TYP.
BLACK VINYL EDGER, TYP.
CODE QTY BOTANICAL NAME COMMON NAME CONT.SIZE NOTES
TREES
CN 3 CERCIS CANADENSIS 'NORTHERN STRAIN'NORTHERN STRAIN EASTERN REDBUD 2.5" CAL.B&B
EVERGREEN TREES
BS 12 PICEA GLAUCA `DENSATA`BLACK HILLS SPRUCE 6` HEIGHT B&B FULL FORM
SHRUBS
Ec 2 EUONYMUS ALATUS 'COMPACTUS'COMPACT BURNING BUSH #5
PERENNIALS
DAS 44 ASTILBE X ARENDSII `DEUTSCHLAND`DEUTSCHLAND ASTILBE 1 GAL CONT.
CONIFEROUS SHRUBS
TA 3 THUJA OCCIDENTALIS `TECHNY`TECHNY ARBORVITAE 10 GAL CONT.
GRASSES
BLF 30 FESTUCA GLAUCA `ELIJAH BLUE`BLUE FESCUE 1 GAL CONT.
FLM 13 MISCANTHUS SINENSIS `PURPURASCENS`FLAME MISCANTHUS 1 GAL CONT.
LBL 29 SCHIZACHYRIUM SCOPARIUM `THE BLUES`THE BLUES LITTLE BLUESTEM 1 GAL CONT.
SH 114 SPOROBOLUS HETEROLEPIS PRAIRIE DROPSEED 1 GAL CONT.
SYMBOL CODE BOTANICAL NAME COMMON NAME CONT.SIZE NOTES
GROUND COVERS
Dcb DRY CREEK BED NONE
SEED TURF SEED SEED
SOD TURF SOD SOD
Rm-1 3" GRAY TRAP ROCK ROCK MULCH FLAT
Sm 2 6" RIVER ROCK STONE MULCH NONE
PLANT SCHEDULE
CODE DESCRIPTION QTY SPEC.MATERIAL
LIGHTING
TREE UPLIGHT 3 SEE ELEC.METAL
CODE DESCRIPTION QTY MATERIAL MANUFACTURER
SITE FURNITURE
LANDSCAPE FORMS RIDE-BR
METRO40FT.S RIDE SERIES BIKE RACK. CAST ALUMINUM
FRAME CONSTRUCTION. 28IN. W X 3.3IN. D X 26IN. H.
BIKE RACK: BRONZE METALLIC
17
LT-01
SF-102
REFERENCE NOTES SCHEDULE
A
2 3 4 5 6
B
C
D
E
General Mills - James Ford
Bell Research Center
GMI - JFB
WING 18
1
POW 3450
PROJECT
CLIENT
ARCHITECT
Alliiance
400 Clifton Avenue
Minneapolis, MN 55403
612.874.4100
STRUCTURAL ENGINEER
MEYER BORGMAN JOHNSON
801 Nicollet Mall, Suite W2000
Minneapolis, Minnesota 55402
612.338.0713
MECHANICAL, ELECTRICAL,
PLUMBING ENGINEERS
MICHAUD COOLEY ERICKSON
333 South 7th Street, Suite 1200
Minneapolis, Minnesota 55402
612.339.4941
CIVIL ENGINEER & LANDSCAPE ARCHITECT
LOUCKS INC.
12755 Hwy 55, Suite R100
Plymouth, Minnesota 55441
763.424.5505
ISSUED FOR DATE
Copyright 2025 Alliiance
PRELIMINARY
NOT FOR CONSTRUCTION
SENSITIVE SECURITY INFORMATION WARNING: THIS RECORD CONTAINS SENSITIVE SECURITY INFORMATION THAT IS CONTROLLED UNDER 49 C.F.R. PARTS 15 AND 1520. NO PART OF THIS RECORD MAY BE DISCLOSED TO PERSONS WITHOUT A "NEED TO KNOW," AS DEFINED IN 49 C.F.R. PARTS 15 AND 1520, EXCEPT WITH THE WRITTEN PERMISSION OF THE ADMINISTRATOR OF THE TRANSPORTATION SECURITY ADMINISTRATION OR THE SECRETARY OF TRANSPORTATION. UNAUTHORIZED RELEASE MAY RESULT IN CIVIL PENALTIES OR OTHER ACTION. FOR U.S. GOVERNMENT AGENCIES, PUBLIC DISCLOSURE GOVERNED BY 5 U.S.C. 552 AND 49 C.F.R.
PARTS 15 AND 1520
COMMISSION NO
PUD SUBMISSION 06/02/2025
GENERAL CONTRACTOR
MCGOUGH
2737 Fairview Avenue North
St. Paul, MN 55113
651.633.5050
ROOFING AND WATERPROOFING
CONSULTANT
ROOF SPEC INC.
2400 Prior Avenue North, Suite 102
St. Paul, MN 55113
651.271.5471
N
SCALE IN FEET
0 10 20 TOLL FREE: 1-800-252-1166
TWIN CITY AREA: 651-454-0002
Gopher State One Call
CALL BEFORE YOU DIG!l1.01LANDSCAPE PLAN358
4 4 4 4 4
8888888888888888888844444448 8 8 8 8 8
888888884444444444444412
BS
A
2 3 4 5 6
B
C
D
E
General Mills - James Ford
Bell Research Center
GMI - JFB
WING 18
1
POW 3450
PROJECT
CLIENT
ARCHITECT
Alliiance
400 Clifton Avenue
Minneapolis, MN 55403
612.874.4100
STRUCTURAL ENGINEER
MEYER BORGMAN JOHNSON
801 Nicollet Mall, Suite W2000
Minneapolis, Minnesota 55402
612.338.0713
MECHANICAL, ELECTRICAL,
PLUMBING ENGINEERS
MICHAUD COOLEY ERICKSON
333 South 7th Street, Suite 1200
Minneapolis, Minnesota 55402
612.339.4941
CIVIL ENGINEER & LANDSCAPE ARCHITECT
LOUCKS INC.
12755 Hwy 55, Suite R100
Plymouth, Minnesota 55441
763.424.5505
ISSUED FOR DATE
Copyright 2025 Alliiance
PRELIMINARY
NOT FOR CONSTRUCTION
SENSITIVE SECURITY INFORMATION WARNING: THIS RECORD CONTAINS SENSITIVE SECURITY INFORMATION THAT IS CONTROLLED UNDER 49 C.F.R. PARTS 15 AND 1520. NO PART OF THIS RECORD MAY BE DISCLOSED TO PERSONS WITHOUT A "NEED TO KNOW," AS DEFINED IN 49 C.F.R. PARTS 15 AND 1520, EXCEPT WITH THE WRITTEN PERMISSION OF THE ADMINISTRATOR OF THE TRANSPORTATION SECURITY ADMINISTRATION OR THE SECRETARY OF TRANSPORTATION. UNAUTHORIZED RELEASE MAY RESULT IN CIVIL PENALTIES OR OTHER ACTION. FOR U.S. GOVERNMENT AGENCIES, PUBLIC DISCLOSURE GOVERNED BY 5 U.S.C. 552 AND 49 C.F.R.
PARTS 15 AND 1520
COMMISSION NO
PUD SUBMISSION 06/02/2025
GENERAL CONTRACTOR
MCGOUGH
2737 Fairview Avenue North
St. Paul, MN 55113
651.633.5050
ROOFING AND WATERPROOFING
CONSULTANT
ROOF SPEC INC.
2400 Prior Avenue North, Suite 102
St. Paul, MN 55113
651.271.5471
N
SCALE IN FEET
0 10 20
TOLL FREE: 1-800-252-1166
TWIN CITY AREA: 651-454-0002
Gopher State One Call
CALL BEFORE YOU DIG!
WARNING:
THE CONTRACTOR SHALL BE RESPONSIBLE FOR CALLING FOR LOCATIONS OF ALL
EXISTING UTILITIES. THEY SHALL COOPERATE WITH ALL UTILITY COMPANIES IN
MAINTAINING THEIR SERVICE AND / OR RELOCATION OF LINES.
THE CONTRACTOR SHALL CONTACT GOPHER STATE ONE CALL AT 651-454-0002 AT
LEAST 48 HOURS IN ADVANCE FOR THE LOCATIONS OF ALL UNDERGROUND WIRES,
CABLES, CONDUITS, PIPES, MANHOLES, VALVES OR OTHER BURIED STRUCTURES BEFORE
DIGGING. THE CONTRACTOR SHALL REPAIR OR REPLACE THE ABOVE WHEN DAMAGED
DURING CONSTRUCTION AT NO COST TO THE OWNER.l1.02LANDSCAPE PLANCONTRACTOR SHALL VISIT SITE PRIOR TO SUBMITTING BID. HE SHALL INSPECT SITE AND BECOME
FAMILIAR WITH EXISTING CONDITIONS RELATING TO THE NATURE AND SCOPE OF WORK.
VERIFY LAYOUT AND ANY DIMENSIONS SHOWN AND BRING TO THE ATTENTION OF THE LANDSCAPE
ARCHITECT ANY DISCREPANCIES WHICH MAY COMPROMISE THE DESIGN AND / OR INTENT OF THE
PROJECT'S LAYOUT.
ASSURE COMPLIANCE WITH ALL APPLICABLE CODES AND REGULATIONS GOVERNING THE WORK OR
MATERIALS SUPPLIED.
CONTRACTOR SHALL PROTECT ALL EXISTING ROADS, CURBS / GUTTERS, TRAILS, TREES, LAWNS AND
SITE ELEMENTS DURING PLANTING OPERATIONS. ANY DAMAGE TO SAME SHALL BE REPAIRED AT NO
COST TO THE OWNER.
CONTRACTOR SHALL VERIFY ALIGNMENT AND LOCATION OF ALL UNDERGROUND AND ABOVE GRADE
UTILITIES. CONTRACTOR TO PROVIDE THE NECESSARY PROTECTION FOR THE UTILITIES BEFORE
CONSTRUCTION / MATERIAL INSTALLATION BEGINS. CONTRACTOR TO NOTIFY GENERAL CONTRACTOR
OF ANY CONCERNS PRIOR TO INSTALLATION OF PLANTINGS.
EXISTING CONTOURS, TRAILS, VEGETATION, CURB / GUTTER AND OTHER EXISTING ELEMENTS BASED
UPON INFORMATION SUPPLIED TO LANDSCAPE ARCHITECT BY OTHERS. CONTRACTOR SHALL VERIFY
ANY AND ALL DISCREPANCIES PRIOR TO CONSTRUCTION AND NOTIFY LANDSCAPE ARCHITECT OF
SAME.
THE ALIGNMENT AND GRADES OF THE PROPOSED WALKS, TRAILS AND / OR ROADWAYS ARE SUBJECT
TO FIELD ADJUSTMENT REQUIRED TO CONFORM TO LOCALIZED TOPOGRAPHIC CONDITIONS AND TO
MINIMIZE TREE REMOVAL AND GRADING. ANY CHANGE IN ALIGNMENT MUST BE APPROVED BY
LANDSCAPE ARCHITECT.
GENERAL NOTES
IRRIGATION IS NOT PLANNED FOR THIS SITE. FOR THE HEALTH AND SURVIVAL OF ALL PROPOSED
PLANTINGS, REGULAR WATERING OF THE PLANTINGS IS RECOMMENDED.
FOR ESTABLISHMENT OF PLANTINGS, THE CONTRACTOR IS TO REGULARLY WATER NEWLY INSTALLED
PLANTINGS UNTIL SUBSTANTIAL COMPLETION. CONTRACTOR TO PROVIDE OWNER WITH WATERING
RECOMMENDATIONS OR WATERING CONTRACT FOR THE ONE (1) YEAR WARRANTY PERIOD.
IRRIGATION NOTES
359
LEVEL 1
EL 942' -6"
LEVEL 2
EL 956' -6"
TUNNEL ENTRY LEVEL
EL 920' -8"
3C
a4.01
3C
a4.01
3E
a4.01
3E
a4.01
1E
a4.01
1E
a4.01
FAN LOFT ROOF
LEVEL -WING 18
EL 988' -6"
LEVEL 3
EL 970' -6"
FAN LOFT LEVEL -
WING 18
EL 970' -6"
O
EJ
WA-1
WA-1
WA-3
WA-1
WA-3
PREFIN MTL COPING
EJ
EJ
PREFIN MTL COPING
PREFIN MTL COPING
PREFIN MTL COPING
A-18B-18C-18D-18E-18F-18G-18H-18I-18J-18K-18L-18M-18
29'-10 1/2"48'-2"LEVEL 1
EL 942' -6"
LEVEL 2
EL 956' -6"
TUNNEL ENTRY LEVEL
EL 920' -8"
3C
a4.01
3C
a4.01
3E
a4.01
3E
a4.01
1E
a4.01
1E
a4.01
FAN LOFT ROOF
LEVEL -WING 18
EL 988' -6"
LEVEL 3
EL 970' -6"
FAN LOFT LEVEL -
WING 18
EL 970' -6"
O
PREFIN MTL COPING
PREFIN MTL COPING
SCREEN
WA-1 WA-1
NOT IN
SCOPE
WA-1
EJ EJ EJ EJ EJ EJ EJ EJ EJ EJEJ
EJ
PREFIN MTL COPING
A-18 B-18 C-18 D-18 E-18 F-18 G-18 H-18 I-18 J-18 K-18 L-18 M-18
40'-0"LEVEL 1
EL 942' -6"
LEVEL 2
EL 956' -6"
1C
a4.02
1C
a4.02
1E
a4.02
1E
a4.02
N3N4
FAN LOFT ROOF
LEVEL -WING 18
EL 988' -6"
FAN LOFT LEVEL -
WING 18
EL 970' -6"
WA-1
WA-3 WA-3
WA-1
PREFIN MTL COPING PREFIN MTL COPING
16'-5 3/4"3-18 2-18 1-18
40'-0"48'-2"20'-5 5/8"LEVEL 1
EL 942' -6"
LEVEL 2
EL 956' -6"
TUNNEL ENTRY LEVEL
EL 920' -8"
1C
a4.02
1C
a4.02
1E
a4.02
1E
a4.02
N3 N4
FAN LOFT ROOF
LEVEL -WING 18
EL 988' -6"
FAN LOFT LEVEL -
WING 18
EL 970' -6"
N2
MECH EXHAUST
FAN
MECH RTU
NOT IN SCOPE
PREFIN MTL COPING
SCREEN
WA-3
PREFIN MTL COPING
PREFIN MTL COPING
NEW EXT OH DOOR
4'-0"3-182-181-18
EJEJ
EJ
WA-1
WA-1WA-1
WA-1
WA-3
WA-3
14'-4 1/2"40'-0"29'-10 1/2"A
2 3 4 5 6
B
C
D
E
1
PROJECT
CLIENT
ARCHITECT
Alliiance
400 Clifton Avenue
Minneapolis, MN 55403
612.874.4100
STRUCTURAL ENGINEER
MEYER BORGMAN JOHNSON
801 Nicollet Mall, Suite W2000
Minneapolis, Minnesota 55402
612.338.0713
MECHANICAL, ELECTRICAL,
PLUMBING ENGINEERS
MICHAUD COOLEY ERICKSON
333 South 7th Street, Suite 1200
Minneapolis, Minnesota 55402
612.339.4941
CIVIL ENGINEER
LOUCKS INC.
12755 Hwy 55 Suite R100,
Plymouth, Minnesota 55441
763.424.5505
GENERAL CONTRACTOR
MCGOUGH
2737 FAIRVIEW AVENUE NORTH
ST. PAUL, MN 55113
651.633.5050
ROOFING AND WATERPROOFING
CONSULTANT
ROOF SPEC INC.
2400 PRIOR AVENUE NORTH
ST. PAUL, MN 551131
651.271.5471
ISSUED FOR DATE
Copyright Alliiance
PRELIMINARY
NOT FOR CONSTRUCTION
COMMISSION NO
6/2/2025 12:23:32 PMGeneral Mills - James Ford
Bell Research Center
GMI - JFB
TRANSFORMAITON
POW 3450
2025
POW 3450
EXTERIOR ELEVATIONSa3.013/32" = 1'-0"1E EXTERIOR ELEVATION W18 - SOUTH
3/32" = 1'-0"1D EXTERIOR ELEVATION W18 - NORTH
3/32" = 1'-0"3B EXTERIOR ELEVATION W18 - WEST
3/32" = 1'-0"1B EXTERIOR ELEVATION W18 - EAST
KEYNOTE LEGEND
PUD Submission 06/02/2025
2023022-05
PROJECT
GMI - JFB
WING 18
EXISTING MATERIAL
CONDTIONS ON SITE
BRICK CLADDING
CORRUGATED METAL
FINISHED METAL PANEL
ALT- FINISHED
METAL PANEL
BRANDING OPPORTUNITY
ALT- FINISHED
METAL PANEL
ALT- FINISHED
METAL PANEL
360
4 4 4
WING 18
FFE=942.55
ANNEX
FFE=946.04
4
888888888888888884444430'x75'SNOW STORAGE8 8 8 8
888444488940938939941942945943944946947940945945939941942943943943
944
944944945950
94
2
943
944
946947948949950
946
947948949
951952953
3.8%2.
7
%2.5%3.9%2.0%3.3
%
4.1%
4.4%
4.0%
4.
6%5.0%3.3%
1.8%1.9%3.2%
0.8%7.2%
2.2%
2.0%3:13:1
3:
13:1942.34
942.34
942.42
942.78943.62
943.56
944.26
945.87
945.74
945.57
946.00
945.52
945.19
944.96
945.22 941.55
941.82 940.49
937.54
938.39
938.61
942.42
942.14
939.85
938.46
940.99
941.70
942.19
942.19
941.60
939.73
939.01
938.55
938.55
938.78
938.94
938.82
938.59
938.78
938.52
937.87
938.08
938.45
938.90
938.70
941.47
941.67
943.44
943.54
943.82
943.49
942.50
942.59
942.42
942.13
941.25
941.62 943.04
943.09
943.23 945.76
945.84
946.22
946.42
946.51
944.79944.60
943.64
944.14
943.79 943.81
943.95
941.72
4.0%
2
.
5%
2
.
6%
942.84
942.79
943.40
943.46
943.74 943.93
945.87
945.76
945.53
945.15
945.19
937.74
2.2%
1.
6
%
3.8%
942.90
943.18
943.90
943.42
942.80
943.34
938.600.5%A
2 3 4 5 6
B
C
D
E
General Mills - James Ford
Bell Research Center
GMI - JFB
WING 18
1
POW 3450
PROJECT
CLIENT
ARCHITECT
Alliiance
400 Clifton Avenue
Minneapolis, MN 55403
612.874.4100
STRUCTURAL ENGINEER
MEYER BORGMAN JOHNSON
801 Nicollet Mall, Suite W2000
Minneapolis, Minnesota 55402
612.338.0713
MECHANICAL, ELECTRICAL,
PLUMBING ENGINEERS
MICHAUD COOLEY ERICKSON
333 South 7th Street, Suite 1200
Minneapolis, Minnesota 55402
612.339.4941
CIVIL ENGINEER & LANDSCAPE ARCHITECT
LOUCKS INC.
12755 Hwy 55, Suite R100
Plymouth, Minnesota 55441
763.424.5505
ISSUED FOR DATE
Copyright 2025 Alliiance
PRELIMINARY
NOT FOR CONSTRUCTION
SENSITIVE SECURITY INFORMATION WARNING: THIS RECORD CONTAINS SENSITIVE SECURITY INFORMATION THAT IS CONTROLLED UNDER 49 C.F.R. PARTS 15 AND 1520. NO PART OF THIS RECORD MAY BE DISCLOSED TO PERSONS WITHOUT A "NEED TO KNOW," AS DEFINED IN 49 C.F.R. PARTS 15 AND 1520, EXCEPT WITH THE WRITTEN PERMISSION OF THE ADMINISTRATOR OF THE TRANSPORTATION SECURITY ADMINISTRATION OR THE SECRETARY OF TRANSPORTATION. UNAUTHORIZED RELEASE MAY RESULT IN CIVIL PENALTIES OR OTHER ACTION. FOR U.S. GOVERNMENT AGENCIES, PUBLIC DISCLOSURE GOVERNED BY 5 U.S.C. 552 AND 49 C.F.R.
PARTS 15 AND 1520
COMMISSION NO
PUD SUBMISSION 06/02/2025
GENERAL CONTRACTOR
MCGOUGH
2737 Fairview Avenue North
St. Paul, MN 55113
651.633.5050
ROOFING AND WATERPROOFING
CONSULTANT
ROOF SPEC INC.
2400 Prior Avenue North, Suite 102
St. Paul, MN 55113
651.271.5471
N
SCALE IN FEET
0 30 60
1.SPOT ELEVATIONS REPRESENT FINISHED SURFACE GRADES, GUTTER/FLOW LINE, FACE OF BUILDING,
OR EDGE OF PAVEMENT UNLESS OTHERWISE NOTED.
2.ALL ACCESSIBLE ROUTES SHALL BE CONSTRUCTED WITH A CROSS SLOPE NOT EXCEEDING 2% AND
A RUNNING SLOPE NOT EXCEEDING 5%.
3.AT TURNING POINTS ALONG THE ACCESSIBLE ROUTE THE PAVEMENT SHALL NOT EXCEED 2% IN
ANY DIRECTION FOR AN AREA 60" IN DIAMETER.
4.ALL PUBLIC SIDEWALKS SHALL BE CONSTRUCTED WITH A CROSS SLOPE NOT EXCEEDING 2% AND A
RUNNING SLOPE NOT EXCEEDING 5%.
5.CATCH BASINS AND MANHOLES IN PAVED AREAS SHALL BE SUMPED 0.04 FEET. ALL CATCH BASINS
IN GUTTERS SHALL BE SUMPED 0.16 FEET. RIM ELEVATIONS SHOWN ON PLANS DO NOT REFLECT
SUMPED ELEVATIONS.
6.REFER TO GEOTECHNICAL EVALUATION REPORT DATED APRIL 3, 2025, AS PREPARED BY AMERICAN
ENGINEERING TESTING, FOR AN EXISTING SUBSURFACE SITE CONDITION ANALYSIS AND
CONSTRUCTION RECOMMENDATIONS INCLUDING BUT NOT LIMITED TO:
A.REUSE OF ON-SITE SOILS
B.GROUNDWATER AND RECOMMENDATIONS FOR EXCAVATION DEWATERING.
C.SITE GRADING AND SUBGRADE PREPARATION.
D.PAVEMENTS AND EXTERIOR SLABS.
E.TRENCH EXCAVATION AND BACKFILL.
F.EXTERIOR UTILITY SUPPORTS.
G.FROST PROTECTION.
7.EXISTING SOILS ARE ASSUMED TO BE COARSE-GRAINED SOILS SC & CL PER THE UNIFIED SOIL
CLASSIFICATION. CONTRACTOR TO NOTIFY ENGINEER IF EXISTING CONDITIONS DIFFER FROM
ASSUMED SOIL CONDITIONS.
8.GRADING, INCLUDING BUT NOT LIMITED TO EXCAVATION AND BACKFILL, OF THE INFILTRATION
AREA(S) SHALL BE ACCOMPLISHED USING LOW-IMPACT EARTH-MOVING EQUIPMENT TO PREVENT
COMPACTION OF THE UNDERLYING SOILS. SMALL TRACKED DOZERS AND BOBCATS WITH
RUNNER TRACKS ARE RECOMMENDED. NO WHEELED MACHINES SHALL BE USED.
9.SOIL BENEATH THE INFILTRATION AREA(S) SHALL BE RIPPED WITH A TOOTHED BUCKET TO REMOVE
SOIL INTERFACE PRIOR TO BACKFILL.
10.A FLOOD TEST OR DOUBLE RING INFILTROMETER TEST SHALL BE COMPLETED FOR THE
INFILTRATION SYSTEM TO VERIFY INFILTRATION RATES ARE WITHIN THE ACCEPTABLE RANGE OF 0.2
IN/HR.
11.CITY AND WATERSHED SHALL BE NOTIFIED AT LEAST 24 HOURS PRIOR TO CONSTRUCTION OF
STORMWATER BMPS.
12.ALL DISTURBED UNPAVED AREAS ARE TO RECEIVE MINIMUM OF 4 INCHES OF TOP SOIL AND
SEED/MULCH OR SOD. THESE AREAS SHALL BE WATERED/MAINTAINED BY THE CONTRACTOR UNTIL
VEGETATION IS ESTABLISHED. REFER TO THE LANDSCAPE PLANS, DETAILS AND SPECIFICATIONS FOR
FINAL SITE STABILIZATION.
13.FOR SITE RETAINING WALLS "TW" EQUALS SURFACE GRADE AT TOP FACE OF WALL (NOT TOP OF
WALL), "GW" EQUALS SURFACE GRADE AT WALL GRADE TRANSITION, AND "BW" EQUALS SURFACE
GRADE AT BOTTOM FACE OF WALL (NOT BOTTOM OF BURIED WALL COURSES).
14.FOR SITE STAIRS, "TS" EQUALS SURFACE ELEVATION AT TOP OF STAIRS AND "BS" EQUALS SURFACE
ELEVATION AT BOTTOM OF STAIRS. REFER TO SITE PLAN FOR NUMBER OF RISERS AND RISER
HEIGHT.
15.STREETS MUST BE CLEANED AND SWEPT WHENEVER TRACKING OF SEDIMENTS OCCURS AND
BEFORE SITES ARE LEFT IDLE FOR WEEKENDS AND HOLIDAYS. A REGULAR SWEEPING SCHEDULE
MUST BE ESTABLISHED.
16.DUST MUST BE ADEQUATELY CONTROLLED.
17.SEE SWPPP FOR ADDITIONAL EROSION CONTROL NOTES AND REQUIREMENTS.
18.SEE UTILITY PLAN FOR WATERMAIN, STORM SEWER, AND SANITARY SEWER INFORMATION.
19.SEE SITE PLAN FOR CURB AND BITUMINOUS TAPER LOCATIONS.
20.REFERENCE ARCHITECTURAL AND STRUCTURAL DRAWINGS FOR BUILDING ELEVATIONS.
21.THE CONTRACTOR ALONG WITH THE OWNER SHALL OBTAIN ALL NECESSARY PERMITS AND
APPROVALS FROM GOVERNING AUTHORITIES, INCLUDING ANY CITY PERMITS AND THE NPDES
PERMIT.
22.INSTALL EROSION CONTROL AND TREE PROTECTION MEASURES BEFORE BEGINNING SITE GRADING
ACTIVITIES. SOME EROSION CONTROLS SUCH AS BALE CHECKS AND TEMPORARY SILT PONDS MAY
BE INSTALLED AS GRADING OCCURS IN SPECIFIC AREAS. MAINTAIN EROSION CONTROLS
THROUGHOUT THE GRADING PROCESS AND REMOVE WHEN TURF HAS BEEN ESTABLISHED.
23.PER NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM/STATE DISPOSAL SYSTEM
(NPDES/SDS) REQUIREMENTS, THE WASHOUT AND CLEANOUT OF STUCCO, PAINT, CONCRETE,
FORM RELEASE OILS, CURING COMPOUNDS, AND OTHER CONSTRUCTION MATERIALS SHALL BE
PROPERLY CONTAINED AND DISPOSED OF. THE CONTRACTOR SHALL BE RESPONSIBLE FOR
PROVIDING AND USING APPROVED METHODS OF CONTAINMENT SUCH AS PRE-FABRICATED
WASHOUT CONTAINERS, CONCRETE WASHOUT TOTE, READY MIX TRUCKS WITH SELF-CONTAINED
CHUTE CLEANOUT, ETC.
24.CONTRACTOR SHALL PROVIDE AS-BUILT INFORMATION OF GRADING ACTIVITIES AS NEEDED PER
APPLICABLE PERMIT REQUIREMENTS AND/OR DEVELOPMENT AGREEMENTS.
GRADING & DRAINAGE NOTES
TOLL FREE: 1-800-252-1166
TWIN CITY AREA: 651-454-0002
Gopher State One Call
CALL BEFORE YOU DIG!
WARNING:
THE CONTRACTOR SHALL BE RESPONSIBLE FOR CALLING FOR LOCATIONS OF ALL
EXISTING UTILITIES. THEY SHALL COOPERATE WITH ALL UTILITY COMPANIES IN
MAINTAINING THEIR SERVICE AND / OR RELOCATION OF LINES.
THE CONTRACTOR SHALL CONTACT GOPHER STATE ONE CALL AT 651-454-0002 AT
LEAST 48 HOURS IN ADVANCE FOR THE LOCATIONS OF ALL UNDERGROUND WIRES,
CABLES, CONDUITS, PIPES, MANHOLES, VALVES OR OTHER BURIED STRUCTURES BEFORE
DIGGING. THE CONTRACTOR SHALL REPAIR OR REPLACE THE ABOVE WHEN DAMAGED
DURING CONSTRUCTION AT NO COST TO THE OWNER.c3.01GRADING PLAN361
WING 18
FFE=942.55
ANNEX
FFE=946.04
8888888888888888830'x75'SNOW STORAGE8 8 8 8
8885" SOFTENED COLD WATER
4" COMPRESSED AIR
SEE MECH. SHEET m2.18-01 5" COLD WATER
SEE MECH. SHEET m2.18-01
POT-HOLE (VAC.)
AT ELEC. CROSSINGS
UTILITY CONNECTIONS
SEE MECH. SHEET m2.18-00SANITARY CROSSING
UNDER STORM
FIELD VERIFY88POT HOLE & FIELD LOCATE
CHILLED WATER LINES
DEFLECT BELOW SANITARY
AS NEEDED
SILT FENCE
TYP-SEE DETAIL
INLET
PROTECTION
TYP-SEE DETAIL
INLET
PROTECTION
TYP-SEE DETAIL
INLET
PROTECTION
TYP-SEE DETAIL
ROCK CONSTRUCTION
ENTRANCE
SEE DETAIL
INLET
PROTECTION
TYP-SEE DETAIL
INLET
PROTECTION
TYP-SEE DETAIL
BIOROLL
TYP-SEE DETAIL
INLET
PROTECTION
TYP-SEE DETAIL
INLET
PROTECTION
TYP-SEE DETAIL
PROVIDE PHASED EROSION CONTROL
BMPs FOR TUNNEL EXCAVATION
EROSION CONTROL
BLANKET
TYP-SEE DETAIL
A
2 3 4 5 6
B
C
D
E
General Mills - James Ford
Bell Research Center
GMI - JFB
WING 18
1
POW 3450
PROJECT
CLIENT
ARCHITECT
Alliiance
400 Clifton Avenue
Minneapolis, MN 55403
612.874.4100
STRUCTURAL ENGINEER
MEYER BORGMAN JOHNSON
801 Nicollet Mall, Suite W2000
Minneapolis, Minnesota 55402
612.338.0713
MECHANICAL, ELECTRICAL,
PLUMBING ENGINEERS
MICHAUD COOLEY ERICKSON
333 South 7th Street, Suite 1200
Minneapolis, Minnesota 55402
612.339.4941
CIVIL ENGINEER & LANDSCAPE ARCHITECT
LOUCKS INC.
12755 Hwy 55, Suite R100
Plymouth, Minnesota 55441
763.424.5505
ISSUED FOR DATE
Copyright 2025 Alliiance
PRELIMINARY
NOT FOR CONSTRUCTION
SENSITIVE SECURITY INFORMATION WARNING: THIS RECORD CONTAINS SENSITIVE SECURITY INFORMATION THAT IS CONTROLLED UNDER 49 C.F.R. PARTS 15 AND 1520. NO PART OF THIS RECORD MAY BE DISCLOSED TO PERSONS WITHOUT A "NEED TO KNOW," AS DEFINED IN 49 C.F.R. PARTS 15 AND 1520, EXCEPT WITH THE WRITTEN PERMISSION OF THE ADMINISTRATOR OF THE TRANSPORTATION SECURITY ADMINISTRATION OR THE SECRETARY OF TRANSPORTATION. UNAUTHORIZED RELEASE MAY RESULT IN CIVIL PENALTIES OR OTHER ACTION. FOR U.S. GOVERNMENT AGENCIES, PUBLIC DISCLOSURE GOVERNED BY 5 U.S.C. 552 AND 49 C.F.R.
PARTS 15 AND 1520
COMMISSION NO
PUD SUBMISSION 06/02/2025
GENERAL CONTRACTOR
MCGOUGH
2737 Fairview Avenue North
St. Paul, MN 55113
651.633.5050
ROOFING AND WATERPROOFING
CONSULTANT
ROOF SPEC INC.
2400 Prior Avenue North, Suite 102
St. Paul, MN 55113
651.271.5471
N
SCALE IN FEET
0 30 60
SEE SHEET c3.03 FOR SWPPP NOTES AND c3.04 FOR SWPPP DETAILS.
GENERAL NOTES
TOLL FREE: 1-800-252-1166
TWIN CITY AREA: 651-454-0002
Gopher State One Call
CALL BEFORE YOU DIG!
WARNING:
THE CONTRACTOR SHALL BE RESPONSIBLE FOR CALLING FOR LOCATIONS OF ALL
EXISTING UTILITIES. THEY SHALL COOPERATE WITH ALL UTILITY COMPANIES IN
MAINTAINING THEIR SERVICE AND / OR RELOCATION OF LINES.
THE CONTRACTOR SHALL CONTACT GOPHER STATE ONE CALL AT 651-454-0002 AT
LEAST 48 HOURS IN ADVANCE FOR THE LOCATIONS OF ALL UNDERGROUND WIRES,
CABLES, CONDUITS, PIPES, MANHOLES, VALVES OR OTHER BURIED STRUCTURES BEFORE
DIGGING. THE CONTRACTOR SHALL REPAIR OR REPLACE THE ABOVE WHEN DAMAGED
DURING CONSTRUCTION AT NO COST TO THE OWNER.
INLET PROTECTION
SILT FENCE
EXISTING DRAINAGE PATTERN
PROPOSED DRAINAGE PATTERN
BIO ROLLS
EROSION CONTROL BLANKET
SWPPP LEGEND
c3.02EROSION CONTROL PLAN362
950
946
947948949
9519529533:1941.25
941.62 943.04
943.09
943.23 945.76
945.84
946.22
946.42
946.51
944.79944.60
941.72
2
.
6%3:1
3
:
1
3:13:1
3:13:1
3:1
3:13:1975.20
962.89
962.75 950950 955955 960960 965965
970 9709509509559559609608888888888LIMITS OF EXCESS SOIL
STOCKPILE
DO NOT IMPACT TREES
PLACE MINIMUM 4" TOPSOIL ON TOP
HAUL ROUTE
SILT FENCE
TYP-SEE DETAIL
ROCK CONSTRUCTION
ENTRANCE
SEE DETAIL
TRAFFIC CONTROL AND FENCING WILL
BE PROVIDED BY THE CONTRACTOR
ALLOWING FOR CONTINUED USE OF
THE PUBLIC TRAILS
FENCING WITH CONTROLLED GATE
ACCESS AROUND SOILS
A
2 3 4 5 6
B
C
D
E
General Mills - James Ford
Bell Research Center
GMI - JFB
WING 18
1
POW 3450
PROJECT
CLIENT
ARCHITECT
Alliiance
400 Clifton Avenue
Minneapolis, MN 55403
612.874.4100
STRUCTURAL ENGINEER
MEYER BORGMAN JOHNSON
801 Nicollet Mall, Suite W2000
Minneapolis, Minnesota 55402
612.338.0713
MECHANICAL, ELECTRICAL,
PLUMBING ENGINEERS
MICHAUD COOLEY ERICKSON
333 South 7th Street, Suite 1200
Minneapolis, Minnesota 55402
612.339.4941
CIVIL ENGINEER & LANDSCAPE ARCHITECT
LOUCKS INC.
12755 Hwy 55, Suite R100
Plymouth, Minnesota 55441
763.424.5505
ISSUED FOR DATE
Copyright 2025 Alliiance
PRELIMINARY
NOT FOR CONSTRUCTION
SENSITIVE SECURITY INFORMATION WARNING: THIS RECORD CONTAINS SENSITIVE SECURITY INFORMATION THAT IS CONTROLLED UNDER 49 C.F.R. PARTS 15 AND 1520. NO PART OF THIS RECORD MAY BE DISCLOSED TO PERSONS WITHOUT A "NEED TO KNOW," AS DEFINED IN 49 C.F.R. PARTS 15 AND 1520, EXCEPT WITH THE WRITTEN PERMISSION OF THE ADMINISTRATOR OF THE TRANSPORTATION SECURITY ADMINISTRATION OR THE SECRETARY OF TRANSPORTATION. UNAUTHORIZED RELEASE MAY RESULT IN CIVIL PENALTIES OR OTHER ACTION. FOR U.S. GOVERNMENT AGENCIES, PUBLIC DISCLOSURE GOVERNED BY 5 U.S.C. 552 AND 49 C.F.R.
PARTS 15 AND 1520
COMMISSION NO
PUD SUBMISSION 06/02/2025
GENERAL CONTRACTOR
MCGOUGH
2737 Fairview Avenue North
St. Paul, MN 55113
651.633.5050
ROOFING AND WATERPROOFING
CONSULTANT
ROOF SPEC INC.
2400 Prior Avenue North, Suite 102
St. Paul, MN 55113
651.271.5471
N
SCALE IN FEET
0 30 60
TOLL FREE: 1-800-252-1166
TWIN CITY AREA: 651-454-0002
Gopher State One Call
CALL BEFORE YOU DIG!
WARNING:
THE CONTRACTOR SHALL BE RESPONSIBLE FOR CALLING FOR LOCATIONS OF ALL
EXISTING UTILITIES. THEY SHALL COOPERATE WITH ALL UTILITY COMPANIES IN
MAINTAINING THEIR SERVICE AND / OR RELOCATION OF LINES.
THE CONTRACTOR SHALL CONTACT GOPHER STATE ONE CALL AT 651-454-0002 AT
LEAST 48 HOURS IN ADVANCE FOR THE LOCATIONS OF ALL UNDERGROUND WIRES,
CABLES, CONDUITS, PIPES, MANHOLES, VALVES OR OTHER BURIED STRUCTURES BEFORE
DIGGING. THE CONTRACTOR SHALL REPAIR OR REPLACE THE ABOVE WHEN DAMAGED
DURING CONSTRUCTION AT NO COST TO THE OWNER.c3.05EXCESS SOIL STOCKPILE PLANCUT (CY)FILL (CY)NET (CY)
5,170 556 4,614
SUMMARY DOES NOT TAKE INTO ACCOUNT:
1.EXPANSION/COMPACTION
2.TOPSOIL STRIPPING; EXISTING PAVEMENT REMOVAL
3.SLAB/PAVEMENT HOLDDOWNS
4.TUNNEL VOLUME
5.STORMWATER MANAGEMENT SYSTEM VOLUME
*GENERAL MILLS INTENDS TO KEEP EXCESS MATERIAL ON-SITE.
PRELIMINARY EARTHWORK SUMMARY
363
4 4 4
.........
WING 18
FFE=942.55
ANNEX
FFE=946.04
4
888888888888888884444444444430'x47'
SNOW STORAGE
8 8 8 8
88106 LF 8" PVC
SAN @ 0.40%
15 LF 6" PVC
SAN @ 1.04%
50 LF 8" PVC
SAN @ 0.40%
342 LF 8" PVC
SAN @ 0.40%
SAN MH#5
RIM=945.47
INV=939.89 (6") NW (FIELD VERIFY)
PER DROP SECTION DETAIL
INV=935.53 (8") E
SAN MH#3
RIM=939.99
INV=934.91 (8") W
INV=934.81 (8") S
SAN WYE#4
INV=935.11 (8") W
INV=935.11 (6") S
INV=935.11 (8") E
SAN STUB#40
INV=935.27 (6") N
SAN MH#1
RIM=940.88
INV=932.74 (8") N
BUILD OVER EXIST. 10"
FIELD VIERFY INVERT 8SAN MH#2
RIM=938.73
INV=934.21 (8") N
INV=934.11 (8") S
8" HIGH-PRESSURE STEAM
SEE MECH. SHEET m2.18-01
4" PUMPED CONDENSATE RETURN
SEE MECH. SHEET m2.18-01
5" SOFTENED COLD WATER
SEE MECH. SHEET m2.18-01
4" COMPRESSED AIR
SEE MECH. SHEET m2.18-01 5" COLD WATER
SEE MECH. SHEET m2.18-01
POT-HOLE (VAC.)
AT GAS CROSSINGS
POT-HOLE (VAC.)
AT SANITARY CROSSINGS
POT-HOLE (VAC.)
AT ELEC. CROSSINGS
POT-HOLE (VAC.)
AT CTV CROSSING4444UTILITY CONNECTIONS
SEE MECH. SHEET m2.18-00SANITARY CROSSING
UNDER STORM
FIELD VERIFY88POT HOLE & FIELD LOCATE
CHILLED WATER LINES
DEFLECT BELOW SANITARY
AS NEEDED
CONNECT TO EXISTING
10" WATERMAIN W/ GATE VALVE
& 45° BEND
(FIELD VERIFY SIZE,
LOCATION, & MATERIAL)
HYDRANT &
GATE VALVE
CONNECT TO EXISTING
10" WATERMAIN W/ GATE VALVE
& 22.5° BEND
(FIELD VERIFY SIZE,
LOCATION, & MATERIAL)
466 - LF 10" HDPE
WATERMAIN
BUILDING MANHOLE OVER
EXISTING SANITARY SERVICE
FIELD VERIFY INVERT
INVERT DROP SHALL NOT EXCEED 2'
RE-ROUTE WELL LINE
IF REQUIRED
CONNECT TO EXISTING
WATER SERVICE WITH
SECTION CONTROL VALVE
& TEE
6" FIRE PROTECTION SERVICE
EXISTING HYDRANT
EXISTING FIRE
DEPARTMENT CONNECTION
EXISTING POST
INDICATOR VALVE
2-45° BENDS
22.5° BEND
2-45° BENDS
45° BEND
"NO PARKING - FIRE LANE" SIGN
"NO PARKING - FIRE LANE" SIGN
1213
1313
12
A
2 3 4 5 6
B
C
D
E
General Mills - James Ford
Bell Research Center
GMI - JFB
WING 18
1
POW 3450
PROJECT
CLIENT
ARCHITECT
Alliiance
400 Clifton Avenue
Minneapolis, MN 55403
612.874.4100
STRUCTURAL ENGINEER
MEYER BORGMAN JOHNSON
801 Nicollet Mall, Suite W2000
Minneapolis, Minnesota 55402
612.338.0713
MECHANICAL, ELECTRICAL,
PLUMBING ENGINEERS
MICHAUD COOLEY ERICKSON
333 South 7th Street, Suite 1200
Minneapolis, Minnesota 55402
612.339.4941
CIVIL ENGINEER & LANDSCAPE ARCHITECT
LOUCKS INC.
12755 Hwy 55, Suite R100
Plymouth, Minnesota 55441
763.424.5505
ISSUED FOR DATE
Copyright 2025 Alliiance
PRELIMINARY
NOT FOR CONSTRUCTION
SENSITIVE SECURITY INFORMATION WARNING: THIS RECORD CONTAINS SENSITIVE SECURITY INFORMATION THAT IS CONTROLLED UNDER 49 C.F.R. PARTS 15 AND 1520. NO PART OF THIS RECORD MAY BE DISCLOSED TO PERSONS WITHOUT A "NEED TO KNOW," AS DEFINED IN 49 C.F.R. PARTS 15 AND 1520, EXCEPT WITH THE WRITTEN PERMISSION OF THE ADMINISTRATOR OF THE TRANSPORTATION SECURITY ADMINISTRATION OR THE SECRETARY OF TRANSPORTATION. UNAUTHORIZED RELEASE MAY RESULT IN CIVIL PENALTIES OR OTHER ACTION. FOR U.S. GOVERNMENT AGENCIES, PUBLIC DISCLOSURE GOVERNED BY 5 U.S.C. 552 AND 49 C.F.R.
PARTS 15 AND 1520
COMMISSION NO
PUD SUBMISSION 06/02/2025
GENERAL CONTRACTOR
MCGOUGH
2737 Fairview Avenue North
St. Paul, MN 55113
651.633.5050
ROOFING AND WATERPROOFING
CONSULTANT
ROOF SPEC INC.
2400 Prior Avenue North, Suite 102
St. Paul, MN 55113
651.271.5471
N
SCALE IN FEET
0 30 60
SANITARY SEWER & WATERMAIN NOTES
1.ALL SANITARY SEWER AND WATERMAIN UTILITIES SHALL BE FURNISHED AND INSTALLED PER THE
REQUIREMENTS OF THE SPECIFICATIONS,THE MINNESOTA PLUMBING CODE, THE LOCAL
GOVERNING UNIT, AND THE STANDARD UTILITIES SPECIFICATION OF THE CITY ENGINEERS
ASSOCIATION OF MINNESOTA (CEAM), CURRENT EDITION.
2.ALL UTILITY PIPE BEDDING SHALL BE COMPACTED SAND OR FINE GRANULAR MATERIAL. ALL
COMPACTION SHALL BE PERFORMED PER THE REQUIREMENTS OF THE CEAM SPECIFICATION AND
THE GEOTECHNICAL REPORT.
3.ALL CONNECTIONS TO EXISTING UTILITIES SHALL BE PERFORMED PER THE REQUIREMENTS OF THE
STATE AND LOCAL JURISDICTIONS. THE CITY DEPARTMENT OF ENGINEERING AND BUILDING
INSPECTIONS DEPARTMENT AND THE CONSTRUCTION ENGINEER MUST BE NOTIFIED AT LEAST 48
HOURS PRIOR TO ANY WORK WITHIN THE PUBLIC RIGHT OF WAY, OR WORK IMPACTING PUBLIC
UTILITIES.
4.ALL SITE UTILITY SERVICES SHALL TERMINATE 5' FROM THE EXTERIOR BUILDING WALL UNLESS
OTHERWISE NOTED. THE SITE UTILITY CONTRACTOR SHALL COORDINATE WITH THE GENERAL
CONTRACTOR, MECHANICAL CONTRACTOR AND MECHANICAL ENGINEER TO DETERMINE THE
RESPONSIBILITY OF BRINGING THE SERVICE(S) INTO THE BUILDING, INSPECTIONS AND TESTING PER
APPLICABLE GOVERNING AGENCIES.
5.ALL NEW WATERMAIN AND SERVICES MUST HAVE A MINIMUM OF 8.0 FEET OF COVER. EXTRA
DEPTH MAY BE REQUIRED TO MAINTAIN A MINIMUM 18" VERTICAL SEPARATION TO SANITARY OR
STORM SEWER LINES. THE CONTRACTOR SHALL FIELD ADJUST WATERMAIN TO AVOID CONFLICTS
WITH SANITARY SEWER, STORM SEWER, AND SERVICES AS REQUIRED. INSULATION OF WATERMAIN
AND SANITARY SEWER LINES SHALL BE PROVIDED WHERE 8.0 FEET MINIMUM DEPTH CAN NOT BE
ATTAINED.
6.PER MINNESOTA DEPARTMENT OF LABOR & INDUSTRY REQUIREMENTS, A MINIMUM OF 18 INCHES
OF VERTICAL SEPARATION AND 10 FEET OF HORIZONTAL SEPARATION IS REQUIRED FROM
WATERMAIN TO ANY MANHOLE, SEPTIC SYSTEM, CATCH BASIN, SEWER PIPE, OR OTHER SOURCE OF
CONTAMINATION, MEASURED FROM THE OUTER EDGE OF THE PIPE TO THE OUTER EDGE OF THE
CONTAMINATION SOURCE UNLESS OTHERWISE SHOWN.
7.CONTRACTOR TO SUBMIT SHOP DRAWINGS OF SANITARY STRUCTURE(S) AND UNDERGROUND
SYSTEM(S) FOR ENGINEER'S REVIEW.
8.ALL FIRE HYDRANTS SHALL BE LOCATED 5 FEET BEHIND BACK OF CURB OR EDGE OF PAVEMENT
UNLESS OTHERWISE NOTED.
9.HYDRANT USE: CONTRACTOR IS RESPONSIBLE TO NOTIFY PUBLIC UTILITIES DEPARTMENT WHEN
THEY NEED TO USE A HYDRANT; ONLY PRE-AUTHORIZED HYDRANTS WILL BE USED. HYDRANTS TO
BE OPERATED ONLY WITH PROPER EQUIPMENT SUCH AS A HYDRANT NUT WRENCH, NOT A PIPE
WRENCH, HYDRANT METER IS AVAILABLE FROM PUBLIC UTILITIES DEPARTMENT. ANY TRUCK, ETC.
FILLED FROM A HYDRANT MUST BE METERED, MUST HAVE PHYSICAL BREAK OR BACK-FLOW
PREVENTER APPROVED BY PUBLIC UTILITIES DEPARTMENT. ALSO APPLIES TO SUBCONTRACTORS.
10.OPERATING VALVES FOR TURNING WATER MAIN ON/OFF: PUBLIC UTILITIES DEPARTMENT WILL
OPERATE ALL VALVES AND FILL ALL WATER MAINS (PUBLIC AND PRIVATE). CONTRACTOR SHALL
GIVE AT LEAST 24 HOURS NOTICE TO HAVE WATER SHUT OFF AND SHALL NOTIFY IN WRITING, ALL
AFFECTED CUSTOMERS AT LEAST 24 HOURS IN ADVANCE BEFORE SHUT OFF; ATTACH TO DOOR,
ETC., NOT IN MAILBOXES.
11.TEMPORARY SERVICE: THE CONTRACTOR SHALL PROVIDE TEMPORARY SERVICE IF SERVICE CANNOT
BE RESTORED SAME DAY. IF USING HYDRANT FOR TEMPORARY SERVICE, NOTIFY PUBLIC UTILITIES
DEPARTMENT AND USE ONLY PRE-APPROVED HYDRANT AND SUPPLIED HYDRO METER WITH BACK
FLOW. THE CONTRACTOR'S TEMPORARY MAIN SHALL BE DISINFECTED, FLUSHED AND
BACTERIOLOGICAL ANALYSIS SHOWN NEGATIVE PRIOR TO PUTTING THE TEMPORARY SYSTEM IN
SERVICE. THE TEMPORARY WATER SYSTEM SHALL BE IN PLACE PRIOR TO THE PUBLIC UTILITIES
DEPARTMENT SHUTTING OFF ANY WATER MAINS.
12.REFER TO GEOTECHNICAL EVALUATION REPORT DATED APRIL 3, 2025, AS PREPARED BY AMERICAN
ENGINEERING TESTING, FOR AN EXISTING SUBSURFACE SITE CONDITION ANALYSIS AND
CONSTRUCTION RECOMMENDATIONS INCLUDING BUT NOT LIMITED TO:
A.REUSE OF ON-SITE SOILS
B.GROUNDWATER AND RECOMMENDATIONS FOR EXCAVATION DEWATERING.
C.SITE GRADING AND SUBGRADE PREPARATION.
D.PAVEMENTS AND EXTERIOR SLABS.
E.TRENCH EXCAVATION AND BACKFILL.
F.EXTERIOR UTILITY SUPPORTS.
G.FROST PROTECTION.
13.CONTRACTOR SHALL PROVIDE AS-BUILT INFORMATION OF CONSTRUCTED UTILITIES
(RECOMMENDED PRIOR TO BACKFILLING) PER APPLICABLE PERMIT REQUIREMENTS AND/OR
DEVELOPMENT AGREEMENTS.
14.ALL UNUSED UTILITY SERVICES SHALL BE ABANDONED PER THE REQUIREMENTS OF THE APPLICABLE
GOVERNING AGENCIES.
15.THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING ALL REQUIRED UTILITY PERMITS FROM THE
APPLICABLE GOVERNING AGENCIES.
PARKING STALL COUNT
ACCESSIBLE PARKING STALL
2
LEGEND
CATCH BASIN
STORM SEWER
SANITARY SEWER
WATERMAIN
STORM MANHOLE
SANITARY MANHOLE
HYDRANT
GATE VALVE
SPOT ELEVATION
SIGN
LIGHT POLE
POWER POLE
WATER MANHOLE / WELL
CONTOUR
CONCRETE CURB
UNDERGROUND ELECTRIC
CONCRETE
TELEPHONE PEDESTAL
UNDERGROUND TELEPHONE
UNDERGROUND GAS
OVERHEAD UTILITY
CHAIN LINK FENCE
BUILDING
RETAINING WALL
NO PARKING
UNDERGROUND FIBER OPTIC
SANITARY SEWER SERVICE
WATER SERVICE
ELECTRIC METER
GAS METER
TREE LINE
EXISTING PROPOSED
972
DRAINTILE
FORCEMAIN 373PARKING SETBACK LINE
BUILDING SETBACK LINE
2
FENCE
FLARED END SECTION
POST INDICATOR VALVE
BENCHMARK
SOIL BORING
3DIRECTION OF FLOW 1.0%
972.5
TOLL FREE: 1-800-252-1166
TWIN CITY AREA: 651-454-0002
Gopher State One Call
CALL BEFORE YOU DIG!
WARNING:
THE CONTRACTOR SHALL BE RESPONSIBLE FOR CALLING FOR LOCATIONS OF ALL
EXISTING UTILITIES. THEY SHALL COOPERATE WITH ALL UTILITY COMPANIES IN
MAINTAINING THEIR SERVICE AND / OR RELOCATION OF LINES.
THE CONTRACTOR SHALL CONTACT GOPHER STATE ONE CALL AT 651-454-0002 AT
LEAST 48 HOURS IN ADVANCE FOR THE LOCATIONS OF ALL UNDERGROUND WIRES,
CABLES, CONDUITS, PIPES, MANHOLES, VALVES OR OTHER BURIED STRUCTURES BEFORE
DIGGING. THE CONTRACTOR SHALL REPAIR OR REPLACE THE ABOVE WHEN DAMAGED
DURING CONSTRUCTION AT NO COST TO THE OWNER.c4.01SANITARY SEWER & WATERMAIN PLAN364
6" FIRE PROTECTION SERVICE
4 4 4
.........
WING 18
FFE=942.55
ANNEX
FFE=946.04
4
888888888888888884444444444430'x47'
SNOW STORAGE
8 8 8 8
88844448823
20
34
28
26
R28
R55
R25
HYDRANT &
GATE VALVE
EXISTING HYDRANT
EXISTING FIRE
DEPARTMENT CONNECTION
EXISTING POST
INDICATOR VALVE
"NO PARKING - FIRE LANE" SIGN
"NO PARKING - FIRE LANE" SIGN
EXISTING FIRE
DEPARTMENT CONNECTION
EXISTING FIRE
DEPARTMENT
CONNECTION
EXISTING HYDRANT
REMOVED
EXISTING HYDRANT
EXISTING HYDRANT
WIDEN ROAD
R28
289
4
WB-40 - Intermediate Semi-Trailer
WB-67 - Interstate Semi-Trailer
4
88888884430'x47'
SNOW STORAGE
8 8 8
88444437
8.5 19.5
Golden Vallet L11 Fire Truck
Overall Length 37.000ft
Overall Width 8.500ft
Overall Body Height 10.597ft
Min Body Ground Clearance 1.283ft
Track Width 6.000ft
Lock-to-lock time 4.00s
Max Steering Angle (Virtual)45.00°
A
2 3 4 5 6
B
C
D
E
General Mills - James Ford
Bell Research Center
GMI - JFB
WING 18
1
POW 3450
PROJECT
CLIENT
ARCHITECT
Alliiance
400 Clifton Avenue
Minneapolis, MN 55403
612.874.4100
STRUCTURAL ENGINEER
MEYER BORGMAN JOHNSON
801 Nicollet Mall, Suite W2000
Minneapolis, Minnesota 55402
612.338.0713
MECHANICAL, ELECTRICAL,
PLUMBING ENGINEERS
MICHAUD COOLEY ERICKSON
333 South 7th Street, Suite 1200
Minneapolis, Minnesota 55402
612.339.4941
CIVIL ENGINEER & LANDSCAPE ARCHITECT
LOUCKS INC.
12755 Hwy 55, Suite R100
Plymouth, Minnesota 55441
763.424.5505
ISSUED FOR DATE
Copyright 2025 Alliiance
PRELIMINARY
NOT FOR CONSTRUCTION
SENSITIVE SECURITY INFORMATION WARNING: THIS RECORD CONTAINS SENSITIVE SECURITY INFORMATION THAT IS CONTROLLED UNDER 49 C.F.R. PARTS 15 AND 1520. NO PART OF THIS RECORD MAY BE DISCLOSED TO PERSONS WITHOUT A "NEED TO KNOW," AS DEFINED IN 49 C.F.R. PARTS 15 AND 1520, EXCEPT WITH THE WRITTEN PERMISSION OF THE ADMINISTRATOR OF THE TRANSPORTATION SECURITY ADMINISTRATION OR THE SECRETARY OF TRANSPORTATION. UNAUTHORIZED RELEASE MAY RESULT IN CIVIL PENALTIES OR OTHER ACTION. FOR U.S. GOVERNMENT AGENCIES, PUBLIC DISCLOSURE GOVERNED BY 5 U.S.C. 552 AND 49 C.F.R.
PARTS 15 AND 1520
COMMISSION NO
PUD SUBMISSION 06/02/2025
GENERAL CONTRACTOR
MCGOUGH
2737 Fairview Avenue North
St. Paul, MN 55113
651.633.5050
ROOFING AND WATERPROOFING
CONSULTANT
ROOF SPEC INC.
2400 Prior Avenue North, Suite 102
St. Paul, MN 55113
651.271.5471
N
SCALE IN FEET
0 30 60
PARKING STALL COUNT
ACCESSIBLE PARKING STALL
2
LEGEND
CATCH BASIN
STORM SEWER
SANITARY SEWER
WATERMAIN
STORM MANHOLE
SANITARY MANHOLE
HYDRANT
GATE VALVE
SPOT ELEVATION
SIGN
LIGHT POLE
POWER POLE
WATER MANHOLE / WELL
CONTOUR
CONCRETE CURB
UNDERGROUND ELECTRIC
CONCRETE
TELEPHONE PEDESTAL
UNDERGROUND TELEPHONE
UNDERGROUND GAS
OVERHEAD UTILITY
CHAIN LINK FENCE
BUILDING
RETAINING WALL
NO PARKING
UNDERGROUND FIBER OPTIC
SANITARY SEWER SERVICE
WATER SERVICE
ELECTRIC METER
GAS METER
TREE LINE
EXISTING PROPOSED
972
DRAINTILE
FORCEMAIN 373PARKING SETBACK LINE
BUILDING SETBACK LINE
2
FENCE
FLARED END SECTION
POST INDICATOR VALVE
BENCHMARK
SOIL BORING
3DIRECTION OF FLOW 1.0%
972.5
TOLL FREE: 1-800-252-1166
TWIN CITY AREA: 651-454-0002
Gopher State One Call
CALL BEFORE YOU DIG!
WARNING:
THE CONTRACTOR SHALL BE RESPONSIBLE FOR CALLING FOR LOCATIONS OF ALL
EXISTING UTILITIES. THEY SHALL COOPERATE WITH ALL UTILITY COMPANIES IN
MAINTAINING THEIR SERVICE AND / OR RELOCATION OF LINES.
THE CONTRACTOR SHALL CONTACT GOPHER STATE ONE CALL AT 651-454-0002 AT
LEAST 48 HOURS IN ADVANCE FOR THE LOCATIONS OF ALL UNDERGROUND WIRES,
CABLES, CONDUITS, PIPES, MANHOLES, VALVES OR OTHER BURIED STRUCTURES BEFORE
DIGGING. THE CONTRACTOR SHALL REPAIR OR REPLACE THE ABOVE WHEN DAMAGED
DURING CONSTRUCTION AT NO COST TO THE OWNER.EXHIBIT BFIRE RESPONSE PLANFIRE TRUCK MANEUVER PLAN
GOLDEN VALLEY DESIGN VEHICLE - L11 FIRE TRUCK
365
4 4 4
...............................................
WING 18
FFE=942.55
ANNEX
FFE=946.04
4
88888888888888888444444430'x47'
SNOW STORAGE
8 8 8 8
8892 LF 27"
HDPE @ 0.11%
81 LF 27"
HDPE @ 0.11%
142 LF 27"
HDPE @ 0.11%
86 LF 27"
HDPE @ 0.11%
156 LF 27"
HDPE @ 0.11%
42 LF 27"
HDPE @ 0.15%
15 LF 27"
HDPE @ 0.15%78 LF 24"RCP @ 0.22%6 LF 10"
PVC @ 1.04%
22 LF 10"
PVC @ 1.04%
24 LF 12"
HDPE @ 0.50%
35 LF 15"
HDPE @ 0.47%
140 LF 12"
HDPE @ 0.50%
60 LF 12"
HDPE @ 0.50%
RATE CONTROL GALLERY
SEE DETAIL ON c8.01
2-126' ROWS OF 5' DIA. PIPE
PLUS TWO HEADERS
INV=934.15
8'x11' PEAK DIVERSION STORMFILTER
BY CONTECH
SEE DETAIL ON c8.01
36 LF - 10" PVC STORM
MATCH INVERTS AT CONNECTION
10" STORM WYE
& CLEANOUT44448861 LF 12"
HDPE @ 0.50%
9 LF 8"
PVC @ 1.04%
CBMH#107
RIM=937.54
INV= 930.74 (24") S
INV=930.42 (27") N
EX CBMH#108
RIM=???
INV=930.91 (24") N
STMH#105
RIM=946.83
INV= 930.23 (27") SE
INV=930.23 (27") N
STMH#104
RIM=949.84
INV= 930.07 (27") S
INV= 931.07 (15") E
INV=930.07 (27") W
STMH#102
RIM=943.41
INV= 929.80 (27") E
INV=929.80 (27") W
CBMH#101
RIM=941.52
INV= 929.74 (27") E
INV=929.74 (27") W
STMH#100
RIM=941.58
INV= 929.72 (27") E
INV=926.61 (24") N
BUILD OVER EXISTING PIPE
FIELD VERIFY INVERT
STMH#106
RIM=939.23
INV= 930.32 (27") S
INV=930.32 (27") NW
ST STUB#146
INV=936.30 (10") S
STMH#145
RIM=945.56
INV= 936.24 (10") N
INV= 937.00 (10") S
INV=936.04 (12") E
ST STUB#147
INV=937.23 (10") N
STMH#200
RIM=942.94
INV= 936.38 (12") E
INV=927.55 (24") N,S
BUILD OVER EXISTING PIPE
FIELD VERIFY INVERT
NYLOPLAST#202
RIM=943.85
SEE DETAIL ON c8.01
INV= 937.00 (8") S
INV=936.80 (12") W
STMH#400
RIM=942.24
INV=928.01
SLOT DRAIN#300
RIM=942.34
MAY REQUIRE MODIFYING
RINGS AND TOP BARREL
RATE CONTROL SYSTEM INLET#143
INV= 934.98 (15") S
STMH#144
RIM=940.59
SUMP MH W/PRESERVER
SEE DETAILS ON c8.02
INV= 935.34 (12") W
INV= 935.34 (12") S
INV=935.14 (15") N
6' SUMP=929.14
CBMH#144A
RIM=938.39
INV=935.64 (12") N
STMH#103
RIM=947.86
INV= 929.97 (27") E
INV=929.97 (27") W
OUTLET#140
WEIR WALL=933.60
ORIFICE INV=931.09 (15") W
NYLOPLAST#201
RIM=942.29
SEE DETAIL ON c8.01
INV= 936.50 (12") E
INV=936.50 (12") W
ST STUB#203
INV=937.10 (8") N
CONNECT TO ROOF LEADER
FROM WING-16
SEE MECHANICAL PLANS
INLET#141
INV= 934.14 (15") E
2 LF 15"
HDPE @ 0.50%
OUTLET#142
INV=934.15 (15") W
MIN. 3,800 SF OF
TREE PROTECTION IF FILTRATION
OF WQV IS APPROVED
A
2 3 4 5 6
B
C
D
E
General Mills - James Ford
Bell Research Center
GMI - JFB
WING 18
1
POW 3450
PROJECT
CLIENT
ARCHITECT
Alliiance
400 Clifton Avenue
Minneapolis, MN 55403
612.874.4100
STRUCTURAL ENGINEER
MEYER BORGMAN JOHNSON
801 Nicollet Mall, Suite W2000
Minneapolis, Minnesota 55402
612.338.0713
MECHANICAL, ELECTRICAL,
PLUMBING ENGINEERS
MICHAUD COOLEY ERICKSON
333 South 7th Street, Suite 1200
Minneapolis, Minnesota 55402
612.339.4941
CIVIL ENGINEER & LANDSCAPE ARCHITECT
LOUCKS INC.
12755 Hwy 55, Suite R100
Plymouth, Minnesota 55441
763.424.5505
ISSUED FOR DATE
Copyright 2025 Alliiance
PRELIMINARY
NOT FOR CONSTRUCTION
SENSITIVE SECURITY INFORMATION WARNING: THIS RECORD CONTAINS SENSITIVE SECURITY INFORMATION THAT IS CONTROLLED UNDER 49 C.F.R. PARTS 15 AND 1520. NO PART OF THIS RECORD MAY BE DISCLOSED TO PERSONS WITHOUT A "NEED TO KNOW," AS DEFINED IN 49 C.F.R. PARTS 15 AND 1520, EXCEPT WITH THE WRITTEN PERMISSION OF THE ADMINISTRATOR OF THE TRANSPORTATION SECURITY ADMINISTRATION OR THE SECRETARY OF TRANSPORTATION. UNAUTHORIZED RELEASE MAY RESULT IN CIVIL PENALTIES OR OTHER ACTION. FOR U.S. GOVERNMENT AGENCIES, PUBLIC DISCLOSURE GOVERNED BY 5 U.S.C. 552 AND 49 C.F.R.
PARTS 15 AND 1520
COMMISSION NO
PUD SUBMISSION 06/02/2025
GENERAL CONTRACTOR
MCGOUGH
2737 Fairview Avenue North
St. Paul, MN 55113
651.633.5050
ROOFING AND WATERPROOFING
CONSULTANT
ROOF SPEC INC.
2400 Prior Avenue North, Suite 102
St. Paul, MN 55113
651.271.5471
N
SCALE IN FEET
0 30 60
STORM SEWER NOTES
1.ALL STORM SEWER SHALL BE FURNISHED AND INSTALLED PER THE REQUIREMENTS OF THE
SPECIFICATIONS,THE MINNESOTA PLUMBING CODE, THE LOCAL GOVERNING UNIT, AND THE
STANDARD UTILITIES SPECIFICATION OF THE CITY ENGINEERS ASSOCIATION OF MINNESOTA
(CEAM), CURRENT EDITION.
2.ALL UTILITY PIPE BEDDING SHALL BE COMPACTED SAND OR FINE GRANULAR MATERIAL. ALL
COMPACTION SHALL BE PERFORMED PER THE REQUIREMENTS OF THE CEAM SPECIFICATION AND
THE GEOTECHNICAL REPORT.
3.ALL CONNECTIONS TO EXISTING UTILITIES SHALL BE PERFORMED PER THE REQUIREMENTS OF THE
STATE AND LOCAL JURISDICTIONS. THE CITY DEPARTMENT OF ENGINEERING AND BUILDING
INSPECTIONS DEPARTMENT AND THE CONSTRUCTION ENGINEER MUST BE NOTIFIED AT LEAST 48
HOURS PRIOR TO ANY WORK WITHIN THE PUBLIC RIGHT OF WAY, OR WORK IMPACTING PUBLIC
UTILITIES.
4.ALL SITE UTILITY SERVICES SHALL TERMINATE 5' FROM THE EXTERIOR BUILDING WALL UNLESS
OTHERWISE NOTED. THE SITE UTILITY CONTRACTOR SHALL COORDINATE WITH THE GENERAL
CONTRACTOR, MECHANICAL CONTRACTOR AND MECHANICAL ENGINEER TO DETERMINE THE
RESPONSIBILITY OF BRINGING THE SERVICE(S) INTO THE BUILDING, INSPECTIONS AND TESTING PER
APPLICABLE GOVERNING AGENCIES.
5.PER MINNESOTA DEPARTMENT OF LABOR & INDUSTRY REQUIREMENTS, A MINIMUM OF 18 INCHES
OF VERTICAL SEPARATION AND 10 FEET OF HORIZONTAL SEPARATION IS REQUIRED FROM
WATERMAIN TO ANY MANHOLE, SEPTIC SYSTEM, CATCH BASIN, SEWER PIPE, OR OTHER SOURCE OF
CONTAMINATION, MEASURED FROM THE OUTER EDGE OF THE PIPE TO THE OUTER EDGE OF THE
CONTAMINATION SOURCE UNLESS OTHERWISE SHOWN.
6.ALL STORM SEWER DOWNSPOUT COLLECTION PIPES AND WYES SHALL BE PVC (SCHEDULE 40).
7.CONTRACTOR TO SUBMIT SHOP DRAWINGS OF STORM STRUCTURE(S) AND UNDERGROUND
SYSTEM(S) FOR ENGINEER'S REVIEW.
8.CONTRACTOR TO VERIFY UNDERLYING SOILS BENEATH ALL STORMWATER FACILITIES, AND
PROVIDE DOCUMENTATION TO THE ENGINEER, PRIOR TO CONSTRUCTION OF THE FACILITIES.
9.ALL PORTIONS OF THE STORM SEWER SYSTEM, INCLUDING CATCH BASINS, LOCATED WITHIN 10
FEET OF THE BUILDING OR WATER SERVICE LINE MUST BE TESTED ACCORDANCE WITH MINNESOTA
RULES, PART 4714.
10.REFER TO GEOTECHNICAL EVALUATION REPORT DATED APRIL 3, 2025 AS PREPARED BY AMERICAN
ENGINEERING TESTING, FOR AN EXISTING SUBSURFACE SITE CONDITION ANALYSIS AND
CONSTRUCTION RECOMMENDATIONS INCLUDING BUT NOT LIMITED TO:
A.REUSE OF ON-SITE SOILS
B.GROUNDWATER AND RECOMMENDATIONS FOR EXCAVATION DEWATERING.
C.SITE GRADING AND SUBGRADE PREPARATION.
D.PAVEMENTS AND EXTERIOR SLABS.
E.TRENCH EXCAVATION AND BACKFILL.
F.EXTERIOR UTILITY SUPPORTS.
G.FROST PROTECTION.
11.CONTRACTOR SHALL PROVIDE AS-BUILT INFORMATION OF CONSTRUCTED STORMWATER
MANAGEMENT SYSTEMS & ASSOCIATED INFRASTRUCTURE (RECOMMENDED PRIOR TO
BACKFILLING) PER APPLICABLE PERMIT REQUIREMENTS AND/OR DEVELOPMENT AGREEMENTS.
12.ALL UNUSED UTILITY SERVICES SHALL BE ABANDONED PER THE REQUIREMENTS OF THE
APPLICABLE GOVERNING AGENCIES.
13.THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING ALL REQUIRED UTILITY PERMITS FROM THE
APPLICABLE GOVERNING AGENCIES.
TOLL FREE: 1-800-252-1166
TWIN CITY AREA: 651-454-0002
Gopher State One Call
CALL BEFORE YOU DIG!
WARNING:
THE CONTRACTOR SHALL BE RESPONSIBLE FOR CALLING FOR LOCATIONS OF ALL
EXISTING UTILITIES. THEY SHALL COOPERATE WITH ALL UTILITY COMPANIES IN
MAINTAINING THEIR SERVICE AND / OR RELOCATION OF LINES.
THE CONTRACTOR SHALL CONTACT GOPHER STATE ONE CALL AT 651-454-0002 AT
LEAST 48 HOURS IN ADVANCE FOR THE LOCATIONS OF ALL UNDERGROUND WIRES,
CABLES, CONDUITS, PIPES, MANHOLES, VALVES OR OTHER BURIED STRUCTURES BEFORE
DIGGING. THE CONTRACTOR SHALL REPAIR OR REPLACE THE ABOVE WHEN DAMAGED
DURING CONSTRUCTION AT NO COST TO THE OWNER.
PARKING STALL COUNT
ACCESSIBLE PARKING STALL
2
LEGEND
CATCH BASIN
STORM SEWER
SANITARY SEWER
WATERMAIN
STORM MANHOLE
SANITARY MANHOLE
HYDRANT
GATE VALVE
SPOT ELEVATION
SIGN
LIGHT POLE
POWER POLE
WATER MANHOLE / WELL
CONTOUR
CONCRETE CURB
UNDERGROUND ELECTRIC
CONCRETE
TELEPHONE PEDESTAL
UNDERGROUND TELEPHONE
UNDERGROUND GAS
OVERHEAD UTILITY
CHAIN LINK FENCE
BUILDING
RETAINING WALL
NO PARKING
UNDERGROUND FIBER OPTIC
SANITARY SEWER SERVICE
WATER SERVICE
ELECTRIC METER
GAS METER
TREE LINE
EXISTING PROPOSED
972
DRAINTILE
FORCEMAIN 373PARKING SETBACK LINE
BUILDING SETBACK LINE
2
FENCE
FLARED END SECTION
POST INDICATOR VALVE
BENCHMARK
SOIL BORING
3DIRECTION OF FLOW 1.0%
972.5
c4.02STORM SEWER PLAN366
From:Jay Isenberg
To:Jacquelyn Kramer
Cc:Noah Schuchman; Thanks!gvmckenzie1@msn.com; Lynda Monick-Isenberg; Carl Pearson; bill2mett@gmail.com;
jesskerry@gmail.com; Planning
Subject:Public Comments and Photos regarding the General Mills Proposed PUD Proposal - Urgent
Date:Monday, June 23, 2025 10:47:27 AM
Attachments:General Mills Site Image Notes copy.pdf
Importance:High
EXTERNAL EMAIL ALERT: This message originated from outside the City of Golden Valley. Do not click links or open
attachments unless you recognize the sender and know the content is safe.
Dear Jacquelyn Kramer (Senior Planner), Administrator Schuchman and members of the Planning
Commission,
This email and accompanying site plan, photos and images contain my public comments regarding
the proposed addition to the General Mills campus across the street from my and my neighbors’
residences along Boone Ave N. Please include them for the Planning Commissioners'
consideration for tonight's meeting. I do not speak for others but have included some neighbors in
this email. Unfortunately, I am out of town for this public hearing as I was for the neighborhood
meeting, but I have reviewed the Staff Report and the architectural drawings provided for the
project attached in the recently posted Agenda.
First of all, I’d like you to know that no one answers the phone in the planning department nor has
anyone returned my calls regarding this project. I have dealt with the department positively many
times and always had the phone answered, so wondering what has changed?
Over the course of the years my neighbors and I who live on Bonne Ave N across the street from
the project property have witnessed a continuing deterioration and disregard for the upkeep of the
property adjoining our homes that includes the ugly chain link fence with barbed wire, thick
buffering trees and “landscape” (facetious) Blvd along Boone Ave N. I don't know exactly who is
responsible for this, whether the City of Golden Valley or General Mills but the resulting visual
deterioration affects the quality of the neighborhood. In this light, please see the comments in
RED on the attached site drawing and photos, and consider how this previous lack of
consideration filters our trust (becoming distrust) in the care and ability of the applicant to provide
the visual buffer stated in the Report after the trees are removed as shown in the project drawings.
I ask how long will it be once the tress are removed for the new road that we can expect new tress
to be planted and what size will they be? This thick existing tree buffer has been part of the
quality of life we enjoy in this part of Golden Valley and why we moved here from Minneapolis 7
years ago.
Given the proposed timeframe of the project as stated in the Report, it looks like the new tress will
not be planted until May 2027 after the building is built. And what happens if there is a delay in
the construction of the building and no new trees are ever planted (see current situation provided
in the attached photos). How will the Planning Commission serve our needs by requiring new
LARGE trees to be planted as soon as possible and regardless of the building construction
timeline?
I am very concerned this additional tree removal along with an inadequate replacement strategy
will add to the continued lack of care we are witnessing with our corporate neighbor.
The attached photos will provide you what we look at now compared to a full wall of buffering
367
tress not more than a year ago. Note also the fence replacement section(s) and the open water
outlet recently seen that dumps storm water openly toward Boone Ave.
This view was once a wall of trees-non replacement trees planted
This is a view down Boone Ave N indicating the fence “repair” and wall of new poles (non of the
existing were removed)
368
New Wall of Poles (no replacement trees provided) and lovely new landscaping
369
Formerly a wall of trees:
370
Storm water management !!!!!
371
While I expect the project to be approved, I want it publicly stated my lack of confidence based on
past performance in the applicant’s motivation to provide its neighbors with a replacement green
buffer. Obviously, we are also concerned about the new road configuration, amount of trucks
using it for access and docking, additional noise and when how will be contained with respect to
the neighhood.
Lastly, I have not heard anything about what the 2 story building will be providing and whether
new and/or additional manufacturing resulting odors will be emanating from the facility - please
address this item as well.
Please let me know that you have received these public comments and they will be provided as
part off the public meeting.
Thank you for your consideration.
Jay H Isenberg AIA
Isenberg + Associates
8640 Winsdale Street N.
Minneapolis, MN 55427
612-799-3217
jhisenberg@me.com
372
373
CITY OF GOLDEN VALLEY
PLANNING COMMISSION MEETING MINUTES
Monday, June 23, 2025 – 6:30 p.m. | City Hall Council Chamber 7800
Golden Valley Road Golden Valley, MN 55427
1. CALL TO ORDER AND LAND ACKNOWLEDGEMENT
Acting Chair Cohen called the meeting to order at 6:32 p.m. and read the Land Acknowledgement
Regular Members Present: Amy Barnstorff, Gary Cohen, Chuck Segelbaum, Martin Sicotte,
Eric Van Oss, David Hill, Mike Ruby (arrived 7:03 p.m.)
Regular Members Absent: None
Student Member, Status: Vacant
Staff Members Present: Jacquelyn Kramer, Senior Planner
Steven Okey, Associate Planner
Sam Barens, Planning Intern
Council Member Present: None
2. CONSENT AGENDA:
Segelbaum noted that 2.C. should be updated to remove the position of Secretary from the
Commission and update the wording for when both the Chair and Vice Chair are absent from
the meeting to say: Officers may delegate the duties of their positions to other
commissioners as deemed appropriate by the commission.
Cohen noted that 2.H. is a land acquisition for a public works facility, and as a member of the
task force, he added that the current public works facility is outdated, too small, and not up
to date for employee work.
2.A. Approval of agenda
2.B. Approval of May 12, 2025, meeting minutes
2.C. Update to Planning Commission Bylaws
2.D. Adopt Planning Commission Resolution No. 25-002 Certifying Land Conveyance of 504 Lilac Drive
North is in Compliance with the Comprehensive Plan
2.E. Adopt Planning Commission Resolution No. 25-003 Certifying Land Conveyance of 4707 Circle
Down is in Compliance with the Comprehensive Plan
2.F. Adopt Planning Commission Resolution No. 25-004 Certifying Land Conveyance of 1211 Lilac Drive
is in Compliance with the Comprehensive Plan
2.G. Adopt Planning Commission Resolution No. 25-005 Certifying Land Conveyance of 1611 Lilac
Drive is in Compliance with the Comprehensive Plan
2.H. Adopt Planning Commission Resolution No. 25-006 Certifying Land Conveyance of 6100 Olson
Memorial Highway is in Compliance with the Comprehensive Plan
Cohen asked for a motion to approve.
Segelbaum moved to approve with the edits as outlined.
Hill seconded.
All voted in favor, and the motion passed.
3. PUBLIC HEARINGS:
3.A. Planned Unit Development (PUD) Major Amendment for 9000 Plymouth Avenue North
Kramer presented the proposal.
Cohen asked if there were any questions for the staff.
Segelbaum noted that in the neighborhood meeting, there was a question about landscaping
and maintaining a visual screen. He asked if staff could show what the neighbor was referring
to and anything that could be pointed out in the proposal that highlights the landscaping.
Kramer shared a visual of the proposed landscape plan that the applicant is proposing, which 374
CITY OF GOLDEN VALLEY
PLANNING COMMISSION MEETING MINUTES
Monday, June 23, 2025 – 6:30 p.m. | City Hall Council Chamber 7800
Golden Valley Road Golden Valley, MN 55427
has as much screening as possible. She also shared the tree removal plan, which would have
to take place for the turnaround and the underground utilities tunnel to take place. She noted
that Staff is also working with the applicant for additional tree replacement on the site or in
the nature area of the site.
Segelbaum asked if the applicant is subject to the tree mitigation plan requirements the City
has in place, given that it is a PUD Amendment.
Kramer stated that the applicant is subject to the same tree mitigation policy, and the Staff
has already been in discussion with the applicant about their plans. The applicant will have to
apply for a tree inventory and landscape plan along with their building permits, which would
happen after City Council approval.
Segelbaum asked if there were any trees removed recently that would be included in the
policy.
Kramer noted that there is a look-back policy, which is included with the tree mitigation
policy, so if there were any trees removed recently, those would have to be replaced as well.
Staff can look back at past plans and see what it has looked like to get back to the one-to-one
ratio of trees.
Sicotte asked if the x’s on the plans that indicate trees that would be removed are any trees or
just trees above the caliper size and type that is required to be replaced. He noted that the
number of x’s seemed to be greater than that which was being replaced.
Kramer stated that she was unsure but asked the applicant for clarification.
Senior Manager of Global Real Estate, General Mills, Jordan Weigelt, spoke.
Weigelt stated that the plan for the trees needs to be further developed and that it will
happen as they apply for the permit. He noted that it is important to look at the entire
campus and see that in the North 40, which is open to the community, there are probably
3,000-plus trees, but more work needs to be done to get the one-to-one ratio that is needed.
Kramer noted that she would try to look up if the plans were showing all the trees being
removed or just the ones that would have to be included in the tree replacement process.
Sicotte noted that sometimes, when a survey is done, they do not even draw the trees that
are below a certain caliper.
General Mills Architect and Project Manager, Mamie Harvey, spoke.
Harvey noted that the General Mills landscape architect has been working with the City Staff
to go through and identify the trees that need to be replaced, and there are several trees that
General Mills understands need to be replaced on campus.
Hill asked if there is a timing on replacing the trees; he thought this was a resident issue that
had been raised.
Kramer stated that this was in an email from a resident, which asked in what phase the trees
would be replaced and when the screening would grow back in.
Harvey stated that the area where the trees would be removed is the area being used for the
construction site, so with the building construction starting in the spring, it would be the
following spring when the trees would be replanted.
Sicotte asked about the grading that would be taking place in the north part of the property,
and where the soil would be coming from, specifically.
Harvey noted that the tunnel is fairly deep, so they need to figure out what to do with the soil,
which they have been working with the excavator and will probably add to the stockpile in the
North 40.
Kramer added that in the plans, none of the trees in the North 40 would be impacted, and the
area where the excess soil would go has been used in previous projects.
Harvey noted that there is a Class 5 pile out in the North 40.
Segelbaum asked about the standards and requirements that a PUD has over time, especially 375
CITY OF GOLDEN VALLEY
PLANNING COMMISSION MEETING MINUTES
Monday, June 23, 2025 – 6:30 p.m. | City Hall Council Chamber 7800
Golden Valley Road Golden Valley, MN 55427
with this property having been around for a long amount of time, and many changes can
occur.
Kramer asked if he was talking about amending the plans.
Segelbaum clarified that he was curious how applicants are held to their plans. If there is a
screening that was in the plans 20 years ago, does the screening need to still be there today,
or is the applicant able to have some change over time.
Kramer stated that, depending on the scale of the change, the plans would have to be
updated somehow, which may just be an administrative approval by the Staff. It might be a
minor PUD amendment, which is reviewed by Staff and then goes directly City Council with the
Planning Commission. Or, like in this case, there is a Major PUD Amendment, which is the
same process as a new PUD: neighborhood meeting, public hearing, and then the Council. She
noted that in general, the City will have any updates to the plans for PUDs and will update the
plans as needed.
Segelbaum asked if there was any administrative or formal action that called out the change in
that location adjacent to Boone Avenue.
Kramer stated that the Staff started looking into it, and that there was a right-of-way permit
that they are working with City Engineering to look closely at. The question in the email
specifically talked about screening along Boone Avenue being removed, and this was to install
several electric poles, so there was no way to put the trees back, but there may be other types
of screening that could be used. She noted that Staff is working with the applicant to get
additional screening in this area, because of the concern that has been raised.
Cohen asked if there were further questions. He then invited the applicant to come forward
to speak.
Weigelt thanked the Commission for considering them and for the ongoing work with them.
He noted that this expansion is really exciting for General Mills because it is for the pet food
side of things, and it will allow the scientists to keep innovating in a safe and flexible
environment. He noted that the square footage is closer to 40,000 square feet.
General Mills Senior Project Manager Austin Kryzer spoke.
Kryzer stated that they were there to answer any questions that anyone may have.
Cohen asked the applicant to go over some of the items that were highlighted for the
neighborhood meeting, such as the plans for the building, the number of employees it might
utilize, just a general overview of the plans.
Harvey stated the North building entrance would stay the same, and that the new floors will
only be technical space, meaning no additional office space will be added, with no population
being added. She noted that the biggest change is the ring road, which will no longer go
around the building. She added that General Mills is investing in this campus by putting an
underground tunnel that could be used for expansion in the future. She stated that the
building does not have windows, but that it will be a brick building that will feel like the rest of
the campus. General Mills is focused on the sustainability of the building and the flexibility
this building will bring to the future of the company. She spoke at the three phases: first is the
site and the utilities, second is reinvesting in accessible restrooms adjacent to this facility, and
third is the building itself.
Cohen asked if there were any questions for the applicant.
Segelbaum asked if the applicant could add anything to the discussion of the screening and
past promises of screening that did not happen.
Harvey noted that the process has brought to light some information from the neighbor’s
perspective, which General Mills will want to take this information and try to alleviate some of
the strain that the neighbors are feeling. She noted that more communication about the
technical parts of the right-of-way that was put in may be of benefit to the neighbors. She 376
CITY OF GOLDEN VALLEY
PLANNING COMMISSION MEETING MINUTES
Monday, June 23, 2025 – 6:30 p.m. | City Hall Council Chamber 7800
Golden Valley Road Golden Valley, MN 55427
added that when General Mills does these projects, they look at the zoning requirements and
make sure that the plans meet the goals of the City and the County as well as their own.
Segelbaum asked if General Mills has had a chance to look at this area where the right-of-way
came in and thought about how to screen differently to fix the problem that community
members are bringing up.
Harvey noted that with the email coming in today, they have not had time to discuss this as of
yet.
Kryzer noted that he did see the email, and he was part of the power project that took place in
the area under discussion. He added that this is where the main power comes into the facility
and that they want to be very cognizant of the neighbors, but they are not able to while
staying within the code, and the poles are 30 feet tall. He referred to a picture that the
project will be well shielded from the neighbors around by much of the screening that is
already in place. He stated that, as a food manufacturer, it is difficult to have a lot of
vegetation close by because it brings in the birds and pests, so they are trying to balance the
number of trees and the landscape plan while trying to keep things as far away from the
building as possible.
Segelbaum noted that he would like to see that they at least examine the possibility of adding
to the vegetation in the area.
Van Oss noted that they are not asking for any deviations from the code in terms of
mitigation. He added that the email in question was not germane to the application because
the PUD is not for the whole site but for a specific location, and the applicant is within code to
that.
Kramer added that the email is talking about an area outside of this project, but that the
entire campus is part of the PUD. So, they have to look at the whole campus as part of the
project. She added that the Planning Commission can make recommendations or conditions
of approval, such as applicant will continue to work with the Staff on additional screening
opportunities.
Van Oss stated that if screening was an issue at large for the applicant, the Staff would bring
this to the Planning Commission as something to consider.
Kramer stated that the Staff is not seeing an at-large screening issue.
Cohen asked about the area where they would take down the trees for staging, if the tree take
down would happen early, and if the trees would not be put back up until late 2027.
Kryzer noted that the demolition of some trees would happen early in phase one, and then
the plan would be for the replacement of the landscaping to happen in phase three of the
project
Cohen asked about the employees and if all 600 of them were there all the time, and if there
could be any traffic concerns because of the construction.
Kryzer stated that in meetings, the neighbors were complimentary of what they had done. He
said that the employees work on shifts, and this expansion does not add any headcount, just
more square footage. The construction should not have an impact on traffic because they are
not changing anything from the way it is currently.
Cohen asked if there were any other questions for the applicant.
Cohen opened the public hearing.
Resident Tyler Gruenwald, 1316 Gettysburg Ave, spoke.
Gruenwald stated that his concern was with the addition of exterior lighting and the impact
that it could have on some neighbors. He stated that it would not impact him, but the lights
on the west side are shining right into his house now, so it would be something that they
should at least consider.
Ruby asked if the Staff would like to respond to relevant questions. 377
CITY OF GOLDEN VALLEY
PLANNING COMMISSION MEETING MINUTES
Monday, June 23, 2025 – 6:30 p.m. | City Hall Council Chamber 7800
Golden Valley Road Golden Valley, MN 55427
Kramer noted that the applicant has submitted a lighting plan, and that they would have to
meet the lighting requirement, such as minimizing spill over onto neighboring properties, just
like any other application.
Ruby asked if it would just cover new or the existing as well.
Kramer stated that the plan just covers the new lighting, but that they could also take a look at
the west side lighting, since a concern was raised.
Cohen closed the public hearing and opened the item for discussion.
Cohen stated he had not been to the site until recently; however, he was struck by three
things: it is huge, General Mills has been a good neighbor for Golden Valley, and it brings in a
high population during the day. He added that he is supportive of the proposal.
Van Oss stated that he feels it is a great project, and that he hopes to see more of it in the
future with the larger employees, as it will help to expand the City.
Segelbaum stated that he agreed with what has been said, and that General Mills has been
great for the community, and that he appreciates that they continue to reinvest in the
community. He feels that the plan looks great, but that with a neighbor raising some
concerns, it would be good for General Mills to look at the screening of the property, since
they have done a nice job thus far.
Sicotte noted that he is very familiar with the area, and his only concern is that the tree
removal plan is not being met with the new trees. He feels this may be due to the types of
trees being removed, but he hopes that this was being thought about and is very supportive of
the project.
Hill stated he felt that some of the concerns that were addressed were outside the project
itself, but that the applicant could think about them and look at the concerns. He feels that
the project is solid.
Cohen asked if there were any other questions or comments. He then asked for a motion.
Segelbaum made the motion to recommend approval of the major PUD amendment based on
staff findings.
Van Oss seconded the motion.
All voted in favor, and the motion passed.
Van Oss asked about the policy on whether trees need to be replaced if they die.
Kramer stated that any tree that is shown in an approved PUD plan, if it dies, would have to be
replaced.
Van Oss asked what the look-back period would be for that.
Kramer stated that she thought it was two years.
4. STAFF, COUNCIL LIAISON, AND COMMISSIONER UPDATES
Kramer stated that on May 20th, Council approved the application for 504 Lilac and 4707 Circle
Down, and the final plats for the two applications will go to Council on July 1st. She thought
that they would be done with the planning applications for those five properties. She added
that the Commission approved tonight for certification of land acquisitions and/or conveyance
for several properties, but probably would not hear much on those for a while. She noted that
she would update when an agreement is reached with a developer or construction starts.
Kramer introduced the planning intern, Sam Barens, who would be with them for the summer.
Planning Intern Sam Barens stated that he would be interning for the summer with the
planners. He is in the Masters of Urban and Regional Planning Program at the University of
Minnesota. He is originally from Florida and has been here for a year, and has one more year
left. He plans to present something to the Planning Commission.
Kramer stated that next month, he will be presenting to the Planning Commission. She added
that the Community Development Department has seven interns this year, which has been 378
CITY OF GOLDEN VALLEY
PLANNING COMMISSION MEETING MINUTES
Monday, June 23, 2025 – 6:30 p.m. | City Hall Council Chamber 7800
Golden Valley Road Golden Valley, MN 55427
helpful.
Cohen asked if there was a new schedule for the safety meeting with the Board of Zoning
Appeals.
Kramer stated that there was no date at this time, but that this week they may be able to put
together a one-page flyer about general safety protocol for the room.
Cohen asked if the next meeting would be July 14th.
Kramer agreed and added that at the meeting, there would be two Conditional Use Permit
applications.
Cohen asked if there was anything else to share.
Kramer stated there was not, but asked if there were any questions for the Staff.
Van Oss asked about the enhanced quiet hours that St. Louis Park has put in place for the
train, and if the City is working with St. Louis Park or could work with them to do the same sort
of thing.
Kramer stated that they have been talking about it in the office, and that she does not know
the details of St. Louis Park’s ordinance, but that they could start working on it for the City.
Ruby asked where that would fall under.
Kramer stated that she thought if it were an ordinance that it would be under city code, but
she is not for sure. She corrected to say that the City Engineer has started to work on this, but
she was not sure if it would come before the Planning Commission; however, she would
update either way.
Cohen asked if Councilmember Ginis had sent any updates to the Staff.
Kramer stated that she sent an email about the JFB project, noting that she has heard
concerns about the buckthorn removal and maintenance of the trail in general, so it may come
up at Council but because the PUD Amendment is not doing anything with that part of the
property, Council may or may not want to discuss it.
Cohen stated that if the Council wants to discuss buckthorn removal, they should hire goats.
Van Oss asked about who manages the wildlife in the park.
Kramer stated that she is unsure of who manages the wildlife.
Cohen asked if there are any Commissioner updates.
Segelbaum asked if there was a BZA meeting this month.
Kramer stated that there is a meeting in July.
Van Oss asked whose turn it is to attend.
Kramer stated she was not sure right now but would figure it out. The meeting is on July 22nd,
and she will email the person when it is their month to go.
5. ADJOURNMENT: Acting Chair Cohen adjourned the meeting at 7:30 p.m.
379
RESOLUTION NO. 25-066
RESOLUTION AUTHORIZING SUMMARY PUBLICATION OF ORDINANCE NO. 801
WHEREAS, the City has adopted the above referenced amendment of the Golden
Valley City Code; and
WHEREAS, the verbatim text of the amendment is cumbersome, and the expense
of the publication of the complete text is not justified.
NOW THEREFORE, BE IT RESOLVED, BY THE CITY COUNCIL OF THE CITY
OF GOLDEN VALLEY, MINNESOTA that the following summary is hereby approved for
official publication:
SUMMARY PUBLICATION
ORDINANCE NO. 801
AN ORDINANCE AMENDING THE CITY CODE
APPROVAL OF MAJOR AMENDMENT TO PLANNED UNIT DEVLEOPMENT NO. 83
This is a summary of the provisions of Ordinance No. 801 which has been approved for
publication by the City Council.
At the July 15, 2025, City Council meeting, the Golden Valley City Council enacted
Ordinance No. 801 amending Planned Unit Development No. 83 to allow building and site
improvements at 9000 Plymouth Avenue. The full ordinance is available to the public at
the City Clerk’s Office, 7800 Golden Valley Road during normal business hours and online
at https://www.goldenvalleymn.gov/179/City-Code-and-Proposed-Ordinances.
Passed by the City Council of the City of Golden Valley, Minnesota on July 15, 2025.
____________________________
Roslyn Harmon, Mayor
Attested:
____________________
Theresa Schyma, City Clerk
380
EXECUTIVE SUMMARY
City Manager's Office
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
3I. Adopt Resolution No. 25-067 Approving Mayor Harmon's Attendance to the National Black Caucus
of Local Elected Officials (NBC-LEO) Summer Conference and Resolution No. 25-068 Accepting
Donation for Mayor Harmon's Conference Airfare
Prepared By
Noah Schuchman, City Manager
Summary
Mayor Roslyn Harmon requests approval by the City Council to attend the National Black Caucus of
Local Elected Officials in Houston, Texas from July 30 - August 3, 2025. The theme of the event is NBC-
LEO Homecoming 2025 “Advancing Educational Equity, Excellence and Economic Opportunity for Black
Americans.” According to the NBC-LEO registration website, NBC-LEO is striving to bring local leaders
resources on the following topic areas:
Neighborhood and Built-In Environment
Economic Stability
Healthcare & Quality
Education Access & Quality
According to Resolution No. 24-037, Golden Valley City Council Guide, all requests for out of state
travel must be approved in advance by the City Council at an open meeting and must include an
estimate of the cost of travel. Additionally, the City Council will consider factors as outlined in the
attached policy.
Estimated Cost of Travel
Registration: NLC Member - $650, Non Member - $800
Hotel Costs: $640 (estimate based on US General Services Administration per diem rates in Houston,
TX)
Transportation: $200
Meals, and Incidentals: $256 (estimate based on US General Services Administration per diem rates in
Houston, TX)
Airfare: $248 (resolution attached for Council consideration of an in-kind donation)
Financial or Budget Considerations
The City Council budgets $5,000 annually for National Conferences.
Legal Considerations
381
This item is not required to go through legal review.
Equity Considerations
This item does not require equity review.
Recommended Action
Motion to adopt Resolution No. 25-067 Approving Mayor Harmon's Attendance to the National
Black Caucus of Local Elected Officials (NBC-LEO) Summer Conference.
Motion to adopt Resolution No. 25-068 Accepting Donation for Mayor Harmon's Conference
Airfare to the 2025 NBC-LEO Summer Conference.
Supporting Documents
Excerpt from Resolution No. 24-037 - Elected Official Out of State Travel Policy
Resolution No. 25-067 - Approving Mayor Harmon's Attendance to the National Black Caucus of
Local Elected Officials (NBC-LEO) Summer Conference
Resolution No. 25-068 - Accepting Donation for Mayor Harmon's Conference Airfare to 2025
NBC-LEO Summer Conference
382
Elected Official Out of State Travel Policy
Purpose
The City of Golden Valley recognizes that its elected official may at times receive value from
traveling out of the state for workshops, conferences, events and other assignments. This policy
sets forth the conditions under which out-of-state travel will be reimbursed by the City.
General Guidelines:
1. The event, workshop, conference or assignment must be approved in advance by the City
Council at an open meeting and must include an estimate of the cost of the travel. In
evaluating the out-of-state travel request, the Council will consider the following:
• Whether the elected official will be receiving training on issues relevant to the City or
to his or her role as the Mayor or as a Council Member;
• Whether the elected official will be meeting and networking with other elected
officials from around the country to exchange ideas on topics of relevance to the City
or on the official roles of local elected officials.
• Whether the elected official will be viewing a city facility or function that is similar in
nature to one that is currently operating at, or under consideration by the City where
the purpose for the trip is to study the facility or function to bring back ideas for the
consideration of the full Council.
• Whether the elected official has been specifically assigned by the Council to visit
another city for the purpose of establishing a goodwill relationship such as a "sister-
city" relationship.
• Whether the elected official has been specifically assigned by the Council to testify on
behalf of the City at the United States Congress or to otherwise meet with federal
officials on behalf of the City.
• Whether the City has sufficient funding available in the budget to pay the cost of the
trip.
2. No reimbursements will be made for attendance at events sponsored by or affiliated with
political parties.
3. The City may make payments in advance for airfare, lodging and registration if specifically
approved by the council. Otherwise all payments will be made as reimbursements to the
elected official.
4. The City will reimburse for transportation, lodging, meals, registration, and incidental costs
using the same procedures, limitations and guidelines outlined in the City's policy for out-of-
state travel by City employees.
5. Airfare will be reimbursed at the coach rate.
6. Mileage will be reimbursed at the IRS rate. If two or more Council Members travel together
by car, only the driver will receive reimbursement. The City will reimburse for the cost of
renting an automobile if necessary to conduct City business.
383
7. Lodging and meal costs are limited to those which are reasonable and necessary.
8. Receipts are required for lodging, airfare, and meals and should accompany an expense
report form. It is not necessary to have receipts for cabs and tips. The expense report form
shall be submitted to the Finance Department for payment.
9. The City will not reimburse for alcoholic beverages, personal telephone calls, costs associated
with the attendance of a family member, rental of luxury vehicles, meal expenses included in
the cost of registration, or recreational expenses such as golf or tennis. Adopted November
15, 2005.
384
RESOLUTION NO. 25-067
RESOLUTION APPROVING ATTENDANCE OF MAYOR HARMON AT THE 2025
NATIONAL BLACK CAUCUS OF LOCAL ELECTED OFFICIALS SUMMER CONFERENCE
WHEREAS, the City Council adopted Resolution No. 24-037 on May 21, 2024, which
established a policy for the out-of-state travel of elected officials; and
WHEREAS, the Resolution states that requests for out-of-state travel must be approved in
advance by the City Council at an open meeting and must include an estimate of the cost of
travel; and
WHEREAS, the City Council recognizes that its elected officials may at times receive value
from traveling out of state for workshops, conferences, events, and other assignments; and
WHERAS, the National Black Caucus for Local Elected Officials (NBC-LEO) Summer
Conference is held July 30-August 3, 2025 in Houston, Texas; and
WHEREAS, Mayor Roslyn Harmon has interest in representing the City of Golden Valley at
the NBC-LEO Summer Conference; and
WHEREAS, the City Council has evaluated the request, including the estimated cost of
travel provided in the staff report, and determined this request meets the requirements of the
Elected Official Out-of-State Travel Policy.
NOW, THEREFORE, BE IT RESOLVED that the City Council for the City of Golden Valley
approve the attendance of Mayor Harmon at the National Black Caucus of Local Elected Officials
Summer 2025 Conference from July 30-August 3, 2025 in Houston, Texas.
Adopted by the City Council of Golden Valley, Minnesota this 15th day of July 2025.
Roslyn Harmon, Mayor
ATTEST:
_______________________
Theresa Schyma, City Clerk
385
RESOLUTION NO. 25-068
RESOLUTION ACCEPTING THE IN-KIND DONATION OF $248.00 FOR ROUND-TRIP
AIRFARE FROM ARMETHA PIHLSTROM OF PIHLSTROM CONSULTING GROUP FOR AN
ELECTED OFFICIAL TO ATTEND A NATIONAL CONFERENCE
WHEREAS, the City Council adopted Resolution 04-20 on March 16, 2004, which
established a policy for the receipt of gifts; and
WHEREAS, the Resolution states that a gift of real or personal property must be accepted
by the City Council by resolution and be approved by a two -thirds majority of the Council; and
WHEREAS, the donation of professional training and networking opportunities makes it
possible for staff and elected officials to put forth innovative problem-solving techniques for the
City and its residents in a fiscally responsible manner.
NOW, THEREFORE, BE IT RESOLVED that the City Council for the City of Golden Valley:
1. Accepts an in-kind donation from Armetha Pihlstrom of Pihlstrom Consulting Group of
$250 for one round-trip airline ticket from Minneapolis-St. Paul to Houston, Texas on
Delta Airlines.
2. Extends their heartfelt gratitude to Armetha Pihlstrom of Pihlstrom Consulting Group
for their generous in-kind donation which will help elected officials attend a national
conference filled with “empowering conversations, leadership development, mobile
tours and a chance to connect with fellow local leaders”.
Adopted by the City Council of Golden Valley, Minnesota this 15th day of July 2025.
Roslyn Harmon, Mayor
ATTEST:
_______________________
Theresa Schyma, City Clerk
386
EXECUTIVE SUMMARY
Community Development
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
4A. Public Hearing and First Reading of Ordinance No. 802 Establishing the Laurel Hill West Housing
Improvement Area
Prepared By
Christine Costello, Housing & Economic Development Manager
Summary
In 2024, the Housing and Redevelopment Authority (HRA) in and for the City of Golden Valley adopted
a Housing Improvement Area (HIA) Policy for the renovation of older common interest communities
within Golden Valley. An HIA is governed by Minnesota Statutes, Section 428A.11 - 428A.21 (the HIA
Act) and is a funding mechanism for townhome and condominium homeowner associations to finance
common area improvements though the means of an owner-imposed special taxing district. Private
banks are often unwilling or unable to finance common area improvements. HIA's are used when
associations do not have enough reserve balance to address common area needs. Minnesota Statutes
and the HIA Act require HIA's to be financing of the last resort. An HIA uses City-funded loans that
enable a condominium or townhome association to complete the needed improvements in common
areas of their development that they are otherwise unable to finance.
Laurel Hill West is a 53-unit condominium building built in 1980. The Laurel Hill West Association had
previously used their reserve funds to cover the cost of several other substantial emergency situations,
and their reserve funds have dwindled down and they are no longer able to make repairs using only
their reserve funds. The Association is now facing the need to make necessary common area
improvements that include:
Roof replacement
Elevator upgrade
Transformer and electrical fixes
Window replacement
Entry bridge, stoops, and railing
Asphalt, curbing, and catch basins in parking lot area
The roof was last replaced in 1997 and patching the roof is no longer a viable option. The elevator is
original and parts for repair are difficult to find. Some of the elevator functions no longer meet code.
In addition, one of the two transformers that serve the building has settled and is breaking the below-
grade conduit. Water is leaking into the electrical box area. The wood windows are also original to the
building and the plastic cladding is cracking and moisture is getting into the wood structural framing of
the windows. The entry bridge to the front door is supported by wood timbers which are failing, and
387
the slab is shifting creating a tripping hazard. Lastly, the parking lot is original to the building and is
beginning to fail with many broken curbs and potholes. This has altered the drainage pattern and
created ponding in the parking lot.
The estimated repair costs are approximately $2.842 million. The Association has some reserve funds
on hand to cover a small portion of the project and has attempted to obtain private financing from
local financial institutions. However, all their requests were denied. This is a common problem with
condominium and townhome developments that seek financing for major improvement projects.
Since condominium associations typically only own the common areas of a building(s) and not any of
the individual condominium units, private lenders often find that there is insufficient collateral for
them to fully finance these types of projects.
Therefore, the Association has made a formal HIA application to the City. The City's financial advisor
Ehlers has reviewed the application and found it to be feasible for both the City and the Association.
As part of the formal application seeking HIA financing assistance from the City, the Association filed a
petition with the City. The petition must be signed by the owners of at least 50% of the units.
However, Golden Valley's HIA Policy requires that at least 60% of the owners must sign a petition. For
the Laurel Hill West Association, 47 units (88.7%) of the 53 units have signed the required petition.
Public hearing notices have been sent to all of the homeowners in the Association. The second reading
of the ordinance and adoption of the fee resolution are scheduled to appear at the August 6th City
Council meeting. The ordinance and fee resolution become effective after a 45-day waiting period,
during which time the requests for assistance may be withdrawn if the owners of at least 45% of the
units file a written objection. At the appropriate time, the City will also enter into an agreement with
the Association. A summary of the ordinance and the resolution and notice of the objection period will
be mailed to each unit owner within five days of the City Council approval of the ordinance and the
resolution, respectively.
The timeline for next steps in the HIA process for the Association:
Action Date
Second Reading of an Ordinance Establishing the
Laurel Hill West Housing Improvement Area August 6, 2025
Adopt Resolution Approving the Laurel Hill West
Housing Improvement Fee August 6, 2025
City Council - Call for the Sale of the Bonds August 6, 2025
Veto Period Starts August 7, 2025
Mail Ordinance and Fee Resolution to owners
including veto period and prepay periods August 8, 2025
Publish ordinance in Sun Post newspaper August 14, 2025
Veto Period Ends September 20, 2025
388
City Council Consideration of Development
Agreement October 7, 2025
Action Date
Financial or Budget Considerations
The Association submitted to the City a financial plan prepared by an independent third party. The
financial plan detailed how the Association would finance the maintenance and operation of the
common area elements as well as the long-range plan to conduct and finance capital improvements.
The total estimated costs of the housing improvements are approximately $3.4 million and without
the designation of the Laurel Hill West housing Improvement Area, the housing units would not be
able to be maintained and preserved. The financing of the housing improvements with the proceeds
of bonds to be issued by the City will be repaid by a housing improvement fee imposed on housing
unit owners for no greater than 20 years. The housing improvement fee is based on the cubic footage
per unit. Housing unit owners can prepay but and any fees not prepaid will include interest and annual
bond administrative costs.
If not prepaid the Housing Improvement Fee shall be payable in equal annual installments extending
over a period of 20 years, the first of the installments to be payable in calendar year 2026. The
estimated annual fee imposed on each of the housing units is shown in the “Total Annual Fee (105%)
With Annual Bond Fees” column of the table below:
Percentage
Interest
Owned
Unit #'s
Total Costs
(Before Bond
Sale)
Annual Fee
(105% of
Total Costs)
Total P & I
Paid Per Unit
(105%) - Non
prepaid only
Annual Bond
Fees
Total Annual
Fee (105%)
With Annual
Bond Fees
1.6562%
102, 105-110,
113-116, 201,
202, 205-210,
213-216
$51,342.20 $4,994 $99,883 $17 $5,011
2.1643%
103, 104, 111,
112, 117, 118,
203, 204, 211,
212, 217, 218
$67,093.30 $6,526 $130,525 $22 $6,548
1.8253%
301, 302,
305-310, 313-
316
$56,584.30 $5,504 $110,081 $19 $5,523
2.3387%303, 304, 311,
312, 317, 318 $72,499.70 $7,052 $141,043 $24 $7,076
Public notices were sent in accordance with Minnesota State Statute HIA Act and City notification
policy. The public hearing notice provided the estimated cost of improvements to be approximately
$3.76 million which included the construction costs, administrative costs, soft costs, and financing
costs for the project. After the notice went out the amounts were further refined, and the total cost of
389
improvements were adjusted. The amount is a maximum budget and a maximum fee. If the costs are
less, the homeowners will be assessed the lower amount. Any contingency amount the Association
receives will only be able used for the following:
Restructure and renovate balconies
Replace exterior lighting including site lighting
Replace patio and replace stair to patio with handicap ramp
Make repairs to masonry facade
Repair and paint garage walls
Replace summer boiler
Legal Considerations
Legal has prepared and reviewed the ordinance and fee resolution for the Association.
Equity Considerations
Assisting the Laurel Hill West Association with improvements to their building and site will continue to
preserve an affordable housing option in the community. It also promotes the inclusion of diverse
housing options in the city by maintaining quality housing stock for households with a variety of
income levels, ages, and sizes.
Recommended Action
Conduct and close public hearing.
Motion to approve first reading of Ordinance No. 802 establishing the Laurel Hill West Housing
Improvement Area.
Supporting Documents
Ordinance No. 802 - Establishing the Laurel Hill West Housing Improvement Area
Information Only - Laurel Hill West HIA Fee Resolution
390
4923-3533-0377.4
CITY OF GOLDEN VALLEY, MINNESOTA
ORDINANCE NO. 802
AN ORDINANCE ESTABLISHING LAUREL HILL WEST HOUSING IMPROVEMENT AREA
The City Council (the “City Council”) of the City of Golden Valley, Minnesota (the “City”) hereby
ordains:
Section 1. Recitals.
1.01. The City is authorized under Minnesota Statutes, Sections 428A.11 to 428A.21, as
amended (the “HIA Act”), to establish by ordinance a housing improvement area within which
housing improvements are made or constructed and the costs of such improvements are paid in
whole or in part from fees imposed within the area.
1.02. The City Council (the “Council”) has adopted a Housing Improvement Area Policy (the
“HIA Policy”).
1.03 The City has determined a need to establish the Laurel Hill West Housing
Improvement Area as further defined herein (the “Laurel Hill HIA”), in order to facilitate certain
improvements to property known as the “Laurel Hill West Condominium,” all in accordance with
the HIA Policy and the HIA Act.
1.04. The City has consulted with the Laurel Hill West Condominium Association (the
“Association”) and with residents in the Laurel Hill HIA regarding the establishment of such area and
the housing improvements to be constructed and financed under this ordinance.
Section 2. Findings.
2.01. The City Council finds that owners of more than 86% of the housing units within the
Laurel Hill HIA (which exceeds the requirement for owners of at least 50% of the housing units
pursuant to Section 428A.12 of the HIA Act and the requirement for owners of at least 60% of the
housing units pursuant to the HIA Policy) have filed a petition with the City Clerk requesting a public
hearing regarding establishment of such housing improvement area.
2.02. On July 15, 2025, the City Council conducted a public hearing, duly noticed in
accordance with the HIA Act, regarding adoption of this ordinance at which all persons, including
owners of property within the Laurel Hill HIA were given an opportunity to be heard.
2.03. The City Council finds that, without establishment of the Laurel Hill HIA, the Housing
Improvements (as hereinafter defined) could not be made by the Association or the housing unit
owners.
391
Ordinance No. 802 - 2 - August 6, 2025
4923-3533-0377.4
2.04. The City Council further finds that designation of the Laurel Hill HIA is needed to
maintain and preserve the housing units within such area.
2.05. For the purpose of providing full disclosure of public expenditures and financing
arrangements for the Laurel Hill HIA (as required under Section 428A.13, subd. 1a(1) of the HIA Act),
the City Council determines that the City expects to finance the Housing Improvements with the
proceeds of bonds to be issued by the City which will be repaid by a housing improvement fee
imposed on unit owners within the Laurel Hill HIA the terms of which are set forth in that certain
Resolution Approving a Housing Improvement Fee for Laurel Hill West Housing Improvement Area
to be considered by the Council on the date hereof.
2.06. In accordance with Section 428A.13, subd. 1a(2) of the HIA Act, the City Council
determines that the Association will contract for construction of the Housing Improvements.
2.07 The Council finds that the Laurel Hill HIA satisfies all of the approval criteria contained
in the HIA Policy (listed in Section III thereof), including the criteria that a majority of the owners
within the Association support the project and the Housing Improvement Area financing and that
the Laurel Hill HIA satisfies at least one of the goals in Section II of the HIA Policy.
Section 3. Housing Improvement Area Defined.
3.01. The Laurel Hill HIA is hereby defined as the area of the City including the following
property addresses: 6051 Laurel Avenue (including units 102 through 318).
3.02. The Laurel Hill HIA contains 53 housing units as of the date of adoption of this
ordinance, along with common areas.
Section 4. Housing Improvements Defined.
4.01. For the purposes of this ordinance and the Laurel Hill HIA, the term “Housing
Improvements” shall mean improvements to common areas within the Laurel Hill HIA including
without limitation:
Replacement of the main entry pavement and rear driveway
Construction or replacement of curbing
Roof repair
Replacement of windows in living units
Installation of catch basin and subsurface drainage
Elevator renovation and replacement of equipment
Replacement of the entry bridge, railing, steps and stoop
Repair of the electrical transformer concrete slab
4.02. Housing Improvements shall also be deemed to include:
392
Ordinance No. 802 - 3 - August 6, 2025
4923-3533-0377.4
(a) all costs of architectural and engineering services, overhead, and all similar soft
costs in connection with the activities described in Section 4.01 hereof, including without
limitation costs of a professional construction manager.
(b) all administration, legal and consultant costs in connection with the Laurel Hill
HIA; and
(c) costs of financing the Housing Improvements under the HIA Act.
Section 5. Housing Improvement Fee.
5.01. The City may, by resolution adopted in accordance with the petition (the “Fee
Resolution”), hearing and notice procedures required under the HIA Act, impose a fee on the
housing units within the Laurel Hill HIA, at a rate, term or amount sufficient to produce revenues
required to provide the Housing Improvements (the “Housing Improvement Fee”), subject to the
terms and conditions set forth in this Section. The City intends to adopt such a resolution imposing
the Housing Improvement Fee on August 6, 2025 (the “Fee Resolution”).
5.02. Any Housing Improvement Fee shall be allocated based on cubic footage per unit as
prescribed in the Laurel Hill West Amended and Restated Declaration, dated August 21, 2023, as
amended (the “Declaration”).
5.03. The Housing Improvement Fee shall be imposed and payable for a period no greater
than 20 years after the first installment is due and payable.
5.04. Any Housing Improvement Fee shall be prepayable as specified in the Fee Resolution.
5.05. The Fee Resolution may provide that any fee not prepaid by the housing unit owner
shall be deemed to include interest on unpaid Housing Improvements costs at a rate equal to 6.76%
plus annual bond administrative costs.
5.06. The Housing Improvement Fee shall be collected at the same time and in the same
manner as provided for payment and collection of ad valorem taxes, in accordance with
Section 428A.15 of the HIA Act and Minnesota Statutes, Section 428A.05. As set forth in Section
428A. 14, subd. 2 of the HIA Act, the Housing Improvement Fee is not included in the calculation of
levies or limits on levies imposed under any law or charter.
5.07. The Housing Improvement Fee shall not exceed the amount specified in the notice of
public hearing regarding the approval of such fee; provided, however, that the Housing
Improvement Fee may be reduced after approval of the Fee Resolution, in the manner specified in
such resolution.
5.08. In accordance with Section 428A.20 of the HIA Act, any portion of the Housing
Improvement Fee not prepaid in accordance with the Fee Resolution will be specially assessed
393
Ordinance No. 802 - 4 - August 6, 2025
4923-3533-0377.4
against each unit based on the amount set forth in the “Total Annual Fee (105%) With Annual Bond
Fees” column of the table set forth in Section 1.03 of the Fee Resolution.
Section 6. Annual Reports.
6.01. On August 15, 2025 and each August 15 thereafter until the Housing Improvement
Fee and all interest thereon is paid in full and all Housing Improvement Fee revenues have been
expended, the Association (and any successor in interest) shall be required to submit to the City, as
the implementing entity, a copy of the Association’s audited financial statements.
6.02. The Association (and any successor in interest) shall also submit to the City any other
reports or information at the times and as required by any contract entered into between that entity
and the City.
Section 7. Notice of Right to File Objections.
7.01. Within 5 days after the adoption of this ordinance, the City Clerk is authorized and
directed to mail to the owner of each housing unit in the Laurel Hill HIA: (a) a summary of this
ordinance; (b) notice that owners subject to the proposed Housing Improvement Fee have a right
to veto this ordinance if owners of at least 45% of the housing units within the Laurel Hill HIA file an
objection with the City Clerk before the effective date of this ordinance; and (c) notice that a copy
of this ordinance is on file with the City Clerk for public inspection.
Section 8. Amendment.
8.01. This ordinance may be amended by the City Council upon compliance with the public
hearing and notice requirements set forth in Section 428A.13 of the HIA Act.
Section 9. Effective Date.
9.01. This ordinance shall be effective 45 days after adoption hereof, or on the date of
publication of this ordinance, whichever is later, subject to the veto rights of housing unit owners
under Section 428A.18 of the HIA Act.
Adopted by the City Council of Golden Valley, Minnesota this 6th day of August, 2025.
_____________________
Roslyn Harmon, Mayor
ATTEST:
Theresa Schyma, City Clerk
394
4901-5304-7113.4
CITY OF GOLDEN VALLEY, MINNESOTA
RESOLUTION NO. #2025-_____
APPROVING A HOUSING IMPROVEMENT FEE FOR LAUREL HILL WEST HOUSING IMPROVEMENT
AREA
WHEREAS, the City of Golden Valley, Minnesota (“City”) is authorized under Minnesota
Statutes, Section 428A.11 to 428A.21, as amended (the “HIA Act”), to establish by ordinance a
housing improvement area within which housing improvements are made or constructed and the
costs of such improvements are paid in whole or in part from fees imposed within the area;
WHEREAS, the City Council (the “Council”) has adopted a Housing Improvement Area Policy
(the “HIA Policy”);
WHEREAS, by ordinance adopted by the City Council of the City (the “City Council”) on
August 6, 2025 (the “Enabling Ordinance”), the City Council established the Laurel Hill West
Condominium Association Housing Improvement Area (the “Laurel Hill HIA”) in order to facilitate
certain improvements to property known as the “Laurel Hill West Condominium”, all in accordance
with HIA Policy and the HIA Act;
WHEREAS, Owners of approximately 86% of the housing units within the Laurel Hill HIA
(which exceeds the requirement for owners of at least 50% of the housing units pursuant to Section
428A.12 of the HIA Act and the requirement for owners of at least 60% of the housing units pursuant
to the HIA Policy) have filed a petition with the City Clerk requesting a public hearing regarding
imposition of a housing improvement fee for the Laurel Hill HIA;
WHEREAS, on July 15, 2025, the City Council conducted a public hearing, duly noticed in
accordance with the HIA Act, regarding adoption of this resolution (the “Resolution”) and the
Enabling Ordinance at which all persons, including owners of property within the Laurel Hill HIA,
were given an opportunity to be heard;
WHEREAS, prior to the date hereof, Laurel Hill West Condominium Association (the
“Association”) has submitted to the City a financial plan prepared by an independent third party,
acceptable to the City and the Association, that provides for the Association to finance maintenance
and operation of the common elements in the Laurel Hill HIA and a long-range plan to conduct and
finance capital improvements therein, all in accordance with Section 428A.14 of the HIA Act and the
HIA Policy;
WHEREAS, the Council finds that the Laurel Hill HIA satisfies all of the approval criteria
contained in the HIA Policy (listed in Section III thereof), including the criteria that a majority of the
owners within the Association support the project and the Housing Improvement Area financing
and that the Laurel Hill HIA satisfies at least one of the goals in Section II of the HIA Policy;
395
4901-5304-7113.4 2
WHEREAS, for the purposes of this Resolution, the term “Housing Improvements” has the
meaning provided in the Enabling Ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF GOLDEN VALLEY,
MINNESOTA as follows:
Section 1. Housing Improvement Fee Imposed.
1.01. The total estimated costs of the Housing Improvements are approximately $3,400,000
a portion of which, in the amount of approximately $3,100,000, is proposed to be paid for by the
fee imposed hereby. The City hereby imposes a fee on each housing unit within the Laurel Hill HIA
(the “Housing Improvement Fee”) in the amount shown in the table in Section 1.03 below (plus
interest plus annual bond administrative costs as provided in Section 1.03 hereof). The total costs
of the Housing Improvements are allocated based on cubic footage per unit as prescribed in the
Laurel Hill West Amended and Restated Declaration, as amended, and the Council finds that such
basis is basis for the Housing Improvement Fee is fair and reasonable.
1.02. The owner of any housing unit against which the Housing Improvement Fee is imposed
may, at any time between August 6, 2025 (the effective date of this Resolution) and September
22, 2025 pay the total Housing Improvement Fee imposed against such housing unit to the City
Finance Director, in full, without interest thereon. To prepay in full, the amount due is shown in the
“Total Costs (Before Bond Sale)” column of the table in Section 1.03 below. Any Housing
Improvement Fee not prepaid by September 22, 2025 shall not thereafter be pre-payable, but
instead shall be paid only in accordance with Section 1.03 hereof.
1.03. If not prepaid in accordance with Section 1.02 hereof, the Housing Improvement Fee
shall be payable in equal annual installments extending over a period of 20 years, the first of the
installments to be payable in calendar year 2026, which annual payment shall be deemed to include
interest on the unpaid Housing Improvement Fee at a rate not to exceed 6.76% accruing from
September 22, 2025 plus annual bond administrative costs. The estimated annual fee imposed on
each of the housing units is shown in the “Total Annual Fee (105%) With Annual Bond Fees” column
of the table below.
396
4901-5304-7113.4 3
1.04. Unless prepaid in accordance with Section 1.02 hereof, the Housing Improvement Fee
shall be payable at the same time and in the same manner as provided for payment and collection
of ad valorem taxes, as provided in Section 428A.15 of the HIA Act and Minnesota Statutes, Section
428A.05.
Section 2. Notice of Right to File Objections.
2.01. Within 5 days after the adoption of this Resolution, the City Clerk is authorized and
directed to mail to the owner of each housing unit in the Laurel Hill HIA (a) a summary of this
Resolution; (b) notice that owners subject to the Housing Improvement Fee have a right to veto this
Resolution if owners of at least 45% of the housing units within the Laurel Hill HIA file a written
objection with the City Clerk before the effective date of this Resolution; and (c) notice that a copy
of this Resolution is on file with the City Clerk for public inspection.
Section 3. Effective Date.
3.01. This Resolution shall be effective 45 days after adoption hereof, subject to (a) the veto
rights of housing unit owners under Section 428A.18 of the HIA Act; and (b) execution in full of a
development agreement between the City and the Association providing for construction of the
Housing Improvements.
Section 4. Filing of Housing Improvement Fee.
4.01 After August 6, 2025, the effective date of this Resolution, the City Clerk shall file a
certified copy of this Resolution to the Hennepin County Director of Taxation to be recorded on the
property tax lists of the county.
The foregoing resolution was introduced by Council Member ____ and duly seconded by
Council Member ___. The following Council Members voted in favor of the resolution: _______.
The following Council Members voted against the resolution: _______. The following Council
Members were absent: _______. Whereupon the resolution was adopted.
ADOPTED: August 6, 2025
Mayor City Clerk
397
EXECUTIVE SUMMARY
Legal
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
July 15, 2025
Agenda Item
6A. 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
398
Review of Council CalendarEventEvent TimeLocationJULYSunday, July 20Market in the Valley9:00 AM - 1:00 PMCity Hall CampusTuesday, July 22Golden Valley Business Connections8:00 AM - 9:30 AMAAA, 5400 Auto Club WayFriday, July 25Penny Carnival12:30 PM - 2:00 PMBrookview ParkSunday, July 27Market in the Valley9:00 AM - 1:00 PMCity Hall CampusAUGUSTSunday, August 3Market in the Valley9:00 AM - 1:00 PMCity Hall CampusTuesday, August 5National Night Out6:00 PM - 9:00 PMVarious Locations/In-PersonWednesday, August 6HRA Meeting6:30 PMCouncil ChambersCity Council Meeting6:30 PMCouncil ChambersSunday, August 10Market in the Valley9:00 AM - 1:00 PMCity Hall CampusTuesday, August 12HRA Work Session (if necessary)6:30 PMCouncil Conference RoomCouncil Work Session6:30 PMCouncil Conference RoomSunday, August 17Market in the Valley9:00 AM - 1:00 PMCity Hall CampusTuesday, August 19City Council Meeting6:30 PMCouncil ChambersSunday, August 24Market in the Valley9:00 AM - 1:00 PMCity Hall Campus399