Loading...
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.