You are on page 1of 485

CONTRACT DOCUMENTS AND

SPECIAL PROVISIONS FOR


34th STREET S. AND 24TH AVENUE S.
RAILROAD CROSSINGS
CITY OF MOORHEAD, MINNESOTA
S.P. 144-135-15 (34th Street)
S.P. 144-136-12 (S.E. Main Avenue)
S.P. 144-140-01 (24th Avenue)
CITY PROJECT NO. 04-2-1B
MN. PROJECT NO.
HPP S224(002)

This plan and/or specification was prepared


specifically for this project, and any reuse of details
or specifications on other projects is not intended or
authorized by the designer. Liability for any reuse on
other projects is the responsibility of the person,
agency or corporation using plan or specification
data from this project.

June 2010

SRF No. 7022


34th STREET S. AND 24TH AVENUE S. RAILROAD CROSSINGS
MOORHEAD, MINNESOTA
S.P. NOS. 144-135-15, 144-136-12, & 144-140-01
CITY PROJECT NO. 04-2-1B

INDEX
Number
of Pages
ADVERTISEMENT FOR BIDS…………………………………………………………….. 3
INSTRUCTION TO BIDDERS……………………………………………………………... 2
FORM OF PROPOSAL…………………………………………………………………….. 4
FORM OF CONTRACT…………………………………………………………………….. 2
PERFORMANCE BOND……………………………………………………………….…... 3
PAYMENT BOND…………………………………………………………………….….….. 3
CERTIFICATE OF COMPLIANCE WITH:
MINNESOTA WORKER’S COMPENSATION LAW……………………………. 1
WITHHOLDING AFFIDAVIT FOR CONTRACTORS…………………………… 2
EXEMPTION FROM SURETY DEPOSITS FOR
NON-MINNESOTA CONTRACTORS……………………………………………. 2

ADMINSTRATIVE ATTACHMENTS:
x To the City of Moorhead Council Members…………………………………… 2
x Notice to Bidding Internet Specs ................................................................... 2
x Notice to All Bidders and (To Report Bid Rigging)…………………………..1
x Limitation on use of Contract Funds for Lobbying…………………………. 6
x Federal Aid Report Notice – (By signing and submitting this
proposal)……………………………………………………………….…………… 2
x Notice to Bidders
(Suspensions/Debarments)………………………………………………………. 1
x Federally Funded Construction Contracts – Special Provisions
DIVISION A –LABOR………………………………………………..…………... 11
Sect. Section
No.
I PREAMBLE
II DEFINITIONS
III SCOPE – SPECIAL PROVISIONS DIVISION A & CONTRACT
IV PAYROLLS AND STATEMENTS
V WAGE RATES
VI BONA FIDE FRINGE BENEFITS
VII OVERTIME
VIII LABOR CLASSIFICATIONS
IX APPRENTICES, TRAINEES AND HELPERS
X SUBCONTRACTING PART OF THIS CONTRACT
XI POSTER BOARDS
XII EMPLOYEE INTERVIEWS

XIII TRUCKING / OFF SITE FACILITIES


XIV CHILD LABOR
XV NON-COMPLIANCE AND ENFORCEMENT

Number
of Pages

x Notice to Bidders (Traffic Control Prevailing Wage Coverage)…………….. 2


x Federal Wage Rates………………………………………………………………… 3
x Notice to Bidders (Prompt payment to subcontractors)……….……………. 1
x State Wage Rates…………………………………….…………………….……….13
x Notice of Certification of Truck Rental Rates……………………………….…. 2

GENERAL CONDITIONS & CITY SPECIFICATIONS…………………………………. 23


SECTION DESCRIPTION
00700 CITY OF MOORHEAD GENERAL CONDITIONS…………………...................... 12
00800 CITY OF MOORHEAD INSURANCE REQUIREMENTS……………………..…… 3
04000 CITY OF MOORHEAD SPECIFICATIONS FOR SEWER AND WATER SERVICE
CONSTRUCTION……………………..……………………………………………….. 3
CITY OF MOORHEAD MATERIAL SPECIFICATIONS FOR SEWER
05000
CONSTRUCTION……………………..……………………………………………….. 5

DIVISION S………………………………………………………………………………… 165


DIVISION SS………………………………………………………….…………………….. 26

SPECIAL PROVISION ATTACHMENTS:


x Disadvantaged Business Enterprise (DBE) Special Provisions………….. 20
x Notice to Bidders (Schedule of Prices)…………………………………………. 1
x Stipulation for Foreign Iron or Steel Materials………………………………… 1
x Attachment CM 32-34………………………………………………………….…… 1
x Non-Collusion Affidavit….………………………………………………….….…. 1
x Form 21126D………………………………………………………………………….1
x (1910) Fuel Escalation Clause dated September 19, 2005 ………….……... 3
x Application for General Stormwater Permit for Construction Activities…. 5
x Application for Permit Transfer/Modification…………………………………...2
x Minnesota Wetland Conservation Act Affidavit/Exemption Evidence for
Local Government Units…………………………………………………………….1
x Buffalo-Red River Watershed District Completion Report............................2
x General Construction Agreement (For Construction Projects Performed by
an City’s Contractor on or Adjacent to BNSF’s Property)…………………….6
x Exhibit “C” Contractor Requirements…………………………………………….7
ADVERTISEMENT FOR BIDS

Sealed Bids will be received by the City of Moorhead, Minnesota, in the Basement East Conference
Room of the City of Moorhead’s City Hall at 500 Center Avenue, until 10 A.M., C.S.T., Thursday,
July 22, 2010, at which time they will be publicly opened and read aloud for the furnishing of all
labor, materials, and all else necessary for the following:

Grading, Concrete and Bituminous Surfacing, Drainage, Signing and Striping, Traffic Signal
and Bridge No. 14J86 on 34th Street South from S.E. Main Avenue to 550 feet east of S.E.
Main Avenue and on 24th Avenue South from S.E.Main Avenue to 200 feet east of S.E. Main
Avenue
Eng. Number: 04-2-1B, S.P. 144-135-15, S.P. 144-136-12, and S.P. 144-140-01

In general, work consists of the following approximate quantities:

Excavation - Common 8,500 Cu. Yd.


Excavation - Subgrade 1,700 Cu. Yd.
Common Embankment (CV) 7,300 Cu. Yd.
Select Granular Embankment 1,800 Cu. Yd.
Aggregate Base Class 5 800 Cu. Yd.
Concrete Pavement 4,000 Sq. Yd.
Bituminous Pavement 560 Ton
Concrete Box Culvert 325 Lin. Ft.
Concrete Walk 12,600 Sq. Ft.
Concrete Curb and Gutter 2,230 Lin. Ft.
Signal System 1 Each
Seeding 4.3 Acre
Sodding 900 Sq. Yd.
Pavement Striping 11,400 Lin. Ft.

The attention of the bidders is directed to know that the 2005 Minnesota Department of
Transportation Standard Specifications for Highway Construction shall govern this project
except as stated in the proposal.

Minimum wage rates to be paid by the Contractors have been predetermined and are subject to
the Work Hours Act of 1962, P.L. 87-581 and implementing regulations.

READ CAREFULLY THE WAGE SCALES AND DIVISION A OF THE SPECIAL


PROVISIONS AS THEY AFFECT THIS/THESE PROJECT/PROJECTS

The Minnesota Department of Transportation hereby notifies all bidders:

in accordance with Title VI of the Civil Rights Act of 1964 (Act), as amended and Title 49, Code
of Federal Regulations, Subtitle A Part 21, Non-discrimination in Federally-assisted programs of
the Department of Transportation, it will affirmatively assure that in any contract entered into
pursuant to this advertisement, disadvantaged business enterprises will be afforded maximum
opportunity to participate and/or to submit bids in response to this invitation, and will not be
discriminated against on the grounds of race, color, disability, age, religion, sex or national origin
in consideration for an award;

in accordance with Title VI of the Civil Rights Act of 1964 as amended, and Title 23, Code of
Federal Regulations, Part 230 Subpart A-Equal Employment Opportunity on Federal and
Federal-Aid Construction Contracts (including supportive services), it will affirmatively assure
increased participation of minority groups and disadvantaged persons and women in all phases of
the highway construction industry, and that on any project constructed pursuant to this
advertisement equal employment opportunity will be provided to all persons without regard to
their race, color, disability, age, religion, sex or national origin;

in accordance with the Minnesota Human Rights Act, Minnesota Statute 363A.08 Unfair
discriminatory Practices, it will affirmatively assure that on any project constructed pursuant to
this advertisement equal employment opportunity will be offered to all persons without regard to
race, color, creed, religion, national origin, sex, marital status, status with regard to public
assistance, membership or activity in a local commission, disability, sexual orientation, or age;

in accordance with the Minnesota Human Rights Act, Minnesota Statute 363A.36 Certificates of
Compliance for Public Contracts, and 363A.37 Rules for Certificates of Compliance, it will
assure that appropriate parties to any contract entered into pursuant to this advertisement possess
valid Certificates of Compliance.

If you are not a current holder of a compliance certificate issued by the Minnesota Department of
Human Rights and intend to bid on any job in this advertisement you must contact the
Department of Human Rights immediately for assistance in obtaining a certificate.

The following notice from the Minnesota Department of Human Rights applies to all contractors:

"It is hereby agreed between the parties that Minnesota Statute, section 363A.36 and Minnesota
Rules, parts 5000.3400 to 5000.3600 are incorporated into any contract between these parties
based on this specification or any modification of it. A copy of Minnesota Statute 363A.36 and
Minnesota Rules, parts 5000.3400 to 5000.3600 is available upon request from the contracting
agency."

"It is hereby agreed between the parties that this agency will require affirmative action
requirements be met by contractors in relation to Minnesota Statute 363A.36 and Minnesota
Rules 5000.3600. Failure by a contractor to implement an affirmative action plan or make a good
faith effort shall result in revocation of its certificate or revocation of the contract (Minnesota
Statute 363A.36, Subd. 2 and 3)."

A minimum goal of 7.0% Good Faith Effort to be subcontracted to Disadvantaged Business


Enterprises.

Complete digital Bidding Documents are available at either www.questcdn.com or at the City’s
website at www.cityofmoorhead.com/city_services/engineering.asp. You may view the digital plan
documents at no charge through the City’s website or download the digital plan documents for $25
by inputting Quest Project #1133208 on the website’s Project Search page. Please contact
QuestCDN.com at 952-233-1632 or info@questcdn.com for assistance in free membership
registration, downloading, and working with this digital project information. An optional paper set
of Bidding Documents is also available from Docunet Corporation for a nonrefundable price of
$100. Please contact Docunet at 763-475-9600 to obtain paper Bidding Documents. The City will
only receive bids from bidders who are on the approved Plan Holder’s List. To be on the approved
Plan Holder’s List, bidders must either purchase the plans through one of the above websites or
from Docunet. Paper Bidding Documents may also be viewed at the City of Moorhead Engineering
Department and at Houston Engineering. Direct inquiries to Engineer’s Project Manager: Tom
Trowbridge at (218) 299-5390
Each bidder must submit with his bid a certified or a cashier's check upon some reputable bank
of the State of Minnesota, payable to the City of Moorhead, for at least ten (10) percent of the
total amount of such bid, which check and the amount thereof, shall be forfeited to the City of
Moorhead, as liquidated damages if the bidder upon the letting of the contract to him, shall fail to
enter into the contract so let. The bidder may submit a bidder's bond written through an
insurance agency or cash in the same amount in lieu of a certified check. The successful bidder
will be required to furnish contract performance and payment bonds, each in the full amount of
the contract.

All bids shall be sealed, shall contain a deposit of the type specified above, and may be filed with
the City Clerk during normal office hours (8:00 a.m. to 4:30 p.m.) or hand carried to the meeting
prior to the scheduled bid opening as specified above. The Owner reserves the right to retain the
deposits of the 3 lowest Bidders for a period not to exceed 45 days after the date and time set for the
Opening of Bids. No Bids may be withdrawn for a period of 45 days after the date and time set for
the Opening of Bids.

The Owner reserves the right to reject any and all Bids, to waive irregularities and informalities
therein, and further reserves the right to award the Contract to the best interests of the Owner.

Jill Wenger – City Clerk


City of Moorhead, Minnesota

Publish in Fargo Forum, June 28th, July 5th, & July 12th, 2010
Publish in Duluth News Tribune, June 28th, 2010
INSTRUCTIONS TO BIDDERS

Bidder's Responsibility for Conditions of Work and Site: Bidders shall make all necessary
investigations to satisfy themselves as to the conditions and nature of the soil and other
characteristics of the proposed site or sites of the project, and otherwise inform themselves
of all facilities or difficulties that may be encountered in the complete execution of all the
work included in or implied by the contract, in accordance with the plans and specifications.

Bidders are required to examine all drawings and data mentioned in the specifications,
contract and proposal as being on file in the office of the City Clerk of Moorhead for
examination by bidders. No plea of ignorance of conditions that exist, or of conditions or
difficulties that may be encountered in the execution of the work under investigations will
be accepted as an excuse for failure or omission on the part of the contract, specifications
and plans, or will be accepted as a basis for any claims whatsoever for added
compensation. Upon application, all available information in the possession of the City
Engineer will be shown to the bidders but the correctness of any such information is not
guaranteed.

Submitting Proposals: Bids will be opened in the Basement East Conference


Room of the City of Moorhead at 10:00 a.m. on July 22, 2010. All bids must be
made upon blank forms of proposal attached hereto and the prices of the work
proposed shall be given in plain or typed figures. In case of discrepancy between a unit
bid price and the extension, the unit price shall govern. The proposal must be signed in
ink by the bidder. All papers bound with or attached to the proposal from
(including the entire Special Provisions booklet) are a necessary part thereof and
must not be detached. The blank spaces in the proposal form must be correctly filled
in where indicated for each and every item, with totals and grand totals. Any proposal,
which is incomplete, obscure, or irregular, may be rejected. A bid shall be rejected if it
contains any alterations or erasures which are not corrected as follows: 1) the
alteration or erasure must be crossed out and the correction thereof printed in ink or
typewritten adjacent thereto; and 2) the correction must be initialed in ink by the person
signing the bid proposal. All bidders must be on the official plan holders list to be able to
submit a bid. All bids, when properly made and signed shall be placed in a sealed
envelope which envelope shall be plainly marked, “Grading, Concrete and
Bituminous Surfacing, Drainage, Signing and Striping, Traffic Signal and Bridge
No. 14J86 on 34th Street South from S.E. Main Avenue to 550 feet east of S.E. Main
Avenue and on 24th Avenue South from S.E.Main Avenue to 200 feet east of S.E.
Main Avenue, Eng No. 04-2-1B, S.P. 144-135-15, S.P. 144-136-12, and S.P. 144-140-
01” and addressed to: Jill Wenger, City Clerk, City of Moorhead, PO Box 779,
Moorhead, Minnesota 56561.

Each bidder, when requested by the City, shall submit the following information and data
upon 48 hours notice:

a. The location of bidders' permanent place of business.

b. A statement of equipment, which the bidder proposes to use on the project.


00100-1
Federal/State
Revised 6/24/10
c. A financial statement showing assets and liabilities as of a time longer than six
months previous to the time of bidding, and financial references.

d. A statement listing projects of a similar nature, which the bidder has actually
constructed.

e. A list of proposed subcontractors, suppliers, and materials to be used on the


project.

-END OF SECTION-

00100-2
Federal/State
Revised 6/24/10
FORM OF PROPOSAL
(Unit Price Contract)

TO: The Mayor and City Council


Moorhead, Minnesota
Basement East Conference Room
10:00 a.m. Thursday, July 22, 2010

The undersigned, being familiar with local conditions which may affect the cost of the work,
and with the provisions of the contract documents including the Advertisement for Bids,
Form of Contract, General Conditions, Plans and Specifications and Special Provisions all
on file in the office of the City Clerk of Moorhead, Minnesota hereby proposes to furnish all
labor, material, equipment and services necessary for the “Grading, Concrete and
Bituminous Surfacing, Drainage, Signing and Striping, Traffic Signal and Bridge No.
14J86 on 34th Street South from S.E. Main Avenue to 550 feet east of S.E. Main
Avenue and on 24th Avenue South from S.E.Main Avenue to 200 feet east of S.E. Main
Avenue, Eng No. 04-2-1B, S.P. 144-135-15, S.P. 144-136-12, and S.P. 144-140-01” in
the City of Moorhead.

In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that
BIDDER has examined and carefully studied the Bidding Documents and any Addenda.

00300-1
Revised 6-18-08
FORM OF PROPOSAL SIGNATURE SHEET

Accompanying this proposal is a certified check, cash or bidder's bond in the amount of 5%
of the bid which shall serve as a guaranty that, should this proposal be accepted by the
City, the undersigned will enter into a Contract with the City for the performance of the work
at the unit prices stipulated herein.

The undersigned further agrees that within ten (10) days from the date of "Notice of Award"
of this bid, he or they will execute the Contract and furnish to the City of Moorhead,
Minnesota, satisfactory Contract Bonds, in conformance with MSA 574.26 for the full
amount of the proposal, guaranteeing the faithful performance of the work and the
payment of bills; and that, within said ten (10) days, he or they shall furnish evidence or
certification of all necessary or required approval of the City Attorney.

The undersigned further agrees that he or they will begin work on this project within fifteen
(15) days of the issuance of the Notice to Proceed and shall complete the work as set forth
in the Special Provisions.

In submitting this bid, it is understood that the right is reserved by the City to reject any or
all bids and to waive informalities. It is further understood that this bid may not be
withdrawn for a period of at least 45 days from the date of the opening of the bids, unless
otherwise determined by the City Council.

The Undersigned hereby acknowledges receipt of all addenda:

DATE: ________________

FIRM NAME: _______________________________________

ADDRESS: _______________________________________

CITY, STATE: _______________________________________

BY: _______________________________________

TITLE: _______________________________________

00300-4 Revised 6-24-10


FORM OF CONTRACT
CITY OF MOORHEAD, MINNESOTA

CONTRACT NO. 04-2-1B

THIS AGREEMENT made and entered into this ____ day of __________, 2010, by and between the
City of Moorhead, Minnesota, hereinafter called the "City" and _____________, hereinafter called
the "Contractor".

WITNESS that the City and the Contractor, for the consideration hereinafter stated, agree as follows:

ARTICLE I. The Contractor agrees to provide all the materials, equipment, labor, and services
necessary for the complete construction of all work shown on the drawings and described in the
specifications prepared by the City Engineer of Moorhead for the following:

“Grading, Concrete and Bituminous Surfacing, Drainage, Signing and Striping, Traffic Signal
and Bridge No. 14J86 on 34th Street South from S.E. Main Avenue to 550 feet east of S.E. Main
Avenue and on 24th Avenue South from S.E.Main Avenue to 200 feet east of S.E. Main Avenue,
Eng No. 04-2-1B, S.P. 144-135-15, S.P. 144-136-12, and S.P. 144-140-01”, and to do everything
required by this agreement and the Contract Documents.

ARTICLE II. The Contractor agrees to begin work within 15 days of the issuance of the Notice to
Proceed and that the work contemplated by this Contract shall be fully completed by December 15,
2010.

ARTICLE III. The City agrees to pay and the Contractor agrees to receive and accept the prices bid
for the unit or lump sum items as set forth in the conformed copy of the Form of Proposal hereto
attached, which prices shall conform to those in the accepted Contractor's proposal on file in the
office of the City Clerk of Moorhead, the aggregate of which prices, based on the approximate
schedule of quantities is estimated to be $_____________.

ARTICLE IV. The Contract Documents shall consist of the following component parts:

1. Advertisement for Bids


2. Instruction to Bidders
3. Form of Proposal
4. General Conditions
5. Special Provisions
6. Specifications
7. Plans and Drawings which are attached to the specifications, or identified as
sheets 1 to 148 for the construction of Grading, Concrete and Bituminous
Surfacing, Drainage, Signing and Striping, Traffic Signal and Bridge No.
14J86 on 34th Street South from S.E. Main Avenue to 550 feet east of S.E.
Main Avenue and on 24th Avenue South from S.E.Main Avenue to 200 feet
east of S.E. Main Avenue, Eng No. 04-2-1B, S.P. 144-135-15, S.P. 144-136-
12, and S.P. 144-140-01.
00500-1
8. This instrument (Form of Contract).

THIS INSTRUMENT, together with the documents hereinabove mentioned, are as fully a part of the
Contract as is attached hereto or herein repeated.

IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed as of the
day and year first above written

____________________________________
(CONTRACTOR)

BY: _____________________________________

____________________________________
(TITLE)

DATE: _____________________________________

In the Presence of:

____________________________________

____________________________________

The City of Moorhead, Minnesota

_____________________________________
Mark Voxland, Mayor

_____________________________________
Michael J. Redlinger, City Manager
ATTEST:

____________________________________
Jill Wenger, City Clerk

Approved Resolution

00500-2
SECTION 00610 - PERFORMANCE BOND

Performance Bond

Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.

CONTRACTOR (Name and Address): SURETY (Name and Address of Principal Place
of Business):

OWNER (Name and Address):

CONTRACT
Date:
Amount:
Description (Name and Location):

BOND
Date (Not earlier than Contract Date):
Amount:
Modifications to this Bond Form:

Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this
Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative.

CONTRACTOR AS PRINCIPAL SURETY


Company: (Corp. Seal) Company: (Corp. Seal)

Signature: Signature:
Name and Title: Name and Title:
(Attach Power of Attorney)

(Space is provided below for signatures of additional parties, if required.)

CONTRACTOR AS PRINCIPAL SURETY


Company: (Corp. Seal) Company: (Corp. Seal)

Signature: Signature:
Name and Title: Name and Title:

EJCDC No. 1910-28-A (1996 Edition)


Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General
Contractors of America, and the American Institute of Architects.

Section 00610 - Page 1


SECTION 00610 - PERFORMANCE BOND
SECTION 00610 - PERFORMANCE BOND

1. The CONTRACTOR and the Surety, jointly and severally, bind themselves, their pliability, in whole or in part, without further notice the OWNER shall be entitled to
heirs, executors, administrators, successors and assigns to the Owner for the enforce any remedy available to the OWNER.
performance of the Contract, which is incorporated herein by reference.
6. After the OWNER has terminated the CONTRACTOR's right to complete the
2. If the CONTRACTOR performs the Contract, the Surety and the CONTRACTOR Contract, and if the Surety elects to act under paragraph 4.1, 4.2, or 4.3 above, then
have no obligation under this Bond, except to participate in conferences as provided the responsibilities of the Surety to the OWNER shall not be greater than those of the
in paragraph 3.1. CONTRACTOR under the Contract, and the responsibilities of the OWNER to the
Surety shall not be greater than those of the OWNER under the Contract. To a limit
3. If there is no OWNER Default, the Surety's obligation under this Bond shall arise of the amount of this Bond, but subject to commitment by the OWNER of the
after: Balance of the Contract Price to mitigation of costs and damages on the Contract, the
Surety is obligated without duplication for:
3.1. The OWNER has notified the CONTRACTOR and the Surety at the
addresses described in paragraph 10 below, that the OWNER is considering 6.1. The responsibilities of the CONTRACTOR for correction of defective
declaring a CONTRACTOR Default and has requested and attempted to arrange a Work and completion of the Contract;
conference with the CONTRACTOR and the Surety to be held not later than fifteen
days after receipt of such notice to discuss methods of performing the Contract. If 6.2. Additional legal, design professional and delay costs resulting from the
the OWNER, the CONTRACTOR and the Surety agree, the CONTRACTOR shall be CONTRACTOR's Default, and resulting from the actions or failure to act of the
allowed a reasonable time to perform the Contract, but such an agreement shall not Surety under paragraph 4; and
waive the OWNER's right, if any, subsequently to declare a CONTRACTOR Default;
and 6.3. Liquidated damages, or if no liquidated damages are specified in the
Contract, actual damages caused by delayed performance or non-performance of the
3.2. The OWNER has declared a CONTRACTOR Default and formally CONTRACTOR.
terminated the CONTRACTOR's right to complete the Contract. Such
CONTRACTOR Default shall not be declared earlier than twenty days after the 7. The Surety shall not be liable to the OWNER or others for obligations of the
CONTRACTOR and the Surety have received notice as provided in paragraph 3.1; CONTRACTOR that are unrelated to the Contract, and the Balance of the Contract
and Price shall not be reduced or set off on account of any such unrelated obligations. No
right of action shall accrue on this Bond to any person or entity other than the
3.3. The OWNER has agreed to pay the Balance of the Contract Price to: OWNER or its heirs, executors, administrators, or successors.

3.3.1. The Surety in accordance with the terms of the Contract; 8. The Surety hereby waives notice of any change, including changes of time, to the
Contract or to related subcontracts, purchase orders and other obligations.
3.3.2 Another contractor selected pursuant to paragraph 4.3 to
perform the Contract. 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court
of competent jurisdiction in the location in which the Work or part of the Work is
4. When the OWNER has satisfied the conditions of paragraph 3, the Surety shall located and shall be instituted within two years after CONTRACTOR Default or
promptly and at the Surety's expense take one of the following actions: within two years after the CONTRACTOR ceased working or within two years after
the Surety refuses or fails to perform its obligations under this Bond, whichever
4.1. Arrange for the CONTRACTOR, with consent of the OWNER, to occurs first. If the provisions of this paragraph are void or prohibited by law, the
perform and complete the Contract; or minimum period of limitation available to sureties as a defense in the jurisdiction of
the suit shall be applicable.
4.2. Undertake to perform and complete the Contract itself, through its agents
or through independent contractors; or 10. Notice to the Surety, the OWNER or the CONTRACTOR shall be mailed or
delivered to the address shown on the signature page.
4.3. Obtain bids or negotiated proposals from qualified contractors acceptable
to the OWNER for a contract for performance and completion of the Contract, 11. When this Bond has been furnished to comply with a statutory or other legal
arrange for a contract to be prepared for execution by the OWNER and the contractor requirement in the location where the Contract was be performed, any provision in
selected with the OWNER's concurrence, to be secured with performance and this Bond conflicting with said statutory or legal requirement shall be deemed deleted
payment bonds executed by a qualified surety equivalent to the Bonds issued on the here from and provisions conforming to such statutory or other legal requirement
Contract, and pay to the OWNER the amount of damages as described in paragraph 6 shall be deemed incorporated herein. The intent is that this Bond shall be construed
in excess of the Balance of the Contract Price incurred by the OWNER resulting from as a statutory bond and not as a common law bond.
the CONTRACTOR Default; or
12. Definitions.
4.4. Waive its right to perform and complete, arrange for completion, or
obtain a new contractor and with reasonable promptness under the circumstances; 12.1 Balance of the Contract Price: The total amount payable by the OWNER
to the CONTRACTOR under the Contract after all proper adjustments have been
4.4.1 After investigation, determine the amount for which it may be made, including allowance to the CONTRACTOR of any amounts received or to be
liable to the OWNER and, as soon as practicable after the amount is determined, received by the OWNER in settlement of insurance or other Claims for damages to
tender payment therefor to the OWNER; or which the CONTRACTOR is entitled, reduced by all valid and proper payments
made to or on behalf of the CONTRACTOR under the Contract.
4.4.2 Deny liability in whole or in part and notify the OWNER
citing reasons therefor. 12.2. Contract: The agreement between the OWNER and the CONTRACTOR
identified on the signature page, including all Contract Documents and changes
5. If the Surety does not proceed as provided in paragraph 4 with reasonable thereto.
promptness, the Surety shall be deemed to be in default on this Bond fifteen days
after receipt of an additional written notice from the OWNER to the Surety 12.3. CONTRACTOR Default: Failure of the CONTRACTOR, which has
demanding that the Surety perform its obligations under this Bond, and the OWNER neither been remedied nor waived, to perform or otherwise to comply with the terms
shall be entitled to enforce any remedy available to the OWNER. If the Surety of the Contract.
proceeds as provided in paragraph 4.4, and the OWNER refuses the payment
tendered or the Surety has denied 12.4. OWNER Default: Failure of the OWNER, which has neither been
remedied nor waived, to pay the CONTRACTOR as required by the Contract or to
perform and complete or comply with the other terms thereof.

Section 00610 - Page 2


SECTION 00610 - PERFORMANCE BOND
SECTION 00610 - PERFORMANCE BOND

(FOR INFORMATION ONLY--Name, Address and Telephone)


AGENT or BROKER: OWNER'S REPRESENTATIVE (Engineer or other party):

Section 00610 – Page3


SECTION 00610 - PERFORMANCE BOND
SECTION 00620 - CONSTRUCTION PAYMENT BOND

Payment Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.

CONTRACTOR (Name and Address): SURETY (Name and Address of Principal Place
of Business):

OWNER (Name and Address):

CONTRACT
Date:
Amount:
Description (Name and Location):

BOND
Date (Not earlier than Contract Date):
Amount:
Modifications to this Bond Form:

Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this
Payment Bond to be duly executed on its behalf by its authorized officer, agent, or representative.

CONTRACTOR AS PRINCIPAL SURETY


Company: (Corp. Seal) Company: (Corp. Seal)

Signature: Signature:
Name and Title: Name and Title:
(Attach Power of Attorney)

(Space is provided below for signatures of additional parties, if required.)

CONTRACTOR AS PRINCIPAL SURETY


Company: (Corp. Seal) Company: (Corp. Seal)

Signature: Signature:
Name and Title: Name and Title:

EJCDC No. 1910-28-B (1996 Edition)


Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General
Contractors of America, the American Institute of Architects, the American Subcontractors Association, and the Associated Specialty Contractors.

Section 00620 - Page 1


SECTION 00620 - CONSTRUCTION PAYMENT BOND

1. The CONTRACTOR and the Surety, jointly and severally, bind themselves, OWNER shall not be liable for payment of any costs or expenses of any Claimant
their heirs, executors, administrators, successors and assigns to the OWNER to pay under this Bond, and shall have under this Bond no obligations to make payments
for labor, materials and equipment furnished for use in the performance of the to, give notices on behalf of, or otherwise have obligations to Claimants under this
Contract, which is incorporated herein by reference. Bond.

2. With respect to the OWNER, this obligation shall be null and void if the 10. The Surety hereby waives notice of any change, including changes of time, to
CONTRACTOR: the Contract or to related Subcontracts, purchase orders and other obligations.

2.1. Promptly makes payment, directly or indirectly, for all sums due 11. No suit or action shall be commenced by a Claimant under this Bond other
Claimants, and than in a court of competent jurisdiction in the location in which the Work or part
of the Work is located or after the expiration of one year from the date (1) on which
2.2. Defends, indemnifies and holds harmless the OWNER from all claims, the Claimant gave the notice required by paragraph 4.1 or paragraph 4.2.3, or (2) on
demands, liens or suits by any person or entity who furnished labor, materials or which the last labor or service was performed by anyone or the last materials or
equipment for use in the performance of the Contract, provided the OWNER has equipment were furnished by anyone under the Construction Contract, whichever
promptly notified the CONTRACTOR and the Surety (at the addresses described in of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited
paragraph 12) of any claims, demands, liens or suits and tendered defense of such by law, the minimum period of limitation available to sureties as a defense in the
claims, demands, liens or suits to the CONTRACTOR and the Surety, and provided jurisdiction of the suit shall be applicable.
there is no OWNER Default.
12. Notice to the Surety, the OWNER or the CONTRACTOR shall be mailed or
3. With respect to Claimants, this obligation shall be null and void if the delivered to the addresses shown on the signature page. Actual receipt of notice by
CONTRACTOR promptly makes payment, directly or indirectly, for all sums due. Surety, the OWNER or the CONTRACTOR, however accomplished, shall be
sufficient compliance as of the date received at the address shown on the signature
4. The Surety shall have no obligation to Claimants under this Bond until: page.

4.1. Claimants who are employed by or have a direct contract with the 13. When this Bond has been furnished to comply with a statutory or other legal
CONTRACTOR have given notice to the Surety (at the addresses described in requirement in the location where the Contract was to be performed, any provision
paragraph 12) and sent a copy, or notice thereof, to the OWNER, stating that a in this Bond conflicting with said statutory or legal requirement shall be deemed
claim is being made under this Bond and, with substantial accuracy, the amount of deleted herefrom and provisions conforming to such statutory or other legal
the claim. requirement shall be deemed incorporated herein. The intent is, that this Bond shall
be construed as a statutory Bond and not as a common law bond.
4.2. Claimants who do not have a direct contract with the CONTRACTOR:
14. Upon request of any person or entity appearing to be a potential beneficiary of
1. Have furnished written notice to the CONTRACTOR and this Bond, the CONTRACTOR shall promptly furnish a copy of this Bond or shall
sent a copy, or notice thereof, to the OWNER, within 90 days after having last permit a copy to be made.
performed labor or last furnished materials or equipment included in the claim
stating, with substantial accuracy, the amount of the claim and the name of the 15. DEFINITIONS
party to whom the materials were furnished or supplied or for whom the labor was
done or performed; and 15.1. Claimant: An individual or entity having a direct contract with the
CONTRACTOR or with a Subcontractor of the CONTRACTOR to furnish labor,
2. Have either received a rejection in whole or in part from the materials or equipment for use in the performance of the Contract. The intent of
CONTRACTOR, or not received within 30 days of furnishing the above notice any this Bond shall be to include without limitation in the terms "labor, materials or
communication from the CONTRACTOR by which the CONTRACTOR had equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone
indicated the claim will be paid directly or indirectly; and service or rental equipment used in the Contract, architectural and engineering
services required for performance of the Work of the CONTRACTOR and the
3. Not having been paid within the above 30 days, have sent a CONTRACTOR's Subcontractors, and all other items for which a mechanic's lien
written notice to the Surety and sent a copy, or notice thereof, to the OWNER, may be asserted in the jurisdiction where the labor, materials or equipment were
stating that a claim is being made under this Bond and enclosing a copy of the furnished.
previous written notice furnished to the CONTRACTOR.
15.2. Contract: The agreement between the OWNER and the
5. If a notice required by paragraph 4 is given by the OWNER to the CONTRACTOR identified on the signature page, including all Contract
CONTRACTOR or to the Surety, that is sufficient compliance. Documents and changes pthereto.

6. When the Claimant has satisfied the conditions of paragraph 4, the Surety shall 15.3. OWNER Default: Failure of the OWNER, which has neither been
promptly and at the Surety's expense take the following actions: remedied nor waived, to pay the CONTRACTOR as required by the Contract or to
perform and complete or comply with the other terms thereof.
6.1. Send an answer to the Claimant, with a copy to the OWNER, within 45
days after receipt of the claim, stating the amounts that are undisputed and the basis
for challenging any amounts that are disputed.

6.2. Pay or arrange for payment of any undisputed amounts.

7. The Surety's total obligation shall not exceed the amount of this Bond, and the
amount of this Bond shall be credited for any payments made in good faith by the
Surety.

8. Amounts owed by the OWNER to the CONTRACTOR under the Contract shall
be used for the performance of the Contract and to satisfy claims, if any, under any
Performance Bond. By the CONTRACTOR furnishing and the OWNER accepting
this Bond, they agree that all funds earned by the CONTRACTOR in the
performance of the Contract are dedicated to satisfy obligations of the
CONTRACTOR and the Surety under this Bond, subject to the OWNER's priority
to use the funds for the completion of the Work.

9. The Surety shall not be liable to the OWNER, Claimants or others for
obligations of the CONTRACTOR that are unrelated to the Contract. The
Section 00620 - Page 2
SECTION 00620 - CONSTRUCTION PAYMENT BOND

(FOR INFORMATION ONLY--Name, Address and Telephone)


AGENCY or BROKER: OWNER'S REPRESENTATIVE (Engineer or other party):

Section 00620 - Page 3


Certification of Compliance with the
Minnesota Worker’s Compensation Law

Name _______________________________ Doing Business As _____________________________________


Print your full name Print business name, if different than your name

Address _______________________________ ____________________ _____________ ___________


Print Mailing Address Print City or Town Name Print State Name Zip Code

Telephone Number _______________________ Type of business _________________________________


(For example: bldg construction; trucking)
Worker’s Compensation
Insurance Company Name ______________________________________________________________________
Print full name of Insurance Company (Not your Agent)

Policy Number _________________________


Print full number

Dates of Coverage __________________ through __________________


Print starting date Print ending date

-OR-

I certify that I am not required to carry worker’s compensation insurance because:

(check one)

_______I am a sole proprietor or partner and I have no employees.

_______I have no employees who are covered by the worker’s compensation law. (Only employees specifically
exempted by statute are not covered by the worker’s compensation law. These included: Spouse; Parent;
Children, regardless of age; and farm labor employees of a family farm that spent less than $8,000 for labor
in the previous calendar year. All other workers whose work activity is controlled by the employer must be
covered.)

I understand that the information provided about will be verified by the Minnesota Department of Labor and
Industry, and that I am subject to a $1,000 penalty if the information provided is false. I certify that the information
proved is accurate and complete.

Signed by ________________________________________ Date _____________________________.

This Form must Be Completed and Submitted with Your Proposal

00640-1
MINNESOTA Department of Revenue
IC-134
Withholding Affidavit for Contractors
This affidavit must be approved by the Minnesota Department of Revenue before the state of
Minnesota or any of its subdivisions can make final payment to contractors.

Please type or print clearly. This will be your mailing label for returning the completed form.
Company name Daytime phone Minnesota tax ID number
Type or print

( )
Address Total contract amount Month/year work began
$
City State Zip Code Amount still due Month/year work ended
$

Project number Project location


information
Project

Project owner Address City State Zip code

Did you have employees work on this project? □ Yes □ No If no, who did the work?

Check the box that describes your involvement in the project and fill in all information requested.
□ Sole contractor
□ Subcontractor
Name of contractor who hired you

Address

□ Prime contractor—If you subcontracted out any work on this project, all of your subcontractors must file their own
Contractor type

IC-134 affidavits and have them certified by the Department of Revenue before you can file your affidavit. For each
subcontractor you had, fill in the information below and attach a copy of each subcontractor’s certified IC-134. If you
need more space, attach a separate sheet.
Business name Address Owner/Officer

I declare that all information I have filled in on this form is true and complete to the best of my knowledge and belief. I authorize the Department of
Sign here

Revenue to disclose pertinent information relating to this project, including sending copies of this form, to the prime contractor if I am a subcontractor,
and to any subcontractors if I am a prime contractor, and to the contracting agency.
Contractor’s signature Title Date

Mail to: MN Dept. of Revenue, Withholding Division, Mail Station 6610, St. Paul, MN 55146-6610

Certificate of Compliance
Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has
fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax
from wages paid to employees relating to contract services with the state of Minnesota and/or its subdivisions.
Department of Revenue approval Date

Stock No. 5000134


(Rev. 11/99) Printed on recycled paper with 10% post-consumer waste using soy-based ink.
Instructions for Form IC-134

Who must file How to file Use of information


If you are a prime contractor, a If you have fulfilled the The Department of Revenue needs
contractor or a subcontractor who requirements of Minnesota all the information to determine if
did work on a project for the state withholding tax laws, the you have met all state income tax
of Minnesota or any of its local Department of Revenue will sign withholding requirements. If all
government subdivisions — such your affidavit and return it to you. required information is not
as a county, city or school district If any withholding payments are provided, the IC-134 will be
— you must file Form IC-134 with due to the state, Minnesota law returned to you for completion.
the Minnesota Department of requires certified payments before All information on this affidavit is
Revenue. we approve the IC-134. private by state law. It cannot be
This affidavit must be certified and Submit the certified affidavit to the given to others without your
returned before the state or any of government unit for which the permission, except to the Internal
its subdivisions can make final work was done to receive your Revenue Service, other states that
payment for your work. final payment. If you are a guarantee the same privacy and
subcontractor, submit the certified certain government agencies as
If you’re a prime contractor affidavit to your prime contractor provided by law.
and a subcontractor on the to receive your final payment.
same project Information and assistance
If you were hired as a Where to file If you need help or more information
subcontractor to do work on a to complete this form, call
Mail to:
project, and you subcontracted all (651) 282-9999 or 1-800-657-3594.
MN Dept. of Revenue
or a part of your portion of the Withholding Tax Division Additional forms are available on our
project to another contractor, you Mail Station 6610 website at www.taxes.state.mn.us
are a prime contractor as well. Fill St. Paul, MN 55146-6610 or by calling (651) 296-4444 or
out both the subcontractor and 1-800-657-3676. You can also write
prime contractor areas on a single Minnesota tax ID number for forms at the following address:
form. You must fill in your Minnesota tax
Minnesota Tax Forms
ID number on the form. You must
When to file Mail Station 1421
have a Minnesota tax ID number if
The IC-134 cannot be processed St. Paul, MN 55146-1421
you have employees who work in
until you finish the work. If you Minnesota. TTY users may contact the
submit the form before the project department through the Minnesota
is completed, it will be returned to If you don’t have a Minnesota ID
Relay Service at 1-800-627-3529.
you unprocessed. number, you must apply for one.
Call (651) 282-5225 or We’ll provide information in an
If you are a subcontractor or sole 1-800-657-3605. alternative format upon request to
contractor, send in the form when persons with disabilities.
you have completed your part of If you prefer, you can get an
the project. application (Form ABR) from our
web site, or by calling or writing us.
If you are a prime contractor, send
in the form when the entire project If you have no employees and did
is completed and you have all the work yourself, you do not
received certified affidavits from all need a Minnesota tax ID number.
of your subcontractors. If this is the case, fill in your Social
Security number in the space for
Minnesota tax ID number and
explain who did the work.
MINNESOTA Department of Revenue
SD-E
Exemption from Surety Deposits for
Non-Minnesota Contractors
Please type or print clearly. This will be your mailing label for returning the form to you.
Contractor Total contract amount Minnesota ID number
information
Contractor

$
Address Contact person Daytime phone
( )
City State Zip Code Contract starting date Projected completion date

Business type (check one): Corporation S corporation


Partnership Sole proprietor

Name of business or government agency Contact person Daytime phone


information

( )
Project

Contract owner’s address City State Zip Code Project number

Project location address City State Zip code

I request exemption from surety deposits under Minnesota law (MS 290.9705) for the following reason
(check one and complete the information requested):

I have a cash surety or a bond secured by an insurance company licensed in Minnesota. The bond must be 8 percent of
the total contract amount. Attach a copy of the bonding agreement.
Reason for exemption

Bonding company Bonding agent

Address Daytime phone


( )
City State Zip code Period of bond (month/day/year)
From / / To / /

I have done construction work in Minnesota during the past three calendar years and have fully complied with
Minnesota law regarding Minnesota income, sales and withholding taxes.
I am performing work for a government agency and have a payment and performance bond.
I am performing work for a government agency and have a cash surety issued by a state bank, national bank, or
savings and loan association doing business in Minnesota.

I declare this information is true and complete to the best of my knowledge and belief. I authorize the Department of Revenue
Sign here

to send a copy of this form to the contract owner and discuss this case and related taxes with the bonding company.
Contractor’s signature Title Date

Mail to: MN Dept. of Revenue, Mail Station 6501, St. Paul, MN 55146-6501

Department of Revenue Approval


The above-named out-of-state contractor is exempt from the surety requirements of Minnesota Statute 290.9705 for this project.
Department of Revenue approval Date

Stock No. 5002050


(Rev. 1/01)
Instructions for Form SD-E

Before you start If you’re approved Use of information


You must have a Minnesota tax ID If we approve the exemption, we’ll All information on this form is
number from the Department of sign the bottom of this form and required except for your phone
Revenue to request this exemption. return it to you. Make a copy for number.
your records and give the original to
If you don’t have one, apply for one All information is private by state
the business for whom you are
by calling (651) 282-5225 or law. It cannot be given to others
doing the work.
1-800-657-3605. An application form without your permission, except to
(Form ABR) is also available on our the Internal Revenue Service, other
website at www.taxes.state.mn.us. If you’re not approved states that guarantee the same
If we determine you’re not eligible privacy, the contract owner or
for exemption, 8 percent of each
How to apply bonding company, and certain
payment made to you must be government agencies as provided by
To apply for an exemption from
withheld by the business for whom law.
Minnesota surety deposits, file
you are doing the work and
Form SD-E before the project is
deposited with the Department of
started. You must file a separate Information and
Revenue.
application for each project that is assistance
over, or expected to go over, To apply for a refund, complete If you need help or additional
$100,000. Form SD-R, Refund of Surety Deposits information to fill out this form, call
for Non-Minnesota Contractors. When (651) 282-9999 or 1-800-657-3594.
Mail this form and any required
the project is complete, and we A fact sheet on surety deposit
attachments to the address on the
determine that you have complied requirements (Fact Sheet #12) is also
front.
with Minnesota income, available upon request.
withholding and sales tax laws,
you’ll receive a refund plus interest TTY users may contact the
at the current rate required by law. department through the Minnesota
Relay Service. Call 1-800-627-3529;
ask for 1-800-657-3594.
We’ll provide information in an
alternative format upon request to
persons with disabilities.
BIDDERS

PLEASE NOTE

S.P. 144-135-15, S.P. 144-136-12 and


S.P. 144-140-01

Certain specification sections that have been traditionally included


in the proposals are now available over the internet. These
specifications are also available by request from the City of
Moorhead. This in no way reduces your responsibility to strictly
adhere to these specifications.

These segments are listed in the Notice to Bidders in this proposal.

Your signature is required on the Notice to Bidders as a bidder of


this project.
Notice to Bidders
The following specifications are required by this contract and are available by request at The City of
Moorhead and via the internet at the sites listed below:

Schedule of Materials Control (dated April 6, 2010) 56 pages


This contract requires strict adherence to the Schedule of Materials Control. It is the contractor’s
responsibility to make himself/herself familiar with it. Copies of the Schedule of Materials Control are
available by request from the City of Moorhead Engineering Department or via the internet at
http://www.cityofmoorhead.com/city_services/engineering.asp and by selecting Materials Control
Schedule.

Equal Employment Opportunity (EEO) Special Provisions (revised 5/10) 34 pages


This contract requires strict adherence to the EEO Special Provisions. It is the contractor’s responsibility to
make himself/herself familiar with it. EEO Special Provisions are available by request from the City of
Moorhead Engineering Department or via the internet at
http://www.cityofmoorhead.com/city_services/engineering.asp and by selecting EEO Special Provisions.

NPDES – Storm-water Permit for Construction Activity (revised 4/10) 26 pages


This contract requires strict adherence to the NPDES – Storm Water Permit for Construction Activity. It is
the contractor’s responsibility to make himself/herself familiar with it. Copies of the NPDES – Storm
Water Permit for Construction Activity are available by request from the City of Moorhead Engineering
Department or via the internet at http://www.cityofmoorhead.com/city_services/engineering.asp and by
selecting Permit and Program Forms.

2360 Plant Mixed Asphalt Pavement (dated February 1, 2010) 50 pages


This contract requires strict adherence to the Mn/DOT “Gyratory Design Specification”. It is the
contractor’s responsibility to make himself/herself familiar with it. Copies of the Mn/DOT “Gyratory
Design Specification” are available by request from the City of Moorhead Engineering Department or via
the internet at http://www.cityofmoorhead.com/city_services/engineering.asp and by selecting View the
2360 Specification – 2010 Version.

As bidder of this contract, I acknowledge that I(we) am(are) familiar with the above documents and
that we will adhere to the requirements of same for this contract.

__________________________________________
Signed Date

for: __________________________________________
Bid Rigging

NOTICE TO ALL BIDDERS

To report bid rigging activities call:

1-800-424-9071

The U.S. Department of Transportation (DOT) operates the above toll-


free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern
time. Anyone with knowledge of possible bid rigging, bidder collusion,
or other fraudulent activities should use the "hotline" to report such
activities.

The "hotline" is part of the DOT's continuing effort to identify and


investigate highway construction contract fraud and abuse and is
operated under the direction of the DOT Inspector General. All
information will be treated confidentially and caller anonymity will be
respected.
LIMITATION ON USE OF CONTRACT FUNDS FOR LOBBYING
Appendix C to Part ___ - Contract Clause

NEW RESTRICTIONS ON LOBBYING

(a) Definitions. As used in this clause,

"Agency", as defined in 5 U.S.C. 552(f), includes Federal Executive departments and


agencies as well as independent regulatory commissions and Government corporations, as
defined in 31 U.S.C. 9101(1).

"Covered Federal action" means any of the following Federal actions:


(1) The awarding of any Federal contract;
(2) The making of any Federal grant;
(3) The making of any Federal loan;
(4) The entering into of any cooperative agreement; and,
(5) The extension, continuation, renewal, amendment, or modification of any Federal
contract, grant, load, or cooperative agreement.
Covered Federal action does not include receiving from an agency a commitment providing for
the United States to insure or guarantee a loan.

"Indian tribe" and "tribal organization" have the meaning provided in section 4 of the
Indian Self-Determination and Education Assistance Act (25 U.S.C. 450B). Alaskan Natives are
included under the definitions of Indian tribes in that Act.

"Influencing or attempting to influence" means making, with the intent to influence, any
communication to or appearance before an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with any covered Federal action.

"Local government" means a unit of government in a State and, if chartered, established,


or otherwise recognized by a State for the performance of a governmental duty, including a local
public authority, a special district, an intrastate district, a council of governments, a sponsor
group representative organization, and any other instrumentality of a local government.

"Officer or employee of an agency" includes the following individuals who are employed
by an agency:

(1) An individual who is appointed to a position in the Government under title 5, U.S.
Code, including a position under a temporary appointment;
(2) A member of the uniformed services as defined in section 101(3). title 37, U.S.
Code;
(3) A special Government employee as defined in section 202, title 18, U.S. Code;
and,
(4) An individual who is a member of a Federal advisory committee, as defined by
the Federal Advisory Committee Act, title 5, U.S. Code appendix 2.

Page 1 of 6
"Person" means an individual, corporation, company, association, authority, firm,
partnership, society, State, and local government, regardless of whether such entity is operated
for profit or not for profit. This term excludes an Indian tribe, tribal organization, or any other
Indian organization with respect to expenditures specifically permitted by other Federal law.

"Reasonable compensation" means, with respect to a regularly employed officer or


employee of any person, compensation that is consistent with the normal compensation for such
officer or employee for work that is not furnished to, not funded by, or not furnished in
cooperation with the Federal Government.

"Reasonable payment" means, with respect to professional and other technical services, a
payment in an amount that is consistent with the amount normally paid for such services in the
private sector.

"Recipient" includes all contractors and subcontractors at any tier in connection with a
Federal contract. The term excludes an Indian tribe, tribal organization, or any other Indian
organization with respect to expenditures specifically permitted by other Federal law.

"Regularly employed" means, with respect to an officer or employee of a person


requesting or receiving a Federal contract, an officer or employee who is employed by such
person for at least 130 working days within one year immediately preceding the date of the
submission that initiates agency consideration of such person for receipt of such contract. An
officer or employee who is employed by such person for less than 130 working days within one
year immediately preceding the date of the submission that initiates agency consideration of such
person shall be considered to be regularly employed as soon as he or she is employed by such
person for 130 working days.

"State" means a State of the United States, the District of Columbia, the Commonwealth
of Puerto Rico, a territory or possession of the United States, an agency or instrumentality of a
State, and a multi-State, regional, or interstate entity having governmental duties and powers.

(b) Prohibition.

(1) Section 1352 of title 31, U.S. Code provides in part that no appropriated funds
may be expended by the recipient of a Federal contract, grant, loan, or cooperative agreement to
pay any person for influencing or attempting to influence an officer or employee of any agency,
a Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with any of the following covered Federal actions: the awarding of any
Federal contract, the making of any Federal grant, the making of any Federal loan, the entering
into of any cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or cooperative agreement.

(2) The prohibition does not apply as follows:

(i) Agency and legislative liaison by Own Employees.

(A) The prohibition on the use of appropriated funds, in paragraph (1) of


this section, does not apply in the case of a payment of reasonable

Page 2 of 6
compensation made to an officer or employee of a person requesting or
receiving a Federal activities not directly related to a covered Federal
action.

(B) For purposes of paragraph (A) of this section, providing any


information specifically requested by an agency or Congress is
allowable at any time.

(C) For purposes of paragraph (A) of this section, the following agency and
legislative liaison activities are allowable at any time only where they
are not related to a specific solicitation for any covered Federal action:
(i) Discussing with an agency (including individual demonstrations)
the qualities and characteristics of the person's products or
services, conditions or terms of sale, and service capabilities; and,
(ii) Technical discussions and other activities regarding the
application or adaptation of the person's products or services for an
agency's use.

(D) For purposes of paragraph (A) of this section, the following agency and
legislative liaison activities are allowable only where they are prior to
formal solicitation of any covered Federal action:
(i) Providing any information not specifically requested but
necessary for an agency to make an informed decision about
initiation of a covered Federal action;
(ii) Technical discussions regarding the preparation of an unsolicited
proposal prior to its official submission; and,
(iii) Capability presentations by persons seeking awards from an
agency pursuant to the provisions of the Small Business Act, as
amended by Public Law 95-507 and other subsequent
amendments.

(E) Only those activities expressly authorized by paragraph (i) of this


section are allowable under paragraph (i).

(ii) Professional and Technical Services by Own Employees.

(A) The prohibition on the use of appropriated funds, in paragraph (1) of


this section, does not apply in the case of a payment of reasonable
compensation made to an officer or employee of a person requesting or
receiving a Federal contract or an extension, continuation, renewal,
amendment, or modification of a Federal contract if payment is for
professional of technical services rendered directly in the preparation
submission, or negotiation of any bid, proposal, or application for that
Federal contract or for meeting requirements imposed by or pursuant to
law as a condition for receiving that Federal contract.

(B) For purposes of paragraph (A) of this section, "professional and


technical services" shall be limited to advice and analysis directly

Page 3 of 6
applying any professional or technical discipline. For example,
drafting of a legal document accompanying a bid or proposal by a
lawyer is allowable. Similarly, technical advice provided by an
engineer on the performance or operational capability of a piece of
equipment rendered directly in the negotiation of a contract is
allowable. However, communications with the intent to influence made
by a professional (such as a licensed lawyer), or a technical person
(such as a licensed accountant) are not allowable under this section
unless they provide advice and analysis directly applying their
professional or technical expertise and unless the advice or analysis is
rendered directly and solely in the preparation, submission or
negotiation of a covered Federal action. Thus, for example,
communications with the intent to influence made by a lawyer that do
not provide legal advice or analysis directly and solely related to the
legal aspects of his or her client's proposal, but generally advocate one
proposal over another are not allowable under this section because the
lawyer is not providing professional legal services, Similarly,
communications with the intent to influence made by an engineer
providing an engineering analysis prior to the preparation or
submission of a bid or proposal are not allowable under this section
since the engineer is providing technical services but not directly in the
preparation, submission or negotiation of a covered Federal action.

(C) Requirements imposed by or pursuant to law as a condition for


receiving a covered Federal award include those required by law or
regulation, or reasonably expected to be required by law or regulation,
and any other requirements in the actual award documents.

(D) Only those services expressly authorized by paragraph (ii) of this


section are allowable under paragraph (ii).

(iii) Reporting for Own Employees.

No reporting is required with respect to payments of reasonable


compensation made to regularly employed officers or employees of a
person.

(iv) Professional and technical services by Other than Own Employees.

(A) The prohibition on the use of appropriated funds, in paragraph (1) of


this section, does not apply in the case of any reasonable payment to a
person, other than an officer or employee of a person requesting or
receiving a covered Federal action, if the payment is for professional or
technical services rendered directly in the preparation, submission, or
negotiation of any bid, proposal, or application for that Federal contract
or for meeting requirements imposed by or pursuant to law as a
condition for receiving that Federal contract.

Page 4 of 6
(B) For purposes of paragraph (A) of this section, "professional and
technical services" shall be limited to advice and analysis directly
applying any professional or technical discipline. For example,
drafting of a legal document accompanying a bid or proposal by a
lawyer is allowable. Similarly, technical advice provided by an
engineer on the performance or operational capability of a piece of
equipment rendered directly in the negotiation of a contract is
allowable. However, communications with the intent to influence made
by a professional (such as a licensed lawyer) or a technical person (such
as a licensed accountant) are not allowable under this section unless
they provide advice and analysis directly applying their professional or
technical expertise unless the advice or analysis is rendered directly and
solely in the preparation, submission or negotiation of a covered
Federal action. Thus, for example, communications with the intent to
influence made by a lawyer that do not provide legal advice or analysis
directly and solely related to the legal aspects of his or her client's
proposal, but generally advocate one proposal over another are not
allowable under this section because the lawyer is not providing
professional legal services. Similarly, communications with the intent
to influence made by an engineer providing an engineering analysis
prior to the preparation or submission of a bid or proposal are not
allowable under this section since the engineer is providing technical
services but not directly in the preparation, submission or negotiation of
a covered Federal action.

(C) Requirements imposed by or pursuant to law as a condition for


receiving a covered Federal award include those required by law or
regulation, or reasonably expected to be required by law or regulation,
and any other requirements in the actual award documents.

(D) Persons other than officers or employees of a person requesting or


receiving a covered Federal action include consultants and trade
associations.

(E) Only those services expressly authorized by paragraph (iv) of this


section are allowable under paragraph (iv).

(c) Disclosure.

(1) Each person who requests or receives from an agency a Federal contract shall file
with that agency a certification, set forth in ____, that the person has not made, and will not
make, any payment prohibited by paragraph (b) of this clause.

(2) Each person who requests or receives from an agency a Federal contract shall file
with that agency a disclosure form, Standard Form-LLL, "Disclosure of Lobbying Activities," if
such person has made or has agreed to make any payment using nonappropriated funds (to
include profits from any covered Federal action), which would be prohibited under paragraph (b)
of this clause if paid for with appropriated funds.

Page 5 of 6
(3) Each person shall file a disclosure form at the end of each calendar quarter in
which there occurs any event that requires disclosure or that materially affects the accuracy of
the information contained in any disclosure form previously filed by such person under
paragraph (2) of this section. An event that materially affects the accuracy of this information
reported includes:
(i) A cumulative increase of $25,000 or more in the amount paid or expected to
be paid for influencing or attempting to influence a covered Federal action; or
(ii) A change in the person(s) or individual(s) influencing or attempting to
influence a covered Federal action; or,
(iii) A change in the officer(s), employee(s), or Member(s) contacted to influence
or attempt to influence a covered Federal action.

(4) Any person who requests or receives from a person referred to in paragraph (1) of
this section a subcontract exceeding $100,000 at any tier under a Federal contract shall file a
certification, and a disclosure form, if required, to the next tier above.

(5) All disclosure forms, but not certifications, shall be forwarded from tier to tier
until received by the person referred to in paragraph (1) of this section. That person shall
forward all disclosure forms to the agency.

(d) Agreement. In accepting any contract resulting from this solicitation, the person
submitting the offer agrees not to make any payment prohibited by this clause.

(e) Penalties.

(1) Any person who makes an expenditure prohibited under paragraph (b) of this
clause shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 of
each such expenditure.

(2) Any person who fails to file or amend the disclosure form to be filed or amended
if required by this clause, shall be subject to a civil penalty of not less than $10,000 and not more
than $100,000 or each such failure.

(3) Contractors may rely without liability on the representations made by their
subcontractors in the certification and disclosure form.

(f) Cost allowability. Nothing in this clause is to be interpreted to make allowable or


reasonable any costs which would be unallowable or unreasonable in accordance with Part 31 or
the Federal Acquisition Regulation. Conversely, costs made specifically unallowable by the
requirements in this clause will not be made allowable under any of the provisions of Part 31 of
the Federal Acquisition Regulation.

(End of Clause)

BILLING CODE 3110-01-M

Page 6 of 6
FEDERAL-AID PROJECT

NOTICE

By signing and submitting this proposal, the prospective primary bidder is providing
the certification set out below. The inability of a person to provide the certification required
below will not necessarily result in denial of participation in this covered transaction. The
prospective participant shall submit an explanation of why he/she cannot provide the
certification set out below. Certification or explanation will be considered concerning
Mn/DOT's determination whether to enter this transaction. Failure of the prospective primary
participant to furnish a certification or a written explanation why he/she cannot provide the
certification shall disqualify such people from participation in this transaction.

The certification in this clause is a material representation of fact upon which reliance
was placed when Mn/DOT decided to enter this transaction. If it is later decided that the
prospective primary participant knowingly rendered an erroneous certification, beyond other
remedies available to the Federal Government, Mn/DOT may end this transaction for cause of
default. The prospective primary participant shall provide immediate written notice to
Mn/DOT if any time the prospective primary participant learns that his/her certification was
erroneous when submitted or has become erroneous due to changed circumstances.

The terms covered transaction, debarred, suspended, ineligible, lower tier covered
transaction, participant, person, primary covered transaction, principal, proposal, and
voluntarily excluded as used in this clause have the meanings set out in the Definition and
Coverage sections of the rules carrying out Federal Executive Order 12549 dated February 18,
1986. Bidders may contact Mn/DOT for assistance in obtaining a copy of these regulations.

The prospective primary participant agrees by submitting this proposal that, should the
proposed covered transaction be entered, he/she shall not knowingly enter any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or
voluntarily excluded from participation in this covered transaction unless authorized by
Mn/DOT. Nothing contained in this shall be construed to require establishment of system of
records to render in good faith the certification required by this clause. The knowledge and
information of a participant are not required to exceed that which is normally possessed by a
prudent person in the ordinary course of business dealings.

The prospective primary participant further agrees by submitting this proposal that
he/she will include the clause titled "Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction" provided by Mn/DOT
without modification in all solicitations for lower tier covered transactions. A participant in a
covered transaction may rely upon a certification of a prospective participant in a lower tier
covered transaction that he/she and his/her principals are not debarred, suspended, ineligible,
or voluntarily excluded, from the covered transaction by any Federal agency, unless he/she
knows that the certification is erroneous. A participant may decide the method and frequency
by which he/she decides the eligibility of his/her principals.

USCERT Page 1 of 2
FEDERAL-AID PROJECT

Except as authorized by Mn/DOT, if a participant in a covered transaction knowingly


enters a lower tier covered transaction with a person who is suspended, debarred, ineligible, or
voluntarily excluded from participation in this transaction, beyond other remedies available to
the Federal Government, Mn/DOT may end this transaction for cause or default.

Certification Regarding Debarment, Suspension, and Other


Responsibility Matters-Primary Covered Transactions

(I)(We) certify that the firm or any person associated with it in the capacity of owner, partner,
director, officer, project director, manager auditor, or any position involving the
administration of Federal funds:

x are not presently debarred, suspended, proposed for debarment,


declared ineligible or voluntary excluded from covered
transactions by any Federal department or agency;

x have not within the three-year period preceding this proposal been
convicted of or had a civil judgment rendered for commission of
fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, State or
local) transaction or contract under a public transaction; or
violation of Federal or State antitrust statutes; or commission of
embezzlement, theft, forgery, bribery, falsification or destruction
of records, making false statements; or receiving stolen property;

x are not presently indicted for or otherwise criminally or civilly


charged by a governmental entity with commission of any of the
above enumerated offenses;

x have not within a three year period preceding this


application/proposal had one or more transactions (Federal, State,
or local) terminated for cause or default.

Where the prospective primary participant is unable to certify to any of the statements in this
certification, such prospective participants shall attach an explanation to this proposal.

(I)(We) agree that (my)(our) signatures on this proposal form certification of "status" under
penalty of perjury under the laws of the United States.

USCERT Page 2 of 2
June 22, 2010
NOTICE TO BIDDERS

SUSPENSIONS/DEBARMENTS

DEPARTMENT OF TRANSPORTATION

NOTICE IS HEREBY GIVEN that the Department of Transportation (Mn/DOT) has ordered that the following
vendors be suspended effective December 28, 2009, until final disposition of the June 25, 2010 hearing or hearing
appeal:

Riley Bros. Companies Inc. and its affiliates, Morris MN


Riley Bros. Construction Inc. and its affiliates, Morris MN

NOTICE IS HEREBY GIVEN that the Department of Transportation (Mn/DOT) has ordered that the following
vendors be debarred for a period of three (3) years, effective February 24, 2010 until February 24, 2013:

Joseph Edward Riley, Morris MN


John Thomas Riley, Morris MN

Minnesota Statutes, Section 161.315, prohibits the Commissioner, counties, towns or home rule or statutory cities
from awarding or approving the award of a contract for goods or services to a person who is suspended or debarred;
including
1) any contract under which a debarred or suspended person will serve as a subcontractor or material supplier,
2) any business or affiliate which the debarred or suspended person exercises substantial influence or control,
and
3) any business or entity which is sold or transferred by a debarred person remains ineligible during the period
of the seller’s or transfer’s debarment.

DEPARTMENT OF ADMINISTRATION

The Department of Administration in accordance with Minnesota Rules 1230.1150 has debarred and disqualified the
following persons and businesses from entering into or receiving a State of Minnesota contract.

NAME DATE OF DEBARMENT


Joseph Edward Riley November 9, 2009
East 7th Street & Highway 59 Bypass Through November 9, 2012
Morris, Minnesota 56267
John Thomas Riley November 9, 2009
East 7th Street & Highway 59 Bypass Through November 9, 2012
Morris, Minnesota 56267
Riley Bros. Construction, Inc. November 9, 2009
East 7th Street & Highway 59 Bypass Through November 9, 2012
Morris, Minnesota 56267
Riley Bros. Companies Inc. November 9, 2009
East 7th Street & Highway 59 Bypass Through November 9, 2012
Morris, Minnesota 56267
Polyphase Electric Company May 5, 2010
2515 West Superior Street Through May 5, 2012
Duluth, MN 55816-0151
Frances Harkonen May 5, 2010
2515 West Superior Street Through May 5, 2012
Duluth, MN 55816-0151

Minnesota Rules Part 1230.1150, Subpart 6 requires the Materials Management Division to maintain a master list of
all suspensions and debarments. The master list must retain all information concerning suspensions and debarments
as a public record for at least three years following the end of a suspension or debarment. This list can be found at:
http://www.mmd.admin.state.mn.us/debarredreport.asp
Rev. 12/18/2006

FEDERALLY FUNDED CONSTRUCTION CONTRACTS


SPECIAL PROVISIONS DIVISION A - LABOR
February 1, 2006

I. PREAMBLE
It is in the public interest that public buildings and other public works projects be constructed and
maintained by the best means and the highest quality of labor reasonably available and that
persons working on public works projects be compensated according to the real value of the
services they perform.1
Therefore, the department shall administer this contract pursuant to the Federal Davis-Bacon
and Related Acts, Required Contract Provisions Federal-Aid Construction Contracts,
Form-1273, U.S. Department of Labor’s Field Operations Handbook, State of Minnesota
Statutes and Rules, MN/DOT’s Standard Specifications for Construction, MN/DOT’s
Contract Administration Manual and MN/DOT’s State Aid Manual.

II. DEFINITIONS2
A. Contract: The written agreement between the contracting authority and the prime contractor
setting forth their obligations, including, but not limited to, the performance of the work, the
furnishing of labor and materials, the basis of payment, and other requirements contained in
the contract documents.
B. Contracting Authority: The political subdivision, governmental body, board, department,
commission, or officer making the award and execution of contract as the party of the first
part.
C. Contractor: The term “contractor” in these provisions shall include the prime contractor,
subcontractor, agent, or other person doing or contracting to do all or part of the work under
this contract.3
D. Department: The Department of Transportation of the State of Minnesota, or the political
subdivision, governmental body, board, commission, office, department, division, or agency
constituted for administration of the contract work within its jurisdiction.
E. First Tier Subcontractor: An individual, firm, corporation, or other entity to which the
prime contractor sublets part of the contract.
F. Independent Truck Owner/Operator (ITO): An individual, partnership, or principal
stockholder of a corporation who owns or holds a vehicle under lease and who contracts that
vehicle and the owner’s services to an entity that provides construction services to a public
works project.4
G. Laborer or Mechanic: A worker in a construction industry labor class identified in or
pursuant to Minnesota Rules 5200.1100, Master Job Classifications.5
H. Plan: The plan, profiles, typical cross-sections, and supplemental drawings that show the
locations, character, dimensions, and details of the work to be done.
I. Prime Contractor: The individual, firm, corporation, or other entity contracting for and
undertaking prosecution of the prescribed work; the party of the second part to the contract,
acting directly or through a duly authorized representative.

1
Minnesota Statute 177.41
2
MN/DOT Standard Specifications for Construction, Section 1103
3
Minnesota Statute 177.44, Subdivision 1
4
Minnesota Rules 5200.1106, Subpart 7(A)
5
Minnesota Rules 5200.1106, Subpart 5(A)
1-A
Rev. 12/18/2006

J. Project: The specific section of the highway, the location, or the type of work together with
all appurtenances and construction to be performed under the contract.
K. Second Tier Subcontractor: An individual, firm, corporation, or other entity to which a first
tier subcontractor sublets part of the contract.
L. Special Provisions: Additions and revisions to the standard and supplemental specifications
covering conditions peculiar to an individual project.
M. Specifications: A general term applied to all directions, provisions, and requirements
pertaining to performance of the work.
N. Subcontractor: An individual, firm, corporation, or other entity to which the prime
contractor or subcontractor sublets part of the contract.
O. Substantially In Place: Mineral aggregate is deposited on the project site directly or through
spreaders where it can be spread from or compacted at the location where it was deposited.6
P. Trucking Broker: An individual or business entity, the activities of which include, but are
not limited to: contracting to provide trucking services in the construction industry to users
of such services, contracting to obtain such services from providers of trucking services,
dispatching the providers of the services to do work as required by the users of the services,
receiving payment from the users in consideration of the trucking services provided and
making payment to the providers for the services.7
Q. Trucking Firm/Multiple Truck Owner (MTO): Any business entity that owns more than
one vehicle and hires the vehicles out for services to brokers or contractors on public works
projects.8
R. Work: The furnishing of all labor, materials, equipment, and other incidentals necessary or
convenient to the successful completion of the project and the carrying out of all the duties
and obligations imposed by the contract upon the contractor. Also used to indicate the
construction required or completed by the contractor.

III. SCOPE – SPECIAL PROVISIONS DIVISION A & CONTRACT


A. These provisions shall apply to this contract, which is funded in whole or in part with federal
funds9 and state funds.10
B. These provisions shall apply to the prime contractor and all subcontractors contracting to do
all or part of the work under this contract.11
C. The provisions established in this document do not necessarily represent all federal, state, and
local laws, ordinances, rules and regulations. It is the responsibility of the prime contractor to
inform itself and all subcontractors about other regulations that may be applicable to this
contract.
D. The prime contractor is responsible to ensure that each subcontractor performing work under
this contract receives copies of all required contract provisions.12 These provisions shall be
incorporated into written subcontracts and must be displayed on the poster board. 13
E. The department shall administer this contract in accordance with all applicable federal
regulations, state statutes and rules14, along with the plans, specifications and provisions,
which are incorporated into and found elsewhere in this contract.
6
Minnesota Rules 5200.1106, Subpart 5(C)
7
Minnesota Rules 5200.1106, Subpart 7(C)
8
Minnesota Rules 5200.1106, Subpart 7(B)
9
29 CFR Part 5.5(a)
10
Minnesota Statute 177.41
11
Minnesota Statute 177.44, Subdivision 1
12
29 CFR Part 5.5(a)(6)
13
Minnesota Statute 177.44, Subdivision 5
2-A
Rev. 12/18/2006

F. An unpublished decision from the Minnesota Court of Appeals affirms the authority of the
Minnesota Commissioner of Transportation to enforce the Minnesota Prevailing Wage Law
on a case-by-case basis.15 Therefore, the department shall provide enforcement in a manner
consistent with the decision notwithstanding any prior notices on the subject.
G. For additional information refer to: www.dot.state.mn.us/const/labor/.

IV. PAYROLLS AND STATEMENTS


A. Each week, in which work was performed under this contract, all contractors shall submit a
payroll statement to the department.16 Each statement shall be submitted within seven days
after the regular payment date of the payroll period.17 Each payroll submitted shall include
all employees that performed work under this contract and provide at a minimum the
following information:18
1. Contractor’s name, address, and telephone number.
2. State project number.
3. Payroll report number.
4. Project location.
5. Workweek ending date.
6. Name, social security number, and home address for each employee.
7. Labor classification(s) and/or three-digit code for each employee.
8. Hourly straight time and overtime wage rates paid to each employee.
9. Daily and weekly hours worked in each labor classification, including overtime hours
for each employee.
10. Authorized legal deductions for each employee.
11. Project gross amount, weekly gross amount and net wages paid to each employee.
B. Payroll records may be submitted in any form provided it includes all the information
contained in Subpart A (1 - 11) of this section.19 However, contractors needing a payroll
form may utilize the “front side” of the U.S. Department of Labor’s, WH-347 - Payroll
Form. This form is available by visiting the Labor Compliance website.20
C. All payroll records must be accompanied with a completed and signed MN/DOT, 21658 -
Statement of Compliance Form.21
D. The prime contractor is responsible for assuring that its payroll records and those of all
subcontractors include all employees that performed work under this contract and accurately
reflect the hours worked, regular and overtime rates of pay and classification of work
performed.22
E. The prime contractor is responsible to maintain all certified payroll records, including those
of all subcontractors, throughout the course of a construction project and retain all records for
a period of three years after the final contract voucher has been issued.23
14
Minnesota Rules 8820.3000, Subpart 2
15
Minnesota Court of Appeals Case Number: C6-97-1582
16
Required Contract Provisions Federal-Aid Construction Contracts Form-1273, Section V, Subpart 2(c)
17
29 CFR Part 3.4(a)
18
Minnesota Rules 5200.1106, Subpart 10
19
Required Contract Provisions Federal-Aid Construction Contracts Form-1273, Section V, Subpart 2(c)
20
www.dot.state.mn.us/const/labor/
21
Minnesota Rules 5200.1106, Subpart 10
22
29 CFR Part 5.5(a)(6)
23
Required Contract Provisions Federal-Aid Construction Contracts Form-1273, Section V, Subpart 2(a)
3-A
Rev. 12/18/2006

F. At the end of each pay period, each contractor shall provide every employee, in writing, an
accurate detailed earnings statement.24
G. Upon request from the U.S. Department of Labor (U.S. DOL), Federal Highway
Administration (FHWA), Minnesota Department of Labor and Industry (MN/DLI) or the
Department, the prime contractor shall promptly furnish copies of payroll records for its
workers and those of all subcontractors, along with other records, deemed appropriate by the
requesting agency to determine compliance with these contract provisions.25
H. At the department’s discretion, the project engineer may administer the submission of payroll
records according to MN/DOT’s Payroll Maintenance Program. The guidelines for the
implementation and administration of this program are outlined in the MN/DOT Contract
Administration Manual, Section A(4)(d). The program has not been approved for federal-
aid contracts administered by local units of government and will not be allowed for such
contracts. However, the program may be utilized for local state-aid contracts.
I. If, after written notice, the prime contractor fails to submit its payroll reports and certification
forms and those of any subcontractor, the department may implement the actions prescribed
in section XVI (NON-COMPLIANCE AND ENFORCEMENT).

V. WAGE RATES
A. The prime contractor is responsible to ensure that its workers and those of all subcontractors
are compensated according to the U.S. DOL federal general decision(s) and the MN/DLI state
prevailing wage determination(s) incorporated into and found elsewhere in this contract,
whichever is greater. All contractors shall pay each worker the required minimum total
hourly wage rate for all hours worked on the project and for the appropriate classification of
labor.
1. Federal building, heavy and highway general decisions are specific to the county in
which the construction work is being performed; a decision does not cross county or state
lines.26 If a project extends into more than one county or state, the applicable wage
decision for each county or state shall be incorporated into and found elsewhere in this
contract.
2. State highway and heavy wage determinations are specific to ten separate regions
throughout the state of Minnesota. If a project extends into more than one region, the
applicable wage decision for each region shall be incorporated into and found elsewhere
in this contract.
a. If this contract contains multiple highway and heavy wage determinations, there shall
be only one standard of hours of labor and wage rates.27
3. State commercial wage determinations are specific to the county in which the
construction work is being performed. If a project extends into more than one county, the
applicable wage determination for each county shall be incorporated into and found
elsewhere in this contract.
a. If this contract contains multiple commercial wage determinations, there shall be
only one standard of hours of labor and wage rates.28
B. Wage rates listed in the federal and/or state wage determination(s) contain two components:
the hourly basic rate and the fringe rate; together they equal the total prevailing wage rate. A

24
Minnesota Statute 181.032
25
Minnesota Statute 177.44, Subdivision 7 and Minnesota Rules 5200.1106, Subpart 10
26
29 CFR Part 1.7(a)
27
Minnesota Statute 177.44, Subdivision 4
28
Minnesota Statute 177.44, Subdivision 4
4-A
Rev. 12/18/2006

contractor shall compensate a worker at a minimum, a combination of cash and fringe


benefits equaling the total prevailing wage rate.29
C. The applicable certified wage decisions incorporated into and found elsewhere in this
contract remain in effect for the life of this contract. The wage decisions do not necessarily
represent the workforce that can be obtained at the rates certified by the U.S. DOL or
MN/DLI. It is the responsibility of the prime contractor and any subcontractor to inform
themselves about local labor conditions and prospective changes or adjustments to the wage
rates. No increase in this contract price shall be allowed or authorized due to wage rates that
exceed those incorporated into this contract.
D. A contractor shall not reduce a worker’s private, regular rate of pay when the wage rate
certified by the U.S. DOL or MN/DLI is less than the worker’s normal hourly wage.30
E. From the time a worker is required to report for duty at the project site until the worker is
allowed to leave the site, no deductions shall be made from the worker’s hours for any delays
of less than twenty consecutive minutes.31
1. In situations where a delay may exceed twenty consecutive minutes and the contractor
requires a worker to remain on the premises or so close to the premises that the worker
cannot use the time effectively for the worker’s own purposes, the worker is considered
“on-call”32 and shall be compensated in accordance with Subpart B of this section,
unless the worker is allowed or required to leave the project site.
F. A contractor making payment to an employee, laborer, mechanic, worker, or truck owner-
operator shall not accept a rebate for the purpose of reducing or otherwise decreasing the
value of the compensation paid.33
G. Any employee who knowingly permits a contractor to pay less than the total prevailing wage
or gives up any part of the compensation to which the employee is entitled may be subject to
penalties.34

VI. BONA FIDE FRINGE BENEFITS


A. A “funded” fringe benefit plan is one that allows the contractor to make irrevocable
contributions on behalf of an employee to a financially responsible trustee, third person, fund,
plan or program, without prior approval from the U.S. Department of Labor. Types of
“funded” fringe benefits may include, but are not limited to: pension, health and life
insurance.35
B. An “unfunded” fringe benefit plan or program is one that allows the contractor to furnish an
in-house benefit on behalf of an employee. The cost to provide the benefit is funded from the
contractor’s general assets rather than funded by contributions made to a trustee, third person,
fund, plan or program. Types of “unfunded” fringe benefits may include, but are not limited
to: holiday plans, vacation plans and sick plans.36
C. Credit toward the total prevailing wage rate shall be determined for each individual employee
and is allowed for bona fide fringe benefits that:37
1. include contributions irrevocably made by a contractor on behalf of an employee to a
financially responsible trustee, third person, fund, plan, or program;

29
Minnesota Statute 177.42, Subdivision 6
30
Minnesota Statute 181.03, Subdivision 1(2)
31
Minnesota Rules 5200.0120,Subpart 1
32
Minnesota Rules 5200.0120, Subpart 2
33
Minnesota Rules 5200.1106, Subpart 6
34
Minnesota Statute 177.44, Subdivision 6
35
29 CFR Parts 5.26 and 5.27
36
29 CFR Part 5.28
37
29 CFR Part 5.23
5-A
Rev. 12/18/2006

2. are legally enforceable;


3. have been communicated in writing to the employee; and
4. are made available to the employee once he/she has met all eligibility requirements.
D. No credit shall be allowed for benefits required by federal, state or local law, such as:
worker’s compensation, unemployment compensation, and social security contributions.38
E. Upon request from the Minnesota Department of Labor and Industry (MN/DLI) or the
Department, the prime contractor shall promptly furnish copies of fringe benefit records for
its workers and those of all subcontractors, along with other records, deemed appropriate by
the requesting agency to determine compliance with these contract provisions.39
F. In addition to the requirements set forth in Subpart C of this section, it is the responsibility
of the prime contractor and any subcontractor to inform themselves about other federal and
state fringe benefit regulations that may be applicable to this contract.
G. Contractors shall submit a completed and signed MN/DOT, 21658 - Statement of
Compliance Form, identifying any fringe contributions made on behalf of a worker.40 The
form must be submitted in accordance with section IV (PAYROLLS AND
STATEMENTS), Subparts A and C.
H. Pursuant with Minnesota Statute 181.74, Subdivision 1, a contractor that is obligated to
deposit fringe benefit contributions on behalf of its employees into a financially responsible
trustee, third person, fund, plan, or program and fails to make timely contributions may be
guilty of a gross misdemeanor. A contractor found in violation of the above-mentioned
statute shall compel the department to take such actions as prescribed in section XVI, (NON-
COMPLIANCE AND ENFORCEMENT).

VII. OVERTIME
A. A contractor shall not permit or require a worker to work in excess of 40 hours per week
unless the worker is compensated at a rate not less than 1-1/2 times the basic hourly rate as
determined by the United States Secretary of Labor.41
B. A contractor shall not permit or require a worker to work longer than the prevailing hours of
labor unless the worker is paid for all hours in excess of the prevailing hours at a rate of at
least 1-1/2 times the hourly basic hourly rate of pay. 42 The prevailing hours of labor is
defined as not more than 8 hours per day or more than 40 hours per week.43
C. In addition to the requirements set forth in Subparts A and B of this section, it is the
responsibility of the prime contractor and any subcontractor to inform themselves about other
federal and state overtime regulations that may be applicable to this contract.

VIII. LABOR CLASSIFICATIONS


A. All contractors shall refer to the federal general decision or the state wage determination
incorporated into and found elsewhere in this contract to obtain an applicable job
classification. Workers must be classified and compensated for the actual work performed
regardless of the worker’s skill level.44 The prime contractor shall ensure that all contractors
adhere to the following requirements:

38
29 CFR Part 5.29(f)
39
Minnesota Statute 177.44, Subdivision 7 and Minnesota Rules 5200.1106, Subpart 10
40
Minnesota Rules 5200.1106, Subpart 10
41
Required Contract Provisions Federal-Aid Construction Contracts Form-1273, Section IV, Subpart 7
42
Minnesota Statute 177.44, Subdivision 1
43
Minnesota Statute 177.42, Subdivision 4
44
Required Contract Provisions Federal-Aid Construction Contracts Form-1273, Section IV, Subpart 1(a)
6-A
Rev. 12/18/2006

1. Prior to performing work under this contract, all contractors shall review the federal
general decision and complete a U.S. DOL, SF-1444 - Request for Authorization of
Additional Classification and Wage Rate Form for any labor classification missing
from the decision and submit it to the MN/DOT Labor Compliance Unit for processing.45
2. If a contractor cannot determine an appropriate job classification, state law requires that
the worker be assigned a job classification that is the "same or most similar".46
Contractors should refer to the Master Job Classification List47 to obtain an applicable
labor classification. Clarification regarding labor classifications should be directed to the
MN/DLI or the MN/DOT Labor Compliance Unit.

IX. INDEPENDENT CONTRACTORS, OWNERS, SUPERVISORS AND FOREMAN


A. An independent contractor performing work as a laborer or mechanic is subject to the
contract prevailing wage requirements48 for the classification of work performed and shall
adhere to the requirements established in sections IV (PAYROLLS AND STATEMENTS);
V (WAGE RATES); VI (FRINGE BENEFITS); VII (OVERTIME) and VIII (LABOR
CLASSIFICATIONS). In order to ensure compliance, the department may examine the
subcontract agreement to determine if the bid price submitted covers the applicable prevailing
wage rate for the number of hours worked, along with other records, deemed appropriate by
the department.49
B. Pursuant with state regulations, owners, supervisors and foreman performing work under the
contract50 shall be compensated in accordance with section V (WAGE RATES).
Furthermore, the prime contractor and any subcontractor shall adhere to the requirements
established in sections IV (PAYROLLS AND STATEMENTS); VI (FRINGE
BENEFITS); VII (OVERTIME) and VIII (LABOR CLASSIFICATIONS).
C. Pursuant with federal regulations, the contract labor provisions do not apply to owners,
supervisors or foreman whose duties are primarily associated with bona fide administrative,
executive or clerical positions. These individuals are not deemed to be laborers or
mechanics.51
1. However, working owners, supervisors and/or foreman who devote more than 20 percent
of their time during a workweek to laborer or mechanic duties are considered laborers or
mechanics for the time so spent and are subject to the requirements established in
sections IV (PAYROLLS AND STATEMENTS); V (WAGE RATES); VI (FRINGE
BENEFITS); VII (OVERTIME) and VIII (LABOR CLASSIFICATIONS).

X. APPRENTICES, TRAINEES AND HELPERS


A. An apprentice is not subject to the federal and/or state wage decisions incorporated into and
found elsewhere in this contract, provided the contractor can demonstrate compliance with
Subparts (1 - 4) of this section: 52
1. The apprentice is performing the work of his/her trade.
2. The apprentice is registered with the U.S. DOL Bureau of Apprenticeship and Training or
MN/DLI Division of Voluntary Apprenticeship.
3. The apprentice is compensated according to the rate specified in the program for the level
of progress.

45
Required Contract Provisions Federal-Aid Construction Contracts Form-1273, Section IV, Subpart 2
46
Minnesota Statute 177.44, Subdivision 1
47
Minnesota Rules 5200.1100
48
29 CFR Part 5.2(o) and Minnesota Statute 177.41
49
Minnesota Statute 177.44, Subdivision 7 and Minnesota Rules 5200.1106, Subpart 10
50
Minnesota Statute 177.44, Subdivision 1
51
29 CFR Part 5.2(m)
52
Minnesota Rules 5200.1070
7-A
Rev. 12/18/2006

4. The ratio of apprentices to journeyman workers on the project is not greater than the ratio
permitted for the contractor’s entire work force under the registered program.53
B. A trainee is not subject to the federal general decision incorporated into and found elsewhere
in this contract, provided the contractor can demonstrate compliance with Subparts (1 - 4) of
this section: 54
1. The trainee is performing the work of his/her trade.
2. The trainee is registered with the U.S. DOL Employment and Training Administration.
3. The trainee is compensated according to the rate specified in the program for the level of
progress.
4. The ratio of trainees to journeyman workers on the project is not greater than the ratio
permitted under the program.
5. All hours worked in excess of the prescribed hours allowed under the program and/or this
contract shall be paid at the journeyman wage rate incorporated into and found elsewhere
in this contract.
6. A trainee is not exempt under state law; the contractor shall assign the trainee a job
classification that is the "same or most similar"55 and compensate the trainee for the
actual work performed regardless of the trainee’s skill level, unless the trainee is:56
a. employed and registered in a bona-fide apprenticeship program; or
b. employed in the first 90 days of probationary employment as an apprentice, is not
registered in the apprenticeship program, but has been certified by the proper
government authorities to be eligible for probationary employment as an apprentice.
C. A helper may perform work only if the helper classification is specified and defined in the
federal general decision incorporated into and found elsewhere in this contract or is approved
pursuant to the federal conformance procedure:57
1. A helper is not exempt under state law; a contractor shall assign the helper a job
classification that is the "same or most similar"58 and compensate the helper for the actual
work performed regardless of the helper’s skill level.59
D. If a contractor fails to demonstrate compliance with the terms established in Subparts A - C
of this section, the contractor shall compensate the worker not less than the applicable total
prevailing wage rate for the actual work performed.60

XI. SUBCONTRACTING PART OF THIS CONTRACT61


A. If the prime contractor intends to sublet any portion of this contract, it shall complete and
submit a MN/DOT, TP-21834, Request To Sublet Form to the project engineer 10 days
prior to the first day of work for any subcontractor.
B. The prime contractor shall not subcontract any portion of this contract without prior written
consent from the project engineer.

53
MN/DOLI Division of Apprenticeship – April 6, 1995 Memorandum from Jerry Briggs, Director
54
Required Contract Provisions Federal-Aid Construction Contracts Form-1273, Section IV, Subpart 4(b)
55
Minnesota Statute 177.44, Subdivision 1
56
Required Contract Provisions Federal-Aid Construction Contracts Form-1273, Section IV, Subpart 1(a)
57
Required Contract Provisions Federal-Aid Construction Contracts Form-1273, Section IV, Subpart 4(c)
58
Minnesota Statute 177.44, Subdivision 1
59
Required Contract Provisions Federal-Aid Construction Contracts Form-1273, Section IV, Subpart 1(a)
60
Required Contract Provisions Federal-Aid Construction Contracts Form-1273, Section IV, Subpart 4(a)(b)(c)
61
MN/DOT Standard Specifications for Construction, Section 1801
8-A
Rev. 12/18/2006

C. The prime contractor’s organization shall perform work amounting to not less than 40 percent
of the total original contract cost. However, contracts with Disadvantaged Business
Enterprise (DBE) or Targeted Group Business (TGB) established goals, or both, the
contractor’s organization shall perform work amounting to not less than 30 percent of the
total original contract cost.
D. A first tier subcontractor shall not subcontract any portion of its work under this contract
unless approved by the prime contractor and the project engineer. In addition, a first tier
subcontractor may only subcontract up to 50% of its original subcontract.
E. A second tier subcontractor shall not subcontract any portion of its work under this contract.
F. Written consent to subcontract any portion of this contract does not relieve the prime
contractor of liabilities and obligations under the contract and bonds.
G. Contractors shall not subcontract with or purchase materials or services from a debarred or
suspended person.62

XII. POSTER BOARDS


A. The prime contractor shall construct and display a poster board, which contains all required
posters, is legible and is accessible to all workers from the first day of work until the project
is 100 percent complete.63 The prime contractor is not allowed to place a poster board at an
off-site location.
1. The prime contractor can obtain the required posters by contacting MN/DOT at
(651) 366-3091. The prime contractor will need to furnish its name, mailing address, the
type of posters (federal-aid) and the quantity needed.

XIII. EMPLOYEE INTERVIEWS


A. At any time the prime contractor shall permit representatives from the U.S. DOL, FHWA,
MN/DLI, or the Department to interview its workers and those of any subcontractor during
working hours on the project.64

XIV. TRUCKING / OFF-SITE FACILITIES


A. The prime contractor is responsible to ensure that its workers and those of all subcontractors
are compensated in accordance with the federal wage decision incorporated into and found
elsewhere in this contract for the following work duties:
1. The processing or manufacturing of material, including the hauling of material to and
from an immediately adjacent, dedicated off-site facility.65
2. The hauling of any or all stockpiled or excavated materials on the project work site to
other locations on the same project.66
B. The prime contractor is responsible to ensure that its workers and those of all subcontractors,
are compensated in accordance with the state wage determination incorporated into and found
elsewhere in this contract for the following work duties:
1. The processing or manufacturing of material, including the hauling of material to and
from a prime contractor’s material operation that is not a separate commercial
establishment.67

62
Minnesota Statute 161.315, Subdivision 3(3)
63
Required Contract Provisions Federal-Aid Construction Contracts Form-1273, Section IV, Subpart 1(a)
64
Required Contract Provisions Federal-Aid Construction Contracts Form-1273, Section V, Subpart 2(g)
65
29 CFR Part 5.2(l)(2)
66
29 CFR Part 5.2(j)(1)
67
ALJ Findings of Fact, Conclusions of Law, and Recommendation, Conclusions (7), Case #12-3000-11993-2
9-A
Rev. 12/18/2006

2. The processing or manufacturing of material, including the hauling of material to and


from an off-site material operation that is not considered a commercial establishment. 68
3. The hauling of any or all stockpiled or excavated materials on the project work site to
other locations on the same project even if the truck leaves the work site at some point.69
4. The delivery of materials from a non-commercial establishment to the project and the
return haul.70
5. The delivery of materials from another construction project site to the public works
project and the return haul, either empty or loaded. Construction projects are not
considered commercial establishments.71
6. The hauling required to remove any materials from the project to a location off the
project site and the return haul, either empty or loaded from other than a commercial
establishment.72
7. The delivery of mineral aggregate materials from a commercial establishment, which is
deposited "substantially in place" and the return haul, either empty or loaded.73
C. The work duties prescribed in Subpart A (1 - 2) and Subpart B (1 - 7) of this section do not
represent all possible hauling activities and/or other work duties that may be performed under
this contract. It is the responsibility of the prime contractor to inform itself and all
subcontractors about other applicable job duties that may be subject to this contract labor
provisions.
D. A contractor acquiring trucking services from an ITO, MTO and/or Truck Broker to perform
and/or provide "covered" hauling activities shall comply with the payment of the certified
state truck rental rates,74 which are incorporated into and found elsewhere in this contract.
1. Each month, in which hauling activities were performed under this contract, the prime
contractor and all subcontractors shall submit a MN/DOT, TP-90550 - Month-End
Trucking Report and MN/DOT, TP-90551 - Statement of Compliance Form, along
with each ITOs, MTOs and/or Truck Brokers reports to the department.75 The
specifications regarding the dates for submission can be found near the bottom of the
MN/DOT, TP-90551 - Statement of Compliance Form.
E. A Truck Broker contracting to provide trucking services in the construction industry may
charge a reasonable broker fee to the provider of trucking services.76 The prime contractor
and any subcontractor contracting to receive trucking services shall not assess a broker fee.
F. A contractor with employee truck drivers shall adhere to the requirements established in
Sections IV (PAYROLLS AND STATEMENTS); V (WAGE RATES); VI (FRINGE
BENEFITS); VII (OVERTIME) and VIII (LABOR CLASSIFICATIONS).
G. If after written notice, the prime contractor fails to submit its month-end trucking reports and
certification forms and those of any subcontractor, MTO and/or Truck Broker, the department
may take such actions as prescribed in section XVI, (NON-COMPLIANCE AND
ENFORCEMENT).

68
Minnesota Rules 5200.1106, Subpart 3B(2)
69
Minnesota Rules 5200.1106, Subpart 3B(1)
70
Minnesota Rules 5200.1106, Subpart 3B(2)
71
Minnesota Rules 5200.1106, Subpart 3B(3)
72
Minnesota Rules 5200.1106, Subpart 3B(4)
73
Minnesota Rules 5200.1106, Subpart 3B(5)(6)
74
Minnesota Rules 5200.1106, Subpart 1
75
Minnesota Rules 5200.1106, Subpart 10
76
Minnesota Rules 5200.1106, Subpart 7(C)
10 - A
Rev. 12/18/2006

XV. CHILD LABOR


A. No worker under the age of 18 is allowed to perform work on construction projects.77
B. In accordance with state law, a worker under the age of 18, employed in a corporation totally
owned by one or both parents that is supervised by the parent(s), may perform work on
construction projects.78 However, if this contractor is subject to the federal Fair Labor
Standards Act, a worker under the age of 18 is not allowed to perform work in a hazardous
occupation.79
C. To protect the interests of the department, the project engineer may remove a worker that
appears to be under the age of 18 from the construction project until the contractor or worker
can demonstrate proof of age80 and compliance with all applicable federal and/or state
regulations.81

XVI. NON-COMPLIANCE AND ENFORCEMENT


A. The prime contractor shall be liable for any unpaid wages to its workers or those of any
subcontractor, ITO, MTO and/or Truck Broker.82
B. If it is determined that a contractor has violated federal and/or state prevailing wage laws, or
any portion of this contract, the department may implement, after written notice, one or more
of the following sanctions:
1. Withhold or cause to be withheld from the prime contractor under this contract, or any
other federally funded contract with the same prime contractor, as much of the accrued
payments or advances as may be considered necessary to pay workers employed by the
prime contractor or any subcontractor the full amount of wages required by this
contract.83
2. Withhold or cause to be withheld from the prime contractor such amounts in
considerations or assessments against the prime contractor, whether arising from this
contract or other contract with the department.84
3. The department may reject a bid from a prime contractor that has demonstrated continued
or persistent noncompliance with the prevailing wage law on previous or current
contracts with the department.85
4. The department may take the prosecution of the work out of the hands of the prime
contractor, place the contractor in default and terminate this contract for failure to
demonstrate compliance with these provisions.86
C. Any contractor who violates the state prevailing wage law is guilty of a misdemeanor and
may be fined not more than $300 or imprisoned not more than 90 days or both. Each day that
the violation continues is a separate offense.87
D. All required documents and certification reports are legal documents; willful falsification of
the documents may result in civil action and/or criminal prosecution88 and may be grounds
for debarment proceedings.89
77
Minnesota Rules 5200.0910, Subpart F
78
Minnesota Rules 5200.0930, Subpart 4
79
29 CFR Part 570.2(a)(ii)
80
Minnesota Statute 181A.06, Subdivision 4
81
MN/DOT Standard Specifications for Construction, Section 1701
82
MN/DOT Standard Specifications for Construction, Section 1801
83
Required Contract Provisions Federal-Aid Construction Contracts Form-1273, Section IV, Subpart 6
84
MN/DOT Standard Specifications for Construction, Section 1906
85
Minnesota Statute 161.32, Subdivision 1(d)
86
MN/DOT Standard Specifications for Construction, Section 1808
87
Minnesota Statute 177.44, Subdivision 6
88
Minnesota Statutes 16B, 161.315, Subdivision 2, 177.43,Subdivision 5 177.44, Subdivision 6, 609.63
89
Minnesota Statute 161.315
11 - A
Rev. 11/29/99

NOTICE TO BIDDERS

TRAFFIC CONTROL
PREVAILING WAGE COVERAGE

The following defines the United States Department of Labor’s interpretation of contract
labor provision coverage for employees who work for traffic control companies and /or
perform traffic control duties.

Non-covered Supplier Designated Duties:

Employees of bona fide “Material Persons/Suppliers” are not covered. A Material


Person/Supplier is limited to supply, delivery, and routine maintenance (once a week) of
barricades, cones, flashers, etc. to the job site.

The following functions, except as qualified in “6.” below, do not come under the
prevailing wage requirements of the contracts:

1. Supply and delivery of traffic control devices such as barricades, cones,


barrels, flashers and signboards.

2. Routine and periodic maintenance service (usually once a week).

3. Removal of equipment from job site.

4. In connection with delivery, they may drop the equipment at a central


stockpile location or at various locations along the project. Employees of
company may set-up the equipment as long as such set-up is by dropping
barrels and cones from the back of a moving truck.

5. Maintenance would consist of inspecting and cleaning the equipment,


replacing broken or lost equipment, replacing barricades knocked down or out
of line, and changing light bulbs and barricades.

6. If an employee spends more than 20% of their workweek performing the


above duties on a Davis-Bacon (Federal-Aid) project or other Davis-Bacon
(Federal-Aid) projects, prevailing wage rates would apply for the time so
spent.

Page 1 of 2
Rev. 11/29/99

Covered Contractor or Subcontractor Duties:

The following functions are covered under the contract labor provisions. Any contractor
performing these duties will need to be listed on a Request to Sublet form and their
employees performing the duties will need to be listed on a Certified Payroll form and
submitted following the appropriate procedures.

Related and continuing traffic control services such as, but not limited to:

1. Moving barricades and barriers as construction work progresses.

2. Moving barricades for lane closures and changes.

3. Painting traffic lines.

4. Sandblasting to remove traffic lines.

5. Applying and removing traffic tape.

6. Setting up barrels or barricades other than those dropped from the back of a
moving truck.

7. Digging postholes to erect temporary warning signs (only).

8. Erection of advance temporary warning signs.

9. Placing temporary signboards.

On Federal-aid Projects (only) when there is no appropriate classification listed under


either the state or federal wage determinations, a classification wage rate will be
negotiated using the procedures under FHWA 1273, REQUIRED CONTRACT
PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS, Part IV. PAYMENT OF
PREDERTERMINED MINIMUM WAGE, Subp. 2. Classifications.

Page 2of 2
Prompt Payment
December 2002

NOTICE TO BIDDERS

Minnesota Statutes that require prompt payment to subcontractors:

16A.1245 Prompt payment to subcontractors.

Each state agency contract must require the prime contractor to pay any subcontractor
within ten days of the prime contractor's receipt of payment from the state for undisputed
services provided by the subcontractor. The contract must require the prime contractor to pay
interest of 1-1/2 percent per month or any part of a month to the subcontractor on any undisputed
amount not paid on time to the subcontractor. The minimum monthly interest penalty payment
for an unpaid balance of $100 or more is $10. For an unpaid balance of less than $100, the
prime contractor shall pay the actual penalty due to the subcontractor. A subcontractor who
prevails in a civil action to collect interest penalties from a prime contractor must be awarded its
costs and disbursements, including attorney's fees, incurred in bringing the action.

HIST: 1990 c 541 s 1

337.10 Building and construction contracts; prohibited provisions.

Subd. 3. Prompt payment to subcontractors. A building and construction contract shall


be deemed to require the prime contractor and all subcontractors to promptly pay any
subcontractor or material supplier contract within ten days of receipt by the party responsible for
payment of payment for undisputed services provided by the party requesting payment. The
contract shall be deemed to require the party responsible for payment to pay interest of 1-1/2
percent per month to the party requesting payment on any undisputed amount not paid on time.
The minimum monthly interest penalty payment for an unpaid balance of $100 or more is $10.
For an unpaid balance of less than $100, the party responsible for payment shall pay the actual
penalty due to the party requesting payment. A party requesting payment who prevails in a civil
action to collect interest penalties from a party responsible for payment must be awarded its
costs and disbursements, including attorney fees incurred in bringing the action. This
subdivision does not apply to construction of or improvements to residential real estate as
defined in section 326.83, subdivision 17, or to construction of or improvements to attached
single-family dwellings, if those dwellings are used for residential purposes and have fewer than
13 units per structure.

HIST: 1997 c 127 s 1; 1998 c 289 s 1,2; 1999 c 116 s 2


MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE
FUNDED CONSTRUCTION PROJECTS

THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE

Construction Type: Highway and Heavy

Region Number: 04

Counties within region:

• BECKER-03
• BIG STONE-06
• CLAY-14
• DOUGLAS-21
• GRANT-26
• MAHNOMEN-43
• OTTERTAIL-56
• POPE-61
• STEVENS-75
• SWIFT-76
• TRAVERSE-78
• WILKIN-84

Effective: 2009-12-07 Revised: 2010-04-21

This project is covered by Minnesota prevailing wage statutes. Wage rates listed below are the minimum hourly rates
to be paid on this project.

All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at a rate of one and
one half (1 1/2) times the basic hourly rate.

Violations should be reported to:

Department of Transportation
Office of Construction
Transportation Building MS650
John Ireland Blvd
St. Paul, MN 55155
(651) 366-4209

Refer questions concerning the prevailing wage rates to:

Department of Labor and Industry


Prevailing Wage Section
443 Lafayette Road N
St Paul, MN 55155

06/24/10 1
(651) 284-5091
DLI.PrevWage@state.mn.us

LABOR CODE AND CLASS EFFECT BASIC FRINGE TOTAL


DATE RATE RATE RATE

101 LABORER, COMMON (GENERAL LABOR WORK) 2009-12-07 18.08 11.56 29.64
2010-05-01 18.81 12.43 31.24

102 LABORER, SKILLED (ASSISTING SKILLED CRAFT 2009-12-07 18.08 11.56 29.64
JOURNEYMAN)
2010-05-01 18.81 12.43 31.24

103 LABORER, LANDSCAPING (GARDENER, SOD LAYER 2009-12-07 12.00 0.00 12.00
AND NURSERY OPERATOR)

104 FLAG PERSON 2009-12-07 18.08 11.56 29.64


2010-05-01 18.81 12.43 31.24

105 WATCH PERSON FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US

106 BLASTER FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US

107 PIPELAYER (WATER, SEWER AND GAS) 2009-12-07 20.08 11.56 31.64
2010-05-01 20.81 12.43 33.24

108 TUNNEL MINER 2009-12-07 18.78 11.56 30.34


2010-05-01 19.51 12.43 31.94

109 UNDERGROUND AND OPEN DITCH LABORER (EIGHT 2009-12-07 18.78 11.56 30.34
FEET BELOW STARTING GRADE LEVEL)
2010-05-01 19.51 12.43 31.94

110 SURVEY FIELD TECHNICIAN (OPERATE TOTAL FOR RATE CALL 651-284-5091 OR
STATION, GPS RECEIVER, LEVEL, ROD OR RANGE EMAIL

06/24/10 2
POLES, STEEL TAPE MEASUREMENT; MARK AND DLI.PREVWAGE@STATE.MN.US
DRIVE STAKES; HAND OR POWER DIGGING FOR AND
IDENTIFICATION OF MARKERS OR MONUMENTS;
PERFORM AND CHECK CALCULATIONS; REVIEW AND
UNDERSTAND CONSTRUCTION PLANS AND LAND
SURVEY MATERIALS). THIS CLASSIFICATION DOES
NOT APPLY TO THE WORK PERFORMED ON A
PREVAILING WAGE PROJECT BY A LAND SURVEYOR
WHO IS LICENSED PURSUANT TO MINNESOTA
STATUTES, SECTIONS 326.02 TO 326.15.

111 TRAFFIC CONTROL PERSON (TEMPORARY SIGNAGE) FOR RATE CALL 651-284-5091 OR
EMAIL
DLI.PREVWAGE@STATE.MN.US

112 QUALITY CONTROL TESTER (FIELD AND COVERED FOR RATE CALL 651-284-5091 OR
OFF-SITE FACILITIES; TESTING OF AGGREGATE, EMAIL
ASPHALT, AND CONCRETE MATERIALS); LIMITED TO DLI.PREVWAGE@STATE.MN.US
MN DOT HIGHWAY AND HEAVY CONSTRUCTION
PROJECTS WHERE THE MN DOT HAS RETAINED
QUALITY ASSURANCE PROFESSIONALS TO REVIEW
AND INTERPRET THE RESULTS OF QUALITY
CONTROL TESTERS. SERVICES PROVIDED BY THE
CONTRACTOR.

201 ARTICULATED HAULER 2009-12-07 22.21 15.25 37.46


2010-05-01 24.20 15.85 40.05

202 BOOM TRUCK 2009-12-07 22.21 15.25 37.46


2010-05-01 22.96 15.85 38.81

203 LANDSCAPING EQUIPMENT, INCLUDES HYDRO 2009-12-07 20.54 0.00 20.54


SEEDER OR MULCHER, SOD ROLLER, FARM TRACTOR
WITH ATTACHMENT SPECIFICALLY SEEDING,
SODDING, OR PLANT, AND TWO-FRAMED FORKLIFT
(EXCLUDING FRONT, POSIT-TRACK, AND SKID STEER
LOADERS), NO EARTHWORK OR GRADING FOR
ELEVATIONS

204 OFF-ROAD TRUCK 2009-12-07 22.21 15.25 37.46


2010-05-01 22.96 15.85 38.81

GROUP 2 2009-12-07 23.45 15.25 38.70

06/24/10 3
2010-05-01 24.20 15.85 40.05
302 HELICOPTER PILOT (HIGHWAY AND HEAVY ONLY)
303 CONCRETE PUMP (HIGHWAY AND HEAVY ONLY)
304 ALL CRANES WITH OVER 135-FOOT BOOM, EXCLUDING JIB (HIGHWAY AND HEAVY ONLY)
305 DRAGLINE, CRAWLER, HYDRAULIC BACKHOE (TRACK OR WHEEL MOUNTED) AND/OR
OTHER SIMILAR EQUIPMENT WITH SHOVEL-TYPE CONTROLS THREE CUBIC YARDS AND
OVER MANUFACTURER.S RATED CAPACITY INCLUDING ALL ATTACHMENTS. (HIGHWAY
AND HEAVY ONLY)
306 GRADER OR MOTOR PATROL (HIGHWAY AND HEAVY ONLY)
307 PILE DRIVING (HIGHWAY AND HEAVY ONLY)
308 TUGBOAT 100 H.P. AND OVER WHEN LICENSE REQUIRED (HIGHWAY AND HEAVY ONLY)

GROUP 3 2009-12-07 22.52 15.25 37.77


2010-05-01 23.27 15.85 39.12
309 ASPHALT BITUMINOUS STABILIZER PLANT (HIGHWAY AND HEAVY ONLY)
310 CABLEWAY (HIGHWAY AND HEAVY ONLY)
311 CONCRETE MIXER, STATIONARY PLANT (HIGHWAY AND HEAVY ONLY)
312 DERRICK (GUY OR STIFFLEG)(POWER)(SKIDS OR STATIONARY) (HIGHWAY AND HEAVY
ONLY)
313 DRAGLINE, CRAWLER, HYDRAULIC BACKHOE (TRACK OR WHEEL MOUNTED) AND/OR
SIMILAR EQUIPMENT WITH SHOVEL-TYPE CONTROLS, UP TO THREE CUBIC YARDS
MANUFACTURER.S RATED CAPACITY INCLUDING ALL ATTACHMENTS (HIGHWAY AND
HEAVY ONLY)
314 DREDGE OR ENGINEERS, DREDGE (POWER) AND ENGINEER (HIGHWAY AND HEAVY ONLY)
315 FRONT END LOADER, FIVE CUBIC YARDS AND OVER INCLUDING ATTACHMENTS. (HIGHWAY
AND HEAVY ONLY)
316 LOCOMOTIVE CRANE OPERATOR (HIGHWAY AND HEAVY ONLY)
317 MIXER (PAVING) CONCRETE PAVING, ROAD MOLE, INCLUDING MUCKING OPERATIONS,
CONWAY OR SIMILAR TYPE (HIGHWAY AND HEAVY ONLY)
318 MECHANIC . WELDER ON POWER EQUIPMENT (HIGHWAY AND HEAVY ONLY)
319 TRACTOR . BOOM TYPE (HIGHWAY AND HEAVY ONLY)
320 TANDEM SCRAPER (HIGHWAY AND HEAVY ONLY)
321 TRUCK CRANE . CRAWLER CRANE (HIGHWAY AND HEAVY ONLY)
322 TUGBOAT 100 H.P AND OVER (HIGHWAY AND HEAVY ONLY)

GROUP 4 2009-12-07 22.21 15.25 37.46


2010-05-01 22.96 15.85 38.81
323 AIR TRACK ROCK DRILL (HIGHWAY AND HEAVY ONLY)
324 AUTOMATIC ROAD MACHINE (CMI OR SIMILAR) (HIGHWAY AND HEAVY ONLY)

06/24/10 4
325 BACKFILLER OPERATOR (HIGHWAY AND HEAVY ONLY)
326 CONCRETE BATCH PLANT OPERATOR (HIGHWAY AND HEAVY ONLY)
327 BITUMINOUS ROLLERS, RUBBER TIRED OR STEEL DRUMMED (EIGHT TONS AND OVER)
(HIGHWAY AND HEAVY ONLY)
328 BITUMINOUS SPREADER AND FINISHING MACHINES (POWER), INCLUDING PAVERS, MACRO
SURFACING AND MICRO SURFACING, OR SIMILAR TYPES (OPERATOR AND SCREED PERSON)
(HIGHWAY AND HEAVY ONLY)
329 BROKK OR R.T.C. REMOTE CONTROL OR SIMILAR TYPE WITH ALL ATTACHMENTS (HIGHWAY
AND HEAVY ONLY)
330 CAT CHALLENGER TRACTORS OR SIMILAR TYPES PULLING ROCK WAGONS, BULLDOZERS
AND SCRAPERS (HIGHWAY AND HEAVY ONLY)
331 CHIP HARVESTER AND TREE CUTTER (HIGHWAY AND HEAVY ONLY)
332 CONCRETE DISTRIBUTOR AND SPREADER FINISHING MACHINE, LONGITUDINAL FLOAT,
JOINT MACHINE, AND SPRAY MACHINE (HIGHWAY AND HEAVY ONLY)
333 CONCRETE MIXER ON JOBSITE (HIGHWAY AND HEAVY ONLY)
334 CONCRETE MOBIL (HIGHWAY AND HEAVY ONLY)
335 CRUSHING PLANT (GRAVEL AND STONE) OR GRAVEL WASHING, CRUSHING AND SCREENING
PLANT (HIGHWAY AND HEAVY ONLY)
336 CURB MACHINE (HIGHWAY AND HEAVY ONLY)
337 DIRECTIONAL BORING MACHINE (HIGHWAY AND HEAVY ONLY)
338 DOPE MACHINE (PIPELINE) (HIGHWAY AND HEAVY ONLY)
339 DRILL RIGS, HEAVY ROTARY OR CHURN OR CABLE DRILL (HIGHWAY AND HEAVY ONLY)
340 DUAL TRACTOR (HIGHWAY AND HEAVY ONLY)
341 ELEVATING GRADER (HIGHWAY AND HEAVY ONLY)
342 FORK LIFT OR STRADDLE CARRIER (HIGHWAY AND HEAVY ONLY)
343 FORK LIFT OR LUMBER STACKER (HIGHWAY AND HEAVY ONLY)
344 FRONT END, SKID STEER OVER 1 TO 5 C YD
345 GPS REMOTE OPERATING OF EQUIPMENT (HIGHWAY AND HEAVY ONLY)
346 HOIST ENGINEER (POWER) (HIGHWAY AND HEAVY ONLY)
347 HYDRAULIC TREE PLANTER (HIGHWAY AND HEAVY ONLY)
348 LAUNCHER PERSON (TANKER PERSON OR PILOT LICENSE) (HIGHWAY AND HEAVY ONLY)
349 LOCOMOTIVE (HIGHWAY AND HEAVY ONLY)
350 MILLING, GRINDING, PLANNING, FINE GRADE, OR TRIMMER MACHINE (HIGHWAY AND
HEAVY ONLY)
351 MULTIPLE MACHINES, SUCH AS AIR COMPRESSORS, WELDING MACHINES, GENERATORS,
PUMPS (HIGHWAY AND HEAVY ONLY)
352 PAVEMENT BREAKER OR TAMPING MACHINE (POWER DRIVEN) MIGHTY MITE OR SIMILAR
TYPE (HIGHWAY AND HEAVY ONLY)
353

06/24/10 5
PICKUP SWEEPER, ONE CUBIC YARD AND OVER HOPPER CAPACITY(HIGHWAY AND HEAVY
ONLY)
354 PIPELINE WRAPPING, CLEANING OR BENDING MACHINE (HIGHWAY AND HEAVY ONLY)
355 POWER PLANT ENGINEER, 100 KWH AND OVER (HIGHWAY AND HEAVY ONLY)
356 POWER ACTUATED HORIZONTAL BORING MACHINE, OVER SIX INCHES (HIGHWAY AND
HEAVY ONLY)
357 PUGMILL (HIGHWAY AND HEAVY ONLY)
358 PUMPCRETE (HIGHWAY AND HEAVY ONLY)
359 RUBBER-TIRED FARM TRACTOR WITH BACKHOE INCLUDING ATTACHMENTS (HIGHWAY
AND HEAVY ONLY)
360 SCRAPER (HIGHWAY AND HEAVY ONLY)
361 SELF-PROPELLED SOIL STABILIZER (HIGHWAY AND HEAVY ONLY)
362 SLIP FORM (POWER DRIVEN) (PAVING) (HIGHWAY AND HEAVY ONLY)
363 TIE TAMPER AND BALLAST MACHINE (HIGHWAY AND HEAVY ONLY)
364 TRACTOR, BULLDOZER (HIGHWAY AND HEAVY ONLY)
365 TRACTOR, WHEEL TYPE, OVER 50 H.P. WITH PTO UNRELATED TO LANDSCAPING (HIGHWAY
AND HEAVY ONLY)
366 TRENCHING MACHINE (SEWER, WATER, GAS) EXCLUDES WALK BEHIND TRENCHER
(HIGHWAY AND HEAVY ONLY)
367 TUB GRINDER, MORBARK, OR SIMILAR TYPE (HIGHWAY AND HEAVY ONLY)
368 WELL POINT DISMANTLING OR INSTALLATION (HIGHWAY AND HEAVY ONLY)

GROUP 5 2009-12-07 19.00 0.00 19.00


369 AIR COMPRESSOR, 600 CFM OR OVER (HIGHWAY AND HEAVY ONLY)
370 BITUMINOUS ROLLER (UNDER EIGHT TONS) (HIGHWAY AND HEAVY ONLY)
371 CONCRETE SAW (MULTIPLE BLADE) (POWER OPERATED) (HIGHWAY AND HEAVY ONLY)
372 FORM TRENCH DIGGER (POWER) (HIGHWAY AND HEAVY ONLY)
373 FRONT END, SKID STEER UP TO 1C YD
374 GUNITE GUNALL (HIGHWAY AND HEAVY ONLY)
375 HYDRAULIC LOG SPLITTER (HIGHWAY AND HEAVY ONLY)
376 LOADER (BARBER GREENE OR SIMILAR TYPE) (HIGHWAY AND HEAVY ONLY)
377 POST HOLE DRIVING MACHINE/POST HOLE AUGER (HIGHWAY AND HEAVY ONLY)
378 POWER ACTUATED AUGER AND BORING MACHINE (HIGHWAY AND HEAVY ONLY)
379 POWER ACTUATED JACK (HIGHWAY AND HEAVY ONLY)
380 PUMP (HIGHWAY AND HEAVY ONLY)
381 SELF-PROPELLED CHIP SPREADER (FLAHERTY OR SIMILAR) (HIGHWAY AND HEAVY ONLY)
382 SHEEP FOOT COMPACTOR WITH BLADE . 200 H.P. AND OVER(HIGHWAY AND HEAVY ONLY)

06/24/10 6
383 SHOULDERING MACHINE (POWER) APSCO OR SIMILAR TYPE INCLUDING SELF-PROPELLED
SAND AND CHIP SPREADER (HIGHWAY AND HEAVY ONLY)
384 STUMP CHIPPER AND TREE CHIPPER (HIGHWAY AND HEAVY ONLY)
385 TREE FARMER (MACHINE) (HIGHWAY AND HEAVY ONLY)

GROUP 6 2009-12-07 19.90 15.25 35.15


2010-05-01 20.65 15.85 36.50
387 CAT, CHALLENGER, OR SIMILAR TYPE OF TRACTORS, WHEN PULLING DISK OR ROLLER
(HIGHWAY AND HEAVY ONLY)
388 CONVEYOR (HIGHWAY AND HEAVY ONLY)
389 DREDGE DECK HAND (HIGHWAY AND HEAVY ONLY)
390 FIRE PERSON OR TANK CAR HEATER (HIGHWAY AND HEAVY ONLY)
391 GRAVEL SCREENING PLANT (PORTABLE NOT CRUSHING OR WASHING) (HIGHWAY AND
HEAVY ONLY)
392 GREASER (TRACTOR) (HIGHWAY AND HEAVY ONLY)
393 LEVER PERSON (HIGHWAY AND HEAVY ONLY)
394 OILER (POWER SHOVEL, CRANE, TRUCK CRANE, DRAGLINE, CRUSHERS, AND MILLING
MACHINES, OR OTHER SIMILAR HEAVY EQUIPMENT) (HIGHWAY AND HEAVY ONLY)
395 POWER SWEEPER (HIGHWAY AND HEAVY ONLY)
396 SHEEP FOOT ROLLER AND ROLLERS ON GRAVEL COMPACTION, INCLUDING VIBRATING
ROLLERS (HIGHWAY AND HEAVY ONLY)
397 TRACTOR, WHEEL TYPE, OVER 50 H.P., UNRELATED TO LANDSCAPING

GROUP 1 FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US
501 HELICOPTER PILOT (COMMERCIAL CONSTRUCTION ONLY)
502 TOWER CRANE 250 FEET AND OVER (COMMERCIAL CONSTRUCTION ONLY)
503 TRUCK CRAWLER CRANE WITH 200 FEET OF BOOM AND OVER, INCLUDING JIB
(COMMERCIAL CONSTRUCTION ONLY)

GROUP 2 FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US
504 CONCRETE PUMP WITH 50 METERS/164 FEET OF BOOM AND OVER (COMMERCIAL
CONSTRUCTION ONLY)
505 PILE DRIVING WHEN THREE DRUMS IN USE (COMMERCIAL CONSTRUCTION ONLY)
506 TOWER CRANE 200 FEET AND OVER (COMMERCIAL CONSTRUCTION ONLY)
507 TRUCK OR CRAWLER CRANE WITH 150 FEET OF BOOM UP TO AND NOT INCLUDING 200 FEET,
INCLUDING JIB (COMMERCIAL CONSTRUCTION ONLY)

06/24/10 7
GROUP 3 FOR RATE CALL 651-284-5091 OR
EMAIL
DLI.PREVWAGE@STATE.MN.US
508 ALL-TERRAIN VEHICLE CRANES (COMMERCIAL CONSTRUCTION ONLY)
509 CONCRETE PUMP 32-49 METERS/102-164 FEET (COMMERCIAL CONSTRUCTION ONLY)
510 DERRICK (GUY & STIFFLEG) (COMMERCIAL CONSTRUCTION ONLY)
511 STATIONARY TOWER CRANE 200 FEET AND OVER MEASURED FROM BOOM FOOT PIN
(COMMERCIAL CONSTRUCTION ONLY)
512 SELF-ERECTING TOWER CRANE 100 FEET AND OVER MEASURED FROM BOOM FOOT PIN
(COMMERCIAL CONSTRUCTION ONLY)
513 TRAVELING TOWER CRANE (COMMERCIAL CONSTRUCTION ONLY)
514 TRUCK OR CRAWLER CRANE UP TO AND NOT INCLUDING 150 FEET OF BOOM, INCLUDING JIB
(COMMERCIAL CONSTRUCTION ONLY)

GROUP 4 FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US
515 CRAWLER BACKHOE INCLUDING ATTACHMENTS (COMMERCIAL CONSTRUCTION ONLY)
516 FIREPERSON, CHIEF BOILER LICENSE (COMMERCIAL CONSTRUCTION ONLY)
517 HOIST ENGINEER (THREE DRUMS OR MORE) (COMMERCIAL CONSTRUCTION ONLY)
518 LOCOMOTIVE (COMMERCIAL CONSTRUCTION ONLY)
519 OVERHEAD CRANE ( INSIDE BUILDING PERIMETER) (COMMERCIAL CONSTRUCTION ONLY)
520 TRACTOR . BOOM TYPE (COMMERCIAL CONSTRUCTION ONLY)

GROUP 5 FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US
521 AIR COMPRESSOR 450 CFM OR OVER (TWO OR MORE MACHINES) (COMMERCIAL
CONSTRUCTION ONLY)
522 CONCRETE MIXER (COMMERCIAL CONSTRUCTION ONLY)
523 CONCRETE PUMP UP TO 31 METERS/101 FEET OF BOOM
524 DRILL RIGS, HEAVY ROTARY OR CHURN OR CABLE DRILL WHEN USED FOR CAISSON FOR
ELEVATOR OR BUILDING CONSTRUCTION (COMMERCIAL CONSTRUCTION ONLY)
525 FORKLIFT (COMMERCIAL CONSTRUCTION ONLY)
526 FRONT END, SKID STEER 1 TO 5 C YD
527 HOIST ENGINEER ( ONE OR TWO DRUMS) (COMMERCIAL CONSTRUCTION ONLY)
528 MECHANIC-WELDER (ON POWER EQUIPMENT) (COMMERCIAL CONSTRUCTION ONLY)
529 POWER PLANT (100 KW AND OVER OR MULTIPLES EQUAL TO 100KW AND OVER)
(COMMERCIAL CONSTRUCTION ONLY)

06/24/10 8
530 PUMP OPERATOR AND/OR CONVEYOR (TWO OR MORE MACHINES) (COMMERCIAL
CONSTRUCTION ONLY)
531 SELF-ERECTING TOWER CRANE UNDER 100 FEET MEASURED FROM BOOM FOOT PIN
(COMMERCIAL CONSTRUCTION ONLY)
532 STRADDLE CARRIER (COMMERCIAL CONSTRUCTION ONLY)
533 TRACTOR OVER D2 (COMMERCIAL CONSTRUCTION ONLY)
534 WELL POINT PUMP (COMMERCIAL CONSTRUCTION ONLY)

GROUP 6 FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US
535 CONCRETE BATCH PLANT (COMMERCIAL CONSTRUCTION ONLY)
536 FIREPERSON, FIRST CLASS BOILER LICENSE (COMMERCIAL CONSTRUCTION ONLY)
537 FRONT END, SKID STEER UP TO 1 C YD
538 GUNITE MACHINE (COMMERCIAL CONSTRUCTION ONLY)
539 TRACTOR OPERATOR D2 OR SIMILAR SIZE (COMMERCIAL CONSTRUCTION ONLY)
540 TRENCHING MACHINE (SEWER, WATER, GAS) EXCLUDES WALK BEHIND TRENCHER

GROUP 7 FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US
541 AIR COMPRESSOR 600 CFM OR OVER (COMMERCIAL CONSTRUCTION ONLY)
542 BRAKEPERSON (COMMERCIAL CONSTRUCTION ONLY)
543 CONCRETE PUMP/PUMPCRETE OR COMPLACO TYPE (COMMERCIAL CONSTRUCTION ONLY)
544 FIREPERSON, TEMPORARY HEAT SECOND CLASS BOILER LICENSE (COMMERCIAL
CONSTRUCTION ONLY)
545 OILER (POWER SHOVEL, CRANE, TRUCK CRANE, DRAGLINE, CRUSHERS AND MILLING
MACHINES, OR OTHER SIMILAR POWER EQUIPMENT) (COMMERCIAL CONSTRUCTION ONLY)
546 PICK UP SWEEPER (ONE CUBIC YARD HOPPER CAPACITY) (COMMERCIAL CONSTRUCTION
ONLY)
547 PUMP AND/OR CONVEYOR (COMMERCIAL CONSTRUCTION ONLY)

GROUP 8 FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US
548 ELEVATOR OPERATOR (COMMERCIAL CONSTRUCTION ONLY)
549 GREASER (COMMERCIAL CONSTRUCTION ONLY)
550 MECHANICAL SPACE HEATER (TEMPORARY HEAT NO BOILER LICENSE REQUIRED)
(COMMERCIAL CONSTRUCTION ONLY)

06/24/10 9
GROUP 1 2009-12-07 15.30 6.13 21.43
601 MECHANIC . WELDER
602 TRACTOR TRAILER DRIVER
603 TRUCK DRIVER (HAULING MACHINERY INCLUDING OPERATION OF HAND AND POWER
OPERATED WINCHES)

GROUP 2 2009-12-07 14.77 6.13 20.90


604 FOUR OR MORE AXLE UNIT, STRAIGHT BODY TRUCK

GROUP 3 2009-12-07 19.41 12.00 31.41


2010-05-01 20.01 12.75 32.76
605 BITUMINOUS DISTRIBUTOR DRIVER
606 BITUMINOUS DISTRIBUTOR (ONE PERSON OPERATION)
607 THREE AXLE UNITS

GROUP 4 2009-12-07 19.41 12.00 31.41


2010-05-01 20.01 12.75 32.76
608 BITUMINOUS DISTRIBUTOR SPRAY OPERATOR (REAR AND OILER)
609 DUMP PERSON
610 GREASER
611 PILOT CAR DRIVER
612 RUBBER-TIRED, SELF-PROPELLED PACKER UNDER 8 TONS
613 TWO AXLE UNIT
614 SLURRY OPERATOR
615 TANK TRUCK HELPER (GAS, OIL, ROAD OIL, AND WATER)
616 TRACTOR OPERATOR, UNDER 50 H.P.
701 HEATING AND FROST INSULATORS 2009-12-07 20.00 3.96 23.96

702 BOILERMAKERS 2009-12-07 34.79 18.07 52.86

703 BRICKLAYERS 2009-12-07 25.46 0.00 25.46

704 CARPENTERS 2009-12-07 22.35 14.69 37.04


2010-05-01 23.70 14.69 38.39

705 CARPET LAYERS (LINOLEUM)

06/24/10 10
FOR RATE CALL 651-284-5091 OR
EMAIL
DLI.PREVWAGE@STATE.MN.US

706 CEMENT MASONS 2009-12-07 24.31 14.34 38.65

707 ELECTRICIANS 2009-12-07 27.00 14.32 41.32

708 ELEVATOR CONSTRUCTORS FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US

709 GLAZIERS FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US

710 LATHERS FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US

711 GROUND PERSON 2009-12-07 10.00 0.00 10.00

712 IRONWORKERS 2009-12-07 33.80 20.37 54.17

713 LINEMAN FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US

714 MILLWRIGHT 2009-12-07 30.75 19.47 50.22

715 PAINTERS (INCLUDING HAND BRUSHED, HAND 2009-12-07 24.16 13.06 37.22
SPRAYED, AND THE TAPING OF PAVEMENT
MARKINGS)

716 PILEDRIVER (INCLUDING VIBRATORY DRIVER OR 2009-12-07 22.35 14.69 37.04


EXTRACTOR FOR PILING AND SHEETING
OPERATIONS)
2010-05-01 23.70 14.69 38.39

717 PIPEFITTERS . STEAMFITTERS 2009-12-07 35.95 8.13 44.08

06/24/10 11
2010-05-01 36.60 8.13 44.73

718 PLASTERERS FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US

719 PLUMBERS 2009-12-07 35.95 8.13 44.08


2010-05-01 36.60 8.13 44.73

720 ROOFER FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US

721 SHEET METAL WORKERS 2009-12-07 32.07 16.56 48.63

722 SPRINKLER FITTERS FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US

723 TERRAZZO WORKERS FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US

724 TILE SETTERS FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US

725 TILE FINISHERS FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US

726 DRYWALL TAPER FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US

727 WIRING SYSTEM TECHNICIAN FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US

728 WIRING SYSTEMS INSTALLER FOR RATE CALL 651-284-5091 OR


EMAIL

06/24/10 12
DLI.PREVWAGE@STATE.MN.US

729 ASBESTOS ABATEMENT WORKER FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US

730 SIGN ERECTOR FOR RATE CALL 651-284-5091 OR


EMAIL
DLI.PREVWAGE@STATE.MN.US

06/24/10 13
CITY OF MOORHEAD
GENERAL CONDITIONS

SECTION I: BIDDING REQUIREMENTS AND CONDITIONS


1-1 Contents of Proposal Form
1-2 Unit Quantities
1-3 Examination of Proposed Work
1-4 Submitting Proposals
1-5 Contractor Resume
1-6 Substitute Materials

SECTION II: AWARD AND EXECUTION OF CONTRACT


2-1 Award of Contract
2-2 Assignment of Contract
2-3 Requirement of Contract Bond

SECTION III: SCOPE OF WORK


3-1 Intent of Contract
3-2 Extra Work and Alterations
3-3 Clean up
3-4 Maintenance of Traffic

SECTION IV: CONTROL OF WORK


4-1 Engineer's Authority
4-2 Coordination of Plans and Specifications
4-3 Cooperation by Contractors
4-4 Supervision by Contractor
4-5 Existing Utility Lines
4-6 Surveys and Stakes
4-7 Inspection of Work
4-8 Material Testing Specifications
4-9 Acceptance of Work

SECTION V: LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC


5-1 Laws to be Observed
5-2 Permits and Public Utilities
5-3 Fees and Royalties
5-4 Indemnification
5-5 Contractor's Responsibility
5-6 Withholding of State Income Tax
5-7 Insurance
5-8 Safety, Accident Prevention

SECTION VI: PROSECUTION AND PROGRESS


6-1 Subletting of Contract
6-2 Sunday and Holiday Work
6-3 Failure to Complete the Work on Time

SECTION VII: MEASUREMENT AND PAYMENT


7-1 Measurement of Quantities
7-2 Compensation for Increased or Decreased Quantities
7-3 Partial Payments
7-4 Acceptance and Final Payment

00700-1
Revised 3-19-07
SECTION I
BIDDING REQUIREMENTS AND CONDITIONS

1-1 Contents of Proposal Form:


The proposal form will state the location and description of the contemplated construction, and will
include a schedule of items showing the estimated quantities of the various kinds and classes of
work for which bid prices are invited. The proposal form will state the time in which the work must
be completed, the amount and nature of the Proposal Form required, and the date, time and place
of the opening of Proposals.

Bound within the proposal forms will be any Special Provisions and other supplementary
requirements. All papers bound with or attached to the proposal form are essential parts of
the Proposal and shall not be detached there from or altered without specific authorization.
The plans, specifications, and other documents designated in the Proposal are also a part thereof,
whether attached or not.

1-2 Unit Quantities:


The schedule of unit quantities contained in the Proposal Form, although estimated with as much
accuracy as possible in advance, is approximate only and is assumed only for the purpose of
comparing bids and forming a basic contract price for the work contemplated. The quantities on
which payments will be made to the contractor are to be determined by measurements of the work
actually performed by the contractor as specified by the contract, plans and specifications.

1-3 Examination of Proposed Work:


Bidders shall make all necessary investigations to satisfy themselves as to the conditions and nature
of the soil and other characteristics of the proposed site or sites of the project, and otherwise inform
themselves of all facilities or difficulties that may be encountered in the complete execution of all the
work included in or implied by the contract, in accordance with the plans and specifications.

Bidders are required to examine all drawings and data mentioned in the specifications, contract and
proposal as being on file in the office of the City Clerk of Moorhead for examination by bidders. No
plea of ignorance of conditions that exist, or of conditions or difficulties that may be encountered in
the execution of the work under any contract, as a result of failure to make necessary examinations
and investigations or omission on the part of the contract, specifications and plans, will be accepted
as an excuse for failure or as a basis for any claims whatsoever for added compensation. Upon
application, all available information in the possession of the City Engineer will be shown to the
bidders but the correctness of any such information is not guaranteed.

1-4 Submitting Proposals:


All bids must be made upon blank forms of proposal attached hereto and the prices of the work
proposed shall be given in plain or typed figures. The proposal must be signed in ink by the bidder.
All papers bound with or attached to the proposal form are a necessary part thereof and must
not be detached. The blank spaces in the proposal form must be correctly filled in where indicated
for each and every item, with totals and grand totals. Any proposal that is incomplete, obscure, or
irregular may be rejected. A bid shall be rejected if it contains any alterations or erasures which are
not corrected as follows: 1) The alteration or erasure must be crossed out and the correction
thereof printed in ink or typewritten adjacent thereto; and 2) The correction must be initialed in ink
by the person signing the bid proposal. All bids, when properly made and signed, shall be placed in
a sealed envelope which envelope shall be plainly marked with the project name and Eng. No. and
addressed to: Jill Wenger, City Clerk, City of Moorhead; PO Box 779; Moorhead, MN 56561.

00700-2
Revised 3-19-07
1-5 Contractor Resume:
Each bidder, when requested by the City, shall submit the following information and data upon 48
hours notice:

A) The location of bidder's permanent place of business.

B) A statement of equipment, which the bidder proposes to use on the project

C) A financial statement showing assets and liabilities as of a time longer than 6 months
previous to the time of bidding, and financial references.

D) A statement listing projects of a similar nature, which the bidder has actually
constructed.

E) A list of subcontractors, materials, and suppliers to be used on the project.

1-6 Substitute Materials:


Wherever in the specifications any material, device or equipment is referred to by trade name,
catalog reference or a combination of both is followed by the words "or approved equal", that
material, device or equipment shall refer to the grade or quality required and shall in no way
eliminate materials or products of equally desirable characteristics which will meet the requirements
of the specifications. The words "approved equal" shall mean suitable, acceptable, proper or
satisfactory in the judgment of the Owner and the Engineer.

SECTION II
AWARD AND EXECUTION OF CONTRACT

2-1 Award of Contract:


The award of contract, if it be awarded, will be made within 45 calendar days after the opening of
proposals to the lowest responsible bidder who complies with all prescribed requirements. The
successful bidder will be notified by letter, mailed to the address shown on his proposal that his bid
has been accepted subject to execution and approval of the contract as required by law.

2-2 Assignment of Contract:


The contract covered by these specifications shall not be assigned or transferred in any manner,
and any assignment or transfer thereof, except by operation of law and except by the consent of the
City council expressed by resolution, shall fully end and terminate such contract and shall make the
same null and void as to any other or further performance thereof by the contractor or his assigns
without any other act on the part of the City, and the City, through its proper authorities, may at once
proceed to relet such contract, or may, at its discretion, proceed to complete the same as the agent
and at the expense of such contractor and his sureties.

2-3 Requirement of Contract Bond:


Upon entering into a contract with the City for the performance of any work, the Contractor shall
furnish a contractor's bond in conformance with MSA 574.26 satisfactory to the City as security for
the faithful performance of this contract, and for the payment of all persons or firms performing labor
or furnishing material in connection with this contract, each in the sum of 100% of the contract price.

SECTION III
SCOPE OF WORK

00700-3
Revised 3-19-07
3-1 Intent of Contract:
The intent of the Contract is to provide for construction and completion of the Project in every detail
as described in the Plans and Specifications. It is also intended and will be expected that the work
be prosecuted diligently and pressed vigorously to early completion, with due regard being given to
public interests, as well as to the obligations and right of all other parties concerned. By the terms of
the Contract, the Contractor assumes full responsibility for performance of the work and agrees to
furnish all labor, materials, equipment, tools, supplies, transportation, and other incidentals
necessary or convenient to successful completion of the project.

Realizing that it would not be practical to fully describe every detail or to make specific allowances
for all probable exceptions and contingencies, it is intended that the Engineer have sufficient
executive authority to administer the Contract with discretion, within its general scope, so as to rule
out apparent discrepancies, fulfill intentions, and allow for the exigencies of construction, on the
basis of engineering judgment, giving careful consideration to all matters encumbering successful
performance and completion of the project.

3-2 Extra Work and Alterations:


No arbitrary changes or deviations from the plans and specifications or special provisions will be
permitted; and any such changes or deviations must be rectified by the Contractor on detection of
such change or changes at his own expense no matter how far the work may have progressed
beyond that point. If, however, the City may deem it expedient to accept work so changed or
incorrectly performed, an equitable adjustment will be made with a proper deduction from the
contract price for such unsatisfactory work.

Errors or omissions in the plans and specifications covering the work shall not constitute a cause or
reason for claiming additional compensation. In all cases of discrepancies in the plans and
specifications, the matter shall be submitted to the Engineer at once for his decision. The Engineer,
without invalidating the contract, may order necessary changes made or extra work performed. The
Engineer shall order all changes, deductions, or additions in writing and he shall be the sole judge of
the value of such changes and the adjustments to be made by adding to or deducting from the
contract price.

3-3 Clean Up:


The Contractor shall at all times keep the site of the project free from accumulation of waste
materials or rubbish caused by his employees or work and at the completion of the work, he shall
remove all his rubbish from and about the project as well as his tools, equipment, scaffolding, and
surplus materials and shall leave his work clean and ready for use. In case of dispute, the City may
remove the rubbish and surplus materials and charge the cost to the Contractor in such amount as
the Engineer shall determine to be just. Maintaining a clean and well kept site shall be considered
one of the requirements of the MPCA General Stormwater Permit.

3-4 Maintenance of Traffic:


Unless otherwise provided, the road while undergoing improvement shall be kept open to all traffic,
at the expense of and by the Contractor as outlined below.

The Contractor shall provide adequate signs and barricades for traffic control as specified in the
"Manual on Uniform Traffic Control Devices". Access for residents along the area under
construction shall be kept open whenever possible. Residents shall be notified before their access
is shut off so that they may make other parking arrangements for their vehicles and thus provide
themselves a limited access to the area.

The traffic flow shall be maintained and controlled to the satisfaction of the Engineer throughout the
length of the job. The contractor shall cooperate in good faith with the City in attempting to maintain
00700-4
Revised 3-19-07
a somewhat regular flow of traffic around and through the construction area. A single lane for local
traffic only shall be maintained in the construction area whenever possible to allow access to
driveways.

SECTION IV
CONTROL OF WORK

4-1 Engineer's Authority:


The City Engineer of Moorhead shall be and act as Engineer for the City in the performance of this
contract. He shall be the sole judge and arbitrator as to the quantity and quality of all materials and
workmanship used or required under this contract, and in all matters of doubt or dispute as to the
requirements or meaning of the plans or details prepared or to be prepared from time to time as the
work progresses, or as to the meaning of any of the clauses, terms or words used in the
specifications, and his decision shall be final and binding on all parties concerned. The Contractor
and his agents must conform to the Engineer's requirements in all matters pertaining to the work,
and shall obey all reasonable legal orders, demands, or requests. Should the Contractor or any of
his agents fail to do so, the Engineer may stop or suspend the work, or he may, for any cause which
he may deem sufficient, dismiss any workman, foreman, or superintendent from the project, and no
person so dismissed shall be again employed upon the work without the sanction of the Engineer.
The decision of the Engineer shall be final and conclusive in all matters of estimate or other
questions which may arise and shall be a condition to the right of the Contractor to receive any
money under this agreement.

4-2 Coordination of Plans and Specifications:


The specifications, plans, general and special conditions, special provisions, and all supplementary
documents herein are essential parts of the contract and a requirement occurring in one is as
binding as though occurring in all. In case of discrepancies, the Special Provisions shall govern
over the plans, the plans shall govern over the General Conditions and City Specifications, and the
General Conditions and City Specifications shall govern over the Supplementary Specifications.

4-3 Cooperation By Contractors:


The Contractor shall cooperate with the Engineer, utility owners, and other contractors, to the mutual
interest of all parties doing work on the project and as may be in the public interest to have the work
of certain contracts and agencies performed concurrently rather than consecutively.

The Contractor shall coordinate his work with that of utility owners so that removal and
rearrangement operations may progress in a reasonable manner, that duplication of work may be
reduced to a minimum, and that services rendered by those parties will not be unnecessarily
interrupted.

When separate contracts are let within the limits of any one project, each contractor shall conduct
his work so as not to interfere with or hinder the progress or completion of the work being performed
by other contractors. Contractors working on the same project shall cooperate with each other as
directed. Each contractor shall assume all liability, financial or otherwise, in connection with his
contract and shall save the city harmless from all damages and claims arising from any delay,
inconvenience, or loss experienced by him because of the presence and operations of other
contractors working within the limits of the same project.

Should a dispute arise between contractors or other agencies doing work on the project as to their
mutual rights or obligations, the Engineer will act as referee, when requested to do so or upon his
own motion, and his decision as to the rights and obligations of the interested parties shall be final.

00700-5
Revised 3-19-07
4-4 Supervision by Contractor:
The Contractor shall give his personal superintendence to the work or have at the site of the work at
all times a competent foreman, superintendent or other representative satisfactory to the City and
having authority to act for the Contractor in receiving and executing orders and instructions from the
City or its authorized representatives.

4-5 Existing Utility Lines:


It shall be the sole responsibility of the contractor to investigate the location of all existing public
utility lines including telephone conduits, gas, water and sewer mains, power and heating conduits,
Cable TV, the house or building services to all such utilities, which may be in place at the site of or
along the line of his operations. No existing public utility lines, including house or building services
shall be disturbed by the operations of the contractor except those which are specifically designated
in the plans and special provisions, without the express permission of the Engineer. In case any of
the aforementioned public utilities are broken or injured in any way by the contractor's operations,
the owner of the utility shall be notified immediately and the damage repaired at the expense of the
contractor. Existing utility lines may or may not be shown on the construction plans, but whether
they are shown or not will in no way relieve the contractor from his responsibility to take whatever
precautions are necessary for their protection. Any delays or inconveniences caused by the existing
utilities shall not be considered as a basis for extra compensation by the contractor.

4-6 Survey and Stakes:


All survey and stakes for alignment and grade will be made and set by the Contractor.

All work done under this contract shall be built in accordance with the line and grade shown on the
plans or as given by the Engineer.

The Contractor is responsible for the preservation of all stakes and marks in their proper positions,
and in case any of them are lost, destroyed or obliterated after once having been given, he shall at
once notify the Engineer, and all expense incurred by the City in replacing the same may be charged
against the Contractor and deducted from the estimates solely according to the judgment of the
Engineer. Any delays in construction due to the time it takes to replace stakes shall not be
considered as a justifiable delay and thus no allowance will be made in either working day or
completion date schedules.

The Contractor is responsible for the preservation of all survey monuments (block corners, property
pins, PC's, PT's, etc.) existing on the project site during construction. If the Contractor should
remove any survey monuments, whose removal was not required by the plans, then the City shall
withhold from the contract estimates all expenses incurred from having the survey monuments
replaced by a registered land surveyor as required by law.

4-7 Inspection of Work:


The City and its representative shall at all times have access to the work wherever it is in
preparation or progress and the contractor shall provide proper facilities for such access and
inspection.

The City shall have the right to reject materials or workmanship which does not conform to the plans
and specifications and all defective work shall be satisfactorily corrected, and rejected materials
shall be removed from the premises without charge to the City. If the contractor does not correct
such condemned work and remove rejected materials within a reasonable time, as fixed by written
notice; the City may remove them and charge the expense to the Contractor.

The work will be conducted under the general direction of the City Engineer and is subject to
inspection by his authorized inspectors to insure strict compliance with the terms of these Contract
00700-6
Revised 3-19-07
Documents. No inspector is authorized to change any provisions of the plans or specifications
without written authorization of the Engineer, nor shall the presence or absence of an inspector
relieve the contractor from any requirement of the contract.

4-8 Materials: Specifications, Samples, Tests and Acceptance


Shop Drawings shall be submitted prior to either manufacture or delivery of materials to the
construction site. If the Contractor proposes to substitute materials on an “or equal” basis, the
request shall be made in writing, and the proposed substitution items shall be clearly identified as
such in the shop drawing submittal, which shall contain all appropriate specification documentation
needed to evaluate the substitution. The determination of whether or not the product meets the
specifications as an “or equal” product shall be at the sole discretion of the Engineer. If evaluated
and found to be an “or equal product” a written approval letter from the Engineer will be issued for
the substitution of materials as per the request.

All materials shall be tested as detailed in MNDOT Standard Specifications for Construction 2005
Edition, the Special Provisions and the MNDOT Schedule for Materials Control. The testing of
construction materials will be the responsibility of the Owner unless otherwise specified in the
specifications. The Owner shall have the authority to stop work in order to correct or replace such
items that have failing test results.

The contractor shall be responsible for all costs associated with the failing tests, including but not
limited to labor, equipment, and materials required for correction or replacement of failing work,
additional testing required to determine the extent of failing work, or repeated testing of failing work.

4-9 Acceptance of Work:


Upon written notice from the Contractor that all work has been completed, the Engineer will make an
inspection of the entire project. If any work is found unsatisfactory or incomplete, a list of
discrepancies (punchlist) will be issued in writing and another inspection will be made after receiving
notice that the discrepancies have been corrected.

Neither acceptance by the City, the final payment, or any provisions in the Contract Documents shall
relieve the Contractor of the responsibility for negligence or faulty materials or workmanship within
the extent and period required by law and upon written notice, he shall remove any defects due
thereto and pay for any damage to other work resulting there from which shall appear within twelve
(12) months, unless otherwise noted, after the date of completion and acceptance. The City Council
of Moorhead shall interpret the day of completion and acceptance as being the day on which the
work is accepted and final payment approved.

Correction Period: If within one year after the date of Substantial Completion or such longer period
of time as may be prescribed by Laws or Regulations or by the terms of any applicable special
guarantee required by the Contract Documents, or by any specific provision of the Contract
Documents or any subsequent agreement, any Work is found to be defective, Contractor shall
promptly, without cost to Owner and in accordance with Owner's written instructions: (i) correct such
defective work, or, if it has been rejected by Owner, remove it from the site and replace it with work
that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other work
or the work of others resulting there from. If Contractor does not promptly comply with the terms of
such instructions, or in an emergency where delay would cause serious risk of loss or damage,
Owner may have the defective work corrected or the rejected work removed and replaced, and all
claims, costs, losses and damages caused by or resulting from such removal and replacement
(including but not limited to all costs of repair or replacement of work of others) will be paid by
Contractor.

In special circumstances where a particular item of equipment is placed in continuous service before
substantial completion of all the work, the correction period for that item may start to run from an
00700-7
Revised 3-19-07
earlier date if so provided in the specifications or by written amendment.

Where defective work (and damage to other work resulting there from) has been corrected, removed
or replaced under this paragraph 4-8, the correction period hereunder with respect to such work will
be extended for an additional period of one year after such correction or removal and replacement
has been satisfactorily completed.

SECTION V
LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC

5-1 Laws to be Observed:


The Contractor shall keep fully informed of all Federal and State Laws; all local laws, ordinances
and regulations, and all orders and decrees of bodies and tribunals having any jurisdiction or
authority, which in any manner affect those engaged or employed on the work, or which in any way
affect the conduct of the work. He shall at all times observe and comply with all applicable laws,
ordinances, regulations, orders and decrees; and shall protect and indemnify the City and its
representatives against all claims and liabilities arising from or based on violations committed by
himself or his employees.

5-2 Permits and Public Utilities:


The City shall apply for and pay all application and licensing fees for the permits as listed in the
Special Provisions. The Contractor shall take out and pay for all other permits, licenses or fees and
shall give all notices necessary for the prosecution of the work in accordance with the provisions of
all laws and ordinances. He shall make the necessary arrangements for the use of, and shall pay
for any and all utilities service which may be necessary to the prosecution of the work or as may be
specified in the special provisions. In case it is necessary to use City water, the Contractor must
obtain a written permit (prior to commencing work) from the General Manager of Moorhead Public
Service which will specifically set forth the locations of the hydrants or mains to be used or tapped.
In lieu of such permit, it shall be incumbent upon the Contractor to install and pay for private service
or services adjacent to the work. In no case, however, shall the Contractor make use of any private
service without the consent of the owner thereof.

5-3 Patent Fees and Royalties:


Contractor shall pay all license fees and royalties and assume all costs incident to use in the
performance of the work or the incorporation in the work of any invention, design, process, product
or device which is the subject of patent rights or copyrights held by others. If a particular invention,
design, process, product or device is specified in the Contract Documents for use in the
performance of the work and if to the actual knowledge of Owner or Engineer its use is subject to
patent rights or copyrights calling for the payment of any license fee or royalty to others, the
existence of such rights shall be disclosed by Owner in the Contract Documents. To the fullest
extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner,
Engineer, Engineer's Consultants and the officers, directors, employees, agents and other
consultants of each and any of them from and against all claims, costs, losses and damages arising
out of or resulting from any infringement of patent rights or copyrights incident to the use in the
performance of the Work or resulting from the incorporation in the work of any invention, design,
process, product or device not specified in the Contract Documents.

00700-8
Revised 3-19-07
5-4 Indemnification:

5-4.1: To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless Owner, Engineer, Engineer Consultants and the officers, directors, employees, agents and
other consultants of each and any of them from and against all claims, costs, losses and damages
(including but not limited to all fees and charges of engineers, architects, attorneys and other
professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of
or resulting from the performance of the work, provided that any such claim, cost, loss or damage: (i)
is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible
property (other than the work itself), including the loss of use resulting there from, and (ii) is caused
in whole or in part by any negligent act or omission of Contractor, any Subcontractor, any Supplier,
any person or organization directly or indirectly employed by any of them to perform or furnish any of
the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused
in part by any negligence or omission of a person or entity indemnified hereunder or whether liability
is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of
any such person or entity.

5-4.2: In any and all claims against Owner or Engineer or any of their respective consultants,
agents, officers, directors or employees by any employee (or the survivor or personal representative
of such employee) of Contractor, any Subcontractor, any Supplier, any person or organization
directly or indirectly employed by any of them to perform or furnish any of the work, or anyone for
whose acts any of them may be liable, the indemnification obligation under paragraph 5-4.1 shall not
be limited in any way by any limitation on the amount or type of damages, compensation or benefits
payable by or for Contractor or any such Subcontractor, Supplier or other person or organization
under worker's compensation acts, disability benefit acts or other employee benefit acts.

5-4.3: The indemnification obligations of Contractor under paragraph 5-4.1 shall not extend to the
liability of Engineer and Engineer's Consultants, officers, directors, employees or agents caused by
the professional negligence, errors, or omissions of any of them.

5-5 Contractor's Responsibility:


The whole of the work and everything pertaining thereto, which is specified or reasonably implied in
these contract documents, shall be at the sole cost and risk of the Contractor from its
commencement until its final acceptance by the City. The Contractor shall cause the least possible
inconvenience to the public and to private individuals and residents in the vicinity of the work, and
shall render them all reasonable assistance, whenever so required on account of his operations. He
shall not permit any materials, stones, or rubbish to be deposited, thrown, or scattered upon or to
remain upon any private or adjoining grounds without the owner's consent, nor cause or suffer to
exist any unnecessary obstructions anywhere, and he shall provide watch guards whenever needed,
and shall also provide all requisite signal lights, fences, temporary barricades, guards, and
crosswalks, for the safety and convenience of the public and the residents or others in the vicinity of
the work. The contractor shall refer to the Manual on Uniform Traffic Control Devices for streets and
highways. He shall devote his special attention to keep all hydrants and water valves clear and easy
to access, and all crossings as free, open, safe, and unobstructed as possible.

Use of Premises: Contractor shall confine construction equipment, the storage of materials and
equipment and the operations of workers to the site and land and areas identified in and permitted
by the Contract Documents and other land and areas permitted by Laws and Regulations, right-of-
way, permits and easements, and shall not unreasonably encumber the premises with construction
equipment or other materials or equipment. Contractor shall assume full responsibility for any
damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or
areas, resulting from the performance of the Work. Should any claim be made by any such owner
or occupant because of the performance of the Work, Contractor shall promptly settle with such
other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution
00700-9
Revised 3-19-07
proceeding. Contractor shall to the fullest extent permitted by Laws and Regulations, indemnify and
hold harmless Owner, Engineer, Engineer's Consultant and anyone directly or indirectly employed
by any of them from and against all claims, costs, losses and damages arising out of or resulting
from any claim or action, legal or equitable, brought by any such owner or occupant against Owner,
Engineer or any other party indemnified hereunder to the extent caused by or based upon
Contractor's performance of the Work.

During the progress of the Work, Contractor shall keep the premises free from accumulations of
waste materials, rubbish and other debris resulting from the Work. At the completion of the Work,
the Contractor shall remove all waste materials, rubbish and debris from and about the premises as
well as all tools, appliances, construction equipment and machinery and surplus materials.
Contractor shall leave the site clean and ready for occupancy by Owner at Substantial Completion of
the Work. Contractor shall restore to original condition all property not designated for alteration by
the Contract Documents.

Contractor shall not load nor permit any part of any structure to be loaded in any manner that will
endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to
stresses or pressures that will endanger it.

5-6 Withholding of State Income Tax:


Before final payment is made for the work on this project, the contractor must make a satisfactory
showing that he has complied with the provisions of Minnesota Statutes Annotated 290.92 requiring
the withholding of State Income Tax for wages paid employees on this project. Receipt by the
Moorhead City Clerk of a Certificate of Compliance from the Commissioner of Taxation will satisfy
the requirement. The contractor is advised that before such certificate can be issued, he must first
place on file with the Commissioner of Taxation an affidavit that he has complied with the provisions
of M.S.A. 290.92.

The Commissioner of Taxation, Centennial Building, St. Paul, Minnesota, will supply the required
affidavit form on request.

5-7 Insurance:
The Contractor shall take out and maintain during the life of this contract, Worker's Compensation
Insurance covering all persons employed by him at the site of the project and, in case any of the
work is sublet, the Contractor shall require the subcontractor similarly to provide Worker's
Compensation Insurance unless the latter's employees are covered by the protection offered by the
Contractor.

The Contractor shall maintain, during the life of this contract, a public liability insurance policy with
liability limits as stated in Section 00800 and as indicated in the General Construction Agreement
(For Construction Projects Performed by an City’s Contractor on or Adjacent to BNSF’s Property)
attachment of these specifications.

Before any work is started or before any equipment, including trucks and automobiles, is used in the
performance of this contract, the Contractor shall furnish the City with satisfactory evidence that all
operations to be performed are properly covered by appropriate insurance outlined in this
paragraph.

5-8 Safety and Accident Prevention:


In the performance of this contract, the contractor shall comply with all applicable Federal, State,
and Local laws governing safety, health, and sanitation. The contractor shall provide all safeguards,
safety devices, and protective equipment and take any other needed actions, on his own
responsibility necessary to protect the life and health of employees on the job and the safety of the

00700-10
Revised 3-19-07
public and to protect property in connection with the performance of the work covered by the
contract.

The Contractor and all subcontractors shall give special attention to MS 182 and Minnesota
Department of Labor and Industry's MN/OSHA Standards 5205 and 5207. The contractor is
responsible for compliance with this Act except that the Engineer shall be responsible for personal
safety equipment of his employees and for specifications that conflict with safety standards. The
Contractor will immediately inform the Engineer of any such specifications to minimize delays in
correcting.

SECTION VI
PROSECUTION AND PROGRESS

6-1 Subletting of Contract:


The requirements for subcontracting portions of the work shall be in accordance with MnDOT
Standard Specifications for Construction, Section 1801 – Subletting of the Contract.

The Contractor agrees to be fully responsible to the City for all acts or omissions of his
subcontractors and of anyone employed directly or indirectly by him or them and this contract
obligation shall be in addition to the liability imposed by law upon the Contractor.

The Contractor shall bind every subcontractor, and every subcontractor must agree to be bound, by
the terms of the plans and specifications, general conditions and special provisions as far as
applicable to his work, unless otherwise specifically noted in writing and approved by the Engineer.

6-2 Sunday and Holiday Work:


The Contractor shall not do any construction work on Sundays or legal holidays on this project
except by approval of the Engineer. The contractor shall give the Engineer at least two (2) working
days (Monday-Friday) previous notice on the above.

6-3 Failure to Complete the Work on Time:


Time being an essential element of the Contract, it is hereby agreed that the Contractor shall insure
that the work is done in an expeditious manner. The City will not reduce the progress payment
retainage below 5% until final completion on any contract where it is deemed that the
Contractor did not make satisfactory progress.

SECTION VII
MEASUREMENT AND PAYMENT

7-1 Measurement of Quantities:


Measurement of quantities shall be done in conformance with Specification 1901 of the MnDOT
Standard Specifications for Construction.

7-2 Compensation for Increased or Decreased Quantities:


Compensation adjustments for increased or decreased quantities will be determined in accordance
with MnDOT Standard Specifications for Construction, Section 1903 – Compensation for Increased
or Decreased Quantities.

00700-11
Revised 3-19-07
7-3 Partial Payments:
Once each month, the contractor will receive a progress payment at the rate of 100% of the value of
work actually done and materials in place, less all legal forfeitures and deductions. Payments may
also be made for acceptable materials stored on the site of the project for incorporation into the
finished work on the basis of 100% of the invoice of such materials, but likewise subject to legal
forfeitures and deductions. The estimates upon which these payments are to be made will be
prepared by the Engineer either by measurements or by estimation as he may find most convenient
or practicable. They must be considered as only approximate and are not to be taken or construed
as an acceptance of the work so estimated. Before receiving such estimates, however, the
contractor or his authorized representative shall make and file with the City Clerk of Moorhead an
affidavit that all work and labor to date, on which the estimate is based, has been fully paid.

7-4 Acceptance and Final Payment:


After the entire work, including all punchlist items, shall have been completed in strict accordance
with the provisions of the plans and the contract documents, the Contractor shall make a written
request to the Engineer to conduct the Final Inspection. Upon such request, the Engineer shall
make a final inspection of the entire project and, if found acceptable, shall within 30 days thereafter
prepare a final estimate which shall be based on accurate measurements of all work performed and
shall then submit such estimate together with his recommendations to the City Council for their
approval, and full payment shall then be made, less any partial estimates already paid and legal
deductions or forfeitures for the satisfaction of liens or similar claims. Before receiving such final
estimate, the Contractor shall nevertheless make and file with the City Clerk an affidavit that all
claims for all work and labor performed and materials furnished to this contract have been fully paid.

-END OF SECTION-

00700-12
Revised 3-19-07
CITY OF MOORHEAD
INSURANCE REQUIREMENTS

Contractor's Liability Insurance:


The Contractor shall purchase and maintain such liability and other insurance as is appropriate for
the work being performed and furnished and as will provide protection from claims set forth below
which may arise out of or result from Contractor's performance and furnishing of the work and
Contractor's other obligations under the Contract Documents, whether it is to be performed or
furnished by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed
by any of them to perform or furnish any of the work, or by anyone for whose acts any of them may
be liable:

1.1 claims under workers' compensation, disability benefits and other similar employee benefit
acts;

1.2 claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees;

1.3 claims for damages because of bodily injury, sickness or disease, or death of any person
other than Contractor's employees;

1.4 claims for damages insured by customary personal injury liability coverage which are
sustained: (i) by any person as a result of an offense directly or indirectly related to the
employment of such person by Contractor, or (ii) by any other person for any other reason;

1.5 claims for damages, other than to the Work itself, because of injury to or destruction of
tangible property wherever located, including loss of use resulting therefrom; and

1.6 claims for damages because of bodily injury or death of any person or property damage
arising out of the ownership, maintenance or use of any motor vehicle.

The policies of insurance so required by this Section 00800 to be purchased and maintained shall:

1.7 with respect to insurance required by paragraphs 1.3 through 1.6 inclusive, include as
additional insureds (subject to any customary exclusion in respect of professional liability)
Owner, Engineer, Engineer's Consultants, and any other persons or entities identified in the
Supplementary Conditions, all of whom shall be listed as additional insureds, and include
coverage for the respective officers and employees of all such additional insureds;

1.8 include the specific coverage and be written for not less than the limits of liability provided in
the Supplementary Conditions or required by Laws or Regulations, whichever is greater;

1.9 include completed operations insurance;

1.10 include contractual liability insurance covering Contractor's indemnity obligations under
Paragraphs 5-3, 5-5 and 5-4.1 through 5-4.3 of Section 00700, General Conditions;

1.11 contain a provision or endorsement that the coverage afforded will not be cancelled,
materially changed or renewal refused until at least thirty days prior written notice has been
given to Owner and Contractor and to each other additional insured identified in the

00800-1
Revised 4-4-05
Supplementary Conditions to whom a certificate of insurance has been issued (and the
certificates of insurance furnished by the Contractor pursuant to paragraph 1.14 will so
provide);

1.12 remain in effect at least until final payment and at all times thereafter when Contractor may
be correcting, removing, or replacing defective work in accordance with Paragraph 4-8 of
Section 00700, General Conditions;

1.13 with respect to completed operations insurance, and any insurance coverage written on a
claims-made basis, remain in effect for at least two years after final payment (and Contractor
shall furnish Owner and each other additional insured identified in the Supplementary
Conditions to whom a certificate of insurance has been issued evidence satisfactory to
Owner and any such additional insured of continuation of such insurance at final payment
and one year thereafter).

1.14 Contractor shall deliver to Owner, with copies to each additional insured identified in the
Supplementary Conditions, certificates of insurance (and other evidence of insurance
requested by Owner or any other additional insured) which Contractor is required to
purchase and maintain in accordance with Section 00800.

Bonds and Insurance


The following are your instructions with respect to the requirements for Bonds and
insurance to be included in the Contract Documents for the project:

Bonds:

A. Bid Security is to be provided by each Contractor in the amount of ten percent


(10%) of the maximum Bid price and will be in the form of Certified or bank
cashier's check drawn to the order of "City of Moorhead". The bidder may submit
a Bidder's Bond written through an insurance agency or cash in the same in lieu
of a certified check.

B. Construction Performance Bond and Construction Payment Bond each in an


amount equal to the Contract Price are required.

Liability Insurance: The limits of liability for the liability insurance required by Section
00800, Insurance Requirements, shall provide coverage for not less than the following
amounts or greater where required by law or regulations and the coverage under Section
00800 shall be as follows:

A. Workers' Compensation, etc. under Paragraphs 1.1 and 1.2 of Section 00800,
Insurance Requirements:

i. State: Statutory
ii. Applicable Federal (e.g. Longshoreman's) Statutory
iii. Employer's Liability: $500,000

B. Comprehensive or Commercial General Liability under Paragraphs 1.3 through


1.5, Section 00800, Insurance Requirements, (including Premises-Operations;
Independent Contractor's Protection; Products Liability and Completed
Operations; Broad Form Property Damage):

00800-2
Revised 4-4-05
i. General Aggregate $2,000,000
(except Products-Completed Operations)
ii. Products-Completed Operations Aggregate $2,000,000
iii. Personal/Advertising Injury $1,000,000
(per Person/Organization)
iv. Each Occurrence (Bodily Injury/Property Damage) $1,000,000
v. Limit per Person Medical Expense $5,000
vi. Personal Injury Liability Coverage will include Claims arising out of
Employment.
vii. Exclusions of property in Contractor's care, custody or control will not be
eliminated.
viii. Property Damage Liability Insurance will provide coverage for explosion,
collapse and underground damage.

C. Contractual Liability under Paragraph 1.10 of Section 00800:


i. General Aggregate $2,000,000
ii. Each Occurrence (Bodily Injury/Property Damage) $1,000,000

D. Automobile Liability under Paragraph 1.6 of Section 00800, Insurance


Requirements:
Combined single limit of $1,000,000 for bodily injury and property damage.

E. Liability coverage for Owner, Engineer, Engineer's Consultants and others listed
in the Supplementary Conditions will be provided (subject to customary
exclusions for professional liability) by endorsement as additional insureds on
Contractor's Liability Policy.

-END OF SECTION-

00800-3
Revised 4-4-05
CITY OF MOORHEAD
SPECIFICATIONS
SEWER AND WATER SERVICE CONSTRUCTION

Construction: All sewer pipes shall be of the type and quality as specified elsewhere in these
specifications. Sewer pipe shall be laid true to line and grade as given by the Engineer and in such
a manner as to form a close concentric joint with adjoining sections of pipe. All sewer pipes shall be
laid with bell ends up grade.

Joints in sewer pipe shall be installed in strict accordance with the manufacturer's
recommendations.

The Contractor shall be required to furnish and install all stainless steel service saddles, corporation
stops, copper pipe, curb stops, and fittings, as specified, necessary to connect existing services to
the new main.

Materials:
A. All materials used for Underground Service Line Valves and Fittings shall comply with
ANSI/AWWA C800-05. All Service Saddles shall be bolted stainless steel band type saddles with
full half circle gaskets.

All curb boxes shall be wrapped in polyethylene film having a minimum thickness of 0.008
inches.

B. The materials for one-inch water services shall be as follows:

1) One inch corporation stop (Mueller Co. H-15000 or an approved equal)

2) One inch curb stop (Mueller Co. oriseal design or an approved equal with a
Minneapolis pattern base)

3) Curb box (Mueller Co. H-10302 or approved equal) Complete with cast iron plug
and 8-foot bury with Minneapolis pattern base. Telescoping box shall be capable to
extend 6 inches above grade.

4) Water service pipe shall be one-inch ("Type K") copper of an approved make.

C. The materials for 1-½ inch water services shall be as follows:

1) 1 ½ inch corporation stops (Mueller Co. H-15000 or an approved equal)

2) 1 ½ inch curb stop (Mueller Co. oriseal design or an approved equal with a
Minneapolis pattern base)

3) Curb box (Mueller Co. H-10304 or an approved equal) Complete with cast iron plug,
8 foot bury with Minneapolis pattern base and 6 foot extension rod for the valve.
Telescoping box shall be capable to extend 6 inches above grade.

4) Water service pipe shall be 1 1/2-inch ("Type K") copper of an approved make.

04000-1
Revised 3-3-06
D. The materials for 2-inch water services shall be as follows:

1) Two inch corporation stop (Mueller Co. H-15000 or an approved equal)

2) Two inch curb stop (Mueller Co. oriseal design or an approved equal with a
Minneapolis design base)

3) Curb box (Mueller Co. H-10304 or approved equal). Complete with cast iron plug, 8
foot bury with Minneapolis pattern base and 6 foot extension rod for the valve.
Telescoping box shall be capable to extend 6 inches above grade.

4) Water service pipe shall be 2 inches ("Type K") copper of an approved make.

E. Materials for sewer service pipe shall meet the specifications outlined in Section 05000
(materials specifications).

The contractor shall furnish upon request by the Engineer an affidavit that all materials meet
the requirements of these specifications.

New Construction Testing: Sewer services shall be pressure tested to 4-psi air pressure,
maintained for 10 minutes. Water services shall be pressure tested with the new watermain.

Watermain Replacement Construction Testing: An additional curb stop shall be installed in the
service line within the trench. The curbstop shall be closed when performing the pressure test. The
curb stop shall have a temporary access pipe installed at or above grade to allow the curb stop to be
opened after the pressure test is performed. The temporary access pipe shall be removed after the
pressure test has been completed and approved, and the additional curb stop has been opened.
The water service shall be backflushed before restoring service to the residences to remove
any scaling or debris that is in the service line. Any questions relating to backflushing of service
lines will be answered by Moorhead Public Service at the Preconstruction Conference. The
homeowner shall be notified before the water service can be returned to service.

Repair or replace materials not meeting pressure test requirements.

Basis of Payment: Payment for construction of sewer and water services will be made at the unit
price bid on the proposal form and in accordance with the following provisions.

Measurement of sanitary sewer services shall be from the centerline of the sanitary sewer or
sanitary sewer riser to the property line of the lot to be served, or 10' beyond the property line when
designated on plan sheets. Payment for said sanitary sewer service shall include all costs of
construction including, but not limited to, materials, labor and incidentals necessary to complete the
work in accordance with the plans and specifications.

Measurement of water services shall be from the centerline of the water main to connection to the
existing services. Payment for said water services shall include all costs for installation of the water
service, including but not limited to, copper water pipe, labor and incidentals necessary to complete
the work in accordance with these specifications.

Payment for furnishing and installing corporation stops will be at the unit price bid on the proposal
form. The unit price bid for corporation stops shall include the specified saddle.

04000-2
Revised 3-3-06
Payment for furnishing and installing curb stops and curb boxes shall be at the unit price bid on the
proposal form.

MISCELLANEOUS

Markers for Water Curb Boxes: Each water curb box shall be marked with a 2"x2"x4' wooden
marker as shown on the standard detail sheets. The upper 24" of said markers shall be painted with
blue paint in a manner satisfactory to the Engineer.

Markers for Sewer Clean-out: Each sanitary clean-out shall be marked with a 2”x2”x4’ wooden
marker as shown on the standard detail sheets. The upper 24” of said marker shall be painted with
green paint in a manner satisfactory to the Engineer.

Nothing in the specifications shall prevent a property owner from retaining persons or parties other
than the City contractor for installation of the sewer and water services for individual lots if said
services are needed before work on this contract begins.

All water services shall be constructed in accordance with the regulations of the Moorhead Public
Service.

The Contractor shall use a backhoe bucket with smooth cutting edge for all excavation on this
contract unless the Engineer gives prior approval for a change.

The Contractor shall plug pipes where designated with a plug intended by the manufacturer to be
used with the type of pipe being installed. Installation of plugs shall be incidental.

Water service lines shall not be tapped directly into the water main.

“Temporary Water Service Connection”

“Temporary Water Service Connection” bid Item shall include all work necessary for providing
temporary water connections to water users affected by this project. This work shall include
providing, installing, maintaining, and removing all hosing, piping, connections, and fittings
necessary to provide continuous water service to water users during construction of this project.
Contractor shall be responsible to notify affected property owners, cleaning and disinfecting all
materials used for temporary water connections, operating water shutoff valve inside of building, and
back flushing all services before connecting to the new main. Contractor shall provide personnel
who will be available at all times (including evenings and weekends) to correct interrupted temporary
water service or other problems associated with the project. The Contractor shall coordinate work of
this project with the Moorhead Public Service, as necessary.

The Contractor shall be required to employ a registered and licensed master plumber who will be
responsible for all plumbing connections on this project. Contractor shall provide backflow
preventative devices on temporary water supply.

Prior to disruption of water services to customers, the Contractor shall notify, in writing, all affected
property owners at least 72 hours prior to disruption, and provide an estimated time when service
may be restored.

-END OF SECTION-

04000-3
Revised 3-3-06
CITY OF MOORHEAD
MATERIAL SPECIFICATIONS
FOR SEWER CONSTRUCTION

SPECIFICATION I - SAMPLES AND TESTS


1-1 Tests
1-1.1 Certification of Pipe and Appurtenances
1-2 Standards

SPECIFICATION II - SEWER MATERIALS


2-1 Pipe Requirements
2-1.1 Reinforced Concrete Sewer Pipe (Sanitary)
2-1.2 Reinforced Concrete Sewer Pipe (Storm Water)
2-1.3 Polyvinyl Chloride Pipe
2-1.4 Schedule 40 PVC Sewer Pipe
2-1.5 Polyethylene Pipe - Sanitary Sewer Liner
2-1.6 Corrugated Polyethylene Tubing
2-1.7 Corrugated Polyethylene Pipe - Storm Sewer
2-1.8 Ductile Iron Pipe
2-1.9 Acrylonitrile Butadiene Styrene (ABS)
2-2 Concrete
2-3 Concrete Brick or Block
2-4 Precast Reinforced Concrete Manholes
2-4.1 Manhole Joint Sealant
2-4.2 Manhole Steps
2-4.3 Manhole Castings
2-5 Precast Catch Basins
2-5.1 Catch Basin Castings
2-6 Resilient Type Joint Material
2-7 Coal-Tar Epoxy
2-8 Jointing Material for Storm Sewer Pipe
2-9 Pipe Bedding and Encasement
2-10 Steel Reinforcement
2-11 Rubber Gasket Joint for PVC Sewer Pipe
2-12 Solvent Welded Joint for Sewer Pipe
2-13 Corrugated Polyethylene Pipe Joint
2-14 Geotextile Pipe Wrapping

SPECIFICATION I
SAMPLES AND TESTS

1-1 Tests:
The Engineer may at any time require testing of material samples proposed or furnished for the
work.

1-1.1 Certification of Pipe and Appurtenances:


The Engineer prior to the laying of any pipe may request the manufacturer’s certificate as to
compliance of the pipe and specials furnished for this contract.

05000-1
Revised 2-10-04
1-2 Standards:
The use of an A.S.T.M., A.N.S.I., A.A.S.H.O., etc. designation in these specifications refers to the
latest revision of that particular standard of that organization.

SPECIFICATION II
GENERAL REQUIREMENTS

2-1 Pipe Requirements:


Each length of pipe shall conform to the following specifications for that type of pipe. Pipe shall be
rejected that does not conform to the specifications or for any of the following reasons:

a) Fractures or cracks passing through the pipe.


b) Other fractures, cracks or chips sufficient to impair the
strength, durability or serviceability of the pipe.
c) Defects that indicate improper proportioning, mixing, or molding.
d) Variation of more than l/8 inch per linear foot in alignment of a
pipe intended to be straight.
e) Insecure attachment of wye branches.
f) Damaged ends, where such damage would prevent making a satisfactory joint.

2-1.1 Reinforced Concrete Sewer Pipe (Sanitary):


All reinforced concrete pipe used in sanitary sewers shall conform to A.S.T.M. Specification C76-
63T except as hereafter required:

a) Portland Cement shall be Type 2 with a maximum tri-calcium


aluminite content of 7%.
b) Concrete shall have an air content of 4-7%.
c) Calcium chloride shall not be used in the concrete.
d) Joints shall be Cretex CX-4 or an approved equal.
e) Inside surfaces shall be coated with two (2) coats of Inertol
Standard, as applied in accordance with manufacturer's recommendations.

2-1.2 Reinforced Concrete Sewer Pipe (Storm Sewer):


All reinforced concrete pipe used in storm sewers shall conform to A.S.T.M. Designation C76-63T
(Table III, Wall B) and be of the tongue and groove type unless otherwise specified. Pipe shall be
laid in six (6) or eight (8) foot lengths. Each pipe shall be marked with the date of manufacture and
all pipe shall be at least seven (7) days old before use in the project.

All reinforced concrete pipe used for jacking shall conform to A.S.T.M. Designation C76-57T (Table
IV, Wall B).

2-1.3 Polyvinyl Chloride Pipe (Sanitary and Storm Sewer):


All polyvinyl chloride (PVC) pipe shall conform to A.S.T.M. Designation D3034 SDR 35. All PVC
pipe on the contract shall meet the same specification.

All fittings such as saddles, elbows, tees, wyes, and others shall be of material, construction and
joint design corresponding to the adjacent pipe. Inline wyes shall be installed exclusively except
where otherwise noted on the plans. Approved adapters shall be provided for transitions to other
types of pipe.

05000-2
Revised 2-10-04
Polyvinyl chloride saddle wyes installed in the field shall be secured in accordance with
manufacturer's recommendation and, in addition, shall be fastened with two (2) stainless steel
straps.

2-1.4 Schedule 40 PVC:


All Schedule 40 Pipe shall conform to ASTM D-1785 and D-2665

2-1.5 Polyethylene Pipe - Sanitary Sewer Slip Liner:


High-density polyethylene pipe shall conform to ASTM 3350, cell classification 345434C and ASTM
714 for PE 3408 High Density Pipe.

2-1.6 Corrugated Polyethylene Tubing (3" to 10") Storm Sewer:


Pipe shall conform to AASHTO M252.

2-1.7 Corrugated Polyethylene Pipe - Storm Sewer (12" to 36"):


Pipe shall conform to AASHTO M294 for dual wall pipe.

2-1.8 Ductile Iron Pipe:


All cast iron pipe shall conform to Specification A.S.A. A21.6 with a pressure class outlined in the
sewer plans.

Pipe and fittings shall be made with bell and spigot ends adaptable for use of a rubber gasket slip
joint. They shall be straight and of true circular section with their inner and outer surfaces
concentric.

2-1.9 Acrylonitrile Butadiene Styrene (ABS) Truss Pipe:


All ABS pipe shall conform to A.S.T.M. D2680 for Truss pipe and A.S.T.M. D2751 for Solid Wall
pipe.

All fittings such as saddle, elbow, tees, wyes and others shall be of material, construction and joint
design as specified above. Approved adapters shall be provided for transitions to other types of
pipe. Inline wyes shall be installed exclusively except where otherwise noted on the plan.

ABS saddle wyes installed in the field shall be secured in accordance with manufacturer's
recommendations and, in addition, shall be fastened with two (2) stainless steel straps.

2-2 Concrete:
All concrete shall conform to Specification No. 2461 of the Standard Specifications for Construction,
2000 Edition. Concrete Mix No. 3A15 shall be used unless otherwise specified.

Tests shall be conducted by the Engineer in accordance with standard testing methods for
compressive strength, slump and air content of concrete work. The Engineer shall have the right to
take samples of concrete whenever he deems necessary.

2-3 Concrete Brick and Block:


Concrete brick or block shall be made from a mixture of Portland Cement, sand and gravel or
crushed stone. Concrete brick shall conform to A.S.T.M. Designation C-55 (Grade V-II). Concrete
block shall conform to A.S.T.M. Designation C-139.

05000-3
Revised 2-10-04
2-4 Precast Reinforced Concrete Manholes:
Precast reinforced concrete manhole risers and tops shall meet the requirement of A.S.T.M.
Designation C-478. Precast manhole tops shall be the eccentric cone type unless otherwise
specified.

2-4.1 Manhole Joint Sealant:


Kent-Seal Sealant, bituminous mastic or an approved equal, shall be used for joints in storm sewer
manholes. Sanitary sewer manholes shall have gasketed joints.

2-4.2 Manhole Steps:


Manhole steps shall conform to ASTM C478.

2-4.3 Manhole Castings:


Manhole casting assemblies shall be Minnesota Department of Transportation Castings as shown
on the standard detail sheets. Metal used in the manufacture of the castings shall conform to ASTM
A48-76 Class 35 for gray iron. Proof Load Test procedure shall be in accordance with Federal
Specification RR-F-621c.

2-5 Precast Catch Basins:


Precast catch basins shall conform to the standard catch basin design included in the sewer plans.

2-5.1 Catch Basin Castings:


Catch basin casting assemblies shall be the types shown on the standard detail sheet. Metal used
in the manufacture of the casting shall conform to ASTM A48-76 Class 35 for gray iron. Proof Load
Test procedure shall be in accordance with Federal Specification RR-F-621c.

2-6 Resilient Type Joint Material:


Resilient type joints for vitrified clay pipe shall conform to A.S.T.M. Designation C-425. Rubber type
gaskets on concrete pipe shall conform to A.S.T.M. Designation C-443.

2-7 Coal Tar Epoxy:


Coal tar epoxy to be used for coating concrete pipe and structures shall be Kopper's Bitumastic, or
an approved equal, for exterior surfaces and Inertol Standard Coating, or an approved equal for
interior surfaces.

2-8 Jointing Material for Storm Sewer Pipe:


Unless otherwise specified, storm sewer jointing material shall be a bituminous cold mix such as
"Kalktite", "Carey Sewertite", "Prestite" or other approved equal.

2-9 Pipe Bedding and Encasement:


Granular material for pipe bedding and encasement shall be any pit run sand or gravel which meets
the gradation requirements of Specification No. 3149 F of the Standard Specifications for
Construction, 2000 Edition. It shall be free from hard or frozen chunks.

2-10 Steel Reinforcement:


Steel bars shall conform to the specification for deformed steel bars as specified in A.S.T.M.
Designation A-615. Structural steel shall conform to A.S.T.M. Designation A-283 or A-306.

2-11 Rubber Gasket Joint for PVC Sewer Pipe:


The rubber gasket shall conform to A.S.T.M. Specification D-3212 and ASTM F477 and shall be
installed in accordance with manufacturer's recommendations.

05000-4
Revised 2-10-04
2-12 Solvent Welded Joint for ABS & PVC Sewer Pipe:
The primer and the cement used in making the solvent welded joint shall meet the pipe
manufacturer's specifications. The manufacturer's recommended procedure shall be followed in
making the solvent welded joint.

2-13 Corrugated Polyethylene Pipe Joints:


Joints shall conform to AASHTO M252 and M294.

2-14 Geotextile Pipe Wrapping:


Geotextile Material shall conform to MnDOT Specification 3733.

Type I geotextile sock shall be used for wrapping corrugated polyethylene draintile.

Type II geotextile fabric shall be used for wrapping pipe joints, where required.

-END OF SECTION-

05000-5
Revised 2-10-04
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

INDEX TO SPECIAL PROVISIONS


DIVISION S

Table of Contents
Page No.
S- 1 SPECIAL PROVISIONS ENCOURAGING INDIAN EMPLOYMENT ..........................1
S- 2 CONTACT INFORMATION..............................................................................................2
S- 3 USE OF ADHESIVE ANCHORS.......................................................................................2
S- 4 (1103) DEFINITIONS .........................................................................................................2
S- 5 (1201-1213) BIDDING REQUIREMENTS AND CONDITIONS.....................................2
S- 6 (1206) PREPARATION OF PROPOSAL...........................................................................3
S- 7 (1210) WITHDRAWAL OR REVISION OF PROPOSALS..............................................3
S- 8 (1302-1304) AWARD AND EXECUTION OF CONTRACT ...........................................3
S- 9 (1305) REQUIREMENT OF CONTRACT BOND ............................................................3
S- 10 (1404) MAINTENANCE OF TRAFFIC, (1707) PUBLIC SAFETY, AND (2563)
TRAFFIC CONTROL................................................................................................4
S- 11 (1501) AUTHORITY OF THE ENGINEER.....................................................................19
S- 12 (1504) COORDINATION OF PLANS AND SPECIFICATIONS ...................................19
S- 13 (1505) COOPERATION BY CONTRACTORS...............................................................20
S- 14 (1506) SUPERVISION BY CONTRACTOR ...................................................................20
S- 15 (1507) UTILITY PROPERTY AND SERVICE ...............................................................20
S- 16 (1513) RESTRICTIONS ON MOVEMENT AND STORAGE OF HEAVY
LOADS AND EQUIPMENT...................................................................................21
S- 17 (1514) MAINTENANCE DURING CONSTRUCTION ..................................................23
S- 18 (1517) CLAIMS FOR COMPENSATION ADJUSTMENT ............................................23
S- 19 (1601) SOURCE OF SUPPLY AND QUALITY..............................................................24
S- 20 (1602) NATURAL MATERIAL SOURCES ....................................................................26
S- 21 (1603) MATERIALS: SPECIFICATIONS, SAMPLES, TESTS, AND
ACCEPTANCE........................................................................................................26
S- 22 (1606) STORAGE OF MATERIALS ...............................................................................26
S- 23 (1701) LAWS TO BE OBSERVED ..................................................................................27
S- 24 (1701) LAWS TO BE OBSERVED (DATA PRACTICES).............................................27
S- 25 (1701) LAWS TO BE OBSERVED (CULTURAL RESOURCES).................................27
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

S- 26 (1702) PERMITS, LICENSES AND TAXES...................................................................29


S- 27 (1706) EMPLOYEE HEALTH AND WELFARE ............................................................29
S- 28 (1708) RAILROAD-HIGHWAY PROVISIONS..............................................................30
S- 29 (1710) TRAFFIC CONTROL DEVICES..........................................................................31
S- 30 (1714) RESPONSIBILIITES FOR DAMAGE CLAIMS .................................................31
S- 31 (1717) AIR, LAND AND WATER POLLUTION............................................................32
S- 32 (1717) AIR, LAND AND WATER POLLUTION (CONCRETE GRINDING) ..............35
S- 33 (1717) NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM
(NPDES) PERMIT ...................................................................................................36
S- 34 IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER
POLLUTION CONTROL ACT...............................................................................39
S- 35 (1802) TRAINING FOR CONSTRUCTION TRUCK OPERATORS .............................40
S- 36 (1803) PROSECUTION OF WORK .................................................................................41
S- 37 (1806) DETERMINATION AND EXTENSION OF CONTRACT TIME ......................42
S- 38 (1807) FAILURE TO COMPLETE THE WORK ON TIME ...........................................45
S- 39 (1901) MEASUREMENT OF QUANTITIES...................................................................46
S- 40 (1904) EXTRA AND FORCE ACCOUNT WORK .........................................................46
S- 41 (1906) PARTIAL PAYMENTS ........................................................................................46
S- 42 (1910) FUEL ESCALATION CLAUSE ...........................................................................46
S- 43 (2011) CONSTRUCTION SURVEYING.........................................................................46
S- 44 (2041) ON-THE-JOB-TRAINING PROGRAM ...............................................................52
S- 45 (2051) MAINTENANCE AND RESTORATION OF HAUL ROADS ...........................52
S- 46 (2104) REMOVING PAVEMENT AND MISCELLANEOUS STRUCTURES .............53
S- 47 (2104) SALVAGE MISCELLANEOUS ITEMS..............................................................54
S- 48 (2104) HAUL SALVAGED MATERIALS ......................................................................56
S- 49 (2104) ABANDON PIPE SEWER ....................................................................................57
S- 50 (2105) GEOTEXTILE FOR SEPARATION (STABILIZATION)...................................57
S- 51 (2106) EXCAVATION AND EMBANKMENT ..............................................................59
S- 52 (2123) EQUIPMENT RENTAL ........................................................................................77
S- 53 (2123) STREET SWEEPER (WITH PICKUP BROOM) .................................................78
S- 54 (2211) AGGREGATE BASE ............................................................................................78
S- 55 (2232) MILL PAVEMENT SURFACE ............................................................................80
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

S- 56 CERTIFIED READY-MIX CONCRETE PLANTS .........................................................80


S- 57 CONCRETE CURING ......................................................................................................88
S- 58 (2301) CONCRETE PAVEMENT ....................................................................................88
S- 59 (2301) CONCRETE PAVING MIX SPECIFICATIONS .................................................94
S- 60 (2301) SEAL CONCRETE PAVEMENT JOINTS.........................................................101
S- 61 (2301) DRILL AND GROUT REINFORCEMENT BARS............................................102
S- 62 (2360) PLANT MIXED ASPHALT PAVEMENT .........................................................102
S- 63 (2412) PRECAST CONCRETE BOX CULVERTS .......................................................112
S- 64 (2502) SUBSURFACE DRAINS, SUBCUT DRAIN TYPE..........................................112
S- 65 (2502) SUBSURFACE DRAINS, DISCHARGE PIPE ..................................................114
S- 66 (2503) PIPE SEWERS.....................................................................................................116
S- 67 (2503) SANITARY SEWERS.........................................................................................119
S- 68 (2503) CONNECT TO EXISTING SANITARY SEWER .............................................126
S- 69 (2504) POLYSTYRENE INSULATION ........................................................................126
S- 70 (2506) CONNECT INTO EXISTING DRAINAGE STRUCTURE...............................126
S- 71 (2511) RIPRAP................................................................................................................127
S- 72 (2521) WALKS................................................................................................................127
S- 73 (2531) CONCRETE CURBING......................................................................................128
S- 74 (2531) PEDESTRIAN CURB RAMP - TRUNCATED DOME SYSTEMS..................129
S- 75 (2533) PORTABLE PRECAST CONCRETE BARRIER DESIGN 8337......................130
S-76 (2554) IMPACT ATTENUATOR BARRELS................................................................131
S- 77 (2563) TRAFFIC CONTROL SUPERVISOR ................................................................132
S- 78 (2564) TRAFFIC SIGNS AND DEVICES .....................................................................134
S- 79 (2565) TRAFFIC CONTROL SIGNALS........................................................................135
S- 80 (2565) EMERGENCY VEHICLE PREEMPTION SYSTEM ........................................135
S- 81 (2565) TRAFFIC CONTROL INTERCONNECTION...................................................136
S- 82 (2572) PROTECTION AND RESTORATION OF VEGETATION..............................136
S- 83 (2573) STORM WATER MANAGEMENT ...................................................................136
S- 84 (2573) CULVERT INLET PROTECTION .....................................................................138
S- 85 (2575) CONTROLLING EROSION AND ESTABLISHING VEGETATION .............139
S- 86 (2575) RAPID STABILIZATION SPECIFICATIONS..................................................140
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

S- 87 (2575) WEED SPRAYING .............................................................................................140


S- 88 (2582) PERMANENT PAVEMENT MARKINGS ........................................................141
S- 89 (3101) PORTLAND CEMENT .......................................................................................142
S- 90 (3103) PORTLAND-POZZOLAN CEMENT.................................................................143
S- 91 (3137) COARSE AGGREGATE FOR PORTLAND CEMENT CONCRETE ..............143
S- 92 (3138) AGGREGATE FOR SURFACE AND BASE COURSES..................................145
S- 93 (3236) REINFORCED CONCRETE PIPE .....................................................................147
S- 94 (3238) PRECAST CONCRETE BOX CULVERTS .......................................................147
S- 95 (3301) REINFORCEMENT BARS.................................................................................147
S- 96 (3302) DOWEL BARS ....................................................................................................148
S- 97 (3590) EPOXY RESIN PAVEMENT MARKINGS (FREE OF TOXIC HEAVY
METALS)...............................................................................................................148
S- 98 (3591) HIGH SOLIDS WATER BASED TRAFFIC PAINT .........................................151
S- 99 (3592) DROP-ON GLASS BEADS ................................................................................151
S- 100 (3721) PREFORMED ELASTOMERIC COMPRESSION JOINT SEALS FOR
CONCRETE...........................................................................................................151
S- 101 (3754) MEMBRANE CURING COMPOUND...............................................................152
S- 102 (3876) SEED....................................................................................................................153
S-103 (3882) MULCH MATERIAL..........................................................................................164
S- 104 (3889) TEMPORARY DITCH CHECKS .......................................................................164
S- 105 (3891) STORM DRAIN INLET PROTECTION ............................................................165
S- 106 FINAL ESTIMATE AND FINAL PAYMENT ..............................................................165
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

DIVISION S

S- 1 SPECIAL PROVISIONS ENCOURAGING INDIAN EMPLOYMENT


It is Mn/DOT policy to promote and encourage Indian employment on
transportation projects on or near reservations.

This Project is on or near the White Earth reservation. The Contractor is advised to
work with the tribal government to utilize Indian labor in performing Contract
work. The Contractor should contact Darrell Winters, T.E.R.O. Director at 218-
983-3200 or White Earth T.E.R.O. Office P.O. Box 418 White Earth, MN 56591
for Indian employment opportunities under this Contract.

This Project does not contain any specific on-the-job (OJT) requirements. The lack
of a specific OJT goal does not relieve the Contractor of any other responsibilities.

The Contractor and all subcontractors are hereby made aware that this Special
Provision is made part of the Contract and that Mn/DOT will monitor these
provisions. If the Contractor or subcontractor is not living up to the spirit of the
Special Provisions, the Department will address these issues with the Contractor
and/or subcontractor and the Tribal Contact Person. If requested by the tribe, the
Contractor will meet with the tribe’s contact person to discuss Indian employment
issues.

The Contractor is required to submit the attached "Mn/DOT Indian Employment


Tracking Form" to the Mn/DOT Office of Civil Rights 30 days after work is
substantially complete. Failure to submit this form may result in monies being
withheld at the discretion of the Engineer. This form must list all individuals
who were referred and hired through one of the Federally recognized tribal
T.E.R.O. offices in Minnesota for the Project, whether hired by the Contractor or
any subcontractor. Mn/DOT uses this information to track Indian employment for
projects on or near reservations.

If the Contractor deems that an employee referred by the Tribal Contact Person is in
danger of being suspended or terminated, the Contractor shall notify the Tribal
Contact Person for assistance in resolving the problem. Nothing in the Special
Provisions will be construed to interfere with the Contractor’s ability to dismiss any
employee for cause including, but not limited to, lack of adequate skills or training,
inability to perform by virtue of state or federal law, or breach of the Contractor’s
standards of conduct.

This Special Provision supplement does not replace the existing equal employment
opportunity requirements contained elsewhere in this Contract.

Questions, other than Tribal Employment questions, should be directed as indicated


in the CONTACT INFORMATION section of these Special Provisions.
1-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

S- 2 CONTACT INFORMATION
Questions regarding this Project, including any questions prior to bidding, shall be
directed to Tom Trowbridge at 218-299-5395.

S- 3 USE OF ADHESIVE ANCHORS


The use of adhesive anchors in sustained tension is prohibited. Other application
utilizing adhesive anchors, such as metal rail attachment, in a non-direct tensile
application is permitted.

S- 4 (1103) DEFINITIONS
The provisions of Mn/DOT 1103 are supplemented and/or modified with the
following:

The definition for SPECIMEN TREE is revised to read as follows:

A notable and valued tree in consideration of species, size, condition, age, longevity,
durability, crown development, function, visual quality, and public or private
prominence or benefit as indicated in the contract documents or as determined by the
Engineer.

“State”, “City” or “Department” shall in this instance refer to the City of Moorhead,
the contracting authority, referred to as Owner.

S- 5 (1201-1213) BIDDING REQUIREMENTS AND CONDITIONS


Sections 1206.3B & C are hereby deleted.

Section 1210, (1) of the second paragraph is hereby deleted and the following
substituted therefor:

(1) Digital plan holders will be notified by email and will be responsible to
download all addenda from QuestCDN.

Paper plan holders will be notified of addenda via email, delivery, or facsimile
to parties recorded by the Engineer as having received the bidding documents.

INTERPRETATIONS AND ADDENDA


All questions about the meaning or intent of the Bidding Documents are to be
submitted to the ENGINEER in writing. Interpretations or clarifications considered
necessary by the ENGINEER, in response to such questions, will be issued by
addenda. Only questions answered by Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.

2-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

S- 6 (1206) PREPARATION OF PROPOSAL


The provisions of Mn/DOT 1206 are supplemented and/or modified with the
following:

The first paragraph of Mn/DOT 1206.2 is hereby changed to read:

The bidder's attention is directed to MN Statute § 161.32 subd. 1c, which provides
among other things, that a bid will be rejected if it contains any alterations or erasures
that are not corrected as follows:

S- 7 (1210) WITHDRAWAL OR REVISION OF PROPOSALS


The provisions of Mn/DOT 1210 are hereby deleted and replaced with the
following:

Any bidder may withdraw or revise its Proposal after it has been deposited with the
Contracting Authority, provided the request for withdrawal or revision is received
in writing before the time set for opening proposals.

The City reserves the right to revise the Plans, Specifications, Special Provisions,
and Proposal form for any Project at any time prior to the date set for opening the
Proposals. Revisions will be made by Addendum, duly numbered and dated.

S- 8 (1302-1304) AWARD AND EXECUTION OF CONTRACT


Sections 1302 and 1304 are supplemented and/or modified with the following:

The first sentence of the first paragraph of Mn/DOT 1302 is hereby changed to read:

The award of Contract, if awarded, will be made within 45 Calendar Days after the
opening of Proposals to the lowest responsible bidder who complies with all prescribed
requirements.

The first sentence of the first paragraph of Mn/DOT 1304 is hereby changed to read:

All Proposal guaranties, except those of the three lowest bidders, will be returned or
released immediately following the opening and checking of Proposals.

S- 9 (1305) REQUIREMENT OF CONTRACT BOND


The provisions of Mn/DOT 1305 are hereby deleted and replaced with the following:

3-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

The successful bidder shall furnish a payment bond equal to the contract amount and a
performance bond equal to the contract amount as required by Minnesota Statutes,
section 574.26. The surety and form of the bonds shall be subject to the approval of
the contracting authority.

The contracting authority shall require for all contracts less than or equal to five
million dollars ($5,000,000.00), that the aggregate liability of the payment and
performance bonds shall be twice the amount of the contract. All contracts in excess of
five million dollars ($5,000,000.00) shall have an aggregate liability equal to the
amount of the contract.

S- 10 (1404) MAINTENANCE OF TRAFFIC, (1707) PUBLIC SAFETY, AND (2563)


TRAFFIC CONTROL
All traffic control devices shall conform and be installed in accordance to the
"Minnesota Manual on Uniform Traffic Control Devices" (MN MUTCD) and Part VI,
"Field Manual for Temporary Traffic Control Zone Layouts", the "Guide to
Establishing Speed Limits in Highway Work Zones", the Minnesota Flagging
Handbook, the provisions of Mn/DOT 1404 and 1710, the Minnesota Standard Signs
Manual, the Traffic Engineering Manual, the Traffic Control Layouts/Typical Traffic
Control Layouts in the Plans, and these Special Provisions.

The Contractor shall furnish, install, maintain, and remove all traffic control devices
required to provide safe movement of vehicular traffic through the Project during the
life of the Contract from the start of Contract operations to the final completion
thereof. The Engineer will have the right to modify the requirements for traffic control
as deemed necessary due to existing field conditions. The highways shall be kept open
to traffic at all times, except as modified below.

Traffic control devices include, but are not limited to, barricades, warning signs,
trailers, flashers, cones, drums, pavement markings and flagmen as required and
sufficient barricade weights to maintain barricade stability.

The Contractor is advised of the changes to the Prevailing Wage Coverage as noted in
the Notice to Bidders – Traffic Control Prevailing Wage Coverage contained in the
front of this Proposal.

TRAFFIC CONTROL

(A) The Contractor shall be responsible for the immediate repair or replacement of all
traffic control devices that become damaged, moved or destroyed, of all lights that
cease to function properly, and of all barricade weights that are damaged,
destroyed, or otherwise fail to stabilize the barricades. The Contractor shall further
provide sufficient surveillance of all traffic control devices at least once every 24
hours.

4-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

The Contractor shall furnish names, addresses, and phone numbers of at least three
(3) individuals responsible for the placement and maintenance of traffic control
devices. These individuals shall be "on call" 24 hours per day, seven days per
week during the times any traffic control devices, furnished and installed by the
Contractor, are in place. The required information shall be submitted to the
Engineer at the Pre-construction Conference. The Contractor shall also furnish the
names, addresses, and phone numbers of those individuals to the following:

1. City of Moorhead Engineering Department (218) 299-5390


2. Moorhead Police Department (218) 299-5120
3. Moorhead Fire Department (218) 299-5298
4. City Clerk (218) 299-5304
5. Clay County Engineering Department (218) 299-5099

The Contractor shall, at the pre-construction conference, designate a Work Zone


Safety Coordinator who shall be responsible for safety and traffic control
management in the Project work zone. The Work Zone Safety Coordinator shall be
either an employee of the Contractor such as a superintendent or a foreman, or an
employee of a firm which has a subcontract for overall work zone safety and traffic
control management for the Project. The responsibilities of the Work Zone Safety
Coordinator shall include, but not be limited to:

x Coordinating all work zone traffic control operations of the Project, including
those of the Contractor, subcontractors and suppliers.

x Establishing contact with local school district, government, law enforcement,


and emergency response agencies affected by construction before work begins.

x Maintaining a record of all known crashes within a work zone. This record
should include all available information, such as: time of day, probable cause,
location, pictures, sketches, weather conditions, interferences to traffic, etc.
These records shall be made available to the Engineer upon request.

(B) If traffic control layouts are not present in the Plan, or the Contractor modifies the
layout or sequence from the Plan, the Contractor shall submit the proposed traffic
control layout to the Engineer, for approval, at least fourteen (14) days prior to the
start of construction. At least 24 hours prior to placement, all traffic control
devices shall be available on the Project for inspection by the Engineer. The
Contractor shall modify his/her proposed traffic control layout and/or devices as
deemed necessary by the Engineer.

(C) The Contractor shall notify the Engineer in writing at least 72 hours prior to the
start of any construction operation that will necessitate lane closure or internal
traffic control signing.

5-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

(D) The Contractor shall inspect, on a daily basis, all traffic control devices, which the
Contractor has furnished and installed, and verify that the devices are placed in
accordance with the Traffic Control Layouts, these Special Provisions, and/or the
MN MUTCD. Any discrepancy between the placement and the required placement
shall be immediately corrected.

The Contractor shall be required to respond immediately to any call from the Engineer
or his designated representative concerning any request for improving or correcting
traffic control devices. If the Contractor is negligent in correcting the deficiency
within one hour of notification the Contractor shall be subject to an hourly charge
assessed at a rate of $250.00 per hour for each hour or any portion thereof with
which the Engineer determines that the Contractor has not complied.

(E) The person performing the inspection in paragraph (D) above, shall be required to
make a daily log. This log shall also include the date and time any changes in the
stages, phases, or portions thereof go into effect. The log shall identify the location
and verify that the devices are placed as directed or corrected in accordance with
the Plan. All entries in the log shall include the date and time of the entry and be
signed by the person making the inspection. The Engineer reserves the right to
request copies of the logs as he deems necessary.

The Contractor shall be required to provide copies of the inspection logs, within the
time frame agreed upon, when requested by the Engineer. If the Contractor is
negligent in providing the inspection logs within the time frame agreed upon, the
Contractor shall be subject to an hourly charge assessed at a rate of $250.00 per
hour for each hour or any portion thereof with which the Engineer determines
that the Contractor has not complied.

(F) The third sentence of paragraph 2 in Mn/DOT 1404.7 (Winter Suspension) is


hereby revised as follows:

"In the event that any Contractor-owned traffic control devices are damaged or
destroyed making them ineffective for their intended use, the Contractor will receive
payment in the amount of the value of the traffic control device as determined by the
Engineer."

(G) If, at any time, the Contractor fails to, in a timely manner, properly furnish, install,
maintain or remove any of the required traffic control devices, the City reserves the
right to properly correct the deficiency. Each time the City takes such corrective
action, the costs thereof, including mobilization, plus $5,000 will be deducted from
monies due or coming due the Contractor.

(H) Measurement and Payment:

Traffic Control will be measured and paid for as follows:

6-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Payment for furnishing, installing, maintaining, relocating and subsequently removing


traffic control devices (including flag persons) as required will be made as a lump sum
under Item 2563.601 (Traffic Control) and according to the following schedule:

(1) When 5 percent of the Contract amount is earned, 50 percent of the amount bid
for traffic control will be paid.
(2) When 10 percent, or more, of the Contract amount is earned, an additional 25
percent of the amount bid for traffic control will be paid.
(3) When 50 percent, or more, of the Contract amount is earned, an additional 20
percent of the amount bid for traffic control will be paid.
(4) The remaining 5 percent bid for traffic control will be paid when all work has
been completed and accepted.
(5) In all items above, the original Contract amount shall be the total value of all
Contract Items including the traffic control item, but the percentage earned in
each case shall be exclusive of the traffic control item.

The lump sum payment(s) shall be compensation in full for all costs of furnishing,
installing, maintaining, relocating, and removing the individual traffic control devices
as shown on the Traffic Control Layouts in the Plans and/or as specified in these
Special Provisions. The lump sum shall also include any extra signing needed to
facilitate traffic switches or for transitioning traffic from one stage to another.

If the Contractor requests changes in traffic control as shown on the Traffic Control
Layout(s), and these changes are implemented, there will be no increase or decrease in
the lump sum payment(s) for the stage(s) of traffic control.

VEHICLE WARNING LIGHT SPECIFICATION

All Contractors', subcontractors' and suppliers' mobile equipment, which are working
in the lane closure or within 4.5 m [15 feet] of the lane closure, shall be equipped with
operable warning lights which meet the appropriate requirements of the SAE
specifications. This would include any vehicle which enters the traveled roadway at
any time. The SAE specification requirements are as follows:

360 Degree Rotating Lights - SAE Specification J845

Flashing Lights - SAE Specification J595

Flashing Strobe Lights - SAE Specification J1318

Lights shall be mounted so that at least one light is visible at all times when at eye level
from an 18 m [60 foot] radius about the equipment. This specification is to be used for
both day and night time operations. All costs incurred to provide warning lights shall
be at no cost to the Department. These warning lights shall be operating and visible
when a vehicle decelerates to enter a construction work zone and again when a vehicle
leaves the work zone and enters the traveled traffic lane.

7-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Any warning lights shall be on the list of approved lights which may be obtained by
contacting:

Vehicle Warning Lights


Office of Construction MS650
Transportation Bldg. OR by calling: (651)366-4216
395 John Ireland Blvd.
St. Paul, MN 55155

This list is updated periodically. Warning light suppliers and manufacturers may
contact the above for information on adding new products to the list.

FLAGGER TRAINING

Any person acting as a flagger on this Project shall have attended a training session
taught by a Contractor’s qualified trainer. The Contractor’s qualified trainer shall have
completed a “Mn/DOT Flagger Train the Trainer Session” in the five years previous to
the start date of this Contract and shall be on file as a qualified flagger trainer with the
Department. The Flagger Trainer’s name and Qualification Number shall be furnished
by the Contractor at the pre-construction meeting. The Contractor shall provide all
flaggers with the Mn/DOT Flagger Handbook and shall observe the rules and
regulations contained therein. This handbook shall be in the possession of all flaggers
while flagging on the Project. The Contractor shall obtain handbooks from the
Department. Flaggers shall not be assigned other duties while working as authorized
flaggers. The “Checklist for Flagger training” form shall be furnished to the Engineer
any time a new flagger reports to work on the Project.

The "Checklist for Flagger Training" form can be found at:


http://www.dot.state.mn.us/const/wzs/flaggerchecklist%20.pdf.

The Engineer will have the right to waive the above requirements.

TEMPORARY LANE CLOSURE REQUIREMENTS:

(A) Unless otherwise authorized by the Engineer, any temporary lane closure
extending to or beyond 300 m [1000 feet] shall have a minimum of one Type III
barricade placed in the closed lane for every 300 m [1000 feet] of extension.
Any lane closure that is adjacent to traffic and inplace 3 days or more, shall use
the Type III barricade only.

(B) All temporary lane closures shall have plastic drum-like channelizers, Type I or
Type II barricade or Direction Indicator Barricade in the lane closure taper and
also in any shifts in traffic alignment.

8-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

(C) Temporary lane closures will not be permitted during inclement weather, nor any
other time when, in the opinion of the Engineer, the lane closure will be a greater
than normal hazard to traffic.

(D) Temporary lane closures or other restrictions by the Contractor, during work
hours and consistent with the time restrictions, will be permitted during those
hours and at those locations approved by the Engineer. Requests for temporary
lane closures shall be made at least 24 hours prior to such closures. When a
temporary lane closure is used by the Contractor, the closure shall be incidental
work and no direct compensation will be made therefor.

(E) Work which will restrict or interfere with traffic shall not be performed
between 12:00 noon on the day preceding and 9:00 A.M. on the day
following any consecutive combination of a Saturday, Sunday and legal
holiday. The Engineer will have the right to lengthen, shorten, or otherwise
modify the foregoing periods of restrictions as actual traffic conditions may
warrant. If the Contractor is negligent in adhering to the established time
schedules, he shall be subject to an hourly charge assessed at a rate of
$500.00 per hour for each hour or any portion thereof with which the
Engineer determines that the Contractor has not complied.

(F) The Contractor shall provide one vehicle or trailer mounted flashing arrow board
for each lane of each work area where traffic is restricted. The board shall meet
the requirements of the MN MUTCD and shall be equipped with a light that is
visible to personnel in the work area to indicate that the unit is in operation. The
flashing arrow board shall be incidental to Traffic Control.

It is imperative that the Contractor continually operate each Flashing Arrow


Board at maximum legibility. Many factors, such as mechanical problems,
insufficient charging, incorrect intensity settings, or other factors can degrade
performance. If at any time the Contractor fails to operate the Flashing Arrow
Panel at maximum legibility, as determined by the Engineer, no payment will
be made for each day that the Flashing Arrow Panel is deemed inadequate.

Except as approved by the Engineer, the Flashing Arrow Panel shall be stored off
the shoulder when not in use. In the event the Engineer allows the arrow panel to
remain on the shoulder, the arrow panel shall be delineated according to Layout 4
(Partial Shoulder Closure) in the field manual, as determined by the Engineer.

(G) The Contractor shall furnish flag persons as required to adequately control traffic.
Flag persons shall conform to the requirements set forth in the MN MUTCD.
All costs incurred to provide such flag persons shall be incidental to the lump
sum traffic control.

9-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

(H) The Contractor shall provide two-way radios for flag persons.

Flag persons shall wear high visibility retroreflective safety vests, pants and hats at all
times while actively flagging on the Project. High visibility apparel shall comply with
current Minnesota OSHA Rules 5207.0100 and 5207.1000. The flag persons clothing
shall be considered an incidental expense for which no direct compensation will be
made.

The Contractor will be subject to a non-compliant charge for failure to adhere to the
clothing requirements as listed above. Non-compliance charges, for each incident, will
be assessed at a rate of $500.00 per incident that the Engineer determines that the
Contractor has not complied.

Except as otherwise authorized by the Engineer, the maximum length of the flagging
operation shall be no more than 1.6 km [1 mile].

The Contractor shall coordinate the flagging operations in a manner which causes as
little delay to the traveling public as possible, and at no time shall the delay exceed five
(5) minutes. In the event that the Contractor is unable to meet the maximum delay
requirements, operations shall shut down until such time a new traffic control plan is
developed which does meet the maximum delay requirement.

If hauling operations create hazards for the traveling public, the Contractor will be
required to provide additional flaggers, as directed by the Engineer. All costs incurred
to provide the additional flaggers shall be incidental to the lump sum traffic control.

(I) The Contractor shall furnish off-duty police officers in uniform with cars and an
orange reflectorized vest to direct traffic if deemed necessary and so ordered by
the Engineer. "Police Officer" means every officer authorized to direct or
regulate traffic or to make arrests for violations of traffic rules. Payment for
police officers will be made by the unit hour as provided elsewhere in these
Special Provisions.

GENERAL REQUIREMENTS:

(A) All portable sign assemblies shall be perpendicular to the ground. No traffic
control device (signs, channelizing devices, arrowboards, etc.) shall be weighted
so they become hazardous to motorists and workers. The approved ballast system
for devices mounted on temporary portable supports is sandbags, unless it is
designed, crash tested, and approved for the specific device. During freezing
conditions, the sand for bags shall be mixed with a de-icer to prevent the sand
from freezing. The sandbags shall be placed and maintained at the base of the
traffic control device to the satisfaction of the Engineer.

When signs will remain in the same location for more than 30 consecutive
days the signs shall be post mounted. This would not include portable signs

10-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

which are set up and taken down at the beginning and end of each work shift.
The signs must be post mounted according to the Typical Temporary Sign
Framing and Installation Detail Sheet found in the Plan or in these Special
Provisions.

(B) When signs are installed, they shall be mounted on posts driven into the ground
at the proper height and lateral offset as detailed in the MN MUTCD. When
signs are removed, the sign posts and stub posts shall also be removed from the
Right of Way within two (2) weeks or the Contractor shall be subject to a daily
charge assessed at a rate of $100.00 per day for each day or portion thereof with
which the Engineer determines that the Contractor has not complied.

(C) The Contractor shall be required to cover or remove all traffic control devices
which may be inconsistent with traffic patterns during all traffic switches. See
Maintenance and Staging of Traffic Control.

(D) Open excavation adjacent to the existing pavement will not be permitted on
opposite sides of the roadway at the same time.

(E) The Contractor shall provide protective devices necessary to protect traffic from
excavations, drop-offs, falling objects, splatter or other hazards that may exist
during construction. This work shall be an incidental cost to the Contractor.

(F) The Contractor will not be permitted to park vehicles or construction equipment
so as to obstruct any traffic control device. The parking of workers' private
vehicles will not be allowed within the Project limits unless so approved by the
Engineer.

(G) The Contractor will not be allowed to store materials or equipment within 10 m
[30 feet] of through traffic unless approved by the Engineer. If materials or
equipment must be stored within 10 m [30 feet] of through traffic, the Contractor
shall provide barricades or barriers, as directed by the Engineer, to warn and
protect traffic.

(H) All personnel working within the Right-of-Way shall wear reflectorized safety
vests. All personnel shall adhere to the following HIGH VISIBILITY
PERSONAL PROTECTIVE EQUIPMENT SPECIFICATION.

Each worker exposed to or working adjacent to moving motor vehicles as part of


their assigned job shall be provided with and required to wear a high visibility
safety apparel. High-visibility safety apparel means personal protective safety
clothing that is intended to provide conspicuity during both daytime and nighttime
usage, and meets the Performance Class 2 or 3 requirements of the ANSI/ISEA 107
– 2004 publication entitled “American National Standard for High-Visibility Safety
Apparel and Headwear.”

11-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

If the high visibility apparel becomes faded, torn, dirty, worn, or defaced, reducing
the conspicuity of the apparel, the apparel shall be removed from service and
replaced.

The Contractor will be subject to a non-compliant charge for failure to adhere to the
clothing requirements as listed above. Non-compliant charges, for each incident, will
be assessed at a rate of $500.00 per incident that the Engineer determines that the
Contractor has not complied.

(I) The Contractor shall store at least five (5) extra Type III barricades and ten (10)
extra retroreflective drums, at a convenient location within the Project limits, to
be used at the discretion of the Engineer. No direct compensation will be made
to the Contractor for furnishing and erecting these traffic control devices.

(J) When work will be performed between the official hours of sunset and sunrise,
all appropriate practices for night work will apply.

The Contractor shall provide sufficient numbers of light plants to adequately illuminate
the work area as determined by the Engineer. All costs incurred to provide such light
plants shall be incidental to the lump sum traffic control.

All Contractor's personnel, except operators who will remain in their vehicles at all
times, shall wear reflectively striped (approximately 10 m [33 feet] of striping), highly
visible, short sleeved one or two piece coveralls (color and striping pattern to be
determined by the District Traffic Engineer), at all times while working on the Project.
These coveralls shall be considered an incidental expense for which no direct
compensation will be made. Any Contractor's employee found on the Project not
wearing the prescribed reflective coveralls will be immediately ordered off the Project
by the Engineer.

The Contractor shall provide a sufficient amount of 50 mm [2 inch] wide highly


reflective vehicle marking tape to be applied to Contractor vehicles and equipment,
as directed by the Engineer, and as provided by the manufacturer's instructions.
This tape shall be considered an incidental expense for which no direct
compensation will be made and shall be on the qualified products list for
conspicuity vehicle sign sheeting as found at:
http://www.dot.state.mn.us/trafficeng/qpl/Signing.pdf. Vehicle examples to be
marked with tape are Contractor rollers, paver, millers and other equipment
normally found in the lane closure.

(K) All in place signs and delineators mounted on less than three posts (not including
back bracing) and which interfere with the Contractor's normal operation, shall
be relocated outside of the work area by the Contractor at the direction of the
Engineer. Any signs that are removed and may be reused are to be stored in such
a manner as to protect the sign from scratching, fading, or other harmful affects
until said signs are reinstalled or delivered to Mn/DOT. All signs mounted on

12-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

three or more posts requiring relocation will be relocated by State forces. The
Contractor shall notify the Engineer 5 Working Days prior to the required
relocation work. Signs mounted on three or more posts that must be removed but
not relocated shall be removed by the Contractor. Upon completion of work at
each sign location, or at the direction of the Engineer, the signs shall be replaced
as near to their original locations as possible or to a location designated by the
Engineer. Signs and structures damaged by the Contractor shall be replaced by
him at his own expense. Regulatory signs, not otherwise covered by this
Contract, may only be removed or replaced or relocated by Mn/DOT personnel.

(L) The Contractor shall provide a Traffic Control Supervisor. Payment and
measurement will be made as provided in Section S-2563 (TRAFFIC CONTROL
SUPERVISOR) of these Special Provisions.

(M) Truck Mounted Attenuators (TMA'S)

If the Contractor establishes a moving lane closure on a high speed roadway, any
vehicle operating totally or partially in a traffic lane shall be equipped with a
truck mounted attenuator that meets the requirements of NCHRP 350. The
moving lane closure shall meet the requirements described in the appropriate
Field Manual layout.

(N) All temporary rigid signs shall be fabricated with an approved retroreflective
sheeting material of the appropriate color, and be listed on the Qualified
Product Listing (QPL) for either “Sheeting for Rigid Signs” or “High
Performance Sheeting for Rigid Signs”. Signs remaining inplace that still
apply during temporary operations need no change in sign sheeting.

To visually identify approved retroreflective sign sheeting on temporary rigid


signs in the field signs shall have an easily identifiable marking on the face.
This marking verifies that the sign sheeting is Approved for Rigid Sign Use as
found on the APL. Although still required to meet sheeting standards,
temporary rigid signs 4 sq. feet and under in size and all barricades and route
markers will be exempt from this marking. The appropriate marking shall be
used for each type of the approved sheeting types, consisting of Type IX and
Type HP (also marked as DG3). Refer to the instructions for the marking of
temporary signs which may be found on the APL or directly at the following
link: http://www.dot.state.mn.us/products/signing/common/typelabel.pdf

The retroreflective sheeting types and qualified products used for temporary
signs and barricades can be found at:
http://www.dot.state.mn.us/trafficeng/products/MnDOTapprovedproductlist.xls.

13-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

MILLING, SEALCOATING, AND PAVING OPERATIONS

(A) The Contractor shall schedule milling and bituminous paving operations such
that milled areas will be covered with a wear course within 24 hours of
completion of the milling, except for delays caused by inclement weather.

(B) When traffic is allowed to drive on the milled surface, the Contractor shall
furnish and install "GROOVED PAVEMENT" and "BUMP" signs with
"Advisory Speed" plates at locations determined by the Engineer. Payment for
these signs shall be included in the lump sum payment for traffic control.

(C) Any drop-off where traffic will cross from or to the in place surface, or from or
to the milled surface, shall be tapered and/or chamfered so as to provide for the
safe passage of traffic.

(D) The Contractor shall schedule construction operations so as to minimize traffic


exposure to uneven lanes, milled edges, and edge drop-offs. Only after every
attempt has been made to avoid these conditions and one or more of them are
deemed necessary, the Contractor shall provide and maintain the appropriate
traffic control in accordance with the "DROP OFF GUIDELINES" in the Field
Manual.

(E) The Contractor shall not mill any notches for surfacing tapers until immediately
prior to paving, except that with the Engineer's permission, the Contractor may
mill the notches and install and maintain temporary bituminous tapers to provide
for the safe passage of traffic until the surfacing taper is installed.

(F) The Contractor shall maintain traffic with a minimum of delay during milling and
paving operations at intersections controlled by signals or by all-way stop signs.
The Contractor shall provide off-duty police officers to direct and control traffic
around and through milling and paving operations at those intersections. "Police
officer" means every officer authorized to direct or regulate traffic or to make
arrests for violations of traffic rules. Payment for police officers will be made by
the unit hour as provided elsewhere in these Special Provisions.

(G) The Contractor may close intersecting streets to traffic, other than at intersections
controlled by signals or "All Way Stop" signs during milling and paving
operations in the intersection, but only if there are adequate alternate routes for
the intersecting street traffic. The Contractor shall not close adjacent intersecting
streets to traffic concurrently. The Contractor shall notify the local road
authorities of its schedule to close intersecting streets 48 hours in advance of the
closure.

14-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

MAINTENANCE AND STAGING OF TRAFFIC CONTROL

(A) The Plan and Proposal indicate the planned method and sequence of operations
for staging traffic control and construction operations. The Contractor may
propose to the Engineer for approval, an alternate means of staging that meets the
intent of the original staging provided in the Contract. No changes shall be made
without the written approval of the Engineer. Any additional traffic control or
other extra work required in addition to that shown in the Plan as a result of
alternate staging schemes shall be considered incidental to the original work.
The Contractor shall follow the specifications stated in Section (1803)
PROSECUTION OF WORK of these Special Provisions for additional
requirements.

(B) Pedestrian traffic shall be maintained and guided through the Project at all times.

(C) The Contractor may ban parking within the construction limits. All necessary
signing is the responsibility of the Contractor and shall be installed, as directed
by the Engineer, 24 hours prior to the parking ban. The Contractor shall remove
that signing as soon as the work, or that part of the work, in the area has been
completed.

(D) The Contractor shall keep the Right-of-Way fence closed up, except during work
hours, by means of the in place fence, newly constructed fence, temporary fence
(at the Contractor's expense), or a combination thereof.

(E) All signs installed on roads open to traffic that are not consistent with traffic
operations shall be covered as directed by the Engineer. The cover should be a
plate of solid material covering the entire legend or all of that part of the legend
that is inappropriate. This cover shall be bolted to the sign and shall use a
minimum of 3 mm [1/8 inch] plastic washers between the sign face and the
cover. See Figures 8.2A, 8.2B and 8.3C of the Traffic Engineering Manual for
details.

(F) No access to or from any public road will be permitted for the Contractor's
equipment, material deliveries, the hauling of excavated materials of any kind, or
employees' private vehicles, except at in place public road intersections, or at
locations and in such manner as approved by the Engineer.

(G) As each road is completed, the Contractor shall install the final signing and
pavement markings required to safely open that road to traffic. This work shall
be completed on or before the date of opening as approved by the Engineer.
Overhead signs may be temporarily ground mounted at the Contractor's expense.

15-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

(H) The Contractor shall at all times maintain a lane width of not less than 11 feet in
each direction.

(I) Street identification signage shall be maintained at all times. Where the only
existing signs are small city or county signs located at the intersection, street
names and address numbers shall be maintained by temporary installations as
required by the Engineer. This is necessary to maintain the 911 emergency
system.

(J) The Contractor shall be required to supply manpower to assist Mn/DOT


personnel in pavement marking related projects such as, but not inclusive to,
collecting data from in place lane lines and marking final pavement marking
alignments. This shall also include any lane closures or traffic control necessary
to complete these projects safely. Payment for said pavement marking related
projects shall be incidental to the pavement marking items for which no direct
compensation will be made.

SIGNAL AND LIGHTING SYSTEMS

The Contractor shall not interfere with the operation of any traffic signal system,
except as required by the Contract. The Contractor shall notify the Engineer at least 24
hours prior to beginning any work that will interfere with any traffic signal system or
its detectors.

The Contractor shall maintain street lighting by means of the in place lights, the newly
constructed lights, or a combination thereof, except as otherwise authorized in writing
by the Engineer.

ADDITIONAL TRAFFIC CONTROL DEVICES

In addition to the traffic control devices shown on the Traffic Control Layouts, and/or
Field Manual, the Engineer may require more traffic control as traffic conditions may
warrant. These items are not intended for temporary lane closures.

NOTE: These provisions will apply ONLY when the Plan contains Item(s) for
2563.601 (Traffic Control) and/or if "Traffic Control Layouts" are included in the Plan
or attached to this Proposal.

(A) General Requirements:


The Contractor shall furnish the additional traffic control devices as ordered by the
Engineer.

The devices shall be installed and maintained in a functional and/or legible condition,
at all times, to the satisfaction of the Engineer.

16-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

(B) Measurement:

Flashers, barricades, reflectorized drums, portable changeable message signs, 1220 x


1220 mm [48 x 48 inch] signs, and flashing arrow boards will be measured by the
number of individual units of each type multiplied by the number of Calendar Days
each unit is in service.

Standard signs of each type, other than 1220 x 1220 mm [48 x 48 inch] signs will be
measured by the face area of signs furnished multiplied by the number of Calendar
Days each square meter [square foot] of sign is in service.

Special construction signs will be measured by the face area thereof furnished and
installed as specified.

Flag Persons and Police Officers will be measured by the length of time each is in
service on the job. Police Officers shall be equipped with a car at all times on the job
and the car shall be incidental in the payment for the Police Officer.

(C) Payment:

Payment for additional traffic control devices of each type, at the appropriate pre-
determined Unit Day price set forth below, shall be compensation in full for all costs of
furnishing, installing, maintaining, and subsequently removing and disposing of the
device.

Payment for standard signs of each type, other than 1220 x 1220 mm [48 x 48 inch]
signs, will be made at the appropriate pre-determined Square Meter/Day [Square
Foot/Day] price which shall be payment in full for all costs of furnishing, installing,
maintaining and subsequently removing and disposing of the signs.

The pre-determined Square Meter [Square Foot] price for "Construction Signs -
Special" shall be payment in full to furnish, install, maintain and remove such signs.
All materials required to furnish and install these signs will remain the property of the
Contractor.

17-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Payment for Flag Persons and Police Officers will be by the Unit Hour for each hour or
portion thereof that each is in service on the Project.

Payment for all additional traffic control devices, as ordered by the Engineer, will be
made in accordance with the following schedule:
ADDITIONAL TRAFFIC CONTROL DEVICES

Predetermined
Item No. Item Unit Price

2563.610 Flag Person Hour *


2563.610 Police Officer Hour **
2563.613 Type I Barricade w/Steady Burn Light Unit Day $1.05
2563.613 Type III Barricade Unit Day 2.75
2563.613 Direction Indicator Barricade Unit Day 1.25
2563.613 Reflectorized Plastic Safety Drum Unit Day 0.85
2563.613 Reflectorized Plastic Safety Drum w/Down Arrow Unit Day 0.95
2563.613 Weighted Traffic Channelizer Unit Day 0.40
2563.613 Flasher Type A (Low Intensity) Unit Day 0.50
2563.613 Flasher Type B (High Intensity) Unit Day 1.75
2563.613 Flasher Type C (Steady Burn) Unit Day 0.90
2563.613 1220 x 1220 mm [48 x 48 inch] Standard Sign Unit Day 1.75
2563.613 1220 x 1220 mm [48 x 48 inch] Standard Sign w/Support Unit Day 2.20
2563.613*** Portable Changeable Message Sign Unit Day 225.00
2563.613**** Flashing Arrow Board (one shift) Unit Day 33.00
2563.613**** Flashing Arrow Board (24 hour day) Unit Day 45.00
2563.617***** Standard Signs m2/Day 1.08
2563.617***** Standard Signs SQ.FT./Day 0.10
2563.617***** Standard Signs w/support m2/Day 1.72
2563.617***** Standard Signs w/support SQ.FT./Day 0.16
2563.604 Construction Signs - Special m2 270.00
2563.618 Construction Signs - Special SQ.FT. 25.00

* Shall be paid at the Contract Flagger Classification Total Rate, which is the Basic Rate plus the
Fringe Rate.

** Shall be paid at the invoice price plus 10%

*** (PCMS) Type C Trailer Mounted Message Signs will be permitted. It is imperative that the
Contractor continually operate each PCMS at maximum legibility. Many factors, such as
mechanical problems, insufficient charging, incorrect intensity settings, or other factors can degrade
performance. If at any time the Contractor fails to operate a Portable Changeable Message Sign at
maximum legibility, as determined by the Engineer, no payment will be made for each day that the
Message Sign is deemed inadequate.

**** It is imperative that the Contractor continually operate each Flashing Arrow Board at maximum
legibility. Many factors, such as mechanical problems, insufficient charging, incorrect intensity
settings, or other factors can degrade performance. If at any time the Contractor fails to operate the
Flashing Arrow Board at maximum legibility, as determined by the Engineer, no payment will be
made for each day that the Flashing Arrow Board is deemed inadequate.

***** Other than 1220 X 1220 mm [48 X 48 inch] Signs, with or without support.

NOTE: These predetermined unit prices apply only if not listed as separate bid items.

18-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Barricades, drums and signs by the Unit Day shall be paid for up to 90 days per device.
After 90 days, payment per Unit Day will continue at a reduced price of 40% of the
Unit price.

S- 11 (1501) AUTHORITY OF THE ENGINEER


Section (1501) is hereby supplemented to include the following:

CONSTRUCTION MEETINGS

A weekly construction meeting shall be held at the Owner’s offices or on site as


determined by the Engineer. If construction activity does not warrant a weekly
meeting the Engineer may alter the meeting schedule. The meeting shall be attended
by the Contractor’s superintendent, and representatives from all subcontractors
working on the project the week of the meeting or will be working on the project
before the next meeting.
It will be the Contractor’s responsibility to ensure the necessary subcontractors are in
attendance.

The Contractor and subcontractors should be prepared to discuss the project progress
and schedule and be prepared to outline the work to be performed prior to the next
meeting. Traffic Control on the project will also be discussed and the Contractor may
need to revise the Traffic Control based upon discussions at the meeting. The
Contractor should also be prepared to discuss unanticipated conditions, to notify the
Engineer of any extra work, or discuss any other concerns.
The Contractor will provide a written list of construction surveying needs to the
Engineer, subject to the requirements of 1508, and discuss quantities for future pay
requests.

The meeting will be open to the public and may likely include Owner’s staff, private
utility company representatives, affected property owners, and representatives of the
Engineer.
All costs associated with the meetings are considered incidental and no direct
compensation will be made therefore.

S- 12 (1504) COORDINATION OF PLANS AND SPECIFICATIONS


Section (1504) is hereby supplemented to include the following:

It shall be the Contractor’s responsibility to obtain copies of all applicable


specifications required for this project.

19-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

The State of Minnesota, Department of Transportation “Standard Specifications for


Construction” 2005 edition, and all supplements thereto; the City of Moorhead
Material Specifications and the MMUTCD, including Part 6 “Temporary Traffic
Control”, latest edition, shall apply on this Contract except as modified herein.

The “Final Geotechnical Evaluation Report for 34th Street South Corridor and T.H. 94
Interchange Moorhead, Minnesota” upon request, can be viewed at the City of
Moorhead Engineering Department.

S- 13 (1505) COOPERATION BY CONTRACTORS


The provisions of Mn/DOT 1505 are supplemented as follows:

The City of Moorhead has awarded a contract to Riley Bros. Construction Inc. for S.P.
144-135-11 and S.P. 1480-149, 34th Street and T.H. 94 Interchange plan, the work
of which will be performed concurrently with the work under this Contract and has a
completion date of October 15, 2010.

Ottertail Valley Railroad will perform work concurrently with the work under this
Contract.
The Contractor shall coordinate his/her work and cooperate with the holders of those
separate contracts, both present and future, and their forces in a manner consistent with
the provisions of Mn/DOT 1505.

S- 14 (1506) SUPERVISION BY CONTRACTOR


The provisions of Mn/DOT 1506 are supplemented as follows:
At the Preconstruction Conference the Contractor shall designate in writing who the
competent superintendent and competent individual (if different) will be for this
Project. These persons can only be changed throughout the duration of the Project by
submission of written authorization to the Engineer by the Contractor.

The Contractor will be subject to an hourly charge for failure to comply with the
requirements of Mn/DOT 1506. Non-Compliance charges, for each incident, will be
assessed at a rate of $100 per hour, for each hour or portion thereof, during which the
Engineer determines that the Contractor has not complied. No charge will be made if
the deficiency is corrected within one (1) hour of notification.

An incident of Non-Compliance will be defined as the receipt of a written work order


by the Contractor with instructions to correct a deficiency.

S- 15 (1507) UTILITY PROPERTY AND SERVICE


Construction operations in the proximity of utility properties shall be performed in
accordance with the provisions of Mn/DOT 1507, except as modified below:

20-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

All utilities that relate to this Project are classified as "Level D," unless the Plans
specifically state otherwise. This utility quality level was determined according to the
guidelines of CI/ASCE 38-02, entitled "Standard Guidelines for the Collection and
depiction of existing subsurface utility data."
The following utility owners have existing facilities that may be affected by the work
under this Contract, all of which they intend where necessary to relocate or adjust in
advance of or concurrently with the Contractor's operations.

702 Communications Qwest


Cable One Red River Valley Cooperative Power
Nustar Energy, L.P. Shal Network
MidContinent Communications State of MN Intertec
Mn/DOT Xcel Energy
Moorhead Public Service Railroad (OTVR & BNSF)

See http://www.dot.state.mn.us/tecsup/utility/ for utility company information.

The City of Moorhead utilities that are affected such as storm sewer, sanitary sewer,
and water supply have been included in the Plan for adjustment or relocation. The
Contractor shall notify Tom Trowbridge, Assistant City Engineer at telephone 218-
299-5395, in advance of the date he intends to start work and he shall furnish that
office with such information as may be necessary to permit the responsible authorities
to make suitable arrangements relative thereto.

The Owner's Contractor shall coordinate his/her work and cooperate with the foregoing
utility owners and their forces in a manner consistent with the provisions of Mn/DOT
1507 and the applicable provisions of Mn/DOT 1505.

S- 16 (1513) RESTRICTIONS ON MOVEMENT AND STORAGE OF HEAVY


LOADS AND EQUIPMENT
The provisions of Mn/DOT 1513 are hereby deleted and replaced with the following:

The hauling or storage of materials and/or the movement and storage of equipment to
and from the Project and over completed structures, base courses, and pavements
within the Project that are open for use by traffic and are to remain a part of the
permanent improvement, shall comply with the regulations governing the operation of
vehicles on the highways of Minnesota, as prescribed in the Highway Traffic
Regulation Act.

The Contractor shall comply with legal load restrictions, and with any special
restrictions imposed by the Contract, in hauling or storing materials, moving or storing
equipment on structures, completed subgrades, base courses, and pavements within the
Project that are under construction, or have been completed but have not been accepted
and opened for use by traffic.

21-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

The Contractor shall have a completed Weight Information Card in each vehicle used
for hauling bituminous mixture, aggregate, batch concrete, and grading material
(including borrow and excess) prior to starting work. This card shall identify the truck
or tractor and trailer by Minnesota or prorated license number and shall contain the
tare, maximum allowable legal gross mass, supporting information, and the signature
of the owner. The card shall be available to the Engineer upon request. All Contractor-
related costs in providing, verifying, and spot checking the cab card information
(including weighing trucks on certified commercial scales, both empty and loaded) will
be incidental, and no compensation other than for Plan pay items will be made.

Equipment mounted on crawler tracks or steel-tired wheels shall not be operated on or


across concrete or bituminous surfaces without specific authorization from the
Engineer. Special restrictions may be imposed by the Contract with respect to speed,
load distribution, surface protection, and other precautions considered necessary.

Should construction operations necessitate the crossing of an existing pavement,


bridges or completed portions of the pavement structure with equipment or loads that
would otherwise be prohibited, approved methods of load distribution or bridging shall
be provided by the Contractor at no expense to the Department.

Neither by issuance of a special permit, nor by adherence to any other restrictions


imposed, shall the Contractor be relieved of liability for damages resulting from the
operation and movement of construction equipment.

Unless specifically allowed in the Contract, or approved by the Engineer, all


construction material and/or equipment which might be temporarily stored or parked
on a bridge deck while the bridge is under construction will be limited by this
specification. These requirements are intended to limit construction loads to levels
commensurate with the typical design live load. The storage of materials and
equipment as a whole will be limited to all of the following:

x Stockpiles of material are limited to a maximum weight of 31,702 kg/100 m2


(65,000 lbs./1000 ft2).
x Individual material stockpiles (including but not limited to pallets of products,
reinforcing bar bundles, aggregate piles) are limited to a maximum weight of
12,200 kg/10 m2 (25,000 lbs./100 ft2).
x Combinations of vehicles, materials, and other equipment are limited to a
maximum weight of 90,700 kg (200,000 lbs.) per span providing span
lengths are over 40 feet long.

The Contractor may submit alternate loadings to the Project Engineer 30 Calendar days
prior to placement. Any submittals will require the calculations be certified by a
Professional Engineer.

22-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

S- 17 (1514) MAINTENANCE DURING CONSTRUCTION


The provisions of Mn/DOT 1514 are supplemented with the following:

In addition to the Contractor’s requirements for sweeping as required under Mn/DOT


2051 (Maintenance and Restoration of Haul Roads), the Engineer may require
additional sweeping of roads adjacent to the construction site to provide safe conditions
for the traveling public, environmental reasons, local regulatory requirements or as
otherwise directed by the Engineer.

S- 18 (1517) CLAIMS FOR COMPENSATION ADJUSTMENT


The provisions of Mn/DOT 1517 are hereby supplemented with the following:

NOTICE OF CLAIM:

At the time the Contractor gives written notice of the claim, the Contractor and the
Department shall immediately begin to keep and maintain complete and specific
records to the extent possible. The records shall consist of, but are not limited to, cost
and schedule records concerning the details of the perceived claim.

Unless otherwise agreed to in writing, the Contractor shall continue with and carry on
the work and progress during the pendency of any claim, dispute, decision or
determination by the Engineer, and any arbitration proceedings.

SUBMISSION OF CLAIMS:

The Contractor shall submit the claim to the Engineer no later than 60 Calendar Days
after receiving written notice from the Engineer that direct damages (money or time
due) resulting from the claim has occurred in the opinion of the Engineer. If, in the
opinion of the Contractor, the direct damages have not fully occurred, the Contractor
shall provide written justification detailing why the direct damages have not fully
occurred. This written justification shall be submitted to the Engineer no later than 30
Calendar Days from receiving the notice from the Engineer. If proper justification is
not given as required within the 30 Calendar Day requirement or the claim is not
submitted to the Engineer within 60 Calendar Days after receiving notice from the
Engineer that the direct damages have occurred, the Contractor waives all claims for
additional compensation in connection with the work already performed.

The contents of the claim shall be in accordance with Mn/DOT 1517 and shall also
include all scheduling documentation related to the claim

The Engineer shall have access to the Contractors records involved in the claim and,
when so requested, shall furnish the Engineer copies of claim documentation.

The Contractor shall promptly furnish any clarification and additional information or
data requested in writing by the Engineer.

23-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

All claims shall be submitted through the Contractor. Submission of claims directly
from subcontractors shall constitute a waiver of that portion of the claim.

DECISION ON CLAIMS:

The Department intends to resolve claims at the lowest possible administrative level.
Upon receipt of the claim, the Engineer will make a written decision in relation to any
claim presented by the Contractor within the following time frames:

(A) For an adjustment in compensation, or other contractual dispute between the


parties where the amount in controversy is $75,000.00 or less, 60 Calendar Days from
the receipt of the Contractor's claim;

(B) For an adjustment in compensation, or other contractual dispute between the


parties where the amount in controversy is more than $75,000.00, 90 Calendar Days
from the receipt of the Contractor's claim.

Unless the Contractor and the Engineer otherwise stipulate in writing to a later time, if
the Engineer does not make a decision or determination within these time frames, the
claim shall be deemed denied.

When the Contract has established a dispute resolution process, that moves the dispute
through various levels of both organizations, this process shall also be completed
within the above time period.

MEDIATION

Notwithstanding the formal claims procedures set forth in this Special Provision, the
parties may at any time enter into nonbinding mediation by mutual agreement. If the
parties agree to mediation, then the time requirements set forth above in (A) and (B)
are suspended until the mediation is completed. The time and place for mediation, as
well as selection of the mediator, shall be established by mutual agreement. The
mediator’s costs shall be divided equally between the Contractor and the Department.
This payment shall be accomplished by the Contractor paying in full all costs and fees
for the mediator and then submit the bill to the Engineer for 50 percent reimbursement.
Either party may terminate mediation at any time.

S- 19 (1601) SOURCE OF SUPPLY AND QUALITY


The provision of Mn/DOT 1601 are supplemented as follows:

The Contractor will furnish and use only steel and iron materials that have been
melted and manufactured in the United States in executing the work under this
Contract, in conformance with the provisions of the U.S. Code of Federal
Regulations 23CFR635.410. Domestic products taken out of the United States for
any process (e.g. change of chemical content, permanent shape or size, or final
finish of product) shall be considered foreign source materials.

24-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

All bids must be based on furnishing domestic iron and steel, which includes the
application of the coating, except where the cost of iron and steel materials
incorporated in the work does not exceed one-tenth of one percent of the total
Contract cost or $2,500.00, whichever is greater. The state may approve the use of
foreign iron and steel materials for particular Contract items, provided the bidder
submits, a stipulation identifying the foreign source iron and/or steel product(s) and
the estimated invoice cost of the product(s), for one or more of the Contract bid
items. Each stipulation shall be made on the "Stipulation for Foreign Iron or Steel
Materials" form which shall be submitted with the Contractor's proposal. If the
Contractor chooses to use ANY non-domestic iron or steel, the Contractor
must submit a stipulation. The Contractor may use one of the following means to
submit their stipulation:

1. Submit the stipulation form within the proposal.


2. If the Contractor submits a "Two Way Electronic Bid" as described in
Mn/DOT 1206, the completed chart must be submitted to Mn/DOT prior to
the bid opening and no later than 9:30 A.M. on the day of the bid opening.
a) The stipulation may be faxed to Nancy Boeve at 651-366-4248.
b) E-Mail the form to biddocsubmittal.dot@state.mn.us, place the State
Project number in the subject line
c) The stipulation may be mailed or otherwise delivered to Nancy
Boeve, 395 John Ireland Boulevard, M.S. 650, ST. Paul, MN 55155.

The "Stipulation for Foreign Iron or Steel Materials" form is attached or can be
found on the Mn/DOT Web site: http://www.dot.state.mn.us/bidlet/forms.html.

Prior to completing work the Contractor shall submit to the Engineer a certification
stating that all iron and steel items supplied are of domestic origin, except for non-
domestic iron and steel specifically stipulated and permitted in accordance with the
paragraph above.

Source of Supply and Quality: Mn/DOT 1604 is supplemented as follows: All


costs of shop inspection at plants outside the United States shall be borne by the
Contractor. Such costs shall be deducted from monies due or to become due the
Contractor.

Partial Payment: All provisions for partial payments shall apply to domestic
materials only. No payments shall be made to the Contractor for materials
manufactured outside of the United States until such materials have been delivered
to the job site.

Alternate Bidding Process. Unless an alternate bidding process is specified, use of


foreign steel and iron products in quantities in greater than provided above is not
permitted. When the alternate bidding process is permitted the Contract may be
awarded to the bidder who submits the lowest total bid based on furnishing
25-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

domestic iron or steel unless such total bid exceeds the lowest total bid based on
foreign materials by more than 25 percent.

S- 20 (1602) NATURAL MATERIAL SOURCES


The provisions of Mn/DOT 1602 are supplemented with the following:

The expansion of any existing natural material sources, or the creation of new Natural
Material Sources, will be subject to the requirements of the Farmland Protection Act of
1981 (FPPA or the ACT). Coordination to comply with FPPA shall be the
responsibility of the Contractor. Contact the Natural Resources Conservation Service
(NRCS) office for the county in which the source is located for further information.

S- 21 (1603) MATERIALS: SPECIFICATIONS, SAMPLES, TESTS, AND


ACCEPTANCE
Section 1603 is hereby supplemented to include the following:

The testing of construction materials will be the responsibility of the Owner unless
otherwise specified in the Specifications.

The Owner shall have the authority to stop work in order for the Contractor to correct
or replace such items that have failing test results.

The Contractor shall be responsible for all costs associated with failed tests, including
but not limited to labor, equipment and materials required for correction or
replacement of failed work, additional testing required to determine the extent of failed
work, or repeated testing of failed work.

S- 22 (1606) STORAGE OF MATERIALS


The provisions of Mn/DOT 1606 are hereby supplemented with the following:

The Contractor is hereby advised that the only materials that will be allowed to be
stockpiled within Project Limits are materials which will be incorporated into the
Project and then only in the quantity needed. Materials cannot be stockpiled which are
for use on other projects. This specification applies to manufactured and natural
materials (including material stockpiled for crushing).

If the Contractor elects to crush excavated materials within the Project Limits, the
quantity of crushed material will be limited to only the quantity required for this
Project. The Contractor will not be allowed to crush materials other than those found
within the Project Limits, unless approved in writing by the Engineer. The Contractor
will not be allowed to remove crushed material from the Project Limits, unless
approved in writing by the Engineer.

26-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

S- 23 (1701) LAWS TO BE OBSERVED


Section 1701 is hereby supplemented to include the following:

Prompt payment to subcontractors and material suppliers is required by Minnesota


Statutes. See the “NOTICE TO BIDDERS” regarding prompt payment attached in the
Appendix.

S- 24 (1701) LAWS TO BE OBSERVED (DATA PRACTICES)


The provisions of Mn/DOT 1701 are supplemented with the following:

Bidders are advised that all data created, collected, received, maintained, or
disseminated by the Contractor and any subcontractors in performing the work
contained in this Contract are subject to the requirements of MN Statute Chapter 13,
the Minnesota Government Data Practices Act (MGDPA). The Contractor shall
comply with the requirements of the MGDPA in the same manner as the Department.
The Contractor does not have a duty to provide access to public data to the public if the
public data are available from the Department, except as required by the terms of the
Contract.

S- 25 (1701) LAWS TO BE OBSERVED (CULTURAL RESOURCES)


The provisions of Mn/DOT 1701 are modified and/or supplemented with the
following.

It will be the Owner’s responsibility to obtain a Cultural Resources Unit (CRU)


determination of effect letter for Mn/DOT owned or leased Natural Material Sources
if listed in the Construction Plan. It will also be Mn/DOT's responsibility to obtain a
CRU Unit determination of effect letter for all Right of Way needed for this Project.

If the Contractor operations require the excavation and disposal of material off
Mn/DOT Right of Way, the Contractor is advised of the following:

The area will be subject to the review and determination of the Mn/DOT CRU.
The Mn/DOT CRU will obtain SHPO comment only when required as per the
terms of the 2005 Section 106 Programmatic Agreement between the FHWA and
SHPO, or if no federal funds are involved, when required by the Minnesota
Historic Sites Act and the Field Archaeology Act of Minnesota. It shall be the
Contractor's responsibility to request a review from the CRU, at Contractor's expense,
before any material from the requested sources can be used on State Projects or any
disposal can be made. Any time delays are the responsibility of the Contractor and are
not a basis for claim for damages due to delay of Contract.

27-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

A) It is the Contractor's responsibility to request a review from Mn/DOT's Cultural


Resources Unit at:

G. Joseph Hudak
Chief Archaeologist
Cultural Resources Unit
Office of Environmental Services
Minnesota Department of Transportation
395 John Ireland Blvd.
Mail Stop 620
St. Paul Minnesota 55155-1899
Telephone: 651-366-3612
Fax: 651-366-3603

and the request must have a description of the project or disposal area as follows;

1. S.P. number and road number


Legal location, including a precise location on a plat map
(Township, range, section, county)
2. Location of area on a 7.5 minute 1:24,000 USGS topographic
quadrangle map, with map name identified and pit, disposal,
excavation area or embankment drawn to scale on the map.
3. Size of the area (in acres)
4. Current or past land use (e.g. agricultural)
5. Is excavation or disposal in a new area or an existing one?
6. If existing pit, is there a state pit number?
7. If existing pit, is the excavation or disposal to stay within
existing pit margins?
8. What is the approximate thickness of the fill to be disposed of?
9. Is the excavation or fill going to be matched into the land? (e.g.
edges contoured and returned to agricultural production)
10. Are there any buildings within one-fourth mile of the
excavation and/ or disposal site area? If so, plot them on a map
and describe what they are (e.g. houses, barns) and their
approximate age? Photographs of the buildings may be needed.
11. Mn/DOT Project Engineer name and telephone number.

B) The Contractor shall give the Project Engineer a copy of the Mn/DOT CRU
determination of effect letter. If this letter states that there are no historic
properties affected, no further action is required by the Contractor. The
Contractor is hereby advised that all fill or extraction activities in conjunction
with a federally funded FHWA project OR within tribal boundaries will
required up to 30 days to complete tribal consultation.

28-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

HOWEVER

C) When the Mn/DOT CRU requires a Cultural Resource Field Survey, the
Contractor shall secure professional services to conduct a survey and prepare a
report for the Mn/DOT CRU.

1. A list of acceptable Archaeologists will be furnished to the Contractor


by the Mn/DOT CRU.

2. When a Cultural Resource Field Survey is required, Contract time will


be adjusted in accordance with Mn/DOT 1806 for any suspension of
work required to comply with these requirements. No monetary claims
due to delays or loss of time for off-site construction activity will be
allowed.

3. The cost of the cultural resources survey and report are the Contractors
responsibility.

The Contractor will NOT be given permission to use the proposed material resources
site, disposal site, or embankment/excavation site until such time as the Mn/DOT CRU
grants its permission.

S- 26 (1702) PERMITS, LICENSES AND TAXES


Section 1702 is hereby supplemented to include the following:

The Owner will secure the necessary permits as required by the plans, except as may
be noted elsewhere in these special provisions. Copies of the permits will be furnished
to the Contractor, and the Contractor shall abide by all provisions thereof. The
Contractor shall also abide by all rules, regulations and/or directives of these agencies
as they apply to the Project.

Permits for Ottertail Valley Railroad/Burlington Northern Santa Fe, Clay County and
the Buffalo-Red River Watershed District have been obtained for this project.

The Contractor’s attention is directed to Section 1717 MPCA General Storm Water
Permit.

S- 27 (1706) EMPLOYEE HEALTH AND WELFARE


The provisions of Mn/DOT 1706 are supplemented with the following:

All construction operations shall be conducted in compliance with applicable laws,


regulations and industry standards as described in Mn/DOT 1706. The Contractor
shall be considered to be fully responsible for the development, implementation and

29-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

enforcement of all safety requirements on the Project, notwithstanding any actions


Mn/DOT may take to help ensure compliance with those requirements.

The Contractor shall submit a written safety program to the Engineer at the pre-
construction conference addressing safety issues for all Project activities. This
program shall contain name(s) of person(s) responsible for all safety requirements and
this Contractor’s Designee(s) shall be available at all times that work is being
performed. The Contractor’s designee(s) shall be responsible for correcting violations
on the Project as observed by the Engineer or his/her representative.

The Contractor shall not use any motor vehicle equipment on this Project having an
obstructed view to the rear unless:

(A) The vehicle has a reverse signal alarm which is audible above the surrounding
noise level; or

(B) The vehicle is backed up only when an observer signals that it is safe to do so.

A $500.00 monetary deduction (per incident) will be assessed by the City for violations
of safety standards and requirements that have the potential for loss of life and/or limb
of Project personnel or the public. The areas of special concern include, but are not
limited to excavation stability protection, fall protection, protection from overhead
hazards, vehicle backup protection (see (A) and (B) above), confined space safety,
blasting operations, and personal safety devices.

None of the monetary deductions listed above shall be considered by the Contractor as
allowance of noncompliance incidents of these safety requirements on this Project.

S- 28 (1708) RAILROAD-HIGHWAY PROVISIONS


Section 1708 is hereby supplemented by the following:

All work over, below or adjacent to any Railroad Right of Way shall be performed in
conformance with the provisions of 1708 and the following:

RAILROAD REQUIREMENTS

The contractor will be required by the railroad to provide a Railroad Protective


Liability Insurance (RPLI) policy. The Contractor must have this policy in order to
work on the RR property. It is in the amount of $5,000,000 each occurrence and
$10,000,000 in the aggregate. OTVR/BNSF has previously sold this policy to
Contractors.

The Contractor is required to provide any special construction signing, barricading, etc.
required by the railroad.

30-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Contractor shall coordinate all work on the railroad right-of-way with the railroad.
Contractor is responsible for obtaining work windows from the railroad and for
providing railroad-approved flagmen for all work within the right of way.

All work within the railroad right of way shall be potholed and may require manual
excavation per railroad direction. All excavations within the railroad right of way shall
be pre-coordinated with the railroad. The use of powered equipment for excavation
within the railroad right of way may not be possible.

These items are considered incidental, for which no additional compensation shall be
made.

The Contractor must comply with the OTVR/BNSF Exhibit “C” and which is attached
to this document.

S- 29 (1710) TRAFFIC CONTROL DEVICES


All traffic control devices and methods shall conform to the Minnesota Manual on
Uniform Traffic Control Devices (MN MUTCD), Minnesota Standard Signs Manuals
Parts I and II, the Traffic Engineering Manual, and the following:

On any roadway having a 45 mph or higher speed limit prior to construction, all
Category I and II temporary traffic control devices used after July 1, 2006 shall meet
NCHRP 350 crash testing criteria. This includes all new and used Category I and
Category II devices. Category I devices include tube markers, plastic drums and cones,
etc. Category II devices include portable sign supports, Type I ,II and III barricades,
etc.

The Contractor is hereby advised that the MM MUTCD requires that all signs shall
meet the NCHRP 350 crash testing criteria.

The Contractor shall provide the Project Engineer a Letter of Compliance stating that
all of the Contractors Category I and II Devices are NCHRP 350 approved as of July 1,
2006. The Letter of Compliance must also include approved drawings of the different
signs and devices and shall be provided to the Project Engineer at the Pre-construction
meeting.

S- 30 (1714) RESPONSIBILIITES FOR DAMAGE CLAIMS


Section 1714 is hereby amended to the extent that the Contractor shall provide
evidence of Public Liability and Property Damage Insurance, in accordance with the
following provisions:

31-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

(A) The insurance shall cover the Contractor’s liability with respect to bodily injury
to or death of persons, and injury to or destruction of property, which may be
suffered by persons other than their own employees, as a result of their
operations in performing work covered by this Contract.

(B) Where a Contractor sublets a part of the work on any project to a subcontractor,
the Contractor shall be required to secure insurance protection in the Contractor’s
behalf under Contractor’s public liability and property damage insurance policies
to cover any liability imposed on the Contractor by law for damages because of
bodily injury to or death of persons and injury to or destruction of property as a
result if work undertaken by such subcontractors. In addition, the Contractor
shall provide for, and on behalf of any such subcontractors, protection to cover
like liability imposed upon the latter as a result if their operations by means of
separate and individual Contractor’s public liability and property damage
policies; or, in the alternative, each subcontractor shall provide satisfactory
insurance on the subcontractor’s own behalf to cover the subcontractor’s
individual operations.

(C) The limits of liability for the insurance policies prescribed above shall be in
accordance with the City of Moorhead Insurance Requirements.

S- 31 (1717) AIR, LAND AND WATER POLLUTION


The provisions of Mn/DOT 1717 are supplemented and/or modified with the
following:

DISCOVERY OF CONTAMINATED MATERIALS AND REGULATED WASTES


If during the course of the Project, the Contractor unexpectedly encounters any of the
following conditions indicating the possible presence of contaminated soil,
contaminated water, or regulated waste, the Contractor shall immediately stop work in
the vicinity, notify the Engineer, and request suspension of work in the vicinity of the
discovery area, in accordance with Mn/DOT 1803.4.

A documented inspection and evaluation will be conducted prior to the resumption of


work. The Contractor shall not resume work in the suspected area without
authorization by the Engineer.

(A) Indicators of contaminated soil, ground water or surface water include, but are not
limited to the following:

(1) Odor including gasoline, diesel, creosote (odor of railroad ties), mothballs, or
other chemical odor.
(2) Soil stained green or black (but not because of organic content), or with a dark,
oily appearance, or any unusual soil color or texture.
(3) A rainbow color (sheen) on surface water or soil.

32-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

(B) Indicators of regulated wastes include, but are not limited to the following:

(1) Cans, bottles, glass, scrap metal, wood (indicators of solid waste and a possible
dump)
(2) Concrete and asphalt rubble (indicators of demolition waste).
(3) Roofing materials, shingles, siding, vermiculite, floor tiles, transite or any
fibrous material (indicators of demolition waste that could contain asbestos,
lead or other chemicals).
(4) Culverts or other pipes with tar-like coating, insulation or transite (indicators of
asbestos).
(5) Ash (ash from burning of regulated materials may contain lead, asbestos or
other chemicals).
(6) Sandblast residue (could contain lead).
(7) Treated wood including, but not limited to products referred to as green treat,
brown treat and creosote (treated wood disposal is regulated).
(8) Chemical containers such as storage tanks, drums, filters and other containers
(possible sources of chemical contaminants).
(9) Old basements with intact floor tiles or insulation (could contain asbestos),
sumps (could contain chemical waste), waste traps (could contain oily wastes)
and cesspools (could contain chemical or oily wastes).

Mn/DOT 1717.2 A2 is hereby deleted and replaced with the following:

A2 During Construction

The Contractor shall implement the Project's Storm Water Pollution Prevention Plan.
The Contractor shall schedule and install temporary and permanent sediment and
erosion control measures, construct ponds and drainage facilities, finish earth work
operations, place topsoil, establish turf, and conduct other Contract work in a timely
manner to minimize erosion and sedimentation.

All exposed soil areas with continuous positive slopes that are within 60 m (200 feet)
of a public water shall have temporary or permanent erosion protection within 24 hours
after the construction activity in that portion of the site has temporarily or permanently
ceased and connection is established to the public water. All other positive slopes to
constructed surface waters, such as permanent storm water treatment ponds, curb and
gutter systems, storm sewer inlets, temporary or permanent drainage ditches, or other
storm water conveyance systems, shall have temporary erosion protection or
permanent cover for the exposed soil areas as soon as practicable but no later than 14
days after construction activity has temporarily or permanently ceased in that area. For
those drainage areas that have a discharge point within 1 mile and flows to an impaired
or Special Waters shall have temporary erosion protection or permanent cover for the
exposed soil areas as soon as practicable but no later than 7 days after construction
activity has temporarily or permanently ceased in that area. Impaired and Special
Waters are defined as those listed and referenced in the NPDES Permit.
33-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Positive slopes adjacent to public waters and wetlands will be stabilized at the close of
each day when weather forecasts for rain that evening, and/or overnight including
weekends. Once work is completed it will be stabilized permanently as soon as
practical but no later than seven days.

Exposed soil areas do not include; stockpiles or surcharge areas of sand, gravel,
aggregate, concrete, bituminous, or road bed and surfacing material. A perimeter
sediment barrier may be necessary to minimize loss when these are within the 60 m
(200 feet) of existing surface waters or the property edge.

The bottom of temporary or permanent drainage ditches or swales constructed to drain


water from a construction site must be stabilized with erosion control measures for the
last 60 m (200 feet), or more when conditions warrant, from the property edge or from
the point of discharge to any existing surface water. Stabilization shall be completed
within 24 hours after the construction activity in that portion of the ditch has
temporarily or permanently ceased. Ditch stabilization will continue concurrently with
construction activities but no later than 14 days after construction activities have
permanently or temporarily ceased. Any, culvert pipe or storm sewer pipe that is
within the cumulative distance is not part of this distance. Ditch checks may be
provided where necessary to slow water flow and capture sediment.

Temporary or permanent ditches used as treatment systems will not need to be


stabilized but must provide the proper Best Management Practices for the treatment
system.

Pipe outlets shall be provided with temporary or permanent energy dissipation within
24 hours of connecting the pipe to any constructed or existing surface waters.

The Contractor shall limit the surface area of erodible soil that can be exposed to
possible erosion at any one time when the permanent erosion control features are not
completed and operative.

All liquid and solid wastes generated by concrete washout operations must be
contained and not have the opportunity to come in contact with the surface waters or
ground water. This includes the ditches, slopes to ditches, curb and gutter/stormsewer
systems, and ponds. Areas where there are sandy soils, karsts, and high ground water
the washout facility must have an impermeable liner. Liquid and solid wastes must be
disposed of properly. A concrete washout sign must be installed adjacent to each
washout facility to notify personnel.

Mn/DOT 1717.2E is hereby deleted and replaced with the following:

E Site Plans
The Engineer may require the Contractor to submit a site plan, in writing, detailing
proposed erosion control and sediment control measures and a schedule indicating
34-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

starting and completion times for construction operations working in water bodies
and/or in direct proximity to waters of the state.

Contractor shall not start work in the affected areas until the schedule and site plan
have been accepted by the Engineer and all materials and equipment for the activity are
on site.

S- 32 (1717) AIR, LAND AND WATER POLLUTION (CONCRETE GRINDING)


The provisions of Mn/DOT 1717 are supplemented and/or modified with the
following:

All slurry material shall become property of the Contractor and must be disposed of as
per Mn/DOT 2104.3C3 as approved by the Engineer, and as described below.

All concrete residue and water (slurry) resulting from concrete grinding operations
must be continuously vacuumed from the surface, captured, and containerized for
further handling or processing. The slurry must not be permitted to flow across lanes
occupied by traffic, flow into drainage facilities or discharge anywhere within the
highway Right of Way. The Contractor must submit a slurry disposal or reuse plan at
the preconstruction conference for approval by the Engineer.

The method to manage the slurry may require separation of the solids from the liquids.
This separation may be achieved mechanically by centrifuging or passively by
allowing settlement of the fines to occur in a temporary impermeable lined
containment area. If a temporary containment area is used within the highway Right of
Way, a Site Plan as per 1717 will be required for the Engineer’s approval. The
minimum Site Plan shall include methods for storm water protection at the temporary
containment area, a description of the proposed separation method, and the process for
final removal and restoration of the disturbed containment area. For any method used
to separate the liquid from the solids, the Contractor shall identify the name and
location of the publicly owned treatment works facility (POTW) that the liquids will be
deposited in, or how the processed water will be reused by the Contractor.

As part of the slurry disposal or reuse plan, the Contractor must be able to provide,
upon request, documentation that identifies the name and location of the MPCA
permitted lined mixed municipal solid waste (MMSW) or industrial landfill that the
solids will be deposited in, or identifies any alternative methods of disposal or reuse
that meet environmental requirements of regulated industrial waste.

The Contractor shall hold Mn/DOT harmless for any fines or sanctions caused by the
Contractor's actions or inactions regarding compliance with concrete slurry
management and disposal. All materials and labor for installation of storm water
protection practices, maintenance, control, removal and disposal for the management
of concrete slurry is incidental to the concrete grinding operation.

35-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

EXTREME WEATHER EVENT

If localized flooding is caused by an extreme weather event and results in discharge


into surface water, by deliberate pumping or diverted flow, the Contractor shall provide
for end of trench or pipe filtration or treatment systems. The filtration/treatment
system shall be capable of preventing visibly turbid discharge from entering surface
water. This work shall be completed in accordance with applicable laws pertaining to
discharge into surface waters and as directed by the Engineer. The Contractor will
receive compensation as Extra Work in accordance with Mn/DOT 1904.

S- 33 (1717) NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM


(NPDES) PERMIT
Pollution of natural resources of air, land and water by operations under this Contract
shall be prevented, controlled, and abated in accordance with the rules, regulations, and
standards adopted and established by the Minnesota Pollution Control Agency
(M.P.C.A.), and in accordance with the provisions of Mn/DOT 1717, these Special
Provisions, and the following:

By signing the Proposal and completing the NPDES permit application, the Contractor
is a co-permitee with the Owner to ensure compliance with the terms and conditions of
the General Storm Water Permit (MN R100001) and is responsible for those portions
of the permit where the operator is referenced. This Permit establishes conditions for
discharging storm water to waters of the State from construction activities that disturb
0.4 hectares [1 acre] or more of total land area. A copy of the "General Permit
Authorization to Discharge Storm Water Associated with a Construction Activity
Under the National Pollutant Discharge Elimination System (NPDES)/State Disposal
System Permit Program" is available at
http://www.pca.state.mn.us/water/stormwater/stormwater-c.html or by calling 651-
296-3890.

(A) The Contractor shall furnish, install and maintain temporary and permanent erosion
and sediment control devices in accordance with the provisions of 2105.5, 2573,
2575, as shown in the Plans, in accordance with the provisions of the Special
Provisions Attachment “Minnesota Pollution Control Agency General Permit,
Authorization to Discharge Storm Water", and the following:

The City of Moorhead has applied for and received coverage under the above
mentioned permit by signing both the Owner's and Contractor's certification blanks
on the permit application. The City shall retain a photocopy of the original permit
application. Upon award of the Contract, the City and the Contractor shall execute
the Storm Water Permit Transfer/Modification Application form (attached to these
Special Provisions) and submit it along with a photocopy of the original application
to the Minnesota Pollution Control Agency. The Minnesota Pollution Control
Agency, upon receipt of the Storm Water Permit Transfer Modification
Application, will amend it to the original permit application thereby making both

36-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

the City and the Contractor co-permitees for the requirements of the General
Permit, "Authorization to Discharge Storm Water."

(B) There is no fee for the transfer of the permit. Work may not begin until all transfer
permit forms are signed and dated and the contractor identifies by name a person
knowledgeable and experienced in the application and implementation of the Storm
Water Pollution Prevention Plan, and has developed a chain of responsibility for all
operators (subcontractors) on the site, in accordance to Part III.A.1 of the General
Permit.

The Contractor shall be solely responsible for complying with the requirements listed
in Part II.B and Part IV of the General Permit.

The Contractor shall be responsible for providing all inspections, documentation,


record keeping, maintenance, remedial actions, and repairs required by the permit. All
inspections, maintenance, and records required in the General Permit Paragraphs IV.E,
shall be the sole responsibility of the Contractor. The word "Permitee" in these
referenced paragraphs shall mean "Contractor". Standard forms for logging all
required inspection and maintenance activities shall be used by the Contractor. All
inspection and maintenance forms used on this Project shall be turned over to the
Engineer every two weeks for retention in accordance with the permit.

The Contractor shall have all logs, documentation, inspection reports on site for the
Engineer's review and shall post the permit and MPCA's letter of coverage on site. The
Contractor shall immediately rectify any shortcomings noted by the Engineer. All
meetings with the MPCA, Watershed District, WMO, or any local authority shall be
attended by both the Engineer and the Contractor or their representatives. No work
required by said entities, and for which the Contractor would request additional
compensation from Mn/DOT, shall be started without approval from the Engineer. No
work required by said entities and for which the changes will impact the design or
requirements of the Contract documents or impact traffic shall be started without
approval from the Engineer.

The Contractor shall immediately notify the Engineer of any site visits by Local
Permitting Authorities performed in accordance with Part V.H.

Emergency Best Management Practices must be enacted to help minimize turbidity of


surface waters and relieve runoff from extreme weather events. It is required to notify
the MPCA Regional Contact Person within 2 days of an uncontrolled storm water
release. The names and phone numbers of the MPCA Regional Contract personnel can
be found at: http://www.pca.state.mn.us/water/stormwater/stormwater-c.html. The
Contractor is reminded that during emergency situations involving uncontrolled storm
water releases that the State Duty Officer must be contacted immediately at 1-800-422-
0798 or 1-651-649-5451.

37-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

The Contractor shall review and abide by the instructions contained in the permit
package. The Contractor shall hold Mn/DOT harmless for any fines or sanctions
caused by the Contractor's actions or inactions regarding compliance with the permit or
erosion control provisions of the Contract Documents.

The Contractor is advised that Section 1 of the NPDES application form makes
reference to a Storm Water Pollution Prevention Plan (SWPPP). This Project’s
SWPPP is addressed throughout Mn/DOT’s Standard Specifications for Construction,
as well as this Project’s Plan and these Special Provisions. The following table
identifies NPDES permit requirements and cross-references where this Contract
addresses each requirement.

38-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

NPDES Permit Requirements Cross-Reference within this Contract


Obtain NPDES Permit; Mn/DOT 1701, 1702; and 1717
Permit Compliance; Special Provisions:
Submit Notice of Termination 1717 (Air, Land & Water Pollution),
1717 (National Pollutant Discharge Elimination
System (NPDES) Permit)
Certified Personnel in Erosion / Sediment Control Site Mn/DOT 1506, 1717, and 2573;
Management Special Provisions:
Develop a Chain of Command 1717 (Air, Land & Water Pollution), and
1717 (National Pollutant Discharge Elimination
System (NPDES) Permit)
Project / Weekly Schedule (for Erosion / Sediment Control) Mn/DOT 1717 and 2573;
Completing Inspection / Maintenance Log / Records Special Provisions:
1717 (Air, Land & Water Pollution), and
1717 (National Pollutant Discharge Elimination
System (NPDES) Permit); and
Project Specific Construction Staging The Plans;
Mn/DOT 1717;
Special Provisions:
1717 (Air, Land & Water Pollution),
1717 (National Pollutant Discharge Elimination
System (NPDES) Permit); and
1806 (Determination and Extension of Contract Time)
Temporary Erosion / Sediment Control The Plans;
Mn/DOT 2573 and 2575
Maintenance of Devices / Sediment removal The Plans;
Removal or Tracked Sediment Mn/DOT 1717 and 2573;
Removal of Devices Special Provisions:
1514 (Maintenance During Construction),
1717 (Air, Land & Water Pollution), and
1717 (National Pollutant Discharge Elimination
System (NPDES) Permit)
Dewatering Mn/DOT 2105.3B and 2451.3C;
May also require DNR Permit
Temporary work not shown in the Plans Mn/DOT 1717, 2573, and 2575;
Grading areas (unfinished acres exposed to erosion) Special Provisions:
1717 (Air, Land & Water Pollution), and
1717 (National Pollutant Discharge Elimination
System (NPDES) Permit)
Permanent Erosion / Sediment Control and Turf The Plans;
Establishment Mn/DOT 1717, 2573, and 2575;
Special Provisions:
1717 (Air, Land & Water Pollution), and
1717 (National Pollutant Discharge Elimination
System (NPDES) Permit)

S- 34 IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER


POLLUTION CONTROL ACT
By signing this bid form, the bidder will be deemed to have stipulated as follows:

(1) That any facility to be utilized in the performance of this Contract, unless such
Contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq.,
as amended by Pub. L. 91-604), and under the Federal Water Pollution Control
Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub. L. 92-500),
Executive Order 11738, and regulations in implementation thereof (40 C.F.R.

39-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Part 15), is not listed on the U.S. Environmental Protection Agency (EPA) List of
Violating Facilities pursuant to 40 C.F.R. 15.20.

(2) That the state transportation department shall be promptly notified prior to
Contract award of the receipt by the bidder of any communication from the
Director, Office of Federal Activities, EPA, indicating that a facility to be
utilized for the Contract is under consideration to be listed on the EPA List of
Violating Facilities.

S- 35 (1802) TRAINING FOR CONSTRUCTION TRUCK OPERATORS


Operators of construction trucks hauling construction materials such as borrow,
aggregate base, asphalt mixtures and concrete paving mixtures are encouraged to
become certified as a Level I Construction Truck Operators (CTO).

This one-day session taught in various Mn/DOT Districts features classroom and
hands-on educational experiences. The objective of the CTO Training is to make the
driver aware of the Federal and State requirements and regulations regarding the
construction truck and driver, and the safe driving techniques that will result in the safe
operation of the construction truck. Presenters include Minnesota State Patrol,
Minnesota Department of Transportation and the Minnesota Safety Center.

This training is co-sponsored by the Minnesota State Patrol, the Minnesota Highway
Safety Center, the Minnesota Trucking Association, the Minnesota Asphalt Pavement
Association and the Minnesota Department of Transportation.

Additional information about this certification program can be obtained by contacting


any of the following:

PHONE # FAX #
Minnesota Asphalt Pavement Association: 651-636-4666 651-636-4790
E-mail: info@mnapa.org

Minnesota Department of Transportation: Toll Free: 1-888-472-3389 651-405-6082


E-mail: motorcarrier@dot.state.mn.us 651-405-6060
Website: http://www.dot.state.mn.us/motorcarrier

Minnesota Highway Safety Center: Toll Free: 1-888-234-1294 320-255-3942


E-mail: tjsakry@stcloudstate.edu 320-255-4732
Website: http://mnsafetycenter.org

Minnesota State Patrol: Toll Free: 1-888-472-3389 651-405-6082


Website: http://www.dps.state.mn.us/patrol/comveh/ 651-405-6171
index.htm

Minnesota Trucking Association: 651-646-7351 651-641-8995


E-mail: john@mntruck.org
Website: www.mntruck.org

40-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

S- 36 (1803) PROSECUTION OF WORK


The provisions of Mn/DOT 1803 are supplemented and/or modified with the
following:

Section 1803.1 is hereby supplemented to include the following:

A Pre-Construction meeting has been scheduled for August 10, 2010 at 2:00 P. M., in
the Basement East Conference Room of the City of Moorhead’s City Hall at 500
Center Avenue.

(1803.2) PROSECUTION CONTROL

Section 1803.2 is hereby supplemented to include the following:

Prior to the commencement of construction in this area, the Engineer shall provide
stakes for installing silt fence and for constructing the slopes. The Engineer will mark
removals. Any trees that are within the construction limits shall be saved or
transplanted as identified by the Engineer.

No removals of any kind (including mailboxes, driveway pavement, landscaping


elements, etc.) shall occur without the express approval of the Engineer.

RESIDENTIAL AREAS

Being that a portion of the proposed construction will take place in an established
neighborhood, several specific items of concern require the Contractor's continuous
attention and strict compliance.

Under no circumstances will adjacent residential streets be used for access by the
Contractor's equipment or personnel.

The approved Haul Route is:

1. SE Main Ave from T.H. 94 to 20th St. S.


2. 20th/21st St. S. from T.H. 10 to T.H. 94
3. 34th St. S. from T.H. 10 to SE Main Ave./T.H. 94
4. 12th Ave. S. from SE Main Ave. to 34th St. S.
5. 40th St. S. from 12th Ave. to 24th Ave. S.
6. 24th Ave. S. from 34th St. to 40th St. S.

41-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

The City will not charge for the use of the above haul routes. Other routes will require
the approval of the agencies that have jurisdiction for example, Clay County has
jurisdiction over CSAH 52 (SE Main Ave. south of T.H. 94), CSAH 7, CSAH 16 (12th
Ave. S. from 34th to 40th St. S). Please be advised that some of the roads may be
closed for construction, requiring detours. The known construction projects are
identified under Cooperation of Contractors above.

The Contractor is strictly prohibited from parking any construction equipment or


vehicles of any kind on the adjacent residential streets at any time during work hours or
nonworking hours. The Contractor is further prohibited from storing any construction
materials, stockpiles or waste materials on the adjoining residential streets, right-of-
ways or adjacent easements.

Continuous and complete cooperation and communication between the Contractor, the
Engineer and the residents is very important in order to complete the required
construction in a satisfactory manner.

Any violation of these stipulations by the Contractor, subcontractors or suppliers shall


be corrected immediately upon verbal notice from the Engineer or the Engineer’s
representative in the field. If such violations have not been corrected to the satisfaction
of the Engineer within two (2) hours of verbal notice, the Engineer shall have
corrections made and assess $500.00 damage plus costs incurred in correcting the
violation. Damages shall be assessed for each violation or repeat violation.

(1803.3) LIMITATIONS OF OPERATIONS

The second paragraph of Section 1803.3 is hereby deleted and the following
substituted therefor.

The hours of operations shall be limited to 7:00 a.m. until 7:00 p.m. Monday through
Friday and from 8:00 a.m. until 6:00 p.m. on Saturday. No work will be allowed on
Sundays or outside these hours, unless an emergency situation exists and requires
immediate correction.

The Contractor will be subject to an hourly charge for failure to furnish, install and/or
maintain the proper Portable Concrete Barrier attenuation required on this Project.
Non-compliance charges, for each incident, will be assessed at a rate of $250.00 per
hour, for each or any portion thereof, which the Engineer determines that the
Contractor has not complied.

S- 37 (1806) DETERMINATION AND EXTENSION OF CONTRACT TIME


The Contract Time will be determined in accordance with the provisions of Mn/DOT
l806 and the following:

42-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Construction operations shall be started on or before August 16, 2010 or within eight
(8) Calendar Days after the date of Notice of Contract Approval, whichever is later.
Construction operations shall not commence prior to Contract Approval.

Contract time shall be on a completion date basis as follows:

Grading, utilities (e.g., sanitary and storm sewer), curb and gutter, concrete walk, trails,
bituminous and concrete surfacing, striping, and sodding and seeding shall be
completed on or before October 15, 2010.

Remaining work, including the traffic signal, required under this Contract, except
maintenance work and Final Clean Up shall be completed on or before December 15,
2010.

Completion shall be construed to mean when all items have been installed, tested,
inspected and approved.

Mn/DOT 1806.1 (Determination of Contract Time) is hereby deleted and the following
substituted therefor:

1806.1 Determination of Contract Time

The Contract starting date is the latest date specified for the beginning of construction
operations as set forth in the Proposal or the eighth day after the date on Notice of
Contract Approval, whichever is later.

When the Contract time is specified as a fixed calendar completion date or calendar
day, the Department has determined the Contract time by considering the Proposal
quantities, normal weather for the locality and season of the year, and the necessity of
having the work completed by the specified date. The Engineer may only extend the
time in accordance with 1806.2.

Avoidable Delays

Avoidable delays are those delays that the Contractor could foresee or had power to
control or prevent. Avoidable delays include, but are not limited to, the following
circumstances or conditions:

1. Delays caused by conditions on the Project, including traffic conditions, that


could be foreseen or anticipated prior to time of bid opening. These
conditions include the curing of concrete, drying of paint, setting of
bituminous courses, and other foreseeable construction-sequencing delays.
2. Delays due to the Contractor's failure to provide sufficient forces and
equipment to maintain satisfactory progress in completing the progress-
controlling operations.

43-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

3. Delays due to slow delivery of materials from the supplier or fabricator when
the material was available in warehouse stock, or when delivery was delayed
for reasons of priority, late ordering, financial considerations, or other causes
within the power of the Contractor to avoid.
4. Delays caused by plant and equipment failure of less than 4 hours duration,
or delays of any duration due to the Contractor's failure to provide and
maintain the equipment in good mechanical condition or to provide for
immediate emergency repairs.

Unavoidable Delays

Unavoidable delays are those delays that the Contractor could not foresee or have the
power to control or prevent and that occur with no fault or negligence on the part of the
Contractor. Partial delay will be recognized when conditions prevent work on
progress-controlling operations with full efficiency. In addition to inclement weather
conditions, the following circumstances or conditions will be considered unavoidable
delays:

1. Delays caused by failure of the Department to approve the Contract at least 8


calendar days in advance of the latest date specified for beginning
construction operations.
2. Delays caused by an earthquake, flood, cloudburst, cyclone, tornado, or other
cataclysmic phenomenon of a nature beyond the power of the Contractor to
foresee and defend against.
3. Delays caused by acts of the Government or a political subdivision, or by acts
of the public enemy, including fires, epidemics, and strikes not caused by
improper acts or omissions of the Contractor.
4. Delays caused by the Department or other parties, such as commercial
manufacturers and fabricators, the actions or nonactions of which are not
within the power of the Contractor to control or overcome.
5. Delays caused by noncompletion of work being done by other contractors or
utility owners, or due to other unforeseeable interferences not the fault of the
Contractor.
6. Delays directly attributable to the performance of Extra Work or increased
quantities of work that were not addressed in an executed change order..
7. Extraordinary delays in the delivery of materials resulting from strikes,
lockouts, freight embargoes, governmental acts, or sudden disaster of a
nature beyond the power of the Contractor or supplier to foresee and
forestall.

The following is hereby deleted from the beginning of 1806.2 (Extension of Contract
Time):

44-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

“The granting of additional time for completion of the work will be limited to the
performance of Extra Work or increased quantities of work. Additional time allowed
will be limited to a period of time proportional to the increased dollar volume of work,
unless:

(a) It can be shown that the added work was a controlling factor in the rate of
progress, or
(b) An extension of Contract time was otherwise allowed in the agreement or
order authorizing the additional work, in which case the value of that work
will be excluded from further consideration in determining the additional
time to be allowed.”

S- 38 (1807) FAILURE TO COMPLETE THE WORK ON TIME


The provisions of Mn/DOT 1807 are supplemented as follows:

The following phrase from 1807.2 (Waiver of Liquidated Damages) is hereby deleted..

“….nor will damages accrue during the period from November 15 to April 15,
inclusive.”

Liquidated damages will be assessed in accordance with the provisions of Mn/DOT


1807. The City may reduce the liquidated damages to $250.00 when the only
remaining items are maintenance or Final Cleanup.

For informational purposes only, bidders are advised that in addition to the
requirements of Mn/DOT 1807, other Sections of these Special Provisions, as shown
below, contain requirements for assessment of monetary deductions to this Contract:

1404 MAINTENANCE OF TRAFFIC AND (2563) TRAFFIC CONTROL


1506 SUPERVISION BY CONTRACTOR
1706 EMPLOYEE HEALTH AND WELFARE
1803 PROSECUTION OF WORK
2011 CONSTRUCTION SURVEYING
2533 PORTABLE PRECAST CONCRETE BARRIER DESIGN 8337
2563 TRAFFIC CONTROL SUPERVISOR
2573 CULVERT INLET PROTECTION

The liquidated damages set forth in Mn/DOT 1807 and any monetary deductions as
set forth above may apply equally, separately, and may be assessed concurrently.

45-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

S- 39 (1901) MEASUREMENT OF QUANTITIES


The provisions of Mn/DOT 1901 are supplemented by the following:

Uniform Load

In the event that the Contractor requests the use of Uniform Loads, the method of
arriving at uniform loading must be approved by the Engineer. Automated weighing
devices will be required when belt scales are used in Uniform Load determinations.
Periodic Spot checks will be required. Trucks will be stopped and required to be run
over a commercial scale.

S- 40 (1904) EXTRA AND FORCE ACCOUNT WORK


The provisions of Mn/DOT 1904 are supplemented and/or modified with the
following:

The Contractor is required to submit force account work itemized statements of costs
in accordance with Mn/DOT 1904 to the Engineer on Mn/DOT form TP-21659
(Summary of Daily Force Account). Copies of this form can be obtained from the
Engineer.

The following sentence shall be added to the second paragraph of Mn/DOT 1904:

"Under no circumstance will the negotiated unit price for Extra Work which is
performed by a subcontractor include a Prime Contractor allowance which exceeds that
provided for in 1904(4), Paragraph 3."

S- 41 (1906) PARTIAL PAYMENTS


The provisions of Mn/DOT 1906 are hereby modified and supplemented as follows:

5% of all partial payments will be withheld for retainage.

S- 42 (1910) FUEL ESCALATION CLAUSE


The provisions of Mn/DOT 1910 are hereby deleted and replaced with the attached
Fuel Escalation Clause.

S- 43 (2011) CONSTRUCTION SURVEYING


The provisions of Mn/DOT 1508 are hereby modified and supplemented as follows:

GENERAL SURVEY SPECIFICATIONS

This Contract provides for the Contractor to accomplish the Construction Surveying
for this Project. Mn/DOT 1508 is herewith modified to the extent that the Contractor

46-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

shall meet all the requirements of, and provide all the services listed in, Mn/DOT 1508
which would otherwise be provided by the City. Furthermore, in accordance with
Mn/DOT 1401, the Contractor is advised that the Contract may not fully describe every
detail or make specific allowances for all probable exceptions and contingencies
related to the Construction Surveying requirements for this Project. Additional best
management practices (BMP's) for Construction Surveying are identified in Appendix
A of the Mn/DOT Surveying and Mapping Manual, in addition to the requirements
shown below:

SURVEYING TO BE PERFORMED BY THE CITY

At the discretion of the Engineer, spot checks may be performed upon the Contractor’s
surveying calculations, records, field procedures, and actual staking. If the Engineer
determines that the work is not being performed in a manner that will assure proper
controls and accuracy, the Engineer will order the Contractor to redo such work, to the
standards specified in the Contract, at no additional cost.

If the City sustains undue costs in checking excessive amounts of Contractor


Construction Surveying, or must perform survey work that is the Contractor’s
responsibility, the Engineer may deduct the City’s cost from monies due or becoming
due the Contractor in accordance with the following rates:

Hourly Rates
Registered Engineer or Licensed Land Surveyor $80.00
4-person crew and equipment $240.00
3-person crew and equipment $180.00
2-person crew and equipment $125.00
1-person with equipment $75.00

or as incurred by the City should it become necessary, due to the City’s resource
commitments, to have such work performed by a consultant.

CONSTRUCTION SURVEYING BY THE CONTRACTOR

(A) Contractor Construction Surveying Requirements

Construction Surveying is defined as accurately providing all necessary computations,


stakes and marks to establish lines, slopes, elevations, points, continuous profile grades
in accordance with Mn/DOT 1508 and the requirements shown in the Plan for
Construction Staking; so that the Contractor’s forces are able to construct all required
work for the Project in accordance with the Contract requirements; and so that the
Engineers and Inspectors are able to complete all necessary inspection and Contract
Administration duties. The staking shall include, but not be limited to, clearing and
grubbing, removals, grading, culverts, embankments, borrow, aggregate base course,
pavements, bridges, utilities, signs, pavement markings, erosion control and turf
establishment items to complete the Project as represented in the Plans. The Surveying

47-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

must be done in a way that is timely, and that is reflective of the continuing and
ongoing nature of construction and inspection activities which will generally require
frequent, separate Project visits by the Contractor’s survey crew to the Project to
accommodate the various stages of construction and inspection activities that will
occur.

The Surveyor shall be prepared to make all necessary surveying checks for field
verification of actual conditions and shall make the necessary minor surveying and
staking adjustments to fit the construction to actual field conditions. In addition, some
Plan details may be dependent upon actual field conditions at the time of construction.
It may be necessary to perform some field survey or office computations in order to
stake these components. All work referred to in this paragraph is considered part of the
work of Construction Surveying and no additional payment will be made for this work.

The Contractor shall retain a Professional Land Surveyor or Professional Engineer,


licensed in the State of Minnesota, to directly supervise the Construction Surveying.
Any determination of, or marking of, Right-of-Way must be performed under the
supervision of a Licensed Land Surveyor. Additionally, for those projects let after
August 31, 2007, an individual holding a NSPS - ACSM Level III certification in
Construction Surveying, an LSIT, or a licensed Surveyor/Engineer, shall be on the
Project site at all times to directly supervise the survey crew(s).

The Contractor shall:

1. Be responsible for the preservation of all reference points, monuments,


government land corners, horizontal and vertical control points, stakes, and
marks that are established by the City or others within the Project limits. If the
Contractor or its surveyor fails to preserve these items and if they must be re-
established by the City, the Engineer will deduct a charge from monies due or
becoming due the Contactor according to the Department’s costs as shown
elsewhere in these Special Provisions.

2. Be responsible to review, balance, adjust, correct, and investigate the City’s


provided data and to perform work on survey data and control points that may be
necessary to use the survey points and data, all at no extra cost to the City, unless
it is determined by the Engineer that latent errors existed in the information
provided by the City.

3. Start and end all level runs, traverses, or GPS control surveys, from known
control. Complete all control surveys at no worse than the standards specified for
supplemental control in Chapter 2, Mn/DOT Surveying and Mapping Manual.

4. Unless otherwise agreed to, set all stakes and marks in accordance with the
Staking Information Sheets included in the Plan.

48-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

5. Furnish and install traffic control devices in accordance with the Field Manual
for Temporary Traffic Control Zone Layouts, Part VI, (MN MUTCD), when
crew members are exposed to traffic.

6. Perform all Construction Surveying for all Project construction as shown in


Mn/DOT 1508, and shall install reference points as needed for the use of any
public utility crews that are staking or accomplishing utility relocation or
construction associated with this Contract.

a. From Horizontal and Vertical Control Points established by the Engineer.


b. According to the Plan, Proposal and Standard Specifications.
c. According to the Mn/DOT Surveying and Mapping manual.
d. According to actual existing field conditions.

7. Perform Bridge and Structure Construction staking which includes setting and
reestablishing Working Points and Reference Points by XYZ coordinates to
provide line and grade during all stages of work, and at all substructures and
segments of Bridge or Structure Construction, as shown below:

a. Establish Working Points or Reference Points, approved by the Engineer, on


the ground as shown on the Bridge Layout sheet in the Plans.
b. Transfer of required points from the ground to the top of footing after
completion of concrete footing construction. If the structure is a curved wall
or bridge edge of slab, curb, coping, median, or railing, the Contractor’s
Surveyor shall mark a curved line on the footings, forms, or deck slab, to the
proper degree of curvature within 3 mm in 3 meters, 1:1000 (1/8 inch in 10
feet), as needed for construction and inspection activities.
c. Transfer required points to the top of all finished structures.
d. Transfer required points to the superstructure deck forming. (Mn/DOT
personnel will complete all work associated with beam stool elevations.)

8. Bear all costs, including but not limited to the cost of actual reconstruction of
Contract work that may be incurred due to errors in Contractor’s Construction
Surveying.

9. Document surveying during construction in a form acceptable to the Engineer


and allow the Engineer access to surveying notes and calculations. The survey
documentation includes:

a. Control station monumentation with reference ties.


b. Field notes that were used to set construction stakes, control the
Project, and document monument locations. The Contractor shall use
bound, hard cover field books for recording survey data and field notes;
store field notes on an electronic medium; or use both methods. If an
electronic medium is used, the raw field data files must be available.

49-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

When using an electronic medium, the Contractor shall make all files
and data available in the Standard formats used by the Department.

10. Present the Engineer with the as-built Survey Data. The as-built Survey Data
shall include the following:

a. Changes from the Plan


i. Alignment
ii. Profile
iii. Sewer
b. Locations of utilities relocated or emplaced as part of the Project
c. Identify any alignment, Right-of-Way, property, or control
monumentation destroyed during the Project
d. Any alignment, Right-of-Way, property, or control monumentation that
was placed during the Project and that still exists at Project completion.
e. The information shall include the x, y and, if applicable, the z
coordinates in the Project datum. If the original item had no coordinate
reference, then show the revised centerline station and offset.
f. The information shall be provided in both electronic (Microstation and
GeoPak) and hard copy format.
g. In the case of new monumentation, there should also be a report
describing how the monumentation was placed. This will include
copies of any fieldwork (traverse or leveling) as well as any
adjustments used. It shall also include tie sheets, to include a
description of the physical object placed as the monument.

11. Furnish survey documentation and as-built Survey Data to the Engineer within
the time limits indicated in the surveying work schedule.

(B) Contractor Construction Surveying Activities

1. The Contractor shall give the Engineer a 14 calendar day written notice before
the Contractor needs the City to establish any horizontal and vertical control
points shown in the Plan for Construction Surveying.

2. At the preconstruction conference, the Contractor shall submit to the Engineer for
approval a written Construction Surveying Work Plan and Schedule detailing:

a. Pertinent information as to how the requirements in these specifications,


and the requirements in Appendix A of the Mn/DOT Surveying and
Mapping Manual, are being met by the Contractor’s Surveyor.
b. A Project specific Construction Surveying Work Schedule for the
Construction Surveying and how it relates to the time frame for
construction activities and the City’s inspection needs.
c. A proposed method of communications between the Contractor, Surveyor,
and the City’s Project Personnel.

50-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

d. How and when the Contractor’s Surveyor will make delivery of the as-built
Survey Data to the City.

3. During the course of construction, the Contractor shall give notice of


commencement of any Construction Surveying activities according to Mn/DOT
1803.2.

METHOD OF MEASUREMENT

The Engineer will measure Construction Surveying on a lump sum basis.

BASIS OF PAYMENT

The City will pay for Construction Surveying on a Lump Sum Basis at the Contract
unit bid price. Payment shall be compensation in full for all surveying work including
materials, surveying equipment, labor, office work, and any incidental costs required
by the Contract.

(A) Payment Schedule

The City will authorize partial payment for 10 percent of the Contract unit bid price for
Construction Surveying after completion of the first day of Contractor Surveying in the
field. When Construction Surveying is more than 10 percent complete, the City will
authorize partial payment in the same percentage as the percentage of Construction
Surveying accomplished, as determined by the Engineer, up to 90 percent of the lump
sum bid price. The Contractor will receive the final 10 percent of the lump sum bid
price when the survey computations, notes, miscellaneous documents, and as-built
Survey Data as specified have been received and accepted by the Engineer within the
time limits specified by the Survey Work Schedule. If the Contractor fails to provide
acceptable documentation and the as-built Survey Data within the time limits specified,
the City reserves the right to reduce the lump sum payment for Contractor Construction
Surveying by a percentage of up to 10 percent of the lump sum bid price.

(B) Payment for Extra Work

When the Engineer determines that extra or additional Construction Surveying beyond
the scope of the original Contract is required and orders the Contractor to accomplish
this work, compensation will be made as Extra Work in accordance with Mn/DOT
1904 and at the same rate shown for a City survey crew above. If the Construction
Surveying is accomplished by a subcontract, the prime Contractor allowance will be
five (5) percent.

(C) Payment

Payment for Construction Surveying will be made on the basis of the following:

51-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Item No. Item Unit


2011.601 Construction Surveying Lump Sum

S- 44 (2041) ON-THE-JOB-TRAINING PROGRAM


Section II. 6.b of the "Required Contract Provisions-Federal-Aid Contracts" set
forth elsewhere in this Proposal is deleted and the following substituted therefore:

As part of the Contractor's equal employment opportunity affirmative action


program, training shall be provided as follows:

The Contractor shall provide on-the-job training aimed at developing full


journeyman in the type of trade involved. THE NUMBER OF HOURS OF
TRAINING TO BE FULFILLED UNDER THIS CONTRACT WILL BE _0_;
UTILIZING AT LEAST 0 TRAINEES.

S- 45 (2051) MAINTENANCE AND RESTORATION OF HAUL ROADS


The provisions of Mn/DOT 2051 are supplemented by the following:

In addition to the amount the Contractor bids for Item 2051.501 (Maintenance and
Restoration of Haul Roads), the State agrees to reimburse the Contractor at the
predetermined unit prices set forth below for materials ordered by the Engineer. All
materials ordered by the Engineer for the Maintenance and Restoration of haul
roads will be measured as set forth in the applicable section of the Standard
Specifications.

Each of the following materials measured as provided above, will be paid for at the
following predetermined unit prices:

2118.501 Aggregate Surfacing, Class 1 $6.62/t $6.00/ton


2130.501 Water $2.50/m3 $10.00/1000(M)gal.
2131.502 Calcium Chloride Solution $0.14/liter $0.50/gal.
2211.501 Aggregate Base, Class 5 $6.62/t $6.00/ton
2360.501 Type SP 12.5 Wearing Course Mixture (4, B) $27.50/t $24.95/ton

Crushing will not be required in the production of Class 1 material.

The above prices will be considered to be compensation in full for furnishing and
providing the materials complete in place, including, but not limited to, royalty,
waste, equipment rental, labor, overhead, profit, and incidentals. When materials
other than those listed above are ordered by the Engineer, they will be paid for as
extra work in accordance with Mn/DOT 1403, with the Contractor and the
Department sharing equally in the costs. Separate payment will not be made for
costs of blading and reshaping necessary for the maintenance and restoration of
haul roads. The cost of such work shall be incidental, and at the Contractor's
expense.
52-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

The above shall be performed to restore visible damage.

S- 46 (2104) REMOVING PAVEMENT AND MISCELLANEOUS STRUCTURES


Abandoned structures and other obstructions shall be removed from the Right of Way
and disposed of in accordance with the provisions of Mn/DOT 2104, except as
modified below:

Measurement and payment for the removal and disposal of materials will be made only
for those Items of removal work specifically included for payment as such in the
Proposal and as listed in the Plans. The removal of any unforeseen obstruction
requiring in the opinion of the Engineer equipment or handling substantially different
from that employed in excavation operations, will be paid for as Extra Work as
provided in Mn/DOT 1403.

All removals shall be disposed of by the Contractor outside the Right of Way in
accordance with Mn/DOT 2104.3C3 to the satisfaction of the Engineer.

If the Contractor is required to dispose of treated wood the following shall apply:

TREATED WOOD DISPOSAL


This work consists of disposing of treated wood in accordance with the following:

(A) Description of Services

For each site the Contractor shall:

x Describe the method of material pickup and the expected material condition, i.e.:
specific lengths, etc.

x Describe the method of waste material transport and waste material disposal site.

x Dispose treated wood in a MPCA permitted lined solid waste landfill (not a
demolition landfill).

x The Contractor has the option to chip creosote treated wood on site. After the
wood is chipped on site, it can be transported off site and incinerated at a MPCA
permitted incinerator. Call 651.366.3630 for list of incinerators permitted to burn
creosoted treated wood. This applies to creosote treated wood only.

x Within 30 days after the treated wood is transported off site, the Contractor shall
provide the Project Engineer with disposal records. Records include manifests,
scale tickets, and invoices. Records shall indicate type of treated wood, quantity,
date, and location of disposal.

53-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

If the Contr actor intends to r euse any of the post for other pur poses a “Tr ansfer
of Owner ship” form must be filled out and given to the Engineer .

S- 47 (2104) SALVAGE MISCELLANEOUS ITEMS


“SALVAGE PC CONC BOX CULVERT”
This work shall consist of removing and salvaging a 10’x6’ box culvert and related
appurtenances located at the existing 34th Avenue South/County Ditch 47 crossing,
as shown in the plan in accordance with the applicable Mn/DOT Standard
Specifications and the following:

The box culvert to be salvaged shall be designated by the Engineer who will
document the condition of the box culvert prior to the salvage operation. The
salvaged box culvert shall be delivered to the City of Moorhead by the Contractor
in such a manner to prevent damage.

Measurement will be made by the length of the box culvert.

Payment will be made under Item 2104.521 “Salvage PC Conc Box Culvert” at the
Contract bid price per meter [linear foot], which shall be payment in full for all costs
relative to salvaging the box culvert.

“SALVAGE PC CONC BOX CULVERT END SECTION”


This work shall consist of removing and salvaging box culvert end sections and
related appurtenances as shown in the plan in accordance with the applicable
Mn/DOT Standard Specifications and the following:

The box culvert end sections to be salvaged shall be designated by the Engineer
who will document the condition of the box culvert end sections prior to the salvage
operation. The salvaged 10’x6’ box culvert end sections shall be delivered to the
City of Moorhead by the Contractor in such a manner to prevent damage.

Measurement will be made by the number of the box culvert end sections salvaged.

Payment will be made under Item 2104.523 “Salvage PC Conc Box Culvert End
Sections” at the Contract bid price per each, which shall be payment in full for all costs
relative to salvaging the box culvert end sections.

“SALVAGE LIGHTING UNIT”


Item 2104.523 (Salvage Lighting Unit) shall consist of salvaging the lighting units as
directed by the Engineer. The lighting unit includes pole, mast arm, luminaire, lamp,
transformer base, and base anchorage. Wiring to the salvaged lighting units shall be
disconnected from any lighting units remaining in place. Salvaged lighting units shall
be delivered to storage location as specified herein, or as directed by the Engineer.
Any damage to the salvaged materials resulting from the hauling operation shall be
repaired and replaced at the Contractor's expense.

54-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Measurement will be made by the number of the lighting units salvaged.

Payment will be made under Item 2104.523 “Salvage Lighting Unit” at the Contract
bid price per each, which shall be payment in full for all costs relative to salvaging the
box culvert end sections.

“SALVAGE SIGN TYPE C & D”


The Contractor shall inform the Engineer or his representative of any damaged in
place sign panels prior to salvaging so a deduction will not be made.

When salvaging a sign panel, the Contractor shall remove the nuts, bolts and washers
in such a manner so as not to damage the sign panel, and dispose of the sign structure
and nuts, bolts and washers. If the Contractor damages any sign panel, he shall dispose
of the damaged, and fabricate a new, sign panel in accordance with Mn/DOT 2564.2F
and Section (2564) Traffic Signs and Devices of these Special Provisions, at no cost to
the City.

Sign panels designated in the Plan to be salvaged that will be installed under Install
Sign Type C or Install Sign Type D should be stored in a manner to prevent damage to
the aluminum sign panels and the sign sheeting materials. The Contractor shall NOT:

Store sign panel laying on the ground


Allow reflective surfaces to come in contact with dirt, water and grass
Store sign panel covered with plastic or a tarp

All other salvaged sign panels are to be delivered to the City of Moorhead as
designated in the Plan.

Payment for Item No. 2104.523 (SALVAGE SIGN TYPE __) at the contract price per
EACH shall be compensation in full for all work, material and costs involved in
performing the work as specified above and in the Plan.

“SALVAGE MISCELLANEOUS STRUCTURE”


This work shall consist of removing and salvaging a pedestrian bridge and related
appurtenances located at 24th Avenue South/County Ditch 47 crossing, as shown in
the plan in accordance with the applicable Mn/DOT Standard Specifications and the
following:

The pedestrian bridge to be salvaged shall be designated by the Engineer who will
document the condition of the pedestrian bridge prior to the salvage operation. The
salvaged pedestrian bridge shall be delivered to the City of Moorhead by the
Contractor in such a manner to prevent damage.

Measurement will be made of the individual item, including all appurtenances.

55-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Payment will be made under Item 2104.601 “Salvage Miscellaneous Structure” at the
Contract lump sum bid price, which shall be payment in full for all costs relative to
salvaging the pedestrian bridge.

S- 48 (2104) HAUL SALVAGED MATERIALS


This work shall consist of loading and hauling salvaged materials, not required for
installation elsewhere under this Contract, to the designated storage area(s) and
depositing said materials thereat in a manner satisfactory to the Engineer.

The designated storage area for “METAL CULVERTS” and “FLAP GATE” is:

Buffalo-Red River Watershed District


802 Wall Street Avenue North
Moorhead, MN 56560

The designated storage area for “PC CONC BOX CULVERT”, “PC CONC BOX
CULV END SECTIONS”, and “SALVAGE MISCELLANEOUS STRUCTURE”
(Pedestrian Bridge) is:

City of Moorhead
2121 28th Street
Moorhead, MN 56560

Salvaged lighting materials shall be disassembled as directed by the Engineer and,


unless otherwise specified, shall be delivered to Moorhead Public Services at 215 Hwy.
75 N., Moorhead, MN. The Contractor shall notify Mr. Joe Moore (218-790-5358) of
Moorhead Public Services at least three (3) normal working days in advance of the
time the Contractor intends to deliver the salvaged materials. THE ENGINEER
SHALL BE NOTIFIED IN ADVANCE OF NOTIFICATION TO MR. MOORE.

Any damage to the salvaged materials resulting from the hauling operation shall be
repaired and replaced at the Contractor's expense.

The Contractor shall obtain a salvaged material receipt indicating that the
specified agency has received the salvaged material. The Contractor shall give
the project Engineer a copy of this receipt for the permanent project records.

The Contractor shall give at least at least three working days advance notice to the City
of Moorhead Engineering Department at 218-299-5390 or Chad Martin 218-299-5421
prior to hauling salvaged sign panels to storage. Materials shall be deposited where
and as directed by city personnel.

The Engineer or his representative shall make a visual inspection at the job site
prior to salvage and again at the City of Moorhead storage sites and any damage

56-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

to the salvaged materials during the salvage and hauling operations shall be
repaired or replaced at the Contractor's expense.

The Contractor shall give the Engineer at least 24 hours (unless otherwise noted above)
notice before salvaged materials are to be delivered to the storage area so that
arrangements can be made to have a yard man available to accept the salvaged
materials. Salvaged material shall arrive at the storage area in carefully segregated lots
so that it can be easily and quickly placed in its proper storage location. The
Contractor shall unload the salvaged material and place it at the locations in the yard
designated by the yard man.

No measurement will be made of the individual items, but the haul of all such items
shall be construed to be included in the single lump sum for which payment is made.

S- 49 (2104) ABANDON PIPE SEWER


This work shall consist of sealing and abandoning an existing pipe sewer in accordance
with the applicable Mn/DOT Standard Specifications, as noted in the Plan, and the
following:

The abandoned pipe sewer shall be filled with granular material and capped watertight
on both ends. Capping shall be accomplished by constructing bulkheads according to
section 2503 construct bulkhead. Filling and capping of the abandoned sewer pipe
shall be considered incidental work for which no direct payment will be made.

A locating marker disc shall be buried at each end of abandoned sewer pipes within
City of Moorhead right of way. Marker discs shall be of a type approved by the City
of Moorhead. Furnishing and Installing marker discs shall be considered incidental
work for which no direct payment will be made.

Measurement will be made by the length of pipe sewer sealed and abandoned as
specified. Payment will be made under Item 2104.603 (Abandon Pipe Sewer) at the
Contract bid price per meter [linear foot], which shall be payment in full for all costs
involved.

S- 50 (2105) GEOTEXTILE FOR SEPARATION (STABILIZATION)


This work shall consist of placing geotextile below the fill material (may be
underwater) at the location(s) shown in the Plan, or as directed by the Engineer. The
work shall be accomplished according to Mn/DOT 2105, these Special Provisions, or
as directed by the Engineer. The purpose of the geotextile layer is to provide
separation between the fill and underlying softer soils, to prevent mixing, to provide
stability during compaction, to provide some reinforcement and to minimize
differential movement. The Contractor's proposed construction sequence for geotextile
and fill placement shall be submitted to the Engineer for review at least 21 days prior
to beginning of this element of construction.

57-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

MATERIAL REQUIREMENTS

Geotextile shall conform to the requirements of Mn/DOT 3733, Type V.

Geotextile Type VI shall have the following properties: a minimum Grab Tensile
Strength of 600 lbs/ft a minimum Wide Width Tensile Strength at 15% strain of 3,240
lbs/ft and a flow rate of at least 20 gpm/sq. ft.

CONSTRUCTION REQUIREMENTS

The prepared surface shall be relatively smooth and free of stones, sticks, or other
debris or irregularities that would tend to puncture or tear the geotextile. Unless
otherwise directed or approved by the Engineer, the geotextile shall be placed with the
highest strength direction (usually the "machine" or roll direction) oriented in the
direction of the greatest expected field stress. (This will usually be at right angles to
the centerline of the construction.)

If multiple pieces of geotextile are required, adjacent strips shall be field or factory
sewn, with the seams to have a strength as specified in 3733.2B3. All seams shall be
sewn using a "double spool" machine capable of sewing a Federal Type 401 locking
stitch. Seam type (flat, "J", or butterfly), thread strength (110 Newtons [25 pound]
minimum), number of rows of stitching (1 or 2) and stitches per 25 mm [inch]
(typically 5-7), shall be consistent with achieving the required seam strength and as
recommended by the geotextile manufacturer.

The geotextile shall be adequately secured so that it is not displaced during subsequent
construction. No traffic or construction equipment will be permitted to operate directly
on the geotextile. Any damaged geotextile shall be repaired to the satisfaction of the
Engineer by patching and sewing or, when appropriate, a 900 mm [36 inch] overlap on
all sides without sewing.

Fill shall be placed onto the fabric in uniform lifts as required by the applicable
specification and approved by the Engineer, but in no case shall lifts in excess of 300 -
450 mm [12-18 inches] be used, unless required to bring the fill above water level or
provide stability. Fill material shall be as shown in the Plan or as directed by the
Engineer. For placement underwater and for 600 mm [2 feet] above water level,
granular materials shall be used unless otherwise provided in the Plans or approved by
the Engineer.

MEASUREMENT AND PAYMENT

Measurement will be made of the number of square meters [square yards] of


satisfactorily installed geotextile approved by the Engineer. No credit will be made for
wasted or overlapping material. Payment will be made under Item 2105.604
(Geotextile Fabric Type V and Geotextile Fabric Type VI) at the Contract bid price per
square meter [square yard], which shall be compensation in full for all work

58-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

including, but not limited to, geotextile, seaming, placement, anchoring, and any
needed repairs.

S- 51 (2106) EXCAVATION AND EMBANKMENT


The provisions of Mn/DOT 2106 are as follows:

Description

This is an Excavation/Embankment Project in which payment of the excavation items


and embankment items will be payment in full for all work associated with the grading
operations. No shrinkage factors have been applied to any Excavation or
Embankment items. The Contractor is responsible to fully construct the embankment
sections as specified in the Plan and Special Provisions. Material generated from the
specified excavations on the Project may be utilized in the embankment sections,
where applicable, if the material meets the specifications of the Contract. No separate
payment will be made for obtaining grading materials from off the Project nor will any
payment be made for disposing of unsuitable or excess material.

Materials

Excavation Mater ials

All classifications of excavation shall be performed as indicated in the typical sections,


cross sections, and other details of the Plan. The excavations will be classified for
payment in accordance with the following provisions:

A1 Excavation – Common shall consist of all excavation materials not classified


herein as Excavation – Rock, Excavation – Muck and shall include the
excavations classified as Excavation – Subgrade when a separate item therefore
is not included in the Proposal.

A2 Excavation – Subgrade shall consist of all excavations made below the top of
the final graded surface of the road and between the shoulder slopes that are not
made for the purpose of obtaining slope dressing and where the excavation
materials are not classified for payment as Excavation - Rock or Excavation –
Muck .

A3 Excavation - Muck shall consist of excavation of all saturated and unsaturated


mixtures of soil and organic matter not suitable for foundation material
regardless of moisture content, that is removed from below the natural ground
level (or as otherwise defined in the Plan) of marshes, swamps, and bogs over
which embankments are to be constructed, where the excavation is required:

59-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

a) To provide a stable foundation for embankments, or

b) To accelerate the subsidence of unstable material under embankment load.

A4 Excavation – Rock shall consist of all materials that cannot, in the Engineer's
opinion, be excavated without drilling and blasting or without the use of rippers,
together with all boulders and other detached rock each having a volume of 1
cubic meters (1 cubic yards) or more. All work shall be performed in accordance
with the Special Provisions.

Embankment Mater ials

All embankment material furnished from sources selected by the Contractor must be
approved by the Engineer prior to being delivered to the Project. The Contractor shall
give the Engineer sufficient notice to permit any testing of the material that may be
required for approval.

Embankment material will be classified in accordance with the material requirements


given below. All classifications of embankment shall be placed as indicated in the
typical sections, cross sections, and other details of the Plan.

B1 Common Embankment

Common Embankment (CV) is a combination of materials including Select Grading


material, Regular Grading material and slope dressing material.

Select Grading material shall include all mineral soils in accordance with the Triaxial
Chart in the Mn/DOT Grading and Base Manual, except silt. Unsuitable materials
shall include debris, marl, peat, wood, or any other organic soils. Select Grading
material should be reserved for embankment placement within the roadway core.

Unless otherwise shown in the Plan, the roadway core shall be considered as the area
of the typical section inside the 1:1 (v:h) slope down and out from the grading shoulder
PI (point of intersection) or the inslope PI otherwise indicated on the typical section for
fills less than 30 feet in height. For fills greater than 30 feet in height, the roadway core
shall be considered as the area of the typical section inside the 1:1.5 (v:h) slope down
and out from the grading shoulder PI or the inslope PI otherwise indicated on the
typical section.

Regular Grading material shall be considered mineral soils that are not classified as
Select Grading material listed above. Peat, excess slope dressing material, and other
organic soils (free from wood and debris) shall also be considered as Regular Grading
material. The Contractor may also elect to use a portion of the available Select Grading
material and incorporate this material into the Project as Regular Grading material.
Regular Grading material shall only be placed outside of the roadway core and in a
manner in which the material will maintain long term stability.

60-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

The Contractor shall place slope dressing material as indicated in the Plan. This slope
dressing is included as a portion of the total Common Embankment (CV) quantity.
Slope dressing material shall be considered “A” horizon soils as defined in the Soils
Profile section of the Mn/DOT Grading and Base Manual and as approved by the
Engineer. Peat and other organic soils may also be used to supplement the available
slope dressing material if approved by the Engineer.

In certain regions of the state, it is anticipated that only minimal organic material will
be available for slope dressing. In those instances, the Plan will indicate that the upper
100 mm (4 inches) of the inplace soils or the upper 100 mm (4 inches) of an
undisturbed naturally occurring soils profile may also be used as slope dressing
material.

The slope dressing material shall not contain debris and any stones exceeding 75 mm
(3 inches) in its greatest dimension on the soil surface at the time of performing the
final finishing and turf establishment operations and shall be removed from the Project
site. The debris and stones shall be disposed of in accordance with 2104.3C (Disposal
of Materials and Debris). Removal of pre-existing debris and stone encountered in the
undisturbed slope dressing material on the Project will be paid for as Extra Work as
long as the material was not contaminated or altered by the Contractor.

The Contractor shall be responsible for providing the required quantity of slope
dressing material that is capable of fostering plant growth to meet the turf
establishment requirements of the Plan. The Contractor shall provide the slope dressing
material, regardless of source, at no additional cost to the Department.

B2 Granular Embankment

All Granular Embankment (CV) material shall meet all the requirements of Granular
Borrow as per 3149.2B1.

B3 Select Granular Embankment

All Select Granular Embankment (CV) material shall meet all the requirements of
Select Granular Borrow as per 3149.2B2.

B4 Select Granular Embankment Modified

All Select Granular Embankment Modified (CV) material shall meet all the
requirements of Select Granular Borrow as per 3149.2B2, however the ratio of the
portion passing the 75 µm (#200) divided by the portion passing the 25 mm (1 inch)
shall be modified from 12 percent to the percentage indicated in the Plan.

61-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

B5 Granular Embankment – Muck

All Granular Embankment - Muck (CV) material shall meet all the requirements of
Granular Borrow as per 3149.2B1. In the event that the upper limits of muck
excavation backfill is not defined in the Plan, payment for the Granular Embankment -
Muck (CV) shall be computed in the estimated quantities of the Plan to an elevation of
600mm (2 feet) above water level at the commencement of muck excavation
operations, or to the previous undisturbed ground elevation, whichever is higher.

B6 Select Granular Embankment – Muck

All Select Granular Embankment - Muck (CV) material shall meet all the requirements
of Select Granular Borrow as per 3149.2B2. In the event that the upper limits of muck
excavation backfill is not defined in the Plan, payment for the Select Granular
Embankment - Muck (CV) shall be computed in the estimated quantities of the Plan to
an elevation of 600 mm (2 feet) above water level at the commencement of muck
excavation operations, or to the previous undisturbed ground elevation, whichever is
higher.

Stabilizing Aggr egate 3149

Construction Requirements

Gener al

The Contractor shall complete all clearing and grubbing operations in an area
according to 2101 prior to excavation and embankment operations. During winter
construction, the Contractor shall remove all ice and snow from an area just prior to
excavation or embankment construction operations.

The Contractor shall not begin excavation operations on any area until the necessary
cross-sections have been identified and the necessary construction limits and grades
have been established to the satisfaction of the Engineer. No excavating shall be
performed beyond the elevations, slopes, and limits established, without approval of
the Engineer.

The Contractor shall schedule and conduct erosion control operations according to
1717.2.

The Contractor shall maintain all excavations and embankments in a well drained
condition at all times. The Contractor shall install planned drainage facilities
concurrently with the embankment construction, temporarily crown grades to minimize
infiltration, and install temporary drainage facilities as directed by the Engineer. No
material shall be stockpiled in a manner that will restrict surface drainage.

62-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

If the Contractor interrupts existing surface drainage, sewers, or subsurface drainage,


the Contractor shall, at no expense to the Department, provide and maintain temporary
drainage facilities as approved by the Engineer until permanent facilities are completed
and operative.

Excavated material that is unsuitable for embankment construction or is determined to


be excess material shall be disposed of by the Contractor off the project site. Any cost
of such disposal or of any stockpiling and re-handling of excess material caused by
unavailability of a disposal site at the time of the excavation shall be considered
incidental to the Contract. The provisions of Mn/DOT 2105.5(b) shall not apply to this
project.

Pr epar ation of Embankment Foundation

Before placing embankment on an existing slope steeper than 1 vertical to 4 horizontal,


the Contractor shall either:

(a) Flatten the existing slope to the extent that it will not be steeper than 1 vertical to
4 horizontal; or

(b) Construct steps in the slope, with the back surface being as nearly vertical as
practicable and with the horizontal cuts being made as close together as the slope
permits, but with no step being less than 300 mm (12 inches) in width. All work
required by these provisions is incidental work for which no direct compensation
will be made.

Before placing any embankment 1 m (3 feet) or less in height, all soil that the Engineer
considers unsuitable for use in the upper 1 m (3 feet) of the roadbed shall be removed
from the area between the shoulder lines and disposed of as hereinafter provided.

Where embankment is to be constructed over swamp or marsh areas or at other


locations where the foundation material is unstable, the foundation shall be excavated
to remove unstable material as indicated in the Plans or as directed by the Engineer.
Where non-granular soils are to be used for excavation backfill and embankments, the
foundation area shall be free of standing water. No direct compensation will be made
for removing such water from the excavation.

Wherever practicable, the foundations for all embankments shall be compacted


between the shoulder lines by a tamping roller. Four passes shall be made on each strip
the width of the roller. Other rollers may be used with permission of the Engineer. No
direct compensation will be made for compacting the embankment foundations.

Before placing embankment over an old road, the Contractor shall remove any
surfacing and excavate the old road core to an elevation 300 mm (12 inches) below
subgrade, unless a greater depth is required by the Plans.

63-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Before backfilling depressions within the roadway caused by the removal of


foundations, basements, and other structures, the Contractor shall enlarge the
depressions as directed by the Engineer.

Excavating Oper ations

All excavations shall be made in conformity with the lines, grades, and slopes
indicated by the Engineer and as the Engineer may otherwise direct, based on the
typical section and elevation controls shown in the Contract. Any excavating
performed beyond the limits described that was not authorized or ordered by the
Engineer will be considered to be unauthorized work.

Excavations below final grade, for the purpose of removing unstable foundation
materials or removing materials that are considered unsuitable for use in the upper
portion of the roadbed, shall be conducted with the understanding that the excavation
limits will be subject to change as the actual subsurface conditions are disclosed.
Where granular material is used, seepage trenches shall be excavated for drainage as
directed by the Engineer.

Excavations in rock shall be made to secure uniformity of grade and cross-section. All
rock outcroppings shall be removed from within the slope lines and above the
elevations shown in the Plans. All loosened material shall be removed from the
backslopes. Roadbed excavating shall be conducted to provide drainage to the shoulder
slopes and not to leave depressions that cannot be drained. Unless otherwise specified,
presplitting will be required for all rock backslopes steeper than 1:1 in hard rock types
such as igneous, metamorphic, and carbonates.

Blasting operations shall be controlled to produce a shattering effect on the rock that
will not throw the material out of the excavation areas. The "coyote" method of
blasting will not be permitted. Any rock blasted away from the excavation and
embankment areas shall be recovered as directed. If seismic methods are used to
monitor blasting, a record shall be furnished to the Engineer.

Disposition of Excavated Mater ial

Excavated materials should be utilized, to the fullest extent practicable and so far as the
material is suitable, for construction of the embankments or as otherwise indicated in
the Plans. Each layer of the roadbed shall be constructed of uniform material. When
excavation operations disclose the presence of different types of soil, the Contractor
shall select the different materials and place them in the embankments or as otherwise
allowed within these provisions. In general, when granular materials are uncovered,
they shall be placed in the uppermost portion of the embankment. Granular material
shall not be removed from the Project without the written approval of the Engineer.

When the soils are so varied that selection and placement of uniform soils is not
practical, the Contractor shall use disks, plows, graders or other equipment to blend

64-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

and mix suitable soils to produce a uniform soil texture, moisture content, and density;
except that, all soils that contain 20 percent or more particles passing the 75 µm (#200)
sieve shall be blended, mixed, and dried with a disk, within the entire upper 2 meters (6
feet) of embankment. The disk shall meet the requirements of 2123.3N, Disk Harrow.
A disk is also to be used below the upper 2 meters (6 feet) of the embankment fill area
if, in the opinion of the Engineer, the Contractor is not producing a uniform soil
texture. No capping of granular materials with nongranular materials will be permitted
at or within 300 mm (12 inches) of the subgrade surface. In the event that the Engineer
orders the Contractor to select materials to an extent greater than could be normally
expected with the loading and hauling method employed by the Contractor, any
additional costs incurred by the Contractor will be compensated for as Extra Work.

The Contractor shall remove the inplace slope dressing, store it in locations selected by
the Contractor, and use it for slope dressing at locations and to the minimum depths
shown in the Plans. Peat, muskeg, and other unstable materials that are not to be used
in the roadbed embankments shall be deposited in the areas indicated in the Plans or
elsewhere as approved by the Engineer. All other material, that is considered
unsuitable for use in the upper portion of the roadbed shall be placed outside of a 1:1
slope down and outward from the shoulder lines on fills under 10 m (30 feet) in height
or outside of a 1 vertical to 1.5 horizontal slope down and outward from shoulder lines
on fills over 10 m (30 feet) in height, or used to flatten the embankment slopes, or
disposed of elsewhere as approved by the Engineer.

If no other disposition is specified, the excavated materials in channels outside of the


roadway construction limits shall be used to fill abandoned portions of the channels
and any remaining material shall be deposited in spoil banks or elsewhere as approved
by the Engineer. Spoil banks shall be properly shaped and shall be provided with
sufficient openings to permit natural drainage from adjoining property. Any excavated
slope dressing material, shall be used to cover the other fill material.

Snow, ice and frozen lumps exceeding 150 mm (6 inches) in greatest dimension will
not be permitted in the roadbed embankments. Sod and frozen lumps less than 150 mm
(6 inches) in greatest dimension may be placed only in that portion of the embankment
which is outside of a 1:1 slope down and outward from the shoulder lines, but not over
or adjacent to structures.

The maximum particle size for stones, concrete and bituminous fragments in the
roadbed embankment shall be as shown in Table 2106-1

65-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Table 2106-1
Depth from Grading Grade Max. Stone Size Maximum Concrete and
Bituminous Particle Size
< 150 mm (6 inches) 75 mm (3 inches) 75 mm (3 inches)
150 mm (6 inches) – 300 mm (12 inches) 150 mm (6 inches) 150 mm (6 inches)
300 mm (12 inches) – 1200 mm ( 4 feet) 250 mm (10 inches) 250 mm (10 inches)
> 1200 mm (4 feet) (1) 300 mm (12 inches) 300 mm (12 inches)
Within 500 mm (20 inches) of a Structure 75 mm (3 inches) 75 mm (3 inches)
Areas Where Piling is to be Placed 150 mm (6 inches) 150 mm (6 inches)

(1) Stones and concrete fragments larger than 300 mm (12 inches) and less than 600 mm
(24 inches) in greatest dimension may be placed in the roadbed embankment only as
provided in 2106.3E (3). No stones or broken concrete fragments exceeding 600 mm
(24 inches) in greatest dimension will be permitted in the roadbed embankment, except
that larger stones may be placed outside of the shoulder lines but not within the median
area of a roadway.

All noncombustible materials other than soils (oversized rock, broken concrete, metals,
etc.) shall be disposed of in accordance with 2104.3C.

All surplus excavated soils and rock that are not wasted, stockpiled, or otherwise
disposed of as specifically allowed or required by the Contract shall become the
property of the Contractor and shall be disposed of by the Contractor outside of the
Project limits in accordance with a satisfactory Disposal Plan. This disposal plan shall
constitute the Contractor's proposal for acceptable disposition of surplus materials
outside of the Project limits in compliance with applicable environmental regulations,
permit requirements, and any requirements or limitations imposed by the Contract. A
satisfactory Disposal Plan shall be submitted to the Engineer prior to starting the
disposal operations.

Whenever disposal sites are indicated in the Contract, whether on or off the Project,
they are to be considered as being possible sites with the Contractor having the option
of choosing other sites after award of the Contract under the disposal plan provisions,
except in cases where mandatory disposition is intended.

Placing Embankments

Roadbed embankments shall not be constructed during periods when the embankment
material freezes while being placed and compacted, nor shall any embankment material
be placed on soil that is frozen to a depth greater than 100 mm (4 inches). Where the
foundation soil is frozen to a depth exceeding 100 mm (4 inches), at a time when
weather conditions are such that embankment construction could be continued without
the material freezing as it is being placed and compacted, the Contractor may be
permitted to excavate the frozen foundation soil and proceed with the embankment
construction for so long as the weather will permit, but only if and to the extent
66-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

approved by the Engineer, and with the understanding that the additional costs
involved shall be borne by the Contractor. The frozen soil shall be wasted and replaced
with other suitable soil as may be necessary to construct the embankments as specified.

Excavations below subgrade, together with any seepage trenches excavated to provide
drainage, shall be backfilled in accordance with the requirements for embankment
construction and with the material specified in the Contract, or with suitable materials
obtained from the excavations if no other material is specified.

Before backfilling roadbed subcuts that are 750 mm (30 inches) or less in depth, the
upper 150 mm (6 inches) of soil below the bottom of the excavation shall be
compacted to 95 percent of maximum density. If compaction cannot be achieved due
to the in-situ soils, any equipment or methods required to stabilize the in-situ soils shall
be paid as Extra Work.

Embankment material shall be deposited and spread in relatively uniform layers


approximately parallel to the profile grade, and extending over the full width of the
embankment. Earth moving equipment shall be routed evenly over the entire width of
the roadway being constructed. Embankment widening construction shall proceed from
the toe of the proposed slope inward toward the existing fill slope. Layers in the upper
1 m (3 feet) of the roadbed shall not be more than 200 mm (8 inches) in thickness
(loose measurement) and those below the upper 1 m (3 feet) shall be not more than 300
mm (12 inches) in thickness (loose measurement), except under the following
conditions:

(1) Where the foundation for the embankment (or backfill) is under water or is so
unstable that it will not support the hauling equipment without appreciable
displacement of the underlying soils, the embankment thereon may be
constructed as one layer up to the lowest elevation at which the hauling
equipment can operate over it without causing intrusion of the underlying soils
into the upper 200 mm (8 inches) of the embankment so placed, but in no case
shall the top of that layer be less than 1 m (3 feet) below the subgrade. The top of
that layer shall be compacted to the satisfaction of the Engineer before any
additional material is placed thereon.

(2) When the embankment material is of a granular nature, not more than 20 percent
of which will pass a 75 µm (#200) sieve, the thickness of the layers in the upper
1 m (3 feet)) of the roadbed may be increased to not more than 300 mm
(12 inches) provided compaction is obtained by an approved compactor.

(3) When the embankment material consists of 20 percent or more by total volume
of stones and concrete fragments larger than 300 mm (12 inches) and less than
600 mm (24 inches) in greatest dimension which cannot be compacted utilizing
standard compaction processes, that material may only be placed in the portion of
the roadbed embankment lower than 1200 mm (4 feet) from the top of the
subgrade, in layers not to exceed 600 mm (24 inches) in thickness. The
67-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Contractor shall utilize special placement methods as approved by the Engineer


to mix and incorporate other acceptable embankment materials with the stones
and concrete fragments of the size shown above so the composite embankment of
smaller and larger particles is well consolidated and the voids between the larger
particles are generally filled with smaller particles.

(4) Except as otherwise permitted in (2) above, embankment materials placed


adjacent to structures within the roadbed shall be placed in layers not more than
200 mm (8 inches) in loose thickness, for a distance of at least 15 m (50 feet) on
each side of pipes 1200 mm (4 feet) or less in diameter and 30 m (100 feet) on
each side of other structures, and for the full height from the embankment
foundation to the top elevation of the structure.

(5) Except as may be necessary to obtain satisfactory compaction, layer construction


will not be required in constructing such items as ditch blocks and entrances
where the use of conventional equipment is impractical, nor in constructing such
items as channel fills, spoil banks, and berms that do not provide foundation
support for structural items.

(6) Granular Materials (3149.2B) which are excavated below the water surface or
table shall not be placed on embankment soils if the water content of the
excavated material, in the Engineer’s opinion, is causing saturation of the
previously placed embankment soils and resulting in the loss of stability and
density of these soils.

Each layer consisting predominantly of rock or broken concrete shall be leveled prior
to placing the next layer thereon, using suitable equipment operated in a manner that
will provide even distribution of the larger rock or broken concrete and fill the voids
with finer material to form a compact mass.

If, at any time prior to or during construction, the Engineer determines that it is
necessary to resort to a surcharge, the Contractor shall construct the embankment as
directed by the Engineer. The surcharge shall continue until the Engineer considers that
satisfactory subsidence has been obtained. If, at any time during the construction, the
Engineer considers it necessary, the Contractor shall excavate relief trenches as
directed by the Engineer adjacent to the toes of the embankment, and backfill them as
required.

The Department reserves the right to install settlement plates within the approach
embankments at any bridge site as well as in other embankment areas, together with
measurement control points outside the embankments, all in such locations and
numbers as the Engineer deems necessary to determine the stability of the
embankments. The Contractor's operations shall not disturb such installations. Any
settlement plates damaged or destroyed by the Contractor's operations shall be replaced
at no expense to the Department. No compensation in addition to Contract prices will

68-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

be made to the Contractor for any inconvenience or expense incurred as a result of


these settlement plate installations.

At a time designated by the Engineer, the Contractor shall complete the embankment
by adding more material or removing any excess. After satisfactory settlement of the
embankment has been obtained and the slopes have been roughly finished, the
excavated material temporarily deposited outside the embankment slopes shall be
disposed of as shown in the Plans or as approved by the Engineer.

If embankment surcharge is ordered to achieve subsidence, in the absence of Contract


provisions requiring the same, any equipment movement required thereby that would
not otherwise be necessary will be compensated for as Extra Work. Unless otherwise
specified, removal of excess materials deposited by order of the Engineer will be paid
for as Extra Work to the extent the removal is ordered by the Engineer.

Before any embankment is placed behind abutments that support steel superstructures,
the Contractor shall place temporary hardwood wedges, as directed by the Engineer,
between the superstructure and abutment parapets. These wedges shall be removed
when, in the opinion of the Engineer, satisfactory settlement of the embankment has
been secured.

When the design of a structure is such that the strength of the substructure is dependent
upon the restraining effect of the superstructure, the abutting embankment shall not be
constructed until the superstructure has been completed to the extent necessary to
provide the required restraint.

Compacting Embankments

The rate of depositing material on the embankment shall not exceed the capacity of the
leveling and compaction equipment. Compaction of this material should not be delayed
after being placed.

Rollers shall be used to compact the embankment materials in totality (area, layers,
etc.). The type of roller(s) used for compaction shall be sufficient to meet the density
requirements, as specified. The minimum size, gross weight, and applied pressure
exerted by the roller(s) shall be in accordance with the equipment requirements
specified under 2123.

The use of equipment to haul material (trucks, carryalls, scrapers, etc.) shall not be
considered in lieu of the specified compaction equipment. Construction traffic from
such hauling equipment shall be distributed uniformly over the entire embankment to
the maximum extent possible. All roadbed embankment material shall be compacted as
required herein for Specified Density Method, except as otherwise provided for
specific materials or portions of embankments.

69-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Materials placed outside of a 1 vertical to 1.5 horizontal slope down and outward from
the grading shoulder PI (point of intersection) on fills over 10 m (30 feet) in height, or
outside of a 1:1 slope down and outward from the grading shoulder PI on fills of 10 m
(30 feet) or less in height, will not be subject to the specified density requirements but
shall be compacted to the satisfaction of the Engineer.

Mechanical compaction will not be required on those portions of the embankment that
are constructed with material consisting predominantly of stone or rock fragments, nor
in conjunction with placement of slope dressing or roadside grading involving the
filling of channels and depressions where acceptable consolidation is obtained with the
grading equipment.

Density control shall not apply to waste materials (peat, muskeg, etc.) nor to any other
non-rock material utilized for incidental drainage or landscape filling outside the
roadbed embankment. However, such materials shall be consolidated to the satisfaction
of the Engineer.

F1 Specified Density Method

Where this method is specified, the Engineer will sample and test the soils that are to
be used, to determine the maximum density and Optimum Moisture, and will make
density and moisture tests on the compacted embankment, using methods described in
the Mn/DOT Grading and Base Manual.

The upper 1 m (3 feet) of the embankment, together with those portions of the
embankment that are below the upper 1 m (3 feet) but that are adjacent to structures
and are subject to the same maximum layer thickness as the upper 1 m (3 feet), shall be
compacted to a density of not less than 100 percent of maximum density. Those
portions of the embankment that are below the upper 1 m (3 feet) and that are not
adjacent to structures shall be compacted to a density of not less than 95 percent of
maximum density.

At the time of compaction, the moisture content of the embankment material shall be
not less than 65 percent nor more than 115 percent of Optimum Moisture where 95
percent of maximum density is required and shall be not less than 65 percent nor more
than 102 percent of Optimum Moisture where 100 percent of maximum density is
required.

F2 Quality Compaction (Visual Inspection) Method

When this method is specified, the equipment used in constructing the embankment
shall meet 2123 and each layer of embankment material shall be compacted until there
is no evidence of further consolidation. Embankment construction shall not continue
when, in the opinion of the Engineer, the existing soil moisture content does not allow
proper compaction.

70-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

The Engineer may elect to perform moisture and density tests as shown in the Mn/DOT
Grading and Base Manual, as needed to assist Visual Inspection. The actual density or
moisture obtained by testing the road embankment must meet or exceed the
requirements shown in 2106.3F1 Specified Density of the Standard Specifications in
order to be acceptable.

Compaction shall be obtained with a tamping roller or an approved type of vibratory


compactor, except as otherwise provided for specific materials and portions of the
embankments.

In plastic soils, pneumatic-tired, steel-wheeled, or grid rollers may be used for


compacting embankment layers 75 mm (3 inches) or less in loose thickness or for
compacting the upper 75 mm (3 inches) of thicker layers where a tamping roller will
not produce an increase in density. In nonplastic soils, pneumatic-tired, steel-wheeled,
or grid rollers may be used for compacting layers of 200 mm (8 inches) or less in loose
thickness.

Compaction shall be obtained with special compacting equipment or by hand tamping


methods where the use of conventional rollers is not feasible.

Finishing Operations

All excavation, embankment and roadside areas involved in or disturbed by the


construction shall be finished in reasonably close conformity with the established lines
and grades, including any tolerances specified. The subgrade shall be finished and
maintained as required by the applicable provisions of 2112.3. When compaction was
obtained by the quality compaction method, the final shaping of the roadbed shall be
done when, in the opinion of the Engineer, the moisture content of the upper portion of
the roadbed is suitable for that work. If necessary, in conjunction with the final
shaping, the Contractor shall, at no expense to the Department, scarify the roadbed to a
depth of 150 mm (6 inches) and recompact it.

In conjunction with the final subgrade finishing operations, the upper portion of a
granular subgrade shall be stabilized by incorporation of stabilizing aggregate if
necessary to achieve satisfactory surface stability as determined by the Engineer. The
aggregate shall be spread to the depth and width shown in the Plans or as needed and
shall be mixed (if required) with the subgrade to the extent that stability is best
achieved. After incorporation of the aggregate, the subgrade shall be recompacted and
shaped to produce a stable surface meeting the specified surface tolerances. When the
material needing stabilization was obtained by the Contractor from outside the Project
limits as an embankment material item, the furnishing and placing of stabilizing
aggregate shall be at no expense to the Department. Otherwise, this work will be
compensated for under the item "stabilizing aggregate", or as Extra Work in the
absence of a Contract item therefore.

71-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Earthwork finishing and slope dressing operations shall be conducted concurrently


with the grading operations so as to permit prosecution and completion of erosion
control items at the earliest practicable time. Slope Dressing operations shall be carried
out as soon as possible after the subsoil has been finished to grade on any significant
area. At the time the slope dressing is placed, the subsoil shall be in a loose, friable
condition for a uniform depth of at least 75 mm (3 inches), and there shall be no
erosion rills or washouts in the subsoil surface exceeding 75 mm (3 inches) in depth.
To achieve this condition scarification of the subsoil will be required as directed by the
Engineer, wherever the subsoil has been compacted by equipment operation or has
become dried out and crusted, and where necessary to obliterate erosion rills.

Subsoiling shall be required to reduce soil compaction in all areas where subsoiling is
shown on the Plan. Subsoiling shall be performed by the prime or excavating
contractor and shall occur after slope dressing placement. If subsoiling operations
bring to the surface materials that are unacceptable to the Engineer, then additional
work necessary to restore the area to acceptable conditions shall be compensated as
Extra Work.

The Contractor shall schedule a 15 meter (50 foot), two directional test and
demonstrate competence to the Engineer prior to continuing operations. The Engineer
shall identify the test area. Subsoiled areas shall be loosened to less than 1400 kPa (200
psi) to a depth of 500 mm (20 inches) of the inplace and top soil. When directed by the
Engineer, the Contractor shall verify that the subsoiling work conforms to the specified
depth. To test for conformance, the Contractor shall use a cone penetrometer that meets
standard ASAE Soil Testing Specifications of a 20 mm (13/16 inch) insertion rate per
second.

After obtaining approval by the Engineer that the equipment and methods are sufficient
to perform the work, the Contractor may proceed and complete the subsoiling
operation. Work done without the Engineers approval will be considered as
unauthorized work.

Subsoiling shall form a two-directional (90º) grid . Channels shall be created by a


commercially available, multi-shanked, parallelogram implement attached to track-
type equipment. The equipment shall be capable of exerting a penetration force
necessary for the site. No disc cultivators, chisel plows, or spring-loaded equipment
will be allowed. The grid channels shall be spaced a minimum of 300 mm (12 inches)
to a maximum of 910 mm (36 inches) apart, depending on equipment, site conditions,
and the Plan. The channel depth shall be a minimum of 500 mm (20 inches) or as
specified in the Plan. If soils are saturated, the Contractor shall delay operations until
the soil dries to field capacity or less.

Only one pass shall be performed on erodible slopes greater than 1 vertical to 3
horizontal. Work shall be at right angles to the direction of surface drainage, whenever
practical. Exceptions to subsoiling include areas within the dripline of any existing
trees, over utility installations within 750 mm (30 inches) of the surface, where
72-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

trenching/drainage lines are installed, where compaction is by design (abutments,


footings, or inslopes), and inaccessible slopes, as approved by the Engineer. In cases
where exceptions occur, the Contractor shall observe a minimum setback, as directed
by the Engineer.

Those portions of an old road that are abandoned, which are outside the grading areas,
shall be graded and finished to an acceptable contour that blends with the adjoining
terrain. On all areas where an old roadbed or temporary haul road have been located,
and are to receive turf, the existing soils and granular material shall be removed and
replaced and/or subsoiled to provide not less than 500 mm (20 inches) of loose, friable
soil below the finished surface. All structural material including granular, shall be
removed. Any temporary haul removal costs will be incidental to the Project. Removed
material may be disposed of off the Project site or recycled on the Project if approved
by the Engineer.

All depressions resulting from structure removals, debris burying, grubbing operations,
and other causes, shall be backfilled with suitable material to the designated contour
and so as to conform with any pertinent requirements.

All work involved in the finishing operations, as specified herein and as otherwise
required by the Contract, shall be compensated for as part of the payment for Contract
items covering excavation, removals, or the furnishing of material.

Method of Measurement

The Department will determine quantities for excavation and embankment according to
1901 as modified by these provisions.

Excavation Material

The Department will determine the quantities by excavated volume of the excavation
material in its original position. Volumes will be computed by the average end area
method determined from original and final cross-sections.

In excavations classified as rock, the measurement will include a volume allowance for
overbreakage if the plane of the bottom of the excavation falls within a layer or stratum
of rock. Unless other limits are shown on the typical grading sections, measurements
will include a 150 mm (6 inches) overbreak allowance outside the grading section as
indicated, with the exception that 500 mm (20 inches) (measured horizontally) will be
allowed outside of backslopes in hard rock types where pre-splitting is not required. No
overbreak allowance will be made for pre-split backslopes.

The Engineer will determine the actual limits between different material classifications
by field measurements during construction as true elevations are disclosed. If any
changes are made in the Plan grading sections or grades that affect the excavation
limits as indicated in the Contract, measurements will be taken as necessary to

73-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

establish the actual limits of excavation. Where slope dressing is required,


measurements will be taken on the finished surface after placement of the slope
dressing, and a quantity allowance will be made equal to the thickness of slope
dressing placed. In excavations made below finished grade, the limits of excavation
measurement will be as defined by the grades and slope lines, unless actual field
measurements are taken.

The Contractor may dispute the Contract excavation and embankment quantities
designated in the Plan. The Contractor is responsible for notification to the owner
pertaining to Contract quantity disputes for excavation and embankment activities. A
claim for compensation or time extension in regard to excavation and embankment
activities will be rejected, either partially or entirely, if the Contractor can not prove the
following:

x The magnitude of the dispute exceeds normal variations for earthwork items.
x The owner was given reasonable opportunity to monitor Contract impacts resulting
from quantity claims for compensation or time extension.

The limits for determination of quantities will be defined by the cross-sections. The
limits for quantity determinations will not extend beyond the authorized grading
sections, except for the allowances specified. Quantity deductions will be determined
by actual or fixed dimensions to exclude materials encompassed by the excavation
measurements that are to be removed under other Contract items. Excavation and
embankment quantities, will be recomputed or otherwise adjusted on the basis of actual
limits as measured or otherwise fixed, and payment for the applicable items will be
made as altered thereby.

Embankment Mater ial

The Engineer will measure embankment material by volume according to 1901 and as
specified in the Contract as Compacted Volume (CV). Only those materials accepted
for use on the Project will be measured for payment under the embankment material
items.

Blank

Stabilizing Aggr egate

The Engineer will measure stabilizing aggregate according to 1901 by compacted


volume (CV) as furnished and incorporated into the subgrade.

Subsoiling

The Engineer will measure subsoiling according to 1901 by area field measurement.

74-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Basis of Payment

Payment for the accepted quantities of stabilizing aggregate at the Contract prices per
unit of measure will be compensation in full for furnishing and placing the material as
specified, including final finishing operations.

When the Contractor is required to obtain embankment material from a source


specifically stipulated in the Contract, any required incidental pit excavation (stripping,
waste, etc.) will be compensated for separately, or as Extra Work in the absence of
such payment provisions.

Payment for the accepted quantities of the following Excavation Items at the Contract
Unit Price per cubic meter [cubic yard] will be compensation in full for all costs of
scalping and preparing the excavation and embankment construction areas; of
excavating, loading, and hauling the excavated material needed for the specified
embankment construction; or of hauling and disposing of materials not needed or
unsuitable for the embankment construction. No direct compensation will be made for
the costs associated with the temporary stockpiling of material on the Project or
construction of temporary access roads.

Payment for the accepted quantities of the following Embankment Items at the
Contract Unit Price per cubic meter [cubic yard] (CV) will be compensation in full for
all costs of constructing the embankment as specified in the Plans including the
placing, compacting and finishing of materials from the roadway excavation and/or
furnishing, hauling, placing, compacting and finishing materials obtained from off the
Project that may be needed to supplement the available embankment material from the
Project excavation. No direct compensation will be made for water used in
conjunction with the mixing, placing, and compacting operation; construction of
temporary access roads; or any incidental pit stripping, waste excavation, clearing and
grubbing, slope dressing, pit shaping, seeding or other expenses incurred in supplying
grading material from off the Project.

Extra Work compensation will be provided for the removal and disposal of any debris
encountered in the excavations to the extent that its existence was not known to the
Contractor at the time of bidding, and then only when it’s satisfactory removal and
disposition requires separate handling or the use of special equipment.

Compensation for roadway excavation items will include any increased haul costs not
qualifying for Extra Work compensation or bid price adjustment in consideration of
1402.

If the Proposal fails to include a bid item for Excavation – Rock and material is
uncovered that is so classified, excavation of the rock will be paid for separately at the
Contract price for Excavation – Common, plus an additional $26.00 per cubic meter
($20.00 per cubic yard). Such stipulated prices for rock excavation will apply up to a
75-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

maximum of 200 m3 (260 cubic yards) of excavation per item or to such quantity as
may be performed by mutual consent prior to execution of an Extra Work agreement.

If any Excavation - Muck in addition to that indicated in the Plans is required by the
Engineer, when payment is made on the basis of excavation volumes, the increased
quantity will not be considered as a basis of claim for increased compensation, except
as provided by the following:

a) That portion of the additional excavation that is removed from below a plane
parallel to and 5 m (15 feet) below the natural ground surface will be measured
in 2 m (5 foot) depth zone increments and paid for separately at adjusted unit
prices. The adjusted unit price will be equal to the Contract bid price for
Excavation - Muck plus $0.39 per cubic meter ($0.30 per cubic yard) for the
additional excavation within the 5-7 m (15-20 foot) depth zone and an additional
$0.26 per cubic meter ($0.20 per cubic yard) for each additional 2 m (5 foot)
increment of depth beyond 7 m (20 feet).

b) If any portion of the additional excavated material in excess of 10% of the


planned quantity should be required to be placed in a disposal area other than
shown or described for the planned excavation, any additional costs incurred will
be compensated for as Extra Work.

The adjusted unit prices specified above for Excavation – Muck will be compensation
in full for all additional costs incurred in excavating to depths greater than planned, in
finishing the additional disposal quantities and areas, and in rehandling any materials
deposited within the extended excavation limits. Payment at the Contract price will
include full compensation for all pumping and dewatering specifically required, for all
rehandling and hauling of the excavated material that is necessary for its disposal, and
for all finishing of the disposal areas.

Partial payments will be subject to withholding of a portion of the Contract amount to


cover the reasonable value of any uncompleted operations that are designated as a part
of the complete unit. The amounts so withheld will be based upon the estimated
surface area exposed to probable erosion without the required surface finishing and turf
establishment operations being completed.

All areas within the grading construction limits, exclusive of roadbed areas, on which
the natural vegetation has been rendered ineffective by the grading or grubbing
operations, will be considered as being exposed to probable erosion until such time that
the final surface finishing and turf establishment operations have been completed.

The amounts to be withheld on each partial estimate will be the product of $7,413.00
per hectare ($3,000.00 per acre), unless otherwise stated in the Contract, and the
estimated number of unfinished hectares (acres) exposed to probable erosion at the
time the estimate is prepared. This withholding will apply to the entire Project or to any
area, as determined by the Engineer.
76-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

For application and release purposes, the Project may be divided into separate control
areas based on earthwork balance points, drainage area boundaries, or roadway
segments as indicated in the Contract or as otherwise deemed appropriate by the
Engineer.

Upon completion of the rough grading operations and placement of slope dressing in
each control area, the amount withheld for that area will be reduced by 50 percent.
Once mulch has been placed, the amount will be reduced by an additional 30 percent.
Full release of the amount withheld will be made when the seeding has been accepted.

Whenever the possibility for erosion damage or water pollution exists, release of
withheld amounts will not be made for a control area until adequate temporary or
permanent erosion control measures have been provided.

Payment for excavation and embankment construction will be made on the basis of the
following schedule:

Item No. Item Unit


2106.607 Excavation – Common cubic meter (cubic yard)
2106.607 Excavation – Subgrade cubic meter (cubic yard)
2106.607 Common Embankment (CV) cubic meter (cubic yard)
2106.607 Select Granular Embankment (CV) cubic meter (cubic yard)
2106.605 Subsoiling hectare (acre)

The full provisions of 1903 shall apply to all 2106 pay items with the exception of all
Excavation and Embankment pay items. Standard Specification 1903 is modified for
the Excavation and Embankment pay items included with the 2106 Excavation and
Embankment specification to the extent that any references to 75 percent shall be
construed to read 90 percent and any references to 125 percent shall be construed to
read 110 percent.

S- 52 (2123) EQUIPMENT RENTAL


The provisions of Mn/DOT 2123 are modified and/or supplemented with the
following:

The following is added to Mn/DOT 2123.3 SPECIFIC REQUIREMENTS:

N Disk Harrow

The disk harrow shall be of sufficient size and mass to manipulate the soils to a depth
of approximately 300 mm [12 inches] and shall meet the approval of the Engineer.

77-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

The following is added to Mn/DOT 2123.5 BASIS OF PAYMENT:

2123.610 Disk Harrow hour

S- 53 (2123) STREET SWEEPER (WITH PICKUP BROOM)


This work shall consist of street sweeping expressed on an hourly basis for actual time
on site. The unit price shall include labor, all required sweeping equipment and transit
time to and from the site as required. Sweeping equipment to be provided shall be
approved by the Engineer to provide adequate pickup of debris. All street sweeping
shall be done as authorized or requested, in writing, by the Engineer to comply with
these specifications. No payment shall be made for street sweeping not deemed
necessary or authorized by the Engineer.

Street Sweeping, as requested by the Engineer, shall be paid for under Item No.
2123.610 Street Sweeper (With Pickup Broom) at the Contract unit price per hour and
shall be compensation in full for all equipment, labor and materials necessary to
complete the work as specified.

S- 54 (2211) AGGREGATE BASE


Aggregate base courses shall be constructed in accordance with the provisions of
Mn/DOT 2211 except as modified below:

Compaction shall be achieved by the “Penetration Index Method" described in


Mn/DOT 2211.3C.

The aggregate base shall be produced and placed under the Contractor’s quality control
program in accordance with the Mn/DOT Grading and Base Manual.

The last paragraph in Mn/DOT 2211. 3C2 Quality Compaction Method, is revised to
read as follows:

The Engineer may elect to perform density tests as shown in the Mn/DOT Grading and
Base Manual, as needed to assist inspection. The actual density obtained by testing the
aggregate base must meet or exceed the requirements shown in 2211.3C1 Specified
Density or 2211.3C3 Penetration Index Method in order to be acceptable.

The first sentence in Mn/DOT 2211.3F1 Gradation Control, is revised to read as


follows:

The Contractor and/or aggregate producer shall be responsible for maintaining a


gradation control program in accordance with the random sampling acceptance method
described in the Mn/DOT Grading and Base Manual.

Mn/DOT 2211.3F2(d) under Acceptance Testing is hereby deleted and replaced with
the following:

78-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

(d) Samples for gradation testing will be taken randomly by the Engineer prior to
compaction, in accordance with the random sampling method described in the Grading
and Base Manual. All gradation tests will be reported to the nearest whole number,

 #200] sieve will be reported to the nearest one tenth of one percent
(0.1%).

Mn/DOT 2211.3F2(j) under Acceptance Testing, is revised to read as follows:

(j) One gradation sample will be taken from each sublot and tested. Payment will be
based on the average results from the four sublot samples for each specified sieve.

The third paragraph after Mn/DOT 2211.3F2(k) under Acceptance Testing, is revised
to read as follows:

A 5% price reduction will be assessed to both individual or averaged test lots for each
test result that fails to meet specified gradations for sieve sizes not listed in Tables
2211-B and 2211-C by more than 2%. These price reductions are cumulative and shall
be analyzed both separately and averaged by lot when applicable.

Table 2211-B in Mn/DOT 2211.3F2 Acceptance Testing, is hereby deleted and


replaced with the following:
Table 2211-B
AGGREGATE BASE PAYMENT SCHEDULE
(4 Sublots/4 Samples)
% Passing Outside Specified Limits*
4.75 mm (#4),
2.00 mm (#10), Acceptance

 #200) Sieve
and 425 m (# 40) Schedule
Sieves (Price Reduction)
1 0.1 5%
------------- 0.2 6%
------------- 0.3 9%
------------- 0.4 11%
------------- 0.5 14%
2 0.6 15%
>2 > 0.6 Corrective Action
*Based on average of 4 tests
Price reductions for more than one failing sieve size shall be
cumulative. The compensation due to the Contractor for the
quantity of material represented by the failing test results shall be
reduced by the sum of the respective percentages.
The contractor does not have the option of taking a price reduction
in lieu of complying with the Specifications.

The following is added to Table 2211-C in Mn/DOT 2211.3F2 Acceptance Testing:

79-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Substantial compliance will be applied to no more than one test failure. Substantial
compliance will be eliminated when two or more test failures occur and test failures
meeting substantial compliance will be subject to the next higher price reduction. One
sieve failure = one test failure. Test failures for each material type will be treated
separately.

The following is added to Table 2211-D in Mn/DOT 2211.3F2 Acceptance Testing:

Substantial compliance will be applied to no more than one test failure. Substantial
compliance will be eliminated when two or more test failures occur and test failures
meeting substantial compliance will be subject to the next higher price reduction. Test
failures for each material type will be treated separately.

S- 55 (2232) MILL PAVEMENT SURFACE


The provisions of Mn/DOT 2232 are modified and/or supplemented with the
following:

The following is added to Mn/DOT 2232.3B:

The Contractor shall be responsible for the riding surface quality of any milled surface
on this Project, to keep it in good riding condition whenever a milled surface is opened
to traffic. Any work necessary by the Contractor to maintain the milled surface in
riding condition shall be incidental.

S- 56 CERTIFIED READY-MIX CONCRETE PLANTS


Mn/DOT 2461.4D7 is hereby deleted and replaced with the following:

D7 Certified Ready-Mix Plant Program

Mn/DOT requires quality control of concrete production under a Certification program


for ready-mix concrete plants. The Prime Contractor is responsible to assure that all
ready-mix concrete used on this Contract is produced by a certified ready-mix plant.

To ensure that proper testing procedures and documentation are followed, the Ready-Mix
Producer shall obtain and have on site a copy of the Current Mn/DOT Concrete Manual.
The manual is available via the Mn/DOT Concrete Engineering Unit website.

To facilitate communication between the Producer and the Engineer regarding quality
control, the Producer shall equip the Certified Ready-Mix Plant with a working
facsimile machine or a working email address.

80-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

D7a Certification Documents

The Contractor shall obtain all of the ready-mix concrete used on this Contract from a
Certified Concrete Plant meeting all of the pertinent requirements of 1604 and 2461
and the following.

It is the Prime Contractor's responsibility to ensure that the Ready-Mix Concrete


Producer adheres to all of the requirements. At the time of delivery, a computerized
Certificate of Compliance shall accompany each truckload of ready-mixed concrete
used by the Contractor or any sub-contractor on this Contract. Computerized means
that the concrete mix design quantities batched are recorded from load cells and
meters.

If the computer that generates the Certificate of Compliance malfunctions, the Producer
may finish any pours that are in progress provided the plant issues handwritten
Certificates of Compliance on the most current version of Mn/DOT form TP 00042.
New pours shall not commence without a working computerized Certificate of
Compliance.

The Certificate of Compliance shall label each item of information and shall include:

1) Name of the ready-mix concrete plant


2) Name of the Contractor
3) Date
4) State Project Number (SP) or (SAP)
5) Bridge Number (when applicable)
6) Time concrete was batched
7) Truck number
8) Quantity of concrete in this load
9) Running total of each type of concrete, each day for each project
10) Type of concrete (Mn/DOT Mix Designation Number)
11) Cementitious Materials including brand, type and production mill and
production power plant for fly ash using MN/DOT Standard Abbreviations
available on the Concrete Engineering Unit website
12) Admixture brand and product name using MN/DOT Standard Abbreviations
13) Aggregate sources using State Pit Numbers
14) Admixture quantity per 100 wt. of cement or oz/cm(cy) for:
x air-entraining admixtures,
x water reducing admixtures,
x other admixtures
15) The Certificate of Compliance shall list the batch information for all materials
and use Mn/DOT standardized labels to represent each column in the order
listed below. It is preferable that all the information is presented across the
page (a through k) but printing the information using two lines is satisfactory

81-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

provided that the materials are identified in each line of information and is
presented in the following order.

Metric Certificate of Compliance


CATEGORY STANDARD
LABEL
a) Ingredients (aggregate, cementitious, water, Ingredient
admixtures)
b) Product Source (Mn/DOT Standard Abbreviation) Source
c) Total Moisture Factor (in decimals to 3 places) MCFac
d) Absorption Factor (in decimals to 3 places) AbsFac
e) Mn/DOT mix design oven dry (OD) weights (kg/m3) OD
f) Absorbed moisture in the aggregates (kg/m3) (e x d) Abs
g) Saturated surface dry (SSD) weights for aggregates SSD
(e + f)
(kg/m3)
h) Free moisture (kg/m3) (c - d) x e Free Mst
i) Target weights for one cubic meter of concrete CM Targ
(g + h)
(kg/m3)
j) Target batch weights (kg) (CMs x i) Target
k) Actual batch weights (kg) Actual

English Certificate of Compliance


CATEGORY STANDARD
LABEL
a) Ingredients (aggregate, cementitious, water, Ingredient
admixtures)
b) Product Source (Mn/DOT Standard Abbreviation) Source
c) Total Moisture Factor (in decimals to 3 places) MCFac
d) Absorption Factor (in decimals to 3 places) AbsFac
e) Mn/DOT mix design oven dry (OD) weights (lbs/cy) OD
f) Absorbed moisture in the aggregates (lbs/cy) (e x d) Abs
g) Saturated surface dry (SSD) weights for aggregates SSD
(e + f)
(lbs/cy)
h) Free moisture (lbs/cy) (c - d) x e Free Mst
i) Target weights for one cubic yard of concrete (lbs/cy) (g + h) CY Targ
j) Target batch weights (lb) (CYs x i) Target
k) Actual batch weights (lb) Actual
Note: Actual cubic meters (cubic yards) batched may vary due to differences in: air content,
weight tolerances, specific gravities of aggregates and other variables.

16) Total Water (Batch Water + Free Moisture) (kg/lbs)

17) The Certificate of Compliance shall compute the water available to add [(Mix
Design Water)x (CM (CY’s)) – Total water] (liters/gallons)

The Certificate of Compliance shall provide space for water adjustment


information, including:
1. Water in liters (gallons) added to truck at plant (filled in by batchman
or driver)
2. Water in liters (gallons) added to truck at the jobsite (filled in by driver)

82-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

3. Total actual water in kg (lbs) = (Total Water from Certificate of


Compliance + any additions) (filled-in by Field Inspector)

Note: Drivers are required to fill-in spaces. Enter Zero (0) if no water is
added.

18) The ticket shall also include the following information printed with enough
room beside each item to allow the field inspector to record the appropriate test
results: air content, air temperature, concrete temperature, slump, cylinder
number, location/part of structure, time discharged, and signature of Inspector.

19) Location for Producer’s Representative signature.

A Mn/DOT Certified Plant 1 Technician representing the Producer shall review


the first Certificate of Compliance for each mix type, each day, for accuracy
and hand sign the Certificate at a location designated for signature. By signing
the Certificate of Compliance the representative agrees to the terms of this
policy and certifies that the materials itemized in this shipment comply with the
applicable Minnesota Department of Transportation specifications and the
Project Plans.

Definitions
Mix Design Water – The maximum allowable water content for one cubic meter (yard)
of concrete as noted on Mn/DOT Estimated Composition of Concrete Mixes Form TP-
02406

Total Moisture Factor - Total amount of water carried by a given aggregate.

Absorption Factor - Water contained within the pores of the aggregate and held within
the particles by capillary force.

Free Moisture – The water that is carried on the surface of the aggregate that becomes
part of the total water

Batch Water – Water actually batched into the truck or mixer by the batcher

Total Water = Batch Water + Free Moisture

Temper Water – Water added in mixer to adjust slump.

Total Actual Water - The water in the concrete mixture at the time of placement from
any source other than the amount absorbed by the aggregate. It includes all batch water
placed in the mixer, free moisture on the aggregate and any water added to the ready
mix truck prior to placement

83-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Ready-Mix Producer or “Producer” – Party that is producing the concrete for the
Contract. It is understood that the Ready Mix Producer is the agent of the Prime
Contractor

D7b Quality Control Testing and Sampling


The Prime Contractor/Producer, supplying concrete from a Ready-Mix Plant involved
in the Certified Plant Program, will provide testing of the materials in the concrete as
outlined below. A Concrete Plant Level 2 Technician Quality Control Supervisor,
certified by Mn/DOT, shall oversee all testing and plant operations. The Quality
Control Supervisor shall remain on site during concrete production or be accessible by
cellular phone to assure their presence at the plant site within one hour. A Mn/DOT
Certified Plant Technician will maintain or oversee the maintenance of a plant diary.
The diary, kept at the plant site for 5 calendar years, will document yards produced
each day, tests performed, material problems, breakdowns, weather, etc., all to the
approval of the Engineer.

The testing rates stated in the Schedule of Materials Control are minimums. All
samples shall be taken in a r andom manner using an appr opr iate number
gener ator . Changes in the material require taking additional tests. Changes include
but are not limited to: variable gradation results, new aggregates arriving on site,
moisture conditions changing due to weather, or any other condition that warrants
additional testing in the opinion of the Engineer. The Agency may determine when
additional testing is necessary.

Mechanical shakers are required for sieve analysis of fine and coarse aggregates.
AASHTO Standard Specifications for Transportation Materials and Methods of
Sampling and Testing discuss the equipment and calibration necessary for performing
the required tests. The following is a list of the applicable tests and standards.

AASHTO T-27...........Sieve Analysis of Fine and Coarse Aggregates


AASHTO T-255.........Total Moisture Content of Aggregate by Drying
AASHTO M-92 .........Wire-Cloth Sieves for Testing Purposes. The sieves shall
comply with the requirements of 5-693.420B of the
Department's Bituminous Manual "Equipment Calibration and
Verification Policies and Procedures for Laboratory
certification".
AASHTO M-231 .......Weighing Devices Used in the Testing of Materials. The scales
shall comply with the requirements of 5-693.820 of the
Department’s Bituminous Manual “Calibration of weigh
scales”.

The provisions of 2461.4D3 apply regarding requirements to notify the Engineer of


intent to pour concrete. If the Ready-Mix Producer needs to change plants for an
unexpected reason, it is allowable on an infrequent basis if the Quality Control
Supervisor obtains approval from the Project Engineer or Metro Inspection (for the
Metro District) before the plant change is made.
84-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

The Agency Plant Monitor shall watch the material sampling process whenever
possible.

D7c Moisture Content

All moisture tests are run by a Plant Level 1 Technician certified by Mn/DOT.

The Ready-Mix Producer shall determine the moisture content in all fractions of the
aggregate according to the Schedule of Materials Control. Changes in the material
may require additional testing. The Producer is responsible for all costs associated
with determining the moisture content, including equipment, labor, and materials.

The Ready-Mix Producer will document each moisture test, which is kept on file at the
plant site for 5 calendar years. The moisture content of each aggregate is charted and
available at the plant. The Producer must allow Agency personnel to observe the
batching process to verify weights shown on the Certificate of Compliance.

D7c1 Moisture Content Determination by Oven Dry Method

The moisture content of the aggregate is determined by the oven dry method as
outlined in the Mn/DOT Concrete Manual.

D7c2 Moisture Content Determination by Moisture Probe

In lieu of performing oven dry moisture contents on fine aggregate, the Producer may
use a moisture probe. To obtain approval for the use of a moisture probe, the Producer
must calibrate the moisture probe before each construction season using the method
described in 5-694.142 of the Mn/DOT Concrete Manual. The written permission of
the Engineer is required to use other methods.

The Producer must complete an oven dry moisture comparison on the fine aggregate
and chart both the probe moisture content and the oven dry method results at a
minimum rate of once per week.

D7d Gradations

All gradation testing is performed by a Plant Level 1 Technician certified by Mn/DOT.


Minimum testing rates shall be determined according to the Schedule of Materials
Control.

The Ready-Mix Producer shall determine the gradation of the fine aggregate to ensure
conformity to Mn/DOT Specification 3126 and the coarse aggregates to ensure
conformity to Mn/DOT Specification 3137 or as otherwise required or permitted in the
Special Provisions of the contract. The Producer is responsible for all costs associated
with running gradations including equipment, labor and materials. The Producer shall

85-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

perform all testing at the plant site to ensure immediate re-sampling and testing of
failing material.

The Producer shall run gradations and perform calculations as outlined in the Mn/DOT
Concrete Manual. The Producer shall split and bag all Quality Control samples and
clearly identify them (Date, Test No., Time, Type of Material, Plant, Sampling
Location) and retain them for a period of two weeks for companion sampling by the
Agency.

The Ready-Mix Producer shall document the results of all gradations on the Weekly
Concrete Aggregate Report (Mn/DOT Form 2449) utilizing every other column to
provide room for Agency companion results. The Ready-Mix Producer will chart all
sieves of the coarse aggregate and the 2.36 mm (#8), 600 µm (#30), and 300 µm (#50)
sieves of the fine aggregate quality control samples using procedures outlined in the
Concrete Plant 1 Certification Course. In addition, the Producer shall plot the results
of the Agency verification samples on the same chart. Supporting documentation for
all gradations and charts is kept on file at the plant site for 5 calendar years.

Agency Plant Monitors will take verification samples according to the Schedule of
Materials Control. (NOTE: Where problems with compliance with the Certified
Ready Mix Program occur, plant inspections and testing rates shall increase).
Agency verification samples are used for acceptance unless specified elsewhere in the
Contract.

Agency Plant Monitors shall observe the actual water batched on a minimum of one
load of concrete each time a verification gradation is collected. This observation
includes: watching the ready-mix truck reverse the drum after washing to remove all
wash water, checking to verify that an accurate moisture test is utilized during
batching, confirming that the water measuring device is providing accurate data, and
verifying that any additional water added to adjust the slump is recorded. It is
extremely important that the actual water is verified since the durability of the concrete
depends on maintaining a low water-cement ratio. The Agency Plant Monitor shall
document the actual water batched on the Weekly Certified Ready-Mix Plant Report
(Mn/DOT Form 24143) and submit a copy to the Concrete Engineering.

If the gradation tests on split samples from quality control or verification samples
result in a variation between the Producer and the Agency greater than that set forth
below, the two parties will cooperatively take and split a new sample. The Producer’s
representative shall test the sample while witnessed by the Agency Plant Monitor. If
this problem continues, the Project Engineer, the District Materials Engineer and the
Concrete Engineer will make a total review of this plant.

Allowable variations on percent passing any sieve:

86-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Sieve % Allowed
50 mm - 9.5 mm (2" - 3/8") + or - 6
4.75 mm - 600 µm (#4 - #30) + or - 4
300 µm (#50) + or - 3
150 µm (#100) + or - 2
75 µm (#200) + or - 0.6

The Ready-Mix Producer, after an acceptable time period, may request a reduction in
testing rates if past results warrant. Such a request is subject to approval by the
Mn/DOT Concrete Engineer. This approval is based on extraordinary procedures
performed by the Aggregate Supplier and Ready-Mix Producer to ensure consistency
and quality control. Extra fractions and bins are an example of such a procedure.

D7e Concrete Plant Contact Report

Prior to the production of Agency concrete each construction season, an Agency and a
Producer technician with Concrete Plant 1 certification shall perform a thorough on-
site inspection of the concrete plant and complete a Concrete Plant Contact Report
(Mn/DOT Form 2163). The Producer signs the report thereby certifying compliance
with the Certified Ready Mix requirements and continual maintenance of the plant as
reviewed.

D7f Non-Compliance

If a proposed plant cannot produce concrete, perform testing, or report information as


required during completion of the Concrete Plant Contact Report, concrete from this
plant is not acceptable.

After completing the Concrete Plant Contact Report and starting any Project,
procedural changes that cause non-compliance with this program will result in
decertification of the plant and cessation of further production of concrete for the
Project. Decertification will also occur at any plant that continually produces concrete
that is in noncompliance as detailed above. Complete disregard of this specification or
fraudulent test reports are grounds for immediate Decertification. Decertification
could include any or all, but is not limited to, the following actions:

1) Revocation of Plant Certification.


2) Revocation of Technician Certification for individual(s) involved.
3) Loss of bidding privileges as determined by the State Construction Engineer.
4) Criminal prosecution for fraud as determined by the Attorney General.

Decertification actions are determined by the Mn/DOT Concrete Engineer.

87-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

S- 57 CONCRETE CURING
Mn/DOT specifications: 2301.3M2, 2401.3G, 2404.3C3, 2521.3C3b, 2531.3G2 are
hereby modified to include the following provision:

The Contractor shall place all types of membrane cure material homogeneously to
provide a uniform solid white opaque coverage on all exposed concrete surfaces (equal
to a white sheet of typing paper). The membrane cure shall be placed within ½ hour of
concrete placement or once the bleed water has disappeared unless otherwise directed
by the Engineer. Failure to comply with these provisions will result in a price
reduction for the concrete item involved in accordance with Mn/DOT 1503.

Exception: Specific Mn/DOT approved alpha methyl styrene curing membranes


may have a base color (i.e. yellow) that cannot comply with the above
requirement. In this case, the color shall be of a uniform solid opaque consistency
meeting the intent of the above requirement.

S- 58 (2301) CONCRETE PAVEMENT


Concrete Pavement shall be constructed in accordance with the provisions of Mn/DOT
2301 and as modified below:

PAVEMENT TEXTURE
Remove the third through fourth paragraphs of Mn/DOT 2301.3L and any other
references to tining in the concrete pavement and replace with the following:

The texture achieved shall be tested by the Concrete Paving Contractor in accordance
with ASTM E 965-87, "Test Method for Measuring Surface Macrotexture Depth Using
a Sand Volumetric Technique", to ensure the texture is adequate for skid resistance.
The test location will be determined by the Agency and at a point located transversely
to fall in the outside wheelpath. The results of ASTM E 965-87 shall show an average
texture depth of any lot, as defined below, shall have a minimum value of 1.00 mm
(1/25 inch). Any lot showing an average of less than 1.00 mm (1/25 inch) but equal to
or greater than 0.80 mm (1/32 inch) will be accepted as substantial compliance but the
Contractor shall amend their operation to achieve the required 1.00 mm (1/25 inch)
minimum depth. (It is not the intention of this tolerance to allow the Contractor to
continuously pave with an average texture depth of less than 1.00 mm (1/25 inch)).
Any lot showing an average texture depth of less than 0.80 mm (1/32 inch) shall
require concrete grinding of the pavement represented by this lot to attain the necessary
texture. Any individual test showing a texture depth of less than 0.70 mm (1/36 inch)
shall require concrete grinding of the pavement represented by this test to attain the
necessary texture of 1.00 mm (1/25 inch). Limits of any failing individual test shall be
determined by running additional tests at 30 m (100 foot) intervals before and after the
failing test location. All testing of the surface texture shall be completed no later than
the day following pavement placement.

88-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

A lot shall represent one days paving per driving lane. Lots shall be broken down into
sublots representing 300 m (1000 linear feet) of pavement. Each lot shall have a
minimum of 3 sublots. If production results in less than 3 sublots per day, the
quantities shall be included in the next day of concrete production. All adjoining
driving lanes shall be tested at the same location but shall be considered individual lots.

The test locations will be randomly chosen by the Agency and given to the Contractor.
The location of the test shall be determined using a random number chart (or other
approved method) and multiplying the random number by the 300 m (1000 linear
foot) sublot size (Example: Random number (0.65) X 300 m (1000 linear foot) results
in taking a sample from the load representing the 195 m (650 linear feet) from the
previous sublot extents).

Mn/DOT 2301.3A2a is hereby modified with the following:

In lieu of providing a working fax machine the Contractor shall provide a working
email address.

Mn/DOT 2301.3A3 is hereby modified with the following:

The Contractor shall not operate any vibratory equipment adjacent to the newly placed
concrete for a minimum of 24 hours. Vibratory operations and backfilling may
commence after 72 hours or after the concrete has reached a flexural strength in
accordance 2301.3A7 or minimum compressive strength of 3000 psi. The concrete
control specimens shall be cast, cured, and tested as prescribed in the MN/DOT
Standard Specifications 2461.4A5. If high early-strength concrete is permitted, the
curing period may be reduced to a minimum of 24 hours or as directed by the
Engineer. Should any damage result, the operations shall be suspended until corrective
action has been taken and the concrete may be subject to 1503 and 1512.

The following vibratory equipment shall be excluded from these restrictions after 24
hours:
x Hand operated concrete consolidation equipment
x Hand held vibratory plate compactors
x Other equipment/operations may be excluded at the discretion of the Concrete
Engineer

Mn/DOT 2301.3A6 is hereby deleted and replaced with the following:

Where so indicated in the Plans or directed by the Engineer, a section of pavement


shall be constructed of high early strength concrete at important road crossings,
intersections, driveway entrances, or other locations where early use of the pavement
may be required to accommodate traffic.

89-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Because of the accelerated rate of hardening of high early strength concrete, the
Contractor shall take such extra precautions as necessary to ensure satisfactory
finishing of these sections.

Paragraph 1 of Mn/DOT 2301.3H1c is hereby deleted and replaced with the following:

Full-width vibrators shall operated between 60 (3600 VPM) and 117 Hz (7000 VPM)
in concrete and between 70 (4150 VPM) and 133 Hz (8000 VPM) when checked in air.
The vibrators may be either of the surface or internal vibration type. The vibrator
impulses shall be delivered directly to the concrete and the intensity of vibration shall
be sufficient to consolidate the concrete mass thoroughly and uniformly throughout its
entire depth and width. The Contractor shall be allowed to increase the speed of the
vibrators with the permission of the Engineer. Additional testing may be required as
determined by the Engineer at no expense to the Agency.

The last sentence of Paragraph 3 of Mn/DOT 2301.3J is hereby deleted and replaced
with the following:

A record of data (CD) shall be provided by the Contracting Authority upon completion
of the concrete paving operation. The Engineer may request the vibration data daily.

Paragraph 2 of Mn/DOT 2301.3B is hereby deleted and replaced with the following:

If the slipform method of construction is used, the base course from out to out of the
paver treads shall be accurately fine graded to the required elevation by an approved
fine grading machine mounted on crawler treads. Base construction shall be completed
and the required subgrade density obtained to a width at least 1.3 m (4 feet) beyond the
outside edges of the pavement including any integrant curb before the fine grading is
performed unless otherwise shown in the plans or directed by the Engineer. The
aggregate base shall have sufficient stability and firmness to support the fine grading
equipment and slipform paver without any serious distortion of the alignment or grade
line.

Mn/DOT 2301.3K shall be modified to include the following:

Transverse construction headers using the dowel splicer bar basket assembly shall be
designed and placed in accordance with Standard Plate 1150M (Sheet 1 of 2) in all
mainline concrete pavement. In areas where the Engineer determines it is not feasible
to install a dowel splicer bar basket assembly, the transverse construction header joints
shall be formed by installing a header shaped to conform to the pavement cross-section
and slotted or drilled for tie bars.

Mn/DOT 2301.3M(6) is hereby deleted.

Mn/DOT 2301.3P1 is hereby deleted and the following substituted therefore:

90-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

2301.3P1 Workmanship and Quality

2301.3P1a Surface Requirements

2301.3P1a (1) Defective Pavement


The Engineer will only accept pavement that meets the specified requirements within
permissible tolerances for payment at the Contract bid prices. Pavement that fails to
meet the minimum requirements when tested in the prescribed manner is considered
defective. Defective pavement is subject to the provisions made herein for correction
or adjusted payment. In addition, the concrete incorporated in the work is subject to
2461.

The Engineer shall determine the limits of each individual defective pavement area
and, when such areas are subject to price adjustment, the area is computed to the
nearest whole square meter (square yard), except that areas of less than 1 m2 (square
yard) are considered 1 m2 (square yard). The condition of each individual defective
area of pavement is assessed based on the greatest deficiency within that area.

2301.3P1a (2) Random or Uncontrolled Cracking

If any random or uncontrolled crack occurs in concrete pavement, the Engineer may
require replacement of the pavement or portions thereof or require repairs and/or may
require a reduced payment. If the Engineer approves repair of the pavement, the
Contractor shall repair the pavement using dowel bar load transfer techniques listed in
the latest Department’s Concrete Pavement Rehabilitation Standards/Details. The
Contractor shall submit to the Engineer for approval, the specific standard technique
intended for repair. After approval by the Engineer, the Contractor will perform
replacement or repair work at no expense to the Department. The Contractor shall
replace failed repairs at no expense to the Department. Acceptance of the repairs shall
comply with the acceptance procedure for the pavement portion of the Project.

2301.3P1b(5) Bump and Dip Requirements

Bumps and dips in the longitudinal direction will be determined in accordance with
California Test Method 526. Bumps and dips in the transverse direction will be
determined using a 0.9144 m (3 foot) straight edge. Bumps greater than 7.62 mm in a
7.62 m (0.3 inch in a 25 foot) span in the longitudinal direction or 7.62 mm in a
0.9144 m (0.3 inch in a 3 foot) span in the transverse direction shall be identified
separately. Dips greater than 12.7 mm in a 7.62 m (0.5 inch in a 25 foot) span in the
longitudinal direction or 12.7 mm in a 0.9144 m (0.5 inch in a 3 foot) span in the
transverse direction shall be identified separately.

When the profile trace shows a successive, uninterrupted bump, dip, or dip, bump
combination (up to a maximum of 3 alternating trace deviations that relate to one bump
or dip on the roadway), identify and evaluate these occurrences as one event. These

91-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

combinations of deviations shall be counted only once for the purposes of calculating
price deductions. One event is confined to a 9.144 m (30 feet) longitudinal section.

Bump Requirements

(1) Bumps between 7.62 mm and 10.16 mm (0.3 inches and 0.4 inches) may
remain in place without correction or penalty if the ride is satisfactory in the
judgment of the Engineer.
(2) All bumps greater than 10.16 mm (0.4 inches) in the longitudinal or transverse
direction shall be corrected.
(3) Corrected bumps will be considered satisfactory when the profilogram shows
the deviations are less than or equal to 7.62 mm in a 7.62 m (0.3 inch in a 25
foot) span in the longitudinal direction or 7.62 mm in a 0.9144 m (0.3 inch in a
3 foot) span in the transverse direction.

Sections that are excluded according to Table 2301-P1 and are 72 km/hr (45 mi/hr) or
less, are subject to the modified bump requirements as follows:

(1) Bumps greater than 12.7 mm in a 7.62 m (0.5 inch in a 25 foot) span in the
longitudinal direction or 12.7 mm in a 0.9144 m (0.5 inch in a 3 foot) span in
the transverse direction shall be identified separately.
(2) Bumps greater than 12.7 mm (0.5 inch) shall be corrected by removal and
replacement of the pavement or by concrete grinding. If the Engineer does not
order corrective work for bumps greater than 12.7 mm in a 7.62 m (0.5 inches
in a 25 foot) span in the longitudinal direction or 12.7 mm in a 0.9144 m (0.5
inch in a 3 foot) span in the transverse direction, the Contractor is assessed a
$1500 penalty for each bump in each traffic lane.

Dip Requirements

(1) Dips greater than 12.7 mm (0.5 inch) shall be corrected by removal and
replacement of the pavement or by concrete grinding.
(2) Corrected dips will be considered satisfactory when the profilogram shows the
deviations are less than or equal to 12.7 mm in a 7.62 m (0.5 inch in a 25 foot)
span in the longitudinal direction or 12.7 mm in a 0.9144 m (0.5 inch in a 3
foot) span in the transverse direction.
(3) If the Engineer does not order corrective work for dips greater than 12.7 mm
(0.5 inch) in the longitudinal or transverse direction the Contractor is assessed
a $1500 penalty for each uncorrected dip.
(4) If dips exceed 25 mm (1 inch) in the longitudinal or transverse direction, the
Contractor shall remove and replace the pavement represented by the dip.

2301.3P1b(6) Corrective Work

The Contractor shall notify the Engineer prior to commencement of the corrective
work. If corrective work is required, the Contractor shall mark the pavement in the
92-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

locations where corrective work is planned. The Contractor shall not commence
corrective work until the locations, methods and procedures have been approved by the
Engineer. Unless otherwise approved by the Engineer, corrective work shall be by
using an approved grinding device consisting of multiple blades. Pavement cross slope
shall be maintained through corrective areas. Residue and excess water resulting from
this operation shall be removed in accordance with Mn/DOT Spec. 1717.

After the Contractor has completed the corrective work, the corrective area shall be re-
measured within 2 working days of completion of concrete grinding to verify
compliance with specification requirements. All corrective action, including all
necessary traffic control, shall be completed at no additional cost to the Department.

If permanent pavement marking are damaged or destroyed during surface correction


activities, they will be replaced at no cost to the Department.

Joint sealant that has been damaged by concrete grinding on concrete pavement as
determined by the Engineer shall be repaired and replaced at no expense to the
Department.

Corrective work by concrete grinding may result in thin pavement sections. The
Engineer shall determine if this condition needs to be verified by coring. Additional
coring for thickness verification shall be at no cost to the Department.

All corrective work shall be subject to the approval of the Engineer. Within 5 calendar
days after all required corrective work is completed a final section(s) IRI value and
bump/dip tabulation shall be determined and submitted to the Engineer. Corrective
work and re-evaluation shall be at the Contractor’s expense.

2301.3P1b(7) Payment

At no cost to the Agency, the Contractor shall remove all bumps and dips per
2301.3P1b(5), surface test and provide necessary additional corrective work to achieve
the required smoothness.

Mn/DOT 2301.3P2 is hereby modified with the following:

Patch core holes within 72 hours of obtaining cores.

Table 2301-3 of Mn/DOT 2301.3P2 is hereby and replaced with the following:

93-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

TABLE 2301-3
DEDUCTIONS FOR THICKNESS DEFICIENCY
Deduction Per m2
Thickness Deficiency Exceeding the
(square yard) of
* Permissible Deviations
Payment
2.5 mm and below (0.01 to 0.10 inch, Incl.) $0.25
Over 2.5 mm to 5 mm (0.11 to 0.20 inch, Incl.) $0.50
Over 5 mm to 7.5 mm (0.21 to 0.30 inch, Incl.) $0.75
Over 7.5 mm to 10 mm (0.30 to 0.40 inch, Incl.) $1.00

S- 59 (2301) CONCRETE PAVING MIX SPECIFICATIONS


Concrete Pavement shall be constructed in accordance with the provisions of Mn/DOT
2301 and as modified below:

DEFINITIONS

For the purposes of concrete pavement, a concrete plant shall be understood to mean:

(a) A paving plant when concrete is hauled in dump or agitator trucks, or


(b) A certified ready-mix plant when concrete is hauled in revolving drum agitator
trucks or transit-mix trucks.

Paving concrete shall be understood to include concrete mainline, ramps, loops,


integrant curb, shoulders, and curb and gutter placed adjacent to the concrete mainline
with the same mixture as used in the paving.

Mn/DOT 2301.2A is hereby deleted and replaced with the following:

A Concrete ............................................................................................................2461

A1 Coarse and Fine Aggregate Requirements


Testing required on aggregates proposed for use shall comply with one of the
following (each aggregate fraction shall be treated separately):

Aggregate Testing Required


Tested by Agency in the last 3 years No Additional Testing*
Not tested by Agency in the last 3 years 2301.3A1a Required Preliminary Aggregate Testing
New Source New Source Concrete Aggregate Testing
*The Concrete Engineer reserves the right to require additional testing.

A1a Required Preliminary Aggregate Testing


As soon as coarse and fine aggregate is available for testing, the Contractor shall
contact Mn/DOT or designated representative to coordinate preliminary sampling of
aggregate for concrete paving. Mn/DOT will sample and test the aggregate to verify

94-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

specific gravity, absorption data, and aggregate quality and perform other tests as
determined by the Concrete Engineer.

A1b Aggregate Alkali Silica Reactivity (ASR) Requirements for Concrete Mixes

Tests shall be performed by Mn/DOT according to ASTM C-1260 Mn/DOT Modified


on the designated fine aggregate tested with: (1) Holcim, St. Genevieve, Type I/II
portland cement and (2) Lafarge, Davenport, Type I/II portland cement. If the fine
aggregate contains “buckshot” or “pearock” as determined by the Concrete Engineer
use the standard ASTM C-1260 test procedure.

If the sand and cement combination have previously been tested, those results will
determine what mitigation may be necessary, otherwise the higher expansion result of
the two cement and sand combinations shall determine what mitigation may be
necessary. A list of previously tested sand sources is available at:
www.dot.state.mn.us/materials/concrete.html.

If the proposed fine aggregate expansion results are:

d 0.150 % The fine aggregate is acceptable with or without a mitigator.

The fine aggregate shall be mitigated with 35% ground


0.151 % - 0.250 %
granulated blast furnace slag or a minimum of 20% fly ash.
The fine aggregate shall be mitigated with 35% ground
granulated blast furnace slag or 30% fly ash meeting
0.251 % - 0.300 % Mn/DOT 3115 modified with a minimum Si02 + Fe2O3
+Al2O3 of 66.0% on a dry weight basis and a minimum Si02
content of 38.0%.
! 0.300 % The fine aggregate is rejected.

“Buckshot” or “pea rock”, when added as a separate aggregate, shall meet the quality
requirements of 3137 except that the shale content shall be determined based on
AASHTO T 113 Mn/DOT Modified ”Lightweight Pieces in Aggregate” fine aggregate
procedure. If this aggregate is from the same source as the 19 mm+ or 19mm- (3/4
inch+ or 3/4 inch-) aggregate, the requirements of 3137.2D3(c) “percent of the
particles by mass (weight) of carbonate origin” are hereby waived. If this aggregate is
not from the same source as the 19 mm+ or 19mm- (3/4 inch+ or 3/4 inch-) aggregate,
approval is at the discretion of the Concrete Engineer.

Mn/DOT reserves the right to reject the fine aggregate if mortar bar specimens
exhibit an indication of external or internal distress not represented by the
expansion results. The Concrete Engineer shall make the final acceptance of the
aggregate.

95-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

A2 Cementitious Materials – General

The minimum cementitious material requirements shall be 315 kg/m3 (530 pounds per
cubic yard). Of the cementitious fraction, the minimum portland cement content shall
be 237 kg/m3 (400 pounds per cubic yard) whether using fly ash or ground granulated
blast furnace slag as a portland cement replacement (See below for Special
Requirements for Quartzite and Gneiss). Any additional cementitious material
necessary to meet any requirement described herein shall be the responsibility of the
Contractor with no additional compensation from the Agency. Total cementitious shall
not exceed 356 kg/m3 (600 pounds per cubic yard) except for high-early mixes. High
early concrete is defined as a concrete mixture having a cementitious content greater
than 356 kg/m3 (600 pounds per cubic yard).

2461.3D is modified to allow up to 30 percent portland cement replacement with fly


ash. Portland cement may be replaced with up to 35 percent ground granulated blast
furnace slag (GGBFS), however, ternary mixes (Portland cement, GGBFS, fly ash or
other cementitious materials) are not allowed. High early mixes may have up to 100 %
portland cement, unless the coarse aggregate is quartzite or gneiss, then 2301.3A3
comply.

3101 is hereby modified such that the total alkalis in the portland cement (Na2O +
0.658 K2O) shall not exceed 0.60 percent. The total alkalis in the cementitious material
shall not exceed 3.0 kg/m3 (5.0 pounds per cubic yard).

A3 Special Cementitious Requirements for Quartzite and Gneiss

If the Contractor elects to use coarse aggregate from sources identified by Mn/DOT as
quartzite or gneiss and the aggregate does not comply with the 0.04 percent expansion
limits of ASTM C-1293, the portland cement shall be replaced with:

1) 30% of a Mn/DOT certified fly ash meeting the following requirements:

3115 is modified such that fly ash used as cementitious material in the concrete
mixture shall have a minimum Si02 + Fe2O3 +Al2O3 of 66.0% on a dry weight
basis for at least 12 consecutive months. In addition, it shall have a minimum
Si02 content of 38.0%.

-or-

2) 35% of a Mn/DOT certified ground granulated blast furnace slag.

A4 Air Content

The air content for all paving grade concrete shall be 7.0 percent plus or minus 1.5
percent. The air content shall be measured after placement on the grade but before
96-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

consolidation. 2461.4A4b shall be adjusted accordingly based on the 7.0 percent target
value.

If the slipform paving method of construction is utilized, the Contractor shall establish
an air loss correction factor (ACF) to determine the air content after consolidation once
per half day of paving. Apply the ACF to tests taken prior to consolidation to estimate
what the air content would be after consolidation. Air content after consolidation shall
be a minimum of 5.0%.

If during testing an air content test result with the ACF applied or a test taken after
consolidation results in the following:

a) A single test (QC or QA) is between 5.0% and 5.5%, the Contractor can make
adjustments to the mix design to get the air content back above 5.5% without
having to stop production.
b) Two consecutive tests (QC or QA) are between 5.0% and 5.5%, immediate
steps need to be taken to get the air content back over 5.5% otherwise
production shall be halted. Every truck must be tested by the Contractor until
the air content is within specification. A minimum of 3 additional trucks shall
be tested to ensure the concrete remains within compliance.
c) Any test (QC or QA) is below 5.0%, immediate steps need to be taken to
correct the problem. Every truck must be tested by the Contractor until the air
content is within specification. A minimum of 3 additional trucks shall be
tested to ensure the concrete remains within compliance. Additional testing on
the hardened concrete may be required by the Concrete Engineer. The concrete
shall be subject to 1503 and 1512.

A5 Concrete Mix Design Requirements

The Contractor shall design the concrete paving mixture based on a volume of 1.000
m3 (cubic yard) according to industry standard practice.

The Contractor shall submit all mix designs, and gradations / job mix formulas (JMF) a
minimum of 21 days prior to the initial placement of the mix design. Submit all mix
design and related information including admixtures and dosage rates on the Mn/DOT
Contractor Concrete Paving Mix Design Submittal package available from the
Mn/DOT Concrete website. For mix design calculations, the Mn/DOT Concrete Unit
will provide specific gravity and absorption data.

The Concrete Engineer reviews the Contractor’s concrete mix design submittal and
approves the materials and mix design based on compliance with the contract.

Final approval for payment is based on satisfactory field placement and performance.

97-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

A5a For Contracts with 1000 cubic yards or less (square yards multiplied by the plan
thickness) of paving concrete

The Contractor shall design a mix that complies with the following:

1) Grade A paving concrete shall be designed and placed at a water-cementitious


ratio not greater than 0.45.
2) High-early concrete shall be designed and placed at a water-cementitious ratio
not greater than 0.40 and provide a minimum flexural strength of 3450 kPa
(500 psi) or a minimum compressive strength of 20.7 Mpa (3000 psi) in 48
hours.
3) Specification 2301.3A6 incentive/disincentives for aggregate quality, w/c ratio
and well-graded aggregate shall not apply.
4) Fine aggregates comply with the requirements of Specification 3126 for
gradation and aggregate quality.
5) Coarse aggregates comply with the requirements of Specification 3137 for
gradation and aggregate quality.

A5b For Contracts with greater than 1000 cubic yards but less than 5,000 cubic yards
(square yards multiplied by the plan thickness) of paving concrete

The Contractor shall design a mix that complies with the following:

1) Grade A paving concrete shall be designed and placed at a water-cementitious


ratio not greater than 0.40.
2) High-early concrete shall be designed and placed at a water-cementitious ratio
not greater than 0.40 and provide a minimum flexural strength of 3450 kPa
(500 psi) or a minimum compressive strength of 20.7 Mpa (3000 psi) in 48
hours.
3) Specification 2301.3A6 incentive/disincentives for aggregate quality, w/c ratio
and well-graded aggregate shall not apply.
4) Fine aggregates comply with the requirements of Specification 3126 for
aggregate quality and gradation.
5) Coarse aggregates comply with the requirements of Specification 3137 for
aggregate quality. The Contractor shall submit the appropriate coarse
aggregate proportions and current gradations for each fraction to the Concrete
Engineer. The coarse aggregate gradation requirements shall comply with the
following:

98-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Sieve Percent
Passing
50 mm (2 inch) 100
37.5 mm (1 1/2 95-100
inch)
19 mm (3/4 inch) 35-70
9.5 mm (3/8 inch) 10-30
4.75 mm (#4) 0-7

A5c For Contracts with 5,000 cubic yards or greater (square yards multiplied by the
plan thickness) of paving concrete

The Contractor shall design a mix that complies with the following:

1) Grade A paving concrete shall be designed and placed at a water-cementitious


ratio not greater than 0.40.
2) High-early concrete shall be designed and placed at a water-cementitious ratio
not greater than 0.40 and provide a minimum flexural strength of 3450 kPa
(500 psi) or a minimum compressive strength of 20.7 Mpa (3000 psi) in 48
hours.
3) Specification 2301.3A6 incentive/disincentives for aggregate quality, w/c ratio
and well-graded aggregate apply.
4) Fine aggregates comply with the requirements of Specification 3126 for
aggregate quality.
5) Coarse aggregates comply with the requirements of Specification 3137 for
aggregate quality.
6) Fine and coarse aggregate gradation requirements comply with 2301.A5c(1)
and 2301.A5c(2). For minor work or fill-ins not to exceed 500 cubic yards for
the entire contract, the Contractor has the option to design a mix that meets the
gradation requirements of Specification 3126 for fine aggregate and 3137 for
coarse aggregate.

A5c(1) Job Mix Formula

The Contractor is required to use a minimum of 2 fractions of coarse aggregate


that include the 19 mm+ (3/4 inch+) and 19 mm- (3/4 inch-) fractions.

A Formula (JMF) contains proportions of materials and individual gradations of each


material plus a composite gradation. The JMF shall be based on the combination of
coarse and fine aggregate for the following sieves:

50 mm (2 inch), 37.5 mm (1-1/2 inch), 25 mm (1 inch), 19 mm (3/4 inch), 12.5 mm


(1/2 inch), 9.5 mm (3/8 inch), 4.75 mm (No. 4), 2.36 mm (No. 8), 1.18 mm (No. 16),

99-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

600 µm (No. 30), 300 µm (No. 50), 150 µm (No. 100) and 75 µm (No. 200). During
the testing process, additional fill-in sieves may need to be added to prevent
overloading. Table 3137-1 and Table 3137-2 and the gradation requirements of 3126
are hereby deleted. The percent passing the 50 mm (2 inch) sieve shall be 100 percent;
the percent passing the 75 µm (No. 200) sieve shall not exceed 1.6 percent.*

*(Note: See 3137.2D1i for additional requirements for coarse aggregate cleanliness.)

The JMF submittal shall include working ranges based on the composite gradation of
the above sieves. The working range limits of the composite gradation are based on a
moving average of 4-tests (N=4). The working ranges are:

Sieve Size Working Range


4.75 mm (# 4) sieve or greater +/- 5 %
2.36 mm (# 8) to 600 µm (# 30) +/- 4 %
sieve
300 µm (# 50) sieve +/- 3 %
150 µm (# 100) sieve +/- 2 %

A5c(2) JMF Adjustments

The Contractor shall produce a mixture of uniform composition conforming to the


approved JMF. If, during production, the Contractor determines from the moving
average results of QC aggregate gradation tests that aggregate adjustments to the JMF
working range gradation requirements are necessary, adjustments may be made within
the limits of the table below without a new mix design providing all other requirements
are met to the satisfaction of the Engineer. When the moving average of four tests is
outside the allowable working range, immediate steps shall be taken to correct the JMF
gradation. A JMF adjustment requires beginning a new lot and restarting the gradation
moving average.

Allowable JMF Adjustments


Sieve Size Allowable Adjustment
4.75 mm (# 4) sieve or greater r5%
2.36 mm (# 8) to 600 µm (# r 4%
30) sieve
300 µm (# 50) sieve r 3%
150 µm (# 100) sieve r 2%

Individual proportions of aggregate may be adjusted up to 5 % by weight from the


original mix design provided all other requirements are met to the satisfaction of the
Engineer. The Contractor may continue paving providing that the changes are
documented by submitting a new JMF, working range and aggregate volume
adjustments to the Concrete Engineer. Approval of further adjustments to the JMF

100-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

without a new mix design is at the discretion of the Concrete Engineer. All JMF
adjustments must be submitted on the Mn/DOT JMF Adjustments Worksheet.

A7 Contractor Testing and Charting

As part of the Contract, the Contractor shall provide qualified personnel and sufficient
equipment meeting the requirements listed in the Mn/DOT Concrete Manual to
conduct quality control testing.

The Contractor shall calibrate the testing equipment with prescribed procedures and
conduct tests in conformance with specified testing procedures as listed in the
Mn/DOT Concrete and Laboratory Manuals. Gradations for both coarse and fine
aggregate shall be mechanically sieved.

The Contractor shall maintain and keep current control charts. The charts shall be an
easily readable size and be displayed on the testing facility wall or stored in a 3-ring
binder. The following information shall be plotted on control charts by a method
approved by the Engineer:
x composite gradation
x air content (QC and QA)
x moisture content of aggregates
x w/c ratio

The charts shall include the following characteristics:


x date
x time
x lot and sublot
x admixture dosage adjustments
x and other data necessary to facilitate control of the process.

Reports, records, and diaries developed during the progress of construction activities
shall be filed at the direction of the Engineer and will become the property of the
Department. The Contractor shall provide all batch tickets, test results and control
charts to the Engineer on a daily basis. Failure to provide daily test results will be
grounds for suspension of plant operations.

S- 60 (2301) SEAL CONCRETE PAVEMENT JOINTS


This work shall consist of sealing joints in accordance with the provisions of Mn/DOT
2301, the details shown in the Plans, and the following:

The Contractor shall provide silicone joint sealer (Mn/DOT 3722) for transverse joints
(C4E-D Joints) in concrete with all aggregate types except when any fraction of the
coarse aggregate is limestone or dolostone. Provide preformed elastomeric
compression joint seals (Mn/DOT 3721) for joints (C3D-D) in concrete with Class B
aggregate. Provide hot pour sealer (Mn/DOT 3723) for longitudinal joints.

101-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

PAYMENT

Payment for the various items of work required for completion of the joint sealing
under this Contract will be incidental to Item 2301.502 (Concrete Pavement Standard
Width) or Item 2301.503 (Concrete Pavement Irregular Width).

S- 61 (2301) DRILL AND GROUT REINFORCEMENT BARS


This work shall consist of drilling, grouting, and inserting No. 16 reinforcement bars in
accordance with the provisions of Mn/DOT 2301, the Details in the Plans, and the
following:

Measurement will be made by the weight of reinforcement bars that are furnished,
installed, and grouted in place as specified. Payment will be made under Item
2301.608 (Drill and Grout Reinforcement Bars) at the Contract bid price per kilogram
[pound], which shall be payment in full for all costs incidental thereto.

S- 62 (2360) PLANT MIXED ASPHALT PAVEMENT


Mn/DOT 2360 is hereby deleted from the Mn/DOT Standard Specifications and
replaced with the attached 2360 (Gyratory Design) Specification.

Mix Designation Numbers for the bituminous mixtures on this Project are as follows:

Type SP 12.5 Wearing Course SPWEB340C


Type SP 12.5 Non-Wearing Course SPNWB330B

Pavement smoothness requirements of 2360.7C will not apply on this Project. The
requirements of 2360.7B (Surface Requirements) will apply.

2360.6 PAVEMENT DENSITY

A General

All pavements will be compacted in accordance with the Maximum Density Method
unless otherwise specified in the Contract special provisions or as noted in Section
2360.6C.

B Maximum Density Method

All courses or layers of plant mixed asphalt mixtures for which the Maximum Density
Method is used shall be compacted to a density not less than the percentage shown in
the Table of Required Density, Table 2360.6-B2, for the applicable mixture and course.

102-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

B1 Maximum Density Determination

The Density requirements listed in Table 2360.6B2 are percent of maximum specific
gravity (Gmm) based on the individual lot. The Maximum specific gravity value used to
calculate the percentage density for the lot shall be the average value obtained from the
maximum gravity results from production tests taken during that days paving. If only
one or two maximum specific gravity values were obtained that day, then the moving
average value (at that test point) shall be used. If three or more maximum specific
gravity values are obtained that day, then the average of those tests alone shall be used
as indicated above.

B1a Pavement Density Determination

The density of each lot shall be expressed as a percentage of the maximum specific
gravity (% Gmm) obtained by dividing the average bulk specific gravity for the lot by
the maximum specific gravity multiplied by 100, (maximum specific gravity basis is
the average Gmm of QC tests done on the day that the individual lot was paved as
described above). Determination of the bulk specific gravity of the cores shall be in
accordance with AASHTO T-166, Mn/DOT modified. For coarse graded mixtures the
Engineer may require determination of bulk specific gravity of the cores be in
accordance with ASTM D6752 Mn/DOT modified (Corelok). Both the Contractor and
Mn/DOT shall use the same test method to determine bulk specific gravity. The
determination of coarse and fine graded mixtures will be based on the percentage of
material passing the 2.365 mm sieve [#8] as defined in Table 2360.3-B2c.

Compaction operations shall be completed within 8 hours of mixture placement and


before core samples are obtained for density determination. Only pneumatic tired or
static steel rollers are permitted for any compactive effort performed between 6 and 8
hours after mixture placement.

Compacted mixtures represented by samples or tests having deficient densities shall


not be re-rolled. The Contractor shall not operate below the specified minimum
density on a continuing basis. A continual basis shall be defined as all lots in a day’s
production failing to meet minimum density or more than 50% of lots on multiple days
which fail to meet minimum density requirements. Production shall be stopped until
the source of the problem is determined and corrective action is taken to bring the work
into compliance with specified minimum required density.

B2 Required Density

Minimum density requirements for both gyratory (SP) and Marshall designed
mixtures are listed in Table 2360.6-B2.

Unless otherwise indicated in the Plans or Special Provisions, shoulders wider than 1.8
meters [6 feet] paved shall be compacted by the Maximum Density Method. When
103-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

shoulders are required to be compacted by the Maximum Density Method and are
paved in a separate operation or have a different required minimum density than the
driving lane, the lot tonnage placed on the shoulder shall be delineated in separate lots
from the driving lanes for the day paving was conducted.

Unless otherwise indicated in the Plans or Special Provisions a narrow shoulder, 1.8
meter [6 feet] or less wide, that is paved in the same pass as a driving lane or that is
paved separately will be compacted by the Ordinary Compaction Method. Mixture
compacted under Ordinary Compaction is excluded from lot density requirements and
that tonnage is also excluded from incentive/disincentive payment.

If the Plans or Special Provisions indicate a narrow shoulder is to be compacted by the


Maximum Density Method, the minimum required density is listed in Table
2360.6-B2. If the minimum required density of the shoulder is different than the
driving lane, the tonnage placed on the shoulder shall be delineated in separate lots
from the driving lane.

Echelon paving (two pavers operating next to each other in adjacent lanes) shall be
considered separate operations.

Table 2360.6-B2
Required Minimum Lot Density
SP Wear and All MV
SP Nonwear (1)(2) SP Shoulders (1)(2)
and LV Mixtures (1)(2)
Designed at Designed at
3% voids 4% voids
% Gmm 92.0 93.0 93.0 92.0

1) Minimum reduced by one percent on the first lift constructed over PCC pavements.
2) Minimum reduced by one percent for the first lift constructed on aggregate base (mainline and shoulder),
reclaimed or cold inplace recycled base courses and first lift of an overlay on a roadway with a 6.35
metric ton [7 ton] or less spring load restriction (roadway includes shoulders).

B2a Lots & Core Locations


Table 2360.6-B2a
Lot Determination
Daily Production
Metric (ton) [English (Ton)] Lots
270* – 545 [300* – 600] 1
546 – 910 [601 – 1,000] 2
911 – 1,455 [1,001 – 1,600] 3
1,456 – 3,275 [1,601 – 3,600] 4
3,276 – 4,545 [3,601 – 5,000] 5
4,546 + [5,001 +] 6
*When mix production is less than 270 metric tons [300 tons], establish 1st lot when accumulative
tonnage exceeds 270 metric tons [300 tons].

104-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Divide the days production into equal lots as shown in Table 2360.6-B2a. The
Engineer may require additional density lots be established to isolate areas affected by
equipment malfunction/breakdown, heavy rain, or other factors that may affect the
normal compaction operations. Obtain three cores in each lot. Two cores will be taken
from random locations selected by the Engineer. The third core, a companion core,
shall be taken within 0.3 meters [1 foot] longitudinally from either of the first two
cores. The companion cores shall be given to the Department Street Inspector
immediately upon completion of coring and sawing. The random locations will be
determined by the Engineer using statistically derived stratified random number tables
or other approved methods of random number generation. These will also be used for
partial lots. Both transverse and longitudinal joints are subject to maximum density
requirements. If the random core location falls on an unsupported joint, at the time of
compaction, (the edge of the mat being placed does not butt up against another mat,
pavement surface, etc.) cut the core with the outer edge of the core barrel 0.3 meters [1
foot] away (laterally) from the edge of the top of the mat (joint). If the random core
location falls on a confined joint (edge of the mat being placed butts up against another
mat, pavement surface, curb and gutter, or fixed face), cut with the outer edge of the
core barrel 150 mm ± 12.5 mm [6 inches ± 0.5 inch] from the edge of the top of the
mat (ex. center of 100 mm [4 inch] core barrel 200 mm ± 12.5 mm [8 ± 0.5 inches]
from the edge of the top of the mat). Cores will not be taken within 300 mm [1 foot]
of any unsupported edge The Contractor shall be responsible for maintenance of
traffic, coring, patching the core holes, and sawing the cores if necessary to the proper
thickness prior to density testing.

B3 Core Testing

Cores will be taken and tested by the Contractor. Core locations will be determined
and marked by the Engineer. The Contractor shall schedule the approximate time of
testing during normal project work hours so that the Engineer may observe and record
the saturated surface dry and immersed weight of the cores.

Density determination will be made by the end of the next working day after placement
and compaction. If multiple layers are placed in a single day, cores shall be sawn and
separated for each layer, tested and reported by the end of the next working day.

The Contractor will cut pavement samples from the completed work with power
equipment, and restore the surface by the end of the next working day with new, well
compacted mixture without additional compensation. Failure to restore the surface
within 24 hours of coring shall subject the Contractor to a fine of $100 per working
day, per lot, until the core holes are restored. Cores shall be cut using a 100 mm [4
inch] minimum outer diameter coring device. All samples shall be marked with the lot
number and core number or letter. The cores shall be transported to the laboratory as
soon as possible to prevent damage due to improper handling or exposure to heat.
These companion cores may be tested by the Inspector on Department scales or
transported to the Department’s Field Laboratory or District Materials Laboratory.

105-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Measure each core three times for thickness prior to saw cutting, report the average lift
thickness on the core sheet. These average thicknesses will contribute to thickness
compliance as described in Section 2360.7A

If the Department companion core test result for bulk specific gravity (Gmb) deviates
beyond the allowable tolerance of 0.030, substitute Department companion result for
Contractor’s core result and then average the Department result with the non-
companion result for the lot density acceptance. If, through analysis of data, it is
determined there is a bias in the test results, the Engineer will determine which results
are appropriate and shall govern.

If the Gmb tolerance fails in more than 2 lots in a day of either consistently high or low
differences between the companion cores then an investigation to determine the source
of errors shall be conducted. Companion cores samples shall be increased to two per
lot and tested until investigation is complete and tolerances are met.

The Engineer may allow recoring of a sample only when the core has been damaged
through no fault of the Contractor, either during the coring process or in transit to the
laboratory.

B4 Maximum Density Acceptance and Payment Schedule

The density of compacted mixture shall be accepted by pavement cores on a lot basis.

The Contractor’s cores will be used for acceptance if the determined bulk specific
gravity Gmb from AASHTO T-166, Mn/DOT modified or ASTM D6752 Mn/DOT
modified (Corelok) is within + 0.030 of the state companion Gmb value. Payment for
lot densities of compacted mixture shall be determined from Table 2360.6-B4 or
2360.6-B4A. Incentive and disincentive payments are for both wearing and
non-wearing courses.

When the density requirement has been reduced by one percent, per Table 2360.6-B2,
footnote 1 & 2, payment adjustments for lot densities will be made as specified in
Table 2360.6-B4A. Incentive payments are excluded when the minimum density has
been reduced. However, at the Contractors request and with approval of the Engineer,
the reduced density requirement may be waived and density evaluated under Table
2360.6-B4, including incentives, for first lift constructed on aggregate base, reclaimed
or cold inplace recycled base courses and first lift of an overlay on a roadway with a
6.35 metric ton [7 ton] or less spring load restriction (reduced density shall not be
waived for the first lift constructed on PCC pavements). The request and approval
shall be made after the first days paving and before the third days paving begins. Once
the request has been approved, evaluation of density will be in accordance with Table
2360.6-B2 (excluding footnote 2) and Table 2360.6-B4, and will remain in effect for
the duration of mixture placement on that lift. The Contractor will also be responsible
for compliance with any construction requirements on subsequent lifts.

106-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Table 2360.6-B4
Payment Schedule for Maximum Density
Percent of Max Specific Gravity (2) Percent of Max Specific Gravity (2)
Percent
SP Wear SP Non-Wear
Payment
All MV & LV , SP Shld (4% Void) SP Shoulders (3% Void)
93.6 and above 94.6 and above 104 (3)
93.1 - 93.5 94.1 - 94.5 102 (3)
92.0 - 93.0 93.0 - 94.0 100
91.0 - 91.9 92.0- 92.9 98
90.5 - 90.9 91.5 - 91.9 95
90.0 - 90.4 91.0 - 91.4 91
89.5 - 89.9 90.5 - 90.9 85
89.0 - 89.4 90.0 - 90.4 70
(4) (4)
Less than 89.0 Less than 90.0

Table 2360.6-B4A (1)


1% Reduced Table
Percent of Max Specific Gravity (2) Percent of Max Specific Gravity (2)
Percent
SP Wear SP Non-Wear
Payment
All MV & LV , SP Shld (4% Void) SP Shoulders (3% Void)
91.0 and above 92.0 and above 100
90.0 - 90.9 91.0- 91.9 98
89.7 - 89.9 90.5 - 90.9 95
89.4 - 89.6 90.0 - 90.4 91
89.2 - 89.3 89.5 –89.9 85
89.0 - 89.1 89.0 - 89.4 70
Less than 89.0 (4) Less than 89.0 (4)

(1) Minimum reduced by one percent for the first lift constructed on aggregate base (mainline and shoulder),
reclaimed or cold inplace recycled base courses and first lift of an overlay on a roadway with a 6.35
metric ton [7 ton] or less spring load restriction (roadway includes shoulders).
Minimum reduced by one percent on the first lift constructed on PCC pavements (reduced density
cannot be waived).
(2) In calculating the percent of maximum specific gravity, report to the nearest tenth.
(3) The payment in this portion of the specification shall apply only if the day’s weighted average individual
production air voids are within - 0.5 percent of the target air void value. The weighted average air voids
shall be based on all the mixture production tests (2360.4e) for the corresponding day and shall be
weighted by the tons the corresponding test represents.
(4) The HMA material represented by the lot shall be paid at a 70% pay factor, unless a single core density
is less than 87.0% of the maximum specific gravity (Gmm). If a single core density is less than 87.0%
of Gmm, the Engineer will decide whether the mixture is subject to removal and replacement or reduced
payment. Reduced payment will be 50 percent of the Contract bid price. If the mixture is to be removed
and replaced, the Contractor at his expense will remove and replace with mixture that meets the density
requirement. The limits of the area to be removed and replaced will be determined by additional core
samples. These additional core samples shall be taken at the same offset from centerline as the original
core; unless the original low density core was taken within 0.45 m [1.5 feet] of an edge of the paver
pass. In that case, the additional cores shall be taken 0.45 m [1.5 feet] from the edge of the paver pass.
The densities shall be determined at 15 m [50 foot] intervals, both ahead and back of the point of
unacceptable core density (less than 87.0% of Gmm), until a point of acceptable core density (87.0% of
Gmm or greater) is found. If the incremental core density testing extends into a previously accepted lot,
removal of the unacceptable material will be required; however, the results of these tests shall not be
used to recalculate the previously accepted lot density. All costs incurred from additional coring and
testing, resulting from unacceptable core density, will be paid by the Contractor. The unacceptable
pavement area is to be computed as the product of the longitudinal limits so determined by the 15 m [50

107-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

foot] cores and the full width of the paver pass, laying in the traffic lane or lanes. Shoulders shall be
exempt from this calculation unless density failure occurred in the shoulder area.

After the unacceptable material (core density less than 87.0% of Gmm) has been removed and replaced,
the density of the replacement material will be determined by the average of two cores. Payment for the
replacement material will be in accordance with Tables 2360.6-B4 or 2360.6-B4A, whichever applies.
There will be no payment for the material removed. The remainder of the original lot shall have a 70%
pay factor.

C Ordinary Compaction Method

Ordinary compaction shall be used for layers identified in the typical sections with a
minimum planned thickness of less than 40 mm [1 1/2 inches], thin lift leveling,
wedging layers, patching layers, driveways, areas which cannot be compacted with
standard highway construction equipment. Unless otherwise indicated in the Plans or
Special Provisions recreational trails shall also be compacted by ordinary compaction.
The ordinary compaction method shall not be used on mainline, ramp, or loop paving,
unless otherwise designated in the plans or special provisions. When density is
evaluated by the ordinary compaction method a control strip shall be used to establish a
rolling pattern. This shall be used by the Contractor for the compaction of the asphalt
mixture for the layer on which the control strip is constructed, or until a new control
strip is constructed. The control strip requirement may be waived, by the Engineer, in
small localized areas or other areas not conducive to its establishment.

A control strip shall be constructed at the beginning of the work on each lift of each
course. Each control strip shall have an area of at least 330 m2 [395 square yards] and
shall be of the same thickness as the lift it represents. The subgrade or pavement
course upon which a control strip is to be constructed shall have the prior approval of
the Engineer. The control strips shall remain in place and become part of the
completed work.

The materials used in the construction of the control strips shall conform to the
specified requirements for the course. The materials used in the control strip shall be
from the same source and of the same type as the materials used in the remainder of the
course that the control strip represents.

The equipment used in the construction of the control strips shall be approved by the
Engineer and shall be the same type and mass used on the remainder of the pavement
course represented by the control strip. A minimum of two rollers shall be required. A
rolling pattern shall be established for each roller. A pneumatic-tired roller shall be
available for compaction operations within 24 hours after request by the Engineer. The
final rolling shall be performed with a tandem steel-wheeled roller. Areas that are
inaccessible to the conventional type rolling equipment shall be compacted to the
required density by using trench rollers or mechanical tampers.

Construction of the control strips will be as directed by the Engineer. Compaction


shall commence as soon as possible after the mixture has been spread to the desired

108-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

thickness and shall continue until no appreciable increase in density can be obtained by
additional roller’s coverages. Densities will be determined by means of a portable
nuclear testing device or suitable approved alternate and a growth curve shall be
developed to determine the optimum rolling pattern. The Contractor shall furnish
documentation of the growth curve to the Engineer.

To determine when no appreciable increase in density can be obtained, two test points
shall be established in the control strip on a random basis and the density at each point
shall be measured by a portable nuclear device or suitable approved alternate after each
roller pass. Rolling shall be suspended when testing shows either a decline of more
than 2% of the maximum specific gravity or when additional roller passes fail to
increase the density.

After said testing is accomplished, rolling on the remainder of that course shall be done
in accordance with the pattern developed in the test strip for that roller. A separate
rolling pattern and time interval shall be established for each roller.

A new control strip shall be ordered by the Engineer when:

(a) A change in the JMF is made, or


(b) A change in the source of material is made or a change in the material from the
same source is observed.

A new control strip may be ordered by the Engineer or requested by the Contractor
when:

(a) Ten days of production have been accepted without construction of a new
control strip, or
(b) There are other reasons to believe that a control strip density is not
representative of the HMA mixture being placed.

The nuclear testing device shall be furnished and operated by the Contractor. The
furnishing of the testing device and the operator will be considered incidental to the
furnishing and placement of the HMA mixture and shall not be compensated for
separately. The device shall be calibrated according to procedures described in the
Mn/DOT Bituminous Manual.

Each course shall be uniformly compacted until there is no further evidence of


consolidation and all roller marks are eliminated. When this method is employed, and
the quantity of mixture placed by the paver exceeds 100 metric tons [110 tons] per
hour, at least two rollers are required for compacting the mixture placed by each paver.

C1 Rollers

The following requirements for rollers apply only when compaction is obtained by the
ordinary compaction method.
109-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

C2 Steel-Wheeled Rollers

Steel-wheeled rollers shall be self-propelled and has a minimum total mass of


7.3 metric tons [8 tons], or as otherwise specified in the Contract. When vibratory
rollers are used, they shall produce 45 kN per meter [3,085 lbf per foot] of width. The
frequency should be at least 2400 vpm and amplitude setting low. The roller shall be
capable of reversing without backlash and shall be equipped with spray attachments for
moistening all rollers on both sets of wheels.

C3 Pneumatic-Tired Rollers

The pneumatic-tired roller shall have a compacting width of 1.5 m [5 feet] or more. It
shall be so constructed that the gross wheel load force shall be a minimum of 13 kN
[3,000 pounds] per wheel for LV and MV mixtures and SP Level 2-3 mixtures and 22
kN [5,000 pounds] per wheel for SP Level 4-6 mixtures and can be varied as directed
by the Engineer. The tire arrangement shall be such that full compaction will be
obtained over the full width with each pass of the roller.

The roller may be self propelled or provided with suitable tractive equipment, unless
otherwise specified in the Contract. If more than one roller is propelled by a single
tractive unit, then that combination will be counted as a single roller unit.

C3a Vibratory Pneumatic-Tired Rollers

Vibratory pneumatic-tired rollers shall be self-propelled and have a minimum total


mass of 7.3 metric tons [8 tons], or as otherwise specified in the Contract. The
compacting width shall be 1.5 m [5 feet] or more. The tire arrangement shall be such
that full compaction will be obtained over the full width with each pass of the roller.

C4 Trench Rollers

Trench rollers shall be self propelled and have a mass of not less than 4 400 kg per
meter [2,960 pounds per foot] of width.

C5 Mixture Temperature Controls

If compaction is obtained by the ordinary compaction method, the minimum laydown


temperature in all courses (as measured behind the paver or spreading machine) of the
asphalt mixture shall be in accordance with the temperature requirements of Table
2360.6-C5. Unless directed by the Engineer in writing, no paving is allowed under the
Ordinary Compaction Method when the air temperature is below 0°C [32°F].

110-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Table 2360.6-C5
Mixture Temperature Control
Air
Temperature Compacted Mat Thickness, mm (A)

°C [°F] 25 mm [1 inch] 40 mm [1-1/2 inch] 50 mm [2 inch] >75 mm [3 inch]


+0-5 [32-40] -- 129 (B) [265] 124 [255] 121 [250]
+ 6-10 [41-50] 130 (B) [270] 127 [260] 121 [250] 118 [245]
+ 11-15 [51-60] 127 (B) [260] 124 [255] 118 [245] 115 [240]
(B)
+ 16-21 [61-70] 121 [250] 118 [245] 115 [240] 113 [235]
+ 22-27 [71-80] 118 [245] 115 [240] 113 [235] 113 [235]
+ 28-32 [81-90] 113 [235] 110 [230] 110 [230] 110 [230]
+ 33 [91+] 110 [230] 110 [230] 110 [230] 107 [225]
(A) Based on approved or specified compacted lift thickness.
(B) A minimum of one pneumatic-tire roller shall be used for intermediate rolling unless otherwise directed
by the Engineer. The Engineer may specify or modify in writing (with concurrence from the
Department Bituminous Engineer) a minimum laydown temperature.

BASIS OF PAYMENT
Payment for the accepted quantities of asphalt mixture used in each course at the
Contract prices per unit of material shall be compensation in full for all costs of
constructing the asphalt surfacing as specified, including the costs of furnishing and
incorporating any asphalt binder, mineral filler, hydrated lime, or anti-stripping
additives that may be permitted or required.

Apply reduced payment only when mixture includes steel slag as one of the aggregate
proportions. If the production Marshall lab density at the recommended or established
asphalt content is in excess of 2565 kg/m3 [160 pounds per cubic foot], payment for
mixture will be calculated at the following percent of the Contracted unit price.

% Payment = {100 - [{100 x (production density at design gyrations - 2565)} / 2565]}


% Payment = {100 - [{100 x (production density at design gyrations - 160)} / 160]}
ENGLISH

In the absence of Contract items covering shoulder surfacing and other special
construction, the accepted quantities of material used for these purposes will be
included for payment with the wearing course materials.

The Contractor is responsible to complete yield checks and monitor thickness


determinations so that the constructed dimensions correspond with the required Plan
dimensions throughout the entire length of the Project. The tolerances for lift thickness
shown in 2360.7A and B, Thickness and Surface Smoothness Requirement is for
occasional variations and not for continuous over-running or under-running, unless
ordered or Authorized by the Engineer.

Payment for the item of asphalt mixture production at the Contract unit price of
mixture produced shall be compensation in full for all costs of producing the mixture
and loading it on board the Department's trucks at the mixing plant.

111-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Payment for plant mixed asphalt surface will be made on the basis of the following
schedule:
Item No. Item Unit
2360.501 Type SP (1) Wearing Course Mixture ((3),(4)) ............................... metric ton [ton]
2360.502 Type SP (1) Non Wearing Course Mixture ((3),(4)) ....................... metric ton [ton]
1. Aggregate Size Designation, 9.5, 12.5 or 19 as appropriate.
2. "Wearing" or "Non Wearing" as appropriate.
3. Traffic Level as per Table 2360-1-A.
4. AC binder grade designation.
5. Specified lift thickness.

S- 63 (2412) PRECAST CONCRETE BOX CULVERTS


The provisions of Mn/DOT 2412 are modified with the following:

Mn/DOT 2412.3A is hereby modified such that box culverts shall receive special
foundations as indicated in the Plans.

The select granular will be measured by the cubic yard and paid for under Item
2451.509 [Aggregate Bedding (CV)] at the Contract unit price per cubic yard
compacted volume.

S- 64 (2502) SUBSURFACE DRAINS, SUBCUT DRAIN TYPE


This work shall consist of constructing subcut drains in accordance with the applicable
provisions of Mn/DOT 2502, the "option" details in the Plan, and these Special
Provisions. This drain is intended to collect and discharge infiltration water that may
accumulate in the bottom of granular-backfilled subcuts. Subcut drains may also be
used to control high groundwater conditions.

Unless otherwise specified, the Contractor may choose either of two options for the
construction of these drains: Option 1, thermoplastic or polyethylene pipe may be
placed in the bottom corner of the subcut and then the subcut backfilled; Option 2, the
subcut is first backfilled and then thermoplastic or polyethylene pipe is placed by
machine trencher. Where geotextile fabric is used in the typical section, only Option 1
shall be allowed.

112-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

MATERIAL REQUIREMENTS

Subcut drain pipe shall be 100 mm [4 inch] perforated Thermoplastic (TP) Pipe,
Mn/DOT 3245, or 100 mm [4 inch] perforated Corrugated Polyethylene (PE) Tubing,
Mn/DOT 3278. Pipe in both designs shall be wrapped with Geotextile, Mn/DOT 3733,
Type I and bedded in Fine Filter Aggregate meeting the requirements of Mn/DOT
3149.2J, which is modified so that the percent passing the 425 Pm [No. 40] sieve will
be 5-35.

CONSTRUCTION REQUIREMENTS

(A) Wherever possible, subcut drains shall connect directly to permanent drainage
structures. New drainage structures installed under this contract shall have holes
precast for this purpose. Where connections are made to existing drainage
structures, they shall be connected by coring or some other method approved by
the Engineer. Where drainage structures are not available, the subcut drains shall
outlet to the ditch via a discharge pipe and headwall. Subcut drain connections to
drainage structures shall be incidental work and shall meet the approval of the
Engineer.

Pipe shall generally be placed according to the Plan details, but other configurations
may be approved by the Engineer to accomplish the desired results. Unless otherwise
specified, drain grades shall not be less than 0.2 percent and outlets to the ditch shall be
at low points or at a maximum spacing of 152.4 m [500 feet]. Structure outlets may be
at a maximum spacing of 243.8 m [800 feet], provided both ends of the pipe are tied to
structures. The Contractor shall supply and use laser grade control equipment when
placing all TP pipe and for PE pipe when pipe grades do not follow working grades at
a constant depth.

(B) Design Option One (1)

The Contractor shall place 100 mm [4 inch] perforated Thermoplastic (TP) Pipe or 100
mm [4 inch] perforated Corrugated Polyethylene (PE) Tubing in the bottom of the
subcut according to the design typical. At least 300 mm [12 inches] of subcut backfill
shall be placed above the pipe before any compactive effort is applied.

Pipe may be furnished with either bell and spigot or sleeve couplings and either gasket
or solvent joints. All solvent joints shall be left uncemented unless cement is
specifically requested by the Engineer. The ends shall be appropriately marked
showing the depth of the bell or sleeve, so that both the Engineer and workers can
easily ascertain that the joint has been fully coupled. Perforations shall be laid down.
Connections to drainage structures shall be composed of angle fittings not to exceed
22-1/2 degrees.

113-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

(C) Design Option Two (2)

The Contractor shall place 100 mm [4 inch] perforated Corrugated Polyethylene (PE)
Tubing after the subcut is partially or totally backfilled.

Drains shall be placed by machine trencher capable of cutting the trench, shaping the
trench bottom to cradle the lower one-third of the pipe, laying the pipe, and backfilling
with filter aggregate in one simultaneous and continuous operation. Plowing will not
be permitted. The trenching head shall be equipped with a shield to prevent adjacent
material from caving. Trench width shall be 200 mm [8 inch] minimum, 250 mm [10
inch] maximum, with pipe being centered therein.

The trench shall be backfilled with Fine Filter Aggregate. Filter aggregate shall be
free-flowing and receive vibratory compaction to the satisfaction of the Engineer. In
addition to the required trench compaction, at least one pass of general compaction (as
directed by the Engineer) shall be made over the trench prior to placing the overlying
required pavement structure.

The trenching operation may be performed anytime after the entire 450 mm [18
inches] of subcut backfill has been placed and compacted.

MEASUREMENT AND PAYMENT

Measurement will be made by the length of furnished and satisfactorily installed


Subsurface Drain, Subcut Drain Type, approved by the Engineer. Regardless of option
chosen, payment will be made under Item 2502.541 (100 mm [4"] Perforated PE Pipe
Drain) at the Contract bid price per meter [linear foot], which shall be full
compensation for fabric wrapped pipe, furnished and installed as specified, filter
aggregate backfill and compaction, and all other associated work.

S- 65 (2502) SUBSURFACE DRAINS, DISCHARGE PIPE


This work shall consist of furnishing and placing discharge pipe and connection(s) for
subsurface drains (edge drains, permeable aggregate base drains, subcut drains and all
others that are outletted to the ditch) in accordance with the applicable provisions of
Mn/DOT 2502, the Plan and these Special Provisions.

MATERIALS

Discharge pipe and connection(s) shall be nonperforated rigid Thermoplastic (TP)


Pipe, Mn/DOT 3245. A 100 mm [4 inch] diameter (TP) discharge pipe shall be used
for 75 mm [3 inch] and 100 mm [4 inch] polyethylene (PE) subsurface drains and a
150 mm [6 inch] diameter (TP) discharge pipe for 150 mm [6 inch] (PE) subsurface
drains. The connection between the 75 mm [3 inch] (PE) subsurface drain and the 100
mm [4 inch] diameter x 300 mm [12 inch] straight length of (TP) pipe, shall be made
with a 75 mm x 100 mm [3 inch x 4 inch] (TP) increaser. The 100 mm [4 inch] (PE)

114-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

subsurface drain shall be connected to the 100 mm [4 inch] diameter x 300 mm [12
inch] straight length of (TP) pipe with a (TP) connector. The connection between the
300 mm [12 inch] length (TP) pipe and the variable length straight (TP) discharge pipe
shall be made with a 90 degree, solvent-weld, Bell and Spigot elbow with a minimum
radius of approximately 915 mm [3 feet]. Configurations other than the above may be
approved by the Engineer to the extent that size, radius and pipe quality are similar.

CONSTRUCTION REQUIREMENTS

(A) The discharge pipe to the drain outlet shall be constructed concurrently with the
drains and be laid at roughly right angles to the roadway centerline. A 300 mm
[12 inch] straight length of (TP) connecting pipe shall be provided to connect the
(PE) subsurface drain to the (TP) discharge pipe. This connector pipe shall be
attached to the (PE) edge drain to provide easy entry (alignment) for probes,
cleaners or video cameras.

All connections and solvent joints shall be secure to the extent that they will not
decouple during backfilling and will prevent soil intrusion. If the potential for
soil intrusion exists, the Engineer may require that the connections be wrapped
with geotextile. All loose joints shall be taped to prevent separation. All
increasers shall be oriented with the "smooth flow" portion being aligned with
the pipe invert. Connection and coupling method(s) shall be approved by the
Engineer.

When two drain runs come together at a low point, they shall be connected to a (TP)
"Y" connection which shall be outletted via the (TP) discharge pipe to a single
headwall.

The discharge trench shall be constructed similar to the drains, but shall be backfilled
with compacted mineral soil. Mineral soils for this use shall have at least 5 percent
minus 75 Pm [200] (sieve) sized material and have a moisture content suitable for
compaction as judged by the Engineer. Discharge pipe grades shall be no less than the
subsurface drain and a minimum of 2 percent. Trench widths greater than 250 mm [10
inches] for the discharge pipe may be approved by the Engineer provided the pipe
invert is properly cradled and compaction of soil adjacent to and above the pipe is
carefully controlled so as not to crush the pipe and proper density is obtained during
backfilling.

(B) Compaction equipment shall be appropriate for the drain trench. Extra
compactive effort under bituminous shoulder areas will be required by the
Engineer to prevent settlement, including a maximum backfill lift thickness of
150 mm [6 inch]. Should shoulder settlement occur above the discharge pipe, the
Engineer may require that corrective action be taken, which may include
removal, replacement, and recompaction of shoulder aggregate/ bituminous, all at
no cost to the State. Crushed or deformed discharge pipe or connection shall be
replaced by the Contractor at no cost to the State.

115-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

(C) Headwall outlets shall be kept 300 mm [12 inches] above ditch grades whenever
possible, with the absolute minimum being 150 mm [6 inches]. When drains
discharge to storm sewers rather than headwalls, the height above invert should
be 300 mm [12 inches] (150 mm [6 inches] minimum) and the connection
method shall be approved by the Engineer. Cost of the connection shall be
incidental to other work.

If headwalls are not placed at the time the discharge pipe is installed and there is
any possibility that pipe could be briefly buried by subsequent construction
activities, the Contractor shall suitably mark discharge points for ease of future
location. The drain opening shall be screened and shall remain open and
operative after installation so that water does not collect in the pipe. Unless
otherwise approved by the Engineer, all discharge pipes shall have concrete
headwalls attached prior to termination of the construction season. If headwalls
are not attached, all pipe ends shall be left open with screening and free-flowing.

MEASUREMENT AND PAYMENT

Measurement will be made by the length in meters [feet] of furnished and satisfactorily
installed nonperforated Discharge Pipe approved by the Engineer. The connecting pipe
footage and coupling(s) shall be included for payment with the discharge length.)
Payment will be made under Item 2502.541 (100 mm [4"] TP Pipe Drain) at the
Contract bid price per meter [linear foot], which shall be full compensation for
trenching, furnishing and placing pipe and connection, coupling(s), cap, backfill and
compaction, and all other associated work. (For TP "Y" connections extra pipe,
connections and couplings for low-point discharges, shall be incidental to the discharge
pipe.)

S- 66 (2503) PIPE SEWERS


This work shall consist of furnishing and installing pipe sewers and fittings in
accordance with the Plans, the applicable Mn/DOT Standard Specifications, Section 12
of the AASHTO LRFD Bridge Design Specifications, the attached detail "PLASTIC
PIPE INSTALLATION REQUIREMENTS", and the following:

Pipe Sewer options for this Project are listed in the Plan.

Each shipment of pipe shall be accompanied by a Certification of Compliance,


furnished by the pipe manufacturer, in accordance with Mn/DOT 1603. Damaged pipe
shall not be used.

If pipe options are allowed, measurement and payment will be made by the length and
type of pipe indicated on the Plan, regardless of the type of material installed. No
adjustments for any additional work required by the Contractor choice of material.

116-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

If the Contractor chooses to use CORRUGATED POLYETHYLENE (CP) pipe sewer


the following shall apply:

This work shall consist of furnishing and installing dual-wall corrugated polyethylene
pipe and fittings in accordance with the above and with AASHTO M294

AASHTO Type 'S' corrugated polyethylene pipe and fittings shall be manufactured
from high-density polyethylene (HDPE) virgin compounds. Clean reworked HDPE
materials from the manufacturer's own production may be used by the manufacturer of
HDPE pipe, provided that the pipe and fittings produced meet all the requirements of
these Special Provisions, AASHTO M294 and Section 12 of the AASHTO LRFD
Bridge Design Specifications.

If the Contractor chooses to use POLYVINYL CHLORIDE (PVC) pipe sewer the
following shall apply:

This work shall consist of furnishing and installing polyvinyl chloride (PVC) pipe and
fittings in accordance with the above and with ASTM F794 and F949.

Corrugated polyvinyl chloride pipe and fittings shall be manufactured from polyvinyl
chloride (PVC) compounds. Clean reworked PVC materials from the manufacturer's
own production may be used by the manufacturer of PVC pipe, provided that the pipe
and fittings produced meet all requirements of these Special Provisions, ASTM F794
and F949, and Section 12 of the AASHTO LRFD Bridge Design Specifications.

COUPLINGS

Connections shall be made with bell and spigot joints. Bell and spigot joints shall
utilize a gasket if necessary to make the joint soil-tight. At a minimum all joints will be
soil-tight unless otherwise specified.

When a silt-tight joint is specified, it will require a bell and spigot joint utilizing an
elastomeric rubber seal (gasket) meeting ASTM F477 able to pass a laboratory
pressure test of at least 14 kPa [2 psi].

When a water-tight joint is specified in the plans, it will be required that the joint meet
the requirements of ASTM D3212 except as modified. The internal pressure test shall
be performed at 68 kPa [10 psi] (minimum) with the pipe in straight alignment. The
vacuum test is not required. The Engineer shall be provided a laboratory certification
that the pipe coupler for each size of pipe meets or exceeds these requirements. The
Engineer shall also be furnished shop drawings of each pipe coupler.

DEFLECTION TESTING

The pipe shall be evaluated to determine whether the specific internal diameter of the
barrel has been reduced more than 5%. Deflection testing shall be done not less than
thirty days after installation.

117-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Deflection testing for pipes with an inside diameter of 600 mm [24"] or less shall be
performed by the Contractor using a nine-point mandrel approved by the Engineer.
The diameter of the mandrel shall be 95% of the certified actual mean inner diameter
of the pipe. The mandrel must be pulled through the pipe by non-mechanical means.
Deflection testing of pipes with an inside diameter greater then 600 mm [24"] shall be
inspected with a mandrel, or other method capable of making the deflection
measurement that is approved by the Engineer. If direct measurements are allowed,
locations will be selected randomly by the Engineer, but at a minimum, measurements
will be taken every 3 m [10 feet] throughout the pipe length and at the pipe ends. In
addition the pipe must be visually inspected and measurements taken at any location
where anomalies or deflections are observed. Personnel making direct measurements
must meet confined space entry requirements.

Pipe through which the mandrel does not pass or which direct measurement indicates
there is more then 5% deflection will be considered unacceptable. New pipe or
deformed pipe that is not damaged shall be re-laid. The re-laid pipe shall be retested
for deflection after no less than five days.

If the Contractor chooses to use corrugated metal sewer the following shall apply:

Corrugated metal sewers and the connecting bands therefore shall be constructed of
circular corrugated metal pipe conforming to the requirements of Mn/DOT 3226 and
the following:

(A) In the event metal pipe other than lock seam or welded helically corrugated
pipe is used, the circumferential seams shall be close riveted, and all seams
shall be caulked (in accordance with the manufacturer's recommendation) with
a permanent type waterproofing material approved by the Engineer. The
Contractor shall obtain the Engineer's approval of the waterproofing material
prior to placing the order therefore.

(B) The connecting bands shall consist of a rod and lug type coupler, installed with
the same permanent type waterproofing material used to caulk the seams in the
corrugated metal pipe as set forth above. Any equally effective connecting
device approved by the Engineer may be employed.

(C) The Contractor is advised proper waterproof sealing of the sewer joints and
seams is of absolute necessity; therefore the criteria for inspection and
acceptance will be of the highest standards.

(D) All costs for material and labor necessary to provide the caulked seams and
joints as specified shall be incidental work and no payment in addition to the
Contract price for furnishing and installing the metal sewers will be made.

118-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

S- 67 (2503) SANITARY SEWERS


This work shall consist of providing all labor, equipment and materials to construct the
sanitary sewers and appurtenances, as shown in the plans. All pipe, fittings and
appurtenances shall be furnished and installed in place, connected up and tested, and
ready for full operation before final payment will be made.

Materials

All pipe shall be new and visually inspected in the field for specification conformance.

The joints shall be chemically welded or rubber gasket joints conforming to ASTM
Specification D-3034.

Manhole castings shall be Neenah No. 1642 or equal with machine bearing surfaces,
with two concealed pick holes and “Sanitary Sewer” stamped on the cover.

Manhole adjusting rings shall be solid reinforced concrete rings providing a minimum
adjustment of 100 millimeters (4 inches) and a maximum of 300 millimeters (12
inches) with a 150 millimeter (6 inch) thick ring used for adjustments of 200
millimeters (8 inches) or greater. High Density Polyethylene (H.D.P.E.) adjustment
rings produced by Ladtech or an approved equivalent may be used only with prior
written approval by the Engineer.

All mortar used to adjust, patch, or repair structures shall be one part Type 1A Portland
cement with one-quarter to one-half part Type S hydrated lime. Mortar sand shall have
a volume equal to two and one-quarter to three times the total volume of cement and
lime. Sufficient water shall be added for proper consistency. The air-entrainment
content of the mortar shall be within the range of seven to ten percent.

Manhole sections shall conform to Section 3622 and shall be of the diameter and depth
shown in the plans.

Construction Requirements

Manholes for the sanitary sewer shall be constructed in accordance with the provisions
of Section 2506, except as modified below:

Sanitary manholes shall be constructed according to the details shown in the plan.

Excavation And Preparation Of Trench

The trench shall be dug to the alignment and depth shown in the plans and only so far
in advance of construction as the Engineer shall permit. The sides of the trench shall
be sloped and/or braced and the trench drained so that workers can work safely and
efficiently. It is essential that discharge pumps be laid to natural drainage channels or
to drain sewers.

119-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Trench widths at the top of the excavation may vary depending upon the depth of
trench and the nature of the materials encountered; however, the maximum allowable
width of the trench at the level of the top of the pipe in place shall be the outside
diameter of the pipe plus 600 millimeters (2 feet). All trenches shall be excavated to
conform to the requirements of the State Industrial Commission, the Occupational
Safety and Health Administration, and any other body having jurisdiction.

It shall be the Contractor's responsibility to notify the Engineer of changing soil


conditions which may be of poor bearing capacity and when organic soils are
encountered. Where utilities are placed on unstable soils without notification of the
Engineer, the Contractor shall be responsible for all repairs and correction of the
installation without further compensation.

The space between the bottom of the trench and the bottom of the pipe shall be
backfilled with material specified by the trench backfill detail in the plan and
thoroughly tamped.

All excavated material shall be piled in a manner that will not endanger the work and
that will avoid obstructing sidewalks and driveways, as far as practical. Gutter shall be
kept clear or other satisfactory provisions made for street drainage at all times.

Laying of Pipe, Bedding and Jointing

All work under these specifications shall be constructed in accordance with lines and
grades shown in the plans and as established by the Engineer. These lines and grades
may be modified by the Engineer as provided in the Contract. The Contractor shall
furnish such materials and labor as may be required for setting batter boards, templates,
patterns, platforms, reference points or other marks or points of line or grade at no
additional cost to the Owner.

Proper implements, tools and facilities satisfactory to the Engineer shall be provided
and used by the Contractor for the safe and convenient prosecution of the work.

Before lowering and while suspended, the pipe shall be inspected for defects and rung
with a light hammer (except plastic pipe) to detect any cracks. Any defective,
damaged or unsound pipe will be rejected.

All foreign matter or dirt shall be removed from the inside of the pipe before it is
lowered into its position in the trench and shall be kept clean by approved means
during and after laying. All openings along the line of the sewer shall be securely
closed as directed and in the suspension of work at any time, suitable stoppers shall be
placed to prevent earth or other substances from entering the sewer.

120-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Pipe laying shall proceed upgrade with the tongue ends pointed in the direction of the
flow. No pipe shall be laid in water or when the trench conditions are unsuitable for
such work, except by permission of the Engineer.

All pipe shall be bedded as indicated in the Drawings.

Backfilling And Grading

All excavation in trenches shall be backfilled to the original ground surface or to such
grades as specified or shown on the Plans. The backfill shall begin as soon as practical
after the pipe has been placed and shall thereafter be carried on as rapidly as the
protection of the balance of the work will permit. Backfilling shall be done as
completely as possible so as to attain complete filling and using the best materials
available for this purpose, free from boulders, rubbish, frozen lumps and similar
materials. Depositing of the backfill shall be done so the shock of falling material will
not injure the structure.

Whenever peat or other soil types are excavated from the trench and are determined by
the Engineer to be undesirable for backfill, such materials shall be disposed of at no
additional compensation.

The requirements for backfilling shall vary, depending on the portion of trench
concerned, see detail in the plan.

In pavement areas, any settlements which interfere with normal use and maintenance
(generally a settlement greater than 25 millimeters (1 inch) as measured with a 3 meter
(10 foot) straight edge) within the warranty period of this Contract shall be considered
failure of the mechanical compaction and shall be repaired by the Contractor at no cost
to the Owner. Any settlement in boulevard, yard and ditch areas which interfere with
normal use and maintenance within the warranty period of this Contract shall be
considered failure of mechanical compaction and shall be repaired by the Contractor at
no cost to the Owner.

Infiltration And Inspection

Upon completion of the sewer construction and before any house service is connected,
all sewers shall be cleaned and lamped. All runs of sewer between manholes shall be
straight and true. Air tests shall be made to determine the amount of ground water
filtration into the sewers. The Contractor shall furnish all materials, equipment and
labor necessary to perform air testing. Television inspection of the lines will be
required.

The Contractor shall give the Engineer sufficient notice (at least 48 hours) prior to any
testing being performed.

121-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

All required testing, as described below, shall be incidental unless specific bid items
appear on the proposal.

(a) Air Test Method: The sewer pipe section under test shall be clean at the time
of testing but the pipe may be wetted. Pneumatic balls shall be used to plug the
pipe ends at manholes. Low-pressure air shall be introduced into the plugged
line until the internal air pressure reaches 27.6 KPa (4 psi) greater than the
average back pressure of any ground water pressure that may submerge the
pipe. At least two minutes shall be allowed for the air temperature to stabilize
before readings are taken and the timing started.

The sewer section under test will be accepted as having passed the air leakage
test if it does not lose air at a rate to cause the pressure to drop from 24.1 KPa
(3.5 psi) to 20.7 KPa (3.0 psi) in less than one-half minute per 25 millimeters (1
inch) of diameter of the pipe tested at a rate greater than 0.00046 cubic meters
(0.0015 cubic feet) per minute per square meter (foot) of pipe end area for PVC
or 0.00009 cubic meters (0.0003 cubic feet) per minute per square meter (foot)
of pipe end area for RCP at an average of 20.7 KPa (3.0 psi) greater than any
back pressure extended by groundwater. The time shall not be less than:

Pipe Diameter (mm) PVC RCP


(inches) (minutes) (minutes)
100 (4) 1.9 1.0
150 (6) 2.8 1.4
200 (8) 3.8 1.9
250 (10) 4.7 2.4
300 (12) 5.7 2.9
375 (15) 7.1 3.4
450 (18) 8.5 4.3
525 (21) 9.9 5.0
600 (24) 11.3 5.7

The testing gauge shall be located at ground level, out of the manhole and have
dial increments of 0.1 KPa (0.1 psi) or finer.

To determine the air pressure to be added for the average ground water above
the pipe, the ground water height in meters (feet) above the pipe shall be
multiplied (divided) by 9.7924 (2.31) and that incremental pressure added to
gauge pressure.
A table for converting water height to gauge pressure is as follows:

122-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Incremental Air Pressure


Ground Water Level Over To Be Applied to Gauge
Top of Pipe Line Pressure Readings
0.3 meter 3.0 KPa
0.6 meter 5.9 KPa
0.9 meter 8.9 KPa
1.2 meter 11.8 KPa
1.5 meter 14.9 KPa
1.8 meter 17.8 KPa
2.1 meter 20.7 KPa
2.4 meter 23.7 KPa
2.7 meter 26.7 KPa
3.0 meter 29.6 KPa

Incremental Air Pressure


Ground Water Level Over To Be Applied to Gauge
Top of Pipe Line Pressure Readings
1 foot 0.43 psig
2 feet 0.86 psig
3 feet 1.29 psig
4 feet 1.72 psig
5 feet 2.16 psig
6 feet 2.59 psig
7 feet 3.01 psig
8 feet 3.44 psig
9 feet 3.87 psig
10 feet 4.30 psig

(b) Test Failure and Remedy: In the event of test failure on any test section,
testing shall be continued until all leakage has been detected and corrected to
meet the requirements. All repair work shall be subject to approval of the
Engineer. Introduction of sealant substances by means of the test water will
not be permitted. Unsatisfactory repairs or test results may result in an order to
remove and replace pipe as the Engineer considers necessary for test
conformance. All repair and replacement work shall be the Contractor's
obligation at no additional cost to the Owner.

123-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

(c) Hydrostatic Test: The rate of loss from pipe with 0.9 meter (3 feet) of head
above the invert or groundwater in the second hour of the 2-hour test cannot
exceed the CEAM standard.

(d) Flexible Pipe Deflection Test: A deflection test shall be performed on all
flexible pipe. The test shall be conducted in the presence of the Engineer a
minimum of 30 days after final backfilling of the pipe trench.

The deflection test shall be run using a rigid ball or mandrel with a diameter
equal to 95 percent of the inside diameter of the pipe allowing for
manufacturing tolerances. The test shall be performed without mechanical
pulling devices.

Sections failing the test shall be repaired and retested prior to acceptance.

(e) Lamping: All sanitary sewer shall be physically inspected by lamping.

(f) Television Inspection: All sanitary sewer lines constructed under this contract
shall be inspected by television. Two copies of the inspection report in a
format satisfactory to the Engineer shall be furnished to the Engineer.
Television inspection of newly constructed sanitary sewer lines shall be
considered incidental and no direct payment will be made therefor.

Test results become property of the Owner. All lines must be flushed and
cleaned prior to televising. The videotape will be used to view the condition of
the sanitary sewer pipe prior to acceptance. Workmanship and cleanliness of
the installation will be checked. Videotapes shall contain the following and the
work done in the following manner:
1) Reference the start and end of each video segment as it begins, by
clearly identifying the manhole number where the videotape segment
begins and the manhole number where the videotape segment ends.

2) Footages along the sewer line must be shown on the tape and zeroed
out at the beginning of each segment starting from the center of the
manhole.

3) The video camera should be guided forward at a moderate to slow pace


along the bottom of the pipe.

4) The camera should stop and rotate up to view each service wye.

5) The camera should stop at any unusual instances that are viewed while
in progress and provide a more detailed and long view of the specific
instance (e.g., bad joint, dirt in lines, settlement in line, etc.)

124-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Protecting Underground And Surface Structures

Temporary support, adequate protection, and maintenance of all underground and


surface utility structures, drains, sewers and other obstructions encountered in the
progress of the work shall be furnished by the Contractor at no cost to the Owner.
When necessary to determine the location of existing pipes, valves or other
underground structures, the Contractor, after an examination of available records, shall
make all exploration and excavation for such purposes.

Whenever existing utility structures, water mains, drains, or other conduits, ducts,
pipes or other structures present obstructions to the grade or alignment of the pipe,
such structures shall be permanently supported, removed, relocated or reconstructed by
the Contractor through cooperation with the Owner of the structures involved. In those
instances where relocation or reconstruction is impractical, a change in line and/or
grade will be ordered by the Engineer and the change shall be made in the manner
directed. No deviation shall be made from the required line or grade except with the
written consent of the Engineer.

The Contractor shall promptly repair at no cost to the Owner any break or damage to
utility mains, or to house service connection for water, sewer and gas caused by the
Contractor’s work.

Method Of Measurement And Basis Of Payment

All work as designated in the Plans and Specifications shall be paid for on the basis of
unit prices as indicated on the Proposal. This shall be considered compensation in full
for furnishing and installing all materials, equipment, and labor required to complete
the work as specified. The cost of any material and labor required to complete the
work, but not specifically included as a pay item, shall be merged with the various unit
prices. Any necessary plugs shall be considered incidental to other items.

Basis of payment for pipe shall be on the lineal meter [linear foot] basis for each type,
size and depth bracket as indicated on the proposal. All measurements will be along
the centerline of the pipe and from center to center of manhole or appurtenant
structure. Depth bracket will be measured either from the top of casting line or from
the sanitary sewer pay depth line shown on the Drawings to the pipe invert, whichever
is less. Where no depth is indicated on the Proposal, payment for all pipe sewer placed
shall be at the Contract unit price per lineal meter [linear foot] regardless of depth or
class of pipe.

All costs of dewatering shall be incidental, and no direct payment shall be made
therefor.

125-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

S- 68 (2503) CONNECT TO EXISTING SANITARY SEWER


This work shall consist of connecting a 24” PVC sanitary sewer to the existing 24”
PVC sanitary sewer main at the location shown in the plan. Connection to the 24”
sewer shall be made using an approved manufactured pipe saddle and wye with water
proof seals or cut in wye with a sleeve. Saddle is to be banded to the 24” pipe using at
least 2 stainless steel straps.

Payment for this item shall be at the Contract unit price per each and includes all
material and labor necessary to complete the work as described.

S- 69 (2504) POLYSTYRENE INSULATION


This work shall consist of furnishing and installing 2 layers of 50 mm [2 inch] thick
insulation board below the box culverts at the locations designated in the Plan. This
work shall be performed in accordance with the details shown in the Plans, the
applicable Mn/DOT Standard Specifications, and the following:

The insulation board shall be rigid expanded polystyrene conforming to the material
requirements of Mn/DOT 3760. Styrofoam S.M. and Styrofoam TG brand insulation
is an approved insulation material.

The insulation material shall be furnished in panels 25 mm [2 inch] thick and shall be
placed on a smooth level foundation in a staggered manner that will provide joint
overlaps a minimum of 150 mm [6 inches] on the underlying sheets and the edges shall
be trim and square. A minimum of two (2) wood skewers per board in each layer
driven flush with the surface of the material shall be utilized to hold the insulation
material in place during the backfill operations.

The placement of the backfill material over the insulation board and compaction
thereof shall be accomplished in a manner that will preclude damage to the insulation
material. Construction equipment of any kind shall not operate directly on the
insulation board. Sections of insulation board damaged by the Contractor's
construction operations shall be replaced at the Contractor's own expense.

Measurement will be made by the area insulated as specified. Payment will be made
under Item 2503.604 (2" Insulation) at the Contract bid price per square meter [square
yard], which shall be compensation in full for all costs incidental thereto.

S- 70 (2506) CONNECT INTO EXISTING DRAINAGE STRUCTURE


This work consist of constructing connections into existing drainage structures in
accordance with the applicable Mn/DOT Standard Specifications and the following:

Measurement will be made by the number of connections constructed as specified.


Payment will be made under Item 2506.602 (Connect Into Existing Structure) at the
Contract bid price per each, which shall be compensation in full for all costs incidental
thereto, including but not limited to, all materials and labor necessary to install

126-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

proposed concrete pipe into an existing drainage structure. Any damage caused to the
existing drainage structure shall be repaired at the Contractor's expense to the
satisfaction of the Engineer.

S- 71 (2511) RIPRAP
Section 2511 is hereby supplemented and amended by the following:

Granular filter material shall be considered incidental with no direct payment made
therefor.

Filter fabric shall be Type III or Type IV, Mn/DOT Specification 3733, as appropriate,
and shall be considered incidental with no direct payment made therefore.

S- 72 (2521) WALKS
Section 2521 is hereby supplemented by the following:

Concrete walks shall be divided into panels not exceeding 2 meters (6 feet) in length or
3 square meters (36 square feet). Joints shall be at least 40 millimeters (1-1/2 inches)
deep. If the width of the walk exceeds 3 meters (9 feet), a longitudinal center joint
shall be used.

Expansion joints shall be placed at intervals not exceeding 36 meters (120 feet) and
wherever a concrete sidewalk abuts the curb, a building, driveway, other sidewalks,
around stop boxes, poles or other objects in the sidewalk.

Refer to Section 2564 of these provisions for information relating to sign post
installations in concrete walks.

Concrete testing will be the responsibility of the Owner, except as indicated below.
Any concrete placed that has a strength below 90% of the “anticipated compression
strength,” as indicated in Table 2461-1, shall be removed and replaced at the
Contractor’s expense or shall remain in place with no payment, at the Contractor’s
option. All strengths indicated above are the result of a 28-day cylinder break. Upon
finding cylinders that break below 100% of the “anticipated compressive strength,” as
indicated in Table 2461-1, cores shall be taken, where applicable, to establish the
extent of the failing concrete. All costs of coring (or other tests) to determine the
extent of concrete with compressive strengths below 100%, shall be the responsibility
of the Contractor. All costs for additional or repeated testing, inspection or
administration associated with failing test results shall be the responsibility of the
Contractor and shall be deducted from monies due to the Contractor.

127-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Payment shall be at the contract unit price and shall include all costs associated with
the work, including: preparation of the subgrade, furnishing and placing the Class 5
aggregate base, placement of the concrete, joint construction, reinforcement and
curing.

S- 73 (2531) CONCRETE CURBING


Section 2531 is hereby supplemented by the following:
The Contractor shall have the option to furnish high early strength concrete where
necessary to accommodate traffic, facilitate construction or comply with traffic
provisions or at other locations as the Engineer may deem necessary. Furnishing of
high early strength concrete shall be considered incidental with no additional
compensation made therefor.

Expansion joints shall be required as detailed in Specification 2531.3C, at all catch


basin castings, and unless otherwise specified in the plans or detail plates, at a
maximum of 60-meter (200 feet) spacing.

Catch basin inlet castings shall be depressed 30.5 millimeters (1.2 inches) below the
design gutter flow line elevation. Castings constructed in violation of this specification
shall be corrected with no additional compensation made.

Reinforcing shall be placed in segments of curb over all new utility trenches and at all
catch basins. Reinforcing shall consist of two (2) 10M (No. 4) deformed reinforcing
bars placed in the lower portion of the curb. Reinforcing bars shall be 6 meters (20
feet) in length and centered over the catch basin or utility trench. The furnishing and
placement of reinforcing shall be considered incidental with no additional
compensation made therefor.

Backfilling of the curb and gutter shall proceed as soon as practical after placement of
the curb and gutter. Backfilling shall be considered incidental with no additional
compensation made therefor.

Construction of "beavertail" end transitions, drop sections at driveways and other


similar minor variations from the standard curb and gutter section shall be considered
incidental with no additional compensation made therefor. Payment for areas of curb
and gutter so modified shall be at the Contract unit price for the unmodified curb and
gutter item.

Any existing curb and gutter damaged due to the negligent operation of the Contractor
shall be replaced at the contractor’s expense. Any existing curb and gutter requiring
removal to facilitate construction operations shall first be authorized by the Engineer
and shall be paid for under the appropriate contract items as indicated on the proposal.

Concrete testing will be the responsibility of the Owner, except as indicated below.
Any concrete placed that has a strength below 90% of the “anticipated compression

128-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

strength,” as indicated in Table 2461-1, shall be removed and replaced at the


Contractor’s expense or shall remain in place with no payment, at the Contractor’s
option. All strengths indicated above are the result of a 28-day cylinder break. Upon
finding cylinders that break below 100% of the “anticipated compressive strength,” as
indicated in Table 2461-1, cores shall be taken, where applicable, to establish the
extent of the failing concrete. All costs of coring (or other tests) to determine the
extent of concrete with compressive strengths below 100%, shall be the responsibility
of the Contractor. All costs for additional or repeated testing, inspection or
administration associated with failing test results shall be the responsibility of the
Contractor and shall be deducted from monies due to the Contractor.

S- 74 (2531) PEDESTRIAN CURB RAMP - TRUNCATED DOME SYSTEMS


This work consists of constructing pedestrian curb ramps with Truncated Dome
Systems (detectable warning surfaces) in compliance with the ADA Accessibility
Guidelines (ADAAG). This work shall be performed in accordance with the
applicable Mn/DOT Standard Specifications, the details in the Plan, and the following:

The Contractor shall select a truncated dome product from the approved products list at
http://www.mrr.dot.state.mn.us/materials/materials.asp. Only approved products are
allowed. Stamped concrete is not allowed.

All truncated dome systems shall be installed in strict accordance with the
recommendations of the manufacturer. The installation protocol shall include details
regarding product specific construction requirements and how the system will be
sealed to mitigate freeze/thaw damage through moisture intrusion. The Contractor
shall provide this information to the Engineer for approval two weeks prior to
commencement of work.

The entire truncated dome area typically 2 feet x 4 feet shall contrast visually from the
adjacent walking surfaces. The entire truncated dome area shall be a light color (light
gray or buff typically) when the adjacent side walk is a dark color. The entire
truncated dome area shall be red when the adjacent sidewalk is a "white" or light gray
cement color. The Engineer will determine the colors when the pavement is dry. Other
colors may also provide a dark on light or light on dark contrast and may be used with
approval of the Engineer.

At the time of construction, all Truncated Dome Systems are specified to be in


dimensional and alignment compliance with the requirements of the ADAAG as
detailed in the Plan.

No measurement will be made of the number of pedestrian curb ramps installed as


specified in the ADAAG. All work necessary to the installation of the pedestrian curb
ramps with the exception of the truncated dome area will be paid for as concrete walk.

129-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

The truncated dome area will be measured by the square meter [square foot].
Payment will be made under Item 2531.618 (Truncated Domes) at the Contract bid
price per [square foot], which shall be compensation in full.

S- 75 (2533) PORTABLE PRECAST CONCRETE BARRIER DESIGN 8337


The Contractor shall furnish and install portable precast concrete median barriers in
accordance with current Mn/DOT Standard Plate No. 8337 and the provisions of
Mn/DOT 2533 except as modified below:

All portable precast concrete median barrier shall be placed as shown in the Plans and
as directed by the Engineer. The barrier shall not be removed until the Engineer
approves the removal.

Mn/DOT will designate in the Plan whether the portable precast concrete median
barrier shall remain the property of the Contractor or become the property of Mn/DOT
upon completion of the Project. If the Plan indicates that the barrier is "Mn/DOT
owned", the barrier will be furnished by the Contractor and will become the property of
Mn/DOT at the completion of the Project. If the Plan indicates that the barrier is
"Contractor owned", the barrier will be furnished and installed by the Contractor and
shall become the property of the Contractor at the completion of the Project for
disposal outside of the Right of Way.

(A) When portable precast concrete median barrier is to remain the property of the
Contractor upon completion of the Project, the Contractor:

1. May provide used barrier, if it is in a condition acceptable to the Engineer;

2. May provide barrier which does not have epoxy coated reinforcing steel;

3. May provide Type J barrier if the following guidelines are followed:

(a) When used between lanes of opposing traffic, only one type of
portable barrier shall be used.

(b) When only one way traffic is adjacent to the barrier, both types of
portable barrier will be permitted if the Type J barriers are upstream
from the Type F barriers. The two types of barriers cannot be inter-
mixed.

(c) Barrier was produced prior to October 1, 2003.

4. Shall, upon completion of the Project, dispose of the barrier outside of the
Right of Way.

The Contractor will be subject to a non-compliant charge for failure to properly


connect the Portable Concrete Barrier sections. Non-compliance charges, for each
130-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

incident, will be assessed at a rate of $250.00 per hour, for each or any portion
thereof, which the Engineer determines that the Contractor has not complied.

S-76 (2554) IMPACT ATTENUATOR BARRELS


This work shall consist of furnishing and installing commercial type inertial barrier
systems in accordance with the applicable provisions of Mn/DOT 2554, and the
following:

The barrier shall be of a type as indicated on the Qualified Product List. The Qualified
Product List can be found on the Mn/DOT Office of Traffic, Safety & Operations
website. The Contractor will not be allowed to mix modules, only one barrel system
will be allowed at a given location.

MATERIALS

(A) Inertial barriers shall consist of barrel-type modules complete with parts for
proper retention of predetermined sand content and tight fitting covers.

(B) Sand for filling the modules shall be reasonably dry and mixed with a
minimum of 5% by weight of sodium chloride.

CONSTRUCTION REQUIREMENTS

(A) The modules shall be placed at the location shown in the Plan and as directed
by the Engineer in accordance with the manufacturer's recommendations, all to
the satisfaction of the Engineer. The Contractor is responsible for obtaining the
most current details from the manufacturer. The Contractor shall provide one
copy for the Engineer.

(B) The Contractor shall maintain a sufficient supply of replacement modules on


hand during the course of this Contract to maintain or replace the installations.
The Contractor shall replace any modules which get damaged within as short a
time period as possible, and shall supply to the Engineer three names of
Contractor personnel who can be contacted in case of damage occurring during
non-work hours.

MEASUREMENT AND PAYMENT

(A) Measurement will be made by the number of attenuator barrels furnished,


installed, maintained and removed as specified.

Payment for attenuator barrels will be made under Item 2554.602 (Impact Attenuator
Barrels) at the Contract bid price per each, which shall be compensation in full for all
costs relative to furnishing, installing, maintaining, and removing the barrels complete
in place as specified.

131-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

S- 77 (2563) TRAFFIC CONTROL SUPERVISOR


The Contractor shall provide a Traffic Control Supervisor for each day lane closures
are used on the Project, in accordance with Contract provisions and as directed by the
Engineer.

The Traffic Control Supervisor shall be certified as a worksite supervisor by either the
American Traffic Services Association (ATSSA) or by Mn/DOT. ATSSA certification
dated after January 26, 2007 will NOT be accepted. A copy of the traffic control
supervisor's certification shall be provided to the Engineer at the Project pre-
construction conference.

Mn/DOT certification as a Traffic Control Supervisor can be obtained by providing


proof that the individual has completed the National ATSSA Traffic Control
Supervisor Course within the last 4 years, and has attended the one-day Mn/DOT
Traffic Control Overview Course, and passed a short written recertification exam, or
by attending a 3 day Mn/DOT Traffic Control Supervisor Course within the last 5
years. Additional information on Mn/DOT's certification can be obtained by
contacting Leigh Kriewall at 651/296-6223.

The National ATSSA Traffic Control Supervisor Certification will not be accepted as
part of the Mn/DOT certification after January 26, 2011.

A copy of the traffic control supervisor's certification shall be provided to the Engineer
at the Project pre-construction conference.

(A) The Contractor shall, at the pre-construction conference, designate a Traffic


Control Supervisor who shall be responsible for and perform the traffic control
management. The Traffic Control Supervisor shall be either an employee of
the Contractor other than the superintendent, or an employee of a firm which
has a subcontract for overall traffic control management for the Project. The
Traffic Control Supervisor shall be responsible for the management of the
traffic control operations of the Project, including those of the Contractor,
subcontractors and suppliers. The primary responsibility of the Traffic Control
Supervisor shall be the Traffic Control Management of this Project.

(B) The Traffic Control Supervisor shall have the authority needed to effectively
require modifications and maintenance of traffic controls. This includes having
the authority necessary to obtain and use all labor, equipment, and materials
needed to provide and maintain traffic control in routine and in emergency
situations.

(C) The Traffic Control Supervisor shall have an up-to-date copy of the Part VI of
the MN MUTCD (Minnesota Manual on Uniform Traffic Control Devices),
including the "Field Manual for Temporary Traffic Control Zone Layouts," and
"A Guide to Establishing Speed Limits in Highway Work Zones".

132-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Traffic control management by the Traffic Control Supervisor includes, but is not
limited to:

1. Ensuring that traffic control devices are functioning as required. This


includes the repair or replacement of all signs, barricades, and other
traffic devices that become damaged, moved, or destroyed, or lights
that cease to function properly, and barricade weights that are damaged
or otherwise fail to stabilize barricades.

2. Providing sufficient surveillance of signs, barricades, and other traffic


control devices. This includes inspecting traffic control devices on
every calendar day that traffic control devices are in use (by the Traffic
Control Supervisor or his approved representative). Routine
surveillance reports shall be submitted to the Project Engineer weekly.

3. The Traffic Control Supervisor will be on the Project full time every
working day, "on call" at all times, and available within 45 minutes of
notification, at other than normal working hours. The Contractor shall
give to the Engineer, the names, addresses and phone numbers of at
least three individuals (one of which is the Traffic Control Supervisor)
responsible to provide and ensure immediate attention to the traffic
control management.

4. Preparing, revising, and submitting the traffic control plan as required.

5. Coordinating all traffic control operations, including those of


subcontractors and suppliers.

6. Coordinating Project activities with appropriate police and fire control


agencies.

7. Maintaining a Project traffic control diary which shall become a part of


the department's Project records.

8. Overseeing all requirements covered by the Plans and specifications


which contribute to the convenience, safety and orderly movement of
traffic.

9. Establishing contact with local and state law enforcement agencies


affected by construction before work begins. Establish
communications so that any accidents will be reviewed daily by the
Traffic Control Supervisor to determine if changes in traffic control are
necessary. These accidents will also be reported daily to the Engineer.
A written weekly and final report will be required. The report shall
include, but not be limited to: type of accident, time, weather, and
possible cause if known.

133-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

10. Ensuring that work zone speed limits are properly installed. As part of
this responsibility, the Traffic Control Supervisor shall complete the
"Work Zone Speed Limit Application" form daily when these speed
limits are in use. These forms shall be turned in to the Engineer each
week.

11. Maintaining constant communications with Project personnel and law


enforcement agencies. As part of this requirement, the Traffic Control
Supervisor will be required to have a cellular phone.

Traffic control management shall be provided by the Contractor. For any period of
time the Traffic Control Supervisor is not available to provide traffic control
management the Contractor will be subject to an hourly charge assessed at a rate of
$250.00 per hour for each hour or any portion thereof which the Engineer determines
that the Contractor has not complied.

No measurement will be made of the various duties of the Traffic Control Supervisor,
but all such work shall be construed to be included in the lump sum payment under
Item 2563.601 (Traffic Control Supervisor). The lump sum payment shall be
compensation for all costs incidental thereto.

S- 78 (2564) TRAFFIC SIGNS AND DEVICES


Traffic signs shall be constructed in accordance with the provisions of Mn/DOT
2564, except as modified below:

MATERIALS

Sign Face and Sign Legend Materials

All signs, markers and delineators, including the numerals on M1-5A Route Markers
and M1-5B Type Overlays, shall be fabricated with either Sign Sheeting for Rigid
Permanent Signs, Delineators and Markers (Type IX) or High Performance Sign
Sheeting for Rigid Permanent Signs, Delineators and Markers (Type HP), except as
specified below:

Sign face material for certain warning signs specified in Mn/DOT 2564.2F3 shall be
fluorescent yellow green reflective sheeting.

Sign face material for all other warning signs, yellow markers, and yellow delineators
shall be fluorescent yellow reflective sheeting, except for the following:

Sign face material for yellow Delineators Type Cylinder Style shall be flexible ASTM
Type III MD retroreflective sheeting.

134-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Sign face material for the M1-5A Route Marker and the M1-5B Type Overlay shall be
as specified in Mn/DOT 2564.2F3.

Sign face material for X4-2 Hazard Markers shall be non-reflectorized black.

Sign face material for white Delineators Type Cylinder Style shall be ASTM Type V
or ASTM Type VII MD reflective sheeting.

Sign legend material for colors other than black may be screened in accordance with
Mn/DOT 3352.2A5c.

Sign legend material for black legend shall be in accordance with Mn/DOT 3352.2A5c
or Mn/DOT 3352.2A5d.

Sign legend material for Hazard Marker X4-2 shall be fluorescent yellow reflective
sheeting.

The retroreflective sheeting types and qualified products used for rigid permanent
signs, markers and delineators can be found at:

http://www.dot.state.mn.us/trafficeng/products/MnDOTapproved productlist.xls.

Sign posts shall be 2” x 10’ 14GA perforated square tube or an equal approved by
the Engineer. The sign anchor shall consist of 2-1/4”x4’ 12GA perforated square
tubing driven to within 2”-4” of grade. A stabilizer sleeve shall be a 2-1/2”x18”
12GA Omni Directional stabilizer sleeve and shall be set flush with the top of the
anchor. The sign post shall be secured to the sign anchor and stabilizer sleeve using
(2) 90 degree 5/16” corner bolts, flat washers, lock washers, and nuts. Sign posts
shall have sufficient length so that the bottom of the sign will be a minimum of 7
feet above the finished grade.

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Payment for Item No. 2564.531 (SIGN PANELS TYPE __) at the contract price per
SQUARE FOOT shall be compensation in full for all work, materials and costs
involved in performing the work as specified above and in the Plan.

S- 79 (2565) TRAFFIC CONTROL SIGNALS


See Division SS.

S- 80 (2565) EMERGENCY VEHICLE PREEMPTION SYSTEM


See Division SS.

135-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

S- 81 (2565) TRAFFIC CONTROL INTERCONNECTION


See Division SS.

S- 82 (2572) PROTECTION AND RESTORATION OF VEGETATION


The provisions of Mn/DOT 2572 are supplemented and/or modified with the
following:

The first paragraph after Mn/DOT 2572.3A(5) under Protecting and Preserving, is
revised to read as follows:

The Contractor shall not place temporary structures, store material, or conduct
unnecessary construction activities within a distance of 8 m (26 feet) outside the
dripline of trees designated to be preserved without approval from the Engineer.

The second paragraph of Mn/DOT 2572.3A2 Clean Root Cutting, is revised to read as
follows:

The Contractor shall immediately and cleanly cut damaged and exposed roots. Trees
designated for protection shall have damaged roots cut back to sound healthy tissue
and shall have topsoil immediately placed over the exposed roots. The Contractor shall
immediately cover root ends that are exposed by excavation activities with 150 mm (6
inches) of topsoil as measured outward from the cut root ends. Exposed cut oak roots
shall be immediately (within 5 minutes) treated with a wound dressing material
consisting of latex paint or shellac. The Contractor shall limit cutting to a minimum
depth necessary for construction and shall use a vibratory plow or other approved root
cutter prior to excavation.

The third sentence of Mn/DOT 2572.3A8 Destroyed or Disfigured Vegetation, is


revised to read as follows:

The Engineer will assess damages of trees and landscaping at not less than the
appraisal damages as determined by the current edition of the “Guide for Plant
Appraisal – Council of Tree and Landscape Appraisers” published by the International
Society of Arboriculture.

S- 83 (2573) STORM WATER MANAGEMENT


The provisions of Mn/DOT 2573 are supplemented and/or modified with the
following:

The second paragraph of Mn/DOT 2573.3A1 Erosion Control Supervisor, is revised


to read as follows:

The Erosion Control Supervisor shall be a responsible employee of the prime


Contractor and/or duly authorized by the prime Contractor to represent the prime

136-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Contractor on all matters pertaining to the NPDES construction stormwater permit


compliance. The Erosion Control Supervisor shall have authority over all
Contractor operations which influence NPDES permit compliance including
grading, excavation, bridge construction, culvert installation, utility work,
clearing/grubbing, and any other operation that increases the erosion potential on
the Project. In addition, the Erosion Control Supervisor shall implement the
Contractor’s quality control program and other provisions in accordance with
1717.2 and be available to be on the Project within 24 hours at all times from initial
disturbance to final stabilization as well as perform the following duties:

Mn/DOT 2573.3 A2, Construction of Temporary Storm Water Basins, is revised to


read as follows:

Temporary storm water basins shall be constructed concurrently with the start of
soil disturbing activities whenever practicable. The basins must be made fully
functional and have storm water runoff from the localized watershed directed to the
basins. The exposed sideslopes of the basins must be mulched and/or seeded within
the time periods as set forth in 1717, or as directed by the Engineer.

The second paragraph of Mn/DOT 2573.3 A5, Vehicle Tracking Onto Paved
Surfaces, is revised to read as follows:

The Contractor is responsible for insuring paved streets are clean at the end of each
working day or more often as necessary to provide safety to the traveling public.
Tracked sediment on paved surfaces must be removed by the Contractor within 24
hours of discovery, in accordance with 1717.2. Payment for street sweeping to
provide safe conditions for the traveling public, environmental reasons or regulatory
requirements shall be as provided in accordance with 1514.

The first sentence of Mn/DOT 2573.3E2 is revised to read as follows:

The bioroll shall be installed and anchored with wood stakes. The stakes shall be at
a minimum nominally 25 mm x 50 mm (1 inch x 2 inch) and a minimum of 400
mm (16 inches) long with a pointed end.

The first paragraph of Mn/DOT 2573.3J Filter Log Installation, is revised to read as
follows:

J Filter Log Installation


Filter logs shall be placed in accordance with the Plan. Straw and wood fiber filter
logs shall be staked in place with wood stakes. Wood stakes shall be at a minimum
25 x 51 mm (1 x 2 inch) nominal size by 400 mm (16 inches) long. The stakes shall
be driven through the back half of the log at an angle of approximately 45 degrees
with the top of the stake pointing upstream. When more than one log is needed for
length, the ends shall be overlapped 150 mm (6 inches) with both ends staked.

137-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Staking shall be every 0.3 m (1 foot) along the log unless precluded by paved
surface or rock.

Mn/DOT 2573.5 Basis of Payment, is revised to read as follows:

Payment for storm water management and sediment control items will be
compensation in full for all labor, materials, equipment, and other incidentals
necessary to complete the work as specified, including the costs of maintenance and
removal as required by the Contract. The Contractor will receive compensation at
the appropriate Contract prices, or in the absence of a Contract bid price, according
to the following unit prices, or in the absence of a Contract price and unit price, as
Extra Work. In the absence of a Contract item for Erosion Control Supervisor, this
work shall be considered incidental.

Mn/DOT 2573.5 E, Unit Prices, is revised to read as follows:

The Department will pay the following unit prices for temporary sediment control items
in the absence of a Contract bid price:

(1) Bale Barrier ................................................................ $13.45/m ($4.10 per linear foot)


(2) Silt Fence, Heavy Duty ................................................... $10/m ($3.00 per linear foot)
(3) Flotation Silt Curtain, Type: Still Water, 1.2 m (4 foot) depth.... $54.10/m ($16.50 per
linear foot)
(4) Sediment Trap Excavation ......................................... $7.20/m3 ($5.50 per cubic yard)
(5) Bituminous Lined Flume.......................................... $6.00/m2 ($5.00 per square yard)
(6) Silt Fence, Type Machine Sliced.................................. $6.50/m ($2.00 per linear foot)
(7) Sediment Removal, Backhoe .................................................................... $175 per hour
(8) Filter Log, Type Straw Bioroll.......................................................$1.00/m ($3.00/foot)
(9) Filter Log, Type Rock Log...........................................................$16.50/m ($5.00/foot)
(10) Flocculant Sock ............................................................................................. $300 each

S- 84 (2573) CULVERT INLET PROTECTION


Culvert Protection work shall be done in accordance with the applicable Mn/DOT
Standard Specifications, the details shown in the Plan, and the following:

MEASUREMENT AND PAYMENT

Measurement will be made by the number of individual inlets properly protected over
the life of the Contract without regard to the various types or number of devices used at
each Culvert Inlet. Payment will be made under Item 2573.602 (Culvert Protection) at
the Contract bid price per each, which shall be compensation in full for all labor,
materials, equipment and other incidentals necessary to complete the work as specified,
including the cost of maintenance and removal.

138-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

PARTIAL PAYMENTS

Culvert inlet protection will be paid in partial payment amounts for satisfactory
completion of the following work.

Initial Installation ................................................................................ 25% payment


Maintenance during first half of Contract period ............................... 25% payment
Maintenance during last half of Contract period and removal of the devices 50%
payment

DEDUCTIONS

If the Contractor fails to properly install, remove sediment, or maintain Culvert Inlet
protection, the Contractor will be subject to a $500.00 per calendar day deduction for
noncompliance. The deduction will apply to each inlet that is out of compliance and
will be deducted from monies owed to the Contractor.

S- 85 (2575) CONTROLLING EROSION AND ESTABLISHING VEGETATION


The provisions of Mn/DOT 2575 are hereby modified and/or supplemented with the
following:

Mn/DOT 2575.3D paragraph 2 and table 2575-2 are hereby deleted and replaced
with the following:

The Contractor shall sow the seed uniformly at the rate of application specified in
Table 3876-5.

Mn/DOT 2575.4D is hereby deleted and replaced with the following:

D Seed
When a bulk rate seed mixture is specified as shown in table 3876-5, the
measurement will be made on that bulk mass. When a PLS rate seed mixture is
specified as shown in table 3876-5, the measurement will be made on the PLS
mass.

Mn/DOT 2575.5C is hereby deleted and replaced with the following:

C Seed
When a seed mixture is specified at a bulk rate as shown in table 3876-5, the
payment will be made on that bulk mass. When a seed mixture is specified at a
PLS rate as shown in table 3876-5, the payment will be made on the PLS mass.

Payment for seed not meeting germination and purity or PLS requirements of 3876
shall be subject to 1503. When components are missing from the specified mixture

139-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

the affected seeded areas shall be reseeded with the missing components by the
Contractor at no additional cost to the Department.

S- 86 (2575) RAPID STABILIZATION SPECIFICATIONS


This work shall consist of operations necessary to rapidly stabilize small critical areas,
to prevent off site sedimentation and/or to comply with permit requirements. The work
may be performed at any time during the Contract and will be conducted on small
areas that may or may not be accessible with normal equipment. This work shall be
done in accordance with the applicable Mn/DOT Standard Specifications, the details
shown in the Plan, and the following:

BASIS OF PAYMENT

In the absence of a Contract bid price, the Department will pay the following unit
prices for Rapidly Stabilizing Small Scattered Critical Areas directly abutting Waters
of the State during rough grading and as required in the NPDES permit. These unit
prices shall be construed to include mobilizations for this activity.
Rapid Stabilization Pre-Approve Prices
Method 1 $900/ha ($400/acre) Approved price reflects small quantities. Quantities installed
per Project visit are assumed to require approximately 0.4 to
0.8 ha [1 to 2 acres] of coverage.
Method 2 $2220/ha ($898/acre) Approved price reflects small quantities. Quantities installed
per Project visit are assumed to require approximately 0.4 to
0.8 ha [1 to 2 acres] of coverage.
Method 3 $149.50/m3 ($566/M Approved price reflects small quantities. Quantities installed
gallon) per Project visit are assumed to require approximately 11.4 to
34 m3 [3000 to 9000 gallons] of product slurry.
Method 4 $3.00/m2 ($2.50/SY) Approved price reflects small quantities. Quantities installed
per Project visit are assumed to require approximately 150 to
650 m2 [200 to 800 SY] of coverage.
Method 5 $48.60/metric ton Approved price reflects small quantities. Quantities installed
($45/ton) per Project visit are assumed to require approximately 9 to 18
metric tons [10 to 20 tons] of riprap.

S- 87 (2575) WEED SPRAYING


Weed spraying will be measured by the area covered or spot sprayed by herbicide
successful applied as indicated by dead noxious weeds. Weeds that must be controlled
include, but are not limited to Canada thistle, leafy spurge, buckthorn, purple
loosestrife and broadleaf lawn weeds as directed by the Project Engineer. The
Department will not be held liable for off-target damage. All applicators must be
certified in A, E, and J categories as defined by the Department of Agriculture.

Weed Spray Mixture, Type Lawn Weeds will consist of a low odor combination of
salts and acids in a premixed concentrate consisting of 21.54 percent of 2,4-
dichlorophenoxyacetic acid equivalent per gallon, plus 5.73 percent of (+)-(R)-2-(2-

140-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

methyl-4-chlorophenoxy) propionic acid equivalent per gallon, plus 2.29 percent of


3,6-dichloro-o-anisic acid equivalent per gallon. The mixture will be tank mixed as per
Labeling and Worker Protection Standard 40 CFR Part 170. For information only, the
herbicide chemical formulation can be obtained from a product called Trimec.

Payment will be made under Item “2575.547 Weed Spray Mixture” at the Contract bid
price per gallon, which shall be payment in full for all costs involved.

S- 88 (2582) PERMANENT PAVEMENT MARKINGS


The provisions of Mn/DOT 2582 are hereby modified and/or supplemented with the
following:

The provisions of Mn/DOT 2582.2 are hereby deleted and replaced with the following:

A Preformed Plastic Markings for Permanent Traffic Lane Delineation


and Legends.............................................................................................3354
B Epoxy Resin Pavement Markings (Free of Toxic Heavy Metals).......3590
C High Solids Water-Based Traffic Paint ................................................3591
D Drop-On Glass Beads .............................................................................3592

Qualified materials can be found on Mn/DOT's Qualified Products List on the Office
of Traffic, Security and Operations website. Other materials may be used on a
provisional basis as detailed in the QPL process and as approved by the Engineer.
Type of material used will be as specified by Contract Documents.

The following is hereby added to Mn/DOT 2582.3B, Application:

Any pavement markings to be grooved in shall be placed in accordance with


manufacturer’s instructions.

The provisions of Mn/DOT 2582.5 are hereby deleted and replaced with the following:

BASIS OF PAYMENT

Payment for pavement markings installed at contract prices per unit of material shall be
compensation in full for all costs incurred in materials, traffic control, installation,
surface preparation, use of primers, in accordance to contract documents or as
approved by the Engineer.

ITEM NO. ITEM UNIT


2582.501 Pavement Message (1) (2) .........................................................Each
2582.502 __ mm (__inch) width (3) (4) (2) ....................... meter (linear foot)
2582.503 Crosswalks (2) ....................................... square meter (square foot)

141-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

(1) Specify Message


(2) Specify Material
(3) Specified Type of Line (Solid, Broken or Dotted)
(4) Specify Color

S- 89 (3101) PORTLAND CEMENT


Mn/DOT 3101 is hereby deleted and replaced with the following:

Cement shall be from certified sources only. Portland cement furnished under this
Specification shall conform to AASHTO M 85 for the type specified except as herein
modified:

1. Fineness shall be measured by the Air permeability test.

Fineness, specific surface


Air permeability test
(all cement types except Type III):
Square Meter per Kilogram
Average value, min ....................................................360.0
Min. value, any one sample ......................................340.0
Average value, max ..................................................420.0
Max. value, any one sample ......................................440.0

The average value shall be determined on the last five samples from a source.

2. When the specifications require that low alkali cement be used, the total alkalis
in the Portland cement (Na2O + 0.658 K2O) shall not exceed 0.60 percent. The
total alkalis in the cementitious material shall not exceed 3.0 kg/m3 [5.0
pounds per cubic yard].

3. A maximum of 5.0% limestone by mass (weight) may be interground with the


cement provided that the chemical and physical requirements are met. Only
intergrind limestone that is naturally occurring, consisting of at least 70% by
mass of one or more of the mineral forms of calcium carbonate. Calculate and
report the limestone content in portland cement on the Test Mill Report as
described in ASTM C 150, Annex A1. Include the CO2 content of the portland
cement on the Test Mill Report. Determine the CO2 content in accordance
with ASTM C 114. When any quantity of limestone is added, report the C3S
as calculated in ASTM C 150, Annex A1, using the actual CO2 value.

4) All delivery invoices shall include a standardized Cement Certification


Statement which is as follows: (insert company name) certifies that the cement
produced at (insert plant and location) conforms to AASHTO and Mn/DOT
Specifications for Type (insert Type) cement. The change of source or color,
142-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

or both, of cement on a Project shall not be permitted without the written


approval of the Concrete Engineer.

S- 90 (3103) PORTLAND-POZZOLAN CEMENT


Mn/DOT 3103 is hereby deleted and replaced with the following:

Portland-Pozzolan cement shall be from certified sources only. Portland-Pozzolan


cement furnished under this Specification shall conform to AASHTO M 240, Type IS,
Type I(SM), Type IP, Type I(PM), Type IP-A or any other portland-pozzolan cement
as approved by the Concrete Engineer, except as modified by the following:

1. The fly ash constituent of the interground cement shall not exceed 20 percent.
2. The fly ash constituent of blended cement shall not exceed 15 percent.
3. The ground granulated blast furnace slag constituent of the interground cement
shall not exceed 35 percent.
4. The ground granulated blast furnace slag constituent of blended cement shall
not exceed 35 percent.

All delivery invoices shall include a standardized Cement Certification Statement


which is as follows: (insert company name) certifies that the cement produced at
(insert plant and location) conforms to AASHTO and Mn/DOT Specifications for Type
(insert Type) cement. The change of source or color, or both, of cement on a Project
will not be permitted without the written approval of the Concrete Engineer.

S- 91 (3137) COARSE AGGREGATE FOR PORTLAND CEMENT CONCRETE

The provisions of Mn/DOT 3137 are supplemented and/or modified with the
following:

Mn/DOT 3137.2B1 shall be modified with the following:

Class A aggregate may contain no more than 4.0% non-Class A aggregate. This
recognizes that some quarries may contain small pockets of non-Class A aggregate
within that source. Intentional blending or addition of non-Class A aggregate is strictly
prohibited.

Mn/DOT 3137.2D1(h) shall be deleted and replaced with the following:

(h) Flat or Elongated Pieces (maximum thickness less than 25 percent of the maximum
width, or maximum length more than 3 times the maximum width) ................ 15%

Mn/DOT 3137.2D1(i) shall be deleted and replaced with the following:


143-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

(i) At the point immediately preceding introduction into the concrete:


Class A and Class B aggregates, as long as the material passing the 75 µm sieve (#200)
for each individual fraction consists of dust from the fracture and is essentially free
from clay or shale......................................................................................... 1.5%
Class C and D aggregates, the material passing the 75 µm sieve (#200) for each
individual fraction............................................................................................ 1.0%

Mn/DOT 3137.2D1(k) shall be deleted.

Mn/DOT 3137.2D2 shall be modified with the following:

Aggregates used in precast concrete panel facings for Mechanically Stabilized Earth
(MSE) walls shall be Class A or shall meet the requirements of 3137.2D2.

Mn/DOT 3137.2D2(c), 3137.2D2(g) and 3137.2D2(h) shall be deleted and replaced


with the following:

(c) Total Spall Materials (includes items a and b percentages of the above, plus other iron
oxide particles, unsound cherts, pyrite, and other materials having similar
characteristics). Retained on the 4.75 mm (#4) sieve as a percentage of the total
material ............................................................................................................. 0.5%
(g) Class C and Class D aggregates with a maximum carbonate by mass (weight).30.0%
(h) Class B aggregate with a maximum absorption.............................................. 1.75%

Mn/DOT 3137.2D3 shall be modified to include the following:

Concrete pavement shall include bridge approach panels and concrete pavement
rehabilitation.

Mn/DOT 3137.2D3(c) shall be deleted and replaced with the following:

(c) Class C aggregate with a maximum carbonate by mass (weight) .................. 30.0%

Mn/DOT 3137.2E shall be deleted and replaced with the following:

Coarse aggregate shall be the uniform product of the plant producing it, unless it is
necessary to remove some of the sizes in order to meet the following gradation
requirements. Unless otherwise specified, coarse aggregate shall contain all of the
sizes included within the specified limits. Broken or noncontiguous gradations will not
be permitted.

The gradations required, or which will be permitted at the Contractor’s option, will be
specified in the concrete mix number unless modified in the Special Provisions of the
Contract.

144-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

The requirements of these gradations are listed in Table 3137-2. Whenever the size of
coarse aggregate selected for use has less than 100 percent passing the 25.0 mm (1
inch) sieve, the coarse aggregate shall be produced, furnished, and proportioned for the
work in at least two fractions. The Contractor shall maintain a uniform gradation in
each size of coarse aggregate used during the handling and batching operations.

When all of the coarse aggregate is from the same source, the Contractor may choose
to screen aggregates into separate proportions to aid in controlling the gradation of the
material. Compliance with gradation and quality requirements is determined based on
the composite values of the combined aggregates.

When coarse aggregate comes from multiple sources, the Contractor may combine
these sources to meet gradation requirements but each individual aggregate fraction
shall meet quality requirements prior to blending unless otherwise allowed by the
Concrete Engineer on a case-by-case basis.

S- 92 (3138) AGGREGATE FOR SURFACE AND BASE COURSES


The provisions of Mn/DOT 3138 are hereby modified as follows:

The second paragraph of Mn/DOT 3138.2B Gradation Tables 3138-1 and 2, is revised
to read as follows:

If Class 7 is substituted for Classes 1, 3, 4, 5, or 6, it shall meet the gradation


requirements of the substituted class (Table 3138-1); except that, for Class 5 and 6, up
to 5 percent by mass (weight) of the total composite mixture may exceed 25.0 mm (1
inch) sieve but 100 percent must pass the 37.5 mm (1.5 inch) sieve. Surfacing
aggregate mixtures containing salvaged materials shall meet the gradation
requirements of the materials specified in the Plan. All gradations will be run on the
composite mixture before extraction of the bituminous material.

TABLE 3138-1 in Mn/DOT 3138.2B Gradation Tables 3138-1 and 2, is hereby deleted
and replaced with the following:

145-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

TABLE 3138-1
BASE AND SURFACING AGGREGATE
Total Percent Passing
Class Class Class Class Class Class
Sieve 2
1 3 4 5 6
Size
(A) (A) (A) (A) (B) (A) (B)
75 mm
-- -- -- -- -- --
(3 inches)
50 mm
-- -- 100 100 -- --
(2 inches)
37.5 mm
-- -- -- -- -- --
(1½ inches)
25.0 mm
(1 inch) -- -- -- -- 100 100
19.0 mm
100 100 -- -- 90-100 90-100
(3/4 inch)
9.5 mm
65-95 65-90 -- -- 50-90 50-85
(3/8 inch)
4.75 mm
40-85 35-70 35-100 35-100 35-80 35-70
(No. 4)
2.00 mm
25-70 25-45 20-100 20-100 20-65 20-55
(No. 10)
425 µm
10-45 12-30 5-50 5-35 10-35 10-30
(No. 40)
75 µm
8.0-15.0 5.0-13.0 5.0-10.0 4.0-10.0 3.0-10.0 3.0-7.0
(No. 200)

(A) When salvaged materials are substituted for another class of aggregate, it shall meet the gradation
requirements of the class being replaced except as amended in 3138.2 B.
(B) The gradation requirements for aggregates containing 60% or more crushed quarry rock may be
amended with the concurrence of the Project Engineer and the Grading and Base Engineer.

The first paragraph of Mn/DOT 3138.3 Sampling and Testing, is hereby deleted and
replaced with the following:

Samples for testing to determine compliance with the aggregate gradation


specifications for base and shoulder surfacing shall be obtained from the roadway at a
time when the material is ready for compaction. However, Class 1, 2, and 7 shoulder
surfacing aggregates may be sampled from a stockpile, tested, and accepted before
roadway placement, provided that:

(a) No more than 25 percent of the stockpile samples fail to meet gradation
requirements.
(b) The average of all stockpile tests meet requirements.
(c) The Contractor mixes the material during placement to the satisfaction of the
Engineer.

The fifth paragraph of Mn/DOT 3138.3 Sampling and Testing, is revised to read as
follows:

146-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

The stockpile shall be sampled at the rate of one field gradation test per 1,000 metric
tons (tons) of aggregate used on the Project.

S- 93 (3236) REINFORCED CONCRETE PIPE


The provisions of Mn/DOT 3236 are modified and/or supplemented with the
following:

Manufacturers of reinforced concrete pipe may produce an alternate "offset joint" on


the spigot end of the pipe. This type of offset joint is to be used with the profile or
prelubricated pipe seal systems. See Mn/DOT Standard Plate 3006.
The first paragraph of Mn/DOT 3236.2A3 is hereby deleted and replaced with the
following:

Cement substitutions as addressed in 2461.3D are hereby modified as follows to allow:


(a) 30 percent Class F or Class C fly ash by weight
(b) 35 percent ground granulated blast furnace slag by weight
(c) 35 percent substitution with a combination of ground granulated blast furnace
slag and Type F or Type C fly ash by weight

All other provisions of 2461.3D shall apply. The use of admixtures shall conform to
2461.3E.

S- 94 (3238) PRECAST CONCRETE BOX CULVERTS


The provisions of Mn/DOT 3238 are modified and/or supplemented with the
following:

Mn/DOT 3238.2B1 references to Mn/DOT 2461.3D are hereby modified to allow the
following maximum portland cement substitutions:

(a) 30 percent Class F or Class C fly ash by weight


(b) 35 percent ground granulated blast furnace slag by weight
(c) 35 percent substitution with a combination of ground granulated blast furnace
slag and Type F or Type C fly ash by weight

All other provisions of Mn/DOT 2461 shall apply.

S- 95 (3301) REINFORCEMENT BARS


The third to the last paragraph of Mn/DOT 3301.2 is hereby deleted and replaced with
the following:

147-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

When epoxy coated reinforcement bars are specified, coating shall be in conformance
with AASHTO M 284M/M 284-06. Application of epoxy coating shall be made in a
fusion bonded epoxy coating plant that has been granted "Certification" by the
Concrete Reinforcing Steel Institute, or an organization approved by the Materials
Engineer.

S- 96 (3302) DOWEL BARS


Mn/DOT 3302 is hereby deleted and replaced with the following:

Dowel bars shall be fabricated from Grade 40 or 60 steel in accordance with AASHTO
M31 and be epoxy coated in conformance with AASHTO M254. The ends of the
dowel bars may be epoxy coated at the discretion of the fabricator. Application of
epoxy coating shall be made in a fusion bonded epoxy coating plant that has been
granted "Certification" by the Concrete Reinforcing Steel Institute, or an organization
approved by the Materials Engineer.

The plant's quality control office shall maintain documentation containing the data
required by certification. This documentation shall contain test data and measurements
taken at times and locations approved by the Engineer, ensuring that monitoring, by
personnel not directly involved in production, is sufficient for compliance with
approved procedures.

All dowel bars shall be stored and protected in accordance with 2472.

Shearing will be permitted provided the coating is not damaged and subject to
permissible deformation. Any deformation larger than true shape shall not exceed
1 mm (0.04 inch) increase in diameter or thickness and shall not extend more than
10 mm (0.40 inch) from the dowel end.

S- 97 (3590) EPOXY RESIN PAVEMENT MARKINGS (FREE OF TOXIC HEAVY


METALS)
The provisions of Mn/DOT 3590.3 are hereby deleted and replaced with the following:

SPECIFIC REQUIREMENTS

Epoxy Resin Mater ial

The material shall be composed of epoxy resins and pigments only. No solvents are to
be given off to the environment upon application to a pavement surface.

The composition shall be within the tolerance permitted for the product tested and
approved by Mn/DOT. Type II material shall be completely free of TMPTA (Tri-
Methyol Propane Tri-Acrylate) and other multi-functional monomers.

148-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

All materials shall be free of lead, cadmium, mercury, hexavalent chromium and other
toxic heavy metals as defined by the United States Environmental Protection Agency.

Color:

The color of the white epoxy shall be a pure flat white, free of tints. The color of the
yellow epoxy shall closely match Color Number 33538 of Federal Standard 595 and
shall conform to the following CIE Chromaticity limits using illuminant "C":

x | 0.470 | 0.485 | 0.520 | 0.480


y | 0.440 | 0.460 | 0.450 | 0.420

Daylight Directional Reflectance (Y), white, minimum 83


Daylight Directional Reflectance (Y), yellow, minimum 50

Testing will be according to:


Daylight Directional Reflectance...........................................ASTM D 2805
Color ......................................................................................ASTM D 2805

Adhesion Capabilities:

When the adhesion of the material to portland cement concrete (the concrete shall have
a minimum of 2 070 kPa [300 psi.] tensile strength) is tested according to American
Concrete Institute Committee 403 testing procedure, the failure of the system must take
place in the concrete. The concrete shall be 32°C [0°F] when the material is applied,
after which the material shall be allowed to cure for 72 hours at 23 ± 2°C [73 ± 3.6° F].

Abrasion Resistance:

When the abrasion resistance of the material is tested according to ASTM C 501 with a
CS-17 wheel under a load of 1000 grams for 1000 cycles, the wear index shall be no
greater than 82. (The wear index is the weight in milligrams that is abraded from the
sample under the test conditions).

Hardness:

The Type D durometer hardness of the material shall be not less than 75 nor more than
90 when tested according to ASTM D2240 after the material has cured for 72 hours at
23 ± 2°C [73 ± 3.6° F].

Tensile Strength:

The tensile strength of the material, when tested according to ASTM D 638, shall not
be less than 41 370 kPa [6,000 psi.] after 72 hours cure at 23 ± 2°C [73 ± 3.6° F].

149-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Compressive Strength:

The compressive strength of the material, when tested according to ASTM D 695, shall
not be less than 82,700 kPa [12,000 psi.] after 72 hours cure at 23±2°C [73 ± 3.6° F].

Thickness:

The epoxy pavement marking we      



mil] on all pavement surfaces. For the Spec 2360 SUPERPAVE wearing courses the
epoxy pavement marking wet film thicknesses shall be increase from a minimum of
  
    
    !

Glass Beads

Glass beads shall meet the requirements of AASHTO M247, Type I, and:

a. Coatings -- the beads shall be treated according to the manufacturers


recommendations and meet the requirements of Section 4.4.2 of M247, and
b. Roundness-- the beads shall have a roundness of at least 80%.

#%  15 mil] applications, glass beads shall be applied at a rate of at least


3.0 kg/L [25 pounds per gallon]. A greater bead application rate may be necessary for
meeting the performance criteria (minimum levels of retroreflectivity). This will
require contractors to consult with all the material manufacturers.

Time to No-Track:

Type I material shall be in "no-tracking" condition in 15 minutes or less and within 45


minutes for Type II material. The "no-tracking" condition shall be determined on an
application of specified thickness to the pavement and covered with glass beads at the
rate of at least 3.0 kg/L [25 pounds per gallon]. The lines for this test shall be applied
with striping equipment operated so as to have the material at manufacturer's
recommended application temperature. This maximum "no-tracking" time shall not be
exceeded when the pavement temperature varies from 10 to 49° C [50 to 120° F] and
under all humidity conditions, providing the pavement is dry. The no-tracking time
shall be determined by passing over the line with a passenger car or pickup truck at a
speed of 40 to 55 km/hr [25 to 35 mph] in a simulated passing maneuver. A line
showing no visual deposition of the material to the pavement surface when viewed
from a distance of 15 m [50 feet] shall be considered as showing "no-tracking" and
conforming to this requirement for time to "no-track."

150-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

S- 98 (3591) HIGH SOLIDS WATER BASED TRAFFIC PAINT


The following is hereby added to Mn/DOT 3591.2 C:

C5 Glass beads shall be applied immediately after application of a paint line at a


rate of 960 gram per Liter (8 pounds per gallon). Beads shall be evenly
distributed on pavement. All material shall be placed in a workmanlike
manner, which shall result in a clearly defined line that has been adequately
reflectorized with glass beads.

S- 99 (3592) DROP-ON GLASS BEADS


The provisions of Mn/DOT 3592.3 are hereby deleted and replaced with the following:

SPECIFIC REQUIREMENTS

Glass beads shall meet the requirements of AASHTO M247, Type I, “standard
gradation” except the beads will have a minimum of 80 percent true spheres. The dual
treated beads will meet the moisture resistant requirements of AASHTO M 247 Section
4.4.2 and pass the adherence treatment Dansyl Chloride Test. The moisture resistant
silicone treated beads will meet AASHTO M 247 Section 4.2.2.

S- 100 (3721) PREFORMED ELASTOMERIC COMPRESSION JOINT SEALS FOR


CONCRETE

The provisions of Mn/DOT 3721 are hereby modified with the following:

The following is hereby inserted into Mn/DOT 3721.2A3 after Compression-


Deflection Characteristics:

17.5 mm (11/16 inch) Seal:


Force @ 14 mm, 0.70 N/mm min ...........Mn/DOT Method (C)
Force @ 0.55 inch pounds/linear inch....................................................... [4 min]
Mn/DOT Method (C)
Force @ 10 mm, 3.50 N/mm max. .........Mn/DOT Method (C)
Force @ 0.40 inch pounds/linear inch.....................................................[20 max]
Mn/DOT Method (C)

Table 3721-2 is hereby deleted from Mn/DOT 3721.3C3 and replaced with the
following:

151-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

TABLE 3721-2
SPECIFIED SPECIMEN SIZE AND TEST DEFLECTIONS
Nominal Column A Column B Column C
Width of Specimen Test Width for Test Width for
Seal Length Min. Max.
mm ± 5 mm Pressure Pressure
(inches) (± 0.2 inch) mm mm
(inches) (inches)
17.5 mm 100 mm 14mm 10 mm
(11/16 inch) (4 inch) (0.55 inch) (0.40 inch)
20 mm 100 mm 16.5mm 10 mm
(13/16 inch) (4 inch) (0.65 inch) (0.41 inch)
32 mm 100 mm 25.0 mm 11 mm
(1-1/4 inch) (4 inch) (1.00 inch) (0.44 inch)
50 mm 150 mm 41.0 mm 17 mm
(2 inch) (6 inch) (1.62 inch) (0.69 inch)
90 mm 150 mm 75.0 mm 35 mm
(3-1/2 inch) (6 inch) (3.00 inch) (1.38 inch)

S- 101 (3754) MEMBRANE CURING COMPOUND

The provisions of Mn/DOT 3754 are supplemented and/or modified with the
following:

Mn/DOT 3754.2A shall be deleted and replaced with the following:

Only Mn/DOT approved membrane curing compounds will be allowed for use.
Mn/DOT shall pre-approve all curing compounds. The most current approved lots and
batches with product expiration dates are available from the Mn/DOT Approved
Products website. All curing compounds shall comply with the requirements of the
Mn/DOT Curing Compound Manufacturer Approval Program, including pre-testing of
all materials by the manufacturer.

All membrane curing compound materials shall conform to ASTM C309 for the type
specified in the Contract. The concrete curing compound furnished shall be white
pigmented Type 2, Class B. A Type 1-D curing compound shall be used on any
colored concrete or architectural concrete where a finished white surface is not desired.
The use of Type 1-D curing compound may be allowed in other concrete applications
by special provisions or at the discretion of the Engineer.

These membrane curing compounds must be protected from freezing prior to


application. This material shall be tested at an application rate of 5 m2 per liter (200
square feet per gallon).

All membrane curing compound materials shall be formulated so as to maintain the


specified properties for a minimum of 1 year from date of manufacture. The Engineer
may require additional testing before use to determine compliance with these

152-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

specifications if the compound has not been used within one year or whenever the
Engineer has reason to believe the compound is no longer satisfactory.

Mn/DOT 3754.2B shall be modified with the following:

The curing compound meeting the requirements of 3754.2B shall be used on concrete
bridge applications unless otherwise directed by the Special Provisions of the Contract
or by the Engineer.

S- 102 (3876) SEED


The provisions of Mn/DOT 3876 are supplemented and/or modified with the
following:

The second paragraph of Mn/DOT 3876.1 is hereby deleted and replaced with the
following:

Pure live seed (PLS) is the percent of seed germination plus dormant and/or hard
seed times the percent of seed purity of each species divided by 100.

Mn/DOT 3876.2A General Requirements is hereby deleted and replaced with the
following:

A General Requirements
All seed lots shall conform to the latest seed law of the State (Minnesota Statutes
21.80-21.91, last revised 8/2/06), and any applicable federal regulations, including those
governing labeling and weed seed tolerances. Seed lots sold or offered for sale in the state
of Minnesota are subject to inspection, sampling, and testing for verification of label claims
and compliance with the Minnesota Seed Law by the Department of Agriculture (M.S.
18J.04). Tolerances for germination and purity factors will be applied as established in
Rules 1510.0050, 1510.0060, 1510.0070, 1510.0080, 1510.0090 and 1510.0100 to seed lots
sampled and tested by official methods. For all seed used in Mn/DOT mixes or projects,
tests for viability (including germination and TZ tests) are valid for 12 months from the test
date, exclusive of the month the test was completed. Seed shall be installed while tests are
still valid.

All legume seed, including native legumes, shall have been pre-inoculated with the
proper bacterial culture for the species being inoculated and with the bacteria culture
designed for this purpose (pre-inoculation), in the manner and within the time specified by
the manufacturer.

A1 Labeling
Contractor shall supply seed that is labeled according to the labeling requirements
for agricultural seed as set forth in the Minnesota Seed Law, section 21.82. The contractor
shall supply seed that also contains the following information:

153-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

a) County of genetic origin for each native component (List at least two
counties for germplasm comprising accessions from multiple counties)
b) PLS percent for each mix component (Purity x Total Germination and Hard
or Dormant Seed/100) for each mix component (For PLS component of
mix’s)
c) Total PLS weight for the bag. The tag shall identify this as the pay item.
(For PLS component of mix’s)
d) Total bulk weight for the bag
e) Area covered by the amount of seed in the bag when applied at the rate
specified for the mix
f) All information pertaining to individual components in a mix is required for
all components, including those that constitute less than 5% of the total mix.

Tags must not be hand written. If any of the above mentioned information is not
included on the tag the material will be subject to specification 1503. When multiple bags
are required to keep certain species or groups of species separate for the purpose of seeding
those bags may be placed inside of a larger bag as long as each bag is labeled separately
and the outer bag is labeled with the name of the mix.

Each package of seed must include a “Certified Vendor” tag that is issued by
Mn/DOT Erosion Control unit. This will indicate that the seed has come from a Mn/DOT
Approved Seed Vendor as described in 3876.3.

A2 Seed Cleaning
Contractor shall use seed that has been cleaned to an extent sufficient to allow its
passage through appropriate seeding equipment. Seed of introduced species must be
suitable for use in conventional seeders. Seed of native species must be suitable for use in
native seed drills without plugging up the boxes, drop tubes, or planting units of the seed
drills. Contractor shall not use seed that has been conditioned so much that it suffers
reduced viability as a result.

A3 Substitutions
Alternate species or germplasm may only be used by requesting permission from
the Office of Environmental Services Turf and Erosion Control Engineering Unit.
Requests for permission must include written proof from three potential suppliers that the
specified germplasm is not available. Approved substitutions will be named in a memo at
the time they are approved. All currently approved substitutions will be posted on the
Office of Environmental Services Erosion Control Unit website. Use of germplasm not
listed herein will be considered unacceptable and will be subject to 1503.

A4 Requirements for seed of native species


Contractor shall supply and plant all seed in the 300 series mixes as pure live seed
(PLS). This includes the cover crop, grass, sedge, and forb components. All seed in the
cover crop component of mixes in the 300 series must be certified by the Minnesota Crop

154-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Improvement Association (MCIA) or the appropriate seed certifying agency in the seed’s
state of origin, if other than Minnesota.

All native seed used in mixes in the 300 series shall be certified by the Minnesota
Crop Improvement Association (MCIA) in the Source Identified class. The genetic origin
for this seed shall be within Minnesota or eastern North Dakota, eastern South Dakota,
northern Iowa, or western Wisconsin.

Source Identified seed shall be accompanied by the appropriate quality mark


documentation from the MCIA, in the form of a MCIA-labeled yellow tag or certification
certificate. County of genetic origin shall be clearly identified on the seed label for all
native seed. Selected class and Tested class germplasm of native species listed in Table
3876-1 located on the website of the Office of Environmental Services Erosion Control unit
may be used in 100 and 200 series seed mixtures.

If a specified species or germplasm is not available, substitutions will be granted for


native seed in the 300 series mixes according to the following order of preference:
1) First preference, MCIA certified Source Identified class with a genetic
origin in Minnesota or eastern North Dakota, eastern South Dakota, northern
Iowa, or western Wisconsin
2) Second Preference: Source Identified seed certified by a seed certifying
agency other than MCIA but with a genetic origin in Minnesota or eastern
North Dakota, eastern South Dakota, northern Iowa, or western Wisconsin
3) Third Preference: Certified seed of varieties/germplasm listed in Table
3876-1.
4) Fourth Preference: Wild Type from Minnesota or eastern North Dakota,
eastern South Dakota, northern Iowa, or western Wisconsin. Wild type seed
is defined as seed of a local or regional ecotype that has originated from
remnant native stands and that has not undergone any intentional selection
process.

155-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Mn/DOT Table 3876-1 is hereby deleted and replaced with the following:

TABLE 3876-1
NATIVE GRASSES
SEED COUNTS AND ACCEPTABLE GERMPLASM
Trade Name Scientific Name+ Acceptable Seeds Per
Varieties/Germplasm* Pound
Big Bluestem Andropogon gerardi Bonilla, Bison 131,200
Sideoats Grama Bouteloua curtipendula 96,000
Blue Grama Bouteloua gracilis 640,000
Fringed Brome Bromus ciliatus 160,000
Kalm’s Brome Bromus kalmii 128,000
Hairy wood chess Bromus purgans 121,600
Buffalo grass Buchloe dactyloides 51,200
Blue-joint grass Calamagrostis Canadensis 3,360,000
Bottle Brush Sedge Carex comosa 384,000
Tussock Sedge Carex stricta 848,000
Fox Sedge Carex vulpinoidea 1,440,000
Canada Wild Rye Elymus canadensis Mandan 67,200
Bottle brush grass Elymus hystrix 75,200
Slender Wheat Grass Elymus trachycaulus Revenue 135,000
Virginia Wild Rye Elymus virginicus 62,400
Western Wheat Grass Elytrigia smithii 113,600
Reed Manna Grass Glyceria grandis 1,280,000
Fowl Manna Grass Glyceria striata 2,560,000
Common rush Juncus effusus 16,000,000
June Grass Koeleria macrantha 2,400,000
Switch Grass Panicum virgatum Forestburg, Dacotah 224,000
Fowl Bluegrass Poa palustris 2,080,000
Canada Bluegrass Poa compressa 2,400,000
Little Bluestem Schizachyrium scoparium Itasca Germplasm 140,800
Green Bulrush Scirpus atrovirens 2,240,000
Wool-grass Scirpus cyperinus 2,880,000
Soft-stem Bulrush Scirpus validus 496,000
Indian Grass Sorghastrum nutans Tomahawk 132,800
Prairie Cordgrass Spartina pectinata Red River Germplasm 105,600
Rough Dropseed Sporobolus asper 480,000
Sand Dropseed Sporobolus cryptandrus 3,200,000
Prairie Dropseed Sporobolus heterolepsis 224,000
Green Needle Grass Stipa viridula 120,000
* Varieties listed are approved for use in 100 and 200 series mixes. Their substitution for MCIA
Source Identified seed in 300 series mixes is only allowed upon satisfaction of the requirements of
3876.2 A5. When multiple varieties are listed for a single species, they are listed in order of
preference.

156-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Delete Mn/DOT 3876.2B Requirements for Native Grasses, Sedges, Rushes (label and
paragraphs) and replace with:

B Requirements for Native Grasses, Sedges, and Rushes................. Table 3876-1


(Keep table 3876-1)

Delete Mn/DOT 3876.2E Requirements for Native Forbs (Wildflowers): (label and
paragraphs) and replace with:

E Requirements for Native Forbs (Wildflowers)............................... Table 3876-4


(Keep table 3876-4)

Mixtures 260 and 270 in Mn/DOT Table 3876-5 are hereby deleted and replaced with the
following:

Mixture: 260
Common Name Bulk Rate % of Mix
kg/ha lb/ac Component
Bluegrass, Kentucky
"Certified Park" 35.8 40 32.0
Bluegrass, Canada 11.2 12.5 10.0
Bluegrass, Kentucky
- Low Maintenance1 33.6 37.5 30.0
Fescue, hard 9.0 10 8.0
Rye-grass, perennial 22.4 25 20.0
GRAND TOTALS: 112 125 100.0
1
Any accepted low maintenance Kentucky Bluegrass
Except "Park"
Purpose: Commercial Turf

Mixture: 270
Common Name Bulk Rate % of Mix
kg/ac lb/ac Component
Bluegrass, Kentucky - 33.6 37.5 25.0
Elite
Bluegrass, Kentucky - 33.6 37.5 25.0
Improved
Bluegrass, Kentucky - 33.6 37.5 25.0
Low Maintenance
Red fescue, creeping 10.8 12 8.0
Rye-grass, perennial 22.8 25.5 17.0
GRAND TOTALS: 134.4 150 100.0

Purpose: Residential Turf

157-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

The 300 series mixes from Mn/DOT Table 3876-5 are hereby deleted and replaced with the
following:
Table 3876-5
Mixture: 310
Common Name PLS Rate % of Mix
Component
kg/ha lb/ac
Bluestem, big 2.8 2.5 25.0
Indian grass 2.8 2.5 25.0
Wild-rye, Virginia 2.2 2.0 20.0
Switch grass 0.6 0.5 5.0
Blue-joint grass 0.3 0.25 2.5
Green bulrush 0.3 0.25 2.5
Wool grass 0.3 0.25 2.5
Giant bur reed 0.3 0.25 2.5
Cordgrass, prairie 1.7 1.5 15.0
Grass Totals: 11.3 10.0 100.0

kg/ha lb/ac
Winter Wheat* 62.7 56.0 80.0
Rye-grass, annual 12.5 11.2 16.0
Wheatgrass, slender 3.1 2.8 4.0
Cover Crop Totals: 78.3 70 100.0

Wet Forbs Mixture (Table 2.2 2.0 100.0


3876-6)
GRAND TOTALS: 91.8 82.0 100.0

*Oats to be substituted for spring plantings


Purpose: Native mix for wetter areas. Infiltration ponds, dry
ponds, wet ditches. Tall height.

158-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Mixture: 325
PLS Rate % of Mix
Common Name kg/ha lb/ac Component
Bluestem, big 1.7 1.5 15.0
Fringed brome 1.7 1.5 15.0
Wheat grass, slender 1.7 1.5 15.0
Virginia wild-rye 1.7 1.5 15.0
Switch grass 0.6 0.5 5.0
Fowl bluegrass 1.7 1.5 15.0
Indian grass 1.7 1.5 15.0
Prairie cord grass 0.6 0.5 5.0
Grass Totals: 11.4 10.0 100.0

PLS Rate % of Mix


Common Name kg/ha lb/ac Component
Blue-joint grass 0.22 0.2 10.0
Bottlebrush sedge 0.34 0.3 15.0
Tussock sedge 0.22 0.2 10.0
Fox sedge 0.22 0.2 10.0
Reed manna grass 0.22 0.2 10.0
Fowl manna grass 0.22 0.2 10.0
Green bulrush 0.22 0.2 10.0
Wool grass 0.22 0.2 10.0
Soft-stem bulrush 0.34 0.3 15.0
Sedge Totals: 2.22 2.0 100.0

PLS Rate % of Mix


Common Name kg/ha lb/ac Component
Winter Wheat* 61.6 56 80.0
Rye-grass, annual 12.3 11.2 16.0
Wheatgrass, slender 3.1 2.8 4.0
Cover Crop Totals: 77 70 100.0
Wet Forbs Mixture 2.2 2.0 100.0
(Table 3876-6)
GRAND TOTALS: 92.8 84.0 100.0

*Oats to be substituted for spring plantings


Purpose: Native sedge/prairie meadow mix. Reaches a height of
915 mm to 1220 mm (36 to 48 inches). Developed for use on
hydric soils and for wetland restoration.

159-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Mixture: 328
PLS Rate % of Mix
Common Name kg/ha lb/ac Component
Bluestem, big 2.2 2 12.5
Brome, fringed 2.2 2 12.5
Wild-rye, Virginia 4.4 4 25.0
Switchgrass 1.1 1 6.3
Bluegrass, fowl 5.5 5 31.2
Indian grass 2.2 2 12.5
Grass Totals: 17.6 16.0 100.0

PLS Rate % of Mix


Common Name kg/ha lb/ac Component
Winter Wheat* 61.6 56.0 80.0
Rye-grass, annual 12.3 11.2 16.0
Wheatgrass, slender 3.1 2.8 4.0
Cover Crop Totals: 77 70 100.0

PLS Rate % of Mix


Common Name kg/ha lb/ac Component
Milkweed, marsh 0.33 0.3 15.0
Prairie clover, purple 0.33 0.3 15.0
Tic-trefoil, showy 0.33 0.3 15.0
Sunflower, early 0.33 0.3 15.0
Black-eyed Susan 0.55 0.5 25.0
Vervain, blue 0.33 0.3 15.0
Economy Forbs Totals: 2.2 2.0 100.0
GRAND TOTALS: 96.8 88.0 100.0

*Oats to be substituted for spring plantings


Purpose: Native mix for infiltration ponds, dry ponds,
temporary wet ditches. Tall height.

160-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Mixture: 330
PLS Rate % of Mix
Common Name kg/ha lb/ac Component
Grama, sideoats 3.4 3.0 21.5
Grama, blue 2.8 2.5 18.0
Bluestem, little 3.9 3.5 25.0
June grass 1.1 1.0 7.0
Dropseed, sand 1.1 1.0 7.0
Wild-rye, Canadian 3.4 3.0 21.5
Grass Totals: 15.7 14.0 100.0

PLS Rate % of Mix


Common Name kg/ha lb/ac Component
Winter Wheat* 62.7 56.0 80.0
Rye-grass, annual 12.5 11.2 16.0
Wheatgrass, slender 3.1 2.8 4.0
Cover Crop Totals: 78.3 70 100.0

Dry Forbs Mixture 0.6 0.5 100.0


(Table 3876-6)
GRAND TOTALS: 94.6 84.5 100.0

*Oats to be substituted for spring plantings


Application: Native mix for Sandy/dry areas. Short height.

Mixture: 340
PLS Rate % of Mix
Common Name kg/ha lb/ac Component
Bluestem, big 3.3 3.0 21.5
Bluestem, little 2.8 2.5 18.0
Wild-rye, Canadian 2.2 2.0 14.0
Grama, sideoats 2.2 2.0 14.0
Switch grass 0.6 0.5 4.0
Dropseed, sand 0.6 0.5 3.5
Bluegrass, Canada 3.4 3.0 21.5
June grass 0.6 0.5 3.5
Grass Totals: 15.7 14.0 100.0

PLS Rate % of Mix


Common Name kg/ha lb/ac Component
Winter Wheat* 62.7 56.0 80.0
Rye-grass, annual 12.5 11.2 16.0
Wheatgrass, slender 3.1 2.8 4.0
Cover Crop Totals: 78.3 70 100.0

Dry Forbs Mixture 0.6 0.5 100.0


(Table 3876-6)
GRAND TOTALS: 94.6 84.5 100.0

*Oats to be substituted for spring plantings


Purpose: Native mix for Sandy/Dry areas. Mid-height.

161-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Mixture: 350
PLS Rate % of Mix
Common Name kg/ha lb/ac Component
Bluestem, big 3.4 3.0 21.5
Indian grass 2.8 2.5 18.0
Bluestem, little 2.8 2.5 18.0
Grama, sideoats 3.4 3.0 21.5
Wild-rye, Canadian 2.2 2.0 14.0
Switch grass 1.1 1.0 7.0
Grass Totals: 15.7 14.0 100.0

PLS Rate % of Mix


Common Name kg/ha lb/ac Component
Winter Wheat* 62.7 56.0 80.0
Rye-grass, annual 12.5 11.2 16.0
Wheatgrass, slender 3.1 2.8 4.0
Cover Crop Totals: 78.3 70 100.0

Mesic Forbs Mixture 0.6 0.5 100.0


(Table 3876-6)
GRAND TOTALS: 94.6 84.5 100.0

*Oats to be substituted for spring plantings


Application: Native mix for general roadside areas.

Mn/DOT Table 3876-6 is hereby deleted and replaced with the following:
Table 3876-6
Mixture: Mesic Forbs
Common Name Botanical Name % of Mix
Aster, smooth-blue Aster laevis 5.0
Milkvetch, Canada Astragalus canadensis 5.0
Prairie clover, white Dalea candidum 5.0
Prairie clover, purple Dalea purpureum 5.0
Tick-trefoil. Showy Desmodium canadense 5.0
Coneflower, narrow-leaved Echinacea angustifolia 5.0
Ox-eye, common Heliopsis helianthoides 5.0
Coneflower, grey-headed Ratibida pinnata 5.0
Blazingstar, rough Liatris aspera 5.0
Blazingstar, tall Liatris pycnostachya 5.0
Bergamot, wild Monarda fistulosa 5.0
Penstemon, showy Penstemon grandiflorum 5.0
Mint, mountain Pycnathemum virginianum 5.0
Coneflower, columnar Ratibida columnifera 5.0
Black-eyed Susan Rudbeckia hirta 5.0
Goldenrod, stiff Solidago rigida 5.0
Vervain, blue Verbena hastata 5.0
Vervain, hoary Verbena stricta 5.0
Alexanders, heart-leaved Zizea aptera 5.0
Alexanders, golden Zizia aurea 5.0
Total: 100.0
Rate: 0.6 kg/ha (½ pounds per acre) PLS.

162-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Mixture: Dry Forbs


Common Name Botanical Name % of Mix
Leadplant Amorpha canescens 10.0
Milkweed, butterfly Asclepias tuberosa 2.0
Aster, heath Aster ericoides 4.0
Tic-seed, stiff Coreopsis palmate 2.0
Yarrow Achillea millefolium 2.0
Long-leaved bluets Hedyotis longifolia 1.0
Bushclover, round-headed Lespedeza capitata 3.0
Blazingstar, rough Liatris aspera 4.0
Blazingstar, dotted Liatris punctata 3.0
Lupine, wild Lupinus perennis 5.0
Prairie clover, white Dalea candidum 5.0
Prairie clover, purple Dalea purpureum 16.0
Prairie rose Rosa arkansana 1.0
Black-eyed susan Rudbeckia hirta 18.0
Goldenrod, gray Solidago nemoralis 3.0
Goldenrod, upland Solidago ptarmicoides 1.0
Goldenrod, stiff Solidago rigida 2.0
Goldenrod, showy Solidago speciosa 2.0
Vervain, hoary Verbena stricta 14.0
Alexander’s,golden Zizea aurea 2.0
Total: 100.0

Rate: 0.6 kg/ha (½ pounds per acre) PLS

163-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Mixture: Wet Forbs


Common Name Botanical Name % of Mix
Hyssop, fragrant giant Agastache foeniculum 2.0
Water plantain Alisma subcordatum 4.0
Meadow garlic Allium canadense 1.0
Anemone, Canada Anemone Canadensis 1.0
Milkweed, marsh Asclepias incarnata 2.0
Aster, panicled Aster simplex 3.0
Aster, New England Aster novaeangliae 3.0
Aster, red-stalked Aster puniceus 3.0
Aster, flat-topped Aster umbellatus 1.0
Tick trefoil, Canada Desmodium glutinosum 1.0
Joe-pye weed Eupatorium maculatum 17.0
Boneset Eupatorium perfoliatum 10.0
Goldenrod, grass-leaved Solidago graminifolia 2.0
Sneezeweed Helenium autumnale 1.0
Giant sunflower Helianthus giganteus 2.0
Ox-eye, common Heliopsis helianthoides 1.0
Great St. John’s wort Hypericum pyvamidatum 2.0
Iris, wild Iris versicolor 1.0
Blazingstar, tall Liatris pycnostachya 8.0
Bergamot, wild Monarda fistulosa 1.0
Prairie clover, white Dalea candidum 1.0
Prairie clover, purple Dalea purpureum 2.0
Mountain mint Pycnathemum virginianum 1.0
Black-eyed susan Rudbeckia hirta 6.0
Goldenrod, stiff Solidago rigida 2.0
Tall meadow rue Thalictrum dasycarpum 2.0
Vervain, blue Verbena hastata 14.0
Ironweed Veronia fasciculate 1.0
Culver’s root Veronicastrum virginicum 3.0
Alexander’s, golden Zizea aurea 2.0
Total: 100.0

Rate: 2.2 kg/ha (2 pounds/acre) PLS

S-103 (3882) MULCH MATERIAL


After 3882.2 Type 6 paragraph insert:

Gradation test samples are required for Type 6 Mulch (tub-ground, hammer-milled or
mechanically chipped wood). Submission of one Type 6 mulch sample will be required
for gradation test per 1,000 cubic yards and must be specific to every individual
source/supplier of Type 6 mulch that the Contractor intends to use on the Project. One
sample is required per 1000 yards of mulch.

S- 104 (3889) TEMPORARY DITCH CHECKS


The provisions of Mn/DOT 3889 are supplemented and/or modified with the
following:

Mn/DOT 3889.2B Type 2: Bioroll, is revised to read as follows:

164-S
th th
34 Street and 24 Avenue Railroad Crossings
S.P. 144-135-15, S.P. 144-136-12,
& S.P. 144-140-01
Moorhead, Minnesota

Type 2 ditch checks shall consist of 3897 Filter Log Type; Straw Bioroll or Wood
Fiber Bioroll.

Mn/DOT 3889.2C Type 3: Bioroll Blanket System, is revised to read as follows:

Type 3 ditch checks shall consist of two components; Filter Log Type; Straw Bioroll or
Wood Fiber Bioroll in accordance with 3897, staked on top of a Category 3,
specification 3885 erosion control blanket. The blanket shall form a minimum width
of 3.7 m (12 feet) perpendicular to the ditch gradient.

S- 105 (3891) STORM DRAIN INLET PROTECTION


The provisions of Mn/DOT 3891 are supplemented and/or modified with the
following:

Mn/DOT 3891.3A Rock Log, is revised to read as follows:

Rock logs shall meet the requirements of 3897.2 Filter Log Type Rock Log.

Mn/DOT 3891.3B Compost Log, is revised to read as follows:

Compost logs shall meet the requirements of 3897.2 Filter Log Type Compost Log

S- 106 FINAL ESTIMATE AND FINAL PAYMENT


The following provisions shall apply to preparation of the Final Estimate and execution
of Final Payment under this Contract:

FINAL ESTIMATE

State Law provides that the final estimate will be made within 90 days after completion
of all work required under this Contract. If, however, the total value of the Contract
exceeds $2,000,000.00, the 90 day requirement will not apply and the time allowed for
making such final estimate shall be 180 days after the work under this Contract has
been, in all things, completed to the satisfaction of the Commissioner.

FINAL PAYMENT

If this Contract contains a "Disadvantage Business Enterprise or Targeted Group


Business" goal, the following requirement shall apply:

"Before final payment is made, the Contractor shall also complete an affidavit showing
the total dollar amounts of work performed by disadvantaged business enterprise
(DBE) and targeted group business (TGB)."

END OF DOCUMENT
165-S
DIVISION SS
TABLE OF CONTENTS

SS-1 (1802) QUALIFICATION OF WORKERS ....................................................................1


SS-2 (2565) TRAFFIC CONTROL SIGNALS........................................................................2
SS-2.1 GENERAL.............................................................................................................. 2
SS-2.2 MATERIALS.......................................................................................................... 3
A Conduit ............................................................................................................................. 3
B Handholes......................................................................................................................... 3
C Mast Arm Pole Standards and Luminaires....................................................................... 4
D Terminal Blocks ............................................................................................................... 8
E Electrical Cables and Conductors for Traffic Signal Systems ......................................... 8
F Vehicle Signal Faces (Poly-Carbonate).......................................................................... 12
G Pedestrian Signal Faces .................................................................................................. 13
H Pedestrian Push Buttons (Solid State)............................................................................ 13
I Blank .............................................................................................................................. 14
J Equipment Pad ............................................................................................................... 14
K Signal Service Cabinet ................................................................................................... 14
L Loop Detector Splices .................................................................................................... 14
M Signal Controllers and Cabinets..................................................................................... 14
N Pedestrian Push Button Station ...................................................................................... 15
SS-2.3 CONSTRUCTION REQUIREMENTS ................................................................ 16
A Conduit Installation ........................................................................................................ 16
B Handhole Installation ..................................................................................................... 16
C Anti-Seize Lubricant ...................................................................................................... 16
D Equipment Pad Concrete Foundation............................................................................. 16
E Signal Service Cabinet ................................................................................................... 17
F Loop Detector Installation.............................................................................................. 17
G Painting........................................................................................................................... 17
H Concrete Walks .............................................................................................................. 18
I Blank .............................................................................................................................. 18
J "As Built Plans".............................................................................................................. 18
K Wiring............................................................................................................................. 18
L Bonding and Grounding ................................................................................................. 19
M Oxide Inhibitor ............................................................................................................... 20
N Pedestrian Push Button Installation................................................................................ 20
O Blank .............................................................................................................................. 20
P Pole Sealant .................................................................................................................... 21
R Luminaires & Lamp Labeling ........................................................................................ 21
S Signal Pole Installation to Concrete Foundation Anchor Rods...................................... 21
SS-2.4 MEASUREMENTS AND PAYMENTS.............................................................. 22
SS-3 (2565) EMERGENCY VEHICLE PREEMPTION SYSTEM......................................24
SS-3.1 GENERAL............................................................................................................ 24
SS-3.2 MATERIALS........................................................................................................ 24
SS-3.3 CONSTRUCTION REQUIREMENTS ............................................................... 25
Emergency Vehicle Preemption (EVP) Installation.............................................................. 25
SS-3.4 MEASUREMENTS AND PAYMENTS.............................................................. 25
SS-4 (2565) TRAFFIC CONTROL INTERCONNECTION................................................26
SS-4.1 GENERAL............................................................................................................ 26
SS-4.2 MATERIALS........................................................................................................ 26
Interconnect Cable ................................................................................................................ 26
SS-4.3 CONSTRUCTION REQUIREMENTS ................................................................ 26
Interconnect Cable Installation ............................................................................................. 26
SS-4.4 MEASUREMENT AND PAYMENT .................................................................. 26
DIVISION SS

SS-1 (1802) QUALIFICATION OF WORKERS

The provisions of Mn/DOT Specification 1802 are hereby supplemented with the following:

Signal and Lighting Certification will be required for all Contractors, Supervisors or Foremen
involved in the field installation of the Traffic Signal and/or Lighting portion of this Project. Signal
and Lighting Certification, Level II, is available through the Mn/DOT Technical Certification
Program. Questions regarding certification or past certification may be directed to the Technical
Certification Specialist at telephone (651) 366-4201.

1-SS
SS-2 (2565) TRAFFIC CONTROL SIGNALS

This work shall consist of furnishing and installing materials and electrical equipment and installing
Department furnished materials as specified herein, all to provide one complete operating new
full-traffic-actuated traffic control signal system ---

1. SYSTEM "E" - at the intersection of S.E. Main Avenue and 24th Avenue in Moorhead, Clay
County

--- in accordance with the applicable provisions of Mn/DOT 2565; with the current edition of the
National Electrical Code; with the Plans; and as follows:

SS-2.1 GENERAL

A For System “E”, the Contractor shall furnish and install the following materials and electrical
equipment:

1. One (1) traffic signal cabinet complete with actuated controller unit and all required
signal control equipment to operate the permanent traffic control signal system.

2. Four (4) sets of anchor rods, nuts, and washers to mount the traffic signal cabinet
(one set = 1 anchor rod, nut, and washer).

3. One (1) 4-section rubber gasket to be installed by the Contractor between the bottom
of the traffic signal cabinet and the concrete foundation.

B For System “E”, the Contractor shall furnish and install traffic signal cabinets each complete
with actuated controller unit and all required signal control equipment described in (A)
above; shall furnish and install all additional materials and electrical equipment to provide a
complete operating traffic signal cabinet installation (which includes, but is not limited to: a
cabinet concrete foundation as part of the equipment pad concrete foundation using anchor
rods, nuts, and washers; bonding and grounding materials and connections; etc.); and shall
make all field lead connections in each traffic signal cabinet as directed by the Engineer to
make each traffic control signal system operational.

C The cabinet shall be secured in an upright position when transporting to the job site to insure
that it will not tip and be damaged.

D A Minnesota Transportation Department Traffic Control Signal Agreement will be executed


for the work under this Contract. Mn/DOT approval of any and all changes, supplements to
the Contract, and/or change orders to this Contract which will affect cost participation in the

2-SS
signal construction shall be contingent upon the execution of appropriate procedures
necessary to satisfy the terms and conditions of said agreement.
E WITHIN 15 DAYS AFTER THE CONTRACT APPROVAL NOTICE MAILING DATE,
THE CONTRACTOR SHALL FURNISH EVIDENCE TO THE ENGINEER, IN
WRITING, THAT ORDERS HAVE BEEN PLACED FOR ALL SIGNAL SYSTEM
COMPONENTS REQUIRED ON THE PROJECT
THE CONTRACTOR SHALL PROVIDE SHOP DETAIL DRAWINGS FOR MATERIALS
AND ELECTRICAL EQUIPMENT AS SPECIFIED IN THE CONTRACT DOCUMENTS.

SS-2.2 MATERIALS
A Conduit
The Contractor shall furnish and install either rigid steel conduit (R.S.C.), non-metallic rigid conduit
(N.M.C.), or Continuous Length Conduit (HDPE) at the locations indicated in the Plans. The size of
the conduit shall be as indicated in the Plan. All conduit shall be in accordance with the following:

1. Rigid Steel Conduit (R.S.C.):


Shall be in accordance with Mn/DOT 3801.
2. Rigid Non-Metallic Conduit (NMC) and Continuous Length Conduit (HDPE):
Shall be in accordance with Mn/DOT 3803, except as follows:
a. Shall be Schedule 80 conduit and fittings for all installations.
b. Conduit fittings shall be appropriate for use with HDPE continuous length conduit.
c. Shall be capable of being installed by stitching, plowing, trenching, or directional
boring methods.
d. Shall be either "GREY" or “RED” in color.
e. Shall be marked on the outside of conduit indicating manufacturer’s name, size of
conduit, HDPE, ASTM F 2160, UL Listing, and any other markings required by the
N.E.C.
f. Before the cables and conductors are installed, non-metallic conduit bell ends
(appropriately sized for the HDPE type conduit) shall be installed to prevent damage
to the cables and conductors.
All conduit from concrete foundations to the nearest handhole shall be either rigid steel
conduit (R.S.C.) or rigid non-metallic conduit (N.M.C.). HDPE continuous length conduit is
not allowed for use between concrete foundations and the nearest handhole.

B Handholes
New handholes shall be Mn/DOT approved handholes listed on the Office of Traffic, Safety, and
Operations (OTSO) WEB site under the Qualified Products List for Traffic Signals.
http://www.dot.state.mn.us/trafficeng/designtools/index.html
3-SS
C Mast Arm Pole Standards and Luminaires

All mast arm pole standards and luminaires shall be in accordance with the provisions of Mn/DOT
3831, except as follows:

1. Seal Mast Arm Standard Handhole Covers

The Contractor shall seal all 76 mm x 127 mm (3 inch by 5 inch) vertical pole shaft and mast
arm handholes with a clear 100% silicone sealant to ensure a moisture free seal between the
handhole cover and the handhole opening.

2. Luminaire Wiring

The 14-3 Signal control cable shall be run as one continuous piece from the Signal service
cabinet to the Luminaire. This cable shall not be spliced in the pole base.

The Contractor shall furnish and install a wire holder that supports the luminaire
cable/conductors within the end of the luminaire slipfitter near the connection point of the
luminaire. The Mn/DOT approved wire holders are listed on the Office of Traffic, Safety,
and Operations (OTSO) WEB site under the Qualified Products List for Traffic Signals.

http://www.dot.state.mn.us/trafficeng/designtools/index.html

3. For System “E”, all luminaires shall be cobrahead, 250 Watt, High Pressure Sodium (HPS)
(without photocell receptacle) for 120 Volt. Mn/DOT approved luminaires are listed on the
Office of Traffic, Safety, and Operations (OTSO) WEB site under the Qualified Products List
for Roadway Lighting.

http://www.dot.state.mn.us/trafficeng/designtools/index.html

4. Stainless Steel Woven Wire Cloth

The Contractor shall furnish and install a stainless steel woven wire cloth around the opening
at the bottom of the transformer base to the satisfaction of the Engineer. The woven wire
cloth shall have a mesh of 5 x 5 per inch, a wire diameter of .041 inch, an opening width of
.159 inch, with an open area of 63.2%.

The stainless steel woven cloth shall be inserted and wound around the transformer base
opening (see pictures elsewhere in these Special Provisions) to prevent rodent entry. The
woven cloth top edge shall be cut even and smooth, and secured flush with self tapping
screws to the upper edge of the transformer base opening. The woven cloth shall be
connected at the overlap with either a small stainless steel or brass bolt and nut assembly.

4-SS
The Contractor shall ensure that the woven wire cloth bottom edge is smooth, flush with the
transformer base concrete foundation, ends shall overlap at least two (2) inches, and secured,
in a manner, that does not allow movement.

The entire woven mesh assembly shall be grounded in accordance with the National
Electrical Code (NEC) requirements.

5-SS
OUTSIDE VIEW FROM TOP OF CONCRETE FOUNDATION TO OPENING IN THE
BOTTOM OF THE TRANSFORMER BASE:

6-SS
INSIDE TRANSFORMER BASE VIEW:

7-SS
5. Painting

Painting shall be in accordance with the applicable provisions of Mn/DOT 2565.3T and as
specified elsewhere in these Special Provisions.

D Terminal Blocks

Terminal blocks shall be in accordance with the provisions of Mn/DOT 2565.3J5.

All terminal blocks shall be coated with an electrical insulating coating. Mn/DOT approved
electrical insulating coatings are listed on the Office of Traffic, Safety, and Operations (OTSO) WEB
site under the Qualified Products List for Traffic Signals:

http://www.dot.state.mn.us/trafficeng/designtools/index.html

The coating of the terminal block shall include spraying the terminal connections and the exposed
wire ends where crimped to the spade connector.

E Electrical Cables and Conductors for Traffic Signal Systems

All electrical cables and conductors for traffic signal systems shall be in accordance with the
applicable provisions of Mn/DOT 3815, or as specified herein.

1. Cable Markings:

All electrical cables, except Loop Detector Lead-in Cable - IMSA 50-2 and the 3/C #20
Emergency Vehicle Preemption (EVP) Detector Cable used in signal system construction
shall have the jacket surface ink printed with the following information:

a. Manufacturer Name
b. Year of Manufacture ( Date Code)
c. Type of Wire or Cable ( i.e. TC, XHHW-2, THWN)
d. Size and Number of Conductors
e. Voltage Rating
f. Conductor Insulation Rating
g. Nationally Recognized Testing Laboratory (NRTL) Certification Mark indicating the
cable is listed. [i.e. UL, ITSNA (ETL), CSA]
h. Labeled as sunlight resistant (Sun Res), direct burial (Dir Bur), Oil Resistant 1 (Oil
Res 1)

Signal Control Cable shall have additional markings as follows.

8-SS
a. Traffic Signal Cable
b. Foot Markers

Loop Detector Lead-in Cable - IMSA 50-2 shall meet the marking requirements set forth in
the International Municipal Signal Association (IMSA) specification.

Emergency Vehicle Preemption (EVP) Detector Cable ( 3C # 20) shall be surface marked in
accordance with the National Electrical Code (NEC) and shall have additional markings as
follows:

a. Labeled as sunlight resistant, direct burial


b. Year of Manufacture ( Date Code)
c. Conductor Insulation Rating
d. Foot Markers

All cable markings shall be repeated at intervals not exceeding 24 inches on the jacket
surface.

2. Signal Control Cable:

a. All signal control cable shall be listed by a National Recognized Testing Laboratory
(NRTL) as defined by the U.S. Department of Labor. The testing laboratory must be
listed by OSHA in its scope of recognition for the applicable tests being conducted as
required by this specification. A list of recognized testing labs for products sold in
the United States may be found on the U.S. Department of Labor’s web site:

http://www.osha.gov/

b. The cables shall be tested by an NRTL and shall meet all of the following listed
specifications and general requirements:

UL 44
UL 1277
UL 1685

c. All signal control cable shall conform to the following:

ICEA T-29-520
ICEA T-29-530
ICEA S-73-532 (NEMA WC 57)

d. Shall be suitable for use at 90°C in wet or dry locations

9-SS
Note: This cable will be submersed in water for long periods of time
e. Shall be suitable for direct burial
f. Shall be sunlight resistant
g. Shall be rated for 600 Volts
h. Shall be rated as a Tray Cable
i. Shall have a cable designation of XHHW-2
j. Shall be #14 AWG
k. Each conductor shall be a Class B (7 strand) soft drawn, bare or tinned copper per
ASTM B3, ASTM B8 and ASTM B33
l. Shall be constructed with circuit identification in accordance with method 1 of
ICEA S-73-532 (NEMA WC-57) Table E-1 except as modified below.

3 Conductor:

1. Black
2. White
3. Green

4 Conductor:

1. Black
2. White
3. Red
4. Black/Red stripe

6 Conductor:

1. Black
2. White
3. Red
4. Black/Red stripe
5. Orange
6. Blue

12 Conductor:

1. Black
2. White
3. Red
4. Black/Red stripe
5. Orange
6. Blue
7. White/Black Stripe

10-SS
8. Red/Black Stripe
9. White/Red Stripe
10. Orange/Black Stripe
11. Blue/Black Stripe
12. Black/White Stripe

m. Shall have a minimum average insulation thickness of 30mils


n. Shall be constructed using a tape binder
o. Shall have a cable jacket that has a substantially circular cross-section. The outer
cable jacket shall not be convoluted and shall not have a ropy appearance.
p. Shall have non-hygroscopic fillers used in the interstices of the cables where
necessary to give the completed cable assembly a circular cross-section.
q. Fillers made of Jute or Paper are not acceptable.
r. Shall have a rip cord between the outer jacket and the tape binder
s. Bare copper or tinned wires are acceptable
t. Outer jacket of the 4 conductor cable shall have maximum diameter of 0.450 inches.
u. Outer jacket of the 6 conductor cable shall have maximum diameter of 0.530 inches.
v. Shall carry an oil resistance level 1
w. Shall meet a -35° C (-31° F ) cold bend test
x. For cables employing a PVC jacket a low migration grade of PVC is required
y. The cable jacket shall pass the 7 day (168 hr) oven age test @ 121° C ( 249.8° F ) per
UL 1581
z. This cable carries multiple ratings. Where the requirements of different ratings are in
conflict the more stringent specification shall be the parameter the cable is required to
meet.
aa. The manufacturer shall provide to Minnesota Department of Transportation
(Mn/DOT) the test qualification report from the NRTL stating that the submitted
cable meets all the requirements of this specification.
bb. Once a cable has been accepted by MN/DOT as meeting the requirements of this
specification no substitution of materials will be allowed unless the manufacturer has
received written permission from Mn/DOT allowing the substitution.

All field wiring terminations shall be as indicated on the field wiring diagram included in
the Plan set.

3. The following cables are not required to be listed by a Nationally Recognized Testing
Laboratory (NRTL):

2/C #14 (Loop Detector Lead-in Cable)


3/C #20 (EVP cable)

4. Loop Detector Lead In Cable shall be in accordance with Mn/DOT 3815.2C4(b)

11-SS
F Vehicle Signal Faces (Poly-Carbonate)

All new vehicle signal faces shall be in accordance with the applicable provisions of Mn/DOT 3834,
except as follows:

All vehicle signal faces shall be poly-carbonate. Mn/DOT approved Poly Carbonate vehicle signal
faces are listed on the Mn/DOT Qualified Products List on the Office of Traffic, Safety, and
Operations (OTSO) WEB site for Traffic Signals:

http://www.dot.state.mn.us/trafficeng/designtools/index.html

All vehicle signal faces, visors, and background shields shall be fabricated with ultraviolet and heat
stabilized black poly-carbonate materials, conforming to I.T.E. requirements.

The Contractor shall furnish and install a metal support plate (supplied by the signal head
Manufacturer) on the inside of the signal indication at the attachment point of the one way mount
(one plate each for inside the upper and lower signal housing at the attachment point).

Vehicle signal faces shall utilize one way mounts. The one way mounts shall be in accordance with
Mn/DOT Standard Plate No. 8124E, and as detailed in the Plan.

The Contractor shall furnish and install signal head mounting spacers when mounting a five section
signal face. Mn/DOT approved mounting spacers are listed on the Mn/DOT Qualified Products List
on the Office of Traffic, Safety, and Operations (OTSO) WEB site for Traffic Signals:

http://www.dot.state.mn.us/trafficeng/designtools/index.html

The Contractor shall also furnish and install the required through-bolts for connecting the individual
sections. See attached diagram located elsewhere in these Special Provisions.

In all cases, two sections of the vehicle signal head shall be mounted below the standard one-way
mount with the remaining sections mounted above the standard one-way mount. The indications
shall be fastened together and shall be fastened to the mount by means of a noncorrosive 3-bolt
mounting assembly. The 3-bolt mounting assembly shall utilize locknuts to prevent the assembly
from loosening.

The installation of the vehicle signal faces shall be to the satisfaction of the Engineer.

1. Signal Indications:

All "Red", "Yellow", and "Green" signal indications shall utilize light-emitting diode (LED)
units. Mn/DOT approved LED units are listed on the Mn/DOT Qualified Products List on
the Office of Traffic, Safety, and Operations (OTSO) WEB site for Traffic Signals:

12-SS
http://www.dot.state.mn.us/trafficeng/designtools/index.html

For each LED signal indication, the Contractor shall submit to the Engineer, for approval,
four copies of all warranty information indicating the required 5-year warranty period (from
date of installation), product invoice, and documentation indicating name of manufacturer,
model number, and serial number . The four copies shall be distributed by the Engineer as
follows:

1. Mn/DOT Central Electrical Services Unit.


2. Mn/DOT Traffic Electrical Systems Engineer.
3. Mn/DOT District Traffic Engineer.
4. City of Moorhead.

The Contractor shall, to the satisfaction of the Engineer, affix to the back of each "LED"
signal indication a permanent label, or permanently marked (utilizing a “oil based paint
marker”) with the actual date of installation. The oil based paint marker shall be a
contrasting color to ensure that the date can be easily read.

G Pedestrian Signal Faces

For System “E”, pedestrian signal faces shall be Mn/DOT approved as listed on the Mn/DOT
approved products list on the Office of Traffic, Security, and Operations (OTSO) WEB site:

www.dot.state.mn.us/trafficeng/qpl/signals.xls

The Contractor shall provide, to the Engineer, four (4) copies of product documentation as required
by Mn/DOT 3835 and the copies shall be distributed, by the Engineer, as follows:

a. Mn/DOT Central Electrical Services Unit.


b. Mn/DOT Traffic Electrical Systems Engineer.
c. Mn/DOT District Traffic Engineer.
d. City of Moorhead.

Painting
For System “E”, the painting of the pedestrian signal faces shall be in accordance with the applicable
provisions of Mn/DOT 3835.2H, and as specified elsewhere in these Special Provisions.

H Pedestrian Push Buttons (Solid State)

At System “E”, the Contractor shall furnish and install “solid state” pedestrian pushbuttons.
Mn/DOT approved “solid state” pedestrian pushbuttons are listed on the Mn/DOT Qualified
Products List on the Office of Traffic, Safety, and Operations (OTSO) WEB site for Traffic Signals:

13-SS
http://www.dot.state.mn.us/trafficeng/designtools/index.html

I Blank

J Equipment Pad

The Contractor shall furnish and install an equipment pad as detailed in the Plans and specified in
these Special Provisions.

The equipment pad shall contain the following:

--- Traffic signal cabinet and control equipment.


(CABINET AND CONTROL EQUIPMENT TO BE FURNISHED AND
INSTALLED BY THE CONTRACTOR.)

--- Signal Service Cabinet.


(SIGNAL SERVICE CABINET TO BE FURNISHED AND INSTALLED BY THE
CONTRACTOR)

K Signal Service Cabinet

At System “E”, the Contractor shall furnish and install a signal service cabinet with battery back-up
equipment. Mn/DOT approved signal service cabinets and battery back-up equipment are listed on
the Mn/DOT Qualified Products List on the Office of Traffic, Safety, and Operations (OTSO) WEB
site for Traffic Signals:

http://www.dot.state.mn.us/trafficeng/designtools/index.html

L Loop Detector Splices

The Contractor shall furnish and install qualified loop detector splice kits.

Mn/DOT approved splice kits are listed on the Office of Traffic, Safety, and Operations (OTSO)
WEB site under the Qualified Products List for Traffic Signals:

http://www.dot.state.mn.us/trafficeng/designtools/index.html

THE CONTRACTOR SHALL INSTALL LOOP DETECTOR SPLICES ACCORDING TO THE


MANUFACTURER'S INSTRUCTIONS AND AS SPECIFIED ELSE WHERE IN THESE
SPECIAL PROVISIONS.

M Signal Controllers and Cabinets

14-SS
At System “E”, the Contractor shall furnish and install a signal controller and cabinet to the
satisfaction of the City and the Engineer. The traffic signal controller and cabinet shall be new and
the controller shall be the latest version. The local controller shall be fully compatible with the
City’s existing closed loop signal systems and software. The new controller must have the ability to
receive uploads and downloads from the existing City software and also be monitored by it. The
City’s existing signal system utilizes Eagle EPAC M50 series controllers, Eagle Marc Master
Controller and Marc Closed Loop software.

The controller cabinet shall contain all of the features provided in the cabinets supplied for the City
of Moorhead’s Train Whistle Quiet Zone Project. The cabinet shall be a ground mounted “P”
cabinet including the traffic signal controller, detector card rack with detector cards, load switches,
flasher units, flash transfer relays, “D” connectors for the EPAC controllers and all other necessary
plugables to operate a standard 8-phase intersection. Along with the 8 vehicle phases the cabinet
shall allow for 4 pedestrian phases and 4 overlaps.

N Pedestrian Push Button Station

The concrete foundation for the pedestrian push button station shall be installed at the location
staked by the Engineer and shall be constructed in accordance with the pedestrian push button station
detail shown in the Plans for a separate mounting. Nominal 4 inch diameter R.S.C. conduit shall be
used to mount the pedestrian push buttons and pedestrian instruction signs.

15-SS
SS-2.3 CONSTRUCTION REQUIREMENTS

A Conduit Installation

Conduit shall be installed in accordance with Mn/DOT 2565.3D, except as follows:

1. Continuous Type HDPE Non-Metallic Conduit:

Except for under existing pavements, the Contractor shall install underground Continuous
Type HDPE Conduit shall by trenching, stitching, plowing, or other method approved by the
Engineer. Under existing pavements, Continuous Type HDPE Non-Metallic Conduit shall
be placed as specified in 2565.3D2b.

2. Rigid Non-Metallic Conduit Joints:

The Contractor shall install appropriate sized long line couplings when installed under
existing roadway surfaces.

The Contractor shall allow the applied PVC joint cement to set up for six (6) hours before
pulling the conduit through a directional bored channel.

B Handhole Installation

The Contractor shall install handholes in accordance with the provisions of Mn/DOT 2565.3E and as
follows:

All handholes shall be backfilled after the frame casting and cover have been installed onto the
handhole.

C Anti-Seize Lubricant

Threaded portions of all anchor rods above concrete foundations shall be coated with a quality anti-
seize lubricant before installation of the mast arm pole standards, traffic signal pedestals, the traffic
signal cabinet, signal service cabinet, and other type cabinets on the anchor rods.

The Contractor shall apply, before installation, a quality anti-seize lubricant to all threads of the
signal bracketing and pipe fittings to the satisfaction of the Engineer.

D Equipment Pad Concrete Foundation

The equipment pad concrete foundation shall be installed at the location staked by the Engineer
and shall be constructed as detailed in the Plans.

16-SS
The cabinet concrete foundation for the traffic signal cabinet and control equipment shall be installed
as part of the equipment pad concrete foundation using anchor rods, nuts, and washers to mount the
cabinet. The anchor rod pattern for the cabinet is 1035 mm (40-3/4 inches) by 470 mm (18-1/2
inches) rectangular, measured from the anchor rod centers. The anchor rods shall project above the
concrete foundation to accommodate the13 mm (1/2 inch) thick gasket. The Contractor shall install
rubber gasket sections between the bottom of the cabinet base and the concrete foundation. The
Contractor shall leave one 13 mm (1/2 inch) gap in the gasket to ensure proper water drainage.

The cabinet concrete foundation for the signal service cabinet shall be installed as part of the
equipment pad concrete foundation using anchor rods, nuts, and washers supplied by the Contractor.
Each anchor rod shall be in accordance with Mn/DOT 2565.2F3. The anchor rod pattern for the
cabinet is 406 mm (16 inches) by 356 mm (14 inches) rectangular, measured from the anchor rod
centers. The anchor rods shall project above the concrete foundation to accommodate the13 mm (1/2
inch) thick gasket. The Contractor shall install the rubber gasket sections between the bottom of the
cabinet base and the concrete foundation. The Contractor shall leave one 13 mm (1/2 inch) gap in
the gasket to ensure proper water drainage.

E Signal Service Cabinet

The Contractor shall install the signal service cabinet on the equipment pad concrete foundation as
detailed in the Plan and to the satisfaction of the Engineer.

F Loop Detector Installation

The Contractor shall install loop detectors in non-metallic conduit (N.M.C.) in accordance with the
details included in the Plans; as marked by the Engineer; and with the applicable provisions of
Mn/DOT 2565.3G.

G Painting

Painting of the traffic control signal system shall be in accordance with the provisions of Mn/DOT
2565.3T, except paint systems shall be as follows:

(1) Dark Green shall conform to 3532


(2) Yellow shall conform to 3532.
(1) Aluminum paint shall conform to 3533, for the first and second coat.

Mn/DOT approved paints are listed on the Office of Materials WEB site under Approved Products
List:
http://www.mrr.dot.state.mn.us/materials/materials.asp

The traffic signal cabinets and signal service cabinets shall not be field painted.

17-SS
H Concrete Walks

Concrete walks (4") around signal bases shall be in accordance with the applicable provisions of
Mn/DOT 2521; with the Plans; and as directed by the Engineer. The concrete walks may include
pedestrian curb ramp(s) if in a curb section. All construction of the concrete walks shall be
considered incidental work and no direct compensation will be made therefor.

I Blank

J "As Built Plans"

The Contractor shall furnish “as built Plans” that contain any changes in the following:

--- conduit sizes


--- number of handholes
--- types of foundations
--- length of mast arms
--- signal bracketing or signal mounts
--- wiring
--- size of detection
--- type of detection
--- interconnect cable path

The “as built Plans” shall be in a form that is satisfactory to the Engineer.

K Wiring

All wiring shall be in accordance with the Plan and Mn/DOT 2565.3J, except as follows:

Labels to identify cables and conductors, except the individual conductors terminated at the cabinet
fuse panels, shall consist of white vinyl adhesive tape wrapped around the cable. The labeling shall
be hand written on the vinyl adhesive tape or produced with a label maker. If label marking is
handwritten, the labeling shall be accomplished by utilizing a black permanent marker, in such a
manner, that the markings are legible to the satisfaction of the Engineer. Labels produced with a
label maker shall be suitable for use in wet locations, and this label must wrap around the cable one
complete revolution with some overlap.

Labels to identify the individual conductors terminated at the cabinet fuse panels, shall utilize either
machine printed labels, embossed plastic labels, vinyl adhesive pre-printed labels, or sleeve type
labels placed around each conductor.

18-SS
L Bonding and Grounding

All bonding and grounding shall be in accordance with the provisions of Mn/DOT 2565.3H, except
as follows:

1. All ground rod electrodes shall be UL Listed.

2. All ground rod electrodes shall be a single piece non threaded 5/8 inch diameter by 15
foot long copper clad ground rod.

3. The ground rod electrode in a pedestal foundation shall be placed slightly off center in
the pedestal foundation as specified in the plans.

4. The ground rod electrode for signal poles (PA85, PA90, PA100) shall be placed in the
nearest hand hole adjacent to the signal pole foundation as shown on the field wiring
diagram of the plan. Grounding of the signal poles shall be accomplished by bonding
together the #6 AWG, stranded, insulated green grounding conductor that runs from the
traffic signal cabinet to the ground rod electrode and thru to the pole base. The ground
rod electrode shall be placed in the hand hole with the top of the ground rod being
installed approximately 3 inches below the bottom of the hand hole cover as specified in
the plans.

5. Connection of the daisy chain #6 AWG stranded insulated green grounding conductor
that runs from the adjacent signal poles ground rod electrode to the next signal pole’s
ground rod electrode shall be welded to the ground rod electrode with a T type connector
utilizing a 3 wire tap connection. A 2 wire tap connection shall be utilized at the end of
the daisy chain run.

6. Bonding of all ground rod electrodes to the #6 AWG stranded, insulated green conductor
coming from the traffic signal cabinet and running to the signal pole base shall be
accomplished by exothermic welding.

7. The exothermic welding is achieved by:

a) Stripping off enough insulating material from the #6 AWG stranded green insulated
grounding wire to ensure the insulation does not burn or melt during the welding
process.

b) Using a manufacturer’s specific sized mold for exothermic welding of a #6 AWG


stranded copper wire being welded to a non threaded 5/8 inch copper clad ground rod
electrode. This mold must be a T type configuration with a 3 wire tap or 2 wire tap as
specified in the plans.

19-SS
c) All exothermic welds shall be made in strict adherence to the weld manufactures
instructions for material preparation, welding and testing of the exothermic weld.

8. Bonding of the #6 AWG stranded, insulated green grounding conductor to the signal pole
base 5/16” grounding stud shall be accomplished by use of a UL listed Re-usable screw
type active clamping ground lug with a tang that connects to the 5/16” signal pole base
grounding stud.

9. The last paragraph on Page 650 shall read as follows:

Metal poles, pedestals, cabinets, and other structures requiring a ground rod electrode
shall be bonded to the ground rod electrode by a No. 6 stranded copper grounding
electrode conductor. One end of the bonding jumper shall be attached to the lower part
of the pole, pedestal, cabinet, or structure shaft or base and the other end attached to the
ground rod electrode by an exothermic weld.

10. The first full paragraph on Page 651 shall read as follows:

For bonding and grounding in all conduit systems, a No. 6 stranded insulated green
equipment grounding conductor shall be installed with all electrical circuits. Where non-
metallic conduit is to be installed for future use, the equipment grounding conductor may
be omitted.

M Oxide Inhibitor

The Contractor shall apply an oxide inhibiting agent to all No. 6 grounding connections after
assembly and final connection.

N Pedestrian Push Button Installation

Pedestrian push buttons shall be installed on pole shafts in accordance with the applicable provisions
of Mn/DOT 3833.2 and as follows:

The Contractor shall drill a 3/16 inch weep hole in the bottom of the push button mounting cup.

The Contractor shall apply a bead of 100% clear silicone sealant around the top half of the push
button housing where the push button comes in contact with the pole shaft.

The weep hole and the seal shall all be to the satisfaction of the Engineer.

O Blank

20-SS
P Pole Sealant

The Contractor shall place an adequate amount of 100% clear silicone sealant between the pole base
plate and where it meets the transformer base to ensure a moisture proof seal between the pole and
the transformer base. This seal shall be to the satisfaction of the Engineer.

R Luminaires & Lamp Labeling

The Contractor shall mark all luminaires and lamps in accordance with Mn/DOT 3810.2A. The term
permanent marker in Mn/DOT 3810.2A shall be modified to read “black oil based paint marker.”

S Signal Pole Installation to Concrete Foundation Anchor Rods

The Contractor shall install mast arm pole standards to concrete foundations anchor rods in
accordance with the following installation procedure:

1. Clean exposed part of anchor rods with a wire brush or equivalent.

2. Assure clean anchor rods and that nuts will spin freely along entire length of all anchor
rods.

3. Lubricate anchor rod threads with brush on anti-seize compound.

4. Install heavy hex leveling nuts and set them to level.

5. Install 1st set of washers, place base/pole on anchor rod cluster, install 2nd set of
washers.

6. Install heavy hex top nuts and hand tighten.

7. Using "full force" and a standard wrench, or a few impacts of an impact wrench, tighten
all top nuts in any order.

8. (Critical) Using "full force" and a standard wrench, tighten all leveling nuts in any order.

9. Mark positions of all top nuts in relation to its adjacent bolt. Using appropriate
equipment tighten all top nuts an additional 1/6 turn beyond tightening achieved in steps
6 and 7.

10. After 48 hours, with the entire mast arm pole standard [including mast arm(s),
transformer base, and, if applicable, the luminaire extension] being completely assembled
and installed, the nuts shall be checked to assure they have maintained tightness. If
additional tightening is required, follow Steps 7 thru 9.

21-SS
SS-2.4 MEASUREMENTS AND PAYMENTS

Furnishing and installing materials and electrical equipment as specified herein, all to provide a
complete operating new full-traffic-actuated traffic control signal system at the intersection of S.E.
Main Avenue and 24th Avenue in Moorhead, Clay County as contained in these Special Provisions
and in the Plans will be measured as an integral unit and paid for as specified in Mn/DOT 2565.4 and
Mn/DOT 2565.5 respectively for Item No. 2565.511 (TRAFFIC CONTROL SIGNAL SYSTEM
“E”).

22-SS
23-SS
SS-3 (2565) EMERGENCY VEHICLE PREEMPTION SYSTEM

This work shall consist of furnishing and installing the emergency vehicle preemption (EVP) system
at the intersection of S.E. Main Avenue and 24th Avenue (System “E”) in Moorhead, Clay County,
in accordance with the applicable provisions of Mn/DOT 2565; with the Plans; and as follows:

SS-3.1 GENERAL

All applicable provisions of the current edition of the National Electrical Code shall apply.

SS-3.2 MATERIALS

The Contractor shall furnish and install siren activated emergency vehicle preemption (EVP)
equipment in accordance with the applicable provisions of Mn/DOT 3814 and with the following:

The Contractor shall furnish and install Traffic Systems LLC SONEM 2000 Digital Siren Detectors
(Microphone) and confirmatory lights, at the locations indicated in the Plans, as directed by the
Engineer, and as follows:

1. SONEM 2000 Digital Siren Detectors.


2. SONEM 2000 Controller Unit.
3. SONEM 2000 System Software and manual.
4. Confirmatory Lights (Flood Lamp Type).
5. EVP Detector Cable (2/c #14).

The Contractor shall furnish and install the SONEM 2000 controller into the traffic signal cabinet.

--- Each digital siren detector shall have a reception range of approximately
1000 - 1200 feet. The City and/or the Department will measure the preemption
distance prior to system acceptance.
--- The Contractor shall provide the SONEM 2000 System Software and manuals to the
City and/or the Department.
--- The confirmatory lights shall be in accordance with Mn/DOT 3814 and the detail in
the Plans.
--- The EVP detector cable shall be 2/c #14 in accordance with Mn/DOT 3815.2C4.
--- Manufacturer’s personnel shall provide 4 hours of instruction to City operations and
maintenance personnel in the operation and maintenance of the system and the
operation of the system software.
--- Warranty:

24-SS
The Manufacturer shall provide a Protection Plan that will warrant the component
parts that prove to be defective in workmanship and material during the first five (5)
years from the date of purchase during which all defective equipment (including
controller cards) will be replaced or repaired. Upon notification by the City and/or
Department that a unit is defective, the Manufacturer shall have a replacement unit in
hand to the City and/or the Department within twenty-four (24) hours from the time
of notification. The Contractor shall provide four (4) copies of the manufacturer's
warranty for distribution by the Engineer.
--- Certification:
The Contractor shall certify that all component products are designed, manufactured,
and tested as a system and will meet or exceed the requirements of this specification.

NO OTHER SIREN ACTIVATED SYSTEM HAS BEEN APPROVED AT THIS TIME.

SS-3.3 CONSTRUCTION REQUIREMENTS

Emergency Vehicle Preemption (EVP) Installation

The Contractor shall install EVP detectors and EVP indicator lamps at the locations indicated in the
Plans in accordance with the detail in the Plans and the provisions of Mn/DOT 2565.3S.

SS-3.4 MEASUREMENTS AND PAYMENTS

Furnishing and installing emergency vehicle preemption (EVP) system at the intersection of S.E.
Main Avenue and 24th Avenue in Moorhead, Clay County as specified herein will be measured as an
integral unit complete in place and operating and will be paid for under Item No. 2565.601
(EMERGENCY VEHICLE PREEMPTION (EVP) SYSTEM “E”) at the Contract price per LUMP
SUM, which price shall be compensation in full for all costs incidental thereto.

25-SS
SS-4 (2565) TRAFFIC CONTROL INTERCONNECTION

This work shall consist of furnishing and installing conduit, handholes, and interconnect cable for
traffic control interconnection along S.E. Main Avenue at the locations indicated in the Plans, all in
accordance with the applicable provisions of Mn/DOT 2565; with the current edition of the National
Electrical Code; with the Plans; and as follows:

SS-4.1 GENERAL

All interconnect cable connections in each intersection traffic signal cabinet will be made by
Mn/DOT personnel to make the hardwire interconnected coordinated traffic control signal systems
operational.

SS-4.2 MATERIALS

Interconnect Cable

Interconnect cable (6 PAIR # 19 indicated in the Plans) shall be in accordance with Mn/DOT
3815.2C6c.

SS-4.3 CONSTRUCTION REQUIREMENTS

Interconnect Cable Installation

All excavations shall be backfilled and the backfilling shall be like in kind to the adjacent materials
and compacted to approximately the same density as the adjacent soils. Sod, curb and gutters,
sidewalks, etc., removed by construction operations shall be restored to approximately its original
condition by the Contractor at his own expense to the satisfaction of the Engineer.

The Contractor shall provide 1.8 m (6 feet) of interconnect cable in each cabinet. The Contractor
shall prepare the interconnect cable by removing 610 mm (2 feet) of the cable sheath and completely
removing any grease from a grease filled cable.

SS-4.4 MEASUREMENT AND PAYMENT

Furnishing and installing conduit, handholes, and interconnect cable for traffic control
interconnection on S.E. Main Avenue at the locations indicated in the Plans, as contained in these
Special Provisions and in the Plans will be measured as an integral unit complete in place and
operating and will be paid for under Item No. 2565.601 (TRAFFIC CONTROL
INTERCONNECTION B) at the Contract price per LUMP SUM, which price shall be compensation
in full for all costs incidental thereto.

26-SS
Minnesota Department of Transportation DBE Special Provisions
Office of Civil Rights 2/2006

DISADVANTAGED BUSINESS ENTERPRISE (DBE)


SPECIAL PROVISIONS

POLICY STATEMENT

It is the policy of the Minnesota Department of Transportation (Mn/DOT) that DBEs, as defined in
49 C.F.R. Part 26, and other small businesses shall have the maximum feasible opportunity to
participate in contracts financed in whole or in part with public funds. Consistent with this policy,
Mn/DOT will not allow any person or business to be excluded from participation in, denied the
benefits of, or otherwise be discriminated against in connection with the award and performance of
any U.S. Department of Transportation (DOT)-assisted contract because of sex, race, religion, or
national origin. The Minnesota Department of Transportation (Mn/DOT) has established a
Disadvantaged Business Enterprise (DBE) program in accordance with regulations of the DOT, 49
C.F.R. Part 26.

Mn/DOT has received federal financial assistance from DOT, and as a condition of receiving this
assistance, has signed an assurance that it will comply with 49 C.F.R. Part 26. The DBE
requirements of 49 C.F.R. Part 26 apply to this contract. In this regard, the contractor will take all
necessary and reasonable steps in accordance with 49 C.F.R. Part 26 to ensure that Disadvantaged
Business Enterprises have the maximum opportunity to compete for and perform this contract.

CONTRACT ASSURANCE

The contractor, sub-recipient or subcontractor shall not discriminate on the basis of race, color,
national origin, or sex in the performance of this contract. The contractor shall carry out applicable
requirements of 49 C.F.R. Part 26 in the award and administration of DOT-assisted contracts.
Failure by the contractor to carry out these requirements is a material breach of this contract, which
may result in the termination of this contract or such other remedy, as Mn/DOT deems appropriate.

CONTENTS

Policy Statement .......................................1 Prompt Payment ........................................ 9


Contract Assurance ...................................1 DBE Replacement ..................................... 9
Submittal of Documentation .....................2 Award of Contract .................................... 10
Failure to Submit Documentation.............3 Exhibit A .................................................. 11
DBE Goal Information..............................3 Trucking Guidelines ................................. 13
Evaluation of Good Faith Efforts..............3 Certificate of Good Faith Efforts.............. 16
Administrative Reconsideration................5 Bidders List .............................. ................17
Counting DBE Participation .....................6 Contractor Payment .............. ....................18
Commercially Useful Function.................7 Good Faith Efforts Affidavit ............... .....19
Failure to Fulfill DBE Commitment .........9 On-the-Job Training Acknowledgement.. 20

DBE Page 1
Minnesota Department of Transportation DBE Special Provisions
Office of Civil Rights 2/2006

SUBMITTAL OF DOCUMENTATION

For all contracts where goals are set, regardless of contract size, the contractor will be required to:
(a) propose the participation of specific DBEs to meet the goal; or (b) demonstrate good faith efforts
to meet the goal, and (c) acknowledge and accept the requirement for On-the-Job Training (OJT).
A contractor must provide justification if it rejects bids, quotes, or proposals from properly certified,
qualified DBE firms.

In order to fulfill a DBE goal, the firms utilized as DBE subcontractors must be certified as DBEs
by Mn/DOT’s Office of Civil Rights prior to the bid letting. The Minnesota Unified Certification
Program's (Mn/UCP) Disadvantaged Business Enterprise (DBE) directory, which is found on
Mn/DOT's OCR website, includes the names and addresses of all firms that are certified to perform
the type of work the contractor is proposing to subcontract.

The Apparent low bidder must submit the following documents to the Good Faith Efforts
Review Committee, in Mn/DOT’s Office of Civil Rights.

1. Certificate of Good Faith Efforts - attached herein as page 16


2. Bidders List - attached herein as page 17
3. Contractor Payment Form– attached herein as page 18
4. Exhibit A Forms – attached herein as page 11
5. Supporting Documentation to Verify Good Faith Efforts
6. Good Faith Efforts Affidavit - attached herein as page 19
7. OJT Acknowledgement Form - attached herein as page 20

The Apparent low bidder must submit information on the attached Certificate of Good Faith
Efforts listing all of the DBE and non-DBE firms (including subcontractors, service providers and
suppliers) from whom it solicited quotes to provide work and/or supplies for the project.

The Apparent low bidder must also submit a completed Bidders List, which must include
information on: (1) all DBE and non-DBE firms that submitted a bid/quote for the project; and (2)
the proposed firms to be used on the project as subcontractors, service providers and suppliers. The
Apparent low bidder must submit a completed Bidders List form even if the company’s list of
proposed subcontractors, service providers and suppliers and supporting documentation (Exhibit A
forms) includes enough participation to meet the contract-specific goal.

Additionally, a completed Good Faith Efforts Affidavit must be submitted regardless of whether
or not the Apparent low bidder has indicated on its list of proposed subcontractors, service
providers and suppliers sufficient participation to meet the contract-specific goal.

The Apparent low bidder must submit completed Exhibit A forms for each DBE firm it proposes to
utilize on the project, along with copies of the signed agreements and/or affidavits and/or letters of
intent committing themselves to the use of the proposed DBE firms for at least the percentage
submitted on the Exhibit A forms. See page 10 of the DBE Special Provisions herein for additional
information on completing the Exhibit A form.

The Apparent low bidder must also complete and submit the OJT Acknowledgement form, and
provide additional information, which supports its good faith efforts such as those typical Good
Faith Efforts listed on pages (3-5) of these DBE Special Provisions as well as summaries of the
DBE Page 2
Minnesota Department of Transportation DBE Special Provisions
Office of Civil Rights 2/2006

bidder’s discussions and/or solicitation efforts of DBE firms (along with the firm names, addresses
and contact persons). This information can include but is not limited to copies of solicitation letters
and/or faxes to DBE firms.

FAILURE TO SUBMIT DOCUMENTATION

Failure of the apparent low bidder to submit the Certificate of Good Faith Efforts, the Bidders List,
Exhibit A forms, Affidavit of Good Faith Efforts and supporting documentation within three (3)
working days from the time of notification by Mn/DOT’s Office of Construction and Innovative
Contracting may result in the rejection of the bid and forfeiture of their proposal guaranty.

DBE CONTRACTUAL GOAL

The DBE goal on this contract is ______ percent.

The goal may be attained by means of:

1. A subcontract agreement or affidavit with a Mn/UCP-certified DBE;

2. An equipment lease agreement with a Mn/UCP-certified DBE;

3. A joint venture with a Mn/UCP-certified DBE. This joint venture must be approved by
the Mn/DOT Office of Civil Rights prior to bid opening;

4. A purchase agreement with a Mn/DOT certified DBE supplier (sixty percent of the
supplier's contracted amount will be credited toward the DBE goal); or

5. Other services pre-approved by the Mn/DOT Office of Civil Rights.

The bidder shall make every reasonable effort to subcontract work to DBEs through good faith
negotiations and/or solicitations in advance of the date specified for the opening of bids.

The bidder shall indicate at the time of bid their DBE commitment (which may be different from the
goal indicated in this proposal) that they intend to subcontract to DBEs. A bidder who fails to
indicate a DBE commitment must fulfill the "total goal" indicated in this proposal.

EVALUATION OF GOOD FAITH EFFORTS

If the apparent low bidder (hereafter ALB) has a DBE commitment that indicates they will
accomplish none or only a portion of the Disadvantaged Business Enterprise (DBE) goal, they must
demonstrate good faith efforts in attempting to meet that goal. Mn/DOT’s Good Faith Efforts
Review Committee shall review all “good faith efforts” documents submitted, and any amendments,
and make a recommendation to the Director of OCR. If the ALB fails to meet the Good Faith
Effort, as noted in this document, the Good Faith Efforts Review Committee will recommend to the
Director of OCR that the Good Faith Effort be rejected. The Director will make the final decision if
the Good Faith Efforts are to be rejected.
DBE Page 3
Minnesota Department of Transportation DBE Special Provisions
Office of Civil Rights 2/2006

The ALB must show that it took all necessary and reasonable steps to achieve a DBE goal or other
requirement of 49 C.F.R. Part 26 which, by their scope, intensity, and appropriateness to the
objective, could reasonably be expected to obtain sufficient DBE participation. The DBE Liaison
Officer will make the final determination on whether a bidder made sufficient good faith efforts to
meet the goal in accordance with the guidelines set forth in 49 C.F.R. §26.53, and Appendix A
thereto. Compliance will be determined on a case-by-case basis, based on a review of
documentation of the following general types of activities:

1. Soliciting through all reasonable and available means (e.g. attendance at pre-
proposal/pre-bid meetings, advertising and /or written notices) the interest of all certified
DBEs who have the capability to perform the work of the contract. The ALB must
solicit this interest within sufficient time to allow the DBEs to respond to the solicitation.
The ALB must determine with certainty if the DBEs are interested by taking appropriate
steps to follow up on the initial solicitations;
2. Selecting portions of the work to be performed by DBEs in order to increase the
likelihood that the DBE goals will be achieved. This includes, where appropriate,
breaking out contract work items into economically feasible units to facilitate DBE
participation, even when the ALB might otherwise prefer to perform these work items
with its own forces;
3. Providing interested DBEs with adequate information about the plans, specifications,
and requirements of the contract in a timely manner to assist them in responding to a
solicitation;
4. Negotiating in good faith with interested DBEs. The ALB has the responsibility to make
a portion of the work available to DBE Subcontractors (including Consultants),
Suppliers and Service Providers, and to select those portions of the work or material
needs consistent with the available DBE Subcontractors, Service Providers and Suppliers
so as to facilitate DBE participation. Evidence of such negotiations include the names,
addresses, and telephone numbers of DBEs that were considered; a description of
information provided regarding the plans and specifications for the work selected for
subcontracting; and evidence as to why additional agreements could not be reached for
DBEs to perform the work;
5. An ALB using good business judgment would consider a number of factors in
negotiating with subcontractors, including DBE Subcontractors, and would take a firm’s
price and capabilities as well as contract goals into consideration. However, the fact that
there may be some additional costs involved in finding and using DBEs is not in itself
sufficient reason for an ALB’s failure to meet the contract DBE goal, as long as such
costs are reasonable. Also, the ALB's ability or desire to perform the work of a contract
with its own organization does not relieve the ALB of the responsibility to make good
faith efforts. The ALB is not, however, required to accept higher quotes from DBEs if
the price difference is excessive or unreasonable;
6. Rejecting DBEs as being unqualified must be based on a thorough investigation of their
capabilities and sound reasons for rejecting DBEs must be articulated. The DBE's
standing within its industry, membership in specific groups, organizations, or
associations and political or social affiliations (for example union vs. non-union
employee status) are not legitimate causes for rejection or non-solicitation of
proposals/bids in the ALB’s efforts to meet the project goal;

DBE Page 4
Minnesota Department of Transportation DBE Special Provisions
Office of Civil Rights 2/2006

7. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or


insurance as required by Mn/DOT or the ALB;
8. Making efforts to assist interested DBEs in obtaining necessary equipment, supplies,
materials or related assistance or services;
9. Effectively using the services of available minority/women community organizations;
minority/women contractors’ groups; local, State and Federal offices of minority/women
business assistance; and other organizations, as allowed on a case-by-case basis, to
provide assistance in the recruitment and placement of DBEs; and
10. The performance of other bidders in meeting the contract requirements. For example,
when the ALB fails to meet the contract goal, but other bidders meet it, the question may
be reasonably raised as to whether, with additional reasonable efforts; the ALB could
have met the goal. If the ALB fails to meet the goal, but meets or exceeds the average
DBE participation obtained by other bidders, this may be viewed, in conjunction with
other factors, as evidence of the ALB having made good faith efforts.

The ALB shall submit signed agreement(s) and/or affidavit(s) committing themselves to the use of
Disadvantaged Business Enterprises (DBEs) for at least the percentage submitted with the bid
proposal within 3 working days from the time they are notified, by the Office of Construction and
Innovative Contracting that they are the ALB. The ALB shall also submit the OJT
Acknowledgement form committing themselves to implementing the OJT Program on this project,
as outlined in Section (2041) ON-THE-JOB-TRAINING PROGRAM of the EEO Special
Provisions.

All DBE subcontract agreement(s) including Purchase Orders/Purchase Agreements or affidavit(s)


must be accompanied by a completed Description of Work form, which is identified as "Exhibit A,"
a copy of which is attached hereto. This information is to be submitted to the Mn/DOT Office of
Civil Rights within the allowed three (3) working days from the ALB's receipt of the letter notifying
the company that they are the ALB, with the DBE subcontract agreement(s) and/or affidavit(s).
Failure to submit a completed Exhibit A form with each DBE signed agreement(s) and/or
affidavit(s) within the 3-day working day period or any allowed extension will result in the rejection
of the bid and the forfeiture of the proposal guaranty.

If the Director of Mn/DOT's Office of Civil Rights determines that adequate good faith efforts have
not been demonstrated, the ALB will be notified in writing of the decision and advised of their right
to request administrative reconsideration. The rejected bidder will not be approved as a
subcontractor or material supplier with the bidder who is ultimately awarded the contract.

ADMINISTRATIVE RECONSIDERATION

Within five days of being informed by Mn/DOT that it is not responsive because it has not
documented good faith efforts, an ALB may request administrative reconsideration. The bidder
should make this request in writing to the reconsideration official, Lisa Freese, Deputy
Commissioner, or designee, at the following address: 395 John Ireland Blvd.
St. Paul, Minnesota 55155; Email Address: lisa.freese@dot.state.mn.us, Phone: (651) 366-4807.
The reconsideration official will not have played any role in the original determination that
the ALB did not make good faith efforts.

DBE Page 5
Minnesota Department of Transportation DBE Special Provisions
Office of Civil Rights 2/2006

Mn/DOT will provide the ALB with a written decision on reconsideration, explaining the basis for
the determination. The ALB will have the opportunity to:

1. Provide written documentation or argument on record concerning the issue of whether


the ALB met the goal or made adequate good faith efforts to do so; and
2. Meet in person with Mn/DOT or its reconsideration official to discuss the issue of
whether the ALB met the goal or made adequate good faith efforts to do so.

In accordance with 49 C.F.R. §26.53, the result of the Mn/DOT’s reconsideration process is not
subject to administrative appeal to the U.S. Department of Transportation.

COUNTING DBE PARTICIPATION

In accordance with 49 C.F.R. §26.55, Mn/DOT will utilize the following guidelines in determining
the percentage of DBE participation that will be counted toward the overall DBE goal:

1. When a DBE participates in the Contract, the value of the work actually performed will be
counted;
2. If a firm is not currently certified as a DBE in accordance with the standards of subpart D of
the regulations (49 C.F.R. §26.55(f)) at the time of the due date for Bids or offers of the
contract, the firm’s participation toward any DBE goals will not be counted, except as
provided for in 49 C.F.R. §26.87(i);
3. The dollar value of the work performed under a contract with a firm after it has ceased to be
certified will not be counted toward the overall goal;
4. The participation of a DBE Subcontractor toward the Contractor’s DBE achievements or the
overall goal will not be counted until the amount being counted toward the goal has been
paid to the DBE;
A. The entire amount of the portion of a construction contract (or other contract not covered
by paragraph 49 C.F.R. §26.55 that is performed by the DBE’s own forces). Include the
cost of supplies and materials obtained by the DBE for the work of the Contract,
including supplies purchased or equipment leased by the DBE (except supplies, and
equipment the DBE subcontractor purchases or leases from the prime contractor or its
affiliate);
B. The entire amount of fees or commissions charged by a DBE firm for providing a bona
fide service, such as professional, technical, consultant, or managerial services, or for
providing bonds or insurance specifically required for the performance of a DOT-
assisted contract, count toward DBE goals, provided that the Mn/DOT determines the
fee to be reasonable and not excessive as compared with fees customarily allowed for
similar services;
C. When a DBE subcontracts part of the work of its contract to another firm, the value of
the subcontract work may be counted toward DBE goals only if the DBE’s subcontractor
is itself a DBE. Work that a DBE subcontracts to a non-DBE firm will not count toward
DBE goals;
D. When a DBE performs as a participant in a joint venture, Mn/DOT will count a portion
of the total dollar value of the contract equal to the distinct, clearly defined portion of the
work of the contract that the DBE performs with its own forces toward DBE goals; and

DBE Page 6
Minnesota Department of Transportation DBE Special Provisions
Office of Civil Rights 2/2006

5. Mn/DOT will count expenditures of a DBE contractor toward DBE goals only if the DBE is
performing a commercially useful function on that contract.

COMMERCIALLY USEFUL FUNCTION

1. A DBE performs a commercially useful function when it is responsible for execution of the
work of the contract and is carrying out its responsibilities by actually performing,
managing, and supervising the work involved. To perform a commercially useful function,
the DBE must also be responsible, with respect to materials and supplies used on the
Contract, for negotiating price, determining quality and quantity, ordering the materials, and
installing (where applicable) and paying for the material itself. To determine whether a
DBE is performing a commercially useful function, Mn/DOT will evaluate the amount of
work subcontracted, industry practices, whether the amount the firm is to be paid under the
Contract is commensurate with the work it is actually performing and DBE credit claimed
for its performance of the work, and other relevant factors;
2. A DBE does not perform a commercially useful function if its role is limited to that of an
extra participant in a transaction, contract, or project through which the funds are passed in
order to obtain the appearance of DBE participation. In determining whether a DBE is such
an extra participant, similar transactions must be examined, particularly those in which
DBEs do not participate;
3. If a DBE does not perform or exercise responsibility for at least 30 percent of the total cost
of its contract with its own work force, or the DBE subcontracts a greater portion of the
work of a contract than would be expected on the basis of normal industry practice for the
type of work involved, Mn/DOT will presume that it is not performing a commercially
useful function;
4. When a DBE is presumed not to be performing a commercially useful function as provided
in this program, the DBE may present evidence to rebut this presumption. It may be
determined that the firm is performing a commercially useful function given the type of
work involved and normal industry practices;
5. Mn/DOT’s decisions on matters of whether a DBE performs a commercially useful
functions are subject to review by the concerned operating administration, but is not subject
to an administrative appeal to US DOT; and
6. Mn/DOT will use the following factors in determining whether a DBE trucking company is
performing a commercially useful function:

a. The DBE must be responsible for the management and supervision of the entire trucking
operation for which it is responsible on a particular contract, and there can not be a
contrived arrangement for the purpose of the meeting DBE goals;
b. The DBE must itself own and operate at least one fully licensed, insured, and operational
truck, which must be used on the project at all times;
c. The DBE receives credit for the total value of the transportation services it provides on
the contract using trucks it owns, insures and operates using drivers it employs;
d. The DBE may lease trucks from another DBE firm, including an owner-operator who is
certified as a DBE. The DBE who leases trucks from another DBE receives credit for
the total value of the transportation services the lessee DBE provides on the contract;

DBE Page 7
Minnesota Department of Transportation DBE Special Provisions
Office of Civil Rights 2/2006

e. The DBE may also lease trucks from a non-DBE firm, including an owner-operator.
The DBE who leases trucks from a non-DBE is entitled to credit only for the fee or
commission it receives as a result of the lease arrangement, provided the DBE utilizes at
all times during the contract at least one company-owned fully operational unit with an
employee driver. The DBE does not receive credit for the total value of the
transportation services provided by the lessee, since these services are not provided by
the DBE; and
f. For purposes of this section, a lease must indicate that the DBE has exclusive use of and
control over the truck. This does not preclude the leased truck from working for others
during the term of the lease with the consent of the DBE, so long as the lease gives the
DBE absolute priority for the use of the leased truck. Leased trucks must display the
name and identification number of the DBE.

7. Mn/DOT will count expenditures with DBEs for materials or supplies toward DBE goals as
provided in the following:

a. Mn/DOT will count 100% of the cost of the materials or supplies toward DBE goals if
the materials or supplies are obtained from a DBE manufacturer. For purposes of this
paragraph, a manufacturer is a firm that operates or maintains a factory or establishment
that produces, on the premises, the materials, supplies, articles, or equipment required
under the contract and of the general character described in the specifications.
b. Mn/DOT will count 60% of the cost of the materials or supplies toward DBE goals if the
materials or supplies are purchased from a DBE regular dealer. For purposes of this
section, a regular dealer is a firm that owns, operates, or maintains a store, warehouse, or
other establishment in which the materials, supplies, articles or equipment of the general
character described by the specifications and required under the contract are bought, kept
in stock, and regularly sold to or leased to the public in the usual course of business; and
c. To be a regular dealer, the firm must be an established, regular business that engages, as
its principal business and under its own name, in the purchase and sale or lease of the
products in question;
d. A person may be a regular dealer in such bulk items as petroleum products, steel,
cement, gravel, stone or asphalt without owning, operating, or maintaining a place of
business as provided in 49 C.F.R. §26.55(e)(2)(ii) if the person both owns and operates
distribution equipment for the products. Any supplementing of regular dealers’ own
distribution equipment shall be by a long -term lease and not on an ad hoc or contract-
by-contract basis;
e. Packagers, brokers, manufacturers’ representatives, or other persons who arrange or
expedite transactions are not regular dealers within the meaning of 49 C.F.R.
§26.55(e)(2); and
f. Mn/DOT does not allow drop shipments. Materials and supplies obtained from a DBE
regular dealer that are drop-shipped to a project site will not be counted toward DBE
goals.

8. With respect to materials or supplies purchased from a DBE which is neither a manufacturer
nor a regular dealer, Mn/DOT will count the entire amount of fees or commissions charged
for assistance in the procurement of the materials and supplies, or fees or transportation
charges for the delivery of materials or supplies required on a job site, toward DBE goals,

DBE Page 8
Minnesota Department of Transportation DBE Special Provisions
Office of Civil Rights 2/2006

provided that Mn/DOT has determined the fees to be reasonable and not excessive as
compared with fees customarily allowed for similar services rendered, and that the DBE has
been certified by the Mn/UCP as a broker for such services. However, Mn/DOT will not
count any portion of the cost of the materials and supplies themselves toward DBE goals.

FAILURE TO FULFILL DBE COMMITMENT

Where it appears that the prime contractor is failing to fulfill the Disadvantaged Business Enterprise
subcontracting commitments made, sanctions for noncompliance may be invoked which include,
but are not limited to, Mn/DOT withholding progress payments and deducting from the contract
proceeds as liquidated damages and not as a penalty, a sum equal to the portion of the DBE
commitment not fulfilled.

Where the contractor fails to fulfill the full amount of contracts executed with DBE firms, as
required by this contract through no fault of the DBE firms, Mn/DOT will deduct from the contract
proceeds, as liquidated damages and not as a penalty, a sum equal to the portion of the DBE goal
which has not been met. However, if Mn/DOT reduces the quantity of work subcontracted to the
DBE, this provision does not apply.

The provisions of Mn/DOT 1302 are modified to the extent that any bidder failing to perform any or
all of the responsibilities contained herein may constitute grounds for the Commissioner of
Transportation to declare the bidder (non-responsive) with respect to future contracts.

PROMPT PAYMENT

The prime contractor agrees to pay each subcontractor under this prime contract within ten days of
the prime contractor’s receipt of payment from the state for undisputed services provided by the
subcontractor. The prime contractor must pay interest of 1-1/2 percent per month or any part of a
month to the subcontractor on any undisputed amount not paid on time to the subcontractor. The
prime contractor agrees further to return retainage payments to each subcontractor within ten days
after the subcontractor’s work is satisfactorily completed. This clause applies to both DBE and
non-DBE subcontractors. Any contractor making payments to subcontractors must complete and
submit the attached Contractor Payment form.

DBE REPLACEMENT

The contractor shall make good faith efforts, to the satisfaction of the Mn/DOT Office of Civil
Rights, to replace Disadvantaged Business Enterprise subcontractors who are unable to perform
successfully with another Disadvantaged Business Enterprise, as applicable. Mn/DOT's Office of
Civil Rights shall approve all substitutions of subcontractors during the contract performance in
order to ensure the substitute firms are eligible DBEs.

Once a contractor submits an affidavit, subcontract or other signed agreements, and an Exhibit "A"
(which shall include the DBE business's name and contract amount, and the type of work), the DBE
business cannot be substituted by another DBE business for any reason until the following occurs:

DBE Page 9
Minnesota Department of Transportation DBE Special Provisions
Office of Civil Rights 2/2006

1. Mn/DOT's Office of Civil Rights receives a letter requesting approval of the


substitution, including the reasons for the substitution; and,

2. Mn/DOT's Office of Civil Rights approves the substitution.

Mn/DOT staff will use all available means to assist the contractor, when requested, in replacing
DBEs. This assistance may include but is not limited to:

1. Providing the contractor with information regarding the availability of other DBEs.

2. Providing the contractor with assistance in locating available DBEs.

AWARD OF CONTRACT

If all other contract requirements are met as to the awarding of the contract, the contract will be
awarded to the lowest responsive bidder who submits all good faith efforts documentation and
either meets the DBE goal or demonstrates Good Faith Efforts, as defined above.

The apparent successful bidder shall be notified by Mn/DOT Office of Construction and Innovative
Contracting that it is the Apparent Low Bidder (ALB) on the project. The ALB shall submit signed
agreement(s) and/or affidavit(s) committing themselves to the use of Disadvantaged Business
Enterprises (DBEs) for at least the percentage submitted with the bid proposal within three (3)
working days of notification. The ALB shall also submit the OJT Acknowledgement form
committing themselves to implementing the OJT Program on this project, as outlined in Section S-
53 (2041) ON-THE-JOB-TRAINING PROGRAM of the Contract Special Provisions.

All DBE subcontract agreement(s) including Purchase Order/Purchase Agreement or affidavit(s)


must be accompanied by a completed description of work form which is identified as "Exhibit A," a
copy of which is attached hereto. This information is to be submitted to the Mn/DOT Office of
Civil Rights within the allowed three (3) working days from receipt of notification of being the
apparent low bidder, with the DBE subcontract agreement(s) and/or affidavit(s). Failure to submit a
completed Exhibit A form with each DBE signed agreement(s), purchase order and/or affidavit(s)
within the 3-day working day period or any allowed extension will result in the rejection of the bid
and the forfeiture of the proposal guaranty.

DBE Page 10
Minnesota Department of Transportation
Office of Civil Rights

DBE Description of Work (Exhibit A)


and Field Monitoring Report
A contract with the Prime Contractor cannot be awarded unless this form is submitted with a signed subcontract, purchase order or
affidavit for every DBE. The DBE subcontractor is to fill out all of the appropriate information and sign this form.
PLEASE PRINT CLEARLY OR TYPE.

Section (A): (All DBE Subcontractors, including Trucking firms must complete Section.)

MUST BE COMPLETED BY THE DBE PRINCIPAL


Letting Date: ____________________________________ State Project Number: _____________________

Prime Contractor: Phone #:

DBE Subcontractor: Phone #:

DBE Principal Name: Total Subcontract $: _

DBE Participation Claimed: Percent _________% Amount $ ________________________

1. Did you bid and sign a subcontract agreement with the above-named prime contractor? ______________________________
2. Are the items, quantities, and prices listed on the subcontract agreement/affidavit correct? ____________________________
3. List the line items to be performed: _______________________________________________________________________
________________________________________________________________________________________________________
4. Are there any other agreements not addressed in the subcontract? If yes, please explain: _____________________________
________________________________________________________________________________________________________
5. If equipment to be used is other than what is listed in your DBE certification file please answer the following:

a. Will the renting or leasing include any of the following: (Attach a copy of the lease/rental agreement(s)).
Equipment __________ Insurance ___________ Operator ___________ or Maintenance ___________
b. Lessor’s name: ___________________________________________________________________________________
Amount to be paid: _____________________ Number of days to be used: ____________________
6. Will there by any other firm(s) providing work listed in your (DBE) subcontract?
If yes, answer the following: Firm’s Name: ___________________________ $ amount of the work: __________________
7. What is the name of the person supervising your work on this project? ___________________________________________
Is this your employee? ____________________
8. How many people will you be employing on this project? ____________ Minorities: ____________ Females: ___________
9. Total dollar amount of materials to be supplied? ____________________________________________________________
10. Who are you purchasing the materials from? _______________________________________________________________
11. Please submit Purchase Agreement and/or Purchase Order from manufacturer(s) or primary material supplier(s).
NOTE: This Exhibit ‘A’ will not be approved without the Purchase Agreement/Purchase Order.
12. Please list all subcontracts that your firm will be performing during the current construction season including non-DBE work:
(Attach additional sheet if necessary.)

Project Number Prime Contractor Project Location # of Working Days


1.
2.
3.

Mn/DOT OCR 2/2006


DBE Page 11
Minnesota Department of Transportation
Office of Civil Rights

Section (B):
TO BE COMPLETED ONLY BY THE DBE TRUCKER

1. The number of hours contracted or quantities to be hauled on this project? __________________________________________


2. How many fully operational units will be used on this Project? ________ (Tractor/trailers: _______ Dump trucks: ________)
3. How many fully operational units will be yours? _____________ (Dump trucks: __________ Tractors/trailers: __________)
4. How many other units will be yours? __________________ (Tractors: __________________ Trailers: _________________)
5. If ITO’s or trucking companies are to be used on this project answer the following:
Dollar Amount of Number of Dump Trucks,
Name of ITO/Company Contract/Agreement Tractors/Trailers (specify)
1.
2.

3.
4.

Section (C): (All DBE Subcontractors, including Trucking firms, must complete Section C.)

I hereby certify that the information presented above is correct. I agree to inform the Office of Civil Rights in writing of any changes
within 10 days of the change(s).

DBE Company: _____________________________________________________________________________________________

DBE Principal: ___________________________________ _________________________ _____________________


Signature Title Date

Section (D): TO BE COMPLETED BY Mn/DOT OFFICE OF CIVIL RIGHTS STAFF PERSON

Project Number: _____________________________________ District # _____________________________________

Mn/DOT OCR Staff Person: ___________________________ Phone No. _____________________________________

Project Engineer: ____________________________________ On-site Phone #: ________________________________

Office Phone #: ________________________________

Section (E): TO BE COMPLETED BY PROJECT ENGINEER WHEN THE DBE’S


PORTION OF WORK IS 1/3 TO ½ COMPLETED

1. Does it appear that the DBE firm is performing the work specified in (Exhibit “A”) description of work?
Yes __________ No __________

2. Does it appear that the DBE contractor is managing their portion of the project and using their own company employees?
Yes __________ No __________

3. Does it appear that the DBE contractor is providing the equipment for their items of work or other work specified?
Yes __________ No __________

4. Does it appear that the quality of the DBE contractor’s performance, scheduling and project management are meeting industry
standards? Yes __________ No __________

5. Comments:

NOTE: If you, as the Project Engineer, have checked “NO” to any of the above questions or have any other comments, it is
important that you contact the Mn/DOT Office of Civil Rights Staff Person assigned to this project.

Project Engineer: ______________________________________________ Date: __________________________________

Mn/DOT OCR 2/2006

DBE Page 12
Minnesota Department of Transportation
Office of Civil Rights

MINNESOTA DEPATRMENT OF TRANSPORTATION


DBE TRUCKING GUIDELINES

In accordance with 49 C.F.R. Part 26, the Minnesota Department of Transportation (Mn/DOT)
will use these guidelines to determine whether a firm is eligible to be counted as a DBE trucking
firm, a DBE truck broker, or a regular dealer. It is the responsibility of the prime contractor and
the DBE trucking firm (or the DBE truck broker) to ensure the following guidelines are met on
all Mn/DOT projects. Mn/DOT must approve the DBE trucking participation prior to the award
of contract.

DBE TRUCKING FIRM REQUIREMENTS

A. DBE trucking firms must comply with all Minnesota Trucking Regulations, Mn/DOT
Standard Specifications, and Contract provisions.

B. DBE trucking firms must own at least one fully operational truck that is used on a day-to-day
basis. For purposes of defining "truck," a single axle dump truck is considered a "truck;" a
tandem axle dump truck is considered a "truck;" and, a combination of a tractor and trailer is
considered a "truck. A DBE company-owned truck utilizing an employee driver must be
used on the project at all times during the contract.

C. DBE trucking firms may lease additional trucks, except from (prime) contractors for whom
they are doing work to fulfill a DBE goal. However, as noted above, a DBE company-owned
truck with an employee driver must be used on the project at all times during the contract.
Valid lease agreements must be submitted to Mn/DOT as part of the certification process. A
valid lease agreement must include all of the following:

1. Be a minimum 6 months in length;


2. Include an agreement to fixed monthly payment amounts;
3. Designate the DBE as the person controlling the workflow of the equipment;
4. Driver must be on the DBE’s payroll; and,
5. The DBE trucking firm must be responsible for fuel, maintenance, insurance, payment of
salary, and benefits to the drivers, if applicable.

D. The DBE trucking firm must control the management aspects such as scheduling.

E. Trucks owned or leased by DBE trucking firms must be placarded with the DBE Trucking
firm’s Logo.

F. The financial risk that is assumed by the DBE trucking firm must be real and substantial.
The haul slips must be issued in the name of the DBE trucking firm. All DBE trucking firms
must keep full and accurate records, including operating expenses, operating revenue, miles
operated, and payroll information as may be required by the Mn/DOT Office of Civil Rights.

G. REGULAR DEALER
For a DBE trucking firm to be recognized by Mn/DOT as a regular dealer for DBE credit, a
firm must be an established regular business that engages, as its principal business, and under

DBE Page 13
Minnesota Department of Transportation
Office of Civil Rights

its own name, in the purchase and sale of the products and goods in its normal course of
business. Mn/DOT will evaluate the following criteria to determine whether a DBE trucking
firm qualifies as a regular dealer in bulk items such as sand and gravel:

1. Does the firm own or lease the material site?


2. Does the firm arrange for testing and certification of materials?
3. Is the firm solely responsible for securing necessary permits?
4. Is the firm responsible for excavating the material?
5. Is this activity the principal business of the firm?

A person may be a regular dealer in such bulk items as petroleum products, steel, cement,
gravel, stone, or asphalt without owning, operating, or maintaining a place of business if the
person both owns and operates the distribution equipment of the products. Any
supplementing of a regular dealer’s own distribution equipment shall be by a long-term lease
agreement and not on an ad hoc or contract-by-contract basis, and shall meet the
requirements B and C of these trucking guidelines.

Distribution equipment is defined as including the machinery used to extract, load, and
transport the bulk items. The distribution equipment required for the above-referenced bulk
items varies from industry to industry.

H. COUNTING DBE PARTICIPATION


A certified DBE trucking firm will be given DBE participation credit only for the work
performed using the firm’s own resources, as approved in their certification. When a
certified DBE trucking firm performs as a regular dealer of bulk items listed in (G) above,
Mn/DOT will count 60% of the cost of the bulk items toward the DBE goal, and 100% of the
value of the transportation services toward the DBE goal. If the DBE trucking firm’s
performance on the contract is limited to transporting the bulk items, Mn/DOT will count
only the trucking portion of the contract at 100%. Mn/DOT does not allow drop shipments
to a project site and no DBE credit will be given toward a goal for drop shipments of
materials or supplies.

I. DBE TRUCK BROKER REQUIREMENTS


Certified DBE businesses that own no trucks for use to fulfill a DBE goal will be counted as
trucking brokers, provided that they have been certified by the Mn/UCP as trucking brokers.
DBE participation credit will be given for the actual amount of the brokerage fee and not for
the amount of the subcontract.

J. RENTAL EQUIPMENT OPERATORS


Certified DBE businesses that own no trucks but own trailers for rent or lease for use to
fulfill a DBE goal will be counted as rental equipment operators/firms, provided they have
been certified by the Mn/UCP as equipment rental businesses. DBE participation credit will
be given for the actual amount of the trailer rental fee and not for the amount of the
subcontract.

DBE Page 14
Minnesota Department of Transportation
Office of Civil Rights

K. CERTIFIED TRUCK SCHEDULE


All DBE trucking firms must submit a certified truck schedule to Mn/DOT. The truck
schedule will list all the trucks owned as defined in B and C above by the DBE trucking firm.
Only the trucks listed on the schedule and approved by Mn/DOT may be used to perform
work for credit toward DBE goals. The DBE trucking firm will submit a revised schedule
within two (2) weeks of a change in certified vehicles.

L. MONITORING
Annual monitoring is based on the total dollar amount paid to the DBE trucking firm by the
prime contractor(s) on all projects for the year in review.

M. VIOLATIONS
Any certified trucking firm or broker must comply with the above stated guidelines. If any
violations occur, Mn/DOT has the right to initiate removal of DBE eligibility proceedings.

DBE Page 15

You might also like