Loading...
HomeMy WebLinkAbout6.h. Autumn Path Extension Project, City Project 2019-07, Award Contract, Declare Costs and Call Assessment HearingI:\City Clerk\Agenda Items\Approved Items\6.h. Autumn Path Extension Project, City Project 2019-07, Award Contract, Declare Costs and Call Assessment Hearing.docx EXECUTIVE SUMMARY City Council Regular Meeting: May 19, 2020 AGENDA ITEM: Autumn Path Extension Project, City Project 2019-07, Award Contract, Declare Costs and Call Assessment Hearing AGENDA SECTION: Consent PREPARED BY: Brian Erickson, PE, Director of Public Works/City Engineer Stephanie Smith, PE, Assistant City Engineer AGENDA NO. 6.h. ATTACHMENTS: Resolutions; Letter of Recommendation; Bid Tabulation; Encroachment Agreement APPROVED BY: LJM RECOMMENDED ACTION: Motion to: 1. Adopt a Resolution Receiving Bids and Awarding Contract for Autumn Path Extension Project, City Project 2019-07. 2. Adopt a Resolution Declaring Costs and Calling the Assessment Hearing for Autumn Path Extension Project, City Project 2019-07. 3. Approve Encroachment Agreement with Magellan Pipeline Company, LP BACKGROUND On November 19, 2013, the City Council received the Feasibility Report for public improvements related to the Bella Vista development. One of the roads identified in the report was Autumn Path. Autumn Path’s alignment is proposed to weave between the Bella Vista property and the neighboring property (PID 34-02200-25-010) to the east. The neighboring property has not dedicated needed right-of-way therefore Autumn Path extension has not yet been constructed. As a result, the developer does not have access to the future Bella Vista 7th Addition until Autumn Path is constructed. The Autumn Path Improvement Project, City Project 2019-07, would consist of construction of a 42-foot wide asphalt collector roadway with curb and gutter. Pedestrian facilities will include a trail on the east side and sidewalk on the west side of the road. Storm pipe will be constructed to ponds within the Bella Vista development. Raw and potable watermain will be installed along the road along with some sanitary sewer. On November 4, 2019 the Council received an update of the Feasibility Report for Autumn Path. The report found this project, as proposed, to be feasible, cost effective, and necessary. On February 18, 2020 the Council received the plans and authorized the advertisement for bids. Bids were opened publicly on April 2, 2020 at 9:00am., and 8 bids were received. Northern Lines Contracting, Inc. is the low bidder. Northern Lines has previously performed acceptable work in the 2 City. Construction is proposed to begin summer of 2020 and is anticipated to be completed, other than the final lift of pavement and restoration, by the fall of 2020. A portion of the proposed Autumn Path extension crosses an existing Magellan Pipeline Company, LP easement. They have requested the City enter into an encroachment agreement for the road and storm sewer we would install. The City Attorney has reviewed the agreement (attached) and finds it acceptable. COSTS & FUNDING A summary of the Bid Tabulation including the Engineer’s Estimate is shown in the following table. The low bid received is $1,510,133.00. This is $105,560.20 below the Engineer’s Estimate. Contactor Bid Amount Percentage Above Low Bid Engineer’s Estimate $1,615,693.20 6.99% Northern Lines Contracting, Inc. $1,510,133.00 Low Bid Ryan Contracting Company $1,544,802.00 2.30% Northwest Asphalt, Inc. $1,647,492.40 9.10% A-1 Excavating, Inc. $1,666,097.00 10.33% Park Construction Company $1,718,246.15 13.78% R.L. Larson Excavating Company, Inc. $1,748,201.50 15.76% Alcon Excavating, Inc. $1,748,635.75 15.79% Max Steininger, Inc. $1,789,469.00 18.50% The estimated total project cost is $1,963,172.90. This amount includes 5% for contingency and 25% for incidentals such as engineering, legal, financing and administrative costs. The cost by improvement type is shown in the table below: Construction Cost Contingency (5%) Indirect (25%) Total Street Improvements $991,787.50 $49,589.38 $247,946.88 $1,289,323.75 Stormwater $195,224.00 $9,761.20 $48,806.00 $253,791.20 Sanitary Sewer $55,403.50 $2,770.18 $13,850.88 $72,024.55 Water $267,718.00 $13,385.90 $66,929.50 $348,033.40 Total $1,963,172.90 The funding anticipated for the project is shown in the table below. The street and storm improvements will be funded by developer fees and assessment of abutting property. The City used a special benefit appraisal of the benefitting property to assist with determination of the assessment amount. Utility work would be funded by the respective utility core funds. 3 PROJECT FUNDING ESTIMATE Developer Fees (to be collected with Bella Vista subdivisions) $644,661.88 Special Assessment (PID 34-02200-25-010) $644,661.88 Sanitary Core Fund $72,024.55 Water Core Fund $348,033.40 TOTAL $1,963,1722.90 On December 3, 2019 several of the property owners of the property proposed for assessment attended the improvement hearing with concerns. Staff has sent a Petition and Waiver to the property owners to execute if they would like to defer the assessed amount for 10 years, or until the subdivision of the property, whichever occurs first. SCHEDULE Should the Council approve this resolution, the proposed project schedule is shown below. Items marked “CC” will require City Council approval in order to move forward. CC Award Contract & Set Assessment Hearing May 19, 2020 Neighborhood Meeting* May 2020 CC Assessment Hearing, Approve Assessment Roll June 16, 2020 Construction Start June 2020 Substantial Completion Fall 2020 Last lift of Paving/Restoration Summer 2021 * It is possible that the Neighborhood Meeting date may be changed based on the current ‘Shelter in Place” Executive Order by the Governor of Minnesota. Staff will make efforts to contact the property owners in order to provide them with additional options for receiving updates on this project. RECCOMENDATION Staff recommends Council adopt the attached resolutions accepting bids, awarding the contract to Northern Lines Contracting, Inc., declaring project costs and call the assessment hearing for the Autumn Path Extension Project, City Project 2019-07. Staff also recommends approval of the encroachment agreement with Magellan Pipeline Company, LP for installation of public roadway and storm sewer. CITY OF ROSEMOUNT DAKOTA COUNTY, MINNESOTA RESOLUTION 2020 – 62 A RESOLUTION RECEIVING BIDS AND AWARDING CONTRACT FOR AUTUMN PATH EXTENSION PROJECT, CITY PROJECT 2019-07. BE IT RESOLVED, by the City Council of the City of Rosemount, Minnesota, as follows: 1. All bids on construction of Autumn Path Extension Project, City Project 2019-07, are hereby received and tabulated. 2. Based on the Total Bid, the bid of Northern Lines Contracting, Inc. in the amount of $1,510,133.00 for the construction of said improvements is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 3. The Mayor and Clerk are hereby authorized and directed to enter into a contract with said bidder for the construction of said improvements for and on behalf of the City of Rosemount. 4. The City Clerk is hereby authorized and directed to return forthwith to all bidders the deposits made with their bids, except that the deposit of the successful bidder and the next two lowest bidders shall be retained until a contract has been executed. ADOPTED this 19th day of May, 2020. William H. Droste, Mayor ATTEST: Erin Fasbender, City Clerk 1 CITY OF ROSEMOUNT DAKOTA COUNTY, MINNESOTA RESOLUTION 2020 - 63 A RESOLUTION DECLARING COST TO BE ASSESSED AND ORDERING PREPARATION OF PROPOSED ASSESSMENT, AND CALLING FOR HEARING ON THE PROPOSED ASSESSMENT AUTUMN PATH EXTENSION PROJECT, CITY PROJECT 2019-07 WHEREAS, a contract has been let for the Autumn Path Extension Project, City Project 2019-07, and the contract amount for such improvement is $1,510,133.00, and the expenses incurred or to be incurred in the making of such improvement amount to $453,039.90 so that the total cost of the improvement will be $1,963,172.90. NOW, THEREFORE, BE IT RESOLVED by the City Council of Rosemount, Minnesota: 1. The portion of the cost of such improvement to be paid by the City is hereby declared to be $420,057.95, the portion of the cost of such improvement to be paid by development fees is $644,661.88 and the portion of the cost to be assessed against benefited property owners is declared to be $644,661.88. 2. Assessments plus applicable fees shall be payable in equal annual installments extending over a period of 10 years, the first of the installments to be payable with general taxes for the year 2020, and shall bear interest at the rate of 2% per annum above the interest rate paid by the City for its bonds from date of the adoption of the assessment resolution. 3. The City Clerk, with the assistance of the City Engineer shall forthwith calculate the proper amount to be specially assessed for such improvement against every assessable lot, piece or parcel of land within the district affected, without regard to cash valuation, as provided by law, and she shall file a copy of such proposed assessment in her office for public inspection; and BE IT FURTHER RESOLVED by the City Council of Rosemount, Minnesota: 1. A hearing shall be held on the 16th day of June, 2020 in the Council Chambers at 7:00 p.m., or as soon thereafter as possible, to pass upon such proposed assessment, and at such time and place, all persons owning property affected by such improvement will be given an opportunity to be heard with reference to such assessment. 2. The City Clerk is hereby directed to cause a notice of the hearing on the proposed assessment to be published once in the official newspaper at least two weeks prior to the hearing. The published notice shall state that the Council is meeting to consider the proposed assessment and will state the date, time, and place the of the hearing. 3. The City Clerk shall also cause mailed notice to be given to the owner of each parcel described in Resolution 2020-63 2 the assessment roll not less than two weeks prior to the hearings. The mailed notice shall include: the date, time, and place of the hearing, the general nature of the improvement, the area proposed to be assessed, the total amount of the proposed assessment, that the proposed assessment roll is on file with the City Clerk and that written or oral objections by any property owner will be considered. The notice shall also state that no appeal may be taken as to the amount of any assessment unless a written objection signed by the property owner is filed with the City Clerk prior to the assessment hearing or presented to the Mayor at the hearing. The notice shall state the process and time lines for such appeals and will inform property owners of the existence of any deferment procedures. The notice shall also state: 1) The amount to be specially assessed against the particular lot; 2) Adoption by the Council of the proposed assessment may be taken at the hearing; 3) The right of the property owner to prepay the entire assessment and the person to whom prepayment must be made; 4) Whether partial prepayment of the assessment has been authorized by ordinance; 5) The time within which prepayment may be made without the assessment of interest; and 6) The rate of interest to be accrued if the assessment is not prepaid within the required time period. ADOPTED this 19th day of May, 2020. William H. Droste, Mayor ATTEST: Erin Fasbender, City Clerk K:\013594-000\Admin\Construction Admin\Bidding\013594-000 LOR 04022020.docx 178 E 9TH STREET | SUITE 200 | SAINT PAUL, MN | 55101 | 651.286.8450 | WSBENG.COM April 2, 2020 Honorable Mayor and City Council City of Rosemount 2875 145th Street West Rosemount, MN 55068 Re: Autumn Path Street and Utility Improvement Project City of Rosemount Project No. 2019-07 WSB Project No. 013594-000 Dear Mayor and Council Members: Bids were received for the above-referenced project on Thursday, April 2, 2020, and were opened and read aloud. Eight bids were received. The bids were checked for mathematical accuracy. Please find enclosed the bid summary indicating the low bid as submitted by Northern Lines Contracting, Inc., Bloomington, Minnesota in the amount of $1,510,133.00. The Engineer’s Estimate was $1,615,693.20. We recommend that the City Council consider these bids and award a contract in the amount of $1,510,133.00 to Northern Lines Contracting, Inc. based on the results of the bids received. Sincerely, WSB Monica Heil, PE Sr. Project Manager Attachments cc: Tim Hanson, WSB tmw Bid Tabulation Autumn Path Street and Utility Improvement Project City of Rosemount Project No. 2019-07 Bid Opening: Thursday, April 2, 2020 at 9:00 am local time WSB Project No. 013594-000 DENOTES CORRECTED FIGURE Engineer's Estimate Northern Lines Contracting, Inc.Ryan Contracting Co.Northwest Asphalt, Inc. Line No. Material No,Item Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 2021.501 MOBILIZATION LS 1 75,000.00$ $75,000.00 $35,000.00 $35,000.00 $60,000.00 $60,000.00 $62,000.00 $62,000.00 2 2101.505 CLEARING ACRE 3 5,000.00$ $15,000.00 $1,855.00 $5,565.00 $3,000.00 $9,000.00 $2,200.00 $6,600.00 3 2101.505 GRUBBING ACRE 3 5,000.00$ $15,000.00 $2,575.00 $7,725.00 $3,000.00 $9,000.00 $2,500.00 $7,500.00 4 2104.503 SAWING BIT PAVEMENT (FULL DEPTH)L F 35 10.00$ $350.00 $4.00 $140.00 $10.00 $350.00 $5.00 $175.00 5 2104.503 REMOVE CONCRETE CURB L F 115 8.00$ $920.00 $4.00 $460.00 $5.00 $575.00 $5.00 $575.00 6 2104.504 REMOVE BITUMINOUS PAVEMENT S Y 548 5.00$ $2,740.00 $4.00 $2,192.00 $3.00 $1,644.00 $5.00 $2,740.00 7 2106.507 EXCAVATION - COMMON (P)C Y 10535 6.00$ $63,210.00 $9.00 $94,815.00 $5.00 $52,675.00 $14.26 $150,229.10 8 2106.507 EXCAVATION - SUBGRADE C Y 2300 6.00$ $13,800.00 $9.00 $20,700.00 $3.00 $6,900.00 $14.26 $32,798.00 9 2106.507 SELECT GRANULAR EMBANKMENT (CV) (P)C Y 8950 16.00$ $143,200.00 $16.00 $143,200.00 $15.00 $134,250.00 $18.10 $161,995.00 10 2106.507 COMMON EMBANKMENT (CV)C Y 1000 15.00$ $15,000.00 $2.00 $2,000.00 $1.00 $1,000.00 $2.00 $2,000.00 11 2112.519 SUBGRADE PREPARATION RDST 26.0 400.00$ $10,400.00 $680.00 $17,680.00 $500.00 $13,000.00 $980.00 $25,480.00 12 2123.610 STREET SWEEPER (WITH PICKUP BROOM)HOUR 20 165.00$ $3,300.00 $175.00 $3,500.00 $100.00 $2,000.00 $140.00 $2,800.00 13 2211.507 AGGREGATE BASE (CV) CLASS 5 MODIFIED C Y 2320 27.00$ $62,640.00 $23.00 $53,360.00 $24.00 $55,680.00 $25.60 $59,392.00 14 2357.506 BITUMINOUS MATERIAL FOR TACK COAT GAL 1150 3.00$ $3,450.00 $2.05 $2,357.50 $2.00 $2,300.00 $2.50 $2,875.00 15 2360.504 TYPE SP 9.5 WEAR CRS MIX (2;B) 2.0" THICK S Y 2306 12.50$ $28,825.00 $8.25 $19,024.50 $18.00 $41,508.00 $10.40 $23,982.40 16 2360.509 TYPE SP 12.5 WEARING COURSE MIX (2;C)TON 1010 66.00$ $66,660.00 $56.00 $56,560.00 $54.00 $54,540.00 $64.26 $64,902.60 17 2360.509 TYPE SP 12.5 NON WEAR COURSE MIX (2;C)TON 2350 65.00$ $152,750.00 $65.00 $152,750.00 $63.00 $148,050.00 $62.00 $145,700.00 18 2402.503 ORNAMENTAL METAL RAILING L F 116 200.00$ $23,200.00 $196.00 $22,736.00 $200.00 $23,200.00 $189.00 $21,924.00 19 2411.618 PREFABRICATED MODULAR BLOCK WALL S F 1590 53.00$ $84,270.00 $67.00 $106,530.00 $65.00 $103,350.00 $64.00 $101,760.00 20 2505.601 UTILITY COORDINATION LS 1 7.00$ $7.00 $1,500.00 $1,500.00 $1.00 $1.00 $1.00 $1.00 21 2521.518 6" CONCRETE WALK S F 12922 7.00$ $90,454.00 $6.75 $87,223.50 $7.00 $90,454.00 $6.30 $81,408.60 22 2531.503 CONCRETE CURB & GUTTER DESIGN B618 L F 5520 15.00$ $82,800.00 $15.00 $82,800.00 $15.00 $82,800.00 $13.60 $75,072.00 23 2531.618 TRUNCATED DOMES S F 78 330.00$ $25,740.00 $62.00 $4,836.00 $50.00 $3,900.00 $45.00 $3,510.00 24 2564.502 INSTALL SIGN PANEL TYPE SPECIAL EACH 1 52.00$ $52.00 $310.00 $310.00 $300.00 $300.00 $525.00 $525.00 25 2564.518 SIGN PANELS TYPE C S F 26 62.00$ $1,612.00 $62.00 $1,612.00 $65.00 $1,690.00 $48.00 $1,248.00 26 2573.501 STABILIZED CONSTRUCTION EXIT LS 1 150.00$ $150.00 $1,700.00 $1,700.00 $1,000.00 $1,000.00 $11,500.00 $11,500.00 27 2573.502 STORM DRAIN INLET PROTECTION EACH 27 150.00$ $4,050.00 $300.00 $8,100.00 $100.00 $2,700.00 $125.00 $3,375.00 28 2573.502 CULVERT END CONTROLS EACH 4 2.00$ $8.00 $250.00 $1,000.00 $100.00 $400.00 $125.00 $500.00 29 2573.503 SILT FENCE; TYPE MS L F 2600 3.00$ $7,800.00 $1.85 $4,810.00 $1.50 $3,900.00 $1.85 $4,810.00 30 2573.503 SEDIMENT CONTROL LOG TYPE WOOD FIBER L F 3000 15.00$ $45,000.00 $3.35 $10,050.00 $2.00 $6,000.00 $3.80 $11,400.00 Schedule A.Surface Improvements Bid Tabulation Autumn Path Street and Utility Improvement Project City of Rosemount Project No. 2019-07 Bid Opening: Thursday, April 2, 2020 at 9:00 am local time WSB Project No. 013594-000 DENOTES CORRECTED FIGURE Engineer's Estimate Northern Lines Contracting, Inc.Ryan Contracting Co.Northwest Asphalt, Inc. Line No. Material No,Item Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 31 2575.504 SODDING TYPE LAWN S Y 200 1.50$ $300.00 $25.00 $5,000.00 $8.00 $1,600.00 $9.00 $1,800.00 32 2575.504 EROSION CONTROL BLANKETS CATEGORY 3N S Y 2360 1.00$ $2,360.00 $1.50 $3,540.00 $1.50 $3,540.00 $1.80 $4,248.00 33 2575.504 RAPID STABILIZATION METHOD 4 S Y 4840 2.05$ $9,922.00 $2.05 $9,922.00 $0.80 $3,872.00 $1.00 $4,840.00 34 2575.508 SEED MIXTURE 32-241 LB 16 60.00$ $960.00 $10.00 $160.00 $10.00 $160.00 $21.60 $345.60 35 2575.508 SEED MIXTURE 33-261 LB 1 80.00$ $80.00 $30.00 $30.00 $30.00 $30.00 $222.00 $222.00 36 2575.508 SEED MIXTURE 34-181 LB 1 22.00$ $22.00 $300.00 $300.00 $50.00 $50.00 $430.00 $430.00 37 2575.508 SEED MIXTURE 35-221 LB 15 1.80$ $27.00 $25.00 $375.00 $25.00 $375.00 $32.40 $486.00 38 2575.508 HYDRAULIC MULCH MATRIX LB 5050 1.10$ $5,555.00 $1.10 $5,555.00 $1.00 $5,050.00 $0.80 $4,040.00 39 2575.523 RAPID STABILIZATION METHOD 3 MGAL 13 0.80$ $10.40 $750.00 $9,750.00 $500.00 $6,500.00 $325.00 $4,225.00 40 2582.503 4" SOLID LINE MULTI COMP L F 5050 3.20$ $16,160.00 $0.45 $2,272.50 $0.30 $1,515.00 $0.30 $1,515.00 41 2582.503 24" SOLID LINE MULTI COMP L F 22 0.90$ $19.80 $27.30 $600.60 $7.00 $154.00 $7.00 $154.00 42 2582.503 4" DBLE SOLID LINE MULTI COMP L F 2530 5.00$ $12,650.00 $0.85 $2,150.50 $0.60 $1,518.00 $0.60 $1,518.00 43 2582.518 CROSSWALK MULTI COMP S F 108 6.00$ $648.00 $17.55 $1,895.40 $7.00 $756.00 $6.20 $669.60 $1,086,102.20 $991,787.50 $937,287.00 $1,093,270.90 44 2451.609 GRANULAR FOUNDATION AND/OR BEDDING TON 100 30.00$ $3,000.00 $0.01 $1.00 $30.00 $3,000.00 $32.00 $3,200.00 45 2503.602 CONNECT TO EXISTING SANITARY SEWER EACH 2 2,000.00$ $4,000.00 $1,500.00 $3,000.00 $5,000.00 $10,000.00 $2,500.00 $5,000.00 46 2503.603 TELEVISE SANITARY SEWER L F 597 2.00$ $1,194.00 $7.50 $4,477.50 $5.00 $2,985.00 $4.00 $2,388.00 47 2503.603 8" PVC PIPE SEWER - SDR 26 L F 255 50.00$ $12,750.00 $27.00 $6,885.00 $50.00 $12,750.00 $51.00 $13,005.00 48 2503.603 18" PVC PIPE SEWER L F 304 70.00$ $21,280.00 $55.00 $16,720.00 $150.00 $45,600.00 $73.00 $22,192.00 49 2503.503 20" PVC PIPE SEWER L F 38 100.00$ $3,800.00 $90.00 $3,420.00 $175.00 $6,650.00 $126.00 $4,788.00 50 2506.602 CASTING ASSEMBLY (SANITARY)EACH 4 750.00$ $3,000.00 $875.00 $3,500.00 $700.00 $2,800.00 $985.00 $3,940.00 51 2506.603 CONSTRUCT 48" DIA SAN MANHOLE L F 60 300.00$ $18,000.00 $290.00 $17,400.00 $290.00 $17,400.00 $290.00 $17,400.00 Total Schedule B. Sanitary Sewer Improvements $67,024.00 $55,403.50 $101,185.00 $71,913.00 Total Schedule A. Surface Improvements Schedule B. Sanitary Sewer Improvements Bid Tabulation Autumn Path Street and Utility Improvement Project City of Rosemount Project No. 2019-07 Bid Opening: Thursday, April 2, 2020 at 9:00 am local time WSB Project No. 013594-000 DENOTES CORRECTED FIGURE Engineer's Estimate Northern Lines Contracting, Inc.Ryan Contracting Co.Northwest Asphalt, Inc. Line No. Material No,Item Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Schedule C. WATERMAIN IMPROVEMENTS 52 2104.502 SALVAGE HYDRANT & VALVE EACH 1 2,500.00$ $2,500.00 $550.00 $550.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 53 2104.503 REMOVE WATER MAIN L F 20 25.00$ $500.00 $10.00 $200.00 $20.00 $400.00 $20.00 $400.00 54 2451.609 GRANULAR FOUNDATION AND/OR BEDDING TON 100 25.00$ $2,500.00 $0.01 $1.00 $0.01 $1.00 $0.01 $1.00 55 2504.602 CONNECT TO EXISTING WATER MAIN EACH 4 2,000.00$ $8,000.00 $1,500.00 $6,000.00 $2,500.00 $10,000.00 $1,250.00 $5,000.00 56 2504.602 HYDRANT EACH 5 4,250.00$ $21,250.00 $4,550.00 $22,750.00 $4,300.00 $21,500.00 $4,300.00 $21,500.00 57 2504.602 INSTALL HYDRANT & VALVE EACH 1 1,000.00$ $1,000.00 $1,150.00 $1,150.00 $1,500.00 $1,500.00 $1,250.00 $1,250.00 58 2504.602 6" GATE VALVE & BOX EACH 5 1,500.00$ $7,500.00 $1,550.00 $7,750.00 $2,100.00 $10,500.00 $1,494.00 $7,470.00 59 2504.602 8" GATE VALVE & BOX EACH 2 2,000.00$ $4,000.00 $2,100.00 $4,200.00 $2,500.00 $5,000.00 $1,960.00 $3,920.00 60 2504.603 6" WATERMAIN DUCTILE IRON CL 52 L F 105 50.00$ $5,250.00 $45.00 $4,725.00 $58.00 $6,090.00 $44.00 $4,620.00 61 2504.603 8" WATERMAIN DUCTILE IRON CL 52 L F 450 55.00$ $24,750.00 $44.00 $19,800.00 $60.00 $27,000.00 $46.50 $20,925.00 62 2504.603 12" WATERMAIN DUCTILE IRON CL 52 L F 1155 62.00$ $71,610.00 $62.00 $71,610.00 $70.00 $80,850.00 $61.60 $71,148.00 63 2504.603 16" WATERMAIN DUCTILE IRON CL 50 L F 1135 75.00$ $85,125.00 $72.00 $81,720.00 $80.00 $90,800.00 $72.40 $82,174.00 64 2504.604 4" POLYSTYRENE INSULATION S Y 100 40.00$ $4,000.00 $40.00 $4,000.00 $30.00 $3,000.00 $40.00 $4,000.00 65 2504.608 DUCTILE IRON FITTINGS LB 2942 5.00$ $14,710.00 $11.00 $32,362.00 $8.00 $23,536.00 $9.30 $27,360.60 66 2550.502 FIBEROPTIC SPLICE VAULT EACH 2 1,000.00$ $2,000.00 $1,850.00 $3,700.00 $4,000.00 $8,000.00 $1,800.00 $3,600.00 67 2550.503 2" NON-METALLIC CONDUIT L F 1200 5.00$ $6,000.00 $6.00 $7,200.00 $11.00 $13,200.00 $10.00 $12,000.00 Total Schedule C. Watermain Improvements $260,695.00 $267,718.00 $302,377.00 $266,368.60 Schedule D. Storm Sewer IMPROVEMENTS 68 2501.502 15" RC PIPE APRON EACH 2 1,000.00$ $2,000.00 $1,250.00 $2,500.00 $1,500.00 $3,000.00 $1,255.00 $2,510.00 69 2501.502 18" RC PIPE APRON EACH 1 1,200.00$ $1,200.00 $1,350.00 $1,350.00 $1,800.00 $1,800.00 $1,350.00 $1,350.00 70 2501.502 21" RC PIPE APRON EACH 1 4,000.00$ $4,000.00 $1,550.00 $1,550.00 $2,000.00 $2,000.00 $1,520.00 $1,520.00 71 2502.503 4" PERF PE PIPE DRAIN L F 300 9.50$ $2,850.00 $13.00 $3,900.00 $15.00 $4,500.00 $15.00 $4,500.00 72 2503.503 15" RC PIPE SEWER DES 3006 CL V L F 1367 45.00$ $61,515.00 $45.00 $61,515.00 $50.00 $68,350.00 $44.00 $60,148.00 73 2503.503 18" RC PIPE SEWER DES 3006 CL V L F 367 51.00$ $18,717.00 $50.00 $18,350.00 $54.00 $19,818.00 $46.50 $17,065.50 Bid Tabulation Autumn Path Street and Utility Improvement Project City of Rosemount Project No. 2019-07 Bid Opening: Thursday, April 2, 2020 at 9:00 am local time WSB Project No. 013594-000 DENOTES CORRECTED FIGURE Engineer's Estimate Northern Lines Contracting, Inc.Ryan Contracting Co.Northwest Asphalt, Inc. Line No. Material No,Item Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 74 2503.503 21" RC PIPE SEWER DES 3006 CL III L F 107 60.00$ $6,420.00 $59.00 $6,313.00 $60.00 $6,420.00 $53.40 $5,713.80 75 2503.503 24" RC PIPE SEWER DES 3006 CL III L F 274 65.00$ $17,810.00 $69.00 $18,906.00 $65.00 $17,810.00 $60.20 $16,494.80 76 2503.503 33" RC PIPE SEWER DES 3006 CL III L F 97 80.00$ $7,760.00 $110.00 $10,670.00 $105.00 $10,185.00 $93.40 $9,059.80 77 2503.602 CONNECT TO EXISTING STORM SEWER EACH 1 1,500.00$ $1,500.00 $1,300.00 $1,300.00 $1,500.00 $1,500.00 $2,000.00 $2,000.00 78 2503.602 CONNECT INTO EXISTING DRAINAGE STRUCTURE EACH 1 2,500.00$ $2,500.00 $1,500.00 $1,500.00 $1,500.00 $1,500.00 $1,100.00 $1,100.00 79 2506.502 CONST DRAINAGE STRUCTURE DESIGN SPEC 1 EACH 5 2,200.00$ $11,000.00 $1,650.00 $8,250.00 $2,000.00 $10,000.00 $2,340.00 $11,700.00 80 2506.502 CASTING ASSEMBLY EACH 16 800.00$ $12,800.00 $600.00 $9,600.00 $650.00 $10,400.00 $643.00 $10,288.00 81 2506.503 CONST DRAINAGE STRUCTURE DES 48-4020 L F 47 400.00$ $18,800.00 $400.00 $18,800.00 $370.00 $17,390.00 $813.00 $38,211.00 82 2506.503 CONST DRAINAGE STRUCTURE DES 60-4020 L F 34 600.00$ $20,400.00 $480.00 $16,320.00 $550.00 $18,700.00 $676.00 $22,984.00 83 2506.503 CONST DRAINAGE STRUCTURE DES 84-4020 L F 9 1,000.00$ $9,000.00 $980.00 $8,820.00 $900.00 $8,100.00 $985.00 $8,865.00 84 2511.507 RANDOM RIPRAP CLASS III C Y 22 120.00$ $2,640.00 $150.00 $3,300.00 $80.00 $1,760.00 $75.00 $1,650.00 85 2511.507 RANDOM RIPRAP CLASS III (GROUTED)C Y 6 160.00$ $960.00 $380.00 $2,280.00 $120.00 $720.00 $130.00 $780.00 $201,872.00 $195,224.00 $203,953.00 $215,939.90 $1,086,102.20 $991,787.50 $937,287.00 $1,093,270.90 $67,024.00 $55,403.50 $101,185.00 $71,913.00 $260,695.00 $267,718.00 $302,377.00 $266,368.60 $201,872.00 $195,224.00 $203,953.00 $215,939.90 $1,615,693.20 $1,510,133.00 $1,544,802.00 $1,647,492.40GRAND TOTAL BID Total Schedule D. Storm Sewer Improvements TOTAL SCHEDULE A TOTAL SCHEDULE B TOTAL SCHEDULE C TOTAL SCHEDULE D Bid Tabulation Autumn Path Street and Utility Improvement Project City of Rosemount Project No. 2019-07 Bid Opening: Thursday, April 2, 2020 at 9:00 am local time WSB Project No. 013594-000 DENOTES CORRECTED FIGURE Engineer's Estimate Line No. Material No,Item Units Quantity Unit Price Total Price 1 2021.501 MOBILIZATION LS 1 75,000.00$ $75,000.00 2 2101.505 CLEARING ACRE 3 5,000.00$ $15,000.00 3 2101.505 GRUBBING ACRE 3 5,000.00$ $15,000.00 4 2104.503 SAWING BIT PAVEMENT (FULL DEPTH)L F 35 10.00$ $350.00 5 2104.503 REMOVE CONCRETE CURB L F 115 8.00$ $920.00 6 2104.504 REMOVE BITUMINOUS PAVEMENT S Y 548 5.00$ $2,740.00 7 2106.507 EXCAVATION - COMMON (P)C Y 10535 6.00$ $63,210.00 8 2106.507 EXCAVATION - SUBGRADE C Y 2300 6.00$ $13,800.00 9 2106.507 SELECT GRANULAR EMBANKMENT (CV) (P)C Y 8950 16.00$ $143,200.00 10 2106.507 COMMON EMBANKMENT (CV)C Y 1000 15.00$ $15,000.00 11 2112.519 SUBGRADE PREPARATION RDST 26.0 400.00$ $10,400.00 12 2123.610 STREET SWEEPER (WITH PICKUP BROOM)HOUR 20 165.00$ $3,300.00 13 2211.507 AGGREGATE BASE (CV) CLASS 5 MODIFIED C Y 2320 27.00$ $62,640.00 14 2357.506 BITUMINOUS MATERIAL FOR TACK COAT GAL 1150 3.00$ $3,450.00 15 2360.504 TYPE SP 9.5 WEAR CRS MIX (2;B) 2.0" THICK S Y 2306 12.50$ $28,825.00 16 2360.509 TYPE SP 12.5 WEARING COURSE MIX (2;C)TON 1010 66.00$ $66,660.00 17 2360.509 TYPE SP 12.5 NON WEAR COURSE MIX (2;C)TON 2350 65.00$ $152,750.00 18 2402.503 ORNAMENTAL METAL RAILING L F 116 200.00$ $23,200.00 19 2411.618 PREFABRICATED MODULAR BLOCK WALL S F 1590 53.00$ $84,270.00 20 2505.601 UTILITY COORDINATION LS 1 7.00$ $7.00 21 2521.518 6" CONCRETE WALK S F 12922 7.00$ $90,454.00 22 2531.503 CONCRETE CURB & GUTTER DESIGN B618 L F 5520 15.00$ $82,800.00 23 2531.618 TRUNCATED DOMES S F 78 330.00$ $25,740.00 24 2564.502 INSTALL SIGN PANEL TYPE SPECIAL EACH 1 52.00$ $52.00 25 2564.518 SIGN PANELS TYPE C S F 26 62.00$ $1,612.00 26 2573.501 STABILIZED CONSTRUCTION EXIT LS 1 150.00$ $150.00 27 2573.502 STORM DRAIN INLET PROTECTION EACH 27 150.00$ $4,050.00 28 2573.502 CULVERT END CONTROLS EACH 4 2.00$ $8.00 29 2573.503 SILT FENCE; TYPE MS L F 2600 3.00$ $7,800.00 30 2573.503 SEDIMENT CONTROL LOG TYPE WOOD FIBER L F 3000 15.00$ $45,000.00 Schedule A.Surface Improvements A-1 Excavating Inc.Park Construction Company - Mpls R.L. Larson Excavating, Inc. Unit Price Total Price Unit Price Total Price Unit Price Total Price $95,000.00 $95,000.00 $146,500.00 $146,500.00 $140,000.00 $140,000.00 $1,980.00 $5,940.00 $2,910.00 $8,730.00 $1,900.00 $5,700.00 $2,750.00 $8,250.00 $1,020.00 $3,060.00 $2,625.00 $7,875.00 $4.00 $140.00 $18.20 $637.00 $20.00 $700.00 $5.00 $575.00 $3.45 $396.75 $4.00 $460.00 $3.00 $1,644.00 $4.00 $2,192.00 $4.00 $2,192.00 $13.00 $136,955.00 $10.50 $110,617.50 $14.00 $147,490.00 $13.00 $29,900.00 $9.35 $21,505.00 $11.50 $26,450.00 $17.00 $152,150.00 $17.30 $154,835.00 $14.20 $127,090.00 $9.00 $9,000.00 $19.40 $19,400.00 $2.10 $2,100.00 $444.00 $11,544.00 $408.00 $10,608.00 $400.00 $10,400.00 $100.00 $2,000.00 $138.00 $2,760.00 $150.00 $3,000.00 $15.00 $34,800.00 $19.80 $45,936.00 $30.50 $70,760.00 $2.00 $2,300.00 $2.90 $3,335.00 $2.10 $2,415.00 $18.00 $41,508.00 $29.00 $66,874.00 $20.50 $47,273.00 $55.00 $55,550.00 $78.00 $78,780.00 $56.70 $57,267.00 $64.00 $150,400.00 $64.50 $151,575.00 $66.15 $155,452.50 $214.00 $24,824.00 $193.00 $22,388.00 $200.00 $23,200.00 $66.00 $104,940.00 $65.95 $104,860.50 $70.00 $111,300.00 $900.00 $900.00 $1,680.00 $1,680.00 $2,500.00 $2,500.00 $5.50 $71,071.00 $6.70 $86,577.40 $7.40 $95,622.80 $14.00 $77,280.00 $14.30 $78,936.00 $13.20 $72,864.00 $50.00 $3,900.00 $62.00 $4,836.00 $47.25 $3,685.50 $550.00 $550.00 $536.00 $536.00 $315.00 $315.00 $50.00 $1,300.00 $49.00 $1,274.00 $63.00 $1,638.00 $600.00 $600.00 $3,760.00 $3,760.00 $1,500.00 $1,500.00 $80.00 $2,160.00 $185.00 $4,995.00 $225.00 $6,075.00 $40.00 $160.00 $96.90 $387.60 $200.00 $800.00 $1.50 $3,900.00 $1.75 $4,550.00 $1.90 $4,940.00 $3.00 $9,000.00 $2.55 $7,650.00 $3.15 $9,450.00 Bid Tabulation Autumn Path Street and Utility Improvement Project City of Rosemount Project No. 2019-07 Bid Opening: Thursday, April 2, 2020 at 9:00 am local time WSB Project No. 013594-000 DENOTES CORRECTED FIGURE Engineer's Estimate Line No. Material No,Item Units Quantity Unit Price Total Price 31 2575.504 SODDING TYPE LAWN S Y 200 1.50$ $300.00 32 2575.504 EROSION CONTROL BLANKETS CATEGORY 3N S Y 2360 1.00$ $2,360.00 33 2575.504 RAPID STABILIZATION METHOD 4 S Y 4840 2.05$ $9,922.00 34 2575.508 SEED MIXTURE 32-241 LB 16 60.00$ $960.00 35 2575.508 SEED MIXTURE 33-261 LB 1 80.00$ $80.00 36 2575.508 SEED MIXTURE 34-181 LB 1 22.00$ $22.00 37 2575.508 SEED MIXTURE 35-221 LB 15 1.80$ $27.00 38 2575.508 HYDRAULIC MULCH MATRIX LB 5050 1.10$ $5,555.00 39 2575.523 RAPID STABILIZATION METHOD 3 MGAL 13 0.80$ $10.40 40 2582.503 4" SOLID LINE MULTI COMP L F 5050 3.20$ $16,160.00 41 2582.503 24" SOLID LINE MULTI COMP L F 22 0.90$ $19.80 42 2582.503 4" DBLE SOLID LINE MULTI COMP L F 2530 5.00$ $12,650.00 43 2582.518 CROSSWALK MULTI COMP S F 108 6.00$ $648.00 $1,086,102.20 44 2451.609 GRANULAR FOUNDATION AND/OR BEDDING TON 100 30.00$ $3,000.00 45 2503.602 CONNECT TO EXISTING SANITARY SEWER EACH 2 2,000.00$ $4,000.00 46 2503.603 TELEVISE SANITARY SEWER L F 597 2.00$ $1,194.00 47 2503.603 8" PVC PIPE SEWER - SDR 26 L F 255 50.00$ $12,750.00 48 2503.603 18" PVC PIPE SEWER L F 304 70.00$ $21,280.00 49 2503.503 20" PVC PIPE SEWER L F 38 100.00$ $3,800.00 50 2506.602 CASTING ASSEMBLY (SANITARY)EACH 4 750.00$ $3,000.00 51 2506.603 CONSTRUCT 48" DIA SAN MANHOLE L F 60 300.00$ $18,000.00 Total Schedule B. Sanitary Sewer Improvements $67,024.00 Total Schedule A. Surface Improvements Schedule B. Sanitary Sewer Improvements A-1 Excavating Inc.Park Construction Company - Mpls R.L. Larson Excavating, Inc. Unit Price Total Price Unit Price Total Price Unit Price Total Price $22.00 $4,400.00 $16.30 $3,260.00 $21.00 $4,200.00 $1.50 $3,540.00 $1.30 $3,068.00 $1.50 $3,540.00 $1.00 $4,840.00 $0.71 $3,436.40 $2.10 $10,164.00 $10.00 $160.00 $8.65 $138.40 $8.00 $128.00 $30.00 $30.00 $25.50 $25.50 $27.30 $27.30 $300.00 $300.00 $255.00 $255.00 $280.00 $280.00 $30.00 $450.00 $23.50 $352.50 $24.00 $360.00 $1.20 $6,060.00 $1.15 $5,807.50 $1.05 $5,302.50 $200.00 $2,600.00 $194.00 $2,522.00 $630.00 $8,190.00 $0.30 $1,515.00 $0.30 $1,515.00 $0.30 $1,515.00 $8.00 $176.00 $7.15 $157.30 $7.35 $161.70 $0.60 $1,518.00 $0.59 $1,492.70 $0.60 $1,518.00 $7.00 $756.00 $6.25 $675.00 $6.50 $702.00 $1,064,586.00 $1,172,877.05 $1,176,603.30 $33.00 $3,300.00 $28.80 $2,880.00 $30.00 $3,000.00 $2,200.00 $4,400.00 $2,190.00 $4,380.00 $2,200.00 $4,400.00 $3.00 $1,791.00 $3.40 $2,029.80 $3.60 $2,149.20 $55.00 $14,025.00 $35.00 $8,925.00 $45.00 $11,475.00 $117.00 $35,568.00 $67.30 $20,459.20 $66.00 $20,064.00 $162.00 $6,156.00 $109.00 $4,142.00 $112.00 $4,256.00 $761.00 $3,044.00 $1,850.00 $7,400.00 $725.00 $2,900.00 $320.00 $19,200.00 $281.00 $16,860.00 $318.00 $19,080.00 $87,484.00 $67,076.00 $67,324.20 Bid Tabulation Autumn Path Street and Utility Improvement Project City of Rosemount Project No. 2019-07 Bid Opening: Thursday, April 2, 2020 at 9:00 am local time WSB Project No. 013594-000 DENOTES CORRECTED FIGURE Engineer's Estimate Line No. Material No,Item Units Quantity Unit Price Total Price Schedule C. WATERMAIN IMPROVEMENTS 52 2104.502 SALVAGE HYDRANT & VALVE EACH 1 2,500.00$ $2,500.00 53 2104.503 REMOVE WATER MAIN L F 20 25.00$ $500.00 54 2451.609 GRANULAR FOUNDATION AND/OR BEDDING TON 100 25.00$ $2,500.00 55 2504.602 CONNECT TO EXISTING WATER MAIN EACH 4 2,000.00$ $8,000.00 56 2504.602 HYDRANT EACH 5 4,250.00$ $21,250.00 57 2504.602 INSTALL HYDRANT & VALVE EACH 1 1,000.00$ $1,000.00 58 2504.602 6" GATE VALVE & BOX EACH 5 1,500.00$ $7,500.00 59 2504.602 8" GATE VALVE & BOX EACH 2 2,000.00$ $4,000.00 60 2504.603 6" WATERMAIN DUCTILE IRON CL 52 L F 105 50.00$ $5,250.00 61 2504.603 8" WATERMAIN DUCTILE IRON CL 52 L F 450 55.00$ $24,750.00 62 2504.603 12" WATERMAIN DUCTILE IRON CL 52 L F 1155 62.00$ $71,610.00 63 2504.603 16" WATERMAIN DUCTILE IRON CL 50 L F 1135 75.00$ $85,125.00 64 2504.604 4" POLYSTYRENE INSULATION S Y 100 40.00$ $4,000.00 65 2504.608 DUCTILE IRON FITTINGS LB 2942 5.00$ $14,710.00 66 2550.502 FIBEROPTIC SPLICE VAULT EACH 2 1,000.00$ $2,000.00 67 2550.503 2" NON-METALLIC CONDUIT L F 1200 5.00$ $6,000.00 Total Schedule C. Watermain Improvements $260,695.00 Schedule D. Storm Sewer IMPROVEMENTS 68 2501.502 15" RC PIPE APRON EACH 2 1,000.00$ $2,000.00 69 2501.502 18" RC PIPE APRON EACH 1 1,200.00$ $1,200.00 70 2501.502 21" RC PIPE APRON EACH 1 4,000.00$ $4,000.00 71 2502.503 4" PERF PE PIPE DRAIN L F 300 9.50$ $2,850.00 72 2503.503 15" RC PIPE SEWER DES 3006 CL V L F 1367 45.00$ $61,515.00 73 2503.503 18" RC PIPE SEWER DES 3006 CL V L F 367 51.00$ $18,717.00 A-1 Excavating Inc.Park Construction Company - Mpls R.L. Larson Excavating, Inc. Unit Price Total Price Unit Price Total Price Unit Price Total Price $500.00 $500.00 $1,150.00 $1,150.00 $1,100.00 $1,100.00 $10.00 $200.00 $11.90 $238.00 $55.00 $1,100.00 $33.00 $3,300.00 $28.80 $2,880.00 $30.00 $3,000.00 $2,341.00 $9,364.00 $876.00 $3,504.00 $1,970.00 $7,880.00 $3,915.00 $19,575.00 $4,380.00 $21,900.00 $4,700.00 $23,500.00 $986.00 $986.00 $1,210.00 $1,210.00 $1,250.00 $1,250.00 $1,557.00 $7,785.00 $1,560.00 $7,800.00 $1,800.00 $9,000.00 $1,982.00 $3,964.00 $1,880.00 $3,760.00 $2,260.00 $4,520.00 $59.00 $6,195.00 $51.30 $5,386.50 $55.00 $5,775.00 $60.00 $27,000.00 $48.40 $21,780.00 $51.00 $22,950.00 $69.00 $79,695.00 $59.70 $68,953.50 $67.00 $77,385.00 $84.00 $95,340.00 $72.30 $82,060.50 $78.00 $88,530.00 $48.00 $4,800.00 $30.80 $3,080.00 $52.00 $5,200.00 $10.00 $29,420.00 $12.50 $36,775.00 $10.50 $30,891.00 $1,300.00 $2,600.00 $1,200.00 $2,400.00 $1,500.00 $3,000.00 $6.00 $7,200.00 $6.75 $8,100.00 $12.00 $14,400.00 $297,924.00 $270,977.50 $299,481.00 $1,460.00 $2,920.00 $1,350.00 $2,700.00 $782.00 $1,564.00 $1,580.00 $1,580.00 $1,450.00 $1,450.00 $885.00 $885.00 $2,020.00 $2,020.00 $1,580.00 $1,580.00 $986.00 $986.00 $9.00 $2,700.00 $14.00 $4,200.00 $10.50 $3,150.00 $54.00 $73,818.00 $46.70 $63,838.90 $47.00 $64,249.00 $61.00 $22,387.00 $51.30 $18,827.10 $51.00 $18,717.00 Bid Tabulation Autumn Path Street and Utility Improvement Project City of Rosemount Project No. 2019-07 Bid Opening: Thursday, April 2, 2020 at 9:00 am local time WSB Project No. 013594-000 DENOTES CORRECTED FIGURE Engineer's Estimate Line No. Material No,Item Units Quantity Unit Price Total Price 74 2503.503 21" RC PIPE SEWER DES 3006 CL III L F 107 60.00$ $6,420.00 75 2503.503 24" RC PIPE SEWER DES 3006 CL III L F 274 65.00$ $17,810.00 76 2503.503 33" RC PIPE SEWER DES 3006 CL III L F 97 80.00$ $7,760.00 77 2503.602 CONNECT TO EXISTING STORM SEWER EACH 1 1,500.00$ $1,500.00 78 2503.602 CONNECT INTO EXISTING DRAINAGE STRUCTURE EACH 1 2,500.00$ $2,500.00 79 2506.502 CONST DRAINAGE STRUCTURE DESIGN SPEC 1 EACH 5 2,200.00$ $11,000.00 80 2506.502 CASTING ASSEMBLY EACH 16 800.00$ $12,800.00 81 2506.503 CONST DRAINAGE STRUCTURE DES 48-4020 L F 47 400.00$ $18,800.00 82 2506.503 CONST DRAINAGE STRUCTURE DES 60-4020 L F 34 600.00$ $20,400.00 83 2506.503 CONST DRAINAGE STRUCTURE DES 84-4020 L F 9 1,000.00$ $9,000.00 84 2511.507 RANDOM RIPRAP CLASS III C Y 22 120.00$ $2,640.00 85 2511.507 RANDOM RIPRAP CLASS III (GROUTED)C Y 6 160.00$ $960.00 $201,872.00 $1,086,102.20 $67,024.00 $260,695.00 $201,872.00 $1,615,693.20 I GRAND TOTAL BID Total Schedule D. Storm Sewer Improvements TOTAL SCHEDULE A TOTAL SCHEDULE B TOTAL SCHEDULE C TOTAL SCHEDULE D A-1 Excavating Inc.Park Construction Company - Mpls R.L. Larson Excavating, Inc. Unit Price Total Price Unit Price Total Price Unit Price Total Price $70.00 $7,490.00 $61.80 $6,612.60 $56.00 $5,992.00 $76.00 $20,824.00 $67.50 $18,495.00 $72.00 $19,728.00 $113.00 $10,961.00 $120.00 $11,640.00 $110.00 $10,670.00 $1,000.00 $1,000.00 $867.00 $867.00 $1,100.00 $1,100.00 $1,000.00 $1,000.00 $1,500.00 $1,500.00 $1,100.00 $1,100.00 $1,903.00 $9,515.00 $1,990.00 $9,950.00 $2,325.00 $11,625.00 $603.00 $9,648.00 $580.00 $9,280.00 $512.00 $8,192.00 $420.00 $19,740.00 $475.00 $22,325.00 $485.00 $22,795.00 $570.00 $19,380.00 $614.00 $20,876.00 $570.00 $19,380.00 $960.00 $8,640.00 $992.00 $8,928.00 $1,200.00 $10,800.00 $80.00 $1,760.00 $115.00 $2,530.00 $110.00 $2,420.00 $120.00 $720.00 $286.00 $1,716.00 $240.00 $1,440.00 $216,103.00 $207,315.60 $204,793.00 $1,064,586.00 $1,172,877.05 $1,176,603.30 $87,484.00 $67,076.00 $67,324.20 $297,924.00 $270,977.50 $299,481.00 $216,103.00 $207,315.60 $204,793.00 $1,666,097.00 $1,718,246.15 $1,748,201.50 Bid Tabulation Autumn Path Street and Utility Improvement Project City of Rosemount Project No. 2019-07 Bid Opening: Thursday, April 2, 2020 at 9:00 am local time WSB Project No. 013594-000 DENOTES CORRECTED FIGURE Engineer's Estimate Line No. Material No,Item Units Quantity Unit Price Total Price 1 2021.501 MOBILIZATION LS 1 75,000.00$ $75,000.00 2 2101.505 CLEARING ACRE 3 5,000.00$ $15,000.00 3 2101.505 GRUBBING ACRE 3 5,000.00$ $15,000.00 4 2104.503 SAWING BIT PAVEMENT (FULL DEPTH)L F 35 10.00$ $350.00 5 2104.503 REMOVE CONCRETE CURB L F 115 8.00$ $920.00 6 2104.504 REMOVE BITUMINOUS PAVEMENT S Y 548 5.00$ $2,740.00 7 2106.507 EXCAVATION - COMMON (P)C Y 10535 6.00$ $63,210.00 8 2106.507 EXCAVATION - SUBGRADE C Y 2300 6.00$ $13,800.00 9 2106.507 SELECT GRANULAR EMBANKMENT (CV) (P)C Y 8950 16.00$ $143,200.00 10 2106.507 COMMON EMBANKMENT (CV)C Y 1000 15.00$ $15,000.00 11 2112.519 SUBGRADE PREPARATION RDST 26.0 400.00$ $10,400.00 12 2123.610 STREET SWEEPER (WITH PICKUP BROOM)HOUR 20 165.00$ $3,300.00 13 2211.507 AGGREGATE BASE (CV) CLASS 5 MODIFIED C Y 2320 27.00$ $62,640.00 14 2357.506 BITUMINOUS MATERIAL FOR TACK COAT GAL 1150 3.00$ $3,450.00 15 2360.504 TYPE SP 9.5 WEAR CRS MIX (2;B) 2.0" THICK S Y 2306 12.50$ $28,825.00 16 2360.509 TYPE SP 12.5 WEARING COURSE MIX (2;C)TON 1010 66.00$ $66,660.00 17 2360.509 TYPE SP 12.5 NON WEAR COURSE MIX (2;C)TON 2350 65.00$ $152,750.00 18 2402.503 ORNAMENTAL METAL RAILING L F 116 200.00$ $23,200.00 19 2411.618 PREFABRICATED MODULAR BLOCK WALL S F 1590 53.00$ $84,270.00 20 2505.601 UTILITY COORDINATION LS 1 7.00$ $7.00 21 2521.518 6" CONCRETE WALK S F 12922 7.00$ $90,454.00 22 2531.503 CONCRETE CURB & GUTTER DESIGN B618 L F 5520 15.00$ $82,800.00 23 2531.618 TRUNCATED DOMES S F 78 330.00$ $25,740.00 24 2564.502 INSTALL SIGN PANEL TYPE SPECIAL EACH 1 52.00$ $52.00 25 2564.518 SIGN PANELS TYPE C S F 26 62.00$ $1,612.00 26 2573.501 STABILIZED CONSTRUCTION EXIT LS 1 150.00$ $150.00 27 2573.502 STORM DRAIN INLET PROTECTION EACH 27 150.00$ $4,050.00 28 2573.502 CULVERT END CONTROLS EACH 4 2.00$ $8.00 29 2573.503 SILT FENCE; TYPE MS L F 2600 3.00$ $7,800.00 30 2573.503 SEDIMENT CONTROL LOG TYPE WOOD FIBER L F 3000 15.00$ $45,000.00 Schedule A.Surface Improvements Alcon Excavating Inc Max Steininger, Inc. Unit Price Total Price Unit Price Total Price $71,220.00 $71,220.00 $108,581.00 $108,581.00 $2,880.00 $8,640.00 $3,043.69 $9,131.07 $1,010.00 $3,030.00 $1,067.97 $3,203.91 $10.12 $354.20 $19.07 $667.45 $5.50 $632.50 $4.20 $483.00 $4.80 $2,630.40 $4.94 $2,707.12 $12.90 $135,901.50 $17.30 $182,255.50 $12.75 $29,325.00 $26.93 $61,939.00 $19.15 $171,392.50 $17.30 $154,835.00 $6.00 $6,000.00 $13.61 $13,610.00 $615.00 $15,990.00 $165.00 $4,290.00 $137.00 $2,740.00 $75.00 $1,500.00 $18.15 $42,108.00 $12.63 $29,301.60 $1.60 $1,840.00 $2.14 $2,461.00 $9.95 $22,944.70 $8.57 $19,762.42 $66.50 $67,165.00 $57.74 $58,317.40 $63.70 $149,695.00 $67.26 $158,061.00 $202.00 $23,432.00 $201.85 $23,414.60 $58.00 $92,220.00 $59.47 $94,557.30 $4,350.00 $4,350.00 $3,685.36 $3,685.36 $5.35 $69,132.70 $4.86 $62,800.92 $14.00 $77,280.00 $14.48 $79,929.60 $60.70 $4,734.60 $51.32 $4,002.96 $530.00 $530.00 $560.68 $560.68 $48.55 $1,262.30 $51.26 $1,332.76 $1,410.00 $1,410.00 $650.00 $650.00 $121.00 $3,267.00 $125.00 $3,375.00 $96.15 $384.60 $136.15 $544.60 $1.70 $4,420.00 $2.43 $6,318.00 $2.55 $7,650.00 $3.57 $10,710.00 Bid Tabulation Autumn Path Street and Utility Improvement Project City of Rosemount Project No. 2019-07 Bid Opening: Thursday, April 2, 2020 at 9:00 am local time WSB Project No. 013594-000 DENOTES CORRECTED FIGURE Engineer's Estimate Line No. Material No,Item Units Quantity Unit Price Total Price 31 2575.504 SODDING TYPE LAWN S Y 200 1.50$ $300.00 32 2575.504 EROSION CONTROL BLANKETS CATEGORY 3N S Y 2360 1.00$ $2,360.00 33 2575.504 RAPID STABILIZATION METHOD 4 S Y 4840 2.05$ $9,922.00 34 2575.508 SEED MIXTURE 32-241 LB 16 60.00$ $960.00 35 2575.508 SEED MIXTURE 33-261 LB 1 80.00$ $80.00 36 2575.508 SEED MIXTURE 34-181 LB 1 22.00$ $22.00 37 2575.508 SEED MIXTURE 35-221 LB 15 1.80$ $27.00 38 2575.508 HYDRAULIC MULCH MATRIX LB 5050 1.10$ $5,555.00 39 2575.523 RAPID STABILIZATION METHOD 3 MGAL 13 0.80$ $10.40 40 2582.503 4" SOLID LINE MULTI COMP L F 5050 3.20$ $16,160.00 41 2582.503 24" SOLID LINE MULTI COMP L F 22 0.90$ $19.80 42 2582.503 4" DBLE SOLID LINE MULTI COMP L F 2530 5.00$ $12,650.00 43 2582.518 CROSSWALK MULTI COMP S F 108 6.00$ $648.00 $1,086,102.20 44 2451.609 GRANULAR FOUNDATION AND/OR BEDDING TON 100 30.00$ $3,000.00 45 2503.602 CONNECT TO EXISTING SANITARY SEWER EACH 2 2,000.00$ $4,000.00 46 2503.603 TELEVISE SANITARY SEWER L F 597 2.00$ $1,194.00 47 2503.603 8" PVC PIPE SEWER - SDR 26 L F 255 50.00$ $12,750.00 48 2503.603 18" PVC PIPE SEWER L F 304 70.00$ $21,280.00 49 2503.503 20" PVC PIPE SEWER L F 38 100.00$ $3,800.00 50 2506.602 CASTING ASSEMBLY (SANITARY)EACH 4 750.00$ $3,000.00 51 2506.603 CONSTRUCT 48" DIA SAN MANHOLE L F 60 300.00$ $18,000.00 Total Schedule B. Sanitary Sewer Improvements $67,024.00 Total Schedule A. Surface Improvements Schedule B. Sanitary Sewer Improvements Alcon Excavating Inc Max Steininger, Inc. Unit Price Total Price Unit Price Total Price $16.17 $3,234.00 $22.86 $4,572.00 $1.22 $2,879.20 $1.79 $4,224.40 $0.70 $3,388.00 $1.01 $4,888.40 $8.60 $137.60 $12.13 $194.08 $25.30 $25.30 $39.16 $39.16 $253.00 $253.00 $360.37 $360.37 $23.30 $349.50 $32.84 $492.60 $1.15 $5,807.50 $1.64 $8,282.00 $193.00 $2,509.00 $274.61 $3,569.93 $0.26 $1,313.00 $0.35 $1,767.50 $7.10 $156.20 $8.47 $186.34 $0.50 $1,265.00 $0.70 $1,771.00 $5.30 $572.40 $7.44 $803.52 $1,043,571.70 $1,134,139.55 $24.63 $2,463.00 $22.43 $2,243.00 $945.00 $1,890.00 $4,805.83 $9,611.66 $4.25 $2,537.25 $5.87 $3,504.39 $32.00 $8,160.00 $30.38 $7,746.90 $81.45 $24,760.80 $61.14 $18,586.56 $125.00 $4,750.00 $101.46 $3,855.48 $980.00 $3,920.00 $560.68 $2,242.72 $385.00 $23,100.00 $302.23 $18,133.80 $71,581.05 $65,924.51 Bid Tabulation Autumn Path Street and Utility Improvement Project City of Rosemount Project No. 2019-07 Bid Opening: Thursday, April 2, 2020 at 9:00 am local time WSB Project No. 013594-000 DENOTES CORRECTED FIGURE Engineer's Estimate Line No. Material No,Item Units Quantity Unit Price Total Price Schedule C. WATERMAIN IMPROVEMENTS 52 2104.502 SALVAGE HYDRANT & VALVE EACH 1 2,500.00$ $2,500.00 53 2104.503 REMOVE WATER MAIN L F 20 25.00$ $500.00 54 2451.609 GRANULAR FOUNDATION AND/OR BEDDING TON 100 25.00$ $2,500.00 55 2504.602 CONNECT TO EXISTING WATER MAIN EACH 4 2,000.00$ $8,000.00 56 2504.602 HYDRANT EACH 5 4,250.00$ $21,250.00 57 2504.602 INSTALL HYDRANT & VALVE EACH 1 1,000.00$ $1,000.00 58 2504.602 6" GATE VALVE & BOX EACH 5 1,500.00$ $7,500.00 59 2504.602 8" GATE VALVE & BOX EACH 2 2,000.00$ $4,000.00 60 2504.603 6" WATERMAIN DUCTILE IRON CL 52 L F 105 50.00$ $5,250.00 61 2504.603 8" WATERMAIN DUCTILE IRON CL 52 L F 450 55.00$ $24,750.00 62 2504.603 12" WATERMAIN DUCTILE IRON CL 52 L F 1155 62.00$ $71,610.00 63 2504.603 16" WATERMAIN DUCTILE IRON CL 50 L F 1135 75.00$ $85,125.00 64 2504.604 4" POLYSTYRENE INSULATION S Y 100 40.00$ $4,000.00 65 2504.608 DUCTILE IRON FITTINGS LB 2942 5.00$ $14,710.00 66 2550.502 FIBEROPTIC SPLICE VAULT EACH 2 1,000.00$ $2,000.00 67 2550.503 2" NON-METALLIC CONDUIT L F 1200 5.00$ $6,000.00 Total Schedule C. Watermain Improvements $260,695.00 Schedule D. Storm Sewer IMPROVEMENTS 68 2501.502 15" RC PIPE APRON EACH 2 1,000.00$ $2,000.00 69 2501.502 18" RC PIPE APRON EACH 1 1,200.00$ $1,200.00 70 2501.502 21" RC PIPE APRON EACH 1 4,000.00$ $4,000.00 71 2502.503 4" PERF PE PIPE DRAIN L F 300 9.50$ $2,850.00 72 2503.503 15" RC PIPE SEWER DES 3006 CL V L F 1367 45.00$ $61,515.00 73 2503.503 18" RC PIPE SEWER DES 3006 CL V L F 367 51.00$ $18,717.00 Alcon Excavating Inc Max Steininger, Inc. Unit Price Total Price Unit Price Total Price $720.00 $720.00 $1,601.94 $1,601.94 $12.00 $240.00 $6.41 $128.20 $27.70 $2,770.00 $22.43 $2,243.00 $1,400.00 $5,600.00 $2,402.92 $9,611.68 $4,290.00 $21,450.00 $4,117.00 $20,585.00 $1,305.00 $1,305.00 $1,601.94 $1,601.94 $1,660.00 $8,300.00 $1,548.54 $7,742.70 $2,270.00 $4,540.00 $2,029.12 $4,058.24 $51.00 $5,355.00 $45.39 $4,765.95 $46.00 $20,700.00 $54.20 $24,390.00 $123.00 $142,065.00 $73.96 $85,423.80 $150.00 $170,250.00 $86.51 $98,188.85 $40.00 $4,000.00 $37.38 $3,738.00 $12.00 $35,304.00 $9.88 $29,066.96 $280.00 $560.00 $4,159.72 $8,319.44 $6.95 $8,340.00 $11.48 $13,776.00 $431,499.00 $315,241.70 $2,604.00 $5,208.00 $1,399.14 $2,798.28 $2,480.00 $2,480.00 $1,289.45 $1,289.45 $2,730.00 $2,730.00 $5,297.19 $5,297.19 $14.50 $4,350.00 $19.55 $5,865.00 $41.30 $56,457.10 $57.60 $78,739.20 $44.00 $16,148.00 $54.39 $19,961.13 Bid Tabulation Autumn Path Street and Utility Improvement Project City of Rosemount Project No. 2019-07 Bid Opening: Thursday, April 2, 2020 at 9:00 am local time WSB Project No. 013594-000 DENOTES CORRECTED FIGURE Engineer's Estimate Line No. Material No,Item Units Quantity Unit Price Total Price 74 2503.503 21" RC PIPE SEWER DES 3006 CL III L F 107 60.00$ $6,420.00 75 2503.503 24" RC PIPE SEWER DES 3006 CL III L F 274 65.00$ $17,810.00 76 2503.503 33" RC PIPE SEWER DES 3006 CL III L F 97 80.00$ $7,760.00 77 2503.602 CONNECT TO EXISTING STORM SEWER EACH 1 1,500.00$ $1,500.00 78 2503.602 CONNECT INTO EXISTING DRAINAGE STRUCTURE EACH 1 2,500.00$ $2,500.00 79 2506.502 CONST DRAINAGE STRUCTURE DESIGN SPEC 1 EACH 5 2,200.00$ $11,000.00 80 2506.502 CASTING ASSEMBLY EACH 16 800.00$ $12,800.00 81 2506.503 CONST DRAINAGE STRUCTURE DES 48-4020 L F 47 400.00$ $18,800.00 82 2506.503 CONST DRAINAGE STRUCTURE DES 60-4020 L F 34 600.00$ $20,400.00 83 2506.503 CONST DRAINAGE STRUCTURE DES 84-4020 L F 9 1,000.00$ $9,000.00 84 2511.507 RANDOM RIPRAP CLASS III C Y 22 120.00$ $2,640.00 85 2511.507 RANDOM RIPRAP CLASS III (GROUTED)C Y 6 160.00$ $960.00 $201,872.00 $1,086,102.20 $67,024.00 $260,695.00 $201,872.00 $1,615,693.20 I hereby certify that this is an exact reproduction of bids received. Certified By: License No. 19574 Date: April 2, 2020 GRAND TOTAL BID Total Schedule D. Storm Sewer Improvements TOTAL SCHEDULE A TOTAL SCHEDULE B TOTAL SCHEDULE C TOTAL SCHEDULE D Alcon Excavating Inc Max Steininger, Inc. Unit Price Total Price Unit Price Total Price $50.30 $5,382.10 $69.05 $7,388.35 $58.00 $15,892.00 $113.97 $31,227.78 $95.00 $9,215.00 $170.67 $16,554.99 $575.00 $575.00 $847.95 $847.95 $1,100.00 $1,100.00 $2,378.38 $2,378.38 $2,125.00 $10,625.00 $2,487.16 $12,435.80 $810.00 $12,960.00 $803.66 $12,858.56 $570.00 $26,790.00 $764.71 $35,941.37 $608.00 $20,672.00 $707.82 $24,065.88 $950.00 $8,550.00 $1,201.55 $10,813.95 $55.90 $1,229.80 $123.85 $2,724.70 $270.00 $1,620.00 $495.88 $2,975.28 $201,984.00 $274,163.24 $1,043,571.70 $1,134,139.55 $71,581.05 $65,924.51 $431,499.00 $315,241.70 $201,984.00 $274,163.24 $1,748,635.75 $1,789,469.00 1 Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024 (Drafted by & when filed return to: Magellan Pipeline Company, L.P., P. O. Box 22186, MD 27-2 (S. Guthrie), Tulsa, Oklahoma 74121-2186, 918/574-7350.) ENCROACHMENT AGREEMENT This Encroachment Agreement ("Agreement") is made and entered into by and between Magellan Pipeline Company, L.P., a Delaware limited partnership, whose address is P.O. Box 22186, Tulsa, Oklahoma, 74121-2186, (hereinafter called "Magellan"), and the City of Rosemount, a municipal corporation, whose mailing address is 2875 145th Street West, Rosemount, MN 55068 its successors, assigns and grantees (hereinafter called “City”). WITNESSETH: WHEREAS, City represents and warrants that City owns the right to construct a road and storm sewer on all the certain land (hereinafter “Subject Land”), described on attached Exhibit “A” and made a part hereof; and WHEREAS, Magellan is the owner of certain pipelines, pipeline facilities and appurtenances (hereinafter referred to as the "Magellan Facilities") and easement rights therefor, (hereinafter referred to as the "Easement", whether or not rights were granted in one or more documents or acquired by operation of law). For purposes of this Agreement only, “Magellan’s Easement Tract” shall be considered to be any area within Fifty (50) feet of any Magellan Facilities, unless a different right of way tract width is specifically described in the Easement, in which case such specified width shall define Magellan’s Easement Tract. The land referenced in the Easement includes a portion of the Northeast Quarter (NE¼) of Section 21, Township 115 North, Range 19 West; and the Northwest Quarter (NW¼) of Section 22, Township 115 North, Range 19 West, Dakota County, Minnesota, pursuant to those certain instruments recorded in the records of said county and state and described as follows: 1) Right of Way Agreement dated August 6, 1955, from Elizabeth Schuller in favor of Roseline Company (Magellan’s predecessor in title), its successors and assigns, and filed for record in Book 64 of Miscellaneous Records at Page 544 of the Dakota County Register of Deeds; and 2) Partial Release of Right of Way dated July 18, 1967, in favor of John Millard and Arlene Millard and filed for record in Book K of Miscellaneous Records, Page 240 of the Dakota County Register of Deeds; and 3) Right of Way Agreement dated August 20, 1955, from the Town of Rosemount in favor of Roseline Company (Magellan’s predecessor in title), its successors and assigns, and filed for record in Book 64 of Miscellaneous Records at Page 579 of the Dakota County Register of Deeds; and 2 Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024 4) Right of Way Agreement dated August 13, 1955, from C.R. McMenomy and Mary McMenomy, husband and wife, and A.T. McMenomy and Catherine McMenomy, husband and wife in favor of Roseline Company (Magellan’s predecessor in title), its successors and assigns, and filed for record in Book 64 of Miscellaneous Records at Page 546 of the Dakota County Register of Deeds; and WHEREAS, for the purposes of this Agreement an “Encroachment” is defined as any use of the land within Magellan’s Easement Tract by someone other than Magellan which could interfere with Magellan’s Easement rights or could create safety concerns related to Magellan’s Facilities as more fully described in Magellan’s General Encroachment Requirements as set forth in attached Exhibit “B” and incorporated herein by reference. Magellan does not permit or authorize any Encroachments unless specifically approved in a written agreement identifying all “Approved Encroachments”; and WHEREAS, City desires to obtain Magellan’s consent for one or more Encroachments on Magellan’s Easement Tract; NOW, THEREFORE, in consideration of the covenants and agreements herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, Magellan, subject to the following terms and provisions, hereby consents to the Encroachments listed below as “Approved Encroachments” described and limited pursuant to the following specified plan drawings, which were furnished by City to Magellan (“Plan Drawings”) and attached hereto as Exhibit “C”: 1) Autumn Path Street and Storm Sewer Plans, Sheet 18 of 41 by WSB, Inc. Project No. R- 013594-000 dated 1/31/2020 and revised 4/24/2020; 2) Autumn Path Pipeline Crossing, Sheet 1 by WSB, Inc. Project No. R-013594-000 dated 4/24/2020; 3) Autumn Path Typical Sections, Sheet 4 of 35 by WSB, Inc. Project No. R-013594-000 dated 1/31/2020; TERMS AND PROVISIONS 1. Approved Encroachments. The Approved Encroachments, as further identified, described and limited in the Plan Drawings as set forth in Exhibit “C” are limited to the following: (a) Autumn Path at Pine Bend – Rosemount #3-10”, Line 6190, approximately ESN 128+43 – ESN 129+18 and Pine Bend – Rosemount #2-12”, Line 6415, approximately ESN 133+18 – ESN 133+93 (b)15” RCP Storm Sewer Installation at Pine Bend – Rosemount #3-10”, Line 6190, approximately ESN 128+43 and Pine Bend – Rosemount #2-12”, Line 6415, approximately ESN 133+18 Description of Encroachments: (a)Autumn Path at Pine Bend – Rosemount #3-10”, Line 6190, approximately ESN 128+43 –ESN 129+18 and Pine Bend – Rosemount #2-12”, Line 6415, approximately ESN 133+18 – ESN 133+93 Drawing Reference: Autumn Path Pipeline Crossing Owner will construct a public road with a sidewalk and trail on the Magellan Easement Tract and across Magellan’s Facilities (Pine Bend – Rosemount #3-10”, Line 6190, approximately ESN 128+43 – ESN 129+18 and Pine Bend – Rosemount #2-12”, Line 6415, approximately ESN 133+18 – ESN 133+93). The new roadway will consist of asphalt pavement and grading plans indicate that finish grade will leave approximately 5’ of cover on the Pine Bend – Bend Rosemount #3-10” to the top of the road surface. Sub-cuts of 12” will be allowed on the Magellan easement for the construction of the new roadway. Owner will maintain a minimum of 5’ of cover between Magellan’s Pine Bend #3-10” pipeline and finish grade. A Magellan representative is to be onsite during construction activities. Construction activities will be limited over the pipeline during installation activities. See “Other Considerations” for details. (b)15” RCP Storm Sewer Installation at Pine Bend – Rosemount #3-10”, Line 6190, approximately ESN 128+43 and Pine Bend – Rosemount #2-12”, Line 6415, approximately ESN 133+18 Drawing Reference: Autumn Path Street and Storm Sewer Plans, Sheet 18 of 41 Owner will construct a 15” RCP Storm Sewer Installation across the Magellan Easement Tract and above Magellan’s Facilities (15” RCP Storm Sewer Installation at Pine Bend – Rosemount #3-10”, Line 6190, approximately ESN 128+43 and Pine Bend – Rosemount #2-12”, Line 6415, approximately ESN 133+1). Current plans propose 2 feet of vertical separation and 5’ of cover. A minimum vertical separation of 2 feet between the bottom of the proposed 15” RCP Storm Sewer Installation and the top of the Magellan’s pipelines are required. If digging gets within 2 feet of the Magellan pipeline, hand digging is required. A Magellan representative is to be onsite during construction activities. Construction activity will be limited over the pipeline during installation activities. See “Other Considerations” for details. Other Considerations: Heavy Equipment Crossings 3 Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024 4 Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024 A minimum cover of five (5) feet shall be maintained for all equipment crossings over the Magellan pipelines. Tracked equipment and equipment exceeding the maximum wheel load of 80,000 lbs will not be allowed to cross the Magellan pipelines without further evaluation of the pipeline stresses. If equipment exceeding the maximum wheel load specified above will need to cross the pipelines, detailed information will need to be received in order to perform pipe stress calculations. The following information will need to be received to perform a more thorough analysis of wheeled vehicles: loaded vehicle weight, number of axles on the front and rear, and weight distribution between the front and rear axles. For equipment on tracks, the following information is needed: loaded vehicle weight, length of track in contact with the ground, and track width. Recommended Action: No pipeline adjustment is necessary. If digging gets within 2 feet of the Magellan pipeline, hand digging is required. An encroachment agreement will need to be executed prior to allowing work over or across the Magellan Easement Tract. A company representative will need to be present during construction of the proposed improvements to confirm minimum clearance and depth of cover requirements have been met and that the existing Magellan pipelines are not damaged. The contractor will need to contact a company representative a minimum of two (2) weeks prior to commencing any construction activities over or across Magellan’s Easement Tract in order to allow appropriate field supervision to be present during construction. Short form agreements may need to be filled out for information purposes only to capture pipeline stationing for the locations of the encroachments. Pipeline maintenance forms will need to be filled out for activities that will expose the pipeline (i.e. utility crossings) to document minimum clearances and other pipe conditions. Magellan field personnel will need to submit proper documentation (pipeline maintenance forms or short form encroachment agreements) to Tulsa within 30 days of the encroachment installation. 2. No Other Encroachments. Except for the Approved Encroachments as allowed by this Agreement, City shall not create, erect, place or construct any other Encroachment on, above or below the surface of the ground on Magellan’s Easement Tract, or change the grade or elevation of the ground surface within Magellan’s Easement Tract or at any time plant or allow any trees thereon or cause or permit any of these to be done by others, without the express prior written permission of Magellan. 3. Magellan On-Site Representative. Exclusive of Saturday, Sunday, and legal holidays, City shall notify Magellan a minimum of 48 hours in advance of any Encroachment activities on Magellan’s Easement Tract so that Magellan may arrange to have a representative present. At Magellan's option and at City's sole cost and expense, Magellan's representative may be on site during all Encroachment activities over or within ten feet (10') of the Magellan 5 Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024 Facilities to confirm that no damage occurs to the Magellan Facilities. The presence of Magellan's representative or any verbal instructions given by such representative shall not relieve City of any liability under the Easement or this Agreement, and will not change the terms of the Easement or this Agreement, which may only be changed by written agreement by authorized representatives of City and Magellan. If pipeline, coating, cathodic protection and/or any other repair of Magellan Facilities is required by Magellan or if the safety of the Magellan Facilities is jeopardized, in Magellan’s sole judgment, City shall stop all construction activities on Magellan’s Easement Tract until said repairs are completed or until any unsafe construction practices are resolved to the satisfaction of Magellan’s on-site representative. Written notification of such construction activity shall be made to MAGELLAN PIPELINE COMPANY, Bruce Krech, Damage Prevention Officer of Maintenance, (612) 257-4726, bruce.krech@magellanlp.com or such other representative of Magellan, which Magellan may from time to time designate. 4. Protection of Magellan Facilities. City shall protect the Magellan Facilities if excavating and backfilling become necessary within Magellan’s Easement Tract. If excavating within 2 feet of any Magellan pipeline or when otherwise deemed necessary by Magellan’s on-site representative, City shall perform any necessary digging or excavation operations by hand digging. City shall reimburse Magellan for all costs of having a representative of Magellan on-site during construction activities related to the Approved Encroachments. 5. Breach. If either City or Magellan breaches this Agreement and the non-breaching party commences litigation to enforce any provisions of this Agreement, the reasonable cost of attorneys' fees and expenses will be payable to the non-breaching party by the breaching party upon demand, for all claims upon which the non-breaching party prevails. 6. Insurance. City shall procure or cause its contractors and subcontractors to procure and maintain in force throughout the entire term of this Agreement insurance coverage described below with insurance companies acceptable to Magellan for work performed related to the construction of the Approved Encroachments. All costs and deductible amounts will be the responsibility and obligation of the City or its contractors and subcontractors. Prior to commencing any activities related to the construction of the Approved Encroachments, the City must deliver to Magellan certificate(s) of insurance, naming Magellan Midstream Partners, L.P. and its Affiliates as an additional insured. The limits set forth below are minimum limits and will not be construed to limit the City’s liability: (a) Workers' Compensation insurance complying with the laws of the State or States having jurisdiction over each employee and Employer's Liability insurance with limits of $1,000,000 per accident for bodily injury or disease. (b) Commercial General Liability insurance on an occurrence form with a combined single limit of $5,000,000 each occurrence; and for project specific, an annual aggregate of $5,000,000. Coverage must include premises/operations, products/completed operations, 6 Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024 and sudden and accidental pollution. Magellan Midstream Partners, L.P. and its Affiliates (hereinafter defined), and its and their respective directors, officers, partners, members, shareholders, employees, agents, and contractors shall be included as additional insureds. The term “Affiliate(s)” as used herein means, with respect to Magellan Midstream Partners, L.P., any individual, corporation, partnership, limited partnership, limited liability company, limited liability partnership, firm, association, joint stock company, trust, unincorporated organization, governmental body, or other entity (collectively, a “Person”) that directly, or indirectly, through one or more intermediaries, controls, or is controlled by, or is under common control with Magellan Midstream Partners, L.P. The term “control” (including the terms “controlled by” and “under common control with”), as used in the previous sentence means the possession, directly or indirectly, of the power to direct or cause the direction of the management and policies of Magellan Midstream Partners, L.P. or such Person, as applicable, whether through ownership of voting stock, ownership interest or securities, by contract, agreement or otherwise. (c) The Sudden and Accidental Pollution can be a separate, stand alone policy, but must still meet the $5,000,000 minimum limit requirement. If the coverage is written on a claims- made policy form, the coverage must be maintained for two (2) years following completion of the work activities related to the Approved Encroachments. (d) In each of the above policies, the City or its contractors and subcontractors agree to waive and will require its insurers to waive any rights of subrogation or recovery either may have against Magellan and its affiliated companies. (e) Regardless of the insurance requirements above, the insolvency, bankruptcy, or failure of any such insurance company providing insurance for the City or its contractors and subcontractors, or the failure of any such insurance company to pay claims that occur, such requirements, insolvency, bankruptcy or failure will not be held to waive any of the provisions hereof. (f) In the event of a loss or claim arising out of or in connection with the construction of the Approved Encroachments, the City agrees, upon request of Magellan, to submit a certified copy of its insurance policies for inspection by Magellan. (g) The City shall require all of its contractors and subcontractors for work related to the construction of the Approved Encroachments to provide adequate insurance coverage, all to be endorsed with the Waiver of Subrogation wording referenced in Section (d) above; any deficiency in the coverage, policy limits, or endorsements of said contractors and subcontractors, shall be the sole responsibility of the City. 7. Indemnification. City will indemnify, save, and hold harmless Magellan, its affiliated companies, directors, officers, partners, employees, agents and contractors from any and all 7 Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024 environmental and non-environmental liabilities, losses, costs, damages, expenses, fees (including reasonable attorneys’ fees), fines, penalties, claims, demands, causes of action, proceedings (including administrative proceedings), judgments, decrees and orders resulting from City’s breach of this Agreement or caused by or as a result of the construction, use, maintenance, existence or removal of the Approved Encroachments and Other Encroachments located on the Magellan Easement Tract. The presence of Magellan’s representative or any instructions given by such representative will not relieve City of any liability under this Agreement, except to the extent that such liability results from Magellan’s or its representative’s gross negligence or willful misconduct. 8. Damage or Loss. City covenants that: (a) If at any time, in the sole opinion of Magellan, it becomes necessary for Magellan, to cross, occupy, utilize, move or remove all or portions of the Approved Encroachments placed on Magellan’s Easement Tract or constructed pursuant to this Agreement, for any purpose, including but not limited to surveying, constructing new facilities, maintaining, inspecting, operating, protecting, repairing, replacing, removing or changing the size of a pipeline(s) and appurtenances on Magellan’s Easement Tract and such activities by Magellan result in damage to or destruction of the Approved Encroachments, then repair, replacement or restoration of such Approved Encroachments shall be at the sole cost and responsibility of City. (b) If at any time, any encroachments belonging to or permitted by City which are not authorized by this or another written agreement (“Other Encroachments”) are found to be on Magellan’s Easement Tract, Magellan may at any time request City to remove such Other Encroachments, and if City refuses or fails to do so within a reasonable time, Magellan’s may remove them from Magellan’s Easement Tract to a location off of Magellan’s Easement Tract at City’s expense, unless they are allowed to remain by a written agreement between Magellan and City. Should such removal activities by Magellan result in damage to or destruction of the Other Encroachments, then repair, replacement or restoration of such Other Encroachments shall be at the sole cost and responsibility of City, and such Other Encroachments may not be repaired, replaced or rebuilt on Magellan’s Easement Tract without a written agreement between Magellan and City. (c) If during the exercise of the rights granted by the Easement or by this Agreement, the Approved Encroachments and Other Encroachments, if any, are damaged, destroyed or suffer loss of value, City agrees to release Magellan, its affiliates, and its and their respective directors, officers, members, partners, shareholders, employees, agents and contractors from and against any and all liabilities, and damages or losses which may arise as a result of the damage to or loss of use of the Approved Encroachments and 8 Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024 Other Encroachments, if any, caused by Magellan, its employees, agents and contractors. 9. Magellan Rights. Magellan and City agree that the existence of the Approved Encroachments or this Agreement does not constitute a waiver of Magellan’s rights under the Easement. Magellan hereby reserves and City hereby grants and confirms all of Magellan’s rights, title and estate as set forth in the Easement. 10. The terms and conditions of this Agreement will constitute covenants running with the land and be binding upon and inure to the benefit of the parties hereto, their successors, assigns and grantees. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one instrument. This Agreement shall become effective upon its complete execution by the parties hereto. IN WITNESS WHEREOF, the parties have set their hands on the dates expressed below. MAGELLAN PIPELINE COMPANY, L.P. By Its General Partner, Magellan Pipeline GP, LLC By Its Undersigned Authorized Signatory: By: Name: Date: CITY OF ROSEMOUNT, a Minnesota municipal corporation _______________________________ By: Its: Mayor _______________________________ By: Its: City Clerk 9 Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024 STATE OF OKLAHOMA ) ) SS COUNTY OF TULSA ) Before me, the undersigned, a Notary Public in and for the county and state aforesaid, on this _____day of _____________, 2020 personally appeared_______________________, to me personally known to be the Authorized Signatory for MAGELLAN PIPELINE GP, LLC, a Delaware limited liability company, who being duly sworn did acknowledge to me that he/she executed the foregoing instrument on behalf of said limited liability company as the free and voluntary act and deed, for the uses, purposes and consideration therein set forth. Witness my hand and official seal. ____________________________________ Notary Public My commission expires: ____________________ STATE OF ) ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this ___ day of ______________ 2020, by _____________________ and _____________________, the Mayor and Clerk of the City of Rosemount, a Minnesota municipal corporation, on behalf of the municipal corporation. Witness my hand and official seal. Notary Public My Commission Expires: 10 Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024 EXHIBIT “A” SUBJECT LAND The Northeast Quarter (NE¼) of Section 21, Township 115 North, Range 19 West; and the Northwest Quarter (NW¼) of Section 22, Township 115 North, Range 19 West, Dakota County, Minnesota DAKOTA C OUNTY, MINNESOTA 4 Real Estate Rep: Date: Adrian Reents(918) 574-7000 02-21-2020 Drawn By:Adam Kilgore 0 230 460 690115 Feet This copy is no t a survey and has been furnished byMagellan Pip elin e Comp an y, L.P. (Magellan) forinformation as to approximate locations only of anypipelines or other facilities shown thereon. Magellandisclaims any rep resen tations as to accuracy orcompleteness o f th e inform ation depicted on thiscopy and m akes n o warranties regarding accuracyor co mpleten ess o f such in formation depictedhereon. Actu al lo cations o f pipelines and facilitiesmust b e d etermined o n-site through timely contactwith the app ro priate On e C all agency - Call 811 -an d coord ination with Mag ellan. Excavation,grad ing, con structio n and/o r vehicle traffic in thevicinity of the pipelin e(s) and facilities shown onthis copy are proh ibited w itho ut written permissionfrom Magellan o r o ther ow ners of pipelines orfacilities depicted hereon. Legend Magellan Pipeline (Approx. Location) Design for Construction of Road County Section Local F ield Rep:Bruce Krech(612) 257-4726 For Actual Pipeline LocationContact Local Field Rep. MPL Project #:20-024 Section 21T115N - R19W Section 22T115N - R19W Section 16 - T115N - R19W Dakota County, MN Bon a ire P at h W (1 32n d St W)Avila AveAulden Ave Autumn PathP in e B e n d - R o s e m o u n t #2 -1 2 "P in e B e n d - R o s e m o u n t #3 -1 0 " EXHIBIT “B” TO ENCROACHMENT AGREEMENT, 1 of 4 General Encroachment Requirements – (L.P.– 1/1/07) MAGELLAN PIPELINE COMPANY, L.P. General Encroachment Requirements A. GENERAL - These requirements define the minimum standards of practice for encroachments by a landowner (including any developer, business entity, utility company or individual working for, or on behalf of, or with permission of landowner) (herein referred to collectively as “Owner”) to pipeline corridors and rights of way (“Magellan’s Easement Tract”) owned or operated by Magellan Pipeline Company, L.P. (“Magellan”). Upon written request by Owner to Magellan, a copy of these minimum requirements shall be provided to any developer, business entity, utility company or individual working on behalf of Owner or with the permission of Owner within Magellan’s Easement Tract. Specific circumstances may require additional precautions or more stringent methods in order to protect the integrity of Magellan’s pipelines and facilities. Magellan’s Easement Tract for purposes of these General Encroachment Requirements shall be considered to be any area within fifty (50) feet of any Magellan pipeline or other Magellan-owned or operated facility unless a different right of way width is specified by one or more recorded right of way or easement documents (herein collectively called “Easement”, whether one or more), in which case such specified width shall define Magellan’s Easement Tract. 1. Encroachment Definition. An “encroachment” is any use of the land within Magellan’s Easement Tract which could interfere with Magellan’s Easement rights or which could create safety concerns for Magellan pipelines and/or facilities located on Magellan’s Easement Tract. Encroachments include, but are not limited to: structures, fixtures, personal property, landscaping, foreign utilities, foreign pipelines, roadways, railroads, waterway crossings, water impoundments, walls, heavy equipment and heavy loads on Magellan’s Easement Tract, and also any excavation, digging, drilling, tunneling and addition, removal or disturbance of soil or subsoil within Magellan’s Easement Tract. 2. Magellan Representative Required On-Site. Magellan pipeline systems operate at high pressures, and for safety reasons, Magellan requires its company representatives to be on-site while Owner is excavating or performing other activities which could endanger the Magellan pipelines or other facilities on Magellan’s Easement Tract. For other activities of the Owner on the Magellan Easement Tract, the Magellan field representative shall determine whether Magellan’s continuous presence or periodic monitoring of encroachment activities will be required and shall inform the Owner. A Magellan representative will be made available upon 48 hours notice (exclusive of weekends and holidays) to determine the location and approximate depth of any Magellan pipelines. No excavation shall be commenced without prior written approval from Magellan and verification by Magellan of the location and approximate depth of its pipelines. 3. Magellan’s Facilities. Magellan’s facilities include, but are not limited to, Easement, rights of way, pipelines, meter and valve sites, aboveground piping manifolds and cathodic protection systems. 4. Land Use Change - Notification. The landowner and tenant, if any, must notify Magellan at any and every time when the land use will be changed for land on or adjacent to Magellan’s Easement Tract. Examples of such land use changes are: • Change from pasture to cultivation • Change in depth of tilling (e.g. plowing deeper or deep-breaking the land) • Change in that terraces will be cut or re-cut • Change from agricultural use to residential, commercial or industrial use. • Change from residential to commercial or from commercial to industrial. 5. Governmental Regulations and Industry Guidelines. Owner must comply with all applicable laws and regulations, as well as Magellan’s policies as expressed herein. Owner is also hereby referred to the Common Ground Alliance Best Practices which can be found on the web site: www.commongroundalliance.com (See “Program Information” / “Best Practices”) and which is available from Common Ground Alliance in booklet form for easy reference. Best Practices addresses the most common issues for damage prevention for an encroaching party, including, among others: Planning and Design; One- Call Center; Locating and Marking; Excavation; and Mapping. In the even of a conflict between laws and regulations, Magellan’s policies and the Common Ground Alliance Best Practices, the following priority shall govern encroachments on Magellan’s Easement Tract: 1st -- laws and regulations; 2nd -- Magellan policies; and 3rd -- Common Ground Alliance Best Practices. B. MAGELLAN RIGHT OF WAY PRACTICE 1. Personal Property and Fixtures To Be Kept Off of Magellan’s Easement Tract. In order to keep Magellan rights of way clear for operations, maintenance, inspection and emergency access, personal property and fixtures shall not be placed, stored or maintained on Magellan’s Easement Tract. Personal property and fixtures include, but are not limited to, storage sheds, automobiles, trailers, mobile homes, above-ground swimming pools, business equipment, product inventory, scrap metal, boulders, large rocks, debris, junk and piles of materials. 2. Encroachments Subject to Being Cleared from Magellan’s Easement Tract. Subject to the terms of its Easement (including right of way agreement[s] and other written agreements) , Magellan may keep Magellan’s Easement Tract clear of items that may hinder the exercise of Magellan’s rights to construct, operate, inspect, maintain, repair and access its pipelines and other facilities. Clearing of the Magellan’s Easement Tract shall include, but not be limited to the following: removal of trees, brush, crops, other vegetation and non-permitted encroachments located on or overhanging all or part of any Magellan’s Easement Tract. Trees or other vegetation overhanging Magellan’s Easement Tract may be side-trimmed. C. ENCROACHMENT PLANNING 1. Plan Review Required by Magellan. For any encroachment, Magellan must be provided project plans to review and approve, prior to the encroachment occurring, for purposes of damage prevention. 2. Submission of Complete Plans. Owner must submit complete plans to Magellan for review. Incomplete plans could delay Magellan’s engineering impact study and insufficient information could result in increased costs. Plans must include: • A plan view of the project with the pipeline(s) location included. • An illustration in profile of the existing surface elevations, the proposed surface elevations and the elevation of the Magellan pipeline(s). • A comprehensive utility /structure /grading plan depicting the relationship to the pipeline(s). • A proper legal description of the project location. • Complete landscaping plans. • Complete plans for backfilling and compaction of backfill material. 3. Plans Must Show Magellan’s Easement Tract, Pipelines and Facilities. All construction plans (prints) showing lands where all or any part of Magellan’s Easement Tract, any Magellan pipeline or facility is located must contain the following: • Location and depth of all Magellan pipelines and facilities • The width of Magellan’s Easement Tract • A standard warning statement conspicuously displayed containing the following language: WARNING HIGH-PRESSURE PIPELINE(S) Excavation and/or Construction Prohibited Without compliance with State One-Call AND Without Written Permission From MAGELLAN PIPELINE COMPANY, L.P. 4. Written Encroachment Agreement Required. A written, fully executed Encroachment Agreement must be in place between Magellan and Owner before Owner commences work on any encroachment. 5. Costs. Unless otherwise agreed in writing, all costs to Magellan that result from any encroachment should be paid by Owner. Such costs shall include, but not be limited to: modification, replacement, lowering, and protection of pipelines, including engineering evaluation and design, field labor and real estate research and document preparation and handling, 6. Pipeline Integrity Inspection. Prior to the installation of any structure, parking lot, roadway or other facility which might interfere with or hinder Magellan’s inspection of any pipeline or facility, Magellan will perform an integrity review of its pipeline and any other assets which may be affected by the proposed structure, parking lot, roadway or other encroaching facility in order to determine that Magellan’s assets comply with integrity requirements and to allow Magellan to make any needed changes prior to construction of any encroachments. 7. Soil On Magellan’s Easement Tract -- Removing and Adding. No soil shall be removed from or added to Magellan’s Easement Tract without written authorization from Magellan. Any soil added must be clean (without contaminants, trash or debris) fill dirt and must be limited in amount so that the resulting cover (vertical distance from the surface of the land to the top of Magellan’s pipeline) is not greater than eight feet (8’). 8. Erosion Control Materials. Erosion-control materials may be allowed on Magellan’s Easement Tract for temporary periods of construction and restoration. 9. Proof of Title to Property. Magellan may require Owner to provide proof of current ownership of the land where the proposed encroachment is to be located. Such proof may be in the form of a Title Commitment, Title Policy, or a copy of a recorded Warranty Deed. 10. Subdivision Plat. Magellan requires a copy of the Subdivision Plat, if applicable. If the plat has been recorded, Magellan requires a copy indicating the book and the page of the recording. 11. Location and Approximate Depth of Pipelines. A Magellan representative is normally available with 48 hours notice (exclusive of weekends and holidays) to determine the location and approximate depth of the pipeline(s). Determining actual depths of pipelines may require pot- holing or hand-digging by, and at the expense of Owner in the presence of an authorized Magellan representative. No excavation on Magellan’s Easement Tract shall take place without approval by Magellan. 12. Vertical Separation Between Magellan Pipeline or Facility and an Encroaching Object or Structure. Vertical separation is defined in this document as the vertical distance between the outermost part of a Magellan pipeline, facility or appurtenance (for example, the outside of the pipe [for uncased pipe] or the outside of the pipe casing [for cased pipe]) and the outermost part of the encroaching object (for example, the outside of the encroaching pipeline or the outside of its conduit). 13. Construction Equipment Information. Owner shall provide to Magellan information as to the type, size, and weight of construction equipment that will be used over or in the vicinity of the pipeline(s). D. ENCROACHMENT DESIGN REQUIREMENTS & STANDARDS 1. Risk of Loss and Damage. Owner shall bear the risk of loss, damage and/or destruction to any structure, fence, landscaping or improvement placed within the boundaries of Magellan’s Easement Tract and shall hold Magellan harmless Page 1 of 17 Page 2 of 17 Page 3 of 17 Page 4 of 17 Page 5 of 17 EXHIBIT “B” TO ENCROACHMENT AGREEMENT, 2 of 4 General Encroachment Requirements – (L.P.– 1/1/07) for damages, destruction of structures and for any consequential damages which may arise out of Magellan or its designees exercising Magellan’s Easement rights or which may arise out of accessing Magellan’s Easement Tract, pipelines or facilities. 2. Buildings, Structures and Fences. a. Buildings and Structures. No buildings, houses, barns, garages, patios, playhouses, sheds, septic systems or drain fields, swimming pools (above-ground or below-ground), reinforced concrete slabs or other similar structures will be permitted on the Magellan’s Easement Tract. b. Septic System not permitted. No septic-system, including any lateral lines will be permitted on Magellan’s Easement Tract. c. Retaining Walls. Retaining walls are not permitted on Magellan’s Easement Tract. d. Fences. No fence shall be constructed or maintained on Magellan’s Easement Tract without a written agreement. e. Requirements for Fences. If fencing on Magellan’s Easement Tract is authorized by a written agreement with Magellan, the fencing must comply with the following: 1) Not Parallel to Pipeline. No fence shall be allowed to be constructed parallel closer than 10 feet to any Magellan pipeline, within the boundaries of Magellan’s Easement Tract. 2) Fence Posts Location. No fence posts will be allowed to be within five (5) feet of any Magellan pipeline or facility. 3) Gates Required. Magellan may require any fence constructed within the boundaries of Magellan’s Easement Tract to have gates of such size and suitability as is necessary or convenient for Magellan to access its pipelines and/or facilities for its operations, including inspections, at each point where the fence crosses a Magellan pipeline or facility boundary. Magellan shall be allowed to put a Magellan lock on such gates, which will allow access to Magellan’s Easement Tract and/or facilities through such gates. 4) Angle of Fence Crossing. It is preferred that fence crossings be as close to 90 degrees as possible. 3. Landscaping, Elevation Changes and Water. a. Landscaping Definition. Landscaping shall include, but not be limited to, trees, shrubs, underground irrigation or sprinkler systems, sidewalks or other paths, retaining walls, terraces or other land grade changes, within Magellan’s Easement Tract. b. General Landscaping Requirements. The following are the general rules for landscaping on Magellan’s Easement Tract: 1)Written Approval. Landscaping proposed to be done on Magellan’s Easement Tract must be approved by Magellan in a written encroachment agreement. Among other terms, the encroachment agreement will release Magellan from any liability for damages to the landscaping from the exercise of Magellan’s Easement rights. 2) Trees Not Permitted. Trees are not permitted on Magellan’s Easement Tract. 3) Shrubs. Shrubs exceeding 3 feet in height and/or obstructing the view of any Magellan pipeline marker posts are not permitted on Magellan’s Easement Tract. 4) Irrigation Systems, Field Drain Lines, and Sidewalks. Irrigation systems, field drain lines and sidewalks that are to cross a Magellan pipeline must cross such pipeline at an angle as close to 90 degrees as possible, but in no event at an angle less than 45 degrees and must comply with other applicable provisions of this document. c. No Water Bodies on Magellan’s Easement Tract. Retention of water, including but not limited to, Livestock ponds, lakes, retention ponds, or wetlands may not be constructed or formed on Magellan’s Easement Tract. d. Surface Grade and Elevation Changes. Surface grade or elevation changes must be reviewed and approved in writing by Magellan. 4. Foreign Pipeline & Utility Crossings. No foreign pipelines or utility lines of any type shall be allowed to be constructed parallel to any Magellan pipeline within the boundaries of Magellan’s Easement Tract. a. Minimum Angle for Pipeline/Utility Crossing. Any foreign pipeline or utility that is proposed to cross a Magellan pipeline must cross the Magellan pipeline at an angle as close to 90 degrees as possible, but in no event at an angle less than 45 degrees. b. Vertical Separation Requirements for Crossing. Foreign pipeline(s), utilities (except high- voltage lines – see below) or flow lines should cross Magellan pipeline(s) with at least 24 inches of vertical separation. Special written authorization must be given in the event vertical separation is less than that specified in these General Encroachment Requirements. The preferred method for a foreign pipeline or utility to cross a Magellan pipeline is to cross below the Magellan pipeline. c. Warning Tape Required. When any foreign pipeline or utility line is proposed to cross a Magellan pipeline, Owner must place 6” wide McMaster-Carr No. 8288T12 or equal within Magellan’s Easement Tract in the following manner: 1) The tape must be placed directly over (parallel to) and at least 15 inches above the foreign line for the entire distance that it occupies Magellan’s Easement Tract. Additionally, the tape must be placed directly over (parallel to) and at least 15 inches above each Magellan pipeline that is crossed for a minimum distance which is the greater of: (a) a minimum distance of 20 feet on each side of the Magellan pipeline, or (b) across the entire width of Magellan’s Easement Tract 2) The placement of warning tape on each side of Magellan pipeline(s) will not be required for utility cables that are installed using the directional drill or jacking method. d. Crossings By Metal Pipelines or Conduits. Metallic pipe crossing Magellan pipeline(s) may require Magellan to perform a cathodic protection interference survey. If interference with Magellan’s cathodic protection system is detected and remediation is necessary, Owner agrees to cooperate with Magellan and to make necessary adjustments in Owner’s interfering metallic pipe or other remediation to correct such interference problem insure that the Magellan cathodic protection system is operating properly. e. Crossing Requirements. Electrical, fiber optic, local service communication, long distance carrier telephone, and utility cables should cross Magellan pipeline(s) with a minimum of 24-inches of vertical separation. All such lines must be covered with a Concrete Slab for the full width of the Easement Tract, if requested by Magellan. If such lines have an exposed concentric neutral, a test point from the ground wire shall be installed by the power company. f. Crossing Requirements For Lines Going Over a Magellan Pipeline. In the event the electrical, fiber optic, local service communication, long distance carrier telephone, and utility cables cable crosses over a Magellan pipeline, such line shall be encased in red concrete across the full width of Magellan’s Easement Tract, unless a variance is granted by Magellan, as set forth below. g. Written Authorization for Variance. Owner must have written authorization from Magellan for any variance from the vertical separation requirements listed above and/or for any variance from the requirement for encasement of high-voltage electrical lines in red concrete. h. Utility Poles and Guy Anchors. Utility poles and guy anchors shall not be placed on Magellan’s Easement Tract without a written agreement. With a written agreement, poles and anchors may be placed no closer than 20 feet to any Magellan pipeline. Poles shall not be allowed to run parallel to a Magellan pipeline within the Magellan Easement Tract. i. Directional Drilling / Boring. 1) Prior to commencing any horizontal directional drilling, Owner shall submit plans showing procedure and material descriptions for Magellan’s approval. The plans and description shall include, but not be limited to the following: • Profile and plan showing location of entry and exit points • Work space required to perform the work • Mud containment and disposal sites 2) Owner shall positively locate and stake the location of Magellan’s existing pipelines and other underground facilities, including exposing any facilities located within 10 feet of the designed drilled path. Prior to commencing drilling operations, Owner shall modify drilling practices and down-hole assemblies to prevent damage to Magellan’s existing pipelines and other facilities. Owner shall be responsible for losses and repairs occasioned by damage all Magellan pipelines and other facilities resulting from drilling or boring operations. 3) At all times, Owner shall provide and maintain instrumentation to document and accurately locate the pilot hole and the drill bit, to measure drill-string axial and torsional loads, and to measure drilling fluid discharge rate and pressure. At Magellan’s request, Owner shall promptly provide Magellan with reasonable access to information and readings provided by these instruments, including copies of any written documentation. 4) Pilot Hole. • The pilot hole shall be drilled along the path shown in the plan and profile drawings. No pilot hole shall be made that will result in any of the encroaching utility being installed in violation of laws and regulations or of Magellan’s requirements described herein. However, safety for any adjacent utilities and/or structures is of utmost importance. Therefore, the listing of separation distances or tolerances herein does not relieve Owner from responsibility for safe operations or for damage to adjacent utilities and structures. • If tolerances are not specified in the plan and profile drawings, the pilot hole shall have the following tolerances: • Elevation of +0 feet and -15 feet • Alignment of +/-20 feet as long as it does not come to within 10 feet of Magellan’s pipeline • Initial penetration of ground surface at exact location shown in the plan and profile drawings • Final penetration of the ground surface within +/-10 feet of the alignment and within +30 feet and -0 feet of the length shown in the plan and profile drawings • Curves shall be drilled at a radius equal to or greater than that specified in the plan and profile drawings. The drilled radius will be calculated over any 3 joints (range 2 type drill pipe) segment using the following formula: Rdrilled = (Ldrilled/Aavg) x 180/π Where: Rdrilled =drilled radius over Ldrilled Ldrilled = length drilled; no less than 75 feet and no greater than 100 feet Aavg = total change in angle over Ldrilled • At the completion of the pilot- hole drilling, Owner shall provide to Magellan a tabulation of horizontal and vertical coordinates, referenced to the drilled entry point, which accurately describe the location of the pilot hole. 5) Drilling Fluids. •The composition of drilling fluids proposed for use shall comply with all applicable laws and regulations. • Owner is responsible for obtaining, transporting and storing any water required for drilling fluids. • Disposal of drilling fluids and drill cuttings shall be Owner’s responsibility and shall be conducted in compliance with applicable laws and regulations. Drilling fluid shall not be disposed of by placing fluids on or under the surface of Magellan’s Easement Tract. • Owner shall employ best efforts to maintain full annular circulation of drilling fluids. Drilling fluid returns at locations other than entry and exit points shall be minimized. If annular circulation is lost, Owner shall take steps to restore circulation. If inadvertent surface returns of drilling fluids occur, they shall be immediately contained with hand-placed barriers (e.g., hay bales, sand bags, silt fences, etc.) and collected using pumps as practical. If the amount of surface return is not great enough to allow practical collection, the affected area will be diluted with fresh water and the fluid will be allowed to dry and dissipate naturally. If Page 6 of 17 Page 7 of 17 Page 8 of 17 Page 9 of 17 Page 10 of 17 EXHIBIT “B” TO ENCROACHMENT AGREEMENT, 3 of 4 General Encroachment Requirements – (L.P.– 1/1/07) the amount of surface return exceeds that which can be contained with hand-placed barriers, small collection sumps (less than 5 cubic yards) may be used unless permits or other regulations prohibit the use of collection sumps. If the amount of surface return exceeds that which can be contained and collected using barriers or small sumps, or if the return of drilling fluids occurs in the body of water proper, drilling operations will be suspended until surface return volumes can be controlled. 6) As-Built Drawing. Owner shall provide to Magellan an as-built plan and profile drawing of the drilled crossing showing the location of the new crossing as well as the location of Magellan’s pipeline. 5. Roadway, Driveway, Railroad and Equipment Crossings. No roadway, driveway, railroad or equipment crossings of any type shall be allowed to be constructed parallel to any Magellan pipeline within the boundaries of Magellan’s Easement Tract. a. Pipeline Integrity Inspection. A pipeline integrity review shall be performed by Magellan as described in provision “6” under “C. Encroachment Planning” (above). b. Load Bearing and Stress Limit Requirements. Prior to any road, driveway, rail bed or equipment crossing construction, Magellan’s engineer must determine whether the proposed compacted cover meets load-bearing requirements and provides adequate protection to limit stress on Magellan’s pipeline or other facilities and must advise Owner of any additional requirements necessary to provide adequate protection. c. No Crossing Over Pipeline Bend. Paved surfaces or rail beds shall not be allowed to cross a pipeline bend (point of inflection). d. Minimum Angle of Crossing. Crossings should be as close to 90 degrees to Magellan pipeline(s) as possible, but not less than 30 degrees. e. Pipeline Casing Issues. Magellan prefers that cased roadway and railroad crossings no longer be installed. If the carrier pipe under roadways and railroads requires adjustment or relocation, then instead of using casing, the carrier pipe will consist of extra strength material or heavier wall thickness to accommodate the additional longitudinal stress due to external loads. If a road or railroad crossing currently uses casing and the road or railroad is being widened and no other adjustment or relocation of the carrier pipe is required, then Magellan may elect to extend the casing pipe on the existing crossing(s) to accommodate additional road surface. If casing is used, it must not end under the roadway surface or track structure, but must extend across the entire length of the roadway or railroad right of way. f. Railroad Crossing Requirements. Railroads shall be installed with a minimum compacted cover over the carrier pipe, as measured from the base of the rail to the top of the pipe, as follows (see Figures 1 and 3): Location of Pipeline Minimum Compacted Cover Over Top of Pipeline Under track structure proper (Below bottom of rail) 6.0 feet Under all other surfaces within the right of way or from the bottom of ditches 3.0 feet g. Roadway and Driveway Crossings. Roadways and driveways, shall be installed with a minimum compacted cover over the carrier pipe, as measured from the top of the roadway surface to the top of the pipe, as follows (see Figures 2 and 4): Location of Pipeline Minimum Compacted Cover Over Top of Pipeline Under roadway surface proper (Below surface of pavement) 4.0 feet Under all other surfaces within the right of way or from the bottom of ditches 3.0 feet h. Crossing Pipelines Transporting Highly Volatile Liquids. For Magellan pipelines transporting highly volatile liquids, minimum cover for a crossing at a drainage ditch must be 4.0 feet. i. When Additional Depth Required. Depth greater than the minimum depths stated above may be required for a pipeline due to the combined stress of internal pipeline pressure and external loading pressure. Magellan will analyze each proposed crossing based on information provided by Owner to determine any additional depth that may be required for the pipeline for safe operation. j. Temporary Roads and Equipment Crossings. Any such road or crossing must meet the following requirements: • Must be located at a site approved by a Magellan field representative. • Must provide adequate protection for Magellan’s pipeline and other facilities, as determined by the appropriate Magellan engineer, so that the compacted cover meets load-bearing requirements and provides adequate protection to limit stress on the pipeline or other facilities. • Owner shall place Six-inch wide plastic warning tape, McMaster-Carr No. 8288T12 or equal, over each pipeline for the width of the temporary road or equipment crossing, plus an additional 20 feet past each outside edge of such temporary road or equipment crossing k. Owner Required to Protect Magellan Pipelines. Magellan may require Owner to put in place additional cover and/or stabilization (timbers, steel plate, crushed rock, concrete slab, etc.) at any approved equipment crossing in order to protect Magellan pipelines, taking into account possible effects of weather, pipeline depth, and type of vehicles proposed to cross the pipelines. Magellan will analyze each proposed crossing based on information provided by Owner to determine any additional depth or protection that may be required for safe pipeline operation. l. Heavy Equipment - Definition and Requirements. Heavy equipment shall be defined as vehicles having a gross weight in excess of 80,000 pounds. Heavy equipment shall be prohibited from working directly on top of the active pipeline. For vehicles having a gross weight of 80,000 pounds or less, the pipeline must have a minimum of 4 feet of cover. Magellan must analyze the additional longitudinal stress due to external loads if the vehicles have a gross weight in excess of 80,000 pounds in order to determine required pipeline depth for safe operation. 6. Parking Lots and Other Pavement. a. Parking Lot and Pavement Requirements. All parking lots and other pavement installed on Magellan’s Easement Tract shall consist of a flexible surface such as asphalt. No reinforced concrete will be allowed. b. Pipeline Depth Under Parking Lot. The depth of Magellan’s pipelines under a parking lot must meet or exceed compacted cover requirements listed in the previous “Roadway, Driveway, Railroad, and Equipment Crossings” section above 7. Waterway Crossings. a. Pipeline Depth Requirements. If Owner proposes to cross a Magellan pipeline with a waterway (river, stream, creek, irrigation canal, or drainage ditch), such crossing must result in Magellan’s pipelines meeting or exceeding the minimum depth below the bottom of the waterway for compliance with then current pipeline construction standards and federal, state, and local regulations. b. Requirements for Waterway Crossings: 1) Minimum Angle or Crossing. Crossings should be as close to 90 degrees to Magellan pipeline(s) as possible, but not less than 45 degrees. 2) Vertical Separation Requirements for Waterway Crossing. Pipelines to be crossed must have a minimum vertical separation of five (5) feet, as measured from the bottom of the waterway to the outermost part of a Magellan pipeline, facility or appurtenance 3) Adding Weight to Pipeline for Negative Buoyancy. Owner shall bear the cost of Magellan adding sufficient weight or mechanical devices to any Magellan pipeline crossed by a waterway in order to create negative buo yancy for such pipeline. 8. Blasting. a. Magellan Written Approval Required – Plan To Be Submitted. Magellan must approve any proposed blasting operations that could affect its pipelines or facilities. Should blasting be necessary, a comprehensive plan must be submitted to Magellan for review and written approval. b. Safety Considerations – Damage Prevention Plan. For safety and preservation of Magellan assets, all blasting shall be in accordance with federal, state, and local governing agencies and the Magellan’s “Damage Prevention Plan for Blasting Near Company Facilities”. A copy of said plan will be made available upon request. E. EXCAVATION NEAR MAGELLAN PIPELINES. 1. STATE “ONE-CALL” REQUIRED. No excavation or activity listed in “A. GENERAL - 1. Encroachment Definition” above shall be performed by Owner in the vicinity of Magellan’s facilities or within Magellan’s Easement Tract until proper telephone notification has been made to the appropriate “One Call” system and a Magellan representative is on-site to monitor excavation activities. All of the states in which Magellan conducts pipeline operations have “One Call” laws, which require 48-72-hours notification prior to any excavation related activities. After making a One-Call, the state One-Call agency will notify Magellan to mark accurately, in a reasonable and timely manner, the location of the Magellan’s pipeline facilities in the vicinity of the proposed encroachment. 2. ONE-CALL NOTIFICATION. The following list is provided for convenience, but is not warranted by Magellan to be complete or accurate (telephone numbers were copied from each state’s web site on 1/5/2004). Owner is required to acquire and call the appropriate One-Call number(s) for its location of activity. Page 11 of 17 Page 12 of 17 Page 13 of 17 Page 14 of 17 EXHIBIT “B” TO ENCROACHMENT AGREEMENT, 4 of 4 General Encroachment Requirements – (L.P.– 1/1/07) Current “ONE-CALL” numbers and information can be found on each state’s “ONE-CALL” website: Arkansas - www.arkonecall.com/ - 800 482-8998 Colorado - www.uncc2.org/ - 800 922-1987 Illinois - www.illinois1call.com/ - 800 892-0123 Iowa - www.iowaonecall.com/ - 800 292-8989 Kansas - www.kansasonecall.com/ - 800 344-7233 Minnesota -www.gopherstateonecall.org/ - - 800 252-1166 Missouri - www.mo1call.com/ - 800 344-7483 Nebraska - www.ne-diggers.com/ - 800 331-5666 North Dakota -www.ndonecall.com/ - 800 795-0555 Oklahoma - www.callokie.com/ - 800 522-6543 South Dakota -www.sdonecall.com/index.asp - 800 781-7474 Texas - www.texasonecall.com/ - 800 245-4545 Wisconsin - www.diggershotline.com/ - 800 242-8511 Alternatively, the National One-Call number – (888) 258-0808 - may be used to register a proposed excavation and to subsequently notify underground utility operators with assets in the vicinity. 3. Excavation Plan Approval. Owner shall submit to Magellan for its approval plans for any proposed excavation on the Magellan Easement Tract. No excavation on Magellan’s Easement Tract shall be commenced until Owner has secured Magellan’s written approval of the plans. The excavation work shall be in compliance with all applicable laws and regulations. Owner is also referred to the Common Ground Alliance Best Practices (referenced in this document). 4. Magellan Representative On-Site for Excavation. A Magellan representative must be on-site when an excavation is occurring on Magellan’s Easement Tract (see provision “2” under “A. General” beginning on page 1). 5. Removal of Side-Cutting Teeth from Equipment. Side-cutting teeth shall be removed from buckets of excavating equipment. 6. Parallel Excavating Required. When, in preparation for crossing any Magellan pipeline with any other pipeline or with electric line, communication line, roadway or any other structure or facility, Owner needs to locate a Magellan pipeline by use of mechanical means. Owner must perform such locating activity by excavating parallel to the Magellan pipeline with such mechanical means, but shall cease using the mechanical means when it reaches a point within two feet of the Magellan pipeline (see next provision). 7. Exposing Pipeline by Hand. Excavating within 2 feet of any Magellan pipeline shall be done by hand-digging until the pipeline is exposed and its location is accurately known. Then, Owner must position the excavation equipment so that from the point of operations the equipment will not reach within 2 feet of any Magellan pipeline. RAILROAD AND HIGHWAY CROSSINGS Page 15 of 17 Page 16 of 17 Page 17 of 17 Minimum depth below ditch Minimum depth below ground Carrier pipe Casing End seal Minimum depth below bottom of rail Railroad Drainage ditch Vent CASED RAILROAD CROSSING C L C L FIGURE 1 C ASED HIGHWAY CROSSING Minimum depth below ditch Minimum depth below surface of pavement Drainage ditch Ve nt Carrier pipe End seal pipe Casing Highway FIGURE 2 Railroad Drainage ditch Uncased carrier pipe Minimum depth below ditch Minimum depth below ground Minimum depth below bottom of railCLCL UNCASED RAILROAD CROSSING FIGURE 3 Minimum depth below ditch Minimum depth below Surface Of Pavement Drainage Ditch Uncased Carrier Pipe HighwayCL CL FIGURE 4 12 Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024 EXHIBIT “C” PLAN DRAWINGS 1028 + 0 0 10 2 9 + 0 0 1030+ 0 0 1031+00 1032+00 1033+00 1034+00 1028 + 0 0 10 2 9 + 0 0 1030+ 0 0 1031+00 1032+00 1033+00 1034+00MID:1027+83.76PT:1028+67.25PC:1029+08.75MID:1029+92.24PT:1030+75.74ss5208 5207 5205 5206 5204 5203A 5202ssFMFMFMFMssss1028 + 0 0 10 2 9 + 0 0 1030+ 0 0 1031+00 1032+00 1033+00 1034+00 RIM: 947.11 BOT 935.26INV:INV:INV:INV:INV:INV:STRIM: 949.12 N 24? RCP 937.87INV: S 24? RCP 937.87INV:INV:INV:INV:INV:LL11002949.89electric panel11003947.45misc POTHOLE D=40" S=10"11004946.76misc POTHOLE D=75" S=12"11005947.42misc POTHOLE D=62" S=18"11036945.70misc POTHOLE D=3'10" S=1811037945.91misc POTHOLE D=2'11" S=1011038945.86misc POTHOLE D=4'10" S=12"GGGGGGGGGGGGGGGG5203B 5205A EX(62) 925 930 935 940 945 950 955 960 965 970 925 930 935 940 945 950 955 960 965 970 953.6950.9948.9947.2946.0946.0946.0946.0946.0946.0945.7945.5944.7943.7943.7945.1946.6953.40951.99950.75949.69948.80948.04947.29946.54945.79945.21944.64944.20944.21944.63945.13945.63946.141028+00 1028+50 1029+00 1029+50 1030+00 1030+50 1031+00 1031+50 1032+00 1032+50 1033+00 1033+50 1034+00 1034+50 1035+00 1035+50 -1.50% -1.15%1.00%PVIS:1031+49.95PVIE:945.79PVIS:1028+50.03 PVIE:950.29 AD:1.60 K:143.93 230.00' VC EVCS:1029+65.03EVCE:948.57PVIS:1033+20.00 PVIE:943.83 AD:2.16 K:55.63 120.00' VC BVCS:1032+60.00 BVCE:944.52 EVCS:1033+80.00 EVCE:944.43 LP STA:1033+24.22 LP ELEV:944.15 PROPOSED C/L ELEVATION EXISTING C/L ELEVATION PROPOSED C/L PROFILE EXISTING C/L PROFILE 5207 INV: 944.73 (S) INV: 940.99 (N) INV: 943.00 (W) 282' - 18" RCP CL V @ 1.00 % INV: 938.17 (S) INV: 937.64 (N) INV: 937.64 (W) 29' - 24" RCP CL III @ 0.41% INV: 937.52 (S) INV: 937.42 (N) 5201 5205STA 1030+17.9925.08 RTRIM=947.94(60"Ø)5204STA 1032+95.0721.69 RTRIM=943.66(72"Ø)5202STA 1033+24.2221.67 RTRIM=943.67(48"Ø)203' - 24" RCP CL III @ 0.52% 85' - 15" RCP CL V @ 0.45% 5205ASTA 1029+39.3725.08 RTRIM=949.14(48"Ø)INV: 945.11 (SW) INV: 945.11 (N) 18" HIGH PRESSURE PIPELINE 10" HIGH PRESSURE PIPELINE 12" HIGH PRESSURE PIPELINE PROPOSED GRADING GRADE 1035+00 1036+001035+00 1036+00ST 5201 5200-EX(53)ss1035+00 1036+00GASGASGAS5200A 1028 + 0 0 10 2 9 + 0 0 1028 + 0 0 10 2 9 + 0 0MID:1027+83.76PT:1028+67.25PC:1029+08.755208 5207 1028 + 0 0 10 2 9 + 0 0GG GG5205A PROPOSED CURB AND GUTTER BITUMINOUS ROAD LEGEND PROPOSED BITUMINOUS EDGE PROPOSED CONCRETE EDGE BITUMINOUS PATH CONCRETE WALK CONSTRUCTION LIMITS EXISTING CONTOURS PROPOSED CONTOURSMATCHLINE STA: 1028+50SEE SHEET 17AUTUMN PATH LOCATION MATCHLINE STA: 1034+50SEE SHEET 19SCALE IN FEET 0 H: 30 60 SCALE IN FEET 0 V: 5 10 WSB PROJECT NO.:REVISIONSNO.DATEDESCRIPTIONK:\013594-000\Cad\Plan\013594-000-C-STRT_STRM-PLAN.dwg 4/24/2020 9:44:55 AMNR-013594-000 SCALE: PLAN BY: DESIGN BY: CHECK BY: AS SHOWN GMD GMD XXX I HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION,OR REPORT WAS PREPARED BY ME OR UNDER MYDIRECT SUPERVISION AND THAT I AM A DULYLICENSED PROFESSIONAL ENGINEER UNDER THELAWS OF THE STATE OF MINNESOTA.LIC. NO:DATE:MONICA HEIL1/31/202047497AUTUMN PATHROSEMOUNT, MINNESOTASTREET & STORM SEWER PLANS SHEET OF 41 18 WARNING! HIGH PRESSURE PIPELINE(S) Excavation and Construction Prohibited Without Written Permission From MAGELLAN PIPELINE COMPANY WARNING! HIGH PRESSURE PIPELINE(S) Excavation and Construction Prohibited Without Written Permission From FLINT HILLS RESOURCES MAGELLAN PIPELINE COMPANY EASEMENT CONTRACTOR TO VERIFY PIPELINE ELEVATIONS PRIOR TO STORM SEWER INSTALLATION. CONTRACTOR TO VERIFY PIPELINE ELEVATIONS PRIOR TO STORM SEWER INSTALLATION. 4" PERFORATED PIPE DRAIN PER DETAIL SD-7 4" PERFORATED PIPE DRAIN PER DETAIL SD-7 CONNECT TO EXISTING DRAINAGE STRUCTURE 42' FACE TO FACE MAGELLAN PIPELINE COMPANY EASEMENT BRUCE KRECH MAGELLAN PIPELINE PIPELINE MAINTENANCE & DAMAGE PREVENTION 612-257-4726 bruce.krech@magellanlp.com 2 4/24/2020 PIPELINE CROSSING PERMIT2 1028 + 0 0 10 2 9 + 0 0 1030+ 0 0 1031+00 1032+00 1028 + 0 0 10 2 9 + 0 0 1030+ 0 0 1031+00 1032+00MID:1027+83.76PT:1028+67.25PC:1029+08.75MID:1029+92.24PT:1030+75.74s5208 5207 5205 5206 ss1028 + 0 0 10 2 9 + 0 0 1030+ 0 0 1031+00 1032+00 5203B 5205A 11003947.45misc POTHOLE D=40" S=10"11004946.76misc POTHOLE D=75" S=12"11005947.42misc POTHOLE D=62" S=18"11036945.70misc P O T H OL E D=3'10" S=1811037945.91misc P OT H OL E D=2'11" S=1011038945.86misc POTHOLE D=4'10" S=12"GGGGGGGGGGGGGGGGSTA 1029+59.03, 21.00' LT TOP PIPE = 943.58 G.L. = 948.18 STA 1029+75.56, 0.00' TOP PIPE = 943.10 C.L. = 948.41 STA 1029+89.14, 21.00' RT TOP PIPE = 942.65 G.L. = 947.96 953.6950.9948.9947.2946.0946.0946.0946.0946.0946.0945.7953.40951.99950.75949.69948.80948.04947.29946.54945.79945.211028+00 1028+50 1029+00 1029+50 1030+00 1030+50 1031+00 1031+50 1032+00 1032+50 -1.50% -1.15%PVIS:1031+49.95PVIE:945.79PVIS:1028+50.03 PVIE:950.29 AD:1.60 K:143.93 230.00' VC EVCS:1029+65.03EVCE:948.575207 INV: 944.73 (S) INV: 940.99 (N) INV: 943.00 (W) 282' - 18" RCP CL V @ 1.00 % 5205STA 1030+17.9925.08 RTRIM=947.94(60"Ø)85' - 15" RCP CL V @ 0.45% 5205ASTA 1029+39.3725.08 RTRIM=949.14(48"Ø)INV: 945.11 (SW) INV: 945.11 (N) 18" HIGH PRESSURE PIPELINE 10" HIGH PRESSURE PIPELINE 12" HIGH PRESSURE PIPELINE PROPOSED CURB AND GUTTER BITUMINOUS ROAD LEGEND PROPOSED BITUMINOUS EDGE PROPOSED CONCRETE EDGE BITUMINOUS PATH CONCRETE WALK CONSTRUCTION LIMITS EXISTING CONTOURS PROPOSED CONTOURS 1029+75.56 930 940 950 960 930 940 950 960 0 10 20 30 40 500-10-20-30-40-50 2.0%-2.0%2.0%-2.0%-1:4-1:4 1029+86.88 930 940 950 960 930 940 950 960 0 10 20 30 40 500-10-20-30-40-50 2.0%-2.0%2.0%-2.0%-1:4-1:4 10" HIGH PRESSURE PIPE TOP: 943.17 12" HIGH PRESSURE PIPE TOP: 940.94 18" HIGH PRESSURE PIPE TOP: 941.90 15" STORM SEWER INV: 944.94 12" HIGH PRESSURE PIPE TOP: 941.12 10" HIGH PRESSURE PIPE TOP: 942.80 15" STORM SEWER INV: 944.88 1029+90.04 930 940 950 960 930 940 950 960 0 10 20 30 40 500-10-20-30-40-50 2.0%-2.0%-2.0%2.0%-1:4-1:4 12" HIGH PRESSURE PIPE TOP: 941.17 10" HIGH PRESSURE PIPE TOP: 942.68 15" STORM SEWER INV: 944.87 2' SCALE IN FEET 0 H: 30 60 SCALE IN FEET 0 V: 5 10 WSB PROJECT NO.:REVISIONSNO.DATEDESCRIPTIONK:\013594-000\Cad\Exhibits\013594-000-permit exhibits.dwg 5/5/2020 6:34:28 AMNR-013594-000 SCALE: PLAN BY: DESIGN BY: CHECK BY: AS SHOWN GMD GMD XXX DATE:4/24/2020AUTUMN PATHROSEMOUNT, MINNESOTAPIPELINE CROSSING SHEET 1 WARNING! HIGH PRESSURE PIPELINE(S) Excavation and Construction Prohibited Without Written Permission From MAGELLAN PIPELINE COMPANY WARNING! HIGH PRESSURE PIPELINE(S) Excavation and Construction Prohibited Without Written Permission From FLINT HILLS RESOURCES MAGELLAN PIPELINE COMPANY EASEMENT CONTRACTOR TO VERIFY PIPELINE ELEVATIONS PRIOR TO STORM SEWER INSTALLATION. CONTRACTOR TO VERIFY PIPELINE ELEVATIONS PRIOR TO STORM SEWER INSTALLATION. 42' FACE TO FACE SCALE IN FEET 0 H: 10 20 SCALE IN FEET 0 V: 10 20 MAGELLAN PIPELINE COMPANY EASEMENT TYPICAL SECTION NOT TO SCALE INSET A PAVEMENT SECTION 2" TYPE SP 12.5 WEARING COURSE MIXTURE (2,C) (SPWEB240C) BITUMINOUS MATERIAL FOR TACK COAT 1.5" TYPE SP 12.5 NON WEAR COURSE MIXTURE (2,C) (SPNWB230C) BITUMINOUS MATERIAL FOR TACK COAT INSET B CONCRETE WALK INSET C BITUMINOUS TRAIL 2.0% 12' DRIVE LANE 12' DRIVE LANE PROFILE GRADE 9' SHOULDER 9' SHOULDER 42' FACE TO FACE 37.5'37.5' 75' RIGHT OF WAY R/WR/W C/L 7.5'8' TRAIL 1' 10.5'5' WALK 1' 2.0% 1:4 M A X. 1:4 M A X . 4.0% B618 CURB & GUTTER 2.0%2.0% 1:4 M A X . 1:4 M A X. INSET C INSET A INSET B 1.5" TYPE SP 12.5 NON WEAR COURSE MIXTURE (2,C) (SPNWB230C) 6" AGGREGATE BASE CLASS 5 (MOD.) 24" SELECT GRANULAR MATERIAL 6" CONCRETE WALK 12" SELECT GRANULAR MATERIAL (INCIDENTAL) 2" TYPE SP 12.5 WEAR COURSE MIXTURE (2,C) (SPNWB240C) 6" AGGREGATE BASE CLASS 5 (MOD.) (INCIDENTAL) SCARIFY AND RECOMPACT SUBGRADE (INCIDENTAL) 12" SELECT GRANULAR MATERIAL (INCIDENTAL) SCARIFY AND RECOMPACT SUBGRADE (INCIDENTAL) AUTUMN PATH STA: 1010+16 TO STA: 1038+00 WSB PROJECT NO.:REVISIONSNO.DATEDESCRIPTIONK:\013594-000\Cad\Plan\013594-000-C-TYPS-DETL.dwg 3/5/2020 2:01:25 PMR-013594-000 SCALE: PLAN BY: DESIGN BY: CHECK BY: AS SHOWN GMD GMD XXX I HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION,OR REPORT WAS PREPARED BY ME OR UNDER MYDIRECT SUPERVISION AND THAT I AM A DULYLICENSED PROFESSIONAL ENGINEER UNDER THELAWS OF THE STATE OF MINNESOTA.LIC. NO:DATE:MONICA HEIL1/31/202047497AUTUMN PATHROSEMOUNT, MINNESOTATYPICAL SECTIONS SHEET OF 35 4