Loading...
Utility and Street Construction SpecificationsSPECIFICATIONS FOR UTILITY & STREET CONSTRUCTION FOR RELECTIONS AT LAKE RILEY 2 nd ADDITION FOR LENNAR IN CHANHASSEN, MINNESOTA Date: October 28, 2011 I hereby certify that this Specification, plan, or report was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Minnesota. John M Molinaro Minn. Reg. No. 45831 Date: October 28, 2011 P.E. Job # 110211 TABLE OF CONTENTS INSTRUCTIONS TO BIDDERS BID FORM BID TABULATION AFFIDAVIT OF NON - COLLUSION CONTRACTORS BASE AGREEMENT SCHEDULE A - Purchase Order SCHEDULE B - Lien Waiver and Release SCHEDULE C - Insurance Requirements SCHEDULED- Job Rules SCHEDULE E - Cost Plus Fee with a Guarantee Maximum Price SPECIAL PROVISIONS SECTION A - General Project Requirements SECTION B - Materials SECTION C - Construction Requirements SECTION D - Method of Measurement and Payment CEAM STANDARD SPECIFICATIONS SECTION 2600 - Trench Excavation and Backfill /Surface Restoration SECTION 2611 - Watermain & Service Line Installation SECTION 2621 - Sanitary Sewer & Storm Sewer Installation GENERAL CONDITIONS GEOTECHNICAL REPORT CITY OF CHANHASSEN STANDARD SPECIFICATIONS AND DETAILS Bid Form 1 Contractors Name Telephone BID FORM PROJECT IDENTIFICATION; BIDS TO BE OPENED: This bid is submitted to: REFLECTIONS AT LAKE RILEY 2nd ADDITION UTILITY AND STREET CONSTRUCTION at the offices of. Lennar Corporation 935 E. Wayzata Blvd. Wayzata, MN 55391 Telephone #: (952) 249 -301+ Fax #: (952) 249 -3075 LENNAR CORPORATION 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement form included in the Contract Documents to perform and furnish all Work ' with OWNER in the as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement For Bids and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This BIDDER Bid will remain subject to acceptance for sixty (60) days after the day of Bid opening. will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within irfteen (15) days after the date of OWNER'S Notice of Award. ' 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all of which is hereby acknowledged): Date Number 1 Bid Form 2 (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports and drawings of subsurface conditions and ' drawings of physical conditions which are identified in the Supplementary Conditions as provided in Paragraph 4.02 of the General Conditions, and accepts the determination set forth in Paragraph S.C.4.02 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which BIDDER is entitled to rely. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and ' carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or ' furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.02 of the General Conditions; and no additional examinations, ' investigations, explorations, tests, reports or similar information or data are or will be required by BIDDER for such purposes. ' (e) BIDDER has reviewed and checked all infornation and data shown or indicated on the to Contract Documents with respect to existing Underground Facilities at or contiguous the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information. or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, ' within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.04 of the General Conditions. ' (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests., reports and studies with the terms and conditions of the Contract Documents. (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. behalf undisclosed (h) This Bid is genuine and not made in the interest of or on of any person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or ' indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over and any other Bidder or over OWNER. 4. BIDDER will complete the work for GRAND TOTA1...BiD as outlined on the BID FORM ' subject to the provisions of these contract documents. BIDDER will complete the work for the UNIT PRICE PORTION of the contract for the following unit price(s) as outlined on the BID FORM. Final payment for this UNIT PRICE PORTION will be based on actual quantities constructed as verified by the Engineer. Bid Form 3 5. BIDDER agrees that the Wort: will be substantially completed in 30 working days after the date of OWNER'S Notice to Proceed and ready for progress and final payments in accordance with Paragraphs 14.02 and 14.07 of the General Conditions. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work on time. 6. The following documents are attached to and made a condition of this BID: (a) Bid Security (Not Required) (b) A tabulation of Subcontractors, Suppliers and other persons and organizations required to be identified in this Bid. (c) The contractor will complete the Work sequence in accordance with these contract documents_ (d) Affidavit of Non-Collusion. 7. Communications concerning this Bid shall be addressed to the address of BIDDER indicated below. 8. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. Bid Form 4 In submitting this bid it is understood that the Owner retains the right to reject any and all bids, and to waive irregularities and informalities therein, and to award the Contract in the best interests of the Owner. The undersigned certifies that the CONTRACT DOCUMENTS have been carefully examined. The undersigned also acknowledges that the amount and nature of the work is understood and that at no time will misinterpretation of these CONTRACT DOCUMENTS be used as a justification for any claim related to the work. The undersigned further agrees to furnish all labor, equipment, insurance, and materials and incidentals necessary to complete the work as called for in these CONTRACT DOCUMENTS. Respectfully submitted, Name of Bidder Street City, State, 'Lip By Title Printed Name of Signer STJBMITTED ON (A Corporation) (An Individual) (A Partnership) Date STATE OF _ COIJNTY OF AFFIDAVIT OF NON - COLLUSION (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 bidder corporation having authority to sign on its behalf (if the bidder is a corporation); (2) That the attached bid or bids have been arrived at by the bidder individual and have been submitted without collusion with, 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 individual 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 any 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. Subscribed and sworn to before me this of day 2010 Bidder Finn Making Bid or Bids OFFICIAL TITLE Dnrision Office: MN Land Contract Dumber: Cost Center: CONTRACTOR BASE AGREEMENT THIS CONTRACTOR BASE AGREEMENT (the "Agreement ") made and entered into this day of 20 , by and Lennar Corporation (hereinafter "Lennar' and (hereinafter " Contractor7. 1. SCOPE OF WORK. Contractor shall provide labor, material, equipment or other services in such location(s) and under such terms and conditions as Lennar shall deem necessary (the Work") upon receipt of a Purchase Order from Lennar. When issued, the Purchase Order (see Schedule A) shall become part of this Agreement. The location(s) where the Work is to be performed shall be known as the job site or Project site, and may be more fully described in Exhibit "A" to the Purchase Order. Unless otherwise provided, the term "Subcontractor" shall include all persons or entities of all tiers, whether contracting directly with Contractor, or any person acting by, through or under Contractor, that are providing labor, materials, equipment, supplies, and/or supervision to satisfy the requirements of Contractor's Work. 1.1 PERFORMANCE OF THE WORK. Contractor shall furnish all labor, materials, equipment, supplies, supervision and all other things necessary to timely and properly perform the Work in a good and workmanlike manner, free from defects in workmanship or materials, acceptable to Lennar, and in strict accordance with (i) the plans and specifications, (ii) any applicable manufacturer's specifications, recommendations or requirements, (iii) applicable industry standards, codes, or other rules or regulations, and (iv) the requirements of Lennar's overall schedule. Contractor guarantees the availability of all labor, equipment and materials necessary to complete the Work in strict accordance with Lennar's schedule. Contractor shall be solely responsible to pay for all labor, salaries, materials, tools, equipment, supplies, state, federal, local and all other applicable sales, use, income or other taxes of any type or nature, transportation, storage facilities, offices, telephones, other overhead, shop drawings, supervision, temporary or permanent facilities and all other things necessary for the full and complete performance of the Work covered by this Agreement and the Purchase Order(s). Contractor shall secure and pay for all permits and governmental fees, licenses and inspections, to the extent necessary, for the proper execution and completion of Contractor's Work. No substitutions shall be allowed in the performance of the Work unless expressly approved by Lennar in writing. 1.2 INSPECTION AND INVESTIGATION. Contractor shall fully and completely investigate and study (i) the Project site, (i) the plans and specifications, (iii) any manufacturer's specifications, and (iv) all other conditions that may affect the Work, and shall be solely responsible for verifying that it possesses the most current set of plans and specifications. By executing the Purchase Order, Contractor represents that it has noted no deficiencies or problems with the Project site, the plans and specifications, the manufacturer's specifications, or any other conditions which would impact its ability to perform the Work in accordance with the requirements of this Agreement or any Purchase Order. If Contractor subsequently discovers any discrepancies between the plans, specifications, manufacturer's specifications, physical conditions, or any errors and omissions in the plans or specifications or in the layout as given that might affect the Work, Contractor shall immediately notify Lennar in writing. Any Work performed by Contractor relating to such discrepancy, error or omission shall be done at Contractor's sole risk. Prior to ordering materials or performing the Work, Contractor shall verify (I) that the materials are adequate for the performance of the Work, and (ii) that all measurements or conditions relevant to Contractor's Work are acceptable_ No extra charge or compensation shall be allowed on account of differences between actual dimensions or conditions, and the measurements and conditions which may be found as indicated in the plans and specifications. The soils and geology reports, investigations or borings available to Contractor were prepared by third parties and made only for the purpose of study and design. Lennar does not warrant or guarantee, either expressly or impliedly, (i) the sufficiency or accuracy of the reports or investigations or borings which have been made, or (ii) any conditions that exist throughout the Project. Contractor agrees to undertake the Work subject to all site conditions as they now exist or may arise. 1.3 DEFECTIVE WORK. Contractor is responsible, at its sole cost, for promptly repairing or replacing any defective Work noted by Lennar or any third -party inspectors. In the event Contractor's Work involves construction of a residential dwelling, Contractor is also responsible, at its sole cost, for promptly repairing or replacing any defective Work noted by the homebuyer. Contractor shall provide Lennar with an Itemized construction inspection checklist in a form approved by Lennar that Contractor will use to verify completion and workmanship of the Work. The failure of Lennar to identify any defects in the Work during any inspection shall not relieve Contractor of ' its responsibility to perform the Work in accordance with the requirements of this Agreement. Lennar shall be the sole judge of the adequacy of the repairs made to fix defective work. If Contractor covers any Work prior to Lennar's inspection of the Work, then Contractor shall be responsible for the cost of uncovering or removal and replacement of the Work to allow Lennar's inspection. Contractor shall correct all items noted as needing correction within forty-eight (48) hours of receipt of Lennar's notice. In the event Contractor's Work involves construction of a residential dwelling, Contractor shall correct all items noted as needing correction, including any items noted during homebuyer's Orientation before the earlier of (i) close of homeowner's escrow, or (ii) forty -eight (48) hours of receipt of Lennar's notice. 14 PROGRESS. Contractor shall comply with the deadlines and schedules established in the Purchase Order and by Lennar, and ' shall prosecute the Work with diligence and with adequate labor, equipment and materials to satisfy Contractor's progress requirements and so as to not delay the work of other contractors. Contractor shall cooperate and coordinate its Work with all other contractors so as to avoid any delay or interferences 15 WORK OF OTHERS. Contractor shall be responsible for protecting its Work, and the work of other contractors or Lennar until final acceptance by Lennar. Contractor shall, without limitation, be fully responsible for the protection of all existing structures, materials, Page 1 of 7 INT•L REVISED 11/34/06 v.1 -4 -07 f t 1 I v equipment, curbs, landscaping, flora, fauna, and adjacent property. Contractor shall be responsible for inspecting the work of other contractors that may affect its own Work and shall immediately report to Lennar, in writing, any defects, discrepancies or problems which could adversely affect Contractor's work. 1.6 MATERIALS. Unless otherwise specifically stated in this Agreement or any Purchase Order, all goods or materials (i) are to be shipped F.O.B. job site and paid for by Contractor, and (u) shall be used within seven (7) days of their receipt. Deliveries to and storage at the Project or job site are the sole risk and responsibility of the Contractor. Contractor shall be responsible for damage or loss to all material and equipment until final payment by Lennar. No materials will be paid for until property installed. Title to the Work shall vest in Lennar upon performance; provided, however, the vesting of such title shall not impose any obligations on Lennar or relieve Contractor of any of its obligations hereunder To the extent not prohibited by law, Contractor hereby waives any security interest or removeables rights it may have in goods or material to be supplied hereunder and waives its right to the remedies available for a buyer's breach as provided in the Uniform Commercial Code. On -site storage for materials is not provided unless otherwise set forth in a Purchase Order 1 7 DELAYS AND DISRUPTIONSlWAIVER OF CONSEQUENTIAL DAMAGES. IN THE EVENT OF ANY DELAY, DISRUPTION, INTERFERENCE, STOPPAGE OR HINDRANCE IN COMMENCEMENT OR PROSECUTION OF THE WORK CAUSED BY ANY REASON WHATSOEVER ("WORK INTERRUPTIONS', INCLUDING ANY WORK INTERRUPTIONS CAUSED IN WHOLE OR IN PART, OR ALLEGED TO HAVE BEEN CAUSED IN WHOLE OR IN PART, BY LENNAR OR OTHER CONTRACTORS, CONTRACTOR, TO THE FULLEST EXTENT PERMITTED BY LAW, HEREBY WAIVES ANY DAMAGES CAUSED BY SUCH WORK INTERRUPTIONS. CONTRACTOR'S SOLE AND EXCLUSIVE REMEDY FOR ANY WORK INTERRUPTIONS SHALL BE AN EXTENSION OF TIME TO PERFORM ITS WORK. TO THE FULLEST EXTENT PERMITTED BY LAW CONTRACTOR SPECIFICALLY WAIVES ANY RIGHT TO RECOVER DIRECT, INDIRECT, CONSEQUENTIAL, IMPACT, OR OTHER COSTS, EXPENSES, OR DAMAGES, INCLUDING BUT NOT LIMITED TO DELAY DAMAGES, COSTS OF ACCELERATION, INEFFICIENCY, LOSS OF ORGANIZATION, LOSS OF PROFITS, JOB SITE OR HOME OFFICE OVERHEAD, LABOR OR MATERIAL ESCALATION, OR DETERIORATION OF MATERIALS, CAUSED BY ANY WORK INTERRUPTION. TO THE FULLEST EXTENT PERMITTED BY LAW CONTRACTOR ALSO SPECIFICALLY WAIVES ANY RIGHT TO RECOVER INDIRECT OR CONSEQUENTIAL DAMAGES OF ANY TYPE AND NO MATTER THE CAUSE OF SUCH DAMAGES OR FAULT ON THE PART OF LENNAR OR ANY OTHER PERSON. NOTWITHSTANDING THE FOREGOING, THESE WAIVERS SHALL NOT PRECLUDE RECOVERY OF DAMAGES BY CONTRACTOR FOR WORK INTERRUPTIONS CAUSED SOLELY BY FRAUD, BAD FAITH, OR ACTIVE INTERFERENCE ON THE PART OF LENNAR. 2. LABOR AND SUPERVISION: Contractor shall maintain competent and sufficient supervision and employees on site during all times that Contractor is performing its Work. Contractor's superintendent shall be experienced, fully able to communicate with Lennar, trained, knowledgeable as to the Work, and shall have full authority to act for and bind Contractor Contractor's superintendent shall be satisfactory to Lennar, and shall not be changed without Lennar's written consent. All communications or directions given to the Contractor's superintendent shall be as binding as if given to Contractor. Contractor shall enforce strict discipline and good order among its employees and Subcontractors, and shall not employ any unfit or unskilled person. Contractor shall immediately remove and replace any person deemed unfit or unskilled by Lennar. Contractor shall maintain a list of all persons performing its Work on the job site and shall produce such fist to Lennar upon request.. Contractor shall perform criminal background checks of any person that will perform any portion of its Work, and Contractor shall not allow any registered sex offender or any person convicted of a felony or a misdemeanor involving theft, larceny, violence, sexual assault or any other crime of moral turpitude to work at the Project site or job site. In performing such background checks, Contractor shall comply with all requirements of the Fair Credit Reporting Act and any other applicable laws and regulations. 3. LEGAL COMPLIANCE: Contractor and its Subcontractors shall, at all times, comply with all applicable local, state, or federal statutes, ordinances, rules and regulations, and any amendments thereto, as well as those of any other public body having authority concerning the Work, including without limitation, the local and state building codes, FHA Minimum Property requirements, VA building code requirements, the Occupational Safety and Health Act of 1970, 29 U.S.0 §§ 651 et seq, the Immigration Reform and Control Act of 1986 ("IRCA'), the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 ('IIRAIRAJ, the Immigration and Nationality Act ('INA' , all applicable equal employment opportunity laws and requirements promulgated by any governmental authority, including, without limitation, the requirements of Title VII of the 1964 Civil Rights Act, 42 United States Code, Section 1981, Executive Orders 11246, 11375 and 11478, the Age Discrimination in Employment Act, the Americans with Disabilities Act, and the Fair Labor Standards Act; all applicable local, state, or federal environmental laws and regulations including, without limitation, the Clean Air Act, 42 USC §§ 7401 -7671, the Clean Water Act, 33 USC §§ 1251 -1387; the Comprehensive Environmental Response Compensation and Liability Act (CERCLA), 42 USC §§ 9601 -9675; the Solid Waste Disposal Act, 42 USC §§ 6901 -6992, the Toxic Substances Control Act, 15 USC §§ 2601.2692; and the Endangered Species Act of 1973, 16 USC §§ 1531 -544. Contractor is solely responsible, for itself and others acting by, through or under Contractor, for compliance with the requirements of this paragraph and the other obligations of this Agreement. 3.1 IM MIGRATION. With respect to its obligations herein or in any Purchase Order, Contractor specifically warrants and agrees it (i) shall not knowingly hire or continue to employ aliens not authorized to work in the United States, (ii) has and shall continue to verify the employment documentation specified in the immigration Act, and (iii) has and shall properly complete and retain the Immigration and Naturalization Service's Form 1 -9 for all its employees covered by the immigration Act. Accordingly and pursuant to the indemnity requirements of this Agreement, Contractor agrees to defend, indemnify and hold Lennar free and harmless from and against any claims or charges asserted or filed against and any judgments, fines, penalties and assessments entered against Lennar arising from or as the result of the employment or engagement of any person inconsistent with the foregoing promises or the Laws of the United States. In addition, should Contractor fail to comply with this Section, Lennar shall have the right to rescind this Agreement and/or declare Contractor in default under this Agreement and as a result Lennar will be entitled to all direct, indirect, consequential, impact, or other costs, expenses, or damages, including but not limited to costs, loss of organization, lost profits, or attorneys' fees and/or paraprofessional fees arising out of or as a result of Contractor's breach of this Section. Furthermore, at Lennar's sole discretion and as a monetary remedy for such breach, Lennar may, as liquidated damages and not as a penalty, withhold all or any portion of payments owed to Contractor for any work completed but unpaid prior to Contractor's breach. 3.2 PATENT AND COPYRIGHTS. Contractor shall assume all liability for all royalties, licenses, patent fees, and any other charges made in connection with the use of patented or copyrighted processes in connection with its Work. INTL v.1 -4-07 Page 2 of 7 REVISED 11130106 I I t 3.3 ENVIRONMENTAL. Prior to commencing the Work, Contractor shall identify in writing all hazardous or toxic substances to be used in performing the Work by Contractor, and shall provide Material Safety Data Sheets ("MSDS ") to Lennar for those substances. Lennar may hold any payments otherwise due Contractor until such documentation is supplied. Contractor shall immediately notify Lennar in writing of all hazardous or toxic substances discovered during the performance of the Work or otherwise brought to the job site which were omitted from any previous notification(s) and promptly provide the MSDS on those substances to Lennar. Contractor shall not allow any hazardous or toxic substances on the job site unless (t) necessarily required for the performance of Its Work, and (i) Contractor has previously provided Lennar with MSDS sheets for those substances. Contractor shall immediately notify Lennar of any spill, release or discharge of any chemical or hazardous or toxic substance by itself or any other person. As to any spill, release or discharge of any chemical or hazardous or toxic substance which is caused by Contractor or any of its employees, agents, Subcontractors, customers, or invitees, Contractor shall, at its sole expense, immediately take all reasonable, necessary and legally required actions to (i) prevent the further spread of any spill, release or discharge, and (ii) take immediate action to property clean up said spilt, release or discharge (including without limitation any soil or water contaminated by such spill, release or discharge) in full compliance with all applicable laws and regulations and any directions from Lennar. It is acknowledged and understood that Contractor has inspected the job site, observed the environmental conditions of the job site, and reviewed and complied with Lennars plans and specifications, including Lennars Storm Water Pollution Prevention Plan (" SWPPP") and Dust Control Plan, and that Contractor has notice and .knowledge of the environmental conditions of the job site. If, during the course of its performance of the Work, Contractor discovers a previously unidentified environmental condition, then Contractor shall immediately notify Lennar and shall not proceed with any work that would disturb such environmental condition without Lennar's approval. 3.4 STORM WATER COMPLIANCE. Contractor shall comply, and shall ensure compliance by those acting by, through or under Contractor, with Lennars SWPPP, applicable storm water permit ( "Permit "), Dust Control Plan, and Lennars Storm Water Compliance Guidelines to the extent applicable to Contractor's work {"Guidelines ") if such Guidelines have been developed at the time of this Agreement. Before beginning any work at the job site, Contractor shall review the SWPPP, Permit, and applicable Guidelines, copies of which will be available at the job site or will be made available upon Contractor's request If required, or requested by Lennar, Contractor shall sign the SWPPP before beginning its work. To the extent applicable to its work, Contractor shall fully comply with and implement the SWPPP, including the Best Management Practices ( "BMPs) described by the SWPPP and applicable Guidelines. Contractor shall take care not to damage any BMPs, including any storm water, sediment, or erosion controls, by its work, and in the event Contractor causes such damage it shall immediately report such damage to Lennar and take appropriate measures to remedy such damage. Without limiting any of its other rights or remedies provided elsewhere in this Agreement (including its right to defense and indemnification by Contractor), Lennar may offset from any payments due Contractor, or otherwise recoverable from Contractor. () the costs to repair or replace any BMPs damaged by Contractor, and (ii} the costs of all fines, fees, expenses and other penalties sought against or incurred by Lennar due to, in whole or in part, (a) Contractors violation of the obligations herein, (b) Contractor's violation of the SWPPP, including violations arising from damage'to BMPs caused by Contractor, or (c) Contractor's interference with the implementation of the SWPPP by Lennar or by any other party responsible for implementing the SWPPP. Failure to satisfy the obligations in this paragraph shall be deemed a material default of this Agreement, and Lennar may, without prejudice to any other right or remedy, (i) withhold any payments to Contractor under this Agreement or otherwise until Contractor has remedied its failure, and/or (i) terminate this Agreement, withhold payments otherwise due Contractor under this Agreement or otherwise, and retain a separate contractor to complete Contractor's obligations at Contractor's expense. 3.5 DUST CONTROL COMPLIANCE. Contractor shall comply, and shall ensure compliance by those acting by, through or under Contractor, with Lennars Dust Control Plan and applicable Dust Control Permit Before beginning work at the job site, Contractor shall review the Dust Control Plan and Dust Control Permit, copies of which will be available at the job site or will be made available upon Contractors request To the extent applicable to its work, Contractor shall fully comply with and implement the Dust Control Plan and best management practices ('dust control BMPs "), including any dust control measures, devices or work practices, described by the Dust Control Plan. Contractor shall take care not to damage any dust control BMPs at the job site by its work; in the event Contractor causes such damage it shall immediately report the damage to Lennar and take appropriate measures to remedy such damage. Without limiting any of its other rights or remedies provided elsewhere in this Agreement (including its right to defense and indemnification by Contractor), Lennar may offset from any payments due Contractor, or otherwise recoverable from Contractor (i) the costs to repair or replace any dust control BMPs damaged by Contractor; and (i) the costs of all fines, fees, expenses and other penalties sought against or incurred by Lennar due to, in whole or in part, (a) Contractors violation of the obligations herein, (b) Contractors violation of the Dust Control Plan, including violations arising from damage to dust control BMPs caused by Contractor, or (c) Contractors interference with the implementation of the Dust Control Plan by Lennar or by any other party responsible for implementing the Dust Control Plan. Failure to satisfy the obligations in this paragraph shall be deemed a material default of this Agreement, and Lennar may, without prejudice to any other right or remedy, () withhold any payments to Contractor under this Agreement or any Purchase Order(s) hereunder or otherwise until Contractor has remedied its failure, and/or (it) terminate this Agreement, withhold payments otherwise due Contractor under this Agreement or otherwise, and retain a separate contractor to complete Contractor's obligations at Contractors expense. 3.6 SAFETY. Contractor is an independent contractor and shall be solely responsible for ensuring that its Work is performed in a safe manner. Nothing herein shall be deemed to be an exercise of control by Lennar of Contractor's safety obligations. Contractor shall take all reasonable and necessary safety precautions with regard to the Work, shall coordinate its safety precautions with other contractors, subcontractors, and suppliers, shall comply with all safety requirements, laws, regulations, rules or ordinances of any authority (governmental or otherwise) responsible for the safety of persons or property. Contractor shall notify Lennar, both verbally and in writing, of all injuries to Contractors employees within eight (8) hours of the injury. Failure to adhere to Lennar's safety policies, the safety requirements of this Agreement, or the job rules shall be deemed a material default of Contractors obligations. Contractor agrees to comply with all health and safety programs, as well as any rules promulgated by Lennar, in furtherance of Contractor duties under the Occupational Safety and Health Act If in the opinion of Lennar the health and safety of any person or persons is endangered or appropriate safety measures are not being implemented, Lennar may (but is not required to) take such action as it deems necessary and appropriate, including without limitation, the following* (i) stop Contractors Work or require Contractor to immediately remedy any unsafe condition caused by the Contractor at its own expense; (ii) shut the Project or job site down, in whole or in part, until any unsafe condition is remedied; (ii) remedy any unsafe condition caused by Contractor at Contractor's sole expense; (iv) terminate this Page 3 of 7 REVISED 11/30/06 INTL v.1 -4-07 Page 3 of 7 REVISED 11/30/06 Agreement and hold Contractor fully liable for any losses incurred by Lennar as a result of the Contractor- caused unsafe condition and such termination; and /or (v) recover against Contractor all fines or penalties assessed by any authority (governmental or otherwise) and caused by or alleged to have been caused by Contractor. 3.7 Contractor acknowledges that it has reviewed all provisions of Lennars Environmental Management Policy, including Lennars SWPPP and Dust Control Plan, and that it has reviewed, signed, and returned Lennar's Trade Partner BMP Compliance Measures, 4. 30B RULES: Contractor is solely responsible for complying with and ensuring compliance by its employees and its Subcontractors with (i) Lennar's Code of Safe Practices, (i other Lennar policies concerning safety, reasonable restrictions on use and access to the job site by unauthorized personnel, and (ii) the other rules and policies concerning Lennar's work and as set forth in Schedule D to this Agreement Upon failure to so comply, Lennar may, in addition to the other remedies herein, stop Contractor's Work and/or terminate this Agreement. 5. LIENS AND BOND CLAIMS: Contractor shall keep the Work and the real property being improved by Contractor free and Gear of any liens, stop notices, fund trapping notices, or bond claims of any kind whatsoever (collectively "Lien or Bond Claims'), to the extent such Lien or Bond Claims (a) relate to Contractors Work, or (b) are for any monies due or allegedly due (i) Contractor or any Subcontractor, (ii) any factoring company, lender (secured or unsecured), or (iii) any other entity claiming by, through, or under Contractor or any Subcontractor (collectively the "Lien Claimants'- In the event a Lien or Bond Claim is filed or threatened to be filed by any Lien Claimant, Contractor shall, at Lennar's sole election, immediately (t) settle and resolve such claim and obtain a (till waiver and release of the Lien or Bond Claim from the Lien Claimant, or (it) provide a statutory bond acceptable to Lennar that will bond around or discharge such Lien or Bond Claim. Should Contractor fail to do so, Lennar may, without additional notice to Contractor, (i) settle, bond or discharge the lien or bond claim in any manner Lennar deems appropriate, and ' charge the costs thereof (including payment of the lien, stop notice or fund trapping notice, or bond claim amount, premiums for bonds, overhead, costs, and reasonable attorneys' fees and paraprofessional fees) to Contractor, and /or (i) withhold further payments to Contractor under this Agreement or otherwise until Contractor has complied with its obligations herein. Lennar's obligations to pay such costs is not limited to any monies, if any, then due or to become due Contractor under any contract between Lennar and Contractor. Contractor has not and shall not assign any right or claim for payment from Lennar or any right to perfect a lien against the Work or real property to any third person. Any assignment or attempted assignment shall be unenforceable against Lennar, and shall be deemed a material default of this Agreement. Contractor shall include substantially identical language to this Section 5 in all subcontracts of any Subcontractor, and shall also require that all Subcontractors shall waive and release all liens and claims to liens as a condition to their receiving payment. 5.1 At Lennar's request, Contractor shall provide the following to Lennar: (i) Proof of payment for tabor, equipment or material or equipment supplied for the Work or any other obligation for payment arising from the Work; fi7 an affidavit stating that every Subcontractor has been paid in full up to and including the date of any payment application, along with the names of any such person or entity who has not been paid in full and the amount due each; (iii) a Partial Waiver and Release of Lien executed by Contractor or any Subcontractor, in a form acceptable to Lennar, indicating their waiver and release of all lien rights for any part of the Work performed as of the date of Contractor's payment therefore, and, (iv) prior to final payment for the Work, a Final Lien Waiver and Release from Contractor and /or any Subcontractor_ If Lennar believes that Contractor's financial circumstances will affect Contractor's performance of its obligations herein, Lennar may take any other precautionary action it deems reasonably necessary to protect its interests including, without limitation, (i) the right to request additional financial assurances from Contractor, (ii) the right to require Contractor to post, at Contractor's cost, a payment bond, (iii) the right to withhold all or any portion of payments due Contractor, or (iv) the right to make payments jointly to Contractor and any person claiming monies from Contractor or any Subcontractor. — DIVISIONS: PLEASE CHECK APPROPRIATE BOX WHETHER UTILIZING CONDITIONAL OR UNCONDITIONAL LIEN WAIVERS — ] 5.2 CONDITIONAL/UNCONDITIONAL LIEN WAIVER: ❑ CONDITIONAL LIEN WAIVER: At such time as an invoice is submitted, and as a condition to receiving payment, Contractor shall execute and furnish to Lennar a notarized conditional lien release acknowledging receipt of all payments through the period covered ' by the current invoice and shall, upon request by Lennar, cause all of its Subcontractors to execute similar lien waivers acknowledging receipt of all payments due through the period covered by the current invoice, to the extent payment is actually received Contractor shall also submit unconditional notarized lien releases from itself and all Subcontractors for payments previously made by Lennar. The lien waivers required to be delivered to Lennar by Contractor under this Agreement shall be original executed waivers, not photocopies, and shall comply with an applicable laws regarding such lien waivers. Contractor shall also comply with all procedural requirements of laws of the State that govern this Agreement with respect to the enforceability of such lien waivers. Regardless of this section, Contractor agrees to provide Lennar with materials and supplies that are free and clear of any debt or lien against said materials or supplies Upon receipt of final payment for the Work, Contractor shall (from itself and all Subcontractors) provide a Final Unconditional Lien Waiver and Release to Lennar for each property for which the Work was provided. ❑ UNCONDITIONAL LIEN WAIVER: At such time as payment is made, and as a condition for such payment, Contractor shall execute and furnish to Lennar a notarized unconditional lien release acknowledging receipt of all payments through the period covered by the current invoice and shall, upon request by Lennar, cause all of its Subcontractors to execute similar lien waivers acknowledging receipt of all payments due through the period covered by the current invoice. The lien waivers required to be delivered to Lennar by Contractor under this Agreement shall be original executed waivers, not photocopies, and shall comply with all applicable laws regarding such lien waivers Contractor shall also comply with all procedural requirements of laws of the State that govern this Agreement with respect to the enforceability of such lien waivers Regardless of this section, Contractor agrees to provide Lennar with materials and supplies that are free and clear of arty debt or lien against said materials or supplies. Upon receipt of final payment for the Work, Contractor shall (from itself and all Subcontractors) provide a Final Unconditional Lien Waiver and Release to Lennar for each property for which the Work was provided 6. LENNAR'S EQUIPMENT: Should Contractor or any Subcontractor use equipment, scaffolding or other facilities of Lennar or another contractor, it is understood and agreed that (i) Contractor and Subcontractor shall fully inspect and become familiar with the proper and safe use of such equipment, scaffolding or facilities, (ii) Contractor and Subcontractor shall properly train and supervise their employees, subcontractors and Page 4 of 7 INT'L REVISED 11/30/06 v.1 -4-07 suppliers in the proper and safe use of such equipment, scaffolding and facilities, and (ii, Contractors or Subcontractor's use of such equipment, scaffolding or facilities shall be at their sole risk Contractor and Subcontractor waive all claims and liability of any type or nature against Lennar and the owners or lessors of such equipment, scaffolding or other facilities, assumes the full risk of the operation thereof, and assumes full responsibility for any and all loss, cost, expense (including all attomeys' fees and paraprofessional fees), damage, or injury arising therefrom. 7. SECURITY: Contractor shall be solely responsible for providing security for its Work, tools, equipment, materials or other property. Regardless of whether Lennar provides security at the Project, Lennar shall not be responsible for theft, vandalism or loss to any of Contractors or Subcontractors Work, tools, equipment, materials or other property. 8. CLEAN UP: Contractor shall maintain a tidy job site and Community and clean up and haul away all debris, rubbish, hazardous or toxic discharges and surplus materials {"Construction Debris') on a daily basis and properly dispose of such Construction Debris in an authorized trash bin or at a licensed or certified landfill. In addition, Contractor will leave the job site, subject property and, if applicable, the building premise(s) clean and in good order. These obligations are in addition to Contractors obligations under any other section of this Agreement. If, after 24 hours notice by Lennar's representative to Contractors representative, Contractor has not diligently proceeded with the clean -up as outlined in this Section, then Lennar shall have the right to proceed with the clean -up at Contractors expense. 9. INSURANCE: Before starting Work, Contractor shall procure and maintain at its own expense the insurance set forth in Schedule C hereto, which requirements are incorporated by this reference as though set forth in full herein. 10. EXPRESS WARRANTIES: Contractor expressly warrants to Lennar, Lennar s customers, or any subsequent owner of a structure constructed by Lennar (collectively "Warranty Beneficiaries ", that its Work shall be performed in a good and workmanlike manner, free from defects in ' workmanship or materials, and in strict accordance with (i) the plans and specifications, (ii) any applicable manufacturers specifications, recommendations or requirements, and (iii) all applicable industry standards, codes, or other rules or regulations applicable to the performance of the Work. This warranty section is in addition to warranties provided by law. Any portion of Contractors Work not complying with the foregoing shall be considered defective. Contractor shall also require each of its Subcontractors to give to Lennar the same warranty regarding the Subcontractors work. Contractor shall, within two (2) working days of notification by Lennar, repair or replace any defective Work unless the warranty work could not reasonably be performed within such time period, in which event the warranty work shall be performed as quickty as reasonably possible. In the event of an emergency (as determined by Lennar), the Contractor shall perform its warranty work within eight (8) hours. In addition, a seven (7) day - a-week and a twenty-four (24) hour on -call emergency service must be provided by Contractor and any Subcontractor providing roofing, plumbing, electrical and /or HVAC work 10.1. Extended Warranties In addition to the foregoing warranties, Contractor shall also, (a) for a period of twelve (12) months from (i) the date of close of escrow between Lennar and its homebuyers for Work associated with a structure or associated site work intended to be used primarily for residential purposes, or (ii) final completion of the Work for all other types of Work, repair or replace afr defective Work, and perform Lennar's obligations under any applicable warranty insurance programs (the 'One Year Warranty); (b) for a period ' of twenty-four (24) months from the (d) the date of close of escrow between Lennar and its homebuyers for Work associated with a structure or associated site work intended to be used primarily for residential purposes, or (Id) final completion of the Work for all other types of Work, repair or replace any defective Work associated with any heating, cooling, mechanical and electrical systems (the 'Systems') installed by Contractor, and perform Lennar's Systems obligations under any applicable warranty insurance programs (the ' `Two Year Warranty'); and (c) for a period of one - hundred twenty (120) months from (1) the date of close of escrow between Lennar and its homebuyers for Work associated with a structure or associated site work intended to be used primarily for residential purposes, or (it) final completion of the Work for all other types of Work, repair or replace any defective Work, associated with structural damage, and perform Lennars obligations under any applicable warranty insurance programs (the "Ten Year Warranty'). The foregoing obligations exist so long as the defect(s) arose or existed during the relevant extended warranty periods, and even if such defects were not observed until after the expiration of the extended warranty period. Should Lennar perform any of Contractor's warranty work (extended or otherwise), Contractor shall reimburse Lennar for the cost of repairing or replacing such defective Work. Notwithstanding anything to the contrary herein, should any state or federal law impose a warranty, express or implied, or any other obligation to repair, replace or pay for defective work arising from Contractors Work that is longer than the time period set forth in this paragraph, Contractor's warranty obligation period shall be deemed to extend for the duration of the applicable state or federal law. 10.2 Manufacturers Warranties Prior to the earlier of completion of Work or upon the termination of this Agreement, Contractor shall provide Lennar with any and all applicable manufacturers warranties on equipment, materials or appliances fumished pursuant to this Agreement Contractor shall fully cooperate with Lennar in making any claim on any manufacturers warranty. 11. EXTRA WORKJCHANGES: NO EXTRA WORK OR CHANGES SHALL BE PERFORMED BY CONTRACTOR OR PAID FOR BY LENNAR UNLESS (i) SPECIFICALLY AUTHORIZED IN WRITING BY LENNAR'S CONSTRUCTION SUPERINTENDENT, AND (ii) A WRITTEN PURCHASE ORDER IS SIGNED BY BOTH CONTRACTOR AND LENNAR'S CONSTRUCTION SUPERINTENDENT PRIOR TO COMMENCING ANY EXTRA WORK OR CHANGES NO EMPLOYEE OR REPRESENTATIVE OF LENNAR IS AUTHORIZED TO MAKE ANY VERBAL AGREEMENT WAIVING THIS PROVISION, AND CONTRACTOR AGREES THAT IT SHALL NOT RELY ON ANY VERBAL AGREEMENT IN PERFORMING ANY WORK. 12. PAYMENT: The price for the Work and additional terms for payment shall be set forth in the Purchase Order Lennar has no obligation to pay Contractor for any Work performed prior to execution of a written Purchase Order which specifically covers such Work. No payment shall be due unless Contractor has otherwise satisfied all obligations set forth in this Agreement. 12.1 Payment shall be made in accordance with Lennar's standard practices. Payment will only be considered for Work properly performed, inspected and accepted as of the date of the payment request As a condition precedent to any payment, Contractor shall (i) submit a request for payment to the Lennar address noted below, (ii) utilize a payment request form acceptable to Lennar, (iii) deliver executed lien waivers and releases in accordance with Section 5.2, and (iv) submit all other documentation reasonably required by Lennar to establish Contractor's entitlement to funds. No payment shall be deemed to constitute acceptance by Lennar of any defective or unacceptable Work. Page 5 of 7 1NTL REVISED 11130/06 v.1 -4 -07 12.2 All payments to Contractor are trust funds and shall first be used for the full payment of all Subcontractors. Contractor shall ensure that all Subcontractors are at all times fully and timely paid all amounts due in connection with the Work. Contractor shall immediately notify Lennar of any claims or disputes involving any Subcontractor. When Lennar learns of any claim or dispute, Lennar may (i) withhold payments otherwise due Contractor until the claim or dispute is resolved to Lennar's satisfaction, (i) issue joint checks to Contractor and any claimant, or (iii) deposit any disputed funds into the registry of a court of law. Contractor shall reimburse Lennar for any costs incurred by Lennar as a result of such claims or disputes. Should any dispute arise after payment by Lennar, Contractor shall immediately deposit any payments made relating to such labor or material into an interest - bearing account and shall only use this money to resolve such claims or disputes. 12.3 Lennar may, but is not required to, withhold retainage from each payment as provided by applicable law, and shall release such retainage when (a) Contractor has fully performed its obligations herein (save and except future extended warranty obligations), (b) Contractor has provided final lien releases and waivers (conditioned only upon receipt of the retainage) from itself and all Subcontractors, and (c) the legal time period for holding such retainage has expired. In the absence of any legally required amount, the maximum retainage shall equal ten (10 %) percent of each payment 12 4 Lennar may, at its option, issue, file, and/or record with the appropriate regulating agency, a Notice of Completion. By issuing, filing, andlor recording said notice of completion, Lennar does not release the Contractor from any of Contractor's obligations under this Agreement andlor any Purchase Order issued hereunder. Without limiting the generality of the foregoing, in no event shall the issuance, filing, and/or recordation of a notice of completion be deemed to commence any warranty obligations with respect to the Work performed by Contractor, as such warranty obligations are set forth in this Agreement. 13. REMEDIES AND TERMINATION: In addition to and without limiting Lennar's other remedies set forth herein or as otherwise provided by law, Lennar shall have the following rights: 13.1 If Contractor shall file for or be adjudged bankrupt, or if it should make a general assignment for the benefit of its creditors, or if a receiver should be appointed on account of its insolvency, or if Contractor should persistently or repeatedly refuse or should fail, in the reasonable opinion of Lennar, to supply enough properly skilled workmen or proper materials or make delivery of materials as required, or if such materialmen or laborers for material supplied or Work performed disregard laws, ordinances, job rules, or instructions, or if Contractor fails to make prompt and proper payment for labor, materials, equipment or services provided by, through or under Contractor, or if Contractor fails to remedy defective Work or fails to perform warranty services or repairs within the time periods set forth in this Agreement, or should Contractor cause damage to the work of another contractor and/or subcontractor, or if Lennar is fined by any governmental agency on account of, or arising out of the violation by Contractor or any Subcontractor of any law, or should Contractor fail in Lennar's sole judgment to prosecute its Work diligently and promptly, or if Contractor otherwise breaches any of its obligations in this Agreement or any of its other agreements with the Lennar division for which Contractor is performing the Work herein, or if Lennar has a reasonable basis to believe that Contractor will not be able to properly perform all of its obligations in this Agreement or under any Purchase Order, Lennar may, without prejudice to any other right or remedy in this Agreement or any law and after giving Contractor forty -eight (48) hours written notice, () terminate this Agreement and take possession of Contractor's materials, tools, equipment and appliances thereon and finish the Work by whatever method it may deem expedient in its sole discretion, (ii) withhold payment otherwise due Contractor until the Work is completed and accepted, or until defective Work is remedied, or until warranty services are properly performed, or until such breach has been remedied, (iii) stop the Work until such breach has been cured to Lennar's satisfaction, and/or (iv) fumish or cause to. be fumished additional labor or materials at Contractor's expense. If the costs of completing the Work, furnishing additional labor or materials, or remedying Contractor's breach do not exceed the unpaid balance under the applicable Purchase Order(s), and if Contractor is otherwise entitled to receive payment, Lennar shall pay the difference (less a reasonable sum to ensure Contractor's performance of any remaining warranty obligations) to Contractor upon completion of the Work. If such expenses of completing the Work or remedying Contractor's breach exceed the unpaid balance under the applicable Purchase Order(s), Lennar may offset the difference against any amounts due Contractor under this Agreement or other purchase order, contract, or other agreement. Upon demand, Contractor shall pay the difference to Lennar plus any and all costs, expenses and attorneys' fees and paraprofessional fees incurred by Lennar in enforcing or performing any of Contractor's obligations under this Agreement. 13.2 Lennar shall also have the right to terminate this Agreement or any Purchase Orders or portions thereof issued to Contractor without cause and for Lennar's convenience. In such event, Contractor shall be paid only for that Work actually performed as of the date of termination, and Contractor waives recovery for any other costs or damages, direct or consequential including without limitation prospective profits, on Work not performed. 13.3 Should Contractor breach any of its obligations in this Agreement, Lennar shall be entitled to recover against Contractor any reasonable and necessary attorneys' fees and paraprofessional fees, costs and expenses incurred by Lennar in pursuing claims against Contractor. ' 14. DEFENSE AND INDEMNITY: TO THE FULLEST EXTENT PERMITTED BY APPLICABLE LAW, AND IN CONSIDERATION OF THE SUM OF ONE HUNDRED DOLLARS ($100.00), WHICH SUM IS INCLUDED IN THE PRICE(S) ESTABLISHED UNDER THE PURCHASE ORDER(S), THE ADEQUACY AND RECEIPT OF WHICH IS HEREBY ACKNOWLEDGED, CONTRACTOR HEREBY AGREES TO UNCONDITIONALLY DEFEND, ' INDEMNIFY AND HOLD HARMLESS LENNAR, ITS PARENT, AFFILIATES, SUBSIDIARIES, PARTNERS, JOINT VENTURERS, OFFICERS, DIRECTORS, SHAREHOLDERS, AGENTS, EMPLOYEES, INSURERS, SURETIES, ANY OWNER OF REAL PROPERTY IMPROVED OR ALLEGED TO HAVE BEEN IMPROVED BY THE CONTRACTOR, OR ANY OF THEM (COLLECTIVELY "WDEMNITEES ") AGAINST ANY AND ALL CIVIL OR CRIMINAL LIABILITIES, COSTS, EXPENSES, CLAIMS, DEMANDS, CAUSES OF ACTION, LIEN CLAIMS, THREATS OF LIENS, STOP NOTICES, FUND TRAPPING NOTICES, BOND CLAIMS, PENALTIES, FINES, CITATIONS, LOSSES, AND DAMAGES (INCLUDING COURT COSTS, ATTORNEYS' FEES AND PARAPROFESSIONAL FEES, AND COSTS OF INVESTIGATION), OF ANY NATURE, KIND, OR DESCRIPTION, Page ti of 7 INTL REVISED 11/30105 ' v_1 -4 -07 1 ARISING OUT OF, IN CONNECTION WITH, CAUSED BY, ALLEGED TO HAVE BEEN CAUSED BY, OR RESULTING FROM, DIRECTLY OR INDIRECTLY, IN WHOLE OR IN PART, (1) THE WORK, LABOR, MATERIALS, EQUIPMENT OR SERVICES PERFORMED OR SUPPLIED OR ALLEGED TO HAVE BEEN PERFORMED OR SUPPLIED BY CONTRACTOR OR ANY OF ITS SUBCONTRACTORS, (2) ANY ACT OR OMISSION OF CONTRACTOR OR ANY OF ITS SUBCONTRACTORS, OR (3) ANY ACT OR OMISSION OF LENNAR OR LENNAR'S OTHER CONTRACTORS, SUBCONTRACTORS, OR SUPPLIERS OR ANY OF THEIR EMPLOYEES, AGENTS, INVITEES OR ANY PERSON ACTING BY, THROUGH OR UNDER LENNAR OR LENNAR'S OTHER CONTRACTORS, SUBCONTRACTORS, OR SUPPLIERS (COLLECTIVELY "LIABILITIES "). THE OBLIGATIONS OF CONTRACTOR UNDER THIS INDEMNIFICATION SHALL APPLY TO LIABILITIES EVEN ' IF SUCH LIABILITIES ARISE FROM OR ARE ATTRIBUTED TO THE CONCURRENT NEGLIGENCE OF ANY INDEMNITEE. NOTWITHSTANDING THE FOREGOING, CONTRACTOR SHALL NOT BE OBLIGATED UNDER THIS AGREEMENT TO INDEMNIFY THE INDEMNITEES TO THE EXTENT SUCH LIABILITIES RESULT FROM THE SOLE NEGLIGENCE OR WILLFUL MISCONDUCT OF ANY INDEMNITEE, CONTRACTOR SHALL, AT ITS EXPENSE, ASSUME THE DEFENSE OF THE INDEMNITEES, OR ANY OF THEM, AND SHALL CONDUCT SUCH DEFENSE WITH DUE DILIGENCE AND IN GOOD FAITH WITH COUNSEL SATISFACTORY TO LENNAR. SHOULD CONTRACTOR BREACH ITS DEFENSE AND INDEMNITY OBLIGATIONS, LENNAR MAY, AND WITHOUT RELIEVING CONTRACTOR OF ITS INDEMNITY OBLIGATIONS, ASSUME ANY DEFENSE OBLIGATION AND TRY OR SETTLE SUCH CLAIM, AND CONTRACTOR (1) SHALL REIMBURSE LENNAR FOR ALL COSTS AND EXPENSES INCURRED OR PAID BY ANY INDEMNITEE IN THE DEFENSE, SETTLEMENT, TRIAL OR ARBITRATION, AND (2) PAY ANY JUDGMENT OR AWARD OBTAINED AGAINST THE ' INDEMNITEES OR ANY OF THEM. NEITHER THE INDEMNITY OBLIGATIONS UNDER THIS SECTION, NOR ANY COMMON LAW AND10R STATUTORY CONTRIBUTION RIGHTS OR OTHER RIGHTS OF LENNAR OR ANY INDEMNITEE, SHALL BE LIMITED IN ANY WAY BY ANY LIMITATION ON THE AMOUNT OR TYPE OF DAMAGE, COMPENSATION, OR BENEFITS PAYABLE BY OR FOR THE CONTRACTOR OR LENNAR UNDER INSURANCE POLICIES, WORKERS' COMPENSATION ACTS, DISABILITY BENEFIT ACTS, OR OTHER EMPLOYEE BENEFIT ACTS. THIS PROVISION IS SEPARATE AND DISTINCT FROM, AND IN ADDITION TO, ANY OTHER PROVISION OR SECTION IN THIS AGREEMENT, INCLUDING ANY PROVISION OR SECTION CONCERNING INDEMNIFICATION AND PROCUREMENT OF INSURANCE, IT IS SPECIFICALLY AGREED WITH RESPECT TO ANY LEGAL LIMITATIONS NOW OR HEREAFTER IN EFFECT AND AFFECTING THE VALIDITY OR ENFORCEABILITY OF THE INDEMNIFICATION OBLIGATION UNDER THIS SECTION, THAT SUCH LEGAL LIMITATIONS ARE MADE A PART OF THE INDEMNIFICATION OBLIGATION AND SHALL OPERATE TO AMEND THE INDEMNIFICATION OBLIGATION TO THE MINIMUM EXTENT NECESSARY TO BRING THE PROVISION INTO CONFORMITY WITH THE REQUIREMENTS OF SUCH LIMITATIONS, AND AS SO MODIFIED, THE INDEMNIFICATION OBLIGATION SHALL CONTINUE IN FULL FORCE AND EFFECT, EVEN AFTER COMPLETION OF THE WORK OR TERMINATION OF THIS AGREEMENT. EXCEPT AS EXPRESSLY PROVIDED OTHERWISE, IT IS THE SPECIFIC INTENT OF THIS INDEMNITY THAT THE CONTRACTOR IS INDEMNIFYING THE INDEMNITEES FROM ACTS OF NEGLIGENCE OF INDEMNITEES. In any and all claims against Lennar hereunder by any employee of Contractor or any employee of any other person or entity acting by, through or under Contractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor or any subcontractor or supplier under workers' or workmen's compensation acts, disability acts of other employee benefit acts, and Contractor expressly waives any right it may have to assert such limitation. Contractor expressly waives any right of subrogation that it or its insurers may have against the Indemnftees or any of them_ In addition, in no event shall Contractors obligations hereunder be limited to the extent of any insurance available to or provided by Contractor. The indemnity obligations in this Agreement shall not be limited by the insurance required to be provided by Contractor pursuant to this Agreement, nor shall the insurance requirements of this Agreement be limited by the indemnity obligations of this Agreement. 15, WAIVER OF JURY TRIAUARBITRATION: TO THE FULLEST EXTENT ALLOWED BY APPLICABLE LAW, AND AFTER CONSULTING WITH LEGAL COUNSEL OF THEIR OWN CHOOSING, CONTRACTOR AND LENNAR, ON BEHALF OF THEMSELVES AND ANY PERSON OR ENTITY ACTING BY, THROUGH OR UNDER THEM, KNOWINGLY, VOLUNTARILY AND INTENTIONALLY AGREE TO WAIVE THE RIGHT TO TRIAL BY JURY IN CONNECTION WITH ANY LITIGATION OR JUDICIAL PROCEEDING RELATING TO OR CONCERNING, DIRECTLY OR INDIRECTLY, THIS AGREEMENT OR ANY OTHER RIGHTS OR OBLIGATIONS BETWEEN LENNAR, ' CONTRACTOR AND ALL PERSONS ACTING BY, THROUGH OR UNDER LENNAR OR CONTRACTOR. LENNAR AND CONTRACTOR ACKNOWLEDGE THAT SEPARATE AND GOOD AND VALUABLE CONSIDERATION HAS BEEN PROVIDED BY EACH FOR THIS WAIVER. THIS WAIVER SHALL APPLY TO THIS AGREEMENT, ANY FUTURE AMENDMENTS, SUPPLEMENTS OR MODIFICATIONS OF THIS AGREEMENT, AND ANY FUTURE CHANGE ORDERS OR PURCHASE ORDERS. NOTWITHSTANDING THE FOREGOING, IF (A) LENNAR IS A PARTY TO A LAWSUIT, IS REQUIRED TO TRY THE DISPUTE BEFORE A JURY, AND BELIEVES THAT CONTRACTOR IS LIABLE, IN WHOLE OR IN PART, FOR THE CLAIMS BEING MADE IN THE LAWSUIT, THEN THIS WAIVER OF JURY TRIAL SHALL NOT APPLY; OR (B) LENNAR IS A PARTY TO AN ARBITRATION ACTION, IS REQUIRED TO TRY THE DISPUTE BEFORE AN ARBITRATOR(S), AND BELIEVES THAT CONTRACTOR IS LIABLE, IN WHOLE OR IN PART, FOR THE CLAIMS BEING MADE IN THE ARBITRATION, THEN LENNAR AND CONTRACTOR AGREE THAT THE DISPUTES BETWEEN THEM WILL BE FULLY AND FINALLY RESOLVED IN SUCH ARBITRATION AND IN ACCORDANCE WITH THE ARBITRATION ACT AND ARBITRATION RULES THEN GOVERNING THE ARBITRATION, AND NOT BY JUDGE OR BY JURY. LENNAR AND CONTRACTOR SPECIFICALLY AGREE THAT THIS AGREEMENT Page 7 of 7 INT'L REVISED 11/30/06 v.1 -4 -07 INVOLVES INTERSTATE COMMERCE, AND THAT ANY ARBITRATION) SHALL BE GOVERNED BY THE FEDERAL ARBITRATION ACT. ' 16. INDEPENDENT CONTRACTORIAUTHORITY: Contractor is acting as an independent contractor and not a partner or joint venturer of Lennar. Lennar is solely responsible for the employment, acts, errors, omissions, control and direction of its employees, agents, and Subcontractors. Nothing contained in this Agreement shall authorize or empower Contractor to assume or create any responsibility whatsoever, express or implied, on behalf of or in the name of Lennar, or to bind Lennar in any manner, or make representation, warranty, or commitment on behalf of Lennar, or purchase materials or otherwise incur debts in Lennar's name. 17. CONTRACTOR REGULATION: To the extent required by law, Contractor warrants that it is licensed to perform the Work under the applicable Purchase Order(s). Contractor shall maintain all required permits and licenses in good standing at all times. 18. CUSTOMER APPRECIATION GIFTS OR EVENTS: Lennar periodically gives its contractors and contractors' employees customary and nominal tokens of its appreciation, such as logo and non -logo apparel, rounds of golf, spa days, meals, materials and other "customer appreciation" gifts or outings. Contractor acknowledges and agrees that this is customary in the industry and does not constitute an attempt to improperly influence Contractor or Contractor's employees and does not and will not give rise to any claims for civil or criminal misconduct. Lennar fully understands that as a consequence of accepting any tokens of appreciation from Lennar, Contractor or Contractor's employees will be under no obligation to Lennar other than those contained in this Agreement. In order to ensure that Contractor is aware of this practice, Contractor expressly agrees that Lennar may, at Lennar's sole discretion, without any obligation on the part of Lennar and without further notice to Contractor, provide similar tokens of appreciation to Contractor or Contractor's employees without the need to obtain additional written or verbal consent from Contractor. ' 19. NO GIFTS: Neither Contractor nor any partner, director, employee, or agent of Contractor shall, without specific written authorization of Lennar, give to or receive from any person or entity, including without limitation, any officer or employee of any governmental or quasi - governmental agency, department, or instrumentality, any commission, fee, rebate, gift or loan of significant cost or value in connection with or as a result of Contractor's Work provided hereunder (excluding Gifts from Lennar pursuant to Section 18), to influence any decision, or to gain any other advantage for Lennar or Contractor. Contractor shall not (a) enter into any business arrangement with any partner or employee of Lennar, or any affiliate of same other than one acting in a capacity as a representative of Lennar or such affiliate in accordance with this Agreement and with the prior written approval of Lennar or (b) engage in any employment or enter into any contract or agreement that conflicts with Contractor's obligations under this Agreement. In the event of a violation of this Section, Contractor shall pay to Lennar any and all amounts received by Contractor or any other individual or entity described above, however, such payment shall not limit, or operate as a waiver of, any other legal or equitable rights which Lennar may have against Contractor at law, in equity, or under this Agreement Due to the nature of this transaction and the potential exposure to various forms of fines, penalties, sanctions and other damages to Lennar's business and reputation, all of which are, at the date of executing this Agreement, impractical and extremely difficult to ascertain in advance, Lennar and Contractor agree that if Lennar terminates this Agreement due to the breach of this Section, then, as the monetary remedy for such breach and at Lennar's election and, as liquidated damages and not as a penalty, Contractor agrees that Contractor shall not be paid any amounts billed but unpaid for Contractor's compensation for Work completed prior to the termination date, as provided in Section 13. This provision shall not be construed as a waiver of Lennar's right to obtain temporary or permanent injunctive relief for any breach or threatened'breach by Contractor of this Section. In addition to the remedies available under this Section, and at Lennar's election, Lennar shall also be entitled to injunctive remedies for breach of this Section, including without limitation, rescission. 20. STANDARDS OF BUSINESS ETHICS: Contractor represents that it has not and will not receive or give gifts or gratuities, nor participate in any other conduct in connection with this Agreement or any Purchase Order that violates the Standards of Business Ethics and Conduct of Lennar ( "Lennar's Business Ethics ") (see www.Lennar.com) Should any employee of Lennar or any of its Trade Partners engage in any conduct which Contractor believes is in violation of Lennar's Business Ethics, Contractor shall immediately notify Lennar's representatives in writing at the address provided herein, Violation of Lennar's Business Ethics by Contractor shall be deemed a material breach of this Agreement by Contractor. 21 MISCELLANEOUS: 21 1 Lennar and Contractor acknowledge that they have read, understand, and have had the opportunity to be advised by legal counsel of their own choosing as to each and every one of the terms, conditions, and restrictions and the effect of all the provisions of this Agreement. Lennar and Contractor agree that the provisions shall not be construed more strictly against the party who prepared the document 21.2 Neither this Agreement nor any Work to be performed under any Purchase Order nor the right to payment under this Agreement ' shall be assigned by Contractor without the written consent of Lennar, which consent may be withheld at Lennar's sole discretion. 213 This Agreement may be assigned by Lennar to any mortgagee or subsequent owner of the project who assumes Lennar's obligations under this Agreement Contractor shall perform the Work and fulfill its obligations hereunder for the benefit of such assignee, so long as the assignee is making proper payment to Contractor. In the event of such assignment, Lennar shall be relieved of all liability accruing after such assignment. This Agreement shall be binding on the successors, heirs, and permitted assigns of the parties. 21.4 This Agreement, the attached Schedules and the Purchase Order(s) issued by Lennar to Contractor embody the entire agreement between Lennar and Contractor and supersede any prior understandings or oral or written agreements between the parties. This Agreement, including this provision, cannot be amended except by written instrument executed by Lennar and Contractor. Invalidation of any term or condition of this Agreement by judgment, arbitration award or court order or otherwise shall not affect the validity or enforceability of the remaining terms and conditions. 'J 21 5 All notices given under this Agreement shall be in writing personally delivered or mailed certified or registered return receipt requested postage prepaid. Notices to Lennar and Contractor will be sent to the addresses noted in this Agreement. Either party may change the address at which it will receive notice by giving written notice in accordance with this provision. 21.6 If any provision of this Agreement is determined to be invalid, illegal or unenforceable, the remaining provisions of this Agreement shall remain in full force and effect provided that the economic and legal substance of the transactions contemplated is not affected in INT'L ' v 1-4-07 Page 8 of 7 REVISED 11/30!06 1 fl 1 fl any manner materially adverse to any party. In the event of any such determination, the parties agree to negotiate in good faith to modify this Agreement to fulfill as closely as possible the original intent and purposes hereof. To the extent permitted by law, the parties hereby to the same extent waive any provisions of law that renders any provision hereof prohibited or unenforceable in any respect. 21.7 In no event shall either party be entitled to any interest on any sum due hereunder in excess of that permitted by applicable law. Notwithstanding anything to the contrary herein, any reference herein to interest accruing on any sum due hereunder shall be deemed to be the lower of. the interest rate stated herein or the maximum rate allowed by law. 21.8 TIME IS OF THE ESSENCE OF THIS AGREEMENT. Any covenants, terns and conditions of a continuing nature shall survive final payment, completion, and acceptance of the Work under this Agreement and any applicable Purchase Order and any termination or conclusion of this Agreement and Contractor has taken into consideration and made allowances for all the hindrances and delays incident to its Work. 21.9 This Agreement shall be deemed entered into in the state where the Project or job site is located and shall be interpreted and applied in accordance with the laws of the state where the Project orjob site is located. 21.10 Contractor agrees to perform all of its obligations in strict accordance with the terms of this Agreement and in strict accordance with any contract and /or agreement between Lennar and any owner of the property being improved, and in complete satisfaction of such contract and/or agreement between Lennar and such owner. Such contract and/or agreement, to the extent applicable to Contractor's Work, shall be deemed to be a part of this Agreement 21.11 The venue for any disputes between Lennar and Contractor shall be as follows: (1) Third Party Actions — If Lennar is involved in litigation or arbitration with a third party and Lennar or any other party joins Contractor as a party to the litigation or arbitration, Contractor consents to be joined in that same venue; (2) Other Actions or Disputes — In all other situations, venue shall be in the state or federal court located in the state and county where the Project is located. 21.12 Upon reasonable notice, at reasonable times, and at Lennar's cost, Lennar or a third -party retained by Lennar shall have the right to access and audit Contractor's books, records and documentation for the purpose of auditing Contractor's performance of its obligations under this Agreement or Purchase Order. Contractor shall cooperate by identifying and gathering documentation relating to Contractor's performance of its obligations. 21.13 Contractor shall, upon Lennar's request and at Contractor's cost, provide training to Lennar and its Trade Partners as to any product or service provided by Contractor. Contractor and Lennar shall reasonably cooperate in choosing the time, place and frequency of such training. 21.14 To the extent of any conflict or inconsistency between the terms and conditions of the documents set forth below, whether existing or entered into at a later date, the documents shall prevail and take precedence in the order listed below, a. This Agreement; b. Any Purchase Order; C. Any other agreements between Contractor and Lennar. 21.15 By signing below, the undersigned certifies that he or she is authorized to execute this Agreement and is taking this action with full authority from the principal. 21.16 This Agreement may be executed in any number of counterparts, a complete set of which shall be deemed to be an original and all of which together shall comprise but a single instrument. Signatures may be given via facsimile transmission and shalt be deemed given as of the date of the transmission of this Agreement by facsimile to the other party_ 21.17 Contractor acknowledges and understands that all information relating in any way to Lennar or its business or affairs, whether written or oral, obtained by Contractor in connection with the Work provided as part of this Agreement or otherwise and any information regarding the nature and extent of this Agreement ("Confidential lnformatiorij, shall, unless otherwise specified by Lennar in writing be deemed confidential. Contractor acknowledges and understands that Contractor's unauthorized disclosure of any Confidential Information would be extremely prejudicial to Lennar. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first above written. i INT'L v.1 -4-07 CONTRACTOR: By (Signature): Title: Date: Address: Lennar Corporation By: Page 9 of 7 REVISED 11130/06 Name: Jon Aune Title: Director of Land Operations Address: 935 East Wayzata Blvd Wayzata, MN 55391 ' n ' + L✓' INT! v.1 -4-07 Page 10 of 7 REVISED 11/30/06 SCHEDULE A - PURCHASE ORDER Date. __ Purchase Order Number. _ Contractor agrees to supply all labor, equipment, material, goods and /or services required to perform the Work set forth below and as otherwise provided in, and in strict accordance with, the Contractor Base Agreement. Contractor's obligations shall include, without limitation, any related or incidental labor, material, equipment or services required to satisfy its obligations or any obligations reasonably inferable thereto, as well as any addenda or modifications issued subsequent to the date of the Contractor Base Agreement and this Purchase Order. The terms and con of the Contractor Base Agreement executed between Lennar and Contractor are incorporated herein, including any schedules attachments and exhibits to the Contractor Base Agreement. Contractor: Cost Code: Community: AddressfLegal Description of Project Scope of Work: Contractor shall provide all labor, material, equipment and services as described below and as more fully described in Exhibit "A" attached hereto (the "Work's and in conformance with the Contractor Base Agreement and any schedules, attachments and exhibits to the Contractor Base Agreement (the "Contract Documents"). PricetPayment Contractor agrees to perform the Work for [choose one only]: ❑ The lump sum of $ ❑ A unit price of S per ❑ Cost Plus a Fee with a Guaranteed Maximum Price ( "GMP ") of $ The Fee portion of the GMP shall equal either [choose one only] % of the Cost of the Work (see Schedule E), or $ This Agreement shag also be subject to the terms and conditions set forth in Schedule E ❑ Other Schedule: Time is of the essence for Contractor's obligations herein. Contractor shall complete performance of the Work not later than (ia the _ day of , 20,_, or (it) Execution: This Purchase Order shall be subject to cancellation at Lennar's option unless three (3) executed copies are returned to Lennar's home office by This Purchase Order is made between Lennar and Contractor for the performance of the Scope of Work described herein and in accordance with the requirements of the Contract Documents. Contractor acknowledges receipt of an executed copy of the Contractor Base Agreement. Contractor has read understands and agrees to be bound to the terms of this Purchase Order. the CONTRACTOR LENNAR [Company] Lennar Corporation INT'L REVISED 11/30106 v.1-4 -06 By: By: Name: Name: Jon Aune - rifle: Title: Director of Land Operations Date: INT'L REVISED 11130/06 v.1 -4-06 EXHIBIT A: CONTRACTOR'S SCOPE OF WORK Contractor agrees to perform the Work listed below, as well as any work reasonably inferable from the Work, in strict accordance with the applicable Plans and Specifications, this Agreement and other legal requirements of any type. ❑ All Site Work including but not limited to- ❑ All Utilities Work including but not limited to: ❑ All Paving and Street Work including but not limited to: ❑ All Pad Preparation Work including but not limited to: _ El El El El EJ All Slab, Flatwork and other Concrete Work including but not limited to: All Plumbing Work including but not limited to: All Electrical Work including but not limited to. All HVAC Work including but not limited to_ All Rough Framing Work including but not limited to: All Finished Framing Work including but not limited to. All Exterior Cladding Work including but not limited to: All Window Work including but not limited to All Roofing Work including but not limited to: Flooring Work including but not limited to: Cabinetry Work including but not limited to: Painting and Finishes Work including but not limited to: WL REVISED 11/30/06 v.1 -4-06 ' 1NT'L REVISED 11130106 v.1 -4-06 I SCHEDULE B - fUNCONDITIONAUCONDITIONALI LIE WAIVER AND RELEASE [PRIOR TO ATTACHING SCHEDULE B, LENNAR DIVISION TO RETRIEVE APPROPRIATE SCHEDULE B FROM LENNAR PORTAL OR CONTACT LENNAR LEGAL REGARDING APPROPRIATE SCHEDULE B] it ' INT'L REVISED 11/30/06 v.1 -4-06 J 1 SCHEDULE C - INSURANCE REQUIREMENTS [PRIOR TO ATTACHING SCHEDULE C, LENNAR DIVISION TO RETRIEVE APPROPRIATE SCHEDULE C FROM LENNAR PORTAL OR CONTACT LENNAR RISK MANAGEMENT REGARDING APPROPRIATE SCHEDULE Cj INTL REVISED 11/30/06 v.1 -4-06 r INSURANCE .REQUIREMENTS -- Exhibit C- high Subcontractor shalt procure and maintain, at its safe cost and expense, the fallowing insurance coverages: 1. Workers' Compensation` Coverage A. - Statutory Benefits Coverage B. Employers' Liability of not less than: Bodily Injury by accident $1,000,000 each accident Bodily Injury by disease $1,000,000 policcy limit Bodily Injury by disease $1,000,000 each employee Coverage must include a waiver of subrogation endorsement in favor of, and naming, Lermar Corporation indudirrg its subsidrarres, mariners, partnerships, aituilated companies, successors and assigns 2. CO�rr Mprc1W Auto Cove age: Automobile LiabW coverage (equivalent in coverage to ISO form CA 00 01 of not less than $1,000,000 combined single Gnk each accident, covering 99 owned, hired and non -owned autos. 3 Comtnercial General Uabiliity: Commensal General Liability coverage ( equivalent In coverage to ISO form CG 00 01) of not less Marc Each Occurrence Unfit $1,000,000 Personal Advertising Injury Limit $1,000,WO Oroducts/Completed Operations Aggregate Limit $2,000,000 General Aggregate Limit $2.000,000 (other Shan ProductdCompleted Operations) The poor must Include: n:) Premises and Operations coverage with no explosions, collapse, or underground damage exclusion (XCU). b) Products bnd Completed Operations coverage. Subcontractor agrees to maintain this coverage for a rninimum of ten (10) years following completion of its work. a) Standard ISO CG0001 0196 Contractual Liability coverage, or As equivalent, and a Separation of Insureds clause. d) Broad Form Property Damage coverage, including completed operamon% or its equivalent 9) The work `performed on your behalf by a subcontractar°•excepfion to the 'Damage to Your Wow exciaslon (Excluslon "1° M Section I of the ISO form CG 00 0110 01 and eartierversions.) No limitation or restriction of this exception-is allowed f) An Additional Insured Endorsement (equivalent to ISO form CG 20 10) naming as additional insured: "Lennar Corporation including Its subsidiaries, partners, partnerships, affiliated companies, successors and asslgns. g) If Me Work to be performed is on an attached community, there shag be no exclusion for attached or condominium protects. h) Them shall be no exclusions for contimAng or progressive losses nQt kn om by Subcontractor to eAst prior b policy inception: 0 Coverage must be on an occurrence' form. 'Claims Made" and "Modified Occurrence° forms are not acceptable. 4. Prouertvirlsurance: Subcontractor shag maintain "Special Form' property insurance (commonly referred to as 'al risk or °special perils' coverage) in an amount equal to the foil replacement cost of at Subcontractor's real and personal property (for which it has We andlor risk of loss), as well as real and personal properly which becomes a final part of the Protect., during its ot€Projed status, In ttansft and while stored or worked upon away from, or on, the Project site. All poky proceeds shag be used for the repair or replacement of the propedy ftnaged or destroyed. pMR9A Wabmr9fgybFWAon . Subcordractor hereby waives all rights of recovery against Lennar Corporation including Its subsidiaries, partners, partnerships, affifrated companies, successors and assigns, ' Wthh respect to any loss or damage, including consequential loss or damage, to the Subcontractor's property caused oroccasioned by any pent or penis covered under any policy or policies of property insurance carried by the Subcontractor. Subcontractor shag cause its insurance carriers to consent to such waiver of ' subrogation. Page 11 of 14 lt3i"L Lenrw INTO 1 LJ r 5. Other Requlretneriis: a) All policies must afford an unqualified thirty (30) days notice of cancellation to the additional Irwred(s) in the event of cancellation or non - renewal, and ten (10) days nonce of cance lafforl for non- paymerit of premium. b) All poliicies muust be written by insurance companies whose rating In the most recent Besfs Rating Guide, is not less than A ( - Vti. Conkactor reserves the right to accept coverages provided via a state fund. All coverage forms must be acceptable to Corbactor. Subcontractor agrees to provide a full certified copy of arty policy maintained by Subcontractor to Contractor upon ContoracWs request theFeW. c) Certificates of Insurance with the regtdred endorsements evidencing the required coverages Roust be de vemd tro file Contractor prior to commencement of any work under this Subcontact. Such certificates of insurance sball state "All Operations" of Subcontractor performed 'on behalf of Contractor shall be roveM by such insurance. The wording °Endeavor" and ... "but failure to mail arxtm notice shall Impose no obligation or liability of any kind upon the ccmpanr must be deleted from the cerlilfc e. If your carrier or broker will not remove such language from the certificate, a separate endorsement requiring 3"ay notice of cancellation will be •rem . d) If the Subconti dor faits to secure and maintain the required irimmoe, Cormtraclor shall have the right (without any obligation to do so, However) to secure same in the name and for the amunt of Subcontractor In which eventthe Subcontractor shall pay the costs thereof and famish upon demand all information that may be rehired in connection thersrarith_ e) Contractor reserves the Tight, but shag Have no obligation, to procure @me Insurance, or any portion thereof, for which Subcontractor is heratn responsible and which is descr in fiat section. Contractor shall notify Subcontractor if Contrador exercises its right', whereupon Subcontractor's riespo mbility to carry such insurance shall cease and all Me premiums and other charges . associated with such Insurance shall be refuuhded to the Contractor. Contractor further reserves the right at any time, wbth thirty (30) days written notice to Subcontractor, to require Out Subcontractor rune the procurement and maintenance of any insurance for which Contractor has elected to proaae pursuant to this subsection; in such event; the sums paid to Subcontractor by Contractor shag increase 4o the extent of airy previously agreed and implemented reduction (as noted above) attributable to Contractors prior assumption of the particular insurance coverages. Such refund strati be equitably pro -rated based upon Subcontractor's completed work at the time of such adjustm ant tght, t) Contractor rr serves the r In its sole disc efion, to require higher limits of liability coverage if, in Contractors opinion, operations by or on behalf of Subcontractor create higher than normal hazards, and, to inquire Subcontractor to name additional parties in interest to be Additional Insureds, and included in any required Waiver of Subrogallon, Notice of Cancellation, or other endorsement g) In the event that rental of equipment is undertaken to complete and/or perform 8* work, Subcontractor agrees ihat it shall be solely responsible for such rental equipment Such responsibifiEy shag include, but not be rcmited to, theft, fire, vandarrsm and use, including use by unauthorized .persons. h) NoHfvmg in Us Extul rl shag reduce Subcontractor's obligations under this Contract Subcontractor's procurement andfor maintenarice of insurance shall not be construed as a Imitation of labigty or as full performance of the lndemnificirtlon and hold harmless provisibns of this Agreement q In the event that materials or any other We of personal popery (personal propeM Is acquired for the Project or delivered to the Project site, Subcontractor agrees that ft shall be solely responsible for such property until it becomes a Wure on the Project, or otherwise Is installed and incorporated as a final part of the Project Such mWonsibibly shall include. but not be limited lo, IhiA fire, vandalism, and use, including use by unauthorized persons. 6. Changes and Modifications: Any modification or waiver of the Insurance requirements to this Agreement, or in any - addendum hereto, may only be made with the prior written consent of Contractor. 7. Notices: All Certificates of Insurance and required endorsements must be addressed and RawardW to: i.ennaP Corporation insurance Compliance PO Box 12010 -LC Hemet, CA9254MO10 Phone: (951) 766-2274 INrL Page 12 of 14 Lever INA - F U I SCHEDULE D--JOB RULES 1. Notwithstanding any contrary language in any agreement between Contractor and any third person, including any labor organization, neither Contractor nor any Subcontractor shalt allow any person access to the job site unless they are directly and actively engaged in the performance of the Work. No unauthorized persons (e.g. members of the general public, off -duty employees, family members, solicitors, visitors, vendors, sales persons, officials of labor organizations, prospective homeowners, etc.) shall be allowed on the Project or job site without Lennar's written consent. Access by any unauthorized person shall be considered unlawful trespass and a material breach of this Agreement. 2. Hard -hats, eye and hearing protection, proper scaffolding, equipment safety devices, and all other appropriate ciothing and safety devices are required at all times and in all locations at the Project or job site for Contractor and any Subcontractor If Contractor observes any other contractor violating this requirement, Contractor shall immediately report such violation to Lennar. 3. CONSUMPTION OF ALCOHOL OR ILLEGAL SUBSTANCES EITHER BEFORE OR DURING PERFORMANCE OF THE WORK IS CAUSE FOR IMMEDIATE SUSPENSION OF WORK AND TERMINATION OF THIS AGREEMENT. Contractor shall not allow any person acting by, through or under Contractor to be on the construction site or perform any part of the Work (a) while under the influence of alcohol or any drugs or controlled substances, or (b) if there is (i) any suspicion of alcohol or drug use, possession, or impairment involving such employees, agents, or Subcontractors, or (ii) an incident where drug or alcohol use could have been a contributing factor. Lennar may require Contractor to remove any person that Lennar reasonably suspects is in any way impaired and, in such case, such person may only be considered for return to work after Contractor certifies as a result of a for - cause test, conducted immediately following removal, that person was in compliance with this Agreement. Contractor shall not allow on the job site any person that either refuses to take, or tests positive in, any alcohol or drug test. Lennar may, without prior notice, search or require Contractor to search the person, possessions, and vehicles of any person acting by, through or under Contractor that are on the job site or any premises owned, controlled, or managed by Lennar. Any person who refuses to cooperate with such search will be immediately removed from the premises and not allowed to return. Contractor will comply with all applicable federal, state, and local drug and alcohol related laws and regulations (e.g., Department of Transportation regulations, Department of Defense Drug -Free Workforce Policy, Drug -Free Workplace Act of 1988). Lennar may perform unannounced audits of Contractor's alcohol and drug program to verify that Contractor's policy and its enforcement are acceptable to Lennar. In addition, possession of alcohol, drugs, illicit or unprescribed controlled substances, firearms, explosives, weapons, and hazardous substances or articles is not permitted on the job site or other premises owned, controlled, or managed by Lennar. Lennar does not warrant or represent that Contractor's policy meets the requirements of any applicable law, code, rule or regulation, nor does Lennar warrant that the proper enforcement of Contractor's policy will ensure that no accidents or injuries will occur. In addition, any action taken or not taken by Lennar under this Paragraph shall not diminish or affect (i) any of Contractor's obligations under applicable law or this Agreement, or (if) Contractor's status as an independent contractor. 4. Contractor and its employees, agents, subcontractors and suppliers shall not speed or otherwise operate their automobiles in a dangerous or offensive manner within the Lennar Community, and shall otherwise comply with all traffic laws, ordinances, ruies or regulations. The speed limitwithin the Lennar Community is 5 MPH. 5. No vehicles may be parked on finished tots, finished driveways, or in garages. No vehicles may be left on the job site overnight 6. Lennar will provide portable toilet facilities for the use of Contractor's employees. Use of bathroom facilities in model or production homes is prohibited_ 7. No eating, drinking or smoking is permitted at any job site at any time. Shoes must be removed prior to entering any carpeted home. a. Contractor's personnel shall not set tools, machinery, materials, or trash on any countertops, bathtubs, vinyl or ceramic areas. 9. Contractor shall not perform any additional work for any of Lennar's homebuyers or prospective homebuyers without prior written approval from an officer of Lennar at the office address listed in this Agreement Non - approved work will be removed or replaced at Contractor's expense. Continued violation of this rule may result in the termination of this Agreement 10. Neither Contractor nor any Subcontractor shall, without specific prior written authorization of Lennar's Regional President, give or receive any commission, fee, rebate, gift, loan or anything else of value to (a) any person or entity, including without ]imitation any agent or employee of a governmental authority, in connection with or as a result of Contractor's Work provided hereunder, to influence any decision or gain any other advantage for Lennar or Contractor, or (b) any agent or employee of Lennar_ Neither Contractor nor any Subcontractor shall, without prior written authorization of Lennar's Regional President, enter into any business arrangement with any agent or employee of Lennar, or any affiliate of any agent or employee of Lennar. No agent or employee of Lennar is authorized to engage in any employment or enter into any contract or agreement that conflicts with Contractor's obligations under this Agreement. Contractor shall immediately notify the Lennar Legal Department in Miami, Florida, if any agent or employee of Lennar requests or suggests that Contractor provide anything of value in violation of this Paragraph, or should Contractor believe or have reason to believe that an agent or employee of Lennar expects to receive, directly or indirectly, anything of value. INT'L REVISED 11/30/06 v.1 -4-06 ' SCHEDULE E — COST PLUS A FEE WITH A GUARANTEED MAXIMUM PRICE The following terms and conditions shall apply only if Lennar and Contractor have agreed that Contractor's Work will be done as a Cost Plus a Fee with a Guaranteed Maximum Price. In such event, Lennar and Contractor agree as follows. 1 I The sum of the Cost of the Work (see Section 2 below) I�us the Contractor's Fee (see Schedule A) is guaranteed by Contractor to not exceed the Guaranteed Maximum Price ("GMP ") set forth in Schedule A, subject to additions or deletions by Change Omer executed between Lennar and Contractor. Contractor remains obligated to complete its Work, even if the costs in doing so would be greater than the GMP. ' 2. The term `Cost of the Work" shall mean costs necessarily incurred by Contractor in the proper performance of the Work, and shall not be higher than the standard paid at the place of the Project The Cost of the Work shall only include the items set forth in this paragraph 2. ' a. Labor Costs i. Wages of Contractor's workers directly employed at the Project site. ii. Wages or salaries of Contractor's supervisory personnel (a) working at the Project site and with Lennar's approval, and (b) when engaged elsewhere in expediting the production of transportation of materials or equipment required for the Work, but only for that portion of their time required for the Work- iii. Costs paid or incurred by the Contractor for taxes, insurance, contributions, assessments and benefits required by law or collective bargaining agreements and, for personnel not covered by such agreements, customary benefits such as sick leave, medical and health benefits, holidays, vacations and pensions, provided such costs are based on wages and salaries included in the Cost of the Work under Section 2.a.i and 2.a-ii above. b. Subcontract C ost Payments made by Contractor to its subcontractors in accordance with the requirements of the subcontracts. c. Costs of MaterialslEq Incorporated Into The Work: Costs, including transportation and storage, of (a) ' materials or equipment incorporated or to be incorporated into the completion construction, and (b) reasonable waste and spoilage of such materials or equipment. Ali salvage value shall inure to Lennar's benefit and shall be a deduction from the Cost of the Work. d. Costs of Other MaterialslEouipment/Temporary Facilities/Related Items ' I. Costs, including transportation and storage, installation, maintenance, dismantling and removal of materials, supplies, temporary facilities, machinery, equipment, and hand tools not customarily owned by construction workers. All salvage value shall inure to Lennar's benefit and shall be a deduction from the Cost of the Work. ' ii. Rental charges for temporary facilities, machinery, equipment and hand tools not customarily owned by construction workers. Rental rates shall be reasonable and subject to Lennar's prior approval. iii. Costs of debris removal from site. iv. Costs of copying, facsimiles, long- distance telephone calls, postage, and telephone service at the Project ' site. v. Reasonable expenses of Contractor's personnel when traveling in discharge of Contractor's duties under this Agreement. vi. Costs of materials or equipment stored offsite and subject to Lennar's prior approval. e. Miscellaneous ' i. The portion of insurance and bonds directly attributable to the Work. ii. Sales, use or similar taxes imposed by a governmental authority and directly attributable to the Work. iii. Fees and assessments for all required building permits, licenses (excluding any Contractor's License) and Laboratory. iv. Laboratory tests (excluding any tests of defective or nonconforming Work). v. Royalties and license fees paid for using a design, process or patent that was required by Lennar; the cost of defending suits or claims for patent infringement for such designs, processes or patents; and costs of any settlement or judgment arising from such suit or claim. vi. Data processing costs directly related to the Work. ' vii. Other costs incurred in the performance of the Work if approved in writing by Lennar prior to the cost being incurred. viii. Costs due to emergencies incurred by Contractor in preventing damage, injury or loss to the Project or persons working at the Project site. ' 3. The term "Cost of the Work' shall not include the following costs and shall not be reimbursed by Lennar; stationed at offices a. Unless otherwise provided in Section 2_a.ii, salaries or other compensation of arty personnel other than the Project site. b. Costs associated with Contractor's principal office or other offices other than the Project site. c. Overhead and general expenses, except as specifically included in Section 2. d_ Rental costs of machinery or equipment, except as specifically included in Section 2. e. Any costs incurred because of the negligence or failure of either Contractor or anyone acting by, through or under Contractor to perform any obligation in this Agreement or as otherwise required by law. WT'L REVISED 11130/D6 ' v.t -4-Ofi Fi J J 1 f. Any costs of any type or nature which would cause the GMP to be exceeded. Applications for Pavmerlf a. In addition to other requirements and conditions of payment set forth in this Agreement, Contractor submit with each application for payment documentation which establishes the Cost of the Work incurred by Contractor for the payment period, including without limitation, payroll records, invoices, receipts, checks, vouchers, payment applications from Contractor's subcontractors or suppliers, purchase orders, and other records or documentation. b. Each application for payment shall be based on the most recent schedule of values (or such other measurement as is mutually agreed to by Lennar and Contractor) submitted by Contractor pursuant to this Agreement_ The schedule of values shall allocate the entire GMP among the various portions of the Work, with Contractor's Fee shown as a separate line item. The schedule of values may be rejected by Lennar if Contractor fails to provide data to substantiate its accuracy. The schedule of values shall be utilized as the basis for payments to Contractor. C. Each application for payment shall show the percentage completion of each portion of the Work. Should Lennar reject Contractor's proposed percentage completion, Contractor shall revise its application for payment and resubmit in accordance with Lennar's requirements. d. Subject to the other provisions of this Agreement, the amount of each progress payment shall be calculated as follows: i. Take that portion of the GMP properly allocable to completed Work as determined by multiplying the percentage of completion of each portion of the Worts by the share of the GMP allocated to that portion of the Work in the approved schedule of values, ii. Add that portion of the GMP properly allocable to materials and equipment delivered and properly stored at the Project site for ultimate incorporation into the Work: iii. If approved in writing by Lennar, add that portion of the GMP allocable to materials and equipment properly stored off the Project site; iv_ Add the Contractor's Fee eamed to date (based on a percentage of the Cost of the Work incurred to date bears to the GMAX); v. Subtract the retainage amount, if any; vi. Subtract the total of all previous payments made to Contractor; and vii. Subtract amounts for (i) erroneous or unsubstantiated costs identified from early applications for payment, or (H) other previous payments or portions of payments that should not have been made under the terms of this Agreement. 5. Accounting Records Contractor shall keep complete and detailed records and documentation to account for all Costs of ' the Work. Contractor's accounting and control systems shall be to Lennar's satisfaction. Lennar and Lennar's accountants may, at any time, inspect or audit the Contractor's records and documentation, books, correspondence, instructions, drawings, receipts, subcontracts, purchase orders, vouchers, memoranda and other data relating to Contractor's Work. Contractor shall keep all of the foregoing and make same available for inspection at no cost to Lennar for a period of three (3) years after final payment or such other longer period as is required by law. ' INT'L V 1-4-06 REVISED 11/30/06 I� GENERAL REQUIREMENTS SCOPE OF WORK The Work shall include but not limited to, Clearing and Grubbing, Temporary Erosion Control, Excavation and Embankment, Turf Establishment and final stabilization of the site in connection with development of residential building sites in IChanhassen ' e, Minnesota. The CONTRACTOR shall furnish all insurance, labor, equipment, materials, transportation, tools, permits, and incidentals which may be necessary to construct and complete the project in accordance with the Contract Documents. ' 2. SPECIFICATIONS The Work shall be done in accordance with: - Minnesota Department of Transportation (MnDOT) "Standard Specifications for Highway Construction" 2005 Edition and any amendments thereto. Chanhassen ;'Tiinnesota. - These General Conditions, General Requirements, including the Standard Specifications for Site Grading and the Special Conditions. ' 3. START AND COMPLETION The CONTRACTOR shall start this project as soon as a contractual agreement is signed between. the OWNER and the CONTRACTOR, and a notice to proceed is given. Completion of the Work shall be within 40 working days after receipt of a fully executed contractual agreement by the CONTRACTOR, and a Notice to Proceed has been given to the CONTRACTOR by the Owner. 4. FAILURE TO COMPLETE. THE WORK ON TIME: The provisions of MnDOT 1807 ' remain in effect except as amended or modified herein: The Liquidated Damages on this project shall be $1,000 per calendar day. 5. CONSTRUC STAK ES: All Work under this Contract shall be constructed in accordance with lines and Fades as shown on the drawings and as established by the ENGINEER. These lines and grades may be modified by the ENGINEER a, provided in the General Conditions. The CONTRACTOR shall render such assistance to the ENGINEER as may be required to accomplish the staking for proper execution of the Work. ' The CONTRACTOR shall give the FNGINEER sufficient notice (two working days or more) of his need for the establishment of line and grades. After lines and grades for any part of the Work ' have been set by the ENGINEER, the CONTRACTOR shall be held responsible for the proper execution of the Work to such lines and grades until their removal is authorized by the ENGINEER. The CONTRACTOR shall, at his own expense, correct any mistakes caused by their unauthorized disturbance or removal. The ENGINEER may require that Work be suspended at any ' time when, for any reason, such marks cannot be property followed. It is the responsibility of the CONTRACTOR to protect and leave undisturbed those markers or ' monuments set for the subdivision of the land. No additional compensation shall be allowed the CONTRACTOR for any claims for crews being held up because of lack of line and grade stakes unless he has submitted a written request to the ' ENGINEER at least two working days in advance and is following a previously approved schedule of Work. 6. PRE - CONSTRUCTION CONFERENCE Prior to the start of the Work, there will be a pre - construction conference arranged by the ENGINEER. Representatives of the ENGINEER and ' CONTRACTOR (including his project superintendent) shall be present at this meeting. At this meeting, the CONTRACTOR shall designate a competent project superintendent who shall ' be familiar with all phases of the Work (including implementation of the NPDES SW PPP) to be executed and who shall oversee the Work during its progress. The project superintendent shall represent the CONTRACTOR in his absence, and communications and directions given to him ' shall be binding as if given to the CONTRACTOR. Also at this meeting, the CONTRACTOR shall submit in writing to the ENGINEER for approval, a schedule of procedure indicating the order in which the CONTRACTOR proposes to ' perform the various stages of the Work, the dates on which he will start the various stages thereof, and the contemplated dates for completing the same. The CONTRACTOR shall not deviate from said schedule after it has been approved without the permission of the ENGINEER. ' 7. TIME OF_ The CONTRACTOR's operations shall be conducted between the hours of 7:00 a.m. and 7:00 p.m., Monday through Friday, in accordance with local ordinances, except in cases of emergency. The CONTRACTOR shall notify the ENGINEER in advance of any Work ' being done on Saturdays. The notification shall include the type of Work being done and the hours of operation. No Work shall be allowed, except in cases of emergencies, on Sundays and holidays unless prior approval has been granted by the ENGINEER. 8. EXISTING FACILITIES It shall be the CONTRACTOR's responsibility to determine the location and depth of all existing utilities before starting construction. This includes, but is not limited to sanitary and storm sewer, watermain, natural gas, electric, telephone and cable television services. The CONTRACTOR. shall notify the ENGINEER of any conflict between the existing utilities ' and the proposed construction. The ENGINEER in cooperation with the utility companies shall determine the necessity for any relocation of these facilities. The CONTRACTOR shall protect all existing utilities and facilities so that they will continue to function in their proper manner both during construction and in future. Any supporting structure that may be required because of the CONTRACTOR's operation shall be provided by him at no cost to the contract. The CONTRACTOR shall bring to the attention of the ENGINEER any conditions such as sand in manholes or valve boxes existing prior to the CONTRACTOR's excavation. Once excavation ' has commenced, it will be assumed that all damage to underground utilities has been caused by the CONTRACTOR's operations and it will be his responsibility to make the necessary repairs at no cost to the contract. ' 9. TES Density tests shall be conducted on all embankments and trench backfill per recommendations of the SOILS ENGINEER. Material tests including but not limited to soil type, gradation, moisture content, and density shall be conducted on materials incorporated into the Work. The OWNER shall be responsible for paying for all passing test results. The CONTRACTOR shall be responsible for paying for all failing test results. The CONTRACTOR shall be responsible for scheduling the SOTLS ENGINEER so that testing can be conducted as the Work proceeds. 7 L 1 ' INSTRUCTIONS TO BIDDERS 1 -1. PROPOSALS Each Proposal shall be typed or written in ink on the Proposal form provided by the Owner. No alterations in proposals, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder. Acknowledgment of all Addenda to the Contract Documents shall be made on the ' Proposal form. In cases of a difference between the stipulated amount of the proposal written in words and the stipulated amount written in figures, the amount written in words shall govern. ' No bidder may submit more than one proposal. Two proposals under different names will not be accepted from one firm or association. ' 1 -2. WITHDRAWAL OF BID No bidder may withdraw his proposal for a period of sixty (60) days after the date and hour set for the opening. A bidder may, upon his written request, withdraw his proposal at any time prior to the deadline for submission of bids. ' 1 -3. ACCEPTANCE AND REJECTION OF BIDS The Owner reserves the right to accept the bid which is the most responsive and responsible bid; to reject any or all bids; and to waive irregularities or information in any bid. 1 -4. SIGNATURE OF BIDDERS Each bidder shall sign his proposal using his usual signature and giving his full business address. Bids by partnerships shall be signed with the partnership name ' followed by the signature and designation of one of the partners or other authorized representative. Bids by corporations shall be signed with the name of the corporation followed by the signature and designation of the person authorized to bind the corporation. ' 1 -5. INTERPRETATION OF CONTRACT DOCUMENTS If any questions should arise as to the true meaning of any part of the plans, specifications, or other proposed contract documents the ' prospective bidder may submit a written request to the Engineer for an interpretation thereof. The interpretation of the proposed contract documents will be made by addendum. A copy of each addendum will be mailed or delivered to each person obtaining a set of contract documents from the Engineer. 1 -6. LOCAL CONDITIONS AFFECTING WORK Each bidder shall visit the site of the work and shall thoroughly and fully inform himself relative to construction hazards and procedure, labor, ' and other conditions and factors, local and otherwise, which would affect the prosecution and completion of the work and its cost. Such considerations shall include the arrangement and conditions of existing structures and facilities affecting, or which are affected by, the proposed ' work, the procedure necessary for maintenance of uninterrupted operation of existing facilities, the availability and cost of labor, and facilities of transportation, handling, and storage of materials and equipment. All such factors shall be properly investigated and considered in the ' preparation of the bidder's proposal. There will be no subsequent financial adjustment to any contract for lack of such prior information or its effect on the cost of the work. ' 1 -7. PAYMENTS Payment for all work performed under the proposed contract will be issued and paid as provided in the General Conditions. ' 1 -8. TIME OF COMPLETION The time of completion is an essential part of the contract and it will be necessary for each bidder to satisfy the Owner of his ability to complete the work within the allowable time. In this connection, attention is directed to the provisions of the General Conditions and Special Provisions relative to delays, completion date, extensions of time, and ' liquidated damages. 1 -9. QUALIFICATIONS OF BIDDERS Bidders may be required to submit satisfactory evidence ' that they have a practical and technical knowledge of the particular work bid upon and that they have the necessary financial resources to complete the proposed work. Each bidder may be required to show that former work performed by him has been handled in ' such a manner that there are no just or proper claims pending against such work. No bid submitted by a bidder who is engaged on any work which would impair his ability to finance the work covered by such bid or to provide suitable equipment for its proper persecution and ' completion will be accepted. A bidder will be disqualified for any of the following reasons: Collusion, unbalanced bids or ' failure to submit a price for each item of work called for in the proposal. 1 -10. PERFORMANCE BOND Each bidder to whom a contract is awarded will be required to furnish a performance bond to the Owner in an amount equal to one hundred (100) percent of the contract price as required by law. ' 1 -11. NON - DISCRIMINATION IN EMPLOYMENT Contracts for work under this proposal will obligate the contractors and all sub - contractors not to discriminate in the employment of common or skilled persons who are citizens of the United States and qualified to do the work required because of their race, creed or color. Any violation of these provisions shall be a misdemeanor ' and this contract may be canceled or terminated by the owner and all money due or to become due will be forfeited for a second or any subsequent violation of the terms or conditions of the contract. SPECIAL PROVISIONS FOR UTILITY & STREET CONSTRUCTION FOR REFLECTIONS AT LAKE RILEY 2 nd ADDITION IN CHANHASSEN, MINNESOTA SECTION A - GENERAL PROJECT REQUIREMENTS A -1. SCOPE OF WORK The work to be performed under the provisions of these contract documents shall include the furnishing of all materials, labor, tools and equipment necessary to successfully and safely complete the construction of site grading, utilities, and street construction as described in the Plans and Specifications herein. The Owner and Engineer are not responsible for safety on this project. Minor appurtenances not specifically listed as bid items, but which are necessary to complete the project, as shown on the Plans, in a satisfactory manner shall be considered incidental items, and no direct compensation will be made therefore. A -2. LOCATION The project is located on various streets and easements within the City of Chanhassen as shown on the location map in the Plans. A -3. OWNER AND ENGINEER The Owner of the project is Lennar, 935 East Wayzata Blvd., Wayzata, MN 55391. The Owner's representative as engineer for the project is Pioneer Engineering, P.A., 2422 Enterprise Drive, Mendota Heights, MN 55120. Representatives from the City of Chanhassen will provide inspection for the utility construction. Upon completion of the work, and final acceptance, the City of Chanhassen will own and maintain the public facilities. Construction staking will be provided by Pioneer Engineering, P.A. and shall be in accordance with Section 16 of the General Conditions. The Contractor shall request staking needs a minimum of two (2) working days in advance and such request shall encompass a sufficient amount of staking to provide for a minimum of three (3) working days without addition staking needs. Staking for curb and gutter and utilities will be provided on a one (1) time basis only. Any additional staking or inspection work due to the contractor's operations or caused by errors on the part of the contractor shall be back charged to the contractor by the owner. A -4. SPECIFICATIONS WHICH APPLY ' Except as modified herein, the following specifications shall apply and are, where applicable, hereby adopted by reference: City of Chanhassen Standards Specifications and Details, 2010. General Conditions As contained herein. Sanitary Sewer, Storm Sewer - Latest Edition CEAM Specifications. &Watermain Grading & Street Construction - The Minnesota Department of Transportation "Standard Specifications for Construction," latest edition. A -5. BONDS ' A performance bond and a payment bond are required in accordance with Section 7 of the General Conditions. The contractor shall also furnish a two (2) year maintenance bond, and lien waivers or payment bonds upon final acceptance of the work. A -6. STARTING AND COMPLETION DATES Shall be negotiated between Contractor and Owner. A -7. LISTING OF SUBCONTRACTORS The bidder shall list in the spaces provided on the bid proposal all subcontractors who will perform the major items of work on this project. A -8. GUARANTY The Contractor warrants and guarantees for a period of two (2) years from the date of final acceptance of the system, that the completed system is free from all defects due to faulty materials or workmanship and the Contractor shall promptly make such corrections as may be necessary by reason of such defects, including repairs of any damage of other parts of the system resulting from such defects. The Owner shall give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defect, the Owner may do so and charge the Contractor the cost thereby incurred. A -9. SITE CONDITIONS AND SOILS The Contractor is reminded that Section 5 of the General Conditions places the responsibility for determining all surface and sub - surface conditions solely on the Contractor. This shall be construed to include the location of all underground utilities, the soil type, the depth of water table, and all other factors having an influence on the work. SECTION B - MATERIALS B -1. SANITARY SEWER PIPE Sanitary sewer pipe and fittings shall conform to the requirements of CEAM 2621.2 for PVC pipe and ductile iron pipe. Depth Zone 0 - 18' 18 - 26" Greater than 26' Material PVC SDR 35 PVC SDR 26 D.I.P. CL. 52 B -2. SANITARY SEWER MANHOLE Sanitary sewer manholes shall conform to the requirements of CEAM 2621.2 and to the City of Chanhassen standard plates. B -3. SANITARY SERVICE PIPE Sanitary service pipe and fittings shall conform to the requirements of CEAM 2621.2 and to the City of Chanhassen standard plates #300 and 310 for PVC and ductile iron service pipe. Depth Zone 0 -26' Greater than 26' Material PVC SDR 26 D.I.P. CL. 52 B -4. GRANULAR FOUNDATION Granular foundation materials shall conform to the requirements of CEAM 2621.2 and to the City of Chanhassen standard plate. B -5. WATERMAIN PIPE AND FITTINGS Watermain pipe and fittings shall conform to the requirements of CEAM 2611.2 for Class 52 ductile iron pipe and fittings. B -6. FIRE HYDRANTS Fire hydrants shall conform to the requirements of CEAM 2611.2 and to the City of Chanhassen standard plate. ' B -7. WATER SERVICES Water service pipe shall conform to the requirements of CEAM 2611.2 and to the City of Chanhassen standard plate for 1" copper pipe, corporation stops and curb stops and boxes. P, B -8. GATE VALVES Gate valves shall conform to the requirements of CEAM 2611.2 and to the City of Chanhassen standard plate for resilient wedge valves. B -9. STORM SEWER PIPE & FLARED END SECTIONS Storm sewer pipe and flared end sections shall conform to the requirements of CEAM 2621.2 and City of Chanhassen standard plate for reinforced concrete pipe and fittings. All joints shall be R- 4 gasket joints. B -10. STORM MANHOLES AND CATCH BASINS Storm manholes and catch basins shall conform to the requirements of CEAM 2621.2 and City of Chanhassen standard plates. i B -11. METAL SEWER CASTINGS Metal sewer castings shall conform to the requirements of CEAM 2621.2 and to the City of Chanhassen standard plates. Manhole castings shall be Neenah R- 1642-B or equal. Catch basin castings shall be Neenah R- 3067 -V with vane ate orequal. g �' q Beehive castings shall be Neenah R -2561 or equal. B -12. AGGREGATE BASE Aggregate base shall conform to the requirements of MnDOT 3138 for Class 5 aggregate. The aggregate shall be 100% crushed limestone. B -13. BITUMINOUS BASE AND WEAR COURSE MIXTURE See City of Chanhassen Standard Details and Specifications. B -14. TACK COAT Bituminous tack coat shall conform to the requirements of MnDOT 3151 for emulsified asphalt. B -15. CONCRETE Materials for concrete shall conform to the requirements of MnDOT 2512. B -16. TURF ESTABLISHMENT Materials for turf establishment shall meet the requirements of MnDOT 3876 for seed mixture #500; 3881 for fertilizer and 3882 for type one mulch. B -17. GEOTEXTILE FABRIC Geotextile fabric shall be MnDOT 3733 Type V. � I � I L ' SECTION C - CONSTRUCTION REQUIREMENTS C -1. CONNECT TO EXISTING UTILITY MAIN The Contractor shall supply all labor, materials and equipment necessary to connect his work to the existing storm sewer, sanitary sewer or water mains. This work shall include locating the existing utility, any excavation, demolition work, and removal of bulkheads, thrust blocks, plugs ' or caps. C -2. SANITARY SEWER TESTING A deflection test shall be performed on all flexible pipes. The test shall be conducted in the presence of the Engineer a minimum of 30 days after final backfilling of the pipe trench. The deflection test shall be run using a rigid ball or mandrel with a diameter equal to 95% percent of the inside diameter of the pipe allowing for manufacturing tolerances. The test shall be performed without mechanical pulling devices. ' Sections failing the test shall be repaired and retested prior to acceptance. An air test conforming to the requirements of CEAM shall also be performed by the Contractor. C -3. WATER TEST The Contractor shall perform the following tests in accordance with CEAM specifications and ' City of Chanhassen. a. Disinfect, flush and test, as necessary, for meeting the water quality requirements. b. Electrical conductivity test. C. Hydrostatic pressure test. C -4. CLEANING SANITARY SEWER LINES Prior to final acceptance of each section of the sewer line, the Contractor shall flush a ball, the full diameter of the sewer through the line. All dirt and debris shall be prevented from entering the existing sewer system by means of watertight plugs or other suitable methods. Upon ' completion of the testing and flushing, the Engineer will carefully inspect all sewers and appurtenances. Any unsatisfactory work shall be removed and replaced in proper manner and the invert of the sewer and manholes shall be left clean and free from obstructions throughout the ' entire line. C -5. SUBGRADE PREPARATION Provisions of MnDOT 2112 shall apply. C -6. TEST ROLL Provisions of MnDOT 2111.1 shall apply except that: The test roll shall be performed upon completion of fine grading of the street subgrade, and prior to placement of any aggregate base. A fully loaded tandem truck may be used in lieu of the specified roller. C -7. AGGREGATE BASE Provisions of MnDOT 2211 shall apply with the added provision that compaction shall be obtained by the Ordinary Compaction Method. F I I L, C -8. BITUMINOUS PAVEMENT Provisions of MnDOT 2360 shall apply with the added provisions that compaction shall be obtained by the use of a rubber tired roller along with the steel drum roller for bituminous compaction. 1 1 77 i 11 l" C -9. CASTING ENCASEMENT Provide concrete collar to encase all catch basin castings and rings. Use curb and gutter concrete mix for encasement. C -10. CONCRETE CURB AND GUTTER The provisions of Section 2531 MnDOT Specifications shall apply with the following modifications: a. The use of bituminous joint sealer is not required. b. Oil surface treatment will be applied to all weather surfaces cured by a method other than by membrane curing compound. C. A contraction joint shall be constructed at maximum intervals of 20 feet. Test cylinders for compression testing shall be provided by the Contractor at approximately 500 foot intervals. The cylinders will normally be taken by the project representative; however, all costs of breaking the cylinder shall be borne by the Contractor. If a substandard break occurs, the Contractor shall bear the expense of further testing of a nature satisfactory to the Engineer. This testing shall compare the proven strength of in -place concrete to that in question. The limits of any quality material shall be determined, and the substandard curb and gutter shall be removed and replaced, at the Contractor's expense. All subcut operations required for curb and gutter construction shall be considered incidental tot he cost per lineal foot of curb and gutter. C -11. BACKFILL CURBS AND RESTORE BOULEVARD After the curbs have cured for a sufficient time the Contractor shall backfill the curbs and grade the boulevards to an elevation within a 0.20' tolerance of the typical section. C -12. EMBANKMENT Embankment placed in roadway areas shall be constructed in accordance with the provision of MnDOT 2105. Roadway embankment construction to within three (3) feet of subgrade shall be 95% of Standard Proctor Density. Roadway embankments placed within three (3) feet of subgrade shall be compacted to a minimum of 100% Standard Proctor Density. C -13. MPCA GENERAL STORM WATER PERMIT Prior to the Award of Contract, the Contractor must complete and sign the General Contractor Certification of the application. The Contractor will be responsible for complete installation, inspection and maintenance of erosion control devices, completing the inspection log, and any fines due to inadequate maintenance of erosion control devices to the Owners satisfaction. Inspection and maintenance of erosion control devices shall be the Contractor's responsibility until final acceptance of the project, and shall be incidental to the project cost. ' SECTION D - METHOD OF MEASUREMENT & PAYMENT The following shall apply as a method of measurement and payment. All prices to include the furnishing ' of all materials, labor, tools, equipment and applicable sales taxes to construct complete, in place, the work specified. All items shown in the proposal, and not described herein, will be measured as the unit shown, and shall include all work and materials necessary to construct the unit. Payment for all items shall be at the unit prices stated in the proposal. ' D -1. GRANULAR MATERIAL FOR PIPE BEDDING Granular material required for use in pipe bedding and encasement zones for PVC sewer pipe and D.I.P. watermain shall be considered incidental to the project with no direct compensation. ' D -2. PAYDEPTHS FOR SANITARY SEWER Paydepths for sanitary sewer shall be from invert to finished grade. Measurement for lengths of ' pipe shall be from the cent of manhole to the center of manhole or end of stub for each diameter and type of pipe. ' D -3. SANITARY MANHOLES Measurement and payment for manholes shall be per each manholes 0 -10' in depth including base and casting. The measurement shall be made from the invert of the lowest pipe to the top of the ' casting. Measurement for manhole extra depth shall be for measured depth over 10 feet. Payment for manhole extra depth shall be at the unit price bid per lineal foot. D -4. SANITARY SERVICE WYES Measurement and payment for sanitary service wyes shall be at the unit price bid for each Wye. D -5. SANITARY SERVICE PIPE Measurement of sanitary service pipe shall be from the center of the main at the Wye horizontally to the plug at the end of the pipe. Payment shall be at the unit price bid per linear foot. No payment will be made for any additional fittings other than those provided for on the bid proposal. D -6. WATERMAIN Measurement and payment for water main shall be at the unit price bid per linear foot for each size and type. Measurement of pipe shall be made from end to end without regard to bends, tees or gate valves. Lengths of branches shall be measured from the center of the connecting pipe to ' the hydrant gate valve on the end of the pipe. Any thrust blocks, tie rods, glands, bolts or other accessories shall be incidental to pipe installation for which no separate payment will be made. D -7. PIPE FITTINGS ' Measurement and payment for watermain fitting shall be at the unit price bid per pound for the standard weight of fittings installed. D -8. GATE VALVE AND BOX Measurement and payment for gate valves and boxes including extensions shall be at the unit price bid for each size and type. D -9. HYDRANTS Measurement and payment for hydrants shall be at the unit price bid for each hydrant installed complete with drainage pit. r, �I ' D -10. COPPER WATER SERVICE PIPE Measurement and payment for copper water service pipe shall be at the unit price bid per linear foot. Measurement shall be the horizontal length of copper pipe from the center of the main at the corporation stop to the end of the tail. D -11. CORPORATION STOP Measurement and payment for corporation stops shall be at the unit price bid per each including ' tapping and service saddles where required. D -12. CURB STOP ' Measurement and payment for curb stops shall be at the unit price bid per each complete with box, steel marker post and base. ' D -13. STORM SEWER PIPE AND FLARED END SECTION Measurement and payment for storm sewer pipe shall be at the unit price bid pr linear foot for each size and type. Measurement of storm sewer pipe shall be from the center of structure to cent of structure, end section or bend. The length of bends, end sections or tees shall be subtracted from the length of pipe and paid for per each. Flared end sections shall include a trash guard for which no separate payment shall be made. Tie rods, where indicated on the plans or in the specifications, shall be incidental to storm sewer construction for which no separate payment shall be made. Construction of bulkheads at the ends of pipes shall be considered incidental. D -14. STORM MANHOLES AND CATCH BASINS Measurement and payment for storm sewer manholes and catch basins shall be on a per each basis of the size and type designated on the Plans and Bid Proposal, including base and castings. D -15. CONNECT TO EXISTING UTILITY MAIN Measurement and payment for connect to existing utility main shall be per each at the unit price bid. ' D -16. SANITARY SEWER TEST Payment for the sanitary sewer test shall be lump sum for performing the specified tests to the complete sanitary sewer. No additional compensation will be given for failed tests, retesting or ' testing in stages. D -17. WATER TEST Payment for the water test shall be lump sum for performing the specified test to the complete ' water system. No additional compensation will be given for failed tests, retesting or testing in stages. D -18. ADJUST CASTINGS Measurement and payment for adjusting manholes, gate valves and catch basin castings within the roadway to fmished grade shall be per each structure. Adjustment of castings to the top of the bituminous base or aggregate base shall be considered incidental work for which no payment shall be made therefore. ' D -19. SUBGRADE PREPARATION Payment for subgrade preparation shall be at the unit price bid per square yard. Test rolling of the subgrade shall be incidental work, and no direct compensation will be made therefore. D -20. AGGREGATE BASE Measurement and payment for aggregate base shall be per square yard including furnishing, placement and compaction of the aggregate base to the depth specified on the Plans and Specifications. Measurement and payment for aggregate base used to restore utility trenches in existing streets shall be per ton at the unit price bid. D -21. SAW CUT BITUMINOUS PAVEMENT Measurement and payment for saw cutting bituminous pavement shall be at the unit price bid per linear foot. D -22. BITUMINOUS PAVEMENT Bituminous mixture of each type will be measured separately by weight with no deduction being made for the bituminous materials incorporated therein. Bituminous material will be measured by weight of the material furnished, and used in all mixtures. ' D -23. CONCRETE CURB AND GUTTER Measurement and payment for curb and gutter shall be at the unit price bid per linear foot. ' D -24. CONCRETE VALLEY GUTTER Measurement for concrete valley gutter shall be per each, except that payment for the curb and gutter in the curb radii shall be per linear foot at the unit price bid for curb and gutter. D -25. TACK COAT Measurement and payment shall be at the unit price bid per gallon for tack coat placed according to the specifications. D -26. BACKFILL CURB AND RESTORE BOULEVARDS ' Measurement and payment for backfill curb and restore boulevards shall be lump sum. D -27. GRANULAR BORROW Measurement and payment shall be per cubic yard compacted (in place) volume. D -28. METHOD OF PAYMENT ' Payment for all work shall be at the unit prices as set forth in the bid proposal. Please note, the Owner will retain 10% from all requests for payment, until the project is completed and written acceptance of the subdivision improvements by the City of Chanhassen is received. D -29. FINAL PAYMENT When all work is complete, and final written acceptance has been received from the City of Chanhassen, a request for final payment may be made. The request for final payment shall be submitted to the Owner's Engineer. ' CITY ENGINEERS OF MINNESOTA CEAM i STANDARD SPECIFICATIONS 2600 Trench Excavation and Backfill /Surface Restoration 2611 Water Main and Service Line Installation ' 2621 Sanitary Sewer and Storm Sewer Installation 1999 Edition SECTION 2600 STANDARD SPECIFICATIONS FOR TRENCH EXCAVATION AND BACKFILL /SURFACE RESTORATION 1999 EDITION TABLE OF CONTENTS SECTION 2600 STANDARD SPECIFICATIONS FOR TRENCH EXCAVATION & BACKFILL /SURFACE RESTORATION 2600.1 Description ................................................................................ ..............................4 2600.2 Materials .................................................................................... ..............................4 ' A Granular Materials ..................................................................... ..............................4 Al Granular Material Gradation Classifications ........................... ..............................4 A2 Granular Material Use Designations ........................................ ..............................5 BPiling .......................................................................................... ..............................5 CInsulation .................................................................................... ..............................5 DGeotextile Fabric ........................................................................ ..............................5 2600.3 Construction Requirements ........................................................ ..............................6 AGeneral Provisions ..................................................................... ..............................6 AlMaintenance of Traffic ......................................................... ..............................6 A2 Establishing Line and Grade ................................................ ..............................6 A3 Protection of Surface Structures .......................................... ..............................7 A4 Interference of Underground Structures .............................. ..............................8 A5 Removal of Surface Improvements ...................................... ..............................8 A6 Temporary Service Measures ............................................... ..............................9 B Excavation and Preparation of Trench ....................................... ..............................9 B 1 Operational Limitations and Requirements .......................... ..............................9 B2 Classification and Disposition of Materials ........................ .............................10 B3 Excavation Limitations and Requirements ......................... .............................11 B4 Sheeting and Bracing Excavations ...................................... .............................12 B5 Preparation and Maintenance of Foundations ..................... .............................12 C Non Open Cut Pipe Installation ................................................ .............................14 C1Jacking /Boring .................................................................... .............................14 C2 Directional Boring ............................................................... .............................14 DPlacement of Insulation ............................................................. .............................15 E Pipeline Backfilling Operations ................................................ .............................15 F Restoration of Surface Improvements ....................................... .............................17 FlTurf Restoration ................................................................... .............................17 F2Pavement Restoration .......................................................... .............................18 F3 Restoration of Miscellaneous Items ..................................... .............................18 G Maintenance and Final Cleanup ................................................ .............................19 2600.4 Method of Measurement .......................................................... .............................19 ARock Excavation ....................................................................... .............................19 B Granular Materials ..................................................................... .............................19 ' CGeotextile Fabric ....................................................................... .............................19 DPiling ......................................................................................... .............................20 DIPileBents ............................................................................. .............................20 EInsulation ................................................................................... .............................20 2600 Basis of Payment ..................................................................... .............................20 ' I � I � I � 2600 STANDARD SPECIFICATIONS FOR TRENCH EXCAVATION & ' BACKFILL /SURFACE RESTORATION 2600.1 DESCRIPTION ' This work shall consist of the excavation, backfilling, and restoration of existing surface improvements for the purposes of installing new and/or relocating or adjusting existing underground utilities. Use of the term "Plans, Specifications and Special Provisions" within this specification shall be construed to mean those documents which compliment, modify, or clarify these specifications ' and are accepted as an enforceable component of the Contract or Contract Documents. All references to Mn/DOT Specifications shall mean the latest published edition of the Minnesota Department of Transportation Standard Specifications for Construction, as modified by any ' Mn/DOT Supplemental Specification edition published prior to the date of advertisement for bids. All reference to other Specifications of AASHTO, ASTM, ANSI, AWWA, etc. shall mean the latest published edition available on the date of advertisement for bids. ' 2600.2 MATERIALS A Granular Materials Granular materials furnished for foundation, bedding, encasement, backfill, or other purposes as may be specified shall consist of any natural or synthetic mineral aggregate such as sand, gravel, crushed rock, crushed stone, or slag, that shall be so graded as to meet the gradation requirements specified herein for each particular use by the material manufacturer or as indicated ' in the Plans, Specifications, or Special Provisions. Al Granular Material Gradation Classifications ' Granular materials furnished for use in Foundation, Bedding, Encasement, or Backfill construction shall conform to the following requirements: ' Foundation materials shall have 100 percent by weight passing the 1 -1/2 inch sieve and a maximum of 10 percent by weight passing the No. 4 sieve. ' Backfill materials shall consist of existing trench materials, except as otherwise specified in this specification or in the Special Provisions. Bedding and encasement materials for flexible pipe, where improved pipe foundation is not ' required, shall meet the requirements of Mn/DOT Specification 3149.2B 1, Granular Borrow, except that 100 percent by weight shall pass the one -inch sieve. A gradation report from an approved Independent Testing laboratory of the proposed granular materials shall be furnished to the Engineer before any of the granular materials are delivered to the project. r 1 Granular Foundation ------- - - - - -- Placed below the bottom of pipe grade as replacement for unsuitable or unstable soils, to achieve better foundation support. , A2 Granular Material Use Designations Granular materials provided for Foundation, Bedding, Encasement, or Backfill use as required ' by the Plans, Specifications, and Special Provisions, either as part of the pipe item work unit or as a separate contract item, shall be classified as to use in accordance with the following: , Material Use Designation Zone Designation ' Granular Foundation ------- - - - - -- Placed below the bottom of pipe grade as replacement for unsuitable or unstable soils, to achieve better foundation support. , Granular Bedding ---------- - - - - -- Placed below the pipe midpoint, prior to pipe installation, to facilitate proper shaping and to achieve uniform pipe support. Granular Encasement ----- - - - - -- Placed below an elevation one foot above the top of pipe, after ' pipe installation, for protection of the pipe and to assure proper filling of voids or thorough consolidation of backfill. Granular Backfill ----------- - - - - -- Placed below the surface base course, if any, as the second stage , of backfill, to minimize trench settlement and provide support for surface improvements. In each case above, unless otherwise indicated, the lower limits of any particular zone shall be ' the top surface of the next lower course as constructed. The upper limits of each zone are established to define variable needs for material gradation and compaction or void content, taking into consideration the sequence of construction and other conditions. The material use and zone designations described above shall only serve to fulfill the objectives and shall not be construed to restrict the use of any particular material in other zones where the gradation ' requirements are met. B Piling Piling shall be constructed in accordance with the provisions of Mn/DOT Specification 2452 and , special plan details relating to piling. C Insulation ' Main Insulation shall be extruded rigid board material having a thermal conductivity of 0.23 ' BTU /hour /square foot/degree Fahrenheit /per inch thickness, maximum, at 40dF mean, a comprehensive strength of 35 psi minimum, and water absorption of 0.25 percent by volume minimum. Unless otherwise specified in the Plans, specifications, or Special Provisions, board , dimensions shall measure 8 feet long, 2 or 4 feet wide, and 1, 1 -1/2, 2, or 3 inches thick. D Geotextile Fabric I Geotextile fabric shall meet the requirements of Mn/DOT Specification 3733 and be used as required by the Plans, Specifications, and Special Provisions. 2600.3 CONSTRUCTION REQUIREMENTS A General Provisions Al Maintenance of Traffic ' Whenever work interferes with the flow of traffic along a roadway, the Contractor shall provide for traffic control and signing and public safety in accordance with the provisions of the field manual of Temporary Control Zone Layouts of the Minnesota Manual of Uniform Traffic Control Devices and Mn/DOT Specifications 1404 and 1710, and the Special Provisions. Neither road closures nor detours shall be permitted unless specified in the Special Provisions or authorized by the Engineer. Where road closures or detours are permitted by the Engineer, the Engineer shall determine the appropriate agencies, boards, or departments the Contractor must notify prior to taking the action and the proper advance notice to be provided to each body. I Compliance with this requirement shall not be construed to relieve the Contractor from the responsibility of notifying agencies or institutions whose services may be predicated upon a roadway being opened to traffic or whose services would be hindered if a roadway is closed to traffic. Such agencies or institutions shall include, but not be limited to, the police department, the fire department, municipal bus service, school bus service, and ambulance service. The Contractor shall keep the required agencies informed of changing traffic patterns and detour situations. A2 Establishing Line and Grade The primary line and grade will be established by the Engineer. For trench installation, line and grade stakes will be set parallel to the proposed pipeline at an appropriate offset therefrom as will best serve the Contractor's operations wherever practical. For tunnel installation, line and grade stakes will be set directly above the proposed pipeline setting. Grade and line stakes will be set at 25 -foot intervals along the pipeline; at each change in line or grade; and as needed for pipeline appurtenances and service lines. The Contractor shall arrange operations to avoid unnecessary interference with the establishment of the primary line and grade stakes; and shall render whatever assistance may be required by the Engineer in accomplishing the staking. The Contractor shall be responsible for preservation of the primary stakes and, if negligent in providing necessary protection, shall bear the full cost of any restaking. The Contractor shall be solely responsible for the correct transfer of the primary line and grade to all working points and for construction of the work to the prescribed lines and grades as established by the Engineer. Following construction of a work shaft on tunnel installations, the line and grade shall be transferred down the shaft and be projected into and throughout the length of each tunnel heading. Unless otherwise specified in the Plans, Specifications, and Special Provisions, the water main shall generally be placed with the minimum specified cover. However, a greater depth may be required to clear existing storm and sanitary sewers and sewer services, and no additional compensation shall be provided for such adjustments. In locations where sewer is in direct conflict with existing water. main and water services the water main and water services shall be lowered to provide at least 18 inches of vertical distance between the top of the water main or service and the bottom of the sanitary or relocated in accordance with the Plans. Water mains crossing above storm or sanitary sewers shall be laid to provide a separation of at least18 inches between the bottom of the water main and the top of the sewer. When local conditions prevent a vertical separation as described, the following construction shall be used: (1) Sewers passing over or under Water mains shall be constructed of materials equal to water main standards of construction for a distance of at least 9 feet on either side of the water main. (2) Watermain passing under sewers shall, in addition, be protected by providing: (a) a vertical separation of at least 18 inches between the bottom of the sewer and the top of the water main; (b) adequate structural support for the sewers to prevent excessive deflection of joints and settling on and breaking of the Water mains; (c) a length of water pipe shall be centered at the point of crossing so that the joints will be equidistant and as far as possible from the sewer. Water mains shall be laid at least 10 feet horizontally from any sanitary sewer or storm sewer, whenever possible. When local conditions prevent a horizontal separation of 10 feet, a water main may be laid closer to a storm or sanitary sewer provided that: (1) The bottom of the water main is at least 18 inches above the top of the sewer; (2) Where this vertical separation cannot be obtained, the sewer shall be constructed of materials and with joints that are equivalent to water main standards of construction and shall be pressure tested to assure water tightness prior to backfilling. No deviation shall be made from the required line or grade except with the consent of the Engineer. A3 Protection of Surface Structures All surface structures and features located outside the permissible excavation limits for underground installations, together with those within the construction areas which are indicated in the Plans as being saved, shall be properly protected against damage and shall not be disturbed or removed without approval of the Engineer. Within the construction limits, as required, the removal of improvements such as paving, curbing, walks, turf, etc., shall be subject to acceptable replacement after completion of underground work, with all expense of removal and replacement being borne by the Contractor to the extent that separate compensation is not specifically provided for in the Contract. Obstructions such as street signs, guard posts, small culverts, mailboxes, and other items of prefabricated construction may be temporarily removed during construction provided that essential service is maintained in a relocated setting as approved by the Engineer and that nonessential items are properly stored for the duration of construction. Upon completion of the 7 u L] 1 ' underground work, all such items shall be replaced in their proper setting at the sole expense of the Contractor. The Contractor shall be responsible for protection of existing overhead utilities and poles. This shall include arranging with the utility and paying the utility for holding poles that will be close ' to the edge of any trench. Holding of poles and repair of any damage to these facilities shall be considered incidental to the project with no additional compensation allowed. If relocation or removal of these facilities is required, the Owner will contact the concerned utility and pay for ' the relocation or removal at no additional expense to the Contractor. In the event of damage to any surface improvements, either privately or publicly owned, in the ' absence of construction necessity, the Contractor will be required to replace or repair the damaged property to the satisfaction of the Engineer and without cost to the Owner. A4 Interference of Underground Structures When any underground structure interferes with the planned placement of the pipeline or ' appurtenances to such an extent that alterations in the work are necessary to eliminate the conflict or avoid endangering effects on either the existing or proposed facilities, the Contractor shall immediately notify the Engineer and the Owner of the affected structure. When any ' existing facilities are endangered by the Contractor's operations, the Contractor shall cease work at the site and take such precautions as may be necessary to protect the inplace structures until a decision is made as to how the conflict will be resolved. Without specific authorization from the Engineer, no essential utility service shall be disrupted, nor shall any change be made in either the existing structures or the planned installations to ' overcome the interference. Alterations in existing facilities will be allowed only to the extent that service will not be curtailed unavoidably and then only when the encroachment or relocation will satisfy all applicable regulations and conditions. ' Wherever alterations are required as a result of unforeseen underground interferences not due to any fault or negligence of the Contractor, the Engineer will issue a written order covering any additional or extra work involved and specifying the revised basis of payment, if any. Any ' alterations made strictly for the convenience of the Contractor, shall be subject to prior approval and shall be at the Contractor's expense. ' No extra compensation will be allowed for delays caused by the interference of underground structures. ' A5 Removal of Surface Improvements Removal of surface improvements in connection with trench excavation shall be limited to actual t needs for installation of the pipeline and appurtenances, based on the allowable trench widths and any other controls imposed in connection with the work. Removal operations shall be coordinated effectively with the excavation and installation operations as will cause the least 1 practical disruption of traffic or inconvenience to the public. The debris resulting from removals shall become the property of the Contractor and shall be disposed of by the Contractor in accordance with Mn/DOT Specification 2104. Removal debris shall not be deposited at locations that will block access to fire hydrants, private driveways, or other essential service areas, nor obstruct surface drainage. Removal and final disposal of debris shall be accomplished as a single operation wherever possible and, in any event, the debris shall be removed from the site before starting the excavating operations. Removal of concrete or bituminous structures shall be by methods producing clean -cut breakage to prescored lines as will preserve the remaining structure without damage. Removal equipment shall not be operated in a manner that will cause damage to the remaining structure or adjoining property. Where not removed to an existing joint, concrete structures shall be sawed along the break lines to a minimum depth of one -third of the structure depth. Any reusable materials generated during the work, such as aggregate, sod, topsoil, shall be segregated from other waste materials and be stockpiled so as to maintain suitability and permit proper reuse. The use of drop weight equipment for breaking pavement will be allowed to the extent that the Contractor shall assume full responsibility for any damages caused thereby. The pavement breaking operation shall not be allowed to become a nuisance to the public or a source of damage to underground or adjacent structures. The Engineer reserves the right to order discontinuance of drop weight breaking operations at any time. A6 Temporary Service Measures While any open excavations are maintained, the Contractor shall have available a supply of steel plates suitable for temporary bridging of open trench sections where either vehicular or pedestrian traffic must be maintained. Use of the plates shall be as directed or approved by the Engineer and where installed they shall be secured against possible displacement and be replaced with the permanent structure as soon as possible. B Excavation and Preparation of Trench B1 Operational Limitations and Requirements Excavating operations shall proceed only so far in advance of pipe laying as will satisfy the needs for coordination of work and permit advance verification of unobstructed line and grade as planned. Where interference with existing structures is possible or in any way indicated, and where necessary to establish elevation or direction for connections to inplace structures, the excavating shall be done at those locations in advance of the main operation so actual conditions will be exposed in sufficient time to make adjustments without resorting to extra work or unnecessary delay. Where possible, excavated materials shall be placed in areas that will not block existing vehicle and pedestrian traffic and drainage ways. The Contractor shall review proposed methods of operation with the Engineer prior to beginning the work. All installations shall be accomplished by open trench construction except for short tunnel sections approved by the Engineer and with the exception that boring and jacking or tunnel construction methods shall be employed where so specifically required by the Plans, Specifications, or Special Provisions. Installation of pipe through tunnel excavations will be allowed only where the surface structure can be properly supported and the backfill restored to the satisfaction of the Engineer. E C I I 1 ' The excavating operations shall be conducted so as to carefully expose all inplace underground structures without damage. Wherever the excavation extends under or approaches so close to an ' existing structure as to endanger it in any way, precautions and protective measures shall be taken as necessary to preserve the structure and provide temporary support. Hand methods of excavating shall be utilized to probe for and expose such critical or hazardous installations as gas ' pipe and power or communication cables. The Engineer shall be notified of any need for blasting to remove materials which cannot be ' broken up mechanically, and there shall be no blasting operations conducted until the Engineer's approval has been secured. Blasting will be allowed only when proper precautions are taken to protect life and property, and then shall be restricted as the Engineer directs. The hours of blasting operations shall be set by the Owner. The Contractor shall assume full responsibility for any damages caused by blasting, regardless of the requirements for notification and approval. The Contractor shall secure any required permits for blasting and shall conduct blasting ' operations in conformance with all applicable local, state and federal laws, regulations, and ordinances. B2 Classification and Disposition of Materials Excavated materials will be classified for payment only to the extent that the removal of materials classified by the Engineer as Rock will be paid for as provided in the Special Provisions or shown in the Proposal. All other materials encountered in the excavations, with the exception of items classified for payment as structure removals, will be considered as ' Unclassified Excavation and unless otherwise specified in the Plans, Specifications, and Special Provisions, no additional compensation shall be provided for their removal. r_ Unclassified materials shall include muck, rubble, wood debris, and boulder stone, masonry or concrete fragments less than one cubic yard in volume, together with other miscellaneous matter that can be removed effectively with power operated excavators without resorting to drilling and blasting. Rock excavation shall be defined to include all hard, solid rock in ledge formation, bedded deposits and unstratified masses; all natural conglomerate deposits so firmly cemented as to present all the characteristics of solid rock; and any boulder stone, masonry or concrete fragments exceeding one cubic yard in volume. Materials such as shale, hard pan, soft or disintegrated rock which can be dislodged with a hand pick or removed with a power operated excavator will not be classified as Rock Excavation. Excavated materials will be classified for reuse as being either Suitable or Unsuitable for backfill or other specified use, subject to selective controls. All suitable materials shall be reserved for backfill to the extent needed, and any surplus remaining shall be utilized for other construction on the project as may be specified or ordered by the Engineer. To the extent practicable, granular materials and topsoil shall be segregated from other materials during the excavating and stockpiling operations so as to permit best use of the available materials at the time of backfilling. Unless otherwise specified in the Plans, Specifications, and Special Provisions, material handling as described above shall be considered incidental with no additional compensation provided. 10 All excavated materials reserved for backfill or other use on the project shall be stored at locations approved by the Engineer that will cause a minimum of inconvenience to public travel, adjacent properties, and other special interests. The material shall not be deposited so close to the edges of the excavations as would create hazardous conditions, nor shall any material be placed so as to block the access to emergency services. All materials considered unsuitable by the Engineer, for any use on the project, shall be immediately removed from the project and be disposed of as arranged for by the Contractor at no extra cost to the Contract. B3 Excavation Limitations and Requirements Trench excavating 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. Excavations shall be extended below the bottom of structure as necessary to accommodate any required Granular Foundation material. When rock or unstable 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. Unless otherwise indicated or directed, rock shall be removed to an elevation at least six inches below the bottom surface of the pipe barrel and below the lowest projection of joint hubs. All excavations below grade shall be to a minimum width equal to the outside pipe diameter plus two feet. Rock shall be removed to such additional horizontal dimensions as will provide a minimum clearance of six inches on all sides of appurtenant structures such as valves, housings, access structures, etc. Where no other grade controls are indicated or established for the pipeline, the excavating and foundation preparations shall be such as to provide a minimum cover over the top of the pipe as specified. Trench widths shall allow for at least six inches 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, 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 destruction of the surface structures. 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. Any alternate proposals made by the Contractor shall be in writing, giving the pertinent soil weight data and proposed pipe strength alternate, at least seven days prior to the desired date of decision Approval of alternate pipe designs shall be with the understanding that there will be no extra compensation allowed for any increase in material or construction costs. 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 Plans, Specifications, and Special Provisions in order to satisfy design requirements, without additional compensation. 11 L B4 Sheeting and Bracing Excavations All 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 expense and without delay. Where conditions warrant extreme care, the Plans, Specifications, and Special Provisions may require special precautions to protect life or property, or the Engineer may order the installation of sheet piling of the interlocking type or direct that other safety measures be taken as deemed necessary. Failure of the Engineer to order correction of improper or inadequate sheeting, shoring, or bracing shall not relieve the Contractor's responsibilities for protection of life, property, and the work. 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 shall be so arranged as to provide ample working space and so as not to place stress or strain on the inplace structures to any extent that may cause damage. w Sheeting, shoring and bracing materials shall be removed only when and in such manner as will assure adequate protection of the inplace structures and prevent displacement of supported grounds. Sheeting and bracing shall be left in place only as required by the Plans, Specifications, and Special Provisions or ordered by the 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 or more below the established surface grade as the Engineer may direct. All costs of furnishing, placing and removing sheeting, shoring, and bracing materials, including the value of materials left in place as required by the Contract, shall be included in the prices bid for pipe installation and will not be compensated for separately. When any sheeting, shoring, or bracing materials are left in place by written order of the Engineer, in the absence of specific requirements of the Contract to do so, payment will be made for those materials as an Extra Work item, including waste material resulting from upper cut -off requirements. B5 Preparation and Maintenance of Foundations Foundation preparations shall be conducted as necessary to produce a stable foundation and provide continuous and uniform pipe bearing between bell holes. The initial excavating or backfilling operations shall produce a subgrade level slightly above finished grade as will permit hand shaping to finished grade by trimming of high spots and without the need for filling of low spots to grade. Final subgrade preparations shall be such as to produce a finished grade at the centerline of the pipe that is within 0.03 foot of a straight line between pipe joints and to provide bell hole excavation at each joint as will permit proper joining of pipe and fittings. In excavations made below grade to remove rock or unstable materials, the backfilling to grade shall be made with available suitable materials unless placement of Granular Foundation or 12 Bedding material is specified and provided for or is ordered by the Engineer. Placement of the backfill shall be in relatively uniform layers not exceeding 8 inches in loose thickness. Each layer of backfill shall be compacted thoroughly, by means of approved mechanical compaction equipment, as will produce uniform pipe support throughout the full pipe length and facilitate proper shaping of the pipe bed. Where placement of foundation materials will not provide an adequate foundation for laying pipe due to the instability of the existing materials and where ordered by the Engineer, the Contractor shall place Geotextile Type I fabric on top of the unstable materials prior to placing foundation materials. Sufficient geotextile fabric shall be used to completely enclose the foundation materials and pipe. It shall be the Contractor's responsibility to notify the Engineer of changing soil conditions which may be of poor bearing capacity and when organic soils are encountered. Where utilities are placed on unstable soils without notification of the Engineer, the Contractor shall be responsible for all repairs and correction of the installation without further compensation. Where the foundation soil is found to consist of materials that the Engineer considers to be so unstable as to preclude removal and replacement to a reasonable depth to achieve solid support, a suitable foundation shall be constructed as the Engineer directs in the absence of special requirements in the Plans, Specifications, and Special Provisions. The Contractor may be required to furnish and drive piling and construct concrete or timber bearing supports or other work as may be ordered by the Engineer. Care shall be taken during final subgrade shaping to prevent any over - excavation. Should any low spots develop, they shall only be filled with approved material, which shall have optimum moisture content and be compacted thoroughly without additional compensation to the Contractor. The finished subgrade shall be maintained free of water and shall not be disturbed during pipe lowering operations except as necessary to remove pipe slings. The discharge of trench dewatering pumps shall be directed to natural drainage channels or storm water drains. Draining trench water into sanitary sewers or combined sewers will not be permitted. The Contractor shall install and operate a dewatering system of wells or points to maintain pipe trenches free of water wherever necessary or as directed by the Engineer to meet the intent of these specifications. Unless otherwise specified in the Plans, Specifications, and Special Provisions, such work shall be considered incidental. All costs of excavating below grade and placing foundation or bedding aggregates as required shall be included in the bid prices for pipe items to the extent that the need for such work is indicated in the Contract provisions and the Proposal does not provide for payment under separate Contract Items. Any excavation below grade and any foundation or bedding aggregates required by order of the Engineer in the absence of Contract requirements will be compensated for separately. If examination by the Engineer reveals that the need for placement of foundation aggregate was caused by the Contractor's manipulation of the soils in the presence of excessive moisture or lack of proper dewatering, the cost of the corrective measures shall be borne by the Contractor. 13 7 t r n I I I C Non Open Cut Pipe Installation ' C1 Jacking/Boring The terms "auger ", "boring ", "jack ", "jacking ", and "tunneling" in the proposal, specifications, and plans refers only to non -open cut construction. The Contractor shall inspect and verify soil conditions to his own satisfaction in order to determine the type of construction to employ. During the construction, the Contractor shall be responsible for protecting all existing utilities ' above the pipe invert. The minimum diameter of the casing pipe shall be four (4) inches greater than the outside diameter of the bell of the carrier pipe. For any installation beneath a railroad, the top of the casing pipe shall not be closer than the specified dimensions indicated in the permit. If the Contractor elects to install steel casing, the minimum wall thickness shall be as specified ' on the Plans, in the Special Provisions, or in the applicable Permit. Where required by the Engineer, two 17 -pound anode packs shall be attached to the casing for corrosion protection. ' A 1 -1/2 inch pipe shall be forced along the top of the casing pipe. The front end of this pipe shall be 18 inches behind the front end of the casing pipe. A mixture of water and bentonite clay shall be forced through this pipe at all times during the casing installation to fill any voids that may be present above the casing pipe. Upon completion of the casing installation, this pipe shall be slowly withdrawn while bentonite is forced through the pipe to fill any remaining voids. ' The Contractor shall prevent excavated materials from flowing back into the excavation during the non -open cut construction. This shall include the use of a shield conforming to the size and shape of the casing that will prevent materials from flowing into the leading edge of the casing. The machine used shall be capable of controlling line and grade and shall conform to the size and shape of the casing pipe. No jacking /augering of pipe will be allowed below the water table unless the water table has been lowered sufficiently to keep the water below the pipe being installed. The use of water under pressure (jetting) or puddling will not be permitted to facilitate jacking /augering operations. If any installation is augered, the head shall be approved by the Engineer and the auger shall be located six (6) inches behind the lead edge of the casing or carrier pipe. If a void develops, the jacking /augering shall be stopped immediately and the void shall be filled by pressure grouting. The grout material shall consist of a sand - cement slurry of at least two sacks of cement per cubic yard and a minimum of water to assure satisfactory placement. Skids and blocking shall be used as necessary to install the carrier pipe to the proper line and grade inside the casing pipe. Voids between carrier and casing pipes shall be filled with sand and the casing pipe sealed at both ends with a suitable material to prevent water or debris from entering the casing pipe. C2 Directional Boring 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 14 have a minimum of three years of experience in this method of construction and have installed at least 1,000 feet of 8 -inch or larger diameter pipe to specified grades. The field supervisor employed by the Contractor shall have at least three years of experience and shall be at the site at all times during the boring /drilling installation, and be responsible for all of the work. The Contractor shall submit boring /drilling pit locations to the Engineer before beginning construction. The drilling equipment shall be capable of placing the pipe as shown on the plans. The installation shall be by a steerable drilling tool capable of installing continuous runs of pipe, without intermediate pits, a minimum distance of 200 feet. The guidance system shall be capable of installing pipe within 1 -1/2 inch of the plan vertical dimensions and 2 inches of the plan horizontal dimensions. The Contractor shall be required to remove and reinstall pipes which vary in depth and alignment from these tolerances. 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. Disposal of excess fluid and spoils shall be the responsibility of the Contractor. D Placement of Insulation Rigid insulation board shall be placed within the pipe encasement zone, 6 inches above the pipe. Prior to placement of the insulation, Granular Borrow (MnDOT 3149) shall be leveled and compacted until there is no further visual evidence of increased consolidation or the density of the compacted layer conforms to the density requirements specified in the Special Provisions, then leveled and lightly scarified to a depth of 1/2 inch. Borrow material placed above and below the insulation shall be free of rock or stone fragments measuring 1 -1/2 inches or greater. Insulation boards shall be placed on the scarified material with the long dimension parallel to the centerline of the pipe. Boards shall be placed in a single layer with tight joints. No continuous joints or seams shall be placed directly over the pipe. If two or more layers of insulation boards are used, each layer shall be placed to cover the joints of the layer immediately below. The Contractor shall exercise precaution to insure that all joints between boards are tight during placement and backfilling with only extruded ends placed end to end or edge to edge. The first layer of material placed over the insulation shall be 6 inches in depth, free of rock or stone fragments measuring 1 -1/2 inches or greater. The material shall be placed in such a manner that construction equipment does not operate directly on the insulation and shall be compacted with equipment which exerts a contract pressure of less than 80 psi. The first layer shall be compacted to conform to the density requirements specified in the Special Provisions. E Pipeline Backfilling Operations All pipeline excavations shall be backfilled to restore preexisting conditions as the minimum requirement, and fulfill all supplementary requirements indicated in the Plans, Specifications, and Special Provisions. The backfilling operations shall be started as soon as conditions will permit on each section of pipeline, so as to provide continuity in subsequent operations and restore normal public service as soon as practicable on a section -by- section basis. All operations 15 F a shall be pursued diligently, with proper and adequate equipment, as will assure acceptable results. The backfilling shall be accomplished with the use of Suitable Materials selected from the excavated materials to the extent available and practical. Should the materials available within the trench section be unsuitable or insufficient, without loading and hauling or the employment of unreasonable measures, the required additional materials shall be furnished from outside sources as an Extra Work item in the absence of any Special Provision requirements. Suitable Material shall be defined as a mineral soil free of foreign materials (rubbish, debris, etc.), frozen clumps, oversize stone, rock, concrete or bituminous chunks, and other unsuitable materials, that may damage the pipe installation, prevent thorough compaction, or increase the risks of after settlement unnecessarily. Material selection shall be such as to make the best and fullest utilization of what is available, taking into consideration particular needs of different backfill zones. Material containing stone, rock, or chunks of any sort shall only be utilized where and to the extent there will be no detrimental effects. Within the pipe bedding and encasement zones described as that portion of the trench which is ' below an elevation one foot above the top of the pipe, the materials placed shall be limited in particle size to 1 -1/2 inches maximum in the case of pipe of 12 inches in diameter or less and to 2 inches maximum in the case of larger pipe. Above these zones, the placement of material containing stones, boulders, chunks, etc. greater than 8 inches in any dimension shall not be allowed. ' All flexible pipe shall be bedded in accordance with ASTM Specification D2321, "Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe ". This shall include placement of granular bedding and encasement materials from a point six inches below the bottom of pipe to a point twelve inches above the top of the pipe. Placement and compaction of bedding and encasement materials around the pipe shall be considered incidental to the installation of the pipe. Where existing soils do not meet the requirements of bedding and encasement materials, the Contractor shall furnish the required granular materials. Compaction of materials placed within the pipe bedding and encasement zones shall be I accomplished with portable or hand equipment methods, so as to achieve thorough consolidation L411 and around the pipe and avoid damage to the pipe. Above the cover zone material, the use of heavy roller type compaction equipment shall be limited to safe pipe loading. I Backfill materials shall be carefully placed in uniform loose thickness layers up to 12 inches thick spread over the full width and length of the trench section to provide simultaneous support on both sides of the pipeline. Granular backfill may be placed in 12 inch layers above an elevation one foot above the top of the pipe, and with the provision that, by authority and at the discretion of the Engineer in consideration of the demonstrated capability of special type vibrating compactors, the stated maximums may be increased. Each layer of backfill material shall be compacted effectively, by approved mechanical or hand methods, until there is no further visual evidence of increased consolidation or the density of the compacted layer conforms to the density requirements specified in the Special Provisions. Compaction of the inplace layer shall be completed acceptably before placing material for a 16 Any settlement of road surfaces that are either placed under this Contract or by others under either public or private contract; that are in excess of one inch, as measured by a ten foot straight edge; and that are within the guarantee period shall be considered failure of the mechanical compaction. The Contractor shall be required to repair such settlement including all items placed ' by others. F Restoration of Surface Improvements succeeding layer thereon. The manner of placement, compaction equipment, or procedure effectiveness shall be subject to approval of the Engineer. shall be repaired or replaced to the Engineer's satisfaction, as will restore the improvement in All surplus or waste materials remaining after completion of the backfilling operations shall be disposed of in an acceptable manner within 24 hours after completing the backfill work on each particular pipeline section. Disposal at any location within the project limits shall be as specified, , or as approved by the Engineer; otherwise, disposal shall be accomplished outside the project limits at the Contractor's discretion. The backfilling and surplus or waste disposal operations shall be a part of the work required under the pipeline installation items, not as work that may be delayed until final cleanup. Compaction of backfill within Roadbed areas shall meet the density requirements of Mn/DOT ' Specification 2105. Compaction of backfill in all other areas shall be as required in the Special Provisions. Until expiration of the guarantee period, the Contractor shall assume full responsibility and expense for all backfill settlement and shall refill and restore the work as directed to maintain an acceptable surface condition, regardless of location. All additional materials required shall be furnished without additional cost to the Owner. Any settlement of road surfaces that are either placed under this Contract or by others under either public or private contract; that are in excess of one inch, as measured by a ten foot straight edge; and that are within the guarantee period shall be considered failure of the mechanical compaction. The Contractor shall be required to repair such settlement including all items placed ' by others. F Restoration of Surface Improvements Wherever any surface improvements such as pavement, curbing, pedestrian walks, fencing, or turf have been removed, damaged or otherwise disturbed by the Contractor's operations, they shall be repaired or replaced to the Engineer's satisfaction, as will restore the improvement in kind and structure to the preexisting condition. Each item of restoration work shall be done as soon as practicable after completion of installation and backfilling operations on each section of pipeline. ' In the absence of specific payment provisions, as separate Contract Items, the restoration work shall be compensated for as part of the work required under those Contract Items which necessitated the destruction and replacement or repair, and there will be no separate payment. If separate pay items are provided for restoration work, only that portion of the repair or reconstruction which was necessitated by the Contract work will be measured for payment. Any ' improvements removed or damaged unnecessarily or undermined shall be replaced or repaired at the Contractor's expense. F1 Turf Restoration Turf restoration shall be accomplished by sod placement except where seeding is specifically allowed or required. Topsoil shall be placed to a minimum depth of four inches under all sod and in all areas seeded. The topsoil material used shall be light friable loam containing a liberal amount of humus and 17 11� � J shall be free of heavy clay, coarse sand, stones, plants, roots, sticks and other foreign matter. Topsoil meeting these requirements shall be selected from the excavated materials to the extent available and needed. All turf establishment work shall be done in substantial compliance with the provisions of Mn/DOT Specification 2575 using seed mixtures as specified in the Special Provisions or Proposal. F2 Pavement Restoration The inplace pavement structure (including base aggregates) shall be restored in kind and depth as previously existed, using base aggregates salvaged from the excavated materials to the extent available and needed, and with new materials being provided for reconstruction of the concrete or bituminous surface courses. If, through no fault of the Contractor in failing to reserve sufficient aggregate materials from the excavations, there should be insufficient quantity of suitable aggregate to reconstruct the pavement base courses, the additional materials required will be furnished by the Owner at its expense, or the Contractor will be ordered to furnish the additional materials from outside sources. Placement of any additional aggregate materials delivered to the site by the Owner or of any additional materials furnished by the Contractor shall be an incidental expense, as will also ' be the disposal of any excess materials resulting therefrom, unless special payment provisions are otherwise agreed upon. Reconstruction of aggregate base courses and concrete or bituminous surface courses shall be in substantial compliance with all applicable Mn/DOT Specifications pertaining to the item being restored. The materials used shall be comparable to those used in the inplace structure, and the workmanship and finished quality shall be equal to that of new construction to the fullest extent obtainable in consideration of operational restrictions. I Existing concrete and bituminous surfaces at the trench wall shall be sawed or cut with a cutting wheel to form a neat edge in a straight line before surfaces are to be restored. Sawing or cutting may be accomplished as a part of the removal or prior to restoration at the option of the Contractor. However, all surface edges will be inspected prior to restoration. F3 Restoration of Miscellaneous Items Wherever any curbing, curb and gutter sections, pedestrian walks, fencing, driveway surfacing, or other improvements are removed or in any way damaged or undermined, they shall be restored to original condition by repair or replacement as the Engineer considers necessary. Replacement of old materials will be acceptable only to the extent that existing quality can be fully achieved, such as in the case of fencing. Otherwise new materials shall be provided and placed as the Engineer directs. Workmanship and finished quality shall be equal to that of new construction, where new materials are used, to the extent obtainable in consideration of operational restrictions. A proper foundation shall be prepared before reconstructing concrete or bituminous improvements. Unless otherwise directed, granular material shall be placed to a depth of at least four inches under all concrete and bituminous items. No direct compensation will be made for In furnishing and placing this material even though such course was not part of the original construction. G Maintenance and Final Cleanup All subgrade surfaces shall be maintained acceptably until the start of surfacing construction or restoration work, and until the work has been finally accepted. Additional materials shall be provided and placed as needed to compensate for trench settlement and to serve as temporary construction pending completion of the final surface improvements. Final disposal of debris, waste materials, and other remains or consequences of construction, shall be accomplished intermittently as new construction items are completed and shall not be left to await final completion of all work. Cleanup operations shall be considered as being a part of the work covered under the Contract Items involved and only that work which cannot be accomplished at any early time shall be considered as final cleanup work not attributable to a specific Contract Item. If disposal operations and other cleanup work are not conducted properly as the construction progresses, the Engineer may withhold partial payments until such work is satisfactorily pursued or he may deduct the estimated cost of its performance from the partial estimate value. Maintenance of sodded and seeded areas shall include adequate watering for plant growth and the replacement of any dead or damaged sod as may be required for acceptance of the work. 2600.4 METHOD OF MEASUREMENT All items will be measured separately according to design designation as indicated in the Pay Item name and as may be detailed and defined in the Plans, Specifications, or Special Provisions. Complete -in -Place items shall include all component parts thereof as described or required to complete the unit, but excluding any excesses covered by separate Pay Items A Rock Excavation Rock Excavation shall be measured by volume in cubic yards. Depth shall be measured from the top of the rock to a point six inches below the outside barrel of the pipe and width shall be the inside diameter of the pipe plus twenty -four inches (12" from each side). The minimum width of measurement shall be four feet. B Granular Materials Granular materials furnished and placed as special foundation, bedding, encasement, or backfill construction will be measured by weight or volume of material furnished by the Contractor from outside sources and placed within the limits defined. Unless otherwise specified, volume will be determined by vehicular measure (loose volume) at the point of delivery. Measurements will not include any materials required to be placed as a component part of other Contract Items as may be specified. C Geotextile Fabric Where geotextile fabric is used for improving pipe foundation, it shall be measured by the square foot of material installed. 19 it 7 D Piling Piling shall be measured according to the provisions of Mn/DOT Specification 2452. D1 Pile Bents Pile bents shall be measured as a unit and shall include all materials and labor required, except the pile. E Insulation Rigid board insulation shall be measured on a square foot basis installed to the specified thickness noted on the Plans, Specifications, and Special Provisions and shall include all materials, equipment, and labor required for placement. 2600.5 BASIS OF PAYMENT All costs of excavating to foundation grade, preparing the foundation, placing and compacting backfill materials, restoring surface improvements, and other work necessary for prosecution and completion of the work as specified, shall be included for payment as part of the pipe and pipe appurtenance items without any direct compensation being made. ' When special aggregate backfill materials are required to be furnished and placed to comply with the indicated Laying Conditions, the costs shall be included for payment as part of the pipe items without any direct compensation. Otherwise, the furnishing of aggregate materials for backfill by order of the Engineer in the absence of such requirements will be compensated for as an Extra Work item. �I I I In the absence of special payment provisions, all costs of restoring surface improvements as required, disposal of surplus or waste materials, maintenance and repair of completed work, and final cleanup operations shall be incidental to the Contract Items under which the costs are incurred. Granular materials furnished for foundation, bedding, cover, or backfill placement as specified in connection with pipe or structure items will only be paid for as separate Contract Items to the extent that the Proposal contains specific Pay Items. Otherwise the furnishing and placing of granular materials as specified shall be incidental to the pipe or structure item without any direct compensation being made. 20 ' SECTION 2611 STANDARD SPECIFICATIONS FOR WATER MAIN AND SERVICE LINE INSTALLATION 1999 EDITION TABLE OF CONTENTS ' SECTION 2611 STANDARD SPECIFICATIONS FOR WATERMAIN AND SERVICE LINE INSTALLATION 11 2611.1 Description ................................................................................ ............................. 2611.2 Materials ................................................................................... ............................. .............................29 AWater Pipe Materials ..................................................................... ............................. .............................29 Al Ductile Iron Pipe and Ductile Iron and Gray Iron Fittings ..... .............................25 .............................30 A2 Prestressed Concrete Cylinder Pipe and Fittings .................... .............................26 .............................30 A3 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings ........... .............................26 .............................31 A4 Polyethylene (PE) Pressure Pipe and Fittings ........................ .............................26 .............................31 BFire Hydrants ................................................................................. ............................. B Connection and Assembly of Joints .............................................. CValves and Valve Housings .......................................................... .............................27 B 1 Ductile Iron Pressure Pipe and Fitting Joints ......................... C1Valve Housings ...................................................................... ............................. B1 a Push -On Joints .................................................................. C2Gate Valves ............................................................................ ............................. BlbMechanical Joints ............................................................. C3Butterfly Valves ..................................................................... ............................. D Water Service Pipe and Fittings ................................................... .............................28 E Polyethylene Encasement Material .............................................. .............................29 B2 Prestressed Concrete Cylinder Pipe Joints .............................. F Restrained Joint Retainer Glands .................................................. .............................29 B3 Polyvinyl Chloride Pipe Joints ............................................... GMortar ............................................................................................ ............................. 133aPush -On Joints .................................................................. HConcrete ........................................................................................ ............................. B4Polyethylene Pipe Joints ......................................................... 2611.3 Construction Requirements ...................................................... .............................29 A Installation of Pipe and Fittings ................................................... .............................29 AlInspection and Handling ........................................................ .............................30 A2Pipe Laying Operations .......................................................... .............................30 A3 Aligning and Fitting of Pipe ................................................... .............................31 A4 Blocking and Anchoring of Pipe ............................................ .............................31 A5 Polyethylene Encasement of Pipeline ..................................... .............................33 B Connection and Assembly of Joints .............................................. .............................33 B 1 Ductile Iron Pressure Pipe and Fitting Joints ......................... .............................34 B1 a Push -On Joints .................................................................. .............................34 BlbMechanical Joints ............................................................. .............................34 B1 c Flanged Joints ................................................................... .............................3 B2 Prestressed Concrete Cylinder Pipe Joints .............................. .............................34 B3 Polyvinyl Chloride Pipe Joints ............................................... .............................35 133aPush -On Joints .................................................................. .............................35 B4Polyethylene Pipe Joints ......................................................... .............................35 C Water Service Installations ........................................................... .............................35 C1 Tee Branch Service Lines ...................................................... .............................36 C2Tapped Service Lines ............................................................. .............................36 D Setting Valves, Hydrants, Fittings and Specials .......................... .............................37 E Disinfection of Water Mains ........................................................ . ............................37 F Electrical Conductivity Test ......................................................... .............................38 G Hydrostatic Testing of Water Mains ............................................ .............................39 HOperational Inspection ................................................................. .............................39 2611.4 Method of Measurement .......................................................... .............................39 AWater Pipe .................................................................................... .............................40 BValves ........................................................................................... .............................40 C Corporation Stops ......................................................................... .............................40 DCurb Stops .................................................................................... .............................40 EHydrants ....................................................................................... .............................40 FAir Vents ....................................................................................... .............................40 G Rearrangement of Inplace Facilities ............................................ .............................40 HPolyethylene Encasement ............................................................ .............................40 1 Ductile and Gray Iron Fittings ....................................................... .............................40 J Polyvinyl Chloride or Polyethylene .............................................. .............................41 KAccess Structures ......................................................................... .............................41 2611.5 Basis of Payment ..................................................................... .............................41 I � I � I I u 1 F1 2611 STANDARD SPECIFICATIONS FOR WATER MAIN AND SERVICE LINE INSTALLATION 2611.1 DESCRIPTION This work shall consist of the construction of water main and building service pipelines utilizing plant fabricated pipe and other appurtenant materials, installed for conveyance of potable water. The work includes the relocation or adjustment of existing facilities as may be specified in the Plans, Specifications and Special Provisions. Use of the term "Plans, Specifications and Special Provisions" within this specification shall be construed to mean those documents which compliment, modify, or clarify these specifications and are accepted as an enforceable component of the Contract or Contract Documents. All references to Mn/DOT Specifications shall mean the latest published edition of the Minnesota Department of Transportation Standard Specifications for Construction, as modified by any Mn/DOT Supplemental Specification edition published prior to the date of advertisement for bids. All reference to other Specifications of AASHTO, ASTM, ANSI, AWWA, etc. shall mean the latest published edition available on the date of advertisement for bids. The following American Water Works Association (AWWA) Specifications have been referenced in this Specification: C104 American National Standard for Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water C105 American National Standard for Polyethylene Encasement for Ductile -Iron Pipe Systems C110 American National Standard for Ductile -Iron and Gray -Iron Fittings, 3 In. Through 48 In. (75 mm Through 1200 mm), for Water and Other Liquids C111 American National Standard for Rubber - Gasket Joints for Ductile -Iron Pressure Pipe and Fittings C115 American National Standard for Flanged Ductile -Iron Pipe With Ductile -Iron or Gray -Iron Threaded Flanges C150 American National Standard for Thickness Design of Ductile -Iron Pipe C151 American National Standard for Ductile -Iron Pipe, Centrifugally Case, for Water or Other Liquids C 15 3 American National Standard for Ductile -Iron Compact Fittings, 3 In. Through 24 In. (76 mm Through 610 mm) and 54 In. Through 64 In. (1,400 mm Through 1,600 mm), for Water Service C301 AWWA Standard for Prestressed Concrete Pressure Pipe, Steel - Cylinder Type, for Water and Other Liquids C304 AWWA Standard for Design of Prestressed Concrete Cylinder Pipe 23 C500 AWWA Standard for Metal- Seated Gate Valves for Water Supply Service (Includes addendum C500a -95.) C502 AWWA Standard for Dry - Barrel Fire Hydrants (Includes addendum C502a -95.) C504 AWWA Standard for Rubber - Seated Butterfly Valves C509 AWWA Standard for Resilient - Seated Gate Valves for Water Supply Service (Includes addendum C509a -95.) C600 AWWA Standard for Installation of Ductile -Iron Water Mains and Their Appurtenances C605 AWWA Standard for Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water C651 AWWA Standard for Disinfecting Water Mains C800 AWWA Standard for Underground Service Line Valves and Fittings C900 AWWA Standard for Polyvinyl Chloride (PVC) Pressure Pipe, 4 In. Through 12 In., for Water Distribution (Includes addendum C900a -92.) C901 AWWA Standard for Polyethylene (PE) Pressure Pipe and Tubing, 1/2 In. Through 3 In., for Water Service C905 AWWA Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings 14 In. Through 48 In., (350mm Through 1,200mm), for Water Transmission and Distribution C906 AWWA Standard for Polyethylene (PE) Pressure Pipe and Fittings, 4 In. Through 63 In., for Water Distribution C907 AWWA Standard for Polyvinyl Chloride (PVC) Pressure Fittings for Water - 4 In. Through 8 In. (100mm Through 200mm) Service installations shall include either Branch Service Lines or Tapped Service Lines in accordance with the standards set forth herein. Tapped Service installations shall include all water service lines less than three inches nominal inside diameter pipe. The component parts of a tap service installation shall include a corporation stop coupling complete with water main tap and saddle where required; a curb stop coupling complete with service box; and copper piping extending from the corporation stop to the curb stop coupling and beyond to the property line or to the limits as established by the Engineer. Tapped Service lines shall be installed at the size specified in the Plans, Specifications, and Special Provisions. Branch Service installations shall include all water service lines of three inches nominal inside diameter pipe and larger. The component parts of a branch service installation shall include a tapping sleeve and valve or a tee connection and valve complete with valve box, and piping extending from the water main connection, to the property line or to the limits as specified by the Engineer. 24 I' L All references to Gray Iron material shall be construed to include both Gray Iron and Ductile Iron products, except where one or the other is specified, and all references to Polyvinyl Chloride pipe shall be construed to include only pressure pipe complying with AWWA C -900 or C -905. ' All references to "structure" shall include any man -made object that is not otherwise exempted by special terminology or definition. L� 2611.2 MATERIALS All materials required for this work shall be new material conforming to requirements of the reference specifications for the class, kind, type, size, grade, and other details indicated in the Contract. Unless otherwise indicated, all required materials shall be furnished by the Contractor. If any options are provided for, as to type, grade, or design of the material, the choice shall be limited as may be stipulated in the Plans, Specifications, or Special Provisions. All manufactured products shall conform in detail to such standard design drawings as may be referenced or furnished in the Plans. Otherwise, the Owner may require advance approval of material suppliers, product design, or other unspecified details as it deems desirable for maintaining adopted standards. At the request of the Engineer, the Contractor shall submit, in writing, a list of materials and suppliers for approval. A Certificate of Compliance shall be furnished stating that the materials furnished have been tested and are in compliance with the specification requirements. A Water Pipe Materials All pipe furnished for water main and branch line installations shall be of the type, kind, size, and class indicated for each particular line segment as shown in the Plan and designated in the Contract Items. Wherever connection of dissimilar materials or designs is required, the method of joining and any special fittings employed shall be subject to approval of the Engineer. Al Ductile Iron Pipe and Ductile Iron and Gray Iron Fittings The pipe furnished shall be Ductile Iron pipe fittings furnished shall be of the Ductile Iron or Gray Iron type as specified for each particular use of installation. When Gray Iron is specified, either type may be furnished. Gray Iron may not be substituted for Ductile Iron unless specifically authorized in the Special Provisions. Ductile iron pipe shall conform to the requirements of AWWA C115 or C151 for water and thickness design shall conform to AWWA C 150. In addition, the pipe shall comply with the following supplementary provisions: (1) Fittings shall conform to the requirements of AWWA Cl 10 OR 153 (Gray Iron and Ductile Iron Fittings) (Ductile Iron Compact Fittings) for the joint type specified. (2) Unless otherwise specified all pipe and fittings shall be furnished with cement mortar lining meeting the requirements of AWWA C104 for standard thickness lining. All exterior surfaces of 25 the pipe and fittings shall have an asphaltic coating at least one mil thick. Spotty or thin seal coating, or poor coating adhesion, shall be cause for rejection. (3) Rubber gasket joints for Ductile Iron Pressure Pipe and fittings shall conform to AWWA C111. A2 Prestressed Concrete Cylinder Pipe and Fittings Prestressed Concrete Cylinder pipe, fittings and specials shall conform to the requirements of AWWA C -301 and C -304 (Prestressed Concrete Pressure Pipe, Steel Cylinder Type) for the size, working pressure, external loading, laying condition, and other design considerations indicated in the Plans, Specifications, and Special Provisions. The Contractor shall furnish plans and specifications to the pipe manufacturer giving such special details and other information as are necessary for manufacture of the pipe, fittings, and specials in accordance with the specific requirements of the project. A3 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings Polyvinyl chloride (PVC) pressure pipe, produced by a continuous extrusion process employing a prime grade of unplasticized polyvinyl chloride, shall conform to the requirements of AWWA C -900 for the size, grade, and pressure class indicated on the Plans, Specifications, and Special Provisions. Fittings shall conform to AWWA C907 and C908. The grade used shall be resistant to aggressive soils or corrosive substances in accordance with the requirements of ASTM D -543 Unless otherwise specified, the dimensions and tolerances of the pipe barrel should conform to ductile iron or cast iron pipe equivalent outside diameters. A4 Polyethylene (PE) Pressure Pipe and Fittings Polyethylene pressure pipe and fittings shall conform to the requirements of AWWA C906 for the size and pressure class indicated on the Plans, Specifications and Special Provisions. Unless otherwise specified, the dimensions and tolerances of the pipe barrel should conform to Ductile Iron pipe equivalent outside diameters. The method of joining material shall be by the Thermal Butt- Fusion Method. The standard HDPE fittings shall be standard commercial products manufactured by injection molding or by extrusion and machining, or, shall be fabricated from PE pipe conforming to this specification. The fittings shall be fully pressure rated by the manufacturer to provide a working pressure equal to the pipe, for 50 years service at 73.4 degrees Fahrenheit with an included 2:1 safety factor. The fittings shall be manufactured from the same resin type, grade, and cell classification as the pipe itself. The manufacture of the fittings shall be in accordance with good commercial practice to provide fittings homogeneous throughout and free from crack, holes, foreign inclusions, voids, or other injurious defects. The fittings shall be as uniform as commercially practicable in color, opacity, density and other physical properties. The minimum "quick- burst" strength of the fittings shall not be less than that of the pipe with which the fitting is to be used. B Fire Hydrants 26 ' Fire hydrants shall be of the type, size, and construction specified in the Plans and shall conform to the applicable requirements of AWWA C -502. Unless otherwise specified in the Plans, Specifications, and Special Provisions, hydrants shall be furnished in conformance with the following supplementary requirements: (1) Hydrants shall have a five -inch (nominal diameter) main valve opening of the type that opens ' against water pressure. (2) Hydrant barrels shall be two piece, non jacket type, with flanged joint above finished grade ' line and with mechanical joint connection at the hub end for joining a six -inch ductile iron branch pipe. ' (3) Hydrant bury length, measured from the bottom of the branch pipe connection to the finished ground line at the hydrant, shall be T -6 ". (4) Hydrants shall have two outlet nozzles for 2 -1/2 inch (I.D.) hose connection and one outlet nozzle for 4 inch (I.D.) steamer connection. All outlet nozzle threads shall be National Standard Fire -Hose Coupling Screw Threads (NFPA 1963). ' (5) Hydrant operating mechanisms shall be provided with "O" ring seals preventing entrance of moisture and shall be lubricated through an opening in the operating nut or bonnet. ' (6) Hydrants shall be provided with outlets for drainage in the base or barrel, or between the base and barrel, unless the Special Provisions require that drain outlets be omitted or plugged. (7) The hydrant operating nut shall be rotated counterclockwise to open. (8) Detailed drawings, catalog information, and maintenance data shall be furnished as requested ' by the Engineer. C Valves and Valve Housing ' Cl Valve Housings Valve housings shall be of ductile or cast iron, High Density Polyethylene or masonry ' construction as specified in the Plans, Specifications, and Special Provisions for the particular valve size or installation. Masonry manhole or vault type units shall be constructed in accordance with the provisions of Mn/DOT Specification 2506. Precast Concrete Manholes shall conform to ' ASTM Specification C -478 suitable for HS 20 traffic loading for all units located in driving areas. Ductile or cast iron valve boxes and all castings for manhole or vault type units shall conform to the requirements of Mn/DOT Specification 3321. C2 Gate Valves Gate Valves shall be manufactured and furnished in accordance with an approved pattern and shall conform to all applicable requirements of AWWA C -500 or AWWA C -509, together with such supplementary requirements as may be covered in the Plans, Specifications, and Special 27 Provisions or the provisions hereof. Unless otherwise specified, the gate valves furnished shall comply with the following supplementary requirements: (1) Gate valves meeting the requirements of AWWA C -500 shall be two - faced, double disc type, with parallel seats. Gate valves meeting the requirements of AWWA C -509 shall be single disc type with resilient seat bonded or mechanically attached to either the gate or valve body. All valves shall be provided with a two -inch square operating nut opening counterclockwise and mechanical joint ends. (2) All gate valves shall be non - rising stem type furnished with O -Ring stem seals. (3) All gate valves 16 inches or larger in size shall be arranged for operation in the horizontal position and shall be equipped with bypass valves. (4) All gate valves 12 inches or larger in size shall be equipped with approved barrel type rugged gate position. (5) All gears on gate valves shall be cut tooth steel gears, housed in heavy ductile or cast iron extended type grease cases of approved design. (6) All gate valves shall have an open indicating arrow, the manufacturer's name, pressure rating and year of manufacture cast on the valve bodies. C3 Butterfly Valves Butterfly valves shall be manufactured in conformance with all applicable requirements of AWWA C -504 for 150 p.s.i. working pressure minimum, together with such supplementary requirements as may be covered in the Plans, Specifications, and Special Provision or the provisions hereof. Unless otherwise specified, the butterfly valves furnished shall comply with the following supplementary requirements. (1) The butterfly valves shall be short body of ductile or cast iron with mechanical joint ends. (2) The butterfly valves shall be rubber seated with ductile or cast disc, non - rising stem type furnished with O -ring stem seals. (3) The butterfly valves shall be equipped with a two -inch square operating nut opening counterclockwise. (4) The butterfly valves shall be designed for direct burial installation. (5) All butterfly valves shall have an open indicating arrow, the manufacturer's name, pressure rating and year of manufacture on the valve bodies. D Water Service Pipe and Fittings Water service pipe of 3 inches or larger inside diameter shall conform to the requirements for Ductile Iron Pipe and Ductile Iron and Gray Iron Fittings as set forth under the provisions of 2611.2A1, and Polyvinyl Chloride Pressure Pipe as set forth under the provisions of 2611.2A3, and Polyethylene pipe as set forth under the provision of 2611.2A4. M . I I ' Water service pipe of less than 3 inches in inside diameter shall conform to the requirements of ASTM B 88 for Seamless Copper Water Tube, Type K, Soft Annealed temper, Polyethylene Pipe as per AWWA C901 or Polyvinyl Chloride Pipe and fittings as per a ASTM D1785, D2241, D2466, D2467 and D2740 as specified on the Proposal or in the Special Provisions. Corporation stops, saddles, curb stops, and curb stop service boxes shall conform to the requirements of AWWA C800 be as detailed in the Plans, Specifications, and Special Provisions or approved designations. All fittings for copper tubing shall be cast brass, having uniformity in wall thickness and strength, and shall be free of defects affecting serviceability. All copper pipe fittings shall be flared or compression type. All threads for underground service line fittings shall conform to the requirements of AWWA C -800. Each fitting shall be permanently and plainly marked with the name or trademark of the manufacturer. ' Curb stop service boxes shall be gray iron castings conforming to the requirements of ASTM A 48 for Class 20 or higher tensile strength and shall have 18 inches of vertical adjustment for the ' cover depth specified in the Plans, Specifications, and Special Provisions. E Polyethylene Encasement Material Polyethylene encasement material shall conform to the requirements of AWWA C -105 for tube type installation and 8 mil nominal film thickness. F Restrained Joint Retainer Glands Where water main joint restraint is required by the use of retainer glands, the retainer glands ' shall be American, US Pipe or Mega -Lug type, ductile iron, and be designed to withstand the design pressures indicated in the Plans, Specifications, and Special Provisions. All nuts, bolts, and tie rod type restraints shall be stainless steel or coated with an approved rustproofing material. ' G Mortar Mortar for use in masonry construction shall be an air - entrained mixture of one part Masonry Cement (Type L and two parts mortar sand, with sufficient water added to produce proper ' consistency, and with sufficient air - entraining agent added to maintain an air content within the range of 7 to 10 percent. Mortar shall meet the requirements of ASTM C270 ' H Concrete Concrete for cast -in -place masonry construction shall be produced and furnished in accordance with the provisions of Mn/DOT Specification 2461 for the mix design indicated in the Plans, Specifications, or Special Provisions. The requirements for Grade B concrete shall be met where a higher grade is not specified. Type 3, air - entrained, concrete shall be furnished and used in all structures having weather exposure. 2611.3 CONSTRUCTION REQUIREMENTS A Installation of Pipe and Fittings 29 Installation of ductile iron water mains and their appurtenances shall conform to the ' requirements of AWWA C -600 Specifications, the Plans, Specifications and Special Provisions. ' Prestressed concrete cylinder pipe and their appurtenances shall conform to the requirements of AWWA C301 and C304. The installation shall be to the bedding and backfill conditions , specified in the Plans, Specifications, or Special Provisions. Installation of Polyvinyl Chloride (PVC) pipe and their appurtenances shall conform to the requirements of AWWA C900. The installation shall be to the bedding and backfill conditions ' specified by the Manufacturer, Plans, Specifications, or Special Provisions. , Installation of Polyethylene Pipe and their appurtenances shall conform to the requirements of ' AWWA C906. The installation shall be to the bedding and backfill conditions specified by the Manufacturer, Plans, Specifications, or Special Provisions. , Installation of pipe and fittings shall also conform to the following general guidelines: ' Al Inspection and Handling ' Proper and adequate implements, tools, and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and convenient prosecution of the work. During ' the process of unloading, all pipe and accessories shall be inspected by the Contractor for damage. The Contractor shall notify the Engineer of all material found to have cracks, flaws or other defects. The Engineer shall inspect the damaged material and have the right to reject any ' materials found to be unsatisfactory. The Contractor shall promptly remove all rejected material from the site. ' 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, dumping. ' or 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. The Contractor shall inform the Engineer of any defects discovered and the Engineer will prescribe the required corrective rejection. , actions or order 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. AZ Pipe Laying Operations ' Trench excavation and bedding preparations shall proceed ahead of pipe placement as will permit proper placement and joining of the 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 water main materials shall be 30 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. 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 would be adequate to support the pipe throughout its length. No pipe material shall be laid in water nor when the trench or bedding conditions are otherwise unsuitable or improper. 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 an adjoining unit. 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 by tamping around the pipe to a height of at least 12 inches above its top. Acceptable tamping techniques include hand tamping and use of hand operated mechanical tamping devices. 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 inplace until the trench is pumped completely dry. When connecting to existing stubs, the Contractor shall take every precaution necessary to prevent dirt or debris from entering the existing lines. All necessary work to make the connection shall be done at no additional compensation, except where noted otherwise. A3 Aligning and Fitting of Pipe The cutting of pipe for inserting valves, fittings, or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe and so as to leave a smooth square -cut end. Pipe shall be cut with approved mechanical cutters. The electric -arc cutting method, using carbon or steel rod, will be approved for use on larger size ductile or gray pipe where mechanical cutters are not available. Flame cutting will not be allowed under any conditions. All rough edges shall be removed from the cut ends of pipe and, where rubber gasket joints are used, the outer edge shall be rounded or beveled by grinding or filing to produce a smooth fit. 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 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. 31 Connection and assembly of joints shall be accomplished during the setting, aligning, and fitting operations, in accordance with the provisions of Section 2611.21), to the extent that the jointing requirements will permit. A4 Blocking and Anchoring of Pipe All plugs, caps, tees, bends, and other thrust points shall be provided with reaction backing, or movement shall be prevented by attachment of suitable restraining devices or tie rods, in accordance with the requirements of the Plans, Specifications, and Special Provisions. In the absence of other specified requirements for reaction backing or restraining devices, the following provisions shall apply: (1) All horizontal bends exceeding 20 degrees deflection, and all caps, plugs, and branch tees shall be provided with concrete buttress blocking. (2) All vertical bends exceeding 20 degrees deflection shall be provided with concrete buttress blocking at the low points and with metal tie rod or strapping restraints at the high points. (3) Offset bends made with standard offset fittings need not be strapped or buttressed. Hardwood blocking shall only be used as temporary reaction backing until acceptable permanent reaction blocking or restraining devices have been installed. Blocking shall be nominal 2 -inch timber having an area equivalent to at least four times the area of the surface of the cap or plug it restrains. Concrete buttresses shall be poured against firm, undisturbed ground and shall be formed in such a way that the joints will be kept free of concrete and remain accessible for repairs. The concrete mix used in buttress construction shall meet the requirements for Grade B concrete in conformance with Mn/DOT Specification Section 2461. Buttress dimensions shall be a minimum of 12 inches in thickness, and the minimum area, in square feet shall be as follows. 1/32 BEND PIPE SIZE TEE OR PLUG 1/4 BEND 1/8 BEND & 1/16 BEND 6 2.9 3.1 1.6 0.8 8 3.7 5.3 2.9 1.4 10" 5.7 8.1 4.4 2.2 12" 8.1 13.4 6.6 3.2 16" 15.1 21.4 11.6 5.9 20" 23.2 30.2 18.1 9.3 24" 33.6 48.5 26.1 13.3 32 n ' Contractors are instructed to size concrete buttress blocking on fittings and dead ends where the blocking must withstand the pressure of larger main line fittings equipped with reducers, for the larger sized main line thrust and not for smaller fitting size only. This is of particular importance ' on tees and crosses where the main size is reduced on the run from large to small size by use of reducers. All metal parts of tie rod or strap type restraints shall be galvanized or coated with other approved asphaltic type rustproofing. ' All necessary fittings, bands, tie rods, nuts, and washers, and all labor and excavation required for installation of reaction restraints shall be furnished at the Contractor's expense with no direct compensation provided therefore. ' A5 Polyethylene Encasement of Pipeline Wherever so required by the Plans, Specifications, or Special Provisions, the pipeline, including ' valves, fittings, and appurtenances, shall be fully encased in polyethylene film meeting the requirements of these Specifications. The film shall be furnished in tube form for installation on pipe and all pipe- shaped appurtenances such as bends, reducers, off- sets, etc. Sheet film shall be provided and used for encasing all odd - shaped appurtenances such as valves, tees, crosses, etc. 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 all joints of one foot 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. After encasement, the circumferential slack in the tubing film shall be folded over at 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 along the pipe length. Also, any 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. 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. 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. 33 Unless otherwise specified in the Plans, Specifications, and Special Provisions, hydrants encased in polyethylene tubing shall have plugged drain outlets. B Connection and Assembly of Joints Where rubber gasketed joints are specified, care shall be taken during the laying and setting of piping materials to insure that the units being joined have the same nominal dimension of the spigot outside diameter and the socket inside diameter. A special adaptor shall be provided to make the connection when variations in nominal dimension might cause unsatisfactory joint sealing. Immediately before making the connection, the inside of the bell or socket and the outer surface of the spigot ends shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter. Insertion of spigot ends into the socket or bell ends shall be accomplished in a manner that will assure proper centering and insertion to full depth. The joint seal and securing requirements shall be as prescribed below for the applicable pipe and joint type. B1 Ductile Iron Pressure Pipe and Fitting Joints Ductile iron pressure pipe and fitting joints shall conform to AWWA C -111. Bla Push -On Joints The circular rubber gasket shall be kept in a warm, flexible condition at all times, and for purposes of placement shall be flexed inward and inserted in the gasket recess of the bell socket. A thin film of approved gasket lubricant shall be applied to either the inside surface of the gasket or the outside surface of the spigot end, or to both. Care shall be taken while inserting the spigot end to prevent introduction of contaminants. The joint shall be completed by forcing the spigot end to the bottom of the socket by the use of suitable pry -bar or jack type equipment. Spigot ends which do not have depth marks shall be marked before assembly to insure full insertion. Field cut pipe shall be filed or ground at the spigot edge to resemble the manufacturer's fabricated detailing. The use of the bucket on the excavation equipment to force the pipe into the socket shall not be permitted. Blb Mechanical Joints The last eight inches of the outside spigot surface and the inside bell surface of each pipe and appurtenance joint shall be painted with a soap solution, after being thoroughly cleaned. The gland shall then be slipped on the spigot end with the lip extension toward the socket or bell end. The rubber gasket shall be kept in a warm, flexible condition at all times, and for purposes of placement shall be painted with soap solution and be placed on the spigot end with the thick edge toward the gland. An approved lubricant provided by the pipe manufacturer may be used in lieu of the soap solution. After the spigot end is inserted into the socket to full depth and centered, the gasket shall be pressed into place within the bell evenly around the entire joint. After the gland is positioned behind the gasket, all bolts shall be installed and the nuts tightened alternately to the specified torque, such as to produce equal pressure on all parts of the gland. 1 ' Unless otherwise specified, the bolts shall be tightened by means of a suitable torque - limiting wrench to within a foot -pound range o£ 45 to 60 for 5/8 inch bolts; 75 to 90 for 3/4 inch bolts; 85 to 100 for I inch bolts; and 105 to 120 for 1 -1/4 inch bolts. After tightening, all exposed parts of the bolts and nuts shall be completely coated with an approved asphaltic type rust preventive material. t 1 Blc Flanged Joints Flanged joints shall be installed only in above grade or exposed locations and shall conform to the requirements of AWWA Cl 15 Specifications, the Plans, Specifications and Special Provisions. Flanged joints shall have full face gaskets. B2 Prestressed Concrete Cylinder Pipe Joints Unless otherwise indicated, all pipe and appurtenances shall be joined by means of the rubber gasketed bell and spigot connection in accordance with AWWA C301 or C304 and with the recommendations of the pipe manufacturer and the provisions hereof. All contact surfaces of the steel bell and spigot assembly shall be thoroughly lubricated with approved material before the connection is made. After the joint has been set in the home position, the outside joint recess shall be filled with cement grout, poured into place by means of a paper or cloth diaper. The grout shall contain at least one part Portland cement for each two parts of sand. Care shall be taken in pouring the grout to assure complete filling of the recess around the entire pipe circumference. B3 Polyvinyl Chloride Pipe Joints 133a Push -On Joints The circular rubber gasket shall be bonded to the inner wall of the gasket recess of the bell socket. Installation of pipe spigot into the bell socket shall conform to the requirements for Ductile Iron Push -On Joints as set forth under the provisions of 2611.313 1 a B4 Polyethylene Pipe Joints Polyethylene pipe joints shall conform to the requirements of AWWA C -906, and shall be made by the Thermal Butt - Fusion Method. C Water Service Installations Water service facilities consisting of Tap Service Lines and Branch Service Lines, complete with all required appurtenances, shall be installed as required by in the Plans, Specifications, and Special Provisions, in accordance with all pertinent requirements for main line installations together with the provisions hereof. It shall be the responsibility of the Contractor to keep an accurate record of the location, depth and size of each service connection and other pertinent data such as the location of curb stops and pipe endings. Tap locations shall be recorded in reference to survey line stationing. Curb stops shall be tied to definable land marks such as building corners, lot corner markers, etc. Pipe 35 terminals at the property line shall be marked to the ground surface with a suitable wood timber 4 by 4 inch, 8 feet long set vertically into the ground with the top 2 feet painted blue. Approved record keeping forms will be furnished by the Engineer and the completed records shall be submitted by the Contractor upon completion of the work. Water service lines shall normally be installed by trenching and be subject to the same requirements as prescribed for the main pipeline installation, except for those which may not be pertinent or applicable. Where water service lines are installed alongside of sanitary service lines, installation shall be such as to maintain the minimum specified clearances between pipelines and provide proper and adequate bearing for all pipes and appurtenances. For separate installation, the trench width shall be not less than two feet. Subject to minimum clearances, the water lines may be laid in a common trench excavated principally for sewer installation, either by widening the trench as necessary or by providing a shelf in the trench wall where ground stability will permit. When water service pipe is placed in a common trench with sewer service pipe, the sewer service pipe shall be constructed of materials and with joints equivalent to water main standards. Water service lines shall be installed to provide for the specified cover over the top of the pipe and with not less than 18 inches of clearance between pipelines. A minimum 3 inches of clearance shall be maintained in crossing over or under other structures. Where the service pipe may be exposed to freezing due to insufficient cover or exposure from other underground structures, the water pipe shall be insulated as directed by the Engineer. C1 Tee Branch Service Lines Tee branch service piping shall be of the type, size, and wall thickness specified. The pipe and appurtenances shall have rubber gasketed push -on or mechanical joints. Tee branch service lines shall be provided as required by the Plans. Installation of tee branch service facilities shall be in accordance with all applicable requirements of these specifications as pertain to the mainline installations. C2 Tapped Service Lines Service piping shall be of the size and type specified. Unless otherwise specified, minimum pipe size for tap service installations shall be one inch nominal inside diameter. Larger size pipe may be specified for commercial and industrial uses or for some domestic service as specifically identified. Installation of service facilities shall be in accordance with all applicable requirements of these specifications as pertain to the mainline installations, subject to the exceptions and supplementary provisions set forth hereinafter. Unless otherwise indicated, service piping may be laid directly on any solid foundation soil that is free of stones and hard lumps. However, when specified or ordered, aggregate materials shall be furnished and placed as necessary to secure proper foundation drainage, pipe covering, or backfill support. 36 1 Tapped service piping of 3/4 inch to and including 1 -1/4 inches in diameter shall be installed in one piece without intermediate joint couplings between the corporation stop and the curb stop. Service pipe of 1 -1/2 inches in diameter and larger shall be furnished in standard roll lengths to ' eliminate any intermediate joints. When full roll lengths are less than the service length the rolls may be joined with approved couplings. Unless otherwise specified, connection of tapped service lines to the water main shall be made at an angle of not more than 22 degrees from the horizontal. A double wrap of Teflon tape shall be placed on the corporation stop threads prior to installation in the main. Expansion loops shall be ' directed downward or horizontal from the tap. Unless otherwise indicated, tap service lines shall be installed on a straight line at right angles to the water main or property line as directed by the Engineer. In the absence of specific requirements, the service line shall be terminated at the property line, where it shall be connected to an existing line or, in the case of undeveloped property, it shall be capped, plugged, or peened as approved by the Engineer. The flaring of copper tubing ends shall be accomplished only with the use of the proper size and type of tools as designed for the purpose. Tubing shall be cut squarely and all edge roughness ' shall be removed prior to flaring. All couplings shall be tightened securely, so the flared end fits snugly against the bevel of the fitting without leakage. The flared joint couplings shall be made up without the use of jointing compounds. The service pipe and curb stop coupling depth shall be such as to maintain not less than the specified minimum cover. The service box shall be connected to or centered over the curb stop and be firmly supported on concrete blocking as required by the Plans, Specifications, and Special Provisions. Clearance shall be provided so the service box does not rest on the water pipe. Service boxes shall be installed plumb. The service boxes shall be brought to proper surface grade when the final ground surface has been established. D Setting Valves, Hydrants, Fittings and Specials ' Valves, hydrants, fittings, and specials shall be provided and installed as required by the Plans, Specifications, and Special Provisions, with the exact locations and setting as directed by the Engineer, and with each installation accomplished in accordance with the requirements for installation of mainline pipe to the extent applicable. Support blocking, reaction backing, and anchorage devices shall be provided as required by the Plans, Specifications, and Special ' Provisions, or as otherwise ordered by the Engineer. Hydrants shall be installed plumb, with the height and orientation of nozzles as shown in the ' Plans or as directed by the Engineer. Unless otherwise specified, the hydrants shall be connected to the mainline pipe with 6 -inch diameter ductile iron pipe, controlled by an independent valve. ' When a hydrant with an open drain outlet is set in clay or other impervious soil, a drainage pit of at least one cubic yard shall be excavated below and around the hydrant base and the pit shall be filled with Foundation Material to a level six inches above the drain outlet. Two layers of tar paper, or other material approved by the Engineer, shall be carefully placed over the rock to prevent backfill material from entering voids in the rock drain. Hydrants located where the 37 groundwater table is above the drain outlet shall have the outlet drain hole plugged or the drain tube cut off to prevent draining, and shall be equipped with a tag stating, "Pump After Use ". Valve boxes shall be centered over the valve wrench nut and be installed plumb, with the box cover flush with the surface of the finished pavement or at such other level as may be directed. Masonry valve pit structures, for valves with exposed gearing or operating mechanisms, shall be constructed in accordance with the details shown in the Plans and with the applicable provisions of these Specifications. Drainage blow -offs, air vents, and other special appurtenances shall be provided and installed as required by the Plans, Specifications, and Special Provisions. All dead ends shall be closed with approved plugs or caps and shall be equipped with suitable blow -off facilities. E Disinfection of Water Mains Before being placed in service, the completed water main shall be disinfected. Disinfection materials and procedures, and the collection and testing of water samples, shall be in accordance with the provisions of AWWA C -651. After the final flushing the water shall be tested for bacteriologic quality and found to meet the standards prescribed by the Minnesota Department of Health. Where an existing water main is cut for the installation of any fitting, the pipe and fittings proposed to be installed shall be disinfected prior to installation as follows: (1) The interior of the pipe and fittings shall be cleaned of all dirt and foreign material. (2) The interior of the pipe and fittings shall be thoroughly swabbed or sprayed with a 1 percent minimum hypochlorite solution. Unless otherwise indicated in the Plans, Specifications, and Special Provisions, the Contractor shall furnish all materials and perform the disinfecting, flushing, and testing as necessary for meeting the water quality requirements. The flushing operations and the form of chlorine and method of application to be used shall be subject to approval by the Engineer. F Electrical Conductivity Test The Contractor shall perform a conductivity test within one week after completion of pressure testing of the main on all iron pipe water mains to establish that electrical thawing may be carried out in the future The system (pipeline, valves, fittings and hydrants) shall be tested for electrical continuity and current capacity. The electrical test shall be made after the hydrostatic pressure test and while the line is at normal operating pressure. Backfilling shall have been completed. The line may be tested in sections of convenient length as approved by the Engineer Direct current of 350 amperes + 10 %, shall be passed through the pipeline for 5 minutes. Current flow through the pipe shall be measured continuously on a suitable ammeter and shall remain steady without interruption or excessive fluctuation throughout the 5- minute test period. J r k, I] Insufficient current or intermittent current or arcing, indicated by large fluctuation of the ammeter needle, shall be evidence of defective contact in the pipeline. The cause shall be isolated and corrected. Thereafter, the section in which the defective test occurred shall be retested as a unit and shall meet the requirements. Sources of Direct Current for these tests may be motor generators, batteries, are welding machines, etc. Direct Current are welding machines will probably be the usual source. These machines are available in adequate capacity for these tests and are equipped with controls for regulating the current output. All such equipment shall be furnished by the Contractor, subject to the approval of the Engineer. Cables from the power source to the section of system under test should be of sufficient size to carry the test current without overheating or excessive voltage drop. Usable sizes will probably be in the range of 2/0 to 4/0 A.W.G. Connections for the test shall be made at hydrants. The hydrants shall be in the open position with the caps on during the test. The cable shall be clamped to the body of the hydrant. Note: After the test the hydrant shall be shut off and a cap loosened to allow hydrant drainage or the hydrant shall be pumped dry. Tighten cap after drainage. In using arc welding machines, the current control should be set at minimum before starting. After starting the machines, advance the control until the current indicated on the ammeter is at the desired test value. Caution: In case of open circuits at joints or connections, the voltage across the defective joint or connection will be in order of 50 -100 volts. G Hydrostatic Testing of Water Mains 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 hours. Each section of pipe to be tested shall be filled with water and all air expelled at the highest point. The required taps to expel air or to fill the water main shall be supplied and installed by the Contractor and shall be 3/4 inch and shall include an approved service saddle when required. 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. The pressure gauge shall be a standard pressure gauge. The dial shall register from 0 - 200 psi and have a dial size of 4 1/2 inches with 1 psi increments. The hydrostatic test, pressure requirement for an acceptable test shall be a maximum pressure drop of 2 psi during the last hour of the two 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. 39 Only if several consecutive tests indicate a consistent pressure drop and only after the Contractor has made numerous attempts to resolve the problem, acceptable to the Engineer, may the Contractor request in writing and the Engineer consider the use of the leakage test. The leakage test may be performed by the Contractor to determine the magnitude of the leak, however, meeting the leakage allowance shall not automatically be considered acceptance, in lieu of the pressure test, for the section being tested. Final acceptance shall be at the discretion of the Engineer. When allowed, the leakage test shall be performed in accordance with AWWA C -600, Section 4.1.5, 4.1.6 and the line will be accepted as per Section 4.1.7. H Operational Inspection At the completion of the project and in the presence of the Engineer and the Contractor, representatives of the Owner shall operate all valves, hydrants, and water services to ascertain that the entire facility is in good working order; that all valve boxes are centered and valves are opened; that all hydrants operate and drain properly; that all curb boxes are plumb and centered; and that water is available at all curb stops. 2611.4 METHOD OF MEASUREMENT All items will be measured separately according to design designation as indicated in the Pay Item name and as may be detailed and defined in the Plans, Specifications, or Special Provisions. Pipe will generally be designated by size (inside diameter or span), strength class, kind or type, and laying condition. Payment shall include all component parts thereof as described or required to complete the unit, but excluding any item covered by a separate pay item. Lineal measurement of piping will include the running length of any special fittings (tees, wyes, bends, gates, etc.) installed within the line of measure between specified terminal points. A Water Pipe Mainline pipe and service pipe of each kind and size will be measured separately by the overall length along the axis of the pipeline, from beginning to end of each installation and without regard to intervening valves or specials. Terminal points of measure will be the spigot or cut end, base of hub or bell end, center of valves or hydrants, intersecting centers of tee or Wye branch service connections, and center of corporation stop or curb stop couplings. B Valves Valves of each size and type will be measured separately as complete units, including the required manhole or valve box setting. C Corporation Stops Corporation stops of each size and type will be measured separately by the number of units installed, including the water main tap and saddle. D Curb Stops .o l��I r P' I I r Curb stops of each size and type will be measured separately by the number of units installed, including the required curb box. E Hydrants Hydrants will be measured by the number of units installed. F Air Vents Air vents of each type and size will be measured separately by the number of complete units installed, including the required manhole or valve box setting. G Rearrangement of Inplace Facilities The removal, relocation, extension, or adjustment of existing inplace facilities will be measured, as indicated in the Proposal. H Polyethylene Encasement Polyethylene encasement of pipe will be measured by the linear foot of pipe encased of each specified size. I Ductile and Gray Iron Fittings Ductile Iron and Gray Iron fittings-shall be measured by the pound without joint accessories or on an each basis as specified on the Proposal or in the Special Provisions. The standard weight of Ductile Iron and Gray Iron fittings, for Payment basis shall be as published in AWWA C -110. J Polyvinyl Chloride or Polyethylene Polyvinyl Chloride or Polyethylene fittings shall be measured on an each basis as specified and shown on the Proposal or in the Special Provisions. K Access Structures Access structures, such as valve boxes, service boxes, manholes and vaults, will be measured for payment only when and to the extent that the Proposal contains specific items therefore. Otherwise, the required structures are included for payment as part of the pipe appurtenance (Gate Valve, Curb Stop, Air Vent, etc.) item which is served. When applicable, measurement will be by the number of individual units installed of each type and design. 2611.5 BASIS OF PAYMENT Payment for construction of water distribution facilities will be made as detailed in the method of measurement and as shown on the Bid Proposal or detailed in the Special Provisions. Payment shall include all costs of furnishing and installing the complete facility as required by the Plans, Specifications, and Special Provisions. 41 Payment shall be made for Water Main Pipe, Service Pipe, and Tapped Service Pipe, of each size and kind at the appropriate Contract prices per linear foot installed All costs of pipeline disinfection, leakage testing, pipe jointing materials, dead end plugs and caps, making connections to existing facilities, blocking and anchorage materials, and other work necessary for proper installation of pipe as specified shall be included for payment as part of the pipe item, without any direct compensation being made therefore unless specific pay items are included on the Proposal. -Payment shall be made for Valves, Corporation Stops, Curb Stops, Hydrants, Air Vents, Polyethylene Encasement, Insulation, and other specially identified appurtenant items, at the appropriate Contract prices per unit of measure for each size and type or kind installed. Access structures such as Valve Boxes, Service Boxes, Manholes, and Vaults will be paid for as separate items only when separate pay items are included on the Proposal. Payment for rearrangement of inplace facilities or vertical offset of proposed facilities shall be made under specially named items at the appropriate Contract prices per unit of measure and shall be compensation in full for all costs of performing the work as specified. All costs of excavating to foundation grade, preparing the foundation, placing and compacting backfill materials, restoring surface improvements, and other work necessary for prosecution and completion of the work as specified, shall be included for payment as part of the pipe and pipe appurtenance items without any direct compensation being made therefore, unless specific pay items are included on the Proposal. When special aggregate backfill materials are required to be furnished and placed to comply with the indicated Laying Conditions, the costs thereof shall be included for payment as part of the pipe items without any direct compensation therefore. In the absence of special payment provisions, all costs of repairing, replacing, or otherwise restoring surface improvements as required by the Contract shall be included for payment as part of other Contract items without any direct compensation being made therefore. 42 L I �' SECTION 2621 STANDARD SPECIFICATIONS FOR SANITARY SEWER AND STORM SEWER INSTALLATION 1999 EDITION TABLE OF CONTENTS SECTION 2621 STANDARD SPECIFICATIONS FOR SANITARY SEWER AND STORM SEWER INSTALLATION 2621.3 Construction Requirements ...................................................... .............................50 2621.1 Description ................................................................................ .............................45 A Installation of Pipe and Fittings ................................................... .............................50 2621.2 Materials ................................................................................... .............................46 A Sewer Pipe and Service Line Materials ....................................... .............................46 ' Al Vitrified Clay Pipe and Fittings ............................................. .............................47 A2 Ductile Iron Pipe and Ductile Iron and Gray Iron and Fittings ..........................47 A3 Connection and Assembly of Joints ....................................... .............................51 A3 Reinforced Concrete Pipe and Fittings .................................. .............................48 B Appurtenance Installations ........................................................... .............................52 A4 Corrugated Steel Pipe and Fittings ......................................... .............................48 C Sewer Service Installations .......................................................... .............................53 A5 Polyvinyl Chloride Pipe and Fittings ..................................... .............................48 E Reconnecting Existing Facilities .................................................. .............................55 A6Cast Iron Soil Pipe ................................................................. .............................48 F Sanitary Sewer Leakage Testing .................................................. .............................55 A7 Acrylonitrile- Butadiene - Styrene Pipe .................................... ..48 ' A8 Dual -Wall Corrugated Polyethylene Pipe . .............................49 F3Test Failure and Remedy ......................................................... .............................57 BMetal Sewer Castings .................................................................... .............................49 ' C Precast Concrete Manhole and Catch Basin ................................ .............................49 HTelevising ...................................................................................... .............................58 DConcrete ....................................................................................... .............................50 EMortar ............................................................................................ .............................50 2621.3 Construction Requirements ...................................................... .............................50 A Installation of Pipe and Fittings ................................................... .............................50 AlInspection and Handling ........................................................ .............................50 A2 Pipe Laying Operations .......................................................... .............................51 A3 Connection and Assembly of Joints ....................................... .............................51 A4 Bulkheading Open Pipe Ends ................................................. .............................52 B Appurtenance Installations ........................................................... .............................52 C Sewer Service Installations .......................................................... .............................53 D Manhole and Catch Basin Structures ............................................ .............................54 E Reconnecting Existing Facilities .................................................. .............................55 F Sanitary Sewer Leakage Testing .................................................. .............................55 F1Air Test Method ...................................................................... .............................55 F2Hydrostatic Test Method ......................................................... .............................57 F3Test Failure and Remedy ......................................................... .............................57 GDeflection Test .............................................................................. .............................58 G1 Test Failure and Remedy ........................................................ .............................58 HTelevising ...................................................................................... .............................58 2621.4 Method of Measurement ......................................................:... .............................58 A Sewer Pipe .................................................................................... .............................58 BManholes ....................................................................................... .............................59 CCatch Basins .................................................................................. .............................59 D Outside Drop Connection ................................... ............................... 59 , EService Connection ....................................................................... .............................59 FService Pipe ................................................................................... .............................59 GSpecial Pipe Fittings ..................................................................... .............................59 HAppurtenant Items ........................................................................ .............................60 2621.5 Basis of Payment ..................................................................... .............................60 , 11 �I F 1—1 2621 STANDARD SPECIFICATIONS FOR SANITARY SEWER AND STORM SEWER INSTALLATION 2621.1 DESCRIPTION This work shall consist of the construction of pipe sewers utilizing plant fabricated pipe and other appurtenant materials, installed for conveyance of sewage, industrial wastes, or storm water. The work includes construction of manhole and catch basin structures and other related items as specified. Use of the term "Plans, Specifications, and Special Provisions" within this specification shall be construed to mean those documents which compliment, modify, or clarify these specifications and are accepted as an enforceable component of the Contract or Contract Documents. All references to Mn/DOT Specifications shall mean the latest published edition of the Minnesota Department of Transportation Standard Specifications for Construction as modified by any Mn/DOT Supplemental Specifications issued before the date of advertisement for bids. All references to other Specifications of AASHTO, ASTM, ANSI, AWWA, etc. shall mean the latest published edition available on the date of advertisement for bids. The following specifications have been referenced in this Specification: AASHTO M198 Specification for Joints for Circular Concrete Sewer and Culvert Pipe Using Flexible Watertight Gaskets AASHTO M294 Specification for Corrugated Polyethylene Pipe, 300 -to 1200 -mm Diameter ASTM A48 Specification for Gray Iron Castings ASTM A74 Specification for Cast Iron Soil Pipe and Fittings ASTM C76 Specification for Reinforced Concrete Pipe ASTM C270 Mortar for Unit Masonry ASTM C361 Specification for Reinforced Concrete Low Head Pressure Pipe ASTM C425 Specification for Compression Joints for VCP and Fittings ASTM C443 Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets ASTM C478 Specification for Precast Reinforced Concrete Manhole ASTM D543 Test Method for Resistence of Plastic to Chemicals ASTM C564 Specification for Rubber Gaskets for Cast Iron Soil Pipe and Fittings ASTM C700 Specification for Vitrified Clay Pipe ASTM D2321 Recommended Practice for Installation of Flexible Thermo- plastic Sewer Pipe ASTM D2751 Specification for ABS Pipe and Fittings L ASTM D3034 Specification for PVC Sewer Pipe and Fittings ASTM D3212 Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals ASTM F679 Specification for Large- Diameter PVC Sewer Pipe and Fittings ASTM F949 Specification for Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe with a Smooth Interior and Fittings AWWA C 104 American National Standard for Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water AWWA C110 American National Standard for Ductile -Iron and Gray -Iron Fittings, 3 In. Through 48 In. (75 mm Through 1200 mm), for Water and Other Liquids AWWA Cl 11 American National Standard for Rubber - Gasket Joints for Ductile -Iron Pressure Pipe and Fittings AWWA C115 American National Standard for Flanged Ductile -Iron Pipe With Ductile -Iron or Gray -Iron Threaded Flanges AWWA C 15 0 American National Standard for Thickness Design of Ductile -Iron Pipe AWWA C 151 American National Standard for Ductile -Iron Pipe, Centrifugally Case, for Water or Other Liquids AWWA C 15 3 American National Standard for Ductile -Iron Compact Fittings, 3 In. Through 24 In. (76 mm Through 610 mm) and 54 In. Through 64 In. (1,400 mm Through 1,600 mm), for Water Service 2621.2 MATERIALS All materials required for this work shall be new material conforming to requirements of the referenced specifications for the class, kind, type, size, grade, and other details indicated in the Contract. Unless otherwise indicated, all required materials shall be furnished by the Contractor. If any options are provided for, as to type, grade, or design of the material, the choice shall be limited as may be stipulated in the Plans, Specifications, or Special Provisions. All manufactured products shall conform in detail to such standard design drawings as may be referenced or furnished in the Plans. Otherwise, the Owner may require advance approval of material suppliers, product design, or other unspecified details as it deems desirable for maintaining adopted standards. At the request of the Engineer, the Contractor shall submit in writing a list of materials and suppliers for approval. Suppliers shall submit a Certificate of Compliance that the materials furnished have been tested and are in compliance with the specifications. A Sewer Pipe and Service Line Materials All pipe furnished for main sewer and service line installations shall be of the type, kind, size, and class indicated for each particular line segment as shown in the Plans and designated in the I F L LJ Contract Items. Wherever connection of dissimilar materials or designs is required, the method of joining and any special fittings employed shall be products specifically manufactured for this purpose and subject to approval by the Engineer. Al Vitrified Clay Pipe and Fittings Vitrified clay extra strength pipe and fittings shall conform to the requirements of ASTM M -65 for the size and type and class specified, subject to the following supplementary provisions: (1) Unless otherwise specified, the pipe and fittings shall be non - perforated, full circular type, either glazed or unglazed. (2) All pipe and fittings manufactured with bell- and - spigot ends shall be furnished with factory fabricated compression joints conforming to the requirements of ASTM C -425. (3) In lieu of the bell- and - spigot jointing requirements, the pipe and fittings may be furnished with plain ends, in which case the jointing shall be by means of compression couplings conforming to the requirements of ASTM C -425, Type B. (4) All clay pipe fittings (wyes, tees, bends, plugs, etc.) shall be of the same pipe class and joint design as the pipe to which they are to be attached. (5) Pipe and fittings manufactured to the standards of AASHTO 52;65 may be accepted by prior approval of the Engineer. A2 Ductile Iron Pipe and Ductile Iron and Gray Iron and Fittings The pipe furnished shall be Ductile Iron pipe and fittings furnished shall be of the Ductile Iron or Gray Iron type as specified for each particular use of installation. When Gray Iron is specified, either type may be furnished. Gray Iron may not be substituted for Ductile Iron unless specifically authorized in the Special Provisions. Ductile iron pipe shall conform to the requirements of AWWA C115 or C151 for water and thickness design shall conform to AWWA C150. In addition, the pipe shall comply with the following supplementary provisions: (1) Fittings shall conform to the requirements of AWWA Cl 10 OR 153 (Gray Iron and Ductile Iron Fittings or Ductile Iron Compact Fittings) for the joint type specified. (2) Unless otherwise specified, all pipe and fittings shall be furnished with cement mortar lining meeting the requirements of AWWA C104 for standard thickness lining. All exterior surfaces of the pipe and fittings shall have an asphaltic coating at least one mil thick. Spotty or thin seal coating, or poor coating adhesion, shall be cause for rejection. (3) Rubber gasket joints for Ductile Iron Pressure Pipe and fittings shall conform to AWWA C111. 47 A3 Reinforced Concrete Pipe and Fittings Reinforced concrete pipe, fittings and specials shall conform with the requirements of ASTM C- ' 76 (Reinforced Concrete Pipe) with rubber O -ring or profile joints for the type, size, and strength class specified, subject to the following supplementary provisions: (1) All branch fittings such as tees, wyes, etc. shall be cast as integral parts of the pipe. All ' fittings and specials shall be of the same strength class as the pipe to which they are attached. (2) Joints shall meet the requirements of ASTM C -361. , (3) Lift holes will not be permitted unless specifically authorized in the Plans, Specifications, and Special Provisions , A4 Corrugated Steel Pipe and Fittings Corrugated steel pipe and fittings shall conform to the requirements of Mn/DOT Specification ' 3226 (Corrugated Steel Pipe) for the type, size and sheet thickness specified. When specifically provided for in the Plans, Specifications, and Special Provisions, the galvanized steel pipe and fittings shall be furnished with special aramid fiber bonded, bituminous, or plastic coating or concrete lining as required., A5 Polyvinyl Chloride Pipe and Fittings , Smooth walled polyvinyl chloride pipe and fittings shall conform with the requirements of ASTM D -3034 and ASTM F -679 for the size, standard dimension ratio (SDR), and strength ' requirements indicated on the Plans, Specifications, and Special Provisions. The grade used shall be resistant to aggressive soils or corrosive substances in accordance with the requirements of ASTM D -543. Unless otherwise specified, all pipe and fittings shall be SDR 35 and connections , shall be push -on with elastomeric gasketed joints which are bonded to the inner wall of the gasket recess of the bell socket. ' Corrugated polyvinyl chloride pipe and fittings with smooth interior shall conform with the requirements of ASTM F -949 for the size and wall thickness indicated on the Plans, Specifications, and Special Provisions. Unless otherwise specified, all pipe and fittings shall be push -on with snug fit elastomeric points meeting tightness requirements of ASTM D -3212. A6 Cast Iron Soil Pipe , Unless otherwise specified in the Plans, Specifications, and Special Provisions, cast iron soil pipe shall be service weight pipe meeting the requirements of ASTM A -74 and the Plans, ' Specifications, and Special Provisions. Unless otherwise specified, pipe joints shall be push -on, sealed with elastomeric gaskets, meeting the requirements of ASTM C -564. ' A7 Acrylonitrile- Butadiene - Styrene Pipe Acrylonitrile- Butadiene - Styrene (ABS) solid wall pipe and fittings shall conform to the requirements of ASTM D -2751 for 4 inch and 6 inch diameter and shall be gasket seal joints, assembled as recommended by the pipe manufacturer. Solvent cemented joints, assembled as recommended by the pipe manufacturer, shall be provided only where specifically indicated in ' the Plans, Specifications, and Special Provisions. 48 1 ' A8 Dual -Wall Corrugated Polyethylene Pipe ' Dual -Wall Corrugated Polyethylene Pipe shall conform to the requirements of AASHTO M -294 and Design 18 of the AASHTO Standard Specifications for Highway Bridges for storm sewer pipe sizes 12 -inch through 36 -inch. Joints shall be water -tight unless the engineer approves a soil -tight joint. Pipe manufacture, water -tight joint testing, and installation shall conform to current Mn/DOT requirements and/or as indicated in the Plans, Specifications, and Special Provisions. ' B Metal Sewer Castings Metal castings for sewer structures such as manhole frames and covers, catch basin frames, grates and curb boxes, shall conform to the requirements of ASTM A -48 (Gray Iron Castings), subject to the following supplementary provisions: ' (1) Casting assemblies or dimensions, details, weights, and class shall be as indicated in the detailed drawings for the design designation specified. Unless otherwise specified, the castings ' shall be Class 30 or better. (2) Lid -to -frame surfaces on round casting assemblies shall be machine milled to provide true bearing around the entire circumference. ' (3) Casting weight shall be not less than 95 percent of theoretical weight for a unit cast to exact dimensions, based on 442 pounds per cubic foot. ' (4) A Certificate of Compliance shall be furnished with each shipment of castings stating that the materials furnished have been tested and are in compliance with the specification requirements. ' (5) Unless otherwise specified, sanitary sewer manholes in areas subject to flooding by surface water shall have self - sealing lids and recessed pick holes. f (6) Unless otherwise specified, sanitary sewer manhole lids shall have recessed pick holes. C Precast Concrete Manhole and Catch Basin Sections ' Precast concrete riser sections and appurtenant units (grade rings, top and base slabs, special sections, etc.) used in the construction of manhole and catch basin structures shall conform with ' the requirements of ASTM C -478, Mn/DOT 2506 and the following supplementary provisions: (1) The precast sections and appurtenant units shall conform to all requirements as shown on the ' detailed drawings. (2) Joints of manhole riser sections shall be tongue and groove with rubber "O" ring or profile joints provided on sanitary sewer manholes. Sanitary sewer inlet and outlet pipes shall be joined to the manhole with a gasketed, flexible, watertight connection or any watertight connection arrangement that allows differential settlement of the pipe and manhole wall to take place. ' (3) Air - entrained concrete shall be used in the production of all units. Air content shall be maintained within the range of 5 to 7 percent. 49 (4) A Certificate of Compliance shall be furnished with each shipment of precast manhole and catch basin sections stating that the materials furnished have been tested and are in compliance with the specification requirements. , (5) Lift holes will not be permitted in precast manholes. D Concrete , Concrete for cast -in -place masonry construction shall be produced and furnished in accordance ' with the requirements of Mn/DOT Specification 2461 for the mix designation indicated in the Plans. The requirements for Grade B concrete shall be met where a higher grade is not specified. Type 3 (air - entrained) concrete shall be furnished and used in all structures having weather ' exposure. E Mortar , Mortar for use in masonry construction shall be an air - entrained mixture of one part Masonry cement,. Type S, and two parts mortar sand, with sufficient water to produce proper consistency, and with sufficient air - entraining agent added to maintain an air content within the range of 7 to ' 10 percent. Mortar shall meet the requirements of ASTM C -270. 2621.3 CONSTRUCTION REQUIREMENTS ' A Installation of Pipe and Fittings Al Inspection and Handling ' Proper and adequate implements, tools, and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and convenient prosecution of the work. During ' the process of unloading, all pipe and accessories shall be inspected by the Contractor for damage. The Contractor shall notify the Engineer of all material found to have cracks, flaws or other defects. The Engineer shall inspect the damaged materials and have the right to reject any materials found to be unsatisfactory. The Contractor shall promptly remove all rejected material from the site. All materials shall be handled carefully, as will prevent damage to protective coatings, linings, and joint fillings; preclude contamination of interior areas; and avoid jolting ' contact, dropping, or dumping. All work and materials are subject to tests by the Owner at such frequency as may be determined ' by the Engineer. 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. The Contractor shall inform the Engineer of any defects discovered and the Engineer will prescribe the required corrective actions or order rejection. Immediately before placement, the joint surfaces of each pipe section and fitting shall be t 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. 50 ' I A2 Pipe Laying Operations ' Trench excavation and bedding preparations shall proceed ahead of pipe placement as will permit proper laying and joining of the units at the prescribed grade and alignment without unnecessary deviation or 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 sewer materials shall be carefully lowered into laying position by the use of suitable restraining devices. Under no circumstances shall the pipe be dropped into the trench. ' 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 would be adequate to support the ' pipe throughout its length. No pipe material shall be laid in water nor when the trench or bedding conditions are otherwise unsuitable or improper. ' 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 an adjoining unit. Unless otherwise permitted by the Engineer, bell and spigot pipe shall be laid with the bell ends facing upgrade and the laying shall start on the downgrade end 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 by tamping around the pipe to a height of at least 12 inches above the top with hand operated mechanical tamping devices or by hand. The point areas shall remain exposed and precautions shall be taken to prevent the soil from entering the joint space, until the joint seal is effected. Backfill in the bell ' area shall be left loose. Connection of pipe to existing lines or previously constructed manholes or catch basins shall be accomplished as shown in the Plans or as otherwise approved by the Engineer. Where necessary to make satisfactory closure or produce the required curvature, grade or alignment deflections at joints shall not exceed that which will assure tight joints and comply with any limitations ' recommended by the pipe manufacturer. Entrance of foreign matter into pipeline openings shall be prevented at all times to the extent that ' suitable plugs or covering can be kept in place over the openings without interfering with the installation operations. ' Installation of thermoplastic pipe shall conform to ASTM D -2321. A3 Connection and Assembly of Joints ' All pipe and fitting joints shall fit tightly and be fully closed. Spigot ends shall be marked as necessary to indicate the point of complete closure. All joints shall be soil tight, as the minimum requirement, and shall be watertight in all sanitary sewer pipe lines and in all storm sewer pipe lines installed within the limits of a paved street or highway traffic lanes. Where specified, the 1 51 (3) Corrugated smooth wall PVC and corrugated- double wall HDPE pipe and fittings - ' joints in certain assemblies shall be made structurally integral by being completely encased in concrete to form a rigid watertight unit as indicated in the standard drawings. ' (4) Vitrified clay pipe and fittings - factory fabricated compression seals or compression type All joints shall be sealed as follows, subject to such other approved method as the Engineer may authorize as being an acceptable alternative: ' (1) Concrete pipe and fitting joints - compression type rubber gasket seals conforming to the ' requirements of ASTM C -443, ASTM C -361 or AASHTO M -198 for circular pipe, or as ' otherwise approved by the Engineer in the case of non - circular pipe sections. ' (2) PVC pipe, and ABS solid wall pipe and fittings assembled gasket seal joints. ' (3) Corrugated smooth wall PVC and corrugated- double wall HDPE pipe and fittings - ' assembled push -on gasketed joints shall pass performance tests as listed in ASTM D -3212. Solvent welds shall not be permitted. ' (4) Vitrified clay pipe and fittings - factory fabricated compression seals or compression type couplings. Corrugated fittings ' (5) steel pipe and - sealed with approved type compression seals. A4 Bulkheading Open Pipe Ends ' All pipe and fitting ends left open for future connection shall be bulkheaded by approved methods prior to backfilling. Unless otherwise specified or approved, all openings of 24 inches in diameter or less shall be closed off with prefabricated plugs or caps and all openings larger than ' 24 inches in diameter shall be closed off with masonry bulkheads. Prefabricated plugs and caps shall be of the same material as the pipe material, or an approved , alternate material, and they shall be installed with watertight seal as required for the pipeline joints. Masonry bulkheads shall be constructed with clay or concrete brick to a wall thickness of eight inches. , Bulkheads installed for temporary service during construction may be constructed with two- inch timber planking securely fastened together and adequately braced, as an alternate to the masonry , construction. B Appurtenance Installations I Appurtenance items such as aprons, trash guards, gates and castings shall be installed where and as required by the Plans and in accordance with such standard detail drawings or supplementary , requirements as may be specified. Casting assemblies installed on manhole or catch basin structures shall be set in a full mortar bed ' and be adjusted to the specified elevation without the use of shims or blocking. Sewer aprons shall be subject to all applicable requirements for installation of pipe. All aprons and outfall end sections shall have the last three sections tied. Two tie bolt fasteners shall be ' placed in each of the last three joints, one on each side of top center at the 60 degree point (from vertical). Tie bolt diameter shall be: 1/2 inch for 12" to and including 21" pipe; 5/8 inch for 24" 52 ' E to and including 36" pipe; 3/4 inch for 42" to and including 54" pipe; and 1" for 60" and larger pipe. The tie bolts shall be of a design approved by the Engineer. C Sewer Service Installations Main sewer service connections and building service sewer pipe shall be installed as provided for in the Contract and as may be directed by the Engineer. The sewer service connections and pipe lines shall be installed in conformance with all applicable requirements of the main sewer installation and as more specifically provided for herein. The Engineer, with the assistance of the Contractor, shall keep accurate records of all service installations as to type, location, elevation, point of connection and termination, etc. This service record shall be maintained jointly by the Contractor and Engineer on forms provided by the Engineer. The service installations shall not be backfilled until all required information has been obtained and recorded. The main sewer service connection shall consist of installing a Branch Tee or Wye section in the main sewer line at designated locations or providing an insert type Saddle Tee in a pipe cutout where and as permitted or required in lieu of the built -in fitting. Orientation of service connection fitting shall be as shown in the standard drawings unless otherwise directed by the Engineer. Where the depth of cover over the main sewer invert is greater than 15 feet (or such other maximum as may be indicated), the service connection shall be extended upward by means of a Service Riser Section in accordance with the details shown in the standard drawings. Unless otherwise specified, service pipe shall be installed at right angles to the main sewer and at a straight line grade to the property line. The standard and minimum grades shall be a uniform rise of one inch in four feet for sanitary service lines and one inch in eight feet for storm sewer service lines. These minimum grades may be reduced (by not more than one -half pitch) where the Engineer so approves in the case of restrictive elevation differences. Building service pipe lines shall generally be kept as deep as required to serve the building ' elevation and maintain the specified minimum pipe grades. Pipe bends shall be provided as necessary to bring the service lines to proper location and grade. Pipe bends shall not exceed 22- 1/2 degrees without approval of the Engineer. Unless otherwise indicated, service pipe installation shall terminate at property line or as designated on the Plans, with a gasketed plug placed in the end, at which point the Contractor shall furnish and set a 4 x 4 inch wooden timber 6 feet to 8 feet in length embedded 4 feet below grade, or approved steel post to mark the exact end of pipe. The timber or post shall be set vertically, with the top 2 feet painted green. Wherever service line connections to the main sewer are permitted or required to be made by the open cut -out method in the absence of a built -in Tee or Wye fitting, the connection shall be made by using an approved type of Saddle Tee fitting. The pipe cut -out shall be made with an approved type coring machine or by other approved methods producing a uniform, smooth circular cut -out as required for proper fit. The cut -out discs shall be retrieved and shall not be allowed to remain within the main sewer pipe. The Saddle Tee shall be securely fastened to the main sewer pipe by means of epoxy resin or other approved adhesive. The entire connection 53 fitting shall be encased in concrete to a minimum thickness of six inches and as may be shown in the standard drawings. Wherever service line connections to the main sewer are required to be made by means of built - in Branch Tee or Wye fittings, the Contractor shall, in the absence of such fitting, remove a section of the main sewer pipe and replace it with the required Branch Tee or Wye section connected by means of an approved sleeve coupling. Sanitary sewer service lines shall not be connected to a manhole at an elevation more than 24 inches above the crown of the outgoing sewer. Where the elevation difference is greater than 24 inches, the connection shall be made by means of an Outside Drop Connection in accordance with the details shown in the standard drawings. All pipe and fitting openings at temporary terminal points shall be fitted with suitable plugs or shall be bulkheaded as required for the main sewer pipe. D Manhole and Catch Basin Structures Manholes, catch basins, and other special access structures 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. Unless otherwise specified or approved, manholes and catch basins shall be constructed on a precast or cast -in -place concrete base and the barrel riser sections, cone section and top adjusting rings shall all be of precast concrete. All units shall be properly fitted and sealed to form a completely watertight structure. Barrel and cone height shall be such as to permit placement of at least two and not more than six standard two -inch precast concrete adjusting rings or as shown on the plan immediately below the casting assembly. Unless otherwise specified or approved, manholes and catch basins shall have an inside barrel diameter at the bottom of 48 inches 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. Catch basin grate elevation shall be adjusted as necessary to maintain the required dip below normal gutter grade. as shown on the plans. 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. Wherever special designs so require or permit, and as otherwise 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. All annular wall space surrounding the inplace storm sewer pipes shall be completely filled with mortar or concrete, and the inside bottom of each manhole and catch basin shall be shaped with fresh concrete to form free flow through invert troughs as directed. 54 ' E Reconnecting Existing Facilities ' Disposition of abandoned facilities and reconnection of existing facilities shall be as provided for in the Plans, Specifications, and Special Provisions. ' F Sanitary Sewer Leakage Testing All sanitary sewer lines, including service connections, shall be substantially watertight and shall be tested for excessive leakage upon completion and before connections are made to the service by Others. Each test section of the sewer shall be subjected to exfiltration testing, either by hydrostatic or air test method as described below and at the Contractor's option. The requirements set forth for maximum leakage shall be met as a condition for acceptance of the sewer section represented by the test. F 1 If the ground water level is greater than three feet above the invert elevation of the upper manhole and the Engineer so approves, infiltration testing may be allowed in lieu of the exfiltration testing, in which case the allowable leakage shall be the same as would be allowed for the Hydrostatic Test. All testing shall be performed by the Contractor without any direct compensation being made therefor, and the Contractor shall furnish all necessary equipment and materials, including plugs and standpipes as required. F1 Air Test Method The pipeline shall be sealed with plug whose sealing length is greater than the diameter of the pipe and constructed in such a nature that it will not require external blocking or bracing and maintain a seal against the line's test pressure. All wyes, tees, outlets or ends of lateral streets shall be suitably capped and braced to withstand the internal pressures. Such caps or plugs shall be easily removable. One plug shall be tapped for the air supply hose and the return air pressure hose. The air supply hose, connected from the compressor to the plug shall be a throttling valve, bleeding valve and shut off valve for control. The air pressure tap shall have a sensitive pressure gauge, 0 to 10 psi range, protected by a gauge cock and a pressure relief valve set at 10 psi. In performing the test, air is added slowly to the pipeline until pressure inside the pipeline reaches 4.0 psi. If air is added too rapidly, the test accuracy will decrease because a change in temperature also has an effect on the change in pressure. When the air pressure inside the pipeline reaches 4.0 psig above external hydrostatic pressure, the supply air is stopped. A minimum two- minute time interval is allowed for the temperature difference to stabilize before the actual test is performed. If the air pressure drops below 3.5 psig during this time interval, more air will be supplied to the pipeline and throttled to maintain a pressure between 3.5 psig and 4.0 psig for a minimum of two minutes after which time the supply air will be shut off. The portion of line being tested shall be accepted if the portion under test does not lose air at a rate greater than 0.0015 cfm per square foot (for PVC) or 0.003 cfm per square foot (for RCP) per internal pipe end area at an average pressure of 3.0 psig greater than any back pressure exerted by groundwater that may be over the pipe at the time of test. 55 The test shall be accomplished by determining the time in minutes for the pressure to decrease from 3.5 psig to 3.0 psig greater than the average groundwater that may be over the pipe. That time shall not be less than the time shown on the given diameter in the following table: Pipe Diameter in Inches Minutes for PVC Minutes for RCP 4 1.9 1.0 6 2.8 1.4 8 3.8 1.9 10 4.7 2.4 12 5.7 2.9 15 7.1 3.4 18 8.5 4.3 21 9.9 5.0 24 11.3 5.7 If the pipeline fails to meet the requirements of the test, the Contractor shall, at their own expense, determine the source of leakage and then repair or replace all defective material and /or workmanship. In determining the pressure greater than the average groundwater, the groundwater height in feet above the pipeline must be measured. When the water elevation has been established, the height in feet above the pipeline shall be divided by 2.31 and that pressure added to gauge pressure of test. A table for converting water height to gauge pressure is as follows: Groundwater Level over Added Pressure to be Applied Top of Pipeline to Gauge Pressure Readings 1 foot 0.43 psig 2 feet 0.86 psig 3 feet 1.29 psig 4 feet 1.72 psig 5 feet 2.16 psig 6 feet 2.59 psig 7 feet 3.01 prig Wrol 8 feet 3.44 psig 9 feet 3.87 psig 10 feet 4.30 psig F2 Hydrostatic Test Method After bulkheading the test section, the pipe shall be subjected to a hydrostatic pressure produced by a head of water at a depth of three feet above the invert elevation of the sewer at the manhole of the test section. In areas where ground water exists, this head of water shall be three feet above the existing water table. The water head shall be maintained for a period of one hour during which time it will be presumed that full absorption of the pipe body has taken place, and thereafter for an extended period of one hour the water head shall be maintained as the test period. During the one hour test period, the measured water loss within the test section, including service stubs, shall not exceed the Maximum Allowable Loss (in Gallons Per Hour per 100 Feet of Pipe) given below for the applicable Main Sewer Diameter. Main Sewer Diameter Maximum Allowable Loss* (In Inches) (In Gallons Per Hour Per 100 Feet) 6 0.5 8 0.6 10 0.8 12 1 15 1.2 18 1.4 21 1.7 24 & Larger 1.9 * Based on 100 Gallons Per Day Per Pipe Diameter Inch Per Mile If measurements indicate exfiltration within a test action section is not greater than the allowable maximum, the section will be accepted as passing the test. F3 Test Failure and Remedy In the event of test failure on any test section, testing shall be continued until all leakage has been detected and corrected to meet the requirements. All repair work shall be subject to approval of the Engineer. Introduction of sealant substances by means of the test water will not be permitted. 57 Unsatisfactory repairs or test results may result in an order to remove and replace pipe as the Engineer considers necessary for test conformance. All repair and replacement work shall be at the Contractor's expense. G Deflection Test Deflection tests shall be performed on all plastic gravity sewer pipes. The test shall be conducted after the sewer trench has been backfilled to the desired finished grade and has been in place for 30 days. The deflection test shall be performed by pulling a rigid ball or nine -point mandrel (Mn/DOT Technical Memorandum 98- 24 -B -01 or latest revision) through the pipe without the aid of mechanical pulling devices. The ball or mandrel shall have a minimum diameter equal to 95% of the actual inside diameter of the pipe. The maximum allowable deflection shall not exceed five percent of the pipe's internal diameter. The line will be considered acceptable if the mandrel can progress through the line without binding. The time of the test, method of testing, and the equipment to be used for the test shall be subject to the approval of the Engineer. All testing shall be performed by the Contractor at his expense without any direct compensation being made therefor, and he shall furnish all necessary equipment and materials required. GI Test Failure and Remedy In the event of test failure on any test section, the section shall be replaced, with all repair work subject to approval of the Engineer. The replaced section shall be retested for leakage and deflection in conformance with the specifications contained herein. All repairs, replacement, and retesting shall be at the Contractor's expense. H Televising Sewer line televising may be required by the Engineer, at the cost of the Contractor, if visual inspection, leakage testing, or deflection testing indicate the sewer has not been constructed in accordance with these specifications and the requirements of the Plans, Specifications, and Special Provisions. 2621.4 METHOD OF MEASUREMENT All items will be measured separately according to design designation as indicated in the Pay Item name and as may be detailed and defined in the Plans, Specifications, or Special Provisions. Pipe will generally be designated by size (inside diameter or span), strength class, kind or type, and laying condition. Complete -in -place items shall include all component parts thereof as described or required to complete the unit, but excluding any excesses covered by separate Pay Items. Linear measurement of piping will include the running length of any special fittings (tees, wyes, elbows, gates, etc.) installed within the line of measure between specified terminal points. A Sewer Pipe Sewer pipe of each design designation will be measured by length in linear feet along the line of pipe. Terminal points of measurement will be the pipe end at free outlets; the point of connection with inplace pipe; the center of manholes or catch basins; the point of centerline intersections at branch fittings; or the point of juncture with other appurtenances or units as defined. M ' Separation of quantities according to "depth zone classification ", when so designated in the Pay Item, will be determined by depth of pipe invert below the ground surface profile. ' B Manholes ' Manholes of each design designation will be measured by number of each constructed complete - in- place, including the base and castings as required, but excluding any excess depth greater than 8.0 feet measured from top of manhole cover to invert elevation of lowest pipe. Excess manhole depth of each design designation will be measured by the linear foot difference in depth between the 8.0 feet allowed as standard and the actual increased depth as constructed. ' C Catch Basins Catch basins of each design designation will be measured by number of each constructed complete -in- place, including the base and castings as required, but excluding any excess depth greater than 5.0 feet measured from top of grate (low point) to invert elevation of lowest outlet pipe. Excess catch basin depth of each design designation will be measured by the linear foot difference in depth between the 5.0 feet allowed as standard and the actual increased depth as constructed. D Outside Drop Connection Outside drop connections of each design will be measured by number of each constructed complete -in- place, including granular encasement, fittings, and any special piping details as required, including two holes into existing manholes for the drop connection, but excluding any excess vertical drop greater than 2.0 feet measured between invert of high pipe inlet and invert of low pipe outlet. Excess drop connection depth will be measured by the linear foot difference in vertical drop between the 2.0 feet allowed as standard and the actual increased vertical drop as constructed. E Service Connection Service Connections of each design will be measured by number of each constructed complete - in -place as specified. F Service Pipe Service pipe of each design will be measured separately by length in linear feet, horizontally along the line of installation, between the service end and the point of juncture with the main pipe connection fitting. G Special Pipe Fittings Special pipe fittings (wyes, tees, bends, etc.) of each design designation will be measured by number of each installed complete -in -place as specified, but excluding any such fittings required to be installed as a component part of any other Work Unit. 59 H Appurtenant Items Appurtenant items such as aprons, trash guards, gates and other prefabricated units or assemblies as identified by Pay Item name will be measured separately by number of each installed complete -in -place as specified. 2621.5 BASIS OF PAYMENT Payment for sewer pipe and service pipe items at the Contract prices per linear foot of pipe of each design shall be compensation in full for all costs of providing a complete -in -place pipeline, including excavation, foundation preparation, backfilling, leakage testing, restoration of surface improvements, disposal of surplus or waste materials, final cleanup, and such other work as may be specified, but excluding the construction of other structures or special sections and the placement of special fittings, appurtenances or materials specifically designated for payment under other Contract Items. Payment for manhole, catch basin, outside drop connection, service connection, and other structures as specified, at the Contract prices per structure, shall be compensation in full for all costs of constructing each unit complete -in -place as specified, including all required castings, special fittings, base or encasement, and appurtenant materials as specified for the complete structure or section, but excluding such additional work as may be designated for payment under other Contract Items. Where the specified standard manhole, catch basin, or outside drop connection depths are exceeded, the excess depth of each design will be paid for separately as linear footage items and payment at the Contract prices therefor shall be compensation in full for all costs of providing the extra depth. Special pipe fittings such as wyes, tees and bends will be paid for as separate Contract Items to the extent they are required to be installed in the sewer pipe and service pipe lines and not as a component part of a complete -in -place structure (outside drop connections, service connections, etc.) Appurtenant items such as aprons, trash guards, drainage gates, and other prefabricated units or assemblies and specials as designated will be paid for as separate Contract Items to the extent they are not included as a component part of any complete -in -place structure. •1 u I L 1 GENERAL CONDITIONS I Revised April 12, 2010 SECTION 1: DEFINITIONS ' 1.1 Wherever used in the CONTRACT DOCUMENTS, the following terms shall have the meanings indicated which shall be applicable to both the singular and plural thereof: 1.2 AGREEMENT — Written or graphic instruments issued prior to the execution of the AGREEMENT which modify or interpret the CONTRACT DOCUMENTS, drawings and SPECIFICATIONS, by additions, deletions, and /or clarifications of corrections. 1.3 BID — The offer or proposal of the BIDDER submitted on the prescribed form setting forth the prices for the WORK to be performed. 1.4 BIDDER — Any person, firm or corporation submitting a BID for the work. 1.5 BONDS — BID, Performance, and Payment BONDS and other instruments of security, ' furnished by the CONTRACTOR and his surety in accordance with the CONTRACT DOCUMENTS. 1.6 CHANGE ORDER — A written order to the CONTRACTOR signed by the OWNER authorizing an addition, deletion or revision in the WORK within the general scope of the CONTRACT DOCUMENTS, or authorizing an adjustment in the CONTRACT PRICE or the CONTRACT TIME. 1.7 CONTRACT DOCUMENTS — The AGREEMENT, SPECIFICATIONS, drawings, addenda and modifications. 1.8 CONTRACT PRICE — The total monies payable to the CONTRACTOR under the terms and conditions of the CONTRACT DOCUMENTS. I 1.9 CONTRACT TIME — The number of calendar days stated in the CONTRACT DOCUMENTS for the completion of the WORK. 1.10 CONTRACTOR — The person, firm or corporation with whom the OWNER has executed the AGREEMENT. 1.11 PLANS — The official drawings, PLANS, profiles, elevation, cross - sections and supplemental drawings, or reproductions thereof, approved by the ENGINEER, which show the location, character, dimensions and details of WORK to be performed. All such drawings, as listed elsewhere in the CONTRACT DOCUMENTS, are a part of the PLANS whether attached to ' the CONTRACT DOCUMENTS or separate therefrom. 1.12 ENGINEER — The person, firm or corporation named as such in the CONTRACT ' DOCUMENTS. 1.13 FIELD ORDER — A written order issued by the ENGINEER to the CONTRACTOR during construction effecting a change in the WORK not involving an adjustment in the CONTRACT ' PRICE or an extension of the CONTRACT TIME. 1.14 NOTICE OF AWARD — The WRITTEN NOTICE of the acceptance of the BID from the ' OWNER to the successful BIDDER. 1.15 NOTICE TO PROCEED — Written communication issued by the OWNER to the CONTRACTOR authorizing him to proceed with the WORK and establishing the date of I commencement of the WORK. 1.16 OWNER — A public body, agency or authority, corporation, association, partnership, or individual for whom the WORK is to be performed. 1.17 PROJECT — The entire undertaking to be performed as provided in the CONTRACT DOCUMENTS. 1.18 PROJECT REPRESENTATIVE — An authorized REPRESENTATIVE of the OWNER assigned to provide periodic observation of the WORK. 1.19 SUPERINTENDENT — The Executive Representative for the CONTRACTOR present on the WORK at all times during progress, authorized to receive and fulfill instructions from the ENGINEER and capable of superintending the WORK efficiently. 1.20 SHOP DRAWINGS — All drawings, diagrams, illustrations, brochures, schedules and other data which are prepared by the CONTRACTOR, a SUBCONTRACTOR, manufacturer, SUPPLIER or distributor, which illustrate how specific portions of the WORK shall be fabricated or installed. 1.21 SPECIFICATIONS — These GENERAL CONDITIONS, the special conditions, and the technical provisions consisting of written descriptions of a technical nature of materials, equipment construction systems, standards and workmanship. 1.22 SUBCONTRACTOR — An individual, firm or corporation having a direct contract with the CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of the WORK at the site. 1.23 SUBSTANTIAL COMPLETION — That date as certified in writing by the ENGINEER when the construction of the PROJECT or a specified part thereof is sufficiently complete in accordance with the CONTRACT DOCUMENTS for use by the owner. 1.24 WORK — Any and all obligations, duties and responsibility necessary to the successful completion of the PROJECT assigned to or undertaken by the CONTRACTOR under the CONTRACT DOCUMENTS, including the furnishing of all labor, materials, equipment and other incidentals. 1.25 WRITTEN NOTICE — Any notice to any party of the AGREEMENT relative to any part of this AGREEMENT in writing and considered delivered and the service thereof completed when posted by certified or registered mail to the said part at his last given address or delivered in person to said parry or his authorized representative on the WORK. 1.26 ABBREVIATIONS — A.A.S.H.O.: The American Association of State Highway Officials. All references to A.S.S.H.O. specifications or methods of tests shall be understood to refer to their latest published edition of the "Standard Specifications for Highway Materials and Methods of Sampling and Testing." 1 F1 A.N.S.I: American National Standards Institute, Inc. All references to A.N.S.I. specifications shall be understood to refer to their latest published edition. A.S.A: The American Standards Association. All references to A.S.A. specifications shall be understood to refer to their latest published edition. ' A.S.T.M.: The American Society for Testing Materials. All references to A.S.T.M. specifications or methods shall be understood to refer to their latest published edition of the A.S.T.M. Standards. A.W.W.A.: The American Water Works Association. All references to A.W.W.A. specifications shall be understood to refer to their latest published edition. MN /DOT: The Minnesota Department of Transportation. All references to MN /DOT Specifications shall be understood to refer to their latest published edition. ' M.S.S.: Minnesota State Statutes. All references to M.S.S. shall be understood to refer to the latest published edition. SECTION 2: AWARD, EXECUTION, CORRELATION AND INTENT OF DOCUMENTS 2.1 The award of the CONTRACT, if it is awarded, shall be to the lowest responsible BIDDER 1 whose qualifications indicate the award will be in the best interest of the OWNER and whose proposal complies with all the prescribed requirements. No award will be made until the OWNER has concluded such investigations as he deems necessary to establish the responsibility, qualifications and financial ability of the BIDDERS to do the WORK in accordance with the CONTRACT DOCUMENTS to the satisfaction of the OWNER within the time prescribed. The OWNER reserves the right to reject the BID of any BIDDER who does not pass such investigation to the OWNER'S satisfaction. If analyzing BIDS, the OWNER ' may take into consideration alternates and unit prices, if requested by the BID forms. If the CONTRACT is awarded, the OWNER will give the BIDDER WRITTEN NOTICE of the award within thirty days (30) after opening of the BIDS. 2.2 The CONTRACT AGREEMENT shall be signed in triplicate by the OWNER and CONTRACTOR. The ENGINEER will identify those portions of the CONTRACT DOCUMENTS not so signed and such identification will be binding on all parties. The OWNER, the CONTRACTOR and the ENGINEER will each receive an executed copy of the CONTRACT DOCUMENTS. Failure of the successful BIDDER to execute the AGREEMENT and deliver the required BONDS within ten (10) days of the NOTICE OF THE AWARD shall be just cause for the OWNER to annul the award and declare the BID and any guarantee thereof forfeited. ' 2.3 The CONTRACT DOCUMENTS are complimentary and what is called for by one shall be as binding as if called for by all. In case of conflict between the CONTRACT DOCUMENTS, the following priority is established: ' 1. Addenda and Change Order; 2. Form of Agreement; ' 3. Plans and Special Detail Drawings; 4. Special Provisions, Bid Proposal Forms, and Instruction to Bidders; 5. Specifications and Standard Detail or Typical Drawings; ' 6. General Conditions of Contract. Figure dimensions on drawings shall govern over scale dimensions, and detailed drawings shall govern over general drawings. Any WORK that may reasonably be inferred from the SPECIFICATIONS or drawings as being required to produce the intended results shall be supplied whether or not it is specifically called for. WORK, materials or equipment described in words which so applied have a well -known technical or trade meaning shall be deemed to refer to such recognized standards. 2.4 The intent of the CONTRACT DOCUMENTS is to portray a complete improvement which will function as intended by the ENGINEER and which the CONTRACTOR undertakes to do. The CONTRACTOR shall do all the WORK including such additional, extra, and incidental WORK as may be considered necessary to complete the PROJECT in a manner acceptable to the ENGINEER and all governmental agencies having authority, as provided in the CONTRACT DOCUMENTS. He shall furnish, unless otherwise provided, all materials, equipment, tools, labor and incidental necessary to prosecute the completion of the WORK. 2.5 Any discrepancies found between the drawings and SPECIFICATIONS and site conditions or any inconsistencies or ambiguities in the drawings or SPECIFICATIONS shall be immediately reported to the ENGINEER, in writing, who shall promptly correct such inconsistencies or ambiguities in writing. WORK done by the CONTRACTOR after his discovery of such discrepancies, inconsistencies or ambiguities shall be done at the CONTRACTOR'S risk. SECTION 3: PROGRESS AND SUBMISSION SCHEDULE, PRECONSTRUCTION CONFERENCE AND TIME OF STARTING WORK 3.1 Within fourteen (14) days after execution of the AGREEMENT, the CONTRACTOR will submit to the ENGINEER for approval an estimated progress schedule indicating the starting and completion dates of the various stages of the WORK, schedule of SHOP DRAWINGS submissions and a schedule of materials to be incorporated in the PROJECT. Before starting the WORK, a conference will be held to review the above schedules, to establish a working understanding between the parties as to the PROJECT. Present at the conference will be the ENGINEER, PROJECT REPRESENTATIVE, the CONTRACTOR, his SUPERINTENDENT, the OWNER and any others who may have an interest in the project. Prior to starting the WORK, the CONTRACTOR will furnish the ENGINEER certificates of insurance as required by the appropriate provisions of the CONTRACT DOCUMENTS. The WORK contemplated hereunder shall be commenced within ten (10) days after receipt by the CONTRACTOR of WRITTEN NOTICE to proceed from the ENGINEER and shall be completed within the time limits set forth in the Special Provisions, as specified elsewhere in the CONTRACT DOCUMENTS, except for delays occasioned by strikes and acts of God. CONTRACT completion date will be extended an equal number of days lost through strikes and acts of God other than normal weather patterns. SECTION 4: OWNERSHIP AND COPIES DOCUMENTS, RECORD DOCUMENTS 4.1 All SPECIFICATIONS, drawings and copies thereof furnished by the ENGINEER shall remain his property. They shall not be used on another PROJECT, and, with the exception of those sets which have been signed in connection with the execution of the AGREEMENT, shall be returned to the ENGINEER on request upon completion of the PROJECT. 1 4.2 The OWNER will furnish to the CONTRACTOR up to four copies of the SPECIFICATIONS and drawings as are reasonably necessary for the execution of the WORK. Additional ' copies will be furnished, upon request, at the cost of reproduction. 4.3 The CONTRACTOR will keep one record copy of all SPECIFICATIONS, drawings, addenda, ' and SHOP DRAWINGS at the site in good order and annotated to show all changes made during the construction process. These shall be available to the ENGINEER and shall be delivered to him upon completion of the PROJECT. SECTION 5: SUBSOIL CONDITIONS AND CONDITIONS OF THE SITE 5.1 Unless otherwise stipulated, it shall be the CONTRACTOR'S responsibility to determine subsoil conditions prior to bidding the job regardless of any verbal or written information which may be furnished by the OWNER or ENGINEER. ' 5.2 The CONTRACTOR shall become familiar with all conditions of the site prior to submitting his BID proposal. Submission of a proposal shall be considered as evidence that the BIDDER is familiar with the site and understands all the conditions of the site affecting the WORK and all else that is required to complete the WORK in accordance with the CONTRACT DOCUMENTS. SECTION 6: BID PROPOSAL 6.1 The CONTRACTOR shall submit his BID on the Bid Proposal forms furnished by the OWNER. All blanks shall be completed unless specified otherwise. 6.2 All BIDS shall be closed in sealed envelopes, addressed to the OWNER and clearly marked "Bid Proposal" and with any other information required in the Invitation or Advertisement for BIDS. ' SECTION 7: BONDS 7.1 BID BOND /Security: All BIDS must be accompanied by a certified check or BID BOND payable without recourse to the OWNER in such amount stated in the Advertisement or Invitation for BIDS and in no case, unless completely waived, for less than five percent (5 %) ' of the amount of the BID. The certified check or bid bond provided shall be forfeited if the CONTRACTOR shall fail to provide the proper bond and to enter into a CONTRACT as provided by law. ' 7.2 Performance BOND: The CONTRACTOR shall within ten (10) days after the receipt of the NOTICE TO AWARD furnish the OWNER with a Performance BOND and a Payment BOND in penal sums equal to the amount of the CONTRACT PRICE, conditioned upon the ' performance by the CONTRACTOR of all undertakings, covenants, terms, conditions and AGREEMENT of the CONTRACT DOCUMENTS, and upon the prompt payment by the CONTRACTOR to all persons supplying labor and materials in the persecution of the WORK ' provided by the CONTRACT DOCUMENTS. Such BONDS shall be executed by the CONTRACTOR and a corporate bonding company licensed to transact such business in the state in which the WORK is to be performed and named on the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Treasury Department Circular ' Number 570. The expense of these BONDS shall be borne by the CONTRACTOR. If, at any time, a surety on any such BOND is declared bankrupt or loses its right to do business in the state in which the WORK is to be performed or is removed from the list of Surety ' Companies accepted on Federal Bonds, CONTRACTOR shall within ten (10) days after notice from the OWNER to do so, substitute an acceptable BOND (or BONDS) in such form and sum and signed by such other surety or sureties as may be satisfactory to the OWNER. The premiums on such BOND shall be paid by the CONTRACTOR. No further payments shall be deemed due nor shall be made until the new surety or sureties shall have furnished an acceptable BOND to the OWNER. SECTION 8: ASSIGNMENTS 1 8.1 Neither the CONTRACTOR nor the OWNER shall sell, transfer, assign or otherwise dispose of the CONTRACT or any portion thereof, or of his right, title or interest therein, or his I obligations thereunder, without written consent of the other party. SECTION 9: INDEMNIFICATION 1 9.1 The CONTRACTOR will indemnify and hold harmless the OWNER and the ENGINEER and their agents and employees from and against all claims, damages, losses and expenses, including attorney's fees arising out of or resulting from the performance of the WORK, , provided that any such claims, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property including the loss of use resulting therefrom and is caused in whole or in part by any negligent or willful act or omission of the CONTRACTOR and SUBCONTRACTOR, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 9.2 In any and all claims against the OWNER or the ENGINEER, or any of their agents or employees, by any employee of the CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any SUBCONTRACTOR under Workmen's Compensation Acts, disability benefit acts or other employee benefits acts. ' 9.3 The obligation of the CONTRACTOR under this paragraph shall not extend to the liability of the ENGINEER, his agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, CHANGE ORDERS, designs or SPECIFICATIONS. SECTION 10: PRECONSTRUCTION CONFERENCE ' 10.1 Prior to the beginning of any WORK under this CONTRACT, the OWNER or ENGINEER may require a Preconstruction Conference. This meeting will be held for the purpose of coordinating the WORK, to discuss construction needs and procedures, to determine the schedule of WORK, and to finalize other administrative details. The CONTRACTOR shall be ' responsible for having those individuals from his firm and from any SUBCONTRACTOR firms who will actually be on the site and in charge of the WORK present at this conference. , SECTION 11: NOTIFICATION OF INTENT TO BEGIN WORK 11.1 It shall be the CONTRACTOR'S responsibility to make any and all notifications of his ' intention to begin the WORK. This notification shall include, but not necessarily be limited to, the OWNER, the Watershed District, Private Utility Companies, and Residences in the area of his operation which will or may be affected thereby. I � u I � SECTION 12: WORK BY OTHERS AND SUBCONTRACTORS ' 12.1 The OWNER may perform additional WORK related to the PROJECT or may let other direct contracts therefrom which shall contain general conditions similar to these. The CONTRACTOR will afford the other CONTRACTORS who are parties to such direct ' contracts (or the OWNER, if performing the additional WORK), reasonable opportunity for the introduction and storage of materials and equipment and the execution of WORK, and shall property connect and coordinate the WORK with other CONTRACTORS. ' 12.2 If any part of the CONTRACTOR'S WORK depends upon the WORK of any such other CONTRACTOR (or the OWNER) for proper execution or results, the CONTRACTOR will inspect and promptly report to the ENGINEER in writing any defects or deficiencies in such ' WORK that render it unsuitable for such proper execution and results. The CONTRACTOR'S failure to report shall constitute an acceptance of the other WORK as fit and proper for the relationship of his WORK except as to defects and deficiencies which may ' appear in the other WORK after the execution of his WORK. 12.3 The CONTRACTOR will do all cutting, fitting and patching of the WORK that may be required to make several parts come together properly and fit to receive or be received by such other WORK. The CONTRACTOR will not endanger any WORK of others by cutting, excavating or otherwise altering other's WORK and will only cut or alter their WORK with the written consent of the ENGINEER. r 12.4 Ten (10) days prior to the start of the WORK, the CONTRACTOR will submit to the ENGINEER for acceptance a list of names of SUBCONTRACTORS and such other persons ' and organizations (including those who are to furnish materials or equipment fabricated to a special design) proposed for those portions of the WORK for which the identity of the SUBCONTRACTORS and other persons and organizations must be submitted as specified in the CONTRACT DOCUMENTS. Prior to the execution of the WORK, the ENGINEER will ' notify the CONTRACTOR in writing if either the OWNER or the ENGINEER, after due investigation, has reasonable objection to any SUBCONTRACTOR, person or organization on such list. The failure of the OWNER or the ENGINEER to make objection to any SUBCONTRACTOR, person or organization on the list prior to the execution of the WORK shall constitute any acceptance of such SUBCONTRACTOR, person or organization. Acceptance of any such SUBCONTRACTOR, person or organization shall not constitute a ' waive of any right of the OWNER or the ENGINEER to reject defective workmanship, material, equipment or employees of the CONTRACTOR, or WORK, material or equipment not in conformance with the requirements of the CONTRACT DOCUMENTS. 12.5 If, prior to the execution of the WORK, the OWNER or the ENGINEER has reasonable objection to and refuses to accept any SUBCONTRACTOR, person or organization on such list, the CONTRACTOR may, prior to such execution, either 1) submit an acceptable substitute without an increase in his CONTRACT PRICE or 2) withdraw his BID and forfeit his BID security. If, after the execution of the CONTRACT, the OWNER or the ENGINEER refuses to accept any SUBCONTRACTOR, person or organization on such list, the ' CONTRACTOR will submit an acceptable substitute and the CONTRACT PRICE shall be increased or decreased by the difference in cost occasioned by such substitution and an appropriate CHANGE ORDER shall be issued; however, no such increase in the CONTRACT PRICE shall be allowed in respect of any substitution unless the ' CONTRACTOR has acted promptly and reasonably in submitting a name with respect thereto to the execution of the WORK. u 12.6 The CONTRACTOR will not employ any SUBCONTRACTOR (whether initially or as a substitute) against whom the OWNER or the ENGINEER may have reasonable objection, nor will the CONTRACTOR be required to employ any SUBCONTRACTOR against whom the CONTRACTOR has reasonable objection. The CONTRACTOR will not make any substitution for any SUBCONTRACTOR who has been accepted by the OWNER and the ENGINEER, unless the ENGINEER determines that there is good cause for doing so. 12.7 The CONTRACTOR will be fully responsible for all acts and omissions of his SUBCONTRACTORS and of persons directly employed by them and of persons for whose acts any of them may be liable to. the same extent that the CONTRACTOR is responsible for the acts and omissions of any person directly employed by the CONTRACTOR. Nothing in the CONTRACT DOCUMENTS shall create any contractual relationship between any SUBCONTRACTOR and the OWNER or the ENGINEER or any obligation on the part of the OWNER. 12.8 The divisions and sections of the SPECIFICATIONS and the identifications of any drawings shall not control the CONTRACTOR in dividing the WORK among SUBCONTRACTORS or delineating the WORK to be performed by any trade. 12.9 The CONTRACTOR agrees to specifically bind every SUBCONTRACTOR to all of the applicable terms and conditions of the CONTRACT DOCUMENTS. Every SUBCONTRACTOR, by undertaking to perform any of the WORK, will thereby automatically be deemed to be bound by such terms and conditions. 12.10 All WORK performed for the CONTRACTOR by a SUBCONTRACTOR shall be pursuant to an appropriate AGREEMENT between the CONTRACTOR and the SUBCONTRACTOR which shall contain provisions that waive all rights the contracting parties may have against one another for damages caused by fire or other perils covered by insurance provided in accordance with CONTRACT DOCUMENTS. The CONTRACTOR will pay each SUBCONTRACTOR a just share of any insurance monies received by the CONTRACTOR. SECTION 13: MATERIALS EQUIPMENT AND LABOR: SUBSTITUTE MATERIAL OR EQUIPMENT 13.1 The CONTRACTOR will provide and pay for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water and sanitary facilities and all other facilities and incidentals necessary for the execution, testing, initial operation and completion of the WORK. 1 1 13.2 All materials and equipment will be new. If required by the ENGINEER, the CONTRACTOR I will furnish satisfactory evidence as to the kind and quality of materials and equipment. 13.3 Whenever a material, article or piece of equipment is identified on the drawings or SPECIFICATIONS by reference to brand name or catalogue number, it shall be understood that this is referenced for the purpose of defining the performance of other salient requirements and that other products of equal capacities, quality and function shall be considered. The CONTRACTOR may recommend the substitution of a material, article, or piece of equipment of equal substance and function for those referred to in the CONTRACT DOCUMENTS by reference to brand name or catalogue number, and if, in the opinion of the ENGINEER, such material, article, or piece of equipment is of equal substance and function to that specified, the ENGINEER may approve its substitution and use by the CONTRACTOR. Any cost differential shall be deductible from the CONTRACT PRICE, and the CONTRACT DOCUMENTS shall be appropriately modified by CHANGE ORDER. The n J CONTRACTOR warrants that if substitutes are approved, no major changes in the function or general design of the PROJECT will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the CONTRACTOR without a change in the CONTRACT PRICE or CONTRACT TIME. ' 13.4 All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturer, fabricator or processors, except as otherwise specifically provided in the CONTRACT DOCUMENTS. ' SECTION 14: PATENTS 14.1 The CONTRACTOR shall pay all applicable royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and save the OWNER harmless from loss ' on account thereof, except that the OWNER shall be responsible for any such loss when a particular process, design, or the product of a particular manufacturer or manufacturers is ' specified; however, if the CONTRACTOR has reason to believe that the design, process or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to the ENGINEER. SECTION 15: PERMITS, LAWS, TAXES AND REGULATIONS 15.1 Permits and licenses of a temporary nature necessary for the prosecution of the WORK shall be secured and paid for by the CONTRACTOR unless otherwise stated in the SUPPLEMENTAL GENERAL CONDITIONS. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the OWNER, unless otherwise specified. 15.2 The CONTRACTOR will give all notices and comply with all laws, ordinances, rules and regulations applicable to the WORK. If the CONTRACTOR observes that the ' SPECIFICATIONS or drawings are at variance therewith, the CONTRACTOR will give the ENGINEER prompt WRITTEN NOTICE thereof, and any necessary changes shall be adjusted by an appropriate modification. If the CONTRACTOR performs any WORK knowing it to be contrary to such laws, ordinances, rules and regulations, and without such ' notice to the ENGINEER, the CONTRACTOR will bear all costs arising therefrom. 15.3 The CONTRACTOR will pay all sales, consumer, use and other similar taxes required by the law of the place where the WORK is to be performed. SECTION 16: SURVEYS 16.1 The OWNER shall furnish all boundary surveys and establish all base lines for locating the principal component parts of the WORK together with a suitable number of bench marks adjacent to the WORK as shown in the CONTRACT DOCUMENTS. From the information provided by the OWNER, unless otherwise specified in the CONTRACT DOCUMENTS, the CONTRACTOR shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pile locations and other working points, lines, elevations and cut sheets. 16.2 The CONTRACTOR shall carefully preserve bench marks, reference points and stake, and ' in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. The CONTRACTOR will report to the ENGINEER whenever any reference 1 point is lost or destroyed or requires relocation because of necessary changes in grades or location. 16.3 Unless otherwise specified, the following schedule indicates the standard locations and number of stakes to be established by the ENGINEER. Marks are to be finished grade unless otherwise marked: (a) Rough - grading stakes shall be placed on street centerline at fifty (50) foot intervals and on rear lot corners for residential lot grading, or at the discretion of the ENGINEER on a grid pattern selected by the ENGINEER; (b) Slope stakes shall be placed on the heel or toe of the slope at 100 foot intervals, but no separate slope stakes will be provided unless the cut or fill exceeds six (6) feet; (c) Stakes for sanitary and storm sewers will be placed at twenty -five (25) foot intervals and stakes for watermain will be placed at fifty (50) foot intervals on an offset line parallel to the proposed pipe -line. Unless the CONTRACTOR specifies to the contrary, the location of the offset line will be determined by the survey crew; (d) Stakes for concrete curb will be placed at twenty -five (25) foot intervals wherever the grade is less than five percent (5 %) and at fifty (50) foot intervals wherever the grade is more than five percent (5 %). Unless otherwise requested, stakes shall be on a three (3) foot offset line from back of curb; (e) Stakes for bituminous curb shall consist of a PK -nail set on centerline in the bituminous surface at twenty -five (25) foot intervals and shall be for alignment only; (f) Stakes for gravel base shall be set only when no concrete curb is proposed or when the roadway width between the concrete curbs exceeds fifty (50) feet. Stakes shall be set on centerline at fifty (50) foot intervals. When concrete curb is proposed, the CONTRACTOR shall use the curb to determine the proper elevations of all WORK between the curbs. SECTION 17: CONTRACTOR'S INTERPRETATION OF STAKES 17.1 The CONTRACTOR shall make no change from the alignment or grade as established by the staking, but shall use his best judgment as an expert in construction in questioning a possible error in the staking. Whenever such a possible error exists, it shall be the CONTRACTOR'S responsibility to contact the ENGINEER for a clarification or field check. Any WORK performed after such notification and prior to such clarification by the ENGINEER shall be replaced or repaired at the CONTRACTOR'S expense if the WORK is determined to be incorrect or unacceptable. SECTION 18: AVAILABILITY OF LANDS 18.1 The OWNER will provide, as indicated in the CONTRACT DOCUMENTS and not later than the date when needed by the CONTRACTOR, the lands upon which the WORK is to be done, rights -of -way for access thereto, and such other lands which are designated for the use of the CONTRACTOR, the CONTRACTOR will provide all additional lands and access 1 n thereto that may be required for temporary construction facilities or storage of materials and equipment. SECTION 19: USE OF PREMISES 19.1 The CONTRACTOR will confine his equipment, the storage of materials and equipment and the operations of his workmen to areas permitted by law, ordinances, permits or the requirements of the CONTRACT DOCUMENTS, and shall not unreasonably encumber the premises with materials or equipment. SECTION 20: ENGINEERS STATUS DURING CONSTRUCTION ' 20.1 The ENGINEER shall be the OWNER'S representative during the construction period. All instructions of the OWNER to the CONTRACTOR shall be issued through the ENGINEER. The duties and responsibilities and the limitations of authority of the ENGINEER as the OWNER'S representative during construction are set forth in all Articles of these GENERAL CONDITIONS and shall not be extended without written consent of the OWNER and the ENGINEER. 1 20.2 The ENGINEER will make regular visits to the site to observe the progress and quality of the executed WORK and to determine, in general, if the WORK is proceeding in accordance with the CONTRACT DOCUMENTS. The ENGINEER will be required to make continuous on- ' site observation to check the quality and quantity of the WORK. The ENGINEER'S efforts will be directed toward providing assurance for the OWNER that the completed PROJECT will conform to the requirements of the CONTRACT DOCUMENTS. On the basis of the ' ENGINEER'S on -site observations as an experienced and qualified design professional, he will advise the OWNER as to the progress of the WORK and the performance of the CONTRACTOR. ' 20.3 The ENGINEER will have authority to disapprove of or reject WORK which is defective; i.e., is unsatisfactory, faulty or defective, or does not conform to the requirements of the CONTRACT DOCUMENTS or does not meet the requirements of any inspection, test or ' approval. The ENGINEER will also have authority to require special inspection or testing of the WORK whether or not the WORK is fabricated, installed or completed. 20.4 The ENGINEER will provide one or more full -time RESIDENT PROJECT REPRESENTATIVES to assist the ENGINEER in carrying out his responsibilities at the site during construction activity. The duties, responsibilities and limitations of authority of any such RESIDENT PROJECT REPRESENTATIVE shall be as set forth in Section 21, "RESIDENT PROJECT REPRESENTATIVE." 20.5 Neither the ENGINEER'S authority to act under this section nor any decision made by him in good faith either to exercise or not to exercise such authority shall give rise to any duty or responsibility of the ENGINEER to the CONTRACTOR, and SUBCONTRACTOR, any of their agents or employees or any other person performing any of the WORK. ' SECTION 21: RESIDENT PROJECT REPRESENTATIVE 21.1 The RESIDENT PROJECT REPRESENTATIVE is a representative of the ENGINEER. He is ' under the authority and supervision of the ENGINEER. It is his duty to observe the workmanship and materials of the CONTRACTOR for compliance with the CONTRACT DOCUMENTS. He has the same authority as the ENGINEER except that he may not make ' changes in either the PLANS or SPECIFICATIONS. He has the authority to stop the WORK whenever such stoppage is necessary for proper execution of the CONTRACT. He then will immediately contact the ENGINEER to get a decision on proceeding. If the CONTRACTOR continues to WORK after being told by the RESIDENT PROJECT REPRESENTATIVE to suspend WORK, he does so at his own risk, and any such WORK may be ordered redone at the CONTRACTOR'S expense. SECTION 22: ENGINEER'S INTERPRETATIONS AND DECISIONS 22.1 The ENGINEER will issue with reasonable promptness such written clarifications or interpretations to be consistent with or reasonably inferable from the overall intent of the CONTRACT DOCUMENTS. 22.2 The ENGINEER will be the initial interpreter of the terms and conditions of the CONTRACT DOCUMENTS and the judge of the performance thereunder. In his capacity as interpreter and judge, the ENGINEER will exercise his best efforts to insure faithful performance by the CONTRACTOR. The ENGINEER will not show partiality and shall not be liable for the result of any interpretation or decision rendered in good faith. Claims, disputes and other matters relating to the execution and progress of the WORK or the interpretation of or performance under the CONTRACT DOCUMENTS shall be referred initially to the ENGINEER for decision, which the ENGINEER shall render in writing within a reasonable time. 22.3 Either the OWNER or the CONTRACTOR may demand arbitration with respect to any such claim, dispute or other matter, except any of which have been waived by the making or acceptance of final payment as provided elsewhere in the CONTRACT DOCUMENTS, such arbitration to be in accordance with the appropriate article herein. However, no demand for arbitration of any such claim, dispute or other matter shall be made until the earlier of: (a) The date on which the ENGINEER has rendered his decision; or (b) The third day after the parties have presented evidence to the ENGINEER if the ENGINEER has not rendered a written decision before that date. No demand for arbitration shall be made later than ten (10) days after the date on which the ENGINEER rendered a written decision in respect of the claim, dispute or other matter as to which arbitration which said ten (10) day period shall result in the ENGINEER'S decision being final and binding upon the OWNER and the CONTRACTOR. If the ENGINEER renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but shall not supersede the arbitration proceedings, except where the decision is acceptable to the parties concerned. SECTION 23: CONTRACTOR'S SUPERVISION AND SUPERINTENDENCE 23.1 The CONTRACTOR will supervise and direct the WORK efficiently and with skill and attention. The CONTRACTOR will be solely responsible for the means, methods, techniques, sequences and procedures of construction. Before undertaking the WORK the CONTRACTOR will carefully study and compare the CONTRACT DOCUMENTS and check and verify all figures shown thereon and all field measurements. The CONTRACTOR will at once report in writing to the ENGINEER any conflict, error or discrepancy which he may discover. The CONTRACTOR will be responsible to see that the finished WORK complies accurately with the CONTRACT DOCUMENTS. 23.2 The CONTRACTOR will keep on the WORK at all times during its progress a RESIDENT SUPERINTENDENT satisfactory to the ENGINEER. The SUPERINTENDENT shall not be 0 I replaced without the consent of the ENGINEER except under extraordinary circumstances. The SUPERINTENDENT will be the CONTRACTOR'S representative at the site and shall ' have authority to act on behalf of the CONTRACTOR. All communications given to the SUPERINTENDENT shall be as binding as if given to the CONTRACTOR. ' 23.3 The CONTRACTOR will provide competent, suitable qualified personnel to survey and lay out the WORK and perform construction as required by the CONTRACT DOCUMENTS. He will, at all times, maintain good discipline and order among his employees at the site. ' 23.4 The ENGINEER and /or OWNER will not be responsible for the acts or omissions of the CONTRACT, or any SUBCONTRACTORS, or any agents or employees or any other persons performing any of the WORK. ' 23.5 Unless otherwise provided, the CONTRACTOR shall be responsible for keeping daily records of all underground utility locations, and materials delivered that are incorporated in ' the WORK. Other records and information as may be required by the ENGINEER shall be kept current as WORK progresses. All records shall be furnished on a timely basis so that sufficient time is allowed for verification by the ENGINEER. ' SECTION 24: SHOP DRAWINGS AND SAMPLES 24.1 After checking and verifying all field measurements, the CONTRACTOR will submit to the ' ENGINEER for approval, in accordance with the accepted schedule of SHOP DRAWINGS submission, five copies (or at the ENGINEER'S option, one reproducible copy) of all SHOP DRAWINGS, which shall have been checked by and stamped with the approval of the ' CONTRACTOR and identified as the ENGINEER may require. The data shown on the SHOP DRAWINGS will be complete with respect to dimensions, design, criteria, materials of construction and the like to enable the ENGINEER to review the information as required. ' 24.2 The CONTRACTOR will also submit to the ENGINEER for approval, with such promptness as to cause no delay in WORK, all samples required by the CONTRACT DOCUMENTS. All samples will have been checked by and stamped with the approval of the CONTRACTOR, ' identified clearly as to material, manufacturer, any pertinent catalog numbers and the use for which intended. 24.3 At the time of each submission, the CONTRACTOR will, in writing, call the ENGINEER'S attention to any deviations that the SHOP DRAWINGS or sample may have from the requirements of the CONTRACT DOCUMENTS. 1 24.4 The ENGINEER will check and approve with reasonable promptness SHOP DRAWINGS and samples; however, checking and approval shall be only for conformance with the design concept of the PROJECT and for compliance with the information given in the CONTRACT DOCUMENTS. The approval of a separate item, as such, will not indicate approval of the assembly in which the item functions. The CONTRACTOR will make any corrections required by the ENGINEER and will return the required number of correct copies of SHOP ' DRAWINGS and resubmit new samples until approved. The CONTRACTOR shall direct specific attention in writing or on resubmitted SHOP DRAWINGS to revisions other than the corrections called for by the ENGINEER on previous submissions. ' 24.5 No WORK requiring SHOP DRAWINGS or sample submission shall be commenced until the submission has been approved by the ENGINEER. n 24.6 The ENGINEER'S approval of SHOP DRAWINGS or samples shall not relieve the ' , CONTRACTOR from his responsibility for any deviations from the requirements of the 25.6 The ENGINEER and his representatives will at all times have access to the WORK. In CONTRACT DOCUMENTS unless the CONTRACTOR has in writing called the addition, authorized representatives and agents of any participating Federal or state agency ENGINEER'S attention to such deviations at the time of submission and the ENGINEER has ' invoices of materials, and other relevant data and records. The CONTRACTOR will provide given written approval to the specific deviation, nor shall any approval by the ENGINEER proper facilities for such access and observation of the WORK and also for any inspection, or relieve the CONTRACTOR from responsibility for errors or omissions in the SHOP 25.7 If any WORK is covered contrary to the written instructions of the ENGINEER it must, if DRAWINGS. ' SECTION 25: INSPECTION AND TESTING 25.1 All materials and equipment used in the construction of the PROJECT shall be subject to ' adequate inspection and testing in accordance with generally accepted standards, as ' require, that portion of the WORK in question, furnishing all necessary labor, materials, tools required and defined in the CONTRACT DOCUMENTS. and equipment. If it is found that such WORK is defective, the CONTRACTOR will bear all 25.2 The OWNER shall provide all inspection and testing services not required by the reconstruction. If, however, such work is not found to be defective, the CONTRACTOR will CONTRACT DOCUMENTS. be allowed an increase in the CONTRACT PRICE or an extension of the CONTRACT TIME, 25.3 The CONTRACTOR shall provide at his expense the testing and inspection services required by the CONTRACT DOCUMENTS. 25.4 If the CONTRACT DOCUMENTS, laws, ordinances, rules, regulations or orders of any public , authority having jurisdiction require any WORK to specifically be inspected, tested, or approved by someone other than the CONTRACTOR, the CONTRACTOR will give the ENGINEER timely notice of readiness. The CONTRACTOR will then furnish the ENGINEER the required certificates of inspection, testing or approval. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the CONTRACT ' DOCUMENTS. 25.5 Inspections, tests or approvals by the ENGINEER or others shall not relieve the CONTRACTOR from his obligations to perform the WORK in accordance with the , requirements of the CONTRACT DOCUMENTS. 25.6 The ENGINEER and his representatives will at all times have access to the WORK. In ' addition, authorized representatives and agents of any participating Federal or state agency shall be permitted to inspect all WORK, materials, payrolls, records, records of personnel, invoices of materials, and other relevant data and records. The CONTRACTOR will provide ' proper facilities for such access and observation of the WORK and also for any inspection, or testing thereof. 25.7 If any WORK is covered contrary to the written instructions of the ENGINEER it must, if ' requested by the ENGINEER, be uncovered for his observation and replaced at the CONTRACTOR'S expense. 25.8 If the ENGINEER considers it necessary or advisable that covered WORK be inspected or tested by others, the CONTRACTOR, at the ENGINEER'S request, will uncover, expose or otherwise make available for observation, inspection or testing as the ENGINEER may ' require, that portion of the WORK in question, furnishing all necessary labor, materials, tools and equipment. If it is found that such WORK is defective, the CONTRACTOR will bear all the expenses of such uncovering, exposure, observation, inspection, testing, and satisfactory reconstruction. If, however, such work is not found to be defective, the CONTRACTOR will ' be allowed an increase in the CONTRACT PRICE or an extension of the CONTRACT TIME, ��J 0 or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction, and an appropriate CHANGE ORDER shall be issued. SECTION 26: SAFETY AND PROTECTION: EMERGENCIES 26.1 The CONTRACTOR will be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the WORK. The CONTRACTOR will take all necessary precautions for the safety of, and will provide the necessary protection to prevent damage, injury or loss to: (a) All employees on the WORK and other persons who may be affected thereby; (b) All the WORK and all materials or equipment to be incorporated therein, whether in storage on or off the site; and (c) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 26.2 The CONTRACTOR will comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property, or to protect them from damage, injury or loss. The CONTRACTOR will erect and maintain, as required by the conditions and progress of the WORK, all necessary safeguards for safety and protection, including posting danger signs and other warnings against hazards and promulgating safety regulations. The CONTRACTOR will notify owners of adjacent utilities when execution of WORK may affect them. When the use or storage of explosives or other hazardous materials is necessary for the performance of the WORK, the CONTRACTOR will exercise the utmost care and will carry on such activities under the supervision of properly qualified personnel. All damage, injury or loss to any property referred to in this paragraph caused, directly or indirectly, in whole or in part, by the CONTRACTOR, or SUBCONTRACTOR, or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, will be remedied by the CONTRACTOR, except damage or loss attributable to the fault of drawings or SPECIFICATIONS, or to the acts or omissions of the OWNER or the ENGINEER, or anyone employed by either of them or for whose acts either of them may be liable, and not attributable to the fault or negligence of the CONTRACTOR. 26.3 The CONTRACTOR will designate a responsible employee at the site whose duty shall be the prevention of accidents. This person shall be the CONTRACTOR'S SUPERINTENDENT unless otherwise designated in writing by the CONTRACT to the OWNER and the ENGINEER. 26.4 In emergencies affecting the safety of persons, or the WORK, or property at the site or adjacent thereto, the CONTRACTOR, without special instruction or authorization from the ENGINEER, is obligated to act, at his discretion, to prevent threatened damage, injury or loss. The CONTRACTOR will give the ENGINEER prompt WRITTEN NOTICE of any significant changes in the WORK or deviations from the CONTRACT DOCUMENTS caused thereby, and a CHANGE ORDER shall thereupon be issued covering the changes and deviations involved. n SECTION 27: CHANGES IN THE WORK I 27.1 Without invalidating the AGREEMENT, the OWNER may at any time or from time -to -time, ' order additions, deletions or revisions in the WORK; these will be authorized by CHANGE ORDERS. Upon receipt of a CHANGE ORDER, the CONTRACTOR will proceed with the WORK involved. All such WORK shall be executed under the applicable conditions of the CONTRACT DOCUMENTS. If any CHANGE ORDER causes an increase or decrease in ' the CONTRACT PRICE, or an extension or shortening of the CONTRACT TIME, an equitable adjustment will be made as provided in the CONTRACT DOCUMENTS. 27.2 The ENGINEER may authorize minor changes or alterations in the WORK not involving extra ' cost and not inconsistent with the overall intent of the CONTRACT DOCUMENTS. These may be accomplished by a FIELD ORDER. , 27.3 Additional WORK performed by the CONTRACTOR without authorization of a CHANGE ORDER will not entitle him to an increase in the CONTRACT PRICE or any extensions of the CONTRACT TIME, except in the case of an emergency as provided for elsewhere herein. , 27.4 The OWNER will execute any appropriate CHANGE ORDER prepared by the ENGINEER covering changes in the WORK to be performed and WORK performed in an emergency and ' any other claim of the CONTRACTOR for a change in the CONTRACT TIME or CONTRACT PRICE which is approved by the OWNER and ENGINEER. 27.5 It is the CONTRACTOR'S responsibility to notify his Surety of any changes affecting the general scope of the WORK or changes in the CONTRACT PRICE and the amount of the applicable BONDS shall be adjusted accordingly. The CONTRACTOR will furnish proof of such adjustment to the ENGINEER upon its occurrence. , 27.6 The CONTRACTOR shall proceed with the WORK as changed and the values of such extra WORK or change shall be determined by: ' (a) Estimate and acceptance in a lump sum; (b) Unit prices named in the CONTRACT or subsequently agreed upon; or ' (c) Cost and percentage or by cost and fixed fee. 27.7 If prices cannot be agreed upon by one or more of the above specified manners, the ' CONTRACTOR shall be compensated for such WORK as force account work as provided in Section 28, "Force Account Work." ' SECTION 28: FORCE ACCOUNT WORK 28.1 If the OWNER orders, in writing, the performance of any WORK not covered by the PLANS ' or included in the SPECIFICATIONS, and for which no item in the CONTRACT is provided, and for which no unit price or lump sum basis can be agreed upon, then such extra WORK shall be done on a Cost -Plus- Percentage basis of payment as follows: ' (a) The CONTRACTOR shall be reimbursed for all costs incurred in doing the , WORK, and shall receive an additional payment of 10% of all such costs to cover his indirect overhead costs and profit; (b) The term "cost" shall cover all payroll charges for men employed and supervision required under the specific order, including proportionate cost of BOND, liability and property damage insurance, Workmen's Compensation, Social Security, pension and retirement allowance, social insurance, or other regular payroll charges on same; the cost of all materials and supplies required of either temporary or permanent character; rental of all power- driven equipment at rates as agreed upon in writing, together with cost of fuel and supply charges on same; and any other costs incurred by the CONTRACTOR as a direct result of executing the order if approved by the ENGINEER; (c) The cost of the WORK done each day shall be submitted to the OWNER in satisfactory form on the following day, and shall be approved by him or adjusted at once. SECTION 29: CHANGE OF CONTRACT PRICE 29.1 The CONTRACT PRICE constitutes the total compensation payable to the CONTRACTOR for performing the WORK. All duties, responsibilities and obligations assigned to or undertaken by the CONTRACTOR shall be at the CONTRACTOR'S expense without change in the CONTRACT PRICE. 29.2 The CONTRACT PRICE may only be changed by a CHANGE ORDER. If the CONTRACTOR is entitled by the CONTRACT DOCUMENTS to a change in the CONTRACT PRICE, the claim shall be in delivered to the ENGINEER in writing within five (5) days of the occurrence of the event giving rise to the claim. All valid claims for adjustments in the CONTRACT PRICE shall be determined by the ENGINEER. Any change in the CONTRACT PRICE resulting from any such claim shall be incorporated in a CHANGE ORDER. I 29.3 The value of any WORK covered by a CHANGE ORDER or of any claims for a change in the CONTRACT PRICE shall be determined in one of the following ways: 0 1 (a) Where the WORK involved is covered by unit prices contained in the CONTRACT DOCUMENTS, by application of unit prices to the quantities of the items involved; (b) By mutual acceptance of a lump sum; (c) By cost and a mutually acceptable fixed amount for overhead and profit; (d) If none of the above methods is agreed upon, the value shall be determined by the ENGINEER on the basis of costs and a percentage for overhead and profit. Costs shall only include labor (payroll, payroll taxes, fringe benefits, Workmen's Compensation, etc.), materials and equipment directly related to the WORK involved. The maximum percentage which shall be allowed for the CONTRACTOR'S combined overhead and profit shall be as follows: (1) For all such WORK done by his own organization, the CONTRACTOR may add up to fifteen percent (15 %) of actual net costs for combined overhead and profit; provided that no overhead or profit shall be allowed on costs incurred in connection with premiums for public liability insurance or other special insurance directly related to such WORK; (2) In such case and also under this paragraph, the CONTRACTOR will submit in the form prescribed by the ENGINEER, an itemized cost breakdown together with supporting data. 29.4 The amount of credit to be allowed by the CONTRACTOR to the OWNER for any such changes in cost will be the amount of the actual net cost plus fifteen percent (15 %). SECTION 30: CHANGES IN CONTRACT COMPLETION TIME 30.1 Change in CONTRACT completion time may be initiated by either the OWNER or the CONTRACTOR. All changes shall be initiated in writing. Approval of a reduction or an extension of time shall be by CHANGE ORDER to the CONTRACT and denial of a request shall be in writing from the OWNER or ENGINEER. 30.2 The time for completion of the WORK as set forth in the CONTRACT DOCUMENTS may be extended for working time lost only to the extent that causes beyond the control of the CONTRACTOR, through no fault or negligence on his part, delayed the WORK and when no adjustment of the schedule of WORK would make up the lost time. An extension of time may be allowed for delays in the progress of the WORK caused by unavoidable delays such as: (a) Failure on the part of the OWNER to award a CONTRACT within the time specified; (b) Phenomenon of nature beyond the ability of the CONTRACTOR to foresee or defend against including flood, cyclone, tornado, high intensity or prolonged rainfall or other sudden disastrous events; (c) Delays caused by acts of the Government, a political subdivision or by acts of the public enemy including fires and epidemics, labor strikes and embargos; (d) Suspension of the WORK when ordered by the ENGINEER or OWNER; (e) Non - completion of WORK being done by others except SUBCONTRACTORS or the CONTRACTOR which must be completed in order for CONTRACTOR to complete his WORK. 30.3 An extension of time shall not be allowed for avoidable delays which the CONTRACTOR could foresee or could have prevented such as: (a) Conditions of the PROJECT that could be foreseen or anticipated prior to the time of submitting a BID; (b) The failure of the CONTRACTOR to provide sufficient and skilled workmen and equipment to maintain satisfactory progress needed to complete the WORK on time. 30.4 Any plea by the CONTRACTOR that insufficient time was allowed in the CONTRACT when it was awarded shall not be reason for granting an extension to time. 0 1 7- L 7 1 L L SECTION 31: NEGLECTED WORK 31.1 If the CONTRACTOR should neglect to prosecute the WORK in accordance with the CONTRACT DOCUMENTS, including any requirements of the progress schedule, the OWNER after five (5) days WRITTEN NOTICE to the CONTRACTOR may, without prejudice to any other remedy, make good such deficiencies and the cost thereof (including compensation for additional professional services) shall be charged against the CONTRACTOR, in which case a CHANGE ORDER shall be issued incorporating the necessary revisions in the CONTRACT DOCUMENTS including an appropriate reduction in the CONTRACT. SECTION 32: WARRANTY AND GUARANTEE: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 32.1 The CONTRACTOR warrants and guarantees to the OWNER that all materials and equipment will be new unless otherwise specified and that all WORK will be of good quality and free from faults or defects and in accordance with the requirements of the CONTRACT DOCUMENTS and of any inspections, tests or approvals referred to elsewhere in the CONTRACT DOCUMENTS. All unsatisfactory WORK, all faulty or defective WORK and all WORK not conforming to the requirements of the CONTRACT DOCUMENTS or of such inspections, tests or approvals shall be considered defective. Prompt notice of all defects shall be given to the CONTRACTOR. All defective WORK, whether or not in place, may be rejected. 32.2 If required by the ENGINEER, prior to approval of final payment, the CONTRACTOR will promptly, without cost to the OWNER and as required by the ENGINEER, either correct any defective WORK, whether or not fabricated, installed or completed, or, if the WORK has been rejected by the ENGINEER, remove it from the site and replace it with non - defective WORK. If the CONTRACTOR does not correct such defective WORK or remove and replace such rejected WORK within a reasonable time, all as required by WRITTEN NOTICE from the ENGINEER, the OWNER may have the deficiency corrected or the rejected WORK removed and replaced. All direct or indirect costs of such correction or removal and replacement, including compensation for additional professional services shall be paid by the CONTRACTOR and an appropriate CHANGE ORDER shall be issued deducting all such costs from the CONTRACT PRICE. The CONTRACTOR will also bear the expenses of making good all WORK of others destroyed or damaged by his correction, removal or replacement of his defective WORK. 32.3 If, after the approval of final payment and prior to the expiration of one (1) year after the date of SUBSTANTIAL COMPLETION or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the CONTRACT DOCUMENTS, and WORK is found to be defective, the CONTRACTOR will, promptly, without cost to the OWNER and in accordance with the OWNER'S written instructions, either correct such defective WORK, or, if it has been rejected by the OWNER, remove it from the site and replace it with non - defective WORK. If the CONTRACTOR does not promptly comply with the terms of such instructions, the OWNER may have the defective WORK corrected or the rejected WORK removed and replaced, and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, will be paid by the CONTRACTOR. 32.4 If, instead of requiring correction or removal and replacement of defective WORK, the OWNER (prior to approval of final payment) and also the ENGINEER prefer to accept it, he may do so. In such case, if acceptance occurs prior to approval of final payment, a CHANGE ORDER shall be issued incorporating the necessary revisions in the CONTRACT DOCUMENTS, including appropriate reduction in the CONTRACT PRICE; or, if the acceptance occurs after approval of final payment, an appropriate amount shall be paid by the CONTRACTOR. SECTION 33: ORDER OF COMPLETION 33.1 The CONTRACTOR shall submit, at such times as may reasonably be requested by the ENGINEER, schedules which shall state the order in which the CONTRACTOR proposes to carry on the WORK and the proposed starting and completion dates of the various parts of the WORK. 33.2 The ENGINEER shall have the right to require that certain segments of the WORK shall be completed prior to other segments to improve the overall schedule for completion, to improve coordination with other CONTRACTORS, or to meet the needs of the OWNER. This requirement may be imposed either before or during the WORK. SECTION 34: VERBAL AGREEMENTS 34.1 No verbal agreement or conversation with any officer, agent or employee of the OWNER either before or after execution of this CONTRACT shall affect or modify any of the terms or obligations contained in any of the CONTRACT DOCUMENTS. SECTION 35: DUST AND NOISE CONTROL 35.1 The OWNER or the ENGINEER shall have authority to establish working hours on the PROJECT. In the event no other regulation is imposed, the CONTRACTOR shall confine his hours of operation to between 7:00 A.M. and 6:30 P.M., Monday through Saturday. 35.2 The CONTRACTOR will be responsible for sweeping, cleaning or applying water to control dust and maintain cleanliness of existing streets during the life of the CONTRACT. It shall be the responsibility of the CONTRACTOR to make the necessary arrangements with the City for water and shall pay all costs therefore. All dust control and maintenance measures shall be incidental to the PROJECT and no direct compensation will be made therefore. SECTION 36: EROSION CONTROL 36.1 The CONTRACTOR shall comply with the provisions and intent of Section 1803.5 of the Standard Specifications for Highway Construction as prepared by the Minnesota Department of Transportation latest edition, except as modified herein, and with the conditions of any jurisdictional agency. 36.2 All temporary erosion control structures and devices shall remain in place until other means of permanent control such as turf establishment has taken place or been installed or constructed. It shall be the CONTRACTOR'S responsibility to maintain these structures throughout their temporary life unless such responsibility has been assumed by the OWNER or others in writing. This maintenance shall be considered incidental to the CONTRACT and no additional direct compensation shall be made therefore. 36.3 The final configuration and placement of erosion control structures shall be subject to the approval of all local governing authority including the Municipality, the County, the Watershed District, and the Minnesota Department of Natural Resources. J SECTION 37: SUSPENSION OF WORK BY THE OWNER 37.1 The OWNER may suspend the WORK, or any part thereof, for a stipulated period of time by giving the CONTRACTOR thirty (30) days WRITTEN NOTICE. The CONTRACTOR may submit a request for extra compensation under provisions of Section 29 and Section 30 for expenses incurred by this suspension. 37.2 The ENGINEER shall have the authority to suspend the WORK wholly or in part for such periods as he may deem necessary, because of unsuitable weather or such other conditions as are considered unfavorable for prosecution of satisfactory WORK, or because of failure on the part of the CONTRACTOR to carry out orders given or perform any or all provisions of the CONTRACT. No additional or extra compensation or additional CONTRACT time will be allowed due to suspension of operations by the ENGINEER except as provided elsewhere herein. 37.3 In the event it should become necessary to stop WORK for an indefinite period, the CONTRACTOR shall store all materials in such a manner that they will not obstruct or impede the traveling public unnecessarily nor be damaged in any way, and he shall take every precaution to prevent damage to or deterioration of the WORK performed. He shall provide suitable drainage of the WORK by opening ditches, drains, etc., and shall erect temporary structures where necessary. SECTION 38: WORK TEMPORARILY SUSPENDED OVER THE WINTER 38.1 Work will be allowed to proceed during the winter months provided that all construction requirements are fulfilled, but no additional compensation shall be allowed for costs incurred by the CONTRACTOR due to winter suspension and for additional start-up in the spring except by special agreement in writing between the CONTRACTOR and the OWNER. 38.2 Unless specifically allowed in the Special Provisions or specifically written into the AGREEMENT or agreed upon in separate agreement by and between the OWNER and the CONTRACTOR, the OWNER shall not release the retainer specified in Section 43, "Application for Partial Payment," of the GENERAL CONDITIONS when WORK is suspended due to winter conditions. SECTION 39: THE OWNER'S RIGHT TO TERMINATE CONTRACT 39.1 The OWNER shall have the right to terminate the employment of the CONTRACTOR and take possession of the premises and of all materials, tools and appliances thereof and finish the WORK by whatever means or method he may deem expedient after giving the CONTRACTOR seven (7) days WRITTEN NOTICE of such termination. Such WRITTEN NOTICE shall be to the CONTRACTOR and his Surety stating that cause exists to justify such action and may be done without prejudice to any other right or remedy and may be given for any of the following: (a) If the CONTRACTOR should be adjudged a bankrupt or if he should make a general assignment for the benefit of his creditors; (b) If a receiver should be appointed because of insolvency of the CONTRACTOR; (c) If the CONTRACTOR should persistently or repeatedly refuse or should fail, , except in cases for which extension of time is provided, to supply enough properly skilled workmen, equipment, or proper materials; (d) If the CONTRACTOR should fail to make prompt payments to SUBCONTRACTORS or for materials or labor; (e) If the CONTRACTOR should persistently disregard laws or ordinances or the instructions of the ENGINEER; (f) If the CONTRACTOR should be guilty of a substantial violation of any provision of the CONTRACT. 39.2 In case of termination the CONTRACTOR shall not be entitled to receive any further payment until the WORK is finished. 39.3 If the unpaid balance of CONTRACT PRICE shall exceed the expense of finishing the WORK, including compensation for additional managerial and administrative services, such ' excess shall be paid to the CONTRACTOR. If such expense shall exceed such unpaid balance, the CONTRACTOR shall pay the difference to the OWNER. The expense incurred as herein provided, by the OWNER and damage incurred through the CONTRACTOR'S default, shall be determined by the ENGINEER. 39.4 Where the CONTRACT has been terminated by the OWNER, said termination shall not affect any of the rights of the OWNER as against the CONTRACTOR or his surety then , existing or which may thereafter accrue because of such default. Any retention or payment of monies by the OWNER due the CONTRACTOR under the terms of the CONTRACT shall not release the CONTRACTOR or his surety from liability for his default. SECTION 40: CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT 40.1 If the ENGINEER should fail to issue any estimate for payment within ten (10) days after it is , due, or if the OWNER shall fail to pay the CONTRACTOR within thirty (30) days of its presentation of any sum certified by the ENGINEER or awarded by arbitrators, then the CONTRACTOR may, upon seven (7) days WRITTEN NOTICE to the OWNER and ENGINEER, stop WORK or terminate this CONTRACT and recover from the OWNER payment for all WORK executed, plus loss sustained upon any plant or materials plus reasonable profit and damages. SECTION 41: REMOVAL OF EQUIPMENT 41.1 In the case of termination of this CONTRACT before completion for any cause whatever, the CONTRACTOR, if notified to do so by the OWNER, shall promptly remove any part or all of his equipment or supplies from the property of the OWNER, failing which the OWNER shall have the right to remove such equipment and supplies at the expense of the CONTRACTOR. SECTION 42: USE OF COMPLETED PORTIONS 42.1 The OWNER may, at any time during progress of the WORK, and after notifying the CONTRACTOR, take over and place in service any completed portions of the WORK which ' are ready for service. Such taking of possession by the OWNER shall not be deemed an acceptance of any other portion of the WORK, nor of any WORK not completed in accordance with the CONTRACT DOCUMENTS. If such prior use increases the cost of or I delays completion of the PROJECT, the CONTRACTOR shall have a basis for a request for extra compensation or extension of time. SECTION 43: APPLICATION FOR PARTIAL PAYMENT 43.1 Before the first working day of each calendar month, the CONTRACTOR shall submit to the ENGINEER a detailed estimate of the amount earned for the separate portions of the WORK, and request payment. As used in this Article the words "amount earned" means the value, on the date of the estimate for partial payment, of the WORK completed in accordance with the CONTRACT DOCUMENTS, and the value of approved materials delivered to the PROJECT site are suitably stored and protected prior to incorporation into the WORK. IF the CONTRACTOR'S estimate of amount earned conforms with the ENGINEER'S evaluation, the ENGINEER will calculate the amount due the CONTRACTOR and make recommendation to the OWNER for payment. 43.2 After deducting the retainages and the amount of all previous partial payments made to the CONTRACTOR, the amount earned as of the current month will be made payable to the CONTRACTOR fifteen (15) days after the last day of said month. 43.3 The CONTRACTOR warrants and guarantees that title to all WORK, materials and equipment covered by an application for payment will have passed to the OWNER prior to the making of application for payment free and clear of all liens, claims, security interest and encumbrances (hereafter in these GENERAL CONDITIONS referred to as "liens "); and that no WORK, materials or equipment covered by an application for payment will have been acquired by the CONTRACTOR or by any other person performing the WORK at the site or furnishing materials and equipment for the PROJECT, subject to an AGREEMENT under which an interest therein or encumbrance thereon is retained by the seller or otherwise imposed by the CONTRACTOR or such other person. 43.4 The ENGINEER will, within fifteen (15) days after receipt of application for payment, either indicate in writing his approval of payment and present the application to the OWNER, or return the application to the CONTRACTOR indicating in writing his reasons for refusing to approve payment. In the latter case, the CONTRACTOR may make the necessary corrections and resubmit the application. The OWNER will pay the CONTRACTOR the amount approved by the ENGINEER and OWNER. SECTION 44: APPROVAL OF PAYMENT 44.1 The ENGINEER'S approval of any payment requested in an application for payment shall constitute a representation by him to the OWNER, based on the ENGINEER'S on -site observations of the WORK in progress as an experienced and qualified design professional and on his review of the application for payment and the supporting data, that the WORK has progressed to the point indicated; that, to the best of his knowledge, information and belief, the quality of the WORK is in accordance with the CONTRACT DOCUMENTS (subject to an evaluation of the WORK as a functioning PROJECT upon completion, to the results of any subsequent tests called for in the contract documents and any qualifications stated in his approval); and that the CONTRACTOR is entitled to payment of the amount approved. 44.2 The ENGINEER'S approval of final payment shall constitute an additional representation by his to the OWNER that the conditions precedent to the CONTRACTOR'S being entitled to final payment as set forth in the AGREEMENT have been fulfilled. 44.3 The ENGINEER may refuse to approve the whole or any part of any payment if, in his opinion, he is unable to make such representations to the OWNER. He may also refuse to approve any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously approved, to such extent as may be necessary in his opinion to protect the OWNER from loss because: (a) The WORK is defective; (b) Claims have been filed or there is reasonable evidence to suggest such filing thereof; (c) The CONTRACT PRICE has been reduced because of modifications or changes; (d) The OWNER has been required to correct defective WORK or complete the WORK;. (e) Unsatisfactory performance of the WORK, including failure to clean up. SECTION 45: COMPLETION 45.1 Prior to final payment, the CONTRACTOR may, in writing to the OWNER and the ENGINEER, certify that the entire PROJECT is complete and request that the ENGINEER issue a certificate of completion. Within a reasonable time thereafter, the OWNER, CONTRACTOR and ENGINEER will make an inspection of the PROJECT to determine the status of completion. If the ENGINEER and OWNER do not consider the PROJECT complete, they will notify the CONTRACTOR in writing giving reasons thereof. If the ENGINEER and OWNER consider the PROJECT complete, they will prepare and deliver to the OWNER an application for final payment. 45.2 The OWNER shall have the right to exclude the CONTRACTOR from the PROJECT after the date of completion, but the OWNER will allow the CONTRACTOR reasonable access to complete or correct items of repair and maintenance. SECTION 46: FINAL PAYMENT 46.1 After the CONTRACTOR has completed any corrections to the satisfaction of the ENGINEER and delivered all maintenance and operating instruction, schedules, guarantees, BONDS, certificates of inspection and other documents, all as required by the CONTRACT DOCUMENTS, he may make application for final payment. The final application for payment shall be accomplished by such supporting data as the ENGINEER may require, together with complete and legally effective releases or waivers (satisfactory to the OWNER) of all liens arising out of the CONTRACT DOCUMENTS and the labor and services performed and the material and equipment furnished thereunder. In lieu thereof and as approved by the OWNER, the CONTRACTOR may furnish receipts of released in full; an affidavit of the CONTACTOR that the releases and receipts include all labor, services, material and equipment for which a lien could be filed, and that all payrolls, State and Federal withholding taxes, material and equipment bills, and other indebtedness connected with the WORK for which the OWNER or his property might in any way be responsible, have been paid or otherwise satisfied; and consent of the surety, if any, to final payment. If a SUBCONTRACTOR or supplier fails to furnish a release or receipt in full, the CONTRACTOR may furnish a BOND satisfactory to the OWNER to indemnify him against any lien. 1 1 1 17 n r� �I Lam' L I L 46.2 If on the basis of his observation and review of the WORK during construction, his final inspection and his review of the final application for payment — all as required by the CONTRACT DOCUMENTS, the ENGINEER is satisfied that the WORK has been completed and the CONTRACTOR has fulfilled all of his obligations under the CONTRACT DOCUMENTS, he will, within fifteen (15) days after receipt of the final application for payment, indicate in writing his approval of payment and present the application to the OWNER for payment. Otherwise, he will return the application to the CONTRACTOR, indicating in writing his reasons for refusing to approve final payment, in which case the CONTRACTOR will make the necessary corrections and resubmit the application. The OWNER will, within twenty (20) days of presentation to him of an approved application for payment, pay the CONTRACTOR the amount approved by the ENGINEER. SECTION 47: RETENTION OF A PORTION OF THE CONTRACT SUM 47.1 The OWNER may retain up to a maximum of ten percent (10 %) of value of WORK completed and requested for payment. After fifty percent (50 %) of the WORK has been completed, the CONTRACTOR may request consideration for reduction in the retained amount. Where the OWNER is subject to the provisions of Minnesota State Statutes 429.041 Section 6, the maximum retained amount shall be five percent (5 %) released with approval of the governing body. Those amounts released shall be considered not required to be retained to protect the OWNER'S interest in satisfactory completion of the contract. SECTION 48: LIQUIDATED DAMAGES 48.1 The parties hereto recognize that failure on the part of the CONTRACTOR to complete the WORK within the time period set forth hereinabove shall cause damage to the OWNER; and should the CONTRACTOR not complete the WORK within that period of time, or otherwise be guilty of substantial violation of this contract, the OWNER may deduct amounts per the following schedule per calendar day after the completion date and all legal and engineering costs related thereto, for each day exceeding said completion date, from the total contract sum to be paid to the CONTRACTOR, and among its other remedies, terminate this AGREEMENT and complete the WORK by whatever method the OWNER may deem expedient, at the expense of the CONTRACTOR; and such action by OWNER shall not relieve CONTRACTOR of its liability to OWNER for any damages caused by the CONTRACTOR'S default, including, but not limited to, the excess expense of finishing the WORK over the unpaid balance of the CONTRACT PRICE. In the event the OWNER elects to complete the WORK following CONTRACTOR'S default as above set forth, the CONTRACTOR agrees to extend its full cooperation, executing such instruments and performing such acts necessary for the expeditious completion of the WORK contemplated under this AGREEMENT. The amount deducted under this paragraph shall not be construed as a penalty, but rather as liquidated damages resulting from the non - completion of the WORK within the specified time. SCHEDULE OF LIQUIDATED DAMAGES Original Contract Amount From more than To and Including Charge Per Calendar Day $ 0.00 $ 499,999.99 $1,000.00 $ 500,000.00 $ 999,999.99 $1,000.00 $1,000,000.00 unlimited $1,000.00 SECTION 49: WAIVERS OF CLAIMS AND CONTINUING OBLIGATIONS 49.1 The CONTRACTOR'S obligation to perform the WORK and complete the PROJECT in accordance with the CONTRACT DOCUMENTS shall be absolute. Neither the approval of any payment by the ENGINEER, nor the issuance of certificate of completion, nor any payment by the OWNER to the CONTRACTOR under the CONTRACT DOCUMENTS, nor any use or occupancy of the PROJECT or any part thereof by the OWNER, nor any act of acceptance by the OWNER nor any failure to do so, nor any correction of faulty or defective WORK by the OWNER shall constitute an acceptance of WORK not in accordance with the CONTRACT DOCUMENTS. 49.2 The making an acceptance of payments shall constitute: (a) A waiver of all claims by the OWNER against the CONTRACTOR other than those arising from unsettled liens, from faulty or defective WORK appearing after final payment or from failure to comply with the requirements of the CONTRACT DOCUMENTS or the terms of any special guarantees specified therein; and (b) A waiver of all claims by the CONTRACTOR against the OWNER other than those previously made in writing and still unsettled. SECTION 50: ERRORS IN PAYMENT 50.1 No certificate issued nor payments made nor partial nor entire use or occupancy of the WORK by the OWNER shall be deemed as acceptance of any part of the WORK or materials not in accordance with the CONTRACT. 1 fl 1 F1 50.2 Where an error is found after payment is made, the OWNER shall have the right to recover or shall be reimbursed for all overpayments to the CONTRACTOR. SECTION 51: INSURANCE 51.1 The CONTRACTOR shall provide (from insurance companies acceptable to the OWNER) the insurance coverage designated hereinafter and pay all costs. 51.2 Before commencing WORK under this CONTRACT, the CONTRACTOR shall furnish the , OWNER with certificates of insurance specified herein showing the type, amount, class of operations covered, effective dates, and date of expiration of policies, and containing substantially the following statement: "The insurance covered by this certificate will not be canceled or materially altered, except after ten (10) days WRITTEN NOTICE has been received by the OWNER." 51.3 In case of the breach of any provision of this Article, the OWNER, at his option, may take out and maintain, at the expense of the CONTRACTOR, such insurance as the OWNER may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the CONTRACTOR under this CONTRACT. SECTION 52: CONTRACTOR AND SUBCONTRACTOR INSURANCE 52.1 The CONTRACTOR shall not commence WORK under this CONTRACT until he has obtained all the insurance, has been reviewed by the OWNER, nor shall the CONTRACTOR allow any SUBCONTRACTOR to commence WORK on his SUBCONTRACT until all similar 1 1 insurance required for that portion of the WORK has been so obtained and reviewed. Review of the insurance by the OWNER shall not relieve or decrease the liability of the CONTRACTOR hereunder. SECTION 53: COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE 53.1 The CONTRACTOR shall maintain during the life of this CONTRACT the statutory Workmen's Compensation, in addition to, Employer's Liability Insurance in an amount not less than $100,000 for each accident/$500,000 disease — policy limit and $100,000 disease — each employee limit. Workmen's Compensation coverage must extend to every employer, including all owners /officers of a closely held corporation and /or individuals operating as a sole proprietorship or partnership. In case any such WORK is sublet, the CONTRACTOR shall require the SUBCONTRACTOR similarly to provide Worker's Compensation and Employer's Liability Insurance for all of the latter's employees to be engaged in such WORK. Where WORK under this CONTRACT includes any water or navigational exposure, coverage shall be included to cover the Federal Longshoremen's and Harborworker's Act and the Federal Jones Act. SECTION 54: PUBLIC LIABILITY (INCLUDING AUTOMOTIVE) AND PROPERTY DAMAGE INSURANCE 54.1 The insurance coverage shall include the following named insured under the CONTRACTOR'S policy: (a) The Municipality in which the WORK is to be performed; ' (b) The OWNER, as defined herein; its officers, agents and employees; (c) Pioneer Engineering, P.A.; its officers, agents and employees. SECTION 55: INSURANCE COVERAGE FOR SPECIAL CONDITIONS 55.1 When the construction is to be accomplished within a public or private right -of -way requiring special insurance coverage, the CONTRACTOR shall conform to the particular requirements and provide the required insurance. The CONTRACTOR shall include in his liability policy all endorsements that the said authority may require for the protection of the authority, its ' officers, agents and employees. Insurance coverage for special conditions, when required, shall be provided as set forth in the Special Provision. SECTION 56: CLEANING UP AND SURFACE RESTORATION 56.1 Surplus pipe, materials, tools and temporary structures shall be removed by the CONTRACTOR. All dirt, rubbish and excess earth excavation shall be hauled to a dump site selected by the CONTRACTOR, and the construction site shall be left clean to the satisfaction of the ENGINEER. 56.2 Unless stated specifically to the contrary in the Special Provision, the CONTRACTOR shall replace all surface material and shall restore paving, curbing, sidewalks, gutters, fences, sod and other items disturbed, to a condition equal to or better than that before the WORK ' began, furnishing all labor, materials and equipment necessary to do this WORK. No permanent paving shall be placed within thirty (30) days after back - filling is completed except by order of the ENGINEER. Traveled streets shall be kept open and maintained by the CONTRACTOR after back - filling and before surfacing or final inspection. 1 SECTION 57: ARBITRATION 57.1 All disputes, claims, or questions subject to arbitration under this CONTRACT shall be submitted to arbitration in accordance with Chapter 572, Statutes of the State of Minnesota prior to the issuance by the ENGINEER of the Final Payment Voucher. Any dispute, claim or question not submitted to arbitration prior to the issuance of Final Payment Voucher, and any ' question of procedure not agreed upon by both parties may be submitted to a court of competent jurisdiction for ruling. 57.2 The Arbitration Board shall consist of three (3) members: one shall be selected by each r party; and the two so selected shall choose the third, neutral arbitrator. The arbitrators shall be paid an amount agreed upon by the parties. No arbitrator shall have a vested interest, , financial, competitive, or family relationship with either party. 57.3 The CONTRACTOR shall not cause a delay of the WORK because- of pending arbitration proceedings except with the written permission of the ENGINEER and then only until the ' arbitrators shall have an opportunity to determine whether or not the WORK shall continue until they decide the matters in dispute. 57.4 Notice of the demand for arbitration of a dispute shall be filed in writing, with the ENGINEER ' and the other party to the CONTRACT. If the arbitration is an appeal from the ENGINEER'S decision, demand shall be made within ten (10) days of receipt of the ENGINEER'S decision. In any other case, the demand for arbitration shall be made within a reasonable time after dispute has arisen. In no case shall a demand be made after the final payment except as otherwise expressly stipulated in the CONTRACT DOCUMENTS. ' 57.5 The arbitrators, if they deem the case requires it, are authorized to award to the party whose contention is sustained such sums as they or a majority of them shall deem proper to compensate for the time and expense incident to the proceedings, and if the arbitration was demanded without reasonable cause, they may also award damages for delay. The ' arbitrators may assess the costs and charges of the proceedings upon either or both parties. SECTION 58: DAMAGES 1 58.1 If either party to this CONTRACT should suffer injury or damages in any manner because of any wrongful act or neglect of the other party or of anyone employed by him, then he shall be ' reimbursed by the other party for such damages. SECTION 59: MISCELLANEOUS ' 59.1 Whenever any provision of the CONTRACT DOCUMENTS requires the giving of WRITTEN NOTICE it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to him who gives the notice. 59.2 The duties and obligations imposed by these GENERAL CONDITIONS and the rights and remedies available hereunder, and in particular but without limitation, the warranties, guarantees, and obligations imposed upon the CONTRACTOR and the rights and remedies ' available to the OWNER and ENGINEER thereon, shall be in addition to and not a limitation of any otherwise imposed or available by law, by special guarantee or other provisions of the CONTRACT DOCUMENTS. � I 59.3 The CONTRACT DOCUMENTS shall be governed by the law of the place where the PROJECT is located. SECTION 60: GUARANTEE ' 60.1 The CONTRACTOR shall hold himself responsible for any and all defects which may develop in any part of the entire installation furnished by him, and upon receipt of WRITTEN NOTICE from the ENGINEER, shall immediately replace and make good without expense to the OWNER, all such faulty part or parts and damage done by reason of same, during a period of one (1) year from the date of final acceptance of the installation except when specific guarantee for another length of time is elsewhere specified. ' 60.2 The acceptance of the installation, or any part of it, shall not act to waive the liability on the part of the CONTRACTOR. � I �I E j I Geotechnical Evaluation Report Proposed Residential Development Lyman Boulevard and Lake Riley Boulevard Chanhassen, Minnesota Prepared for lennar Corporation Professional 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. a° °° ° ° � � e Q F • � i N N � S q Q � ���o v ° e •'� �i e • s Henry Vloo, PE g VU?O� P� tug, Associate —Senior Engineer 51 0UJ = � % o 9t48� o IS . License Number: 21140 December 2. 2010 ✓�' °�� ®�•._ _a• A��`` Project BL- 10-09747 Braun Intertec Corporation BRAUN INTERTEC December 2, 2010 Mr. Joe Jablonski Lennar Corporation 935 Wayzata Boulevard East Wayzata, MN 55391 Re: Geotechnical Evaluation Proposed Residential Development Lyman Boulevard and Riley Lake Boulevard Chanhassen, Minnesota Dear Mr. Jablonski: Project BL -10 -09747 I We have completed our geotechnical evaluation for the proposed single - family residential development northwest of Lyman Boulevard and Riley Lake Boulevard in Chanhassen, Minnesota. The purpose of our geotechnical evaluation was to assist you and your design team in evaluating the subsurface soil and groundwater conditions with regard to site grading and foundation support for the proposed homes, streets, and underground utilities within this proposed development. Please consult the attached report for details on our field and laboratory test results and our recommendations and conclusions. Thank you for making Braun Intertec your geotechnical consultant for this project. If you have questions about this report, or if there are other services that we can provide in support of our work to date, please call Henry Vloo at 952.995.2238 or Gregg Jandro at 952.995.2270. Sincerely, BRAUN INTERTEC CORPORATION Henry V Associate-Senior Engineer Gregg . JR andro, PE, PG Principal Engineer, Vice President C: Mr. Nick Polta; Pioneer Engineering Providing engineering and environmental solutions since 1957 F -7 _J Braun Intertec Corporation Phone: 952.995.2000 11001 Hampshire Avenue S Fa)c 952,995 ' 2020 Minneapolis, MN 55438 Web: brouninlertec.com Project BL -10 -09747 I We have completed our geotechnical evaluation for the proposed single - family residential development northwest of Lyman Boulevard and Riley Lake Boulevard in Chanhassen, Minnesota. The purpose of our geotechnical evaluation was to assist you and your design team in evaluating the subsurface soil and groundwater conditions with regard to site grading and foundation support for the proposed homes, streets, and underground utilities within this proposed development. Please consult the attached report for details on our field and laboratory test results and our recommendations and conclusions. Thank you for making Braun Intertec your geotechnical consultant for this project. If you have questions about this report, or if there are other services that we can provide in support of our work to date, please call Henry Vloo at 952.995.2238 or Gregg Jandro at 952.995.2270. Sincerely, BRAUN INTERTEC CORPORATION Henry V Associate-Senior Engineer Gregg . JR andro, PE, PG Principal Engineer, Vice President C: Mr. Nick Polta; Pioneer Engineering Providing engineering and environmental solutions since 1957 F -7 _J Table of Contents Description Page A . Introduction ..............................................:....................................................... ................I.............. 1 A.1. Project Description .............................................................................. ............................... 1 A .2. Purpose ................................................................................................. ..............................1 A.3. Background Information and Reference Documents .......................... ............................... 1 A.4. Site Conditions ..................................................................................... ............................... 1 A .S. Scope of Services ................................................................................. ............................... 1 B . Results ............................................................:................................................... ..............................2 B.I. Exploration Logs ................................................................................... ................. ............... 2 B.1.a. Log of Boring Sheets ............................................................... ............................... 2 B.1.b. Geologic Origins ...................................................................... ............................... 2 B.2. Geologic Profile .................................................................................... ............................... 3 B.2.a. Geologic Materials .....:............................................................ .............I................. 3 B.2.b. Groundwater .......................................................................... ............................... 3 B.3. Laboratory Test Results ....................................................................... ............................... 3 C. Basis for Recommendations ............................................................................. ............................... 4 C.I. Design Details ....................................................................................... ..............................4 C.l.a. Building Structure Loads ......................................................... ............................... 4 C.l.b. Pavements and Traffic Loads .................................................. ............................... 4 C.l.c. Anticipated Grade Changes .................................................... ............................... 5 C.1.d. Precautions Regarding Changed Information ........................ ............................... 5 C.2. Design Considerations ......................................................................... ............................... 5 C.3. 'Construction Considerations ................................................................ ............................... 6 D . Recommendations ............................................................................................. ..............................6 D.I. House Pad and Pavement Subgrade Preparation ............................... ............................... 7 D.1.a. Excavations ............................................................................. ............................... 7 D.1.b. Excavation Dewatering ............................................................ ..............................7 D.1.c. Selecting Excavation Back and Additional Required Fill ..... ............................... 8 D.1.d. Placement and Compaction of Backfill and Fill ...................... ............................... 8 D.2. Spread Footings ................................................................................... .............................10 D.2.a. Embedment Depth ................................................................. .............................10 D.2.b. Subgrade Improvement .......................................................... .............................10 D.2.c. Net Allowable Bearing Pressure ............................................. .............................10 D.2.d. Settlement .............................................................................. .............................10 D.3. Basement Walls ................................................................................... .............................11 D.3.a. Drainage Control ..................................................................... .............................11 D.3.b. Selection, Placement and Compaction of Backfill .................. .............................11 D.3.c. Configuring and Resisting Lateral Loads ................................. .............................12 Table of Contents (continued) Description Page DA . Interior Slabs .....................................:.................................................. .............................13 D.4.a. Moisture Vapor Protection ..................................................... .............................13 D.4.b. Radon ..................................................................................... .............................13 D.5. Exterior Slabs ........................................................................................ .............................14 D.6. Pavements ........................................................................................... .............................15 D.6.a. Subgrade Proof- Roll ................................................................. .............................15 D.6.b. Design Sections ....................................................................... .............................15 D.6.c. Materials and Compaction ..................................................... .............................15 D.6.d. Subgrade Drainage ................................................................. .............................15 D.7. Utilities ................................................................................................. .............................16 D.7.a.. Subgrade Stabilization ............................................................ .............................16 D.7.b. Selection, Placement and Compaction of Backfill .................. .............................16 D.8. Construction Quality Control ............................................................... .............................16 D.8.a. Excavation Observations ........................................................ .............................16 D.8.b. Materials Testing .................................................................... .............................16 D.8.c. Pavement Subgrade Proof - Roll ............................................... .............................16 D.8.d. Cold Weather Precautions ...................................................... .............................17 E Procedures ........................................................................................................ .............................17 E.I. Penetration Test Borings ..................................................................... .............................17 E.2. Material Classification and Testing ...................................................... .............................17 E.2.a. Visual and Manual Classification ............................................ .............................17 E. 2.b. Laboratory Testing .................................................................. .............................17 E.3. Groundwater Measurements .............................................................. .............................17 F Qualifications ..................................................................................................... .............................18 F.1. Variations in Subsurface. Conditions .................................................... .............................18 F.1.a. Material Strata ........................................................................ .............................18 F.1.b. Groundwater Levels ................................................................ .............................18 F.2. Continuity of Professional Responsibility ............................................ .............................18 F.2.a. Plan Review ............................................................................. .............................18 F.2.b. Construction Observations and Testing ................................. .............................18 F.3. Use of Report ........................................................................................ .............................19 F.4. Standard of Care .................................................................................. .............................19 Appendix Boring Location Sketch Log of Boring Sheets, Borings ST -1 through ST -10 Descriptive Terminology FIT ' INTERTEC A. Introduction A.I. Project Description A single- family residential development is planned for the northwest quadrant of Lyman Boulevard and Riley Lake Boulevard in Chanhassen, Minnesota. A.2. Purpose The purpose of our geotechnical evaluation was to assist you and your design team in evaluating the subsurface soil and groundwater conditions with regard to site grading and foundation support for the proposed homes, streets, and underground utilities within this proposed development. A.3. Background Information and Reference Documents To facilitate our evaluation, we were provided with or reviewed the following information or documents: ■ Existing conditions site concept plan. showing the existing conditions and topography. ' Available aerial photographs showing the existing site features and structures. ■ Geologic atlas showing the general soil types in this area. ' A.4. Site Conditions The site of the proposed residential development currently consists of open farm fields with some ' wetlands and wooded areas. A ditch and precast concrete mat are present near the center and west portions of the site. A.S. Scope of Services Our scope of services for this project was originally submitted October 29, 2010 as a Proposal to Mr. Joe Jablonski of Lennar Corporation for a Geotechnical Evaluation. We received authorization to proceed ' from Lennar Corporation on November 1, 2010. Tasks performed in accordance with our authorized scope. of services included: 1 Lennar Corporation ' Project BL -10 -09747 December 2, 2010 ' Page 2 ■ Coordinating the clearing exploration locations of underground utilities. (The boring locations were chosen and staked in the field by Pioneer Engineering.) ■ Performing 10 penetration test borings to nominal depths of 20 feet deep. ' ■ Performing laboratory tests on selected soil samples. ■ ainin a boring location sketch exploration logs, summa of the ' Preparing this report containing g p g , rY soils and groundwater encountered, results of laboratory tests, and recommendations for ' subgrade preparation and the design of the proposed residential development. B. Results B.I. Exploration Logs ■' B.1.a. Log of. Boring Sheets Log of Boring sheets for our penetration test borings are included in the Appendix. The logs identify and describe the geologic materials that were penetrated, and present the results of penetration resistance tests performed within them and laboratory tests performed on penetration test samples retrieved from them, and groundwater measurements. , Strata boundaries were inferred from changes in the - penetration test samples and the auger cuttings. Because sampling was not performed continuously, the strata boundary depths are only approximate. ' The boundary depths likely vary away from the boring locations, and the boundaries themselves may also occur as gradual rather than abrupt transitions. I B.1.b. Geologic Origins ' Geologic origins assigned to the materials shown on the logs and referenced within this report were based on: (1) a review of the background information and reference documents cited above, (2) visual classification of the various geologic material samples retrieved during the course of our subsurface , exploration, (3) penetration resistance data, (4) laboratory test results, and (5) available common knowledge of the geologic processes and environments that have impacted the site and surrounding I area in the past. Beauty INTERTEC ' Lennar Corporation Project BL -10 -09747 December 2, 2010 Page 3 B.2. Geologic Profile 6.2.a. Geologic Materials ' The general geologic profile at the boring locations (proceeding down from the ground surface) generally consists of clayey topsoil underlain by mostly glacially deposited clay to the boring termination depths. Layers and lenses of silty sand and sand were also encountered in several borings. Several borings also ' encountered either deeper thicknesses of either fill or slopewash soils. ' Topsoil was encountered in Borings ST -2, ST -5, ST -6, ST -9 and ST -10 and generally ranged in thickness from about %: to 3 feet. In Borings ST -1, ST-4 and ST -7, fill soils were encountered at the surface, varying in thickness from 4 to 13 feet. In Borings ST -3 and ST -8, about 7 to 10 feet of slopewash soils were encountered at the surface. Beneath the topsoil, fill and slopewash, the borings encountered mostly glacially deposited clayey soils with some layers of silty and sand in several borings. Penetration resistances in the glacially deposited clayey soils generally ranged from 4 to 27 blows per foot (BPF), indicating consistencies ranging from rather soft to very stiff. The penetration resistances in the layers and lenses of silty sand and sand ranged from 2 to 27 BPF, corresponding to relative densities of very loose to medium dense. B.2.b. Groundwater Groundwater was only observed in Borings ST -3, ST -5, ST -8, ST -9 and ST-10 at depths ranging from 5 to 17 feet beneath the surface, or approximate elevations ranging from 874 to 889. Because of the large variation in observed water level elevations, it is our opinion that some of the water observed was likely perched within sand seams in the mostly clayey soils. Depending on the time of construction, perched groundwater may be present in these and other sand seams. Seasonal and annual fluctuations of groundwater should also be anticipated. 13.3. Laboratory Test Results The moisture content of the selected clay samples was determined to vary from approximately 16 to 46 percent, indicating that moisture contents of the clay material on the site varied from near to much above its probable optimum moisture content. BRAUN INTERTEC Lennar Corporation Project BL -10 -09747 December 2, 2010 Page 4 One soil sample from the 7 to 8 foot depth in Boring ST -4 and another sample from the 15 to 16 foot depth in Boring ST -8 were washed through a number 200 sieve. The results were 17 and 7 percent passing this sieve, classifying these soil samples as silty sand and poorly graded sand with silt, respectively. The moisture content of these soil samples was measured to be 10 and 24 percent. An Atterberg limit test was completed on a sample from the 15 to 16 foot depth in Boring ST -1. The result indicated a liquid limit of 50. percent and a plasticity index of 32 percent. The moisture content of this sample was 32 percent. This soil sample was classified as lean clay but is on the border of being a fat clay. Hand penetrometer tests were conducted on selected clay samples to. aid in determining the soils unconfined compressive strength. Results from the penetrometer tests found to soils to have strength ..values ranging from % to 2 tons per square foot (tsf). C. Basis for Recommendations C.I. Design Details A residential development is proposed to be constructed on the site. The size and number of lots to be graded on this site as well as proposed floor grades have not been determined at the time of this report. New streets and underground utilities will also be constructed. Other features to be constructed may include retention ponds and retaining walls. C.1.a. Building Structure Loads We have assumed that bearing wall loads associated with the proposed residential construction will range from 3 to 4 kips (3,000 to 4,000 pounds) per linear foot (klf) and column loads, if any, will be no greater than 75 kips per column. C.1.b. Pavements and Traffic Loads We have assumed that bituminous pavements, typical of residential neighborhoods, will be subjected to normal traffic conditions over an assumed design life of 20 years. BRAUN 1NTERTEC Lennar Corporation ' Project BL -10 -09747 December 2, 2010 Page 5 C.i.c. Anticipated Grade Changes ' Existing ground surface elevations vary significantly across the site. Final design grades were not available at the time of this report. Based on the anticipated excavation depths, we anticipate that fill depths will likely exceed 10 feet in some areas of the site. Similarly, cuts on the order of 10 feet or ' greater feet may also be completed during site grading. ' C.1.d. Precautions Regarding Changed Information We have attempted to describe our understanding of the proposed construction to the extent it was ' reported to us by others. Depending on the extent of available information, assumptions may have been made based on our experience with similar projects. If we have not correctly recorded or interpreted the project details, we should be notified. New or changed information could require additional evaluation, ' analyses and /or recommendations. I C.2. Design Considerations ' The geotechnical issues influencing design of the proposed residential development appear to be related to the depth of excavation needed to attain suitable bearing soils, variations in site elevations, and the ' condition of the onsite soils with respect to use as engineered fill. Based on the results of the current borings, it appears that part of the site will require limited soil corrections (to remove topsoil only) to attain suitable bearing soils. However, some deeper soil correction work will be needed toward the south and southeast sides of the site near the wetlands. The fill and slopewash soils as well as the wet, soft clay encountered in some of the borings are not suitable for house support or to be reused as ' engineered fill. Additionally, the majority of the onsite soils appear to be near or well above its optimum moisture ' content and will likely require moisture conditioning to meet the minimum density requirements. ' Due to the frost susceptible nature of the silt- and clay -rich soils present at anticipated exterior slab and pavement subgrade elevations, consideration should also be given to incorporating a granular subbase. ' into the pavement sections. This will enhance subgrade drainage efforts and reduce the potential for pavement subgrades to become saturated and heave upon freezing; strength loss upon thawing will also be reduced. ' Provisions should also be made to control any groundwater that may be encountered. Based on the results of the borings, we anticipate that some localized perched water conditions could exist on this site, ' especially where layers and lenses of sand are encountered. BRAUN I NTE RTEC Lennar Corporation Project BL -10 -09747 December 2, 2010 Page 6 C.3. Construction Considerations From a construction perspective, the project team should also be aware that: ■ Some of the excavations may penetrate perched groundwater where lenses and layers of sandy soils are encountered. Dewatering may be required to facilitate an evaluation of the geologic materials exposed in the excavation sides and bottoms, and the placement and compaction of backfill. ■ Existing fills should be evaluated prior to reuse. Some fill soils could contain unsuitable material, although not observed in the borings. ■ It is important to understand the onsite clays will likely require moisture conditioning to facilitate compaction. Given the anticipated depths of the building area excavations, those areas with greater thickness of clay placed in an excavation will also settle over time from the excavation backfill compressing under its own weight. Construction delays and monitoring through the use of settlement plates may be required in these areas of deeper fills. If the construction schedule is such that delays cannot be endured, imported sands could be used to reduce the need for a construction delay. This should be evaluated once a final site plan has been prepared. ■ The soils at anticipated invert elevations for the proposed sanitary sewer installation generally appear suitable for support of the pipe. If groundwater or perched water is encountered, a layer of sand or aggregate may need to be placed beneath the pipe to act as bedding material. Perched groundwater layers may also be encountered during the excavation for the pipe installation. Post construction settlement of the utility trench backfill may also occur if the depth of the pipe exceeds 10 feet. D. Recommendations In accordance with our findings, below are our recommendations for construction of the proposed residential development, including utility installation, and street construction. BPAU N 1NTERTEC � I � I Lennar Corporation Project BL -10 -09747 December 2, 2010 Page 7 D.1. House Pad and Pavement Subgrade Preparation DA.a. Excavations ' We recommend removing the vegetation, topsoil, fill, slopewash deposits, and soft to rather soft soils from within the house pad and roadway areas (including oversize areas). Based on the results of our soil ' borings, excavation depths are expected to range from approximately 1/2 to 13 feet. Table 1 below lists the anticipated depths of excavation at the boring locations. 1 Table 1. Anticinated Excavation Denths for Residential Construction. F Boring Surface Elevation (ft) Anticipated Depth of Excavation (ft) Approximate Bottom Elevation (ft) ST -1 917.5 13 904 %2 ST -2 889.0 10-12* 879 -877* ST -3 879.1 12 867 ST-4 914.7 7 907 %2 ST -5 904.9 % 904 ST -6 918.4 % 918 ST -7 905.6 .4 901 '/2 ST -8 888.6 7 -12* 881 M - 876 Y. ST -9 904.1 '/2 903 Y22 ST -10 884.9 3 882 *The depth of excavation should be further evaluated in the field during site grading. Excavation depths will vary between the borings. Portions of the excavations may also be deeper than indicated by the current and previous borings.. Contractors should also be prepared to extend excavations in wet or fine- grained soils to remove disturbed bottom soils. . To provide lateral support to replacement backfill, additional required fill and the structural loads they will support, we.recommend oversizing (widening) the excavations 1 foot horizontally beyond the outer edges of the building perimeter footings, or pavement limits, for each foot the excavations extend below bottom -of- footing or pavement subgrade elevations. 0.1.b. Excavation Dewatering i We recommend removing groundwater from the excavations. Sumps and pumps can be considered for excavations in low- permeability silt- and clay -rich soils. BRAUN I NTE RTEC Lennar Corporation Project BL -10 -09747 December 2, 2014 Page 8 t D.1.c. Selecting Excavation Backfill and Additional Required Fill If the bottoms of the excavations remain wet, or have water seeping into them, we recommend initially backfilling over wet or submerged excavation bottoms with at least 2 feet of coarse sand having less than 50 percent of the particles by weight passing a #40 sieve, and less than 5 percent of the particles passing ' a #200 sieve. This material will need to be imported from offsite. If the bottom of the excavations remain dry and stable, or after the coarse sand has been placed, on -site ' soils free of organic soil and debris can be considered for reuse as backfill and fill. The clay soils, however, being fine - grained, will be more difficult to compact if wet allowed to become wet, or if spread and ' compacted over wet surfaces. Most of the onsite soils appear to have moisture contents well above its probable optimum moisture ' content. As a result, prospective fill soils may require substantial moisture conditioning in order to attain proper compaction. Moisture conditioning can be labor and time intensive, and is only recommend during summer months (approximately June through. September). In areas where more than 10 feet of fill is required below proposed houses, a construction delay will - likely be needed to allow the fill to consolidate under its own weight. Construction delays typically last 3 to 6 months, but could be extended longer depending on the depth of fill and the level of compaction ' obtained. If a longer settlement delay is not possible, we recommend filling the initial lifts with sand containing less than 12 percent of the particles by weight passing a #200 sieve. This material will need to be irriported fill. We should be consulted to discuss and provide additional recommendations for areas ' of fill thicker than 10 feet. We also recommend that granular subbase material for pavement support consist of sand having less than 12 percent of the particles by weight passing a #200 sieve. D.U. Placement and Compaction of Backfill and Fill We recommend spreading backfill and fill in loose lifts of approximately 8 to 12 inches. We recommend ' compacting backfill and fill in accordance with the criteria presented below in Table 2: The relative compaction of utility trench backfill should be evaluated based on the structure below which it is installed, and vertical proximity to that structure. ' BRAUN NTE RTEC I f Lennar Corporation Project BL- 10-09747 December 2, 2010 Page 9 Tmhla 7 f mmnartinn Rarnmmpndatinnc Summaru `Except for wall backtill. See Section D.3. of this report. If fill depths exceed 10 feet, the minimum compaction requirement should be increased to 98 percent. As noted above, if fill depths exceed. 10 feet, a construction delay may be necessary to allow the fill to consolidate under its own weight. Construction delays can range from 3 to 6 months or longer, depending on the depth and type of fill placed. We recommend placing settlement plates on lots where a construction delay is required to allow for periodic monitoring. We recommend monitoring the settlement plates once a week during the first month, once every other week for the second month, and once a month thereafter until the settlement rate has declined to within tolerable ranges. As mentioned previously, if the construction schedule is such that a construction delay cannot be tolerated, imported sand containing less than 12 percent of fine- grained material, can be placed to within 10 feet of the bottom of footing elevation. Sand soils consolidate much quicker than clay soils, and the majority of consolidation will likely be completed during construction of the lot. If fill is to be placed on slopes with a gradient steeper than a 5:1 (horizontal to vertical) grade, there is potential for instability, resulting in creep of the fill mass. In these cases, we recommend "benching" or excavating into the slopes at 5 -foot vertical intervals to key the fill into the slope. We recommend each bench be a minimum of 10 feet wide. sRt►uN INTERTEC Relative Compaction, percent Moisture Content Variance from Reference (ASTM D 698— standard Proctor) optimum, percentage points Below foundations, less than 95 -1 to +3 for clayey soils 10 feet of fill ± 3 for sandy soils Below foundations, greater than 98 -1 to +2 for clayey soils 10 feet of fill t 3 for sandy soils -1 to +3 for clayey soils Below slabs 95 ± 3 for sandy soils Below pavements, within 3 feet -1 to +1 for clayey soils of subgrade elevations 100 ± 3 for sandy soils Below pavements, more than 3 feet 9S -1 to +3 for clayey soils below subgrade elevations ± 3 for sandy soils -3 to +5 for clayey soils Below landscaped surfaces * 90 * ± 5 for sandy soils `Except for wall backtill. See Section D.3. of this report. If fill depths exceed 10 feet, the minimum compaction requirement should be increased to 98 percent. As noted above, if fill depths exceed. 10 feet, a construction delay may be necessary to allow the fill to consolidate under its own weight. Construction delays can range from 3 to 6 months or longer, depending on the depth and type of fill placed. We recommend placing settlement plates on lots where a construction delay is required to allow for periodic monitoring. We recommend monitoring the settlement plates once a week during the first month, once every other week for the second month, and once a month thereafter until the settlement rate has declined to within tolerable ranges. As mentioned previously, if the construction schedule is such that a construction delay cannot be tolerated, imported sand containing less than 12 percent of fine- grained material, can be placed to within 10 feet of the bottom of footing elevation. Sand soils consolidate much quicker than clay soils, and the majority of consolidation will likely be completed during construction of the lot. If fill is to be placed on slopes with a gradient steeper than a 5:1 (horizontal to vertical) grade, there is potential for instability, resulting in creep of the fill mass. In these cases, we recommend "benching" or excavating into the slopes at 5 -foot vertical intervals to key the fill into the slope. We recommend each bench be a minimum of 10 feet wide. sRt►uN INTERTEC Lennar Corporation Project BL- 10-09747 December 2, 2010 Page 10 D.2. Spread Footings D.2.a. Embedment Depth For frost protection, we recommend embedding perimeter footings 42 inches below the lowest exterior grade. Interior footings may be placed directly below floor slabs. We recommend embedding building footings not heated during winter construction, and other unheated footings associated with decks, porches, stoops or sidewalks 60 inches below the lowest.exterior grade. Attached garages are generally considered heated structures and may be supported by footings placed a minimum of 42 inches below outside finished grade. Foundations for porches or decks should be extended at least 5 feet below finished grade. The foundations should be constructed at a minimum 21/2 x 2 1/2 foot wide footing tied with reinforcing steel to the foundation column. If a drilled shaft is utilized, the bottom of the shaft should be belled at the bottom an additional 12_ inches. For either foundation type, the shaft or foundation column should be wrapped by a material that will not allow frozen soils to adhere to the foundations, potentially heaving them. The use of soon -tubes for shaft foundations is usually not sufficient to act as a bond break. D.2.b. Subgrade Improvement If a small amount.of groundwater is present within the excavation prior to placing forms or reinforcement, we recommend placing a 6- to 12 -inch layer of clear rock. The clear rock will provide a stable working surface, and will allow for the flow of water.to a drain tile or sump pump. D.U. Net Allowable Bearing Pressure We recommend sizing spread footings to exert a net allowable bearing pressure of 2,000 pounds per square foot (psf). This value includes a safety factor of at least 3.0 with regard to bearing capacity failure. The net allowable bearing pressure can be increased by one -third its value for occasional transient loads, but not for repetitive loads due to traffic, or for other live loads from snow or occupancy. D.2.d. Settlement We estimate that total and differential settlements among the footings will amount to less than 1 and 1/2 inch, respectively, under the reported loads. In areas where more than 10 feet of fill are placed, greater settlements could occur if a construction delay is not observed. 1 s I t I � sRnuN INTERTEC D.3. Basement Walls Lennar Corporation Project BL -10 -09747 December 2, 2010 Page 11 The following sections address soil parameters for basement wall design. Many of the following recommendations can also be incorporated into any preliminary retaining wall design that may occur on this site. If retaining walls are planned we recommend that additional soil borings and analyses be completed. D.3.a. Drainage Control it 0 1 We recommend installing subdrains behind the basement walls, adjacent to the wall footings, below the slab elevation. The subdrains could consist of perforated pipes embedded in washed gravel, which in turn is wrapped in filter fabric. Perforated pipes encased in a filter "sock" and embedded in washed gravel, however, may also be considered. Alternative drainage systems could also be used. We recommend routing the subdrains to a sump and pump capable of routing any accumulated groundwater to a storm sewer or other suitable disposal site. . General waterproofing of basement walls is recommended even with the use of free - draining backfill because of the potential cost impacts related to seepage after construction is complete. D.3.b. Selection, Placement and Compaction of Backfill Unless a drainage composite is placed against the backs of the exterior perimeter basement walls, we recommend that backfill placed within 2 horizontal feet of those walls consist of sand having less than 50 percent of the particles by weight passing a #40 sieve and less than 5 percent of the particles by weight passing a #200 sieve. Sand meeting this gradation will need to be imported. We recommend that the balance of the backfill placed against exterior perimeter walls also consist of sand, though it is our opinion that the sand may contain up to 20 percent of the particles by weight passing a #200 sieve. If clay must be considered for use to make up the balance of the below -grade wall backfill (assuming a drainage composite or sand is placed against the backs of the walls), post- compaction consolidation of the clay occurring under its own weight can be expected to continue beyond the end of construction. The magnitude of consolidation could amount to between 1 and 3, percent of the clay backfill thickness, or wall height, and if not accommodated could cause slabs or pavements to settle unfavorably or be damaged. Should clay still be considered for use as backfill, however, we further recommend that: ■ The bottoms of the excavations required for basement wall construction are wide enough to accommodate compaction equipment. BRAUN INTERTEC Lennar Corporation Project BL- 10-04747 December 2, 2010 Page 12 • Backfill is placed at moisture contents at least equal to, but not more than three percentage points above, its optimum moisture content. ■ Backfill is placed in loose lifts no thicker than 6 inches prior to compaction. The relative compaction of the backfill is measured through density testing at intervals not exceeding one test per"50 horizontal feet for each 2 vertical feet of backfill placed. We recommend a walk behind compactor be used to compact the backfill placed within about 5 feet of the retaining walls and basement walls. Further away than that, a self - propelled compactor can be used. Compaction criteria for below -grade walls should be determined based on the compaction recommendations provided above in Section D.I. Exterior backfill not capped with slabs or pavement should be capped with a low - permeability soil to limit the infiltration of surface drainage into the backfill. The finished surface should also be sloped to divert water away from the walls. D.3.c. Configuring and Resisting Lateral Loads Basement wall design can be based on active earth pressure conditions if the walls are allowed to rotate slightly. If rotation cannot be tolerated, then design should be based on at -rest earth pressure conditions. Rotation up to 0.002 times the wall height is generally required at activate.active earth pressure conditions when walls are backfilled with sand *. Rotation up to 0.02 times the wall height is required when walls are backfilled with clay. ' To design for sand backfill, excavations required for wall construction should be wide enough and flat enough so that sand is present within a zone that (1) extends at least two horizontal feet beyond the bottom outer edges of the wall footings (the wall heel, not the stem) and then (2) rises up and away from the wall at an angle no steeper than 60 degrees from horizontal. We anticipate these geometric conditions will be met if the excavations meet OSHA requirements for the types of soils likely to be exposed in the excavation, and the wall footings are cast against wood forms rather than any portion of the excavation. Recommended equivalent fluid pressures for wall design based on active and at -rest earth pressure conditions are presented below in Table 3. Assumed wet unit backfill weights, and internal friction angles are also provided. The recommended equivalent fluid pressures in particular assume a level backfill with no surcharge — they would need to be revised for sloping backfill or other dead or live loads that are placed within a horizontal distance behind the walls that is equal to the height of the walls. Our design values also assume that the walls are drained so that water cannot accumulate behind the walls. c. 1NTERTEC Lennar Corporation Project BL- 10-09747 December 2, 2010 Page 13 Table 3. Recommended Below -Grade Wall Desien Parameters Resistance to lateral earth pressures will be provided by passive resistance against the retaining wall or basement wall footings, and by sliding resistance along the bottoms of the wall footings. We recommend assuming a passive pressure equal to 400 pcf for sands and 320 pcf for clays with sliding coefficients equal to 0.40 and 0.35, respectively. These values are un- factored. . DA Interior Slabs DA.a. Moisture Vapor Protection If floor coverings or coatings less permeable than the concrete slab will be used, we recommend that a vapor retarder or vapor barrier be place immediately beneath the slab. Some contractors prefer to bury the vapor retarder or barrier beneath a layer of sand to reduce curling and shrinkage, but this practice risks trapping water between the slab and vapor retarder or barrier. Regardless of where the vapor retarder or barrier is placed, we recommend consulting with floor r covering manufacturers regarding the appropriate type, use and installation of the vapor retarder or barrier to preserve warranty assurances. D.O. Radon In preparation for radon mitigation systems, we recommend that slabs on grade be constructed over a layer of gas permeable material consisting of a minimum of 4 inches of either clean aggregate, or sand overlain with a geotextile matting suitable for venting the subgrade. The clean aggregate material should consist of sound rock no larger than 2 inches and no smaller than % inch. Sand should have less than 50 percent of the particles by weight passing a #40 sieve and less than 5 percent of the particles by weight passing a #200 sieve. minimum) should be Above the gas permeable aggregate or sand, a polyethylene sheeting {6 mil m } laced. p The sheeting should be properly lapped and penetrations through the sheeting sealed. Penetrations i through the slab and foundation walls should also be sealed. BRAUN (NTERTEC Equivalent Fluid Equivalent Fluid Wet Unit Weight Friction Angle Pressure, Active Case Pressure, At -Rest Case BackfilI Soil (Pcf) (deg) (pcf) (pcf) Sand 1 120 32 40 55 Clay (CL, CLS) 1 125 26 50 1 70 Resistance to lateral earth pressures will be provided by passive resistance against the retaining wall or basement wall footings, and by sliding resistance along the bottoms of the wall footings. We recommend assuming a passive pressure equal to 400 pcf for sands and 320 pcf for clays with sliding coefficients equal to 0.40 and 0.35, respectively. These values are un- factored. . DA Interior Slabs DA.a. Moisture Vapor Protection If floor coverings or coatings less permeable than the concrete slab will be used, we recommend that a vapor retarder or vapor barrier be place immediately beneath the slab. Some contractors prefer to bury the vapor retarder or barrier beneath a layer of sand to reduce curling and shrinkage, but this practice risks trapping water between the slab and vapor retarder or barrier. Regardless of where the vapor retarder or barrier is placed, we recommend consulting with floor r covering manufacturers regarding the appropriate type, use and installation of the vapor retarder or barrier to preserve warranty assurances. D.O. Radon In preparation for radon mitigation systems, we recommend that slabs on grade be constructed over a layer of gas permeable material consisting of a minimum of 4 inches of either clean aggregate, or sand overlain with a geotextile matting suitable for venting the subgrade. The clean aggregate material should consist of sound rock no larger than 2 inches and no smaller than % inch. Sand should have less than 50 percent of the particles by weight passing a #40 sieve and less than 5 percent of the particles by weight passing a #200 sieve. minimum) should be Above the gas permeable aggregate or sand, a polyethylene sheeting {6 mil m } laced. p The sheeting should be properly lapped and penetrations through the sheeting sealed. Penetrations i through the slab and foundation walls should also be sealed. BRAUN (NTERTEC Lennar Corporation Project BL- 10-09747 December 2, 2010 Page 14 • Sloping the bottoms of the excavations to drain away from the building. • installing perforated drainpipes along the bottom outer edges of the excavations to collect and dispose of surface drainage and groundwater that could otherwise accumulate within the backfill and contribute to heaving. One alternative for reducing frost - related heave is to place at least 2 inches of extruded polystyrene D.S. Exterior Slabs The insulation may have to be buried below a cushion of sand or gravel to protect it during construction. ' with most) lean clay and sand lean clay, Exterior slabs will likely be underlain y y Y Y, which are considered moderately to highly frost susceptible. If these soils become saturated and freeze, unfavorable amounts from buildings helps limit the of heaving could occur. Grading to direct surface drainage away potential for saturation and subsequent heaving to occur. Still, even limited amounts of movement can create tripping hazards. One way to help limit the potential for heaving to occur is to remove frost - susceptible soils present below the overlying slab "footprints" down to bottom -of- footing grades or to a maximum depth of 5 feet below subgrade elevation, whichever is least, and replace them with non frost - t susceptible (NFS) backfill consisting of sand having less than 5 percent of the particles by weight passing a #200 sieve. If the banks of excavations to remove frost-susceptible soils from below exterior slabs are not sloped, abrupt transitions between frost - susceptible and NFS backfill will exist along which unfavorable amounts of differential heaving may still occur. Such transitions could exist between exterior slabs and pavements, between slabs and sidewalks, and along the slabs themselves should excavations be confined only to the building entrances. NSF backfill is also likely to be more permeable than the soils it replaces, and so can also trap infiltrating surface drainage and groundwater that can contribute to heaving at transitions. To address these issues, we recommend: ■ Sloping the banks of excavations to remove frost - susceptible soils at a 3:1 flatter I (horizontal:vertical) or gradient. • Sloping the bottoms of the excavations to drain away from the building. • installing perforated drainpipes along the bottom outer edges of the excavations to collect and dispose of surface drainage and groundwater that could otherwise accumulate within the backfill and contribute to heaving. One alternative for reducing frost - related heave is to place at least 2 inches of extruded polystyrene foam insulation below the slabs and extend it approximately 4 feet beyond the outer edges of the slabs. The insulation may have to be buried below a cushion of sand or gravel to protect it during construction. ' Another alternative is to support the slabs on frost -depth footings, and suspending the slabs at least 4 inches above the underlying subgrade soils to accommodate heaving without it affecting the slabs. seauw INTERTEC , Lennar Corporation Project BL -10 -09747 December 2, 2010 Page 15 D.6. Pavements r D.6.a. Subgrade Proof -Roll Prior to placing aggregate base material, we recommend proof - rolling pavement subgrades to determine if the subgrade materials are loose, soft or weak, and in need of further stabilization, compaction or subexcavation and recompaction or replacement. A second proof -roll should be performed after the aggregate base material is. in place, and prior to placing bituminous or concrete pavement. D.6.b. Design Sections Laboratory tests to determine an R -value for pavement design were not included in the scope of this project. Based on our experience with similar projects in the area, however, it is our opinion that an R- value of 10 can be assumed for design purposes. ' Based upon the aforementioned traffic loads and an R -value of 10, we recommend a bituminous pavement section that includes a minimum of 31/2 inches of bituminous pavement (a 1 1/2 -inch surface course over a 2 -inch base course) over 8 inches of aggregate base material and 18 inches of sand subbase. 1 The above pavement designs are based upon a 20 7year performance life. This is the amount of time before major reconstruction is anticipated. This performance life assumes maintenance, such as seal coating and crack sealing, is routinely performed. The actual pavement life will vary depending on variations in weather, traffic conditions and maintenance. D.6.c. Materials and Compaction We recommend specifying crushed aggregate base meeting the requirements of Minnesota Department of Transportation (Mn /DOT) Specification 3138 for Class 5. We recommend that the bituminous wear and base courses meet the requirements of Specifications 2360. We recommend that the aggregate base be compacted to a minimum of 100 percent of its maximum standard Proctor dry density. We recommend that the bituminous pavement be compacted to at least 92 1 percent of the maximum theoretical Rice density. D.6.d. Subgrade Drainage We recommend installing perforated drainpipes throughout pavement areas at low points and about catch basins. The drainpipes should be placed in small trenches extended at least 8 inches below the N granular subbase layer (if utilized) — or aggregate base material where no subbase is present. BRAUN INTERTEC Lennar Corporation Project BL -10 -09747 December 2, 2010 Page 16 13.7. Utilities D.7.a. Subgrade Stabilization We anticipate that utilities can be installed per manufacturer bedding requirements. If localized soft areas are encountered at pipe invert elevations, we recommend placing a stabilizing aggregate beneath the pipe. The depth of the aggregate bedding will vary, however, a minimum of 6 inches and a maximum of 2 feet is commonly used. This should be evaluated in the field at the time of installation. D.7.b. Selection, Placement and Compaction of Backfill We recommend selecting, placing and compacting utility backfill in accordance with the recommendations provided above in Section D.I. D.B. Construction Quality Control D.B.a. Excavation Observations We recommend having a geotechnical engineer observe all excavations related to subgrade preparation and spread footing, slab -on -grade and pavement construction. The purpose of the observations is to evaluate the competence of the geologic materials exposed in the excavations, and the adequacy of required excavation oversizing. D.B.b. Materials Testing We recommend density tests be taken in excavation backfill and additional required fill placed below spread footings, slab -on -grade construction, beside foundation walls, behind basement walls, behind retaining walls, and below pavements. We recommend Marshall tests on bituminous mixes to evaluate strength and air voids, and density tests to evaluate compaction. We also recommend slump, air content and strength tests of Portland cement concrete. D.B.c. Pavement Subgrade Proof -Roll We recommend that proof - rolling of the pavement subgrades be observed by a geotechnical engineer to determine if the results of the procedure meet project specifications, or delineate the extent of additional pavement subgrade preparation work. J 1� I sRauN INTERTEC , i Lennar Corporation Project BL -10 -09747 December 2, 2010 Page 17 D.8.d. Cold Weather Precautions If site grading and construction is anticipated during cold weather, all snow and ice should be removed from cut and fill areas prior to additional grading. No fill should be placed on frozen subgrades. No frozen soils should be used as fill. Concrete delivered to the site should meet the temperature requirements of ASTM C 94. Concrete should not be placed on frozen subgrades. Concrete should be protected from freezing until the necessary strength is attained. Frost should not be permitted to penetrate below footings. E. Procedures E.1. Penetration Test Borings The penetration test borings were drilled with an all terrain - mounted core and auger drill equipped with hollow -stem auger. The borings were performed in accordance with ASTM D 1586. Penetration test samples were taken at 21/2- or 5 -foot intervals. Actual sample intervals and corresponding depths are shown on the boring logs. E.2. Material Classification and Testing E.2.a. Visual and Manual Classification The geologic materials encountered were visually and manually classified in accordance with ASTM Standard Practice D 2488. A chart explaining the classification system is attached. Samples were placed in jars or bags and returned to our facility for review and storage. E.2.1b. Laboratory Testing The results of the laboratory tests performed on geologic material samples are noted on or follow the appropriate attached exploration logs. The tests were performed in accordance with ASTM or AASNTO procedures. E.3. Groundwater Measurements The drillers checked for groundwater as the penetration test borings were advanced, and again after auger withdrawal. The boreholes were then immediately backfilled. BiRAu IN 1 NTE RTEC Lennar Corporation Project BL -10 -09747 December 2, 2010 ' Page 18 F. Qualifications F.I. Variations in Subsurface Conditions F.1.a. Material Strata Our evaluation, analyses and recommendations were developed from a limited amount of site and subsurface information. It is not standard engineering practice to retrieve material samples from exploration locations continuously with depth, and therefore strata boundaries and thicknesses must be inferred to some extent. Strata boundaries may also be gradual transitions, and can be expected to vary in depth, elevation and thickness away from the exploration locations. ' Variations in subsurface conditions present between exploration locations may not be revealed until ' additional exploration work is completed, or construction commences. If any such variations are revealed, our recommendations should be re- evaluated. Such variations could increase construction costs, and a contingency should be provided to accommodate them. FA.b. Groundwater Levels Groundwater measurements were made under the conditions reported herein and shown on the exploration logs, and interpreted in the text of this report. It should be noted that the observation periods were relatively short, and groundwater can be expected to fluctuate in response to rainfall, flooding, irrigation, seasonal freezing and thawing, surface drainage modifications and other seasonal and annual factors. , F.2. Continuity of Professional Responsibility I F.2.a. Plan Review This report is based on a limited amount of information, and a number of assumptions were necessary to help us develop our recommendations. It is recommended that our firm review the geotechnical aspects of the designs and specifications, and evaluate whether the design is as expected, if any design changes have affected the validity of our recommendations, and if our recommendations have been correctly interpreted and implemented in the designs and specifications. F.2.b. Construction observations and Testing It is recommended that we be retained to perform observations and tests during construction. This will allow correlation of the subsurface conditions encountered during construction with those encountered by the borings, and provide continuity of professional responsibility. , BRAUN INTERTEC , Lennar Corporation Project BL -10 -09747 December 2, 2010 Page 19 F.3. Use of Report This report is for the exclusive use of the parties to which it has been addressed. Without written approval, we assume no responsibility to other parties regarding this report. Our evaluation, analyses and recommendations may not be appropriate for other parties or projects. FA Standard of Care In performing its services, Braun Intertec used that degree of care and skill ordinarily exercised under similar circumstances by reputable members of its profession currently practicing in the same locality. No warranty, express or implied, is made. Mft =u A BE ®■ Appendix I N ai � f = � 7 D L � a I / i l_ V10S3NNIW'N3SSVHNVH0 02fVA31f109 A31111 3NV7 ONV OlMA3V1O9 NVWAI 1N3Wd013A30 TII1N30IS3N O3SOdOi4d NOLLV(11VA314011414031030 H01-:3NS N011V001 ONIaOS 1109 c ^ v o � q O RR y F 6�g .,S �1 \ \ \t � \_ \� \ 1 \ \ /!% ( Ill\ \_i /- - .__ •� \ \�\,o J ( )1 1 \_' ___ '•-�\ \, \ \,, \ \!\ t \ \ ; 7 /.Im Il I, / � �''�`� /,/ �.�• `\ � \\ I \ i 11 r / � \ \ 1 1 1 VI _ / II r ! �f /t /irr�ritrlli�!�l \ 'l lI/i A / /' � \ - _ / / / // 1 1 0 I� 1 II l I 1 /1! /1 / 1 ?lit 1 (11 11 I 1 !! , \\: I III , ilf � 1 / _ l l � 1 1 /jlI IW \Ij � 111/ 1 lit; ;tI l��) tT /�!l� — —fs�l �� I �/ � l - -- ' 1 \ \ \ \ \� •� __ � - _— _. —_ —___ 11 ' I ' ' ` ' 9 og pm -�. \ I I ) ��' ss �s�� %��« �'%-�__:',"� -- ;:_:•yam %' 1 � F p g O �— =s , S ' 0 pl` tpANSP�t�tY.N rtGNT �' M1.T IfI O n MOOM OLOMWS L'ONViS'OL'P'4tl6COLl9OMIW -d B RAID N $" 1NTERTR LOG OF BORING' Braun Project BL -10 -09747 BORING: ST -1 GEOTECHNICAL EVALUATION LOCATION: See attached sketch. Proposed Residential Development Lyman Boulevard and Lake Riley Boulevard Chanhassen, Minnesota DRILLER: S. Briggs METHOD: 31W HSA, Autohammer DATE: 11/15110 SCALE: 1" = 4` Elev. feet Depth feet Description of Materials BPF WL MC Tests or Notes 917.5 0.0 Symbol (Soil- ASTM D2488 or D2487, Rack -USACE EM1110 -1 -2908) % FILL FILL: Lean Clay with Sand, brown with a trace of black, wet. 915.5 2.0 FILL FILL: Lean Clay, with Organics and Roots, dark brown and black, wet. 10 7 4 5 904.5 13.0 8 CL LEAN CLAY, brown, wet, medium to rather stiff. (Glacial Till) 11 32 PL = 50 PI 32 899.5 18.0 CL SANDY LEAN CLAY, with a trace of Gravel, brown, _ wet, stiff. (Glacial Till) A 15 896.5 21.0 END OF BORING. Water not observed with 19 112 feet of hollow -stem auger in the ground. — Water not observed to cave -in depth of 171/2 feet immediately after withdrawal of auger. Boring immediately backfilled. L$L-lu-u7 /4/ ' oraun mienec%'urpurauvn ST -1 page 1 of 1 , p N. d BRAUN INTFRTFC LOG OF BORING Braun Project .BL -10 -09747 BORING ST -2 GEOTECHNICAL EVALUATION LOCATION: See attached sketch. Proposed Residential Development Lyman Boulevard and Lake Riley Boulevard Chanhassen, Minnesota DRILLER: S. Briggs METHOD: 31/4" HSA, Autohammer DATE: 11/15/10 SCALE: V=4' Elev. feet Depth feet Description of Materials . BPF WL MC PP Tests or Notes 889.0 0.0 Symbol (Soil ASTM D2488 or D2487, Rock - USACE EMI 110 % oh CL LEAN CLAY with SAND, with a trace of Organics, dark brown and black, wet. (Topsoil) 886.0 3.0 7 CL SANDY LEAN CLAY, with seams of Silty Sand, brown, _ wet, medium. (Glacial Till) 884.0 5.0 5 24 1 CL LEAN CLAY with SAND, brown, wet, rather soft. _ (Glacial Till) 882.0 7.0 CL SANDY LEAN CLAY, with a trace of Gravel, grayish brown mottled with rust, wet, rather soft. 4 25 114 (Glacial Till) 879.0 10.0 5 1/2 CL SANDY LEAN CLAY, with a trace of Gravel, brown, wet, rather soft. (Glacial Till) 6 _ With lenses of Silty Sand at 13 feet. 874.0 15.0 4 S IT SILTY SAND, fine- to medium - grained, with layers of Lean Clay and Poorly Graded Sand, brown, wet, very loose to loose. _ (Glacial Till) — 5 868.0 21.0 END OF BORING. Water not observed with 19 1/2 feet of hollow -stem auger in the ground. — Water not observed to cave -in depth of 15 feet immediately after withdrawal of auger. Boring immediately backfilled. CL- 1V -VJ /47 v�aui i u uc� �w wi �au� ou�n � B RAV H INTERTEC LOG OF BORING, Braun Project BL -10 -09747 BORING: ST -3 GEOTECHNICAL EVALUATION LOCATION: See attached sketch. Proposed Residential Development Lyman Boulevard.and Lake Riley Boulevard Chanhassen, Minnesota DRILLER: METHOD: DATE: SCALE: 111=4' Elev. feet Depth feet i Descr tion of Materials p BPF WL MC Tests or Notes 879.1 0.0 Symbol (Soil- ASTM D2488 or D2487, Rock -USAGE EM1110 -1 -2908) CL LEAN CLAY, with Organics and Roots, dark brown and _ black, wet. (Slopewash and Topsoil) 4 .SZ _ 3 An open triangle in the _ water level (WL) column indicates the depth at _ which groundwater was observed while drilling. _ 2 Groundwater leves fluctuate. 869.1 10.0 3 21 CL LEAN CLAY, with a layer of Clayey Sand, gray, wet, soft. (Alluvium) 867.1 12.0 SM ': SILTY SAND, fine- to medium - grained, with layers of Lean Clay with Sand, brown, wet, medium. 13 (Glacial Till) 16 861.1 18.0 CL SANDY LEAN CLAY, with a trace of Gravel, gray, wet, stiff. (Glacial Till) 13 858.1 21.0 END OF BORING. Water observed at 9 1/2 feet while drilling. Water observed at 15 112 feet with 19 1/2 feet of — hollow -stem auger in the ground.' Water observed at 5 feet with cave-in depth of 12 1/2 feet immediately after withdrawal of auger. Boring immediately backfilled. nL-iu -uyi -ii —0W Ra-- "uu.n. ST -3 page 1 of 1 1 BRAVN INTERTEC LOG OF BORING Braun Project BL -10 -09747 BORING: ST-4 GEOTECHNICAL EVALUATION LOCATION: See attached sketch. Proposed Residential Development Lyman Boulevard and Lake Riley Boulevard Chanhassen, Minnesota DRILLER: METHOD: DATE: SCALE: 1 = 4' Elev. feet Depth feet Description of Materials p BPF WL MC Tests or Notes 914.7 0.0 Symbol (Soil ASTM D2488 or D2487, Rack - USACE EM1110 - 1 - 2908) FILL FILL: Silty Sand, fine- to medium - grained, with a trace 913.7 1.0 of Gravel, dark brown. FILL FILL: Poorly Graded Sand with Silt, fine- to — medium - grained, with lenses of Silty Sand, with inclusions of Clayey Sand, with a trace of grass, brown 7 — and dark brown, moist to wet. 2 907.7 7.0 SM :: :' SILTY SAND, fine- to medium - grained, with a trace of _ :: Gravel, brown, moist, medium dense. 14 10 p200 = 17 (Glacial Outwash) 905 7 g 0 CL SANDY LEAN CLAY, with lenses of Poorly Graded Sand and Silt, brown, moist to wet, stiff to rather stiff. (Glacial Till) 13 11 899.7 15.0 8 CL SANDY LEAN CLAY, with a trace of Gravel, gray, wet, medium to rather stiff. (Glacial Till) 9 893.7 21.0 END OF BORING. Water not observed with 19 112 feet of hollow -stem — auger in the ground. — Water not observed to cave -in depth of 18 feet immediately after withdrawal of auger. Boring immediately backfilled. oraun inrenea wrpurauon .�. ray... BRAUN SM INTFRTFC LOG OF BORING' Braun Project BL -10 -09747 BORING: ST -5 GEOTECHNICAL EVALUATION LOCATION: See attached sketch. Proposed Residential Development Lyman Boulevard and Lake Riley Boulevard Chanhassen, Minnesota DRILLER: M. Takada METHOD: DATE: 11116/10 SCALE: V =4' Elev. feet Depth feet Description tion of Materials BPF WL MC Tests or Notes 904.9 0.0 Symbol (Solt- ASTM D2488 or D2487, Rock -USACE EM1110 -1 -2908) CL LEAN CLAY, with Organics, dark brown, wet. A (Topsoil) — CL SANDY LEAN CLAY, with a trace of Gravel, brown, — wet, rather stiff to very stiff. (Glacial Till) 10 21 14 16 10 19 No sample recovered. 892.9 12.0 CL SANDY LEAN CLAY, with a trace of Gravel, grayish brown to gray, wet, rather stiff. 12 (Glacial Till) 11 885.9 19.0 SP- :: POORLY GRADED SAND with SILT, fine- to SM :` medium- grained, with a trace of Gravel, brown, moist ' medium dense. 27 883.9 21.0 (GlacialOutwash) END OF BORING. Water not observed with 19 112 feet of hollow -stem — auger in the ground. Water observed at 16 feet with cave -in depth of 17 feet immediately after withdrawal of auger. _ Boring immediately backfilled. c u U L- lU- UVJ'%/ ST -5 page 1 of 1 ' BRAUN SM I NTE RTEC LOG OF BORING Braun Project BL -10 -09747 BORING: ST -6 GEOTECHNICAL EVALUATION LOCATION: See attached sketch. Proposed Residential Development Lyman Boulevard and Lake Riley Boulevard Chanhassen, Minnesota DRILLER: M. Takada METHOD: DATE: 11/16110 SCALE: 1 Elev. feet Depth feet Description of Materials BPF WL MC PP Tests or Notes 918.4 0.0 Symbol (Soil- ASTM D2488 or D2487, Rock -USACE EM1110 -1 -2908) % ov a CL LEAN CLAY, with Organics, dark brown, wet. (Topsoil) — CL LEAN CLAY, brown, wet, stiff to rather stiff. — (Glacial Till) 13 30 1.1/2 9 37 1 911.4 7.0 CL SANDY LEAN CLAY, with a trace of Gravel, brown, _ wet, medium to very stiff. 8 (Glacial Till) 10 20 900.4 18.0 SC CLAYEY SAND, with a trace of Gravel, brown, moist, stiff. (Glacial Till) 16 897.4 21.0 END OF BORING. Water not observed with 19 1/2 feet of hollow -stem — auger in the ground. — Water not observed to cave -in depth of 17 feet immediately after withdrawal of auger. Boring immediately backfilled. c S C S E a d f d I 4 C a a u lSL- lU -Uy /4/ aawi n IMP LWV wipui au" I B RAU N I NTF RTFC LOG OF BORING I Braun Project BL -10 -09747 BORING: ST -7 GEOTECHNICAL EVALUATION LOCATION: See attached sketch. Proposed Residential Development Lyman Boulevard and Lake Riley Boulevard Chanhassen, Minnesota DRILLER: S. Briggs METHOD: DATE: 19115/10 SCALE: 9" = 4' Elev. feet Depth feet Description of Materials p BPF WL MC Tests or Notes 905.6 0.0 Symbol (Soil- ASTM D2488 or D2487, Rock -USACE EM1110 -1 -2908) FILL FILL: Lean Clay, brown, wet. 903.6 2.0 FILL FILL: Silty Sand, fine- to medium - grained, with lenses _ of Lean Clay and a trace of grass, dark brown and 9 gray, wet. 901.6 4.0 CL LEAN CLAY, with lenses of Silty Sand, brown, wet, stiff to rather stiff. (Glacial Till) 13 12 40 895.6 10.0 10 CL LEAN CLAY with SAND, brown, wet, rather stiff. (Glacial Till) 12 No sample recovered. 890.6 15.0 10 ' CL SANDY LEAN CLAY, with a trace of Gravel, brown, wet, rather stiff to very stiff. i_ (Glacial Till) A 27 884.6 21.0 END OF BORING. Water not observed with 19 1/2 feet of hollow-stem _ auger in the ground. — Water not observed to cave -in depth of 13 1/2 feet immediately after withdrawal of auger. Boring immediately backfilled. )F BORING ■ ° c n e z e c a C C Braun Project BL -10 -09747 BORING: ST LOCATION: See attached sketch. GEOTECHNICAL EVALUATION Proposed Residential Development Lyman Boulevard and Lake Riley Boulevard Chanhassen, Minnesota DRILLER: M. Takada METHOD: DATE: 11/16/10 SCALE: 1 Elev. feet Depth feet Description of Materials BPF WL MC PP Tests or Notes 888.6 0.0 Symbol (Soil ASTM D2488 or D2487, Rock - USACE EM1 110 - 2908) % % _ 881.6 7.0 CL LEAN CLAY, with Organics, black and dark brown, wet. (Slopewash or Topsoil) 6 5 7 28 1 112 CL LEAN CLAY, light gray mottled with rust, wet, medium to rather soft. (Glacial Till) 876.6 12.0 4 7 2 15 Q 46 24 1/4 1 P200 = 6.5% 1 873.6 15.0 CL LEAN CLAY, gray, wet, medium. (Glacial Till) ' — i 867.6 21.0 SP- SM .`:: :: POORLY GRADED SAND with SILT, fine- to medium - grained, with a trace of Gravel, brown to gray, waterbearing, very loose to medium dense. (Glacial Outwash) END OF BORING. Water observed at 15 feet while drilling. Water observed at 17 feet with 19 1/2 feet of — hollow-stem auger in the ground. — Water observed at 16 feet immediately after withdraws of auger. Boring immediately backfilled. i i C7Jt n�nn 1 of 1 BL -10 -49747 Braun nntenee Corporaaun BRAUN INTFRTFC LOG OF BORING' Braun Project BL -10 -09747 BORING: ST -9 GEOTECHNICAL EVALUATION LOCATION: See attached sketch. Proposed Residential Development Lyman Boulevard and Lake Riley Boulevard Chanhassen, Minnesota DRILLER: M. Takada METHOD: DATE: 11116/10 SCALE: 1 Elev. feet Depth feet Description of Materials p BPF WL MC PP Tests or Notes 904.1 0.0 Symbol (Soil ASTM D2488 or D2487, Rock - USACE EM1110 - 1 - 2908) CL M1 LEAN CLAY, with Organics, dark brown, wet. (Topsoil) CL LEAN CLAY, with seams of Silty Sand, brown, wet, — medium. (Glacial Till) 6 38 11/2 900.1 4.0 CL LEAN CLAY with SAND, brown, wet, medium. (Glacial Till) 7 23 1 112 897.1 7.0 CL SANDY LEAN CLAY, with a trace of Gravel, brown _ mottled with rust, wet, medium to stiff. 8 (Glacial Till) 10 g �— 9 i i A 13 883.1 21.0 END OF BORING. Water not observed with 19 1/2 feet of hollow -stem _ auger in the ground. — Water observed at 17 feet immediately after withdrawal of auger. Boring immediately backfilled. s�- �u -uyivi . Q -9 page 1 of 1 ■ u�aun una iw vv�pv�ou�n BRAUN 1 NTE RTEC LOG OF BORING Braun Project BL- 10 -09747 BORING: S -10 GEOTECHNICAL EVALUATION LOCATION: See attached sketch. Proposed Residential Development Lyman Boulevard and Lake Riley Boulevard Chanhassen, Minnesota DRILLER: M. Takada METHOD: DATE: 11/16/10 SCALE: 1 = 4' Elev. feet Depth feet Description of Materials BPF WL MC PP Tests or Notes 884.9 0.0 Symbol (Soil ASTM D2488 or D2487, Rock - USACE EMI 110 - 2908) % % CL LEAN CLAY, with Organics, dark brown, wet. (Topsoil) 881.9 3.0 8 CL LEAN CLAY, gray, wet, medium. 880.9 4.0 (Glacial Till) CL LEAN CLAY, brown, wet, medium. — (Glacial Till) 6 38 1112 877.9 7.0 �Z CL LEAN CLAY with SAND, brown, wet, medium. — (Glacial Till) 7 35 2 874.9 10.0 7 CL SANDY LEAN CLAY, with a trace of Gravel, brown, _ wet, medium to very stiff. (Glacial Till) 18 869.9 15.0 22 CL SANDY LEAN CLAY, with a trace of Gravel, gray, wet, _ very stiff to stiff. (Glacial Till) i 15 863.9 21.0 END OF BORING. Water observed at 18 1/2 feet with 19 1/2 feet of – hollow -stem auger in the ground. – Water observed at 7 feet with cave -in depth of 13 feet immediately after withdrawal of auger. Boring immediately backfilled. 5L ^lU-U7 /4/. MUM IF ILWI LM; 1..VI NV{GU V11 BRAUN INTERTEC .1 Descriptive Terminology of Soil Standard D 2487 - 00 ' Classification of Soils for Engineering Purposes (Unified Soil Classification System) a Based an the material passing Ihe3an(75mm)sieve. b. N field sample contained cobbles or boulders, or both, add Ali cobbles or boulders or both' to group name. c. C. - D 1 D C = (D D d Ifsoilomtains >l5 % sand. add Wh sand' to grow name. a Grards with 5 to12% fines require dual symbols: GW-GM well- graded gravel with silt GW W well- graded gravel with day GP-GM poorly graded gravel with silt GP-GC ply graded gravel with day f. If fines classify as CL-ML, use dual symbol GC-GM or SC-SM. g. If fines are organre, add'with orgadcfines'to group name. h. If soil contains 2 45% gravel, add 'with graver to group name. L SandswMi5to12 %finesrequire dual symbols: SWSM well- graded sand with sift SWSC well-graded sand vMh day SPSM poorly graded sand with sit SP-SC poorly graded sand with day I If Atterberg limits plot in hatdretl area, sod is a CL -ML, silly day. k lfsailmntainst0to29%plusNa. 200, add' wdhsand' or lwhhgraverwtddmverispredominanL L Ifsohoonta ms t 30%pkallo.200,pledorhnantysand ,add "sandy`togroupname. m Ifsoll containsk 30% plus No- 2DOpredominarilly gravel. ack!'gravelly"10 group name. n. Pt 2 4 and plots an or above `A" litre, o. Pt <4 or plots below W Gne. p. Pi plots on or above A' rme. q. PI plots below "A` line. 60 50 40 X 73 5 30 y 20 ea 0" 10 7 4 0 0 10 16 20 30 40 50 60 70 80 90 100 110 Soils Classification Criteria for Assigning Group Symbols and a 3`to 12" Gravel Group Names Using Laboratory Tests Symboll Group Name n C Gravels Clean Gravels C 4 and 1 < C ° : 3c GW Well- graded gravels u More than 50 1 /b of 5 0 /6 or less fines ° C "< 4 ertd/or 1 > C"> 3 ° GP Poatyy graded gravel ° c oz a m coarse fraction retained on Gravels with Flies Fines dasFft as ML or MH GM _ S - 14 gravel °fp Fines classify as CL or CH GC Cla rdVel di p No. 4 sieve More than 12% fines ° 01W N Sands Clears Sands C Z 6 and 1 < C < 3 SW Well- graded sand ^ z 5 0% or more of 5% or less fines' C ° < 6 andlor 1 > C 3 ° SP Poorly graded sand ^ ac m coars s aes on Sands with Fines Fines classify as ML or MH SM Silty sand t p b Fines classify as CL or CH SC Clayey Sand E No 4 sieve More than 12% . ma inorganic PI > 7 and plots on or above A" Gne f CL Lean d k 1 m PI < 4 or plots below `A` fines ML Sit k I m !s a Silts and Clays u m m m o Liquid limit less than 50 Organic Liq < 0.75 uid limit- oven dried OL Organic day o Q . e L iquid limit - not dried OL Organic sift k I m o o c Silts Inorganic PI plots on or above `A" line CH Fat day 11 1 m Pi plots below `A` line MH Elastic sift k 1 m Al E d ` and clays m z a o e Liquid limit 50 or more Organic Liquid limit- oven dried < 0.75 OH Organic day k I m v to I Liquid limit -not dried OrganiIft m Q Highly Organic Soils I Primarily organic matter, dark in color and organic odor PT Peat a Based an the material passing Ihe3an(75mm)sieve. b. N field sample contained cobbles or boulders, or both, add Ali cobbles or boulders or both' to group name. c. C. - D 1 D C = (D D d Ifsoilomtains >l5 % sand. add Wh sand' to grow name. a Grards with 5 to12% fines require dual symbols: GW-GM well- graded gravel with silt GW W well- graded gravel with day GP-GM poorly graded gravel with silt GP-GC ply graded gravel with day f. If fines classify as CL-ML, use dual symbol GC-GM or SC-SM. g. If fines are organre, add'with orgadcfines'to group name. h. If soil contains 2 45% gravel, add 'with graver to group name. L SandswMi5to12 %finesrequire dual symbols: SWSM well- graded sand with sift SWSC well-graded sand vMh day SPSM poorly graded sand with sit SP-SC poorly graded sand with day I If Atterberg limits plot in hatdretl area, sod is a CL -ML, silly day. k lfsailmntainst0to29%plusNa. 200, add' wdhsand' or lwhhgraverwtddmverispredominanL L Ifsohoonta ms t 30%pkallo.200,pledorhnantysand ,add "sandy`togroupname. m Ifsoll containsk 30% plus No- 2DOpredominarilly gravel. ack!'gravelly"10 group name. n. Pt 2 4 and plots an or above `A" litre, o. Pt <4 or plots below W Gne. p. Pi plots on or above A' rme. q. PI plots below "A` line. 60 50 40 X 73 5 30 y 20 ea 0" 10 7 4 0 0 10 16 20 30 40 50 60 70 80 90 100 110 Particle Sae Identification ' Boulders ............................... over 12" Liquid Limit (LL) 3`to 12" Gravel Laboratory Tests DD Dry density, pcf OC Organic content, % WD Wet density, pef S Percent of saturation, % MC Natural moisture content, % so Specifrcgravity LL Ugiuid limit, % C Cohesion, pst PL Plastfclimit,% 0 Angle of internal friction PI Plasticity index, % qu Unconfined compressive strength, psf P200 % passing 200 sieve qp Pocket penetrometer strength, tsf Particle Sae Identification ' Boulders ............................... over 12" Cobbles ............................... 3`to 12" Gravel 4 to 5 BPF Coarse .. ........................ - 314` to 3' Fine .. ............................... No. 4 to 314 Sand Stiff ........ ............................... Coarse ............................ No. 4 to No. 10 Medium ........................... No. 10 to No. 40 Fine .. ............................... No. 40 to No. 200 Sift ....................................... <No. 200. PI <4or below'A "Une Clay .......... ........................... < No. 200, PIZ4 and on or above "A` line war, Particle Sae Identification ' Boulders ............................... over 12" Cobbles ............................... 3`to 12" Gravel 4 to 5 BPF Coarse .. ........................ - 314` to 3' Fine .. ............................... No. 4 to 314 Sand Stiff ........ ............................... Coarse ............................ No. 4 to No. 10 Medium ........................... No. 10 to No. 40 Fine .. ............................... No. 40 to No. 200 Sift ....................................... <No. 200. PI <4or below'A "Une Clay .......... ........................... < No. 200, PIZ4 and on or above "A` line Relative Density of Cohesionless Soils Very loose . ............................... 0 to 4 BPF Loose ........ ............................... 5 to 10 BPF Medium dense ......................... 11 to 30 BPF Dense ....... ............................... 31 to 50 BPF Very dense ............................... over 50 BPF Consistency of Cohesive Soils Very soft .... ............................... 0 to 1 BPF Soft ........ ............................... 2 to 3 BPF Rather soft ............................... 4 to 5 BPF Medium ..... ............................... 6 to 8 BPF Rather stiff ............................... 9 to 12 BPF Stiff ........ ............................... 13 to 16 BPF Very stiff .... ............................... 17 to 30 BPF Hard ........ ............................... over 30 BPF Drilling Notes Standard penetration test borings were advanced by 3114' or 6114' ID hollow -stem augers unless noted otherwise, .letting water was used to dean out auger prior to sampling only where indicated on logs. Standard penetration test borings are designated by the prefix "Sr (Split Tube). All samples were taken with the standard 2" OD split -tube sampler, except where noted. Power auger borings were advanced by 4' or 6' diameter continuous - Flight, solid -stem augers. Soil dassifications and strata depths were in- ferred from disturbed samples augered to the surface and are, therefore, somewhat approximate. Power auger borings are designated by the prefix .B " Hand auger borings were advanced manually with a 1 1/2" or 3 1W d'iameterauger and were limited to the depth from which the auger could be manually withdrawn. Hand auger borings are indicated by the prefix "H' BPF: Numbers indicate blows per foot recorded in standard penetration tes also known as - W value. The sampler was set 6' into undisturbed soil below the hollow-stem auger. Driving resistances were then counted for second and third 6" increments and added to get BPF. Where they differed significantly, they are reported in thefollowing form: 2112 forthe second and third 6` increments, respectively. WH: WH indicatesthe sampler penetrated soil underweight of hammer and rods alone; delving not required. WR: WR indicates the sampler penetrated soil under weight of rods alone; hammer weight and driving not required. TW indicatesthin- walled (undisturbed) tube sample. Note: All tests were run in general accordance with applicable ASTM standards. Rev= 1 Detail Plates Chanhassen, Minnesota 2010 CITY OF CHANHASSEN 2010 STANDARD DETAIL PLATES INDEX PLATE NUMBER DESCRIPTION 1001 TYPICAL INTERSECTION 1002 CONCRETE THRUST BLOCKING 1003 AIR BLEED DETAIL 1004 TYPICAL HYDRANT INSTALLATION 1005 TYPICAL WATER SERVICE 1006 TYPICAL GATE VALVE & BOX INSTALLATION 1007 TYPICAL BUTTERFLY VALVE & BOX INSTALLATION 1008 AIR RELIEF MANHOLE 1009 TYPICAL MEGALUG LOCATION 1010 TYPICAL PRESSURE REDUCING VALVE MANHOLE 1011 RESTRAINED PIPE REQUIREMENT FOR DIP 2001 TYPICAL SANITARY SEWER SERVICE 2002 SANITARY SERVICE RISER (GREATER THAN 16 FT. DEEP) 2003 SANITARY SERVICE RISER SECTION (LARGE DIAMETER RCP) 2101 STANDARD MANHOLE 2102 STANDARD MINI -TEE SECTION MANHOLE 2103 SANITARY SEWER OUTSIDE DROP MANHOLE 2104 SANITARY SEWER INSIDE DROP MANHOLE 2105 WATERTIGHT MANHOLE 2106 FORCEMAIN AIR RELEASE VALVE MANHOLE 2107 TOP SLAB MANHOLE 48" DIAMETER SECTION 2108 MANHOLE TOP SLAB 2109 1 & I BARRIER 2110 MANHOLE CASTING AND ADJUSTING DETAIL 2201 PIPE BEDDING IN POOR SOILS 2202 PIPE BEDDING IN GOOD SOILS - RCP & DIP 2203 PIPE BEDDING FOR P.V.C. PIPE 2204 WATERMAIN /STORM SEWER CROSSING 2205 INSULATION DETAIL 3101 STORM SEWER CATCH BASIN 2'X3' RECTANGULAR 3102 TYPICAL 4' DIAMETER CATCH BASIN MANHOLE 3103 TYPICAL 27" DIAMETER CATCH BASIN 3104 CATCH BASIN MANHOLE WITH SUMP 2010 STANDARD DETAIL PLATES INDEX PLATE NUMBER DESCRIPTION 3105 HIGH CAPACITY CATCH BASIN IN B618 CONCRETE CURB 3106 CURB CONSTRUCTION AT CATCH BASIN 3107 RIP RAP DETAIL 3108 FLARED END SECTION 3109 POND OUTLET CONTROL STRUCTURE 5200 TYPICAL RESIDENTIAL STREET SECTION 5201 TYPICAL COMMERCIAL /INDUSTRIAL STREET SECTION 5202 TYPICAL RURAL STREET SECTION 5202 -A TYPICAL STREET PATCHING (BITUMINOUS) 5202 -B TYPICAL STREET PATCHING AT MANHOLES OR GATE VALVES (BITUMINOUS) 5203 TYPICAL CURB AND GUTTER 5204 TYPICAL CURB RADIUS 5205 TYPICAL CUL -DE -SAC 5206 STREET INTERSECTION CONCRETE VALLEY GUTTER 5207 COMMERCIAL /INDUSTRIAL CONCRETE DRIVEWAY APRON 5208 CONCRETE RESIDENTIAL DRIVEWAY ENTRANCES WITH & WITHOUT CURBS 5209 RESIDENTIAL BITUMINOUS DRIVEWAY ENTRANCES WITH & WITHOUT CURBS 5214 CONCRETE SIDEWALK 5215 PEDESTRIAN CURB RAMP 5216 BITUMINOUS TRAIL 5217 STREET AND TRAFFIC SIGN INSTALLATION 5218 FIRE LANE SIGNAGE 5221 STANDARD SERVICE TIE CARD 5232 4" SUBSURFACE DRAINTILE 5233 ALTERNATE 4" SUBSURFACE DRAINTILE 5234 SUBSURFACE PVC DRAINTILE CLEANOUT 5235 TYPICAL SUMP PUMP DRAIN CONNECTION 5236 HOUSE SUMP PUMP CONNECTION DETAIL 5240 LIGHTING POLE 5241 LIGHTING ASSEMBLY BASE DETAIL 5242 STREET LIGHT SERVICE CABINET 5243 SERVICE CABINET FOUNDATION 5244 TYPICAL BARRICADE 2010 STANDARD DETAIL PLA TES INDEX PLATE NUMBER DESCRIPTION 5300 SILT FENCE 5301 ROCK CONSTRUCTION ENTRANCE 5302 OFF -ROAD CATCH BASIN FILTER BARRIER 5302 -A CATCH BASIN SEDIMENT TRAP 5302 -B EROSION CONTROL FOR INDIVIDUAL LOTS (TYP.) 5302 -C EROSION CONTROL FOR MULTIFAMILY LOTS (TYP.) 5302 -D EROSION CONTROL FOR INDIVIDUAL LOT WITH SWALE DRAINAGE 5302 -E EROSION CONTROL FOR MULTIFAMILY LOTS WITH SWALE DRAINAGE 5302 -F FLARED END SEDIMENT TRAP ROCK WEIR /WATTLE ROLL 5302 -G SILT BOX SEDIMENT TRAP 5302 -H WEEPER DITCH CHECK /DITCH CHECK WITH WATTLE 5302 -1 TEMPORARY SEDIMENT TRAP 2.5 ACRES OR LESS 5303 SOD PLACEMENT 5304 CONCRETE WASHOUT AREA 5305 TEMPORARY OUTLET (ROCK WEEPER) 5306 FLOATATION SILT CURTAIN 5309 PLANTING DETAIL FOR TYPICAL INDIVIDUAL PLANTINGS 5310 PLANTING DETAIL STEEP SLOPES /MASS BED PLANTINGS 5311 PLANTING DETAIL 5312 VEGETATION PROTECTION DETAIL 5313 DEVELOPMENT INFO SIGN 5401 -A LIFT STATION STANDARD DETAIL (ELEVATION) 5401 -B LIFT STATION STANDARD DETAIL (PLAN) 5401 -C LIFT STATION SITE DETAIL 5402 -A LIFT STATION AND VALVE STANDARD DETAIL (ELEVATION) 5402 -B LIFT STATION AND VALVE STANDARD DETAIL (PLAN) 5402 -C LIFT STATION AND VALVE SITE DETAIL 5403 LIFT STATION STANDARD DETAILS Q) Q) L o U 5' -_J v L Varies Not to Scale a cn (H YD) R/W R/W Cn 10' IF 0 M Gate valve location on projection of property line. R/W R/W NOTE: All dead ends to be extended a minimum of one pipe length beyond NOTE: gate valve and closed Water main to be on with plug tied back to north and west side tee. of center line unless hydrants pose conflict with proposed sidewalk. Cff1 OF TYPICAL INTERSECTION REVISED: 2-08 PLATE NO.: ENGINEERING DEPARTMENT 1001 FILE NAME: G: ENG SPECS 1001 NOTES: 1. Shape of back of buttress may vary as long as poured against firm undisturbed earth. 2. Dimension C1,C2,C3 should be large enough to make angle 0 equal to or larger than 4* °. 3. Dimension A1,A2,A3 should be as large as possible without interfering with MJ bolts. 4. -& = 45° Minimum. 5. Place polyethylene between concrete & pipe. 6. All bends & fittings shall be restrained with Megalugs thrust restraints or equal $ — See no Vorioble ----I 3' Mina- -„ CONCRETE SHALL BE IN CONTACT WITH — THIS QUADRANT OF PIPE =u : BEDDING MATERIAL UNDISTURBED EARTH CONCRETE SECTION A —A ° t� — PLAN 45° BENDS 9 — See - -' - PLAN 22 1/2 BENDS aff OF CONCRETE �1� THRUST BLOCKING REVISED: 2-08 11 E NO.: ENGINEERING DEPARTMENT 1002 FILE NAME: G:\ENG\SPECS\1002 PLAN 90° BENDS BUTTRESS DIMENSIONS PIPE 22 1/2* BEND 45° BEND 90° BEND /TEE SIZE B1 D1 B2 D2 B3 D3 6" 1' -5" 1' -5" 1' -5" 1' -5" 2' -1" 1' -6" 8" 1' -5" 1' -5" 2' -1" 1' -6" 2' -8" 2' -0" 12" 1' -10" 1' -10" 3' -4" 2' -0" 4' -9" 2' -6" 16" 3' -0" 2' -0" 3' -10" 3' -0" 6' -2" 3' -6" 20" 3' -6" 2' -8" 5' -6' 3' -4" 8' -4" 4' -0" 24" 4' -4" 3' -0" 6' -10" 3' -10" 9' -8" 5' -0" 30" — — 9' -3" 6' -0" 17' -0' 6' -0" Vorioble ----I 3' Mina- -„ CONCRETE SHALL BE IN CONTACT WITH — THIS QUADRANT OF PIPE =u : BEDDING MATERIAL UNDISTURBED EARTH CONCRETE SECTION A —A ° t� — PLAN 45° BENDS 9 — See - -' - PLAN 22 1/2 BENDS aff OF CONCRETE �1� THRUST BLOCKING REVISED: 2-08 11 E NO.: ENGINEERING DEPARTMENT 1002 FILE NAME: G:\ENG\SPECS\1002 PLAN 90° BENDS I" CORPORATION STOP o = w un o co — Q z AFTER MEETING TEST REQUIREMENTS THE AIR BLEED LINE SHALL BE DISCONNECTED AT THE PLUG WITH NO ADDITIONAL COMPENSATION. Cfff OF AIR BLEED �Bll�►1 DETAIL REVISED: 2 -08 PLATE NO.: ENGINEERING DEPARTMENT 1003 FILE NAME: G:\ENG\SPECS\1003 I � m N U U n O U T (Y � 0 0 Cll N > O O C Q � U CU u L co D Q E U) co N U L Q U cn co a w w m Z_ D J F D m L ' - w m ~ O ~ 0 U _Z cn X m w m D U z w 0 = Z U U 0 u Q� w cn J z z zow U (n — Om�cn 00 86 CD Ln p p Of Ld w��m mz �z 0 0 0 L LLJ Y z —� J Ld m�ww Qm REVISED: 3 -09 FILE NAME: G: ` w W 0J f x p O w m Q' p > 0 'NIA ,L Ln J W > U U O N Q 00 Al 0 Z_ n ro Lo � \ U z co Q0 Q o XVA 5 = E J Q O U 004 ENGINEERING DEPARTMENT PLATE NO.: Li m O V I � z J J O Q W Q w LLJ 0 w m Z Q C U 20 * J ' p m t U W m m Q W> J O = J Q U J U J J m W O m N N — W >- 0 W O o o > U zD I-- i— o ucn cn cn Li m O J-J w W z m U U J mQW U p3:pQ Z 0� Q n ' Q — U Q —I � Z O m w Elf m > > m W U m J >Q x z \ >- w ~m =w =cn o�cn > =w cn 0- Q myoF Q LLJ p x � lY ' Q = 0 w cn m INSTALLATION cn U 1-- 00 m W 004 ENGINEERING DEPARTMENT PLATE NO.: Li m O V I � zw J J O O W Q m 0 w " Z Q C U 20 * J Q Q p m t z W m m Q W> J w OQ p Z a Uri J Q U J U = wcl� 3: 01— Q O W N m N N — W >- 0 o Q U \z o o > U zD I-- i— o ucn cn cn Q =c Q J-J w W z m U J mQW U p3:pQ Z 0� Q n ' Q — U Q —I � O I— _ U > Elf m > D J L wz — z0 Q J 0 J Q >- w ~m =w =cn o�cn > =w cn 0- > =(n � w� myoF Q TYPICAL Ow m HYDRANT J U O�m W I� >mO �JO INSTALLATION 004 ENGINEERING DEPARTMENT PLATE NO.: Li m O F- zw J O W Q w� J0 O Z Q C U 20 * J W Q Q CC Q Y � > QOmU LL Q w ' w X cn CD :�i Ozo o =c Q cn wLijQ� J J mQW U p3:pQ ' O I— _ U > W J m Z L wz — z0 Q J 0 J Q W� Q Q 0 m =0 > =(n � w� Q Ow m ' J U O�m W >mO �JO cn F- �pzz� z zcnQ Q�L Of Z Z 0 0- 0��_ _ J z J p _J _J J— J(n> JJ Q QQ �=Q Q (n I Li N � � Ln C0 0 z I � I � I � 1004 11 q Street PL vvuLci Mull NOTES: 1. Do not plug end of curb stop. 2. Add 6" crimped pigtail to curb stop. 3. The copper service line between the main and curb box shall be one continous piece of piping, splices will not be permitted 4. Corporation cock to be 1" x 1" inside diameter. 5. Saddles required on 6" DIP or smaller mains. 6. Saddles when required shall be Ford style F202 double strap. 7. Stainless steel saddles required on all PVC watermain. aff OF TYPICAL WA TE R SERVICE REVISED: 3-09 PLATE NO.: ENGINEERING DEPARTMENT 1005 FILE NAME: G:\ENG\SPECS\1005 DROP LID WATER Tyler Mueller Bibby— Ste — Croix No. 6860 No. H -10361 No. B -5160 Grade TOP Tyler No. 6860 26" Mueller No. H -10361 26" Bibby— Ste —Croix No. VB502 27" EXTENSION Tyler No. 58 Steel With Protective No. 59 Coating, 1/2" Rubber No. 60 Mueller No. 58 The Gate Valve And No. 59 Bibby— Ste —Croix VB520 No. 57 VB521 No. 58 VB522 No. 59 VB523 No. 60 T��W 14" 18" 24" 14" 20" 7.5' Minimum cover required over top of water main. Provide Valve Stem Risers To Within 6" Of The Surface If The Distance From The Top Nut Of The Valve To The Surface Is Greater Than 8' Adjust top to 3/4" below grade. Box to be set to provide 12" of adjustment Tyler No. 6860 Mueller No. H -10357 Bibby— Ste —Croix B -5001 Gate valve box, screw type, 3 piece, 5 1/4" shaft, size G box, 7' -6" extended, #6 round base g" Gate Valve Adapter: 1/4" 14" Steel With Protective 20" Coating, 1/2" Rubber 26" Gasket Installed Between The Gate Valve And Gate Valve Adapter. Tyler No. 6860 65" Mueller No. H -10361 65" Bibby— Ste —Croix No. VB516 60" 6 0' Valve and Box to be plastic wrapped per ` BASE section 2.03a Mueller or American Flow Control Resilient Wedge Valve Conforming to AWWA C- 515 -80 Standards With All Stainless Steel Nuts & Bolts. 18 "X18 "X8" Concrete Block Cfff OF TYPICAL GATE VALVE =IV old AND BOX INSTALLATION REVISED 2-09 ENGINEERING DEPARTMENT PLATE NO.: 1006 FILE NAME: G:\ENG\SPECS\1006 DROP LID 7.5' Minimum cover required WATER Tyler No. 6860 over top of water main. Mueller No. H -10361 Bibby— Ste —Croix No. B -5160 Provide Valve Stem Risers To Within 6" Of The Surface If The Distance From The Top Nut Of The Valve To The Surface Is Greater Than 8'. BOTTOM Tyler No. 6850 65" Mueller No. H -10361 65" Butterfly Valve Box Bibby— Ste —Croix No. VB516 60" Adapter , q End View ° ° Butterfly Valve (16" or larger) o ° Dresser 450, Henry Pratt Groundhog, ° ° Line Seal III Mueller 150B Kennedy, American or approved equal. 0 0 With all stainless steel nuts & bolts. 18 "X18 "X8" Concrete block aff OF TYPICAL BUTTERFLY VALVE AND BOX INSTALLATION REVISED: 2-09 ENGINEERING DEPARTMENT PINE NO.: 1007 FILE NAME: G:\ENG\SPECS\1007 Grade TOP L J Adjust top to 3/4" below Tyler No. 6850 26" grade. Box to be set to Mueller No. H -10361 26" provide 12" of adjustment. Bibby— Ste —Croix No. VB502 27" Tyler No. 6850 Mueller No. H -10357 EXTENSION Bibby— Ste —Croix B -5001 Tyler No. 58 14" Gate valve box, screw type, No. 59 18" 3 piece, 5 1/4" shaft, size No. 60 24" G box, 7' -6" extended. Mueller No. 58 14" N o. 59 20" Bibby— Ste —Croix Valve and box to be plastic VB520 VB521 No. No. 57 58 9" 14" wrapped as per section 2.03a V8522 No. 59 20" VB523 No. 60 26" BOTTOM Tyler No. 6850 65" Mueller No. H -10361 65" Butterfly Valve Box Bibby— Ste —Croix No. VB516 60" Adapter , q End View ° ° Butterfly Valve (16" or larger) o ° Dresser 450, Henry Pratt Groundhog, ° ° Line Seal III Mueller 150B Kennedy, American or approved equal. 0 0 With all stainless steel nuts & bolts. 18 "X18 "X8" Concrete block aff OF TYPICAL BUTTERFLY VALVE AND BOX INSTALLATION REVISED: 2-09 ENGINEERING DEPARTMENT PINE NO.: 1007 FILE NAME: G:\ENG\SPECS\1007 SLAB TO BE I WITH 27" DIAP OFFSET OPENI NEENAH R -1981J STEPS AT 16" 0.' AIR RELEASE VAL PLAN R MAIN 0 29 0 3/8 "X1 /4 "BOLTS 4" HANDLE 2" STYROFOAM r MANHOLE FROST COVER 6" THICK CONCRETE C( 2 BEADS OF RAMNE OR EQUAL 0 MANHOLE FRAME & COVER NEENAH R -1740 OR EQUAL W /CONCEALED PICKHOLE CONCRETE ADJUSTMENT RING 2" & 4" ADJUSTMENT AS REQUIRED MIN. 2 -2" MAX 3 -4" MANHOLE STEPS, NEENAH R1981J OR EQUAL, 16" ON CENTER. Aluminum steps approved. 48 "0 STANDARD PRECAST MANHOLE SECTIONS 0 RING GASKET AND INFI SHIELD 1" CRISPEN U10 UNIVERSAL ARIV OR EQUAL 1" BALL VALVE 1 " CORP. WATER MAIN 2" MIN. GROUT SPACE BETWEEN WATER MAIN AND MANHOLE WALL COMPACTED SAND FILL 72 "X6" PRECAST REINFORCED CONCRETE BASE SEE SLAB REINFORCING DETAIL NOTE: STANDARD CASTING SHALL BE IDENTIFIED AS WATER MAIN, BY IMPRINTING THE WORDS "WATER MAIN" ON THE COVER IN LETTERS TWO (2) INCHES IN HEIGHT. aff Of AIR RELIEF MMSE I MANHOLE REVISED: 4-09 PLATE NO.: ENGINEERING DEPARTMENT 1008 FILE NAME: G:\ENG\SPECS\1008 26 GAUGE ALUMINUM V VIV VI \L IL I VV IIIVV CONCRETE BLOCK (TYP.) Note: CONDUCTIVITY STRAPS TO BE PLACED AROUND MEGALUG BOLTS AND WELDED TO WATER MAIN. 1= III- 1 =1 I 1 =1 III =III- 1 =1 I 1 =1 11- 111 =1 11 -111- = III - III -III NOTES: 1. MEGALUGS TO BE USED AT ALL MECHANICAL JOINTS. 2. PLACE CONCRETE BLOCK UNDER ALL GATE VALVES AND HYDRANTS. 3. THRUST BLOCKING AT ALL TEES, BENDS, AND AT CERTAIN HYDRANTS. 4. ALL FITTINGS, NUTS, AND BOLTS SHALL BE SPRAYED USING A BITUMINOUS COAL TAR COAT SUPPLIED BY THE MANUFACTURER. 5. BLOCKING AGAINST UNDISTURBED SOILS. if SLEEVES aff OF TYPICAL M EGALU G LOCATION REVISED: 3-09 ENGINEERING DEPARTMENT PLATE NO.: 1009 FILE NAME: G:\ENG\SPECS\1009 16x6" MJ REDUCER 18" DIA x 18" DEEP SUMP 6" MJ GATE VALVE 6" DIP HYDRANT LEAD HYDRANT A L Q 16" DIP WM CL 52 8' 4" X 3" REDUCER 16" MJ GATE VALVE WITH VALVE BOX (TYPICAL OF 2) 1 3" DIP PIPE (TYPICAL) 1 1/2" GALVANIZED PIPE LOW PRESSURE SIDE 16" DIP WATERMAIN 1 16 DIP WATERMAIN 16" MJ GATE VALVE WITH 7OF2) 3" GATE VALVE (TYPI1 1/2" BALL VALVE (TY 3" FLANGED PRESSURE RE 1 1/2" FLANGED PRESSURE REDUCING VALVE PLAN VIEW MANHOLE CASTING AND LID NEENAH R- 1755 -F2 -8 OR EQUAL APPROX. 7.5' BURY 1 HYDRANT LE SECTION A- A 12" FLANGED PRESSURE REDUCING VALVE 16 "x12" FLANGED DIP ECCENTRIC REDUCER (TYPICAL OF 2) 16" x 4" TEE PRESSURE GAUGE (TYPICAL OF 4) ADAPTER FLANGE -14' X 8' RCP BOX SECTION A Z Q w a 3 7.5' 0 HIGH PRESSURE SIDE 16" DIP WATERMAIN \ \�16" GATE VALVE MANHOLE 16" x 16" TEE RUNGS Q 12" (TYPICAL OF 3) ON CENTER I &I BARRIER MANHOLE CASTING AND LID NEENAH R- 1755 -F2 -B OR EQUAL ,,—TOP OF CASTING ,-- ADJUSTING RINGS (MIN. 1, MAX. 5) PRESSURE GAUGE (TYPICAL OF 4) RUBBER BOOT GASKET (TYPICAL) LINK SEAL(TYPICAL OF 2) PIPE SUPPORT (TYPICAL OF 2) NTEGRAL BASE SLOPE GROUT TO SUMP 18" DIA x 18" SUMP PROCESS PRESSURE REDUCING VALVE MANHOLE Note: FINAL DETAILS FOR THE MANHOLE SHALL BE APPROVED BY THE ENGINEER. SOME ITEMS ARE ROTATED INTO THE PLANE OF PROJECTION FOR CLARITY VAULT AND INTERNAL PIPING BY BCA NORTHWESTERN POWER OR APPROVED EQUAL aff OF TYPICAL PRESSURE C�fII�SS'Il� REDUCING VALVE MANHOLE REVISED: 3 -09 ENGINEERING DEPARTMENT PLATE NO.: 1010 FILE NAME: G:\ENG\SPECS\1010 MINIMUM FEET OF RESTRAINED PIPE REQUIRED ON EACH SIDE OF BEND FOR DUCTILE IRON PIPE INCREASE MINIMUM LENGTHS BY THE FOLLOWING AMOUNTS IF PIPE IS WRAPPED IN POLYETHYLENE. 50% INCREASE ON ALL DEAD ENDS. 20% INCREASE ON ALL BENDS. THE TABLE WAS DEVELOPED FROM CRITERIA IDENTIFIED IN THE 1992 EDITION OF "THRUST RESTRAINT DESIGN FOR DUCTILE IRON PIPE ", AS PUBLISHED BY THE DUCTILE IRON PIPE RESEARCH ASSOCIATION ( DIPRA). THE TABLE ASSUMES COH -GRAN SOIL AND TYPE LAYING CONDITIONS. REFER TO DIPRA FOR MINIMUM LENGTHS IF DIFFERENT SOIL OR LATING CONDITIONS ARE ENCOUNTERED. Cfff Of nm REVISED: 2 -08 FILE NAME: G:\ENG\SPECS\1011 RESTRAINED PIPE REQUIREMENT FOR DIP PLATE NO.: ENGINEERING DEPARTMENT 1011 7.0' COVER 7.5' COVER 8.0' COVER PIPE SIZE 22.5 0 45 0 90 DEAD END 0 22.5 0 45 0 90 DEAD END 0 22.5 0 45 0 90 DEAD END 4" 2 3 8 18 2 3 8 18 1 3 8 17 6" 2 5 12 26 2 5 11 25 2 4 11 25 8" 3 6 15 34 3 6 15 33 3 6 14 32 12" 4 9 22 50 4 9 21 48 4 8 20 46 16" 6 12 29 65 5 11 27 63 5 11 26 61 20" 7 15 35 80 7 14 34 77 6 13 32 75 24" 8 17 41 95 8 16 40 92 8 16 38 89 30 10 21 50 117 10 20 48 113 9 19 46 109 36" 12 24 59 138 11 23 57 133 11 22 54 129 42" 13 28 67 159 13 27 65 153 12 26 62 148 48" 15 31 75 179 14 30 72 173 14 29 69 167 THE TABLE WAS DEVELOPED FROM CRITERIA IDENTIFIED IN THE 1992 EDITION OF "THRUST RESTRAINT DESIGN FOR DUCTILE IRON PIPE ", AS PUBLISHED BY THE DUCTILE IRON PIPE RESEARCH ASSOCIATION ( DIPRA). THE TABLE ASSUMES COH -GRAN SOIL AND TYPE LAYING CONDITIONS. REFER TO DIPRA FOR MINIMUM LENGTHS IF DIFFERENT SOIL OR LATING CONDITIONS ARE ENCOUNTERED. Cfff Of nm REVISED: 2 -08 FILE NAME: G:\ENG\SPECS\1011 RESTRAINED PIPE REQUIREMENT FOR DIP PLATE NO.: ENGINEERING DEPARTMENT 1011 CL PL 1 . Jf11V1 1 !11\ I .JL VV LI\ GRAVITY MAIN SANITARY SEWER SERVICE CONNECTION DETAIL SERVICES TO BE USED IN CONJUNCTION WITH PLASTIC PIPED SEWER MAINS FOR DEPTH OF COVER 16 FEET OR LESS. NOTES: 1. SOLVENT WELD ALL JOINTS. (NON GASKETED) 2. WHEN SANITARY SEWER SERVICE IS NOT ACCOMPANIED BY A WATER SERVICE IN THE SAME TRENCH, INSTALL A 6' HEAVY METAL FENCE POST NEXT TO 2 X 2 MARKER AND PAINT TOP 6" OF POST FLORESCENT GREEN. 3. CLEANOUT REQUIRED ON PRIVATE PROPERTY IF DISTANCE FROM MAIN TO HOUSE EXCEEDS 90 FEET. 4. ALL PIPE SHALL BE BEDDED ON GRANULAR BORROW 314A OR COURSE FILTER AGGREGATE (3149H). cffl 9 TYPICAL SANITARY CUAMM I SEWER SERVICE REVISED: 3-09 ENGINEERING DEPARTMENT PLATE NO.: 2001 FILE NAME: G: ENG SPECS 2001 CL .)ui 11 LUI y I NOTES: 1. Solvent Weld all Joints. (Non Gasketed) 2. When Sanitary Sewer Service is not Accompanied by a Water Service in the Same Trench, Install a 6' Heavy Metal Fence Post Next to 2 x 2 Marker and Paint Top 6" of Post Florescent Green. 3. The Use of Bends Shall be Restricted to the Two Shown on This Detail. 4. Cleanout Required on Private Property if Distance from Main to House Exceeds 90 Feet. 5. (Xx,Yy,Zz)Coordinates of service line at any & all bends at ROW (in Carver County Coordinates). W10F SANITARY SERVICE RISER ly (GREATER THAN 16' DEEP) REVISED: 2-08 PLATE NO.: ENGINEERING DEPARTMENT 2002 FILE NAME: G:\ENG\SPECS\2002 GROUND PROFILE HOUSE SEWER 6" SDR -26 SANITARY SEWER (X2,Y2,Z2) SERVICE RISER SUPPORTED ON TRENCH SLOPE ELEV. ON PLAN KOR —N —TEE SERVICE CONNECTION OR APPROVED EQUAL 6" TEE CORE DRILLED PIPE BEDDING VARIABLE PIPE DIAMETER PAYMENT FOR 6" SERVICE RISER COMPACTED BACKFILL � PIPE POURED IN PLACE CONCRETE SUPPORT FOR SERVICE CONNECTION (1/4 CUBIC YARD MIN.) RISER SECTION (CUT IN) SANITARY SEWER SERVICE TO BE USED ON A TEE LATERAL CONNECTION INTO THE TRUNK LINE OR DEEP LATERAL LINE. 1. Solvent Weld all Joints. (Non Gasketed) 2. (X2,Y2,Z2) Coordinates of service line at any & all bends and at ROW (in Carver County Coordinates) w z J N r N ~ N W >- n N O aff OF SANITARY SERVICE m RISER SECTION vl (LARGE DIA. RCP) REVISED 2-08 ENGINEERING DEPARTMENT PLATE NO .: 2003 FILE NAME: G:\ENG\SPECS\2003 " " - nhole Casting and Adjusting g (See Plate 2110) Cr a c SECTION VIEW Z imum thickness of precast base is 6" for 14' deep or less, and increases 1" in thickness for every 4' of depth greater than 14'. vide I &I Barrier on all sanitary /er manhole(see plate 2109) nhole steps shall be enah R -1981 J, 16" on center. ,ps Shall be on Downstream e Unless Pipe Diameter is or Larger joints in manhole to have "O "ring >ber gaskets. Infi — shield external DIs as required by the Engineer. Maximum of 2 Short Manhole ers to be Used Directly ow Cone Section , e shall be cut out flush h inside face of wall. r —n —seal required Precast Inverts Must be 1/2 of Pipe Diameter and Benches Sloped 2" Toward the Invert NOTE: 1. Kor —n —seal manhole or equal considered acceptable alternate. 2. All dog houses shall be grouted on inside and outside. 3. When the manhole or catch basin structure is constructed outside the traveled roadway a witness post and sign (MH) shall be installed next to the manhole. CfffOF I STANDARD CINSE MANHOLE REVISED: 4-09 ENGINEERING DEPARTMENT PLATE NO.: 2101 FILE NAME: G: ENG SPECS 2101 C Q C c L( aff or STANDARD amsm MINI -TEE SECTION MANHOLE REVISED: 2 -0s ENGINEERING DEPARTMENT PLATE NO.: 2102 FILE NAME: G: ENG SPECS 2102 7 /2 R Ln 3" 18" 7 1 /2" ro PLAN SECTION HORSESHOE DETAILS Cut bell from DIP join with stainless A steel repair sleeve or approved equal O ° I /q/4 -0" J Varies 12 " -16" 17 = 5 „ DRIP — 1 8" DIP ° tee section g Horseshoes filled with concrete mortar on all sides (see detail) o_ o 't 1 /2 Dia of pipe 1 Poly wrap ductile ° ° 21" 79" Precast 8 " -1/4 bend integral with base section SECTION VIEW Cfff Of NUIDU REVISED: 2 -08 FILE NAME: G: ENG SPECS 2103 Manhole Casting and Adjusting Ring (See Plate 2110) Provide I &I Barrier on all sanitary sewer manhole (see plate 2109) Manhole steps, Neenah R1981J or equal, 16" on center. Aluminum steps approved. Manhole steps shall be placed so that offset vertical portion of cone is facing downstream. -All joints in manhole to have "O "ring rubber gaskets. Infi — shield external seals as required by the Engineer. A Max. of 2 Short Manhole Risers to be Used Directly Below Cone Section NOTE: 1. Kor —n —seal manhole or approved equal. 2. When the manhole or catch basin structure is constructed outside the traveled roadway a witness post and sign shall be installed next to the manhole. 3. Pipe shall be cut flush with inside face of wall. 4. All dog houses shall be grouted on the inside and outside. 5. Precast invert should be 1/2 Dia. of pipe and benches sloped 2" toward invert. 6. Precast invert is required. 7. Horizontal ductile shall be poly wrapped. Minimum thickness of precast base is 6" for 14' deep or less, and increases 1" in thickness for every 4' of depth greater than 14' deep. SANITARY SEWER OUTSIDE DROP MANHOLE ENGINEERING DEPARTMENT I PLATE NO.: 2103 Provide I & I Barrier on all Sanitary Sewer Manholes (See Plate 2109) Manhole Casting and adjusting (See plate 2110) Cut bell from DIP join with Stainless A Manhole steps, Neenah R1981J Steel repair sleeve or equal, 16" on center. or approved equal = Aluminum steps approved. O Manhole steps shall be placed _ so that offset vertical portion ° 6' -0" of cone is facing downstream. Varies All joints in manhole to have "O "ring 12 " - 16" 8" DIP = rubber gaskets. Infi — shield external 20' ° tee section seals as required by the Engineer. f I — I ` Adapt DIP to PVC ° ----1/4" Stainless Steel Strap fastened to wall with stainless = steel expansion bolts, 2 straps per section Wood Block (Cedar or - Redwood) NOTES: 7" ° 1. Kor —n —seal manhole or approved = equal. 2. Pipe shall be cut flush with inside face of wall. = 3. All dog houses shall be grouted ° on the inside and outside. 8" PVC 4. Precast invert shall be 1/2 Dia. of pipe and benches a sloped 2" toward invert. 5. When the manhole or catch ° basin is constructed outside PC�7; the traveled roadway a witness ° post and sign shall be installed ° next to the manhole. SECTION VIEW Minimum thickness of precast base is 6" for 14' deep or less, and Shortened 90° bend turned increases 1" in thickness for every to direct flow downstream 4' of depth greater than 14' deep. aff OF SANITARY SEWER INSIDE 0 DROP MANHOLE REVISED: 2-08 PLATE NO.: ENGINEERING DEPARTMENT 2104 FILE NAME: G:\ENG\SPECS\2104 I Eccentr of ma 4 — 1" Dia. holes in— manhole frame evenly spaced PLAN VIEW TOP COVER REMOVED 0 I REVISED: 2 -08 asher 1/8 " t. o.d.,3 /4 "i.d. req./ bolt /8" galvanized DIt Breaded insert accept a /4 "� bolt required anhole cone �inforcing Neenah R -1755G frame and cover or equal with 2 concealed pick holes Manhole Steps, Neenah R1981 J or equal, 16 "o.c. Aluminum steps approved. "0 "— Ring gasket ffff of I WATERTIGHT 11Y1I1lKFY MANHOLE ENGINEERING DEPARTMENT PLATE NO.: 2105 ECCENTRIC WATERTIGHT MANHOLE q .. TIE DOWN DETAIL Forcemain Provide hole in top slab & Stainless Steel straps & seal with concrete expansion bolts caulking material. A A Neenah R -1981J or Aluminum steps at 16" o.c. or equal Slab to be Furnishe WPLAN 27" Dia. offset Opening Manhole Frame frost cover Casting Shall be Neenah R -17408 with "Self — Sealing" and Cover Lid or Approved Equal Stamped Sanitary Sewer Having Two (2) Concealed Pick Holes. 6" Thick Concrete Collar 27" Concrete Adjustment Ring, 2 -2" Min., 3 -4" Max. 2 Strips of 6" Precast Reinforced Manhole Slab Ramnek or Equal 48" Crispin Pressure Sewer Valve with Back Flushing Equipment and Valves 2" S20b and S20AB or Equal Provide 2" Flange, Tee, (2) 90° Bends, and 2" Dia. Tap and Nipple with Saddle. Double Strap Required on 10" Dia. and Larger pipe. Smith Blair 313 or Equal L > Forcemain Concrete cove SECTION A —A 0 26 Gauge Aluminum 0 29" f 3/8 "X1/4" Bolts 72 "X6 "Precast d 0 Reinforced Con. Base Slab 4" handle 2" styrofoam NOTE: n 1. When the manhole or catch basin structure is ZL constructed outside the traveled roadway a Bolt Aluminum Through Insulation witness post and sign shall be installed next MANHOLE FROST COVER to the manhole. aff OF FORCEMAIN AIR RELEASE �►S�EH VALVE MANHOLE REVISED -10 PLATE NO.: ENGINEERING DEPARTMENT 2106 FILE NAME: G: ENG SPECS 2106 PROVIDE I &I BARRIER ON ALL SANITARY SEWER MANHOLES (SEE PLATE 2109) E 0 i zi- i cn I it a 1 MANHOLE CASTING AND ADJUSTING RING (SEE PLATE 2110) PRECAST ECCENTRIC REDUCER SECTION MANHOLE STEPS, NEENAH R -1981J 16" ON CENTER. ALL JOINTS IN MANHOLE TO HAVE "O "RING RUBBER GASKETS. INFI- SHIELD EXTERNAL SEALS AS REQUIRED BY THE ENGINEER. 8" THICK x 7' -6" DIAMETER PRECAST CONCRETE SLAB WITH #4 @ 8" E.W. 2 - #4 BARS ALL SIDES OF OPENING SEALED WITH 2 BEADS OF RAMNEK OR EQUAL NOTE: KOR -N -SEAL MANHOLE APPROVED REQUIRED. 8" THICK x 7' -6" DIAMETER PRECAST CONCRETE SLAB WITH #4 @ 8" E.W. NOTES: 1. WALLS TO BE CONSTRUCTED OF PRECAST SECTIONS. 2. INSTALL STEPS ON DOWNSTREAM SIDE UNLESS PIPE DIAMETER IS 18" OR LARGER. 3. WHEN THE MANHOLE OR CATCH BASIN STRUCTURE IS CONSTRUCTED OUTSIDE THE TRAVELED ROADWAY A WITNESS POST AND SIGN SHALL BE INSTALLED NEXT TO THE MANHOLE. ffff Of TOP SLAB MANHOLE amsm 1 48" DIA. SECTION REVISED: 1 -10 PLATE NO.: ENGINEERING DEPARTMENT 2107 FILE NAME: G: ENG SPECS 2107 ONE EXTRA BAR IN BOTTOM A I - I A 27 III � - TWO EXTRA BAR IN BOTTOM PLAN OF COVER z COVER DIA. K T ° 27" MANHOLE DIA. z SECTION A— A Cfff 9 MANHOLE nwrdl TOP SLAB REVISED:1 -10 ENGINEERING DEPARTMENT PLATE NO 2108 FILE NAME: G:\ENG\SPECS\2108 COVER REQUIRMENTS MANHOLE DIAMETER COVER DIAMETER WEIGHT OF SECTION T K BOTTOM BARS TOP BARS 48" 58" 1140 LBS. 6" 6" N0. 5@ 6" 54" 65" 2000 LBS. 8" 6" N0. 5@ 6" 60" 72" 2525 LBS. 8" 7" N0. 5@ 4" N0. 3@ 6" 66" 79" 3105 LBS. 8" 7" N0. 5@ 4" N0. 3@ 6" 72" 86" 3740 LBS. 8" 8" N0. 5@ 4" N0. 3@ 6" 78" 93" 4403 LBS. 8" 8" N0. 5@ 4" N0. 3@ 4" 84" 100" 5710 LBS. 8" 9" N0. 5@ 4" N0. 3@ 4" 90" 106" 5840 LBS. 8" 9" N0. 5@ 4" N0. 3@ 4" 96" 113" 6680 LBS. 8" 9" N0. 5@ 4" N0. 3@ 4" 102" 119" 7450 LBS. 8" 9" N0. 5@ 4" N0. 3@ 4" Cfff 9 MANHOLE nwrdl TOP SLAB REVISED:1 -10 ENGINEERING DEPARTMENT PLATE NO 2108 FILE NAME: G:\ENG\SPECS\2108 nenniiJni r FRAME AND COVER "1 /1 BARRIER" IN MANHOLE RING AS MANUFACTUR BY "STRIKE PR01 OR APPROVED E PRECAST, BLOCK, 0 BRICK MANHOLE C01 CORBEL HDPE OR PRECAST CONCRETE ADJUSTING RINGS MASTIC SEAL BETWEEN FRAME AND STRUCTURE JFI- SHIELD EXTERNAL SEALS T BARREL AND CONE SECTION JOINTS ON SANITARY APPLICATIONS OR APPROVED EQUAL AS REQUIRED BY THE ENGINEER. NOTES: 1. TRIM TOP OF SEAL TO 1" ABOVE TOP OF RINGS. CASTING SHOULD NOT REST ON SEAL. 2. PLACE "MASTIC" ON TOP OF CONE SECTION AND BENEATH SEAL. 3. NOT TO BE USED WHEN THERE ARE MORE THAN 5 RINGS OR NO RINGS. 4. CONTRACTOR SHALL INSTALL THE SEALS, THEN CONTACT THE CITY UTILITY SUPERINTENDENT FOR INSPECTION AT (952) 227 -1300. aff OF I & cum= BARRIER REVISED:1 -10 PLATE NO.: ENGINEERING DEPARTMENT 2109 FILE NAME: G:\ENG\SPECS\2109 .25 " —.5" � 1.5" BIT. WEAR 2" BIT BASE NEEHNAH- 1979 -0207 WITH 2" MIN. RISE OR a ° ° HDPE OR APPROVED EQUAL PRECAST CONCRETE ADJUSTING RINGS RINGS SHALL BE SET ON ABS ° SEALANT OR APPROVED EQUAL. 6" THICK CONCRETE I &I BARRIER 27„ COLLAR SEE DEATAIL 2109 NOTE: 2 —PIECE COVER RISER RINGS ARE NOT ALLOWED BIT. WEAR COURSE ADJ. DETAIL CASTING SHALL BE NEENAH# R -1642 OR MCI# 309 AND SHALL INCLUDE SELF SEALING VARIES TYPE LIDS STAMPED SANITARY SEWER OR STORM SEWER AS APPROPRIATE WITH TWO CONCEALED PICK HOLES BIT. BASE OR BINDER MIN. (2 -2 ") ADJ. RINGS AND s MAX. (3 -4) ADJ. RINGS HDPE OR (1 -2" RING WITH PRECAST CONCRETE MORTOR = 0.2') c ADJUSTING RINGS P I &I BARRIER 27" 6" THICK CONCRETE SEE DEATAIL 2109 COLLAR BIT. BASE OR BINDER COURSE ADJ. DETAIL NOTES: 1. PRECAST CONCRETE ADJUSTING RINGS SHALL BE BEDDED WITH 1/4" TO 1/2" MORTAR. 2. HDPE ADJUSTING RINGS SHALL BE BEDDED WITH SEALANT MANUFACTURED BY LADTECH INC. OR APPROVED EQUAL. aff 9 REVISED: 1 -10 FILE NAME: G: ENG SPECS 2110 MANHOLE CASTING AND ADJUSTING DETAIL PLATE NO.: ENGINEERING DEPARTMENT 2110 Use MNDOT 3149.2A Granular Borrow —1 VARIES Use MNDOT 3149.21-1 „- Course Filter Agg. (Pipe Foundation Material if Required The bottom of the trench shall be shaped to fit the pipe barrel for at least 50% of the outside diameter Pipe Dia. x 0.5 Min. "Dia" Denotes outside diameter of pipe NOTES: 1. When existing soil conditions are not acceptable for backfill and /or compaction in the pipe zone, pipe bedding and backfill shall be used as shown above. 2. A soils engineer will be required to determine the depth of the pipe foundation embedment material if needed. Pipe foundation material shall be accordance with MNDOT 3149.21-1 course filter aggregate. aff OF PIPE BEDDING I =Sff IN POOR SOILS REVISED: 1 -10 ENGINEERING DEPARTMENT PLATE NO.: 2201 FILE NAME: G: ENG SPECS 2201 Compacted Normal Fill Material, Compacted to 95% of the Standard Proctor Density i Natural Ground Varies Shaped to pipe a NOTES: 1. When existing soil conditions are not acceptable for backfill and /or compaction in the pipe zone, pipe bedding and backfill shall be used as shown on detail plate 2201. 2. A soils engineer will be required to determine the depth of the pipe foundation embedment material if needed. Pipe foundation material shall be accordance with MNDOT 3149.2H course filter aggregate. 3. The Bottom of the Trench Shall be Shaped to Fit the Pipe Barrel for at Least 50% of the Outside Diameter. ffff OF PIPE BEDDING vulom N GOOD SOILS RCP & DIP REVISED:1 -10 ENGINEERING DEPARTMENT PLATE NO.: 2202 FILE NAME: G:\ENG\SPECS\2202 _I 7r ompacted Backfill —� + + + + + + + + + + + + + + + + + 12" + + + + + + + + + + + + + + + + + + �_ =� + + + + + + + + + + + + =' _� + + + + + + Bc + + + + + + Embedment =1 + + + + + 0 + + + Material ' -1 + + + + + + + + + + + + + + + + + —' IF I 1 / / / / / / / / / / /�_� Foundation — _� If Required —I I— (see Note 1) "Bc" Denotes outside diameter of pipe NOTES: 1. A soils Engineer will be required to determine the depth of the pipe foundation embedment material if needed. Pipe foundation material shall be in accordance with MNDOT 3149.2H course filter aggregate. 2. P.V.C. bedding shall be MNDOT 3149.213 select granular borrow with 100% passing a 3/4" sieve, and less than 10% passing a NO. 200 sieve. REVISED: 2 -10 aff OF I PIPE BEDDING II1QLC.�i FOR P.V.C. PIPE ENGINEERING DEPARTMENT PLATE NO.: 2203 MINIMUM 6" OF 12" 0. D. 12" COMPACTED SAN PROPOSED SEWER 18" MIN. SEPARATION 3" STYROFOAM INSULATION TRANSITION TO SPECIFIED DEPTH (TYPICAL). INSTALL VERTICAL BENDS WITH MEGA LUGS AS REQUIRED. ONE PIPE LENGTH WATERMAIN UNDER STORM SEWER NOTE: INSULATION AND COMPACTED SAND SHALL EXTEND 12" PAST OUTSIDE OF PIPE INSULATION SHALL OVER LAP AT JOINTS BY MIN. OF 12" REVISED: 2 -10 FILE NAME: G: ENC affor WATERMAIN/STORM I SEWER CROSSING ENGINEERING DEPARTMENT PLATE NO.: 2204 \2204 FINAL GRADE b cn ry w a Q MINIMUM 6" SAND FILL TID SAND FILL VARIES TRENCH 3" MINIMUM RIGID STYROFOAM INSULATION NOTE: PIPE SHALL BE CENTERED UNDER INSULATION UNLESS OTHERWISE SPECIFIED. INSULATION SHALL OVERLAP AT SEAMS BY MIN. 12 ". COVER OVER PIPE — a WIDTH OF INSULATING BOARD — b 5' S' 6' 3' REVISED: 1 -10 FILE NAME: G: ENC ffff or I INSULATION I119L� DETAIL ENGINEERING DEPARTMENT PLATE NO.: 22 NOTE: 1— V Grate Shown 2— VB Grate Shown shall be used at all low points. Face of Curb Direction o Flow p I A NI Catchbosin casting and grate Neenah R3067 —V or equal 3" radius curb box. Precast concrete or HDPE adjusting rings. Minimum of 2 -2 ", maximum of 5 -2" concrete adjusment 24" x 36" rings allowed with 1/4"-- /4" Precast to 1/2" bed of mortar between each and a 6" thick concrete collar on the outside. Doghouses shall be grouted on both the SECT 0 N inside and outside. 0 N LO Grate to be 2" below gutter grade. 5' transition curb on each side of catchbasin. Top of Curb Varies 6 1 /2" Varies 5 „ 3' minimum 3" Grout 6 "Min. base NOTES: 1. Steps shall be provided in all catch basin /manholes and storm sewer manholes 2. Casting to be totally encased in concrete curb section. 3. No block structures are allowed. 4. No wood shims are permitted in the adjusting rings. ffff or nW REVISED: 2 -10 FILE NAME: G:\ENG\SPECS 3101 STORM SEWER CATCH BASIN 2' X 3' RECTANGULAR ENGINEERING DEPARTMENT PLATE NO.: 3101 24 "x36" slab opening for Neenah R3067 —V or equal ote: 1— V Grate shown 2— VI3 Grates shall be used at all low points. - Neenah R3067 —V casting and grate or equal. 6" Conc. collar --� / Minimum of 2 maximum of 5 -2" concrete adjustment rings with full beds of mortar. _----- Precast concrete or HDPE adjusting rings. 6" precast reinforced concrete slab. Top of barrel section under top slab to have flat top edge sealed with 2 beads of Ramnek or equal. All joints in manhole to have "0" ring rubber gaskets. Precast concrete section NOTES: 1. Doghouses shall be grouted on both the outside and inside. 2. No block structures are allowed. Manhole steps, Neenah R1981J or equal, 16" o.c., Aluminum steps approved. Minimum slab thickness, 6" for 14' depth. Increase thickness 1" for Qo ° each 4' of depth greater than 14', and reinforce with 6 "x6" 10/10 mesh. Grout bottom of manhole to 1 SECTION diameter at pipe and slope grout 2" toward invert. PLAN aff OF TYPICAL 4' DIAMETER CISS�1 CATCH BASIN MANHOLE REASED:2 -10 PLATE NO.: ENGINEERING DEPARTMENT 3102 FILE NAME: G: ENG SPECS 3102 QO D D v C D .E V aries 4' -0" Typ. v C 5" Q) �a a aff OF TYPICAL 4' DIAMETER CISS�1 CATCH BASIN MANHOLE REASED:2 -10 PLATE NO.: ENGINEERING DEPARTMENT 3102 FILE NAME: G: ENG SPECS 3102 NFFNAH R —a GRATE OR ,L 6" THICK CON COLLAR (TYP.; CONC. ADJUSTING RINGS (2 ") MIN. 2 MAX. 4 MIN. 1/4" MORTAR BETWEEN CASTING, RINGS & STRUCTURE MORTAR SHALL MEET MnDOT SPEC 2506.213. TE: NFORCING TO CONSIST OF BARS AT 8" O.C. BOTH WAYS > TO BE PRECAST SECTION )NC. SEWER BLOCK CAST OPENING AS REQUIRED )NC. BASE SHALL BE 6" POURED IN PLACE OR 5" PRECAST SLAB CATCHBASIN (27" DIA.) DESIGN SPECIAL 2 REVISED: 2 -10 FILE NAME: G: \ENC aff OF ceum►c� TYPICAL 27" DIAMETER CATCH BASIN ENGINEERING DEPARTMENT 3103 03 PLATE NO.: 3' -7" DIA �� 24 "x36" slab opening for Neenah 3067 —V or equal DTE: 1— V Grate shown 2— VB Grates shall be used at all low points. NOTE: No block structures are allowed. Minimum slab thickness, 6" for 14' depth. Increase thickness 1" for each 4' of depth greater than 14', and reinforce with 6 "x6" 10/10 mesh. No drain holes nor CATCH BASIN MME MANHOLE WITH SUMP REVISED: 1 -10 PLATE NO.: ENGINEERING DEPARTMENT 3104 FILE NAME: G: ENG SPECS 3104 '- - - - - -" Neenah R3067 —V casting and grate or equal. PLAN Minimum of 2 maximum of 5 3" Radius concrete adjustment rings with full beds of mortar. 6" Conc. collar Precast concrete or HDPE adjusting rings. 6 Varies ° ° 6" precast reinforced concrete slab. 12" -16" ° Top of barrel section below top slab ° to have flat top edge sealed with 2 beads of Ramnek or equal. c Varies All joints in manhole to have 4' -0" Typ. "0" ring rubber gaskets. ° Precast concrete section ° 5" Manhole steps, Neenah R1981J or equal, 16" o.c., Aluminum steps approved. Doghouses shall be grouted on both the outside and inside. NOTE: No block structures are allowed. Minimum slab thickness, 6" for 14' depth. Increase thickness 1" for each 4' of depth greater than 14', and reinforce with 6 "x6" 10/10 mesh. No drain holes nor CATCH BASIN MME MANHOLE WITH SUMP REVISED: 1 -10 PLATE NO.: ENGINEERING DEPARTMENT 3104 FILE NAME: G: ENG SPECS 3104 22 1/4" 21" NEENAH R -1737 OR EQUAL ANGLE IRON — 2 "x3" x 4' - 0" x 5/16" PLACE 3" LEG VERTICAL & PAINT WITH ONE COAT RED LEAD PRIMER ===- ----------- PLAN s' — I _ 5 4 4 4 ------------------- 9 1/2 12" ii II II ii 18" 6' I u u 7 2 —N0. S BENT REINFORCING � -8 SECT. BARS 6' -4" LONG ELEV. 2- 1/2 "x6" BENT BOLTS CURB OPENING 6" T a ° 2, -2„ 6" SECTION A - 2' -6" 2' -6" OPENING 6" CATCH BASIN LOPED I I LE T LEAD Q 6" 18" ° TAPER CURB TO a d 8618 CURB & GUTTER 11" HIGH & 7" v WIDE AT BASIN 16" I - 3' -8" —� 6" I v CONCRETE CURB & GUTTER & CONCRETE APRON TO BE SECTION B -13 Q a v CONSTRUCTED BY OTHERS LONG STEEL -6 NO. 4 BARS x 4' -4" LONG AT 2" O.C. TO BE ON TOP d v OF DIAGONAL STEEL <4 a a a v B a A a . THIS POINT 6" DIAGONAL STEEL -4 NO. 4 / ? v BELOW NORMAL BARS x 3' -3" LONG TO BE ON �` \` o a a GUTTER GRADE TOP OF SHORT STEEL TAPER CURB Y AS ABOVE 2' TYP. o a SHORT STEEL -4 NO. 4 `x�� _ CORNER BARS x 3' -0" LONG TO BE \ ,' TO B/C v 1 1/2" CLEAR FROM \ / `��' BOTTOM SLAB �/ ` �` B�45.000° a . NO SCALE PLAN aff OF HIGH CAPACITY CATCH BASIN IN B618 CONCRETE CURB REVISED: 2 -10 PLATE NO.: ENGINEERING DEPARTMENT 3105 FILE NAME: G: ENG SPECS 3105 NOTE: Sur—mountable Curb & Gutter to be transitioned into a B618 type at catchbasin. Q Catchbasin Frame & Grate Neenah R- 3067 —V or �0W o� VB Grate. �' Fi /' -; °� NOTE Catchbasin to be depressed 2" below design gutter line grade. A Neenah R- 3067 —VB shall be used lat all low points. - r o o� s� Surmountable Concrete Curb & Gutter 2 — #4 -60 "Long Rebcrs Each way ISOMETRIC No Scale o o 0 5' Min. Transition 5' Min. Transition 0 0 Top of 0 x Curb 2 Q w w Design gutter line grade "— 2— #4 -60" LONG Rebars Each way Frame & Casting SECTION A- A No Scale aff OF CURB CONSTRUCTION A T AT CATCH BASIN REVISED 1 -10 ENGINEERING DEPARTMENT PLATE NO.: 3106 FILE NAME: G:\ENG\SPECS\3106 s n om. a RIPRAP REQUIREMENTS PIPE DIA. RIPRAP REQUIRED 12" TO 24" 8 to 12 CY CL.3 27" TO 33" 14 to 20 CY CL.3 36" TO 48" 23 to 38 CY CL.3 54" AND UP 62 CY and up CL.4 (One cubic yard is approximately 2,800 lbs.) Ju r I A A I NOTE GRANULAR FILTER REQUIRED UNDER RIP RAP AND 2 LAYERS OF 50OX MIRAFI FABRIC OR EQUAL Jt 11UIN H — /A Iter (MNDOT 3601.213) vcv�cnLnc Filter Type III NTS RIPRAP N Granular Filter (MNDOT 3601.213) SECTION B —B Geotextile Filter Type III NTS aff OF 19w, REVISED: 2 -10 FILE NAME: G: ENG SPECS 3107 RIP RAP DETAIL PLATE NO.: ENGINEERING DEPARTMENT 3107 See City Plate No. 3107 for riprap placement. ISOMETRIC N TS NOTES: 1. All Reinforced Concrete Aprons shall be furnished & installed without Trash Guards. 2. All new Reinforced Concrete Aprons on new pipe shall be tied back 3 pipe lengths back from apron. 3. All new Reinforced Concrete Aprons on existing pipe shall be tied to the first pipe adjacent to the apron. aff OF FLARED END SECTION REASED:2 -10 ENGINEERING DEPARTMENT PLATE NO.: 3108 FILE NAME: G: ENG SPECS 3108 NOTES: 1. Grates to be made in (2) pieces 2. All metal shall be hot - dipped - galvanized Hole � - Hole �- „ Y #5 Smooth Bar 4" o.c. each steel X \ T J / - - ,- Hex Head Stainless Steel Bolts With Nuts and Washers Structure Requires (2) - Piece Grate Per Drawing se p�onS -1 f �r Sh op e a 6 - =11 112 11 1 g "to12" " H outlet N.W.L. II- pipe 111= I I -1 III- 12" IIIL 1 F, i 8 . N N 48 "min. 1/4" Steel Plate I =1 S III -II P I -1I �I a/ O� S inlet 10 , p ipe S A Monolithically Poured Concrete NOTES: 1. Standard pipe bedding required on both inlet & outlet pipes. 2. Tie last three joints. Use two tie bolt fasteners per joint. DETAIL A —A aff OF POND OUTLET CONTROL STRUCTURE REVISED:1 -10 PLATE NO.: FILE NAME c : \ENG \SPECS \3109 ENGINEERING DEPARTMENT 3109 C__ n_i_a n n PL CL PL S �oQ e 4" Topsoil, Seed & Mulch or Sod. Draintile Surmountable - Concrete Curb 30' 30' 15.5' to Back 15.5' to Back Wear Course to be 1 /2" Above Edge of Gutter 1 1 1 3.0% ' \09 e 2.0 % 1.5 : 1 1' Draintile 1 1 /2 " —MNDOT 2,350 LVWE35030B Tack Coat — 2357 2 " —MNDOT 2,350 LVNW35030B 12" —Class 5 Aggregate Base, 100% Crushed 24" MNDOT 3149.2B Select Granular Borrow ( *See Note 7) NOTES 1. Minimum Right —of —Way Required — 60'. 2. Maximum street grade 7.0 %. 3. Minimum street grade 0.75 %. 4. 4.0" Topsoil placed in disturbed areas. 5. 2 Rolls sod behind curb. 6. The bituminous wearing surface shall be placed the next construction season following placement of the bituminous base. 7. A test roll of the prepared subgrade shall be performed by the owner in the presence of a city inspector. The city has the authority to require additional subgrade correction based on the test roll. 8. Draintile shall be placed along both sides of roadway. See plate 5232 for details. CM OF TYPICAL �[l8ll�e►1� RESIDENTIAL STREET SECTION REVISED:1 -10 ENGINEERING DEPARTMENT PLATE NO.: 5200 FILE NAME: G: \ENG \SPECS \5200 PL 30' CL 30' S �oP e 18' to Face 1 18' to Face 4" Topsoil, Seed & Mulch or Sod. B -618 Concrete Curb FA PL 2.0% CD 2 " —MNDOT 2350 MVWE35035B 2 " —MNDOT 2350 MVNW35035B 2 1 /2 " —MNDOT 2350 MVNW35035B 12" —Class 5 Aggregate Base, 100% Crushed 24" MNDOT 3149.28 Select Granular Borrow ( *See Note 7) Tack Coat — 2357 Tack Coat — 2357 NOTES 1. Minimum Right —of —Way Required — 60'. 2. Maximum street grade 7.0 %. 3. Minimum street grade 0.75 %. 4. 4.0" Topsoil placed in disturbed areas. 5. 2 Rolls sod behind curb. 6. The bituminous wearing surface shall be placed the next construction season following placement of the bituminous base. 7. A test roll of the prepared subgrade shall be performed by the owner in the presence of a city inspector. The city has the authority to require additional subgrade correction based on the test roll. aff OF TYPICAL COMMERCIAL /INDUSTRIAL nwrm Id STREET SECTION REVISED 2 -10 ENGINEERING DEPARTMENT PLATE NO.: FILE NAME: G: \ENG \SPECS \5201 5201 Wear Course to be 1/2" Above Edge of Gutter Ill 1 3.0% a 3 � S \ope CL 18' 8' 4', 2' Min, 3.0% 3 S\09 tch Bottom 1 /2 " —MNDOT 2,350 LVWE35030B Tack Coat — 2357 2 " —MNDOT 2350 LVNW35030B 10" —Class 5 Aggregate Base, 100% Crushed 24" MNDOT 3149.2B Select Granular Borrow ( *See Note 7) 6" Class 5 Aggregate Base Shoulder, 100% Crushed NOTES 1. Minimum Right —of —Way Required — 60'. 2. Maximum street grade 7.0 %. 3. Minimum street grade 0.75 %. 4. 4.0" Topsoil placed in disturbed areas. 5. 2 Rolls sod behind gravel shoulder. 6. The bituminous wearing surface shall be placed the next construction season following placement of the bituminous base. 7. A test roll of the prepared subgrade shall be performed by the owner in the presence of a city inspector. The city has the authority to require additional subgrade correction based on the test roll. Cffl OF TYPICAL I�� RURAL �I STREET SECTION REVISED: 1 -10 ENGINEERING DEPARTMENT PLATE NO.: FILE NAME: G:\ENG\SPECS\5202 5202 EXISTING BITUMIOUS SURFACE SAWCUT ALL BITUMINOUS EDGES. (TYP.) / L - 2" MNDOT 2350 TYPE LV4 WEAR (B) TACK COAT 2'/" MNDOT 2350 TYPE LV3 NON -WEAR (B) 12" MIN. CLASS 5, 100% CRUSHED AGGREGATE BASE. PATCHING NOTES: 1. SAW CUT ALL EDGES, REMOVE BITUMINOUS PATCH AREA AND ENOUGH CLASS 5 MATERIAL TO ACCOMMODATE A 4.5" BITUMINOUS PATCH. 2. MECHANICAL COMPACTION OF GRAVEL BASE REQUIRED PRIOR TO PAVING. 3. CONTRACTOR MAY USE WEAR COURSE MATERIAL IN LIEU OF BASE COURSE MATERIAL. 4. USE PLATE COMPACTOR ON EDGES OF BASE COURSE PATCH. 5. ALLOW BASE COURSE TO FULLY COOL BEFORE PLACING WEAR COURSE. 6. ROLL PATCH FROM EDGES TO CENTER. REMOVE OR ADD MATERIAL DURING ROLLING SO PATCH IS TRUE AND LEVEL WITH SURROUNDING SURFACES. CONTRACTOR TO STRINGLINE ALL PATCHES PRIOR TO APPROVAL. 7. MNDOT 2350 - ORDINARY COMPACTION METHOD REQUIRED. aff 9 TYPICAL STREET PATCHING BITUMINOUS REVISED: 2 -10 PLATE NO.: FILE NAME: G: \ENG \SPECS \5202A ENGINEERING DEPARTMENT 5202A SAWCUT ALL BITUMINOUS E[ (TYP.) EXISTING BITUMIOUS SURFACE I 1 EXISTING MANHOLE OR GATE VALVE 12. WIN. 1/4" ABOVE CASTING 2" MNDOT 2350 TYPE LV4 WEAR (B) TACK COAT 2'/2" MNDOT 2350 TYPE LV3 NON -WEAR (B) PATCHING NOTES: 1. SAW CUT ALL EDGES, REMOVE BITUMINOUS PATCH AREA AND ENOUGH CLASS 5 MATERIAL TO ACCOMMODATE A 4.5" BITUMINOUS PATCH. 2. MECHANICAL COMPACTION OF GRAVEL BASE REQUIRED PRIOR TO PAVING. 3. CONTRACTOR MAY USE WEAR COURSE MATERIAL IN LIEU OF BASE COURSE MATERIAL. 4. USE JUMPING JACK COMPACTOR ON BASE COURSE PATCH. 5. ALLOW BASE COURSE TO FULLY COOL BEFORE PLACING WEAR COURSE. 6. PLACE 1/4" PLYWOOD CIRCLE OVER CASTING TO CONSTRUCT UNIFORM EDGES. 7. ROLL PATCH FROM EDGES TO CENTER. REMOVE OR ADD MATERIAL DURING ROLLING SO PATCH IS TRUE AND LEVEL WITH SURROUNDING SURFACES. CONTRACTOR TO STRINGLINE ALL PATCHES PRIOR TO APPROVAL. g. MNDOT 2350 - ORDINARY COMPACTION METHOD REQUIRED. aff 9 TYPICAL STREET PATCHING C � AT MANHOLES OR GATE VALVES (BITUMINOUS) REVISED 2 -10 ENGINEERING DEPARTMENT PLATE NO.: 5202B FILE NAME: G: \ENG \SPECS \52028 1 /2 "r 6" Distance to �- variable "r 3 Top Bituminous Material 1/2"r N ° �3 slope 3�4" per ft ° a ° 8" 18" MnDOT B618 Concrete Curb and Gutter 6" Distance to variable 1 /12 11 r "r "r Top Bituminous Material 3 1 /2 a 1 slope 1 3 4" per MnDOT B612 a ° Concrete Curb and Gutter a NOTE: For Use Only with Private Driveways, Parking Lots, or Medians. 28 "R 12 "R 16" Top Bituminous Material 68 "R N ° ° o 1/2" r N Q0 a Surmountable 17 1/2" 10 1/2" Concrete Curb and Gutter 28" 4" 8" 1 1/8"r "Bituminous Bituminous Curb N 6" Shoe Formed aff OF TYPICAL CURB CHUMM AND GUTTER REVISED 1 -10 1 ENGINEERING DEPARTMENT PLATE NO.: 5203 FlLE NAME: G: \ENG \SPECS \5203 B618 CURE & GUTTER TYPICAL RESIDENTIAL RADIUS — 20' TYPICAL COLLECTOR RADIUS — 30' 6" height 10' long t r a nsitional height curbing' a P 7 „ 2 "drop 4" height 7 f MNDOT B618 CONC. C & G SURMOUNTABLE C & G SECTION A -A Wfor TYPICAL CURB RADIUS REVISED: 1 -10 ENGINEERING DEPARTMENT PLATE NO.: FILE NAME: G: \ENG \SPECS \5204 5204 v HIGH /LOW PT. FOR DRAINAGE 7 CIRCUM 45.5' RADIUS= 285.88'/360' 60.25' � I \3) ILn �J STANDARD CUB -DE -SAC X Y* COM. /IND. 60' RAD. 48'. RAID. URBAN 60' RAID. 45.5' RAD. RURAL 60' RAD. 40'. RAD.* *NOTE: 1. ALL DISTANCE FOR STREET WIDTHS ARE MEASURED TO BACK OF CURB. 2. PLUS 6' GRAVEL SHOULDER. (RURAL) Cfff 9 TYPICAL C CUL -DE -SAC REVISED: 1 -10 ENGINEERING DEPARTMENT PLATE NO.: FILE NAME: G: \ENG \SPECS \5205 5205 1 11 I o Q) l a Remove Crown Expansion Joint (25 WARP) Expansion Joint o� \ a o e' Tipout Gutter - e- A g o a A Waterflow 36" 3/4" Slope foot per 3" up ° o from bottom o° 6" Class 5 base 1 incidental to apron #4 Rebar @ 6" O.C. SECTION A- A No Scale NOTES: 1. 1 12" Preformed joint filler material — AASHTO M213. 2. Contraction Joints 8' O.C. in Cross Gutter. ff STREET INTERSECTION N CONCRETE VALLEY GUTTER REVISED 2 -10 ENGINEERING DEPARTMENT PLATE NO.: 5 2 0 6 FILE NAME: G:\ENG\SPECS\5206 3/4" per foot 18" 5' MIN. 2.0% / MAX 4.5% GRADE I- I-6 3" 8" Concrete pavement Use #4 (1/2") Rebar Slab Reinforcement 6" Class 5 base incidental to apron SECTION A -A No Scale 36' Max. Industrial /Commercial A Ri —of —Way B618 Curb & Gutter — B618 Curb & Gutter Box installed over Bituminous water service LO O C7traction Joints A Expansion Joint (typ) Mdx. Spacing in Valley Gutter is 8 PLAN No Scale NOTE: 1. Use #4 (1/2 ") rebar slab reinforcement in r.o.w placed @ 6" from each edge. rebar to be 2' on center, being 6" on center in the gutter. 2. Contraction joints shall be 1/3 the depth of the slab. 3. Bituminous paving section to the right —of —way is the same as the street paving section. 4. Maximum pavement slope allowed within 30' of the street is 4.5 %. Aggregate used in the concrete mix shall be granite.. 5. If water shutoff is in the driveway pavement a cover as manufactured by Mcdonold 74M1 A series with a 8" opening frame & cover or equal shall be installed. Cfff OF COMMERCIAL /INDUSTRIAL CONCRETE DRIVEWAY APRON REVISED: 2 -10 ENGINEERING DEPARTMENT PLATE NO.: 5 2 0 7 FILE NAME: G: \ENG \SPECS \5207 1 t F a 10' OVER FROM P/L Q NO CURB & GUTTER w SAW OR HAND TOOL CONTRACTION JOINTS ° >-> 6" DEPTH MIN. 1/3 THE THICKNESS OF THE SLAB. ° EXPANSION JOINT a o BACK OF APRON m LL ° 1 24 'MAX WIDTH AT R.O.W. o ° Right -of - Way BOX INSTALLED OVER WATER SERVICE IF RADIUS INSTALLED, A MIN. 3' 3 ' 8'MAX OF 3' RADIUS REQUIRED. —► 0.5, 3' ° d ? ° ° ° 0 0.5' 1 ° ° 18 - 1 ° ° ° d ° d EDGE OF EX. PAVEMENT END OF DRIVEWAY 3.0' DOG LEG JOINT 0.5' 1.0� SAWCUT LINE NOTE: ON BITUMINOUS STREETS CONTRACTOR MUST SAWCUT AND REPLACE MIN 18" STRIP OF STREET SECTION WITH SAME PAVEMENT TYPE TO MATCH EXISTING STREET SECTION. NEW CONCRETE DRIVEWAY SHALL BE OFFSET BACK 0.5' FROM EXISTING BITUMINOUS PAVEMENT. WHEN EXISTING DRIVEWAY IS BITUMINOUS AND NEEDS TO BE RESTORED. THE CITY REQUIRES A MINIMUM OF 2 - 2" LIFTS IN THE R.O.W. AREA. REBAR DRIVEWAY THICKNESS SHALL BE A MINIMUM OF 6" OF CONCRETE WITH 6" OF CLASS 5 FOR ° 1 6" BASE d • USE #4 (1/2 ") REBAR SLAB REINFORCEMENT IN R.O.W. PLACED @ 2' ON CENTERS. 6 ,. IF WATER SHUTOFF IS IN THE DRIVEWAY PAVEMENT A COVER AS MANUFACTURED BY McDONALD 74MIA SERIES WITH AN 8" OPENING FRAME & COVER OR EQUAL SHALL BE INSTALLED. N TS a 10' OVER FROM P/L 3 CURB & GUTTER > o � SAW OR HAND TOOL CONTRACTION JOINTS a 6" DEPTH MIN. EXPANSION JOINT Q BACK OF APRON 1/3 THE THICKNESS OF THE SLAB. m Right —of —Way °w 24 'MAX WIDTH AT R.O.W. BOX INSTALLED OVER WATER SERVICE 3' d 3' IF RADIUS INSTALLED, A MIN. ° ° A OF 3' RADIUS REQUIRED. a ° ° 8'MAX 3 ° ° ° 1 3 °. BACK OF CURB ad ° °- °. d ° ° a ° d d 18" STREET EDGE DOG LEG JOINT 1" ROUNDED LIP NOTE: CONTRACTOR MUST SAWCUT AND REPLACE MIN 18" STRIP OF STREET SECTION WITH SAME PAVEMENT TYPE TO MATCH EXISTING STREET SECTION. WHEN EXISTING DRIVEWAY IS BITUMINOUS AND NEEDS TO BE RESTORED. THE CITY REQUIRES A MINIMUM OF 2 - 2" LIFTS IN THE R.O.W. AREA. ° REBAR 6" DRIVEWAY THICKNESS SHALL BE A MINIMUM OF 6 OF CONCRETE WITH 6" OF CLASS 5 FOR BASE EXISTING CURB WILL BE REMOVED TO THE NEXT FULL JOINT OR SAWCUT IF MORE THAN 5' IS LEFT INPLACE TO THE NEXT JOINT d • AND DRAINAGE IS MAINTAINED, USE q4 (1/2 ") REBAR SLAB REINFORCEMENT IN R.O.W PLACED 0 2' ON CENTERS. 2 "J 6 PLACE EXPANSION FELT BEHIND CURB PRIOR TO DRIVEWAY INSTALLATION. 2.O IF WATER SHUTOFF IS IN THE DRIVEWAY PAVEMENT A COVER AS MANUFACTURED BY McDONALD 74MIA SERIES WITH AN N TS 8" OPENING FRAME & COVER OR EQUAL SHALL BE INSTALLED. O� CONCRETE RESIDENTIAL DRIVEWAY ENTRANCES WITH AND WITHOUT CURBS REVISED: 10 -09 PLATE NO.: ENGINEERING DEPARTMENT 52 0 8 FILE NAME: G: ENG SPECS 5208 NOTE: DRIVEWAY THICKNESS IN R.O.W. SHALL BE A MINIMUM OF 2 -2" LIFTS OF ' BITUMINOUS WITH 6" OF CLASS 5 FOR BASE IF THE CURB NEEDS TO BE REPLACED THEN THE ABOVE DETAIL FOR STREET REPLACEMENT SHALL BE USED AND THE CURB REMOVED TO THE NEAREST JOINT OR SAWCUT IF 5' OF CURB WILL REMAIN TO THE NEXT JOINT AND GUTTER LINE MAINTAINS PROPER DRAINAGE. my or RESIDENTIAL BITUMINOUS I� DRIVEWAY ENTRANCES WITH AND WITHOUT CURBS REVISED 2 -10 ENGINEERING DEPARTMENT PLATE NO.: FILE NAME: G: \ENG \SPECS \5209 5209 18 OF DRIVEWAY SAWCUT ALL STREET SAWCUT LINE END PATCH AREAS AND TACK BEFORE PAVING. NOTE: ON BITUMINOUS STREETS CONTRACTOR MUST SAWCUT AND REPLACE MIN 18" STRIP OF STREET SECTION WITH WEAR PAVEMENT TO MATCH EXISTING STREET SECTION THICKNESS. DRIVEWAY THICKNESS TO THE RIGHT OF WAY SHALL BE A MINIMUM OF 2 -2 Em LIFTS OF BITUMINOUS WITH 6" OF CLASS 5 FOR BASE CURB & GUTTER 10 ' OVER FROM P/L } a a 50' MAX DRIVEWAY WIDTH INSIDE PROPERTY o IF HARDCOVER ALLOWS Y U m O - 24' MAX WIDTH IN R.O.W. o R.O.W. F A RADIUS IS w R. 0. W. INSTALLED, A MIN. OF 3' ,,3pp 1 31 1. RADIUS IS REQUIRED. 3'— f 3' BACK OF CURB 3 3' NOTE: DRIVEWAY THICKNESS IN R.O.W. SHALL BE A MINIMUM OF 2 -2" LIFTS OF ' BITUMINOUS WITH 6" OF CLASS 5 FOR BASE IF THE CURB NEEDS TO BE REPLACED THEN THE ABOVE DETAIL FOR STREET REPLACEMENT SHALL BE USED AND THE CURB REMOVED TO THE NEAREST JOINT OR SAWCUT IF 5' OF CURB WILL REMAIN TO THE NEXT JOINT AND GUTTER LINE MAINTAINS PROPER DRAINAGE. my or RESIDENTIAL BITUMINOUS I� DRIVEWAY ENTRANCES WITH AND WITHOUT CURBS REVISED 2 -10 ENGINEERING DEPARTMENT PLATE NO.: FILE NAME: G: \ENG \SPECS \5209 5209 w z VARIABLE LLJ o_ 0 o_ HYDRANT VALVE BOX 6 6 VARIES 5' -6' (SEE PLANS) 1 /4" PER FT. SLOPE TO ROADWAY CURB 4" CLASS 5 BASE 2' 3' 2.5' Min. CONCRETE SEE NOTES 1 & 3 NOTES: 1. TYPICAL 6" THICK CONCRETE SIDEWALK. 2. USE 8" THICK FOR COMMERICAL DRIVEWAY CROSSING. 3. JOINT SPACING AT 5' INTERVALS. EXPANSION JOINT SPACING AT 100' INTERVALS AND WHEN ABUTTING EXISTING CONCRETE OR STRUCTURE. Cfff OF CONCRETE SIDEWALK REVISED: 1 -10 PLATE NO • ENGINEERING DEPARTMENT 5214 FILE NAME: G: \ENG \SPECS \5214 FLARE TO MATCH 5' MIN. 50 % -60% OF WIDTH OF WALK A7 F-BASE DIAMETER 1 /5" BACK OF CURB 7/8`1 7/16" ° DOME SECTION o0000000 000 000000000 _ FRONT FACE OF CURB 6 3" 3 4' MIN. 6 3 A � PLAN VIEW OF DIAGONAL RAMP CURB & GUTTER 5 '- 4" 4' 0" - T- =SECTION LATTERO 0.08 FT. /FT.SLOPE OF FLARED SIDE, (IF EXISTING CONDITIONS DO NOT PERMIT, MAY I ICF n 10 FT /FT - n (1R FT /FT CI ()PF ) 1 5/8 " -2 3/8" 15/16 "(TYP.) OME TYP 5/8 " -2 3/8" 0 0 000000 b 000000 O O 0 15/16 "(TYP.) 5/8 "MIN 5/8 "MIN. DOME SPACING 6' 3" 4' 0" MIN. 6' 3" ELEVATION OF RAMP F- 0 U z_ _J Z Q W U Y m J � Q � U 5 4' 6' 5' 7' 6' 8' 7' 9' 8' 10 1/2 INCH PREFORMED JOINT FILLER MATERIAL, AASHTO M 213. �2 WHEN A MEDIAN IS NOT WIDE ENOUGH FOR TWO PEDESTRIAN RAMPS AND A 48" LANDING BETWEEN THEM, THE PEDESTRIAN CROSSING SHALL BE CUT THROUGH THE MEDIAN AT STREET LEVEL. 6" TO 8" IS THE REQUIRED OFFSET OF THE TRUNCATED DOME AREA FROM THE FRONT FACE OF CURB. ® ADA REQUIRED TRUNCATED DOME AREA SHALL BE 2' 0" MIN. IN DIRECTION OF TRAVEL AND SHALL EXTEND THE FULL WIDTH (4' 0" TYP.) OF THE CURB RAMP. THIS 2' 0" BY 4' 0" WIDTH (TYP.) TRUNCATED DOME AREA SHALL CONTRAST VISUALLY WITH THE ADJACENT WALKING SURFACE. THE ENTIRE TRUNCATED DOME AREA SHALL BE A LIGHT COLOR (GRAY) WHEN THE ADJACENT SIDEWALK IS A DARK COLOR. THE ENTIRE TRUNCATED DOME AREA SHALL BE A DARK COLOR (GRAY) WHEN THE ADJACENT SIDEWALK IS A "WHITE" OR LIGHT GRAY CEMENT COLOR. SURFACE APPLIED TRUNCATED DOMES OR STAMPED CONCRETE WILL NOT BE ALLOWED. TRUNCATED DOME AREA SHALL BE NEENAH DETECTABLE WARNING PLATE R4984 THAT MEETS THE CURRENT MNDOT STANDARDS FOR DETECTABLE WARNING SYSTEMS. aff OF PEDESTRIAN MWE CURB RAMP REVISED 1 -10 ENGINEERING DEPARTMENT PLATE NO.: FILE NAME: G: \ENG \SPECS \5215 5215 1 J 1 1 1 C� 1 I] VARIABLE MINIMUM 11' CURB 1 /2 "PER FT. SLOPE TOWARD ROADWAY TOPSOIL TYPICAL 12' 10' i 3" MNDOT 2350 LVWE45030B 6" CLASS 5 BASE (100% CRUSHED) COMPACTED SUBGRADE PER SOIL ENGINEER W z_ J w n O n n VARIES NOTES: 1. SHOULDERS TO BE BACKFILLED AND RESTORED WITH 3" OF TOPSOIL AND RE- VEGETATED WITH SOD OR SEED / MULCH. 2. THE CONTRACTOR OR DEVELOPER SHALL SUPPLY A 2 YEAR 100% MAINTENANCE BOND UPON CITY ACCEPTANCE. 3. THIS DETAIL / SPECIFICATIONS ARE MINIMUMN REQUIREMENTS, ADDITIONAL DESIGN MAY BE REQUIRED DEPENDING ON EXISTING SUB -GRADE SOIL CONDITIONS. 4. BITUMINOUS TRAILS MAY NOT BE CONSTRUCTED ON UNSUITABLE SOILS. NO WASTE MATERIAL, BLACK DIRT, OR ORGANIC SOILS ALLOWED. ffff Of BITUMINOUS CME TRAIL REVISED: 1 -10 ENGINEERING DEPARTMENT PLATE NO.: FILE NAME: G: \ENG \SPECS \5216 5216 3LB. 7' Anchor - Post — Pneumatically Driv Typical Traffic Sign Installation Bolt Post With Sign to Post in Concrete Expansion Joint Material — 4 Sides Full Depth N Typical Sign Installation In Concrete Median Post �r E Anchor Plate Detail NOTES: 1. For Boulevard Location of Street Signs and for Traffic Signs, Contact Chanhassen Street Superintendent (952- 227 - 1303). 2. For Material Specifications See Section 4.11 of Standard Street Specs. 3. Traffic Signs with 9 Sq. Ft. or More of Surface Area and 36" or Larger in Size, Must be Mounted with Two Separate Posts. 4. For Private Streets, Signs Shall be the Same as Above, Except Lettering to be White on Blue Background. W10F STREET AND TRAFFIC SIGN INSTALLATION REVISED 1 -10 ENGINEERING DEPARTMENT PLATE NO.. 5217 FILE NAME: G: \ENG \SPECS \5217 6" x 24" or 30" or 36" Double Aluminum Street Sign — Both Directions Traffic Sign as Required /8" O.D. anized Steel 12 Guage c Thor Plate 2.51-B. 7' Upper Galvanized Steel ° Sign Post D Ir (2) 5/16" x 1 " Post Bolts — a Tamperproof J a with Washers 7 2' Min. Curb —� Typical Street Sian Installation CHANHASSEN FIRE DEPARTMENT POLICY REQUIREMENTS FOR FIRE LANE SIGNAGE NOTES: 1. SIGNS TO BE A MINIMUM OF 12" X 18 ". 2. RED ON WHITE IS PREFFERED. 3. 3M OR EQUAL ENGINEER'S GRADE REFLECTIVE SHEETING ON ALUMINUM IS PREFFERED. 4. WORDING SHALL BE: NO PARKING FIRE LANE 5. SIGNS SHALL BE POSTED AT EACH END OF THE FIRE LANE AND AT LEAST AT EVERY 75' INTERVALS ALONG THE FIRE LANE. 6. ALL SIGNS SHALL BE DOUBLE SIDED FACING THE DIRECTION OF TRAVEL. 7. POST SHALL BE SET BACK A MINIMUM OF 24" BUT NOT MORE THAN 36" FROM THE BACK OF CURB. 8. A FIRE LANE SHALL BE REQUIRED IN FRONT OF FIRE DEPARTMENT CONNECTIONS EXTENDING 5' ON EACH SIDE AND ALONG ALL AREAS DESIGNATED BY THE FIRE CHIEF. CHANHASSEN FIRE DEPARTMENT FIRE PREVENTION POLICY 06 -1991 DATED JANUARY 15, 1991 ANY DEVIATION FROM THE ABOVE PROCEDURES SHALL BE SUBMITTED IN WRITING, WITH A SITE PLAN, FOR APPROVAL BY THE FIRE CHIEF. IT IS THE INTENTION OF THE FIRE DEPARTMENT TO ENSURE CONTINUITY THROUGHOUT THE CITY BY PROVIDING THESE PROCEDURES FOR MARKING OF FIRE LANES. Cfff OF FIRE LANE nwiffill SIGNAGE REVISED: 1 -10 PLATE NO.: ENGINEERING DEPARTMENT 5218 FlLE NAME: G: \ENG \SPECS \5218 CITY PROJECT NO. CITY OF CHANHASSEN SEWER, WATER OR COMBINATION SERVICE (CIRCLE ONE) Street Name------- --- -- ---- - - ---- Lot Block - - - -- Addition Name --------------------------------- SEWER: Downstream Manhole No.- - - - -_— Sta. at P.L. from Downstream Manhole -- _-- + - - -___ Elevation at C.L. of Sewer Main----__ — Distance from Sewer Main to Cleanout-----_—_— % of Grade for Service to be installed---__- - -- Length, Size and Type of Service Pipe --------------- -- Depth at P.L . —__ Distance Sewer Main to Riser ----- +_ - -_— Riser Height - - - - - -- WATER: Downstream Manhole No.- -__ - -- Sta. at P.L. from Downstream Manhole +_ - - - -- Length, Size and Type of Service Pipe - - - - -_ .----------------- - - - - -- Depth at P.L .- - - - - -_ Curb Stop Carver Co. Coordinates: X--- - - - - -- Y— _- - - -__— Z--- - - - - -_ ❑ Check if Sewer Service Riser Installed I Denotes Sewer Service End (D-Denotes Water Service End (SHOW SKETCH WITH TIES HERE) Contractor Foreman Tied by Date Location and Depth of Service Certified by NOTE: Service ties shall be swing ties of not more than 100' in length between tie points and sholl be tied to permanent structures such as building corners, valve boxes, manholes, catch basins, hydrants, etc. Ties to trees, power poles, property corners, telephone or utility boxes will not be accepted. If a permanent structure is not ovoilble within the 100' length a third tie point of not more than 150' shall be supplied. A. aff or STANDARD SERVICE TIE CARD REVISED: 1 -10 ENGINEERING DEPARTMENT PLATE NO.: 5221 FILE NAME: G: \ENG \SPECS \5221 n 11 a D a D a D D a 1. CLEANOUTS REQUIRED AT 300' INTERVALS & D a D D AGGREGATE BASE 2. SWING TIES TO BE SHOWN ON AS— GUILTS FOR ALL ENDING POINTS TO ALL DRAINTILES_ 3. OPENINGS IN STRUCTURE FOR DRAINTILE TO BE FABRICATED OR CORE DRILLED. 4. THIS DETAIL w � SOIL SUB CUT IS NECESSARY. MNDOT SELECT GRANULAR BORROW elf o w COURSE FILTER AGGREGATE D R A I N TI LE o MNDOT 3149.2H 0 0 z 12" DEEP w 04 9 ok N (n TO DRAIN GRADE CLAY SUB —GRAD 4" PERFORATED PIPE NOTCH CLAY SUB —GRADE GEOTEXTILE WRAP (3733, TYPE 1) FOR PIPE PLACEMENT TRENCH DETAIL Perforated PVC, or Dual Wall smooth interior corrugated PE pipe. CONC. I _LAR NOTES: 1. CLEANOUTS REQUIRED AT 300' INTERVALS & ALL ENDING POINTS. 2. SWING TIES TO BE SHOWN ON AS— GUILTS FOR ALL ENDING POINTS TO ALL DRAINTILES_ 3. OPENINGS IN STRUCTURE FOR DRAINTILE TO BE FABRICATED OR CORE DRILLED. 4. THIS DETAIL TO BE USED WHEN 2' OR MORE OF EXISTING SOIL SUB CUT IS NECESSARY. aff OF 4" SUB - SURFACE �DAtl�►1 D R A I N TI LE REVISED: 3-09 ENGINEERING DEPARTMENT PLATE NO.: RILE NAME: G: \ENG \SPECS \5232 5232 PIPE DETAIL 3' L -6" sopil o �0Oo 0 O o 0 Oo O 0 `1 0000 � o c__� 0 a o a 0 a p AGGREGATE BASE COURSE FILTER AGGREGATE MNDOT 3149.2H 4" PERFORATED PIPE GEOTEXTILE WRAP (3733, TYPE 1) 2" min. 12" MAX. TRENCH DETAIL ZFORATED PVC, DUAL WALL SMOOTH INTERIOR ERIOR CORRUGATED PE PIPE. NOTES: 1. CLEANOUTS REQUIRED AT 300' INTERVALS & ALL ENDING POINTS. 2. SWING TIES TO BE SHOWN ON AS— BUILTS FOR ALL ENDING POINTS TO ALL DRAINTILES. 3. OPENINGS IN STRUCTURE FOR DRAINTILE TO BE FABRICATED OR CORE DRILLED. GROUT 6' CONC. AROUND COLLAR PIPE cfrl OF ALTERNATE 4$$ ams SUB - SURFACE DRAINTILE REVISED: 3 -09 ENGINEERING DEPARTMENT PLATE NO.: FILE NAME: G: \ENG \SPECS \5233 5233 PIPE DETAIL HUB WITH THREADED METAL PLUG TO BE SET AT FINAL GRADE. METAL TOP PLUG MADE OF MATERIAL TO ALLOW LOCATES VIA METAL DETECTOR. FINISHED GRADE ONE PIECE PVC SDR. -35 CLEANOUT RISER (SIZE AS PER PLAN) cn w Q LONG TURN T —Y SDR. -35 RIDGID SDR -35 Ii NOTE: 1. SOLVANT WELD ALL JOINTS ON CLEAN OUT. (NON— GASKETED) 2. CLEAN OUTS SHALL BE SPACED AT 300' INTERVALS (MAXIMUM) Cfff OF SUB- SURFACE PVC DRAINTILE u CLEAN OU T REVISED: 1 -10 PLATE NO.: ENGINEERING DEPARTMENT 5234 FILE NAME: G: \ENG \SPECS 5234 CURB DETAI BACKFILL AREA WITH ROCK I II - IIII - 1 = III = III III = I - _III -_III- I I -I I - - a4 DO NOT CONNECT Cj I I - I I I I II I I- III -I I I -I I I- III III - II I TO EXISTING DRAIN _ I -� -� �_� �_� �_� �_� �_� -� _� TILE PIPE - III - III - III- EXISTING DRAIN TILE, i- iii - iii -i TRENCH AND PIPE TRENCH DETAIL TRENCH DETAIL ROCK TO BE WRAPED IN GEOTEXTILE FABRIC 2" TO 4" TOPSOIL COVER - III Y2 WASHED ROCK 4" MIN. DIA. PIPE V III - III II- I VI =III II II � II- li co II _ � 6 1 5 II II- II DOD o0o O2 0 III Il (III II FLOw ( '14 1 - 1 I 11� =1 �- ( 11 I -1 I I -1 I 1 " - I 4" PIPE TO STREET IT "if I I � = 1 1 1= I I 1= nor TYPICAL SUMP PUMP CEM I DRAIN CONNECTION REVISED 2 -10 ENGINEERING DEPARTMENT PLATE NO.: FILE NAME: G: \ENG \SPECS \5235 5235 )UNDATION WALL MINIMUM 1.0' - 2" MINIMUM SPACING POSITIVE SLOPE ON PIPE 12" PCV 90° BEND Cfff 9 HOUSE SUMP Saw PUMP CONNECTION DETAIL REVISED: 1 -10 ENGINEERING DEPARTMENT PLATE NO.: 5236 FILE NAME: G:\ENG\SPECS\5236 LJI \HIIV 1ILL- .w Ivii I vIvii Vf IILC GENERAL NOTES - TYPE R LUMINAIRE: C­� 10 "t z a J O d w w O V) o w N of Q Oi LUMINAIRE SHALL BE RAVEN SERIES LIGHT FIXTURE (RCS- A10- S25- H3- F- Q- DB -F3) MANUFACTURED BY SPAULDING LIGHTING OR APPROVED EQUAL. FIXTURE REQUIREMENTS ARE: 10" RIGID ARM MOUNT HIGH PRESSURE SODIUM 250 WATTS TYPE III HORIZONTAL DISTRIBUTION FLAT LENS 240 VOLTS 240 VOLT FUSING O2 ARM SHALL BE RECTANGULAR EXTRUDED ALUMINUM TUBE (2.25 "± x 6 "± x 10 "± LONG). O3 LIGHTING STANDARD SHALL BE CORTEN SELF - WEATHERING SQUARE TAPPERED STEEL. MILLERBERND FUTURA SERIES SOH -SW OR APPROVED EQUAL. O4 REMOVABLE WEATHERPROOF TOP COVERPLATE. O5 LIGHTING STANDARD BASE SHALL BE TYPE -H CASE STEEL. O6 ACCESS DOOR SHALL BE REMOVABLE WEATHERPROOF 6" X 7 1/4" X 9" HIGH. O7 PROVIDE INTERNAL GROUND LUG. O8 FEEDER LEADS TO THE LUMINAIRE SHALL EXTEND FROM THE PROPER CABLES IN THE BASE OF THE STANDARD THROUGH SEPARATE 5 AMPERE IN- THE -LINE FUSES. SUITABLE SOLDERLESS CONNECTORS SHALL BE USED. FUSES SHALL BE EQUAL TO BUSSMAN IN- THE -LINE WATERPROOF FUSEHOLDER THPE HEB WITH A BUSSMAN TYPE FNM DUAL ELEMENT FUSE. GENERAL NOTES: LIGHTING ASSEMBLY SHALL CONTAIN ALL MODIFICATIONS NECESSARY TO COMPLY WITH N.S.P. GROUP III MAINTENANCE PROGRAM. THE CONTRACTOR SHALL PROVIDE AND TURN OVER TO THE CITY, (2) SPARE LUMINAIRES AND BALLAST ASSEMBLIES COMPLETE WITH ALL COMPONENTS AND MODIFICAITONS AS REQUIRED. THE EXACT LOCATION OF ALL STREET LIGHT ASSEMBLIES SHALL BE STAKED BY THE ENGINEER. LUMINAIRES BEING PROVIDED ON THIS PROJECT SHALL BE INSPECTED AND APPROVED FOR INSTALLATION PRIOR TO INSTALLATION FOR THE N.S.P. MAINTENANCE PROGRAM. COORDINATE THIS PROCEDURE WITH THE AUTHORIZED N.S.P. REPRESENTATIVE. ALL EXPOSED METAL COMPONENTS SHALL BE FACTORY FINISHED BAKED ALKYD ENAMEL TO MATCH CORTEN 4 -YEAR WEATHERING STEEL, AS PER Mn /DOT SPEC. COMPLETE ASSEMBLY SHALL BE STRUCTURALLY DESIGNED FOR 100 MPH WIND LOAD FOR E.P.A. IMPOSED. ALL LIGHT WIRES (INCLUDING RUNS BETWEEN LIGHT POLES AND STREET CROSSINGS) SHALL BE PLACED IN CONDUIT. SPLICE BOXES OR HANDHOLES SHALL BE INSTALLED AT ALL STREET CROSSINGS THAT SERVE AN OPPOSITE SIDE LIGHT POLE. PROVIDE BREAKAWAY FUSE HOLDERS LOCATED AT DOOR OPENING FUSE: (TROM 30A - 60OV -YO66) 4'-0" N CURB aff OF LIGHTING cHmm POLE REVISED 2 -08 ENGINEERING DEPARTMENT PLATE N O.: FILE NAME: G: \ENG \SPECS \5240 5240 7 I ( 1 1 1 1 1 1 1 1 1 -c 1 1 1 1 1 1 1 1 1 1 T112 -0882 HARDWARE PACKAGE INCLUDES: (4) 1"x4" GALV. CARRIAGE BOLTS FULL THREADS. (4) ROUND FLAT WASHERS. (5) 1" NUTS. (4) LOCK WASHERS. & (4) 3 "x 3"x4" TAPPED RETAINING WASHER. 8.75" TO 17" DIA. BOLT CIRCLE �) NOTCHES IN SHAFT 0 ALLOW BOLT HEAD LEARANCE "DIA. - LIX NOTES 1. FINISH, HOT DIP GALVANIZE PER ASTM —A155 (LATEST REVISION). 2. BASEPLATE TO BE PERPENDICULAR TO SHAFT AXIS (& 1") AND HOLE CENTERLINE CONCENTRIC (4.185) TO SHAFT AXIS. 3. STENCIL MIN 1/2 IN. LETTERS MANUFACTURER'S NUMBER AFTER GALVANIZING. 4. PILOT POINT AND SHAFT AXES TO BE CONCENTRIC .125 F /H) AND IN LINE ( +/— 2'). 5. PLANE CUT SLOT PERPENDICULAR TO THE BASEPLATE. 6. PREHEAT, TUMBLEBLAST, HANDGRIND, AND CLEAN BASEPLATE HELIX AND PILOT POINT ON ALL WELDED AREAS. 7. FLAMECUT IRREGULARITIES PERMISSIBLE. (1) VALLEYS NOT TO EXCEED 3/32" BELOW NOMINAL SURFACE LEVEL. (2) PEAKS OR POLITIVE IRREGULARITIES NOT TO EXCEED 1/32" ABOVE NOMINAL SURFACE LEVEL OR INTERSECTIONS OF NOMINAL SURFACES. 8. ALL MATERIAL IS TO BE NEW, UNUSED AND MILL TRACEABLE MEETING THE FOLLOWING SPECIFICATIONS: BASEPLATE: ASTM A28— (LATEST REVISION) STRUCTURAL STEEL (CONFORM TO AASHTO TECH. BUL. 1270.) SHAFT: ASTM: A252— (LATEST REVISION) GRADE 2. STEEL PIPE PILES. ALTERNATE MATERIAL: ASTM A53— (LATEST REVISION) TYPE E OR B, GRADE B. STEEL PIPE OR ASTM A500— (LATEST REVISION) GRADE B STRUCTURAL STEEL TUBING. HELIX: ASTM A636— (LATEST REVISION) HOT ROLLED STEEL. PILOT POINT: ASTM A575— (LATEST REVISION) STEEL BAR. BOLTS: CARR BOLT PER ANSI 310.8.1, 845 JAES GRADE -5. 10. BASEPLATE IS PERMANENTLY STAMPED WITH MANUFACTURER'S IDENTIFICATION "ABC" IN 1/2" LETTERS AND DATE CODE IN 1/4" LETTERS. 11. HARDWARE SHOULD BE PACKAGED IN BURLAP BAG AND ATTACHED TO FOUNDATION. ALL RADIAL SECTIONS NORMAL TO AXIS +/— 3° co 3 „ PITCH ALL RADIAL SECTIONS NORMAL TO AXIS +/— 3° HELIX MUST BE FORMED BY MATCHING METAL DIE (SIDE VIEW OF TRUE HELICAL FORM) REVISED: 2 -08 FlLE NAME7 RECOMENDED TORQUE: NO GREATER THAN 16,000 FT. LB. LIGHTING ASSEMBLY BASE DETAIL ENGINEERING DEPARTMENT PLATE NO.: 5241 yY[ w \0 N N d Ln 26(660.4) / —CAPPED ROOF W /DRIP SHIELD (4— SIDES) PHOTOELECTRIC CONTROL DEVICE AREA LIGHTING RESEARCH #SST —IES TWISTLOCK RECEPTACLE, 3— TERMINAL 000 000 0 0 O 000 00o O 1000W. 240VAC (MAX) PHOTOCELL TERMINAL BLOCK CONTROL POWER TEST SWITCH, 2— POSITION 'AUTO'— 'TEST', ALLEN — BRADLEY TYPE '80OT' OILTIGHT #80OT —H2A. METER SOCKET, 200AMP DOUBLE PADLOCK PROVISION GFI CIRCUIT BREAKER, 20A /1 P SURGE SUPPRESSOR, SQUARE —D #SDSA1175 CONTROL POWER TEST BREAKER 15AMP /1P SEIMENS TYPE 'BQ' FULL DEAD FRONT MAIN CIRCUIT BREAKER, 100AMP /2P SEIMENS TYPE 'ED4' #ED4213100 CIRCUIT BREAKERS, 2- 60A /2P SIEMENS TYPE '130', OR EQUIL. CONTACTOR, 2- 60AMP /2P W /120VAC COIL. ALLEN — BRADLEY TYPE 'IEC', OR EQUAL DUPLEX GFI RECEPTACLE, 20A. 14(355.6) FRONT ELEVATION I I AN IRON BASE FRAME WITH OPEN BOTTOM RIGHT SIDE ELEVATION 14(355.6) 1(25.4) 14(355.6) Oil m OPEN BOTTOM O N 1(25.4) DIA. MTG. HOLE (4) M n OF I A VnI IT * 2 Cabinet keys to be furnished with each cabinet. [j7 REVISED: 1 -10 FILE NAME: G: \ arras 1(25.4) INTERIOR DEVICE MTG. PANEL AND CONTINUOUSLY HINGED DEADFRONT ANGLE IRON BASE FRAME (3/16" X 2" X 2 ") CONSTRUCTION NOTES: 1. SERVICE CABINET SHALL BE FABRICATED FROM #12 GAUGE ALL FORMED AND WELDED GALVANIZED STEEL F R OUTDOOR WEATHERPROOF SERVICE W /HINGED GASKETED DOOR SECURED W /3 —PT. PADLOCKABLE VAULT TURN HANDLE. HINGES SHALL BE S.S. W /BRASS PIN AND SECURED TO CABINET W /NON— CORROSIVE TAMPERPROOF CARRIAGE BOLTS. EXPOSED SURFACES SHALL BE PAINTED A PRIMER SHOP COAT OF RED OXIDE MHD 3507 AND AN OVEN BAKED DARK GREEN ENAMEL, MHD 3552. 2. SERVICE CABINETS SHALL BE UL LISTED AND LABELED "SUITABLE FOR USE AS SERVICE ENTRANCE EQUIPMENT ". STREET LIGHT SERVICE CABINET ENGINEERING DEPARTMENT I PI ' NO.: 5242 Sidewalk or \ Concrete area a 6" Min. Preformed Joint Filler Between Sidewalks or Concrete Areas and Concrete Foundation F —Approx. 1/4" oaf °a e 2" Foundation in Sidewalk or Concrete areas Steel Wire Mesh Preformed Joint Filler Between Sidewalks or Concrete Areas and Concrete Foundation 2 Ground Line 1= I - III =III -' III- -I 36" Min, 1 = 18" Min. 2 Steel Wire Mesh Longer if Directed by the Engineer in the Field Foundation in Shoulder or Boulevard areas NOTES: 1. Foundation shall be 6" longer and wider than cabinet base to be installed, or as specified in Plans or Special Provisions. 2. Anchor rods, nuts, and washers as approved by cabinet manufacturer. (Number, size and length of anchor rods shall be as required by the cabinet manufacturer.) 3. Upper part of foundation shall be beveled or chamfered in a neat manner as directed by the Engineer in the field. 4. Conduit (number and size) into foundation shall be as required in Plans or Special Provision. Top of conduit shall be threaded and capped after installation (until signal cables are installed) Conduit shall project 2 " -3" above concrete and shall be located inside the cabinet base where directed by the Engineer, but shall not interfere with any cabinet supporting members. 5. A 5/8" Dia. x 15" ground rod shall be installed in the foundation and project 2' —3" above concrete. 6. A sidewalk or concrete area shall be on the door side of the cabinet in all cases. 7. Concrete mix 3A32 or equal to be used for foundation and concrete walk. 8. Service enclosure shall be orientated away from adjacent street /parking lot lighting. aff OF I SERVICE CABINET FOUNDATION REVISED: 1 -10 1 ENGINEERING DEPARTMENT PLATE NO.: FILE NAME: G: \ENG \SPECS \5243 5243 8' -0" 2' -0" 4' -0" 2' -0" 1/2 "x6" Galvanized Bolts with Cut Washers (Carriage, Hex. or Sq.) V-3 1/4" c 1' -3 1/4" 0 I ` Nominal "x8 "x8' 2' -2" 1 -0" No. 1 MIN. Grade Lumber ... E Ex. Ground 00 APPROX. 2' -8" N Treated Wood Posts 4 "x4" x 8' -0" No. 2 Grade Lumber or better NOTE The barricade board face surfaces shall be fully reflectorized in alternate silver —white and red striping, using a reflective sheeting conforming to the requirements of MnDot Spec. 3352.2A2o, Standard No. 1. Prior to installing the reflective sheeting, the barricade boards shall be given a complete coating of White Wood Primer paint conforming to MnDot spec 3513, followed by a second coat of white paint conforming to MnDot spec. 3531 applied only to the surfaces not covered with reflective sheeting. The barricade boards shall be completely painted and reflectorized sheeting applied before being installed on the posts. The barricade shall be placed 10' -0" from end of bituminous road, barricades to be centered on the roadway, to be facing trafic flow. Barricades to be installed in accordance with the Minnesota Manual on Uniform Trofic Control Devices. Wfor TYPICAL BARRICADE REVISED: 1 -10 ENGINEERING DEPARTMENT PLATE NO.: 5244 FILE NAME: G: \ENG \SPECS \5244 5 FT. MIN. LENGTH POST AT 6 FT. MAX. SPACING GEOTEXTILE FABRIC PLASTIC ZIP TIES �36" WIDE (50 LB. TENSILE) LOCATED IN TOP 8" TIRE COMPACTION ZONE Z FLOW FLOW w ~ z: � M o� w MACHINE SLICE 8" — 12" DEPTH 0 SILT FENCE, MACHINE SLICED TO 2 I 5 FT. MIN. LENGTH POST AT 6 FT. MAX. SPACING cn � 0 7 , n zo :-5 �w 5 FT. MIN. LENGTH POST _ AT 6 FT. MAX. SPACING PLASTIC ZIP TIES E (50 LB. TENSILE) LOCATED IN TOP 8" FLOW cn �— `" z o L , zo �w M ow N 6 "MIN. GEOTEXTILE FABRIC 36" WIDE ABRIC ANCHORAGE // TRENCH.BACKFILL WITH TAMPED NATURAL SOIL 6 "MIN. FLOW I-- SILT FENCE, HEAVY DUTY (M 2 GEOTEXTILE FABRIC 36'' WIDE STAPLES FABRIC ANCHORAGE TRENCH. BACKFILL WITH TAMPED NATURAL SOIL FLOW f — D z SILT FENCE TO BE PLACED 6'1 :2i ON CONTOUR. SEE SLOPE /GRADE MIN. AND LENGTH CRITERIA BELOW SILT FENCE, PREASSEMBLED 1 2 NOTES: SILT FENCE PER MNDOT SPECS, SOURCE 2005 SEE SPECS. 2573 & 3886. 1O To Protect Area From Sheet Flow O Maximum Contributing Area: 1 Acre II VAR SLOPE SLOPE GRADE MAX LENGTH LESS THAN 2% 100 FEET 2 - 5 % 75 FEET 5 -10% 50 FEET 10 - 20 % 25 FEET GREATER THAN 20% 15 FEET LOCATION OF SILT FENCE FOR SEDIMENT CONTROL SILT FENCE NEAR TOE OF SLOPE OUTSIDE OF CONSTRUCTION LIMITS S LOPE VA 6ADESIRABLE 1:� LOCATION OF SILT FENCE FOR PEREMITER CONTROL REVISED: 1 -10 FILE NAME: G: \EN( Cfff OF SILT FENCE ENGINEERING DEPARTMENT PLATE NO.: 5300 � p,0 1 " -2" CLEAN CRUSHED ROCK 7 T ° A , 6 "MIN.DEPTH FOR ROCK F0� �F0 10 "MIN.DEPTH FOR WOODCHIPS 000 Q0 Cy 0 /r S M\N � M �M 18" MINIMUM CUT OFF BERM 2� TO MINIMIZE RUNOFF FROM SITE FILTER FABRIC NOTE: FILTER FABRIC SHALL BE PLACED UNDER ROCK TO STOP MUD MIGRATION THROUGH ROCK. ffff or ROCK Imloam CONSTRUCTION ENTRANCE REVISED: 1 -10 PLATE NO.: ENGINEERING DEPARTMENT 5,301 FILE NAME: G: \ENG \SPECS \5301 1" DIAMETER ROCK FILTER MOW NOTE: SILT FENCE PER MNDOT SPECIFICATIONS, SOURCE 200, MACHINE SLICED WOVEN MONOFILAMENT, 36" WIDE FASTENED TO STEEL T -POSTS WITH 3 (50LB) TENSILE STRENGTH PLASTIC ZIP TIES PER T- POST.(MACHINE SLICED) 4' MINIMUM AREA INLET WITH GRATE Flo RUNOF FILTERED WATER 12" SECTION A- A aff 9 OFFROAD CATCHBASIN mmsm FILTER BARRIER REVISED: 2 -10 ENGINEERING DEPARTMENT PLATE NO.: 5302 FILE NAME: G: \ENG \SPECS \5302 SEDIMENT TRAP MANUFACTURED BY WIMCO,LLC.SHAKOPEE, MN., ESS BROS., CORCORAN, MN. OR EQUAL SPECIFICATIONS AND STANDARDS DESIGN LOADS AISC MANUAL OF STEEL CONSTRUCTION 9TH EDITION. ALLOWABLE AXLE WEIGHT LOAD N/A AWS STRUCTURAL WELDING CODE - STEEL D1.1 -94. SAFETY FACTOR N/A 29 CFR 1926 - OSHA SAFETY AND HEALTH STANDARDS WATER FLOW RATE (THROUGH TYPE FF FILTER) 0.707 CFS @ 3" HEAD MAXIMUM OVERFLOW RATE 5.94 CFS @ 15" HEAD MODEL #CG23 7L TER ASSEMBL Y JRB BOX 3 NOTES: 1. CLEAN FILTER MEDIA AFTER EACH RAIN EVENT AND REPLACE IF FILTER IS CLOGGED WITH SEDIMENT. 2. REMOVE DEBRIS /SEDIMENT FROM RECEPTACLE AFTER EACH RAIN EVENT. cfff OF CATCH BASIN SEDIMENT TRAP REVISED: 1 -10 PLATE NO.: FILE NAME: c: \ENG \SPECS \5302A ENGINEERING DEPARTMENT 5302A SAMPLE EROSION CONTROL PLAN FOR INDIVIDUAL LOTS ................... MAINTAIN A 16 FOOT BUFFER BETW N LOT SURFACE WATER OR WATERWAY EDGE OF WATER AND DISTURBED SO see detail # 5300 LOT 2 LOT 3 OPTION 2 — J —HOOK SILT FENCE BUTT FENCE TOGETHER AT PROPERTY LINE OPTION 1 — CRESCENT SILT FENCE OVER —LAP AT PROPERTY LINE LEGEND i These standard symbols will be found in the drawing. OJ�� 61 SILT FENCE ROOF �, PERIMETER P� STRAW MULCH ! 1 1 �IL SURFACE WATER \ \ WATER FLOW \ \\ \ \\ DRIVE CURB & GUTTER OVER —LAP SILT FENCE fig t STREET ENTRANCE \ STORM SEWER INLET WIMCO OR SIMILAR INLET PROTECTION DETAIL 5302A SEDIMENT CONTROL * Perimeter sediment controls are necessary at downsloping property and street edges. Note that sediment controls need to provide containment by turning perimeter controls upslope —into property. * Perimeter controls can include mulch socks, mulch berms and /or silt fence. EROSION CONTROL • Topsoil —Site has a minimum of 4 -6 inches of topsoil. • Construction entrance -1 to 2" clean crushed rock at a depth of 6 inches. • House Roof Perimeter —Straw mulch at 2 inches deep around house directly below roof line. If house has rain gutters, downpouts need energy dissipation. • Slopes— Steeper than 4:1 with positive grade to surface waters of the state need fiber blankets and temporary or permanent seeding. • Swales —Need blankets over final 200'. Swales -Need check dams if slope is 4:1 or greater. aff OF EROSION CONTROL FOR MME INDIVIDUAL LOTS (TYP.) REVISED: 2 -10 PLATE NO.: FILE NAME: G: \ENG \SPECS \53028 ENGINEERING DEPARTMENT 53028 SAMPLE EROSION CONTROL PLAN FOR MULTIFAMILY LOTS LOT 1 OPTION 1 — CRESCENT SILT FENCE OVER —LAP AT PROPERTY LINE ROOF i PERIMETER 1' ............ . . . . SURFACE WATER OR WATERWAY see detail # 5300 LOT 2 �ir18Mz1 MAINTAIN A 16 FOOT BUFFER BETWEEN EDGE OF WATER AND DISTURBED SOIL LOT 3 OPTION 2 — J —HOOK SILT FENCE BUTT FENCE TOGETHER AT PROPERTY LINE LEGEND These standard symbols will be found in the drawing. SILT FENCE STRAW MULCH �iL SURFACE WATER WATER FLOW CURB & GUTTER OVER —LAP SILT FENCE STREET ENTRANCE STORM SEWER INLET WIMCO OR SIMILAR INLET PROTECTION DETAIL 5302A SEDIMENT CONTROL * Perimeter sediment controls are necessary at downsloping property and street edges. Note that sediment controls need to provide containment by turning perimeter controls upslope —into property. * Perimeter controls can include mulch socks, mulch berms and /or silt fence. EROSION CONTROL • Topsoil —Site has a minimum of 4 -6 inches of topsoil. • Construction entrance -1 to 2" clean crushed rock at a depth of 6 inches. • House Roof Perimeter —Straw mulch at 2 inches deep around house directly below roof line. If house has rain gutters, downpouts need energy dissipation. • Slopes— Steeper than 4:1 with positive grade to the waters of the state need fiber blankets and temporary or permanent seeding. • Swales —Need blankets over the final 200'. • Swales —Need check dams if slope is 4:1 or greater. ffff Of EROSION CONTROL FOR M wig BMW I MULTIFAMILY LOTS (TYP.) REVISED: 2 -10 PLATE NO.: FILE NAME: G: \ENG \SPECS \5302C ENGINEERING .DEPARTMENT 5302C EROSION CONTROL PLAN FOR INDIVIDUAL LOTS WITH SWALE DRAINAGE LOT 1 LOT 2 LOT 3 DRAINAGE SWALE / LEGEND These standard synbols will ( be found in the drawing. ��FMETER HNUSE P�PC,� 1 SILT FENCE R I � STRAW MULCH 1 1 — WATER FLOW DRIVE CURB & GUTTER STREET ENTRANCE L STORM SEWER INLET WIMCO OR SIMILAR INLET PROTECTION DETAIL 5302A SEDIMENT CONTROL * Perimeter sediment controls are necessary at downsloping property and street edges. Note that sediment controls need to provide containment by turning perimeter controls upslope —into property. * Perimeter controls can include mulch socks, mulch berms and /or silt fence. EROSION CONTROL * Topsoil —Site has a minimum of 4 -6 inches of topsoil. * Construction entrance -1 to 2" clean crushed rock at a depth of 6 inches. * House Roof Perimeter —Straw mulch at 2 inches deep around house directly below the roof line. If house has rain gutters, downspouts need energy dissipation. * Slopes— Steeper than 4:1 with positive grade to the waters of the state need fiber blankets and temporary or permanent seeding. * Swales —Need blankets over the final 200'. * Swales —Need check dams if slope is 4:1 or greater. nor EROSION CONTROL FOR X111 INDIVIDUAL LOT WITH �SFiH SWALE DRAINAGE REVISED 2 -10 ENGINEERING DEPARTMENT PLATE NO .: 5302D FILE NAME: G: \ENG \SPECS \5302D EROSION CONTROL PLAN FOR MULTIFAMILY LOTS WITH SWALE DRAINAGE LOT 1 ROOF' PERIMETER 1 LOT 2 LOT 3 DRAINAGE SWALE / HOUSE #1 HOUSE #2 GPI ", LEGEND These standard symbols will be found in the drawing. e e SILT FENCE STRAW MULCH WATER FLOW CURB & GUTTER STREET ENTRANCE STORM SEWER INLET WIMCO OR SIMILAR INLET PROTECTION DETAIL 5302A SEDIMENT CONTROL * Perimeter sediment controls are necessary at downsloping property and street edges. Note that sediment controls need to provide containment by turning perimeter controls upslope —into property. * Perimeter controls can include mulch socks, mulch berms and /or silt fence. EROSION CONTROL * Topsoil —Site has a minimum of 4 -6 inches of topsoil. * Construction entrance -1 to 2" clean crushed rock at a depth of 6 inches. * House Roof Perimeter —Straw mulch at 2 inches deep around house directly below roof line. If house has rain gutters, downpouts need energy dissipation. * Slopes— Steeper than 4:1 with positive grade to the waters of the state need fiber blankets and temporary or permanent seeding. * Swales —Need blankets over the final 200'. * Swales —Need check dams if slope is 4:1 or greater. aff OF EROSION CONTROL PLAN FOR yQH MULTIFAMILY LOTS �BaI�1 ��1n1 WITH SWALE DRAINAGE REVISED: 2 -10 PLATE NO.: FILE NAME G: \ENG\SPECS\5302E ENGINEERING DEPARTMENT 5302E WATTLE BIOROLL WEIR REVISED: 2 -10 FILE NAME: G: \EN( PLATE NO.: ENGINEERING DEPARTMENT I 5302E ROCK & FABRIC WEIR Uff OF I FLARED END SEDIMENT TRAP ROCK WEIR /WATTLE ROLL V V I\ I L L d I 11 1\ V L L SECURED INSIDE FES V I L V 1 112 1 V L WASHED ROCK WRAPPED INSIDE A MONOFILAMENT TYPE GEOTEXTILE FABRIC INSIDE FES WOODEN LATH SHALL BE NAILED SECURELY TO THE POST MEMBER TO SECURE FILTER FABRIC. 2" X 4" X 3' LONG WOOD POSTS, 8 REQ'D. 2" X 4" HORIZONTAL MEMBERS CONTINUOUS AROUND TOP AND BOTTOM. FASTENED TO EACH POST USING 2 -16D COMMON NAILS MONOFILAMENT GEOTEXTILE FABRIC AS PER MNDOT TABLE 3886 -1 (MACHINE SLICED). ADDITIONAL 8 -10" OF FABRIC FLAP AT BOTTOM OF BOX Qo I N NOTES CONTRACTOR SHALL CONSTRUCT SILT BOX TO FIT AROUND THE INLET STRUCTURE WITH 6" MINIMUM CLEARANCE TO EDGES OF STRUCTURE. SILT BOX TO BE PLACED ON AN EVEN SURFACE 6" BELOW STRUCTURE OPENING. TOP OF SILT BOX TO EXTEND 18" MINIMUM ABOVE EXISTING GRADE. REVISED: 1 -10 FILE NAME: G:\ENC 8 -10" FABRIC FLAP— BURY UNDER ROCK TO PREVENT UNDERWASHING 2" WASHED ROCK 1' DEEP X 2' WIDE Cfff 9 I SILT BOX SEDIMENT TRAP ENGINEERING DEPARTMENT I PLATE No.: 5302G I. ROCK WEEPER MNDOT TYPE 9 MULCH (1Y2" WASHED ROCK) DIRECTION OF SURFACE FLOW TYPE IV GEOTEXTILE FABRIC ANCHORED IN 6" X 6" TRENCH WITH 6 ", 11 GAUGE METAL STAPLES AT 4' INTERVALS II. B10 WEEPER DIRECTION OF SURFACE FLOW an- TYPE IV GEOTEXTILE FABRIC ANCHORED IN 6" X 6" TRENCH WITH 6 ", 11 GAUGE METAL STAPLES AT 4' INTERVALS NOTE: SPACING = (HEIGHT IN FEET X 100) SLOPE GRADIENT REVISED: 2 -10 FILE NAME: G: \EN( arras WEEPER DITCH CHECK/ DITCH CHECK WITH WATTLE ENGINEERING DEPARTMENT I PLATE NO.: 5302H >1.5 1 F/ — 6 -12" � VARIES DEPENDING ON FLOW CONDITIONS — MIT I APLE DOWNSTREAM SIDE OF FABRIC AT 2' INTERVALS MNDOT TYPE 9 MULCH (1 Y2" WASHED ROCK) STAPLE DOWNSTREAM 6 -12" SIDE OF FABRIC AT 2' � — 1 INTERVALS >1.5 / I VARIES DEPENDING ON FLOW CONDITIONS MNDOT TYPE 9 MULCH (1 Y2" WASHED ROCK) 6" TO 8" DIAM. WATTLE WITH 36" LONG POSTS DRIVEN 24" INTO GROUND AT 30 DEGREE ANGLE ALONGSIDE THE WATTLE 4' O.C. ALONG ENTIRE WATTLE LENGTH I. PLAN VIEW II. SECTION A -A DIRECTION OF SURFACE FLOW N NOTE: D =3' MIN, 5' MAX W =10' MIN, 25' MAX W(FT.)= 10 X DRAINAGE AREA (AC.) MIN I GEOTEXTILE FABRIC 2" TO 3" WASHED ROCK L = 2W 1 5' MIN. I 1.5' 2 D 1p 1% MIN. REVERSE GRADIENT 111. TRAP OUTLET 1 REVISED: 2 -10 FILE NAME: G: \ENG ENGINEERING DEPARTMENT PLATE NO.: 53021 NOTES: TRAP USED FOR 2.5 ACRES DRAINAGE AREA OR LESS. DESIGN VOLUME IS A MINIMUM OF 1800 CUBIC FEET PER ACRE OF CONTRIBUTING DRAINAGE AREA. aff 9 1 TEMPORARY SEDIMENT TRAP UNNLC�R� 2.5 ACRES OR LESS r.F Where Lne uuw u wuLer i5 sheeting, place sod strips perpendicular to the direction of water flow. SHINGL Where the flow of water is concentrated, place sod stips parallel to the direction of OVERLAPPING SOD water flow. NOTE: Although pegging on sod is not specifically required it is understood that the contractor will be responsible for the successful establishment of the sod including repair or replacement of sod which becomes displaced or damaged due to lack of protection or proper care. aff OF S �131A PLACEMENT REVISED: 1 -10 ENGINEERING DEPARTMENT PLATE NO.: FILE NAME: G: \ENG \SPECS \5303 5 3 0 3 III PLAN CONSTRUCTED BERM OR EXCAVATED PIT ACCEPTABLE ATTACHMENT TO KEEP LINER IN PLACE 10 MIL PLASTIC LINING WASHOUT AREA SECTION A -A -3" CRUSHED STONE I -RFLOW WEIR 2 " -3" CLEAN STONE 12" 12" MIN. NOTES: 1) LOCATION OF THE WASHOUT AREA SHALL BE AT THE DISCRETION OF THE CONTRACTOR BUT IT MUST BE SHOWN ON THE PLANS AND SHALL BE AT LEAST THE MINIMUM DISTANCE FROM THE RIGHT OF WAY AS REQUIRED BY LOCAL JURISDICTION. THIS WASHOUT AREA SHALL BE LOCATED IN SUCH A MANNER SO THAT CONCRETE TRUCKS MAY PASS THROUGH THE WASHOUT AREA PRIOR TO THE STABILIZED ROCK CONSTRUCTION EXIT. 2) HARDENED MATERIAL SHALL BE BROKEN UP AND CLEANED OUT AS NEEDED TO MAINTAIN A FUNCTIONING WASHOUT AREA VOLUME OR AS DIRECTED BY THE ENGINEER. 3) THE WASHOUT AREA MUST BE GREATER THAN 50 FEET FROM ANY TREES. 4) THE WASHOUT AREA MUST BE SELF CONTAINED AND WATER TIGHT. CONCRETE WASHOUT AREA REVISED: 1 -10 ENGINEERING DEPARTMENT PLATE NO.: FILE NAME: G: \ENG \SPECS \5304 5304 D W u Q d� W ]I F I IIII W WW I III I Of ZO J O =Z W� FW _ j O —I z � zo CD Q0 I III I ND Nz wD D �Q IIIII LLJ W z w O = ° III cnW I III I cn ���—, ~Q �m wQ 00 IIIII �cn �° 0 0 o o I - QO I II I I Fa DW D= O D z =1 0 0Q O O O O O 0- oOf — — LLJ Q� o� O O O ° w a O O O J F Q woz two 0 0 0 0 0 0 0 0 _ - NOLi I III II O o 0 0 0 0 o LLJ I I I .III I I � � o ° o Q O - —I I o 0 o I I = Q of >cr o o �. O w u I —I oQ II I= =0 IIIIII o� 1 =1 I =1 II a_o o— - J . o N cfff OF TEMPORARY .OUTLET 01 �� (ROCK WEEPER) REVISED: 1 -10 PLATE NO.: ENGINEERING DEPARTMENT 5305 FILE NAME: G: \ENG \SPECS \5305 _PTH ANC NOTES: 1) CONTACT MANUFACTURER OR DISTRIBUTOR FOR EXACT INSTALLATION TECHNIQUE AND DEPTH REQUIREMENTS. 2) STREAMS MAY REQUIRE ADDITIONAL OR ALTERNATE BMP. CHECK WITH MANUFACTURER FOR STREAM USE LIMITATIONS. 3) REMOVE SILT DEPOSITS FROM LAND SIDE OF CURTAIN. REMOVE CURTAIN AND ALL SOILS/ DEPOSITS UPON COMPLETION OF MAINTENANCE ACTIVITIES. ,OF FLOATATION SILT CURTAIN REVISED: 1 -10 ENGINEERING DEPARTMENT PLATE NO.: FILE NAME: G:\ENG\SPECS\5306 5306 n i `J 77 i SAO Mm N �z c mz XxM X z ? m N Z aiZD CO mC'n �C'n z mD0 mm0 z mm m; z N mA O SNx O O C X cco L`Z7 N N r m N m fb O D� •'., "'"' aaa ': �p wNn. -,.-. a.,N"mu .�.�.�... >mN -.'� -mNN " _ _ _ m m J m J J . - " -- m os r= DO O ^'+J 0 0 000 ZZ�O��ZZ A 7)A z r A9999�Ja' z m O 0000 00000 0 0 0 0 0" O 0 Z - N� j� 0 °O > a p, m a m m' m m y' m m p p, m y AAAmA `� N mmm N .� m W m m m m JJ `rJ A�'A m SI m F. A. FF. A F m N T N N m m mmmmm m W Ri m m mmm m O NN ° r �y N CT CWz m (n Z Z y m P ZZZZZyyll y2 y y Z x N A O�OO�m r Z Z Z ZC� W D G] PFP � i� O c�o� °�� y o m>0 D p r cn m°,, No OER Oyz m � 9y� = c w�O ym ; .. 9 Z � G .. D x� O m> Z o m F v Z T { m D Z O mm z 3OVOD G) mF m z mm.o�ym VGrn vTAA- IAA��NA yz Ow yN� z rD-m .O D r .Om0 mz2D •o OyyNN :y m n � • O X D m c� r•p��y�� 2 ��O- O -D=T -mO <w ' mOA D r mOZpy O ( -D-1 ZCtn<w 1 Opm pO Z n mmDmz ;� AtnD R P2o;msm,' >"'zcciz mm'1 U1� o �( DG)m -- { < D V Om y�°m�r0 m�° Om ~ TOOC {yw D OS� O D p ap 3mm O y3v'p� DmC AmAm�A00 A < '- Z° �C pOA v�m mmvAC A m� yN�O x OF�ym mO O=p<zSS m T y' y TOa o Am�mL)z j 5 �7 ON rc vxm T(nZOD mDA-OO,o Om� n v�2 z z �OZ� SObV_1 ZOp mm y -i <�m my.'I1ZT.ASZ D �m0 Fmo TZy00 oG)O�m y 2-i .01 O mz Nc,z z = mR OTIxn�mz <Smm 000 am= O m Or��p z m �_ m D O by om00 Z O� r�OC 0 3000mD� °z9 Zm W O rz m I Az rDy- zgc,2z _I Op .-0 Z-{ z z[ C0r Z z �z mx v G) = O M Z Om 000mD mOm c) > m D Z Av O OZ oZK zo 00 mom <rn srn ODTDm? 3oa D!� O l Omo' - o m N M y D NOzZ O ozV D ( z A <m O - Om QOm O' - m < n D M yZ 00 m z mon Z3 z�3 m0 in N p m Om 'i T - Om DT r Z Z <D y y mD mmmm m mmn N �° �?o�oo oNO m� { o D zx Op m y O m0_cz COZ {.y 2 '�Z� y2 m y 04 C ' Ao 5 C y mD 20 2 '� r��D <o Ohm D p z? mm Z < F Za pFO(n 07JA z;u ma Z z T OC NmD G)m m NS en 2 Oom Da° m ° D = ( m� OO D OAyyOm z Sm N z 2 ° O O ,c: rn��mmz m v o m O OWA v om S T O m.•p C O m �Z W D - yO OC r mIx m Ho o Z Or mm pm y AO <�N O m ° : �A G m m Z N N rfzmO NO���C V i�ND <D y O�S�m;i7ZZ7J!nOO yO W pO m m pmZDD �mA Z A�Ox D Z� A mm m c AO' ADm m �'mA m m OC yw 2 00 {mOm -<h m n r O ° nD2 A mrDm�jmT m- mpsN Oc O O mm ��mm c)x yymz ND� T<yAm•zi m0 Docz -� o Z °vZ fr1 z OC N =� 'o m j rE O�v - °p ° Z•D-� N mm mG)Z mD �cz m <m O �� O m o DZfTI yr m m2 � "�fOi!°w - mm 2 m Ca m J a O 2 �W y =�' O yO -i �m;oN c?m D yD„ � OO AmO: °3 my D Z mO S w yD mG OL70A S. m m> Or > �D n r Z DA m z- °_ mmDO m0 L)y OZ m 3 yA N m °�nD�� Q O,SO m = A Z mo m po zy m N °oy �8 m ON p ro mm� Dc D ti m 2 O D N4Z'7 Zr > cm? m0 = �j Z N7, N _ Z Z O fn D1 { �C �r0 m� !-< yV, r m� Z Z1 vmSo �m �pDm NO �w OO f7O mm, D N O D wnv DD to �v �-1yD ��>N Dm W, O vo I D < tn< '�2 y0 �y� CT. �7l n�-i m yD 00 o mp C7 .0 < Dz mI m� ZON z -iS G) Am m Z z o 0 0 m zm ZO m (')Zm mKmv OA O L) A m -1'a 71m t w N N Am < Om 0 mz m1 Om m Ncn N D 2z C� 20y�O�z c OZ AN m° y m n z r _s m me o < ° z�y D D tie n m°� °mN 3 , w Opm�mT AD mz n D r r VI rnow^?rmna�m z > O 02 2 DD r O r r O<A° OOOODm °U ! < >> Sr Z O D a+ rn a wr A A f m , ' vi_ zo ITI O O< oz y= OZ� �O �O ? cO y2 OzO D N r Z f C mm cc z �m : o= 'Cl mm 2 m 3 = o z Fo Tv D mo N� l OC ~OO F m Z o m m N m A O J tT NI m ZZ o2 w Oo3 <pti ° m Z m ;D3 -z c m .� D pmw_ mA mN m ° O - o --I Nm mm N3° N = z N Nm m0 �z-Di O D Ipm ' z �m w r ° �{ D 0;D Z D O O A V 5 y 2 y p m O ° D D 2 - - O A o A y z y 9 m Lzi Z O �• § s _ y m m mmo m p ^ D zpR Ao _ Gz —>H o yp o. cp p _mp m Po i S ZO Z ... p 2 Z D m �< CA >yj $2 F o,o O Vl m �� =y � i cw 0 (T <Ll 4J�0 Am mZy m Om Dm �O r .�• N� DCZ N m� DO N N Z Z m a �a 2 z mo m x m Fn z z Z Z 0 m � n = � C/) o g • j - m0< z m0< ? D O D m 0 M D O m p D O O ' m°� y ° A m, $ $F m m OmxL)m Omy D � i� ZS 0si0v OOOiv yy y co. zo i A z O 0 `c A oz p� c z „ o zpcN m D ° x "> p o A mo p y g m FF A O v m R ��o� � ��� C> O F o s o O c i " ;�, of " y i$ nDZ QOoa min OFaa1. ms 2LA m D3r D Z ;u I A ; yA o Ay - 2 m m z D H i im f m Fomm °m m o > A 'v o r i imc c FOiAmo zn �9DC 2mm. 5 >> z a 20 D Vop mOr m V J+ m mFcpzoyozos o ° °s ~Z" 8- - m iz,yv D0 m m Z Z ioz ym Z H m y O m o z ,=< O OVMOp O 2O A M. $ i l—g6p� m0ZZ 4lrpz -4 p; = a o ; m f_x, A t�/ m m 0 m � Z O ° ° O OyC mo A o D 20 "'90 ZZ= m H T M y� o o O �O <Oy m �ZO imom ^� !mT`; C " n Pam ° Fm m $ F _ € Fpm 6 , p 8g o _0 5 m g m n m m� p m pO ypO CA W O s i, O ? F m ' C' C O y - - z O� im0� AOA M— �i a m m s m y p y my y m 92mm iy �0�2C - 9Opm NSA<m DpD P sym m p J 0 �� Oy �g>. m m �ay ;ii mA�� °s y A ,y m z _Op °p ` DJ, 5 °=o m;, D r i >mg mOmp� .�0 mm3� oo _'� m yApx m pm r biz m 4o F °m a < 30 fA svp °A myoia NO �� n a m z o < y y < y =5m A; A y y� mm a_ Vz A m m ;; _ - _ A O .D mOT O m p < C/) Z O 0 Z Z ? M (n r sgm $� c, u 'xOx Vn ;D pr., m ; Z O � ; mDm O?O OA v mc, o m maim io��omz zs o °� ,; m' D m >> Zc Pym .. imoi -oz y O0 =?C) - D 'r v� 2 M M y =20, O O p O �< z < P� ° m m m�e r - p n Ti Ay = o - N m �m D9 m m N �m e < LO yo �g H nSO °` - T D F y� m m > mm yy 2 D T �s mD- ° m s mom ��� <� z ;o i A> xz _ = y m A y m mcpi mm z Z o ° OZ - i vizi 8 z Do img ° m Gly° P o ply po� n ° A ° o r z mp ° <9 °$ $ r�m�yA m czi ym< ° m - ° m Z Co P A s A a P ==N O m O D O (n i °. °f ° f W ^t ° 1 O A umDOm T O D Z m 5 M 4 0 L z D m c� m z m n / J a 0 D Z m m m z z --j 0 W D J Z J Z v m D_ r OF cn o-+ N Z S ZpP n NL 2 mZ " � o SC? ' AN m NTJ 011 m. °NTZIT iD-i -firDa DDINNW I - c0'. OrT -yr N 00. c ,-,oz nnF m�mmZi Fry nmT °m __ m i ° r ozc EAVE n Nm o " . M Oy�A�C2 Ny Z m0 N mp N z - m0 � olom ; °pym IO Z .aDy CT om�2Dom mxC m mm O " Or D Z S�yy A Wmm Nn ?mm p°pO00 z ° "y yO m N N m m - *Z ->N _z, m m �O °2ya xm m P o�mn < ° O nm O m DD 00 009 O mm0 = Z y02z O m _ y Sy y 0y pN mA ON Oy - m mO22 Nth xmc pm Om �m0 - Z DO m DA - x0 022EO �A z °N D y�f= 0 m A mOxOmm2 Om mz l Cm O O mD v m 0 m m y 24' z yy ' m . ..�' ' m o 3.5" O n 't a i ° 4m z m ° m om 9y0 � � � oA nmz z z = zy� " z D8 - ODN - m zD m y Am m >mg 2 ➢ z D� T 0 z; s n - T A V p N 0 z y Z po Z. O A T °N�UN'my 1 U D mAO oom�oo��� z- _A�noc _0ccz pzI z "c I <0000 ?' 0 ��An nOA m OS ACZ"1 ;N Nc N im _ �nm�� �A z D� " f y mpny �s� sNOrAmi�o N �Ny Sm n 2 O A. O A Q=y m Nz y m O y .1 o Z Pi z ov zw g A .Tm7 IF oz m�am to D D -0 r 00 0 Mlm <' z A " A f�Tl r >n O g� m$oo A N m pn i� 5 m ° z nn Om 20 00 D0r m m yN _ - y ZA Wz no o ° Oa m 0 o"iz O - c imp A i_ z n M v� ° - m m n y A0 _ > z (A O O = N O I o - 0 C m p "O m O � OZ O r O �O z O O= L ;o z ; z N D Z Z 0 m r N Z O CP K Z z °2 OHM A> AF z <M ° oC 22y NF; y m �mVmim Nmal AZ° - m m ° z c mmm ozm z mo � 'vNi z z nrNm ; oa A DO� i ° F ~ °N m0 of m rp Czi2 crm Z ° "-•° A mm r An Dm zmpx a -_. zo p i O - >TO y0 Sp 0 O ° -O OAK mm C Dn� zOo Nm n r o _ mm "'O y t mo omFo O" -mA ym Cm x m D0N TZ p A O oDa Cm Om O O - 2m S;-6Z8 Rox _ 0 n ra--pD i0 t2m z < y Dm m f N ;O m a x 1 Zp m� N Z mm -� N N O z o Or O A °m A x o0 Oy m m oo \ DD A O �mN A y0 I z p �^ O m : DA v D O N m m ° pmyzW OTmo%DN OCTA . Z OA : ZD02> mO ; m m �:'Ci na °m "ZS F ZFOZFrA A oON N O O op m mA yomxZ O O Ly m2 Ay � Z - mON y -,FS OzyAN N�m9 m "Nm AONr'A �A—I D ODD -m-a LZ�zm c? O °m�m022 z0 A O N *co p _ m Oz f y D OOmZ00 n m y yDZ A D z oO - or-.N hoT�m O M O 0 mN p .,�cm �m0 Oy A NOOADT. N OOOmO "O � N O O Nin N0 mogA° AN m ADm Fy m N FC Dm-O mm ; oA CfD y2o mm m >a A O>Zi A m� N -O o00 O O O C N O AOAOA O O o A i Z m ocy m y cm °A 2 v r N m D Z Z y � mm m D NT. 1'1 Z i Z Z N z O m ._J•1 A C7 O zn AAA O A Z OAp> > 1 00°! DN Aay O �z ° y D ny0 0m y Icy r 0 T A �m - A ;2 DOam N 90 2 ° \° m A 0 x ° c O O Z O o O m m z A m z O m m OOrN " Z n °Zn 0A S �WNN - � R No Dr °o m "o aomr - O m i & - OS N O ; O 'o o✓ AD Zmm y�, z�i O n . A a Z mT Om op F 3 C pZ O p o s F mn a O m N >2 a A o" - zm N a o m O D i z coo zm r ;m A o 2 yyz m - O O O A5.. Oiz ZZ D0 -y rT O y y OZ •y T2Z G O - " o� '<"Z�o O L 4 } ^ m A nc `u, °A 0A a C Fa A ANN Z A m =Nyo9 Ai a m O m r� Z O Z vm: ° mmti mmpA °ap O m O a: ooi O O DxArmn ° Z m mi A O ntiznca \'- n O n <4m > m�� D n O �z Kmm O ° A .1z D m z,. moon m m.o .N. 2 Dwo ~ m N m — � r AKF im0 iiA J A m O Lr C 0 7 _ m; W ° G o p �� MAO p n � m 3 D N x y Zaz A AZa Z O Z a .+ nm arm K O p O Dm N N O. m D gm mg m a \ 5 rn m o ° m y op N � z r 1. v m 5 m r A O A z 1 a Ao m A G �m D 23 r 0 o Fn mil > n0 A D o0 Z < mznz N D z 3 A vN o m m m ° mm =I n oa z m 0 n Z n O \ ~ zAz� O .ZOI = T O O Z m m mz m inn ;� A 9 w Z zo n m f n o�� AO M o m in °�o v m > nmmii Cl) D M V' o �ni.AV, n yoz Z2 �0>.> U �^ m m m oo ymA mN m z oo� z °mmmo mAo� Al A'• _ g zA N AocA mzo N ooa m� sm oio9 A 0 o - '_" �n��mi _o ° a ° 0 zy o o y n xcym� E ii xy O oZ02 oin o - A x . , a� m m x �� o o ' o v xzo n z D A - AC . Am I OZ m I _ C a C , C C KN n mr D_ A <m a° �_ a Dm r .. m m N ip' mti Z mmy mz� > r �n�ir Anon zI Ki o < �`n m �mm� zp " aa"� yon r_zz ° p ny n zO x x n o. o2 � om oN,� NZa- °AKZ n O�yO V 9 yti ZONS Zp0 M m x y O mm D O °yZ pD0 m (1m 2�0 fA Dm Dm�° y K � n m z O nx Z �- o p mz n OK ONnm ONO m m n K O DI = o"2> Omm D Z . m o n �onm � RI �c A� o x o o 0 0 ox sum m K� Zm > a ° _ »n rn m 9 y °D m Ste° Z Z m ° CA z _0 A ao�D o�Zm M 1 Nwn n Ky� � O r m Q _ - N O Z z Z L m � e y = ' o l O m " z A Z n N oNAO a Zd I m W ivy > O D Ip o Z m o O A moyc Z Z p m iNio " A Z D n m �,..., Z m O z A : / \E r ep; _ < Z W C) A D O ~O 1 O Z D_ z O 5 Z m m$ z i r z r VI A O y D A O D Z .- o a n O y a m A D m f A 3 O Z r oma O mr OZ _ of m Atn Zp Aw v — .JO .ZI D �aam oa °z � mom °T zm Nr�DVO�°mnmm. n R= m m 'Cmo : Z�..,mp JJ - - mmiic Um O A� m m orn Nna m p x3 x `" 1'1 n°aA Oy y '� m 6 m u o_ ay00 A9D�mVDADK pi 3ptiS C Z AC m2� n Z*,z 2r OAK �Om D <Z -Z�OA O�NOm C7 - r �aumzom_ w N >� `S'a x aimg� Km o o v oc z n imOfz., A�Av^5 a z A nc Amyoo 02x.. rpimyr SO 20 cO 0 0z; az mi v � ° z� = m m �� A m . m . z i .�Am a_r a� Z 9j2� mC�zDa� ZK gm6 1?y >,m=Oa OZDi � Jm� OmA m ON Z O C � .-F O n A Z O O 2� O O DUNO 1+1 `z'�~'mm" - �mn n snonxx�s AZ 2 =, :-* � D° ~O.- �o p y D A2= x =OmmzN OR O -m y mApaapO.,>- -t,0. Z OOQD I_ r 2p �rr- xa NO~a c �� DAON O >FOO��Z -,— �I mp>O >� mZZy °S Dr N iO OpnS�gN KA'N m��l DrZ Om 0A a Ap 0 0ti . y Z m a Ulnm� NO IA 8 2 y K �2 m °� ZUmA Ojm oin °o m��o as ioi� izAy'oAOAn mm O A i m 05; Z OOm OIyaNC Cm mZ m �Arn V '�O n Om= m 0g OZmONN FaD20m ]1 p �O ° ` N2 Z v O �Z A m M 0 m 8' PROJECT NAME PROJECT DESCRIPTION -A 54 LOT SINGLE FAMILY RESIDENTIAL SUBDIVISION DEVELOPER- NAME PHONE NUMBER CONTACT- NAME PHONE NUMBER PERMITTED CONSTRUCTION HOURS- MON. -FRI. 7AM -6PM SATURDAY 9AM -5PM ABSOLUTELY!!! NO CONSTRUCTION ACTIVITY, MAINTENANCE OR DELIVERIES ALLOWED ON SITE OUTSIDE OF THESE HOURS. CITY OF CHANHASSEN ENGINEERING DEPARTMENT 952 - 227 -1160 �wlftwdmr� 1. SIGN SHALL HAVE A MINIMUM OF TWO POSTS. 2. INSTALL SIGNS AT ALL CONSTRUCTION ENTRANCES. 3. SIGN SHALL HAVE WHITE BACKGROUND WITH BLACK LETTERING. 4. LETTER SIZE TO FIT 8' X 6' SIGN. 6' aff OF DEVELOPMENT INFO SIGN REVISED -10 ENGINEERING DEPARTMENT PLATE NO.: FILE NAME: G: \ENG \SPECS \5313 5313 r CIO - D O D Z O F m ®® 000020 0 ®0 ® ®© 00 (2)© ©0® so (9) 8O0 0 (9 9 m NN --E0a Or -D o F,M -A O�mNOn m Z> W Or M O D r �rD-�� N D3ZW 'O ZZO V V m ZDA COO Z�� r m M M20 txT Z DD A r OV O?�y.p HN OVoa CO .ZJ A V X O N K m<0 O mg VCS V = m�HC M NZD VNMAyp O D y ZZX ®D �_ rD- Dm wo 30W NOW Sr 00200 DW Mrp2N D Z , V N I Oy D 4 K O OX°G°%< . m O S m.ny- V Z �O� OZ� Crp O O m ND�e N° y D (n N A CW M W m D� 3DA 0T O A O < N i M M Z Z Z Z® A 2 Or O A yA N 2 A � 50N WD �yZO Z C A � O y _O A N Am ATE mmm N M D yAZ T. O D0 mx mKMx D Kz D Of AO m+�iNF OM O >M O 0<0< D rDA O Z N 0 "� N O, A00 Z D I� OC MO N mr-,V°±IZO�`.'AO DOO Om 20N m D r N O m D V p rn O Oy C MA MA S O m AO ➢AA O W A m VD3 A ND m1°mr Z °p V Z DZ Dr Om MMO V AD AfAF� N mA °� r�M N A 2 ti �mF NoM mlm? I m O M DrWZ fM �m DN3V N p A Imo AS oti Nm y01= AZo N N m2m2 2 OMpA m f D m m I I DS �M O S Z O Zr`t� W m D ,,M W ON D T.AyN r0 m p m m.r 0�2® O Z y2 DO Nr �Zm KO N D< gym ti A O OA mm O..O� < V��O O mM W n O D 02 O AZ >Sy-� OO 0 , z M p ODNyZZ y0� ° M mDID nM OAm ° L M M Z Z ONM A r Am �p ZA AO OX V V OO NO D MAMA < AO DM Z O pK AjD Z yA2 y� ApZ Z�VMH D 0��9Cr ODD ZAA %M 0000 rrpi56 N�Fm Z O ° o m: p O ° r te y 0 Zr NO 00OZ Z A Vy 3;mZ Z p�0 � m mMV V p2 y D D DC DO I W Z� ZS O �rM jN K OO D mD ODNm 'Vim M A _ ADA K D� O� O p N r r W...W D NO N O Z- DON r Vn °A ZNO -V -> D rDrD y N- Zrn2 WvoD Om m A V Aa Dp A-I -I yZ DmZ O A A Z Ln W Z 2020 mN 0 K O A Z p x 0OV O 0Z r O Zm0 D O _ Or A O �"P�A O pD O® N C U N A O m Vpx O ONV m® m A� ZA m N DN OM vXWX � A �m DN m '� W 0 y rZZI > m y� O D O ON Wm O NZvZ A Zm mm m 9 �O SrC M D _ O O O Nf xO N A� p O �A O� .� - r Am N mxO DOS C O 2 O Z x 00 W OVA M� W _A VD vOZ 2 v K Z Mr pin OZ W O O N Z�I O r W U D O Z CfffOF LIFT STATION ENGINEERING �� �p STANDARD DETAIL 5401 —A 1 -10 G: \ENG \SPECS \5401A I SEN (ELEVATION) DEPARTMENT _ o ° r C < ° � D ° 2 v P s D A C) O z O r m m m D I I I I I O I I I I I z I I I I I ®® 000020 0 ®0 ® ®© 00 (2)© ©0® so (9) 8O0 0 (9 9 m NN --E0a Or -D o F,M -A O�mNOn m Z> W Or M O D r �rD-�� N D3ZW 'O ZZO V V m ZDA COO Z�� r m M M20 txT Z DD A r OV O?�y.p HN OVoa CO .ZJ A V X O N K m<0 O mg VCS V = m�HC M NZD VNMAyp O D y ZZX ®D �_ rD- Dm wo 30W NOW Sr 00200 DW Mrp2N D Z , V N I Oy D 4 K O OX°G°%< . m O S m.ny- V Z �O� OZ� Crp O O m ND�e N° y D (n N A CW M W m D� 3DA 0T O A O < N i M M Z Z Z Z® A 2 Or O A yA N 2 A � 50N WD �yZO Z C A � O y _O A N Am ATE mmm N M D yAZ T. O D0 mx mKMx D Kz D Of AO m+�iNF OM O >M O 0<0< D rDA O Z N 0 "� N O, A00 Z D I� OC MO N mr-,V°±IZO�`.'AO DOO Om 20N m D r N O m D V p rn O Oy C MA MA S O m AO ➢AA O W A m VD3 A ND m1°mr Z °p V Z DZ Dr Om MMO V AD AfAF� N mA °� r�M N A 2 ti �mF NoM mlm? I m O M DrWZ fM �m DN3V N p A Imo AS oti Nm y01= AZo N N m2m2 2 OMpA m f D m m I I DS �M O S Z O Zr`t� W m D ,,M W ON D T.AyN r0 m p m m.r 0�2® O Z y2 DO Nr �Zm KO N D< gym ti A O OA mm O..O� < V��O O mM W n O D 02 O AZ >Sy-� OO 0 , z M p ODNyZZ y0� ° M mDID nM OAm ° L M M Z Z ONM A r Am �p ZA AO OX V V OO NO D MAMA < AO DM Z O pK AjD Z yA2 y� ApZ Z�VMH D 0��9Cr ODD ZAA %M 0000 rrpi56 N�Fm Z O ° o m: p O ° r te y 0 Zr NO 00OZ Z A Vy 3;mZ Z p�0 � m mMV V p2 y D D DC DO I W Z� ZS O �rM jN K OO D mD ODNm 'Vim M A _ ADA K D� O� O p N r r W...W D NO N O Z- DON r Vn °A ZNO -V -> D rDrD y N- Zrn2 WvoD Om m A V Aa Dp A-I -I yZ DmZ O A A Z Ln W Z 2020 mN 0 K O A Z p x 0OV O 0Z r O Zm0 D O _ Or A O �"P�A O pD O® N C U N A O m Vpx O ONV m® m A� ZA m N DN OM vXWX � A �m DN m '� W 0 y rZZI > m y� O D O ON Wm O NZvZ A Zm mm m 9 �O SrC M D _ O O O Nf xO N A� p O �A O� .� - r Am N mxO DOS C O 2 O Z x 00 W OVA M� W _A VD vOZ 2 v K Z Mr pin OZ W O O N Z�I O r W U D O Z CfffOF LIFT STATION ENGINEERING �� �p STANDARD DETAIL 5401 —A 1 -10 G: \ENG \SPECS \5401A I SEN (ELEVATION) DEPARTMENT Z ti D z � o m r � r D z G N O A D A I II ti D O z � o � z f z r 1 N r0 A m G A � a W N O OO O OOOOOO O O 0 OO m m ^In0 - v O'O V1 1 mT Z D OWm z m D3 zp tiN mI - D3 A W _o cn v �G7 �rn ZO m �N A ZW OnW >� v A z �NmAZ zmp C` m A A Z m CC Z C 5 Z- !�`1 Z zX O O =p0 A n D <� O <>C Da Z(n Uf ti D f O C D a m v D O z - i Z z ON mm '0 z O pC D mXA � < r r r O X O m D m N . < Z C) A D- O(n - I W �^ to O` ti N A z Wr OA Z A Wr << o mr �o Am mz� Z 1nD0� W 2 m N O pX ! OO OX (+'i m D D N T. = Z C AD AC m A WE A O n N r D O z OO N m D m y om A m m O I�l .� O\ O = -a O ti 1 3 A o r Z Z C Ka m A A - O �t A (n V1 A p L) G) v A O - I m .. m N m (� A O '_' N y y= O 1 p p AD -< m D z O m D m - 1 rmn m A r D < v V S O y D T O y m ti m U O K O m A O (� m l v 0 X O G) O O O Z m O m v O C \ r D A= W . y O 'o D m m W p m m > mo A VI m i f Z m y D m A A r O W D r W 00= Z m � I N Z , D y W A A z A > y D A z O V y O�A O <::!m W v m O A - m - N (.+ (� y ~ V A m O O O Z O z I Z f't z p = m y j j V1 m 0 2rC O D N O v p W z W A 2066 p V1 O z p �0 m7 z z O ®] x A,D z z 'rzi D = O z PLATE: REVISED: FILE NAME: CfffOF LIFT STATION ENGINEERING �Q'�p,� STANDARD DETAIL 5401 -B 1 -10 G: \ENG \SPECS \54018 I SEN (PLAN) DEPARTMENT CLEAK OPENING F 1 � F l 1 1 a0' -0' 15' -0" 25' -0" T 'A CONTROL PANEL O, W (.i O O O Z > z j y Z C ci C M� o zi F1 zi F1 N C) c cn;;acoD z 4O --1m0 m r ODm�7� U __j O Z Z D c m ° �0 O D m �c n —I 0 0 0 F l A m� n O -0 D Z Z < , O O CO� m ?O� 0 imp -< O s m m O m m m m zz � O < r--:r U) O �?O m �()F- r 2 PLATE: REVISED: FILE NAME: CITIUF LIFT STATION ENGINEERING 5401 —C 2 -10 G: \ENG \SPECS \5401C �I1MSEN SITE DETAIL DEPARTMENT F 1 � F l 1 1 r -0' TW = - C I ._ 0 . 3b J' -0 MIN a � r ? o D a U l l l ®® _- z --I III.: o III' r III:' I 4 m D r z I% < p III m p z III _ III E j _ R T i= m 8 1 — m _ O 6' < m III N - m < III �'- gm >o� m C III m _ g am: D ° 8 >° r y I - -aT gy T s f m a p z III 2— rn Oran <G O H N O III 9' c`n c "�'zo o m III'.:,•':.:. > ~sR" ag 'a g p g> _" 4g o D0 III z = 4 T I _ — R "> - g .° g a ° _III ' / J \ 0' M \ IN m _ 6. 11 s i >i >i _ - g gg _ m' - m ` 00 o�p i oa - z o y a m�< �< - n F Hp m= - W y iz ADO o' 3 i v vas Ac ^O a - - C vn O n S v u �Cr^� m - V � ; IOI�a m a 3® Fm N n °� a u z9 m O � f0 s z u g- a _m Z -6 m - - D � u � ' on -� o$ - zly No - - - nc - > u y n3 03 G z N v - .. •• L = o 0 - 0g m y _ - - of cN= g z ga u p® ;9 CITYOF LIFT STATION AND VALVE ENGINEERING FILE NAME: �Q���p STANDARD DETAIL PLATE: 5402 -A REVISED: 2-10 a o (ELEVATION) DEPARTMENT G:\ENG\SPECS\5402A � ;2 y , -2 �@ % A Z 2 \ \ .0 \ �/ 2 ./ / % \ \ j \ o \ \ j)\ § \& 7 U. / W. PIA 3 } :/ �Q .\ / / K / \ \ j 000 3 0 0 0 0 O000 30303 ?COS O O 00 O OO \ § PLAT m _e Cfff OF LIFT STATION AND VALVE ENGINEERI . STANDARD DETAIL 5402 B 2 -08 DEPARTMENT G:\ENG\SPECS\5402B mms . (PLAN) CLEAR OPENING m§® - K! : ;e ® )jj \ §(i)))\ ( l \A § / \\ " ]> \)> \ �!§ /> ^[! ( \ \ -! }f §§ {!§) }§ §§ |] A \ /) {j \� )) § !| k ( )7// 2; F \z pm zk §\ - l ` /§�/ \ \ ) \ \ \ \ !/ 6 \ \ \j �\ \ § PLAT m _e Cfff OF LIFT STATION AND VALVE ENGINEERI . STANDARD DETAIL 5402 B 2 -08 DEPARTMENT G:\ENG\SPECS\5402B mms . (PLAN) CLEAR OPENING 1 40' -0" 15' -0" 25' -0" �'P CONTROL O, m N O �- Z O O y � O Z O m O O Z T V C ya C) r _ pm r — � C) m > m (f� I _ Fri o � z + C7 N (T1 Z VI p G O VI D `p Zo°� fr L7 D mZ C r E�oAZC Z 2 m r 0 o r m D O O ~ mOZ �n -o C/) - >m C A C D n -O - O" Z � � � O O mD :E mz - � O - Ti C) z o AOm ;:a o v +m D Z PLATE: REVISED: FILE NAME: CITIUF LIFT STATION AND VALVE ENGINEERING �Illlll l m SITE DETAIL 5402 -C 2 -10 DEPARTMENT G: \ENG \SPECS \54020 HE z oz z z z 40H, > !g S -V. lo Rl > z z a > N '2 m ffi m > FI 24' Z. > Z Z 0 0 m m m m z > C/) C m < Z C) m A m > z A c rA C) 0 m Z z m m > > Fl o o A7� m CD : rp� 0 m z 0 2 > z m z 0 0 a: 1 0 0 0 1 0 r,� 0 c 0 z m m > 0 z o I z z 3" MIN c I m z 0 > > C) 0 < 0 > 0 z z z 0 co > 0 Ra 5 X z 4 m i 6 :9 F CM OF LIFT STATION PLATE: REVISED: ENGINEERING FILE NAME: IMMSE STANDARD DETAILS 5403 2-10 DEPARTMENT Gm\ENG\SPECS\5403 T a i O O O O O O