03-19-24 City Council Agenda March 19, 2024 — 6:30 PM
Council Chambers
Hybrid Meeting
1.Call to Order
1A.Pledge of Allegiance and Land Acknowledgement
1B.Roll Call
1C.Golden Valley Police Department 2023 Recap
2.Additions and Corrections to Agenda
3.Consent Agenda
Approval of Consent Agenda - All items listed under this heading are considered to be routine by
the City Council and will be enacted by one motion. There will be no discussion of these items
unless a Council Member so requests in which event the item will be removed from the general
order of business and considered in its normal sequence on the agenda.
3A.Approval of City Check Registers
3B.Licenses:
3B.1.Approve Temporary On-Sale Liquor License - Good Shepherd Catholic Church
3B.2.Approve Renewal of General Business Licenses - Solid Waste and Recycling Collection
3B.3.Approve Renewal of General Business Licenses - Gas Dispensers
3C.Bids, Quotes, and Contracts:
3C.1.Approve Memorandum of Understanding with the Minneapolis Regional Chamber
3C.2.Approve Professional Services Agreement with Employee Strategies, Inc.
3C.3.Approve Contract for Hydrant Painting with Integrated Painting Solutions, LLC
3C.4.Approve Contract for Gate Valve Repairs with Valley Rich Co., Inc.
CITY COUNCIL REGULAR MEETING AGENDA
City Council meetings are being conducted in a hybrid format with in-person and remote options for
attending, participating, and commenting. The public can make statements in this meeting during
public comment sections, including the public forum beginning at 6:20 pm.
Remote Attendance/Comment Options:
Members of the public may attend this meeting by watching on cable channel 16, streaming on
CCXmedia.org, streaming via Webex, or by calling 1-415-655-0001 and entering access code 2634 240
0860 and webinar password 1234. Members of the public wishing to address the Council remotely
have two options:
Via web stream - Stream via Webex and use the ‘raise hand’ feature during public comment
sections.
Via phone - Call 1-415-655-0001 and enter meeting code 2634 240 0860 and webinar password
1234. Press *3 to raise your hand during public comment sections.
City of Golden Valley City Council Regular Meeting March 19, 2024 — 6:30 PM
1
3C.5.Approve Purchase of Gate Valves and Parts from Core & Main
3C.6.Approve Purchase of Two Police Transit Vans from Tenvoorde Ford, Inc.
3C.7.Approve Contact for Crack Sealing with SealTech, Inc.
3C.8.Approve Construction Contract with Minger Construction Co., Inc. for the TH 55 Lift Station
Relocation Project
3C.9.Approve Construction Contract with Northdale Construction Company, Inc. for the Adair
Avenue Watermain Rehabilitation Project
3D.Grants and Donations:
3D.1.Adopt Resolution No. 24-024 for Acceptance of Donation From Friends of Larry Larson For a
Golf Bench to be Located on Brookview Golf Course.
3D.2.Approve Resolution No. 24-025 Accepting a Donation for the Law Enforcement-Community
Engagement Training Conference Scholarship for Police Chief Virgil Green Sr. on May 2nd-
5th From the U.S. Department of Justice
4.Public Hearing
4A.Public Hearing Regarding 4707 Circle Down Easement Vacation, Resolution No. 24-026
5.Old Business
6.New Business
All Ordinances listed under this heading are eligible for public input.
6A.Adopt Resolution No. 24-027 Awarding the Sale of $3,710,000 G. O. Improvement Bonds
6B.Review of Council Calendar
6C.Mayor and Council Communications
1. Other Committee/Meeting updates
7.Adjournment
City of Golden Valley City Council Regular Meeting March 19, 2024 — 6:30 PM
2
EXECUTIVE SUMMARY
Police
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
1C. Golden Valley Police Department 2023 Recap
Prepared By
Virgil Green, Police Chief
Summary
N/A
Legal Considerations
N/A
Equity Considerations
N/A
Recommended Action
N/A
Supporting Documents
GVPD Annual Report Presentation 2023
3
Golden Valley Police Department
www.goldenvalleymn.gov/police
4
A YEAR IN REVIEW
•Recruitment & Professional
Development
•Support Staff
•Investigation Unit
•Patrol Division
•New Fleet Graphics
•Drone Unit
•CommunityCam
•Community Outreach
•Professional Standards &
Training
•Crime Data & Reporting
•GVPD CompStat
•Information Technology
•2024 Goals
Chief Virgil Green
5
RECRUITMENT & PROFESSIONAL DEVELOPMENT
Patrol Division Staffing Crisis
In March 2023, the GVPD:
•had five sergeants and four patrol officers on staff, the lowest
number in its experience
•signed a contract for police services with the Hennepin County
Sheriff’s Office so command staff could focus on recruitment/hiring
By December 2023 the GVPD:
•promoted three CSOs to sworn officers
•hired a part-time police recruiter
•swore in five new officers (bringing full-time patrol officers to 12)
6
By spring 2024, the GVPD will be on track to have 16 officers with three
additional patrol sergeants.
RECRUITMENT & PROFESSIONAL DEVELOPMENT
7
RECRUITMENT & PROFESSIONAL DEVELOPMENT
The GVPD uses new technologies, career
development opportunities, marketing initiatives,
legislation, and grassroots efforts to attract and
retain exceptional officers, locally and nationally.
CSO Career Paths
•Tuition and books paid for full- and part-time
CSOs attending college
•In 2023, three CSOs became full-time sworn
officers
•Additional CSOs on track to become full-time
sworn officers in 2024
8
SUPPORT STAFF
•One administrative assistant supervisor
•Two records request/technical support staff
•One receptionist
Key Accomplishments
•Catching up on expungements
•Catching up on DIS entries
•Passing department audit with flying colors while
receiving numerous compliments from the BCA
9
INVESTIGATION UNIT
Supervised by Assistant Chief of Operations Alice White
•Led by one detective sergeant (down four detectives)
•Despite staffing challenges, 2023 was successful
Cases Assigned
255
Cases Closed
114
Cases Changed To Inactive
107
Cases Pending Charges
23
Cases Active/
Pending Lab
Results
11
10
INVESTIGATION UNIT
2023 Highlight: Investigation and recovery of eight luxury cars
stolen Aug 16, 2023
•Within days the GVPD recovered seven of the stolen vehicles,
totaling over $600,000 in property loss
•Suspect arrested Aug 21, 2023
•Six vehicles recovered with the assistance of local news media
outlets and citizens in North
11
PATROL DIVISION
2023 Calls For Service
16,217
On every call, traffic stop, or police pursuit officers are confronted
with many challenges that could turn deadly at any second.
•The stolen firearm in this image
was thrown under the vehicle
by the suspects. This weapon
had an extended magazine.
2023 Animal Calls (CSO Response)
321
12
NEW FLEET GRAPHICS
In 2023 the GVPD introduced new graphics
for patrol units and fleet vehicles.
•Design selected with staff input
•Important to re-branding GVPD image
Old Design
Old Design New Design
New Design
13
DRONE UNIT
The GVPD uses Unmanned Aerial
Systems to protect lives and
property when other means and
resources are not available or are
less effective.
•All use is in strict accordance with
constitutional and privacy rights
and Federal Aviation Administration
(FAA) regulations.
14
COMMUNITYCAM
•Residents and businesses with exterior video
surveillance, like a doorbell camera, can register
to share their video footage with the GVPD
when crimes occur in their neighborhoods.
•A total of 79 homes/businesses are signed up.
•In 2023, registrations increased by 80.
15
COMMUNITY OUTREACH
In 2023 GVPD Hosted/Co-Hosted/Attended 28 Events
Public Safety In The ParksCoffee With A Cop
16
COMMUNITY OUTREACH
In 2023 GVPD Hosted/Co-Hosted/Attended 28 Events
National Night Out
Public Safety Open House
17
COMMUNITY OUTREACH
In 2023 GVPD Hosted/Co-Hosted/Attended 28 Events
Community Events
Local
Business
Visits
18
COMMUNITY OUTREACH
In 2023 GVPD Hosted/Co-Hosted/Attended 28 Events
Toys For Tots
Trunk n’
Treat
19
COMMUNITY OUTREACH
In 2023 GVPD Hosted/Co-Hosted/Attended 28 Events
20
COMMUNITY OUTREACH
Chat With The Chief
•New in 2023
•Hosted by Chief Green in various
Golden Valley neighborhoods to
directly engage with residents about
their concerns
•GVPD staffing
•crime trends
•neighborhood safety
21
PROFESSIONAL STANDARDS & TRAINING
Training is the main factor in officers’ ability and confidence
to conduct their duties.
22
PROFESSIONAL STANDARDS & TRAINING
Training significantly contributes to improving
service to the community and mitigating the
City’s liability, and the GVPD has high
standards.
•In 2023, completed 756
hours of required POST
training agency-wide
•Completed more than
6,400 hours of FTO
training for new recruits
23
PROFESSIONAL STANDARDS & TRAINING
GVPD Training Division And Professional Standards Staff
•Commanded by Assistant Chief of Patrol Operations Rudy Perez
•One training sergeant that:
•ensures compliance with Minnesota POST training requirements
•schedules in-service training, such as firearms, defensive tactics, etc
24
CRIME DATA & REPORTING
GVPD Crime Analyst
•Provides timely and accurate analysis of information
•Uses strategic, statistical, administrative, and operational processes to develop intelligence in support of the department's mission, vision, and goals
•Communicates information, aids the investigative process, increases the apprehension of offenders, aids crime prevention efforts, and assists in service delivery
Data Dashboard And Reporting
•Provides online access to GVPD data
•Collaborating with PEACE Commission on community to improve data and access
•Goal for 2024 is new portal with multiple data dashboards (Use of Force, Stops/Searches/Citations/Arrests, Non-Discriminatory and Impartial Policing, and Discipline Decisions)
25
GVPD COMPSTAT
CompStat Police Management System
•Use prompted by property crimes across the city
•Weekly maps show where crimes are being committed
•Patrol sergeants direct officers to target those neighborhoods
•Helps employees identify problems, formulate and carry out solutions,
and analyze results for effectiveness
26
INFORMATION TECHNOLOGY
Implemented In 2023
•LEXIPOL, an online platform that houses the Department’s policies,
general orders, and procedures
Implementing In 2024
•LEFTA Systems’ SHIELD Suite, software that documents high-liability
areas and events such as:
•recruiting and backgrounding efforts
•academy, field, and other mandated training
•use of force, IA, stop data, complaints, and pursuits
•inventory and fleet management
27
2024 GVPD GOALS
Administrative Goals
•Maintain full staffing numbers for sworn personnel
Operational Goals
•Provide highly proactive public safety and policing services, with the
goal to reduce property crimes such as burglary, thefts from motor
vehicles, etc
•Work with community partners to address quality of life issues within
neighborhoods
28
Virgil l. Green, Sr.
Chief of Police
29
EXECUTIVE SUMMARY
Administrative Services
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
3A. Approval of City Check Registers
Prepared By
Jennifer Hoffman, Accounting Manager
Summary
Approval of the check register for various vendor claims against the City of Golden Valley.
Document is located on city website at the following location:
http://weblink-int/WebLink/Browse.aspx?id=1037405&dbid=0&repo=GoldenValley
The check register(s) for approval:
03-06-2024 Check Register
03-13-2024 Check Register
Financial or Budget Considerations
The check register is attached with the financing sources at the front of the document. Each check has
a program code(s) where it was charged.
Legal Considerations
Not Applicable
Equity Considerations
Not Applicable
Recommended Action
Motion to authorize the payment of the bills as submitted.
30
EXECUTIVE SUMMARY
City Administration
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
3B.1. Approve Temporary On-Sale Liquor License - Good Shepherd Catholic Church
Prepared By
Theresa Schyma, City Clerk
Summary
Good Shepherd Catholic Church, 145 Jersey Avenue South, has applied for a temporary on-sale liquor
license for their annual Good Shepherd Celebration event on Saturday, April 20, 2024.
Golden Valley City Code does allow temporary on-sale liquor licenses to be issued to a club or
charitable, religious, or other nonprofit organization with Council approval. A certificate of liability
insurance naming the City as an additional insured is also required and has been provided by the
applicant.
Financial or Budget Considerations
Fees received for temporary liquor licenses help to defray costs the City incurs to administer license
requirements.
Legal Considerations
This item does not require legal review.
Equity Considerations
Approving temporary on-sale licenses 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 approve a temporary on-sale liquor license for Good Shepherd Catholic Church, 145 Jersey
Avenue South, for an event on Saturday, April 20, 2024.
31
EXECUTIVE SUMMARY
Community Development
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
3B.2. Approve Renewal of General Business Licenses - Solid Waste and Recycling Collection
Prepared By
Eric Eckman, Environmental Resources Supervisor
Ethan Kehrberg, Sustainability Specialist
Summary
The following businesses are due for renewal of their refuse and recycling vehicle licenses for the
2024-2025 period. The applicants meet City Code requirements for renewal of their licenses and staff
are recommending approval.
Residential Only
Curbside Waste Inc., PO Box 43154, Brooklyn Park
Commercial Only
Darling Ingredients Inc, 9000 382nd Avenue, Blue Earth
Dick’s Sanitation, 8984 215th Street West, Lakeville
Residential & Commercial
Ace Solid Waste, 6601 McKinley Street, Ramsey
Aspen Waste System, 2951 Weeks Avenue SE, Minneapolis
Republic Services, 9813 Flying Cloud Drive, Eden Prairie
Suburban Waste MN, LLC, 15718 Village Woods Drive, Eden Prairie
Waste Management of MN, 10050 Naples Street NE, Blaine
Financial or Budget Considerations
Fees received for Solid Waste and Recycling Collection license renewals are budgeted and help to
defray costs the City incurs to administer and enforce license regulations and requirements. No license
will be issued until payment is received in full.
Legal Considerations
This item does not require legal review.
Equity Considerations
This item does not require equity review.
32
Recommended Action
Motion to approve the renewal of Solid Waste and Recycling Collection licenses for a period of April 1,
2024 through March 31, 2025.
Majority Vote needed to approve.
33
EXECUTIVE SUMMARY
Fire
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
3B.3. Approve Renewal of General Business Licenses - Gas Dispensers
Prepared By
Jill Lund, Fire Department Administrative Assistant
Jake Dashiell, Deputy Fire Marshal
Summary
The following establishments are up for renewal of their gas dispenser license for the 2024-2025
license term. The applicants have met City Code requirements for the renewal of their license and staff
is recommending approval.
Freddie’s Petroleum, Inc., DBA: Winner Gas, 9405 Medicine Lake Road
Feist Automotive, 1875 Lilac Drive North
Golden Valley Automotive, 1 General Mills Boulevard
Golden Valley Country Club, 7001 Golden Valley Road
Gregg and Jim’s Service, Inc., 1900 Douglas Drive North
Holiday Stationstores, Inc., 7925 Wayzata Boulevard
Linn Retail Centers, Inc., DBA: Holiday Station, 600 Boone Avenue North
Jim Lupient Oldsmobile, 7100 Wayzata Boulevard
Hopkins Public Schools Bus Depot, 835 Decatur Avenue North
Morrie’s Cadillac SAAB, 7400 Wayzata Boulevard
Regency Hospital, 1300 Hidden Lakes Parkway
Speedway #4497, 6955 Market Street
Speedway #4443, 1930 Douglas Drive North
Theodore Wirth Par 3, 1313 Theodore Wirth Parkway
Financial or Budget Considerations
Fees received for the gas dispenser license help to defray costs the City incurs to administer license
requirements and enforce license regulations.
Legal Considerations
The gas dispenser license is on a form approved by the City Attorney.
Equity Considerations
Not Applicable
34
Recommended Action
Motion to authorize the renewal of the above gas dispenser licenses for a period of April 1, 2024
through March 31, 2025.
35
EXECUTIVE SUMMARY
Community Development
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
3C.1. Approve Memorandum of Understanding with the Minneapolis Regional Chamber
Prepared By
Christine Costello, Housing & Economic Development Manager
Summary
At the March 12, 2024, City Council work session the Minneapolis Regional Chamber provided an
overview of their vision and mission for advocating for policies and initiatives for businesses and the
communities they serve, including the City of Golden Valley (City). The attached memorandum of
understanding (MOU) outlines the roles and responsibilities, including the City promoting the bi-
monthly Golden Valley Business Connections through various communication and marketing efforts
such as social media. This MOU will help the City and the Minneapolis Regional Chamber continue to
grow their collaboration and support each other's work, especially as the city moves forward with the
development of an Economic Development Strategy.
Financial or Budget Considerations
No budget considerations. This MOU allows the parties to exchange in-kind services.
Legal Considerations
This MOU is consistent with the City's approved template for MOUs with community organizations
and has been reviewed and approved by the City Attorney.
Equity Considerations
As the City continues its equity work we recognize that a partnership with the Minneapolis Regional
Chamber would appeal to the equity pillars of “Economic prosperity for all" and "Inclusive and
effective community engagement”. The Minneapolis Regional Chamber's mission is to impact the
economic vitality of the regional by advocating for policies and initiatives that create an inclusive and
equitable environment in which businesses, employees and the communities thrive.
Recommended Action
Motion to approve a Memorandum of Understanding with the Minneapolis Regional Chamber.
Supporting Documents
Memorandum of Understanding with Minneapolis Regional Chamber
Business Connections Individual Flyer
36
Memorandum of Understanding
between the City of Golden Valley and
Minneapolis Regional Chamber
This Memorandum of Understanding (“MOU”) is made by and between the City of Golden Valley,
a Minnesota Municipal Corporation (the “City”) and the Minneapolis Regional Chamber
("Partner") a 501(c)(3) non-profit organization under the laws of the state of Minnesota
(collectively, the “Parties”).
RECITALS
1. The City of Golden Valley seeks to provide financial and administrative support for various
community activities in the City of Golden Valley through a formalized relationship with
Partner.
2. The City believes Partner serves an important purpose in the community. The City recognizes
that Partner’s work improves the general health and welfare of the community by bringing
people and organizations together around issues that matter to the City and region’s
economic competitiveness, including workforce development, education, transit and
housing, and helping the City deliver services to the community that the City may not
otherwise have the resources or capacity to deliver.
3. The Parties wish to reinforce their positive and collaborative relationship by entering into this
Memorandum of Understanding.
TERMS OF UNDERSTANDING
1.The Parties’ Roles and Responsibilities.The Parties agree to assume the following roles and
responsibilities:
a.Communications. The City may support Partner by promoting and drawing attention to
Partner and its activities in the City’s newsletter, on its website and social media pages,
and through other means upon request to the City’s Communications Department as
follows:
i.Promote the bi-monthly (every-other month) event, “Golden Valley Business
Connections”
ii.Provide City staff to attend the Golden Valley Business Connections meetings and
present Community Development and other City updates and information
All promotions must comply with any applicable City policies, including but not limited to the
Social Media Policy, Electronic Billboard Policy, and the Guidelines for City Communication
Outlets.
37
2.Partner’s Role and Responsibilities. Partner agrees to assume the following roles and
responsibilities (the “Services”):
a. Coordinate the Golden Valley Business Connections series
i. Promote the Golden Valley Business Connections series through Partner’s
marketing platforms (website, social media, email, etc.)
ii. Set meeting agendas
iii. Arrange meeting speakers and topics
iv. Facilitate meetings
b.Support local business leaders as the largest and most diverse local business
association in the region
3.Consideration.The Parties acknowledge that, if not for Partner’s agreement to provide the
Services, the City would provide the Services and the cost to the City of doing so would
exceed the fair market value of providing the Meeting Space and Communications Services
to Partner.
4.Administration. Partner shall meet at least once annually with City staff to discuss work
completed during the past year, work proposed for the following year, and any proposed
changes to this MOU.
5.Condition of City Property. The City makes all City property available to Partner in “as is”
condition and makes no representations or warranties concerning its condition or its
suitability for use by Partner. The City assumes no duty to warn either Partner or its
volunteers concerning conditions that exist now or may arise in the future.
6.Indemnification. Partner shall defend, indemnify and hold harmless the City, its elected
officials, officers, employees, agents, invitees and volunteers (collectively “City Parties”)
from any liability, claims, demands, suits, penalties, personal injury, judgments and costs of
any kind whatsoever (collectively, “Claims”), including but not limited to Claims for bodily
injury, loss of life or damage to property, arising out of or in any way relating to or resulting,
whether wholly or in part, fromthe acts or omissions of Partnerand Partner’suse of or entry
upon City property.
7.Relationship of the Parties. It is agreed that nothing contained in this MOU is intended or
should be construed in any manner as creating or establishing a partnership or joint venture
between the Parties. Neither Party agrees to accept responsibility for the acts of the other
Party or of the other Party’s officers, personnel, employees, agents, contractors, or servants.
Any claims arising out of the employment or alleged employment, including without
limitation, claims of discrimination, by or against a Party’s officers, personnel, employees,
38
agents, contractors, or servants will in no way be the responsibility of the other Party.
Neither Party will have any authority to bind the other by or with any contract or agreement,
nor to impose any liability upon the other. All acts and contracts of each Party will be in its
own name and not in the name of the other, unless otherwise provided herein.
8.Term.This MOU shall commence on February 1st, 2024, (the "Commencement Date") and
shall continue indefinitely until terminated.
9.Termination. Either Party may terminate this MOU, with or without cause, upon 60 days’
written notice to the other Party.
10.Amendment. The Parties may amend this MOU by mutual written agreement. Any such
amendment shall only be effective if duly executed by the authorized representatives of
each Party.
11.Applicable Law and Venue. The laws of the State of Minnesota shall govern the
interpretation and enforcement of this MOU and any actions arising out of or relating to this
MOU shall be brought in Hennepin County District Court in the state of Minnesota.
Executed the day and year first above written, by the Parties as follows:
PARTNER:CITY OF GOLDEN VALLEY:
By: _________________________________
Name: Jonathan Weinhagen
Title: President & CEO
By: _________________________________
Roslyn Harmon, Mayor
By: _________________________________
Noah Schuchman, Interim City Manager
39
Do you want to learn more about what's happening in your own backyard? Are you
interested in growing your business and connecting with your local community?
Join our new bi-monthly Business Connections meetings, coming to a city near you!
Every other month, we will gather as a community to connect, learn and grow from
one another. Representatives from Golden Valley city leadership, schools,
businesses, nonprofit organizations and the Chamber will share upcoming events,
initiatives and opportunities for every size business. This event is free and open to
the public. We hope to see you there!
Location TBD
Hosted by
February 1st
MRA - The Management
Association
5980 Golden Hills Dr.
Golden Valley, MN 55416
G o l d e n V a l l e y
April 4th
June 6th
August 1st
October 3rd
December 5th
For more information on this series, please contact Megan Krohn at mkrohn@mplschamber.com
Typically held on the first Thursday of every other month
from 8:00 - 9:30 a.m.
Register Today!
40
EXECUTIVE SUMMARY
City Administration
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
3C.2. Approve Professional Services Agreement with Employee Strategies, Inc.
Prepared By
Noah Schuchman, City Manager
Summary
This contract allows the City of Golden Valley to immediately begin work to understand the current
workplace climate. This vendor provides custom reports and recommendations, including department-
by-department anonymous data, that will allow the City to begin working to address issues where
they exist.
In the absence of a vendor to provide professional expertise, the City lacks the staff resources to
address these issues with any urgency. Employee Strategies has significant experience working with
cities in Minnesota and is able to start in early April, working directly with the City Manager to engage
employees, understand concerns and frustrations and put systems in place to make significant
progress.
Financial or Budget Considerations
Funding for these services will come from existing 2024 budget.
Legal Considerations
This contract has been reviewed and approved by the City Attorney.
Equity Considerations
City Management believes this work will help the City create equitable outcomes for staff.
Recommended Action
Motion to approve professional services agreement with Employee Strategies, Inc.
Supporting Documents
Professional Services Agreement with Employee Strategies, Inc.
41
1
PROFESSIONAL SERVICES AGREEMENT FOR
Employee Strategies, Inc
THIS AGREEMENT is made this March 19, 2024 (“Effective Date”) by and between Employee
Strategies, Inc. a Minnesota corporation with its principal office located at 4011 Vincent Ave South
Minneapolis MN 55410 (“Contractor”), 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. Contractor is engaged in the business of providing Workplace Culture Assessments &
Improvement Strategies.
B. The City desires to hire Contractor to provide a third-party Workplace Culture Survey, Interviews
and Focus Groups for the purpose of identifying the current Workplace Culture Strengths and
Opportunities.
C. Contractor represents that it has the professional expertise and capabilities to provide the City
with the requested services.
D. The City desires to engage Contractor to provide the services described in this Agreement and
Contractor 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
Contractor agree as follows:
AGREEMENT
1.Services.Contractor agrees to providethe City with the 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.
2.Time for Completion.The Services shall be completed on or before May 31, 2024, provided that the
parties may extend the stated deadlines 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 Contractor for the Services according to the terms on the attached
Exhibit B. The consideration shall be for both the Services performed by Contractor and any expenses
incurred by Contractor in performing the Services. Contractor shall submit statements to the City upon
completion of the Services. The City shall pay Contractor within thirty (35) days after Contractor’s
statements are submitted.
4.Termination.Notwithstanding any other provision herein to the contrary, this Agreement may be
terminated as follows:
42
2
a. The parties, by mutual written agreement, may terminate this Agreement at any time;
b. Contractor 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 Contractor’s failure to have in force
any insurance required by this Agreement.
In the event of a termination, the City shall pay Contractor for Services performed to the date of
termination and for all costs or other expenses incurred prior to the date of termination.
5.Amendments.No amendments may be made to this Agreement except in a writing signed by both
parties.
6.Remedies.In the event of a termination of this Agreement by the City because of a breach by
Contractor, 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 Contractor shall not be exclusive. The City shall be entitled to exercise any one or more other legal or
equitable remedies available because of Contractor’s breach.
7.Records/Inspection.Pursuant to Minnesota Statutes § 16C.05, subd. 5, Contractor agrees that the
books, records, documents, and accounting procedures and practices of Contractor, that are relevant to
the contract or transaction, are subject to examination by the City and the state auditor or legislative
auditor for a minimum of six years.Contractorshall 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.
8.Indemnification.To the fullest extent permitted by law, Contractor, and Contractor’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; or costs, disbursements, and expenses of defending the same, including but
not limited to attorneys’ fees, professional services, and other technical, administrative or professional
assistance resulting from or arising out of Contractor’s (or its subcontractors, agents, volunteers,
members, invitees, representatives, or employees) 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
Contractor, or arising out of Contractor’s failure to obtain or maintain the insurance required by this
Agreement.Nothing in this Agreement shall constitute a waiver or limitation of any immunity or limitation
on liability to which the City is entitled. The parties agree that these indemnification obligations shall
survive the completion or termination of this Agreement.
9.Insurance.Contractor shall maintain reasonable insurance coverage throughout this Agreement.
Contractor agrees that before any work related to the approved project can be performed, Contractor
shall maintain at a minimum: Worker’s Compensation Insurance as required by Minnesota Statutes,
section 176.181; Business Auto Liability in an amount not less than $1,000,000.00 per occurrence;
Professional Liability in an amount not less than $1,000,000.00 per occurrence; and Commercial General
Liability in an amount of not less than $1,000,000.00 per occurrence for bodily injury or death arising out
of each occurrence, and $1,000,000.00 per occurrence for property damage, $2,000,000.00 aggregate. To
meet the Commercial General Liability and Business Auto Liability requirements, Contractor may use a
43
3
combination of Excess and Umbrella coverage. Contractor shall provide the City with a current certificate
of insurance including the following language: “The City of Golden Valleyis named as an additional insured
with respect to the commercial general liability, business automobile liability and umbrella or excess
liability, as required by the contract. The umbrella or excess liability policy follows form on all underlying
coverages.” Such certificate of liability insurance shall list the City as an additional insured and contain a
statement that such policies of insurance shall not be canceled or amendedunless 30 days’written notice
is provided to the City, or 10 days’written notice in the case of non-payment.
10.Subcontracting.Neither the City nor Contractor shall assign, or transfer any rights under or interest
(including, but without limitation, moneys that may become due or moneys that are due) in the
Agreement without the written consent of the other except to the extent that the effect of this limitation
may be restricted by law. 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 Contractor from employing such
independent Contractors, 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.
11.Assignment.NeithertheCity nor Contractorshall assign this Agreement or any rights under or interest
in this Agreement, in whole or in part, without the other party’s prior written consent. Any assignment in
violation of this provision is null and void.
12.Independent Contractor.Contractor is an independent contractor. Contractor’s duties shall be
performed with the understanding that Contractor has special expertise as to the services which
Contractor is to perform and is customarily engaged in the independent performance of the same or
similar services for others.Contractor shall provide or contract for all required equipment and personnel.
Contractor 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. Contractor 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 Contractor pursuant to this
Agreement shall be provided by Contractor 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.Contractor shall exercise due professional care to comply with applicable
federal, state and local laws, rules, ordinances and regulations in effect as of the date Contractor agrees
to provide the Services. Contractor’s guests, invitees, members, officers, officials, agents, employees,
volunteers, representatives, and subcontractors shall abide by the City’s policies prohibiting sexual
harassment andtobacco, drug, and alcohol use as definedon the City’s Tobacco, Drug, and Alcohol Policy,
as well as all other reasonable work rules, safety rules, or policies, and procedures regulating the conduct
of persons on City property, at all times while performing duties pursuant to this Agreement. Contractor
agrees and understands that a violation of any of these policies, procedures, or rules constitutes a breach
of the Agreement and sufficient grounds for immediate termination of the Agreement by the City.
14.Entire Agreement.This Agreement, any attached exhibits, and any addendasigned by the parties shall
constitute the entire agreement between the City and Contractor, and supersedes any other written or
oral agreements between the City and Contractor. This Agreement may only be modified in a writing
44
4
signed by the City and Contractor. 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
Exhibits A and B, the terms of Exhibit B 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.
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 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.Contractor shall use reasonable care to avoid conflicts of interest and
appearances of impropriety in representation of the City. In the event of a conflict of interest, Contractor
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 Contractor may retain reproductions of such
records, information, materials and work product. Regardless of when such information was provided or
created, Contractor agrees that it will not disclose for any purpose any information Contractor 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 Contractor prior to the effective date of this Agreement;
however, to the extent Contractor generates reports or recommendations for the City using proprietary
processes or formulas, Contractor 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 methodologyused. All of the
obligations in this paragraph shall survive the completion or termination of this Agreement.
19.Agreement Not Exclusive.The City retains the right to hire other professional Contractor service
providers for this or other matters, in the City’s sole discretion.
20.Data Practices Act Compliance.Any and all data provided to Contractor, received from Contractor,
created, collected, received, stored, used, maintained, or disseminated by Contractor 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.Contractor 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 Contractor 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.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
45
5
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. Contractoragrees 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.
22.Authorized Agents.The City’s authorized agent for purposes of administration of this contract is Noah
Schuchman, the City Manager of the City, or designee. Contractor’s authorized agent for purposes of
administration of this contract is J. Forrest, 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:
CONTRACTOR THE CITY
J. Forrest
Employee Strategies, Inc.
4011 Vincent Ave South
Mpls MN 55410
Noah Schuchman
City of Golden Valley
7800 Golden Valley Road
Golden Valley, MN 55427
nschuchman@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.Contractor agrees that it must pay any subcontractor within 10 days of
the prime contractor’s receipt of payment from the City for undisputed Services provided by the
subcontractor. Contractor 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 prime contractor shall pay the actual penalty due to the subcontractor. A
subcontractor who prevails in a civil action to collect interest penalties from a prime contractor must be
awarded its costs and disbursements, including attorneys’ fees, incurred in bringing the action.
27.Publicity.At the City’s request,theCity and Contractorshall develop language to use when discussing
the Services. Contractor agrees that Contractor shall not release any publicity regarding the Services or
46
6
the subject matter of this Agreement without prior consent from the City. Contractor shall not 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 Contractor did not
authorize the Signatory to sign on its behalf, the Signatory agrees to assume responsibility for the duties
and liability of Contractor, described in this Agreement, personally.
30.Counterparts and Electronic Signatures.This Agreement may be executed in two or more
counterparts, each of which shall be deemed an original, but all of which taken together shall constitute
one and the same instrument. This Agreement may be transmitted by electronic mail in portable
document format (“pdf”) and signatures appearing on electronic mail instruments shall be treated as
original signatures.
31.Recitals.The City and Contractor agree that the Recitals are true and correct and are fully
incorporated into this Agreement.
[Remainder of page left blank intentionally.Signature page follows.]
47
7
IN WITNESS WHEREOF,the City and Contractor have caused this Professional Services Agreement to be
executed by their duly authorized representatives in duplicate on the respective dates indicated below.
EMPLOYEE STRATEGIES,INC.:CITY OF GOLDEN VALLEY:
__________________________________
J. Forrest, Principal Consultant & Founder
By: _________________________________
Roslyn Harmon, Mayor
By: _________________________________
Noah Schuchman, City Manager
48
EXHIBIT A
SCOPE OF SERVICES
Culture Assessment & Blueprinting
The Employee Strategies process to understand your organization’s workplace cultuel strengths and
opportunities for improvement.
OUTCOMES:
•An employee pulse survey
•External research to consider your Employment Brand
•Identification of workplace culture drivers
•An executive meeting with full report
•An employee presentation report
•Identification of data trends impacting your culture
•A culture performance dashboard to monitor progress
•A 3-year plan to improve your culture
49
EXHIBIT B
FEE SCHEDULE
Project Launch: March 31, 2024: $12,500
Survey Report: April 30, 2024: $12,500
Planning Sessions: May 31, 2024: $12,500
All three project milestones total: $37,500
50
EXECUTIVE SUMMARY
Public Works
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
3C.3. Approve Contract for Hydrant Painting with Integrated Painting Solutions, LLC
Prepared By
Tim Kieffer, Public Works Director
Joe Hansen, Utility Maintenance Superintendent
Summary
The coating on fire hydrants deteriorates over time from exposure to weather and winter de-icing
chemicals causing the hydrants to rust. Periodic painting is needed to keep the hydrants maintained
and in working order.
Staff annually contracts approximately half the hydrants in a maintenance district to be repainted,
which is 115 hydrants this year. This schedule allows every hydrant to be repainted on a 10-year
rotation.
Quotes for the project were received on March 5, 2024, and are listed below:
B & B Commercial Coating, LLC $21,850.00
Bogar Construction $32,085.00
Elevation Coating $89,125.00
Integrated Painting Solutions, LLC $20,700.00
Markleys Precision Company $34,500.00
Financial or Budget Considerations
Funding for the hydrant painting will come from the Water Maintenance Operating Budget
(7123.6340) which has $183,000 dedicated for contractual services.
Legal Considerations
The City Attorney has reviewed and approved the contract.
Equity Considerations
Staff solicited quotes from forty-seven contractors, including forty-five Disadvantaged Business
Enterprises using the Minnesota Unified Certification Program database, and three community
organizations that work with Minority and Women Business Enterprises.
Recommended Action
51
Motion to authorize the Mayor and Interim City Manager to execute the Contract for Hydrant Painting
with Integrated Painting Solutions, LLC in the form approved by the City Attorney.
Supporting Documents
Contract for Hydrant Painting with Integrated Painting Solutions, LLC
52
1
CONTRACT FOR HYDRANT PAINTING
WITH INTEGRATED PAINTING SOLUTIONS, LLC
THIS AGREEMENT is made this 19thday of March, 2024 (the “Effective Date”) by and between Integrated
Painting Solutions, LLC, a painting companylocated at 7635 148
th Street West, Suite 353 Apple Valley, MN
55124 (“Contractor”), 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. Contractor is engaged in the business of removing old paint, priming, and painting.
B. The City desires to hire Contractor to remove old paint, prime, and paint fire hydrants.
C. Contractor represents that it has the professional expertise and capabilities to provide the City
with the requested work.
D. The City desires to engage Contractor to provide the work described in this Agreement and
Contractor is willing to provide such work on the terms and conditions in this Agreement.
NOW, THEREFORE, in consideration of the terms and conditions expressed herein, the City and
Contractor agree as follows:
AGREEMENT
1.The Work.Contractor shall perform the work more fully described in the attached Exhibit A (the
“Work”). The Work includes all work and services required by this Agreement, whether completed or
partially completed, and includes all labor, materials, equipment, and services provided or to be provided
by Contractor to fulfill Contractor’s obligations. All Work shall be completed according to the
specifications set forth in the attached Exhibit B. Contractor shall at all times keep the premises free from
accumulation of waste materials and debris caused by Contractor’s operations.
2.Time for Completion.The Contractor shall proceed diligently and shallcomplete the Work to the
satisfaction and approval of the City’s authorized agentaccording to the length of time set forth in Exhibit
A (the “Contract Time”). Contractor shallnotify the City in writing of any cause of delay of the Workwithin
24 hours after such cause of delay arises. If Contractor fails to complete the Work during the Contract
Time, the City may immediately, or at any time thereafter, proceed to complete the Work at the
Contractor’s expense. If Contractor gives written notice of a delay over which Contractor has no control,
the City may at its discretion, extend the Contract Time.
3.Consideration.In consideration of the performance of the Work, the City shall pay to Contractor
the amount set forth in Exhibit C (the “Contract Price”). The consideration shall be for both the Work
performed by Contractor and the expenses incurred by Contractor in performing the Work. Contractor
shall submit statements to the City containing a detailed list of project labor and hours, rates, titles, and
amounts undertaken by Contractor during the relevant billing period. The City shall pay Contractor within
thirty (30) days after receiving a statement from Contractor.
53
2
4.Extra Work.Unless approved by the City in writing, Contractor shall make no claim for extra work
done or materials furnished, nor shall Contractor do any work or furnish any materials not covered by the
plans and specifications of this Agreement. Any such work or materials furnished by Contractor without
written City approval shall be at Contractor’s own risk and expense. Contractor shall perform any altered
plans ordered by the City; if such alteration reduces the cost of doing such work, the actual amount of
such reduction shall be deducted from the contract price for the Work.
5.Contract Documents.The Contract Documents shall consist of this Agreement; all exhibits to this
Agreement, which are incorporated herein by reference; any supplementary drawings, plans, and
specifications; and other documents listed herein.
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:
a. Modifications to this Agreement
b. This Agreement, including all exhibits
c. Supplementary drawings, plans, specifications
d. Other documents listed in this Agreement
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.
6.Expense Reimbursement.Contractor shall not be compensated separately for necessary
incidental expenses. All expenses of Contractor shall be built into Contractor’s fixed compensation rate,
unless reimbursement is provided for an expense that received the prior written approval of the City,
which approval may be provided via electronic mail.
7.Approvals.Contractor shall secure the City’s written approval before making any expenditures,
purchases, or commitments on the City’s behalf beyond those listed in the Work. The City’s approval
may be provided via electronic mail.
8.Protection of Persons and Property.Contractor shall be responsible for initiating, maintaining
and supervising all safety precautions and programs in connection with the performance of the Work.
Contractor shall take reasonable precautions for the safety of, and shall providereasonable protection to
prevent damage, injury, or loss to:
a. Persons performing the Work and other persons who may be affected by the Work;
b. The Work and materials and equipment to be incorporated therein; and
c. Other property at the site or adjacent to the site, such as trees, shrubs, lawns, walks,
pavement, roadways, structures and utilities.
Contractor shall promptly remedy damage and loss to property caused in whole or in part by Contractor
or any of its subcontractors, agents, or anyone directly or indirectly employed by any of them.
9.Acceptance of the Work. All of the Contractor’s work and labor shall be subject to the inspection
and approval of the City. If any materials or labor are rejected by the City as defective or unsuitable, then
the materials shall be removed and replaced with other approved materials and the labor shall be done
54
3
to the satisfaction and approval of the City at the Contractor’s sole cost and expense. Contractor shall
replace at Contractor’s expense any loss or damage to the Work, however caused, which occurs during
the construction thereof or prior to the final delivery to and acceptance of the Work by the City. Any
payment made to Contractor, shall not be construed as operating to relieve Contractor from responsibility
for the construction and delivery of the Work.
10.Warranty.Contractor represents and warrants that it has the requisite training, skills, and
experience necessary to complete the Work, is appropriately licensed by all applicable agencies and
governmental entities, and will complete the Work in a manner consistent with the level of care and skill
ordinarily exercised by professionals currently providing similar work. Contractor further represents and
warrants to the Citythat the materials and equipment furnished under this Agreement are of good quality
and new, unless this Agreement requires or permits otherwise. Contractor further warrants that the Work
will conform to the requirements of this Agreement and will be free from defects. Work, materials, or
equipment not conforming to these requirements may be considered defective. Contractor shall promptly
correct any defective Work. Costs of correcting such defective Work, including additional testing and
inspections, the cost of uncovering and replacement, and compensation for any additional services and
expenses made necessary thereby, shall be at Contractor’s expense. Contractor’s warranty shall exclude
remedy for damage or defect caused by abuse, alterations to the Work not executed by Contractor or its
subcontractors, agents, or anyone hired or employed by any of them, improper or insufficient
maintenance, improper operation or normal wear and tear under normal usage.
11.Guarantee.Contractor guarantees and agrees to maintain the stability of the Work and materials
furnished and installed under this contract for a period of one year after the Final Completion Date (the
“Guarantee Period”). Contractor agrees to perform fully all other guarantees as set forth in the
specifications. If any of the Work is found to be not in accordance with the requirements of the Contract
during the Guarantee Period, Contractor shall correct it promptly after receipt of notice from the City to
do so. The City shall give such notice promptly after discovery of the condition. 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 Guarantee Period shall be extended with respect to portions of Work first performed after the Final
Completion Date by the period of time between final payment 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.
12.Termination.This Agreement shall remain in force and effect commencing from the effective
date and continuing until the completion of all of the parties’ obligations hereunder, unless terminated
by the City or amended pursuant to the Agreement. Notwithstanding any other provision hereof to the
contrary, this Agreement may be terminated as follows:
55
4
a. The parties, by mutual written agreement, may terminate this Agreement at any time;
b. Contractor 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 Contractor’sfailure to have in force
any insurance required by this Agreement.
In the event of a termination, the City shall pay Contractorfor Work performed to the date of termination
and for all costs or other expenses incurred prior to the date of termination.
13.Amendments.No amendments may be made to this Agreement except in a writing signed by
both parties.
14.Remedies. In the event of a termination of this Agreement by the City because of a breach by
Contractor, the City may complete the Work 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
Contractor shall not be exclusive. The City shall be entitled to exercise any one or more other legal or
equitable remedies available because of Contractor’s breach.
15.Records/Inspection.Pursuant to Minnesota Statutes § 16C.05, subd. 5, Contractor agrees that
the books, records, documents, and accounting procedures and practices of Contractor, that are relevant
to the contract or transaction, are subject to examination by the City and the state auditor or legislative
auditor for a minimum of six years. Contractor 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.
16.Indemnification.To the fullest extent permitted by law, Contractor, and Contractor’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 actionsof any kind,nature,
or character; damages; losses; andcosts, disbursements, and expenses of defending the same, including but
not limited to attorneys’ fees, professional services, and other technical, administrative or professional
assistance resulting from or arising out of Contractor’s (or its subcontractors, agents, volunteers, members,
invitees, representatives, or employees) 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 Contractor,
or arising out of Contractor’s failure to obtain or maintain the insurance required by this Agreement.
Nothing in this Agreement shall constitute a waiver or limitation of any immunity or limitation on liability to
which the City is entitled. The parties agree that these indemnification obligations shall survive the
completion or termination of this Agreement.
17.Insurance.Contractor shall maintain reasonable insurance coverage throughout this
Agreement. Contractor agrees that before any work related to the approved project can be performed,
Contractor shall maintain at a minimum:
a. Worker’s Compensation Insurance as required by Minnesota Statutes, section 176.181;
b. Business Auto Liability covering vehicles owned by Contractor and non-owned vehicles used
by Contractor, with policy limits not less than $1,000,000.00 per accident, for bodily injury,
56
5
death of any person, and property damage arising out of the ownership, maintenance, and
use of such motor vehicles, along with any statutorily required automobile coverage;
c. Commercial General Liability in an amount of not less than $1,000,000.00 per occurrence,
$2,000,000 general aggregate, and $2,000,000 for products-completed operations hazard,
providing coverage for claims including:
i.Damages because of bodily injury, sickness or disease, including occupational sickness
or disease, and death of any person;
ii.Personal and advertising injury;
iii.Damages because of physical damage to or destruction of property, including loss of
use of such property;
iv.Bodily injury or property damage arising out of completed operations; and
v.Contractor’s indemnity obligations under this Agreement.
To meet the Commercial General Liability and Business Auto Liability requirements, Contractor may use a
combination of Excess and Umbrella coverage. Prior to commencement of the Work, Contractor shall
provide the City with a current certificate of insurance including the following language: “The City of
Golden Valley is named as an additional insured with respect to the commercial general liability, business
automobile liability and umbrella or excess liability, as required by the contract. The umbrella or excess
liability policy follows form on all underlying coverages.” Such certificate of liability insurance shall list the
City as an additional insured and contain a statement that such policies of insurance shall not be canceled
or amended unless 30 days’ written notice is provided to the City, or 10 days’written notice in the case
of non-payment.
18.Compliance with State Withholding Tax. 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 by providing to the City Engineer a Certificate of Compliance from the
Commissioner of Taxation. 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.
19.Assignment.Neither the City nor Contractor shall assign this Agreement or any rights under or
interest in this Agreement, in whole or in part, without the other party’s prior written consent. Any
assignment in violation of this provision is null and void. Neither the City nor Contractor shall assign, or
transfer any rights under or interest (including, but without limitation, moneys that may become due or
moneys that are due) in the Agreement without the written consent of the other except to the extent that
the effect of this limitation may be restricted by law. 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 Contractor from
employing such independent consultants, associates, and subcontractors, as it may deem appropriate to
assist it in the performance of the Work required by this Agreement. Any instrument in violation of this
provision is null and void.
20.Independent Contractor.Contractor is an independent contractor. Contractor’s duties shall be
performed with the understanding that Contractor has special expertise as to the Work which Contractor
is to perform and is customarily engaged inthe independent performance of the same or similar workfor
57
6
others. Contractor shall provide or contract for all required equipment and personnel. Contractor shall
control the manner in which the Work is performed; however, the nature of the Work 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. Contractoris 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 Work provided by Contractor pursuant to this Agreement shall be provided by Contractor
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.
21.Compliance with Laws.Contractorshall exercise due professional care to comply with applicable
federal, state and local laws, rules, ordinances and regulations in effect as of the Effective Date.
Contractor’sguests, invitees, members, officers, officials, agents, employees, volunteers, representatives,
and subcontractors shall abide by the City’s policies prohibiting sexual harassment and tobacco, drug, and
alcohol use as defined on the City’s Tobacco, Drug, and Alcohol Policy, as well as all other reasonable work
rules, safety rules, or policies, and procedures regulating the conduct of persons on City property, at all
times while performing duties pursuant to this Agreement. Contractor agrees and understands that a
violation of any of these policies, procedures, or rules constitutes a breach of the Agreement and sufficient
grounds for immediate termination of the Agreement by the City.
22.Entire Agreement.The Contract Documents shall constitute the entire agreement between the
City and Contractor, and supersede any other written or oral agreements between the City and
Contractor.
23.Third Party Rights.The parties to this Agreement do not intend to confer any rights under this
Agreement on any third party.
24.Choice of Law and Venue.This Agreement shall be governed by and construed in accordance with
the laws of the state of Minnesota. Any disputes, controversies, or claims arising out of this Agreement
shall be heard in the state or federal courts of Hennepin County, Minnesota, and all parties to this
Agreement waive any objection to the jurisdiction of these courts, whether based on convenience or
otherwise.
25.Work Products and Ownership of Documents. All records, information, materials and other work
products, including, but not limited to the completed reports, drawings, plans, and specifications prepared
and developed in connection with the provision of the Work pursuant to this Agreement shall become the
property of the City, but reproductions of such records, information, materials and other work products
in whole or in part may be retained by Contractor. Regardless of when such information was provided,
Contractor agrees that it will not disclose for any purpose any information Contractor has obtained arising
out of or related to this Agreement, except as authorized by the City or as required by law. These
obligations survive the termination of this Agreement.
26.Conflict of Interest.Contractor shall use reasonable care to avoid conflicts of interest and
appearances of impropriety in representation of the City. In the event of a conflict of interest, Contractor
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 Work.
58
7
27.Agreement Not Exclusive.The City retains the right to hire other professionals, contractors and
service providers for this or other matters, in the City’s sole discretion.
28.DataPractices Act Compliance.Any and all data provided to Contractor, received from Contractor,
created, collected, received, stored, used, maintained, or disseminated by Contractor 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. Contractoragrees 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 Contractor 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.
29.No Discrimination.Contractor agrees not to discriminate in providing the Work 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 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. Contractoragrees 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 Work 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.
30.Authorized Agents.The City’s authorized agent for purposes of administration of this contract is
Tim Kieffer, or designee. Contractor’s authorized agent for purposes of administration of this contract is
Fred Newell, or designee who shall perform or supervise the performance of all Work.
31.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:
CONTRACTOR THE CITY
Integrated Painting Solutions, LLC
15050 Cedar Avenue, Box 351
Apple Valley, MN 55124
fred@ips-mn.com
City of Golden Valley
7800 Golden Valley Road
Golden Valley, MN 55427
tkieffer@goldenvalleymn.gov
or such other contact information as either party may provide to the other by notice given in accordance
with this provision.
32.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.
33.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.
59
8
34.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.
35.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 Contractor did not
authorize the Signatory to sign on its behalf, the Signatory agrees to assume responsibility for the duties
and liability of Contractor, described in thisAgreement, personally.
36.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.
37.Recitals.The City and Contractor agree that the Recitals are true and correct and are fully
incorporated into this Agreement.
IN WITNESS WHEREOF,the City and Contractor have caused this Independent Contractor Agreement to
be executed by their duly authorized representatives in duplicate on the respective dates indicated
below.
INTEGRATED PAINTING SOLUTIONS,LLC:CITY OF GOLDEN VALLEY:
By: _________________________________
Fred Newell, Owner
By: _________________________________
Roslyn Harmon, Mayor
By: _________________________________
Noah Schuchman, Interim City Manager
60
EXHIBIT A
SCOPE OF WORK
1.Work.The Work shall include furnishing all labor, tools, and equipment to remove all defective
paint or corrosionand apply two coatsof paintat the locations indicated in the maps in this Exhibit A. The
Work shall include the following:
A. Surface Preparation – Loose, peeling, cracking, or defective paint shall be removed. All
surface contaminants shall be removed including grease and oil. Recover, remove, and
dispose of properly all spent or excess abrasives, dust, dirt, paint chips, spent solvent and
paint containers. Use proper equipment and abrasives when blast cleaning to produce the
mil profile, within the range of 2.0 to 3.5 mils or as recommended by the coating
manufacturer.
The abrasive shall be free of contaminants and not embed itself in the blasted surface. Prior
to start-up of the project, samples of the Contractor’s selected abrasive and/or
abrasive/admixture shall be submitted to the Authorized Agent for testing and approval.
Random field testing of the abrasive shall be done, as directed by the Authorized Agent to
ensure the abrasive used complies with these requirements.
B.Primary Coat – A primary coat shall be applied uniformly within four (4) hours after blast
cleaning. When the humidity exceeds 80%, the primary coat shall be applied within one (1)
hour after blast cleaning. If conditions are questionable, the Authorized Agent shall make the
decision, and the Contractor shall accept theirinterpretation as final and binding. The primary
coat shall be Envirolastic 840 DTM High Gloss Urethane. The Contractor shall follow all
manufacturer’s procedures and recommendations, match existing color “Curry” or approved
equal, and apply coating within the range of 3.0 to 5.0 dry mils throughout the entire surface
area.
C.Finish Coat – A finish coat shall be applied uniformly after proper drying time of the primary
coat. The finish coat shall be Envirolastic 840 DTM High Gloss Urethane. The Contractor shall
follow all manufacturer’s procedures and recommendations, match existing color “Curry” or
approved equal, and apply coating within the range of 3.0 to 5.0 dry mils throughout the
entire surface area.
The total dry film thickness including the primary and finish coats shall be 7.0 mils minimum – 10.0 mils
with an average of 8.5 mils. The minimum dry film thickness of the coating system at any individual spot
location shall be 7.0 mils.
2.Location. Location maps in this Exhibit A.
3.Contract Time. The Work shall commence on June 1, 2024, and conclude before October 1, 2024.
61
62
EXHIBIT B
SPECIAL CONDITIONS
1.Safety Precautions and Accident Prevention. Contractor shall observe and comply with all requirements
to the safety of the workforce to be employed on the project. Contractor shall comply with all safety measures
recommended and required by any governmental agency, including the Department of Labor and Industry,
Division of Accident Prevention of the Industrial Commission of Minnesota, and with the requirements of the
Workmen's Compensation Act and any amendments thereof. Attention is called to the other paragraphs of
these Special Conditions covering safety precautions and accident prevention. The Contractor shall be
responsible for all safety issues on this project. The Contractor shall comply with instructions from the City for
implementing any additional requirements for safety concerns.
2.Notification. The Contractor shall notify the City within 24 hours after discovering irrigation or tree
maintenance issues or needed repairs.
3.Permits and Licenses.Contractor shall procure all permits and licenses as required, pay all charges and
fees, and give all notices necessary and incidental to the due and lawful prosecution of the Work.
4.Mobilization. The mobilization shall be included in the base price in all aspects of the Work per unit
price in Exhibit C. No additional compensation will be considered for mobilization.
5.Hours of Operation. Work shall occur Monday through Friday from 7:00 a.m. to 7:00 p.m., excluding
holidays. On streets designated as high-volume or County roadways, Contractor’s Work shall be restricted to the
hours of 9:00 a.m. to 3:30 p.m., or after 6:00 p.m. for any Work within the traveled portion of the roadway.
High Volume Roadways
A. Betty Crocker Boulevard between US 169 and General Mills Blvd
B. Boone Avenue North between TH 55 and Plymouth Ave
C. General Mills Boulevard between Wayzata Blvd and TH 55
D. Golden Hills Drive between Wayzata Blvd and Turners Crossroad
E. Golden Valley Road between Boone Avenue and Douglas Drive
F. Laurel Avenue between Winnetka Avenue and Xenia Avenue
G. Louisiana Avenue South between Laurel Avenue and I-394
H. Noble Avenue North between Golden Valley Road and 34
th Ave N
I.North and South Frontage Roads of I-394
J.Olympia Street between Winnetka Avenue and Douglas Drive
K. Plymouth Avenue between US 169 and Winnetka Avenue
L. Regent Avenue North between Duluth Street and 34
th Ave N
M. Rhode Island Avenue between 10
th Avenue and TH 55
N. Wayzata Boulevard all portions in Golden Valley City Limits
O. Winnetka Avenue between TH 55 and I-394
P. Xenia Avenue South between Glenwood Avenue and I-394
Q. Zenith Avenue North between 26
th Ave N and Theodore Wirth Pkwy
63
6.Noise Elimination. The 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 manufacturer.
7.Care of Work.All work under this contract shall be accomplished with reasonable care and minimal
damage to affected properties. The Contractor shall provide quality cleanup after removal and repair of any
damage done by the Contractor’s equipment.
8.Abrasives. The abrasive used shall be of the type that is graded as to proper size, shape, and hardness.
Silica sand, Flint, Garnet, or Quartz type abrasives shall be chemically washed, dried, dust, dirt, fines, and
contaminant free, resistant to fracture (shattering), and contain no leachable contaminates. Synthetic
(nonmetallic and non-siliceous) abrasives such as Silicon Carbide, Aluminum Oxide and Refractory Slag products
shall meet the above criteria. The use of reduced or dust free abrasive blasting is required.
9.Recyclable Abrasive.The use of recyclable abrasive, such as steel grit, sand or flint, is neither specifically
encouraged norprohibited. Contractor’s requesting the use of recyclable abrasive must comply with thespecified
mil profile. Waste generated by this method of abrasive blasting may be considered Hazardous Waste and as such
must be disposed of accordingly. Additional care is required during cleanup to ensure all abrasive residual is
removed prior to coating application.
10.Compressed Air Supply. Compressed air supply shall be properly equipped with suitable after coolers, oil,
and moisture separators to prevent contamination of abrasives and/or blasted surfaces. These separators shall
be of the continuous bleeding or automatic dumping type. In order to prevent contamination of abrasives and/or
blasted surfaces, it is recommended that separators be installed between the compressor air outlet and the
blasting pot compressed air inlet. Stop abrasive blast cleaning in sufficient time to remove all dust, spent abrasive
and other foreign matter from and around all blasted surfaces to allow the atmosphere to clear before any coating
is done. Removal of these materials shall be by clean brush or suitable industrial vacuum with particular attention
given to welds, pockets, or poorly accessible areas. A daily inspection of the separators and compressed airsupply
will be required to ensure cleanliness of all compressed air supplied for abrasive blasting. This test will be
performed by a blotter test. A clean white Blotter is held, no more than 18 inches, from the air supply, downstream
of moisture and oil separators. The air supply is directed at the Blotter for approximately (2) two minutes. The
Blotter is then examined visually for signs of oil and moisture. A clean blotter at test completion means a successful
passing of the air supply test.
11.Traffic Control and Maintenance. Contractor, at its own expense, shall furnish and maintain traffic at all
times while performing the Work in accordance with the current Minnesota Manual of Uniform Traffic Control
Devices (MMUTCD) Field Manual and its supplements, or as deemed necessary by the Engineer, when the Work
occurs on or adjacent to any street, alley or public place. Contractor shall, at Contractor’s own cost and expense,
provide all construction signage and traffic control devices for the protection of persons, property and the Work.
Contractor shall be responsible for maintaining traffic control devices during the Work. 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. The Contractor shall be held responsible for all damaged from failure
64
to protect the work zone. When single lane traffic is necessary, flagmen must be provided to direct traffic.
Contractor shall provide certifications of all flagmen that will be working on this project.
12.Manual References. The Specifications which apply to the Work shown in the Plans shall be as follows:
A. Special Conditions in Exhibit A and this Exhibit B.
B. The most current edition of the Minnesota Manual on Uniform Traffic Control Devices and its
supplements.
C. Division I, 1512 (Unacceptable and unauthorized work) of the Minnesota Department of Highways
Standard Specification for Construction, most current edition, and its supplements, shall apply,
except as modified or supplemented herein.
D. Division II (Construction Details) and Division III (Materials) of the Minnesota Department of
Highways Standard Specification for Construction, most current edition, and its supplements, shall
apply, except as modified or supplemented herein.
13.Measurement and Payment.Payment for all items for this project shall be by the unit price as stated
herein Exhibit C. The estimated quantities on the Proposal form are for determination of the lowest cost for the
Work. 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 extra compensation due to increased or decreased quantities shall
be considered. Contractor shall submit all final quantities to the City within one month after completion of the
Work.
14.Contract Extension. Contractor shall perform fully, entirely, and in an acceptable manner, the Work
contracted for within the time stated in Exhibit A. Contractor shall, not less than ten (10) days prior to said date,
make written request to the City for an extension of time for completion, setting forth fully in its request the
reasons which Contractor believes justify the granting of the request. If the City finds that the Work has been
delayed on account of unusual conditions beyond the control of Contractor, or the quantities of the Work done
or to be done are in excess of the Contract quantities in sufficient amount to warrant additional time; the City
may, in its sole discretion, grant an extension of time for the completion to such date as may seem reasonable
and proper. 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, except that it shall not be necessary to give Contractor written ten (10) days’ notice for such
forfeiture.
65
EXHIBIT C
PROPOSAL
The undersigned hereby certifies that an examination has been made of the scope and location of
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 prescribe;
and understands that the quantities of work shown herein are approximate only and are subject to
increase or decrease; and further understands all quantities of work, whether increased or decreased,
are to be performed at the following unit prices.
Description Units Quantity Price/Unit Bid Amount
Hydrant Painting Each 115 $180.00 $20,700.00
Total Base Quote $20,700.00
66
EXECUTIVE SUMMARY
Public Works
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
3C.4. Approve Contract for Gate Valve Repairs with Valley Rich Co., Inc.
Prepared By
Tim Kieffer, Public Works Director
Joe Hansen, Utility Maintenance Superintendent
Summary
The City contracts water distribution repairs on an annual basis in conjunction with mill and overlay
projects. This year’s work includes replacing 40 gate valves. Gate valves are critical in maintaining the
water distribution system and limiting the number of affected properties by isolating the water supply
during emergency repairs.
Staff proposes to purchase the gate valves and parts. This reduces the cost of the project by
eliminating sales tax or mark-ups the contractor may impose.
Quotes for the project were received on March 5, 2024, and are listed below:
St. Paul Utilities $174,000
Valley Rich Co., Inc.$152,200
Financial or Budget Considerations
The 2024-2033 Water and Sanitary Sewer Capital Improvement Program (CIP) includes $200,000 for
valve replacement (W&SS-066).
Legal Considerations
The City Attorney has reviewed and approved the contract.
Equity Considerations
Staff solicited quotes from fifty-seven utility contractors, including fifty-six Disadvantaged Business
Enterprises using the Minnesota Unified Certification Program database, and three community
organizations that work with Minority and Women Business Enterprises.
Recommended Action
Motion to authorize the Mayor and Interim City Manager to execute the Contract for Gate Valve
Repairs with Valley Rich Co., Inc. in the form approved by the City Attorney.
67
Supporting Documents
Contract for Gate Valve Repairs with Valley Rich Co., Inc.
68
1
CONTRACT FOR GATE VALVE REPAIRS
WITH VALLEY RICH CO., INC.
THIS AGREEMENT is made this 19th day of March 2024 (the “Effective Date”) by and between Valley Rich
Co., Inc., a sewer and water contractor located at 147 Jonathan Boulevard North #4, Chaska, MN 55318
(“Contractor”), 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. Contractor is engaged in the business of excavatingto repair,replace, and relocatepotable water
distribution components.
B. The City desires to hire Contractor to repair, replace, and relocate potable water distribution
components.
C. Contractor represents that it has the professional expertise and capabilities to provide the City
with the requested work.
D. The City desires to engage Contractor to provide the work described in this Agreement and
Contractor is willing to provide such work on the terms and conditions in this Agreement.
NOW, THEREFORE, in consideration of the terms and conditions expressed herein, the City and
Contractor agree as follows:
AGREEMENT
1.The Work.Contractor shall perform the work more fully described in the attached Exhibit A (the
“Work”). The Work includes all work and services required by this Agreement, whether completed or
partially completed, and includes all labor, materials, equipment, andservices provided or to be provided
by Contractor to fulfill Contractor’s obligations. All Work shall be completed according to the
specifications set forth in the attached Exhibit B and the standard details set forth in the attached Exhibit
C. Contractor shall at all times keep the premises free from accumulation of waste materials and debris
caused by Contractor’s operations.
2.Time for Completion.The Contractor shall proceed diligently and shallcomplete the Work to the
satisfaction and approval of the City’s authorized agent according to the deadlines set forth in Exhibit A
(the “Contract Time”). Contractor shallto notify the City in writing of any cause of delay of the Workwithin
24 hours after such cause of delay arises. If Contractor fails to complete the Work by the Contract Time,
the City may immediately, or at any time thereafter, proceed to complete the Work at the Contractor’s
expense. If Contractor gives written notice of a delay over which Contractor has no control, the City may,
at its discretion, extend the Contract Time.
3.Consideration.In consideration of the performance of the Work, the City shall pay to Contractor
the amount set forth in the attached Exhibit D (the “Contract Price”). The consideration shall be for both
the Work performed by Contractor and the expenses incurred by Contractor in performing the Work.
Contractor shall submit statements to the City containing a detailed list of project labor and hours, rates,
69
2
titles, and amounts undertaken by Contractor during the relevant billing period. The City shall pay
Contractor within thirty (30) days after receiving a statement from Contractor.
4.Extra Work.Unless approved by the City in writing, Contractor shall make no claim for extra work
done or materials furnished, nor shall Contractor do any work or furnish any materials not covered by the
plans and specifications of this Agreement. Any such work or materials furnished by Contractor without
written City approval shall be at Contractor’s own risk and expense. Contractor shall perform any altered
plans ordered by the City; if such alteration reduces the cost of doing such work, the actual amount of
such reduction shall be deducted from the contract price for the Work.
5.Contract Documents.The Contract Documents shall consist of this Agreement; all exhibits to this
Agreement, which are incorporated herein by reference; any supplementary drawings, plans, and
specifications; and other documents listed herein.
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:
a. Modifications to this Agreement
b. This Agreement, including all exhibits
c. Supplementary drawings, plans, specifications
d. Other documents listed in this Agreement
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.
6.Expense Reimbursement.Contractor shall not be compensated separately for necessary
incidental expenses. All expenses of Contractor shall be built into Contractor’s fixed compensation rate,
unless reimbursement is provided for an expense that received the prior written approval of the City,
which approval may be provided via electronic mail.
7.Approvals.Contractor shall secure the City’s written approval before making any expenditures,
purchases, or commitments on the City’s behalf beyond those listed in the Work. The City’s approval
may be provided via electronic mail.
8.Protection of Persons and Property.Contractor shall be responsible for initiating, maintaining
and supervising all safety precautions and programs in connection with the performance of the Work.
Contractor shall take reasonable precautions for the safety of, and shall provide reasonable protection to
prevent damage, injury, or loss to:
a. Persons performing the Work and other persons who may be affected by the Work;
b. The Work and materials and equipment to be incorporated therein; and
c. Other property at the site or adjacent to the site, such as trees, shrubs, lawns, walks,
pavement, roadways, structures and utilities.
Contractor shall promptly remedy damage and loss to property caused in whole or in part by Contractor
or any of its subcontractors, agents, or anyone directly or indirectly employed by any of them.
70
3
9.Acceptance of the Work. All of the Contractor’s work and labor shall be subject to the inspection
and approval of the City. If any materials or labor are rejected by the City as defective or unsuitable, then
the materials shall be removed and replaced with other approved materials and the labor shall be done
to the satisfaction and approval of the City at the Contractor’s sole cost and expense. Contractor shall
replace at Contractor’s expense any loss or damage to the Work, however caused, which occurs during
the construction thereof or prior to the final delivery to and acceptance of the Work by the City. Any
payment made to Contractor, shall not be construed as operating to relieve Contractor from responsibility
for the construction and delivery of Work. Acceptance of the completed Work shall be evidenced only by
Final Payment (the “Final Payment”) issued by the City, which shall state the date on which the City
accepts the completed Work (the “Final Completion Date”).
10.Warranty.Contractor represents and warrants that it has the requisite training, skills, and
experience necessary to complete the Work, is appropriately licensed by all applicable agencies and
governmental entities, and will complete the Work in a manner consistent with the level of care and skill
ordinarily exercised by professionals currently providing similar work. Contractor further represents and
warrants to the City that the materials and equipment furnished under this Agreement are of good quality
and new, unless this Agreement requires or permits otherwise. Contractor further warrants that the Work
will conform to the requirements of this Agreement and will be free from defects. Work, materials, or
equipment not conforming to these requirements may be considered defective. Contractor shall promptly
correct any defective Work. Costs of correcting such defective Work, including additional testing and
inspections, the cost of uncovering and replacement, and compensation for any additional services and
expenses made necessary thereby, shall be at Contractor’s expense. Contractor’s warranty shall exclude
remedy for damage or defect caused by abuse, alterations to the Work not executed by Contractor or its
subcontractors, agents, or anyone hired or employed by any of them, improper or insufficient
maintenance, improper operation or normal wear and tear under normal usage.
11.Guarantee.Contractor guarantees and agrees to maintain the stability of the Work and materials
furnished and installed under this contract for a period of one year after the Final Completion Date (the
“Guarantee Period”). Contractor agrees to perform fully all other guarantees as set forth in the
specifications. If any of the Work is found to be not in accordance with the requirements of the Contract
during the Guarantee Period, Contractor shall correct it promptly after receipt of notice from the City to
do so. The City shall give such notice promptly after discovery of the condition. 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 Guarantee Period shall be extended with respect to portions of Work first performed after the Final
Completion Date by the period of time between Final Payment 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.
71
4
12.Termination.This Agreement shall remain in force and effect commencing from the effective
date and continuing until the completion of all of the parties’ obligations hereunder, unless terminated
by the City or amended pursuant to the Agreement. Notwithstanding any other provision hereof to the
contrary, this Agreement may be terminated as follows:
a. The parties, by mutual written agreement, may terminate this Agreement at any time;
b. Contractor 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 Contractor’sfailure to have in force
any insurance required by this Agreement.
In the event of a termination, the City shall pay Contractorfor Work performed to the date of termination
and for all costs or other expenses incurred prior to the date of termination.
13.Amendments.No amendments may be made to this Agreement except in a writing signed by
both parties.
14.Remedies. In the event of a termination of this Agreement by the City because of a breach by
Contractor, the City may complete the Work 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
Contractor shall not be exclusive. The City shall be entitled to exercise any one or more other legal or
equitable remedies available because of Contractor’s breach.
15.Records/Inspection.Pursuant to Minnesota Statutes § 16C.05, subd. 5, Contractor agrees that
the books, records, documents, and accounting procedures and practices of Contractor, that are relevant
to the contract or transaction, are subject to examination by the City and the state auditor or legislative
auditor for a minimum of six years. Contractor 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.
16.Indemnification.To the fullest extent permitted by law, Contractor, and Contractor’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 actionsof any kind,nature,
or character; damages; losses; andcosts, disbursements, and expenses of defending the same, including but
not limited to attorneys’ fees, professional services, and other technical, administrative or professional
assistance resulting from or arising out of Contractor’s (or its subcontractors, agents, volunteers, members,
invitees, representatives, or employees) 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 Contractor,
or arising out of Contractor’s failure to obtain or maintain the insurance required by this Agreement.
Nothing in this Agreement shall constitute a waiver or limitation of any immunity or limitation on liability to
which the City is entitled. The parties agree that these indemnification obligations shall survive the
completion or termination of this Agreement.
17.Insurance.Contractor shall maintain reasonable insurance coverage throughout this
Agreement. Contractor agrees that before any work related to the approved project can be performed,
Contractor shall maintain at a minimum:
72
5
a. Worker’s Compensation Insurance as required by Minnesota Statutes, section 176.181;
b. Business Auto Liability covering vehicles owned by Contractor and non-owned vehicles used
by Contractor, with policy limits not less than $1,000,000.00 per accident, for bodily injury,
death of any person, and property damage arising out of the ownership, maintenance, and
use of such motor vehicles, along with any statutorily required automobile coverage;
c. Commercial General Liability in an amount of not less than $1,000,000.00 per occurrence,
$2,000,000 general aggregate, and $2,000,000 for products-completed operations hazard,
providing coverage for claims including:
i.Damages because of bodily injury, sickness or disease, including occupational sickness
or disease, and death of any person;
ii.Personal and advertising injury;
iii.Damages because of physical damage to or destruction of property, including loss of
use of such property;
iv.Bodily injury or property damage arising out of completed operations; and
v.Contractor’s indemnity obligations under this Agreement.
To meet the Commercial General Liability and Business Auto Liability requirements, Contractor may use a
combination of Excess and Umbrella coverage. Prior to commencement of the Work, Contractor shall
provide the City with a current certificate of insurance including the following language: “The City of
Golden Valley is named as an additional insured with respect to the commercial general liability, business
automobile liability and umbrella or excess liability, as required by the contract. The umbrella or excess
liability policy follows form on all underlying coverages.” Such certificate of liability insurance shall list the
City as an additional insured and contain a statement that such policies of insurance shall not be canceled
or amended unless 30 days’ written notice is provided to the City, or 10 days’written notice in the case
of non-payment.
18.Compliance with State Withholding Tax. 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 by providing to the City Engineer a Certificate of Compliance from the
Commissioner of Taxation. 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.
19.Assignment.Neither the City nor Contractor shall assign this Agreement or any rights under or
interest in this Agreement, in whole or in part, without the other party’s prior written consent. Any
assignment in violation of this provision is null and void. Neither the City nor Contractor shall assign, or
transfer any rights under or interest (including, but without limitation, moneys that may become due or
moneys that are due) in the Agreement without the written consent of the other except to the extent that
the effect of this limitation may be restricted by law. 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 Contractor from
employing such independent consultants, associates, and subcontractors, as it may deem appropriate to
assist it in the performance of the Work required by this Agreement. Any instrument in violation of this
provision is null and void.
73
6
20.Independent Contractor.Contractor is an independent contractor. Contractor’s duties shall be
performed with the understanding that Contractor has special expertise as to the Work which Contractor
is to perform and is customarily engaged inthe independent performance of the same or similar workfor
others. Contractor shall provide or contract for all required equipment and personnel. Contractor shall
control the manner in which the Work is performed; however, the nature of the Work 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. Contractoris 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 Work provided by Contractor pursuant to this Agreement shall be provided by Contractor
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.
21.Compliance with Laws.Contractorshall exercise due professional care to comply with applicable
federal, state and local laws, rules, ordinances and regulations in effect as of the Effective Date.
Contractor’sguests, invitees, members, officers, officials, agents, employees, volunteers, representatives,
and subcontractors shall abide by the City’s policies prohibiting sexual harassment and tobacco, drug, and
alcohol use as defined on the City’s Tobacco, Drug, and Alcohol Policy, as well as all other reasonable work
rules, safety rules, or policies, and procedures regulating the conduct of persons on City property, at all
times while performing duties pursuant to this Agreement. Contractor agrees and understands that a
violation of any of these policies, procedures, or rules constitutes a breach of the Agreement and sufficient
grounds for immediate termination of the Agreement by the City.
22.Entire Agreement.The Contract Documents shall constitute the entire agreement between the
City and Contractor, and supersede any other written or oral agreements between the City and
Contractor.
23.Third Party Rights.The parties to this Agreement do not intend to confer any rights under this
Agreement on any third party.
24.Choice of Law and Venue.This Agreement shall be governed by and construed in accordance with
the laws of the state of Minnesota. Any disputes, controversies, or claims arising out of this Agreement
shall be heard in the state or federal courts of Hennepin County, Minnesota, and all parties to this
Agreement waive any objection to the jurisdiction of these courts, whether based on convenience or
otherwise.
25.Work Products and Ownership of Documents. All records, information, materials and other work
products, including, but not limited to the completed reports, drawings, plans, and specifications prepared
and developed in connection with the provision of the Work pursuant to this Agreement shall become the
property of the City, but reproductions of such records, information, materials and other work products
in whole or in part may be retained by Contractor. Regardless of when such information was provided,
Contractor agrees that it will not disclose for any purpose any information Contractor has obtained arising
out of or related to this Agreement, except as authorized by the City or as required by law. These
obligations survive the termination of this Agreement.
26.Conflict of Interest.Contractor shall use reasonable care to avoid conflicts of interest and
appearances of impropriety in representation of the City. In the event of a conflict of interest, Contractor
74
7
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 Work.
27.Agreement Not Exclusive.The City retains the right to hire other professionals, contractors and
service providers for this or other matters, in the City’s sole discretion.
28.Data Practices Act Compliance.Any and all data provided to Contractor, received from Contractor,
created, collected, received, stored, used, maintained, or disseminated by Contractor 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. Contractoragrees 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 Contractor 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.
29.No Discrimination.Contractor agrees not to discriminate in providing the Work 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 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. Contractoragrees 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 Work 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.
30.Authorized Agents.The City’s authorized agent for purposes of administration of this contract is
Tim Kieffer, or designee. Contractor’s authorized agent for purposes of administration of this contract is
Pete Nasvik, or designee who shall perform or supervise the performance of all Work.
31.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:
CONTRACTOR THE CITY
Valley Rich Co., Inc.
147 Jonathan Boulevard North #4
Chaska, MN 55318
pete@valleyrich.com
City of Golden Valley
7800 Golden Valley Road
Golden Valley, MN 55427
tkieffer@goldenvalleymn.gov
or such other contact information as either party may provide to the other by notice given in accordance
with this provision.
32.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.
75
8
33.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.
34.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.
35.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 Contractor did not
authorize the Signatory to sign on its behalf, the Signatory agrees to assume responsibility for the duties
and liability of Contractor, described in this Agreement, personally.
36.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.
37.Recitals.The City and Contractor agree that the Recitals are true and correct and are fully
incorporated into this Agreement.
IN WITNESS WHEREOF,the City and Contractor have caused this Independent Contractor Agreement to
be executed by their duly authorized representatives in duplicate on the respective dates indicated
below.
VALLEY RICH CO.,INC.:CITY OF GOLDEN VALLEY:
By: _________________________________
Pete Nasvik, Project Manager
By: _________________________________
Roslyn Harmon, Mayor
By: _________________________________
Noah Schuchman, Interim City Manager
76
EXHIBIT A
SCOPE OF WORK
1.Work. The Work shall include all labor and equipment necessary to repair, replace, or relocategatevalves
or other potable water distribution componentsat the locations indicated on the maps in this Exhibit A. The Work
shall include, but not limited to, excavation; removal and disposal of old gate valves; installation of new gate
valves; and backfill and compact the excavated trench. The City shall furnish new gate valves, parts and/or bolts,
trucking, and backfill material. Newly installed bolts shall be sprayed with an approved automobile undercoating
agent afterinstallationandwrap entire valve assembly in plastic. All bolts on the valve shall be replaced, including
the bolts that connect the valve to the existing pipe material. All bolts and nuts used for this project shall be
stainless steel or “Core Blue” as approved by the Authorized Agent. Each excavation of gate valve may include
supplemental work as follows:
A. Type A – Street Repair
Removal of bituminous. Replace gate valve and adjust new valve box to within 1/4 inch below top of
wear course grade. Installation and compaction of 6 inches of Class 5 per City of Golden Valley
Standard Details in Exhibit C.
B. Type B – Street & Curb Repair
Removal of bituminous and concrete curb and gutter. Replace gate valve and adjust new valve box
to within 1/4 inch below top of wear course grade. Installation and compaction of 6 inches of Class 5
per City of Golden Valley Standard Details in Exhibit C.
C. Type C – Sidewalk/Concrete Repair
Removal of concrete sidewalk and/or driveway. Replace gate valve and adjust new valve box to
within 1/4 inch below top of concrete grade.Installation and compaction of 4 inches of Class 5 per
City of Golden Valley Standard Details.
D. Type D – Concrete/Sod Repair
Removal of concrete curb and gutter. Replace gate valve and adjust new valve box to within 1/4 inch
below sod grade. Installation and compaction of 4 inches of Class 5 per City of Golden Valley
Standard Details.
E. Type E – Sod Repair
Adjust new valve box to within ¼ inch below sod grade.
2.Schedule.The Work shall commence May 1, 2024, or earlier if approved by the City and Minnesota
Department of Transportation Metro Spring Load Restrictions have ended, and conclude June30, 2024.
3.Location. The Location Maps in this Exhibit A identify the location of each repair.
77
78
79
EXHIBIT B
SPECIAL CONDITIONS
1.Responsible Contractor Certification. Contractor and subcontractor(s) shall be a “responsible contractor”
as defined in Minnesota Statutes §16C.285, subdivision 3. Contractor or subcontractor(s) that do not meet the
minimum criteria established in Minnesota Statutes §16C.285, subdivision 3, or who fails to verify compliance
with the minimum requirements, will not be a “responsible contractor” and will be ineligibleto perform the Work.
Contractor and subcontractor(s) are that make a false statement verifying compliance with any of the minimum
criteria shall result in the termination of this Agreement.
2.Pre-Construction Meeting. Prior to the beginning of construction operations, a pre-construction
meeting shall be held, and shall be attended by the authorized representatives of the City and persons of the
contracting company 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 pre-construction meeting:
A. Critical path phasing plan and schedule, which details all controlling operations. This shall be
submitted a minimum of three (3) days before the pre-construction meeting.
B. General project contact information including emergency contacts.
C. Traffic Control plan.
3.Safety Precautions and Accident Prevention. The Contractor shall observe and comply with all
requirements to the safety of the workforce to be employed on the project. Contractor shall comply with all
safety measures recommended and required by any governmental agency, including the Department of Labor
and Industry, Division of Accident Prevention of the Industrial Commission of Minnesota, and with the
requirements of the Workmen's Compensation Act and any amendments thereof. Attention is called to the
other paragraphs of these Special Conditions covering safety precautions and accident prevention. The
Contractor shall be responsible for all safety issues on this project. The Contractor shall comply with instructions
from the City for implementing any additional requirements for safety concerns.
4.Permits and Licenses.Contractor shall procure all permits and licenses as required, pay all charges and
fees and give all notices necessary and incidental to the due and lawful prosecution of the Work.
5.Locating Utilities. 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 prior to 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
80
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. 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 relative to the surface, overhead or underground structures or by reason of Contractor’s failure to
properly protect and maintain such structures.
6.Utility Conflicts.Contractor shall coordinate its efforts with 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 Work. 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 Workto promptly relocate,
remove, or adjust such facilities. It is anticipated that some facilities will be in conflict with the work on this project
that Contractor will be expected to guard and protect these facilities. No claims for extra compensation to perform
the Work 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.
7.Mobilization. The lump sum for mobilization is to include all aspects of work and shall include
mobilization to all of the areas identified in the Location Maps herein Exhibit A.
8.DOT Compliance. All of Contractor’s drivers performing work for the Citymust be in compliance with DOT
requirements related to holding a Commercial Driver’s License (CDL). Contractor shall be responsible for ensuring
its own compliance with all applicable DOT regulations and requirements, including but not limited to DOT
regulations related to drug testing and the maintenance of drug testing records. Contractor shall indemnify and
hold harmless the City for any fines incurred as a result of Contractor’s failure to comply with DOT requirements
as set forth above. It shall be Contractor’s responsibility to comply and provide evidence to the City of DOT
compliance upon request.
9.Hours of Operation.Work shall occur Monday through Friday from 7:00 a.m. to 7:00 p.m., excluding
holidays. On streets designated as high-volume or County roadways, Contractor’s Work shall be restricted to the
hours of 9:00 a.m. to 3:30 p.m., or after 6:00 p.m. for any Work within the traveled portion of the roadway.
High Volume Roadways
A. Betty Crocker Boulevard between US 169 and General Mills Blvd
B. Boone Avenue North between TH 55 and Plymouth Ave
C. General Mills Boulevard between Wayzata Blvd and TH 55
D. Golden Hills Drive between Wayzata Blvd and Turners Crossroad
E. Golden Valley Road between Boone Avenue and Douglas Drive
F. Laurel Avenue between Winnetka Avenue and Xenia Avenue
G. Louisiana Avenue South between Laurel Avenue and I-394
H. Noble Avenue North between Golden Valley Road and 34
th Ave N
I.North and South Frontage Roads of I-394
J.Olympia Street between Winnetka Avenue and Douglas Drive
K. Plymouth Avenue between US 169 and Winnetka Avenue
L. Regent Avenue North between Duluth Street and 34
th Ave N
M. Rhode Island Avenue between 10
th Avenue and TH 55
N. Wayzata Boulevard all portions in Golden Valley City Limits
81
O. Winnetka Avenue between TH 55 and I-394
P. Xenia Avenue South between Glenwood Avenue and I-394
Q. Zenith Avenue North between 26
th Ave N and Theodore Wirth Pkwy
County Roadways
A. Douglas Drive North
B. Duluth Street between Douglas Drive North and Regent Avenue North
C. Glenwood Avenue between TH 55 and Theodore Wirth Parkway
D. Golden Valley Road between Regent Avenue North and Xerxes Avenue North
E. Medicine Lake Road between TH 169 and Douglas Drive North
F. Winnetka Avenue North between TH 55 and Medicine Lake Road
10.Noise Elimination. The 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 manufacturer.
11.Care of Work.All work under this contract shall be accomplished with reasonable care and minimal
damage to affected properties. The Contractor shall provide quality cleanup after removal and repair of any
damage done by the Contractor’s equipment.
12.Traffic Control and Maintenance (2563). Contractor shall maintain traffic at all times while performing
the Work in accordance with the current Minnesota Manual of Uniform Traffic Control Devices (MMUTCD) Field
Manual and its supplements, or as deemed necessary by the Engineer, when the Work occurs on or adjacent to
any street, alley or public place. Contractor shall provide, under the traffic control item, all construction signage
and traffic control devices for the protection of persons, property and the Work. Contractor shall be responsible
for maintaining traffic control devices during the Work. In the event that the City must install additional signs for
traffic control for safety purposes, the cost for such measures shall be bilexled to Contractor or withheld from
monies due. The Contractor shall be held responsible for all damaged from failure to protect the work zone.
When single lane traffic is necessary, flagmen must be provided to direct traffic. Contractor shall provide
certifications of all flagmen that will be working on this project.
13.Manual References. The Specifications which apply to the Work shown in the Plans shall be as follows:
A. Special Conditions and Standard Details in Exhibits A, B, and C.
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 as modified or supplemented in these
Special Conditions. 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. The most current edition of the Minnesota Manual on Uniform Traffic Control Devices and its
supplements.
D. Division I, 1507 (Utility Property and Service) and Division I, 1512 (Unacceptable and unauthorized
work) of the Minnesota Department of Highways Standard Specification for Construction, most
current edition, and its supplements, shall apply, except as modified or supplemented herein.
82
E. Division II (Construction Details) and Division III (Materials) of the Minnesota Department of
Highways Standard Specification for Construction, most current edition, and its supplements, shall
apply, except as modified or supplemented herein.
14.Tree and Landscape Preservation. Contractor shall protect existing trees and shrubbery that may be
impacted by theWork, including but not limited to, cutting, breaking, orshredding of roots; wounding or scraping
of trunksand branches; smothering of root systems bystockpiling of construction materials or excavated materials
within their drip lines; excess foot or vehicular traffic; or parking of vehicles within their drip lines. All branches
that have been damaged by Contractor shall be properly trimmed in accordance with National Arboriculture
Standards by the end of the workday. Contractor shall have on-site an approved wound dressing to be applied to
freshly cut branch ends immediately (within 10 minutes) after damage to prevent Emerald Ash Borer disease.
Contractor shall also notify the Engineer immediately of any damaged branches. When excavating near trees,
Contractor shall cut cleanly back to the soil line, allexposed, shredded or torn roots greater than 1-½” in diameter,
with proper pruning equipment. The cost to cut roots shall be incidental for which there shall be no direct
compensation. When excavating or sloping within fifteen (15) feet of anytree, Contractor shall coordinate all such
efforts with the Assistant City Forester. Standard excavation procedures may need to be modified for large trees
that have their trunks closer than five (5) feet from the excavation or sloping limits. Contractor shall be required
to provide protection to all exposed oak tree roots that are cut prior to July 1. Contractor shall have on-site an
approved wound dressing to be applied to freshly cut root ends immediately (within 10 minutes) after excavation
to prevent oak wilt infection. Wound dressing will not be permitted for any other situation other than oaks or
ashes damaged by construction before July 1. Contractor shall coordinate all such work with the Assistant City
Forester.
15.Sanitary Provisions. Contractor shall observe and comply with all laws, rules, and regulations of the
State and Local Health Authorities. 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.
16.Measurement and Payment.Payment for all items for this project shall be by the unit price as stated in
Exhibit D. The estimated quantities on the Proposal form are for determination of the lowest cost for the Work.
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 extra compensation due to increased or decreased quantities shall be
considered. Contractor shall submit all final quantities to the City within one month after completion of the
Work.
17.Contract Extension. Contractor shall perform fully, entirely, and in an acceptable manner, the Work contracted
for within the time stated in Exhibit A. Contractor shall, not less than ten (10) days prior to said date, make
written request to the City for an extension of time for completion, setting forth fully in its request the reasons
which Contractor believes justify the granting of the request. If the City finds that the Work has been delayed on
account of unusual conditions beyond the control of Contractor, or the quantities of the Work done or to be
83
done are in excess of the Contract quantities in sufficient amount to warrant additional time; the City may, in its
sole discretion, grant an extension of time for the completion to such date as may seem reasonable and proper.
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, except that it shall not be necessary to give Contractor written ten (10) days’ notice for such forfeiture.
84
EXHIBIT C
CITY OF GOLDEN VALLEY STANDARD DETAILS
85
EXHIBIT D
PROPOSAL
Contractor certifies that an examination has been made of the scope and location of work and proposes to furnish
all necessary machinery, equipment, tools, labor and other means for the Work and to furnish all materials
specified in the manner and at the time prescribed in the Contract Documents. Contractor understands that the
quantities shown herein are approximate only and are subject to increase or decrease. Contractor further
understands all quantities, whether increased or decreased, shallbe performed at the unit pricesbelow.The cost
of hauling to the dumpsite and the cost of dumping material at the site shall be included in the prices bid for the
equipment.
Item
Number Description Units Quantity Unit Price Total
2021.501 MOBILIZATION LS 1 $8,000.00 $8,000.00
2504.602 4-INCH VALVE REPAIR EACH 1 $3,450.00 $3,450.00
2504.602 6-INCH VALVE REPAIR EACH 20 $3,450.00 $69,000.00
2504.602 8-INCH VALVE REPAIR EACH 15 $3,450.00 $51,750.00
2504.602 12-INCH VALVE REPAIR EACH 4 $3,750.00 $15,000.00
2563.601 TRAFFIC CONTROL LS 1 $5,000.00 $5,000.00
TOTAL COST TO PROVIDE SERVICES FOR GATE VALVEREPAIRS $152,200.00
86
EXECUTIVE SUMMARY
Public Works
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
3C.5. Approve Purchase of Gate Valves and Parts from Core & Main
Prepared By
Tim Kieffer, Public Works Director
Joe Hansen, Utility Maintenance Superintendent
Summary
The city contracts water distribution repairs annually in conjunction with mill and overlay projects. The
city purchases the valves and parts to reduce costs by eliminating sales tax or mark-ups the contractor
may impose. Gate valves are critical in maintaining the water distribution system and limiting the
number of affected properties by isolating the water supply during emergency repairs.
Staff solicited quotes for the gate valves and parts. Two quotes were received and are below:
Boys Water Products $109,716.51
Core & Main $107,092.48
Financial or Budget Considerations
The 2024-2033 Water and Sanitary Sewer Capital Improvement Program includes $200,000 for mill
and overlay water repairs (W&SS-051).
Legal Considerations
The proposed valves and parts will be purchased following using Minn. Stat. § 471.345 Subd. 4 - The
contract may be made either upon sealed bids or by direct negotiation, by obtaining two or more
quotations for the purchase or sale when possible, and without advertising for bids or otherwise
complying with the requirements of competitive bidding. All quotations obtained shall be kept on file
for a period of at least one year after receipt thereof.
Equity Considerations
The purchase satisfies Pillar 3 of the Equity Plan by providing unbiased programs and services. Reliable
potable water service is essential for public health, safety, and the economic vitality of a community.
Recommended Action
Motion to approve purchase of gate valves and parts from Core & Main in the amount of $107,092.48.
Supporting Documents
87
Boys Water Products Quote
Core & Main Quote
88
1109 Stagecoach Rd,
Shakopee, MN 55379
sales@boyswaterproducts.com
952-500-2308
Estimate
QUOTE #:Q-6350
EXPIRATION DATE:3/1/2024
BID INFORMATION Location
Job Name: AVK Bid
Bid Date:
Plan Room:
Engineer:
Derek Goddard
City of Golden Valley
7720 Golden Valley Road
Golden Valley, MN 55427
dgoddard@goldenvalleymn.gov
763-593-8038
Item #Description Qty Rate Total
12" MJ R/S Gate Valve OL w/2" BRONZE Nut-AVK 6 EA $3,010.27 $18,061.62
8" MJ R/S Gate Valve OL w/2" BRONZE Nut-AVK 15 EA $1,585.20 $23,778.00
6" MJ R/S Gate Valve OL w/2" BRONZE Nut-AVK 20 EA $1,034.63 $20,692.60
4" MJ R/S Gate Valve OL w/2" BRONZE Nut-AVK 1 EA $819.69 $819.69
8'0" Bury 16" B/O 6" MJ PHH 4-1/2" MPLS/NST 304 SS Lower
Stem #5 OP Nut w/Chain-Yellow
3 EA $4,098.14 $12,294.42
8" Romac Alpha Coupling (8.60-9.10) 3 EA $699.07 $2,097.21
6" Romac Alpha Coupling (6.60-7.00) 5 EA $541.26 $2,706.30
8" HYMAX Cut In Sleeve 2 EA $566.61 $1,133.22
6" HYMAX Cut In Sleeve 3 EA $423.91 $1,271.73
12" MJ Restrained Gland DI-USA (28.5#) 10 EA $122.28 $1,222.80
12" MJ Plain Rubber Gasket 10 EA $8.07 $80.70
8" MJ Restrained Gland DI-USA (14.5#) 30 EA $56.78 $1,703.40
8" MJ Plain Rubber Gasket 30 EA $5.45 $163.50
6" MJ Restrained Gland DI-USA (11#) 40 EA $37.21 $1,488.40
6" MJ Plain Rubber Gasket 40 EA $4.38 $175.20
4" MJ Restrained Gland DI-USA (7.5#) 1 EA $31.61 $31.61
4" MJ Plain Rubber Gasket 2 EA $2.90 $5.80
3/4"x4" MJ Bolt/Nut Cor-Blue 400 EA $3.46 $1,384.00
3/4"x3-1/2" MJ Bolt/Nut Cor-Blue 350 EA $3.36 $1,176.00
TU Type G Valve Box-USA 41 EA $358.51 $14,698.91
Rubber #6 Base Valve Box Adapter 41 EA $115.40 $4,731.40
SHIPPING $0.00
TOTAL $109,716.51
Certified DBE in MN, WI, IA, ND, SD; TGB; CERT SBE and WBE
Freight Allowed
Quotation on named goods only. FOB Boys Water Products unless otherwise noted. Acceptance of the quotation is
acceptance of company Terms and Conditions. Prices do not include local, state, or federal taxes. All quantities to be
verified before shipment. All pipe is sold in full lengths only. All fabric is sold in full rolls only. Any additions are subject to
price increases.
89
Seq#Qty Descrip on Units Price Ext Price
10 **THIS QUOTATION WAS PREPARED
20 WITHOUT A COMPLETE SET OF
30 PLANS & SPECS - CONTRACTOR TO
40 VERIFY ALL MATERIAL REQUIRED**
60 DEDUCT $6,000 IF ALL ITEMS ARE
70 ORDERED
90 AVK GATE VALVE
110 6 12 AVK #65 MJ GV OL BRZ ON EA 3,055.00 18,330.00
120 15 8 AVK #65 MJ RW GV OL BRZ ON EA 1,608.75 24,131.25
130 20 6 AVK #65 MJ RW GV OL BRZ ON EA 1,050.00 21,000.00
140 1 4 AVK #65 MJ RW GV OL BRZ ON EA 831.89 831.89
160 FIRE HYDRANT
180 3 2700-14 AVK HYD 8'B GOLDEN VLY EA 4,091.24 12,273.72
200 ROMAC ALPHA CPLG
220 3 ALPHA-A-9.10 8 CPLG EA 664.75 1,994.25
230 5 ALPHA-A-7.00 6 CPLG EA 514.68 2,573.40
250 HYMAX SLEEVES
270 2 791-56-08216-16 8 CUT IN SLV EA 555.49 1,110.98
280 3 791-56-06165-16 6 CUT IN SLV EA 428.06 1,284.18
300 MJ ACCESSORIES
320 10 12" MJ DI RESTRAINT - USA EA 115.25 1,152.50
330 10 12" MJ GASKET EA 8.57 85.70
340 30 8" MJ DI RESTRAINT - USA EA 63.75 1,912.50
350 30 8" MJ GASKET EA 5.62 168.60
360 40 6" MJ DI RESTRAINT - USA EA 35.65 1,426.00
370 40 6" MJ GASKET EA 5.18 207.20
380 1 4" MJ DI RESTRAINT - USA EA 30.65 30.65
390 2 4" MJ GASKET EA 5.18 10.36
400 350 3/4"X3-1/2" BLUE MJ BOLT & NUT EA 3.67 1,284.50
410 400 3/4" X 4" BLUE MJ BOLT & NUT EA 4.01 1,604.00
430 VALVE BOX & ADAPTERS
450 41 "G" VALVE BOX EA 419.00 17,179.00
510 41 GATE VALVE ADAPTER #6 BASE EA 109.80 4,501.80
02/19/2024 - 9:39 AM Actual taxes may vary Page 1 of 2
GOLDEN VALLEY CITY OF
Job Loca on: golden valley, MN
Bid Date: 02/21/2024
Core & Main 3359740
Core & Main
15800 W 79th St
Eden Prairie, MN 55344
Phone: 9529379666
Fax: 9529378065
Bid Proposal for GOLDEN VALLEY
90
Seq#Qty Descrip on Units Price Ext Price
Sub Total 113,092.48
Tax 0.00
Total 113,092.48
UNLESS OTHERWISE SPECIFIED HEREIN, PRICES QUOTED ARE VALID IF ACCEPTED BY CUSTOMER AND PRODUCTS ARE RELEASED BYCUSTOMER FOR MANUFACTURE WITHIN THIRTY (30) CALENDAR DAYS FROM THE DATE OF THIS QUOTATION. CORE & MAIN LPRESERVES THE RIGHT TO INCREASE PRICES TO ADDRESS FACTORS, INCLUDING BUT NOT LIMITED TO, GOVERNMENT REGULATIONS,TARIFFS, TRANSPORTATION, FUEL AND RAW MATERIAL COSTS. DELIVERY WILL COMMENCE BASED UPON MANUFACTURER LEADTIMES. ANY MATERIAL DELIVERIES DELAYED BEYOND MANUFACTURER LEAD TIMES MAY BE SUBJECT TO PRICE INCREASES AND/ORAPPLICABLE STORAGE FEES. THIS BID PROPOSAL IS CONTINGENT UPON BUYER’S ACCEPTANCE OF SELLER’S TERMS ANDCONDITIONS OF SALE, AS MODIFIED FROM TIME TO TIME, WHICH CAN BE FOUND AT: h ps://coreandmain.com/TandC/
02/19/2024 - 9:39 AM Actual taxes may vary Page 2 of 2
Bid Proposal for GOLDEN VALLEY
Bid #: 3359740
91
EXECUTIVE SUMMARY
Public Works
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
3C.6. Approve Purchase of Two Police Transit Vans from Tenvoorde Ford, Inc.
Prepared By
Tim Kieffer, Public Works Director
Virgil Green, Police Chief
Marshall Beugen, Street and Vehicle Maintenance Superintendent
Summary
Staff proposes to purchase two transit vans for the Police Department. One van is to replace the
drone van, unit 860, which is a repurposed 2002 Workhorse van and at end of life.
The other van is an addition to the fleet and will be used for community engagement events that fits
into the department’s mission by providing quality service to the growing diverse Golden Valley
community, fostering a cooperative spirit with citizens and community partners, and working to
promote an environment that is safe. Its primary function will be to encourage neighborhood-police
interaction by allowing police officers to bring their offices to the community.
The current vendor with the state contract has stopped contact with staff. Therefore, staff had to
obtained quotes. The second lowest quote was Tenvoorde Ford which is approximately $3,700 more
per vehicle than the current state contract. Staff recommends going with the second lowest quote
because the lowest quote is no longer available. Additionally, given the current situation and supply
chain issues, staff thinks this is a good alternative rather than waiting until 2025 when pricing will
most likely increase.
Financial or Budget Considerations
The 2024-2033 Vehicles and Equipment Capital Improvement Program includes $45,000 for the
purchase of a drone van (V&E-198). Additional funding will come from the State Public Safety Fund.
Legal Considerations
The proposed vehicles will be purchased following using Minn. Stat. § 471.345 Subd. 4 - The contract
may be made either upon sealed bids or by direct negotiation, by obtaining two or more quotations
for the purchase or sale when possible, and without advertising for bids or otherwise complying with
the requirements of competitive bidding. All quotations obtained shall be kept on file for a period of at
least one year after receipt thereof.
Equity Considerations
92
The proposed purchases allow staff to perform their duties more effectively and better serve the
community.
Recommended Action
Motion to approve purchase of two 2024 Ford Transit Vans from Tenvoorde Ford, Inc. in the amount
of $115,690.00.
Supporting Documents
Midway Ford Quote
Tenvoorde Ford, Inc. Quote
93
Midway Ford Commercial Travis Swanson
Fleet and Government Sales 651-343-5212
2777 N. Snelling Ave. tswanson@rosevillemidwayford.com
Roseville MN 55113
Fax # 651-604-2936
2024 Transit 250 Mid Roof Cargo Van AWD R2C
Standard
10 Speed Auto Vinyl Bucket Seats Dual Front Air Bags
Tilt Wheel 4-Wheel ABS Brakes Vinyl Floor
AM/FM Radio Power Locks Roll/Stability Control
Power Windows Sliding Side Door Rear-View Camera
3.5L V6
Options Code Price Select
3.5L EcoBoost 99G $1,998 x
Privacy Gl;ass(Required)92E $205 x
Overhead Shelf 66D $69 x Exterior Colors Code Select
Upfitter Package 67C $236 x Blue Jeans Metallic N1
Upfitter Module 55A $232 x Magnetic Metallic J7
2 Extra Keys 86F $69 x School Bus Yellow BY
Reverse Sensing 43R $269 x Caribou Metallic H5
Exterior Upgrade 18D $487 x Agate Black($182.00)UM x
Interior Upgrade 96C $1,306 x Race Red PQ
Ambulance Prep 47B $1,452 x Ingot Silver Metallic UX
Back-up Alarm 43B $137 x Oxford White YZ
Agate Black UM $182 x
Extended Service Contracts Cost Select
Option Total $6,642
You must have a active FIN code to participate in this
Base Price Totals purchase contract : FIN code #
$52,982.81 Purchase Order required prior to order placement
Options Price Totals $6,642.00
Extended Warranty PO #
Transit Impr Excise Tax $20.00
Tax Exempt Lic
6.5% Sales Tax Name of Organization
Document fee
Sub total per vehicle $59,644.81
Number of Vehicles 2 Address
Grand Total for all units $119,289.62
City, State, Zip
Acceptance Signature Contact Person/ Phone #
Print Name and Title Date Contact's e-mail address and fax #
94
Invoice No.QC482FT
INVOICE
Customer Misc
Name Date 2/22/2024
Address Order No.2
City Golden Valley State MN ZIP 55427 Rep
Phone FOB
Qty Unit Price TOTAL
2 57,845.00$ 115,690.00$
2
2 Interior Upgrade Package
2
2
2
2
2
2
2
SubTotal 115,690.00$
Shipping
Payment Select One…Tax Rate(s)0.00%-$
Comments TOTAL 115,690.00$
Name
CC #
Expires
TENVOORDE FORD, INC, PO BOX 1045, ST CLOUD, MN 56302
Office Use Only
Front Overhead Shelf
Back Up Alarm
Upfitter Interface Module
Includes
Exterior Upgrade Package
Upfitter Package
Ambulance Prep Package
2 Additional Keys
Reverse Sensing
TENVOORDE FORD, INC
P O BOX 1045
ST CLOUD, MN 56302
City of Golden Valley QC482
7800 Golden Valley Road
Description
2024 Ford Transit 250 Medium Roof AWD R2D 148" Black
95
EXECUTIVE SUMMARY
Public Works
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
3C.7. Approve Contact for Crack Sealing with SealTech, Inc.
Prepared By
Tim Kieffer, Public Works Director
RJ Kakach, PE, Assistant City Engineer
Marshall Beugen, Street Maintenance Superintendent
Summary
The City’s Pavement Management Program (PMP) includes asphalt maintenance, rehabilitation, and
reconstruction to address the needs of the City’s streets. Through this program, timely and cost-
effective measures are taken to construct and extend pavement life.
As asphalt pavement ages, it is subject to the weathering effects of water, air, sun, cold winters, and
hot summers. As pavement naturally expands and contracts through the seasons, it forms thermal
cracks.
Crack sealing is a maintenance effort in which an elastic polymeric material is placed inside of the
cracks. This is done to prevent water from penetrating into the pavement and subgrade which
substantially extends the life of the pavement. Crack sealant lasts approximately 2-5 years. This year’s
project is located in Maintenance Zone 3.
Quotes for the 2024 Crack Sealing Project were received on March 1, 2024, and are listed below:
Allied Blacktop Company $79,000
Fahrner Asphalt Sealers, LLC $193,000
Northwest Asphalt and Maintenance $135,000
SealTech, Inc.$62,500
Financial or Budget Considerations
Funding for this project will come from Street Maintenance Operating Budget (1440.6440) which
includes $220,500 for miscellaneous contractual street maintenance such as striping, concrete
shaving, pavement preservation and crack sealing.
Legal Considerations
The City Attorney has reviewed and approved the contract.
96
Equity Considerations
Staff solicited quotes from sixty-four contractors, including fifty-eight Disadvantaged Business
Enterprises using the Minnesota Unified Certification Program database, and three community
organizations that work with Minority and Women Business Enterprises.
Recommended Action
Motion to authorize the Mayor and Interim City Manager to execute the Contract for Crack Sealing
with SealTech, Inc. in the form approved by the City Attorney.
Supporting Documents
Contract for Crack Sealing with SealTech, Inc.
97
1
CONTRACT FOR CRACK SEALING WITH SEALTECH, INC.
CITY OF GOLDEN VALLEY PROJECT NUMBER 24-05
THIS AGREEMENT is made this 19th day of March, 2024 (the “Effective Date”) by and between SealTech,
Inc., an asphalt maintenance company located at 743 Pioneer Trail SE, Cambridge, MN 55008
(“Contractor”), 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. Contractor is engaged in the business of asphalt pavement crack sealing.
B. The City desires to hire Contractor to furnish and apply crack sealant.
C. Contractor represents that it has the professional expertise and capabilities to provide the City
with the requested work.
D. The City desires to engage Contractor to provide the work described in this Agreement and
Contractor is willing to provide such work on the terms and conditions in this Agreement.
NOW, THEREFORE, in consideration of the terms and conditions expressed herein, the City and
Contractor agree as follows:
AGREEMENT
1.The Work.Contractor shall perform the work more fully described in the attached Exhibit A (the
“Work”). The Work includes all work and services required by this Agreement, whether completed or
partially completed, and includes all labor, materials, equipment, and services provided or to be provided
by Contractor to fulfill Contractor’s obligations. All Work shall be completed according to the
specifications set forth in the attached Exhibit B.
2.Time for Completion.The Contractor shall proceed diligently and shallcomplete the Work to the
satisfaction and approval of the City’s engineerbetween May 1st and July 14, 2024 (the“Contract Time”).
Contractor shall to notify the City in writing of any cause of delay of the Work within 24 hours after such
cause of delay arises. If Contractor fails to complete the Work by the Contract Time, the City may
immediately, or at any time thereafter, proceed to complete the Work at the Contractor’s expense. If
Contractor gives written notice of a delay over which Contractor has no control, the City may, at its
discretion, extend the Contract Time.
3.Consideration.The consideration, which the City shall pay to Contractor according to the details
set forth in the attached Exhibit C. The consideration shall be for both the Work performed by Contractor
and the expenses incurred by Contractor in performing the Work. Contractor shall submit statements to
the City containing a detailed list of project labor and hours, rates, titles, and amounts undertaken by
Contractor during the relevant billing period. The City shall pay Contractor within thirty (30) days after
receiving a statement from Contractor.
98
2
4.Permits. Contractor shall obtain, at its sole cost, all permits required for the performance of the
Work.
5.Extra Work.Unless approved by the City in writing, Contractor shall make no claim for extra work
done or materials furnished, nor shall Contractor do any work or furnish any materials not covered by the
plans and specifications of this Agreement. Any such work or materials furnished by Contractor without
written City approval shall be at Contractor’s own risk and expense. Contractor shall perform any altered
plans ordered by the City; if such alteration reduces the cost of doing such work, the actual amount of
such reduction shall be deducted from the contract price for the Work.
6.Contract Documents.The Contract Documents shall consist of this Agreement; all exhibits to this
Agreement, which are incorporated herein by reference; any supplementary drawings, plans, and
specifications; and other documents listed herein.
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:
a. Modifications to this Agreement
b. This Agreement, including all exhibits
c. Supplementary drawings, plans, specifications
d. Other documents listed in this Agreement
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.
7.Expense Reimbursement.Contractor shall not be compensated separately for necessary
incidental expenses. All expenses of Contractor shall be built into Contractor’s fixed compensation rate,
unless reimbursement is provided for an expense that received the prior written approval of the City,
which approval may be provided via electronic mail.
8.Approvals.Contractor shall secure the City’s written approval before making any expenditures,
purchases, or commitments on the City’s behalf beyond those listed in the Work. The City’s approval
may be provided via electronic mail.
9.Protection of Persons and Property.Contractor shall be responsible for initiating, maintaining
and supervising all safety precautions and programs in connection with the performance of the Work.
Contractor shall take reasonable precautions for the safety of, and shall provide reasonable protection to
prevent damage, injury, or loss to:
a. Persons performing the Work and other persons who may be affected by the Work;
b. The Work and materials and equipment to be incorporated therein; and
c. Other property at the site or adjacent to the site, such as trees, shrubs, lawns, walks,
pavement, roadways, structures and utilities.
Contractor shall promptly remedy damage and loss to property caused in whole or in part by Contractor
or any of its subcontractors, agents, or anyone directly or indirectly employed by any of them.
99
3
10.Acceptance of the Work. All of the Contractor’s work and labor shall be subject to the inspection
and approval of the City. If any materials or labor are rejected by the City as defective or unsuitable, then
the materials shall be removed and replaced with other approved materials and the labor shall be done
to the satisfaction and approval of the City at the Contractor’s sole cost and expense. Contractor shall
replace at Contractor’s expense any loss or damage to the Work, however caused, which occurs during
the construction thereof or prior to the final delivery to and acceptance of the Work by the City. Any
payment made to Contractor, shall not be construed as operating to relieve Contractor from responsibility
for the construction and delivery of Work. Acceptance of the completed Work shall be evidenced only by
a Certificate of Final Completion issued by the City, which shall state the date on which the City accepts
the completed Work (the “Final Completion Date”).
11.Warranty.Contractor represents and warrants that it has the requisite training, skills, and
experience necessary to complete the Work, is appropriately licensed by all applicable agencies and
governmental entities, and will complete the Work in a manner consistent with the level of care and skill
ordinarily exercised by professionals currently providing similar work. Contractor further represents and
warrants to the City that the materials and equipment furnished under this Agreement are of good quality
and new, unless this Agreement requires or permits otherwise. Contractor further warrants that the Work
will conform to the requirements of this Agreement and will be free from defects. Work, materials, or
equipment not conforming to these requirements may be considered defective. Contractor shall promptly
correct any defective Work. Costs of correcting such defective Work, including additional testing and
inspections, the cost of uncovering and replacement, and compensation for any additional services and
expenses made necessary thereby, shall be at Contractor’s expense. Contractor’s warranty shall exclude
remedy for damage or defect caused by abuse, alterations to the Work not executed by Contractor or its
subcontractors, agents, or anyone hired or employed by any of them, improper or insufficient
maintenance, improper operation or normal wear and tear under normal usage.
12.Guarantee.Contractor guarantees and agrees to maintain the stability of the Work and materials
furnished and installed under this contract for a period of one year after the Final Completion Date (the
“Guarantee Period”). Contractor agrees to perform fully all other guarantees as set forth in the
specifications. If any of the Work is found to be not in accordance with the requirements of the Contract
during the Guarantee Period, Contractor shall correct it promptly after receipt of notice from the City to
do so. The City shall give such notice promptly after discovery of the condition. 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 Guarantee Period shall be extended with respect to portions of Work first performed after the Final
Completion Date by the period of time between final payment 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.
100
4
13.Termination.This Agreement shall remain in force and effect commencing from the effective
date and continuing until the completion of all of the parties’ obligations hereunder, unless terminated
by the City or amended pursuant to the Agreement. Notwithstanding any other provision hereof to the
contrary, this Agreement may be terminated as follows:
a. The parties, by mutual written agreement, may terminate this Agreement at any time;
b. Either party may terminate this Agreement in the event of a breach of the Agreement by the
other party upon providing written notice of intention to terminate to the breaching party.
Termination will become effective automatically and without further notice unless the
breaching party cures the breach within thirty (30) days after the giving of such notice.
c. The City may terminate this Agreement immediately upon Contractor’sfailure to have in force
any insurance required by this Agreement.
In the event of a termination, the City shall pay Contractorfor Work performed to the date of termination
and for all costs or other expenses incurred prior to the date of termination.
13.Amendments.No amendments may be made to this Agreement except in a writing signed by
both parties.
14.Remedies. In the event of a termination of this Agreement by the City because of a breach by
Contractor, the City may complete the Work 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
Contractor shall not be exclusive. The City shall be entitled to exercise any one or more other legal or
equitable remedies available because of Contractor’s breach.
15.Records/Inspection.Pursuant to Minnesota Statutes § 16C.05, subd. 5, Contractor agrees that
the books, records, documents, and accounting procedures and practices of Contractor, that are relevant
to the contract or transaction, are subject to examination by the City and the state auditor or legislative
auditor for a minimum of six years. Contractor 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.
16.Indemnification.To the fullest extent permitted by law, Contractor, and Contractor’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 actionsof any kind,nature,
or character; damages; losses; andcosts, disbursements, and expenses of defending the same, including but
not limited to attorneys’ fees, professional services, and other technical, administrative or professional
assistance resulting from or arising out of Contractor’s (or its subcontractors, agents, volunteers, members,
invitees, representatives, or employees) 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 Contractor,
or arising out of Contractor’s failure to obtain or maintain the insurance required by this Agreement.
Nothing in this Agreement shall constitute a waiver or limitation of any immunity or limitation on liability to
which the City is entitled. The parties agree that these indemnification obligations shall survive the
completion or termination of this Agreement.
17.Insurance.Contractor shall maintain reasonable insurance coverage throughout this
Agreement. Contractor agrees that before any work related to the approved project can be performed,
Contractor shall maintain at a minimum:
101
5
a. Worker’s Compensation Insurance as required by Minnesota Statutes, section 176.181;
b. Business Auto Liability covering vehicles owned by Contractor and non-owned vehicles used
by Contractor, with policy limits not less than $500,000.00 per accident, for bodily injury,
death of any person, and property damage arising out of the ownership, maintenance, and
use of such motor vehicles, along with any statutorily required automobile coverage;
c. Commercial General Liability in an amount of not less than $1,000,000 per occurrence,
$1,000,000 general aggregate, and $1,000,000 for products-completed operations hazard,
providing coverage for claims including:
i.Damages because of bodily injury, sickness or disease, including occupational sickness
or disease, and death of any person;
ii.Personal and advertising injury;
iii.Damages because of physical damage to or destruction of property, including loss of
use of such property;
iv.Bodily injury or property damage arising out of completed operations; and
v.Contractor’s indemnity obligations under this Agreement.
To meet the Commercial General Liability and Business Auto Liability requirements, Contractor may use a
combination of Excess and Umbrella coverage. Prior to commencement of the Work, Contractor shall
provide the City with a current certificate of insurance including the following language: “The City of
Golden Valley is named as an additional insured with respect to the commercial general liability, business
automobile liability and umbrella or excess liability, as required by the contract. The umbrella or excess
liability policy follows form on all underlying coverages.” Such certificate of liability insurance shall list the
City as an additional insured and contain a statement that such policies of insurance shall not be canceled
or amended unless 30 days’ written notice is provided to the City, or 10 days’written notice in the case
of non-payment.
18.Compliance with State Withholding Tax. 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 by providing to the City Engineer a Certificate of Compliance from the
Commissioner of Taxation. 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.
19.Assignment.Neither the City nor Contractor shall assign this Agreement or any rights under or
interest in this Agreement, in whole or in part, without the other party’s prior written consent. Any
assignment in violation of this provision is null and void. Neither the City nor Contractor shall assign, or
transfer any rights under or interest (including, but without limitation, moneys that may become due or
moneys that are due) in the Agreement without the written consent of the other except to the extent that
the effect of this limitation may be restricted by law. 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 Contractor from
employing such independent consultants, associates, and subcontractors, as it may deem appropriate to
102
6
assist it in the performance of the Work required by this Agreement. Any instrument in violation of this
provision is null and void.
20.Independent Contractor.Contractor is an independent contractor. Contractor’s duties shall be
performed with the understanding that Contractor has special expertise as to the Work which Contractor
is to perform and is customarily engaged inthe independent performance of the same or similar workfor
others. Contractor shall provide or contract for all required equipment and personnel. Contractor shall
control the manner in which the Work is performed; however, the nature of the Work 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. Contractoris 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 Work provided by Contractor pursuant to this Agreement shall be provided by Contractor
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.
21.Compliance with Laws.Contractorshall exercise due professional care to comply with applicable
federal, state and local laws, rules, ordinances and regulations in effect as of the Effective Date.
Contractor’sguests, invitees, members, officers, officials, agents, employees, volunteers, representatives,
and subcontractors shall abide by the City’s policies prohibiting sexual harassment and tobacco, drug, and
alcohol use as defined on the City’s Tobacco, Drug, and Alcohol Policy, as well as all other reasonable work
rules, safety rules, or policies, and procedures regulating the conduct of persons on City property, at all
times while performing duties pursuant to this Agreement. Contractor agrees and understands that a
violation of any of these policies, procedures, or rules constitutes a breach of the Agreement and sufficient
grounds for immediate termination of the Agreement by the City.
22.Entire Agreement.The Contract Documents shall constitute the entire agreement between the
City and Contractor, and supersede any other written or oral agreements between the City and
Contractor.
23.Third Party Rights.The parties to this Agreement do not intend to confer any rights under this
Agreement on any third party.
24.Choice of Law and Venue.This Agreement shall be governed by and construed in accordance with
the laws of the state of Minnesota. Any disputes, controversies, or claims arising out of this Agreement
shall be heard in the state or federal courts of Hennepin County, Minnesota, and all parties to this
Agreement waive any objection to the jurisdiction of these courts, whether based on convenience or
otherwise.
25.Work Products and Ownership of Documents. All records, information, materials and other work
products, including, but not limited to the completed reports, drawings, plans, and specifications prepared
and developed in connection with the provision of the Work pursuant to this Agreement shall become the
property of the City, but reproductions of such records, information, materials and other work products
in whole or in part may be retained by Contractor. Regardless of when such information was provided,
Contractor agrees that it will not disclose for any purpose any information Contractor has obtained arising
out of or related to this Agreement, except as authorized by the City or as required by law. These
obligations survive the termination of this Agreement.
103
7
26.Conflict of Interest.Contractor shall use reasonable care to avoid conflicts of interest and
appearances of impropriety in representation of the City. In the event of a conflict of interest, Contractor
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 Work.
27.Agreement Not Exclusive.The City retains the right to hire other professionals, contractors and
service providers for this or other matters, inthe City’s sole discretion.
28.Data Practices Act Compliance.Any and all data provided to Contractor, received from Contractor,
created, collected, received, stored, used, maintained, or disseminated by Contractor 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. Contractoragrees 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 Contractor 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.
29.No Discrimination.Contractor agrees not to discriminate in providing the Work 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 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. Contractoragrees 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 Work 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.
30.Authorized Agents.The City’s authorized agent for purposes of administration of this contract is
Tim Kieffer, or designee. Contractor’s authorized agent for purposes of administration of this contract is
Mary Ann Westlund, or designee who shall perform or supervise the performance of all Work.
31.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:
CONTRACTOR THE CITY
SealTech, Inc.
743 Pioneer Trail SE
Cambridge, MN 55008
sealtech@sealtechinc.com
City of Golden Valley
7800 Golden Valley Road
Golden Valley, MN 55427
tkieffer@goldenvalleymn.gov
or such other contact information as either party may provide to the other by notice given in accordance
with this provision.
104
8
32.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.
33.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.
34.Payment of Subcontractors.Contractor agrees to pay all laborers employed and all
subcontractors furnishing material to Contractor in the performance of this contract. If Contractor fails to
pay any claims and demands for labor and materials, the City may apply the monies due to Contractor
toward paying and satisfying such claims and demands. The City has the right to apply monies due to
Contractor towards paying any accrued indebtedness or any claim which may hereafter come due against
Contractor. The amount of such payments shall be deducted from the balance due to the Contractor;
provided that nothing herein nor any variation from the amounts and timing of the installments shall be
construed as impairing the right of the City or of those to whose benefit the bond herein agreed upon
shall insure, to hold Contractor or surety liable on the bond for any breach of the conditions of the same
nor as imposing upon the City any obligation to laborers, materialmen, contractors, or sureties to pay or
to retain for their benefit any monies coming to the contractor hereunder.
Pursuant to Minnesota Statutes, Section 471.425, Subdivision 4(a), Contractor must pay any
subcontractor within ten (10) days of Contractor’s receipt of payment from the City for undisputed
services provided by the subcontractor. Contractor must pay interest of one and one-half percent (1½%)
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 $100.00 or
more is $10.00. For an unpaid balance of less than $100.00, Contractor shall pay the actual penalty due
to the subcontractor. A subcontractor who prevails in a civil action to collect interest penalties from the
Contractor shall be awarded its costs and disbursements, including attorney’s fees, incurred in bringing
the action.
35.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.
36.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 Contractor did not
authorize the Signatory to sign on its behalf, the Signatory agrees to assume responsibility for the duties
and liability of Contractor, described in this Agreement, personally.
37.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.
38.Recitals.The City and Contractor agree that the Recitals are true and correct and are fully
incorporated into this Agreement.
105
9
IN WITNESS WHEREOF,the City and Contractor have caused this Independent Contractor Agreement to
be executed by their duly authorized representatives in duplicate on the respective dates indicated
below.
SEALTECH INC.:CITY OF GOLDEN VALLEY:
By: _________________________________
Mary Ann Westlund, President
By: _________________________________
Roslyn Harmon, Mayor
By: _________________________________
Noah Schuchman, Interim City Manager
106
EXHIBIT A
SCOPE OF WORK
The Work will consist of sawing or routing, measuring, cleaning and sealing cracks in the existing bituminous
pavementat the locations shown in the maps included in this Exhibit A. Contractor shall provide certification that
the sealant meets the requirements of MNDOT Standard Specification 3723. The crack sealant compound shall be
packaged in sealed containers. Each container shall be clearly marked with the name of the manufacturer, the
trade name of the sealant, the manufacturer’s batch and lot number, the pouring temperature, and the safe
heating temperature. A copy of the manufacturer’s recommendations pertaining to the heating and application
of the joint sealant material shall be submitted to the Engineer prior to commencement of work. These
recommendations shall be adhered to and followed by Contractor.
The temperature of the sealer in the field application equipment shall never exceed the safe heating temperature
recommended by the manufacturer. Any given quantity of material shall not be heated at the pouring
temperature for more than six (6) hours and shall never be reheated. Sealing shall not proceed if the temperature
of the material has not reached or has fallen below the manufacturer’s recommended minimum application
temperature.
Mixing of different manufacturer’s brands or different types of sealant shall be prohibited.
The “Blow & Go” installation method will be used when cracks fit one or more of the following criteria:
a. Crack has previously been crack sealed and the existing crack seal has failed
b. Crack is in a roadway that has previously received a chip seal
The Location Map in this Exhibit A identifies roadways to be cracked sealed as part of the project. If existing crack
sealing material in these areas is still in satisfactory condition, those cracks shall not be resealed.
Roadways that have previously been sealcoated shall utilize the “Blow & Go” method. Cracks identified as "Blow
& Go" shall be cleaned of all weeds, debris, and dirt by Contractor prior to sealing.
The “Saw/Route & Seal” installation method will be used when cracks are present in new pavement that has not
been previously chip sealed or crack sealed.
All cracks to be sawn/routed, measured, cleaned and sealed ¾ inch wide by a depth of ¾ inch shall be approved
by the Engineer. The sawing/routing, cleaning and sealing shall extend the full length of the crack, including
shoulders where necessary.
Contractor shall conduct their operation so that sawing/routing, cleaning and sealing is a continuous operation.
Traffic shall not be allowed to knead together or damage the reservoir once it has been created. Sawn/routed
cracks not sealed before traffic is allowed on the surface shall be re-sawed/re-routed at no additional cost to the
City.
The sawing/routing equipment shall be mechanical and power driven, capable of following and cutting the cracks
to the required dimensions without deviation from the crack or creating excessive spalling. Equipment designed
to “plow” the cracks to dimension will not be permitted. Wet sawing will not be allowed.
107
Immediately prior to sealing, the crack and surface area six (6) inches on both sides shall be cleaned of foreign
matter and loosened particles with a broom or oil-free compressed air. The crack and surface area six (6) inches
on both sides will then be cleaned and dried with a hot compressed air heat lance. The heat lance shall meet the
following requirements: temperature of heated air at exit of orifice minimum of 280° F, velocity of existing heated
air minimum of 2,800 fps.
Contractor shall take caution to keep all sawing/routing and cleaning debris off of the boulevards and contained
to gutter areas. The City will furnish a street sweeper and operator to work in tandem with Contractor’s
sawing/routing crew maintaining a smooth cleanup operation. The application time and final results of the
cleaning area are subject to the Engineer’s approval. The sealant must also be squeegeed to ensure proper
overbanding. Sealant shall overfill the crack and extend a minimum of ½ inch on either side of the crack. If the
sawing/routing process results in spalled or rough edges, the Engineer may require the material to be poured,
flushed and squeegeed to fill in the rough edges. The applicator wands shall be returned to the machine and the
joint sealant material recirculated immediately upon completion of each crack. Pour pots or similar devices shall
not be used to apply the sealer. Lanes may be opened to traffic only after the sealer has set sufficiently so it will
not pick up under traffic. Cover material shall be spread on top of the sealant while still hot. Traffic shall not be
allowed on the material until it is cured or it has been blotted to prevent tracking. The use of blotting material
such as toilet paper will be permitted.Sand or fine aggregate shall not be used as cover material.Sealant material
picked up or pulled out during construction shall be replaced at Contractor’s expense.
Sealant materials may be placed during a period of rising temperature after the air temperature in the shade and
away from artificial heat has reached 50° F and indications are for a continued rise in temperature.
During a period of falling temperature, the placement of sealant material shall be suspended when the air
temperature, in the shade and away from artificial heat, reaches 30° F. Sealant shall not be placed when in the
opinion of the Engineer the weather or roadbed conditions are unfavorable. Sawing/routing and sealing will be
permitted only during daylight hours.
108
109
EXHIBIT B
SPECIAL CONDITIONS
1.Responsible Contractor Certification. Contractor and subcontractor(s) shall be a “responsible contractor”
as defined in Minnesota Statutes §16C.285, subdivision 3. Contractor or subcontractor(s) that do not meet the
minimum criteria established in Minnesota Statutes §16C.285, subdivision 3, or who fails to verify compliance
with the minimum requirements, will not be a “responsible contractor” and will be ineligibleto perform the Work.
Contractor and subcontractor(s) are that make a false statement verifying compliance with any of the minimum
criteria shall result in the termination of this Agreement.
2.Pre-Construction Meeting.Prior to the beginning of construction operations, a pre-construction
meeting shall be held, and shall be attended by the authorized representatives of the City and persons of the
contracting company 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 pre-construction meeting:
a. Critical path phasing plan and schedule, which details all controlling operations. This shall be
submitted a minimum of three (3) days before the pre-construction meeting.
b. General project contact information including emergency contacts.
c. Subcontractor list.
d. Material supplier list.
e. Traffic Control plan.
3.Measurement and Payment.Payment for all items for this project shall be by the unit price as stated in
Exhibit C. The estimated quantities on the Proposal form are for determination of the lowest cost for the Work.
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 extra compensation due to increased or decreased quantities shall be
considered. Contractor shall provide daily documentation to the Engineer, at the end of each working day, for
the quantities performed that day. Contractor shall submit all final quantities to the City within one month after
completion of the Work.
4.Mobilization (2021). The lump sum for mobilization is to include all aspects of work and shall include
mobilization to all of the areas identified in the Location Map in Exhibit A.
5.Traffic Control and Maintenance (2563). Contractor shall maintain traffic at all times while performing
the Work in accordance with the current Minnesota Manual of Uniform Traffic Control Devices (MMUTCD) Field
Manual and its supplements, or as deemed necessary by the Engineer, when the Work occurs on or adjacent to
any street, alley or public place. Contractor shall provide, under the traffic control item, all construction signage
and traffic control devices for the protection of persons, property and the Work.Contractor shall be responsible
for maintaining traffic control devices during the Work. 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. The Contractor shall be held responsible for all damaged from failure to protect the work zone.
110
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. Throughout the duration of the Work, Contractor shall, as much as possible, work to
limit any inconveniences to local businesses and property owners. When single lane traffic is necessary, flagmen
must be provided to direct traffic. Contractor shall provide certifications of all flagmen that will be working on
this project.
6.Manual References. The Specifications which apply to the Work shown in the Plans shall be as follows:
a. Special Conditions in Exhibit A andthis Exhibit B.
b. The most current edition of the Minnesota Manual on Uniform Traffic Control Devices.
c. Division I, 1507 (Utility Property and Service) and Division I, 1512 (Unacceptable and unauthorized
work) of the Minnesota Department of Highways Standard Specification for Construction, most
current edition, and its supplements, shall apply, except as modified or supplemented herein.
d. Division II (Construction Details) and Division III (Materials) of the Minnesota Department of
Highways Standard Specification for Construction, most current edition, and its supplements, shall
apply, except as modified or supplemented herein.
7.Safety Precautions and Accident Prevention. The Contractor shall observe and comply with all
requirements to the safety of the workforce to be employed on the project. Contractor shall comply with all safety
measures recommended and required by any governmental agency, including the Department of Labor and
Industry, Division of Accident Prevention of the Industrial Commission of Minnesota, and with the requirements
of the Workmen's Compensation Act and any amendments thereof. Attention is called to the other paragraphs of
these Special Conditionscovering safety precautions and accident prevention.The Contractor shall be responsible
for all safety issues on this project. The Contractor shall comply with instructions from the City for implementing
any additional requirements for safety concerns.
8.DOT Compliance. All of Contractor’s drivers performing work for the City must be in compliance with DOT
requirements related to holding a Commercial Driver’s License (CDL). Contractor shall be responsible for ensuring
its own compliance with all applicable DOT regulations and requirements, including but not limited to DOT
regulations related to drug testing and the maintenance of drug testing records. Contractor shall indemnify and
hold harmless the City for any fines incurred as a result of Contractor’s failure to comply with DOT requirements
as set forth above. It shall be Contractor’s responsibility to comply and provide evidence to the City of DOT
compliance upon request.
9.Hours of Operation. Work shall occur Monday through Saturday from 7:00 a.m. to 7:00 p.m.
On streets designated as high-volume roadways, Contractor’s Work shall be restricted to the hours of 9:00 a.m.
to 3:30 p.m., or after 6:00 p.m. for any Work within the traveled portion of the roadway.
HIGH-VOLUME ROADWAYS
a. Betty Crocker Boulevard between US 169 and General Mills Blvd
b. Boone Avenue North between TH 55 and Plymouth Ave
c. General Mills Boulevard between Wayzata Blvd and TH 55
d. Golden Hills Drive between Wayzata Blvd and Turners Crossroad
e. Golden Valley Road between Boone Avenue and Douglas Drive
111
f.Laurel Avenue between Winnetka Avenue and Xenia Avenue
g. Louisiana Avenue South between Laurel Avenue and I-394
h. Noble Avenue North between Golden Valley Road and 34
th Ave N
i.North and South Frontage Roads of I-394
j.Olympia Street between Winnetka Avenue and Douglas Drive
k. Plymouth Avenue between US 169 and Winnetka Avenue
l.Regent Avenue North between Duluth Street and 34th Ave N
m. Rhode Island Avenue between 10
th Avenue and TH 55
n. Wayzata Boulevard all portions in Golden Valley City Limits
o. Winnetka Avenue between TH 55 and I-394
p. Xenia Avenue South between Glenwood Avenue and I-394
q. Zenith Avenue North between 26
th Ave N and Theodore Wirth Pkwy
On City owned parking lots, a one week advanced notice is required for crack sealing any parking lots. Work
may need to be phased to allow for parking of City vehicles and City employees as directed by the Engineer.
10.Noise Elimination. The 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 manufacturer.
11.Care of Work.All work under this contract shall be accomplished with reasonable care and minimal
damage to affected properties. The Contractor shall provide quality cleanup after removal and repair of any
damage done by the Contractor’s equipment.
12.Contract Time Extension. The Contractor shall perform fully, entirely, and in an acceptable manner, the
Work within the Contract Time stated in this Agreement. Contractor shall notify the City on writing, not less than
ten (days) prior to end of the Contract Time if the Contractor finds it impossible to complete the Work. Contractor
shall detail fully in the request reasons for the extension. The City, in its sole discretion, may grant an extension if
the Work has been delayed on account of unusual circumstances beyond the control of the Contractor, or that
quantities of the Work done or to be done are in excess of estimated quantities in sufficient amount to warrant
the extension for the completion to such date as may seem reasonable and proper.
112
EXHIBIT C
PROPOSAL
Contractor certifies that an examination has been made of the scope and location of work and proposes to
furnish all necessary machinery, equipment, tools, labor and other means for the Work and to furnish all
materials specified in the manner and at the time prescribe; and understands that the quantities of work shown
herein are approximate only and are subject to increase or decrease; and further understands all quantities of
work, whether increased or decreased, are to be performed at the following unit prices.
Spec
Number Description Units
Estimated
Quantity Bid Price Amount
2021.501 Mobilization
Lump
Sum 1 $ 1,000.00 $ 1,000.00
2104.501 Furnish and Install Crack Sealant Lbs.30,000 $ 2.00 $ 60,000.00
2104.503 Traffic Control
Lump
Sum 1 $ 1,500.00 $ 1,500.00
TOTAL COST TO PROVIDE SERVICES FOR 2024 CRACK SEALING PROJECT #24-05 $ 62,500.00
113
EXECUTIVE SUMMARY
Community Development
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
3C.8. Approve Construction Contract with Minger Construction Co., Inc. for the TH 55 Lift Station
Relocation Project
Prepared By
RJ Kakach, PE, Assistant City Engineer
Tim Kieffer, Public Works Director
Summary
The City of Golden Valley owns and operates the Trunk Highway 55 (TH 55) Lift Station located at 5000
Olson Memorial Highway, adjacent to Schaper Pond just north of TH 55 and east of TH 100. The lift
station pumps sanitary sewage from the low spot in this area up hill to the west where it discharges
into another City sanitary sewer gravity pipe. The station was built in 1955 and is located in the
floodplain, meaning it is at risk of flooding during large storm events. The lift station has reached the
end of its design life and needs to be relocated out of the floodplain to reduce the risk of sanitary
sewer overflows (SSOs).
In 2022, City Council approved a contract with consulting engineering firm WSB and Associates for
design and construction services on the TH 55 Lift Station Relocation Project. After working through
some design challenges and environmental concerns, the design was completed in late 2023 and staff
solicited bids for the project in early 2024. Bids were opened on February 29, 2024. The following
bids were received:
Contractor Base Bid
Minger Construction $894,512.00
Northdale Construction $968,883.74
Meyer Contracting $990,923.41
Pember Companies $1,053,030.00
Geislinger and Sons $1,114,584.00
Low Bid: Minger Construction - $894,512
Staff reviewed the bids and found them to be accurate and in order. Staff recommends awarding the
Contract to Minger Construction for all work associated with the Base Bid.
Financial or Budget Considerations
Anticipated funding for the project is included in the 2024-2033 CIP (W&SS-083) in the amount of
$1,250,000. This includes the existing contract with WSB & Associates for $159,332.
114
Legal Considerations
The City Attorney has approved the contract documents for the project.
Equity Considerations
This program satisfies Pillar 3 of the Equity Plan Pillars by providing unbiased programs and services for
all.
Recommended Action
Motion to approve construction agreement with Minger Construction Co., Inc. for the TH 55 Lift
Station Relocation Project #20-18 in the amount of $894,512. This item requires a majority vote.
Supporting Documents
Hwy 55 Lift Station - Current Location
Hwy 55 Lift Station - Proposed Location
TH 55 LS Project Documents with Contract.pdf
115
??????????????
???
?
?
?????????!(
!(
#*
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
MH223
MH179
MH180
MH222
MH239MH238
MH220
MH185
MH184
MH183
MH181
MH2952
MH2951
MH2953
State Hwy 55
Olson Memorial Hwy
Sc
h
a
p
er R
d
State Hwy 55
Olson Memorial Hwy '' 0 100 20050Feet
Hwy 55 Lift Station
Cur r ent Location
by the City of Golden Valley, 10/12/2021 I
CurrentLift Station
Sanitary Sewer
!(Manhole
#*Sanitary Pump
?City Gravity
?City Forcemai n
?MCES Forcem ain
?Lateral
116
#*
MH223
MH179
MH180
MH222
MH239MH238
MH220
MH185
MH181
MH2952
MH2951
MH2953
State Hwy 55
Olson Memorial Hwy
Sc
h
a
p
er R
d
State Hwy 55
Olson Memorial Hwy '' 0 100 20050Feet
Hwy 55 Lift Station
Pr oposed Location
by the City of Golden Valley, 10/15/2021 I
Prop osedLift Station
Sanitary Sewer
!(Manhole
#*Sanitary Pump
?City Gravity
?City Forcemain
?MCES Forcemain
?Lateral
Proposed
117
CONTRACT BOOK
Project Manual and Specifications
Highway 55 Lift Station Relocation
City Project No. 20-18
WSB Project No. 020124-000
December 15, 2023
Prepared for:
City of Golden Valley
7800 Golden Velley Road
Golden Valley, MN 55427-4588
118
This Page Left Blank Intentionally
119
PROJECT MANUAL
HIGHWAY 55 LIFT STATION RELOCATION TITLE SHEET
CITY PROJECT NO. 20-18
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 020124-000
HIGHWAY 55 LIFT STATION RELOCATION
CITY PROJECT NO. 20-18
FOR THE CITY OF GOLDEN VALLEY
HENNEPIN COUNTY, MINNESOTA
December 15, 2023
Prepared By:
120
121
DOCUMENT 00 00 00
CERTFICATION
I hereby certify that this specification was prepared by me or under my direct
supervision and that I am a duly Licensed Professional Engineer under the laws
of the State of Minnesota.
Ray Theiler, PE
Date: December 15, 2023 Lic. No. 57772
Aaron R. Mueller, PE
Date: December 15, 2023 Lic. No. 46184
CERTIFICATION HIGHWAY 55 LIFT STATION RELOCATION
CITY PROJECT NO. 20-18
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 020124-000 122
This Page Left Blank Intentionally
123
TABLE OF CONTENTS
HIGHWAY 55 LIFT STATION RELOCATION TABLE OF CONTENTS
CITY PROJECT NO. 20-18
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 020124-000 PAGE 1
TITLE SHEET
CERTIFICATION
TABLE OF CONTENTS
CONTRACT DOCUMENTS
ADVERTISEMENT OF BIDS AB
INSTRUCTION TO BIDDERS IB
PROPOSAL FORM PF
AFFIDAVIT OF NON-COLLUSION AN-C
ACCEPTANCE OF LIQUIDATED DAMAGE RATE ALD
CERTIFICATE OF COMPLIANCE CC
RESPONSIBLE CONTRACTOR CERTIFICATION RCC
AGREEMENT A
CITY OF GOLDEN VALLEY GENERAL CONDITIONS GC
CITY OF GOLDEN VALLEY SPECIAL CONDITIONS SC
SPECIFICATIONS
DIVISION 1 – GENERAL REQUIREMENTS
01 11 00 Summary
01 21 00 Allowances
01 25 00 Substitution
01 31 19 Project Meetings
01 33 00 Submittals
01 45 00 Quality Control
01 50 00 Construction Facilities, Temporary Controls and General Project Management
01 66 00 Material and Equipment
01 71 13 Mobilization
01 73 29 Cutting and Patching
01 75 00 Starting of Systems & Commissioning
01 77 00 Contract Closeout
DIVISION 2 – SITE WORK
02 08 00 Manholes
02 14 00 Dewatering
02 37 00 Turf Establishment
02 40 45 Forcemain Directional Boring
02 41 33 Remove Miscellaneous Structures
02 55 00 Utility Coordination
02 71 00 Bituminous Pavement and Curving
DIVISION 3 - CONCRETE
03 10 00 Concrete Formwork
03 15 13 Waterstops
03 20 00 Concrete Reinforcement
03 25 10 Concrete Expansion and Isolation Joint Materials
03 30 00 Cast-in-Place Concrete
03 61 00 Non-Shrink Grout
DIVISION 9 – FINISHES
09 90 00 Paints & Coatings
DIVISION 11 – EQUIPMENT
11 30 90 Sanitary Sewer Lift Station
124
TABLE OF CONTENTS
HIGHWAY 55 LIFT STATION RELOCATION TABLE OF CONTENTS
CITY PROJECT NO. 20-18
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 020124-000 PAGE 2
DIVISION 26 – ELECTRICAL
26 05 00 Common Work Results for Electrical
26 05 10 Selective Electrical Demolition
26 05 19 Conductors and Cables
26 05 26 Grounding and Bonding for Electrical Systems
26 05 33 Raceways, Fittings and Boxes
26 24 11 Electrical Service
26 60 01 Measuring and Control Instruments
26 60 03 Lift Station Control System
DIVISION 46 – WATER & WASTEWATER EQUIPMENT
46 24 33 Open-Channel Wastewater Grinders
APPENDIX A – CITY OF GOLDEN VALLEY STANDARD DETAIL PLATES
APPENDIX B – ARM SURVEY
APPENDIX C – GEOTECHNICAL REPORT
APPENDIX D – RESPONSE ACTION PLAN/CONTSTRUCTION CONTINGENCY PLAN (RAP/CCP)
APPENDIX E – ONLINE BIDDING INSTRUCTIONS
125
CITY OF GOLDEN VALLEY, MINNESOTA
ADVERTISEMENT FOR BIDS
Highway 55 Lift Station Relocation
City Improvement Project No. 20-18
NOTICE IS HEREBY GIVEN that Bids for the construction of Highway 55 Lift Station Relocation will be
received online through QuestCDN vBid™ until Thursday, February 29, 2024, at 11:00 am local time.
Immediately following expiration of the time for receiving bids, representatives of the City of Golden Valley
will publicly view Bids at an online Bid opening meeting. Those interested in viewing the online Bid
opening are welcome to join the meeting by logging on to https://zoom.us/join or calling 1.929.205.6099
and entering Meeting ID 910 9276 4065 and Passcode 534098. The as-read online Bid results will be
available at www.questcdn.com following the Bid opening.
The Project includes the furnishing of all labor and materials for the construction complete in-place, that
includes but is not limited to the following:
A. Removal of existing lift station building and underground structures.
B. Removal of existing lift station equipment and piping.
C. Removal of existing bituminous driveway and retention wall.
D. Removal and abandonment of selected sanitary sewer manholes and sewer mains.
E. Furnish and install sanitary sewer manholes.
F. Furnish and install precast wet well and valve vault structures.
G. Furnish and install new submersible pumps, piping, and valves.
H. Furnish and install new open-channel grinder.
I. Furnish and apply lift station coatings.
J. Install new control panel and controls.
K. Furnish and install 6” HDPE forcemain with directional drilling.
L. Furnish and install SCADA antenna and light pole.
M. Bituminous driveway, concrete pad, miscellaneous site work, and landscaping.
N. Removal and disposal of contaminated soils.
The Issuing Office for the Bidding Documents is: WSB LLC. located at 178 East 9th Street, St. Paul, MN
55101, Ray Theiler, PE, phone: 612.360.3163.
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 #8761952 on the website’s Project Search page.
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.
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.
126
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.
DATED: December 28, 2023 BY THE ORDER OF THE CITY COUNCIL
s/s Theresa Schyma
City Clerk
City of Golden Valley
PUBLISHED IN: New Hope/Golden Valley Sun Post February 8, 2024 and February 15, 2024
Finance and Commerce February 8, 2024 and February 15, 2024
127
INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS INDEX
PAGE
1. PRE-BID MEETING 1
2. EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF WORK 1
3. BID SECURITY 1
4. CONTRACT DOCUMENTS 2
5. PREPARATION OF PROPOSAL 2
6. CONDITIONS IN BIDDER’S PROPOSAL 3
7. INTERPRETATION OF ESTIMATES 3
8. DELIVERY OF PROPOSALS 3
9. REJECTION OF BIDS 3
10. WITHDRAWAL OF PROPOSALS 3
11. PUBLIC OPENING OF PROPOSALS 3
12. EVALUATION OF BIDS 3
13. DISQUALIFICATION OF BIDDERS 4
14. EQUIPMENT 4
15. SUPPLIERS AND SUBCONTRACTORS 4
16. FURNISHING OF EVIDENCE OF RESPONSIBILITY 5
17. REQUIREMENTS OF CONTRACT BOND 5
18. FAILURE TO EXECUTE CONTRACTS 5
19. AWARD OF CONTRACT 5
128
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 all quantities and materials shown in
the Plans and Specifications. Quantities indicated by the Engineer on drawings or
elsewhere are estimated only, and Bidders must rely on their own calculations.
Bidders shall be thoroughly familiar with the Specifications, including all Special
Conditions.
Submission of a bid by the Bidder is a representation that the Bidder has visited
the Work site, become generally familiar with local conditions under which the
Work is to be performed, and correlated personal observations with requirements
of the Contract Documents. Bidders shall inform themselves of the character and
magnitude of work and the conditions under which the work is to be performed
concerning the site of the work, the structure of the ground, the existence of surface
and groundwater, availability of drainage, the obstacles which may be
encountered, means of approach to the site, manner of delivering and handling
materials, facilities of transporting and installing construction plant and equipment
and all other relevant matters pertaining to the complete execution of this Contract.
No plea of ignorance of conditions that exist or that may hereafter exist, or of
difficulties that will be encountered in the execution of the work hereunder, as a
result of failure to make necessary examination and investigations, will be
accepted as a sufficient excuse for any failure or omission on the part of the
Contractor to fulfill in every detail all the requirements of this Contract, or will be
accepted as a basis for any claim whatsoever for extra compensation or for an
extension of time. No Bidder may rely upon any statements or representations of
any officer, agent, or employee of the City with reference to the conditions of the
work or the character of the soil or other hazards that may be encountered in the
course of construction.
Submission of a bid by a Bidder is a representation that the Bidder is aware of the
utilities present at the project site as listed in Item 18 of the Special Conditions
prior to submitting the bid to determine the extent of their facilities within the project
area and the scope and anticipated schedule of the facility relocation, removal or
adjustment, if any.
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.
129
IB-2
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 or the Engineer.
“Specifications” means all documents included in the project manual including, but
not limited to, the following:
• Certification;
• Advertisement for Bids;
• Instructions to Bidders;
• Proposal Form;
• Affidavit of Non-Collusion;
• Acceptance of Liquidated Damage Rate;
• Certificate of Compliance;
• Responsible Contractor Certification Form;
• Agreement;
• Special Conditions;
• General Conditions;
• Divisions 1, 2, 3, 9, 11, 26, and 46 of the Project Manual;
• All documents required within any of the documents listed herein
including, but not limited to, all bonds and insurance required.
• Appendices
5. PREPARATION OF PROPOSAL The Bidder shall state the prices for each item of work in the Online Bid Worksheet.
The following items are required for a bid to be considered complete:
1. Completed Proposal Form
2. Five Percent Bid Security
3. Completed Contractor Questionnaire
4. Receipt of Addenda (if applicable), must be downloaded to submit
bid.
5. Affidavit of Non-Collusion
6. Acceptance of Liquidated Damage Rate
7. Employment Certificate of Compliance
8. Responsible Contractor Certification Form
9. Hourly Equipment and Labor Rates
10. Complete list of subcontractors working on this project, the
portion of the project they will be constructing and the value of
the work they are responsible for.
The Proposal shall be typed or printed in ink in the appropriate places. If the
Proposal is made by an individual, his name and post office address shall be
shown. If made by a firm or partnership, the name and post office address of each
member of the firm or partnership shall be shown. If made by a company 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,
130
IB-3
the bid must be signed by the president and the treasurer. This form must be
uploaded to QuestCDN when submitting your bid.
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.
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 VirtuBid™
(vBid™). Only bids received through vBid™ 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 will review the completed Contractor Questionnaire, included within the
Proposal Form, to determine whether the Bidder has the practical knowledge,
experience, available personnel, equipment and financial resources for the timely
and professional completion of the work. The City also reserves the right to make
inquiries regarding past performance of any Bidder on previous contracts. The
object of this review and any other inquiries is to provide the City with the best
available information regarding the capabilities of the Bidder to complete the work
as specified in the Contract Documents, and to minimize the risk of awarding the
Contract to an unqualified Bidder.
131
IB-4
Bidders are required to submit evidence that they have practical knowledge of the
particular work bid upon and that they have the financial resources to complete the
proposed work. The City reserves the right to reject any Proposal where there is
insufficient or unsatisfactory evidence to demonstrate the Bidder’s ability to
perform the work. Failure on the part of any Bidder to have carried out previous
contracts satisfactorily, to show adequate experience, or to possess necessary
equipment or labor for completion of the work, shall be sufficient cause for
disqualification of the Bidder. Bidders who will subcontract more than 50% of
the value of the work under the Contract shall be deemed unqualified to
perform the work.
The following Contract items shall be considered specialty items and will not be
included in the fifty percent (50%) requirement as stated in the Qualifications of
Bidders Section of the Instructions to Bidders:
A. Control Panel and Controls.
B. SCADA Antenna and Light Pole.
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 PROPOSALS. 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 sanitary sewer lift stations is necessary for this complicated project.
Therefore, the City will consider the quality and experience of each Bidder in
addition to the bid price. Minimum experience requirements are listed under
Article 15 of the Proposal Form.
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. Failure to meet the
experience requirements listed under Article 15 of the Proposal Form shall be
sufficient cause to disqualify a Bidder for this project.
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
132
IB-5
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, certified by a Certified Public Accountant, dated not more than sixty
(60) days prior to date of the opening of the Proposal which shall set forth
outstanding assets and liabilities in reasonable detail. The City may also require
the Bidder and its subcontractors to furnish a list of work of similar nature
performed with dates of completion thereof. The Bidder or subcontractor shall also
furnish any other additional information relative to financial responsibility and
competence to do the work as may be requested by the City prior to acceptance
of any Proposal.
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.
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.
133
134
135
Proposal Form
Contractor Questionnaire
PF-2
City of Golden Valley, Minnesota
Highway 55 Lift Station Relocation
City Project No. 20-18
Bidders must file this Prospective Bidder Contractor Questionnaire by bid opening as
required in the Advertisement for Bids. This questionnaire is to be attached to the sealed
bid proposal.
The object of the questionnaire is not to discourage bidding or make it difficult for qualified
bidder to file bids, but is to make it possible for the City to have exact information on the
financial ability, personnel, equipment, past performance and experience of the bidders
involved prior to awarding the Contract. The City reserves the right to require additional
information before approving the award of the Contract to a Contractor. This may be done
to help qualify subcontractors for bidding to better determine the contractor’s
qualifications for bidding the work.
The contents of this questionnaire will be private until the City has completed the selection
process. At that time, all information will become public, except information that qualifies
as trade secret data under Minnesota Statutes Section 13.37.
If the City is not satisfied with the sufficiency of the answers to the questionnaire, it may
require additional information, including a financial statement, or it may determine that the
Bidder is unqualified to bid the project.
The Bidder must submit a full, complete and accurate statement. False information or
material omission will be grounds for disqualifying the Bidder.
STATEMENT OF BIDDER QUALIFICATIONS
1. Name of Bidder:
Type of Contractor:
2. Bidder Address:
3. Date of Organization:
4. State of Organization:
5. How many years has Bidder been engaged in the contracting business under the
present name?
6. Contracts on hand (attach a list of present contracts, including the nature of the
work, a schedule as to estimated completion date and gross amount of each
contract).
7. General character of the work performed by Bidder:
136
Proposal Form
Contractor Questionnaire
PF-3
8. Has Bidder ever failed to complete any work awarded to it?
Yes ____ No ____ If yes, attach a statement explaining where and why.
9. Has Bidder ever defaulted on a contract?
Yes ____ No ____ If yes, attach a statement explaining where and why.
10. Attach a list of the larger, more relevant projects completed by Bidder, including
the kind of work and approximate cost.
11. Attach a list of the major equipment that Bidder has available and the hourly
rates for each piece (list whether equipment prices are with or without operator).
12. Attach a statement of Bidder’s experience in the construction of work similar
in scope to this project.
13. Furnish written evidence, preferably from banks of Bidder’s available credit.
14. Submit a signed statement from Bidder’s bonding company, establishing the
bonding capacity for the firm.
15. Experience Requirements:
The Bidder shall have experience as a General Contractor in the successful
completion of at least three (3) municipal wastewater lift station within the last two
(2) years. The minimum pumping capacity of each lift station shall be 200 gallons
per minute (gpm). The forcemain installer shall have a minimum of five (5) years
of experience in directional boring/drilling installation and have successfully
installed at least ten thousand feet (10,000’) of six inch (6”) or larger diameter pipe
to specified grades.
137
Proposal Form
Contractor Questionnaire
PF-4
Total Bid Price for Highway 55 Lift Station Relocation
Cost of the work items to be performed by Bidder
List major items to be performed by Bidder
Project Name for Qualifying Project Name No. 1
1 Describe the work completed on this project
2 Final Project Cost
3 Total Value of Change Orders Initiatied by Contractor
4 Total Percentage of Above Change Order to Original Contract Amount
5 Contract Completion Date
6 Acutal Completion Date
7 If work was not completed by Contract Completion Date explain reason
8 Project Owner & Contact Information
Project Name for Qualifying Project Name No. 2
1 Describe the work completed on this project
2 Final Project Cost
3 Total Value of Change Orders Initiatied by Contractor
4 Total Percentage of Above Change Order to Original Contract Amount
5 Contract Completion Date
6 Acutal Completion Date
7 If work was not completed by Contract Completion Date explain reason
8 Project Owner & Contact Information
Project Name for Qualifying Project Name No. 3
1 Describe the work completed on this project
2 Final Project Cost
3 Total Value of Change Orders Initiatied by Contractor
4 Total Percentage of Above Change Order to Original Contract Amount
5 Contract Completion Date
6 Acutal Completion Date
7 If work was not completed by Contract Completion Date explain reason
8 Project Owner & Contact Information
138
Proposal Form
Contractor Questionnaire
PF-5
Indicate below if experience requirements listed under Article 15 are met if the forcemain installer is a subcontractor.
Subcontractor Name Contract Name Value of Work Major Work Items
139
Proposal Form
Contractor Questionnaire
PF-6
Certified as true and correct this ______ day of , 20__.
____________________________________
(Company Name)
____________________________________
(Authorized Signature)
____________________________________
(Title)
____________________________________
(Signer Printed Name)
140
Proposal Form
PF-7
Line
No.Item Units Quantity
LIFT STATION RELOCATION
1
HIGHWAY 55 LIFT STATION RELOCATION
(INCLUDES CONSTRUCTION ALLOWANCE OF $20,000)
Excluding excavation, hauling and disposal of
contaminated materials.
LS 1
2 EXCAVATION, HAULING AND DISPOSAL OF
CONTAMINATED MATERIALS CY 1,876
141
Proposal Form
PF-8
Accompanying this proposal is the Bid Security, which under the contract documents, is
subject to forfeiture in the event of default by the undersigned.
In submitting this proposal, the undersigned acknowledges that the City reserves the
right to reject any or all proposals and to waive informalities.
This proposal may not be withdrawn after the opening of proposals, and shall be subject
to acceptance by the City for a period of forty-five (45) calendar days from the opening
thereof.
If Bidder is a corporation or company, provide the State of incorporation:
If Bidder is a partnership, state full name of all co-partners:
Proposal Submitted by (please print):
Company Name: Telephone:
Address: Date:
City, State, Zip:
Email Address for Contact Person:
By:
Title:
By:
Title:
142
This Page Left Blank Intentionally
143
Rev. 02/11 AN-C-1
AFFIDAVIT AND INFORMATION
REQUIRED OF BIDDERS
Project Name: Highway 55 Lift Station Relocation.
AFFIDAVIT OF NON-COLLUSION:
I hereby swear or affirm under penalty of perjury:
1. That I am the Bidder (if the bidder is an individual), a partner in the Bidder (if
the Bidder is a partnership), or an officer or employee of the bidding corporation
or company having authority to sign on its behalf (if the Bidder is a corporation
or company).
2. That the attached bid or bids have been arrived at by the Bidder independently,
and have been submitted without collusion and without any agreement,
understanding, or planned common course of action with any other vendor of
materials, supplies, equipment or services described in the invitation to bid,
designed to limit independent bidding or competition.
3. That the contents of the Bid or Bids have not been communicated by the Bidder
or its employees or agents to any person not an employee or agent of the
Bidder or its surety on any bond furnished with the Bid or Bids, and will not be
communicated to any such person prior to the official opening of the Bid or
Bids; and
4. That I have fully informed myself regarding the accuracy of the statements
made in this affidavit.
Signature
Firm Name
Subscribed and sworn to before me
on this _____ day of , 2024.
Notary Public. My Commission expires:
Bidder Employee Identification Number:
(Number used on Employer Quarterly Federal Tax Return,
U.S. Treasury Department Form No.941)
144
This Page Left Blank Intentionally
145
K:\020124-000\Admin\Spec\06 - Accep Liquidated Damage Rate TH55 Lift Station.DOCX ALD-1
ACCEPTANCE OF LIQUIDATED DAMAGE RATE
Project Name: Highway 55 Lift Station Relocation.
Due to the difficulty of proving damages caused by not completing this project within the
specified times, the undersigned company (“Contractor”) agrees that the amounts listed
below (the “Liquidated Damages”) are appropriate and fair amounts for actual damages.
Contractor hereby stipulates that the Liquidated Damages shall apply in the event that
the contract work is not completed within the specified times as outlined here and in the
Special Provisions:
Failure to have all of the required work completed by the final
completion date shall result in the City charging the Contractor, and
withholding from any monies due, liquidated damages in the amount
of $500 per calendar day until all work is completed.
Liquidated damages as described here shall be withheld from money due to the
Contractor when Work is not completed within the Contract time.
Company Name:
Date:
By:
Title:
146
This Page Left Blank Intentionally
147
CC-1
EMPLOYMENT CERTIFICATE OF COMPLIANCE
Project Name: Highway 55 Lift Station Relocation.
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
148
This Page Left Blank Intentionally
149
9-1
CITY OF GOLDEN VALLEY
RESPONSIBLE CONTRACTOR CERTIFICATE
Applies to all prime contracts in excess of $50,000
Project Name: Highway 55 Lift Station Relocation.
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
150
This Page Left Blank Intentionally
151
A - 1
CONTRACT NO. 20-18
AGREEMENT FOR THE HIGHWAY 55 LIFT STATION RELOCATION
PROJECT NO. 20-18
THIS AGREEMENT (this “Agreement”), entered into the 19th day of March 2024
between the City of Golden Valley (the “City”), a municipal corporation, existing under
the laws of the State of Minnesota, and Minger Construction Companies, Inc., a
corporation, existing under the laws of the State of Minnesota (“Contractor”).
ARTICLE 1. The 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 or
the Engineer. “Specifications” means all documents included in the project manual
including, but not limited to, the following:
• Certification;
• Advertisement for Bids;
• Instructions to Bidders;
• Proposal Form;
• Affidavit of Non-Collusion;
• Acceptance of Liquidated Damage Rate;
• Certificate of Compliance;
• Responsible Contractor Certification Form;
• Agreement;
• Special Conditions;
• General Conditions;
• Divisions 1, 2, 3, 9, 11, 26, and 46 of the Project Manual;
• All documents required within any of the documents listed herein
• including, but not limited to, all bonds and insurance required.
• Appendices,
The Contract Documents shall include 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
152
A - 2
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
the Highway 55 Lift Station Relocation Project (Project No. 20-18) (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.
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 $894,512.00, 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 $894,512.00 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 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.
153
A - 3
ARTICLE 7. Payment. All payments to Contractor shall be made payable to the order of
Minger Construction Companies, Inc., and the City does not assume and shall not have
any responsibility for the allocation of payments or obligations of the Contractor to third
parties.
ARTICLE 8. Cancellation Prior to Execution. The City reserves the right, without
liability, to cancel the award of the Contract at any time before the execution of the
Contract by all parties.
ARTICLE 9. Special Assessment Contingency. The City’s obligation under this
contract is contingent upon the availability of appropriated fund s, including funds derived
from special assessments, from which payment for contract purposes can be made. The
City shall not be legally liable for any payment under this Agreement unless the special
assessment appeal period under Minn. Stat. § 429.081 has passed and no appeals have
been received.
ARTICLE 10. Termination. The City may by written notice terminate the Contract, or
any portion thereof, when (1) it is deemed in the best public, state or national interest to
do so; (2) the Special Assessment contingency has not been met; (3) the City is unable
to adequately fund payment for the Contract because of changes in state fiscal policy,
regulations or law; or (4) after finding that, for reasons beyond Contractor’s control,
Contractor is prevented from proceeding with or completing the Work within a reasonable
time.
In the event that any Work is terminated under the provisions hereof, all completed items
or units of Work will be paid for at Contract Bid Prices. Payment for partially completed
items or units of Work will be made in accordance with the Contract Documents.
Termination of the Contract or any portion thereof shall not relieve Contractor of
responsibility for the completed Work, nor shall it relieve Contractor’s Sureties of their
obligations for and concerning any just claims arising out of the Work.
IN WITNESS WHEREOF, both parties hereto have caused this Contract to be signed on
their respective behalves by their duly authorized offices and their corporate seals to be
hereunto affixed the day and year first above written.
THE CITY OF GOLDEN VALLEY, MINNESOTA
BY
Roslyn Harmon, Mayor
BY
Noah Schuchman, Interim City Manager
154
A - 4
CONTRACTOR
BY
ITS
155
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
156
GC - ii
STORAGE ..................................................................................................... 13
DEFECTIVE MATERIALS ............................................................................. 13
FAILURE TO REMOVE DEFECTIVE MATERIALS ...................................... 13
SECTION VI - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC ................... 13
LAWS TO BE OBSERVED ........................................................................... 13
PERMITS AND LICENSES ........................................................................... 14
PATENTED DEVICES, MATERIALS AND PROCESSES ............................ 14
SANITARY PROVISIONS ............................................................................. 14
PUBLIC CONVENIENCE AND SAFETY, BARRICADES, LIGHTS AND
WARNING SIGNALS .................................................................................... 15
MAINTENANCE OF DRAINAGE AND ACCESS TO MUNICIPAL AND
PRIVATE UTILITIES ..................................................................................... 15
SITES TO BE KEPT CLEAN ......................................................................... 16
NOISE ELIMINATION ................................................................................... 16
USE OF EXPLOSIVES ................................................................................. 16
PROTECTION AND RESTORATION OF PROPERTY ................................. 16
EXISTING SURFACE, OVERHEAD AND UNDERGROUND STRUCTURES
17
MAINTENANCE OF SERVICE IN EXISTING STRUCTURES ...................... 18
RAILWAY AND HIGHWAY CROSSINGS ..................................................... 18
RESPONSIBILITY FOR LABOR, MATERIAL, EQUIPMENT AND DAMAGE
CLAIM ........................................................................................................... 19
CONTRACTOR'S RESPONSIBILITY FOR WORK ....................................... 19
SAFETY PRECAUTIONS AND ACCIDENT PREVENTION ......................... 19
REQUIREMENTS OF CONTRACT BOND ................................................... 20
PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE .................... 20
WORKMEN'S COMPENSATION INSURANCE ............................................ 22
COMPLIANCE WITH EXISTING CONTRACTS BETWEEN THE CITY OF
GOLDEN VALLEY AND OTHERS ................................................................ 22
SECTION VII - PROSECUTION AND PROGRESS ...................................................... 22
SUBLETTING OR ASSIGNMENT OF CONTRACT ...................................... 22
PROSECUTION OF WORK .......................................................................... 22
LIMITATIONS OF OPERATIONS ................................................................. 23
CHARACTER OF WORKMEN AND EQUIPMENT ....................................... 23
CONTRACTOR'S RIGHT TO REQUEST CHANGES ................................... 24
TEMPORARY SUSPENSION OF WORK ..................................................... 24
157
GC - iii
SUBSTANTIAL COMPLETION ..................................................................... 24
DETERMINATION AND EXTENSION OF CONTRACT TIME FOR
COMPLETION .............................................................................................. 25
FAILURE TO COMPLETE WORK ON TIME ................................................ 25
RIGHT OF THE CITY TO DECLARE CONTRACTOR IN DEFAULT ............ 26
COMPLETION OF THE WORK AFTER DEFAULT ...................................... 27
PARTIAL DEFAULT ...................................................................................... 28
TERMINATION OF CONTRACTOR'S RESPONSIBILITY ............................ 28
SECTION VIII - MEASUREMENT AND PAYMENT ...................................................... 28
MEASUREMENT OF QUANTITIES .............................................................. 28
SCOPE OF PAYMENT ................................................................................. 28
WORK COVERED BY CONTRACT PRICE .................................................. 29
BASIS OF PAYMENT ................................................................................... 29
PAYMENTS FOR INCREASED OR DECREASED QUANTITIES ................ 29
PAYMENT FOR SURPLUS MATERIALS ..................................................... 29
CLAIMS AND PROTESTS ............................................................................ 30
PAYMENT FOR UNCLASSIFIED AND FORCE ACCOUNT WORK ............ 31
PARTIAL PAYMENTS .................................................................................. 32
FINAL PAYMENT .......................................................................................... 33
CERTIFICATE OF COMPLIANCE OF MINNESOTA WITHHOLDING TAX .. 34
SECTION IX - MISCELLANEOUS PROVISIONS ......................................................... 34
NONDISCRIMINATION................................................................................. 34
GOVERNMENT DATA. ................................................................................. 34
VENUE AND FORUM. .................................................................................. 35
COUNTERPARTS. ....................................................................................... 35
ELECTRONIC SIGNATURES. ...................................................................... 35
NOTICES. ..................................................................................................... 35
SEVERABILITY ............................................................................................. 36
NO WAIVER OF LEGAL RIGHTS ................................................................. 36
158
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
159
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
160
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 or lump sum 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 requirements of the Proposal Form.
In the case of errors on a Proposal Form, the lump sum 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.
161
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
162
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
163
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 or lump sum 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.
164
GC - 7
Any Change Order shall stipulate a unit price or lump sum price 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 project site,
street, and adjacent properties, 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.
165
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.
166
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.
167
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.
168
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 two
years 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 two-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 two-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 two-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 two-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.
169
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.
170
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.
171
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
172
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
173
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
174
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.
175
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.
176
GC - 19
RESPONSIBILITY FOR LABOR, MATERIAL, EQUIPMENT AND DAMAGE CLAIM
To the fullest extent permitted by law, Contractor shall indemnify and hold harmless
the City and its agents and employees from and against claims, damages, losses,
and expenses, including but not limited to attorneys’ fees, arising out of or resulting
from performance of the Work, provided that such claim, damage, loss, or expense
is attributable to bodily injury, sickness, disease or death, or to injury to or
destruction of tangible property, but only to the extent caused by the negligent acts
or omissions of Contractor, a Subcontractor, anyone directly or indirectly employed
by them, or anyone for whose acts they may be liable, regardless of whether or not
such claim, damage, loss, or expense is caused in part by a party indemnified
hereunder. Such obligation shall not be construed to negate, abridge, or reduce
other rights or obligations of indemnity that would otherwise exist as to a party or
person described in this Section or any other obligations of indemnity under the
Contract Documents.
In claims against any person or entity indemnified under this Section by an
employee of Contractor, a Subcontractor, anyone directly or indirectly employed by
them, or anyone for whose acts they may be liable, the indemnification obligation
under this Section shall not be limited by a limitation on amount or type of damages,
compensation, or benefits payable by or for Contractor or a Subcontractor under
workers’ compensation acts, disability benefit acts, or other employee benefit acts.
CONTRACTOR'S RESPONSIBILITY FOR WORK
Until acceptance, the Work and all materials shall be under Contractor’s charge and
care, and Contractor shall take every reasonable precaution against injury or
damage to the Work or to any part thereof by the action of the elements or from any
other cause whatsoever. Contractor shall rebuild, repair, restore and make good, at
Contractor’s own expense, all injuries or damages to any portion of the Work
occasioned by any of the above causes before its completion and acceptance.
SAFETY PRECAUTIONS AND ACCIDENT PREVENTION
Contractor shall observe and comply with all requirements of the Engineer as to the
safety of the workforce to be employed on the Project. Contractor shall also comply
with all safety measures recommended or required by any governmental agency,
including the Department of Labor and Industry and the Division of Accident
Prevention of the Industrial Commission of Minnesota, and with the requirements of
the Workmen's Compensation Act and any amendments thereto.
Contractor shall be responsible for all safety issues on the Project. Contractor must,
however, comply with all orders from the City for implementing any additional
requirements relating to safety concerns.
177
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
178
GC - 21
X Hired Automobile
X City of Golden Valley named as Additional Insured
iii) General Liability Insurance:
a. Minimum Limits of Liability:
1. $2,000,000 – Per Occurrence
2. $3,000,000 – Annual Aggregate
b. Coverages:
X Bodily Injury
X Property Damage
X Personal Injury
X Blanket Contractual
X City of Golden Valley named as Additional Insured
iv) Professional Liability/Miscellaneous Liability Insurance:
Coverage for negligent acts, errors or omissions arising out of the
performance of professional services included in the Contract coverage shall
continue for a minimum of five (5) years.
a. Minimum limit of liability of $2,000,000 per occurrence
b. Deductible not to exceed $5,000 (if in excess, submit certified financial
statement)
c. If Claims-Made, please complete the following:
If prior acts coverage is restricted, advise the retroactive date of coverage:
______________.
Contractor’s policy(ies) shall be primary and non-contributory to any other valid and
collectible insurance available to the City with respect to any claim arising out of this
Contract, and shall provide the City with thirty (30) days advance written notice of
cancellations, non-renewals or reduction in limits or coverage or other material
change.
Contractor is responsible for payment of insurance deductibles. If Contractor is self-
insured, a Certification of Self-Insurance must be attached.
Insurance companies must have an “AM Best” rating of A-, class V or better, and be
authorized to do business in the State of Minnesota and must be satisfactory to the
City.
Each subcontractor shall furnish property damage and public liability insurance that
complies with all of the requirements stated, except as to amounts. Subcontractors
shall furnish property damage insurance and public liability insurance in amount
proportionate to their respective subcontracts, but such amounts shall be
satisfactory to the Engineer.
179
GC - 22
WORKMEN'S COMPENSATION INSURANCE
Contractor shall furnish Workmen's Compensation Insurance for its employees, and
must comply with all Workmen's Compensation Laws for the state of Minnesota.
The insurance company or companies, or the manner in which the compensation
insurance is carried, must be satisfactory to the City and to the Minnesota Industrial
Commission. The cost of Workmen's Compensation Insurance shall be included in
all lump sum and unit cost items under this Contract.
COMPLIANCE WITH EXISTING CONTRACTS BETWEEN THE CITY OF GOLDEN
VALLEY AND OTHERS
Contractor shall familiarize itself with all terms and provisions of contracts between
the City of Golden Valley and the City of Minneapolis in regards to wholesale
purchase of potable water; and with the Cities of Crystal and New Hope for the
storage distribution of potable water as may apply. Contractor shall similarly
familiarize itself with other contracts between the City of Golden Valley and other
municipalities, firms, corporations, or individuals relating in any manner whatsoever
to the subject matter of this Contract and shall conform to all of the requirements of
said contracts and shall do nothing which shall violate any of the provisions or
conditions imposed upon the City.
SECTION VII - PROSECUTION AND PROGRESS
SUBLETTING OR ASSIGNMENT OF CONTRACT
Contractor shall not sublet, sell, transfer, assign or otherwise dispose of the Contract
or any portion thereof, or of the Work, or of Contractor’s right, title or interest therein,
to any person, firm or corporation without the written consent of the City and
Contractor's Surety, and such consent shall not relieve Contractor in any way of full
responsibility for the performance of this Contract.
Contractor shall include a list of subcontractors with the Proposal. The City reserves
the right to reject any or all of the subcontractors.
PROSECUTION OF WORK
All dealings of the City will be with Contractor. No Work shall be started until the
Contract has been executed and written notice to proceed has been given to
Contractor.
Definite notice of intention to start the Work shall be given to the City at least five (5)
days in advance of beginning the Work. Such starting time shall be within ten (10)
calendar days after the date of receipt by Contractor of written notice to proceed.
The official starting time shall be taken as the date on which Contractor is notified in
writing by the Engineer that Contractor has fulfilled all preliminary requirements of
180
GC - 23
the City. The official Contract Time shall be in accordance with the Special
Conditions. Should the prosecution of the Work be discontinued temporarily by
Contractor for any reason, Contractor shall notify the Engineer at least twenty-four
(24) hours before again resuming operations and shall not resume operations until it
receives written approval from the Engineer.
Unless otherwise provided for elsewhere in these Specifications, Contractor shall
notify the City of the location at which Contractor intends to begin operations. The
Engineer shall have the right to change the point of beginning or the points of
operation of Contractor's work force.
The Work shall be prosecuted in such manner as to ensure its completion within the
Contract Time. In case of failure to prosecute the Work in such a manner as to
ensure its completion within the Contract Time, the Engineer shall have the right to
require Contractor to place in operation such additional force and equipment as are
deemed necessary by the Engineer.
LIMITATIONS OF OPERATIONS
In case of a dispute arising between two or more Contractors engaged on the same
work as to the respective rights or each under these Specifications, the Engineer
shall determine the matters at issue and shall define the respective rights of the
various interests involved in order to secure the completion of all parts of the Work in
harmony and with satisfactory results. Any such decisions by the Engineer shall be
final and binding on all parties and shall not in any way give rise to or provide a basis
for a claim for extra compensation by any of the parties.
CHARACTER OF WORKMEN AND EQUIPMENT
Contractor shall employ such superintendents, foremen and workmen as are careful
and competent, and the Engineer may demand in writing the dismissal of any person
or persons employed by Contractor in, about or upon the Work, who engages in
misconduct, or who is incompetent or negligent or refuses to comply with the
direction given. Any such person or persons shall not be employed again at the
Project without the written consent of the Engineer. Should Contractor continue to
employ such person or persons at the Project, the City may withhold all payments
which are or may become due, or the Engineer may suspend the Work until the
offending persons are dismissed. Contractor shall not employ any minors, as
defined by the Minnesota Workmen's Compensation Act, on the Project.
Contractor shall keep on the Project, during its progress, a competent
superintendent and any necessary assistants, all satisfactory to the Engineer. The
Superintendent shall meet all requirements contained in the Contract Documents,
including but not limited to those enumerated in Section 10 of the Special
Conditions, and shall not be changed except with the consent of the Engineer,
unless the superintendent proves unsatisfactory to Contractor and ceases to be in
Contractor’s employ. The superintendent shall represent Contractor in all matters
181
GC - 24
and have the authority to obtain equipment and manpower as needed to complete
the Work. All directions given to the superintendent shall be as binding as if they
were given to Contractor.
All machinery and equipment owned or controlled by Contractor which is proposed
to be used by Contractor on the Work shall be of sufficient size and in such
mechanical condition as to meet with the requirements of the Work and to produce a
satisfactory quality of work.
When so ordered by the Engineer, in writing, unsatisfactory equipment shall be
removed and replaced with equipment which will satisfactorily perform the Work. No
change in the machinery and equipment employed on the Project that has the effect
of decreasing its capacity shall be made except by written permission of the
Engineer.
The measure of the capacity of machinery and equipment shall be its actual
performance of the Work. Failure of Contractor to provide adequate equipment may
result in the annulment of the Contract as hereinafter provided.
CONTRACTOR'S RIGHT TO REQUEST CHANGES
If Contractor discovers, prior to or during construction anything in the Plans or
Specifications or in the supplementary directions issued by the Engineer which, in
the opinion of Contractor, appears to be faulty engineering or design, Contractor
shall immediately advise the Engineer in writing of Contractor’s concerns. If no
objection is raised by Contractor under the provisions of this paragraph, Contractor
waives any right to contest the provisions of the Contract on the basis of faulty
engineering or design.
TEMPORARY SUSPENSION OF WORK
The Engineer shall have the authority to suspend the Work, wholly or in part, for
such a period or periods as the Engineer may deem necessary due to conditions
considered unfavorable for the suitable prosecution of the Work, or for such time as
is necessary due to failure on the part of Contractor to carry out orders or perform
any or all provisions of the Contract. If the Engineer directs Contractor in writing to
suspend the Work, Contractor shall store all materials and equipment in such a way
as to not obstruct or impede public travel or work on adjacent contracts. Contractor
shall not suspend the Work without written authority from the Engineer.
SUBSTANTIAL COMPLETION
When Contractor considers that the Work, or a portion thereof which the City agrees
to accept separately, is substantially complete, Contractor shall prepare and submit
to the Engineer a comprehensive list of items to be completed or corrected prior to
final payment. Failure to include an item on such list does not alter the responsibility
of Contractor to complete all Work in accordance with the Contract Documents.
182
GC - 25
Upon receipt of Contractor’s list, the Engineer or the Inspector shall inspect the Work
to determine whether it is substantially complete. If the inspection discloses any
item, whether or not included on Contractor’s list, which is not sufficiently complete
in accordance with the Contract Documents so that the City can occupy or utilize the
Work or designated portion thereof for its intended use, Contractor shall, before
issuance of the Certificate of Substantial Completion, complete or correct such item.
In such case, Contractor shall then submit a request for another inspection by the
Engineer to determine Substantial Completion.
When the Work or designated portion thereof is substantially complete as
determined by the Engineer, the Engineer shall prepare a Certificate of Substantial
Completion that shall establish the date of Substantial Completion; establish
responsibilities of the City and Contractor for security, maintenance, damage to the
Work and insurance; and fix the time within which Contractor shall finish all items on
the list accompanying the Certificate. Warranties required by the Contract
Documents shall commence on the date of Substantial Completion of the Work or
designated portion thereof unless otherwise provided in the Certificate of Substantial
Completion.
The Certificate of Substantial Completion shall be submitted to the City and
Contractor for their written acceptance of responsibilities assigned to them in the
Certificate. Upon such acceptance, and consent of surety if any, the City shall make
payment of retainage applying to the Work or designated portion thereof. Such
payment shall be adjusted for Work that is incomplete or not in accordance with the
requirements of the Contract Documents.
DETERMINATION AND EXTENSION OF CONTRACT TIME FOR COMPLETION
Contractor shall perform fully, entirely, and in an acceptable manner, the Work
contracted for within the time stated in the Contract.
If Contractor finds that it will be impossible to complete the Work on or before the
Contract Time, Contractor shall request an extension of the Contract Time as set
forth in Section 4 of the Special Conditions.
In case such extension is not granted, the right to proceed with the Work may be
considered as forfeited as of the Contract Time, including all agreed upon
adjustments, and the City, without violating the Contract, may proceed immediately
to take over the Work, materials and equipment and make final settlement of costs
incurred as provided for in Paragraph 7 below, except that it shall not be necessary
to give Contractor written ten (10) days’ notice for such forfeiture.
FAILURE TO COMPLETE WORK ON TIME
Should Contractor fail to complete the Work on or before the Contract Time, taking
into consideration all agreed upon extensions, the City may permit Contractor to
183
GC - 26
proceed and there shall be deducted from any monies due or that may become due
Contractor the amount agreed upon as liquidated damages under section 4 the
Special Conditions of the Agreement. Liquidated damages shall continue to accrue
until the unfinished Work is completed whether Contractor finishes the Work or the
Work is finished by an alternate contractor.
Permitting Contractor to continue and finish the Work or any part of it after the
Contract Time, or after the date to which the Contract Time may have been
extended, shall in no way operate as a waiver on the part of the City of any of its
rights. Neither by the taking over of the Work by the City, nor by the annulment of
the Contract, shall the City forfeit the right to recover liquidated damages from
Contractor or Contractor’s Surety for failure to complete the Contract.
RIGHT OF THE CITY TO DECLARE CONTRACTOR IN DEFAULT
In addition to those instances specifically referred to in the Contract Documents, the
City shall have the right to declare Contractor in default of the whole or any part of
the Work if:
A. Contractor becomes insolvent;
B. Contractor makes an assignment for the benefit of creditors pursuant to the
Statutes of the State of Minnesota;
C. A voluntary or involuntary petition in bankruptcy be filed by or against Contractor;
D. Contractor fails to commence work when notified to do so by the Engineer;
E. Contractor shall abandon the Work;
F. Contractor shall refuse to proceed with the Work when and as directed by the
Engineer;
G. Contractor shall, without just cause, reduce its working force to a number which,
if maintained would be insufficient, in the opinion of the Engineer, to complete the
Work in accordance with the approved progress schedule, and shall fail or refuse
to sufficiently increase such working force when ordered to so by the Engineer;
H. Contractor shall sublet, assign, transfer, convey or otherwise dispose of this
Contract other than as herein specified;
I. A receiver or receivers are appointed to take charge of Contractor's property or
affairs;
J. The Engineer shall be of the opinion that Contractor is or has been knowingly,
willfully or in bad faith, violating any of the provisions of this Contract;
K. The Engineer shall be of the opinion that Contractor is or has been
unnecessarily, unreasonable or willfully delaying the performance and completion
184
GC - 27
of the Work, or the award of a necessary subcontract or the placing of necessary
material or equipment orders;
L. The Engineer shall be of the opinion that the Work cannot be completed within
the Contract Time, taking into consideration all agreed upon amendments to the
Contract Time; provided, however, that the impossibility of timely completion is,
in the Engineer's opinion, attributable to conditions within Contractor's control;
M. The Engineer shall be of the opinion that Contractor is not or has not been
executing the Contract in good faith and in accordance with its terms; or
N. The Work is not completed within t within the Contract Time, taking into
consideration all agreed upon amendments to the Contract Time.
Before the City shall exercise its right to declare Contractor in default by reason of
the conditions set forth in items numbered 1, 4-7, 10-13, or 14, it shall give
Contractor an opportunity to be heard, on two days’ notice, at which hearing
Contractor may have a stenographer present; provided, however, that a copy of
such stenographic notes, if any, shall be furnished to the City.
The right to declare in default for any of the grounds specified or referred to above
shall be exercised by sending Contractor a notice, signed by the Engineer, setting
forth the grounds upon which such default is declared. Upon receipt of such notice,
Contractor shall immediately discontinue all further operations under this Contract
and shall immediately quit the site, leaving untouched all plant, materials,
equipment, tools and supplies then on the site.
COMPLETION OF THE WORK AFTER DEFAULT
The City, after declaring Contractor in default, may then have the Work completed
by such means and in such manner, by contract with or without public letting or
otherwise, as it may deem advisable, utilizing for such purpose such of Contractor's
plant, materials, equipment, tools, and supplies remaining on the site, and also such
subcontractors as it may deem advisable.
After such completion, the Engineer shall make a certificate stating the expense
incurred in such completion, which shall include the cost of re-letting and also the
total amount of liquidated damages (at the rate provided for in the Specifications)
from the date when the Work should have been completed by Contractor in
accordance with the Contract Documents to the date of actual completion of the
Work. Such certificate shall be binding and conclusive upon Contractor in
accordance with the terms hereof to the date of actual completion of the Work. Such
certificate shall be binding and conclusive upon Contractor, Contractor’s Sureties,
and any person claiming under Contractor, as to the amount thereof.
The expense of such completion, as so certified by the Engineer shall be charged
against and deducted out of such monies as would have been payable to Contractor
185
GC - 28
if it had completed the Work; the balance of such monies, if any, subject to the other
provisions of this Contract, to be paid to Contractor without interest after such
completion. Should the expense of such completion exceed the total sum which
would have been payable under this Contract if the same had been completed by
Contractor, any such excess shall be paid by Contractor to the City upon demand. If
Contractor fails to pay the City promptly for such excess costs, the City may at its
discretion submit a claim to Contractor’s Surety for such reimbursements.
PARTIAL DEFAULT
In case the City shall declare Contractor in default as to a part of the Work only,
Contractor shall discontinue such part, shall continue performing the remainder of
the Work in strict conformity with the terms of the Contract, and shall in no way
hinder or interfere with any other contractors or persons whom the City may engage
to complete the Work as to which Contractor was declared in default.
The provisions of the clauses herein relating to declaring Contractor in default as to
the entire Work shall be equally applicable to a declaration of partial default, except
that the City shall be entitled to utilize for completion of the Work as to which
Contractor was declared in default only such plant, materials, equipment, tools and
supplies as had been previously used by Contractor on such part.
TERMINATION OF CONTRACTOR'S RESPONSIBILITY
Except as otherwise provided for in these Specifications and in Contractor’s bond,
Contractor’s responsibility for all Work and materials under this Contract shall
continue until the expiration date of the warranty. The warranty shall commence on
the date of Final Completion of the Work.
SECTION VIII - MEASUREMENT AND PAYMENT
MEASUREMENT OF QUANTITIES
Measurement of all Work acceptably completed will be made in accordance with the
Schedule of Values submitted by the Contractor, whom shall prepare and submit to
Engineer for approval. Refer to Section 01 33 00 of the Specification for additional
details regarding measurement of quantities.
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
186
GC - 29
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 lump sum bid price, 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
The work will be performed under one contract as lump sum work. Payment for all
items shall be by lump sum. Work may not be fully shown on the drawings, it may be
described in the Specifications and vice-versa.
PAYMENTS FOR INCREASED OR DECREASED QUANTITIES
Whenever the quantity of any item of Work as given in the Proposal shall be
increased or decreased, payment for such item of Work will be made on the basis of
the actual quantity completed at the unit price for such item named in the Proposal,
except as otherwise provided in Section III - Paragraph 2 of these General
Conditions, and in the detail Specifications for each class of Work.
PAYMENT FOR SURPLUS MATERIALS
Payment for materials that have been ordered in furtherance of the Work, but that
are not to be used because (1) of cancellation of the Contract or a portion thereof;
(2) of an order to terminate the Work before completion of the entire unit; or (3) the
quantity ordered by the Engineer was in excess of the quantity needed, will be made
in accordance with this section, unless Contractor or one of Contractor’s suppliers
elects to take possession of the surplus material without expense to the City.
Payment for surplus materials that have been purchased and shipped or delivered to
the Project will be made at the Contract bid price when the pay item covers the
furnishing and delivering of the material only.
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.
187
GC - 30
Materials that have been ordered but have not been consigned for shipment shall be
paid for upon delivery the same as materials in transit or delivered only when the
supplier is unwilling to cancel or modify the order such as in the case of materials
requiring special manufacture, fabrication, or processing so as to be unsuitable for
general use.
In no case shall payment for surplus materials exceed the Contract Price for the
materials complete in place. Contractor shall furnish invoices or an affidavit showing
the purchase price and transportation charges on materials to be taken over by the
City.
Surplus materials that are taken over by the City shall be delivered to the storage
sites designated by the Engineer.
Except as above provided, no payment shall be made to Contractor for any
materials that are not incorporated in the Work. Materials shall be ordered in the
quantities needed unless a specific quantity is to be furnished by direct order of the
Engineer.
CLAIMS AND PROTESTS
A. General
A Claim is a demand or assertion by one of the parties seeking, as a matter of right,
payment of money, a change in the Contract Time, or other relief with respect to the
terms of the Contract. The term “Claim” also includes other disputes and matters in
question between the City and Contractor arising out of or relating to the Contract.
The responsibility to substantiate Claims shall rest with the party making the Claim.
This Section does not require the City to file a Claim in order to impose liquidated
damages in accordance with the Contract Documents.
B. Time Limit on Claims
The City and Contractor shall commence all Claims and causes of action against the
other and arising out of or related to the Contract, whether in contract, tort, breach of
warranty or otherwise, in accordance with the requirements of this Section and
within the period specified by applicable law, but in any case not more than one year
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.
188
GC - 31
D. Continuing Contract Performance
Pending final resolution of a Claim, except as otherwise agreed in writing, Contractor
shall proceed diligently with performance of the Contract and the City shall continue
to make payments in accordance with the Contract Documents. The Contract Price
and Contract Time shall be adjusted in accordance with the resolution of the Claim,
subject to the right of either party to proceed in accordance with this section.
E. Claims for Additional Cost
If Contractor wishes to make a Claim for an increase in the Contract Price, notice as
provided in Subsection 1C above shall be given before proceeding to execute the
portion of the Work that is the subject of the Claim. Prior notice is not required for
Claims relating to an emergency endangering life or property.
F. Claims for Additional Time
If Contractor wishes to make a Claim for an extension of the Contract Time,
Contractor shall request an extension as set forth in Section 4 of the Special
Conditions.
G. Mediation
Claims, disputes, or other matters in controversy arising out of or related to the
Contract, except those waived as provided for in the Contract Documents, shall be
subject to mediation as a condition precedent to commencement of litigation. The
parties shall endeavor to resolve their Claims by mediation which shall be
administered by a mediator mutually agreed upon by the parties.
A request for mediation shall be made in writing, delivered to the other party to the
Contract and shall be completed within ninety (90) days from the date the request for
mediation was delivered to the other party. The parties shall share the mediator’s
fee and any filing fees equally. The mediation shall be held in Hennepin County,
Minnesota, unless another location is mutually agreed upon. Agreements reached in
mediation shall be enforceable as settlement agreements in any court having
jurisdiction thereof.
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
189
GC - 32
taxes, to which cost shall be added twenty (20) percent of the sum thereof. No
charge shall be made by Contractor for organization or overhead expense.
B. For all materials used, Contractor will receive the actual cost of such materials
including freight charges as shown by original receipted bills, to which cost shall
be added ten (10) percent of the sum thereof. Where materials are specifically
purchased for use on Unclassified Work but are taken from Contractor's stock,
Contractor shall submit an affidavit of the quantity, price and freight on such
materials in lieu of original bills and invoices. This affidavit shall be approved by
the Engineer.
C. For any machinery, trucks or equipment, including fuel and lubricants, which it
may be deemed necessary or desirable to use, Contractor will receive a
reasonable rental price, to be agreed upon in writing before such Work is begun,
for each and every hour that said machinery, trucks and equipment are in use on
such Work, and to which sum no percentage will be added. Such rental price
shall not exceed the rates established by the A.G.C. for this district.
The compensation as herein provided shall be received by Contractor as payment in
full for Unclassified Work done by Force Account and said twenty (20) percent for
labor and said ten (10) percent for materials shall be agreed to cover profit,
superintendence, general expense, overhead, and the use of small tools and
equipment for which no rental is allowed.
Contractor or Contractor’s representative and the Engineer or the Engineer’s
representative shall compare records of Force Account Work at the end of each day.
Copies of these records shall be made in triplicate on Force Account forms, provided
for this purpose by the Engineer and signed by both parties. To all such claims for
Force Account Work, Contractor shall attach receipted bills for, or affidavit of,
materials used and freight receipts covering freight on such materials used, and said
claims shall be presented to the Engineer for payment not later than the twentieth
(20th) day of the month following that in which the Work was actually performed and
shall include all labor charges and material charges insofar as they can be verified.
Should Contractor refuse or fail to prosecute such Unclassified Work as directed, or
to submit this claim as required, the City may withhold payment of all current
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;
190
GC - 33
provided further, however, that when ninety-five (95) percent or more of the Work is
completed, the City, in its sole discretion, may determine that something less than
five (5) percent need be retained to protect the City's interest in satisfactory
completion of the Contract.
Monthly estimates may include the value of acceptable materials required for the
Work, which have been delivered to the Project, and for which acceptable provisions
have been made for the preservation and storage. From the total value of the
materials so reported, five (5) percent shall be retained. Such material, when so
paid for by the City, shall become the property of the City and in the event of default
on the part of Contractor, the City may use or cause to be used such materials in the
construction of the Work provided for in the Contract. The amount thus paid by the
City for materials shall go to reduce estimates due Contractor as the materials are
used in the Work.
Minnesota Statutes, Sections 337.10, subd. 3 and 471.425, subd. 4a, requires that
Contractor pay any subcontractors within ten (10) days after receipt of payment from
the City for undisputed services provided by the subcontractor. Contractor shall
provide proof to the City of payment to subcontractors in the form of check copies or
receipts. If Contractor fails to make payments to subcontractors for undisputed
Work, Contractor shall pay interest of one and one-half percent (1-1/2%) per month
of any amounts not paid on time to subcontractors, with a minimum monthly interest
penalty payment of ten dollars ($10).
No release of any retained percentage will be made without the written approval of
the Surety or Sureties, which approval shall be obtained by Contractor. Any such
release may be optional with the City.
FINAL PAYMENT
Upon receipt of Contractor’s notice that the Work is ready for final inspection and
acceptance, the Engineer shall promptly make such inspection as provided in
section IV(10) of these General Conditions. When the Engineer finds the Work
acceptable under the Contract Documents and the Contract fully performed, the
Engineer will prepare a final estimate containing complete quantities of each and
every item of Work performed by Contractor, and the value thereof (the “Final Pay
Estimate”). Upon acceptance of the Final Pay Estimate by Contractor, the Engineer
will (i) issue a Certificate of Final Completion; (ii) forward the Certificate of Final
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.
191
GC - 34
CERTIFICATE OF COMPLIANCE OF MINNESOTA WITHHOLDING TAX
Final payment will not be made until Contractor shall have filed with the City
evidence, in the form of an affidavit, lien waiver or such other evidence as may be
required, that all claims against Contractor by reason of the Contract have been fully
paid or satisfactorily secured. In case such evidence is not furnished, the City may
retain out of any amount due said Contractor sums sufficient to cover all lienable
claims unpaid.
Before final payment is made for the Work on this project, Contractor must make a
satisfactory showing that it has complied with the provisions of Minnesota Statutes
Section 290.92 requiring the withholding of State Income Tax for wages paid
employees on this project. Receipt by the City Engineer of a Certificate of
Compliance from the Commissioner of Taxation will satisfy this requirement.
Contractor is advised that before such Certificate can be issued, Contractor must
first place on file with the Commissioner of Taxation an affidavit, in the form of an IC-
134, that Contractor has complied with the provisions of Minnesota Statutes Section
290.92.
SECTION IX - MISCELLANEOUS PROVISIONS
NONDISCRIMINATION.
Contractor agrees:
A. That it shall not, in the hiring of labor or employees for the performance of any
work under this Agreement, by reason of any race, creed, color, national origin,
sex, gender identity, sexual orientation, or disability discriminate against any
person who is qualified and available to perform the Work;
B. That it shall not, in any manner, discriminate against, intimidate or prevent the
employment of any person identified in clause (a) of this section, or on being
hired, prevent or conspire to prevent, the person from the performance of any
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
192
GC - 35
is subject to the requirements of the Minnesota Government Data Practices Act
(Minn. Stat. § 13.01 et. seq. the “MGDPA”), except to the extent the data is
privileged pursuant to an exception to or exclusion from the MGDPA, and that
Contractor must comply with the MGDPA as if Contractor were a government entity,
including the remedies in Minn. Stat. §13.08, subject to any other appropriate
exception to or exclusion from the MGDPA. Contractor agrees to promptly notify the
City of any request for data that Contractor receives related to this Agreement.
VENUE AND FORUM.
This Agreement shall be interpreted in accordance with Minnesota law and any suit
or litigation between the parties arising out of this Agreement shall be filed, tried and
litigated only in Hennepin County District Court in the state of Minnesota.
COUNTERPARTS.
This Agreement may be executed in any number of counterparts, including
electronically. Each counterpart constitutes an original and all counterparts
collectively constitute one and the same instrument. The signatures of the parties
need not appear on the same counterpart.
ELECTRONIC SIGNATURES.
Except as otherwise stated herein, documents executed, scanned and transmitted
electronically and electronic signatures shall be deemed original signatures for
purposes of this Agreement and all related matters. All scanned and electronic
signatures shall have the same legal effect as original signatures. This Agreement,
any other document necessary for the consummation of the transaction
contemplated by this Agreement may be accepted, executed or agreed to through
the use of an electronic signature in accordance with the Uniform Electronic
Transactions Act, Minnesota Statutes Chapter 325L. Any document accepted,
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: R.J. Kakach, PE
7800 Golden Valley Road
Golden Valley, MN 55427
RKakach@goldenvalleymn.gov
Minger Construction Companies, Inc.
Attn: Luke Minger
620 Corporate Drive
Jordan, MN 55352
Lukemcmingerconst.com
193
GC - 36
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.
194
SPECIAL CONDITIONS
TABLE OF CONTENTS
SC-i
PAGE
1. GENERAL ......................................................................................................................... 1
2. PROJECT DESCRIPTION ................................................................................................ 1
3. QUALIFICATIONS OF BIDDER ........................................................................................ 2
4. STARTING AND COMPLETION TIME .............................................................................. 2
5. SCHEDULE AND CONSTRUCTION PHASING ................................................................ 3
6. SPECIFICATIONS WHICH APPLY ................................................................................... 4
7. REFERENCE .................................................................................................................... 4
8. SUPERVISION OF WORK ................................................................................................ 5
9. EMERGENCY CONTACTS ............................................................................................... 5
10. RESIDENT PROJECT REPRESENTATIVE ...................................................................... 5
11. SITE CONDITIONS ........................................................................................................... 5
12. MAINTENANCE OF EXISTING CITY UTILITIES .............................................................. 6
13. CONSTRUCTION STAKING ............................................................................................. 6
14. QUALITY CONTROL AND QUALITY ASSURANCE TESTING ......................................... 7
15. PROJECT ACCESS AND STAGING AREA ...................................................................... 7
16. UTILITY CONFLICTS ........................................................................................................ 8
17. EASEMENTS AND PERMITS ........................................................................................... 8
18. NOISE CONTROL ............................................................................................................. 9
19. FINES: .............................................................................................................................. 9
20. MEASUREMENT AND PAYMENT .................................................................................... 9
21. TREE AND LANDSCAPE PRESERVATION ..................................................................... 9
22. RESPONSIBILITY FOR DAMAGE CLAIMS (1714): .........................................................10
23. MOBILIZATION (2021) .....................................................................................................10
24. CLEARING AND GRUBBING (2101) ...............................................................................10
25. REMOVALS AND SALVAGES (2104) ..............................................................................10
26. SAWING CONCRETE AND BITUMINOUS PAVEMENT (2104) .......................................11
27. EXCAVATION AND EMBANKMENT (2105) .....................................................................11
28. CONTAMINATED SOIL AND DEBRIS-IMPACTED SOIL: ................................................13
29. CONTAMINATED GROUNDWATER, DEWATERING, AND DISCHARGE: .....................15
30. WATER USE ON PROJECT (2130) .................................................................................15
31. AGGREGATE BASE (2211) .............................................................................................16
32. PLANT MIXED BITUMINOUS MIXTURES (2360) ............................................................16
33. PIPE BEDDING (2451).....................................................................................................17
34. CRUSHED ROCK FOR STABILIZATION (2451) ..............................................................17
195
SPECIAL CONDITIONS
TABLE OF CONTENTS
SC-ii
35. COARSE FILTER AGGREGATE (2451) ..........................................................................17
36. PIPE SEWERS (2503) .....................................................................................................17
37. LIFT STATION CONCRETE (2531) .................................................................................18
38. TEMPORARY TREE PROTECTION FENCING (2572) ....................................................18
39. RESTORATION ...............................................................................................................18
40. PROCEDURES IN THE EVENT OF A SEWAGE SPILL ..................................................18
196
SC-1
SPECIAL CONDITIONS
CITY OF GOLDEN VALLEY
FOR
CITY PROJECT NO. 20-18
HIGHWAY 55 LIFT STATION RELOCATION
BID OPENING: January 25, 2024
11:00 am CST
1. GENERAL: Instructions to Bidders, General Conditions, and Divisions 1, 2, 3, 9,
11, 26, and 46 of the Specifications (based on 2016 CSI Master Format) 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 furnishing of all labor
and materials for the construction complete in-place of the Highway 55 Lift Station
Relocation, that includes but is not limited to the following:
A. Removal of existing lift station building and underground structures.
B. Removal of existing lift station equipment and piping.
C. Removal of existing bituminous driveway and retention wall.
D. Removal and abandonment of selected sanitary sewer manholes,
forcemains and sewermains.
E. Furnish and install sanitary sewer manholes.
F. Furnish and install precast wet well and valve vault structures.
G. Furnish and install new submersible pumps, piping, and valves.
H. Furnish and install new open-channel grinder.
I. Furnish and apply lift station coatings.
J. Install new control panel and controls.
K. Furnish and install 6” HDPE forcemain with directional drilling.
L. Furnish and install SCADA antenna and light pole.
M. Bituminous driveway, concrete pad, miscellaneous site work, and
landscaping.
N. Construction dewatering as needed
O. Pipe bedding as needed.
P. Mobilization, traffic control, erosion and sediment contract and restoration.
Q. Removal and disposal of contaminated soils
The project is to be bid as one lump sum cost for all Work with the exception of the
following:
197
SC-2
There is one bid item for removal and disposal of contaminated soils to be managed
as described in the Special Conditions and the Response Action Plan / Construction
Contingency Plan located in Appendix D.
A backup generator will be furnished and installed by others. The installation is
anticipated for late 2024 or early 2025.
See the Plans for more detailed information on the description of the Work.
3. QUALIFICATIONS OF BIDDER: Bidders are required to submit evidence that they
have practical knowledge of the particular work bid upon, and that they have the
financial resources to complete the proposed Work. Failure on the part of any
Bidder to carry out previous contracts satisfactorily or any bidder’s lack of
experience or equipment necessary for the satisfactory and timely completion of
this Project may be deemed sufficient cause for disqualification of said Bidder.
Refer to Instructions to Bidders and Contractor’s Questionnaire under the Proposal
Form regarding other Bidder Qualification Requirements. Bidders who will
require more than fifty percent (50%) of the Work value to be performed by
subcontractors will be deemed unqualified to perform the Work. Bidder must
submit subcontractor list with their anticipated items of work and value.
The following Contract items shall be considered specialty items and will not be
included in the fifty percent (50%) requirement as stated in the Instructions to
Bidders:
A. Control Panel and Controls.
B. SCADA Antenna and Light Pole.
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. The project is anticipated to be awarded at the February 20,
2024 City Council meeting.
Contractor shall not remove the existing lift station prior to September 1, 2024 due
to typical seasonally wet conditions. All Work under this Contract must be
Substantially Completed no later than November 1, 2024 (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 June 30, 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.
198
SC-3
Failure to substantially complete the Work by the Contract Time shall result
in the City charging Contractor, and withholding any monies due as
liquidated damages, the amount of $500 per calendar day until all Work is
completed.
If Contractor is delayed for any reason in the commencement or performance of
the Work, to the extent such delay will prevent the Contractor from completing the
Work (or any portion thereof) within the Contract Time, Contractor’s sole remedy
for such delay shall be an extension of the Contract Time. All such extension
requests shall be made according to the requirements and procedures set forth in
Division I, 1806 (Determination and Extension of Contract Time) and 1403
(Notification for Contract Revisions) of the MnDOT shall apply, except as modified
or supplemented in these Special Conditions.
Without limiting the foregoing, if a conflict arises with existing private utilities during
the commencement or performance of the Work, Contractor shall proceed 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 users of the path along the north side of
Highway 55’s frontage road and local residents. Contractor shall submit to the
Engineer for review and approval, a detailed critical path phasing plan and
schedule not more than two (2) weeks following contract award or a minimum of
one (1) week before the pre-construction conference. Schedule shall show project
completion by the specified dates in addition to the requirements listed on Section
01 33 00 of these Specifications. The following requirements/operations must be
included in this plan:
A. Installation of new wet well and valve vault structures.
B. Installation of new lift station equipment (pumps, piping, valves, open
channel grinder, controls, SCADA antenna and pole).
C. Application of lift station coatings.
D. Installation of 6” HPDE forcemain.
E. Installation of new upstream sanitary sewer manholes and piping.
F. Bypass pumping period (if needed).
G. Site work (new bituminous driveway, concrete pad, landscaping, etc.).
H. Anticipated Lift Station start-up date.
I. Removal and abandonment of existing lift station components.
199
SC-4
Working hours for this project shall be limited to 7:00 a.m. to 7:00 p.m., Monday
through Friday, except as otherwise stated in the Contract Documents, unless
approved in writing by the City Engineer. Contractor shall schedule its work to
comply with this requirement.
Contractor shall perform some Work at times other than those indicated if
the Engineer deems it is in the best interest of the City and the property
owners affected. No claims for extra compensation will be considered for
complying with this requirement.
6. SPECIFICATIONS WHICH APPLY: The Specifications which apply to the Work
shown in the Plans shall be as follows:
A. These Special Conditions.
B. Divisions 1, 2, 3, 9, 11, 26, and 46 of these Specifications (based on 2016
CSI Master Format).
C. Standard Utilities Specifications for Watermain and Service Line
Installation, Sanitary Sewer and Storm Sewer Installation, and Trench
Excavation and Backfill/Surface Restoration, Revised 2018, as prepared by
the City Engineers Association of Minnesota (CEAM) and published by the
League of Minnesota Cities, St. Paul, Minnesota, except as modified or
supplemented in these Special Conditions. Copies of the Standard Utilities
Specifications are available from the Minnesota Society of Professional
Engineers by calling 651.292.8860, or from the CEAM website at
http://ceam.org/.
D. Division I, 1507 (Utility Property and Service) and Division I, 1512
(Unacceptable and unauthorized work) of the MnDOT Specification shall
apply, except as modified or supplemented herein.
E. Division II (Construction Details) and Division III (Materials) of the MnDOT
Specification shall apply, except as modified or supplemented herein.
7. REFERENCE: All references in the Specifications and Special Conditions to
“MnDOT Specification” are intended to mean the Minnesota Department of
Transportation’s “Standard Specifications for Construction,” 2020 Edition, and its
supplements. All reference therein to the State, the Department, the Department
of Transportation of the State of Minnesota and the Commissioner shall be read
as reference to the City.
Additional reference manuals and standards for this Project include but are not
limited to the following:
A. ASTM International (ASTM).
B. American Water Works Association (AWWA).
C. American National Standards Institute (ANSI).
200
SC-5
8. 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 Contractor’s representative and supervise all of
Contractors and subcontractors forces through all phases of operations of the
Work. Contractor shall not replace the Superintendent without written authorization
by the Engineer.
The Superintendent shall not change with phases of the Work nor shall a
subcontractor’s superintendent act as the Contractor’s Superintendent.
Additionally, the Superintendent shall not be a working foreman of the Contractor
or subcontractor.
The Superintendent shall have the authority to represent the Contractor in all
issues that may arise during execution of the Work, and to obtain all the equipment
and manpower needed to perform the Work as outlined in the Plans and as
directed by the Engineer. All orders from the Engineer shall be directed to the
Contractor through the Superintendent.
9. 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.
10. RESIDENT PROJECT REPRESENTATIVE: The Engineer shall designate an
Inspector for this project. The Inspector shall have the same authority as that
specified for the Inspector in MnDOT Specification 1510 and the General
Conditions of these Specifications. The Contractor must direct all requests for
extra compensation, or changes in scope or character of the Work through the
Inspector to the Engineer. Failure to direct such initial requests may be cause for
rejection of the request.
11. 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.
The Contractor shall be responsible for identifying and providing a project storage
area. The area shall be cleaned up and fully restored to the pre-existing condition
prior to closing out this project. The clean-up and restoration of the project storage
area shall be the Contractor’s responsibility, no compensation will be made for this
work.
No removal items, spoil or aggregate piles will be allowed within rights-of-way
overnight except by express, written consent of the Engineer. In the event piles
201
SC-6
are left in the rights-of-way at the end of the day, the City may, at its
discretion and without prior notification to Contractor, remove all piles with
its own or contracted forces. All costs associated with such removal shall
be billed to Contractor or withheld from monies due.
12. MAINTENANCE OF EXISTING CITY UTILITIES: Prior to commencing
construction, the Contractor shall check all existing manholes, catch basins, and
storm sewer lines in the construction zones to determine their condition. Failure to
report deficiencies in writing and have such deficiencies acknowledged in writing
by the Engineer will be cause for any required repairs and/or cleaning to be
charged to the Contractor.
The Contractor shall be responsible for keeping all utilities clean from debris during
construction including but not limited to gate valve stacks, utility lines, and
manholes. In the event construction debris are found during the post-
construction inspection 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.
No compensation will be allowed the Contractor for replacement of damaged
utilities.
13. CONSTRUCTION STAKING: The City, or its representative, will set construction
stakes, lines, elevations and grades for this construction as deemed necessary by
the Engineer. The stakes established by the City will constitute the field control
Contractor will use to perform the Work. It will be Contractor’s responsibility to
request any additional staking necessary to perform the Work.
Contractor’s superintendent shall notify the Inspector a minimum of 48 hours in
advance of the need for construction stakes. This advance notification
requirement must be strictly adhered to. No claims for down time or delays in work
due to Contractor’s negligence to request staking as described will be permitted.
Contractor shall be obligated to prepare the entire area to be staked before
requesting staking. Failure to prepare the area to the Engineer’s satisfaction shall
result in staking delays until the area is prepared properly. No claims for lack of
stakes or schedule delays will be considered that are due to not properly preparing
such areas.
Contractor shall be responsible for the preservation of all stakes and marks
established by the City or its consultants. If the Engineer determines that
construction stakes have been carelessly or willfully destroyed or disturbed by
Contractor or by Contractor’s lack of protection of the stakes, the cost of replacing
the stakes will be deducted from monies due Contractor.
The City will provide Contractor with written notice of violation of this Section one
time. This written notice shall serve as notice of withholding of monies due
Contractor so the City may recover its costs for failure to comply with this
requirement.
202
SC-7
The Contractor shall furnish all staking materials of adequate quality for the
purpose intended, including all stakes (wooden hubs and lathe) necessary to
properly perform the required work. Stakes shall be suitable for general field
construction staking with a smooth face for clear marking and shall be durable
enough to last the duration of the project without undue weathering so as to make
the stake illegible or difficult to read or use. Stakes that become illegible shall be
remarked or reset at the Contractor’s expense. Staking materials shall be provided
by the Contractor prior to the start of construction and shall be stored in a
protected, dry location on Site.
14. QUALITY CONTROL AND QUALITY ASSURANCE TESTING: All materials and
equipment shall be of new and good quality except as otherwise provided in the
Contract Documents. If requested by the Engineer, Contractor shall furnish
satisfactory evidence as to the kind and quality of materials and equipment.
Evidence shall include test reports as applicable.
Contractor shall pay all transportation and handling costs. Contractor shall be
present at the site to accept delivery of products and equipment. Material shall be
shipped with adequate protection to prevent damage due to handling and
reasonable storage procedures. Contractor shall inspect shipments immediately
upon delivering to assure compliance with requirements of Contract Documents
and approved submittals and to ensure that products are protected and
undamaged. All products shall be delivered to the project site in undamaged
condition, in the manufacturer’s original packaging, with legible identifying labels
intact. Damaged or unsuitable products or equipment shall be removed from the
project site immediately.
Routine tests of materials incorporated into the Project will be performed by an
independent testing laboratory hired by the Owner. Samples shall be provided by
the Contractor as provided in the General Conditions. The Owner will pay for
concrete cylinder tests. The Owner will pay for soil compaction control inspection
and testing and for other routine laboratory tests, such as gradation, moisture
content and density. The Contractor will be charged for retesting of material failing
the original test.
Material field tests may be witnessed by representatives of the Owner, Engineer
and Engineer’s Subconsultant and such witnessing shall be paid for by the Owner.
15. PROJECT ACCESS AND STAGING AREA: Construction traffic access to the
Project areas shall be limited to City streets, federal, state and county highways
and City streets as approved by the Engineer, or as otherwise noted in the plans.
The use of other non-designated routes shall be cause for ticketing. This
requirement shall not waive Contractor’s obligation to comply with existing
statutes, local ordinances, or any other existing laws; nor shall it waive the
governing authority from assigning penalty for violating such statutes, ordinances
or laws.
203
SC-8
Construction staging area to be submitted and approved by the City. This
requirement shall not waive Contractor’s obligation to comply with existing
statutes, local ordinances or any other existing laws; nor shall it waive the
governing authority from assigning penalty for violating such statutes, ordinances
or laws.
No extra compensation will be allowed for extra construction costs
due to these restrictions.
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.
It is anticipated that some facilities will be in conflict with the Work on this project
that Contractor will be expected to guard and protect these facilities. No claims
for extra compensation to perform the Work in accordance with the Plans
that are due to conflicts with in-place utilities shall be considered. Likewise,
no claim for delays due to conflicts with in-place utilities shall be considered.
(Also see Special Conditions Section 4 with regard to utility company
requirements).
911 SHALL BE CALLED IMMEDIATELY IF ANY UTILITIES ARE DAMAGED
WHICH RESULT IN THE ESCAPE OF ANY FLAMMABLE, TOXIC, OR
CORROSIVE GAS OR LIQUID OR ENDANGERS LIFE, HEALTH, OR
PROPERTY.
17. EASEMENTS AND PERMITS: If required, the Contractor must apply with the
Owner to obtain all permits and pay all City fees necessary. Contractor shall also
apply for erosion and sediment control permits as required or any other permits
required through local, state, or federal agencies. The Contractor is required to
follow the provisions of these permits as incidental to the project. The Contractor
shall acquire DNR Water Appropriations permit if any dewatering becomes
necessary. A Right-of-Way Permit for work within MnDOT right-of-way will be
required. The permit shall be obtained by the Owner. The Owner will apply for the
Bassett Creek Watershed Management Commission erosion and sediment control
permit, Three Rivers Park District trail closure permit. City right-of-way permit and
204
SC-9
City stormwater permit The Contractor is responsible for complying with all permit
requirements and provided any securities needed.
18. NOISE CONTROL: The Contractor shall comply with local and state ordinances
on noise abatement.
19. FINES: In the event the Owner is fined by the Minnesota Pollution Control Agency,
Environmental Protection Agency, Minnesota Department of Health, or any other
governmental agency as a result of the Contractor’s actions or lack of actions, the
Owner will deduct from payment, due the Contractor, corresponding amounts to
cover the cost of such fines, including the costs of related engineering and legal
fees.
20. MEASUREMENT AND PAYMENT: Payment for all items shall be by lump sum.
with the exception of the removal and disposal of contaminated materials as
specified in the Proposal Form as:
2 EXCAVATION, HAULING AND DISPOSAL OF
CONTAMINATED MATERIALS CY 1,876
At least ten days before submitting the first request for partial payment, the
Contractor shall prepare and submit to Engineer for approval, a detailed cost
breakdown, by major specification section, of his total contract price. The cost
breakdown shall be sufficiently detailed, including overhead and profit, to provide
a basis for monthly partial payments.
Contractor shall submit no more than two weeks following award of contract, his
anticipated monthly payment schedule. This schedule shall be updated whenever
the actual request varies more than ten percent from the monthly payment
schedule.
21. TREE AND LANDSCAPE PRESERVATION: Significant care must be taken to
protect existing trees and shrubbery that the Engineer feels may be impacted by
the construction. Contractor shall meet with the Assistant City Forester
(763.593.3976) on-site to review procedures for successful protection of
trees throughout the construction process. Special care must be taken when
in close proximity to any such vegetation to prevent unnecessary cutting, breaking,
or shredding of roots; wounding or scraping of trunks; smothering of root systems
by stockpiling of construction materials or excavated materials within their drip
lines; excess foot or vehicular traffic; or parking of vehicles within their drip lines.
Contractor shall install tree protection fencing, as directed by the Engineer in the
field. The cost to install fencing shall be incidental to the project. Contractor shall
maintain all such protection throughout the construction.
Contractor shall exercise due caution to protect existing tree branches. All
branches that have been damaged by Contractor shall be properly trimmed in
accordance with National Arboriculture Standards by the end of the workday. .
205
SC-10
When excavating near trees, Contractor shall cut cleanly back to the soil line, all
exposed, shredded or torn roots greater than 1-½” in diameter, with proper pruning
equipment. The cost to cut roots shall be incidental for which there shall be no
direct compensation. When excavating or sloping within fifteen (15) feet of any
tree, Contractor shall coordinate all such efforts with the Assistant City Forester.
Standard excavation procedures may need to be modified for large trees that have
their trunks closer than five (5) feet from the excavation or sloping limits.
22. 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 named as
additional insureds on any insurance coverage Contractor is required to
provide.
23. MOBILIZATION (2021): Mobilization is to include all aspects of work in
accordance with MnDOT Specification 2021, and shall be included in the lump sum
bid. No additional payment will be made for multiple mobilizations associated with
construction phasing.
24. CLEARING AND GRUBBING (2101): The Plans indicate which trees shall be
removed and which shall be protected. Only those trees and items as shown in
the Plans shall be removed. Contractor may need to remove additional trees
throughout the duration of the Work. In such case, Contractor shall notify the
Engineer of any trees he/she feels must be removed to complete the Work as
specified. No claims for extra compensation shall be considered due to
Contractor’s compliance with this requirement. Clearing and grubbing shall be
performed in accordance with the provisions of MnDOT Section 2101, and the
following:
A. Any trees removed or damaged by Contractor not marked for removal will
be Contractor’s responsibility to replace at its sole cost. All replacement
items must be approved by the Engineer. Contractor shall ensure that
trees/landscaping not designated for removal are not damaged,
marked or defaced in any way.
B. Grinding of stumps will not be permitted. Stumps must be dug out.
C. All trees cleared and grubbed shall be promptly disposed of off the site with
no additional compensation. Disposal must be in accordance with all county
and state disposal requirements. Contractor shall not leave removed trees,
stumps or debris on the Project site overnight.
D. The cost to clear and grub shall be included in the lump sum bid price of the
Project.
25. REMOVALS AND SALVAGES (2104): This work shall consist of removal and
disposal or salvage of pavements, structures, equipment, and other items to be
abandoned or replaced and other obstructions within the working area in
accordance with the provisions of MnDOT 2104. Contractor shall dispose of all
206
SC-11
removed materials in accordance with all State and Federal laws at
Contractor’s expense. The City of Golden Valley has right to salvage any material
removed by Contractor. Initial items to be salvaged from the existing lift station are
as shown in the Plans. Items damaged by the Contractor that are designated
to be salvaged shall be replaced at the Contractor’s expense.
An Asbestos and Regulated Materials Survey (ARM) is located in Appendix B. This
survey should be reviewed and all requirements met prior to demolition of the
existing lift station.
26. SAWING CONCRETE AND BITUMINOUS PAVEMENT (2104): Contractor shall
be required to take all precautions necessary to ensure that pavement is removed
cleanly along all saw cut joints. Any re-sawing of bituminous or concrete
pavements deemed necessary by the Engineer shall be done at Contractor’s
expense.
Sawing at curb replacement locations shall be incidental to curb removal and will
not be measured and paid for separately under this item.
Bituminous saw cuts at match points with existing pavements shall be performed
immediately prior to placement of bituminous wear course.
Concrete dust shall be swept up immediately after sawcutting concrete
pavement/panels.
27. EXCAVATION AND EMBANKMENT (2105): The excavation and embankment
shall be constructed in accordance with the Provisions of Section 2105, MnDOT
Specification and Section 11 30 90 of these Specifications, except as modified
herein.
A. Contractor shall notify the Engineer at least 48 hours in advance of the
excavation to schedule the Work. Extra compensation for delays caused by
Contractor’s failure to schedule the Engineer as described shall not be
considered. Contractor shall provide all equipment and labor to dig test
holes at its expense. Contractor shall also be responsible for determining
that test hole sites are clear of utilities before excavation.
B. The geotechnical report for this project is available in Appendix C of these
Specifications.
C. Contractor shall be responsible for disposal of all excavated materials and
shall be required to salvage and reuse all suitable soils encountered within
the excavation. Suitable materials include material free of contamination,
rocks and debris. The Engineer shall determine the suitability of excavated
soils from the excavation for reuse on the Project. The cost of such
salvaging, placement and compaction shall be included in the lump sum bid
price of the Project.
D. Select Granular (2105): Select Granular Borrow shall conform to the
requirements of MnDOT Specification 3149.2B and shall be in accordance
with Section 11 30 90 of these Specifications. Maximum particle size for
207
SC-12
select granular material shall be four inches. Not more than 5% of the
material passing a one-inch sieve may pass a #200 sieve.
E. Compaction requirements shall be as indicated on Section 11 30 90 of these
Specifications. Compaction requirements shall be in accordance with the
Standard Proctor Specified Density Method unless specifically noted
otherwise. Routine tests of materials incorporated into the project will be
performed by an independent testing laboratory hired by the Owner.
Samples shall be provided by the Contractor as provided in the General
Conditions. The Owner will pay for soil compaction control inspection and
testing and for other routine laboratory tests, such as gradation, moisture
content and density. The Contractor will be charged for retesting of
material failing the original test.
F. Geotextile Fabric: The cost of geotextile fabric shall be included in the lump
sum bid price of the Project. The geotextile fabric for roadbed stabilization,
Type V, shall meet the requirements of MnDOT Specification 3733 for the
type specified. Type Vl geotextile fabric shall meet the following
requirements:
Geotextile Property Test Method
(ASTM) Test Value
Geotextile Type Woven
Wide Width Tensile Strength (min.) D-4595
Ultimate, MD, lb/in @ 15% strain (max.) 400
Ultimate, XD, lb/in @ 15% strain (max.) 400
5% strain, MD, lb/in 150
5% strain, XD, lb/in 150
AOS, U.S. Sieve (max. opening size) D-4751 30
Permittivity, per second, gal/min/ft^2 (min.) D-4491 45
Puncture, lb (min.) D-4833 160
Contractor shall provide testing data for all fabrics provided supporting
compliance with the required Specifications.
Type IV geotextile fabric shall meet the requirements shown on the Plans.
Edges shall be overlapped and sewing will be required. Type IV, Type V,
and Type VI fabric shall be installed (rolled) perpendicular to the street
centerline. All fabric shall be lapped and stitched with double “J” stitch for Type
V and a single “J” stitch for Type VI. Seams shall have two (2) lines of stitching
over the overlapped material. The stitched seam shall meet the same
minimum strength requirements as the fabric on which the seam is
constructed. The fabric shall be placed flat and hand-stretched to pre-tension
the fabric. Certification of seam testing shall be provided to the Engineer.
Measurement shall be made on the actual square yards placed excluding
overlap and stitched seams. Sewing will be considered incidental.
208
SC-13
G. Test Rolling/Compaction: Test rolling shall be required for the lift station
bituminous driveway. Contractor shall not be allowed to place any aggregate
base until the subgrade has been approved by the Engineer. Test rolling shall
meet the requirements of MnDOT Specification 2111. Contractor shall furnish
a test roller to verify adequate consolidation of all subgrade soils. Any visible
deflection of the subgrade shall be considered unacceptable, and the
Engineer will require Contractor to take corrective measures to obtain a
consistent, stable subgrade. Compaction of all of the subgrade shall be in
accordance with MnDOT Specification 2105.3F1, Specified Density Method.
Compliance will be based on Standard Proctor Densities. No additional
compensation shall be considered to obtain specified densities in accordance
with the Specifications. Test rolling shall be considered incidental for which
there shall be no direct compensation. All costs to excavate and compact in-
place subgrades to specified densities shall be included in the lump sum bid
price for this Project.
H. The Plans show the approximate construction limits defined for this Project
and Contractor shall keep the construction within the construction limits to the
extent possible. The Engineer shall direct Contractor to grade outside of the
limits shown when necessary. Contractor shall provide such grading with no
additional compensation.
28. 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 City’s 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.
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 City’s Environmental Consultant 72 to 96 hours
prior to excavation at the Project site. The City’s Environmental Consultant shall
be onsite during all excavation activities at known contamination areas.
Additional RAP/CCP implementation tasks to be performed by the City’s
Environmental Consultant will include:
A. Field screening soil with a with a photoionization detector (PID)
209
SC-14
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 City’s Environmental Consultant.
CONSTRUCTION REQUIREMENTS
Management of the contaminated materials on the site is the Contractor’s
responsibility.
A. Soil
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.
210
SC-15
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.
29. 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 City’s 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
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 City’s 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.
30. WATER USE ON PROJECT (2130): Project related water use for compaction,
dust control, sod, and landscaping shall be considered incidental. Should the
Engineer deem that additional water must be used on the Project; Contractor shall
provide the water within two (2) hours of notification by the Engineer.
Contractor will not be charged for any project related water use. However, to
receive permission to take water from hydrants, Contractor shall be required to
obtain a meter from the City Utilities Maintenance Department (763.593.3962).
211
SC-16
The meter requires a one thousand eight hundred dollar ($1,800.00) deposit, which
will be refunded when Contractor returns the meter in good condition.
Contractor shall identify specific hydrants he/she wishes to take water from
during construction and obtain approval from the Engineer. Only hydrants
approved by the Engineer will be available for use by Contractor.
31. AGGREGATE BASE (2211): The Class 5 Aggregate Base shall be constructed
in accordance with the Provisions of Section 2211 of MnDOT Specifications.
Compaction requirements for Class 5 Aggregate Base shall be as indicated in the
Plans and in accordance with MnDOT 3138 A2.
Contractor may use Class 5 Recycled Aggregate on this Project. If recycled
aggregate is used, Contractor shall be responsible for providing testing certification
for all recycled aggregate used. Contractor shall provide documentation of product
source and certification that recycled aggregate meets all requirements for Class 5
(MnDOT Specification), including the percent crushing. Testing documentation
shall be performed by a testing agency approved by the City.
32. PLANT MIXED BITUMINOUS MIXTURES (2360): All bituminous mixtures and
tack coat shall be as shown in the Plans and in conformance with MnDOT
Specification 2360. Bituminous mixtures and tack coat shall be as shown in the
Plans and Section 02 71 00 of these Specifications. It shall be the obligation of
Contractor to ensure all pavement is installed with proper drainage. Failure
to place the pavement with proper drainage shall be cause for replacement.
Pavement shall slope away from lift station structures.
Contractor shall submit Q/C testing for Class B aggregates included in mix designs
based on the following schedule:
1. For every 5,000 tons of bituminous mixture placed on the Project, or for
mix placed 30 days after the previous submittal, perform and submit the
following Q/C testing from Class B stockpile:
a. Soundness Testing (ASTM C 88)
b. Loss by Abrasion and Impact (ASTM C 131)
In addition, it shall be Contractor’s obligation to ensure the top surface is closed to
the satisfaction of the Engineer. The use of coarse mixtures that do not close to
the Engineer’s satisfaction shall not be permitted.
Compaction shall be obtained in accordance with MnDOT Specification
2360.3.D.2, Ordinary Compaction. Contractor shall have a certified person,
approved by the City, with calibrated nuclear testing equipment to verify roll
patterns achieve maximum density.
212
SC-17
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.
Any structural or surface defect of the driveway pavement which develops during
the two-year warranty period described in the General Conditions of these
Specifications, including, but not limited to, cracking, roller marks, settlement or
heaving, or open surface condition, shall be cause for rejection and replacement
of the entire driveway at Contractor’s expense. Determination of defective
materials to be replaced shall be solely made by the Engineer.
33. PIPE BEDDING (2451): This shall consist of furnishing and placing bedding
material as specified in accordance with the provisions of MnDOT 2451, 3149,
and the plan details for utility construction. Select Granular Material (MnDOT
3149.2B.2) shall be used for bedding material, and pipe foundation for force main
and sewer main. Any necessary excavation for pipe bedding and any disposal of
excess material related to pipe bedding shall be included in the lump sum bid price.
No additional compensation shall be considered.
34. CRUSHED ROCK FOR STABILIZATION (2451): Work shall consist of furnishing
and placing crushed rock pipe foundation material and other structures as shown
in the Plans. The crushed rock shall meet the gradation requirements set forth
under MnDOT 3137.E2 (CA-1).
Crushed rock shall only be used for pipe foundation, manhole foundation, lift
station structure foundation, or as directed by the Engineer. In no case will there
be compensation allowed for crushed rock used for the purpose of dewatering.
In no case will there be additional compensation allowed for removal and disposal
of the material necessary to place the crushed rock as specified.
35. COARSE FILTER AGGREGATE (2451): Coarse Filter Aggregate shall be
furnished and installed meeting the requirements of MnDOT Specification 3149.2H
underneath the lift station structures (valve vault and wet well) in conformance with
the Plans and as directed by the Engineer.
36. PIPE SEWERS (2503): Pipe Sewers shall be constructed in accordance with the
provisions of MnDOT 2503, Sections 02 40 45 and 11 30 90 of these
Specifications, 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.
A. 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. Dewatering shall conform to the
requirements of Section 02 14 00 of these Specifications.
213
SC-18
B. Tracer wire shall be installed in the HDPE forcemain per the requirements
of Section 02 40 45 of these Specifications.
Pipe materials specific to force main and sanitary sewer construction shall be in
accordance with CEAM specifications.
Contractor shall supply an OSHA-approved trench box, if needed, to
minimize damage to adjoining structures and/or utilities. 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.
37. LIFT STATION CONCRETE (2531): Lift station concrete structures including
control panel pedestal, generator pad, lift station pad, valve vault, wet well, etc.;
shall comply with MnDOT Specification 2531, Division 3 of these Specifications,
and the requirements shown on the Plans.
Any structural or surface defect which occurs on concrete work constructed
on this Project within the two-year warranty period, described in the General
Conditions of these Specifications, including, but not limited to, hairline
cracks, minor scaling, minor pop outs or unacceptable broom finish shall be
cause for rejection and replacement at Contractor’s expense. Determination
of defective pavement to be replaced shall be solely made by the Engineer.
38. TEMPORARY TREE PROTECTION FENCING (2572): The lump sum bid price
for the Project shall include the placement of 4-foot high, orange polyethylene
snow fence and maintain such protection as directed by the Engineer. Where tree
fencing and silt fence are placed in the same location, Contractor may utilize the
same posts for both applications.
39. RESTORATION: Restore Contractor’s use areas upon completion to conditions
equal to or better than existed before disruption.
Contractor shall restore all adjoining properties to the Engineer’s satisfaction.
Contractor shall work with adjoining property owners and the City in protecting and
minimizing any damage to adjoining landscaping, sprinkler systems, invisible pet
fencing or other property. Indiscriminate damage to such systems shall obligate
Contractor to replace such systems at its cost.
40. 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.
214
DIVISION 1
GENERAL REQUIREMENTS
TABLE OF CONTENTS
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 GENERAL CONDITIONS
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 020124-000
SECTION 01 11 00 SUMMARY
SECTION 01 21 00 ALLOWANCES
SECTION 01 25 00 SUBSTITUTION
SECTION 01 31 19 PROJECT MEETINGS
SECTION 01 33 00 SUBMITTALS
SECTION 01 45 00 QUALITY CONTROL
SECTION 01 50 00 CONSTRUCTION FACILITIES, TEMPORARY CONTROLS AND GENERAL
PROJECT MANAGEMENT
SECTION 01 66 00 MATERIAL AND EQUIPMENT
SECTION 01 71 13 MOBILIZATION
SECTION 01 73 29 CUTTING AND PATCHING
SECTION 01 75 00 STARTING OF SYSTEMS/COMISSIONING
SECTION 01 77 00 CONTRACT CLOSEOUT
215
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 SUMMARY OF WORK
CITY OF GOLDEN VALLEY, MN SECTION 01 11 00
WSB PROJECT NO. 020124-000 PAGE - 1
SECTION 01 11 00
SUMMARY OF WORK
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. In general, this section identifies the arrangement of the detailed specifications and the
basic identification of the work to be completed.
1.02 REFERENCES
A. Reference manuals and standards for this project include but are not limited to the
following (additional references specific to the specification sections are included in the
subsequent specification sections):
1. City of Golden Valley General Specification and Standard Detail Plates.
1.03 GENERAL AND SUPPLEMENTARY CONDITIONS
A. The City of Golden Valley General Conditions and the Supplementary Conditions, each
which is attached to the specifications, shall govern the work of all persons engaged in
the performance of the contract and shall form a part of the contract.
1.04 ARRANGEMENTS OF DETAILED SPECIFICATIONS AND DRAWINGS
A. The detailed specifications arrangement is based upon the 2016 CSI Master Format.
B. The contract drawings, which depict the contract work of the project and upon which the
contract is based are those drawings or sheets listed on Sheet G-1 of the drawings. Each
sheet has the following general title:
HIGHWAY 55 LIFT STATION RELOCATION
CITY OF GOLDEN VALLEY, MN
C. The drawings referred to above are supplemented by drawings bound in this book of
specifications, and by additional shop and dimension drawings to be prepared by the
CONTRACTOR as set forth in the specifications.
D. Division of Work as made by the contract drawings and specifications is for the purpose
of specifying all work which is required. There has been no attempt to make a
classification according to trade or any agreements which may exist between contractors
or groups of contractors and trade unions. Such division and classification of the work
shall be the CONTRACTOR’S responsibility.
1.05 WORK COVERED BY CONTRACT DOCUMENTS
A. The general scope of the project covered under these contract documents includes but is
not limited to the relocation of the Highway 55 Lift Station for the City of Golden Valley.
The work to be done under this Contract shall include the furnishing of all labor,
materials, tools, and equipment necessary to complete the construction of the new
Highway 55 Lift Station; forcemain directional boring; installation of new gravity sewer
and manholes; and the removal of the existing Highway 55 Lift Station as shown on the
plans and specified herein.
216
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 SUMMARY OF WORK
CITY OF GOLDEN VALLEY, MN SECTION 01 11 00
WSB PROJECT NO. 020124-000 PAGE - 2
B. The OWNER is the City of Golden Valley. All work will be done within public right-of-way,
property under direct control of the OWNER, easements obtained by the OWNER, or on
property for which the OWNER has been granted a right-of-entry.
1.06 METHOD OF CONTRACT
A. The work will be performed under one contract as lump sum work with the exception of
the removal and disposal of contaminated materials as specified.
1.07 WORK BY OTHER CONTRACTORS
A. Additional contracts may be awarded prior to the completion of the work covered by
these Contract Documents, which will affect operations of this CONTRACTOR.
B. The CONTRACTOR for this project shall include the cost of all coordination in their lump
sum bid price. CONTRACTOR shall not receive additional payment for work in any way,
shape or form associated with the items listed above.
1.08 WORK PROVIDED BY THE OWNER
A. Limited construction power will be available from existing sources at the construction site
from buildings or power poles. Additional electrical requirements and construction power
required by the CONTRACTOR will be the CONTRACTOR’S responsibility.
1.09 LOCATION OF THE WORK
A. The work under these contract documents is located on property of the OWNER or
easements obtained by the OWNER. Limits of construction are indicated on the
drawings.
1.10 PROJECT STORAGE AREA
A. The CONTRACTOR shall be responsible for identifying and providing a project storage
area. The area shall be cleaned up and fully restored to the pre-existing condition prior to
closing out this project. The clean-up and restoration of the project storage area shall be
the CONTRACTOR’S responsibility, no compensation will be made for this work.
1.11 COMPLETION DATES
A. Substantial and Final Completion dates for this project will be as described in the City of
Golden Valley General Conditions and Special Conditions of the Project Manual.
B. The completion date for the stated activities assumes down time due to unforeseen
weather conditions. No extension of time will be granted for weather conditions typical to
the time of year the work takes place.
C. There will be no additional compensation made to CONTRACTOR for mobilization of
equipment and personnel for completion of punch list items and/or items not completed
by CONTRACTOR.
1.12 LIQUIDATED DAMAGES
A. Liquidated damages exist on this project as described in the Acceptance of Liquidated
Damage Rate Form between OWNER and CONTRACTOR on the Basis of Stipulated
Price and on the Special Conditions of the Project Manual.
a
1.13 SEQUENCE OF CONSTRUCTION
A. Coordinate construction schedule and operation with OWNER and ENGINEER.
217
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 SUMMARY OF WORK
CITY OF GOLDEN VALLEY, MN SECTION 01 11 00
WSB PROJECT NO. 020124-000 PAGE - 3
1.14 INTERRUPTIONS
A. CONTRACTOR shall perform their work in such a manner as to cause the least
interference with adjoining property owners, general public, and existing utilities.
1.15 PERMITS
A. The CONTRACTOR is required to follow the provisions of the permits identified in the
City of Golden Valley Special Conditions as incidental to the project.
1.16 NOTICE TO PROCEED
A. The CONTRACTOR shall not begin work until proper execution of the contract and
written authorization to proceed has been issued by the OWNER and ENGINEER. The
submittal of all required surety bonds and insurance certificates is required before a
Notice to Proceed can be issued.
1.17 CONTRACTOR’S USE OF PREMISES
A. General:
1. Based on personal examination of the site, the CONTRACTOR must satisfy
himself as to all local conditions affecting the performance of the contract. The
CONTRACTOR is considered to accept such conditions as found to exist.
B. Existing Underground Utilities:
1. Existing underground utility’s locations shall be determined by each
CONTRACTOR as the work proceeds. Excavation work shall be done carefully
so as to avoid damaging existing utilities.
2. CONTRACTOR shall provide for protection, temporary removal and replacement,
or relocation of identified obstructions as required for the performance of the
work required in these contract documents. No extra payment will be made for
this work.
3. Obstructions not indicated in the specifications, and requiring relocation, shall be
exposed by the CONTRACTOR without injury, or if injured, shall be repaired by
CONTRACTOR at their expense. Removal of such obstruction or its relocation
shall be made by the CONTRACTOR according to the provisions of the General
Conditions, Article 10 – Changes in the Work.
C. Existing Facilities:
1. CONTRACTOR shall take complete field measurements affecting all existing
construction in this project and CONTRACTOR shall be solely responsible for
proper fit between their work and existing structures and equipment.
CONTRACTOR shall examine all work to which he will connect, and if any
misalignment is found, he shall arrange their work so that the misalignment is
corrected to the satisfaction of the ENGINEER.
2. Dimensions given on the drawings for existing structures are based on existing
construction drawings. It shall be the responsibility of the CONTRACTOR to
verify the accuracy of these dimensions. Discrepancies in dimensions shall be
brought to the attention of the ENGINEER prior to start of new construction.
3. CONTRACTOR is responsible for any damage to existing structures, work,
materials, or equipment because of their work and shall repair or replace any
218
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 SUMMARY OF WORK
CITY OF GOLDEN VALLEY, MN SECTION 01 11 00
WSB PROJECT NO. 020124-000 PAGE - 4
damaged structures, work, materials, or equipment to the satisfaction of and at
no additional cost to the OWNER or ENGINEER.
4. CONTRACTOR shall be responsible for all damage to streets, roads, curbs,
sidewalks, highways, shoulders, ditches, embankments, or other public or private
property, which may be caused by transporting equipment, materials, or men to
or from work. CONTRACTOR shall make acceptable arrangements with the
group having jurisdiction over damaged property for its repair or replacement.
D. Unfavorable Construction Conditions:
1. During excessive moisture, wind or other unsuitable construction conditions, the
CONTRACTOR shall confine work to areas which are not adversely affected by
the weather. No portion of the work shall be constructed under conditions which
would adversely affect the quality of the project unless special means or
precautions are taken by CONTRACTOR to perform the work in a proper and
satisfactory manner. It is the CONTRACTOR’S responsibility to coordinate their
work so that he can work in areas when the wind and weather is not favorable on
the exterior.
2. The completion date for the stated activities assumes down time due to
unforeseen weather conditions. No extension of time will be granted for weather
conditions typical to the time of year the work takes place.
E. Preservation of Monuments and Stakes:
1. CONTRACTOR shall carefully preserve all monuments, benchmarks, and
stakes. If the CONTRACTOR destroys any reference points, the CONTRACTOR
will be charged with the expense of replacement and shall be responsible for any
mistake or loss of time that may be caused. Permanent monuments or
benchmarks which must be removed or disturbed shall be protected until
properly referenced for relocation. The CONTRACTOR shall furnish materials
and assistance for the proper replacement of monuments or benchmarks.
F. Methods of Operation:
1. CONTRACTOR shall inform the ENGINEER in advance concerning their plans
for carrying out each part of the work, but the CONTRACTOR alone shall be
responsible for the safety, adequacy, and efficiency of their plan, equipment, and
methods.
2. Any method of work suggested by the OWNER, ENGINEER, or ENGINEER’S
SUBCONSULTANT but not specified, shall be used at the risk and responsibility
of the CONTRACTOR. ENGINEER, ENGINEER’S SUBCONSULTANT, and
OWNER will assume no responsibility for CONTRACTOR’S means and
methods.
3. Review by OWNER, ENGINEER, or ENGINEER’S SUBCONSULTANT of any
plan or method of work proposed by the CONTRACTOR shall not relieve the
CONTRACTOR of any responsibility for the plan. Plan review shall not be
considered as an assumption of any risk or liability by the OWNER, ENGINEER,
or ENGINEER’S SUBCONSULTANT, or any officer, agent, or employee thereof.
CONTRACTOR shall have no claim on account of the failure or inefficiency of
any plan or method so reviewed.
219
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 SUMMARY OF WORK
CITY OF GOLDEN VALLEY, MN SECTION 01 11 00
WSB PROJECT NO. 020124-000 PAGE - 5
G. Conduct of Work:
1. CONTRACTOR shall observe that the OWNER reserves the right to do other
work in connection with the project or adjacent to the project, by contract or
otherwise. CONTRACTOR shall conduct their work so as to impose no hardship
on the OWNER or others engaged in other work.
2. CONTRACTOR shall be responsible to others engaged in the work or work
adjacent to this project for all damage or injury to work, to persons or property, or
for loss caused by failure to finish the work within the specified time for
completion. CONTRACTOR shall adjust and coordinate their work with the work
of others so that no discrepancies shall result in the overall project.
3. The work of this contract includes the furnishing and installation of all tools,
machinery, scaffolds, false work, and forms for the completion of the project,
except as may be otherwise specified. The CONTRACTOR shall obtain all
necessary measurements for the work and shall check dimensions, levels, and
construction and layout and supervise the construction, for correctness of all of
which he shall be responsible. Where work of one trade joins to, or is on other
work, there shall be no discrepancy when the work is completed. The
CONTRACTOR must anticipate relation of all parts of the work and at the proper
time provide and set required anchors, blocking, sleeves, and etc. Assistance
required by the ENGINEER in obtaining measurements or information on the
work shall be furnished accurately and fully by the CONTRACTOR without
additional cost to the OWNER, ENGINEER, or ENGINEER’S
SUBCONSULTANT.
1.18 COORDINATION OF EXISTING CONDITIONS AND CONTRACT DOCUMENTS
A. The CONTRACTOR is responsible for the protection of all antennas, cables, and
associated equipment from damage during reconditioning. Protection may include the
coordination with the utility owners, temporary removal of antennas and/or cables from
their support mounts in order to blast and paint behind or beneath these items. All
equipment cabinets and buildings must be adequately protected and vented to prevent
dust contamination and overheating of equipment. CONTRACTOR shall coordinate all
work with the antenna owners. Any removal of antenna equipment shall be performed by
antenna OWNER/PROVIDERS’ CONTRACTOR. Protection shall extend to exterior
equipment during structural modifications, blasting and painting operations and site
restoration as required.
B. Additional subsurface data gathering operations may be made by CONTRACTOR.
Contact OWNER for site access for additional test borings and/or other exploratory
operations which may be made by CONTRACTOR at no cost to OWNER.
C. Locate existing underground utilities in areas of work. Provide adequate means of
support and protection during operations for utilities that are to remain in place.
D. The locations of the utilities cannot be guaranteed. CONTRACTOR shall determine exact
location of utilities. Should uncharted or incorrectly charted piping or other utilities be
encountered, consult utility owner immediately for directions. Cooperate with OWNER
and utility companies in keeping respective services and facilities in operation. Repair
damaged utilities to satisfaction of utility owner.
E. Do not interrupt existing utilities except when permitted in writing by ENGINEER and then
only after acceptable temporary utility services have been provided.
F. Protect existing work from damage caused directly or indirectly by operations.
220
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 SUMMARY OF WORK
CITY OF GOLDEN VALLEY, MN SECTION 01 11 00
WSB PROJECT NO. 020124-000 PAGE - 6
G. Take and verify dimensions of existing structures, piping, and equipment required for the
proper fabrication and installation of new piping and equipment.
H. In the event it should become necessary to change the location of the work due to
interference with other work, the CONTRACTOR shall request written permission from
the ENGINEER before making changes, and such changes shall be made without added
cost to OWNER. Under no circumstances shall the pipe sizes indicated on the Drawings
be changed without first having the written approval of the ENGINEER.
I. The final length and location of required pipe connections to equipment shall be
coordinated to meet the requirements and recommendations of the equipment
manufacturer and shall be subject to the approval of the ENGINEER.
J. Install no work that directly connects to equipment until such time as complete shop
drawings of said equipment have been reviewed and approved by the ENGINEER.
K. Discrepancies discovered before or after work has started shall be brought to the
attention of the ENGINEER immediately, and the ENGINEER reserves the right to
require minor changes in the work of CONTRACTOR to eliminate such discrepancies.
1.19 SALVAGED DEMOLITION DEBRIS
A. OWNER shall have the right to retain select demolition debris. At the discretion of
OWNER, select demolition debris items shall be stored on-site and remain the property of
the OWNER. OWNER shall designate the location for storage of salvageable demolition
debris items. CONTRACTOR shall place selected items in designated storage area.
1.20 PARTIAL OWNER OCCUPANCY
A. The OWNER reserves the right to operate the installed equipment following start-up.
This continued operation in no way indicates final acceptance of a building, or system,
prior to completion of the project.
1.21 RESTOCKING
A. There will be no additional compensation made to CONTRACTOR due to restocking
charges for materials not used on the project.
1.22 ROAD RESTRICTIONS
A. CONTRACTOR shall take road restrictions into consideration. Road restrictions shall not
be used as an excuse for missing deadlines and CONTRACTOR shall take road
restrictions into consideration in preparing their bid price.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION 01 11 00
221
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 ALLOWANCES
CITY OF GOLDEN VALLEY, MN SECTION 01 21 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 01 21 00
ALLOWANCES
PART 1 GENERAL
1.01 SUMMARY
A. Administrative and procedural requirements governing handling and processing allowances.
B. Types of Allowances:
1. Construction Allowance
C. Schedule of Allowances.
D. At Project closeout, credit unused amounts remaining Allowance to OWNER by Change Order.
1.02 DEFINITIONS
A. Allowance: A monetary amount or product quantity established by OWNER to be included in Bid
for an otherwise undefined item.
B. Construction Allowance: Amount set by OWNER to be included in Contract Price for providing
project changes or added work that are not included in the Specifications or shown on the
Drawings.
1.03 CONSTRUCTION ALLOWANCE
A. At Project closeout, credit unused amount remaining in construction allowance to OWNER by
Change Order.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
3.01 SCHEDULE OF ALLOWANCES
A. Construction Allowance: Include allowance of $20,000.00 to be used for project changes or
added work as approved by the ENGINEER and OWNER.
END OF SECTION 01 21 00
222
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 SUBSTITUTION
CITY OF GOLDEN VALLEY, MN SECTION 01 25 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 01 25 00
SUBSTITUTION OF EQUIPMENT AND PRODUCTS
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. This section defines procedures for substitutions of equipment and products.
1.02 SHOP DRAWINGS SUBMITTALS
A. Shop drawings shall be furnished in accordance with Section 01 33 00.
1.03 SUBSTITUTION OF EQUIPMENT AND PRODUCTS
A. Where products, materials or methods are accompanied by “or equal” or other similar
language, the CONTRACTOR’S requests to use unnamed products, materials or
methods are considered requests for substitutions, and are subject to the requirements
listed below.
1. Following execution of the Contract, OWNER and ENGINEER may consider
formal requests for the substitution of products in place of those specified, under
the following conditions:
a. The request is accompanied by complete data on the proposed
substitution showing compliance with the Contract Documents including
product identification and description, performance and test data,
references and samples where applicable, and an itemized comparison
of the proposed substitution with the products specified or named by
Addenda, with data relating to Contract time schedule, design and artistic
effect where applicable, and its relationship to other contracts.
b. The request is accompanied by detailed accurate cost data on the
proposed substitution in comparison with the product specified, whether
or not modification of the Contract Sum is to be a consideration. Cost
data shall include product costs as well as operation and maintenance
costs and any additional cost to incorporate the substituted product into
the project.
2. Requests for substitution when forwarded by the CONTRACTOR to the
ENGINEER shall include the CONTRACTOR’S written and signed certification.
This certification shall mean that the CONTRACTOR:
a. Represents that he has personally investigated the proposed substitute
product and determined that it is equal or superior in all respects to that
specified.
b. Will provide the same published guarantee for the substitution that he
would the product which was specified.
c. Certifies that the cost data presented is complete and includes all related
costs under this Contract, but excludes costs under separate contracts
and ENGINEER’S redesign costs, and that he waives all claims for
additional costs related to the substitution which subsequently become
apparent.
d. Will coordinate the installation of the accepted substitute, making such
changes as may be required for the work to be complete in all respects.
3. Substitutions will not be considered when they are indicated or implied on shop
drawings or product data submittals without separate written request, or when
acceptance will require substantial revision of Contract Documents.
223
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 SUBSTITUTION
CITY OF GOLDEN VALLEY, MN SECTION 01 25 00
WSB PROJECT NO. 020124-000 PAGE 2
4. ENGINEER will determine acceptability of proposed substitution, and will notify
CONTRACTOR of acceptance or rejection in writing within reasonable time.
5. The CONTRACTOR shall pay all costs incurred by the OWNER and ENGINEER
for re-design work required to incorporate substitute products or systems. The
rate of pay shall be equal to 2.75 times ENGINEER’S salary cost plus
reimbursable expenses at cost.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION 01 25 00
224
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 PROJECT MEETINGS
CITY OF GOLDEN VALLEY, MN SECTION 01 31 19
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 01 31 19
PROJECT MEETINGS
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. General Meeting Information
B. Preconstruction Meeting Information
C. Progress Meeting Information
D. Pre-Installation Meeting Information
1.02 GENERAL INFORMATION
A. ENGINEER shall schedule and administer pre-construction meeting, periodic progress
meetings, and specially called meetings throughout the progress of the WORK.
ENGINEER shall provide the following:
1. Provide written notice of each meeting four (4) days in advance of the meeting
date.
2. Make physical arrangements for meetings.
3. Prepare a written agenda for each meeting.
4. Preside at each meeting.
5. Record the minutes of the meeting, including all significant proceedings and
decisions.
6. Reproduce and distribute copies of minutes within one (1) week after each
meeting.
7. Discrepancies noted in the meeting minutes shall be directed to ENGINEER
within two (2) weeks after receipt. If no comments are received, the minutes will
stand as correct.
B. CONTRACTOR shall attend all meetings. Representatives of CONTRACTOR attending
the meetings shall be qualified and authorized to act on behalf of the CONTRACTOR.
C. ENGINEER shall attend meetings to determine if WORK is consistent with the Contract
Documents, including construction schedules.
D. Meetings shall be held in the City of Golden Valley, Minnesota in the CONTRACTOR’S
field office or other arrangements made by the CONTRACTOR.
1.03 PRECONSTRUCTION MEETING
A. Prior to the pre-construction conference, the CONTRACTOR shall submit a procedure in
writing to the ENGINEER for approval, and after approval, shall not deviate from it
without written permission from the ENGINEER. The schedule of procedure shall indicate
the number of crews and persons to be employed, locations of work for each crew, time
schedule, work sequence and moves, and other pertinent information as required by the
ENGINEER. The schedule may be influenced by acquisition of easements or by
accommodations for affected residents. The CONTRACTOR shall modify the schedule to
accommodate these occurrences and shall reschedule accordingly at no additional
compensation. If, in the opinion of the ENGINEER, proper progress is not being
225
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 PROJECT MEETINGS
CITY OF GOLDEN VALLEY, MN SECTION 01 31 19
WSB PROJECT NO. 020124-000 PAGE 2
maintained, changes shall be made in the CONTRACTOR’S operations to ensure proper
progress.
B. ENGINEER shall arrange and schedule a pre-construction meeting within fifteen (15)
days after execution of the Agreement between OWNER and CONTRACTOR.
C. The meeting shall be held in the City of Golden Valley at City Hall or at another location
arranged by the ENGINEER.
D. The following individuals or groups shall be represented at the pre-construction meeting:
1. OWNER’S representative
2. ENGINEER
3. Resident Project Representative
4. CONTRACTOR’S SUPERINTENDENT
5. Major suppliers
6. Agencies’ representatives
7. Utilities’ representatives
8. Others as may be appropriate
E. The following is a general agenda for the pre-construction meeting. The agenda will be
updated with the latest information prior to the meeting.
1. Distribution and discussion of:
a. List of major SUBCONTRACTORS
b. List of suppliers (major equipment and products)
c. Proposed construction schedule
2. Critical path work sequence, including major equipment deliveries.
3. Overall project coordination shall include a designation of responsible personnel
from each entity.
4. Procedures and processing methods for construction documentation such as
those items listed below:
a. Proposal requests
b. Submittals
c. Field decisions
d. Change Orders
e. Payment applications
5. Adequacy of distribution of Contract Documents.
6. Procedures for maintaining record documents.
7. Use of the construction site with respect to CONTRACTOR’S and ENGINEER’S
field offices, work areas, storage areas, and special OWNER requirements.
8. Construction facilities including control points and other construction aids.
9. Temporary and final utilities.
226
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 PROJECT MEETINGS
CITY OF GOLDEN VALLEY, MN SECTION 01 31 19
WSB PROJECT NO. 020124-000 PAGE 3
10. Safety and first-aid procedures.
11. Security procedures.
12. Housekeeping procedures.
13. Traffic Control Plan
1.04 PROGRESS MEETINGS
A. ENGINEER will arrange and schedule regular progress meetings as required.
B. Meetings shall be held as required by progress of the work.
C. Progress meetings shall be held at the project field office of the CONTRACTOR.
D. The following entities or groups shall attend regularly scheduled progress meetings:
1. ENGINEER and/or ENGINEER’S SUBCONSULTANT
2. CONTRACTOR
3. SUBCONTRACTORS as appropriate to the agenda.
4. Suppliers as appropriate to the agenda.
5. Others as required.
E. The following is a general agenda for regularly scheduled progress meetings. The
agenda shall be adjusted to meet construction needs during completion of the work.
1. Review and approval of minutes of previous meeting.
2. Review of work progress since previous meeting.
3. Proposal requests.
4. Field observations, problems, and conflicts.
5. Field decisions and change orders.
6. Problems which impede construction schedule.
7. Review of off-site fabrication and delivery schedules.
8. Methods to regain projected schedule.
9. Revisions to construction schedule.
10. Description of work proposed for the construction period before the next progress
meeting.
11. Coordination of schedules.
12. Review of submittal schedules.
13. Maintenance of quality standards.
14. Review proposed changes for:
a. Construction schedule and completion date.
b. Effect on other contracts of the Project.
227
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 PROJECT MEETINGS
CITY OF GOLDEN VALLEY, MN SECTION 01 31 19
WSB PROJECT NO. 020124-000 PAGE 4
15. Payment Applications.
16. Security and housekeeping procedures.
17. Other business
1.05 PRE-INSTALLATION MEETINGS
A. CONTRACTOR shall arrange and schedule at least two (2) weeks in advance of
installation of a major unit of work that requires coordination with other work and/or
significant interface with other work.
B. The meetings will be held at the field office of the CONTRACTOR.
C. The following individuals or groups shall attend pre-installation meetings.
1. ENGINEER and/or ENGINEER’S SUBCONSULTANT
2. CONTRACTOR
3. RESIDENT PROJECT REPRESENTATIVE
4. Installer of special equipment or product
5. Representative of Manufacturer or fabricator of special equipment or product
D. The following is a general agenda which shall be modified as necessary to meet specific
equipment, product, and project needs.
1. Review shop drawings, product data and samples
2. Verify measurements and dimensions
3. Review space and access limitations
4. Review adjacent work associated with product and/or equipment for compatibility
and acceptability.
5. Ascertain any conflicts with adjacent or impacted work
6. Review installation schedules and schedules of other work
7. Review associated regulations affecting installation
8. Review inspection and test procedures
9. Discuss warranty and/or guarantee
10. Review options and related change orders
11. Discuss required testing, conditions, and certifications required prior to beginning
installation
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
228
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 PROJECT MEETINGS
CITY OF GOLDEN VALLEY, MN SECTION 01 31 19
WSB PROJECT NO. 020124-000 PAGE 5
END OF SECTION 01 31 19
229
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 SUBMITTALS
CITY OF GOLDEN VALLEY, MN SECTION 01 33 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 01 33 00
SUBMITTALS
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. This section includes submittal requirements and procedures for providing information on
subcontractors and suppliers, construction schedules, payment schedules, payment
requests, shop drawings, operation and maintenance instructions, and submittal
schedules. This section also describes the requirements for submitting samples.
1.02 GENERAL SUBMITTAL PROCEDURES
A. Schedule submittals to maintain the project schedules. Coordinate submission of related
items. All submittals shall be electronically or delivered to the, St. Paul, Minnesota, office
of WSB & Associates, Inc.
B. Transmit each submittal with a dated cover letter identifying project, CONTRACTOR,
subcontractor, supplier, reference to drawing sheet and detail number and specification
section number.
C. Provide space for CONTRACTOR and ENGINEER review stamps on dated cover sheet
or letter.
D. Apply CONTRACTOR’S originally signed stamp certifying that the CONTRACTOR has
reviewed the submittal for conformance with the Contract Documents and the overall
project with respect to verification of products required, field dimensions, adjacent
construction work, and coordination of information.
E. Revise and resubmit submittals as required. Clearly identify all changes made since
previous submittal.
F. Identify in writing variations from the Contract Documents and product or system
limitations, which may be detrimental to the successful performance of the completed
work.
G. Distribute copies of reviewed submittals to appropriate parties. Instruct parties to report
any inability to comply with reviewed submittals.
H. A schedule of submittals will be delivered to the CONTRACTOR at the Pre-construction
Conference.
1.03 LIST OF SUBCONTRACTORS AND SUPPLIERS
A. Prior to the execution and delivery of the Agreement between OWNER and
CONTRACTOR, the successful BIDDER, if requested, shall submit a complete list of all
subcontractors and suppliers with whom he proposes to contract. The list shall be
submitted prior to moving on the site if not requested earlier.
B. The list shall be in addition to any list submitted as part of the proposal and shall be
divided into sections corresponding to the specification divisions, and shall state name,
address, and telephone numbers together with work or items to be furnished.
C. The list of subcontractors and suppliers shall be subject to approval of ENGINEER and
OWNER. Following approval, the list shall not be revised without written approval of
ENGINEER. OWNER and ENGINEER approval of these lists does not relieve the
CONTRACTOR of responsibility for compliance with specified requirements.
230
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 SUBMITTALS
CITY OF GOLDEN VALLEY, MN SECTION 01 33 00
WSB PROJECT NO. 020124-000 PAGE 2
1.04 SCHEDULE OF OPERATIONS
A. CONTRACTOR shall submit, not more than two (2) weeks following contract award, a
detailed graphic schedule of all construction operations that shall indicate the sequence
of work, the time of starting, and completing each part of the work and a monthly
percentage breakdown of each element of the work. The schedule shall be submitted to
ENGINEER for approval. ENGINEER’S approval of the schedule does not relieve
CONTRACTOR of responsibility for compliance with project schedules.
B. If a condition beyond the control of the CONTRACTOR justifies, and an extension of time
is approved, the CONTRACTOR shall revise the construction schedule in accordance
with approved time extensions.
C. If operations fall behind the approved schedule to an extent that completion of the project
within the specified time appears doubtful, the ENGINEER may require the
CONTRACTOR to add to his equipment and work forces, as well as increase work hours.
D. CONTRACTOR shall indicate submittal dates required for shop drawings, product data,
and samples, and product delivery dates, including those furnished by OWNER on the
detailed graphic schedule.
1.05 SCHEDULE OF VALUES
A. At least ten (10) days before submitting the first request for partial payment, the
CONTRACTOR shall prepare and submit to ENGINEER for approval, a detailed cost
breakdown, by major specification section, of his total contract price. The cost breakdown
shall be sufficiently detailed, including overhead and profit, to provide a basis for monthly
partial payments.
B. CONTRACTOR shall submit no more than two (2) weeks following award of contract, his
anticipated monthly payment schedule. This schedule shall be updated whenever the
actual request varies more than ten percent (10%) from the monthly payment schedule.
1.06 PAYMENT REQUEST
A. General
1. Unless stated otherwise, the progress payments to CONTRACTOR are to be
regular, and each payment must be consistent with previous applications and
payments. Several specific applications involve extra requirements, including
initial applications, applications at times of substantial completion, and final
payment applications.
2. An updated monthly work schedule must be included with any partial payment
request. The lack of a schedule shall be cause for withholding of progress
payments and could result in a work stoppage. If the work is stopped, no credit of
working days or payment of down time shall be provided.
3. CONTRACTOR shall use forms provided by ENGINEER. Except as otherwise
indicated, complete every entry provided for on the form, including authorization
and execution by authorized persons. Incomplete applications will be returned to
the CONTRACTOR without action. Entries must match current data of schedule
of values, progress schedule and progress reports. Applications must include
amounts for change orders issued prior to first day of the “period of construction”
covered by each application.
4. A schedule for submittal and review of progress payments will be developed
based on mutual agreements by the OWNER, CONTRACTOR, and ENGINEER.
B. Mobilization
231
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 SUBMITTALS
CITY OF GOLDEN VALLEY, MN SECTION 01 33 00
WSB PROJECT NO. 020124-000 PAGE 3
1. This item is to be shown in the schedule of values and shall consist of
preparatory work, including, but not limited to work necessary for the movement
of personnel, equipment, supplies and incidentals to the project site and for all
other work and operations which must be performed, before beginning work on
the various items on the project site. The amount shown for mobilization shall not
exceed 1.5 percent of the total bid price. Based on the schedule of values for
mobilization, partial payments will be made as follows:
a. When five (5) percent or more of the original contract amount is earned,
25 percent of the amount for mobilization will be paid.
b. When ten (10) percent or more of the original contract amount is earned,
50 percent of the amount for mobilization will be paid.
c. When 25 percent or more of the original contract amount is earned, 60
percent of the amount for mobilization will be paid.
d. When 50 percent or more of the original contract amount is earned, 100
percent of the amount for mobilization will be paid.
e. For items a through d directly above, the original contract amount shall
be the total value of all contract items including the mobilization item.
The percentage earned in each case shall be exclusive of the
mobilization item.
f. For items a through d above, the percentage earned shall be exclusive of
the mobilization item.
C. Initial Payment Application
The following list of submittals must precede submittal of the CONTRACTOR’S first
payment application. The list can be summarized as follows, but not by way of limitation:
1. Evidence of CONTRACTOR’S insurance coverage.
2. List of subcontractors and suppliers.
3. Cost breakdown.
4. Detailed construction schedule.
D. Substantial Completion Payment Application
Following issuance of ENGINEER’S “certificate of substantial completion” on
CONTRACTOR’S work, a payment application may be prepared and submitted by
CONTRACTOR. The principal actions and submittals, which must precede or coincide
with a Substantial Completion Payment Application can be summarized as follows, but
not by way of limitation:
1. Occupancy permits and similar approvals or certifications by appropriate
authorities, assuring OWNER‘S full access and use of completed work.
2. All warranties, guarantees and maintenance agreements associated with the
work.
3. All operation and maintenance instructions, start-up reports, meter readings, and
other information needed for OWNER’S occupancy and use of the completed
work.
4. Cleaning of the work.
5. List of CONTRACTOR’S incomplete work, recognized as exceptions to
ENGINEER’S certificate of substantial completion.
6. Consent of surety.
232
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 SUBMITTALS
CITY OF GOLDEN VALLEY, MN SECTION 01 33 00
WSB PROJECT NO. 020124-000 PAGE 4
E. Final Completion Payment Application
The actions and submittals which must precede or coincide with submittal of
CONTRACTOR’S final payment application shall meet the approval of OWNER and
ENGINEER and can be summarized as follows, but not by way of limitation:
1. Completion of project closeout requirements.
2. Completion of items specified for completion beyond time of substantial
completion.
3. Written assurance that unsettled claims will be settled and that work not actually
completed and accepted will be completed without delay.
4. Transmittal of project construction records to OWNER and ENGINEER.
5. Proof that taxes, fees, and other similar obligations of CONTRACTOR have been
paid in full. This includes lien waivers from subcontractors indicating they have
been paid in full.
6. Removal of temporary facilities, surplus materials, garbage, and other items not
intended to be a part of the completed work.
7. Change over of door locks and other security items for CONTRACTOR’S access
to OWNER’S property.
8. Final cleaning of the work.
9. Consent of surety for final payment.
10. CONTRACTOR shall submit Minnesota Department of Revenue Form IC134.
1.07 SUBMITTAL OF SHOP DRAWINGS
A. In a timely manner to maintain project schedules, CONTRACTOR shall submit four (4)
copies of all shop drawings and schedules required for the work. ENGINEER shall make
any corrections required by the ENGINEER and file with ENGINEER four (4) corrected
copies. The CONTRACTOR shall receive a single approved copy.
B. All shop drawings shall be submitted through the PRIME or GENERAL CONTRACTOR
and be accompanied by a letter of transmittal. The PRIME or GENERAL CONTRACTOR
shall approve all shop drawings before transmitting them for approval.
C. ENGINEER’S approval of shop drawings or schedules shall not relieve the
CONTRACTOR from responsibility for deviations from drawings or specifications, unless
he has in writing called the ENGINEER’S attention to such deviations at the time of
submission, nor shall it relieve CONTRACTOR from responsibility for errors in shop
drawings or schedules.
1.08 EXCESSIVE SHOP DRAWING REVIEWS
A. In accordance with the General Conditions and Article 1.07 above the CONTRACTOR is
responsible for furnishing shop drawings for review by the ENGINEER. The ENGINEER
has determined that a maximum of two (2) submittals will be reviewed for any one
product for any given section under the Contract.
B. Should a third or subsequent review be necessary:
233
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 SUBMITTALS
CITY OF GOLDEN VALLEY, MN SECTION 01 33 00
WSB PROJECT NO. 020124-000 PAGE 5
1. OWNER will compensate ENGINEER for additional services.
2. OWNER will deduct the amount of compensation paid to ENGINEER for
additional reviews from the payment to the CONTRACTOR.
C. Compensation to ENGINEER shall be at 2.75 times ENGINEER’S and ENGINEER’S
Subconsultant's salary cost plus reimbursable expenses at cost.
1.09 SUBMITTAL OF SAMPLES
A. Submit a minimum of four (4) samples of materials, finishes, colors, etc., as required for
approval.
B. Submit samples to ENGINEER’S office, securely packaged, with the name of the Project
clearly indicated on the package exterior. Each physical sample shall have a label or tag,
firmly attached to the sample, indicating the name of project, supplier, CONTRACTOR,
and specific product information such as product designation, type, class, etc. as is
necessary to define the product sample.
1.10 SUBMITTAL OF OPERATION AND MAINTENANCE INSTRUCTIONS
A. Four (4) preliminary copies of the operation and maintenance instructions shall be
submitted with shop drawings for approval and shall be resubmitted with corrections and
additional requested information prior to shipment of equipment.
B. Prepare and submit up to six (6) final copies of a complete set of operation and
maintenance instructions covering all equipment and systems provided. Operating
instructions shall be prepare specifically for each system or piece of equipment installed
under this contract and shall consider the specific equipment and controls included. All
references, pictures and diagrams dealing with items not part of furnished equipment and
systems shall be deleted. Instructions shall be complete for each separate system.
C. Include contact names, addresses, and telephone numbers of the manufacturer and
manufacturer’s representative or supplier
D. The list of information to be provided can be summarized as follows, but not by way of
limitation:
1. Outline, cross sections, and assembly drawings including all engineering data
and wiring diagrams for specific application.
2. Equipment functions, normal operating characteristics, and limiting conditions.
3. Assembly, installations, alignment, adjustment, and checking instructions.
4. Test data and performance curves where applicable.
5. Parts lists, and predicted life of parts subject to wear.
6. Lubrications and maintenance schedules and instructions.
7. Operating instructions for start-up, normal operation, shutdown, and emergency
conditions. Detailed information on all controls. Include all limiting conditions.
8. Guide to “troubleshooting”.
9. A complete spare parts list for each piece of equipment and/or system.
E. Prior to final acceptance of any equipment, all final operation and maintenance
instructions shall be delivered to the ENGINEER for transmittal to OWNER.
234
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 SUBMITTALS
CITY OF GOLDEN VALLEY, MN SECTION 01 33 00
WSB PROJECT NO. 020124-000 PAGE 6
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION 01 33 00
235
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 QUALITY CONTROL
CITY OF GOLDEN VALLEY, MN SECTION 01 45 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 01 45 00
QUALITY CONTROL
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. General Product Requirements
B. General Transportation and Handling Requirements
C. General Storage and Protection Requirements
D. Quality Assurance, Control of Installation and Workmanship
E. References
F. Field Samples and Mockup
G. Manufacturer’s Instruction and Certificates
H. Testing
I. Manufacturers’ field services and reports
1.02 PRODUCTS
A. All materials and equipment shall be of new and good quality except as otherwise
provided in the Contract Documents. If requested by ENGINEER, CONTRACTOR shall
furnish satisfactory evidence as to the kind and quality of materials and equipment.
Evidence shall include test reports as applicable.
B. New materials and equipment means new material, machinery, components, equipment,
fixtures, and systems forming the Work, it does not include machinery and equipment
used for preparation, fabrication, conveying and erection of the Work.
C. When similar components or products are used on this project, CONTRACTOR shall
provide interchangeable components from the same manufacturer. If parts are not
interchangeable due to size or configuration, CONTRACTOR shall still provide parts from
a common manufacturer for similar components.
1.03 TRANSPORTATION AND HANDLING
A. CONTRACTOR shall pay all transportation and handling costs. CONTRACTOR shall be
present at the site to accept delivery of products and equipment. Material shall be
shipped with adequate protection to prevent damage due to handling and reasonable
storage procedures.
B. CONTRACTOR shall inspect shipments immediately upon delivering to assure
compliance with requirements of Contract Documents and approved submittals and to
ensure that products are protected and undamaged.
C. All products shall be delivered to the project site in undamaged condition, in the
manufacturer’s original packaging, with legible identifying labels intact.
D. Damaged or unsuitable products or equipment shall be removed from the project site
immediately.
236
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 QUALITY CONTROL
CITY OF GOLDEN VALLEY, MN SECTION 01 45 00
WSB PROJECT NO. 020124-000 PAGE 2
1.04 PROTECTION OF EXISTING PAVEMENTS AND SURFACE IMPROVEMENTS
A. The CONTRACTOR shall protect the any existing pavements and shall repair all
damaged pavements with no additional compensation.
B. The CONTRACTOR shall provide and use only rubber-tired dozers, front-end loaders,
and other necessary equipment on all work where street pavements or portions of
pavements are undisturbed for the protection of the pavements or in such locations as
the ENGINEER may direct. No compensation will be made to the CONTRACTOR for
replacement of damaged pavements.
C. It shall be the CONTRACTOR’S responsibility to protect, and/or remove and reinstall all
fences, street signs, retaining walls, and other items required to construct the proposed
improvements. The work associated with protecting, and/or removing and reinstalling all
fences, street signs, lawn irrigation systems, and other items shall be considered
incidental to the project unless specific bid items are provided.
1.05 PROTECTION OF THE PUBLIC
A. The CONTRACTOR shall provide any barricades, fences, or other means of protection
necessary to properly execute the work and adequately protect his employees,
employees of the OWNER, employees of the ENGINEER, and members of the public
according to federal, state, and local regulators. All utility trenches shall be backfilled at
the end of each working day to the satisfaction of the ENGINEER.
B. All labor and materials necessary to comply with these provisions are incidental, and no
payment shall be made.
1.06 PROTECTION OF ADJACENT PROPERTIES
A. The CONTRACTOR shall take whatever steps necessary to protect adjoining properties
and structures from hazards in connection with his performance of the work. The
CONTRACTOR is responsible for any and all damages to properties and structures that
occur as a result of his operations.
B. All labor and materials necessary to comply with the provisions of this section are
incidental, and no payment shall be made.
1.07 QUALITY ASSURANCE, CONTROL OF INSTALLATION AND WORKMANSHIP
A. The CONTRACTOR shall notify the resident observer anytime work is anticipated on this
project. No work will be allowed without notifying the observer a minimum of twenty-four
(24) hours beforehand.
B. Testing of materials and/or densities will be paid for by the OWNER. Any retesting due to
failures shall be at the expense of the CONTRACTOR.
C. Substitution of materials, equipment or methods required by the Contract Documents
must be approved in writing by the ENGINEER prior to use.
D. The CONTRACTOR is responsible to ensure that all work shall be carried out in a
workmanlike manner that will protect the workman, surrounding property and the public
from damage or danger. All workman employed on the site shall be skilled in the use of
the equipment and materials used for this project. An experienced superintendent and/or
foreman shall be present at all times during the execution of the work who shall be
thoroughly familiar with the specified requirements and the materials and methods
needed for their execution and who shall direct all work performed.
237
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 QUALITY CONTROL
CITY OF GOLDEN VALLEY, MN SECTION 01 45 00
WSB PROJECT NO. 020124-000 PAGE 3
E. The CONTRACTOR shall notify the OWNER’S CONSTRUCTION OBSERVER not less
than 24 hours prior to welding, grinding, abrasive blasting, priming or application of
primer or finish coats. Any work performed without the 24 hour notification and the
presence of the Construction Observer will be deemed unacceptable and shall be
removed and replaced. The Construction Observer will inspect all phases of the work.
Any areas not in conformance with the specifications will be corrected as directed by the
ENGINEER, Construction Observer, or OWNER’S REPRESENTATIVE.
F. CONTRACTOR shall monitor quality control of all products, services, site conditions, and
workmanship, to produce work of specified quality. No work shall be below industry
standards.
G. CONTRACTOR shall comply with specified standards as a minimum quality for all work
except where more stringent codes, or specified requirements indicate higher standards
or more precise workmanship.
H. CONTRACTOR shall comply fully with each step of manufacturer’s instructions for use of
all products. Work shall be completed in the sequence recommended by manufacturer.
Short cuts will not be allowed.
I. Should manufacturer’s instructions conflict with Contract Documents, CONTRACTOR
shall request clarification from ENGINEER before proceeding.
J. CONTRACTOR shall be qualified to produce workmanship of specified quality.
1.08 REFERENCES
A. CONTRACTOR’S work shall conform to current edition of reference standards unless
specified otherwise.
B. Should specified reference standards conflict with Contract Documents, CONTRACTOR
shall request clarification from ENGINEER before proceeding.
C. The contractual relationship of the parties to the Contract shall not be altered from the
Contract Documents by mention or inference otherwise, in any reference document.
1.09 FIELD SAMPLES
A. CONTRACTOR shall provide and install field samples at the site for review, as required
by the Contract Documents.
B. Accepted samples shall represent the level of quality for the work.
C. The Contract Documents shall indicate which field samples shall become part of the
finished product and which samples shall be removed following acceptance by
ENGINEER. CONTRACTOR shall clear and clean the area of the sample when required
by the Contract Documents.
1.10 MANUFACTURERS’ CERTIFICATIONS
A. Where required by the Contract Documents, submit four (4) copies of manufacturer’s
certification that products meet or exceed specified requirements.
1.11 OTHER CERTIFICATIONS
A. Where required by Contract Documents or requested by ENGINEER or ENGINEER’S
SUBCONSULTANT, CONTRACTOR shall submit four (4) copies of certifications for
CONTRACTOR’S personnel providing specialized expertise, as is applicable.
238
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 QUALITY CONTROL
CITY OF GOLDEN VALLEY, MN SECTION 01 45 00
WSB PROJECT NO. 020124-000 PAGE 4
1.12 TESTS GENERAL
A. Four (4) copies of all test reports shall be submitted to the ENGINEER for approval.
B. All materials furnished and proposed for incorporation into the project shall be inspected,
sampled, and tested as specified in the Contract Documents.
C. Unless indicated otherwise in individual specification sections, or directly below within this
Section, all testing and re-testing costs shall be the responsibility of CONTRACTOR, and
shall be included in the Lump Sum Bid Price.
1.13 MILL OR SHOP TESTS
A. Mill or shop tests shall be conducted, and test reports submitted where this type of test is
specified in the Contract Documents and/or required by ENGINEER.
B. Mill or shop tests shall be accomplished by the manufacturer or supplier of the materials.
Mill tests may be conducted by an independent testing laboratory. These tests shall be
performed in accordance with the ASTM Standard if specified or with other applicable
standards.
C. The cost of mill and shop tests shall be included in the Lump Sum Bid Price of the project
and no additional payment will be made for mill and shop testing.
D. Mill or shop tests may be witnessed by representatives of OWNER, ENGINEER and/or
ENGINEER’S SUBCONSULTANT and such witnessing shall be paid for by the OWNER.
1.14 FIELD TESTS
A. Products
1. Field tests of structural, process, mechanical and electrical equipment, piping
systems, electrical systems, control systems, ventilation systems, heating
systems, watermains, pressure mains, sewers, drains, and similar facilities shall
be conducted where this type of test is specified and/or required by the
ENGINEER.
2. Field tests include determination of performance, capacity, efficiency, function, or
other special requirements. These tests shall be performed in accord with
applicable standards and test codes.
3. Field tests shall be set up and accomplished by the CONTRACTOR who shall
provide all tools, equipment, instruments, personnel, and other facilities required
for the satisfactory completion of each test.
4. Product field tests may be witnessed by OWNER, ENGINEER, and/or
ENGINEER’S SUBCONSULTANT and such witnessing will be paid for by the
OWNER.
B. Materials
1. Routine tests of materials incorporated into the project will be performed by an
independent testing laboratory hired by the OWNER. Samples shall be provided
by the CONTRACTOR as provided in the General Conditions. The OWNER will
pay for concrete cylinder tests. The OWNER will pay for soil compaction control
inspection and testing and for other routine laboratory tests, such as gradation,
moisture content and density. The CONTRACTOR will be charged for retesting
of material failing the original test.
239
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 QUALITY CONTROL
CITY OF GOLDEN VALLEY, MN SECTION 01 45 00
WSB PROJECT NO. 020124-000 PAGE 5
2. Material field tests may be witnessed by representatives of the OWNER,
ENGINEER and ENGINEER’S SUBCONSULTANT and such witnessing shall be
paid for by the OWNER.
C. Testing Frequency
The following inspections and testing shall be conducted by an independent testing
laboratory hired and paid for by the OWNER with results being reported to the
ENGINEER, Building Inspector, and CONTRACTOR.
1. Excavating, Filling, and Grading Soil Compaction Testing
Item Frequency
Footings
One (1) approved test per 100 lineal feet per 12-
inch lift in fill areas and one (1) approved test per
100 lineal feet in excavation areas with a minimum
of two (2) approved density tests that indicate the
soil bearing capacity as required.
Utility and Piping
Trenches
One (1) in-place density and moisture content test
per 1,000 cubic yards of backfill material.
Subgrade Preparation One (1) in-place density and moisture content test
per 100 lineal feet of roadway.
Aggregate Base One (1) in-place density and moisture content test
per 200 lineal feet of roadway
Roadway, Parking Areas
and Sidewalks
Proof roll all areas subject to vehicle traffic.
2. Concrete Specimens:
a. Cast four (4) cylinders per set – one (1) at seven (7) days, two (2) at 28
days, and one (1) for hold.
b. Cast one (1) set of cylinders for pours larger than five (5) cubic yards.
Cast an additional set of cylinders for each additional 50 cubic yards of
cast-in-place concrete or masonry grout.
c. Cylinders shall be field cured (two per set) to check strength prior to
critical shoring removal.
d. Standard tests to be performed on fresh concrete each time cylinders are
cast are slump, air contents, and temperature.
e. Concrete temperature shall be tested hourly, and recorded, when air
temperature is 40°F and below, and when 80°F and above.
f. Slump, temperature, air entrainment, and cylinders are to be cast for the
first 25 CY poured each day with an addition test for each 50CY,
thereafter.
3. Bituminous Specimens:
a. Obtain samples of the placed bituminous prior to the bituminous being
rolled. CONTRACTOR shall cooperate with the OWNER or the
OWNER’S REPRESENTATIVE in obtaining the samples.
b. Obtain samples at the rate of one sample per 200-ton of each mix placed
per lift with a minimum of one sample per mix per lift per day.
c. Obtain samples at locations selected by the ENGINEER.
d. Perform testing for gradation and extraction on each sample.
e. Bituminous testing shall be as follows:
240
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 QUALITY CONTROL
CITY OF GOLDEN VALLEY, MN SECTION 01 45 00
WSB PROJECT NO. 020124-000 PAGE 6
In-place density 1 core/500 TN, cores minimum per lift
Asphalt content 1/500 TN
Gradation/extraction 1/500 TN
1.15 MISCELLANEOUS (REGULATORY) INSPECTIONS
A. Should specifications, ENGINEER’S instructions, laws, ordinances, or any public
authority require any work to be inspected or approved, CONTRACTOR shall give timely
notice of its readiness for inspection and a reasonable date fixed for such inspection. If
any work should be covered up without approval or consent of approving agency, or
ENGINEER, it must be uncovered for examination at CONTRACTOR’S expense.
1.16 MANUFACTURER’S FIELD SERVICES AND REPORTS
A. Where specified in the Contract Documents, require material or product suppliers or
manufacturers to provide qualified staff personnel to observe site conditions, installation,
workmanship, start-up, testing and adjustment of equipment as applicable, and to provide
instruction.
B. Submit qualifications of manufacturer’s staff personnel to ENGINEER two (2) weeks in
advance of required observations.
C. CONTRACTOR shall provide ENGINEER with a report of manufacturer’s observations
and site decisions, or instructions given to applicators or installers that are supplemental
or contrary to manufacturers’ written instructions.
D. CONTRACTOR shall submit four (4) copies of report within two weeks of observation to
ENGINEER for review.
1.17 EXCESSIVE REVIEWS FOR DEFECTIVE AND/OR DEFICIENT WORK
A. The ENGINEER has determined that a maximum of two (2) construction observation
reviews will be made for any one product for the work under the Contract.
B. Should a third or subsequent construction observation review be necessary:
1. OWNER will compensate ENGINEER for additional services.
2. OWNER will deduct the amount of compensation paid to ENGINEER for
additional reviews from the payment to the CONTRACTOR.
1.18 REJECTED WORK AND MATERIALS
B. Upon verbal or written notice from the ENGINEER, Construction Observer, or OWNER’S
representative the CONTRACTOR shall remove and replace all work and materials
rejected as defective, unsound, improper or in any way failing to conform to the
requirements of the Contract Documents. The CONTRACTOR shall at its sole expense
make good all work damaged by such removal and shall promptly replace all materials
damaged or improperly worked by the CONTRACTOR and re-execute the work in
accordance with the Contract. This includes re-placing the work of any other
CONTRACTOR that is in any way affected by the removal of defective work. The
obligations of the CONTRACTOR under this section shall not be extended to defective
materials or equipment supplied by the OWNER or previously installed by him. Any
CONTRACTOR supervisor or workman who refuses to make these corrections or refuses
to do quality work as interpreted by the Construction Observer, shall be deemed not in
compliance with the general conditions and shall be immediately removed and replaced
with a competent individual.
241
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 QUALITY CONTROL
CITY OF GOLDEN VALLEY, MN SECTION 01 45 00
WSB PROJECT NO. 020124-000 PAGE 7
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION 01 45 00
242
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 GENERAL PM
CITY OF GOLDEN VALLEY, MN SECTION 01 50 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 01 50 00
CONSTRUCTION FACILITIES, TEMPORARY CONTROLS,
AND GENERAL PROJECT MANAGEMENT
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. This section of the specifications includes general information pertaining to site safety
and security, temporary erosion control, temporary utilities, temporary construction
facilities and general project management.
1.02 SAFETY AND SECURITY
A. CONTRACTOR shall provide all fences and barricades and other safety appliances as
are required to protect the work, the workmen and the public from injury. All shall comply
with federal, state, and local regulations.
B. CONTRACTOR shall provide security and facilities to protect Work (and existing
facilities), and OWNER’S operations from unauthorized entry, vandalism, or theft.
C. CONTRACTOR shall provide and maintain all necessary barriers to protect open
excavated areas.
D. CONTRACTOR shall furnish and maintain all necessary temporary signs required for the
execution of the work such as “Office”, “Men”, “Danger”, “High Voltage”, etc.
1.03 FIRST-AID FACILITIES
A. Emergency first-aid facilities shall be provided by CONTRACTOR in accordance with all
federal, state, and local regulations.
1.04 ROADS
A. CONTRACTOR shall maintain existing access roads in usable condition during entire
construction project. OWNER shall be provided access to all existing facilities at all times
during construction project.
B. OWNER and ENGINEER shall be provided with access to the project site.
C. CONTRACTOR shall repair any and all damage to existing roadways caused by
CONTRACTOR’S activities.
D. CONTRACTOR shall take road restrictions into consideration. Road restrictions shall not
be used as an excuse for missing deadlines and CONTRACTOR shall take road
restrictions into consideration in preparing his bid price.
1.05 TRAFFIC CONTROL
A. The CONTRACTOR shall be responsible for traffic control on this Project, and he/she
shall furnish, erect, and maintain all traffic control devices in accordance with “Minnesota
Manual on Uniform Traffic Control Devices, (MMUTCD)”, "Temporary Traffic Control
Work Zone Layouts," the provisions of MnDOT 1404, 1710, the “Minnesota Standard
Signs Manual,” and the following:
1. The CONTRACTOR shall furnish, erect, and maintain all necessary traffic control
devices required to provide safe movement of vehicular traffic through the Project
during the entire period from the start of his/her operations to the final completion
243
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 GENERAL PM
CITY OF GOLDEN VALLEY, MN SECTION 01 50 00
WSB PROJECT NO. 020124-000 PAGE 2
thereof. Traffic control devices include, but are not limited to, barricades,
warning signs, trailers, flashers, cones, drums, pavement markings, and flagmen
as required and sufficient barricade weights to maintain barricade stability.
2. The CONTRACTOR shall be responsible for the immediate repair or replacement
of all traffic control devices that become damaged, moved, or destroyed, of all
lights that cease to function properly, and of all barricade weights that are
damaged, destroyed, or otherwise fail to stabilize the barricades. The
CONTRACTOR will further provide sufficient surveillance of all traffic control
devices at least once every 24 hours.
3. The CONTRACTOR shall furnish the ENGINEER names, addresses, and phone
numbers of at least two (2) local persons responsible for all traffic control
devices.
4. At least five (5) days prior to the start of construction, the CONTRACTOR shall
submit his/her proposed traffic control layout to the ENGINEER for approval. At
least 24 hours prior to placement, all traffic control devices shall be available on
the Project for inspection by the ENGINEER to insure conformance with the
Minnesota Manual on Uniform Traffic Control Devices and the State of Minnesota
Standard Signs Manual. The CONTRACTOR shall modify his/her proposed
traffic control layout and/or devices as deemed necessary by the ENGINEER.
5. The CONTRACTOR shall notify the ENGINEER in writing at least 72 hours prior
to the start of any construction operation that will necessitate lane closure or
internal traffic control signing.
6. No measurement will be made of the various items that constitute Traffic Control
but all such work will be construed to be included in the Lump Sum Bid Price for
which payment is made.
7. The CONTRACTOR shall maintain one traffic lane open at all times. If the
CONTRACTOR required road closure at any time during the project, they shall
submit the request to the OWNER and ENGINEER 48 hours prior to anticipated
closure.
B. The CONTRACTOR shall coordinate all construction activities in a manner to cause the
least amount of disturbance to the adjacent properties within the project area. The
CONTRACTOR shall coordinate all access road changes and/or modifications with the
property owners, city police and city fire department. No additional payment will be
provided to the CONTRACTOR for the work described above.
1.06 CONSTRUCTION STAKING
A. The CONTRACTOR shall be responsible for replacement of all property or section
corners he or she removes.
1.07 UTILITY PROPERTY AND SERVICE
A. The CONTRACTOR shall be expected to coordinate his/her 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 a utility company is present if required by
the utility company’s regulations. The CONTRACTOR shall be responsible for
coordinating his/her efforts for all unanticipated utility relocations or adjustments
determined to be necessary to complete the work. All coordination shall be completed as
incidental to the project.
244
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 GENERAL PM
CITY OF GOLDEN VALLEY, MN SECTION 01 50 00
WSB PROJECT NO. 020124-000 PAGE 3
B. 911 SHALL BE CALLED IMMEDIATELY IF ANY UTILITIES ARE DAMAGED WHICH
RESULT IN THE ESCAPE OF ANY FLAMMABLE, TOXIC, OR CORROSIVE GAS OR
LIQUID OR ENDANGERS LIFE, HEALTH, OR PROPERTY.
1.08 DUST CONTROL
A. CONTRACTOR shall be responsible, as directed by the ENGINEER, for dust control for
the duration of the project.
B. Water is available for purchase from the OWNER for this use. The CONTRACTOR shall
provide dust control measures when requested by the ENGINEER. Dust control shall be
incidental to the project with no additional compensation allowed.
1.09 CLEANING
A. Sweeping of streets and parking lots that are impacted by the construction shall be the
responsibility of the CONTRACTOR. Any material deposited on streets adjacent to the
project from construction or hauling operations shall be cleaned as directed by the
ENGINEER. If the CONTRACTOR fails to clear adjacent roadways within 24 hours of
notification, the ENGINEER shall make arrangements to have the roadways cleaned by
the City and bill the CONTRACTOR $500.00 per occurrence in addition to the actual cost
of sweeping. The sweep shall be a pick up style sweeper. Unless the proposal includes
an item for cleanup, cleanup shall be incidental to the contract.
1.10 TEMPORARY PIPING AND PUMPING
A. Temporary piping and pumping facilities may be required at various times throughout
construction of the facilities. If required, CONTRACTOR shall prepare and submit
Temporary Conveyance Plan for approval by OWNER AND ENGINEER. Plan shall
include temporary pumping system layout, pump curves, and traffic control plan.
CONTRACTOR to also prepare and submit a backup plan to the OWNER AND
ENGINEER, in the event the CONTRACTOR’S Temporary Conveyance system fails.
B. The CONTRACTOR shall furnish, install, maintain, and remove, when authorized,
temporary pumps, pipes, automatic controls, and related appurtenances to allow
continuous operation of facilities during these construction periods.
C. The CONTRACTOR shall have one (1) standby pump available on-site for each pumping
location for use in the event of failure.
D. The CONTRACTOR shall submit for ENGINEER’S review his proposed pumping, piping,
and control system prior to installation.
E. CONTRACTOR shall provide seven (7) day notice to ENGINEER before installing or
removing temporary piping or pumping systems.
F. All costs, including power, for installation, operation, and removal of temporary pumping
and piping systems, shall be the responsibility of the CONTRACTOR.
1.11 TEMPORARY ENCLOSURES AND HEAT
A. CONTRACTOR shall provide temporary enclosures and heat as necessary for his
personnel.
B. CONTRACTOR shall pay for any temporary enclosures and heating.
1.12 INTERIOR ENCLOSURES
245
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 GENERAL PM
CITY OF GOLDEN VALLEY, MN SECTION 01 50 00
WSB PROJECT NO. 020124-000 PAGE 4
A. Provide temporary partitions as required to separate work areas and to prevent damage
to existing materials and equipment.
1.13 PROTECTION OF INSTALLED WORK
A. Protect installed Work and provide special protection where specified in individual
specification sections.
B. Provide temporary and removable protection for installed products. Control activity in
immediate work area to minimize damage to installed work.
1.14 SIGNS FOR ADVERTISEMENT
A. No signs, billboards or other advertisements shall be erected on the premises by the
CONTRACTOR without ENGINEER’S permission.
1.15 PROJECT MANAGEMENT
A. CONTRACTOR shall schedule and coordinate the work of his employee’s and all
subcontractors and others involved to maintain the accepted progress schedule.
CONTRACTOR duties shall include the planning of the work, the scheduling of ordering
and delivery of materials, and checking and control of all work under this contract.
Construction schedules shall be submitted to the ENGINEER for review and acceptance
prior to the start of any work. Schedules shall be verified or updated as necessary on a
monthly basis.
B. The CONTRACTOR shall be responsible for complete supervision and control of his
subcontractors as though they were his own forces. Notices to the CONTRACTOR shall
be considered notice to all affected subcontractors.
C. The CONTRACTOR shall appoint a qualified representative to act as the Project
Superintendent, who shall be responsible for coordinating all work and providing liaison
with ENGINEER, ENGINEER’S SUBCONSULTANT and OWNER. The Project
Superintendent shall, in addition, plan the work, schedule the ordering and delivery of
materials, and check and control the various phases of the manufacture and delivery of
all work under this contract. The Project Superintendent shall, in all matters, represent
the CONTRACTOR at the site of the work in the absence of a corporate officer or
principal of the firm.
D. The Project Superintendent shall not be changed except with the consent of the
ENGINEER, unless the Project Superintendent proves to be unsatisfactory to the
CONTRACTOR and ceases to be in his employ.
E. Important directions shall be confirmed in writing to the CONTRACTOR. Other directions
shall be so confirmed on written request of the CONTRACTOR.
1.16 MEASUREMENT AND PAYMENT
A. Payment for all work specified in this section shall be considered incidental to the lump
sum bid price.
246
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 GENERAL PM
CITY OF GOLDEN VALLEY, MN SECTION 01 50 00
WSB PROJECT NO. 020124-000 PAGE 5
PART 2 - PRODUCTS
2.01 SILT FENCE
A. Silt fencing shall meet the requirements of the City of Golden Valley General
Specifications and Standard Detail Plates. Detail Plate GV-EC-020 describes silt fence
installation requirements.
PART 3 - EXECUTION
3.01 TEMPORARY EROSION CONTROL
A. The CONTRACTOR shall schedule and conduct his operations so as to minimize erosion
of soils and to prevent silting and muddying of streams, irrigation systems, and other
impoundments. Where erosion is likely to be a problem, and where the potential for water
pollution exists, the CONTRACTOR shall prepare and submit to the ENGINEER for
acceptance, his proposed schedules for accomplishment of the affected work, including
any temporary measures proposed. No work shall be started in the affected areas until
the applicable erosion control schedules and proposed methods of operation have been
accepted by the ENGINEER.
B. CONTRACTOR shall provide, at his expense, all necessary erosion control plans and
permits that are required by Federal, State, County, and Local regulations to construct
the project.
C. Prior to final acceptance of the project or the end of the warranty period, the
CONTRACTOR shall remove all erosion control items. Erosion control costs shall be paid
by the CONTRACTOR.
D. Placing Temporary Erosion Control Items: All items shall be furnished and installed in
accordance with the individual project plans and/or where directed by the ENGINEER. If
the CONTRACTOR believes additional or alternative erosion control measures are
necessary, the CONTRACTOR shall immediately inform the ENGINEER.
E. Maintenance: The CONTRACTOR shall be responsible for the maintenance of all-
temporary erosion and sediment control measures. The measures shall include but not
be limited to those summarized below:
EROSION & SEDIMENT
CONTROL MEASURE FAILURE CRITERIA TIME FRAME FOR REPLACING,
REPAIRING, OR SUPPLEMENTING
Silt Fence, Biorolls and
Straw Bales
Sediment depth reaches
1/3 height
Within 24 hours of discovery (or as soon
as field conditions allow)
Sedimentation Basins Sediment volume reaches
2 basin volume
Within 72 hours of discovery (or as soon
as field conditions allow)
Stabilized Drainage
Ditches
Sediment in drainage ditch,
storm sewer, or a
water/wetland of the State.
Within seven (7) days of discovery or
within seven (7) days of obtaining access
Stabilized Construction
Site - Vehicle Exit
Locations
Sediment is being tracked
off-site
Within 24 hours of discovery (sediment
that does not drain back to site must be
removed)
247
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 GENERAL PM
CITY OF GOLDEN VALLEY, MN SECTION 01 50 00
WSB PROJECT NO. 020124-000 PAGE 6
EROSION & SEDIMENT
CONTROL MEASURE FAILURE CRITERIA TIME FRAME FOR REPLACING,
REPAIRING, OR SUPPLEMENTING
Solid Waste
Sediment, asphalt,
concrete millings,
construction debris, plastic,
paper, and other waste not
disposed of properly
Within 24 hours of discovery
Inlet / Catch Basin
Protection
Sediment volume reaches
1/2 full. Within 24 hours of discovery
F. If the CONTRACTOR fails to provide maintenance of the temporary erosion control
measures, within the above time frames, the ENGINEER shall have the authority under
the terms of this contract to hire the work done and deduct the costs incurred from the
amounts due to the CONTRACTOR.
G. The CONTRACTOR shall be assessed liquidated damages of $200 per day for each
specified area for which the CONTRACTOR has not installed or repaired erosion control
devices (including sod) within 48 hours after receiving written notice.
END OF SECTION 01 50 00
248
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 MATERIALS AND EQUIPMENT
CITY OF GOLDEN VALLEY, MN SECTION 01 66 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 01 66 00
MATERIAL AND EQUIPMENT
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. In general, this section includes the condition of products delivered to the site,
transportation and handling, and storage and protection of work and products.
1.02 PRODUCT REQUIREMENTS
A. All materials and equipment shall be of new and of good quality except as otherwise
provided in the Contract Documents. If requested by ENGINEER, CONTRACTOR shall
furnish satisfactory evidence (including reports of test) as to the kind and quality of
materials and equipment.
B. Products: Means new material, machinery, components, equipment, fixtures, and
systems forming the Work. Does not include machinery and equipment used for
preparation, fabrication, conveying and erection of the Work. Products may also include
existing materials or components required for reuse.
C. Provide interchangeable components of the same manufacturer, for similar components.
1.03 PROTECTION OF WORK AND EQUIPMENT OR PRODUCTS
A. CONTRACTOR shall furnish and maintain satisfactory protection of all equipment,
materials and structures installed under his portion of the contract against injury by
weather, flooding or by direct or incidental damage from his own operations.
CONTRACTOR shall provide storage sheds for materials requiring protection.
B. Cover products subject to deterioration with impervious sheet covering. Provide
ventilation to avoid condensation.
C. Pumps, motors, and electrical equipment shall be maintained at 50°F minimum
temperature.
D. Arrange storage of products to permit access for inspection. Periodically inspect to
assure products are undamaged and are maintained under specified conditions.
E. CONTRACTOR shall secure products in place with positive anchorage devices designed
and sized to withstand stress, vibration, and disfiguration.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION 01 66 00
249
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 MOBILIZATION
CITY OF GOLDEN VALLEY, MN SECTION 01 71 13
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 01 71 13
MOBILIZATION
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Mobilization/demobilization of all labor, materials and equipment required to complete the
project as specified shall be included in lump sum bid price.
B. No additional payment will be made for multiple mobilizations associated with
construction phasing.
PART 2 - PRODUCTS
Not used
PART 3 - EXECUTION
Not used
END OF SECTION 01 71 13
250
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 CUTTING AND PATCHING
CITY OF GOLDEN VALLEY, MN SECTION 01 73 29
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 01 73 29
CUTTING AND PATCHING
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. The cutting, fitting or patching of work, that may be required to make several parts fit
properly in new or existing construction, or to uncover Work to provide for installation of
ill-timed Work, or to remove and replace defective Work, or Work not conforming to
requirements of the Contract Documents. Also included in this section is the cutting and
patching of materials that is required to match surfaces so that finished surfaces of
adjacent surfaces appear contiguous.
PART 2 - PRODUCTS
2.01 MATERIALS
A. The replacement of work removed and the materials required to match surfaces and
finishes shall comply with the Specifications for the type of work which is to be
completed, and shall meet the requirements of the latest industry standards.
PART 3 - EXECUTION
3.01 INSPECTION
A. Provide inspection of work readily visible, or uncover work for inspection to determine the
effect of installing new products.
B. Review areas where cutting and patching may be necessary to properly match parts,
surfaces or finishes. Take necessary measurements to assure proper fit.
C. Identify elements which may be damaged by cutting and patching activities and take
precautions to protect these facilities.
3.02 PREPARATION PRIOR TO CUTTING
A. Provide necessary shoring and bracing to maintain structural integrity of Project.
B. Provide protection for other portions of Project, both related and unrelated to the cutting
and patching to be performed.
C. Provide protection from the elements.
D. Do not endanger the work of another contractor without the written consent of the
ENGINEER or ENGINEER’S SUBCONSULTANT.
3.03 PERFORMANCE
A. Execute adjustments and fitting of products to provide completed installation which
complies with specified tolerances and finishes when provided herein, or to comply with
the latest industry standards.
251
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 CUTTING AND PATCHING
CITY OF GOLDEN VALLEY, MN SECTION 01 73 29
WSB PROJECT NO. 020124-000 PAGE 2
B. Execute cutting and patching by methods which will prevent damage to other portions of
the Work, and will provide proper surfaces to receive installation of repairs and/or new
Work.
C. Provide machine cuts of materials and surfaces for a neat appearance of patched or
repaired areas.
D. Restore Work which has been cut or removed and install new products to provide
complete Work in accordance with the requirements of the Contract Documents.
E. Refinish entire surfaces as necessary to provide an even finish. Surfaces shall be redone
to the nearest intersection of walls, columns, and other structural-type members.
Equipment type surfaces shall include refinishing of entire assemblies.
3.04 MEASUREMENT AND PAYMENT
A. Costs caused by ill-timed or defective Work, or Work not conforming to Contract
Documents, including costs for additional services of ENGINEER or ENGINEER’S
SUBCONSULTANT shall be paid by the party responsible for ill-timed, rejected or
nonconforming Work.
B. Work done to make several parts fit properly, or to make finishes appear contiguous shall
be included in the Lump Sum Bid Price for the Highway 55 Lift Station Relocation.
C. Work done on the instructions of the ENGINEER or ENGINEER’S SUBCONSULTANT,
other than defective or nonconforming Work, shall be paid by the OWNER through the
Change Order process.
END OF SECTION 01 73 29
252
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 COMMISSIONING
CITY OF GOLDEN VALLEY, MN SECTION 01 75 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 01 75 00
STARTING OF SYSTEMS/COMMISSIONING
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. This section of the specification includes information on the testing and adjustment of
equipment, starting of equipment and systems, operational instructions for equipment
and systems, and the commissioning of equipment and system.
1.02 SCHEDULING
A. CONTRACTOR shall place various pieces of equipment and systems into operation,
along with related systems, at times prescribed by ENGINEER.
B. CONTRACTOR shall coordinate schedule for equipment demonstration tests for
individual pieces of equipment and systems.
C. CONTRACTOR shall notify OWNER and ENGINEER at least seven (7) days prior to
demonstration for individual pieces of equipment and systems.
D. CONTRACTOR shall coordinate instruction of OWNER’S employees by factory
representatives.
E. The demonstration tests and instruction of OWNER’S employees shall be arranged by
CONTRACTOR; however, the scheduling shall be subject to the approval of OWNER
and ENGINEER.
F. Portions of new or rehabilitated facilities will be put into operation prior to final acceptance
of complete facilities. The procedures outlined in this section of the specification, along
with the procedures and requirements detailed in specific equipment sections shall
provide for this situation.
1.03 DEFINITIONS
A. System: A defined part of the Project, consisting of an arrangement of items, such as
equipment, structures, components, piping, wiring, materials, or incidentals, so related or
connected to form an identifiable, unified, functional, operational, safe, and independent
system.
B. Preliminary Operation and Testing Period (POTP): The period of time, of unspecified
duration after initial construction and installation activities during which CONTRACTOR,
with assistance from manufacturer’s representatives, performs in the following sequence:
1. Finishing type construction work to ensure the system has reached a state of
Substantial Completion.
2. Equipment startup.
3. Personnel training.
C. Demonstration Period: A period of time, of specified duration, following the POTP, during
which the CONTRACTOR initiates process flow through the facility and starts up and
operates the Project facility, without exceeding specified downtime limitations, to prove
the functional integrity of the mechanical and electrical equipment and components and
the control interfaces of the respective equipment and components comprising the facility
as evidence of SUBSTANTIAL COMPLETION.
253
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 COMMISSIONING
CITY OF GOLDEN VALLEY, MN SECTION 01 75 00
WSB PROJECT NO. 020124-000 PAGE 2
D. SUBSTANTIAL COMPLETION: See Division 1, General Requirements, Section 01 77
00, Contract Closeout.
1.04 SUBMITTALS
A. Submit in the chronological order listed below prior to the completion of the POTP.
1. Master start-up schedule:
a. Schedule to include:
1) Target date and time for OWNER witnessing of each system
initial startup.
2) Target date for initiation of Demonstration Period.
b. Submit for review and approval by OWNER, thirty (30) days prior to first
training period.
c. Include holidays observed by OWNER.
d. Schedule to be resubmitted until approved.
2. Substantial Completion Submittal:
a. File CONTRACTOR’S Notice of Substantial Completion and Request for
Inspection.
b. Written request for OWNER to witness each system POTP startup.
c. Equipment installation and start-up certifications.
d. Letter verifying completion of all startup activities including receipt of all
specified items from manufacturers or suppliers as final items prior to
initiation of Demonstration Period.
e. Submittals shall include but not be limited to the following:
1) All guarantees/warranties.
2) Project record documents and approved shop drawings, submittals,
and contract documents as defined by the Contract Documents.
3) Approved Operating and Maintenance Manuals.
4) Keys.
5) Maintenance stock.
6) Test and balance reports.
7) Start-up reports.
1.05 COST OF START-UP
A. CONTRACTOR to pay all costs associated with System startup.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
3.01 GENERAL
A. CONTRACTOR to verify that each piece of equipment, or each system, has been
carefully checked for proper drive rotation, belt tension, lubrication, safety features,
control sequence or other conditions which may cause damage to equipment, facilities, or
personnel, prior to any start-up activities.
3.02 PRELIMINARY OPERATION AND TESTING PERIOD (POTP)
254
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 COMMISSIONING
CITY OF GOLDEN VALLEY, MN SECTION 01 75 00
WSB PROJECT NO. 020124-000 PAGE 3
A. All process, mechanical and electrical equipment, including related control systems, shall
be subjected to preliminary operation and testing by the CONTRACTOR before the
individual facilities and systems are put into operation. Tests shall be made to determine
whether the equipment has been properly assembled, aligned, adjusted, wired, or
connected. Any changes, adjustments, or replacements of equipment, which are
necessary to comply with the requirements of this Contract, shall be done without
additional cost to the OWNER.
B. Manufacturer’s equipment installation check letters. Reference Exhibit A attached shall
be submitted.
C. During the period of preliminary operation and testing, all power and fuel costs for
preliminary operation shall be paid for by the OWNER.
3.03 DEMONSTRATION TESTS AND FIFTEEN DAY OPERATING PERIOD
A. Upon completion of the preliminary operation and testing, the CONTRACTOR shall
demonstrate that each separate piece of equipment in each system of related items of
mechanical equipment and the related instrumentation and control equipment operate in
accordance with the requirements of the contract documents. Where no specific
performance requirements are stated in the specifications, the demonstration test shall
show that the equipment operates in accordance to industry standards for the specific
application.
B. The demonstration test shall be arranged by the CONTRACTOR; however, the
scheduling shall be subject to the approval of the ENGINEER. The CONTRACTOR shall
provide personnel from the various trades involved to operate and demonstrate the
equipment.
C. During the demonstration testing of equipment, the CONTRACTOR shall arrange for the
presence of qualified representatives of the manufacturers of all various pieces of
equipment and instrumentation.
D. The demonstration test shall show that the equipment operates smoothly and without
excessive noise or vibration, that the equipment is responsive to manual and automatic
controls, that control and protective devices are properly set, that the equipment will run
on a controlled or intermittent basis as intended. The demonstration test for each piece
of equipment shall include checkout from each remote-control point. All alarm systems
and safety lockout systems shall also be demonstrated for proper function along with all
process instrumentation and controls.
E. Upon completion of the demonstration tests, the CONTRACTOR shall submit six (6)
copies of a report describing the test, the test conditions, and the results.
F. The CONTRACTOR shall supervise, control, and be responsible for the operation and
maintenance of the new equipment and/or system during a period of at least fifteen (15)
days after the demonstration test for each individual item that is placed into operation.
The CONTRACTOR shall remain responsible for making any required changes, repairs,
or replacements to the new installation during this period. Written acceptance of
equipment will not be given until after fifteen (15) days of continuous successful
operation.
G. During the fifteen (15) day testing period, the CONTRACTOR shall provide supervisory
personnel satisfactory to the ENGINEER. It is the intention that during this period, the
OWNER’S personnel will become completely familiar with the operation and maintenance
of the system installed under this contract.
H. The cost of CONTRACTOR’S personnel for supervisory purposes shall be included in the
Lump Sum Bid Price and no additional compensation will be paid to the CONTRACTOR
for this item.
255
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 COMMISSIONING
CITY OF GOLDEN VALLEY, MN SECTION 01 75 00
WSB PROJECT NO. 020124-000 PAGE 4
I. During the fifteen (15) day operating period, the OWNER will arrange to have a full time
complement of operating personnel available, and these operators will be paid by the
OWNER.
J. The CONTRACTOR shall provide competent personnel who fully understand the
operation of equipment and systems to instruct the OWNER in the operation and
maintenance of each item and system. Such instruction shall take place prior to
acceptance of the installation by OWNER at such times that are acceptable to OWNER
and ENGINEER. The CONTRACTOR shall include the cost of this training in the Lump
Sum Bid Price for this contract. Training shall be of the on-the-job type, and shall cover
all areas of control, operation, and maintenance. The training program for equipment and
systems without specified requirements in other sections of this specification shall be for
a minimum of one (1) eight (8) hour day. Training shall, unless otherwise approved, be by
factory representatives.
K. During the demonstration tests and during the fifteen (15) day operating period following
the demonstration tests, all power and fuel costs for the demonstration tests and fifteen
(15) day operating periods shall be paid for by the OWNER.
3.04 ACCEPTANCE OF INDIVIDUAL PIECES OF EQUIPMENT AND SYSTEMS
A. Schedule for start-up of much of the equipment and systems will occur during the
duration of the contract period and prior to final completion and acceptance of the overall
project. After satisfactory start-up of these individual systems, including all of the related
equipment, they will remain in continuous or intermittent operation as required by the
OWNER.
B. Upon receipt of the specified copies of the final operation and maintenance instructions,
receipt of the demonstration testing report and following the successful fifteen (15) day
operating period, ENGINEER shall promptly review these submittals and shall either
request further information or tests or shall recommend acceptance of the equipment by
the OWNER. OWNER shall provide written notice of acceptance of the equipment within
a reasonable time after receipt of ENGINEER’S recommendation.
C. Any equipment placed into temporary operation prior to final completion of the project
shall be readjusted and/or recalibrated prior to final completion of the project.
D. Upon successful completion of demonstration period, the ENGINEER will endorse
certificate attesting to the successful demonstration, and citing the hour and date of
beginning the successful demonstration period of functional integrity as the effective date
of SUBSTANTIAL COMPLETION.
3.05 OPERATION OF EQUIPMENT AND SYSTEMS PRIOR TO FINAL COMPLETION OF
PROJECT
A. After the equipment has been tested, adjusted, and accepted in writing, but before final
acceptance of entire project, the OWNER will assume operation and maintenance
responsibilities for it, including power and fuel costs. The OWNER may place portions of
the facilities into operation at this time.
3.06 GUARANTEE AND/OR WARRANTY PERIOD
A. The guarantee or warranty period will start from the date of substantial completion.
256
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 COMMISSIONING
CITY OF GOLDEN VALLEY, MN SECTION 01 75 00
WSB PROJECT NO. 020124-000 PAGE 5
EXHIBIT A
MANUFACTURER’S LETTERHEAD
To: (General Contractor)
(Address)
(City, State, Zip)
Re: (Name of Equipment and Tag No.) (Manufacturer’s Name)
(Project)
(Location)
(Owner's Project Number) (Engineer's Project Number)
Contractor:
This letter with attachments constitutes our written report and statement certifying complete installation
check of the aforementioned equipment in accordance with the Project Specification and Drawings.
We Certify that:
1. Equipment has been properly installed and lubricated.
2. Equipment is free from any undue stress imposed by connecting piping or anchor
bolts.
3. Equipment is in accurate alignment.
4. Equipment has been operated under full load conditions and that it has operated
satisfactorily.
5. Copies of complete operation, performance, commissioning reports to verify
performance are enclosed.
6. Copies of special tests required by Specifications and Contract Documents are
included.
All operation and Maintenance Manual requirements, Equipment Maintenance Data Sheets, Preventative
Maintenance Schedules, and other requirements imposed by the Specifications and Contract Documents
have been reviewed with you to clear up any deficiencies and we hereby certify their accuracy and
completeness.
Respectfully submitted,
Manufacturer’s Authorized Field Representative
APPROVED BY:
Executive of Manufacturer
END OF SECTION 01 75 00
257
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 CONTRACT CLOSEOUT
CITY OF GOLDEN VALLEY, MN SECTION 01 77 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 01 77 00
CONTRACT CLOSEOUT
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. This section includes items and procedures that need to be completed as a part of and
prior to contract closeout. Information regarding substantial completion, final completion,
cleaning, record drawings, guarantees, spare parts, liens, final adjustments of accounts
and final pay application are included herein.
1.02 SUBSTANTIAL COMPLETION
A. The substantial completion is defined as that time when, upon approval of the
ENGINEER and OWNER, the lift station is returned to service. Substantial completion
does not include final clean-up or site restoration and may or may not include, at the
discretion of the ENGINEER, work that will not affect return of the lift station to service.
B. When the work has been substantially completed and at a time mutually agreeable to the
OWNER, ENGINEER, and the CONTRACTOR, the ENGINEER will make final
inspection(s) of the work and report to the OWNER and CONTRACTOR the findings as
to the acceptability and completeness of the work. The OWNER, ENGINEER, and
CONTRACTOR will sign project acceptance documents that will include a project
completion punch list.
C. When CONTRACTOR considers the work to be substantially complete, CONTRACTOR
shall submit to ENGINEER the following items:
1. A written notice that the work, or specific portions of the work, is substantially
complete and available for ENGINEER’S or ENGINEER’S SUBCONSULTANT
review.
2. A complete written list of items which remain to be corrected or completed, and a
written explanation of why CONTRACTOR does not consider these items
necessary for achieving “substantial completion”.
D. Within a reasonable time after receipt of such notice, ENGINEER will review the work to
determine the status of completion.
E. If ENGINEER determines that the work is not substantially complete, ENGINEER will
promptly notify the CONTRACTOR in writing, giving the reasons that substantial
completion has not been achieved.
F. CONTRACTOR shall rectify the deficiencies in the work, and send a second written
notice of substantial completion to the ENGINEER.
G. ENGINEER will review the work again to determine the status of completion.
H. ENGINEER will provide a tentative Certificate of Substantial Completion with a tentative
list of items to be completed or corrected before final payment. After ENGINEER
considers any objections made by the OWNER as provided in Conditions of the Contract,
and when ENGINEER considers the work substantially complete, ENGINEER will
execute and deliver to the OWNER and the CONTRACTOR a definite Certificate of
Substantial Completion with a revised tentative list of items to be completed or corrected.
1.03 EXCESSIVE REVIEWS OF WORK FOR SUBSTANTIAL COMPLETION
A. In accordance with General Conditions and Article 1.02 above, the CONTRACTOR is
responsible for notifying ENGINEER for review of that work which CONTRACTOR claims
is substantially complete. ENGINEER has determined that a maximum of two (2) review
of substantially complete work will be conducted for any one portion of the work under the
Contract.
258
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 CONTRACT CLOSEOUT
CITY OF GOLDEN VALLEY, MN SECTION 01 77 00
WSB PROJECT NO. 020124-000 PAGE 2
B. Should a third or subsequent reviews be necessary:
1. OWNER will compensate ENGINEER for additional reviews.
2. OWNER will deduct the amount of compensation paid to ENGINEER for
additional reviews from the payment to the CONTRACTOR.
3. Compensation to ENGINEER shall be at 2.75 times ENGINEER’S and
ENGINEER’S SUBCONSULTANT salary cost plus reimbursables.
1.04 FINAL COMPLETION
A. When CONTRACTOR considers the work is complete, CONTRACTOR shall submit
written certification to ENGINEER that the following items have been completed and the
work is ready for final review by ENGINEER or ENGINEER’S SUBCONSULTANT.
1. Contract Documents have been reviewed.
2. Work has been inspected for compliance with Contract Documents.
3. Work has been completed in accordance with Contract Documents.
4. Equipment and systems have been tested in the presence of OWNER and
ENGINEER or ENGINEER’S SUBCONSULTANT and are fully operational.
B. ENGINEER shall review the work to verify the status of final completion within a
reasonable time following receipt of final completion certification.
C. If ENGINEER determines that the work is not complete, ENGINEER will promptly notify
the CONTRACTOR in writing, listing incomplete or defective work.
D. CONTRACTOR shall take immediate steps to rectify all listed deficiencies, and send a
second written final completion certification to the ENGINEER.
E. ENGINEER will review the work again to determine the status of completion.
F. When ENGINEER considers the work complete according to the Contract Documents,
ENGINEER shall request the CONTRACTOR to make closeout submittals.
1.05 EXCESSIVE REVIEWS OF WORK FOR FINAL COMPLETION
A. In accordance with the General Conditions and Article 1.04 above, the CONTRACTOR is
responsible for notifying ENGINEER for review of that work which CONTRACTOR claims
has reached final completion. ENGINEER has determined that a maximum of one (1)
review of work which is claimed to have reached final completion will be conducted for
the work under contract.
B. Should a second or subsequent reviews be necessary:
1. OWNER will compensate ENGINEER for additional reviews.
2. OWNER will deduct the amount of compensation paid to ENGINEER for
additional reviews from the payment to the CONTRACTOR.
C. Compensation to ENGINEER shall be at 2.75 times ENGINEER’S and ENGINEER’S
SUBCONSULTANT salary cost plus reimbursables.
1.06 SPARE PARTS
A. Provide products, spare parts, and maintenance materials in quantities specified in each
section, in addition to that required for completion of Work.
B. Deliver materials to OWNER per OWNER’S direction. CONTRACTOR to obtain a receipt
from OWNER for materials delivered.
1.07 RECORD DRAWINGS
A. All provisions of General Conditions relating to record drawings apply. A set of annotated
drawings shall be submitted to the ENGINEER prior to final closeout of the project.
259
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 CONTRACT CLOSEOUT
CITY OF GOLDEN VALLEY, MN SECTION 01 77 00
WSB PROJECT NO. 020124-000 PAGE 3
1.08 GUARANTEE/WARRANTY
A. The CONTRACTOR for this work shall guarantee and maintain the stability of all work,
equipment, and materials for a period of two (2) years from date of substantial
completion. The provisions of this paragraph shall not be construed as restricting
CONTRACTOR’S liability for breach of contract by reason of non-conformance with the
specification for defects or faulty workmanship.
B. CONTRACTOR shall guarantee all work and material against all defects for a period of at
least two (2) years from substantial completion or as specified in the General Conditions
or under specific specification sections. CONTRACTOR shall repair or replace all
defective work and materials to conform to the provisions of the contract and without
expense to OWNER, within ten (10) days after written notification by OWNER or
ENGINEER. If CONTRACTOR does not provide repair or replacement or have made
arrangements for the repair or replacement of defective work or materials, within the
period specified above, OWNER shall complete the repairs and shall charge the cost of
those repairs to the CONTRACTOR. CONTRACTOR shall perform his work in a manner,
which will minimize the inconvenience to OWNER.
C. Before expiration of the two (2) year guarantee period, the project shall be subject to
inspection by representatives of the OWNER, ENGINEER, and CONTRACTOR.
D. Within the guarantee period and upon notification of the CONTRACTOR by the OWNER,
the CONTRACTOR shall promptly make all needed adjustments, repairs or replacements
arising out of the defects which in the judgment of the ENGINEER become necessary
during such period. The cost of all materials, parts, repair of parts, labor, transportation,
supervision, special tools, rigging, and supplies required for replacement of parts, repair
of parts, or correction of failures shall be paid by the CONTRACTOR, or the surety under
the terms of the Performance Bond.
E. The CONTRACTOR also extends the terms of the guarantee to cover repaired parts,
workmanship and all replacement parts furnished under the guaranteed provisions for a
period of one (1) year from the date of their installation.
F. If within ten (10) days after the OWNER gives the CONTRACTOR notice of a defect,
failure, or abnormality of the work, the CONTRACTOR neglects to make, or undertake
with due diligence to make, the necessary repairs or adjustments, the OWNER is hereby
authorized to make the repairs or adjustments or order the work to be done by a third
party, the cost of the work to be paid by the CONTRACTOR or by the surety under the
terms of the Performance Bond. CONTRACTOR shall execute and assemble all warranty
documents from SUBCONTRACTOR, suppliers, and manufacturers in a three ring
binder. CONTRACTOR shall include a table of contents for the documents.
G. Guarantees on equipment placed into operation prior to final acceptance shall start from
the date of written acceptance by ENGINEER and OWNER.
1.09 CLEANING
A. CONTRACTOR shall keep the project site and surrounding areas free from
accumulations of waste materials, and other debris resulting from the work. Immediately
following completion of the work, CONTRACTOR shall remove all waste materials and
debris from the premises as well as all construction tools, construction equipment and
construction machinery, and all surplus materials except spare parts. CONTRACTOR
shall leave the site clean and ready for occupancy by OWNER. Early acceptance of
equipment shall not waiver clean up prior to final acceptance.
B. CONTRACTOR shall clean all surfaces, systems, and fixtures, including removal of
labels, tags, grease, oil, dirt stains, etc.
260
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 1
CITY PROJECT NO. 20-18 CONTRACT CLOSEOUT
CITY OF GOLDEN VALLEY, MN SECTION 01 77 00
WSB PROJECT NO. 020124-000 PAGE 4
C. Upon acceptance of entire buildings, or structures, the OWNER will assume normal
cleaning services. Recleaning of any soiled areas caused by CONTRACTOR shall be the
responsibility of CONTRACTOR.
1.10 LIENS
A. Neither the final payment nor any part of the retained percentage shall become due until
the CONTRACTOR, if required, delivers to the OWNER a complete release of all liens
arising out of this contract, or receipts in lieu thereof and, if required in either case, an
affidavit that so far as CONTRACTOR has knowledge or information, the releases and
receipts include all of the labor and materials for which a lien can be filed, but the
CONTRACTOR may, if any SUBCONTRACTOR refuses to furnish a release or receipt in
full, furnish a bond satisfactory to OWNER to indemnify the OWNER against any claim by
lien or otherwise. If any lien and/or claim remain unsatisfied after all payments are made,
the CONTRACTOR shall refund to the OWNER all monies that the latter may be
compelled to pay in discharging such lien and/or claim including all costs and attorney’s
fees.
1.11 FINAL PAYMENT APPLICATION
A. CONTRACTOR shall submit the Final Payment Application in accordance with
procedures and requirements stated in the Conditions of the Contract.
B. CONTRACTOR shall submit Minnesota Department of Revenue Form IC134 Withholding
Affidavit for Contractors
C. CONTRACTOR shall submit a written Consent of the Surety to the Final Payment
Application.
D. CONTRACTOR shall submit Receipt and Waiver of Mechanic’s Lien Rights as noted
above.
1.12 MEASUREMENT AND PAYMENT
A. Payment for all work specified in this section shall be included in the Lump Sum Bid
Price.
B. The CONTRACTOR shall pay OWNER for excessive reviews of work for substantial
completion and final completion.
PART 2 - PRODUCTS
Not used
PART 3 - EXECUTION
Not used
END OF SECTION 01 77 00
261
DIVISION 2
SITE WORK
TABLE OF CONTENTS
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 2
CITY PROJECT NO. 20-18 SITE WORK
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 020124-000
SECTION 02 08 00 MANHOLES
SECTION 02 14 00 DEWATERING
SECTION 02 37 00 TURF ESTABLISHMENT
SECTION 02 40 45 FORCEMAIN DIRECTION BORING
SECTION 02 41 33 REMOVE MISCELLANEOUS STRUCTURES
SECTION 02 55 00 UTILITY COORDINATION
SECTION 02 71 00 BITUMINOUS PAVEMENT AND CURBING
262
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 2
CITY PROJECT NO. 20-18 MANHOLES
CITY OF GOLDEN VALLEY, MN SECTION 02 08 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 02 08 00
MANHOLES
PART 1 - GENERAL
1.01 MANHOLE STRUCTURES
A. Manholes shall be constructed at designated locations as required by the Plans and in
accordance with any standard detail drawings or special design requirements given
therefor.
B. Sanitary sewer manholes shall be constructed with precast concrete integral base with
pre-formed invert barrel section and with watertight boots at all pipe locations. All units
shall be properly fitted and sealed to form a completely watertight structure. Manholes
and catch basin structures shall be fabricated to provide a sixteen inch (16") barrel
section immediately below the cone or top slab whenever possible.
C. Barrel and cone height shall be such as to permit placement of at least two (2) and not
more than five (5) standard two-inch (2") high density polyethylene adjusting rings
immediately below the casting assembly. Sanitary manhole adjustment rings and casting
flange shall be fitted with specified method/materials as indicated in the Special
Provisions to reduce inflow and infiltration. Storm sewer manhole and drainage structure
adjustment rings and casting flange shall be wrapped with a Type 2 Geotextile fabric
meeting MnDOT 3733.
D. Unless otherwise specified or approved, manholes and catch basins shall have an inside
barrel diameter at the bottom of forty eight inches (48") minimum and the inside diameter
at the top of the cone section and all adjusting rings shall be of the same size and shape
as the casting frame. Casting assemblies shall be as specified in the Plans.
E. Concrete cast-in-place base shall be poured on undisturbed or firmly compacted
foundation material which shall be trimmed to proper elevation. The bottom riser section
shall be set in fresh concrete or mortar and all other riser section joints of the tongue and
groove design shall be sealed with rubber gaskets. The concrete base under an outside
drop connection shall be monolithic with the manhole base.
F. Wherever special designs so require or permit, and as may be approved by the
ENGINEER, a precast concrete base may be used or the structure may be constructed
with solid sewer brick or block units or with cast-in-place concrete. Any combination of
cast-in-place concrete and brick or block mortar construction will be allowed and may be
required where it is impossible to complete the construction with standard precast
manhole sections.
G. All manhole and catch basin structure doghouses shall be completely filled with mortar,
concrete masonry, or concrete to completely seal the pipes into the structure wall. When
formed inverts are specified, the inside bottom of each manhole and catch basin shall be
shaped with fresh concrete to form free flow invert troughs.
PART 2 - PRODUCTS
2.01 MANHOLE STRUCTURES
A. Manhole structures shall meet the requirements of the City of Golden Valley General
Specifications and Standard Detail Plates. Detail Plates GV-SS-010 AND GV-SS-020
describe manhole structure requirements.
263
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 2
CITY PROJECT NO. 20-18 MANHOLES
CITY OF GOLDEN VALLEY, MN SECTION 02 08 00
WSB PROJECT NO. 020124-000 PAGE 2
PART 3 - EXECUTION
3.01 CONNECTIONS TO MANHOLES
A. When connecting to an existing sanitary sewer manhole without an existing opening for
sewer pipe, the CONTRACTOR shall be required to core-drill an opening of the correct
size and elevation for the proposed sanitary sewer facility. The CONTRACTOR shall set
the connecting pipe through the full thickness of the wall flush with the inner face of the
wall. Connection to the structure shall be made with a watertight joint, by means of a
rubberized boot. The CONTRACTOR shall ensure the flow line of the manhole is
constructed in a manner to provide steady flow from the new sanitary line to the existing
sanitary line. The flow line and the core-drilled hole are to be grouted smooth. The
CONTRACTOR shall install a plug in the connecting pipe once the connection is
complete and construction has advanced to the next manhole to prevent rainwater or
sediment from entering the existing system. The plug shall be removed once all the
proposed sanitary sewer mains on the project have been installed, tested, inspected, and
approved.
END OF SECTION 02 08 00
264
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 2
CITY PROJECT NO. 20-18 DEWATERING
CITY OF GOLDEN VALLEY, MN SECTION 02 14 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 02 14 00
DEWATERING
PART 1 - GENERAL
1.01 DEWATERING
A. Construction of lift station structures and piping may require dewatering. Prior to
excavation, submit for review a detailed plan, operation and removal schedule for
dewatering. CONTRACTOR shall provide all equipment necessary for dewatering.
B. Conform with all city, county, state, and federal requirements and obtain permits for the
control and discharge of water from dewatering operations.
C. Dewatering may include, but not limited to wells, well points, sumps, temporary pipelines
for water disposal, rock or gravel placement, or any combination. Maintain standby
pumping equipment on the job site.
D. Groundwater shall be maintained at least two feet (2') below the bottom of any
excavation or trench until entire structure is completed and backfilled. This includes any
sump pumps or storm drains used as an outlet.
E. Commence dewatering for structures and pipelines when groundwater is first
encountered, and dewater continuously until such times as water can be allowed to rise
in accordance with the provisions of this Section or other requirements.
F. Provide drainage for the site grading at all times. Divert surface runoff from excavations
and trends. Collect surface runoff in shallow ditches around the perimeter, drain to
sumps, and pump or drain by gravity to maintain a bottom free from standing water.
G. Excavate affected areas and replace with crushed rock, at no additional cost to the
OWNER, if foundation soils are disturbed or loosened by the upward seepage of water or
an uncontrolled flow of water.
H. Preserve the undisturbed bearing capacity of the subgrade soils at proposed bottom of
excavation by dewatering.
I. Prevent flotation by maintaining a positive and continuous removal of water.
CONTRACTOR is responsible and liable for all damages which may result from failure to
adequately keep excavations and trenches dewatered.
J. Adequately space well points or wells (if used) to provide the necessary dewatering.
Sand-pack or by other means to prevent pumping of fine sands or silts from the
subsurface. Continuously check to ensure that the subsurface soil is not being removed
by the dewatering operation.
K. Dispose of groundwater in a suitable manner without damage to adjacent property. Do
not drain water into Work built or under construction. Filter water using an approved
method to remove sand and fine-sized soil particles before disposal into any drainage
system (to be determined by OWNER).
L. Release groundwater to its static level in such a manner as to maintain the undisturbed
state of the natural foundation soils, prevent disturbance of compacted backfill and
prevent flotation or movement of structures or pipelines.
M. Provide groundwater monitoring wells as necessary.
265
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 2
CITY PROJECT NO. 20-18 DEWATERING
CITY OF GOLDEN VALLEY, MN SECTION 02 14 00
WSB PROJECT NO. 020124-000 PAGE 2
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION 02 14 00
266
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 2
CITY PROJECT NO. 20-18 TURF ESTABLISHMENT
CITY OF GOLDEN VALLEY, MN SECTION 02 37 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 02 37 00
TURF ESTABLISHMENT
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Unless specifically indicated in the Contract, the sod and seed provided for this project
and the procedure for sodding shall conform to the requirements of MnDOT
Specifications 2575, 3876, 3877, and 3878 and as modified herein:
B. Landscaping shall be done in locations designated on the Plans or at other locations as
directed by the ENGINEER. The work shall include the replacement of all sod which has
been disturbed or uprooted by other phases of the Contract.
C. Sod shall be level and blend into the existing sod smoothly. Where sod is blended into
existing sod, this edge shall be cut with a sod cutter to a depth equal to the thickness of
the new sod.
D. Determination of seed application during MnDOT blackout dates after September 20 shall
be as directed by ENGINEER. This shall include watering and other maintenance items.
E. Hydro-seeding application shall be completed from two (2) different directions to ensure
even application and reduce shadow areas. The CONTRACTOR shall protect existing
driveways, curb and gutter, landscaping, plantings, walls, and all other in-place items
from hydro-seeding overspray. Any overspray shall be removed by CONTRACTOR
within twenty-four (24) hours of receiving notice from the ENGINEER.
F. All sod and seed areas shall be maintained for a period of 90 growing days from the date
of installation. Maintenance includes watering, weeding, fertilizing, and mowing to
establish turf and create an adequate root system on the sod and seeded areas. The
ENGINEER will then make the final inspection and consider acceptance of the sod and
seed.
G. For seeded areas, bare spots which persist after three (3) weeks of favorable growing
weather shall be re-cultivated and re-seeded as many times as necessary until
acceptable turf is established.
H. Water is available for purchase from the OWNER. The OWNER reserves the right to
indicate the source of supply. The CONTRACTOR shall acquire one (1) water meter from
the OWNER for this use. The CONTRACTOR shall provide all the labor and equipment
for the application of water in turf restoration areas for the duration of the maintenance
period.
I. Prior to placing any topsoil, the slopes shall be cut uniformly such that the finished
sodded slope shall conform to the designated section. Topsoil shall be placed to a
minimum depth of six inches (4") for both seeding and sodding operations. The topsoil
shall be raked and all lumps and irregularities removed prior to placing the sod or seed.
J. Care shall be taken to ensure that the topsoil does not contaminate the subgrade or base
of the roadway.
K. It shall be the responsibility of the CONTRACTOR to ensure that the soil of the seedbed
preparation area is not blown or washed from the site and that nearby areas are
protected from soil, fertilizer, compost, etc. In the event of heavy rain or wind that causes
damage to the site which may have been anticipated and prevented by the
CONTRACTOR, then the CONTRACTOR shall repair the damaged areas so they are
restored to a condition acceptable under the specifications.
267
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 2
CITY PROJECT NO. 20-18 TURF ESTABLISHMENT
CITY OF GOLDEN VALLEY, MN SECTION 02 37 00
WSB PROJECT NO. 020124-000 PAGE 2
PART 2 - PRODUCTS
2.01 TOPSOIL
A. Topsoil shall meet the following requirements:
Parameter Minimum (%) Maximum (%)
Material Passing 2.00mm Sieve 85 -
Clay 5 30
Silt 10 70
Sand & Gravel 10 70
Organic Matter 3 20
pH 6.1 7.8
2.02 FERTILIZER
A. The fertilizer shall be 20-10-10 (N/P/K) content commercial fertilizer conforming to State
fertilizer laws. This mixture shall be delivered to the site, plant-mixed to ensure proper
homogenization with manufacturer's guaranteed analysis attached. Fertilizer shall be
applied at 400 lb/acre unless recommended otherwise by the seed supplier.
2.03 SOD
A. General
1. Sod shall consist of densely-rooted bluegrass or other approved permanent turf
grasses.
2. The sod shall be cut in uniform strips of not less than twelve inches (12") in width
and to a uniform thickness of three quarter inch (3/4") or more as necessary so
that practically all of the dense root system will be retained and be exposed in the
bottom side of the sod.
3. When the sod is cut, it shall be sufficiently moist to withstand exposure and
handling during the transplant operations. The sod shall have been raked free of
debris and the top growth trimmed to a height of approximately two inches (2").
4. All sod furnished shall be in acceptable condition upon delivery to the work site.
The sod strips shall not have dry or dead edges upon delivery. Between June 1
and September 15, sod shall not be cut more than twenty four (24) hours in
advance of delivery.
B. Lawn and Boulevard Sod
1. Lawn and boulevard sod shall be a high quality type with a lush appearance,
dense, of uniform texture and bright color throughout. The sod shall be weed free
and shall contain no more than one quarter inch (1/4") of thatch over the base
soil. At least two thirds (2/3) of the grasses, as determined by initial seeding
proportions, shall be of acceptable improved type Kentucky bluegrass varieties.
Acceptable varieties include: Adelphi, Monopoly, Aspen, America, Baron, Glade,
Columbia, Eclipse, Fylking, Touchdown, Merit, Nassau, Midnite and Victa.
C. Erosion Control Sod
1. Sod used for erosion control shall be a low maintenance type, dense and of
uniform texture. The sod shall be free of noxious weeds and shall contain less
than three percent (3%) grassy weeds, sedges, broadleaf weeds, or coarse
grasses. At least two thirds (2/3) of the grasses, as determined by initial seeding
proportions shall be of acceptable common Kentucky bluegrass varieties.
Acceptable varieties include: Park, Newport, South Dakota, Nugget, Touchdown,
Aquilla, Rugby, Parade, Ram I and Sidsport.
268
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 2
CITY PROJECT NO. 20-18 TURF ESTABLISHMENT
CITY OF GOLDEN VALLEY, MN SECTION 02 37 00
WSB PROJECT NO. 020124-000 PAGE 3
D. Sod shall be installed as noted in the plans.
PART 3 - EXECUTION
3.01 PROCEDURE
A. Work procedures shall follow customary practice and shall commence as soon as the site
is available and as directed by the ENGINEER and as soon as weather conditions permit.
3.02 FINISH GRADE
A. Finish grades, within this contract, shall be those shown on the plans and may have a
tolerance of one tenth of a foot (0.1'). Where no grades are shown, areas shall have a
smooth and continual grade between existing or fixed controls (such as walks, curbs and
elevations at steps of buildings) and elevations shown on plans. All finish grades shall
meet approval of the ENGINEER.
B. Finish grading shall consist of uniformly and thoroughly cultivating soil to a minimum of
six inches (6") by approved power equipment. Areas inaccessible to power equipment
shall be cultivated by hand.
C. After tilling, all areas shall be brought to uniform grade by the use of a Bobcat Landscape
Rake, New Holland Auto Rake, or equal power equipment, or hand raking. Remove
stones or foreign matter over two inches (2") in diameter from top two inches (2") of soil.
D. Soil adjacent to wood headers and paved areas shall be finished at one inch (1") below
top of headers or pavement.
E. Grade lawn areas to finish grades, filling as needed or removing surplus dirt and floating
areas to a smooth uniform grade as indicated on the plans. All lawn areas shall slope to
drain.
3.03 SOIL CONDITIONING (LIME)
A. Lime, if required shall be uniformly applied in the amount of 8.5 lbs./1000 sq. ft. after
finish grades are established and prior to planting and shall be incorporated in the soil by
one (1) good irrigation.
3.04 RECONDITIONING EXISTING LAWNS
A. Recondition existing lawn areas damaged by the CONTRACTOR’S operations including
storage of materials and equipment and movement of construction and delivery vehicles.
All areas requiring minor regrading also shall be reconditioned.
B. Provide fertilizer, seed and topsoil as specified herein to provide a satisfactorily
reconditioned lawn.
3.05 MAINTENANCE
A. Begin maintenance immediately after planting.
B. Maintain lawns by watering, fertilizing, weeding, moving, trimming and other operations
such as rolling, regrading, and replanting as required to establish an acceptable lawn free
of bare areas.
END OF SECTION 02 37 00
269
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 2
CITY PROJECT NO. 20-18 FORCEMAIN DIRECTION BORING
CITY OF GOLDEN VALLEY, MN SECTION 02 40 45
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 02 40 45
FORCEMAIN DIRECTIONAL BORING
PART 1 - GENERAL
1.01 DIRECTIONAL BORING
A. Direction boring/drilling installation shall be accomplished where required on the Plans or
in the Special Provisions to minimize disturbance of existing surface improvements. The
installer shall have a minimum of five (5) years of experience in this method of
construction and have successfully installed at least ten thousand feet (10,000') of six
inch (6") or larger diameter pipe to specified grades. The field supervisor employed by the
CONTRACTOR shall have at least five (5) years of experience and shall be at the site at
all times during the boring/drilling installation.
B. The CONTRACTOR shall submit boring/drilling pit locations to the ENGINEER before
beginning construction. Boring pits may be located within roadway right-of-way and
easements. Any other boring pit locations that may be desired by the CONTRACTOR for
boring or other uses shall be the responsibility of the CONTRACTOR to attain
authorization, including use of private property.
C. Unless otherwise provided in the Special Provisions, the CONTRACTOR shall be
compensated for the restoration work only within the areas at the connection points, or
other locations as may be approved by the ENGINEER. The CONTRACTOR shall be
responsible for repairs, without compensation, for any other repair areas, including
pit/boring points and areas above the drilled pipe where drilling fluid pressure may have
caused heaving or damage to pavement and other surfaces.
D. The drilling equipment shall be capable of installing the pipe as shown on the Plans. The
installation shall be by a steerable drilling tool capable of installing continuous runs of
pipe between appurtenances such as valves, manholes, etc., without intermediate pits.
The guidance system shall be capable of installing pipe within one and one half inch (1
½") of the plan vertical dimensions and two inches (2") of the plan horizontal dimensions.
The CONTRACTOR shall remove and reinstall pipes not meeting these tolerances.
E. Pull back forces shall not exceed the allowable pulling forces for the pipe being installed.
Drilling fluid shall be a mixture of water and bentonite clay, and shall be suitable for
existing soil conditions. Disposal of excess fluid shall be CONTRACTOR’s responsibility.
PART 2 - PRODUCTS
2.01 HIGH-DENSITY POLYETHYLENE (HDPE) FORCEMAIN
A. HDPE pipe shall be extra high molecular weight (EHMW-HDPE, PE3408) conforming
with minimum structural standards of ASTM D3350 with cell classification 345434C.
B. The nominal pipe size shall be six inches (6") with a dimension ratio DR 11. The pressure
rating shall be 160 psi.
C. Polyethylene fittings and adaptors shall be butt-fused, EHMW-HDPE, PE3408 meeting
the same resin requirements as specified for the pipeline. In addition, the fittings shall
meet the applicable requirements of ASTM D2513 and ASTM D3261.
D. Mechanical joint forcemain joints shall be restrained using ductile iron clams supplied
with a sufficient number of ductile iron bolts to restrain the working and test pressures for
this application.
270
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 2
CITY PROJECT NO. 20-18 FORCEMAIN DIRECTION BORING
CITY OF GOLDEN VALLEY, MN SECTION 02 40 45
WSB PROJECT NO. 020124-000 PAGE 2
2.02 TRACER WIRE
D. Tracer Wire Use: Tracer wire shall be laid with all HDPE forcemain and shall be
Copperhead HDD or ENGINEER approved equal. Coordinate installation, testing, and
above ground termination of tracer wire with the OWNER.
E. Tracer Wire Access Box: The tracer wire shall be extended to the surface at each
structure, within a tracer wire access box providing a continuous connection of tracer wire
for each pipe sewer segment. Tracer wire access box shall be flush mount type for
roadway applications, include lockable cover, provide direct wire connection terminals to
the cover, and color coded for sewers.
F. All fittings shall be pressure rated to match the system piping to which they are joined.
All fabricated fittings shall be properly rated and have a written specification for all
standard fabricated fittings with established Quality Control criteria and tolerances. The
manufacturer of the pipe shall be the manufacturer of the fabricated fittings. Pipe
manufacturer must certify that they produced the pipe and fabricated the fitting, and must
provide the warranty.
G. The pipe shall have product traceability. This shall be accomplished by the inclusion of a
product code into the printline of all pipe products. This shall notate the manufacturer, the
date of manufacture, the lot, and supplier of raw material, the location of manufacture,
and the production shift on which the product was produced. The printline shall also
include such other markings as are required by the current version of AWWA C-901 or C-
906. Printline shall be made permanent by using heat indentation. The use of industrial
ink as the only method will be cause for rejection at the job site.
H. Tracer Wire: A Tracer Wire shall be placed with the HDPE Forcemain. Tracer Wire shall
be AWG 12 Gauge for each pipe. Tracer Wire shall be Copper-Clad Steel (CCS) Wire
designed for use in directional drilling applications such as "Copperhead Extra High
Strength Reinforced Tracer Wire", or approved equivalent of multi-strand 316 stainless
steel wire. Tracer wire shall have a 30 mil, blue, high molecular weight – high density
polyethylene jacket. The tracer wire manufacturer shall warrant that the tracer wire and
insulation will be free from defects for a period of five (5) years.
I. Sections of tracer wire shall be spliced together using connectors or a similar method for
splicing. Twisting of the wire together is not acceptable. The CONTRACTOR shall
demonstrate to the ENGINEER that the wire is continuous and unbroken through the
entire run of pipe by providing full signal conductivity when energizing the entire run. If
the tracer wire is broken, the CONTRACTOR shall repair or replace it. The
CONTRACTOR to warrant the installation and continuity of the tracer wire system for a
period of five (5) years from the date of acceptance of the project. Splicing shall not be
more frequent than one (1) per 250 feet of piping.
J. At each bore bit and appurtenance such as an air relief manhole or valve box, the wire
shall be securely fastened to the metal box, such as a pull box, or fastened inside the
manhole on an approved stand-off (quick bolt) readily visible. The installation of
relocation wire shall be incidental to force main installation bid items.
PART 3 - EXECUTION
Not used
END OF SECTION 02 40 45
271
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 2
CITY PROJECT NO. 20-18 REMOVE MISCELLANEOUS STRUCTURES
CITY OF GOLDEN VALLEY, MN SECTION 02 41 33
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 02 41 33
REMOVING MISCELLANEOUS STRUCTURES
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. This work shall consist of removal and disposal or salvage of pavements, structures, and
other items to be abandoned or replaced and other obstructions within the working area
in accordance with the provisions of MnDOT 2104 and those applicable in this section.
PART 2 - PRODUCTS
Not used
PART 3 - EXECUTION
3.01 REMOVE BITUMINOUS DRIVEWAY
A. Existing lift station bituminous driveway and concrete curb for new driveway shall be
removed.
3.02 REMOVE EXISTING STRUCTURES AND UTILITIES
A. Existing lift station building, lift station underground structures, lift station equipment,
existing retaining wall, and sanitary sewer utilities surrounding the existing lift station shall
be removed.
3.03 DISPOSAL
A. CONTRACTOR shall dispose of all removed materials in accordance with all State and
Federal laws at CONTRACTOR’S expense.
3.04 OWNER’S RIGHT TO SALVAGED EQUIPMENT
A. OWNER has right to salvage any material removed by CONTRACTOR.
END OF SECTION 02 41 33
272
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 2
CITY PROJECT NO. 20-18 UTILITY COORDINATION
CITY OF GOLDEN VALLEY, MN SECTION 02 55 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 02 55 00
UTILITY COORDINATION
PART 1 - GENERAL
1.01 UTILITY COORDINATION
A. The CONTRACTOR shall coordinate his/her activities with the activities of all utility
owners present within the project limits. This includes delays associated with scheduling
conflicts, fees charge by utility owners for construction services, and all time necessary to
communicate and work with utility owners within the project limits.
B. The plans show only known underground utilities, public and private, and the locations
are approximate. No assurance is given that additional underground facilities do not exist.
The CONTRACTOR shall make his own investigation to determine to what extent
existing utilities shall affect his work.
C. The location, protection, maintenance and/or repair, if damaged, of all in-place utilities
shall be the responsibility of the CONTRACTOR.
D. Where construction operations require the interruption of service of a utility, the
CONTRACTOR shall notify that utility at least forty-eight (48) hours before the
interruption and shall advise him of the probable time when the service will be restored.
Payment will be made on a lump sum basis.
PART 2 - PRODUCTS
Not used
PART 3 - EXECUTION
Not used
END OF SECTION 02 55 00
273
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 2
CITY PROJECT NO. 20-18 BITUMINOUS PAVEMENT AND CURBING
CITY OF GOLDEN VALLEY, MN SECTION 02 71 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 02 71 00
BITUMINOUS PAVEMENT AND CURBING
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Mobilization/demobilization of all labor, materials and equipment required to complete the
bituminous driveway and disturbed bituminous areas.
PART 2 - PRODUCTS
2.01 BITUMINOUS PAVEMENT
A. Designation numbers for the bituminous mixtures on this project are as follows:
2360 TYPE SP 9.5 WEAR COURSE MIXTURE (2,B) SPWEA230B 2.0” THICK
2357 BITUMINOUS TACK COAT
2360 TYPE SP 12.5 NON-WEAR COURSE MIXTURE (2,B) SPNWB230B 3.0” THICK
B. Pavement density shall be in accordance with the Ordinary Compaction Method per the
(2360) PLANT MIXED ASPHALT PAVEMENT FOR THE 2014 CONSTRUCTION
SEASON specifications. The CONTRACTOR must establish and adhere to a rolling
pattern, to be established with a Nuclear Density Gauge and density growth curve in the
presence of the ENGINEER.
2.02 AGGREGATE BASE
A. The aggregate base shall be 100 percent crushed Class 5 as prescribed in MnDOT
specification 3138 A2. The costs shall be included in the lump sum bid price.
2.03 GEOTEXTILE FABRIC
A. Stabilizing fabric shall conform to MnDOT 3733, Type V (Marafi 600x or approved equal).
PART 3 - EXECUTION
3.01 BITUMINOUS TACK COAT
A. Tack coat operations shall be conducted in a manner that offers the least inconvenience
to traffic.
B. Movement shall be maintained in at least one (1) direction at all times without pickup or
tracking of the bituminous material.
C. Tack coat shall not be applied when the road surface or weather conditions are
unsuitable as determined by the ENGINEER. Limit the daily application of tack coat to
approximately the area on which construction of the subsequent bituminous course can
reasonably be expected to be completed that day.
274
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 2
CITY PROJECT NO. 20-18 BITUMINOUS PAVEMENT AND CURBING
CITY OF GOLDEN VALLEY, MN SECTION 02 71 00
WSB PROJECT NO. 020124-000 PAGE 2
D. The bituminous tack coat material shall be applied to a dry and clean roadway surface.
All necessary repairs or reconditioning must have been completed as provided for in the
Contract and approved by the ENGINEER. Remove all foreign matter on the road surface
before applying tack coat and dispose of as approved by the ENGINEER. Before placing
an abutting bituminous course, provide a uniform coating of liquid asphalt or emulsified
asphalt to the contact surfaces of all fixed structures and at the edge of the in-place
mixture in all courses at transverse joints and in the final wearing course at longitudinal
joints.
E. The bituminous tack coat shall be applied in accordance with MnDOT 2357.3.
3.02 GEOTEXTILE FABRIC
A. Provide and install geotextile as shown on the plans.
B. The fabric is to be laid in the direction of construction traffic (longitudinal joint). Fabric
panels shall be overlapped both side-to-side and end-to-end by three feet (3') or sewn.
Fabric shall be placed to a distance of one foot (1’) behind the back of curb.
3.03 AGGREGATE BASE
A. Place aggregate base in accordance with MnDOT 3138 A2.
3.04 CONCRETE CURBING
A. Concrete curbing shall be constructed in conformance with the provisions of 2531 and
the following.
B. Concrete curbing shall be constructed using MnDOT Design Mix No. 3A22 for machine
placement and Mix No. 3A32 for hand placement. The mix proportions will be determined
by MnDOT based on concrete material properties to be submitted by the
CONTRACTOR.
C. Curing protection for concrete structures shall be provided in accordance with MnDOT
2401.3.G, "Concrete Curing and Protection," until the concrete has attained a strength
gain of at least 45 percent.
END OF SECTION 02 71 00
275
DIVISION 3
CONCRETE
TABLE OF CONTENTS
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CONCRETE
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 020124-000
SECTION 03 10 00 CONCRETE FORMWORK
SECTION 03 15 13 WATERSTOPS
SECTION 03 20 00 CONCRETE REINFORCEMENT
SECTION 03 25 10 CONCRETE EXPANSION AND ISOLATION JOINT MATERIALS
SECTION 03 30 00 CAST-IN-PLACE CONCRETE
SECTION 03 61 00 NON-SHRINK GROUT
276
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CONCRETE FORMWORK
CITY OF GOLDEN VALLEY, MN SECTION 03 10 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 03 10 00
CONCRETE FORMWORK
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Section includes formwork and shoring for all cast-in-place concrete and installation into
formwork of items to be embedded or built-in.
1.02 RELATED DOCUMENTS
A. General Conditions, Supplementary General Conditions, and Division 1 sections apply to
the work of this Section.
B. Section 03 20 00: Concrete Reinforcement
C. Section 03 30 00: Cast-in-Place Concrete
D. Section 03 61 00: Non-Shrink Grout
1.03 REFERENCES
A. American Concrete Institute (ACI)
1. 117 Standard Tolerances for Concrete Construction and Materials
2. 347 Recommended Practice for Concrete Formwork.
1.04 DESIGN REQUIREMENTS
A. Design and construct the work in accordance with requirements of this Section and ACI
347.
1.05 SUBMITTALS
A. Submit the following in accordance with Section 01 30 00:
1. Manufacturer's Data: Manufacturer's data and product information for proprietary
materials, including form coatings, type of form ties indicating waterstop device,
break-neck depth and diameter, and other accessories.
1.06 PROJECT CONDITIONS
A. Field Measurements: Verify dimensions of existing structures that work will abut, connect,
or be supported on, and adjust work to account for actual field dimensions.
PART 2 - PRODUCTS
2.01 MATERIALS
A. General
1. Utilize forming, support and reshore system materials of strength and cross
section required to resist applied forces and loads without deflection.
2. Utilize largest practical sizes to minimize number of joints.
277
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CONCRETE FORMWORK
CITY OF GOLDEN VALLEY, MN SECTION 03 10 00
WSB PROJECT NO. 020124-000 PAGE 2
B. Form Coatings
1. Commercially-formulated form coating compounds with the following
characteristics:
a. Will not bond with, stain, or adversely affect concrete surfaces.
b. Will not leave a residue or impair adhesion and bond of subsequent
materials and treatment of concrete surfaces.
c. Will not impede wetting of surfaces that will be cured with water or that
will receive a curing compound.
C. Form Ties
1. Commercially-manufactured, removable or snap-off metal form ties designed to
withstand applied stresses, prevent spreading of forms during concrete
placement, and prevent concrete from spalling upon removal. Use of wire ties is
prohibited.
a. Ties shall be of length required to leave no metal closer than one and
one half inches (1½") from the finished concrete surface and shall not
leave larger than one-inch (1") diameter holes at surface.
b. Utilize plastic cone spacers at ends of form ties to obtain the full cover
from concrete surface to ends of times.
c. Utilize integral fixed washer or other approved water seal device on form
ties when either side of concrete section will be in contact with liquids or
groundwater.
D. Inserts
1. Provide inserts for anchorage of materials or equipment to concrete construction
not supplied by other trades.
E. Exposed Finish Concrete Forms
1. Exposed finish concrete consists of all surfaces that are not indicated to be in
contact with earth.
2. Utilize plywood, metal, metal-framed plywood-faced, or other panel-type non-
aluminum materials to provide clean, smooth, continuous concrete surfaces.
3. Chamfer Strips: three quarter inch (¾") unless otherwise noted.
F. Unexposed Finished Concrete Forms
1. Utilize plywood, lumber, metal, or other non-aluminum materials required to
provide continuous, smooth concrete surfaces. Lumber shall be dressed on at
least two (2) edges and one (1) side and as required for a tight fit.
2. Form Liners: Unlined steel forms may be utilized, but shall be capable of
incorporating reinforcement, inserts, pipe fittings, box-outs, and other details
shown without modification of details.
2.02 FABRICATION
A. General
1. Design and fabricate forms and falsework to include assumed values of live load,
dead load, concreting pressures, weight of moving equipment operated on
278
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CONCRETE FORMWORK
CITY OF GOLDEN VALLEY, MN SECTION 03 10 00
WSB PROJECT NO. 020124-000 PAGE 3
formwork, weight of temporary construction materials, foundation pressures,
superimposed loads, and for lateral stability.
2. Design and fabricate formwork to be readily removable without imposing impact,
shock, stress or other damage to concrete surfaces and adjacent work.
B. Tolerances
1. Comply with requirements of ACI 117 and the following:
a. Connection of new concrete to existing concrete: Surfaces shall be flush
within one sixteenths of an inch (1/16").
PART 3 - PRODUCTS
3.01 PREPARATION
A. Verify dimensions and elevations of concrete that will be formed.
3.02 INSTALLATION
A. Erect, support, brace, and maintain formwork to support all loads that may be applied
until such loads can be supported by the concrete structure without damage.
1. Support and brace existing structures and newly placed concrete elements that
will be subjected to loading and lateral forces from the concrete.
B. Construct formwork so concrete will be of required size, shape, alignment, elevation, and
position and in accordance with requirements of this Section.
C. Forms abutting existing concrete surfaces: Fit forms over the existing or completed
surface so as to obtain accurate alignment of the existing and completed surface and to
prevent leakage of concrete materials.
D. Inclined Surfaces: Provide top forms when required by slope.
E. Kerf wood inserts for forming keyways, reglets, recesses, and other locations as required
to prevent swelling and to facilitate removal.
F. Incorporate temporary formwork openings, at inconspicuous locations, when interior area
of formwork is inaccessible for cleanout, for inspection before concrete placement, and
for placement of concern.
1. Securely brace temporary openings, seal and set tightly to forms to prevent loss
of concrete materials.
G. Chamfer: All exposed corners and edges three quarters inch (¾") unless otherwise
noted on Drawings.
1. Miter chamfer at changes in direction.
H. Embedded Items
1. Provide openings in formwork to accommodate work required under other
Sections.
279
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CONCRETE FORMWORK
CITY OF GOLDEN VALLEY, MN SECTION 03 10 00
WSB PROJECT NO. 020124-000 PAGE 4
a. Set and build into the work anchorages, fasteners and other embedded
items required for other work that is attached to, embedded in, passing
through, or supported by cast-in-place concrete.
(1) Accurately locate, securely support, level, plumb, straighten and
set items to provide for the tolerance requirements for those
materials.
b. Coordinate work of other Sections and cooperate with trades involved in
the forming and setting of anchorages, bearing plates, fasteners,
openings, slots, recesses, sleeves, conduits, pipes, and other items.
2. Embed plates for connections shall be placed, leveled, and secured at proper
location prior to placing cast-in-place concrete. Do not install embed plates after
placing cast-in-place concrete.
I. Edge Forms and Screed Strips for Slabs
1. Set edge forms, bulkheads, and intermediate screed strips for slabs to obtain the
required elevations and contours in the finished slab surface.
J. Falsework and Shoring
1. Install falsework and shoring to provide the required lines, camber, and grades in
the completed concrete work.
2. Shore members that will be subjected to temporary construction loads, in excess
of final service loads, to protect the members from damage.
3. Construct falsework and shoring on a solid footing and secure to prevent
displacement, rotation, settlement, undermining and other damages or instability.
a. Do not support falsework and shoring on other construction or existing
structure unless that construction will support the applied loads without
collapse, overstressing, or other damage.
4. Do not use materials when wear, damage, or defects make them incapable of
supporting the loads for which they were designed.
K. Preparation of Form Surfaces
1. Coat contact surface of forms with form-coating compound prior to installation of
reinforcement, embedded anchorages and fasteners, and formwork onto or
abutting previously placed or existing concrete.
a. Prevent form-coating material contact with reinforcement, embedded
items, or with concrete surfaces against which fresh concrete, bonding
agents, or grouts will be placed. Remove form coating contact with such
surfaces so as not to interfere with bond of those surfaces.
b. Coat steel forms with a non-staining, rust-preventative form oil or
otherwise protect against rusting. Rust-stained steel formwork is not
acceptable.
2. Thoroughly clean forms and formed area that will receive concrete. At time of
concrete placement, formwork and the formed area shall be free of wood,
sawdust, dirt, tie wire, and other debris.
L. Carefully inspect formwork and related support systems prior to, during and after
concrete placement operations to ensure that forms are not displaced, that supporting
structures are not overloaded or otherwise damaged, and that completed concrete work
will be within specified tolerances.
280
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CONCRETE FORMWORK
CITY OF GOLDEN VALLEY, MN SECTION 03 10 00
WSB PROJECT NO. 020124-000 PAGE 5
1. Adjust formwork to required alignment, dimension, and position.
M. Removal of Forms
1. Remove in a manner that will not mar, spall, or otherwise damage the concrete
or other work.
2. Formwork not supporting weight of concrete: Formwork at locations such as
sides of beams, walls, columns, and similar parts of the work, may be removed
after cumulatively curing concrete at not less than 50 degrees F. for 24 hours
after its placement, provided all of the following criteria are met:
a. Concrete has obtained strength required to not be damaged by form
removal operations.
b. Concrete curing and protection operations will be maintained in
accordance with the requirements for those materials.
c. Shores and other vertical supports have been arranged to permit
removal of form facing material without loosening or disturbing shores
and supports.
3. Do not remove supporting forms and shoring for slabs, beams, channels,
troughs, corbels, brackets, haunches, cantilevered or Y-shape elements, or other
flexural members until concrete complies with all of the following criteria:
a. No sooner than fourteen (14) days following concrete placement.
b. Obtained a minimum compressive strength of 4,000 psi.
c. Of sufficient strength required to support its own weight and
superimposed loads.
4. Remove the removable portion of form ties in a manner and at the period
required to prevent damage to concrete.
N. Re-Use of Forms
1. Clean, repair and prepare surfaces of forms that will be re-used. Split, frayed,
delaminated, or otherwise damaged form facing material is not acceptable.
a. Apply new form coating compound material to prepared concrete contact
form surfaces as indicated for new formwork.
b. Do not use patched forms for exposed concrete surfaces, except when
acceptable to ENGINEER.
2. When forms are extended for successive concrete placement, thoroughly clean
surfaces, remove fins and laitance, and tighten forms to close joints. Align and
secure joints to avoid offsets.
3.03 TOLERANCES
A. Remove and install new concrete work, when concrete work is not in accordance with
indicated tolerances, or repair to the required tolerances when acceptable to ENGINEER.
END OF SECTION 03 10 00
281
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 WATERSTOPS
CITY OF GOLDEN VALLEY, MN SECTION 03 15 13
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 03 15 13
WATERSTOPS
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Section includes waterstops in cast-in-place concrete.
1. Required applications include, but are not necessarily limited to, the following:
a. Expansion joints.
b. Construction joints in walls.
c. Construction joints in floor or base slabs.
1.02 RELATED DOCUMENTS
A. General Conditions, Supplementary General Conditions, and Division 1 sections apply to
the work of this Section.
B. Section 01 33 00: Submittals
C. Section 03 30 00: Cast-In-Place Concrete
1.03 REFERENCES
A. United States Army Corps of Engineers Handbook for Concrete and Cement (CRD).
1. C572 Specification for Polyvinylchloride Waterstop
1.04 SUBMITTALS
A. Submit the following in accordance with Section 01 33 00:
1. Product Data: Manufacturer's data and product information for each type of
material required. Include manufacturer's published data, letter of certification, or
certified test laboratory report indicating that each material complies with the
requirements.
2. Shop Drawings: For fabrication and placement of PVC waterstops.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, and handle materials in accordance with manufacturer's printed
instructions and recommendations.
1. Maintain storage conditions within required ranges and with protections required
to prevent damage.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Waterstops - Premolded PVC: Manufactured from virgin polyvinyl chloride compounds
(PVC) and in accordance with requirements of this Section and CRD C 572.
1. Expansion Joint Waterstops
282
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 WATERSTOPS
CITY OF GOLDEN VALLEY, MN SECTION 03 15 13
WSB PROJECT NO. 020124-000 PAGE 2
a. Waterstops in expansion joints and when otherwise indicated, ribbed
with large center bulb type waterstops.
b. Waterstop shall withstand a 1.5 inch expansion joint opening and closing
without stressing and elongation of the waterstop flanges and while
maintaining joint watertightness at a differential water head of 100 feet.
c. Length end to end of waterstop flanges: 6 inches unless otherwise noted
on Drawings.
d. Waterstop Flanges: Multi-ribbed flanges of thickness required to comply
with indicated waterstop requirements, but not less than 3/8 inch
thickness excluding ribs.
e. Center Bulb: 1/2 inch inside diameter with 1 inch outside diameter.
f. Manufactured Units
1) RB 6-38H, Ribbed with Centerbulb Waterstop, Vinylex Corp.
2) Style 717, Ribbed with Centerbulb Waterstop, Greenstreak
Plastic Products Co., Inc.
3) Or others, and which meet these specifications will be accepted.
2. Accessories
a. Provide hog rings or grommets spaced at 12 inches on center to position
waterstops in place.
3. Rope Type Waterstop
a. Waterstop shall have the following physical characteristics:
1) Flexible rope type consistency premolded into a flexible
waterstop strip.
2) Composed of bentonite and other materials required to expand
by chemical action when exposed to water and create a
permanent, waterstop pressure seal within the concrete joint.
3) Maintain an impermeable and permanent waterproof joint at a
differential water head of 60 feet and within a structure service
temperature range of minus 40 degrees F. to plus 160 degrees
F.
4) Non-Toxic.
5) Size: 3/4-inch by 1-inch.
6) Manufactured Units
a. Waterstop-RX101, American Colloid Co.
b. Or others, and which meet these specifications will be
accepted.
2.02 FABRICATION
A. Provide factory fabricated waterstop corners, tees, crosses and transitions leaving only
straight butt joint splices for the field.
B. Use teflon covered thermostatically controlled waterstop splicing iron at approximately
360o F to 390o F for PVC waterstops.
C. Splices shall be done, homogeneous and non-porous with tensile strength not less than
80 percent of the parent section and shall permanently retain their flexibility.
D. PVC Waterstop intersections and directional changes shall be miter cut and heat welded
with U-bulb, centerbulb and ribs aligned to maintain continuity.
E. Edge welding, adhesives, solvents and lap joints are not acceptable.
F. Welds shall exhibit continuous bead of excess melted material free of pinholes and
charred or burnt material.
283
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 WATERSTOPS
CITY OF GOLDEN VALLEY, MN SECTION 03 15 13
WSB PROJECT NO. 020124-000 PAGE 3
G. Allow material to cool before bending or distorting the fabrication.
PART 3 - EXECUTION
3.01 PREPARATION
A. Ensure reinforcing bars do not interfere with proper positioning of waterstop.
B. Uncoil PVC waterstop minimum 24 hours prior to installation to ease handling and
installation.
3.02 INSTALLATION - GENERAL
A. Install in accordance with manufacturer's printed instructions and recommendations,
except where more stringent requirements are indicated.
B. Install waterstop to provide continuous, impermeable waterproof diaphragm system at
concrete joints and between all sections that contain the waterstops.
C. Waterstops indicated on Drawings shall be premolded PVC waterstops unless that
waterstop is specifically noted on Drawings as a field molded waterstop.
3.03 WATERSTOPS - PREFORMED PVC
A. Install waterstops at locations indicated on Drawings.
1. Install waterstop perpendicular to the joint surface.
2. Install waterstop in manner required to ensure accurate, permanent positioning of
waterstop in the completed concrete section.
a. Fasten waterstop to reinforcement on each side of the waterstop at
spacing required to prevent misalignment during concrete placement, but
with anchorage to reinforcement on each side of waterstop not
exceeding 12 inch centers.
3. Waterstop Anchorage: Utilize hog rings crimped between last rib or serration of
the waterstop and the edge of the waterstop and tie to reinforcement with wire.
4. Position waterstop center bulb in center of joint unless otherwise noted on
Drawings.
5. Protect waterstop material from damage. Do not puncture, tear, or penetrate
waterstop within area between its outermost ribs or serrations.
B. Waterstop Splices
1. Splice waterstops at intersections, laps and other locations required to provide
continuous waterproof waterstop system of joints.
a. Utilize factory fabricated intersections and corners to ensure continuous
waterstop system.
2. Maintain complete end to end contact of undamaged waterstop sections at
splices and with the multi-rib, and center bulb profiles intact throughout the splice
area.
284
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 WATERSTOPS
CITY OF GOLDEN VALLEY, MN SECTION 03 15 13
WSB PROJECT NO. 020124-000 PAGE 4
3. Butt splice utilizing a Teflon covered thermostatically controlled waterstop
splicing iron and in accordance with manufacturer's recommendations.
4. Splice zone shall have the physical properties, strength, profile, and performance
of the waterstop outside of the splice area.
C. Remove dirt, grease, hardened concrete and other contaminants from the waterstop.
Waterstop shall be clean when encased in concrete.
3.04 WATERSTOPS - FIELD MOLDED
A. General
1. Install field molded waterstop at locations indicated on Drawings.
2. Clean contact surface and remove contaminants that would impair bond of the
waterstop to the applied surface.
3. Install waterstop to form continuous waterproof barrier that will prevent the flow of
moisture through the joint.
a. Install waterstop at indicated concrete slab and wall penetrations to
prevent water flow through the penetration area.
4. Do not expose waterstop to moisture until the waterstop is completely
encapsulated in concrete.
B. Rope - Type Waterstop
1. Lay continuous strip of rope-type waterstop on the prepared concrete at location
indicated. When location is not indicated, install with minimum of 3 inch clear
cover to the exterior face of concrete. Lay bead perpendicular to the continuous
bead at maximum 10 foot intervals across the width of the concrete section joint,
stopping 3 inches short of each face.
2. Install primer on clean and prepared surface prior to application of waterstop.
Install in accordance with waterstop manufacturer's recommendations.
a. Mechanically fasten waterstop at 12 inch maximum spacing.
3. Splice ends of waterstop sections to provide end to end contact of the complete
waterstop cross section.
3.05 ADJUSTING
A. Repair completed joints that leak and are not waterproof.
1. Remove and provide new materials required to provide impermeable, waterproof
joint. At leaking non-expansion joints, pressure injection of waterstopping
materials will be allowed when approved by ENGINEER and if a permanent
waterproof joint will be obtained.
END OF SECTION 03 15 13
285
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CONCRETE REINFORCEMENT
CITY OF GOLDEN VALLEY, MN SECTION 03 20 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 03 20 00
CONCRETE REINFORCEMENT
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Section includes fabrication and placement of reinforcement for cast-in-place concrete,
including bars, welded wire fabric, smooth dowels, ties, and supports.
1.02 RELATED DOCUMENTS
A. General Conditions, Supplementary General Conditions, and Division 1 sections apply to
the work of this Section.
B. Section 03 10 00: Concrete Formwork
C. Section 03 30 00: Cast-in-Place Concrete
1.03 REFERENCES
A. American Concrete Institute (ACI)
1. 117 Standard Tolerances for Concrete Construction and Materials
2. 318 Building Code Requirements for Structural Concrete
3. 439.3R Mechanical Connections of Reinforcement Bars
4. MNL-66 Detailing Manual
5. 315R Guide to Presenting Reinforcing Steel Design Details
ASTM International (ASTM)
1. A1064
2. A193 Specification for Alloy-Steel and Stainless Steel Bolting Materials
for High-Temperature Service
3. A370 Methods and Definitions for Mechanical Testing of Steel Products
4. A615 Specification for Deformed and Plain Carbon-Steel Bars for
concrete Reinforcement
5. A706 Specification for Low-Alloy Steel Deformed Bars for
Concrete Reinforcement
B. American Welding Society (AWS)
1. D1.4 Structural Welding Code – Reinforcing Steel
C. Concrete Reinforcing Steel Institute (CRSI)
1. MSP Manual of Standard Practice
1.04 SUBMITTALS
A. Submit the following in accordance with Section 01 30 00:
1. Shop Drawings: For fabrication, bending, and placement of reinforcement in
accordance with ACI MNL-66. Shop drawings shall clearly indicate size, quantity
and location of reinforcing bars.
286
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CONCRETE REINFORCEMENT
CITY OF GOLDEN VALLEY, MN SECTION 03 20 00
WSB PROJECT NO. 020124-000 PAGE 2
2. Mechanical test reports or mill test certification verifying materials are in
accordance with the requirements of this Section.
1.05 QUALITY ASSURANCE
A. CONTRACTOR shall employ, at own expense, an independent testing laboratory
approved by ENGINEER to perform required Source and Field Quality Control Tests.
1.06 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, and handle reinforcement in a manner that will not induce or accelerate
corrosion, contamination or physical damage. Clearly identify bars with weatherproof or
metal tags bearing identification symbols used in Shop Drawings.
PART 2 - PRODUCTS
2.01 REINFORCEMENT MATERIALS
A. Reinforcing Bars: ASTM A615, Grade 60.
B. Welded Wire Fabric (WWF): ASTM A1064, welded steel wire fabric.
C. Threaded Mechanical Reinforcement Bar Butt Splicer: When indicated on Drawings, or
approved by ENGINEER, utilize positive connecting taper threaded type splicer,
employing a hexagonal coupler and in accordance with ACI 318 and ACI 439.3R, and
that develops in tension and compression at least 125 percent of the specified yield
strength (fy) of the reinforcement.
1. Reinforcement Bar Ends: Taper thread and provide required thread depth,
length, pattern, profile and taper compatible with the coupler and for the
connection to provide indicated strength.
2. Protect threaded bar ends with plastic couplers and other systems required to
prevent damage.
3. Protect threaded couplers with plastic internal coupler end protector with O-ring.
4. Torque reinforcement bars in accordance with manufacturer's recommendations
to develop indicated strength.
5. Manufactured Units
a. Lenton Bar Coupler, Erico Products, Inc.
b. Taperlok, Meadow Steel Product, Coupler Division
c. Or others, and which meet these specifications will be accepted.
D. Cold-forged Mechanical Reinforcement Bar Butt Splicer: When indicated on Drawings, or
approved by ENGINEER, utilize positive connecting, cold-forged mechanical splice
applied by octagonal dies to achieve at least 125 percent of the specified yield strength
(fy) of the reinforcement in tension and compression.
1. Splicer shall be in accordance with ACI 318 and ACI 439.3R.
E. Reinforcement Material Supports and Spacers: Bolsters, chairs, spacers, and other
devices for maintaining reinforcement materials accurately in place shall be in
accordance with ACI-MNL-66 and this Section.
287
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CONCRETE REINFORCEMENT
CITY OF GOLDEN VALLEY, MN SECTION 03 20 00
WSB PROJECT NO. 020124-000 PAGE 3
1. Reinforcement supports shall be of adequate strength to support reinforcing bars
without settling or deflecting.
2. Wood, brick, masonry, rock, and other similar devices are not acceptable for use
as supports within the concrete to be placed or within the completed concrete.
3. Supports shall not introduce paths of leakage of groundwater into the concrete or
leakage of water out of liquid containing structures.
4. Mat Foundations: Utilize supports with sand plates or horizontal runners.
Concrete blocks, with top of block flush with subgrade surface, may be used to
support chairs when other materials are not disturbed or damaged. Precast
concrete blocks with minimum compressive strength of 6000 psi and meeting
CRSI requirements may be used as supports.
5. Footings and Slabs-on-Grade: Utilize supports with sand plates or horizontal
runners. Concrete blocks, with top of block flush with subgrade surface, may be
used to support chairs when other materials are not disturbed or damaged.
Precast concrete blocks with minimum compressive strength of 6000 psi and
meeting CRSI requirements may be used as supports.
a. Provide load bearing pads on reinforcement material supports over vapor
barriers to prevent puncturing of the vapor barrier.
6. Exposed-to-view concrete surfaces: If legs of supports are in contact with forms
or within one and a half inches (1.5") of concrete surface, utilize supports with
plastic protected legs in accordance with ACI-MNL-66 Class 1 or stainless steel
protected legs in accordance with ACI-MNL-66 Class 2, Type B.
F. Tie Wires: Soft annealed with gauge as required.
G. Drilled Reinforcement Dowels: Refer to Section 03 30 00.
2.02 FABRICATION
A. Fabricate reinforcing bars to conform to required shapes and dimensions, with fabrication
tolerances complying with ACI MNL-66. Do not re-bend nor straighten reinforcement in a
manner that will damage or weaken the material.
B. Unacceptable Materials: Do not utilize reinforcement with any of the following defects:
1. Bar lengths, depths, and bends exceeding indicated fabrication tolerances.
2. Bends and kinks not indicated on Drawings.
2.03 SOURCE QUALITY CONTROL
A. Employ an independent testing laboratory, acceptable to ENGINEER, to perform
mechanical testing on each heat of reinforcing steel in accordance with ASTM A370 if a
mill test certification indicating physical and chemical analysis is not available
1. Provide special mill tests to determine the chemical composition and complete
carbon equivalent of reinforcement bars required to be welded.
PART 3 - EXECUTION
3.01 EXAMINATION
A. Examine substrate and conditions under which concrete reinforcement will be performed.
Verify location for reinforcement materials.
288
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CONCRETE REINFORCEMENT
CITY OF GOLDEN VALLEY, MN SECTION 03 20 00
WSB PROJECT NO. 020124-000 PAGE 4
3.02 INSTALLATION
A. Install reinforcement materials securely at location, spacing and clear concrete cover
noted in the standard structural notes of the Drawings or on the Drawings prior to
concrete placement. If concrete cover is not specified on the Drawings, conform to ACI
318 for concrete cover over reinforcement.
1. Support and tie reinforcement materials at locations required for reinforcement to
be maintained at required location and do not exceed the maximum
recommended spacing of supports and ties indicated in ACI 318 and MNL-66.
2. Concrete cover indicated on Drawings is the distance from the concrete surface
at that location to the outermost surface of the reinforcement material. Maintain
required clear cover at all locations of the respective section.
a. Maintain required clear concrete cover to the mechanical reinforcement
bar splice connector if utilized.
b. Maintain required clear concrete cover to the reinforcement bar at the
splice connector when the splice connector is epoxy coated.
B. Reinforcement Splice
1. Reinforcement: Continuous through construction joints unless otherwise noted on
Drawings.
a. Interrupt reinforcement at joints when noted on Drawings.
2. Splice reinforcement to maintain reinforcement continuity in the structure.
a. Space dowels with respective reinforcement at joints unless otherwise
noted on Drawings.
3. Lap reinforcement at splices. Provide contact lap of reinforcement splices of not
less than the lengths indicated in the Drawings and the following:
a. Bars: Class "B" as defined in ACI 318 unless otherwise noted on
Drawings.
b. WWF: Lap in accordance with ACI 318 unless otherwise noted on
Drawings.
4. Circular Walls: Horizontal splices shall be staggered horizontally by not less than
two (2) times Class 'B' lap for top bars or three feet (3') minimum and shall not
coincide in vertical arrays more frequently than every third bar. No stagger of
splices from base and footings to walls or columns is required.
5. Do not utilize welded connections or splices except when indicated on drawings.
C. Do not bend or straighten reinforcing bars which project from in-place concrete unless
specifically indicated otherwise on the Drawings.
D. Do not place concrete until reinforcement materials are accurately secured in required
position and have been observed by the ENGINEER.
E. When concrete is placed, reinforcement materials shall be free of contaminants, loose
rust and mill scale, soil, ice, concrete, and other materials which reduce or prevent
complete bond with concrete.
289
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CONCRETE REINFORCEMENT
CITY OF GOLDEN VALLEY, MN SECTION 03 20 00
WSB PROJECT NO. 020124-000 PAGE 5
F. When placement and tying of reinforcement bars for slab sections is completed and
before the concrete delivery has been ordered for that section confirm that the required
clear cover will be obtained.
1. Operate the concrete strikeoff equipment over the entire section with a filler strip,
one-quarter inch (1/4") less in thickness than the clear concrete cover
requirements attached, to the bottom of the strike-off to ensure that the required
reinforcement clear cover will be provided.
2. Adjust to obtain required reinforcement location.
3. Notify ENGINEER when that section is ready for a final observation.
G. Threaded Mechanical Reinforcement Splice: Install in accordance with manufacturer
recommendations as required to achieve full rated load values and in accordance with
the following:
1. Install plastic internal coupler end protector with O-ring to threaded coupler to
prevent concrete from entering coupler.
2. Remove form saver coupler plate, if used, prior to installing adjacent concrete or
group cap.
3. Clean reinforcement bar threads, without damaging threads immediately prior to
insertion in the reinforcement bar splice.
4. Install without thread damage to the depth and to the torque required to obtain
the specified strengths.
H. Tolerances
1. Install reinforcement at the indicated location, spacing and clearances.
2. Tolerances shall comply with ACI 117.
3.03 ADJUSTING
A. Correct materials and work not in accordance with specified requirements.
END OF SECTION 03 20 00
290
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CONCRETE EXPANSION AND ISOLATION JOINT MATERIAL
CITY OF GOLDEN VALLEY, MN SECTION 03 25 10
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 03 25 10
CONCRETE EXPANSION AND ISOLATION JOINT MATERIALS
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Section includes joint materials for cast-in-place concrete.
1.02 RELATED SECTIONS
A. General Conditions, Supplementary General Conditions, and Division 1 sections apply to
the work of this Section.
B. Section 03 30 00: Cast-in-Place Concrete
1.03 REFERENCES
A. American Society for Testing and Materials (ASTM)
1. D1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving
and Structural Construction.
2. D1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint
Fillers for Concrete Paving and Structural Construction.
1.04 SUBMITTALS
A. Submit the following in accordance with Section 01300:
1. Manufacturer's Data: Product information, and test results for materials.
2. Samples: Submit samples of materials as requested by ENGINEER. Include
name, source and description.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, and handle materials in accordance with manufacturer's printed
instructions and recommendations.
1. Maintain storage conditions within required ranges and with protections required
to prevent damage.
PART 2 - PRODUCTS
2.01 PREFORMED JOINT MATERIALS
A. Cork
1. Resilient, pre-molded cork in accordance with ASTM D 1752 Type II and the
following requirements:
a. Recover minimum of 95 percent of original thickness when compression
is released.
B. Fiber
1. Use at interior joints.
291
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CONCRETE EXPANSION AND ISOLATION JOINT MATERIAL
CITY OF GOLDEN VALLEY, MN SECTION 03 25 10
WSB PROJECT NO. 020124-000 PAGE 2
2. Resilient, non-extruding type premolded bituminous impregnated fiberboard in
accordance with ASTM D1751.
C. Asphalt Impregnated Fiber
1. Use at exterior joints.
2. Resilient, non-extruding type premolded bituminous impregnated fiber board in
accordance with ASTM D994.
2.02 MISCELLANEOUS
A. Adhesive
1. Adhesive for securing cork to concrete surfaces shall be of type required to
secure cork to the concrete joint side faces without damaging concrete or joint
materials and as recommended by cork manufacturer.
PART 3 - EXECUTION
3.01 EXAMINATION
A. Examine conditions existing at the time of installation. Do not proceed with placement if
conditions are unsatisfactory.
3.02 PREPARATION
A. Surface Preparation
1. Clean concrete which will be in contact with joint material.
a. Remove contaminants that could interfere with complete bond of the
adhesive to the concrete.
2. Remove concrete projections and fill honeycombs and voids as required to
provide flat uniform contact of the joint material and the concrete joint surfaces.
3.03 INSTALLATION
A. Prime or seal surfaces if recommended by joint materials manufacturer and install within
air and concrete temperatures recommended by manufacturer.
1. Do not apply to moist or frost covered surfaces.
B. Secure materials in place to prevent displacement and to provide completed joint as
indicated.
1. At expansion joints utilize adhesives to secure joint material. Do not utilize
mechanical anchors.
C. Size joint material to fill complete depth of the concrete section as required to provide
indicated recess clearances below the concrete face and as required to accommodate
other joint material as indicated.
1. Joint material shall be continuous – do not leave gaps or voids in or between
ends of joint material except as required by other systems within the joint.
2. Where joints are not indicated to contain joint sealant, top of joint material shall
be one-half inch below top of concrete except as otherwise noted.
END OF SECTION 03 25 10
292
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 03 30 00
CAST-IN-PLACE CONCRETE
PART 1 – GENERAL
1.01 SECTION INCLUDES
A. Cast-in-place concrete.
1.02 RELATED SECTIONS
A. General Conditions, Supplementary General Conditions, and Division 1 sections apply to
work of this section.
B. Section 03 10 00: Concrete Formwork
C. Section 03 20 00: Concrete Reinforcement
D. Section 03 61 00: Non-Shrink Grout
1.03 REFERENCES
A. American Concrete Institution (ACI):
1. 211.1 Standard Practice for Selecting Proportions for Normal,
Heavyweight, and Mass Concrete.
2. 301 Specifications for Structural Concrete for Buildings.
3. 304R Guide for Measuring, Mixing, Transporting, and Placing Concrete.
4. 305R Hot Weather Concreting.
5. 306R Cold Weather Concreting.
6. 309R Guide for Consolidation of Concrete.
7. 318/318R Building Code Requirements for Reinforced Concrete.
8. SP-15 Field Reference Manual.
B. ASTM International:
1. C31 Standard Practice for Making and Curing Concrete Test Specimens
in the Field.
2. C33 Standard Specification for Concrete Aggregates.
3. C39 Standard Test Method for Compressive Strength of Cylindrical
Concrete Specimens.
4. C88 Standard Test Method for Soundness of Aggregates by Use of
Sodium Sulfate or Magnesium Sulfate.
5. C94 Standard Specification for Ready-Mixed Concrete.
6. C143 Standard Test Method for Slump of Hydraulic Cement Concrete.
7. C150 Standard Specification for Portland Cement.
8. C192 Standard Practice for Making and Curing Concrete Test Specimens
in the Laboratory.
9. C231 Standard Test Method for Air Content of Freshly Mixed Concrete by
the Pressure Method.
10. C260 Standard Specification for Air-Entraining Admixtures for Concrete.
11. C309 Liquid Membrane-Forming Compounds for Curing concrete.
12. C311 Standard Test Methods for Sampling and Testing Fly Ash or Natural
Pozzolans for Use as a Mineral Admixture in Portland-Cement
Concrete.
13. C494 Standard Specification for Chemical Admixtures for Concrete.
14. C595 Standard Specification for Blended Hydraulic Cements.
293
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 2
15. C618 Standard Specification for Fly Ash and Raw or Calcined Natural
Pozzolan for Use as a Mineral Admixture in Portland Cement
Concrete.
16. D1056 Preparation of Loose Fill Mineral Fiber Thermal Insulation Samples
for Testing.
17. D2000 Standard Classification System for Rubber Products in Automotive
Applications.
18. E329 Standard Practice for Use in the Evaluation of Testing and
Inspection Agencies as Used in Construction.
C. Corps of Engineers (COE):
1. CRD-C572 Corps of Engineers Specifications for Polyvinylchloride Waterstop.
D. National Bureau of Standards (NBS):
1. Handbook 44 Specifications, Tolerances, and Other Technical Requirements for
Commercial Weighing and Measuring Devices.
1.04 DEFINITIONS
A. Defective Areas: Surface defects that include honeycomb, rock pockets, cracks
0.005-inch wide and larger, cracks that leak in water-holding basins, spalls, chips,
embedded debris, sand lines, bleed lines, leakage from form joints, fins and other
projections, and form popouts.
B. New Concrete: Less than 60 days old.
1.05 SUBMITTALS
A. Provide following consistent with Section 01 30 00.
B. Shop Drawings:
1. Product Data:
a. Admixtures.
b. Bonding agent.
c. Bond breaker.
d. Patching materials.
e. Curing compound.
f. Evaporation retardant.
2. Design Data: Concrete mix designs signed by qualified mix designer.
3. Placement Drawings: Concrete placement, identifying location of each type of
construction joint.
4. Gradation for coarse and fine aggregates, and combined together. List gradings,
percent passing through each sieve size.
5. Curing methods proposed.
6. Detailed plan for cold weather curing and protection of concrete placed and
cured in weather below 40 degrees F.
7. Detailed plan for repair and patching of defective concrete areas.
C. Quality Control:
294
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 3
8. Manufacturer's application instructions for bonding agent, and bond breaker.
9. Proposed application schedule and instructions for patching materials.
10. Manufacturers' Certificate of Compliance:
a. Portland cement.
b. Admixtures.
c. Curing compound
d. Fly ash.
e. Aggregates.
f. Bonding agent.
g. Bond breaker.
h. Patching materials.
11. Admixtures: Manufacturers' Certificate of Proper Usage.
12. Statements of Qualification:
a. Mix designer.
b. Batch plant.
13. Test Reports:
a. Admixtures, test reports showing chemical ingredients and percentage of
chloride in each admixture and fly ash.
b. Source test analysis report for fly ash.
c. Statement identifying aggregates reactivity and aggregate effects on
concrete finish and appearance. Showing total chloride in each
component of aggregates utilizing grinding to 50-mesh screen and
determination of total chloride. Use Florida DOT method.
d. For each trial mix design and signed by qualified mix designer.
e. Cylinder test results from laboratory mixes.
14. Concrete Delivery Tickets:
a. For each batch of concrete before unloading at site.
b. Record of drum revolution counter, type, brand, test certification, and
amount of fly ash if used in accordance with ASTM C94, Section 16.
1.06 QUALITY ASSURANCE
A. Mix Designer: Licensed professional engineer registered in the State of Minnesota.
B. Batch Plant:
1. Currently certified by the National Ready Mixed Concrete Association.
2. Batch Plant Inspection:
a. The ENGINEER shall have access to and have the right to inspect batch
plants, cement mills, and supply facilities of Suppliers, manufacturers,
and Subcontractors, providing products included in these Specifications.
b. Weighing Scales: Tested and certified within tolerances set forth in the
National Bureau of Standards Handbook No. 44.
c. Batch Plant Equipment: Either semiautomatic or fully automatic in
accordance with ASTM C94.
1.07 ENVIRONMENTAL REQUIREMENTS
A. Cold Weather Placement:
295
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 4
1. Do not place concrete when ambient temperature is below 40 degrees F, or
approaching 40 degrees F and falling, without special protection as specified or
approved by the ENGINEER.
2. Do not place concrete against frozen earth or ice, or against forms and
reinforcement with frost or ice present.
3. Provide heated enclosures when air temperatures are below 40 degrees F.
PART 2 – PRODUCTS
2.01 MATERIALS
A. Cement: Furnish from one source.
1. Portland Cement Type I:
a. Meet ASTM C150.
b. Tricalcium Aluminate Content of Type I Cement: Maximum twelve
percent (12%).
c. Nonhydraulic Above grade Structures: Type I cement.
d. Hydraulic and Below grade Structures and Sewers: Type I cement
mixed with fly ash.
B. Aggregates: Furnish from one source.
1. Natural Aggregates:
a. Free from deleterious coatings and substances in accordance with
ASTM C33, except as modified herein.
b. Free of materials and aggregate types causing popouts, discoloration,
staining, or other defects on surface of concrete.
2. Nonpotentially Reactive: In accordance with ASTM C33, Appendix XI,
paragraph X1.1.
3. Aggregate Soundness: Test for fine and coarse aggregates in accordance with
ASTM C33 and ASTM C88 using sodium sulfate solution.
4. Fine Aggregates:
a. Clean, sharp, natural sand.
b. ASTM C33.
c. Materials Passing 200 Sieve: four percent (4%) maximum.
d. Limit deleterious substances in accordance with ASTM C33, Table 1 with
material finer than 200 sieve limited to three percent (3%), coal and
lignite limited to half a percent (0.5%).
5. Coarse Aggregate:
a. Natural gravels, combination of gravels and crushed gravels, crushed
stone, or combination of these materials containing no more than fifteen
percent (15%) flat or elongated particles (long dimension more than five
times the short dimension).
b. Materials Passing 200 Sieve: half a percent (0.5%) maximum.
c. Limit deleterious substances in accordance with ASTM C33, Table 3 for
exposed architectural concrete.
296
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 5
6. Nonslip Aggregate:
a. Hard, homogeneous, nonglazing, rustproof, unaffected by freezing,
moisture, or cleaning compounds.
b. Fully graded between 1/32-inch to 1/4-inch size and composed of
minimum 60 percent aluminum oxide or silicon carbide abrasive bonded
by vitreous ceramic material.
C. Admixtures: Furnish from one manufacturer.
1. Characteristics: Compatible with each other and free of chlorides or other
corrosive chemicals.
2. Air-Entraining Admixture: ASTM C260, contain no chlorides.
3. Water-Reducing Admixtures: ASTM C494, Type A or Type D.
a. Manufacturers:
1) Master Builders Solutions, MasterPozzolith series or
MasterPolyheed series.
1) W. R. Grace & Co., WRDA Daracem 55.
2) Euclid Chemical Co., Eucon WR-90.
4. Superplasticizers:
a. ASTM C494.
b. Hold slump of 5 inches or greater for time required for placement into
structure with maximum water-cement ratio specified.
c. Furnish type as recommended by manufacturer for allowed temperature
ranges.
d. Type F or G.
e. Manufacturers:
1) Master Builders Solutions, MasterRheobuild 1000 or
MasterGlenium series.
1) W. R. Grace & Co., Daracem 100 or WRDA 19.
2) Euclid Chemical Co., Eucon 37 or 537G.
D. Pozzolan (Fly Ash): Class C or Class F fly ash in accordance with ASTM C618, Table 1
and 2, except as modified herein:
1. Loss on Ignition: Maximum three percent (3%).
2. Water Requirement: Maximum 100 percent of control.
3. ASTM C618, Table 1A, apply when aggregates or portion of coarse or fine
aggregates used are reactive as specified under paragraph Aggregates.
4. ASTM C618, Table 2A, Reactivity with Cement Alkalies, apply when aggregates
or portions of aggregates are reactive as specified under paragraph Aggregates.
5. ASTM C618, Table 2A, Uniformity Requirements, apply when loss on ignition of
fly ash furnished exceeds 3 percent.
E. Water: ASTM C1602. Clean and potable containing less than 50 ppm of chlorides.
2.02 ANCILLARY MATERIALS
A. Bonding Agent: Furnish as recommended by manufacturer for surface finish, pot life, set
time, vertical or horizontal application, and forming restrictions.
297
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 6
1. Manufacturers:
a. Master Builders Solutions.
b. Sika Chemical Corp.
c. Euclid Chemical Co.
B. Bond Breaker: Nonstaining type, providing a positive bond prevention.
1. Manufacturers:
a. Williams Distributors, Inc., Williams Tilt-Up Compound.
b. SCA Construction Supply Div., Superior Concrete Accessories,
Silcoseal 77.
c. Burke Co., Burke Clean Lift Bond Breaker or Burke Tilt Free Bond
Breaker.
C. Rubber Pad: Neoprene in accordance with ASTM D2000, Type M2BC414.
D. Patching Material:
1. Contain no chlorides or other chemicals causing steel corrosion.
E. Sponge Rubber: Neoprene, closed-cell, expanded, in accordance with ASTM D1056,
Type 2C5 with compression deflection, 25 percent deflection (limits), 119 to 168 kPa
(17 to 24 psi) minimum.
F. Evaporation Retardant:
1. Optional: Fluorescent color tint that disappears completely upon drying.
2. Manufacturers:
a. Master Builders Solutions, MasterKure ER 50
b. Euclid Chemical Co., Eucobar.
G. Curing Compound:
1. Solvent-based, high chlorinated rubber solids content curing compound meeting
requirements of ASTM C309.
a. Moisture Loss: 0.030 gm/square cm/72 hours maximum.
b. Capable of meeting moisture retention with one coat.
2. Manufacturers:
a. Master Builders Solutions, MasterKure ER 50
b. Euclid Chemical Co., Euco Super Floor Coat.
H. Plastic Water Stop:
1. Extruded from an elastomeric plastic compound of which the basic resin shall be
polyvinyl chloride (PVC). Reclaimed PVC in the compound is not acceptable.
2. Shore Durometer Type A Hardness: Approximately 80.
3. Performance Requirements: Corps of Engineers' Specification CRD-C-572.
4. Type: Center bulb with a number of parallel ribs or protrusions on each side of
strip center.
298
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 7
5. Corrugated or tapered type water stops are not acceptable.
6. Thickness: Constant from bulb edge to the outside stop edge.
7. Manufacturers:
a. Vulcan Metal Products, Inc.
b. Vinylex Corp.
c. Greenstreak Plastic Products.
d. A. C. Horn, Inc.
I. Premolded Joint Filler:
1. Bituminous Type: ASTM D994-e or D1751.
2. Sponge Rubber Type: Neoprene, closed-cell, expanded; ASTM D1056,
Type 2C5, with a compression deflection, 25 percent deflection (limits), 119 to
168 kPa (9 to 13 psi) minimum. Manufacturer: Rubatex Corp.; R431N.
J. Preformed Control Joint:
1. One-Piece, Flexible, Polyvinyl Chloride Joint Former:
a. Manufacturer: Vinylex Corp., Kold-Seal Zip-Per Strip KSF-150-50-50.
2. One-Piece Steel Strip with Preformed Groove:
a. Manufacturer and Product: Burke Concrete Accessories, Inc., Keyed
Kold Retained Kap.
3. Furnish in full-length, unspliced pieces.
2.03 CONCRETE MIX DESIGN
A. Design: Select and proportion ingredients using trial batches; sample, cure, and test
concrete mix through an approved independent testing laboratory in accordance with
ACI 309 per ACI 211.1.
1. Concrete Compressive Strength, F'c:
a. 4,000 psi at 28 days, unless otherwise shown.
b. Design lab-cured trial mix cylinders.
c. Use additional cement or cement plus fly ash above minimum specified if
required to meet average compressive strength, F'cr.
d. Use F'cr as basis for selection of concrete proportions as set forth in
Chapter 5 of ACI 318 and commentary ACI 318R.
e. F'cr: Equal to F'c plus 1,200 when data is not available to establish
standard deviation.
B. Proportions:
1. Design mix to meet aesthetic and structural concrete requirements.
2. In accordance with ACI 211.1, unless specified otherwise.
299
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 8
3. Water-cementitious (W/C) ratio shall control amount of total water added to
concrete as follows:
Coarse Aggregate Size W/C Ratios
hydraulic
structures
1-1/2 inch 0.40
1 inch 0.385
3/4 inch 0.375
4. Minimum Cementitious Content:
a. 517 pounds per cubic yard for concrete with one and one half inch
(1-1/2") maximum size aggregate.
b. 540 pounds per cubic yard for one inch (1") maximum size aggregate.
c. 564 pounds per cubic yard for three quarters inch (3/4") maximum size
aggregate.
d. Increase cement content or combined cement plus fly ash content, as
required to meet strength requirements and water-cement ratio.
C. Admixtures:
1. Air Content: four to six percent (4 to 7%) when tested in accordance with
ASTM C231; 3 percent maximum for interior slabs where dry shake hardener
concrete floor finish is required.
2. Fly Ash: Maximum 25 percent, minimum 15 percent of total weight of fly ash plus
cement, for water holding structures. CONTRACTORS option for use on non-
waterholding structures.
3. Superplasticizers: Use on all water holding structures. CONTRACTORS option
for use on non-waterholding structures.
D. Slump Range at Site (Maintain Until Consolidated in Form):
1. With superplasticizers: five to nine inches (5 to 9")
2. Without superplasticizers: three to five inches (3 to 5")
E. Combined Aggregate Gradings:
1. Structures: one and one half inch (1-1/2") maximum aggregate, grading as
shown in table.
2. Topping Slabs: three quarters inch (3/4") maximum aggregate, grading as shown
in table.
3. Limit water-cement ratio to value specified for combined grading selected.
4. Grading Limits:
Sieve Sizes
Percentage Passing
1-1/2" Max.
Aggregate
1" Max.
Aggregate
3/4" Max.
Aggregate
300
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 9
Sieve Sizes
Percentage Passing
1-1/2" Max.
Aggregate
1" Max.
Aggregate
3/4" Max.
Aggregate
2" - 100 - -
1-1/2" 95 - 100 - 100 -
1" 65 - 85 90 - 100 - 100
3/4" 55 - 75 70 - 90 92 - 100
1/2" - - 68 - 86
3/8" 40 - 55 45 - 65 57 - 74
No. 4 30 - 45 31 - 47 38 - 57
No. 8 23 - 38 23 - 40 28 - 46
No. 16 16 - 30 17 - 35 20 - 36
No. 30 10 - 20 10 - 23 14 - 25
No. 50 4 - 10 2 - 10 5 - 14
No. 100 0 - 3 0 - 3 0 - 5
No. 200 0 - 2 0 - 2 0 - 2
2.04 CONCRETE MIXING
A. General: In accordance with ACI 304R.
B. Concrete Mix Temperatures: As shown below for various stages of mixing and placing:
CONCRETE TEMPERATURES
Ambient Air
Temp.
Concrete Member Size, Minimum Dimension
<12" 12"-36" 36"-72" >72"
Minimum concrete temperature as mixed for indicated air temperature:
Above 30 deg. F 60 deg. F 55 deg. F 50 deg. F 45 deg. F
0-30 deg. F 65 deg. F 60 deg. F 55 deg. F 50 deg. F
Below 0 deg. F 70 deg. F 65 deg. F 60 deg. F 55 deg. F
Maximum allowable gradual temperature drop in first 24 hours after curing period
and after end of protection:
-- 50 deg. F 40 deg. F 30 deg. F 20 deg. F
C. Truck Mixers:
301
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 10
1. Equip with electrically actuated counters to readily verify number of revolutions of
drum or blades.
2. Counter:
a. Resettable, recording type, mounted in driver's cab.
b. Actuated at time of starting mixers at mixing speeds.
3. Truck mixer operation shall furnish a concrete batch as discharged that is
homogeneous with respect to consistency, mix, and grading.
4. Before attempting to reuse unit, check mechanical details of mixer, such as water
measuring, and discharge apparatus, condition of blades, speed of rotation, general
mechanical condition of unit, admixture dispensing equipment, and clearance of drum.
5. Do not use nonagitating or combination truck and trailer equipment for transporting
ready-mixed concrete.
6. Concrete Volume in Truck:
a. Limit to 63 percent of total volume capacity, in accordance with ASTM C94,
when truck mixed.
b. Limit to 80 percent of total volume capacity when central mixed.
7. Mix each batch of concrete in truck mixer for minimum 70 revolutions of drum or
blades at rate of rotation designated by equipment manufacturer.
8. Perform additional mixing, if required, at speed designated by equipment
manufacturer as agitating speed.
9. Place materials, including mixing water, in mixer drum before actuating the revolution
counter for determining number of mixing revolutions.
D. Aggregates: Thoroughly and uniformly wash before use.
E. Admixtures:
1. Air-Entraining Admixture: Add at plant through manufacturer-approved dispensing
equipment.
2. Water Reducers: Add prior to addition of superplasticizer.
3. Superplasticizers and Air-Entraining Admixtures:
a. Add at concrete plant or at project site only through equipment furnished or
approved by admixture manufacturer.
b. Equipment shall provide for easy and quick visual verification of admixture
amount used for each dose.
c. Add discharge amount to each load of concrete into separate dispensing
container, verify amount is correct, then add to concrete.
d. Additional dosage of superplasticizer may be added in the field using
manufacturer-approved dispensing when unexpected delays cause too great
of a slump loss.
PART 3 – EXECUTION
3.01 PLACING CONCRETE
302
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 11
A. Preparation: Meet requirements and recommendations of ACI 304R and ACI 301, except
as modified herein.
B. Inspection: Notify the ENGINEER at least 24 hours in advance before starting to place
concrete.
C. Additional water may not be added to the concrete mix without approval from the
ENGINEER.
D. Discharge Time:
1. As determined by set time, do not exceed one and one half (1-1/2) hours after
adding cement to water unless special approved time delay admixtures are used.
Coordinate information with admixture manufacturer and the ENGINEER prior to
placing concrete.
2. Adjust slump or air content at site by adding admixtures for particular load when
approved by the ENGINEER, then adjust plant dose rest of placement.
Additional dosage at site shall be through an approved dispenser supplied by
admixture manufacturer.
3. Maintain required slump throughout time of concrete placement and
consolidation. Discontinue use of superplasticizer if it fails to maintain slump in
required range for the length of time required. Redesign mix, adjusting set
control admixtures to maintain setting time in the range required.
E. Placement into Formwork:
1. Before depositing concrete, remove debris from space to be occupied by
concrete.
2. Prior to placement of concrete, dampen fill under slabs on ground, dampen sand
where vapor retarder is specified, and dampen wood forms.
3. Reinforcement: Secure in position before placing concrete.
4. Place concrete as soon as possible after leaving mixer, without segregation or
loss of ingredients, without splashing forms or steel above, and in layers not over
one and one half feet (1.5') deep, except for slabs. Place and consolidate
successive layers prior to initial set of first layer to prevent cold joints.
5. Use placement devices, for example, chutes, pouring spouts, and pumps.
6. Vertical Free Fall Drop to Final Placement: four feet (4") in forms.
7. Do not use aluminum conveying devices.
8. Provide sufficient illumination for interior of forms so concrete at places of deposit
are visible permitting confirmation of consolidation quality.
9. Joints in Footings and Slabs:
a. Ensure space beneath plastic water stop completely fills with concrete.
b. During concrete placement, make visual inspection of entire water stop
area.
c. Limit concrete placement to elevation of water stop in first pass, vibrate
concrete under water stop, lift water stop to confirm full consolidation
without voids, place remaining concrete to full height of slab.
303
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 12
d. Apply procedure to full length of water stops.
10. If reinforcement is in direct sunlight or is more than 20 degrees F higher in
temperature than concrete temperature before placement, wet reinforcement with
water fog spray before placing concrete to cool reinforcement.
11. Round off top exposed edges of walls with a one half inch (1/2") radius steel
edging tool. Control joint edges round off exposed edge to one quarter inch (1/4")
radius.
F. Conveyor Belts and Chutes:
1. Design and arrange ends of chutes, hopper gates, and other points of concrete
discharge throughout conveying, hoisting, and placing system for concrete to
pass without becoming segregated.
2. Do not use chutes longer than 50 feet.
3. Minimum Slopes of Chutes: Angled to allow concrete to readily flow without
segregation.
4. Conveyor Belts:
a. Approved by the ENGINEER.
b. Wipe clean with device which does not allow mortar to adhere to belt.
c. Cover conveyor belts and chutes.
G. Retempering: Not permitted for concrete where cement has partially hydrated.
H. Pumping of Concrete:
1. Provide standby pump, conveyor system, crane and concrete bucket, or other
system onsite during pumping, for adequate redundancy to assure completion of
concrete placement without cold joints in case of a primary placing equipment
breakdown.
2. Minimum Pump Hose (Conduit) Diameter: four inches (4").
3. Replace pumping equipment and hoses (conduits) that are not functioning
properly.
I. Maximum Size of Concrete Placements:
1. Limit size of each placement to allow for strength gain and volume change due to
shrinkage.
2. Where expansion joints or control joints are not shown, or are spaced at more
than 60 feet, provide intermediate construction joints at maximum spacing of
40 feet.
3. Consider beams, girders, brackets, column capitals, and haunches as part of
floor or roof system and place monolithically with floor or roof system.
4. Should placement sequence result in cold joint located below finished water
surface, install water stop in joint.
J. Minimum Time Between Adjacent Placements:
1. Construction Joints: three (3) days.
304
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 13
2. Control Joints: three (3) days.
3. Expansion Joints: one (1) day.
4. At least two (2) hours shall elapse after depositing concrete in long columns and
walls thicker than eight inches (8") before depositing concrete in beams, girders,
or slabs supported thereon.
5. For columns and walls, ten feet (10') in height or less, wait at least 45 minutes
prior to depositing concrete in beams, girders, brackets, column capitals, or slabs
supported thereon.
K. Consolidation and Visual Observation:
1. Consolidate concrete with internal vibrators with minimum frequency of
8,000 cycles per minute and amplitude required to consolidate concrete in
section being placed.
2. Provide at least one (1) standby vibrator in operable condition at placement site
prior to placing concrete.
3. Consolidation Equipment and Methods: ACI 309R.
4. Provide sufficient windows in forms, or limit form height, to allow for concrete
placement through windows and for visual observation of concrete.
5. Vibration consolidation shall not exceed a distance of five feet (5') from point of
placement.
6. Vibrate concrete in vicinity of joints to obtain impervious concrete.
L. Evaporation Retardant Application:
1. Spray onto surface of fresh flatwork concrete immediately after screeding to react
with surface moisture.
2. Reapply as needed to ensure a continuous moist surface until final finishing is
completed.
M. Hot Weather:
1. Prepare ingredients, mix, place, cure, and protect in accordance with ACI 305R.
2. Placement frequency shall be such that lift lines will not be visible in exposed
concrete finishes.
3. Maintain concrete temperature below 80 degrees F at time of placement.
Ingredients may be cooled before mixing.
4. Temperature of forms and reinforcement shall not exceed 90 degrees when
concrete is placed.
5. Make provisions for windbreaks, shading, fog spraying, sprinkling, ice, or wet
cover, or other means to provide concrete with temperature specified.
6. Prevent differential temperature between reinforcing steel and concrete.
N. Cold Weather:
305
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 14
1. Maintain surface temperature of concrete above 40 degrees F and cure concrete
as specified in Article 3.2, CURING OF CONCRETE, for minimum of seven
(7) days.
2. Provide maximum and minimum thermometers placed on concrete surfaces
spaced throughout Work to allow monitoring of concrete surface temperatures
representative of Work.
3. CONTRACTOR to furnish temperature records daily to the ENGINEER. Keep for
each pour for seven (7)days. Record temperature at two (2) hour intervals for:
a. Outside air.
b. Concrete as placed.
c. air in coldest part of enclosure near concrete.
d. Locations as directed by the ENGINEER.
4. In accordance with ACI 306R and ACI 318.
5. Heated Enclosures: Capable of supporting wind and snow loads and tight
enough to prevent entrance of wind and weather.
6. External Heating Units:
a. Vent heating units to atmosphere, and do not locally heat or dry
concrete. Where water cure is specified, maintain wet condition.
b. Do not exhaust flue gases directly into an enclosed area to prevent
concentrated carbon dioxide from causing concrete carbonation.
c. Provide continuous supervision of heating units when in use.
7. Maintain curing conditions as specified in Article 3.2, CURING OF CONCRETE.
8. Remove protection so concrete temperature drop does not exceed two (2)
degrees in any one (1) hour and 40 degrees in the first 24 hours after protection
removal.
3.02 CURING OF CONCRETE
A. Use one of the following methods as approved by the ENGINEER
1. Walls:
a. General: Where walls are to receive coatings, painting, cementitious
material, or other similar finishes, or where solvent-based coatings are
not permitted, use only water curing procedures.
b. Method 1: Leave concrete forms in place and keep entire surfaces of
forms and concrete wet for seven (7) days.
c. Method 2: Apply curing compound, where allowed, immediately after
removal of forms.
d. Method 3: Continuously sprinkle with water 100 percent of exposed
surfaces for seven (7) days starting immediately after removal of forms.
2. Slabs and Curbs:
a. Method 1: Protect surface by water ponding for seven (7) days.
b. Method 2: Cover with burlap or cotton mats and keep continuously wet
for seven (7) days.
c. Method 3: Cover with one inch (1") layer of wet sand, earth, or sawdust,
and keep continuously wet for seven (7) days.
306
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 15
d. Method 4: Continuously sprinkle exposed surface for seven (7) days.
e. Other agreed upon methods that will keep moisture present and uniform
at all times on surface of slabs. Do not use curing compounds.
f. Where water curing for slabs during cold weather is not possible, use an
ENGINEER approved curing compound at manufacturer's recommended
coverage per gallon.
g. Where curing compound cannot be used, special methods using
moisture shall be agreed upon prior to placing the concrete slabs.
h. Protect slabs during cold weather with plastic sheets or other material
inside required heated enclosure if foot traffic is permitted on slabs.
B. Use only water curing where additional finishes such as clear sealer, painting, and other
special coatings are required.
3.03 CONCRETE BONDING
A. To New Concrete Wall Horizontal Construction Joints:
1. Thoroughly clean and saturate joint with water.
2. Cover horizontal wall surfaces with minimum two inches (2") of grout, and
immediately place concrete.
3. Limit concrete lift placed immediately on top of grout to 12 inches thick.
4. Thoroughly vibrate to mix and consolidate grout and concrete together.
B. To Old Concrete (60+ days):
1. Mechanically roughen existing concrete surfaces to a clean, rough surface using
a "Blastrac" by Wheelabrator-Frye, Inc.; or "Porta-Shotblast" by Nelco
Manufacturing Corp, to remove existing concrete surface, and provide a
minimum roughness profile of one quarter inch (1/4").
2. Saturate surface with water for 24 hours, cover with two inches (2")of grout, and
place grout as specified for new concrete.
3.04 CONSTRUCTION JOINTS
A. Locate construction joints as indicated. Joints shall be located so as not to impair the
structural integrity of the structure.
3.05 CONTROL JOINTS
A. Place on slabs on grade for non-waterholding structures as indicated on drawing.
B. Where not indicated for non-water holding slabs on ground, joint spacing in feet not to
exceed two and one half (2-1/2) times the depth of the slab in inches, 15 foot maximum
spacing.
C. Joint patterns shall be close to square.
D. Follow manufactures installation instructions for preformed control joint materials.
3.06 SURFACE PREPARATION
A. Construction Joints (water holding structures): Prior to placement of abutting concrete,
clean contact surface:
307
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 16
1. Remove laitance and spillage from reinforcing steel and dowels.
2. Roughen surface to a minimum of one quarter inch (1/4") amplitude:
a. Sandblast after the concrete has fully cured.
b. Water blast after the concrete has partially cured.
c. Green cut fresh concrete with high pressure water and hand tools.
3. Perform cleaning so as not to damage water stop, if one is present.
B. Control Joints (water holding structures):
1. Coat concrete surfaces above and below plastic water stop with bond breaker.
2. Do not damage water stop.
3. Furnish correct type and size of reinforcing and dowels.
3.07 INSTALLATION OF WATERSTOPS
A. Plastic Waterstop:
1. Install in accordance with manufacturer's written instructions.
2. Splice, in accordance with the water stop manufacturer's written instructions,
using a thermostatically controlled heating iron. Butt splice unless specifically
detailed otherwise.
3. Join waterstops at intersections to provide continuous seal.
4. Center waterstop on joint.
5. Secure waterstop in correct position to avoid displacement during concrete
placement.
6. Repair or replace damaged waterstop.
7. Place concrete and vibrate to obtain impervious concrete in the vicinity of all
joints.
8. Joints in Footings and Slabs:
a. Ensure that space beneath plastic waterstop is completely filled with
concrete.
b. During concrete placement, make a visual inspection of the entire water
stop area.
c. Limit concrete placement to elevation of waterstop in first pass, vibrate
the concrete under the water stop, lift the water stop to confirm full
consolidation without voids, then place remaining concrete to full height
of slab.
d. Apply procedure to full length of plastic waterstops.
3.08 PATCHING
A. General:
1. Prior to starting patching work, obtain quantities of color-matched patching
material and manufacturer's detailed instructions.
308
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 17
2. Develop patching techniques with manufacturer on mockup panel.
3. Dress surface of patches that will remain exposed to view to match color and
texture of adjacent surfaces.
B. Tie Holes:
1. Fill with nonshrink grout, and install as specified in Section 03 60 00, except
where sealant is shown. Use only enough water to dry pack.
a. Nonshrink Grout:
1) Nonmetallic and nongas-liberating flowable fluid.
2) Prepackaged natural aggregate grout requiring only the addition
of water.
3) Test in accordance with ASTM C1107.
4) Flowable consistency 140 percent, five (5) drops in 30 seconds,
in accordance with ASTM C230.
5) Flowable for 15 minutes.
6) Grout shall not bleed at maximum allowed water.
7) Minimum strength of grout, 3,000 psi at three (3) days, 5,000 psi
at seven (7) days, and 7,000 psi at 28 days.
8) Manufacturers: Guide Builders C., SET GROUT; Euclid
Chemical Co., NS Grout; Dayton Superior Corp., Sure-Grip High
Performance Grout.
2. Match color of adjacent concrete.
3. Compact grout using steel hammer and steel tool to drive grout to high density.
Cure grout with water.
C. Alternate Form Ties (Through-Bolts):
1. Seal through-bolt hole by sandblasting or mechanically cleaning and roughening
entire interior surface of hole, epoxy coating roughened surface and driving
elastic vinyl plug, then dry packing entire hole on each side of plug with
nonshrink grout specified in Tie Holes. Use only enough water to dry pack grout.
2. Fill through-bolt openings with nonshrink grout.
3. Compact grout using steel hammer and steel tool to drive grout to high density.
Cure grout with water.
D. Defective Areas:
1. Remove defective concrete to a depth of sound concrete.
2. If chipping is required, make edges perpendicular to surface with a minimum of
one half inch (1/2") in depth. Do not feather edges. Obtain the ENGINEER’S
approval of chipping work.
3. Patch defective area to match appearance of adjacent concrete surfaces.
E. Blockouts at Pipes or Other Penetrations:
309
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 18
1. Meet details shown or submit proposed blockouts for review.
2. Use nonshrink, nonmetallic grout. See Section 03 60 00.
3.09 CONCRETE WALL FINISHES
A. Type W-1 (Ordinary Wall Finish):
1. Patch tie holes, honeycombs, rock pockets, cracks that leak, embedded debris,
and damage from form removal.
2. Knock off projections.
B. Type W-2 (Smooth Wall Finish):
1. Patch tie holes.
2. Grind off projections, fins, and rough spots, to be even with the adjacent wall.
3. Repair stains and other color variations that cannot be removed by cleaning.
4. Patch defective areas and repair rough spots resulting from form release agent
failure or other reasons to provide smooth uniform appearance.
5. If surface is to receive a coating, leave surface ready to receive the coating as
specified in Section 99 00 00. Additional surface preparation may be required for
these specified wall finishes.
C. Type W-3 (Grout Cleaned Finish):
1. Prepare wall as specified for wall type W-2.
2. Only water curing will be permitted on walls being grout cleaned finished.
3. Remove forms at such a rate that all finishing, form tie filling, fin removal, and
patching can be completed on the same day, forms are removed while curing
wall.
4. Grout: Mixed with 1 part Portland cement and one and one half (1-1/2) parts fine
sand and a bonding agent to produce a grout having the consistency of thick
paint. Substitute white Portland cement for a part of the gray Portland cement as
required to produce a color matching the color of the surrounding concrete, as
determined by a trial patch.
5. Wet the surface of the concrete sufficiently to prevent absorption of water from
the grout and apply the grout uniformly with brushes or a spray gun.
6. Immediately after applying the grout, scrub the surface vigorously with a cork
float or stone to coat the surface and fill air bubbles and holes.
7. While the grout is still plastic, remove excess grout by working the surface with a
rubber float, burlap, or other means. After surface whitens from drying (about
30 minutes at 70 degrees F), rub vigorously with clean burlap. Continue to water
cure the wall until the curing period of seven (7) days is complete.
8. Latex bonding admixture may be used.
3.10 CONCRETE SLAB FINISHES
A. General:
310
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 19
1. Do not use "jitterbugs" or other special tools designed for the purpose of forcing
coarse aggregate away from the surface and allowing a layer of mortar, which
will be weak and cause surface cracks or delamination, to accumulate.
2. Do not dust surfaces with dry materials, with the exception of dryshake
hardeners.
3. Use evaporation retardant.
4. Round off edges of slabs with a steel edging tool, except where a cove finish is
shown. Steel edging tool radius shall be one quarter inch (1/4") for slabs subject
to wheeled traffic.
B. Type S-1 (Steel Troweled Finish):
1. Finish by screeding and floating with straightedges to bring surfaces to required
finish elevation. Use evaporation retardant.
2. While concrete is still green, but sufficiently hardened to bear a person's weight
without deep imprint, wood float to true, even plane with no coarse aggregate
visible.
3. Use sufficient pressure on wood floats to bring moisture to surface.
4. After surface moisture has disappeared, hand trowel concrete to produce
smooth, impervious surface, free from trowel marks.
5. Burnish surface with an additional troweling. Final troweling shall produce a
ringing sound from trowel.
6. Do not use dry cement or additional water during troweling, nor will excessive
troweling be permitted.
7. Power Finishing:
a. An approved power machine may be used in lieu of hand finishing in
accordance with directions of machine manufacturer.
b. Do not use power machine when concrete has not attained the
necessary set to allow finishing without introducing high and low spots in
slab.
c. Do first steel troweling for slab finish by hand.
C. Type S-2 (Wood Float Finish):
1. Finish slabs to receive fill and mortar setting beds by screeding with
straightedges to bring surface to required finish plane.
2. Wood float finish to compact and seal surface.
3. Remove laitance and leave surface clean.
4. Coordinate with other finish procedures.
D. Type S-3 (Underside Elevated Slab Finish): When forming is removed, grind off
projections on underside of slab and patch defective areas. If surface is to receive a
coating, leave surface ready to receive the coating as specified.
311
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 20
E. Type S-4 (Preparation for topping slab): Screed with straight edges to leave surface
ready for the topping slab.
F. Type S-5 (Broomed Finish): Finish as specified for Type S-1 floor finish, except omit final
troweling and finish surface by drawing a fine-hair broom lightly across the surface.
1. Brooming: In same direction and parallel to expansion joints; or, in the case of
inclined slabs, perpendicular to slope, except for round roof slab, broom surface
in radial direction.
G. Type S-6 (Sidewalk Finish):
1. Slope walks down one quarter inch (1/4") per foot away from structures, unless
otherwise shown.
2. Strike off surface by means of strike board and float with wood or cork float to a
true plane, then flat steel trowel before brooming.
3. Broom surface at right angles to direction of traffic or as shown.
4. Lay out sidewalk surfaces in blocks, as shown or as directed by the ENGINEER,
with a grooving tool.
H. Type S-7 (for Clarifier or Float Thickener Slab): Screed and float with straight edges to
leave ready for the surface preparation for topping as specified in Section 03 60 00.
3.11 BEAM AND COLUMN FINISHES
A. General: Patch and repair defective areas.
B. Type B-1: Match wall Type W-1.
C. Type B-2:
1. Grind beams to remove form marks.
2. Match wall Type W-2.
D. Type C-1: Match wall Type W-1.
E. Type C-2:
1. Grind column to remove form marks.
2. Match wall Type W-2.
3.12 BACKFILL AGAINST WALLS
A. Do not backfill against walls until concrete has obtained 28-day compressive strength.
B. Place backfill simultaneously on both sides of wall, where required, to prevent differential
pressures.
3.13 FIELD QUALITY CONTROL
312
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 21
A. General:
1. Provide adequate facilities for safe storage and proper curing of concrete test
cylinders onsite for first 24 hours, and for additional time as may be required
before transporting to test lab.
2. Provide concrete for testing of slump, air content, and for making cylinders from
the point of discharge into forms. When concrete is pumped, Samples used shall
be taken from discharge end of pump hose.
3. Evaluation will be in accordance with ACI 301, Chapter 17 and Specifications.
Where the term "building official" is used, the term shall be redefined to "the
Engineer".
4. Specimens will be made, cured, and tested in accordance with ASTM C31 and
ASTM C39.
5. Frequency of testing may be changed at discretion of the ENGINEER. Cylinders
will be taken once for each 50 yards of each class of concrete placed.
6. Pumped Concrete: Take concrete samples for slump (ASTM C143) and test
cylinders (ASTM C31 and C39) and shrinkage specimens (ASTM C157) at
placement (discharge) end of line.
B. Tolerances:
1. Walls: Measure and inspect walls for compliance with tolerances specified in
Section 03 10 00.
2. Slab Finish Tolerances and Slope Tolerances:
a. Floor flatness measurements will be made the day after floor is finished
and before shoring is removed, to eliminate effects of shrinkage, curing,
and deflection.
b. Support ten-foot (10') long straightedge at each end with steel gauge
blocks of thicknesses equal to specified tolerance.
c. Compliance with designated limits in four (4) of five (5) consecutive
measurements is satisfactory unless defective conditions are observed.
3.14 PROTECTION OF INSTALLED WORK
A. After curing and applying final floor finish, cover slabs with plywood or particle board,
plastic sheeting, or other material to keep floor clean and protect it from material and
damage due to other construction work.
B. Patch and repair defective areas and areas damaged by construction.
3.15 SCHEDULE OF CONCRETE FINISHES
A. Form Tolerances: As specified in Section 03 10 00.
B. Provide concrete finishes as scheduled:
Area Type of Finish
Required Form
Tolerances
(See Section 03 10 00)
EXTERIOR WALL SURFACES
Above grade/exposed (above a point 6" W-2 W-B
313
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 22
Area Type of Finish
Required Form
Tolerances
(See Section 03 10 00)
below finish grade)
Above grade/covered with brick veneer
or other finish material W-1 W-A
Backfilled/waterproofed (below a point
6" below finish grade) W-2 W-A
Backfilled/not waterproofed (below a
point 6" below final grade) W-1 W-A
Exposed concrete on buildings
exposed to public view W-3 W-B
INTERIOR WALL SURFACES
Open top water-holding tanks and
basins/not painted or coated W-2 W-A
Covered water-holding tanks and
basins/not painted or coated W-1 W-A
Water-holding tanks, channels, and
basins/painted or coated W-2 W-A
Buildings, pipe galleries, and other dry
areas/not painted or coated
W-2
W-B
Interior walls not mentioned above W-2 W-A
Building Concrete Exposed to View W-3 W-A
EXTERIOR SLABS
Roof slab/exposed S-5 S-B
Roof slab/covered with roofing material S-1 S-A
Water-holding tanks and basins/top of
wall S-1 S-B
Clarifier slabs S-2, S-7 S-A
Other water-holding tanks and basins S-1 S-A
Stairs and landings S-5 S-B
Sidewalks S-6 S-B
Other exterior slabs S-1 S-A
INTERIOR SLABS
Buildings, pipe galleries, and other dry
areas S-1 S-B
Slabs to receive mortar setting bed for S-2 S-A
314
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 CAST-IN-PLACE CONCRETE
CITY OF GOLDEN VALLEY, MN SECTION 03 30 00
WSB PROJECT NO. 020124-000 PAGE 23
Area Type of Finish
Required Form
Tolerances
(See Section 03 10 00)
tile
Slabs to receive resilient flooring or
carpet S-1 S-A
Hydraulic channels S-1 S-A
Underside of elevated slabs S-3 S-A
Other interior slabs S-1 S-A
Shall receive topping slabs S-4 S-A
BEAMS AND COLUMNS
Beams-not exposed B-1 B-A
Beams-exposed to view B-2 B-A
Columns- not exposed C-1 C-A
Columns- exposed to view C-2 C-A
END OF SECTION 03 30 00
315
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 NON-SHRINK GROUT
CITY OF GOLDEN VALLEY, MN SECTION 03 61 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 03 61 00
NON-SHRINK GROUT
PART 1 - GENERAL
1.01 SUMMARY
A. Section includes grouting where non-shrink grout is indicated.
B. Related Sections
1. General Conditions, Supplementary General Conditions, and Division 1 sections
apply to the work of this Section.
2. Section 03 10 00: Concrete Formwork
3. Section 03 20 00: Concrete Reinforcement
4. Section 03 30 00: Cast-in-Place Concrete
1.02 REFERENCES
A. American Concrete Institute (ACI)
1. 305R Hot Weather Concreting
2. 306R Cold Weather Concreting
3. 308 Standard Practice for Curing Concrete
B. American Society for Testing and Materials (ASTM)
1. C33 Specification for Concrete Aggregates
2. C109 Test Method for Compressive Strength of Hydraulic Cement Mortars
3. C531 Test Method for Linear Shrinkage and Coefficient of Thermal Expansion
of Chemical – Resistant Mortars, Grouts, and Monolithic Surfacings
4. C666 Test Method for Resistance of Concrete to Rapid Freezing and Thawing
5. C827 Test Method for Early Volume Change of Cementitious Mixtures
C. United States Army Corps of Engineers Handbook for Concrete and Cement (CRD)
1. C621 Corps of Engineers Specification for Non-Shrink Grout
1.03 SUBMITTALS
A. Submit the following in accordance with Section 01 30 00:
1. Manufacturer's Data: Manufacturer's data and product information.
2. Test Results: Submit copies of manufacturer's test data indicating compliance
with this Section.
a. Submit test data for coarse aggregate when additional coarse aggregate
will be incorporated in the grout mixture.
1.04 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials in manufacturer's undamaged, unopened containers.
B. Store materials in accordance with the manufacturer's recommendations. Maintain
storage conditions within the required conditions and ranges.
316
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 NON-SHRINK GROUT
CITY OF GOLDEN VALLEY, MN SECTION 03 61 00
WSB PROJECT NO. 020124-000 PAGE 2
PART 2 - PRODUCTS
2.01 MATERIALS
A. Form Materials
1. Refer to Section 03 10 00 for requirements.
B. Reinforcing Materials
1. Refer to Section 03 20 00 for requirements.
C. Grout Materials
1. Portland cement based grout with graded, washed natural fine aggregates,
fluidity improvers and expansion/shrinkage control additives.
2. Free of chlorides, gypsum, aluminum, iron aggregates, gas producing or gas
liberating agents, oxidizing agents and epoxy materials.
3. Coarse aggregate within the manufactured grout mixture and field added course
aggregate: ASTM C 33, Class 4S.
4. Water: Clean potable water.
2.02 GROUT
A. Physical Properties of Cured Grout
1. Compressive Strength – ASTM C 109: fc' = 5,000 psi minimum at 28 days.
2. Non-Shrink: No shrinkage when tested in accordance with ASTM C 827 and
CRD C 621.
3. Expansion: In accordance with CRD C 621 and shall be zero or positive when
tested in accordance with ASTM C 827.
4. Environment: Cured grout shall be stable in dry, moist, wet, or alternating
environments.
5. Installed grout shall not produce a vapor barrier.
6. Durability Factor – ASTM C 666: Minimum durability factor of 94 percent at 300
cycles.
7. Coefficient of thermal expansion – ASTM C 531: Grout mixture shall be within the
range of 5.2 x 10-6 to 6.5 x 10-6 per degree F.
2.03 MANUFACTURED GROUT PRODUCTS
A. Equipment and Base Plate Leveling Grout
1. Grout utilized for interior, exterior and freeze-thaw construction or service
environments:
a. Crystex: L&M Chemical
b. Set Grout: Master Builders
c. Or others, and which meet these specifications will be accepted
B. Patching Grout
317
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 NON-SHRINK GROUT
CITY OF GOLDEN VALLEY, MN SECTION 03 61 00
WSB PROJECT NO. 020124-000 PAGE 3
1. Grout utilized for interior, exterior or freeze-thaw construction or service
environment:
a. Crystex, L&M Construction Chemicals Inc.
b. Durapatch Hiway; L&M Construction Chemicals, Inc.
c. Set Non Shrink Grout; Master Builders
d. Or others, and which meet these specifications will be accepted
2.04 GROUT MIX
A. Mix manufactured grout in accordance with grout manufacturer's recommendations for
the project conditions and the requirements of this Section.
1. Utilize additional coarse aggregate in the mix when recommended by the grout
manufacturer for the specific installation and as required to comply with
requirements of this Section.
B. Mix grout to provide uniform mixture and with the minimum amount of water necessary to
provide the required grout properties, to place and consolidate the grout and to assist in
preventing shrinkage and thermal cracking of the cured grout.
2.05 FORM FABRICATION
A. In accordance with Section 03 10 00 and the following:
1. Design and fabricate formwork to provide for a positive head on the grout, grout
placement from one side, and to prevent air entrapment or voids.
PART 3 - EXECUTION
3.01 EXAMINATION
A. Examine moisture condition and temperature of substrate surfaces at time of application
or placement of grout materials.
1. Verify that moisture condition and temperature is as required by this Section and
manufacturer's recommendations.
B. Verify that members that will be grouted are set to correct alignment, elevation, and are
plumb and level.
C. Schedule grouting to prevent vibration induced damage to the grout.
3.02 PREFABRICATION
A. Clean the surface of in-place concrete and other materials against which grout will be in
contact, of coatings, dirt, form coatings, grease, concrete laitance, oil, and other
contaminants that could impair or impede the subsequent bond to the grout.
1. Remove loose, unsound, and deteriorated concrete prior to grouting.
B. Soak cleaned concrete surfaces with potable water for 24 hours prior to grout placement.
1. Substrate shall be free of standing water at time of grout placement and shall be
slightly drier than saturated as indicated by change of color from dark to light as
surface dries back from having been saturated.
318
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 3
CITY PROJECT NO. 20-18 NON-SHRINK GROUT
CITY OF GOLDEN VALLEY, MN SECTION 03 61 00
WSB PROJECT NO. 020124-000 PAGE 4
C. Temperature of substrate materials and grout: Between 45 degrees and 75 degrees F at
time of grout placement.
3.03 INSTALLATION
A. Rod and pack grout into place to provide a dense, solid continuous grouted section.
B. Grout shall be in full contact with and completely bonded to the grouted joint surfaces.
3.04 CURING AND PROTECTION
A. In accordance with Section 03 30 00 and the following:
1. Commence curing immediately following grout placement.
a. Maintain continuous moist curing and cover for the curing period except
as otherwise recommended by the grout manufacturer.
2. Maintain curing and temperature of the section until a minimum compressive
strength of 4,000 psi has been obtained.
3. Temperature: Maintain between 45 degrees F and 90 degrees F during the
curing and protection period.
a. Discontinue curing in a manner that will not result in thermal shock to the
grout.
3.05 FINISHING OF FORMED SURFACES
A. Finish in accordance with Section 03 30 00.
3.06 FIELD QUALITY CONTROL
A. Failure of non-shrink grout to bond to the substrate will be evaluated by the A/E, as
evidenced by a hollow sound when tapped or otherwise sounded on a clean, dry, cured
grout. Maintain the work in a clean condition until the A/E has completed the evaluation.
1. A hollow sound, disintegration, or other failure of the grout will be deemed failure
of materials and workmanship. Remove and provide new non-shrink grout in
areas of such failures delineated by the A/E at CONTRACTOR’S own expense.
B. If grouted section cracks, but it completely bonded to the substrate, the section will not
require removal and replacement with new grout materials if the section is not located in
an exterior or freeze-thaw service environment and if in the opinion of A/E the section is
not visually objectionable and will provide the required durability and performance in its
intended service environment. Remove and replace with new, grout materials of all other
cracked grout sections.
END OF SECTION 03 61 00
319
DIVISION 9
FINISHES
TABLE OF CONTENTS
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 9
CITY PROJECT NO. 20-18 FINISHES
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 020124-000
SECTION 09 90 00 PAINTS & COATINGS
320
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 9
CITY PROJECT NO. 20-18 PAINTS AND COATINGS
CITY OF GOLDEN VALLEY, MN SECTION 09 90 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 09 90 00
PAINT & COATINGS
PART 1 - GENERAL
1.01 SUMMARY
A. This section shall include the furnishing of all labor and materials for the painting and
finishing of the lift station structures and internals, and all new manholes as described
hereinafter.
1.02 SUBMITTALS
A. Manufactures’ current product data sheets:
1. Coatings
2. Abrasives (as applicable)
3. Additives (as applicable)
PART 2 - PRODUCTS
2.01 DELIVERY AND STORAGE
A. All paint shall be delivered to the site of the work in unbroken containers. Each container
shall show the name of the manufacturer, date of manufacture, the designated name of
the paint or formula, the color, and any special instructions for mixing or application. All
mixing and tinting will be done on the premises, and no material shall be reduced or
changed, except as specified by the manufacturer.
B. Store materials in an environmentally controlled location as recommended by paint
manufacturer’s product information guidelines. All paints shall be stored in a manner to
prevent contamination of painting materials after containers are opened. Maintain
containers used for storage, mixing, and application in a clean condition, free of foreign
materials and residue.
2.02 MATERIALS
A. All paints and materials furnished shall be the standard product of a reputable
manufacturer. The standard products of manufacturers other than that specified
hereinafter as a descriptive standard will be accepted if they are equal in composition,
durability, utility and in all other respects are equal for the purpose intended to those
specified.
B. Paint and Coating Schedules:
ITEM APPROVED MANUFACTURERS
Lift station wet well,
new manholes &
valve vault
structures
Zebron 386
Exposed pipe,
valves, and fittings
in wet well and
valve vault
Tnemec N140F
Or
Tnemec V140F
Or
Sherwin Williams Dura-Plate 235 (Sherwin Williams Dura-Plate 6000
can be used to shorten cure time if applied with a brush or roller)
321
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 9
CITY PROJECT NO. 20-18 PAINTS AND COATINGS
CITY OF GOLDEN VALLEY, MN SECTION 09 90 00
WSB PROJECT NO. 020124-000 PAGE 2
ITEM APPROVED MANUFACTURERS
Open-Channel
Grinder – Ferrous
Materials
Tnemec H.S. Epoxy Series 104
Or
Sherwin-Williams Dura-Plate 235
Open-Channel
Grinder –
Previously Coated
Components
(Motors, Speed
Reducers, etc.)
Tnemec H.S. Epoxy Series 104
Or
Sherwin-Williams Dura-Plate 235
PART 3 - EXECUTION
3.01 EXAMINATION
A. Examine substrates, areas, and conditions for compliance with requirements for
application and notify ENGINEER in writing of conditions detrimental to proper and timely
completion of Work. Do not proceed with Work until unsatisfactory conditions have been
corrected.
B. Notify ENGINEER in writing of anticipated problems using specified systems with
substrates primed by others.
C. Prepare existing materials or substrates to be coated to meet the requirements of
specified coating system.
D. Starting of painting Work will be construed as CONTRACTOR’S acceptance of surfaces
and conditions within any particular area.
3.02 PREPARATION AND PAINTING
A. Lift Station Wet Well, New Manholes & Valve Vault Structure: Provide surface
preparation, SSPC-SP13, in accordance with the manufacturer’s recommendation for
concrete. Apply coatings to a thickness not less than 125 mils DFT for Total Coating
thickness for Zebron 386 applied first to cover the bug holes and make concrete pin hole
free.
B. Exposed pipe, valves, and fittings in the wet well and valve vault shall be coated as
follows:
1. Sandblast and/or pressure wash as required by coating manufacturer.
2. Exposed pipe, valves, and fittings shall be supplied with a factory applied prime
wet. Primer coat to be touched up as needed prior to final painting. Primer shall
be compatible for over coating with any field applied coating. Apply two (2) coats.
Total coating thickness shall be not less than 12-14 mils.
C. Open-Channel Grinder – Ferrous Materials: Ferrous materials shall be prepared to
SSPC-SP10 (Near White Metal Blast). Apply two (2) coats. Total coating thickness shall
not be less than 8-12 mils.
D. Open-Channel Grinder – Previously Coated Components (Motors, Speed Reducers,
etc.): Previously coated components shall be prepared to SSPC-SP1 (Solvent Cleaning)
and SSPC-SP2 (Hand Tool Cleaning). Apply two (2) coats. Total coating thickness shall
not be less than 8-12 mils.
322
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 9
CITY PROJECT NO. 20-18 PAINTS AND COATINGS
CITY OF GOLDEN VALLEY, MN SECTION 09 90 00
WSB PROJECT NO. 020124-000 PAGE 3
3.03 COLOR CODINGS
A. Channel Grinder shall be painted hunter green.
3.04 CLEANING AND PROTECTION
A. During progress of Work, remove discarded materials, rubbish, cans, and rags at end of
each workday from the Site.
B. Furnish drop cloths, shields, and protective methods to prevent spray or droppings from
disfiguring other surfaces.
C. Upon completion of Work:
1. Clean spattered surfaces.
2. Remove spattered paint by washing and scraping, using care not to scratch or
otherwise damage finished surfaces.
D. Protect Work of other trades against damage. Correct any damage by cleaning, repairing
or replacing, and repainting.
E. At completion of Work of other trades, touch-up and restore damaged or defaced
surfaces.
END OF SECTION 09 90 00
323
DIVISION 11
EQUIPMENT
TABLE OF CONTENTS
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 11
CITY PROJECT NO. 20-18 EQUIPMENT
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 020124-000
SECTION 11 30 90 SANITARY SEWER LIFT STATION
324
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 11
CITY PROJECT NO. 20-18 SUBMERSABLE SANITARY SEWER LIFT STATION
CITY OF GOLDEN VALLEY, MN SECTION 11 30 90
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 11 30 90
SANITARY SEWER LIFT STATION
PART 1 - GENERAL
1.01 DESCRIPTION
A. This work shall consist of furnishing all labor, materials, tools and equipment necessary
to complete the installation of the new lift station, forcemain, gravity sewer, and the
removal of the existing lift station as shown on the plan sheets and specified herein.
B. Work at the lift station shall consist of constructing a new wet well, new valve vault,
installing two (2) upstream manholes and gravity sanitary sewer pipe, installing two (2)
submersible pumps in the wet well, furnishing and installing an open-channel grinder,
furnishing and installing piping, fittings and valves in the wet well and valve vault,
furnishing and installing discharge piping, fittings and valves from the wet well structure to
the valve vault structure, and furnishing and installing forcemain from the valve vault to
the downstream discharge manhole. Work shall also include removal of existing lift
station building, removal of existing bituminous access driveway and parking spaces,
removal of existing lift station’s underground structure in its entirety, removal of existing
lift station equipment, removal of existing retention wall, and removal and/or
abandonment of selected sanitary sewer manholes, gravity sanitary sewer pipe, and
forcemain. The CONTRACTOR shall be responsible for installing control panel and
furnishing and installing discharge connection elbows, guide rail system, valves, piping,
concrete slab, bituminous driveway, antenna pole, and all necessary work for
construction of the pumping system. The completed lift station shall be operable at
design flow and head conditions. Work also includes site and electrical improvements as
specified in other sections.
C. Construction involving the lift station’s wet well, valve vault, discharge and forcemain
piping, and influent piping may require dewatering. Dewatering is considered incidental to
the work.
D. Construction may require bypass pumping. Bypass pumping is considered incidental to
the work.
1.02 SUBMITTALS
A. Shop drawings shall be submitted for approval by ENGINEER in accordance with
Division 1. Submit the following as a minimum for review:
1. Detailed specifications, dimensions, and weights of pumps, hatches, valves,
piping, structures, manholes, helical piles, and other appurtenances.
2. Typical installation guide.
3. Access hatch drawings.
4. Technical manuals.
5. Parts list.
6. Operation and Maintenance data.
B. Work shall not begin until all the submittals have been received and approved by the
OWNER and ENGINEER. The CONTRACTOR shall allow the ENGINEER a reasonable
time to review, comment, and return the submittal package after a complete set has been
received. All costs associated with incomplete or unacceptable submittals shall be the
responsibility of the CONTRACTOR.
C. If needed, CONTRACTOR SHALL submit a temporary pumping bypass plan and backup
plan to ENGINEER to allow reasonable time to review.
325
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 11
CITY PROJECT NO. 20-18 SUBMERSABLE SANITARY SEWER LIFT STATION
CITY OF GOLDEN VALLEY, MN SECTION 11 30 90
WSB PROJECT NO. 020124-000 PAGE 2
1.03 FACTORY PUMP TESTS
A. Certified factor performance test curves for each pump provided shall be furnished and
approved prior to shipment of unit to the site. Test curves shall cover the full range of
operation from shut off to maximum capacity including; head capacity curve, horsepower
curve, wire to water efficiency, shut off head, and recommended operating range.
B. Factory testing of all pump equipment shall be made in accordance with test code of the
Hydraulic Institute Standards. Pumping equipment that fails to meet the specified
requirements shall be replaced with pumping equipment that meets specified
requirements.
1.04 PROJECT MANAGEMENT
A. CONTRACTOR shall schedule and coordinate the work of their employees and all
subcontractors and others involved to maintain the accepted progress schedule.
CONTRACTOR duties shall include the planning of the work, the scheduling of, ordering
and delivery of materials, and checking and control of all work under this contract.
Construction schedules shall be submitted to the ENGINEER for review and acceptance
prior to the start of any work. Schedules shall be verified or updated as necessary on a
monthly basis.
B. The CONTRACTOR shall be responsible for complete supervision and control of their
subcontractors as though they were their own forces. Notices to the CONTRACTOR shall
be considered notice to all affected subcontractors.
C. The CONTRACTOR shall appoint a qualified representative to act as the PROJECT
SUPERINTENDENT, who shall be responsible for coordinating all work and providing
liaison with ENGINEER, ENGINEER’S SUBCONSULTANT and OWNER. The PROJECT
SUPERINTENDENT shall, in addition, plan the work, schedule the ordering and delivery
of materials, and check and control the various phases of the manufacture and delivery of
all work under this contract. The PROJECT SUPERINTENDENT shall, in all matters,
represent the CONTRACTOR at the site of the work in the absence of a corporate officer
or principal of the firm.
D. The PROJECT SUPERINTENDENT shall not be changed except with the consent of the
ENGINEER, unless the PROJECT SUPERINTENDENT proves to be unsatisfactory to
the CONTRACTOR and ceases to be in his employ.
E. Important directions shall be confirmed in writing to the CONTRACTOR. Other directions
shall be confirmed on written request of the CONTRACTOR.
1.05 SUBMITTAL OF OPERATION AND MAINTENANCE INSTRUCTIONS
A. Prepare and submit four final copies of a complete set of operating and maintenance
instructions covering all equipment and systems furnished. Operating instruction shall be
prepared specifically for each system or piece of equipment installed under this
specification section and shall consider the specific equipment and controls included. All
references, pictures and diagrams dealing with items not part of furnished equipment and
systems shall be deleted. Instructions shall be complete for each separate system
covering.
1. Equipment functions, normal operating characteristics, and limiting conditions.
2. Assembly, installation, alignment, adjustment, and checking instructions.
3. Operating instructions for start-up routine and normal operations, regulation and
control, shutdown, and emergency conditions.
4. Lubrications and maintenance schedules and instructions
5. Guide to “troubleshooting”.
6. Parts list, and predicted lift of parts subject to wear.
326
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 11
CITY PROJECT NO. 20-18 SUBMERSABLE SANITARY SEWER LIFT STATION
CITY OF GOLDEN VALLEY, MN SECTION 11 30 90
WSB PROJECT NO. 020124-000 PAGE 3
7. Outline, cross sections, and assembly drawings; engineering data; and wiring
diagrams.
8. Test data and performance curves where applicable.
B. Prior to final acceptance of any equipment, all operation and maintenance instructions
shall be delivered to the ENGINEER for transmittal to the OWNER.
PART 2 - PRODUCTS
2.01 PRECAST CONCRETE STRUCTURES
A. The valve vault and wet well structures shall be constructed of Class I precast reinforced
concrete with R4 joints and having an inside diameter as shown on the Plans. The valve
vault and wet well structures shall be constructed as shown on the detail drawings and in
accordance with the approved shop drawings. The concrete mix shall be Type I or II
cement with C3A content less than 8 percent (Sulfate resistant) with entrained air content
of not less than 4 percent and not more than 7 percent, Grade A concrete with a cement
water ratio of 0.50 and a minimum compressive strength of 4,000 psi and 28 days.
Precast structures shall have attained the specified design strength when delivered to the
project site.
B. The top slab of the structures shall be Type II precast reinforced concrete having the
dimensions shown on the detail drawings. Frames for access hatches and vent pipe shall
be cast in the slab when fabricated. Cut-outs to accommodate all piping entering the wet
well shall be performed or pre-cut and provided with a seal or water stop to ensure a
watertight connection between pipe and wet well. The type of seal proposed shall be
submitted to the Project ENGINEER for approval before installation of the wet well is
undertaken. Top slabs shall be designed for a minimum 300 lbs./sq.ft live load.
C. Joints between barrel riser sections and top slab shall be sealed with two strips of flexible
bitumastic preformed joint compound
D. The interior of the wet well structure shall be painted as specified in Division 9.
2.02 PUMPS
A. Pumps
1. Two (2) pumps shall be installed by the CONTRACTOR for the lift station. The
pumps shall be rated for a maximum of 10 HP, 460 V, three-phase, 60 HZ, at
1745 rpm. The motors shall be non-overloading at any point on the pump curve.
The pumping units shall be rated for continuous duty. The pumps shall be
variable speed with use of VFDs.
2. Pumps shall operate at the following conditions:
Parameter
Number of Pumps 2
Discharge Flow (gpm) 250
Total Dynamic Head (ft) 48
Horsepower (HP) 10
Speed (RPM) 1745
Motor 10HP, 460V, 3ph, 60Hz
3. Approved manufacturers:
a. Electric Pump
b. KSB
327
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 11
CITY PROJECT NO. 20-18 SUBMERSABLE SANITARY SEWER LIFT STATION
CITY OF GOLDEN VALLEY, MN SECTION 11 30 90
WSB PROJECT NO. 020124-000 PAGE 4
B. Pump Design
1. Pumps shall be centrifugal, non-clog, solids handling, submersible, explosion
proof wastewater type pumps capable of handling raw unscreened wastewater
and passing a three-inch (3”) diameter solid sphere. The pump casing shall have
a centerline discharge equipped with an automatic pipe coupling arrangement for
ease of installation and piping alignment. The pumps shall automatically connect
to the discharge piping when lowered into position. The pumps shall be easily
removable by one (1) operator with a portable hoist for inspection or service,
requiring no bolts, nuts, or other fasteners to be removed for this purpose, and no
need for personnel to enter the wet well. The pump’s discharge diameter shall be
four inches (4”) to connect directly with the four-inch (4”) 90⁰ pump base elbow.
2. The pump volute, motor, and seal housing shall be high quality grey cast iron,
ASTM A-48, Class 35B. Volute shall have integral spiral shaped cast grooves at
the suction. All external mating surfaces shall be machined and Buna-N Rubber
or Nitrile Rubber o-ring sealed. All fasteners exposed to the pumped liquids shall
be 316 stainless steel.
3. The pump lifting handle shall be stainless steel, type 304 or 316.
4. The pump impellers shall be multi-vane, backswept, semi-open, non-clogging
design and the impeller shall be dynamically balanced. The impeller shall be cast
iron, A-48, Class 35B or Hard-Iron (ASTM A-532 (Alloy III A) 25% chrome cast
iron).
5. A wear ring system shall be installed to provide efficient sealing between the
volute and impeller. Replaceable metal wear rings shall have a Brinell hardness
of 200 or more.
6. The pump shaft shall be stainless steel ASTM A479 S43100-T. Pump shaft shall
be extension of motor shaft and couplings shall not be acceptable. Sleeves shall
not be used.
7. The pump bearings shall have a B10 bearing life of a minimum of 50,000 hours.
Pump shaft shall rotate on two (2) bearings. Bearings shall be permanently
grease lubricated.
8. The pump shall be provided with a lubricant chamber for the shaft sealing
system. The lubricant chamber shall the designed to prevent overfilling and to
provide lubricant expansion capacity. The drain and inspection plug, with positive
anti-leak seal, shall be easily accessible from the outside.
9. The pump shall have an electrode probe mounted in the seal chamber. The
probe shall be connected via a submersible cable to the control panel to alarm a
seal failure when liquid is sensed, including a light in the control panel to notify
the operator of a problem.
10. The pump shall be provided with a tandem mechanical shaft seal system
consisting of two (2) totally independent seal assemblies. Each seal shall be held
in contact with its own spring. The upper of the tandem set of seals shall operate
in an oil chamber located just below the stator housing. This set shall consist of
two (2) rings, both of which shall be corrosion and abrasion resistant tungsten
carbide. The lower of the tandem set of seals shall function as the primary barrier
between the pumped liquid and the stator housing. This set shall consist of two
(2) rings, both of which shall be corrosion and abrasion resistant tungsten
carbide.
11. Protect all metal surfaces in contact with pumpage, other than stainless steel or
brass, with a factory applied spray coating of exterior epoxy paint.
C. Pump Motors
1. The motors shall be submersible type that has been tested and approved by
Factory Mutual and U.L. as explosion proof suitable for use in a Class I, Division
I, and Group D explosion proof area. The motor stator rotor, and bearings shall
be mounted in a sealed submersible housing. The stator windings shall be
insulated with moisture resistant Class H insulation rated for 180⁰C (356⁰F). The
use of multiple step dip and bake type stator insulation process shall not be
328
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 11
CITY PROJECT NO. 20-18 SUBMERSABLE SANITARY SEWER LIFT STATION
CITY OF GOLDEN VALLEY, MN SECTION 11 30 90
WSB PROJECT NO. 020124-000 PAGE 5
acceptable. Motors shall be equipped with thermal overload protection capable of
resetting automatically after cool-down.
2. The pump and motor shall be designed so that they may operate partially or
totally submerged in the water. The pump and motor shall be rated for
continuous duty.
3. The motor stator shall be held in place by a removable end ring that may be
easily removed in the field without the use of heat or a press. The electrical
power cord shall be terminated in a terminal box, which is sealed on the top and
bottom to allow disconnection of the power leads without allowing moisture entry
into the motor casing.
4. The power cable shall be sized according to NEC and ICEA standards and shall
be of sufficient length to reach the terminal strips inside the control panel without
any need for splices. The outer jacket of the cable shall be oil resistant
chloroprene rubber. The motor and cable shall be capable of continuous
submergence underwater without the loss of watertight integrity to a depth of
sixty-five feet (65') or greater.
5. Motors shall be sized so they are not loaded above full-load rating at any point on
the impeller operating curve. Operation in the motor "service factor" range is not
acceptable. The combined service factor shall be a minimum of 1.15.
6. Minimum motor efficiency shall be 0.83.
7. Motors shall be suitable for the operating power as listed in the table above.
2.03 PUMP GUIDE RAILS, CABLE HOLDER, AND LIFTING CHAIN
A. Lift station shall be equipped with dual stainless steel, ASTM A276 Type 316, guide rails
to guide the pump into proper alignment with the discharge elbow. The guide rails shall
extend from the discharge elbow to the upper guide holder on the access door. Guide
rails shall be full length, single piece construction from the factory. Field welded guide
rails shall not be acceptable. All guide rail piping and bracing inside the wet well
structures shall be stainless steel. The guide rail diameter and guide rail bracing spacing
shall be as recommended by the pump manufacturer. Intermediate guide rail braces shall
be stainless steel.
B. A stainless steel, ASTM A276 Type 316, cable holder shall be provided to hold the
cables.
C. The pumps shall be equipped with a stainless steel, ASTM A276 Type 316 lifting chain
long and strong enough to raise the pump for removal and inspection.
D. A stainless steel ASTM A276 Type 316 chain hook rated to hold the weight of each
pump.
E. All piping and bracing inside the wet well structure shall be stainless steel with the
exception of the discharge pipe, discharge elbow and drain line. Provide intermediate
stainless steel support at intervals not to exceed 10 feet (10')
F. Cable racks shall be non-corrosive.
2.04 ACCESS HATCH & SAFETY GRATING
A. Access Hatch
1. Pump manufacturer to verify hatch size and location in top slab for clearance of
pumps positioned as shown on the Drawings. Minimum clearance of three inches
(3") required. Access hatches shall be provided with safety grating.
2. Door leaves a minimum 1/4-inch aluminum, diamond pattern, rated for 300
pounds per square foot (PSF).
3. Channel frame of minimum three-inch (3") welded aluminum with anchor flange
around the perimeter.
329
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 11
CITY PROJECT NO. 20-18 SUBMERSABLE SANITARY SEWER LIFT STATION
CITY OF GOLDEN VALLEY, MN SECTION 11 30 90
WSB PROJECT NO. 020124-000 PAGE 6
4. Each door leaf equipped with heavy duty recessed hinges, totally enclosed
spring or torsion bar operators as necessary for easy operation, drop handle, and
automatic hold open arm with release handle. Locate hold open arm release
handle such that it can be easily operated without endangering personnel.
5. Maximum hatch opening force is not to exceed fifteen (15) pounds when applied
perpendicularly to the hatch edge through any part of the hatch-operating arc.
6. Each door leaf secured with snap lock with removable handle and padlock hasp
welded to each leaf and frame.
7. Aluminum surfaces mill finished. Apply bituminous paint to the exterior of the
frame in contact with concrete.
8. Mechanical Fasteners and Hardware: Series 304 stainless steel.
9. Approved Manufacturers: Halliday or Bilco.
B. Safety Grating
1. The protective safety grating panel shall be supplied as part of each hatch and
shall be one and one half inch (1-1/2") "I" bar aluminum grating with Safety
Orange powder-coated finish. Grating shall be hinged, and shall be supplied with
a positive latch to maintain unit in an upright position. Grating shall have a six
inch (6") viewing area on each lateral unhinged side for visual observation and
limited maintenance. Grating support ledges on 300 lbs./sf loaded access covers
only shall incorporate nut rail with a minimum of four (4) stainless steel spring
nuts. A padlock hasp for OWNER-supplied padlock shall be provided.
2. Approved Manufacturers: Halliday or Bilco.
2.05 PIPING AND VALVES
A. Ductile Iron Pipe (DIP)
1. Ductile iron pipe shall conform to the requirements of ANSI A221.51 (AWWA
C151) standard specification for centrifugally cast ductile iron pipe for water or
other liquids.
2. Ductile iron pipe in exterior locations shall be provided with flanged, or
mechanical joint type ends as shown on the plans and all interior ductile iron
piping shall be ANSI/AWWA thickness Class 53 (minimum).
3. Ductile iron flanges shall conform to ANSI/AWWA C115 standard 125# template
and shall be rated for 250 psi. Mechanical joints and push-on joints shall conform
to ANSI/AWWA C111 standard for rubber gasket joints for ductile iron and gray
iron pressure pipe and fittings.
4. Unless otherwise shown on the plans, ANSI/AWWA short-body ductile iron
fittings shall be furnished. Short body fittings shall conform to ANSI/AWWA C110.
Flanged long radius elbows, reducing on-the-run tees, side outlet fittings
eccentric reducers and laterals shall conform to ANSI B16.1 standard
specification for flanged fittings and flanges. All fittings shall be ductile iron.
Compact fittings conforming to ANSI/AWWA C15/A21-53 may be supplied for
mechanical and push-on joints.
5. Ductile iron pipe and fittings shall be furnished with standard bituminous interior
coating. Pipe used for interior and exposed location shall not have a bituminous
exterior coating but shall be furnished with a shop primed coating of Tnemec
Primer, or equal, to facilitate painting as specified.
B. Swing Flex Check Valves
1. Check valves shall be of the swing-flex, full body flanged type, with domed
access cover and only one moving part, the valve disc. Valves shall be capable
of submerged service. All valves shall be of the same manufacture. Check valves
to have a pressure rating of 150 psi minimum at 150° F.
2. Valve body shall be cast iron ASTM A126, Class B. 100% pipe flow area, with no
restrictions at any point through the valve. Seating surface at a 45° angle to
330
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 11
CITY PROJECT NO. 20-18 SUBMERSABLE SANITARY SEWER LIFT STATION
CITY OF GOLDEN VALLEY, MN SECTION 11 30 90
WSB PROJECT NO. 020124-000 PAGE 7
minimize disc travel. Full size access port, allowing removal of the disc without
removing the valve from the pipeline.
3. The valve cover shall be cast iron ASTM A126, Class B, domed in shape, to
allow the disc to fully open should waste solids collect behind the disc.
4. The cover gasket shall be Lexide NK-511, and the cover bolts shall be stainless
steel.
5. The disc shall be Buna-N (NBR), ASTM D2000-BG, one piece construction,
compressed molded with an O-ring type sealing surface, containing steel and
nylon reinforcements in both the pivot and central disc area. The disc shall be
provided with non-slam closing characteristic through a short 35° disc stroke and
a memory flex disc return action.
6. Backflow capabilities shall be provided by means of an optional screw type
backflow actuator. Actuator shall be field installable without modification to the
valve or a need for special tools.
7. Coating shall be ANSI/AWWA C550 epoxy coating, inside of body and cover.
Manufacturer’s standard exterior primer and finish coat shall be provided.
8. Check valves shall be manufactured by Valmatic (Series 500), APCO (Series
100), or Pratt (RD-Series).
C. Gate Valves
1. Gate valves three inches (3") and larger shall be resilient wedge gate valves
conforming to AWWA C509.
2. Gate valves shall be manufactured by AVK with a bronze top nut.
D. Air Release Valves
1. Refer to drawings for size.
2. Approved Manufacturers: APCO (Series 400) or Crispin (SL Series).
2.06 WALL SLEEVES AND WALL SEALS
A. Wall sleeves shall be heavy wall stainless steel pipe with continuous welded waterstop.
Anchor waterstop collar shall have outside diameter four inches (4") greater than the
outside diameter of wall sleeve.
B. Wall seal shall be Link Seal as manufactured by Thunderline Corp.; or equal.
2.07 PIPE SUPPORTS
A. Steel Pipe Supports
1. Pipe supports shall conform to the requirements of MSS SP-58, MSS SP-69 and
MSS SP-89. Where pipe supports contact bare piping or in-line devices, provide
supports of compatible material so that neither shall have a deteriorating action
on the other.
2. Pre-engineered support systems constructed of electrogalvanized steel products
factory fabricated by firms regularly engaged in the manufacture of these items
shall be used for this work.
3. Adjust support size and style to account for pipe insulation.
4. Where needed, use stainless steel epoxy adhesive anchor bolts, Hilti 150
injection adhesive anchors or equal, for building attachments.
5. All meters, valves, equipment, and other point loads shall be independently
supported to prevent undue pipe stress and failure. The piping shall support no
meter, valve, or other equipment.
6. All anchor bolts installed as part of a pipe support system, regardless of location
or application, shall be manufactured of Type 316 Stainless Steel.
331
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 11
CITY PROJECT NO. 20-18 SUBMERSABLE SANITARY SEWER LIFT STATION
CITY OF GOLDEN VALLEY, MN SECTION 11 30 90
WSB PROJECT NO. 020124-000 PAGE 8
7. All hanger rods, bolts, u-bolts, turn buckles, aircraft cable, nuts, and washers
shall be Type 316 stainless steel.
8. Unless otherwise indicated on the drawings, piping shall be supported at one and
one half inch (1-1/2") out from the face of walls and at least three inches (3")
below ceilings.
9. Unless specified to be fabricated of stainless steel, all fabricated pipe supports
shall be blasted to a white clean condition after fabrication and hot-dip galvanized
in accordance with ASTM 123.
2.08 ANCHOR BOLTS AND HARDWARE
A. The CONTRACTOR shall furnish all necessary anchor bolts, washers, hex nuts, and
gaskets as well as templates required for setting anchors. Anchor bolts, washers, and
hex nuts shall be 316 stainless steel.
2.09 PRESSURE GAUGES
A. Provide one (1) pressure gauge per pump, mounted in the valve vault on the discharge
piping of the of the pump as shown on drawings.
B. Gauges shall be stem mounted with holes for mounting or a flat surface with black
phenolic or flangeless aluminum cases equipped with safety pressure blowout backs and
glycerin filled dials.
C. Gauges shall be bourdon tube type actuated and constructed of stainless steel internal
parts. Gauges shall be equipped with stainless steel threaded 0.25 or 0.50 inch NPT
connections.
D. Dial shall be a minimum of 4.5 inch diameter with scale reading in psi and be within 0.5
percent accuracy over service range. Front window of gauge shall be safety glass.
E. Gauges shall be isolated from the process fluids using remote corrosion resistant
diaphragm seals. Seal housing shall be constructed of stainless steel. Seals shall be
constructed of stainless steel. Seals shall be constructed of stainless steel and be
replaceable. Seal shall be pressure rated for 2.5 times the maximum operating pressure.
F. Fluid or oil used between the diaphragm and the bourdon tube shall be suitable for use in
potable water.
G. A gauge cock shall be provided for each gauge. The diaphragm seal shall be provided
between the cock and the gauge.
H. Pressure gauges shall be Asheroft 1259 Process Pressure Gauge glycol liquid fill.
2.10 FOUNDATION MATERIALS
A. Granular materials furnished for use in foundation, bedding, encasement, or backfill
construction shall conform to the following requirements:
1. Foundation material shall meet the requirements of MnDOT 3149.2H Coarse
Filter Aggregate.
2. Backfill material shall meet the requirements of MnDOT 3149.2B2 Aggregate
Backfill
2.11 TEMPORARY SERVICE
A. The CONTRACTOR shall furnish, install and maintain equipment to bypass and control
the sanitary sewer flow around the construction zone.
332
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 11
CITY PROJECT NO. 20-18 SUBMERSABLE SANITARY SEWER LIFT STATION
CITY OF GOLDEN VALLEY, MN SECTION 11 30 90
WSB PROJECT NO. 020124-000 PAGE 9
B. The CONTRACTOR shall furnish and install a temporary submersible wastewater
pumping system and temporary power supply to bypass sewer flow from the manhole
located upstream of the existing lift station. Pump shall be rated for at least 250 gpm and
run continuously with no interruptions during bypassing around the existing lift station.
The pump shall be capable to deliver wastewater from the pumping location to the
discharge manhole.
C. The CONTRACTOR shall provide all necessary temporary electric service and temporary
wiring needed for construction activities and to maintain conveyance of sanitary sewer
flows.
D. The CONTRACTOR shall provide adequate temporary bypass piping between the
temporary pump in the upstream manhole and the proposed valve vault connection for
bypass piping.
E. The CONTRACTOR shall provide all necessary traffic controls and security devices to
maintain temporary pumping system. Failure to operate and maintain the bypass
equipment could result in direct damage claims as well as consequential damage claims
to the CONTRACTOR.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Install equipment in accordance with the manufacturer’s recommendations and as shown
on drawings. Coordinate access hatch and vent pipe locations and installation with wet
well and valve vault precast concrete cover supplier.
3.02 STRUCTURE EXCAVATION AND BACKFILL
A. Excavation
1. Excavation consists of removal and disposal of excess material and unsuitable
material encountered when establishing grade elevations. Remove unsuitable
materials in accordance to the depth recommended by soils testing laboratory
beneath structures to obtain the design bearing capacity.
a. Dewater excavations for special inspector to observe and determine
excavation limits.
b. When bottoms of excavations are approved by soils testing laboratory,
but are slightly unstable only in relation to CONTRACTOR operations or
convenience, CONTRACTOR may, with approval of ENGINEER, provide
a compacted gravel course utilizing materials acceptable to the soil
testing laboratory. Such work shall be considered as for the
CONTRACTOR’S convenience and at CONTRACTOR’S own expense.
2. Slope sides of excavations as required to provide stability and to comply with
Federal, State and Local laws and regulations. Shore and brace excavation as
needed to avoid wetland impacts and when required by project conditions.
a. Utilize cofferdams, steel sheet piling, shoring, underpinning, and other
systems required to prevent damage to existing structures, settlement,
slope stability problems, and undermining
b. Remove construction related protection systems after their need is
complete, in manner that will not loosen or damage soils, create slope
stability problems, and otherwise damage existing and new structures.
Leave construction-related protection systems in place subject to
approval of ENGINEER, when their removal would create potential for
damage to the soil conditions or to structures.
333
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 11
CITY PROJECT NO. 20-18 SUBMERSABLE SANITARY SEWER LIFT STATION
CITY OF GOLDEN VALLEY, MN SECTION 11 30 90
WSB PROJECT NO. 020124-000 PAGE 10
3. Excavate to required elevations and dimensions within a tolerance of plus or
minus one tenth of a foot (0.10'), and extending a sufficient distance as required
to provide for the work, completion of the structures, observation, and testing.
a. When excavating for footings and foundations, do not disturb soil
materials at and below excavation limits. Excavate by hand when
necessary to prevent damage to soil materials that will remain.
b. Trim bottoms to required lines and grades to leave solid dense base of
required bearing capacity.
c. Final removal limits shall be approved by soil testing laboratory prior to
concrete placement.
4. Removal of materials beyond required subgrade elevations or dimensions
without specific approval of soils testing laboratory as well as backfilling,
compaction and remedial work recommended by soils testing laboratory at the
over excavated area shall be at CONTRACTOR’S own expense.
a. Under structures and their components fill unauthorized excavation
utilizing one of the following systems and as acceptable to ENGINEER:
1) Extend indicated bottom elevation of footing or base to
excavation bottom, without altering required top elevation.
2) Install lean concrete fill to bring elevations to required position.
3) Fill and compact unauthorized excavations with soil materials
and to density required by ENGINEER.
b. Elsewhere, backfill and compact unauthorized excavations as indicated
for authorized excavations of same classification.
5. Protect excavation bottoms from freezing. Remove frozen materials and provide
unfrozen compacted materials acceptable to ENGINEER prior to placement of
materials on them.
B. Filling, Backfilling, and Compacting
1. Surface compact excavations where noted, prior to installing fill material.
2. Proof roll subgrade areas, where noted with, as a minimum, a tandem axle dump
truck loaded to at least twenty-five (25) ton weight. Truck shall traverse the
structure footprint to detect areas of loose or soft soils. Loose or soft soils shall
be defined as soils exhibiting "excessive rutting" from the truck tires
(approximately one inch (1") wheel rut depth).
3. Do not place fill required below structures until soil conditions encountered have
been approved by special inspector.
4. Do not place material on muddy surfaces, frozen ground or on materials
containing frost or ice.
5. Do not place material on or in water.
6. Do not proceed with backfilling of excavations until completion of the following:
a. Acceptance by ENGINEER of construction and structures below finish
grade.
b. Observation, testing, approval, and recording of locations of underground
utilities.
c. Removal of concrete formwork.
d. Removal of shoring, bracing, other protection systems, and backfilling
and compaction of voids left by their removals.
e. Removal of unsuitable materials, construction related debris, and excess
materials.
f. Walls, including interior walls that brace exterior walls and intermediate
floors and roof construction is installed, cured, and obtained required
twenty-eight (28) day compressive strength.
g. When existing in-place soil materials are of density less than that
specified, but the soil material is acceptable to ENGINEER, perform
removal, filling, discing of ground surface, moisture-conditioning to the
optimum moisture content, and compact to provide specified density and
334
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 11
CITY PROJECT NO. 20-18 SUBMERSABLE SANITARY SEWER LIFT STATION
CITY OF GOLDEN VALLEY, MN SECTION 11 30 90
WSB PROJECT NO. 020124-000 PAGE 11
bearing capacity as recommended by soils testing laboratory and
acceptable to ENGINEER.
7. Placement and Compaction
a. Place materials in compacted layers of thickness required to obtain
specified soil densities. Layers shall not exceed eight inches (8") or
twelve inches (12") in loose depth for cohesive and cohesionless soil
material, respectively, compacted by heavy compaction equipment and
not more than four inches (4") or twelve inches (12") in loose depth for
cohesive and cohesionless soil materials, respectively, compacted by
hand operated tampers unless soil density tests substantiate specified
densities will be obtained when material is placed in thicker lifts.
b. Place material in lifts uniformly to the same approximate elevation, not
exceeding the final grade height, in manner required to prevent creation
of unbalanced soil lateral pressures, wedging action of materials and soil
pressures that exceed the design lateral soil conditions and to prevent
damage to the structure.
c. Moisten or aerate each layer to the extent required to obtain the optimum
moisture content required for the indicated compaction density. Prevent
free water from appearing on surface during or subsequent to
compaction operations.
d. Remove and replace with acceptable material, or scarify and air dry
otherwise acceptable soil material that is too wet to obtain specified soil
density. Assist drying by discing, harrowing, or pulverizing, until moisture
content is reduced to value required for compaction.
e. Compact each layer to the required density specified for each area
classification. Hand tamp or utilize hand operated vibratory equipment
when required to compact material placed immediately adjacent to walls.
f. Do not place additional layers until density of each layer in place
complies with compaction requirements. Perform corrective work as
required to obtain required density. Cost associated with correction work
and retesting at failed test locations shall be at CONTRACTOR’S own
expense.
C. Compaction Requirements
1. Compact material to provide the following minimum percentages of Standard
Proctor Density, tested in accordance with ASTM D698, at the area classification
indicated:
a. Under structures including footings, mat foundations, slabs-on-grade,
and exterior equipment and piping support pads: one hundred percent
(100%).
b. In backfill zones under piping areas within twenty feet (20') of outermost
edge of structures: one hundred percent (100%).
c. In backfill zones in upper three feet (3') under roadway and pavement
subgrade: one hundred percent (100%)
d. In backfill zones not indicated above: ninety five percent (95%) unless
otherwise indicated.
D. The wet well and valve vault construction shall be completed in accordance with the plan
sheets, standard details, and MnDOT specification 2506.3
3.03 PROCESS PIPE INSTALLATION
A. Piping shall be run as straight as practical along the alignment shown on the Plans and
with a minimum of joints. Piping and appurtenances shall be installed in conformance
with reviewed Shop Drawings and manufacturer’s instructions. Piping shall be installed
without springing or forcing the pipe.
335
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 11
CITY PROJECT NO. 20-18 SUBMERSABLE SANITARY SEWER LIFT STATION
CITY OF GOLDEN VALLEY, MN SECTION 11 30 90
WSB PROJECT NO. 020124-000 PAGE 12
B. Thrust protection shall be provided as required. Flexible couplings shall be installed as
connections to equipment, and where shown on the Plans. Additional pipe anchors and
flexible couplings beyond those shown on the Plans shall be provided to facilitate piping
installation, in accordance with reviewed shop drawings.
C. Piping components and indicators shall be installed in accordance with manufacturer’s
instructions. Required upstream and downstream clearances, valves, and miscellaneous
devices as shown on the Plan Set shall be provided for an operable installation.
D. CONTRACTOR shall provide materials and equipment necessary for the safe and timely
installation of piping systems. Site shall be kept clean before, during and after pipe
installation. Coordinate work with other trades.
E. Clean pipe before installation. Foreign matter shall be removed prior to installation.
F. Pipe Supports and Anchors
1. CONTRACTOR shall provide hangers, supports and anchors for adequate
support and pipe restraint for pipe, joints, fittings valves etc.
2. Do not support piping from other piping.
3. Hangers, supports and anchors shall be as indicated on the Plans, and as
required for compliance with MSS SP-69.
G. Pipe Flanges
1. Pipe flanges shall be set level, plumb, and aligned. Flanged fittings shall be
installed true and perpendicular to the axis of the pipe. The bolt holes shall be
concentric to the centerline of the pipe.
H. Wall Penetrations
1. Wall sleeves shall be securely supported by form work to prevent contact with
reinforcing steel and tie wires
3.04 BURRIED PIPE INSTALLATION
A. Trench Excavation
1. Trench excavation shall be to a depth that will permit preparation of the
foundation as specified and installation of the pipeline and appurtenances at the
prescribed line and grade, except where alterations are specifically authorized.
Trench widths shall be sufficient to permit the pipe to be laid and joined properly
and the backfill to be placed and compacted as specified. Extra width shall be
provided as necessary to permit convenient placement of sheeting and shoring
and to accommodate placement of appurtenances.
2. When unsuitable foundation materials are encountered at the established grade,
additional materials shall be removed as specified or ordered by the ENGINEER
to produce an acceptable foundation. Refill trench to trench bottom grade with
concrete, gravel, or other approved suitable material to assure a suitable
foundation.
3. Bottom trench widths shall allow for at least six inches (6") of clearance on each
side of the joint hubs. The maximum allowable width of the trench at the top of
pipe level shall be the outside diameter of the pipe plus two feet (2'), subject to
the considerations for alternate pipe loading set forth below. The width of the
trench at the ground surface shall be held to a minimum to prevent unnecessary
disruption of the surface structures.
336
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 11
CITY PROJECT NO. 20-18 SUBMERSABLE SANITARY SEWER LIFT STATION
CITY OF GOLDEN VALLEY, MN SECTION 11 30 90
WSB PROJECT NO. 020124-000 PAGE 13
4. The maximum allowable trench width at the level of the top of pipe may be
exceeded only by approval of the ENGINEER, after consideration of pipe
strength and loading relationships. Alternate proposals made by the
CONTRACTOR shall be in writing, giving the pertinent soil weight data and
proposed pipe strength alternate, at least seven (7) days prior to the desired date
of decision. Approval of alternate pipe deigns shall be with the understanding that
there will be no extra compensation allowed for increase in material or
construction costs.
5. If the trench is excavated to a greater width than that authorized, the ENGINEER
may direct the CONTRACTOR to provide a higher class of bedding and/or a
higher strength pipe than that required by the Contract Documents in order to
satisfy design requirements without additional compensation.
6. Cut soil true and even so barrel of pipe will have a bearing for the full length.
Trenches shall be sufficiently straight between designated angle points to permit
the pipe to be laid true to line in the approximate center of the trench.
7. Trench excavation shall be made by open cut. Trench sides shall be as vertical
as possible and trench shall be so braced, sheeted, and drained that work may
be performed safely therein.
B. Sheeting and Bracing
1. Excavations shall be sheeted, shored, and braced as will meet all requirements
of the applicable safety codes and regulations; comply with any specific
requirements of the Contract; and prevent disturbance or settlement of adjacent
surfaces, foundations, structures, utilities, and other properties. Any damage to
the work under contract or to adjacent structures or property caused by
settlement, water or earth pressures, slides, cave-ins, or other causes due to
failure or lack of sheeting, shoring, or bracing or through negligence or fault of
the CONTRACTOR in any manner shall be repaired at the CONTRACTOR’S
own expense and without delay.
2. The CONTRACTOR shall assume full responsibility for proper and adequate
placement of sheeting, shoring, and bracing wherever and to such depths that
soil stability may dictate the need for support to prevent displacement. Bracing,
sheeting, and shoring shall be so arranged as to provide ample working space
and so as not to place stress or strain on the in-place structures to any extent
that may cause damage.
3. Trench sheeting shall remain in place until pipe has been laid, tested for defects,
and repaired if necessary, and the earth around it compacted in a minimum of
one pass with vibrator equipment of a depth of one foot (1') over the top of the
pipe. The sheeting, shoring, and bracing materials shall be removed only when
and in such manner as will assure adequate protection of the in-place structures
and prevent displacement of supported grounds. Sheeting and bracing shall be
left in place only as required by the CONTRACT DOCUMENTS or ordered by
ENGINEER. Otherwise, sheeting, and bracing may be removed as the backfilling
reaches the level of respective support. Wherever sheeting and bracing is left in
place, the upper portions shall be cut and removed to an elevation of three feet
(3') or more below the established surface grade as the ENGINEER may direct.
C. Pipe Bedding
1. Pipe shall be laid upon sound, granular material (minimum of six inches (6")), cut
true and even so that the barrel of the pipe will have a bearing for its full length.
337
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 11
CITY PROJECT NO. 20-18 SUBMERSABLE SANITARY SEWER LIFT STATION
CITY OF GOLDEN VALLEY, MN SECTION 11 30 90
WSB PROJECT NO. 020124-000 PAGE 14
2. If unstable material for bedding of pipe or trench backfill is encountered, notify
the ENGINEER. Unstable material shall be removed and replaced with the
foundation material specified herewith as may be ordered by the ENGINEER.
D. Pipe Laying
1. Installation of pipe and fittings.
a. Installation of ductile-iron pipe and appurtenances shall conform to the
requirements of AWWA C-600 Specifications and the Contract
Documents.
2. Pipe shall be laid and maintained to the required line and grade.
3. All materials shall be handled carefully, as will prevent damage to protective
coatings, linings, and joint fittings; preclude contamination of interior areas; and
avoid jolting contact, dropping, or dumping.
4. While suspended and before being lowered into laying position, each pipe
section and appurtenant unit shall be inspected by the CONTRACTOR to detect
damage or unsound conditions that may need corrective action or be cause for
rejection. Inspection procedures shall be approved by ENGINEER. The
CONTRACTOR shall inform the ENGINEER of any defects discovered, and the
ENGINEER will prescribe the required corrective actions or order rejection.
5. Immediately before placement, the joint surfaces of each pipe section and fitting
shall be inspected for the presence of foreign matter, coating blisters, rough
edges, or projections, and any imperfections so detected shall be corrected by
cleaning, trimming, or repair as needed.
6. Trench excavation and bedding preparations shall proceed ahead of pipe
placement as will permit proper placement and joining of pipe and fittings at the
prescribed grade and alignment without unnecessary hindrance. All foreign
matter or dirt shall be removed from the inside of the pipe and fittings before they
are lowered into position in the trench, and they shall be kept clean by approved
means during and after laying. The pipe materials shall be carefully lowered into
laying position by the use of suitable restraining devices. Under no
circumstances shall the pipe be dropped or dumped into the trench.
7. When placement or handling precautions prove inadequate in the ENGINEER’S
opinion, the CONTRACTOR shall provide and install suitable plugs or caps
effectively closing the open ends of each pipe section before it is lowered into
laying position, and they shall remain so covered until removal is necessary for
connection of adjoining unit.
8. At the time of pipe placement, the bedding conditions shall be such as to provide
uniform and continuous support for the pipe between bell holes. Bell holes shall
be excavated as necessary to make the joint connections, but they shall be no
larger than necessary. No pipe material shall be laid in water nor when the trench
or bedding conditions are otherwise unsuitable or improper.
9. Unless otherwise permitted by ENGINEER, bell and spigot shall be laid with the
bell ends facing upgrade and the laying shall start on the downgrade and
proceed upgrade. As each length of bell and spigot pipe is placed in laying
position, the spigot end shall be centered in the bell and the pipe forced home
and brought to correct line and grade. The pipe shall be secured in place with
approved backfill material, which shall be thoroughly compacted around the pipe.
Joint areas shall remain exposed and soil shall be prevented from entering the
joint space until the joint seal is affected.
10. At all times when pipe laying is not in progress, including noon hour and
overnight periods, all open ends of the pipe line shall be closed by watertight
plugs or other means approved by the ENGINEER. If water is present in the
trench, the seals shall remain in place until the trench is pumped completely dry.
11. Wherever it is necessary to deflect ductile-iron pipe from a straight line either in
the vertical or horizontal plane, to avoid obstructions, plumb stems, or produce a
long radius curve when permitted, the amount of deflection allowed at each joint
shall not exceed the allowable limits for maintaining a satisfactory joint seal as
338
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 11
CITY PROJECT NO. 20-18 SUBMERSABLE SANITARY SEWER LIFT STATION
CITY OF GOLDEN VALLEY, MN SECTION 11 30 90
WSB PROJECT NO. 020124-000 PAGE 15
given in AWWA C-600 for mechanical joints and push-on joints. The maximum
angular deflection at any joint for other pipe materials and joints shall not exceed
the manufacturer’s recommendations. If the specified alignment requires angular
deflections greater than recommended or allowed, the CONTRACTOR shall
provide appropriate bends or shorter pipes such that the maximum angular
deflection is not exceeded.
12. CONTRACTOR shall provide dewatering as necessary at no additional cost to
the OWNER. CONTRACTOR will be required to acquire the DNR Water
Appropriations Permit if said permit is deemed necessary. Granular foundation
material shall not be used in lieu of dewatering.
E. Polyethylene Encasement of Pipeline
1. All metal pipe, including valves, fitting, and appurtenances, shall be fully encased
in polyethylene film meeting the requirements of these Specifications unless
otherwise noted. The film shall be furnished in tube form for installation on pipe
and all pipe-shaped appurtenances such as bends, reducers, offsets, etc. Sheet
film shall be provided and used for encasing odd-shaped appurtenances such as
valves, tees, crosses, and other odd-shaped appurtenances.
2. The polyethylene tubing shall be installed on the pipe prior to being lowered into
the trench. Tubing length shall be sufficient to provide a minimum overlap at
joints of one foot (1’) or more. Overlap may be accomplished with a separate
sleeve tube placed over one end of the pipe prior to connecting another section
of pipe, or by bunching extra overlap material at the pipe ends in accordion
fashion. After completing the pipe jointing and positioning the overlap material,
the overlap shall be secured in place with plastic adhesive tape wrapped
circumferentially around the pipe not less than three turns.
3. After encasement, the circumferential slack in the tubing film shall be folded over
the top of the pipe to provide a snug fit along the barrel of the pipe. The fold shall
be held in place with plastic adhesive tape applied at intervals of approximately
three feet (3’) along the pipe length. Also, rips, punctures, or other damage to the
tubing shall be repaired as they are detected. These repairs shall be made with
adhesive tape and overlapping patches cut from sheet or tubing material.
4. At odd-shaped appurtenances such as gate valves, the tubing shall overlap the
joint and be secured with tape, after which the appurtenant piece shall be
wrapped with a flat film sheet or split length of tubing by passing the sheet under
the appurtenance and bringing it up around the body. Seams shall be made by
bringing the edges together, folding over twice, and taping down. Wherever
encasement is terminated, it shall extend for at least two feet beyond the joint
area.
5. Openings in the tubing for branches, service taps, air valves and similar
appurtenances shall be made by cutting an X-shaped slit and temporarily folding
back the film. After installing the appurtenance, the cut tabs shall be secured with
tape and the encasement shall be completed as necessary for an odd-shaped
appurtenance
339
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 11
CITY PROJECT NO. 20-18 SUBMERSABLE SANITARY SEWER LIFT STATION
CITY OF GOLDEN VALLEY, MN SECTION 11 30 90
WSB PROJECT NO. 020124-000 PAGE 16
F. Backfilling in Pipe Zone
1. Backfill materials shall be carefully placed in uniform loose thickness layers up to
twelve inches (12") thick, spread over the full width and length of the trench
section to provide simultaneous support on both sides of the pipeline. Granular
backfill free from rocks, boulders, or frozen material may be placed in twelve inch
(12") layers above an elevation one foot (1') above the top of the pipe. Place and
compact material to a minimum ninety five percent (95%) Standard Proctor
Density.
2. Should the materials available within the trench section be unsuitable or
insufficient for this portion of the backfill as determined by the ENGINEER, the
CONTRACTOR shall provide and place an approved material as defined in this
Specification.
G. Backfilling above Pipe Zone
1. Backfilling with suitable materials selected from the excavated materials to the
extent available and practical. CONTRACTOR shall segregate undesirable
materials encountered during excavation from suitable material.
2. Suitable materials are mineral soils free of rubbish, debris, frozen soil, oversize
stone, concrete and bituminous chunks and other similar unsuitable material.
3. Place backfill materials in uniform depth layers not to exceed eight inches (8”) to
twelve inches (12") before compaction. Acceptably complete the compaction of
each layer before placing material for the succeeding layer.
4. The intent of this specification is to compact the backfill enough to prevent large
settlements above the pipe, but to use as little effort as possible to avoid
disturbing the pipe and bedding at the pipe zone.
5. The method of means of placement and type of compaction equipment used is at
the discretion of the CONTRACTOR. However, all portions of the trench backfill
must meet the ENGINEER approval.
6. Any deficiency in quantity of backfill material will be furnished and installed by the
CONTRACTOR at no additional compensation.
7. Excavated material not suitable or required for backfill is to be disposed of by the
CONTRACTOR. CONTRACTOR shall remove the material from the site and
dispose of said material according to applicable Federal, State, and local
regulations. No additional payment will be made for disposal.
8. Trench areas beyond existing or proposed roadbeds and driveways shall be
compacted by any method approved by the ENGINEER such that the final
density will be ninety five percent (95%) Standard Proctor Density.
9. In those areas where the pipe lines are constructed in existing or proposed
roadways, parking lots or other areas where settlement may cause structural
damage to other utilities, the backfill shall be compacted as follows: Compaction
requirements shall be ninety five percent (95%) Standard Proctor Density from
the pipe zone to three feet (3') below finished grade, and one hundred percent
(100%) Standard Proctor Density in the upper three feet (3') of the trench.
10. Tests to determine the compacted density of the backfill shall be ordered by
ENGINEER if in the ENGINEER’S opinion the compaction is not adequate.
H. Restraining Pipe
1. All joints, including plugs, caps, tees, bends, and other thrust points shall be
provided with restraining glands or tie rods.
3.05 PIPE PRESSURE TESTING
A. Interior lift station piping to be hydrostatically tested prior to applying insulation and/or
paint. Hydrostatic testing to be performed at 150 pounds per square inch for at least two
(2) hours, for each such test. If a pressure change or leakage is detected, the cause shall
340
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 11
CITY PROJECT NO. 20-18 SUBMERSABLE SANITARY SEWER LIFT STATION
CITY OF GOLDEN VALLEY, MN SECTION 11 30 90
WSB PROJECT NO. 020124-000 PAGE 17
be determined and corrected by the CONTRACTOR at no additional cost to the OWNER
and the CONTRACTOR will retest the piping at no additional cost to the OWNER.
B. Hydrostatic Testing of Pressure Forcemains
1. After the pipe has been laid, including fittings and valves and blocking, all newly
laid pipe or any valved section thereof, unless directed otherwise by the
ENGINEER, shall be subject to hydrostatic pressure of 150 pounds per square
inch. The duration of each such test shall be at least two (2) hours.
2. Each section of pipe to be tested shall be filled with water and air expelled at the
highest point. The required taps to expel air or to fill the forcemain shall be
supplied and installed by the CONTRACTOR at no cost to the OWNER, shall be
three quarter inch (3/4") and shall include an approved service saddle when
required.
3. The test apparatus shall be applied at the lowest elevation on the section to be
tested. The apparatus shall be connected to the main at a service tap or special
tap location.
4. The pressure gauge shall be a standard pressure gauge. The dial shall register
from 0 – 200 psi and have a dial size of four and a half inches (4 ½") with one (1)
psi increments.
5. The pressure requirement for an acceptable hydrostatic test shall be a maximum
pressure drop of two (2) psi during the last hour of the two (2) hour pressure test.
If this test requirement cannot be met, the CONTRACTOR shall investigate the
cause, make corrections, and retest until the pressure drop requirement can be
met.
C. CONTRACTOR shall be responsible for necessary safety precautions during testing.
D. CONTRACTOR shall notify ENGINEER seventy-two (72) hours prior to testing pipe.
3.06 START UP AND TESTING
A. A factory-trained service representative shall be present at the time when the station is to
be put into service and turned over to the OWNER. The service representative shall
instruct the OWNER in the proper operation and maintenance of the equipment. The
service representative shall provide a minimum of eight (8) hours for installation, field
testing, and training.
B. At the time of start-up, the CONTRACTOR shall conduct the necessary pumping test to
determine the proper operation of the system. The CONTRACTOR shall furnish all
meters, equipment and water required for these tests and the tests shall be so conducted
as to check the operation of the pumping system. Necessary measurements of the
electrical consumption shall be made to determine whether or not the pump is operating
within the conditions recommended by the pump manufacturer. In the event that the tests
show the equipment does not comply with the specifications of the pump manufacturer,
this shall be sufficient cause to reject the pump and require the CONTRACTOR to
remove it at no cost to the OWNER. All tests therein required shall be supervised by the
ENGINEER.
END OF SECTION 11 30 90
341
DIVISION 26
ELECTRICAL
TABLE OF CONTENTS
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 ELECTRICAL
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 020124-000
SECTION 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL
SECTION 26 05 10 SELECTIVE ELECTRICAL DEMOLITION
SECTION 26 05 19 CONDUCTORS AND CABLES
SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
SECTION 26 05 33 RACEWAYS, FITTINGS AND BOXES
SECTION 6 24 11 ELECTRICAL SERVICE
SECTION 26 60 01 MEASURING AND CONTROL INSTRUMENTS
SECTION 26 60 03 LIFT STATION CONTROL SYSTEM
342
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 COMMON WORK RESULTS FOR ELECTRICAL
CITY OF GOLDEN VALLEY, MN SECTION 26 05 00
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 26 05 00
COMMON WORK RESULTS FOR ELECTRICAL
PART 1 - GENERAL
1.1 SECTION SUMMARY
A. Section Includes, but not limited to:
1. General Requirements for Electrical
2. Equipment and Materials
3. General Workmanship and Installation Requirements for Electrical.
1.2 RELATED SECTIONS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions, Division 0 and Division 01 Specification Sections apply to this Section.
B. Division 26: Electrical
C. Where a Specification Section refers to other Sections under the Article on Related Sections, this
is done for Contractors convenience only. It shall in no way relieve the Contractor of
responsibilities stated in other Sections of the Specifications, even though these Sections are not
specifically referenced. The Contractor is responsible for all information contained in this
Divisions Specifications as well as for information contained in all other Divisions.
1.3 ALTERNATES
A. Refer to Bid Form and Instruction to Bidders.
1.4 REGULATORY REQUIREMENTS
A. Meet or exceed all current applicable codes, ordinances, and regulations for all installations.
Promptly notify the Engineer, in writing, if the contract documents appear to conflict with
governing codes and regulations. Contractor assumes all responsibility and costs for correcting
non-complying work installed without notifying the Engineer.
B. Higher quality of workmanship and materials indicated in the Contract Documents takes
precedence over that allowed in referenced codes and standards.
C. Perform all work in compliance with the currently adopted version of the following codes and
standards for this project:
1. Energy Codes and Standards:
a. International Energy Conservation Code (IECC)
b. Illuminating Engineering Society of North America (IESNA)
c. American Society of Heating, Refrigeration and Air-Conditioning Engineers (ASHRAE
90.1)
2. International Code Council:
a. International Building Code (IBC)
b. International Fire Code (IFC)
3. National Fire Protection Association Codes and Standards:
a. NFPA 70 - National Electrical Code
b. NFPA 72 - Fire Alarm Code
c. NFPA 101 - Life Safety Code
4. National Electrical Safety Code (ANSI C2)
5. City, State and Local Building Codes and Ordinances
6. City, State and Local Fire Codes and Regulations
7. Occupational Safety and Health Administration Regulations (OSHA)
8. Americans with Disabilities Act (ADA)
9. Uniform Federal Accessibility Standards
10. State Department of Health Codes and Regulations
343
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 COMMON WORK RESULTS FOR ELECTRICAL
CITY OF GOLDEN VALLEY, MN SECTION 26 05 00
WSB PROJECT NO. 020124-000 PAGE 2
11. Testing Agencies:
a. Underwriters Laboratory
b. Intertek ETL
1.5 REFERENCES
A. Use the latest edition of the standard or the edition required by governing code where referenced
in the specifications by the following abbreviations:
1. ANSI American National Standards Institute:
a. C2 - National Electrical Safety Code.
b. C62.41-IEEE - Recommended Practice for Surge Voltages in Low-Voltage AC Power
Circuits.
2. ASHRAE American Society of Heating, Refrigerating and Air-Conditioning Engineers
3. CBM Certified Ballast Manufacturer
4. EPA-Environmental Protection Agency
5. ETL Electrical Testing Laboratory
6. ICEA - Insulated Cable Engineers Association:
a. S-95-658 - Thermoplastic-Insulated Wire and Cable.
b. S-65-375 - Rubber-Insulated Wire and Cable.
7. IEEE Institute of Electrical and Electronic Engineers:
a. 112 - Standard Test Procedure for Polyphase Induction Motors and Generators.
b. 519 - Recommended Practices and Requirements for Harmonic Control In Electric Power
Systems.
8. IES - Illuminating Engineering Society
9. NBFU - National Board of Fire Underwriters
10. NECA National Electrical Contractors Association:
a. NECA 1 - Standard Practices for Good Workmanship In Electrical Contracting.
11. NEC - National Electrical Code
12. NECA National Electrical Contractors Association:
a. NECA 101 Standard for Installing Steel Conduit (Rigid, IMC, EMT)
b. NECA 102 Standard for Installing Aluminum Rigid Metal Conduit.
c. NECA 111 Standard for Installing Nonmetallic Raceways (RNMC, ENT, LFNC).
13. NEMA National Electrical Manufacturers Association:
a. TC 2 - Electrical Polyvinyl Chloride (PVC) Tubing and Conduit.
b. MG 1 - Motors and Generators.
c. PB 2 - Deadfront Distribution Switchboards.
d. ICS 2 - Industrial Control and Systems: Controllers, Contactors, and Overload Relays,
Rated Not More Than 2,000 Volts AC or 750 Volts DC.
e. 250 - Enclosures for Electrical Equipment (1,000 Volts Maximum).
f. WC 5 - (See ICEA S-95-658).
g. WC 7 - (See ICEA S-95-658).
14. NESC National Electric Safety Code
15. NFPA National Fire Protection Association
16. OSHA Occupational Safety and Health Administration:
a. 29 CFR 1910 - Occupational Safety and Health Standards.
17. UL Underwriters’ Laboratories, Inc.:
a. UL-6 - Rigid Metal Conduit.
b. UL-83 - Thermoplastic - Insulated Wires and Cables.
c. UL-360 - Liquid-Tight Flexible Steel Conduit.
d. UL-467 - Electrical Grounding and Bonding Equipment.
e. UL 486D - Insulated Wire Connector Systems for Underground Use or In Damp or Wet
Locations.
f. UL-508 - Industrial Control Equipment.
g. UL-651 - Schedule 40 and 80 Rigid PVC Conduit.
h. UL-797 - Electrical Metallic Tubing.
i. UL-810 - Capacitors.
j. UL-891 - Dead-Front Switchboards.
344
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 COMMON WORK RESULTS FOR ELECTRICAL
CITY OF GOLDEN VALLEY, MN SECTION 26 05 00
WSB PROJECT NO. 020124-000 PAGE 3
k. UL-913 - Intrinsically Safe Apparatus and Associated Apparatus for Use In Class I, II,
and III, Division 1, Hazardous (Classified) Locations.
l. UL-1008 - Transfer Switch Equipment.
m. UL-1012 - Power Units Other Than Class 2.
n. UL-1277 - Electrical Power and Control Tray Cables With Optional Optical Fiber
Members
o. UL-1449 - Surge Protection Devices
p. UL-1479 - Fire Tests of Through-Penetration Firestops.
1.6 DEFINITIONS
A. The terms defined below apply to all work included in Division 26.
1. The work The term "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 the Contractor to fulfill the
Contractor’s obligations. The Work may constitute the whole or a part of the Project.
2. Furnish to obtain in new condition ready for installation into the work.
3. Install to store, set in place, connect, and place into operation into the work.
4. Provide to furnish and install.
5. Connect to bring service to the equipment and make final attachment including necessary
switches, outlets, boxes, terminations, etc.
6. Conduit includes in addition to conduit, all fittings, pull boxes, hangers and other supports
and accessories related to such conduit.
7. Concealed hidden from sight in chases, furred spaces, shafts, hung ceilings, embedded in
construction, in crawl spaces or buried.
8. Exposed: not installed underground nor concealed as defined above.
9. Building structure or building structural members - consists of steel columns, steel beams,
steel joists (top chord and at panel points), concrete walls and concrete block walls. Metal
decking, joist bridging, and bottom chords of bar joists shall not be construed as building
structure nor as a building structural member for the purpose of support.
B. The drawing and specifications constitute the Contract Documents. Any item noted in the
specification or shown on the drawings is included in the Contract Documents.
C. All electrical details and drawings are diagrammatic, unless specifically noted. Field-verify all
dimensions and notify the Engineer of any conflicts of discrepancies, in writing, prior to
installation.
1.7 QUALITY ASSURANCE
A. Regulatory Requirements:
1. Initiate, maintain, and supervise all safety precautions required with this work in accordance
with the regulations of the Occupational Safety and Health Administration (OSHA) and other
governing agencies.
B. Environmental Requirements:
1. Do not remove or disturb any asbestos containing materials from the project. Immediately
stop work and notify the Owner if asbestos containing materials are suspected.
2. Do not dispose of any PCB containing materials. Disposal of all PCB containing materials will
be the responsibility of the Owner.
C. Provide new, first quality material for all products specified. Do not reuse materials unless
indicated or approved by the Engineer.
D. Contractor shall have knowledge of latest edition of NFPA 70 (NEC) and additional governing
codes. In addition to the work shown in the Contract Documents, Contractor shall provide all
work to comply with these references. Additional services will not be awarded for Contractor to
perform work to satisfy the AHJ inspection comments. All work is to be included in Base Bid.
E. Provide equipment specified in this section which is listed and labeled by a nationally recognized
testing laboratory.
345
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 COMMON WORK RESULTS FOR ELECTRICAL
CITY OF GOLDEN VALLEY, MN SECTION 26 05 00
WSB PROJECT NO. 020124-000 PAGE 4
F. Comply with ANSI as applicable to equipment specified in this section.
G. Comply with NEMA as applicable to equipment specified in this section.
H. Equipment provided with SCCR ratings/labels shall be provided with sufficient SCCR values to
exceed the available short circuit current at the equipment connection point. Where short circuit
current is not identified in the Contract Documents, contractor is responsible for providing the
necessary calculations for coordination.
1.8 PROJECT/SITE CONDITIONS
A. Site Inspections:
1. Before submitting a proposal on the work contemplated, examine the site of the proposed
work, and become thoroughly familiar with existing conditions and limitations. No extra
compensation will be allowed because of misunderstanding as to the amount of work
involved nor bidders lack of knowledge of existing conditions which could have been
discovered or reasonably anticipated prior to bidding.
2. Conduits, pipes, ducts, lights, devices, speakers, etc., shown on the drawings as existing
have been based on existing plans and casual site observations, and may not be installed as
originally shown. It is the Contractors responsibility to visit the site and make exact
determination of the existence, location, and condition of such facilities prior to submitting a
bid.
B. Correlation of Work:
1. Consult the drawings and specifications of all other Divisions for correlating information and
lay out work so that it will coordinate with other trades. Verify dimensions and conditions (i.e.,
finished ceiling heights, footing and foundation elevations, beam depths, etc.) with the
Structural drawings. Notify the Engineer of any conflicts that cannot be resolved, in the field,
by affected trades. Replacement of work due to lack of coordination and failure to verify
existing conditions will be completed at no cost to the Owner.
2. Install all conduit, cable tray, busduct, equipment, etc. allowing proper code and maintenance
clearances and to avoid blocking passageways and access panels.
3. Where work must be replaced due to the failure of the Contractor to verify the conditions
existing on the job, such replacement must be accomplished at no cost to the Owner. This
applies to shop fabricated work as well as to work fabricated in place.
4. Throughout the course of the work, minor changes and adjustments to the installation may be
requested by the Engineer. The Contractor shall perform adjustments without additional cost
to the Owner, where such adjustments are necessary to the proper installation and operation
within the intent of the Contract Documents. This does not include work already completed.
5. Obtain exact location of connection to equipment, furnished by others, from the person
furnishing the equipment.
6. Include the better quality, greater quantity or higher cost for an item or arrangement where a
disagreement exists in the drawings and specifications.
C. The Contract Documents shall govern in the instances where requirements indicated are greater
than those stated in the governing codes and standards.
1.9 FIRESTOPPING
A. Provide firestopping around all new penetrations, sleeves and openings through all partitions,
walls, and floors.
B. Provide UL listed components installed by a certified and factory trained personnel.
1.10 SEQUENCING AND SCHEDULING
A. Refer to General Conditions and Requirements.
346
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 COMMON WORK RESULTS FOR ELECTRICAL
CITY OF GOLDEN VALLEY, MN SECTION 26 05 00
WSB PROJECT NO. 020124-000 PAGE 5
1.11 EQUIPMENT INSTRUCTIONS AND PARTS LITERATURE
A. Instruction and parts literature are generally packed with electrical equipment and devices.
Contractor shall remove this literature from the packing container or equipment enclosure,
identify the literature with the equipment to which it applies, and file the literature in loose-leaf
binders with index tabs. Each binder shall have an index which lists each piece of equipment and
the literature which applies to it. An index tab shall be provided for each piece of equipment.
B. Contractor shall establish a procedure with the other trades for receiving, identifying, and filing
literature for devices which are removed from their packaging and installed by other trades.
1.12 SUBMITTALS
A. Submit the following items consistent with Division 0 and Division 1. Refer to each Section under
Division 26 for additional submittal requirements particular to that Section.
B. Prior Approvals:
1. Submit approval form for each request for prior approval.
2. Submittals shall be formally presented to the Project Engineer. Submittals presented to the
Electrical Engineer prior to approval of Project Representative will not be reviewed or
accepted.
3. Submit hard copy, bound, written requests to use unspecified items, to the Engineer, no later
than ten (10) calendar days prior to the bid opening. Submit detailed information for
proposed material or equipment specific to the project, clearly indicating all options included
in the submittal.
4. Accepted substitutions will be incorporated in an Addendum to the Contract Documents.
5. Contractor is responsible for dimensional differences, electrical requirements, and any other
resulting changes, when using accepted substitutions. Contractor is responsible for any
additional costs incurred because of substitutions, including other contractors and Engineer
fees.
6. Material and equipment not specified or accepted in an Addendum will be removed and
replaced at no cost or inconvenience to the Owner.
C. Work Scope Change:
1. If a work scope change is requested and Contractor would like to be awarded additional
compensation or a deduct from original contract is requested, Contractor shall provide a
schedule of values for all associated proposed work.
a. Pricing shall be grouped to represent each itemized work scope change.
b. Each piece of equipment shall be itemized, along with cost of item. Labor to install said
item shall be presented on a separate line item.
c. Provide a final lump sum number for all work associated with the change and individual
pricing for each item on the schedule of values.
d. Engineer may request additional breakdown for improved clarity and Contractor must
comply prior approval for the additional compensation or credit.
e. Comply with the requirements set forth in Division 0 and Division 1.
2. Contractor shall provide actual manufacturer and distributer invoices showing cost of work
affected by the work scope change upon request of Engineer and/or Owner representative.
3. Contractor is solely responsible for delays in schedule where Contractor is required to
resubmit documentation, revise requested documentation or provide additional information
associated to gaining approval for the work scope change.
D. Shop Drawings and Manufacturers Information:
1. Submit in accordance with the Division 0 and Division 1. Unless noted otherwise, submit
drawings to the Engineer for review within 30 calendar days after award of Contract.
2. Provide separately bound documents for each submittal for each section. Combination
submittals will be returned to the Contractor without review and count as 1 submittal. Do not
combine submittals from multiple sections.
347
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 COMMON WORK RESULTS FOR ELECTRICAL
CITY OF GOLDEN VALLEY, MN SECTION 26 05 00
WSB PROJECT NO. 020124-000 PAGE 6
3. Include project name, name of Engineer, contractor, sub-contractor, manufacturer, supplier,
and sales representative, include name, address, and phone number for the sales
representative. Clearly identify section number and description of equipment submitted. Shop
drawings not including all this information will be returned without review and count as 1
submittal.
4. Examine all shop drawings noting capacity, arrangement, and physical dimensions. Clearly
mark all relevant items on catalog data and cross-out unrelated information.
5. Submittals for equipment provided by the Electrical Contractor shall bear a stamp or specific
written certification from the Electrical Contractor, certifying the submittals have been
reviewed and approved by the submitting Electrical Contractor.
6. Provide the following shop drawing and manufacturer information:
a. Product Data Sheets:
1) Product and component data sheets which describe all equipment and devices to be
provided.
2) Include all features specified.
3) Provide dimensioned prints with weights.
4) Highlight or otherwise accentuate on each data sheet the specified product features
and product numbers.
5) Features or part numbers which do not apply shall be struck through, crossed out,
blacked out, or otherwise identified as not applicable.
b. Composite Drawing:
1) Include power and control wiring for all systems and equipment.
2) Show basic systems on composite drawing.
3) Use terminal numbers on drawings and schematics.
4) Use separate drawings to show details of sub-systems.
5) Identify sub-system drawing interface points on composite drawing and sub-system
drawings; terminal numbers of interface points shall be the same on both drawings.
6) Revise or redraw manufacturers standard drawings to meet above requirements.
c. Record all Changes to Existing Systems:
1) Revise all wiring diagrams and schematic diagrams to show final installation:
a)Includes all new and existing equipment diagrams.
d. Programmable Systems:
1) Description of programmable system operation, including but not limited to
input/output functions, control capabilities, configuration procedures, starting
setpoints, etc.
2) Preliminary graphic screens and reports.
a)This submittal shall occur prior to shipment of the system.
e. Manufacturers Installation Instructions:
1) Include with shipment.
7. If the Engineer rejects (Make corrections noted/Submit corrected copy, Rejected/Submit
specified item) two (2) times for material under the same section the Engineer will be
compensated for the additional reviews. Compensation will be incorporated by Change Order
and deducted from the Contractors application for payment. Contractor is solely responsible
for any project delays caused by having to resubmit submittals.
E. Operating and Maintenance Manuals:
1. Include all the information provided with the approved shop drawings and manufacturers
information.
a. Update and complete control system drawings and descriptions for all equipment.
b. All documentation shall include modifications made which reflect the final installation.
c. Provide all completed testing reports.
2. Date the manuals with the day, month, and year they are provided to the Owner/Engineer.
3. Provide manufacturers user manuals and installation instructions.
4. Provide 3 hard (paper) copies in a 3-ring binder. Provide a table of contents and each piece
of equipment or sub-system shall be tabbed.
348
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 COMMON WORK RESULTS FOR ELECTRICAL
CITY OF GOLDEN VALLEY, MN SECTION 26 05 00
WSB PROJECT NO. 020124-000 PAGE 7
5. Provide 2 digital copies in a PDF format saved to a USB drive. The saved files shall be
clearly identified and organized in a similar manner to the hard copies
a. Data saved on the disks shall be accessible and neatly organized.
b. Provide a table of contents which utilizes bookmarks and links. The links shall take the
reader to a specific page when the reader clicks on the desired title in the table of
contents. A link shall be provided for materials associated with each piece of equipment
included in the O&M manual.
6. Record all Changes to Existing Systems
7. Insert revised documents into the Owners existing operation and maintenance manuals in
place of original documents, if such O&Ms exist.
F. Record Documents:
1. Provide two digital pdf copies saved to separate USB drives. Record Drawings shall be of
the same size as the original published contract drawings.
2. Shall be provided with the O&Ms.
3. Record drawings shall include all work scope changes, including addenda.
4. Record drawings shall show locations of all above ceiling control devices, such as relays,
contacts, control modules, monitor modules, power packs, fire/smoke detection equipment,
etc.
5. Refer to Division 0 and Division 1 for additional Record Drawing requirements.
PART 2 - PRODUCTS
2.1 EQUIPMENT AND MATERIALS
A. All electrical and control equipment and materials shall be provided as specified in the Contract
Documents.
B. All equipment and materials shall be new and shall bear the Underwriters Laboratories (UL) label
if such products are listed by UL.
C. Where applicable, equipment and materials shall conform to ANSI, ICEA, IEEE, and NEMA
Standards.
2.2 TAMPERPROOF HARDWARE
A. Where tamperproof hardware is called out, provide torx head with center pin reject hardware for
the following electrical work:
1. Light fixture housings
2. Covers to electrical enclosures, pull boxes, cabinets, junction boxes, wireways
3. Cover plates (both maximum security and stainless steel cover plates)
2.3 HAZARDOUS LOCATIONS
A. An area identified where fire or explosion hazards may exist due to flammable gases, flammable
liquid-produced vapors, combustible liquid-produced vapors, combustible dusts or ignitable
fibers/flyings.
B. Installations in areas identified as hazardous locations, at a minimum, meet the requirements of
the latest edition of the National Electrical Code (NFPA 70). Where specifications are more
conservative than the National Electrical Code requirements, the specification shall be followed.
C. Refer to drawings for hazardous location identifications.
D. All installations in Class 1, Division 1 and 2 hazardous locations shall meet the NEC
requirements for a Class 1, Division 1 hazardous location. Unless noted otherwise.
2.4 CORROSIVE ENVIRONMENTS
A. Corrosive environment is an area or space which there are gases, vapors, liquids, or other
material cause a caustic effect on materials, more so than standard air.
349
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 COMMON WORK RESULTS FOR ELECTRICAL
CITY OF GOLDEN VALLEY, MN SECTION 26 05 00
WSB PROJECT NO. 020124-000 PAGE 8
B. All products supplied in corrosive environments shall be suitable for installation and resist
corrosion which may be caused by the potentially present caustic agent.
C. The following areas shall be considered as a corrosive environment.
1. Sanitary lift station wetwell.
PART 3 - EXECUTION
3.1 CONSTRUCTION LIGHTING & POWER SYSTEM NEW CONSTRUCTION
A. Provide construction power and lighting that adheres to the NEC Article 590 Temporary
Installations
B. Furnish, install, and maintain a construction lighting and power system, as directed herein for the
use of all trades. As soon as a directive to proceed is issued, arrange with the power company
suitable temporary power:
1. Provide not less than ‰ watt per square foot for temporary lighting with a minimum of one
light per room or space. Provide 200 watt, inside frosted, incandescent lamps for each outlet.
2. Provide 20-amp, 120-volt, single phase duplex, grounding type, receptacles and 50-amp, 240
volt, single phase receptacles. Locate receptacles so no location in the building is more than
75 feet from either type of receptacle. Provide ground fault protection as required by the
NEC.
C. Materials furnished for the temporary light and power system remain Contractors property.
Remove when there is no longer any need for temporary light and power or when directed by the
Owner.
D. Electrical energy costs for the temporary separate system paid by the Owner.
E. Power company connect-and-disconnect charges for Contractor trailers and equipment shall be
paid by the Contractor.
3.2 PREPARATION
A. Continuity of Service:
1. No Division 26 systems are to remain inactive at the end of the workday. Assure that the
systems are all operational at the end of each workday. Coordinate temporary outages with
the Owner.
2. Coordinate/schedule all work with the Owner to minimize any disruptions. Confine all
interruptions to the smallest possible area. Provide temporary connections if required to
provide continuity of service.
3. Inspect all areas affected by the interruptions and return all automatically controlled
equipment, electrically operated equipment to the same operating condition prior to the
interruption.
B. Use of Facility:
1. Do not disturb normal use of the facility, except within the immediate construction area. Keep
walks, driveways, entrances, etc. free and clear of equipment, material and debris.
2. Store all equipment and material in a place and manner that minimizes congestion and is
approved by the Owner.
3.3 INSTALLATION
A. Material and Workmanship
1. Provide new material and equipment, unless noted otherwise. Protect equipment and
material from damage, dirt, and the weather.
2. Provide the highest quality workmanship and perform all work only by skilled mechanics.
Install material and equipment in accordance with manufacturers recommendations,
instructions and current NECA standards.
3. The Engineer reserves the right to reject material or workmanship not in accordance with the
specifications, before or after installation.
350
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 COMMON WORK RESULTS FOR ELECTRICAL
CITY OF GOLDEN VALLEY, MN SECTION 26 05 00
WSB PROJECT NO. 020124-000 PAGE 9
4. Engineer and Owner have the right to determine if equipment, boxes and covers are not
accessible. Where electrical work is determined to be not accessible, Contractor shall modify
the work as directed at no additional cost to the Owner.
B. Excavation and Backfilling:
1. Provide all excavation and backfilling required to complete the installation of the electrical
system. Conform with the provisions of Division 31 Earthwork of these specifications for all
work.
2. Bed all conduit and structures on a 6" thick compacted layer of granular material. Should
unsatisfactory soil conditions be discovered, the Engineer will inspect the excavation and
determine the necessary additional support required.
3. Backfill around conduit and structures by hand using coarse sand, pit run gravel or the native
material if it is like the above. Remove all large stones, frozen lumps, perishable rubbish, and
excessive amounts of clay. Carefully compact this material in 6" layers to a depth of 8" above
the conduit, cable, or duct. Compact to not less than 90% outside the building and 95% within
the building limits of maximum density given by ASTM D698-70T (Standard Proctor Density).
Engineer reserves the right to require soil compaction tests in any areas which do not appear
to be compacted properly with the cost of the test paid by the Contractor.
4. Replace all existing surface improvements (i.e., street pavement, curbs, sidewalks, finish
sodding, etc.) removed or damaged in the course of the work unless such improvements are
to be reconstructed under the general contract. Make all necessary arrangements to perform
such repairs, pay all costs in connection therewith and include them in the bid.
C. Cutting and Patching:
1. Perform all cutting and patching necessary to work, unless specifically delegated to be
performed under a different Division.
2. Obtain special permission from the Engineer before cutting structural members or finished
material.
3. Perform all patching in a manner as to leave no visible trace and return the area affected to
the condition of undisturbed work. Perform all patching by workers experienced, skilled, and
licensed for the work involved. Work deemed unacceptable by Engineer or Project
Representative will not be accepted.
4. Patch all holes left because of demolition of electrical equipment and devices.
5. Drill all holes in masonry with rotary drill. Impact tools are not allowed. Core drill all holes in
masonry and concrete for electrical raceway. Provide and dispose of all water required for
core drilling. Coordinate with other trades to prevent damage from water.
6. Prevent the spread of dust, debris, and other material into adjacent areas.
7. Replace all ceiling tiles damaged during installation of work, with new tile.
D. Painting:
1. Refinish all electrical equipment damaged during shipping and/or installation to its original
condition. Remove all rust; prime, and paint per manufacturer’s recommendations for finish
equal to original.
E. Coordination:
1. Coordinate the location of all outlets and associated equipment with other systems before
installation. Work which must be replaced due to the failure of the Contractor to verify the job
conditions and coordinate with other disciplines shall be completed at no additional cost to
the Owner.
2. Coordinate all door swings in the field before locating devices.
3. Coordinate all equipment dimensions before submitting equipment. This includes all shop
fabricated work as well as work fabricated in place. It shall be assumed that equipment
submitted has been coordinated by Contractor and the submission indicates Contractor
verifies equipment will fit in allocated location space. If Contractor believes there is or finds a
workspace issue, Contractor shall notify Engineer prior to submitting equipment.
Replacement or modification of equipment and/or space due to lack of coordination and
351
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 COMMON WORK RESULTS FOR ELECTRICAL
CITY OF GOLDEN VALLEY, MN SECTION 26 05 00
WSB PROJECT NO. 020124-000 PAGE 10
failure to verify existing conditions shall be completed by Contractor at no additional cost to
the Owner.
4. Contractor shall be responsible for obtaining exact location of connection to equipment
furnished by others, from the person furnishing the equipment.
5. Contractor is responsible for coordinating elevator equipment ratings with the elevator
equipment supplier. Incorrect equipment installation due to failure to coordinate equipment
ratings shall be replaced by Contractor at no additional cost to Owner.
6. If conduit, wiring or equipment cannot be installed as specified, including but not limited to
installing concealed or in designed space, Contractor shall notify Engineer with ample time to
review the request before Contractor purchases and/or installs such equipment. Owner and
Engineer cannot and will not be held responsible for delays in project for Contractor failure to
provide ample notice to review and respond to the potential issue.
3.4 FIRESTOPPING
A. Provide firestopping around all new penetrations, sleeves and openings through all partitions,
walls, and floors.
B. Install firestopping on both sides of each partition, completely filling the void around the opening.
C. Firestopping of interior of conduits and sleeves is by the contractor providing the cabling inside
the conduit or sleeve.
3.5 RECEIVING AND STORING EQUIPMENT
A. All equipment shall be handled and stored in accordance with the manufacturer’s instructions.
B. In general, equipment packaging is not designed to protect the contents for outdoor storage. As a
minimum, Contractor shall store the equipment prior to installation in a clean, dry location free
from excessive temperatures, humidity, or foreign materials normally encountered at a Site. If the
storage facility is unheated, Contractor shall provide heating to protect equipment from
condensation, which could cause components to corrode or to be otherwise damaged.
3.6 EQUIPMENT MOUNTING
A. Unless noted otherwise, equipment which is not free-standing shall not be mounted on wood
panels, but shall be attached to concrete or masonry walls, support channels, or building
structural steel.
3.7 FIELD QUALITY CONTROL
A. Refer to Division 0 and Division 1 for additional requirements.
B. Final Observation:
1. A final inspection of the electrical systems will be required before the Contract can be closed
out. Request a final inspection by the Engineer after all systems are fully completed and
operational. The Engineer will schedule an observation and generate a list of items to be
corrected or completed before Contract Closeout. If the Contractor notifies the Engineer the
work is ready for final observation, final evaluation of control systems, or commissioning
exercise by the Contractor, and the Engineer finds the work is not complete enough to
perform that observation, the Contractor will compensate the Engineer for his time. The
Contractor will then perform the necessary work to complete the project and again request a
Final Observation.
3.8 CLEAN UP
A. Keep the premises free from accumulation of waste material or rubbish, caused by his
employees or work, always. Remove rubbish, tools, scaffolding, and surplus materials from and
about the building, and leave work areas "broom clean" or its equivalent upon completion of the
work. Clean electrical equipment and remove temporary identification. In case of dispute the
Owner will remove the rubbish and charge the cost to the Contractor.
352
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 COMMON WORK RESULTS FOR ELECTRICAL
CITY OF GOLDEN VALLEY, MN SECTION 26 05 00
WSB PROJECT NO. 020124-000 PAGE 11
B. After tests have been made and accepted clean light fixtures, panels and other equipment
installed by the Contractor, leaving the entire work area in a clean and complete working order.
3.9 PROTECTION
A. Cover openings and equipment, where set, to prevent obstruction to conduits, breakage, misuse,
or disfigurement of equipment. Cover openings in equipment immediately upon uncrating or
receipt at the job site and keep covered until permanent connection is made.
B. Contractor is responsible for any damage to electrical equipment or materials until final
acceptance of the entire project by the Owner. Keep all equipment clean materials until final
acceptance of the entire project by the Owner.
C. If a portion of the project is to be occupied by the Owner prior to Substantial Completion of the
entire project, decide with the Project Engineer to transfer responsibilities for protection and
housekeeping.
END OF SECTION
353
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 COMMON WORK RESULTS FOR ELECTRICAL
CITY OF GOLDEN VALLEY, MN SECTION 26 05 00
WSB PROJECT NO. 020124-000 PAGE 12
PAGE INTENTIONALLY LEFT BLANK
354
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 SELECTIVE ELECTRICAL DEMOLITION
CITY OF GOLDEN VALLEY, MN SECTION 26 05 10
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 26 05 10
SELECTIVE ELECTRICAL DEMOLITION
PART 1 - GENERAL
1.1 SUMMARY
A. This Section includes all labor, material, equipment, and services necessary and incidental to
complete all the selective and or complete demolition and removal of electrical systems in the
areas of remodeling or affected by remodeling, and the rework and extension of electrical
systems indirectly affected by electrical system served downstream from the demolished
electrical systems.
1.2 REFERENCES
A. Sections 26 05 00 and all references contained therein form a part of this Section of the
Specifications.
PART 2 - PRODUCTS
2.1 MATERIALS AND EQUIPMENT
A. Materials and equipment for patching and extending work: As specified in individual Sections.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Demolition Drawings are diagrammatic and based on casual field observation and existing
record documents. Report discrepancies to Architect/Engineer before disturbing existing
installation.
B. Examine the building to determine actual conditions and extent of work prior to bidding the
project. Refer any unclear details or conflicts to the Architect/Engineer for clarification prior to
bidding the drawings.
C. Refer to Mechanical, Plumbing and Architectural documents for additional demolition
requirements which may be required to include in the bid.
D. Verify that field measurements and circuiting arrangements are as shown on Drawings.
E. Verify that abandoned wiring and equipment serve only abandoned facilities.
F. Beginning of demolition means installer accepts existing conditions.
3.2 PREPARATION
A. Coordinate phasing of the demolition work with the construction sequence schedule.
B. Disconnect electrical systems in walls, floors, and ceilings scheduled for removal.
C. Coordinate utility service outages with Utility Company.
D. Identify and provide new supporting means for existing electrical equipment such as low voltage
cabling, conduits, boxes, pull boxes, conduit bodies, and conduit racks that will need additional
support due to the demolition of the existing supports. This includes existing systems which are
identified to require supports and become exposed when ceilings are removed.
E. Contractor shall provide new supports for all existing electrical conduit, cabling, fixtures and
devices which is not supported per the requirements of the NEC and becomes uncovered due to
removal of ceilings or walls.
355
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 SELECTIVE ELECTRICAL DEMOLITION
CITY OF GOLDEN VALLEY, MN SECTION 26 05 10
WSB PROJECT NO. 020124-000 PAGE 2
F. Erect, and maintain temporary safeguards, including warning signs and lights and barricades for
protection of the public, Owner, Contractors employees, and existing improvements to remain.
G. Provide temporary emergency lighting and illuminated exit signage as required by the Building
Official or AHJ.
H. Electrical Service:
1. Maintain existing system throughout construction in service until new system is complete
and ready for service.
2. Disable system only to make switchovers and connections. Notify and obtain permission
from Owner, Architect/Engineer at least 24 hours before partially or disabling system.
Minimize outage duration.
3. Make temporary connections to maintain service in areas adjacent to work area.
I. Coordinate and sequence demolition so as not to cause shutdown of operation of surrounding
areas.
J. Conduct demolition to minimize interference with adjacent and occupied building areas.
K. Perform noisy work before or after the Owners working hours to minimum disruption.
L. Contractor assumes responsibility if damage occurs to any and all devices to be reinstalled. If
Contractor finds a damaged piece of equipment prior to demolition, Contractor shall note the
equipment and notify the Owners Representative and Engineer prior to removing the items. If
Contractor does not provide the proper notification, Contractor will be held responsible for
repairing or replacing the damaged equipment.
3.3 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK
A. Owner reserves the right of first refusal to obtain material shown to be removed under this
contract. Items not retained by the Owner become the property of the Contractor and must be
removed from the premises and disposed at no additional costs to the Owner.
B. Demolish electrical systems in walls, floors, and ceilings identified to be demolished.
C. Demolish and extend existing electrical work under and this Section or as indicated on the
Drawings. Remove devices, conduit, wire, boxes, and fastening devices to avoid any
interference with new installation.
D. Demolish and remove all electrical systems indicated for demolition. No portion of these systems
may be abandoned in place.
E. Remove, relocate, and extend existing installations to accommodate new construction or to
maintain systems downstream from demolished area.
F. Provide supports for all existing electrical equipment that was supported previously by
demolished walls, floors, ceiling or other structures. Provide new supports from structural
members not slated for demolition, prior to any demolition.
G. Remove abandoned wiring to source of supply.
H. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling
finishes. Cut conduit in walls, floors, or columns back to a point where patching can be
adequately performed and patch surfaces.
I. Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit
servicing them is abandoned and removed. Provide blank cover for abandoned outlets which are
not removed.
J. Disconnect and remove abandoned panelboards and distribution equipment.
K. Disconnect and remove electrical devices and equipment serving utilization equipment that has
been removed.
L. Disconnect and remove abandoned luminaries. Remove brackets, stems, hangers, and other
accessories.
356
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 SELECTIVE ELECTRICAL DEMOLITION
CITY OF GOLDEN VALLEY, MN SECTION 26 05 10
WSB PROJECT NO. 020124-000 PAGE 3
M. Repair adjacent construction and finishes damaged during demolition and extension work.
N. Maintain access to existing electrical installations which remain active. Modify installation or
provide access panel as appropriate.
O. Extend existing installations using materials and methods compatible with existing electrical
installations, or as specified. Relocate and reroute conduit and wiring as required for conduit
concealed in walls or structure being altered as part of the remodeling. Maintain continuity to all
devices in and downstream of remodeled work.
P. Reroute existing raceway and wiring which is exposed due to removal of existing construction.
Conceal new raceway and wiring and maintain operation.
Q. If conductors are required to be removed from existing raceways, install with new conductors.
R. Dispose of fluorescent lamps, ballasts, and other hazardous materials in accordance with State
and Federal regulations.
S. Seal all holes and openings left in smoke, sound or fire rated walls, ceilings, or floors.
Completely fill with intumescent type fire rated barrier.
T. When ceilings are to be removed and ceiling devices such as luminaires, receptacles, WAPs,
fire alarm equipment, security equipment, and others is indicated to be removed and reinstalled,
Contractor shall remove and store the equipment offsite until the project has advanced enough
and the equipment can be reinstalled. The Contractor may elect to temporarily support the
devices in place; however, Contractor must coordinate this with all disciplines and Contractor is
responsible for removing and/or relocating the equipment as needed during the course of work.
END OF SECTION
357
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 SELECTIVE ELECTRICAL DEMOLITION
CITY OF GOLDEN VALLEY, MN SECTION 26 05 10
WSB PROJECT NO. 020124-000 PAGE 4
PAGE INTENTIONALLY LEFT BLANK
358
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 CONDUCTORS AND CABLES
CITY OF GOLDEN VALLEY, MN SECTION 26 05 19
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 26 05 19
CONDUCTORS AND CABLES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes, but not limited to:
1. Wire
2. Multi-conductor Instrument Cable.
3. Terminals and connectors.
4. Installation.
5. Splices, Taps, and Terminations.
6. Identification.
1.2 REFERENCES
A. Section 26 05 00: Common Work Results for Electrical
B. Section 26 08 00: Testing and Adjustments to Electrical Systems
1.3 SUBMITTALS
A. Submit shop drawings and descriptive data in accordance with Section 26 05 00.
PART 2 - PRODUCTS
2.1 WIRE
A. All wire and cable shall be:
1. New and coiled or on reels.
2. Each coil and/or reel shall have a label with the manufacturer’s name, trade name of wire,
size of wire, and UL label.
B. Provide conductors with 90”C insulation system, 600-volt rating, U.L. approved and listed for
specific application.
C. Feeder and Branch Circuit Wire:
1. Stranded conductor, unless noted otherwise.
a. Solid copper conductors shall be used for lighting and convenience receptacle circuits.
2. THWN insulated for conductor sizes #4 AWG and smaller.
3. XHHW or THWN insulation for conductor sizes #3 AWG and larger.
D. Provide minimum No. 14 AWG conductor size, unless noted otherwise.
a. Wiring for power circuits shall not be less than 12AWG in size, unless noted otherwise.
b. Unless otherwise specified elsewhere in these specifications, control wiring shall be not
less than No. 14 AWG.
c. Control wiring shall be sized such that the voltage drop under in-rush and continuous
operation conditions does not adversely affect operation of the controls.
E. All conductors shall be copper; aluminum conductors will not be allowed.
2.2 MULTI-CONDUCTOR INSTRUMENT CABLE
A. 2-conductor, 3-conductor, or 4-conductor as required by the process or equipment.
B. Twisted shielded cable, Aluminum foil shield and drain wire.
C. Stranded tinned copper conductors, minimum size of #16 AWG copper.
D. Polyethylene color-coded insulation.
E. Overall PVC or neoprene jacket which is resistant to oil, ozone, moisture, and sunlight.
359
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 CONDUCTORS AND CABLES
CITY OF GOLDEN VALLEY, MN SECTION 26 05 19
WSB PROJECT NO. 020124-000 PAGE 2
F. Contractor shall verify cable and signal requirement with equipment manufacturer
recommendations. Special instrument and signal cable shall be provided with the equipment
which requires them.
2.3 WIRE COLOR CODING
A. Contractor may use color coding at his discretion, except for the following colors, which shall be
used only as designated below for both power and control circuits.
1. Control Circuits
a. Dark Blue - Direct current circuits.
b. Light Blue - Intrinsically safe conductors.
c. Green - Grounding conductor.
d. White - Neutral conductor.
2. Power Circuits
120/240V 208Y/120V 480Y/277V
Phase A Black Black Brown
Phase B Red Red Orange
Phase C Blue Yellow
Neutral White White Gray
Ground Green Green Green
3. Use solid colors through Size No. 8 AWG.
4. Use black conductors with tape color identification No. 6 AWG and larger.
2.4 TERMINALS AND CONNECTORS
A. Tool compressed terminals and connectors shall be made of 1 piece seamless highly conductive
copper with a uniform tin-plate coating to minimize corrosion.
B. Step-down adapters shall be copper compression type.
C. Electrical spring connectors:
1. Solderless, screw-on, reusable pressure cable type, with integral insulation, approved for
application used.
2. The integral insulator shall have a skirt to completely cover the stripped conductors.
D. Electrical push-in connectors:
1. Nylon/PC housing material.
2. Copper contacts with tin plating.
3. Rated for 221 degree F.
4. 2,3 or 4 port as needed per circuit. Do not provide unused ports.
5. Sized per wire gauge.
6. To be used with wire gauge 12 and smaller.
7. UL Listed.
8. Manufacturer:
a. Ideal
b. Or pre-approved equal.
E. Fork Terminals:
1. Vinyl or nylon self-insulated locking type.
2. Terminal insulation that supports wire insulation.
3. Manufacturer:
a. Thomas & Betts Type FL
b. Burndy Type TP-LF
c. Panduit Type PNF
d. 3M Type MNG.
F. Electrical Tape:
1. UL Listed.
2. Weather resistant.
360
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 CONDUCTORS AND CABLES
CITY OF GOLDEN VALLEY, MN SECTION 26 05 19
WSB PROJECT NO. 020124-000 PAGE 3
3. Moisture resistant vinyl.
4. Rated for the voltage system which it is applied.
5. Temperature rating suitable for the application on which it is applied.
G. Motor Connection Kit:
1. UL Listed.
2. Qualified to ANSI standards.
3. Rated to withstand 1000V.
4. For use on in-line or stub motor lead splices.
5. Resistant to abrasion.
6. Installed per manufacturer’s recommendations.
H. Underground Splices for No. 10 AWG and Smaller:
1. Solderless, screw-on, reusable pressure cable type, with integral insulation. Listed for wet
locations, and approved for copper and aluminum conductors.
2. The integral insulator shall have a skirt to completely cover the stripped conductors.
3. The number, size, and combination of conductors used with the connector, as listed on the
manufacturer’s packaging, shall be strictly followed.
I. Underground Splices for No. 8 AWG and Larger:
1. Mechanical type, of high conductivity and corrosion-resistant material. Listed for wet
locations, and approved for copper and aluminum conductors.
2. Insulate with materials approved for the particular use, location, voltage, and temperature.
Insulation level shall be not less than the insulation level of the conductors being joined.
3. Splice and insulation shall be product of the same manufacturer.
2.5 CONDUCTOR PULLING COMPOUND
A. Rated for use with the conductor insulation and conduit material.
B. Non-conductive.
C. Non-cementing.
D. Dry to a fine lubricating powder or a thin film which does not harden in conduit.
E. UL Listed.
F. Rated for repeated exposure to high heat or freezing temperatures.
2.6 CONDUCTOR IDENTIFICATION
A. Imprinted labels
1. UL Listed.
2. Machine typed in blank ink.
B. Label Sleeves
1. Non-burning.
2. Heat-shrinkable.
3. Clear.
4. UL Listed.
C. Self-Laminating
1. Vinyl.
2. Wrap around.
3. Acrylic adhesive.
4. Water and Oil Resistant.
5. UL Listed
6. Machine typed in blank ink.
D. Manufacturers:
1. Brady
2. 3M
3. Raychem TMS
4. Thomas & Betts E-Z Code
361
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 CONDUCTORS AND CABLES
CITY OF GOLDEN VALLEY, MN SECTION 26 05 19
WSB PROJECT NO. 020124-000 PAGE 4
PART 3 - EXECUTION
3.1 WIRE INSTALLATION
A. Install conductors in accordance with the NEC, as specified, and as shown on the drawings.
B. Install all conductors in a continuous raceway system.
C. Splice conductors only in outlet boxes, junction boxes, pullboxes, manholes, or handholes.
D. Pulling compound shall be approved by the cable manufacturer.
E. Conductors of different voltage systems shall not be installed in the same raceway.
F. Examine all wire before installation. Do not use any wire with insulation that is damaged in any
way.
G. Do not pull wire into the conduit until the conduit system is complete. Pull all conductors into
raceway at the same time.
H. Adequate measures shall be employed to determine that the raceways are free of foreign
material and moisture before pulling wire or cable.
I. Test all cable and wire for continuity and for shorts prior to energizing any circuits.
J. Conductors shall extend at least 4 past the point of the cover on any junction or pull box
installed.
K. For connections to motors, transformers, and vibrating equipment, stranded conductors shall be
used only from the last fixed point of connection to the motors, transformers, or vibrating
equipment.
L. Conductors shall be without splice from termination to termination, unless indicated otherwise on
the Drawings.
M. Provide an equipment grounding conductor with each circuit.
N. The use of a shared neutral on multiwire branch circuits will not be allowed. Each circuit shall be
provided with its own neutral conductor(s), unless noted otherwise in the Contract Documents.
O. Contractor shall provide conductors of the appropriate rating and quantity for each circuit.
1. Voltage Drop Calculations:
a. Wire shall be sized for a voltage drop no greater than 2% measured for circuits used to
feed panelboard, distribution panels, switchboards and service equipment.
b. Wire shall be sized for a voltage drop no greater than 3% measured from the feeder
panelboard or switchgear to its point of load termination.
c. Contractor shall provide documentation of voltage drop calculations upon request of
Engineer or Owner.
2. Where multiple conductors are used in a shared raceway, conductor ratings shall be derated
per the NEC.
3. Where conductors sizes are specified in the Contract Documents, these sizes are based on
copper conductors.
P. All analog control circuits, i.e. 4-20mA signal circuits, shall be multi-conductor instrument cable.
3.2 SPLICES, TAPS AND TERMINATIONS
A. Splices to feeders and service entrance conductors are not permitted unless specifically noted
on the plans.
B. Electrical spring connectors shall be used for splices and taps in lighting and 120-volt receptacle
circuits and motor leads #10AWG or smaller.
C. Use pressure or compression type connectors for all splices or taps in copper conductors.
D. Do not splice conductors of dissimilar metals together.
362
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 CONDUCTORS AND CABLES
CITY OF GOLDEN VALLEY, MN SECTION 26 05 19
WSB PROJECT NO. 020124-000 PAGE 5
3.3 IDENTIFICATION
A. Control circuits may be color-coded using available colors, except gray and green. They shall
be identified at each terminal at the respective control panel with a label. Imprinted labels shall
be protected by a heat shrinkable sleeve.
B. Each control circuit shall be identified at both ends with the same number; wire number shall be
the same as the wire number shown on the Contractors Equipment Drawings. Spare conductors
shall also be identified.
END OF SECTION
363
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 CONDUCTORS AND CABLES
CITY OF GOLDEN VALLEY, MN SECTION 26 05 19
WSB PROJECT NO. 020124-000 PAGE 6
THIS PAGE INTENTIONALLY LEFT BLANK
364
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
CITY OF GOLDEN VALLEY, MN SECTION 26 05 26
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 26 05 26
GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Grounding Electrode System
B. Equipment grounding
C. Transformer grounding.
PART 2 - EQUIPMENT
2.1 GROUND RODS
A. Grounding Electrode System:
1. Provide x 10 long solid copper electrodes, where ground rods are specified.
B. Luminare Concrete Bases:
1. x 15 long copperweld, unless noted otherwise.
2.2 GROUNDING CONNECTORS
A. Clamps and pressure connectors.
1. Clamps for connection to piping and conduit:
a. Approved Manufacturer:
1)OZ Gedney type ABG
2)Burndy Hyground
3)Thomas & Betts Blackburn Series.
2. Clamps for connection to enclosures and buswork:
a. Approved Manufacturer:
1)OZ Gedney type KGM
2)Burndy Hyground
3)Thomas & Betts Blackburn Series.
3. Bar taps for connection to bus bars which are UL listed (UL-467).
a. Approved Manufacturer:
1)OZ Gedney type KGM
2)Burndy Hyground
3)Thomas & Betts Blackburn Series.
B. Welded connections using non-reversable exothermic process:
1. Approved Manufacturer:
a. Cadweld
b. Thermoweld.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Raceways provided for grounding electrode conductors shall be rigid nonmetallic.
B. Conductor shall be connected to the equipment ground bus or to the enclosure if there is no
ground bus.
C. Separately derived systems shall be grounded in accordance with NFPA 70.
D. The grounding bushings on conduits entering distribution equipment, shall be connected to the
ground bus in accordance with the requirements of NFPA 70.
365
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
CITY OF GOLDEN VALLEY, MN SECTION 26 05 26
WSB PROJECT NO. 020124-000 PAGE 2
E. All conductors used for grounding electrode bonding, equipotential bonding and between wall
mounted grounding busses shall be copper.
3.2 GROUNDING ELECTRODE SYSTEM
A. Contractor shall provide a grounding electrode system as required per NFPA 70 in addition to
items noted in the Contract Documents.
B. New Construction
1. Provide a #3/0 concrete-encased electrode installed within the foundation of the building,
tied to the steel reinforcing, in accordance with the NEC.
2. Bond all the following building members (if present) together to form the grounding system
for the building:
a. All metal underground water pipes
b. Metal frame of the building or structure
c. Concrete-encased conductor identified in item 1 above.
d. Other local metal underground systems or structures such as piping systems,
underground tanks, and underground metal well casings that are not bonded to metal
water piping.
C. Bond the neutral bus to the grounding electrode system at the service entrance switchboard.
3.3 EQUIPMENT GROUND
A. Solidly ground all conduit systems, switch boxes, cabinets, motor frames, switchgear,
transformers, and all other permanently installed equipment to form a continuous, permanent
and effective grounding system. Bond expansion joints and metal raceway sections.
B. An equipment grounding conductor shall be installed with each conduit run or cable, includes
but not limited to feeder circuits, motor circuits, lighting circuits, and control circuits.
3.4 BONDING
A. Bond all systems per the NEC including raceway, cable tray, enclosures, metal piping systems,
structural metal, etc..
3.5 TRANSFORMER GROUNDING
A. Provide a grounding electrode conductor routed from the wye-connected secondary of the
transformer (bonded to the metal enclosure) to the nearest grounding electrode:
B. Ground each transformer to the nearest grounding electrode per the NEC:
1. Provide the neutral to ground bonding jumper at the transformer location (at the separately
derived system). Verify that the neutral to grounding bond is in place prior to energizing any
electronic grade TVSS panelboards.
2. Provide grounding electrode conductor from the bonding jumper location to the grounding
electrode, minimum conductor size per the NEC.
3. The grounding electrode conductor is defined as the nearest one of the following:
a. Effectively grounded building steel.
b. Effectively grounded metal water pipe at the service entrance to the building.
c. If a and b above are not available, then provide one of the following grounding
electrodes:
1)Concrete-encased electrode tied to the building footing steel reinforcing bars.
2)Ground rod electrode.
4. Driving a ground rod at the transformer location is not approved, unless it is installed solely
as a supplementary grounding electrode to one of the approved methods listed above.
3.6 SPECIAL REQUIREMENTS
A. Flow meters and other field devices shall be grounded in accordance with the manufacturer’s
instructions.
1. Provide grounding rings/plates where recommended by manufacturer.
366
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
CITY OF GOLDEN VALLEY, MN SECTION 26 05 26
WSB PROJECT NO. 020124-000 PAGE 3
B. Contractor shall determine if there are any other special grounding requirements for equipment
furnished on this Project and shall provide grounding as recommended by the manufacturer.
3.7 SPLICES AND TERMINATIONS
A. In general, splices and terminations of the grounding electrode system shall be brazed, shall be
exothermic welded, or shall be made with tool-compressed fittings.
B. Connections to bus bars or equipment enclosures shall be made with tool-compressed lugs
which are bolted to the equipment or with bar taps.
C. Provide a #1/0 AWG (minimum) grounding conductor from each ground bar to electrical service
grounding electrode.
D. Connections to ground rods shall be exothermic welded. Provide adapter sleeves as required
for #6 AWG conductors or smaller.
E. Connections to copper water piping shall be made with ground clamps.
END OF SECTION
367
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
CITY OF GOLDEN VALLEY, MN SECTION 26 05 26
WSB PROJECT NO. 020124-000 PAGE 4
THIS PAGE INTENTIONALLY LEFT BLANK
368
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 RACEWAYS, FITTINGS, AND BOXES
CITY OF GOLDEN VALLEY, MN SECTION 26 05 33
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 26 05 33
RACEWAYS, FITTINGS, AND BOXES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes
1. Conduit.
2. Conduit fittings.
3. Conduit accessories
4. Underground warning tape.
5. Pull and junction boxes.
6. Fire stop material.
7. Handholes.
8. Conduit Identification.
9. Execution/Installation.
1.2 REFERENCES
A. Section 07 84 00: Firestopping.
B. Section 26 05 00: Common Work Results for Electrical
C. Section 26 05 26: Grounding and Bonding for Electrical Systems
D. Section 26 05 29: Supporting Devices
E. Section 26 27 26: Wiring Devices
F. Section 33 05 05: Trenching and Backfilling.
1.3 SUBMITTALS
A. Submit shop drawings and descriptive data in accordance with Section 26 05 00 in addition to the
requirements of this section.
PART 2 - PRODUCTS
2.1 STEEL RIGID METAL CONDUIT (RMC) AND FITTINGS.
A. Provide hot-dip galvanized or electro-galvanized (inside and outside) conduit having a bichromate
finish conforming to UL standard UL-6.
B. Provide zinc coated, threaded type fittings, couplings, and bushings.
2.2 PVC-COATED STEEL RIGID METAL CONDUIT (RMC) AND FITTINGS.
A. Comply with ANSI C80.1, ETL PVC-001, NEMA RN 1, and UL 6.
B. Hot dip galvanized or electro-galvanized rigid steel conduit.
C. 40 mil. PVC coated inside surface and outside surface.
D. Provide threaded type fittings, couplings and bushings with the same coating as the conduit.
E. A "PVC Coated Sealing Locknut" shall be used on all exposed male threads transitioning into
female NPT threads which do not have sealing sleeves, including transitions from PVC
couplings/female adapters to PVC coated GRC elbows in direct burial applications. "PVC Coated
Sealing Locknuts" are not to be used in place of a conduit hub.
F. Fittings shall be Form 8 with a V-Seal tongue-in-groove gasket and supplied with plastic
encapsulated stainless steel cover screws. Form 8 fittings shall be UL Type 4X listed and IEC
IP69 certified. Fittings shall be from the same manufacturer as the conduit in order to maintain
system continuity and warranty. PVC Coated fittings for hazardous locations must be UL 1203
369
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 RACEWAYS, FITTINGS, AND BOXES
CITY OF GOLDEN VALLEY, MN SECTION 26 05 33
WSB PROJECT NO. 020124-000 PAGE 2
listed after the coating is applied and have a red metal tag attached to the fitting to signify
compliance.
G. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with this type of
conduit. Patch and seal all joints, nicks, and scrapes with PVC touch-up compound after installing
conduits and fittings. Use sealant recommended by fitting manufacturer and apply in thickness
and number of coats recommended by manufacturer. All installers shall be certified by the
manufacturer and be able to present a valid unexpired installer certification card prior to
installation beginning.
H. Provide brush-on PVC touch-up compound.
2.3 INTERMEDIATE METAL CONDUIT (IMC) AND FITTINGS.
A. Provide hot-dip galvanized steel conduit conforming to UL Standard 1242 and Federal
Specification WW-C-581E.
B. Provide zinc coated, threaded type fittings, couplings, and bushings.
2.4 RIGID NON-METALLIC CONDUIT (RNMC) AND FITTINGS.
A. Schedule 40/80 polyvinyl chloride (PVC) rigid plastic conduit conforming to NEMA Specifications
TC-2.
B. Provide plastic fittings, couplings, and bushings per manufacturer’s recommendations for rigid
non-metallic conduit, designed for use with solvent cement.
2.5 LIQUIDTIGHT FLEXIBLE METAL CONDUIT (LFMC) AND FITTINGS.
A. Metallic conduit covered with an extruded, polyvinyl chloride sheath.
B. Provide steel or malleable iron, water-tight type fittings, couplings, and bushings approved for use
with liquid-tight flexible metal conduit. Cast type devices are not acceptable.
2.6 HAZARDOUS LOCATION FLEXIBLE CONDUIT/FITTINGS
A. Flexible conduit system comprised of metallic braid.
B. No bonding jumpers required.
C. Manufacturer installed connections/fittings at both ends.
D. Stainless Steel
E. Rated for Class 1, Division 1 and II, Group D locations.
F. Manufacturer:
1. Crouse-Hinds EC series.
2. Or Equal.
2.7 OUTLET AND JUNCTION BOXES
A. Provide galvanized code gauge metal outlet and junction boxes with screw-on covers of type,
shape and size listed for each application.
B. Provide gasketed covers in damp and dusty locations, and where required to meet the listed use
(i.e., wet locations).
C. Provide cast metal boxes (FS and FD) for all locations where IMC and RMC are required under
Section 26 05 33.
D. Provide 4" square minimum trade size square boxes for all outlet and junction boxes. Provide
appropriate mudrings, tile rings or raised covers, depending on the application and allowable
installation.
370
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 RACEWAYS, FITTINGS, AND BOXES
CITY OF GOLDEN VALLEY, MN SECTION 26 05 33
WSB PROJECT NO. 020124-000 PAGE 3
E. Provide 3‰ deep boxes where installed in masonry, including precast construction. Provide 2⅛”
minimum deep boxes where installed in non-masonry locations. Shallower boxes (1‰, 1…) are
allowed only at locations where the wall cavity depth does not permit deeper boxes to be installed
concealed within the wall.
F. Provide outlet boxes with green grounding pigtail pre-terminated to the interior of the box, to be
used to ground the wiring device(s).
G. Refer to other sections for additional outlet box requirements specific to other systems.
H. Provide boxes with the appropriate size and quantity of conduit knock outs. Knock outs may be
pulled or reamed out to larger sizes on most steel boxes.
I. Approved steel box manufacturers:
1. Raco
2. Steel City
3. Pre-approved equal
J. Approved cast metal box manufacturers
1. Appleton
2. Crouse-Hinds
3. Killark
4. Bell
5. Red Dot
6. Pre-approved equal.
2.8 EXPLOSION PROOF BOXES
A. Copper-free aluminum with threaded covers, mounting lugs, and drilled and tapped conduit
openings.
B. Dome covers if space required.
C. UL listed for area classification.
D. Approved Manufcturers:
1. Appleton GUB or GUBD
2. Crouse-Hinds GUB,
3. Killark.
4. Approved Equal.
2.9 EXTERIOR IN-GROUND HAND HOLES
A. Precast concrete box and cover or fiber reinforced polyester box and polymer concrete cover.
1. Covers and boxes design/test load rating (lbs):
a.Grass/landscaping areas: 5,000/7,500lbs ANSI Tier 5
b.Sidwalks and in areas of vehicle traffic: 22,500/33,750 lbs ANSI Tier 22
B. Minimum of 2 stainless steel bolts to secure cover to the box.
C. Sized as Required Per Code:
1. Minimum Size 13 inches wide, 24 inches long, and 36 inches deep.
D. For fiber optic conduit runs, the word FIBER shall formed on the cover.
E. Where mounted in a pavement/paver/concrete surface, provide tinted cover to match the
surrounding surface.
F. Approved Manufcturers:
1. CDR Systems Corp.
2. Quazite Composite
3. Newbasis.
4. Approved equal.
371
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 RACEWAYS, FITTINGS, AND BOXES
CITY OF GOLDEN VALLEY, MN SECTION 26 05 33
WSB PROJECT NO. 020124-000 PAGE 4
2.10 UNDERGROUND WARNING TAPE
A. 6 inches wide, 4-mil polyethylene film.
B. Vivid, opaque, long-lasting red color with bold, black letters.
C. Lettering
1. Top line ...CAUTION CAUTION CAUTION...
2. Bottom line ...ELECTRIC LINE BURIED BELOW...
D. Approved Manufacturers:
1. Seton Name Plate Corp. No. 210 ELE, EMED Co. Stock No. UT27737-6
2. Approved Equal.
2.11 FIRE RETARDANT MATERIAL
A. Fire stop foam.
B. Fire stop sealant.
C. 3-hour fire rating.
D. UL Classified per UL-1479.
E. Chase Technology Corp., Dow Corning, General Electric, 3M, or equal.
2.12 DUCT SEALING COMPOUND
A. Soft, fibrous, slightly tacky, non-hardening, and easily applied by hand at all working temperatures.
B. Clean and non-staining.
C. J.M. Clipper Corp. Duxseal, O-Z/Gedney DUX, or equal.
2.13 CONDUIT SEALS
A. Conduit seals shall be provided wherever conduits penetrate exterior concrete walls below grade,
or cross hazardous location boundaries
1. For conduits less than 60 inches below grade; OZ/Gedney Type FSK, or equal.
2. For conduits more than 60 inches below grade; OZ/Gedney Type WSK, or equal.
3. For Class 1 Division 1 or Division 2 hazardous location boundaries, conduits shall be sealed at
the point where they leave the room. Fittings shall be "EYS," Appleton or Chico "X" Fiberdam
and Apelco or Chico "A" compound, or approved equal.
2.14 CONDUIT IDENTIFICATION
A. 3/4 Inch By 3-1/2 Inches
1. Nylon plates.
2. Marked in black with a marking pen specifically designed for such use.
3. Manufacturer: Panduit MP350, or equal.
B. 2-3/8 Inches By 4-3/4 Inches
1. Medium weight shipping tags with reinforced eyelet.
2. Marked in black with a marking pen specifically designed for such use.
3. Manufacturer: Dennison Size 5, Grade G, or equal
C. Tag Protection
1. Adhesive-backed plastic or clear polyester film tape.
2. Manufacturer: 3M Scotch Brand 3750 Clear Box Sealing Tape, or equal.
PART 3 - EXECUTION
3.1 CONDUIT SIZES
A. Verify conduit sizes indicated on the Contract Documents prior to installation. Provide proper size
conduit based on the NEC maximum fill requirements, including any derating factors.
372
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 RACEWAYS, FITTINGS, AND BOXES
CITY OF GOLDEN VALLEY, MN SECTION 26 05 33
WSB PROJECT NO. 020124-000 PAGE 5
Where conduit sizes are indicated on the plans, it is a minimum size allowed. It is the Contractors
responsibility to provide the proper conduit size, including any grounding conductors and flexible
connections to equipment.
B. sizes are not shown, provide conduit with the minimum sizes:
1. 1.25 conduit for underground
2. 3/4 conduit size everywhere else
a.1/2 inch may be used to connect to devices which have a knock-out or fitting for only 1/2-
inch conduit and punching or reaming a larger knock out is not possible to increase its
size. Contractor shall gain prior approval from Engineer before installaing any ‰ or
smaller conduit.
C. Spare conduits shall be sized per noted in the Contract Documents. Where spare conduit sizes
are not identified provide a minium size of 1.25.
3.2 INSTALLATION
A. Installation of conduit shall meet the requirements of the NEC and the National Electrical
Contractors Association (NECA) conduit installation standards. Where the documents may
conflict, the requirements of the NEC take precedence.
B. Install all line voltage (120, 208, 277 and 480 volts) conductors in a continuous raceway system.
1. Circuits of different voltage systems shall be installed in separate raceways, unless specifically
noted otherwise in the Contract Documents.
C. Provide pull and junction boxes as required by the NEC and as site pulling requirements dictate.
D. Conduits entering boxes and equipment from a flat surface shall be provided with an offset 3 from
the box to allow the conduit to be fastened securely to the flat surface it is ran on.
E. Do not route any conduits across rooftops, unless specifically allowed and noted on the plans to
do so. Where conduits are allowed to be routed across rooftops, install conductors in Rigid Metal
Conduit and provide proper derating of the conductor ampacities to account for the high ambient
temperature as required in NEC. Mount conduit on roof blocks specifically designed for the
intended environment.
F. Support all trapezes and all above-ground conduits from the building structure.
G. Route all horizontal raceway above water piping, where possible.
H. Do not support conduit with wire, nylon ties, nor perforated pipe straps. Remove wire used for
temporary supports.
I. Do not attach conduit to ceiling support wires.
J. Run all exposed conduit in a neat, workmanlike manner parallel to the building lines, tight to the
wall and ceiling surfaces, and firmly support with conduit clamps or hangers.
K. Do not run conduits in the following:
1. Columns except to feed column mounted devices.
2. Through structural slabs, beams, or columns, unless approved by the Structural Engineer.
3. Concrete topping.
4. Through the same penetrations through floors and walls as mechanical piping unless noted
otherwise or if approved by the Engineer.
L. Place conduits at least 8" away from all hot piping and surfaces including domestic hot water lines.
1. Boxes shall be a minimum of 3 from any process pipes, unless noted otherwise.
373
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 RACEWAYS, FITTINGS, AND BOXES
CITY OF GOLDEN VALLEY, MN SECTION 26 05 33
WSB PROJECT NO. 020124-000 PAGE 6
M. Do not mount conduit on mechanical equipment except where necessary to connect electrical
devices mounted on the equipment. Provide flexible conduit in all runs "bridging" vibration
mountings.
N. Do not run conduit on or directly in front of access doors, removable panels, equipment removal
spaces, control devices or other spaces necessary for normal maintenance and repair of the
equipment.
O. Install all exterior underground branch circuit conduits continuous from the source to the load. Do
not install in-ground boxes as pull boxes. Oversize the conduits if required.
P. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. Install
exterior underground conduits to drain away from the building.
Q. Provide suitable fittings to accommodate expansion, contraction and deflection where conduits
cross seismic, control and expansion joints. Avoid crossing expansion joints where possible.
R. Cap or plug conduit ends during construction. Cap or plug ends of conduit that are to remain
empty and make watertight. Clean and swab conduits prior to pulling in conductors.
S. Provide nylon pull string in all empty conduit with a stamped plastic label indicating future use.
T. Where conduits are stubbed out above walls for use of future or low voltage cabling, provide a
bushing on the end of the conduit to protect cabling.
U. Expansion fittings shall be installed at building expansion joints and where the length of straight
run requires it.
V. Underground Conduit:
1. Underground conduit runs shall have a minimum cover of 2 feet.
2. Conduit shall be sloped to drain to handholes or pull boxes.
3. Rigid metal conduit shall be used for the vertical elbow and riser out of the ground.
4. Contractor shall do all trenching for underground conduit with a minimum size trench. 3 inches
of sand shall be placed below and above buried conduit in trench. All fill material shall be
placed in 12-inch lifts and compacted to 90-Percent Standard Proctor Density. Underground
warning tape shall be laid in the trench approximately 9 inches below the surface.
5. The roadway, sidewalk, or grade beneath which conduit is routed shall be restored to its
original or better condition.
a.Provide grading, soil, and seeding or sod to restore turf to original or better conditions.
b.Coordinate type of soil, seeding and/or sod with Owner to match existing.
6. Excavating, backfilling, and grading shall comply with Division 31.
W. Conduit installed in slabs shall conform to the following requirements:
1. Conduit shall not be tied parallel to reinforcement bars.
2. Conduit must not be tied to each other and shall be spaced a minimum of 1 1/2 inches apart
and preferably 3 inches apart.
3. Whenever possible, conduit should not cross over other conduit. All crossing conduit must be
reviewed and approved by the Engineer prior to placement of concrete.
4. Conduit must not be placed on top of the bottom mat of reinforcement bars. There should be a
minimum of 1 inch separation from the bottom of the conduit to the top of the steel bars in the
bottom mat of steel.
5. Prior to placement of the conduit, the contractor must submit an appurtenance
embedment drawing that shows the proposed locations of all conduits.
X. Conduit and Penetration Sealing:
1. Seal all conduits where they pass through exterior walls and where they enter exterior fixtures.
2. Seal all conduits where temperature differential between adjacent spaces is greater than 30
degrees Fahrenheit.
3. Seal all conduit penetrations of smoke or fire rated walls or floors with intumescent type fire
barriers.
374
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 RACEWAYS, FITTINGS, AND BOXES
CITY OF GOLDEN VALLEY, MN SECTION 26 05 33
WSB PROJECT NO. 020124-000 PAGE 7
4. All conduits leaving any hazardous locations shall be sealed internally at the point where they
leave the room.
3.3 HAZARDOUS AREAS
A. Install all conduit and raceways located in hazardous areas in accordance with National Electrical
Code requirements for that classification of hazardous locations. Provide all fittings and equipment
approved by the Underwriter’s for this type of location.
B. Where it is necessary to install sealing fittings accessible from rooms or areas which are finished,
a flush wall or ceiling outlet box is to be installed and the conduit to be sealed run straight through
the box with the sealing fitting occurring within the outlet box. Cover the box with a blank plate.
C. Conduit fittings installed in Class 1, Division 1 and Class 1, Division 2 locations shall be rated for
Class 1, Division 1 locations, unless noted otherwise.
D. Boxes installed in Class 1, Division 1 and Class 1, Division 2 locations shall be rated for Class 1,
Division 1 locations, unless noted otherwise.
E. Provide explosion proof installation in accordance with the code requirements for Class I, Group C
hazardous locations for all wiring, devices, and equipment installed in operating rooms in the
space from finished floor to a point five (5) feet above the floor. Provide 2 pole devices for all
switches.
3.4 EXTERIOR IN-GROUND HANDHOLES
A. Reference NEC for handhole requirements and installation.
B. All handholes shall have a drain opening in bottom. Excavating for handholes shall be dug at least
24 inches deeper than the depth of the bottom of the handhole and the area below the handhole
shall be filled with pea gravel.
C. Handhole covers shall be bolted in place when Work is complete.
3.5 CONDUIT BODY INSTALLATION
A. Provide conduit bodies in accessible locations. Provide accessiblility to the cover. Coordinate
location of conduit bodies with other divisions (trades) prior to installation. Do not locate conduit
bodies in exposed finished spaces without the specific approval of the Engineer and Architect.
3.6 OPENINGS
A. Contractor shall review the size and location of all openings to be sure they meet the requirements
of the equipment that is furnished and/or installed as a part of this Contract. Contractor shall be
responsible for providing all required openings necessary for a complete installation. All required
openings are not shown on the Drawings.
B. All openings shall be filled with an approved sealant, caulking, or grout after the conduit or cable
installation is complete.
C. Openings through grating shall have the bars of the grating banded.
D. Provide watertight seal around conduit in openings which are approved by the Architect, for all
roof, below grade and exterior wall penetrations.
E. Provide airtight seals for all raceway penetrating air plenums. Repair all damage to insulation and
vapor barriers. Seal vapor barriers tight to conduit penetrating vapor barriers.
3.7 IDENTIFICATION
A. Provide panel and circuit number(s) identification on the cover of all junction boxes and pullboxes
located in accessible areas (i.e., above accessible ceilings).
B. Provide clear, hand-printed lettering using black permanent marker.
375
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 RACEWAYS, FITTINGS, AND BOXES
CITY OF GOLDEN VALLEY, MN SECTION 26 05 33
WSB PROJECT NO. 020124-000 PAGE 8
C. Perform stenciling after the building has been painted so that overspray from building painting
does not cover up stenciling performed under this specification section. Re-label any boxes that
have been painted over by the painter.
D. Conduit containing control cabling/wiring which utilize Intrinsicaly Safe methods shall be identified
with permanently affixed labels with the wording Intrinsic Safe Wiring.
3.8 RACEWAY AND BOXES APPLICATIONS
A. Apply products as specified below, unless otherwise indicated.
B. All conduit may be installed exposed, except were designated to be installed underground.
C. Outdoors (non-corrosive):
1. Exposed Conduit: RMC, IMC
2. Underground Conduit: RNMC SCH 40 or 80 with RMC elbows over 1, RMC PVC coated.
3. Connection to vibrating equipment; including transformers and hydraulic, pneumatic, electric
solenoid, or motor-driven equipment, chillers: LMFC
4. Boxes and enclosures, aboveground: NEMA 4X
5. Concealed inside exterior masonry wall: RMC, IMC.
D. Under interior slabs-on-grade:
1. RMC, RNMC SCH 40, IMC
E. Embedding in precast or poured concrete walls, ceilings or floors:
1. RMC, RNMC SCH 40, IMC
F. Exposed in lift station wetwell:
1. RNMC SCH 80.
G. Raceway Fittings: Compatible with raceways and suitable for use and location.
1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings, unless
otherwise indicated.
2. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with that material.
Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and
fittings. Use sealant recommended by fitting manufacturer.
END OF SECTION
376
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 ELECTRICAL SERVICE
CITY OF GOLDEN VALLEY, MN SECTION 26 24 11
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 26 24 11
ELECTRICAL SERVICE
PART 1 - GENERAL
1.1 SECTION SUMMARY
A. Metering Equipment.
B. Installation.
1.2 SUBMITTALS
A. In addition to the requirements of this section, submit shop drawings and descriptive data in
accordance with Division 1 and Section 26 05 00.
B. Drawings submitted for approval of the the service connection and metering cabinet shall
include the following information as applicable to each piece of equipment:
1. Detailed top, front, and end views.
2. Outline dimensions, including weights.
3. Isometric or equivalent single line bussing diagram showing sizes, material, plating, and
rating of phase, neutral, and ground buses.
4. Electrical line diagrams and schematics.
5. Metering and other wiring diagrams.
6. Component device and material lists.
7. Nameplate entries and schedules.
8. Features and accessories furnished to meet Specification requirements.
9. Cable access and exit areas, termination spaces, pull boxes.
C. Operation and Maintenance Manuals shall be provided for each component. These manuals
shall include but shall not be limited to the following:
1. All shop drawing submittal information updated to show as-built conditions.
2. Outline dimension prints, including weights.
3. List of spares recommended for stock.
4. Description of the operation, proper maintenance, and repair of all components.
5. Local sources of service and supply.
PART 2 - EQUIPMENT
2.1 METER SOCKET
A. Power Company approved meter socket.
2.2 EQUIPMENT IDENTIFICATION NAMEPLATES
A. Engraved phenolic, black face with white lettering.
B. Provide plate size as necessary to fit all lettering on it. Equipment of common type or function
shall have nameplates of the same size.
PART 3 - EXECUTION
3.1 SERVICE
A. Verify that the neutral to ground bond is in place at the service entrance equipment prior to
energizing.
B. Enclosures shall be secured to floor/equipment pad with stainless steel hardware.
C. Provide the service feeder, wire in conduit, from the transformer or cable termination cabinet to
the main distribution switchboard.
377
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 ELECTRICAL SERVICE
CITY OF GOLDEN VALLEY, MN SECTION 26 24 11
WSB PROJECT NO. 020124-000 PAGE 2
3.2 GROUNDING
A. Provide grounding per Section 26 05 26: Grounding and Bonding for Electrical Systems.
3.3 IDENTIFICATION
A. Provide signage as required by the NEC in addition to the requirements of the Contract
Documents.
B. Provide identification nameplates as identified in the Contract Documents.
1. Install nameplate parallel to equipment lines.
2. Install nameplates outside covers using mechanical rivets or screws.
3. Nampelate shall be attached in such a manner not to void the equipments 3
rd party testing
agency approvals.
3.4 COORDINATION OF WORK WITH THE UTILITY
A. Power company will be responsible for the following:
1. Furnishing and installing the primary overhead conductors and pole line.
2. Furnishing and installing the riser pole, primary cutouts, lightning arresters, and grounding.
3. Furnishing and installing underground primary conduits and cables.
4. Furnishing and installing transformer.
5. Termination of underground primary cables at riser pole.
6. Termination of underground primary cables at the transformer.
7. Termination of secondary conductors at the transformer.
B. Contractor will be responsible for the following:
1. Make all arrangements with the power company for obtaining electrical service, obtaining
and completing all forms required by the utility, and furnish all labor and material required
for the electrical service which the utility does not provide.
2. Completing power company load forms, if required by the Utility.
3. Verifying locations of power company equipment with the power company.
4. Furnish secondary conduits and cables.
5. Terminating all secondary conductors at the service entrance equipment.
6. Terminating and providing conductors required for the metering cabinet.
7. Furnish transformer concrete pad.
C. Installing equipment which is supplied but not installed by the power company.
D. The cost of the work in which the power company provides shall not be included in the Bid
Price, unless noted or requested otherwise.
3.5 UTILITY FORMS AND DOCUMENTATION
A. Contractor is resbonsible for completing and submitting utility load forms.
B. Contractor shall obtain and complete all forms to apply for all applicable equipment rebates
available from the power company serving the project.
C. Contractor is responsible for all scheduleing and coordination with the Electric Utility.
Engineer and Architect can not be held responsible for delays in schedules, providing
information, or completeing power company forms.
END OF SECTION
378
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 MEASURING AND CONTROL INSTRUMENTS
CITY OF GOLDEN VALLEY, MN SECTION 26 60 01
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 26 60 01
MEASURING AND CONTROL INSTRUMENTS
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Submersible Level Transducers.
B. Float Switches.
C. Pressure Transducers.
D. Antenna, Pole & Light.
E. Testing, Commissioning.
1.2 RELATED SECTIONS
A. Section 26 05 00 Common Work Results for Electrical
1.3 SUBMITTALS
A. In addition to the requirements of this section, submit shop drawings and descriptive data in
accordance with Division 1 and Section 26 05 00 Common Work Results for Electrical.
PART 2 - PRODUCTS
2.1 SUBMERSIBLE LEVEL TRANSDUCER
A. Type 316 stainless steel body.
B. Teflon faced pressure-transmitting diaphragm.
C. Solid-state type internal transducer.
D. Accuracy (including effects of linearity, hysteresis and repeatability) of – 0.3 percent of full
span.
E. Sealed cable entry.
F. Stainless steel connecting hardware, clamps, cables, etc. Provide cable with adjustable weight.
G. Two wire (4-20mA), Pressure range as required.
H. Waterproof shielded cable with vent tube and sealed expansion bag or bellows at end of vent
tube.
I. Sufficient length of cable to reach from the bottom the wet well to the control panel.
J. Manufacturer:
1. KPSI
2. Druck
3. Endress Houser
2.2 FLOAT SWITCHES
A. Impact/corrosion resistant ABS float body.
B. Non-Mercury mechanical switch rated 13.0 amp. at 120/240 Vac.
C. Foam-filled body.
D. Heavy duty, Type SJOW #16/2 cord. Cable long enough to reach control panel without a splice.
Cable to be provided with an adjustable weight.
379
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 MEASURING AND CONTROL INSTRUMENTS
CITY OF GOLDEN VALLEY, MN SECTION 26 60 01
WSB PROJECT NO. 020124-000 PAGE 2
E. Completely potted switch-to-cable-to-body connection.
F. Stainless steel fasteners with rubber sleeve for attaching floats to the stainless steel cable.
G. Manufacturer:
1. Anchor Scientific
2. Pre-Approved Equal.
2.3 PRESSURE TRANSDUCER
A. Direct electronic sensing: microprocessor based; EEPROM memory.
B. On board temperature sensor for digital temperature compensation.
C. A 4-20mAdc output, loop powered.
D. Local operator interface with two-line LCP display.
E. Accuracy 0.075 percent of span; 100:1 range-ability; 0.1-percent stability for 12 months.
F. Local non-interactive external 0 and span adjustments; user-selectable damping from 0 to 36
seconds.
G. Stainless steel 316L wetted parts; NEMA 4X housing; sensor module filled with silicon.
H. Range as required.
I. Hazardous Location Certifications: If and as noted on drawings.
J. Process Connections:
1. Line Size: 1/2 inch.
2. Connection Type: FNPT.
3. Direct/remote Diaphragm Seal: As required.
K. Accessories:
1. Two-valve (isolate and vent) Stainless Steel Manifold.
L. Manufacturer:
1. Rosemount Model 3051TG
2. Pre-approved equal.
2.4 POLE AND LIGHT
A. Pole
1. Square straight steel, 20 feet tall.
2. Dark bronze polyester powder paint which matches the luminaire color.
3. Base plate cover over bolts and base plate.
4. Mounting hardware for luminaire and directional antenna:
a. The luminaire shall be mounted on 1 arm.
5. hole factory cut at 17 with hole plug for future antenna coax cable.
6. Future 2
nd arm mount for antenna to be installed at approximately 17 AFG.
7. Hand hole approximately 18 inches above base of pole.
8. Pole installations shall be capable of withstanding the forces produced by 90-mph winds
with a 1.3-gust factor and the total number of luminaires and additional equipment required
per pole.
B. Type A: LED Area Luminaire
1. 14,000 lumen output, 4,000K color temperature, Type 3 distribution.
2. 120V driver with internal surge protection
3. Driver and luminaire rated life expectancy of 100,000 hours or greater at an average
ambient temperature of ≤ 40 degrees C with use of the luminaire it is supplied with for a
lumen output not less than 70%
4. Formed and welded or cast aluminum housing with dark bronze electrostatically applied
and baked finish.
380
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 MEASURING AND CONTROL INSTRUMENTS
CITY OF GOLDEN VALLEY, MN SECTION 26 60 01
WSB PROJECT NO. 020124-000 PAGE 3
5. UL label for wet locations.
6. Minimum operating ambient temperature of -40 degrees C.
7. Integral daylight control and motion control. Motion control to dim luminaire to 50% when
motion is not detected.
a. Motion sensor shall detect motion 180 on the front side of the fixture.
b. Sensor shall detect motion at a total distance of twice the height of which the fixture is
mounted. Example: A sensor provided on a fixture mounted at 20 shall cover an area
40 wide.
c. Motion detector shall be wired directly to the luminaire driver to provide the specified
control.
d. Sensor shall be low profile.
8. Manufacturer shall have a 5-year history of producing LED lighting drivers for the North
American market.
PART 3 - EXECUTION
3.1 COMMISSIONING
A. Contractor shall change relay connections, position limit switches, and make all other
adjustments required to obtain the proper operation of the equipment.
B. Contractor shall demonstrate to the Owner and the Engineer that all control systems operate as
specified.
3.2 TESTING AND COMMISSIONING
A. Contractor shall check, test, calibrate, and put into operation all control systems specified
herein and shall demonstrate their operation to the Engineer.
B. All changes shall be recorded, and all control schematic and wiring diagrams shall be revised
and re-issued with the changes.
3.3 IDENTIFICATION
A. All devices shall be identified with a laminated plastic nameplate which has white lettering of
not less than 3/16 inch on a black background. Nameplates shall be attached with screws.
END OF SECTION
381
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 MEASURING AND CONTROL INSTRUMENTS
CITY OF GOLDEN VALLEY, MN SECTION 26 60 01
WSB PROJECT NO. 020124-000 PAGE 4
THIS PAGE INENTIONALLY LEFT BLANK
382
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 LIFT STATION CONTROL SYSTEM
CITY OF GOLDEN VALLEY, MN SECTION 26 60 03
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 26 60 03
LIFT STATION CONTROL SYSTEM
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Control Description.
B. Quality assurance/control system supplier.
C. Installation.
1.2 CONTROL SYSTEM SUPPLIER
A. Base Bid Control System Integrator shall be as follows:
1. Total Control Systems, Inc. Stanchfield, MN
1.3 RELATED SECTIONS
A. Section 26 05 00 Common Work Results for Electrical
1.4 SUBMITTALS
A. In addition to the requirements of this section, submit shop drawings and descriptive data in
accordance with Division 1 and Section 26 05 00.
B. Drawings submitted for approval of control system equipment shall include the following
information as applicable to each piece of equipment:
1. Detailed top, front, and end views.
2. Outline dimensions, including weights.
3. Control panel elevation drawings showing all components, both outdoor door and interior.
4. Control panel and starter electrical line diagrams and schematics.
5. Component device and material lists.
6. Cutsheets for each accessory.
7. Nameplate entries and schedules.
8. Features and accessories furnished to meet Specification requirements.
9. Cable access and exit areas, termination spaces, terminals, and wire ways.
10. Operator interface screens shall be submitted and reviewed with the Owner prior to the
completion of the PLC and operator interface programming.
C. Operating and Maintenance Manuals
1. Provide Operating and Maintenance Manuals in a pdf format, compiled into a single pdf
utilizing an interactive table of contents (TOC) with bookmarks and/or links to identify each
component in the pdf and to take the reader directly to that page from the TOC.
2. All information contained in shop drawings.
3. List of spares provided.
4. List of spares recommended for stock.
5. Description of the operation, proper maintenance, and repair of all components.
6. Local sources of service and supply.
7. As built drawings.
8. Manufacturers operation and maintenance manuals.
9. Provide complete electronic copies of PLC, operator interface, and SCADA PC programs
on USB hasp drive.
a. Hasp drive shall be labeled to identify the equipment of which programs it contains.
b. 1 copy of the programming shall be provided in PDF format
c. 1 copy shall be provided in the PLC programs original format.
d. Contractor shall demonstrate to the Owner and Engineer that these data storage
devices contain all required documentation by opening up the digital files on the
383
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 LIFT STATION CONTROL SYSTEM
CITY OF GOLDEN VALLEY, MN SECTION 26 60 03
WSB PROJECT NO. 020124-000 PAGE 2
Owners computer and displaying the information to the satisfaction of the Owner and
Engineer.
1.5 GENERAL REQUIREMENTS
A. All Work performed under this Contract shall conform to the latest editions of the National
Electrical Code (NFPA70), the National Electrical Safety Code (ANSI C2), and the Minnesota
State Building Code.
B. Contractor supplied materials shall be new and Underwriters Laboratories (UL) listed, if such
products are listed by UL.
1.6 QUALITY ASSURANCE
A. Certifications
1. All panels provided under this Section shall meet the requirements of UL-508 & UL-508A.
The supervisory control system supplier shall maintain in-house UL-508 and UL-508A shop
procedures for both open and enclosed Industrial Control Panels.
2. Control panels with intrinsically safe circuit extensions shall meet the requirements of UL-
698A and shall be labeled as such, thereby certifying that the panel satisfies the UL
requirements for an enclosed industrial control panel relating to hazardous locations with
intrinsically safe circuit extensions.
3. All panels shall be UL labeled or third party certified in accordance with Minnesota Board of
Electricity Requirements for Approval of Electrical Equipment, Minnesota Rules Parts
3800.3619 and 3800.3620.
4. All panels shall be labeled when delivered to the Site. All field modifications shall be in
conformance with UL. When the Owner accepts the panels, the Contractor certifies that the
panels have retained their UL labeling or other acceptable third party UL certification.
B. Experience:
1. The control system supplier shall have been in business under their present name
designing and implementing water supply system controls of equal or greater size in the
State of Minnesota for a minimum of 10 years. Past experience of companies purchased
may be included as relevant experience as long as the purchased companys experience
relates directly to this type and size of project. Relevant projects must include:
a. PLC and operator Interfaces software implementation and programming.
b. Lift station control systems
c. SCADA PC software implementation and programming.
C. Maintenance and Service
1. The supervisory control system supplier shall have programmers, designers, and field
service personnel who are permanent, full-time employees. The field service personnel
shall be available 24 hours each day to assist the Owner with on site issues.
2. Service representative shall maintain an inventory of all control components and shall be
equipped with all tools required to repair the control panel.
3. Service representative shall respond promptly to a request for service.
4. Control panel manufacturer shall be located within a 100-mile radius of the project site.
D. Liability & Insurance:
1. The control system supplier shall carry a minimum of $1,000,000 in both product liability
and errors and omissions insurance.
1.7 OVERVIEW OF CONTROL SYSTEM
A. A new submersible lift station will be constructed to replace the nearby existing lift station.
B. The new control panel will be an outdoor control panel. It will communicate with the Citys
SCADA system via a cellular radio.
C. Update the Citys existing SCADA system locations, HMI software and alarm notification
software/dialer to include the new site and remove the old site.
384
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 LIFT STATION CONTROL SYSTEM
CITY OF GOLDEN VALLEY, MN SECTION 26 60 03
WSB PROJECT NO. 020124-000 PAGE 3
1.8 TEMPORARY CONVEYANCE
A. Refer to Contract Documents and Division 1 for requirements for temporary conveyance and
pump systems.
B. Temporary pump system shall be provided with an alarm notification system to alert the
Contractor upon a pump or wetwell alarm condition.
C. The temporary system shall also notify the City of an alarm condition; however the Contractor is
responsible for responding to all alarms and not the City. The City only wants to be notified of
when an alarm condition exists.
D. To achieve this, a separate cellular alarm dialer shall be provided with the temporary pumping
system to communicate alarms to the City. Contractor is responsible for installing the system
and paying for cellular fees associated to the radio or alarm dialer.
1.9 PUMP STATION CONTROL NARRATIVE
A. The control system integrator (CSI) has developed a standard control panel layout and a
standard control narrative for the owner. The objective of the Division 26 panel drawings &
Division 26 control system specification is to compliment these developed standards.
B. A Hand-Off-Auto control mode selector switch is to be provided on the control panel door for
each pump.
1. Hand: the associated pump shall run regardless of if the control system is operational.
Alarms, except motor overload or any other alarm that would void the pump manufacturers
warranty, shall not shut the pump down. VFD shall operate at a speed preset at the VFD.
2. Off: the associated pump shall not be called to run.
3. Auto: the control panel shall run the pumps dependent on the liquid level of the wet well.
4. The hand and auto position of the selector switch shall be monitored by the PLC and switch
status to be displayed via the SCADA system.
5. An alarm shall be generated if the switch is left in the Hand or Off position for an adjustable
amount of time.
C. A simulated Hand-Off-Auto selector switch shall be provided at the SCADA interface screens.
The switch shall offer the following functions:
1. Hand The PLC shall require the pump to operate. VFD speed shall be manually entered
via the SCADA screens.
2. Off The PLC will not require the pump to operate.
3. Auto The PLC shall operate the pump as described in this section.
D. SCADA AUTO control mode:
1. The SCADA pump control shall operate the 2 lift pumps based on the liquid level in the wet
well. On a rising level, the lead pump shall be started followed by the lag pump. Operating
pumps shall be stopped at separate low levels. A submersible level transducer and
programmable logic controller (PLC) shall provide normal control.
a. Pumps shall automatically alternate lead duty every cycle. Operator shall be able to
select manual alternation via the operator interface.
b. An adjustable 0 to 2 minute timer in the PLC shall delay the starting of the lag pump.
c. The controller shall have means for manually simulating wet well level for testing
purposes.
2. Pump starting/stopping shall be as follows:
a. The level control mentioned below shall be as sensed by the level transducer.
b. When the wet well level is below the STAGE 1 START elevation, all pumps shall be off.
c. When the wet well level rises above the STAGE 1 (lead pump on) elevation for a preset
time period, the lead pump shall start.
d. If the wet well level rises above the STAGE 2 START setpoint elevation for an
adjustable time period, the STAGE 2 (lag) pump shall be started. At this point 2 pumps
will be operating.
385
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 LIFT STATION CONTROL SYSTEM
CITY OF GOLDEN VALLEY, MN SECTION 26 60 03
WSB PROJECT NO. 020124-000 PAGE 4
e. When the wetwell falls below the STAGE 1 START setpoint, the Stage 2 lag pump
operation shall be discontinued.
f. When the wetwell falls below the ALL PUMPS OFF level setpoint, the lead pump
operation shall be discontinued.
3. If the process level drops below the Low Water Alarm, the SCADA system shall shut
down the pumps and signal a LOW LEVEL ALARM.
4. A restart delay relay shall prevent the pumps from starting for an adjustable time delay of 0
to 2 minutes after it has stopped. The RESTART DELAY indicator shall be displayed on the
operator interface screen during the restart delay period.
a. The restart delay timer setpoints shall be operator adjustable via the operator interface.
E. Backup control mode (While in control mode selector switch is AUTO position):
1. Backup control shall be provided by 4 floats. Control relays and timers for the backup
control shall be independent of the transducer and PLC controller.
2. High Level Float: If process level rises to an elevation which activates the High Level Float
for an adjustable amount of time, the system shall go into the Backup Control Mode. The
High Level Alarm float shall initiate a High wet well alarm and start both pumps with an
adjustable time delay of 0 to 15 minutes between each pumps starting. Pump starting
sequence during the backup control mode shall be fixed (1 to 2).
3. Low Level Float: If the process level drops below the Low Level Float the SCADA system
shall shut down the pumps and the system shall go into the Backup Control Mode.
4. When in backup control mode, a lead and lag float shall control the operation of the lift
pumps. Lead and lag designation of the pumps will not alternate. When level rises to
activate a float, the associated pump shall operate until the level in the wetwell falls to the
pump off float.
5. When backup control mode is active, an alarm light on the control panel door shall
illuminate and alarm shall be indicated on the SCADA system screens. Operator may
transfer control back to PLC control by utilizing a simulated pushbutton on the OIT screen
or utilizing a reset pushbutton at the control panel door.
6. A relay shall be provided for monitoring PLC fault. PLC shall keep the relay open, upon
failure of PLC to maintain the realy position, the relay shall close, an alarm shall be
indicated on the SCADA system, and the float backup control mode shall be activated.
F. Level Measurement:
1. Submersible level transducer to be provided in the wetwell.
2. The transducer shall each create a 4-20mA signal proportional to wetwell level and is to be
monitored by the lift station PLCs.
3. Operator is to utilize the SCADA interface screens to enter a High and Low alarm level
setpoints. Upon the measured process level rising/falling to the associated level for an
adjustable amount of time, the SCADA system shall initiate the appropriate alarm.
4. Floats are to be provided for control mentioned above.
G. Pressure Measurement:
1. Two pressure transmitters will be provided in the valve vault.
2. The transmitter shall each create a 4-20mA signal proportional to the line pressure and is to
be monitored by the lift station PLCs.
3. Operator is to utilize the SCADA interface screens to enter a High and Low alarm pressure
setpoints. Upon the measured process pressure rising/falling to the associated alarm
setpoint for an adjustable amount of time, the SCADA system shall initiate the appropriate
alarm.
H. Pump Run Monitoring:
1. The PLC system shall monitor motor controller auxiliary contacts or outputs for indication of
run status and for run time accumulation.
2. A digital accumulated run time shall be provided for each pump and displayed on the
SCADA screens. PLC shall track run anytime the pump is running.
386
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 LIFT STATION CONTROL SYSTEM
CITY OF GOLDEN VALLEY, MN SECTION 26 60 03
WSB PROJECT NO. 020124-000 PAGE 5
a. Provide a reset button on the SCADA system to allow the operator to reset a pumps
run time meter. A confirm message must appear to verify the Operator wants to reset
the total and the button was not hit in error.
3. Run time meters shall be provided on the control panel inner door to indicate the totalized
run time. Run time meters shall track operation anytime the pump is running, whether in
backup, Hand and/or PLC control:
a. Pump 1
b. Pump 2
c. Combined Pump 1 and Pump 2
I. Pump Fail Monitoring:
1. The PLC system shall monitor motor controller auxiliary contacts or outputs for indication of
fail status. Upon activation of such signal, the SCADA system and pilot lights shall indicate
a pump fail alarm.
2. If a pump is required to run, and a run signal is not received by the PLC after an adjustable
time delay expires, the SCADA system and pilot lights shall indicate a pump fail alarm.
3. A 4-20mA VFD speed feedback signal is to be monitored by the control panel. If after a
timed delay, the VFD speed feedback signal doesnt match the required speed, control
system shall signal a pump fail alarm.
4. Temperature sensors supplied with the pump shall initiate a pump fail alarm and stop the
pump upon an over temperature condition. Pump shall be locked out until manually reset.
Temperature monitoring units shall be furnished by the pump supplier for installation in the
lift station control panel. Provide an auxiliary contact on the associated pump circuit breaker
(and slave relays as required) to disconnect the over temperature circuitry when the circuit
breaker is in the off position.
5. Seal chamber moisture sensors supplied with the pump shall initiate a pump fail alarm
upon detection of moisture in the seal chamber. Moisture monitoring units shall be
furnished by the pump supplier for installation in the lift station control panel. A moisture
alarm bypass switch shall be provided inside the control panels inner door to allow
disconnecting the moisture alarm from any alarm horn, exterior alarm light, and telemetry, if
provided. Provide an auxiliary contact on the associated pump circuit breaker (and slave
relays as required) to disconnect the moisture sensor circuitry when the circuit breaker is in
the off position.
J. Control Power Monitoring:
1. PLC shall monitor a dry contact at the following devices. Upon activation of such devices
SCADA system shall signal an alarm:
a. SPD
b. Phase monitor
2. A UPS shall be provided to provide back-up power to the control circuit.
a. A relay shall be provided ahead of the UPS to indicate control power failure.
b. A UPS bypass circuit shall be provided via relay logic to switch the control circuit to be
powered by the normal (non-UPS) power circuit upon a UPS fault. PLC shall monitor a
contact for this circuit for identification of bypass status.
c. PLC shall monitor an alarm contact at the UPS.
d. SCADA system shall signal an alarm upon activation of the above signals.
K. Security:
1. The PLC system shall monitor a door contact on at the enclosure doors. Upon activation of
the contact(s) an intrusion alarm shall be initiated.
2. Refer to Owners preferred control system programmer for signaling, disabling and function
of instruction alarming.
L. Generator:
1. A pad-mounted generator is to be provided at this site. The generator will provide back-up
power to the lift station.
2. Lift station PLCs shall monitor the following signals from the generator. The status of each
signal shall be displayed via the SCADA system.
387
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 LIFT STATION CONTROL SYSTEM
CITY OF GOLDEN VALLEY, MN SECTION 26 60 03
WSB PROJECT NO. 020124-000 PAGE 6
a. Generator low fuel pressure - alarm
b. Generator running - status
c. Generator ready status and alarm
d. Generator alarm status and alarm
3. Generator emergency stop pushbutton, shall be tied to the generator ready signal. If
activated, the pushbutton shall discontinue the generator ready signal. If generator is
running, the pushbutton shall disable the generator and generator shall not be allowed to
operate while button is activated.
4. SCADA system shall display the generator total run time and run time of a run period.
M. Automatic Transfer Switch:
1. An automatic transfer switch will be provided in the panel.
2. PLC shall monitor the following signals from the ATS, and they shall be displayed via the
SCADA system:
a. In utility position
b. In generator position.
3. Remote control of the ATS and generator shall be provided via the SCADA system.
a. Operator may utilize the SCADA system displays to remotely operate the generator.
Operator may choose an auto exerciser mode or manual start.
1) Auto exerciser mode: Operator will enter scheduled dates/times in a year of which
the SCADA system is to signal the generator to operate.
2) Manual start: Operator will utilize the SCADA interfaces to start the generator.
b. SCADA system PC shall allow operator to enter a desired length of run time for both
modes of control.
c. SCADA system PC shall display the total and remaining running time of a generator
run cycle.
N. Alarm Handling:
1. Appropriate lights shall illuminate on the control panel.
2. Refer to Owners control system programmer for operational description of alarming
procedures and notifications.
O. Telemetry:
1. A cellular radio shall be provided to allow for SCADA communications between the control
panel and the SCADA master.
2. Communications with the SCADA system shall be setup under this project.
3. Provide a watchdog loop to monitor the status of the PLC and radio. If the watchdog loop
fails, SCADA system shall signal a communication alarm.
P. All field wiring terminations shall be performed under Division 26.
PART 2 EXECUTION
2.1 INSTALLATION
A. Panel will be provided by Owner and installed by Contractor. Contractor shall provide all field
wiring and termination at the instruments and control panel.
B. Panels shall be constructed using fabrication techniques that allow for removal and
maintenance of all equipment after installation without removal of unrelated components.
C. Contractor shall provide all hardware required to install equipment. The Contractor shall review
the wiring diagrams for the equipment actually furnished and modify the wiring to conform to
the requirements of the equipment furnished.
D. PLC to be completely programmed by the Division 26 Control Systems Integrator.
Programming shall be done in such a manner as to allow complete access to the program in
the future by the Owner for changes and or additions. Program locks shall not be used.
388
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 LIFT STATION CONTROL SYSTEM
CITY OF GOLDEN VALLEY, MN SECTION 26 60 03
WSB PROJECT NO. 020124-000 PAGE 7
E. Install wiring between equipment and remote devices as specified and as required for the
control specified in other sections.
2.2 CONTROL PANEL
A. The equipment mounted within the existing enclosures shall be mounted on the enclosure back
panel, neatly organized, and shall be in accordance with the manufacturers recommendations.
B. All wiring within the enclosure shall be through the plastic wiring ducts with maximum 60% fill.
All wiring not in ducts shall be in plastic spiral bindings. All I/O devices shall be wired to rail
mounted terminal blocks.
C. All field wiring shall terminate at the rail mounted terminal blocks that shall be mounted either at
the bottom or on the side of the enclosure back panel depending on where the I/O conduits
penetrate the enclosure.
D. The field wiring terminals shall be clearly identified as to which I/O terminals they are wired.
E. Jumpers between adjacent terminal blocks shall be copper jumper bars supplied by the
terminal block manufacturer.
F. Install all the system equipment including PLCs and interconnecting cabling as required. This
work shall include all interconnection wiring from new and existing equipment as required for
the completion of the system.
G. It shall be the responsibility of Contractor to ascertain that all field devices are compatible and
consistent with the new system design. This includes reviewing drawings and data to ascertain
the compatibility and consistency of the system with the field devices on such considerations
as:
1. Equipment size and available space.
2. Power levels.
3. Power sources.
4. Logic schemes.
5. Signal types and levels.
6. Interface devices where required.
7. All other aspects of field devices impacting on the design of the system.
H. All spare and unused I/O shall be wired to terminal strips. This wiring shall include all auxiliary
devices and components to complete the installation (e.g., interposing relays, wireways).
I. It shall be the responsibility of Contractor to include all the inputs and outputs required to
maintain existing functionality and to meet all aspects of this specification, regardless of
whether they are specifically included in the I/O listing in this specification.
2.3 LEVEL INSTRUMENTATION INSTALLATION
A. The level instrumentation devices shall be installed by Contractor.
B. Cabling and devices to be provided by the pump system supplier.
2.4 PRESSURE INSTRUMENTATION INSTALLATION
A. The pressure instrumentation devices shall be installed by Contractor.
B. Cabling and devices to be provided by Contractor.
2.5 MOTOR CONTROLLERS
A. Adjust trip settings of overcurrent protection devices and motor circuit protectors with adjustable
instantaneous trip elements. Initially adjust at six times the motor nameplate full-load ampere
ratings and attempt to start motors several times, allowing for motor cooldown between starts.
If tripping occurs on motor inrush, adjust settings in increments until motors start without
tripping. Do not exceed eight times the motor full-load amperes (or 11 times for NEMA
389
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 LIFT STATION CONTROL SYSTEM
CITY OF GOLDEN VALLEY, MN SECTION 26 60 03
WSB PROJECT NO. 020124-000 PAGE 8
Premium Efficiency motors if required). Where these maximum settings do not allow starting of
a motor, notify Engineer before increasing settings.
B. Before any motor is energized, Contractor shall obtain the nameplate information from the
motor supplier. Nameplate current of all motors shall be recorded in the O&M manuals. Where
a one-line diagram is provided, record the full load ampere rating in the space under the motor
labeled as "FLA_____."
C. Overload relays shall be checked for correct class and setting in accordance with motor
manufacturers recommendations. Class 10 overload relays shall be provided, unless motor
manufacturer specifies otherwise.
D. Motor overload settings shall be in accordance with the starter manufacturer’s recommendation
for the given motor nameplate current, service factor and power factor correction capacitors, if
provided. Contractor shall be responsible for all damage that results from improper overload
protection.
E. Adjust overload relay heaters or settings if power factor correction capacitors are connected to
the load side of the overload relays.
2.6 SCADA SYSTEM PROGRAMMING
A. Control System Integrator to provide all programming, wiring, and hardware modifications to
transmit, receive, display, trend, report, alarm, and handle the data.
B. Programming shall include but not be limited to
1. Local PLC.
2. Human Machine Interface Software.
C. A copy of the complete PLC program shall be saved on the respective PLC memory card.
D. The PLCs shall be programmed to retain setpoint and other critical data so that the PLC will
automatically resume the process controls when power is restored to the panel after a power
failure.
E. SCADA system shall be designed and programmed to operate without the use of either the
SCADA PC or HMI. Meaning, programming, data processing, control loops, algorithms and
other programming features shall reside on the PLC. If the SCADA PC is off or not operating,
or the SCADA HMI is not operating, the SCADA system shall still operate as specified.
F. Screens shall be programmed to display each process, monitoring point, and setpoint for the
Lift Station. Graphics shall be designed in such a manner to symbolize in 3D or 2D of the
actual process and equipment being controlled. Screens with text buttons and text indicators
only will not be allowed.
G. Display the call, run, fail, position and other status points of each piece of equipment and
alarms for the associated equipment.
H. Screen(s) shall allow the operator to adjust all variables and view real-time data associated with
the process control and equipment.
I. Screens(s) shall display alarms and allow the operator to acknowledge the alarms at any
location.
J. Systems integrator shall expect approximately 10 additional hours of coordinating screen
layouts and display options with the Owner. Systems integrator shall make programming
changes to the screens as requested by the Owner/Engineer, at no additional cost to the
Owner.
2.7 SCADA SYSTEM MODIFICATIONS
A. Provide all programming, wiring, and hardware modifications to transmit, receive, display,
trend, report, alarm, and handle the data between the lift stations and the SCADA Master.
390
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 LIFT STATION CONTROL SYSTEM
CITY OF GOLDEN VALLEY, MN SECTION 26 60 03
WSB PROJECT NO. 020124-000 PAGE 9
B. Programming shall be done in a manner consistent with the existing programming and shall
include but not be limited to
1. Master PLC.
2. Human Machine Interface Software.
3. Alarm dialer.
C. Alarm dialer shall be modified as required to incorporate the new alarms in similar fashion to
existing lift station alarms.
D. Screens/Reports
1. Addition of new Lift Stations to existing map screen.
2. Modify existing lift station screens to incorporate new monitoring points, alarms and
setpoints.
2.8 SYSTEM TESTING
A. All components of the system shall be thoroughly simulated and testing in the control suppliers
facility prior to shipment.
1. Contractor shall provide testing approval certification from the panel manufacturer prior to
receiving shipment.
B. On Site Testing:
1. Pump system supplier shall provide a factory-trained person to checkout, test, and
commission the system on Site once the control systems integrator has given notice that
programming has been completed.
2. Place equipment into service and provide operation as specified.
3. Provide actual activation of each control function and alarm in the system. If actual
activation is not possible, the function shall be simulated.
4. Record all Changes in the Control Systems
a. Revise all wiring diagrams and schematic diagrams to show final installation.
b. Insert revised diagrams into each operation and maintenance manual in place of
original diagrams.
2.9 SYSTEM COMMISSIONING & DEMONSTRATION
A. Upon completion of Contractors acceptance checks, settings, and tests, the Contractor shall
demonstrate that the equipment is in good operating condition and properly performing the
intended function.
B. Process Engineer will witness operational tests and instruct programmer to adjust setpoints to
achieve the operation desired by the Process Engineer.
C. Contractor shall have system programmer at site for the commissioning process.
D. A minimum of 2-week notice will be provided to the Contractor for scheduling of commissioning
dates.
E. If Contractor has not completed programing and system tests prior to the system commission
and demonstration, Contractor shall reschedule the demonstration at Contractors expense.
2.10 OPERATOR TRAINING
A. System commission and demonstration shall be completed before factory-trained personnel
instruct the operating personnel.
B. Training shall be not less than two 2-hour sessions. Sessions shall be on 2 separate dates
selected by the Owner.
C. Training time specified shall be time actually spent at the Site and shall not include travel time.
D. Training time does not include startup, testing, demonstration and time used for system
modifications.
391
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 26
CITY PROJECT NO. 20-18 LIFT STATION CONTROL SYSTEM
CITY OF GOLDEN VALLEY, MN SECTION 26 60 03
WSB PROJECT NO. 020124-000 PAGE 10
2.11 IDENTIFICATION
A. Identify field-installed conductors, interconnecting wiring, and components.
B. Provide warning signs as required by the NEC and where noted in the specifications.
C. Label each enclosure-mounted control and pilot device.
D. Mark up a set of manufacturer’s connection wiring diagrams with field-assigned wiring
identifications and return to manufacturer for inclusion in Record Drawings.
END OF SECTION
392
DIVISION 46
WATER AND WASTEWATER EQUIPMENT
TABLE OF CONTENTS
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 46
CITY PROJECT NO. 20-18 WATER AND WASTEWATER EQUIPMENT
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 020124-000
SECTION 46 24 33 OPEN-CHANNEL WASTEWATER GRINDERS
393
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 46
CITY PROJECT NO. 20-18 OPEN CHANNEL WASTEWATER GRINDERS
CITY OF GOLDEN VALLEY, MN SECTION 46 24 33
WSB PROJECT NO. 020124-000 PAGE 1
SECTION 46 24 33
OPEN-CHANNEL WASTEWATER GRINDERS
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes:
1. Open-channel grinder equipment
2. Installation frame
3. Controller
1.02 REFERENCES
A. ASTM International (ASTM):
1. ASTM A36 – Carbon Steel Plate.
2. ASTM A536 – Ductile Iron Castings.
3. ASTM A48 – Gray Iron Castings.
4. ASTM A564 – Grade 630 condition H1150 (17-4) stainless steel.
B. American Iron and Steel Institute (AISI):
1. ASTM A36 – Carbon Steel Plate.
2. AISI Type 1020 Steel
3. AISI Type 1045 Steel.
4. AISI Type 4130 - Heat Treated Alloy Steel.
5. AISI Type 4140 Heat Treated Alloy Steel.
6. AISI Type 18-8 Stainless Steel.
7. AISI Type 303 Stainless Steel.
8. AISI Type 304 and 304L Stainless Steel.
9. AISI Type 316 and 316L Stainless Steel.
C. Society of Automotive Engineers (SAE):
1. ASTM A36 – Carbon Steel Plate.
D. National Electrical Manufacturer’s Association (NEMA) Standards.
E. National Electric Code (NEC).
F. Underwriters Laboratory (UL and cUL).
G. International Electrotechnical Commission (IEC).
1.03 SUBMITTALS
A. Submit Shop Drawings of open-channel grinder equipment for approval in accordance
with Section 01 33 00 – Submittals.
1.04 FACTORY PUMP TESTS
A. Certified performance test curves or capacity tables for each grinder provided shall be
furnished and approved prior to shipment of unit to the site. Test curves shall cover the
full range of operation from shut off to maximum capacity.
394
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 46
CITY PROJECT NO. 20-18 OPEN CHANNEL WASTEWATER GRINDERS
CITY OF GOLDEN VALLEY, MN SECTION 46 24 33
WSB PROJECT NO. 020124-000 PAGE 2
B. Factory testing of grinder equipment shall be made in accordance with all applicable test
codes. Grinder equipment that fails to meet the specified requirements shall be replaced
with grinder equipment that meets specified requirements.
1.05 QUALITY ASSURANCE
A. Qualifications:
1. Manufacturer is documented as being engaged in production and sale of open-
channel grinders for over five (5) years.
2. Manufacturer is single supplier for equipment listed in this section.
3. Manufacturer’s service center is located domestically for repairs and upgrades.
4. Manufacturer supports a program providing inspection and service of equipment
by Manufacturer’s technicians.
5. Manufacturer stocks all non-custom spare parts.
B. Regulatory Requirements:
1. Manufacture is UL listed for the construction of controller.
1.06 DELIVERY, STORAGE, HANDLING, AND DISPOSAL
A. Equipment shall be packaged in containers or on skids suitable for normal shipping,
handling, and storage. Package shall be protected from rain, snow, impact, and abrasion
while in the possession of the carrier.
B. Contractor shall review the contents of the shipment at time of delivery and promptly
notify the carrier and supplier of any discrepancies.
C. Equipment shall remain in the packaging provided by the supplier until it is ready for
installation. Equipment shall be stored in a dry environment between 40 and 100 degrees
F.
D. Contractor shall be responsible for discarding all packaging materials in an
environmentally friendly manner and in accordance with local regulations.
1.07 WARANTY AND SERVICE
A. Manufacturer shall submit a warranty document identifying scope, term, and exclusions
of coverage for a standard twelve (12) month limited warranty plus five (5) year warranty
on the wet end of the grinder including coverage for failure from excessive wear of the
cutters, spacers, seals, bearings and shafts.
B. Equipment supplier shall support the open-channel grinder equipment for repairs,
upgrades, spare parts, factory-built replacements of selected products, and inspection
and service of equipment as required by the OWNER.
PART 2 - PRODUCTS
2.01 OPEN-CHANNEL WASTEWATER GRINDERS
A. Open-channel grinders shall reduce solids conveyed in a wastewater stream to a size
that is non-detrimental to downstream equipment. Open-channel grinders shall use a side
rail with flow channel and specially designed fingers with a shape to create a pressure
gradient increasing flow capacity and maximize the capture of solids. Open-channel
grinders shall use low speed and high torque drive with two (2) counter-rotating shafts
stacked with intermeshed individual cutters and spacers supported on both ends of each
shaft with mechanical seal and bearing cartridges, driven by an electric motor and speed
reducer.
395
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 46
CITY PROJECT NO. 20-18 OPEN CHANNEL WASTEWATER GRINDERS
CITY OF GOLDEN VALLEY, MN SECTION 46 24 33
WSB PROJECT NO. 020124-000 PAGE 3
B. There shall be a total of one (1) open-channel wastewater grinder sized for a maximum
design flow capacity of 300 gallons per minute (GPM) with a cutter stack height of eight
inches (8”) and a single zone-helical cutter stack configuration.
C. Cutters shall be specifically designed for waste streams containing municipal waste and
moderate volumes of solids and shall be stacked helically with a uniform type, thickness,
and material throughout assembly. Cutters shall be keyed to shaft with hexagon opening.
D. Spacers shall be smooth O.D. 0.319-inch thick keyed to shaft with hexagon opening.
E. Mechanical seals and bearings shall be incorporated into a cartridge style design
requiring no external flush or lubricants to operate wet or dry. Mechanical seals and
bearing cartridges shall be rated for maximum operating depth of 208 feet. Dynamic and
static seal faces shall be Tungsten carbide with 6-percent nickel binder. Cartridge
bushing and housing shall be AISI 304 Stainless Steel. O-rings shall be Buna-N (Nitrile).
F. Shafts shall be two-inch (2”) hexagon heat treated AISI 4140 Alloy Steel with a minimum
tensile strength of 170,000 psi. Shafts shall be supported on either end by mechanical
seals and bearing cartridges. Cantilevered shaft designs are not acceptable.
G. End housings shall be casted integrally to direct solids away from mechanical seals and
bearing cartridge bushings. Directional flow arrows shall be provided on each side of the
housings to indicate correct installation orientation for solids discharge. End housings
shall be cast ASTM A536-84 65-45-12 Ductile Iron.
H. Side rails shall consist of evenly spaced horizontal fingers and flow channels. Flow
fingers shall be positioned on the upstream side of the grinder and shaped towards the
cutters to create a pressure gradient to force solids through cutters while minimizing
water head loss. Side rails shall be Cast ASTM A536-84 64-45-12 Ductile Iron. Side rails
with flow channel running the entire length of the side rail are not acceptable.
I. Top cover shall be Cast ASTM A536-84 65-45-12 Ductile Iron and bottom cover shall be
ASTM A36 Steel. Top cover of open-channel grinder shall have a corrosion resistant
nameplate with the following information: Manufacture’s name and address, Model No.,
Serial No., Capacity, Maximum pressure in pounds per square inch (psi), weight, and
manufacturing date.
J. Gaskets shall be cork and neoprene rubber.
K. Transfer gears shall have integral interlocking lobes. The ratio of cutter tip speed on low
speed shaft to cutter tip speed of highspeed shaft greater than 0.90 and less than 1.00 to
promote cleanout of processed material in cutting stack. Transfer gears shall be treated
and hardened AISI 4140 Alloy Steel.
L. Low speed couplings shall be two (2) piece three (3) jaw interlocking design of hardened
AISI 4140 Alloy Steel. High speed couplings shall be L type three (3) jaw with elastomer
of Buna-N spider.
M. Lifting eyes shall be drop forged steel rated for 1,300 lbs and designed for lift of grinder.
N. Speed reducer shall be grease lubricated cycloidal design Cyclo Series 6000 with 29:1
ratio.
O. Motor shall be XPNV Immersible Explosion Proof type by Baldor Electric Company.
1. Motor shall be UL rated NEMA 6P, Class I, Div. 1 Groups C&D, Class II Div.2,
Groups F&G, Class III Div. 1.
2. Motor shall be operate in air 100-percent of time with no external colling required.
396
HIGHWAY 55 LIFT STATION RELOCATION DIVISION 46
CITY PROJECT NO. 20-18 OPEN CHANNEL WASTEWATER GRINDERS
CITY OF GOLDEN VALLEY, MN SECTION 46 24 33
WSB PROJECT NO. 020124-000 PAGE 4
3. Motor shall be rated for forty (40) consecutive days of submergence at a
maximum depth of forty feet (40’).
4. Motor Specifications:
Parameter Value
Installed Horsepower 5 HP
Service Factor 1.15
Minimum Motor Efficiency (at Full Load) 91%
Minimum Motor Power Factor (at Full Load) 76
Grinder Peak Torque with Reducer 1,665 lb-ft
Grinder Peak Force at Cutter Tip 8,493 lbf
P. Finishes: Open-channel grinder equipment shall be painted as specified in Division 9.
Q. Approved Manufacturer: JWC Environmental, Inc.
2.02 INSTALLATION FRAME
A. Installation frame shall allow for mounting the open-channel grinder in an open channel
pipe or wet well, secure the grinder in place, and provide structure and baffling to prevent
unwanted bypass of materials.
B. Frame shall mount to channel or wet well walls supporting the weight of grinder with
suitable anchors supplied by the contractor for installation. Frame design shall allow the
grinder to be lifted or lowered in and out of frame with no removal of fasteners.
C. A guide rail shall provide guidance of grinder into frame for wet well installations. Guide
rail shall mount to wet well with suitable anchors supplied by contractor for installation.
Guide rail shall be fabricated of AISI 304L Stainless Steel.
2.03 MOTOR CONTROLLER
A. Motor controller shall be designed with NEMA enclosure with programmable logic
controller (PLC), operation and fail indicators, and selector switches.
B. Motor controller shall be Model No. PC2200 as manufactured and supplied by JWC
Environmental, Inc. Motor controller power supply shall be 460V, 3 phase, 60 HZ.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Coordinate installation of the equipment in accordance with the manufacturer’s
installation instructions, approved submittals, and in accordance with OSHA, Local, State,
and Federal codes and regulations.
3.02 FIELD QUALITY CONTROL
A. Manufacturer shall be required to provide the services of a representative for a minimum
of one (1) day to inspect the equipment for proper installation, apply power for the first
time and check for proper motor rotation, oversee the initial introduction of material into
the system and confirm the equipment operates as intended.
B. Field training for operations, maintenance, and supervisory staff members shall be
provided by services representative. Field instruction shall cover key components of the
equipment, operating and maintenance requirements and troubleshooting techniques.
END OF SECTION 46 24 33
397
HIGHWAY 55 LIFT STATION RELOCATION APPENDIX A
CITY PROJECT NO. 20-18
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 020124-000
APPENDIX A
CITY OF GOLDEN VALLEY STANDARD DETAIL PLATES
398
399
400
401
402
403
404
405
406
407
408
409
410
411
412
413
414
415
416
417
418
HIGHWAY 55 LIFT STATION RELOCATION APPENDIX B
CITY PROJECT NO. 20-18
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 020124-000
APPENDIX B
ARM SURVEY
419
ASBESTOS AND
REGULATED MATERIALS
SURVEY
TH 55 LIFT STATION
TH 55 at Schaper Road
Golden Valley, MN 55422
October 28, 2022
Prepared for:
City of Golden Valley
7800 Golden Valley Road
Golden Valley, MN 55427
WSB PROJECT NO. 020124-000
420
ASBESTOS AND REGULATED MATERIALS SURVEY
ARM Survey
TH 55 Lift Station
WSB Project No. 020124-000 Title Page
TH 55 Lift Station
TH 55 at Schaper Road, Golden Valley, MN 55422
For:
City of Golden Valley
October 28, 2022
Prepared by:
421
CERTIFICATION
ARM Survey
TH 55 Lift Station
WSB Project No. 020124-000 Certification
The report was prepared by:
_____________________________________________________________
Alex Richardson
Date: October 28, 2022 Title: Environmental Scientist
The report was reviewed by:
_____________________________________________________________
Ryan Spencer, CHMM
Date: October 28, 2022 Title: Director of EIR
422
TABLE OF CONTENTS
ARM Survey
TH 55 Lift Station
WSB Project No. 020124-000 Table of Contents
TITLE PAGE
CERTIFICATION
TABLE OF CONTENTS
1. Executive Summary.........................................................................................................................1
2. Introduction......................................................................................................................................1
3. Limitations........................................................................................................................................1
4. Methods...........................................................................................................................................2
4.1 Asbestos Sampling.............................................................................................................2
4.2 Lead-Based Paint Sampling ...............................................................................................2
4.3 Regulated Materials Inventory............................................................................................2
5. Results.............................................................................................................................................3
5.1 Asbestos.............................................................................................................................3
5.2 Lead-Based Paint ...............................................................................................................4
5.3 Regulated Materials............................................................................................................4
6. Conclusions and Recommendations...............................................................................................4
6.1 Asbestos Containing Materials ...........................................................................................4
6.2 Lead-Based Paint ...............................................................................................................5
6.3 Other Regulated Materials..................................................................................................5
6.4 Items of Environmental Note ..............................................................................................5
7. Standard Care and Qualifications....................................................................................................5
LIST OF FIGURES
Figure 1 – Property Aerial
Figures 2 (A-C) – Sample Locations
LIST OF TABLES
Table 1 – Asbestos Summary Table
Table 2 – Lead-Based Paint Summary Table
Table 3 – Regulated Materials Inventory
LIST OF APPENDICES
Appendix A – County Property Information
Appendix B – Certifications
Appendix C – Asbestos and Lead Analytical Laboratory Report
423
ARM Survey
TH 55 Lift Station
WSB Project No. 020124-000 Page 1
1. Executive Summary
WSB was retained by the City of Golden Valley (City) to conduct an asbestos and regulated materials
(ARM) survey for the Trunk Highway (TH) 55 Lift Station located at TH 55 at Schaper Road in Golden
Valley, Minnesota (the Property). The survey was performed on October 10, 2022 in preparation for
demolition of the Property building. The table below is an executive summary of the survey results:
Regulated Material Identified Details
Asbestos No Section 5.1 and Table 1
Lead-Based Paint No Section 5.2 and Table 2
Other Materials No Section 5.3 and Table 3
2. Introduction
WSB was retained by the City to conduct an ARM survey at the Property. The Property consists of a
sanitary lift station building that is approximately 450 square feet and contains a subgrade level. An aerial
of the Property is included as Figure 1 and Property information from Hennepin County is included in
Appendix A.
The work performed as part of this survey was completed to meet the following objectives:
Identify and sample suspect asbestos-containing materials (ACM) that will be disturbed during
demolition activities.
Identify friable and non-friable ACM at the Property as defined by the United States
Environmental Protection Agency (EPA), Minnesota Pollution Control Agency (MPCA), and the
Minnesota Department of Health (MDH).
Identify lead-based paint (LBP) at the Property on materials that are likely to be recycled prior or
during demolition.
Inventory regulated materials that may require special handling and management prior or during
demolition.
This ARM survey was performed for the benefit of the City. No additional party may rely upon this
information without written authorization by WSB.
3. Limitations
The ARM survey was completed in general conformance with the WSB’s scope and cost dated October
11, 2022. No access or other limitations were encountered during the survey. All quantities in this survey
are estimations and should not be considered exact measurements when used for obtaining abatement
bids.
WSB did not access electrically charged units or below grade areas which may include waterproofing
materials utilities, service lines, or fill materials. Additionally, any materials not identified in this survey
should be assumed to contain asbestos and/or lead-based paint unless proven otherwise by sampling.
424
ARM Survey
TH 55 Lift Station
WSB Project No. 020124-000 Page 2
4. Methods
4.1 Asbestos Sampling
An asbestos survey was conducted using destructive sampling methods to identify building
materials suspected of containing asbestos in areas likely to be disturbed during demolition
activities. Suspect ACM was categorized into homogeneous-material types, or a material that
has the same visual appearance (same color, texture, and pattern) and appears to have been
applied or constructed during the same general time period. Materials were further categorized
as either friable or non-friable. Friable materials are those that when dry can be crushed,
pulverized, or reduced to a powder by hand pressure. Category I non-friable ACM includes
asbestos-containing packings, gaskets, resilient floor covering, and asphalt roofing products
containing greater than one percent asbestos. Category II non-friable ACM includes any material
that is not a friable ACM or category I non-friable ACM.
Samples of homogeneous-material types were collected at random locations and sealed in
polyethylene bags. Materials were wetted prior to sampling to minimize fiber/dust release to the
environment. Generally, at least a single sample of a homogeneous material was collected to
represent the material type. Samples from each homogeneous material type were analyzed until
positive. That is, once a sample in a set meets the EPA definition for ACM of greater than one
percent asbestos, the homogeneous-material type is assumed to contain asbestos and other
samples in the set are not analyzed.
Asbestos samples were analyzed using polarized light microscopy in accordance with the EPA
analytical protocol Method (EPA 600/R-93-116, July 1993) by Eurofins Reservoirs Environmental,
Inc. laboratory located in Denver, Colorado (Eurofins). Eurofins is accredited by the National
Voluntary Laboratory Accreditation Program, Laboratory Code 101896-0 and participates in the
American Industrial Hygiene Association Bulk Asbestos Quality Assurance Program, Laboratory
ID 101533. Per current state and federal regulations, an ACM is defined as any material
containing greater than one percent asbestos by volume.
Asbestos sample collection and building material inspection was conducted by MDH certified
asbestos inspectors who have completed EPA approved training courses and subsequent yearly
refresher training courses. Asbestos certifications are included in Appendix B.
4.2 Lead-Based Paint Sampling
Limited paint sampling was conducted at the Property to identify LBP on materials that are likely
to be recycled prior or during demolition (e.g., concrete walls, concrete slabs, metal piping, etc.).
The limited paint sampling was not intended to characterize all painted or coated surfaces at the
Property. Further, the limited paint sampling was not intended to satisfy Occupational Safety and
Health Administration (OSHA) assessment requirements or Housing and Urban Development
(HUD) guidelines.
Samples were analyzed using flame atomic absorption spectrophotometry by Eurofins, Denver,
Colorado. Eurofins is accredited for the analysis of environmental lead by the AIHA (LAB ID No.
101533) and participates in the Environmental Lead Laboratory Analytical Program (ELLAP).
Paint chip samples collected were analyzed by EPA Method SW-846 3005A/Flame AA (7420).
4.3 Regulated Materials Inventory
A walk-through reconnaissance of the Property was conducted to identify, and inventory
regulated materials with special handling or disposal requirements prior or during demolition.
These materials include, but are not limited to, hazardous substances, petroleum products, PCB-
containing light ballasts, mercury-containing lights and switches, and refrigerants.
425
ARM Survey
TH 55 Lift Station
WSB Project No. 020124-000 Page 3
5. Results
5.1 Asbestos
Per current state and federal regulations, an ACM is defined as any material containing greater
than one percent asbestos by volume. This inspection identified 11 homogeneous materials at the
Property. A total of 11 samples were collected during the inspection and analyzed for asbestos
content. The following materials were identified as ACM:
Friable ACM
None
Category I Non-Friable ACM
None
Category II Non-Friable ACM
None
Asbestos sample locations are depicted on Figure 2 (A-C). Asbestos sample results and
estimated ACM quantities (if detected) are summarized in Table 1, and laboratory analytical
results are included as Appendix C.
426
ARM Survey
TH 55 Lift Station
WSB Project No. 020124-000 Page 4
5.2 Lead-Based Paint
Per current regulatory definitions, lead-based paint (LBP) is defined as paint, shellac, or other
coating containing lead concentrations equal to or greater than 1.0 milligram per cubic centimeter
(mg/cm2) when using an X-ray fluorescence (XRF) instrument or 0.5 percent (0.5%) lead by
weight using accepted laboratory analytical methods. Two paint chip samples were collected, one
of the white interior lift station walls (P-1) and one of the gray interior lift station floor (P-2). None
of the samples contained greater than 0.5% lead by weight.
Lead paint sample locations are identified on Figure 2B. Lead paint sample results are
summarized in Table 2, and a copy of the laboratory analytical report is included as Appendix C.
5.3 Regulated Materials
A walk-through reconnaissance of the Property was conducted to identify, and inventory
regulated materials and/or materials with special handling or disposal requirements prior to
demolition. The regulated material inventory identified various materials that may require special
management and consideration prior or during demolition at the Property. Materials inventoried
generally included electrical panels, fluorescent bulbs and fixtures, and pumps. A regulated
material inventory for the Property is summarized in Table 3.
6. Conclusions and Recommendations
WSB provides the following conclusions and recommendations pertaining to the asbestos and regulated
materials identified at the Property:
6.1 Asbestos Containing Materials
No ACM was identified at the Property during this survey (see Table 1). Any materials suspected
of containing asbestos should be assumed to contain asbestos unless proven otherwise by
sampling.
The National Emission Standards for Hazardous Air Pollutants and state regulatory agencies
require the proper removal and disposal of all friable and non-friable ACM which has the potential
to become friable prior to renovation and/or demolition activities. Further, MDH requires
notification prior to the removal/disturbance of any regulated asbestos-containing material
(RACM) greater than 160 square feet, 260 linear feet, or 35 cubic feet. A RACM is defined as
any friable ACM; any category I non-friable ACM that may become friable if subjected to sanding,
grinding, cutting, or abrading; or any category II non-friable ACM that will become or has become
friable by renovation or demolition activities.
Friable ACM is defined as any material that can be crumbled, pulverized, or reduced to powder
using hand pressure. The NESHAP has subdivided non-friable ACM into two categories, category
I non-friable and category II non-friable.
Category I non-friable materials include asbestos-containing packings, gaskets, resilient floor
covering, and asphalt roofing products containing greater than one percent asbestos. Category I
non-friable materials can remain in place during normal demolition activities under most
circumstances. However, if the category I non-friable material will be or has been subjected to
sanding, grinding, cutting, abrading or other acts that may render it friable, proper removal prior to
demolition will be required. Also, category I non-friable materials must be removed prior to
demolition if the ACM is in poor condition, becomes friable or if the building will be demolished by
burning.
Category II non-friable materials include any asbestos-containing material that is not a friable
ACM or category I non-friable ACM and according to the EPA, have a high probability of
427
ARM Survey
TH 55 Lift Station
WSB Project No. 020124-000 Page 5
becoming crumbled, pulverized or reduced to powder during demolition activities. The EPA
requires that category II materials are removed from a facility prior to demolition, unless they have
a low probability of becoming friable.
6.2 Lead-Based Paint
Based on the limited paint sampling results, no LBP was identified at the Property. However, lead
was indented in Property paint at concentrations below 0.5% by weight (see Table 2).
OSHA regulates the demolition, salvage, removal, encapsulation, and other activities which can
potentially expose workers to lead paint or lead-containing coatings (29 CFR 1910.1025 and 29
CFR 1926.62). The OSHA standards apply to all paint and other coatings containing lead in any
detectable concentration. Exposure monitoring will apply to any employees conducting work
activities at the Property that will impact any paint that contains lead.
Workers disturbing Property paint should use appropriate personal protective equipment to
reduce exposure to lead paint. It is the Property owner’s and/or managing contractor’s
responsibility to communicate the presence of lead in paint to any person or contractor who may
impact it. Untested painted concrete from structures built before 1978 may not be used as fill or
recycled for use as aggregate without a case-specific beneficial use determination from the
MPCA.
6.3 Other Regulated Materials
Regulated materials that may require special handling, management, and disposal considerations
were identified at the Property (see Table 3). Handling, recycling, and/or disposal of special
wastes and regulated materials should be conducted in accordance with local, state, and federal
regulations. Refer to the state regulatory agency or local rules for the proper management of the
regulated materials identified in this report.
6.4 Items of Environmental Note
No additional items of environmental were observed.
7. Standard Care and Qualifications
Services performed by WSB have been conducted in accordance with generally recognized
industry standards and current MPCA and MDH guidelines, where applicable. The services
performed by WSB have been conducted with the level of care and skill ordinarily exercised by
reputable members of the profession, practicing in the same locality under similar budget and
time constraints. No other warranty is made or intended.
428
ARM Survey
TH 55 Lift Station
WSB Project No. 020124-000 Figures
FIGURES
429
Asbestos and Regulated Materials Survey
TH 55 Lift Station
Golden Valley, MN 55422
Figure 1 — Property Aerial
Overview
430
Not to scale
Print in color
Asbestos and Regulated Materials Survey
TH 55 Lift Station
Golden Valley, MN 55422
Figure 2A - Sample Locations
- Non-ACM Sample Location (<1% Asbestos)
- ACM Sample Location (>1% Asbestos)
- Non-LBP Sample Location (<0.5% Lead)
- LBP Sample Location (>0.5% Lead)
Exterior
6
11 10
9
3 4
5
1
2
7
431
Not to scale
Print in color
Asbestos and Regulated Materials Survey
TH 55 Lift Station
Golden Valley, MN 55422
Figure 2B - Sample Locations
- Non-ACM Sample Location (<1% Asbestos)
- ACM Sample Location (>1% Asbestos)
- Non-LBP Sample Location (<0.5% Lead)
- LBP Sample Location (>0.5% Lead)
Interior (Ground Level)
8
Ladder
P-1
P-2
432
Not to scale
Print in color
Asbestos and Regulated Materials Survey
TH 55 Lift Station
Golden Valley, MN 55422
Figure 2C - Sample Locations
- Non-ACM Sample Location (<1% Asbestos)
- ACM Sample Location (>1% Asbestos)
- Non-LBP Sample Location (<0.5% Lead)
- LBP Sample Location (>0.5% Lead)
Interior (Lower Level)
Ladder
Sump
433
ARM Survey
TH 55 Lift Station
WSB Project No. 020124-000 Tables
TABLES
434
Table #1
Asbestos Summary Table
TH 55 Lift Station
Golden Valley, MN
Notes:
Samples in Bold were determined to be asbestos containing by laboratory analysis.
ND = None Detected
LF = Linear Feet
SF = Square Feet
*Trace is defined as <1% asbestos by visual estimate
Sample
Number Material Description Location Result Quantity Classification
1 Roof Core Roof ND ------
2 Gray Caulking Roof ND ------
3 Black Caulking Roof ND ------
4 Light Gray Caulking Exterior ND ------
5 Clear Caulking Exterior ND ------
6 Brown Brick and Mortar Exterior ND ------
7 White Door Caulking Exterior ND ------
8 White Caulking Interior ND ------
9 White Caulking Exterior ND ------
10 Black Sealant Exterior ND ------
11 Black Vapor Barrier Exterior ND ------
435
Table #2
Lead-Based Paint Summary Table
TH 55 Lift Station
Golden Valley, MN
Sample
Identification Paint Description Location Result
P-1 White paint Interior lift station walls 0.0093% Lead.
P-2 Gray paint Interior lift station floor 0.063% Lead
Notes:
ND = None Detected
436
Table #3
Regulated Materials Inventory
TH 55 Lift Station
Golden Valley, MN
Location Regulated Material Quantity
Pump 2
Heater 1
Door closer 1
Breaker box 3
Security system 1
Electrical control panels 7
Interior (Ground Level)
Computer and monitor 1
Sump 1Interior (Lower Level)
Wells 2
Camera 4
Fluorescent bulb 4
Exterior
Electrical monitor 1
Notes:
All quantities are approximate
CY = cubic yards
437
ARM Survey
TH 55 Lift Station
WSB Project No. 020124-000 Appendices
APPENDIX A
County Property Information
438
439
ARM Survey
TH 55 Lift Station
WSB Project No. 020124-000
APPENDIX B
Certifications
440
Pursuant to Minnesota Statutes, section 144.99, this licensemay be suspended or revoked for failure to conduct asbestos-related work in compliance with applicable regulations.Issued on: February 8, 2022License Number: AC875Asbestos Contractor LicenseMinnesota Department of HealthTo:Asbestos-related work must be conducted according to MinnesotaStatutes, sections 326.70 to 326.81 and Minnesota Rules,parts 4620.000 to 4620.3724.WSB & Associates Inc.701 Xenia Ave SSuite 300Minneapolis, Minnesota 55416- Responsible Individual: Daniel J. RangitschThis license is valid from March 8, 2022 to March 7, 2023.Thomas P. Hogan, DirectorEnvironmental Health Division441
MINNESOTA DEPARTMENT OF HEALTHIn accordance with Minnesota Statutes, section 144.9505 and Minnesota Rules, part 4761.2200, to practice in the State of Minnesota as ahas authorizedWSB & ASSOCIATES INC.701 XENIA AVE S MINNEAPOLIS, MINNESOTA 55416 Thomas P. Hogan, DirectorEnvironmental Health DivisionCERTIFIED LEAD FIRMLicense No: LF4361Expires: 03/02/2023THIS CERTIFICATE IS NONTRANSFERABLE442
443
444
S This is to certify that Ryan G. Spencer has attended and successfully completed an ASBESTOS INSPECTOR REFRESHER TRAINING COURSE permitted by the State of Minnesota under Minnesota Rules 4620.3702 to 4620.3722 and meets the requirements of Section 206 of Title II of the Toxic Substances Control Act (TSCA) conducted by Lake States Environmental, Ltd. in Remotely Attended on February 4, 2022 Examination Date: February 4, 2022 Certificate No: 5LM02042205IR Lake States Environmental, Ltd. P. O. Box 645, Rice Lake, WI 54868 (800) 254-9811 Training Instructor Expiration Date: February 4, 2023 445
S
This is to certify that
Ryan Spencer
has attended and successfully completed an
ASBESTOS SUPERVISOR
REFRESHER TRAINING COURSE
permitted by
the State of Minnesota under Minnesota Rules 4620.3702 to 4620.3722
and meets the requirements of
Section 206 of Title II of the Toxic Substances Control Act (TSCA)
conducted by
Lake States Environmental, Ltd.
by
Remote Attendance on May 26, 2022
Examination Date: May 26, 2022
Certificate No: 5LM05262206SR
Lake States Environmental, Ltd.
P. O. Box 645, Rice Lake, WI 54868
(800) 254-9811
Training Instructor
Expiration Date: May 26, 2023
446
This is to certify that Ryan G. Spencer 18921 Hinton Avenue, Lakeville, Minn. 55044 for successfully completing and passing the examination for the LEAD (Pb) RISK ASSESSOR REFRESHER TRAINING COURSE This training course is Approved by the State of Minnesota under Minnesota Rules, parts 4761.2000 to 4761.2700 and meets the requirements of 40 CFR 745.225, and Title X of the Toxic Substances Control Act (TSCA) conducted by Lake States Environmental, Ltd. by Remote Attendance on May 19, 2022 Examination Date: May 19, 2022 Certificate No: 5LM05192215PbRAR Lake States Environmental, Ltd. P. O. Box 645, Rice Lake, WI 54868 www.lakestates.com (800) 254-9811Bob Rogalla – Training Course Manager Issue Date: May 19, 2022 447
ARM Survey
TH 55 Lift Station
WSB Project No. 020124-000
APPENDIX C
Analytical Laboratory Reports
448
October 24, 2022
Sincerely,
Jeanne Spencer
President
Subcontractor Number:
Laboratory Report:RES 539925-1
Project #/P.O. #:020124
Project Description:TH55 Lift Station
Alex Richardson
WSB & Associates, Inc.
701 Xenia Avenue South Suite 300
Minneapolis MN 55416
Dear Alex,
Eurofins Reservoirs is an analytical laboratory accredited for the analysis of Industrial Hygiene and
Environmental matrices by the National Voluntary Laboratory Accreditation Program (NVLAP), Lab Code
101896-0 for Transmission Electron Microscopy (TEM) and Polarized Light Microscopy (PLM) analysis and the
American Industrial Hygiene Association (AIHA LAP, LLC), Lab ID 101533 for Phase Contrast Microscopy
(PCM) analysis. This laboratory is currently proficient in both Proficiency Testing and PAT programs respectively.
Eurofins Reservoirs has analyzed the following samples for asbestos content as per your request. The analysis
has been completed in general accordance with the appropriate methodology as stated in the attached analysis
table. The results have been submitted to your office.
RES 539925-1 is the job number assigned to this study. This report is considered highly confidential and the
sole property of the customer. Eurofins Reservoirs will not discuss any part of this study with personnel other
than those of the client. The results described in this report only apply to the samples analyzed, as received by
the customer. This report must not be used to claim endorsement of products or analytical results by NVLAP or
any agency of the U.S. Government. This report shall not be reproduced except in full, without written approval
from Eurofins Reservoirs Samples will be disposed of after sixty days unless longer storage is requested. If you
have any questions about this report, please feel free to call 303-964-1986.
by Paul LoScalzo
10/24/202210/24/202210/24/202210/24/2022
Eurofins Reservoirs Environmental, Inc
Eurofins Reservoirs QA Manual
Effective April 28, 2022
Q:\QAQC\Eurofins Reservoirs QA Manual.pdf
(303) 964-1986
(866) RESI-ENV
www.reilab.com
https://clients.reilab.com
5801 Logan St, Suite 100, Denver, CO 80216
Page 1 of 2 449
Laboratory Sample IDLaboratory Sample IDLaboratory Sample IDLaboratory Sample ID LLLL Asbestos ContentAsbestos ContentAsbestos ContentAsbestos Content Non-Non-Non-Non-Non-Non-Non-Non-
AAAA SubSubSubSub AsbestosAsbestosAsbestosAsbestos FibrousFibrousFibrousFibrous
YYYY PhysicalPhysicalPhysicalPhysical PartPartPartPart MineralMineralMineralMineral VisualVisualVisualVisual FibrousFibrousFibrousFibrous ComponentsComponentsComponentsComponents
EEEE DescriptionDescriptionDescriptionDescription EstimateEstimateEstimateEstimate ComponentsComponentsComponentsComponents
Client Sample NumberClient Sample NumberClient Sample NumberClient Sample Number RRRR (%)(%)(%)(%)
539925 -539925 -539925 -539925 -1111 A Yellow foam 10 NDNDNDND 0 100
B Brown fibrous perlitic material 15 NDNDNDND 80 20
C Black tar w/ black fibrous tar 30 NDNDNDND 20 80
D Black resinous tar w/ black fibrous resinous tar & black
granular material
45 NDNDNDND 20 80
539925 -539925 -539925 -539925 -2222 A Black resinous material 100 NDNDNDND 0 100
539925 -539925 -539925 -539925 -3333 A Black fibrous tar 100 NDNDNDND 15 85
539925 -539925 -539925 -539925 -4444 A Gray caulk 100 NDNDNDND 12 88
539925 -539925 -539925 -539925 -5555 A Colorless caulk 100 NDNDNDND 0 100
539925 -539925 -539925 -539925 -6666 A Red brick 50 NDNDNDND 0 100
B Gray mortar 50 NDNDNDND 0 100
539925 -539925 -539925 -539925 -7777 A Gray caulk w/ white paint 100 NDNDNDND 0 100
539925 -539925 -539925 -539925 -8888 A White caulk w/ white paint 100 NDNDNDND 0 100
539925 -539925 -539925 -539925 -9999 A White caulk 100 NDNDNDND 0 100
539925 -539925 -539925 -539925 -10101010 A Brown/gray paint w/ granular debris 100 NDNDNDND 0 100
539925 -539925 -539925 -539925 -11111111 A Black resinous material 100 NDNDNDND 0 100
TEM Analysis recommended for organically bound material (i.e. floor tile) if PLM results are <1%.
Analyst
Eurofins Reservoirs Environmental, Inc
Eurofins Reservoirs QA Manual
Effective April 28, 2022
Q:\QAQC\Eurofins Reservoirs QA Manual.pdf
RES Job Number:
Client:
Client Project/P.O.:
Client Project Description:
Date Samples Received:
Analysis Type:
Turnaround:
Date Samples Analyzed:
TABLE: I ANALYSIS: PLM BULK ANALYSIS, PERCENTAGE COMPOSITION BY VOLUME
RES 539925-1
WSB & Associates, Inc.
020124
TH55 Lift Station
October 17, 2022
EPA 600/R-93/116 - Short Report, Bulk
Standard
October 21, 2022
EUROFINS RESERVOIRS ENVIRONMENTAL, INC
NVLAP Lab Code 101896-0
AIHA LAP, LLC. LAB ID 101533
NA = Not Analyzed
NR = Not Received
ND = None Detected
TR = Trace; <1 % Visual Estimate
Trem-Act = Tremolite-Actinolite
(303) 964-1986
(866) RESI-ENV
www.reilab.com
https://clients.reilab.com
5801 Logan St, Suite 100, Denver, CO 80216
Page 2 of 2 450
SUBMITTED BY INVOICE TO
Client Sample ID Number
RES Job #: 539925
CONTACT INFORMATION SERIES
ASBESTOS LABORATORY HOURS: Weekdays: 7am - 7pm & Sat. 8am - 5pm REQUESTED ANALYSIS VALID MATRIX CODES LAB NOTES
CHEMISTRY LABORATORY HOURS: Weekdays: 8am - 5pm
MICROBIOLOGY LABORATORY HOURS: Weekdays: 8am - 5pm
**Turnaround times establish a laboratory priority, subject to laboratory volume and are not
guaranteed. Additional fees apply for afterhours, weekends and holidays.**
Laboratory Analysis
Instructions
(Sample ID's must be unique)
Company:WSB & Associates, Inc.Company:WSB & Associates, Inc.
Address:701 Xenia Avenue South Suite 300 Address:701 Xenia Avenue South Suite 300
Minneapolis, MN 55416 Minneapolis, MN 55416
Project Number and/or P.O. #:020124
Project Description/Location:TH55 Lift Station
Contact:Alex Richardson -1 PLM Standard
Phone:(612) 791-8423
Fax:
Cell:
Final Data Deliverable Email Address:
arichardson@wsbeng.com (+ 5 ADDNL. CONTACTS)
PLM / PCM / TEM DTL RUSH PRIORITY STANDARD Air = A Bulk = B
Dust = D Food = F
Paint = P Soil = S
Dust RUSH PRIORITY STANDARD
*PRIOR NOTICE REQUIRED FOR SAME DAY TAT
Surface = SU Swab = SW
Tape = T Wipe = W
Metals RUSH PRIORITY STANDARD Drinking Water = DW
Waste Water = WW
Organics*SAME DAY RUSH PRIORITY STANDARD **ASTM E1792 approved wipe media only**
Viable Analysis**PRIORITY STANDARD
**TAT DEPENDENT ON SPEED OF MICROBIAL GROWTH
Medical Device Analysis RUSH STANDARD
Mold Analysis RUSH PRIORITY STANDARD
Special Instructions:
1 1 X B 10/11/22 PC
2 2 X B 10/11/22 PC
3 3 X B 10/11/22 PC
4 4 X B 10/11/22 PC
5 5 X B 10/11/22 PC
6 6 X B 10/11/22 PC
7 7 X B 10/11/22 PC
8 8 X B 10/11/22 PC
9 9 X B 10/11/22 PC
10 10 X B 10/11/22 PC
11 11 X B 10/11/22 PCPLM - PLM Short Report (EPA/600/R-93/116)TEM - AHERA (+/- or Quantified), Microvac (+/- or Quantified), Wipe (+/- or Quantified), NIOSH 7402, Yamate Level II, ISO 10312, ISO 13794, Chatfield, Drinking Water, Waste Water, Bulk +/-, CARB Modified AheraPCM - 7400A, 7400B, OSHADUST - Total, RespirableMETALS - Analyte(s) Lead Only (7082, 7420, Waste Water, Foodware), Multi Metals (7303,6020A, 200.8, Waste Water, Foodware, OSHA ID-125G), pH (Liquid or Non-Liquid), TCLP, RCRA 8 Scan, Welding Fume Scan, Full Metals ScanORGANICS - Methamphetamine, TSSVIABLES - Campylobacter, Bacillus, Salmonella (Culturable or 1-2), Listeria, E.coli O157:H7, E.coli/Coliforms - Plated, S.aureus, Yeast & Mol, Aerobic Plate Count, Coliforms/E.coli - (State Water, Drinking Water, Non-Drinking Water, +/-, Quantification), Lactic Acid, Viable Microbial Count (wo/ID or w/ID), Enterococcus (+/- or Quantification), Legionella (P, NP, C)MEDICAL - Bioburden, LALMOLD - Spore Trap, Bulk Mold, Particulate IdentificationSample Volume (L) / AreaLength(or Aliquots) x Width(or Area per Aliquot)Matrix Code# of ContainersDate Collectedmm/dd/yyTime Collectedhh:mmASBESTOS CHEMISTRY MICROBIOLOGY
EREI establishes a unique Lab Sample ID, for each sample, by preceding each unique Client Sample ID with the laboratory RES Job Number.
EREI will analyze incoming samples based on information received and will not be responsible for errors or omissions in calculations resulting from the inaccuracy of original data. By signing, client/company representative agrees that submission of the following samples for requested analysis as indicated on this Chain of Custody shall
consitute an analytical services agreement with payment terms of NET 30 days. Failure to comply with payment terms may result in a 1.5% monthly interest surcharge.
Relinquished By:
Alex Richardson Date/Time: 10/14/2022 7:21:30 Sample Condition: Acceptable
Received By:
Jessica Parker Date/Time: 10/17/2022 14:22:52 Carrier: Fed-Ex
Eurofins Reservoirs Environmental, Inc
Eurofins Reservoirs QA Manual
Effective April 28, 2022
Q:\QAQC\Eurofins Reservoirs QA Manual.pdf
(303) 964-1986
(866) RESI-ENV
www.reilab.com
https://clients.reilab.com
5801 Logan St, Suite 100, Denver, CO 80216
Page 1 of 1 451
October 18, 2022
Sincerely,
Robin Klover
Vice President
Subcontractor Number:
Laboratory Report:RES 539964-1
Project #/P.O. #:020124
Project Description:TH55 Lift Station
Alex Richardson
WSB & Associates, Inc.
701 Xenia Avenue South Suite 300
Minneapolis MN 55416
Dear Alex,
Eurofins Reservoirs is an analytical laboratory accredited for the analysis of Industrial Hygiene and
Environmental matrices by the American Industrial Hygiene Association (AIHA LAP, LLC), Lab ID 101533. The
laboratory is currently proficient in both IHPAT & ELPAT programs respectively.
Eurofins Reservoirs has analyzed the following sample(s) using Atomic Absorption Spectroscopy (AAS) /
Inductively Coupled Plasma - Mass Spectrometry (ICP-MS) per your request. Reported sample results were not
blank corrected. The analysis has been completed in general accordance with the appropriate methodology as
stated in the analysis table. Results have been sent to your office.
RES 539964-1 is the job number assigned to this study. This report is considered highly confidential and the
sole property of the customer. Eurofins Reservoirs will not discuss any part of this study with personnel other
than those of the client. The results described in this report only apply to the samples analyzed, as received by
the customer. This report must not be used to claim endorsement of products or analytical results by NVLAP or
any agency of the U.S. Government. This report shall not be reproduced except in full, without written approval
from Eurofins Reservoirs Samples will be disposed of after sixty days unless longer storage is requested. If you
have any questions about this report, please feel free to call 303-964-1986.
by Samuel Shields
10/18/202210/18/202210/18/202210/18/2022
Eurofins Reservoirs Environmental, Inc
Eurofins Reservoirs QA Manual
Effective April 28, 2022
Q:\QAQC\Eurofins Reservoirs QA Manual.pdf
(303) 964-1986
(866) RESI-ENV
www.reilab.com
https://clients.reilab.com
5801 Logan St, Suite 100, Denver, CO 80216
Page 1 of 3 452
Laboratory Sample IDLaboratory Sample IDLaboratory Sample IDLaboratory Sample ID ReportingReportingReportingReporting
LimitLimitLimitLimit
LEADLEADLEADLEAD
CONCENTRATIONCONCENTRATIONCONCENTRATIONCONCENTRATION
Client ID NumberClient ID NumberClient ID NumberClient ID Number (%)(%)
539964 -539964 -539964 -539964 -P-1P-1P-1P-1 0.0061 0.0093
539964 -539964 -539964 -539964 -P-2P-2P-2P-2 0.0044 0.063
Unless otherwise noted on the QC table, all quality control samples performed within specifications established by the laboratory
Unless otherwise noted sample analyses have not been blank corrected
Analyst
Eurofins Reservoirs Environmental, Inc
Eurofins Reservoirs QA Manual
Effective April 28, 2022
Q:\QAQC\Eurofins Reservoirs QA Manual.pdf
RES Job Number:
Client:
Client Project/P.O.:
Client Project Description:
Date Samples Received:
Analysis Type:
Turnaround:
Date Samples Analyzed:
TABLE: I ANALYSIS: LEAD IN PAINT
RES 539964-1
WSB & Associates, Inc.
020124
TH55 Lift Station
October 18, 2022
REI CHEMISTRY SOP / USEPA SW846 3050B/7420-M
Standard
October 18, 2022
EUROFINS RESERVOIRS ENVIRONMENTAL, INC
NVLAP Lab Code 101896-0
AIHA LAP, LLC. LAB ID 101533
(303) 964-1986
(866) RESI-ENV
www.reilab.com
https://clients.reilab.com
5801 Logan St, Suite 100, Denver, CO 80216
Eurofins Reservoirs Environmental, Inc
Eurofins Reservoirs QA Manual
Effective April 28, 2022
Q:\QAQC\Eurofins Reservoirs QA Manual.pdf
RES Job Number:
Client:
Client Project/P.O.:
Client Project Description:
Date Samples Received:
Analysis Type:
Turnaround:
Date Samples Analyzed:
TABLE: I ANALYSIS: LEAD IN PAINT
RES 539964-1
WSB & Associates, Inc.
020124
TH55 Lift Station
October 18, 2022
REI CHEMISTRY SOP / USEPA SW846 3050B/7420-M
Standard
October 18, 2022
EUROFINS RESERVOIRS ENVIRONMENTAL, INC
NVLAP Lab Code 101896-0
AIHA LAP, LLC. LAB ID 101533
NA = Not Analyzed
NR = Not Received
ND = None Detected
BAS = Below Analytical Sensitivity
BRL = Below Reporting Limit
(303) 964-1986
(866) RESI-ENV
www.reilab.com
https://clients.reilab.com
5801 Logan St, Suite 100, Denver, CO 80216
Page 2 of 3 453
Quality Control BatchQuality Control BatchQuality Control BatchQuality Control Batch AnalyteAnalyteAnalyteAnalyte Matrix BlankMatrix BlankMatrix BlankMatrix Blank
(µg)
Matrix DuplicateMatrix DuplicateMatrix DuplicateMatrix Duplicate
(%RPD)
Matrix SpikeMatrix SpikeMatrix SpikeMatrix Spike
(% Recovery)
Laboratory Control SampleLaboratory Control SampleLaboratory Control SampleLaboratory Control Sample
(% Recovery)
101822-1101822-1101822-1101822-1 Pb BRL 0 106 106
Unless otherwise noted all quality control samples performed within specifications established by the laboratory.
Unless otherwise noted sample analyses have not been blank corrected
Analyst
Eurofins Reservoirs Environmental, Inc
Eurofins Reservoirs QA Manual
Effective April 28, 2022
Q:\QAQC\Eurofins Reservoirs QA Manual.pdf
RES Job Number:
Client:
Client Project/P.O.:
Client Project Description:
Date Samples Received:
Analysis Type:
Turnaround:
Date Samples Analyzed:
TABLE: I ANALYSIS: LEAD IN PAINT
RES 539964-1
WSB & Associates, Inc.
020124
TH55 Lift Station
October 18, 2022
REI CHEMISTRY SOP / USEPA SW846 3050B/7420-M
Standard
October 18, 2022
EUROFINS RESERVOIRS ENVIRONMENTAL, INC
NVLAP Lab Code 101896-0
AIHA LAP, LLC. LAB ID 101533
(303) 964-1986
(866) RESI-ENV
www.reilab.com
https://clients.reilab.com
5801 Logan St, Suite 100, Denver, CO 80216
Eurofins Reservoirs Environmental, Inc
Eurofins Reservoirs QA Manual
Effective April 28, 2022
Q:\QAQC\Eurofins Reservoirs QA Manual.pdf
RES Job Number:
Client:
Client Project/P.O.:
Client Project Description:
Date Samples Received:
Analysis Type:
Turnaround:
Date Samples Analyzed:
TABLE: I ANALYSIS: LEAD IN PAINT
RES 539964-1
WSB & Associates, Inc.
020124
TH55 Lift Station
October 18, 2022
REI CHEMISTRY SOP / USEPA SW846 3050B/7420-M
Standard
October 18, 2022
EUROFINS RESERVOIRS ENVIRONMENTAL, INC
NVLAP Lab Code 101896-0
AIHA LAP, LLC. LAB ID 101533
NA = Not Analyzed
NR = Not Received
ND = None Detected
BAS = Below Analytical Sensitivity
BRL = Below Reporting Limit
(303) 964-1986
(866) RESI-ENV
www.reilab.com
https://clients.reilab.com
5801 Logan St, Suite 100, Denver, CO 80216
Page 3 of 3 454
SUBMITTED BY INVOICE TO
Client Sample ID Number
RES Job #: 539964
CONTACT INFORMATION SERIES
ASBESTOS LABORATORY HOURS: Weekdays: 7am - 7pm & Sat. 8am - 5pm REQUESTED ANALYSIS VALID MATRIX CODES LAB NOTES
CHEMISTRY LABORATORY HOURS: Weekdays: 8am - 5pm
MICROBIOLOGY LABORATORY HOURS: Weekdays: 8am - 5pm
**Turnaround times establish a laboratory priority, subject to laboratory volume and are not
guaranteed. Additional fees apply for afterhours, weekends and holidays.**
Laboratory Analysis
Instructions
(Sample ID's must be unique)
Company:WSB & Associates, Inc.Company:WSB & Associates, Inc.
Address:701 Xenia Avenue South Suite 300 Address:701 Xenia Avenue South Suite 300
Minneapolis, MN 55416 Minneapolis, MN 55416
Project Number and/or P.O. #:020124
Project Description/Location:TH55 Lift Station
Contact:Alex Richardson -1 Chem Standard
Phone:(612) 791-8423
Fax:
Cell:
Final Data Deliverable Email Address:
arichardson@wsbeng.com (+ 6 ADDNL. CONTACTS)
PLM / PCM / TEM DTL RUSH PRIORITY STANDARD Air = A Bulk = B
Dust = D Food = F
Paint = P Soil = S
Dust RUSH PRIORITY STANDARD
*PRIOR NOTICE REQUIRED FOR SAME DAY TAT
Surface = SU Swab = SW
Tape = T Wipe = W
Metals RUSH PRIORITY STANDARD Drinking Water = DW
Waste Water = WW
Organics*SAME DAY RUSH PRIORITY STANDARD **ASTM E1792 approved wipe media only**
Viable Analysis**PRIORITY STANDARD
**TAT DEPENDENT ON SPEED OF MICROBIAL GROWTH
Medical Device Analysis RUSH STANDARD
Mold Analysis RUSH PRIORITY STANDARD
Special Instructions:
1 P-1 X P 10/03/22
2 P-2 X P 10/03/22PLM - Short Report, Long Report, CARB 435TEM - AHERA (+/- or Quantified), Microvac (+/- or Quantified), Wipe (+/- or Quantified), NIOSH 7402, Yamate Level II, ISO 10312, ISO 13794, Chatfield, Drinking Water, Waste Water, Bulk +/-, CARB Modified AheraPCM - 7400A, 7400B, OSHADUST - Total, RespirableMETALS - Analyte(s) PbLead by Flame AA (USEPA SW846 3050B/7420)ORGANICS - Methamphetamine, TSSVIABLES - Campylobacter, Bacillus, Salmonella (Culturable or 1-2), Listeria, E.coli O157:H7, E.coli/Coliforms - Plated, S.aureus, Yeast & Mol, Aerobic Plate Count, Coliforms/E.coli - (State Water, Drinking Water, Non-Drinking Water, +/-, Quantification), Lactic Acid, Viable Microbial Count (wo/ID or w/ID), Enterococcus (+/- or Quantification), Legionella (P, NP, C)MEDICAL - Bioburden, LALMOLD - Spore Trap, Bulk Mold, Particulate IdentificationSample Volume (L) / AreaLength(or Aliquots) x Width(or Area per Aliquot)Matrix Code# of ContainersDate Collectedmm/dd/yyTime Collectedhh:mmASBESTOS CHEMISTRY MICROBIOLOGY
EREI establishes a unique Lab Sample ID, for each sample, by preceding each unique Client Sample ID with the laboratory RES Job Number.
EREI will analyze incoming samples based on information received and will not be responsible for errors or omissions in calculations resulting from the inaccuracy of original data. By signing, client/company representative agrees that submission of the following samples for requested analysis as indicated on this Chain of Custody shall
consitute an analytical services agreement with payment terms of NET 30 days. Failure to comply with payment terms may result in a 1.5% monthly interest surcharge.
Relinquished By:
Alex Richardson Date/Time: 10/18/2022 7:56:48 Sample Condition: Acceptable
Received By:
Jessica Shapiro Date/Time: 10/18/2022 8:41:05 Carrier: Hand
Eurofins Reservoirs Environmental, Inc
Eurofins Reservoirs QA Manual
Effective April 28, 2022
Q:\QAQC\Eurofins Reservoirs QA Manual.pdf
(303) 964-1986
(866) RESI-ENV
www.reilab.com
https://clients.reilab.com
5801 Logan St, Suite 100, Denver, CO 80216
Page 1 of 1 455
HIGHWAY 55 LIFT STATION RELOCATION APPENDIX C
CITY PROJECT NO. 20-18
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 020124-000
APPENDIX C
GEOTECHNICAL REPORT
456
GEOTECHNICAL REPORT
TRUNK HIGHWAY 55 LIFT STATION
GOLDEN VALLEY, MINNESOTA
February 23, 2023
Prepared for:
City of Golden Valley
7800 Golden Valley Rd
Golden Valley, MN 55427
WSB PROJECT NO. 020124-000
457
GEOTECHNICAL REPORT
Geotechnical Report
Trunk Highway 55 – Lift Station
Golden Valley, Minnesota
WSB Project No. 020124-000
TRUNK HIGHWAY 55
LIFT STATION
FOR
CITY OF GOLDEN VALLEY
February 23, 2023
458
GEOTECHNICAL REPORT
Geotechnical Report
Trunk Highway 55 – Lift Station
Golden Valley, Minnesota
WSB Project No. 020124-000
CERTIFICATION
I hereby certify that this plan, specification, or report was prepared by me or
under my direct supervision and that I am a duly Licensed Professional
Engineer under the laws of the State of Minnesota.
Mark W. Osborn, PE
Date: February 23, 2023 Lic. No. 41362
459
540 GATEWAY BLVD | BURNSVILLE, MN | 55337 | 952.737.4660 | WSBENG.COM February 23, 2023
City of Golden Valley
7800 Golden Valley Rd
Golden Valley, MN 55427
Re: Geotechnical Report
Trunk Highway 55
Lift Station
Golden Valley, Minnesota
WSB Project No.: 020124-000
We have conducted a geotechnical subsurface exploration program for the above referenced
project. This report contains our soil boring logs, an evaluation of the conditions encountered in
the borings and our recommendations for a lift station, force main utilities, and other geotechnical
related design and construction considerations.
If you have questions concerning this report or our recommendations, or for construction material
testing for this project, please call us at 952.737.4660.
Sincerely,
WSB
Mark Osborn, PE
Senior Geotechnical Engineer
Attachment:
Geotechnical Report
MWO/tw
460
TABLE OF CONTENTS
Geotechnical Report
Trunk Highway 55 – Lift Station
Golden Valley, Minnesota
WSB Project No. 020124-000
TITLE SHEET
CERTIFICATION SHEET
LETTER OF TRANSMITTAL
TABLE OF CONTENTS
1. INTRODUCTION ................................................................................................................................... 1
Project Location ......................................................................................................................... 1
Project Description .................................................................................................................... 1
Purpose and Project Scope of Services .................................................................................... 1
2. PROCEDURES ..................................................................................................................................... 2
2.1 Boring Layout and Soil Sampling Procedures ........................................................................... 2
2.2 Groundwater Measurements and Borehole Abandonment ....................................................... 2
2.3 Boring Log Procedures and Qualifications ................................................................................ 2
3. EXPLORATION RESULTS .................................................................................................................. 3
3.1 Site and Geology ....................................................................................................................... 3
3.2 Subsurface Soil and Groundwater Conditions .......................................................................... 3
3.3 Strength Characteristics ............................................................................................................ 3
3.4 Groundwater Conditions ............................................................................................................ 4
4. ENGINEERING ANALYSIS AND RECOMMENDATIONS .................................................................. 5
4.1 Discussion ................................................................................................................................. 5
4.2 Horizontal Drilling Pits ............................................................................................................... 5
4.3 Force main Installation .............................................................................................................. 5
4.4 Lift Station Foundation Area Preparation .................................................................................. 6
4.5 Foundation Recommendations.................................................................................................. 6
4.6 Backfill and Fill Selection and Compaction ............................................................................... 7
4.7 Pavement Area .......................................................................................................................... 8
4.8 Dewatering................................................................................................................................. 8
4.9 Construction Considerations ..................................................................................................... 8
4.10 Construction Safety ................................................................................................................... 8
4.11 Field Observation and Testing................................................................................................... 8
4.12 Plan Review and Remarks ........................................................................................................ 9
5. STANDARD OF CARE ....................................................................................................................... 10
Appendix A
Soil Boring Exhibit
Logs of Test Borings
Symbols and Terminology on Test Boring Log
Notice to Report Users Boring Log Information
Unified Soil Classification System (USCS)
461
Geotechnical Report
Trunk Highway 55 – Lift Station
Golden Valley, Minnesota
WSB Project No. 020124-000 Page 1
1. INTRODUCTION
Project Location
The site is located to the west of the intersection of Trunk Highway 55 (Olson Memorial Highway) and
Schaper Road in Golden Valley, Minnesota. The approximate soil boring locations can be found on the
Soil Boring Exhibit in Appendix A.
Project Description
It is proposed to construct a new lift station and sanitary utilities along the north side of Trunk Highway 55.
The lift station will extend to a depth of up to 20 feet below grade and the force main sanitary utility is
planned at depths of about 5 feet below grade.
WSB has developed lift station foundation recommendations for this project in consideration of the
proposed layout, loadings, and structural configurations as understood at this time. When the designer
develops additional information about final design structural loadings, configuration, or other significant
factors, the recommendations presented herein may no longer apply. WSB should be made aware of the
revised or additional information in order to evaluate the recommendations for continued applicability.
Purpose and Project Scope of Services
The City of Golden Valley authorized this scope of service. In order to assist the design team in
preparing plans and specifications, we have developed recommendations for designing foundations and
utilities. As such, we have completed a subsurface exploration program and prepared a geotechnical
report for the referenced site. This stated purpose was a significant factor in determining the scope and
level of service provided. Should the purpose of the report change the report immediately ceases to be
valid and use of it without WSB’s prior review and written authorization should be at the user’s sole risk.
Our authorized scope of work has been limited to:
1. Clearing underground utilities utilizing Gopher State One Call.
2. Mobilization / demobilization of an all-terrain track mounted drill rig.
3. Drilling 8 standard penetration borings to depths of 10 to 30 feet below grade.
4. Sealing the borings per Minnesota Department of Health procedures.
5. Perform soil classification and analysis.
6. Review of available project information and geologic data.
7. Providing this geotechnical report containing:
a. Summary of our findings.
b. Discussion of subsurface soil and groundwater conditions and how they may affect the
proposed excavations, foundations, and force main installation.
c. Estimated allowable bearing capacity of the soils.
d. Estimated excavation depths to suitable soils.
e. A discussion of soils for use as structural fill and site fill.
462
Geotechnical Report
Trunk Highway 55 – Lift Station
Golden Valley, Minnesota
WSB Project No. 020124-000 Page 2
2. PROCEDURES
2.1 Boring Layout and Soil Sampling Procedures
WSB completed 8 standard penetration soil borings at the project site. Our field crew staked the borings
using the supplied site plan. The borings were located with a handheld GPS device for horizontal
locations. The approximate boring locations are shown on the Soil Boring Exhibit in Appendix A which is
an aerial photo.
We completed the borings on June 27, 2022 with a track-mounted CME-55 drill rig operated by a two-
person crew. The drill crew advanced the borings using continuous hollow stem augers. The drilling
information is provided on the boring logs.
Generally, the drill crew sampled the soil in advance of the aug er tip at two and one-half (2 ½) foot
intervals to a depth of 15 feet and then at five (5) foot intervals thereafter to the termination depth of the
boring. The soil samples were obtained using a split-barrel sampler which was driven into the ground
during standard penetration tests in accordance with ASTM D 1586, Standard Method of Penetration Test
and Split-Barrel Sampling of Soils. The materials encountered were described on field logs and
representative samples were containerized and transported to our laboratory for further observation and
testing.
The samples were visually observed to estimate the distribution of grain sizes, plasticity, consistency,
moisture condition, color, presence of lenses and seams, and apparent geologic origin. We classif ied the
soils according to type using the Unified Soil Classification System (USCS). A chart describing the USCS
is included in Appendix A.
2.2 Groundwater Measurements and Borehole Abandonment
The drill crew observed the borings for free groundwater while drilling and after completion of the borings.
These observations and measurements are noted on the boring logs. The crew then backfilled the
borings to comply with Minnesota Department of Health regulations.
2.3 Boring Log Procedures and Qualifications
The subsurface conditions encountered by the borings are illustrated on the Logs of Test Borings in
Appendix A. Similar soils were grouped into the strata shown on the boring logs, and the appropriate
estimated USCS classification symbols were also added. The depths and thickness of the subsurface
strata indicated on the boring logs were estimated from the drilling results.
The transition between materials (horizontal and vertical) is approximate and is usually far more gradual
than shown. Information on actual subsurface conditions exists only at the specific locations indicated
and is relevant only to the time exploration was performed. Subsurface conditions and groundwater
levels at other locations may differ from conditions found at the indicated locations. The nature and
extent of these conditions would not become evident until exposed by construction excavation. These
stratification lines were used for our analytical purposes and due to the aforementioned limitations, should
not be used as a basis of design or construction cost estimates.
463
Geotechnical Report
Trunk Highway 55 – Lift Station
Golden Valley, Minnesota
WSB Project No. 020124-000 Page 3
3. EXPLORATION RESULTS
3.1 Site and Geology
Borings were completed in the greenspace areas along the proposed sanitary utility lin e north of Highway
55.
Geologic origins can be difficult to determine solely from boring samples. We referenced online geologic
data of the area and used our experience to help determine geologic origin of the soils, however only a
detailed geologic exploration would accurately determine the geologic history of the site.
The Hennepin County Geologic Atlas indicates the surficial geology of the area is mostly glacial outwash
consisting of sands and sandy gravel. This site may also contain organic deposits including peat or
organic clayey silts and organic sands. These organic deposits are from shallow depressions and non -
flowing water deposits and may contain shells.
3.2 Subsurface Soil and Groundwater Conditions
The boring profile generally consisted of topsoil and fill materials overlying peat, silt, clayey sands, and
sands with clay.
Topsoil Fills
Topsoil fills encountered in the borings ranged from about 2 to 8 inches in thickness and consisted of silt,
silt with sands, sandy silts, silty sands, and organic silts with sand.
Fills
The fills encountered in the borings generally consisted of a mixture of silt, sand with silt or clay, silty
sands, or clayey sands. In areas the fills contained organics or masonry debris. The fills were
encountered in the borings to depths ranging from about 4 to 12 feet below grade.
Peat
Borings PB-1, PB-2, and PB-6 encountered peat deposits below the fill materials. The peat was generally
black in color and wet. Peat was encountered to depths of up to 18.5 feet below grade.
Fine Alluvium
We noted silt deposits that appeared consistent with lacustrine shallow ponding deposits. These soils
were gray to grayish brown in color and contained shells in areas. The soils were generally wet.
Glacial Deposits
We encountered clayey sand and sands with clay at depth in the borings. These soils generally wer e
brown to reddish brown to grayish brown in color.
3.3 Strength Characteristics
The penetration resistance N-values of the materials encountered were recorded during drilling and are
indicated as blows per foot (BPF). Those values provide an indication of soil strength characteristics and
are located on the boring log sheets. Also, visual-manual classification techniques and apparent moisture
contents were also utilized to make an engineering judgment of the consistency of the materials.
Table 1 presents a summary of the penetration resistances in the soils for the borings completed and
remarks regarding the material strengths of the soils.
464
Geotechnical Report
Trunk Highway 55 – Lift Station
Golden Valley, Minnesota
WSB Project No. 020124-000 Page 4
Table 1: Penetration Resistances
Soil Type Classification Penetration
Resistances Remarks
Fill Varies 3 to 33 BPF Highly variable compaction
Peat PT 3 to 6 BPF Very soft to soft
Lacustrine ML WH to 2 BPF Very loose
Glacial Till SC, SP-SC 3 to 12 BPF Very loose to medium dense
- WH indicates that the weight of hammer alone was enough to advance the sampler.
The preceding is a generalized description of soil conditions at this site. Variations from the generalized
profile exist and should be assessed from the boring logs, the normal geologic character of the deposits,
and the soils uncovered during site excavation.
3.4 Groundwater Conditions
WSB took groundwater level readings in the exploratory borings, reviewed the data obtained, and
discussed its interpretation of the data in the text of the report. Note that groundwater levels may
fluctuate due to seasonal variations (e.g. precipitation, snowmelt and rainfall) and/or other factors not
evident at the time of measurement.
Groundwater was encountered in boring PB-1 and PB-2 at depths of 18.5 to 21 feet below grade. This
correlated to elevations of about 819 to 821 feet. We also noted wet soils within several of the borings.
Gray colored soils were encountered and can be an indication of long-term saturation conditions and
could show potential groundwater elevations. Also, peat soils are typically deposited in shallow ponds
and the top of peat may indicate past groundwater levels. With the fill placed over the peat soils, it is
possible that past groundwater levels were several feet above the current top of peat deposits.
The bore holes were only left open a short period of time, and groundwater levels may not have
stabilized.
It should be noted that groundwater readings are difficult to obtain in cohesive soils such as the clayey
soils indicated in the boring logs. These soils have a low permeability and take a long period of time to
obtain groundwater readings in. If more accurate subsurface water levels are needed, we recommend
piezometers be installed to determine the groundwater level over several months. Monitoring of the
groundwater table elevation could occur up to the time of construction. This work was outside our s cope
of services.
465
Geotechnical Report
Trunk Highway 55 – Lift Station
Golden Valley, Minnesota
WSB Project No. 020124-000 Page 5
4. ENGINEERING ANALYSIS AND RECOMMENDATIONS
4.1 Discussion
Many of the clayey and silty soils encountered were wet. Wet soils encountered in our borings will likely
be wet when excavated and require significant drying prior to reuse as structural backfill and fill. Drying of
wet soils is generally accomplished via discing and drying which requires time and an area to place and
spread the wet soils. Construction during wet and cooler times of the year will inhibit the effectiveness of
this method. Chemical stabilization/drying such as the use of lime or removal of wet soils and
replacement with engineered granular fills should be considered due to time limitations of discing and
drying. We suggest the contractors bidding the work include a cost for removal of the wet soils and
replacement with an engineered granular fill.
The peat deposits are poorly suited for support of utilities, lift station foundations, or for horizontal drilling
equipment. Full excavation of these peat deposits below all structural items would be the best option,
however it is likely cost prohibitive for construction. If the City is willing to accept the risk of construction
upon these types of soils, we have included recommendations to reduce the risk including partial
excavations and placement of geofabrics.
The fills encountered in the borings consisted of a mixture of soils including silt, silty sand, clayey sand,
sand with clay and sand with silt. We also noted masonry debris and organics within portions of the fill
materials. As many of our borings were in greenspace areas, it is unlikely these fills were placed with the
intent of supporting utilities, lift stations, or horizontal drilling pits. Similar to the discussion of peat
deposits above, the best option would be complete removal of the uncontrolled fill materials. However,
assuming the City is accepting the additional risks, we have provided an alternate recommendation for
construction upon these materials.
The lacustrine silts encountered in the borings are generally poorly suited for support of utilities, the lift
station, or horizontal drilling pits. These silt soils were generally wet and contained shells. Similar to the
discussion of peat and fill deposits above, the best option would be complete removal of these silt
materials. However, assuming the City is accepting the risks, we have also provided an alternate
recommendation that will reduce the risks of construction upon these materials.
The glacial till deposits appeared suitable for support of the utilities, the lift station, or horizontal drilling
pits.
While not encountered within the borings, It is our opinion that groundwater could be encountered by
deeper excavations at this site and could affect construction of utilities, the lift station, or the horizontal
drilling pits. It is possible that groundwater levels could rise above the planned lower floor elevation of the
lift station. Consideration should be given to waterproofing the lower half of the lift station.
4.2 Horizontal Drilling Pits
The existing fills, peat, and silt soils are generally unsuitable for support of horizontal drilling equipment.
We recommend excavation of the silt and existing fills to depths of at least 2 feet below bottom of planned
excavation (3 feet for peat) and replacement with an aggregate base material meeting MnDOT Class 5
requirements. A geotextile fabric or geogrid should be placed over any soft soils to prevent mixing with
the granular fills.
We recommend pavement areas be restored to match existing pavement sections. In greenspace areas
we recommend a minimum of 8 inches of organic fills that can support growth of lawns.
4.3 Force main Installation
Directional Drilling
We understand the excavations for directionally drilled pits could occur to depths of up to 8 feet below
grade and are expected at the ends of the projects and near the lift station. We expect the force main
pipe could be placed in uncontrolled fills, peat, or silt deposits. We recommend th e joints be constructed
466
Geotechnical Report
Trunk Highway 55 – Lift Station
Golden Valley, Minnesota
WSB Project No. 020124-000 Page 6
to allow some flexibility along the path as it is supported on soils ranging from sand to peat and
differential settlements will likely occur.
Cut and Cover
We understand that areas of the force main installation may be constructed by method of conventional
cut and cover. We anticipate a backhoe would be utilized to excavate down to planned utility depths, and
then fill placed in the trench will be compacted by a vibratory sheepsfoot compactor. As discussed
complete excavations of these soils would provide the best option. Alternatively, we recommend
excavation of fills or silt deposits to a minimum of 18 inches below the pipe invert (30 inches for peat) and
replacement with a select granular fill to reduce the risks of settlement.
Clean coarse sand should be placed at the bottom of any wet excavation.
4.4 Lift Station Foundation Area Preparation
The existing fills, peat, and silt soils are generally unsuitable for support of a lift station. As discussed
complete excavations of these soils would provide the best option. Alternatively, we recommend
excavation of silt and existing fill soils to depths of at least 2 feet below bottom of planned excavation ,
(3 feet for peat soils), and replacement with an aggregate base material meeting MnDOT Class 5
requirements. A MnDOT Type 7 geotextile should be placed below the MnDOT Class 5 material to
prevent mixing of the soils.
Any sub-excavations should be oversized by at least one foot (1’) beyond the edge of footings for each
foot of depth below the bottom of footing elevations (1-horizontal to 1-vertical lateral oversizing). In peat
deposits we recommend the oversizing be extended to 1-horizontal to 1.5-vertical lateral oversizing.
Because the depth and lateral extent of the sub-excavations will vary away from our borings, we
recommend a qualified engineering technician working under the direction of a registered professional
geotechnical engineer observe and test the excavation bases during construction.
4.5 Foundation Recommendations
Based on the recommendations above, it is our opinion the lift station footings throughout may be
designed for a net allowable soil bearing pressure not to exceed 1,500 pounds per square foot (psf).
The allowable foundation bearing pressures apply to dead loads with design live load conditions. The
design bearing pressure may be increased by one-third when considering transient loads which include
wind or seismic conditions.
Frost protection should follow Minnesota Administrative Rules 1305.1809.
The factor of safety against shear or bearing capacity failure for this footing design would be two (2) or
greater.
467
Geotechnical Report
Trunk Highway 55 – Lift Station
Golden Valley, Minnesota
WSB Project No. 020124-000 Page 7
Figure 1 below indicates a graphical representation of a typical footing excavation oversizing.
FIGURE 1
4.6 Backfill and Fill Selection and Compaction
The on-site non-organic soils may be reused as backfill and fill provided they are moisture conditioned
and can be compacted to their specified densities. Wet soils that are excavated would need to be dried
before reuse as an engineered fill. We recommend use of a minimum of 2 feet of clean coarse sand with
less than 50 percent passing the #40 sieve and less than 5 percent passing the #200 sieve when
backfilling the bottom of a wet excavation.
Gravel or cobbles larger than 2 inches in diameter should not be placed within 2 feet of grading grade or
utilities. We recommend that clayey soils be moisture conditioned to within +/-2 percent of the optimum
moisture content as determined from their standard Proctor tests (ASTM D-698). Granular fills should be
moisture conditioned to between -4% and +2% of the optimum moisture content. Fill should be spread in
lifts of 6 inches, depending on the size and type of compaction equipment used.
468
Geotechnical Report
Trunk Highway 55 – Lift Station
Golden Valley, Minnesota
WSB Project No. 020124-000 Page 8
Table 2 provides the recommended compaction levels.
Table 2: Recommended Level of Compaction for Backfill and Fill
Area Percent of Standard Proctor
Maximum Dry Density
Pavement: Within 3 feet of bottom of aggregate base 100
Pavement: Greater than 3 feet below aggregate base 95
Utility Trench and Utility Structure Backfill 100
Landscaping (non-structural) 90
4.7 Pavement Area
As discussed, any excavations into pavement areas should be reconstructed to match the adjacent
pavement sections.
Aggregate base placement for pavement support should meet the gradation and quality requirements for
Class 5 per MnDOT specification 3138. Aggregate base material should be compacted to 100 percent of
its standard Proctor maximum dry density.
Within several years after initial paving, some thermal shrinkage cracks will develop. We recommend
routine maintenance be performed to improve pavement performance and increase pavement life.
Pavement should be sealed with a liquid bitumen sealer to retard water intrusion into the base course and
subgrade. Localized patch failures may also develop where trucks or buses turn on the pavement. When
these occur, they should be cut out and patch repaired.
4.8 Dewatering
Groundwater could be encountered by excavations at this site. Dewatering can likely be accomplished
with sumps and pumps placed at low points in the excavations.
4.9 Construction Considerations
Good surface drainage should be maintained throughout the work so that the site is not vulnerable to
ponding during or after a rainfall. If water enters the excavations, it should be promptly removed prior to
further construction activities. Under no circumstances should fill or concrete be placed into standing
water.
Soil corrections at this site for pavement subgrades may not be continuous. We recommend tapering the
fills back to native soils at a ten to one (10:1) slope.
4.10 Construction Safety
All excavations should comply with the requirements of OSHA 29 CFR, Part 1926, Subpart P
“Excavations and Trenches”. This document states that excavation safety is the responsibility of the
contractor. Reference to this OSHA requirement should be included in the job specifications.
The responsibility to provide safe working conditions on this site, for earthwork, building construction, or
any associated operations is solely that of the contractor. This responsibility is not borne in any manner
by WSB.
4.11 Field Observation and Testing
The soil conditions illustrated on the Logs of Test Borings in Appendix A are indicative of the conditions
only at the boring locations. For this reason, we recommend that excavations at this site be observed by
a soil engineer or technician prior to fill or backfill placement or construction of foundation elements to
determine if the soils are capable of supporting the fill backfill and/or foundation loads. These
469
Geotechnical Report
Trunk Highway 55 – Lift Station
Golden Valley, Minnesota
WSB Project No. 020124-000 Page 9
observations are recommended to judge if the unsuitable materials have been removed from within the
planned construction area and an appropriate degree of lateral oversize has been provided.
WSB also recommends a representative number of field density tests be taken in engineered fill and
backfill placed to aid in judging its suitability. Fill placement and compaction should be monitored and
tested to determine that the resulting fill and backfill conforms to specified density, strength or
compressibility requirements. We recommend at least one compaction test for every two (2) feet of fill
placed below utilities or the lift station, for every 150 feet of utility trench. Prior to use, proposed fill and
backfill material should be submitted to the WSB laboratory for testing to verify compliance with
recommendations and project specifications.
Dynamic Cone Penetrometer (DCP) tests can be completed in the aggregate base in lieu of density
testing. We recommend following MnDOT Specification 2211.3.D.2.c.
WSB would be pleased to provide the advised field observation, monitoring and testing services during
construction.
4.12 Plan Review and Remarks
The observations, recommendations and conclusions described in this report are based primarily on
information provided to WSB, obtained from our subsurface exploration, our experience, several
assumptions and the scopes of service developed for this project and are for the sole use of our client.
We recommend that WSB be retained to perform a review of final design drawing and specifications to
evaluate that the geotechnical engineering report has not been misinterpreted. Should there be changes
in the design or location of the structures related to this project or if there are uncertainties in the report
we should be notified. We would be pleased to review project changes and modify the recommendations
in this report or provide clarification in writing.
The entire report should be kept together; for example, boring logs should not be removed and placed in
the specifications separately.
The boring logs and related information included in this report are indicators of the subsurface conditions
only at the specific locations indicated on the Soil Boring Exhibit and times noted on the Logs of Test
Boring sheets in Appendix A. The subsurface conditions, including groundwater levels, at other
locations on the site may differ significantly from conditions that existed at the time of sampling and at the
boring locations.
The test borings were completed by WSB solely to obtain indications of subsurface conditions as part of a
geotechnical exploration program. No services were performed to evaluate subsurface environmental
conditions.
WSB has not performed observations, investigations, explorations, studies or testing that are not
specifically listed in the scope of service. WSB should not be liable for failing to discover any condition
whose discovery required the performance of services not authorized by the Agreement .
470
Geotechnical Report
Trunk Highway 55 – Lift Station
Golden Valley, Minnesota
WSB Project No. 020124-000 Page 10
5. STANDARD OF CARE
The recommendations and opinions contained in this report are based on our professional judgment. The
soil testing and geotechnical engineering services performed for this project have been performed with
the level of skill and diligence ordinarily exercised by reputable members of the same profession under
similar circumstances, at the same time and in the same or a similar locale. No warranty, either
expressed or implied, is made.
471
Geotechnical Report Appendix A
Trunk Highway 55 – Lift Station
Golden Valley, Minnesota
WSB Project No. 020124-000
APPENDIX A
Soil Borings Exhibit
Logs of Test Borings
Symbols and Terminology on Test Boring Log
Notice to Report Users Boring Log Information
Unified Soil Classification Sheet (USCS)
472
""""""""""""D
""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""
"""""""""""""""""""""""""""""""
!(
!(
!(
!(
!(
!
!
!
!
!
Minimum length of driveway:60-ft by 12-ft driveway
New doghouse manhole
8-inch stub for future gravity flowof existing upstream lift stations
Xcel Energy to relocatepole to the west
Abandon 10-inch gravity sewer
6-inch HPDE DR11 DirectionallyDrilled underneath frontage road
MH185
Document Path: K:\020124-000\GIS\Maps\020124_Fig3_ProposedSitePlan.mxd Date Saved: 5/19/2022 3:08:54 PM
Legend
Existing Sanitary Sewer
"City Gravity
City Forcemain
"MCES Gravity
!(Existing Manhole
Lift Station Structures
Valve Vault
Wet Well
Control Panel
Generator
Concrete Pad
Bituminous Driveway
"Proposed Gravity
Proposed Forcemain
!(Proposed Manhole
!Bollards
D Ligth Pole
Parcels
Proposed LiftStation LayoutHighway 55 Lift Station RelocationCity of Golden Valley
0 20Feet¯1 inch = 20 feet
SB-1
SB-2
SB-3
473
"""""""""""""""""""""""""""""""""""""""""""""
""""""
""""""""
"
"
"
"
""
"
"
"
"
"
""""""""""""""""""""""""""""""!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
Highway 55
6-inch PVC C-900 Forcemain
6-inch HPDE DR11 DirectionallyDrilled underneath frontage road
MH180
MH222 MH220
MH184
MH183
MH181
MH2951
Document Path: K:\020124-000\GIS\Maps\020124_Fig5_ForcemainRoute.mxd Date Saved: 5/19/2022 3:14:05 PM
Legend
!(Existing Manhole
Existing Sanitary Sewer
"City Gravity
City Forcemain
"MCES Gravity
Lift Station Structures
Valve Vault
Wet Well
Proposed Forcemain
Concrete Pad
Bituminous Driveway
Parcels
Proposed ForcemainRouteHighway 55 Lift Station RelocationCity of Golden Valley
0 50Feet¯1 inch = 50 feet
SB-4SB-5SB-6SB-7SB-8
474
3.25" HSA 0' - 19.5'
1
2
3
4
5
6
7
8
HSA
SB
AU
SB
AU
SB
AU
SB
AU
SB
AU
SB
AU
SB
Topsoil
Fill
Glacial Till
Swamp Deposits
Lacustrine
10
12
10
5
WH
5
WH
ML
PT
ML
20
16
76
8" TOPSOIL: Sandy silt with organics, grayish
brown, moist
SILT WITH SAND, grayish brown, moist
SAND WITH SILT AND CLAY, masonry
debris, fine to medium grained, light brown and
brown, moist
SILTY SAND, fine to medium grained, gray
and grayish brown, moist
CLAYEY SAND, fine to medium grained, gray
and brown and dark brown, moist
SILT AND SANDY SILT, grayish brown, wet,
very soft
[DD = 120.3 lb/ft^3]
PEAT, black, wet
SILT, shells, gray, wet, very soft
End of Boring 21.0 ft.
N-Value Plot
80 16
TIME CASING
DEPTH
CAVE-IN
DEPTH
WATER
DEPTH
WATER
ELEVATION
WATER LEVEL MEASUREMENTS
SAMPLED
DEPTHDATE
19.5 4219:10 am6/27/2022
START: 6/27/2022 END: 6/27/2022
Logged By:
A. WacekR. KurthMETHOD
Notes:
Crew Chief:
18.5 820.5
PROJECT NAME: Highway 55 Lift Station
LOG OF TEST BORING
PROJECT LOCATION: Golden Valley, MN BORING NUMBER PB-1
PAGE 1 OF 1SURFACE ELEVATION: 839 ftCLIENT/WSB #: 020124-000
No.TYPE
GEOLOGIC
ORIGIN WLN
DrillingOperationUSCSDEPTH
(ft)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
SAMPLE
MC %%FinesGEOTECHNICAL N-PLOT - WSB.GDT - 7/25/22 12:34 - K:\020124-000\GEOTECH-CMT\GEOTECH\HIGHWAY 55 LIFT STATION RELOCATION - BORING LOGS.GPJELEV.
(ft)
838
837
836
835
834
833
832
831
830
829
828
827
826
825
824
823
822
821
820
819
818
ELEV.
(ft)
838
837
836
835
834
833
832
831
830
829
828
827
826
825
824
823
822
821
820
819
818
DESCRIPTION OF MATERIAL
10
12
10
5
5
475
3.25" HSA 0' - 29.5'
1
2
3
4
5
6
7
8
9
10
HSA
SB
AU
SB
AU
SB
AU
SB
AU
SB
AU
SB
AU
SB
AU
SB
AU
SB
Topsoil
Fill
Swamp Deposits
Lacustrine
Glacial Till
14
27
10
4
WH
WH
WH
1
4
PT
ML
SC
18
87
57
20
6" TOPSOIL: Organic silt with sand, light
brown, moist
SILT, pieces of clay, gray, moist
SAND WITH SILT AND CLAY, fine to coarse
grained, light brown and dark brown, moist
[Cobbles at 5 feet]
CLAYEY SAND, fine to medium grained,
grayish brown and brown, moist
PEAT, black, wet
SILT, shells, gray, wet to waterbearing, very
soft
[DD = 54.5 lb/ft^3]
CLAYEY SAND, fine to medium grained,
gray, wet, very loose
End of Boring 31.0 ft.
N-Value Plot
15.50 31
TIME CASING
DEPTH
CAVE-IN
DEPTH
WATER
DEPTH
WATER
ELEVATION
WATER LEVEL MEASUREMENTS
SAMPLED
DEPTHDATE
29.5 93110:20 am6/27/2022
START: 6/27/2022 END: 6/27/2022
Logged By:
A. WacekR. KurthMETHOD
Notes:
Crew Chief:
21.0 819
PROJECT NAME: Highway 55 Lift Station
LOG OF TEST BORING
PROJECT LOCATION: Golden Valley, MN BORING NUMBER PB-2
PAGE 1 OF 1SURFACE ELEVATION: 840 ftCLIENT/WSB #: 020124-000
No.TYPE
GEOLOGIC
ORIGIN WLN
DrillingOperationUSCSDEPTH
(ft)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
SAMPLE
MC %%FinesGEOTECHNICAL N-PLOT - WSB.GDT - 7/25/22 12:34 - K:\020124-000\GEOTECH-CMT\GEOTECH\HIGHWAY 55 LIFT STATION RELOCATION - BORING LOGS.GPJELEV.
(ft)
839
838
837
836
835
834
833
832
831
830
829
828
827
826
825
824
823
822
821
820
819
818
817
816
815
814
813
812
811
810
809
ELEV.
(ft)
839
838
837
836
835
834
833
832
831
830
829
828
827
826
825
824
823
822
821
820
819
818
817
816
815
814
813
812
811
810
809
DESCRIPTION OF MATERIAL
14
27
10
4
1
4
476
3.25" HSA 0' - 9.5'
1
2*
3
4
5
HSA
SB
AU
SB
AU
SB
AU
SB
Topsoil
Fill
Lacustrine
33
23
2
2
ML
17
46
8" TOPSOIL: Silt, light brown, moist
[Cobbles from 0-1.5 feet]
SAND WITH SILT AND GRAVEL, fine to
medium grained, brown, moist
SILTY SAND, fine to medium grained, dark
brown, moist
[Cobbles at 5 feet]
SILT, shells and roots, wet, very soft
End of Boring 11.0 ft.
N-Value Plot
18.50 37
TIME CASING
DEPTH
CAVE-IN
DEPTH
WATER
DEPTH
WATER
ELEVATION
WATER LEVEL MEASUREMENTS
SAMPLED
DEPTHDATE
9.5 41112:00 pm6/27/2022 * Pushed rock
START: 6/27/2022 END: 6/27/2022
Logged By:
A. WacekR. KurthMETHOD
Notes:
Crew Chief:
None
PROJECT NAME: Highway 55 Lift Station
LOG OF TEST BORING
PROJECT LOCATION: Golden Valley, MN BORING NUMBER PB-3
PAGE 1 OF 1SURFACE ELEVATION: 839 ftCLIENT/WSB #: 020124-000
No.TYPE
GEOLOGIC
ORIGIN WLN
DrillingOperationUSCSDEPTH
(ft)
1
2
3
4
5
6
7
8
9
10
11
SAMPLE
MC %%FinesGEOTECHNICAL N-PLOT - WSB.GDT - 7/25/22 12:34 - K:\020124-000\GEOTECH-CMT\GEOTECH\HIGHWAY 55 LIFT STATION RELOCATION - BORING LOGS.GPJELEV.
(ft)
838
837
836
835
834
833
832
831
830
829
828
ELEV.
(ft)
838
837
836
835
834
833
832
831
830
829
828
DESCRIPTION OF MATERIAL
33
23
2
2
477
3.25" HSA 0' - 9.5'
1
2
3
4
5
HSA
SB
AU
SB
AU
SB
AU
SB
Topsoil
Fill
Glacial Till
8
10
3
5
SP-SC
11
21
14
8" TOPSOIL: Silt with sand, light brown, moist
[Cobbles from 0 - 3.5 feet]
SAND WITH CLAY, fine to medium grained,
brown and dark brown, moist
SAND WITH CLAY, fine to medium grained,
brown and dark brown, moist
CLAYEY SAND, fine to medium grained,
brown and dark brown, moist
SAND WITH CLAY, fine to medium grained,
grayish brown, wet, loose
End of Boring 11.0 ft.
N-Value Plot
70 14
TIME CASING
DEPTH
CAVE-IN
DEPTH
WATER
DEPTH
WATER
ELEVATION
WATER LEVEL MEASUREMENTS
SAMPLED
DEPTHDATE
9.5 5111:00 pm6/27/2022
START: 6/27/2022 END: 6/27/2022
Logged By:
A. WacekR. KurthMETHOD
Notes:
Crew Chief:
None
PROJECT NAME: Highway 55 Lift Station
LOG OF TEST BORING
PROJECT LOCATION: Golden Valley, MN BORING NUMBER PB-4
PAGE 1 OF 1SURFACE ELEVATION: 838 ftCLIENT/WSB #: 020124-000
No.TYPE
GEOLOGIC
ORIGIN WLN
DrillingOperationUSCSDEPTH
(ft)
1
2
3
4
5
6
7
8
9
10
11
SAMPLE
MC %%FinesGEOTECHNICAL N-PLOT - WSB.GDT - 7/25/22 12:34 - K:\020124-000\GEOTECH-CMT\GEOTECH\HIGHWAY 55 LIFT STATION RELOCATION - BORING LOGS.GPJELEV.
(ft)
837
836
835
834
833
832
831
830
829
828
827
ELEV.
(ft)
837
836
835
834
833
832
831
830
829
828
827
DESCRIPTION OF MATERIAL
8
10
3
5
478
3.25" HSA 0' - 9.5'
1
2
3
4
5
HSA
SB
AU
SB
AU
SB
AU
SB
Topsoil
Fill
Glacial Till
18
8
10
7
SC
SC
12
14
13
44
6" TOPSOIL: Silt with sand, brown, moist
SAND WITH CLAY AND GRAVEL, fine to
medium grained, brown, moist
[Cobbles at 2 feet]
SAND WITH CLAY, pieces of wood and roots,
fine to medium grained, reddish brown and
brown, moist
[Cobbles at 6 feet]
CLAYEY SAND, fine to medium grained,
reddish brown, moist, loose
CLAYEY SAND, fine to medium grained,
grayish brown, moist, loose
End of Boring 11.0 ft.
N-Value Plot
110 22
TIME CASING
DEPTH
CAVE-IN
DEPTH
WATER
DEPTH
WATER
ELEVATION
WATER LEVEL MEASUREMENTS
SAMPLED
DEPTHDATE
9.5 9111:40 pm6/27/2022 * Pushed rock
START: 6/27/2022 END: 6/27/2022
Logged By:
A. WacekR. KurthMETHOD
Notes:
Crew Chief:
None
PROJECT NAME: Highway 55 Lift Station
LOG OF TEST BORING
PROJECT LOCATION: Golden Valley, MN BORING NUMBER PB-5
PAGE 1 OF 1SURFACE ELEVATION: 836 ftCLIENT/WSB #: 020124-000
No.TYPE
GEOLOGIC
ORIGIN WLN
DrillingOperationUSCSDEPTH
(ft)
1
2
3
4
5
6
7
8
9
10
11
SAMPLE
MC %%FinesGEOTECHNICAL N-PLOT - WSB.GDT - 7/25/22 12:34 - K:\020124-000\GEOTECH-CMT\GEOTECH\HIGHWAY 55 LIFT STATION RELOCATION - BORING LOGS.GPJELEV.
(ft)
835
834
833
832
831
830
829
828
827
826
825
ELEV.
(ft)
835
834
833
832
831
830
829
828
827
826
825
DESCRIPTION OF MATERIAL
18
8
10
7
479
3.25" HSA 0' - 9.5'
1
2
3
4
5
HSA
SB
AU
SB
AU
SB
AU
SB
Topsoil
Fill
Swamp Deposits
15
6
4
3
PT
11
43
71
2" TOPSOIL: Silt with sand, light brown, moist
CLAYEY SAND, fine to medium grained,
reddish brown, moist
[Cobbles at 3 feet]
PEAT, black, wet
[Cobbles at 5 feet]
End of Boring 11.0 ft.
N-Value Plot
9.50 19
TIME CASING
DEPTH
CAVE-IN
DEPTH
WATER
DEPTH
WATER
ELEVATION
WATER LEVEL MEASUREMENTS
SAMPLED
DEPTHDATE
9.5 3.5111:55 pm6/27/2022
START: 6/27/2022 END: 6/27/2022
Logged By:
A. WacekR. KurthMETHOD
Notes:
Crew Chief:
None
PROJECT NAME: Highway 55 Lift Station
LOG OF TEST BORING
PROJECT LOCATION: Golden Valley, MN BORING NUMBER PB-6
PAGE 1 OF 1SURFACE ELEVATION: 838 ftCLIENT/WSB #: 020124-000
No.TYPE
GEOLOGIC
ORIGIN WLN
DrillingOperationUSCSDEPTH
(ft)
1
2
3
4
5
6
7
8
9
10
11
SAMPLE
MC %%FinesGEOTECHNICAL N-PLOT - WSB.GDT - 7/25/22 12:34 - K:\020124-000\GEOTECH-CMT\GEOTECH\HIGHWAY 55 LIFT STATION RELOCATION - BORING LOGS.GPJELEV.
(ft)
837
836
835
834
833
832
831
830
829
828
827
ELEV.
(ft)
837
836
835
834
833
832
831
830
829
828
827
DESCRIPTION OF MATERIAL
15
6
4
3
480
3.25" HSA 0' - 9.5'
1
2
3
4
5
HSA
SB
AU
SB
AU
SB
AU
SB
Topsoil
Fill
Glacial Till
9
6
3
12
SC
SC
20
21
3" TOPSOIL: Silty sand with gravel, light
brown, moist
CLAYEY SAND, fine to medium grained,
reddish brown and brown, moist
CLAYEY SAND WITH ORGANICS, fine to
medium grained, dark brown and black, moist
CLAYEY SAND, fine to medium grained,
gray, moist, very loose
CLAYEY SAND, fine to medium grained, gray
and dark brown, moist, medium dense
End of Boring 11.0 ft.
N-Value Plot
80 16
TIME CASING
DEPTH
CAVE-IN
DEPTH
WATER
DEPTH
WATER
ELEVATION
WATER LEVEL MEASUREMENTS
SAMPLED
DEPTHDATE
9.5 3112:20 pm6/27/2022
START: 6/27/2022 END: 6/27/2022
Logged By:
A. WacekR. KurthMETHOD
Notes:
Crew Chief:
None
PROJECT NAME: Highway 55 Lift Station
LOG OF TEST BORING
PROJECT LOCATION: Golden Valley, MN BORING NUMBER PB-7
PAGE 1 OF 1SURFACE ELEVATION: 848 ftCLIENT/WSB #: 020124-000
No.TYPE
GEOLOGIC
ORIGIN WLN
DrillingOperationUSCSDEPTH
(ft)
1
2
3
4
5
6
7
8
9
10
11
SAMPLE
MC %%FinesGEOTECHNICAL N-PLOT - WSB.GDT - 7/25/22 12:34 - K:\020124-000\GEOTECH-CMT\GEOTECH\HIGHWAY 55 LIFT STATION RELOCATION - BORING LOGS.GPJELEV.
(ft)
847
846
845
844
843
842
841
840
839
838
837
ELEV.
(ft)
847
846
845
844
843
842
841
840
839
838
837
DESCRIPTION OF MATERIAL
9
6
3
12
481
3.25" HSA 0' - 9.5'
1
2
3
4
5
HSA
SB
AU
SB
AU
SB
AU
SB
Topsoil
Fill
Glacial Till
11
32
12
12
SC
12
46
7" TOPSOIL: Silty sand, light brown, moist
CLAYEY SAND WITH LITTLE GRAVEL,
fine to medium grained, light brown and brown
and dark brown, moist
[Cobbles at 3 feet]
CLAYEY SAND, fine to medium grained,
reddish brown, moist
[Cobbles at 5 feet]
CLAYEY SAND, fine to medium grained,
reddish brown and brown, moist, medium dense
[Cobbles at 7 feet]
End of Boring 11.0 ft.
N-Value Plot
180 36
TIME CASING
DEPTH
CAVE-IN
DEPTH
WATER
DEPTH
WATER
ELEVATION
WATER LEVEL MEASUREMENTS
SAMPLED
DEPTHDATE
9.5 5.5112:55 pm6/27/2022 Boring moved 5'E
START: 6/27/2022 END: 6/27/2022
Logged By:
A. WacekR. KurthMETHOD
Notes:
Crew Chief:
None
PROJECT NAME: Highway 55 Lift Station
LOG OF TEST BORING
PROJECT LOCATION: Golden Valley, MN BORING NUMBER PB-8
PAGE 1 OF 1SURFACE ELEVATION: 860 ftCLIENT/WSB #: 020124-000
No.TYPE
GEOLOGIC
ORIGIN WLN
DrillingOperationUSCSDEPTH
(ft)
1
2
3
4
5
6
7
8
9
10
11
SAMPLE
MC %%FinesGEOTECHNICAL N-PLOT - WSB.GDT - 7/25/22 12:34 - K:\020124-000\GEOTECH-CMT\GEOTECH\HIGHWAY 55 LIFT STATION RELOCATION - BORING LOGS.GPJELEV.
(ft)
859
858
857
856
855
854
853
852
851
850
849
ELEV.
(ft)
859
858
857
856
855
854
853
852
851
850
849
DESCRIPTION OF MATERIAL
11
32
12
12
482
483
484
485
HIGHWAY 55 LIFT STATION RELOCATION APPENDIX D
CITY PROJECT NO. 20-18
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 020124-000
APPENDIX D
RAP/CCP
486
HIGHWAY 55 LIFT STATION RELOCATION APPENDIX D
CITY PROJECT NO. 20-18
CITY OF GOLDEN VALLEY, MN
WSB PROJECT NO. 020124-000
APPENDIX E
ONLINE BIDDING INSTRUCTIONS
487
pg. 1 v08082023
Quest Construction Data Network
VirtuBid™ Online Bidding User Guide
Client Success – 952-233-1632
Success@QuestCDN.com
Welcome to VirtuBid™ with the Quest Construction Data Network! VirtuBid™ (vBid™) is a state‐of‐the‐art
electronic bidding service that benefits the bidder by allowing more time for last minute price adjustments.
Bidders can now submit their numbers and forms within seconds of bid closing to ensure the most
competitive bids, simply by the push of a button.
What is the ‘Online Bid ID Code’ and where can I find it on QuestCDN?.................................................... 3
VirtuBid™ (vBid) Online Bidding............................................................................................................... 5
Create an Online Bid ID Code ................................................................................................................. 5
Online Bid ID Code Explanation .............................................................................................................. 5
Accessing Online Bidding ........................................................................................................................ 5
VirtuBid™ (vBid) Home Page .................................................................................................................... 7
VirtuBid™ (vBid) ...................................................................................................................................... 8
Qualification Information .......................................................................................................................................... 8
Bid Bond Section ..................................................................................................................................... 8
Electronic Bid Bond............................................................................................................................. 8
Surety2000 Bid Bond .......................................................................................................................... 8
‘Bidder must download the following files for bid submission’ (DOWNLOAD ONLY) ........................... 9
‘Bidder must download, complete, and submit (or replace) the following files for bid submission.’ ... 9
‘Bidder must upload the following files for bid submission’ ................................................................ 10
Post Letting Information ....................................................................................................................... 10
Download Addenda .............................................................................................................................. 11
Bid Worksheet Page .............................................................................................................................. 12
Worksheet Sections .............................................................................................................................. 12
Import & Export CSV ......................................................................................................................... 13
Bid Submission & On-Line Bid ID Code ................................................................................................... 13
Submit the Bid ......................................................................................................................................................... 13
What is the ‘Online Bid ID Code’ and where can I find it on QuestCDN? ........................................ 14
Incorrect Online Bid ID Code ............................................................................................................ 15
Unsuccessful Bid Submission Error Messages .................................................................................. 15
Examples of Error Messages ............................................................................................................. 15
488
pg. 2 v08082023
Bid Submitted .......................................................................................................................................................... 16
Making Changes After Successful Bid Submission ........................................................................... 16
Changing Prices ................................................................................................................................. 17
Un‐submit Bid ................................................................................................................................... 17
Unsubmit Bid ........................................................................................................................................................... 17
Transactions & Receipts ........................................................................................................................ 18
Resources .............................................................................................................................................. 18
489
pg. 3 v08082023
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. You may also need to update your QuestCDN password to higher
security if needed (Online Bidding new password minimum is 8 characters with one uppercase, one
lowercase and one numeral).
Updating passwords and creating an ‘Online Bid ID Code’ can only be done by the main
account holder.
What is the ‘Online Bid ID Code’ and where can I find it on QuestCDN?
The ‘Online Bid ID Code’ is a passcode required at bid submission and is the digital signature for the
company. The code is created by the main account holder before account users can access VirtuBid™. The
code can be accessed, viewed or updated by logging into QuestCDN with the main account holder
username and password.
Make sure to write down the code or obtain the code from the main account holder
before submitting a bid.
FINDING THE COMPANY ONLINE BID ID CODE
There are two ways to access the ’Online Bid ID Code’.
1. A link to access the code is located on the bid submission page. (Illustration 1.) Click ‘My
Account’ on the submission page of VirtuBid™. A new browser window will open. Sign into
QuestCDN using the main account holder username and password. Under the ‘User Info &
Online Bid ID Code’ tab, (Illustration 2) click the eye icon to view an existing code. Click the
VirtuBid™ opened browser tab to go back to the online bid submission window. Enter the
code, check ‘I Agree’ and click ‘Submit’
Only the main account holder username and password can access the ‘Online Bid ID Code’.
A link to access the code is located on the bid submission page.
490
pg. 4 v08082023
Log
into
2. Sign into QuestCDN using the main account holder username and password, click ‘My
Account’ at the top of the page. Select ‘User Info & Online Bid ID Code’ tab and click the eye
icon to view or edit an existing code (Illustration 2.)
491
pg. 5 v08082023
VirtuBid™ (vBid) Online Bidding
Create an Online Bid ID Code
Log into QuestCDN at https://questcdn.com/auth/login. Click ‘My Account’ at the top of the page. Click the
‘User Info & Online Bid ID Code’ tab. Add or update your ‘Online Bid ID Code’. Click the eye icon symbol to
view the code when black dots are populated in the fields. (Only the QuestCDN main account holder can
access ‘My Account’ and update/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 VirtuBid™. The
code is established, modified and viewable by 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.
QuestCDN also provides a link to ‘My Account’ located in the ‘Submit Bid’ page
within VirtuBid™ to retrieve the ‘Online Bid ID Code’.
• The VirtuBid™ login page may prompt to update the current QuestCDN password
due to higher security. (Online Bidding new password minimum is 8 characters with
at least one uppercase, one lowercase and one numeral).
• The VirtuBid™ login page will prompt a message if a code is not created.
Accessing Online Bidding
There are two ways to access QuestCDN online bidding:
1. Online bidding through the bid posting page
Enter project number and click the search button. To submit an electronic bid and access
the VirtuBid™ system, companies must be a plan holder. Download the eBidDoc™ from
the bid posting page. On the ‘Bid Posting’ page, click the red Online Bidding ‘Available’
button under the ‘Project Document Information’ section or the ‘Online Bid’ button at
the top of the page and log into VirtuBid™ (vBid) using your username and password. A
password update may be required due to security requirements (the password must
contain a minimum of 8 characters with one uppercase, one lowercase and one numeral.
If needed, go to ‘My Account’ and ‘User Info & Online Bid ID Code’ to update the
password.)
492
pg. 6 v08082023
2. Online bidding through the VirtuBid home page
Current and past electronic bid postings (eBidDoc™ that has been downloaded) will
display on this page. Click ‘Online Bidding’ from the main navigation to log into
VirtuBid™ (vBid) home page to access online bids. Log in using the QuestCDN username
and password. A password update may be required due to security requirements (the
password must contain a minimum of 8 characters with one uppercase, one lowercase
and one numeral. If needed, go to ‘My Account’ and ‘User Info & Online Bid ID Code’ to
update the password.)
493
pg. 7 v08082023
VirtuBid™ (vBid) Home Page
The VirtuBid™ (vBid) home page is grouped by searchable sections. Current and past bid opportunities are
located on the page. Qualification and bid worksheet information is sorted and saved by section for future
reference. Click the +/‐ to expand/contract the section lists. Click the underlined project name to access the
qualification, bid worksheet and submit pages.
1. ‘Bids Started’
2. ‘Bids Available’
3. ‘Bids Submitted’
4. ‘Bids Closed (Bid submitted)’
5. ‘Bids Closed (No bid submitted)’
494
pg. 8 v08082023
VirtuBid™ (vBid)
Bid title, QuestCDN eBidDoc™ number, owner, solicitor, bid closing date, time, time zone, a running bid
countdown date/time clock and submitted/not submitted bid status are located at the top of VirtuBid™.
The ‘Home’ tab returns to the VirtuBid™ home page. Click the save button periodically to save work and
refresh the page. There is a 60‐minute security time out. Information not saved will be lost. All uploaded
and entered information will be saved. Log out of VirtuBid and re‐enter as many times as needed to revise
the work.
Qualification Information
Bid Bond Section
Upload a completed bid bond file and/or enter the Surety 2000 ‘Bond id’ number to complete the bid
bond information. (This information depends on the solicitor requirements.) Submit only one if both
options are offered.
Electronic Bid Bond
• Upload file containing signed bid bond information
Surety2000 Bid Bond
• ‘Contract Number’ (QuestCDN eBidDoc™ number)
• ‘Contractor ID’ (QuestCDN member number)
Provide the ‘Contract number’ and ‘Contractor id’ to the insurance agency. The agent must use
these two numbers when requesting a Surety2000 ‘Bond Id’ validation number. The ‘Contractor id’
(Surety2000 refers to this as the “State vendor ID number”) is the QuestCDN member number and
will always stay the same. The ‘Contract number’ will change with each project and is the QuestCDN
bid posting eBidDoc™ No. Both the ‘Contract number’ and ‘Contractor id’ are displayed in the Bid
Bond fields. The contractor number can also be found in ‘My Account’ under the ‘Company Info &
Online Bid ID’ tab.
495
pg. 9 v08082023
‘Bidder must download the following files for bid submission’ (DOWNLOAD ONLY)
Each required download has a file name and download link. Download all documents listed by clicking the
‘download’ link. Save the document. Click VirtuBid™ ‘Save’ button on the top or bottom right of the page to
update and refresh the information. A red ‘x’ indicates the requirement is not complete. Files may be
downloaded and saved multiple times.
The downloaded date of the file will display after downloading the documents and refreshing the page. A
green check mark ‘’ replaces the previous red x. The green check indicates the requirement has been
completed.
‘Bidder must download, complete, and submit (or replace) the following files for bid submission.’
Click the ‘download’ link to download each document. Save the document to the computer. A red ‘x’
indicates the requirement is not complete. Click the VirtuBid™ ‘Save’ button on the top or bottom right of
the page to update the page with the downloaded date. If the file is in a fillable format, complete all
information and save each document to your computer. If the file is not in a fillable format, print and
complete the forms manually. Scan and save documents to the computer. Select ‘Choose File/Browse’
button to retrieve each file from the computer. Select the ‘Upload’ button to upload the file. Click the
VirtuBid™ ‘Save’ button. Exit VirtuBid™ after saving the completed work. All information will be saved upon
return. Note: If needed, click ‘Choose File/Browse’ to retrieve a new file that replaces the existing
uploaded file.
• Completed Upload ‐ The name of the uploaded document is displayed on the right side of
the ‘Upload’ button. A green check mark ‘’ indicates the process has been successfully
completed. (Arrow A)
• Download File – ‘downloading required then click vBid Save’ message indicates the file is not
downloaded. Download, complete and upload the completed file before submitting a bid. A
red x will indicate the process is incomplete. (Arrow C)
• Downloaded Date ‐ Downloaded date of the documents is shown on the right side of the
‘Upload’ button. Upload the completed file before submitting a bid. A red x indicates the
process is incomplete. (Arrow B)
• Check or Replace File – Click the uploaded underlined document name to review uploaded
documents for accuracy and completion. Click ‘Choose File/Browse’ to retrieve a new file
that replaces the existing uploaded file. Select ‘Upload’ to upload the replacement file and
click ‘Save’. (Arrow A)
496
pg. 10 v08082023
‘Bidder must upload the following files for bid submission’
Select ‘Choose File/Browse’ button to retrieve and attach a required file from the computer. Select the
‘Upload’ button to upload the file. Click the VirtuBid™ ‘Save’ button on the top or bottom right of the page.
All information will be saved upon exiting the VirtuBid™ system. Click the uploaded underlined document
to review the file for accuracy and completion. If needed, click ‘Choose File/Browse’ to retrieve a new file
that replaces the existing uploaded file. Select ‘Upload’ to upload a replacement file and click VirtuBid™
‘Save’. A red ‘x’ indicates the requirement is not complete. . A green check mark ‘’ indicates the
requirement has been successfully completed.
Post Letting Information
497
pg. 11 v08082023
Post letting information allows submission of documents requested after the bid close and is similar to the
sections above. There may be a post letting ‘Deadline’ date and time entered. All documents must be
uploaded before the date/time expires. A red ‘x’ indicates the requirement is not complete. A green check
mark ‘’ indicates the requirement has been successfully completed. There is no submit process required
upon completion of the upload. Documents are available to the solicitor/owner immediately. Submitting
post letting documents after the bid close is not allowed if a successful bid was not submitted.
Download Addenda
Bids will not be submitted if all addenda are not downloaded from the main QuestCDN system. A field on
the qualification page indicates ‘There are (#) unread addenda for this project. Follow ‘this link’ to
download them on QuestCDN’. (opens new window)’.
6. Click ‘this link’ to open/return to the bid posting page and download any missed addenda.
7. Download all addenda and review the information if unsure of missed addendum to
download.
8. Choose the VirtuBid™ open browser tab. May need to refresh/reload the page to update
the addenda information. To refresh/reload the page, click the refresh icon symbol at the
top of the browser or right click the mouse and choose ‘reload’/‘refresh’ option from the
drop‐down box. The VirtuBid™ qualification page will update and read ‘All Addenda have
been downloaded’.
498
pg. 12 v08082023
Bid Worksheet Page
Click the Bid Worksheet tab to access the electronic bid form.
Worksheet Sections
1. 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. Pink 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 add to the base bid total.
3. Peach colored sections are mandatory, have a subsection total and completion is required
to submit a bid. Items in this section will not add to the base bid total.
4. 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.
5. Click the appropriate unit price field within the line item. Fill in the unit price excluding the
dollar sign. The ‘Unit Price’ field will only display two digits after the decimal point. The
‘Extension’ field is calculated using the entered value (example ‐ Qty 20 x unit price 2.558 =
Extension = 51.16). Use the enter key, up/down arrows or click each unit price field to move
to the next unit price field.
6. vBid will time out and log out after 60 minutes. Click the ‘Save’ button often to update and
save the work.
7. Click ‘Submit Bid’ once the qualification requirements and bid worksheet page are complete.
(The ‘Online Bid ID Code’ is required. Accept the terms on the submit page to submit the bid
to the owner.)
499
pg. 13 v08082023
Import & Export CSV
1. The ‘Export to CSV’ button is used to export the bid worksheet into an Excel CSV
spreadsheet which can be helpful to configure additional calculations, formulas and
percentage markups on unit prices.
2. The ‘Import from CSV’ button is used to import the Excel CSV spreadsheet into the bid
worksheet.
** Changes are allowed only to the ‘Unit Price’ field. DO NOT add or make changes to the header,
descriptions or move/add/delete line items on the exported worksheet. The spreadsheet will fail to
upload correctly if changes are made causing the system to error on bid submission or the bid may be
incorrect.
Bid Submission & On-Line Bid ID Code
Submit the Bid
Click the ‘Submit Bid’ button and enter the ‘Online Bid ID Code’. Check ‘I Agree’ box to accept the
‘QuestCDN Terms of Use for Bidders’. Click ‘Submit’ button at the bottom of the page to submit the
bid to the owner/solicitor.
1. There is an opton to unsubmit or remove a bid in its entirety (all data will remain saved). Re‐submit
bid before the end of the bid closing.
2. Leave bid submitted, revise the bid worksheet and re‐submit the revisions.
500
pg. 14 v08082023
What is the ‘Online Bid ID Code’ and where can I find it on QuestCDN ?
The ‘Online Bid ID Code’ is a passcode required at bid submission and is the digital signature for the
company. The code is created by the main account holder before account users can access VirtuBid™. The
code can be accessed, viewed or updated by logging into QuestCDN with the main account holder
username and password. There are two ways to access the ’Online Bid ID Code’.
1. Only the main account holder username and password can access the ‘Online Bid ID Code’. A
link to access the code is located on the bid submission page. Click ‘My Account’ and a new
browser window will open. Sign into QuestCDN using the main account holder username and
password. Under the ‘User Info & Online Bid ID Code’ tab, click the eye icon to view an
existing code. Click the VirtuBid™ open browser tab to go back to the online bid submission
window. Enter the code, check ‘I Agree’ and click ‘Submit’ (Illustration 1.)
2. Log into QuestCDN using the main account holder username and password, click ‘My
Account’ at the top of the page. Select ‘User Info & Online Bid ID Code’ tab and click the eye
icon to view or edit an existing code (Illustration 2.)
501
pg. 15 v08082023
Incorrect Online Bid ID Code
A correct ‘Online Bid ID Code’ must be entered before the VirtuBid™ 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, an ‘Alert’ error window will display ‘The Online Bid ID
code that you have entered is incorrect’. Retype a correct code, click ‘I Agree’ and click ‘Submit’. To retrieve
the code, click ‘My Account’ and a new browser window will open. Sign into QuestCDN using the main
account holder username and password. Under the ‘User Info & Online Bid ID Code’ tab, click the eye icon
to view an existing code. Click the VirtuBid™ open browser tab to go back to the online bid submission
window. Enter the code, check ‘I Agree’ and click ‘Submit’ (Illustration 1.)
Unsuccessful Bid Submission Error Messages
The VirtuBid™ system verifies the completion of bid requirements after the ‘Online Bid ID Code’ is
accepted. ‘Bid Not Submitted’ error message(s) will display if information is missing or incomplete.
Examples of Error Messages
• Required bid bond has not been entered
• Required addenda have not been downloaded
• Requirement has not been completed (qualification area not complete)
• Item unit price is missing
502
pg. 16 v08082023
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’ on QuestCDN.
Making Changes After Successful Bid Submission
The owner/solicitor does not have access to the bid information until after the bid closes.
503
pg. 17 v08082023
Qualification requirements and the bid worksheet can be revised before the bid clock closes.
Changing Prices
Make changes while the original bid is submitted. Resubmit bid as many times as needed before the bid
closes.
From the ‘Bid Worksheet’ tab select ‘Edit Worksheet’ button to revise unit prices. Enter revised unit prices
under the populated ‘Edited’ column. When completed, select ‘Submit Bid’, enter Online Bid Id code, check
‘I agree’ and ‘Submit’. The owner/solicitor of the project will receive the last bid submission with the
revised unit prices. The changes will not be updated if the bid is not resubmitted.
Un‐submit Bid
Click ‘Unsubmit Bid’ to remove bid in
its entirety (all data entered will
remain saved.) 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.
A ’Bid Unsubmitted’ email is sent to
Unsubmit Bid
Click ‘Unsubmit Bid’ to remove bid in its entirety (all data entered will remain saved.) 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.
504
pg. 18 v08082023
A ’Bid Unsubmitted’ email is sent to the individual’s email address and a confirmation message is sent to
the individuals ‘Message Center’.
Example Bid Unsubmitted by user.
BID UNSUBMITTED
Dear ____________
This message is sent to notify you that you UNSUBMITTED your bid for 7638906 eBidDoc number vBid User Guides.
at 5/18/21 2:33PM CDT
You must resubmit our bid before the bid close date for it to be available at the bid letting.
Transactions & Receipts
‘Transactions & Receipts’ contain a record of downloaded transactions and receipts. Click the highlighted
column name to sort. Searchable fields include the ‘Date’, ‘Amount’, ‘Reason’, ‘Quest eBidDoc™ No’,
‘Created By User’, ‘Status’, ‘Type’ and ‘Receipt’. Change the calendar ‘Beginning Date’ and ‘Ending Date’ to
select a specific date range. Click the ‘Print Page’ button to print to pdf or save. Click on the highlighted
transaction number to access and print detailed receipt and bid posting information.
Resources
The resource tab contains frequently asked questions and answers, user guides and instructional videos.
Click on the question name to open the field and view the answer. Click ‘Support@QuestCDN’ link to
request assistance by sending an email to QuestCDN Client Success team. Click on a guide or video link to
access and download information.
505
Lilac Dr N
Thotland RdSunnyridgeCir(Waterford Dr)Toledo Ave N
Meadow La N
France Ave N Topel RdUnity Ave NPhoenix StWelcome Ave NWelcome Cir Zane Ave NLindsay StNatchez Ave N Cutacross RdOlson Memorial Hwy(Skyline Dr)Angelo Dr
Unity Ave N
Alfred RdAdeline La
An
g
e
l
o
D
r
Angelo Dr
Wills Pl
Toledo Ave N
Ottawa Ave N Kil
l
a
r
n
e
y
D
r
Zane Ave NWoodstock AveWoodstock AveLoring LaYosemite Ave NTurners Crossroad N N Frontage RdMeadow La ND
a
h
l
b
e
r
g
D
r
Woodstock AvePoplar DrMeadow La N
Cha
te
la
in
Te
r
Natchez Ave N
Indiana Ave N
Roanoke CirLoring LaWest
w
o
o
d
D
r
N
Ardmore D
r
Oak Grove Cir
Sunnyridge LaGlenwood AveOttawa Ave N
Brunswick Ave SKing Hill Rd Glenwood AveXenia Ave S
Lilac Dr NOlson Memorial HwySchaper RdLilac Dr N
Lilac Dr N
(WoodlandTrail)(Wat. Dr)N Frontage RdS Frontage RdOlson Mem HwyAlley(Private)Alley
Alley
Lilac Dr N
Westwood Dr NArdmore Dr
Theodore Wirth PkwyS Frontage Rd Burntside Dr
Su
n
n
y
r
i
d
g
e
L
a
Leber LaC
l
o
v
e
r
l
e
a
f
D
r
Clover
L
a
Cloverleaf DrTheo
d
o
r
e
W
i
r
t
h
P
k
w
yBeverly AveBu
r
n
t
s
i
d
e
D
r
Sp
r
i
n
g
V
a
l
l
e
y
R
d
(I
s
l
a
n
d
D
r
)Hwy 55Glenwood AveL
i
l
a
c
D
r
NS Frontage RdN Frontage RdN Frontage RdOlson Memorial HwyValleywood Cir Yosemite CirBrunswickAve N Meander Rd Meander RdKing Creek Rd Golden Valley RdHwy 100Hwy 100
Paisley La Paisley La Xenia Ave N
Hwy 55Hwy 55County Rd 40County Rd 40County
Rd
40County Rd 40 Lila
c
D
r
N
Roanoke RdSCALE IN FEET010002000K:\020124-000\Cad\Plan\020124-000-G-TITL.dwg 10/9/2023 12:33:00 PM
NHIGHWAY 55 LIFT STATION RELOCATIONCITY OF GOLDEN VALLEY, MINNESOTALIFT STATION RELOCATION & FORCEMAIN ALIGNMENTCONSTRUCTION PLAN FORLOCATED ATSTATE HIGHWAY 55 N. FRONTAGE ROAD AND SHAPER ROADPROJECT LOCATION MAPFOPGASEXISTING PLAN SYMBOLSPROPERTY LINES/RIGHT-OF-WAYUTILITY EASEMENTTREE LINESIGNDECIDUOUS TREESHRUBCONIFEROUS TREEEXISTING UTILITY SYMBOLSFIBER OPTIC CABLEGAS LINEPOWER POLECATCH BASINSTORM APRONUGEUNDERGROUND ELECTRICWATER MAINSANITARY SEWERSTORM SEWERGATE VALVEHYDRANTSANITARY SEWER MANHOLEsCOUNTY:HENNEPINSECT 13, T119N, R22W & SECT 18, T119N, R21WPROJECT LOCATIONTHE SUBSURFACE UTILITY INFORMATION IN THIS PLAN IS UTILITY QUALITY LEVEL D. THIS UTILITY QUALITY LEVEL WAS DETERMINED ACCORDING TO THEGUIDELINES OF CI/ASCE 38-02, ENTITLED "STANDARD GUIDELINES FOR THE COLLECTION AND DEPICTION OF EXISTING SUBSURFACE UTILITY DATA."GOPHER ONE CALL TICKET NUMBERS: 220961051, 221110645APPROVED BYSHEET NO.DATEPLAN REVISIONSALL APPLICABLE FEDERAL, STATE, AND LOCAL LAWS AND ORDINANCESWILL BE COMPLIED WITH IN THE CONSTRUCTION OF THIS PROJECT.I HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDERMY DIRECT SUPERVISION, AND THAT I AM A DULY LICENSED PROFESSIONALENGINEER UNDER THE LAWS OF THE STATE OF MINNESOTA.LICENSE NUMBER:DATE:12/15/202357772RAYMOND THEILER, P.E.SHEETWSB PROJ. NO. 020124-000 G1THIS PLAN SET HAS BEEN PREPARED FOR:CITY OF GOLDEN VALLEY7800 Golden Valley RoadGolden Valley, MN 55427Phone: 763-593-8000A CALL TO GOPHER STATE ONE (651-454-0002)IS REQUIRED A MINIMUM OF 48 HOURS PRIORTO PERFORMING ANY EXCAVATION.EXCAVATION NOTICE SYSTEMPLAN SET INDEXGOVERNING SPECIFICATIONSUTILITY INFORMATIONTHE 2018 EDITION OF THE MINNESOTA DEPARTMENT OF TRANSPORTATION"STANDARD SPECIFICATIONS FOR CONSTRUCTION" SHALL GOVERN.THE 2018 CITY OF GOLDEN VALLEY STANDARD DETAIL SPECIFICATIONS.ALL TRAFFIC CONTROL DEVICES SHALL CONFORM TO THE LATEST EDITION OFTHE MINNESOTA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES, INCLUDINGTHE LATEST FIELD MANUAL FOR TEMPORARY TRAFFIC CONTROL ZONELAYOUTS.G1TITLE SHEETC1OVERALL SITE PLAN & FORCEMAIN ALIGNMENTC2ENLARGED LIFT STATION SITE PLANC3EXISTING LIFT STATION REMOVALC4SITE DETAILSP1LIFT STATION PIPING & EQUIPMENT PLANP2LIFT STATION PIPING & EQUIPMENT PLANP3LIFT STATION PIPING & EQUIPMENT SECTIONP4LIFT STATION DETAILSP5LIFT STATION DETAILSE1ELECTRICAL LEGEND & ABBREVIATIONSE2ELECTRICAL DEMOLITION PLANE3ELECTRICAL SITE PLANE4ELECTRICAL DETAILSE5ELECTRICAL DETAILSHIGHWAY 55 LIFT STATIONNEW LOCATIONHIGHWAY 55 LIFT STATIONEXISTING LOCATION506
EGGGGFFFFFFFFFFFFFFFFGGGGGGGGGGGGGGGGGFFFFFFFFFFFFFFFE
E GGGFFFFFFFFFFFFMFMFMFMFMCCCCCCCCCCCCCCCCCCVLTWRIM:842.88INV:INV:INV:INV:INV:INV:12"C10"14"12"10"12"12"12"12"12"12"ESRIM:836.63BOT825.73INV:INV:INV:INV:INV:INV:MEMEE1
1
8
1837.19PUSHEEE1
2
4
8838.11PUSHEMRIM:835.19INV:INV:INV:INV:INV:INV:RIM:838.40INV:INV:INV:INV:INV:INV:SRIM:841.10N824.80INV:E824.80INV:INV:INV:INV:INV:SRIM:835.39SE825.39INV:W824.99INV:INV:INV:INV:INV:VLTRIM:849.64INV:INV:INV:INV:INV:INV:WRIM:853.68INV:INV:INV:INV:INV:INV:TNH ELEV: 857.35RIM:857.89INV:INV:INV:INV:INV:INV:SRIM:864.37E860.17INV:N859.77INV:W859.82INV:INV:INV:INV:VLTINV: 829.58FMFMFM855860852853854856857858859861862
840838839835831
832
833
83483683783
8
830
837838839836836837840841842843844845846847848849850836837838839840841840 845836837838839 841842843844 846847848849830835830832835
840837838839FMFMFMFMFMFMFMFMFMFMFMFMFMFMFMFMFMSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSF SF SFSFSF
SFSFSF SF SFSFSFSFSFWSB PROJECT NO.:REVISIONS
NO.DATE DESCRIPTION
020124-000SCALE:PLAN BY:DESIGN BY:CHECK BY:AS SHOWNI HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION,
OR REPORT WAS PREPARED BY ME OR UNDER MY
DIRECT SUPERVISION AND THAT I AM A DULY
LICENSED PROFESSIONAL ENGINEER UNDER THE
LAWS OF THE STATE OF MINNESOTA.
LIC. NO:DATE:
RAYMOND THEILER, PE
12/15/2023 57772OVERALL SITEPLAN &FORCEMAINALIGNMENTSHEETC1G GLUNZU PUGA / R THEILERG JOHNSONHIGHWAY 55 LIFT STATION
RELOCATION
GOLDEN VALLEY, MINNESOTASEE ENLARGED SITE PLANSHEET C2STATE HIGHWAY 55SHAPER ROADNSCALE IN FEET030'60'SEE SHEET C3 FOR EXISTINGRETAINING WALL REMOVALSEE SHEET C3 & NOTE 10 FOR EXISTINGLIFT STATION & DRIVEWAY REMOVALSITE NOTES:1.CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRAFFIC CONTROL. ALL TRAFFICCONTROL METHODS SHALL CONFORM TO LATEST EDITION OF THE MnDOTMUTCD.2.PROTECT ALL TREES AND LANDSCAPING WITHIN EASEMENTS.3.ACCESS TO ALL DRIVEWAYS SHALL BE MAINTAINED AT ALL TIMES.4.CONTRACTOR SHALL OBTAIN OWNER'S APPROVAL FOR ANY TREES OR BRUSHTHAT MAY REQUIRE REMOVAL FOR CONSTRUCTION. CONTRACTOR ISRESPONSIBLE TO CLEAR AND GRUB AS NECESSARY TO COMPLETE WORK.5.LOCATE AND PROTECT EXISTING IRRIGATION SYSTEMS. REPAIR DAMAGEDSYSTEMS TO ORIGINAL CONDITION (INCIDENTAL).6.POTHOLING IS REQUIRED UNDER CROSSING OF EXISTING UTILITIES AND SHALLBE INCIDENTAL TO THE LUMP SUM BID PRICE.7.EXISTING FORCEMAIN & LIFT STATION SHALL REMAIN IN SERVICE UNTIL NEWPUMP AND FORCEMAIN ARE INSTALLED AND OPERATIONAL.8.ALL WORK AND ACCESS SHALL BE CONFINED TO EXISTING EASEMENTS ANDRIGHT-OF-WAYS.9.RESTORE ALL DISTURBED TURF AND LANDSCAPING AREAS TO EXISTINGCONDITIONS.10.ALL DISTURBED TURF SHALL BE RESTORED WITH SEED & EROSION CONTROLBLANKET.11.PROVIDE INLET PROTECTION FOR DOWNSTREAM STORM WATER CATCH BASINS.12.CONTRACTOR SHALL VERIFY ALL UTILITY LOCATIONS ALONG THE FORCEMAINROUTE PRIOR TO DIRECTIONAL DRILLING.13.CONTRACTOR SHALL PROTECT EXCAVATED MATERIAL STOCKPILE FROMMOISTURE DURING CONSTRUCTION.14.INSTALL INLET PROTECTIONS IN THE DOWN GRADE CATCH BASINS ALONG OLSONMEMORIAL HIGHWAY15.TEMPORARY STABILIZATION REQUIRED FOR DISTURBED AREAS WITHINCONSTRUCTION BOUNDARY. SHALL CONSIST OF HYDRAULIC MULCH WITH 21-111SEED MIX @100 LBS/ACRE.16.PERMANENT STABILIZATION OF CONSTRUCTION AREA SHALL CONSIST OFHYDRAULIC STABILIZED FIBER MATRIX @ 3,000 LBS/ACRE OR CATEGORY 20 ECBWITH 25-131 SEED MIX @ 220 LBS/ACRE WITH FERTILIZER TYPE 3 @ 350 LBS/ACRESEE SHEET C3 FOR EXISTING FORCEMAINREMOVAL AND ABANDONMENT548 L.F. 6" DR11 HDPE DIRECTIONALLYDRILLED FORCEMAIN W/ 7.5' MIN. COVERDRILLING & CONNECTION PIT AS REQ'DCORE DRILL EXISTING MANHOLE & CONNECT 6" DIP,REMOVE EXISTING FORCEMAIN & SEAL W/ 12" NON-SHRINK GROUTRIM EL. 864.37INV. E. EL. 860.176" HDPE TO DIP ADAPTOR & 12 L.F. 6" DIPINSULATE PER DETAIL A/C4SEE SHEET C3 FOR EXISTING MANHOLE ANDGRAVITY SEWER PIPE REMOVAL AND ABANDONMENTSILT FENCE(SEE DETAIL GV-EC-020/C4GRADE EXISTING LIFT STATION SITE UNIFORMLY TOWARDSPOND UPON REMOVAL OF STRUCTURES ST
.
HWY
.
55
N
.
FRONTAGE
ROADSILT FENCE (SEE DETAIL GV-EC-020/C4)STABILIZATION ROCK ENTRANCE (SEE DETAIL GV-EC-080)507
GFFFFFFFFFFFFFFFFFFFGGGGGGGGGGGGGGGGGGGGEE
E
E
EE FFFFFFFFFFFFFFFFFFFFFCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCC12"C10"14"12"10"12"12"12"12"12"12"ESRIM:836.63BOT825.73INV:INV:INV:INV:INV:INV:MEME840838839835834836837838837838
836840837838839FMFMFMFMFMFMFMFMFMFMFM840839838837SFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSFSF SF
WSB PROJECT NO.:REVISIONS
NO.DATE DESCRIPTION
020124-000SCALE:PLAN BY:DESIGN BY:CHECK BY:AS SHOWNI HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION,
OR REPORT WAS PREPARED BY ME OR UNDER MY
DIRECT SUPERVISION AND THAT I AM A DULY
LICENSED PROFESSIONAL ENGINEER UNDER THE
LAWS OF THE STATE OF MINNESOTA.
LIC. NO:DATE:
RAYMOND THEILER, PE
12/15/2023 57772 ENLARGED LIFTSTATION SITEPLANSHEETC2G GLUNZU PUGA / R THEILERG JOHNSONHIGHWAY 55 LIFT STATION
RELOCATION
GOLDEN VALLEY, MINNESOTA NSCALE IN FEET010'20'SHAPER ROADSTATE HIGHWAY 55 N. FRONTAGE
ROADSTATE HIGHWAY 55SITE NOTES:1.CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRAFFIC CONTROL. ALL TRAFFICCONTROL METHODS SHALL CONFORM TO LATEST EDITION OF THE MnDOT MUTCD.2.PROTECT ALL TREES AND LANDSCAPING WITHIN EASEMENTS.3.ACCESS TO ALL DRIVEWAYS SHALL BE MAINTAINED AT ALL TIMES.4.CONTRACTOR SHALL OBTAIN OWNER'S APPROVAL FOR ANY TREES OR BRUSH THATMAY REQUIRE REMOVAL FOR CONSTRUCTION. CONTRACTOR IS RESPONSIBLE TOCLEAR AND GRUB AS NECESSARY TO COMPLETE WORK.5.LOCATE AND PROTECT EXISTING IRRIGATION SYSTEMS. REPAIR DAMAGED SYSTEMSTO ORIGINAL CONDITION (INCIDENTAL).6.POTHOLING IS REQUIRED UNDER CROSSING OF EXISTING UTILITIES AND SHALL BEINCIDENTAL TO THE LUMP SUM BID PRICE.7.EXISTING FORCEMAIN & LIFT STATION SHALL REMAIN IN SERVICE UNTIL NEW PUMPAND FORCEMAIN ARE INSTALLED AND OPERATIONAL.8.ALL WORK AND ACCESS SHALL BE CONFINED TO EXISTING EASEMENTS ANDRIGHT-OF-WAYS.9.RESTORE ALL DISTURBED TURF AND LANDSCAPING AREAS TO EXISTING CONDITIONS.10.ALL DISTURBED TURF SHALL BE RESTORED WITH SEED & EROSION CONTROLBLANKET.11.PROVIDE INLET PROTECTION FOR DOWNSTREAM STORM WATER CATCH BASINS.12.CONTRACTOR SHALL VERIFY ALL UTILITY LOCATIONS ALONG THE FORCEMAIN ROUTEPRIOR TO DIRECTIONAL DRILLING.13.CONTRACTOR SHALL PROTECT EXCAVATED MATERIAL STOCKPILE FROM MOISTUREDURING CONSTRUCTION.14.INSTALL INLET PROTECTIONS IN THE DOWN GRADE CATCH BASINS ALONG OLSONMEMORIAL HIGHWAY15.TEMPORARY STABILIZATION REQUIRED FOR DISTURBED AREAS WITHINCONSTRUCTION BOUNDARY. SHALL CONSIST OF HYDRAULIC MULCH WITH 21-111SEED MIX @100 LBS/ACRE.16.PERMANENT STABILIZATION OF CONSTRUCTION AREA SHALL CONSIST OF HYDRAULICSTABILIZED FIBER MATRIX @ 3,000 LBS/ACRE OR CATEGORY 20 ECB WITH 25-131 SEEDMIX @ 220 LBS/ACRE WITH FERTILIZER TYPE 3 @ 350 LBS/ACRE12'SAWCUT & REMOVE 40 L.F. EXISTINGB618 CONC.CURB & GUTTER, INSTALLCONC. APRON (SEE DETAIL GV-STRT-030/C4)BITUMINOUS ACCESS DRIVE(SEE TYPICAL SECTION B/C4)LIFT STATION, CONTROL PANEL & GENERATORT.O.C. 841.67, GRADE 841.00 (SEE ELECTRICAL & SHEET P2)CLEAR & GRUB EXISTING 10" TREECLEAR & GRUB EXISTING 14" TREECLEAR & GRUB EXISTING 12" TREEPROTECT EXISTING 12" TREEPROTECT EXISTING 12" TREEPROTECT 12" EXISTING TREE8" PLUG @ INV. 826.12548 L.F. DIRECTIONALLY DRILLED 6" DR11 HDPEFORCEMAIN W/ 7.5' MIN. COVER(SEE SHEET C1)SILT FENCE (SEE DETAIL GV-EC-020/C4)6" DIP TO HDPE ADAPTOR112 L.F. 10" PVC SANITARY SEWER @ 0.66%30 L.F. 8" PVC SANITARY SEWER STUB @ 0.40%18 L.F. 10" PVC SANITARYSEWER @ 2.00%MANHOLE NO. 1RIM 840.88INV. N. 826.00INV. S.E. 825.00INV. W. 824.86(SEE DETAIL GV-SS-020/C4)10'R.O
.W
.
L
INE
R.O.W. LINER.O.W. LINEDOGHOUSE MANHOLE NO. 2RIM 836.65INV. 825.75(SEE DETAIL GV-SS-020/C4)EXISTING POWER POLETO BE RELOCATED 30'WEST BY OTHERS (XCEL)4:16.0%EXISTING MANHOLERIM EL. 836.63INVE. EL. 825.77ANTENNA & LIGHT POLE (SEE ELECTRICAL)42'12'42'R1512'R30R30R42R30R30EL. 840.75EL. 840.75EL. 840.50EL. 840.50EL. 840.33EL. 840.33PROPOSED GRADE (TYP.)STABILIZATION ROCK ENTRANCE (SEE DETAIL GV-EC-080)17. PAINT ALL EXPOSED DIP PIPING, GRINDER AND WET WELL INTERIOR, NEW UPSTREAM MANHOLES INTERIOR PER SPECIFICAITON508
WSB PROJECT NO.:REVISIONS
NO.DATE DESCRIPTION
020124-000SCALE:PLAN BY:DESIGN BY:CHECK BY:AS SHOWNI HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION,
OR REPORT WAS PREPARED BY ME OR UNDER MY
DIRECT SUPERVISION AND THAT I AM A DULY
LICENSED PROFESSIONAL ENGINEER UNDER THE
LAWS OF THE STATE OF MINNESOTA.
LIC. NO:DATE:
RAYMOND THEILER, PE
12/15/2023 57772EXISTING LIFTSTATIONREMOVALSHEETC3G GLUNZU PUGA / R THEILERG JOHNSONHIGHWAY 55 LIFT STATION
RELOCATION
GOLDEN VALLEY, MINNESOTALIFT STATION REMOVALS & ABANDONMENT:1. REMOVE & DISPOSE OF LIFT STATION BUILDING2. REMOVE & DISPOSE OF EXISTING BITUMINOUS ACCESS DRIVEWAY & PARKING SPACES3. REMOVE & DISPOSE OF EXISTING LIFT STATION UNDERGROUND STRUCTURE4. REMOVE & DISPOSE OF EXISTING LIFT STATION EQUIPMENT5. REMOVE & DISPOSE OF EXISTING RETAINING WALL (GRADE SLOPE AT 4:1 MAX.)6. ABANDON EXISTING LIFT STATION PILINGSLIFT STATION EQUIPMENT SALVAGE:1. SALVAGE EXISTING GRINDER EQUIPMENT2. SALVAGE EXISTING CAMERA EQUIPMENT3. SALVAGE EXISTING CONTROLS EQUIPMENTREMOVE EXISTINGUPSTREAM MANHOLEFILL EXCAVATION WITHSELECT GRANULAR MATERIALCOMPACTED PERSPECIFICATIONS4. SALVAGE ADDITIONAL EQUIPMENT LISTED UNDER THE GENERAL NOTES OF SHEET E2EXISTING FORCEMAIN & UPSTREAM GRAVITY PIPEUNDER ROADWAY TO BE ABANDONED IN PLACE.EXISTING FORCEMAIN & UPSTREAM GRAVITY PIPEUNDER GREEN SPACE SHALL BE REMOVED. FORABANDONED PIPE, FILL WITH SAND OR FLOWABLEFILL (MIN. 1000 PSI). SEAL EXISTING FORCEMAIN &GRAVITY PIPE AT MANHOLE OPENINGS WITH 12"OF NON-SHRINK GROUT.EXISTING MANHOLE CASTINGTO BE ABANDONED. FILL WITHSAND OR FLOWABLE FILL.509
WSB PROJECT NO.:REVISIONS
NO.DATE DESCRIPTION
020124-000SCALE:PLAN BY:DESIGN BY:CHECK BY:AS SHOWNI HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION,
OR REPORT WAS PREPARED BY ME OR UNDER MY
DIRECT SUPERVISION AND THAT I AM A DULY
LICENSED PROFESSIONAL ENGINEER UNDER THE
LAWS OF THE STATE OF MINNESOTA.
LIC. NO:DATE:
RAYMOND THEILER, PE
12/15/2023 57772SITE DETAILSSHEETC4G GLUNZU PUGA / R THEILERG JOHNSONHIGHWAY 55 LIFT STATION
RELOCATION
GOLDEN VALLEY, MINNESOTANOTE:UNDERGROUND UTILITY PIPE CROSSING8'X8'X4" THICK CENTERED OVER PIPE.STYROFOAM HI-35BRAND PLASTIC FOAMOR APPROVED EQUALUNDERGROUNDUTILITY PIPEGRASSY AREABITUMINOUSSURFACEUNDERGROUNDUTILITY PIPE8' WIDE x6" THICK6"LESSTHAN 7'6"LESSTHAN 7'4'4'8'4'4"PIPE INSULATIONNOT TO SCALEATYPICAL BITUMINOUSPAVEMENT SECTIONNOT TO SCALEB8" CLASS 5 AGGREGATE BASE16" SELECT GRANULAR BORROW3" 2360 TYPE SP 12.5 NON-WEAR COURSEMIXTURE (2.B) (SPNWB230B)2357 BITUMINOUS TACK COAT2" 2360 TYPE SP 12.5 WEAR COURSEMIXTURE (2B) (SPWEB230B)GV-EC-020eVallyendloGeVallyendloGGV-SS-010APPROVED JANUARY 1, 2018eVallyendloGGV-SS-020APPROVED JANUARY 1, 2018GV-STRT-030 (MODIFIED)eVallyendloGAPPROVED MARCH 3, 20212" 2360 TYPE SP 9.5 WEAR COURSE MIXTURE(2B) (SPWEA230B)510
6" DIRECTIONALLY DRILLEDDR11 HDPE FORCEMAIN6"X6" MJ WYE W/ MEGALUG RESTRAINT6" MJ X HDPE ADAPTOR6" MJ 45° BEND W/ MEGALUG RESTRAINTTYP. CAST PIPE PENETRATION W/ SEAL (SEE DETAIL B/P4)CAST IN ALUM. MANHOLE STEPS @ 16" O.C.6" FL GATE VALVE (TYP. OF 2)6" FL CHECK VALVE (TYP. OF 2)72"Ø PRECAST CONC. VALVE VAULT (ASTM C-478)92"Ø PRECAST CONC. BASE SLAB6" MJ SLEEVE W/ MEGALUGRESTRAINT (TYP. OF 2)2" PVC DRAIN @ 2.0%2" FERNCO SLEEVE10" PVC SANITARY SEWERCAST PIPE PENETRATION W/ SEAL (SEE DETAIL B/P4)120"Ø PRECAST CONC. WET WELL (ASTM C-478)146"Ø PRECAST CONC. BASE SLAB2" ARV W/ 2" 316SS GATE VALVE &2" GALV. VENT PIPE (TYP. OF 2)TYP. CAST PIPE PENETRATION W/ SEAL (SEE DETAIL B/P4)2" DUCK BILLCHECK VALVE6" FL 90° ELBOW(TYP. OF 2)2" 316SS GUIDE BAR (TYP. 2 PER PUMP)BOTTOM OF GROUT SLOPE4" SUBMERSIBLE PUMP W/ BASE ELBOW (TYP. OF 2)GENERAL NOTESFIELD VERIFY ALL ELEVATIONS AND LOCATIONS PRIOR TO FABRICATION & CONSTRUCTION.ALL PIPING AND PIPE JOINTS SHALL BE PROPERLY RESTRAINED TO PREVENT EXCESSMOVEMENT IN ANY DIRECTION DURING OPERATION AND TESTING. ALL EXTERIOR PIPESHALL BE MECHANICAL JOINT W/ MEGALUG RESTRAINT JOINTS. PIPE SUPPORTS SHALL BELOCATED IN FIELD.PAINT ALL EXPOSED DIP PIPING, GRINDER & WET WELL INTERIOR, AND NEW UPSTREAMPROVIDE EXTERNAL JOINT SEAL INFRASHIELD OR EQUAL ON ALL MANHOLE SECTION JOINTS.PLUG ALL LIFTING HOLES WITH NON SHRINK GROUT AND COVER WITH A PIECE OF EXTERNALJOINT SEAL, INFRASHIELD OR EQUAL.LOCATE INLET PIPE(S), VENT PIPE, AND ELECTRICAL CONDUITS AS REQUIRED PER SITECONDITIONS.CONTRACTOR SHALL VERIFY ALL EXISTING CONDITIONS PRIOR TO BIDDING.CLEAR OPENING OF ALUMINUM HATCHES SHALL BE SIZED APPROPRIATELY FOR REMOVALOF PUMPS AND VALVES. PUMP SUPPLIER/MANUFACTURER TO CONFIRM HATCH SIZE.ALL INTERIOR PIPING SHALL BE WELDED FLANGED CLASS 53 DIP.ALL BURIED DIP SHALL BE ENCASED IN POLYETHYLENE PER ANSI/AWWA C105.2.3.4.5.6.7.8.9.10.11.ALL BOLTS AND FASTENERS SHALL BE 316 STAINLESS STEEL.1.PROVIDE AND INSTALL INTERMEDIATE GUIDE BAR BRACKETS AS RECOMMEDED BY THE 12.PUMP MANUFACTURER.16'-0"1'-2"1'-2"PRESSURE GAUGE(TYP. OF 2, SEEDETAIL B/P5)16"F-F 6" FL SPOOL PIECEMATERIAL EXCAVATED DURING LIFT STATION CONSTRUCTION SHALL NOT BE PERMITTED13.FOR BACKFILL.GRINDER, FRAME & GUIDE RAIL(SEE SHEET C2 FOR CONTINUATION)PRESSURE TRANSMITTER (TYP. OF 2, SEE ELECTRICAL & DETAIL B/P5)6"X6" FL TEE, 6" FL GATE VALVE & BAUER COUPLINGW/ DUST CAPMANHOLES INTERIOR, PER SPECIFICATIONSNSCALE IN FEET02'4'SECTIONAL PIPING & EQUIPMENT PLAN1P31P31WSB PROJECT NO.:REVISIONS
NO.DATE DESCRIPTION
020124-000SCALE:PLAN BY:DESIGN BY:CHECK BY:AS SHOWNI HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION,
OR REPORT WAS PREPARED BY ME OR UNDER MY
DIRECT SUPERVISION AND THAT I AM A DULY
LICENSED PROFESSIONAL ENGINEER UNDER THE
LAWS OF THE STATE OF MINNESOTA.
LIC. NO:DATE:
RAYMOND THEILER, PE
12/15/2023 57772LIFT STATIONPIPING &EQUIPMENTPLANSHEETP1G GLUNZU PUGA / R THEILERG JOHNSONHIGHWAY 55 LIFT STATION
RELOCATION
GOLDEN VALLEY, MINNESOTA
511
140"Ø PRECAST CONC. COVER SLABRATED FOR HS-20 WHEEL LOADW/ CONCEALED LOCKING HASP, UPPER GUIDE BAR BRACKET, S.S. CHAINHOOK RATED FOR PUMP WEIGHT, S.S. CABLE RACK, HINGED POWDERCOATED SPLIT LEAF ALUM. SAFETY GRATE & POSITIVE LOCK @ 90° OPENPOSITION. VERIFY HATCH SIZE & LOCATION W/ PUMP MANUFACTURER.GENERAL NOTESFIELD VERIFY ALL ELEVATIONS AND LOCATIONS PRIOR TO FABRICATION & CONSTRUCTION.ALL PIPING AND PIPE JOINTS SHALL BE PROPERLY RESTRAINED TO PREVENT EXCESSMOVEMENT IN ANY DIRECTION DURING OPERATION AND TESTING. ALL EXTERIOR PIPESHALL BE MECHANICAL JOINT W/ MEGALUG RESTRAINT JOINTS. PIPE SUPPORTS SHALL BELOCATED IN FIELD.PAINT ALL EXPOSED DIP PIPING, GRINDER & WET WELL INTERIOR, AND NEW UPSTREAMPROVIDE EXTERNAL JOINT SEAL INFRASHIELD OR EQUAL ON ALL MANHOLE SECTION JOINTS.PLUG ALL LIFTING HOLES WITH NON SHRINK GROUT AND COVER WITH A PIECE OF EXTERNALJOINT SEAL, INFRASHIELD OR EQUAL.LOCATE INLET PIPE(S), VENT PIPE, AND ELECTRICAL CONDUITS AS REQUIRED PER SITECONDITIONS.CONTRACTOR SHALL VERIFY ALL EXISTING CONDITIONS PRIOR TO BIDDING.CLEAR OPENING OF ALUMINUM HATCHES SHALL BE SIZED APPROPRIATELY FOR REMOVALOF PUMPS AND VALVES. PUMP SUPPLIER/MANUFACTURER TO CONFIRM HATCH SIZE.ALL INTERIOR PIPING SHALL BE WELDED FLANGED CLASS 53 DIP.ALL BURIED DIP SHALL BE ENCASED IN POLYETHYLENE PER ANSI/AWWA C105.2.3.4.5.6.7.8.9.10.11.ALL BOLTS AND FASTENERS SHALL BE 316 STAINLESS STEEL.1.PROVIDE AND INSTALL INTERMEDIATE GUIDE BAR BRACKETS AS RECOMMEDED BY THE 12.PUMP MANUFACTURER.6" BOLLARD, TYP. OF 6(SEE DETAIL A/P5)6'-0"8'-8"6'-0"9'-4"7'-8"
14'-6"3'-0"2'-6"2'-6"3'-6"7'-6"8'-6"4" WELDED STEEL VENT PIPE PAINTEDHUNTER GREEN (SEE DETAIL A/P4)GENERATOR
(BY OTHERS)CONTROL PANEL(SEE ELECTRICAL)36"X36" CLEAR OPENING ALUM. HATCH RATED FOR 300 PSFLOAD W/ CONCEALED LOCKING HASP, HINGED POWDER COATEDALUM. SAFETY GRATE & POSITIVE LOCK @ 90° OPEN POSITIONCONTROL JT.CONTROL JT.CONTROL JT.
CONTROL JT.
CONTROL JT.86"Ø PRECAST CONC. COVER SLABRATED FOR HS-20 WHEEL LOAD8" CONC. SLABT.O.C 841.67GRADE 841.00(SEE DETAIL C/P5)12" GENERATOR SLABT.O.C. 841.67GRADE 841.00(SEE DETAIL D/P5)8" CONC. SLABT.O.C. 841.67GRADE 841.00(SEE DETAIL C/P5)R10'-0"6" BOLLARD, TYP. OF 7(SEE DETAIL A/P5)MATERIAL EXCAVATED DURING LIFT STATION CONSTRUCTION SHALL NOT BE PERMITTED13.AS BACKFILL.2'-6"2'-6"LIGHT & ANTENNA POLE(SEE ELECTRICAL)30X30" CLEAR OPENING ALUM. HATCH RATED FOR 300 PSFW/ CONCEALED LOCKING HASP, HINGED POWDER COATED ALUM. SAFETY GRATE & POSITIVE LOCK @ 90° OPEN POSITIONEXPANSION JOINTTYP. PERIMETEREXPANSION JOINTTYP. PERIMETERCONC. PEDESTALT.O.C. 842.6736"X60" CLEAR OPENING DOUBLE LEAF ALUM. HATCH RATED FOR 300 PSF2"1'-6"1'-6"2'-10"MANHOLES INTERIOR, PER SPECIFICATIONSSCALE IN FEET02'4'ABOVE GRADE PIPING & EQUIPMENT PLAN1P31P31NWSB PROJECT NO.:REVISIONS
NO.DATE DESCRIPTION
020124-000SCALE:PLAN BY:DESIGN BY:CHECK BY:AS SHOWNI HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION,
OR REPORT WAS PREPARED BY ME OR UNDER MY
DIRECT SUPERVISION AND THAT I AM A DULY
LICENSED PROFESSIONAL ENGINEER UNDER THE
LAWS OF THE STATE OF MINNESOTA.
LIC. NO:DATE:
RAYMOND THEILER, PE
12/15/2023 57772LIFT STATIONPIPING &EQUIPMENTPLANSHEETP2G GLUNZU PUGA / R THEILERG JOHNSONHIGHWAY 55 LIFT STATION
RELOCATION
GOLDEN VALLEY, MINNESOTA
512
GENERAL NOTESFIELD VERIFY ALL ELEVATIONS AND LOCATIONS PRIOR TO FABRICATION & CONSTRUCTION.ALL PIPING AND PIPE JOINTS SHALL BE PROPERLY RESTRAINED TO PREVENT EXCESSMOVEMENT IN ANY DIRECTION DURING OPERATION AND TESTING. ALL EXTERIOR PIPESHALL BE MECHANICAL JOINT W/ MEGALUG RESTRAINT JOINTS. PIPE SUPPORTS SHALL BELOCATED IN FIELD.PAINT ALL EXPOSED DIP PIPING, GRINDER & WET WELL INTERIOR, AND NEW UPSTREAMPROVIDE EXTERNAL JOINT SEAL INFRASHIELD OR EQUAL ON ALL MANHOLE SECTION JOINTS.PLUG ALL LIFTING HOLES WITH NON SHRINK GROUT AND COVER WITH A PIECE OF EXTERNALJOINT SEAL, INFRASHIELD OR EQUAL.LOCATE INLET PIPE(S), VENT PIPE, AND ELECTRICAL CONDUITS AS REQUIRED PER SITECONDITIONS.CONTRACTOR SHALL VERIFY ALL EXISTING CONDITIONS PRIOR TO BIDDING.CLEAR OPENING OF ALUMINUM HATCHES SHALL BE SIZED APPROPRIATELY FOR REMOVALOF PUMPS AND VALVES. PUMP SUPPLIER/MANUFACTURER TO CONFIRM HATCH SIZE.ALL INTERIOR PIPING SHALL BE WELDED FLANGED CLASS 53 DIP.ALL BURIED DIP SHALL BE ENCASED IN POLYETHYLENE PER ANSI/AWWA C105.2.3.4.5.6.7.8.9.10.11.DESCRIPTIONELEVATION (FT.)HIGH WATER ALARM821.14PUMP 2 ON820.64PUMP 1 ON (ALTERNATE)820.14PUMPS OFF819.50LOW WATER ALARM819.00(TO BE FIELD SET AFTER INSTALLATION)ALL BOLTS AND FASTENERS SHALL BE 316 STAINLESS STEEL.1.86" DIA. PRECAST CONC. COVER SLAB RATED FOR HS-20 WHEEL LOAD36"X36" CLEAR OPENING ALUM. HATCH RATED FOR 300 PSF W/ CONCEALED LOCKING HASP,HINGED POWDER COATED ALUM. SAFETY GRATE & POSITIVE LOCK @ 90° OPEN POSITION SET ON 2 ROWS KENT SEAL NO. 2 (TYP. PERIMETER)COVER SLAB ANCHOR @ 45° (SEE DETAIL D/P4)8" CONC. SLAB(SEE DETAIL C/P5)4" WELDED STEEL VENT PIPE PRIMED & PAINTED HUNTER GREEN (SEE DETAIL A/P4)RATED FOR HS-20 WHEEL LOAD SET ON140"Ø PRECAST CONC. COVER SLABCOVER SLAB ANCHOR @ 45° (SEE DETAIL D/P4)EL. 817.50EL. 831.00EL. 821.50EL. 831.50INV. EL. 824.50 L EL. 831.08 L EL. 833.00CCEL. 841.00EL. 841.00 L EL. 833.00CEL. 831.17PROVIDE AND INSTALL INTERMEDIATE GUIDE BAR BRACKETS AS RECOMMEDED BY THE 12.PUMP MANUFACTURER.CAST-IN ALUM. MANHOLE STEPS TYP. @ 16" O.C.2 ROWS KENT SEAL NO. 2 (TYP. PERIMETER)ELECTRICAL CONDUITS(SEE ELECTRICAL)TYP. CAST PIPE PENETRATION & SEAL (SEE DETAIL B/P4)120"Ø PRECAST CONC. MANHOLE SECTIONS (ASTM C-478)PUMP CONTROL & POWER CABLES (SEE ELECTRICAL)6" FL 90° ELBOW2" DUCKBILL CHECK VALVETYP. CAST PIPE PENETRATION & SEAL (SEE DETAIL B/P4)2" 316SS PUMP GUIDE BARS6" DIP PUMP DISCHARGE6"X4" FL ECC. REDUCERNON-SHRINK GROUT SLOPE TYP.316SS PUMP LIFT CHAINHIGH LEVEL WEIGHTED ALARM FLOAT SWITCHLOW LEVEL WEIGHTED ALARM FLOAT SWITCHPRESSURE TRANSDUCER4" 90° PUMP BASE ELBOWSUBMERSIBLE PUMP12" MIN. COARSE FILTER AGGREGATE(MnDOT 3149.2H) ON TYPE 4 GEOTEXTILE12" THICK 146"Ø PRECAST CONC. BASE SLABBASE SLAB ANCHOR @ 45° (SEE DETAIL D/P4)2 ROWS KENT SEAL NO. 2 TYP. PERIMETERCAST PIPE PENETRATION & SEAL (SEE DETAIL B/P4)10" PVC SANITARY SEWER @ 2.00%2" SCH. 80 PVC DRAIN @ 2.0%2" FERNCO SLEEVE6" MJ SLEEVEW/ MEGALUGRESTRAINTPRESSURE GAUGE(SEE DETAIL B/P5)2" ARV W/ PIPE SADDLE, 2" 316SSBALL VALVE & 2" GALV. VENT PIPE6"x6" FL TEE, 6" FL GATE VALVE & BAUER COUPLING W/ DUST CAP6" FL GATE VALVE6" FL CHECK VALVETYP. PIPE SUPPORT (SEE DETAIL C/P4)NON-SHRINK GROUT SLOPE6" MJ 45° BEND W/ MEGALUG RESTRAINT72"Ø PRECAST CONC. MANHOLE SECTIONS (ASTM C-478)SLAB BASE ANCHOR @ 45° (SEE DETAIL D/P4)8" THICK 92"Ø PRECAST CONC. BASE SLAB2 ROWS KENT SEAL NO. 2 TYP. PERIMETERTYP. CAST PIPE PENETRATION& SEAL (SEE DETAIL B/P4)6" DIP TYP.1:
11:11:11
:
1 SELECT GRANULAR BACKFILLCOMPACTED TO 98% SPD TO SURFACESELECT GRANULAR BACKFILLCOMPACTED TO 98% SPD TO SURFACE1:1CONTROL PANEL ON 12" CONC.PEDESTAL, SHOWN OUT OFROTATION (SEE ELECTRICAL)30"X30" CLEAR OPENING ALUM. HATCH RATED FOR 300 PSFW/ CONCEALED LOCKING HASP, HINGED POWDER COATED ALUM.MATERIAL EXCAVATED DURING LIFT STATION CONSTRUCTION SHALL NOT BE PERMITTED13.FOR BACKFILL.GRINDER, FRAME & GUIDE RAILSAFETY GRATE & POSITIVE LOCK @ 90° OPEN POSITIONS.S. PIPE OFFSET BRACKETCOAT INTERIOR OF WET WELL PER SPECIFICATIONS8" CONC. SLAB (SEE DETAIL C/P5)316SS GUIDE RAIL OFFSET BRACKET TYP.(SHOWN OUT OF SECTION)W/ CONCEALED LOCKING HASP, UPPER GUIDE BAR BRACKET, S.S. CHAINHOOK RATED FOR PUMP WEIGHT, S.S. CABLE RACK, HINGED POWDERCOATED SPLIT LEAF ALUM. SAFETY GRATE & POSITIVE LOCK @ 90° OPENPOSITION. VERIFY HATCH SIZE & LOCATION W/ PUMP MANUFACTURER.36"X60" CLEAR OPENING DOUBLE LEAF ALUM. HATCH RATED FOR 300 PSFEL. 841.67EL. 841.673'-0"2 ROWS KENT SEAL NO. 2TYP. PERIMETERCOMPACT EXISTING SOILS TO 100% SPD (ASTM D698)PRIOR TO PLACEMENT OF 12" AGGREGATE BEDDINGCOMPACT EXISTING SOILS TO 100% SPD (ASTM D698)PRIOR TO PLACEMENT OF 12" AGGREGATE BEDDING12" MIN. COARSE FILTER AGGREGATE (MnDOT 3149.2H)ON TYPE 4 GEOTEXTILEPRESSURE TRANSMITTER (SEE ELECTRICAL & DETAIL B/P5)(SHOWN OUT OF ROTATION)(SHOWN OUT OF ROTATION)MANHOLES INTERIOR, PER SPECIFICATIONSSCALE IN FEET02'4'PIPING & EQUIPMENT SECTION1WSB PROJECT NO.:REVISIONS
NO.DATE DESCRIPTION
020124-000SCALE:PLAN BY:DESIGN BY:CHECK BY:AS SHOWNI HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION,
OR REPORT WAS PREPARED BY ME OR UNDER MY
DIRECT SUPERVISION AND THAT I AM A DULY
LICENSED PROFESSIONAL ENGINEER UNDER THE
LAWS OF THE STATE OF MINNESOTA.
LIC. NO:DATE:
RAYMOND THEILER, PE
12/15/2023 57772LIFT STATIONPIPING &EQUIPMENTSECTIONSHEETP3G GLUNZU PUGA / R THEILERG JOHNSONHIGHWAY 55 LIFT STATION
RELOCATION
GOLDEN VALLEY, MINNESOTA
513
PIPE SUPPORT DETAILNOT TO SCALECWATERTIGHT GASKET DETAILNOT TO SCALEBPRECAST CONCRETEWALLPIPE"LINK SEAL" BY THUNDERLINECORPORATION HYDROSTATIC SEALDIAMETER OF HOLE ASRECOMMENDED BY SEALMANUFACTURERNOT TO SCALEA316SS NO. 4 MESHBIRD SCREEN4" EPOXY COATEDWELDED STEELVENT PIPE1/4" THICK CONTINUOUSLYWELDED WATERSTOP COLLARWITH OUTSIDE DIAMETER 2"LARGER THAN THE OUTSIDEDIAMETER OF PIPEAPPLY A THICK COAT OFBITUMASTIC COAL-TAR EPOXYTO THE PIPE/CONCRETEINTERFACECONCRETE ORCOVER SLABAS SHOWN ON PLANSVENT PIPE DETAILANVIL INT'L FIG. 264ADJUSTABLE PIPESUPPORT SADDLESCH. 40 GALV.STEEL PIPEGALV. THREADED FLOORFLANGE4" HIGH X 12" DIAMETERCONCRETE PADPRECAST CONCRETECOVERHOT-DIPPED GALVANIZED L3 x 3 x 1/4 x 0'-4" LONGANCHORED TO PRECAST COVER WITH ONE 1/2"x41/2" LONG STAINLESS STEEL EXPANSION BOLTWITH 3 1/2" EMBEDMENT, LOCATIONS AS NOTED.PRECAST REINFORCEDCONCRETE MANHOLE SECTIONPRECAST MANHOLE SECTIONPRECAST CONCRETE BASEPAINT ALL CONNECTION ITEMS WITHHEAVY COAT OF BITUMASTIC PAINTBASE ANCHORCOVER ANCHORAGEHOT DIPPED GALVANIZED L4 x 4 x 1/4 x 0'-4" LONG,ANCHOR TO PRECAST CONCRETE WITH TWO 1/2" ØSTAINLESS STEEL EXPANSION ANCHOR BOLTS WITH4-1/2" MINIMUM EMBEDMENT (LOCATIONS AS NOTED)5/8"Ø HOT DIPPED GALVANIZED HEADEDBOLT CAST IN BASE SLAB WITH 9"EMBEDMENT (LOCATIONS AS NOTED)SLAB ANCHORAGE DETAILSNOT TO SCALEDWSB PROJECT NO.:REVISIONS
NO.DATE DESCRIPTION
020124-000SCALE:PLAN BY:DESIGN BY:CHECK BY:AS SHOWNI HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION,
OR REPORT WAS PREPARED BY ME OR UNDER MY
DIRECT SUPERVISION AND THAT I AM A DULY
LICENSED PROFESSIONAL ENGINEER UNDER THE
LAWS OF THE STATE OF MINNESOTA.
LIC. NO:DATE:
RAYMOND THEILER, PE
12/15/2023 57772LIFT STATIONDETAILSSHEETP4G GLUNZU PUGA / R THEILERG JOHNSONHIGHWAY 55 LIFT STATION
RELOCATION
GOLDEN VALLEY, MINNESOTA
514
CONCRETE:4000 PSI CONCRETE = 3-1/2"MAXIMUM SLUMP AIR ENTRAINMENT= 4-7% BY VOLUME8"3" CLR.NOTES:1.EXPANSION JOINTS SHALL BE 3/4" ASPHALT FIBER JOINT MATERIALWITH JOINT SEALANT PLACED A INTERSECTION OF LIFT STATION COVERSLABS, GENERATOR SLAB, PERPENDICULAR SIDEWALKS, AND ATEXISTING SIDEWALKS OR SLABS. PROVIDE SAW CUT CONTROL JOINTSAS SHOWN ON ABOVE GRADE PIPING & EQUIPMENT PLAN.#4 EPOXY COATED REBAR AT 12" ON CENTEREACH WAY. GRADE 60 MATERIAL LAPPED 30BAR DIAMETERS AT ALL SPLICES.6" COMPACTEDGRAVEL BED8" CONCRETE SLAB DETAILNOT TO SCALEC1/2" THK EXP JT MATERIAL TOPPED WITH 1/2"DEEP CAULKING WHEN IN CONC. SLABS6"Ø EPOXY COATED STLPIPE FILL W/CONC.1'-6"4'-0"4'-0" MIN.1"FINISHED GRADEENCASE PIPE IN CONCRETE (4) #4BARS @ 12" O.C. VERT.BOLLARD DETAILNOT TO SCALEAPROVIDE FEDERAL SAFETYYELLOW PLASTIC COVERDOMED CONC.6" MIN.SCALE: NONEPRESSURE GAUGEB#5 @ 12" O.C., E.W. TOP & BOT. GRADE60 EPOXY COATED REBAR LAPPED 30BAR DIAMETERS AT ALL SPLICES.12" COMPACTED AGGREGATEBEDDING (MnDOT 3149.26)NOTES1.THE GEOTECHNICAL ENGINEER (TESTING COMPANY) SHALL VERIFY AMINIMUM OF 2500 PSF SUBGRADE BEARING CAPACITY DURINGCONSTRUCTION.2.TOC ELEVATION OF GENERATOR PAD TO BE FIELD VERIFIED ANDCOORDINATED WITH ENGINEER AND OWNER.3.LENGTH AND WIDTH OF GENERATOR PAD TO BE DETERMINED BYGENERATOR SUPPLIER AND APPROVED BY ENGINEER.841.673" CLR
3" CLR
12"SCALE: NONEGENERATOR SLAB DETAILD841.67841.67PRESSURE GAUGE, PRESSURETRANSMITTER (SEE DRAWINGS)3/4" NPT S.S. DIAPHRAGM SEAL3/4" NPT S.S. SNUBBER3/4" NPT S.S. BALL VALVEPIPE OR FITTING3/4" S.S. NIPPLE TAPPED ONTOP OF PIPE3/4" NPT S.S. 90° ELBOW3/4" NPT S.S. NIPPLE TYP.3/4" S.S. NPT NIPPLE12"841.00TAPER BEDDING @1:1 TO ADJACENT SOIL6"841.00WSB PROJECT NO.:REVISIONS
NO.DATE DESCRIPTION
020124-000SCALE:PLAN BY:DESIGN BY:CHECK BY:AS SHOWNI HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION,
OR REPORT WAS PREPARED BY ME OR UNDER MY
DIRECT SUPERVISION AND THAT I AM A DULY
LICENSED PROFESSIONAL ENGINEER UNDER THE
LAWS OF THE STATE OF MINNESOTA.
LIC. NO:DATE:
RAYMOND THEILER, PE
12/15/2023 57772LIFT STATIONDETAILSSHEETP5G GLUNZU PUGA / R THEILERG JOHNSONHIGHWAY 55 LIFT STATION
RELOCATION
GOLDEN VALLEY, MINNESOTA
515
WSB PROJECT NO.:REVISIONSNO.DATEDESCRIPTION020124-000
SCALE:
PLAN BY:
DESIGN BY:
CHECK BY:
AS SHOWN
I HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION,OR REPORT WAS PREPARED BY ME OR UNDER MYDIRECT SUPERVISION AND THAT I AM A DULYLICENSED PROFESSIONAL ENGINEER UNDER THELAWS OF THE STATE OF MINNESOTA.LIC. NO:DATE:AARON R. MUELLER, PE12/15/202346184SHEET
A MUELLER
A MUELLER
A MUELLER
HIGHWAY 55 LIFT STATIONRELOCATIONGOLDEN VALLEY, MINNESOTALUMINAIRE LEGEND
AE
12
FIXTURE ID
CIRCUIT NUMBERa
SWITCH CIRCUIT ID
RECESSED LUMINAIRE
'E' DESIGNATES EMERGENCY LIGHT
LIGHTING FIRE ALARM
COMMUNICATIONS
EMERGENCY EGRESS/LIFE SAFETY SYMBOL
POWER
NIGHT LIGHT SYMBOL
NIGHT LIGHT AND EMERGENCY EGRESS
PENDANT MOUNTED
CRITICAL POWER
RECESSED DOWNLIGHT (ROUND & SQUARE)
RECESSED WALL WASH DOWNLIGHT
SURFACE MOUNT LIGHT
SURFACE MOUNT LIGHT
WALL MOUNT LUMINAIRE
TRACK LIGHTING
EMERGENCY LIGHTING UNIT
EXIT SIGN
SHADED REGION INDICATES FACE
STEM INDICATES WALL MOUNT
EXIT SIGN, WITH EMERGENCY LIGHTING
POLE MOUNTED LUMINAIRE
LIGHT CONTROL DEVICE LABELS
SWITCH TYPE:
2=TWO POLE, SINGLE THROW
3=THREE WAY
4=FOUR WAY
D=DIMMER
P=WITH PILOT LIGHT
T=TIMER
SP=SPEED CONTROL
K=KEYED
M=MOTOR HORSE POWER RATED
MS=MANUAL MOTOR STARTER
H/L=HIGH/LOW CONTROL
SWITCH CIRCUIT IDENTIFIER
3
a
OS OCCUPANCY SENSOR, CEILING MOUNT
OS OCCUPANCY SENSOR, WALL MOUNT
PC DAYLIGHT SENSOR, CEILING MOUNT
PC DAYLIGHT SENSOR, WALL MOUNT
LIGHTING CONTROL STATION
EMERGENCY LIGHTING REMOTE HEAD
xx
DESCRIPTORS, REFER TO ABBREVIATIONS
SWITCH
RECEPTACLE LABELS
DESCRIPTORS, REFER TO ABBREVIATIONS:
G = GROUND FAULT CIRCUIT INTERRUPTER
GFCI = GROUND FAULT CIRCUIT INTERRUPTER
AC = MOUNT ABOVE COUNTER TOP
USB = DEVICE WITH USB CHARGING PORT(S)
OC = OCCUPANCY CONTROLLED
X" = MOUNTING HEIGHT AFF
36
48"
WP
G
CIRCUIT IDENTIFIER
DUPLEX RECEPTACLE
DOUBLE DUPLEX RECEPTACLE
ISOLATED GROUND
SWITCHED (SPLIT) RECEPTACLE
GENERATOR POWER CIRCUIT
CEILING MOUNT RECEPTACLE
FLOOR MOUNT
SPECIAL PURPOSE RECEPTACLE
SIMPLEX RECEPTACLE
MOTOR, SINGLE PHASE
MOTOR, THREE PHASE
DISCONNECT SWITCH
DISCONNECT SWITCH, FUSEDF
DISCONNECT SWITCH, ENCLOSED BREAKERB
COMBINATION MOTOR STARTER
HD ELECTRIC HAND DRYER
PP POWER POLE
RETRACTABLE CORD REEL
MOA MULTI-OUTLET ASSEMBLY
GROUNDING/ELECTRODE BOND POINT
RECEPTACLE PEDESTAL
HH IN-GRADE HANDHOLE
WALL-MOUNT GROUND BUS
RECESSED PANELBOARD
PANELBOARD
ALARM STROBE, WALL MOUNTF
F ALARM STROBE & HORN/SPEAKER,
WALL MOUNT
F ALARM STROBE, CEILING MOUNT
F ALARM STROBE & HORN/SPEAKER,
CEILING MOUNT
F ALARM HORN/SPEAKER, WALL MOUNT
F ALARM HORN/SPEAKER, CEILING MOUNT
F PULL STATION
S SMOKE DETECTOR
H HEAT DETECTOR
D DUCT SMOKE DETECTOR
M
FR
FS
TS
MAGNETIC DOOR HOLD
ALARM CONTROL RELAY
FLOW SWITCH
TAMPER SWITCH
FD ELECTRIC DAMPER
FA REMOTE ANNUNCIATOR
FACP CONTROL PANEL
TELEPHONE OUTLET
DATA OUTLET
DATA OUTLET, FLOOR MOUNT
NUMBER OF PORTS (TYPICAL)X
TV TELEVISION OUTLET
AV AUDIO/VIDEO OUTLET
M MICROPHONE OUTLET
S SPEAKER, WALL MOUNT
S SPEAKER, CEILING MOUNT
P PROJECTOR/SMART BOARD WALL MOUNT
P PROJECTOR, CEILING MOUNT
PROJECTOR CONTROL OUTLET
SMARTBOARD CONTROL OUTLET
P
SB
B
IC INTERCOM STATION
BELL/CHIME
CABLE TRAY
GENERAL
CONDUIT/WIRE RUN, EXPOSED
CONDUIT/WIRE RUN,
CONCEALED/UNDERGROUND
JUNCTION BOX, WALL MOUNT
JUNCTION BOX, CEILING MOUNT
JUNCTION BOX, FLOOR MOUNT
KEYED NOTE
J
J
J
XX
30 EQUIPMENT TAG
30 REVISION TAG
AHU-11-A CONDUIT/WIRE TAG
HEALTH CARE
PROCESS
SECURITY
CR
KP
DC
CARD READER
KEY PAD
DOOR CONTACT
MD MOTION DETECTOR
GB GLASS BREAK
MD
GB
RX
EM
REQUEST TO EXIT
ELECTRIFIED DOOR LOCK
C C CAMERA
N NURSE CALL LIGHT, WALL MOUNT
N NURSE CALL LIGHT, CEILING MOUNT
PULL CORD
STANDARD ROOM STATION
SRS
BED AUDIO STATION
BAS
N
MRQ
GRAPHIC TERMINAL
SCREEN SIZEX
MARQUEE
NL NURSE LOCATOR
CONDUIT STUB W/BUSHING
L LEVEL TRANSDUCER
FLOW METER
TEMPERATURE TRANSDUCER
SUSPENDED SOLIDS SENSOR
DISSOLVED OXYGEN SENSOR
GAS DETECTION SENSOR
SLUDGE BLANKET SENSOR
PH SENSOR
SOLENOID
MOTORIZED VALVE
F
T
SS
DO
G
SB
PH
S
MV
LIMIT SWITCH
PRESSURE SWITCH
THERMOSTAT
FLOOD SWITCH
FLOAT SWITCH
MOTORIZED DAMPER
SPEED SWITCH
PROXIMITY SENSOR
FLOW SWITCH
TORQUE SWITCH
HUMIDISTAT
LS
P
T
F
L
MD
SP
PS
FS
TQ
H
E EMERGENCY STOP PUSHBUTTON
CONTROL STATION
CORD & PLUG
ONE-LINE DIAGRAM
INCOMING LINE
XX
125 MOTOR
CIRCUIT BREAKER
FUSE
SWITCH
DISCONNECT SWITCH
STARTER / CONTACTOR
CAPACITOR
MOTOR STARTER OVERLOADS
TYPE DESIGNATION
HORSE POWER RATING
M
VFD
SSRV
SPD
ATS
LA
3KW
TRANSFORMER
CURRENT TRANSFORMER
METER
GENERATOR
VFD MOTOR CONTROLLER
SSRV MOTOR CONTROLLER
SURGE PROTECTION DEVICE
AUTOMATIC TRANSFER SWITCH
LIGHTNING ARRESTOR
HEATER
R1 RELAY COIL (NUMBER DENOTED)
SCHEMATIC SYMBOLS
NORMALLY OPEN CONTACT
NORMALLY CLOSED CONTACT
TWO POSITION SELECTOR SWITCH
(RUN-OFF DENOTED)
R PUSH TO TEST PILOT LIGHT
(COLOR DENOTED)
R PILOT LIGHT
(COLOR DENOTED)
PUSH BUTTON - NORMALLY CLOSED
PUSH BUTTON - NORMALLY OPEN
TR TIMING RELAY
CLOSED SWITCH - TIME DELAY OPEN
OPEN SWITCH - TIME DELAY CLOSED
CLOSED SWITCH, TIME DELAY CLOSED
OPEN SWITCH, TIME DELAY OPEN
TEMPERATURE SWITCH - CLOSE ON
RISING TEMPERATURE
TEMPERATURE SWITCH - OPEN ON
RISING TEMPERATURE
SOLENOID
CONTROL POWER TRANSFORMER
GROUND
HEATER
H AO THREE POSITION SELECTOR SWITCH
(HAND-OFF-AUTO DENOTED
R O
TERMINAL BLOCK
CONNECTION NODE
PANELBOARD NAMING LEGEND:
DP = DISTRIBUTION PANEL
LP = LIGHTING PANELBOARD
DP-X-Y : X= FLOOR LEVEL PANEL IS LOCATED
Y= # OF PANEL ON THE FLOOR LEVEL
EDH ELECTRIFIED DOOR HARDWARE
1P 1 POLE
2P 2 POLE
3P 3 POLE
4P 4 POLE
A AMPERE OR AMP
A/C AIR CONDITIONER
AC ABOVE COUNTER
ACLG ABOVE CEILING
ADO AUTOMATIC DOOR OPENER
AIC AMPERE INTERRUPTING
CAPACITY
AF ARC FAULT
AFF ABOVE FINISHED FLOOR
AFG ABOVE FINISHED GRADE
AFCI ARC FAULT CIRCUIT
INTERRUPTER
AHU AIR HANDLING UNIT
AL ALUMINUM
ALT ALTERNATE
AMP AMPERE
AMPL AMPLIFIER
ANNUN ANNUNCIATOR
APPROX APPROXIMATELY
AQSTAT AQUASTAT
ARCH ARCHITECT, ARCHITECTURAL
AS AMP SWITCH
AT AMP TRIP
ATS AUTOMATIC TRANSFER SWITCH
AUTO AUTOMATIC
AUX AUXILIARY
AV AUDIO VISUAL
AWG AMERICAN WIRE GAUGE
BAT BATTERY
BD BOARD
BLDG BUILDING
BMS BUILDING MANAGEMENT
SYSTEM
C CONDUIT
CAB CABINET
CAT CATALOG
CATV CABLE TELEVISION
CB CIRCUIT BREAKER
CCTV CLOSED CIRCUIT TELEVISION
CKT CIRCUIT
CLG CEILING
COMB COMBINATION
CMPR COMPRESSOR
CONN CONNECTION
CONST CONSTRUCTION
CONT CONTINUATION OR
CONTINUOUS
CONTR CONTRACTOR
CONV CONVECTOR
CP CIRCULATING PUMP
CT CURRENT TRANSFORMER
CTR CENTER
CU COPPER
D DAMPER
DC DIRECT CURRENT
DCP DOMESTIC WATER
CIRCULATING PUMP
DEPT DEPARTMENT
DET DETAIL
DIA DIAMETER
DISC DISCONNECT
DIST DISTRIBUTION
DIV DIVISION
DN DOWN
DPR DAMPER
DS DISCONNECT/SAFETY SWITCH
DT DOUBLE THROW
DWG DRAWING
EC ELECTRICAL CONTRACTOR
EF EXHAUST FAN
ELEC ELECTRIC, ELECTRICAL
ELEV ELEVATOR
EM EMERGENCY
EMS ENERGY MANAGEMENT SYSTEM
EMT ELECTRICAL METALLIC TUBING
EP ELECTRIC PNEUMATIC
EQUIP EQUIPMENT
EWC ELECTRIC WATER COOLER
EXIST EXISTING
EXH EXHAUST
EXP EXPLOSION PROOF
F FUSED OR FUSE
FA FIRE ALARM
FACP FIRE ALARM CONTROL PANEL
FBO FURNISHED BY OTHERS
FCU FAN COIL UNIT
FIXT FIXTURE
FLA FULL LOAD AMPS
FLR FLOOR
FLUOR FLUORESCENT
FU FUSE
FVR FULL VOLTAGE REVERSING
FVNR FULL VOLTAGE NON-REVERSING
G GROUND FAULT CIRCUIT
INTERRUPTER
GA GAUGE
GAL GALLON
GALV GALVANIZED
GC GENERAL CONTRACTOR
GEN GENERATOR
GFI GROUND FAULT CIRCUIT
INTERRUPTER
GFCI GROUND FAULT CIRCUIT
INTERRUPTER
GFP GROUND FAULT PROTECTOR
GND GROUND
GRS GALVANIZED RIGID STEEL
(CONDUIT)
GYPBD GYPSUM BOARD
HOA HAND-OFF-AUTOMATIC
HORIZ HORIZONTAL
HP HORSEPOWER
HPF HIGH POWER FACTOR
HSP HIGH SERVICE PUMP
HT HEIGHT
HTG HEATING
HTR HEATER
HV HIGH VOLTAGE
HVAC HEATING, VENTILATING AND
AIR CONDITIONING
HWP HYDRONIC WATER PUMP
HZ HERTZ
IC INTERRUPTING CURRENT
IG ISOLATED GROUND
IMC INTERMEDIATE METAL
CONDUIT
INCAND INCANDESCENT
IR INFRARED
I/W INTERLOCK WITH
J JUNCTION BOX
J-BOX JUNCTION BOX
JB JUNCTION BOX
KAIC KILOAMPS INTERUPPTING
CAPACAITY
KV KILOVOLT
KVA KILOVOLT-AMPERE
KVAR KILOVOLT-AMPERE REACTIVE
KW KILOWATT
KWH KILOWATT HOUR
LCP LIGHTING CONTROL PANEL
LCS LOCAL CONTROL STATION
LOC LOCATE OR LOCATION
LT LIGHT
LTG LIGHTING
LTNG LIGHTNING
LV LOW VOLTAGE
MAX MAXIMUM
M/C MOMENTARY CONTACT
MC MECHANICAL CONTRACTOR
MCA MAX CIRCUIT AMPACITY
MCB MAIN CIRCUIT BREAKER
MCC MOTOR CONTROL CENTER
MDC MAIN DISTRIBUTION CENTER
MDP MAIN DISTRIBUTION PANEL
MFR MANUFACTURER
MH MANHOLE
MIC MICROPHONE
MIN MINIMUM
MISC MISCELLANEOUS
MLO MAIN LUGS ONLY
MOA MULTIOUTLET ASSEMBLY
MS MANUAL MOTOR STARTER
MSBD MAIN SWITCHBOARD
MT MOUNT
MTS MANUAL TRANSFER SWITCH
MTR MOTOR, MOTORIZED
N.C. NORMALLY CLOSED
NEC NATIONAL ELECTRICAL CODE
NEMA NATIONAL ELECTRICAL
MANUFACTURER'S
ASSOCIATION
NIC NOT IN CONTRACT
NL NIGHT LIGHT
N.O. NORMALLY OPEN
NPF NORMAL POWER FACTOR
NTS NOT TO SCALE
OC OCCUPANCY CONTROLLED
OH OVERHEAD
OIT OPERATOR INTERFACE TERMINAL
PA PUBLIC ADDRESS
PB PULL BOX OR PUSHBUTTON
PE PNEUMATIC ELECTRIC
PED PEDESTAL
PF POWER FACTOR
PH PHASE
PIV POST INDICATING VALVE
PLMG PLUMBING CONTRACTOR
PNL PANEL
PP POWER POLE
PR PAIR
PRI PRIMARY
PROJ PROJECTION
PRV POWER ROOF VENTILATOR
PT POTENTIAL TRANSFORMER
PTR PRINTER
PVC POLYVINYL CHLORIDE
(CONDUIT)
PWR POWER
QTY QUANTITY
QZ QUARTZ
RCPT RECEPTACLE
RQD REQUIRED
RM ROOM
RSC RIGID STEEL CONDUIT
RTU ROOF TOP UNIT
SC SURFACE CONDUIT
SEC SECONDARY
SHT SHEET
SIM SIMILAR
S/N SOLID NEUTRAL
SPEC SPECIFICATION
SPKR SPEAKER
SP SPARE
SR SURFACE RACEWAY
SS STAINLESS STEEL
SSRV SOLID STATE REDUCED
VOLTAGE
SST SOLID STATE
SSW SELECTOR SWITCH
S/S STOP/START PUSHBUTTONS
STA STATION
STD STANDARD
SURF SURFACE MOUNTED
SW SWITCH
SWBD SWITCHBOARD
SYM SYMMETRICAL
SYS SYSTEM
TEL TELEPHONE
TERM TERMINAL
TL TWIST LOCK
TR TAMPER RESISTANT
TSTAT THERMOSTAT
TTC TELEPHONE TERMINAL
CABINET
TV TELEVISION
TVTC TELEVISION TERMINAL
CABINET
TYP TYPICAL
UC UNDER COUNTER
UE UNDERGROUND ELECTRICAL
UG UNDERGROUND
UH UNIT HEATER
UNO UNLESS NOTED OTHERWISE
USB WITH USB CHARGING PORT
UT UNDERGROUND TELEPHONE
UTIL UTILITY
UV UNIT VENTILATOR OR
ULTRAVIOLET
V VOLT
VA VOLT-AMPERES
VDT VIDEO DISPLAY TERMINAL
VERT VERTICAL
VFD VARIABLE FREQUENCY DRIVE
VFY VERIFY
VOL VOLUME
W WATT OR WIRE
W/ WITH
WG WIRE GUARD
WH WATER HEATER
W/O WITHOUT
WP WEATHERPROOF
XFMR TRANSFORMER
XFR TRANSFER
ANGLE
@ AT
DELTA
' FEET
" INCHES
# NUMBER
Ø PHASE
CL CENTER LINE
P PLATE
X" MOUNTING HEIGHT AFF
ELECTRICAL ABBREVIATIONS
OL OVERLOADS
RTU REMOTE TELEMETRY UNIT
SCP SUPERVISORY CONTROL PANEL
NIU NETWORK INTERFACE UNIT
ELECTRICAL
LEGEND AND
ABBREVIATIONS
E1
MCCB MOOLDED CASE CIRCUIT BREAKER
P PRESSURE TRANSDUCER
516
FM FM FM FM FM FM FM FM FM FM FMSFSFSFSFSFSF
SF
SF
SF
S
F
S
F
S
F
S
F
S
F
S
F
S
F
E
EEEFFFFFFF
GGGGGGGGFMFMFMFMFMFM
VLT
S RIM:
N824.80INV:
E824.80INV:INV:INV:INV:INV:
841.10
S
VLT
EXISTING
BUILDING TO BE
REMOVED
REMOVE RISER ON POLE
WSB PROJECT NO.:REVISIONSNO.DATEDESCRIPTION020124-000
SCALE:
PLAN BY:
DESIGN BY:
CHECK BY:
AS SHOWN
I HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION,OR REPORT WAS PREPARED BY ME OR UNDER MYDIRECT SUPERVISION AND THAT I AM A DULYLICENSED PROFESSIONAL ENGINEER UNDER THELAWS OF THE STATE OF MINNESOTA.LIC. NO:DATE:AARON R. MUELLER, PE12/15/202346184SHEET
A MUELLER
A MUELLER
A MUELLER
HIGHWAY 55 LIFT STATIONRELOCATIONGOLDEN VALLEY, MINNESOTAELECTRICAL
DEMOLITION
PLAN
E21ELECTRICAL DEMOLITION PLANN
GENERAL NOTES:
1.DISCONNECT POWER AND TELEPHONE TO BUILDING.
2.CONTRACTOR SHALL WALK THE BUILDING WITH THE OWNER REPRESENTATIVE TO REVIEW EXISTING EQUIPMENT TO BE
SALVAGED AND RETURNED TO CITY PRIOR TO DEMOLITION.
3.AT MINIMUM THE FOLLOWING SHALL BE SALVAGED AND RETURNED TO CITY:
A.GENERATOR RECEPTACLE, CORD AND CABINET.
B.CONTROL PANEL COMPONENTS, REMOVE COMPONENTS FROM PANEL AND RETURN TO CITY.
C.GRINDER AND GRINDER CONTROL PANEL.
D.LED LUMINAIRES.
E.SCADA RADIO AND ANTENNA.
F.PANELBOARD BREAKERS.
0 5'10'20'
2 LIFT STATION BUILDING EXTERIOR
NOT TO SCALE
3 LIFT STATION BUILDING INTERIOR
NOT TO SCALE
4 LIFT STATION BUILDING INTERIOR
NOT TO SCALE
517
FM
FM
FM FM FM FM FM FM FM FM FM FM FM FM FM FM FM
SF
SF
SF
SF
SF
SF
SF
SF
SF
SF
SFSFSFSFSFSFSFSFSFSFSFSFSFGENERATOR
L
L L
L L
1
2
1.5"C-4#3,1#8G
TWO CONDUITS:
1.25"C-12#14,1#14G
1.25"C-3#6,1#8G
1.5"C-4#2
1.25"C-2#12,1#12G
FOUR CONDUITS:
1.25"C-PUMP CABLE
1.25"C-PUMP CABLE
1.25"C-4#FLOAT CABLE
1.25"C-TRANSDUCER CABLE
UTILITY
TRANSFORMER
3
1.25"C-2#12,1#12G
A
5
4
THREE SPARE 1.25"C STUBBED UNDERGROUND
5' OR MORE FROM EDGE OF CONCRETE
6
GRINDER
P
P
1.25"C-2-2/C#16SHIELDED
CONTROL PANEL
5
5
WSB PROJECT NO.:REVISIONSNO.DATEDESCRIPTION020124-000
SCALE:
PLAN BY:
DESIGN BY:
CHECK BY:
AS SHOWN
I HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION,OR REPORT WAS PREPARED BY ME OR UNDER MYDIRECT SUPERVISION AND THAT I AM A DULYLICENSED PROFESSIONAL ENGINEER UNDER THELAWS OF THE STATE OF MINNESOTA.LIC. NO:DATE:AARON R. MUELLER, PE12/15/202346184SHEET
A MUELLER
A MUELLER
A MUELLER
HIGHWAY 55 LIFT STATIONRELOCATIONGOLDEN VALLEY, MINNESOTAELECTRICAL
SITE PLAN
E31ELECTRICAL SITE PLAN
0 2'-6"5'10'
N
GENERAL NOTES:KEYED NOTES:
1.WETWELL IS CLASSIFIED AS A CLASS 1, DIVISION 1, GROUP D HAZARDOUS LOCATION. AREA 18" ABOVE HATCH AND 3'
FROM HATCH OPENING IS CLASSIFIED AS A CLASS 1, DIVISION II, GROUP D HAZARDOUS LOCATION. AREA WITHIN A 3'
RADIUS OF THE VENT OPENING IS CLASSIFIED AS A CLASS 1, DIVISION 1, GROUP D HAZARDOUS LOCATION, AREA 3-5'
RADIUS FROM THE VENT OPENING IS A CLASS 1, DIVISION II, GROUP D HAZARDOUS LOCATION.
2.VAULT INTERIOR IS CLASSIFIED AS A CLASS 1, DIVISION II, GROUP D HAZARDOUS LOCATION.
3.COORDINATE LIGHT POLE CONCRETE BASE WITH ALL DISCIPLINES PRIOR TO INSTALLATION. TOP OF BASE SHALL BE FLUSH
WITH CONCRETE PAD.
4.CONTROL PANEL PROVIDED BY OWNER AND INSTALLED UNDER DIVISION 26.
5.GENERATOR PROVIDED AND INSTALLED BY OTHERS. EMPTY CONDUITS FROM CONTROL PANEL TO THE GENERATOR
LOCATION TO BE PROVIDED AS PART OF THIS PROJECT UNDER DIVISION 26. COORDINATE EXACT LOCATION OF CONDUIT
STUB-UPS IN THE FIELD AND CAP CONDUITS.
6.EACH FLOAT CABLE AND TRANSDUCER CABLE TO BE HUNG INDEPENDENTLY TO ALLOW OPERATOR TO PULL UP AN
INDIVIDUAL CABLE.
1.CONTROL PANEL, AREA POLE LIGHT, AND GENERATOR SHALL NOT BE MOUNTED IN HAZARDOUS LOCATION AREA.
2.COORDINATE LOCATION OF ALL EQUIOPMENT WITH THE OWNER'S ON-SITE REPRESENTATIVE.
3.COORDINATE LOCATION OF UTILITY TRANSFORMER WITH THE ELECTRIC UTILITY.
4.COORDINATE INSTALLATION OF NATURAL GAS SERVICE WITH THE GAS UTILITY.
518
DOOR SIDE
ALARM LIGHT
HANDLE WITH
PAD LOCK HASP
18" LEG STANDS WITH VENTED SKIRT
CABLE FITTING WITH SEALING GASKET RATED FOR WET
LOCATIONS AND CLASS 1, DIV. 2 HAZARDOUS LOCATIONS;
APPLETON CG, CROUSE-HINDS CGB, OR EQUAL (TYPICAL)
COUPLING FILLED WITH SEALING
COMPOUND (DUXSEAL OR EQUAL)
CONDUIT TO WET WELL TO HAVE LONG SWEEPING
BENDS TO ALLOW FOR LESS RESSISTANCE WHEN
REMOVING AND REPLACING CABLING
METALLIC COMPARTMENT DIVIDER, PROVIDE
GAS TIGHT SEAL AROUND DIVIDER WALLS
PROVIDE SEAL-OFF FITTINGS FOR CONDUIT
RUNS WITH HARDWIRING, SUCH AS LIGHTING
AND RECEPTACLE CIRCUITS, NO PUMP OR
INSTRUMENT CABLES
COMPARTMENT TO BE DEDICATED FOR CONDUITS TO WET WELL ONLY,
CONDUITS WHICH DO NOT TRAVEL TO WETWELL MAY NOT BE INSTALLED
MIXED WITH CONDUITS TO WETWELL
REFER TO CIVIL/PROCESS DRAWINGS
FOR DETAILS ON CONCRETE PAD
POWER SIDE CONTROL SIDE
120V GFCI W/WEATHER
PROOF WHILE-IN USE COVER
ALARM LIGHT
FRONT VIEW TOP VIEW
120V GFCI W/WEATHER PROOF
WHILE-IN USE COVER
SERVICE AND ATS
GENERATOR CONNECTION CABINET
UTILITY METER SOCKET
PROVIDED THREADED CAP ON SPARE CONDUITS TO
WETWELL AND VALVE VAULT
UTILITY METER SOCKET
COMPARTMENT TO BE USED FOR
CIRCUITS RAN TO GENERATOR
PROVIDE LEG STANDS FOR EACH ENCLOSURE, STANDS
SHALL CREATE A SEPARATE, SEALED COMPARTMENT
GROUND ROD
GROUND BOND TO CONCRETE ENCASED STEEL
LOAD CENTER CONTROL POWERGEN LOAD CENTERSPARERECEPT. & LIGHTINNER DOORS
MAIN PUMP 1 PUMP 2 GRINDER
ATS HMI
XFMR
PUMP 1
VFD
HMI
PUMP 2
VFD
HMI
A/C
GENERATOR
SPAREPUMP 2
REQUIREDALARM RUNNING
HAND OFF AUTO
PUMP 1
REQUIREDALARM RUNNING
OIT
R A G
HAND OFF AUTO
R A G
GRINDER
REQUIREDALARM RUNNING
RUN OFF/RESET
R A G
GRINDER CONTROL
PANEL INSIDE
PUMP 1&2
100A
3P MCCB
3P
LIFT PUMP 1
MCCB
3P
LOAD CENTER
PM
PHASE
MONITOR
SURGE
PROTECTION
LIFT PUMP 2
M
480Y/277V,3∅,
60HZ UTILITY
UTILITY
100A
3P
GENERATOR
CONNECTION CABINET
10
MAIN GENERATOR
VFD VFD
GENERATOR
10
MCCB
3P
GRINDER
GRINDER
CONTROL
PANEL
5
480
120/240
10KVA
MCCB
3P
ATS
WSB PROJECT NO.:REVISIONSNO.DATEDESCRIPTION020124-000
SCALE:
PLAN BY:
DESIGN BY:
CHECK BY:
AS SHOWN
I HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION,OR REPORT WAS PREPARED BY ME OR UNDER MYDIRECT SUPERVISION AND THAT I AM A DULYLICENSED PROFESSIONAL ENGINEER UNDER THELAWS OF THE STATE OF MINNESOTA.LIC. NO:DATE:AARON R. MUELLER, PE12/15/202346184SHEET
A MUELLER
A MUELLER
A MUELLER
HIGHWAY 55 LIFT STATIONRELOCATIONGOLDEN VALLEY, MINNESOTA1 CONTROL PANEL DETAIL
NOT TO SCALE
2 CONTROL PANEL INNER DOORS DETAIL
NOT TO SCALE 3 ONE-LINE DIAGRAM
NOT TO SCALE ELECTRICAL
DETAILS
E4
519
DETAIL B - FLEX HOSE CONNECTION
GENERAL NOTES:
1.CONTRACTOR TO PROVIDE GAS PIPING AND ACCESSORIES BETWEEN UTILITY LINE AND GENERATOR. MAKE
CONNECTIONS TO GENERATOR.
2.COORDINATE ACCESSORY REQUIREMENTS WITH GENERATOR MANUFACTURER.
3.COORDINATE REQUIRED PRESSURE REGULATOR WITH GENERATOR MANUFACTURER, CONTRACTOR SHALL BE
RESPONSIBLE FOR APPROPRIATE GAS PRESSURE FEED TO GENERATOR.
4.CONTRACTOR TO VERIFY ORIENTATION AND GAS CONNECTION POINT WITH GENERATOR MANUFACTURER.
5.CONTRACTOR TO COORDINATE GAS SERVICE TO GENERATOR WITH GAS UTILITY, COORDINATE UTILITY
CONNECTION POINT WITH UTILITY.
6.STEEL PIPE IS TO BE USED WHERE PIPE IS EXPOSED, POLY PIPE WILL BE ALLOWED FOR UNDERGROUND
INSTALLATIONS.
7.PIPING AND REGULATOR SHALL BE SIZED FOR A MINIMUM OF 1.5X MAX LOAD.
UNION CONNECTOR
REDUCER CONNECTION (OPTIONAL)
NIPPLE LENGTH TO BE AS
SHORT AS PRACTICAL
FLEX HOSE
PIPE
DETAIL B
BETWEEN 6' MIN AND 10' MAX
GENERATOR
CONCRETE PAD
TOP VIEW
GENERATOR
CONCRETE PAD
SIDE VIEW
DETAIL B
SEDIMENT TRAP
UTILITY GAS
METERSHUTOFF VALVE
PRESSURE
REGULATOR
UTILITY APPROVED
MOUNTING STRUCTURE
ALL VENTS AND PRESSURE RELIEF
VALVES TO BE LOCATED AT LEAST
18" ABOVE GRADE
GRADE
DETAIL A
DETAIL A
DETAIL A - UTILITY METER MOUNTING
GAS LINES SHALL BE RAN TIGHT
TO GENERATOR BASE SKIDS
CONTROL
PANEL
HATCH
PROVIDE STAINLESS STEEL CABLE
HANGING HARDWARE
HANG CABLES FROM CABLE HANGER
HARDWARE, COIL EXCESS CABLE
EXTEND CONDUIT TO EDGE OF HATCH
OPENING, LOCATE TO NOT INTERFERE
WITH PUMP REMOVAL AND ACCESSIBLE
FROM HATCH LOCATION
SECURE CONDUIT TO TOP SLAB WITH
CORROSION RESISTANT HARDWARE
CONDUIT WITH LONG SWEEPING
BEND TO ALLOW LESS FRICTION FOR
CABLE REMOVAL/INSTALLATION
WETWELL
TOP SLAB
BASE SECTION
OUTER EDGE OF CONCRETE
GROUND ROD
CONDUITS6' - 0"TOOL AND CHAMFER EDGE
GROUND ROD
GRADE
HANDHOLE
LEVELING NUTS
#6 GROUND BONDED TO POLE
PROVIDE BUSHINGS ON CONDUIT ENDS
ANCHOR ROD
#4 REINFORCING BAR2' - 0"ANCHOR BOLT DIAMETER &
PROJECTION AS RECOMMENDED
BY POLE MANUFACTURER
READY MIXED MIN. 3000 PSI
AIR ENTRAINED CONCRETE
4-#4 REINFORCING
BARS FULL DEPTH
3 SETS OF 4-#4 REINFORCING
CROSS TIE BARS
#4 CROSS TIE
REINFORCING BAR
DIAMETER DIMENSIONS:
2' FOR POLE MOUNTED LUMINARE
1' FOR BOLLARD
HEIGHT ABOVE GRADE:
FLUSH WITH CONCRETE SLAB
BASE COVER SHALL COVER POLE
DOWN TO TOP OF PLINTH
PROVIDE GROUT CLEANED RUBBED
FINISH ON ALL EXPOSED CONCRETE
CONDUIT, 8"
STUB OUT, MIN.LED UNIT
INTEGRAL DAYLIGHT
SENSOR
HANDHOLE
WSB PROJECT NO.:REVISIONSNO.DATEDESCRIPTION020124-000
SCALE:
PLAN BY:
DESIGN BY:
CHECK BY:
AS SHOWN
I HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION,OR REPORT WAS PREPARED BY ME OR UNDER MYDIRECT SUPERVISION AND THAT I AM A DULYLICENSED PROFESSIONAL ENGINEER UNDER THELAWS OF THE STATE OF MINNESOTA.LIC. NO:DATE:AARON R. MUELLER, PE12/15/202346184SHEET
A MUELLER
A MUELLER
A MUELLER
HIGHWAY 55 LIFT STATIONRELOCATIONGOLDEN VALLEY, MINNESOTA1 GENERATOR NATURAL GAS CONNECTION DETAIL
NOT TO SCALE
E5
2 WETWELL CONDUIT INSTALLATION DETAIL
NOT TO SCALE
3 LIGHT POLE BASE DETAIL
NOT TO SCALE 4 WETWELL CONDUIT INSTALLATION DETAIL
NOT TO SCALE
ELECTRICAL
DETAILS
520
EXECUTIVE SUMMARY
Community Development
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
3C.9. Approve Construction Contract with Northdale Construction Company, Inc. for the Adair Avenue
Watermain Rehabilitation Project
Prepared By
RJ Kakach, PE, Assistant City Engineer
Tim Kieffer, Public Works Director
Summary
Adair Avenue at Duluth Street (County Road 66) has been one of the worst areas for watermain breaks
in recent history. Since the watermain was installed in the 1960s, there have been 22 watermain
breaks, with 11 of those breaks occurring in the last two years. The 11 breaks in the last two years
have cost over $150,000 in repairs. This area is notorious for corrosive soils that degrade the
watermain to a point of failure. This is known based on the break history on Adair Avenue, and the
similarities between this street and adjacent Brunswick Avenue, both of which have had numerous
breaks at Duluth Street. Brunswick Avenue across Duluth Street was lined in 2011.
In August of 2023, City Council approved a contract with the engineering consulting firm Bolton and
Menk to design a project to rehabilitate watermain on Adair Avenue and the adjacent streets Kenneth
Way and Duluth Lane. The design was completed at the end of 2023 and the project was sent out for
bid in early 2024. Bids were opened on March 5, 2024. The following bids were received:
Contractor Base Bid
Northdale Construction $864,677.44
Fer-Pal Construction USA $887,587.00
Geislinger and Sons $989,466.00
Meyer Contracting $995,357.09
Low Bid: Northdale Construction - $864,677.44
Staff reviewed the bids and found them to be accurate and in order. Staff recommends awarding the
Contract to Northdale Construction for all work associated with the Base Bid.
Financial or Budget Considerations
Anticipated funding for the project is included in the 2024-2033 CIP (W&SS-125) in the amount of
$750,000. This includes the existing contract with WSB & Associates for $109,714. Additional funding
for the project will be provided by the Sewer and Water reserve fund.
521
Legal Considerations
The City Attorney has approved the contract documents for the project.
Equity Considerations
This program satisfies Pillar 3 of the Equity Plan Pillars by providing unbiased programs and services for
all.
Recommended Action
Motion to approve construction agreement with Northdale Construction Company, Inc. for the Adair
Avenue Watermain Rehabilitation Project #23-17 in the amount of $864,677.44. This item requires a
majority vote.
Supporting Documents
Adair Ave N WM Break and Project Location Map
Adair Ave WM Rehab Project Documents with Contract
522
!(!(!(òÛ
!(!(!(!(!(!(!(!(!(!(!(!(")
")")")
")
")
")
")
")
")
")
")
")
")
")
")
")
")
!(!(!(G!.
G!.
G!.
G!.
G!.
G!.GFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGFGF7/1/1988
7/1/1991
7/1/1978
7/1/1983
9/7/2022
1/6/2022
6/4/2018
7/5/2015
7/1/2009
7/1/2002
7/1/2001
7/1/1973
7/1/2009
4/23/2023
3/26/2023
5/29/2022
5/29/2022
5/29/2022
5/29/2022
7/26/2022
5/29/2022
7/16/2015
11/3/2006
10/12/2021
10/12/2021
12/15/2013
12/15/2013
317315314313310309306305304301
216
215
211
204
203 100
113
103
101
6033
1928
1930 6035
5925
2101 2040
2041
2020
2025
2010
6000
2000
1970
1950
1920 1921
6020 191060506000
1880
1801 6'' CIP8'' CIP
8'' DIP
6'' CIP CIPP6'' CIP6'' CIP6'' CIP6 '' C IP
6'' CIP6'' CIP8'' CIPAdair Ave NDuluth Ln
Kenneth Way
Duluth St
Brunswick Ave NBrunswick Ave NAdair Ave NDuluth St
Duluth St
Duluth St
0 120 24060Feetby the City of Golden Valley, 7/25/2023 I
Adair Avenue NWater Main Rehab
Project Location
Water Main Break History
by Decade
GF2020s
GF2010s
GF2000s
GF1990s
GF1980s
GF1970s
523
Project Manual and Specifications
2024 Watermain Lining Project
City Project No. 23-17
I hereby certify this Specification was prepared by me,
or under my direct supervision
and that I am a duly Licensed Professional Engineer
under the laws of the State of Minnesota
Mitchell Hoeft, PE
Registration No. 50850
February 1, 2024
524
This Page Left Blank Intentionally
525
Certification
GOLDV 153535 00 00 00 - 1
DOCUMENT 00 00 00
CERTIFICATION
I hereby certify that this specification was prepared by me or under my direct
supervision and that I am a duly Licensed Professional Engineer under the laws
of the State of Minnesota.
Mitchell Hoeft, PE
Date: February 1, 2024 Lic. No. 50850
Reviewed By: Eric Seaburg, PE
Date: February 1, 2024
526
This Page Left Blank Intentionally
527
CITY OF GOLDEN VALLEY, MINNESOTA
ADVERTISEMENT FOR BIDS
2024 Watermain Lining Project
City Improvement Project No. 23-17
Notice is hereby given that Online Bids will be received by the City of Golden Valley, Minnesota until
10:00 a.m., March 5, 2024, via QuestCDN for the furnishing of all labor and material for the
construction of the 2024 Watermain Lining Project. Major quantities for the Work include:
Description Quantity Unit
Remove Bituminous Street Pavement 453 SY
Granular Trench Backfill 698 TONS
Bituminous Street Patch 453 SY
6”-8” Watermain CIPP Lining 2025 LF
6”-8” DIP Watermain 246 LF
Install 6”-8” Gate Valve and Box 8 EA
Install Hydrant 3 EA
Hydromulch & Seed 90 SY
Virtual Bid Opening - Golden Valley, MN – 2024 Watermain Lining Project
Tuesday, March 5, 2024 10:00 AM - 10:30 AM (CST)
To Join the meeting:
+1-612-428-8778
Phone Conference ID: 661 241 175#
http://tiny.cc/2024WatermainLiningProj
The Issuing Office for the Bidding Documents is: Bolton & Menk, Inc. located at 2638 Shadow Lane,
Suite 200, Chaska, MN 55318, Mitchell Hoeft, PE – (952) 448-8838.
Complete digital project bidding documents are available at www.questcdn.com or www.bolton-
menk.com. You may view the digital plan documents for free by entering Quest project #8887234
on the website’s Project Search page. Documents may be downloaded for $30. Please contact
QuestCDN.com at 952-233-1632 or info@questcdn.com for assistance in free membership registration,
viewing, downloading, and working with this 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 dated February 1, 2024.
528
The Bidding Documents are available for viewing by appointment only. Please call the City of Golden
Valley Engineering Department at 763-593-3987 to schedule an appointment at the following location:
City of Golden Valley
Engineering Department
7800 Golden Valley Road
Golden Valley, MN 55427-4588
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 mi nimum 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. Befo re 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
529
H:\GVALLEY_CI_MN\0C1131707\3_Design\B_Specs\_02 - Table of Contents.DOCX
TABLE OF CONTENTS
CONTRACT DOCUMENTS
1. ADVERTISEMENT OF BIDS AB
2. INSTRUCTION TO BIDDERS IB
3. PROPOSAL FORM PF
4. AFFIDAVIT OF NON-COLLUSION AN-C
5. ACCEPTANCE OF LIQUIDATED DAMAGE RATE ALD
6. CERTIFICATE OF COMPLIANCE CC
7. RESPONSIBLE CONTRACTOR CERTIFICATION RCC
8. FORM OF CONTRACT FC
9. SPECIAL CONDITIONS SC
10. GENERAL CONDITIONS G
530
INSTRUCTIONS TO BIDDERS INDEX
PAGE
1. PRE-BID MEETING 1
2. EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF WORK 1
3. BID SECURITY 1
4. CONTRACT DOCUMENTS 1
5. PREPARATION OF PROPOSAL 2
6. CONDITIONS IN BIDDER’S PROPOSAL 2
7. INTERPRETATION OF ESTIMATES 2
8. DELIVERY OF PROPOSALS 3
9. REJECTION OF BIDS 3
10. WITHDRAWAL OF PROPOSALS 3
11. PUBLIC OPENING OF PROPOSALS 3
12. EVALUATION OF BIDS 3
13. DISQUALIFICATION OF BIDDERS 4
14. EQUIPMENT 4
15. SUPPLIERS AND SUBCONTRACTORS 5
16. FURNISHING OF EVIDENCE OF RESPONSIBILITY 5
17. REQUIREMENTS OF CONTRACT BOND 5
18. FAILURE TO EXECUTE CONTRACTS 5
19. AWARD OF CONTRACT 5
531
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 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 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
532
IB-2
• Instructions to Bidders
• Proposal Form
• Affidavit of Non-Collusion
• Acceptance of Liquidated Damage Rate
• Certificate of Compliance
• Responsible Contractor Certification Form
• Form of Contract
• Special Conditions
• General Conditions
• All documents required within any of the documents listed herein
including, but not limited to, all bonds and insurance required.
5. PREPARATION OF PROPOSAL
The Bidder shall state the prices for each item of work in the Online Bid
Worksheet.
The following items are required for a bid to be considered complete:
1. Completed Proposal Form
2. Five Percent Bid Security
3. Completed Contractor Questionnaire
4. Receipt of Addenda (if applicable), must be downloaded to submit
bid.
5. Affidavit of Non-Collusion
6. Acceptance of Liquidated Damage Rate
7. Employment Certificate of Compliance
8. Responsible Contractor Certification Form
9. Hourly Equipment and Labor Rates
10. Complete list of subcontractors working on this project, the
portion of the project they will be constructing and the value of
the work they are responsible for.
The Proposal shall be typed or printed in ink in the appropriate places. If the
Proposal is made by an individual, his name and post office address shall be
shown. If made by a firm or partnership, the name and post office address of
each member of the firm or partnership shall be shown. If made by a company
or corporation, the Proposal shall identify the name of the state formation of the
corporation or business, and names, titles and business addresses of the
President, Secretary and Treasurer. All bids from corporations shall bear the
official seal of the corporation; if the corporation does not have a corporate seal,
the bid must be signed by the president and the treasurer. This form must be
uploaded to QuestCDN when submitting your bid.
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
533
IB-3
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.
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 VirtuBid™
(vBid™). Only bids received through vBid™ 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 will review the completed Contractor Questionnaire, included within the
Proposal Form, to determine whether the Bidder has the practical knowledge,
experience, available personnel, equipment and financial resources for the timely
and professional completion of the work. The City also reserves the right to make
inquiries regarding past performance of any Bidder on previous contracts. The
object of this review and any other inquiries is to provide the City with the best
available information regarding the capabilities of the Bidder to complete the work
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.
534
IB-4
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 watermain lining project is necessary for
this complicated project. Therefore, the City will consider the quality and
experience of each Bidder in addition to the bid price.
A Bidder will not be considered for this project unless the Bidder receives a rating
of at least 10 points, as determined by the City, using the following system for
assigning points:
Experience constructing an urban watermain lining project
similar in size and functions within the last five years, to
the satisfaction of the City
5 points
➢ For each additional project qualifying under the
above category 1 point each
Experience of the assigned job superintendent in
supervising construction of an urban watermain lining
project while under traffic similar in size and functions
within the last five years, to the satisfaction of the City
5 points
➢ For each additional roadway supervised that
qualifies under the above category 1 point each
History of initiating change orders (not at the owner’s
request) that total more than 5% of the original bid within
the last five years
Deduct 2 points
for each confirmed project
History of complaints regarding completion deadlines or
the quality of the work of projects within the last five years
Deduct 2 points
for each confirmed project
The City may give partial credit for points depending upon the
nature of the projects.
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.
Failure to achieve a rating of 10 points or more as described in section 9 above
shall be sufficient cause to disqualify a Bidder for this project.
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.
535
IB-5
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, certified by a Certified Public Accountant, dated not more than sixty
(60) days prior to date of the opening of the Proposal which shall set forth
outstanding assets and liabilities in reasonable detail. The City may also require
the Bidder and its subcontractors to furnish a list of work of similar nature
performed with dates of completion thereof. The Bidder or subcontractor shall also
furnish any other additional information relative to financial respo nsibility 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.
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.
536
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:
537
Proposal Form
Contractor Questionnaire
PF-2
City of Golden Valley, Minnesota
2024 Watermain Lining Project
City Project No. 23-17
Bidders must file this Prospective Bidder Contractor Questionnaire by bid opening as
required in the Advertisement for Bids. This questionnaire is to be attached to the sealed
bid proposal.
The object of the questionnaire is not to discourage bidding or make it difficult for
qualified bidder to file bids, but is to make it possible for the City to have exact
information on the financial ability, personnel, equipment, past performance and
experience of the bidders involved prior to awarding the Contract. The City reserves the
right to require additional information before approving the award of the Contract to a
Contractor. This may be done to help qualify subcontractors for bidding to better
determine the contractor’s qualifications for bidding the work.
The contents of this questionnaire will be private until the City has completed the
selection process. At that time, all information will become public, except information
that qualifies as trade secret data under Minnesota Statutes Section 13.37.
If the City is not satisfied with the sufficiency of the answers to the questionnaire, it may
require additional information, including a financial statement, or it may determine that
the Bidder is unqualified to bid the project.
The Bidder must submit a full, complete and accurate statement. False information or
material omission will be grounds for disqualifying the Bidder.
STATEMENT OF BIDDER QUALIFICATIONS
1. Name of Bidder:
Type of Contractor:
2. Bidder Address:
3. Date of Organization:
4. State of Organization:
5. How many years has Bidder been engaged in the contracting business under the
present name?
6. Contracts on hand (attach a list of present contracts, including the nature of the work,
a schedule as to estimated completion date and gross amount of each contract).
7. General character of the work performed by Bidder:
538
Proposal Form
Contractor Questionnaire
PF-3
8. Has Bidder ever failed to complete any work awarded to it?
Yes ____ No ____ If yes, attach a statement explaining where and why.
9. Has Bidder ever defaulted on a contract?
Yes ____ No ____ If yes, attach a statement explaining where and why.
10. Attach a list of the larger, more relevant projects completed by Bidder, including
the kind of work and approximate cost.
11. Attach a list of the major equipment that Bidder has available and the hourly
rates for each piece (list whether equipment prices are with or without operator).
12. Attach a statement of Bidder’s experience in the construction of work similar
in scope to this project.
13. Furnish written evidence, preferably from banks of Bidder’s available credit.
14. Submit a signed statement from Bidder’s bonding company, establishing the
bonding capacity for the firm.
15. Experience Requirements:
Bidder’s company, project superintendent and job site forem an must all have
successful construction experience on one qualifying project within the five (5)
years prior to the bid opening date.* A qualifying project is a trenchless utility
project with a minimum engineer’s estimate of one million dollars.
* The following meet the experience requirements: Acquisition of a company with
relevant successful experience within the five (5) years prior to the bid opening
date by the bidder; a company in existence for less than five (5) years that
meets the minimum experience requirements for the project superintendent and
job site foreman.
539
Proposal Form
Contractor Questionnaire
PF-4
(Qualifying project must be a trenchless utility project with a minimum engineer’s estimate of one million dollars)
540
Proposal Form
Contractor Questionnaire
PF-5
1 Additional Qualifying Project Name (1 pt)
2 Project Number
3 Describe the work completed on this project
3 Final Project Cost
4 Total Value of Change Orders Initiated by Contractor
5 Total Percentage of above Change Orders to Original Contract Amount
6 Contract Completion Date
7 Actual Completion Date
8 If work was not completed by Contract Completion Date explain reason
9 Owner's Representative
Agency
Telephone
Email
1 Project Supervisor Name
2 How long has the Supervisor been in current position?
3 Name of qualifying project supervised (5 pts)
4 Project Number of project supervised
5 Description of Project
6 Owner's Representative
Agency
Telephone
Email
1 Name of qualifying project supervised (1 pt)
2 Project Number of project supervised
3 Description of Project
4 Owner's Representative
Agency
Telephone
Email
1 Name of qualifying project supervised (1 pt)
2 Project Number of project supervised
3 Description of Project
4 Owner's Representative
Agency
Telephone
Email
Experience of Assigned Supervisor for this project
541
Proposal Form
Contractor Questionnaire
PF-6
Subcontractor Name Contract Name Value of Work Major Work Items
542
Proposal Form
Contractor Questionnaire
PF-7
Certified as true and correct this ______ day of , 20__.
____________________________________
(Company Name)
____________________________________
(Authorized Signature)
____________________________________
(Title)
____________________________________
(Signer Printed Name)
543
Proposal Form
PF-8
Line
No. Description
Notes Unit Est.
Qty
1 MOBILIZATION LUMP SUM 1.0
2 TRAFFIC CONTROL LUMP SUM 1.0
3 PORTABLE PRECAST CONCRETE BARRIER WITH FENCING (P) LIN FT 665.0
4 TEMPORARY WATER SERVICE LUMP SUM 1.0
5 GRAVEL DRIVEWAY RAMPS EACH 21.0
6 REMOVE HYDRANT EACH 2.0
7 REMOVE VALVE EACH 2.0
8 REMOVE & SALVAGE VALVE EACH 4.0
9 REMOVE CONCRETE CURB & GUTTER (P) LIN FT 65.0
10 REMOVE WATERMAIN (P) LIN FT 239.0
11 REMOVE COPPER SERVICE PIPE (P) LIN FT 8.0
12 SAWING BITUMINOUS PAVEMENT (P) LIN FT 424.0
13 REMOVE BITUMINOUS STREET PAVEMENT (P) SQ YD 453.0
14 SAWING CONCRETE PAVEMENT (P) LIN FT 22.0
15 REMOVE BITUMINOUS DRIVEWAY PAVEMENT (P) SQ YD 21.0
16 REMOVE CONCRETE DRIVEWAY PAVEMENT (P) SQ YD 6.0
17 REMOVE CONCRETE WALK (P) SQ YD 17.0
18 SALVAGE STREET NAME SIGN EACH 1.0
19 REMOVE 6' WOODEN PRIVACY FENCE LUMP SUM 1.0
20 BITUMINOUS STREET PATCH (INCLUDING BASE MATERIAL) (P) SQ YD 453.0
21 BITUMINOUS DRIVEWAY PATCH (INCLUDING BASE MATERIAL) (P) SQ YD 21.0
22 6" CONCRETE DRIVEWAY (INCLUDING BASE MATERIAL) (P) SQ YD 6.0
544
Proposal Form
PF-9
Line
No. Description
Notes Unit Est.
Qty
23 4" CONCRETE WALK (INCLUDING BASE MATERIAL) (P) SQ YD 17.0
24 6" GATE VALVE & BOX EACH 4.0
25 INSTALL SALVAGED 6" GATE VALVE & BOX EACH 3.0
26 INSTALL SALVAGED 8" GATE VALVE & BOX EACH 1.0
27 HYDRANT EACH 3.0
28 6" DIP WATERMAIN (OPEN CUT) (P) LIN FT 179.0
29 8" DIP WATERMAIN (OPEN CUT) (P) LIN FT 67.0
30
6" CIPP PRESSURE RATED LINER (CLEANING & CCTV
INCIDENTAL) LIN FT 1837.0
31
8" CIPP PRESSURE RATED LINER (CLEANING & CCTV
INCIDENTAL) LIN FT 188.0
32 CONNECT TO EXISTING WATERMAIN (P) EACH 21.0
33 CONNECT TO EXISTING SERVICE (P) EACH 2.0
34 CIPP INSTALLATION PITS (SHORING INCLUDED) (P) EACH 12.0
35 ROBOTICALLY REINSTATE RESIDENTIAL SERVICE LATERALS EACH 22.0
36 2" COPPER PIPE (P) LIN FT 4.0
37 1" COPPER PIPE (P) LIN FT 4.0
38 1" CORPORATION STOP (P) EACH 1.0
39 2" CORPORATION STOP (P) EACH 1.0
40 DUCTILE IRON FITTINGS (P) POUND 1209.0
41 GRANULAR TRENCH BACKFILL (P) TON 698.0
42 CONCRETE CURB & GUTTER (P) LIN FT 65.0
43 INLET PROTECTION EACH 13.0
44 SEDIMENT CONTROL LOGS LF 40.0
545
Proposal Form
PF-10
Line
No. Description
Notes Unit Est.
Qty
45 6' WOODEN PRIVACY FENCE LUMP SUM 1.0
46 INSTALL STREET NAME SIGN EACH 1.0
47 MACHINE SLICED SILT FENCE LF 118.0
48 HYDROMULCH & SEED (P) SQ YD 90.0
49 TOPSOIL BORROW (6") (P) CU YD 15.0
NOTES:
(P) Planned quantity basis of measurement
546
Proposal Form
PF-11
Accompanying this proposal is the Bid Security, which under the contract documents, is
subject to forfeiture in the event of default by the undersigned.
In submitting this proposal, the undersigned acknowledges that the City reserves the right
to reject any or all proposals and to waive informalities.
This proposal may not be withdrawn after the opening of proposals, and shall be subject to
acceptance by the City for a period of forty-five (45) calendar days from the opening thereof.
If Bidder is a corporation or company, provide the State of incorporation:
If Bidder is a partnership, state full name of all co-partners:
Proposal Submitted by (please print):
Company Name: Telephone:
Address: Date:
City, State, Zip:
Email Address for Contact Person:
By:
Title:
By:
Title:
547
Rev. 02/11 AN-C-1
AFFIDAVIT AND INFORMATION
REQUIRED OF BIDDERS
AFFIDAVIT OF NON-COLLUSION:
I hereby swear or affirm under penalty of perjury:
1. That I am the Bidder (if the bidder is an individual), a partner in the Bidder (if the
Bidder is a partnership), or an officer or employee of the bidding corporation or
company having authority to sign on its behalf (if the Bidder is a corporation or
company).
2. That the attached bid or bids have been arrived at by the Bidder
independently, and have been submitted without collusion and without any
agreement, understanding, or planned common course of action with any
other vendor of materials, supplies, equipment or services described in the
invitation to bid, designed to limit independent bidding or competition.
3. That the contents of the Bid or Bids have not been communicated by the Bidder or
its employees or agents to any person not an employee or agent of the Bidder or
its surety on any bond furnished with the Bid or Bids, and will not be communicated
to any such person prior to the official opening of the Bid or Bids; and
4. That I have fully informed myself regarding the accuracy of the statements
made in this affidavit.
Signature
Firm Name
Subscribed and sworn to before me
on this _____ day of , 2024.
Notary Public. My Commission expires:
Bidder Employee Identification Number:
(Number used on Employer Quarterly Federal Tax Return,
U.S. Treasury Department Form No.941)
548
H:\GVALLEY_CI_MN\0C1131707\3_Design\B_Specs\_06 - Accep Liquidated Damage Rate.DOCX ALD-1
ACCEPTANCE OF LIQUIDATED DAMAGE RATE
Due to the difficulty of proving damages caused by not completing this project within the
specified times, the undersigned company (“Contractor”) agrees that the amounts listed
below (the “Liquidated Damages”) are appropriate and fair amounts for actual damages.
Contractor hereby stipulates that the Liquidated Damages shall apply in the event that
the contract work is not completed within the specified times as outlined here and in the
Special Provisions:
Failure to have all of the required work completed by the substantial
completion date shall result in the City charging the Contractor, and
withholding from any monies due, liquidated damages in the amount of
$500 per calendar day until all work is completed.
Liquidated damages as described here shall be withheld from money due to the
Contractor when Work is not completed within the Contract time.
Company Name:
Date:
By:
Title:
549
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
550
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
551
FC - 1
CONTRACT NO. 23-17
AGREEMENT FOR THE 2024 WATERMAIN LINING PROJECT
PROJECT NO. 23-17
THIS AGREEMENT (this “Agreement”), entered into the 19th day of March, 2024
between the City of Golden Valley (the “City”), a municipal corporation, existing under the
laws of the State of Minnesota, and Northdale Construction Company, Inc., 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
the 2024 Watermain Lining Project (23-17) (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.
552
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 $864,667.44, 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 $864,667.44
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 Northdale Construction Company, LLC, and the City does not assume and shall not
have any responsibility for the allocation of payments or obligations of the Contractor
to third parties.
ARTICLE 8. Cancellation Prior to Execution. The City reserves the right, without
liability, to cancel the award of the Contract at any time before the execution of the
Contract by all parties.
ARTICLE 9. Special Assessment Contingency. Not applicable.
ARTICLE 10. Termination. The City may by written notice terminate the Contract, or
any portion thereof, when (1) it is deemed in the best public, state or national interest to
do so; (2) the Special Assessment contingency has not been met; (3) the City is unable
to adequately fund payment for the Contract because of changes in state fiscal policy,
regulations or law; or (4) after finding that, for reasons beyond Contractor’s control,
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
553
FC - 3
completed items or units of Work will be made in accordance with the Contract
Documents.
Termination of the Contract or any portion thereof shall not relieve Contractor of
responsibility for the completed Work, nor shall it relieve Contractor’s Sureties of their
obligations for and concerning any just claims arising out of the Work.
IN WITNESS WHEREOF, both parties hereto have caused this Contract to be signed
on their respective behalves by their duly authorized offices and their corporate seals to
be hereunto affixed the day and year first above written.
THE CITY OF GOLDEN VALLEY, MINNESOTA
BY
Roslyn Harmon, Mayor
BY
Noah Schuchman, Interim City Manager
CONTRACTOR
BY
ITS
554
SPECIAL CONDITIONS
TABLE OF CONTENTS
SC-i
PAGE
1. GENERAL: ....................................................................................................................... 1
2. PROJECT DESCRIPTION: ............................................................................................... 1
3. QUALIFICATIONS OF BIDDER: ...................................................................................... 1
4. STARTING AND COMPLETION TIME: ............................................................................ 2
5. SCHEDULE AND CONSTRUCTION PHASING: .............................................................. 3
6. SPECIFICATIONS WHICH APPLY: ................................................................................. 3
7. REFERENCE: ................................................................................................................... 4
8. PRE-CONSTRUCTION CONFERENCE: .......................................................................... 4
9. CONSTRUCTION MEETINGS: ......................................................................................... 5
10. SUPERVISION OF WORK: ............................................................................................... 5
11. EMERGENCY CONTACTS:.............................................................................................. 6
12. RESIDENT PROJECT REPRESENTATIVE: .................................................................... 6
13. SITE CONDITIONS: .......................................................................................................... 6
14. MAINTENANCE OF EXISTING CITY UTILITIES: ............................................................. 6
15. CONSTRUCTION STAKING: ........................................................................................... 6
16. QUALITY CONTROL AND QUALITY ASSURANCE TESTING: ...................................... 7
17. PROJECT ACCESS AND STAGING AREA: .................................................................... 7
18. UTILITY CONFLICTS: ...................................................................................................... 7
19. EASEMENTS AND PERMITS: ......................................................................................... 8
20. MEASUREMENT AND PAYMENT: .................................................................................. 9
21. RESPONSIBILITY FOR DAMAGE CLAIMS (1714): ........................................................ 9
22. MOBILIZATION (2021): ...................................................................................................10
23. REMOVALS AND SALVAGES (2104): ...........................................................................10
24. SAWING CONCRETE AND BITUMINOUS PAVEMENT (2104): .....................................11
25. EXCAVATION AND EMBANKMENT (2105): ..................................................................12
26. CONTAMINATED AND DEBRIS-IMPACTED SOIL: .......................................................13
27. WATER USE ON PROJECT (2130): ...............................................................................15
28. AGGREGATE BASE (2211): ...........................................................................................16
29. PLANT MIXED BITUMINOUS MIXTURES (2360): ..........................................................16
30. PIPE BEDDING (2451): ...................................................................................................17
31. PIPE SEWERS (2503): ....................................................................................................17
32. WATER MAIN CONSTRUCTION (2504): ........................................................................17
33. 1” CORPORATION STOP (2504): ...................................................................................18
34. 2” CORPORATION STOP (2504): ...................................................................................18
555
SPECIAL CONDITIONS
TABLE OF CONTENTS
SC-ii
35. RECONNECT WATER SERVICE (2504): ........................................................................19
36. TEMPORARY WATER SYSTEM: ....................................................................................19
37. INSTALL HYDRANT (2504): ...........................................................................................20
38. FIRE HYDRANT MARKERS (2504): ...............................................................................20
39. CONNECT TO EXISTING WATER MAIN (2504): ............................................................20
40. INSTALL GATE VALVE AND BOX (2504): .....................................................................20
41. DUCTILE IRON FITTINGS (2504): ..................................................................................21
42. WALKS (2521): ................................................................................................................21
43. CONCRETE CURB AND GUTTER (2531): .....................................................................22
44. TRAFFIC CONTROL AND MAINTENANCE (2563): .......................................................22
45. INSTALL SALVAGED SIGNS (2564): .............................................................................23
46. EROSION AND SEDIMENTATION CONTROL (2573): ...................................................23
47. TURF ESTABLISHMENT (2575): ....................................................................................24
48. 6’ WOODEN PRIVACY FENCE .......................................................................................26
49. RESTORATION: ..............................................................................................................26
50. CURED-IN-PLACE-PIPE (CIPP) – POTABLE (WATERMAIN): ......................................26
51. PROCEDURES IN THE EVENT OF A SEWAGE SPILL: ................................................38
556
SC-1
SPECIAL CONDITIONS
CITY OF GOLDEN VALLEY
FOR
CITY PROJECT NO. 23-17
2024 Watermain Lining Project
BID OPENING: March 5, 2024
10:00 am CST
1. GENERAL:
Instructions to Bidders and General Conditions as embodied in these Contract
Documents shall apply except as modified or supplemented in these Special
Conditions.
2. PROJECT DESCRIPTION:
The contract Work includes for the Cured-In-Place-Pipe (CIPP) Lining of the
watermain in Golden Valley with the following limits:
▪ 2024 Watermain Lining Project (interception of Brunswick Ave N and Kenneth
Way east to Adair Ave N, south to the intersection of Duluth Ln and Adair Ave
N west to the intersection of Brunswick Ave N and Duluth Ln as well as from
the intersection of Adair Ave N to Bassett Creek.)
The Work will include, but is not limited to, the following:
Installation of approximately 2,000 Linear Feet of CIPP watermain lining
and other miscellaneous tasks to fully rehabilitate the existing watermain
along Kenneth Way, Adair Ave N, Duluth Ln and Duluth St.
See the plans for more detailed information on the scope of the project.
3. QUALIFICATIONS OF BIDDER:
Bidders are required to submit evidence that they have practical knowledge of the
particular work bid upon, and that they have the financial resources to complete the
proposed Work. Failure on the part of any Bidder to carry out previous contracts
satisfactorily or any bidder’s lack of experience or equipment necessary for the
satisfactory and timely completion of this Project may be deemed sufficient cause
for disqualification of said Bidder.
Please refer to Instructions to Bidders and Contractor’s Questionnaire regarding
other Bidder Qualification Requirements. Bidders who will require more than
seventy five percent (75%) of the Work value to be performed by subcontractors will
be deemed unqualified to perform the Work. Bidder must submit subcontractor list
with their anticipated items of work and value.
557
SC-2
4. STARTING AND COMPLETION TIME:
Contractor shall furnish all required bonds and insurance within one (1) week of the
award of the Contract by the Golden Valley City Council. Work shall begin within
one week following the issuance of the Notice to Proceed but not prior to
school being released for the summer on May 24th, 2024.
All Work under this Contract must be Substantially Completed no later than August
30, 2024 (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
September 30, 2024 (the "Contract Time"). Contractor shall prosecute the Work
continuously and effectively, with the least possible delay, to the end that all Work
is completed within the Contract Time.
The City is entitled to damages for failure of the Contractor to complete the Work
within the Contract Time. In view of the difficulty in making a precise determination
of actual damages incurred, the City will assess a daily charge not as a penalty but
as liquidated damages to compensate the City for additional costs incurred.
Failure to substantially complete the Work by the Contract Time shall result
in the City charging Contractor, and withholding any monies due as liquidated
damages, the amount of $500 per calendar day until all Work is completed.
If Contractor is delayed for any reason in the commencement or performance of the
Work, to the extent such delay will prevent the Contractor from completing the Work
(or any portion thereof) within the Contract Time, Contractor’s sole remedy for such
delay shall be an extension of the Contract Time. All such extension requests shall
be made according to the requirements and procedures set forth in Division I, 1806
(Determination and Extension of Contract Time) and 1403 (Notification for Contract
Revisions) of the MnDOT shall apply, except as modified or supplemented in these
Special Conditions.
Without limiting the foregoing, if a conflict arises with existing private utilities during
the commencement or performance of the Work, Contractor shall proceed 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.
After Substantial Completion, if Contractor shall neglect, refuse, or fail to
complete the remaining Work within the Contract Times (as duly adjusted
pursuant to the Contract) for completion and readiness for final payment,
Contractor shall pay Owner $500 for each day that expires after such time until
the Work is completed and ready for final payment.
558
SC-3
5. SCHEDULE AND CONSTRUCTION PHASING:
Contractor shall schedule its work to minimize inconvenience to residents.
Working hours for this project shall be limited to 7:00 a.m. to 7:00 p.m., Monday
through Saturday, except as otherwise stated in the Contract Documents, unless
approved in writing by the City Engineer. Contractor shall schedule its work to
comply with this requirement.
Contractor shall perform some Work at times other than those indicated if
the Engineer deems it is in the best interest of the City and the property
owners affected. No claims for extra compensation will be considered for
complying with this requirement.
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 and schedule:
A. Installation of temporary water conveyance for residents who will be
impacted by the watermain improvements and as shown in the plans,
pre-line cleaning of the watermain, and Cured-In-Place-Pipe (CIPP)
lining of the watermain. Once the traffic control is in place or existing
pavement is removed on a street, work must proceed in a continuous
manner until it is completed. Work to pre-dig/measure the existing
watermain’s inside diameter does not initiate the phasing duration below.
B. Completion of the Project by the specified milestones:
a. Upon completion of underground utility work on any phase, all pavement
restoration must be complete within 14 calendar days. Contractor shall
pay Owner $300 for each day that expires after the time for achievement
of this Milestone until it is achieved.
b. Upon completion of pavement restoration on any phase, all turf
restoration must be complete within 14 calendar days. Contractor shall
pay Owner $200 for each day that expires after the time for achievement
of this Milestone until it is achieved.
C. Once Contractor has installed the CIPP watermain liner and has post-
televised the segments, Contractor must allow three (3) days in each area
for the Engineer to review televising before the wear course is placed. If
the CIPP Lining is found to have defects or not be properly installed,
the Contractor shall remove the failed CIPP liner and reinstall a new
CIPP liner for no additional compensation.
6. SPECIFICATIONS WHICH APPLY:
The Specifications which apply to the Work shown in the Plans shall be as follows:
559
SC-4
A. These Special Conditions.
B. Standard Utilities Specifications for Watermain and Service Line
Installation, Sanitary Sewer and Storm Sewer Installation, and Trench
Excavation and Backfill/Surface Restoration, Revised 2018, as prepared
by the City Engineers Association of Minnesota (CEAM) and published by
the League of Minnesota Cities, St. Paul, Minnesota, except as modified
or supplemented in these Special Conditions. Copies of the Standard
Utilities Specifications are available from the Minnesota Society of
Professional Engineers by calling 651.292.8860, or from the CEAM
website at http://ceam.org/.
C. Division I, 1507 (Utility Property and Service) and Division I, 1512
(Unacceptable and unauthorized work) of the MnDOT Specification shall
apply, except as modified or supplemented herein.
D. Division II (Construction Details) and Division III (Materials) of the MnDOT
Specification shall apply, except as modified or supplemented herein.
7. REFERENCE:
All references in the Specifications and Special Conditions to “MnDOT
Specification” are intended to mean the Minnesota Department of Transportation’s
“Standard Specifications for Construction,” 2020 Edition, and its supplements. All
reference therein to the State, the Department, the Department of Transportation of
the State of Minnesota and the Commissioner shall be read as reference to the City.
8. PRE-CONSTRUCTION CONFERENCE:
Prior to the beginning of construction operations, a pre -construction conference
shall be held, and shall be attended by the authorized representatives of the City,
the Engineer in charge of the Project, utility companies and persons of the
contracting firm or firms who will have direct responsibility for workmanship and/or
materials used on the Project. The conference will disclose all aspects for execution
and schedule of the Work. Agreement on any and all questionable measurements,
materials, methods or other matters shall be made at this conference.
Contractor shall submit the following at the preconstruction conference:
▪ Critical path phasing plan and schedule, which details all controlling
operations. This shall be submitted a minimum of one (1) week before
the pre-construction conference.
▪ General project contact information including emergency contacts
▪ Subcontractor list (discussed under Section 3 of these Special Conditions)
▪ Material supplier list
▪ Shop drawings/Submittals
▪ Traffic Control plan
560
SC-5
9. CONSTRUCTION MEETINGS:
Contractor shall be required to attend weekly construction meetings scheduled for
a time and day, as determined during the pre-construction conference, at Golden
Valley City Hall. A decision whether weekly meetings will be conducted in-person
or virtually will be made prior to the start of construction.
Contractor must submit the following at each meeting:
▪ A two-week Critical Path schedule of work bar graph/Gantt chart showing
the two-week work plan
▪ The overall project schedule
▪ Erosion Control Inspection Forms (see Erosion & Sedimentation Control
Section in these Specifications)
▪ Written documentation of performed street sweeping (see Erosion &
Sedimentation Control Section in these Specifications)
▪ A written request for any extra work
The Project Schedule information will be included in a newsletter distributed to
residents in the Project area updating them of the progress and expected
construction sequencing. Failure to submit an approved, detailed Critical Path
Schedule as required shall result in the City withholding any monies due.
In the event delays are experienced on the Project due to weather or
conflicts with private utility company facilities, Contractor’s schedule must
detail extra efforts to put the construction back on schedule.
10. SUPERVISION OF WORK:
Contractor shall provide a competent, reliable Superintendent to be present at all
times when Work is in progress in accordance with Section 1506 of the MNDOT
Standard Specifications for Construction and as modified herein.
The Superintendent must be the full-time person identified in the Contractor
Questionnaire with the Proposal, and shall act as Contractor’s representative and
supervise all of Contractors and subcontractors forces through all phases of
operations of the Work. Contractor shall not replace the Superintendent without
written authorization by the Engineer.
The Superintendent shall not change with phases of the Work nor shall a
subcontractor’s superintendent act as the Contractor’s Superintendent. Additionally,
the Superintendent shall not be a working foreman of the Contractor or
subcontractor.
The Superintendent shall have the authority to represent the Contractor in all issues
that may arise during execution of the Work, and to obtain all the equipment and
manpower needed to perform the Work as outlined in the Plans and as directed by
the Engineer. All orders from the Engineer shall be directed to the Contractor
through the Superintendent.
561
SC-6
11. EMERGENCY CONTACTS:
Contractor shall provide the City, at or before the pre-construction conference, with
a list of emergency contacts. This list shall include a telephone number to contact
the Project superintendent 24-hours a day until all of the Work is completed, as well
as additional 24-hour emergency contacts for all subcontractors.
12. RESIDENT PROJECT REPRESENTATIVE:
The Engineer shall designate an Inspector for this project. The Inspector shall have
the same authority as that specified for the Inspector in MnDOT Specification 1510
and the General Conditions of these Specifications. The Contractor must direct all
requests for extra compensation, or changes in scope or character of the Work
through the Inspector to the Engineer. Failure to direct such initial requests may be
cause for rejection of the request.
In order to ensure all communication to residents on this proje ct 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.
13. SITE CONDITIONS:
Contractor shall be required to keep the Project site in a clean, orderly condition at
all times. Littering of cans, bottles or other garbage/deb ris will not be tolerated.
Contractor shall submit a plan to the Engineer for approval, for debris and waste
disposal within the Project area. It shall include, but not be limited to, providing a
dumpster for debris and waste materials.
No removal items, spoil or aggregate piles will be allowed within rights-of-way
overnight except by express, written consent of the Engineer. In the event piles
are left in the rights-of-way at the end of the day, the City may, at its discretion
and without prior notification to Contractor, remove all piles with its own or
contracted forces. All costs associated with such removal shall be billed to
Contractor or withheld from monies due.
14. MAINTENANCE OF EXISTING CITY UTILITIES:
Contractor shall be responsible for keeping all utilities clean during construction
including but not limited to gate valve stacks, utility lines, and manholes .
15. CONSTRUCTION STAKING:
The City, or its representative, will not be providing construction stakes for this
project.
562
SC-7
16. QUALITY CONTROL AND QUALITY ASSURANCE TESTING:
Contractor shall be responsible for quality control testing in accordance with the
current Schedule for Material Testing found on the MnDOT website
http://www.dot.state.mn.us/materials/lab.html., as amended in these
Specifications. All costs for such testing shall be included in the unit prices for the
items to be tested.
All testing must be done by a laboratory experienced with the testing procedures
required by MnDOT and approved by the Engineer. Certification of such experience
shall be submitted to the Engineer at the pre-construction conference.
Contractor shall also cooperate with the Engineer in collecting companion samples
in accordance with MnDOT Specifications to verify Contractor’s test results.
Collecting companion samples shall be considered incidental for which no direct
compensation shall be made. The City will be responsible for testing such samples
provided by Contractor at its cost. The Engineer shall contact Contractor so he may
be represented during sampling, and assist as necessary.
17. PROJECT ACCESS AND STAGING AREA:
Construction traffic access to the Project areas shall be limited to City streets within
this project, and federal, state and county highways and City streets as approved
by the Engineer, or as otherwise noted in the plans.
The use of other non-designated routes shall be cause for ticketing. This
requirement shall not waive Contractor’s obligation to comply with existing statutes,
local ordinances, or any other existing laws; nor shall it waive the governing authority
from assigning penalty for violating such statutes, ordinances or laws.
Construction staging area to be submitted and approved by the City. This
requirement shall not waive Contractor’s obligation to comply with existing statutes,
local ordinances or any other existing laws; nor shall it waive the governing authority
from assigning penalty for violating such statutes, ordinances or laws.
Upon request, the City will provide a safe/protected area within city facilities to park
equipment or materials needed to complete the project. It is not anticipated that
material and equipment staging will be allowed within the project area during
construction.
No extra compensation will be allowed for extra construction
costs due to these restrictions.
18. UTILITY CONFLICTS:
In order to minimize inconvenience to adjacent property owners and expedite the
Project, Contractor shall be expected to coordinate its efforts with the private utility
companies so the Work can be done in a timely manner. Contractor shall schedule
or redirect its Work to ensure that utility company relocates, installations and/or
563
SC-8
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.
Utility company contacts for this Project are:
AT&T - Jerry Streeter .................................................................. (612.248.8674)
CenterPoint Energy - Amir Fazlovic ........ amir.fazlovic@centerpointenergy.com
Comcast - McClay Lyford ............................................................ (651.925.6372)
Lumen - Randall Olson................................................randall.olson@lumen.com
MCI/Verizon - Andrew Frette ........................................................ (612.919.1751)
Xcel Energy - Dave Fitch ............................................................. (612.630.4127)
Xcel Energy (Lighting Division) - Damon Erickson ...................... (651.229.2480)
Zayo Group - Steve Senger ........................................................ (612.210.8037)
It is anticipated that some facilities will be in conflict with the Work on this project
that Contractor will be expected to guard and protect these facilities. No claims
for extra compensation to perform the Work in accordance with the Plans
that are due to conflicts with in-place utilities shall be considered. Likewise,
no claim for delays due to conflicts with in-place utilities shall be considered.
(Also see Special Conditions Section 4 with regard to utility company
requirements)
19. EASEMENTS AND PERMITS:
The City shall work to obtain all required permanent and temporary easements and
permits for this project with the exception of the following:
A. Contractor shall obtain a Right-of-Way Permit from the City. Contractor shall
comply with all terms and requirements of the permits. No additional permit
fees or securities will be required to obtain these permits over the Contract
Performance and Payment Bonds required in Section VI, Item 18
“Requirements of Contract Bond” of the General Conditions of this Contract.
B. Contractor shall obtain a Stormwater Management Permit from the City.
Contractor shall comply with all terms and requirements of the permits. No
additional permit fees or securities will be required to obtain these permits over
the Contract Performance and Payment Bonds required in Section VI, Item 18
“Requirements of Contract Bond” of the General Conditions of this Contract.
564
SC-9
The City will obtain the following permits:
A. Department of Health permit for water main replacement work. Contractor
shall be required to fulfill all requirements of this permit.
B. County Right-of-Way Permit from Hennepin County for work along Duluth
Street. Contractor shall be required to fulfill all requirements of this permit.
C. Highway Right-of-Way Permit from MnDOT for detour signage in MnDOT
right-of-way. Contractor shall be required to fulfill all requirements of this
permit.
20. MEASUREMENT AND PAYMENT:
Payment for all items shall be by the unit price bid.
Items on the Proposal Form have been listed in a logical order. However, items
from any section may be used for like work on any part of this project, not only the
section they are listed under. No claims for additional compensation for use of an
item for work under a different section will be considered.
Measurement for all items not specifically described in these Specifications shall be
done in accordance with MnDOT Standard Specifications.
Contractor shall submit all final quantities to the City within one month after wear
course paving. Should Contractor’s final quantities not be submitted within the
required time, it shall be understood that the City’s Quantities f or 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.
Payment for all excavation, shoring, reconnection, and restoration type items
shall not exceed planned quantity. In an effort to keep disturbance limits as
tight as possible, the contractor shall not request payment exceeding the
provided quantities for these work items. The contractor should work to keep
excavation limits tight and should build any additional costs that may be
incurred into the unit price/quantity for these respective item bid. This
includes removals, saw cuts, piping materials, backfill, bituminous/concrete
patching, curb and gutter, sidewalk, etc… No additional compensation will be
provided for Contractors disturbing areas larger than those provided in the
project plans.
21. RESPONSIBILITY FOR DAMAGE CLAIMS (1714):
The provisions of MnDOT Specification 1714 are supplemented as follows:
565
SC-10
Contractor must have the City of Golden Valley, and Bolton & Menk, Inc.
named as additional insureds on any insurance coverage Contractor is
required to provide.
22. MOBILIZATION (2021):
The lump sum for mobilization is to include all aspects of work in accordance with
MnDOT Specification 2021, for the base bid.
23. REMOVALS AND SALVAGES (2104):
The unit price bid for all items designated for removal shall include disposal at a site
selected by Contractor and approved by the Engineer. Items designated to be
removed must be loaded and taken from the Project area as they are removed. In
no case will removal items be allowed to remain on the Project overnight
without written consent of the Engineer. Failure to comply with this requirement
may result in the City withholding all money due until removal items have been
disposed of off the Project.
Contractor shall salvage all items designated to be reused on this project as directed
by the Engineer. The City has no areas contiguous to the Project for stockpiling
salvaged bituminous pavement. Items damaged by the Contractor that are
designated to be salvaged shall be replaced at the Contractor’s expense.
If there are existing mailboxes that must be removed to construct the Project,
Contractor shall salvage and reset them at the end of the Project. During the Project,
Contractor must provide a temporary bank of mailboxes to allow mail delivery by the
U.S. Postal Service. Contractor shall coordinate the temporary mailbox locations
with the local post office. These locations shall also be approved by the Engineer.
The temporary mailbox bank shall be considered incidental to the pavement removal
bid items.
Remove Bituminous Street Pavement and Remove Bituminous Driveway Pavement
shall be measured by square yard (SQ YD) and shall be compensated in full for the
removal and disposal of pavement. Pavement designated to be removed shall be
disposed of by Contractor at a site selected by Contractor and approved by the
Engineer.
Remove Concrete Walk and Remove Concrete Driveway Pavement shall be
measured by square yard (SQ YD) and shall be compensated in full for the removal
and disposal of pavement. Pavement designated to be removed shall be disposed
of by Contractor at a site selected by Contractor and approved by the Engineer.
Any existing sign (Type C or Street Name) that the engineer deems to be in direct
conflict with the planned excavation area shall be salvaged and reinstalled at the
end of the disturbance for the unit bid price each.
566
SC-11
The unit bid prices for Remove Watermain shall also include the removal of water
main fittings including, but not limited to, tees, bends, and elbows and will be
compensated per linear foot of watermain removed (any size).
The unit bid prices for Remove Copper Service Pipe shall also include the removal
of water main fittings including, but not limited to, tees, bends, and elbows and will
be compensated per linear foot of pipe removed (any size).
The unit price bid for Abandon Valve shall be compensation in full for removal of
the top section of the valve near the surface, filling the void with sand, and
compacting for preparation of the bituminous street patch.
The unit bid price for Hydrant Removal shall be considered compensation in full to
remove each hydrant and store in an area designated by the Engineer for 48
hours to allow city staff to remove parts from the hydrants before they are
removed.
The unit bid price to Remove Gate Valve and Box shall be considered
compensation in full to remove all sizes of gate valves, including hydrant auxiliary
valves, and valve boxes.
The unit bid price to Salvage Gate Valve and Box shall be considered
compensation in full, including labor and materials, to protect, remove, and store
each gate valve designated to be salvaged.
The lump sum bid price to Remove 6’ Wooden Privacy Fence shall be considered
compensation in full, including labor and materials, to remove and dispose of the
existing privacy fence
24. SAWING CONCRETE AND BITUMINOUS PAVEMENT (2104):
Sawing concrete and bituminous pavements shall be compensated for at the unit
price bid for actual length of pavement sawed.
Sawing shall be paid for one time only. Contractor shall be required to take all
precautions necessary to ensure that pavement is removed cleanly along all saw
cut joints. Any re-sawing of bituminous or concrete pavements deemed necessary
by the Engineer shall be done at Contractor’s expense. Prior to restoration, the
contractor may be required to perform additional saw-cuts or clean up existing cuts
to ensure a clean transition between the existing pavement and the restored
pavement areas. Any additional saw-cutting required to provide clean restoration
lines will be incidental.
Sawing at curb replacement locations shall be incidental to curb removal and will
not be measured and paid for separately under this item.
567
SC-12
Bituminous saw cuts at match points with existing pavements shall be performed
immediately prior to placement of bituminous wear course.
Concrete dust shall be swept up immediately after sawcutting concrete
pavement/panels.
25. EXCAVATION AND EMBANKMENT (2105):
The excavation and embankment shall be constructed in accordance with the
Provisions of Section 2105, MnDOT Specification, except as modified herein.
Excavation and disposal of the material from utility excavations shall be incidental
to the CIPP Installation Pits bid item. The excavations from the pipe to the subgrade
shall be backfilled with imported granular material.
A. Select Granular (2105): Select Granular Borrow shall be used for the
Granular Trench Backfill bid item and conform to the requirements of
MnDOT Specification 3149.2B, except as herein amended:
The unit price shall include all installation, grading, compacting and any
other work necessary to conform to the Plans.
Compaction shall be in accordance with the Standard Proctor Specified
Density Method unless specifically noted otherwise.
Contractor shall give the Engineer notification of borrow site two
weeks prior to the use on the Project. Contractor shall provide
gradation testing performed by a party acceptable to the Engineer,
for all materials under this pay item and in accordance with the
Schedule for Materials Control. All testing shall be at the rate specified
in the Materials Testing Schedule. Contractor shall schedule with the
Engineer times for sampling the granular borrow so the Engineer may be
present. Measurement and payment will be measured on a per ton
installed basis. Contractor must provide accurate scale tickets. No
requests for measurement by any other means will be considered. In
addition, Contractor will not be allowed to set up a portable scale to
comply with this requirement. All tickets must come from a
permanent scale approved by the Engineer.
Contractor must submit all scale tickets for this item to the Engineer
no later than noon of the day following delivery to the Project. At
Engineers discretion tickets that are not provided within the time
specified may not be accepted for payment.
B. Compaction: Contractor shall not be allowed to place any aggregate base
until the subgrade has been approved by the Engineer. Compaction of all of
the subgrade shall be in accordance with MnDOT Specification 2105.3F1,
Specified Density Method. Compliance will be based on Standard Proctor
Densities. No additional compensation shall be considered to obtain
568
SC-13
specified densities in accordance with the Specifications. All costs to
excavate and compact in-place subgrades to specified densities shall be
included in the unit price bid for Granular Trench Backfill.
The Plans show the construction limits defined by the street excavation
and embankments. Contractor shall keep the construction within the
proposed limits to the extent possible. The Engineer will direct Contractor
to grade outside of the limits shown when necessary. Contractor shall
provide such grading with no additional compensation. Restoration shall
be paid at the unit prices for such restoration.
26. CONTAMINATED AND DEBRIS-IMPACTED SOIL:
Although the City is not aware of buried debris or contamination on the Project,
Contractor should be aware that debris and/or contaminated materials may be
encountered in any excavation.
In the event Contractor suspects that contamination is present on the Project
(organic vapor detector readings above background, staining or discoloration,
debris-rich fill, or olfactory evidence), Contractor shall stop Work and
IMMEDIATELY NOTIFY THE ENGINEER. The Engineer shall be responsible for
notifying the necessary regulatory agencies and other necessary parties.
Contractor shall be prepared to stop work at the suspected contaminated or
debris-impacted site for a minimum of 72 to 96 hours after notifying the
Engineer to allow time to test for actual contamination and/or extent of
debris in the soil. The City’s Environmental Consultant shall collect samples
of the suspect material for characterization. No suspect material shall be
removed from the site or moved from its position at the time of discovery
without the Engineer’s approval. No claims for costs for interrupted
progress shall be considered.
A. Contaminated Soil
The soils shall be considered contaminated if laboratory results indicate
the contamination concentrations exceed the applicable risk or health
based cleanup criteria established by the State of Minnesota or U.S.
Environmental Protection Agency. If the soils are determined to be
contaminated the City’s Environmental Consultant shall work with the
appropriate regulatory agency to develop project specific cleanup goals.
When the excavation resumes at a contaminated or potentially
contaminated site, the City’s Environmental Consultant shall conduct field
monitoring to identify the materials that are to be managed as
contaminated. The Engineer shall direct Contractor on the appropriate
management of the contaminated soil.
Said material may be stockpiled, reused within the Project, or hauled off-
site for treatment as directed by the Engineer and in accordance with the
569
SC-14
Project-specific cleanup goals. Reuse and stockpiling of said material are
limited to areas within the Project limits and must meet the guidelines
included in the MPCA Best Management Practices for the Off-site Reuse
of Unregulated Fill (MPCA, February 2012) and Managing Petroleum
Contaminated Soil at Public Works Projects (September, 2008).
B. Debris-Impacted Soil
The material shall be considered debris-impacted if the amount of debris
in the soil exceeds 5% by volume as verified by the Engineer. The
Engineer will verify by “Charts for Estimating Proportions of Mottles and
Coarse Fragments” Munsell Soil Handbook, 2000 Edition. If the soils are
determined to be debris impacted, the City’s Environmental Consultant
shall work with the appropriate regulatory agency to develop project
specific cleanup goals.
When the excavation resumes at a debris-impacted site, the City’s
Environmental Consultant shall conduct field monitoring to identify the
materials that are to be managed as debris-impacted. The Engineer shall
direct Contractor on the appropriate management of the debris-impacted
material. With the approval of or under the direction of the Engineer,
Contractor may be required to separate debris from the soil to meet the
5% by volume guideline. Contractor will be required to reasonably sort
debris from soil in an effort to minimize disposal at the landfill.
When the excavation in the area where contaminated and/or debris -impacted soils
are located is complete, Contractor shall permit the City to collect samples from the
bottom and sidewalls of the excavation. Soils shall not be excavated beyond the
limits shown on the cross-sections in the Plan, or as approved unless directed in
writing by the Engineer.
Contractor shall be obligated to comply with all applicable safety regulations
imposed by federal and state law for handling pollutants, contaminants, or
hazardous substances, wastes or materials, including but not limited to, 29 C.F.R.,
Part 1910, and all subsequent revisions thereof.
Contractor may be required to temporarily stockpile contaminated or debris-
impacted soil on the Project site or at a City-owned location within the City (only as
directed in writing by the Engineer). Excavated materials with different physical
characteristics (i.e. contaminated soil for off-site disposal, contaminated soil for on-
site reuse, debris, etc.) will be segregated into separate stockpiles. Contaminated
or debris-impacted soil shall be stockpiled on an impervious surface or reinforced
plastic a minimum of 10 mils thick. Contractor shall cover contaminated soil
stockpiles with 10-mil reinforced plastic and securely anchor it from wind using
sandbags, clean soil or an Engineer-approved alternative. Any maintenance or
recovering of stockpiles due to lack of adequate anchorage shall be at Contractor’s
expense. If the Engineer deems it necessary, the Contractor shall surround the
stockpile with fencing to provide extra security. Once established, stockpiles shall
not be disturbed, moved or combined except as directed by the Engineer.
570
SC-15
The City reserves the right to retain responsibility to manage the disposal of soils
determined to be unfit for use on the Project due to contamination or debris.
Suspect material that has been characterized and does not meet either
contaminated or debris-impacted criteria shall be Contractor’s responsibility
to manage under the General Excavation provisions with no additional
expense to the City.
The City advises Contractor to coordinate for a secondary disposal site for soils
containing debris below the established levels. The City reserves the right to hire a
different contractor for this operation if an agreement regarding extra work
compensation for contaminated and/or debris impacted soils cannot be established.
If directed by the Engineer, Contractor shall haul contaminated or debris-impacted
materials to a permitted treatment facility consistent with state and local
requirements. The method of treatment shall be approved by the Engineer and be
in accordance with the approved project-specific cleanup goals. Contractor shall
complete all necessary permits and applications for the treatment facility.
Contractor shall certify to the Engineer within 30 days of completion of soil treatment
that the soil has been treated/disposed as approved by the Engineer. Contractor
shall provide copies of all treatment facility applications, permits, approvals and
disposal manifests to the City and Engineer.
Handling, stockpiling and disposal of contaminated and debris -impacted materials
shall be considered Unclassified Work. The City shall compensate the Contractor
for such Unclassified Work, as specified by the Engineer, at a rate of the actual cost,
plus 10 percent (10%). Contractor shall submit detailed records of the actual cost
incurred for such removal, stockpiling and disposal. Contractor shall separate
contaminated and debris-impacted materials from non-contaminated soil to the
extent deemed practical by the Engineer. Unclassified Work for this section shall
be limited to work over and above the costs Contractor would have experienced to
excavate and remove the soils per the Contract.
27. WATER USE ON PROJECT (2130):
Project related water use for compaction, dust control, and seeding shall be
considered incidental. Should the Engineer deem that additional water must be
used on the Project; Contractor shall provide the water within two (2) hours of
notification by the Engineer.
Contractor will not be charged for any project related water use. However, to receive
permission to take water from hydrants, Contractor shall be required to obtain a
meter from the City Utilities Maintenance Department (763.593.3962). The meter
requires a one thousand seven hundred fifty dollar ($1,750.00) deposit, which will
be refunded when Contractor returns the meter in good condition.
571
SC-16
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.
28. AGGREGATE BASE (2211):
The 100% Crushed Limestone Class 5 Aggregate Base shall be constructed in
accordance with the Provisions of Section 2211 of MnDOT Specifications. The
aggregate base shall be compacted in accordance with MnDOT Specification
2211.3C1, Specified Density Method. Imported material will be measured on a per
ton installed basis, based on weight tickets from a certified scale but will be paid as
an incidental item to the pavement replacement bid items.
29. PLANT MIXED BITUMINOUS MIXTURES (2360):
All bituminous mixtures shall be in conformance with MnDOT Specification 2360,
except as modified or supplemented herein.
Bituminous mixtures to be used on this Project shall be Superpave mixtures as
shown below. Refer to Plans for locations of each mix type.
1. Wearing Course: SPWEA330C
2. Non-Wearing Course:
SPNWB330C
Contractor shall submit Q/C testing for Class B aggregates included in mix designs
based on the following schedule:
1. For every 5,000 tons of bituminous mixture placed on the Project, or for
mix placed 30 days after the previous submittal, perform and submit the
following Q/C testing from Class B stockpile:
a. Soundness Testing (ASTM C 88)
b. Loss by Abrasion and Impact (ASTM C 131)
In addition, it shall be Contractor’s obligation to ensure the top surface is closed to
the satisfaction of the Engineer. The use of coarse mixtures that do not close to the
Engineer’s satisfaction shall not be permitted.
Compaction shall be obtained in accordance with MnDOT Specification 2360.3.D.2,
Ordinary Compaction. Contractor shall have a certified person, approved by the
City, with calibrated nuclear testing equipment to verify roll patterns achieve
maximum density.
572
SC-17
Design of all mixtures used on this Project shall be approved by MnDOT, and mix
certification documentation of such shall be provided to the Engineer at least two
weeks prior to placement.
The unit price bid per square yard (SQ YD) for Bituminous Street Patch shall be
considered compensation in full to furnish and place the asphalt in accordance with
MnDOT Specification 2360, the Plans and the Engineer except that no incentives
shall be included in the payment. Disincentives in accordance with the Specification
shall apply.
Bituminous tack coat shall be CSS-1 or CSS-1h and is incidental to the Bituminous
Street Patch bid item.
30. 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 under
the Granular Trench Backfill bid item.
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.
31. PIPE SEWERS (2503):
Pipe Sewers shall be constructed in accordance with the provisions of MnDOT
2503, and the most recent version of the Standard Utilities Specifications for
Sanitary Sewer Installation, as prepared by CEAM, except as modified below.
Pipe materials specific to sanitary sewer construction shall be in accordance with
CEAM specifications.
32. WATER MAIN CONSTRUCTION (2504):
Water mains shall be constructed in accordance with the most recent version of the
Standard Utilities Specifications for Water main and Service Line Installation, as
prepared by CEAM, except as modified below.
Water mains and appurtenances will be replaced 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.
Ductile Iron Pipe (DIP) and fittings shall be used for water main
construction on this project, unless otherwise noted. The CEAM Standard
573
SC-18
Specifications for Section 2611, “Watermain and Service Line” installation
shall govern for this work.
All (DIP) shall be Class 52 (unless otherwise noted in plans) and wrapped
with polyethylene pipe encasement in accordance with the manufacturer’s
recommendations. The polyethylene for each pipe shall be overlapped
and sealed to keep the water out. The polyethylene pipe encasement
shall conform to AWWA C105/A21.5 (8-mil thickness), Class C (Black),
and be in tube form. The polyethylene pipe encasement shall be
considered incidental. All watermain piping and protection material
will be supplied and installed by the contractor.
It shall be Contractor’s obligation to take precautions when exposing the
existing water mains to prevent damage to them. If Contractor fails to take
the necessary precautions, all costs to repair damage to the existing water
main shall be borne by Contractor. If, in the Engineer’s opinion,
Contractor has taken the necessary precautions and damage occurs, the
City will be responsible for the cost of such repairs.
All water main flushing shall be performed by City staff, and requires a
minimum 48-hour advance notice.
Contractor shall supply an OSHA-approved trench box (or shoring) to
minimize damage to adjoining landscaping due to installation of pipes and
appurtenant structures. All extra costs to provide the box and install the 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.
33. 1” CORPORATION STOP (2504):
The unit price bid for each 1” corporation stop shall be considered compensation in
full for all equipment, materials and labor to furnish and install each stop complete
in-place.
The unit price bid for each 1” corporation stop shall be considered compensation in
full for all materials, equipment and labor to tap and install the corporation complete
in-place. Corporation stop shall be A.Y. McDonald (74701B-33), or approved equal.
The stainless steel insert (A.Y. McDonald - 6136) furnished and installed at the
corporation stop at each proposed service location shall be considered incidental if
Polyethylene Pipe is required to reconnect to the existing water service.
34. 2” CORPORATION STOP (2504):
The unit price bid for each 2” corporation stop shall be considered compensation in
full for all equipment, materials and labor to furnish and install each stop complete
in-place.
574
SC-19
The unit price bid for each 2” corporation stop shall be considered compensation in
full for all materials, equipment and labor to tap and install the corporation complete
in-place. Corporation stop shall be A.Y. McDonald (74701B-33), or approved equal.
The stainless steel insert (A.Y. McDonald - 6136) furnished and installed at the
corporation stop at each proposed service location shall be considered incidental if
Polyethylene Pipe is required to reconnect to the existing water service.
35. RECONNECT WATER SERVICE (2504):
The unit price bid for each Reconnect Water Service shall be compensated in full
for labor and material required to complete the connection of the service to the
corporation stop on the water main. Pipe shall be SIDR 7 Polyethylene Pipe (PE)
or Type K copper used for water services, as approved by the Engineer to match
the existing water service.
36. TEMPORARY WATER SYSTEM:
The lump sum price for Temporary Water Service shall be considered compensation
in full, including but not limited to piping, fittings, disinfection, testing and demolition,
to provide a temporary water delivery system to individual properties, as shown on
the temporary water plans and 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 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.
The Contractor shall have a licensed plumber on site to assist with the internal
plumbing modifications that may be required to support houses along the project
area with temporary water. The plumber may be required to schedule and gain
access to homes needed to help remove screens to eliminate sedimentation from
the water service, replace failing valves needing to prevent backflow of water, or to
bypass the water meter as needed to provide flow to the property. The plumber
should be available during setup and take down of the temporary water system.
This cost is incidental to the temporary water service prices bid.
Bid items are also provided to supply and install gravel driveway ramps needed to
support vehicular movement across these 3” temporary water lines. Bid Items are
broken out for roadway crossings as well as driveway crossings . Ramps need to
provide sufficient length for two way traffic on all roadway conditions and one way
traffic in all driveway conditions. Ramps should be sufficiently constructed to
provide access for the temporary piping to run inside the ramp and be protected
throughout the duration of construction. Ramps should be provided to withstand all
vehicular loads and turning movements and facilitate a drive over speed of 20 mph.
575
SC-20
Any damage or maintenance to the ramping system will be required of the
contractor. All ramping systems will be reviewed and approved by the Engineer
prior to installation.
37. INSTALL HYDRANT (2504):
The unit price bid shall be considered compensation in full to 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.
38. FIRE HYDRANT MARKERS (2504):
Fire Hydrant Markers shall be considered incidental to the Install Hydrant Bid Item.
Hydrant Marker shall be EZ See Hydrant Markers (72610 W-R 10501) with reflective
tape (65’ overall length), or approved equal, and installed in accordance with the
manufacturer’s instructions or as directed by the Engineer.
39. 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.
40. INSTALL GATE VALVE AND BOX (2504):
The unit price bid for installing 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 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.
The unit price bid for Install Salvaged 6” or 8” Gate Valve & Box shall be considered
compensation in full, including labor and materials, to install the salvaged gate valve.
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.
Valving shall be installed between 36” and 48” but no closer than 36” from any cross
or tee.
576
SC-21
The contractor will be responsible for providing all of the materials needed to
complete the project.
41. DUCTILE IRON FITTINGS (2504):
The unit price bid per pound for Ductile Iron Fittings shall be considered payment in
full to install all such fittings complete in-place in accordance with the Specifications.
It shall also include, but not be limited to, all megalug glands, rods or other
restraining devices or corrosion inhibitors the Engineer deems necessary to restrain
or protect such fittings/restraints. All bolts and nuts used in the construction of water
mains on this project shall be stainless steel or “Core Blue.”
Contractor shall be required to restrain 6-inch and 8-inch fittings a
minimum of 20 feet from all such fittings; 12-inch fittings shall be
restrained a minimum of 40 feet from all such fittings. All fittings on the
hydrant lead shall be restrained back to the tee fitting on the main.
Ductile Iron Fittings shall meet the following requirements:
➢ ANSI/AWWA C153/A21.53, “American National Standard for Ductile
Iron Compact Fittings, 3-inch through 24-inch, and 54-inch through
64-inch for Water Service,”
➢ ANSI/AWWA C111/A21.11, “American National Standard for Rubber
Gasket Joints for Ductile Iron Pressure Pipe and Fittings,”
➢ ANSI/AWWA C116/A21.16, “American National Standard for Protective
Fusion Bonded Epoxy Coatings for the Interior and Exterior Surfaces of
Ductile Iron and Gray Iron Fittings for Water Supply Service.”
Ductile Iron Fittings shall be measured by the pound, in accordance with the
published American National Standard. Joint accessories or restraint shall not be
considered in the weight.
The Contractor will supply and install all applicable watermain fittings .
42. WALKS (2521):
The unit price bid for square feet (SQ FT) of concrete walk shall be considered
compensation in full to construct the walk in accordance with MnDOT Specification
2521, these Specifications and to the full satisfaction of the Engineer
The excavation and embankment shall be constructed in accordance with the
provisions of Section 2105.
The aggregate base section, as specified in the plans, shall be incidental to the bid
item for concrete walk.
The concrete to be used for hand-placed flatwork shall be placed in accordance with
the provisions of MnDOT Specification 2521, and these Specifications . However,
Contractor may, with the Engineer’s approval, modify the concrete mixture to reduce
577
SC-22
the possibility of defects. However, the unit price bid for concrete pavement shall
remain the same. All extra costs for such modification shall be borne by Contractor.
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 expansion joints constructed in the new walk shall be tooled and shall be ¼-inch
radius to meet current PROWAG standards.
43. CONCRETE CURB AND GUTTER (2531):
Concrete Curb and Gutter shall be placed in accordance with the provisions of
MnDOT Specification 2531, and these Specifications.
Replacement of curbs will be paid for under the bid items for B618 Curb & Gutter
per linear foot. Removals of existing concrete items will be paid for at the Unit Price
Bid for such removals. Concrete Curb and Gutter removals shall be paid for under
the Remove Concrete Curb and Gutter Item per linear foot.
44. 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 , which
follows the project’s traffic control plans of a lane closure and detour while keeping
access to side streets open at all times. Contractor will be compensated for this
work under the Lump Sum bid item Traffic Control.
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.
The unit bid price per linear foot Portable Precast Concrete Barrier with Fencing
shall be compensated in full for installation, labor, and maintenance of barriers
surrounding all excavations that will remain open overnight. Fencing shall be
installed parallel and above each portable precast concrete barrier. Moving the
precast concrete barriers and fencing for daily work shall be incidental.
578
SC-23
Contractor shall schedule equipment and its work so no removal items, spoil
or aggregate piles are left within the rights-of-way overnight except by
express, written consent of the Engineer. All requirements for drainage and
access herein shall apply to this work also. It shall also be Contractor’s
responsibility to handle all such salvaged material in a way to prevent segregation
and/or contamination of all salvaged materials.
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.
Throughout the duration of construction, Contractor shall coordinate with the City a
minimum of at least twenty-four (24) hours in advance, any inconveniences to
property owners. The City will provide Contractor with printed door hangers that
shall be placed in resident’s doors by Contractor no later than 5:00 p.m. the day
before work is to begin. Contractor is responsible for notifying property
owners of any limited access at least twenty-four (24) hours in advance.
45. INSTALL SALVAGED SIGNS (2564):
The install of Salvaged Signs (Type C, Street Name Signs or Neighborhood Crime
Watch signs) shall be paid per each.
The Engineer shall, after completion of the curb and gutter placement or street
patching, designate the signs that shall be reinstalled.
Contractor shall review all signs and posts on this project nearby the installation
pits to determine existing damage. Any existing sign damage shall be reported to
the Engineer immediately. All signs that have been damaged that Contractor
fails to report shall become the responsibility of Contractor to replace.
Any signs or posts damaged during the salvage/storage or reinstallation operations
shall be replaced by Contractor at its expense.
All signs considered necessary by the Engineer shall remain in -place throughout
construction. Any sign that must be removed due to construction conflicts shall be
temporarily reset by the end of the day it was removed, until it may be set at its
permanent location. All costs for resetting signs shall be included in the per each
bid for the Install Street Name Sign.
46. EROSION AND SEDIMENTATION CONTROL (2573):
Contractor shall provide temporary erosion control in accordance with the provisions
of MnDOT Section 2573, the Bassett Creek Water Management Commission,
Minnesota Department of Natural Resources, Minnesota Pollution Control Agency
and the Engineer.
579
SC-24
A. Street Sweeping: Contractor will be required to provide proof of ability to
perform the street cleaning at the pre-construction conference. This proof
may include demonstration of the ability to use his or her own equipment
and forces, or an executed contract with a subcontractor.
All sweeping shall be done between 7:00 a.m. and 7:00 p.m. on an as
needed basis, or as directed by the Engineer.
Street sweeping shall be considered incidental to the project.
B. Inlet Protection: The unit bid price per EACH inlet protection shall be
compensated in full for installation, labor, and maintenance of inlet
protections located at storm drain inlets as shown in the plans and shall be
the bellow inlets.
1. Wimco Inlet Protection. Contractor shall provide Wimco Inlet
Protection devices, or approved equal, on all inlets where inlet
protection is designated. Information on the Wimco devices can be
obtained at www.roaddrain.com. Payment will be made on the
basis of each structure protected through all phases of the Work.
Use of different methods for protection in order to phase the Work
or for the ease of the construction shall not be cause for multiple
payments over one per structure.
C. Inspection of Erosion Control Measures: The Erosion Control Supervisor
will be required to inspect all erosion and sediment control measures on a
daily basis, and complete an inspection form to be provided s. These
forms are then to be submitted to the Engineer at the weekly construction
meetings.
D. Sediment Control Logs: The unit bid price per linear foot shall be
compensated in full for installation, labor, and maintenance of sediment
control logs as shown in the plan set.
E. Machine Sliced Silt Fence: The unit bid price per linear foot shall be
compensation in full for installation, labor, and maintenance of machine
sliced silt fence as shown in the plan set.
47. TURF ESTABLISHMENT (2575):
Turf establishment shall be performed in accordance with the Provisions of MnDOT
Specification 2575, except as modified herein:
Four inches (4”) of topsoil meeting the requirements of MnDOT
Specification 3877 shall be compensated per cubic yard (CU YD) in full for
all labor and material needed to place the topsoil. The Contractor shall
take reasonable measures to ensure topsoil is placed to the thickness
required in the plans.
Topsoil provided shall be free of debris, rocks in excess of 1/2 -inch
diameter, large organic material or other materials that do not contribute to
580
SC-25
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 Specification 3877 with no additional compensation. The
Contractor shall also be required to examine the area behind the curb and
remove all construction debris, including but not limited to, concrete and
asphalt chunks, large stones, cement bags and cardboard fabric rolls.
Contractor will not be permitted to use any type of equipment to place topsoil on
driveways which will, in the opinion of the Engineer, mar the surface with rubber
tire marks (typically skid loaders) or topsoil. Any damage, including rubber tire
marks or excessive soil staining, caused by Contractor shall result in
replacement of the driveway to the Engineer’s satisfaction.
Hydromulch and Seed:
The unit price bid per square yard (SQ YD) of Hydromulch and Seed
(hydromulching) shall include the slurry for hydromulching, including fertilizer, seed,
water and Type Hydraulic Mulch. The unit bid price shall be compensation in full to
place and maintain per MnDOT specification and the Engineer’s satisfaction.
Seed shall be in accordance with MnDOT 3876, mixture 25 -151. Fertilizer shall be
in accordance with MnDOT 3881 and be a slow -release nitrogen type, 10-20-20.
Type Hydraulic Mulch shall be in accordance with MnDOT 3884, Type B2.
Construction requirements for Hydromulching are as follows:
1. Apply slurry mixture over designated areas at a rate of 6,000 gallons per acre.
2. Apply seed uniformly by hydromulching method.
3. Application rates for hydromulching:
a. Fertilizer: 75 lbs per 1000 gallons of slurry mix.
b. Type Hydraulic Mulch Type B2: 350 lbs per 1,000 gallons of slurry mix.
c. Water: 875 gallons per 1,000 gallons of slurry mix.
4. Work shall consist of establishing perennial ground cover by using
hydromulcher to hydraulically apply seed, water, fertilizer, and type
hydraulic mulch in one operation.
5. This item is in accordance with MnDOT Standard Specification 2575.3M
– Rapid Stabilization Method with the following exceptions:
a. The specified seed mixture, mixture 22-111, is not to be used for
permanent stabilization. Contractor shall use seed mixture 25 -151 in
accordance with MnDOT 3876.
6. Apply seed at a rate specified under MnDOT 3876, according to the
specified seed mixture.
581
SC-26
48. 6’ WOODEN PRIVACY FENCE
The lump sum unit price of 6” Wooden Privacy Fence shall be compensation in full
for all equipment, materials, and labor required to replace the wooden privacy fence.
The new fence shall match the material, dimensions, and orientation of the existing
fence.
49. RESTORATION:
Contractor shall restore all adjoining properties to the Engineer’s satisfaction.
Contractor shall work with adjoining property owners and the City in protecting and
minimizing any damage to adjoining landscaping, sprinkler systems, invisible pet
fencing or other property. Indiscriminate damage to such systems shall obligate
Contractor to replace such systems at its cost.
50. CURED-IN-PLACE-PIPE (CIPP) – POTABLE (WATERMAIN):
The unit price bid per linear foot of CIPP Pressure Rated Liner (CCTV Incidental)
shall be compensation in full for all equipment, materials, and labor required to
complete the CIPP installation. Payment will be based on the actual measurement
of the liner installed. This section will cover the furnishing of all labor, materials,
tools, equipment, and performances of all work and services necessary or incidental
to the installation of a resin-impregnated flexible liner that is inserted into the original
conduit by use of a hydrostatic head. Methods that are pulled in and inflated rather
than inverted will be considered, providing they meet the other provisions of this
specification. When cured, the finished pipe (CIPP) will be continuous and tight -
fitting. Due to the condition of the host pipe, the new CIPP will be designed as a
fully structural pipe, not relying on the remaining strength or water tightness of the
host pipe to withstand long-term external loading and internal pressure.
The contract unit price per linear foot for CIPP will be compensation in full for all
equipment, materials, and labor required to complete the CIPP installation.
Payment will be based on the actual measurement of the liner installed.
The unit price bid per each CIPP Installation Pits (Shoring Included) will be
compensation in full for the excavation, shoring, and protection of the open pit to
ensure successful CIPP installation as shown on the plans. Pits should be
sufficiently protected to prevent vehicles or persons from entering an unattended pit
location as shown on the plans. Pits must be shored and protected meeting current
AASHTO and OSHA standards.
The unit price bid per each Robotically Reinstate Residential Service Laterals will
be compensation in full for reinstating water service laterals robotically, one inch in
diameter or less, after installing the CIPP liner. Failure to successfully robotically
re-connect water service may require excavation and manual reconnection of a
water service. No additional payment will be provided to the contractor for
performing excavation-based reconnection work after a failed robotic attempt.
Contractor must utilize robotic reinstatements as a first attempt of reinstating these
services as eliminating excavations is a project priority.
582
SC-27
The furnishing and installing of specific items and /or the performance of work under
certain circumstances will not be individually paid. The costs will be included in the
unit price bid for the CIPP, as indicated. Such items of work include, but are no t
limited to:
Coordination with City for access to the watermain systems.
Securing and withdrawing from a water source. – See Section ‘Water Use
on Project’ in these Special Conditions.
Furnishing, installing, and maintaining traffic control devices where
necessary not already provided for by bid items.
Pre-installation and post-installation cleaning and televising.
Removal and disposal of internal debris from the water mainline and
services prior to installation.
Installation of pipe pre-liners or grouting if required to install CIPP in areas
of excess infiltration.
Excavating down to a service to reconnect to the water main if the
Contractor fails to reinstate the service robotically.
Pre-measuring of the existing watermain may be required to limit the
duration access pits remain open during the liner manufacturing time. This
process includes excavation of the existing watermain, removal of a
portion of the existing watermain pipe for accurate inside measurement,
putting the existing watermain back in service, and backfilling the
excavation prior to the watermain cleaning and CIPP lining work. This
work must be coordinated with the Engineer and Owner for any water
shutdowns. Any excavations in the roadway to perform this work must be
restored to a drivable surface (meeting City or Hennepin County Permit
Standards) until the pits are fully excavated and shored to provide entry
for pipe cleaning and lining processes.
Submittals: Prior to the installation or use of any material or equipment, the
Contractor shall provide the following to the engineer:
Certified test results from the manufacturers indicate that all materials
conform to the applicable requirements.
Copy of the license or certificate verifying the manufacturer's or
licensor's approval of the Installer.
Proposed construction schedule.
Test results of the resin proposed that meet the chemical resistance
requirements of ASTM F2019, Section 5.2.6, and/or ASTM F1216.
Chemical resistance tests will be completed in accordance with Test
Method D543.
583
SC-28
Details of how services will be reinstated. Reinstatements should
provide a sufficient seal to prevent water tracking between the pipe
lining and the host pipe.
Material Safety Data Sheets for all resins, and other additives such as
accelerants, colorants, and lubricants utilized in the pipe liner/lining
process.
Manufacturer information that describes the materials, curing
speeds/schedule, curing installation processes, installation pressures,
temperature limitations, and recommended post-curing documentation.
Residential Informational Handout that describes the materials,
processes, installation, pressures, temperature limitations, and odors
associated with the lining process that will be provided at the request of
concerned residents.
Liner pipe thickness design for each pipe segment.
No liner will be approved for installation until liner thickness
calculations have been submitted and reviewed for conformance with
the specification.
Proposed plan for temporary water setup and monitoring.
Evidence of the Installer’s experience including a list of similar projects
completed within the previous 5 years.
Description of cure method(s) proposed by the Contractor.
Liner Material Certificate of ANSI/NSF 61 Approval
Proposed means and methods of installing or drawings of the 6’
Wooden Privacy Fence.
The field sampling procedure will be in accordance with ASTM 2019, ASTM
F1216, and ASTM D5813.
Prior to final payment:
Televising and construction logs
These will become the property of the Owner. This includes the
videos made at the beginning of the project just prior to the
installation of the liner.
Prequalification: Only bids from pre-qualified products will be accepted. Bids
submitted for products or from Contractors that have not been pre -qualified may
be rejected, pending review by the Owner. The Contractor and the proposed
method of reconstruction and the product manufacturer’s name will be identified
on the bid. All general contractors submitting bids on this project must fill out the
contractor questionnaire for review and approval regardless of pre-approval of
lining experience.
Pre-qualified Installers
Insituform Technologies USA, LLC.
584
SC-29
1140 Bunker Lake Boulevard NW, Anoka, MN 55303, Telephone: 651 -
762-1238
Michels Pipe Service – A Division of Michaels Corporation
817 West Main Street, P.O. Box 128, Brownsville, WI 53006,
Telephone: 920-583-3132
Sak Construction
864 Hoff Road, O’Fallon, MO 63366, Telephone 626-385-1000
Fer-Pal Construction
26187 Northline Road, Taylor, MI, 48180, Telephone 734-946-2034
IPR Industrial
2002 Timberloch Place, Suite 550, The Woodlands, TX 77380,
Telephone 404-966-1982
Qualification process
Contractors wishing to qualify for this project must submit a copy of the
license or certificate verifying the manufacturer's or licensor's approval,
and evidence of the Installer’s experience including the number, total
length, and locations of inversions installed to date using the proposed
materials and methods together with the names and phone numbers of
facility owners to the Engineer 5 days prior to the opening of bids to allow
time for evaluation. Contractor must have at least five (5) years of acti ve
experience installing the pressure rated CIPP product. Final decision to
accept or reject the applicant lies solely with the Engineer and the
Owner. All decisions will be based upon the long-term best interest
of the City.
Materials:
Liner - The liner material will meet the requirements of ASTM F1216
and/or ASTMF2019. The CIPP tube product will consist of one or more
layers of absorbent woven and/or non-woven synthetic fiber, with glass
reinforcement.
Resin - The resin system will meet the requirements of ASTM F1216
and/or ASTMF2019. A neat resin will be used for all lining of PVC pipes.
Epoxy resin will be used in all potable watermain rehabilitation projects.
Finished Product - The CIPP product must meet all requirements of
ANSI/NSF Standard 61 for use in potable water systems.
Hydraulic Capacity - The pipe lining will at a minimum achieve the full flow
capacity of the original pipe before rehabilitation. Calculated capacities
may be derived using a commonly accepted roughness coefficient for the
existing pipe material taking into consideration its age and condition. The
roughness coefficient will be verified by test data.
585
SC-30
Structural Requirements: The CIPP will be designed as per ASTM F1216,
Appendix X.1.3.2. The CIPP will be designed using a Long-Term Creep
Retention Factor of fifty percent of the initial design flexural modulus as
determined by the ASTM D-790 test method. This value will be used unless the
Contractor submits long-term test data (ASTM D2990) to substantiate a higher
retention factor. The layers of the cured CIPP will be uniformly bonded. It will
not be possible to separate any two layers with a probe or point of a knife blade
so that the layers separate cleanly or the probe or knife blade moves freely
between the layers. If separation of the layers occurs during the testing of field
samples, new samples will be cut from the work. Any reoccurrence may cause
rejection of the work.
The CIPP will conform to the following properties:
Standard Min Value UV Value
Flexural Strength ASTM - D790 7,000 psi 6,500 psi
Modulus of Elasticity ASTM - D790 250,000 psi 725,000 psi
Tensile Strength ASTM – D638 6,500 psi 6,500 psi
The design parameters are:
Pipe diameter 6 Inches
Internal Design Pressure (Not to exceed 150 psi) 150 PSI
Operating/Working Pressure 100 PSI
Maximum depth from finished ground to invert 11 Feet
Minimum depth from finished ground to invert 7 Feet
Groundwater Depth 5’ Below Surface Feet
Cover density (assumed) 120 Lbs/cf
Design Safety Factor (1.5 for pipes 36-inches and larger) 2.0
Ovality 2%
Enhancement Factor (K) 7.0
Poisson’s Ratio 0.3
Level of Deterioration Fully Det
Creep Retention Factor 50%
Live load requirement H20 Highway
586
SC-31
Pipe diameter 8 Inches
Internal Design Pressure (Not to exceed 150 psi) 150 PSI
Operating/Working Pressure 100 PSI
Maximum depth from finished ground to invert 11 Feet
Minimum depth from finished ground to invert 7 Feet
Groundwater Depth 5’ Below Surface Feet
Cover density (assumed) 120 Lbs/cf
Design Safety Factor (1.5 for pipes 36-inches and larger) 2.0
Ovality 2%
Enhancement Factor (K) 7.0
Poisson’s Ratio 0.3
Level of Deterioration Fully Det
Creep Retention Factor 50%
Live load requirement H20 Highway
The required structural CIPP wall thickness will be based as a minimum, on the
physical properties listed above and in accordance with the Design Equations in
the appendix of ASTM F1216. The finished/cured liner thickness will exceed the
minimum thickness requirements set forth by the equations in the appendix of
ASTM F1216.
Testing Requirements: The following testing requirements shall apply to this
project.
Chemical Resistance - The Contractor shall certify that CIPP meets the chemical
resistance requirements of ASTM F1216, Appendix X2. CIPP samples for
testing will be of liner and resin system like that proposed for actual construction.
It is required that CIPP samples with and without plastic coating meet these
chemical testing requirements.
Hydraulic Capacity - The Contractor shall certify that the CIPP has a minimum of
the full flow capacity of the original pipe before rehabilitation. Calculated
capacities may be derived using a commonly accepted roughness coefficient for
the existing pipe material taking into consideration its age and condition. The
roughness coefficient of the CIPP will be verified by third-party test data.
CIPP Field Samples - When requested by the Owner, The Contractor shall
submit test results from previous field installations in the USA of the same resin
system and liner materials as proposed for the actual installation. These test
results must verify that the CIPP physical properties specified in 2.3.D. of this
Section have been achieved in previous field applications. Testing samples for
this project will be made and tested as described in 3.06.A. of this Section.
Pressure Testing - Hydrostatic testing shall be in accordance with AWWA
C600. After the pressure liner has been installed, the liner shall be tested
for at least 2 hours to a hydrostatic pressure of at least 1.5 times the
normal operating pressure or to a test pressure of 150 psi.
587
SC-32
Execution:
It will be the responsibility of the Contractor to locate and designate all manholes
or access points open and accessible for the work and provide rights of access to
these points. If a street must be closed to traffic because of the orientation of the
watermain, the Contractor shall furnish and install all necessary traffic control
devices until the street is opened to traffic.
Cleaning of Watermain Lines - The Contractor shall remove all internal debris out
of the watermain line such that the internal diameter of the pipe is opened up to
its maximum diameter. If the CIPP product relies on bonding to the existing host
pipe, the pipe must be clean to bear metal such that the newly installed product
bonds and the void between the two pipes are water-tight. Pipes will be cleaned
by the Contractor using high-velocity jet cleaners, mechanically powered
equipment, cable-attached devices, or fluid-propelled devices. The Contractor
shall secure their disposal site for all debris removed from the watermain.
Temporary Water Service - The Contractor shall provide temporary water service
for use on the project during construction activities. The temporary water service
will be of adequate capacity and size to supply adequate flow to City residents.
The temporary water service must also be adequate flow to meet fire
suppression needs when required.
Inspection of Pipelines - Inspection of pipelines will be performed by experienced
personnel trained in locating breaks, obstacles, and service connections by
closed-circuit television. The interior of the pipeline will be carefully inspected to
determine the location of any conditions that may prevent proper installation of
CIPP into the pipelines, and it will be noted so that these conditions can be
corrected.
Line Obstructions - It will be the responsibility of the Contractor to clear the line of
obstructions such as solids and roots that will prevent the proper insertion of
CIPP. If pre-installation inspection reveals an obstruction such as a protruding
service connection, offset joint, or a collapse that will prevent the inversion
process, and it cannot be removed by conventional pipe cleaning equipment, The
Contractor shall immediately notify the Owner. The Owner may choose to have
the Contractor make a point repair excavation to uncover and remove or repair
the obstruction. Such excavation will be considered as a separate pay item.
The Contractor will notify the Owner prior to initiating cleaning and flushing and
will coordinate his operations with the Owner.
The Contractor will determine the length and diameter of the pipe to be lined prior
to fabrication of the liner. No additional compensation will be paid for measured
diameters, which vary from the measurements indicated on the plans or bid form.
The Contractor shall isolate or remove (and then replace after) any air relief
valves from the pipeline section prior to installation.
588
SC-33
Notification: Notice required. At least seven days before the start of lining, The
Contractor will provide a written notice, including the approximate schedule of
lining, as described below.
Written notice must be given to the adult residents of buildings, and to the
owner or administrator of any property directly served by the watermain to
be lined.
The notice must be mailed or hand-delivered to the owner or administrator
of a child care building, school building, commercial business, and/or
industry.
The notice may be put on or under the door of each residence, one notice
for each single-family building and one notice for each unit of a multi-unit
building.
Contents of Notice to Residents, Administrator, and Owner. The notice
will specify the days and the hours during which water service will be
restricted.
Reminder Notice: A written or verbal reminder notice will be delivered at
least 48 hours prior to the actual work.
Construction Requirements: CIPP installation will be in accordance with ASTM
F1216, Section 7, or ASTM F2019, Section 6.4 with the following additional
requirements:
Resin Impregnation - The quantity of resin used for liner impregnation will
be sufficient to fill the volume of air voids in the liner with additional
allowances for polymerization shrinkage and the loss of resin through
cracks and irregularities in the original pipe wall. A vacuum impregnation
process will be used. A roller system will be used to uniformly distribute
the resin throughout the liner.
Liner insertion will be performed in accordance with the manufacturer's
recommendations and in such a way to fully extend the liner to its
termination point, hold the liner tight against the pipe wall, and produce
dimples at service connections and flared ends at maintenance holes.
Lubricants may be used as necessary. Care will be taken so as not to
overstress the felt fiber.
Unless otherwise indicated in the plans or authorized in writing by the
Engineer steam curing, water curing, and UV curing will all be considered
as an acceptable cure method for this project.
(a) Steam Cure
(i) After inversion is completed, suitable steam-generating equipment
is required to distribute steam throughout the pipe.
589
SC-34
(ii) The equipment should be capable of delivering steam throughout
the section to uniformly raise the temperature within the pipe above
the temperature required to effect a cure of the resin.
(iii) The temperature and pressure maintained in the pipe and the
duration of the cure period will be as recommended by the
manufacturer.
(iv) The curing of the CIPP must take into account the existing pipe
material, the resin system, and ground conditions (temperature,
moisture level, and thermal conductivity of soil).
(v) Cooling:
1. The new pipe should be cooled to a temperature below 113
degrees Fahrenheit before relieving the internal pressure within
the section.
2. Cool-down may be accomplished by the introduction of cool
water into the section to replace the mixture of air and steam
being drained from a small hole made in the downstream end.
3. Care will be taken in the release of the head so that a vacuum
will not be developed that could damage the newly installed
pipe.
(b) Circulated Heated Water Cure
(i) After inversion is completed, a suitable heat source and water
recirculation equipment are required to circulate heated water
throughout the pipe.
(ii) The equipment should be capable of delivering hot water
throughout the section to uniformly raise the water temperature
above the temperature required to effect a cure of the resin.
(iii) The heat source should be fitted with suitable monitors to gauge
the temperature of the incoming and outgoing water supply.
Another such gauge should be placed between the impregnated
tube and the pipe invert at the termination to determine the
temperatures during the curing.
(iv) The temperature and pressure maintained in the pipe and the
duration of the cure period will be as recommended by the
manufacturer.
(v) The curing of the CIPP must take into account the existing pipe
material, the resin system, and ground conditions (temperature,
moisture level, and thermal conductivity of soil).
590
SC-35
(vi) Cooling:
1. The new pipe should be cooled to a temperature below 100
degrees Fahrenheit before relieving the static head in the
inversion standpipe.
2. Cool-down may be accomplished by the introduction of cool
water into the inversion standpipe water to replace hot water
being drained from a small hole made in the downstream end.
3. Care will be taken in the release of the head so that a vacuum
will not be developed that could damage the newly installed
pipe.
(c) UV Cure- Follow ASTM F2019, Section 6.6 & 6.7
(i) The approved system must utilize an outer and inner film to ensure
that the liner remains intact during the insertion process and to
protect the resin at all times during the installation and curing
process from water and debris contamination and resin migration.
(ii) A winch should be used to pull the glass fiber liner into position in
the pipe. The pulling speed will not exceed 15ft/min. The liner will
have a lateral fiberglass reinforcement band that runs the entire
length of the liner ensuring that the pulling force is transferred to the
band and not the fiberglass liner. Once inserted, end plugs will be
used to cap each end of the glass fiber liner to prepare for
pressurizing the liner. As with all CIPP products liner restraints
should be used in manholes or access pits.
(iii) A slip sheet will be installed on the bottom one-third to one-half of
the pipe prior to liner insertion, to protect the liner during insertion
and reduce the drag, or as recommended by the liner manufacture.
(iv) The glass fiber liner will be cured with UV light sources at a
constant inner pressure. When inserting the curing equipment in
the liner, care should be taken to not damage the inner film
material.
(v) The UV light sources should be assembled according to the
manufacture’s specification for the liner dimeter. For the liner to
achieve the required water tightness and specified mechanical
properties, the following parameters must be controlled during the
entire curing process, giving the Engineer a record of the curing
parameters over every segment of the entire length of the liner.
This demonstrates that the liner is cured properly. The recording
will include:
1. Curing Speed
2. Light Source and Wattage
591
SC-36
3. Inner Air Pressure
4. Curing Temperatures
5. Date and Time
6. Length of Liner
(vi) This will be accomplished using a computer and database that are
tamper-proof. During the curing process, infrared sensors will be
used to record curing data that will be submitted to the Engineer
with a post-CCTV inspection on the portable hard drive.
(vii) The optimal curing speed, or travel speed of the energized UV light
sources, is determined for each length of liner based on internal
diameter, liner thickness, and exothermic reaction temperatures.
(viii) The inner film material should be removed and discarded after
curing to provide optimal quality of the final product.
The liner pipe will be continuous, without joints over the entire length of
the pipe. The liner will be free of all visual and material defects, including
but not limited to foreign inclusions, dry spots, pinholes, and delamination.
The surface will be smooth and free of waviness throughout the pipe.
Any defects that will affect the structural integrity or hydraulic capacity of
the reconstructed pipe will be repaired or the liner will be replaced at the
Contractor's expense, including large radial or longitudinal wrinkles that
occur in such a size as to reduce the thickness of the finished CIPP
product. A minor internal longitudinal fold may be present when using the
aqua-pipe product to ensure surface contract throughout the liner.
Internal End Seals: The Contractor shall install end seals at the pipe lining
beginning and termination point or appropriate sealing technology per the
manufacturer. The end seals will be a mechanical expansion type, constructed
of stainless steel and elastomeric seals. The end seals will be rated by the
manufacturer for the operating pressure and will be compatible with the piped
fluid. The pipe at the end seal installation point will be structurally sound and free
of any significant pitting or heavy corrosion. This is required to ensure an
adequate seal between the liner and the host pipe. Otherwise, replacement with
a new steel/plastic spool piece at these ends may be required.
Lateral Reinstatements: All reinstatements of tees, wyes, air relief valves, blow-
off valves, threaded taps, etc., will be completed following the approved
procedures identified in the Contractor’s submittal.
Reinstatement of Water Services:
The Contractor shall certify he has a minimum of two complete working
cutter units plus spare key components on the site before each inversion.
592
SC-37
Prior to installing the watermain liner (during the television process), The
Contractor shall locate and record the location of all water service
connections for future reinstatement. The Contractor shall immediately
submit this information to the Owner. The Owner will then determine
which, if any, water services are to be abandoned. Those services
designated to be abandoned will not be reinstated.
After the watermain lining is complete, the Contractor shall re -establish all
service connections except those designated by the Owner to be
abandoned. This will be done without excavation from the interior of the
pipe using a television camera and a remotely controlled cutting device for
all services 1” and less. This work will be paid for under the Robotically
Reinstate 1” Residential Service Laterals item.
If the Contractor is unable to re-establish the 1.0-inches (or smaller
diameter) service connection from inside the pipe and excavation is
necessary, no additional payment will be made for excavations to reopen
connections and the Contractor shall be responsible for all costs and
liability associated with such excavation and restoration work.
Reestablished service connections will be clean and smooth, free of
jagged edges, and conform as closely as possible to the dimension of the
existing service.
Inspection: CIPP samples will be prepared and tested in accordance with ASTM
F1216, Section 8.1 using either method proposed. Visual observation of the
CIPP will be in accordance with ASTM F1216, Section 8.4. Pressure testing for
water-tightness will be provided on all CIPP sections.
Televising: Televising is required both prior to liner installation and after the
CIPP process has been completed. Televising will be performed by experienced
personnel trained in locating breaks, obstacles, and service connections. All
televising videos will be in color. Each individual reach of pipe between pits will
be identified as a chapter on the video. Immediately prior to televising, the
televisor will discharge sufficient clear water into the pipe to clean the pipe and
assist in identifying sags and misalignment. Post-lining televising will carefully
inspect the interior of the pipeline to identify any conditions which may indicate
improper installation. A USB flash drive and suitable log will be kept of all
televising and submitted to the Owner.
593
SC-38
Clean-Up: Upon acceptance of the installation work and testing, The Contractor
shall clean up the project area affected by the operations. Upon acceptance of
the installation, the Contractor or Owner, as specified by contract documents, will
return the piping system to service by the closure of all access pits with
appropriate pipe spools, valves, and other relevant fittings. Reconnection of the
CIPP lined pipe will be required at all access pits. The Contractor or Owner, as
specified by contract documents, will provide watertight reconnections to the
CIPP lined pipe. If connections are made utilizing the existing pipe (and not
directly to the CIPP pipe), the resin will be applied to the end of the pipe to
prevent water tracking between the existing pipe and the newly lined CIPP
product.
Warranty: All lining work will be fully guaranteed by the Contractor for 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 will be removed and satisfactorily
replaced by the Contractor 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.
51. 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.
594
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
595
GC - ii
STORAGE ..................................................................................................... 13
DEFECTIVE MATERIALS ............................................................................. 13
FAILURE TO REMOVE DEFECTIVE MATERIALS ...................................... 13
SECTION VI - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC ................... 13
LAWS TO BE OBSERVED ........................................................................... 13
PERMITS AND LICENSES ........................................................................... 14
PATENTED DEVICES, MATERIALS AND PROCESSES ............................ 14
SANITARY PROVISIONS ............................................................................. 14
PUBLIC CONVENIENCE AND SAFETY, BARRICADES, LIGHTS AND
WARNING SIGNALS .................................................................................... 15
MAINTENANCE OF DRAINAGE AND ACCESS TO MUNICIPAL AND
PRIVATE UTILITIES ..................................................................................... 15
SITES TO BE KEPT CLEAN ......................................................................... 16
NOISE ELIMINATION ................................................................................... 16
USE OF EXPLOSIVES ................................................................................. 16
PROTECTION AND RESTORATION OF PROPERTY ................................. 16
EXISTING SURFACE, OVERHEAD AND UNDERGROUND STRUCTURES
17
MAINTENANCE OF SERVICE IN EXISTING STRUCTURES ...................... 18
RAILWAY AND HIGHWAY CROSSINGS ..................................................... 18
RESPONSIBILITY FOR LABOR, MATERIAL, EQUIPMENT AND DAMAGE
CLAIM ........................................................................................................... 19
CONTRACTOR'S RESPONSIBILITY FOR WORK ....................................... 19
SAFETY PRECAUTIONS AND ACCIDENT PREVENTION ......................... 19
REQUIREMENTS OF CONTRACT BOND ................................................... 20
PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE .................... 20
WORKMEN'S COMPENSATION INSURANCE ............................................ 22
COMPLIANCE WITH EXISTING CONTRACTS BETWEEN THE CITY OF
GOLDEN VALLEY AND OTHERS ................................................................ 22
SECTION VII - PROSECUTION AND PROGRESS ...................................................... 22
SUBLETTING OR ASSIGNMENT OF CONTRACT ...................................... 22
PROSECUTION OF WORK .......................................................................... 22
LIMITATIONS OF OPERATIONS ................................................................. 23
CHARACTER OF WORKMEN AND EQUIPMENT ....................................... 23
CONTRACTOR'S RIGHT TO REQUEST CHANGES ................................... 24
TEMPORARY SUSPENSION OF WORK ..................................................... 24
596
GC - iii
SUBSTANTIAL COMPLETION ..................................................................... 24
DETERMINATION AND EXTENSION OF CONTRACT TIME FOR
COMPLETION .............................................................................................. 25
FAILURE TO COMPLETE WORK ON TIME ................................................ 25
RIGHT OF THE CITY TO DECLARE CONTRACTOR IN DEFAULT ............ 26
COMPLETION OF THE WORK AFTER DEFAULT ...................................... 27
PARTIAL DEFAULT ...................................................................................... 28
TERMINATION OF CONTRACTOR'S RESPONSIBILITY ............................ 28
SECTION VIII - MEASUREMENT AND PAYMENT ...................................................... 28
MEASUREMENT OF QUANTITIES .............................................................. 28
SCOPE OF PAYMENT ................................................................................. 29
WORK COVERED BY CONTRACT PRICE .................................................. 29
BASIS OF PAYMENT ................................................................................... 29
PAYMENTS FOR INCREASED OR DECREASED QUANTITIES ................ 29
PAYMENT FOR SURPLUS MATERIALS ..................................................... 29
CLAIMS AND PROTESTS ............................................................................ 30
PAYMENT FOR UNCLASSIFIED AND FORCE ACCOUNT WORK ............ 32
PARTIAL PAYMENTS .................................................................................. 33
FINAL PAYMENT .......................................................................................... 33
CERTIFICATE OF COMPLIANCE OF MINNESOTA WITHHOLDING TAX .. 34
SECTION IX - MISCELLANEOUS PROVISIONS ......................................................... 34
NONDISCRIMINATION................................................................................. 34
GOVERNMENT DATA. ................................................................................. 35
VENUE AND FORUM. .................................................................................. 35
COUNTERPARTS. ....................................................................................... 35
ELECTRONIC SIGNATURES. ...................................................................... 35
NOTICES. ..................................................................................................... 36
SEVERABILITY ............................................................................................. 36
NO WAIVER OF LEGAL RIGHTS ................................................................. 36
597
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
598
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
599
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.
600
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
601
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
602
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.
603
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.
604
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.
605
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.
606
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.
607
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 Enginee r 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.
608
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.
609
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, sha ll
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.
610
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
the Engineer. Contractor shall also obey and enforce such other sanitary
611
GC - 15
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
incurred by the City due to flood conditions, or backing up of sanitary or storm
612
GC - 16
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
613
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.
614
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.
615
GC - 19
RESPONSIBILITY FOR LABOR, MATERIAL, EQUIPMENT AND DAMAGE CLAIM
To the fullest extent permitted by law, Contractor shall indemnify and hold harmless
the City and its agents and employees from and against claims, damages, losses,
and expenses, including but not limited to attorneys’ fees, arising out of or resulting
from performance of the Work, provided that such claim, damage, loss, or expense
is attributable to bodily injury, sickness, disease or death, or to injury to or
destruction of tangible property, but only to the extent caused by the negligent acts
or omissions of Contractor, a Subcontractor, anyone directly or indirectly employed
by them, or anyone for whose acts they may be liable, regardless of whether or not
such claim, damage, loss, or expense is caused in part by a party indemnified
hereunder. Such obligation shall not be construed to negate, abridge, or reduce
other rights or obligations of indemnity that would otherwise exist as to a party or
person described in this Section or any other obligations of indemnity under the
Contract Documents.
In claims against any person or entity indemnified under this Section by an
employee of Contractor, a Subcontractor, anyone directly or indirectly employed by
them, or anyone for whose acts they may be liable, the indemnification obligation
under this Section shall not be limited by a limitation on amount or type of damages,
compensation, or benefits payable by or for Contractor or a Subcontractor under
workers’ compensation acts, disability benefit acts, or other employee benefit acts.
CONTRACTOR'S RESPONSIBILITY FOR WORK
Until acceptance, the Work and all materials shall be under Contractor’s charge and
care, and Contractor shall take every reasonable precaution against injury or
damage to the Work or to any part thereof by the action of the elements or from any
other cause whatsoever. Contractor shall rebuild, repair, restore and make good, at
Contractor’s own expense, all injuries or damages to any portion of the Work
occasioned by any of the above causes before its completion and acceptance.
SAFETY PRECAUTIONS AND ACCIDENT PREVENTION
Contractor shall observe and comply with all requirements of the Engineer as to the
safety of the workforce to be employed on the Project. Contractor shall also comply
with all safety measures recommended or required by any governmental agency,
including the Department of Labor and Industry and the Division of Accident
Prevention of the Industrial Commission of Minnesota, and with the requirements of
the Workmen's Compensation Act and any amendments thereto.
Contractor shall be responsible for all safety issues on the Project. Contractor must,
however, comply with all orders from the City for implementing any additional
requirements relating to safety concerns.
616
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
617
GC - 21
X Hired Automobile
X City of Golden Valley named as Additional Insured
iii) General Liability Insurance:
a. Minimum Limits of Liability:
1. $2,000,000 – Per Occurrence
2. $3,000,000 – Annual Aggregate
b. Coverages:
X Bodily Injury
X Property Damage
X Personal Injury
X Blanket Contractual
X City of Golden Valley named as Additional Insured
iv) Professional Liability/Miscellaneous Liability Insurance:
Coverage for negligent acts, errors or omissions arising out of the
performance of professional services included in the Contract coverage shall
continue for a minimum of five (5) years.
a. Minimum limit of liability of $2,000,000 per occurrence
b. Deductible not to exceed $5,000 (if in excess, submit certified financial
statement)
c. If Claims-Made, please complete the following:
If prior acts coverage is restricted, advise the retroactive date of coverage:
______________.
Contractor’s policy(ies) shall be primary and non-contributory to any other valid and
collectible insurance available to the City with respect to any claim arising out of this
Contract, and shall provide the City with thirty (30) days advance written notice of
cancellations, non-renewals or reduction in limits or coverage or other material
change.
Contractor is responsible for payment of insurance deductibles. If Contractor is self-
insured, a Certification of Self-Insurance must be attached.
Insurance companies must have an “AM Best” rating of A -, class V or better, and be
authorized to do business in the State of Minnesota and must be satisfactory to the
City.
Each subcontractor shall furnish property damage and public liability insurance that
complies with all of the requirements stated, except as to amounts. Subcontractors
shall furnish property damage insurance and public liability insurance in amount
proportionate to their respective subcontracts, but such amounts shall be
satisfactory to the Engineer.
618
GC - 22
WORKMEN'S COMPENSATION INSURANCE
Contractor shall furnish Workmen's Compensation Insurance for its employees, and
must comply with all Workmen's Compensation Laws for the state of Minnesota.
The insurance company or companies, or the manner in which the compensation
insurance is carried, must be satisfactory to the City and to the Minnesota Industrial
Commission. The cost of Workmen's Compensation Insurance shall be included in
all lump sum and unit cost items under this Contract.
COMPLIANCE WITH EXISTING CONTRACTS BETWEEN THE CITY OF GOLDEN
VALLEY AND OTHERS
Contractor shall familiarize itself with all terms and provisions of contracts between
the City of Golden Valley and the City of Minneapolis in regards to wholesale
purchase of potable water; and with the Cities of Crystal and New Hope for the
storage distribution of potable water as may apply. Contractor shall similarly
familiarize itself with other contracts between the City of Golden Valley and other
municipalities, firms, corporations, or individuals relating in any manner whatsoever
to the subject matter of this Contract and shall conform to all of the requirements of
said contracts and shall do nothing which shall violate any of the provisions or
conditions imposed upon the City.
SECTION VII - PROSECUTION AND PROGRESS
SUBLETTING OR ASSIGNMENT OF CONTRACT
Contractor shall not sublet, sell, transfer, assign or otherwise dispose of the Contract
or any portion thereof, or of the Work, or of Contractor’s right, title or interest therein,
to any person, firm or corporation without the written consent of the City and
Contractor's Surety, and such consent shall not relieve Contractor in any way of full
responsibility for the performance of this Contract.
Contractor shall include a list of subcontractors with the Proposal. The City reserves
the right to reject any or all of the subcontractors.
PROSECUTION OF WORK
All dealings of the City will be with Contractor. No Work shall be started until the
Contract has been executed and written notice to proceed has been given to
Contractor.
Definite notice of intention to start the Work shall be given to the City at least five (5)
days in advance of beginning the Work. Such starting time shall be within ten (10)
calendar days after the date of receipt by Contractor of written notice to proceed.
The official starting time shall be taken as the date on which Contractor is notified in
writing by the Engineer that Contractor has fulfilled all preliminary requirements of
619
GC - 23
the City. The official Contract Time shall be in accordance with the Special
Conditions. Should the prosecution of the Work be discontinued temporarily by
Contractor for any reason, Contractor shall notify the Engineer at least twenty -four
(24) hours before again resuming operations and shall not resume operations until it
receives written approval from the Engineer.
Unless otherwise provided for elsewhere in these Specifications, Contractor shall
notify the City of the location at which Contractor intends to begin operations. The
Engineer shall have the right to change the point of beginning or the points of
operation of Contractor's work force.
The Work shall be prosecuted in such manner as to ensure its completion within the
Contract Time. In case of failure to prosecute the Work in such a manner as to
ensure its completion within the Contract Time, the Engineer shall have the right to
require Contractor to place in operation such additional force and equipment as are
deemed necessary by the Engineer.
LIMITATIONS OF OPERATIONS
In case of a dispute arising between two or more Contractors engaged on the same
work as to the respective rights or each under these Specifications, the Engineer
shall determine the matters at issue and shall define the respective rights of the
various interests involved in order to secure the completion of all parts of the Work in
harmony and with satisfactory results. Any such decisions by the Engineer shall be
final and binding on all parties and shall not in any way give rise to or provide a basis
for a claim for extra compensation by any of the parties.
CHARACTER OF WORKMEN AND EQUIPMENT
Contractor shall employ such superintendents, foremen and workmen as are careful
and competent, and the Engineer may demand in writing the dismissal of any person
or persons employed by Contractor in, about or upon the Work, who engages in
misconduct, or who is incompetent or negligent or refuses to comply with the
direction given. Any such person or persons shall not be employed again at the
Project without the written consent of the Engineer. Should Contractor continue to
employ such person or persons at the Project, the City may withhold all payments
which are or may become due, or the Engineer may suspend the Work until the
offending persons are dismissed. Contractor shall not employ any minors, as
defined by the Minnesota Workmen's Compensation Act, on the Project.
Contractor shall keep on the Project, during its progress, a competent
superintendent and any necessary assistants, all satisfactory to the Engineer. The
Superintendent shall meet all requirements contained in the Contract Documents,
including but not limited to those enumerated in Section 10 of the Special
Conditions, and shall not be changed except with the consent of the Engineer,
unless the superintendent proves unsatisfactory to Contractor and ceases to be in
Contractor’s employ. The superintendent shall represent Contractor in all matters
620
GC - 24
and have the authority to obtain equipment and manpower as needed to complete
the Work. All directions given to the superintendent shall be as binding as if they
were given to Contractor.
All machinery and equipment owned or controlled by Contractor which is proposed
to be used by Contractor on the Work shall be of sufficient size and in such
mechanical condition as to meet with the requirements of the Work and to produce a
satisfactory quality of work.
When so ordered by the Engineer, in writing, unsatisfactory equipment shall be
removed and replaced with equipment which will satisfactorily perform the Work. No
change in the machinery and equipment employed on the Project that has the effect
of decreasing its capacity shall be made except by written permission of the
Engineer.
The measure of the capacity of machinery and equipment shall be its actual
performance of the Work. Failure of Contractor to provide adequate equipment may
result in the annulment of the Contract as hereinafter provided.
CONTRACTOR'S RIGHT TO REQUEST CHANGES
If Contractor discovers, prior to or during construction anything in the Plans or
Specifications or in the supplementary directions issued by the Engineer which, in
the opinion of Contractor, appears to be faulty engineering or design, Contractor
shall immediately advise the Engineer in writing of Contractor’s concerns. If no
objection is raised by Contractor under the provisions of this paragraph, Contractor
waives any right to contest the provisions of the Contract on the basis of faulty
engineering or design.
TEMPORARY SUSPENSION OF WORK
The Engineer shall have the authority to suspend the Work, wholly or in part, for
such a period or periods as the Engineer may deem necessary due to conditions
considered unfavorable for the suitable prosecution of the Work, or for such time as
is necessary due to failure on the part of Contractor to carry out orders or perform
any or all provisions of the Contract. If the Engineer directs Contractor in writing to
suspend the Work, Contractor shall store all materials and equipment in such a way
as to not obstruct or impede public travel or work on adjacent contracts. Contractor
shall not suspend the Work without written authority from the Engineer.
SUBSTANTIAL COMPLETION
When Contractor considers that the Work, or a portion thereof which the City agrees
to accept separately, is substantially complete, Contractor shall prepare and submit
to the Engineer a comprehensive list of items to be completed or corrected prior to
final payment. Failure to include an item on such list does not alter the responsibility
of Contractor to complete all Work in accordance with the Contract Documents.
621
GC - 25
Upon receipt of Contractor’s list, the Engineer or the Inspector shall inspect the Work
to determine whether it is substantially complete. If the inspection discloses any
item, whether or not included on Contractor’s list, which is not sufficiently complet e
in accordance with the Contract Documents so that the City can occupy or utilize the
Work or designated portion thereof for its intended use, Contractor shall, before
issuance of the Certificate of Substantial Completion, complete or correct such item.
In such case, Contractor shall then submit a request for another inspection by the
Engineer to determine Substantial Completion.
When the Work or designated portion thereof is substantially complete as
determined by the Engineer, the Engineer shall prepare a Certificate of Substantial
Completion that shall establish the date of Substantial Completion; establish
responsibilities of the City and Contractor for security, maintenance, damage to the
Work and insurance; and fix the time within which Contractor shall finish all items on
the list accompanying the Certificate. Warranties required by the Contract
Documents shall commence on the date of Substantial Completion of the Work or
designated portion thereof unless otherwise provided in the Certificate of Substantial
Completion.
The Certificate of Substantial Completion shall be submitted to the City and
Contractor for their written acceptance of responsibilities assigned to them in the
Certificate. Upon such acceptance, and consent of surety if any, the City shall make
payment of retainage applying to the Work or designated portion thereof. Such
payment shall be adjusted for Work that is incomplete or not in accordance with the
requirements of the Contract Documents.
DETERMINATION AND EXTENSION OF CONTRACT TIME FOR COMPLETION
Contractor shall perform fully, entirely, and in an acceptable manner, the Work
contracted for within the time stated in the Contract.
If Contractor finds that it will be impossible to complete the Work on or before the
Contract Time, Contractor shall request an extension of the Contract Time as set
forth in Section 4 of the Special Conditions.
In case such extension is not granted, the right to proceed with the Work may be
considered as forfeited as of the Contract Time, including all agreed upon
adjustments, and the City, without violating the Contract, may proceed immediately
to take over the Work, materials and equipment and make final settlement of costs
incurred as provided for in Paragraph 7 below, except that it shall not be necessary
to give Contractor written ten (10) days’ notice for such forfeiture.
FAILURE TO COMPLETE WORK ON TIME
Should Contractor fail to complete the Work on or before the Contract Time, taking
into consideration all agreed upon extensions, the City may permit Contractor to
622
GC - 26
proceed and there shall be deducted from any monies due or that may become due
Contractor the amount agreed upon as liquidated damages under section 4 the
Special Conditions of the Agreement. Liquidated damages shall continue to accrue
until the unfinished Work is completed whether Contractor finishes the Work or the
Work is finished by an alternate contractor.
Permitting Contractor to continue and finish the Work or any part of it after the
Contract Time, or after the date to which the Contract Time may have been
extended, shall in no way operate as a waiver on the part of the City of any of its
rights. Neither by the taking over of the Work by the City, nor by the annulment of
the Contract, shall the City forfeit the right to recover liquidated damages from
Contractor or Contractor’s Surety for failure to complete the Contract.
RIGHT OF THE CITY TO DECLARE CONTRACTOR IN DEFAULT
In addition to those instances specifically referred to in the Contract Documents, the
City shall have the right to declare Contractor in default of the whole or any part of
the Work if:
A. Contractor becomes insolvent;
B. Contractor makes an assignment for the benefit of creditors pursuant to the
Statutes of the State of Minnesota;
C. A voluntary or involuntary petition in bankruptcy be filed by or against Contractor;
D. Contractor fails to commence work when notified to do so by the Engineer;
E. Contractor shall abandon the Work;
F. Contractor shall refuse to proceed with the Work when and as directed by the
Engineer;
G. Contractor shall, without just cause, reduce its working force to a number which,
if maintained would be insufficient, in the opinion of the Engineer, to complete the
Work in accordance with the approved progress schedule, and shall fail or refuse
to sufficiently increase such working force when ordered to so by the Engineer;
H. Contractor shall sublet, assign, transfer, convey or otherwise dispose of this
Contract other than as herein specified;
I. A receiver or receivers are appointed to take charge of Contractor's property or
affairs;
J. The Engineer shall be of the opinion that Contractor is or has been knowingly,
willfully or in bad faith, violating any of the provisions of this Contract;
K. The Engineer shall be of the opinion that Contractor is or has been
unnecessarily, unreasonable or willfully delaying the performance and completion
623
GC - 27
of the Work, or the award of a necessary subcontract or the placing of necessary
material or equipment orders;
L. The Engineer shall be of the opinion that the Work cannot be completed within
the Contract Time, taking into consideration all agreed upon amendments to the
Contract Time; provided, however, that the impossibility of timely completion is,
in the Engineer's opinion, attributable to conditions within Contractor's control;
M. The Engineer shall be of the opinion that Contractor is not or has not been
executing the Contract in good faith and in accordance with its terms; or
N. The Work is not completed within t within the Contract Time, taking into
consideration all agreed upon amendments to the Contract Time.
Before the City shall exercise its right to declare Contractor in default by reason of
the conditions set forth in items numbered 1, 4-7, 10-13, or 14, it shall give
Contractor an opportunity to be heard, on two days’ notice, at which hearing
Contractor may have a stenographer present; provided, however, that a copy of
such stenographic notes, if any, shall be furnished to the City.
The right to declare in default for any of the grounds specified or referred to above
shall be exercised by sending Contractor a notice, signed by the Engineer, setting
forth the grounds upon which such default is declared. Upon receipt of such notice,
Contractor shall immediately discontinue all further operations under this Contract
and shall immediately quit the site, leaving untouched all plant, materials,
equipment, tools and supplies then on the site.
COMPLETION OF THE WORK AFTER DEFAULT
The City, after declaring Contractor in default, may then have the Work completed
by such means and in such manner, by contract with or without public letting or
otherwise, as it may deem advisable, utilizing for such purpose such of Contractor's
plant, materials, equipment, tools, and supplies remaining on the site, and also such
subcontractors as it may deem advisable.
After such completion, the Engineer shall make a certificate stating the expense
incurred in such completion, which shall include the cost of re -letting and also the
total amount of liquidated damages (at the rate provided for in the Specifications)
from the date when the Work should have been completed by Contractor in
accordance with the Contract Documents to the date of actual completion of the
Work. Such certificate shall be binding and conclusive upon Contractor in
accordance with the terms hereof to the date of actual completion of the Work. Such
certificate shall be binding and conclusive upon Contractor, Contractor’s Sureties,
and any person claiming under Contractor, as to the amount thereof.
The expense of such completion, as so certified by the Engineer shall be charged
against and deducted out of such monies as would have been payable to Contractor
624
GC - 28
if it had completed the Work; the balance of such monies, if any, subject to the other
provisions of this Contract, to be paid to Contractor without interest after such
completion. Should the expense of such completion exceed the total sum which
would have been payable under this Contract if the same had been completed by
Contractor, any such excess shall be paid by Contractor to the City upon demand. If
Contractor fails to pay the City promptly for such excess costs, the City may at its
discretion submit a claim to Contractor’s Surety for such reimbursements.
PARTIAL DEFAULT
In case the City shall declare Contractor in default as to a part of the Work only,
Contractor shall discontinue such part, shall continue performing the remainder of
the Work in strict conformity with the terms of the Contract, and shall in no way
hinder or interfere with any other contractors or persons whom the City may engage
to complete the Work as to which Contractor was declared in default.
The provisions of the clauses herein relating to declaring Contractor in default as to
the entire Work shall be equally applicable to a declaration of partial default, except
that the City shall be entitled to utilize for completion of the Work as to which
Contractor was declared in default only such plant, materials, equipment, tools and
supplies as had been previously used by Contractor on such part.
TERMINATION OF CONTRACTOR'S RESPONSIBILITY
Except as otherwise provided for in these Specifications and in Contractor’s bond,
Contractor’s responsibility for all Work and materials under this Contract shall
continue until the expiration date of the warranty. The warranty shall commence on
the date of Final Completion of the Work.
SECTION VIII - MEASUREMENT AND PAYMENT
MEASUREMENT OF QUANTITIES
Measurement of all Work acceptably completed will be made in accordance with the
system in which the Contract is let, either U.S. Standard or International System
(metric). Such measurements will be used as a basis for the computation of the
quantities of Work performed. Quantities designated to be measured by linear units
will be taken horizontally. Where Work is to be paid for by units of length, area,
volume or mass, only the net amount of Work actually performed, as it shall appear
in the finished Work and measured as hereinafter specified shall be paid for, local
customs to the contrary notwithstanding. Calculation of area quantities where the
computation of the areas by geometric methods would be comparatively laborious, it
is stipulated and agreed that the City’s computer aided drafting system shall be used
as the method of measurement.
625
GC - 29
SCOPE OF PAYMENT
Contractor shall receive and accept the compensation as herein provided, in full
payment for furnishing all materials, labor, tools, equipment, royalties, fees,
insurance, permits, bonds, etc., and for performing all Work contemplated and
embraced under the Contract, also for all loss or damage arising out of the nature of
the Work, or from the action of the elements, the expiration of the warranty to the
City, and for all risks connected with the prosecution of the Work, also for all
expenses incurred by, or in consequence of the suspension or discontinuance of
said prosecution of the Work as herein specified, and for completing all of the Work
embraced in the Contract.
WORK COVERED BY CONTRACT PRICE
Contractor shall, under Contractor’s contract unit prices, furnish and pay for, all
material and incidental work, furnish all accessories, and do everything which may
be necessary to carry out the Contract in good faith, which contemplates everything
completed, in good working order, of good material, with good and accurate
workmanship.
BASIS OF PAYMENT
Where Work is to be paid by linear, area, volume, mass, or by each individual units
Contractor’s cost for all materials, labor, tools and equipment required to complete
the Work, notwithstanding that while the Work may not be fully shown on the
drawings, it may be described in the Specifications and vice -versa.
PAYMENTS FOR INCREASED OR DECREASED QUANTITIES
Whenever the quantity of any item of Work as given in the Proposal shall be
increased or decreased, payment for such item of Work will be made on the basis of
the actual quantity completed at the unit price for such item named in the Proposal,
except as otherwise provided in Section III - Paragraph 2 of these General
Conditions, and in the detail Specifications for each class of Work.
PAYMENT FOR SURPLUS MATERIALS
Payment for materials that have been ordered in furtherance of the Work, but that
are not to be used because (1) of cancellation of the Contract or a portion thereof;
(2) of an order to terminate the Work before completion of the entire unit; or (3) the
quantity ordered by the Engineer was in excess of the quantity needed, will be made
in accordance with this section, unless Contractor or one of Contractor’s suppliers
elects to take possession of the surplus material without expense to the City.
Payment for surplus materials that have been purchased and shipped or delivered to
the Project will be made at the Contract bid price when the pay item covers the
furnishing and delivering of the material only.
626
GC - 30
When the Contract bid price covers the furnishing and placing of the material, the
City will take possession of the surplus materials that have been purchased and
shipped or delivered to the Project, or will order the material returned to the supplier
for credit and will pay the Contractor the actual purchase price of the material plus
transportation costs, to which will be added fifteen percent (15%) of the total thereof,
and from which will be deducted any credits received by the Contractor for materials
returned.
Materials that have been ordered but have not been consigned for shipment shall be
paid for upon delivery the same as materials in transit or delivered only when the
supplier is unwilling to cancel or modify the order such as in the case of materials
requiring special manufacture, fabrication, or processing so as to be unsuitable for
general use.
In no case shall payment for surplus materials exceed the Contract Price for the
materials complete in place. Contractor shall furnish invoices or an affidavit showing
the purchase price and transportation charges on materials to be taken over by the
City.
Surplus materials that are taken over by the City shall be delivered to the storage
sites designated by the Engineer.
Except as above provided, no payment shall be made to Contractor for any
materials that are not incorporated in the Work. Materials shall be ordered in the
quantities needed unless a specific quantity is to be furnished by direct order of the
Engineer.
CLAIMS AND PROTESTS
A. General
A Claim is a demand or assertion by one of the parties seeking, as a matter of right,
payment of money, a change in the Contract Time, or other relief with respect to the
terms of the Contract. The term “Claim” also includes other disputes and matters in
question between the City and Contractor arising out of or relating to the Contract.
The responsibility to substantiate Claims shall rest with the party making the Claim.
This Section does not require the City to file a Claim in order to impose liquidated
damages in accordance with the Contract Documents.
B. Time Limit on Claims
The City and Contractor shall commence all Claims and causes of action against the
other and arising out of or related to the Contract, whether in contract, tort, breach of
warranty or otherwise, in accordance with the requirements of this Section and
within the period specified by applicable law, but in any case not more than one year
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.
627
GC - 31
C. Notice of Claims
Claims by either the City or Contractor shall be initiated by notice to the other party
and shall be initiated within ten (10) days after occurrence of the event giving rise to
such Claim or within ten (10) days after the claimant first recognizes, or reasonably
should have recognized, the condition giving rise to the Claim, whichever is later.
Any Claim not made within ten (10) days shall be deemed waived.
D. Continuing Contract Performance
Pending final resolution of a Claim, except as otherwise agreed in writing, Contractor
shall proceed diligently with performance of the Contract and the City shall continue
to make payments in accordance with the Contract Documents. The Contract Price
and Contract Time shall be adjusted in accordance with the resolution of the Claim,
subject to the right of either party to proceed in accordance with this section.
E. Claims for Additional Cost
If Contractor wishes to make a Claim for an increase in the Contract Price, notice as
provided in Subsection 1C above shall be given before proceeding to execute the
portion of the Work that is the subject of the Claim. Prior notice is not required for
Claims relating to an emergency endangering life or property.
F. Claims for Additional Time
If Contractor wishes to make a Claim for an extension of the Contract Time,
Contractor shall request an extension as set forth in Section 4 of the Special
Conditions.
G. Mediation
Claims, disputes, or other matters in controversy arising out of or related to the
Contract, except those waived as provided for in the Contract Documents, shall be
subject to mediation as a condition precedent to commencement of litigation. The
parties shall endeavor to resolve their Claims by mediation which shall be
administered by a mediator mutually agreed upon by the parties.
A request for mediation shall be made in writing, delivered to the other party to the
Contract and shall be completed within ninety (90) days from the date the request for
mediation was delivered to the other party. The parties shall share the mediator’s
fee and any filing fees equally. The mediation shall be held in Hennepin County,
Minnesota, unless another location is mutually agreed upon. Agreements reached in
mediation shall be enforceable as settlement agreements in any court having
jurisdiction thereof.
628
GC - 32
PAYMENT FOR UNCLASSIFIED AND FORCE ACCOUNT WORK
Unclassified Work authorized by the Engineer, will be paid for at a unit price, lump
sum or on a Force Account basis. All Force Account Work shall be paid for in the
following manner:
A. For all labor and foremen in the direct charge of the specific Work, Contractor will
receive the actual wages paid for each and every hour that said labor and
foreman are actually engaged in such Work, plus the cost of bond, insurance and
taxes, to which cost shall be added twenty (20) percent of the sum thereof. No
charge shall be made by Contractor for organization or overhead expense.
B. For all materials used, Contractor will receive the actual cost of such materials
including freight charges as shown by original receipted bills, to which cost shall
be added ten (10) percent of the sum thereof. Where materials are specifically
purchased for use on Unclassified Work but are taken from Contractor's stock,
Contractor shall submit an affidavit of the quantity, price and freight on such
materials in lieu of original bills and invoices. This affidavit shall be approved by
the Engineer.
C. For any machinery, trucks or equipment, including fuel and lubricants, which it
may be deemed necessary or desirable to use, Contractor will receive a
reasonable rental price, to be agreed upon in writing before such Work is begun,
for each and every hour that said machinery, trucks and equipment are in use on
such Work, and to which sum no percentage will be added. Such rental price
shall not exceed the rates established by the A.G.C. for this district.
The compensation as herein provided shall be received by Contractor as payment in
full for Unclassified Work done by Force Account and said twenty (20) percent for
labor and said ten (10) percent for materials shall be agreed to cover profit,
superintendence, general expense, overhead, and the use of small tools and
equipment for which no rental is allowed.
Contractor or Contractor’s representative and the Engineer or the Engineer’s
representative shall compare records of Force Account Work at the end of each day.
Copies of these records shall be made in triplicate on Force Account forms, provided
for this purpose by the Engineer and signed by both parties. To all such claims for
Force Account Work, Contractor shall attach receipted bills for, or affidavit of,
materials used and freight receipts covering freight on such materials used, and said
claims shall be presented to the Engineer for payment not later than the twentieth
(20th) day of the month following that in which the Work was actually performed and
shall include all labor charges and material charges insofar as they can be verified.
Should Contractor refuse or fail to prosecute such Unclassified Work as directed, or
to submit this claim as required, the City may withhold payment of all current
629
GC - 33
estimates until Contractor's refusal or failure is eliminated, or, after giving Contractor
due notice, the City may make payment for said Work on a basis of a reasonable
estimate of the value of the Work performed.
PARTIAL PAYMENTS
Unless payments are withheld by the City for reasons herein before stated, payment
will be made at least once a month on a basis of ninety -five (95) percent of the Work
done, provided that the Work is progressing to the satisfaction of the Engineer;
provided further, however, that when ninety-five (95) percent or more of the Work is
completed, the City, in its sole discretion, may determine that something less than
five (5) percent need be retained to protect the City's interest in satisfactory
completion of the Contract.
Monthly estimates may include the value of acceptable materials required for the
Work, which have been delivered to the Project, and for which acceptable provisions
have been made for the preservation and storage. From the total value of the
materials so reported, five (5) percent shall be retained. Such material, when so
paid for by the City, shall become the property of the City and in the event of default
on the part of Contractor, the City may use or cause to be used such materials in the
construction of the Work provided for in the Contract. The amount thus paid by the
City for materials shall go to reduce estimates due Contractor as the materials are
used in the Work.
Minnesota Statutes, Sections 337.10, subd. 3 and 471.425, subd. 4a, requires that
Contractor pay any subcontractors within ten (10) days after receipt of payment from
the City for undisputed services provided by the subcontractor. Contractor shall
provide proof to the City of payment to subcontractors in the form of check copies or
receipts. If Contractor fails to make payments to subcontractors for undisputed
Work, Contractor shall pay interest of one and one -half percent (1-1/2%) per month
of any amounts not paid on time to subcontractors, with a minimum monthly interest
penalty payment of ten dollars ($10).
No release of any retained percentage will be made without the written approval of
the Surety or Sureties, which approval shall be obtained by Contractor. Any such
release may be optional with the City.
FINAL PAYMENT
Upon receipt of Contractor’s notice that the Work is ready for final inspection and
acceptance, the Engineer shall promptly make such inspection as provided in
section IV(10) of these General Conditions. When the Engineer finds the Work
acceptable under the Contract Documents and the Contract fully performed, the
Engineer will prepare a final estimate containing complete quantities of each and
every item of Work performed by Contractor, and the value thereof (the “Final Pay
Estimate”). Upon acceptance of the Final Pay Estimate by Contractor, the Engineer
will (i) issue a Certificate of Final Completion; (ii) forward the Certificate of Final
630
GC - 34
Completion and Final Pay Estimate to the City Finance Director for payment; and (iii)
notify Contractor and Contractor’s Surety or Sureties of the acceptance of the Work.
The date of Final Completion of the Contract shall be the date on the Certificate of
Final Completion and the action of the City by which Contractor is bound and the
Contract concluded shall be evidenced by the Certificate of Final Completion and
Final Payment. All prior certificates or estimates upon which payments may have
been made are merely partial estimates and subject to correction in the final
payment.
CERTIFICATE OF COMPLIANCE OF MINNESOTA WITHHOLDING TAX
Final payment will not be made until Contractor shall have filed with the City
evidence, in the form of an affidavit, lien waiver or such other evidence as may be
required, that all claims against Contractor by reason of the Contract have been fully
paid or satisfactorily secured. In case such evidence is not furnished, the City may
retain out of any amount due said Contractor sums sufficient to cover all lienable
claims unpaid.
Before final payment is made for the Work on this project, Contractor must make a
satisfactory showing that it has complied with the provisions of Minnesota Statutes
Section 290.92 requiring the withholding of State Income Tax for wages paid
employees on this project. Receipt by the City Engineer of a Certificate of
Compliance from the Commissioner of Taxation will satisfy this requirement.
Contractor is advised that before such Certificate can be issued, Contractor must
first place on file with the Commissioner of Taxation an affidavit, in the form of an IC-
134, that Contractor has complied with the provisions of Minnesota Statutes Section
290.92.
SECTION IX - MISCELLANEOUS PROVISIONS
NONDISCRIMINATION.
Contractor agrees:
A. That it shall not, in the hiring of labor or employees for the performance of any
work under this Agreement, by reason of any race, creed, color, national origin,
sex, gender identity, sexual orientation, or disability discriminate against any
person who is qualified and available to perform the Work;
B. That it shall not, in any manner, discriminate against, intimidate or prevent the
employment of any person identified in clause (a) of this section, or on being
hired, prevent or conspire to prevent, the person from the performance of any
631
GC - 35
work under this Agreement on account of the persons race, creed, color, national
origin, sex, gender identity, sexual orientation, or disability; and
C. That it shall not intentionally refuse to do business with, refuse to contract with, or
discriminate in the terms, conditions, or performance of any agreement related to
the Work to be performed under this Agreement because of a person’s race,
creed, color, national origin, sex, gender identity, sexual orientation, or disability,
unless the alleged refusal is because of a legitimate business purpose.
GOVERNMENT DATA.
Contractor acknowledges that, to the extent this Agreement requires Contractor to
perform a government function, all of the data created, collected, received, stored,
used, maintained or disseminated by Contractor in performing government functions
is subject to the requirements of the Minnesota Government Data Practices Act
(Minn. Stat. § 13.01 et. seq. the “MGDPA”), except to the extent the data is
privileged pursuant to an exception to or exclusion from the MGDPA, and that
Contractor must comply with the MGDPA as if Contractor were a government entity,
including the remedies in Minn. Stat. §13.08, subject to any other appropriate
exception to or exclusion from the MGDPA. Contractor agrees to promptly notify the
City of any request for data that Contractor receives related to this Agreement.
VENUE AND FORUM.
This Agreement shall be interpreted in accordance with Minnesota law and any suit
or litigation between the parties arising out of this Agreement shall be filed, tried and
litigated only in Hennepin County District Court in the state of Minnesota.
COUNTERPARTS.
This Agreement may be executed in any number of counterparts, including
electronically. Each counterpart constitutes an original and all counterparts
collectively constitute one and the same instrument. The signatures of the parties
need not appear on the same counterpart.
ELECTRONIC SIGNATURES.
Except as otherwise stated herein, documents executed, scanned and transmitted
electronically and electronic signatures shall be deemed original signatures for
purposes of this Agreement and all related matters. All scanned and electronic
signatures shall have the same legal effect as original signatures. This Agreement,
any other document necessary for the consummation of the transaction
contemplated by this Agreement may be accepted, executed or agreed to through
the use of an electronic signature in accordance with the Uniform Electronic
Transactions Act, Minnesota Statutes Chapter 325L. Any document accepted,
632
GC - 36
executed or agreed to in conformity with such laws will be binding on each party as if
it were physically executed.
NOTICES.
Any notices or communications required or permitted by this Agreement must be (i)
given in writing; and (ii) personally delivered, mailed, by prepaid certified mail, or
transmitted by facsimile or electronic mail transmission (including email or PDF), to
the intended party at the mailing address or email address of such party as follows:
To City: To Contractor:
City of Golden Valley
Attn: Jeff Oliver
7800 Golden Valley Road
Golden Valley, MN 55427
joliver@goldenvalleymn.gov
SEVERABILITY
If any term or provision of the Contract Documents shall be invalid, illegal or
unenforceable, the validity, legality and enforceability of the remaining provisions
shall not in any way be affected or impaired thereby and such provision shall be
ineffective only to the extent of such invalidity, illegality or unenforceability.
NO WAIVER OF LEGAL RIGHTS
Duties and obligations imposed by the Contract Documents and rights and remedies
available thereunder shall be in addition to and not a limitation of duties, obligations,
rights, and remedies otherwise imposed or available by law. No action or failure to
act by the City, or Engineer shall constitute a waiver of a right or duty afforded them
under the Contract, nor shall such action or failure to act constitute approval of or
acquiescence in a breach thereunder, except as may be specifically agreed upon in
writing.
633
EXECUTIVE SUMMARY
Parks & Recreation
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
3D.1. Adopt Resolution No. 24-024 for Acceptance of Donation From Friends of Larry Larson For a Golf
Bench to be Located on Brookview Golf Course.
Prepared By
Sheila VanSloun, Parks & Recreation Administrative Assistant
Ben Disch, Brookview Golf Manager
Janelle Crossfield, Director of Parks and Recreation
Summary
As adopted in the Donation/Gift Policy, 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. All donations and
grants must be acknowledged and accepted by motion with a simple majority.
Financial or Budget Considerations
Not applicable.
Legal Considerations
Not required.
Equity Considerations
Providing unbiased programs and services through infrastructure that supports and advances diversity,
equity, and inclusion in all Golden Valley parks.
Recommended Action
Motion to adopt Resolution No. 24-024 accepting the donation from friends of Larry Larson for a golf
bench to be located on Brookview Golf Course.
Supporting Documents
Resolution No. 24-024 - Donation - Larry Larson Golf Bench
634
RESOLUTION NO. 24-024
RESOLUTION ACCEPTING THE DONATION OF A BENCH FROM THE FRIENDS OF
LARRY LARSON BE LOCATED AT BROOKVIEW GOLF COURSE
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. A cash donation must be acknowledged and accepted by motion with a simple
majority.
NOW, THEREFORE, BE IT RESOLVED that the City Council accept the following
donations on behalf of its citizens:
$1,000 donation from the friends of Larry Larson for the addition of a golf course
bench for Brookview Golf patrons.
Adopted by the City Council of Golden Valley, Minnesota this 19th day of March, 2024.
_____________________________
Roslyn Harmon, Mayor
ATTEST:
_____________________________
Theresa Schyma, City Clerk
635
EXECUTIVE SUMMARY
Police
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
3D.2. Approve Resolution No. 24-025 Accepting a Donation for the Law Enforcement-Community
Engagement Training Conference Scholarship for Police Chief Virgil Green Sr. on May 2nd-5th From the
U.S. Department of Justice
Prepared By
Keith Curtis, Police Office Assistant
Virgil Green, Police Chief
Summary
As adopted in the Donation/Gift Policy, 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. All donations and
grants must be acknowledged and accepted by motion with a simple majority.
Financial or Budget Considerations
In receiving this sponsorship through the DOJ grant that covers the conference registration will off set
a portion of the expenses to attend this conference.
Legal Considerations
N/A
Equity Considerations
The PLETC conference is being held to provide law enforcement and other stakeholders more
equitable ways to engage with the public regarding community engagement.
Recommended Action
Motion to adopt Resolution No. 24-025 accepting the donation of $399.00 in the form of a scholarship
from the U.S. Department of Justice for the Law Enforcement-Community Engagement Training
conference on May 2nd-5th.
Supporting Documents
Resolution No. 24-025 - Donation for Police Chief's Conference
636
RESOLUTION NO. 24-025
RESOLUTION ACCEPTING A DONATION OF A SCHOLARSHIP FROM THE
BUREAU OF JUSTICE ASSISTANCE AT THE U.S. DEPARTMENT OF JUSTICE
WHEREAS,the City Council adopted Resolution No. 04-20 on 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. A cash donation must be acknowledged and accepted by motion with a
simple majority.
NOW THEREFORE, BE IT RESOLVED, that the City Council accept the
following donations on behalf of its residents:
$399.00 in the form of a scholarship covering the registration fee from the U.S.
Department of Justice for the Law Enforcement-Community Engagement Training
conference on May 2nd-5th.
Adopted by the City Council of the City of Golden Valley, Minnesota this 6
th day of
March 2024.
______________________________
Roslyn Harmon, Mayor
ATTESTED:
______________________________
Theresa Schyma, City Clerk
637
EXECUTIVE SUMMARY
Community Development
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
4A. Public Hearing Regarding 4707 Circle Down Easement Vacation, Resolution No. 24-026
Prepared By
RJ Kakach, PE, Assistant City Engineer
Summary
In July of 2023, the City Council approved a minor subdivision, a land use/zoning change to Single-
Family Residential (R-1), and a preliminary plat for an undeveloped portion of right-of-way (ROW)
located in the southwestern most portion of the North Tyrol neighborhood. The proposed address for
the property is 4707 Circle Down. The City of Golden Valley is the current owner of the ROW and is
working through the platting process for the property in order for it to be utilized for the construction
of a single-family home in partnership with the Greater Metropolitan Housing Corporation, as part of
Golden Valley's Home Ownership Program for Equity (HOPE). A final plat will also be considered for
approval as a New Business item on tonight's agenda.
The proposed property was originally platted with a handful of other lots as part of the Moshou
Addition in 1965. In the late 80s, the Minnesota Department of Transportation (MnDOT) acquired
portions of the property for highway construction and ROW purposes for the construction on I-394.
The property was never used for MnDOT purposes and they turned it back to the City of Golden
Valley. The drainage and utility (D&U) easement that is being requested to be vacated was originally
designed for the parcels within the Moshou Addition plat. The City of Golden Valley does not need this
existing D&U easement since it does not align with the proposed lot for 4704 Circle Down.
A notice of public hearing regarding the proposed D&U easement vacation was published and posted
in the local newspaper. Affected properties were also notified as part of the vacation process. A letter
was also sent to all private utility companies requesting their review and comment, and there have
been no objections to this easement vacation. Because the existing D&U easement is partially located
in MNDOT right-of-way, so engineering also informed MnDOT on of the requested D&U easement
vacation and they had no objections. The D&U easement is not adjacent to a public water, so a notice
to the Commissioner of Natural Resources was not required.
Financial or Budget Considerations
NA
Legal Considerations
The vacation process is consistent with State Statute and the resolution has been reviewed by the City
638
Attorney.
Equity Considerations
HOPE seeks to develop this parcel as an affordable home through its building partners as well as the
local land trust group, Homes Within Reach. The home would be targeted to a household making 60-
80% of Area Median Income (AMI).
Recommended Action
Motion to approve Resolution No. 24-026 vacating drainage and utility easement Moshou Addition
plat. This action will require a 4/5ths vote for approval.
Supporting Documents
Resolution No. 24-026 - HOPE - 4707 Circle Down DU Easement Vacation
4707 Circle Down Easement Vacation Map
639
RESOLUTION NO. 24-026
A RESOLUTION VACATING PLATTED DRAINAGE AND UTILITY EASEMENT
MOSHOU ADDITION (LOTS 1, 2, AND 3, BLOCK 1)
WHEREAS, an undeveloped portion of right of way in the southwest portion of the
North Tyrol Hills neighborhood is under consideration for affordable housing in
association with the HOPE program; and
WHEREAS, this action will require a new plat for this parcel; and
WHEREAS, the existing platted drainage and utility easement associated with the
Moshou Addition is no longer required upon approval of the new plat for the 4707 Circle
Down property; and
WHEREAS, a public hearing to consider the vacation of such easement was held
on March 19, 2024 before the City Council in the City Hall located at 7800 Golden Valley
Road, Golden Valley, MN at 6:30 p.m. after due published and posted notice had been
given, as well as notice to all affected property owners. All interested and affected persons
were given an opportunity to voice their concerns and be heard.
NOW THEREFORE, BE IT RESOLVED,BY THE CITY COUNCIL OF THE CITY
OF GOLDEN VALLEY, MINNESOTA that this Council approves the vacation of the
easement described as follows and is hereby vacated:
The platted drainage and utility easements within Lots 1, 2, and 3, Block 1, of Moshou
Addition, City of Golden Valley, Hennepin County, State of Minnesota
Passed by the City Council of the City of Golden Valley, Minnesota this 19th day of March,
2024.
____________________________
Roslyn Harmon, Mayor
Attested:
____________________
Theresa Schyma, City Clerk
640
G
GNatchez Ave SCircle DownOttawa Ave S4707
4700
0 50 10025Feetby the City of Golden Valley, 1/8/2024 I
Easement to be Vacated
Platted Utility and Drainage Easement
MnDOT R OWMnDOT R OW
641
EXECUTIVE SUMMARY
Administrative Services
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
6A. Adopt Resolution No. 24-027 Awarding the Sale of $3,710,000 G. O. Improvement Bonds
Prepared By
Kyle Sawyer, Interim Finance Director
Summary
The proceeds of the $3,710,000 General Obligation Improvement Bonds, Series 2024A will finance the
street and projects included in the 2024 Pavement Management Program (PMP). City Council
approved the project and special assessments on March 6, 2024. The debt service on these bonds will
be paid from tax levies and special assessments levied against benefited properties.
Stacie Kvilvang, Senior Municipal Advisor from Ehlers, will be in attendance to present the bid results
that will be received the morning of March 19, 2024. Figures will be filled in when the final numbers
are known from the bidding process. If the City Council desires to proceed with these bond sales they
should adopt the attached resolution.
Financial or Budget Considerations
Bond proceeds along with special assessments pay for the improvements that coincide with the 2024
PMP. The 2024-2033 Capital Improvement Program (CIP) (S-001) has $5,500,000 for the 2024 PMP.
The Resolution will be updated when results are available the morning of March 19, 2024.
Legal Considerations
Kennedy-Graven, the City's bond attorneys, worked with staff on the legal items for selling the bonds
for the 2024 Pavement Management Program.
Equity Considerations
N/A
Recommended Action
Motion to adopt Resolution No. 24-027 awarding the sale of $3,710,000 General Obligations
Improvement Bonds, Series 2024A, fixing their form and specifications: directing their execution and
delivery, and providing for their payment.
Supporting Documents
Resolution No. 24-027 - Awarding the Sale of Bonds for the 2024 PMP
642
1
GL135-52-932864.v1
RESOLUTION NO. 24-027
A RESOLUTION AWARDING THE SALE OF
$3,710,000 GENERAL OBLIGATION
IMPROVEMENT BONDS, SERIES 2024A
FIXING THEIR FORM AND SPECIFICATIONS;
DIRECTING THEIR EXECUTION AND DELIVERY;
AND PROVIDING FOR THEIR PAYMENT
BE IT RESOLVED By the City Council of the City of Golden Valley, Hennepin County,
Minnesota (the “City”) as follows:
Section 1.Sale of Bonds.
1.01.Authorization. It is hereby determined that it is necessary and expedient that the
City issue its $3,710,000 General Obligation Improvement Bonds, Series 2024A (the “Bonds”)
pursuant to Minnesota Statutes, Chapters 429 and 475, as amended (the “Act”) to provide
financing for certain assessable public improvements in the City, including without limitation the
City’s 2024 Pavement Management Program (the “Improvements”). The City is authorized by
Minnesota Statutes, Section 475.60, subdivision 2(9) to negotiate the sale of the Bonds if the City
has retained an independent municipal advisor in connection with such sale. The City has retained
Ehlers and Associates, Inc., in Roseville, Minnesota as an independent municipal advisor in
connection with the sale of the Bonds. The actions of the City staff and the City’s municipal
advisor in negotiating the sale of the Bonds are ratified and confirmed in all aspects.
1.02.Award to the Purchaser and Interest Rates. The proposal __________,
__________, _________ (the “Purchaser”) to purchase the Bonds of the City described in the
Terms of Proposal is hereby found and determined to be a reasonable offer and is hereby accepted.
The successful proposal is to purchase the Bonds at a price of $__________ (par amount of
$3,710,000.00, plus a [net] premium of $___________ less an underwriter’s discount of
$____________), for Bonds bearing interest as follows:
Year of
Maturity
Interest
Rate
Year of
Maturity
Interest
Rate
2026 %2034 %
2027 2035
2028 2036
2029 2037
2030 2038
2031 2039
2032 2040
2033
1.03.Purchase Contract. Any amount paid by the Purchaser over the minimum purchase
price shall be credited to the Debt Service Fund hereinafter created or deposited in the Construction
643
2
GL135-52-932864.v1
Fund hereinafter created, as determined by the City Finance Director after consultation with the
City’s municipal advisor. The City Finance Director is directed to retain the good faith deposit of
the Purchaser, pending completion of the sale of the Bonds. The Mayor and City Clerk are
authorized to execute a contract with the Purchaser on behalf of the City, if requested by the
Purchaser.
1.04.Terms and Principal Amounts of Bonds. The City will forthwith issue and sell the
Bonds pursuant to the Act in the total principal amount of $3,710,000, originally dated the date of
delivery, in fully registered form and in the denominations of $5,000 each or any integral multiple
thereof, numbered No. R-1 and upward, bearing interest as above set forth, and maturing serially
on February 1 in the years and amounts as follows:
Year Amount Year Amount
2026 $225,000 2034 $265,000
2027 230,000 2035 275,000
2028 235,000 2036 230,000
2029 240,000 2037 235,000
2030 245,000 2038 245,000
2031 250,000 2039 255,000
2032 255,000 2040 265,000
2033 260,000
As may be requested by the Purchaser, one or more term Bonds may be issued having
mandatory sinking fund redemption and final maturity amounts conforming to the foregoing
principal repayment schedule, and corresponding additions may be made to the provisions of the
applicable Bond(s).
1.05.Optional Redemption. The City may elect on February 1, 2034, and on any day
thereafter to prepay Bonds maturing on or after February 1, 2035. Redemption may be in whole
or in part and if in part, at the option of the City and in such manner as the City will determine. If
less than all Bonds of a maturity are called for redemption, the City will notify DTC (as defined in
Section 7 hereof) of the particular amount of such maturity to be prepaid. DTC will determine by
lot the amount of each participant’s interest in such maturity to be redeemed and each participant
will then select by lot the beneficial ownership interests in such maturity to be redeemed.
Prepayments will be at a price of par plus accrued interest.
Section 2.Registration and Payment.
2.01.Registered Form. The Bonds will be issued only in fully registered form. The
interest thereon and, upon surrender of each Bond, the principal amount thereof, is payable by
check or draft issued by the Registrar described herein.
2.02.Dates; Interest Payment Dates. Each Bond will be dated as of the last interest
payment date preceding the date of authentication to which interest on the Bond has been paid or
made available for payment, unless (i) the date of authentication is an interest payment date to
644
3
GL135-52-932864.v1
which interest has been paid or made available for payment, in which case the Bond will be dated
as of the date of authentication, or (ii) the date of authentication is prior to the first interest
payment date, in which case the Bond will be dated as of the date of original issue. The interest
on the Bonds is payable on February 1 and August 1 of each year, commencing February 1, 2025,
to the registered owners thereof of record as of the close of business on the 15th day of the
immediately preceding month, whether or not that day is a business day.
2.03.Registration. The City will appoint, and will maintain, a bond registrar, transfer
agent, authenticating agent and paying agent (the “Registrar”). The effect of registration and the
rights and duties of the City and the Registrar with respect thereto are as follows:
(a)Register. The Registrar will keep at its principal corporate trust office a
bond register in which the Registrar provides for the registration of ownership of Bonds
and the registration of transfers and exchanges of Bonds entitled to be registered,
transferred or exchanged.
(b)Transfer of Bonds. Upon surrender for transfer of any Bond duly endorsed
by the registered owner thereof or accompanied by a written instrument of transfer, in form
satisfactory to the Registrar, duly executed by the registered owner thereof or by an
attorney duly authorized by the registered owner in writing, the Registrar will authenticate
and deliver, in the name of the designated transferee or transferees, one or more new Bonds
of a like aggregate principal amount and maturity, as requested by the transferor. The
Registrar may, however, close the books for registration of any transfer after the 15th day
of the month preceding each interest payment date and until that interest payment date.
(c)Exchange of Bonds. Whenever any Bonds are surrendered by the registered
owner for exchange the Registrar will authenticate and deliver one or more new Bonds of
a like aggregate principal amount and maturity as requested by the registered owner or the
owner’s attorney in writing.
(d)Cancellation. All Bonds surrendered upon any transfer or exchange will be
promptly cancelled by the Registrar and thereafter disposed of as directed by the City.
(e)Improper or Unauthorized Transfer. When a Bond is presented to the
Registrar for transfer, the Registrar may refuse to transfer the Bond until the Registrar is
satisfied that the endorsement on the Bond or separate instrument of transfer is valid and
genuine and that the requested transfer is legally authorized. The Registrar will incur no
liability for the refusal, in good faith, to make transfers which it, in its judgment, deems
improper or unauthorized.
(f)Persons Deemed Owners. The City and the Registrar may treat the person
in whose name a Bond is at any time registered, as of the applicable record date, in the
bond register as the absolute owner of such Bond, whether the Bond is overdue or not, for
the purpose of receiving payment of, or on account of, the principal of and interest on the
Bond and for all other purposes and payments so made to a registered owner or upon the
645
4
GL135-52-932864.v1
owner’s order will be valid and effectual to satisfy and discharge the liability upon the
Bond to the extent of the sum or sums so paid.
(g)Taxes, Fees and Charges. The Registrar may impose a charge upon the
owner thereof for a transfer or exchange of Bonds, sufficient to reimburse the Registrar for
any tax, fee or other governmental charge required to be paid with respect to the transfer
or exchange.
(h)Mutilated, Lost, Stolen or Destroyed Bonds. If a Bond is mutilated,
destroyed, stolen or lost, the Registrar will deliver a new Bond of like amount, number,
maturity date and tenor in exchange and substitution for and upon cancellation of the
mutilated Bond or in lieu of and in substitution for any Bond destroyed, stolen or lost, upon
the payment of the reasonable expenses and charges of the Registrar in connection
therewith; and, in the case of a Bond destroyed, stolen or lost, upon filing with the Registrar
of evidence satisfactory to the Registrar that the Bond was destroyed, stolen or lost, and of
the ownership thereof, and upon furnishing to the Registrar an appropriate bond or
indemnity in form, substance and amount satisfactory to the Registrar and as provided by
law, in which both the City and the Registrar must be named as obligees. Bonds so
surrendered to the Registrar will be cancelled by the Registrar and evidence of such
cancellation must be given to the City. If the mutilated, destroyed, stolen or lost Bond has
already matured or been called for redemption in accordance with its terms it is not
necessary to issue a new Bond prior to payment.
(i)Redemption. In the event any of the Bonds are called for redemption,
written notice thereof identifying the Bonds to be redeemed will be given by the Registrar
by mailing a copy of the redemption notice by first class mail (postage prepaid) at least 30
days prior to the redemption date to the registered owner of each Bond to be redeemed at
the address shown on the registration books kept by the Registrar and by publishing the
notice if required by law. Failure to give notice by publication or by mail to any registered
owner, or any defect therein, will not affect the validity of the proceedings for the
redemption of Bonds. Bonds so called for redemption will cease to bear interest after the
specified redemption date, provided that the funds for the redemption are on deposit with
the place of payment at that time.
2.04.Appointment of Initial Registrar. The City appoints Bond Trust Services
Corporation, Roseville, Minnesota, as the initial Registrar. The Mayor and the City Clerk are
authorized to execute and deliver, on behalf of the City, a contract with the Registrar. Upon merger
or consolidation of the Registrar with another corporation, if the resulting corporation is a bank or
trust company authorized by law to conduct such business, the resulting corporation is authorized
to act as successor Registrar. The City agrees to pay the reasonable and customary charges of the
Registrar for the services performed. The City reserves the right to remove the Registrar upon 30
days’ notice and upon the appointment of a successor Registrar, in which event the predecessor
Registrar must deliver all cash and Bonds in its possession to the successor Registrar and deliver
the bond register to the successor Registrar. On or before each principal or interest due date,
without further order of this Council, the City Finance Director must transmit to the Registrar
money sufficient for the payment of all principal and interest then due.
646
5
GL135-52-932864.v1
2.05.Execution, Authentication and Delivery. The Bonds will be prepared under the
direction of the City Finance Director and executed on behalf of the City by the signatures of the
Mayor and the City Clerk, provided that all signatures may be printed, engraved or lithographed
facsimiles of the originals. If an officer whose signature or a facsimile of whose signature appears
on the Bonds ceases to be such officer before the delivery of any Bond, that signature or facsimile
will nevertheless be valid and sufficient for all purposes, the same as if the officer had remained
in office until delivery. Notwithstanding such execution, a Bond will not be valid or obligatory
for any purpose or entitled to any security or benefit under this Resolution unless and until a
certificate of authentication on the Bond has been duly executed by the manual signature of an
authorized representative of the Registrar. Certificates of authentication on different Bonds need
not be signed by the same representative. The executed certificate of authentication on a Bond is
conclusive evidence that it has been authenticated and delivered under this Resolution. When the
Bonds have been so prepared, executed and authenticated, the City Finance Director will deliver
the same to the Purchaser thereof upon payment of the purchase price in accordance with the
contract of sale heretofore made and executed, and the Purchaser is not obligated to see to the
application of the purchase price.
2.06.Form of Bonds. The Bonds will be printed or typewritten in substantially the form
set forth in Exhibit B attached hereto.
2.07 Approving Legal Opinion. The City Finance Director is authorized and directed to
obtain a copy of the proposed approving legal opinion of Kennedy & Graven, Chartered,
Minneapolis, Minnesota, which will be complete except as to dating thereof and to cause the
opinion to be printed on or accompany each Bond.
Section 3.Funds and Accounts; Security; Payment.
3.01 Debt Service Fund. For the convenience and proper administration of the moneys
to be borrowed and repaid on the Bonds and to provide adequate and specific security for the
Purchaser and holders from time to time of the Bonds, there is hereby created a special fund to be
designated the General Obligation Improvement Bonds, Series 2024A Debt Service Fund (the
“Debt Service Fund”). The Debt Service Fund shall be administered and maintained by the
Finance Director as a bookkeeping account separate and apart from all other funds maintained in
the official financial records of the City. Amounts in the Debt Service Fund are irrevocably
pledged to the Bonds. To the Debt Service Fund hereby created, there is hereby pledged and
irrevocably appropriated and there will be credited: (A) the proceeds of ad valorem property taxes
herein or hereafter levied (the “Taxes”), and, subject to 3.02, the special assessments levied or to
be levied against the property specially benefited by the Improvements (the “Assessments”); (B)
capitalized interest financed from Bond proceeds, if any; (C) the amount over the minimum
purchase price paid by the Purchaser, to the extent designated for deposit in the Debt Service Fund
in accordance with Section 1.03 hereof; (D) all investment earnings on funds in the Debt Service
Fund; and (E) any and all other moneys which are properly available and are appropriated by the
City Council to the Debt Service Fund. The Debt Service Fund will be maintained in the manner
herein specified until all of the Bonds and the interest thereon will have been fully paid. The
Finance Director will report to the City Council any current or anticipated deficiency in the Debt
647
6
GL135-52-932864.v1
Service Fund in the amount necessary to pay the principal of and interest on the Bonds when due.
If a payment of principal or interest on the Bonds becomes due when there is not sufficient money
in the Debt Service Fund to pay the same, the City Finance Director is directed to pay such
principal or interest from other funds of the City, and such fund will be reimbursed for those
advances out of the proceeds of Assessments and Taxes when collected.
3.02 Construction Fund. The City hereby creates the General Obligation Improvement
Bonds, Series 2024A Construction Fund (the “Construction Fund”) to be administered and
maintained by the City Finance Director as a bookkeeping account separate and apart from all
other funds maintained in the official financial records of the City. The proceeds of the Bonds,
less the appropriations made in Section 3.01, together with the Assessments collected during the
construction of the Improvements and any other funds appropriated for the Improvements will be
deposited in a separate construction fund (the “Construction Fund”) to be used solely to defray
expenses of the Improvements and the payment of principal and interest on the Bonds prior to the
completion and payment of all costs of the Improvements. Any balance remaining in the
Construction Fund after completion of the Improvements and payment of the costs thereof, may
be used to pay the cost in whole or in part of any other improvement instituted under the Act under
the direction of the City Council or maybe used as provided in Minnesota Statutes, section 475.65.
Thereafter, the Construction Fund is to be closed and any remaining balances therein and
subsequent collections of Assessments for the Improvements and any Taxes are to be deposited in
the Debt Service Fund.
3.03.City Covenants. The City hereby covenants with the holders from time to time of the
Bonds as follows:
(a)It is hereby determined that the Improvements will directly and indirectly
benefit abutting property and other identified property, and that at least 20% of the costs of
the Improvements to the City will be paid by Assessments. The City has caused or will cause
the Assessments levied or to be levied against the property specially benefited by the
Improvements to be promptly levied so that the first installment will be collectible not later
than 2025 and will take all steps necessary to assure prompt collection, and the levy of the
Assessments is hereby authorized. The City Council will cause to be taken with due diligence
all further actions that are required for the construction of each Improvement financed wholly
or partly from the proceeds of the Bonds, and will take all further actions necessary for the
final and valid levy of the Assessments and the appropriation of any other funds needed to
pay the Bonds and interest thereon when due.
(b)In the event of any current or anticipated deficiency in Assessments and Taxes,
the City Council will levy additional ad valorem taxes in the amount of the current or
anticipated deficiency.
(c)The City will keep complete and accurate books and records showing:
receipts and disbursements in connection with the Improvements, Assessments and Taxes
levied therefor and other funds appropriated for their payment, collections thereof and
disbursements therefrom, monies on hand and, the balance of unpaid Assessments.
648
7
GL135-52-932864.v1
(d)The City will cause its books and records to be audited at least annually and
will furnish copies of such audit reports to any interested person upon request.
3.04.Pledge of Tax Levy. For the purpose of paying the principal of and interest on the
Bonds, there is levied a direct annual irrepealable ad valorem tax upon all of the taxable property
in the City, which will be spread upon the tax rolls and collected with and as part of other general
taxes of the City. The taxes will be credited to the Debt Service Fund above provided and will be
in the years (being each year of collection) and amounts as set forth in Exhibit C. The tax levy
herein provided is irrepealable so long as any of the Bonds are outstanding and unpaid, provided
that the City reserves the right to reduce the levies in the manner and to the extent permitted by
Section 475.61, subdivision 3 of the Act. At the time the City makes its annual tax levy the City
Finance Director may certify to the County Auditor/Treasurer the amount available in the Debt
Service Fund to pay principal and interest due during the ensuing year, and the County
Auditor/Treasurer will thereupon reduce the levy collectible during such year by the amount so
certified.
3.05.Certification to County Auditor/Treasurer as to Debt Service Fund Amount. It is
hereby determined that the estimated collections of Assessments and the foregoing Taxes will
produce at least 5% in excess of the amount needed to meet when due the principal and interest
payments on the Bonds.
3.06.County Auditor/Treasurer Certificate as to Registration and Tax Levy. The City
Clerk is authorized and directed to file a certified copy of this resolution with the County
Auditor/Treasurer of Hennepin County and to obtain the certificate required by Minnesota
Statutes, Section 475.63, that the Bonds have been entered in the County Auditor/Treasurer’s
register and the tax levy required by law has been made.
3.07.General Obligation Pledge. For the prompt and full payment of the principal of and
interest on the Bonds, as the same respectively become due, the full faith, credit and taxing powers
of the City will be and are hereby irrevocably pledged. If the balance in the Debt Service Fund is
ever insufficient to pay all principal and interest then due on the Bonds and any other bonds
payable therefrom, the deficiency will be promptly paid out of monies in the general fund of the
City which are available for such purpose, and such general fund may be reimbursed with or
without interest from the Debt Service Fund when a sufficient balance is available therein.
Section 4.Authentication of Transcript.
4.01.City Proceedings and Records. The officers of the City are hereby authorized and
directed to prepare and furnish to the Purchaser and to the attorneys approving the Bonds, certified
copies of proceedings and records of the City relating to the Bonds and to the financial condition
and affairs of the City, and such other certificates, affidavits and transcripts as may be required to
show the facts within their knowledge or as shown by the books and records in their custody and
under their control, relating to the validity and marketability of the Bonds, and such instruments,
including any heretofore furnished, may be deemed representations of the City as to the facts and
representations stated therein as it relates to the City.
649
8
GL135-52-932864.v1
4.02.Certification as to Official Statement. The Mayor, City Manager, City Clerk and
Finance Director, or any of them, are authorized and directed to certify that they have examined
the Official Statement prepared and circulated in connection with the issuance and sale of the
Bonds and that to the best of their knowledge and belief the Official Statement is, as of the date
thereof, a complete and accurate representation of the facts and representations made therein as of
the date of the Official Statement as it relates to the City.
4.03.Other Certificates. The Mayor, City Manager, City Clerk and Finance Director, or
any of them, are hereby authorized and directed to furnish to the Purchaser at the closing such
certificates as are required as a condition of sale. Unless litigation shall have been commenced
and be pending questioning the Bonds or the organization of the City or incumbency of its officers,
at the closing the Mayor, City Manager, City Clerk and Finance Director, or any of them, shall
also execute and deliver to the Purchaser a suitable certificate as to absence of material litigation,
and the Finance Director shall also execute and deliver a certificate as to payment for and delivery
of the Bonds.
4.04.Electronic Signatures. The electronic signature of the Mayor, City Clerk, City
Manager and Finance Director, or any of them, to this resolution and to any certificate authorized
to be executed hereunder shall be as valid as an original signature of such party and shall be
effective to bind the City thereto. For purposes hereof, (i) “electronic signature” means (a) a
manually signed original signature that is then transmitted by electronic means or (b) a signature
obtained through DocuSign or Adobe or a similarly digitally auditable signature gathering process;
and (ii) “transmitted by electronic means” means sent in the form of a facsimile or sent via the
internet as a portable document format (“pdf”) or other replicating image attached to an electronic
mail or internet message.
4.05. Payment of Costs of Issuance. The City authorizes the Purchaser to deposit the
amount of Bond proceeds allocable to the payment of issuance expenses being paid on the closing
date in accordance with the closing memorandum prepared by City’s municipal adviser, Ehlers &
Associates, Inc. for further distribution by Ehlers & Associates, Inc.
Section 5.Tax Covenants.
5.01.Tax-Exempt Bonds. The City covenants and agrees with the holders from time to
time of the Bonds that it will not take or permit to be taken by any of its officers, employees or
agents any action which would cause the interest on the Bonds to become subject to taxation under
the Internal Revenue Code of 1986, as amended (the “Code”), and the Treasury Regulations
promulgated thereunder, in effect at the time of such actions, and that it will take or cause its
officers, employees or agents to take, all affirmative action within its power that may be necessary
to ensure that such interest will not become subject to taxation under the Code and applicable
Treasury Regulations, as presently existing or as hereafter amended and made applicable to the
Bonds.
650
9
GL135-52-932864.v1
5.02.Rebate.
(a)The City will comply with requirements necessary under the Code to
establish and maintain the exclusion from gross income of the interest on the Bonds under
Section 103 of the Code, including without limitation requirements relating to temporary
periods for investments, limitations on amounts invested at a yield greater than the yield
on the Bonds, and the rebate of excess investment earnings to the United States, if the
Bonds do not qualify for the small issuer exception to the federal arbitrage rebate
requirements.
(b)For purposes of qualifying for the small-issuer exception to the federal
arbitrage rebate requirements, the City finds, determines and declares that the aggregate
face amount of all tax-exempt bonds (other than private activity bonds) issued by the City
(and all subordinate entities of the City) during the calendar year in which the Bonds are
issued is not reasonably expected to exceed $5,000,000, within the meaning of Section
148(f)(4)(D) of the Code.
5.03.Not Private Activity Bonds. The City further covenants not to use the proceeds of
the Bonds or the Improvements financed by the Bonds, or to cause or permit them or any of them
to be used, in such a manner as to cause the Bonds to be “private activity bonds” within the
meaning of Sections 103 and 141 through 150 of the Code.
5.04.Bank Qualified Tax Exempt Obligations. In order to qualify the Bonds as
“qualified tax-exempt obligations” within the meaning of Section 265(b)(3) of the Code, the City
makes the following factual statements and representations:
(a)the Bonds are not “private activity bonds” as defined in Section 141 of the
Code;
(b)the City hereby designates the Bonds as “qualified tax-exempt obligations”
for purposes of Section 265(b)(3) of the Code;
(c)the reasonably anticipated amount of tax-exempt obligations (other than any
private activity bonds that are not qualified 501(c)(3) bonds) which will be issued by the
City (and all subordinate entities of the City) during calendar year 2024 will not exceed
$10,000,000; and
(d)not more than $10,000,000 of obligations issued by the City during calendar
year 2024 have been designated for purposes of Section 265(b)(3) of the Code.
5.05.Procedural Requirements. The City will use its best efforts to comply with any
federal procedural requirements which may apply in order to effectuate the designations made by
this section.
651
10
GL135-52-932864.v1
Section 6.Book-Entry System; Limited Obligation of City.
6.01.DTC. The Bonds will be initially issued in the form of a separate single typewritten
or printed fully registered Bond for each of the maturities set forth in Section 1.04 hereof. Upon
initial issuance, the ownership of each Bond will be registered in the registration books kept by
the Registrar in the name of Cede & Co., as nominee for The Depository Trust Company, New
York, New York, and its successors and assigns (“DTC”). Except as provided in this section, all
of the outstanding Bonds will be registered in the registration books kept by the Registrar in the
name of Cede & Co., as nominee of DTC.
6.02.Participants. With respect to Bonds registered in the registration books kept by the
Registrar in the name of Cede & Co., as nominee of DTC, the City, the Registrar and the Paying
Agent will have no responsibility or obligation to any broker dealers, banks and other financial
institutions from time to time for which DTC holds Bonds as securities depository (the
“Participants”) or to any other person on behalf of which a Participant holds an interest in the
Bonds, including but not limited to any responsibility or obligation with respect to (i) the accuracy
of the records of DTC, Cede & Co. or any Participant with respect to any ownership interest in the
Bonds, (ii) the delivery to any Participant or any other person (other than a registered owner of
Bonds, as shown by the registration books kept by the Registrar) of any notice with respect to the
Bonds, including any notice of redemption, or (iii) the payment to any Participant or any other
person, other than a registered owner of Bonds, of any amount with respect to principal of,
premium, if any, or interest on the Bonds. The City, the Registrar and the Paying Agent may treat
and consider the person in whose name each Bond is registered in the registration books kept by
the Registrar as the holder and absolute owner of such Bond for the purpose of payment of
principal, premium and interest with respect to such Bond, for the purpose of registering transfers
with respect to such Bond, and for all other purposes. The Paying Agent will pay all principal of,
premium, if any, and interest on the Bonds only to or on the order of the respective registered
owners, as shown in the registration books kept by the Registrar, and all such payments will be
valid and effectual to fully satisfy and discharge the City’s obligations with respect to payment of
principal of, premium, if any, or interest on the Bonds to the extent of the sum or sums so paid.
No person other than a registered owner of Bonds, as shown in the registration books kept by the
Registrar, will receive a certificated Bond evidencing the obligation of this resolution. Upon
delivery by DTC to the City Manager of a written notice to the effect that DTC has determined to
substitute a new nominee in place of Cede & Co., the words “Cede & Co.,” will refer to such new
nominee of DTC; and upon receipt of such a notice, the City Manager will promptly deliver a copy
of the same to the Registrar and Paying Agent.
6.03.Representation Letter. The City has heretofore executed and delivered to DTC a
Blanket Issuer Letter of Representations (the “Representation Letter”) which will govern payment
of principal of, premium, if any, and interest on the Bonds and notices with respect to the Bonds.
Any Paying Agent or Registrar subsequently appointed by the City with respect to the Bonds will
agree to take all action necessary for all representations of the City in the Representation Letter
with respect to the Registrar and Paying Agent, respectively, to be complied with at all times.
6.04.Transfers Outside Book-Entry System. In the event the City, by resolution of the
City Council, determines that it is in the best interests of the persons having beneficial interests in
the Bonds that they be able to obtain Bond certificates, the City will notify DTC, whereupon DTC
652
11
GL135-52-932864.v1
will notify the Participants, of the availability through DTC of Bond certificates. In such event the
City will issue, transfer and exchange Bond certificates as requested by DTC and any other
registered owners in accordance with the provisions of this Resolution. DTC may determine to
discontinue providing its services with respect to the Bonds at any time by giving notice to the
City and discharging its responsibilities with respect thereto under applicable law. In such event,
if no successor securities depository is appointed, the City will issue and the Registrar will
authenticate Bond certificates in accordance with this resolution and the provisions hereof will
apply to the transfer, exchange and method of payment thereof.
6.05.Payments to Cede & Co. Notwithstanding any other provision of this Resolution
to the contrary, so long as a Bond is registered in the name of Cede & Co., as nominee of DTC,
payments with respect to principal of, premium, if any, and interest on the Bond and notices with
respect to the Bond will be made and given, respectively in the manner provided in DTC’s
Operational Arrangements, as set forth in the Representation Letter.
Section 7. Continuing Disclosure.
7.01.City Compliance with Provisions of Continuing Disclosure Certificate. The City
hereby covenants and agrees that it will comply with and carry out all of the provisions of the
Continuing Disclosure Certificate. Notwithstanding any other provision of this Resolution, failure
of the City to comply with the Continuing Disclosure Certificate is not an event of default with
respect to the Bonds; however any Bondholder may take such actions as may be necessary and
appropriate, including seeking mandate or specific performance by court order, to cause the City
to comply with its obligations under this section.
7.02.Execution of Continuing Disclosure Certificate. “Continuing Disclosure
Certificate” means that certain Continuing Disclosure Certificate executed by the Mayor and City
Clerk and dated the date of issuance and delivery of the Bonds, as originally executed and as it
may be amended from time to time in accordance with the terms thereof.
Section 8.Defeasance. When the Bonds and all accrued interest thereon, have been
discharged as provided in this section, all pledges, covenants and other rights granted by this
resolution to the holders of the Bonds will cease, except that the pledge of the full faith and credit of
the City for the prompt and full payment of the principal of and interest on the Bonds will remain in
full force and effect. The City may discharge the Bonds which are due on any date by depositing with
the Registrar on or before that date a sum sufficient for the payment thereof in full or by depositing
irrevocably in escrow, with a suitable institution qualified by law as an escrow agent for this purpose,
cash or securities which are backed by the full faith and credit of the United States of America, or any
other security authorized under Minnesota law for such purpose, bearing interest payable at such times
and at such rates and maturing on such dates and in such amounts as shall be required and sufficient,
subject to sale and/or reinvestment inlike securities, to pay said obligation(s), which may include any
interest payment on such Bond and/or principal amount due thereon at a stated maturity (or if
irrevocable provision shall have been made for permitted prior redemption of such principal amount,
at such earlier redemption date). If any Bond should not be paid when due, it may nevertheless be
discharged by depositing with the Registrar a sum sufficient for the payment thereof in full with
interest accrued to the date of such deposit.
653
12
GL135-52-932864.v1
The motion for adoption of the foregoing resolution was duly seconded by Member
_________________________, and upon vote being taken thereon, the following voted in favor
thereof:
and the following voted against the same:
whereupon said resolution was declared duly passed and adopted.
654
GL135-52-932864.v1
STATE OF MINNESOTA )
)
COUNTY OF HENNEPIN ) SS.
)
CITY OF GOLDEN VALLEY )
I, the undersigned, being the duly qualified and acting City Clerk of the City of Golden
Valley, Hennepin County, Minnesota, do hereby certify that I have carefully compared the
attached and foregoing extract of minutes of a regular meeting of the City Council held on March
19, 2024 with the original minutes on file in my office and the extract is a full, true and correct
copy of the minutes insofar as they relate to the issuance and sale of $3,710,000General Obligation
Improvement Bonds, Series 2024A of the City.
WITNESS My hand of the City this ____ day of _________ , 2024.
City Clerk
City of Golden Valley, Minnesota
655
A-1
GL135-52-932864.v1
EXHIBIT A
PROPOSALS
656
B-1
GL135-52-932864.v1
EXHIBIT B
FORM OF BOND
No. R-_____ $________
UNITED STATES OF AMERICA
STATE OF MINNESOTA
COUNTY OF HENNEPIN
CITY OF GOLDEN VALLEY
GENERAL OBLIGATION IMPROVEMENT BOND, SERIES 2024A
Rate Maturity Date
Date of
Original Issue CUSIP
%February 1, 20__April __, 2024
Registered Owner: Cede & Co.
The City of Golden Valley, Minnesota, a duly organized and existing municipal
corporation in Hennepin County, Minnesota (the “City”), acknowledges itself to be indebted and
for value received hereby promises to pay to the Registered Owner specified above or registered
assigns, the principal sum set forth above on the Maturity Date specified above, unless called for
earlier redemption, with interest thereon from the date hereof at the annual Rate specified above
(calculated on the basis of a 360-day year of twelve 30 day months), payable February 1 and
August 1 in each year, commencing February 1, 2025, to the person in whose name this Bond is
registered at the close of business on the 15th day (whether or not a business day) of the
immediately preceding month. The interest hereon and, upon presentation and surrender hereof,
the principal hereof are payable in lawful money of the United States of America by check or draft
by Bond Trust Services Corporation, Roseville, Minnesota, as Registrar, Authenticating Agent,
Transfer Agent and Paying Agent, or its designated successor under the Resolution described
herein. For the prompt and full payment of such principal and interest as the same respectively
become due, the full faith and credit and taxing powers of the City have been and are hereby
irrevocably pledged.
The City may elect on February 1, 2034, and on any date thereafter to prepay Bonds due
on or after February 1, 2035. Redemption may be in whole or in part and if in part, at the option
of the City and in such manner as the City will determine. If less than all Bonds of a maturity are
called for redemption, the City will notify the Depository Trust Company (“DTC”) of the particular
amount of such maturity to be prepaid. DTC will determine by lot the amount of each participant’s
interest in such maturity to be redeemed and each participant will then select by lot the beneficial
ownership interests in such maturity to be redeemed. Prepayments will be at a price of par plus
accrued interest.
657
B-2
GL135-52-932864.v1
The City Council has designated the Bonds as “qualified tax-exempt obligations” within
the meaning of Section 265(b)(3) of the Internal Revenue Code of 1986, as amended (the “Code”)
relating to disallowance of interest expense for financial institutions.
This Bond is one of an issue in the aggregate principal amount of $3,710,000 all of like
original issue date and tenor, except as to number, maturity date, denomination, redemption
privilege, andinterest rate, all issued pursuant to a resolution adoptedby the City Council on March
19, 2024 (the “Resolution”), for the purpose of providing money to finance the construction of
various public improvement projects within the City, pursuant to and in full conformity with the
Constitution and laws of the State of Minnesota, including Minnesota Statutes, Chapters 429 and
475. The principal hereof and interest hereon are payable from special assessments levied against
property specially benefited by local improvements and from ad valorem taxes, as set forth in the
Resolution to which reference is made for a full statement of rights and powers thereby conferred.
The full faith and credit of the City are irrevocably pledged for payment of this Bond and the City
Council has obligated itself to levy additional ad valorem taxes on all taxable property, in the City
in the event of any deficiency in special assessments, and ad valorem taxes pledged, which
additional taxes may be levied without limitation as to rate or amount. The Bonds of this series
are issued only as fully registered Bonds in denominations of $5,000 or any integral multiple
thereof of single maturities.
As provided in the Resolution and subject to certain limitations set forth therein, this Bond
is transferable upon the books of the City at the principal office of the Registrar, by the registered
owner hereof in person or by the owner’s attorney duly authorized in writing, upon surrender
hereof together with a written instrument of transfer satisfactory to the Registrar, duly executed by
the registered owner or the owner’s attorney; and may also be surrendered in exchange for Bonds
of other authorized denominations. Upon such transfer or exchange the City will cause a new
Bond or Bonds to be issued in the name of the transferee or registered owner, of the same aggregate
principal amount, bearing interest at the same rate and maturing on the same date, subject to
reimbursement for any tax, fee or governmental charge required to be paid with respect to such
transfer or exchange.
The City and the Registrar may deem and treat the person in whose name this Bond is
registered as the absolute owner hereof, whether this Bond is overdue or not, for the purpose of
receiving payment and for all other purposes, and neither the City nor the Registrar will be affected
by any notice to the contrary.
IT IS HEREBY CERTIFIED, RECITED, COVENANTED AND AGREED that all acts,
conditions and things required by the Constitution, and laws of the State of Minnesota, to be done,
to exist, to happen and to be performed preliminary to and in the issuance of this Bond in order to
make it a valid and binding general obligation of the City in accordance with its terms, have been
done, do exist, have happened and have been performed in regular and due form, time and manner,
that prior to the issuance of this bond the City Council of the City has provided funds for the
payment of principal and interest on the bonds of this issue as the same become due, but the full
faith and credit of the City is pledged for their payment and additional taxes will be levied, if
required for such purpose, without limitation as to the rate of amount; and that this bond, together
658
B-3
GL135-52-932864.v1
with all other indebtedness of the City outstanding on the date of its issuance, does not exceed any
constitutional or statutory limitation of indebtedness.
This Bond is not valid or obligatory for any purpose or entitled to any security or benefit
under the Resolution until the Certificate of Authentication hereon has been executed by the
Registrar by manual signature of one of its authorized representatives.
IN WITNESS WHEREOF, the City of Golden Valley, Hennepin County, Minnesota, by
its City Council, has caused this Bond to be executed on its behalf by the facsimile or manual
signatures of the Mayor and City Clerk and has caused this Bond to be dated as of the date set
forth below.
Dated: March 19, 2024
CITY OF GOLDEN VALLEY, MINNESOTA
(Facsimile)(Facsimile)
Theresa Schyma, City Clerk Roslyn Harmon, Mayor
CERTIFICATE OF AUTHENTICATION
This is one of the Bonds delivered pursuant to the Resolution mentioned within.
BOND TRUST SERVICES
CORPORATION
By
Its Authorized Representative
_________________________________
The following abbreviations, when used in the inscription on the face of this Bond, will be
construed as though they were written out in full according to applicable laws or regulations:
TEN COM -- as tenants UNIF GIFT MIN ACT _________ Custodian _________
in common (Cust) (Minor)
TEN ENT -- as tenants under Uniform Gifts or
by entireties Transfers to Minors
659
B-4
GL135-52-932864.v1
JT TEN --as joint tenants with
right of survivorship and Act . . . . . . . . . . . .
not as tenants in common (State)
Additional abbreviations may also be used though not in the above list.
________________________________________
ASSIGNMENT
For value received, the undersigned hereby sells, assigns and transfers unto
________________________________________ the within Bond and all rights thereunder, and
does hereby irrevocably constitute and appoint _________________________ attorney to transfer
the said Bond on the books kept for registration of the within Bond, with full power of substitution
in the premises.
Dated:
Notice:The assignor’s signature to this assignment must correspond with the name
as it appears upon the face of the within Bond in every particular, without
alteration or any change whatever.
Signature Guaranteed:
NOTICE: Signature(s) must be guaranteed by a financial institution that is a member of the
Securities Transfer Agent Medallion Program (“STAMP”), the Stock Exchange Medallion
Program (“SEMP”), the New York Stock Exchange, Inc. Medallion Signatures Program (“MSP”)
or other such “signature guarantee program” as may be determined by the Registrar in addition to,
or in substitution for, STAMP, SEMP or MSP, all in accordance with the Securities Exchange Act
of 1934, as amended.
The Registrar will not effect transfer of this Bond unless the information concerning the
assignee requested below is provided.
Name and Address:
(Include information for all joint owners if this Bond
is held by joint account.)
660
B-5
GL135-52-932864.v1
Please insert social security or other
identifying number of assignee
PROVISIONS AS TO REGISTRATION
The ownership of the principal of and interest on the within Bond has been registered on
the books of the Registrar in the name of the person last noted below.
Date of Registration Registered Owner Signature of Registrar
______________, 2024
Cede & Co.
Federal ID #13-2555119 _____________________
661
C-1
GL135-52-932864.v1
EXHIBIT C
Tax Levy
662
GL135-52-932864.v1
STATE OF MINNESOTA COUNTY AUDITOR/TREASURER’S
CERTIFICATE AS TO TAX
COUNTY OF HENNEPIN LEVY AND REGISTRATION
I, the undersigned County Auditor/Treasurer of Hennepin County, Minnesota, hereby
certify that a certified copy of a resolution adopted by the City Council of the City of Golden
Valley, Minnesota, on March 19, 2024, levying taxes for the payment of the City’s $3,710,000
General Obligation Improvement Bonds, Series 2024A, dated April __, 2024, has been filed in my
office and said bonds have been registered on the register of obligations in my office and that such
tax has been levied as required by law.
WITNESS My hand and official seal this _____ day of _________________, 2024.
County Auditor/Treasurer
Hennepin County, Minnesota
DeputyCounty Auditor
663
EXECUTIVE SUMMARY
City Administration
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 19, 2024
Agenda Item
6B. Review of Council Calendar
Prepared By
Theresa Schyma, City Clerk
Summary
The Council will review upcoming city meetings, events, and holiday closures.
Legal Considerations
This item does not require legal review.
Equity Considerations
This item does not require equity review.
Recommended Action
No action is required on this item.
Supporting Documents
Review of Council Calendar
664
Review of Council Calendar
Event Event Time Location
MARCH
Monday, March 25
Special City Council Meeting 6:00 PM Brookview
APRIL
Tuesday, April 2
City Council Meeting 6:30 PM Hybrid - Council Chambers
Thursday, April 4
Golden Valley Business Council Meeting 8:00 AM - 9:30 AM Brookview - Valley Room
Wednesday, April 10
Council Work Session 6:30 PM Hybrid - Council Conference Room
Thursday, April 11
Special City Council Meeting TBD Hybrid - Council Conference Room
Tuesday, April 16
City Council Meeting 6:30 PM Hybrid - Council Conference Room
Saturday, April 20
Run the Valley 7:45 AM - 10:00 AM Brookview Park
Special City Council Meeting
(Commissioner Interviews)1:00 PM - 4:00 PM Council Conference Room
MAY
May (date TBD)
Board/Commission Recognition Event TBD TBD
Tuesday, May 7
City Council Meeting 6:30 PM Hybrid - Council Chambers
Tuesday, May 14
HRA Work Session 6:30 PM Hybrid - Council Conference Room
Council Work Session 6:30 PM Hybrid - Council Conference Room
Tuesday, May 21
City Council Meeting 6:30 PM Hybrid - Council Chambers
Saturday, May 18
Run Meadowbrook Run 7:00 AM Brookview Park
Monday, May 27
City Offices Closed for Observance of Memorial Day
665