PSA for Construction Materials Testing-Galpin Project1
201749v1
PROFESSIONAL SERVICES AGREEMENT
AGREEMENT made this 28th day of February, 2024, by and between the CITY OF
CHANHASSEN, a Minnesota municipal corporation ("City") and Braun Intertec Corporation
“Consultant").
IN CONSIDERATION OF THEIR MUTUAL COVENANTS, THE PARTIES
AGREE AS FOLLOWS:
1. SCOPE OF SERVICES. The City retains Consultant for construction materials
testing and evaluation services.
2. CONTRACT DOCUMENTS. The following documents shall be referred to as the
"Contract Documents," all of which shall be taken together as a whole as the contract between the
parties as if they were set verbatim and in full herein:
A. This Professional Services Agreement;
B. Request for Proposal for Construction Materials Testing for Galpin Boulevard
Improvements City Project No. PW 176B dated January 2, 2024;
C. Insurance Certificate;
D. Consultant’s January 19, 2024 proposal for Construction Materials Testing
Services – Galpin Boulevard Improvements (“Proposal”).
In the event of conflict among the provisions of the Contract Documents, the order in which they are
listed above shall control in resolving any such conflicts, with Contract Document “A” having the
first priority and Contract Document “D” having the last priority.
3. COMPENSATION. Consultant shall be paid by the City for the services described
in the Proposal a not to exceed fee of One Hundred Twenty Four Thousand Dollars ($124,000.00),
inclusive of expenses. Services performed directly by Consultant shall be paid at an hourly rate in
accordance with the Proposal, subject to the not to exceed fee. The not to exceed fees and expenses
shall not be adjusted if the estimated hours to perform a task, the number of required meetings, or
any other estimate or assumption is exceeded. Consultant shall bill the City as the work progresses.
Payment shall be made by the City within thirty-five (35) days of receipt of an invoice.
4. DOCUMENT OWNERSHIP. All reports, plans, models, diagrams, analyses, and
information generated in connection with performance of this Agreement shall be the property of
the City. The City may use the information for its purposes. Documents prepared by Consultant
under this Agreement are not intended or represented to be suitable for reuse by the City or others
on extensions or modifications of the Scope of Services or on any other project. Any such reuse
without written verification or adaptation by Consultant for the specific purpose intended will be
at the City’s sole risk, and the City agrees to hold Consultant harmless for all costs and liability
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
2
201749v1
arising out of such unauthorized use.
5. CHANGE ORDERS. All change orders, regardless of amount, must be approved
in advance and in writing by the City. No payment will be due or made for work done in advance
of such approval.
6. COMPLIANCE WITH LAWS AND REGULATIONS. In providing services
hereunder, Consultant shall abide by all statutes, ordinances, rules and regulations pertaining to the
provisions of services to be provided.
7. STANDARD OF CARE. Consultant shall exercise the same degree of care, skill,
and diligence in the performance of the services as is ordinarily possessed and exercised by a
professional consultant exercised under similar circumstances and in the same locality. No other
warranty, expressed or implied, is included in this Agreement. City shall not be responsible for
discovering deficiencies in the accuracy of Consultant’s services.
8. INDEMNIFICATION. Consultant shall indemnify and hold harmless the City, its
officers, agents, and employees, of and from any and all claims, demands, actions, causes of action,
including costs and reasonable attorney's fees, arising out of or by reason of the execution or
performance of the services provided for herein to the comparative extent they are caused by the
negligent acts or omissions of Consultant or those for whom Consultant is legally responsible and
further agrees to reimburse the City for reasonable defense costs incurred, to the extent caused by
Consultant’s negligence, and covered under Consultant’s professional liability insurance. Neither
party hereto shall be responsible or held liable to the other for punitive, indirect, incidental, or
consequential damages, or liability for loss of use, loss of business opportunity, loss of profit or
revenue, loss of product or output, or business interruption.
9. INSURANCE. Consultant shall secure and maintain such insurance as will protect
Consultant from claims under the Worker’s Compensation Acts, automobile liability, and from claims
for bodily injury, death, or property damage which may arise from the performance of services under
this Agreement. Such insurance shall be written for amounts not less than:
Commercial General Liability $2,000,000 each occurrence/aggregate
Automobile Liability $2,000,000 combined single limit
Professional Liability $2,000,000 each occurrence/aggregate
The City shall be named as an additional insured on the general liability policy on a primary and non-
contributory basis. Before commencing work, the Consultant shall provide the City a certificate of
insurance evidencing the required insurance coverage in a form acceptable to City.
10. INDEPENDENT CONTRACTOR. The City hereby retains Consultant as an
independent contractor upon the terms and conditions set forth in this Agreement. Consultant is not
an employee of the City and is free to contract with other entities as provided herein. Consultant shall
be responsible for selecting the means and methods of performing the work. Consultant shall furnish
any and all supplies, equipment, and incidentals necessary for Consultant’s performance under this
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
3
201749v1
Agreement. City and Consultant agree that Consultant shall not at any time or in any manner represent
that Consultant or any of Consultant's agents or employees are in any manner agents or employees of
the City. Consultant shall be exclusively responsible under this Agreement for Consultant’s own
FICA payments, workers compensation payments, unemployment compensation payments,
withholding amounts, and/or self-employment taxes if any such payments, amounts, or taxes are
required to be paid by law or regulation.
11. SUBCONTRACTORS. Consultant shall not enter into subcontracts for services
provided under this Agreement without the express written consent of the City. Consultant shall
comply with Minnesota Statutes § 471.425. Consultant must pay subcontractors for all undisputed
services provided by subcontractors within ten (10) days of Consultant’s receipt of payment from
City. Consultant must pay interest of one and five-tenths percent (1.5%) per month or any part of
a month to subcontractors on any undisputed amount not paid on time to subcontractors. The
minimum monthly interest penalty payment for an unpaid balance of One Hundred Dollars
($100.00) or more is Ten Dollars ($10.00).
12. CONTROLLING LAW/VENUE. This Agreement shall be governed by and
construed in accordance with the laws of the State of Minnesota. In the event of litigation, the
exclusive venue shall be in the District Court of the State of Minnesota for Carver County
Minnesota.
13. MINNESOTA GOVERNMENT DATA PRACTICES ACT. Consultant must
comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it
applies to (1) all data provided by the City pursuant to this Agreement, and (2) all data, created,
collected, received, stored, used, maintained, or disseminated by Consultant pursuant to this
Agreement. Consultant is subject to all the provisions of the Minnesota Government Data Practices
Act, including but not limited to the civil remedies of Minnesota Statutes Section 13.08, as if it were
a government entity. In the event Consultant receives a request to release data, Consultant must
immediately notify City. City will give Consultant instructions concerning the release of the data to
the requesting party before the data is released. Consultant agrees to defend, indemnify, and hold
City, its officials, officers, agents, employees, and volunteers harmless from any claims resulting from
Consultant’s officers’, agents’, city’s, partners’, employees’, volunteers’, assignees’ or
subcontractors’ unlawful disclosure and/or use of protected data. The terms of this paragraph shall
survive the cancellation or termination of this Agreement.
14. COPYRIGHT. Consultant shall defend actions or claims charging infringement
of any copyright or software license by reason of the use or adoption of any software, designs,
drawings or specifications supplied by it, and it shall hold harmless the City from loss or damage
resulting therefrom.
15. PATENTED DEVICES, MATERIALS AND PROCESSES. If the Contract
requires, or the Consultant desires, the use of any design, devise, material or process covered by
letters, patent or copyright, trademark or trade name, the Consultant shall provide for such use by
suitable legal agreement with the patentee or owner and a copy of said agreement shall be filed
with the City. If no such agreement is made or filed as noted, the Consultant shall indemnify and
hold harmless the City from any and all claims for infringement by reason of the use of any such
patented designed, device, material or process, or any trademark or trade name or copyright in
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
4
201749v1
connection with the services agreed to be performed under the Contract, and shall indemnify and
defend the City for any costs, liability, expenses and attorney's fees that result from any such
infringement.
16. RECORDS. Consultant shall maintain complete and accurate records of hours
worked and expenses involved in the performance of services.
17. ASSIGNMENT. Neither party shall assign this Agreement, or any interest arising
herein, without the written consent of the other party.
18. WAIVER. Any waiver by either party of a breach of any provisions of this
Agreement shall not affect, in any respect, the validity of the remainder of this Agreement.
19. ENTIRE AGREEMENT. The entire agreement of the parties is contained herein.
This Agreement supersedes all oral agreements and negotiations between the parties relating to the
subject matter hereof, as well as any previous agreements presently in effect between the parties
relating to the subject matter hereof. Any alterations, amendments, deletions, or waivers of the
provisions of this Agreement shall be valid only when expressed in writing and duly signed by the
parties, unless otherwise provided herein.
20. TERMINATION. This Agreement may be terminated by the City for any reason
or for convenience upon written notice to the Consultant. In the event of termination, the City shall
be obligated to the Consultant for payment of amounts due and owing including payment for
services performed or furnished to the date and time of termination.
21. LIMITATION OF LIABILITY. Consultant’s aggregate liability for all claims,
including any defense obligations, is limited to the greater of the anticipated fee for the services or
the amounts of insurance contained in Section 9.
Dated: , 2024. CITY OF CHANHASSEN
BY:
Elise Ryan, Mayor
BY:
Laurie Hokkanen, City Manager
Dated: , 2024. BRAUN INTERTEC CORPORATION
BY:
Charles M. Cadenhead, Jr., PE
Its Vice President, Principal Engineer
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
2/28/2024
3/8/2024
1/2/2024
Request for Proposals:
Construction Materials Testing
for
Galpin Boulevard Improvements
City Project No. PW 176
I. INTRODUCTION
The City of Chanhassen and Carver County are issuing this Request for Proposals (RFP)
for construction professional services of approximately two (2) miles of roadway
reconstruction and associated utility and stormwater improvements within the City. In
general, the project includes materials testing and sampling, geotechnical evaluations, and
recommendations of site conditions during construction.
A. RFP Content. This RFP contains the following sections:
I. Introduction
II. Project Information
III. Proposal Requirements
B. Addenda/Clarifications. Any changes to this RFP will be made by written addendum.
Verbal modification will not be binding.
C. Pre-Contractual Expenses. The city will not be responsible for any pre-contractual
expenses. Pre-contractual expenses are defined as expenses incurred by the Consultant
in:
1. Preparing its proposal in response to this RFP
2. Submitting that proposal to the City of Chanhassen
3. Negotiating with the City of Chanhassen any matter related to that proposal;
or
4. Any other expenses incurred by the Consultant prior to the date of execution
of the Proposed Agreement.
D. Contract Award
1. Consultant shall be required to enter into the City’s standard Professional Services
Agreement (attached).
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
1/2/2024
2. Issuance of this RFP and receipt of proposals does not commit the City of
Chanhassen to award a contract. The City of Chanhassen reserves the right to
postpone opening for its own convenience, to accept or reject any or all proposals
received in response to this RFP, to negotiate with other than the selected Consultant
should negotiations with the elected be terminated, to negotiate with more than one
Consultant simultaneously, or to cancel all or part of this RFP.
E. Contact Person. The Consultant's contact for specific questions regarding information
in this proposal is: George Bender, (952) 227-1164, GBender@ChanhassenMN.gov.
II. PROJECT INFORMATION
A. Project Area and Identified Improvements.
The City of Chanhassen and Carver County have established a Joint Powers Agreement
to reconstruct Galpin Boulevard (previously County Rd 117) between Trunk Highway
5 and the northern boundary of the City and County. The majority of this portion of
Galpin Boulevard was originally constructed in the 1950s. With the turnback of CR
117 to the City, Galpin Boulevard is now considered a City local collector road and will
be part of the City’s Municipal State Aid (MSA) system. The roads reconstruction has
been designed to meet both the City’s current standards and MSA standards.
Approximately two (2) miles of roadway are proposed to be reconstructed to an urban
section, which includes the installation of four (4) round-a-bouts, spot soil corrections,
and utility and stormwater improvements. The area proposed for improvements is
shown in the Figure below. A full Plan Set, Project Specifications, and Geotechnical
Report for the project are available upon request, and can be found here:
https://chanhassen.sharefile.com/d-sc1a2e6bb63194e3e932cbd7f9566adda
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
1/2/2024
B. Project Scope. The objective is to provide construction materials testing and any
requested geotechnical evaluations and recommendations of site conditions.
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
1/2/2024
Anticipated amounts of various tests needed on this project are detailed below. Please
ensure to submit costs for the amounts listed as provided on the attached spreadsheet.
1. Soils and Aggregate Testing
a. Soil and aggregation gradation, proctor, moisture, modified DCP testing on
Class 5, aggregate quality testing, and specified density nuclear tests of
trench backfill for utility work per city specifications:
• Submit costs for 220 compaction tests (nuclear density test), 40
proctor samples, 5 samples for topsoil borrow testing, 40
gradations (aggregate base, select granular embankment,
aggregate backfills), 60 DCP tests with moisture result on Class
5,
b. Trip charges and technician time:
• Submit costs for 65 trips and 130 hours of technician time for
soils and aggregate testing.
2. Concrete Testing
a. Slump, air, temperature & 1 set of 4x8 cylinders per 100 CY per mix type
per day (4 cylinders is 1 set):
• Submit costs for Compressive Strength, Curing, & Handling for
110 sets of cylinders and technician time of 65 hours.
• Submit total costs for Compressive Strength, Curing, &
Handling for 20 field-cured cylinders (per cylinder).
b. Concrete strength break testing and reports for cylinder sets (one 7-day and
three 28-day) and field-cures (as directed by Engineer) cast:
• Submit costs for sample pickup time of 25 hours and 50 total
trips for concrete testing and cylinder pickup.
3. Bituminous Testing
a. MnDOT gyratory mix properties verification testing per day and Rice
Testing per MnDOT 2360. (1 sample per day per mix type)
• Submit costs for 20 samples.
• Submit costs for 20 total trips and 40 hours of technician time
for sample pickup and bituminous testing.
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
1/2/2024
b. Roll pattern establishment via Nuclear density testing (one per day per mix
type).
• Submit total costs for 20 trips and 40 hours of technician time.
c. Compaction and maximum density testing (cores):
• Submit total costs for 25 cores.
• Submit costs for 5 total trips and 20 hours of technician time for
bituminous testing.
4. Geotechnical and Pavement Evaluation and Recommendations
a. This would only be utilized if very poor soils or unstable base is discovered
during excavation or utility construction.
• A $10,000 allowance will be built into the proposal for the
consultant to use on an as needed basis for consulting services.
5. Project Management & Oversight plus Project Administration
• Submit cost per attached spreadsheet per hour.
6. Evaluation, Reporting and Analysis Documentation
• Consultant shall submit daily reports and other standard
documents utilized to summarize daily activity on-site and
observations on a routine basis as directed by Engineer.
For example: If roll pattern testing is performed in preparation
for paving operations – the tests, timing, location, and
observations shall be detailed in a daily report. • Final project report summarizing all testing completed.
D. Project Schedule. The following is the anticipated project schedule for PW 176:
Start Construction
Substantial Construction Complete
Final Completion
February 2024
November 2024
Early summer 2025
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
1/2/2024
III. PROPOSAL
A. Submission of Proposal. Submit the proposal electronically to:
George Bender, PE
Assistant City Engineer
City of Chanhassen
GBender@ChanhassenMN.gov
Proposals shall be received by 2:00 p.m., January 19, 2024. Proposals received after
this time will not be accepted.
B. Proposal Format. Proposals shall be prepared two-sided on 8½" x 11" paper, with all
text clear of binding. Use of 11" x 17” fold-out sheets for large tables, charts or
diagrams is permissible but shall be limited. The proposal shall be clear and
understandable when reproduced in black and white and or color.
C. Copies. The Consultant shall submit one (1) electronic copy of the proposal bearing
the Consultant's name and address, and clearly marked as following:
"PW 176 Construction Materials Testing”
D. Letter of Transmittal.
Include, at a minimum, the following:
1. Identification of the offering firm(s), including name, address and telephone
number of each firm,
2. Acknowledgement of receipt of RFP addenda, if any, and
3. Name, title, address, email address and telephone numbers of contact person
during period of proposal evaluation.
E. Consultant Team. Identify all team members and areas of responsibility. Resumes
may be requested by City staff during proposal review.
F. Understanding of the Project. The Consultant shall provide a brief, concise
description that demonstrates the Consultant's understanding of the project and what
needs to be done to successfully complete the work scope.
G. Consultant Fee. Consultant shall provide the detailed cost breakdown as required in
the spreadsheet format attached to the proposal. Any modifications must be approved
the City prior to submission. A total not-to-exceed cost for all work shall be included.
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
1/2/2024
H. Exceptions and Deviations. The Consultant may include other services outside the
scope of this proposal that the firm feels may be needed. The Consultant also may
propose cost-saving items. Any exceptions to the requirements in this RFP, including
the language in the contractual terms, must be included in the proposal. If the
Consultant proposes changes to the scope of work, include a description, reason for the
change and added/deducted engineering costs. Segregate all exceptions as a separate
element of the proposal under the heading "Exceptions and Deviations".
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
AA/EOE
Braun Intertec Corporation
11001 Hampshire Avenue S
Minneapolis, MN 55438
Phone: 952.995.2000
Fax: 952.995.2020
Web: braunintertec.com
January 19, 2024 Proposal QTB190390
George Bender, PE
City of Chanhassen
7700 Market Boulevard
PO Box 147
Chanhassen, MN 55317
Re: Proposal for Construction Materials Testing Services
Chanhassen - Galpin Boulevard Improvements
S.A.P. 194-115-004, City Project No. PW 176
Chanhassen, MN 55317
Dear Mr. Bender:
Braun Intertec Corporation is pleased to submit this proposal to provide construction materials testing
services for Galpin Boulevard Improvements in Chanhassen, Minnesota.
We have completed the geotechnical evaluation report for this project, so we have a unique
understanding of the site and construction challenges. We can aid the construction team by applying this
experience and transferring our knowledge developed during the design phase which will provide
professional continuity to the construction. Our work on the project to date gives us familiarity with the
project team and design development, which allows us to understand some of the considerations used
when developing the project’s design. We propose to use our same engineer Chad Lukkarila that wrote
the geotechnical report during the design phase of this project to be available to address any soil related
questions during construction. In addition to Chad, we have over 30 engineers in our Twin Cities offices
that can help support this project as needed.
Since our inception in 1957, we have grown into one of the largest employee-owned engineering firms in
the nation. With more than 1,000 employee owners, retaining our firm gives you access to a diverse
range of services and professionals you can consult with if the unforeseen occurs. The size of our
company also allows us to respond quickly when schedule constraints occur.
Our Understanding of Project
We understand this project will include the construction of pavement subgrade preparation, aggregate
base placement, new concrete curb and gutter, sidewalk, median, and driveways along with a new
bituminous pavement. Improvements to the sanitary, storm, and water main utilities will also be part of
this project.
This project is a City of Chanhassen project with state-aid funding. Projects that are constructed with
state-aid funding are required to perform Quality Control and Quality Assurance (QC/QA) testing in
accordance with the Minnesota Department of Transportation’s (MnDOT’s) 2020 Standard Specifications
for Construction and MnDOT’s Schedule of Materials Control. This project is using MnDOT’s 2023 State
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
City of Chanhassen
Proposal QTB190390
January 19, 2024
Page 2
Aid for Local Transportation (SALT) Schedule of Materials Control. Personnel with MnDOT certifications
must complete the monitoring and testing. Braun Intertec will perform the QA field testing on the project
as listed in our scope of services and as shown on our attached cost estimate table. The contractor will be
responsible for performing all of the required QC testing and submitting all the documentation upon
completion of the project. An audit of the project could be conducted upon completion. The audit may
include reviewing tests and paperwork provided by your QC/QA representative.
Available Project Information
This proposal was prepared using the following documents and information.
Project plans prepared by WSB, dated August 14, 2023.
Project specifications prepared by WSB, dated August 10, 2023.
Project Addendum numbered 1 through 4, dated through August 24, 2023, September 12,
September 15, and September 18, 2023, respectively.
Request for Proposals prepared by the City of Chanhassen, dated January 2, 2024.
A geotechnical evaluation report prepared by Braun Intertec, Project Number B2208701 and
dated June 8, 2023.
Project Team
For this project we propose to use Tom Loosbrock as our lead senior technician and Jacob Collins as our
project manager. Tom and Jacob will be supported by account leader, Andrew Valerius, geotechnical
engineer Chad Lukkarila and principal engineer, Charles Cadenhead. The project team has provided
services on many City of Chanhassen projects in the past including: 2023 Mill and Overlay Project,
Orchard Lane Area Improvements, Minnewashta Manor Neighborhood Street Reconstruction, and the
2023, 2022, 2017, and 2016 Street Resurfacing and Rehabilitation Projects and state-aid projects Lake
Lucy Road Rehabilitation, Lake Drive Improvements, and Minnewashta Parkway Rehabilitation.
Tom Loosbrock is a senior engineering assistant with more than 20 years of experience in materials
testing and is responsible for field operation coordinating, general project management; soil density
testing using nuclear and sand cone methods; soil excavation observations; DCP testing, concrete testing
and bituminous testing. Tom has worked on many state-aid projects throughout his career and is familiar
with MnDOT specification, and the schedule of materials control.
Jacob Collins is a project manager and will be the main point of contact for this project. Jacob has more
than 16 years of experience with special inspections and testing. His extensive on-site testing and special
inspection experience related to concrete, masonry, structural steel, fireproofing, soils as well as with
MnDOT testing for transportation will help any project as project manager. Jacob also assists technicians
on-site with training to help ensure the tests and observations are done properly in accordance with the
project at hand.
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
City of Chanhassen
Proposal QTB190390
January 19, 2024
Page 3
Andrew Valerius is a senior project manager with more than 18 years experience who is responsible for
overseeing the quality control and day-to-day operations of engineering technicians involved in roadway
and bridge projects, especially for state-aid and federally-funded projects. He has extensive experience
working with the Minnesota Department of Transportation’s (MnDOT) Schedule of Materials Control and
MnDOT’s Standard Specifications for Construction. Internally, he help leads the Braun Intertec
transportation construction materials testing group for the State of Minnesota. Andrew also helps
organize and presents at many educational sessions that focus on MnDOT’s specifications and
procedures. Andrew’s past experience providing field services, such as soil density testing, concrete
testing, bituminous and concrete batch plant observations, and testing services has allowed him to gain
the necessary knowledge of field testing practices and practical site experience to perform his senior
project manager role at a high level and deliver quality results safely.
As stated previously we propose to use Chad Lukkarila as our lead geotechnical engineer during
construction as soil recommendations are needed and to observe the soils are similar to those
encountered during the geotechnical evaluation. In addition to Chad we have a group of over
30 engineers to assist if needed for this project.
Charles Cadenhead has more than 27 years of experience in the transportation industry and more than
20 years of experience in delivering construction projects for owners (MnDOT and Anoka County) and other
clients. With every project, from design-bid-build to design-build Charles has been one of the primary
individuals entrusted with quality oversight from all aspects. While working for MnDOT his primary focus was
on the construction side of projects, however with his experience at Anoka County and as a consultant he has
been involved in both design and construction quality management. At Anoka County he was involved as early
as the right-of-way process and used his expertise in construction to help manage risks associated with the
design of projects. Projects have been various in size from simple span bridges and mill and overlays to large
design-build projects with over $200 million in construction. Charles brings years of contract administration
and change management experience to bear in order to arrive at a successfully completed project.
Resumes for Tom Loosbrock, Jacob Collins, Andrew Valerius, Chad Lukkarila and Charles Cadenhead are
attached to highlight their expertise and experience with projects similar to this one.
Braun Intertec Project Personnel
In addition to Tom Loosbrock as our lead technician, we will provide additional technicians that are
MnDOT certified in each specialized field. For the proposed scope of services, our staff will have the
following certifications:
Aggregate Production
Grading & Base Tester
Concrete Field Tester
Bituminous Street Inspector
Bituminous Plant Tester
MnDOT or ACI Strength Tester
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
City of Chanhassen
Proposal QTB190390
January 19, 2024
Page 4
Accredited Laboratory
In the 2023 MnDOT SALT Schedule of Materials Control requires laboratories performing acceptance
tests for payment to be accredited by the AASHTO Resource (formerly AASHTO Materials Reference
Laboratory [AMRL]) for all test procedures performed.
Braun Intertec is one of the few independent testing companies that is accredited in the Minneapolis and
St. Paul metro area. With the Braun Intertec Metro Material Laboratory typically operating 24 hours a
day, laboratory test results are delivered in a timely manner.
Scope of Services
Testing services will be performed on an on-call, as-needed basis as requested and scheduled by you or
your on-site project personnel. Based on our understanding of the project, we propose the following
services.
Soil Related Services
Perform nuclear gauge density tests on sub-grade, embankment, and utility backfill
materials.
Perform Dynamic Cone Penetrometer (DCP) tests on aggregate base material.
Perform moisture content tests at time of compaction on utility backfill, embankment, and
aggregate base materials.
Perform gradation tests on select granular embankment, aggregate base, aggregate backfill,
fine filter aggregate, and aggregate bedding materials.
Perform laboratory standard Proctor tests on backfill and fill materials.
Observe and evaluate the soils exposed in the bottoms of excavations to determine if the
soils are similar to those encountered with the geotechnical evaluation and suitable for
support of pavements. Our engineer can provide consultation for conditions that appear to
differ from the geotechnical evaluation.
Prepare the preliminary and final grading and base report along with assembling the random
sampling locations reports for the aggregate base according to MnDOT Specifications.
Concrete Field Testing Related Services
Sample and test the plastic concrete for slump, air content, temperature prior to placement.
We assume that we will be able to appropriately dispose of excess concrete (and associated
wash water) on site at no additional cost to us.
Prepare 4-inch by 8-inch cylinders for compressive strength testing. A set of four cylinders
will be tested with 1 cylinder at 7 days and 3 cylinders at 28 days for each set cast. If field
cure cylinders are requested, each additional cylinder will be charged at the unit price listed
in our cost estimate.
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
City of Chanhassen
Proposal QTB190390
January 19, 2024
Page 5
Laboratory compressive strength testing of cylinders.
Bituminous Related Services
Collect verification samples per MnDOT’s 2360 specification and randomly select one sample
per day per mix to run quality assurance tests on. Perform quality assurance tests on the
verification samples which include the following tests: Rice specific gravity, asphalt content,
extracted aggregate gradation, gyratory density, coarse aggregate angularity, and fine
aggregate angularity. Compare agency test results with contractor’s test results for
compliance with MnDOT 2360 specification.
Randomly determine bituminous core locations by using MnDOT’s random core worksheet
and mark pavement core locations.
Collect companion cores and test for thickness and density of pavement cores. Compare
agency test results with contractor’s test results for compliance with MnDOT 2360
specification. Review incentive and disincentive sheets completed by contractor.
Reporting and Project Management
Test results will be issued weekly for the project as the various tasks are performed. If, at any time, there
are failing tests which do not appear to be in accordance with the plans and specifications or MnDOT’s
2023 SALT Schedule of Materials Control, we will notify the engineer’s representative and any others that
we are directed to notify.
Before the final project closeout, we will issue a final report. The report will include the following:
Braun Intertec technician roster for technicians that conducted testing on the project.
Completed MnDOT Materials Certification Exceptions Summary for items tested by
Braun Intertec.
Completed Preliminary and Final Grading and Base Report.
Moisture, Density, DCP, Proctor and Gradation tests.
Concrete compressive strength results.
Completed test reports for samples sent to the MnDOT Materials Lab.
Bituminous mix designs.
Bituminous verification test results.
Bituminous contractor’s summary sheets.
Random core log location worksheets.
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
City of Chanhassen
Proposal QTB190390
January 19, 2024
Page 6
Completed density incentive/disincentive worksheets.
Copies of concrete and bituminous plant certifications
Basis of Scope of Work
The costs associated with the proposed scope of services were estimated using the following
assumptions. If the construction schedule is modified or the contractor completes the various phases of
the project at different frequencies or durations than shown in this proposal, we may need to adjust the
overall cost accordingly. The scope of work and number of trips required to perform these services are as
shown in the attached table. Notable assumptions in developing our estimate include:
We understand, per the RFP, the soils and aggregate testing portion of the project is
estimated at 130 hours of technician time with 65 total trips. In the technician hours nuclear
density testing, material sampling, and DCP testing will be conducted.
We understand, per the RFP, laboratory testing of 40 gradation samples and 40 proctor
samples will be conducted as well as 5 samples for topsoil testing.
We understand, per the RFP, the concrete testing portion of the projects will involve
65 hours of technician time for testing and 25 hours for sample pick up with a total of
50 trips. We also understand that a total of 110 cylinders are estimated to be needed with
each set being four cylinders with an additional 20 field-cured cylinders to be cast as directed
by Engineer.
We understand, per the RFP, the bituminous testing portion of the projects will include a
total of 100 hours of technician time for sampling and/or receiving bulk samples, nuclear
density testing for roll patterns, and receiving bituminous cores for paving. We also
understand that 20 bulk samples of the bituminous mixes will be tested for MnDOT gyratory
mix properties with 25 bituminous cores tested for thickness and density.
We understand, per the RFP, that an additional $10,000 allowance of effort is potentially
needed for geotechnical and/or pavement evaluation and only be used if very poor soils or
unstable base is encountered during excavations or if questions regarding pavements arise.
We assume the project engineer of record will review and approve the contractor’s quality
control submittals and test results.
You, or others you may designate, will provide us with current and approved plans and
specifications for the project. Modification to these plans must also be sent to us so we can
review their incorporation into the work.
We will require a minimum of 24 hours’ notice for scheduling inspections for a specific time.
Shorter than 24 hours’ notice may impact our ability to perform the requested services, and
the associated impacts will be the responsibility of others.
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
City of Chanhassen
Proposal QTB190390
January 19, 2024
Page 7
If the work is completed at different rates than described above, this proposal should be revised.
Cost and Invoicing
We will furnish the services described herein for an estimated fee of $112,710. Our estimated costs are
based on industry averages for construction production. Depending on the contractor’s performance,
our costs may be significantly reduced or slightly higher than estimated. A tabulation showing our
estimated hourly and/or unit rates associated with our proposed scope of services is also attached. The
actual cost of our services will be based on the actual units or hours expended to meet the requirements
of the project documents.
This cost estimate was developed with the understanding that the scope of services defined herein will
be required and requested during our normal work hours of 6:00 a.m. to 6:00 p.m., Monday through
Friday. Services that we are asked to provide to meet the project requirements or the contractor’s
construction schedule outside our normal business hours will be invoiced using an overtime rate factor.
The factor for services provided outside our normal work hours or on Saturday will be 1.25 times the
listed hourly rate for the service provided. The factor for services provided on Sunday or legal holidays
will be 1.5 times the listed hourly rate for the service provided. We have not included premiums for
overtime in our cost estimate; however, we recommend that allowances and contingencies be made for
overtime charges based on conversations with the contractor. You will be billed only for services
provided on a time and materials basis.
Because our services are directly controlled by the schedule and performance of others, the actual cost
may vary from our estimate. It is difficult to project all of the services and the quantity of services that
may be required for any project. If services are required that are not discussed above, we will provide
them at the rates shown in the attached table or, if not shown, at our current Schedule of Charges. We
will invoice you on a monthly basis.
General Remarks
We will be happy to meet with you to discuss our proposed scope of services further and clarify the
various scope components.
We appreciate the opportunity to present this proposal to you. After reviewing this proposal, please sign
and return one copy to our office as notification of acceptance and authorization to proceed. If
anything in this proposal is not consistent with your requirements, please let us know immediately.
Braun Intertec will not release any written reports until we have received a signed agreement.
The proposed fee is based on the scope of services described and the assumption that our services will
be authorized within 30 days and that others will not delay us beyond our proposed schedule.
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
City of Chanhassen
Proposal QTB190390
January 19, 2024
Page 8
We understand if selected for this project a professional services agreement will executed with this
proposal as an attachment.
To have questions answered or schedule a time to meet and discuss our approach to these projects
further, please contact Jacob Collins at 612.418.8570 (jacollins@braunintertec.com) or Andrew Valerius
at 952.995.2242 (avalerius@braunintertec.com).
Sincerely,
BRAUN INTERTEC CORPORATION
Jacob D. Collins
Project Manager
Andrew M. Valerius
Account Leader, Senior Project Manager
Jeffrey A. Gebhard., PE
Vice President, Principal Engineer
Attachments:
Cost Estimate Table
City of Chanhassen Provided – Quantity Item Price List
Resumes:
Tom Loosbrock
Jacob Collins
Chad Lukkarila
Andrew Valerius
Charles Cadenhead
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
Client:Service Description:Work Site Address:
Galpin Boulevard
Between TH5 and Mayflower Road
Chanhassen, MN 55317
City of Chanhassen
George Bender
7700 Market Blvd
PO Box 147
Chanhassen, MN 55317
(952) 227-1100
Construction Materials Testing
SAP 194-115-004
City Project No. PW176
Description Quantity Units Unit Price Extension
Phase 1 Construction Materials Testing
Activity 1.1 Soils Testing $38,110.00
1308 Nuclear moisture-density meter charge, per hour 110.00 Each 26.00 $2,860.00
Work Activity Detail Qty Units Hrs/Unit Extension
Soils 80.00 Hours 1.00 80.00
Granular 30.00 Hours 1.00 30.00
1861 CMT Trip Charge 65.00 Each 40.00 $2,600.00
207 Compaction Testing - Nuclear 110.00 Hour 90.00 $9,900.00
217 Compaction Testing - DCP 20.00 Hour 90.00 $1,800.00
1318 Moisture Density Relationship (Standard), per sample 40.00 Each 200.00 $8,000.00
1228 Topsoil Testing with nutrients, per sample 5.00 Each 390.00 $1,950.00
1162 Sieve Analysis with 200 wash, per sample 40.00 Each 150.00 $6,000.00
1230 Geotechnical Evaluation Allowance 1.00 Each 5,000.00 $5,000.00
Activity 1.2 Concrete Testing $25,310.00
1364 Compressive strength of concrete cylinders (ASTM C 39), each 460.00 Each 36.00 $16,560.00
Work Activity Detail Qty Units Hrs/Unit Extension
Cylinders for Sets 110.00 Sets 4.00 440.00
Field Cure Cylinders 20.00 Cylinders 1.00 20.00
1861 CMT Trip Charge 50.00 Each 40.00 $2,000.00
261 Concrete Testing 50.00 Hour 90.00 $4,500.00
278 Concrete Cylinder Pick up 25.00 Hour 90.00 $2,250.00
Activity 1.3 Pavement Testing $33,090.00
2689 MnDOT Asphalt Verification, per sample 20.00 Each 740.00 $14,800.00
209 Sample pick-up 60.00 Hour 90.00 $5,400.00
Work Activity Detail Qty Units Hrs/Unit Extension
Verification Samples 40.00 Hours 1.00 40.00
Core Samples 20.00 Hours 1.00 20.00
1861 CMT Trip Charge 45.00 Each 40.00 $1,800.00
Work Activity Detail Qty Units Hrs/Unit Extension
Verification Samples 20.00 Trips 1.00 20.00
Core Samples 5.00 Trips 1.00 5.00
Roll Pattern 20.00 Trips 1.00 20.00
207 Compaction Testing - Nuclear 40.00 Hour 90.00 $3,600.00
1308 Nuclear moisture-density meter charge, per hour 40.00 Each 26.00 $1,040.00
1542 Thickness and Density of Bituminous Core 25.00 Each 58.00 $1,450.00
1230 Pavement Evaluation Allowance 1.00 Each 5,000.00 $5,000.00
Activity 1.4 Project Management and Review $16,200.00
226 Project Manager 30.00 Hour 170.00 $5,100.00
138 Project Assistant 90.00 Hour 90.00 $8,100.00
Page 1 of 201/19/2024 10:34 AM
Project Proposal
QTB190390
Chanhassen - Galpin Boulevard Improvements SAP 194-115-004
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
Proposal Total:$112,710.00
228 Senior Project Manager Hour 200.00 $.00
1230 Evaluation, Reporting, & Analysis Documentation - Billed as Codes
138, 226, and 228
1.00 Each 3,000.00 $3,000.00
Phase 1 Total:$112,710.00
Page 2 of 201/19/2024 10:34 AM
Project Proposal
QTB190390
Chanhassen - Galpin Boulevard Improvements SAP 194-115-004
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
$4,640 Activity 1.3, code 207 (hours)
and 1308 (nuke gauge)
12A MnDOT Gyratory Bituminous Mix Properties Verification
Testing & Rice Testing EA 20
16 Geotechnical and Pavement Evaluation Allowance Allowance 1 $10,000 $10,000 Activities 1.1 and 1.3, will be
billed as Time & Materials
Activity 1.3, code 1861
Activity 1.4, billed as codes 138,
226, and 228
14C
$3,600 Activity 1.3, code 209
12C Bituminous Verification Sample Pickup Trip Charge
$740 $14,800 Activity 1.3, code 2689, Lab Test
Unit Charge Only
$40 $200
Bituminous Compaction and Maximum Density Testing
(Cores)EA 25 $58
Bituminous Compaction and Maximum Density Testing Trip
Charge EA 5
$800 Activity 1.3, code 1861
$800 Activity 1.3, code 1861
13A Roll Pattern Testing Hours HR 40
Activity 1.1, code 1162, Lab Test
Unit Charge Only
DCP Testing billed only per hour,
no unit cost
Activity 1.2, 4 cylinders per Set,
code 1364 per cylinder
Activity 1.2, code 1861
Activity 1.2, code 1364
Activity 1.2, code 261
Activity 1.2, code 278
Activity 1.3, code 1542, Lab Test
Unit Charge Only
Activity 1.3, code 209
COMMENTS
Activity 1.4, code 226
Activity 1.4, code 138
Billed per hour of Density Gauge
Usage, code 1308
Billed per hour of Density Gauge
Usage, code 1308
Activity 1.1, code 1861
Activity 1.1, codes 207, 217, and
209
Activity 1.1, code 1318, Lab Test
Unit Charge Only
Activity 1.1, code 1228, Lab Test
Unit Charge Only
40 $150 $6,000
14B Bituminous Compaction and Maximum Density Testing
(Hours)HR 20 $90 $1,800
8 Gradation Sample and Testing EA
$112,710 TOTAL
15 Evaluation, Reporting, & Analysis Documentation LS 1 $3,000 $3,000
$1,450 14A
$2,250
ITEM NO. ITEM UNITS QUANTITY UNIT PRICE TOTAL PRICE
1B Project Administration HR 90 $90 $8,100
1A Project Management & Oversight HR 30 $170 $5,100
11B Cylinder Pick Up Hours HR 25 $90
EA 20 $40
13B Roll Pattern Testing Trip Charges EA 20 $40
12B Bituminous Verification Sample Pickup and Testing Hours HR 40 $90
$116
Proctor Sample & Testing (including Moisture Content) EA 40 $200
EA
$2,600
5 Soils & Granular Materials Testing Hours HR 130 $90
$8,000
$40
5 $390 $1,950 7 Topsoil Borrow Sample & Testing EA
2 Compaction Testing on Soils (Nuclear Density Test) EA 155 $13 $2,015
50 $40 $2,000
9 DCP Tests for Aggregate Base (Class 5) EA 60 $0 $0
10 Concrete Testing & Casting Cylinder Sets (Compressive
Strength, Curing, & Handling)EA 110 $144 $15,840
10A Concrete Testing and Cylinder Pickup Trip Charge
6
City Project No. PW 176 ‐ Galpin Boulevard Improvements ‐ SAP 194‐115‐004
$845
11A Concrete Testing Hours HR 50 $90 $4,500
3 Compaction Testing on Granular Materials (Nuclear Density
Test)EA 65 $13
$720 10B Concrete Testing & Casting Field‐Cured Cylinders
(Compressive Strength, Curing, & Handling)EA 20 $36
$11,700
4 Soils & Granular Materials Testing Trip Charge EA 65
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
.
THOMAS R. LOOSBROCK
Field Operations Coordinator
EDUCATION
B.S., Agricultural Systems Technology,
South Dakota State University
CERTIFICATIONS
International Code Council (ICC) Certified:
Reinforced Concrete Special Inspector
Structural Masonry Special Inspector
Prestressed Concrete Special Inspector
Soils Special Inspector
No. 1136593
American Concrete Institute (ACI)
Concrete Field Testing Technician Grade I
No. 00936257
MnDOT Certified:
Aggregate Production
Grading & Base Level I & II
Bituminous Street Level I
Bituminous Plant Inspection Level I
Concrete Field Level I & II
Concrete Plant Inspection Level I
Bridge Construction Level I & II
No. 07515
CERTIFICATIONS
40-Hour HAZWOPER Certification and Annual
Refresher Training
OSHA 29 CFR 1910.120
Hazmat Training
OSHA 29 CFR 1910.132
Personal Protective Equipment Training
OSHA 29 CFR 1910.134
Respiratory Protection Training
OSHA 29 CFR 1910.146
Confined Space Entry Training
Hazardous Materials Transportation
Radiation Safety
Mr. Loosbrock is a Field Operations Coordinator responsible for field scheduling;
general project management; soil excavation observations; soil density testing;
reinforced concrete observations & testing; reinforced masonry observations &
testing and pre-stressed concrete inspections. Tom is familiar with MnDOT
Specifications, and MnDOT’s Schedule of Materials Control and has been the lead
technician on many state-aid and federal projects throughout his career.
Tom was responsible for managing, performing field observations and testing
on the following projects and has more than 20 years of experience:
PROJECT EXPERIENCE
2023 City of Chanhassen Mill & Overlay Projects, Chanhassen, MN (Summer
2023 to Fall 2023)
2023 City of Chanhassen Pavement Rehabilitation Project, Chanhassen, MN
(Summer 2023)
2023 City of Chaska Street Reconstruction, Chaska, MN (Summer 2023)
2022 Lake Lucy Road Rehab Project, Chanhassen, MN (Summer 2022)
2022 City of Chanhassen Pavement Rehabilitation Project, Chanhassen, MN
(Summer 2022)
2022 City of Chanhassen Reconstruction, Chanhassen, MN (Summer 2022)
2022 City of Chaska Street Reconstruction, Chaska, MN (Summer 2022)
2021 City of Chanhassen Street Reconstruction, Chanhassen, MN (Summer
2021)
2021 City of Chaska Street Reconstruction, Chaska, MN (Summer 2021)
2020 City of Chanhassen Reconstruction, Chanhassen, MN (Summer 2020)
Creek Road Phase 1 & 2, Chaska, MN (Summer 2023 to Present)
2020 City of Chaska Street Reconstruction, Chaska, MN (Summer 2020)
2019 City of Chaska Street Reconstruction (Summer 2019)
City of Chanhassen Lake Drive Improvements, Chanhassen, MN (Summer 2019)
2018 City of Chaska Street Reconstruction (Summer 2018)
CSAH 83, Shakopee, MN (Summer 2016 to Fall 2017)
2016 City of Chanhassen Street Reconstruction, Chanhassen, MN (Summer
2016)
TH 5 Reconstruction, Waconia, MN (Summer 2015 to Spring 2016)
2015 City of Chaska Street Reconstruction, Chaska, MN (Summer 2015 to Fall
2015)
Vicksburg Lane Reconstruction, Plymouth, MN (Summer 2015 to Fall 2015)
2014 City of Chaska Street Reconstruction, Chaska, MN (Summer 2014 to Fall
2014)
2014 Minnewashta Shores & Bandimere Heights Reconstruction, Chanhassen,
MN (Summer 2014 to Fall 2014)
Lyman Blvd. Reconstruction, Chanhassen, MN (Summer 2014)
TH 101 Reconstruction, Chanhassen, MN (Spring 2013-Summer 2014)
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
*While employed by another firm.
JACOB D. COLLINS
Project Manager
EDUCATION
University of Minnesota – Civil Engineering
CERTIFICATIONS
PTI Level 2 Unbonded PT Inspector
ICC Structural Steel 1 Framing and Bolting
ICC Structural Steel 2 Welding
ICC Steel Reinforced Concrete
ICC Fireproofing
ICC Soils
ACI Field Technician 1
MnDOT Aggregate Production
MnDOT Concrete Field Tester
MnDOT Bituminous Street Inspector
MnDOT Bituminous Plant Tester
MnDOT Grading & Base Tester
Mr. Collins recently joined Braun Intertec in early 2022 as a project manager. Jacob
has more than 16 years of experience with special inspections and testing. He now
acts as a project manager for commercial and transportation projects. His
extensive on-site testing and special inspection experience related to concrete,
masonry, structural steel, fireproofing, soils as well as with MnDOT testing for
transportation will help any project as project manager. Jacob also assists
technicians on-site with training to help ensure the tests and observations are done
properly in accordance with the project at hand.
PROJECT EXPERIENCE
Chanhassen – 2023 City Pavement Rehabilitation – CP 23-01 – Chanhassen, MN
Chanhassen – 2023 Mill and Overlay Project – CP 23-04 – Chanhassen, MN
Chanhassen – 2022 Lake Lucy Road Rehabilitation – SAP 253-102-001 –
Chanhassen, MN
Chanhassen – 2022 City Pavement Rehabilitation – Chanhassen, MN
Cottage Grove – E Point Douglas and Jamaica Avenue – SAP 180-110-014,
Cottage Grove, MN (2023-Current)
City of Brooklyn Center – 2023 Street and Utility Improvements – CP 23-01, CP
23-02, and CP 23-03 – Brooklyn Center, MN (2023)
Cottage Grove 100th Street, 105th Street, & Ideal Avenue Improvements –
Cottage Grove, MN (2022-2023)
City of Maple Grove – Lakeview Knolls Site Pickleball – Maple Grove, MN (2023)
Cottage Grove – Low Zone Water Treatment Plant – Cottage Grove, MN (2023-
Current)
Farmington – 2022 Street and Utility Improvements – Farmington, MN (2022)
Robbinsdale Water System Improvements – Water Treatment Facility –
Robbinsdale, MN – (2020-2022) *
Northfield 2022 NW Area Mill and Overlay Project – Northfield, MN (2022)
Brooklyn Center – Woodbine Area Improvements / 53rd Avenue Mill & Overlay
– SAP 109-116-003, SAP 109113-002 – Brooklyn Center, MN (2022)
Edina Community Center 2022 Improvements – Edina, MN (2022)
City of Cottage Grove – Glacial Valley Park Improvements (2022-2023)
City of Carver – Ironwood Park Improvements – Carver, MN (2022-2023)
Carver Elementary 2022 Addition – Carver, MN (2022-2023)
St. Therese Senior Community – Corcoran, MN (2022-Current)
Cottage Grove – South District Street and Utility Improvements – Cottage
Grove, MN (2022-Current)
Preska Hall – Mankato State University – Mankato, MN (2011-2012) *
St. Cloud State University Integrated Science and Engineering Laboratory
Facility (ISELF) – St. Cloud, MN (2012-2013) *
Herb Brooks National Hockey Center – Entrance Expansion – St. Cloud, MN –
2012-2013) *
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
CHAD R. LUKKARILA, PE
Technical Leader, Senior Engineer
EDUCATION
M.S., Geological Engineering,
Michigan Technological University
B.S., Geological Engineering,
Michigan Technological University
PROFESSIONAL REGISTRATIONS
Professional Engineer:
CO No. 39627
HI No. 12626
IA No. 17520
ID No. 14385
LA No. 47648
MN No. 54438
MT No. 90197
NV No. 17539
OR No. 85341
TX No. 102998
WA No. 40848
WY No. 19938
CERTIFICATIONS
OSHA 40-hour Hazwoper
OSHA 8-hour Annual Refresher
Troxler Nuclear Gauge Safety Training
ERailSafe
UPRR/BNSF Contractor Safety Training
ACEC Washington Core Competencies for
Principals
ISEE Practical Blasting Fundamentals
Certification Programs, Levels 1 and 2
PROFESSIONAL AFFILIATIONS
American Society of Civil Engineers
(ASCE/GeoInstitute)
Minnesota Geotechnical Society (MGS)
Mr. Lukkarila has over 23 years of experience in geotechnical engineering. As a
senior engineer at Braun Intertec, Chad is responsible for developing and managing
subsurface exploration programs to develop geotechnical recommendations and
design parameters for municipal, transportation, water, energy, and commercial
projects.
Chad’s field experience includes coordination, supervision and performance of
subsurface exploration programs, in-situ testing, geologic mapping, construction
observation, and emergency response.
Chad has extensive engineering experience in the evaluation of shallow and deep
foundations, evaluation of soil slope stability and stabilization design, and
geotechnical project management.
SELECT PROJECT EXPERIENCE
Galpin Boulevard (MSAS 115) Improvements, City Project No. PW176B,
Chanhassen, MN – Geotechnical evaluation for a road widening and
improvements project including multiple modular block retaining walls,
roundabout, pedestrian trails, utilities, and numerous infiltration ponds.
CSAH26-63 Realignment, Dakota County, MN – Geotechnical evaluation for a
road widening and new road alignment including multiple retaining walls, box
culverts, and infiltration ponds.
TH169 Redefine – Elk River Project, Elk River, MN – Geotechnical evaluation for
the design and construction of TH169 through Elk River, MN including four
bridges, numerous retaining walls, and roadway section.
TH10/75 11th Street Underpass Project, Moorhead, MN – Geotechnical
evaluation for the design and construction of Th10/75, 11th Street which
includes two new bridges, multiple retaining walls, cut slopes, and roadway
section.
Eden Prairie Road, Eden Prairie, MN – Geotechnical evaluation and construction
field review for a new road alignment including big block retaining walls and
soil cut slopes.
Jordan Interchange Project, Jordan, MN – Geotechnical evaluation for a road
reconstruction project including numerous bridge crossings and retaining walls.
Pillsbury Bridge Replacement, Minneapolis, MN – Geotechnical evaluation for
the Pillsbury Avenue bridge over the Midtown Greenway including soil borings,
evaluation of shallow and deep foundations, associated wingwalls, and a
geotechnical evaluation report.
CSAH70 Gull River Crossing, East Gull Lake, MN – Geotechnical evaluation for a
new road alignment including a bridge crossing Gull River.
City of Carver 3rd Street West Bridge Replacement, Carver, MN – Geotechnical
evaluation for a bridge replacement project over Spring Creek including shallow
and deep foundation analyses, wingwalls, and roadway section.
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
*Multiple projects can be furnished upon request.
ANDREW M. VALERIUS
Account Leader, Senior Project Manager
EDUCATION
B.S., Technology Assessment and Management
St. Cloud State University
PROFESSIONAL CERTIFICATIONS
MnDOT Certified
Aggregate Production Level I
No. 13631
MnDOT Certified
Concrete Field Level I & II
No. 13631
MnDOT Certified
Grading and Base Level I & II
No. 13631
MnDOT Certified
Concrete Plant Level I
No. 13631
MnDOT Certified
Bituminous Plant Level I
No. 13631
MnDOT Certified
Bituminous Street Level I
No. 13631
Radiation Safety
49 CFR Part 172
Mr. Valerius is a senior project manager responsible for overseeing the quality
control and day-to-day operations of engineering technicians involved in roadway
and bridge projects, especially for state-aid and federally-funded projects. Andrew
has more than 18 years of experience and more specifcally has extensive
experience working with the Minnesota Department of Transportation’s (MnDOT)
Schedule of Materials Control and MnDOT’s Standard Specifications for
Construction. As a result of past work, he has a working relationship with MnDOT
staff and is able to get timely responses to questions and resolve issues to keep
projects on schedule. Internally, he helps lead the Braun Intertec transportation
construction materials testing group for the State of Minnesota. Andrew also helps
organize and presents at many educational sessions that focus on MnDOT’s
specifications and procedures. Andrew’s past experience providing field services,
such as soil density testing, concrete testing, bituminous and concrete batch plant
observations, and testing services has allowed him to gain the necessary knowledge
of field testing practices and practical site experience to perform his senior project
manager role at a high level and deliver quality results safely.
MUNICIPAL PROJECT EXPERIENCE
Andrew has worked on numerous municipal projects including many MnDOT state-
aid and federally funded projects while with Braun Intertec. He has provided
material testing oversight and review for the following cities:
City of Chanhassen, Chanhassen, MN- Oversaw the Construction Material
Testing for a number of City of Chanhassen’s state aid/federal projects since
2008. *
City of Chaska, Chaska, MN Oversaw the Construction Material Testing for
the City of Chaska’s state aid/federal projects since 2009. *
City of Bloomington, Bloomington, MN Oversaw the Construction Material
Testing for the City of Bloomington’s projects during the 2019, 2017, 2016,
2015, 2014, and 2011 construction season. * Also provided oversight of the
Normandale Boulevard Reconstruction Project and the Old Cedar Avenue
Roadway and Trail Improvement Project during the 2017 and 2018
Construction Seasons for the City of Bloomington.
City of Lakeville, Lakeville, MN — Oversaw the Construction Material Testing for
the City of Lakeville’s projects since 2009. *
City of Apple Valley, Apple Valley, MN — Oversaw the Construction Material
Testing for the City of Apple Valley’s projects since 2010. *
City of Edina, Edina, MN Oversaw the Construction Material Testing for the
City of Edina’s state aid/federal projects since 2009. *
City of Plymouth, Plymouth, MN Oversaw the Construction Material Testing
for various City of Plymouth’s state aid/ federal projects since 2009. *
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
CHARLES M. CADENHEAD, PE
Vice President, Principal Engineer
Mr. Cadenhead has more than 27 years of experience in the transportation industry and
more than 20 years of experience in delivering construction projects for state, county,
cities, and private clients. With every project Charles has been one of the primary
individuals entrusted with quality oversight and problem solving for all aspects. While
working for Minnesota Department of Transportation (MnDOT) his primary focus was
on the construction of infrastructure projects, however with his experience at Anoka
County and as a consultant he has been involved in both design and construction quality
management. At Anoka County he was involved as early as the right-of-way process and
used his expertise in construction to help manage risks associated with the design of
projects. Projects have been various in size from simple span bridges, street
reconstruction, mill and overlays to large design-build projects with over $200 million in
construction.
PROJECT EXPERIENCE
Braun Intertec – Principal Engineer, Transportation — Charles is a principal engineer
and vice president responsible for overseeing the transportation market sector at
Braun Intertec and provides oversight review of projects and day to day operations
of senior engineers and project managers. Charles’ vast experience working with
the MnDOT Schedule of Materials Control and MnDOT’s Standard Specifications for
Construction, and his experience in working with varying sizes of organizations
allow him to solve issues as they arise and find quick solutions for owners.
MnDOT, I-94 Design-Build, Maple Grove, MN — The expansion of I94 between
Maple Grove and Rogers is being completed as a Design-Build project. Charles is the
Quality Manager for the project responsible for oversite of the design and
construction activities for the contractor. MnDOT has a high level of quality
requirements in order to deliver their design-build projects and Charles has been
entrusted to make sure the requirements are met and carried out throughout the
project. Charles is the Braun Intertec’s principal project manager for the quality on
this project that is slated to be completed in the fall of 2021.
MnDOT, I-35W/4th Street Design-Build, Minneapolis, MN — This MnDOT project
incorporated the realignment of an overpass bridge, additional lane construction,
retaining walls and contaminated material removal management. Charles performed
the duties of contract administrator and consultant project manager for the entirety
of the project. This busy urban project necessitated tight time controls on the traffic
impacts on the interstate system and design modifications from the initial proposed
layout. Charles was heavily involved in the weekly construction meetings and helping
staff new to the design-build project delivery method.
Washington County, CSAH Reconstruct, Cottage Grove, MN — The intersections of
CSAH 19/20/22 in Cottage Grove were realigned to incorporate the construction of
a new roundabout and accommodate the construction of an overflow drainage
system for the South Washington Watershed District. Charles was the consultant
project manager for the construction inspection services used by Washington
County to augment in house staff during the construction of this new
infrastructure.
EDUCATION
MS, Infrastructure Systems Engineering
University of Minnesota- 2004
BSCE
University of Minnesota - 1993
REGISTRATIONS
Professional Engineer: #40416 Minnesota
YEARS OF EXPERIENCE: 27
DocuSign Envelope ID: BE634743-3613-48EC-A9BC-F6E39E2EE1D1
Certificate Of Completion
Envelope Id: BE634743361348ECA9BCF6E39E2EE1D1 Status: Completed
Subject: Complete with DocuSign: Chanhassen_QTB190390_RFP-PW176 CMT_RD2.pdf
Source Envelope:
Document Pages: 27 Signatures: 3 Envelope Originator:
Certificate Pages: 5 Initials: 0 Stacy Osen
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-06:00) Central Time (US & Canada)
PO Box 147
7700 Market Boulevard
Chanhassen, MN 55317
sosen@ci.chanhassen.mn.us
IP Address: 162.210.217.65
Record Tracking
Status: Original
2/28/2024 8:36:35 AM
Holder: Stacy Osen
sosen@ci.chanhassen.mn.us
Location: DocuSign
Security Appliance Status: Connected Pool: StateLocal
Storage Appliance Status: Connected Pool: City of Chanhassen Location: DocuSign
Signer Events Signature Timestamp
Charles Cadenhead
JaCollins@braunintertec.com
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 4.4.227.158
Sent: 2/28/2024 8:45:07 AM
Viewed: 2/28/2024 9:22:04 AM
Signed: 2/28/2024 10:02:44 AM
Electronic Record and Signature Disclosure:
Accepted: 2/28/2024 9:22:04 AM
ID: 096ac556-1511-4e82-82c5-d7b24102007e
Laurie Hokkanen
lhokkanen@ci.chanhassen.mn.us
City Manager
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 162.210.217.65
Sent: 2/28/2024 10:02:45 AM
Viewed: 2/28/2024 10:05:57 AM
Signed: 2/28/2024 10:06:52 AM
Electronic Record and Signature Disclosure:
Accepted: 2/28/2024 10:05:57 AM
ID: bda0a00d-c1ba-4df9-b179-d778940a2c01
Elise Ryan
eryan@ci.chanhassen.mn.us
Mayor
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 174.20.127.91
Signed using mobile
Sent: 2/28/2024 10:06:54 AM
Resent: 3/8/2024 8:30:53 AM
Viewed: 3/8/2024 8:50:04 AM
Signed: 3/8/2024 8:50:20 AM
Electronic Record and Signature Disclosure:
Accepted: 3/8/2024 8:50:04 AM
ID: f3204350-c10c-4fc9-aa03-5eda32514b53
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
Carbon Copy Events Status Timestamp
Erik Henricksen
ehenricksen@chahassenmn.gov
Security Level: Email, Account Authentication
(None)
Sent: 3/8/2024 8:50:21 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
George Bender
gbender@chanhassenmn.gov
Security Level: Email, Account Authentication
(None)
Sent: 3/8/2024 8:50:22 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Witness Events Signature Timestamp
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 2/28/2024 8:45:07 AM
Certified Delivered Security Checked 3/8/2024 8:50:04 AM
Signing Complete Security Checked 3/8/2024 8:50:20 AM
Completed Security Checked 3/8/2024 8:50:22 AM
Payment Events Status Timestamps
Electronic Record and Signature Disclosure
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
From time to time, City of Chanhassen (we, us or Company) may be required by law to provide
to you certain written notices or disclosures. Described below are the terms and conditions for
providing to you such notices and disclosures electronically through the DocuSign system.
Please read the information below carefully and thoroughly, and if you can access this
information electronically to your satisfaction and agree to this Electronic Record and Signature
Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to
use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign
system.
Getting paper copies
At any time, you may request from us a paper copy of any record provided or made available
electronically to you by us. You will have the ability to download and print documents we send
to you through the DocuSign system during and immediately after the signing session and, if you
elect to create a DocuSign account, you may access the documents for a limited period of time
(usually 30 days) after such documents are first sent to you. After such time, if you wish for us to
send you paper copies of any such documents from our office to you, you will be charged a
$0.00 per-page fee. You may request delivery of such paper copies from us by following the
procedure described below.
Withdrawing your consent
If you decide to receive notices and disclosures from us electronically, you may at any time
change your mind and tell us that thereafter you want to receive required notices and disclosures
only in paper format. How you must inform us of your decision to receive future notices and
disclosure in paper format and withdraw your consent to receive notices and disclosures
electronically is described below.
Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the
speed at which we can complete certain steps in transactions with you and delivering services to
you because we will need first to send the required notices or disclosures to you in paper format,
and then wait until we receive back from you your acknowledgment of your receipt of such
paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to
receive required notices and consents electronically from us or to sign electronically documents
from us.
All notices and disclosures will be sent to you electronically
Electronic Record and Signature Disclosure created on: 7/27/2021 8:54:03 AM
Parties agreed to: Charles Cadenhead, Laurie Hokkanen, Elise Ryan
Unless you tell us otherwise in accordance with the procedures described herein, we will provide
electronically to you through the DocuSign system all required notices, disclosures,
authorizations, acknowledgements, and other documents that are required to be provided or made
available to you during the course of our relationship with you. To reduce the chance of you
inadvertently not receiving any notice or disclosure, we prefer to provide all of the required
notices and disclosures to you by the same method and to the same address that you have given
us. Thus, you can receive all the disclosures and notices electronically or in paper format through
the paper mail delivery system. If you do not agree with this process, please let us know as
described below. Please also see the paragraph immediately above that describes the
consequences of your electing not to receive delivery of the notices and disclosures
electronically from us.
How to contact City of Chanhassen:
You may contact us to let us know of your changes as to how we may contact you electronically,
to request paper copies of certain information from us, and to withdraw your prior consent to
receive notices and disclosures electronically as follows:
To contact us by email send messages to: rrice@ci.chanhassen.mn.us
To advise City of Chanhassen of your new email address
To let us know of a change in your email address where we should send notices and disclosures
electronically to you, you must send an email message to us at rrice@ci.chanhassen.mn.us and in
the body of such request you must state: your previous email address, your new email
address. We do not require any other information from you to change your email address.
If you created a DocuSign account, you may update it with your new email address through your
account preferences.
To request paper copies from City of Chanhassen
To request delivery from us of paper copies of the notices and disclosures previously provided
by us to you electronically, you must send us an email to rrice@ci.chanhassen.mn.us and in the
body of such request you must state your email address, full name, mailing address, and
telephone number. We will bill you for any fees at that time, if any.
To withdraw your consent with City of Chanhassen
To inform us that you no longer wish to receive future notices and disclosures in electronic
format you may:
i. decline to sign a document from within your signing session, and on the subsequent page,
select the check-box indicating you wish to withdraw your consent, or you may;
ii. send us an email to rrice@ci.chanhassen.mn.us and in the body of such request you must state
your email, full name, mailing address, and telephone number. We do not need any other
information from you to withdraw consent.. The consequences of your withdrawing consent for
online documents will be that transactions may take a longer time to process..
Required hardware and software
The minimum system requirements for using the DocuSign system may change over time. The
current system requirements are found here: https://support.docusign.com/guides/signer-guide-
signing-system-requirements.
Acknowledging your access and consent to receive and sign documents electronically
To confirm to us that you can access this information electronically, which will be similar to
other electronic notices and disclosures that we will provide to you, please confirm that you have
read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for
your future reference and access; or (ii) that you are able to email this ERSD to an email address
where you will be able to print on paper or save it for your future reference and access. Further,
if you consent to receiving notices and disclosures exclusively in electronic format as described
herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before
clicking ‘CONTINUE’ within the DocuSign system.
By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm
that:
You can access and read this Electronic Record and Signature Disclosure; and
You can print on paper this Electronic Record and Signature Disclosure, or save or send
this Electronic Record and Disclosure to a location where you can print it, for future
reference and access; and
Until or unless you notify City of Chanhassen as described above, you consent to receive
exclusively through electronic means all notices, disclosures, authorizations,
acknowledgements, and other documents that are required to be provided or made
available to you by City of Chanhassen during the course of your relationship with City
of Chanhassen.