Loading...
VII.1. Resolutions Accepting Bids and Awarding Contract for Central Park Improvements -City Project PR00-003; PavekKrzos CITY OF HOPKINS City Council Report 2026-032 To: Honorable Mayor and Council Members Mike Mornson, City Manager From: Dustin Pavek, Public Works Director Ryan Krzos, City Planner Date: March 16, 2026 Subject: Accept Bids and Award Contract; Central Park Improvements – City Project PR00-003 _____________________________________________________________________ RECOMMENDED ACTION MOTION TO Adopt Resolution 2026-011, Resolution Accepting Bids, Central Park Improvements, City Project PR00-003; and Adopt Resolution 2026-012, Resolution for Award of Contract, Central Park Improvements, City Project PR00-003. OVERVIEW The bid opening for the Central Park Improvements was March 10, 2026. The low bid was submitted by Park Construction Companies. The total bid was $9,980,986.02, which includes the three bid alternatives. A total of five (5) bids were received. Park Construction Companies has a good reputation with previous similar projects in the wider metro area. Staff recommend award of the project contract to Park Construction Company. SUPPORTING INFORMATION •Resolutions 2026-011 & 2026-012 •Consultant Recommendation •Tabulation and Abstract of Bid •Construction Phase Services Proposal Public Works ANALYSIS OF ISSUES Bid Results and Analysis Contractor Total Bid Park Construction Company $9,980,986.02 Veit & Company, Inc. $10,741,028.81 Rachel Contracting, LLC $10,898,024.48 U.S. SiteWork, Inc. $10,844,911.56 Peterson Companies $11,714,099.37 All bids were submitted with required bid security made by qualified contractors. Since the bid results were favorable, and it appears to fit within the City’s budget, the consultant recommends including the three bid alternates for the sports field lighting; which are reflected in the total bid amounts above. Overall Project Costs Based on the low bid the total estimated project cost is $14,065,482 which includes the low bid including the three bid alternatives, soft costs, and the costs for purchase of the playground equipment (to be purchased separately). Estimated Cost & Funding Summary MPCA Stormwater Resilience MPCA Local Match: Flood Resilience & Water Quality City of Hopkins Park Amenities Total Hennepin County ERF NMCWD City of Hopkins Strom $4,999,782.00 $800,000.00 $1,500,000.00 $4,878,948.19 $1,886,751.65 $14,065,481.84 $7,178,948.19 City of Hopkins Total $6,765,699.84 MPCA Total $4,999,782.00 Hennepin Co ERF Total $800,000.00 NMCWD Total $1,500,000.00 Overall Project Schedule Begin Construction Spring 2026 • April 2026 to November 2026: Site grading, utilities, any required foundations, site surfacing/paving, stormwater management features, bulk of MPCA resilience grant funded items • November 2026 to June 2027: Installation of site furnishings and vertical elements – lighting, playground equipment, irrigation installation, planting and final turf establishment materials installed • Summer / Fall 2027: Establish turf Complete Construction Fall 2027 CITY OF HOPKINS HENNEPIN COUNTY, MINNESOTA RESOLUTION 2026-011 RESOLUTION ACCEPTING BIDS CENTRAL PARK IMPROVEMENTS CITY PROJECT PR00-003 WHEREAS, pursuant to an advertisement for bids for the improvement of Central Park including stormwater and water quality improvements, softball and soccer field improvements and related park improvements, and bids were received, opened, and tabulated according to law, and the following total bids were received complying with the advertisement: Park Construction Company $9,980,986.02 Veit & Company, Inc. $10,741,028.81 Rachel Contracting, LLC $10,898,024.48 U.S. SiteWork, Inc. $10,844,911.56 Peterson Companies $11,714,099.37 AND WHEREAS, it appears that Park Construction Company is the lowest responsible bidder, NOW THEREFORE BE IT RESOLVED, by the City Council of the City of Hopkins 1. The Mayor and City manager are hereby authorized and directed to enter a contract with Park Construction Company of Minneapolis, MN in the name of the City of Hopkins for the improvements noted above according to the plans and specifications therefore approved by the city council and on file in the office of the city clerk. 2. The city clerk is hereby authorized and directed to return forthwith to all bidders the deposits made with their bids, except that the deposits of the successful bidder and the next lowest bidder shall be retained until a contract has been signed. 3. Bolton & Menk, Inc. is hereby designated as the engineer for this improvement and shall prepare plans and specifications for the making of such improvement. The Mayor and City Manager are hereby authorized to enter into a contract for construction phase services for this improvement. Adopted by the City Council of the City of Hopkins this 16th day of March 2026. By:___________________________ Patrick Hanlon, Mayor ATTEST: _______________________________ Amy Domeier, City Clerk CITY OF HOPKINS HENNEPIN COUNTY, MINNESOTA RESOLUTION 2026-012 RESOLUTION FOR AWARD OF CONTRACT CENTRAL PARK IMPROVEMENTS CITY PROJECT PR00-003 WHEREAS, Bids for the Central Park Improvements City Project PR00-003 have been accepted. NOW THEREFORE BE IT RESOLVED, by the City Council of the City of Hopkins 1. That the base bid of Park Construction Company of Minneapolis, MN in the amount of $9,980,9860.02 is the lowest responsible base bid for the Central Park Improvements and the Mayor and City Manager are hereby authorized and directed to enter into a contract with said bidder for and on behalf of the City. Adopted by the City Council of the City of Hopkins this 16th day of March, 2026. By:___________________________ Patrick Hanlon, Mayor ATTEST: _______________________________ Amy Domeier, City Clerk H:\HOPK\24X135101000\1_Corres\A_Meetings\2026_03_16_City Council\Hopkins Central Park_Award Recommendation Letter.docx March 10, 2026 Mr. Ryan Krzos, City Planner City of Hopkins 1010 1st St S Hopkins, MN 55343 RE: Central Park Improvements City of Hopkins, Minnesota Project No.: 24X.135101 Dear Mr. Krzos, Bids on the above-referenced project were opened at 10:00 a.m. on March 10, 2026. There were five bidders for the project; a tabulation of bids received and a detailed bid abstract are enclosed. The low bidder on the project is Park Construction Company with a base bid of $8,830,020.02 and a total bid of $9,980,986.02 including all three add alternates. Park Construction Company has previous experience on projects of this size and complexity in the Twin Cities metro area. Based on Park Construction’s experience, acceptable bid prices, and the competitive bids the City received, we recommend the City of Hopkins award the project, including all three add alternates, to Park Construction Company at the City Council meeting on March 16, 2026. If you have any questions regarding this award recommendation, please contact me at your convenience. Sincerely, Bolton & Menk, Inc. Nicholas J. Amatuccio, P.E. Municipal Project Manager | Principal Cc: Dustin Pavek, Public Works Director, City of Hopkins Mike Waltman, Municipal Practice Leader | Principal, Bolton & Menk, Inc. BID TABULATION Central Park Improvements City of Hopkins, MN 24X.135101 Bids Date: 03/10/2026 Addendum: #1 - 2/19/26 Public Opening: 10:00 a.m. #2 - 02/27/26 #3 - 03/05/26 #4 - 03/06/26 SCHEDULE PARK CONSTRUCTION VEIT & CO. RACHEL CONTRACTING U.S. SITEWORK, INC. PETERSON COMPOANIES BASE BID $8,830,020.02 $9,588,338.81 $9,709,813.48 $9,827-60,691.56 $10,547,024.37 ALTERNATE 1: FIELD LIGHTING $388,898.00 $389,490.00 $401,488.00 $330,880.00 $399,620.00 ALTERNATE 2: SOCCER FIELD LIGHTING $354,244.00 $354,760.00 $365,722.00 $310,990.00 $354,395.00 ALTERNATE 3: FIELD 2 LIGHING $407,824.00 $408,440.00 $421,001.00 $342,350.00 $413,060.00 TOTAL BID $9,980,986.02 $10,741,028.81 $10,898,024.48 $10,844,911.56 $11,714,099.37 ABSTRACTCentral Park ImprovementsCity of Hopkins MNBMI Project No. 24X.135101Bid: 03/10/2026 10:00 AM CDTSectionLine ItemItem DescriptionUofMQuantityUnit PriceExtensionUnit PriceExtensionUnit PriceExtensionUnit PriceExtensionUnit PriceExtensionUnit PriceExtension1 MOBILIZATION LS 1 $452,450.00 $452,450.00 $99,506.15 $99,506.15 $545,790.00 $545,790.00 $531,976.00 $531,976.00 $540,000.00 $540,000.00 $830,260.00 $830,260.002 SILT FENCE TYPE MACHINE SLICED LF 2600 $3.50 $9,100.00 $1.91 $4,966.00 $3.90 $10,140.00 $5.20 $13,520.00 $2.80 $7,280.00 $3.60 $9,360.003 STORM DRAIN INLET PROTECTION EA 85 $150.00 $12,750.00 $179.81 $15,283.85 $218.00 $18,530.00 $336.40 $28,594.00 $196.00 $16,660.00 $166.00 $14,110.004 STABILIZED CONSTRUCTION EXIT EA 3 $2,000.00 $6,000.00 $3,246.54 $9,739.62 $3,370.00 $10,110.00 $2,602.15 $7,806.45 $3,935.00 $11,805.00 $3,320.00 $9,960.005 SEDIMENT CONTROL LOG LF 1500 $4.00 $6,000.00 $2.75 $4,125.00 $5.30 $7,950.00 $6.05 $9,075.00 $3.60 $5,400.00 $3.85 $5,775.006 TREE STUMP REMOVAL EA 53 $400.00 $21,200.00 $73.48 $3,894.44 $121.00 $6,413.00 $115.65 $6,129.45 $74.00 $3,922.00 $87.40 $4,632.207 TREE REMOVAL (>4" CALIPER) EA 51 $400.00 $20,400.00 $110.22 $5,621.22 $80.50 $4,105.50 $231.30 $11,796.30 $111.00 $5,661.00 $130.50 $6,655.508 REMOVE CURB AND GUTTER LF 2710 $5.00 $13,550.00 $4.22 $11,436.20 $3.90 $10,569.00 $4.00 $10,840.00 $3.80 $10,298.00$4.55 $12,330.509 REMOVE FENCE & SALVAGE 8' FABRIC FOR REINSTALLATION LF 1885 $15.00 $28,275.00 $4.12 $7,766.20 $6.00 $11,310.00 $6.95 $13,100.75 $6.00 $11,310.00 $10.40 $19,604.0010 REMOVE CONCRETE WALK SF 7060 $6.00 $42,360.00 $1.14 $8,048.40 $0.45 $3,177.00 $0.80 $5,648.00 $0.50 $3,530.00 $1.10 $7,766.0011 REMOVE CONCRETE DRIVEWAY/ALLEY PAVEMENT SY 44 $15.00 $660.00 $13.53 $595.32 $9.20 $404.80 $21.25 $935.00 $11.00 $484.00 $20.70 $910.8012 REMOVE BITUMINOUS PAVEMENT SY 6362 $5.00 $31,810.00 $4.68$29,774.16 $3.00 $19,086.00 $5.30 $33,718.60 $5.90 $37,535.80 $4.60 $29,265.2013 RECLAIM BITUMINOUS PAVEMENT (12" DEPTH) SY 3789 $3.50 $13,261.50 $5.63 $21,332.07 $3.70 $14,019.30 $2.50 $9,472.50 $6.50 $24,628.50 $5.30 $20,081.7014 SALVAGE LIGHT POLE & REMOVE FOOTING EA 6 $750.00 $4,500.00 $1,152.94 $6,917.64 $762.00 $4,572.00 $1,172.40 $7,034.40 $1,500.00 $9,000.00 $625.50 $3,753.0015 REINSTALL LIGHT POLE W/FOUNDATION EA 6 $5,000.00 $30,000.00 $2,338.66 $14,031.96 $2,520.00 $15,120.00 $2,602.40$15,614.40 $1,040.00 $6,240.00 $1,707.00 $10,242.0016 REMOVE LIGHT POLE & FOOTING EA 22 $500.00 $11,000.00 $827.52 $18,205.44 $771.00 $16,962.00 $1,124.75 $24,744.50 $1,085.00 $23,870.00 $2,712.00 $59,664.0017 REMOVE SHELTER STRUCTURE, FOOTINGS, AND CONCRETE PADEA 1 $10,000.00 $10,000.00 $4,093.28 $4,093.28 $1,310.00 $1,310.00 $5,439.00 $5,439.00 $20,100.00 $20,100.00 $4,152.00 $4,152.0018 REMOVE SCORE BOARD EA 2 $500.00 $1,000.00 $2,758.08 $5,516.16 $819.00 $1,638.00 $5,115.00 $10,230.00 $763.00 $1,526.00 $2,241.00 $4,482.0019 REMOVE BENCH & SALVAGE PLAQUE EA 19 $250.00 $4,750.00 $336.04 $6,384.76 $47.25 $897.75 $168.15 $3,194.85 $205.00 $3,895.00 $201.50 $3,828.5020 REMOVE SIGN EA 14 $150.00 $2,100.00 $66.34 $928.76 $63.50 $889.00 $54.20 $758.80 $41.00 $574.00 $44.30 $620.2021 SALVAGE GRILL EA 4 $250.00 $1,000.00 $475.17 $1,900.68 $141.00 $564.00 $261.00 $1,044.00 $164.00 $656.00 $403.00 $1,612.0022 SALVAGE AND REINSTALL LARGE BOULDER EA 2 $1,000.00 $2,000.00 $475.17 $950.34 $141.00 $282.00 $384.00 $768.00 $1,570.00 $3,140.00 $426.50 $853.0023 REMOVE PLAYGROUND EQUIPMENT, SURFACING, & EDGING LS 1 $10,000.00 $10,000.00 $10,394.33 $10,394.33 $5,000.00 $5,000.00 $5,462.15 $5,462.15 $8,610.00 $8,610.00 $26,200.00 $26,200.0024 REMOVE STORM SEWER PIPE LF 997 $20.00 $19,940.00 $24.47 $24,396.59 $41.25 $41,126.25 $38.00 $37,886.00 $22.00 $21,934.00 $23.50 $23,429.5025 REMOVE WATERMAIN LF 225 $15.00 $3,375.00 $18.23 $4,101.75$25.50 $5,737.50 $36.50 $8,212.50 $18.50 $4,162.50 $18.60$4,185.0026 REMOVE DRAINAGE STRUCTURE EA 19 $400.00 $7,600.00 $821.36 $15,605.84 $660.00 $12,540.00 $833.00 $15,827.00 $456.00 $8,664.00 $861.00 $16,359.0027 REMOVE HYDRANT EA 1 $500.00 $500.00 $1,675.42 $1,675.42 $1,080.00 $1,080.00 $2,090.00 $2,090.00 $680.00 $680.00 $1,157.00 $1,157.0028 ABANDON MONITORING WELL EA 4 $1,000.00 $4,000.00 $990.10$3,960.40 $1,350.00 $5,400.00 $1,735.00 $6,940.00 $2,050.00 $8,200.00 $1,383.00 $5,532.0029 EXPLORATORY EXCAVATION HOUR 20 $800.00 $16,000.00 $477.36 $9,547.20 $367.00 $7,340.00 $536.20 $10,724.00 $783.00$15,660.00 $534.50 $10,690.0030 STRIP AND STOCKPILE TOPSOIL (P) CY 16000 $8.00 $128,000.00 $7.49 $119,840.00 $3.40 $54,400.00 $2.75 $44,000.00 $10.00 $160,000.00 $4.30 $68,800.0031 PLACE SALVAGED TOPSOIL (P) CY 10000 $10.00 $100,000.00 $18.89 $188,900.00 $5.20 $52,000.00 $3.85 $38,500.00 $25.00 $250,000.00 $10.70 $107,000.0032 TOPSOIL EXPORT (P) CY 6000 $20.00 $120,000.00 $27.07 $162,420.00 $14.25 $85,500.00 $19.65 $117,900.00 $16.67 $100,020.00 $28.60 $171,600.0033 COMMON EXCAVATION (P) CY 40000 $10.00 $400,000.00 $5.83 $233,200.00 $6.70 $268,000.00 $6.05 $242,000.00 $12.50 $500,000.00 $7.10 $284,000.0034 CLEAN SOIL PLACEMENT ONSITE (CV) CY 7000 $5.00 $35,000.00 $1.59 $11,130.00 $3.70 $25,900.00 $4.95 $34,650.00 $9.20 $64,400.00 $5.35 $37,450.0035 CONTAMINATED SOIL PLACEMENT ONSITE (CV) CY 15000 $20.00$300,000.00 $2.81 $42,150.00 $3.70 $55,500.00 $4.95 $74,250.00 $4.00 $60,000.00 $5.35 $80,250.0036 CONTAMINATED SOIL MANAGEMENT AND DISPOSAL AT LANDFILLTON 5080 $40.00 $203,200.00 $36.79 $186,893.20 $31.50 $160,020.00 $26.35 $133,858.00 $29.00 $147,320.00 $26.20 $133,096.0037 ACM CONTAMINATED SOIL MANAGEMENT AND DISPOSAL AT LANDFILL TON 200 $120.00 $24,000.00 $48.05 $9,610.00 $57.00 $11,400.00 $39.75 $7,950.00 $149.00 $29,800.00 $221.50 $44,300.0038 CLEAN SOIL EXPORT (EV) CY 15000 $20.00 $300,000.00 $24.77 $371,550.00 $16.75 $251,250.00 $15.60 $234,000.00 $19.00 $285,000.00 $21.50 $322,500.0039 WATER MANAGEMENT (GENERAL AND CONTAMINATED) LS 1 $350,000.00 $350,000.00 $15,835.13 $15,835.13 $619,210.00 $619,210.00 $104,320.00 $104,320.00 $160,350.00 $160,350.00 $387,290.00 $387,290.0040 CLEAN SAND (CV) CY 11370 $45.00 $511,650.00 $32.69 $371,685.30 $32.25 $366,682.50 $29.05 $330,298.50 $38.00 $432,060.00 $40.90 $465,033.0041 PRESCRIBED TOPSOIL (SOCCER FIELD SAND/PEAT MIX) (CV) CY 2600 $50.00 $130,000.00 $64.47 $167,622.00 $104.00 $270,400.00 $93.75 $243,750.00 $117.00 $304,200.00 $101.00 $262,600.0042 LINER (60 MIL) LS 1 $385,000.00 $385,000.00 $354,255.62 $354,255.62 $551,530.00 $551,530.00 $356,561.00 $356,561.00 $434,450.00 $434,450.00 $393,300.00 $393,300.0043 CIP SOCCER FIELD WALL LS 1 $84,075.00 $84,075.00 $166,532.62 $166,532.62 $205,150.00 $205,150.00 $218,370.00 $218,370.00 $175,450.00 $175,450.00 $183,830.00 $183,830.0044 BIOFILTRATION SOIL (CV) CY 3490 $75.00 $261,750.00 $68.23 $238,122.70 $59.50 $207,655.00 $67.00 $233,830.00 $72.50 $253,025.00 $76.80 $268,032.0045 SUBGRADE EXCAVATION (EV) CY 1000 $30.00 $30,000.00 $31.67 $31,670.00 $16.75 $16,750.00 $11.90 $11,900.00 $9.10 $9,100.00 $25.80 $25,800.0046 SELECT GRANULAR BORROW (CV) CY 485 $20.00 $9,700.00 $45.99 $22,305.15 $31.75 $15,398.75 $45.40 $22,019.00 $36.50 $17,702.50 $34.00 $16,490.0047 GEOTEXTILE FABRIC - ROAD CONSTRUCTION SY 1450 $2.50 $3,625.00 $5.04 $7,308.00 $2.80 $4,060.00 $2.20 $3,190.00 $3.90 $5,655.00 $3.10 $4,495.0048 AGGREGATE BASE CL 5 (CV) CY 1115 $40.00 $44,600.00 $59.29 $66,108.35 $69.50 $77,492.50 $56.60 $63,109.00 $50.50 $56,307.50 $49.50 $55,192.5049 POLYSTYRENE INSULATION (4" THICKNESS) SY 200 $20.00 $4,000.00 $61.79 $12,358.00 $58.00 $11,600.00 $66.00 $13,200.00 $76.00 $15,200.00 $80.40 $16,080.0050 6" PVC SDR 26 SANITARY SEWER PIPE LF 343 $80.00 $27,440.00 $47.50 $16,292.50 $127.00 $43,561.00 $66.00 $22,638.00 $87.00 $29,841.00 $98.00 $33,614.0051 6" PVC SDR 26 PVC SANITARY SEWER CLEANOUT EA 6 $550.00 $3,300.00 $1,034.90 $6,209.40 $1,550.00 $9,300.00 $1,750.00 $10,500.00 $1,155.00 $6,930.00 $1,796.00 $10,776.0052 CONNECT TO EXISTING SANITARY SEWER MANHOLE EA 1 $2,500.00 $2,500.00 $2,695.97 $2,695.97 $3,960.00 $3,960.00 $4,460.00 $4,460.00 $3,470.00 $3,470.00 $4,949.00 $4,949.0053 6" DUCTILE IRON PIPE LF 577 $75.00 $43,275.00 $108.50 $62,604.50 $152.00 $87,704.00 $94.00 $54,238.00 $91.50 $52,795.50 $129.50 $74,721.5054 6" GATE VALVE & BOX EA 6 $2,000.00 $12,000.00 $3,187.98$19,127.88 $2,700.00 $16,200.00 $3,108.00 $18,648.00 $2,765.00 $16,590.00 $3,647.00 $21,882.0055 1" COPPER WATER SERVICE TYPE K LIN FT 80 $75.00 $6,000.00 $61.33 $4,906.40 $45.25 $3,620.00 $56.00 $4,480.00 $102.00 $8,160.00 $30.40 $2,432.0056 1" CURB STOP & BOX LIN FT 1 $1,200.00 $1,200.00 $910.12 $910.12 $712.00 $712.00 $1,060.00 $1,060.00 $1,110.00 $1,110.00 $1,067.00 $1,067.00Rachel Contracting, LLC U.S. SiteWork, Inc. Peterson CompaniesEngineer Estimate Park Construction Company Veit & Company, Inc.1 SectionLine ItemItem DescriptionUofMQuantityUnit PriceExtensionUnit PriceExtensionUnit PriceExtensionUnit PriceExtensionUnit PriceExtensionUnit PriceExtensionRachel Contracting, LLC U.S. SiteWork, Inc. Peterson CompaniesEngineer Estimate Park Construction Company Veit & Company, Inc.57 CURB BOX COVER EACH 1 $600.00 $600.00 $407.25 $407.25 $471.00 $471.00 $325.00 $325.00 $802.00 $802.00 $199.00 $199.0058 DIP FITTINGSPOUND 975 $15.00 $14,625.00 $12.77 $12,450.75 $10.75 $10,481.25 $13.25 $12,918.75 $12.00 $11,700.00 $6.15 $5,996.2559 HYDRANTEA 2 $8,000.00 $16,000.00 $9,454.73 $18,909.46 $11,080.00$22,160.00 $8,870.00 $17,740.00 $7,825.00 $15,650.00 $9,281.00 $18,562.0060 CONNECT TO EXISTING WATERMAIN EA 2 $2,000.00 $4,000.00 $2,239.65 $4,479.30 $8,750.00 $17,500.00 $3,065.00 $6,130.00 $2,880.00 $5,760.00 $6,299.00 $12,598.0061 6" CPEP (BASINS) LF 1067 $15.00 $16,005.00 $19.69 $21,009.23 $23.00 $24,541.00 $21.10 $22,513.70 $15.50 $16,538.50 $22.00 $23,474.0062 6" CPEP PERFORATED (BASINS) LF 4243 $15.00 $63,645.00 $15.87 $67,336.41 $16.75 $71,070.25 $21.15 $89,739.45 $19.50 $82,738.50 $14.60 $61,947.8063 6" CPEP PERFORATED (SOFTBALL INFIELD) LF 860 $15.00 $12,900.00 $15.32 $13,175.20 $22.00 $18,920.00 $21.10 $18,146.00 $22.50 $19,350.00 $24.10 $20,726.0064 8" CPEP PERFORATED LF 193 $25.00 $4,825.00 $44.18 $8,526.74 $17.50 $3,377.50 $18.85 $3,638.05 $31.00 $5,983.00 $70.60 $13,625.8065 10" CPEP PERFORATED LF 165 $40.00 $6,600.00 $48.95 $8,076.75 $47.75 $7,878.75 $20.25 $3,341.25 $34.00 $5,610.00 $79.70 $13,150.5066 DRAINTILE CLEANOUT EA 16 $500.00 $8,000.00 $531.94 $8,511.04 $1,070.00 $17,120.00 $1,405.00 $22,480.00 $696.00 $11,136.00 $1,315.00 $21,040.0067 12" DUCTILE IRON PIPE LF 52 $175.00 $9,100.00 $152.25 $7,917.00 $170.00 $8,840.00 $175.00 $9,100.00 $129.00 $6,708.00 $199.00 $10,348.0068 12" CPEP LF 775 $60.00 $46,500.00 $52.84 $40,951.00 $63.50 $49,212.50 $59.10 $45,802.50 $50.00 $38,750.00 $44.20 $34,255.0069 12" CPEP PERFORATED LF 812 $60.00 $48,720.00 $50.30 $40,843.60 $48.25 $39,179.00 $16.15 $13,113.80 $44.50 $36,134.00 $60.70 $49,288.4070 18" CPEPLF 243 $100.00 $24,300.00 $58.40 $14,191.20 $73.00 $17,739.00 $87.00 $21,141.00 $69.00 $16,767.00 $159.50 $38,758.5071 24" CPEPLF 130 $140.00 $18,200.00 $73.37 $9,538.10 $90.50 $11,765.00 $97.00 $12,610.00 $114.00 $14,820.00 $92.20 $11,986.0072 48" CPEPLF 110 $275.00 $30,250.00 $170.60 $18,766.00 $155.00 $17,050.00 $179.00 $19,690.00 $169.00 $18,590.00 $157.50 $17,325.0073 12" CONCRETE APRON (FES) EA 7 $800.00 $5,600.00 $1,417.94 $9,925.58 $3,800.00 $26,600.00 $1,198.00 $8,386.00 $1,455.00 $10,185.00 $1,090.00 $7,630.0074 21" CONCRETE APRON (FES) EA 1 $1,200.00 $1,200.00 $1,302.42 $1,302.42 $3,410.00 $3,410.00 $1,315.00 $1,315.00 $1,565.00 $1,565.00 $1,502.00 $1,502.0075 24" CONCRETE APRON (FES) EA 1 $1,500.00 $1,500.00 $1,978.15 $1,978.15 $4,100.00 $4,100.00 $1,770.00 $1,770.00 $1,715.00 $1,715.00 $1,640.00 $1,640.0076 12" RC PIPE SEWER 3006 CLASS III LF 302 $70.00 $21,140.00 $68.58 $20,711.16 $82.00 $24,764.00 $85.00 $25,670.00 $58.50 $17,667.00 $72.50 $21,895.0077 15" RC PIPE SEWER 3006 CLASS III LF 118 $85.00 $10,030.00 $74.72 $8,816.96 $87.00 $10,266.00 $94.00 $11,092.00$56.00 $6,608.00 $85.80 $10,124.4078 21" RC PIPE SEWER 3006 CLASS III LF 37 $130.00 $4,810.00 $93.55 $3,461.35 $108.00 $3,996.00 $123.00 $4,551.00 $72.50 $2,682.50 $122.00 $4,514.0079 30" RC PIPE SEWER 3006 CLASS III LF 128 $180.00 $23,040.00 $128.24 $16,414.72 $249.00 $31,872.00 $156.00 $19,968.00 $107.00 $13,696.00 $156.00 $19,968.0080 33" RC PIPE SEWER 3006 CLASS III LF 282 $210.00 $59,220.00 $149.59 $42,184.38 $136.00 $38,352.00 $172.00 $48,504.00 $136.00 $38,352.00 $172.50 $48,645.0081 44" SPAN RC PIPE-ARCH CULVERT CLASS IIA LF 34 $250.00$8,500.00 $266.33 $9,055.22 $278.00 $9,452.00 $301.50 $10,251.00 $228.00 $7,752.00 $270.50 $9,197.0082 58" SPAN RC PIPE-ARCH CULVERT CLASS IIA LF 215 $400.00 $86,000.00 $362.86 $78,014.90 $418.00 $89,870.00 $362.00 $77,830.00 $272.00 $58,480.00 $501.50 $107,822.5083 60" RC PIPE SEWER 3006 CLASS III LF 67 $450.00 $30,150.00 $415.67 $27,849.89 $382.00 $25,594.00 $448.00 $30,016.00 $433.00 $29,011.00 $435.00 $29,145.0084 33" STORM SEWER GRATE EA 1 $5,000.00 $5,000.00 $4,784.85$4,784.85 $4,030.00 $4,030.00 $6,620.00 $6,620.00 $4,840.00 $4,840.00 $5,253.00 $5,253.0085 60" CUSTOM OUTLET GRATE (HEADWALL) EA 1 $12,000.00 $12,000.00 $6,663.55 $6,663.55 $5,640.00 $5,640.00 $9,360.00 $9,360.00 $6,460.00 $6,460.00 $7,334.00 $7,334.0086 CUSTOM OVERFLOW GRATE (48") EA 4 $3,000.00 $12,000.00 $5,606.52 $22,426.08 $3,860.00 $15,440.00 $3,965.00 $15,860.00 $5,005.00 $20,020.00 $5,762.00 $23,048.0087 CUSTOM OVERFLOW GRATE (84") EA 1 $6,000.00 $6,000.00 $6,734.81 $6,734.81 $10,450.00 $10,450.00 $10,300.00 $10,300.00 $5,975.00 $5,975.00 $7,599.00 $7,599.0088 POND SKIMMER GRATE (HAALA PS72-86) EA 1 $3,500.00 $3,500.00 $5,168.04 $5,168.04 $3,850.00 $3,850.00 $5,415.00 $5,415.00 $3,905.00 $3,905.00 $4,048.00 $4,048.0089 CASTING ASSEMBLY (STORM) - NYOPLAST 1299CGS EA 14 $300.00 $4,200.00 $120.75 $1,690.50 $373.00 $5,222.00 $59.00 $826.00 $49.50 $693.00 $201.50 $2,821.0090 CASTING ASSEMBLY (STORM) - NYOPLAST 2499CGS EA 23 $400.00 $9,200.00 $1,286.61 $29,592.03 $617.00 $14,191.00 $59.00 $1,357.00 $49.50 $1,138.50 $309.50 $7,118.5091 CASTING ASSEMBLY (STORM) - NYOPLAST 2499CGD EA 2 $400.00 $800.00 $1,273.04 $2,546.08 $769.00 $1,538.00 $59.00 $118.00 $49.50 $99.00 $309.50 $619.0092 CASTING ASSEMBLY (STORM) - R-1733 EA 30 $1,200.00 $36,000.00 $1,152.10 $34,563.00 $685.00 $20,550.00 $1,435.00 $43,050.00 $1,080.00 $32,400.00 $554.50 $16,635.0093 CASTING ASSEMBLY (STORM) - R-3067 EA 16 $1,000.00 $16,000.00 $1,463.42 $23,414.72 $902.00 $14,432.00 $1,395.00 $22,320.00 $1,340.00 $21,440.00 $787.50 $12,600.0094 LOWER MANHOLE (STORM) EA 1 $2,500.00 $2,500.00 $2,739.06 $2,739.06 $4,260.00 $4,260.00 $2,325.00 $2,325.00 $1,860.00 $1,860.00 $4,769.00 $4,769.0095 ADJUST CASTING (STORM) EA 6 $600.00 $3,600.00 $881.23 $5,287.38 $3,380.00 $20,280.00 $1,570.00 $9,420.00 $1,250.00$7,500.00 $511.00 $3,066.0096 ADJUST CASTING (SANITARY) EA 1 $800.00 $800.00 $1,000.90$1,000.90 $1,220.00 $1,220.00 $680.00 $680.00 $731.00 $731.00 $727.50 $727.5097 12" AREA DRAIN EA 15 $1,500.00 $22,500.00 $1,809.34 $27,140.10 $1,330.00 $19,950.00 $1,730.00 $25,950.00 $1,555.00 $23,325.00 $1,742.00 $26,130.0098 24" AREA DRAIN EA 25 $3,000.00 $75,000.00 $2,398.88 $59,972.00 $2,580.00 $64,500.00 $3,105.00 $77,625.00 $2,810.00 $70,250.00 $3,407.00 $85,175.0099 24" TO 54" CPEP STORM CONNECTION EA 1 $1,500.00 $1,500.00 $10,643.45 $10,643.45 $11,060.00 $11,060.00 $10,000.00 $10,000.00 $3,220.00 $3,220.00 $6,698.00 $6,698.00100 CONNECT TO EXISTING STORM PIPE EA 3 $500.00 $1,500.00 $1,675.41 $5,026.23 $13,710.00 $41,130.00 $4,980.00 $14,940.00 $1,535.00 $4,605.00 $2,144.00 $6,432.00101 CONNECT TO EXISTING STORM STRUCTURE EA 4 $300.00 $1,200.00 $2,695.96 $10,783.84 $3,580.00 $14,320.00 $4,520.00$18,080.00 $3,950.00 $15,800.00 $4,200.00 $16,800.00102 CONSTRUCT DRAINAGE STRUCTURE 2X3 EA 4 $3,500.00 $14,000.00 $2,319.10 $9,276.40 $1,850.00 $7,400.00 $2,530.00 $10,120.00 $1,585.00 $6,340.00 $3,357.00 $13,428.00103 CONSTRUCT DRAINAGE STRUCTURE DES 48 LF 105.5 $800.00$84,400.00 $639.96 $67,515.78 $502.00 $52,961.00 $585.00$61,717.50 $484.00 $51,062.00 $861.00 $90,835.50104 CONSTRUCT DRAINAGE STRUCTURE DES 60 LF 41.2 $1,300.00 $53,560.00 $743.67 $30,639.20 $1,130.00 $46,556.00 $930.00 $38,316.00 $829.00 $34,154.80 $1,034.00 $42,600.80105 CONSTRUCT DRAINAGE STRUCTURE DES 72 LF 37.3 $1,500.00 $55,950.00 $993.83 $37,069.86 $840.00 $31,332.00 $1,024.00 $38,195.20 $906.00 $33,793.80 $1,490.00 $55,577.00106 CONSTRUCT DRAINAGE STRUCTURE DES 84 LF 6.8 $1,800.00$12,240.00 $1,860.80 $12,653.44 $1,380.00 $9,384.00 $1,865.00 $12,682.00 $1,270.00 $8,636.00 $1,987.00 $13,511.60107 CONSTRUCT DRAINAGE STRUCTURE DES 96 LF 8.3 $2,500.00$20,750.00 $2,243.75 $18,623.13 $1,880.00 $15,604.00 $2,165.00 $17,969.50 $1,945.00 $16,143.50 $2,446.00 $20,301.80108 CONSTRUCT DRAINAGE STRUCTURE DES 108 LF 23.8 $3,400.00 $80,920.00 $2,668.74 $63,516.01 $1,920.00 $45,696.00 $2,558.00 $60,880.40 $2,055.00 $48,909.00 $2,664.00 $63,403.20109 CONSTRUCT DRAINAGE STRUCTURE DES 120 - W/ WEIR LF 11.5 $4,000.00 $46,000.00 $4,372.20 $50,280.30 $3,480.00 $40,020.00 $3,283.00 $37,754.50 $2,950.00 $33,925.00 $4,394.00 $50,531.00110 CONSTRUCT DRAINAGE STRUCTURE DES N (CB-37) EA 1 $3,500.00 $3,500.00 $1,607.83 $1,607.83 $8,110.00 $8,110.00 $8,625.00 $8,625.00 $2,405.00 $2,405.00 $9,279.00 $9,279.00111 CONSTRUCT DRAINAGE STRUCTURE DES CUSTOM (MH-9) EA 1 $6,000.00 $6,000.00 $6,673.12 $6,673.12 $11,120.00 $11,120.00 $7,900.00 $7,900.00 $6,555.00 $6,555.00 $8,634.00 $8,634.00112 SAFL BAFFLE - 60X46 EA 1 $8,500.00 $8,500.00 $9,674.86 $9,674.86 $7,850.00 $7,850.00 $9,200.00 $9,200.00 $10,920.00 $10,920.00 $8,804.00 $8,804.00113 SAFL BAFFLE - 72X57 EA 1 $10,000.00 $10,000.00 $11,678.04 $11,678.04 $9,820.00 $9,820.00 $11,100.00 $11,100.00 $10,920.00 $10,920.00 $10,610.00 $10,610.00114 SAFL BAFFLE - 108X72 EA 1 $18,000.00 $18,000.00 $31,134.55 $31,134.55 $15,660.00 $15,660.00 $28,990.00 $28,990.00 $10,920.00 $10,920.00 $17,840.00 $17,840.00115 CONCRETE SPLASH BLOCK (FES) EA 9 $3,500.00 $31,500.00 $1,028.57 $9,257.13 $925.00 $8,325.00 $1,290.00 $11,610.00 $2,525.00 $22,725.00 $2,021.00 $18,189.00116 CONCRETE SPLASH BLOCK (CURB CUT) EA 2 $5,000.00 $10,000.00 $1,295.05 $2,590.10 $925.00 $1,850.00 $1,070.00 $2,140.00 $2,525.00 $5,050.00 $2,571.00 $5,142.00117 TRENCH DRAIN (ALL COMPLETE) LF 5 $550.00 $2,750.00 $894.89 $4,474.45 $1,140.00 $5,700.00 $995.00 $4,975.00 $1,305.00 $6,525.00 $1,509.00 $7,545.00118 TYPE SP 9.5 BITUMINOUS WEARING COURSE (SPWEA240C) TON 1805 $110.00 $198,550.00 $119.29 $215,318.45 $109.00 $196,745.00 $115.70 $208,838.50 $104.00 $187,720.00 $107.00$193,135.00119 BITUMINOUS MATERIAL FOR TACK COAT GAL 536 $4.00 $2,144.00 $4.40 $2,358.40 $0.01 $5.36 $0.01 $5.36 $1.00 $536.00 $0.01 $5.36120 3" BITUMINOUS TRAIL (SPWEA240B) SY 1671 $30.00 $50,130.00 $36.83 $61,542.93 $22.00 $36,762.00 $35.95 $60,072.45$21.00 $35,091.00 $38.50 $64,333.502 SectionLine ItemItem DescriptionUofMQuantityUnit PriceExtensionUnit PriceExtensionUnit PriceExtensionUnit PriceExtensionUnit PriceExtensionUnit PriceExtensionRachel Contracting, LLC U.S. SiteWork, Inc. Peterson CompaniesEngineer Estimate Park Construction Company Veit & Company, Inc.121 DECOMPOSED GRANITE SURFACING SY 632.67 $150.00 $94,900.50 $66.93 $42,344.60 $58.50 $37,011.20 $97.75 $61,843.49$48.00 $30,368.16 $126.50 $80,032.76122 4" CONCRETE WALK SY 4020 $60.00 $241,200.00 $80.94 $325,378.80 $66.00 $265,320.00 $76.70 $308,334.00 $70.00 $281,400.00 $82.60 $332,052.00123 6" CONCRETE WALK SY 400 $115.00 $46,000.00 $112.52 $45,008.00 $92.50 $37,000.00 $109.75 $43,900.00 $96.50 $38,600.00 $107.50 $43,000.00124 8" CONCRETE PAVEMENT SY 625 $125.00 $78,125.00 $115.64$72,275.00 $97.00 $60,625.00 $110.90 $69,312.50 $99.00 $61,875.00 $117.00 $73,125.00125 CONCRETE CURB & GUTTER DESIGN B612 LF 2420 $22.00 $53,240.00 $24.38 $58,999.60 $32.00 $77,440.00 $30.50 $73,810.00 $30.00 $72,600.00 $29.20 $70,664.00126 CONCRETE CURB & GUTTER DESIGN B618 LF 450 $25.00 $11,250.00 $26.91 $12,109.50 $34.75 $15,637.50 $33.30 $14,985.00 $32.50 $14,625.00 $33.00 $14,850.00127 CONCRETE CURB & GUTTER DESIGN S512 LF 250 $30.00 $7,500.00 $30.67 $7,667.50 $38.75 $9,687.50 $37.50 $9,375.00 $36.00 $9,000.00 $39.00 $9,750.00128 CONCRETE CURB DESIGN V LF 60 $42.00 $2,520.00 $49.48 $2,968.80 $59.50 $3,570.00 $58.65 $3,519.00 $55.00 $3,300.00 $63.30 $3,798.00129 TRUNCATED DOMES SF 114 $60.00 $6,840.00 $72.16 $8,226.24 $78.50 $8,949.00 $80.95 $9,228.30 $72.00 $8,208.00 $77.50 $8,835.00130 TRAFFIC CONTROL LS 1 $25,000.00 $25,000.00 $20,411.07 $20,411.07 $22,420.00 $22,420.00 $23,500.00 $23,500.00 $12,820.00 $12,820.00 $27,420.00 $27,420.00131 SALVAGE AND REINSTALL SIGN EA 2 $250.00 $500.00 $255.14$510.28 $280.00 $560.00 $289.15 $578.30 $200.00 $400.00 $216.00 $432.00132 SIGN PANEL TYPE C SQ FT 155 $30.00 $4,650.00 $30.62 $4,746.10 $33.75 $5,231.25 $34.70 $5,378.50 $35.00 $5,425.00$37.60 $5,828.00133 SIGN POSTEA 22 $200.00 $4,400.00 $204.11 $4,490.42 $224.00 $4,928.00 $231.30 $5,088.60 $159.00 $3,498.00 $171.50 $3,773.00134 4" SOLID LINE MULTI COMP LF 2200 $2.00 $4,400.00 $3.06 $6,732.00 $3.40 $7,480.00 $3.50 $7,700.00 $3.30 $7,260.00 $3.30 $7,260.00135 PAVT MSSG - THERMOPLASTIC GR IN (HANDICAP SYMBOL) EACH 8 $500.00 $4,000.00 $255.14 $2,041.12 $280.00 $2,240.00 $29.90 $239.20 $271.00 $2,168.00 $276.50 $2,212.00136 CROSSWALK MARKING - THERMOPLASTIC GR IN SF 600 $15.00 $9,000.00 $15.31 $9,186.00 $16.75 $10,050.00 $17.35 $10,410.00 $15.00 $9,000.00 $16.60 $9,960.00137 PRECAST CONCRETE SEAT WALLS LF 128 $350.00 $44,800.00 $291.12 $37,263.36 $378.00 $48,384.00 $326.60 $41,804.80 $309.00 $39,552.00 $499.00 $63,872.00138 PRECAST CONCRETE SLAB STAIRS SF 480 $60.00 $28,800.00 $89.49 $42,955.20 $92.00 $44,160.00 $115.75 $55,560.00$113.00 $54,240.00 $147.00 $70,560.00139 HANDRAILLF 70 $250.00 $17,500.00 $305.14 $21,359.80 $332.00 $23,240.00 $342.40 $23,968.00 $338.00 $23,660.00 $327.50 $22,925.00140 ELECTRICAL SERVICE, CT CABINET, MAIN BREAKER LS 1 $25,000.00 $25,000.00 $10,861.78 $10,861.78 $11,710.00 $11,710.00 $12,087.00 $12,087.00 $31,500.00 $31,500.00 $11,130.00 $11,130.00141 1.5" HDPE CONDUIT LF 3500 $10.00 $35,000.00 $5.15 $18,025.00 $5.60 $19,600.00 $5.75 $20,125.00 $12.50 $43,750.00$5.00 $17,500.00142 3" HDPE CONDUIT LF 1300 $18.00 $23,400.00 $9.56 $12,428.00 $10.25 $13,325.00 $10.65 $13,845.00 $15.00 $19,500.00$11.90 $15,470.00143 ELECTRICAL HANDHOLE EA 6 $3,000.00 $18,000.00 $592.46 $3,554.76 $639.00 $3,834.00 $659.30 $3,955.80 $1,310.00 $7,860.00 $1,315.00 $7,890.00144 #10 WIRELF 9000 $1.50 $13,500.00 $11.23 $101,070.00 $1.40 $12,600.00 $1.40 $12,600.00 $1.80 $16,200.00 $1.55 $13,950.00145 #8 WIRELF 1900 $3.50 $6,650.00 $1.72 $3,268.00 $1.90 $3,610.00 $1.90 $3,610.00 $2.10 $3,990.00 $2.00 $3,800.00146 #6 WIRELF 1800 $4.50 $8,100.00 $2.18 $3,924.00 $2.40 $4,320.00 $2.45 $4,410.00 $2.30 $4,140.00 $2.80 $5,040.00147 #4 WIRELF 1300 $5.50 $7,150.00 $2.96 $3,848.00 $3.20 $4,160.00 $3.30 $4,290.00 $2.80 $3,640.00 $3.40 $4,420.00148 #4/0 WIRELF 5200 $16.00 $83,200.00 $9.56 $49,712.00 $10.25 $53,300.00 $10.65 $55,380.00 $13.50 $70,200.00 $11.50 $59,800.00149 ELECTRICAL SERVICE FOR RASPBERRY FEST LS 1 $29,600.00 $29,600.00 $14,551.67 $14,551.67 $15,690.00 $15,690.00 $16,193.00 $16,193.00 $21,660.00 $21,660.00 $14,450.00$14,450.00150 ELECTRICAL GFCI PEDESTAL - PLAY AREA EA 2 $900.00 $1,800.00 $3,741.86 $7,483.72 $2,020.00 $4,040.00 $2,082.00$4,164.00 $2,500.00 $5,000.00 $2,681.00 $5,362.00151 TRAIL PEDESTRIAN LIGHT & FOOTING EA 13 $7,500.00 $97,500.00 $6,340.37 $82,424.81 $6,840.00 $88,920.00 $7,055.00 $91,715.00 $5,805.00 $75,465.00 $5,023.00 $65,299.00152 IRRIGATION SYSTEM LS 1 $150,000.00 $150,000.00 $90,708.51 $90,708.51 $268,150.00 $268,150.00 $277,009.00 $277,009.00 $280,850.00 $280,850.00 $239,235.00 $239,235.00153 AGLIME INFIELD SURFACING (5" DEPTH) CY 380 $125.00 $47,500.00 $113.12 $42,985.60 $122.00 $46,360.00 $84.25 $32,015.00 $122.00 $46,360.00 $131.50 $49,970.00154 BALLFIELD DUGOUT (COMPLETE) EA 4 $24,000.00 $96,000.00 $32,049.76 $128,199.04 $35,830.00 $143,320.00 $72,943.00$291,772.00 $33,640.00 $134,560.00 $42,070.00 $168,280.00155 BASES, HOME PLATE, AND PITCHING RUBBER (INFIELD SET) EA 2 $2,000.00 $4,000.00 $3,092.59 $6,185.18 $3,470.00 $6,940.00 $3,470.00 $6,940.00 $3,075.00 $6,150.00 $3,887.00 $7,774.00156 INSTALL SALVAGED 8' HT. FABRIC ON NEW POSTS & MAINT. STRIP (OUTFIELD ONLY) LF 960 $50.00 $48,000.00 $54.22 $52,051.20 $75.00 $72,000.00 $76.50 $73,440.00 $47.50 $45,600.00 $69.00 $66,240.00157 8' HT. GALVANIZED CHAIN LINK FENCE & MAINT. STRIP LF 971 $100.00 $97,100.00 $65.05 $63,163.55 $88.50 $85,933.50 $76.50 $74,281.50 $63.50 $61,658.50 $80.60 $78,262.60158 18' HT GALVANIZED CHAIN LINK FENCE - BACKSTOP & MAINT. STRIP LF 120 $400.00 $48,000.00 $230.14 $27,616.80 $416.00 $49,920.00 $365.50 $43,860.00 $307.00 $36,840.00 $314.00 $37,680.00159 FOUL POLEEA 4 $1,500.00 $6,000.00 $7,099.68 $28,398.72 $7,970.00 $31,880.00 $7,965.75 $31,863.00 $7,065.00 $28,260.00 $6,359.00 $25,436.00160 GALVANIZED CHAIN LINK FENCE DOUBLE GATE, 12' WIDE EA2 $2,000.00 $4,000.00 $1,834.94 $3,669.88 $3,520.00 $7,040.00 $2,932.00 $5,864.00 $2,680.00 $5,360.00 $1,577.00 $3,154.00161 GALVANIZED CHAIN LINK FENCE SINGLE GATE, 4' WIDE EA 4 $1,000.00 $4,000.00 $804.07 $3,216.28 $2,300.00 $9,200.00$2,065.00 $8,260.00 $1,175.00 $4,700.00 $565.50 $2,262.00162 STUMP STEPPERS SY 8 $150.00 $1,200.00 $2,104.05 $16,832.40 $1,740.00 $13,920.00 $2,198.00 $17,584.00 $1,875.00 $15,000.00 $2,891.00 $23,128.00163 CONCRETE EDGE RESTRAINT LF 495 $50.00 $24,750.00 $40.10 $19,849.50 $50.50 $24,997.50 $48.10 $23,809.50 $51.00 $25,245.00 $68.40 $33,858.00164 ENTRY MONUMENT PARK SIGN EA 1 $25,000.00 $25,000.00 $18,395.02 $18,395.02 $21,790.00 $21,790.00 $35,365.00 $35,365.00 $20,530.00 $20,530.00 $41,980.00 $41,980.00165 PEDESTRIAN PARK SIGN EA 3 $15,000.00 $45,000.00 $12,314.36 $36,943.08 $14,960.00 $44,880.00 $17,063.00 $51,189.00 $16,310.00 $48,930.00 $14,070.00 $42,210.00166 DIGITAL MESSAGE BOARD SIGN EA 1 $40,000.00 $40,000.00 $39,913.16 $39,913.16 $78,810.00 $78,810.00 $84,607.00 $84,607.00 $38,100.00 $38,100.00 $38,870.00 $38,870.00167 INTERPRETIVE SIGN EA 3 $15,000.00 $45,000.00 $12,151.07 $36,453.21 $14,770.00 $44,310.00 $16,878.00 $50,634.00$16,100.00 $48,300.00 $13,870.00 $41,610.00168 BRONZE PLATE FLOOD MARKERS EA 5 $500.00 $2,500.00 $687.94 $3,439.70 $3,640.00 $18,200.00 $5,991.00 $29,955.00 $3,180.00 $15,900.00 $522.50 $2,612.50169 NATIVE VEGETATION MARKER EA 20 $750.00 $15,000.00 $444.14 $8,882.80 $2,800.00 $56,000.00 $867.50 $17,350.00 $625.00 $12,500.00 $464.50 $9,290.00170 PARK SHELTER ROOF REPLACEMENT & ELECTRICAL LS 1 $55,000.00 $55,000.00 $123,094.35 $123,094.35 $36,940.00 $36,940.00 $35,425.00 $35,425.00 $34,530.00 $34,530.00 $34,060.00 $34,060.00171 PARK MAINTENANCE SHED, CONCRETE SLAB, & ELECTRICALLS 1 $20,000.00 $20,000.00 $75,995.04 $75,995.04 $19,980.00 $19,980.00 $57,435.00 $57,435.00 $53,050.00 $53,050.00 $49,650.00 $49,650.00172 RESTROOM BUILDING & FOUNDATION LS 1 $460,000.00 $460,000.00 $775,244.79 $775,244.79 $537,350.00 $537,350.00 $798,120.00 $798,120.00 $746,600.00 $746,600.00 $614,930.00 $614,930.00173 HELICAL PILE LOAD TEST EA 2 $5,000.00 $10,000.00 $3,814.20 $7,628.40 $13,410.00 $26,820.00 $4,279.50 $8,559.00$27,430.00 $54,860.00 $9,259.00 $18,518.00174 HELICAL PILE 10' LONG EA 32 $560.00 $17,920.00 $1,267.96 $40,574.72 $841.00 $26,912.00 $1,423.00 $45,536.00 $1,045.00 $33,440.00 $1,438.00 $46,016.00175 ADDITIONAL HELICAL PILE LENGTH LF 1600 $58.00 $92,800.00 $39.17 $62,672.00 $71.00 $113,600.00 $44.00 $70,400.00$50.50 $80,800.00 $22.60 $36,160.00176 BENCH TYPE 1 - STANDARD PARK EA 6 $4,000.00 $24,000.00 $5,899.52 $35,397.12 $5,380.00 $32,280.00 $6,620.00 $39,720.00 $6,650.00 $39,900.00 $5,493.00 $32,958.00177 BENCH TYPE 2 - NATURAL TIMBER EA 6 $3,700.00 $22,200.00 $5,141.94 $30,851.64 $5,870.00 $35,220.00 $5,062.00 $30,372.00 $6,580.00 $39,480.00 $5,462.00 $32,772.00178 BENCH TYPE 3 - LENGTH A - BACKLESS EA 4 $2,900.00 $11,600.00 $4,715.17 $18,860.68 $4,550.00 $18,200.00 $3,522.00 $14,088.00 $6,155.00 $24,620.00 $3,620.00 $14,480.00179 BENCH TYPE 3 - LENGTH A - BACKED EA 2 $3,500.00 $7,000.00 $7,245.42 $14,490.84 $6,090.00 $12,180.00 $6,361.00 $12,722.00 $8,670.00 $17,340.00 $5,029.00 $10,058.00180 BENCH TYPE 3 - LENGTH B - COMBO EA 3 $6,500.00 $19,500.00 $10,677.33 $32,031.99 $8,590.00 $25,770.00 $10,212.00$30,636.00 $12,090.00 $36,270.00 $7,634.00 $22,902.00181 PICNIC TABLE SET (LEFT AND RIGHT SIDE) EA 3 $6,500.00 $19,500.00 $8,419.05 $25,257.15 $8,570.00 $25,710.00 $9,457.00 $28,371.00 $8,385.00 $25,155.00 $8,556.00 $25,668.00182 INSTALL SALVAGED GRILL EA 2 $500.00 $1,000.00 $1,443.21$2,886.42 $693.00 $1,386.00 $1,620.00 $3,240.00 $1,435.00 $2,870.00 $465.00 $930.00183 DRINKING FOUNTAIN EA 1 $10,000.00 $10,000.00 $11,935.12 $11,935.12 $11,680.00 $11,680.00 $12,706.00 $12,706.00$9,515.00 $9,515.00 $10,690.00 $10,690.00184 CANOPY TREE (2" CAL B&B) EA 98 $700.00 $68,600.00 $714.27 $69,998.46 $779.00 $76,342.00 $867.50 $85,015.00 $677.00 $66,346.00 $745.00 $73,010.003 SectionLine ItemItem DescriptionUofMQuantityUnit PriceExtensionUnit PriceExtensionUnit PriceExtensionUnit PriceExtensionUnit PriceExtensionUnit PriceExtensionRachel Contracting, LLC U.S. SiteWork, Inc. Peterson CompaniesEngineer Estimate Park Construction Company Veit & Company, Inc.185 EVERGREEN TREE (6-8' HT. B&B) EA 9 $500.00 $4,500.00 $647.83 $5,830.47 $617.00 $5,553.00 $867.50 $7,807.50 $625.00 $5,625.00 $765.00 $6,885.00186 ORNAMENTAL TREE (#25 CONT) EA 90 $375.00 $33,750.00 $592.46 $53,321.40 $663.00 $59,670.00 $723.00 $65,070.00 $542.00 $48,780.00 $657.00 $59,130.00187 PERENNIAL PLUG EA 9996 $4.50 $44,982.00 $7.92 $79,168.32 $4.70 $46,981.20 $13.90 $138,944.40 $7.30 $72,970.80 $6.25 $62,475.00188 PERENNIAL (#1 CONT) EA 620 $55.00 $34,100.00 $24.36 $15,103.20 $31.00 $19,220.00 $43.95 $27,249.00 $28.00 $17,360.00 $31.75 $19,685.00189 SHRUB (#3 CONT) EA 130 $100.00 $13,000.00 $56.48 $7,342.40 $149.00 $19,370.00 $86.75 $11,277.50 $109.00 $14,170.00 $113.25 $14,722.50190 TURF SOIL REINFORCEMENT CY 240 $120.00 $28,800.00 $166.69 $40,005.60 $188.00 $45,120.00 $65.45 $15,708.00 $358.00 $85,920.00 $145.25 $34,860.00191 SEEDING - SOCCER FIELD TURF SEED AC 1.7 $18,000.00 $30,600.00 $4,388.70 $7,460.79 $4,540.00 $7,718.00 $5,968.00 $10,145.60 $15,520.00 $26,384.00 $9,195.00 $15,631.50192 SEEDING - SOFTBALL FIELD TURF SEED AC 2.9 $15,000.00 $43,500.00 $4,388.70 $12,727.23 $4,540.00 $13,166.00 $4,811.50 $13,953.35 $15,520.00 $45,008.00 $9,775.00 $28,347.50193 SEEDING - LOW MAINTENANCE TURF SEED AC 2.2 $12,000.00 $26,400.00 $2,722.10 $5,988.62 $2,820.00 $6,204.00 $481.15 $1,058.53 $14,790.00 $32,538.00 $16,100.00 $35,420.00194 SEEDING - NO MOW FESCUE TURF SEED AC 0.2 $4,000.00 $800.00 $2,444.35 $488.87 $2,530.00 $506.00 $4,811.50 $962.30 $14,790.00 $2,958.00 $18,400.00 $3,680.00195 SEEDING - GRASS DOMINANT UPLAND PRAIRIE (NATIVE) AC 2.3 $4,000.00 $9,200.00 $4,944.23 $11,371.73 $5,120.00 $11,776.00 $5,390.00 $12,397.00 $16,460.00 $37,858.00 $3,310.00 $7,613.00196 SEEDING - DIVERSE UPLAND PRAIRIE (NATIVE) AC 0.6 $4,000.00 $2,400.00 $4,722.02 $2,833.21 $4,890.00 $2,934.00 $5,390.00 $3,234.00 $16,460.00 $9,876.00 $4,005.00 $2,403.00197 SEEDING - BIOFILTRATION BASIN (NATIVE) AC 0.8 $4,000.00 $3,200.00 $4,388.70 $3,510.96 $4,540.00 $3,632.00 $5,390.00 $4,312.00 $16,460.00 $13,168.00 $3,900.00 $3,120.00198 SEEDING - DRY CREEK BED (NATIVE) AC 0.1 $4,500.00 $450.00 $3,333.20 $333.32 $3,450.00 $345.00 $5,390.00 $539.00$16,050.00 $1,605.00 $8,050.00 $805.00199 EROSION CONTROL BLANKET SY 18392 $4.00 $73,568.00 $1.56 $28,691.52 $1.60 $29,427.20 $2.15 $39,542.80 $2.10 $38,623.20 $2.75 $50,578.00200 HYDROMULCH AC 7 $9,680.00 $67,760.00 $4,166.49 $29,165.43 $4,310.00 $30,170.00 $5,019.70 $35,137.90 $6,355.00 $44,485.00 $8,670.00 $60,690.00201 NATIVE VEGETATION MAINTENANCE (ANNUAL) EA 3 $22,000.00$66,000.00 $4,999.79 $14,999.37 $5,170.00 $15,510.00 $17,349.20 $52,047.60 $13,130.00 $39,390.00 $13,710.00 $41,130.00202 MONUMENT STONE (CUSTOM) EA 3 $7,500.00 $22,500.00 $15,464.79 $46,394.37 $7,090.00 $21,270.00 $18,968.50 $56,905.50 $6,355.00 $19,065.00 $7,871.00 $23,613.00203 RETAINING WALL BLOCK (H 24"x W 30" x L 36-48") TON 377 $600.00 $226,200.00 $663.33 $250,075.41 $360.00 $135,720.00 $462.65 $174,419.05 $323.00 $121,771.00 $406.50 $153,250.50204 OUTCROPPING STONE (H 24" x W/L 24-36") TON 42 $650.00 $27,300.00 $475.07 $19,952.94 $430.00 $18,060.00 $404.80 $17,001.60 $386.00 $16,212.00 $386.00 $16,212.00205 LARGE BOULDERS (H/W/L 30-36") TON 17 $650.00 $11,050.00$475.07 $8,076.19 $256.00 $4,352.00 $375.90 $6,390.30 $229.00 $3,893.00 $549.50 $9,341.50206 LARGE FIELDSTONE (H/W/L 30-36") TON 120 $580.00 $69,600.00 $297.89 $35,746.80 $256.00 $30,720.00 $416.40 $49,968.00 $229.00 $27,480.00 $290.50 $34,860.00207 MEDIUM BOULDERS (H/W/L 24-30") TON 40 $550.00 $22,000.00$475.07 $19,002.80 $256.00 $10,240.00 $375.90 $15,036.00$229.00 $9,160.00 $447.50 $17,900.00208 MEDIUM FIELDSTONE (H/W/L 24-30") TON 140 $550.00 $77,000.00 $297.89 $41,704.60 $256.00 $35,840.00 $345.00 $48,300.00 $229.00 $32,060.00 $326.50 $45,710.00209 DRY CREEKBED TON 90 $250.00 $22,500.00 $227.02 $20,431.80 $256.00 $23,040.00 $463.00 $41,670.00 $229.00 $20,610.00 $388.00 $34,920.00210 DRY CREEKBED (LINED) TON 140 $310.00 $43,400.00 $315.61 $44,185.40 $256.00 $35,840.00 $463.00 $64,820.00 $355.00 $49,700.00 $1,078.00 $150,920.00211 RIPRAP (ALL TYPES) TON 20 $210.00 $4,200.00 $363.59 $7,271.80 $256.00 $5,120.00 $191.00 $3,820.00 $229.00 $4,580.00 $464.00 $9,280.00212 UNDERGROUND STORAGE (REUSE SYSTEM) LS 1 $75,000.00 $75,000.00 $212,101.89 $212,101.89 $202,980.00 $202,980.00 $255,000.00 $255,000.00 $184,450.00 $184,450.00 $264,420.00 $264,420.00213 LIFT STATION (REUSE SYSTEM) LS 1 $88,000.00 $88,000.00$86,482.01 $86,482.01 $49,690.00 $49,690.00 $81,000.00 $81,000.00 $43,490.00 $43,490.00 $95,490.00 $95,490.00214 4" VENT PIPE TERMINATION EA 2 $3,000.00 $6,000.00 $5,451.47 $10,902.94 $4,290.00 $8,580.00 $4,961.00 $9,922.00$4,695.00 $9,390.00 $5,216.00 $10,432.00215 MAIN DISTRIBUTUION CABINET LS 1 $10,000.00 $10,000.00$42,407.72 $42,407.72 $45,730.00 $45,730.00 $47,190.00 $47,190.00 $2,500.00 $2,500.00 $38,490.00 $38,490.00216 CONCRETE EDGE RESTRAINT WITH SIDEWALK LF 205 $70.00 $14,350.00 $17.01 $3,487.05 $25.50 $5,227.50 $22.20 $4,551.00 $16.50 $3,382.50 $28.80 $5,904.00217 XCEL ELECTRICAL SERVICE - UTILITY ALLOWANCE LS 1 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00BASE BID TOTAL $9,591,356.00$8,830,020.02$9,588,338.81 $9,709,813.48 $9,860,691.56 $10,547,024.37ADD BID ALTERNATIVE 1: FIELD 1 LIGHTING1.1 ALT - FIELD 1 LIGHT POLES LS 1 $339,250.00 $339,250.00 $369,705.00 $369,705.00 $369,880.00 $369,880.00 $381,683.00 $381,683.00 $299,600.00 $299,600.00 $375,430.00 $375,430.001.2 1.5" HDPE CONDUIT LF 1300 $10.00 $13,000.00 $4.76 $6,188.00 $4.80 $6,240.00 $4.95 $6,435.00 $12.50 $16,250.00 $7.15 $9,295.001.3 #8 WIRELF 6300 $3.50 $22,050.00 $1.85 $11,655.00 $1.90 $11,970.00$1.90 $11,970.00 $2.10 $13,230.00 $2.15 $13,545.001.4 #10 WIRELF 1000 $1.50 $1,500.00 $1.35 $1,350.00 $1.40 $1,400.00 $1.40 $1,400.00 $1.80 $1,800.00 $1.35 $1,350.00ALT 1 TOTAL $375,800.00 $388,898.00 $389,490.00 $401,488.00$330,880.00$399,620.00ADD BID ALTERNATIVE 2: SOCCER FIELD LIGHTING2.1 ALT - SOCCER FIELD LIGHT POLES LS 1 $271,400.00 $271,400.00 $338,338.00 $338,338.00 $338,500.00 $338,500.00 $349,297.00 $349,297.00 $284,700.00 $284,700.00 $334,480.00 $334,480.002.2 1.5" HDPE CONDUIT LF 1100 $10.00 $11,000.00 $4.76 $5,236.00 $4.80 $5,280.00 $4.95 $5,445.00 $12.50 $13,750.00 $7.15 $7,865.002.3 #8 WIRELF 4600 $3.50 $16,100.00 $1.85 $8,510.00 $1.90 $8,740.00 $1.90 $8,740.00 $2.10 $9,660.00 $2.15 $9,890.002.4LF 1600 $1.50 $2,400.00 $1.35 $2,160.00 $1.40 $2,240.00 $1.40 $2,240.00 $1.80 $2,880.00 $1.35 $2,160.00ALT 2 TOTAL $300,900.00 $354,244.00 $354,760.00 $365,722.00$310,990.00$354,395.00ADD BID ALTERNATIVE 3: FIELD 2 LIGHTING3.1 ALT - FIELD 2 LIGHT POLES LS 1 $339,250.00 $339,250.00$387,800.00 $387,800.00 $387,980.00 $387,980.00 $400,361.00 $400,361.00 $310,850.00 $310,850.00 $388,740.00 $388,740.003.2 1.5" HDPE CONDUIT LF 1200 $10.00 $12,000.00 $4.77 $5,724.00 $4.80 $5,760.00 $4.95 $5,940.00 $12.50 $15,000.00 $6.85 $8,220.003.3 #8 WIRELF 7000 $3.50 $24,500.00 $1.85 $12,950.00 $1.90 $13,300.00$1.90 $13,300.00 $2.10 $14,700.00 $2.10 $14,700.003.4 #10 WIRELF 1000 $1.50 $1,500.00 $1.35 $1,350.00 $1.40 $1,400.00 $1.40 $1,400.00 $1.80 $1,800.00 $1.40 $1,400.00ALT 3 TOTAL $377,250.00 $407,824.00 $408,440.00 $421,001.00$342,350.00$413,060.00BASE BID + ALT 1 + ALT 2 + ALT 3 TOTAL $10,645,306.00$9,980,986.02$10,741,028.81 $10,898,024.48 $10,844,911.56 $11,714,099.374 H:\HOPK\24X135101000\0_Central Park Improvements & Pavillion Expansion\A_Project Management\2_Contracts\Amendments\Construction Services\Krzos_031026.docx March 10, 2026 Mr. Ryan Krzos, City Planner City of Hopkins 1010 1st St S Hopkins, MN 55343 Re: Proposal for Professional Engineering, Surveying, and Materials Testing Services Central Park Improvements – Construction Phase Services City of Hopkins, Minnesota Mr. Krzos: We are pleased to offer you our proposal for professional engineering, surveying, and materials testing services for the construction phase of the City of Hopkins’ Central Park Improvements. Our proposed services are based on the final design phase of the project completed by Bolton & Menk, Inc. and Barr Engineering. Planned efforts include construction phase observation and administration, construction survey staking, environmental observation and management, and materials testing efforts totaling $1,182,718 for 5,887 planned labor hours by an array of specialized staff from Bolton & Menk, Barr Engineering, and Bruan Intertec, tailored to meet Hopkins’ needs for this project. The enclosed Detailed Work Plan and Estimate of Project Fees further detail our proposed level of effort. In addition to the enclosed standard agreement, Exhibit I details our proposed process and scope of work to be performed. Upon authorization by the Council on March 16, 2026, we will proceed with the construction phase services including scheduling a pre-construction meeting with the Contractor to be awarded the project at the same March 16th Council meeting. As always, thank you for allowing Bolton & Menk, Inc. to submit this proposal for your consideration. Upon your review and approval of this agreement, please sign and return one copy to us. If you have any questions regarding this proposal or would like to discuss any of its details, please do not hesitate to call me. We truly appreciate and value our continued working relationship with the City of Hopkins. Sincerely, Bolton & Menk, Inc. Nicholas J. Amatuccio, P.E. Michael J. Waltman, P.E. Municipal Project Manager | Principal Municipal Practice leader | Principal Cc: Dustin Pavek, Public Works Director, City of Hopkins City of Hopkins Standard Agreement (Modified from 2004 Standard Form) VER. 12/05/2017 Page 1 of 9 AGREEMENT FOR PROFESSIONAL SERVICES CENTRAL PARK IMPROVEMENTS CONSTRUCTION PHASE ENGINEERING SERVICES CITY OF HOPKINS, MINNESOTA This Agreement, made this 16th day of March 2026, by and between CITY OF HOPKINS, 1010 1st St S, Hopkins, MN 55343, hereinafter referred to as CLIENT, and BOLTON & MENK, INC., 12224 Nicollet Avenue, Burnsville, MN 55337, hereinafter referred to as CONSULTANT. WITNESS, whereas the CLIENT requires professional services in conjunction with the CENTRAL PARK IMPROVEMENTS and whereas the CONSULTANT agrees to furnish the various professional services required by the CLIENT. NOW, THEREFORE, in consideration of the mutual covenants and promises between the parties hereto, it is agreed: SECTION I - CONSULTANT'S SERVICES A. The CONSULTANT agrees to perform the various Basic Services in connection with the proposed project as described in Exhibit I. B. Upon mutual agreement of the parties hereto, Additional Services may be authorized as described in Exhibit I or as described in Paragraph IV.B. SECTION II - THE CLIENT'S RESPONSIBILITIES A. The CLIENT shall promptly compensate the CONSULTANT in accordance with Section III of this Agreement. B. The CLIENT shall place any and all information related to the project in its custody at the disposal of the CONSULTANT for its use. Such information shall include but shall not be limited boundary surveys, topographic surveys, preliminary sketch plan layouts, building plans, soil surveys, abstracts, deed descriptions, tile maps and layouts, aerial photos, utility agreements, environmental reviews, and zoning limitations. The CONSULTANT may rely upon the accuracy and sufficiency of all such information in performing services unless otherwise instructed, in writing, by CLIENT. This obligation shall not include information that is classified as private or confidential under the Minnesota Government Data Practices Act (MGDPA), unless access to such information is essential to the CONSULTANT’s scope of services, in which case the CLIENT shall establish in writing, and CONSULTANT shall comply with, any conditions governing access to and use of such private or confidential information. C. The CLIENT will guarantee access to and make all provisions for entry upon both public and private portions of the project and pertinent adjoining properties. D. The CLIENT will give prompt notice to the CONSULTANT whenever the CLIENT observes or otherwise becomes aware of any defect in the proposed project. City of Hopkins Standard Agreement (Modified from 2004 Standard Form) VER. 12/05/2017 Page 2 of 9 E. The CLIENT shall designate a liaison person to act as the CLIENT'S representative with respect to services to be rendered under this Agreement. Said representative shall have the authority to transmit instructions, receive instructions, receive information, interpret and define the CLIENT'S policies with respect to the project and CONSULTANT'S services. F. The CLIENT shall provide such legal, accounting, independent cost estimating and insurance counseling services as may be required for completion of the consultant services described in this agreement. G. The CLIENT will obtain any and all regulatory permits required for the proper and legal execution of the project. H. The CLIENT will hire, when requested by the CONSULTANT, an independent test company to perform laboratory and material testing services, and soil investigation that can be justified for the proper design and construction of the project. The CONSULTANT shall assist the CLIENT in selecting a testing company. Payment for testing services shall be made directly to the testing company by the CLIENT and is not part of this Agreement. City of Hopkins Standard Agreement (Modified from 2004 Standard Form) VER. 12/05/2017 Page 3 of 9 SECTION III - COMPENSATION FOR SERVICES A. FEES. 1. The CLIENT will compensate the CONSULTANT in accordance with the following schedule of fees for the time spent in performance of Agreement services. Schedule of Fees Classification Hourly Rates Sr. Project Manager – Sr. Principal Engineer/Surveyor $200-280/Hour Sr. Project Manager – Principal Engineer/Surveyor $190-250/Hour Project Manager $170-225/Hour Project/Design Engineer /Planner/Surveyor/Landscape Architect $150-220/Hour Specialist (Nat. Resources; GIS; Traffic; Other) $105-220/Hour Senior Technician (Inc. Survey1) $135-195/Hour Technician (Inc. Survey1) $105-195/Hour Administrative/Corporate Specialists $90-150/Hour Structural/Electrical/Mechanical/Architect $125-$225/Hour GPS/Robotic Survey Equipment No Charge CAD/Computer Usage No Charge Routine Photo Copying/Reproduction No Charge Routine Office Supplies No Charge Field Supplies/Survey Stakes & Equipment No Charge Mileage No Charge 1No separate charges will be made for GPS or robotic total stations on Bolton & Menk, Inc. survey assignments; the cost of this equipment is included in the rates for Survey Technicians. 2. Total cost for the services itemized under Exhibit I, Section A (Basic Services) is estimated to be $1,182,718. Itemization of this cost is as shown in the attached DETAILED WORK PLAN and PROJECT FEES tables, attached hereto as Exhibit II. 3. In addition to the foregoing, CONSULTANT shall be reimbursed at cost plus an overhead fee (not-to-exceed 10%) for the following Direct Expenses when incurred in the performance of the work. a. CLIENT approved outside (facilities not owned by CONSULTANT) computer services. b. CLIENT approved outside professional and technical services. c. Outside reproduction and reprographic charges. d. Expendable field supplies and special field equipment rental. e. Other costs for such additional items and services that the CLIENT may require the CONSULTANT to provide to fulfill the terms of this Agreement. 4. Additional services as outlined in Section I.B will vary depending upon project conditions and will be billed on an hourly basis at the rate described in Section III.A.1. 5. The payment to the CONSULTANT will be made by the CLIENT upon billing at intervals not more often than monthly at the herein rates. Itemized invoices identifying all work completed shall be submitted to the CLIENT by CONSULTANT and paid in the same manner as other claims made to the CLIENT. City of Hopkins Standard Agreement (Modified from 2004 Standard Form) VER. 12/05/2017 Page 4 of 9 SECTION IV - GENERAL A. STANDARD OF CARE Professional services provided under this Agreement will be conducted in a manner consistent with that level of care and skill ordinarily exercised by members of the Consultant's profession currently practicing under similar conditions. No warranty, express or implied, is made. B. CHANGE IN PROJECT SCOPE In the event the CLIENT changes or is required to change the scope of the project from that described in Section I and/or the applicable addendum, and such changes require Additional Services by the CONSULTANT, the CONSULTANT shall be entitled to additional compensation at the applicable hourly rates. The CONSULTANT shall give notice to the CLIENT of any Additional Services, prior to furnishing such additional services and the CLIENT must approve an Additional Services in writing. The CLIENT may request an estimate of additional cost from the CONSULTANT, and upon receipt of the request, the CONSULTANT shall furnish such, prior to authorization of the changed scope of work. C. INDEPENDENT CONTRACTOR The CONSULTANT shall at times be deemed an independent contractor. The CONSULTANT is not to be deemed an employee or agent of the CLIENT and has no authority to make any binding commitments or obligations on behalf of the CLIENT except to the extent expressly provided herein. All services provided by the CONSUTANT pursuant to this agreement shall be provide on an independent contractor basis not as an employee of the CLIENT for any purpose including, but not limited to, income tax withholding, workers’ compensation, unemployment compensation, FICA taxes, liability for torts, and eligibility for employee benefits. D. LIMITATION OF LIABILITY CONSULTANT shall indemnify, defend, and hold harmless CLIENT and its officials, agents and employees from any loss, claim, liability, and expense (including reasonable attorneys’ fees and expenses of litigation) arising from, or based in the whole, or in any part, on any negligent act or omission by CONSULTANT’S employees, agents, or subconsultants. In no event shall CLIENT be liable to CONSULTANT for consequential, incidental, indirect, special, or punitive damages. CLIENT shall indemnify, defend, and hold harmless CONSULTANT and its employees from any loss, claim, liability, and expense (including reasonable attorneys’ fees and expenses of litigation) arising from, or based in the whole, or in any part, on any negligent act or omission by CLIENT’S employees, agents, or consultants. In no event shall CONSULTANT be liable to CLIENT for consequential, incidental, indirect, special, or punitive damages. Nothing contained in this Agreement shall be construed as a limitation on or waiver of any immunities or limitations on liability otherwise available to the CLIENT. Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the CLIENT or the CONSULTANT. The CONSULTANT'S services under this Agreement are being performed solely for the CLIENT'S benefit, and no other entity shall have any claim against the CONSULTANT because of this Agreement or the performance or nonperformance of services provided hereunder. The CLIENT agrees to include a provision in all City of Hopkins Standard Agreement (Modified from 2004 Standard Form) VER. 12/05/2017 Page 5 of 9 contracts with contractors and other entities involved in this project to carry out the intent of the paragraph. E. INSURANCE 1. The CONSULTANT agrees to maintain, at CONSULTANT’S expense a commercial general liability and excess umbrella general liability insurance policy or policies insuring CONSULTANT against claims for bodily injury, death or property damage arising out of CONSULTANT’S general business activities. The general liability coverage shall provide limits of not less than $2,000,000 per occurrence and not less than $2,000,000 general aggregate. Coverage shall include Premises and Operations Bodily Injury and Property Damage; Personal and Advertising Injury; Blanket Contractual Liability; Products and Completed Operations Liability. 2. The CONSULTANT also agrees to maintain, at CONSULTANT’S expense, a single limit or combined limit automobile liability insurance and excess umbrella liability policy or policies insuring owned, non-owned and hired vehicles used by CONSULTANT under this Agreement. The automobile liability coverages shall provide limits of not less than $1,000,000 per accident for property damage, $2,000,000 for bodily injuries, death and damages to any one person and $2,000,000 for total bodily injury, death and damage claims arising from one accident. 3. CLIENT shall be named Additional Insured for the above liability policies. 4. The CONSULTANT agrees to maintain, at the CONSULTANT'S expense, statutory worker's compensation coverage together with Coverage B, Employer’s Liability limits of not less than $500,000 for Bodily Injury by Disease per employee, $500,000.00 for Bodily Injury by Disease aggregate and $500,000 for Bodily Injury by Accident. 5. During the period of design and construction of the project, the CONSULTANT also agrees to maintain, at CONSULTANT’S expense, Professional Liability Insurance coverage insuring CONSULTANT against damages for legal liability arising from an error, omission or negligent act in the performance of professional services required by this agreement. The professional liability insurance coverage shall provide limits of not less than $2,000,000 per claim and an annual aggregate of not less than $2,000,000 on a claims-made basis. 6. Prior to commencement of this Agreement, the CONSULTANT will provide the CLIENT with certificates of insurance, showing evidence of required coverages. All policies of insurance shall contain a provision or endorsement that the coverage afforded will not be canceled or reduced in limits by endorsement for any reason except non-payment of premium, until at least 30 days’ prior written notice has been given to the CLIENT, and at least 10 days’ prior written notice in the case of non-payment of premium. F. OPINIONS OR ESTIMATES OF CONSTRUCTION COST Where provided by the CONSULTANT as part of Exhibit I or otherwise, opinions or estimates of construction cost will generally be based upon public construction cost information. Since the CONSULTANT has no control over the cost of labor, materials, competitive bidding process, weather conditions and other factors affecting the cost of construction, all cost estimates are opinions for general information of the CLIENT and the CONSULTANT does not warrant or guarantee the accuracy of construction cost opinions or estimates. The CLIENT acknowledges that City of Hopkins Standard Agreement (Modified from 2004 Standard Form) VER. 12/05/2017 Page 6 of 9 costs for project financing should be based upon contracted construction costs with appropriate contingencies. G. CONSTRUCTION SERVICES It is agreed that the CONSULTANT and its representatives shall not be responsible for the means, methods, techniques, schedules or procedures of construction selected by the contractor or the safety precautions or programs incident to the work of the contractor. H. USE OF ELECTRONIC/DIGITAL DATA Because of the potential instability of electronic/digital data and susceptibility to unauthorized changes, copies of documents that may be relied upon by CLIENT are limited to the printed copies (also known as hard copies) that are signed or sealed by CONSULTANT. Except for electronic/digital data which is specifically identified as a project deliverable by this AGREEMENT or except as otherwise explicitly provided in this AGREEMENT, all electronic/digital data developed by the CONSULTANT as part of the PROJECT is acknowledged to be an internal working document for the CONSULTANT’S purposes solely and any such information provided to the CLIENT shall be on an “AS IS” basis strictly for the convenience of the CLIENT without any warranties of any kind. As such, the CLIENT is advised and acknowledges that use of such information may require substantial modification and independent verification by the CLIENT (or its designees). Provision of electronic/digital data, whether required by this Agreement or provided as a convenience to the Client, does not include any license of software or other systems necessary to read, use or reproduce the information. It is the responsibility of the CLIENT to verify compatibility with its system and long-term stability of media. CLIENT shall indemnify and hold harmless CONSULTANT and its Subconsultants from all claims, damages, losses, and expenses, including attorneys' fees arising out of or resulting from third party use or any adaptation or distribution of electronic/digital data provided under this AGREEMENT, unless such third party use and adaptation or distribution is explicitly authorized by this AGREEMENT. I. DATA PRACTICES All data collected, created, received, maintained, or disseminated, or used for any purposes in the course of the CONSULTANT’S performance of the Agreement is governed by the Minnesota Government Data Practices Act, Minnesota Statutes Section 13.01, et seq. or any other applicable state statutes and state rules adopted to implement the Act, as well as state statutes and federal regulations on data privacy. The Consultant agrees to abide by these statutes, rules and regulations and as they may be amended. In the event the CONSULTANT receives a request to release data, it shall notify CLIENT as soon as practical. The CLIENT will give instructions concerning release of data to requesting party and CONSULTANT will be reimbursed as Additional Services by CLIENT for its reasonable expenses in complying with the request. City of Hopkins Standard Agreement (Modified from 2004 Standard Form) VER. 12/05/2017 Page 7 of 9 J. PERIOD OF AGREEMENT This Agreement will remain in effect for the longer of a period of two years or such other explicitly identified completion period, after which time the Agreement may be extended upon mutual agreement of both parties. K PAYMENTS If CLIENT fails to make any payment due CONSULTANT for services and expenses within 60 days after date of the CONSULTANT'S itemized invoice, a service charge of one and one-half percent (1.5%) per month or the maximum rate permitted by law, whichever is less, will be charged on any unpaid balance. In addition after giving seven days' written notice to CLIENT, CONSULTANT may, without waiving any claim or right against the CLIENT and without incurring liability whatsoever to the CLIENT, suspend services and withhold project deliverables due under this Agreement until CONSULTANT has been paid in full all amounts due for services, expenses and charges. L. TERMINATION This Agreement may be terminated by the CLIENT for any reason or for convenience by the CLIENT upon seven (7) days written notice. The CONSULTANT may only terminate for non- payment by CLIENT upon CLIENT’s failure to cure upon 30 days written notice. M. CONTINGENT FEE The CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT to solicit or secure this Contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift or any other consideration, contingent upon or resulting from award or making of this Agreement. N. NON-DISCRIMINATION The provisions of any applicable law or ordinance relating to civil rights and discrimination shall be considered part of this Agreement as if fully set forth herein. The CONSULTANT is an Equal Opportunity Employer and it is the policy of the CONSULTANT that all employees, persons seeking employment, subcontractors, subconsultants and vendors are treated without regard to their race, religion, sex, color, national origin, disability, age, sexual orientation, marital status, public assistance status or any other characteristic protected by federal, state or local law. O. CONTROLLING LAW This Agreement is to be governed by the law of the State of Minnesota. City of Hopkins Standard Agreement (Modified from 2004 Standard Form) VER. 12/05/2017 Page 8 of 9 P. DISPUTE RESOLUTION CLIENT and CONSULTANT agree to negotiate all disputes between them in good faith for a period of 30 days from the date of notice of dispute prior to proceeding to formal dispute resolution or exercising their rights under law. Q. SURVIVAL All obligations, representations and provisions made in or given in Section IV of this Agreement will survive the completion of all services of the CONSULTANT under this Agreement or the termination of this Agreement for any reason. R. SEVERABILITY Any provision or part of the Agreement held to be void or unenforceable under any law or regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon CLIENT and CONSULTANT, who agree that the Agreement shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. S. AUDIT DISCLOSURE The CONSULTANT must allow the CLIENT, or its duly authorized agents, and the state auditor or legislative auditor reasonable access to the CONSULTANT’s books, records, documents, and accounting procedures and practices that are pertinent to all services provided under this Agreement for a minimum of six years from the termination of this Agreement. [remainder of the page intentionally blank] City of Hopkins Standard Agreement (Modified from 2004 Standard Form) VER. 12/05/2017 Page 9 of 9 SECTION V - SIGNATURES THIS INSTRUMENT embodies the whole agreement of the parties, there being no promises, terms, conditions or obligation referring to the subject matter other than contained herein. This Agreement may only be amended, supplemented, modified or canceled by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in their behalf. CLIENT: City of Hopkins, Minnesota CONSULTANT: Bolton & Menk, Inc. Mike Waltman, P.E. Municipal Practice Leader | Principal 3/16/2026 Date Date City of Hopkins March 10, 2026 1 EXHIBIT I CONSTRUCTION OBSERVATION, ADMINISTRATION, STAKING, MATERIALS TESTING, AND ENVIORMENTAL OBSERVATION/MANAGEMENT CENTRAL PARK IMPROVEMENTS CITY OF HOPKINS, MINNESOTA A. BASIC SERVICES In accordance with the anticipated award of a construction contract by the City of Hopkins to the low bid Contractor, Bolton & Menk, Inc. has been requested to complete construction staking, construction observation, construction administration, construction materials testing, and environmental observation and management services for the City’s Central Park Improvements. Building from our final design scope of services, detailed tasks associated with the work are itemized in the attached Detailed Work Plan and are described below. CONSTRUCTION PHASE SERVICES Construction Staking Construction staking indicating cuts to the line and grade of the proposed utilities will typically be performed at intervals of 50 feet. These utilities include sanitary sewer pipe and manholes; watermain pipe, hydrants, and bends; storm sewer pipe, drain tile, manholes, and catch basins. Curb stakes will be provided along the reconstructed roadways at intervals of 25 feet with additional staking along curb radii and at pedestrian ramps. Sidewalk and trail stakes will be provided along the pedestrian facility at intervals of 25 feet with additional staking along radii and unique features. Stormwater basins and other grading features will be staked at intervals of 50 feet to the top and bottom of the basins. Structure foundations and pad will be staked to each corner. Construction Observation and Administration This project is proposed to be constructed during the 2026 construction seasons and is anticipated to occur over multiple phases of construction between April and November of for the majority of the work. Minimal work may occur over the winter months for the restroom building and it is anticipated that there will be work in April and May of 2027 to finish the plantings and all punch list work. The projected fee estimate is based upon a full 30-week construction season in 2026 plus a partial 10-week construction season in 2027. Full-time construction observation is proposed for this project with the assistance of specialty inspectors for certain aspects of the work including but not limited to electrical, structural, architecture, and landscaping items. The contractor’s use of several construction crews across the multi-phased project will be necessary for timely completion. Duties of the Lead Construction Observer will include attendance at the pre-construction meeting and all construction-related meetings, service as a liaison between the City and City of Hopkins March 10, 2026 2 the contractor, review of the completed work to determine if the project is in general conformance with the plans and specifications, review and scheduling of all materials testing, maintenance of construction documentation, tracking quantities, project closeout including checking in on punch list items, and communication with affected property owners, community organizations, and businesses, as necessary, to address their construction-related concerns and issues. Communication will include notices, phone calls, text messages, emails, and in-person meetings. A project website will also be set up and managed by Bolton & Menk to provide weekly updates to the public and those subscribed to receive construction notification emails or text messages. The Construction Manager will support the Construction Observer to ensure that all duties are being fulfilled to satisfy resident requests, achieve contract compliance, and coordinate needs between the Contractor and City. Bolton & Menk’s Senior Landscape Architect and Landscape Designer will remain engaged through the construction phase of the project. These professionals will review submittals by the contractor including shop drawings and source-specific material selections. These team members will also review plantings and construction of landscape architecture related elements during and following the contractor’s work for quality assurance purposes during park construction. Administration duties by the Project and/or Construction Manager include a coordinating and leading a pre-construction meeting, leading weekly project meetings including distribution of minutes, review of shop drawings and other submittals, coordination with private utilities, sending out weekly email updates to community subscribers, maintaining a project website, preparation of pay estimates, evaluation of change order requests by the Contractor, reviewing Contractor payroll documents for prevailing wage compliance, and responding to RFI’s from the Contractor. Observation and administration services will be completed on an hourly basis. Record Drawings Record drawings detailing the completed improvements as recorded by the construction observers will be completed and furnished to the City in electronic format (PDF plans). These record drawings will also be integrated with the City’s GIS web application. Utilities, valves, and structures will be located (horizontally) after construction using a GPS unit and will also be incorporated in the GIS schematic layout as GIS entities. Subconsultants Bolton & Menk has secured partnerships with Barr Engineering and Braun Intertec for the successful delivery of the construction services phase of the project. Barr’s services will primarily focus on environmental testing and observation, RAP management and documentation, and reporting while Bruan’s services will primarily focus on construction materials testing. The attached proposals from these firms are included as an attachment to our scope of services and have been accounted for within the overall fee estimate. Bruan’s fee estimate also includes additional borings that were necessary for completion of the final design phase of the project. City of Hopkins March 10, 2026 3 B. ADDITIONAL SERVICES Consulting services performed other than those authorized under Section I.A. shall be considered not part of the Contract Services and may be authorized by the CLIENT as additional services. Additional Services consist of those services which are not generally considered to be Contract Services; or exceed the requirements of the Contract Services; or are not definable prior to the commencement of the project; or vary depending on the technique, procedures or schedule of the project contractor. Additional services may consist of the following: 1. Cost of postage for mass mailing (those with greater than 100 recipients). 2. All other services not specifically identified in Section A. barr.com 1 March 10, 2026 Mike Waltman and Nick Amatuccio Bolton & Menk, Inc. 12224 Nicollet Ave Burnsville MN 55337 Re: Hopkins Central Park, Construction Observation scope Dear Nick and Mike: Thank you for the opportunity to continue to provide support for Hopkins Central Park as it is moving into construction. The following scope lists the understanding of Barr tasks and estimated fees. Tasks 1-2 are extensions of tasks initiated within the 2026 Central Park Improvements Final Design phase of work. All others are new tasks in support of construction of the park. Task 1. Soil & Groundwater Management During the 2026 Central Park Improvements Final Design phase of work, several design changes occurred and/or new site information was obtained that resulted in unanticipated design modifications. As design progressed, the project team and the City of Hopkins determined that a more extensive groundwater investigation was warranted. Groundwater monitoring wells were installed and monitored, with findings indicating higher-than-anticipated groundwater levels. Accordingly, the stormwater management system was redesigned to reduce potential groundwater impacts during and after construction. Related, the new information related to groundwater levels resulted in a more complex soil management strategy than initially expected, requiring grading modifications to reduce overall excavation depths. A liner was added to the soccer field due to observed groundwater elevations, which required unanticipated design iterating to optimize earthwork costs, buoyancy risk, and flood storage. The budget for this task includes up to four (4) additional site visits to be completed in 2026 to log groundwater elevations. Task 2. Permitting Support The permit application to Nine Mile Creek Watershed District (NMCWD) was submitted on February 11 which included 90% construction documents. Additional time will likely be necessary to address NMCWD permit staff questions and comments. Ten (10) hours have been estimated to support receiving an approved permit from Nine Mile Creek Watershed District. Task 3. Bidding support and addenda This task includes all work required to support questions from bidders and issuing addenda. Attendance and presentation to City Council for one Barr staff is included. barr.com 2 Task 4. Soil gas sampling and design In response to MPCA’s request to evaluate methane at the site, Barr staff will complete a soil vapor investigation, including soil vapor sampling near the proposed restroom, and across the site where liners are planned and utility corridors or potential conduits for vapor migration are present. Initial methane field screening in late February at existing wells indicated levels that warrant mitigation, so we plan to move forward with design modifications to mitigate methane (and potential volatile organic compound (VOC) impacts, if present) issues related to liner performance and health and safety. The scope of work includes the following: • Develop a work plan and implement soil vapor sampling for volatile organic compounds and fixed gases (including methane). Ten samples are planned using a push probe subcontractor. If the work is done after the ground thaws samples will be collected using hand probe methods. • Design of methane or VOC mitigation measures, which are anticipated to include additional piping below the soccer field liner, venting of methane to above ground, potential venting for the restroom building and installing vapor barriers in utility trenches or pathways to prevent migration. • Prepare a summary report and RAP Addendum to the MPCA describing the results of the soil gas sampling and design modifications to address soil gases. Task 5. Environmental observation, sampling and testing during construction, reporting During earthwork, Barr’s environmental engineers will observe excavation, sample soils and submit for testing, and observe for other environmental concerns and ensure the contractor is managing soils in a way that aligns with the Response Action Plan (RAP). This task includes: • Develop a site-specific health and safety plan for Barr staff and detailed sampling plan for field use. • Provide oversight, field observations and sampling during contractor excavation of test pits prior to full earthwork to assess debris characteristics and extents. This task assumes two days in the field to excavate approximately 10-foot by 150-foot trenches to approximately 10 feet. Soil samples may also be collected to gather information prior to construction to expedite soil management decisions but those laboratory analytical costs are accounted for in the environmental oversight task. • Provide environmental oversight during earthwork including field screening to direct soil management, soil sampling to confirm soil reused onsite as cover or offsite meets MPCA unregulated fill guidelines, and soil sampling to document contamination remaining below the clean cover and documentation for compliance with the RAP. o This task assumes preparation and planning, office support, and eight weeks of earthwork for one field staff (12 hours/day plus 1 hour reporting) and one week (12 hours/day) for a second staff for a total of 720 hours, and associated expenses and laboratory testing costs. Soil laboratory costs assume 24 samples of visually clean, debris free soil are collected to confirm soil reused onsite or exported for offsite reuse meets criteria. The quantity is based on a rate of one sample per 500 cubic yards, assuming 12,000 cubic yards of soil is tested. (Note that this differs from the bid quantities of 7,000 cubic yards of soil being reused onsite and 15,000 cubic yards of clean soil export.) An additional 27 soil samples are planned to barr.com 3 document conditions left in place in the excavated soccer field and BMPs (assuming a rate of one sample per 100 foot spacing across excavation bases and sidewalls and utilizing existing data). • Collect groundwater samples for dewatering discharge permits, if needed. We assume four groundwater samples are collected for MCES permit parameters and site contaminants. • Support for environmental submittals, approval and permitting. This task includes review of the dewatering plan and waste disposal documentation and assisting contractor with obtaining environmental permits for dewatering discharge or landfill waste acceptance approval by providing existing environmental data or review of permit applications or waste profile documents. • Prepare and submit a RAP implementation report, as required by the MPCA • Provide documentation or other support to the City related to the Hennepin County ERF grant reimbursement requests. Task 6. Construction Oversight and Submittal Review Barr’s staff will support Bolton & Menk’s (BMI) full time construction administration upon request and at key points of construction. Barr will provide the following: • Submittal and shop drawing review for: o Liner and attachments o Storm sewer infrastructure o Soccer field wall o Electrical o Mechanical internal to restroom building o Stone materials o Plants and seed mixes o Biofiltration soil o Hydromulch, erosion control blanket • Attendance for one Barr staff at up to 10 construction meetings, upon request. • Field observation for the following site features: o Geotechnical observation following excavation of soccer field, prior to placement of liner to confirm conditions match design assumptions o Stone selection at quarry, stone source o Stone layout pre-activity meeting with contractor and BMI staff  Periodic inspection of headwaters and dry creek bed layout  Review of site photos from primary BMI observation staff o Vegetation  Inspection of site prior to seeding and planting  Inspection of plant material  Plant layout pre-activity meeting with contractor and BMI staff • Field observation for the liner. o Intermittent observation for subgrade inspections for preparation of liner installation/installation of gas mitigation system in the Soccer Field. barr.com 4  BMI will be responsible for verifying that the subgrade in each BMP is ready for geomembrane installation and procuring the proper forms as outlined in the Subgrade Preparation Specification. o Full time observation during liner installation in soccer field • Destructive sampling of geomembrane seams in the Soccer Field will be coordinated by Barr. • Barr will mark the destructive sample locations in the field and ship the samples for third party testing. • The liner installer will perform in-field testing of the destructive samples. o Observation of fill installation over liner around headwall structure, pipes, and pipe penetrations in the Soccer Field • BMI will be responsible for observation of backfill in all other portions of the Project. BMI acknowledges that their construction observer is expected to be watching backfill and verifying contractors are following the required procedures for backfill per specifications. o An inspection of each BMP once liner installation has been completed prior to backfilling. • All destructive samples for each BMP must have passed field and third-party laboratory testing prior to Barr inspection. • Destructive sampling of geomembrane seams in the BMPs will be coordinated by the Liner Installer or by BMI. • The liner installer shall mark out destructs, perform field testing of destructs, and submit destructs to the third-party laboratory for testing. • Barr makes no assurances of the quality or how representative the in-field and laboratory destruct testing will be. • The liner contractor will provide third party sampling results prior to Barr to review prior to final BMP inspection and backfilling. • All destructive tests shall be collected and pass third party testing prior to backfill o Development of a Construction Memo documenting the liner installation activities of the Soccer Field and results of the inspections of the BMPs. • Barr will review the Liner Installer’s final submittals upon completion of geomembrane installation to verify all testing was completed and reported correctly. Task 7. Project Support General project support will be provided in the following areas: • Development of Operations +Maintenance (O+M) Plan for stormwater BMPs, flood basin, and native vegetation. Assumes meetings with City and NMCWD staff, a written and graphic plan to communicate O+M requirements for the site that aligns with city staffing and/or subcontracting. • Interpretive support. As NMCWD staff determine the intent for interpretation at the park, Barr staff will support calculations, data to inform flood marker elevations, written summaries, or graphics to support this effort. barr.com 5 Table 1 Proposed project budget Task Estimated hours Labor subtotal Expenses and Subcontract ors Total Estimated Fees 1. Soil and groundwater management 360 $66,700 $66,700 2. Permitting support 10 $2,100 $2,100 3. Bidding support and addenda 95 $17,700 $17,700 4. Soil gas sampling and design 111 $18,800 $4,645 $23,445 5 . Environmental observation, sampling during construction, reporting 869 $116,160 $54,208 $170,368 6. Construction oversight and submittal review 399 $61,180 $4,975 $66,155 7. Project support 42 $7,725 $7,725 Total $290,365 $63,828 $354,193 Assumptions Construction is assumed to be primarily within seven (7) months of 2026, with planting and restoration potentially extending into 2027. Thank you for the opportunity to provide a scope of work for this project. Please contact us with questions or if you would like to discuss the proposed scope of work. Sincerely, Janna Kieffer Marcy Bean Vice President Project Manager 952.832.2785 952.832.3511 jkieffer@barr.com mbean@barr.com March 9, 2026 Proposal 10008343_001 Nick Amatuccio, PE Bolton & Menk, Inc. 10400 Viking Drive Suite 100 Eden Prairie, MN 55344 Re: Proposal for Construction Materials Testing Services Central Park Improvements Project No. 24X.135101 101 16th Avenue Southeast Hopkins, Minnesota Dear Mr. Amatuccio: Braun Intertec Corporation (Braun Intertec) submits this proposal to provide construction materials testing services for Central Park Improvements in Hopkins, Minnesota. We have completed the geotechnical evaluation and response action/construction contingency plan along with environmental evaluations for this project, so we have a unique understanding of the site and construction challenges. We can aid the construction team by applying this experience and transferring our knowledge developed during the design phase which will provide professional continuity to the construction. Our work on the project to date gives us familiarity with the project team and design development which allows us to understand some of the considerations used when developing the project’s design. With more than 1,000 employee-owners, retaining our firm gives you access to a diverse range of services and professionals you can consult with if the unforeseen occurs. The size of our company also allows us to respond quickly when schedule constraints occur. Our Understanding of Project This is a park improvement project that will include the construction of a restroom facility, a new maintenance shed, play area, and science yard, as well as a new soccer field and two softball fields. This project will include site grading, pavement subgrade preparation, full depth reclamation of existing bituminous and underlying aggregate base, placement of select granular embankment and aggregate base materials, new concrete curb and gutter, sidewalk, pole foundations, signs, and bench footings along with new bituminous pavement for roadway, parking lots and trail. Improvements to the sanitary, storm, and water main utilities will also be part of this project. A stone retaining wall and biofiltration system will also be part of this project. Bolton & Menk, Inc. Central Park Improvements Proposal 10008343_001 March 9, 2026 Braun Intertec Page 2 Available Project Information This proposal was prepared using the following documents and information. ▪ Project plans and specifications prepared by Bolton & Menk, Inc. & Barr Engineering, dated February 12, 2026. ▪ Discussions with Nick Amatuccio with Bolton & Menk, Inc., regarding scope of services, required testing, special inspections and testing rates. Special Inspections Braun Intertec has adopted the International Code Council (ICC) Model Program for Special Inspection to develop the guiding principles for our special inspection program. This model was selected because it was designed by the ICC to assist owners, contractors and building officials in the understanding, administration and enforcement of the special inspection requirements of the International Building Code (IBC). Currently, there are ICC certifications for soils, reinforced concrete, structural masonry, pre-tension/post-tension (pre- stressed) concrete, spray-applied fireproofing, structural steel and bolting, and structural welding. Inspections and Reporting Our special inspectors summarize the nature, extent and results of special inspection activities at the time they are performed on Special Inspection Daily Report forms submitted electronically to the general contractor’s on-site personnel for review and records. These records can also be transmitted electronically to others who may want to review these documents on an agreed upon schedule. When unresolved discrepancies are noted, we will document the issues and work with the design and construction team to bring them to resolution. Special inspection final reports will be prepared and submitted upon completion as required by the requirements of the IBC. Communications Braun Intertec special inspectors will communicate the results of their inspections to the contractor and our supervising engineer each day special inspections are performed. We strive to have our special inspectors develop a working relationship with the project’s structural engineer-of-record. We may attempt contact with the structural engineering consultant periodically to review the work being performed and to request clarifications and direction on any item that may require it. Scope of Services – Construction Materials Testing & Special Inspections Services are performed under the direction of a licensed professional engineer. Testing services will be performed on an on-call, as-needed basis as requested and scheduled by you or your on-site project representative. After reviewing available information to determine compliance with project plans and/or specifications and other design or construction documents, our scope of services for the project will be limited to the tasks defined below. Bolton & Menk, Inc. Central Park Improvements Proposal 10008343_001 March 9, 2026 Braun Intertec Page 3 Soil Related Services ▪ Measure the in-place dry density, moisture content and relative compaction of fill placed for pavement, structure and utility support, and of utility trench backfill for compliance with the project documents. This task includes performing laboratory Proctor tests to provide maximum dry densities from which the relative compaction of fill can be determined, as well as the use of a nuclear density gauge to measure in-place dry densities and moisture contents. ▪ Sample and test clean sand (fine filter aggregate), biofiltration soil sand, coarse filter aggregate, retaining wall backfill, full depth reclamation and aggregate base materials for compliance with the project documents. This task includes laboratory gradation testing of aggregate base material. ▪ Perform MnDOT dynamic cone penetrometer (DCP) tests on aggregate base material. Concrete Related Services ▪ Observe concrete reinforcement placement for concrete placements requiring special inspections. ▪ Observe the general placement of bolts and other embeds in the plastic concrete for concrete placements requiring special inspections. ▪ Sample and test the plastic concrete for slump, air content, temperature and prepare test cylinders for laboratory compressive strength testing with ACI level 1 field technicians. We will perform concrete testing on structural items as required by the IBC. Though not required by the IBC we have included testing for the interior slab on grade, exterior sidewalks, curb and gutter, pole foundations, signs, and bench footings. We assume that we will be able to appropriately dispose of excess concrete (and associated wash water) on site at no additional cost to us. ▪ Measure and report the compressive strength of the concrete test cylinders for compliance with the project documents. A set of three cylinders will be tested at 28 days for each set cast for general concrete. A set of four standard cure cylinders, with two cylinders tested at 7 days and two cylinders tested at 28 days, and four field cure cylinders with two cylinders tested at 7 days and two cylinders tested at 28 days will be cast for structural components. If field cure cylinders are requested, each additional cylinder will be charged at the unit price listed in our cost estimate. ▪ Observe the installation of post-installed anchors on a periodic basis for structural components requiring special inspections. Bituminous Related Services ▪ Sample and test bituminous pavement materials for compliance with the project documents. This task includes Rice specific gravity, Gyratory density, fine aggregate angularity, percent crushed, asphalt content and extracted aggregate gradation tests of the bituminous. ▪ Obtain cores and measure the thickness and density of the compacted bituminous pavement by the core method for compliance with the project documents. We assume the bituminous contractor will cut the cores. Bolton & Menk, Inc. Central Park Improvements Proposal 10008343_001 March 9, 2026 Braun Intertec Page 4 Structural Masonry Related Services ▪ Observe the structural masonry construction and grouting operation on a periodic basis. ▪ Perform structural masonry grout testing and structural masonry unit testing. Structural Steel Related Services ▪ Observe the structural steel welded and bolted connections in the field. ▪ Observe the metal decking connections for orientation, sidelap fasteners, and the hold down connections. Helical Related Services ▪ Observe installation of helical piles on a continual basis during installation. ▪ Document depth, torque and time of helical piles installation. ▪ Prepare helical foundations summary sheets and a final report. Consulting, Project Communication and Reporting Services ▪ Project management, including scheduling of our field personnel. ▪ Review test reports and communicate with you and the parties you may designate such as the project contractor(s), and other project team members, as needed. ▪ Transmit test results to the project team on a weekly basis. Basis of Scope of Work The costs associated with the proposed scope of services were estimated using the following assumptions. If the construction schedule is modified or the contractor completes the various phases of the project at different frequencies or durations than shown in this proposal, we may need to adjust the overall cost accordingly. The scope of work and number of trips required to perform these services are as shown in the attached table. Notable assumptions in developing our estimate include: ▪ We assume it will take 33 trips to complete the nuclear density gauge testing on this project. ▪ We assume compaction testing on aggregate base and retaining wall pad materials will be performed using the Dynamic Cone Penetration (DCP) method; a minimum of three tests will be conducted each trip with five trips assumed. ▪ We assume 56 sets of concrete tests will be required to complete the project. ▪ We assume inspection of the reinforcement associated with structural concrete for the bathroom structure and maintenance shed will be performed prior to testing of the concrete. ▪ The masonry construction will require inspections to be completed every time grout is placed. Grout will be placed with high lift grout techniques. Bolton & Menk, Inc. Central Park Improvements Proposal 10008343_001 March 9, 2026 Braun Intertec Page 5 ▪ We assume three sets of masonry tests will be required to complete the project. ▪ We assume the helical piles will be placed at an average of seven piles per day and require five days to complete. We have assumed that observations will be required on a full-time basis. ▪ We assume it will take two trips to complete test pile observations on this project. ▪ We understand the rebar observations before general concrete placements will be completed by the project representative’s construction oversight manager for non-special inspection placements. ▪ We assume the structural steel fabricator will be AISC certified and review of quality control manual or inspections of the fabrication shop are not required. If this assumption is not correct, please call us and we will provide a cost estimate for the fabrication shop inspections. ▪ We understand your full-time on-site construction observer will observe the test rolling for this project. ▪ We assume bituminous paving will be completed in four days for this project. ▪ We understand that Barr Engineering will be performing environmental testing and observations required for this project. ▪ We assume the project engineer of record will review and approve contractor’s quality control submittals and test results. ▪ You, or others you may designate, will provide us with current and approved plans and specifications for the project. Modification to these plans must also be sent to us so we can review their incorporation into the work. ▪ We will require a minimum of 24 hours’ notice for scheduling inspections for a specific time. Shorter than 24 hours’ notice may impact our ability to perform the requested services, and the associated impacts will be the responsibility of others. If the work is completed at different rates than described above, this proposal should be revised. If the pace of construction is different than described above, this proposal should be revised. Cost and Invoicing We will furnish the services described herein for an estimated fee of $86,841. Our estimated costs are based on industry averages for construction production. Depending on the contractor’s performance, our costs may be significantly reduced or slightly higher than estimated. A tabulation showing our estimated hourly and/or unit rates associated with our proposed scope of services is also attached. The actual cost of our services will be based on the actual units or hours expended to meet the requirements of the project documents. This cost estimate was developed with the understanding that the scope of services defined herein will be required and requested during our normal work hours of 6:00 a.m. to 4:00 p.m., Monday through Friday. Services that we are asked to provide to meet the project requirements or the contractor’s construction Bolton & Menk, Inc. Central Park Improvements Proposal 10008343_001 March 9, 2026 Braun Intertec Page 6 schedule outside our normal business hours will be invoiced using an overtime rate factor. The factor for services provided outside our normal work hours or on Saturday will be 1.25 times the listed hourly rate for the service provided. The factor for services provided on Sunday or legal holidays will be 1.5 times the listed hourly rate for the service provided. We have not included premiums for overtime in our cost estimate; however, we recommend that allowances and contingencies be made for overtime charges. You will be billed only for services provided on a time and materials basis. Because our services are directly controlled by the schedule and performance of others, the actual cost may vary from our estimate. It is difficult to project all of the services and the quantity of services that may be required for any project. If services are required that are not discussed above, we will provide them at the rates shown in the attached table or, if not shown, at our current Schedule of Charges. We will invoice you on a monthly basis. Bolton & Menk, Inc. Central Park Improvements Proposal 10008343_001 March 9, 2026 Braun Intertec Page 7 General Remarks We based the proposed fee on the scope of services described and the assumption that you will authorize our services within 30 days and that others will not delay us beyond our proposed schedule. If anything in this proposal is not consistent with your requirements, please let us know immediately. We will provide our services under the terms of the Subconsultant Master Agreement for Professional Services dated January 8, 2025. To accept this proposal and authorize us to proceed, please sign and return it to us in its entirety. We appreciate the opportunity to present this proposal to you. We will be happy to meet with you to discuss our proposed scope of services further and clarify the various scope components. Braun Intertec will not release any written reports until we have received a signed agreement. Ordering services from Braun Intertec constitutes acceptance of the terms of this proposal. To have questions answered or schedule a time to meet and discuss our approach to this project further, please contact Colin Keane at 612.704.2674 (ckeane@braunintertec.com). Sincerely, Braun Intertec Corporation Colin M. Keane Staff Engineer John P. Rutherford Senior Project Manager Kevin S. Zalec, PE Senior Manager, Senior Engineer Attachment: Cost Estimate Table The proposal is accepted, and Braun Intertec is authorized to proceed. _____________________________________________ Authorizer’s Firm _____________________________________________ Authorizer’s Signature _____________________________________________ Authorizer’s Name (please print or type) _____________________________________________ Authorizer’s Title _____________________________________________ Date 1 Fee Estimate 10008343_001 City of Hopkins - Central Park Improvements Client: Work Site Address: Bolton & Menk, Inc. Nick Amatuccio 10400 Viking Drive Suite 100 Eden Prairie, MN 55344 101 16th Avenue Southeast Hopkins, Minnesota 55343 BMI Project #24X.135101 Qty/Hours Rate Amount Task 1: City of Hopkins - Central Park Improvements Subtask 1.1: Laboratory Testing $20,590.00 Soil Proctor MD Relationship (Standard) each 18.00 216.00 $3,888.00 Soil Sieve Analysis with 200 wash, each 10.00 168.00 $1,680.00 Full Depth Reclamation 2 Ea @ 1 Qty 2.00 CL-5 Aggregate Base 3 Ea @ 1 Qty 3.00 Clean Sand - Fine Filter Aggregate 1 Ea @ 1 Qty 1.00 Biofiltration Soil - Concrete Sand 1 Ea @ 1 Qty 1.00 Select Granular Borrow 1 Ea @ 1 Qty 1.00 Coarse Filter Aggregate 1 Ea @ 1 Qty 1.00 Stone Retaining Wall Backfill 1 Ea @ 1 Qty 1.00 Asphalt Content of Aggregate Base each 1.00 176.00 $176.00 Soil Topsoil Testing with Nutrients each 2.00 445.00 $890.00 Prescribed Topsoil - Soccer Field 1 Ea @ 1 Qty 1.00 Biofiltration Soil - Topsoil 1 Ea @ 1 Qty 1.00 Concrete Compressive Strength Cylinders each 201.00 42.00 $8,442.00 Curb and Gutter 7 Sets @ 3 Qty 21.00 Flatwork - Sidewalk & Pavement 19 Sets @ 3 Qty 57.00 Splash Block 4 Sets @ 3 Qty 12.00 Pole Foundations (Light, Fence & Foul) 9 Sets @ 3 Qty 27.00 Park Signs 2 Sets @ 3 Qty 6.00 CIP Soccer Field Wall 1 Sets @ 3 Qty 3.00 Maintenance Strip & Edge Restraint 3 Sets @ 3 Qty 9.00 Bench Footings / Slabs 6 Sets @ 3 Qty 18.00 Grade Beams - Restroom 1 Sets @ 8 Qty 8.00 Mat Slab Foundation - Restroom 1 Sets @ 8 Qty 8.00 Stoop - Restroom 1 Sets @ 8 Qty 8.00 Slab on Grade - Restroom & Maintenance Shed 2 Sets @ 8 Qty 16.00 Masonry Physical Measurements and Absorption each 3.00 97.00 $291.00 Masonry Grout Compressive strength each 12.00 84.00 $1,008.00 Bathroom Facility Masonry Block 3 Set @ 4 Qty 12.00 MnDOT Asphalt Verification, per sample 4.00 810.00 $3,240.00 Asphalt Thickness and Density of Core each 12.00 64.00 $768.00 Masonry Compressive Block each 3.00 69.00 $207.00 Subtask 1.2: Soils Testing & Special Inspections $16,157.00 Soil Compaction Testing - Nuclear Density Testing 82.50 102.00 $8,415.00 Subgrade Preparation (Roadway) 2 Trips @ 2.5 Hr 5.00 Subgrade Preparation (Sidewalk/Trail) 2 Trips @ 2.5 Hr 5.00 Select Granular Borrow 1 Trip @ 2.5 Hr 2.50 Utility Backfill - Storm, Sanit & WM 10 Trips @ 2.5 Hr 25.00 Decomposed Granite Surfacing 1 Trip @ 2.5 Hr 2.50 Decomposed Granite Surfacing Sub-base 1 Trip @ 2.5 Hr 2.50 Stone Retaining Wall Subgrade 1 Trip @ 2.5 Hr 2.50 Stone Retaining Wall Backfill 1 Trip @ 2.5 Hr 2.50 2 Qty/Hours Rate Amount Geomembrane Anchor Trench 2 Trips @ 2.5 Hr 5.00 Site Grading 10 Trips @ 2.5 Hr 25.00 Building Pad 2 Trips @ 2.5 Hr 5.00 Soil Compaction Testing - DCP Testing 15.00 102.00 $1,530.00 CL-5 Aggregate Base (Roadway) 2 Trips @ 3 Hr 6.00 CL-5 Aggregate Base (Sidewalk) 2 Trips @ 3 Hr 6.00 CL-5 Stone Retaining Wall Pad 1 Trip @ 3 Hr 3.00 Soil Sample pick-up 11.00 102.00 $1,122.00 Sample Pickup 11 Trips @ 1 Hr 11.00 Nuclear moisture-density meter charge, per hour 82.50 32.00 $2,640.00 Trip Charge 49.00 50.00 $2,450.00 Subtask 1.3: Concrete Testing & Special Inspections $23,066.00 Concrete Testing 140.00 102.00 $14,280.00 Curb and Gutter 7 Trips @ 2.5 Hr 17.50 Flatwork - Sidewalk & Pavement 19 Trips @ 2.5 Hr 47.50 Splash Block 4 Trips @ 2.5 Hr 10.00 Pole Foundations (Light, Fence & Foul) 9 Trips @ 2.5 Hr 22.50 Park Signs 2 Trips @ 2.5 Hr 5.00 CIP Soccer Field Wall 1 Trip @ 2.5 Hr 2.50 Maintenance Strip & Edge Restraint 3 Trips @ 2.5 Hr 7.50 Bench Footings / Slabs 6 Trips @ 2.5 Hr 15.00 Grade Beams - Restroom 1 Trip @ 2.5 Hr 2.50 Mat Slab Foundation - Restroom 1 Trip @ 2.5 Hr 2.50 Stoop - Restroom 1 Trip @ 2.5 Hr 2.50 Slab on Grade - Restroom & Maintenance Shed 2 Trips @ 2.5 Hr 5.00 Concrete Cylinder Pick Up 28.00 102.00 $2,856.00 Cylinder Pickup 28 Trips @ 1 Hr 28.00 Concrete Observations 11.50 120.00 $1,380.00 Grade Beams - Restroom 1 Trip @ 1.5 Hr 1.50 Mat Slab Foundation - Restroom 1 Trip @ 1.5 Hr 1.50 Stoop - Restroom 1 Trip @ 1.5 Hr 1.50 Slab on Grade - Restroom & Maintenance Shed 2 Trips @ 1.5 Hr 3.00 Epoxy Anchor Observations 2 Trips @ 2 Hr 4.00 Trip Charge 91.00 50.00 $4,550.00 Subtask 1.4: Bituminous Testing $2,114.00 Soil Sample pick-up 6.00 102.00 $612.00 SPWEA240C 3 Trips @ 1.5 Hr 4.50 SPWEA240B 1 Trip @ 1.5 Hr 1.50 Bituminous Coring 9.00 128.00 $1,152.00 Mark & Observe Bituminous Cores 3 Trips @ 3 Hr 9.00 Trip Charge 7.00 50.00 $350.00 Subtask 1.5: Masonry Testing & Special Inspections $1,866.00 Masonry Observations 10.50 120.00 $1,260.00 Bathroom Facility Masonry Testing 3 Trips @ 3.5 Hr 10.50 Masonry Sample Pick up 3.00 102.00 $306.00 Masonry Sample Pickup 3 Trips @ 1 Hr 3.00 Trip Charge 6.00 50.00 $300.00 Subtask 1.6: Steel Observations & Special Inspections $2,404.00 Special Inspector Steel 18.00 128.00 $2,304.00 Steel Special Inspection Observations 2 Trips @ 4 Hr 8.00 Trip Charge 2.00 50.00 $100.00 Subtask 1.7: Deep Foundations Observations $7,310.00 Deep Foundations Observations 50.00 120.00 $6,000.00 Helical Pile Observations 5 Trips @ 8 Hr 40.00 Load Tests 2 Trips @ 5 Hr 10.00 Project Engineer 5.00 192.00 $960.00 3 Qty/Hours Rate Amount Trip Charge 7.00 50.00 $350.00 Subtask 1.8: Project Management $13,334.00 Project Manager 44.00 186.00 $8,184.00 Senior Project Manager 11.00 218.00 $2,398.00 Project Assistant 22.00 102.00 $2,244.00 Principal Engineer 2.00 254.00 $508.00 Task 1 Total: $86,841.00 Project Total $86,841.00 January 13, 2026 Project B2507850 Nick Amatuccio, PE Bolton & Menk 10400 Viking Drive Eden Prairie, MN 55344 Re: Change Order 1 Hopkins Central Park 1100 Excelsior Boulevard Hopkins, Minnesota Dear Mr. Amatuccio: Braun Intertec Corporation (Braun Intertec) submits Change Order 1 to complete 5 additional borings to nominal depths of 50-feet. These borings are to provide information regarding the design of helical piles for support of field light poles and a restroom structure for the Hopkins Central Park project in Hopkins, Minnesota. These additional borings will be utilized in addition to the information collected from drilling performed under both this project and previous borings completed under Braun Intertec project number B2408367. Previous boring depths ranged from 14 1/2 feet to 31 feet below the ground surface providing information regarding highly variable fill (ranging from 12 to 19 1/2 feet), organic layers, and debris which were all underlain by glacial or alluvial soils. This Change Order amends the agreement between the parties dated July 29, 2025, related to the above-referenced Project (“Agreement”) in the manner set forth below. Fees Authorization of this Change Order will affect the overall project budget as shown in Table 1 below. Table 1. Project Budget Summary Description Amount Current Authorized Contract Amount $ 15,560 Change Order 1 Site Layout - Staking - Utility Clearance - CADD $ 875 Drilling Services $ 8,753 Geotechnical Soil Tests $ 1,525 Evaluation/Analysis/Reports $ 3,800 Requested Change Order 1 Total $ 14,953 Revised Budget Total $ 30,513 DETAILED WORK PLAN & ESTIMATE OF PROJECT FEESESTIMATED PERSON-HOURS & FEESCENTRAL PARK IMPROVEMENTS: CONSTRUCTION SERVICESCITY OF HOPKINS, MINNESOTA3/10/2026CLIENT: CITY OF HOPKINS, MINNESOTAPROJECT:CONSULTANT:CENTRAL PARK IMPROVEMENTSBOLTON & MENK, INC.Task No. Work Task DescriptionCONSTRUCTION SERVICES1.0Construction Phase Startup (Precon, Resident Coordination, Contractor Coordination, etc.)12 48 40 96 16 8 16 16 40 16 308 $56,4722.0Construction Contract Administration - 2026 (30 weeks @ 10 hrs/week)60 3008 12 12 90 160 642 $116,7503.0Construction Contract Administration - Spring 2027 (8 weeks @ 5 hrs/week)10 404 4 4 20 24 106 $18,8204.0Construction Observation - 2026 (Lead Observer - 30 weeks @ 30 hrs/week)40 516 900 180 41640 $240,3605.0Construction Observation - Spring 2027 (Lead Observer - 8 weeks @ 15 hrs/week)120 80 4204 $34,9206.0Environmental Observation, Sampling, Reporting, and Management1886 1886 $389,6127.0Construction Materials Testing and Additional Soil Borings (Braun Intertec)N/A $111,9738.0 Construction Staking70 160 525 755 $152,3759.0 As-Builts/Record Drawings 10 40 404 8 32 134 $23,49610.0 Project Closeout, Punch List 12 40 10 80 40 30212 $37,940TOTAL HOURS 94 438 90 852 980 306 20 40 32 150 74 168 557 200 18865887$1,182,718Structural EngineerConstruction ObserverComm. SpecialistTotal Estimated CostESTIMATED HOURLY BASED PERSON-HOURS & FEEIrrigation SpecialistTotal Estimated HoursPrincipal-in-ChargeProject ManagerSenior Landscape ArchitectPrincipal Survey ManagerSurvey TechnicianConstruction ManagerLandscape ArchitectSurvey Crew ChiefArchitectClerical Barr Engineering