Loading...
07-14-2025 City Council Agenda and PacketA.5:00 P.M. - WORK SESSION Note: Unless otherwise noted, work sessions are held in the Fountain Conference Room in the lower level of City Hall and are open to the public. If the City Council does not complete the work session items in the time allotted, the remaining items will be considered after the regular agenda. Public comment is not allowed at the work session. A.1 Chanhassen Bluffs Community Center Workshop #3 A.2 West 78th Street (East) Clocktower Discussion A.3 Discuss Highway 5 Joint Powers Agreement and Pedestrian Underpass A.4 Future Work Session Schedule B.7:00 P.M. - CALL TO ORDER (Pledge of Allegiance) C.PUBLIC ANNOUNCEMENTS D.CONSENT AGENDA All items listed under the Consent Agenda are considered to be routine by the city council and will be considered as one motion. There will be no separate discussion of these items. If discussion is desired, that item will be removed from the Consent Agenda and considered separately. City council action is based on the staff recommendation for each item. Refer to the council packet for each staff report. D.1 Approve City Council Meeting Minutes dated June 23, 2025 D.2 Approve City Council Work Session Minutes dated June 23, 2025 D.3 Approve Claims Paid dated July 14, 2025 D.4 Approve Temporary Modification of the Licensed Premises to serve Beer in the Hackamore Brewing Company Parking Lot Area AGENDA CHANHASSEN CITY COUNCIL MONDAY, JULY 14, 2025 CITY COUNCIL CHAMBERS, 7700 MARKET BOULEVARD 1 D.5 Approve Contract with Jeff Martin Auctioneers D.6 Award Contract for Geotechnical Services for the 2026 City Pavement Rehabilitation Project (#26-01). D.7 Authorize Contract for Geotechnical Services for the Great Plains-Lake Drive East Rehabilitation Project (#26-02) D.8 Approve Contract for Annual Sanitary and Storm Sewer Televising D.9 Resolution 2025-XX: Authorize Contract for Engineering Design and Construction Services for the 2026 City Pavement Rehabilitation Project (26-01) E.VISITOR PRESENTATIONS Visitor Presentations requesting a response or action from the City Council must complete and submit the Citizen Action Request Form (see VISITOR GUIDELINES at the end of this agenda). E.1 McKenna Ewen Citizen Action Request F.FIRE DEPARTMENT/LAW ENFORCEMENT UPDATE G.PUBLIC HEARINGS H.GENERAL BUSINESS H.1 Ordinance XXX: Amending Chapter 10 Regulating Short-Term Rentals I.COUNCIL PRESENTATIONS J.ADMINISTRATIVE PRESENTATIONS K.CORRESPONDENCE DISCUSSION L.ADJOURNMENT GUIDELINES FOR VISITOR PRESENTATIONS Welcome to the Chanhassen City Council Meeting. In the interest of open communications, the Chanhassen City Council wishes to provide an opportunity for the public to address the City Council. That opportunity is provided at every regular City Council meeting during Visitor Presentations. Anyone seeking a response or action from the City Council following their presentation is required to complete and submit a Citizen Action Request Form. An online form is available at https://www.chanhassenmn.gov/action or paper forms are available in the city council chambers prior to the meeting. A total of thirty minutes is alloted for Visitor Presentations. Priority is given to Chanhassen residents. An additional thirty minutes may be provided after General Business items are complete at the discretion of the City Council. Anyone indicating a desire to speak during Visitor Presentations will be acknowledged by the 2 Mayor. When called upon to speak, state your name, address, and topic. All remarks shall be addressed to the City Council as a whole, not to any specific member(s) or to any person who is not a member of the City Council. If there are a number of individuals present to speak on the same topic, please designate a spokesperson that can summarize the issue. Limit your comments to five minutes. Additional time may be granted at the discretion of the Mayor. If you have written comments, provide a copy to the Council. Comments may also be emailed to the City Council at council@chanhassenmn.gov. During Visitor Presentations, the Council and staff listen to comments and will not engage in discussion. Council members or the City Manager may ask questions of you in order to gain a thorough understanding of your concern, suggestion or request. Please be aware that disrespectful comments or comments of a personal nature, directed at an individual either by name or inference, will not be allowed. Personnel concerns should be directed to the City Manager. Members of the City Council and some staff members may gather at Tequila Butcher, 590 West 79th Street in Chanhassen immediately after the meeting for a purely social event. All members of the public are welcome. 3 City Council Item July 14, 2025 Item Chanhassen Bluffs Community Center Workshop #3 File No.Item No: A.1 Agenda Section 5:00 P.M. - WORK SESSION Prepared By Laurie Hokkanen, City Manager Reviewed By SUGGESTED ACTION Discussion Motion Type N/A Strategic Priority Development & Redevelopment SUMMARY Representatives from the project team will join the City Council to provide an update on site planning, floorplans, and cost estimating. BACKGROUND Since voters approved funding for the Chanhassen Bluffs Community Center last November, significant progress has been made to bring this project to life: Design Team Selected In March, the Chanhassen City Council approved a Letter of Intent and later a formal contract with architectural firm BKV Group, following a competitive interview process. BKV will lead the design of the new community center. Additionally, the Council brought on The Sports Facilities Companies to assist with venue planning and financial modeling. 4 Tours and Early Design Discussions To help shape the vision for our facility, Council and staff toured several nearby community centers in April. On May 5, they met with BKV to discuss takeaways and review early concepts for the site. Site Secured On May 5, the City Council approved the acquisition of 13.1 acres at Powers Boulevard and Highway 212 for the future community center. The site also includes a 1.8-acre stormwater pond donated at no cost. Construction is anticipated to begin in spring 2026. We remain committed to keeping residents informed and involved throughout the design and construction phases. You can send your ideas and feedback by emailing feedback@chanhassenmn.gov. In addition, we will soon share public opportunities for you to add your input. Visit the project page to subscribe to this newsletter by clicking here and selecting “Chanhassen Bluffs Community Center” under the Projects category. DISCUSSION BUDGET RECOMMENDATION ATTACHMENTS Chan Bluffs Council Presentation 5 CHANHASSEN BLUFFS COMMUNITY CENTER City Council Work Session July 14, 2025 6 PROJECT PILLARS CHANHASSEN BLUFFS COMMUNITY CENTER 7 Community Focused Mixed -use Destination Fitness & Wellness Connection to Nature PROJECT PILLARS Every age. Every Stage. 8 PROJECT SCHEDULE CHANHASSEN BLUFFS COMMUNITY CENTER 9 CHANHASSEN BLUFFS COMMUNITY CENTER |BKV GROUP TECHNICAL DESIGN AND DOCUMENTATION PLANNING & VISIONING COLLABORATION •QUALITY ASSURANCE •COST CONTROL •SCHEDULE MANAGMENT SCHEMATIC DESIGN DESIGN DEVELOPMENT CONSTRUCTION DOCUMENTS CONSTRUCTION ADMIN EXECUTION REFINED DESIGN FUNCTION & OPERATIONS MEETS FORM & EXPERIENCE DISCOVER YOUR STORY & PLAN FOR THE FUTURE PROJECT SCHEDULE WE ARE HERE 10 COST ESTIMATE CHANHASSEN BLUFFS COMMUNITY CENTER 11 CHANHASSEN BLUFFS COMMUNITY CENTER |BKV GROUP STAFF RECOMMENDED VALUE ENGINEERING 1.Refinements to roof design / slopes 2.Refinements to exterior finishes / wall assemblies / glazing 3.Site retaining wall material change 4.Reduction in interior finishes cost 5.Reprogram restaurant space for community room function resulting in space savings 6.Reductions in overall building square footage at select areas 7.Adjustment to ice plant refrigerant type 8.Omit outdoor terrace at walking track 9.Refined HVAC systems & ductwork 10.Reduction in emergency generator size 11.Reduction in mezzanine at ice rinks 12.Refinements to FF&E and AV systems Total Applied Value Engineering: ($12,525,467) Total Project Estimate: $105,906,152 Resulting Project Estimate: $93,380,685 12 CHANHASSEN BLUFFS COMMUNITY CENTER |BKV GROUP ADDITIONAL VALUE ENGINEERING CONSIDERATIONS Option No. 1: Remove smaller ice rink; while including provisions for a future addition (Staff & Consultant Team Recommended) Estimated Value: ($12,224,269) Option No. 2: Remove outdoor terrace at restaurant/ community room Estimated Value: ($217,860) Option No. 3: Remove turf portion of building at field house Estimated Value: ($6,015,095) Total Project Estimate: $105,906,152 Total Value Engineering including Option No. 1: ($24,749,736) Resulting Project Estimate: $81,156,416 13 CHANHASSEN BLUFFS COMMUNITY CENTER |BKV GROUP FACILITY UPDATES -FINANCIAL IMPACT Removal of Ice Rink •Decreases number of Tournaments, F&B Revenue, and Program Registration •Reduces facility size, lowers facility and operational costs Turf Space Consolidation •Reduce turf space to 7,200 sf to maintain ability for sports performance training, creates additional revenue driver and added membership fitness value Community Room Expansion •Increase space from 2,800 sf to 4,950 sf allows for room rentals for small group meetings, leading to increase in revenue of $90k annually Financial Performance Summary •Strong model that serves the community and meets the goals of sustainability •Operationally self sustaining by full maturity 14 CURRENT FLOOR PLANS CHANHASSEN BLUFFS COMMUNITY CENTER 15 SITE PLAN CH AN H AS S EN B L U F F S CO M M U N I T Y CE N T E R A P P R O X . 5 5 0 S T A L L S F U T U R E D E V E L O P M E N T 16 REVISED | LOWER -LEVEL FLOOR PLAN 17 REVISED | UPPER -LEVEL FLOOR PLAN 18 FIELD HOUSE 44,000SF SERVICE/RECEIVINGSTAIRBENCHES UP UP UPUP UPUP UP TROPHY BENCHES LOCKERS 5012 SF FITNESS TRAINING 6 6488 SF LOBBY 11 SIMULATOR 13 460 SF 583 SF 15 OFFICE EQUIPMENT 16 167 SF SERVICE / RECEIVING 18 756 SF TRASH 19 258 SF TRAINING 21 676 SF LOCKER 34 388 SF LOCKER 31 388 SF LOCKER 29 388 SF LOCKER 26 386 SF LOCKER 24 388 SF LOCKER 23 388 SF JV 33 371 SF WET 32 392 SF WET 25 392 SF JV 22 387 SF VARSITY 30 392 SF VARSITY 27 392 SF COACH 35 227 SF PLAYER FLEX 36 262 SF COACH 37 212 SF PLAYER FLEX 38 286 SF 143 SF BROOMS / MOPS MAINT. 39 389 SF LOCKER 40 189 SF REF 41124SF STORAGE 42 EVENT EQUIP. 43 1122 SF 282 SF MAIN.EQUIP. 44 2000 SF ICE PLANT 45 295 SF PLAYER FLEX 46 216 SF COACH 47 320 SF STORAGE 48 216 SF COACH 49 292 SF PLAYER FLEX 50 402 SF LOCKER 51402SF JV 52 402 SF WET 53 402 SF VARSITY 54 402 SF VARSITY 55 402 SF WET 56 402 SF JV 57 402 SF LOCKER 58 845 SF PARTIAL MAIIN.EQUP 59 508 SF STAKE RENTAL 60 1029 SF MEDICAL PARTNER 61 STORAGE 62 319 SF 281 SF SKATE STORAGE 63 DANCE / AEROBICS 9 2255 SFSTOR.1220 SF 21751 SF Room 97 RINK2 RINK1 965 SF PRIVATE CHANGING 107 722 SF CHANGING 110 SERVICE / RECEIVING 111 640 SF 2598 SF MEP 114 168 SF MEN'S 117 168 SF WOMEN'S 118 88 SF ELEV.SERVICE 120 CORRIDOR MEN'S 121 212 SF 212 SF WOMEN'S 122 ELEVATOR 123 203 SF528SF THE HUB 124 REF 125 207 SF 1010 SF STORAGE 126 302 SF STAIR 133 1328 SF ZAMBONI 134 1625 SF MECH 132 422 SF STAGE EQUIP. 135 LOOSE ATHLETIC EQUIP. 136 1088 SF 377 SF HOCKEY EQUIP. 138 PREVIOUS | LOWER -LEVEL FLOOR PLAN (FOR REFERENCE) 19 DN DN DN DN DN INDOOR PLAYGROUND 91 3867 SF PARTY ROOM 79 309 SF PARTY ROOM 80 277 SF WALKING TRACK 96 11166 SF MEN'S 78 436 SF CONCESSION 102 471 SF SUPPORT 101 325 SF OFFICE 100 137 SF OFFICE 99 140 SF ELEVATOR 93 223 SF 288 SF VEST. 103 COMMUNITY ROOM 75 3969 SF MEN'S 73 322 SF WOMEN'S 65 321 SF ELEV 95 104 SF CORRIDOR 83 293 SF VIEWING BOX 109 255 SF VIEWING BOX 66 251 SF VIEWING BOX 67 280 SFVIEWINGBOX 108 339 SF VIEWING BOX 69 338 SF VIEWING BOX 70 328 SF RESTAURANT 129 4104 SF LOBBY 131 11111 SF WOMEN'S 77 483 SF KITCHEN 81 749 SFBAR 82 239 SF FIELD HOUSE 44,000SF RINK 2 RINK 1 WELCOME 139 166 SF SUPPORT 90 197 SF FMLY RR 140 75 SF FMLY RR 141 101 SF VEST. 142 126 SF PREVIOUS | UPPER -LEVEL FLOOR PLA N (FOR REFERENCE) 20 CONCEPTUAL RENDERINGS CHANHASSEN BLUFFS COMMUNITY CENTER 21 Chanhassen City |Chan Bluffs |BKV GROUP |21 EXTERIOR VISIONING RENDERING 22 Chanhassen City |Chan Bluffs |BKV GROUP |21 EXTERIOR VISIONING RENDERING 23 Chanhassen City |Chan Bluffs |BKV GROUP |25 EXTERIOR VISIONING RENDERING 24 Chanhassen City |Chan Bluffs |BKV GROUP |20 25 Chanhassen City |Chan Bluffs |BKV GROUP |22 EXTERIOR VISIONING RENDERING 26 Chanhassen City |Chan Bluffs |BKV GROUP |22 EXTERIOR VISIONING RENDERING 27 Chanhassen City |Chan Bluffs |BKV GROUP |13 28 Chanhassen City |Chan Bluffs |BKV GROUP |13 29 Chanhassen City |Chan Bluffs |BKV GROUP |13 30 Chanhassen City |Chan Bluffs |BKV GROUP |13 31 Chanhassen City |Chan Bluffs |BKV GROUP |13 32 NEXT STEPS CHANHASSEN BLUFFS COMMUNITY CENTER 33 CHANHASSEN BLUFFS COMMUNITY CENTER |BKV GROUP NEXT STEPS •Confirm Value Engineering Option(s) Selected To Align Project Scope Within The Established Budget •Early August -60% Schematic Design Owner Review Package •Geotechnical Report -To Be Scheduled •Schematic Design Cost Estimate -End of August •Identify Community Engagement Opportunities •Council Work Session Mid -September 34 THANK YOU 35 City Council Item July 14, 2025 Item West 78th Street (East) Clocktower Discussion File No.Item No: A.2 Agenda Section 5:00 P.M. - WORK SESSION Prepared By Jerry Ruegemer, Park and Recreation Director Reviewed By SUGGESTED ACTION Discuss needed repairs and future function. Motion Type N/A Strategic Priority N/A SUMMARY The existing clock tower on the east side of town (located by Colonial Square) was originally constructed in 1988 as part of the overall downtown Chanhassen redevelopment plan. Over time, the structure has aged with ongoing maintenance, specifically with the clocks located on four sides of the clock tower. The technology is aging, and mechanical failure for the clocks is routine, causing them to often not function. With the new clock tower being built as part of our new city hall, now is the perfect time to discuss the future of our existing clock tower. Should the city continue to repair and maintain the four clocks, or should the city consider removing the clocks/structure, as the new city hall clock is nearing completion? While the clock tower may hold some historical value, its clock functionality is limited and costs to repair are increasing annually. Staff look forward to discussing the options and future of the clock tower located on the east side of town. 36 BACKGROUND DISCUSSION BUDGET RECOMMENDATION ATTACHMENTS 37 City Council Item July 14, 2025 Item Discuss Highway 5 Joint Powers Agreement and Pedestrian Underpass File No.ENG 25-03 Item No: A.3 Agenda Section 5:00 P.M. - WORK SESSION Prepared By Charlie Howley, Director of Public Works/City Engineer Reviewed By Matt Unmacht SUGGESTED ACTION N/A Motion Type N/A Strategic Priority Communications SUMMARY This is a follow up to the work session discussion on May 19, 2025. BACKGROUND N/A DISCUSSION The Highway 5 Improvement Project is close to going out for bids. The project is fully funded, and outside of the contemplated trail underpass of Highway 41 north of West 78th Street, the City of Chanhassen's cost share is $0. The underpass is technically a separate project from the main Highway 5 project, but it is intended to be done in conjunction with the larger project. The latest concept design and cost estimate for the underpass are attached. 38 The main decision point for the city is whether or not to proceed with the underpass, which has an estimated city cost share in the range of $800k and $1.1M. The inclusion of this separate underpass project would be rolled into the overall Joint Powers Agreement between the City and the County, which is scheduled to come back to the city for approval in the next few months. BUDGET N/A RECOMMENDATION N/A ATTACHMENTS TH 41 Underpass Concept (2025-07-07) TH 41 Underpass Concept Cost Estimate (2025-07-07) 39 ????UM30" R CP 18" RCP24" RCP MM M 18" RCP M M M U T 10152054154204 2 5 415420425 510500505bmi.tblH:\CACO\25X139354000\CAD\ORD\CAC0-25X139354000\Layouts\cd1008XXX_lo1.dgn9:47:08 AMpdf-color.pltcfgalexanderre7/2/2025PRELIMINARY LAYOUT TH 41 UNDERPASS 100 SCALE IN FEET PROPOSED BRIDGE/BOX CULVERT 14'X10' BOX CULVERT A/L W 78TH ST EB A/L W 78TH ST WB A/L TH 41 TRAIL UNDERPASS 10' TRAIL1 0 ' T RAIL 10' TRAILA/L TH 41 TRAIL A/L TH 41 NB A/L TH 41 SB 75'R20'R20'R 7 5'R700 ' R 7 5'R965 9 7 0 975 980 985 990 995 1000975 9 8 0 9 7 0 970 975 9 8 0 9 8 5 9 9 0 99099510001000 1005 1010 1010 990 9951000 9 7 5980 970975960965965 LAYOUT LEGEND PED/BIKE PATH EXISTING RIGHT OF WAY PARCEL LINES BOULEVARD/GRASS AREA CONSTRUCTION (BY OTHERS) CONSTRUCTION LIMITS 1:2.5 1:4 1 :4 1:2.5 1:2.5 1:2.51:41.6 %2.4% 2.0 %4.8%4.8%4.8%97598098599 0975 980 980 985 990980985990 9959951000100510009953.3%3.3%2.1%6.1%2.7%5%4 %40 CLEARING & GRUBBING ACRE 1.3 12,000.00$ 15,600$ EXCAVATION / EMBANKMENT CY 19,000 15.00$ 285,000$ AGGREGATE BASE (CV) CLASS 5 CY 200 40.00$ 8,000$ WEARING COURSE MIXTURE TON 200 95.00$ 19,000$ VINYL COATED BLACK CHAIN LINK FENCING LF 200 150.00$ 30,000$ DRAINAGE LS 1 100,000.00$ 100,000$ CITY WATERMAIN RELOCATION LS 1 50,000.00$ 50,000$ LIGHTING LS 1 30,000.00$ 30,000$ Subtotal 538,000$ 14' x 10' Box Culvert LF 120 4,100.00$ 492,000$ CIP Wing Walls EA 4 70,000.00$ 280,000$ Subtotal Structural 772,000$ All Major Construction Subtotal 1,310,000$ MOBILIZATION of all major 65,500$ CONTINGENCY FOR UNKNOWNS OR MISC. ITEMS of all major 262,000$ Subtotal 328,000$ 1,638,000$ Project Development Fees (Per Contract) 370,565$ 147,420$ 2,155,985$ 50% 1,080,000$ Notes: 1) Upgrading retaining walls, ornamental railing, or other aesthetic treatments will increase cost. This estimate assumes same treatments as the proposed underpass east of TH 41. 2) Contingency is for unknowns or miscellaneous items that are not itemized in the estimate (removals, alternate pedestrian route, turf, erosion, etc.) 3) Estimate assumes no traffic control needs/costs. Construction planned to occur when TH 41 is closed. 4) Estimate assumes stand-alone estimate and no economies the agency may get if the main project's contractor agressively bid on this. 20% Construction Cost ( Dollars) Total Cost ( Dollars) Construction Engineering Fees (9% of Construction) Concept Level Cost Estimate 14' x 10' Box Culvert TH 41 Underpass and Trail 7/7/2025 5% Item Unit PRECENTAGE ITEMS Total Qty Unit Price Total Cost MAJOR ITEMS STRUCTURAL ITEMS 41 City Council Item July 14, 2025 Item Future Work Session Schedule File No.Item No: A.4 Agenda Section 5:00 P.M. - WORK SESSION Prepared By Laurie Hokkanen, City Manager Reviewed By Laurie Hokkanen SUGGESTED ACTION N/A Motion Type N/A Strategic Priority N/A SUMMARY The City Council is tentatively scheduled to hold the following work sessions: July 28, 2025 Hwy 5 discussion (Pedestrian underpass at Hwy 41) Commercial Vehicle Parking City Council Roundtable 2026 Budget items August 11, 2025 Budget and Levy workshop #2 Pending items: Sign Code updates Chanhassen Bluffs Community Center planning workshops 42 Elections Pleasantview Rd. project planning BACKGROUND Staff or the City Council may suggest topics for work sessions. Dates are tentative until the meeting agenda is published. Work sessions are typically held at 5:30 p.m. in conjunction with the regular City Council meeting, but may be scheduled for other times as needed. DISCUSSION BUDGET RECOMMENDATION ATTACHMENTS 43 City Council Item July 14, 2025 Item Approve City Council Meeting Minutes dated June 23, 2025 File No.Item No: D.1 Agenda Section CONSENT AGENDA Prepared By Jenny Potter, City Clerk Reviewed By SUGGESTED ACTION "The Chanhassen City Council approves the City Council Meeting minutes dated June 23, 2025." Motion Type Simple Majority Vote of members present Strategic Priority N/A SUMMARY BACKGROUND DISCUSSION BUDGET RECOMMENDATION Staff recommends that the Chanhassen City Council approves the City Council Meeting minutes dated June 23, 2025. 44 ATTACHMENTS City Council Meeting Minutes dated June 23, 2025 45 CHANHASSEN CITY COUNCIL REGULAR MEETING MINUTES JUNE 23, 2025 Mayor Ryan called the meeting to order at 7:00 p.m. The meeting was opened with the Pledge of Allegiance. COUNCIL MEMBERS PRESENT: Mayor Ryan, Councilmember McDonald, Councilmember von Oven, and Councilmember Kimber COUNCIL MEMBERS ABSENT: Councilmember Schubert STAFF PRESENT: Laurie Hokkanen, City Manager; Matt Unmacht, Assistant City Manager; Charlie Howley, Public Works Director/City Engineer; Jerry Ruegemer, Parks and Recreation Director; Patrick Gavin, Communications Manager; Breanne Rothstein, Planning Consultant; Rachel Arsenault, Associate Planner; Kelly Grinnell, Finance Director; Samantha DiMaggio, Economic Development Manager; and Jenny Potter, City Clerk PUBLIC PRESENT: Jacquel Hajder, Inland Development Partners Theo Grothe, ESG Architecture PUBLIC ANNOUNCEMENTS: 1. Moment of Silence in Honor of Melissa and Mark Hortman Mayor Ryan extended the city’s deepest condolences to the families impacted by the tragic events that occurred last week. 2. Invitation to the Annual 4th of July Celebration Mayor Ryan invited all to the 42nd Annual 4th of July Celebration on July 2-4, 2025, at City Center Park and Lake Ann Park and discussed highlights for the celebration that can be found on the city website. 3. Xfinity Sponsorship Recognition Mayor Ryan recognized Xfinity for their generous support of the 4th of July Celebration and discussed the brand new Movie in the Park event on July 1, 2025, that Xfinity will be hosting. 46 City Council Minutes – June 23, 2025 2 CONSENT AGENDA: Councilmember McDonald moved, Councilmember von Oven seconded that the City Council approve the following consent agenda items 1 through 9 pursuant to the City Manager’s recommendations: 1. Approve City Council Meeting Minutes dated June 9, 2025 2. Approve City Council Work Session Minutes dated June 9, 2025 3. Receive Economic Development Commission Minutes dated April 8, 2025 4. Approve Claims Paid dated June 23, 2025 5. Fire Station Needs Study 6. Amendment to existing Easement Agreement and Construction License between Chanhassen and the University of Minnesota related to the Crimson Bay Road Improvement project 7. Approve a Massage Therapy Business License for Spalon Montage – New Manager 8. Appointment to the Commission on Aging 9. Approve a $75,000 grant to Carver County CDA to acquire and rehab 6721 Hopi Road 10. Award design contract for the 2026 Lake Drive Rehabilitation Project 11. Approve an Encroachment Agreement between the City of Chanhassen and the property owner at 9101 River Rock Drive North 12. Approve an Encroachment Agreement and Access Easement and Parking Agreement between the City of Chanhassen and the property owner at 225 79th Street West 13. Resolution 2025-49: Authorizing Continued Participation in the Office of State Auditor (OSA) Performance Measurement Program 14. Resolution 2025-50: Accept a $15,000 Donation from Xfinity 15. Resolution 2025-51: Abandoning condemnation related to Highway 41 MMSW Roundabout Project All voted in favor, and the motion carried unanimously with a vote of 4 to 0. VISITOR PRESENTATIONS. None. FIRE DEPARTMENT/LAW ENFORCEMENT UPDATES. None. 47 City Council Minutes – June 23, 2025 3 PUBLIC HEARINGS. 1. Resolution #2025-52, Approving the Right-of-Way, Drainage and Utility Easement Vacations necessary for the new Pleasant View Pointe Plat Charlie Howley, Public Works Director/City Engineer, explained the background information on the request, including the existing easements and ROW on the property, Pleasant View Pointe Plat, Plat status, and discussed the requirement for this Public Hearing. Mayor Ryan opened the public hearing. There were no public comments. Mayor Ryan closed the public hearing. Councilmember von Oven moved, Councilmember Kimber seconded that the Chanhassen City Council approve the request for the Right-of-Way, Drainage and Utility Easement Vacations necessary for the new Pleasant View Pointe Plat. All voted in favor, and the motion carried unanimously with a vote of 4 to 0. GENERAL BUSINESS. 1. Consider Avienda Apartments Preliminary Plan and Site Plan Review (Planning Case 25-08) Rachel Arsenault, Associate Planner, explained that the applicant is proposing the subdivision of a 35.34-acre property to plat an 11-acre lot for the construction of a 412-unit multi-family apartment building. She presented the Avienda Apartments, including information regarding location, communications thus far, Avienda PUD, subdivision review, site plan review, staff findings, planting schedule, stormwater management, parking requirements for the project, architecture for floor plan and courtyard, architectural elevations, renderings of the project, Avienda Design guidelines, and proposed materials for the project. Jacquel Hajder, Inland Development Partners stated that they are excited to be a part of the Avienda development project and are open to any questions. Mayor Ryan asked if every unit has a balcony, even the interior of the courtyard. Ms. Hajder stated that every unit will have a balcony unless it faces the clubhouse or is limited in depth. She also added that any ground-level units have a patio. Mayor Ryan asked about the color palette for the project. Ms. Hajder stated that they have a variety of materials, including wood, stone, and decorative precast, and presented to the Council the proposed materials. 48 City Council Minutes – June 23, 2025 4 Ms. Hajder discussed their landscape plan and the proposed trees to soften the aesthetic of the western elevation. Mayor Ryan asked how they can ensure that the latest design will not be a wet/dry pond. Mr. Howley stated that this project has to come up with a stormwater solution that meets the existing watershed district and the Master Stormwater Permit. He stated that from their understanding, the Avienda apartment has a stormwater plan that does work, but should a revised concept come before the city for consideration, it would have to match the existing permits. Mayor Ryan clarified that the approval tonight goes to the far East stormwater pond. Mr. Howley stated that it is correct. Councilmember Kimber moved, Councilmember McDonald seconded that the Chanhassen City Council approves the requested preliminary plat and site plan review for Avienda Apartments subject to the conditions of approval and adopts the attached Findings of Fact and Decision. All voted in favor, and the motion carried unanimously with a vote of 4 to 0. COUNCIL PRESENTATIONS. None. ADMINISTRATIVE PRESENTATIONS. 1. Receive Commission on Aging Annual Report Mayor Ryan thanked Mary Blazanin for all the work on projects, programs, recruiting, etc that she does for the Seniors and the city. CORRESPONDENCE DISCUSSION. 1. Carver County CDA Down Payment and Closing Cost Assistance Program ADJOURNMENT. Councilmember von Oven moved, Councilmember Kimber seconded to adjourn the meeting. All voted in favor, and the motion carried unanimously with a vote of 4 to 0. The City Council meeting was adjourned at 7:39 p.m. Submitted by Laurie Hokkanen City Manager Prepared by Jenny Potter City Clerk 49 City Council Item July 14, 2025 Item Approve City Council Work Session Minutes dated June 23, 2025 File No.Item No: D.2 Agenda Section CONSENT AGENDA Prepared By Jenny Potter, City Clerk Reviewed By SUGGESTED ACTION "The Chanhassen City Council approves the City Council Work Session Minutes dated June 23, 2025." Motion Type Simple Majority Vote of members present Strategic Priority N/A SUMMARY BACKGROUND DISCUSSION BUDGET RECOMMENDATION Staff recommends that the Chanhassen City Council approves the City Council Work Session minutes dated June 23, 2025. 50 ATTACHMENTS City Council Work Session Minutes dated June 23, 2025 51 1 CHANHASSEN CITY COUNCIL WORK SESSION MINUTES June 23, 2025 Mayor Ryan called the work session to order at 5:30 p.m. COUNCIL MEMBERS PRESENT: Mayor Ryan, Councilmember von Oven, Councilmember Kimber, Councilmember Schubert, Councilmember McDonald COUNCIL MEMBERS ABSENT: STAFF PRESENT: Laurie Hokkanen, City Manager; Matt Unmacht, Assistant City Manager; Charlie Howley, Public Works Director/City Engineer; Patrick Gavin, Communications Manager; Jerry Ruegemer, Parks Director; Breanne Rothstein, Planning Consultant; Rachel Arsenault, Associate Planner; Jenny Potter, City Clerk; Samantha DiMaggio, Economic Development Manager; Kelly Grinnell, Finance Director PUBLIC PRESENT: Faith Xiong, MnDOT Project Manager; Veronica Richfield, KLJ Engineering Project Manager; Josh McKinney, MeasureGroup; Ryan Sailer, Headwaters Development; Melodie Bridgeman, Carver County CDA Highway 7 Corridor Update Charlie Howley, Public Works Director/City Engineer, introduced Faith Xiong, MnDOT Project Manager, and Veronica Richfield, KLJ Engineering Project Manager, to give an overview of the Highway 7 Corridor Study. The study focuses on the 18-mile stretch between Hopkins Crossroad and the western Hennepin County line in St. Bonifacius. Prompted by a 2021–2022 road safety audit, the study aims to identify long-term transportation needs and explore improvement options for all users. Council members received an overview of the project’s progress, goals, and risks, particularly the challenge of aligning future improvements with an FY2029 MnDOT pavement project. Two leading alternatives for Segment 1 (St. Bonifacius to TH 41) were presented: a roundabout corridor with raised medians and intersection upgrades and an “improved intersections only” approach using a mix of designs like ¾ intersections, signalized RCIs and a Green T (a modified T-intersection that prioritizes mainline traffic flow while still allowing side-road access). Each alternative was evaluated for traffic flow, crash reduction, cost and pedestrian safety. Roundabouts, for example, showed strong safety benefits but raised concerns about travel distance and public acceptance. MnDOT is also evaluating options for a continuous bike/pedestrian trail along Segment 1, with a preliminary recommendation to offset the trail from the roadway where feasible. Segment 2 (TH 41 to I-494) focuses on safer pedestrian crossings, including potential grade separations near Minnetonka High School. Chanhassen City Council feedback will help shape MnDOT’s upcoming implementation plan and final recommendations, expected later this summer following additional public engagement. 52 City Council Work Session Minutes – June23, 2025 2 6440 Hazeltine Blvd Development Proposal Discussion Rachel Arsenault, Associate Planner, gave an overview of the 5.5-acre site where Headwaters Development is exploring the possibility of a multi-family residential project. The site is currently zoned Residential Single Family (RSF) but is guided for Residential Medium Density in the city’s 2040 Comprehensive Plan, which supports a net density of 4–8 units per acre. Rezoning would be required, with potential zoning districts including R-4 Mixed Low Density, RLM Residential Low & Medium Density, or R-8 Mixed Medium Density. The developer’s proposed concept includes 44 units, which aligns with the density range supported by the Comp Plan. Josh McKinney from MeasureGroup, and Ryan Sailer from Headwaters Development shared their initial thoughts and ambitions for the site, which is located near Lake Minnewashta and directly across Highway 41 from Minnetonka Middle School West. While no formal action was taken, the City Council emphasized that traffic flow and access management would need to be a major consideration as the concept moves forward. Discuss 75,000 grant to Carver County CDA to acquire and rehab 6721 Hopi Road The City Council discussed a funding request from the Carver County Community Development Agency (CDA) for $75,000 in Local Affordable Housing Aid (LAHA) to support the acquisition and rehabilitation of a single-family home at 6721 Hopi Road. The proposal represents a partnership between the city, Habitat for Humanity, the CDA, and private donors to establish Chanhassen’s first Community Land Trust (CLT) home. The 1926-built, three-bedroom home would undergo approximately $95,000 in renovations. With all funding sources secured—including $75,000 from the city—the home could be sold to a low-to-moderate-income household (earning at or below 80% of the Area Median Income) for $235,000, well below market value. The home would enter the Carver County CLT and remain affordable for at least 99 years through a ground lease. This was the first formal presentation of the project to the council. Melodie Bridgeman from the CDA attended to provide additional information and answer questions. Councilmembers voiced support for this project while also emphasizing the need to consider how future LAHA funds can be used strategically to expand housing affordability across a broader range of neighborhoods in Chanhassen. Excess ROW at Lyman Blvd and Hwy 101 Laurie Hokkanen, City Manager, gave information to the City Council regarding a potential acquisition of excess right-of-way (ROW) on the north side of Lyman Boulevard, west of Highway 101. Kraus-Anderson, who is the property owner of the Crossroads development immediately adjacent, has expressed interest in purchasing the excess ROW currently owned by 53 City Council Work Session Minutes – June23, 2025 3 Carver County to support the development of a specialty grocery store and accompanying parking at the Crossroads Shopping Center. Because Carver County can sell the land directly to the city, the process is more efficient if the city acts as the intermediary. Mayor Ryan recessed the work session at 6:54 P.M. Mayor Ryan reconvened the work session at 7:44 P.M. Councilmember Schubert was absent for this part of the Work Session. Preliminary 2026 Budget & Levy Discussion #1 The City Council held a work session to begin its first discussion of the City’s preliminary 2026 budget and property tax levy. This marks the beginning of the annual budgeting process, which will continue through the fall and culminate in final adoption in December. No formal action was taken, but staff sought early feedback from the City Council as departments begin preparing their detailed budget requests. Initial projections for the General Fund indicate an anticipated expenditure increase of 4–5%, primarily driven by labor-related costs. The preliminary budget includes a 3% cost-of-living adjustment for employees, a 3% step increase for eligible staff, and estimates a 15% increase in maximum health insurance premiums. The budget also accounts for new state mandates, including the implementation of the Minnesota Paid Leave Law, and results from the recent staffing study. Other notable cost drivers include a 6.1% increase in the Sheriff’s contract, $33,000 for the 2026 elections, and $10,000 for wildlife population management. The operating impact of the new City Hall and Senior Center is also being factored in; however, staff expects no overall cost increase. No major changes to other city service levels are expected. Looking ahead, the Council was reminded that the next work session on the budget will be held on August 11, 2025. At that point, staff will present a more detailed draft budget and levy based on department submissions and Council direction. Mayor Ryan adjourned the work session at 8:13 P.M. Submitted by Laurie Hokkanen City Manager Prepared by Jenny Potter City Clerk 54 City Council Item July 14, 2025 Item Approve Claims Paid dated July 14, 2025 File No.Item No: D.3 Agenda Section CONSENT AGENDA Prepared By Danielle Washburn, Assistant Finance Director Reviewed By Kelly Grinnell SUGGESTED ACTION "The Chanhassen City Council Approves Claims Paid dated July 14, 2025." Motion Type Simple Majority Vote of members present Strategic Priority Financial Sustainability SUMMARY BACKGROUND DISCUSSION The following claims are submitted for review and approval on July 14, 2025: Total Claims $5,665,494.95 BUDGET RECOMMENDATION 55 ATTACHMENTS Payment Summary Payment Detail 56 Accounts Payable Checks by Date - Summary Vendor Name Check Date Void Checks Check Amount ASSOC OF MINN VOLUNTEER FIREFIGHTERS BENEFIT 06/18/2025 0.00 1,463.00 Brainwave Tech Solutions Inc 06/18/2025 0.00 4,370.90 CARVER COUNTY LICENSE CENTER 06/18/2025 0.00 4,058.73 CENTERPOINT ENERGY MINNEGASCO 06/18/2025 0.00 2,702.49 D. Milton Owens 06/18/2025 0.00 600.00 ESQUIRE TITLE SERVICE LLC 06/18/2025 0.00 170.17 GREAT LAKES COCA-COLA DISTRIBUTION LLC 06/18/2025 0.00 1,472.79 Gregory Fast 06/18/2025 0.00 450.00 Matt Unmacht 06/18/2025 0.00 296.96 MCFOA 06/18/2025 0.00 95.00 Metronet Holdings, LLC 06/18/2025 0.00 116.35 MN DEPT OF HEALTH 06/18/2025 21,207.00 0.00 MN VALLEY ELECTRIC COOP 06/18/2025 0.00 261.20 NOVEL SOLAR THREE, LLC 06/18/2025 0.00 10,435.44 THOMAS & JEANNIE BENNETT 06/18/2025 0.00 15.39 XCEL ENERGY INC 06/18/2025 0.00 7,167.88 AMERICAN TEST CENTER 06/20/2025 0.00 3,396.00 ARAMARK Refreshment Services, LLC 06/20/2025 0.00 96.17 Boarman Kroos Vogel Group Inc 06/20/2025 0.00 15,486.98 Brett Thorn 06/20/2025 0.00 150.00 CAMPBELL KNUTSON 06/20/2025 0.00 19,399.40 CHAN-O-LAIRES 06/20/2025 0.00 100.00 Cheryl Thiele 06/20/2025 0.00 150.00 Cintas Corporation No. 2 06/20/2025 0.00 321.51 CITY OF CHASKA 06/20/2025 0.00 1,193.78 Curtis Hanson 06/20/2025 0.00 150.00 David Lepper 06/20/2025 0.00 150.00 Deirdre Doane 06/20/2025 0.00 150.00 DEM-CON LANDFILL 06/20/2025 0.00 2,082.58 ECM PUBLISHERS INC 06/20/2025 0.00 68.51 Engel Water Testing Inc 06/20/2025 0.00 1,160.00 EPIC EVENT RENTAL 06/20/2025 0.00 730.30 FACTORY MOTOR PARTS COMPANY 06/20/2025 0.00 543.40 Ferguson Enterprises, Inc. #1657 06/20/2025 0.00 127.98 Ferguson Waterworks #2518 06/20/2025 0.00 846.18 GOPHER STATE ONE-CALL INC 06/20/2025 0.00 1,479.60 Great Plains Fire 06/20/2025 0.00 322.76 HealthPartners, Inc. 06/20/2025 0.00 84,937.09 Indoor Landscapes Inc 06/20/2025 0.00 187.00 Jesse Naab 06/20/2025 0.00 150.00 Juli Al-Hilwani 06/20/2025 0.00 468.75 KAYE L BENSON 06/20/2025 0.00 588.00 KIMLEY HORN AND ASSOCIATES INC 06/20/2025 0.00 1,083.84 Lake States Evergreen Company, LLC 06/20/2025 0.00 188.21 Page 1 of 5 57 Vendor Name Check Date Void Checks Check Amount LEAGUE OF MN CITIES INS TRUST 06/20/2025 0.00 115,433.00 Lennar 06/20/2025 0.00 2,250.00 Lockridge Grindal Nauen P.L.L.P 06/20/2025 0.00 3,333.33 MERLINS ACE HARDWARE 06/20/2025 0.00 897.01 METROPOLITAN COUNCIL 06/20/2025 0.00 241,707.34 Midwest Aqua Care, Inc 06/20/2025 0.00 4,090.00 Minnesota Equipment 06/20/2025 0.00 258.50 MN DEPT OF LABOR AND INDUSTRY 06/20/2025 0.00 2,069.23 MN RECREATION & PARK ASSOC. 06/20/2025 0.00 175.00 NAPA AUTO & TRUCK PARTS 06/20/2025 0.00 223.45 NvoicePay 06/20/2025 0.00 702.90 OTTO ASSOCIATES 06/20/2025 0.00 1,033.25 Paul Scanlon 06/20/2025 0.00 150.00 Precision Driving Center 06/20/2025 0.00 1,359.00 Premium Waters, Inc 06/20/2025 0.00 51.05 Pro-Tree Outdoor Services 06/20/2025 0.00 8,928.15 Rain for Rent 06/20/2025 0.00 5,365.34 Ready Watt Electric 06/20/2025 0.00 4,905.00 Robert Skubic 06/20/2025 0.00 119.98 Safe-Fast, Inc. 06/20/2025 0.00 39.96 SCOTT NELSON COACHING INC 06/20/2025 0.00 1,200.00 SHERWIN WILLIAMS 06/20/2025 0.00 174.16 Sr Mechanical 06/20/2025 0.00 21,750.00 SRF CONSULTING GROUP INC 06/20/2025 0.00 3,855.06 Storms Welding & Mfg, Inc. 06/20/2025 0.00 91.50 Thrive Consultancy, LLC 06/20/2025 0.00 9,750.00 TimeSaver Off Site Secretarial, Inc 06/20/2025 0.00 1,113.00 US Home Corporation 06/20/2025 0.00 4,500.00 USA BLUE BOOK 06/20/2025 0.00 596.64 VALLEY-RICH CO INC 06/20/2025 0.00 15,719.18 W.L. Hall Co. 06/20/2025 0.00 603.75 Waste Management of Minnesota, Inc 06/20/2025 0.00 1,874.75 WM MUELLER & SONS INC 06/20/2025 0.00 1,336.72 WSB & ASSOCIATES INC 06/20/2025 0.00 7,512.00 ALAN M. WHALEN 06/25/2025 0.00 43.10 ALL AMERICAN TITLE COMPANY 06/25/2025 0.00 26.67 ANCONA TITLE & ESCROW 06/25/2025 0.00 20.63 Annie Springer 06/25/2025 0.00 275.00 Apres, Inc. 06/25/2025 0.00 12,495.00 BARBARA KINGSTON 06/25/2025 0.00 141.83 BCA 06/25/2025 0.00 32.00 BRIAN & COURTNEY RIEGER 06/25/2025 0.00 69.63 BRITTANY BERGS 06/25/2025 0.00 49.38 BURNET TITLE 06/25/2025 0.00 144.09 BURNET TITLE 06/25/2025 0.00 20.31 BURNET TITLE 06/25/2025 0.00 107.48 Carver County 06/25/2025 0.00 1,251,828.50 CenturyLink 06/25/2025 0.00 62.57 CHERYL & KENNETH NORMAN 06/25/2025 0.00 34.09 DANIEL & KATHRYN O'CONNOR 06/25/2025 0.00 5.09 DeeAnn Triethart 06/25/2025 0.00 59.63 Eric Maass 06/25/2025 0.00 823.52 FLEX TITLE COMPANY LLC 06/25/2025 0.00 72.08 Page 2 of 5 58 Vendor Name Check Date Void Checks Check Amount JAMES & KARI VEASAW 06/25/2025 0.00 38.95 John Holm Inc 06/25/2025 0.00 9,500.00 Laurie A. Hokkanen 06/25/2025 0.00 375.48 Marc S. Mutchler 06/25/2025 0.00 500.00 Marco Inc 06/25/2025 0.00 635.00 Metronet Holdings, LLC 06/25/2025 0.00 116.35 Michael Edward John Villalva 06/25/2025 0.00 700.00 MN VALLEY ELECTRIC COOP 06/25/2025 0.00 297.81 PATRICIA L. ADAMS 06/25/2025 0.00 29.89 SCOTT PHARIS 06/25/2025 0.00 73.13 Shai Hayo 06/25/2025 0.00 1,600.00 STEVEN BEDDOR 06/25/2025 0.00 165.78 SYDNEY & TREVOR GRUIS 06/25/2025 0.00 47.19 TITLE CHOICE LLC 06/25/2025 0.00 13.31 TITLESMART INC 06/25/2025 0.00 13.05 Todd Millenacker 06/25/2025 0.00 325.00 TROY & JOANN WERK 06/25/2025 0.00 11.49 VERIZON WIRELESS 06/25/2025 0.00 4,531.50 VERIZON WIRELESS 06/25/2025 0.00 190.16 WATERMARK TITLE AGENCY 06/25/2025 0.00 83.41 XCEL ENERGY INC 06/25/2025 0.00 13,637.73 XCEL ENERGY INC 06/25/2025 0.00 1,618.09 XCEL ENERGY INC 06/25/2025 0.00 946.96 American Family Life Assurance Company of Columbus 06/26/2025 0.00 85.02 Blackstone Contractors, LLC 06/26/2025 0.00 16,500.00 Boarman Kroos Vogel Group Inc 06/26/2025 0.00 81,649.06 BOLTON & MENK INC 06/26/2025 0.00 10,678.30 BOUND TREE MEDICAL LLC 06/26/2025 0.00 385.03 BRAUN INTERTEC CORPORATION 06/26/2025 0.00 3,590.50 Brent Carron 06/26/2025 0.00 87.25 Cyclone Construction 06/26/2025 0.00 8,500.00 Dorsey and Whitney, LLP 06/26/2025 0.00 245.50 ECM PUBLISHERS INC 06/26/2025 0.00 124.93 Ferguson Enterprises, Inc. #1657 06/26/2025 0.00 191.24 Ferguson Waterworks #2518 06/26/2025 0.00 267.84 Gerten Greenhouse & Garden Center, Inc 06/26/2025 0.00 1,565.00 Guard Guys, LLC 06/26/2025 0.00 85.00 Houston Engineering Inc 06/26/2025 0.00 701.50 Infosend, Inc 06/26/2025 0.00 3,471.16 Innovative Office Solutions LLC 06/26/2025 0.00 170.77 Jesse & Andrea Naab 06/26/2025 0.00 1,000.00 Kerry Maus 06/26/2025 0.00 780.00 KIMLEY HORN AND ASSOCIATES INC 06/26/2025 0.00 2,107.50 Kraus-Anderson Construction Company 06/26/2025 0.00 106,439.42 KUSSKE CONSTRUCTION COMPANY 06/26/2025 0.00 4,862.80 Megan Larson 06/26/2025 0.00 3,136.05 Metro Garage Door Company 06/26/2025 0.00 260.00 METROPOLITAN FORD 06/26/2025 0.00 145.86 Minnesota Pump Works 06/26/2025 0.00 2,737.33 MN DEPT OF HEALTH 06/26/2025 0.00 23.00 MN DEPT OF HEALTH 06/26/2025 0.00 21,184.00 MN DEPT OF TRANSPORTATION 06/26/2025 0.00 553.29 NYSTROM PUBLISHING COMPANY INC 06/26/2025 0.00 4,930.16 Page 3 of 5 59 Vendor Name Check Date Void Checks Check Amount PATCHIN MESSNER 06/26/2025 0.00 3,500.00 Pinnacle Pest Control 06/26/2025 0.00 730.00 POWERPLAN OIB 06/26/2025 0.00 56.86 Pro-Tree Outdoor Services 06/26/2025 0.00 32,430.00 Reem Danial 06/26/2025 0.00 483.00 Shwaders Landscaping 06/26/2025 0.00 1,000.00 SiteOne Landscape Supply 06/26/2025 0.00 1,542.49 Sports Facilities Companies LLC 06/26/2025 0.00 15,245.64 SUMMIT FIRE PROTECTION 06/26/2025 0.00 2,255.00 TWIN CITIES & WESTERN RR CO 06/26/2025 0.00 869.04 USA BLUE BOOK 06/26/2025 0.00 5,035.90 WM MUELLER & SONS INC 06/26/2025 0.00 843.05 WSB & ASSOCIATES INC 06/26/2025 0.00 18,309.00 BCA 07/02/2025 0.00 32.00 CENTURYLINK 07/02/2025 0.00 1,485.38 Luke Kegley 07/02/2025 0.00 300.00 MN VALLEY ELECTRIC COOP 07/02/2025 0.00 7,482.74 Nokomis Energy, LLC 07/02/2025 0.00 9,046.15 Payton Olson 07/02/2025 0.00 225.00 Scott Prescott 07/02/2025 0.00 200.00 XCEL ENERGY INC 07/02/2025 0.00 102.88 Advanced Engineering & Environmental Services, LLC 07/03/2025 0.00 5,211.00 American Structural Metal Inc 07/03/2025 0.00 5,190.80 Apres, Inc. 07/03/2025 0.00 56.00 Assured Asphalt Corporation 07/03/2025 0.00 2,580.00 Barr Engineering Company 07/03/2025 0.00 3,687.00 BERGERSON CASWELL INC 07/03/2025 0.00 124,960.00 Boarman Kroos Vogel Group Inc 07/03/2025 0.00 13,011.24 BOLTON & MENK INC 07/03/2025 0.00 14,906.50 BRAUN INTERTEC CORPORATION 07/03/2025 0.00 8,914.00 Carciofini Company 07/03/2025 0.00 64,006.25 CEMSTONE PRODUCTS CO 07/03/2025 0.00 395.00 Chappell Central Inc 07/03/2025 0.00 896,118.70 Cleaning Solutions Services 07/03/2025 0.00 8,610.42 Colonial Life & Accident Insurance Co 07/03/2025 0.00 152.34 COMPUTER INTEGRATION TECHN. 07/03/2025 0.00 517.40 Crawford Door Sales Company 07/03/2025 0.00 13,613.50 DAYCO CONCRETE COMPANY 07/03/2025 0.00 312,169.05 Earl F Andersen Inc 07/03/2025 0.00 457.50 ECM PUBLISHERS INC 07/03/2025 0.00 918.84 Edina Heating & Cooling Inc 07/03/2025 0.00 1,459.00 EHLERS & ASSOCIATES INC 07/03/2025 0.00 1,610.00 Ferguson Waterworks #2518 07/03/2025 0.00 958.47 Fobbe Electric Inc 07/03/2025 0.00 207,100.00 GONYEA HOMES 07/03/2025 0.00 2,500.00 Grazzini Brothers & Company 07/03/2025 0.00 54,815.00 GS DIRECT INC 07/03/2025 0.00 407.45 Guard Guys, LLC 07/03/2025 0.00 167.70 HAWKINS CHEMICAL 07/03/2025 0.00 10.00 HOISINGTON KOEGLER GROUP 07/03/2025 0.00 3,680.00 Ideal Service Inc. 07/03/2025 0.00 240.00 Jeffrey Schrader 07/03/2025 0.00 58.72 Juli Al-Hilwani 07/03/2025 0.00 300.00 Page 4 of 5 60 Vendor Name Check Date Void Checks Check Amount K2 Electrical Services Inc 07/03/2025 0.00 735.00 Kelleher Construction, Inc 07/03/2025 0.00 60,990.00 KELLINGTON CONSTRUCTION 07/03/2025 0.00 96,415.50 KIMLEY HORN AND ASSOCIATES INC 07/03/2025 0.00 67,145.07 LAKETOWN ELECTRIC CORPORATION 07/03/2025 0.00 261,250.00 LYMAN LUMBER 07/03/2025 0.00 250.86 Minnkota Architectural Products Co, Inc 07/03/2025 0.00 103,275.47 Mulcahy Nickolaus LLC 07/03/2025 0.00 481,533.61 Northern Glass & Glazing Inc 07/03/2025 0.00 90,250.00 PATCHIN MESSNER 07/03/2025 0.00 12,910.00 POMP'S TIRE SERVICE INC 07/03/2025 0.00 2,271.50 POWERPLAN OIB 07/03/2025 0.00 633.44 Pro-Tree Outdoor Services 07/03/2025 0.00 6,975.10 Ryan Contracting Company 07/03/2025 0.00 131,890.87 SEH 07/03/2025 0.00 8,770.43 Senja Inc 07/03/2025 0.00 160.00 SiteOne Landscape Supply 07/03/2025 0.00 873.51 Sports Facilities Companies LLC 07/03/2025 0.00 9,000.00 SUMMIT FIRE PROTECTION 07/03/2025 0.00 134,414.50 Swanson & Youngdale Inc 07/03/2025 0.00 5,700.00 Tammy Zywotko 07/03/2025 0.00 2,500.00 TK Elevator Corporation 07/03/2025 0.00 50,362.68 Top Line Steel Corporation 07/03/2025 0.00 32,222.10 TOWMASTER INC 07/03/2025 0.00 38,544.00 TWIN CITY HARDWARE 07/03/2025 0.00 2,105.58 USA BLUE BOOK 07/03/2025 0.00 595.25 Vehicle Response Training LLC 07/03/2025 0.00 2,436.00 WM MUELLER & SONS INC 07/03/2025 0.00 419.51 WW GRAINGER INC 07/03/2025 0.00 37.98 Zachary Wittl 07/03/2025 0.00 100.00 Report Total: 21,207.00 5,665,494.95 Page 5 of 5 61 AP Check Detail User: dwashburn@chanhassenmn.gov Printed: 7/3/2025 12:24:40 PM Last Name Acct 1 Amount Check Date Description ADAMS PATRICIA L.701-0000-2020 14.96 6/25/2025 Refund Check 099302-000, 8521 MAYFIELD COURT ADAMS PATRICIA L.700-0000-2020 0.79 6/25/2025 Refund Check 099302-000, 8521 MAYFIELD COURT ADAMS PATRICIA L.700-0000-2020 11.24 6/25/2025 Refund Check 099302-000, 8521 MAYFIELD COURT ADAMS PATRICIA L.720-0000-2020 2.90 6/25/2025 Refund Check 099302-000, 8521 MAYFIELD COURT 29.89 6/25/2025 ADAMS PATRICIA L. 29.89 Advanced Engineering & Environmental Services, LLC 701-0000-4300 2,605.50 7/3/2025 consultant support west plant and PW shop Advanced Engineering & Environmental Services, LLC 700-0000-4300 2,605.50 7/3/2025 consultant support LS 5,211.00 7/3/2025 Advanced Engineering & Environmental Services, LLC 5,211.00 Al-Hilwani Juli 101-1530-4347 468.75 6/20/2025 Blackmun 10 Windmuller 5 468.75 6/20/2025 Al-Hilwani Juli 101-1530-4347 300.00 7/3/2025 Koestler 10 Training 300.00 7/3/2025 Al-Hilwani Juli 768.75 ALL AMERICAN TITLE COMPANY 700-0000-2020 0.31 6/25/2025 Refund Check 100792-000, 6291 BLUE JAY CIRCLE ALL AMERICAN TITLE COMPANY 720-0000-2020 4.36 6/25/2025 Refund Check 100792-000, 6291 BLUE JAY CIRCLE ALL AMERICAN TITLE COMPANY 700-0000-2020 7.44 6/25/2025 Refund Check 100792-000, 6291 BLUE JAY CIRCLE ALL AMERICAN TITLE COMPANY 701-0000-2020 14.56 6/25/2025 Refund Check 100792-000, 6291 BLUE JAY CIRCLE AP - Check Detail (7/3/2025)Page 1 of 43 62 Last Name Acct 1 Amount Check Date Description 26.67 6/25/2025 ALL AMERICAN TITLE COMPANY 26.67 American Family Life Assurance Company of Columbus 101-0000-2008 85.02 6/26/2025 June premium 85.02 6/26/2025 American Family Life Assurance Company of Columbus 85.02 American Structural Metal Inc 414-4010-4702 5,190.80 7/3/2025 Pay App #3 Civic Campus 5,190.80 7/3/2025 American Structural Metal Inc 5,190.80 AMERICAN TEST CENTER 700-0000-4530 1,225.00 6/20/2025 annual testing AMERICAN TEST CENTER 101-1370-4530 500.00 6/20/2025 annual testing AMERICAN TEST CENTER 101-1320-4530 520.00 6/20/2025 annual testing AMERICAN TEST CENTER 101-1220-4530 1,151.00 6/20/2025 Ladder Testing 3,396.00 6/20/2025 AMERICAN TEST CENTER 3,396.00 ANCONA TITLE & ESCROW 700-0000-2020 5.32 6/25/2025 Refund Check 015057-000, 2117 MAJESTIC WAY ANCONA TITLE & ESCROW 720-0000-2020 15.31 6/25/2025 Refund Check 015057-000, 2117 MAJESTIC WAY 20.63 6/25/2025 ANCONA TITLE & ESCROW 20.63 Apres, Inc.101-1613-4402 12,495.00 6/25/2025 4th of July tent payment #2 12,495.00 6/25/2025 Apres, Inc.101-1613-4402 56.00 7/3/2025 Extra tent weights 4th of July AP - Check Detail (7/3/2025)Page 2 of 43 63 Last Name Acct 1 Amount Check Date Description 56.00 7/3/2025 Apres, Inc. 12,551.00 ARAMARK Refreshment Services, LLC 101-1120-4110 96.17 6/20/2025 Water Filter Fire Station 96.17 6/20/2025 ARAMARK Refreshment Services, LLC 96.17 Assured Asphalt Corporation 701-0000-4553 2,580.00 7/3/2025 asphalt driveway side sewer repair 2,580.00 7/3/2025 Assured Asphalt Corporation 2,580.00 Barr Engineering Company 700-7025-4300 3,687.00 7/3/2025 Well 10 & 12 Rehab Project 3,687.00 7/3/2025 Barr Engineering Company 3,687.00 BCA 101-1220-4352 32.00 6/25/2025 Background Check 32.00 6/25/2025 BCA 101-1220-4352 32.00 7/2/2025 Background check 32.00 7/2/2025 BCA 64.00 BEDDOR STEVEN 700-0000-2020 38.94 6/25/2025 Refund Check 009632-000, 1010 PLEASANT VIEW RD BEDDOR STEVEN 720-0000-2020 55.46 6/25/2025 Refund Check 009632-000, 1010 PLEASANT VIEW RD BEDDOR STEVEN 700-0000-2020 3.93 6/25/2025 Refund Check 009632-000, 1010 PLEASANT VIEW RD BEDDOR STEVEN 701-0000-2020 67.45 6/25/2025 Refund Check 009632-000, 1010 PLEASANT VIEW RD AP - Check Detail (7/3/2025)Page 3 of 43 64 Last Name Acct 1 Amount Check Date Description 165.78 6/25/2025 BEDDOR STEVEN 165.78 BENNETT THOMAS & JEANNIE 720-0000-2020 1.37 6/18/2025 UB Refund Check 911 Santa Vera Drive BENNETT THOMAS & JEANNIE 700-0000-2020 6.29 6/18/2025 UB Refund Check 911 Santa Vera Drive BENNETT THOMAS & JEANNIE 701-0000-2020 7.73 6/18/2025 UB Refund Check 911 Santa Vera Drive 15.39 6/18/2025 BENNETT THOMAS & JEANNIE 15.39 BENSON KAYE L 101-1539-4343 588.00 6/20/2025 Fit for Life instruction 4252.120 588.00 6/20/2025 BENSON KAYE L 588.00 BERGERSON CASWELL INC 700-7025-4751 124,960.00 7/3/2025 Well Rehab Project 124,960.00 7/3/2025 BERGERSON CASWELL INC 124,960.00 BERGS BRITTANY 720-0000-2020 18.40 6/25/2025 Refund Check 104425-000, 752 BUCKINGWOOD COURT BERGS BRITTANY 700-0000-2020 1.30 6/25/2025 Refund Check 104425-000, 752 BUCKINGWOOD COURT BERGS BRITTANY 700-0000-2020 12.74 6/25/2025 Refund Check 104425-000, 752 BUCKINGWOOD COURT BERGS BRITTANY 701-0000-2020 16.94 6/25/2025 Refund Check 104425-000, 752 BUCKINGWOOD COURT 49.38 6/25/2025 BERGS BRITTANY 49.38 Blackstone Contractors, LLC 101-0000-2076 16,500.00 6/26/2025 Draintile/Swale at Glendale Homes 16,500.00 6/26/2025 AP - Check Detail (7/3/2025)Page 4 of 43 65 Last Name Acct 1 Amount Check Date Description Blackstone Contractors, LLC 16,500.00 Boarman Kroos Vogel Group Inc 414-4010-4300 15,486.98 6/20/2025 Civic Campus A/E services 15,486.98 6/20/2025 Boarman Kroos Vogel Group Inc 416-0000-4300 51,573.84 6/26/2025 Chan Bluffs professional services Boarman Kroos Vogel Group Inc 416-0000-4300 30,075.22 6/26/2025 Chan Bluffs professional services 81,649.06 6/26/2025 Boarman Kroos Vogel Group Inc 414-4010-4300 13,011.24 7/3/2025 Civic Campus A/E Services 13,011.24 7/3/2025 Boarman Kroos Vogel Group Inc 110,147.28 BOLTON & MENK INC 720-6048-4300 747.48 6/26/2025 Crimson Bay Imp Storm @ 7% BOLTON & MENK INC 601-6048-4300 7,154.46 6/26/2025 Crimson Bay Imp PMP @ 67% BOLTON & MENK INC 700-6048-4300 1,388.18 6/26/2025 Crimson Bay Imp Water @ 13% BOLTON & MENK INC 701-6048-4300 1,388.18 6/26/2025 Crimson Bay Imp Sanitary @ 13% 10,678.30 6/26/2025 BOLTON & MENK INC 720-6053-4303 3,279.43 7/3/2025 Storm @ 22% BOLTON & MENK INC 601-6053-4303 8,943.90 7/3/2025 PMP @ 60% BOLTON & MENK INC 701-6053-4303 1,192.52 7/3/2025 Sanitary @ 8% BOLTON & MENK INC 700-6053-4303 1,490.65 7/3/2025 Water @ 10% 14,906.50 7/3/2025 BOLTON & MENK INC 25,584.80 BOUND TREE MEDICAL LLC 101-1220-4142 385.03 6/26/2025 Medical supplies-narcan gloves suction 385.03 6/26/2025 BOUND TREE MEDICAL LLC 385.03 AP - Check Detail (7/3/2025)Page 5 of 43 66 Last Name Acct 1 Amount Check Date Description Brainwave Tech Solutions Inc 701-0000-4300 78.68 6/18/2025 Consulting Services-Bhavya Bellala Brainwave Tech Solutions Inc 700-0000-4300 78.68 6/18/2025 Consulting Services-Bhavya Bellala Brainwave Tech Solutions Inc 700-0000-4300 576.98 6/18/2025 Consulting Services-Bhavya Bellala Brainwave Tech Solutions Inc 101-1311-4300 288.47 6/18/2025 Consulting Services-Bhavya Bellala Brainwave Tech Solutions Inc 720-0000-4300 576.98 6/18/2025 Consulting Services-Bhavya Bellala Brainwave Tech Solutions Inc 720-0000-4300 78.68 6/18/2025 Consulting Services-Bhavya Bellala Brainwave Tech Solutions Inc 101-1311-4300 2,115.45 6/18/2025 Consulting Services-Bhavya Bellala Brainwave Tech Solutions Inc 701-0000-4300 576.98 6/18/2025 Consulting Services-Bhavya Bellala 4,370.90 6/18/2025 Brainwave Tech Solutions Inc 4,370.90 BRAUN INTERTEC CORPORATION 414-4010-4303 3,590.50 6/26/2025 Civic Campus CMT 3,590.50 6/26/2025 BRAUN INTERTEC CORPORATION 601-6040-4300 2,228.50 7/3/2025 Galpin Blvd Imp-City @ 25% BRAUN INTERTEC CORPORATION 601-6140-4300 6,685.50 7/3/2025 Galpin Blvd Imp-County @ 75% 8,914.00 7/3/2025 BRAUN INTERTEC CORPORATION 12,504.50 BURNET TITLE 701-0000-2020 49.92 6/25/2025 Refund Check 019998-000, 3842 MEADOW COURT BURNET TITLE 700-0000-2020 1.77 6/25/2025 Refund Check 019998-000, 3842 MEADOW COURT BURNET TITLE 720-0000-2020 24.93 6/25/2025 Refund Check 019998-000, 3842 MEADOW COURT BURNET TITLE 700-0000-2020 30.86 6/25/2025 Refund Check 019998-000, 3842 MEADOW COURT BURNET TITLE 720-0000-2020 49.00 6/25/2025 Refund Check 100998-000, 3621 LANDINGS DRIVE BURNET TITLE 700-0000-2020 26.19 6/25/2025 Refund Check 100998-000, 3621 LANDINGS DRIVE BURNET TITLE 701-0000-2020 65.43 6/25/2025 Refund Check 100998-000, 3621 LANDINGS DRIVE BURNET TITLE 700-0000-2020 3.47 6/25/2025 Refund Check 100998-000, 3621 LANDINGS DRIVE BURNET TITLE 700-0000-2020 2.66 6/25/2025 Refund Check 020820-000, 8567 POWERS PLACE BURNET TITLE 720-0000-2020 3.23 6/25/2025 Refund Check 020820-000, 8567 POWERS PLACE BURNET TITLE 700-0000-2020 1.06 6/25/2025 Refund Check 020820-000, 8567 POWERS PLACE BURNET TITLE 701-0000-2020 13.36 6/25/2025 Refund Check 020820-000, 8567 POWERS PLACE 271.88 6/25/2025 AP - Check Detail (7/3/2025)Page 6 of 43 67 Last Name Acct 1 Amount Check Date Description BURNET TITLE 271.88 CAMPBELL KNUTSON 101-1140-4302 19,399.40 6/20/2025 Legal services-May 2025 19,399.40 6/20/2025 CAMPBELL KNUTSON 19,399.40 Carciofini Company 414-4010-4702 64,006.25 7/3/2025 Pay App #1 Civic Campus 64,006.25 7/3/2025 Carciofini Company 64,006.25 Carron Brent 101-1250-3306 86.75 6/26/2025 Permit Refund-7059 Highover Drive Carron Brent 101-0000-2022 0.50 6/26/2025 Permit Refund-7059 Highover Drive 87.25 6/26/2025 Carron Brent 87.25 Carver County 101-1210-4504 1,168,966.50 6/25/2025 1st half Police Contract Carver County 101-1210-4505 82,862.00 6/25/2025 1st half Police Contract 1,251,828.50 6/25/2025 Carver County 1,251,828.50 CARVER COUNTY LICENSE CENTER 400-4153-4704 4,058.73 6/18/2025 license & registration 4,058.73 6/18/2025 CARVER COUNTY LICENSE CENTER 4,058.73 CEMSTONE PRODUCTS CO 720-7207-4150 395.00 7/3/2025 CB repair 903 lake drive AP - Check Detail (7/3/2025)Page 7 of 43 68 Last Name Acct 1 Amount Check Date Description 395.00 7/3/2025 CEMSTONE PRODUCTS CO 395.00 CENTERPOINT ENERGY MINNEGASCO 701-0000-4321 56.97 6/18/2025 Gas Charges CENTERPOINT ENERGY MINNEGASCO 101-1190-4321 564.28 6/18/2025 Gas Charges CENTERPOINT ENERGY MINNEGASCO 101-1220-4321 281.47 6/18/2025 Gas Charges CENTERPOINT ENERGY MINNEGASCO 700-7019-4321 300.84 6/18/2025 Gas Charges CENTERPOINT ENERGY MINNEGASCO 101-1312-4321 234.98 6/18/2025 Gas Charges CENTERPOINT ENERGY MINNEGASCO 101-1530-4321 66.76 6/18/2025 Gas Charges CENTERPOINT ENERGY MINNEGASCO 101-1600-4321 21.91 6/18/2025 Gas Charges CENTERPOINT ENERGY MINNEGASCO 101-1170-4321 285.96 6/18/2025 Gas Charges CENTERPOINT ENERGY MINNEGASCO 101-1550-4321 138.42 6/18/2025 Gas Charges CENTERPOINT ENERGY MINNEGASCO 700-0000-4321 51.28 6/18/2025 Gas Charges CENTERPOINT ENERGY MINNEGASCO 700-7043-4321 699.62 6/18/2025 Gas Charges 2,702.49 6/18/2025 CENTERPOINT ENERGY MINNEGASCO 2,702.49 CenturyLink 700-7043-4310 62.57 6/25/2025 Telephone & Communication Charges 62.57 6/25/2025 CENTURYLINK 101-1170-4310 800.90 7/2/2025 Telephone & Communication Charges CENTURYLINK 700-0000-4310 6.20 7/2/2025 Telephone & Communication Charges CENTURYLINK 701-0000-4310 15.56 7/2/2025 Telephone & Communication Charges CENTURYLINK 101-1312-4310 49.63 7/2/2025 Telephone & Communication Charges CENTURYLINK 700-7019-4310 216.38 7/2/2025 Telephone & Communication Charges CENTURYLINK 101-1550-4310 31.02 7/2/2025 Telephone & Communication Charges CENTURYLINK 701-0000-4310 6.20 7/2/2025 Telephone & Communication Charges CENTURYLINK 700-0000-4310 15.56 7/2/2025 Telephone & Communication Charges CENTURYLINK 101-1350-4310 31.02 7/2/2025 Telephone & Communication Charges CENTURYLINK 101-1540-4310 62.04 7/2/2025 Telephone & Communication Charges CENTURYLINK 101-1160-4325 250.87 7/2/2025 Telephone & Communication Charges 1,485.38 7/2/2025 AP - Check Detail (7/3/2025)Page 8 of 43 69 Last Name Acct 1 Amount Check Date Description CENTURYLINK 1,547.95 CHAN-O-LAIRES 101-1560-4130 100.00 6/20/2025 program supplies/luncheon 100.00 6/20/2025 CHAN-O-LAIRES 100.00 Chappell Central Inc 414-4010-4702 896,118.70 7/3/2025 Pay App #8 Civic Campus 896,118.70 7/3/2025 Chappell Central Inc 896,118.70 Cintas Corporation No. 2 101-1312-4510 149.94 6/20/2025 first aid kits Cintas Corporation No. 2 101-1550-4120 171.57 6/20/2025 Safety supplies 321.51 6/20/2025 Cintas Corporation No. 2 321.51 CITY OF CHASKA 101-1560-4349 529.74 6/20/2025 Bus Transportation CITY OF CHASKA 101-1560-4342 664.04 6/20/2025 Admission Tickets 1,193.78 6/20/2025 CITY OF CHASKA 1,193.78 Cleaning Solutions Services 700-0000-4511 95.52 7/3/2025 Cleaning Services-June Cleaning Solutions Services 101-1190-4511 4,190.95 7/3/2025 cleaning services-June Cleaning Solutions Services 701-0000-4511 95.52 7/3/2025 Cleaning Services-June Cleaning Solutions Services 101-1312-4511 764.19 7/3/2025 Cleaning Services-June Cleaning Solutions Services 101-1170-4511 3,198.15 7/3/2025 cleaning services-June Cleaning Solutions Services 101-1220-4511 266.09 7/3/2025 cleaning services-June 8,610.42 7/3/2025 AP - Check Detail (7/3/2025)Page 9 of 43 70 Last Name Acct 1 Amount Check Date Description Cleaning Solutions Services 8,610.42 Colonial Life & Accident Insurance Co 700-0000-2008 106.50 7/3/2025 June premium Colonial Life & Accident Insurance Co 701-0000-2008 45.84 7/3/2025 June premium 152.34 7/3/2025 Colonial Life & Accident Insurance Co 152.34 COMPUTER INTEGRATION TECHN.101-1160-4211 517.40 7/3/2025 Datto O365 Backup Service - July 517.40 7/3/2025 COMPUTER INTEGRATION TECHN. 517.40 Crawford Door Sales Company 414-4010-4702 13,613.50 7/3/2025 Pay App #1 Civic Campus 13,613.50 7/3/2025 Crawford Door Sales Company 13,613.50 Cyclone Construction 101-0000-2073 1,000.00 6/26/2025 Erosion escrow 1601 Lyman Blvd #511432 Cyclone Construction 101-0000-2073 7,500.00 6/26/2025 Erosion escrow 1601 Lyman Blvd #523007 8,500.00 6/26/2025 Cyclone Construction 8,500.00 Danial Reem 101-1539-4343 483.00 6/26/2025 Zumba 4253.127 and 6/11 6/18 483.00 6/26/2025 Danial Reem 483.00 DAYCO CONCRETE COMPANY 414-4010-4702 312,169.05 7/3/2025 Pay App #6 Civic Campus AP - Check Detail (7/3/2025)Page 10 of 43 71 Last Name Acct 1 Amount Check Date Description 312,169.05 7/3/2025 DAYCO CONCRETE COMPANY 312,169.05 DEM-CON LANDFILL 101-1320-4150 2,082.58 6/20/2025 street sweeping 2,082.58 6/20/2025 DEM-CON LANDFILL 2,082.58 Doane Deirdre 101-1425-4906 150.00 6/20/2025 Tree Rebate Program- 2 trees 150.00 6/20/2025 Doane Deirdre 150.00 Dorsey and Whitney, LLP 416-0000-4300 245.50 6/26/2025 Legal fees-property acquisition 245.50 6/26/2025 Dorsey and Whitney, LLP 245.50 Earl F Andersen Inc 101-1320-4150 336.00 7/3/2025 cones Earl F Andersen Inc 101-1320-4155 121.50 7/3/2025 channel post 457.50 7/3/2025 Earl F Andersen Inc 457.50 ECM PUBLISHERS INC 101-1110-4336 36.27 6/20/2025 Publication of ORD 745 ECM PUBLISHERS INC 101-1110-4336 32.24 6/20/2025 Publication of ORD 746 68.51 6/20/2025 ECM PUBLISHERS INC 101-1420-4336 44.33 6/26/2025 Publication of Public Hearing Planning 2025-10 ECM PUBLISHERS INC 101-1310-4336 80.60 6/26/2025 PH Frontier Trl Vacation AP - Check Detail (7/3/2025)Page 11 of 43 72 Last Name Acct 1 Amount Check Date Description 124.93 6/26/2025 ECM PUBLISHERS INC 101-1130-4340 556.14 7/3/2025 2024 Financial Report - Pt 1 ECM PUBLISHERS INC 101-1130-4340 274.04 7/3/2025 2024 Financial Stmt Pt 2 ECM PUBLISHERS INC 101-1310-4336 88.66 7/3/2025 Sealcoat Project #25-10 Ad for Bids 918.84 7/3/2025 ECM PUBLISHERS INC 1,112.28 Edina Heating & Cooling Inc 101-1170-4510 559.00 7/3/2025 Rooftop Maintenance Edina Heating & Cooling Inc 101-1312-4510 900.00 7/3/2025 preventative maintenance 1,459.00 7/3/2025 Edina Heating & Cooling Inc 1,459.00 EHLERS & ASSOCIATES INC 101-0000-2076 1,610.00 7/3/2025 Professional Services-Santa Vera Apartments 1,610.00 7/3/2025 EHLERS & ASSOCIATES INC 1,610.00 Engel Water Testing Inc 700-0000-4300 1,160.00 6/20/2025 month water samples 1,160.00 6/20/2025 Engel Water Testing Inc 1,160.00 EPIC EVENT RENTAL 101-1620-4345 730.30 6/20/2025 Concert Series kickoff stage 730.30 6/20/2025 EPIC EVENT RENTAL 730.30 ESQUIRE TITLE SERVICE LLC 720-0000-2020 60.72 6/18/2025 Utility Refund- 9185 Eagle Ridge Road ESQUIRE TITLE SERVICE LLC 701-0000-2020 77.00 6/18/2025 Utility Refund- 9185 Eagle Ridge Road AP - Check Detail (7/3/2025)Page 12 of 43 73 Last Name Acct 1 Amount Check Date Description ESQUIRE TITLE SERVICE LLC 700-0000-2020 32.45 6/18/2025 Utility Refund- 9185 Eagle Ridge Road 170.17 6/18/2025 ESQUIRE TITLE SERVICE LLC 170.17 FACTORY MOTOR PARTS COMPANY 101-1220-4140 543.40 6/20/2025 batterys 543.40 6/20/2025 FACTORY MOTOR PARTS COMPANY 543.40 Fast Gregory 101-1620-4345 450.00 6/18/2025 6/26 Concert Series performance 450.00 6/18/2025 Fast Gregory 450.00 Ferguson Enterprises, Inc. #1657 101-1312-4510 37.99 6/20/2025 faucet repair kit Ferguson Enterprises, Inc. #1657 101-1550-4120 89.99 6/20/2025 Lion Drinking Fountain (Repair) 127.98 6/20/2025 Ferguson Enterprises, Inc. #1657 701-0000-4551 191.24 6/26/2025 sewer repair lake Susan 191.24 6/26/2025 Ferguson Enterprises, Inc. #1657 319.22 Ferguson Waterworks #2518 700-0000-4250 549.98 6/20/2025 5/8 meters Ferguson Waterworks #2518 700-0000-4550 296.20 6/20/2025 fire hrdrant 846.18 6/20/2025 Ferguson Waterworks #2518 701-0000-4551 267.84 6/26/2025 lake Susan side sewer repair 267.84 6/26/2025 Ferguson Waterworks #2518 700-0000-4260 529.47 7/3/2025 water tools AP - Check Detail (7/3/2025)Page 13 of 43 74 Last Name Acct 1 Amount Check Date Description Ferguson Waterworks #2518 700-0000-4550 429.00 7/3/2025 hydrant repair 958.47 7/3/2025 Ferguson Waterworks #2518 2,072.49 FLEX TITLE COMPANY LLC 701-0000-2020 35.74 6/25/2025 Refund Check 105114-000, 1320 STRATTON COURT FLEX TITLE COMPANY LLC 700-0000-2020 0.93 6/25/2025 Refund Check 105114-000, 1320 STRATTON COURT FLEX TITLE COMPANY LLC 720-0000-2020 13.08 6/25/2025 Refund Check 105114-000, 1320 STRATTON COURT FLEX TITLE COMPANY LLC 700-0000-2020 22.33 6/25/2025 Refund Check 105114-000, 1320 STRATTON COURT 72.08 6/25/2025 FLEX TITLE COMPANY LLC 72.08 Fobbe Electric Inc 414-4010-4702 207,100.00 7/3/2025 Pay App #2 Civic Campus 207,100.00 7/3/2025 Fobbe Electric Inc 207,100.00 Gerten Greenhouse & Garden Center, Inc 101-1550-4150 1,565.00 6/26/2025 Downtown 78th islands plant replacement 1,565.00 6/26/2025 Gerten Greenhouse & Garden Center, Inc 1,565.00 GONYEA HOMES 101-0000-2072 2,500.00 7/3/2025 As Built escrow 7030 Lucy Ridge Lane #605173 2,500.00 7/3/2025 GONYEA HOMES 2,500.00 GOPHER STATE ONE-CALL INC 701-0000-4300 739.80 6/20/2025 Utility locates-May GOPHER STATE ONE-CALL INC 700-0000-4300 739.80 6/20/2025 Utility locates-May 1,479.60 6/20/2025 AP - Check Detail (7/3/2025)Page 14 of 43 75 Last Name Acct 1 Amount Check Date Description GOPHER STATE ONE-CALL INC 1,479.60 Grazzini Brothers & Company 414-4010-4702 54,815.00 7/3/2025 Pay App #5 Civic Campus 54,815.00 7/3/2025 Grazzini Brothers & Company 54,815.00 GREAT LAKES COCA-COLA DISTRIBUTION LLC 101-1540-4130 679.60 6/18/2025 Concessions Beverages - Start Up GREAT LAKES COCA-COLA DISTRIBUTION LLC 101-1540-4130 369.60 6/18/2025 Concession Beverages - Restock GREAT LAKES COCA-COLA DISTRIBUTION LLC 101-1540-4130 423.59 6/18/2025 Concession Beverages - Restock 1,472.79 6/18/2025 GREAT LAKES COCA-COLA DISTRIBUTION LLC 1,472.79 Great Plains Fire 201-0000-4705 322.76 6/20/2025 Structural firefighting boots 322.76 6/20/2025 Great Plains Fire 322.76 GRUIS SYDNEY & TREVOR 720-0000-2020 5.52 6/25/2025 Refund Check 101421-000, 758 STONEGATE ROAD GRUIS SYDNEY & TREVOR 700-0000-2020 1.52 6/25/2025 Refund Check 101421-000, 758 STONEGATE ROAD GRUIS SYDNEY & TREVOR 701-0000-2020 28.67 6/25/2025 Refund Check 101421-000, 758 STONEGATE ROAD GRUIS SYDNEY & TREVOR 700-0000-2020 11.48 6/25/2025 Refund Check 101421-000, 758 STONEGATE ROAD 47.19 6/25/2025 GRUIS SYDNEY & TREVOR 47.19 GS DIRECT INC 101-1120-4110 407.45 7/3/2025 Plotter Supplies 407.45 7/3/2025 GS DIRECT INC 407.45 AP - Check Detail (7/3/2025)Page 15 of 43 76 Last Name Acct 1 Amount Check Date Description Guard Guys, LLC 101-1120-4352 85.00 6/26/2025 Pre-employment drug screen 85.00 6/26/2025 Guard Guys, LLC 101-1120-4352 167.70 7/3/2025 background checks 167.70 7/3/2025 Guard Guys, LLC 252.70 Hanson Curtis 101-1425-4906 150.00 6/20/2025 Tree Rebate Program- 2 trees 150.00 6/20/2025 Hanson Curtis 150.00 HAWKINS CHEMICAL 700-7043-4160 10.00 7/3/2025 1 ton chlorine cylinders 10.00 7/3/2025 HAWKINS CHEMICAL 10.00 Hayo Shai 101-1620-4345 1,600.00 6/25/2025 7/10 Concert Series performance 1,600.00 6/25/2025 Hayo Shai 1,600.00 HealthPartners, Inc.101-0000-2013 288.33 6/20/2025 Dental Insurance-July 2025 HealthPartners, Inc.701-0000-2012 4,119.74 6/20/2025 Health Insurance-July 2025 HealthPartners, Inc.101-0000-2012 3,827.79 6/20/2025 Health Insurance-July 2025 HealthPartners, Inc.700-0000-2012 6,001.18 6/20/2025 Health Insurance-July 2025 HealthPartners, Inc.101-0000-2012 64,741.53 6/20/2025 Health Insurance-July 2025 HealthPartners, Inc.720-0000-2013 96.08 6/20/2025 Dental Insurance-July 2025 HealthPartners, Inc.700-0000-2013 384.44 6/20/2025 Dental Insurance-July 2025 HealthPartners, Inc.701-0000-2013 336.40 6/20/2025 Dental Insurance-July 2025 HealthPartners, Inc.720-0000-2012 1,297.56 6/20/2025 Health Insurance-July 2025 HealthPartners, Inc.101-0000-2013 3,844.04 6/20/2025 Dental Insurance-July 2025 AP - Check Detail (7/3/2025)Page 16 of 43 77 Last Name Acct 1 Amount Check Date Description 84,937.09 6/20/2025 HealthPartners, Inc. 84,937.09 HOISINGTON KOEGLER GROUP 414-4010-4303 3,680.00 7/3/2025 Civic Campus Improvements 3,680.00 7/3/2025 HOISINGTON KOEGLER GROUP 3,680.00 Hokkanen Laurie A.101-1120-4381 375.48 6/25/2025 Mileage 375.48 6/25/2025 Hokkanen Laurie A. 375.48 Houston Engineering Inc 400-0000-1155 701.50 6/26/2025 Audubon Business Park 701.50 6/26/2025 Houston Engineering Inc 701.50 Ideal Service Inc.700-0000-4550 240.00 7/3/2025 troubleshot well 13 240.00 7/3/2025 Ideal Service Inc. 240.00 Indoor Landscapes Inc 101-1170-4300 187.00 6/20/2025 plant maintenance 187.00 6/20/2025 Indoor Landscapes Inc 187.00 Infosend, Inc 700-1130-4330 888.81 6/26/2025 May Postage Infosend, Inc 701-1130-4330 888.80 6/26/2025 May Postage AP - Check Detail (7/3/2025)Page 17 of 43 78 Last Name Acct 1 Amount Check Date Description Infosend, Inc 701-1130-4111 268.25 6/26/2025 May Statement Infosend, Inc 700-1130-4111 268.25 6/26/2025 May Statement Infosend, Inc 720-1130-4330 888.80 6/26/2025 May Postage Infosend, Inc 720-1130-4111 268.25 6/26/2025 May Statement 3,471.16 6/26/2025 Infosend, Inc 3,471.16 Innovative Office Solutions LLC 101-1120-4110 113.03 6/26/2025 Paper and Post It Notes Innovative Office Solutions LLC 101-1120-4110 57.74 6/26/2025 office supplies all pw and parks 170.77 6/26/2025 Innovative Office Solutions LLC 170.77 John Holm Inc 101-1613-4345 9,500.00 6/25/2025 July 3 Street Dance performance 2025 9,500.00 6/25/2025 John Holm Inc 9,500.00 K2 Electrical Services Inc 101-1550-4300 735.00 7/3/2025 Rec. Center parking lot light replacements 735.00 7/3/2025 K2 Electrical Services Inc 735.00 Kegley Luke 101-0000-1027 300.00 7/2/2025 4th of July - Extra Cash for Concessions 300.00 7/2/2025 Kegley Luke 300.00 Kelleher Construction, Inc 414-4010-4702 60,990.00 7/3/2025 Pay App #11 Civic Campus 60,990.00 7/3/2025 AP - Check Detail (7/3/2025)Page 18 of 43 79 Last Name Acct 1 Amount Check Date Description Kelleher Construction, Inc 60,990.00 KELLINGTON CONSTRUCTION 414-4010-4702 96,415.50 7/3/2025 Pay App #7 Civic Campus 96,415.50 7/3/2025 KELLINGTON CONSTRUCTION 96,415.50 KIMLEY HORN AND ASSOCIATES INC 605-6502-4300 1,083.84 6/20/2025 TH 101 Reconstruction 1,083.84 6/20/2025 KIMLEY HORN AND ASSOCIATES INC 400-0000-1155 2,107.50 6/26/2025 Waterview Development 2,107.50 6/26/2025 KIMLEY HORN AND ASSOCIATES INC 210-0000-4300 1,305.00 7/3/2025 Metronet Support Services KIMLEY HORN AND ASSOCIATES INC 210-0000-4300 51,890.50 7/3/2025 Comcast Support Services KIMLEY HORN AND ASSOCIATES INC 210-0000-4300 4,099.01 7/3/2025 GigaPower Support Services KIMLEY HORN AND ASSOCIATES INC 601-6057-4303 2,102.00 7/3/2025 Great Plains Study KIMLEY HORN AND ASSOCIATES INC 210-0000-4300 563.92 7/3/2025 Gigapower Support Services KIMLEY HORN AND ASSOCIATES INC 605-6502-4300 996.40 7/3/2025 TH 101 Construction KIMLEY HORN AND ASSOCIATES INC 601-6059-4300 3,512.50 7/3/2025 Pleasant View Rd KIMLEY HORN AND ASSOCIATES INC 601-6057-4303 2,530.74 7/3/2025 Market Blvd KIMLEY HORN AND ASSOCIATES INC 210-0000-4300 145.00 7/3/2025 Metronet Support Services 67,145.07 7/3/2025 KIMLEY HORN AND ASSOCIATES INC 70,336.41 KINGSTON BARBARA 700-0000-2020 41.74 6/25/2025 Refund Check 013721-000, 7393 TRISTAN KNOLL KINGSTON BARBARA 701-0000-2020 55.54 6/25/2025 Refund Check 013721-000, 7393 TRISTAN KNOLL KINGSTON BARBARA 720-0000-2020 41.60 6/25/2025 Refund Check 013721-000, 7393 TRISTAN KNOLL KINGSTON BARBARA 700-0000-2020 2.95 6/25/2025 Refund Check 013721-000, 7393 TRISTAN KNOLL 141.83 6/25/2025 KINGSTON BARBARA 141.83 AP - Check Detail (7/3/2025)Page 19 of 43 80 Last Name Acct 1 Amount Check Date Description Kraus-Anderson Construction Company 414-4010-4702 106,439.42 6/26/2025 Civic Campus 106,439.42 6/26/2025 Kraus-Anderson Construction Company 106,439.42 KUSSKE CONSTRUCTION COMPANY 420-4229-4751 4,862.80 6/26/2025 Galpin Blvd retaining wall Improvements 4,862.80 6/26/2025 KUSSKE CONSTRUCTION COMPANY 4,862.80 Lake States Evergreen Company, LLC 101-1425-4573 188.21 6/20/2025 50 Black Hills Spruce trees 188.21 6/20/2025 Lake States Evergreen Company, LLC 188.21 LAKETOWN ELECTRIC CORPORATION 414-4010-4702 261,250.00 7/3/2025 Pay App #10 Civic Campus 261,250.00 7/3/2025 LAKETOWN ELECTRIC CORPORATION 261,250.00 Larson Megan 601-6060-4901 3,136.05 6/26/2025 Tree Replacement for #24-01 project 3,136.05 6/26/2025 Larson Megan 3,136.05 LEAGUE OF MN CITIES INS TRUST 101-1170-4483 57,200.00 6/20/2025 general liablity insurance-10002587 LEAGUE OF MN CITIES INS TRUST 101-0000-2017 58,233.00 6/20/2025 work comp premium-40003072 115,433.00 6/20/2025 LEAGUE OF MN CITIES INS TRUST 115,433.00 AP - Check Detail (7/3/2025)Page 20 of 43 81 Last Name Acct 1 Amount Check Date Description Lennar 101-0000-2075 750.00 6/20/2025 Landscape Escrow - 7184 Pearl Dr Lennar 101-0000-2075 750.00 6/20/2025 Landscape Escrow - 7148 Pearl Drive Lennar 101-0000-2075 750.00 6/20/2025 Landscape escrow-7172 Pearl Dr 2,250.00 6/20/2025 Lennar 2,250.00 Lepper David 101-1425-4906 150.00 6/20/2025 Tree Rebate Program- 2 trees 150.00 6/20/2025 Lepper David 150.00 Lockridge Grindal Nauen P.L.L.P 101-1110-4312 3,333.33 6/20/2025 Lobbying expenses-June 3,333.33 6/20/2025 Lockridge Grindal Nauen P.L.L.P 3,333.33 LYMAN LUMBER 101-1550-4150 250.86 7/3/2025 Fishing pier board repairs 250.86 7/3/2025 LYMAN LUMBER 250.86 Maass Eric 101-1420-4381 823.52 6/25/2025 Lodging for Rachel A and Rachel J at EDAM Conference 823.52 6/25/2025 Maass Eric 823.52 Marco Inc 101-1160-4411 635.00 6/25/2025 Copier Lease 635.00 6/25/2025 AP - Check Detail (7/3/2025)Page 21 of 43 82 Last Name Acct 1 Amount Check Date Description Marco Inc 635.00 Maus Kerry 101-1539-4343 780.00 6/26/2025 Line Dancing instruction 780.00 6/26/2025 Maus Kerry 780.00 MCFOA 101-1120-4360 95.00 6/18/2025 Fee for MCMC Certification 95.00 6/18/2025 MCFOA 95.00 MERLINS ACE HARDWARE 720-7207-4150 59.99 6/20/2025 Cord Reel Rope Twisted MERLINS ACE HARDWARE 700-7019-4510 30.99 6/20/2025 Outlet 20a Fasteners MERLINS ACE HARDWARE 700-0000-4120 18.39 6/20/2025 Chain Loop MERLINS ACE HARDWARE 101-1370-4120 5.50 6/20/2025 Fasteners MERLINS ACE HARDWARE 101-1120-4110 37.98 6/20/2025 Squeeges MERLINS ACE HARDWARE 101-1550-4120 519.06 6/20/2025 Valve Chain Grass Seed Duct Tape Cleaner MERLINS ACE HARDWARE 101-1320-4120 21.36 6/20/2025 Fasteners MERLINS ACE HARDWARE 700-7043-4150 67.86 6/20/2025 Wire Srv Cord Connector Shovel long handle MERLINS ACE HARDWARE 101-1320-4260 27.98 6/20/2025 Chainsaw Tool MERLINS ACE HARDWARE 700-0000-4150 33.98 6/20/2025 Contractor Bag 55G MERLINS ACE HARDWARE 101-1320-4150 10.18 6/20/2025 Utility Knife U Bolt MERLINS ACE HARDWARE 701-0000-4150 12.77 6/20/2025 Plastic Foam Paintbrushes MERLINS ACE HARDWARE 101-1550-4151 50.97 6/20/2025 Battery 4pk Cement Rain-R-Shine 897.01 6/20/2025 MERLINS ACE HARDWARE 897.01 Metro Garage Door Company 101-1312-4510 260.00 6/26/2025 PW service overhead door truck bay 260.00 6/26/2025 Metro Garage Door Company 260.00 AP - Check Detail (7/3/2025)Page 22 of 43 83 Last Name Acct 1 Amount Check Date Description Metronet Holdings, LLC 101-1190-4310 116.35 6/18/2025 Telephone & Communication Charges 116.35 6/18/2025 Metronet Holdings, LLC 101-1190-4310 116.35 6/25/2025 Telephone & Communication Charges 116.35 6/25/2025 Metronet Holdings, LLC 232.70 METROPOLITAN COUNCIL 701-0000-4509 241,707.34 6/20/2025 Wastewater services-July 241,707.34 6/20/2025 METROPOLITAN COUNCIL 241,707.34 METROPOLITAN FORD 101-1220-4140 145.86 6/26/2025 oil separator 213 145.86 6/26/2025 METROPOLITAN FORD 145.86 Midwest Aqua Care, Inc 101-1550-4300 1,345.00 6/20/2025 Lake Weed Treatments Midwest Aqua Care, Inc 101-1550-4300 2,745.00 6/20/2025 Lake Weed Treatments 4,090.00 6/20/2025 Midwest Aqua Care, Inc 4,090.00 Millenacker Todd 101-1613-4345 325.00 6/25/2025 July 2 performance 2025 325.00 6/25/2025 Millenacker Todd 325.00 Minnesota Equipment 101-1550-4120 258.50 6/20/2025 mirrors AP - Check Detail (7/3/2025)Page 23 of 43 84 Last Name Acct 1 Amount Check Date Description 258.50 6/20/2025 Minnesota Equipment 258.50 Minnesota Pump Works 700-7043-4550 61.00 6/26/2025 gasket for the clean water at west water treatment Minnesota Pump Works 701-7025-4705 2,676.33 6/26/2025 update float system LS 2 2,737.33 6/26/2025 Minnesota Pump Works 2,737.33 Minnkota Architectural Products Co, Inc 414-4010-4702 103,275.47 7/3/2025 Pay App #3 Civic Campus 103,275.47 7/3/2025 Minnkota Architectural Products Co, Inc 103,275.47 MN DEPT OF HEALTH 700-0000-4509 21,184.00 6/26/2025 water supply connection fee MN DEPT OF HEALTH 700-0000-4370 23.00 6/26/2025 Water Supply System Operator Renewal Application 21,207.00 6/26/2025 MN DEPT OF HEALTH 21,207.00 MN DEPT OF LABOR AND INDUSTRY 101-1250-3818 -42.38 6/20/2025 May 2025 Surcharge MN DEPT OF LABOR AND INDUSTRY 101-0000-2022 2,111.61 6/20/2025 May 2025 Surcharge 2,069.23 6/20/2025 MN DEPT OF LABOR AND INDUSTRY 2,069.23 MN DEPT OF TRANSPORTATION 601-6140-4300 414.97 6/26/2025 Material/Concrete testing-County @ 75% MN DEPT OF TRANSPORTATION 601-6040-4300 138.32 6/26/2025 Material/Concrete testing-City @ 25% 553.29 6/26/2025 AP - Check Detail (7/3/2025)Page 24 of 43 85 Last Name Acct 1 Amount Check Date Description MN DEPT OF TRANSPORTATION 553.29 MN RECREATION & PARK ASSOC.101-1766-4356 175.00 6/20/2025 MRPA - USSSA Softball Sanctioning 175.00 6/20/2025 MN RECREATION & PARK ASSOC. 175.00 MN VALLEY ELECTRIC COOP 101-1350-4320 261.20 6/18/2025 Electric Charges 261.20 6/18/2025 MN VALLEY ELECTRIC COOP 101-1350-4320 123.20 6/25/2025 Electric Charges MN VALLEY ELECTRIC COOP 101-1350-4320 43.92 6/25/2025 Electric Charges MN VALLEY ELECTRIC COOP 101-1350-4320 130.69 6/25/2025 Electric Charges 297.81 6/25/2025 MN VALLEY ELECTRIC COOP 101-1350-4320 40.62 7/2/2025 Electric Charges MN VALLEY ELECTRIC COOP 101-1350-4320 98.32 7/2/2025 Electric Charges MN VALLEY ELECTRIC COOP 101-1350-4320 53.66 7/2/2025 Electric Charges MN VALLEY ELECTRIC COOP 101-1350-4320 214.90 7/2/2025 Electric Charges MN VALLEY ELECTRIC COOP 101-1600-4320 50.69 7/2/2025 Electric Charges MN VALLEY ELECTRIC COOP 700-0000-4320 165.60 7/2/2025 Electric Charges MN VALLEY ELECTRIC COOP 701-0000-4320 1,061.39 7/2/2025 Electric Charges MN VALLEY ELECTRIC COOP 101-1350-4320 5,797.56 7/2/2025 Electric Charges 7,482.74 7/2/2025 MN VALLEY ELECTRIC COOP 8,041.75 Mulcahy Nickolaus LLC 414-4010-4702 481,533.61 7/3/2025 Pay App #7 Civic Campus 481,533.61 7/3/2025 Mulcahy Nickolaus LLC 481,533.61 Mutchler Marc S.101-1613-4345 500.00 6/25/2025 July 4 performance 2025 AP - Check Detail (7/3/2025)Page 25 of 43 86 Last Name Acct 1 Amount Check Date Description 500.00 6/25/2025 Mutchler Marc S. 500.00 Naab Jesse 101-1425-4906 150.00 6/20/2025 Tree Rebate Application- 150.00 6/20/2025 Naab Jesse 150.00 Naab Jesse & Andrea 101-0000-2073 1,000.00 6/26/2025 Erosion escrow 7264 Rogers Ct #593147 1,000.00 6/26/2025 Naab Jesse & Andrea 1,000.00 NAPA AUTO & TRUCK PARTS 101-1320-4120 34.74 6/20/2025 bearing NAPA AUTO & TRUCK PARTS 101-1550-4120 113.72 6/20/2025 filters NAPA AUTO & TRUCK PARTS 101-1220-4140 74.99 6/20/2025 filter 223.45 6/20/2025 NAPA AUTO & TRUCK PARTS 223.45 Nokomis Energy, LLC 101-1312-4320 735.58 7/2/2025 Electric Charges Nokomis Energy, LLC 700-7019-4320 1,490.57 7/2/2025 Electric Charges Nokomis Energy, LLC 700-0000-4320 625.41 7/2/2025 Electric Charges Nokomis Energy, LLC 700-7043-4320 6,102.64 7/2/2025 Electric Charges Nokomis Energy, LLC 701-0000-4320 91.95 7/2/2025 Electric Charges 9,046.15 7/2/2025 Nokomis Energy, LLC 9,046.15 NORMAN CHERYL & KENNETH 720-0000-2020 2.00 6/25/2025 Refund Check 096987-000, 1952 ANDREW COURT NORMAN CHERYL & KENNETH 700-0000-2020 0.83 6/25/2025 Refund Check 096987-000, 1952 ANDREW COURT NORMAN CHERYL & KENNETH 701-0000-2020 23.27 6/25/2025 Refund Check 096987-000, 1952 ANDREW COURT AP - Check Detail (7/3/2025)Page 26 of 43 87 Last Name Acct 1 Amount Check Date Description NORMAN CHERYL & KENNETH 700-0000-2020 7.99 6/25/2025 Refund Check 096987-000, 1952 ANDREW COURT 34.09 6/25/2025 NORMAN CHERYL & KENNETH 34.09 Northern Glass & Glazing Inc 414-4010-4702 90,250.00 7/3/2025 Pay App #2 Civic Campus 90,250.00 7/3/2025 Northern Glass & Glazing Inc 90,250.00 NOVEL SOLAR THREE, LLC 700-0000-4320 6,648.30 6/18/2025 Electric Charges NOVEL SOLAR THREE, LLC 101-1350-4320 138.93 6/18/2025 Electric Charges NOVEL SOLAR THREE, LLC 701-0000-4320 3,648.21 6/18/2025 Electric Charges 10,435.44 6/18/2025 NOVEL SOLAR THREE, LLC 10,435.44 NvoicePay 101-1130-4300 702.90 6/20/2025 Payment processing-May 702.90 6/20/2025 NvoicePay 702.90 NYSTROM PUBLISHING COMPANY INC 101-1613-4340 4,930.16 6/26/2025 4th of July magazine 2025 4,930.16 6/26/2025 NYSTROM PUBLISHING COMPANY INC 4,930.16 O'CONNOR DANIEL & KATHRYN 701-0000-2020 1.33 6/25/2025 Refund Check 008881-000, 7124 NORTHWOOD COURT O'CONNOR DANIEL & KATHRYN 720-0000-2020 3.76 6/25/2025 Refund Check 008881-000, 7124 NORTHWOOD COURT 5.09 6/25/2025 AP - Check Detail (7/3/2025)Page 27 of 43 88 Last Name Acct 1 Amount Check Date Description O'CONNOR DANIEL & KATHRYN 5.09 Olson Payton 720-0000-4370 225.00 7/2/2025 Training for Erosion Control Inspection-Payton Olson 225.00 7/2/2025 Olson Payton 225.00 OTTO ASSOCIATES 101-1310-4303 1,033.25 6/20/2025 #23-02 Vacate ROW along Dogwood Rd/78th St 1,033.25 6/20/2025 OTTO ASSOCIATES 1,033.25 Owens D. Milton 101-1620-4345 600.00 6/18/2025 6/19 Concert Series performance 600.00 6/18/2025 Owens D. Milton 600.00 PATCHIN MESSNER 101-1120-4300 3,500.00 6/26/2025 Property Value Appraisal-NW Corner HWY 101 & Lyman Blvd 3,500.00 6/26/2025 PATCHIN MESSNER 601-6057-4701 12,910.00 7/3/2025 Property Value Appraisal-Market Blvd & Laredo Dr 12,910.00 7/3/2025 PATCHIN MESSNER 16,410.00 PHARIS SCOTT 700-0000-2020 1.32 6/25/2025 Refund Check 007960-000, 1815 VALLEY RIDGE TR S PHARIS SCOTT 701-0000-2020 36.91 6/25/2025 Refund Check 007960-000, 1815 VALLEY RIDGE TR S PHARIS SCOTT 720-0000-2020 18.70 6/25/2025 Refund Check 007960-000, 1815 VALLEY RIDGE TR S PHARIS SCOTT 700-0000-2020 16.20 6/25/2025 Refund Check 007960-000, 1815 VALLEY RIDGE TR S 73.13 6/25/2025 AP - Check Detail (7/3/2025)Page 28 of 43 89 Last Name Acct 1 Amount Check Date Description PHARIS SCOTT 73.13 Pinnacle Pest Control 700-0000-4510 290.00 6/26/2025 pest control Pinnacle Pest Control 101-1170-4510 200.00 6/26/2025 pest control Pinnacle Pest Control 101-1550-4510 160.00 6/26/2025 pest control Pinnacle Pest Control 101-1530-4510 80.00 6/26/2025 pest control 730.00 6/26/2025 Pinnacle Pest Control 730.00 POMP'S TIRE SERVICE INC 101-1320-4140 610.60 7/3/2025 tires POMP'S TIRE SERVICE INC 101-1320-4140 270.00 7/3/2025 paint wheels POMP'S TIRE SERVICE INC 101-1320-4140 1,390.90 7/3/2025 tires 2,271.50 7/3/2025 POMP'S TIRE SERVICE INC 2,271.50 POWERPLAN OIB 101-1320-4120 -50.00 6/26/2025 water pump core return POWERPLAN OIB 101-1320-4120 106.86 6/26/2025 clutch switch 56.86 6/26/2025 POWERPLAN OIB 101-1320-4120 633.44 7/3/2025 chipper parts 633.44 7/3/2025 POWERPLAN OIB 690.30 Precision Driving Center 101-1560-4343 612.00 6/20/2025 Driver Safety Class instructor fees Precision Driving Center 101-1560-4343 747.00 6/20/2025 Driver Safety Class instructor fees 1,359.00 6/20/2025 Precision Driving Center 1,359.00 Premium Waters, Inc 101-1550-4120 4.38 6/20/2025 Lake Ann Water AP - Check Detail (7/3/2025)Page 29 of 43 90 Last Name Acct 1 Amount Check Date Description Premium Waters, Inc 101-1550-4120 46.67 6/20/2025 Lake Ann Water 51.05 6/20/2025 Premium Waters, Inc 51.05 Prescott Scott 101-1620-4345 200.00 7/2/2025 7/17 Concert Series performance 200.00 7/2/2025 Prescott Scott 200.00 Pro-Tree Outdoor Services 101-1550-4359 72.00 6/20/2025 LC Per MN Statute 471.425 Pro-Tree Outdoor Services 101-1550-4571 2,400.00 6/20/2025 Tree pruning on property line Pro-Tree Outdoor Services 101-1550-4359 19.35 6/20/2025 LC Per MN Statute 471.425 Pro-Tree Outdoor Services 101-1550-4572 1,290.00 6/20/2025 Ash tree removal in ROW Pro-Tree Outdoor Services 101-1550-4572 660.00 6/20/2025 Elm tree removal Pro-Tree Outdoor Services 101-1550-4572 660.00 6/20/2025 Boxelder Tree Removal Pro-Tree Outdoor Services 101-1550-4572 3,120.00 6/20/2025 Boxelder removal Pro-Tree Outdoor Services 101-1550-4359 46.80 6/20/2025 LC Per MN Statute 471.425 Pro-Tree Outdoor Services 101-1550-4571 660.00 6/20/2025 Red oak pruning 8,928.15 6/20/2025 Pro-Tree Outdoor Services 601-6048-4300 32,430.00 6/26/2025 Tree Removal for Crimson Bay Rd project 32,430.00 6/26/2025 Pro-Tree Outdoor Services 101-1550-4572 1,290.00 7/3/2025 Tree Removal- 6614 Horseshoe Curve Pro-Tree Outdoor Services 101-1420-4359 38.70 7/3/2025 Late Fee per MN Statute 471.425 Pro-Tree Outdoor Services 101-1550-4572 4,986.40 7/3/2025 Tree Removal- 760 Carver Beach Rd. Pro-Tree Outdoor Services 101-1550-4572 660.00 7/3/2025 Ash Tree Removal- 6681 Galpin Blvd. 6,975.10 7/3/2025 Pro-Tree Outdoor Services 48,333.25 Rain for Rent 701-0000-4405 5,365.34 6/20/2025 FOG disposal/ rental box AP - Check Detail (7/3/2025)Page 30 of 43 91 Last Name Acct 1 Amount Check Date Description 5,365.34 6/20/2025 Rain for Rent 5,365.34 Ready Watt Electric 101-1220-4533 4,905.00 6/20/2025 Annual Maintenance on City Sirens 4,905.00 6/20/2025 Ready Watt Electric 4,905.00 RIEGER BRIAN & COURTNEY 700-0000-2020 2.06 6/25/2025 Refund Check 103390-000, 729 MAGGIE WAY RIEGER BRIAN & COURTNEY 720-0000-2020 7.50 6/25/2025 Refund Check 103390-000, 729 MAGGIE WAY RIEGER BRIAN & COURTNEY 701-0000-2020 32.25 6/25/2025 Refund Check 103390-000, 729 MAGGIE WAY RIEGER BRIAN & COURTNEY 700-0000-2020 27.82 6/25/2025 Refund Check 103390-000, 729 MAGGIE WAY 69.63 6/25/2025 RIEGER BRIAN & COURTNEY 69.63 Ryan Contracting Company 601-6053-4751 55,890.87 7/3/2025 2025 Pavement Rehab-PMP Ryan Contracting Company 700-6053-4751 76,000.00 7/3/2025 2025 Pavement Rehab-Water 131,890.87 7/3/2025 Ryan Contracting Company 131,890.87 Safe-Fast, Inc.101-1320-4240 39.96 6/20/2025 hard hat 39.96 6/20/2025 Safe-Fast, Inc. 39.96 Scanlon Paul 101-1425-4906 150.00 6/20/2025 Tree Rebate Application- 2 trees 150.00 6/20/2025 AP - Check Detail (7/3/2025)Page 31 of 43 92 Last Name Acct 1 Amount Check Date Description Scanlon Paul 150.00 Schrader Jeffrey 101-1766-4341 58.72 7/3/2025 Softball Umpire Payment - 2 Games 58.72 7/3/2025 Schrader Jeffrey 58.72 SCOTT NELSON COACHING INC 101-1220-4370 1,200.00 6/20/2025 Leadership coaching sessions 1,200.00 6/20/2025 SCOTT NELSON COACHING INC 1,200.00 SEH 410-4410-4300 8,770.43 7/3/2025 Lake Ann Park Preserve 8,770.43 7/3/2025 SEH 8,770.43 Senja Inc 101-1539-4343 160.00 7/3/2025 Tai Chi Instruction 160.00 7/3/2025 Senja Inc 160.00 SHERWIN WILLIAMS 701-0000-4150 174.16 6/20/2025 Lift station 24 paint 174.16 6/20/2025 SHERWIN WILLIAMS 174.16 Shwaders Landscaping 101-0000-2073 1,000.00 6/26/2025 Erosion escrow 1601 Lyman Blvd #539381 1,000.00 6/26/2025 AP - Check Detail (7/3/2025)Page 32 of 43 93 Last Name Acct 1 Amount Check Date Description Shwaders Landscaping 1,000.00 SiteOne Landscape Supply 701-0000-4551 28.68 6/26/2025 lake susan park sidesewer/lateral repair SiteOne Landscape Supply 701-0000-4150 28.68 6/26/2025 topsoil for sewer repair SiteOne Landscape Supply 701-0000-4150 57.35 6/26/2025 topsoil for sewer repair SiteOne Landscape Supply 101-1550-4151 26.48 6/26/2025 PVC Pipe (City Center repair) SiteOne Landscape Supply 101-1550-4150 1,401.30 6/26/2025 Goose Repellent (Restock) 1,542.49 6/26/2025 SiteOne Landscape Supply 101-1550-4151 816.16 7/3/2025 Sprinkler Heads (Restock) SiteOne Landscape Supply 700-0000-4150 57.35 7/3/2025 topsoil 873.51 7/3/2025 SiteOne Landscape Supply 2,416.00 Skubic Robert 101-1425-4906 119.98 6/20/2025 Tree Rebate- 2 trees 119.98 6/20/2025 Skubic Robert 119.98 Sports Facilities Companies LLC 416-0000-4300 15,000.00 6/26/2025 Advisory contract-Chan Bluffs Sports Facilities Companies LLC 416-0000-4300 245.64 6/26/2025 Travel expenses-Dylan Lowdermilk 15,245.64 6/26/2025 Sports Facilities Companies LLC 416-0000-4300 9,000.00 7/3/2025 Advisory contract-Chan Bluffs 9,000.00 7/3/2025 Sports Facilities Companies LLC 24,245.64 Springer Annie 101-0000-1027 275.00 6/25/2025 Kiddie Games change 2025 275.00 6/25/2025 AP - Check Detail (7/3/2025)Page 33 of 43 94 Last Name Acct 1 Amount Check Date Description Springer Annie 275.00 Sr Mechanical 402-1220-4702 21,750.00 6/20/2025 CIP #MBFire_Fire Station RTU replacement 21,750.00 6/20/2025 Sr Mechanical 21,750.00 SRF CONSULTING GROUP INC 601-6058-4303 3,855.06 6/20/2025 TH41/MMSW Roundabout 3,855.06 6/20/2025 SRF CONSULTING GROUP INC 3,855.06 Storms Welding & Mfg, Inc.101-1320-4120 91.50 6/20/2025 bucket truck certified weld 91.50 6/20/2025 Storms Welding & Mfg, Inc. 91.50 SUMMIT FIRE PROTECTION 101-1170-4510 386.00 6/26/2025 City Hall fire alarm monitoring SUMMIT FIRE PROTECTION 101-1312-4510 623.00 6/26/2025 PW fire alarm monitoring SUMMIT FIRE PROTECTION 700-7019-4510 623.00 6/26/2025 EWTP fire alarm monitoring SUMMIT FIRE PROTECTION 101-1220-4510 623.00 6/26/2025 Fire Station fire alarm monitoring 2,255.00 6/26/2025 SUMMIT FIRE PROTECTION 101-1190-4510 485.00 7/3/2025 Library fire alarm monitoring SUMMIT FIRE PROTECTION 414-4010-4702 133,047.50 7/3/2025 Pay App #3 Civic Campus SUMMIT FIRE PROTECTION 101-1550-4510 579.00 7/3/2025 Lake Ann Park Shed fire alarm monitoring SUMMIT FIRE PROTECTION 101-1550-4510 303.00 7/3/2025 Lake Ann Pavillion fire alarm monitoring 134,414.50 7/3/2025 SUMMIT FIRE PROTECTION 136,669.50 Swanson & Youngdale Inc 414-4010-4702 5,700.00 7/3/2025 Pay App #5 Civic Campus AP - Check Detail (7/3/2025)Page 34 of 43 95 Last Name Acct 1 Amount Check Date Description 5,700.00 7/3/2025 Swanson & Youngdale Inc 5,700.00 Thiele Cheryl 101-1550-4573 150.00 6/20/2025 Tree Rebate Program- 2 trees 150.00 6/20/2025 Thiele Cheryl 150.00 Thorn Brett 101-1425-4906 150.00 6/20/2025 Tree Rebate- 2 Trees 150.00 6/20/2025 Thorn Brett 150.00 Thrive Consultancy, LLC 101-1420-4300 9,750.00 6/20/2025 Interim CD Director contract 9,750.00 6/20/2025 Thrive Consultancy, LLC 9,750.00 TimeSaver Off Site Secretarial, Inc 101-1125-4300 212.50 6/20/2025 City Council Meeting minutes 5.12.25 TimeSaver Off Site Secretarial, Inc 101-1125-4300 172.00 6/20/2025 Planning Commission minutes 5.20.25 TimeSaver Off Site Secretarial, Inc 101-1125-4300 172.00 6/20/2025 City Council Meeting minutes 5.19.25 TimeSaver Off Site Secretarial, Inc 101-1125-4300 212.50 6/20/2025 Park and Rec Minutes TimeSaver Off Site Secretarial, Inc 101-1125-4300 172.00 6/20/2025 Planning Commission Minutes TimeSaver Off Site Secretarial, Inc 101-1125-4300 172.00 6/20/2025 City Council Mintues 1,113.00 6/20/2025 TimeSaver Off Site Secretarial, Inc 1,113.00 TITLE CHOICE LLC 700-0000-2020 5.85 6/25/2025 Refund Check 104879-000, 719 MAGGIE WAY TITLE CHOICE LLC 701-0000-2020 4.69 6/25/2025 Refund Check 104879-000, 719 MAGGIE WAY TITLE CHOICE LLC 700-0000-2020 0.59 6/25/2025 Refund Check 104879-000, 719 MAGGIE WAY TITLE CHOICE LLC 720-0000-2020 2.18 6/25/2025 Refund Check 104879-000, 719 MAGGIE WAY AP - Check Detail (7/3/2025)Page 35 of 43 96 Last Name Acct 1 Amount Check Date Description 13.31 6/25/2025 TITLE CHOICE LLC 13.31 TITLESMART INC 700-0000-2020 4.44 6/25/2025 Refund Check 100233-000, 7875 HARVEST LANE TITLESMART INC 700-0000-2020 0.41 6/25/2025 Refund Check 100233-000, 7875 HARVEST LANE TITLESMART INC 720-0000-2020 0.50 6/25/2025 Refund Check 100233-000, 7875 HARVEST LANE TITLESMART INC 701-0000-2020 7.70 6/25/2025 Refund Check 100233-000, 7875 HARVEST LANE 13.05 6/25/2025 TITLESMART INC 13.05 TK Elevator Corporation 414-4010-4702 50,362.68 7/3/2025 Pay App #2 Civic Campus 50,362.68 7/3/2025 TK Elevator Corporation 50,362.68 Top Line Steel Corporation 414-4010-4702 32,222.10 7/3/2025 Pay App #7 Civic Campus 32,222.10 7/3/2025 Top Line Steel Corporation 32,222.10 TOWMASTER INC 400-0000-4704 38,544.00 7/3/2025 #406 new truck box and sander 38,544.00 7/3/2025 TOWMASTER INC 38,544.00 Triethart DeeAnn 101-1120-4110 59.63 6/25/2025 Plates & Forks 59.63 6/25/2025 AP - Check Detail (7/3/2025)Page 36 of 43 97 Last Name Acct 1 Amount Check Date Description Triethart DeeAnn 59.63 TWIN CITIES & WESTERN RR CO 700-0000-4509 869.04 6/26/2025 Annual Fee for Utility Crossing #438.6-20050601 869.04 6/26/2025 TWIN CITIES & WESTERN RR CO 869.04 TWIN CITY HARDWARE 414-4010-4702 2,105.58 7/3/2025 Pay App #3 Civic Campus 2,105.58 7/3/2025 TWIN CITY HARDWARE 2,105.58 Unmacht Matt 101-1120-4381 296.96 6/18/2025 Flight to Tampa and return 296.96 6/18/2025 Unmacht Matt 296.96 US Home Corporation 101-0000-2075 750.00 6/20/2025 Landscape Escrow - 2190 Paisley Path US Home Corporation 101-0000-2075 750.00 6/20/2025 Landscape Escrow - 7124 Pearl Dr US Home Corporation 101-0000-2075 750.00 6/20/2025 Landscape Escrow - 7205 Purple Pkwy US Home Corporation 101-0000-2075 750.00 6/20/2025 Landscape Escrow - 1939 Visionary Ct US Home Corporation 101-0000-2075 750.00 6/20/2025 Landscape Escrow - 7160 Pearl Dr US Home Corporation 101-0000-2075 750.00 6/20/2025 Landscape Escrow - 7113 Pearl Dr 4,500.00 6/20/2025 US Home Corporation 4,500.00 USA BLUE BOOK 700-0000-4550 596.64 6/20/2025 hydrant supplies 596.64 6/20/2025 USA BLUE BOOK 700-7043-4550 3,529.32 6/26/2025 pumps for chemicals USA BLUE BOOK 700-7019-4160 575.16 6/26/2025 chemicals supplies USA BLUE BOOK 700-7043-4550 465.71 6/26/2025 transmitter for west plant AP - Check Detail (7/3/2025)Page 37 of 43 98 Last Name Acct 1 Amount Check Date Description USA BLUE BOOK 700-7019-4550 465.71 6/26/2025 transmitter for east plant 5,035.90 6/26/2025 USA BLUE BOOK 700-7043-4160 595.25 7/3/2025 chemicals supplies 595.25 7/3/2025 USA BLUE BOOK 6,227.79 VALLEY-RICH CO INC 700-0000-4552 8,750.18 6/20/2025 curb box leak 8715 chanhassen hill dr VALLEY-RICH CO INC 700-0000-4552 6,969.00 6/20/2025 water main break 7025 Cheyenne trail 15,719.18 6/20/2025 VALLEY-RICH CO INC 15,719.18 VEASAW JAMES & KARI 701-0000-2020 17.89 6/25/2025 Refund Check 095870-000, 2012 BLUE SAGE LANE E VEASAW JAMES & KARI 700-0000-2020 17.38 6/25/2025 Refund Check 095870-000, 2012 BLUE SAGE LANE E VEASAW JAMES & KARI 700-0000-2020 1.30 6/25/2025 Refund Check 095870-000, 2012 BLUE SAGE LANE E VEASAW JAMES & KARI 720-0000-2020 2.38 6/25/2025 Refund Check 095870-000, 2012 BLUE SAGE LANE E 38.95 6/25/2025 VEASAW JAMES & KARI 38.95 Vehicle Response Training LLC 101-1220-4359 36.00 7/3/2025 Late Fee per MN Statute 471.425 Vehicle Response Training LLC 101-1220-4120 2,400.00 7/3/2025 EV Fire Blanket 2,436.00 7/3/2025 Vehicle Response Training LLC 2,436.00 VERIZON WIRELESS 101-1220-4310 756.52 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 101-1312-4310 129.17 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 101-1420-4310 190.58 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 101-1320-4310 278.91 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 101-1110-4310 40.01 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 101-1310-4310 277.97 6/25/2025 Telephone & Communication Charges AP - Check Detail (7/3/2025)Page 38 of 43 99 Last Name Acct 1 Amount Check Date Description VERIZON WIRELESS 700-0000-4310 511.40 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 701-0000-4310 95.08 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 700-0000-4310 95.08 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 101-1550-4310 593.42 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 101-1160-4310 139.17 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 101-1170-4310 87.78 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 101-1540-4310 40.01 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 101-1600-4310 250.62 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 101-1530-4310 41.39 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 101-1120-4310 137.81 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 101-1250-4310 312.05 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 101-1520-4310 52.16 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 101-1370-4310 107.07 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 701-0000-4310 366.33 6/25/2025 Telephone & Communication Charges VERIZON WIRELESS 720-0000-4310 219.13 6/25/2025 Telephone & Communication Charges 4,721.66 6/25/2025 VERIZON WIRELESS 4,721.66 Villalva Michael Edward John 101-1613-4345 700.00 6/25/2025 July 3 performance 2025 700.00 6/25/2025 Villalva Michael Edward John 700.00 VOLUNTEER FIREFIGHTERS BENEFIT ASSOC OF MINN 101-1220-4352 1,463.00 6/18/2025 FF Benefit for Injury/Illness 1,463.00 6/18/2025 VOLUNTEER FIREFIGHTERS BENEFIT ASSOC OF MINN 1,463.00 W.L. Hall Co.101-1530-4510 603.75 6/20/2025 Wall repair 603.75 6/20/2025 W.L. Hall Co. 603.75 Waste Management of Minnesota, Inc 101-1220-4329 117.58 6/20/2025 Garbage Service-June AP - Check Detail (7/3/2025)Page 39 of 43 100 Last Name Acct 1 Amount Check Date Description Waste Management of Minnesota, Inc 700-0000-4329 18.81 6/20/2025 Garbage Service-June Waste Management of Minnesota, Inc 101-1190-4329 396.59 6/20/2025 Garbage Service-June Waste Management of Minnesota, Inc 101-1550-4329 713.40 6/20/2025 Garbage Service-June Waste Management of Minnesota, Inc 101-1312-4329 150.53 6/20/2025 Garbage Service-June Waste Management of Minnesota, Inc 101-1170-4329 459.03 6/20/2025 Garbage service-June Waste Management of Minnesota, Inc 701-0000-4329 18.81 6/20/2025 Garbage Service-June 1,874.75 6/20/2025 Waste Management of Minnesota, Inc 1,874.75 WATERMARK TITLE AGENCY 701-0000-2020 48.40 6/25/2025 Refund Check 098214-000, 4100 LAKERIDGE ROAD WATERMARK TITLE AGENCY 700-0000-2020 25.30 6/25/2025 Refund Check 098214-000, 4100 LAKERIDGE ROAD WATERMARK TITLE AGENCY 700-0000-2020 0.64 6/25/2025 Refund Check 098214-000, 4100 LAKERIDGE ROAD WATERMARK TITLE AGENCY 720-0000-2020 9.07 6/25/2025 Refund Check 098214-000, 4100 LAKERIDGE ROAD 83.41 6/25/2025 WATERMARK TITLE AGENCY 83.41 WERK TROY & JOANN 720-0000-2020 2.20 6/25/2025 Refund Check 101656-000, 7510 FAWN HILL ROAD WERK TROY & JOANN 700-0000-2020 3.25 6/25/2025 Refund Check 101656-000, 7510 FAWN HILL ROAD WERK TROY & JOANN 701-0000-2020 5.88 6/25/2025 Refund Check 101656-000, 7510 FAWN HILL ROAD WERK TROY & JOANN 700-0000-2020 0.16 6/25/2025 Refund Check 101656-000, 7510 FAWN HILL ROAD 11.49 6/25/2025 WERK TROY & JOANN 11.49 WHALEN ALAN M.700-0000-2020 0.42 6/25/2025 Refund Check 104250-000, 2063 BLUE SAGE LANE W WHALEN ALAN M.700-0000-2020 17.04 6/25/2025 Refund Check 104250-000, 2063 BLUE SAGE LANE W WHALEN ALAN M.701-0000-2020 25.12 6/25/2025 Refund Check 104250-000, 2063 BLUE SAGE LANE W WHALEN ALAN M.720-0000-2020 0.52 6/25/2025 Refund Check 104250-000, 2063 BLUE SAGE LANE W 43.10 6/25/2025 WHALEN ALAN M. 43.10 Wittl Zachary 700-7204-4901 100.00 7/3/2025 Water Wise Rebate- Clothes Washer AP - Check Detail (7/3/2025)Page 40 of 43 101 Last Name Acct 1 Amount Check Date Description 100.00 7/3/2025 Wittl Zachary 100.00 WM MUELLER & SONS INC 101-1320-4150 267.04 6/20/2025 granite rock WM MUELLER & SONS INC 700-0000-4150 389.07 6/20/2025 sand for backfill WM MUELLER & SONS INC 700-0000-4550 680.61 6/20/2025 asphalt for water repair 1,336.72 6/20/2025 WM MUELLER & SONS INC 700-0000-4150 748.23 6/26/2025 asphalt for water repair WM MUELLER & SONS INC 700-0000-4150 94.82 6/26/2025 water repair 843.05 6/26/2025 WM MUELLER & SONS INC 101-1320-4157 419.51 7/3/2025 pothole patching 419.51 7/3/2025 WM MUELLER & SONS INC 2,599.28 WSB & ASSOCIATES INC 416-0000-4303 1,853.00 6/20/2025 Chan Bluffs Community Center Platting WSB & ASSOCIATES INC 101-1311-4229 1,140.00 6/20/2025 Datafi Subscription WSB & ASSOCIATES INC 700-0000-4300 4,146.50 6/20/2025 EWTP Biological Water Treatment Pilot Study WSB & ASSOCIATES INC 101-1311-4306 372.50 6/20/2025 GIS Support Services 7,512.00 6/20/2025 WSB & ASSOCIATES INC 720-7025-4300 626.00 6/26/2025 2023 Pond Maintenance Project WSB & ASSOCIATES INC 720-7025-4300 5,430.75 6/26/2025 2024 Pond Maintenance Project WSB & ASSOCIATES INC 720-0000-4300 1,060.00 6/26/2025 Water Resources Support Services WSB & ASSOCIATES INC 720-0000-4300 360.00 6/26/2025 WCA Support Services WSB & ASSOCIATES INC 720-0000-4300 1,980.00 6/26/2025 WCA Support Services WSB & ASSOCIATES INC 720-7025-4300 4,591.00 6/26/2025 2024 Pond Maintenance Project WSB & ASSOCIATES INC 720-7025-4300 262.00 6/26/2025 2023 Pond Maintenance Project WSB & ASSOCIATES INC 720-0000-4300 3,999.25 6/26/2025 Water Resources Support Services 18,309.00 6/26/2025 AP - Check Detail (7/3/2025)Page 41 of 43 102 Last Name Acct 1 Amount Check Date Description WSB & ASSOCIATES INC 25,821.00 WW GRAINGER INC 101-1550-4510 37.98 7/3/2025 Lake Susan restroom signage 37.98 7/3/2025 WW GRAINGER INC 37.98 XCEL ENERGY INC 700-0000-4320 1,783.64 6/18/2025 Electric Charges XCEL ENERGY INC 101-1550-4320 -90.61 6/18/2025 Electric Charges XCEL ENERGY INC 101-1540-4320 4,987.07 6/18/2025 Electric Charges XCEL ENERGY INC 101-1600-4320 487.78 6/18/2025 Electric Charges 7,167.88 6/18/2025 XCEL ENERGY INC 700-7043-4320 -631.97 6/25/2025 Electric Charges XCEL ENERGY INC 700-0000-4320 9,587.26 6/25/2025 Electric Charges XCEL ENERGY INC 101-1170-4320 30.55 6/25/2025 Electric Charges XCEL ENERGY INC 101-1220-4320 1,033.39 6/25/2025 Electric Charges XCEL ENERGY INC 101-1190-4320 770.07 6/25/2025 Electric Charges XCEL ENERGY INC 701-0000-4320 -29.12 6/25/2025 Electric Charges XCEL ENERGY INC 101-1120-1193 75.26 6/25/2025 Electric Charges XCEL ENERGY INC 700-7043-4320 1,578.93 6/25/2025 Electric Charges XCEL ENERGY INC 101-1600-4320 34.33 6/25/2025 Electric Charges XCEL ENERGY INC 700-7019-4320 3,915.31 6/25/2025 Electric Charges XCEL ENERGY INC 700-0000-4320 100.83 6/25/2025 Electric Charges XCEL ENERGY INC 700-0000-4320 -29.12 6/25/2025 Electric Charges XCEL ENERGY INC 101-1312-4320 -232.94 6/25/2025 Electric Charges 16,202.78 6/25/2025 XCEL ENERGY INC 101-1600-4320 102.88 7/2/2025 Electric Charges 102.88 7/2/2025 XCEL ENERGY INC 23,473.54 Zywotko Tammy 101-0000-2072 2,500.00 7/3/2025 As built escrow 6681 Galpin Blvd #650259 AP - Check Detail (7/3/2025)Page 42 of 43 103 Last Name Acct 1 Amount Check Date Description 2,500.00 7/3/2025 Zywotko Tammy 2,500.00 5,665,494.95 AP - Check Detail (7/3/2025)Page 43 of 43 104 City Council Item July 14, 2025 Item Approve Temporary Modification of the Licensed Premises to serve Beer in the Hackamore Brewing Company Parking Lot Area File No.Item No: D.4 Agenda Section CONSENT AGENDA Prepared By Jenny Potter, City Clerk Reviewed By Laurie Hokkanen SUGGESTED ACTION “The Chanhassen City Council approves a temporary modification to the licensed premises of Hackamore Brewing Company to include the parking lot area on the east side of the building as shown in the attached map, for the purpose of serving beer during their special events." Motion Type Simple Majority Vote of members present Strategic Priority N/A SUMMARY Hackamore Brewing Company has submitted an application to host several special events this year. They will be on July 19, August 9 & 16, September 20 & 27, 2025. As part of the events, the Brewery is requesting the expansion of their licensed premises to include the parking lot area on the east side of the building. City Council approval is required for this request. The Brewery must still submit applications for temporary events to the city for each event. BACKGROUND Hackamore Brewing Company currently holds a Brewer off-sale and an on-sale and Sunday Brewer Taproom liquor license. In order to provide an outdoor area for the special events to serve alcohol in the parking lot, Hackamore Brewing Company is requesting that the City Council grant a temporary modification to expand the licensed premises to include the east parking lot area as shown in the 105 attached map for July 19, August 9 & 16, September 20 & 27, 2025. DISCUSSION In order to expand liquor service beyond the current licensed premises to include the east parking lot, Hackamore Brewing Company is requesting the City Council grant a temporary modification to the licensed premises to include the east parking lot as shown on the attached map with the following conditions: 1. The applicant must apply for and receive a permit through the temporary outdoor event ordinance from the City for the expanded seating area. 2. The applicant must provide a specific diagram of the area in which the temporary modification to the licensed premises is to occur. The diagram must indicate how the area will be physically enclosed and the location of tables, chairs, food and beverage stations, and any other important features. 3. The applicant must submit proof of the necessary liquor liability insurance coverage for the expanded serving area. The applicant has met all of the requirements except applying for the temporary event permits. This will be required before each event. BUDGET RECOMMENDATION Staff recommends that the City Council approve Hackamore Brewing Company's request to expand the licensed premises to include the east portion of the parking lot as shown on the attached map. ATTACHMENTS Location Map Certificate of Liquor Liability Insurance 106 107 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME: CONTACT A/C, No): FAX E-MAILADDRESS: PRODUCER A/C, No, Ext): PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: Per accident) Ea accident) N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOSONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY) POLICY EXP( MM/DD/YYYY) POLICYEFFPOLICYNUMBERTYPEOFINSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE AGGREGATE OCCUR CLAIMS-MADE DED RETENTION $ PRODUCTS - COMP/OP AGG GENERAL AGGREGATE PERSONAL & ADV INJURY MED EXP (Any one person) EACH OCCURRENCE DAMAGE TO RENTED $ PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 3/4/2025 Miller-Hartwig Insurance PO Box 1177 Lakeville MN 55044 Josh Havlik 952-469-5502 952-469-1881 JHavlik@millerhartwig.com Cincinnati Insurance Co 10677 HACKBRE-01 SFM Mutual Insurance Co11347HackamoreBrewingCoLLC 18651 Lake Dr E Chanhassen MN 55317 407121252 A X 1,000,000 X 500,000 5,000 1,000,000 2,000,000 X Y Y ETD 0658673 7/1/2024 7/1/2025 2,000,000 A 1,000,000 X X ETD 0658673 7/1/2024 7/1/2025 A X X 4,000,000YETD06586737/1/2024Y 7/1/2025 B X189468.201 2/1/2025 2/1/2026 1,000,000 1,000,000 1,000,000 A Liquor Liability ETD 0658673 7/1/2024 7/1/2025 occ/agg 1000000/2000000 Brewery and Taproom-18651 Lake Dr E Chanhassen MN 55317 Liquor Liability is continuous until cancelled meaning notice will be given for any cancellation,non-renewal,failure to pick up a renewal,or any other policy interruption.Liquor liability coverage is not location specific and covers any patios and off-premises events provided a valid liquor license is in-force.Additional Insured status,waiver,and primary non-contributory language are extended by endorsement "as required by written contract or agreement"to specified relationships.Forms are available upon request. City of Chanhassen 7700 Market Blvd PO Box 147 Chanhassen 55317 108 City Council Item July 14, 2025 Item Approve Contract with Jeff Martin Auctioneers File No.Item No: D.5 Agenda Section CONSENT AGENDA Prepared By Matt Unmacht, Assistant City Manager Reviewed By SUGGESTED ACTION "The City Council approves the contract with Jeff Martin Auctioneers for the sale of furniture items not being moved out of old City Hall." Motion Type Simple Majority Vote of members present Strategic Priority Asset Management SUMMARY As the city prepares to move into the new city hall building, staff felt that it was important that the city properly dispose of any assets in the old city hall building that are not being moved to the new building. Many items are being moved, including most of the technology such as laptops, monitors, TVs, along with some furniture, such as staff chairs, small tables, bookshelves, etc. The city's demolition contract for the old city hall building includes any items that are structurally attached to the walls and framework of the building. As such, any items that do not fall into that category must be disposed of properly. These items include staff desks, conference room tables, chairs, wall posters, etc. Staff explored many options for the removal of these items. Some items have been individually sold or repurposed, such as the appliances in the senior center and items in the commercial kitchen. The city has partnered with Jeff Martin Auctioneers, who will provide auction services on any items not 109 moved or that won't be demolished. Jeff Martin Auctioneers will coordinate the inventory, photography, marketing, sale, and removal of all items sold in the auction. The proposed contract grants Jeff Martin Auctioneers exclusive rights to conduct auctions on behalf of the city for the specified term, with provisions for both live and online auction formats, and includes detailed procedures for title transfer, payment, and dispute resolution. The purpose of this report is to present the contract for Council approval and to outline the framework under which these auction services will be delivered to the City of Chanhassen. BACKGROUND DISCUSSION BUDGET Coordination of the auction is at no cost to the city. Jeff Martin Auctioneers will take a 15% commission on any items or lots that are sold. RECOMMENDATION Staff recommends the Chanhassen City Council approve the contract with Jeff Martin Auctioneers. ATTACHMENTS Auction Agreement - City of Chanhassen and Jeff Martin Auctioneers 110 AUCTION AGREEMENT This Agreement is made and entered into as of by and between: JEFF MARTIN AUCTIONEERS, INC. (“AUCTIONEER”) AND Company / Name Address: (“Seller”) 1.Seller’s Information. ***Payment will be made to the name below. Payment will be mailed to the above address*** (i)Seller’s Status: Corporation Limited Liability Company Partnership Sole Proprietor Individual or Joint Owners State of Incorporation: _____________________________________ (ii)Name to Appear on Check: ____________________________________________________ (iii)Seller’s Designated Contact Person: _____________________________________________ (iv)Seller’s Fed. ID# / Resale Certificate #. / Driver’s License #: ____________________________ (v)Seller’s Contact Numbers: Phone 1: ____________________ Phone 2: ______________________ (vi)Seller’s Email Address: ________________________________________Fax: _________________ (vii)Length of Contract: Annual Contract – Expires: ___________________ Non – Annual Contract (viii)Preferred Method of Payment: ACH (Direct Deposit) Wire (Fee $20.00) Paper Check (Includes $25 Processing Fee) Initial if information is this section is correct: __________________ 2.Commission 2.1 Commission. Auctioneer will receive a Commission for Auctioneer’s services. Auctioneer’s Commission will be calculated on each Lot based on the following schedule: Commission Scale $75 Minimum Lien Search Fee $10 Title Search Fee per Titled Item $50 Late Title Fee for titles not received within 24 hrs. prior to auction 1.15.000% of sales price per item of Property selling above $0.00. Any unsold items will be removed by Jeff Martin Auctioneers and taken into the auctioneers possession. 2.$0.00 No Sale or Buy Back fee per item of Property will be charged to each item that is not sold in auction. 3.$50.00 Minimum commission will be charged on each item sold in auction over a value of $50.00 or the percentage stated above whichever is the greater amount. CITY OF CHANHASSEN MATT UNMACHT 6/25/2025 MUNMACHT@CHANHASSENMN.GOV CITY OF CHANHASSEN (952) 227-1118 HOUSE UPPER MIDWEST 7700 MARKET BLVD CHANHASSEN, MN 55317 A Minnesota Municipal Corportation 41-0885331 111 3.Auction Location/Format. The Auction will be held at The Auction will be conducted online in addition to being conducted live at the Auction Site. The Auction will be conducted online only. 4.Buyer’s Premium. Auctioneer may charge a Buyer’s Premium for Auctioneer’s own account. The Buyer’s Premium is earned at the Fall of the Hammer and will not be refunded by Auctioneer. 5.Document Preparation Fee; Expenses. Seller will be responsible for all expenses that are allocable to the preparation and offering of the Consigned Property at the Auction and for the transfer of title of Consigned Property having a certificate of title. 5.1. Document Preparation Fees. The seller will pay document preparation expenses if assistance is required to obtain a replacement title or documents for any titled consigned item. Other: Unless prepaid by Seller, expenses may be deducted immediately from the Auction proceeds and retained by Auctioneer. 6.Auction Date. Auctioneer will offer the Consigned Property at one or more auction(s) on unless (i) extended by the mutual agreement of the parties, or (ii) extended, in the sole discretion of Auctioneer, to a date not more than 60 (Sixty) days after the date indicated in this Section. Auctioneer will have sole and absolute discretion to determine the number of auction(s) at which the Consigned Property, and any of it, will be offered, and to determine the items of Consigned Property that will be offered at each such auction(s). Consigned Property that is not put up on a scheduled date due to time constraints or other factors may be carried forward to a subsequent date determined by Auctioneer. 7.Auctioneer Retained. Seller engages and retains Auctioneer to offer the Consigned Property for sale at Auction. For the periods described in this Agreement, Auctioneer will have the exclusive right and authority to offer the Consigned Property f or sale at auction, and the exclusive right to affect the sale of the Consigned Property in accordance with this Agreement and Auctioneer’s Bidder Terms and Conditions. Auctioneer may, in Auctioneer’s discretion, and on notice to Seller, negotiate and effect the sa le of the Consigned Property, or any of it, in a non-action transaction, and will be compensated in the same manner as if sold at Auction. 8.Auctioneer’s Services. Auctioneer will market the Consigned Property and offer it for sale at the Auction. Auctioneer may select and utilize the services of such auctioneers or apprentice auctioneers as Auctioneer determines to be reasonably necessary or appropriate. Auctioneer has absolute discretion to determine the order of sale at the Auction, including the Consigned Proper ty and items consigned by others. Auctioneer also has absolute discretion to determine the lotting, grouping, re-lotting, or re-grouping of the Consigned Property. Auctioneer may determine not to offer all or any of the Consigned Property at the Auction if (i) Auctione er considers it to be unsaleable, (ii) there is a question as to title or authenticity, or (iii) there exists some other legal or practical impediment to offering such Consigned Property at the Auction. 9.Bidder Registration; Bidder Qualification. Auctioneer will register Bidders for the Auction and may require each potential Bidder to provide identifying information and meet Bidder qualifications established by Auctioneer. Auctioneer may refuse to accept a Bidder Registration from any potential Bidder, may refuse to grant bidding privileges to any potential Bidder, and may revoke the Bidder Registration or bidding privileges of any Bidder. In Auctioneer’s discretion, bids may be received from a person who has not registered to bid, and/or who has not satisfied all requirements for Bidder R egistration, and/or who has not previously been granted bidding privileges. Bidder qualification provisions (which may include proof of the availability of funds) create no rights o r interests in any competing Bidders. Auctioneer and/or Seller may (but will not be required to) waive any Bidder qualifications, either globally or on a case-by-case basis. 10.Conduct of the Auction. Auctioneer will regulate all matters relating to the conduct of the Auction and Auctioneer’s decisions will be final and binding. Auctioneer will have control over bidding, may establish and may modify bid increments, and will resolve any and all disputes. If (i) a bid is made while the hammer is falling in acceptance of a prior bid or while bidding is otherwise being terminated, or (ii) after the Fall of the Hammer or other termination of the bidding Auctioneer is made aware of a bi d that was unnoticed prior to the Fall of the Hammer or other termination of the bidding, or (iii) after the Fall of the Hammer or other termination of the bidding Auctioneer is made aware that Auctioneer and a bid assistant or ring man, or multiple bid assistants or ring men, have acknowledged bids in the same amount bid from different bidders, or (iv) some other error occurs or bid dispute arises, Au ctioneer may, in Auctioneer’s sole and absolute discretion (but will not be required to), reopen the bidding, ex tend the bidding, sus pend the bidding, cancel the sale, and/or resell the Lot(s) at issue. Any contract formed with the Fall of the Hammer will be subject to the conditions set forth in this Section. If bidding is reopened pursuant to this Section, the bid recognized by Auctioneer prior to the reopening of the bidding will be held, and may not be retracted, and, if no further bids are received, such bid will be the Winning Bid. Seller Initial: 2910 9TH STREET GLENCOE, MN 55336 Jeff Martin Auctioneers may, at their discretion, offer for sale fixtures that are mechanically fastened to the building—such as doors—or other items they deem valuable and removable with basic tools. If these items do not sell, they will remain the property of the City of Chanhassen and will be demolished along with the building. 09/11/2025 112 11. Absentee Bids; Remote Bidding. In Auctioneer’s discretion, Auctioneer may receive Absentee Bids and/or bids tendered by remote Bidders (whether telephonically or otherwise). Absentee Bids may be initiated at an amount less than the Absentee Bidder’s maximum bid amount (typically a percentage of the maximum bid amount) and will be executed competitively up to (i) the Fall o f the Hammer (or other termination of the bidding) or (ii) the Absentee Bidder’s maximum bid amount, whichever occurs first. Auctioneer will make reasonable efforts to execute Absentee Bids, but Auctioneer will have no liability to Seller for the failure to execute any Absentee Bids for any reason whatsoever. The receipt and execution of Absentee Bids will not create an agency relationship between Auctioneer and any Absentee Bidder 12. Online Auction. The following terms and conditions apply if the Auction is conducted, in whole or in part, online: 12.1. Bidder Terms and Conditions; Notices and Announcements. The Auction will be conducted in accordance with Auctioneer’s Bidder Terms and Conditions and any notices or announcements by Auctioneer and/or posted on Auctioneer’s website. 12.2. Posted Times. All times are based on the local time zone at the Auction Site unless stated otherwise. Posted closing times and time displays are approximate. Auctioneer reserves the right to close early or extend the Auction at any ti me at Auctioneer’s sole and absolute discretion. 12.3. Records of Online Activity. Absent clerical errors, Auctioneer’s records will be final and conclusive. 12.4. Technology Disruptions. Auctioneer will not be responsible for technology disruptions, errors, or failures (including disruptions to bidding or the failure to execute, recognize, or record online bids), whether caused by (i) loss of connectivity, breakdown, disruption, or failure of the Online Auction Platform, (ii) breakdown, disruption, or failure of a Bidder’s internet connection, computer, or system, or (iii) otherwise. Auctioneer may, but will not be required to, continue, suspend, delay, extend, reschedule, or clo se the Auction because of disruptions caused by technology failures, even after bidding has commenced. 12.5. Failures by Online Auction Platform Provider and its Affiliates or Contractors. Auctioneer may use an Online Auction Platform Provider to facilitate the Auction. Under no circumstances will Auctioneer be liable for any failure of the Online Auction Platform Provider to perform all or any of its obligations, or for the failure of any affiliates, employees, agents, representatives, or contractors of the Online Auction Platform Provider to perform their obligations regardless of whether such obligations ar e owing, directly or indirectly, to Auctioneer, or to Seller, or otherwise. 12.6. Auto Extend Feature. Any Online Bidding Period may include an auto-extend feature. This means that, if an online bid is entered within a set time period approaching the end of the established Online Bidding Period, the Online Bidding Period will automatically be extended for an additional amount of time in increments established by Auctioneer and will continue to be so extended until there is a set period of time that lapses during which no onl ine bids are received, after which bidding will close. 12.7. Disclaimer. Auctioneer makes no representations or warranties, and disclaims any representations or warranties, (i) that the Online Auction Platform or any related website or technology will be uninterrupted, error free or virus free, (ii) as to the results that may be obtained by using the Online Auction Platform or any related website or technology, or (iii) as to the ac curacy, completeness, reliability, security, or current nature of the Onlin e Auction Platform or any related website technology. 13. Payments to Auctioneer. Monies due and owing to Auctioneer will be paid, as follows: 13.1. Sale at Auction. In addition to reimbursable costs and expenses, Auctioneer is entitled to Auctioneer’s Commission and Buyer’s Premium for all Consigned Property sold pursuant to this Agreement. Should Seller default on Seller’s obligations to any Buyer, Seller will pay Auctioneer an amount equal to Auctioneer’s Commission, Buyer’s Premium, costs, and expenses. 13.2. Private Sale. Seller will pay Auctioneer an amount equal to Auctioneer’s Commission and Buyer’s Premium (calculated as a percentage of the private sale price), plus reimbursable costs and expenses, if at any time from the date of this Agreement until date of auction any of the Consigned Property is sold at a Private Sale, or (ii) Seller enters into an Agreement to sell any of the Consigned Property at a Private Sale. 13.3. Withdrawal of Consigned Property Without a Private Sale. Seller will pay Auctioneer an amount equal to Auctioneer’s Commission and Buyer’s Premium (calculated as a percentage of the fair market value or the Reserve Price, whichever is greater), plus reimbursable costs and expenses, if at any time from the date of this Agreement through and including the date of the Auction the Consigned Property is Withdrawn by Seller without there being a Private Sale. 13.4. Reputation Damages. Seller acknowledges and agrees that Seller's Withdrawal of Lot(s) prior to or during the Auction will have an adverse impact on Auctioneer's reputation and market share in the auction industry, and that, in additio n to, and not in lieu of, an amount equal to Auctioneer's Commission and Buyer's Premium on Lot(s) Withdrawn from the Auction, with or without Auctioneer’s consent, Auctioneer will be entitled to an amount equal to twenty -five percent (25%) of the sum of Auctioneer's Commission plus Buyer's Premium as liquidated Reputation Damages, and not as a penalty. Seller Initial: 113 14.Seller Interference or Breach. If any Consigned Property is not sold due to Seller’s interference or other breach of this Agreement, such event will not be treated as a No Sale and Seller will pay Auctioneer an amount equal to Auctioneer’s Commission and Buyer’s Premium (calculated as a percentage of the fair market value or the Reserve Price, whichever is greater), plus reimbursable costs and expenses. 14.1. Disputes Over Value of Consigned Property Withdrawn, Sold at Private Sale, or Gifted. If there is a dispute over the fair market value of the Consigned Property, the fair market value of such Consigned Property will be determined by (i) Auctioneer, or (ii) a qualified appraiser selected by Auctioneer, with the cost of such appraisal being paid by Seller. 14.2. Auctioneer’s Right of Set-Off. Auctioneer may apply any proceeds from the Auction against any outstanding amounts due and owing to Auctioneer from Seller. 15.Auctioneer’s Right to Establish Fair Market Value by Buying Back Withdrawn Lot(s) on Seller’s Behalf. If Seller Withdraws any of the Consigned Property prior to the Auction, Auctioneer may, in Auctioneer’s discretion, (i) keep the affected Lot(s) in the sale catalog, and (ii) execute bids against such Lot(s) until the Seller is the Winning Bidder. The Hammer Price thus determined will provide the basis for calculating Auctioneer’s Commission and Buyer’s Premium that will be due and payable to Auctioneer by Seller. If Auctioneer elects to proceed under this Section, the Hammer Price determined pursuant to this Section will control and will supersede any other provisions of this Agreement for determining the fair market value of the Withdrawn Lot(s). 16.Seller’s Representations and Warranties. Seller represents and warrants, as follows: 16.1. Seller’s Solvency. Except as otherwise disclosed to Auctioneer in writing: (i) Seller is currently solvent; (ii) neither Seller nor the Consigned Property is the subject of proceedings in bankruptcy or receivership, and Seller has not received any notice of the possible or planned commencement of proceedings in bankruptcy or receivership; (iii) Seller has not made any assignment(s) for the benefit of creditors; and (iv) Seller is not more than ninety (90) days in arrears on any payment obligation, whether or not secured by the Consigned Property. 16.2. Good Title; Encumbrances. Seller (i) owns the Consigned Property in fee simple absolute, or (ii) is legally authorized to sell or make other disposition of the Consigned Property, all of which is free from any liens and encumbrances other than those liens and encumbrances identified by Seller, in writing, that will be discharged at or prior to the Auction, or with the proceeds from the Auction after deducting Auctioneer’s Commission, Buyer’s Premium, and reimbursable costs and expenses. The names, addresses, and current amounts owing to lien holders, if any, are shown on an attached addendum. 16.3. No Infringement. Neither Seller’s use or sale of the Consigned Property, or any of it, nor the advertisement for sale of the Consigned Property infringes on the rights or interests of any other person or entity, including, without being limite d to, (i) ownership or joint ownership, (ii) security interests, (iii) statutory liens, and/or (iv) intellectual property inte rests. 16.4. Description and Condition of the Consigned Property. Any and all descriptions of the Consigned Property provided by Seller are true and accurate to the best of Seller’s knowledge; and there are no defects or irregularities in, or damage to, the Consigned Property, or any of it, of which Seller is aware but has failed to disclose. Without limiting the generality of the foregoing sentence, except as disclosed to Auctioneer in writing, the Consigned Property is in good operating condition and none of the Consigned Property has been rebuilt or salvaged. 16.5. Labels and Marks. To the best of Seller’s knowledge, the Consigned Property is authentic, and any branding, labeling, makers’ marks, signatures, trademarks, trade names, certifications, and/or indicia of origin are true, accurate, and correct. The auctioneer is not responsible, or any damages related to personal, or company decals, information or license numbers left on or in an item sold at auction. It is the seller’s responsibility to remove all personal items. The auctioneer STRONGLY RECOMMENDS that all decals, numbers, and information are removed from consigned items before delivery to auction site. 16.6. Hours and Miles Correct. Unless otherwise disclosed to Auctioneer in writing, to the best of Seller’s knowledge, all hours and/or miles shown on equipment and/or vehicles are true, correct, and accurate, and no meters, gauges, odometers, or c locks have been altered, modified, disconnected, reset, turned-back or changed. 16.7. Manufacturer’s Warranty; Extended Warranty. Seller has not modified the physical condition or electronics or software of any equipment or vehicle, including original manufacturers’ codes, in any way that would have the effect of voiding or impairing an unexpired manufacturer’s warranty or extended warranty, and, to the best of Seller’s knowledge, no such modifications have been made by any other person or entity. 16.8. Seller’s Authority. Seller has the legal authority to enter into and perform under this Agreement. 16.9. No Conflicts. This Agreement and Seller’s performance under this Agreement do not conflict with, violate, or result in a breach of, the terms, conditions or provisions of, or constitute a default under, any law, rule, regulation, judgment, order, decree, agreement, document or instrument to which Seller is a party, or by which Seller or the Consigned Property, or any of it, may be subject or bound, and there are no suits or judgments pending or threatened against Seller, or regarding the Consigned Property, or any of it, affecting Seller’s ability to enter into, or perform under, this Agreement. Seller Initial: 114 16.10. No Inducement Based on Statements or Opinions of Value. Seller has not been induced to enter into this Agreement by any statements or opinions of Auctioneer regarding (i) the value of the Consigned Property, or any of it, or (ii) the bids that the Consigned Property, or any of it, might bring at the Auction. 17.Seller’s Obligations. Seller acknowledges, covenants, and agrees: 17.1. No Withdrawal of Consigned Property. During the periods covered by this Agreement, Seller will not Withdraw, sell, or attempt to sell the Consigned Property, or any of it, without Auctioneer’s prior written consent. 17.3. Evidence of Title. For all Consigned Property with certificates of title or similar indicia of ownership, Seller will deliver, prior to the Auction, all documents evidencing the Seller’s title and sufficient to transfer title (including, without being limited to certificate(s) of title and bill(s) of sale), all of which will be properly endorsed in blank. The foregoing notwithstanding, Seller’s failure to deliver all documentation as provided for above, does not prevent Auctioneer, at Auctioneer’s his sole and absolute discretion, from removing or including the Consigned Property in the Auction. 17.4. Seller Responsible for Repairs, Improvements, Repairs, Etc. Seller is responsible for all repairs, improvements, cleaning and/or painting of the Consigned Property until the Consigned Property is sold. 17.6. Execution of Documents. Seller will execute and deliver any and all documents as may be reasonably necessary to affect the sale of the Consigned Property, or any of it. 17.7. Taxes, Liens, and Encumbrances. Seller acknowledges and agrees that any and all taxes, liens, and encumbrances against the Consigned Property, and any of it, will be paid and discharged prior to the Auction, or from gross a uction revenues after deduction of Auctioneer’s Commission, Buyer’s Premium, and costs and reimbursable expenses. As soon as practicable after the execution of this Agreement, Seller will provide Auctioneer with any and all records or materials evidencing taxes, liens, or encumbrances against the Consigned Property, or any of it. 17.8. Delivery of Good Title to Buyer(s). Seller will deliver good title to the Buyer(s) of the Consigned Property, free and clear of any and all liens and encumbrances. Further to the foregoing, Seller authorizes Auctioneer to satisfy any and all liens against the Consigned Property from the proceeds of sale prior to making any distribution to Seller. 17.9. Tax Clearance Certificates. If necessary, to pass clear title, the Seller will obtain a tax clearance certificate, or similar such certification, from each applicable taxing authority. 17.10. Care, Handling, and Preservation of Consigned Property. From and after the execution of this Agreement, Seller will safeguard and maintain all Consigned Property that remains in Seller’s possession, care, custody, or control in its current condition, and will take any and all steps as may be reasonably necessary to preserve the Consigned Property from loss or damage. 17.11. Insurance; Risk of Loss. Seller will maintain insurance on the Consigned Property as is reasonably necessary to insure against risk of loss to the Consigned Property, or any of it, and against liability for property loss, personal injury, or death. All risk of loss or damage to the Consigned Property will remain with the Seller until proceeds from its sale are received by Seller. 18.Authorization to Search Liens and Titles. In Auctioneer’s sole and absolute discretion, Auctioneer may, but will not be required to, (i) conduct searches and take such other actions as may be reasonably necessary to identify any liens and encumbrances against the Consigned Property, (ii) contact creditors to verify amounts claimed or otherwise necessary to clear title, and (iii) negotiate any compromise necessary to clear title. Any such searches conducted by Auctioneer shall be at Seller’s expense. Seller Initial: 115 19.LIMITED POWER OF ATTORNEY. Seller appoints Auctioneer, and any agent or representative of Auctioneer, as Seller’s attorney-in-fact for the express and limited purposes, on Seller’s behalf and at Seller’s expense, (i) to obtain any and all certificate(s) of title or other indicia of ownership as may be necessary to demonstrate Seller’s ownership in the Consigned Property, and (ii) to execute and deliver any and all documents or certificates as may be necessary to transfer title to the Buyer(s). If Auctioneer obtains certificate(s) of title, Seller will reimburse Auction for the costs and expenses incurred, plus an administrative fee of One Hundred Dollars ($100.00) per certificate. 20.Security Interest. Seller hereby grants Auctioneer a valid, enforceable, and continuing security interest in, and lien against, the Consigned Property, to secure the payment of any and all amounts due and owing, or that may become due and owing, to Auctioneer. Seller also authorizes Auctioneer to prepare, execute on Seller’s behalf, and file with the appropriate office, any and all documents and certificates as may be necessary to effectuate or perfect Auctioneer’s security interest and lien, including, without being limited to, financing statements on form UCC-1 and continuation statements on form UCC-3. 21.Indemnification. Seller will defend, indemnify and hold Auctioneer harmless from and against any and all claims, demands, suits, actions, causes of action, damages, costs or charges whatsoever arising from, or in any way related to, the Auction and/or the Consigned Property, including, without being limited to: (i) any breach of the representations, warranties, or covenants set forth in this Agreement; (ii) any hazardous materials contained in the Consigned Property or environmental contamination resulting from leakage, spills, or malfunction of the Consigned Property; (iii) deficiencies in the documents required to transfer title of the Consigned Property, or any of it; (iv) any violation of federal, state, or local laws; (v) any negligence, recklessness, willful misconduct, or unlawful act of Seller involving, or in any way related to, the Auction, the Consigned Property, or this Agreement; and (vi) any infringement on the intellectual property of any third-party involving, or in any way related to the Consigned Property. 22.Risk of Theft, Damage, or Destruction of the Consigned Property. Seller acknowledges and agrees that there is a risk of theft, damage, or destruction of property consigned to auction. Auctioneer will not be liable for the conduct of third parties. 23.Collection of Payments. Auctioneer will receive payment for all Consigned Property sold. Payments may be made in the form of cash, personal or business check, certified funds, credit or debit card, or wire transfer. Auctioneer will make reasonable and customary efforts to collect payment on any checks made payable to Auctioneer that are returned for insufficient funds, or that have otherwise been dishonored by the drawee bank, but Auctioneer is not a guarantor of any such payments. 24.Accounting. Auctioneer shall provide an accounting and will pay Seller the net proceeds from the Auction on or before twenty-one (21) banking days after Auction proceeds are collected and liens are released. Net proceeds mean the sum of the Hammer Prices for all Lots of the Consigned Property, less (i) Auctioneer’s Commission, (ii) reimbursable costs and expenses, (iii) any other amounts due and owing to Auctioneer under this Agreement, or otherwise, and (iv) any and all amounts necessary to satisfy liens or encumbrances against the Consigned Property and to deliver clear title to the Buyer(s). Auctioneer will only pay net proceeds on Property where proceeds have actually been collected, and Auctioneer will owe nothing to Seller if for any reason Auctioneer is not able to collect proceeds from a sale. If applicable, Auctioneer reserves the right to withhold the payment of the net proceeds of the Property sold by Seller until Seller pays in full any amount due to Auctioneer on items purchased by Seller. Unless required by law or Court Order, Auctioneer is not obligated to disclose the identity of Buyer(s) to Seller. Notwithstanding anything in this Section 25 or elsewhere in this Agreement to the contrary, Auctioneer reserves the right in its exclusive discretion to pay the net proceeds jointly to Seller and any third party reasonably believed by Auctioneer to be in possession of a lien, security interest or other encumbrance on the subject Consigned Property. 25.Use of Escrow Account. Notwithstanding anything in Section 25 to the contrary, Auctioneer will deposit Auction proceeds into an Escrow Account (which may earn interest) from which net proceeds, if any, shall be paid to Seller and if applicable jointly to any third party reasonably believed by Auctioneer to be in possession of a lien, security interest or other encumbrance on the subject Consigned Property. By initialing below, Seller hereby consents to the payment of Auction net proceeds, as described in this Section 26.Initials: ________ 27.Direct Deposit Banking. Auctioneer uses a process by which net proceeds will be direct deposited into a Seller designated bank account. By initialing below, and by providing the electronic transfer information, Seller hereby consents to Auctioneer transferring Seller’s net proceeds from Auctioneer’s Escrow account to the account as identified by the seller with the information provided to the auctioneer by the seller or their designated representative. Initials: ________ 28.Auction Prices; Fair Market Value. Seller understands, acknowledges, and agrees that: (i) Auctioneer has made no representations, promises, or warranties as to the amounts that may be bid for the Consigned Property, or any of it, at the A uction; and (ii)the Hammer Price establishes the fair market value for each Lot as of the time, date, and location of the Auction. Seller Initial: 116 29.Unsold Consigned Property. Any Consigned Property not sold at the Auction due to non-performing bidder that remains in Auctioneer’s possession after the Auction must be retrieved by Seller within ten (10) days after the Auction. Seller’s failure to remove any unsold Consigned Property will be deemed to be Seller’s consent for Auctioneer to sell such Lot(s) at Auctioneer’s next available Auction or by retail sale on such terms as Auctioneer deems appropriate. Any and all amounts due and owing to Auctioneer must be paid in full before any unsold Consigned Property is removed from the Auction Site; and Auctioneer will maintain a lien against such unsold Consigned Property until all such amounts have been paid. Notwithstanding the foregoing, any unsold items that remain at the Auction Site for more than sixty days (60) after written notice from Auctioneer to Seller to remove such items, will be deemed to have been abandoned by Seller and may, in Auctioneer’s sole and absolute discretion, be (i) discarded, (ii) otherwise disposed of, (iii) retained by the Auctioneer for Auctioneer’s own account, or (iv) sold by Auctioneer for Auctioneer’s own account. Auctioneer may charge storage fees in an amount determined by Auctioneer, not to exceed One Hundred Dollars ($100.00) per day. Seller will be responsible for any and all storage costs and disposal costs of unsold items not retrieved by Seller in the time provided in this Section. 30.Auctioneer’s Additional Remedies. If Seller breaches of any of Seller’s obligations under this Agreement, Auctioneer may, at Auctioneer’s sole and absolute discretion, remove any or all of the Consigned Property from the Auction, and collect from Seller any and all applicable fees, including an amount equal to Auctioneer’s Commission, Buyer’s Premium, and reimbursable expenses. The inclusion or removal of any Consigned Property by Auctioneer will not limit, modify, or waive any other rights Auctioneer may have under this Agreement or under applicable law, all of which are cumulative. 31.Advertising; Sale Bills; Posting; Listing of Auction Results. Auctioneer may: (i) advertise the Auction through any means determined reasonable and appropriate by Auctioneer, including online and print media; (ii) print and distribute sale bills; (iii) post the Auction Site with signs and other information; and (iv) include the Consigned Property or any of it (including photographs and prices realized) on Auctioneer’s website or otherwise in publicized lists of auction results achieved by Auctioneer. All advertising and all online and print media related to the Auction or the Consigned Property that is produced by or on behalf of Auctioneer will be the exclusive property of Auctioneer. 32.Promotional Materials. Seller agrees that Auctioneer may send Seller promotional materials via direct mail, email, telephone call and/or text message. Standard data rates may apply. Seller has the right to unsubscribe from such notices and the receipt of such materials at any time on written notice to Auctioneer. Seller’s contact information will not be sold. 33.Auctioneer’s Proprietary Information and Bidder Contacts. Auctioneer’s proprietary information, including, without being limited to, mailing lists, emails lists, and bidder or buyer contact information is the property of Auctioneer. Unless required by law, or necessary to facilitate collection of monies owed by non-paying Bidders, or otherwise necessary for litigation purposes, or directed by a court or administrative body of competent jurisdiction, Auctioneer has no obligation to provide Seller with any of Auctioneer’s proprietary information, including, without being limited to, mailing lists, emails lists, and bidder or buyer contact information. Seller may not distribute or otherwise disseminate this Agreement (or its terms) to any third parties; except that Seller may share this Agreement with Seller’s attorneys, accountants, and other professionals providing services to Seller. 34.Force Majeure. Neither party will be held liable or responsible to the other party, or be deemed to have defaulted under or breached, this Agreement, for failure or delay in fulfilling or performing any term of this Agreement when such failure or delay is caused by or results from causes beyond the reasonable control of the affected party, including, without being limited to, fires, strikes, floods, adverse weather, acts of war, terrorism, riot, or public disorder, acts of God, lawful acts of public authorities, electronic failures, communication failures, and internet service disruptions. 35.Relationship of the Parties. Auctioneer is acting solely as Seller’s agent, and nothing in this Agreement, or otherwise, is intended to create, or will be construed as creating, any other relationship between Auctioneer and Seller, including, without limitation, a partnership or joint venture. 36.Governing Law; Jurisdiction; Venue; Dispute Resolution. This Agreement will be governed by and construed in accordance with the laws of the State of Minnesota, including its statutes of limitations, but without regard to its rules governing conflict of laws. Any controversy or claim arising out of or relating to this Agreement, or any breach hereof will be settled by binding arbitration in accordance with the Minnesota Uniform Arbitration Laws and will be instituted and maintained in Carver County, Minnesota. It is also the expressed intent of the parties that any and all suits for any and every claim arising out of or connected to a breach of this Agreement or challenge to the arbitration proceedings or award will be instituted and maintained in Carver County, Minnesota or any other place to which Auctioneer expressly consents in writing. SELLER WAIVES THE RIGHT TO TRIAL BY JURY. 37.Binding Effect. This Agreement will be binding on, and will inure to the benefit of, the parties and their respective heirs, personal representatives, successors, and assigns, as the case may be. Seller Initial: 117 38.Headings; Definitions. The Section headings used in this Agreement are for the convenience of reference only and do not control or affect the meaning, construction, scope, or intent, of this Agreement or any of its provisions. Capitalized terms are defined in Appendix D, attached hereto and incorporated herein by this reference. 39.Entire Agreement. This Agreement constitutes the entire agreement of the parties and supersedes any and all prior written or oral understandings or agreements and any and all contemporaneous oral understandings or agreements with respect to the subject matter of this Agreement. 40.Amendment. This Agreement may only be modified or amended by writing signed by both parties. 41.Signatures; Counterparts. This Agreement may be executed manually, electronically, digitally, or by any other means intended to represent the signature of a party and may be executed in one or more counterparts. INTENDING TO BE LEGALLY BOUND, the parties have executed this Agreement as of the date first written above Seller: (Entity Name) Auctioneer: Jeff Martin Auctioneers, Inc. BY: Its: Authorized Representative Signature: BY: Its: Authorized Representative Signature: Date: Date: CITY OF CHANHASSEN Laurie Hokkanen, City Manager & Elise Ryan, Mayor 118 City Council Item July 14, 2025 Item Award Contract for Geotechnical Services for the 2026 City Pavement Rehabilitation Project (#26-01). File No.ENG project number 26-01 Item No: D.6 Agenda Section CONSENT AGENDA Prepared By Ben Phillips, Engineering Technician III Reviewed By Charlie Howley SUGGESTED ACTION "The Chanhassen City Council approves awarding a professional services agreement with Braun Intertec for geotechnical exploration and engineering services for the 2026 City Pavement Rehabilitation Project." Motion Type Simple Majority Vote of members present Strategic Priority Asset Management SUMMARY The 2026-01 pavement rehabilitation project requires geotechnical exploratory services in preparation for the design phase of the project. A consulting services contract is needed to facilitate the geotechnical scope of work for the project. BACKGROUND On June 20, 2025, the Engineering Department released a Request for Proposals (RFP) for the geotechnical services required for the 26-01 project. DISCUSSION The Engineering Department prepared an RFP and solicited proposals from American Engineering 119 Testing and Braun Intertec for the pavement and support aggregates/soil exploration, sample testing, and geotechnical engineering services required for the project. Maps of the project areas are attached and were included in the RFP. Both firms submitted proposals for the following amounts: Braun Intertec - $25,000.00 American Engineering Testing (AET) - $32,659.00 The proposals were reviewed to compare the proposed work scope, sequencing, schedule and estimated costs. Each of the firms is capable of completing the required work and has successfully completed similar work in the past for the city. Based on the review of the proposals, the Engineering staff recommends that Braun Intertec be selected for the work. As with all engineering contracts, the consultant will submit periodic invoices that staff will review before processing. Staff will review the invoices for accuracy and conformance with the contract. Funding for the geotechnical services is programmed within the overall project budget. BUDGET The fee proposed is within the overall project budget for geotechnical services. RECOMMENDATION Staff recommends the City Council award a contract with Braun Intertec for the 2026 City Pavement Rehabilitation Project geotechnical services. ATTACHMENTS PROFESSIONAL SERVICES AGREEMENT 26-01 Geotech RFP 120 1 201749v1 PROFESSIONAL SERVICES AGREEMENT AGREEMENT made this 14th day of July, 2025, 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 pavement and geotechnical evaluation for the 2026 City Pavement Rehabilitation Project # 26-01. 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 quote – Geotechnical Services dated June 20, 2025; C. Insurance Certificate; D. Consultant’s July 2, 2025 proposal for $25,000.00 (“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 Twenty-Five Thousand Dollars ($25,000.00, 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. 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. 121 2 201749v1 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 under similar circumstances. 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 attorney's fees, arising out of or by reason of the execution or performance of the services provided for herein and further agrees to defend at its sole cost and expense any action or proceeding commenced for the purpose of asserting any claim of whatsoever character arising hereunder. 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 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. 122 3 201749v1 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 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. 123 4 201749v1 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. Dated: _________________. CITY OF CHANHASSEN BY: _____________________________________________ Elise Ryan, Mayor BY: _____________________________________________ Laurie Hokkanen, City Manager Dated: _________________. ________________________________________________ BY: _____________________________________________ Its 124 REQUEST FOR PROPOSALS 2026 CITY PAVEMENT REHAB PROJECT (#26-01) Distributed: November 6th, 2025 I. INTRODUCTION The City of Chanhassen is issuing this Request for Proposals (RFP) for professional services necessary to obtain geotechnical reports to allow the City to successfully scope and design the 2025 City Pavement Rehabilitation Project. In general, the RFP’s scope of work includes pavement cores and soil borings, gradations, soil classifications, and geotechnical evaluations and recommendations for road design and utility trenching and backfill. As-built construction record drawings associated with the project areas are available upon request to assist in the preparation of proposals. A. RFP Content. This RFP contains the following sections: I. Introduction II. Project Information III. Proposal 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 this proposal; or 4. Any other expenses incurred by the Consultant prior to the date of execution of the Professional Services Agreement. D. Contract Award. 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 the 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 selected be terminated, to negotiate with more than one Consultant simultaneously, or to cancel all or part of this RFP. The Consultant must sign the City of Chanhassen’s Professional Services Agreement (PSA) and this will be used as the contract agreement. The PSA is attached to this RFP. 125 E. Contact Person. The Consultant's contact for specific questions regarding information in this proposal is: Ben Phillips Construction Manager City of Chanhassen 7700 Market Boulevard Chanhassen, MN 55317 (952) 227-1166 bphillips@chanhassenmn.gov II. PROJECT INFORMATION A. Project Area and Identified Improvements. Approximately 2.2 miles of roadway is proposed to be rehabilitated or reconstructed within two residential areas within Chanhassen. The areas proposed for improvements is shown in the attached Figures. • The Vasserman Ridge development was originally constructed between 2002 and 2004. It was last seal-coated in 2009. This ~4750-foot (0.90 mile) total street length within the neighborhood is initially programmed to be rehabilitated via mill and overlay but this technique will need to be analyzed and verified by the consultant as the correct approach. • The Fox Hollow development was originally constructed between 1985 and 1988 except for Fox Dr which was constructed in 2005 and seal-coated in 2015. The neighborhood has not been rehabilitated but it was seal-coated in 2006. It is currently programmed to be rehabilitated via a full depth reclamation from TH 5 to the intersection with Lake Dr E. • A portion of Fox Hollow Dr between Pleasant Park Dr and the cul-de-sac on Fox Hollow Dr is within North Lotus Lake Park and off-set within the existing right-of- way. The City’s 2040 Comprehensive Plan identifies this segment to be re-aligned. Additional analysis will likely be needed for this segment and it is expected to be discussed in detail within the open house meetings and City Council meetings as it will most likely be ‘political’ in nature. It is expected that alternatives will need to be developed and an emphasis on communication will be needed regarding any proposed re-alignment. • Fox Hollow Ct is a private street constructed in 2007 and is not planned to be part of the project except where planned work along Fox Hollow Dr interacts with this minor development. 126 B. Project Scope. The objective is to sample soil borings, cores, and provide geotechnical evaluations and recommendations for roadway reconstruction and rehabilitation design. Temporary traffic control as needed shall be paid as a lump sum item. This project shall provide the following: 1. Quality photo documentation for cores. Photos must show dimensions and characteristics clearly and legibly. 2. Pavement cores and soil borings. Preferred locations for the work shall be coordinated with the City as the locations indicated in Section II. (A) of this RFP are conceptual in nature. • Nine (9) flight auger soil borings to 14.5-foot depth (to include pavement cores), and • Three (3) flight auger soil boring to 20-foot depth (to include pavement cores), and • Six (6) flight auger soil boring to 5-foot depth (to include pavement cores), and • Cores (12) additional pavement cores. All borings and pavement cores shall be centered within vehicle wheel paths in the travel lanes. 3. Gradation and depth of aggregate base section in all of the soil boring locations. Include the following additional testing to evaluate frost susceptibility and suitability for full depth reclamation in the Great Plains south of Hwy 5 to the intersection of Lake Dr E, and Lake Dr. E from Great plains east to the northern property line of Discovery United Methodist Church. • Up to 15 moisture content tests (D2216) for use on wetter samples • Up to 3 sieve-hydrometer analysis (D422, or recommended method) • Propose other tests per Section III. (F) of this RFP 4. Classification of the sub-soils in the soil borings. 5. Provide draft and final reports. Provide street section evaluation and design recommendations for each area and if necessary for specific street segments, and utility trenching and backfill recommendations in the Frontier Trail, Kiowa Circle, Del Rio Drive, and Iroquois Circle, based on the geotechnical information obtained per the scope of this RFP. It is the City’s expectation that the draft memo will be of quality and form as near as possible to the final memo for review the City’s review. 6. Respond to questions regarding the final report during the design of the street project. Include four (4) hours for this coordination. 7. Separate out the gradations and moisture content. 127 C. Project Schedule. The City would prefer this work completed as soon as possible to allow for substantial design time for the project, including unforeseen complications. This contract is anticipated to be awarded at the city council meeting on July 14th, 2025. Include a schedule of when all the work would be completed, including submission of a draft report by 4:00 pm, Friday, September 12, 2025, and for delivering a final product to the City by 4:00 pm, Friday, September 26, 2025. This work shall be completed by Friday, October 3rd, 2025. Plan for one (1) week of review time and coordination for the City to review the draft report. III. PROPOSAL A. Submission of Proposal. All proposals must be e-mailed to Ben Phillips at: bphillips@chanhassenmn.gov Proposals shall be received by 4:00 pm (central time), Friday July 7th, 2025, Proposals received after this time will not be accepted. B. Proposal Format. Proposals shall be formatted for 8½" x 11" paper, with all text clear of binding. Use of 11" x 17" format 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. 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. 3. Name, title, address, email address and telephone numbers of the primary contact person to use during period of proposal evaluation. C. Consultant Team. Identify all team members and areas of responsibility. Resumes may be included in the proposal. D. 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 and meet the overall project schedule. Discuss familiarity of the consultant team members with respect to previous efforts in working with the City. E. Consultant Fee. A Not-To-Exceed fee shall be broken out per the fee estimate template attached to this RFP. The estimate shall clearly identify any additions and reimbursable expenses. Include cost for up to four (4) hours to coordinate with the selected design consultant for any questions regarding the geotechnical report and data. A lump sum or another contract type is not preferable. 128 F. Additional Services. Other services outside the scope of this proposal that the firm feels may be needed, if any, may be proposed. The firm also may propose cost-savings items. Any modifications shall be noted separately in the proposal and not part of the overall not- to-exceed fee. G. Exceptions and Deviations. 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". 129 20' boring & Core 14.5' boring & Core Core 130 Core 5' boring & Core 131 $__________________13 Temporary Traffic Control LS 1 $______________ $__________________TOTAL 14 Reimbursable Expenses Allowance 1 $__________________$______________ $__________________ 12 Consultant Coordination HR 4 3 Staking and Utility Clearance LS 1 $______________ $__________________10 Sieve-Hydrometer Analysis EA 3 $______________ 8 Gradation Test EA Project Management LS 4 Core EA Bore (including Core) - 5 foot depth 5 Bore (including Core) - 20 foot depth EA Moisture Content Test EA 15 $______________ $__________________ TOTAL PRICE 2 Mobilization LS 1 $______________ $__________________ 1 1 $______________ $__________________ ITEM NO. ITEM UNITS QUANTITY UNIT PRICE $______________ $__________________ EA 6 $______________ $__________________ 12 $______________ $__________________ 18 $______________ $__________________ 3 $______________ $__________________ 9 9 $______________ $__________________ 11 Evaluation, Reporting, & Analysis LS 1 $______________ $__________________ 6 Bore (including Core) - 14.5 foot depth EA 7 132 City Council Item July 14, 2025 Item Authorize Contract for Geotechnical Services for the Great Plains-Lake Drive East Rehabilitation Project (#26-02) File No.ENG project number 26-02 Item No: D.7 Agenda Section CONSENT AGENDA Prepared By Ben Phillips, Engineering Technician III Reviewed By Charlie Howley SUGGESTED ACTION "The Chanhassen City Council approves a professional services agreement with Braun Intertec for geotechnical exploration and engineering services for the Great Plains-Lake Drive East Rehabilitation Project." Motion Type Simple Majority Vote of members present Strategic Priority Asset Management SUMMARY The Great Plains-Lake Drive East rehabilitation project requires geotechnical exploratory services in preparation for the design phase of the project. A consulting services contract is needed to facilitate the geotechnical scope of work for the project. BACKGROUND On June 20, 2025, the Engineering Department released a Request for Proposals (RFP) for the geotechnical services required for the 26-02 project. DISCUSSION The Engineering Department prepared an RFP and solicited proposals from American Engineering 133 Testing and Braun Intertec for the pavement and support aggregates/soil exploration, sample testing, and geotechnical engineering services required for the project. Maps of the project areas are attached and were included in the RFP. Both firms submitted proposals for the following amounts: Braun Intertec - $17,000.00 American Engineering Testing (AET) - $21,000.00 The proposals were reviewed to compare the proposed work scope, sequencing, schedule and estimated costs. Each of the firms is capable of completing the required work and has successfully completed similar work in the past for the city. Based on the review of the proposals, the Engineering staff recommends that Braun Intertec be selected for the work. As with all engineering contracts, the consultant will submit periodic invoices that staff will review before processing. Staff will review the invoices for accuracy and conformance with the contract. Funding for the geotechnical services is programmed within the overall project budget. BUDGET The fee proposed is within the overall project budget for geotechnical services. RECOMMENDATION Staff recommends the City Council awards a contract with Braun Intertec for the Great Plains-Lake Drive East Rehabilitation Project geotechnical services. ATTACHMENTS PROFESSIONAL SERVICES AGREEMENT 26-02 Geotech RFP 134 1 201749v1 PROFESSIONAL SERVICES AGREEMENT AGREEMENT made this 14th day of July, 2025, 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 pavement and geotechnical evaluation for the Lake Drive East /Great Plains Boulevard Project # 26-02. 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 quote – Geotechnical Services dated June 20, 2025; C. Insurance Certificate; D. Consultant’s July 2, 2025 proposal for $17,000.00 (“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 Seventeen Thousand Dollars ($17,000.00, 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. 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. 135 2 201749v1 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 under similar circumstances. 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 attorney's fees, arising out of or by reason of the execution or performance of the services provided for herein and further agrees to defend at its sole cost and expense any action or proceeding commenced for the purpose of asserting any claim of whatsoever character arising hereunder. 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 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. 136 3 201749v1 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 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. 137 4 201749v1 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. Dated: _________________. CITY OF CHANHASSEN BY: _____________________________________________ Elise Ryan, Mayor BY: _____________________________________________ Laurie Hokkanen, City Manager Dated: _________________. ________________________________________________ BY: _____________________________________________ Its 138 REQUEST FOR PROPOSALS 2026 CITY PAVEMENT REHAB PROJECT (#26-02) Distributed: November 6th, 2025 I. INTRODUCTION The City of Chanhassen is issuing this Request for Proposals (RFP) for professional services necessary to obtain geotechnical reports to allow the City to successfully scope and design the 2025 City Pavement Rehabilitation Project. In general, the RFP’s scope of work includes pavement cores and soil borings, gradations, soil classifications, and geotechnical evaluations and recommendations for road design and utility trenching and backfill. As-built construction record drawings associated with the project areas are available upon request to assist in the preparation of proposals. A. RFP Content. This RFP contains the following sections: I. Introduction II. Project Information III. Proposal 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 this proposal; or 4. Any other expenses incurred by the Consultant prior to the date of execution of the Professional Services Agreement. D. Contract Award. 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 the 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 selected be terminated, to negotiate with more than one Consultant simultaneously, or to cancel all or part of this RFP. The Consultant must sign the City of Chanhassen’s Professional Services Agreement (PSA) and this will be used as the contract agreement. The PSA is attached to this RFP. 139 E. Contact Person. The Consultant's contact for specific questions regarding information in this proposal is: Ben Phillips Construction Manager City of Chanhassen 7700 Market Boulevard Chanhassen, MN 55317 (952) 227-1166 bphillips@chanhassenmn.gov II. PROJECT INFORMATION A. Project Area and Identified Improvements. Approximately a half (0.5) mile of roadway is proposed to be rehabilitated or reconstructed within a commercial area which also provides access to a residential area of Chanhassen. The project area consists of two primary MSA streets: Lake Dr E between Great Plains Blvd and Dakota Ave plus Great Plains Blvd between TH 5 and Lake Dr E. Both segments have been designated by the city as municipal state aid segments. The area proposed for improvements is shown in the attached Figures. • Lake Dr E was originally constructed between 1983 and 1987. It was last seal- coated in 2012. This ~1450-foot street segment is currently programmed to be rehabilitated via a full depth reclamation from the tie in point on the east end near Dakota Ave to the intersection with Great Plains Blvd. • This ~550-foot segment of Great Plains Blvd was originally constructed in 1973, last reconstructed in 1991, and last rehabilitated in 2001. It was seal-coated in 2013. It is currently programmed to be rehabilitated via a full depth reclamation from TH 5 to the intersection with Lake Dr E. • The intersection of Great Plains Blvd and Lake Dr E is expected to either be rehabilitated via a full depth reclamation or reconstructed and reconfigured after a full intersection analysis has been completed and the City has selected the preferred configuration. It is expected the preliminary design include an intersection control evaluation report including performing traffic counts. B. Project Scope. The objective is to sample soil borings, cores, and provide geotechnical evaluations and recommendations for roadway reconstruction and rehabilitation design. Temporary traffic control as needed shall be paid as a lump sum item. This project shall provide the following: 140 1. Quality photo documentation for cores. Photos must show dimensions and characteristics clearly and legibly. 2. Pavement cores and soil borings. Preferred locations for the work shall be coordinated with the City as the locations indicated in Section II. (A) of this RFP are conceptual in nature. • Six (6) flight auger soil borings to 14.5-foot depth (to include pavement cores), and • Three (3) additional pavement cores. All borings and pavement cores shall be centered within vehicle wheel paths in the travel lanes. 3. Gradation and depth of aggregate base section in all of the soil boring locations. Include the following additional testing to evaluate frost susceptibility and suitability for full depth reclamation in the Great Plains south of Hwy 5 to the intersection of Lake Dr E, and Lake Dr. E from Great plains east to the northern property line of Discovery United Methodist Church. • Up to 5 moisture content tests (D2216) for use on wetter samples • Up to 2 sieve-hydrometer analysis (D422, or recommended method) • Propose other tests per Section III. (F) of this RFP 4. Classification of the sub-soils in the soil borings. 5. Provide draft and final reports. Provide street section evaluation and design recommendations for each area and if necessary for specific street segments, and utility trenching and backfill recommendations in the Frontier Trail, Kiowa Circle, Del Rio Drive, and Iroquois Circle, based on the geotechnical information obtained per the scope of this RFP. It is the City’s expectation that the draft memo will be of quality and form as near as possible to the final memo for review the City’s review. 6. Respond to questions regarding the final report during the design of the street project. Include four (4) hours for this coordination. 7. Separate out the gradations and moisture content. C. Project Schedule. The City would prefer this work completed as soon as possible to allow for substantial design time for the project, including unforeseen complications. This contract is anticipated to be awarded at the city council meeting on July 14th, 2025. Include a schedule of when all the work would be completed, including submission of a draft report by 4:00 pm, Friday, September 12, 2025, and for delivering a final product to the City by 4:00 pm, Friday, September 26, 2025. This work shall be completed by Friday, October 3rd, 2025. Plan for one (1) week of review time and coordination for the City to review the draft report. III. PROPOSAL 141 A. Submission of Proposal. All proposals must be e-mailed to Ben Phillips at: bphillips@chanhassenmn.gov Proposals shall be received by 4:00 pm (central time), on Friday July 7th, 2025, Proposals received after this time will not be accepted. B. Proposal Format. Proposals shall be formatted for 8½" x 11" paper, with all text clear of binding. Use of 11" x 17" format 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. 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. 3. Name, title, address, email address and telephone numbers of the primary contact person to use during period of proposal evaluation. C. Consultant Team. Identify all team members and areas of responsibility. Resumes may be included in the proposal. D. 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 and meet the overall project schedule. Discuss familiarity of the consultant team members with respect to previous efforts in working with the City. E. Consultant Fee. A Not-To-Exceed fee shall be broken out per the fee estimate template attached to this RFP. The estimate shall clearly identify any additions and reimbursable expenses. Include cost for up to four (4) hours to coordinate with the selected design consultant for any questions regarding the geotechnical report and data. A lump sum or another contract type is not preferable. F. Additional Services. Other services outside the scope of this proposal that the firm feels may be needed, if any, may be proposed. The firm also may propose cost-savings items. Any modifications shall be noted separately in the proposal and not part of the overall not- to-exceed fee. G. Exceptions and Deviations. 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 142 added/deducted engineering costs. Segregate all exceptions as a separate element of the proposal under the heading "Exceptions and Deviations". 143 ||||||||Lake Dr E Pond Promenade LakeDrMarshDr Hidd en C i rGreat Plains BlvdHidden CtGrandview RdHidde n L n W 7 9 t h S t Arboret u m Bl v d SA5 Arboretu m Blv d As-Built: 85-08-005 Cartegraph Installation: 6/1/1987 Inspection PCI: 69.96 Inspection Date: 2024-08-02 As-Built: 1002-51 Cartegraph Installation: 6/1/1991 Inspection PCI: 68.76 Inspection Date: 2024-08-02 As-Built: 83-08-006 Cartegraph Installation: 6/1/1987 Inspection PCI: 45.8 Inspection Date: 2024-08-02 As-Built: 85-08-005 Cartegraph Installation: 6/1/1987 Inspection PCI: 47.72 Inspection Date: 2024-08-02 Document Path: K:\Departments\Engineering\Projects\26-02 Great Plains-Lake Drive East Rehab Project\26-02 Rehab.aprxStreet Details: Lake Dr City of Chanhassen Legend ||Pavement Segment µ0 0.03 Mile 0 150 Feet Date Created: 3/11/2025 Created By: City of Chanhassen - Engineering Department 14.5' boring & Core Core 5' boring & Core 144 8 4 $______________ $__________________ 10 Evaluation, Reporting, & Analysis LS 1 $______________ $__________________ 5 Bore (including Core) - 15 foot depth EA 6 4 $______________ $__________________ 4 $______________ $__________________ $______________ $__________________ EA 2 $______________ $__________________ TOTAL PRICE 2 Mobilization LS 1 $______________ $__________________ 1 1 $______________ $__________________ ITEM NO. ITEM UNITS QUANTITY UNIT PRICE Moisture Content Test EA 5 $______________ $__________________ 7 Gradation Test EA Project Management LS 4 Core EA Bore (including Core) - 5 foot depth $__________________ 11 Consultant Coordination HR 4 3 Staking and Utility Clearance LS 1 $______________ $__________________9 Sieve-Hydrometer Analysis EA 2 $______________ $__________________TOTAL 12 Reimbursable Expenses Allowance 1 $__________________$______________ 145 City Council Item July 14, 2025 Item Approve Contract for Annual Sanitary and Storm Sewer Televising File No.26-04 Item No: D.8 Agenda Section CONSENT AGENDA Prepared By Mackenze Grunig, Project Engineer Reviewed By Charlie Howley SUGGESTED ACTION "The Chanhassen City Council approves a contract for Sanitary and Storm Sewer Televising Project No. 26-04 with Pipe Services for a not-to-exceed amount of $38,242.40." Motion Type Simple Majority Vote of members present Strategic Priority Asset Management SUMMARY BACKGROUND DISCUSSION Sanitary sewer televising consists of cleaning out the sanitary sewer and recording video of the lengths of pipe in the upcoming city project areas. Storm sewer televising will only consist of cleaning operations when the pipe has sufficient debris that inhibits the camera from continuing down the line being inspected. The contractor will report the deficiencies observed during the video examination of the pipes. The City of Chanhassen put out a request for quotes to seven contractors on June 27, 2025. Five quotes were received. Quotes were reviewed based on the total amount for mobilization, sanitary sewer 146 televising and cleaning, and storm sewer televising. Based on the unit prices from the quotes received, staff finds the quotes to be reasonable given the work to be completed. The low bidder, Pipe Services, has completed similar work for the City of Chanhassen previously and their work was acceptable. BUDGET Funding for this work has been budgeted for in the Capital Improvement Plan (CIP), Project SS-012, and Project ST-012. $25,939.33 of the funding will come from SS-012 for the portion of sanitary sewer televising and cleaning associated with the contract, and $12,485.07 of the funding will come from ST- 012 for the portion of the storm sewer televising. Staff is proposing a not-to-exceed contract for 110% of the low bid, or $38,424.40, in the event unexpected emergency services or quantity overruns are required. RECOMMENDATION Staff recommends approving the sewer televising contract. ATTACHMENTS 2026-04 Form of Agreement 2026 General Conditions 2025 2026-04 RFQ 2026 Sanitary Areas - Maps 2026 Storm Areas - Maps Pipe Services Quote 147 1 175881v1 FORM OF AGREEMENT BETWEEN CITY OF CHANHASSEN AND CONTRACTOR FOR 2026 SANITARY SEWER I&I PROJECT NO 26-04 THIS AGREEMENT, made this 14th day of July, 2025, by and between the CITY OF CHANHASSEN, a Minnesota municipal corporation (“Owner”) and THE FATHER SOLANUS CASEY MISSION LLC, a Minnesota limited liability company, dba Pipe Services (“Contractor”). Owner and Contractor, in consideration of the mutual covenants set forth herein, agree as follows: 1. 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 Agreement; B. Request for Quote dated June 27, 2025; C. 2025 General Conditions; D. 2025 Sanitary and Storm Sewer Construction Specifications – Section 19.00. E. Quote/Bid dated July 3rd, 2025. In the event of a 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 “E” having the last priority. 2. OBLIGATIONS OF THE CONTRACTOR. The contractor shall provide the goods, services, and perform the work in accordance with the Contract Documents. 3. CONTRACT PRICE. Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents the amount of Thirty-eight thousand two hundred eighty-four dollars 40/100 ($38,284.40). 4. PAYMENT PROCEDURES. A. Contractor shall submit Applications for Payment. Applications for Payment will be processed by Engineer as provided in the General Conditions. B. Progress Payments; Retainage. Owner shall make 95% progress payments on account of the Contract Price on the basis of Contractor’s Applications for Payment during performance of the Work. 148 2 175881v1 C. Payments to Subcontractor. (1) Prompt Payment to Subcontractors. Pursuant to Minn. Stat. § 471.25, Subd. 4a, the Contractor must pay any subcontractor within ten (10) days of the Contractor’s receipt of payment from the City for undisputed services provided by the subcontractor. The Contractor must pay interest of 1 ½ percent per month or any part of a month to the Subcontractor on any undisputed amount not paid on time to the subcontractor. The minimum monthly interest penalty payment for an unpaid balance of $100.00 or more is $10.00. For an unpaid balance of less than $100.00, the Contractor shall pay the actual penalty due to the subcontractor. (2) Form IC-134 (attached) required from general contractor. Minn. Stat. § 290.92 requires that the City of Chanhassen obtain a Withholding Affidavit for Contractors, Form IC-134, before making final payments to Contractors. This form needs to be submitted by the Contractor to the Minnesota Department of Revenue for approval. The form is used to receive certification from the state that the vendor has complied with the requirement to withhold and remit state withholding taxes for employee salaries paid. D. Final Payment. Upon final completion of the Work, Owner shall pay the remainder of the Contract Price as recommended by Engineer. 5. COMPLETION DATE/LIQUIDATED DAMAGES. A. The Work associated with the Project must be completed and ready for final payment in accordance with the General Conditions by August 29, 2025. B. Contract and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 5.A. above, plus any extensions thereof allowed. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $400.00 for each calendar day that expires after the time specified in Paragraph 5.A. for Completion until the Work is complete. 149 3 175881v1 Daily costs are based on MnDOT Table 1807.1-1, "Schedule of Liquidated Damages as follows: TABLE 1807.1-1 SCHEDULE OF LIQUIDATED DAMAGES Original Contract Amount Charge Per Cal. Day, ($) From More Than ($) To and Including ($) 0 25,000 300 25,000 100,000 400 100,000 500,000 900 500,000 1,000,000 1,200 1,000,000 2,000,000 1,500 2,000,000 5,000,000 2,500 5,000,000 10,000,000 3,000 10,000,000 --- 3,500 6. CONTRACTOR’S REPRESENTATIONS. A. Contractor has examined and carefully studied the Contract Documents and other related data identified in the Contract Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the site. E. Contractor has obtained and carefully studied (or assumes responsibility for doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, including any specific means, methods, techniques, sequences, and procedures of construction 150 4 175881v1 expressly required by the Bidding Documents, and safety precautions and programs incident thereto. F. Contractor does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. K. Subcontracts: (1) Unless otherwise specified in the Contract Documents, the Contractor shall, upon receipt of the executed Contract Documents, submit in writing to the Owner the names of the Subcontractors proposed for the work. Subcontractors may not be changed except at the request or with the consent of the Owner. (2) The Contractor is responsible to the Owner for the acts and omissions of the Contractor's subcontractors, and of their direct and indirect employees, to the same extent as the Contractor is responsible for the acts and omissions of the Contractor's employees. (3) The Contract Documents shall not be construed as creating any contractual relation between the Owner, the Engineer, and any Subcontractor. 151 5 175881v1 (4) The Contractor shall bind every Subcontractor by the terms of the Contract Documents. 7. WORKER’S COMPENSATION. The Contractor shall obtain and maintain for the duration of this Contract, statutory Worker’s Compensation Insurance and Employer’s Liability Insurance as required under the laws of the State of Minnesota. 8. COMPREHENSIVE GENERAL LIABILITY. Contractor shall obtain the following minimum insurance coverage and maintain it at all times throughout the life of the Contract, with the City included as an additional name insured on a primary and non- contributory basis. The Contractor shall furnish the City a certificate of insurance satisfactory to the City evidencing the required coverage: Bodily Injury: $2,000,000 each occurrence $2,000,000 aggregate products and completed operations Property Damage: $2,000,000 each occurrence $2,000,000 aggregate Contractual Liability (identifying the contract): Bodily Injury: $2,000,000 each occurrence Property Damage: $2,000,000 each occurrence $2,000,000 aggregate Personal Injury, with Employment Exclusion deleted: $2,000,000 aggregate Comprehensive Automobile Liability (owned, non-owned, hired): Bodily Injury: $2,000,000 each occurrence $2,000,000 each accident Property Damage: $2,000,000 each occurrence 9. WARRANTY. The Contractor guarantees that all new equipment warranties as specified within the quote shall be in full force and transferred to the City upon payment by the City. The Contractor shall be held responsible for any and all defects in workmanship, materials, and equipment which may develop in any part of the contracted service, and upon proper notification by the City shall immediately replace, without cost to the City, any such faulty part or parts and damage done by reason of the same in accordance with the bid specifications. 10. INDEMNITY. The Contractor agrees to indemnify and hold the City harmless from any claim made by third parties as a result of the services performed by it. In addition, the 152 6 175881v1 Contractor shall reimburse the City for any cost of reasonable attorney’s fees it may incur as a result of any such claims. 11. MISCELLANEOUS. A. Terms used in this Agreement have the meanings stated in the General Conditions. B. Owner and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. C. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provisions. D. Data Practices/Records. (1) All data created, collected, received, maintained or disseminated for any purpose in the course of this Contract is governed by the Minnesota Government Data Practices Act, Minn. Stat. Ch. 13, any other applicable state statute, or any state rules adopted to implement the act, as well as federal regulations on data privacy. (2) All books, records, documents and accounting procedures and practices to the Contractor and its subcontractors, if any, relative to this Contract are subject to examination by the City. E. Software License. If the equipment provided by the Contractor pursuant to this Contract contains software, including that which the manufacturer may have embedded into the hardware as an integral part of the equipment, the Contractor shall pay all software licensing fees. The Contractor shall also pay for all software updating fees for a period of one year following cutover. The Contractor shall have no obligation to pay for such fees thereafter. Nothing in the software license or licensing agreement shall obligate the City to pay any additional fees as a condition for continuing to use the software. F. Patented devices, materials and processes. If the Contract requires, or the Contractor desires, the use of any design, devise, material or process covered by letters, patent or copyright, trademark or trade name, the 153 7 175881v1 Contractor 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 Owner. If no such agreement is made or filed as noted, the Contractor shall indemnify and hold harmless the Owner 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 connection with the Project agreed to be performed under the Contract, and shall indemnify and defend the Owner for any costs, liability, expenses and attorney's fees that result from any such infringement G. Assignment. Neither party may assign, sublet, or transfer any interest or obligation in this Contract without the prior written consent of the other party, and then only upon such terms and conditions as both parties may agree to and set forth in writing. H. Waiver. In the particular event that either party shall at any time or times waive any breach of this Contract by the other, such waiver shall not constitute a waiver of any other or any succeeding breach of this Contract by either party, whether of the same or any other covenant, condition or obligation. I. Governing Law/Venue. The laws of the State of Minnesota govern the interpretation of this Contract. In the event of litigation, the exclusive venue shall be in the District Court of the State of Minnesota for Carver County. J. Severability. If any provision, term or condition of this Contract is found to be or become unenforceable or invalid, it shall not affect the remaining provisions, terms and conditions of this Contract, unless such invalid or unenforceable provision, term or condition renders this Contract impossible to perform. Such remaining terms and conditions of the Contract shall continue in full force and effect and shall continue to operate as the parties’ entire contract. K. Entire Agreement. This Contract represents the entire agreement of the parties and is a final, complete and all inclusive statement of the terms thereof, and supersedes and terminates any prior agreement(s), understandings or written or verbal representations made between the parties with respect thereto. L. Permits and Licenses; Rights-of-Way and Easements. The Contractor shall procure all permits and licenses, pay all charges and fees therefore, and give all notices necessary and incidental to the construction and completion of the Project. The City will obtain all necessary rights-of- way and easements. The Contractor shall not be entitled to any additional 154 8 175881v1 compensation for any construction delay resulting from the City’s not timely obtaining rights-of-way or easements. M. If the work is delayed or the sequencing of work is altered because of the action or inaction of the Owner, the Contractor shall be allowed a time extension to complete the work but shall not be entitled to any other compensation. CITY OF CHANHASSEN CONTRACTOR: THE FATHER SOLANUS CASEY MISSION LLC DBA PIPE SERVICES BY: BY: Elise Ryan, Mayor Print Name: __________________ BY: Its _________________ Laurie Hokkanen, City Manager 155 2025 GENERAL CONDITIONS Table of Contents SECTION 1.00 - DEFINITIONS .................................................................................................... 4 SECTION 2.00 - BIDDING REQUIREMENTS AND CONDITIONS ...................................... 8 2.01 QUALIFICATIONS OF BIDDERS ............................................................................. 8 2.02 CONTRACT DOCUMENT INTERPRETATIONS .................................................... 9 2.03 INTERPRETATION OF QUANTITIES IN BID SCHEDULE ................................ 10 2.04 SITE INVESTIGATION ............................................................................................ 10 2.05 SUBMISSION OF PROPOSAL ................................................................................. 10 2.06 PROPOSAL GUARANTY ........................................................................................ 11 2.07 AFFIDAVIT OF NON-COLLUSION ....................................................................... 11 2.08 WITHDRAWAL OF PROPOSALS .......................................................................... 11 SECTION 3.00 - AWARD AND EXECUTION OF CONTRACT ........................................... 12 3.01 EVALUATION OF PROPOSALS ............................................................................ 12 3.02 CONTRACT AWARD AND EXECUTION ............................................................ 12 3.03 PROPOSAL ALTERNATES ...................................................................................... 13 3.04 CONTRACT SECURITY & GUARANTY ............................................................... 13 3.05 PRECONSTRUCTION CONFERENCE .................................................................... 14 3.06 FAILURE TO EXECUTE CONTRACT .................................................................... 14 SECTION 4.00 - SCOPE OF WORK .......................................................................................... 15 4.01 ADDITIONAL INSTRUCTIONS .............................................................................. 15 4.02 CHANGES OR ALTERATIONS IN THE WORK .................................................... 15 4.03 ORAL AGREEMENTS ............................................................................................... 15 4.04 INTERPRETATIONS AND CHANGE ORDERS ..................................................... 16 4.05 SALVAGE .................................................................................................................. 16 4.06 FOSSILS ...................................................................................................................... 16 4.07 CLEANUP ................................................................................................................... 16 SECTION 5.00 - CONTROL OF WORK ................................................................................... 17 5.01 ENGINEER'S RESPONSIBILITY AND AUTHORITY ........................................... 17 5.02 INTENT OF PLANS AND SPECIFICATIONS ........................................................ 18 5.03 SHOP DRAWINGS ..................................................................................................... 18 5.04 DIMENSIONS ............................................................................................................ 18 5.05 MODELS ..................................................................................................................... 18 5.06 ADEQUACY OF PLANS AND SPECIFICATIONS ................................................. 18 5.07 CONFLICT .................................................................................................................. 19 5.08 DISCREPANCIES IN PLANS ................................................................................... 19 156 GC-2 5.09 SEPARATE CONTRACTS ........................................................................................ 19 5.10 PLANS AND SPECIFICATIONS AT JOB SITE ....................................................... 20 5.11 MOVING OF PUBLIC AND PRIVATE UTILITIES ................................................ 20 5.12 PROTECTION OF EXISTING IMPROVEMENTS AND UTILITIES ..................... 20 5.13 DAMAGE TO EXISTING IMPROVEMENTS OR UTILITIES ............................... 21 5.14 MONUMENTS AND STAKES .................................................................................. 23 5.15 INSPECTORS ............................................................................................................. 23 5.16 EXAMINATION OF COMPLETED WORK ............................................................ 23 5.17 OWNER'S RIGHT TO CORRECT DEFICIENCIES ................................................. 24 5.18 TRAFFIC CONTROL AND MAINTENANCE ......................................................... 24 5.19 TRAFFIC CONTROL WITHIN AND ABUTTING THE PROJECT .................... 25 5.20 REMOVAL OF CONSTRUCTION EQUIPMENT, TOOLS AND SUPPLIES ........ 25 5.21 SUSPENSION OF WORK BY ENGINEER ............................................................ 25 5.22 SUSPENSION OF WORK BY OWNER ................................................................... 26 SECTION 6.00 - CONTROL OF MATERIALS AND WORKMANSHIP .............................. 27 6.01 QUALITY OF EQUIPMENT AND MATERIALS .................................................... 27 6.02 TESTING .................................................................................................................... 28 6.03 USE OF PREMISES .................................................................................................... 28 6.04 STORAGE OF MATERIALS ..................................................................................... 28 6.05 MANUFACTURER'S DIRECTIONS ........................................................................ 28 6.06 REJECTED WORK AND MATERIALS ................................................................... 28 6.07 MATERIALS FURNISHED BY THE OWNER ........................................................ 29 6.08 MATERIALS FURNISHED BY THE CONTRACTOR ............................................ 29 6.09 UNACCEPTABLE WORK & MATERIALS ............................................................ 29 SECTION 7.00 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC .................. 31 7.01 COMPREHENSIVE GENERAL LIABILITY ........................................................... 31 7.02 CONSTRUCTION DAYS AND HOURS ................................................................... 31 7.03 DRUG AND ALCOHOL TESTING ........................................................................... 32 7.04 WATER ....................................................................................................................... 32 7.05 NOISE ELIMINATION .............................................................................................. 32 7.06 PATENTS .................................................................................................................... 32 7.07 PRIVILEGES OF CONTRACTOR IN STREETS, RIGHTS-OF-WAY AND EASEMENTS .............................................................................................................. 32 7.08 DISCRIMINATION ON ACCOUNT OF RACE, CREED, OR COLOR .................. 33 7.09 SAFETY ...................................................................................................................... 33 7.10 SANITARY PROVISIONS ........................................................................................ 34 7.11 RAILROAD CROSSINGS ......................................................................................... 34 7.12 USE OF EXPLOSIVES ............................................................................................... 34 7.13 PRIVATE PROPERTY ............................................................................................... 34 7.14 RIGHT TO USE IMPROVEMENT ............................................................................ 35 7.15 CONTRACTOR'S RESPONSIBILITIES ................................................................... 35 7.16 LANDS BY OWNER .................................................................................................. 36 7.17 LANDS BY CONTRACTOR ..................................................................................... 36 157 GC-3 SECTION 8.00 - PROSECUTION AND PROGRESS ............................................................... 37 8.01 SUBCONTRACTS ...................................................................................................... 37 8.02 CONTRACTOR'S SUPERINTENDENT ................................................................... 37 8.03 CONTRACTOR'S EMPLOYEES ............................................................................... 37 8.04 INJUNCTIONS ........................................................................................................... 38 8.05 RIGHTS OF VARIOUS INTEREST .......................................................................... 38 8.06 WORK DURING AN EMERGENCY ........................................................................ 38 8.07 DELAYS AND EXTENSION OF CONTRACT TIME ............................................. 38 8.08 CONSTRUCTION SCHEDULE & LIQUIDATED DAMAGES .............................. 39 8.09 OWNER'S RIGHT TO TERMINATE CONTRACT & COMPLETE THE WORK . 40 8.10 CONTRACTOR'S RIGHT TO TERMINATE CONTRACT ..................................... 41 SECTION 9.00 - MEASUREMENT AND PAYMENT ............................................................. 42 9.01 MEASUREMENT ....................................................................................................... 42 9.02 SCOPE OF PAYMENT .............................................................................................. 42 9.03 PAYMENT FOR EXTRA WORK .............................................................................. 42 9.04 PROGRESS PAYMENTS, RETAINED PERCENTAGE ......................................... 44 9.05 ENGINEER'S ACTION ON REQUEST FOR PAYMENT ....................................... 45 9.06 OWNER'S ACTION ON AN APPROVED REQUEST FOR PAYMENT ............... 46 9.07 PAYMENT FOR WORK BY THE OWNER ............................................................. 46 9.08 PAYMENT FOR UNCORRECTED WORK ............................................................. 46 9.09 PAYMENT FOR REJECTED WORK AND MATERIALS ...................................... 46 9.10 PAYMENT FOR WORK SUSPENDED BY THE OWNER ..................................... 46 9.11 PAYMENT FOR WORK FOLLOWING OWNER'S TERMINATION OF THE CONTRACT ................................................................................................................ 47 9.12 PAYMENT FOR WORK TERMINATED BY THE CONTRACTOR ................... 47 9.13 RELEASE OF LIENS ................................................................................................. 47 9.14 ACCEPTANCE AND FINAL PAYMENT ................................................................ 47 9.15 TERMINATION OF CONTRACTOR'S RESPONSIBILITY ................................... 48 9.16 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT ......................... 48 9.17 FAILURE TO PAY FOR LABOR AND MATERIALS ............................................. 48 9.18 CONTRACT DOCUMENTS: ..................................................................................... 48 9.19 AS-BUILT REQUIREMENTS .................................................................................. 73 158 GC-4 SECTION 1.00 - DEFINITIONS 1.01 GENERAL: For the purposes of the Contract Documents and any documents or instruments dealing with the construction, operations governed by these documents, the terms defined in this section have the meanings given them. 1.02 ADDENDUM: A supplement to the proposal form as originally issued or printed, covering additions, corrections, or changes in the bidding conditions for the advertised work, that is issued by the Contracting Authority to prospective bidders prior to the date set for opening of proposals. 1.03 BID: The written offer or copy thereof of a bidder to perform the work described by the Contract Documents when made out and submitted on the prescribed bid form properly signed and guaranteed. 1.04 BIDDER: An individual, firm, partnership or corporation, or combination thereof, submitting a bid for the work contemplated and acting directly or through a duly authorized representative. 1.05 CALENDAR DAY: Every day shown on the calendar. 1.06 CHANGE ORDER: A written order to the Contractor authorizing an addition, deletion or revision in the work within the general scope of the Contract Documents, or authorizing an adjustment in the contract price or time of completion. 1.07 CONTRACT: The written agreement between the Contracting Authority and the Contractor setting forth their obligations, including, but not limited to, the performance of the work, the furnishing of labor and materials, the basis of payment, and other requirements contained in the Contract Documents. The Contract Documents consist of the following: (1) Legal and Procedural Documents (a) Advertisement for Bids (b) Information for Bidders (c) Bid (d) Proposal Guaranty (e) Contract (f) Performance Bond (g) Payment Bond (h) Affidavit of Non-Collusion (i) Contractor Verification of Compliance (j) Responsible Contractor Verification Of Compliance (k) Certificate of Insurance (l) Notice of Award (m) Notice to Proceed (2) Special Provisions 159 GC-5 (3) Specifications (4) General Conditions (5) Plans (6) Addenda (7) Supplemental Agreements & Change Orders 1.08 PERFORMANCE BOND: The Contractor's Performance Bond required by the Contract Documents. 1.09 PAYMENT BOND: The Contractor’s Payment Bond required by the Contract Documents. 1.10 CONTRACT PRICE: The total moneys payable to the Contractor under the terms and conditions of the Contract Documents. 1.11 CONTRACTOR: The person, firm or corporation with whom the Owner has executed the contract agreement. 1.12 DRUG AND ALCOHOL TESTING: Refers to the Federal Highway Administration (FHWA) drug use and alcohol testing rules published February 15, 1994, which apply to persons required to have a commercial driver's license (CDL). 1.13 CITY ENGINEER: The City of Chanhassen’s employee in charge of overseeing all capital projects and engineering matters. 1.14 ENGINEER: The duly authorized engineering representative of the Owner, acting directly or through his/her designated representatives who have been delegated the responsibility for engineering project administration. 1.15 FIELD ORDER: A written order affecting a change in the work not involving an adjustment in the contract price or an extension of the contract time, issued by the Engineer to the Contractor during construction. 1.16 GOVERNMENTAL AGENCY: A governmental unit other than the Owner having jurisdiction of the premises. 1.17 INSPECTOR: An authorized representative of the Engineer, assigned to make any or all necessary inspections of the work performed and the materials furnished by the Contractor. 1.18 LABORATORY: The testing laboratory of the Owner or any other testing laboratory which may be designated by the Owner. 1.19 NOTICE OF AWARD: The written notice of the acceptance of the bid issued by the Owner to the successful bidder. 160 GC-6 1.20 NOTICE TO PROCEED: The written notice issued by the Owner to the Contractor authorizing him to proceed with the work and establishing the date of commencement of the work. 1.21 OWNER: A private, public or quasi-public body or authority, corporation, association, partnership, or individual for whom the work is to be performed. 1.22 PLANS: The official drawings, plans, profiles, typical cross sections and supplemental drawings, or reproductions thereof, prepared by the Engineer, which show the location, character, dimensions and details of work to be performed. All such drawings, as listed elsewhere in the Contract Documents, are a part of the plans whether attached to the Contract Documents or separate therefrom. 1.23 PROJECT: The undertaking to be performed as provided in the Contract Documents. 1.24 PROPOSAL FORM: The approved form on which the contracting authority requires bids to be prepared and submitted for the work. 1.25 PROPOSAL GUARANTY: The security furnished with a bid to guarantee that the bidder will enter into the Contract if the bid is accepted. 1.26 SHOP DRAWINGS: All drawings, diagrams, framework plans, falsework plans, erection plans, illustrations, brochures, schedules and other data which are prepared by the Contractor, a subcontractor, manufacturer, supplier or distributor, which illustrate how specific portions of the work shall be fabricated or installed. 1.27 SPECIAL PROVISIONS: Contract requirements specific to the project which are not otherwise thoroughly or satisfactorily detailed and set forth in the detail specifications or plans. 1.28 SPECIFICATIONS: The directions, provisions, and requirements contained herein, together with all written agreements made or to be made pertaining to the method and manner of performing the work, or to the quantities and qualities of materials to be furnished under the contract. 1.29 SUBCONTRACTOR: An individual, firm, or corporation to whom the contractor sublets part of the Contract. 1.30 SUBSTANTIAL COMPLETION: That date as certified by the Engineer when the construction of the project or a specified part thereof is sufficiently completed, in accordance with the Contract Documents, so that the project or specified part can be utilized for the purposes for which it is intended. 1.31 SUPPLEMENTAL GENERAL CONDITIONS: Modifications to generate conditions required by a local, state or federal agency for participation in the project and approved by the agency in writing prior to inclusion in the Contract Documents. 161 GC-7 1.32 SUPPLIER: Any person, or organization who supplies materials or equipment for the work, including that fabricated to a special design, but who does not perform labor at the site. 1.33 SURETY: The person, firm, or corporation who executes the proposal guaranty or the contract bond. 1.34 TIME OF COMPLETION: The date set in Contract Documents for completion of the work; or number of working or calendar days after notice to proceed set out in Contract Documents (See also Section 8.07 of the General Conditions). 1.35 WORK: The furnishing of all labor, materials, equipment, and other incidentals necessary or convenient to the successful completion of the project and the carrying out of all duties and obligations imposed by the contract upon the Contractor. 1.36 WORKING DAYS: Any day, excluding Saturday, Sunday or State recognized Legal Holidays, when weather conditions or the results of weather conditions will allow the Contractor to pursue, for two hours between 8:00 a.m. and 4:30 p.m. with the normal working force, any item or items of work which would be in progress at that time. 1.37 DETAIL PLATE: A supplemental drawing that provides specific details to standard components, assemblies, or construction methods specific to the City of Chanhassen. 162 GC-8 SECTION 2.00 - BIDDING REQUIREMENTS AND CONDITIONS 2.01 QUALIFICATIONS OF BIDDERS If requested, bidders must present satisfactory evidence that they are familiar with the class of work specified, and that they are provided with the necessary capital, tools, machinery and other equipment necessary to conduct the work and complete the improvement within the time specified in the proposal, in a good and workmanlike manner and to the entire satisfaction of the Owner. The Owner will review the qualifications and experience of bidders after bids are opened and before a contract is awarded, to determine if the bidder is "responsible." A "responsible" bidder is a bidder qualified to do the work. This will be determined by assessing the bidder's skill, resources, experience, successful performance of similar contracts (on time and on budget), and all other matters bearing upon the likelihood that the contract will be successfully completed. In all cases where a bidder is unknown or where there are any questions about the qualifications of the bidder, the following information may be required of the apparent low bidder: A. Identify all similar public projects in which you were the contractor. If you have had more than five such contracts, list only the last five contracts, and as to each contract identified, provide the following information: Project Description: Date: Contact Person at City/County/State: Were change orders in excess of 5% requested? If yes, explain the circumstances. Were liquidated damages assessed? If yes, explain the circumstances. Was the project completed on schedule? If no, explain the circumstances. B. Describe all construction arbitration claims and any construction or project litigation in which you have been a party in the last five years. C. Identify all public projects you have had with the City of Chanhassen in the last five years. D. In the last five years, has a bonding company ever refused to issue you a performance bond? If yes, explain the circumstances. E. In the last five years, have any claims been filed against a performance or payment bond that you have provided a public entity? If yes, explain the circumstances. F. In the last five years, has your firm or any of its owners or employees been fined by a federal or state agency for a contract or workplace matter (such as wage or hour or safety violations), or debarred under Part 29, Title 49 CFR or 163 GC-9 any other law from submitting bids on public projects? If yes, explain the circumstances. G. In the last five years, has your firm or any of its owners or employees been charged or convicted of a crime involving the awarding, bidding or performance of a government contract? If yes, provide full details. The bidder agrees that they are fully responsible to the Owner for the acts and omissions of any proposed subcontractors and of persons either directly or indirectly employed by them, as they are for the acts and omissions of persons directly employed by them. Failure on the part of any bidder to carry out previous contracts satisfactorily, or lack of experience or equipment necessary for the satisfactory completion of the project, may be deemed sufficient cause for disqualification. 2.02 CONTRACT DOCUMENT INTERPRETATIONS All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and the Contractor shall be responsible for familiarizing themselves with all permits, bond and other requirements for the work to be performed. All work shall be performed in accordance with the most recent version of the City of Chanhassen Standard Specifications and Detail Plates. In the event a work item is not addressed in the Chanhassen Standard Specifications and Detail Plates, the most recent version of the Minnesota Department of Transportation Standard Specifications shall govern. Whenever reference is made to the Minnesota Department of Transportation Standard Specifications, the word “Owner” shall be substituted for “State” and “Department” where appropriate and the word “Engineer” is understood to refer to the engineer for the Owner. The City of Chanhassen Standard Plates included as part of these Specifications take precedence over the Minnesota Department of Transportation Standard Plates in all instances of conflict. If any person contemplating the submitting of a bid for a proposed contract is in doubt as to the true meaning of any part of the plans, specifications or other proposed Contract Documents, they may submit to the Engineer a written request for an interpretation thereof at least three days prior to the scheduled bid opening. The persons submitting the request will be responsible for prompt delivery to the Engineer. Any interpretation of the proposed documents shall be made by addendum, duly numbered and dated. A copy of such addendum will be posted to QuestCDN, and each bidder shall acknowledge receipt of that addendum on their proposal form. Such addendum will be attached to all documents issued after the date of the addendum and shall remain a part thereof. The Owner and Engineer will not be responsible for any other explanation or interpretation. The Owner reserves the right to modify the plans, specifications, special provisions, 164 GC-10 or proposal at any time prior to bids being opened, in accordance with the procedures for issuance of an addendum. All proposals shall be made and received with the express understanding that the Bidder accepts the terms and conditions contained in these instructions and the plans and specifications, forms of contract and bond, and any other Contract Documents referred to herein. If, after the bids have been delivered to the Owner, any difference of opinion shall arise as to the true intent or meaning of any part of the specifications, the decision of the Engineer shall be final, conclusive, and binding on all parties. 2.03 INTERPRETATION OF QUANTITIES IN BID SCHEDULE The schedule of quantities is approximate only and is assumed solely for the purpose of comparing bids. The quantities on which payment will be made to the Contractor are to be determined by measurements of the work actually performed by the Contractor as specified in the Contract Documents. 2.04 SITE INVESTIGATION Each bidder must satisfy themselves and form their own opinions by personal examination of the location and ground of the proposed work, and by such other means as they may desire, as to the actual conditions and requirements of the work, including the materials to be excavated; must make their own interpretations and satisfy themselves by their own investigations and research regarding all conditions affecting the work to be done and the labor and materials needed, and shall make their sole reliance thereon. Any information or data furnished by the Owner or its representatives is for the convenience of any bidder and is not guaranteed. The bidder shall thoroughly examine and familiarize themselves with the Drawings, Special Provisions, and all other Contract Documents. The Contractor, by the execution of the contract, shall accept all responsibility for having examined the site and acquainted themselves with the conditions there existing and the conditions of the contract. The Owner will be justified in rejecting any claim based upon the Contractor’s lack of proper examination of the site conditions and legal obligations of the contract after execution of the contract. 2.05 SUBMISSION OF PROPOSAL Sealed bids will be received by the Owner up to the date and hour as specified in the Advertisement for Bids at the office of the Owner or as otherwise specified. Bids received after the time specified shall be returned unopened. All bids must be in ink upon the bid form included in the Specifications with a given price for each item and aggregate amount for the work, and must be signed and acknowledged by the bidder in accordance with the directions on the bid form. If a separate proposal form is provided, this separate form is to be submitted, not the form bound into the specification book. In order to ensure consideration, the bid shall be enclosed in a sealed envelope addressed to the Owner and clearly marked as to the time and date of bid opening, the name of the project, and name and address of bidder. 165 GC-11 2.06 PROPOSAL GUARANTY Each bid shall be accompanied by a Proposal Guaranty in the form of a money order, certified check or bid bond, payable to the order of the owner in an amount not less than five percent (5%) of the total amount of the bid. No bid will be considered unless accompanied by the Proposal Guaranty. In case alternate bids are called for, one Proposal Guaranty in the amount of five percent (5%) of the total amount of the highest bid alternative will be sufficient for all bids. As soon as the bids have been tabulated, all Proposal Guarantees shall be returned to the bidders, except those of the three lowest responsible bidders, which shall be returned after the agreement is executed and the required bonds and insurance received, approved, and accepted by the Owner. 2.07 AFFIDAVIT OF NON-COLLUSION Each bidder shall submit with his/her proposal, an affidavit of non-collusion, signed by one of the officers of the firm and notarized. The Affidavit to be used is bound into these Contract Documents. A sample affidavit is included in the attachments. 2.08 WITHDRAWAL OF PROPOSALS Any bid may be withdrawn or modified prior to the schedule time for the opening of bids or authorized postponement thereof. After the time set for opening of the bids, no bidder may, without the consent of the Owner, withdraw their bid or claim extra compensation or damages for any error or omission made by said bidder in preparing their bid, for a period of 60 days. Bid guarantees may be held by the Owner for said 60 days until all of the bids submitted have been canvassed, a contract awarded and executed, and the required bonds and insurance furnished and approved. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Owner and the bidder. 166 GC-12 SECTION 3.00 - AWARD AND EXECUTION OF CONTRACT 3.01 EVALUATION OF PROPOSALS The bids from each responsible bidder will be considered on the basis of the amounts as shown on the bid form, and awarded to the lowest bidder determined by correctly adding the products resulting from correctly multiplying the quantities stated by the unit prices bid therefore, and as otherwise described in the Special Provisions when alternate bids are included in the proposal form. The prices are to include the furnishing of all materials; all labor and services necessary or proper for the completion of work, except such as may be otherwise expressly provided in the Contract Documents. The Owner reserves the right to reject any or all bids or to accept the bid deemed in the best interest of the Owner. Without limiting the generality of the foregoing, any bid which is incomplete, obscure, or irregular may be rejected; any bid having erasures or corrections in the price sheet may be rejected; any bid which omits an amount on any one or more items in the price sheet may be rejected; any bid in which unit prices are obviously unbalanced may be rejected; any bid accompanied by an insufficient or irregular bid bond may be rejected; any bid which omits acknowledgment of the receipt of addenda may be rejected. The Owner may make such investigations as deemed necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Agreement and to complete the work contemplated therein. All bids shall be subject to review and approval of the Owner. 3.02 CONTRACT AWARD AND EXECUTION Following acceptance of the bid by the Owner, a “Notice of Award” letter will be mailed to the Contractor together with the prepared contract agreements for signature and return. The Notice of Award letter will specify that the Contractor also submit affidavits or copies of insurance coverage, a payment bond and a performance bond. No contract will be executed until the required affidavits and bonds are submitted and have been approved as to form by the Owner. The performance bond and payment bond shall each be in the amount of 100 percent of the contract price with a corporate surety approved by the Owner. Attorneys-in- fact who sign bid bonds or performance bonds must file with each bond a certified and effective dated copy of their power of attorney. For purposes of the agreement, affidavit of insurance, the payment bond, and performance bond, the contract amount is the bid amount accepted by the Owner. The final amount of the contract shall be determined by summation of multiplying and summing the resulting product of the final measured quantities of the various items actually constructed and installed by the unit prices stated therefore, in the manner 167 GC-13 prescribed in the specification. The party to whom the contract is awarded will be required to execute the Agreement, obtain the affidavits, the payment bond, and the performance bond, and return them to the Engineer within 10 calendar days from the date when Notice of Award is delivered to the bidder. In case of failure of the bidder to complete these items, the Owner may at their option consider the bidder in default, in which case the bid guaranty accompanying the proposal shall become the property of the Owner. The Owner within 10 calendar days of receipt of acceptable performance and payment bonds, affidavits and Agreement signed by the bidder to whom the Agreement was awarded shall sign the Agreement and return to the bidder an executed duplicate of the Agreement. Should the Owner not execute the Agreement within such period, the bidder may by written notice withdraw their signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the Owner. A notice to proceed shall be issued within 10 calendar days of the execution of the Agreement by the Owner. Should there be reasons why the Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Contractor. If the Notice to Proceed has not been issued within the 10 calendar day period or within the period mutually agreed upon, the Contractor may terminate the Agreement without further liability on the part of either party. The Notice of Award letter is not an order to proceed. The Contractor will have no authority to perform work under this contract until all Contract Documents as indicated above are properly completed and placed on file at the Owner’s Offices and a Notice to Proceed is issued by the Owner. A Notice to Proceed with the work under this project will be sent to the Contractor upon satisfaction of the above-indicated requirements and after a preconstruction conference is held. 3.03 PROPOSAL ALTERNATES When a project includes a bid alternate, all bidders are required to submit pricing for said alternate as a part of their bid. The Owner reserves the right to accept or reject any or all of the individual items included as a part of the bid alternate. The Owner-accepted bid alternate items’ prices will be considered as part of the low bid determination for contract award. If all alternates are rejected, the lowest base bid submitted will be considered the low bid for purposes of contract award. 3.04 CONTRACT SECURITY & GUARANTY The successful bidder shall be required to furnish the Owner with a performance bond and payment bond in the form required by law, each in an amount of one hundred (100%) percent of the contract amount, based on the lump sum or the anticipated quantities and unit prices, as determined by the Engineer. The bonds shall guarantee the proper prosecution and completion of the work by the successful bidder; and shall further guarantee the prompt payment by the successful 168 GC-14 bidder or all persons or firms furnishing labor, tools, materials and supplies for the work. Upon completion of said work, an acceptable and separate 100% maintenance bond shall be furnished to guarantee the quality of material and workmanship of said work for a period of two years from the date of final acceptance by the City. The Contractor may not release the surety company on this 100% maintenance bond until a written release of said 100% maintenance bond is given by the Owner. When a period of two years has elapsed after the date of the acceptance of the work by the Owner and if upon inspection by the Owner the work is found in good condition the maintenance bond shall be released. If it is found by the inspection after two years use that some of the work and some of the materials are defective, such work or materials shall be replaced or repaired by the Contractor, and only when the Contractor has properly replaced and repaired such defective work and/or materials will the Owner then release the 100% maintenance bond. In the event that the Contractor fails to meet the time obligations of the initial maintenance bond and requests an extension of time, a $1,000 escrow will be required to offset additional costs incurred by the Owner to administrate the maintenance bond extension. 3.05 PRECONSTRUCTION CONFERENCE Prior to the start of any work there shall be a pre-construction conference arranged by the Engineer. Representatives of the Owner, Engineer, Developer, Contractor, Subcontractor, Project Foreman, and Utility Companies shall be notified to be present at this meeting. The Contractor's project superintendent shall be familiar with all phases of the work to be executed and shall oversee the work during its progress. The project superintendent shall represent the Contractor, and communications and directions given to the superintendent shall be as binding as if given to the Contractor. The Contractor's list of subcontractors and suppliers shall be submitted and reviewed along with scheduling, materials (including bituminous mix design), material sources, proposed haul routes, construction methods, desired materials substitutions, and any other information necessary for the orderly execution of the work. The specifications and certifications for all products, materials and supplies furnished shall be submitted for review prior to the preconstruction conference. 3.06 FAILURE TO EXECUTE CONTRACT Failure on the part of the successful bidder to execute the Contract, furnish an acceptable bond, or comply with any other requirements imposed precedent to the Contract, within the time allowed, shall be considered just cause for cancellation of the award and forfeiture of the Proposal Guaranty, not as a penalty, but in liquidation of damages sustained. Award may then be made to the next lowest responsible bidder, or the work may be re-advertised or otherwise performed at the discretion of the Owner. 169 GC-15 SECTION 4.00 - SCOPE OF WORK 4.01 ADDITIONAL INSTRUCTIONS If the instructions and plans are not sufficiently clear to permit the Contractor to proceed with the work, the Engineer shall, upon the request of the Contractor, furnish additional written instruction, together with additional drawings as may be necessary. When such request is made by the Contractor, it must be in ample time to permit the preparation of the instructions and drawings by the Engineer before the construction of the work covered by them is undertaken. Such additional instructions and drawings shall be consistent with the Contract Documents and shall have the same force and effect as if contained in the original Contract Documents. For the purpose of avoiding delays in the preparation of such additional instructions and drawings, the Engineer and the Contractor shall jointly prepare a schedule showing the time for the commencement of the work to be included in them and the time the Contractor shall furnish the necessary shop drawings which may be necessary for their preparation. The Contractor shall do no work without proper drawings or instructions and shall replace any work not in accordance with such drawings and instructions at no additional cost. 4.02 CHANGES OR ALTERATIONS IN THE WORK The Owner, without invalidating the contract, may order extra work or make changes by altering, adding to or deducting from the work; the contract sum being adjusted according to the respective unit bid prices. All such work shall be executed under the conditions of the original contract, except that any claim for extension of time caused thereby shall be adjusted at the time of ordering such change. If the Contractor claims that any instructions by drawings or otherwise issued after the date of the contract involved extra cost under the contract, the Engineer shall be given written notice thereof within seven days, after the receipt of such instructions, and in any event before proceeding to execute the work, except emergency endangering life or property, and the procedure shall then be as provided for elsewhere herein for changes in the work. No such claim shall be valid unless so made. In giving instructions, the Engineer shall have authority to make minor changes in the work, not involving extra cost, and not inconsistent with the purposes of the work but otherwise (except in an emergency endangering life or property) no extra work or change shall be made unless in pursuance of a written order by the Engineer. 4.03 ORAL AGREEMENTS No oral order, objection, claim or notice by any party to the others shall affect or modify any of the terms or obligations contained in any of the contract documents, and none of the provisions of the Contract Documents shall be held to be waived or modified by reason of any act whatsoever, other than by a definitely agreed waiver or modification thereof in writing, signed by the parties to be bound or by the representatives of the parties authorized to enter into such a waiver or modification, and no evidence shall be introduced in any proceeding of any other waiver or modification. 170 GC-16 4.04 INTERPRETATIONS AND CHANGE ORDERS No oral interpretation shall be made to the Contractor as to the meaning of any of the Contract Documents or to modify any of the provisions of the Contract Documents. Every request for an interpretation shall be made in writing and addressed and forwarded to the Engineer. The Owner will not be responsible for any other explanation or interpretation of the plans and specifications. If unforeseen conditions require a change in the dimensions of a structure, location of underground pipes, or major variations of a similar nature from the original plans, necessitating exceeding the reasonable limits defined above, or being of the nature of a substantial departure from the original plans, such change shall be covered by a change order. The change order is to set forth in complete detail the nature of the change and reasons therefore. The compensation to be paid the Contractor and whether it is an addition or a reduction with respect to the original contract costs is also to be covered in detail. Should additional or supplemental drawings be required, they will be furnished by the Engineer. 4.05 SALVAGE Unless otherwise indicated on the plans or in the Special Provisions, all castings, pipe and any other material taken from the work shall be the property of the Contractor. 4.06 FOSSILS If any fossils, treasure or other unusual or valuable geological formations are found in the progress of excavating, such fossils, treasure or samples of geological formations shall be carefully preserved by the Contractor and the Contractor shall restrict or suspend operations in the immediate area of the discovery and shall immediately notify the Engineer of the discovery. The suspension of work for a period not to exceed 72 hours shall be allowed without claim by the Contractor for any damages as a result thereof. These items shall become the property of the state or federal agency concerned with their preservation and study. 4.07 CLEANUP The Contractor shall, at no cost to the Owner, clean up and remove all refuse and unused materials of any kind resulting from the work. Upon failure to do so within 72 hours after request by the Engineer, the work may be done by the Owner and cost thereof be charged to the Contractor and deducted from the final estimate. 171 GC-17 SECTION 5.00 - CONTROL OF WORK 5.01 ENGINEER'S RESPONSIBILITY AND AUTHORITY The Engineer is responsible for the general supervision and direction of the inspection. The Engineer will decide all questions regarding: · Quality and acceptability of materials furnished and work performed. · Manner of performance and rate of progress of the work. · Interpretation of the Plans, Specifications, and Special Provisions. · Measurement, control of quantities, and the amount of any deductions or adjustments to be made in payment. · Acceptable fulfillment of all Contract Provisions on the part of the Contractor. The Engineer is not responsible for the acts or omissions of the Contractor's superintendent or employees. The Engineer shall, within a reasonable time after receiving written notification, make decisions in writing on all claims of the Owner or the Contractor and on all other matters relating to the execution and progress of the work or the interpretation of the Contract Documents. All such decisions of the Engineer shall be final, except where time or financial considerations are involved, in which case, the decision is subject to arbitration (if less than $10,000) as per these general conditions. Any dispute over $10,000 shall be settled in Carver County District Court. Failure to condemn any inferior material or work at the time of its use or construction shall not be construed as an acceptance of the same, but the Contractor shall upon notice from the Engineer at any time prior to the final acceptance of the improvement immediately tear out, remove and properly reconstruct, at no cost to the Owner, any portion of this improvement which the Engineer may decide to be defective and the Contractor will be held wholly responsible for the safety, proper construction and perfection of the entire improvement until the same has been finally accepted and paid for by the Owner. The Engineer will make final inspection of all work included in the contract or any portion thereof, as soon as practicable after notification by the Contractor that such work is nearing completion. If such work is not acceptable to the Engineer at the time of the inspection, the Contractor will be advised in writing as to the particular defects to be remedied before such work can be accepted. If, within a period of ten days after such notification, the Contractor has not taken steps to speedily complete the work as directed, the Engineer may, without further notice and without in any way impairing the contract, make such other arrangements as deemed necessary to have such work completed in a satisfactory manner without regard to remaining contract completion 172 GC-18 time. The cost of completing such work shall be deducted from any moneys due, or which may become due the Contractor on the contract. 5.02 INTENT OF PLANS AND SPECIFICATIONS The intent of the plans and specifications is that the Contractor furnishes all labor and materials, equipment and transportation necessary for the proper execution of the work unless specifically noted otherwise. The Contractor shall do all the work shown on the plans and described in the specifications and all incidental work necessary to complete the project in an acceptable manner and to fully complete the work or project, ready for use, occupancy and operation of the Owner. It is further the intention of the plans and specifications to set forth requirements of performance, type of equipment and structures, and standards of materials and construction, to require new material and equipment unless otherwise indicated and to require complete performance of the work without specific reference to any minor component part. It is not intended, however, that materials or work not covered by the specifications shall be supplied unless distinctly so noted. Materials or work described in words, which so applied have a well-known technical or trade meaning, shall be held to refer to such recognized standards. All work shall be completed in accordance with the specifications and plans, and in compliance with applicable laws of Federal, State and local governments. 5.03 SHOP DRAWINGS The Contractor shall, upon request, submit shop drawings in quadruplicate for the approval of the Engineer. 5.04 DIMENSIONS Figured dimensions on the plans will be used in preference to scaling the drawings. Where the work of the Contractor is affected by finish dimensions or manufacturer's equipment, these shall be determined by the Contractor at the site, and s/he shall assume the responsibility therefore. 5.05 MODELS All models prepared for this work, in accordance with requirements of plans and specifications, shall become the property of the Owner at the completion of the work. 5.06 ADEQUACY OF PLANS AND SPECIFICATIONS The complete requirements of the work to be performed under the contract shall be set forth in plans and specifications to be supplied by the Owner through the Engineer or by the Engineer as representative of the Owner. 173 GC-19 5.07 CONFLICT In the case of a conflict of meaning between any of the terms of the Contract Documents, the provisions of the document listed first below over those of a document listed later: 1. Contract Agreement Form 2. Special Provisions 3. Plans 4. Specifications 5. General Conditions 6. Bid 7. Bid Form Special provisions and detail plans are intended to modify and prevail over standard plans and specifications. 5.08 DISCREPANCIES IN PLANS The drawings, specifications, and other parts of the plans are intended to complement one another. Anything shown on the drawings but not mentioned in the specifications, or vice versa, or anything not expressly set forth in either but which is reasonably implied, shall be furnished as though specifically shown and mentioned in both without any extra charge. Should anything be omitted from the drawings and necessary to the proper construction of the work herein described, it shall be the duty of the Contractor to notify the Engineer prior to beginning work; and in the event of the Contractor failing to give such notice, the Contractor shall make good any damage or defect in work caused thereby, without extra charge to the owner. Questions as to meaning of plans and specifications shall be interpreted by the Engineer, whose decisions shall be final and binding on all parties concerned. (See also Section 5.01 of these General Conditions.) The Engineer will provide the Contractor with such information as may be required to show revised or additional details of construction. The Engineer will provide full information when errors or omissions in the plans and specifications are discovered. Any work done by the Contractor, after discovery of such discrepancies, errors or omissions and prior to a decision by the Engineer, shall be done at the Contractor's risk. 5.09 SEPARATE CONTRACTS The Owner reserves the right to let other contracts in connection with this work. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate the work with that of other contractors. If any part of the Contractor's work depends for proper execution or results upon the work of any other Contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such work that render it unsuitable for such proper execution and results. Failure to so inspect and report shall constitute an acceptance of the other Contractor's work. 174 GC-20 To insure the proper execution of the work, the Contractor shall measure work already in place and shall at once report to the Engineer any discrepancy between the executed work and the drawings. 5.10 PLANS AND SPECIFICATIONS AT JOB SITE One complete set of all plans and specifications shall be maintained by the Contractor at the job site and shall be available to the Engineer at all times. The Owner retains the right of access to all plans, specifications and drawings. 5.11 MOVING OF PUBLIC AND PRIVATE UTILITIES The Owner will give reasonable notice to all affected utility companies of the potential necessity of movement of their installations prior to commencement of the work. It shall be the responsibility of the Contractor to coordinate the work with the utility companies. It is provided that no utility, private or public, shall be moved to accommodate the Contractor's equipment or the method of operation when such utility does not conflict with the installation of the improvement under construction unless the costs of such removal shall be at the expense of the Contractor. The Contractor shall notify the proper representatives of any public utility, corporation, and company or individual, not less than 48 hours in advance of any work which might damage or interfere with the operation of their or his/her property along or adjacent to the work. 5.12 PROTECTION OF EXISTING IMPROVEMENTS AND UTILITIES Prior to construction, the Contractor shall obtain field locations or other assistance as may be required to determine the existence and location of gas main and other private utilities as well as public utilities of the City, County, or State which may be underground or overhead within street and highway right of way or within easements and which may be interfered with under this contract. In cases where the alignment, as shown on the plans, coincides with the existing location of either an overhead or underground privately owned utility so that, in the opinion of the Engineer, the relocation of said utility is required to complete the installation, the Owner shall provide for such relocation unless specified otherwise in the Special Provisions. Existing underground, surface or overhead structures are not necessarily shown on the plans. Those shown are only approximate and no responsibility is assumed by the Owner or the Engineer for the accuracy of location. The Contractor shall make such investigations as are necessary to determine the extent to which existing structures may interfere with the work contemplated under this contract. The sizes, locations and depths of such structures as are shown on the plans and profiles are only approximate and the Contractor shall verify the accuracy of the 175 GC-21 information given. The Contractor shall support and protect by timbers or otherwise, all pipes, conduits, poles, wires or other apparatus which may be in any way affected by the work. At all shaft sites and on all open cut work, the Contractor shall provide and maintain free access to fire hydrants, water and gas valves, manholes and similar facilities. Gutters and waterways shall be kept open or other satisfactory provisions made for the removal of the storm water. The Contractor shall provide as incidental to the work all methods for adequately draining the work and shall assume full responsibility and liability for damage to any persons or property resulting from such damage. No trees shall be cut except upon the specific authority of the Engineer. Trees adjacent to the work shall be protected from all damage by the construction operations. Measures taken to protect trees can include but are not limited to tree protection fencing, tree guards and signs indicating protected trees. Storm and sanitary sewers must be carefully protected from any sand or debris and any such deposition caused by the Contractor's operations must be removed from the manholes and pipes by the Contractor. Prior to construction commencement, the Contractor shall notify the Owner and conduct an inspection of potentially affected existing public utilities noting conditions such as sand in manholes or damaged valve boxes prior to the Contractor's construction. Once construction has commenced it will be assumed that all damage to surface and underground installations not previously noted has been caused by the Contractor's operations. The Contractor will be responsible to make the necessary corrections and/or repairs. 5.13 DAMAGE TO EXISTING IMPROVEMENTS OR UTILITIES If, through the Contractor's operations, any of said pipes, conduits, poles, wires, or apparatus should be damaged, they shall be repaired by the authorities having control of same, and the expense of such repairs shall be charged to the Contractor. The Contractor shall indemnify and save the Owner and Engineer harmless from claims for any damage done to any street or other public property; or to any private property by reason of breaking of any water pipe, sewer or gas pipe, electric conduit, or other utility by or through the Contractor’s negligence. The Contractor shall restore, or have restored at his/her own cost and expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise restoring as may be directed, or shall make good such damage from injury in a manner acceptable to the Owner or the Engineer. In case of failure on the part of the Contractor to restore such property or make good such damage or injury, the Engineer may, upon 48 hours written notice under ordinary circumstances and without notice when a nuisance or hazardous 176 GC-22 condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined necessary, and the cost thereof will be deducted from any moneys due to the Contractor under this contract and if not so deducted, the Contractor will be obligated to forth with reimburse the Owner for the cost thereof. The Contractor shall indemnify and save the Owner and Engineer harmless from claims brought for or on account of any damage, maintenance, removal or replacement, or relocation of mains, conduits, pipes, wires, cables or other such structures of private utility firms or corporations, whether underground or overhead, that may be caused or required by the Contractor during the time the work is in progress. The Contractor shall not claim or be entitled to receive compensation for any damages sustained by reason of the inaccuracy or the omission of any of the information given on the drawings, relative to the surface, overhead, or underground structures or by reason of the Contractor’s failure to properly protect and to maintain such structures. The Contractor is to exercise extreme care in crossing or working adjacent to all utilities and shall be responsible to protect and maintain their operation during the time the work is in progress. The Contractor shall restore, at no cost to the Owner, any public structures such as water mains, water connections and appurtenances, sewers, manholes, catch basins and sewer connections which are damaged or injured in any way by his/her acts. No trees shall be removed without permission of the Engineer. No compensation will be paid for cutting down, removing and disposing of shrubs. Any trees or shrubs deemed savable will be field located by the Engineer and shall be fully protected by this Contractor during construction. All necessary measures will be taken to protect existing desirable vegetation. Any trees removed or damaged by the Contractor, which were deemed savable by the Engineer, will be replaced at the Contractor's expense with a new tree as near in size and kind as possible, but never larger than 6" caliper as measured six inches (6”) above the ground surface. Significant trees (trees greater than 10” dbh) that are removed or damaged must be replaced at a rate of two diameter inches per each inch of dbh of the removed, killed or lost trees due to damage. Contractors will be fined for significant trees that are damaged during construction at a rate of up to $150 per inch with a not to exceed amount of $3,000 per tree. Damage to desirable species includes but is not limited to damage to tree limbs, trunk and bark as well as damage to roots by cutting or excessive soil compaction within the trees’ drip line and chemical damage. All trimming of trees has to be approved by the Engineer. All trees damaged during construction shall be trimmed and repaired. Oak trees that are damaged when the risk of oak wilt exists, would must be immediately (within 15 minutes) covered with water based paint or shellac. The following procedures shall be adhered to when constructing utilities near trees. 177 GC-23 A. Cut roots cleanly. B. Backfill trench as soon as possible; do not leave the roots exposed to air. C. No equipment or construction materials shall be stored beneath a tree's drip line. D. Clean up around trees immediately after construction. 5.14 MONUMENTS AND STAKES The Contractor shall not disturb any monuments or stakes found on the line of this improvement until ordered by the Engineer. The Engineer will furnish and set all new monuments or stakes required along the line of this improvement, but the Contractor will be responsible for their protection. In case any monument or stake is disturbed by the Contractor without orders from the Engineer, the Contractor will be charged with cost of the survey and other work required to relocate the same. Prior to the start of construction, the Contractor shall give the Engineer five working days written notice when s/he requires the services of the Engineer for laying out any portion of the work is required. After the start of construction, the Contractor shall give the Engineer 48 hours’ notice, not including Saturday or Sunday, when s/he requires the services of the Engineer for laying out any portion of the work is required. 5.15 INSPECTORS Inspectors may be appointed by the Engineer or Owner subject to approval by the City Engineer to see that the work is performed in accordance with the plans and specifications. Inspector qualifications shall be submitted in writing to the City Engineer. 5.16 EXAMINATION OF COMPLETED WORK At the request of the Engineer, the Contractor at any time before acceptance of the work shall remove or uncover such portions of the finished work as requested. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering or removing, and the replacing of the covering or making good of the parts removed shall be paid for as extra work, in accordance with requirements of Section 9.03 of the General Conditions; but should the work so exposed or examined prove unacceptable, the uncovering, removing and replacing shall be at the Contractor's expense. 178 GC-24 5.17 OWNER'S RIGHT TO CORRECT DEFICIENCIES If the Contractor should neglect to execute the work properly or fail to perform any provision of this contract, the Owner after ten days' written notice to the Contractor may, without prejudice to any other remedy, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor. 5.18 TRAFFIC CONTROL AND MAINTENANCE (A) Maintenance of Traffic The Contractor is responsible for maintenance, control, and safeguarding of traffic within and immediately abutting the project as further outlined herein, and as may otherwise be provided in the Special Provisions. The Contractor is responsible for maintenance, control, and safeguarding of traffic on all detours. The Owner reserves the right to select any detour routes and will coordinate with other governmental agencies. (B) Street Closures or Partial Closures Streets may be closed to through traffic but shall not be closed to traffic until such closure has been approved by the Owner. Street closures shall be made in such a manner as to provide for maximum public safety and public convenience. They shall be opened to through traffic at such times as the work has been completed, or as the Owner may direct. (C) Existing Traffic Signs and Facilities The Contractor will make all necessary adjustments to traffic signals and traffic signal activators at no cost to the Owner. Existing traffic and street name signs which will interfere with construction will be removed by the Contractor as required by the construction schedule. Upon completion of the project, the Contractor shall reset all such signs. (D) Detours & Haul Routes Contractors shall plan haul routes utilizing State Trunk Highways and County State Aid Highways. Any requests to use City streets as haul routes shall be made in writing to the Engineer. The Engineer shall have the final decision to approve or disapprove haul route requests and impose road damage penalties as necessary. (E) Local and Emergency Traffic Local traffic shall be provided access to private properties at the end of each day, except during some urgent stages of construction when it is impracticable to carry on the construction and maintain access simultaneously, such as for the placing of bituminous pavement, placing and curing of Portland cement concrete, and utility excavations which prohibit safe travel of vehicular traffic. Emergency traffic such as police, fire and disaster units shall be provided reasonable access at all times. The Contractor shall notify the Owner 48 hours prior to proposed partial blockage or closure of any street or public right of way and shall place all necessary warning signs and provide all necessary flaggers. The Contractor shall notify the police/fire department 48 hours prior to the proposed blockage or closure of any street or public right of way. 179 GC-25 (F) Protection of Pedestrian and Vehicular Traffic The Contractor shall take every precaution to protect pedestrian and vehicular traffic. (G) Restriction of Parking Where parking is a hazard to through traffic or to the construction work, it shall be restricted either entirely or during the time when it creates a hazard. Signs for this purpose will be furnished and placed by the Contractor. The Contractor shall be responsible for and shall maintain the signs if they are used on any street which is directly involved in the construction work. If the no parking signs are to be used beyond the confines of the work area, such as another street being used as a detour, the signs will be the responsibility of the Contractor. (H) Flaggers The Contractor shall furnish at his/her own expense all flaggers. (I) Violations In the event the Contractor performing work violates any part this Section, the Contractor will be provided written notice to remediate the violation. If after a reasonable amount of time, which will be outlined in the written notice, has passed with no correction, the Contractor shall be charged an administrative penalty of $500.00 per day. If the violation is not remediated within 72-hours, all work associated with the violation must cease at once until traffic control is erected, inspected, and approved by the City Engineer. 5.19 TRAFFIC CONTROL WITHIN AND ABUTTING THE PROJECT The Contractor shall place and maintain all signs, barricades and warning lights within the limits of the project on all streets, alleys and driveways entering the project so that approaching traffic will turn right or left on existing undisturbed streets before reaching the warning signs and barriers immediately abutting the project. Barricades shall be furnished by the Contractor. The Contractor shall assume responsibility for signs and traffic control devices beyond the limits herein before described. 5.20 REMOVAL OF CONSTRUCTION EQUIPMENT, TOOLS AND SUPPLIES At the termination of this contract, before acceptance of the work by the Owner, the Contractor shall remove all equipment, tools and supplies from the property of the Owner. Should the Contractor fail to remove such equipment, tools and supplies, the Owner shall have the right to remove them. 5.21 SUSPENSION OF WORK BY ENGINEER When, in the judgment of the Engineer, unfavorable weather or any other condition makes it impractical to perform work in accordance with the contract, or should the Contractor fail to comply with the provisions of the contract or the requirements of the specifications, the Engineer may issue to the Contractor a written order to immediately suspend work and upon receipt of such notice, on 180 GC-26 that part of the contract work specified in said written order. When conditions are again favorable for prosecution of the work, the Engineer will issue to the Contractor a written order to resume the suspended work. Orders to suspend work will not be written for intermittent shutdowns due to weather conditions unless the suspension of work is to be for a period of time exceeding five working days. The Contractor shall be responsible for preventing any damage or unreasonable deterioration of the work during the time it is closed down. Suspension of the work by the Engineer is not grounds for claims by the Contractor for damages or extra compensation. Inspectors shall have authority to suspend all or a portion of the work which is not being properly performed and, subject to the final decision of the Engineer, to condemn and reject defective work and materials. Inspectors shall have authority to permit deviation from the plans and specifications and to suspend work as required for conformance with the plans and specifications. If requested by the Contractor, the suspension order will be given in writing. Inspectors shall not act as foremen or perform other duties for the Contractor. 5.22 SUSPENSION OF WORK BY OWNER The Owner may at any time suspend the work, or any part thereof, by giving ten days’ notice to the Contractor in writing. This work shall be resumed by the Contractor within ten days after the date fixed in a supplemental written notice from the Owner to the Contractor to do so. If the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if the Owner does not give a supplemental notice in writing to the Contractor to resume work at a date within a year of the date fixed in the written notice to suspend, then the Contractor may abandon that portion of the work so suspended, and s/he will be entitled to the estimates and payments for all work done on the portions so abandoned, if any. If suspension of all or part of the work, which is subsequently resumed, causes additional expenses not due to the fault or negligence of the Contractor, the Owner shall reimburse the Contractor for additional expense incurred due to suspension of the work. Claims for such compensation, with complete substantiating records, shall be filed with the Owner within ten days after the date or order to resume work in order to receive consideration. This paragraph shall not be construed as entitling the Contractor to compensation for delays due to inclement weather, failure to furnish additional surety or sureties specified herein, for supervision made at the request of the Contractor, or for any other delay provided for in the Contract Documents. 181 GC-27 SECTION 6.00 - CONTROL OF MATERIALS AND WORKMANSHIP 6.01 QUALITY OF EQUIPMENT AND MATERIALS In order to establish standards of quality, the Engineer has, in the detailed specifications, referred to certain products by name and catalog number. This procedure is not to be construed as eliminating from competition other products of equal or better quality by other manufacturers where fully suitable in design. Whenever in these specifications, a material or article is specified by using the specific description or name of proprietary product, or name of a manufacturer or vendor, rather than by using descriptive detail or substance and function, any article which will perform the duties imposed adequately and to the same effectiveness as determined by the Engineer will be acceptable as a substitute in lieu of the material or articles so specified. Only materials conforming to the requirements of these specifications shall be used in the work. The source of any material shall not be changed at any time without the written approval of the Engineer. The Contractor may be required at any time to furnish a complete statement of the original, composition and manufacturer of any or all materials required in the work, or to submit samples of the same. Unless otherwise specified, all materials shall be new and both workmanship and material shall be of good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials or tools used in the work. All materials, supplies and articles furnished shall, whenever so specified, and otherwise wherever practicable, be the standard stock products of recognized reputable manufacturers. The specifications and certifications for all products, materials and supplies furnished shall be submitted for review prior to the preconstruction conference. The Contractor shall furnish a complete list of proposed desired substitutions, together with such engineering and catalog data as the Engineer may require. List and information must be submitted prior to submittal of first progress payment estimate. The Contractor shall abide by the Engineer's judgment when proposed substitute materials or items of equipment are judged to be unacceptable and shall furnish the specified material or item of equipment in such case. All proposals for substitutions shall be submitted in writing by the Contractor and not by individual trades or material suppliers. The Engineer will approve or disapprove proposed substitutions in writing within a reasonable time. No substitute materials shall be used unless so approved in writing. 182 GC-28 6.02 TESTING All testing of materials and workmanship shall be conducted by a reputable and qualified firm totally independent of the contractor and owner. 6.03 USE OF PREMISES The Contractor shall confine equipment, storage of materials and operation of work to the limits indicated by law, ordinances, permits, easements or direction of the Engineer, and shall not unreasonably encumber the premises with said equipment and materials. 6.04 STORAGE OF MATERIALS Materials shall be stored so as to insure the preservation of their quality and fitness for the work and such materials, even though approved before storage, shall be subject to testing and must meet the requirement of these specifications at the time it is proposed to use them in the work. Materials shall be stored per the manufacturer’s recommendations in a safe manner that will facilitate inspection and be in compliance with all applicable permits and regulations. The portion of the right of way not required for public travel may, with the consent of the Engineer, be used for storage purposes and for the placing of the Contractor's plant and equipment; but any additional space required; unless otherwise stipulated, shall be provided by the Contractor at no cost to the owner. From the commencement of the work until the completion of the same, the Contractor shall be solely responsible for the care of the work covered by this contract and for the materials delivered at the site intended to be used in the work and all injury or damage to the same from whatever cause, shall be made good at the Contractor’s expense before the final estimate is made. The Contractor shall provide suitable means of protection for and shall protect all material intended to be used in the work and all work in progress as well as completed work. All necessary precautions shall be taken to prevent injury or damage to work in progress of construction by flood, freezing or from inclemency’s of the weather at any and all times and only approved methods shall be used for this purpose. 6.05 MANUFACTURER'S DIRECTIONS Manufactured articles, material and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer unless herein specified to the contrary. 6.06 REJECTED WORK AND MATERIALS All materials which do not conform to the requirements of the Contract Documents are not equal to samples approved by the Engineer, or are in any way unsatisfactory or unsuited to the purpose for which they are intended, shall be rejected and shall be removed immediately from the Project, unless otherwise permitted. No materials which have been rejected - the defects on which have been corrected or removed - shall be used until approval has been given. If the Contractor does not remove such condemned work and materials within a reasonable time fixed by written notice, 183 GC-29 the Owner may remove them and may store the materials at the expense of the Contractor. If the Contractor does not pay the expense of such removal within ten days thereafter, the Owner may, upon ten days' written notice, sell such materials at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs and expenses that should have been borne by the Contractor. The Contractor shall promptly remove from the premises all materials condemned by the Engineer as failing to conform to the contract, whether incorporated in the work or not and the Contractor shall promptly replace and re-execute the work in accordance with the Contract Documents without expense to the Owner and shall bear the expense of making good all work of the other contractors destroyed or damaged by such removal or replacement. Work done contrary to or regardless of the instructions of the Engineer, work done without lines, grade or cross stakes and grades shown on the plans or as given by the Engineer, or any deviation made from the plans and specifications without written authority will be considered unauthorized and at the expense of the Contractor and will not be measured or paid for by the Owner. Any and all work so done may be ordered removed and replaced immediately at the Contractor's expense. 6.07 MATERIALS FURNISHED BY THE OWNER Materials specifically indicated will be furnished by the Owner. The fact that the Owner is to furnish material is conclusive evidence of its acceptability for the purpose intended and the Contractor may continue to use it until otherwise directed. The Contractor shall notify the Engineer upon discovering any defect in materials furnished by the Owner. Materials furnished by the Owner, which are not of local occurrence, will be provided at locations listed on plans or in specifications. After receipt of the material the Contractor shall be responsible for material loss or damage, including that caused by third parties. 6.08 MATERIALS FURNISHED BY THE CONTRACTOR All materials used in the work shall meet the requirements of the respective plans and specifications. All materials not otherwise specifically indicated shall be furnished by the Contractor. 6.09 UNACCEPTABLE WORK & MATERIALS The Owner will consider all Work and Materials that do not meet the Contract requirements, or do not meet generally accepted industry standards if the Contract does not provide specific standards, to be unacceptable. For unacceptable Work resulting from poor workmanship, use of nonconforming Materials, damage through carelessness, or any other cause existing before final acceptance of the Work, the Owner will take one of the following actions, at the Engineer’s sole discretion: (1) Require the Contractor to acceptably correct the Work and Materials, immediately upon receipt of written order to do so (2) Allow the Work to remain in place and apply a monetary deduction to the Contract Unit 184 GC-30 Price (3) Decide the extent of acceptance for the Work to remain in place if a Contract Item fails to meet Contract requirements but is adequate to serve the design purpose, and document the basis of acceptance by Change Order to adjust the Contract Unit Price; the adjusted Contract Unit Price will be determined at the Engineer’s sole discretion (4) Require the Contractor to remove and replace the unacceptable Work at the Engineer’s sole discretion The Owner may provide notice of default after the Contractor has been given proper notice to acceptably correct the Work and Materials, and has failed to do so. The Contractor shall remove and replace the unacceptable Work, or correct the Work, at no additional cost to the Owner if a Contract Item does not meet specified requirements and results in Work that does not serve the design purpose. 185 GC-31 SECTION 7.00 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 7.01 COMPREHENSIVE GENERAL LIABILITY Contractor shall obtain the following minimum insurance coverage and maintain it at all times throughout the life of the Contract, with the City included as an additional name insured on a primary and non-contributory basis. The Contractor shall furnish the City a certificate of insurance satisfactory to the City evidencing the required coverage: Bodily Injury: $2,000,000 each occurrence $2,000,000 aggregate products and completed operations Property Damage: $2,000,000 each occurrence $2,000,000 aggregate Contractual Liability (identifying the contract): Bodily Injury: $2,000,000 each occurrence Property Damage: $2,000,000 each occurrence $2,000,000 aggregate Personal Injury, with Employment Exclusion deleted: $2,000,000 aggregate Comprehensive Automobile Liability (owned, non-owned, hired): Bodily Injury: $2,000,000 each occurrence $2,000,000 each accident Property Damage: $2,000,000 each occurrence 7.02 CONSTRUCTION DAYS AND HOURS Construction hours, including pick-up and deliveries of material and equipment and the operation of any internal combustion engine, may only occur from 7:00 a.m. to 6:00 p.m. on weekdays, from 9:00 a.m. to 5:00 p.m. on Saturdays with no such activity allowed on Sundays or on legal holidays. In addition to the aforementioned construction hours, on October 31st operations must cease by 3:00 p.m. (no construction activities are allowed on Sundays). Contractors must require their subcontractors, agents and supplies to comply with these requirements and the Contractor is responsible for their failure to do so. Under emergency conditions, this limitation may be waived by the written consent of the City Engineer. If construction occurs outside of the permitted construction hours, the Contractor shall pay the following administrative penalties: First Violation Written Warning Second Violation $ 500.00 Third and Subsequent Violations $1,000.00 The Contractor expressly agrees to be responsible for, and to pay the Owner for the Inspector's hours and expenses for all inspection work required past the daily working hours, on weekends and legal holidays. The hourly rates will be in conformance with Engineer's current fee schedule. Overtime work is 1.5 times the hourly rate. Payment to the owner shall be made by deductions to the contractor's progress or final payments. 186 GC-32 7.03 DRUG AND ALCOHOL TESTING All contractors and their subcontractors shall provide the City, prior to conducting any work, written verification of compliance with the Federal Highway Administration (FHWA) drug use and alcohol testing rules published February 15, 1994, which apply to persons required to have a commercial driver’s license (CDL). 7.04 WATER The Contractor shall make all arrangements with the City's Public Works Department for obtaining any water which may be needed for the construction. No water may be taken from any City hydrants unless authorized in writing by the City. Failure to obtain City authorization will result in prosecution and fines within the limits of city ordinance. 7.05 NOISE ELIMINATION The Contractor shall eliminate noise to as great an extent as possible at all times. Air compressing plants shall be equipped with silencers and the exhausts of all gasoline motors or other power equipment shall be provided with mufflers. 7.06 PATENTS All fees or royalties for patented invention, equipment, or arrangements that may be used in any manner connected with the construction or erection of the work, or any part thereof, shall be included in the price mentioned in the contract. 7.07 PRIVILEGES OF CONTRACTOR IN STREETS, RIGHTS-OF-WAY AND EASEMENTS For the performance of the contract, the Contractor will be permitted to occupy such portions of streets or alleys, or other public places, or other rights-of-way, as shown on the plans or as permitted by the Engineer. A reasonable amount of tools, materials and equipment for construction purposes may be stored in such space, but not more than is necessary to avoid delays in construction. Excavated and waste materials shall be piled or stacked in such a way as not to interfere with spaces that may be designated to be left free and unobstructed, nor inconvenience occupants of adjoining property. Other Contractors of the Owner may, for all purposes required by their contracts, enter upon the work and premises used by the Contractor, and the Contractor shall give to other Contractors of the Owner all reasonable facilities and assistance for the completion of adjoining work. Any additional ground desired by the Contractor for sole use shall be acquired by the Contractor at no cost to the Owner. Also, all maintenance and restoration costs shall be the responsibility of the Contractor. Where the work encroaches upon any right of way of any railway or state or county highway, the Owner shall apply for the necessary permits and the Contractor shall secure, pay the cost of all fees and provide bonds as required at no additional compensation. Where railway tracks or such highway are to be crossed, the Contractor shall observe all the regulations and instructions of the railway company 187 GC-33 and highway department as to methods of doing the work, or precautions for safety of property and the public. All negotiations with the railway company and highway department, except the right-of-way, shall be made by the Contractor at no cost to the Owner. The Contractor will not be paid direct compensation for such railway or highway crossing, unless so provided in the Special Provisions and Proposal. 7.08 DISCRIMINATION ON ACCOUNT OF RACE, CREED, OR COLOR The Contractor agrees that the provisions of State Statutes are as much a part of this contract as if fully set forth herein. 7.09 SAFETY Precautions shall be exercised at all times by the Contractor for the protection of persons, employees and property. The safety provisions of applicable laws and local building and construction codes shall be observed. The Contractor is solely responsible for the safety, proper construction and protection of the entire work until the same has been finally accepted and paid for by the Owner. The Contractor is responsible for conducting all work in compliance with the requirements of applicable state and federal laws, and the rules and regulations of such governmental agencies having jurisdiction over such operations. The Contractor shall be solely responsible for providing and maintaining at no additional cost to the Owner and on a 24-hour basis, all necessary safeguards such as temporary ladders, guard rails, protective fencing, shoring, bracing, dewatering, watchpersons, warning signs or signals, barricades and night lights at all unsafe places at or near the work. Provisions shall be made to prevent vehicles, pedestrians, and livestock from falling into open trenches or being otherwise harmed as a result of the work. Excavation in or adjacent to public streets or alleys in which water stands more than one foot deep shall be securely barricaded with snow fence so as to prevent access by small children at all times work is not being carried on at the site of excavation. Barricades shall be painted in a color that will be visible at night. From sunset to sunrise, the Contractor shall furnish and maintain at least two lights at each barricade. A sufficient number of barricades shall be erected to keep vehicles from being driven on or into any work under construction. The Contractor shall furnish watchpersons in sufficient numbers to protect the work. The Contractor shall in all cases maintain safe passageways at all road crossings, crosswalks and street intersections, and shall do all other things necessary to prevent accident or loss of any kind. 188 GC-34 7.10 SANITARY PROVISIONS The Contractor shall provide and maintain in a neat and sanitary condition such accommodations for the use of employees as may be necessary to comply with the requirements and regulations of the governmental agency having jurisdiction there over. No public nuisance shall be permitted. Suitable sanitary conveniences for the use of all persons employed on the work, properly screened from public observation, shall be provided and maintained by the Contractor. 7.11 RAILROAD CROSSINGS Wherever a project is being constructed beneath, at grade or above railroad track, it shall be the Contractor's responsibility to contact the railroad company prior to constructing such crossings and to proceed with the construction as approved by the railroad company. The Contractor shall comply with all construction and additional insurance requirements of the railroad company. The Contractor shall hold the Owner and Engineer harmless from any and all damages resulting from operations in the construction at such crossings. 7.12 USE OF EXPLOSIVES Blasting will not be permitted in any case without specific authorization by the Owner, and then only under such restrictions as may be required by the proper authorities. If it is necessary to use explosives in the performance of the work, the Contractor shall take out permits and comply with all the laws, ordinances and regulations governing same. The Contractor shall fully protect all completed works as well as all overhead, surface or underground structures and shall be liable for any damage done to the work or to other structures on public or private property and injuries sustained by persons, by reason of the use of explosives in the operations. Explosives shall be handled, used and fired only by qualified people. All firing shall be done by electricity. All explosive supplies shall be safely stored and protected in an approved manner. All such storage places shall be marked clearly "DANGEROUS EXPLOSIVES". Caps or other exploders shall not be stored at the place where dynamite or other explosives are stored. 7.13 PRIVATE PROPERTY The Contractor shall not enter upon private property for any purpose without having previously obtained written permission from the property owner. The Contractor shall be responsible for the preservation of, and shall use every precaution to prevent damage to all trees, shrubbery, plants, lawns, sprinkler systems, fences, culverts, bridges, pavements, driveways, sidewalks, etc.; all water, sewer and gas lines; all conduits; all overhead pole lines or appurtenances thereof; and all other public or private property along or adjacent to the work. Access to private property shall be maintained/provided after 5:00 PM. Temporary mailboxes must be installed when the Contractor anticipates or the plans show as such. The Contractor must furnish, install, and remove temporary mailboxes. Temporary mailbox locations must be approved by the Engineer. 189 GC-35 7.14 RIGHT TO USE IMPROVEMENT The Owner shall have the right to open to traffic or public use any portion of this improvement prior to the final completion of the whole work, but the use of any part or portion of this improvement by the Owner, by the public, or by any person or party, shall not be construed as acceptance of any portion of the work prior to the time of final completion and acceptance of the entire improvement. 7.15 CONTRACTOR'S RESPONSIBILITIES The Contractor shall furnish all necessary machinery, tools, labor and material for every character required, and shall fully complete the work in accordance with the plan, specifications, and detail drawings, for the prices bid. The Contractor shall perform the entire work under the contract and assume the responsibility for and risk of all damages to the work or to property adjacent to or on the line of said work. The Contractor shall have charge of and be responsible for the entire project until its completion and acceptance. This includes the responsibility to maintain all stages of work in a safe and suitable condition at all times, including nights, weekends, and holidays. The Contractor shall make observations of the work during such periods as are necessary to insure proper care of the work. The Contractor is liable for any defects which may appear or be discovered before the final payment herein specified. The Contractor shall designate one person who shall have charge of the job and to whom the inspector may communicate. Whenever the Contractor is not present on the work, communications will be given to the superintendent or foreman in immediate charge of the work. Communications received shall be strictly obeyed. The Contractor shall be knowledgeable of and comply with the requirements of all pertinent permits and programs including, but not limited to, General Permit Authorization to Discharge Stormwater Associated With Construction Activity Under the National Pollution Discharge Elimination System, other provisions of the Clean Water Act, MN Rules Chapters 7001 and 7090, MN Wetland Conservation Act, DNR Public Waters Program, and others. The Contractor shall submit, at such times as may reasonably be requested by the Engineer, schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor will start the several parts of the work, and estimated dates of completion of the several parts. In accordance with the contract agreement, the Contractor and associated sureties shall indemnify the Owner and any and all of its officers, Engineers, and employees from any claims and demands or losses, damages, costs, charges and expenses of every nature and description, whether direct or indirect, because of the performance of this contract, including all injuries to workers or persons other than workers and for all property damages. The Contractor shall indemnify the Owner against any such loss or any liability of any nature, whether direct or indirect, and the Owner reserves the right to deduct from any money due the Contractor the amount of any judgment or claims therefore. The obligations of the Contractor do not extend to the liability of the consultant or 190 GC-36 Engineer, the consultant’s agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs or specifications which are certified by the Engineer. The approval of the above documents by the Engineer shall be subject to the conditions, limitations and exceptions stated on such documents and in contract documents. No approval of any document by the Engineer shall be implied. The Engineer shall not be deemed to have approved any document unless such document bears the Engineer's certificate or seal. 7.16 LANDS BY OWNER Where the work passes over or through private property, the Owner will secure right of way or easement. The Contractor shall not receive any extra compensation or be entitled to any extra payment because of delay on the part of the Owner in obtaining right of way or easement. 7.17 LANDS BY CONTRACTOR Any additional land and access thereto that may be required for temporary construction facilities or for storage of materials shall be provided by the Contractor with no liability to the Owner. The Contractor shall confine equipment and storage of materials and activities of workers to those areas described in the plans and specifications and such additional areas which may be provided as approved by the Engineer. 7.18 GARBAGE ACCESS COORDINATION Contractor is responsible for coordinating access at all times for local garbage pickup. Contractor must require their subcontractors, agents to comply with these requirements and the Contractor is responsible for their failure to do so. If the project is notified of a violation, the Contractor shall pay the following administrative penalties: First Violation Written Warning Second Violation $ 500.00 Third and Subsequent Violations $1,000.00 Payment to the owner shall be made by deductions to the contractor's progress or final payments. 191 GC-37 SECTION 8.00 - PROSECUTION AND PROGRESS 8.01 SUBCONTRACTS At the time specified by the Contract Documents or when requested by the Engineer, the Contractor shall submit-in writing to the Owner for approval the names of the subcontractors proposed for the work. Subcontractors may not be changed except at the request of and with the approval of the Owner. The Contractor is responsible to the Owner for the acts and omissions of all employees and subcontractors hired by the Contractor. The Contract documents shall not be construed as creating any contractual relation between any subcontractor and the Owner. The Contractor agrees to bind every subcontractor and every subcontractor agrees to be bound by the terms of the Contract Documents as far as applicable to the subcontractor’s portion of the work; including the following provisions of this section. The Contractor agrees to be bound to the subcontractor by all the obligations that the Owner assumes to the Contractor under the terms of said documents, and by all the provisions thereof affording remedies and redress to the Contractor from the Owner. The Contractor shall not assign, sublet, subcontract or transfer more than 50% of the total contract cost excluding "specialty items" without the written consent of the Owner. Any such assignment, subletting, or transfer shall not in any way relieve the Contractor of the responsibilities assumed under the contract, bonds, and guaranty. For convenience of reference and to facilitate the letting of contracts and subcontracts, the specifications are separated into title sections. Such separations shall not, however, operate to make the Engineer an arbiter to establish limits to the contracts between Contractor and subcontractor. 8.02 CONTRACTOR'S SUPERINTENDENT A qualified superintendent shall be in control of the work at all times and give efficient supervision to the work until its completion. The superintendent shall have full authority to act in behalf of the Contractor, and all directions given to the superintendent shall be considered given to the Contractor. The Engineer's instructions may be confirmed in writing and shall be so confirmed upon written request of the Contractor.z 8.03 CONTRACTOR'S EMPLOYEES Incompetent or incorrigible employees shall be dismissed from the project by the Contractor or his/her representative when requested by the Engineer, and such persons shall not again be permitted to return to the project without the written consent of the Engineer. The foreman or other persons directing the work shall be competent, sober, and reliable, and shall extend every facility to the Engineer to enable to proper execution of the Engineer’s duties, and shall furnish such help as may be necessary to facilitate the inspection of materials. 192 GC-38 8.04 INJUNCTIONS If by reason of any court proceedings, instituted by any third party or by the Owner affecting, directly or indirectly, the construction or completion of any portion or portions of this improvement, the Contractor or the Owner shall be unable to construct or complete any other portion or portions thereof, the Contractor shall, and does hereby waive any and all claims for damages because of such inability to complete the improvement as completed and file the final estimate thereon as provided for in the full completion of other improvements in the Owner, and the Contractor shall accept in full payment of the work upon said improvement, and as a cancellation of the contract thereof, a sum of money determined in strict accordance with the Contractor’s proposal for the contract, on the basis of the work actually completed up to the time of stopping thereof. 8.05 RIGHTS OF VARIOUS INTEREST Wherever work being done by the Owner's forces or by other Contractors is contiguous to work covered by this contract, the respective rights of the various interests involved shall be established by the Engineer, to secure the completion of the various portions of the work in general harmony. 8.06 WORK DURING AN EMERGENCY The Contractor shall perform any work and shall furnish and install any materials and equipment necessary during an emergency endangering life or property. In all cases, the Contractor shall notify the Engineer of the emergency as soon as practicable, but shall not wait for instructions before proceeding to properly protect both life and property. In cases where the Contractor cannot or does not meet the emergency, the Owner may take appropriate action to protect life and safety. 8.07 DELAYS AND EXTENSION OF CONTRACT TIME The Contractor herewith specifically waives claims for damages for any hindrance, delay, or change of sequencing. The Contractor will, in lieu thereof, be granted extensions of time for which liquidated damages will not be claimed by the Owner for the following causes: A delay caused the Contractor by any suit or other legal action against the Owner will entitle the Contractor to an equivalent extension of time unless the period of such delay exceeds 90 days. When such period is exceeded, the Owner will, upon request by the Contractor in writing, either terminate the contract, or grant a further extension of time, whichever as may at that time appear most desirable to both parties. If the Contractor is delayed at any time in the progress of the work by any act of neglect of the Owner or the Engineer or any employees of either, or by any other Contractor employed by the Owner, or by strike, fire, unusual delay in transportation, unavoidable casualties, or other causes beyond the Contractor's control, or by any cause which, in the opinion of the Engineer, shall justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide. No such extension shall be made for delay occurring more than seven days before claim therefore is made in writing to the Engineer. Shutdowns due to improper work, or otherwise due the Contractor's operation, are not 193 GC-39 cause for extension of time. If during the term of this contract, the volume of the specified work, measured in dollars, is increased over the total value shown in the Contractor's proposal at the time the award of contract is made, the Contractor will be granted an extension proportionately equal to the increase in the total value. Should unforeseen conditions require the performance under an extra work order, the work more complex or difficult than that originally specified and shown on the plans, and such work, in the Contractor's opinion, requires more time to execute than the proportional increase in dollar value, the Contractor shall state to the Engineer, in writing, prior to the performance of such work, his/her estimate of the added time required for such work. The Owner will, if such estimate be reasonable, allow an added extension of time equal to the difference between the total time required and the proportional increase in the dollar value of the work. 8.08 CONSTRUCTION SCHEDULE & LIQUIDATED DAMAGES Contract and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in the Contract, plus any extensions thereof allowed. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner a set charge based off the table below for each calendar day that expires after the time specified in the Contract for Completion until the Work is complete. Daily costs are based on MnDOT Table 1807.1-1, "Schedule of Liquidated Damages as follows: TABLE 1807.1-1 SCHEDULE OF LIQUIDATED Original Contract Amount Charge Per Cal. Day From More Than ($) To and Including ($) 0 25,000 300 25,000 100,000 400 100,000 500,000 900 500,000 1,000,000 1,200 1,000,000 2,000,000 1,500 2,000,000 5,000,000 2,500 5,000,000 10,000,000 3,000 10,000,000 ---- 3,500 194 GC-40 8.09 OWNER'S RIGHT TO TERMINATE CONTRACT & COMPLETE THE WORK The Owner has the right to terminate the employment of the Contractor for any of the following reasons: A. The Contractor is adjudged bankrupt, makes a general assignment for the benefit of creditors, or becomes insolvent; B. Failure of Contractor to supply adequate properly skilled workers or proper materials; C. Failure of Contractor to make prompt payment to subcontractor for material or labor; D. Persistent and continuing disregard of laws, ordinances, or proper instructions of the Engineer; E. Assignment of work without permission of the Owner; F. Abandonment of the work by Contractor; G. Failure to meet the work progress schedule set forth in the contract; Termination of the contract shall be preceded by seven days written notice by the Owner to the Contractor and the surety stating the ground for termination and the measures if any which must be taken to assure compliance with the contract. The contract shall be terminated at the expiration of such seven day period unless the Owner shall withdraw its notice of termination. Upon termination of the contract by the Owner, the Owner may complete the work required by the contract by whatever means deemed expedient, including requiring the Contractor's surety to complete the work. The taking over of the work by the Owner upon contract termination shall not affect the right of the Owner to recover liquidated damages from the Contractor or the surety for failure to complete contract. In the event that the Contractor involuntarily abandons the work, fails or refuses to complete the work embodied in the contract or fails to pay just claims for labor or material, the Owner reserves the right to charge against the Contractor all extra legal, engineering, or other costs resulting from such abandonment, failure or refusal. Legal costs will include the Owner's cost of prosecuting or defending any suit in connection with such abandonment, failure or refusal, and nonpayment of claims wherein the Owner is made codefendant, and the Contractor agrees to pay all such costs, including reasonable attorney's fees. 195 GC-41 When the Owner assumes control of the work under the contract pursuant to termination, the Owner may take possession of the work and all material, tools, and equipment therein belonging to the Contractor and may use the same to complete the work at Contractor's expense. Upon contract termination, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price exceeds the expense of finishing the work, including compensation for additional managerial and administrative services, the excess shall be paid to the Contractor. If such expense exceeds the unpaid balance, the Contractor shall pay the difference to the Owner. The expenses incurred by the Owner as herein provided and the damages incurred through the Contractor's default shall be certified by the Engineer and Owner. 8.10 CONTRACTOR'S RIGHT TO TERMINATE CONTRACT The Contractor may terminate contract upon ten days' written notice to the Owner and the Engineer for any of the following reasons: A. If an order of any court or other public authority caused the work to be stopped or suspended for a period of 90 days through no act of fault of the Contractor or his/her employees; B. If the Owner should fail to act upon any request for payment, in the manner set forth in the General Conditions, within 45 days after its approval by the Engineer; C. If the Owner should fail to pay the Contractor any sum within 45 days after its award by arbitrators. 196 GC-42 SECTION 9.00 - MEASUREMENT AND PAYMENT 9.01 MEASUREMENT The determination of pay quantities or work performed under this contract will be made by the Engineer based upon the lines, grades, and cross sections given, or measurements made by designated Inspectors. All items will be computed based upon the units in the bid forms. 9.02 SCOPE OF PAYMENT The Contractor shall accept the compensation, as provided in the contract, in full payment for furnishing all materials, labor, tools and equipment necessary to the completed work and for performing all work contemplated and embraced under the contract; also for loss or damage arising from the nature of the work, or from the action of the elements, or from any unforeseen difficulties which may be encountered during the prosecution of the work until the final acceptance by the Owner, and for all risks of every description connected with the prosecution of the work; also for all expenses incurred in consequence of the suspension or discontinuance of the work as herein specified; and for completing the work according to the plans and specifications. Neither the payment of any estimate nor of any retained percentage shall relieve the Contractor of any obligation to make good any defective work or material. The unit contract prices for the various bid items of the contract shall be full compensation for all labor, materials, supplies, equipment, tools and all things of whatsoever nature required for the complete incorporation of the item into the work the same as though the item were to read "In Place", unless the plans and Special Provisions shall provide otherwise. 9.03 PAYMENT FOR EXTRA WORK Adjustments, if any, in the amounts to be paid the Contractor by reason of any change, addition, or deduction, shall be determined by one or more of the following methods: (A) FOR ITEMS COVERED BY THE PLANS AND SPECIFICATIONS: The Owner reserves the right to increase or decrease any of the quantities shown. In the event the actual quantities differ more than 25% of the original contract amount, an equitable revision of the unit price shall be made when requested by either the Owner or the Contractor. This 25 percent (25%) limit does not apply to items specifically excluded or listed as optional by the Owner, or to minor contract items, (items amounting to ten percent or less of the total contract). (B) FOR ITEMS NOT COVERED BY THE PLANS AND SPECIFICATIONS: If the Engineer orders, in writing, the performance of any work not covered by the plans or included in the specifications, and for which no item in the contract is provided, and for which no unit price or lump sum basis can be agreed upon, then such extra work shall be done on a cost-plus-percentage basis of payment as follows: 197 GC-43 1. The Contractor shall be reimbursed for all costs incurred in doing the work and shall receive an additional payment of 5% of all such cost to cover his indirect overhead costs, plus 10% of all cost, including indirect overhead as his/her fee. 2. The term "Cost" shall mean the total sum of the labor, materials and equipment costs as defined in the following. a. LABOR – The Contractor shall be compensated for the actual rate of wages paid and health and welfare benefits documented on the payroll for the actual time spent by the laborers and the foreman in performing the Force Account work. Unless already included in the wage rates paid, the Contractor shall also receive the actual labor- related costs incurred by reason of subsistence and travel allowance, pension funds, or other fringe benefits provided those payments are required through an employment contract or collective bargaining agreement applicable to the classes of labor employed in the work. b. MATERIALS – For all materials accepted by the Engineer and permanently installed in the work, the actual cost of the material (including transportation charges paid by the Contractor) will be paid. c. EQUIPMENT – Rental rates for equipment to be used in the force account work shall be established prior to use of the equipment in the work. The rental rates will be paid for the actual time the machinery and equipment are in operation on the Force Account work. 3. Each day the Contractor’s representative and the Engineer shall compare and reconcile the records of labor, materials and equipment used in the Force Account Work. 4. The Contractor shall furnish the Engineer with duplicate itemized statements of the cost for Force Account work, consisting of the following. a. Payroll for laborers and foreman. b. Quantities of materials, prices, extensions and transportation costs paid by the Contractor. Statements shall be accompanied by paid receipted invoices for materials used, including transportation charges paid by the contractor. If materials used in the Force Account work are not specifically purchased but are taken from the Contractor’s stock, and affidavit shall be furnished certifying that the materials were taken from stock, that the quantity claimed was actually used, and that the price and transportation costs claimed are the Contractor’s actual costs. After receipt of statements and invoices, the Engineer will prepare a change 198 GC-44 order which will be submitted to the Contractor for verification and signature. 5. Monthly payments for force account work will be issued once each month for all work completed to the end of the preceding month. Claims for extra work not ordered in writing by the Engineer will not be allowed. 9.04 PROGRESS PAYMENTS, RETAINED PERCENTAGE Monthly payment will be issued once each month for all work completed to the end of the preceding month. Progress estimates shall be prepared by the Engineer as accurately as the available information will permit but the only estimate that is binding will be the final estimate. Before the final estimate is prepared, all quantities will be reviewed and rechecked. Progress payments will be made in cash or equivalent. The Owner will retain 5% of the total amount owing the Contractor until 90% or more of the contract has been completed. At that time such portions of the retained percentage will be released in an amount which the Engineer determines is not required to protect the Owner's interest in completion of the contract. The Contractor may request partial payments for the value of “Materials on hand,” defined as acceptable Materials produced for or provided to the Project, but not yet incorporated into the Work. The Owner may pay for Materials on hand in an amount not greater than the delivered cost of the Material as verified by Contractor-provided- invoices and not greater than the Contract Unit Price for the Material complete in place. The Owner may pay for materials on hand when the Contractor meets the following: 1. Requests payment for at least $5,000 2. Provides Materials specifically manufactured, produced, or supplied for permanent incorporation into the Project 3. When storage provided by the Contractor is accepted by the Engineer for Materials delivered to, or adjacent to, the Project Site and is in accordance with Section 6.04 4. When the Contractor irrevocably assigns the Materials to the Project, stores the Materials separately from other similar Materials, and ensures the Materials are not available for use on other projects, and makes the Materials available for inspection by the Owner at the Material storage location for Materials not yet delivered to, or adjacent to, the Project Site 5. Provides Materials as shown on the Plans and in accordance with the Specifications The Contractor must also provide the following actual, authentic, customary, and auditable documents, produced in the normal course of business, to receive payment for Materials on hand: 6. Paid invoices or receipts for delivery of Materials 7. An itemized list detailing the cost of Contractor-produced Material 8. Documents containing complete Material description and identification Such materials when so paid for by the Owner shall become the property of the Owner, and in the event of the default on the part of the Contractor, the Owner may 199 GC-45 use or cause to be used such materials in construction of the work provided for in the contract. The amount paid by the Owner for materials shall reduce estimates due the Contractor as the material is used in the work. The Owner will not make partial payments for living plant or perishable Materials as Materials on hand. The Owner may withhold, in addition to retained percentages, from payment to the Contractor such an amount or amounts as may be necessary to cover: A. Defective work not remedied; B. Claims for labor or materials furnished the Contractor or subcontractor, or reasonable evidence indicating probable filing of such claims; C. Failure of the Contractor to make payments properly to subcontractors or for material or labor; D. Amounts necessary to insure that an overpayment on the total contract amount will not occur; E. Evidence of damage to another contractor or private property. The Owner may disburse and shall have the right to act as agent for the Contractor in disbursing such funds as have been withheld pursuant to this paragraph to the party or parties who are entitled to payment therefrom but the Owner assumes no obligation to make such disbursement. The Owner will render to the Contractor a proper accounting of all such funds disbursed. 9.05 ENGINEER'S ACTION ON REQUEST FOR PAYMENT Within ten days of sub- mission of any request for payment by the Contractor, the Engineer shall: A. Approve the request for payment as submitted; or B. Approve such other amount as the Engineer shall decide is due the Contractor, informing the Contractor in writing of the reasons for approving the amended amount; or C. Withhold the request for payment, informing the Contractor in writing of the reasons for withholding it. 200 GC-46 9.06 OWNER'S ACTION ON AN APPROVED REQUEST FOR PAYMENT Within 30 days from the date of approval of a request for payment by the Engineer, the Owner shall: A. Pay the request for payment as approved; or B. Pay such other amount as the Owner shall decide is due the Contractor, informing the Contractor and the Engineer in writing of the reasons for paying the amended amount; or C. Withhold payment informing the Contractor and the Engineer of the reasons for withholding payment. 9.07 PAYMENT FOR WORK BY THE OWNER The cost of the work performed by the Owner in removing construction equipment, tools and supplies and correcting deficiencies in accordance with the General Conditions shall be paid by the Contractor. 9.08 PAYMENT FOR UNCORRECTED WORK Should the Engineer direct the Contractor not to correct work that has been damaged or that was not performed in accordance with the contract documents, an equitable deduction from the contract amount shall be made to compensate the Owner for the uncorrected work. 9.09 PAYMENT FOR REJECTED WORK AND MATERIALS The removal of work and materials rejected and the re-execution of acceptable work by the Contractor shall be at the expense of the Contractor. The Contractor shall pay the cost of replacing the work of other contractors destroyed or damaged by the removal of the rejected work or materials and the subsequent replacement of acceptable work. Removal of the rejected work or materials and storage of materials by the Owner in accordance with the General Conditions shall be paid by the Contractor within 30 days after written notice to pay is given by the Owner. If the Contractor does not pay the expenses of such removal and after ten day's written notice being given of the Owner’s intent to sell the materials, the Owner may sell the materials at auction or at private sale and shall pay to the Contractor the net proceeds therefrom after deducting all the costs and expenses that should have been borne by the Contractor. 9.10 PAYMENT FOR WORK SUSPENDED BY THE OWNER If the work or any part thereof shall be suspended by the Owner and abandoned by the Contractor as provided in the General Conditions, the Contractor will then be entitled to payment for all work performed on the portions so abandoned and nothing additional for the uncompleted portion of the work such as overhead, expenses, and anticipated profit. 201 GC-47 9.11 PAYMENT FOR WORK FOLLOWING OWNER'S TERMINATION OF THE CONTRACT Upon termination of the contract by the Owner no further payments shall be due the Contractor until the work is completed. If the unpaid balance of the contract amount shall exceed the cost of completing the work including all overhead costs, the excess shall exceed the unpaid balance, the Contractor shall pay the difference to the Owner. The cost incurred by the Owner as herein provided, and the damage incurred through the Contractor's default, shall be certified by the Owner and approved by the Engineer. 9.12 PAYMENT FOR WORK TERMINATED BY THE CONTRACTOR Upon termination of the contract by the Contractor, the Contractor shall recover payment from the Owner for work performed. 9.13 RELEASE OF LIENS Before final payment is made to the Contractor for the work, the Contractor shall deliver to the Owner a complete release of all liens arising out of this contract or in receipt in full in lieu thereof and in either case, an affidavit that the releases and receipt include all the labor and material for which a lien could be filed; but the Contractor may, if any subcontractor refuses to furnish a release, a lien or receipt in full, furnish a bond satisfactory to the Owner which will indemnify the Owner against any lien. If any lien remains unsatisfied after all payments are made to the Contractor, the Contractor shall refund to the Owner all money that the latter may be compelled to pay in discharging such a lien, including all costs and a reasonable attorney's fee. 9.14 ACCEPTANCE AND FINAL PAYMENT When the Contractor shall have completed the work in accordance with the terms of the contract documents, the Engineer shall certify acceptance to the Owner and approval of the Contractor’s final request for payment, which shall be the contract amount minus previous payments made. The Contractor shall furnish a two-year maintenance bond and a notarized certificate that all debts for labor, materials, and equipment incurred in connection with the work, have been fully paid, following which the Owner shall accept the work and release the Contractor except as to the conditions of the Maintenance Bond and legal rights of the Owner, requiring guaranties, and correction of faulty work after final payment, and shall authorize payment of the Contractor's final request for payment. The Contractor must allow sufficient time between time of completion of the work and approval of the final request for payment for the Engineer to assemble and check the necessary data. The approval of a request for a final progress payment by the Engineer and the making of a final or progress payment to the Contractor does not relieve the Contractor of responsibility for faulty material or workmanship and the Owner by such payment does not waive any claims of overpayment resulting from mathematical error, unauthorized work, or from any other cause. Final payment will not be made until the Contractor furnishes a certificate showing compliance with State Statutes requiring withholding of State Income Taxes. 202 GC-48 9.15 TERMINATION OF CONTRACTOR'S RESPONSIBILITY The contract will be considered complete when all work has been finished, the final inspection made by the Engineer, and the project accepted in writing by the Owner. The Contractor's responsibility shall then cease, except as set forth in the maintenance bond, as required by the guaranty period. 9.16 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT The Contractor shall be held responsible for any and all defects in workmanship and materials which may develop in any part of the entire installation furnished by the Contractor. Upon written notice by the Engineer the Contractor shall immediately replace and make good without expense to the Owner any such faulty part of the parts and damage done by reason of same, during the guarantee period of two years, or as specified, from the date of final payment approval or the installation of all work. Should the Contractor fail to make good the defective parts within a period of 30 days of such notification, after written notice has been given, the Owner may replace these parts, charging the expense of same to the Contractor. 9.17 FAILURE TO PAY FOR LABOR AND MATERIALS Pursuant to Minn. Stat. § 471.425, Subd. 4a, the contractor must pay any subcontractor within ten (10) days of the contractor's receipt of payment from the City for undisputed services provided by the subcontractor. The contractor must pay interest of 1½ percent per month or any part of a month to the subcontractor on any undisputed amount not paid on time to the subcontractor. The minimum monthly interest penalty payment for an unpaid balance of $100.00 or more is $10.00. For an unpaid balance of less than $100.00, the contractor shall pay the actual penalty due to the subcontractor. A subcontractor who prevails in a civil action to collect interest penalties from the contractor shall be awarded its costs and disbursements, including attorney's fees, incurred in bringing the action. If, at any time, the Contractor fails to pay the subcontractor or the laborers employed upon the work, or fails to pay for the material used herein, the Owner may withhold from the money which may be due the Contractor under this agreement such amount or amounts as may be necessary for the payment of the subcontractors, laborers, or materials, and may, acting as agent for the Contractor, apply the same to such payments and deduct the same from the final estimate of the Contractor. 9.18 CONTRACT DOCUMENTS: 203 GC-49 INFORMATION FOR BIDDERS 1. COPIES OF BIDDING DOCUMENTS. 1.1 Complete sets of the Bidding Documents in the number and for the deposit sum stated in the Advertisement for Bids may be obtained from . 1.2 Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 1.3 Owner and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids on the work and do not confer a license or grant for any other use. 2. QUALIFICATIONS OF BIDDERS. To demonstrate qualifications to perform the work, each Bidder must be prepared to submit within five days of Owner’s request written evidence of financial data, and previous experience. Each Bid must contain evidence of Bidder’s qualification to do business in the State where the Project is located, or covenant to obtain such qualification prior to award of the Contract. 3. EXAMINATION OF CONTRACT DOCUMENTS AND SITE. 3.1 Before submitting a Bid, each Bidder must (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself/herself with local conditions that may in any manner affect cost, progress or performance of the work, (c) familiarize himself/herself with Federal, State, and Local laws, ordinances, rules, and regulations that may in any manner affect cost, progress or performance of the work, and (d) study and carefully correlate Bidder’s observations with the Contract Documents. 3.2 Reference is made to the Special Provisions for the identification of those reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost, progress or performance of the work which have been relied upon by Engineer in preparing the Drawings and Specifications. Copies of such reports are bound with the Specifications. These reports are not guaranteed as to accuracy or completeness, nor are they a part of the Contract Documents. Before submitting his/her Bid, each Bidder will, at his/her own expense, make such additional investigations and tests as the Bidder may deem necessary to determine his/her Bid for performance of the work in accordance with the time, price, and other terms and conditions of the Contract Documents. 3.3 On request, Owner will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his/her Bid. 3.4 The submission of a Bid will constitute an incontrovertible representation by the Bidder that he/she has complied with every requirement of this Article 3 and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the work. 4. INTERPRETATIONS. All questions about the meaning or intent of the Contract Documents shall be submitted to Engineer in writing. Replies will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Questions received less than four days prior to the date for opening of Bids will not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5. BID SECURITY. 5.1 Bid security shall be made payable to the Owner, in an amount as stated in the Advertisement 204 GC-50 for Bids of the Bidder’s maximum Bid price, and in the form of a certified or bank check or a Bid Bond, issued by a Surety, meeting the requirements of paragraph 2.06 of the General Conditions. 5.2 The Bid Security of the three lowest Bidders will be retained until the successful Bidder has executed the Agreement and furnished the required Contract Security, whereupon it will be returned; if the successful Bidder fails to execute and deliver the Agreement and furnish the required Contract Security within 15 days of the Notice of Award. Owner may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of any Bidder whom Owner believes to have a reasonable chance of receiving the award (generally the second and third low Bidder) may be retained by the Owner until the earlier of the seventh day after the “effective date of the Agreement” (which term is defined in the General Conditions) by Owner to Contractor and the required Contract Security is furnished or the sixty-first day after the Bid opening. Bid security of other Bidders will be returned within seven days of the Bid opening. 6. CONTRACT TIME. The number of days within which, or the date by which, the work is to be completed (the Contract time) is set forth in the Bid Form and will be included in the Special Provisions. 7. LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the General Conditions, Paragraph 8.08. 8. SUBCONTRACTORS, ETC. 8.1 If the Bid Proposal or Special Provisions require the identity of certain subcontractors and other persons and organizations to be submitted to Owner in advance of the Notice of Award, the apparent Successful Bidder, and any other Bidder so requests, will within seven days after the day of the Bid Opening submit to Owner a list of all subcontractors and other persons and organizations (including those who are to furnish the principal items of material and equipment) proposed for those portions of the work as to which such identification is so required. Such list shall be accompanied by an experience statement with pertinent information as to similar projects and other evidence of qualification of each such subcontractor, person and organization if requested by Owner. If Owner or Engineer after due investigation has reasonable objection to any proposed subcontractor, other person or organization, either may before giving the Notice of Award request the apparent Successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any such substitution, the Contract shall not be awarded to such Bidder, but his/her declining to make any such substitution will not constitute grounds for sacrificing his/her Bid Security. Any subcontractor, other person or organization so listed and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer. 8.2 In contracts where the Contract Price is on the basis of Cost-of-the-Work Plus a Fee, the apparent Successful Bidder, prior to the Notice of Award shall identify in writing to Owner those portions of the work that such Bidder proposes to subcontract and after the Notice of Award may only subcontract other portions of the work with Owner’s written consent. 8.3 No Contractor shall be required to employ any subcontractor, other person or organization against whom he/she has reasonable objection. 9. BID FORM. 9.1 One Bid Form is attached hereto and is provided to each Bidder requesting Bid Documents. Additional copies may be obtained from the Engineer. 9.2 Bid Forms must be completed in ink or by typewriter. The Bid Price of each item on the form must be stated in words and numerals; in case of a conflict, words will take precedence. 205 GC-51 9.3 Bids by corporations must be executed in the corporate name by the president or a vice- president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 9.4 Bids by partnerships must be executed in the partnership name and be signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 9.5 All names must be typed or printed below the signature. 9.6 The Bid shall contain an acknowledgement of receipt of all Addenda (the number of which shall be filled in on the Bid Form). 9.7 The address to which communications regarding the Bid are to be directed must be shown. 10. SUBMISSION OF BIDS. Bids shall be submitted at the time and place indicated in the Invitation to Bid or Advertisement for Bids and shall be included in an opaque sealed envelope, marked with the Project title and name and address of the Bidder and accompanied by the Bid Security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation “BID ENCLOSED” on the face thereof. Bids arriving at the designated place after the designated time will be returned to the Bidder unopened. 11. MODIFICATION AND WITHDRAWAL OF BIDS. 11.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 11.2 If, within twenty-four (24) hours after Bids are opened, any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of his/her Bid, that Bidder may withdraw his/her Bid and the Bid Security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the work. 12. OPENING OF BIDS. When Bids are opened publicly, they will be read aloud and an abstract of the amounts of the base Bids and major alternates (if any) will be made available after the opening of Bids 13. BIDS TO REMAIN OPEN. All Bids shall remain open for sixty days after the day of the Bid opening, but Owner may, in his/her sole discretion, release any Bid and return the Bid Security prior to that date. 14. AWARD OF CONTRACT. 14.1 Owner reserves the right to reject any and all Bids, to waive any and all informalities and to negotiate Contract terms with the Successful Bidder, and the right to disregard all nonconforming, non-responsive or conditional Bids. The quantities shown on the Bid Form are estimated and are furnished only as a basis to prepare a Bid and to determine the lowest Bidder. The Bid Price shall be determined by multiplying the unit price bid per item times the estimated quantity per item. The sum total of all Bid Prices shall be the Contract Price and the basis for determining the lowest Bid. Discrepancies between words and figures in a unit price bid will be resolved to harmonize with the Bid Price. If neither the words nor figures in the unit price harmonize with the Bid Price, the words will be used as the unit price bid. 14.2 In evaluating Bids, Owner shall consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and alternates and unit prices if requested in the Bid Forms. It is Owner’s intent to accept alternates (if any are accepted) in the order in which they are listed in the Bid form but Owner may accept them in any order or combination. 14.3 Owner may consider the qualifications and experience of subcontractors and other persons and 206 GC-52 organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the work as to which the identity of subcontractors and other persons and organizations must be submitted as provided in the Special Provisions. Operating costs, maintenance considerations, performance data and guarantee of materials and equipment may also be considered by Owner. 14.4 Owner may conduct such investigations as he/she deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidders, proposed subcontractors and other persons and organizations to do the work in accordance with the Contract Documents to Owner’s satisfaction within the prescribed time. 14.5 Owner reserves the right to reject the Bid of any Bidder who does not pass any such evaluation to Owner’s satisfaction. 14.6 If the Contract is to be awarded, it will be awarded to the lowest Bidder whose evaluation by Owner indicates to Owner that the award will be in the best interests of the Project. 14.7 If the Contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within sixty days after the date of the Bid opening or other specified date. 15. PERFORMANCE AND OTHER BONDS. Paragraph 3.04 of the General Conditions set forth Owner’s requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to Owner, it shall be accompanied by the required Contract Security. 16. SIGNING OF AGREEMENT. When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by at least three unsigned counterparts of the Agreement and all other Contract Documents. Within fifteen days thereafter, Contractor shall sign and deliver at least three counterparts of the Agreement to Owner with all other Contract Documents attached. Within ten days thereafter, Owner will deliver all fully signed counterparts to Contractor. Engineer will identify those portions of the Contract Documents not fully signed by Owner and Contractor and such identification shall be binding on all parties. 17. SPECIAL LEGAL REQUIREMENTS. Special Legal Requirements, if any, will be included in the Special Provisions. END OF DOCUMENT 207 GC-53 FORM OF AGREEMENT BETWEEN CITY OF CHANHASSEN AND CONTRACTOR THIS AGREEMENT, made this day of , 20 , by and between the CITY OF CHANHASSEN, a Minnesota municipal corporation (“Owner”) and _______________ (“Contractor”). Owner and Contractor, in consideration of the mutual covenants set forth herein, agree as follows: 1. 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 Agreement; B. Specifications dated ; C. City of Chanhassen General Conditions of the Construction Contract; D. Quote/Bid dated . In the event of a 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. 2. OBLIGATIONS OF THE CONTRACTOR. The contractor shall provide the goods, services, and perform the work in accordance with the Contract Documents. 3. CONTRACT PRICE. Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents . 4. PAYMENT PROCEDURES. A. Contractor shall submit Applications for Payment. Applications for Payment will be processed by Engineer as provided in the General Conditions. B. Progress Payments; Retainage. Owner shall make 95% progress payments on account of the Contract Price on the basis of Contractor’s Applications for Payment during performance of the Work. C. Payments to Subcontractor. (1) Prompt Payment to Subcontractors. Pursuant to Minn. Stat. § 471.425, Subd. 4a, the Contractor must pay any subcontractor within ten (10) days of the Contractor’s receipt of payment from the City for undisputed services provided by the subcontractor. The Contractor must pay interest of 1½ percent per month or any 208 GC-54 part of a month to the Subcontractor on any undisputed amount not paid on time to the subcontractor. The minimum monthly interest penalty payment for an unpaid balance of $100.00 or more is $10.00. For an unpaid balance of less than $100.00, the Contractor shall pay the actual penalty due to the subcontractor. (2) Form IC-134 (attached) required from general contractor. Minn. Stat. § 290.92 requires that the City of Chanhassen obtain a Withholding Affidavit for Contractors, Form IC-134, before making final payments to Contractors. This form needs to be submitted by the Contractor to the Minnesota Department of Revenue for approval. The form is used to receive certification from the state that the vendor has complied with the requirement to withhold and remit state withholding taxes for employee salaries paid. D. Final Payment. Upon final completion of the Work, Owner shall pay the remainder of the Contract Price as recommended by Engineer. 5. COMPLETION DATE/LIQUIDATED DAMAGES. A. The Work must be completed within ( ) days after the date the Contract Times commence to run, and completed and ready for final payment in accordance with the General Conditions within ( ) days after the date when the Contract Times commence to run. B. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 5.A. above, plus any extensions thereof allowed. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $ for each calendar day that expires after the time specified in Paragraph 5.A. for Completion until the Work is complete. Daily costs are based on MnDOT Table 1807-1, "Schedule of Liquidated Damages as follows: 209 GC-55 TABLE 1807-1 SCHEDULE OF LIQUIDATED DAMAGES Original Contract Amount Charge Per Cal. Day From More Than ($) To and Including ($) 0 25,000 300 25,000 100,000 400 100,000 500,000 900 500,000 1,000,000 1,200 1,000,000 2,000,000 1,500 2,000,000 5,000,000 2,500 5,000,000 10,000,000 3,000 10,000,000 ---- 3,500 6. CONTRACTOR’S REPRESENTATIONS. A. Contractor has examined and carefully studied the Contract Documents and other related data identified in the Contract Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the site. E. Contractor has obtained and carefully studied (or assumes responsibility for doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto. F. Contractor does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in 210 GC-56 accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. K. Subcontracts: (1) Unless otherwise specified in the Contract Documents, the Contractor shall, upon receipt of the executed Contract Documents, submit in writing to the Owner the names of the Subcontractors proposed for the work. Subcontractors may not be changed except at the request or with the consent of the Owner. (2) The Contractor is responsible to the Owner for the acts and omissions of the Contractor's subcontractors, and of their direct and indirect employees, to the same extent as the Contractor is responsible for the acts and omissions of the Contractor's employees. (3) The Contract Documents shall not be construed as creating any contractual relation between the Owner, the Engineer, and any Subcontractor. (4) The Contractor shall bind every Subcontractor by the terms of the Contract Documents. 7. WORKER’S COMPENSATION. The Contractor shall obtain and maintain for the duration of this Contract, statutory Worker’s Compensation Insurance and Employer’s Liability Insurance as required under the laws of the State of Minnesota. 8. COMPREHENSIVE GENERAL LIABILITY. Contractor shall obtain the following minimum insurance coverage and maintain it at all times throughout the life of the 211 GC-57 Contract, with the City included as an additional name insured on a primary and non- contributory basis. The Contractor shall furnish the City a certificate of insurance satisfactory to the City evidencing the required coverage: Bodily Injury: $2,000,000 each occurrence $2,000,000 aggregate products and completed operations Property Damage: $2,000,000 each occurrence $2,000,000 aggregate Contractual Liability (identifying the contract): Bodily Injury: $2,000,000 each occurrence Property Damage: $2,000,000 each occurrence $2,000,000 aggregate Personal Injury, with Employment Exclusion deleted: $2,000,000 aggregate Comprehensive Automobile Liability (owned, non-owned, hired): Bodily Injury: $2,000,000 each occurrence $2,000,000 each accident Property Damage: $2,000,000 each occurrence 9. WARRANTY. The Contractor guarantees that all new equipment warranties as specified within the quote shall be in full force and transferred to the City upon payment by the City. The Contractor shall be held responsible for any and all defects in workmanship, materials, and equipment which may develop in any part of the contracted service, and upon proper notification by the City shall immediately replace, without cost to the City, any such faulty part or parts and damage done by reason of the same in accordance with the bid specifications. 10. INDEMNITY. The Contractor agrees to indemnify and hold the City harmless from any claim made by third parties as a result of the services performed by it. In addition, the Contractor shall reimburse the City for any cost of reasonable attorney’s fees it may incur as a result of any such claims. 11. MISCELLANEOUS. A. Terms used in this Agreement have the meanings stated in the General Conditions. B. Owner and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, 212 GC-58 assigns and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. C. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provisions. D. Data Practices/Records. (1) All data created, collected, received, maintained or disseminated for any purpose in the course of this Contract is governed by the Minnesota Government Data Practices Act, Minn. Stat. Ch. 13, any other applicable state statute, or any state rules adopted to implement the act, as well as federal regulations on data privacy. (2) All books, records, documents and accounting procedures and practices to the Contractor and its subcontractors, if any, relative to this Contract are subject to examination by the City. E. Software License. If the equipment provided by the Contractor pursuant to this Contract contains software, including that which the manufacturer may have embedded into the hardware as an integral part of the equipment, the Contractor shall pay all software licensing fees. The Contractor shall also pay for all software updating fees for a period of one year following cutover. The Contractor shall have no obligation to pay for such fees thereafter. Nothing in the software license or licensing agreement shall obligate the City to pay any additional fees as a condition for continuing to use the software. F. Patented devices, materials and processes. If the Contract requires, or the Contractor desires, the use of any design, devise, material or process covered by letters, patent or copyright, trademark or trade name, the Contractor 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 Owner. If no such agreement is made or filed as noted, the Contractor shall indemnify and hold harmless the Owner 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 connection with the Project agreed to be performed under the Contract, and shall indemnify and defend the Owner for any costs, liability, expenses and attorney's fees that result from any such infringement G. Assignment. Neither party may assign, sublet, or transfer any interest or obligation in this Contract without the prior written consent of the other 213 GC-59 party, and then only upon such terms and conditions as both parties may agree to and set forth in writing. H. Waiver. In the particular event that either party shall at any time or times waive any breach of this Contract by the other, such waiver shall not constitute a waiver of any other or any succeeding breach of this Contract by either party, whether of the same or any other covenant, condition or obligation. I. Governing Law/Venue. The laws of the State of Minnesota govern the interpretation of this Contract. In the event of litigation, the exclusive venue shall be in the District Court of the State of Minnesota for Carver County. J. Severability. If any provision, term or condition of this Contract is found to be or become unenforceable or invalid, it shall not affect the remaining provisions, terms and conditions of this Contract, unless such invalid or unenforceable provision, term or condition renders this Contract impossible to perform. Such remaining terms and conditions of the Contract shall continue in full force and effect and shall continue to operate as the parties’ entire contract. K. Entire Agreement. This Contract represents the entire agreement of the parties and is a final, complete and all inclusive statement of the terms thereof, and supersedes and terminates any prior agreement(s), understandings or written or verbal representations made between the parties with respect thereto. L. Permits and Licenses; Rights-of-Way and Easements. The Contractor shall procure all permits and licenses, pay all charges and fees therefore, and give all notices necessary and incidental to the construction and completion of the Project. The City will obtain all necessary rights-of-way and easements. The Contractor shall not be entitled to any additional compensation for any construction delay resulting from the City’s not timely obtaining rights-of- way or easements. M. If the work is delayed or the sequencing of work is altered because of the action or inaction of the Owner, the Contractor shall be allowed a time extension to complete the work but shall not be entitled to any other compensation. 214 GC-60 CITY OF CHANHASSEN CONTRACTOR BY: _______________________________ Elise Ryan, Mayor ________________________________ BY: _______________________________ Laurie Hokkanen, City Manager BY: ____________________________ Its ____________ END OF DOCUMENT 215 GC-61 PERFORMANCE BOND Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. SURETY (Name and Address of Principal Place of Business): OWNER (Name and Address) CONSTRUCTION CONTRACT Date: Amount: Description (Name and Location): BOND Date (Not earlier than Construction Contract Date): Amount: Modification to this Bond Form: None. CONTRACTOR AS PRINCIPAL SURETY (Seal) (Seal) Bidder's Name and Corporate Seal Surety's Name and Corporate Seal By: Signature and Title By: Signature and Title CONTRACTOR AS PRINCIPAL SURETY (Seal) (Seal) Bidder's Name and Corporate Seal Surety's Name and Corporate Seal By: Signature and Title By: Signature and Title CONTRACTOR (Name and Address): 216 GC-62 1. The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2. If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3. If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1. The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below, that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipts of such notice to discuss methods of performing the Construction Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2. The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be declared earlier than twenty days after the Contractor and the Surety have received notice as provided in Subparagraph 3.1; and 3.3. The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accordance with the terms of the contract with the Owner. 4. When the Owner has satisfied the conditions of Paragraph 3, the Surety shall promptly and at the Surety's expense take one of the following actions: 4.1. Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2. Undertake to perform and complete the Construction Contract itself; through its agents or through independent contractors; or 4.3. Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by the resulting from the Contractor's default; or 4.4. Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: 1. After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, tender payment therefore to the Owner; or 2. Deny liability in whole or in part and notify the Owner citing reasons therefore. 5. If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6. After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elected to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract.. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Surety is obligated without duplication for: 6.1. The responsibilities of the Contractor for correction of defective work and completion of the Construction Contract: 6.2. Additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3. Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. 7. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, or successors. 8. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontractors, purchase orders and other obligations. 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of 217 GC-63 this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 10. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. 11. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12. DEFINITIONS 12.1. Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. 12.2. Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all Contract Documents and changes thereto. 12.3. Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Construction Contract. 12.4. Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. 218 GC-64 PAYMENT BOND Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Address of Principal Place Of Business): OWNER (Name and Address): CONTRACT Date: Amount: Description (Name and Location): BOND Date (Not earlier than Contract Date): Amount: Modifications to this Bond Form: Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal) Signature: Signature: Name and Title: Name and Title: (Attach Power of Attorney) (Space is provided below for signatures of additional parties, if required.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal) Signature: Signature: Name and Title: Name and Title: EJCDE No. 1910-28-A (1996 Edition) Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of America, and the American Institute of Architects. 219 GC-65 1. The CONTRACTOR and the Surety, jointly and severally, bind themselves, their heirs, executors, administrator, successors and assigns to the OWNER to pay for labor, materials and equipment furnished for use in the performance of the Contract, which is incorporated herein by reference. 2. With respect to the OWNER, this obligation shall be null and void if the CONTRACTOR: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the OWNER from all claims, demands, liens or suits by any person or entity who furnished labor, materials or equipment for use in the performance of the Contract, provided the OWNER has promptly notified the CONTRACTOR and the Surety (at the addresses described in paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the CONTRACTOR and the Surety, and provided there is no OWNER Default. 3. With respect to Claimants, this obligation shall be null and void if the CONTRACTOR promptly makes payment, directly or indirectly, for all sums due. 4. The Surety shall have no obligation to Claimants under this bond until: 4.1 Claimants who are employed by or have a direct contract with the CONTRACTOR have given notice to the Surety (at the addresses described in paragraph 12) and sent a copy, of notice thereof, to the OWNER, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the CONTRACTOR: 1. Have furnished written notice to the CONTRACTOR and sent a copy, or notice thereof, to the OWNER, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to who the materials are furnished or supplied or for whom the labor was done or formed; and 2. Have either received a rejection in whole or in part from the CONTRACTOR, or not received within 30 days of furnishing the above notice any communication from the CONTRACTOR by which the CONTRACTOR had indicated the claim will be paid directly or indirectly; and 3. Not having been paid within the above 30 days, have sent a written notice to the Surety and sent a copy, or notice thereof, to the OWNER, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the CONTRACTOR. 5. If a notice required by paragraph 4 is given by the OWNER to the CONTRACTOR or to the Surety, that is sufficient compliance. 6. When the Claimant has satisfied the conditions of paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the OWNER, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7. The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8. Amounts owed by the OWNER to the CONTRACTOR under the Contract shall be used for the performance of the Contract and to satisfy claims, if any, under any Performance Bond. By the CONTRACTOR furnishing and the OWNER accepting this Bond, they agree that all funds earned by the CONTRACTOR in the performance of the Contract are dedicated to satisfy obligations of the CONTRACTOR and the Surety under this Bond, subject to the OWNER's priority to use the funds for the completion of the Work. (FOR INFORMATION ONLY—Name, Address, and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (ENGINEER or other party) 9. The Surety shall not be liable to the OWNER, Claimants or others for obligations of the CONTRACTOR that are unrelated to the Contract. The OWNER shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10. The Surety hereby waives notice of any change, including changes of time, to the Contract or to related Subcontracts, purchase orders and other obligations. 11. No suit or action shall be commenced by the Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by paragraph 4.1 or paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to the Surety, the OWNER or the CONTRACTOR shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, the OWNER or the CONTRACTOR, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this bond has been furnished to comply with a statutory or other legal requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions confirming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is, that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, the CONTRACTOR shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the CONTRACTOR or with a Subcontractor of the CONTRACTOR to furnish labor, materials or equipment for use in the performance of the Contract. The intent of this Bond shall be to include within limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Contract, architectural and engineering services required for performance of the Work of the CONTRACTOR and the CONTRACTOR's Subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 Contract: The agreement between the OWNER and the CONTRACTOR identified on the signature page, including all Contract Documents and changes thereto. 15.3 OWNER Default: Failure of the OWNER, which has neither been remedied nor waived, to pay the CONTRACTOR as required by the Contractor or to perform and complete or comply with the other terms thereof. 220 GC-66 FORM OF NON-COLLUSION AFFIDAVIT (MUST BE SUBMITTED WITH BID PROPOSAL) Affidavit of Non-Collusion: I hereby swear (or affirm) under the penalty for perjury: 1. That I am the bidder (if the bidder is an individual), a partner in the bidder partnership (if the bidder is a partnership), or an officer or employee of the bidding corporation having authority to sign on its behalf (if the bidder is a corporation). 2. That the attached bid or bids have been arrived at by the bidder independently, and have been submitted without collusion with, and without, any other vendor of materials, supplies, equipment, or other services described in the invitation to bid, designed to limit independent bidding or competition. 3. That the contents of the bid or bids have not been communicated by the bidder or its employees or agents to any person not an employee or agent of the bidder or its surety on any bond furnished with the bid or bids, and will not be communicated to any such person prior to the official opening of the bids or bids; and 4. That I have fully informed myself regarding the accuracy of the statements made in this affidavit. Signed _____________________________________ Firm _______________________________________ Name ______________________________________ Address_____________________________________ ____________________________________________ 221 GC-67 CONTRACTOR VERIFICATION OF COMPLIANCE The undersigned, being first duly sworn, as a responding contractor on the Project, represents and swears as follows: Now, and at all times during the duration of the Project, the undersigned complies with each of the minimum criteria in Minn. Stat. § 16C.285, subd. 3, the Responsible Contractor statute. The undersigned understands that a failure to meet or verify compliance with the minimum criteria established for a "responsible contractor" as defined in Minn. Stat. § 16C.285, subd. 3, renders a bidder ineligible to be awarded a construction contract for the Project or to perform work on the Project. Upon request, the undersigned will submit copies of the signed verifications of compliance from all subcontractors. The undersigned understands that a false statement under oath verifying compliance with any of the minimum criteria shall make the undersigned, or its subcontractor that makes the false statement, ineligible to be awarded a construction project and may result in termination of a contract awarded to the undersigned or its subcontractor that submits a false statement. CONTRACTOR: 222 GC-68 RESPONSIBLE CONTRACTOR VERIFICATION OF COMPLIANCE Minnesota Statutes, Section 16C.285, subdivision 3. Responsible Contractor, Minimum Criteria. “Responsible Contractor” means a contractor that conforms to the responsibility requirements in the solicitation document for its portion of the work on the project and verifies that it meets the minimum criteria set forth below. Each contractor or subcontractor shall obtain from all subcontractors with which it will have a direct contractual relationship a signed statement under oath by an owner or officer verifying that they meet all of the minimum criteria in subdivision 3 prior to execution of a construction contract with each subcontractor. 1. The Contractor: i. is in compliance with workers' compensation and unemployment insurance requirements; ii. is in compliance with the Department of Revenue and the Department of Employment and Economic Development registration requirements if it has employees; iii. has a valid federal tax identification number or a valid Social Security number if an individual; and iv. has filed a certificate of authority to transact business in Minnesota with the secretary of state if a foreign corporation or cooperative. 2. The contractor or related entity is in compliance with and, during the three-year period before submitting verification, has not violated section 177.24, 177.25, 177.41 to 177.44, 181.13, 181.14, or 181.722, and has not violated United States Code, title 29, sections 201 to 219, or United States Code, title 40, section 3141 to 3148. For purposes of this clause, a violation occurs when a contractor or related entity: i. repeatedly fails to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of $25,000 or more within the three-year period, provided that a failure to pay is “repeated” only if it involves two or more separate and distinct occurrences of underpayment during the three-year period; ii. has been issued an order to comply by the commissioner of labor and industry that has become final; iii. has been issued at least two determination letters within the three-year period by the Department of Transportation finding an underpayment by the contractor or related entity to its own employees; iv. has been found by the commissioner of labor and industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27; v. has been issued a ruling or findings of underpayment by the administrator of the Wage and Hour Division of the United States Department of Labor that have become final or have been upheld by an administrative law judge or the Administrative Review Board; or vi. has been found liable for underpayment of wages or penalties or misrepresenting a construction worker as an independent contractor in an action brought in a court having jurisdiction. Provided that, if the contractor or related entity contests a determination of underpayment by the Department of Transportation in a contested case proceeding, a 223 GC-69 violation does not occur until the contested case proceeding has concluded with a determination that the contractor or related entity underpaid wages or penalties;* 3. The contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated section 181.723 or chapter 326B. For purposes of this clause, a violation occurs when a contractor or related entity has been issued a final administrative or licensing order;* 4. The contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A.36 revoked or suspended based on the provisions of section 363A.36, with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office;* 5. The contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, disadvantaged business enterprise, or veteran-owned business goals, due to a lack of good faith effort, more than once during the three-year period before submitting the verification; and* 6. The contractor or related entity is not currently suspended or debarred by the federal government or the state of Minnesota or any of its departments, commissions, agencies, or political subdivisions that have authority to debar a contractor. *Any violations, suspensions, revocations, or sanctions, as defined in clauses 2 to 5 occurring prior to July 1, 2014, shall not be considered in determining whether a contractor or related entity meets the minimum criteria. Certification By signing this document, I am certifying that I am an owner or officer of the contractor and am verifying under oath that: 1. Contractor is in compliance with Minnesota Statutes, Section 16C.285, and 2. I have included Attachment A-1. Contractor Company Name Date Authorized Signature of Owner or Officer Printed Name Title 224 GC-70 ATTACHMENT A-1: FIRST-TIER SUBCONTRACTORS LIST (Initial List) Minnesota Statutes, Section 16C.285, subdivision 5. A prime contractor or subcontractor shall include in its verification of compliance . . . a list of all of its first-tier subcontractors that it intends to retain for work on the project. SUBMIT WITH CONTACTOR SOLICITATION RESPONSE NAME OF FIRST TIER SUBCONTRACTORS (Legal name of company as registered with the Secretary of State) Company Address Work to be Performed 225 GC-71 NOTICE OF AWARD Dated , 20 TO: (BIDDER) ADDRESS: PROJECT OWNER’S CONTRACT NO. CONTRACT FOR You are notified that your Bid dated , 20 or the above Contract has been considered. You are the apparent Successful Bidder and have been awarded a contract for The Contract Price of your contract is and xx/100......................................................................................... Dollars ($ ). copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen days of the date of this Notice of Award, that is by , 20 . 1. You must deliver to the OWNER fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature. 2. You must deliver with the executed Agreement the Performance Bond and Payment Bond as specified in the General Conditions. 3. You must deliver with the executed Agreement a Certificate of Insurance as specified in the General Conditions. 226 GC-72 NOTICE TO PROCEED Dated , 20 TO: (CONTRACTOR) ADDRESS: PROJECT OWNER’S CONTRACT NO. CONTRACT FOR You are notified that the Contract Times under the above contract will commence to run on , 20 . By that date, you are to start performing your obligations under Contract Documents. In accordance with Article 3 of the Agreement, the dates of Substantial Completion and completion and readiness for final payment are , 20 , and , 20 . Before you may start any Work at the site, you must CITY OF CHANHASSEN (OWNER) By: (AUTHORIZED SIGNATURE) (TITLE) ACCEPTANCE OF AWARD (CONTRACTOR) By: (AUTHORIZED SIGNATURE) (TITLE) (DATE) 227 GC-73 9.19 AS-BUILT REQUIREMENTS Upon completion of construction and acceptance of the final punchlist, all elements of the project shall be remeasured with an as-built field survey. The as-built plans shall be corrected and modified to show correct distances, elevations, dimensions, and any other change in the specific detail of the plans. All changes shall be drawn to scale to accurately represent the work constructed. All elevation/length changes shall be crossed out and correct information added and all locations updated on the as-built plans. Upon completion of all public utility and street improvement projects and within 60 days of acceptance of the final punchlist, the project engineer shall supply a set of as- built drawings and tie-cards in .pdf format to the City for review. If changes or corrections are required, the as-built plans and tie cards will be returned to the project engineer showing any corrections to be made as marked in red. Once all changes to the as-built plans have been made and approved by the City, the project engineer shall supply the City with all submittals required under Section 2. Electronic Documents, below. 1. As-built Requirements: A. Indicate on the cover sheet of the as-built drawings the benchmark system, the contractor(s) that performed the street and/or utility improvements, the Engineer of Record, and if applicable the Developer. The top nut on each fire hydrant shall be noted and used as a benchmark. B. All curb boxes, gate valves, and draintile clean-outs shall be located by swing ties shown on the as-built plans and shall be measured in the field at the time of installation. 1. Curb box swing ties are to be supplied on the City of Chanhassen's standard tie card (Detail Plate No. 5221). Only the curb box swing tie applicable for the lot it is servicing shall be shown on the tie card. 2. Swing ties to permanent structures such as manholes, catch basins, fire hydrants, etc. shall be no longer than 100 feet in length. 3. Utility boxes, trees, property corners are not acceptable swing tie points. 4. If a permanent structure is not available within the 100-foot length, or there is no sanitary sewer to properly reference a station of the curb stop at the property line from a downstream manhole, a third tie point of not more than 150 feet is to be supplied or tied between curb boxes. C. The water main profile shall be shown with the appropriate information as to size, type of pipe, depth of cover, location of vertical bends, and any insulation. D. All sanitary and storm sewer lines shall be shown in plan and profile with the appropriate information as to size, type of material, length, class of pipe, vertical separation (in feet) of utility crossings, grade and elevations. E. All manholes shall be numbered in both plan and profile view utilizing the approved City’s nomenclature. All inverts, top of casting or rim elevations, depth of manhole and 228 GC-74 stationing shall be provided. Stationing of sanitary sewer wyes shall be provided from the downstream manhole. F. If water and sewer services are not located in the same trench, it shall be noted on the as-built plans. G. If sanitary sewer service risers are constructed, the elevation (z) and coordinates (x, y) of the riser shall be provided and shown on the profile view to scale. H. The storm sewer as-built plans shall provide the limits of all ponding (normal and high water elevations), acres-feet of storage, outlet control structure details (including all invert elevations), and typical sections for each stormwater BMP. I. Prior to acceptance, all stormwater BMPs shall be field surveyed. The Engineer of Record shall confirm the BMPs have been constructed per the approved design. 1. The most recent Stormwater BMP Compliance and Acceptance Form shall be provided for each stormwater BMP installed in conjunction with the project prior to acceptance. J. The grading as-built plan must have spot elevations on all lot corners, building pads, swales/berms, emergency overflows and all other critical drainage areas. K. The storm sewer as-built plans shall include all drainage culverts, original and final grade of cover over pipe on the profile view if not indicated on street grade profile. L. The street as-built plans shall indicate the original and final grades as constructed, type of curb/gutter, sidewalk, draintile and associated clean-outs, manhole castings, hydrants, street width (back of curb to back of curb), right-of-way width, and curve data. 1. Any sub-base excavation performed in efforts to correct unstable soil conditions shall be shown on the as-built plans indicating depth of sub-cut, sub-cut from station to station, type of backfill (select granular, size of rock, etc.), and location by center line station of any fabric that may have been used. 2. The most recent MnDOT ADA Compliance Checklist (Curb Ramp) shall be provided for each curb ramp installed in conjunction with the project. M. All draintile used on the project shall be shown on the as-built street and storm drainage plans. The as-built plans shall also provide the size of pipe and depth installed. N. The lot and block numbers from the approved final plat and any easements which exist shall be shown on the as-built plans. O. Each as-built plan sheet shall indicate the date of installation, labeled as as-built or record plan, and the contractor who performed the work for the associated street and/or utility improvements. P. All trace wire access boxes shall be shown on the as-built plan. A note shall be added next to each box labeling the utility that it locates. 229 GC-75 2. Electronic Format A. All construction plans must be submitted electronically to the City in AutoCAD .DWG or .DXF format in Carver County Coordinates within 120 days after completion of construction and acceptance of the final punchlist. In AutoCAD combine the XREFs to the layout drawings. All survey GPS data collected for the as-built plans must be delivered as a text file (.CSV) or GIS dataset (shapefile, Esri geodatabse). The data must include corresponding as-built structure reference numbers/ids for each corresponding GPS record. Each GPS record must include X, Y coordinates and Z elevation values. Data delivered must adhere to the horizontal control and vertical control requirements as defined in requirements found under subsection D. and E., below. B. The electronic plans shall be submitted within three folders. The first folder should contain .DWG or .DXF drawings. 1. AS-BUILT PLAN SET (DWG): This folder should contain the entire as-built plan set and any drawings or pictures referenced to the plan set. It should also contain drawings related to the existing utilities and the proposed utilities submitted as construction drawings. 2. AS-BUILT PLAN SET (PDF): This folder should contain signed, full size copies of the plan set and final plat in .pdf format. 3. TIE CARDS: This folder should contain the tie cards submitted in .pdf format. Refer to City Detail Plate 5221 for tie card requirements. C. All electronic files must be accompanied by a “layer description list” which defines what each layer name represents within the drawing (e.g. “E-SAN is the existing sanitary sewer”, etc.). Only active layers need to be defined. D. Horizontal Control of the Construction Record Drawings and Final Plat must be on the Carver County Coordinate System. E. Vertical Control of the Construction Record Drawings must be on the City’s Benchmark System. The vertical control loop tying the project to the City’s benchmark must be submitted with the record drawings. 230 Request for Quotes 2026 City Televising Project City Project N. 26-04 Distribution Date: June 27, 2025 I. INTRODUCTION The City of Chanhassen (City) is issuing this Request for Quote (RFQ) for sanitary sewer and storm sewer televising. In general, the project includes cleaning and televising sanitary sewer mainlines, televising storm sewer mainlines and submitting electronic and paper reports to the City. A. RFQ Content. This RFQ contains the following sections: I. Introduction II. Project Information III. Quotes IV. Project Tabulations and Project Maps B. Addenda/Clarifications. Any changes to this RFQ will be made by written addendum. C. Contract Award. Issuance of this RFQ and receipt of quotes does not commit the City to award a contract. The City reserves the right to postpone opening for its own convenience, to accept or reject any or all quotes received in response to this RFQ, to negotiate with other than the selected Contractor should negotiations with the selected be terminated, to negotiate with more than one Contractor simultaneously, or to cancel all or part of this RFQ. D. Contact Person. The contact for specific questions regarding information in this proposal is: Mackenze Grunig City of Chanhassen 7700 Market Boulevard P.O. Box 147 Chanhassen, MN 55317 (952) 227-1165, Fax (952) 227-1170 mgrunig@chanhassenmn.gov 231 RFQ Sanitary Sewer and Storm Sewer Televising Page 2 6/26/2025 II. PROJECT INFORMATION A. Project Areas. It is mandatory to do a site visit prior to supplying a quote to become familiar with and satisfied as to the general, local and site conditions that may affect cost, progress, and performance of the Work. The City is interested in receiving quotes for sanitary sewer televising and cleaning and storm sewer televising in the areas shown on the attached maps. Since some of the work is in rear-yard easements, a special condition for entering rear yards (i.e. different equipment and property owner notification) may be needed. The cost of this shall be incorporated into the quote submittal. B. Project Specifications. Sewer televising and cleaning shall be performed in accordance with Section 19.00 of Chanhassen’s 2025 Sanitary and Storm Sewer Specifications and is attached to the RFQ. Storm sewer televising shall be performed in accordance with Section 19.00 as well, however cleaning is only necessary if debris is encountered that prevents televising of the storm sewer mainline from upstream to downstream structures. As such, the contractor shall supply two bid schedules, one for sanitary sewer televising and one for storm sewer televising. The Contractor performing the television inspection shall be certified by the NASSCO Pipeline Assessment and Certification Program (PACP). All pipe inspections should adhere to the NASSCO PACP standard codes and ratings. Digital record drawings of the sanitary sewer and storm sewer in the project will be made available upon request. The approximate depth of sewers ranges from 3’ to 25’, sanitary pipe sizes range from 8-12” and storm pipe sizes range from 12” to 48”. The total footage of sanitary sewer lines and storm sewer lines are approximately 11,500 LF and 7,100 LF, respectively. The scope of this work will require all cleaning and televising to be done by the contractor. Upon review of the televising work, if it is not deemed acceptable, determined solely by the City, when cleaned or televised the first time will be re-cleaned and re-televised at the contractor’s expense. Reports for each segment of televised pipe will be submitted with televising data following completion of the Work. One digital copy report must be provided that includes all televising sections within the Project. Reports and digital files shall include the following report types and information as required by PACP standards including but not limited to: 1. Pipe Graphic Report: a. Asset ID (Pipe segment reference number) b. Date Inspected/Televised c. Plan Sheet/Map Number (as shown in the plans) 232 RFQ Sanitary Sewer and Storm Sewer Televising Page 3 6/26/2025 d. Upstream Manhole ID e. Downstream Manhole ID f. Street Name (or neighborhood/area if not near street) g. Pipe Type h. Pipe Size i. Pipe Length j. Cleaning Performed (Jetting, Root Cutting, etc.) k. Location of Service Connections l. Locations of Leaks or Joint Separation m. Location of Damaged Section (including nature of damage and location with respect to pipe axis) n. Deflection in alignment or grade of pipe o. Location of any repairs p. Comments indicating conditions, visual inspection items, areas of concern, and other pertinent information 2. Tabular Report: a. Same requirements as Pipe Graphic Report b. PACP pipeline condition ratings i. Structural ii. O & M iii. Overall 3. PACP Pipeline Condition Ratings tabular file (Excel or CSV): a. Pipe segment reference number b. Quick Structural Rating c. Quick O&M Rating d. Quick Overall Rating e. Structural Rating f. O&M Rating g. Overall Rating h. Structural Rating Index i. O&M Rating Index j. Overall Rating Index 233 RFQ Sanitary Sewer and Storm Sewer Televising Page 4 6/26/2025 Digital copies of the reports will be submitted in Adobe PDF, Microsoft Word, Microsoft Excel, or other compatible format as approved by the City. Digital copies will be submitted on the same media device as the digital video recordings, and be labeled by the Asset ID number. The Contractor is required to deliver a NASSCO PACP Standard Database in Microsoft Access format that references the manhole and pipe segment numbers provided by the City. Digital video recordings will be made by the Contractor. Video will be submitted to meet the following formats: a) MPEG-4 (*.mp4, *.m4a, *.m4v) b) Video size will be a minimum of 320 pixels by 240 pixels. c) The minimum video frame rate will be 30 frames/second (fps) d) Video will include the following data for each pipe segment: 1. Asset ID/Report Number 2. Date of Inspection 3. Direction of inspection (upstream, downstream, north, south, etc.) 4. Upstream and downstream manhole numbers 5. Current/progressive distance along pipe length (tape counter footage) e) Video will include the following audio for each pipe segment: 1. Date and time of video inspection 2. Inspection company 3. Name of street or (neighborhood/area if not near street) 4. Upstream and downstream manhole numbers 5. Description of pipe size, type, and joint length. 6. Description of direction of video (upstream, downstream, north, south, etc.) Upon completion of the project, the Contractor will supply the digital data (televising videos, reports, database, maps, etc.) on either a USB flash drive or external hard drive. Also attached to this RFQ is the general Form of Agreement along with the City of Chanhassen’s 2025 General Conditions which are incorporated as part of the Agreement. 234 RFQ Sanitary Sewer and Storm Sewer Televising Page 5 6/26/2025 C. Project Schedule. The following is the anticipated project schedule: Quotes Received Award Contract July 9, 2025 July 14, 2025 Notice to Proceed Project Complete July 15, 2025 September 12, 2025 III. QUOTES A. Submission of Quotes. Submit the quotes via email to: Mackenze Grunig, Project Engineer mgrunig@chanhassenmn.gov Emailed quotes shall be received by 10:00 a.m. CDT, Wednesday, July 9, 2025. Quotes received after this time will not be accepted. Include, at a minimum, the following: 1. Identification of the offering contractor(s), including name, address and telephone number of each firm, 2. Acknowledgement of receipt of RFQ addenda, if any. 3. Samples of a video and inspection log and proof of PACP certification. 4. Name, title, address, email address and telephone and fax numbers of contact person during period of proposal evaluation. 5. Bid Tabulation. 6. No bid bond required. 235 Document Path: \\cfs4\GIS Data\Departments\Engineering\I&I\2026\Consolidated Televising Data - 2026.aprx2026 Sanitary Televising - Fox Hollow City of Chanhassen $$$$$$$$$$$$$$$$$$$$ $$$$$$$$$$$ $ $$$$$$$$$$$$$$$$$$$$$$$$ $$$$$$$$$$$$$$$$$$$$$$$$$77777 77 7777 777 7 77777777777 7777 77 777 7777777 7 777 66666 66 6666 6 66 6 66666666666 6666 66 666 6666666 6 666 Lotus Lake NearMountainBlvd Rojina LnBluffRidgeCtHunters Ct PleasantViewRdOxbo w B n d PleasantViewLnF ox Hollow D rF o xtailCtHorseshoe LnGrayFoxLnFoxHollowCtBlazeTrlPleasantViewWayPleasantParkDrFox DrGr a y FoxCurvQuail XingTi m b er Hi l l R d HorseshoeCurvPleasantViewCirSA10106-180 06-184 06-193 06-119 06-123 06-126 06-127 06-133 06-134 06-139 06-146 06-145 06-150 06-154 06-162 06-166 06-165 06-175 06-186 06-156 06-155 06-159 12-114 12-111 12-099 12-095 06-130 06-136 06-141 06-131 06-132 06-173 06-176 06-171 06-169 06-109 06-118 12-096 06-181 06-192 06-191 12-087 12-089 12-092 12-094 12-088Legend Manholes 76 Mains Other Features Force Main $Gravity Main Sewer Network Structures Sewer Manholes µ0 0.2 Mile 0 1,000 Feet Date Created: 4/17/2025 Created By: City of Chanhassen - Engineering Department 236 Document Path: \\cfs4\GIS Data\Departments\Engineering\I&I\2026\Consolidated Televising Data - 2026.aprx2026 Sanitary Area - Vasserman City of Chanhassen $$$$ $$$$$$ $$$$$$$$$$$$$$$$$ $$$$$$$$$ $ $$$ $ $$$$$$$$$$$$$$7777 7 77777 7 7777777 77 7 77777776666 6 66666 6 6 666666 6 6 6 6666666BentBowTrlCenturyTrl CenturyBlvdW 7 8 t h S t Vasserman Trl Galpin BlvdFawnHill Rd Ridgeview WayVasserman Pl20-108 20-103 20-101 20-093 20-088 20-08420-082 20-078 20-077 20-069 20-076 20-072 20-079 20-081 20-083 20-090 20-087 20-086 20-089 20-092 20-070 20-071 20-074 20-073 20-110 20-107 20-109 20-075 Legend Lift Stations Manholes 76 Mains Other Features Force Main $Gravity Main Sewer Network Structures Sewer Manholes µ0 0.2 Mile 0 1,000 Feet Date Created: 4/17/2025 Created By: City of Chanhassen - Engineering Department 237 Document Path: \\cfs4\GIS Data\Departments\Engineering\I&I\2026\Consolidated Televising Data - 2026.aprx2026 Storm Televising - Fox Hollow City of Chanhassen 7676767676 7676 767676767676767676 76 76767676767676 76 7676 76 76 76767676Lotus Lake PleasantViewLnPleasantViewRdBluffRidgeCtH u n t ers Ct T i m berHillRd F o x H o ll o wD r F o x ta i l C tGray Fox LnFoxHollowCtPleasantViewWayPleasantParkDrF o x D r GrayFoxCurvQuailXingPleasantViewCirNorth Lotus Lake Park SA101 114110901157 1158 1199 1200 1201 1336 8462 8463 2890 12560 12561 12575 15739 9013 9014 9016 9018 10169 1116 1115 11101109 1112 1111 1106 1107 1108 10240 8351 8352 1113 1114 1117 1118 1119 1120 1121 1122 1124 12576 1427 5479 5480 5481 5484 5651 1036 1037 Legend Manholes Inlets Discharge Points Culverts 76 Mains Other Features Gravity Mains Storm Manholes Storm Inlets Storm Discharge Points Draintile Storm Culverts µ0 0.2 Mile 0 1,000 Feet Date Created: 4/17/2025 Created By: City of Chanhassen - Engineering Department 238 Document Path: \\cfs4\GIS Data\Departments\Engineering\I&I\2026\Consolidated Televising Data - 2026.aprx2026 Storm Televising - Lake Dr City of Chanhassen 7676767676767676Lake Dr E Pond Promenade MarshDr Hidde n L n Hi d d e n C i r LakeDrGrand vi e wRdMain StGreat Plains BlvdA r b o r e t u m B lv d SA5 1257 4104594 2269 2270 2091 3252 3251 9606 571 572 5583 Legend Manholes Inlets Discharge Points 76 Mains Other Features Gravity Mains Storm Manholes Storm Inlets Storm Discharge Points µ0 0.2 Mile 0 1,000 Feet Date Created: 4/23/2025 Created By: City of Chanhassen - Engineering Department 239 Document Path: \\cfs4\GIS Data\Departments\Engineering\I&I\2026\Consolidated Televising Data - 2026.aprx2026 Storm Televising - Vasserman City of Chanhassen 7676 76767676 7676 76 76 7676 76 7676767676767676 76 7676 76767676 7676767676 76 76 76 7676767676 76CenturyBlvdW 78th StVa s s e r ma n Trl Ridgevie w P t RidgeviewWayVassermanPlBluff Creek Preserve 450482 217 456457 469468 467 472 471 470 473 483 454 455 451452 453 459 477 458 465 464 463 462 461 481 484 485 486 487 480 479 475 474 476 582 583 584585 580581 59 8529 8530 Legend Manholes Inlets 76 Mains Other Features Storm Manholes Storm Inlets Storm Discharge Points Gravity Mains Storm Culverts µ0 0.2 Mile 0 1,000 Feet Date Created: 4/17/2025 Created By: City of Chanhassen - Engineering Department 240 1 QUOTATION – SEWER TELEVISING/CLEANING July 3th, 2025 Mackenze Grunig, PE Project Engineer City of Chanhassen 7901 Park PL Chanhassen, MN 55317 Dear Mr. Mackenze Grunig, As requested, below is a bid proposal for the Chanhassen storm televising only and sanitary cleaning and televising project according to the indicated linear footages and pipe sizes. City of Chanhassen Cost Distribution: Confirmed Linear Footages, Pipe Sizes, and Activities Pipe Size/Type Pipe Length/Qty Activity Cost/Linear Foot/Qty Sanitary – Right of Way 9,977 TV/CLN $1.75/LF Storm – Right of Way 5,486 TV $1.49/LF Sanitary – Easement 5,105 TV/CLN $2.98/LF Storm – Easement 1,540 TV $1.98/LF Total $ 33,211.27 Change Order Pre- Approved Pipe Size/Type Pipe Length/Qty Activity Cost/Linear Foot/Qty Heavy Cleaning – Roots 5 CLN $344.00/hr Total $ TBD 16281 Baseline Ave. Shakopee, MN 55379 952.445.3173 │ info@pipe-services.com Website: pipe-services.com 241 2 CITY Official, all change order activities require CITY consent prior to initiation. Change order activities below $500.00 are authorized via verbal CITY directive/consent. Change order activities exceeding $500.00 require written approval via email or memorandum letter. Upon City Approval - Change Order Rates Activity / Vehicle Unit Cost Per Unit T.V. Vehicle Support Per Hour $ 337.00 Hydrovac Vehicle Support Per Hour $ 357.00 T.V. Vehicle Emergency Mobilization Per Day $ 1,200.00 Hydrovac Vehicle Emergency Mobilization Per Day $ 1,400.00 Water By-Pass Operations Per Hour $ 350.00 CITY Official, please be cognizant of the below provisions. These provisions exist to help ensure clarity of project scope and expectations relating to contingency efforts. The spirit of these provisions is meant to enhance communication during project execution in order to align Pipe Service's decisions with CITY officials' interests: quality work, cost management, and situational awareness. Change Order Contingencies: All change order activities will first involve CITY/FIRM approval. The Pipe Services project lead will contact the designated CITY/FIRM official, explain the situation, advise the associated pros and cons, and implement a course of action according to the CITY/FIRM official's directive. 1. Work outside of the aforementioned project scope will require a per hour charge rate of : $337/hour for CCTV support and $357/hour for Hydrovac support. All change orders will require CITY/FIRM approval prior to execution. 2. In the event the CITY/FIRM requests plugging services at an hourly rate to stem high water levels, Pipe Services will assess water flow rates. If prior to or during plugging operations Pipe Services assess that the combination of high-water levels and high flow rates excessively risks flooding residential or public infrastructure, Pipe Services will request that CITY/FIRM conducts the plugging operations or authorize a pump bypass change order. CITY/FIRM provided plugging operations will incur an hourly rate charge according to associated Pipe Services vehicles. 3. In the event the CITY/FIRM requests Pipe Services conduct water bypass operations under high water level and high flow rate conditions, the CITY/FIRM will incur an hourly pump rate charge of $350.00 per hour and a bypass equipment mobilization fee. 4. During emergency mobilization requests outside of project scope, CITY will incur a mobilization charge according to vehicle usage and the mobilization rate quoted within the aforementioned change order price disbursement chart. Emergency work is generally charged by the hour according to half -day and full-day activity. In the event the emergency mobilization request involves extensive work, Pipe Services will work with the CITY official to identify an affordable price structure outside of the hourly rate and associated daily emergency mobilization charges. Non-emergency out-of-scope mobilization charges are agreed upon on a case- by-case basis depending on vehicle availability and the customers requested timeline. Our bid is based on the following provisions and understandings: 242 3 The below provisions and understandings are standard expectations. Any project irregularities that do not allow for these provisions can be negotiated but will likely change the associated bid amount. 1.) Pipe Services will honor this bid for up to 45 days from the date of submission/document creation date. We will make every effort to honor the bid past the 45-day mark. 2.) Pipe Services will receive payment within 30 days of completing the aforementioned described project activities to the satisfaction of the CITY. 3.) Pipe Services to provide 1 typed reports and portable hard drive for televised services. All inspections will be done in certified PACP format. Reporting system will provide color stills of major incidents and a summary report of all “significant findings". Along with a importable database for GIS. 4.) All inspections to be completed with a color pan & tilt TV camera. 5.) CITY/FIRM to provide sewer maps, manhole numbering and pipe identification system. 6.) CITY/FIRM to locate and expose all man-holes (MH) and to make them accessible. In the event a MH cannot be identified or requires exposure, Pipe Services will coordinate with the CITY to identify a course of action. During the interim, Pipe Services will skip the MH in question and continue planned inspections. If the city chooses to utilize Pipe Services for location or exposure of a MH, an hourly rate will apply according to associated vehicle usage 7.) Pipe Services is allowed to draw water from CITY fire hydrants at no additional cost. 8.) Pipe Services assumes that all dumping will take place at CITY location free of charge. If a dump location is not provided free of charge, Pipe Services will charge a Hyrdovac vehicle hourly rate according to dump site location and any associated dump fees. Does not apply to Chanhassen bid. 9.) If during the course of vacuuming operations Pipe Services discovers that environmentally hazardous materials exists and special disposal procedures are necessary (for example large amounts of oil), CITY will incur charges associated with the dump fees and drive time to the special dump site location according to associated vehicle usage. 10.) During televising only operations not associated with cleaning, Pipe Services will make every attempt to bypass obstacles within the pipe. If bypass operations endanger the camera system or if bypassing is not an option, Pipe Services will utilize a reverse set-up operation and charge accordingly. All reverse set-up operations incur full footage charge for that pipe segment length for the initial attempt and the reverse operation effort. If a pipe line presents multiple reverse set-up requirements, Pipe Services will contact the CITY/FIRM to consult o n a course of action in an effort to avoid unnecessary charges. 243 4 Acceptance of Proposal The above prices, specifications and conditions are satisfactory and are hereby accepted. Pipe Services Corporation is authorized to do the work as specified. By: ______________________________ City/Legal Entity of:______________ Signature: _________________________ Date: ___________________________ We would like to thank you again for the opportunity to work with the city of Chanhassen. Sincerely, Pipe Services Corporation Ryan R. Mergen CEO ▪ Pipe Services 16281 Baseline Avenue ▪ Shakopee, MN 55379 (O) 952-445-3173 ▪ info@pipe-services.com http://pipe-services.com/ 244 City Council Item July 14, 2025 Item Resolution 2025-XX: Authorize Contract for Engineering Design and Construction Services for the 2026 City Pavement Rehabilitation Project (26- 01) File No.ENG Project No. 26-01 CIP Project No. ST-012 Item No: D.9 Agenda Section CONSENT AGENDA Prepared By George Bender, Assistant City Engineer Reviewed By Charlie Howley SUGGESTED ACTION "The Chanhassen City Council adopts a resolution authorizing a Professional Services Agreement with Houston Engineering for engineering design and construction services related to the 2026 City Pavement Rehabilitation Project." Motion Type Simple Majority Vote of members present Strategic Priority Asset Management SUMMARY Consider authorizing a professional services agreement with Houston Engineering for engineering design and construction administration services for the 2026 City Pavement Rehabilitation Project. BACKGROUND As part of the overall Pavement Management Program (PMP), the city annually plans to rehabilitate a section or sections of public streets across the city. The 5-year Capital Improvement Plan identifies the near-term streets to be rehabilitated. Key dates and items relative to this project: 245 On June 13, 2025, the Engineering Department released a Request for Proposals (RFP) for engineering design and construction services for the 26-01 project. On July 1, 2025, the Engineering Department received 5 proposals for professional services related to the 26-01 project. DISCUSSION One of the early steps in the overall project development process for our street projects is to engage design consultants regarding the project and establish an agreement with a consultant to support city staff from a workload management perspective. Staff developed a Request for Proposals (RFP) and distributed it to six (6) qualified consulting firms. Five (5) firms submitted responsive proposals. Staff evaluated the proposals based on the requirements of the RFP, which established the following criteria: Completeness and overall quality of the Proposal, including demonstrating an understanding of the scope and process (30%) Experience and resources of the firm and personnel, including the ability to meet the project schedule (35%) Fee (35%) Comprehensive scores were developed through the review process for each proposal, and a summary of the results of the evaluation are shown in the table below. The overall scoring spreadsheet has also been attached for reference. Firm Fee Overall Score Houston Engineering $703,794.00 86.5% Stantec $808,464.00 82.2% WSB $674,182.00 79.8% Bolton & Menk $816,426.00 78.9% SEH $960,443.00 77.3% A cost of $703,794 represents 7.7% of the $9,105,000 project budget. The city will need to issue engineering contracts for geotechnical and construction materials testing but this is a very fair percentage for engineering design and construction professional services. The overall schedule for the project is as follows: Milestone Task Date Award Consultant Contract July 14, 2025 Accept Feasibility Report; Call Public Hearing October 13, 2025 Neighborhood Project Open House #1 October 22, 2025 Public Hearing regarding Feasibility; Order Project October 27, 2025 Approve Plans and Specifications; Authorize Ad for Bid January 12, 2026 Bid Opening February 10, 2026 Call Assessment Hearing February 23, 2026 246 Neighborhood Project Open House #2 February 25, 2026 Public Hearing regarding Assessments; Award Construction Contract March 9, 2026 Start Construction May 4, 2026 Substantial Completion October 30, 2026 Final Completion & Begin 2-year warranty period June 11, 2027 BUDGET The overall project budget approved with the 2025-29 Capital Improvement Plan is shown in the table below, and the CIP budgetary sheet from FY 2025 has been attached for reference. Mapping has been attached that identifies the streets proposed to be rehabilitated and/or reconstructed with the 26-01 project. Fund Budget PMP (Street)$4,930,000 Surface Water $1,760,000 Sanitary Sewer $665,000 Watermain $1,750,000 Total $9,105,000 RECOMMENDATION Staff recommends authorizing a contract with Houston Engineering in a not-to-exceed amount of $703,794 for engineering design and construction administration services for the 2026 City Pavement Rehabilitation Project. ATTACHMENTS Resolution 2025-XX Authorize Design Contract for 26-01 PROFESSIONAL SERVICES AGREEMENT Chanhassen-Houston 26-01 City Pavement Rehab Project RFP Evaluations 26-01 Final Streets 5-Year CIP 2025-2029 247 CITY OF CHANHASSEN CARVER AND HENNEPIN COUNTIES, MINNESOTA DATE: July 14, 2025 RESOLUTION NO: 2025-XX MOTION BY: SECONDED BY: A RESOLUTION AUTHORIZING ENTERING INTO A PROFESSIONAL SERVICES AGREEMENT WITH HOUSTON ENGINEERING FOR ENGINEERING DESIGN AND CONSTRUCTION SERVICES RELATED TO THE 2026 CITY PAVEMENT REHABILITATION PROJECT WHEREAS, the City has a Pavement Management Program (PMP) that is supported by the 5-yr Capital Improvement Plan (CIP); and WHEREAS, part of the PMP and CIP is to perform annual rehabilitation of various public streets and related infrastructure; and WHEREAS, the annual City Pavement Rehabilitation Project requires professional design services; and WHEREAS, the City solicited proposals from multiple qualified design consulting firms; and WHEREAS, multiple responsive proposals were received and evaluated by City Staff; and WHEREAS, the fee proposed by the highest ranked proposal fits within the established project budget. NOW, THEREFORE, BE IT RESOLVED that the Chanhassen City Council hereby authorizes entering into a Professional Services Agreement with Houston Engineering for engineering design and construction services related to the 2026 City Pavement Rehabilitation Project. Passed and adopted by the Chanhassen City Council this 14th day of July, 2025. ATTEST: Jenny Potter, City Clerk Elise Ryan, Mayor YES NO ABSENT 248 1 201749v1 PROFESSIONAL SERVICES AGREEMENT AGREEMENT made this 14th day of July, 2025, by and between the CITY OF CHANHASSEN, a Minnesota municipal corporation ("City") and Houston Engineering, Inc., ("Consultant"). IN CONSIDERATION OF THEIR MUTUAL COVENANTS, THE PARTIES AGREE AS FOLLOWS: 1. SCOPE OF SERVICES. The City retains Consultant for engineering design and construction phase professional services for the 2026 City Pavement Rehabilitation Project, City Project No. 26-01. 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 – 2026 City Pavement Rehabilitation Project dated June 13, 2025 (“RFP”); C. Insurance Certificate; D. Consultant’s July 1, 2025 proposal for 2026 City Pavement Rehabilitation Project (“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 seven hundred three thousand and seven hundred ninety-four Dollars ($703,794.00), 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. 249 2 201749v1 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 under similar circumstances. 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 attorney's fees, arising out of or by reason of the execution or performance of the services provided for herein and further agrees to defend at its sole cost and expense any action or proceeding commenced for the purpose of asserting any claim of whatsoever character arising hereunder. 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 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, 250 3 201749v1 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 connection with the services agreed to be performed under the Contract, and shall indemnify and 251 4 201749v1 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. Dated: _______________, 2025. CITY OF CHANHASSEN BY: _____________________________________________ Elise Ryan, Mayor BY: _____________________________________________ Laurie Hokkanen, City Manager Dated: _______________, 2025. _______________________ BY: _____________________________________________ Its 252 Completeness Resources Fee Reviewer #1 Completeness/Quality of Proposal Resources/Personnel Total Cost Fees Overall Score 30%35%35.0%100.0% SEH 28%26%960,443.00$ 24.6%78.6% Bolton & Menk 22%30%816,426.00$ 28.9%80.9% WSB 22%28%674,182.00$ 35.0%85.0% Houston 26%28%703,794.00$ 33.5%87.5% Stantec 24%26%808,464.00$ 29.2%79.2% Reviewer #2 Completeness/Quality of Proposal Resources/Personnel Total Cost Fees Overall Score 30%35%35.0%100.0% SEH 29%25%960,443.00$ 24.6%78.6% Bolton & Menk 22%30%816,426.00$ 28.9%80.9% WSB 24%22%674,182.00$ 35.0%81.0% Houston 30%22%703,794.00$ 33.5%85.5% Stantec 28%20%808,464.00$ 29.2%77.2% Reviewer #3 Completeness/Quality of Proposal Resources/Personnel Total Cost Fees Overall Score 30%35%35.0%100.0% SEH 27%31%960,443.00$ 24.6%82.6% Bolton & Menk 25%31%816,426.00$ 28.9%84.9% WSB 23%25%674,182.00$ 35.0%83.0% Houston 28%26%703,794.00$ 33.5%87.5% Stantec 28%31%808,464.00$ 29.2%88.2% Reviewer #4 Completeness/Quality of Proposal Resources/Personnel Total Cost Fees Overall Score 30%35%35.0%100.0% SEH 25%20%960,443.00$ 24.6%69.6% Bolton & Menk 20%20%816,426.00$ 28.9%68.9% WSB 15%20%674,182.00$ 35.0%70.0% Houston 27%25%703,794.00$ 33.5%85.5% Stantec 25%30%808,464.00$ 29.2%84.2% Average between all reviewers Completeness/Quality of Proposal Resources/Personnel Total Cost Fees Overall Score 30%35%35.0%100.0% SEH 27%26%960,443.00$ 24.6%77.3% Bolton & Menk 22%28%816,426.00$ 28.9%78.9% WSB 21%24%674,182.00$ 35.0%79.8% Houston 28%25%703,794.00$ 33.5%86.5% Stantec 26%27%808,464.00$ 29.2%82.2% Notes:Houston's fee was adjusted up by $38,958 to include watermain scoping based on their proposal 2026 City Pavement Rehabilitation Project (Project No. 26-01) Completeness and quality of the proposal including a demonstrated understanding of the scope as it relates to the stated goals of the project and conformance with the RFP. This includes separation from other proposals by identifying specific items important to this City project. (30%) Resources of firm and experience of key personnel identified to perform the scope of services and the firm's ability to meet the project schedule. This includes past performance on similar projects and experience on previous City of Chanhassen projects. (35%) Cost to perform all items identified to be completed within the RFP. (35%) 253 ########################################################################################################################################################################M M M M M Lake Virginia Christmas Lake Lotus Lake Brendan Pond Lake Harrison Kerber Pond Lake Susan Rice Marsh Lake Lake Riley Rice Lake Lake St. Joe Lake Minnewashta Lake Ann Lake Lucy ST18 ST14 ST15 ST17 ST61 Minnewashta Regional Park North Lotus Lake Park Meadow Green Park Lake Ann Park Chanhassen Pond Park Chanhassen Nature Preserve Chanhassen Recreation Center Lake Susan Park Rice Marsh Lake Preserve Power Hill Park Fox Woods Preserve Bandimere Community Park Bluff Creek Golf Course Hesse Farm Park Preserve Lake Susan Preserve City Center Park Raguet Wildlife Management Are MN Valley National Wildlife Re MN Landscape Arboretum Seminary Fen Scientific & Nat* Bluff Creek Preserve Independent School District 11 Independent School District 112 Independent School District 276 Riley Ridge Park Lake Ann Park Preserve SA7 SA101 SA5 SA5 SA41 )212 PowersBlvdLyman Blvd ChanhassenRdA r b o r e t u m Blvd Pioneer Trl A r boretum Blvd GalpinBlvdH w y212Hwy 212Hazeltine BlvdMa r k etBl v dPowers BlvdHwy 7AudubonRdF ly in g C lo u d D r Great Plains BlvdC o R d 1 0 1 ST101 ST101 Date Created: 10/23/2024 Document Path: K:\Departments\Engineering\CIP\2025-2029\CIP_5Year_2025-2029.aprxCreated By: City of Chanhassen - Engineering Department µ0 3,000 Feet 0 0.5 Mile 5-Year CIP Pavement Management Plan (PMP) - Streets (2025-2029) City of Chanhassen Legend 2025 2026 2027 2028 2029 Mill & Overlay Full Depth Reclamation ##Reconstruction M Municipal State Aid 254 City Council Item July 14, 2025 Item McKenna Ewen Citizen Action Request File No.Item No: E.1 Agenda Section VISITOR PRESENTATIONS Prepared By Jenny Potter, City Clerk Reviewed By SUGGESTED ACTION N/A Motion Type N/A Strategic Priority N/A SUMMARY BACKGROUND DISCUSSION BUDGET RECOMMENDATION ATTACHMENTS McKenna Ewan Citizen Action Request 255 Complete this form and submit it prior to the City Council meeting date you wish to present your request. The City of Chanhassen invites citizens to submit a request in their native or preferred language. Upon doing so, the city will utilize its resources and do everything in its power to translate the request appropriately. Select City Council Meeting date you would like to attend: 07/14/2025 In 2024, the Chanhassen City Council meets on the second and fourth Mondays of each month. Printable Meeting Calendar View and/or print this calendar to assist with determining when city council meetings are held in order to make your date selection above. Resident Information * Name McKenna Ewen * Address 3850 Glendale Drive Chanhassen MN 55331 * Phone * Email Council Action Requested * Provide a brief description of the action you are requesting from the City Council. On behalf of more than 100 individuals, we are collectively requesting an amendment to raise the no-wake limit on Lake Minnewashta to 945.9 ft. Summary of Information * Provide a narrative of the request including need, costs, timetable, background, etc. Minnewashta’s original no-wake limit was proposed using FEMA’s 100-year flood level. In 2019, the city modified the proposal to use a rounded 10-year average instead of FEMA's Base Flood Elevation (BFE) of 945.9 ft. This amendment restores the ordinance to its original language using an established hydrologic benchmark. This request aligns with federal and state standards. Chanhassen uses this benchmark to establish its no-wake limit on Lake Lucy, which the Minnesota DNR approved in May 2020. The current no-wake limit of 945.0 ft falls within Lake Minnewashta’s typical water-level range. The lake has exceeded its no-wake limit in 17 of the past 25 years. As a result, this ordinance has limited lake use on Lake Minnewashta far more often than other Chanhassen lakes. What Happens Next? Immediately upon submission of this form, staff will be notified by email and will provide copies to the City Council prior to the selected meeting date. Contact Questions? Contact City Clerk Jenny Potter at 952-227-1107 or by email. Page | 1 256 City Council Item July 14, 2025 Item Ordinance XXX: Amending Chapter 10 Regulating Short-Term Rentals File No.Item No: H.1 Agenda Section GENERAL BUSINESS Prepared By Rachel Jeske, Planner Reviewed By Laurie Hokkanen SUGGESTED ACTION "Motion to adopt the Ordinance Amending Chapter 10 and approve the summary ordinance for publication regulating short term rentals within the City of Chanhassen." Motion Type Simple Majority Vote of members present Strategic Priority Operational Excellence SUMMARY The purpose of this ordinance is to consider amending Chapter 10 of the Chanhassen City Code regulating short-term rentals to align with state lodging license requirements and to clarify procedures for handling short-term rentals operating without licenses. BACKGROUND On October, 10, 2022, the City Council adopted the city's first short-term rental ordinance. This ordinance was amended on May 13, 2024 to streamline the annual license renewal process and to clarify licensing requirements and standards. Staff is recommending the approval of a new ordinance amendment that clarifies the Minnesota Department of Health licensing requirements and clarifies procedures for short-term rentals operating without a license. DISCUSSION 257 BUDGET RECOMMENDATION Staff recommends that the City Council adopts the attached ordinance amending Chapter 10 of Chanhassen City Code regarding the regulation of short-term rentals as proposed and approves the Summary Ordinance for publication. ATTACHMENTS Redlined Ordinance Summary Ordinance - Short Term Rentals 258 CITY OF CHANHASSEN CARVER AND HENNEPIN COUNTIES, MINNESOTA ORDINANCE NO. XXX AN ORDINANCE AMENDING CHAPTER 10 CHANHASSEN CITY CODE THE CITY COUNCIL OF THE CITY OF CHANHASSEN, MINNESOTA ORDAINS: Section 1. Section 10-230 of the City Code, City of Chanhassen, Minnesota, is hereby amended to read as follows: Sec 10-230 Short Term Rental Licensing (a) License Required. No property shall be used as a short-term rental without a license issued by the City. Licenses shall expire on February 1 of each year. Licenses must be renewed annually. Applications for the renewal of an existing license shall be made at least 45 days prior to the date of the expiration of the license, and shall state that everything in the prior applications remains true and correct except as otherwise indicated. The procedure for receiving a license shall be as follows: (1) Application for a license shall be made to the city upon a form furnished by the City. A nonrefundable fee in the amount imposed in accordance with the fee schedule established by the city council. If a license application is made during the license year, the license shall be issued for the remainder of the year and the license fee shall be pro-rated, with any unexpired fraction of a month being counted as one month. (2) In order to be issued a license the applicant must: a. Provide an approved State of Minnesota Lodging License as required to by Minnesota State Statute Chapter 157. b. Provide the name and contact information, including a 24-hour telephone number, for the party responsible for managing the property. b. State the maximum occupancy of the short-term rental. 1. The maximum occupancy shall be two adults per bedroom plus an additional two adults. 2. Accompanying children shall not count towards the occupancy limit. 259 3. A property owner may request a higher occupancy limit in writing at the time of application. The City may approve or deny a higher occupancy limit after considering factors such as home size, number of beds, and distance from neighboring properties, and previous violation status. Increased occupancy limits may be revoked if the City determines that a violation of this section has occurred related to the increased occupancy limit authorized. c. State the maximum number of vehicles that may be parked overnight on the property. The maximum number of vehicles that may be parked overnight on the property shall be four vehicles. Vehicles parked in garages shall not be counted towards total number of allowable vehicles. 1. A property owner may request a higher overnight parking limit in writing at the time of application. The City may approve or deny a higher parking limit after considering factors such as the presence of off-street parking pads, driveway length and width, and availability of street parking, and previous violation status. Increased parking limits may be revoked if the City determines that a violation of this section has occurred related to the increased overnight parking limit authorized. d. Agree that the City has permission to access exterior areas of the property when responding to a reported violation of the standards in this section in order to ascertain if a violation has occurred. e. Must be in compliance with all federal, state, and local regulations. Not have any unresolved code enforcement or property maintenance cases. f. Not have had a short-term rental license revoked by the City of Chanhassen within the prior 365 days from the date of the short-term rental license application. (b) Standards. The following standards apply to all short-term rentals: (1) Listings advertising the property’s availability for rent must state the license number, maximum occupancy permitted by the State of Minnesota Lodging Code license, and the maximum number of vehicles that may be parked overnight on the property (2) An appropriate number of waste containers must be present to accommodate the amount of trash generated by the short-term rental. Waste may not be stored outside of approved containers. All waste containers must be stored outside of public view, except on day of collection. 260 (3) Between 10:00 p.m. and 7:00 a.m. no more than the maximum number of overnight guests stipulated in the license may be present on the property. (3) Between 10:00 p.m. and 7:00 a.m. parking is limited to the maximum number of vehicles stipulated in the license. (4) At no time may vehicles be parked on grass or so as to completely obstruct access to neighboring residences such that ingress or egress is not possible, or obstruct the public right-of way, or emergency vehicle access. (5) The Good Neighbor Brochure provided by the city must be posted on the inside of the front door and the primary door to the backyard, or in a conspicuous location near each such door. (6) Property must have working smoke and carbon monoxide detectors in each bedroom or sleeping area and the owner must provide any transient renting the property with information regarding emergency egress. (7) Property must be in compliance with all state and local laws and regulations. (c) Violations (1) Unlawful Acts: It shall be unlawful for a person, firm or corporation to be in conflict with or in violation of any of the provisions of this Section or other provisions of this code. Failure to obtain a license shall be considered an Unlawful Act and a violation of this Section. (2) Complaints shall be submitted to the city in a timely manner for review by city staff who will assess whether or not the activity which generated the complaint constituted a violation of city code. (3) Notice of Violation: The code official shall serve a notice of violation to the property owner of the property where the violation has occurred. on the licensee. (4) Prosecution Of Violation: If the notice of violation is not complied with, the code official shall institute the appropriate proceeding at law or in equality to restrain, correct or abate such violation, or to require the termination of the unlawful occupancy of the structure in violation of the provisions of this chapter or of the order or direction made pursuant thereto. (5) Violation Penalties: Any person who violates a provision of this section, or fails to comply therewith, or with any of the requirements thereof is guilty of a misdemeanor. Each day that a violation continues after due notice has been served shall be deemed a separate offense. Licenses may be revoked or suspended for violations of this section. An unlicensed property will be ineligible to receive a license if violations are not remedied in accordance with the violation letter. 261 (6) Abatement of Violation: The imposition of the penalties herein prescribed shall not preclude the city attorney from instituting appropriate action to restrain, correct or abate a violation, or to prevent illegal occupancy of a building in violation of this section, structure or premises, or to stop an illegal act, conduct, business or utilization of the building, structure or premises. (7) Fees and Charges: The property owner of record shall be responsible for any city costs in enforcing the provisions of this chapter including inspection fees, or other fees, charges or penalties that are imposed as permitted by law. (d) Suspension and Revocation (1) In the event of any potential health or safety violations, the City Manager may suspend the license or halt the occupancy of an unlicensed unit, until the violation is corrected, and/or take immediate corrective action to remove the occupants. (2) If a property with a licensed short-term rental receives three notices of violation within a 365-day period, its short-term rental license shall be revoked. The license may be revoked after a single violation if the violation is not corrected within 30 days of the date of the violation letter. (3) If a property is found to be operating a short-term rental without a license, a license must be applied for within 30 days of violation notice or the property shall not be eligible to be used as a short-term rental for a period of one year from date of violation notice. (f) Licensee Appeal. The licensee may appeal the occupancy limit, parking limit, denial, suspension, or revocation to the city council. The licensee must file with the city clerk a notice of appeal within ten days of an issuance, denial, suspension, or revocation. The council shall consider the appeal at a regularly or specially scheduled council meeting on or after 15 days from service of the notice of appeal upon the city clerk by the licensee. Hearing on the appeal shall be open to the public and the licensee shall have the right to appear and be represented by legal counsel and to offer evidence in behalf of licensure. At the conclusion of the hearing, or as soon thereafter as practicable, the council may order: (1) The denial, suspension, or revocation of the license. (2) The denial, suspension, or revocation by the city manager be lifted and the license be returned to the licensee. (3) Additional terms, conditions and stipulations to be imposed on the licensee to mitigate problems. (4) A higher occupancy or parking limit than approved by the City. 262 Section 2. This ordinance shall be effective immediately upon its passage and publication. PASSED AND ADOPTED this ___day of _______, 2025, by the City Council of the City of Chanhassen, Minnesota ______________________________ ________________________________ Jenny Potter, City Clerk Elise Ryan, Mayor (Published in the ______________________________ on ______________________________) 263 CITY OF CHANHASSEN CARVER AND HENNEPIN COUNTIES, MINNESOTA SUMMARY OF ORDINANCE NO. XXX AN ORDINANCE AMENDING CHAPTER 10 OF THE CHANHASSEN CITY CODE REGULATING SHORT TERM RENTALS The purpose of these Code amendments are as follows: Amend Section 10-230 to revise licensing requirements to abide by state lodging requirements and administrative enforcement actions within the City of Chanhassen. This ordinance shall go into effect upon passage of the ordinance by City Council. A printed copy of Ordinance No. ____ is available for inspection by any person during regular office hours at the office of the City Manager/Clerk. PASSED, ADOPTED, AND APPROVED FOR PUBLICATION this 14th day of July, 2025, by the City Council of the City of Chanhassen. (Publish in the ___________________ on [__________________]) g:\plan\_city code\2025\short-term rental updates\summary ordinance short term rentals.docx 264