RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742...

274
CITY OF ROCHESTER 201 4 TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3 RD /4 TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED BY CITY OF ROCHESTER THROUGH https://bidvault.mn.uccs.com, UNTIL 11:00 O’CLOCK A.M. ON TUESDAY FEBRUARY 25, 2020 PROPOSAL OF _____________________________________________________________________ (Name of Firm) (Phone No.) _____________________________________________________________________ (Address) _____________________________________________________________________ (Authorized Signer)* (Email) *See https://lf.rochestermn.gov/forms/eAuthorization TO FURNISH AND DELIVER ALL MATERIALS AND TO PERFORM ALL WORK IN ACCORDANCE WITH THE CONTRACT, THE PLANS AND THE APPROVED DEPARTMENT OF TRANSPORTATION "STANDARD SPECIFICATIONS FOR CONSTRUCTION," 2018 EDITION, EXCEPT AS STATED OTHERWISE IN THE SPECIAL PROVISIONS WHICH ARE PART OF THIS PROPOSAL, FOR STATE PROJECT NO. 159-105-015; 159-107-018; 159-108-007 J NO. J8903 STANTEC PROJECT NO. 193804621 LOCATION: Center Street from 4 th Avenue W to 7 th Avenue E 4th Avenue from 7th Street SW to 6th Street SW 3rd Avenue from 7th Street SW to Civic Center Drive TYPE OF WORK Bike Lane, Curb Ramps, Pavement Reconstruction, Storm Sewer, Pavement Marking, Signing and Traffic Signal Revisions LENGTH 12,138 FEET FINAL COMPLETION DATE: August 7, 2020

Transcript of RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742...

Page 1: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

CITY OF ROCHESTER

201 4TH STREET SE, ROOM 108

ROCHESTER, MN 55904-3742

********PROPOSAL*********

3RD/4TH AVENUE AND CENTER STREET BIKE LANES

BIDS WILL BE RECEIVED BY CITY OF ROCHESTER THROUGH https://bidvault.mn.uccs.com,

UNTIL 11:00 O’CLOCK A.M. ON TUESDAY FEBRUARY 25, 2020

PROPOSAL OF _____________________________________________________________________

(Name of Firm) (Phone No.)

_____________________________________________________________________

(Address)

_____________________________________________________________________

(Authorized Signer)* (Email)

*See https://lf.rochestermn.gov/forms/eAuthorization

TO FURNISH AND DELIVER ALL MATERIALS AND TO PERFORM ALL WORK IN

ACCORDANCE WITH THE CONTRACT, THE PLANS AND THE APPROVED

DEPARTMENT OF TRANSPORTATION "STANDARD SPECIFICATIONS FOR

CONSTRUCTION," 2018 EDITION, EXCEPT AS STATED OTHERWISE IN THE SPECIAL

PROVISIONS WHICH ARE PART OF THIS PROPOSAL, FOR

STATE PROJECT NO. 159-105-015; 159-107-018; 159-108-007

J NO. J8903 STANTEC PROJECT NO. 193804621

LOCATION: Center Street from 4th Avenue W to 7th Avenue E

4th Avenue from 7th Street SW to 6th Street SW

3rd Avenue from 7th Street SW to Civic Center Drive

TYPE OF WORK Bike Lane, Curb Ramps, Pavement Reconstruction, Storm Sewer,

Pavement Marking, Signing and Traffic Signal Revisions

LENGTH 12,138 FEET

FINAL COMPLETION DATE: August 7, 2020

Page 2: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

********************NOTICE TO BIDDERS******************************************

THE FOLLOWING MUST BE COMPLETED TO HAVE YOUR BID CONSIDERED FOR THIS PROJECT:

BIDDERS MUST SUBMIT BIDS ELECTRONICALLY AT: https://bidvault.mn.uccs.com

SUBMIT THE FOLLOWING DOCUMENTS BY EMAIL OR U.S. MAIL IN ACCORDANCE WITH THE

SPECIAL PROVISIONS OF THIS PROPOSAL: PROPOSAL TITLE SHEET, RESPONSIBLE CONTRACTOR

CERTIFICATE, NON-COLLUSION DECLARATION, AND FORM 21126D

BID RIGGING IS A SERIOUS CRIME. IF YOU HAVE ANY INFORMATION CONCERNING COLLUSIVE

BIDDING, EVEN A REQUEST TO SUBMIT A COMPLIMENTARY BID, PLEASE CALL THE MINNESOTA

ATTORNEY GENERAL'S OFFICE AT TELE. NO. 651-296-1796

I certify that this Proposal was prepared by me or under my direct supervision, and that I am a licensed professional

engineer under the laws of the State of Minnesota.

January 17, 2020

Brian W. Lintgen, PE, License Number 48698 (Date)

Page 3: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Page 1

SAP 159-105-015

SAP 159-107-018

SAP 159-108-007

TABLE OF CONTENTS

NOTICE OF BIDS 1

NOTICE TO ALL BIDDERS -- TO REPORT BID RIGGING .................................................................................................................... 2

NOTICE TO BIDDERS SUSPENSIONS/DEBARMENTS .......................................................................................................................... 3

DIVISION A - DMC - DESTINATION MEDICAL CENTER 1

A - 1 TAX EXEMPTION ............................................................................................................................................................. 1

A - 2 DESTINATION MEDICAL CENTER (DMC) PROGRAM REPORTING ..................................................................................... 1

A - 3 CITY OF ROCHESTER/DESTINATION MEDICAL CENTER PUBLIC INFRASTRUCTURE PROJECT TARGETED BUSINESS

REQUIREMENTS .............................................................................................................................................................. 1

A - 4 CITY OF ROCHESTER/DESTINATION MEDICAL CENTER PUBLIC INFRASTRUCTURE PROJECT AMERICAN MADE STEEL

REQUIREMENTS .............................................................................................................................................................. 7

A - 5 CITY OF ROCHESTER/DESTINATION MEDICAL CENTER PUBLIC INFRASTRUCTURE PROJECT WORK FORCE/EEO PROJECT

REQUIREMENTS ............................................................................................................................................................ 10

A - 6 CITY OF ROCHESTER/DESTINATION MEDICAL CENTER PUBLIC INFRASTRUCTURE PROJECT PREVAILING WAGE

REQUIREMENTS ............................................................................................................................................................ 12

SPECIAL PROVISIONS DIVISION A – LABOR 1

I. INTRODUCTION .................................................................................................................................................................... 1

II. DEFINITIONS ........................................................................................................................................................................ 1

III. APPLICATION & UNDERSTANDING ....................................................................................................................................... 2

IV. VENDOR REGISTRATION.................................................................................................................................................. 3

V. LABOR CLASSIFICATIONS ................................................................................................................................................ 3

VI. WAGE DECISION(S) & WAGE RATE(S) ................................................................................................................................ 3

VII. HOURS OF WORK ........................................................................................................................................................... 5

VIII. FRINGE BENEFITS ........................................................................................................................................................... 5

IX. OVERTIME ...................................................................................................................................................................... 6

X. PAYROLLS AND STATEMENTS ......................................................................................................................................... 7

XI. APPRENTICES, TRAINEES AND HELPERS ............................................................................................................................... 8

XII. INDEPENDENT CONTRACTORS, OWNERS, SUPERVISORS, AND FOREMAN .......................................................................... 9

XIII. TRUCKING ...................................................................................................................................................................... 9

XIV. OFF-SITE FACILITIES .................................................................................................................................................... 10

XV. SUBCONTRACTING PART OF THE CONTRACT ................................................................................................................. 10

XVI. SITE OF WORK REQUIREMENTS .................................................................................................................................... 11

XVII. CHILD LABOR ............................................................................................................................................................... 11

XVIII. NON-COMPLIANCE AND ENFORCEMENT ....................................................................................................................... 11

NOTICE TO BIDDERS (PROMPT PAYMENT TO SUBCONTRACTORS) ............................................................................................. 15

PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION ........................................................................................................... 16

NOTICE OF TRUCK RENTAL RATE CERTIFICATION AND EFFECTIVE DATE ..................................................................................... 24

DIVISION S 1

S-1 DESCRIPTION ............................................................................................................................................................. 5

S-2 REFERENCE DOCUMENTATION ............................................................................................................................. 5

S-3 DESIGNATION OF PARTIES ..................................................................................................................................... 5

S-4 CONTACT INFORMATION ........................................................................................................................................ 6

S-5 PRE-LETTING CONFERENCE ................................................................................................................................... 6

S-6 EQUAL PAY ................................................................................................................................................................. 6

S-7 RESPONSIBLE CONTRACTOR ................................................................................................................................. 6

S-8 COMPLIANCE WITH TAX LAW REQUIREMENTS ................................................................................................ 7

S-9 USE OF ADHESIVE ANCHORS ................................................................................................................................. 7

S-10 (1103) DEFINITIONS ................................................................................................................................................... 8

S-11 (1203) ACCESS TO PROPOSAL PACKAGE .............................................................................................................. 8

S-12 (1206) PREPARATION OF PROPOSAL ..................................................................................................................... 8

S-13 (1209) DELIVERY OF PROPOSALS ........................................................................................................................... 8

S-14 (1210) REVISION OF PROPOSAL PACKAGE OR WITHDRAWAL OF PROPOSALS ........................................... 9

S-15 (1212) OPENING OF PROPOSALS ............................................................................................................................. 9

Page 4: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Page 2

SAP 159-105-015

SAP 159-107-018

SAP 159-108-007

S-16 (1301) CONSIDERATION OF PROPOSALS ............................................................................................................ 10

S-17 (1302) AWARD OF CONTRACT RESIDENT PREFERENCE IN PUBLIC CONTRACTS ..................................... 10

S-18 (1306) EXECUTION AND APPROVAL OF CONTRACT ........................................................................................ 12

S-19 (1402) CONTRACT REVISIONS (CHANGES IN QUANTITIES OVERRUN/UNDERRUN) ................................. 12

S-20 (2563) TEMPORARY TRAFFIC MANAGEMENT ................................................................................................... 12

S-21 (2562) ADDITIONAL TRAFFIC CONTROL DEVICES AND EXTENDED USE OF TRAFFIC CONTROL

DEVICES .................................................................................................................................................................... 19

S-22 (1505) COOPERATION BY CONTRACTORS.......................................................................................................... 22

S-23 (1507) UTILITY PROPERTY AND SERVICE .......................................................................................................... 23

S-24 (1508) CONSTRUCTION STAKES, LINES, AND GRADES ................................................................................... 24

S-25 (1514) MAINTENANCE DURING CONSTRUCTION ............................................................................................. 24

S-26 (1602) NATURAL MATERIAL SOURCES ............................................................................................................... 24

S-27 (1606) STORAGE AND STAGING OF MATERIALS............................................................................................... 25

S-28 (1701) LAWS TO BE OBSERVED (PROMPT PAY AND RETAINAGE) ................................................................ 25

S-29 (1701) LAWS TO BE OBSERVED (WET LANDS) ................................................................................................... 26

S-30 (1701) LAWS TO BE OBSERVED (CULTURAL RESOURCES – STATE FUNDED) ............................................ 26

S-31 (1701) LAWS TO BE OBSERVED – CERTIFICATION OF NONDISCRIMINATION AGAINST ISRAEL ........... 27

S-32 (1706) EMPLOYEE HEALTH AND WELFARE ....................................................................................................... 27

S-33 (1707) PUBLIC CONVENIENCE AND SAFETY ..................................................................................................... 27

S-34 (1801) SUBLETTING OF CONTRACT ..................................................................................................................... 28

S-35 (1802) TRAINING FOR CONSTRUCTION TRUCK OPERATORS ......................................................................... 28

S-36 (1803) PROGRESS SCHEDULES .............................................................................................................................. 28

S-37 (1804) PROSECUTION OF WORK (ADA) ................................................................................................................ 29

S-38 (1806) DETERMINATION AND EXTENSION OF CONTRACT TIME .................................................................. 34

S-39 (1807) FAILURE TO COMPLETE THE WORK ON TIME ....................................................................................... 35

S-40 INCIDENTAL WORK ................................................................................................................................................ 35

S-41 (1902) SCOPE OF PAYMENT ................................................................................................................................... 36

S-42 (1910) COST ESCALATION ...................................................................................................................................... 36

S-43 (2021) MOBILIZATION ............................................................................................................................................. 36

S-44 (2051) MAINTENANCE AND RESTORATION OF HAUL ROADS ....................................................................... 36

S-45 (2101) CLEARING AND GRUBBING ....................................................................................................................... 37

S-46 (2102) PAVEMENT MARKING REMOVAL ............................................................................................................ 38

S-47 (2104) REMOVING PAVEMENT AND MISCELLANEOUS STRUCTURES ......................................................... 39

S-48 (2106) EXCAVATION AND EMBANKMENT ......................................................................................................... 39

S-49 (2123) STREET SWEEPER (WITH PICKUP BROOM) ............................................................................................ 42

S-50 (2211) AGGREGATE BASE ...................................................................................................................................... 42

S-51 (2301) CONCRETE PAVEMENT - SPECIAL (INTEGRALLY COLORED CONCRETE PAVEMENT) ................ 43

S-52 (2302) CONCRETE PAVEMENT REHABILITATION (CPR) ................................................................................. 44

S-53 (2360) PLANT MIXED ASPHALT PAVEMENT (LOCAL AGENCY) (MSCR) ...................................................... 68

S-54 (2399) PAVEMENT SURFACE SMOOTHNESS ...................................................................................................... 70

S-55 (2472) METAL REINFORCEMENT .......................................................................................................................... 70

S-56 (2503) CONNECT TO EXISTING STORM SEWER ................................................................................................. 71

S-57 (2503) CONNECT INTO EXISTING DRAINAGE STRUCTURE ............................................................................ 71

S-58 (2504) ADJUST VALVE BOX ................................................................................................................................... 71

S-59 (2506) RECONSTRUCT DRAINAGE STRUCTURE ................................................................................................ 72

S-60 (2506) GRATE CASTING SPECIAL.......................................................................................................................... 72

S-61 (2506) CONST DRAINAGE STRUCTURE DESIGN SPEC 1 ................................................................................... 72

S-62 (2506) CONST DRAINAGE STRUCTURE DESIGN SPEC 2 ................................................................................... 72

S-63 (2531) CONCRETE CURB DESIGN V (ADA) .......................................................................................................... 73

S-64 (2531) TRUNCATED DOMES ................................................................................................................................... 73

S-65 (2563) ALTERNATE PEDESTRIAN ROUTE ........................................................................................................... 74

S-66 (2563) DETOUR SIGNING ........................................................................................................................................ 76

S-67 (2573) STORM WATER MANAGEMENT (ROLLED EROSION PREVENTION PRODUCTS) ............................ 76

S-68 (2573) ESTABLISHING TURF AND CONTROLLING EROSION (ROLLED EROSION PREVENTION

PRODUCTS) .............................................................................................................................................................. 78

S-69 (2582) PAVEMENT MARKINGS .............................................................................................................................. 83

Page 5: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Page 3

SAP 159-105-015

SAP 159-107-018

SAP 159-108-007

S-70 (2582) PAVEMENT MARKING SPECIAL - METHYL METHACRYLATE (MMA) .............................................. 84

S-71 (3105) BAGGED PORTLAND CEMENT CONCRETE PATCHING MIX GRADE 3U18 AND 3U18M ................. 85

S-72 (3137) COARSE AGGREGATE FOR PORTLAND CEMENT CONCRETE ............................................................ 87

S-73 (3138) AGGREGATE FOR SURFACE AND BASE COURSES................................................................................ 88

S-74 (3149) GRANULAR MATERIAL .............................................................................................................................. 91

S-75 (3151) BITUMINOUS MATERIAL (MSCR) ............................................................................................................. 91

S-76 (3236) REINFORCED CONCRETE PIPE .................................................................................................................. 92

S-77 (3301) REINFORCEMENT BARS ............................................................................................................................. 92

S-78 (3752) MEMBRANE CURING/SEALING COMPOUND FOR COLORED CONCRETE ........................................ 92

S-79 (3885) ROLLED EROSION PREVENTION PRODUCTS ......................................................................................... 93

DIVISION SL 1

ROADWAY LIGHTING SYSTEM SPECIAL PROVISIONS ......................................................................................................................... 1

DIVISION SS 1

SIGNAL CONSTRUCTION SPECIAL PROVISIONS ................................................................................................................................. 1

ATTACHMENTS TO THE SPECIAL PROVISIONS 1

CONTRACTOR PERFORMANCE EVALUATION ................................................................................................................................... 1

STIPULATION FOR FOREIGN IRON OR STEEL MATERIALS ................................................................................................................ 3

(1910) FUEL ESCALATION CLAUSE ................................................................................................................................................ 5

TARGETED GROUP BUSINESS AND VETERAN-OWNED SMALL BUSINESS – SPECIAL PROVISIONS .......................................................... 8

SALT SCHEDULE OF MATERIALS CONTROL – (LOCAL GOVERNMENT AGENCY) .......................................................................... 17

EEO SPECIAL PROVISIONS .......................................................................................................................................................... 52

FORM OF PROPOSAL 1

ABBREVIATIONS OF SCHEDULE OF PRICES...................................................................................................................................... 2

ATTACHMENT CM 32--34 ............................................................................................................................................................. 3

NON-COLLUSION AFFIDAVIT ......................................................................................................................................................... 4

RESPONSIBLE CONTRACTOR VERIFICATION AND CERTIFICATION OF COMPLIANCE (REV 9/29/2015) .......................................... 5

STATE OF MINNESOTA DEPARTMENT OF REVENUE CONTRACTOR AFFIDAVIT FORM IC-134 ....................................................... 10

STATE OF MINNESOTA – AFFIRMATIVE ACTION CERTIFICATION................................................................................................... 12

PMC 2 TARGETED BUSINESS TOTAL PAYMENT AFFIDAVIT .................................................................................................. 13

PMC 3 SMALL BUSINESS ENTERPRISE AND VETERAN-OWNED BUSINESS ENTERPRISE PREFERENCE IN BIDDING FORM ........ 14

PMC 4 TB BIDDERS LIST..................................................................................................................................................... 15

PMC-5 CERTIFICATE OF GOOD FAITH EFFORTS ................................................................................................................... 17

PMC-6 CONTRACTOR’S PREVAILING WAGE – STATEMENT OF COMPLIANCE ........................................................................ 20

SCHEDULE OF PRICES .................................................................................................................................................................. 22

SURETY DEPOSITS ....................................................................................................................................................................... 24

FORM 21126D............................................................................................................................................................................. 28

Page 6: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

CITY OF ROCHESTER

NOTICE OF BIDS

Notice is hereby given that electronic bids will be accepted by the City Clerk through https://bidvault.mn.uccs.com/,

until 11:00 A.M. on February 25, 2020 for the construction of the following described local improvement, pursuant

to Minnesota Statutes, Chapter 429, as amended, in accordance with the plans and specifications for the same which

are on file in the Office of the City Clerk of said City:

State Nos SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

City No J8903

Bike Lane Project; Center Street from 6 Ave SW to 7 Ave SE, 4 Ave SW from 7 St SW to 6 St NW, and

3 Ave SW from 7 St SW to CCD

Immediately following expiration of the time for receiving bids, the City Clerk and two designated City officials will

publicly open said bids in the City Hall and tabulate them in advance of the Council meeting. The Common Council

will consider the bids in the Council/Board Chambers at the Government Center at 7:00 P.M. on March 2, 2020.

Said Construction generally consists of Bike Lanes, Curb Ramps, Pavement Reconstruction, Storm Sewer,

Pavement Marking, and Signing and Traffic Signal Revisions. The work includes the following approximate

quantities of work:

2102.503 PAVEMENT MARKING REMOVAL 31,223 LF 2106.507 COMMON EXCAVATION (P) 272 CY 2106.507 GRANULAR EMBANKMENT (CV) 67 CY 2211.507 AGGREGATE BASE (CV) CLASS 5 196 CY 2302.603 FULL DEPTH REPAIR (TYPE CD-LV) 220 LF 2302.604 PAVEMENT REPLACEMENT (TYPE CX) 612 SY 2360.509 TYPE SP 9.5 BIT MIXTURE FOR PATCHING 51 TON 2502.503 12” RC PIPE DRAIN CLASS V 59 LF 2506.602 CONST DRAINAGE STRUCTURE 8 EA 2521.518 CONCRETE WALK (5”-6”) 6,609 SF 2531.503 CONCRETE CURB & GUTTER DESIGN B624 1,263 LF 2565.602 APS PUSH BUTTON STATION 2 EA 2565.616 REVISE SIGNAL SYSTEM 1 SYSTEM 2575.504 SODDING TYPE LAWN 869 SY 2582.503 PAVEMENT MARKING MULTI COMP GR IN (4”-24”) 40,835 LF 2582.518 PAVEMENT MESSAGE MULTI COMP GR IN 1,391 SF 2582.618 PAVEMENT MARKING SPECIAL 7,477 SF

The Plan Holder Data project files may be downloaded at https://egram.rochestermn.gov (Projects in Bidding).

Bidders are responsible for all present and future downloads, including addendums and their attachments

***ONLY REGISTERED PLANHOLDERS WILL BE ALLOWED TO BID ON PROJECTS***

There is no cost to register or download the Project Plans and Proposal documents. To become a registered plan holder,

you must create an account at: https://connex.mn.uccs.com.

Each bid must be accompanied by a cash deposit, bid bond, cashier's check or a certified check payable to the City of

Rochester, Minnesota, for at least 5% the amount of the bid, which amount shall be forfeited to the City of Rochester,

Minnesota, as liquidated damages if the bidder, upon the letting of the contract to him shall fail to enter into the

contract so let; the Common Council reserving the right to reject any and all bids.

Dated at Rochester, Minnesota this 3 day of February, 2020.

Anissa Hollingshead, City Clerk

Page 7: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

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.

Page 8: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

MINNESOTA DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

SUSPENSIONS/DEBARMENTS

Do not use suspended or debarred parties as subcontractors or material suppliers on this project.

Both the federal government and the State of Minnesota suspend and debar vendors. Review the lists of suspended and debarred vendors when submitting a bid and when submitting a request to sublet.

State Suspensions and Debarments.

To review the list of parties suspended and debarred by the State of Minnesota, go to this website: http://www.mmd.admin.state.mn.us/debarredreport.asp . This list includes parties suspended and debarred by the Minnesota Department of Transportation and the Minnesota Department of Administration.

Federal Suspensions and Debarments.

The federal government maintains a website listing suspended and debarred parties. You do not need a username or password to use the search functions on the website. You can either search for specific entity names, or see a list of parties suspended and debarred by the Federal Highway Administration.

To search the status of a particular vendor, follow this process:

First, go to the System for Awards Management (SAM) website: https://www.sam.gov (requires Internet Explorer version 11 or higher, or another supported browser such as Chrome).

Next, click on the “Search Records” icon.

Next, enter the potential subcontractor or supplier’s name in the “Quick Search” box and click the “search” button.

To view a list of all entities suspended or debarred by the Federal Highway Administration, follow this process:

First, go to the System for Awards Management (SAM) website: https://www.sam.gov (requires Internet Explorer version 11 or higher, or another supported browser such as Chrome).

Next, click on the “Search Records” icon.

Next, click on the “Advance Search – Exclusion” tab.

Next, click on the “single search” icon and a search form will pop up.

Next, go to the “Agency” field on the search page and select “Federal Highway Administration” from the drop-down list.

Next, click the “search” button, and the list of suspended and debarred parties will appear.

July 26, 2018

Page 9: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

DIVISION A – DMC – DESTINATION MEDICAL CENTER

1-A

A-1 TAX EXEMPTION

Notwithstanding anything to the contrary in the Contract Documents, the Owner is exempt from sales and use taxation in the State of Minnesota with respect to the purchase of materials, supplies and equipment by the Contractor for the Project. The Contractor shall comply with all applicable sales tax exemption provisions of Minnesota Statutes Section 297A.71 and Minnesota Department of Revenue rules and regulations. The Contractor shall use Minnesota Department of Revenue Form ST3, Certificate of Exemption (“Exemption Certificate”), in connection with the tax exempt purchase of materials, supplies and equipment by the Contractor for the Project, using reason code “O” and entering “7 – Construction exemption for special projects under M.S. 297A.71” to identify the reason for the exemption. The Contractor shall require that all of its Subcontractors, suppliers and vendors, and others whose contracts with the Contractor include the purchase of materials, supplies and equipment, use the Exemption Certificate to make purchases of materials, supplies and equipment for the Project, in accordance with Minnesota law.

A-2 Destination Medical Center (DMC) Program Reporting The Contractor and their subcontractors and suppliers shall submit hard copies to the City of Rochester of their information on meeting TGB/VBE contracting, workforce participation, prevailing wage, and buy American steel and iron requirements.

A-3 City of Rochester/Destination Medical Center Public Infrastructure Project Targeted Business Requirements

A-3.1 PART 1 – GENERAL

1.1 RULES AND REPORTING

A. This contract is subject to the Targeted Business (TB) program as authorized in Minn.

Statute 161.321 as amended and the Destination Medical Center (DMC) Legislation as Minn. Statute 469.40 through 469.47, and the City of Rochester DMC Targeted Business Enterprise Utilization Plan. The TB Goal for this Project is 4.0% of the total project cost.

B. Rules and regulations of the most recent provisions of the City of Rochester DMC Targeted Business Utilization Plan.

C. Deleted

D. The Prime Contractor and all their subcontractors shall utilize the web based reporting system to upload contracts data, and payment information made to TB subcontractors/suppliers/service providers/subconsultants as part of this contract on a monthly basis.

E. The Prime Contractor shall complete and submit a Targeted Business Total Payment Affidavit (Form PMC-2) upon final payment.

1.2 ELEGIBILITY

A. Targeted Businesses (TB) are economically disadvantaged small business enterprises

with majority ownership held by minority, women, veterans, or disabled persons.

B. To participate in the City of Rochester TB program, a business must be certified at the time the bid is submitted by one of the following certification programs: Minnesota Unified Certification Program (MnUCP), MN Department of Administration Targeted Group/Economically Disadvantaged/Veteran-Owned Small Business Procurement

Page 10: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

DIVISION A – DMC – DESTINATION MEDICAL CENTER

2-A

Program (TG/ED), or City of Saint Paul, MN Central Certification Program (CERT). Rules regarding eligibility and the designation of TBs are established by the Commissioner of the Minnesota Department of Administration and can be found at Minn. Rule Parts 1230.1600-1820.

C. Information about the eligibility criteria and the process for obtaining a TB certification for the indicated programs can be found at the programs’ websites:

1.2.C.1 MnUCP: https://mnucp.org/

1.2.C.2 TG/ED: http://www.mmd.admin.state.mn.us/mn02001.htm

1.2.C.3 CERT: https://www.stpaul.gov/departments/human-rights-equal-economic-

opportunity/contract-compliance-business-development/central

1.3 PREFERENCE IN BIDDING

A. When bidding as a Prime Contractor, Veteran-Owned Small Businesses Enterprise (VBE) and Small Business Enterprises (SBE) businesses will receive a preference of up to 6 percent. The preference is applied only to the first $1 million of the solicitation and will not exceed $60,000.00. The preference will be applied only for the purpose of evaluating bids and will not be used to determine the contract award amount or payment due to the contractor under the contract. To request this preference, the bidder must complete and submit the Preference in Bidding Form (Form PMC-3) with the project bid.

1.3.A.1 Small Business Enterprise (SBE) – an entity certified as a small business under

MnUCP, TG/ED, or CERT. Each SBE also must be a Minnesota-based business.

1.3.A.2 The Veteran-owned small business (VBE) is a firm certified as a Service-Disabled Veteran Owned Small Business (SDVOSB) or a Veteran Owned Small Business (VOSB) by the United States Department of Veteran Affairs. Each VBE also must be a Minnesota-based business.

1.4 TB GOAL

A. The TB participation goal for this project is 4.0% of the Total Contract Amount.

B. The Contractor gets TB credit only for work actually performed by a TB firm who

performs a commercially useful function. Section 1.8 describes the standards to be used to count TB credit and to determine whether a TB performs a commercially useful function.

1.5 ACHIEVEMENT OF THE TB GOAL OR A WAIVER REQUEST – BEFORE CONTRACT AWARD

A. To be eligible for Contract Award, the bidder is required to either (1) provide information

demonstrating that it meets the TB participation goal or (2) request a waiver of the goal. This submission is due before 4:30pm Central Time on the 5th calendar day after the bids are due.

B. If the bidder meets the established goals for the TB program, it must submit the TB Bidders List (Form PMC-4).

C. If the bidder does not meet the TB Goal, it must apply for a waiver from the goal requirement, and provide a Certificate of Good Faith Efforts (Form PMC-5). The bidder

Page 11: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

DIVISION A – DMC – DESTINATION MEDICAL CENTER

3-A

must provide information showing that eligible TB(s) are not reasonably available. Failure to request a waiver and provide the Certification of Good Faith Efforts may result in a determination that the bid is nonresponsive. To request a waiver, the bidder must complete and submit the following documents:

1.5.C.1 Certificate of Good Faith Efforts (Form PMC-5)

1.5.C.2 Any additional information the bidder can provide to demonstrate its good faith

efforts

D. The City will evaluate the waiver request and supporting documentation to determine whether the bidder has demonstrated that TB(s) were not reasonably available. A bidder will be evaluated based on its good faith efforts to obtain the participation of TB in the contract. The determination is made on a case-by-case basis with consideration of the specific facts and circumstances.

1.6 EVALUATION OF GOOD FAITH EFFORTS

A. In the bidder’s request for a waiver from the TB participation goal(s), the bidder must demonstrate that it made adequate good faith efforts in attempting to meet the goal. The City will review the good faith effort documents submitted by the bidder and make a fair and reasonable judgment whether a bidder that did not meet the goal made adequate good faith efforts. The quality, quantity, and intensity of the different kinds of efforts that the bidder has made will be considered. The efforts employed by the bidder should be those that one could reasonably expect a bidder to take if the bidder were actively and aggressively trying to obtain TB participation sufficient to meet the contract goals. Mere pro forma efforts are not good faith efforts to meet these contract requirements.

B. The bidder must show that it took all necessary and reasonable steps to achieve the TB goals which by their scope, intensity, and appropriateness to the objective, could reasonably be expected to obtain sufficient participation, even if they were not fully successful. In evaluating the bidder’s adequate good faith efforts, the following list of actions will be considered. This is not a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases. Compliance with the adequate good faith efforts requirement will be determined on a case-by-case basis.

1.6.B.1 Solicitation through all reasonable and available means (e.g. attendance at pre-

bid meetings, advertising and/or written notices) of the interest of certified TB that have the capability to perform the work of the contract. The bidder must solicit this interest within sufficient time to allow the TB to respond to the solicitation. The bidder must determine with certainty if the TB are interested by taking appropriate steps to follow up initial solicitations.

1.6.B.2 Selection of portions of the work to be performed by TB in order to increase the likelihood that the project goals will be achieved will be approved. This includes, where appropriate, breaking out contract work items into economically feasible units to facilitate TB participation, even when the prime contractor might otherwise perform these work items with its own forces.

1.6.B.3 Providing information and assistance to interested TBs with adequate information about the plans, specifications, and requirements of the contract in a timely manner to assist them in responding to a solicitation.

1.6.B.4 Negotiation in good faith with interested TB. It is the bidder’s responsibility to make a portion of the work available to TB subcontractors and suppliers and to

Page 12: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

DIVISION A – DMC – DESTINATION MEDICAL CENTER

4-A

select those portions of the work or material needs consistent with the available TB subcontractors and suppliers so as to facilitate TB participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of TB that were considered; a description of the 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 TB to perform the work. 1.6.B.4.1 A bidder using good business judgment would consider a

number of factors in negotiating with subcontractors, including TB 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 TB is not in itself sufficient reason for the bidder’s failure to meet the contract TB goal, as long as such costs are reasonable. Also, the ability or desire of a prime contractor to perform the work of a contract with its own organization does not relieve the bidder of the responsibility to make good faith efforts. Prime contractors are not, however, required to accept higher quotes from TB if the price difference is excessive or unreasonable.

1.6.B.5 Rejection of TB: Not rejecting TB as being unqualified without sound reasons

based on a thorough investigation of their capabilities. The bidder’s standing within its industry or membership in specific groups, organizations, or associates and political or social affiliations (for example, union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the bidder’s efforts to meet the project goal(s).

1.6.B.6 Financial Assistance: Making efforts to assist interested TB in obtaining bonding, lines of credit, or insurance as required by the recipient or bidder.

1.6.B.7 Equipment Assistance: Making efforts to assist interested TB in obtaining necessary equipment, supplies, materials, or related assistance or services.

1.6.B.8 Recruitment: Effectively using the services of available community organizations, contractors’ groups, State and local business assistance offices, and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of TB.

1.7 ADMINISTRATIVE RECONSIDERATIONS

A. If City determines that the bidder failed to make adequate good faith efforts and therefore does not grant a waiver, the bidder may request administrative reconsideration. If the bidder does not make a timely written request for administrative reconsideration as described herein, the bidder will be deemed to have waived its right to request administrative reconsideration.

B. The ALB’s request for administrative reconsideration must be made in writing. Requests sent by fax or personal delivery must be received by the City no later than 4:30 PM on the fifth business day after the bidder receives written notice of the determination. Administrative reconsideration requests sent by U.S. mail must be postmarked no later than the fifth business day after the bidder receives notice of the determination. The bidder is deemed to have notice as of the date indicated on the certified mail receipt signed by the bidder, or its representative, at the time of delivery. The bidder must submit the written request for reconsideration to the attention of the City.

Page 13: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

DIVISION A – DMC – DESTINATION MEDICAL CENTER

5-A

C. The City of Rochester will designate officials to serve as Reconsideration Officials. The Reconsideration Officials shall not have any role in the original determination that the bidder failed to meet the TB Goal or failed to make adequate good faith efforts to do so.

D. In the reconsideration process, the bidder will have the opportunity to:

1.7.D.1 Provide written documentation or argument concerning the issue of whether the

bidder met the goal or made adequate good faith efforts to do so.

1.7.D.2 Meet in person with the Reconsideration Officials to discuss the issue of whether the bidder met the goal or made adequate good faith efforts to do so.

E. The Reconsideration Officials will reconsider the record documenting the good faith

efforts of the bidder. The reconsideration process will include the documents and arguments that the bidder is permitted to submit. The reconsideration process is a review of only the good faith efforts made by the bidder as of the time of the submission of its good faith efforts. Good faith efforts made subsequent to that date will not be considered.

F. The City will provide the ALB with a written decision on reconsideration explaining the basis for the determination within 5 business days following the date scheduled for the bidder to meet with the Reconsideration Officials to discuss the issue.

1.8 COUNTING TB PARTICIPATION; COMMERCIALLY USEFUL FUNCTION

A. The City of Rochester will determine the percentage of TB participation that will count

toward TB goals as follows:

1.8.A.1 When a TB participates in the Contact, count only the value of the work actually performed by the TB toward the TB Goal. If the Prime Contractor is an eligible TB, the portion of the work that is self-performed will count towards the TB Goal.

1.8.A.1.1 Count the entire amount of that portion of the Contract that is

performed by the TB’s own forces. Include the cost of supplies and materials obtained by the TB for the work of the Contract, including suppliers purchased or equipment leased by the TB (except supplies and equipment the TB purchases or leases from the Contraction Manager or its affiliate).

1.8.A.1.2 Count the entire amount of fees or commissions charged by a TB 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 Contract, toward TB Goal, provided the fee is reasonable and not excessive as compared with fees customarily allowed for similar services.

1.8.A.1.3 When a TB subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted toward the TB Goal only if the TB’s subcontractor is itself a TB. Work that a TB subcontract to a non-TB firm does not count toward the TB Goal.

1.8.A.2 A TB supplier may perform both the supplier role and broker role under the same Contract. Items purchased directly and solely by the TB supplier from the manufacturer will be counted at the supplier value of 60%. Items purchase

Page 14: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

DIVISION A – DMC – DESTINATION MEDICAL CENTER

6-A

directly and solely by the TB supplier from another supplier or wholesaler will only count at the broker rate of 5%.

B. Commercially Useful Function – General. The City will count expenditures of a TB

subcontractor toward TB Goals only if the TB is performing a commercially useful function on that contract.

1.8.B.1 A TB subcontractor 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 TB subcontractor must also be responsible with respect to materials and supplies used on the Contract, for negotiating price, for determining quality and quantity, for ordering the materials, and for installing (where applicable) and paying for the material itself. To determine whether a TB subcontractor is performing a commercially useful function, the City 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 TB credit claimed for its performance of the work, and other relevant factors.

1.8.B.2 A TB subcontractor 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 TB subcontractor participation. In determining whether a TB subcontractor is such an extra participant, the City may examine similar transactions, particularly those in which TB subcontractors do not participate.

1.8.B.3 If a TB 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, the City must presume that it is not performing a commercially useful function.

1.8.B.4 When a TB subcontractor is presumed not to be performing a commercially useful function as provided in the preceding paragraph, the TB may present evidence to rebut this presumption. The PMC may determine that the firm is performing a commercially useful function given the type of work involved and normal industry practices.

C. Commercially Useful Function – Trucking. The City will use the following factors in

determining whether a TB trucking company is performing a commercially useful function:

1.8.C.1 The TB must be responsible for the management and supervision of the entire

trucking operation for which it is responsible on a particular contract and there cannot be a contrived arrangement for the purpose of meeting TB Goal.

1.8.C.2 The TB must itself own and operate at least one fully licensed, insured, and operational truck used on the Contract.

1.8.C.3 The TB receives credit for the total value of the transportation services it provides on the contract using trucks it owns, insures, and operates and using drivers it employs.

1.8.C.4 The TB may lease trucks from another TB firm, including an owner-operator who is certified as a TB. The TB who leases trucks from another TB receives

Page 15: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

DIVISION A – DMC – DESTINATION MEDICAL CENTER

7-A

credit for the total value of the transportation services the lessee TB subcontractor provides on the contract.

1.8.C.5 The TB may also lease trucks from a non-TB firm, including an owner-operator. The TB who leases trucks from a non-TB is entitled to credit for the total value of transportation services provided by non-TB lessees not to exceed the value of transportation services provided by TB trucks on the contract. Additional participation by non-TB lessees receives credit only for the fee or commission it receives as a result of the lease arrangement.

1.8.C.6 For purposes of this section, a lease must indicate that the TB subcontractor 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 TB so long as the lease gives the TB subcontractor absolute priority for the use of the leased truck. Leased trucks must display the name and identification number of the TB.

1.9 FAILURE TO FULLFILL TB GOAL REQUIREMENTS

A. The City of Rochester will invoke appropriate administrative sanctions for non-

compliance when a contract has been awarded and performance has begun, but the contractor fails to meet the TB Goal or make an adequate good faith effort to do so.

B. After the award, the Prime Contractor must request a waiver if a TB subcontractor cannot or will not fulfill the subcontract and no suitable alternative subcontractor is available so as to prevent significant project delay. A written request to substitute or replace the TB must be made to the City.

C. Failure to use the TB specified at the time of award without a grant of a waiver may result in administrative sanctions.

A-3.2 PART 2 – PRODUCTS (NOT USED)

A-3.3 PART 3 – EXECUTION

3.1 PAYMENTS A. The Prime Contractor and all their subcontractors shall utilize the web based reporting

system to upload payment information made to TB subcontractors/suppliers/service providers/subconsultants as part of this Contract on a monthly basis.

B. At the conclusion of the contract, the Prime Contractor must complete and submit the Targeted Business Total Payment Affidavit (Form PMC-2) to the City.

C. Bidders who submit a bid are hereby notified that the Minnesota False Claims Act (Minn. Stat. §15C.02) applies to statements and certifications made in connection with the TB programs

END OF SECTION Rev V.10 July 2018, revised 1/23/19

A-4 City of Rochester/Destination Medical Center Public Infrastructure Project American Made Steel Requirements

A-4.1 PART 1 – GENERAL REQUIREMENTS

Page 16: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

DIVISION A – DMC – DESTINATION MEDICAL CENTER

8-A

1.1 AMERICAN MADE STEEL A. Comply with all provisions referenced in 2016 Minnesota Statutes 469.44, Subd. 6.

American Made Steel.

B. Comply with the American Made Steel provisions of Title 23 CFR 635.410 which states that all manufacturing processes, including the application of a coating, for all steel or iron products permanently incorporated into the project shall have occurred in the United States (U.S.). These requirements are in effect on all Contracts regardless of the use of federal funds.

C. Deleted

D. The Prime Contractor, and all of their subcontractors, shall utilize the web based

reporting system to upload supply chain compliance documentation and steel certification data, paid invoices made as part of this contract as deliveries and received.

1.2 SOURCE AND SUPPLY QUALITY REQUIREMENTS

A. “All manufacturing processes” are defined as any process required to change the raw ore

or scrap metal into the finished steel or iron product (e.g., smelting, rolling, extruding, bending, etc.).

B. “Coating” is defined as any process which protects or enhances the value of the steel or iron product to which the coating is applied (e.g., epoxy, galvanizing, painting, etc.).

C. The following materials are exempt, unless processed or refined to include substantial

amounts of steel or iron material, and may be used regardless of source in the domestic manufacturing process for steel or iron material:

• Raw materials (iron ore or alloys) • Scrap • Pig iron • Processed, pelletized, and reduced iron ore material • Aluminum • Brass • Copper

For recycled steel, only the manufacturing processes to produce steel products must occur domestically beginning at the point where the recycled steel is melted.

D. Contractors are allowed a minimal use of foreign steel or iron if the cost of the steel and iron products as they are delivered to the project does not exceed 0.1 percent of the total Contract amount or $2,500, whichever is greater. This threshold applies to the cumulative amount of all foreign steel and iron used on the project. The Contractor must submit a written request to the City which includes the origin and value of any foreign material to be used. This request must be submitted prior to the work being performed and preferably at the preconstruction conference. The Contractor must track the amount of incorporated foreign steel and iron throughout the life of a project to ensure the minimal use threshold amount is not exceeded.

1.3 PRECONSTRUCTION CONFERENCE DISCUSSION

A. The Contractor will host a project preconstruction conference. At this conference, the Contractor should be prepared to present and/or discuss the following items as part of the

Page 17: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

DIVISION A – DMC – DESTINATION MEDICAL CENTER

9-A

America Made Steel requirements for all steel and iron products permanently incorporated into projects:

1.3.A.1 Project specific certification letters from the Contractor and Subcontractors

demonstrating their understanding and intent to comply with the American Made Steel Requirements.

1.3.A.2 A list of all steel products and suppliers to be used on the project.

1.3.A.3 Required documentation verifying compliance with American Made Steel for each known steel or iron product at the time of the meeting.

1.3.A.4 Minimal use requests.

1.3.A.5 Change order work involving steel must also be in compliance and documented

similarly to Contract work. 1.4 COMPLIANCE WITH AMERICAN MADE STEEL REQUIREMENTS

A. These requirements are to apply to all permanently incorporated steel or iron material that

is used for structural purposes. This is to include, but not limited to, reinforcing steel, structural steel, pre or post-tensioning cables, high strength structural bolts and nuts, and structural embeds.

B. Steel or iron products incorporated into the project without domestic origin may be subject to removal and replacement of the work by the Contractor, forfeiture of payment for the work, and/or assessment of penalty.

C. Before any work begins that incorporates steel or iron products into the project, the

Contractor shall submit a project specific certification letter stating that all manufacturing processes involved with the production of these products will occur in the U.S. along with project specific certification letters from each Subcontractor for each steel or iron product to be used on the project.

1.5 SUBMITTAL REQUIREMENTS

A. For each steel or iron product, the Contractor and Subcontractor will be responsible for

providing to the City all documentation required to verify that each product complies with American Made Steel in accordance with the requirements of the corresponding category listed below. The Contractor must provide a completed: 1.5.A.1 Material Use Statement and Certifications for each steel or iron product in the

project.

1.5.A.2 Certificate of Materials Origin for each steel or iron product incorporated into the project.

B. In most instances, determination of compliance with American Made Steel requirements

should be achieved prior to incorporating the product into the work. If not, the City will be responsible for withholding payment for this work until compliance has been determined.

C. Upon request, the Contractor is required to deliver all supply chain compliance

documentation, bills of ladings, paid invoices and steel certification tickets (hard copies and scanned versions) to the City for all steel delivered to the job site that is required to

Page 18: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

DIVISION A – DMC – DESTINATION MEDICAL CENTER

10-A

meet American Made Steel requirements. Failure to provide original certifications may result in the order to remove steel from the work.

D. The Contractor will upload electronic versions of required documentation into a web

based reporting system.

E. The Contractor is required to issue a Letter of Compliance at the end of the Project stipulating their full compliance with the provisions of the section.

A-4.2 PART TWO – NOT USED

A-4.3 PART THREE – NOT USED

END OF SECTION Rev V.9 July 2018, revised 1/23/19

A-5 City of Rochester/Destination Medical Center Public Infrastructure Project Work Force/EEO Project Requirements

A-5.1 PART ONE - GENERAL REQUIREMENTS

1.1 WORK FORCE PARTICIPATION REQUIREMENTS A. 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.

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

1.1.B.1 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 the 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.

1.1.B.2 These Affirmative Action/Equal Opportunity contract specifications shall apply to all contractors on this project. Contractors shall include these specifications on all lower tier contracts.

C. Deleted

D. The Prime Contractor and all of their subcontractors shall submit hard copies to the

City of Rochester for monthly reporting on the compliance of the Work Force/EEO requirements of the Project.

1.2 AFFIRMATIVE ACTION CERTIFICATION – BEFORE CONTRACT AWARD

A. In accordance with the Minnesota Human Rights Act, Minnesota Statue 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.

Page 19: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

DIVISION A – DMC – DESTINATION MEDICAL CENTER

11-A

B. To be eligible for Contract Award, the bidder is to submit the “State of Minnesota – Affirmative Action Certification” form to the City. This submission is due before 4:30pm Central Time on the 5th calendar day after the bids are due.

C. Upon request, the bidder is to provide an affirmative action plan.

1.3 PROJECT WORK FORCE/EEO GOALS

A. The Workforce Employment Utilization Goals set forth below are expressed in

percentage terms for the total hours of labor performed on the project by minority and female construction workers.

1.3.A.1 4% Minority Utilization of Total Project Labor Hours

1.3.A.2 6% Female Utilization of Total Project Labor Hours

B. After the contract is awarded, but before the construction begins, all contractors that have

been selected to work on the project will be required to meet in a Pre-Construction Conference. Discussion will include workforce employment utilization goals, how the goals will be met, and any concerns that may affect the contractor's ability to achieve the goals.

C. Each month, all contractor(s) must submit hard copies of their workforce utilization data to the City of Rochester indicating the total number of project work hours worked by trade classification. The City and their subconsultant will provide necessary training to ensure proper use of the web based reporting system.

D. At the end of the project, the Prime Contractor shall submit hard copies of final

workforce utilization data to the City of Rochester.

E. Nothing stated herein provided in this specification section shall be construed as a limitation upon the application of other state or federal laws that establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents.

1.4 PRECONSTRUCTION CONFERENCE DISCUSSION

A. The Contractor will host a project preconstruction conference. At this conference, the

Contractor should be prepared to present and/or discuss the Work Force/EEO Project Requirements and their methodology for managing compliance, including but not limited to:

1.4.A.1 Employee Training Opportunities in the local marketplace.

1.4.A.2 Engaging Employee Specialists to seek out and attract skilled workers to the

Project.

1.4.A.3 Marketing and Advertising Plan to attract qualified workers. 1.5 COMPLIANCE WITH WORK FORCE/EEO PROJECT REQUIREMENTS

A. In addition to the monthly utilization reporting as required, the contractor shall also

provide monthly reports on efforts to ensure compliance with utilization goals and plans to accelerate utilization in the event that utilization goals are not being met.

Page 20: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

DIVISION A – DMC – DESTINATION MEDICAL CENTER

12-A

B. In the event the Contractor is not meeting the goals during the course of the Project, the Contractor shall provide the City their recommended strategy and detailed steps to rectify the situation

A-5.2 PART TWO – NOT USED A-5.3 PART THREE – NOT USED END OF SECTION Rev. V.8 July 2018, revised 1/23/19

A-6 A - 6 City of Rochester/Destination Medical Center Public Infrastructure Project Prevailing Wage Requirements

A-6.1 PART ONE - GENERAL REQUIREMENTS

1.1 PREVAILING WAGE REQUIREMENTS

A. This contract is subject to the Minnesota Prevailing Wage Act, Rules, Wage Decisions, and Truck Rental Rate Schedules established by the Minnesota Department of Labor and Industry (MnDLI). All contractors and subcontractors must pay each laborer and mechanic the established total prevailing wage rate for the actual work performed under this contract. Failure to comply may result in civil or criminal penalties.

B. Deleted

C. The Contractor must furnish certified copies of payroll records for its workers and those of all their first and second tier subcontractors, along with other records, documents or agreements deemed appropriate by agency to determine compliance with these contract provisions.

D. The Contractor and all their first and second tier subcontractors shall submit hard copies

of payroll data to the City of Rochester 1.2 DEFINITIONS

A. Definitions are as follows:

1.2.A.1 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.

1.2.A.2 Employer: An individual, partnership, association, corporation, business trust, or other business entity that hires a laborer, worker, or mechanic.

1.2.A.3 First Tier Subcontractor: An individual, firm, corporation, or other entity to

which the Contractor sublets part of the contract.

1.2.A.4 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 which provides construction services to a public works project.

1.2.A.5 Laborer or Mechanic: A worker in a construction industry labor class

identified in or pursuant to Minnesota Rules 5200.1100, Master Job Classifications.

Page 21: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

DIVISION A – DMC – DESTINATION MEDICAL CENTER

13-A

1.2.A.6 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.

1.2.A.7 Second Tier Subcontractor: An individual, firm, corporation, or other entity to

which a first tier subcontractor sublets part of the contract.

1.2.A.8 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.

1.2.A.9 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.

1.2.A.10 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.

1.3 SCOPE OF THE CONTRACT

A. These provisions shall apply to the Prime Contractor, all subcontractors, or agents

contracting to do all or part of the work under this contract.

B. The Prime Contractor is required to ensure that all lower tier subcontractors receive with their written subcontracts, agreements, and/or purchase order a copy of the contract labor provisions.

C. 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 without prior notification.

A-6.2 PART TWO – PRODUCTS (NOT USED) A-6.3 PART THREE – EXECUTION

3.1 PAYROLLS AND STATEMENTS A. The Contractor must submit hard copies of its payroll statements, along with those of its

subcontractors, to the City of Rochester including a payroll report and a statement of compliance. The statements shall be submitted within fourteen (14) calendar days after the end of Contractor’s pay period. All Contractors shall pay its employees at least once every fourteen (14) calendar days.

B. Payroll Report: Each payroll report must include all workers that performed work as a laborer or mechanic under this contract and provide at minimum the following information:

3.1.B.1 Contractor’s name, address, and telephone number

3.1.B.2 Contractors project number

Page 22: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

DIVISION A – DMC – DESTINATION MEDICAL CENTER

14-A

3.1.B.3 Payroll report number

3.1.B.4 Project location

3.1.B.5 Workweek end date

3.1.B.6 Each employee’s name, home address, and full (or last four digits of) social

security number

3.1.B.7 Labor classification(s) titles and optional three-digit code for each employee

3.1.B.8 Hourly straight time and overtime wage rates paid to each employee

3.1.B.9 Daily and weekly hours worked in each classification, including overtime hours for each employee

3.1.B.10 Authorized legal deductions for each employee

3.1.B.11 Project gross amount, weekly gross amount, and net wages paid to each

employee

C. Statement of Compliance: The Contractor and each subcontractor must submit a Contractor’s Prevailing Wage – Statement of Compliance (Form PMC-6) form identifying any fringe contributions made on behalf of each worker. The Contractor is required to review the information submitted by each subcontractor and sign the Statement of Compliance Form.

D. The Contractor is responsible for assuring that its payroll reports and those of each subcontractor include all workers that performed work under this contract and accurately reflect the hours worked, regular and overtime rates of pay, and classifications of work performed.

E. The Contractor is responsible for maintaining all certified payroll records, including those

of all subcontractors, throughout the course of a construction project and retaining all records for a period of three (3) years after the final contract voucher has been issued. All Contractors are responsible for maintaining their supporting employment records relating to this contract for a minimum period of three (3) years after the final contract payment has been made; other laws may have longer retention requirements.

F. At the end of each pay period, each Contractor shall provide every employee, in writing

or by electronic means, an accurate, detailed earnings statement. 3.2 WAGE RATES

A. The Contractor is responsible to ensure that its workers and those of all subcontractors

are compensated according to the prevailing wage determinations included and/or incorporated into this contract. All Contractors shall pay each worker the required minimum total hourly wage rate for all hours worked on the project at the appropriate classification(s) of labor for the work performed by the worker.

B. Wage rates listed in the state wage determination(s) contain two components: the hourly basic rate and the fringe rate. The hourly basic rate plus the fringe rate equal the total prevailing wage rate. A Contractor shall compensate workers a combination of cash and fringe benefits equaling, at minimum, the total prevailing wage rate.

Page 23: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

DIVISION A – DMC – DESTINATION MEDICAL CENTER

15-A

C. The certified wage decision(s) incorporated into the contract remains in effect for the duration of this contract unless replaced by the City of Rochester through an addendum or supplemental agreement. No increase in the contract price shall be allowed or authorized due to wage rates that exceed those incorporated into this contract.

D. A Contractor making payment to an employee, laborer, mechanic, or worker may not

accept a rebate for the purpose of reducing or otherwise decreasing the value of the compensation paid.

E. Deductions from the total prevailing wage rate, whether direct or indirect, shall not be

allowed for the following:

3.2.E.1 Purchase or rental of uniforms or non-home maintenance of uniforms

3.2.E.2 Consumable supplies, which means materials required to perform duties of employment and are used during the course of employment

3.2.E.3 Travel expenses, which means receipted out-of-pocket expenses for

transportation, meals and lodging, or an agreed upon allowance, whichever is greater

3.2.E.4 Other items as established in Minn. Rules 5200.0090

3.3 BONA FIDE FRINGE BENEFITS

A. A Contractor that does not provide fringe benefits to its employees shall compensate each

worker the total prevailing wage rate for the classification of work performed.

B. 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 insurance, and life insurance.

C. 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 contributions made to a trustee, third person, fund, plan, or program. Types of “unfunded” fringe benefits may include, but are not limited to: holiday, vacation, and sick plans.

D. Allowable credit toward the total prevailing wage rate shall be determined for each

individual employee based on all hours worked (government and non-government) for bona fide fringe benefits that:

3.3.D.1 Are contributions irrevocably made by a Contractor on behalf of an employee to

a financially responsible trustee, third person, fund, plan, or program

3.3.D.2 Are legally enforceable

3.3.D.3 Have been communicated in writing to the employee

3.3.D.4 Are made available to the employee once all eligibility requirements are met

E. No credit shall be allowed for benefits required by federal, state, or local law such as but not limited to: worker’s compensation, unemployment compensation, and social security contributions.

Page 24: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

DIVISION A – DMC – DESTINATION MEDICAL CENTER

16-A

F. 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 failure to make timely contributions is guilty of a gross misdemeanor or other violations under federal law.

3.4 OVERTIME

A. 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 more than the prevailing hours at a rate of at least one and a half (1 ½) times the hourly basic rate of pay. The prevailing hours of labor is defined as not more than 8 hours per day or more than 40 hours per week.

B. To calculate the worker’s minimum overtime hourly rate: (1) multiply the contract classification’s hourly basic rate by 1.5, (2) add the contract fringe rate, and (3) subtract the worker’s bona fide hourly fringe benefit costs incurred by the Contractor.

C. Contractors subject to the Federal Fair Labor Standards Act may be subject to additional

overtime compensation requirements. 3.5 LABOR CLASSIFICATIONS

A. All Contractors must refer to the state wage determinations incorporated into the contract

to obtain an applicable job classification.

END OF SECTION Rev V.8 July 2018 revised 1/23/19

Page 25: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

7/13/2017

1 - A

STATE FUNDED ONLY CONSTRUCTION CONTRACTS SPECIAL PROVISIONS DIVISION A - LABOR

I. INTRODUCTION A. Policy Statement. 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

B. State Regulations Govern. This Contract is subject to the Minnesota Prevailing Wage Act2, Minnesota Fair Labor Standards Act3, Minnesota Rules4, Minnesota Department of Labor and Industry (MnDLI) Wage Decision(s), and the MnDLI Truck Rental Rate Schedule.

C. Purpose. These provisions: (1) outline your obligations under state and federal laws, rules and regulations; (2) explain the requirements necessary to demonstrate compliance; and (3) explain the processes that the Department will undertake to ensure compliance.

D. Questions or Resources. Please visit the Minnesota Department of Transportation (MnDOT) Labor Compliance Unit (LCU) website at: www.dot.state.mn.us/const/labor.

II. DEFINITIONS

Many of the terms used in these provisions are defined in MnDOT’s Standard Specifications for Construction,5 unless defined below.

A. Apprentice. A Worker at least 16 years of age who is employed to learn an apprenticeable trade or

occupation in a registered apprenticeship program.6

B. Bona Fide. Made or carried out in good faith; authentic.7

C. Certified Payroll Report (CPR). A report comprised of two components; (1) a payroll report, and (2) a statement of compliance report.8

D. Contractor. An individual or business entity that is engaged in construction or construction service-

related activities including trucking activities either directly or indirectly through a Contract, or by Subcontract with the Prime Contractor, or by a further Subcontract with any other person or business entity performing Work.9

E. Employer. An individual, partnership, association, corporation, business trust, or other business entity that hires a Worker.10

F. Fringe Benefit. An employment benefit given in addition to a Worker’s wages or salary.11

G. 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 which provides construction services to a public works project.12

1 Minn. Stat. 177.41 2 Minn. Stat. 177.41 to 177.44 3 Minn. Stat. 177.21 to 177.35 4 Minn. R. 5200.1000 to 5200.1120 5 MnDOT Standard Specifications for Construction, Section 1103 6 Minn. Stat. 178.011, Subdivision 2 7 The American Heritage College Dictionary, Third Edition, 2000 8 Minn. R. 5200.1106, Subpart 10 9 Minn. R. 5200.1106, Subpart 2(D) 10 Minn. Stat. 177.42, Subdivision 7 11 The American Heritage College Dictionary, Third Edition, 2000 12 Minn. R. 5200.1106, Subpart 7(A)

Page 26: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

7/13/2017

2 - A

H. Journeyworker. A person who has attained a level of skill, abilities, and competencies recognized within and industry as having mastered the skills and competencies required for the trade or occupation.13

I. Prime Contractor. An individual or business entity that enters into a Contract with the

Department.14

J. Subcontract. A Contract that assigns some obligations of a prior Contract to another party.15

K. 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.16

L. Total Prevailing Wage Rate. The sum of the prevailing hourly “basic” and “fringe” rate that is

established in a Wage Decision.

M. Trucking Broker (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.17

N. Trucking Firm/Multiple Truck Owner (MTO). Any legal business entity that owns more than one vehicle and hires the vehicles out for services to Trucking Brokers or Contractors on public works projects.18

O. Truck Rental Rate Schedule. A document prepared by the MnDLI through a Contractor survey process that identifies the required hourly Total Prevailing Wage Rate and operating cost for various types of trucks that perform hauling activities (Work) under a Contract that is funded in whole or in part with state funds.19

P. Wage Decision. A document prepared by the MnDLI through a Contractor survey process that identifies the required hourly basic rate of pay and hourly Fringe Benefits for various labor classifications that perform Work under a Contract that is funded in whole or in part with state funds.20

Q. Work (Work). All construction activities associated with a public works project, including any

required hauling activities on-the-site-of or to-or-from a public works project and conducted pursuant to a Contract, regardless of whether the construction activity or Work is performed by the Prime Contractor, subcontractor, Trucking Broker, Trucking Firm (MTO), ITO, independent contractor, or employee or agent of any of the foregoing entities.21

R. Worker (Laborer or Mechanic). A Worker in a construction industry labor class identified in or

pursuant to Minnesota Rules 5200.1100, Master Job Classifications.22 III. APPLICATION & UNDERSTANDING

A. Provisions & Prevailing Wage Rates Apply. These provisions, along with the prevailing Wage Decision(s) that are incorporated into the Contract, apply to all Contractors contracting to do all or part of the Work.23

13 Minn. Stat. 178.011, Subdivision 9 14 Minn. R. 5200.1106, Subpart 2(C) 15 The American Heritage College Dictionary, Third Edition, 2000 16 Minn. R. 5200.1106, Subpart 5(C) 17 Minn. R. 5200.1106, Subpart 7(C) 18 Minn. R. 5200.1106, Subpart 7(B) 19 Minn. R. 5200.1105 20 Minn. R. 5200.1020 to 5200.1060 21 Minn. R. 5200.1106, Subpart 2(A) 22 Minn. R. 5200.1106, Subpart 5(A) 23 Minn. Stat. 177.44, Subdivision 1

Page 27: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

7/13/2017

3 - A

B. Truck Rental Rates Apply. The Truck Rental Rate Schedule incorporated into the Contract applies

to all hired trucking entities that perform covered hauling activities related to the project.24

C. Prevailing Wage Terms Must Be Included in All Contracts. The Prime Contractor is required to ensure that all subcontractors performing Work receive the Contract Wage Decision(s), Truck Rental Rate Schedule, and a copy of these provisions with their written Subcontracts, agreements and/or purchase orders.25

D. Responsible for Understanding All Requirements. Each Contractor is responsible for

understanding all laws, rules, regulations, plans, and specifications that are incorporated physically, or by reference, into the Contract.26

E. E-Verify. For services valued in excess of $50,000, the Contractor certifies that as of the date of

services performed on behalf of State, the Contractor will have implemented or be in the process of implementing the federal E-Verify program for all newly hired employees in the United States who will perform work under the contract. The Prime Contractor is responsible to collect all subcontractor certifications and may do so utilizing the E-Verify Subcontractor Certification Form available at http://www.mmd.admin.state.mn.us/doc/EverifySubCertForm.doc. All subcontractor certifications must be kept on file with the Prime Contractor and made available to the State upon request.

IV. VENDOR REGISTRATION

Vendor Registration Required. A Contractor that performs Work, supplies material, or product must be registered with MnDOT. The Contractor must complete and submit a vendor form27 to the MnDOT LCU28, along with all applicable documentation that is required. This registration process is separate and distinct from other state agency requirements.

V. LABOR CLASSIFICATIONS

A. Labor Classification Assignment. A Worker must be paid at least the Total Prevailing Wage Rate in the same or most similar trade or occupation.29 To determine the appropriate labor classification for a Worker, a Contractor must refer to the Wage Decision(s) incorporated into the Contract, the labor classification descriptions for laborers and special crafts established in Minnesota Rules or the United States Department of Labor’s Dictionary of Occupational Titles.30

B. Labor Classification Clarification & Disputes. A Contractor needing assistance in determining a

labor classification must submit a Classification Clarification Request31 to the MnDOT LCU for a written decision. If the Contractor chooses to contest the classification assignment, it must provide written notice to the MnDOT LCU. The MnDOT LCU will forward the matter to the MnDLI for a final ruling.

C. Performing Work in Multiple Labor Classifications. For Workers performing Work in multiple

labor classifications, the Contractor must compensate at a minimum the Total Prevailing Wage Rate, and report the hours worked, in each applicable labor classification.32

VI. WAGE DECISION(S) & WAGE RATE(S)

A. Applicability of a Highway and Heavy Wage Decision. A highway and heavy Wage Decision

applies to a Worker that is engaged in a construction activity or performing Work to construct or maintain a highway or other public works project, such as a road, street, airport runway, bridge,

24 Minn. Stat. 177.44, Subdivision 3 25 MnDOT Standard Specifications for Construction, Section 1801 26 MnDOT Standard Specifications for Construction, Section 1701 27 www.dot.state.mn.us/const/labor/documents/forms/contractorform2016.pdf or www.dot.state.mn.us/const/labor/documents/forms/truckvendorform2016.pdf 28 [email protected] 29 Minn. Stat. 177.44, Subdivision 1 30 Minn. R. 5200.1101 and 1102 and US DOL Dictionary of Occupational Titles 31 http://www.dot.state.mn.us/const/labor/documents/forms/classification-clarification-request.pdf 32 Minn. Stat. 177.44, Subdivision 1

Page 28: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

7/13/2017

4 - A

power plant, dam or utility33 that is external to a sheltered enclosure (structure). This includes, but is not limited to, the following Work: site clearing; grading; excavating backfilling; paving; curbs; gutters; sidewalks; culverts; bridges; lighting systems; traffic management systems; installing of utilities out from an exterior meter; fuel islands; communication towers; or other activities similar to highway and/or heavy Work.

B. Applicability of a Commercial Wage Decision. A commercial Wage Decision applies to a Worker that is engaged in a construction activity or performing Work to construct a sheltered enclosure (structure) with walk-in access for the purpose of housing persons, machinery, equipment or supplies.34 This includes, but is not limited to, the following Work: constructing foundations, aprons, stoops; framing walls; installing windows, doors, tiling, plumbing, electrical, HVAC systems; roofing; installing utilities into the building from an exterior meter.

C. Pay According to Wage Decision(s).

1. Contract with One Wage Decision. If the Contract contains one Wage Decision, the Contractor must examine the Wage Decision and compensate the Worker at a minimum the Total Prevailing Wage Rate for the appropriate labor classification(s).

2. Contract with Multiple Highway/Heavy Wage Decisions. If the Contract contains multiple Highway/Heavy Wage Decisions, the Contractor must examine each Wage Decision and compensate the Worker, at a minimum, the Total Prevailing Wage Rate that is the greatest35 for the appropriate labor classification(s).

3. Contract with Highway/Heavy and Commercial Wage Decision(s). If the Contract contains a Highway/Heavy and Commercial Wage Decision(s), the Contractor must first determine which Wage Decision is applicable to the Worker. The Contractor must then compensate the Worker, at a minimum, the Total Prevailing Wage Rate for the appropriate labor classification(s).

D. Must Pay Total Prevailing Wage Rate. A Contractor must compensate each Worker, at a

minimum, the Total Prevailing Wage Rate(s) for all hours worked on the project for the appropriate labor classification(s).36

E. Missing Wage Rate. If a Wage Decision fails to include a wage rate for a labor classification(s) that will be utilized on a project, the Contractor must obtain a wage rate prior to furnishing an estimate, quote or bid.37

1. Wage Rate Request. A Contractor must complete a Request for Rate Assignment form38 and

submit it to the MnDOT LCU39 for processing.

2. No Contract Price Adjustment for Missing Wage Rate. If MnDLI determines that a higher wage rate applies, the Department will not reimburse the Contractor.

F. Salaried Worker. A salaried Worker is not exempt from these Provisions. A Contractor must

convert the Worker’s salary to an average hourly rate of pay by dividing the Worker’s salary by the total number of hours Worked (government and non-government) during the pay period.40 A salaried Worker must be included on a CPR.

G. Reduction in Standard (Private) Contractual Regular Rate of Pay Prohibited. A Contractor must not reduce a Worker’s standard, contractual regular rate of pay when the prevailing wage rate(s) certified by the MnDLI is less.41

33 Minn. R. 5200.1010, Subdivision 3 34 United States Department of Labor All Agency Memorandum #130 35 Minn. Stat. 177.44, Subdivision 4 36 Minn. Stat. 177.44,Subdivision 1 37 Minn. R. 5200.1030, Subpart 2a(C) 38 http://www.dot.state.mn.us/const/labor/documents/forms/request-for-rate-assignment.doc 39 [email protected] 40 Refer to Appendix A 41 Minn. Stat. 181.03, Subdivision 1(2)

Page 29: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

7/13/2017

5 - A

H. Prohibited Payment Practices. A Contractor is prohibited from taking (accepting) a rebate for the purpose of reducing or otherwise decreasing the value of the compensation paid.

I. Prohibited Deductions. No deductions, direct or indirect, may be made for the items listed below which when subtracted from wages would reduce the wages below Minnesota’s minimum wage rate as established in section 177.2442

1. Uniforms. Purchased or rented uniforms or specifically designed clothing that is required by the

Employer, by the nature of employment, or by statute, or as a condition of employment, which is not generally appropriate for use except in that employment.

2. Equipment. Purchased or rented equipment used in employment, except tools of a trade, a motor vehicle, or any other equipment which may be used outside the employment. The cost of the Worker’s use of equipment used outside of employment, such as tools, a motor vehicle, cell phone, may be deducted only if an agreement between the Employer and employee existed prior to the deduction.

3. Supplies. Consumable supplies required in the course of employment.

4. Travel Expenses. Travel expenses in the course of employment except those incurred in

traveling to and from the employee’s residence and place of employment. VII. HOURS OF WORK

A. Work Performed Under the Contract. A Worker performing Work is subject to prevailing wage for all hours associated with the Contract43, unless the Worker is exempt under state law.44

B. Wait Time Subject to Prevailing Wage. A Worker who is required to remain on the project and is waiting to Work because of the fault of the Contractor is considered “engaged to wait” and subject to prevailing wage for the time spent, unless the Worker is completely relieved of duty and free to leave the project for a defined period of time.

VIII. FRINGE BENEFITS

A. Funded Fringe Benefit Plan Criteria. In order for a funded Fringe Benefit (e.g., health/medical insurance, disability insurance, life insurance, pension, etc.) to be considered and creditable towards the Total Prevailing Wage Rate it must be:45

1. a contribution irrevocably made by a Contractor on behalf of an Worker to a financially

responsible trustee, third person, fund, plan, or program;

2. carried out under a financially responsible plan or program;

3. legally enforceable;

4. communicated in writing to the Worker; and

5. made available to the Worker once he/she has met all eligibility requirements. B. Unfunded Fringe Benefit Plan Criteria. In order for a unfunded Fringe Benefit (e.g., vacation,

holiday, sick leave, etc.) to be considered and creditable towards the Total Prevailing Wage Rate it must be:46 1. reasonably anticipated to provide a benefit;

2. a commitment that can be legally enforced;

42 Minn. Stat. 177.24, Subdivision 4(1-4) 43 Minn. Stat. 177.44, Subdivision 1 44 Minn. Stat. 177.44, Subdivision 2 or Minn. R. 5200.1106, Subpart 4 45 Minn. Stat. 177.42, Subdivision 6 46 Minn. Stat. 177.42, Subdivision 6

Page 30: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

7/13/2017

6 - A

3. carried out under a financially responsible plan or program;

4. communicated in writing to the Worker; and

5. made available to the Worker once he/she has met all eligibility requirements.

C. Fringe Benefit Contributions for Hours Worked. A Contractor that provides Fringe Benefits to a

Worker must make contributions, not less than quarterly47, for all hours worked,48 including overtime hours, unless it’s a defined benefit or contribution plan that provides for immediate participation and immediate or essentially immediate vesting (see subpart D2 of this section).

D. Hourly Fringe Benefit Credit. An hourly Fringe Benefit credit toward the Total Prevailing Wage Rate must be determined separately for each Worker based on one or more of the following methods: 1. Monthly, Quarterly or Annual Computation Methods. A Contractor must compute its

monthly, quarterly or annual cost of a particular Fringe Benefit and divide that amount by the estimated total number of hours worked (government and non-government) during the time frame used.49 Typical plans that require monthly, quarterly or annual computations include but are not limited to: health/medical insurance, disability insurance, life insurance, vacation, holiday, sick leave and defined benefit or contribution pension plans that do not provide for immediate participation and immediate or essentially immediate vesting.

2. Fringe Benefit Credit not Requiring Monthly, Quarterly or Annual Computation Methods.

A defined benefit or contribution pension plan that allows for a higher hourly rate of contribution for government work (prevailing wage) than non-government (non-prevailing wage) will be fully credited only if the plan provides for immediate participation and immediate or essentially immediate vesting.

E. Wages In Lieu of Fringe Benefits. A Contractor that does not provide full Fringe Benefits must

compensate a Worker the difference between the Total Prevailing Wage Rate and the rate actually paid for the appropriate labor classification(s). The compensation paid is considered wages and subject to tax liabilities.

1. Overtime . The cash equivalent (wages paid) made in lieu of Fringe Benefits is excluded from

the overtime calculation requirement, unless the cash equivalent (wages paid) is part of the Worker’s standard straight time wage.

F. Administrative Costs Not Creditable. Administrative expenses incurred by a Contractor in

connection with the administration of a Bona Fide Fringe Benefit plan are not creditable towards the Total Prevailing Wage Rate.

G. Federal, State & Local Fringe Benefit Credit Prohibited. No credit is allowed for benefits required by federal, state or local law, such as: worker’s compensation, unemployment compensation, and social security contributions.50

IX. OVERTIME

A. Overtime after 8 Hours per Day or 40 Hours per Week. A Contractor must 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 1.5 times the hourly basic rate of pay.51 The prevailing hours of labor is defined as not more than 8 hours per day and more than 40 hours per week.52

47 29 CRF, Part 5.5(a)(1)(i) 48 Government and non-government Work 49 Refer to Appendix B 50 Minn. Stat. 177.42, Subdivision 6 51 Minn. Stat. 177.44, Subdivision 1 and Refer to Appendix D 52 Minn. Stat. 177.42, Subdivision 4

Page 31: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

7/13/2017

7 - A

B. Wages in Lieu of Fringe Benefits Overtime. Wages paid in Lieu of Fringe Benefits must be paid for all hours worked under the contract.

C. Multiple Labor Classifications and Overtime. A Worker employed in multiple labor classifications

throughout a workweek must be compensated at the applicable labor classification overtime rate in effect during the hours worked in excess of 8 hours per day or 40 hours per week.

D. Federal Fair Labor Standards Act (FLSA) and Overtime. A Contractor subject to the FLSA may

be subject to additional overtime compensation requirements.

X. PAYROLLS AND STATEMENTS

A. Reporting. Each Contractor that is performing Work must submit a CPR(s) to the Department. 1. Payroll Report (Paper). Each Contractor performing Work must submit a paper (written)

payroll report to the Department. The payroll report is available on the MnDOT LCU website.53

2. Statement of Compliance (Paper). Each Contractor’s paper (written) payroll report must include a paper (written) “Statement of Compliance Form”. The “Statement of Compliance Form” must: (1) state whether or not Fringe Benefits are provided to a Worker; (2) provide a description of each benefit, the hourly contribution made on behalf of each Worker, along with fund/plan information; and (3) a signature attesting that the payroll and Fringe Benefit information provided is truthful and accurate.54

3. Electronic Reporting. If the Contract is subject to electronic reporting, each Contractor

performing Work must submit a CPR(s) using the AASHTOWare, Civil Rights Labor (CRL) system. Refer to the Special Provisions Division S – “Electronic Submission of Payrolls and Statements” which is incorporated into and found elsewhere in the Contract for detailed requirements.

B. Biweekly Payroll Reporting and Payment of Wages. A CPR(s) must be submitted no later than 14

calendar days after the end of each Contractor’s pay period55 to the Department. A Contractor must pay its employees at least once every 14 calendar days.56

C. Payroll Report Data. Each payroll report must include all Workers that performed Work and provide at a minimum the following information:57

1. Contractor’s name, address, and telephone number.

2. State project number.

3. Contract number (if applicable).

4. Project number.

5. Payroll report number.

6. Project location.

7. Workweek end date.

8. Each Worker’s name, home address, and social security number.58

9. Labor classification(s) title(s) and optional three-digit code for each Worker.

53 www.dot.state.mn.us/const/labor/certifiedpayroll.html 54 Minn. R. 5200.1106, Subpart 10 55 Minn. Stat. 177.43, Subdivision 3 56 Minn. Stat. 177.30 (a)(4) 57 Minn. Stat. 177.30 (a)(1-4) and Minn. R. 5200.1106, Subpart 10 58 Minn. R. 5200.1106, Subpart 10A & Minn. Stat. 13.355, Subdivision 1

Page 32: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

7/13/2017

8 - A

10. Hours worked daily and weekly in each labor classification, including overtime hours, for each Worker.

11. Wage rate paid to each Worker for straight time and overtime.

12. Authorized legal deductions for each Worker.

13. Project gross amount, weekly gross amount, and net wages paid to each Worker.

D. Prime Contractor to Ensure Compliance. The Prime Contractor must review the CPR(s) submitted by each lower tier Contractor and sign the “Statement of Compliance Form”.59 The Prime Contractor must ensure that each lower tier Contractor’s CPR(s) include all Workers that performed Work and accurately reflect labor classifications, hours worked, regular and overtime rates of pay, gross earnings for the project and Fringe Benefits.60

E. Retention of CPR(s). The Prime Contractor must keep its written CPR(s), including those of all

lower tier Contractors, for three (3) years after the final payment is issued.61

F. Retention of Employment-Related Records. Each Contractor must keep employee records, including, but not limited to: Fringe Benefit statements, time cards, payroll ledgers, check registers and canceled checks62 for at least three (3) years after the final payment is issued.63 Other laws may have longer retention requirements.

G. Detailed Earning Statement. At the end of each pay period, each Contractor must provide every

Worker, in writing or by electronic means, an accurate, detailed earnings statement.64

H. Reports and Records Request. Upon a request from the Department, the Prime Contractor must promptly furnish copies of CPR(s) for its Workers and those of all lower tier Contractors, along with employment-related records, documents, and agreements that the Department considers necessary to determine compliance.65

XI. APPRENTICES, TRAINEES AND HELPERS

A. Apprentice. An Apprentice will be permitted to Work at less than the prevailing basic hourly rate only if the Apprentice is:

1. Registered with the U.S. Department of Labor (DOL), Bureau of Apprenticeship and Training or

MnDLI Division of Voluntary Apprenticeship.66

2. Performing Work of the trade, as described in the apprenticeship agreement.

3. Compensated according to the rate specified in the program for the level of progress.67

4. Supervised by a Journeyworker from the same company, in accordance with the program ratio requirements.68

B. Ratio Requirement. If an approved apprenticeship program fails to define a ratio allowance, the first

Apprentice must be supervised by a Journeyworker within the same trade or occupation. Any subsequent Apprentice must be supervised by an additional three Journeyworkers.69

59 MnDOT Standard Specifications for Construction, Section 1701 60 MnDOT Standard Specifications for Construction, Section 1801 61 Minn. Stat. 177.30 (a)(5) 62 Minn. R. 5200.1106, Subpart 10 63 Minn. Stat. 177.30 (a)(5) 64 Minn. Stat. 181.032 65 Minn. Stat. 177.44, Subdivision 7; Minn. Stat. 177.33(a)(5) 66 Minn. R. 5200.1070, Subpart 1 67 Minn. R. 5200.1070, Subpart 1 and Refer to Appendix C 68 Minn. Stat. 178.036, Subdivision 5 69 Minn. Stat. 178.036, Subdivision 5

Page 33: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

7/13/2017

9 - A

C. Failure to Comply with Apprenticeship Requirements. If a Contractor fails to demonstrate compliance with the terms established in this section, the Contractor must compensate the Apprentice not less than the applicable Total Prevailing Wage Rate for the actual classification of labor performed.70

D. Trainee and Helper. A trainee or helper is not exempt from prevailing wage under state law. The

Contractor must assign the trainee or helper a labor classification that is the "same or most similar"71 and compensate the trainee or helper for the actual Work performed regardless of the trainee’s or helper’s skill level.

XII. INDEPENDENT CONTRACTORS, OWNERS, SUPERVISORS, AND FOREMAN

A. Independent Contractor. An independent contractor (IC) that is not an Independent Truck Owner/Operator (ITO), who is performing Work must be properly classified and compensated.72 The IC must submit a CPR(s) to the Department. If the IC does not receive an hourly wage, but instead a weekly, biweekly, monthly or quarterly distribution for performance, the IC must calculate its hourly rate of pay by dividing the weekly, biweekly, monthly, or quarterly company distribution by all hours worked during that time frame and report the information on a CPR. If necessary, the Department may request documentation from the IC to determine how the hourly wage rate was calculated.73

B. Owners, Supervisors and Foreman. An owner, supervisor, or foreman performing Work is subject to prevailing wage and must be properly classified, compensated and reported.74

XIII. TRUCKING

A. Covered Hauling Activities. A Contractor must ensure that all Workers, including hired Trucking

Brokers, MTOs and ITOs are paid the applicable Total Prevailing Wage Rate or truck rental rate for the following Work:

1. 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.75

2. The delivery of materials from a non-commercial establishment to the project and the return haul to the starting location either empty or loaded.76

3. 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.77

4. 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.78

5. The delivery of materials or products by trucks hired by a Contractor, subcontractor, or agent thereof, from a commercial establishment.79

6. The delivery of sand, gravel, or rock, by or for a commercial establishment, which is deposited

“substantially in place,” either directly or through spreaders from the transporting vehicles is work under the contract. In addition, the return haul to the off-site facility empty or loaded is also considered work under the contract.80

70 Minn. R. 5200.1070, Subpart 3 71 Minn. Stat. 177.44, Subdivision 1 72 Minn. Stat. 177.44, Subdivision 1 73 Minn. Stat. 177.30(a)(5); Minn. Stat. 181.723 74 Minn. Stat. 177.44, Subdivision 1 75 Minn. R. 5200.1106, Subpart 3B(1) 76 Minn. R. 5200.1106, Subpart 3B(2) 77 Minn. R. 5200.1106, Subpart 3B(3) 78 Minn. R. 5200.1106, Subpart 3B(4) 79 Minn. R. 5200.1106, Subpart 3B(5) 80 Minn. R. 5200.1106, Subpart 3B(6)

Page 34: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

7/13/2017

10 - A

B. Hauling Activities Not Subject to Prevailing Wage or Truck Rental Rates. A Contractor may exclude a Worker, including hired Trucking Brokers, MTOs and ITOs from prevailing wage or truck rental rates for the Work described in (1-2) of this section. However, this Work may be considered hours worked and subject to standard compensation pursuant to the Minnesota Fair Labor Standards Act.

1. The delivery of processed or manufactured goods to a public works project by the employees of a

commercial establishment including truck owner-operators hired by and paid by the commercial establishment, unless it is the delivery of mineral aggregate that is incorporated into the work under the contract by depositing the material substantially in place.81

2. The delivery of oil offsite, as an example, to a Prime Contractor’s permanent (commercial)

asphalt mixing facility that is not to, from, or on the project Work site.82

C. Repair, Maintenance & Waiting to Load Time. An ITO and MTO must be paid the truck rental rate for time spent repairing or maintaining the truck owner-operator’s equipment, and for waiting to load or unload if the repair, maintenance, or wait time is the fault of the Trucking Broker, Contractor, its agent or employees.83

D. Month End Trucking Report. A Contractor that acquires the services of an ITO or MTO must

submit a “MnDOT – MTO and/or ITO Month-End Trucking Report”, and a “MnDOT – Month-End Trucking Statement of Compliance Form” to the Department for each month hauling activities are performed under the Contract.84 The forms are available on the MnDOT LCU website.85

E. Broker Fee. A truck broker contracting to provide trucking services directly to a prime contractor or subcontractor is allowed to assess a broker fee.

XIV. OFF-SITE FACILITIES

A. Off-Site Facility Activities Subject to Prevailing Wage. A Contractor must ensure that all Workers performing Work at a covered off-site facility are paid the applicable Total Prevailing Wage Rate for the following Work: 1. The processing or manufacturing of material at a Prime Contractor’s off-site facility that is not a

separately held commercial establishment.86 2. The processing or manufacturing of material at an off-site facility that is not considered a

commercial establishment.87 B. Off-Site Facility Activities Not Subject to Prevailing Wage. A Contractor may exclude a Worker

from prevailing wage for the following work: 1. The processing or manufacturing of material or products by or for a commercial establishment.88

2. The work performed by Workers employed by the owner or lessee of a gravel or borrow pit that

is a commercial establishment, even if the screening, washing or crushing machines are portable.89

XV. SUBCONTRACTING PART OF THE CONTRACT

81 Minn. R. 5200.1106, Subpart 4(C) 82 J.D. Donovan, Inc. vs. Minnesota Department of Transportation, 878 N.W.2d 1 (2016) 83 Minn. R. 5200.1106, Subpart 8(A)(1) 84 Minn. R. 5200.1106, Subpart 10 85 http://www.dot.state.mn.us/const/labor/forms.html 86 ALJ Findings of Fact, Conclusions of Law, and Recommendation, Conclusions (7), Case #12-3000-11993-2 87 Minn. R. 5200.1106, Subpart 3(A) 88 Minn. R. 5200.1106, Subpart 4(A) 89 Minn. R. 5200.1106, Subpart 4(B)

Page 35: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

7/13/2017

11 - A

The Prime Contractor must include the Contract Special Provisions, Wage Decision(s) and Truck Rental Rate Schedule in all Subcontracts, agreements and purchase orders with lower tier Contractors.90 This requirement also applies to all lower tier subcontractors.

XVI. SITE OF WORK REQUIREMENTS

A. Poster Board. The Prime Contractor must construct and display a poster board containing all required posters. The poster board must be accurate, legible, and accessible to all project Workers from the first day of Work until the project is one hundred percent (100%) complete.91 A poster board at an off-site location, or inside a construction trailer, does not meet this requirement.

B. How to Obtain a Poster Board. The Prime Contractor may obtain the required posters and the necessary contact information that is required to be inserted on each poster by visiting the MnDOT LCU website.92

C. Employee Interviews. The Contractor must permit representatives from the Department or other governmental entities93 to interview Workers at any time during working hours on the project.94

XVII. CHILD LABOR

A. No Worker under the Age of 18. No Worker under the age of 18 is allowed to perform Work on a Project Site, except pursuant to Section XVII B below.95

B. Parental Supervision. A Worker under the age of 18 may perform Work on a Project Site if all of

the following criteria are met:

1. The Contractor (Employer) is not subject to FLSA.

2. The Worker is employed in a corporation owned solely by one or both parents.

3. The Worker is supervised by the parent(s).

4. The Worker is not working in a hazardous occupation.96

C. Removal of Minor from Project. The Engineer or inspector may remove a Worker that appears to be under the age of 18 from the Project Site until the Contractor or Worker can demonstrate proof of age and compliance with all applicable federal and state regulations.97

XVIII. NON-COMPLIANCE AND ENFORCEMENT

A. Case-by-Case Enforcement. The Department has the authority to enforce the prevailing wage law on a case-by-case.98

B. Prime Contractor Responsible for Unpaid Wages. The Prime Contractor will be held liable for any unpaid wages to its Workers or those of any lower tier Contractor.99

C. Enforcement Options. If evidence shows that a Contractor has violated prevailing wage requirements, or these Special Provisions, the Department may, after written notice, implement one or more of the following:

90 MnDOT Standard Specifications for Construction, Section 1801 91 Minn. Stat. 177.44, Subdivision 5 92 www.dot.state.mn.us/const/labor/posterboards 93 MnDLI, U.S. DOL, , U.S. Department of Transportation, Federal Highways Administration 94 MnDOT Standard Specifications for Construction, Section 1511 95 Minn. R. 5200.0910, Subpart F; 29 CFR Part 570.2(a)(ii) 96 Minn. R. 5200.0930, Subpart 4 97Minn. Stat. 181A.06, Subdivision 4; MnDOT Standard Specifications for Construction, Section 1701 98 See International Union of Operating Engineers, Local 49 v. MnDOT, No. C6-97-1582, 1998 WL 74281, at *2 (Minn. App. Feb. 24, 1998) 99 MnDOT Standard Specifications for Construction, Section 1801

Page 36: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

7/13/2017

12 - A

1. Withholding Payment. The Department may withhold from the Prime Contractor payments relating to prevailing wage underpayments.100

2. Non-Responsible Contractor. The Department may reject a bid from a Prime Contractor that has received two (2) or more Determination Letters within a three (3) year period from the Department finding an underpayment by the Contractor to its own employees.101

3. Default. The Department may take the prosecution of the Work out of the hands of the Prime

Contractor, place the Contractor in default, and terminate the Contract for failure to comply.102

4. Suspension or Debarment. The Department may refer violations and matters of non-compliance by a Contractor to the Minnesota Department of Administration for suspension or debarment proceedings.103

5. County Attorney. The Department may refer suspected criminal violations by Contractor to the appropriate local county attorney for prosecution.104

6. Financial Penalties. 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.105 A Contractor may be fined up to $1,000 for each failure to maintain records.106

7. False Claims Act Violation. All required payroll and certification reports are legal documents;

knowing falsification of the documents by a Contractor may result in civil action and/or criminal prosecution107 and may be grounds for debarment proceedings.108

8. Compliance Order. The Department may request that MnDLI issue a compliance order to a

Contractor for violations of the state prevailing wage law. If the Contractor is found to have committed a violation, liquidated damages and other costs may be assessed against the Employer.109

9. Private Right of Action. The Department may direct an employee to pursue a civil action in

district court against its Employer for failure to comply with the proper payment of wages.110 If the Employer is found to have committed a violation, liquidated damages and other costs may be assessed against the Employer.111

10. Fringe Benefits; Misdemeanor. A Contractor that is obligated to deposit Fringe Benefit

contributions on behalf of a Worker into a financially responsible trustee, third person, fund, plan, or program and fails to make timely contributions is guilty of a gross misdemeanor or other violations under federal law. 112

100 MnDOT Standard Specifications for Construction, Section 1906 101 Minn. Stat. 16C.285 102 MnDOT Standard Specifications for Construction, Section 1808 103 Minn. R. 1230.1150, Subpart 2(A)(4) 104 Minn. Stat. 177.44, Subdivision 7 105 Minn. Stat. 177.44, Subdivision 6 106 Minn. Stat. 177.30(b) 107 Minn. Stat. 15C.02; , Minn. Stat. 161.315; Minn. Stat. 177.32; Minn. Stat. 177.43, Subdivision 5, Minn. Stat. 609.63 108 Minn. Stat. 161.315 and Minn. Stat. 609.63 109 Minn. Stat. 177.43, Subdivision 6a 110 Minn. Stat. 177.27, Subdivision 8 111 Minn. Stat. 177.27, Subdivision 10 112 Minn. Stat. 181.74, Subdivision 1

Page 37: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

7/13/2017

1 - A

THE FOLLOWING APPENDICES ARE FOR

EXPLANATORY PURPOSES ONLY. FOR SPECIFIC QUESTIONS, PLEASE CONTACT LCU.113

APPENDIX A SALARIED WORKER WAGE COMPUTATION

Salaried Workers. In order to convert the Worker’s salary into an hourly rate of pay, divide the employee’s weekly, bi-weekly or monthly earnings by the total number of hours Worked (government and non-government), including overtime hours for the time period used.114

$800.00 (weekly salary) / 40 (total weekly hours) = $20.00

$1,600.00 (bi-weekly salary) / 80 (total bi-weekly hours) = $20.00

$3,200.00 (monthly salary) / 160 (total monthly hours) = $20.00

APPENDIX B FRINGE BENEFIT CREDIT

Fringe Benefit Credit Calculation. The Employer contributes monthly ($600.00) for medical insurance on behalf of a Worker. In order to calculate the projected hourly credit that the Employer can take, the Employer should: (1) add the monthly contributions for each Worker, (2) multiply by twelve (12) months, and (3) divide the total cost of the benefit by the total hours worked (government and non-government)115 (see annual example below). Quarterly and monthly examples are also provided.

Annual: ($600.00) x (12 months) = $7,200.00 ($7,200.00) / (2080 hours) = $3.46 per hour credit Quarterly: ($600.00) x (3 months) = $1,800.00 ($1,800.00) / (520 hours) = $3.46 per hour credit Monthly: ($600.00) x (1 month) = $600.00 ($600.00) / (173 hours) = $3.47 per hour credit

End of Year Self-Audit. At the end of the calendar year, the Contractor must conduct an audit to determine if the hourly fringe benefit credit taken for each Worker was accurate. The Contractor must calculate the total annual fringe benefits paid on behalf of each Worker and divide that amount by the total number of hours worked (government and non-government) by that Worker. If the hourly fringe benefit credit was less than what was reported on a CPR, the contractor must compensate the Worker the hourly difference, multiplied by the total hours worked under the Contract.

APPENDIX C APPRENTICE RATE OF PAY

State Requirements. The Apprentice must be compensated according his/her level of progress, which is expressed as a percentage of the Journeyworker wage that is established in the program.

Journeyworker Wage Established in Program = $25.00 Apprentice Level of Progress = 60%

($25.00) * (.60) = $15.00

113 [email protected] or (651) 366-4238 114 United States Department of Labor Field Operation Handbook, Section 15f08 115 United States Department of Labor Field Operation Handbook, Section 15f12

Page 38: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

7/13/2017

2 - A

APPENDIX D PREVAILING WAGE OVERTIME CALCULATION

Overtime Hourly Rate of Pay. Here is the formula to calculate the required minimum overtime.116

OT = (PW * .5) + (HW) + (RF) + (F)

Definition of OT Acronyms OT: overtime. PW: the basic hourly prevailing wage rate established in a federal and/or state prevailing Wage Decision. HW: hourly wage rate paid to a Worker. RF: remaining fringe, which means the difference between the Contract hourly Fringe Benefit rate and

the actual hourly Fringe Benefit rate paid by the Contractor to a third party on behalf of a Worker. F: Fringe Benefit contributions that are bona-fide and contributed by an Employer to a third party on

behalf of a Worker.

The Total Prevailing Wage Rate for a Worker is $30.00, which is comprised of an hourly basic rate of $20.00 and an hourly fringe rate of $10.00. The table below includes various hourly basic and Fringe Benefit payments that a Contractor could potentially make to a Worker.

OT CALCULATION FORMULA AND EXAMPLES OT = (PW * .5) + (HW) + (RF) + (F)

Hourly Wage Paid

Fringe Benefits

Paid

Payment To Employee Fringe Payment

Total Payment

(PW * .5) + (HW) + (RF) + (F) = OT

$ 20.00 $ 10.00 ($ 20.00 * .5) + ($ 20.00) + ($ 0.00) = $ 30.00 + $ 10.00 = $ 40.00

$ 18.00 $ 12.00 ($ 20.00 * .5) + ($ 18.00) + ($ 0.00) = $ 28.00 + $ 12.00 = $ 40.00

$ 22.00 $ 8.00 ($ 20.00 * .5) + ($ 22.00) + ($ 0.00) = $ 32.00 + $ 8.00 = $ 40.00

$ 30.00 $ 0.00 ($ 20.00 * .5) + ($ 30.00) + ($ 0.00) = $ 40.00 + $ 0.00 = $ 40.00

$ 24.00 $ 4.00 ($ 20.00 * .5) + ($ 24.00) + ($ 2.00) = $ 36.00 + $ 4.00 = $ 40.00

Regarding the last example the Contractor would be required to pay an additional $2.00 to the Worker, which is wages in lieu of fringe for a straight time hourly rate of $26.00 not $24.00. A Contractor subject to the Fair Labor Standards Act (FLSA) may be subject to additional overtime compensation requirements.

116 United States Department of Labor Field Operation Handbook, Section 15k

Page 39: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

NOTICE TO BIDDERS

Minnesota Statutes require prompt payment to subcontractors:

Minn. Stat. § 471.425 PROMPT PAYMENT OF LOCAL GOVERNMENT BILLS.

Subdivision 1. Definitions. For the purposes of this section, the following terms have the meanings here given them.

. . . (d) "Municipality" means any home rule charter or statutory city, county, town, school district, political subdivision or agency of local government. "Municipality" means the Metropolitan Council or any board or agency created under chapter 473.

. . . Subd. 4a. Prompt payment to subcontractors. Each contract of a municipality must require the prime contractor to pay any subcontractor within ten days of the prime contractor's receipt of payment from the municipality 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.

Minn. Stat. § 15.72 PROGRESS PAYMENTS ON PUBLIC CONTRACTS; RETAINAGE.

. . . Subd. 2. Retainage. . . . (c) A contractor on a public contract for a public improvement must pay all remaining retainage to its subcontractors no later than ten days after receiving payment of retainage from the public contracting agency, unless there is a dispute about the work under a subcontract. If there is a dispute about the work under a subcontract, the contractor must pay out retainage to any subcontractor whose work is not involved in the dispute, and must provide a written statement detailing the amount and reason for the withholding to the affected subcontractor.

Page 40: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

!"#$%&&'!&(

!#)*!"+,

-./01234562172058392.0:

;<;=>?@ABCDEFFG<H>?@IBCDH>>J<HK?@LBC=<<;MN>?@OBCM<NPQ<K?@RBCG<S>H?OABC<FGPQ>;?OOBCHE->?TTBCPQ>>F>?ULBCSVJVPMV?UWBCSEK<KV?ROBC

>XX3Y12Z3:5@A[W?[[?AL

Q7245\8.]3Y15245Y.Z3835_5G20034.1a5\83Za2b20956a93541a1/134c5Sa9358a1345b24135_3b.65a8351735d202d/d57./8b58a13451.5_35\a25.0517245\8.]3Y1c

Vbb57./8456.8e352053fY3445.X5329715gRh57./845\385a5.85X.815gLAh57./845\385633e547abb5_35\a25a15a58a135.X5.035a05.0357abX5g[5[i@h512d3451735_a42Y57./8b58a13c

j2.ba12.04547./b5_3583\.81351.:

;3\a81d3015.X5Q8a04\.81a12.0<XX2Y35.X5-.0418/Y12.0Q8a04\.81a12.05J/2b2095GPTOAk.705E83ba05JbZP1c5la/bm5GK5OO[OOgTO[h5ITT?L@AW

H3X385n/3412.045Y.0Y38020951735\83Za2b20956a9358a13451.:

;3\a81d3015.X5Fa_.85a05E0/418l83Za2b2095Sa935P3Y12.0LLI5FaXa31135H.a5KP15la/bm5GK5OO[OOgTO[h5@RL?OAW[;FEcl83ZSa93o41a13cd0c/4

pq+qrqqstp u+qruv+t

[A[ FVJ<H>Hm5-<GG<K5g=>K>HVFFVJ<H5S<Hwh

@A[W?[[?AL @Rc[R @AcAU LRc@O

[A@ FVJ<H>Hm5PwEFF>;5gVPPEPQEK=PwEFF>;5-HVDQ5k<NHK>xGVKh

@A[W?[[?AL @Rc[R @AcAU LRc@O

y

Page 41: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

! "#"$%

&'(() *+ + *+

) , &'(() &-+- &+* )-+&.

. /$0 &'(() &.+&- '+-* ).+.

1 $ &'(() &1+.* )+*- )+.

* "!/$/ %

&'(() +1- &+* .+*.

- $#2 &'(() &-+-- &+* )-+'.

' # #$0! 0$,$/$$ 3%

&'(() &-+-- &+* )-+'.

#3",$0!$$$$$ 33 $$2#2$4253$540/ ,$,$,252#2$4,205#$43/#$$#$#3"2$%+$0,$$"$$0/5,23 / 6$"#3"/0##$$2$$$#$$&1+&$&1+.+

&'(() &-+- &+* )-+&.

$,,$!$2" %

&'(() &-+- &+* )-+&.

& 7#$"$$$!,3,,($,$4$$ , $0$$2$%42$$2$0 0/"03"$#$6$/0$02$0$7#$"#,$3/$$$0#$,

&'(() '+* + '+-

8

Page 42: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

! !"

#!$%!#& '()*+(),-

./0 ./012002/3 4506 ./5/ 5576

././2/52/0 47/4 .03/ 5834

./. 9: ./012002/3 .660 078/ 3550

./4 ;9< 9< <=9>9 = ;< ;<<>2=9=:=?@;=< 2:< : A<>:;;=

./012002/3 .5// /// .5//

./3 ==2: ./012002/3 .670 077/ 35.0

./5 99:;9:;99?> AB =2:9

./012002/3 .647 ./61 31.5

C!"CDEFCGE#D$%!#& #

"%#( ./012002/3 4514 ./5/ 5734

././2/52/0 4786 .03/ 5606

4/. ?;>A

4/4 9?;>A

4/3 >0452=9<@;H?;>A

4/5 ;<><:?:>9AI 99> 2 9= ;9 ?;>A

4/7 ;9

4/8 ;?;>A

4/6 ;0//> ?;>A

"%#J ./012002/3 4536 ./5/ 5516

K

Page 43: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

!"#$"%&# !""'() %

*!(+,

*&%*)(( $"-(). "&%), % /"0+, %1 (2, &%,3

1())"*4 /0#, &) "55(03/&+()3/4"1 &) "&%),3 /"0+, %1 (2, &%,3

1)0"%(. *)+(). ,1)#"* !*4&( /)*4 &) +(( $&#%(13 %16&) "$")(7#"$(% +" &2(,( *&%)&. # & )(( *#!"* ,)1 $%#5*#)() )(1**", "%*#1"%0 *$(% /"0+, %1 (2, &%,3

1)(10( &) (%0"%((). 1)(10( /&+()3 %1 (%0"%(()

5)&% (%1 &1(). 5"2( *#!"* ,)1 %1 &2() "%*#1"%0 *$(% /"0+, %1(2, &%,3

&*&$&"2( *)%( &()&)

$"-() /2"%03 *&%*)(( 2"%0. )&1 $&(. "%*#1"%0 $#*4"%0 &()"&%. *&%+, &)"$") ,(

8 $(*%"* +(1() &% &+() (7#"$(% /"0+, %1 (2, &%,3

)*&) !&&$ ,( /"0+, %1 (2, &%,3

%1($ *)()

)#*4 *)%( *)+() *)%( /"0+, %1 (2, &%,3

#0!& %1 &2() /"0+, %1 (2, &%,3

9:; 8 8

") )*4 )&*4 1)"

#&$"* )&1 $*"%( /*$" &) "$")3 /"0+, %1 (2, &%,3

!*45"() &()&)

*&%*)(( !* % &()&) /"0+, %1 (2, &%,3

!"#$"%&# )&(). )#!!() ")(1 &) (( 1)#$$(1 /("0 &% %1 &2()3

8 !"#$"%&# )(1() %1 5"%""%0 $*"%( /&+()3. "%*#1"%0 2(). $*)& #)5*"%0%1 $"*)& #)5*"%0. &) "$") ,( /&()&) %1 *)((1 ()&%3

!)&44 &) )* )($&( *&%)& &) "$") ,( +" *$(%

* *(%0() )*&) &) "$") ,( #"%0 )&*4 +0&%. !#1&'() %1*)()

*" )2(() %1 )(( *#()

*&%*)(( 1")"!#&) %1 )(1() 5"%""%0 $*"%(. &%0"#1"% 5&. <&"%$*"%(. %1 ), $*"%(

*&%*)(( $"-() &% <&!"( /"0+, %1 (2, &%,3

*&%*)(( $&!" /"0+, %1 (2, &%,3

*)#"%0 % /0)2( %1 &%(3 &) 0)2( +"%0. *)#"%0 %1 *)((%"%0 %

*#)! $*"%(

1")(*"&% !&)"%0 $*"%(

8 1&( $*"%( /"("%(3

1)" )"0. (2, )&), &) *#)% &) *!( 1)" /"0+, %1 (2, &%,3

1# )*&)

=

Page 44: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

!"#$$%&$&&'

()*!" #$$%&$&&'

+! !,"&

, -!)-.(-)

/ $!#-%'#$$%&$&&'

0 $&("-

1 ("$-!# -!-"!'

2 ")#$$%&$&&'

,3 )++-++)))"$

, )(-)"$!+!("$!")-!!!+%)"$!+!+-()-!#$$%&$&&'

, -)* )-)"$#-%')$&)!)&-

, -" (-!%-+"(*"&$--"-"&#$$%&$&&'

, --%--+"*)"$

,, -%-+33 %$#$$%&$&&'

,/ -%"($4*)"$+!5"$!

,0 -()

,1 -()-"#$$%&$&&'

,2 (**6)"%$*" $"("$)!#$$%&$&&'

/3 !"-

/ !6--!!*4

/ !-)#-%'#-'

/ )-*!)"$

/ "+*(4#$$%&$&&'

/, "+%$&-+,3$7-7%$-(!"-#$$%&$&&'

// "$)"$#!%+%+!'5"(!% *$"$#$$%&$&&'

/0 (*+)* +!)&-

/1 %-!)!#$$%&$&&'

89: 32663 7/ 37,3 ,7

3363,63 7/ 73 ,71/

/2 ")-!!+/33")#$$%&$&&'

03 *()(!#($!'

0 ""!%#)(-*'#-%-'

0 )"$#-%'

0 +! !(-"&

0 ((#$$%&$&&'

;

Page 45: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

!

" !#$$!!!%!& !'

!(%&%!) !!

* +! !!%$%&%!

, +! !-.

*/ &#+%!(%'

*0 !12!!!!#1! &'

*3 !!1 & + $!43//44%(!

* !%&%!#+!'& !%%!12!!%%!!

*5 &!% !!!

* !!1&!#&%!'

678 3/0,2002/5 045 3/4/ 3435

3/3/2/2/0 34, 3045/ 4,,

* 9!%!9& !1 9+!%%.!

** %(!#+%!(%'

*, !!!.%

,/ 1!!% %.! !#+%!(%'

,0 (!!!%%% # $!% %+%'

,3 !!# '#+%!(%'

, !(!!%

,5 !#+!(!9%!9 .%!9%!9!9%&%&%!9 !&!(!:&!% '#+%!(%'

, +!+!!!

," !!1 !%!%(!& %9%%($ %!

, 9+!! !9(!/449%! ! %%

6; <

67= 3/0,2002/5 04/ 0,4// /4/

3/3/2/2/0 34*/ 0,4// 04*/

"/0 &!%4+!!

"/3 !(!

"/ .(!#%&%!%%! %1%%+!! !+%!'

67> 3/0,2002/5 /4/ 0,4// 5,4/

3/3/2/2/0 343 0,4// 043

"/5 1&!?!% 9 $ .

@

Page 46: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

!"#$%#&"&$%&'(&

!"#$%#&"&$)"!($*(&#"!$"*(&+"!,

- .&(($+/0($!#

1

2 !"#$%#&"&$#*&+3$"*(&+"&$)&(+&$+!%$"0(&,

% *$*(&#"!

4&(+#(&

*0"$5+&$%&'(&

&(&&(%6$#(07*&"*(00(%$*+58(&$!%(&$2$"!#

9"$+/0($!

#0&&3$"*(&+"&

+!8$&58$.(0*(&$)4+#6$"06$&"+%$"06$+!%$9+(&,

&+5"&$"*(&+"&6$!%(&$$.*

- .(+!4$+!%$7&"#$!#0+"&#

- "0(& +8(&# 2 - -

- &580+3(&# 2 -

- 5+&*(!(&# 2 2 222

2 2

- 5+&*($0+3(&#$)0!"0( ,

- 5( (!$ +#"!#

-- (0(5&5+!# -

--

- 4&"!%$*(&#"! 2

-

- &"!9"&8(&# - -

:

Page 47: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

!"# $

$ %# &'()*+!'"+, *&"+-'"+'&% .+-'+#"'#%!'/0'%1# 2!&3

4 4

$ 4 4

%+ 1 '()*+!1, #/ .'+ 1 '/ 5# )#/ '0/ '%!'+&"#!'/% #/&3

4 4

%%0## &''&#0## & 4 $$ $

$ $ $$

%*, & 44 $4

&"#'#'/ 2 & 4 4 $$

# 66/'/ 2 & 0/ ' #')'$4$'/ '+% 1!7&##*&

#'&## & 0/ ' #')'$4$'/ '+% 1!7&##*&

$ #'0&" & 0/ ' #')'$4$'/ '+% 1!7&##*&

!'&.&#'#)") 4 $

4 !'&.&#&'&# 44

&,&#/&',##'/ 2 4 $

&!' )#/ 0/ ' #')'$4$'/ '+% 1!7&##*&

8

Page 48: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

m~ DEPARTMENT OF I I LABOR AND INDUSTRY

Notice of Truck Rental Rate certification and effective date The commissioner has certified the minimum truck rental rates for state-funded highway projects effective Jan. 6, 2020. This certification follows the publication of the Notice of Truck Rental Rate Determination in the State Register on Dec. 16, 2019, and the informal conference held pursuant to Minnesota Rules, part 5200.1105 on Dec. 30, 2019.

According to Minnesota Rules, part 5200.1105, the purpose of the informal conference was for the Department of Labor and Industry to obtain further input regarding the determined rates prior to the certification. Some driver wage rates have been updated to the current certified rate based on input at the informal conference.

The truck rental rate is determined for each equipment type by adding the average hourly cost of operating the vehicle to the certified prevailing wage rate for the driver. The average hourly operating costs are determined by voluntary survey of truck owner operators, trucking contractors and trucking firms.

The determination of the minimum truck rental rates by region are as follows:

Three-axle units

Region Effective date 607 driver rate Operating cost Truck rental rate

Region 1 Certification date $44.86 $37.35 $82.21

Increase May 1, 2020 $46.61 $37.35 $83.96

Region 2 Certification date $30.84 $37.35 $68.19

Region 3 Certification date $32.60 $37.35 $69.95

Region 4 Certification date $45.90 $37.35 $83.25

Region 5 Certification date $51.60 $37.35 $88.95

Increase May 1, 2020 $53.35 $37.35 $90.70

Region 6 Certification date $49.40 $37.35 $86.75

Increase May 1, 2020 $51.15 $37.35 $88.50

Page 49: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Region Effective date 607 driver rate Operating cost Truck rental rate

Region 7 Certification date $41.36 $37.35 $78.71

Region 8 Certification date $44.01 $37.35 $81.36

Region 9 Certification date $48.10 $37.35 $85.45

Region 10 Certification date $44.34 $37.35 $81.69

Four or more axle units

Region Effective date 604 driver rate Operating cost Truck rental rate

Region 1 Certification date $51.30 $45.89 $97.19

Increase May 1, 2020 $53.05 $45.89 $98.94

Region 2 Certification date $27.60 $45.89 $73.49

Region 3 Certification date $38.51 $45.89 $84.40

Region 4 Certification date $53.73 $45.89 $99.62

Region 5 Certification date $27.60 $45.89 $73.49

Region 6 Certification date $49.50 $45.89 $95.39

Increase May 1, 2020 $51.25 $45.89 $97.14

Region 7 Certification date $37.40 $45.89 $83.29

Region 8 Certification date $38.51 $45.89 $84.40

Region 9 Certification date $48.20 $45.89 $94.09

Region 10 Certification date $37.40 $45.89 $83.29

Page 50: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Tractor

Region Effective date 602 driver rate

Operating cost Tractor Only Truck Rental

Rate

Plus Trailer

Operating Cost

Tractor Trailer Rental Rate

Region 1 Certification

date $51.85 $54.96 $106.81 $11.46 $118.27

Increase May 1, 2020 $53.60 $54.96 $108.56 $11.46 $120.02

Region 2 Certification

date $26.64 $54.96 $81.60 $11.46 $93.06

Region 3 Certification

date $48.35 $54.96 $103.31 $11.46 $114.77

Region 4 Certification

date $26.64 $54.96 $81.60 $11.46 $93.06

Region 5 Certification

date $29.35 $54.96 $84.31 $11.46 $95.77

Region 6 Certification

date $50.05 $54.96 $105.01 $11.46 $116.47

Increase May 1, 2020 $51.80 $54.96 $106.76 $11.46 $118.22

Region 7 Certification

date $31.80 $54.96 $86.76 $11.46 $98.22

Region 8 Certification

date $24.00 $54.96 $78.96 $11.46 $90.42

Region 9 Certification

date $48.75 $54.96 $103.71 $11.46 $115.17

Region 10 Certification date

$26.50 $54.96 $81.46 $11.46 $92.92

The minimum truck rental rate for these four types of trucks in the state’s 10 highway and heavy construction areas will be effective for all Minnesota Department of Transportation highway construction work financed in whole or part with state funds advertised for bid on or after the day the notice of certification is published in the State Register.

Nancy J. Leppink, Commissioner

Page 51: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page i SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

INDEX--SP2018BOOK SP2018# ITEM# DATA PAGE

S-1 DESCRIPTION ............................................................................................................................................... 5

S-2 REFERENCE DOCUMENTATION .............................................................................................................. 5

S-3 DESIGNATION OF PARTIES ....................................................................................................................... 5

S-4 CONTACT INFORMATION ......................................................................................................................... 6

SP2018-1 ....................................................................................................................................................................... 6

S-5 PRE-LETTING CONFERENCE .................................................................................................................... 6

SP2018-3 ....................................................................................................................................................................... 6

S-6 EQUAL PAY .................................................................................................................................................. 6

SP2018-5 ....................................................................................................................................................................... 6

S-7 RESPONSIBLE CONTRACTOR................................................................................................................... 6

SP2018-6 ....................................................................................................................................................................... 6

S-8 COMPLIANCE WITH TAX LAW REQUIREMENTS ................................................................................. 7

SP2018-7 ....................................................................................................................................................................... 7

S-9 USE OF ADHESIVE ANCHORS .................................................................................................................. 7

SP2018-11 ..................................................................................................................................................................... 7

S-10 (1103) DEFINITIONS .................................................................................................................................... 8

SP2018-16 ..................................................................................................................................................................... 8

S-11 (1203) ACCESS TO PROPOSAL PACKAGE ............................................................................................... 8

S-12 (1206) PREPARATION OF PROPOSAL ...................................................................................................... 8

S-13 (1209) DELIVERY OF PROPOSALS ............................................................................................................ 8

S-14 (1210) REVISION OF PROPOSAL PACKAGE OR WITHDRAWAL OF PROPOSALS ........................... 9

S-15 (1212) OPENING OF PROPOSALS .............................................................................................................. 9

S-16 (1301) CONSIDERATION OF PROPOSALS ............................................................................................. 10

S-17 (1302) AWARD OF CONTRACT RESIDENT PREFERENCE IN PUBLIC CONTRACTS ..................... 10

S-18 (1306) EXECUTION AND APPROVAL OF CONTRACT ........................................................................ 12

SP2018-20 ................................................................................................................................................................... 12

S-19 (1402) CONTRACT REVISIONS (CHANGES IN QUANTITIES OVERRUN/UNDERRUN)................. 12

S-20 (2563) TEMPORARY TRAFFIC MANAGEMENT .................................................................................... 12

SP2018-20.1 ................................................................................................................................................................ 12

S-21 (2562) ADDITIONAL TRAFFIC CONTROL DEVICES AND EXTENDED USE OF TRAFFIC CONTROL DEVICES ....................................................................................................................... 19

SP2018-20.2 ................................................................................................................................................................ 19

S-22 (1505) COOPERATION BY CONTRACTORS........................................................................................... 22

SP2018-22 ................................................................................................................................................................... 22

Page 52: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page ii SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-23 (1507) UTILITY PROPERTY AND SERVICE ........................................................................................... 23

S-24 (1508) CONSTRUCTION STAKES, LINES, AND GRADES .................................................................... 24

SP2018-28 ................................................................................................................................................................... 24

S-25 (1514) MAINTENANCE DURING CONSTRUCTION .............................................................................. 24

SP2018-30 ................................................................................................................................................................... 24

S-26 (1602) NATURAL MATERIAL SOURCES ................................................................................................ 24

SP2018-32 ................................................................................................................................................................... 24

S-27 (1606) STORAGE AND STAGING OF MATERIALS ............................................................................... 25

S-28 (1701) LAWS TO BE OBSERVED (PROMPT PAYMENT AND RETAINAGE) ..................................... 25

SP2018-33.1 ................................................................................................................................................................ 25

S-29 (1701) LAWS TO BE OBSERVED (WET LANDS) ................................................................................... 26

SP2018-34 ................................................................................................................................................................... 26

S-30 (1701) LAWS TO BE OBSERVED (CULTURAL RESOURCES – STATE FUNDED) ........................... 26

SP2018-38 ................................................................................................................................................................... 26

S-31 (1701) LAWS TO BE OBSERVED – CERTIFICATION OF NONDISCRIMINATION AGAINST ISRAEL ........................................................................................................................... 27

SP2018-40 ................................................................................................................................................................... 27

S-32 (1706) EMPLOYEE HEALTH AND WELFARE ........................................................................................ 27

SP2018-41 ................................................................................................................................................................... 27

S-33 (1707) PUBLIC CONVENIENCE AND SAFETY ...................................................................................... 27

SP2018-42 ................................................................................................................................................................... 27

S-34 (1801) SUBLETTING OF CONTRACT ...................................................................................................... 28

SP2018-49 ................................................................................................................................................................... 28

S-35 (1802) TRAINING FOR CONSTRUCTION TRUCK OPERATORS ......................................................... 28

SP2018-50 ................................................................................................................................................................... 28

S-36 (1803) PROGRESS SCHEDULES ............................................................................................................... 28

SP2018-51 ................................................................................................................................................................... 28

S-37 (1804) PROSECUTION OF WORK (ADA) ................................................................................................ 29

SP2018-52 ................................................................................................................................................................... 29

S-38 (1806) DETERMINATION AND EXTENSION OF CONTRACT TIME .................................................. 34

S-39 (1807) FAILURE TO COMPLETE THE WORK ON TIME ....................................................................... 35

SP2018-56 ................................................................................................................................................................... 35

S-40 INCIDENTAL WORK.................................................................................................................................. 35

S-41 (1902) SCOPE OF PAYMENT .................................................................................................................... 36

SP2018-56.1 ................................................................................................................................................................ 36

S-42 (1910) COST ESCALATION ....................................................................................................................... 36

SP2018-57 ................................................................................................................................................................... 36

S-43 (2021) MOBILIZATION .............................................................................................................................. 36

SP2018-66.1 ................................................................................................................................................................ 36

S-44 (2051) MAINTENANCE AND RESTORATION OF HAUL ROADS ....................................................... 36

SP2018-71 ................................................................................................................................................................... 36

Page 53: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page iii SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-45 (2101) CLEARING AND GRUBBING ........................................................................................................ 37

SP2018-72 ................................................................................................................................................................... 37

S-46 (2102) PAVEMENT MARKING REMOVAL ............................................................................................. 38

SP2018-73 ................................................................................................................................................................... 38

S-47 (2104) REMOVING PAVEMENT AND MISCELLANEOUS STRUCTURES ......................................... 39

SP2018-76 ................................................................................................................................................................... 39

S-48 (2106) EXCAVATION AND EMBANKMENT .......................................................................................... 39

SP2018-103 ................................................................................................................................................................. 39

S-49 (2123) STREET SWEEPER (WITH PICKUP BROOM) ............................................................................. 42

SP2018-106 ................................................................................................................................................................. 42

S-50 (2211) AGGREGATE BASE ........................................................................................................................ 42

SP2018-107.1 .............................................................................................................................................................. 42

S-51 (2301) CONCRETE PAVEMENT - SPECIAL (INTEGRALLY COLORED CONCRETE PAVEMENT) .................................................................................................................................... 43

SP2018-130.1 - MODIFIED ........................................................................................................................................ 43

S-52 (2302) CONCRETE PAVEMENT REHABILITATION (CPR) .................................................................. 44

SP2018-131 - MODIFIED ........................................................................................................................................... 44

S-53 (2360) PLANT MIXED ASPHALT PAVEMENT (LOCAL AGENCY) (MSCR) ...................................... 68

SP2018-144 ................................................................................................................................................................. 68

S-54 (2399) PAVEMENT SURFACE SMOOTHNESS ....................................................................................... 70

S-55 (2472) METAL REINFORCEMENT ........................................................................................................... 70

SP2018-158.1 .............................................................................................................................................................. 70

S-56 (2503) CONNECT TO EXISTING STORM SEWER .................................................................................. 71

SP2018-171 ................................................................................................................................................................. 71

S-57 (2503) CONNECT INTO EXISTING DRAINAGE STRUCTURE ............................................................. 71

S-58 (2504) ADJUST VALVE BOX..................................................................................................................... 71

SP2018-180 ................................................................................................................................................................. 71

S-59 (2506) RECONSTRUCT DRAINAGE STRUCTURE ................................................................................. 72

S-60 (2506) GRATE CASTING SPECIAL ........................................................................................................... 72

S-61 (2506) CONST DRAINAGE STRUCTURE DESIGN SPEC 1 ................................................................... 72

S-62 (2506) CONST DRAINAGE STRUCTURE DESIGN SPEC 2 ................................................................... 72

S-63 (2531) CONCRETE CURB DESIGN V (ADA) ........................................................................................... 73

SP2018-191 ................................................................................................................................................................. 73

S-64 (2531) TRUNCATED DOMES .................................................................................................................... 73

SP2018-192 ................................................................................................................................................................. 73

S-65 (2563) ALTERNATE PEDESTRIAN ROUTE ............................................................................................ 74

SP2018-230 ................................................................................................................................................................. 74

S-66 (2563) DETOUR SIGNING .......................................................................................................................... 76

S-67 (2573) STORM WATER MANAGEMENT (ROLLED EROSION PREVENTION PRODUCTS) ............ 76

SP2018-242.1 .............................................................................................................................................................. 76

Page 54: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page iv SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-68 (2575) ESTABLISHING TURF AND CONTROLLING EROSION (ROLLED EROSION

PREVENTION PRODUCTS) ........................................................................................................... 78

SP2018-244.1 .............................................................................................................................................................. 78

S-69 (2582) PAVEMENT MARKINGS ............................................................................................................... 83

SP2018-250 ................................................................................................................................................................. 83

S-70 (2582) PAVEMENT MARKING SPECIAL - METHYL METHACRYLATE (MMA) .............................. 84

S-71 (3105) BAGGED PORTLAND CEMENT CONCRETE PATCHING MIX GRADE 3U18 AND 3U18M ............................................................................................................................................... 85

SP2018-251 ................................................................................................................................................................. 85

S-72 (3137) COARSE AGGREGATE FOR PORTLAND CEMENT CONCRETE ............................................ 87

SP2018-252.1 .............................................................................................................................................................. 87

S-73 (3138) AGGREGATE FOR SURFACE AND BASE COURSES ................................................................ 88

SP2018-252.2 .............................................................................................................................................................. 88

S-74 (3149) GRANULAR MATERIAL................................................................................................................ 91

SP2018-253.1 .............................................................................................................................................................. 91

S-75 (3151) BITUMINOUS MATERIAL (MSCR) .............................................................................................. 91

SP2018-254 ................................................................................................................................................................. 91

S-76 (3236) REINFORCED CONCRETE PIPE ................................................................................................... 92

SP2018-255 ................................................................................................................................................................. 92

S-77 (3301) REINFORCEMENT BARS .............................................................................................................. 92

SP2018-258 ................................................................................................................................................................. 92

S-78 (3752) MEMBRANE CURING/SEALING COMPOUND FOR COLORED CONCRETE ........................ 92

SP2018-260 ................................................................................................................................................................. 92

S-79 (3885) ROLLED EROSION PREVENTION PRODUCTS .......................................................................... 93

SP2018-261 ................................................................................................................................................................. 93

Page 55: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 5 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

DIVISION S

S-1 DESCRIPTION The Contract stipulations that follow are general in scope and may refer to conditions that will not

be encountered on the work covered by the Contract. Any provision of these general requirements that pertains to a nonexistent condition or is not applicable to the work to be performed here under, or that conflicts with any provision of the Special Provisions or with any special instructions to bidders, shall have no meaning in the Contract and shall be disregarded.

S-2 REFERENCE DOCUMENTATION Reference Documentation shall be the latest edition, including amendments and published

updates, issued prior to the date of advertisement for bids or the date of request for quotations, of the following: 1. 2018 Minnesota Department of Transportation (MnDOT) Standard Specifications for

Construction. 2. City of Rochester Ordinances. 3. City of Rochester Standard Detail Plates. 4. City of Rochester Standard Specifications for Street & Utility Construction. 5. Mn/DOT Minnesota Manual on Uniform Traffic Control Devices (MUTCD).

S-3 DESIGNATION OF PARTIES S-3.1 “City”

“City” shall mean the City of Rochester, 201 4th Street SE, Room 108, Rochester, MN 55904. S-3.2 “Owner”

“Owner” shall mean the City of Rochester, 201 4th Street SE, Room 108, Rochester, MN 55904 or as named in the contract documents.

S-3.3 “Department” “Department” shall mean the City of Rochester, 201 4th Street SE, Room 108, Rochester, MN 55904 or as named in the contract documents.

S-3.4 “Engineer” “Engineer” shall mean the City Engineer or other authorized representative of the Owner as named in the contract documents.

S-3.5 “Inspector” “Inspector” shall mean the Engineer's authorized representative assigned to make inspections of Contract performance.

S-3.6 “Bidder” “Bidder” shall mean any individual or entity submitting a Proposal for the advertised work.

S-3.7 “Contractor” “Contractor” shall mean the individual or entity designated in the Contract documents to construct the project pursuant to plans and specifications.

S-3.8 “Sub-Contractor” “Sub-Contractor” shall mean the individual or entity acting for or on behalf of the Contractor in performing any part of the Contract.

S-3.9 “MnDOT” “MnDOT” shall mean the Minnesota Department of Transportation.

Page 56: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 6 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-4 CONTACT INFORMATION SP2018-1

Questions regarding this Project shall be directed to: Dillon Dombrovski Brian Lintgen City Engineer Project Manager City of Rochester Stantec (507) 328-2421 (320) 529-4397 [email protected]

S-5 PRE-LETTING CONFERENCE SP2018-3

The Department will hold a Pre-Letting Conference to discuss any questions regarding this Contract. The Department encourages all interested parties to attend. The meeting will start at 11:00 am on Thursday, February 13, 2020. The meeting location is Rochester City Hall.

S-6 EQUAL PAY SP2018-5

The Department cannot execute a contract in excess of $500,000 with a business that has 40 or more employees on a single day during the prior 12 months in this state or a state where the business has its primary place of business, unless the business has an equal pay certificate or has certified in the Electronic Bid File that the business is exempt. Bidders may find more information on the Equal Pay Certificate Requirement at Minnesota Statutes Section 363A.44 or at this website:

http://mn.gov/mdhr/certificates/apply-renew/equal-pay-certificate

S-7 RESPONSIBLE CONTRACTOR SP2018-6

The Department cannot award a construction contract in excess of $50,000 unless the bidder is a “responsible contractor” as defined in Minnesota Statutes §16C.285, subdivision 3.

A bidder must verify it meets the minimum criteria detailed in the law. A bidder must submit its verification electronically by completing the “Responsible Contractor” section in the “Officers and Acknowledgements” Folder within the Electronic Bid File. A company officer must certify statements in that section. Bidders only need to complete the electronic verification; DO NOT email, fax, or send paper forms to the Department. The Department will not accept emailed, faxed or other paper submissions and will only accept electronic verifications.

A bidder must obtain a verification from each subcontractor it will have a direct contractual relationship with. At the Department’s request, a bidder must submit signed subcontractor verifications. A contractor or subcontractor must obtain an annual verification from each motor carrier it has a direct contractual relationship with. A motor carrier must give immediate written notice if it no longer meets the minimum responsible contractor criteria. The requirement for subcontractor verifications does not apply to:

• Design professionals licensed under Minnesota Statutes §326.06; and • A business or person that supplies materials, equipment, or supplies to a subcontractor on

the Project, including performing delivering and unloading services in connection with the supply of materials, equipment, and supplies. But, a business or person must submit a

Page 57: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 7 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

verification if it delivers mineral aggregate such as sand, gravel, or stone that will be incorporated into the Work by depositing the material substantially in place, directly or through spreaders, from the transporting vehicle.

A bidder or subcontractor who does not meet the minimum criteria specified in the statute, or who

fails to verify compliance with the criteria, is not a “responsible contractor” and is ineligible to be awarded the Contract for this Project or to work on this Project. Submitting a false verification makes the bidder or subcontractor ineligible to be awarded a construction contract for this Project. Additionally, submitting a false statement may lead to contract termination. If only one bidder submits a bid, the Department may, but is not required to, award a contract even if that bidder does not meet the minimum criteria.

S-8 COMPLIANCE WITH TAX LAW REQUIREMENTS REVISED 08/09/19 SP2018-7

The Department cannot make final payment to the Contractor until the Contractor demonstrates that it and all its subcontractors have complied with the Income Tax withholding requirements of Minnesota Statutes, section 290.92 for wages paid for work performed under the contract. To establish compliance, the Contractor must submit a “Contractor Affidavit” either online or in paper form (IC134) to the Minnesota Department of Revenue. The contractor will receive written certification of compliance when the Department of Revenue determines that all withholding tax returns have been filed and all withholding taxes attributable to the work performed on the contract have been paid. The Contractor must then provide this written certification to the Department to receive final payment.

Every subcontractor working on the Project must submit an approved “Contractor Affidavit” from the Minnesota Department of Revenue to the Contractor before the Contractor can file its own Contractor Affidavit. The Contractor is advised to obtain the certification from each subcontractor as soon as the subcontractor completes work on the Project. Experience has shown that waiting until the project is complete to obtain the forms from all subcontractors is likely to result in significant additional work for the Contractor as it will be difficult or impossible to collect all forms.

The Department of Revenue, in association with the Department of Employment and Economic Development, offers a free seminar to help contractors understand tax law requirements. The Department strongly urges the Contractor and all subcontractors to attend the “Employment Taxes & Employer Responsibilities Seminar” or similarly offered classes. You can find a schedule and more information on the Department’s website at: https://www.revenue.state.mn.us/sites/default/files/2019-05/Employment%20Taxes%20Seminar%20Flyer.pdf.

Complying with this requirement is considered part of the Work under this contract. The Department will enforce this requirement equally with all other Contract requirements. Contractor delay in complying with this requirement will cause the Department to delay final payment and Contract Acceptance. The Department may also report non-compliance to the Department of Revenue, which may result in enforcement action by the Department of Revenue.

Contractor Affidavit requirements and Form IC134 can be found here: https://www.revenue.state.mn.us/contractor-affidavit-requirements.

S-9 USE OF ADHESIVE ANCHORS SP2018-11

Do not use adhesive anchors in sustained tension. Contractor may use adhesive anchors, in a non-direct tensile application, such as metal rail attachment.

Page 58: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 8 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-10 (1103) DEFINITIONS SP2018-16

The provisions of MnDOT 1103 are supplemented as follows: S-10.1 The following definition is added to MnDOT 1103:

Unit Day. 12:00 AM to 11:59 PM (0000-2359) or any portion thereof.

S-11 (1203) ACCESS TO PROPOSAL PACKAGE MnDOT 1203 is hereby deleted from the MnDOT Standard Specifications. The Public Works Department will provide bidders with access to the Proposal package online

through the City of Rochester’s eGram site. The Public Works Department may require a fee for Bidders to purchase and download copies of the Proposal package.

S-12 (1206) PREPARATION OF PROPOSAL The provisions of MnDOT 1206 are supplemented and/or modified with the following:

S-12.1 MnDOT 1206.1 is hereby deleted from the MnDOT Standard Specifications. S-12.2 MnDOT 1206.2 is hereby deleted from the MnDOT Standard Specifications and replaced with the following: 1206.2 ALLOWABLE SUBSTITUTIONS For all Proposals the Bidder shall use the following method: (1) Submit a Proposal on the Bid Schedule forms provided by the Department. The Bidder shall: (1.1) Submit a Unit Price in numeric figures for each Pay Item for which a quantity is shown. Assume a numeric quantity of “1” for each “Lump Sum” Pay Item, except as not required in the case of alternate Pay Items, (1.2) Show the extensions resulting from Unit Prices multiplied by the shown quantities in the specified column, and (1.3) Add the extended Pay Item amounts to show the total amount of the Proposal. The Bidder shall write the figures in ink or provide typed or computer printed figures. In the case of a discrepancy between a Unit Price and extension in a Proposal, the Unit Price will govern. If a Bidder fails to provide a Unit Price for any Pay Item on the Bid Schedule, except for “Lump Sum” Pay Items, the Department will reject the Proposal. If a Pay Item in the Proposal requires the Bidder to choose an alternate Pay Item, the Bidder shall indicate its choice in accordance with the Specifications for that Pay Item. An authorized representative of the Bidder must sign the Proposal.

S-13 (1209) DELIVERY OF PROPOSALS

The provisions of MnDOT 1209 are modified with the following: S-13.1 The following item in MnDOT 1209:

(6) Form 21816, “Bid Bond Form,” cashier’s check, or certified check; is hereby deleted from the MnDOT Standard Specifications.

Page 59: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 9 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Bids shall be submitted electronically through BidVault https://bidvault.mn.uccs.com/

1) Bid Security (bid bond or certified check) is required. Here are your options for submitting the bid security: • Submit an electronic bid bond with your electronic bid for this project using Surety 2000 or InSure

Vision; or • Submit the original paper bid bond or certified check. It must be received in the City of

Rochester’s Public Works Department prior to the bid opening time and date; or Email a copy of your original paper bid bond or certified check prior to the bid opening time and date. The copy must be emailed to [email protected], (using the project number in the subject line of the email) and, your original signed bid security must be received in the City of Rochester’s Public Works Department within three (3) days after bid opening.

S-14 (1210) REVISION OF PROPOSAL PACKAGE OR WITHDRAWAL OF PROPOSALS

The provisions of MnDOT 1210 are deleted and replaced with the following: When submitting a Proposal in accordance with 1206.2, “Allowable Substitutions,” of these Special Provisions, the Bidder may revise or withdraw its Proposal after delivery to the Department if the Department receives the Bidder‘s written request for withdrawal or revision before the date and time for opening Proposals. The Department reserves the right to revise the Proposal Package at any time before the date and time for opening Proposals. The Department will issue a numbered and dated Addendum for any revision of the Proposal Package. The Department will post each Addendum as announced in an e-mail or other method of notification to each Bidder on the Department‘s list of Bidders. The Department will include each Addendum with all Proposal Forms issued to the Bidder after the date of the Addendum. If revisions made by an Addendum require change to Proposals or reconsideration by the Bidder, the Department may postpone opening Proposals. If the Department postpones opening Proposals, the Department will specify the new date and time for opening Proposals in the Addendum. The Bidder shall acknowledge receipt of each Addendum in the proposal

S-15 (1212) OPENING OF PROPOSALS The provisions of MnDOT 1212 are modified with the following: S-15.1 MnDOT 1212 is hereby deleted from the MnDOT Standard Specifications and replaced with the following: 1212 OPENING OF PROPOSALS The Department will open Proposals at the time, date, and place defined in the Proposal Package and the Advertisement for Bids.

Page 60: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 10 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-16 (1301) CONSIDERATION OF PROPOSALS

The provisions of MnDOT 1301 are modified with the following: Alternates have been provided for pavement marking materials. Alternates may be accepted by the Owner in any order and may be used to determine the award of Contract.

S-17 (1302) AWARD OF CONTRACT RESIDENT PREFERENCE IN PUBLIC CONTRACTS

The provisions of MnDOT 1302 are modified with the following: The City shall have up to 60 days from the bid opening to award the contract during which time the bid unit prices shall prevail. Acceptance of Bid The City reserves right to:

• Accept bidders Base Bid only,

• Accept or reject the Alternate Bid,

• Reject all Bids,

• Award contract based on the owner’s investigation of bidders of which Owner deems to be in the owner’s best interest,

• Waive informalities or minor irregularities in bids and waive minor irregularities or discrepancies in bidding procedure.

The City’s determination of the “best interest of the City” with respect to the selection of Alternates shall be final and the City will not be required to document or justify the selection to the Bidder. If the City determines that any Contract will be awarded for this project, the Contract will be awarded to the Bidder submitting the lowest responsible, responsive bid as determined above in the “best interest of the City. Contract Award must be in accordance with the provisions of MnDOT 1302 and the following: S-17.1 Bid Documents Submission (A) The Contractor must submit a legible copy of bid documentation used to prepare the bid for this Contract to the MnDOT Contract Administration Engineer or the Engineer’s authorized representative. MnDOT will review the documentation with the Contractor and place the bid documentation in a secure, locked place in the St. Paul Transportation Building as described in paragraph (C). Minnesota Statutes, section 13.72, subdivision 16 classifies the bid documentation as nonpublic or private data. "Bid documentation" means all writings, working papers, computer printout charts, and all other data calculations used by the Contractor to determine the bid in bidding for this Contract. The bid documentation includes, but is not limited to, Contractor equipment costs, Contractor’s overhead costs and its calculated overhead rate, payment rates for the Contractor’s employees, material sources, efficiency or productivity factors, arithmetic extensions, and the rates and quotations from subcontractors and material suppliers to the extent the Contractor used the rates and quotations in formulating and determining the amount of the bid. The bid documentation also includes any manuals that are standard to the industry used by the Contractor in determining the bid for this Project. The manuals may be included in the bid documentation by reference. The reference must include the name and date of the publication and the publisher. (The phrase "bid documentation" does not include documents provided by MnDOT for the Contractor’s use in bidding this Project.) The Contractor must submit the bid documentation to MnDOT in a container suitable for sealing no later than ten (10) Calendar Days after Contract Award.

Page 61: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 11 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

The Contractor must clearly mark the container "Bid Documentation" and write on the face of the container the Contractor's name, the date of submittal, and the State Project Number. Failure to submit the documentation may result in cancellation of the Award, in which case MnDOT will retain the bid bond. (B) In addition to the bid documentation, the Contractor must also place in the sealed container a notarized affidavit signed by an individual the Contractor has authorized to execute bidding Proposals. In the affidavit, the Contractor must list each bid document with sufficient specificity that the Department may compare the affidavit list and the bid documentation to ensure that all of the listed bid documentation is enclosed. The affidavit must attest that the affiant has personally examined the bid documentation, that the affidavit lists all of the documents the Contractor used to determine the bid for this Project, and that all such bid documentation has been included. (C) When the Department receives the bid documentation, the Contract Administration Engineer or the Engineer’s authorized representative and the Contractor will verify the accuracy and completeness of the bid documentation compared to the affidavit. If there is a discrepancy, the Contractor must immediately furnish to MnDOT any other needed bid documentation. MnDOT, upon determining that the bid documentation is complete, will immediately place the complete documentation and affidavit in the container in the presence of the Contractor's representative, and seal it. The Contract Administration Engineer or the Engineer’s authorized representative will establish an informal escrow arrangement by delivering the sealed container to the Contracts and Lettings Supervisor or the Supervisor’s authorized representative. The Contracts and Lettings Supervisor or representative must store the container in a secure, locked place in the St. Paul Transportation Building. (D) The bid documentation and affidavit must remain in secure storage during the life of the Contract or until the Contractor notifies MnDOT of its intention to submit a claim, or initiate litigation against MnDOT, related to the Contract. Notice of the Contractor's intent to submit a claim, or initiate litigation against MnDOT, is sufficient evidence for MnDOT to open and obtain custody of the bid documentation. If no notice is received, and the Contractor has signed the Certificate of Final Acceptance, or, at the discretion of the Department, upon Final Acceptance of Work, MnDOT will release the sealed container to the Contractor, and may dispose of the container and contents if not picked up by Contractor in a reasonable time. (E) By submitting the bid documentation, the Contractor affirms that the sealed container contains all of the bid documentation used to determine the bid and that the Contractor will use no other bid documentation in litigation over claims brought by the Contractor arising out of this Contract. Contractor’s refusal to provide adequate documentation after execution of the Contract will be considered material breach of the Contract, and the Contractor will be declared in default of the Contract. MnDOT will have the option to terminate the Contract for default. These remedies are not exclusive, and MnDOT may take other action as available under law. (F) Subcontractors bidding work equaling or exceeding $50,000.00 must submit bid documents as described in Paragraphs A and B above. The subcontractor must seal the subcontractor’s bid documents in a separate container and have its representative deliver them to the MnDOT Contract Administration Engineer or Engineer’s authorized representative. The subcontractor's bid documents must remain in secure storage during the life of the Contract or until the Contractor notifies MnDOT of its intention to submit a claim, or initiate litigation against MnDOT, related to the subcontractor's work. Notice of the Contractor’s intent to submit a claim, or initiate litigation against MnDOT, arising out of the subcontractor’s work, is sufficient evidence for MnDOT to open and obtain custody of the subcontractor’s bid documentation. If no notice is received and the Contractor has signed the Certificate of Final

Page 62: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 12 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Acceptance, or, at the discretion of the Department, upon Final Acceptance of Work, MnDOT will release the sealed container to the Contractor, and may dispose of the container and contents if not picked up within a reasonable time. By submitting the bid documentation, the subcontractor affirms that its sealed container delivered to MnDOT contains all of the information used to determine the bid, and that the subcontractor will use no other bid documentation in litigation over claims brought by the Contractor arising out of the subcontractor’s work. (G) The bid documentation and affidavit in escrow are, and will remain, the Contractor’s or subcontractor’s property. MnDOT has no interest in, or right to, the bid documentation and affidavit, other than to verify the contents and legibility of the bid documentation, unless MnDOT receives notice of the Contractor’s intention to file a claim or unless litigation ensues between MnDOT and the Contractor. If notice is received, or litigation is commenced, the bid documentation and affidavit become MnDOT’s property. (H) Compilation of the data, container, verification of the bid documentation, or any other work to fulfill these requirements is incidental.

S-18 (1306) EXECUTION AND APPROVAL OF CONTRACT SP2018-20

The provisions of MnDOT 1306 are modified by substituting the following paragraph for the first paragraph of 1306:

The lowest responsible Bidder shall sign and return the Contract with the required Payment and Performance Bonds no later than three business days after Award.

S-19 (1402) CONTRACT REVISIONS (CHANGES IN QUANTITIES OVERRUN/UNDERRUN)

The provisions of 1402.3 regarding allowances for increases or decreases in quantities of major contract items of work shall not apply to any project items.

S-20 (2563) TEMPORARY TRAFFIC MANAGEMENT REVISED 11/14/19 SP2018-20.1 S-20.1 DESCRIPTION

Furnish, install, maintain, and remove all traffic control devices required to provide safe movement of traffic and pedestrians through the Project at all times from commencement of the Work until Project Acceptance. Maintain roads and pedestrian facilities undergoing improvements in a condition that accommodates public traffic. Do not close roads or pedestrian facilities, except as authorized. The Engineer may modify the requirements for traffic control as deemed necessary.

The Department will maintain Detour Roads established by the Commissioner for through traffic diverted from the project unless otherwise indicated in the Plan.

The use of maintenance crossovers in or near the construction area is permitted if authorized by the Engineer.

The Contractor is not responsible for snow removal from roads or pedestrian facilities open to public traffic. Do not suspend operations for the winter until meeting the requirements of 1803.4, “Temporary

Page 63: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 13 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Suspensions”. During authorized winter suspension, the Department will maintain traffic control devices. If traffic control devices are damaged or destroyed, the Department will pay the contractor the value of the device as determined by the Engineer.

All temporary traffic management must conform to and be installed in accordance with:

• the "Minnesota Manual on Uniform Traffic Control Devices" (MN MUTCD); • the "Minnesota Temporary Traffic Control Field Manual" (Field Manual); • the "Speed Limits in Work Zones Guidelines"; • the "Minnesota Flagging Handbook"; • the "MnDOT Standard Signs and Markings Manual"; • the Plan; • all applicable standard specifications and special provisions. Manuals listed above may be found at: http://www.dot.state.mn.us/trafficeng/publ/index.html

S-20.2 MATERIALS

A Temporary Signs and Devices Reflectorize all signs, paddles, and other traffic control devices including those used for daytime

operations. Fabricate temporary rigid signs and devices with retroreflective sheeting material of the appropriate color listed on the Approved/Qualified Products List (APL/QPL) for either “Sheeting for Rigid Temporary Work Zone Signs, Delineators, and Markers (Type IX and XI)” or “Sheeting for Rigid Permanent Signs, Delineators, and Markers (Type IX and XI)”. The sheeting materials APL/QPL is located at the following link: http://www.dot.state.mn.us/products/signing/sheeting.html.

Inplace signs that still apply during temporary operations need no change in sign sheeting.

B Vehicle Conspicuity Tape The Approved Products List for “Conspicuity Vehicle Sheeting (Type VII)” is found at:

http://www.dot.state.mn.us/products/signing/sheeting.html

C Truck/Trailer Mounted Attenuators The Approved Products List for “Mobile Crash Attenuators” is found at:

http://www.dot.state.mn.us/products/temporarytrafficcontrol/mobilecrashattenuators.html

D Drum Sheeting On Projects requiring drums per MnDOT Standard Plate No. 8000J (Channelizers – Type B),

provide all drums with six inch fluorescent orange and white sheeting material with no gap between sheeting layers.

E Crashworthy Signs, Traffic Control Devices, and Ballast Signs and traffic control devices must be crashworthy and meet the crash testing requirements of

the AASHTO Manual for Assessing Safety Hardware 2016 (MASH-16). The Department may require a letter of compliance stating that all signs and traffic control devices comply with MASH-16 requirements. The Letter of Compliance must include drawings of the different signs and devices along with a copy of the FHWA issued Letter of Eligibility or MnDOT MASH Crashworthy Evaluation.

See MnDOT Technical Memorandum No. 19-03-T-01 for information and timelines on the allowable use of crashworthy devices tested under NCHRP-350. https://techmemos.dot.state.mn.us/techmemo.aspx

The approved ballast system for signs and devices mounted on temporary portable supports is sandbags, unless it is designed, crash tested, and approved for the specific device. Add a deicer during freezing

Page 64: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 14 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

conditions to prevent the sand from freezing. Place sandbags at the base of the sign or traffic control device. Do not use any ballast that causes a sign or traffic control device to become hazardous to motorists or workers. S-20.3 CONSTRUCTION REQUIREMENTS

A Traffic Control Plan, Maintenance, and Inspection

A.1 Submit a proposed traffic control plan to the Engineer for acceptance if traffic control is not present in the Plan, or if the Contractor modifies the traffic control plan. Submit the proposed traffic control plan at least seven days before implementation. If Field Manual layouts are used, specify layout number(s) but do not submit the layouts from the Field Manual. Do not implement the proposed traffic control modification until accepted by the Engineer.

A.2 Immediately repair or replace all traffic control devices that become damaged, moved or destroyed, and all ballasts that are damaged, destroyed, or otherwise fail to stabilize the device.

A.3 Meet the traffic control device quality standards as required in the Field Manual. Immediately replace unacceptable traffic control devices. Signs that are dirty and result in a noticeable loss of reflectivity at night are considered unacceptable and must be cleaned or replaced. Respond promptly to any call from the Engineer concerning the notification of unacceptable traffic control devices.

A.4 Provide the names, addresses, and phone numbers of at least three individuals responsible for placing and maintaining traffic control devices to the Engineer at the Pre-construction Conference. These individuals will be "on call" 24 hours per day, seven days per week during the times any temporary traffic control devices are in place.

A.5 Inspect all traffic control devices on a daily basis, including one nighttime inspection per week. Verify that the devices are placed in accordance with the Traffic Control Plan, these Special Provisions, and the MN MUTCD. Immediately correct discrepancies between the actual placement and the required placement. Respond immediately to any call from the Engineer concerning any request for improving or correcting traffic control devices.

A.6 Make a daily log of required inspections. This log must indicate the date and time any changes in the stages, phases, or portions go into effect. The log must identify the location and verify that the devices are placed as directed or corrected in accordance with the Plan. The person making the inspection must sign the log and include the date and time of the entry. Provide copies of the inspection logs on a weekly basis and at the request of the Engineer.

B Traffic Control Signs and Devices

B.1 Roll-up signs are not allowed unless authorized by the Engineer.

B.2 Cover, modify, or remove all signs that are not consistent with traffic operations. Cover the entire sign or that part of the legend that is inappropriate. Sign covers must conform to the Typical Temporary Sign Covering Details Sheet found in the Plan or at the following link: http://www.dot.state.mn.us/trafficeng/workzone/wz-templets/pdf/layout%2020A.pdf

B.3 Maintain street identification signage at all times. Signs may be installed on temporary supports if the permanent sign structures are affected by operations. This is necessary to maintain the 911 emergency system.

B.4 Post mount all signs that will remain in the same location for more than 30 consecutive days. This does not include portable signs which are set up and taken down at the beginning and end of each work shift.

Page 65: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 15 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

When the proper location of a sign is on pavement, do not core through the surface. If there is a conflict with underground utilities, attempt to move the sign while maintaining its visibility to traffic. If it is not possible to drive posts into the ground, mount signs on portable supports as approved by the Engineer.

When signs are removed, the sign posts and stub posts must also be removed from the right of way. Posts left in place for future use or removal at a later date must be properly delineated with tubular markers, flags, or other delineation as approved by the Engineer at no additional cost.

If the Engineer orders additional devices, beyond the quantity specified above, the Department will compensate the Contractor according to S-2562 (ADDITIONAL TRAFFIC CONTROL DEVICES AND EXTENDED USE OF TRAFFIC CONTROL DEVICES) of these Special Provisions.

B.7 All in place signs and delineators that interfere with the Contractor's normal operation may be temporarily relocated by the Contractor at the direction of the Engineer. Store salvaged signs in such a manner as to protect the sign from scratching, fading, or other harmful effects until the signs are reinstalled. After completing work at each sign location, or at the direction of the Engineer, replace the signs as near to their original locations as possible or to a location designated by the Engineer. Reinstall sign structures according to the Type C & D Sign Structural Details Sheet located at the following link: http://www.dot.state.mn.us/trafficeng/signing/plansheets/groundmounted.pdf

Signs and structures damaged by the Contractor shall be replaced at the Contractor’s expense.

C Traffic Safety

C.1 Do not suspend material, equipment, tools or personnel over lanes or pedestrian facilities open to traffic.

C.2 Protect traffic and pedestrians from excavations, drop-offs, falling objects, splatter or other potential construction hazards.

C.3 Do not store materials or equipment in the work zone clear zone unless approved by the Engineer. If materials or equipment must be stored within the work zone clear zone, protect with temporary barrier. If the Engineer agrees that temporary barrier is not practical, delineate with Type B channelizers.

C.4 Do not park vehicles or construction equipment in the clear zone or any location that obstructs traffic control devices. Workers are not allowed to park their private vehicles within the Project limits unless approved by the Engineer.

C.5 Do not load or unload material or equipment on the shoulders of any roadway without a full shoulder closure using signs and channelizing devices shown on Layout 8 in the Field Manual.

D High Visibility Apparel During night work or low light conditions, all workers must wear high visibility Class E long

pants and retro-reflective headgear in addition to the ANSI Class 2 or 3 vest, shirt, or jacket.

All high visibility apparel must be worn in the manner for which it was designed. All apparel worn on the torso must be closed in the front to provide 360 degree visibility. A worker’s high-visibility apparel must be removed from service and replaced if it becomes faded, worn, torn, dirty, or defaced, reducing the conspicuity of the apparel.

Page 66: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 16 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

E Night Work

Night work is not permitted on this project without prior approval of the Engineer.

F Vehicle Warning Light Specification All vehicles and equipment operating in the trunk highway right of way, must have operable

warning lights that are amber in color and meet the appropriate SAE specification. The SAE specification requirements are as follows:

• Optical Warning Devices for Authorized Emergency, Maintenance, and Service Vehicles- SAE Specification J845.

• Directional Flashing Optical Warning Devices for Authorized Emergency, Maintenance, and Service Vehicles - SAE Specification J595.

Details on SAE Specification can be found at: http://www.dot.state.mn.us/const/wzs/lighting.html

G Lane Closure Requirements

G.1 Temporary lane closures or other traffic restrictions by the Contractor, during work hours and

consistent with the time restrictions, will be permitted only during those hours and at those locations approved by the Engineer. Request temporary lane closures at least two business days prior to the closure.

G.2 The Engineer may lengthen, shorten, or otherwise modify the following periods of restrictions as warranted by actual traffic conditions.

G.3 Work that 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.

G.4 If the Contractor fails to adhere to the established time schedules, the Department may assess a monetary adjustment of $1,500.00 per hour for each hour or portion of an hour that the Engineer determines that the Contractor has not complied.

G.5 Place traffic control devices in any temporary lane closure that is adjacent to traffic and extends beyond 1000 feet as shown on Layout 61 of the Field Manual. When the lane closure is in place three days or longer, use only Type III barricades.

G.6 Use Drum Channelizers in all lane closure tapers and in any shifts in traffic alignment.

G.7 No center lane closures will be permitted.

G.8 Maintain a minimum of two miles between temporary lane closures.

G.9 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.

G.10 When working on the shoulder or median, provide traffic control according to Layout 8 (Work on Shoulder) of the Field Manual.

H Truck/Trailer Mounted Attenuators (TMAs) For Mobile/Short Duration Operations Truck/Trailer Mounted Attenuators (TMA) must be used on all shadow and protection vehicles

operating totally or partially in a traffic lane if any temporary traffic control zone is defined as “Mobile/Short

Page 67: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 17 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Duration” by the Field Manual. All references to “should” in the Field Manual in regards to TMA use for Mobile/Short Duration layouts are hereby changed to “shall”. This requirement applies to all operations utilizing Field Manual layouts 9, 10, 12, 13, 36, 41, 49, 50, 51, 54, 55, 63, 76, 77, 78, and 79. Providing TMAs for “Mobile/Short Duration” work zones is incidental.

I Flagging Operations

I.1 Flaggers must attend a training session taught by a MnDOT-Qualified Flagger Trainer. The trainer must have completed a “MnDOT Flagger Train the Trainer Session” within the last five years and be on file as a qualified Trainer with MnDOT. Provide the Flagger Trainer’s name and qualification number at the pre-construction meeting. Provide all flaggers with the MnDOT Flagging Handbook. Flaggers must be in possession of the handbook while flagging on the Project. Furnish the signed “Checklist for Flagger Training” or “Flagger Qualification Card” to the Engineer any time a new flagger reports to work on the Project. The “Checklist for Flagger Training” and other forms and information is found at: http://www.dot.state.mn.us/const/wzs/flagger.html

I.2 All signs associated with the flagging operation must be removed or covered when flagging operations are not present.

I.3 Coordinate the flagging operations in a manner that causes minimum delay to the traveling public. The maximum delay time is 10 minutes. If the operation exceeds the maximum delay time, the operation must be discontinued until a new traffic control plan is developed which meets the maximum delay requirement.

I.5 Furnish Flaggers in sufficient quantity to control each approach to the work area including intersecting crossroads that are open to traffic.

J Milling, Sealcoating, and Paving Operations

J.1 Traffic will be allowed on the milled surface.

J.2 When traffic is allowed to drive on the milled and newly paved surfaces, install interim striping and provide appropriate warning signs such as "GROOVED PAVEMENT" and "BUMP" with "Advisory Speed" plaques as shown on Layouts 35 and 66 of the Field Manual.

J.3 Taper and/or chamfer any drop-off where traffic will cross from or to the inplace surface, or from or to the milled surface, so as to provide for the safe passage of traffic.

J.4 Schedule construction operations to minimize traffic exposure to uneven lanes, milled edges, and edge drop-offs. If these conditions cannot be avoided, provide and maintain the appropriate traffic control in accordance with the "LONGITUDINAL DROP OFF GUIDELINES" in the Field Manual.

J.5 Do not mill any notches for surfacing tapers until immediately prior to paving. The Engineer may allow notches if temporary bituminous is installed and maintained to provide for the safe passage of traffic until the surfacing is completed. Constructing and milling tapers and/or chamfers is incidental.

J.6 Maintain traffic with a minimum of delay during milling and paving operations at intersections controlled by signals or by all-way stop signs. Provide off-duty police officers to direct and control traffic at intersections with fully operating traffic control signal systems. See Section S-2563 (POLICE OFFICER) of these Special Provisions for specific requirements, measurement, and payment information.

J.7 Intersecting streets, other than intersections controlled by signals or all-way stop signs, may be closed during milling and paving operations in the intersection if there are adequate alternate routes for the

Page 68: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 18 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

intersecting street traffic. Do not close adjacent intersecting streets to traffic concurrently. Notify the local road authorities of its schedule to close intersecting streets 48 hours in advance of the closure.

J.8 When traffic is allowed to drive on the sealed surface, provide and install "LOOSE GRAVEL" and "FRESH OIL" signs with "Advisory Speed" plaques as shown on Layouts 35 and 66 of the Field Manual.

K Signal Systems

K.1 Do not interfere with the operation of any traffic signal system, except as required by the Contract. Notify the Engineer at least 24 hours prior to beginning any work that will interfere with any traffic signal system or its detection system.

K.2 The in place signal system(s) must remain in operation until the new signal system(s) become operational.

K.3 Provide off-duty police officers to direct and control traffic during such times as the existing or temporary signal system at each location is out of operation. Off-duty police officers must be furnished in such numbers as deemed necessary by the Engineer to direct traffic. See Section S-2563 (POLICE OFFICER) of these Special Provisions for specific requirements, measurement, and payment information.

L Maintenance and Staging of Traffic Control

L.1 Pedestrian traffic must be maintained and guided through the Project at all times.

L.2 Provide, install, and maintain G20-1 "ROAD WORK AHEAD" signs and G20-2A "END ROAD WORK" signs in advance of and beyond each end of the construction limits.

L.3 Maintain a minimum lane width of 11 feet on all roadways. Traffic must not be allowed or forced onto the shoulders without prior approval of the Engineer.

L.4 Parking may be banned within the construction limits. Notify the City of Rochester Public Works at least 24 hours prior to posting any parking ban within the City. Provide and install the necessary signing 24 hours prior to the parking ban. Remove signs as soon as the work in the area has been completed.

L.5 Submit plans for access to and from the project site for approval by the Engineer at least one week before implementation. S-20.4 METHOD OF MEASUREMENT

All traffic control required to complete the Project as shown in the Plans and specified in these Special Provisions will be made as a lump sum payment under Item 2563.601 (Traffic Control). Payment includes all costs associated with furnishing, installing, maintaining, relocating and subsequently removing traffic control devices (including flaggers) as required. No additional measurement for payment will be made for individual activities and devices that constitute Traffic Control, except for other traffic control Bid items specifically listed in the Statement of Estimated Quantities.

Traffic Control layouts and devices not shown in the plan or stated in these Special Provisions, that are necessary to facilitate traffic switches or for transitioning traffic from one stage to another, are included in the lump sum traffic control item. If the Contractor requests a change in traffic control and these changes are implemented, there will be no increase or decrease in the lump sum payment for traffic control. If the Engineer orders a change in traffic control because of a Plan error, omission, changed condition or change of project scope, payment for such changes will be made as Extra Work.

Page 69: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 19 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

If the Contractor fails to properly provide, install, maintain, or remove any of the required traffic

control devices, the Department may correct the deficiency and to deduct the costs from any moneys due or becoming due to the Contractor in accordance with MnDOT 1512, “Unacceptable and Unauthorized Work”. S-20.5 BASIS OF PAYMENT

Partial payments for lump sum Item 2563.601 (Traffic Control) will be made as follows:

Table 2563-1 Traffic Control Partial Payments

Percent of Original Contract Completed

Pay this Percentage of Traffic Control

5 50

10 75

50 95

All Work Completed And All Traffic Control Removed

100

S-21 (2562) ADDITIONAL TRAFFIC CONTROL DEVICES AND EXTENDED USE OF TRAFFIC CONTROL DEVICES

REVISED 11/14/19 SP2018-20.2 S-21.1 DESCRIPTION

The Engineer is authorized to:

• Require extra traffic control devices in addition to the traffic control devices shown in the Traffic Control plan or in the Field Manual.

• Require additional traffic control devices for EXTRA WORK. • Require extended use for all traffic control devices which are impacted by excusable and

compensable delays, as defined in MnDOT 1806.2B. S-21.2 MATERIALS

Devices must meet contract requirements, quality standards detailed in the Field Manual, and be in functional and legible condition. Devices not meeting these requirements must be immediately replaced or repaired. S-21.3 CONSTRUCTION REQUIREMENTS

The Contractor must furnish the additional traffic control devices as ordered by the Engineer. S-21.4 METHOD OF MEASUREMENT

Total compensation for Additional Traffic Control Devices and the Extended Use of Traffic Control Devices will have a maximum payout allowance based on average lifespan as determined by the department.

The following devices will be paid by the UNIT DAY and have a 180 Day maximum pay out allowance:

Page 70: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 20 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

• Type A Channelizer; • Surface Mounted Delineator; • Opposing Traffic Lane Divider; • Reflectorized Drum; • Flasher Type A (Low Intensity); • Flasher Type B (High Intensity); • Flasher Type C (Steady Burn).

The following devices will be paid by the UNIT DAY, SQUARE FOOT per day, LINEAR FOOT

per day, or EACH per day, and have a 365 Day maximum pay out allowance:

• Type I Barricade; • Type II Barricade; • Type III Barricade; • Direction Indicator Barricade; • 48”X48” Sign; • 48”X48” Sign with Supports; • Standard Sign; • Portable Sign Support; • Temporary Plastic Barrier; • Impact Attenuator.

Driven post supports and all mounting hardware for 48”X48” signs and Standard Signs are

incidental.

Standard Signs with Portable Supports will be calculated and paid for as follows: Total Standard Sign Sq. Ft. + Portable Support Cost (listed in Table 2562-1) = Standard Signs with Portable Supports Cost per day.

Construction Sign-Special will be measured by the sign face area furnished, installed including supports, and removed.

Flaggers and Police Officers will be measured by the number of hours each is in service on the job. The Police Officer must be properly uniformed including a reflectorized high-visibility safety vest and fully equipped including police car. S-21.5 BASIS OF PAYMENT

The Department will not use the predetermined unit prices listed in Table 2562-1 if payment for a device is specifically provided for elsewhere in the Contract.

Devices, Flaggers and Police Officers: The Engineer and Contractor are authorized to negotiate the terms of compensation for additional

traffic control devices and extended use of traffic control devices. If the Engineer and Contractor are unable to agree on compensation using contract unit prices or by negotiation, the Department will pay for traffic control devices according to the schedule of pre-determined prices in the following schedule:

Page 71: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 21 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Table 2562-1

ADDITIONAL TRAFFIC CONTROL DEVICES, FLAGGERS AND POLICE OFFICERS

Item Number Item Unit Pre-determined

Price

2562.602 Impact Attenuator1 Each $47.21

2562.603 Temporary Plastic Barrier1 Linear Foot $0.32 2562.603 Portable Precast Concrete Barrier Design 83371 Linear Foot $0.06

2562.610 Flagger2 Hour

2562.610 Police Officer3 Hour 2562.613 Type I Barricade Unit Day $0.37

2562.613 Type II Barricade Unit Day $0.34

2562.613 Type III Barricade Unit Day $1.89

2562.613 Direction Indicator Barricade Unit Day $0.49

2562.613 Flasher Type A (Low Intensity) Unit Day $0.32

2562.613 Flasher Type B (High Intensity) Unit Day $0.65

2562.613 Flasher Type C (Steady Burn) Unit Day $0.29

2562.613 Surface Mounted Delineator Unit Day $0.28

2562.613 Type A Channelizer Unit Day $0.17

2562.613 Opposing Traffic Lane Divider Unit Day $1.54

2562.613 Reflectorized Drum Unit Day $0.65

2562.613 Flashing Arrow Board Unit Day $8.43

2562.613 Portable Changeable Message Sign4 Unit Day $27.46

2562.613 Portable Radar Trailer Unit Day $26.13

2562.613 48”X48” Sign Unit Day $.92

2562.613 48”X48” Sign with Supports Unit Day $1.49

2562.613 Roll up Sign with Support Unit Day $1.53

2562.613 Portable Sign Support Unit Day $.56

2562.618 Standard Sign1 Square Foot $0.18

2562.618 Construction Sign-Special5 Square Foot $47.21 1. Item will be paid by the item unit per each day in use. 2. Will be paid in accordance with MnDOT 1904.4A. 3. Will be paid at the invoice price plus 10%. 4. Type C Trailer Mounted Message Sign. 5. Construction Sign-Special includes fabrication, installation, supports and removal as

specified. Construction Sign-Special is not eligible for additional compensation due to extended use.

Labor and Equipment: The Engineer and Contractor are authorized to negotiate the terms of compensation for labor and

equipment to furnish, install and remove additional traffic control devices listed in Table 2562-1. If the Engineer and Contractor are unable to agree on compensation by negotiation, the Department will pay for labor and equipment according to the following mileage-based method:

Page 72: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 22 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

The Department will pay $500.00 for the first 30 miles for mobilization and installation of additional traffic control devices. The Engineer will determine mileage based on the distance from the Traffic Control Contractor’s closest office location to the project limits (most direct route) plus mileage from the project limits to the furthest location of the additional placement(s), round trip. The Department will pay a minimum of $500.00.

The Department will pay $2.40 per mile traveled over 30 miles. The Engineer will determine mileage based on the distance from the Traffic Control Contractor’s closest office location to the project limits (most direct route) plus mileage from the project limits to the furthest location of the additional placement(s), round trip.

The Department will pay $500.00 for the first 30 miles for de-mobilization and removal of additional traffic control devices. The Engineer will determine mileage based on the distance from the Traffic Control Contractor’s closest office location to the project limits (most direct route) plus mileage from the project limits to the furthest location of the additional removal(s), round trip. The Department will pay a minimum of $500.00.

The Department will pay $2.40 per mile traveled over 30 miles. The Engineer will determine mileage based on the distance from the Traffic Control Contractor’s closest office location to the project limits (most direct route) plus mileage from the project limits to the furthest location of the additional removal(s), round trip.

The Department will not pay for labor and equipment for the installation/removal of additional traffic control devices when additional traffic control work is combined with plan-provided traffic control devices installation/removal during the original contract period, unless a contract revision meets the requirements listed in MnDOT 1402.3 and the Plan does not contain Item 2563.601 (Traffic Control).

The Department will not pay for labor and equipment to inspect and maintain additional traffic control devices during the original contract period, unless a contract revision meets the requirements listed in MnDOT 1402.3 and the Plan does not contain Item 2563.601 (Traffic Control).

The Department will pay for labor and equipment to inspect and maintain all traffic control devices when an extension of contract time is due to an excusable and compensable delay in accordance with MnDOT 1806.2B.

The Department will not pay for labor and equipment to remove existing traffic control devices, provided under Section S-2563 (TEMPORARY TRAFFIC MANAGEMENT) of these Special Provisions, when contract time is extended.

S-22 (1505) COOPERATION BY CONTRACTORS SP2018-22

The provisions of MnDOT 1505 are supplemented as follows: S-22.1 A separate contract for HEART OF THE CITY is currently in progress near this Project. Contact the City for additional information. S-22.2 The Rochester Public Utilities (RPU) will be repairing buried electric lines near this Project. Contact RPU for additional information. S-22.3 The Contractor shall coordinate work and cooperate with the holders of those current and future separate contracts, as required by MnDOT 1505.

Page 73: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 23 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-23 (1507) UTILITY PROPERTY AND SERVICE

Construction operations in the proximity of utility properties shall be performed in accordance with the provisions of MnDOT 1507, except as modified below: S-23.1 Add the following to MnDOT 1507.2: (3) The Contractor shall acquire a Positive Response confirmation from MnDOT for all proposed excavations when the Gopher State One Call has indicated MnDOT utilities may be affected. The Contractor may call MnDOT Electrical Services Section (ESS) Dispatch Locating to confirm the status of Utility infrastructure owned by MnDOT. MnDOT Electrical Services Section (ESS) Dispatch Locating can be contacted at the following phone numbers (651) 366 -5750 or (651) 366-5751. The Contractor shall be responsible for all damage to MnDOT owned Utility infrastructure if a Positive Response confirmation was not acquired from MnDOT. S-23.2 Any work performed by the Contractor that does not comply with MnDOT 1507.2 may be considered Unauthorized Work in accordance with MnDOT 1512.2. S-23.3 All utilities related 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." S-23.4 By bidding on this Contract, the bidder agrees that it shall use the Plan to identify the location of MnDOT drainage facilities as satisfying the requirements of Minnesota Statutes Ch. 216D and Minnesota Rules 7560.0250 with respect to MnDOT's storm water drainage facilities. S-23.5 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.

Full Name Company Categories Business Phone

Gopher One Call Other (800) 252-1166

Pat Lynch Arvig Communications Systems Fiber Optics - Orange (320) 256-0271

Steve Hauge Centurylink North Telephone - Orange (507) 285-3629

Ron Muller Charter Communications Cable-Orange (507) 258-5908

Justin Grev Consolidated Communications Fiber Optics - Orange (507) 386-3606

Ken Korte Extenet Systems Inc Fiber Optics - Orange (630) 808-7081

Steve Karsell Franklin Heating Station Steam - Yellow (507) 289-0203 Michael Broadwater Jaguar Communications Fiber Optics -

Orange (507) 214-0236

Brad Johnson Mayo Clinic Facilities Other (507) 219-8081

Tom Livingston MN Energy Resources Corp. (Gas-yellow) Gas - Yellow (507) 529-5129

Matt Anderson Olmsted Waste to Energy Electric - Red (507) 328-7031

Donn Richardson Rochester Public Utilities Water Dept - Blue (507) 280-1509

Page 74: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 24 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Matt Mueller RPU Elect Electric - Red (507) 292-1204 Dustin Wittington Rochester Public Works Signals - Red (507) 328-2473

David Kemper Rochester Public Works Sewer - Green (507) 328-2483

Steve Senger Zayo Bandwidth Fiber Optics - Orange (952) 230-9660

S-23.6 The Contractor shall coordinate his/her work and cooperate with the foregoing utility owners and their forces in a manner consistent with the provisions of MnDOT 1507 and the applicable provisions of MnDOT 1505. S-23.7 The City of Rochester 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 Dillion Dombrovski, City Engineer at telephone (507) 328-2400, 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. S-23.8 The Contractor shall verify all underground utility locations and elevations prior to construction. (Gopher State One Call 1-800-252-1166)

S-24 (1508) CONSTRUCTION STAKES, LINES, AND GRADES SP2018-28

The following is added to the first paragraph of MnDOT 1508:

The Engineer will set no stakes for construction in areas where shoulder grading and base construction may be referenced to the in place surfacing. In locations where the entire roadbed will be reconstructed for a distance of 200 feet or more, the Engineer will set stakes as the Engineer deems necessary and will also set bluetops at either the grading shoulders or centerline (Contractor's option). The Engineer will provide construction staking for all culvert extensions and changed ditch grades on the Project in accordance with paragraph 3.

S-25 (1514) MAINTENANCE DURING CONSTRUCTION SP2018-30

The provisions of MnDOT 1514 are supplemented with the following:

In addition to the requirements under MnDOT 2051 (Maintenance and Restoration of Haul Roads), the Engineer may require additional sweeping of roads adjacent to the construction site to ensure safety for the traveling public, protect the environment, uphold local requirements, or as otherwise directed by the Engineer.

S-26 (1602) NATURAL MATERIAL SOURCES SP2018-32

The provisions of MnDOT 1602 are supplemented with the following: S-26.1 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.

Page 75: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 25 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-27 (1606) STORAGE AND STAGING OF MATERIALS

The Contractor shall fence off all construction storage and staging areas and as necessary to protect the public, prevent the public from accessing these areas, and protect equipment and materials. This shall be considered an incidental expense to the project.

S-28 (1701) LAWS TO BE OBSERVED (PROMPT PAYMENT AND RETAINAGE) REVISED 10/09/19 SP2018-33.1

The provisions of MnDOT 1701 are supplemented with the following: S-28.1 Prompt payment of subcontractors is required by Minnesota Statutes §16A.1245.

The Contractor must pay a subcontractor no later than ten days after receiving payment from the Department for undisputed work provided by that subcontractor. If the Contractor fails to pay a subcontractor on time, then the Contractor must pay interest, at the rate of 1.5% per month, to the subcontractor on the undisputed amount not paid on time. For an unpaid amount under $100, the Contractor must pay the actual interest penalty (calculated at 1.5% per month). For an unpaid amount over $100, the Contractor must pay the actual interest penalty (calculated at 1.5% per month) or $10, whichever is greater.

Minnesota Statutes §16A.1245 also provides that 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. S-28.2 Payment of retainage for federal-aid projects is governed by Minnesota Statutes §§337.10, 15.72,

and 49 C.F.R. 49 §26.29. State law does not require retainage to be withheld. The contractor may not withhold more than

5% in retainage from a subcontractor, as provided by Minnesota Statutes §337.10 subd. 4 (b). If the Contractor holds retainage from a subcontractor, the Contractor must fully pay out that retainage no later than 30 days after the subcontractor’s work is satisfactorily completed, or 10 days after the Contractor receives payment of retainage from the Department, whichever is earlier, unless there is a dispute about the work under a subcontract. If there is a dispute about the work under a subcontract, the contractor must pay out retainage to any subcontractor whose work is not involved in the dispute, and must provide a written statement detailing the amount and reason for the withholding to the affected subcontractor.

For purposes of paying out retainage, a subcontractor’s work is satisfactorily completed when all of the tasks called for in the subcontract have been accomplished and documented as required by the Contract. When the Department has made an incremental acceptance of a portion of the prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed. S-28.3 Payment of retainage for state projects is governed by Minnesota Statutes §337.10 and Minnesota

Statutes §15.72. State law does not require retainage to be withheld. The contractor may not withhold more than

5% in retainage from a subcontractor, as provided by Minnesota Statutes §337.10 subd. 4 (b). The contractor must pay any retainage no later than 10 days after the Contractor receives payment of retainage from the Department, unless there is a dispute about the work under a subcontract. If there is a dispute about the work under a subcontract, the contractor must pay out retainage to any subcontractor whose work is not involved in the dispute, and must provide a written statement detailing the amount and reason for the withholding to the affected subcontractor.

Page 76: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 26 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-29 (1701) LAWS TO BE OBSERVED (WET LANDS)

REVISED 05/17/19 SP2018-34

The provisions of MnDOT 1701 are modified and/or supplemented with the following:

S-1.1 If the Contractor operations involve the excavation and/or disposal of material off MnDOT Right of Way, the Contractor is advised of the following:

MN Statutes Sections 103G.2212 and 103G.241 stipulate that an agent or employee of another

may not: 1) drain, excavate, or fill a wetland, wholly or partially; or 2) construct, reconstruct, remove, or make any change in any reservoir, dam, or the course,

current, or cross-section of any public water. unless a signed statement from the property owner is obtained stating that any permit or wetland

replacement plan required for the work is in place, or that a permit or replacement plan is not required; AND this statement is mailed to the appropriate office with jurisdiction over the wetland or public water prior to initiating the work.

The "Landowner Statement and Contractor Responsibility For Work in Wetlands or Public Waters" can be found at http://www.bwsr.state.mn.us/wca-forms-and-templates. The Contractor shall provide the Engineer with a copy of the completed "Landowner Statement and Contractor Responsibility for Work in Wetlands or Public Waters" for the excavation and/or disposal site prior to initiating the work.

S-30 (1701) LAWS TO BE OBSERVED (CULTURAL RESOURCES – STATE FUNDED)

REVISED 08/17/18 SP2018-38

The provisions of MnDOT 1701 are modified and supplemented with the following: S-30.1 For any project that MnDOT funds or conducts, or that is located in MnDOT Right of Way, including owned or leased Natural Materials Resources, the following terms will apply:

(A) MnDOT is responsible for obtaining a Cultural Resources Unit (CRU) findings letter.

(B) Contractor will notify MnDOT if contractor intends to use any material from a proposed excavation area on any land controlled by MnDOT. MnDOT must request a review from the MnDOT CRU before allowing any contractor to use any material from a proposed excavation area on any land controlled by MnDOT. The review may take 15 calendar days or longer after receipt of the request. If MnDOT CRU determines that a survey is needed, the review period may be even longer. Contractor is responsible for any delays due to the length of the review and may not base a claim for damages due to delay of Contract on the length of the review. S-30.2 If the Contractor operations require the excavation and disposal of material from locations other than MnDOT Right of Way, the following term will apply:

(A) A CRU findings letter is not necessary.

(B) Contractor must comply with Minnesota Statutes § 307.08, Minnesota Private Cemeteries Act, if applicable.

Page 77: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 27 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-30.3 If any human remains are encountered within the Project limits, 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 MnDOT 1803.4.

S-31 (1701) LAWS TO BE OBSERVED – CERTIFICATION OF NONDISCRIMINATION AGAINST ISRAEL

SP2018-40 By signing this Contract, Contractor certifies it does not engage in and has no present plans to

engage in discrimination against Israel, or against persons or entities doing business in Israel, when making decisions related to operating the Contractor’s business. For purposes of this section, “discrimination” includes, but is not limited to, engaging in refusals to deal, terminating business activities, or taking other actions that are intended to limit commercial relations with Israel, or persons or entities doing business in Israel, when such actions are taken in a manner that in any way discriminates on the basis of nationality or national origin and is not based on a valid business reason.

S-32 (1706) EMPLOYEE HEALTH AND WELFARE SP2018-41

The provisions of MnDOT 1706 are supplemented with the following: S-32.1 The Contractor must not use motor vehicle equipment that has an obstructed rear view unless:

(A) The vehicle has a reverse alarm that is audible above the surrounding noise level; or

(B) An observer signals to the operator that it is safe to reverse. S-32.2 The Department may assess a monetary deduction $500 per incident for a violation of safety standards that could result in death or serious injury. S-32.3 The areas of special concern include, but are not limited to, excavation stability protection, fall protection, protection from overhead hazards, vehicle backup protection (see S-32.1 above), confined space safety, blasting operations, and personal safety devices. S-32.4 The Contractor cannot avoid complying with safety standards by paying the deduction.

S-33 (1707) PUBLIC CONVENIENCE AND SAFETY SP2018-42

Rochester Public Transit has bus service in the Project area which will be affected by this construction. The Contractor shall notify a Transit representative prior to the start of the Project: Rochester Public Transit 4300 East River Road NE Rochester, MN 55906 Phone: 507-328-RIDE

Page 78: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 28 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-34 (1801) SUBLETTING OF CONTRACT

SP2018-49 The provisions of MnDOT 1801 are modified as follows:

S-34.1 For Projects in excess of $50,000, the Contractor may sublet work only to subcontractors that meet the definition of “responsible contractor” in Minnesota Statutes §16C.285, subdivision 3. The Contractor shall obtain verifications of compliance with §16C.285 from subcontractors using a form provided by the Department. The Contractor must provide such verifications to the Department upon the Department’s request. S-34.2 The third paragraph of MnDOT 1801 is modified to read:

On Contracts with Disadvantaged Business Enterprise (DBE), Targeted Group Business (TGB) or Veteran-Owned Small Business (VET) established goals, or any combination thereof, the Contractor's organization shall perform Work amounting to not less than 30 percent of the total original Contract Amount. The Department will deduct specialty items from the total original Contract Amount before calculating the amount of Work that the Contractor shall perform.

S-35 (1802) TRAINING FOR CONSTRUCTION TRUCK OPERATORS SP2018-50

Construction truck operators that haul construction materials such as borrow, aggregate base, asphalt mixtures and concrete paving mixtures are encouraged to become trained in Construction Truck Operator Training (CTOT).

The CTOT course covers the Federal and State construction truck and driver requirements and regulations. The course also covers safe driving techniques. The course includes presenters from the Minnesota State Patrol, Minnesota Department of Transportation, and Hennepin Technical College.

For additional information, contact:

Hennepin Technical College Email: [email protected] Phone: 763-488-2721 Website: HennepinTech.edu/CTOT

Call 952-995-1330 to register and/or get location information for upcoming CTOT Classes.

S-36 (1803) PROGRESS SCHEDULES REVISED 10/15/19 SP2018-51

The provisions of MnDOT 1803 are modified as follows: S-36.1 This Contract allows for the use of a “Bar Chart Schedule” as the Progress Schedule for the Project.

Page 79: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 29 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-37 (1804) PROSECUTION OF WORK (ADA)

REVISED 10/25/18 SP2018-52

The provisions of MnDOT 1804 are supplemented and/or modified with the following: S-37.1 SPECIAL PROJECT ADA REQUIREMENTS

All pedestrian facilities on this Project must be constructed according to Public Rights-of-Way Accessibility Guidelines (PROWAG) which can be found at: http://www.dot.state.mn.us/ada/pdf/PROWAG.pdf. The appropriate pedestrian ramp details for each quadrant are included in the Plan. The Engineer may provide additional details to those provided in the Plan that meet the PROWAG guidelines as the need arises and field conditions dictate.

(A) The Contractor must designate a responsible person competent in all aspects of PROWAG to assess proposed sidewalk layouts at each site before work begins. The designated person must have attended the MNDOT ADA Construction Certification Course and received a passing score, with in the past 3 years. For class dates and locations please refer to the following link at: http://www.dot.state.mn.us/ada/training.html. A minimum of one person per project must possess a valid ADA Construction Certification card anytime ADA work is being performed on the project. If work on electrical components is the only ADA work taking place on the project the electrician must have in their possession a current MNDOT Signals and Lighting Certification.

ADA work shall include, but not be limited to, the following: assessment of proposed sidewalk layouts at each site before work begins, determining and marking removal limits for work pertaining to pedestrian facilities, all ADA related removals and grading, forming and finishing of concrete at all pedestrian facilities, paving pedestrian crossings, placing bituminous pedestrian facilities, final grading, and pavement markings. Any ADA work not listed above can be added at the discretion of the Engineer. An ADA Certified person is not required on site if the only work being performed concerns traffic signals and APS installations.

These requirements shall be effective as of May 1, 2019. Any time work the Contractor is performing concerns pedestrian facilities, the Contractor’s ADA Certified person shall be on site.

(B) Pedestrian facilities must be constructed to meet the following criteria:

(1) Pedestrian Access Routes (PAR) must be constructed to meet the following: • Minimum 4 feet width. • A maximum cross slope of 2.0%. • Vertical discontinuities must be less than 0.25 inches. • Must provide positive drainage without allowing any ponding and maintain

existing drainage flow patterns unless indicated otherwise in the Plan. • All grade breaks shall be constructed perpendicular to the path of travel. • Maximum 5% running slope unless adjacent roadway profile exceeds 5%.

(2) Landings are part of the PAR and must be constructed to meet the following:

• 4 feet by 4 feet minimum width and shall match full width of incoming PAR. • Maximum slope of 2.0% in all directions. • Required at all locations where the PAR changes directions or inverse running

slopes are >2%. • Must be connected to the PAR. • Shall be constructed as a single plane surface having no grade breaks.

(3) Ramps are part of the PAR and must be constructed to meet either of the following

criteria:

Page 80: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 30 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

• Longitudinal slopes less than 5% in the direction of travel requires no landing at

the top of the ramp (unless the PAR changes direction). • Longitudinal slopes between 5 - 8.3% in the direction of travel require a landing

at the top of the ramp.

(C) The Contractor and the Engineer shall work together to construct all pedestrian facilities set forth in the plans and in the above Section S-37.1.B.

If the plan or site conditions do not allow accessibility standards to be met, the Contractor shall consult with the Engineer to determine a resolution. The Engineer shall respond to the Contractor, in a timely manner (up to 24 hours), with a solution on how to proceed. The Contractor shall mitigate any potential delays by progressing other available work on the project.

If the Contractor constructs any pedestrian facilities that are not per Plan, do not meet the above requirements in Section S-37.1.B, or do not follow the agreed upon resolution with the Engineer, the Contractor will be responsible for correcting the deficient facilities with no compensation paid for the corrective work.

The following hold points will be utilized in the construction of pedestrian facilities.

(1) Removals - The Contractor and the Engineer shall use the appropriate ramp, sidewalk, and driveway details in the Plan, and calculate the removal limits for the sidewalk and curb and gutter. If it is determined that the removal limits will exceed the plan removal limits by more than 10 feet and the plan removal limits are not adequate to meet PROWAG and MnDOT Standards, the Contractor shall consult with the Engineer to determine a solution. Once the Engineer and the Contractor reach an agreement on how to proceed, the Contractor may finish the removals.

(2A) Curb and Gutter at Quadrants – Prior to pouring the curb and gutter at curb ramps the

Contractor and the Engineer must verify that the curb and gutter will work with any vertical constraints (doorways, steps, bus stops, outwalks and landing areas). Prior to pouring curb and gutter at quadrants the Contractor must verify the zero height curb, and curb transitions will be located as shown in the Plans and will provide an adequate detectable edge as shown on Standard Plan 5-297.250 (Sheet 4 of 6). Verify curb tapers are constructed at correct heights so that positive boulevard slopes and drainage is maintained away from landings and sidewalks, to the newly constructed curb and gutter sections. The Contractor shall verify that the proposed gutter flow lines will provide positive drainage as well as maintain existing drainage patterns including existing gutter inflows/outflows. The curb and gutter shall be constructed as detailed in the Plan with a defined flow line and with no vertical discontinuities over ¼”. For required flow line corrections including curb line raises and curb ramp cross slope “tabling”, see Standard Plan 5-297.250 (Sheet 6 of 6). Curb shall be poured at 3% inflow around the radius or at a minimum distance of 10 feet from any zero height curb section when machine placed. The Contractor shall consult with the Engineer to determine a resolution if any of these conditions cannot be met. Once the Engineer and the Contractor reach an agreement on how to proceed, the Contractor may proceed with pouring the curb and gutter.

(2B) Curb and Gutter at Roadway Sections - Prior to pouring curb and gutter at roadway

sections the Contractor must verify proposed curb and gutter heights will work with existing roadway and shoulder slopes. The Contractor shall verify prior to placing the pedestrian facilities that positive drainage is maintained within public Right-Of-Way (R/W), as well as maintaining existing off R/W drainage. The Contractor shall check to ensure all top back of curb elevations will allow for adequate boulevard slopes, PAR

Page 81: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 31 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

slopes, and widths as shown on Standard Plan 5-297.254 (Sheet 4 of 4) while maintaining all vertically constrained match points (doorways, steps, bus stops, outwalks and landing areas). The Contractor shall check all driveway locations and widths and follow driveway details and plans for all driveway layouts including curb heights and curb tapers. Driveway curbs sections and aprons shall be constructed to minimize changes in the sidewalk width, alignment, and profile. The Contractor shall consult with the Engineer to determine a resolution if any of these conditions cannot be met. Once the Engineer and the Contractor reach agreement on how to proceed, the Contractor may proceed with pouring the curb and gutter.

(3) Forming and Finishing - After the curb and gutter has been correctly poured, and the

Contractor has set the sidewalk forms, the Contractor shall verify prior to placing the curb ramps and sidewalks that positive drainage is maintained within public R/W, as well as maintaining existing off R/W drainage, and that all the requirements in Section S-37.1.B will be achieved.

Ramps – In addition, the longitudinal slopes shown in the Construction Plans and the Standard Plan shall be utilized unless these conditions cannot be met. The starting point for setting the forms on the controlling ramp leg, landing, and sidewalk slopes should be the following:

Steep (S) = 7% Flat (F) = 4% Landing = 1% Sidewalk Cross Slope = 1.5%

If any of these requirements cannot be met the Contractor shall meet with the Engineer to determine the best solution. Once the Engineer and the Contractor reach an agreement on how to proceed, the Contractor may proceed with the curb ramp and sidewalk pour.

Landings – An initial landing is the first required landing of a pedestrian ramp. All initial landings required at the top of a ramped sloped surface (>2% longitudinal slope), shall be formed and placed separately in an independent concrete pour. This does not include initial landings placed at roadway grade such as depressed corners, parallel ramps, rural flat landings, or flat cut-throughs. Secondary landings consist of all landings beyond the initial landing. These secondary landings do not require a separate landing pour.

Wet casting or drill and grouting of reinforcement bars will be required in accordance with the details shown in Standard Plan 5-297.250 (Sheet 6 of 6). Wet casting of reinforcement bars shall be installed through holes or slots in the forms, with a form height at least equal to the walk thickness of the formed concrete shown in the plans. These bars shall be deformed and installed with 2 inch minimum concrete cover.

When not accounted for in the Plan, payment for these bars will be made under Item 2301.602 (Drill & Grout Reinforcement Bar (Epoxy Coated) by the Each at the Predetermined Price of $10.00 per bar furnished and installed. All necessary subgrade preparation and aggregate base placement for the entire ramp construction limit shall be done before the initial landing is constructed at each location.

(D) It shall be the responsibility of the Contractor, or Contractor’s Surveyor if applicable, to lay out all

proposed work at each intersection in accordance with the Plan and requirements listed in this Special Provision.

Page 82: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 32 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

The Contractor may confer with the Engineer for guidance in laying out the proposed work, but it will be the Contractor’s responsibility to ensure the proposed work meets all the requirements of this Special Provision. This layout includes, but is not limited to placement of grade breaks, curb transitions, gutter flow lines, truncated dome placement, crosswalk marking placement, flares, landing limits, removal limits, driveway tie in limits, and ramp limits. It is important that the Contractor lay out this work properly to achieve the construction of a compliant pedestrian facility. The owner’s surveyor will only stake points and elevations provided in the Plan. For custom designs, other than specific dimensions provided in the Plan, the Contractor shall be expected to scale dimensions from the Plan as needed to construct the facility. If scaled dimensions do not allow for a facility to be constructed to meet the requirements of this Special Provision, the Contractor shall follow the process listed in Section S-37.1.C. This layout work shall be incidental.

(E) The Contractor shall utilize measures and methods when working near existing buildings that will avoid damaging the building’s face or structure. The contractor will be responsible for any damage to the building’s face or structure, both below and above ground. Any damage resulting from Contractor’s operations will be repaired at the Contractor’s expense to the satisfaction of the Engineer.

(F) The Contractor will round all joints and edges with a 1/4 inch radius grooving or edging tool within the PAR. This requirement includes all curb and gutter joints at zero inch height curb sections at curb ramps. Contraction joints shall extend to at least 30 percent of walk thickness. The Contractor shall also have the option of providing saw cuts to construct the sidewalk joints. If saw cutting, provide 1/8 inch wide contraction joints within the PAR, including all curb and gutter joints at zero inch height curb sections. When greater than 50 feet of continuous sidewalk runs are constructed the contractor shall saw cut all joints. This work shall be incidental.

The top grade break of walkable flares needs a visual joint to indicate a change in grade. To eliminate the use of excessive contraction joints in the quadrant the visual joint shall meet MnDOT 2521.3.C, except the depth requirement is reduced to 1/4 inch.

In sections where concrete boulevard is placed between the back of curb and the sidewalk, the 1/2 inch preformed joint filler material shall be placed at the back of curb and between the outside edge of sidewalk at existing building or structures. The 1/2 inch wide preformed joint filler shall not be placed in the longitudinal joint between the sidewalk and boulevard, unless it is necessary to provide expansion at fixed structures. At locations where sidewalk is adjacent to existing buildings, extend walk up to the edge of building and place 1/2 inch preformed joint filler 1/2 inch lower than top of walk whenever possible. Furnish and install Backer Rod of appropriate diameter when joints are 1/4 inch wide or greater, clean surfaces and apply approved silicon joint filler to flush with top of walk. If the transverse sidewalk and boulevard joint layouts cannot be aligned, use approved preformed joint filler with a maximum 1/8 inch width and place between the sidewalk and boulevard to prevent contraction joints from migrating into the adjacent concrete panels.

(G) The minimum continuous and unobstructed clear width of a pedestrian access route shall be 4.0 feet. All new or reconstructed sidewalk widths shall match or exceed in place sidewalk and in no case shall it be less than 5.0 feet in width except at locations where obstructions cannot be moved or at driveways where slopes exceed the maximum allowable grades. The cross slope of the sidewalk or shared use path shall not exceed 2%, and shall be measured perpendicular to the path of travel across the entire surface width of the sidewalk or shared use path. Curb ramps should match proposed sidewalk PAR width and shall match full shared use path widths. Whenever possible, the entire landings should be placed in a single concrete placement. If this is not possible due to construction staging, follow requirements for reinforcement bar placement and tie adjacent landings together.

In areas where the sidewalk is to be constructed around fixed structures and the grade has been changed, the sidewalk shall be finished around these structures to the satisfaction of the Engineer at no additional cost.

Page 83: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 33 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Architectural elements such as brick pavers, concrete stamping, and multiple colored concrete

placements shall be kept outside the curb ramps and landing areas. Any architectural elements that do not maintain a consistent flat smooth surface shall not be used within the PAR.

(H) All pedestrian signal systems should be installed as shown in the Plan and must be constructed to meet the following criteria. The Contractor shall verify that the proposed push button locations will meet all of the following criteria before proceeding with the installation of the pedestrian push button system:

• Pedestrian push buttons shall be oriented with the button facing towards the intersection and the button face placed parallel to the outside edge of the crosswalk.

• Pedestrian push buttons shall be a minimum of 4 feet and a maximum of 10 feet from the back of curb/edge of roadway, but may be placed 1.5 feet to 4 feet from the back of curb/edge of roadway if mounted on a signal pole as indicated in the Plan or as approved by the Engineer.

• Pedestrian push buttons shall be located at the outside crosswalk edge and shall be no more than 5 feet offset from the projected outside edge of the crosswalk/ detectable warnings.

• Pedestrian push buttons shall be a minimum of 10 feet apart, except in islands and medians where only a 6 foot clear distance must be maintained. This 6 foot obstruction free area is called a (MAR) Maintenance Access Route.

• The MAR is defined as a 6 foot minimum clear distance between any raised obstacles such as push button stations, electrical foundations (signal, lighting, or cabinet), buildings, V curb, utility poles, sign posts, etc. This MAR is needed for mechanical removal of snow and ice. A maintenance access route is only required on the same route as the PAR. At quadrants, the MAR should be a paved surface but does not need to meet the PAR cross slope criteria.

• Each pedestrian push button shall have a landing immediately adjacent to the push button face with minimum dimensions of 4 feet by 4 feet and a maximum slope of 2.0% in all directions. Center the push button on the edge of landing if possible to do so without violating any of the requirements listed in this Special Provision. The landing must be connected to the Pedestrian Access Route.

• All new hand holes shall be placed outside of the PAR, inclusive of ramps and landings. • The push buttons shall be mounted at a height of 42 inches as indicated in the Plan, and

shall have a 10 inch maximum side reach. Every effort should be made to reduce the side reach distance to the least amount possible.

• Crosswalk pavement markings shall be striped in a straight alignment between the outside edges of the detectable warnings from the corner closest to the roadway edge. Markings shall be placed with no kinks unless the crosswalks are shown as kinked in the Plan.

• The Contractor shall maintain all working points marked by the surveyor and use the working points to lay out push button locations in accordance with the Plans and Special Provisions.

If any of these conditions cannot be met, the Contractor shall consult with the Engineer to

determine a resolution per Section S-37.1.C. Once the Engineer and the Contractor reach an agreement on how to proceed, the Contractor may proceed. If the Contractor constructs any pedestrian push button systems or pedestrian facilities which do not meet the criteria or the agreed upon resolution with the Engineer, the Contractor will be responsible for correcting the deficiencies with no compensation paid for the corrective work.

To help ensure signal systems are properly constructed the Contractor must adhere to the following practices:

Page 84: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 34 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

• All push button station bases shall be installed using a breakaway pedestal base, see Typical APS Pedestrian Push Button Location and MnDOT approved /qualified products list. The pedestal base shall be fastened to the station foundation using 4 5/8 inch (UNC) x 7 1/2 inch stainless steel anchor rods. The push button station foundation shall be constructed as part of the sidewalk by increasing the sidewalk dimension to a 12 inches minimum thickness and an 18 inches minimum diameter to top of sidewalk surface. The push button station foundation shall be placed as part of the landing. All construction joints/grade breaks shall be located outside of foundation area and designated landing area.

• When not accounted for in the Plan, and determined necessary by the Engineer payment

to furnish and install additional APS pedestrian push button station will be $1,000.00 each and will be made under Item 2565.602 (Pedestrian Push Button Station). Payment shall include all components necessary to furnish and install APS push button station, including additional conduit, wiring, APS push button base installation, and shaft with reflective tape and cap.

• Signal pole foundations which are being constructed in or adjacent to sidewalk shall be

constructed in accordance with the applicable MnDOT Standard Plate 8120 or 8126. If a push button is proposed to be mounted on a signal pole, a MnDOT approved extension bracket shall be used. If a push button is proposed to be mounted on a signal pole, the APS push button shall meet the vertical, horizontal, and crosswalk skew requirements.

• All newly installed pedestal foundations when used as a push button station shall be

constructed in accordance with applicable MnDOT Standard Plate 8112. Concrete for new foundation shall be placed either with or after the landing concrete is placed, and the top of the foundation surface shall be 1/4 inch maximum higher than the top of the landing surface. If a push button is placed on a new or existing pedestal pole, the push button shall be installed using three APS push button spacers (Saddle Adaptors), and the APS push button shall meet the vertical, horizontal, and crosswalk skew requirements.

S-38 (1806) DETERMINATION AND EXTENSION OF CONTRACT TIME The Department will determine Contract Time in accordance with the provisions of MnDOT 1806 and the following: S-38.1 Completion Date

This project shall have the following completion deadline. All work shall be completed no later than the date specified. FINAL COMPLETION DATE: August 7, 2020

S-38.2 Disincentive Penalty The contractor shall not be allowed to leave the project site for a period of more than seven (7) consecutive calendar days, except for unforeseeable delays due to the weather. Should the contractor be absent from the project site for more than seven (7) consecutive calendar days, a calendar day penalty will be charged in the amount of One Thousand Five Hundred Dollars ($1,500) per day will be enforced for each day absent until the Contractor returns and begins normal construction activity.

S-38.3 The Contractor shall also reference section (2563) TEMPORARY TRAFFIC MANAGEMENT and (2562) ADDITIONAL TRAFFIC CONTROL DEVICES AND EXTENDED USE OF TRAFFIC CONTROL DEVICES, for critical project timeframes and dates found elsewhere in the proposal.

Page 85: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 35 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-39 (1807) FAILURE TO COMPLETE THE WORK ON TIME REVISED 01/14/20 SP2018-56

The provisions of MnDOT 1807 are supplemented as follows: S-39.1 The Department will deduct liquidated damages from money due the Contractor for each calendar day that the Work remains incomplete after expiration of the Contract Time, according to the completion requirements of MnDOT 1516.2, “Project Acceptance”. The Engineer will deduct liquidated damages based on the original Contract Amount and Table 1807-1. S-39.2 The Department will assess the Contractor a monetary deduction in an amount equal to $1,500 for each Calendar Day that any of the work specified in Section S-1806 (DETERMINATION AND EXTENSION OF CONTRACT TIME) of these Special Provisions remains incomplete after the expiration of the working period provided therefore. S-39.3 The Department will assess the Contractor a monetary deduction in an amount equal to $300 for each Calendar Day that any work specified under MnDOT 1516.3, “Completion of the Work,” are not met after the expiration of the 90 day period of the Semi-Final Estimate requirements. S-39.4 For informational purposes only, bidders are advised that in addition to the requirements of MnDOT 1807, other Sections of these Special Provisions, as shown below, contain requirements for assessment of monetary deductions to this Contract:

DIVISION SECTION TITLE

S (2563) TEMPORARY TRAFFIC MANAGEMENT

S (1701) LAWS TO BE OBSERVED (PROMPT PAYMENT AND RETAINAGE)

S (1706) EMPLOYEE HEALTH AND WELFARE

S (2302) CONCRETE PAVEMENT REHABILITATION (CPR)

S (2360) PLANT MIXED ASPHALT PAVEMENT (MSCR)

S (2563) ALTERNATE PEDESTRIAN ROUTE S-39.5 The liquidated damages set forth in MnDOT 1807 and any monetary deductions as set forth above may apply equally, separately, and may be assessed concurrently.

S-40 INCIDENTAL WORK Items of work for which no pay items are included in the bid proposal shall be considered as incidental expense and no separate payment will be made therefore. Incidental items include, but are not limited to the following:

Abandon and plugging existing lines and structures, other than paid for in the plans Disposal of excess excavation Erosion Control BMP’s:

Concrete washout Maintaining access to private property Pipe bedding/foundation/encasement material, other than paid for in the plans Bituminous tack coat Finish grading of boulevard and disturbed areas Fine grading of the subgrade Temporary connections of utilities between project stages, other than paid for in plans

Page 86: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 36 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Preparateion of aggregate base for paving Water Targeting and locating Pavement Markings Work denoted as incidental in the plans. All work noted in the plans without a corresponding bid item.

S-41 (1902) SCOPE OF PAYMENT NEW WRITE-UP 09/12/19 SP2018-56.1

MnDOT 1902 is deleted and replaced with the following:

The Contractor will receive compensation provided for in the Contract as full payment for providing Materials and performing Work in accordance with the Contract requirements. This includes compensation for all risk, loss, damage, and expense incurred by the Contractor for performing the Work required by the Contract. Payment is subject to 1720 “No Waiver of Legal Rights”. The Department prohibits the Contractor from accepting payment from any other party for performing the Work required by the Contract, including any incentive or bonus payment. The Department does not prohibit the following payments from third parties:

(1) Payments from sureties; (2) Quantity-based rebates or credits from suppliers; (3) Payments under another contract for excess material removed under this Contract.

S-42 (1910) COST ESCALATION SP2018-57

The provisions of MnDOT 1910 are hereby supplemented with the attached Fuel Escalation Clause.

S-43 (2021) MOBILIZATION REVISED 10/18/18 SP2018-66.1

MnDOT 2021 is hereby supplemented with the following:

The Engineer is authorized to pay actual costs for the payment and performance bond ahead of scheduled mobilization payments provided:

• The remaining amount to be paid for Mobilization (2021) is greater than the cost of the payment and performance bonds.

• The Contractor provides the actual invoice for the bonds. • The Contractor provides proof of payment for the bonds • The amount paid for the bonds is subtracted from subsequent mobilization payments.

S-44 (2051) MAINTENANCE AND RESTORATION OF HAUL ROADS REVISED 04/24/19 SP2018-71

The provisions of MnDOT 2051 are supplemented by the following:

Page 87: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 37 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-44.1 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:

2118.509 Aggregate Surfacing Class 1 $8.00/ton 2130.523 Water $18.00/1000 gal. 2131.506 Calcium Chloride Solution $0.50/gal. 2211.509 Aggregate Base Class 5 $10.00/ton 2360.509 Type SP 12.5 Wearing Course Mixture (4, B) $30.00/ton 2231.509 Bituminous Patching Mixture $50.00/ton

Crushing will not be required in the production of Class 1 material.

The above prices will be compensation in full for all work included under this section. When

materials other than those listed above are ordered by the Engineer, they will be paid for as extra work in accordance with MnDOT 1402.5, with the Contractor and the Department sharing equally in the costs. Blading and reshaping necessary for the maintenance and restoration of haul roads is incidental.

The above shall be performed to restore visible damage.

S-45 (2101) CLEARING AND GRUBBING REVISED 11/14/19 SP2018-72

Clearing and grubbing operations shall be performed in accordance with the provisions of MnDOT 2101 and the following: S-45.1 MnDOT 2101.4 is deleted and replaced with the following: 2101.4 METHOD OF MEASUREMENT

The Engineer will measure clearing and grubbing by area, lump sum, or individual unit as required by the contract. The Engineer will measure tree diameter by measuring at 4.5 feet above the ground or by measuring the diameter of the tree stump after removal.

A Qualifying Trees and Stumps

The Engineer will only measure trees for payment having a diameter greater than 3 inches at a point measured 4.5 feet above the ground surface.

The Engineer will only measure stumps for payment having a diameter greater than 3 inches when

measured at the point of cutoff.

The Engineer will not measure for the removal and disposal of stumps and brush with a diameter equal to or less than 3 inches at the point of cutoff.

B Area Basis

If the contract specifies the unit as an acre, the Engineer will determine quantities by measuring, to the nearest 0.05 acre, all areas cleared and all areas grubbed within the limits as shown on the plans or

Page 88: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 38 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

staked by the Engineer. The Engineer will make all measurements horizontally to points 10 ft outside the trunks of qualifying trees or stumps on the perimeter of the area being measured. The Engineer will measure separate areas less than 0.05 acre as 0.05 acre.

If isolated trees or stumps require removal outside the areas designated for clearing or grubbing by

the acre, and no unit price is provided in the contract for clearing and grubbing individual trees or stumps, the Department will pay based on the following:

(1) The Engineer will consider each isolated qualifying tree less than 40 in. in diameter when

measured at a point 2 ft above the ground surface, and each isolated qualifying stump measuring less than 40 in at the point of cutoff as 0.05 acre.

(2) The Engineer will consider each isolated tree or stump at least 40 in. in diameter when measured at the points described in (1) above as 0.1 acre.

C Individual Unit Basis

When the contract specifies “tree” as the unit, the Engineer will count the number of qualifying trees cleared and the number of qualifying stumps grubbed to determine the quantity.

D Lump Sum Basis

The Engineer will not measure an individual area, tree, or stump if the contract specifies clearing and grubbing as a lump sum item.

S-46 (2102) PAVEMENT MARKING REMOVAL SP2018-73

The provisions of MnDOT 2102 are modified and/or supplemented with the following: MnDOT 2102.3 is hereby deleted and replaced with the following:

Before making a change in traffic pattern, fully remove conflicting pavement markings as required by the contract and as directed by the Engineer minimizing damage to the pavement structure or surface texture. Repair damaged areas as directed by the Engineer at no additional cost to the Department.

Remove irregularly shaped markings by enclosing them within rectangular boundaries of least

dimension as determined by the Engineer.

Control or restrict operations to avoid exposing traffic to hazardous conditions in accordance with 1701, “Laws to be Observed,” 1707, “Public Convenience and Safety,” and 1717, “Air, Land, and Water Pollution.” Remove expended materials or agents used in the pavement marking removal process from the pavement surface as the work progresses. Dispose of removed marking material in accordance with 1701, “Laws to be Observed,” and 1717, “Air, Land, and Water Pollution.”

Removed pavement marking material shall become the property of the Contractor.

All pavement marking removal shall be done utilizing either waterblasting or sandblasting

equipment. GRINDER-TYPE CUTTING HEADS SHALL NOT BE USED for pavement marking removal.

Page 89: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 39 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-47 (2104) REMOVING PAVEMENT AND MISCELLANEOUS STRUCTURES

SP2018-76 Abandoned structures and other obstructions shall be removed from the Right of Way and

disposed of in accordance with the provisions of MnDOT 2104, except as modified below: S-47.1 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 MnDOT 1402.5. S-47.2 All removals shall be disposed of by the Contractor outside the Right of Way in accordance with MnDOT 2104.3D3 to the satisfaction of the Engineer.

S-48 (2106) EXCAVATION AND EMBANKMENT REVISED 08/09/18 SP2018-103

Modify MnDOT 2106 as follows: S-48.1 MnDOT 2106.1.A.6, “Select Grading Material,” is deleted and replaced with the following:

A.6 Select Grading Material

Select grading materials are all mineral soils found in the Triaxial Chart in the Grading and Base Manual, excluding: organic soils per 2106.1.A.10, marl, and silt. Silt is defined as soils containing 80% or more silt-sized particles as determined by MnDOT Laboratory manual procedure 1302. Select Grading Material may contain up to 100% recycled materials composed of recycled concrete, asphalt, or glass meeting the following:

• no more than 10% glass, • no more than 75% concrete, and • with a bitumen content of 3.5% or less.

S-48.2 MnDOT 2106.2.A.1, “Common Excavation,” is deleted and replaced with the following:

A.1 Common Excavation Excavation not classified in any other category, except that 2106.2.A.7, “Topsoil Excavation” is

included with common excavation, unless modified by the proposal. S-48.3 MnDOT 2106.2.A.2, “Subgrade Excavation,” is deleted and replaced with the following:

A.2 Subgrade Excavation All excavation in the road core below the grading grade, exclusive of rock, muck, channel and

pond, or rock channel excavation. S-48.4 MnDOT 2106.3.B, “Contractor Quality Control (QC) Testing,” is deleted and replaced with the following:

B Contractor Quality Control (QC) Testing, Aggregate Certification, and Moisture Requirements

Page 90: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 40 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

B.1 Contractor Quality Control (QC) Testing

Perform Contractor QC testing as required in the Schedule of Materials Control.

Correct areas represented by failing QC or Quality Assurance (QA) tests.

Submit test results to the Engineer within one business day.

B.2 Aggregate Certification Certify granular materials on Form G&B-104, and attach any required tests.

Material placed without certifications is unauthorized work in accordance with 1512,

“Unacceptable and Unauthorized Work.”

B.3 Moisture Control Meet the moisture content requirements listed in Table 2106-2.

Table 2106-2

Moisture Content Requirements

Compaction Requirement Relative Moisture Content Requirement *

Minimum of 100% maximum density 65% - 102%

Minimum of 95% maximum density 65% - 115%

Quality Compaction 65% - 102%

Penetration Index Method ≥ 65%

* As Determined on Form G&B-105

Correct moisture content in areas represented by failing moisture tests. Compaction tests taken in

areas represented by failing moisture tests are not valid.

Note that optimum moisture content determination tests and moisture tests during compaction are required for all compaction requirements, including quality compaction, LWD, penetration index, and specified density.

The Department’s proctor test results are used to determine optimum moisture determination.

S-48.5 MnDOT 2106.3.G, “Agency Quality Assurance Testing (QA),” is deleted and replaced with the following:

G Agency Quality Assurance (QA) Test according to the Schedule of Materials Control.

G.1 Material Testing

Sample granular materials from the road core after spreading, but before compaction.

Select crushing, aggregate quality, and bitumen samples using the random sampling method in the Grading and Base manual; additional samples and tests may be taken to delineate visually indicated

Page 91: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 41 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

material failures. Select gradation samples from locations that are at risk of not meeting the specification requirements.

G.2 Compaction Testing

Test for compaction using:

• Quality compaction, and specified density or the LWD method for materials not meeting the requirements of Table 3149-1, 1 Granular Material, or

• Quality compaction, and specified density or granular penetration index or the LWD method for materials meeting the requirements of Table 3149-1, 1 Granular Material.

Test for compaction in areas with the greatest rutting or deflection, and near structures, and in an

area at least 1 foot from an unconfined edge.

After Contractor correction of areas represented by a failing test, perform additional tests in areas with the greatest rutting or deflection.

For granular materials with less than 6% passing the #200 sieve, the Engineer may elect to only

use the Quality Compaction method, 2106.3.F.2.

Use the specified density method for virgin materials only.

The following method may be used in lieu of point testing (penetration index, specified density, or LWD) for material meeting Table 3149-1, 2 Select Granular Material, when the material thickness is 18 in or less and when not adjacent to Structures per 1103, “Definitions”.

The Engineer may elect, with the concurrence of the Contractor, to have the Contractor test roll

per 2111, “Test Rolling”, material meeting the requirements of Table 3149-1, 2 Select Granular Material, in lieu of point compaction testing. If this method is adapted, the Contractor is required to first place 3 in of base on top of the material meeting Table 3149-1, 2 Select Granular Material, prior to test rolling. For areas failing test rolling, the Contractor is required to remove the base and recompact the material meeting Table 3149-1, 2 Select Granular Material, then place the base back, and retest roll. There is no additional compensation to the Contractor, if this method is adapted. Additionally, the material meeting Table 3149-1, 2 Select Granular Material, is not accepted, until acceptable test rolling has occurred.

Compaction tests taken in areas represented by failing moisture tests are not valid.

G.3 Moisture Testing

Optimum moisture content determination tests and moisture tests during compaction are required for all compaction requirements, including quality compaction, LWD, penetration index, and specified density.

S-48.6 MnDOT 2106.5.K, “Contract Item Schedule,” is deleted and replaced with the following:

K Payment Schedule The Department will pay for excavation and embankment on the basis of the following schedule:

The Engineer will pay for Geotextile Fabric in accordance with 2105, “Excavation and

Embankment.”

Item No. Item Unit 2106.507 Excavation – Common......................................................................................... cubic yard

Page 92: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 42 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

2106.507 Excavation – Rock ............................................................................................... cubic yard 2106.507 Excavation – Muck .............................................................................................. cubic yard 2106.507 Excavation – Subgrade ........................................................................................ cubic yard 2106.507 Excavation – Channel and Pond .......................................................................... cubic yard 2106.507 Excavation – Rock Channel ................................................................................. cubic yard 2106.507 Granular Embankment (CV) ................................................................................ cubic yard 2106.507 Select Granular Embankment (1) (CV) ............................................................... cubic yard 2106.507 Common Embankment (CV) ............................................................................... cubic yard 2106.507 Stabilizing Aggregate (CV) ................................................................................. cubic yard 2106.509 Stabilizing Aggregate ...................................................................................................... ton Notes: (1) Specify basis of percent modification (e.g. 5%, 7%, 10% etc.)

S-49 (2123) STREET SWEEPER (WITH PICKUP BROOM) SP2018-106

This work shall consist of furnishing and operating a street sweeper with pickup broom in accordance with the following: S-49.1 The Contractor shall provide any required transportation for this unit from one site to any other with no direct payment made for the moving or for time of transport. S-49.2 Contractor should anticipate multiple mobilizations to perform this work. S-49.3 This Bid Item is intended for any additional street cleanup as directed by the Engineer. It is not intended for any sweeping that is incidental to other operations. S-49.4 The Contractor shall provide any necessary flagmen and traffic control during time of use of equipment hours under MnDOT 2123, in accordance with MnDOT 1404. S-49.5 Measurement will be in accordance with the provisions of MnDOT 2123.4.A. However, if the Contractor is careless in their construction operations, they will be required to clean and sweep streets at their own expense. Payment will be under Item 2123.610 (Street Sweeper (With Pickup Broom)) at Contract bid price per hour, which shall be compensation in full for all included costs.

S-50 (2211) AGGREGATE BASE NEW WRITE-UP 08/09/18 SP2018-107.1

MnDOT 2211 is modified as follows: S-50.1 MnDOT 2211.3.B, “Contractor Quality Control (QC) Testing,” is deleted and replaced with the following:

B Contractor Quality Control (QC) Testing If required by the Schedule of Materials Control, perform Contractor QC testing and submit

results and all required forms to the Engineer within one business day.

Certify materials on Form G&B-104, and attach any required aggregate test results.

Correct base, which fails either QC or Quality Assurance (QA) testing. Correct failing material, before placing the next lift.

Page 93: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 43 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-50.2 The following is added to MnDOT 2211.3.D, “Agency Quality Assurance (QA)”:

D.4 Moisture Testing Test for the moisture content in areas that appear least likely to meet specifications. Note that

moisture tests during compaction are required for all compaction requirements, including quality compaction, LWD, penetration index, and specified density.

S-51 (2301) CONCRETE PAVEMENT - SPECIAL (INTEGRALLY COLORED CONCRETE PAVEMENT)

NEW WRITE-UP 01/04/19 SP2018-130.1 - MODIFIED

This work consists of furnishing all materials, labor, and equipment for constructing colored concrete in accordance with MnDOT 2301, the Plan details, and the following: S-51.1 MATERIALS FOR COLORED CONCRETE

A minimum of 60 days prior to the start of colored concrete placement, provide the following information:

(1) Color Additive. (2) Manufacturer’s Product Data sheets. (3) Sample chip(s) of specified color(s) indicating color additive number(s) and required

dosage rate(s). Samples indicate general color and may slightly vary from concrete finished in field.

(4) Curing/Sealing compound. S-51.2 COLORED CONCRETE MIX DESIGN REQUIREMENTS

The Department defines the concrete mix numbers and mix design requirements for concrete pavement in accordance with Table 2301-4, “Concrete Mix Design Requirements.” For colored concrete, add “CO” to the end of the mix number (3A21CO, 3A41CO, etc.).

Submit the concrete mixes in accordance with MnDOT 2301.2.L.2, “Concrete Mix Design Submittal Requirements.” S-51.3 COLORED CONCRETE CONTRACTOR/INSTALLER QUALIFICATIONS

Pre-qualified Colored Concrete Contractors/Installers shall meet the following requirements:

(1) Minimum of five (5) years of experience with work of similar scope and quality. (2) A minimum of five (5) projects including references completed in the last five (5) years

by Contractor/Installer. (3) Listed on the MnDOT Pre-qualified colored concrete contractor/installers vendor list

available from the MnDOT website. S-51.4 PRECONSTRUCTION MEETING

One week prior to first placement of colored concrete on the project, hold a preconstruction meeting with the Agency, Prime Contractor, Concrete Contractor, Concrete Supplier, Testing Agency and Colored Admixture Manufacturer Representative to discuss the proposed colored concrete placement and application materials. S-51.5 TEST PANELS

Prior to placing any colored concrete, demonstrate workmanship by constructing test panels of the colored concrete in accordance with the following:

Page 94: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 44 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

(1) For each color, a separate test panel is required. (2) At a location approved by the Engineer. (3) Using the same processes, techniques, personnel, materials, concrete supplier and

concrete plant intended for use on permanent work, including stamping and curing/sealing procedures.

(4) The minimum size of the test panels shall be 6’ x 6’ x 4” unless otherwise directed by the Engineer.

(5) Retain and protect Engineer accepted test panels as the visual standard for the work of this section and quality standard for permanent work.

S-51.6 PLACING, FINISHING AND CURING COLORED CONCRETE

Construct colored concrete in accordance with products processes and techniques used on approved test panel(s). Do not add water at any time to the slab surface while finishing. Do not over finish the concrete edges.

After completing final finishing operations, cure and seal all exposed concrete surfaces meeting the following requirements and methods:

(1) Use a curing/sealing compound approved list conforming to 3752, “Membrane Curing/Sealing Compound for Colored Concrete.”

(2) Apply the curing/sealing compound within 30 minutes of concrete placement/form removal or once the bleed water has dissipated, unless the Engineer directs otherwise in accordance with 2301.3.M.1.a, “Membrane Curing Method.”

(3) Ensure that the curing/sealing compound is applied homogeneously to provide a uniform coverage on all exposed colored concrete surfaces including the edges.

(4) Apply an additional application of curing/sealing compound a minimum of 30 days after placement of the colored concrete.

Cover adjacent finished surfaces to protect from splatters and excess materials during colored

concrete installation and curing/sealing. S-51.7 METHOD OF MEASUREMENT

Refer to S-52 for measurement of colored concrete (Type CX (Special)). S-51.8 BASIS OF PAYMENT

Refer to S-52 for payment of colored concrete (Type CX (Special)).

S-52 (2302) CONCRETE PAVEMENT REHABILITATION (CPR) REVISED 01/25/19 SP2018-131 - MODIFIED 2302.1 DESCRIPTION

This work shall consist of performing concrete pavement repairs, load transfer restoration, and joint/crack sawing and sealing in accordance with the Concrete Pavement Rehabilitation (CPR) Standard details, and the following.

2302.2 MATERIALS

A Structural Concrete .................................................................................................................. 2461

A.1 Partial Depth Repairs, Type B, Mix No. 3U18 ....................................................................... 3105

Page 95: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 45 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

A.1.a Pre-bagged Grade 3U18 Concrete Patch Mix Provide a dry, bagged MnDOT Grade 3U18 concrete patch mix, in accordance with 3105.

A.1.b Field-Proportioned Grade 3U18 Concrete Patch Mix

Provide Grade 3U18 concrete mix by mass in accordance with Table 2302-1.

Table 2302-1 Mix Proportions

Material Weight, lb. Type I Cement 100

Coarse Aggregate, ASTM #89 159 Fine Aggregate 162

A.1.c Coarse Aggregate Gradation Requirements, ASTM #89 or CA-80

Provide either an ASTM #89 or CA-80 Gradation in accordance with Table 3137-4 for use in Grade 3U18 concrete patch mix or Dowel Bar Retrofit Repairs. Provide coarse aggregate meeting the quality requirements of 3137.2.D.3, “Coarse Aggregate for Concrete Pavement.”

A.2 Full Depth Repairs, Type C and Type CX, Mix No. 3R52 and 3RHE52 ............................. 2461

B Reinforcement Bars .................................................................................................................. 3301

C Dowel Bars Used in Dowel Bar Baskets .................................................................................. 3302

C.1 Dowel Bars Used in Drill and Grout or Dowel Bar Retrofits Applications .................. 3302.2.A

D Curing Materials

D.1 Poly-Alpha Methylstyrene (AMS) Membrane Curing Compound ...................................... 3754

D.2 Linseed Oil Membrane Curing Compound ............................................................................ 3755

D.3 Plastic Curing Blankets ............................................................................................................ 3756

D.4 Insulation Board ........................................................................................................................ 3760

E Joint Sealant .............................................................................................................................. 3725

F Preformed Joint Filler ............................................................................................................. 3702

G Form Coating Material ............................................................................................................ 3902

H Dowel Bar Retrofit (DBR) Repair Materials .......................................................................... 2302

H.1.a Approved Non-Shrink Rapid Set Concrete for Dowel Bar Retrofit Repairs

Provide a Packaged, Dry, Non-Shrink, and Rapid- Hardening Concrete Material for backfilling Dowel Bar Retrofits repairs from the MnDOT Approved/Qualified Product List.

The Engineer will allow on site addition (extension) of coarse aggregate in accordance with the

following:

Page 96: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 46 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

(1) Limit coarse aggregate extension to same source/same percent mass extension as was

utilized in the AMRL certified laboratory trial-batch testing. (2) Limit the coarse aggregate extension to the manufacturer’s recommended maximum or to

a maximum of 50 percent by mass, whichever is less. (3) Meets aggregate quality requirements of Standard Specification 3137.2.D.3.

H.1.b DBR Project Submittal Requirements

At least 21days prior to performing DBR repairs, submit the following information to the MnDOT Concrete Engineering Unit for review:

(1) A concrete mix design including the coarse aggregate source at the proposed extension percentage.

(2) A signed letter from the Rapid-Hardening Cementitious Material manufacturer stating the means and methods specified in both MnDOT Special Provision 2302 and outlined on the Dowel Bar Retrofit detail sheets are acceptable procedures.

(3) Any field testing requirements recommended by the manufacturer of the Rapid-Hardening Cementitious Material.

The Engineer in conjunction with the Concrete Engineer will determine final acceptance of the

DBR repair backfill material based on satisfactory field placement and performance, in accordance with 2302.3.F.4 “Test Section” and 2302.3.G “Repair Warranty.”

H.2 End Caps

Provide tight fitting, nonmetallic non-organic end caps that will allow for a ¼ inch expansion movement of the dowel bar at each end.

H.3 Compressible Foam Board

Provide either a Type D-1 or D-2 preformed foam joint filler, in accordance with MnDOT Specification 3702 “Preformed Joint Filler.” Provide foam joint filler that is at least 3/8 inch thick and is a minimum of 1/8 inch thicker than the joint / crack to ensure no leakage of patching material into the crack. Cut foam preformed joint filler to fit the full width and depth of the saw slot, as shown in the Dowel Bar Retrofit detail. The Engineer will not permit multiple pieces to obtain the proper height or width of the saw slot.

H.4 Dowel Bar Support Chairs

Provide two, nonmetallic support chairs that are either epoxy coated steel in accordance with ASTM A 884/A 884M or fabricated of commercial quality nonmetallic, non-organic material to support each dowel bar. The chairs when placed shall press securely against the slot face to firmly hold the dowels in the proper position while the backfill material is placed and consolidated.

H.5 Caulking Filler

Provide any commercial caulk that is designed as a crack sealant that is compatible with the proposed patching material. Use the caulking filler for sealing the existing joint or crack at the bottom and sides of the slot as shown in the Dowel Bar Retrofit detail. Do not extend/over band the caulk filler beyond the limits of the crack by greater than 1/2 inch.

2302.3 CONSTRUCTION REQUIREMENTS

A 3U18 Concrete Mixture Requirements for Partial Depth Repairs Incorporate concrete into the concrete pavement rehabilitation repairs in accordance with

Specification 2302, the Plan, Concrete Pavement Rehabilitation (CPR) Standard details, and the following.

Page 97: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 47 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Mix all dry pre-bagged grade 3U18 concrete patch mix on site, in a paddle type mixer for at least 5

minutes.

The Engineer may also allow batching by volume in a calibrated mobile type mixer to produce grade 3U18 concrete. Calibrate the mobile mixer to the weights shown in Table 2302-1. Proportion the cement, coarse and fine aggregate by volume (± 2.0 percent) in accordance with 2404.3.E.1, “Mixer Requirements” and 2461.3.D.2 “Batching by Volume.”

Adjust water additions to achieve a maximum slump of 1 inch 5 minutes after batching concrete

mix.

Do not accelerate concrete strength gain to facilitate early strength of pavement repairs solely for construction traffic unless approved by the Engineer.

If the Engineer approves the use of accelerating (Type C or E) admixtures, take extra precautions

as necessary to ensure satisfactory finishing, curing, and protection of the concrete repairs. The Contractor assumes full responsibility for the performance of the concrete. The Engineer will determine final acceptance of the Type B repair concrete based on satisfactory field placement and performance, in accordance with 2302.3.G “Repair Warranty.”

Refer to Table 2302-2, “MnDOT Mix 3U18 Opening Times”, to determine the allowable mix

adjustments to Grade 3U18 concrete. When anticipated time to opening for construction equipment or general traffic is less than 7 calendar days, and the ambient temperatures are anticipated to remain at or above 60°F during the curing time, provide approved admixture as outlined in Table 2302-2. The mix design will include the admixtures solution as part of the total recommended mixing water.

Page 98: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 48 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

TABLE 2302-2

MnDOT Mix 3U18 Opening Times

Anticipated Minimum Time to Opening *

Concrete Mix Grade

Admixture Dosage & Type

Based on

manufacturer’s recommended dosage

rate

Mix Design Responsibility

Testing and Strength Required for

Opening

≥ 7 calendar days 3U18 None Required 2302 None *

72 hours to 7 calendar days 3U18 Type A ‡ 2302 None *

36 hours to < 72 hours 3U18 Type A ‡ 2302 Control Cylinders as per 2302.3.B.4(c) # π

12 hours to < 36 hours 3U18 † As Needed § 2302 Control Cylinders as per 2302.3.B.4(c) # π

* If at any time the ambient temperature falls below 60°F during the curing time, use control specimens to determine opening times in accordance with 2302.3.B.4.

The maximum slump for 3U18 mixes measured after 5 minutes is 1 inch. † Accelerating admixtures are not allowed when the ambient air temperature exceeds 80°F without the

approval of the Concrete Engineer. ‡ Use manufacturer’s recommended dosage rate to achieve 3000 psi minimum compressive strength or

500 psi flexural strength at the time of opening. # The Engineer may reduce the number of control specimens required based on previous control specimen

strengths gains and site conditions. § Use a Type A, C or E admixture in accordance with 2302.3.A and the manufacturer’s recommended

dosage rate to achieve 3000 psi minimum compressive strength or 500 psi flexural strength at the time of opening.

π Do not allow construction vehicles or general traffic on Type B repairs unless a minimum of 12 hours have elapsed and control cylinders achieve a minimum compressive strength of 3000 psi or 500 psi flexural strength.

A.1 3R52 or 3RHE52 Concrete Mixture Requirements for (Type C) Full Depth Repairs

Provide a contractor designed concrete in accordance with Specification 2461, the Plan, Concrete Pavement Rehabilitation (CPR) Standard details, and the following.

Design either a concrete grade 3R52 or 3RHE52 for use in Type C Repairs in accordance with

specification 2461 “Structural Concrete.”

Refer to Table 2302-3, “Mix 3R52 and 3RHE52 Opening Requirements,” to determine the criteria for opening 3R52 and 3RHE52 concrete to traffic.

Do not accelerate concrete strength gain to facilitate early strength of pavement repairs solely for

construction traffic unless approved by the Engineer.

If the Engineer approves the use of accelerating (Type C or E) admixtures, take extra precautions as necessary to ensure satisfactory finishing, curing, and protection of the concrete repairs. The Contractor assumes full responsibility for the performance of the concrete. The Engineer will determine final

Page 99: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 49 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

acceptance of the Type C repair concrete based on satisfactory field placement and performance, in accordance with 2302.3.G. “Repair Warranty.”

Provide color to match existing concrete in the field. Coordinate colored concrete with the

Engineer.

TABLE 2302-3 Mix 3R52 and 3RHE52 Opening Requirements

Anticipated Minimum Time to Opening *

Concrete Mix Grade

Admixture Dosage & Type

Based on

manufacturer’s recommended dosage

rate

Mix Design Responsibility

Testing and Strength Required for

Opening

≥ 7 calendar days 3R52 2461* Contractor None

< 7 calendar days to ≥ 12 hours

3R52 3RHE52 2461* Contractor Control Cylinders as

per 2302.3.B.4(c) † ‡

* Accelerating admixtures are not allowed when the ambient air temperature exceeds 80°F without the approval of the Concrete Engineer.

Use manufacturer’s recommended dosage rate to achieve 3000 psi minimum compressive strength or 500 psi flexural strength at the time of opening.

† The Contractor may request to the Engineer a reduction in the number of control specimens required based on the results of the control specimen strengths and site conditions.

‡ Do not allow construction vehicles or general traffic on Type C repairs unless a minimum of 12 hours has elapsed and control cylinders achieve a minimum compressive strength of 3000 psi or 500 psi flexural strength.

A.2 Placement Limitations

A.2.a Type A Repairs (1) Do not place joint sealant when the ambient temperature is below 40°F, nor when the

joint faces show signs of frost or moisture. (2) Do not perform Type A repairs until the concrete grinding operations are completed. (3) If the pavement joints are widened, seal the joints before traffic is placed on the repairs. (4) Do not place joint sealant outside of the manufacturer’s temperature recommendations.

A.2.b Type B Repairs

(1) Do not place concrete at ambient temperatures less than 50°F. (2) Do not place concrete when in-place pavement temperatures are below 50°F. (3) Do not place any concrete mixture after October 15th. (4) Do not place epoxy resin adhesive or non-shrink grout for bonding reinforcement bars to

in place concrete outside of the manufacturer’s temperature recommendations. (5) Do not use accelerating admixtures (Types C and E) when the ambient air temperature

exceeds 80°F without the approval of the Concrete Engineer.

Page 100: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 50 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

A.2.c Type C Repairs

(1) The Engineer will consider all drill and grout dowels bars installed and anchored to the in place concrete pavement prior to performing the Dowel Bar Anchoring Test Section (2302.3 E.5), as Unacceptable and Unauthorized Work, in accordance with Standard Specification 1512.

(2) Place concrete in accordance with 2461 and 2302.3.B.3.c in these provisions. (3) Do not place any concrete mixture after October 15th, unless approved by Concrete

Engineer, in conjunction with the Engineer, and an approved cold weather protection plan is in place.

(4) Do not place epoxy resin adhesive or non-shrink grout for bonding reinforcement bars or dowel bars to in place concrete outside of the manufacturer’s temperature recommendation.

A.2.d Dowel Bar Retrofits

(1) Do not place pre-blended Non-Shrink Rapid Set Concrete Material when the pavement temperatures are above 90°F.

(2) Maintain pre-blended Non-Shrink Rapid Set Concrete Material temperature at or below 90°F.

A.2.e Concrete Grinding

(1) Do not grind the concrete unless the openings times and minimum strengths established in either Table 2302-2, Table 2302-3 or, 2302.3.B.5.a of these provisions have been met.

(2) The Engineer will schedule a pre-grinding meeting at the project site. At the pre-grinding meeting, submit to the Engineer in writing the proposed Slurry Management Plan the grinding contractor will utilize to remain in conformance with Specification 1717. At the pre-grinding meeting, the Engineer and Contractor will review the site to identify the environmentally sensitive areas.

B General

Establish traffic control 1-day in advance of the beginning of the rehab operation for rehab surveys and locations.

B.1 Removals

Dispose of all removals outside the right of way in accordance with Specification 2104 to the satisfaction of the Engineer.

Repair any damage to any in-place pavement, roadway structure, joints, shoulders or appurtenance

caused by the Contractor’s operations as directed by the Engineer prior to final acceptance at no cost to the Department. Replace bituminous shoulder pavement, as directed by the Engineer, as an incidental cost to performing adjacent concrete repairs.

To prevent concrete pavement blow ups, saw full-depth relief cuts in the adjacent lanes and

remove a transverse section 4 inches wide by full-width of the slab as the Contractor determines necessary to protect the existing concrete pavement. If the Contractor chooses not to saw a relief cut and damage is caused to the remaining concrete pavement, the Contractor shall make repairs as directed by the Engineer, at no cost to the Department. Prior to opening to traffic, backfill the void formed after concrete removal with Class 5 or other material as approved by the Engineer at no cost to the department. Maintain the backfill material flush within a tolerance of +/- 1/2 inch with adjacent concrete.

B.2 Placing and Finishing Concrete

Use concrete placing and finishing procedures that do not result in rounding of the surface at any joints or headers.

Page 101: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 51 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Reestablish longitudinal and transverse joints and cracks according to Joint Repair (Type A1) detail.

Tool rounded edges adjacent to all inserts and forms.

Limit overcutting into adjacent lanes to the nominal radius of the saw blade. At no cost to the

Agency, seal overcuts into adjacent lanes in accordance with the Joint Repair Type A1 detail.

Assure that concrete repairs do not protrude beyond the original cross-section of the pavement by more than 3/8 inch by forming or sawing the edges.

Provide broomed surface texturing for skid resistance to all repairs, including when concrete

grinding is to take place.

B.3 Concrete Curing and Protection After completing final finishing operations, cure all exposed concrete surfaces. Use one of the

following curing methods:

(1.1) For Type B Repairs, place the membrane curing compound conforming to 3754 or 3755 within 10 minutes of concrete placement or once the bleed water has dissipated unless otherwise directed by the Engineer in accordance with 2302.3.B.3.a.1.

(1.2) For Type C Repairs, place the membrane curing compound conforming to 3754 or 3755 within 30 minutes of concrete placement or once the bleed water has dissipated unless otherwise directed by the Engineer in accordance with 2302.3.B.3.a.1. Place the membrane-curing compound on the edges within 30 minutes after permanent removal of the forms or curing blankets unless otherwise specified in the Contract.

(1.3) Place plastic curing blankets or completely saturated burlap curing blankets as soon as practical without marring the surface in accordance with 2302.3.B.3.a.2.

Whenever weather conditions are such as to cause unusual or adverse placing and finishing

conditions or equipment failures occur, expedite the application of a curing method or temporarily suspend the mixing and placing operations, as the conditions require.

If necessary to remove the coverings to saw joints or perform other required work, remove the

covering for the minimum time required to complete that work.

Failure to comply with the above provisions will result in the Engineer, in conjunction with the Concrete Engineer, applying a monetary deduction in accordance with 1503 and 1512 and the following:

(2.1) For Type B Repairs, the Department will apply a monetary deduction of 100% of the unit

bid price for the concrete in question. (2.2) For Type C Repairs, the Department will apply a monetary deduction of $100.00 per cu.

yd. or 50% of the Contractor-provided invoice amount for the concrete in question, whichever is less.

The Contractor may remove and replace the Type B or Type C Repairs at their own expense in

lieu of the monetary deduction.

Page 102: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 52 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

B.3.a Curing Methods

B.3.a.1 Membrane Curing Method

Before application, agitate the curing compound as received in the shipping container to obtain a homogenous mixture. Protect membrane-curing compounds from freezing before application. Handle and apply the membrane-curing compound in accordance with the manufacturer’s recommendations.

Use an airless spraying machine for applying the curing compound on the concrete that complies

with the following:

(1.1) A re-circulating bypass system that provides for continuous agitation of the reservoir material,

(1.2) Separate filters for the hose and nozzle, and (1.3) Multiple or adjustable nozzle system that provides for variable spray patterns.

Apply the curing compound in accordance with the following:

(2.1) At a rate of 1 gal per 150 sq. ft of surface area. (2.2) Apply curing compound homogeneously to provide a uniform, solid, white opaque

coverage on all exposed concrete surfaces (equal to a white sheet of typing paper). If using a Department - approved curing compound with a non-white base color, apply the compound to provide a uniform, solid, opaque consistency meeting the intent of the requirement in this section.

(2.3) Use a clear curing compound for colored concrete. (2.4) If the curing compound is damaged during the curing period, immediately repair the

damaged area by re-spraying. (2.5) If the Engineer determines that the initial or corrective spraying result in unsatisfactory

curing, the Engineer may require the Contractor to use the blanket curing method at no additional cost to the Department.

B.3.a.2 Blanket Curing Method

After completion of the finishing operations and without marring the concrete, cover the concrete with curing blankets. Install in a manner that envelops the exposed concrete and prevents loss of water vapor. After the concrete has cured, apply membrane curing compound to the concrete surfaces that will remain exposed in the completed work.

B.3.b Protection Against Rain

Protect the concrete from damage due to rain. Have available, near the site of the work, materials for protection of the edges and surface of concrete. Should any damage result, the Engineer will suspend operations until corrective action is taken and may subject the rain-damaged concrete to 1503 and 1512.

B.3.c Protection Against Cold Weather for Full Depth (Type C) Repairs

If the national weather service forecast for the construction area predicts air temperatures of 36 °F or less within the next 24 h and the Contractor wishes to place concrete, submit a cold weather protection plan.

Protect the concrete from damage including freezing due to cold weather. Should any damage

result, the Engineer will suspend operations until corrective action is taken and may subject the damaged concrete to 1503 and 1512.

Page 103: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 53 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

B.3.c.1 Cold Weather Protection Plan

Submit a proposed time schedule and Plans for cold weather protection of concrete in writing to the Engineer for acceptance that provides provisions for adequately protecting the concrete during placement and curing. Include a method of monitoring the concrete temperatures. Ensure concrete pavement repair temperatures remain above 32° F for the entire cure time as defined in 2302.3.B.4 (c). Do not place concrete until the Engineer accepts the Contractor's cold weather protection plans.

B.4 Opening to Construction Equipment and Traffic

The Engineer will not allow the Contractor to open concrete pavement repairs to construction equipment / vehicles, concrete grinding equipment, cleanup equipment or, public traffic unless one of the following requirements has occurred:

(1) When MnDOT designed 3U18 concrete or Contractor designed 3R52 / 3RHE52 concrete attains a minimum age of 7 calendar days, or

(2) When MnDOT designed 3U18 concrete attains a minimum age of 72 hours and the admixture type, dosage rate, and minimum ambient temperature requirements outlined in Table 2302-2 are met, or

(3) MnDOT designed 3U18 concrete or Contractor designed 3R52 or 3RHE52 concrete attains a minimum age of 12 hours and control strength specimens obtain minimum compressive strength of 3000 psi, or minimum flexural strength of 500 psi.

(4) For dowel bar retrofits repairs, reached a minimum age of 4 hours and control strength specimens obtain minimum flexural strength of 500 psi, or minimum compressive strength of 3000 psi.

(5) For both (3) and (4) above, the Contractor will cast and cure the control specimens in accordance with 2461. The Engineer will test the control specimens in accordance with ASTM C39. If the Engineer is unable to test the control specimens the Contractor will test the control specimens in accordance with the following: (5.1) Supply and operate (in the presence of the Engineer) a calibrated mechanical or

hydraulic concrete cylinder testing machine, in accordance with ASTM C39; (5.2) Perform testing at a distance no greater than 30 miles from the control specimen

fabrication site; and (5.3) At no additional cost to the Department.

When opening times are less than 3 days, provide the Engineer with a letter from the manufacturer

stating the required minimum cure times of the Epoxy Resin Adhesive (ERA) or Non-Shrink Grout (NGS) used to anchor either the dowel bars or reinforcement bars comply with the early opening times. Do not open to construction equipment or traffic until the manufacturer’s recommended minimum cure times are met.

Once one of the above conditions has been met, sweep the portion of the closed traffic lane with a

power pick-up broom prior to opening. Use water to control dust at the discretion of the Engineer.

C Type A Repairs Type A repairs include: Variable Width Joint Crack Repair / Joint Repair (Type A1) and Variable

Width In place Joint or Crack Repair / Joint Repair (Type A2).

Saw and clean transverse and longitudinal joints or cracks as specified below, in preparations for sealing, seal joints or cracks.

C.1 Removals

When performing Variable Width Joint Crack Repair / Joint Repair (Type A1):

Page 104: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 54 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Remove the in place joint sealer if applicable. The Contractor may remove the in place joint sealer

in conjunction with widening of the in place joint or crack.

Widen in place or newly constructed transverse or longitudinal joint or crack by saw cutting and to a depth shown on the Variable Width Joint Crack Repair / Joint Repair (Type A1) detail. Freshly saw both joint faces. Do not widen the in place joint or crack greater than 1/4 inch from its existing width.

When performing the Variable Width in Place Joint or Crack Repair / Joint Repair (Type A2):

Remove all of the existing joint seal material from the in place joint insofar as possible with

ripping teeth, wire brush, sawing or other reasonable equipment to the satisfaction of the Engineer.

Do not use equipment that will cause spalling of the pavement surface.

C.2 Preparation Thoroughly clean all joints and cracks by water flushing immediately after sawing.

After joint has dried, sandblast then air blast.

Assure that the joints or cracks are clean, dry, and free of all incompressible material before

applying sealant.

C.3 Repair Install a closed cell backer rod when joints or cracks are 1/4 inch or greater. Install backer rod of a

diameter and to the depth shown on the Joint Repair (Type A) details.

Use a MnDOT Approved hot pour joint sealer meeting the requirements of Specification 3725.

Apply joint sealer in accordance with the Manufacturer’s recommendations.

Fill joints or cracks to 1/16 inch below the pavement surface. Any overfilling of hot pour joint sealer will require removal and replacement by the Contractor at no cost to the Department.

D Type B Repairs

Type B Repairs include: Partial Depth Repair (Type BA), Partial Depth Repair Special (Type BE), and Joint and Crack Repair (Type B3).

Remove deteriorated concrete at designated (Type B) repair areas, reestablish joints and cracks,

furnish, place, and cure 3U18 concrete to the original slope and grade, saw and seal reestablished joints.

D.1 Removals The Engineer will not allow “Jackhammers” for partial depth concrete removals. Removal

chipping hammers are limited to a maximum rated weight of 35 pounds.

Equip milling machines used for concrete removal with a device for stopping at preset depths to prevent damage to the dowel bars.

Remove the concrete surface and all deteriorated concrete in the designated repair areas to a

minimum depth of 2 inches.

Do not damage the dowel bars during the removal process. Any damage is the responsibility of the Contractor.

Page 105: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 55 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Remove the concrete surface in the designated repair area by either of the following: (1) Milling transversely or longitudinally. Chip-out secondary spalling resulting from the

contractor’s removal operations at no cost to the Department. (2) Delineate the repair area by saw cuts and chipping back the saw cuts to a 30°- 60° angle.

D.2 Preparation

If dowel bar or reinforcement bars cross-sectional loss due to corrosion is slight, place duct tape over the dowel bar, or another bond breaking material approved by the Engineer. Cut or burn-off the bar if the dowel bars are misaligned, exhibit corrosion to a greater degree or if the end of the dowel is exposed. If this involves more than three adjacent dowels, remove and replace the entire joint with a Full Depth Repair (Type CD).

Sandblast then air blast Type B Repairs clean.

Drill and grout No.4 epoxy coated reinforcement bars for Partial Depth Repair Special (Type BE).

Maintain a minimum of 1 in concrete cover around bar. Install additional drill and grout No.4 epoxy coated bars at 6 in center-to-center while maintaining the minimum concrete cover.

The installation of the preformed joint filler is required before concrete placement in order to

reestablish the joint or crack within the repair and to prevent the infiltration of the concrete into the crack or joint that runs through the repair. Allowing concrete to infiltrate into the joint or crack may cause a compression failure.

In some instances (mainly when concrete is removed under dowel bars), the preformed joint filler

will not completely plug the joint or crack within the repair. If this circumstance is encountered, remove a section of the dowel to allow the placement of the preformed joint filler or place clean concrete sand to fill the void below the joint filler.

The practice of using sand in places where joint filler installation is impractical may result in a

reduced repair life and is meant to be used on an occasional basis. Therefore, the Engineer should make an early determination of the extent of this type of fix and may want to use a Full Depth Repair (Type CD) in lieu of the Crack and Joint Repair (Type B3). The practice of using sand in places where joint filler installation is impractical may result in a reduced repair life and is meant to be used on an occasional basis. Therefore, the Engineer should make an early determination of the extent of this type of fix and may want to use a Full Depth Repair (Type CD) in lieu of the Crack and Joint Repair (Type B3).

The Engineer may allow sawing for joint establishment when all of the following conditions exist: (1.1) Precautions are taken to prevent infiltration of concrete into underlying joint, (1.2) Depth of the entire Type B repair remains above dowel bars, (1.3) In order to prevent compression spalls, saw cut the entire depth of the Type B repair, (1.4) Green sawing takes place in a timely manner, to prevent random cracks, and (1.5) Green sawing does not produce excessive spalling.

The Engineer will not allow sawing for joint establishment if any of the following conditions

exist: (2.1) Type B repair depth extends below the top of the dowel bars, or (2.2) Type B repair is used to repair a random crack.

D.2.a Application of Bonding Agent

The Contractor will choose a method for bonding the 3U18 mix to the in-place concrete in accordance with the following:

Page 106: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 56 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

(1) Bonding Grout/Slurry Method

(1.1) Provide and place bonding grout to the prepared concrete repair surface consisting of 2 parts of Type I or Type I/II portland cement and 1 part sand, mixed with sufficient water to form a slurry.

(1.2) Mix the grout mechanically and apply by brushing or scrubbing (with a stiff bristle broom) on to the in place concrete surface. After applying the grout/slurry, immediately backfill repair with concrete.

(1.3) If the bonding grout dries or whitens prior to backfilling, discontinue the concrete backfill operation. Re-sandblast the repair prior to reapply grout and concrete backfill.

(1.4) The life of the grout shall not exceed one hour.

(2) Water Bonding Method (2.1) Apply clean potable water to the sandblasted concrete surface to achieve a

saturated condition prior to concrete (3U18) backfilling. Apply multiple applications of potable water as necessary to achieve a saturated condition.

(2.2) If standing water is visible within the limits Type B repair, discontinue concrete backfill operations.

(2.3) In accordance with 2302.3.D.3, an application of slurry/grout is still required at the repair surface.

D.3 Repair

Furnish concrete (MnDOT Grade 3U18), mix, place, surface finish, apply broom texture, apply grout slurry, cure and, saw and seal.

Provide a repaired surface tolerance that does not vary by more than 1/8 inch from the existing

pavement surface as measured with a straight edge placed over the repair. Replace or grind the repair as necessary to correct deficiencies.

After radius edging all inserts, final finishing and providing broomed surface texture; apply a

heavy application of bonding grout/slurry at the surface interface (around the perimeter) of the Type B repair and the in place concrete pavement. Position the grout/slurry band so 1 inch is over the in place pavement and 3 inches is located over the newly placed repair.

Apply the concrete cure in accordance with 2302.3.B.3, and protect the concrete repair from

damage.

Saw and seal reestablished joints and cracks within Type B repairs in accordance with the Variable Width Joint Crack Repair / Joint Repair (Type A1).

E Type C Repairs

Type C Repairs include: Full Depth Repair (Type CD-LV), Full Depth Repair (Type CD-HV), Pavement Replacement (Type CX), Full Depth Repair (Type CA-LV), Spot Full Depth Repair (Type C1-LV) and Utility Trench Full Depth Repair (Type C2).

All repairs with the designation LV are intended for use on non-state designated roadways

only. The Full Depth Repair (Type C1-LV, Type C2-LV and CA-LV) are for use on projects with small quantity of repairs. Contact the Concrete Engineering Unit for recommendations.

Saw cut concrete full depth and perform full-depth concrete removal; restore and compact the

grade; install reinforcement bars, dowel bars, or both; and furnish, place, finish, and cure concrete and saw and seal joints.

Page 107: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 57 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

E.1 Removals Saw cut the concrete pavement full depth.

Remove in place concrete pavement. Removal of the concrete pavement must take place within 48

hours of the full depth saw cutting, unless otherwise allowed by the Engineer.

Repair or replace any damage to the adjacent pavement that occurs during the removal process to the satisfaction of the Engineer and at no cost to the Department.

E.2 Preparation

Furnish and install 18 in x 1.25 inch diameter dowel bars in conformance with Specification 3302 and details, or when the Full Depth Repair is used in the longitudinal direction furnish and install 18 in No. 8 epoxy coated reinforcement bars, in lieu of the dowel bars, in conformance with Specification 3301 and details. Provide dowel bars or reinforcement bars that are free of dirt, grease, oil or other foreign material.

Use drill bit(s) 1/8 inch or greater than the nominal outside diameter of the dowel bar or epoxy

coated reinforcing steel that are anchored to the in place concrete pavement.

Provide a drill assembly or gang drill assemblies capable of drilling straight and true holes, to the required penetrating depth, drilling at mid concrete pavement thickness, and to the tolerances shown below.

Install dowel bars in Full Depth Repair (Type CD-LV), Full Depth Repair (Type CD-HV) and if

applicable the Spot Full Depth Repair (Type C1-LV) in accordance with the following tolerances: (1) The final placement of the dowel bars is 9 in into the face of the in place concrete slab, (2) Parallel to the top of the pavement within +/- 1/4 inch, (3) Parallel to the other dowel bars within +/- 1/8 inch, and (4) Parallel to the roadway centerline +/- 1/2 inch.

Place dowel bar baskets assemblies as outlined in the Pavement Replacement (Type CX) and Full

Depth Repair (Type CA-LV) details.

Use either the Epoxy Resin Adhesive (ERA) or Non-Shrink Grout (NSG) Installation Method to anchor the dowel bars and reinforcement bars into the concrete. Clean and prep the drilled holes in accordance with adhesive manufacturer’s recommendations.

Final approval of the methods used to anchor dowels or reinforcement bars is based on actual field

performance as verified by random coring.

E.2.a Epoxy Resin Adhesive (ERA) Installation Method From the approved products list furnish an ERA material with a stated application of anchoring

dowel bars or reinforcement bars. Provide to the Engineer an installation data sheet from the manufacturer. The ERA will meet AASHTO M 235 Type IV (Load Bearing Applications), Grade 3 (Non-sagging consistency) and of a Class (Temperature Range) to match the pavement temperature at the time of application. ERA Class (Temperature Range) designations are as follows:

(1) Class A, for use below 40°F. (2) Class B, for use between 40°F and 60°F. (3) Class C, for use above 60°F the highest allowable temperature to be defined by the

manufacturer of the ERA.

Page 108: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 58 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

When pavement temperatures are below 40°F use Class A, when pavement temperatures are

between 40°F and 60°F use either Class A or B, when pavement temperatures are above 60°F use Class A, B or C.

ERA injection can be by either a mechanical caulking apparatus or a pneumatic injection system

and have a nozzle capable of reaching and filling the back of the drill hole. In accordance with the manufacturer’s recommendations, fill drill hole with adhesive and insert dowel or reinforcement bars.

E.2.b Non-Shrink Grout (NSG) Installation Method

From the approved products list furnish a NSG material with a stated application of anchoring horizontal dowel bars or reinforcement bars. Provide to the Engineer an installation data sheet from the manufacturer of NSG material.

Provide either self-contained grout capsule or pre bagged NSG utilizing an injection system

capable of reaching and filling the back of the drill hole.

E.3 Prior to Concrete Placement When placing concrete adjacent to in place concrete pavement joints, protect all ends of transverse

joints to the satisfaction of the Engineer to prevent concrete mortar from infiltrating into the existing joints, resulting in compression spalls.

Do not remove any preformed joint filler used in the re-establishment of joints in Type C repairs,

except by sawing or as allowed by the Engineer.

E.4 Repair Furnish, place, finish, and cure concrete grades 3R52 or 3RHE52 for all Type C repairs.

In accordance with full depth repair details Types CD-HV, CD-LV, and CA-LV, furnish, and

place transverse No. 4 epoxy coated reinforcing steel.

In accordance with the full depth repair detail Type C2-LV, furnish both transverse and longitudinal reinforcing steel.

In accordance with Pavement Replacement (Type CX) repair detail, drill and grout No. 4 by 18 in

long epoxy coated reinforcing (tie) steel into the adjacent lane at a spacing of 30 in.

The Engineer will require corrective work on vertical surface deviations greater than 1/4 in within the span of the 10 ft straightedge in any direction. For corrected variations, the Engineer will accept deviations less than or equal to 1/4 in within the span of a 10 ft straightedge in any direction.

Restore contraction joints by green sawing to a depth of 1/3 of the pavement thickness.

In accordance with Joint Repair (Type A1) detail, prepare and seal all saw cuts and reestablished

cracks.

E.5 Dowel Bar Anchoring Test Section Provide a dowel bar anchoring test section consisting of a complete Full Depth Repair (Type CD)

at a site directed by the Engineer at least one (1) day prior to startup of major Full Depth Repair (Type CD) operations. Perform the dowel bar anchoring test section as follows:

(1.1) Saw cut and remove in place pavement to the dimensions shown on the Full Depth Repair (Type CD) detail.

Page 109: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 59 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

(1.2) In the test section drill and install either 6 or 11 dowels in accordance with appropriate

Full Depth Repair (Type CD). (1.3) Use either an MnDOT approved Epoxy Resin Adhesive or Non-Shrink Grout as an

adhesive to secure the dowel bars to the in place concrete pavement. (1.4) Cure the dowel bar anchoring adhesive at least 4 hours before coring. (1.5) DO NOT PLACE CONCRETE IN THE DOWEL BAR TEST SECTION. (1.6) The Engineer will identify and mark three (3) core locations on a single side of the Full

Depth Repair (Type CD). (1.7) Take three (3) – 4 inch diameter full depth cores centered on the dowel and 1 inch from

the sawed vertical face.

The Engineer in conjunction with the Concrete Engineer will determine if the anchoring of the dowels is acceptable. The Concrete Engineer considers the anchoring method acceptable if no air voids are greater than ¼ inch in any direction. All cores will become the property of the Engineer.

If the Engineer determines the anchoring of the dowels is acceptable: (2.1) The Engineer will notify the Contractor to begin production operations. (2.2) The Engineer’s continued acceptance is based on satisfactory placement and

performance. (2.3) Place a full depth saw cut offset 1 foot from the vertical face of the test section. (2.4) Completely remove the cored side of the dowel bar test section. (2.5) Drill and anchor a new set of dowels as shown on the Full Depth Repair (Type CD). (2.6) The Engineer will pay for the work in this paragraph at the unit bid price of Full Depth

Repair (Type CD) and Pavement Replacement (Type CX). (2.7) The working days for the test section are built into the total Contract Time.

If the Engineer determines the anchoring of the dowels is not acceptable: (3.1) The Engineer will require the removal of the first test section. (3.2) The Engineer will require another test section at the contractor’s expense. (3.3) The Engineer will not extend the contract time for the additional test section.

The Engineer will consider the work in this section as incidental to the unit bid price for Full

Depth Repair (Type CD) and Pavement Replacement (Type CX).

Provide traffic control for the test section in accordance with “Temporary Traffic Control Zone Layouts” or as shown in the Plans.

E.6 Dowel Bar Anchoring Assurance

At the Engineer’s discretion, the Contractor will take additional cores to confirm consistent dowel bar or reinforcing steel anchoring. For each 1500 Lineal Feet of Full Depth Repair (Type CD), the Engineer will randomly choose two separate repairs and mark a dowel bars for an assurance core. The Engineer will review the cores to determine if the anchoring operations remain acceptable. If the dowel bars show air voids greater than that specified in 2302.3.E.5, take additional cores as directed by the Engineer to determine the severity.

The Engineer will suspend Full Depth Repair operations if dowel bars are anchored improperly.

Operations will not resume until the Contractor has demonstrated to the Engineer that the problem which caused the air voids is corrected.

If the cores show proper anchoring, back fill core holes with concrete mix 3U18.

Page 110: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 60 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

When the coring operations have shown no problems with the Contractor’s dowel bar anchoring

operations, the Engineer may decrease the frequency to two (2) assurance cores for every 3000 lineal feet of Full Depth Repair (Type CD).

The Engineer will consider the work in this section as incidental to the unit bid price for Full

Depth Repair (Type CD) and Pavement Replacement (Type CX).

F Dowel Bar Retrofit Retrofit dowel bars in mainline joints and/or mid panel cracks as shown on the Plans. Perform

Dowel Bar Retrofits only after all other repairs are completed on the joint or crack.

F.1 Removal Schedule operations so that all concrete removed during any work shift is replaced with dowel

bars and backfill material prior to the time the lane is re-opened to traffic.

Employ saws equipped with gang mounted diamond blades capable of cutting the required amount of slots in each wheel path simultaneously. Vacuum up and remove water and saw residue from the pavement surface. Skewed joints or cracks may require slots longer than that specified in the details. The Engineer will not provide compensation for the additional sawing or any component of the dowel bar retrofit beyond the limits shown on the detail required to ensure at least 7 inches of dowel bar is placed on each side of the joint or crack. Limit traffic to five (5) days on sawn slots prior to completing the retrofit operation. For smaller projects (100 bars or less), the Engineer may allow walk-behind saws instead of slot saws as long as a template is used to ensure the slot locations are within the tolerances specified on the Dowel Bar Retrofit detail and below.

Make two saw cuts in the pavement to outline the longitudinal sides of each dowel bar slot. Saw

the slots to the depth and length that allows placing the dowel at mid-depth in the pavement slab. Place the slot saw cuts:

(1) Parallel to the top of the pavement within +/- 1/4 inch, (2) Parallel to the other slots within +/- 1/8 inch, and (3) Parallel to the roadway centerline +/- 1/2 inch.

NOTE: Always measure dowel bar offsets from the roadway centerline.

Remove the concrete between the parallel saw cuts with a chipping hammer. Do not punch

through the bottom of the slot or dislodge the pavement that is to remain in place. During concrete removal operations, use a small brush hammer as necessary to produce a flat, level surface within the slot for placing the bar in the proper location. Dispose of the removal debris on a daily basis, unless otherwise approved by the Engineer.

F.2 Preparation

F.2.a Slot Cleaning and Preparation

Sufficiently clean the bottom of the slots with a chipping or brush hammer to allow the dowel bar assembly to sit parallel to the pavement surface.

If needed dry the slot before sandblasting with a high pressure air blasting heat lance.

Sandblast the vertical sides and bottom of the slot after the concrete removal operations to remove

all loose debris and saw residue. Continue to sandblast until all the sawing residue is removed and the vertical sawed faces are rough to the touch. The Contractor may recommend alternative methods of

Page 111: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 61 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

roughening for approval by the Engineer. The Engineer will require additional sandblasting if the slots become wet from any source after initial sand and air blasting other than 2302.F.3.

Immediately before beginning sealing of the joint or crack inside the slot, further clean all exposed

surfaces and cracks with a “moisture and oil free” high pressure air blasting of 150 psi minimum.

Protect traffic from sand and air blasting in a manner approved by the Engineer.

F.2.b Sealing Joints and Cracks in Slot After sand and air blasting the slot, seal the bottom and sides of the crack with caulking material to

keep the patching material from leaking into the joint or crack. Cure caulking material for a minimum of 2 hours or until tack free or according to the manufacturer's recommendations, whichever is longer, prior to placing the approved rapid set non-shrink concrete. The caulking filler shall not extend 1/2 inch beyond each side of the existing joint or crack. The Contractor may complete sealing of the cracks in conjunction with furnishing and installing the dowel assembly.

F.2.c Placing Dowel Assembly into Slot

Supply dowel bar chairs that provide a minimum of 1/2 in clearance between the bottom of the dowel and the bottom of the slot and with sufficient rigidity to hold the dowel bar in place during concrete placement and vibratory consolidation.

Furnish and install preformed joint filler in accordance with 2302.2.H.3, Dowel Bar Retrofit

details, and the following: (1.1) Provide a round hole in the preformed joint filler the same nominal diameter as the

specified dowel bar. Use a slightly larger hole when necessary to accommodate a skewed joint or crack.

(1.2) Slots cut into the preformed joint filler to accommodate the dowel bar are not allowed. (1.3) Locate the hole to provide enough preformed joint filler below the dowel to extend to the

bottom of the slot. (1.4) The preformed joint filler is required to remain centered over the joint or crack and tight

to the bottom and edges of the slot during placement of the concrete. If the preformed joint filler shifts during construction operations or if a crack forms adjacent to the preformed joint filler, the Engineer will require removal and replacement of the dowel bar retrofit at the Contractor’s expense.

Apply form release agent as a bond breaker on dowel bars prior to their placement in the slots.

Install dowel assembly that has the bond breaker applied and is fitted with the compressible foam

core board material, the support chairs, and the ¼ inch expansion caps on both ends into the slot in accordance with the following:

(2.1) Parallel to the top of the pavement within +/- 1/4 inch, (2.2) Parallel to the other slots within +/- 1/8 inch, (2.3) Parallel to the roadway centerline +/- 1/2 inch

NOTE: Measure dowel bar offsets from the roadway centerline (2.4) Minimum of 1/2 inch clearance between the bottom of the dowel and the bottom of the

slot.

F.3 Repair Thoroughly moisten (with potable water) all surfaces of the slot immediately prior to filling with

backfill material. The Engineer will not allow standing water in the slot.

Page 112: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 62 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Fill each prepared slot with an approved rapid set non-shrink concrete for dowel bar retrofit

repairs. Ensure the compressible foam core board remains upright over the existing joint or crack during the backfill operation. Vibrate the rapid set non-shrink concrete with a small 1 inch diameter hand-held vibrator capable of thoroughly consolidating the concrete around the dowel bar and support chairs and without segregation.

Finish the concrete flush to within a tolerance of 1/16 inch above the adjacent concrete surface.

When concrete grinding is part of the Contract, leave the surface of the backfill material 1/4 inch above the adjacent concrete surface.

Immediately after final finishing, coat concrete with a membrane curing compound in accordance

with 2302.3.B.3.

F.4 Test Section Provide a test section consisting of complete dowel bar retrofit at a site directed by the Engineer at

least three (3) days prior to startup of major operations as follows: (1.1) Install 24 retrofit dowels in the test section. (1.2) The Engineer will identify and mark three (3) locations for coring. (1.3) Take three – 4 inch diameter full depth cores through the dowel bar retrofits at least 4

hours after completion of the test section.

The Engineer will determine if the retrofitting operation is acceptable.

If the Engineer allows the retrofitting operation to continue: (2.1) The Engineer will notify the Contractor to begin production operations. (2.2) The Engineer’s continued acceptance is based on satisfactory placement and

performance. (2.3) Completely remove and replace the dowel installation where the core samples were

taken. (2.4) The Engineer will pay for the work in this paragraph at the unit bid price for Dowel Bar

Retrofit. (2.5) The working days for the test section are built into the total Contract Time.

If approval of the retrofitting operation is not given: (3.1) The Engineer will require the removal of the first test section. (3.2) The Engineer will require another test section. (3.3) The Engineer will not extend the contract time for the additional test section.

Provide traffic control for the test section in accordance with “Temporary Traffic Control Zone

Layouts” or as shown in the Plans.

The Engineer will consider the work in this section as incidental to the unit bid price for Dowel Bar Retrofit.

F.5 Opening to traffic

The Engineer will not permit traffic by the public or Contractor on the newly placed concrete patching material until adequate strength is achieved, according to the manufacturer's recommendations or 3000 psi whichever is greater.

F.6 Retrofit Dowel Bar Placement Alignment Assurance

At the Engineer’s discretion, the Contractor will take additional cores to confirm consistent dowel placement and proper consolidation for each 600 bars placed. The Engineer will randomly mark two

Page 113: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 63 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

retrofit locations for assurance coring. The Engineer will review the cores to determine if the retrofitting operation is acceptable. If the dowels are located incorrectly or air voids exist around the dowel bars, take additional cores, as directed by the Engineer, to determine the severity.

The Engineer will suspend dowel retrofitting operations if dowels are installed improperly. Dowel

retrofitting operations will not resume until the contractor has demonstrated to the Engineer that the problem which caused the improper dowel positions or air voids is corrected. Replace any individual Dowel Bar Retrofit not functioning or damaged at the expense of the Contractor.

The Engineer will not allow water from the coring operation to flow across lanes occupied by

public traffic or flow into closed drainage facilities.

After removal of the cores, completely remove and replace the dowel installation where the core samples were taken.

When the coring operations have shown no problems with the Contractor’s placement operations,

the Engineer may decrease the frequency of assurance cores to every 1200 bars placed or more at the discretion of the Concrete Engineer.

Provide traffic control for the coring in accordance with “Temporary Traffic Control Zone

Layouts” or as shown in the Plans.

The Engineer will consider the work in this section as incidental to the unit bid price for dowel bar retrofit.

G Repair Warranty

Remove and replace areas of failure that appear within thirty (30) calendar days at no cost to the Department. The 30 calendar day warranty will commence after all Type B, Type C, Dowel Bar Retrofits repair and Concrete Grinding (when required) are completed in a single traffic lane. The continuity of a single traffic lane is not broken by either staging or project exceptions unless otherwise authorized by the Engineer. Any subsequent warranty repairs are subject to the 30 calendar day specification at no cost to the Department.

Failures include (but are not limited to) the loss of bonding to the in place concrete or crack

apparent in the repair other than the desired crack in the newly constructed joint or re-established crack.

Supply traffic control as requested by the Department for inspection of repairs within the 30 calendar day warranty period and for the removal and replacement of repair failures.

2302.4 METHOD OF MEASUREMENT

The Engineer will:

(A) Not measure extra width to accommodate the Contractor's equipment. Any extra width to accommodate the Contractor's equipment is at the Contractor's expense.

(B) Measure Variable Width Joint or Crack Repair / Joint Repair (Type A1) by the lineal length. The

Engineer will not take separate measurements for varying widths. The Engineer will not measure and pay the restoration of joints and cracks through or alongside any Type B, Type C or Dowel Bar Retrofit repairs under this item.

(C) Measure Variable Width In Place Joint or Crack Repair / Joint Repair (Type A2) by the lineal

length. The Engineer will not take separate measurements for varying widths.

Page 114: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 64 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

(D) Measure Partial Depth Repair (Type BA) by the actual area of the repair. Take the measurements for the area calculations at the pavement surface; include the 30 to 60 degree tapers in the measurements for the area calculations.

(E) Measure Joint and Crack repair (Type B3) by the lineal length. The Engineer will take additional

measurements for payment under this or other Type B repairs only when the following requirement are met: (1) In isolated areas the typical width of the repair is exceeded and the measured quantity is

equal to or greater than 1 square foot. This is not a cumulative quantity within a single Type B3 repair.

(2) A full width pass with the mill is taken on both sides of the joint or crack as directed by the Engineer.

(3) The Type B3 repair is placed on only one side of the joint or crack, and the opposite side of the joint or crack requires an additional repair when directed by the Engineer, regardless of the size of the repair preformed.

(F) Measure Partial Depth Repair Special (Type BE) by the area of the repair. Take the measurements

for the Partial Depth Repair Special (Type BE) area calculation at mid depth of the concrete pavement. Pay in conjunction with the Partial Depth Repair (Type BA) or Joint and Crack repair (Type B3). The Engineer will take measurements for the Partial Depth Repair Special (Type BE) only when the following requirements are met:

(1) When the in place concrete pavement is removed full depth, when the grade below the

concrete pavement is visible and (2) When reinforcement bars are furnished and installed as shown in Partial Depth Repair

Special (Type BE) detail and at least one reinforcement bar is installed per unit of measure.

When the above requirements are not met the Engineer will only take measurements for payment on the Partial Depth Repair (Type BA) or Joint and Crack repair (Type B3) regardless of the depth of the repair.

(G) Provide measurement for payment for overlapping Type BA and Type B3 repairs for the most

expensive repair only.

(H) Measure the Full Depth Repair (Type CD) by the lineal width. Take a single lineal measurement of the repair at a right angle from the standard dimension of 4 feet as shown on the Full Depth Repair (Type CD) detail. Unless the repair is placed at a skew to the roadway center line, then take the single lineal measurement along the skewed saw cut.

(I) Measure the Pavement Replacement (Type CX and Type CX (Special)) by the area of the repair.

Pay Pavement Replacement (Type CX and Type CX (Special)) in conjunction with the Full Depth Repair (Type CD) or the Full Depth Repair (Type CA-LV). When the standard dimension of 4.0 feet as outlined on the Full Depth Repair (Type CD) or Full Depth Repair (Type CA-LV) detail is exceeded, measure the area that is outside the 4.0 feet dimension as Pavement Replacement (Type CX and Type CX (Special)).

(J) Measure the Spot Full Depth Repair (Type C1-LV) by area of the repair.

(K) Measure the Utility Trench Full Depth Repair (Type C2-LV) by area of the repair.

Page 115: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 65 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

(L) Measure the Full Depth Repair (Type CA-LV) by the lineal width. Take a single lineal

measurement of the repair at a right angle from the standard dimension of 4 feet as shown on the Full Depth Repair (Type CA-LV) detail. Unless the repair is placed at a skew to the roadway centerline, then take the single lineal measurement along the skewed saw cut.

(M) Measure individual Dowel Bars per each, as supplied in dowel bar basket assemblies for Pavement

Replacement (Type CX) repairs.

(N) Measure Drill and Grout Reinforcement bars per each, as furnished and installed as tie bars for Pavement Replacement (Type CX) of 75 feet or greater in length.

(O) Measure Dowel Bar Retrofit per each dowel bar successfully installed.

(P) Measure Supplemental Reinforcement (Epoxy Coated) used for supplemental pavement

reinforcement by mass. 2302.5 BASIS OF PAYMENT

The Engineer will pay for the various types of pavement, crack, joint and surface repairs in accordance with the schedule set forth below at the corresponding Contract unit bid price for each separate item of work. Which is compensation in full for costs of all materials, equipment, and labor required to complete the work as specified in the repair detail, to the satisfaction of the Engineer. Concrete mixes are considered incidental to the work in which they are incorporated.

(A) Payment for Variable Width Joint or Crack Repair / Joint Repair (Type A1) at the contract price

per unit of measure is full compensation for all cost including but not limited to the cost of removing and disposing of the in place joint sealer, sawing cutting both faces of the joint or crack to the proper depth and width, cleaning, sandblasting. Furnishing and installing backer rod of the proper size and to the proper depth. Furnishing and installing (hot poured) Joint and Crack Sealer (3725). Cleanup, and any other materials, labor, or equipment necessary to complete the work as specified.

(B) Payment for Variable Width In Place Joint or Crack Repair / Joint Repair (Type A2) at the

contract price per unit of measure is full compensation for all cost including but not limited to: Removing of the in place joint sealer, cleaning, sandblasting, furnishing and installing backer rod of the proper size and to the proper depth. Furnishing and installing (hot poured) Joint and Crack Sealer (3725). Cleanup, and any other materials, labor, or equipment necessary to complete the work as specified.

(C) Payment for Partial Depth Repair (Type BA) at the contract price per unit of measure is full

compensation for all cost including but not limited to: Removing and disposing of the in place concrete pavement as marked by the Engineer, tapering the edges of the repair back at 30 to 60 degrees, cleaning, sandblasting and air blasting, furnishing and installing bonding grout, furnishing and installing preformed joint filler to reestablish the joint or crack within or along the repair. Furnishing and placing concrete within the repair, vibrating, screeding, finishing, applying surface texture, placing cement and sand slurry around the edges, curing and protecting the concrete. Sawing and sealing reestablished joints and cracks in accordance with the Joint Repair (Type A1) detail. Cleanup, and any other materials, labor, or equipment necessary to complete the work as specified.

(D) Payment for Joint and Crack repair (Type B3) at the contract price per unit of measure is full

compensation for all cost including but not limited to: Removing and disposing of the in place concrete pavement as marked by the Engineer, tapering the edges of the repair back at 30 to 60

Page 116: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 66 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

degrees, cleaning and sandblasting, furnishing and installing preformed joint filler to reestablish the joint or crack within or along the repair, furnishing and installing bonding grout. Furnishing and placing concrete within the repair, vibrating, screeding, finishing, applying surface texture, placing cement and sand slurry around the edges, curing and protecting the concrete. Sawing and sealing reestablished joints and cracks in accordance with the Joint Repair (Type A1) detail. Cleanup and any other materials, labor, or equipment necessary to complete the work as specified.

(E) Payment for Partial Depth Repair Special (Type BE) at the contract price per unit of measure is

full compensation for all cost including but not limited to: Removing and disposing of the in place concrete pavement as marked by the Engineer, cleaning, sandblasting and air blasting, furnishing and grouting reinforcement bars (epoxy coated), furnishing and installing bonding grout, furnishing and installing preformed joint filler to reestablish the joint or crack within or along the repair. Furnishing and placing concrete within the repair and vibrating.

(F) If after removal the Engineer changes the initial Partial Depth Repair (Type BA) or Joint and

Crack Repair (Type B3) to a Full Depth Repair (Type CD), the Department will pay the Contractor at a measured quantity of 40% of the Type B repair item plus the full cost for the Type C repair.

(G) Payment for full Depth Repair (Type CD) at the contract price per unit of measure is full

compensation for all cost including but not limited to: Saw cutting the pavement full depth, removal and disposal of the in place pavement, restoring and compacting the base, furnishing and installing preformed joint filler, furnishing, drilling and anchoring dowel bars, coring both the dowel bar anchoring test section and the random assurance cores, and backfilling the assurance core holes with concrete mix 3U18. If the repair is used in the longitudinal direction, furnishing, drilling and anchoring reinforcement bars in lieu of dowel bars. Furnishing and placing concrete within the repair, vibrating, screeding, finishing, applying surface texture, curing and protecting the concrete. Sawing and sealing reestablished joints, cracks and saw cuts in accordance with the Joint Repair (Type A1) detail. Cleanup and any other materials, labor, or equipment necessary to complete the work as specified.

(H) Payment for Pavement Replacement (Type CX) at the contract price per unit of measure is full

compensation for all cost including but not limited to: Saw cutting the pavement full depth, removing and disposal of the in place pavement, restoring and compacting the base, furnishing and installing preformed joint filler. Furnishing and placing concrete within the repair, vibrating, screeding, finishing, applying surface texture, curing and protecting the concrete. Sawing and sealing reestablished crack, joints and saw cuts in accordance with the Joint Repair (Type A1) repair detail. Cleanup and any other materials, labor, or equipment necessary to complete the work as specified.

(I) Payment for Pavement Replacement (Type CX) (Special) at the contract price per unit of measure

is full compensation for all cost including but not limited to: Saw cutting the pavement full depth, removing and disposal of the in place pavement, restoring and compacting the base, furnishing and installing preformed joint filler. Furnishing and placing colored concrete within the repair, vibrating, screeding, finishing, applying surface texture, curing and protecting the concrete. Sawing and sealing reestablished crack, joints and saw cuts in accordance with the Joint Repair (Type A1) repair detail. Cleanup and any other materials, labor, or equipment necessary to complete the work as specified.

(J) Payment for Spot Full Depth Repair (Type C1-LV) at the contract price per unit of measure is full compensation for all cost including but not limited to: Saw cutting the pavement full depth, removal and disposal of the in place pavement, restoring and compacting the base, furnishing and

Page 117: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 67 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

installing preformed joint filler, furnishing, drilling and grouting dowel bars, epoxy coated reinforcement bars or both. Furnishing and placing concrete within the repair, vibrating, screeding, finishing, applying surface texture, curing and protecting the concrete. Sawing and sealing reestablished joints, cracks and saw cuts in accordance with the Joint Repair (Type A1) detail. Cleanup and any other materials, labor, or equipment necessary to complete the work as specified.

(K) Payment for Utility Trench Full Depth Repair (Type C2-LV) at the contract price per unit of

measure is full compensation for all cost including but not limited to: Saw cutting the pavement full depth, removal and disposal of the in place pavement, restoring and compacting the base. Furnishing and installing preformed joint filler, furnishing, drilling and grouting epoxy coated reinforcement bars. Furnishing and placing concrete within the repair, vibrating, screeding, finishing, applying surface texture, curing and protecting the concrete. Sawing and sealing reestablished joints, cracks and saw cuts in accordance with the Joint Repair (Type A1) detail. Cleanup, and any other materials, labor, or equipment necessary to complete the work as specified.

(L) Payment for Full Depth Repair (Type CA-LV) at the contract price per unit of measure is full

compensation for all cost including but not limited to: Saw cutting the pavement full depth, removal and disposal of the in place pavement, restoring and compacting the base, furnishing and installing preformed joint filler and dowel bar baskets assemblies, drilling and grouting reinforcement bars. Furnishing and placing concrete within the repair, vibrating, screeding, finishing, applying surface texture, curing and protecting the concrete. Sawing and sealing reestablished joints, cracks and saw cuts in accordance with the Joint Repair (Type A1) detail. Cleanup, and any other materials, labor, or equipment necessary to complete the work as specified.

(M) Payment for Drill and Grout Reinforcement Bars at the contract price per unit of measure is full

compensation for all cost including but not limited to, drilling concrete and furnishing reinforcement bars (epoxy coated) and installing reinforcement bars with an approved grout or epoxy bonding agent.

(N) Payment for Dowel Bar Retrofit at the contract price per unit of measure is full compensation for

all cost including but not limited to: Sawing the slot, removal of the concrete within the slot, removing and vacuuming debris, sandblasting and air blasting, sealing the crack inside of the slot, the dowel bar and expansion caps, chairs, release agent, preformed joint filler or cardboard material. Furnishing and placing non-shrink rapid setting concrete mixture, finishing, curing and protecting the concrete. Sawing and sealing reestablished joints and cracks in accordance with the Joint Repair (Type A1) detail. Cleanup, and any other materials, labor, or equipment necessary to complete the work as specified.

(O) Payment for Supplemental Reinforcement Bars (Epoxy Coated) at the contract price per unit of

measure is full compensation for all cost including but not limited to, furnishing and installing reinforcement bars (Epoxy Coated) as specified.

(P) Payment for Dowel Bars at the contract price per unit of measure is full compensation for all cost

including but not limited to, furnishing and installing dowel bars in dowel bar baskets assemblies.

(Q) The Engineer will modify the provisions of MnDOT 1907 to the extent that when the actual usage of joint sealer material is less than specified, the surplus material shall remain the property of the Contractor. The Contractor is paid 15% of the material cost in lieu of handling and transportation costs, unless otherwise directed by the Engineer.

Page 118: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 68 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Item No. Item Unit 2302.602 Dowel Bar Retrofit ........................................................................................................each 2302.602 Dowel Bar ......................................................................................................................each 2302.602 Drill and Grout Reinforcement Bar (Epoxy Coated) .....................................................each 2302.603 Joint Repair (Type A1) ........................................................................................ linear foot 2302.603 Joint Repair (Type A2) ........................................................................................ linear foot 2302.603 Joint and Crack Repair (Type B3) ....................................................................... linear foot 2302.603 Full Depth Repair (Type CA-LV)........................................................................ linear foot 2302.603 Full Depth Repair (Type CD-LV)........................................................................ linear foot 2302.603 Full Depth Repair (Type CD-HV) ....................................................................... linear foot 2302.604 Pavement Replacement (Type CX) ................................................................... square yard 2302.604 Pavement Replacement (Type CX) (Special) .................................................... square yard 2302.604 Utility Trench Full Depth Repair (Type C2-LV) ............................................... square yard 2302.608 Supplemental Reinforcement Bars (Epoxy Coated) ................................................... pound 2302.618 Partial Depth Repair (Type BA) ......................................................................... square foot 2302.618 Partial Depth Repair Special (Type BE) ............................................................. square foot 2302.618 Spot Full Depth Repair (Type C1-LV) ............................................................... square foot

S-53 (2360) PLANT MIXED ASPHALT PAVEMENT (LOCAL AGENCY) (MSCR) REVISED 01/14/20 SP2018-144

MnDOT 2360 is modified and/or supplemented with the following: S-53.1 Mix Designation Numbers for the bituminous mixtures on this Project are outlined in the plan. S-53.2 Asphalt binder meeting AASHTO M332 (MSCR) is required. See Section S-3151 (BITUMINOUS MATERIAL (MSCR)) of these Special Provisions. S-53.3 The sentence “In addition to the list the above the pavement surface must meet requirements of 2399 (Pavement Surface Smoothness) requirements.” is deleted from MnDOT 2360.3.E Surface Requirements. The requirements of MnDOT 2360.3.E Surface Requirements will apply. S-53.4 The following is added to MnDOT 2360.2.E, “Mixture Design”:

E.5.c Option 3 — Production Mixture Design A production mixture design is a new mixture design developed by modifying an existing

approved mixture design using plant produced material or laboratory produced material. Production Mixture Designs are allowed only when approved by the Engineer and require an interactive process with the District Materials Lab to discuss the proposed modification. Only a Level II mix designer with at least 2 years’ experience in mixture design can request a Production Mixture Design.

E.5.c(1) Added Aggregate Requirements

When the Production Mixture design is being requested to add a new aggregate material not part of the original mixture design the added aggregate must meet the requirements of 3139.

E.5.c(2) Production Mixture Design JMF Submittal

At least 2 working days before beginning asphalt production with the Option 3 mix design begin the interactive process with the District Materials Engineer and submit a proposed JMF. Option 3 mix design submittals must be signed by a Level II Quality Management mix designer. If directed by the District Materials Engineer submit an optimum asphalt content point for the proposed JMF (new design). If the Option 3 mix design is utilized for aggregate substitution submit an optimum asphalt

Page 119: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 69 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

content point when directed by the District Materials Engineer. When an optimum asphalt content point is required include documentation showing the mixture is in accordance with 2360.2.E.5.b, “Option 2 – Modified Mixture Design and meets the requirements of Table 2360-7.

If test results indicate conformance with specification requirements the Department will provide a

Mix Design Report consisting of the JMF. S-53.5 Table 2360-27 is replaced with the following:

Table 2360-27 Surface Requirements

Course/Location Description Tolerance Leveling/1st lift using automatics

Tolerance also applies to 1st lift placed other than leveling when automatics are used. ½ in

Wear Tolerance of final 2 lifts from the edge of a 10 foot straightedge laid parallel to or at right angles to the centerline. ¼ in

Shoulder Wear, Temporary Wear & bypasses

Tolerance from the edge of a 10 foot straightedge laid parallel to or at right angles to the centerline. ¼ in

Transverse joints/construction joints

Tolerance from the edge of a 10 foot straightedge centered longitudinally across the transverse joint. Correction by diamond grinding required unless the Engineer and the Contractor agree to a deduct of $1,500.

¼ in

20 ft. pavement section excluded from IRI and ALR testing in Table 2399-3.

Tolerance from the edge of a 10 foot straightedge placed parallel to or at right angles to centerline. Corrective Works required unless both the Engineer and the Contractor agree to a deduct of $1,500 per lane.

¼ in

Transverse Slope Tolerance for surface of each lift exclusive of final shoulder wear. Not to vary by more than 0.4 % from plans.

Distance from edge of each lift and established centerline.

No less than the plan distance or more than 3 inches greater than the plan distance. The edge alignment of the wearing lift on tangent sections and on curve sections of 3 degrees or less can’t deviate from the established alignment by more than 1 inch in any 25 foot section.

See Description

Final wear adjacent to concrete pavements.

After compaction the final lift wear adjacent to concrete pavements must be slightly higher but not to exceed 1/4 inch than the concrete surface.

See Description

Final wear adjacent to fixed structures.

After compaction the final lift wear adjacent to gutters, manholes, pavement headers, or other fixed structures must be slightly higher but not to exceed 1/4 inch than the surface of the structure.

See Description

Finished surface of each lift.*

Must be free of segregated and open and torn sections and deleterious material. *Excluding tight blade and scratch courses. See Description

S-53.6 The first paragraph of MnDOT 2360.3.D.1 is hereby deleted and replaced with the following:

D.1 Maximum Density Compact the pavement to at least the minimum required maximum density values in accordance

with Table 2360-19, “Required Minimum Lot Density (Mat)”. S-53.7 MnDOT Table 2360-20 Longitudinal Joint Density Requirement is hereby deleted. S-53.8 MnDOT 2360.3.D.1.h Mat Density Cores is hereby deleted and replaced with the following:

D.1.h Mat Density Cores

Page 120: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 70 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Obtain four cores in each lot. Take two cores from random locations as directed by the Engineer.

Take the third and fourth cores, the companion cores, within 1 foot longitudinally from the first two cores. Submit the companion cores to the Engineer immediately after coring and sawing. 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 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 6 inches ± 0.5 inch from the edge of the top of the mat (ex. center of 4 inch core barrel 8 ± 0.5 inches from the edge of the top of the mat). Cores will not be taken within 1 foot of any unsupported edge. The Contractor is responsible for maintaining traffic, coring, patching the core holes, and sawing the cores to the paved lift thickness before density testing.

The Engineer may require additional density lots to isolate areas affected by equipment

malfunction, heavy rain, or other factors affecting normal compaction operations. S-53.9 MnDOT 2360.3.D.1.j Companion Core Testing is hereby deleted and replaced with the following:

The Department will select at least one of the two companion cores per lot to test for verification. S-53.10 MnDOT 2360.3.D.1.n Longitudinal Joint Density is hereby deleted. S-53.11 MnDOT 2360.3.D.1.p Shoulders is hereby deleted. S-53.12 MnDOT Table 2360-24 Payment Schedule for Longitudinal Joint Density (SP Non-Wear and SP Shoulders, 4% Void) is hereby deleted. S-53.13 MnDOT Table 2360-25 Payment Schedule for Longitudinal Joint Density (SP Non-wear and SP Shoulders, 3% Void) is hereby deleted.

S-54 (2399) PAVEMENT SURFACE SMOOTHNESS MnDOT 2399 is hereby modified as follows:

S-54.1 MnDOT 2399 shall be deleted in its entirety. Pavement surface smoothness will not be required on the project.

S-55 (2472) METAL REINFORCEMENT REVISED 08/09/18 SP2018-158.1

The provisions of MnDOT 2472 are modified with the following: S-55.1 Delete and replace MnDOT 2472.4A with the following:

A Reinforcement Bars The Engineer will measure Reinforcement Bars, including reinforcement in bar mats, by the

weight incorporated into the structure in accordance with 2472-3. The Engineer will only include quantities for splices shown in the plans.

Page 121: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 71 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Reinforcement bars may be marked in either U.S. Customary or metric sizes. The conversion shall

be made per the following table:

Table 2472-3 Reinforcement Bars Theoretical Weights Nominal Dimensions

U.S. Customary

Bar Size

Metric Bar

Size*

Nominal Dimensions

Diameter, in [mm]

Area in2 [mm2]

Weight, lb/ft [kg/m]

3 10 0.375 [9.5] 0.11 [71] 0.376 [0.560] 4 13 0.500 [12.7] 0.20 [129] 0.668 [0.994] 5 16 0.625 [15.9] 0.31 [199] 1.043 [1.552] 6 19 0.750 [19.1] 0.44 [284] 1.502 [2.235] 7 22 0.875 [22.2] 0.60 [387] 2.044 [3.042] 8 25 1.000 [25.4] 0.79 [510] 2.670 [3.973] 9 29 1.128 [28.7] 1.00 [645] 3.400 [5.060]

10 32 1.270 [32.3] 1.27 [819] 4.303 [6.404] 11 36 1.410 [35.8] 1.56 [1006] 5.313 [7.907] 14 43 1.693 [43.0] 2.25 [1452] 7.650 [11.380] 18 57 2.257 [57.3] 4.00 [2581] 13.600 [20.240]

* Bar designation numbers approximate the nominal diameter of the bar in millimeters

S-56 (2503) CONNECT TO EXISTING STORM SEWER SP2018-171

This work consists of constructing connections into existing storm sewers in accordance with the applicable MnDOT Standard Specifications and the following:

Measurement will be by the number of connections constructed as specified. Payment will be under Item 2503.602 (Connect to Existing Storm Sewer) at the Contract bid price per each, which shall be compensation in full for all work included under this section.

S-57 (2503) CONNECT INTO EXISTING DRAINAGE STRUCTURE This work consists of constructing connections into existing drainage structures in accordance

with the applicable MnDOT Standard Specifications and the following:

Measurement will be by the number of connections constructed as specified. Payment will be under Item 2503.602 (Connect Into Existing Drainage Structure) at the Contract bid price per each, which shall be compensation in full for all work under this section.

S-58 (2504) ADJUST VALVE BOX SP2018-180

This work shall consist of adjusting existing valve boxes to new surface elevations without changing the elevation of the valves. The work shall be performed to the satisfaction of the Engineer in accordance with the following:

Page 122: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 72 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Measurement will be by the number of boxes adjusted. Payment will be under Item 2504.602

(Adjust Valve Box) at the Contract bid price per each, which shall be compensation in full for all work included under this section.

S-59 (2506) RECONSTRUCT DRAINAGE STRUCTURE This work shall consist of reconstructing catch basins in accordance with MnDOT 2506, and the

following: S-59.1 Reconstruction may involve the raising or lowering of the casting. Manhole sections may need to be added or removed. S-59.2 Reconstruction may involve rotation of the cone/top slab of the structure to avoid surface improvements. S-59.3 Measurement will be by number of drainage structures reconstructed as specified. S-59.4 Payment will be under Item 2506.602 (Reconstruct Drainage Structure) at the Contract bid price per each, which shall be compensation in full for all work included under this section. Cleaning the structure shall be considered incidental.

S-60 (2506) GRATE CASTING SPECIAL This work shall consist of replacing catchbasin grates in accordance with MnDOT 2506, and the

following: S-60.1 Measurement will be by number of grate castings installed as specified. S-60.2 Payment will be under Item 2506.602 (Grate Casting Special) at the Contract bid price per each, which shall be compensation in full for all work included under this section.

S-61 (2506) CONST DRAINAGE STRUCTURE DESIGN SPEC 1 This work shall consist of constructing drainage structure in accordance with MnDOT 2506 and

the City of Rochester standard plates, and the following: S-61.1 Measurement will be by number of drainage structures constructed as specified. S-61.2 Payment will be under Item 2506.602 (Const Drainage Structure Design Spec 1) at the Contract bid price per each, which shall be compensation in full for all work included under this section. Cleaning the structure shall be considered incidental.

S-62 (2506) CONST DRAINAGE STRUCTURE DESIGN SPEC 2 This work shall consist of constructing drainage structure in accordance with MnDOT 2506 and

the City of Rochester standard plates, and the following:

Page 123: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 73 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-62.1 Measurement will be by number of drainage structures constructed as specified. S-62.2 Payment will be under Item 2506.602 (Const Drainage Structure Design Spec 1) at the Contract bid price per each, which shall be compensation in full for all work included under this section. Cleaning the structure shall be considered incidental.

S-63 (2531) CONCRETE CURB DESIGN V (ADA) SP2018-191

This work shall consist of constructing Concrete Curb Design V of varying heights up to 8 inches as detailed in the Plan and in accordance with the provisions of MnDOT 2531, other Contract provisions, and the following: S-63.1 CONSTRUCTION REQUIREMENTS

The Concrete Curb Design V shall be constructed as detailed in the Plan. Concrete Curb Design V may be constructed independent of or integral to the adjacent sidewalk. The bottom elevation of the Concrete Curb Design V shall match the bottom elevation of the adjacent sidewalk slab. When the Concrete Curb Design V is constructed independent of the sidewalk, the portion of the Concrete Curb Design V that will have new concrete walk placed against it shall be clean so as to maximize bonding between the walk and Concrete Curb Design V. The joint locations in the curb shall align with the joint locations in the adjacent concrete walk.

The locations requiring the use of Concrete Curb Design V will solely be determined in the Plans or in the field by the Engineer. Any Concrete Curb Design V that is constructed without pre approval of the Engineer will be considered unauthorized work for which no compensation will be made and may be removed at the Engineer’s discretion. The height and length of the Concrete Curb Design V to be constructed shall be recommended by the Contractor and approved by the Engineer before the Concrete Curb Design V is constructed. S-63.2 METHOD OF MEASUREMENT

Measurement will be by the linear foot of Concrete Curb Design V constructed measured at the face of curb. Curb height shall be measured from the top of the adjacent concrete walk to the top of the curb. S-63.3 BASIS OF PAYMENT

Payment will be under Item 2531.603 (Concrete Curb Design V) at the Contract bid price per linear foot, which shall be compensation in full for all costs of performing the work as specified. All pedestrian concrete approach noses adjacent to the pedestrian ramp will be paid as 2 feet of Concrete Curb Design V. The pedestrian concrete approach nose adjacent the roadway curb and gutter shall be included in the payment for linear foot curb and gutter. Any additional Concrete Curb Design V beyond the quantity provided in the Plan, will be paid for at $20 per linear foot. Lengths of Concrete Curb Design V that never reach 3 inch height will be paid for as Concrete Walk.

S-64 (2531) TRUNCATED DOMES SP2018-192

This work consists of furnishing and installing Truncated Dome Systems (detectable warning surfaces) at pedestrian curb ramps in compliance with the Public Rights-of-Way Accessibility Guidelines (PROWAG). Truncated domes shall provide a visual contrast to the concrete ramp of either dark on light or light on dark. This work shall be performed in accordance with the applicable MnDOT Standard Specifications, these Special Provisions, details in the Plan, and the following: S-64.1 CONSTRUCTION REQUIREMENTS

The Contractor shall select a truncated dome product from the approved products list at http://www.dot.state.mn.us/products/detectablewarningsurfaces/index.html. The truncated domes shall be placed in

Page 124: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 74 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

concrete and shall be pressed firmly into the concrete to the point that concrete fills the vent holes on the truncated dome plates. No cutting of truncated domes will be allowed unless approved by the Engineer. No more than one cut dome per pedestrian ramp is allowed and any cut sections used shall not be less than 2 SF of surface area. All cut edges shall be ground to a smooth surface leaving no sharp edges or burrs. If using coated colored truncated domes they shall not be cut. Any swelling of the concrete that occurs around the truncated domes must be screeded off and the surrounding concrete shall be finished flush with the truncated dome plate edge. The finished installation of the truncated domes plates and the ramp surface plane shall have no surface deviations over 3/16 inches. To ensure that the truncated domes are well seated in concrete, the Contractor should provide a 3 inch minimum border around the edges of the truncated domes.

The Contractor will be allowed to interchange 9 foot 5 inch and 10 foot radial truncated domes when either is called for in the Plan. If the Contractor does make a substitution, the Contractor will be required to modify the curb line radius to match the truncated domes and meet the detectable edge requirements shown on Standard Plan Sheet No. 5-297.250 (Sheet 4 of 6). The Contractor will be allowed to adjust plan locations of zero inch height curb up to 6 inches laterally to make field fit adjustments for radial truncated domes placement. S-64.2 METHOD OF MEASUREMENT

Square or rectangular truncated dome area will be measured by the square foot. Radial Truncated domes will be measured along the long cord and multiplied by 2 feet to compute S.F. S-64.3 BASIS OF PAYMENT

Payment will be under Item 2531.618 (Truncated Domes) at the Contract bid price per square foot, which shall be compensation in full for furnishing and installation of truncated domes. If additional radial domes are required and not called for in the plans they will be paid for at 4 square feet per each additional plate.

S-65 (2563) ALTERNATE PEDESTRIAN ROUTE REVISED 03/09/18 SP2018-230 S-65.1 Maintain and guide pedestrian traffic through the Project at all times using continuous Alternate Pedestrian Routes (APRs) per standards set forth in the MN MUTCD Chapter 6D. Provide each APR to the same level of accessibility of each existing access and walkway prior to construction. Utilize accessible device standards as shown in the plan or in Figure 6K-5 in the Field Manual if a plan is not provided. Utilize bypass and detour standards as shown in the plan or in Layouts 88 and 89 in the Field Manual if a plan is not provided.

Provide and place accessible pedestrian signals (APS), temporary curb ramps, pedestrian barricades, pedestrian channelizers, detectable edges, temporary walkway surfaces and other accessible design features as necessary.

As needed, provide continuous temporary walkway surfaces that are smooth, stable and slip resistant in relevant weather conditions. Temporary walkway surfaces will allow the normal usage of wheelchairs, walkers, strollers, and other mobility devices. Concrete, bituminous, steel, rubber, wood (3/4 inch or thicker), and plastic are acceptable surface materials for the temporary walkway surface. Gravel, millings, or other uneven surfaces are not acceptable surface materials. Temporary walkway surface devices shall utilize dimensions from 6F.74.1 in the MN MUTCD. The temporary walkway surface shall be supported by a solid base.

Any portable sign or barricade placed in or adjacent to a pedestrian walkway shall have a detectable edge to guide pedestrians with visual disabilities around the sign or barricade. S-65.2 Minimize disruption to pedestrians to the maximum extent feasible by providing APRs in the following order of preference:

Page 125: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 75 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

1. Provide the APR on the same side of the street as the disrupted route utilizing bypasses. 2. Where it is not feasible to provide a same side APR, provide an APR on the other side of

the street. 3. Where it is not feasible to provide an APR on the other side of the street, provide an APR

detour with trailblazing signs.

If existing parking spots are desired to be used for an APR route within the project limits, contact the City of Rochester Public Works for approval and parking banning notification procedures. S-65.3 Schedule and coordinate the replacement of pedestrian access to accommodate the needs of businesses and residences 7 days prior to the replacement. Leave the existing sidewalks in-place until such time that it is required to remove them to accommodate new construction. Pedestrian access may be provided to businesses and homes through the use of any public access from adjacent parking lots and side streets. Provide front door access to buildings without alternate public entrances. S-65.4 Protect the pedestrian route with pedestrian barricades or pedestrian channelizing devices if it is adjacent to construction, excavation drop-offs, traffic, or other hazards. Protect the pedestrian route with portable barrier if it is on the shoulder, in a parking lane, or in a closed lane adjacent to traffic on a multilane road or if the speed limit is greater than 40 mph. When both sides of a pedestrian route require channelizing devices, use similar types, unless portable barrier is used to protect pedestrians from traffic. S-65.5 No pedestrian curb ramp or blended transition work shall occur concurrently at adjacent intersections. S-65.6 No closures for sidewalk or pedestrian curb ramp or blended transition related work are allowed along route between the hours of 6-10 AM and 2-6 PM. S-65.7 Contractor to provide continuous ADA accessible access to the Ozmun East Building southeast entrance (northwest quadrant of 4th Avenue SW and 2nd Street SW). Stage construction work and provide temporary ADA accessible routes as needed. S-65.8 The Contractor is advised that the corridor has Transit service. Re-locations of stops can only be made with the approval of the Engineer. The Contractor is hereby directed to Section S-1707 (PUBLIC CONVENIENCE AND SAFETY) of these Special Provisions. S-65.9 Notify the Engineer in writing at least 72 hours prior to the start of any construction operation that will necessitate a change in pedestrian access. S-65.10 Furnish the name, address, email, and phone number of at least one individual responsible for the maintenance of the APR. This individual shall be “on call” 24 hours a day, seven days per week during the times any devices, furnished and installed by the Contractor, are in place. Submit the required information to the Engineer at the pre-construction meeting.

Answer calls immediately and begin corrective measures needed within one hour. If the Contractor is negligent in correcting the deficiency within one hour of notification the Contractor shall be subject to a monetary deduction at the rate of $100.00 per hour when only one residence or location is affected and at the rate of $500.00 per hour in all other cases that the Engineer determines the Contractor has not complied. S-65.11 No measurement will be made of the various items that constitute Alternate Pedestrian Route, but all such work shall be construed to be included in the lump sum payment under Item 2563.601 (Alternate Pedestrian

Page 126: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 76 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Route). The lump sum payment shall be compensation in full for all costs of furnishing, installing, maintaining and removing the individual devices.

S-66 (2563) DETOUR SIGNING This work shall consist of furnishing, installing, maintaining, and removing detour signs in

accordance with the provisions of MnDOT 2563, other Contract provisions, as directed by the Engineer, and the following: S-66.1 All materials required to furnish and install the detour signs shall remain the property of the Contractor. S-66.2 Compensation for Detour Signing will be paid for under Item 2563.601 (Detour Signing) at the Contract Bid Price per LUMP SUM.

The lump sum payment(s) shall be compensation in full for all costs of furnishing, installing,

maintaining, relocating, and removing the detour signing as shown on the Detour Plan 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 / phase to another.

If the Contractor requests changes in Detour Signing as shown on the Detour Plans, and these changes are implemented, there will be no increase or decrease in the lump sum payment(s) for the stage(s) of Detour Signing.

Partial payments for Detour Signing Lump Sum bid item:

(1) When all detour signing devices for an individual stage, as shown on the Detour Plan, have been installed, 75% of that portion of the bid item shall be paid at the Contract Unit Price.

(2) When all work in an individual stage and all detour signing devices for that stage are

removed, the remaining 25% of that portion of the bid item shall be paid at the Contract Unit Price.

S-67 (2573) STORM WATER MANAGEMENT (ROLLED EROSION PREVENTION PRODUCTS)

NEW WRITE-UP 10/15/19 SP2018-242.1

MnDOT 2573 is modified as follows: S-67.1 See the attached Conversion Table for MnDOT Rolled Erosion Control Products. S-67.2 MnDOT 2573.3.A.2(5) is deleted and replaced with the following:

(5) Rolled Erosion Prevention Product (REPP) installation, S-67.3 MnDOT 2573.3.F.3 is deleted and replaced with the following:

F.3 Wood Fiber and Blanket System

Page 127: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 77 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

For Ditch checks install Rolled Erosion Prevention Category 25 per 3885, “Rolled Erosion

Prevention Products” (REPP) or as show in plan, at least one roll width, perpendicular to the ditch flow. Burry the leading edge in a trench 4 in. deep and 4 in. wide. Backfill and compact the trench with soil. Staple the REPP at spacing no greater than 1 ft. on center.

Place the Sediment Control Log type Wood Fiber per 2753.3.F.1, without the trench, on top of the

REPP. If using more than one sediment control log for length, overlap the ends 6 inches and stake both ends. Follow additional ditch check installation as per 2573.3.F.4.

S-67.4 The pay item table in MnDOT 2573.5.I, “Pay Items,” is deleted and replaced with the following:

Item No. Item Unit 2573.501 Erosion Control Supervisor .................................................................................. lump sum 2573.501 Water Treatment ................................................................................................... lump sum 2573.501 Stabilized Construction Exit ................................................................................. lump sum 2573.501 Storm Drain Inlet Protection ................................................................................. lump sum 2573.502 Culvert Inlet End Control ..............................................................................................each 2573.502 Flocculant Sock .............................................................................................................each 2573.502 Storm Drain Inlet Protection ..........................................................................................each 2573.502 Water Treatment Type ___ ...........................................................................................each 2573.502 Wheel Wash Off ............................................................................................................each 2573.503 Bale Barrier .......................................................................................................... linear foot 2573.503 Filter Berm Type ___ ........................................................................................... linear foot 2573.503 Floatation Silt Curtain, Type ___......................................................................... linear foot 2573.503 Sediment Control Log Type ___.......................................................................... linear foot 2573.503 Silt Fence, Type ___ ............................................................................................ linear foot 2573.503 Temporary Slope Drain ....................................................................................... linear foot 2573.506 Liquid Flocculant ........................................................................................................ gallon 2573.507 Sediment Trap Excavation ................................................................................... cubic yard 2573.508 Granular Flocculant .................................................................................................... pound 2573.510 Sediment Removal, Backhoe ....................................................................................... hours 2573.510 Sediment Removal, Vac Truck .................................................................................... hours 2573.518 Sandbag Barrier .................................................................................................. square foot

S-67.5 The following is added to MnDOT 2573.5, “Basis of Payment”:

J Unit Prices In addition to stormwater management practices shown in the plan the Engineer may require

additional items as site conditions warrant. Payment for additional items as ordered by the Engineer will be made in accordance with the following schedule:

Bale Barrier ..................................................................................................................................... $5.50 /foot Silt Fence, Type HI ......................................................................................................................... $4.50/ foot Silt Fence, Type MS ........................................................................................................................ $2.25/ foot Silt Fence, Type SD ...................................................................................................................... $20.00/ foot Sandbag Barrier ..................................................................................................................... $8.00 square foot Flotation Silt Curtain, Type: Still Water, 1.2 m (4 foot) depth...................................................... $16.00 /foot Sediment Trap Excavation ................................................................................................... $10.00/cubic yard Bituminous Lined Flume ................................................................................................... $65.00/square yard Sediment Removal, Backhoe ......................................................................................................$185.00/ hour Sediment Removal, Vacuum truck ..............................................................................................$260.00 /hour Sediment Control Log, Type Wood Fiber ........................................................................................ $4.00/foot

Page 128: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 78 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Sediment Control Log, Type Rock ................................................................................................... $5.00/foot Flocculant Sock ................................................................................................................................. $265 each

S-68 (2575) ESTABLISHING TURF AND CONTROLLING EROSION (ROLLED EROSION PREVENTION PRODUCTS)

NEW WRITE-UP 10/15/19 SP2018-244.1

MnDOT 2575 is modified as follows: S-68.1 See the attached Conversion Table for MnDOT Rolled Erosion Control Products. S-68.2 MnDOT 2575.2 G “Rolled Erosion Control Products” is deleted and replaced with the following:

G Rolled Erosion Prevention Products ....................................................................................... 3885 S-68.3 MnDOT 2575.3.A.4, “Substitutions,” is deleted and replaced with the following:

A.4 Substitutions The Engineer may allow substitutions in accordance with 1605, “Substitute Materials,” for the

following materials; Plastic, Geotextile, Mulch, Rolled Erosion Prevention, and Hydraulic Erosion Control Products. The Engineer, in consultation with Office of Environmental Stewardship Erosion and Storm Water Management Unit, may authorize requested substitutions for specific locations shown in the plan. Provide substitutions equal to or better than initially specified material.

S-68.4 MnDOT 2575.3.B.6, “Permanent Seeding into Temporarily Mulched/Blanketed Areas,” is deleted and replaced with the following:

B.6 Permanent Seeding into Temporarily Mulched/Blanketed Areas Permanently seed areas previously temporarily mulched. Without performing additional tillage or

site prep work, the Contractor may use an interseeding drill to drill seed directly into temporarily mulched or temporarily seeded areas. In lieu of using an interseeding drill, the Contractor may lightly disc the mulched areas before seeding. Apply fertilizer within 24 hours before interseeding or light disking. Leave the existing cover in place to serve as mulch. Permanently seed into areas with Rolled Erosion Prevention Products using the hydro-seeding application as described in 2575.3 B.4, “Hydro-seeding,” but with the following modification: Hydro-seed into the installed Rolled Erosion Prevention Products with the nozzle 6 ft. from installed surface cover, forcing the seed and water through the product.

S-68.5 MnDOT 2575.3.C.3, “Type 4 Mulch,” is deleted and replaced with the following:

C.3 Type 4 Mulch Apply Type 4 mulch as a dual operation with the Type 1 mulch blown on the soil surface at 1 ½

tons per acre and immediately over-spray with Hydraulic Stabilized Fiber Matrix per 3884, “Hydraulic Erosion Control Products,” at 750 lbs per acre.

S-68.6 MnDOT 2575.3.G, “Placing Rolled Erosion Control Products,” is deleted and replaced with the following:

G Placing Rolled Erosion Prevention Products For products without a Plan defined Detail Sheet, submit Manufacturer’s Recommendations of

Installation prior to any changes proposed by the contractor.

Page 129: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 79 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

G.1 Blank

G.2 Temporary Rolled Erosion Prevention Products

G.2.a Straw and Wood Fiber Based Products

Prepare the soil according to 2574, “Soil Preparation”. Place the Rolled Erosion Prevention Products within 24 hours after sowing the seed on that area. Products with netting on two sides, place the side with the majority of thread stitching on the bottom. Roll out Rolled Erosion Prevention Product flat and parallel or perpendicular to the direction of water flow. Evenly spread the Rolled Erosion Prevention Product without stretching, allowing the fibers to come in direct contact with the soil over the entire area. Shingle and overlap the edges parallel to water flow by at least 4 in. Shingle and overlap the edges perpendicular to water flow by at least 7 in. Anchor overlaps on slopes at 1½ ft. intervals and elsewhere using types and depths defined in Tables 3885-1 and 3885-2.

At the tops of slopes and at the beginning of each Rolled Erosion Prevention Product in ditch

bottoms, bury the upgrade end of the blanket in a check slot 6 in wide by 6 in deep. Insert the product end to the full depth of the check slot. Backfill and compact the check slot. For slopes longer than 100 ft, dig a second check slot perpendicular to the slope gradient one-third of the slope length measured from the bottom of the slope. Place the Rolled Erosion Prevention Product to the full depth of the check slot. Backfill, and compact the check slot. Anchor Rolled Erosion Prevention Product using types and depths defined in Tables 3885-1 and 3885-2 with the number of staples according to Table 2575-2 or manufacturer recommendations:

Table 2575-2

Stapling of Blankets

Slope (V:H) Minimum Number of Staples per 100 sq. yd Flatter than 1:2 120

1:2 – 1:1 170 Channel or ditch applications 350

G.2.b Extended Duration Open Weave Textile Products

Place the Rolled Erosion Prevention Products concurrent with sowing of specified seed on that area. Provide overlap and anchor systems for Open Weave Textile Products as shown in the Plans, or according to manufacturer’s recommendations.

G.2.c Winter Installation

Place 3885, “Rolled Erosion Prevention Products,” over frozen ground and use anchors as shown in Table 3885-1 or 3885-2 for winter utilization.

G.3 Permanent Rolled Erosion Prevention Products

Shape and prepare the site according to 2574, “Soil Preparation”. Provide Permanent Rolled Erosion Prevention Products meeting the requirements of the Categories as shown on the Plans.

G.3.a Surface Applied Products

Seed as per 2575.3.G.2, “Temporary Rolled Erosion Prevention Products,” but with overlaps, shingling, and trenching according to manufacturer’s recommendations. Provide anchor type and depth shown in Table 3885-4. Fill voids in product and cover product surface using 3884.3.B.5, “Reinforced Fiber Matrix (RFM),” at the rate defined by the manufacturer.

Page 130: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 80 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

For Steep slopes, 2:1 or greater, hydraulically fill the cells of the product with a blend of seed,

fertilizer and 3884.3.B.5, “Reinforced Fiber Matrix (RFM),” at a rate of 3900 lbs/ac or to complete fill the product surface and void spaces below.

G.3.b Soil Filled Products

Place the seed at the full seeding rate, half of the fertilizer, and soil/organic amendments. Place the Rolled Erosion Prevention Product immediately afterward. Roll out or lay the product parallel to the direction of water flow. Evenly spread the product without stretching, allowing the synthetic fibers to come in direct contact with the soil over the entire area. Do not allow any voids to remain between the product and the soil surface. Bury and anchor the beginning edge of each product in a check slot 6 in wide by 6 in deep. Overlap adjacent strip edges by at least 4 in. Provide anchor type and depth shown in Table 3885-5 and provide 3.5 anchors per sq. yd. or to manufacturer’s recommendations, whichever is greater.

Fill the surface of the installed product using one of the following methods:

1) Soil-filled: Spread Sandy Clay Loam Topsoil per 3877, “Topsoil Material,” on top of the

installed product at a targeted rate of 135 cu yd per acre. Apply additional seed at the full seeding rate and the other ½ of the fertilizer on top of the soil.

2) Compost-filled: spread Grade 2 Compost per 3890, “Compost,” on top of the installed product at a targeted rate of 135 cu yd per acre. Apply additional seed at the full seeding rate and the other ½ of the fertilizer on top of the compost.

3) Organic Fiber Matrix-filled: Blend additional seed at the full seeding rate and the other ½ of the fertilizer with 3884.2.B.1, “Organic Fiber Matrix (OFM),” in the hydroseeder. Do not allow the seed to remain in the hydroseeder tank mixture for more than 1 hour. Hydraulically apply the mixture on top of the installed product at a targeted dry weight rate of 4000 lb Organic Fiber Matrix per acre.

Adjust actual application rate of soil, compost, or Organic Fiber Matrix as needed to achieve a ½

in. to 1 in layer and ensure all voids on the product surface are covered and the high points of the product surface are barely visible. Use only rubber tired equipment if equipment must operate on the product. Do not allow tracked equipment or sharp turns on the product.

Place Temporary Rolled Erosion Prevention Category 35 per 2575.3.G.2, “Temporary Rolled

Erosion Prevention Products,” on top of the seeded topsoil, compost, or organic fiber matrix.

G.4 Blank

G.5 Placing Permanent Ultra High Performance Products

G.5.a Category 80 Shape and prepare the site according to 2574, “Soil Preparation,” or as shown in the plan. Prepare,

shape and smooth the subgrade and ensure soils are free of all rocks, stones, sticks, roots, other protrusions, or debris of any kind. The prepared smooth surface shall provide a firm unyielding foundation for the product with no sharp or abrupt changes or breaks in the grade, and contain the water flow profile. For Category 80A only, apply seed directly to the prepared soil prior to installation of the product. Furnish and install products at the locations and to the line and grade specified on the plans. Follow the standard specifications, Table 3885-6, and manufacturer’s directions for installation, including head and side trenching, shingle overlap, and anchor spacing.

G.5.b Category 90

Provide product at the thickness shown in the plans. Shape and prepare soil appropriate to the intended use. Unless otherwise specified, bury the upgrade end and sides of the product in a check slot 6 in

Page 131: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 81 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

wide by 6 in deep. Place anchoring and fastening pins following the manufacturer’s recommendations. Overlap all edges by at least 4 in and secure with anchoring or fastening pins. Apply a bonding seal agent to the seams for a water tight seal. Apply sufficient water to allow proper saturation and hydration and setting of mat and cover as per manufacture recommendations. Apply additional water 1 hour later on fabrics thicker than 0.5 inches, ditch grades greater than 2 percent, slopes greater than 1:3, and temperatures greater than 80 degrees Fahrenheit to complete the hydration process. Product has a working time of 1-2 hours after hydration.

G.6 Blank

S-68.7 MnDOT 2575.3.K.2, “Rolled Erosion Control Products,” is deleted and replaced with the following:

K.2 Rolled Erosion Prevention Products Maintain the product installation for 45 calendar days if required by the contract or if substituting

product and seed for sod, as approved by the Engineer. Water the blankets and mat systems immediately after placement at a metered application rate of at least 3,000 gal. per acre and thereafter as needed to furnish appropriate vegetation. Control erosion and establish a permanent vegetative cover as approved by the Engineer until contract acceptance. Restore areas with seeding failure or erosion during the maintenance period at no additional cost to the Department.

S-68.8 MnDOT 2575.3.L, “Turf Establishment,” is deleted and replaced with the following:

L Turf Establishment Turf Establishment by a lump sum is for establishing permanent vegetation on small areas of 2 ½

acres or less per Contract. Such work shall include soil bed preparation, fertilizer, sod or mulch, rolled erosion prevention products, seed and repair of erosion rills of 3 in. or greater in width or depth.

Unless otherwise shown on the plans, establish vegetative cover by sodding or by seeding and

mulching. Fertilize the areas with a Type 3, slow release fertilizer in accordance with 3881.2.B,3, “Type 3 – Slow Release Fertilizer,” at a rate derived from a topsoil fertility test. If seeding, provide and place seed Mixture 25-141 as specified in 3876, “Seed,”, and provide 3882, “Mulch Material,” Type 3 mulch with disc anchoring or Rolled Erosion Prevention Category 25 on slopes 1:3 and steeper, and ditch bottoms.

The Engineer will accept the area after the perennial seed germinates, vegetation is at least 4

inches in height, and cover is uniform. If the seeding fails to germinate, correct and reseed failed areas to establish turf. If using sod, place and maintain sod in accordance with 2575.3.F, “Placing Sod,” and 2575.3.K, “Maintenance”. The Engineer will accept sod in accordance with 2575.3.N, “Acceptance of Work”.

L.1 Subsurface Drain Outlets

As per 2502,”Subsurface Drains,” place seed Mixture 25-141 in accordance with 3876, “Seed,” or the seed mixture as shown in the Plans. Place Rolled Erosion Prevention Category 25 or as shown in the Plans, for that area. Center the headwall along the width of the temporary product. Extend the temporary product 3 ft. above the headwall, and 6½ ft. below the headwall or to the toe of slope, whichever is the shorter distance. Place product anchors at intervals no greater than 1½ ft. apart of the type and depth defined in Table 3885-2. If placing a headwall at a location that will be sodded as required by the contract, delete the seed and Rolled Erosion Prevention product.

S-68.9 Table 2575-3 is deleted and replaced with the following:

Table 2575-3

Page 132: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 82 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Rapid Stabilization

Method Materials 1 Type 1 mulch placed at a rate of 2 ton per acre with disc anchoring. 2 Type 3 mulch placed at a rate of 1.5 ton per acre.

3884, Stabilized Fiber Matrix, placed at a rate of 750 lb per acre. 3 3884, Stabilized Fiber Matrix, placed at 350 lb. per 1000 gal of slurry mix.

Seed Mixture 22-111 placed at a rate of 10 lb. per 1,000 gal of slurry mix. Type 3 Slow Release Fertilizer 10-10-10 placed at a rate of 50 lb. per 1000 gal. of slurry mix. Water placed at a rate of 875 gal per 1,000 gal of slurry mix. Apply mixture at a rate of 6000 gal per acre.

4 Rolled Erosion Prevention, Category 25. (natural net) Seed Mixture 22-111 placed at a rate of 2 lb. per 100 sq. yd. Type 3 Slow Release Fertilizer 10-10-10 placed at a rate of 8 lb. per 100 sq. yd.

5 Rip Rap Class II. Geotextile Type III.

S-68.10 MnDOT 2575.3.M.1.d, “Method 4,” is deleted and replaced with the following:

M.1.d Method 4 Use Method 4 to place fertilizer, seed, and Rolled Erosion Prevention Product on a coverage area

from 100 sq. yd. to 1000 sq. yd. Bury the upgrade end of each blanket strip at least 6 in. in a vertical check slot. Place anchors at seams and throughout the blanket spaced no greater than 2 ft. apart, following type and depth defined in Table 3885-2.

S-68.11 MnDOT 2575.3.N.4, “Erosion Control Blankets and Turf Reinforcement Mats,” is deleted and replaced with the following:

N.4 Rolled Erosion Prevention Products For contracts not requiring maintenance, the Engineer will accept products when installed in

accordance to 2575.3, “Construction Requirements,” and 3885, “Rolled Erosion Prevention Products”. S-68.12 MnDOT 2575.3.O, “Restoration,” is deleted and replaced with the following:

O Restoration After the Engineer accepts the turf establishment in an area, restore areas damaged by erosion and

sedimentation beyond the Contractor’s control as directed by the Engineer. Scarify, grade, shape, excavate, and till to restore eroded areas and clean up sedimentation as directed by the Engineer. Shape, fill, and compact depressions and washouts resulting from erosion with suitable topsoil borrow meeting 3877, “Topsoil Material,” as approved by the Engineer. Remove deposited sedimentation as directed by the Engineer. Spread or dispose of sediment removed as approved by the Engineer. Use seed, mulch, rolled erosion prevention products, and sod in the restoration as approved by the Engineer.

S-68.13 MnDOT 2575.4.I, “Rolled Erosion Control Products,” is deleted and replaced with the following:

I Rolled Erosion Prevention Products The Engineer will measure each Rolled Erosion Prevention Category separately by the square yard

of area covered. The Engineer will measure Category 90 by the square yard of surface area covered and cured in place. The Engineer will measure the seed and fertilizer separately. The Engineer will measure any soil or soil amendments installed before placement of Rolled Erosion Prevention Products separately.

I.1 Seams and Trenches

Page 133: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 83 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

The Engineer will not measure those portions of Rolled Erosion Prevention Products buried in

trenches or check slots or covered by overlaps along seams.

I.2 Blanket Checks For Blanket Checks placed according to Standard Plan 5-297.404, the Engineer will add an

additional 4 feet of length, multiply by the width, and convert to square yards of blanket for each blanket check placed.

I.3 Soil Filled Products

The Engineer will not measure any soil, compost, or Organic Fiber Matrix applied on top of Soil Filled Products.

S-68.14 The third paragraph of MnDOT 2575.4.J, “Rapid Stabilization,” is deleted and replaced with the following:

The Engineer will measure Method 4 rapid stabilization by the square yard of Rolled Erosion Prevention Product acceptably installed. The Engineer will measure in 25 square yard increments, with a minimum measure of 100 square yards per area measured.

S-68.15 MnDOT 2575.4.L, “Flexible Concrete Geogrid Mat,” and 2575.4.M, “Concrete Fabric Mat,” are deleted and replaced with the following:

L Blank

M Blank S-68.16 MnDOT 2575.5 “BASIS OF PAYMENT” is supplemented with the following:

F Rolled Erosion Prevention Products The Department will pay for Rolled Erosion Prevention Product by the square yard. Portions

covered by overlap along the seams or buried in trenches or check slots are incidental. Portions folded over as Blanket Checks are paid for by the square yard of Rolled Erosion Prevention, Category ___. Soil, compost, or Organic Fiber Matrix applied on top of Soil Filled Products is incidental.

S-68.17 MnDOT 2575.5.L “Payment Schedule” is supplemented with the following:

The Department will pay for Rolled Erosion Prevention Product on the basis of the following schedule:

2575.604 Rolled Erosion Prevention, Category ___* ......................................... square yard

* If maintenance applies, the Department will place the sub note, “Includes Maintenance” on the pay item shown in the summary of quantities on the plans.

S-69 (2582) PAVEMENT MARKINGS REVISED 01/14/20 SP2018-250

The provisions of MnDOT 2582 are hereby modified and/or supplemented with the following:

Page 134: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 84 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-69.1 Add the following paragraph to MnDOT 2582.2:

For pavement marking installations between the dates of October 15 and April 1, provide and use pavement marking materials listed on the Late season pavement marking materials Approved/Qualified Products List.

S-69.2 Add the following paragraph(s) to MnDOT 2582.3.B:

The Contractor shall be responsible for pavement marking related activities such as, but not exclusive to, collecting data from in place lane lines and marking permanent marking alignments. This shall also include any lane closures or traffic control necessary to complete these projects safely. MnDOT personnel will assist in the location of gores, messages, and tapers for permanent pavement marking alignments. MnDOT personnel shall be given a minimum of 24 hours’ notice to provide this assistance.

The Contractor shall be responsible for the location and placement of temporary pavement markings. MnDOT personnel will be available to assist in the spotting of transition areas, gores, messages, and tapers, and shall be given 24 hours’ notice to provide this assistance. S-69.3 MnDOT 2582.5 is deleted and replaced with the following:

2582.5 BASIS OF PAYMENT The contract unit price for pavement markings includes the costs of materials, installation, traffic

control, surface preparation, and primers as required by the contract.

The Contract unit price for the retroreflectivity evaluation includes all costs incurred in materials, equipment, labor, traffic control and time as required by the contract.

The Department will pay for pavement markings on the basis of the following schedule:

Item No. Item Unit 2582.503 ___in * † ‡ β Ω .................................................................................... linear foot 2582.518 Pavement Message * † ‡ β Ω ..................................................................... square foot 2582.518 Crosswalk * † ‡ β Ω ................................................................................... square foot 2582.603 Mobile Retroreflectometer Measurements........................................................... linear foot Specified type of line * Specified material † Specified if markings are Ground In ‡ Specified if markings are WR β Specified if markings are Contrast Ω Specified if markings are Enhanced Skid Resistant (ESR)

S-70 (2582) PAVEMENT MARKING SPECIAL - METHYL METHACRYLATE (MMA)

This work shall consist of furnishing and installing Methyl Methacrylate (MMA) pavement marking material in accordance with manufacturer instructions and the following: S-70.1 The pavement marking shall be located as shown in the Plans. Ground in pavement markings are required.

Page 135: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 85 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-70.2 The pavement marking shall include aggregate treatments to increase skid resistance. S-70.3 The pavement marking shall be bike lane green in color to meet the requirement of the MUTCD. S-70.4 Pavement Marking Special shall conform to Ennis-Fling CycleGrip MMAX, or approved equal. Provide product submittals to the Engineer for approval. S-70.5 MEASUREMENT AND PAYMENT

Pavement Marking Special will be measured by the square foot, furnished and installed complete in place as specified. Payment will be made under Item 2582.618 (Pavement Marking Special) at the Contract bid price per square foot, which shall be compensation in full for furnishing and installing as specified.

S-71 (3105) BAGGED PORTLAND CEMENT CONCRETE PATCHING MIX GRADE 3U18 AND 3U18M

SP2018-251 MnDOT 3105 is deleted and replaced with the following:

3105 BAGGED PORTLAND CEMENT CONCRETE PATCHING MIX GRADE 3U18 AND

3U58M

3105.1 SCOPE Provide dry, bagged concrete patching mix 3U18 for repairing Portland cement concrete pavement

and 3U58M for repairing portland cement concrete bridge decks, bridge deck overlays and approach panels.

3105.2 REQUIREMENTS

A Materials

Provide materials for patching mix meeting the following requirements:

A.1 Cement ....................................................................................................................................... 3101

A.2 Fine Aggregate .......................................................................................................................... 3126

A.3 Coarse Aggregate ...................................................................................................................... 3137

A.4 Blank

A.5 Admixtures ................................................................................................................................ 3113 Mix 3U58M utilizes air entraining and water reducing admixtures. Provide the manufacturer’s

Technical Data Information Sheet and the Materials Safety Data Sheet (MSDS) for the proposed dry admixtures when submitting the Quality Plan for approval.

B Quality Control (QC) Program

Prior to producing concrete patching mix each construction season, a Department Representative shall perform a thorough on-site inspection of the plant with a MnDOT Certified Plant Level 1 or Level 2 Technician representing the Producer.

Maintain an approved Quality Control Program, including a Quality Plan, for the production of

Bagged Portland Cement Concrete Patching Mix.

Page 136: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 86 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

The Producer will perform Quality Control (QC) as part of the production of Grade 3U18

concrete.

The Engineer will perform Quality Assurance (QA) as part of the acceptance process.

B.1 Quality Plan Requirements Submit a quality control plan to the Concrete Engineer for review and approval prior to producing

Grade 3U18 and Grade 3U58M. The Quality Plan includes the following QC Procedures: (a) Moisture Content (b) Batch Weight Verification (c) Aggregate Gradation Testing (d) Blending (e) Addition of dry admixtures to 3U58M (f) Documentation and Submittals

B.2 MnDOT Certified Personnel

Provide a MnDOT Concrete Plant 1 or Concrete Plant 2 Technician to perform moisture content and aggregate gradation testing. Provide a MnDOT Concrete Plant Level 2 Technician to review batch tickets, test results, and oversee all quality control requirements of 3105 and the QC Program.

B.3 Daily Production Requirements

Each day Grade 3U18 or 3U58M is produced: (a) Perform moisture content and gradation testing on all aggregates and complete MnDOT’s

Bagged Mix Quality Control Worksheet. (c) The Producer’s Plant Level 1 or Plant Level 2 Technician will review and sign the

Bagged Quality Control Worksheet. (d) Electronically submit all Bagged Quality Control Worksheets and batch tickets to

MnDOT the day following production.

C Mix Proportioning Proportion the mix in accordance with Table 3105-1. Use of any other size bag requires approval

of the Concrete Engineer.

Table 3105-1 Mix Proportions

Weight, lb.

Material Gradation Requirements 50 lb. bag 75 lb. bag 3000 lb. bag

Type I Cement - 11.9 17.8 712 Coarse Aggregate CA-80 18.9 28.3 1132 Fine Aggregate MnDOT 3126 19.3 28.9 1156

D Blending

Dry the coarse and fine aggregates as approved by the Engineer before blending with the cement. Blend all materials completely before bagging the mix.

Provide a blending device meeting the following characteristics and requirements: (1) Capable of producing the required mix proportions within ±2 percent, (2) Equipped with a warning device to indicate when the system is out-of-tolerance, (3) Capable of stopping the flow of cement to allow sampling of the blended coarse and fine

aggregate, and

Page 137: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 87 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

(4) Designed to allow cement and aggregate to discharge separately for checking material

weights.

E Bags and Batch Identification Provide moisture-proof bags resistant to tearing.

Print the following on the bags: (1) The phrase, “MnDOT 3U18 CONCRETE PATCH MIX” or “MnDOT 3U58M

CONCRETE PATCH MIX” (2) Weight of the bag in pounds [kilograms] (3) Mix date (4) Mixing instructions

3105.3 SAMPLING AND TESTING

The Producer and Engineer will sample and test in accordance with the Schedule of Materials Control.

S-72 (3137) COARSE AGGREGATE FOR PORTLAND CEMENT CONCRETE NEW WRITE-UP 01/04/19 SP2018-252.1

MnDOT 3137 is modified as follows: S-72.1 MnDOT 3137.2.D shall be deleted and replaced with the following:

D Quality Provide coarse aggregate in accordance with 3137.2.D.1, 3137.2.D.2 or 3137.2.D.3 and the

following:

For fractions greater than or equal to 1 in, base quality requirements on the individual result.

For fractions that have 100 percent passing the 1 in sieve: (1) When using a single aggregate, base quality requirements on the individual result. (2) When proportioning aggregates, base quality requirements on the composite result. Prior

to proportioning, each individual fraction must meet the requirements of 3137.2.D.1. (2.1) If proportioning for 3137.2.D.2, each individual fraction must also meet

3137.2.D.2(g) and 3137.2.D.2(i). (2.2) If proportioning for 3137.2.D.3, each individual fraction must also meet

3137.2.D.3(a) and 3137.2.D.3(b) modified to a maximum percent carbonate by weight of 35.0%.

The Concrete Engineer may reject the proposed aggregate proportions if the composite result is of

borderline quality in accordance with 1503, Conformity with Contract Documents.

Refer to Tables 2461-5, 2461-6, 2461-7 and 2462-6 to determine the coarse aggregate quality specification for the intended use.

S-72.2 Table 3137-4 shall be deleted and replaced with the following:

Page 138: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 88 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Table 3137-4

Coarse Aggregate Designation for Concrete, percent by weight passing square opening sieves

Coarse Aggregate Designation

2 3 4 7 8 Sieve Sizes ASTM #67* ASTM #7* ASTM #89 CA-70 CA-80

2 in - - - - - 1½ in - - - - - 1 in 100 - - - - ¾ in 90 – 100 100 - - -

5/8 in - - - 100 - ½ in - 90 – 100 100 85 – 100 - ⅜ in 20 – 55 40 – 70 90 – 100 50 – 100 100 No.4 0 – 10 0 – 15 20 - 55 0 – 25 55 – 95 No.8 - - 5 – 30 - -

No.16 - - 0 – 10 - - No.50 - - 0 - 5 - 0-5

*ASTM #67 and ASTM #7 Gradations are MnDOT Modified.

S-73 (3138) AGGREGATE FOR SURFACE AND BASE COURSES REVISED 12/05/18

• SP2018-252.2

MnDOT 3138 is hereby modified as follows: S-73.1 Replace Table 3138-1 with the following:

Table 3138-1 Quality Requirements for Virgin Materials

Requirement Class 1 and 2 3 and 4 5 and 5Q 6

Max Shale, if No. 200 ≤ 7% by mass NA 10.0% 10.0% 7.0% Max Shale, if No. 200 > 7% by mass NA 7.0% 7.0% 7.0% Minimum Crushing Requirements * NA NA 10% 15% Maximum Los Angeles Rattler (LAR) loss from carbonate quarry rock 40% 40% 40% 35%

Maximum Insoluble residue for the portion of quarried carbonate aggregates passing the No. 200 sieve

10% 10% 10% 10%

Maximum amount of Brick 1.0% #

Maximum amount of other objectionable materials including but not limited to: wood, plant matter, plastic, plaster, and fabric

0.3% #

* Material crushed from quarries is considered crushed material.

Page 139: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 89 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

# The Contractor/Supplier may not knowingly allow brick and other objectionable material and must

employ a QC process to screen it out, before it becomes incorporated into the final product. S-73.2 Replace Table 3138-3 with the following:

Table 3138-3 Base and Surfacing Aggregate

(containing less than 25 percent recycled aggregates) Total Percent Passing *

Sieve Size

Class 1 (Surfacing £)

Class 2 (Surfacing β)

Class 3 (Subbase)

Class 4 (Subbase)

Class 5 (Base)

Class 5Q (Base)

Class 6 (Base)

2 in — — 100 100 — 100 — 1½ in — — — — 100 — 100 1 in — — — — — 65 - 95 — ¾ in 100 100 — — 70 - 100 45 - 85 70 - 100 ⅜ in 65 – 95 65 - 90 — — 45 - 90 35 - 70 45 - 85 No. 4 40 – 85 35 - 70 35 - 100 35 - 100 35 - 80 15 - 52 35 - 70

No. 10 25 – 70 25 - 45 20 - 100 20 - 100 20 - 65 10 - 40 20 - 55 No. 40 10 – 45 12 - 35 5 - 50 5 - 35 10 - 35 5 - 25 10 - 30

No. 200 8.0 - 15.0 5.0 - 16.0 5.0 - 10.0 4.0 - 10.0 3.0 - 10.0 0.0 - 10.0 3.0 - 7.0 * If product contains recycled aggregate, add letters in parentheses for each aggregate blend designating the type of recycled products included in the mixture. (B) = Bituminous, (C) = Concrete, (G) = Glass (BC) = Bituminous and Concrete, (BG) = Bituminous and Glass (CG) = Concrete and Glass, (BCG) = Bituminous, Concrete, and Glass £ Recycled concrete when used for surfacing is only allowed for shoulders β Class 2 must be composed of 100% crushed quarry rock per 3138.2.B.2.

S-73.3 Replace Table 3138-4 with the following:

Page 140: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 90 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Table 3138-4

Base and Surfacing Aggregate (containing 25% or more recycled aggregates & 75% or less recycled concrete)

Total Percent Passing * Sieve Size

Class 1 (Surfacing £)

Class 3 (Subbase)

Class 4 (Subbase)

Class 5 (Base)

Class 5Q (Base)

Class 6 (Base)

2 in — 100 100 — 100 — 1½ in — — — 100 — 100 1 in — — — 65 - 95 ¾ in 100 — — 70 - 100 45 - 85 70 - 100 ⅜ in 65 - 95 — — 45 - 90 35 - 70 45 - 85 No. 4 40 - 85 35 - 100 35 - 100 35 - 80 15 - 52 35 - 70

No. 10 25 - 70 20 - 100 20 - 100 20 - 65 10 - 40 20 - 55 No. 40 10 - 45

† 5 - 45 5 - 50 5 - 35 10 - 35 5 - 25 10 - 30

No. 200 5.0 - 15.0 † 0 - 15.0

0 - 10.0 0 - 10.0 0 - 10.0 0 - 10.0 0 - 7.0

* Add letters in parentheses for each aggregate blend designating the type of recycled products included in the mixture. (B) = Bituminous, (C) = Concrete, (G) = Glass (BC) = Bituminous and Concrete, (BG) = Bituminous and Glass (CG) = Concrete and Glass, (BCG) = Bituminous, Concrete, and Glass † Note: For Class 1, if the bitumen content is ≥ 1.5%, the gradation requirement is modified to 5-45%

for the #40 sieve and 0 – 15.0% for the #200 sieve. £ Recycled concrete is only allowed for shoulders

S-73.4 Add the following to MnDOT 3138.2.E:

(6) The Contractor may substitute reclamation material (recycled bituminous and aggregate) for class 3, 4, 5, or 6, if used for base, subbase, stabilizing aggregate, or fine aggregate bedding. Meet the gradation in Table 3138-6, and the all other requirements of 3138.

Table 3138-6

Reclamation Material Permitted as a Substitute for Class 3, 4, 5, or 6 Total Percent Passing

Sieve Size Class 3 Class 4 Class 5 Class 6 3” * 100 100 100 100 ¾” --- --- 70 - 100 70 - 100

#3/8” --- --- 45 - 90 45 - 85 #4 35 - 100 35 - 100 35 - 80 35 - 70

#10 20 - 100 20 - 100 20 - 65 20 - 55 #40 5 - 50 5 – 35 10 - 35 10 - 30

#200 0 - 10.0 0 - 10.0 0 - 10.0 0 - 7.0 * Note for bedding within 2 feet of plastic pipe the requirement is 100% passing the 1” sieve.

Page 141: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 91 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-74 (3149) GRANULAR MATERIAL

NEW WRITE-UP 01/14/20 SP2018-253.1

MnDOT 3149 is hereby modified as follows: S-74.1 Replace Table 3149-3 with the following:

Table 3149-3 Structural Backfill Requirements

% Passing ¾ in sieve 100% % Passing Ratio #40/#10 0 - 65% % Passing #200 Sieve 0 - 5.0% Maximum Clay % as determined by MnDOT Test Method 1302

1.5%

S-75 (3151) BITUMINOUS MATERIAL (MSCR) SP2018-254

MnDOT 3151 is modified as follows: S-75.1 Replace MnDOT 3151.2.A with the following:

A Asphalt Binder

Only use Performance Graded (PG) Asphalt Binder meeting the requirements of AASHTO M 332, Table 3151-1A, and the Combined State Binder Group Method of Acceptance for Asphalt Binder, available on the Asphalt Products page of the Approved/Qualified Products List.

Table 3151-1A

Multi Stress Creep Recovery (MSCR) Test Requirements

Grade* Binder Code for 2360 Mix Design [email protected],maximum %R @ 3.2kPa, min.** Jnr Difference

(max. per M 332)*** PG 58S-28 B 4.5 N/A report (75

%) PG 58H-28 E 2.0 30 % report (75 %) PG 58V-28 H 1.0 55 % report (75 %) PG58E-28 0.5 75 % report (75 %) PG58S-34 4.5 N/A report (75 %) PG58H-34 C 2.0 30 % report (75 %) PG58V-34 F 1.0 55 % report (75 %) PG58E-34 I 0.5 75 % report (75 %) PG49S-34 M 4.5 N/A report (75 %) PG52S-34 A 4.5 N/A report (75 %) PG64S-22 L 4.5 N/A report (75 %) * LTPP Bind temperature for Minnesota is 58°C for the high PG Binder Grade temperature. The bottom

three grades are special use binders and are to be tested at the high temperature indicated by the grade (example: PG 49S-34 is tested @ 49C).

** Use in place of Appendix X1 in AASHTO - M332. *** Jnr Difference is waived for all “S, H, V, and E” grade binders. The test value should be reported for

information only.

Use asphalt binder supplier recommendations for mixing and compaction temperatures.

Page 142: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 92 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-76 (3236) REINFORCED CONCRETE PIPE SP2018-255

The provisions of MnDOT 3236 are modified and/or supplemented with the following: S-76.1 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 MnDOT Standard Plate 3006.

S-77 (3301) REINFORCEMENT BARS REVISED 05/17/19 SP2018-258

MnDOT 3301 is modified with the following: S-77.1 The following is added to MnDOT 3301.2, “Requirements”:

Fabrication of epoxy-coated reinforcing steel delivered to projects in July 2020 and later is required to take place in plants participating in the CRSI Epoxy Coated Fabrication Certification Program and listed on CRSI’s website. Epoxy coated dowel bar and reinforcing to be used in concrete pavement is exempt from this fabrication requirement.

S-78 (3752) MEMBRANE CURING/SEALING COMPOUND FOR COLORED CONCRETE

NEW WRITE-UP 01/04/19 SP2018-260

MnDOT 3752 is hereby added: 3752 MEMBRANE CURING/SEALING COMPOUND FOR COLORED CONCRETE 3752.1 SCOPE

Provide a curing/sealing compound for spray application on Portland cement colored concrete surfaces.

3752.2 REQUIREMENTS

Provide membrane curing/sealing compound meeting the following requirements:

(1) Meets the requirements of ASTM C1315, “Liquid Membrane-Forming Compounds Having Special Properties for Curing and Sealing Concrete.”

(2) Type I, Class A, with an Acrylate Polymer or Acrylate Copolymer resin (3) Meets the requirements of the Department’s Curing/Sealing Compounds for Colored

Concrete Approval Program, as listed in the Approved/Qualified Products List.

The Contractor may use this membrane curing/sealing compound in other applications as approved by the Engineer or as shown in the Special Provisions.

3752.3 SAMPLING AND TESTING

Provide a statement of compliance meeting the requirements of ASTM C1315, “Liquid Membrane-Forming Compounds Having Special Properties for Curing and Sealing Concrete,” Type I, Class A, with an Acrylate Polymer or Acrylate Copolymer resin.

Page 143: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 93 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

S-79 (3885) ROLLED EROSION PREVENTION PRODUCTS NEW WRITE-UP 10/10/19 SP2018-261

Replace MnDOT 3885 with the following: 3885 ROLLED EROSION PREVENTION PRODUCTS 3885.1 SCOPE

Provide erosion prevention blankets, turf reinforcement mats, and other products to prevent erosion, stabilize soils, reinforce vegetation, and aid in the establishment of vegetation, where applicable. Ensure that net openings are small enough to retain uniformly distributed fill material but large enough to allow seedling emergence and reduce animal entanglement.

3885.2 REQUIREMENTS

A Temporary Rolled Erosion Prevention Blanket Use only natural fibers in the manufacture of netting and fill material for temporary products.

Provide blankets that conform to the general requirements listed in Tables 3885-1, 3885-2, and 3885-3.

Page 144: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 94 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Table 3885–1

Temporary, Straw-based Products

Criteria ASTM Number Category 10 Category 20 Category 30

Net Number (upper/lower) 1 2 2

Fiber Fill Material 100% Straw 100% Straw 70% Straw, 30% Coconut/hemp

Mass* (lb) per sq yd, min. D6475 0.43 0.43 0.42 Fiber Length (in), 80% greater than 3 3 3

Functional Longevity, 75% remaining (mo) 3 4.5 9

Target Service Life (mo) 4 9 12 Permissible shear (psf), unvegetated D6460 1.50 1.75 2.00

Flow (ft/s) probable maximum D6460 4.5 6 8

MD Tensile Strength (lbs/ft), min D6818 130 170 200

TD Tensile Strength (lbs/ft) min D6818 80 130 150

Permissible anchor Type

Wood or biodegradable*** plant based plastic barbed, glue, U or

round head metal, 11-13 ga.

U or round head metal, 11-13 ga., Washer/60D

(6 in) Nail**

Helical twist pin, Washer/60D (6 in)

Nail**

Minimum anchor embedment length (inches)

4 6 8

*Dry mass at time of manufacture following ASTM protocols. **Winter Utilization ***Biodegradable means the product will decompose under ambient soil conditions into carbon dioxide, water, and other naturally occurring materials within one year of installation.

Page 145: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 95 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Table 3885–2

Temporary, Wood Fiber Based Products

Criteria ASTM Number Category 15 Category 25 Category 35 Category 45

Net Number (upper/lower) Netless 2 2 2

Fiber Fill Material

100% Cellulose, Agricultural

products, hemp, wood

100% WoodA Fiber 100% WoodA Fiber

100% WoodA Fiber

Mass* (lb) per sq yd, min. D6475 0.40 0.57 0.76 1.25

Fiber Length (in), 80% greater than Varies, 0.5 to 6 6 6 6

Functional Longevity, 75% remaining (mo)

1.5 6 12 24

Target Service Life (mo) 3 12 24 36

Permissible shear (psf), unvegetated D6460 1.00 2.10 2.50 3.25

Flow (ft/s) probable maximum

D6460 2 7 8 11

MD Tensile Strength (lbs/ft), min

D6818 4 170 220 280

TD Tensile Strength (lbs/ft) min

D6818 4 130 150 200

Permissible anchor Type

Wood or biodegradable*** plant based plastic barbed, glue, U or round head metal,

11-13 ga.

U or round head metal, 11-13 ga.,

Washer/60D (6 in) Nail**

Helical twist pin, Washer/60D (6

in) Nail**

Helical twist pin,

Washer/60D (6 in) Nail**

Minimum anchor embedment length (inches)

4 6 8 10

*Dry mass at time of manufacture following ASTM protocols. ** Winter Utilization ***Biodegradable means the product will decompose under ambient soil conditions into carbon dioxide, water, and other naturally occurring materials within one year of installation. A Derived from hardwood (Aspen spp.) or softwoods (pine)

Page 146: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 96 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Table 3885–3

Temporary, Extended Duration Open Weave Textile Based Products** Criteria ASTM Number Category 37 Category 47 Category 57

Textile Fiber Material 100% Coir or Hemp Fiber

100% Coir or Hemp Fiber

100% Coir or Hemp Fiber

Mass* (lb) per sq yd, min. D5261 0.75 1.2 1.7

Water Absorbency, %, min. D1117 160 165 130

Light Penetration, %, min. D6567 38 35 18

Open Area, %, min. Calculated 60 40 35 Functional Longevity, 75% remaining (mo) Reported 36 36 48

Target Service Life (mo) Reported 60 72 72

Permissible shear (psf), unvegetated D6460 3 4.5 5

Flow (ft/s) probable maximum, unvegetated D6460 8 11 16

Tensile Strength, Dry (lbs/ft), min., MDxTD D6818 500x480 1200x900 1600x1100

Tensile Strength, Wet (lbs/ft) min., MDxTD D6818 450x360 920x680 1200x930

Elongation at Failure, % max., MDxTD D6818 36x32 45x40 50x40

*Dry mass at time of manufacture following ASTM protocols. **Anchoring to be done according to manufacturer recommendations

B Permanent Rolled Erosion Prevention Products Provide turf reinforcement mats and other permanent products that conform to the general

requirements listed in Tables 3885-4, 3885-5, and 3885-6.

Page 147: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 97 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Table 3885–4

Permanent, Synthetic Based, Surface Applied Products

Criteria ASTM Number Category 50 Category 55 Category 60

Net Number (upper/lower) Stitched 2 or 3 layer, synthetic

Stitched 2 or 3 layer, synthetic

Stitched or Bonded 2 or 3 layer synthetic

Fiber Fill Material

Bio-composite of natural agricultural products,

HECP – RFM, coconut, hemp, and synthetic

elements

WoodA Fiber Synthetic elements

Mass* (lb) per sq yd, min. D6475 0.64 0.75 0.5 Fiber Length (in), 80% greater than 3 6 DNA

Functional Longevity, 75% remaining (mo) 12 biological, > 36

synthetic 24 biological, > 36

synthetic >36

Target Service Life (mo) >36 >36 >36 Permissible shear (psf), unvegetated D6460 3.00 3.25 2.50

Flow (ft/s) probable maximum D6460 10 11 6

MD Tensile Strength (lbs/ft), min D6818 370 800 290

TD Tensile Strength (lbs/ft) min D6818 180 800 190

Permissible anchor Type Helical twist, Hooked #3 rebar, or cable

Helical twist, Hooked #3 rebar, or cable

Helical twist, Hooked #3 rebar, or cable

Minimum anchor embedment length (inches) 12 12 12

*Dry mass (as appropriate) at time of manufacture following ASTM protocols. A Derived from Hardwoods (Aspen spp.) or softwoods (pine).

Page 148: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 98 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Table 3885–5

Permanent, Synthetic Based Products filled with Soil, Compost or Organic Fiber Media

Criteria ASTM Number Category 70 Category 72 Category 74 Category 76

Net Number* TRM TRM TRM TRM

Fill Material**

Topsoil Borrow (3877.2.C)

Grade 2 Compost (3890.2.B)

Organic Fiber Matrix

(3884.2.B.1)

Topsoil Borrow (3877.2.C)

Grade 2 Compost (3890.2.B)

Organic Fiber Matrix

(3884.2.B.1)

Topsoil Borrow (3877.2.C)

Grade 2 Compost (3890.2.B)

Organic Fiber Matrix

(3884.2.B.1)

Topsoil Borrow (3877.2.C)

Grade 2 Compost (3890.2.B)

Organic Fiber Matrix

(3884.2.B.1) Mass (lb) per sq yd, min. D6566 0.5 0.5 0.5 1.20

80 Percent test chamber strength retained in hours

D4355 500 1000 3000 3000

Target Service Life D4355 Permanent Permanent Permanent Permanent

Permissible shear (psf), unvegetated

D6460 4.00 6.00 8.00 10.00

Flow (ft/s) probable maximum

D6460 10 12 14 16

MD Tensile Strength (lbs/ft), min

D6818 150 240 1400 3000

TD Tensile Strength (lbs/ft) min

D6818 130 200 1100 3000

Permissible anchor Type

Helical twist metal hooks,

Hooked #4 rebar, tension cable

Helical twist metal hooks,

Hooked #4 rebar, tension cable

Tension cable per manufacturer specification

Tension cable per manufacturer specification

Minimum anchor embedment length (inches)

18 18 18 18

*Provide mats with cells at least ⅜ - ¾ in in depth to allow soil filling and retention, composed of nylon, polypropylene, polyolefin, polyester, or rust inhibited metal. **See 2575 for approximate quantities to achieve a 0.5 - 1 inch layer filling all voids on product surface.

Page 149: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 99 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

Table 3885–6

Permanent, Ultra High Performance Products

Criteria ASTM Number Category 80 Category 90

Net Number (upper/lower) Multilayered, Bonded Geogrid1 Bonded synthetic layer

Fiber Fill Material

Concrete2 units (D6684), with bottom attachedA

(80A) Category 25 with Category 60, or

(80B) 3733 Geotextile Type 5

Concrete Polymer3 90A 0.20 inch 90B 0.30 inch 90C 0.50 inch

Topsoil infilling, 3877.2.C, “Sandy Clay Loam Topsoil Borrow”

Yes No

Mass (lb) per sq yd, min. D6475 0.64 0.5 Fiber Length (in), 80% greater than Varies based on subcategory DNA

Functional Longevity, 100% remaining (mo) D4355 >36 >36

Target Service Life (mo) D4355 >36 >36 Permissible shear (psf), unvegetated

D6459/6460 24 25

Flow (ft/s) probable maximum D6460 30 35

MD Tensile Strength (lbs/ft), min D6637 2055 1200

TD Tensile Strength (lbs/ft) min D6637 2055 440

Permissible anchor Type Bent #4 rebar, tension cable Per Manufacturer Minimum anchor embedment length (inches) 24 Per Manufacturer

A Functional equivalent for shear, flow and functional longevity 1 Geogrid, see Table 3885-7 2 Concrete, see 3885.2.B.2 below. 3 Concrete Fabric Mat, see 3885.2.B.3 below.

B.1 Bonded Geogrid

Provide bonded geogrid with the physical characteristics shown in Table 3885-7.

Table 3885-7 Geogrid Characteristics

Criteria ASTM Number Requirement Mass/Unit Area (min) ASTM D-5261 0.43 lb/yd2 Aperture Size (min) Measured 1.6 x 1.6 inch Wide Width Tensile Strength

Elongation at Break (Max) ASTM D-6637 6 % Tensile Strength @ 2%

Machine Direction (MD) (min) ASTM D-6637 822 lb/ft

Page 150: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 100 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

B.2 Concrete

Provide wet cast blocks meeting 2461, “Structural Concrete,” and the following:

(1) Manufactured in a plant with a Department Certified Ready-mix Program, (2) Design air content of 6.5 percent, (3) Absorption no greater than 7.0 percent when tested in accordance with ASTM C 140, and (4) Minimum Design Strength of 4000 psi at 28 days when tested in accordance with ASTM

C 140. (5) The Contractor shall inspect the flexible concrete mats upon delivery. Flexible concrete

Mats missing more than four concrete blocks per 80 square feet section shall be rejected.

B.3 Concrete Fabric Mat Provide Concrete Fabric Mat (CFM) that is a cement impregnated fabric that hardens when

hydrated to form a water resistant mat. It can be installed underwater and has a working time of several hours after hydration. It shall meet the following requirements of Table 3885-8 and 3885-9.

Table 3885-8

Physical Characteristics

Type Thickness (in) Dry Weight (lb per sq ft)

Hydration, Min. water volume (gal per sq ft)

A 0.20 1.43 0.2 B 0.30 2.42 0.3 C 0.50 3.78 0.5

Table 3885-9

Concrete Characteristics

Criteria ASTM Number Requirement

Freeze Thaw ASTM C-1185 3400 lbs Working Strength ASTM D-5035 Length = 60 lb per sq ft; Width = 20 lb per sq ft Puncture Resistance ASTM D-6241 350 lbs Manning’s N ASTM D-6460 0.011 Taber Abrasion ASTM C-1353 7 times greater than 2500 psi OPC Compressive Strength (10 day psi) ASTM C-473-07 5800

Provide rolls capable of handling from spreader beams or bars. Provide proper storage and

handling methods capable of dry storage until placement. Provide means capable of cutting into structure configurations and openings prior to hydration and again after placement as necessary for proper fit and transport of flowing water.

B.3.a Overlap and Lap-Joint Bonding Agents

Provide appropriate sealant capable of bonding to both the PVC backing and fiber surface of the Concrete Fabric Mat. The sealant must work in both wet and dry conditions prior to hydration and remain functional during hydration.

B.3.b Hydration Water

Provide water to the Concrete Fabric capable of surface saturation when no longer applying water for 2 minutes. Provide sufficient water 1 hour later on fabrics thicker than 0.5 inches, ditch grades greater than 2 percent, slopes greater than 3:1, and temperatures greater than 80 degrees Fahrenheit to complete the hydration process.

Page 151: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SPECIAL PROVISIONS - SP2018 BOOK Created January 17, 2020 Last Revision by CO Special Provisions: 01/14/20 Page 101 SAP 159-108-007

SAP 159-107-018 SAP 159-105-015

3885.3 SAMPLING AND TESTING

All approved products must be current in the NTPEP Program, with a testing cycle of every 3 years. Approved products for this specification are shown on the MnDOT Approved Products List website.

Provide documentation of the following for all products:

(1) A published C-Factor appropriate to each category following requirements of ECTC

Method 2 Rainfall, extrapolated to a 3 inch per hour rainfall or ASTM 6459. (2) Proof that the product enhances plant growth according to ASTM D7322. (3) Evidence that the product meets ECTC smolder resistance guidelines.

Target Service Life is the estimated time period that a product can be anticipated to prevent

erosion, independent of vegetation, under environmental conditions occurring in Minnesota. These conditions include variations in temperature, moisture, light, soils, biological activity, vegetation establishment, etc.

Functional Longevity is the proxy for measuring Target Service Life (due to a lack of standard test

methods). Seventy five percent of the product must remain in place for the specified duration under normal environmental conditions.

No field substitutions are permitted between Categories unless following the requirements of

1401, “Intent of Contract”.

Page 152: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

ROADWAY LIGHTING SYSTEM SPECIAL PROVISIONS (January 04, 2019)

1-SL

DIVISION SL

SL-1 (2104) REMOVING MISCELLANEOUS STRUCTURES SL-1.1 DESCRIPTION

This work consists of removing or salvaging miscellaneous structures in accordance with the provisions of MnDOT 2104 and the following:

Store and protect salvaged items from damage until ready for reinstallation or delivery to storage. Repair or replace any damage resulting from the Contractor's operations, like in kind or better, to the condition existing prior to the salvage operation.

Paint on existing lighting service cabinets and other painted items may include lead in the paint. If this is the case, the Contractor is responsible for the proper handling, transportation, and disposal of these materials as hazardous waste. The handling, transportation, and disposal of these items must be in accordance with Occupational Safety & Health Administration (OSHA) and the Minnesota Pollution Control Agency (MPCA) regulations.

The Contractor certifies being familiar with, and will comply with, the applicable requirements in

OSHA 29 CFR 1926.62 and Minnesota Rules Chapter 5206, 7025, 7035, 7045 relating to disposal and the removal of these lead painted materials.

Provide to the Engineer a completed "Contractor Certification of Disposal" form that is included

elsewhere in these Special Provisions. SL-1.2 MATERIALS

None SL-1.3 CONSTRUCTION REQUIREMENTS A. Remove Light Foundation

Item 2104.502 (Remove Light Foundation) consists of removing the in place light foundations as indicated in the Plan.

Backfill all holes remaining from the removal of the light foundation in accordance with MnDOT 2545.3C. B. Remove Lighting Unit

Item 2104.502 (Remove Lighting Unit) consists of removing the in place lighting units as shown in the Plan.

Page 153: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

ROADWAY LIGHTING SYSTEM SPECIAL PROVISIONS (January 04, 2019)

2-SL

Disconnect all circuit wiring from removed lighting units. Removed lighting units are the property of the Contractor. Dispose of in accordance with

2104.3.C. C. Salvage Lighting Unit

Item 2104.502 (Salvage Lighting Unit) consists of salvaging the lighting units as directed by the Engineer.

Disconnect all circuit wiring to the salvaged lighting units. Deliver salvaged lighting units to the

storage location as specified herein, or as directed by the Engineer.

Repair or replace any damaged salvaged materials resulting from the hauling operation at no expense to the Department. D. Delivery of Salvaged Materials

Disassemble salvaged materials as directed by the Engineer and, unless otherwise specified, deliver the salvaged materials to the Rochester Public Utilities. Coordinate with electric division. SL-2 (2545) LIGHTING SYSTEMS Provide and install materials and equipment for construction of lighting systems in accordance with the National Electrical Code (NEC), as specified in the Contract, and the following: SL - 2.1 GENERAL

A. 2545 Definitions

Definitions are in accordance with Standard Specifications for Construction Section1103 and as follows:

1. Approved/Qualified Products List (APL) .

2545 ABBREVIATIONS D GLOSSARY OF ACRONYMS AND ABBREVIATIONS

Acronyms and abbreviation used in the Contract to represent full text in accordance with 1102 “Abbreviations and Measurement Units” and as shown in Table 2545-1:

Table 2545-1 Acronyms and Abbreviations Used

Acronym or Short Form

Full Name or Meaning

APL Approved/Qualified Products List

Page 154: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

ROADWAY LIGHTING SYSTEM SPECIAL PROVISIONS (January 04, 2019)

3-SL

A. Light Foundation- Design E

Provide and install Light Foundations- Design E as shown on the Plans. B. Salvage and Reinstall Lighting Unit

Salvage and reinstall the complete lighting unit (pole, mast arm, luminaire, lamp, transformer base and foundation), salvaged from the project, at the location shown in the Plan or as designated by the Engineer.

Install all components of the lighting unit to the satisfaction of the Engineer and include all miscellaneous hardware required for complete lighting unit relocation.

Restoration of the area of the removed foundation shall be in accordance with applicable

provisions of 2105.

SL - 2.2 MEASUREMENTS AND PAYMENTS

A. Salvage Lighting Unit

Salvage lighting unit (includes pole, mast arm, luminaire, lamp, transformer base, and foundation) as specified herein, at the location indicated in the Plan is measured as an integral unit complete and is paid for under pay Item No. 2104.502 (SALVAGE LIGHTING UNIT) at the Contract price per EACH, which price is compensation in full. B. Install Salvaged Lighting Unit

Install salvaged lighting unit (includes pole, mast arm, luminaire, lamp, transformer base, and foundation) as specified herein, at the location indicated in the Plan is measured as an integral unit complete in place and is paid for under pay Item No. 2545.602 (INSTALL LIGHTING UNIT) at the Contract price per EACH, which price is compensation in full. THIS ITEM INCLUDES THE FOLLOWING:

1. Installing salvaged lighting units as specified including:

(1.1) Foundation, (1.2) Lamps when required, (1.3) Luminaire, (1.4) Ballast, (1.5) Pole base, (1.6) Pole and bracket, (1.7) Breakaway fuse holder, (1.8) Wiring between pole base and luminaires,

Page 155: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

ROADWAY LIGHTING SYSTEM SPECIAL PROVISIONS (January 04, 2019)

4-SL

(1.9) Numbering of the light pole, and (1.10) All miscellaneous items required for a complete installation.

2. Bonding and grounding materials and connections.

3. Traffic Control

Page 156: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SIGNAL REVISION(April 09, 2018)

SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

1-SS

INDEX TO DIVISION SS

SECTION PAGENO. ITEM NO.

SS-1 (2565) Revise Signal System……………………………………………… 2-SSSS-2 Materials Requirements……………………………………………. 4-SSSS-3 Construction Requirements………………………………………... 7-SSSS-4 Measurement and Payment………………………………………... 16-SS

I hereby certify that the Special Provisions for signalconstruction (Div. SS) contained in this proposal wereprepared by me or under my direct supervision and that I ama duly licensed Professional Engineer under the laws of theState of Minnesota.

________________________________________Jeffrey D. Preston

Lic. No. 41964 Date 1/17/2020

Page 157: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SIGNAL REVISION(April 09, 2018)

SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

2-SS

DIVISION SS

SS-1. (2565) REVISE SIGNAL SYSTEM

This work consists of removing and salvaging, or disposing of existing traffic control signalsystem components; furnishing and installing materials and electrical equipment; and installing Cityfurnished materials as specified herein, all to provide for complete operating revised traffic control signalsystem at the intersection of Civic Center Drive NW and 4th Avenue NW, Olmsted County, and revisedAPS pedestrian push button locations at the intersections of 2nd Street SW with 3rd Avenue SW and 4th

Avenue SW, all in accordance with the applicable provisions of MnDOT 2565; with the current edition ofthe National Electrical Code; with the Plans; and as follows:

2565 ABBREVIATIONS

D GLOSSARY OF ACRONYMS AND ABBREVIATIONSAcronyms and abbreviation used in the Contract to represent full text in accordance with1102 “Abbreviations and Measurement Units” and as shown in Table 2545-1:

A. Revise Existing Traffic Control Signal System

Revise existing traffic control signal system in accordance with the Plans and with the followingto provide complete operating revised signal systems:

1. Remove and dispose of items of the existing traffic control systems not being reused in therevised signal systems as required by the Plans and Special Provisions.

2. Salvage and protect items of the existing traffic control systems required for reuse andinstallation in the revised signal systems as indicated by the Plans and Special Provisions.

3. Incorporate into the revised signal systems all in place items of the existing traffic controlsignal system as indicated in the Plans.

4. Install City furnished traffic materials as specified herein.

Table 2565-1Acronyms and Abbreviations Used

Acronym orShort Form Full Name or Meaning

APL Approved/Qualified Products List

Page 158: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SIGNAL REVISION(April 09, 2018)

SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

3-SS

5. Provide and install new items as required by the Plans which includes, but not limited tothe following

(4.1) Concrete foundations(4.2) Conduit and conduit fittings(4.3) Traffic control signal electrical cables and conductors(4.4) Bonding and grounding materials(4.5) Pedestrian Push Button Stations and foundations

6. Provide and install insulated spade lugs on conductors as required to be terminated.

7. Provide and install new labels to identify cables and conductors as required by the fieldwiring diagram.

8. Terminate all cables and conductors as required to provide an operational revised signalsystem to the satisfaction of the Engineer.

B. Relocate APS pedestrian pushbutton locations

Revise existing APS pedestrian pushbutton station locations and on-pole pushbuttons inaccordance with the Plans and these special provisions

C. Traffic Signal Coordination

Any work that impacts the traffic signal, requires powering off the signal, or places the signal intoall-way flash mode must be coordinated with the City of Rochester and the Engineer. Writtenapproval shall be required for schedule and duration of proposed work.

The Contractor will be required to coordinate signal work with City of Rochester Signal Staff andthe Engineer.

The Contractor shall propose traffic control required for the signal to the Engineer for review andapproval. Traffic control shall follow MNMUTCD. Furnishing, installing, maintaining, andremoving traffic control required for traffic signal work shall be considered incidental.

Page 159: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SIGNAL REVISION(April 09, 2018)

SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

4-SS

SS-2. MATERIALS REQUIREMENTS

SS-2.1 GENERAL

(None)

SS-2.2 MATERIALS

2.2.1 City Provided Materials

The Department provides to the Contractor (at no expense to the Contractor) the followingmaterials and electrical equipment for the Contractor to install:

1. Eight (8) APS pedestrian push buttons and signs, with Central Controller Unit (excludingcables and conductors).

2. One (1) Mast arm, pole, base, and hardware associated to attach to contractor provided polefoundation / anchor bolts.

2.2.2 Contractor Provided Equipment

A. Materials

Provide materials in accordance with 2565.2A and as follows.

B. Rodent Intrusion Barrier

Rodent intrusion barrier listed on MnDOT’s Approved Products List for Signals may be usedinstead of stainless-steel woven wire cloth specified in 2565.2.DD for traffic signal pole transformer basesStandard Plate No. 8121.

C. HandholesProvide handholes in accordance with 2565.2C and the following:

Where new handholes are called for to be provided and installed as part of the revised trafficcontrol signal system, provide and install new PVC handholes with metal frames and covers as approvedby the Engineer.

Provide MnDOT approved electrical insulating coatings as listed on MnDOT’sApproved/Qualified Products Lists for Signals:

http://www.dot.state.mn.us/products/index.html

Page 160: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SIGNAL REVISION(April 09, 2018)

SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

5-SS

D. Terminal BlocksProvide terminal blocks in accordance with 2565.2JJ.

Provide MnDOT approved electrical insulating coatings as listed on MnDOT’sApproved/Qualified Products Lists for Signals:

http://www.dot.state.mn.us/products/index.html

E. Accessible Pedestrian Signals (APS) – (Audible Pedestrian Push Button Units and AssociatedTraffic Control Signal Cabinet Equipment)

Install new City provided and salvaged “Accessible Pedestrian Signals (APS)” push buttons at thelocations noted in the Plans, in accordance with MnDOT 3833 and as follows:

All Accessible Pedestrian Signals (APS) components (excluding push button station poles andbases, cables and conductors, anchor rods, ground mounting equipment and foundation), includingcontroller cabinet components, will be provided by the City and must be installed and made operationalby the Contractor.

F. Pedestrian Push Button Station

Provide and install MnDOT approved Pedestrian Push Button Station as detailed in the plan.

G. Pole Mount Adapters

Provide and install MnDOT approved Pole Mount Adapters as listed on MnDOT’sApproved/Qualified Products Lists for Signals:

http://www.dot.state.mn.us/products/index.html

H. Accessible Pedestrian Signal (APS) Pushbutton Mounting Spacer

Provide and install MnDOT approved Accessible Pedestrian Signal (APS) Pushbutton MountingSpacers as specified herein and in the Plan.

MnDOT approved Accessible Pedestrian Signal (APS) Pushbutton Mounting Spacers arelisted on MnDOT’s Approved/Qualified Products List for Signals:

http://www.dot.state.mn.us/products/index.html

Page 161: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SIGNAL REVISION(April 09, 2018)

SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

6-SS

I. Pole Foundation

Provide and install pole foundation per MNDOT Standard Plate 8126. Work includes all itemsshown in detail including but not limited to concrete, reinforcement, anchor bolts, conduit, fittings,hardware, etc.

J. Painting Signal Systems

1. Galvanized Mast Arm Pole Standards

Paint galvanized mast arm pole standards in accordance with the provisions of MnDOT 2565.3X,and as specified herein.

When the contract requires painted mast arm pole standards, the pole manufacturer shall followthe procedure outlined below:

a) Surface clean by the solvent cleaning method and surface prepare by sweep blasting.

b) Coat all sweep blasted galvanized steel with the subsequent coat(s) within the time framedefined in ASTM D 6386, Sect. 5.4.1, or within the same 8-hour shift, maintainingmanufacturer defined control and environmental conditions. The Manufacturer’s QualityControl (QC) personnel shall document that all parameters were followed.

c) Apply all coating material in accordance with the contract documents and themanufacturer's Product Data Sheet (PDS) and application guides for the material andsystem specified.

d) Coating material(s) shall meet the requirements of 3520. The color of the intermediatecoat shall present a distinct contrast from other applied coatings.

e) Perform Quality Control Inspections of all coated products by using an observer withnormal color vision, in a "well lighted" area, during each coating phase and prior to finalacceptance.

"Well-lighted" is defined as a minimum of 50-foot candles of artificial light or natural daylight.Use a light meter with readings in foot candles to verify the adequacy of the lighting.

Page 162: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SIGNAL REVISION(April 09, 2018)

SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

7-SS

SS-3. CONSTRUCTION REQUIREMENTS

A. Conduit Underground

Place conduit underground in accordance with 2565.3.D.2.b “Underground” and as follows:

Place conduit at least 24 in below roadway surfaces.

B. Installation of City Furnished Materials

Install all City provided materials and electrical equipment for complete operating revised trafficcontrol signal systems which includes, but is not limited to:

1. APS pedestrian push button and sign units with Central Control Unit2. Mast arm, pole, base, and accompanying hardware.

Install all other City provided traffic signal system components as listed in the Plans andelsewhere in these Special Provisions, and provide and install all other required materials, electricalequipment and labor needed to make each City provided component operational to the satisfaction of theEngineer.

C. Pick Up City Furnished Materials

Pick up materials and electrical equipment described in (A) above from the City of Rochester (24Civic Center Drive, Rochester MN 55904). Follow these requirements:

1. Request from City of Rochester the materials and electrical equipment listed in (A) above.2. Request City furnished materials at least 30 business days in advance of needing the material

on the project.3. Notify City of Rochester at least 3 business days in advance of intention to pick up materials

and electrical equipment.4. Contact:

Mr. Chris Brunhlzl (telephone 507-328-2470)5. Pick up the City furnished materials and electrical equipment at the above specified location

and transport them to the job site.6. Notify the Engineer in advance of contacting City of Rochester.

D. Rodent Intrusion Barrier

Install rodent intrusion barrier in accordance with 2545.3W.

Rodent intrusion barrier listed on MnDOT’s Approved Products List may be installed instead ofstainless-steel woven wire cloth as specified in 2545.3.W for traffic signal pole transformer basesStandard Plate No. 8121.

Page 163: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SIGNAL REVISION(April 09, 2018)

SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

8-SS

Install the MnDOT APL barrier in accordance with the manufacturer’s installation instructions.Fill gaps between the barrier and base plate, and between the barrier and the foundation with 100%silicone sealant.

E. Handholes

MnDOT 2565.3E is hereby deleted and the following is substituted, therefore.

E Handholes

Install handholes as required by the Contract and as approved by the Engineer. The Contractormay install additional handholes at no additional cost to the City.

Set the tops of each new and existing handhole impacted by construction even with the groundline and/or surrounding sidewalk by the Contractor, to the satisfaction of the Engineer. Set the cover flushwith the sidewalk in accordance with ADA requirements. This includes adjusting existing PVChandholes with metal frames and covers at Civic Center Drive and 4th Avenue signal revision (incidental).

To facilitate drainage, set handholes on a compacted aggregate drain bed, 2 feet [609 mm] largerin diameter or square of the handhole enclosure, and 12 inches [300 mm] deep, using coarse filteraggregate in accordance with MnDOT 3149.2.H, “Coarse Filter Aggregate.”

Backfill handholes after installing the cover.

Conduits entering handholes must enter thru the barrel or side wall of the handhole.

Drill conduit holes into the side walls of handholes no more than 1 inch larger than the sizeconduit being installed.

Remove excess material inside of existing handholes that are to be reused.

After handhole and conduit installation at each handhole location, make the sidewalls insidehandholes watertight by patching with material-compatible caulking compound, or other sealing material,compatible handhole material, to the Engineer’s satisfaction.

For all existing handholes being reused at the revised signal system, confirm that all existingconduits entering each handhole have end bells firmly installed on the ends of the conduit. If no end bellexists, provide and install a new end bell to the satisfaction of the Engineer.

Seal all new and existing conduits at the walls of each new and existing handhole to thesatisfaction of the Engineer.

Page 164: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SIGNAL REVISION(April 09, 2018)

SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

9-SS

Adjust existing handholes as required to an elevation to match surrounding sidewalk andboulevard grade to the satisfaction of the Engineer (using all required Contractor labor and materials asnecessary to complete adjustment work). If the handhole and handhole cover to be adjusted is damaged bythe Contractor’s operations, provide and install a new identical handhole or handhole cover at their ownexpense. If the Engineer determines that the handhole or handhole cover to be adjusted is unusable due tocircumstances beyond the Contractor’s control, then a new identical handhole or handhole cover shall beprovided and installed by the Contractor and will be paid for as EXTRA WORK.

All labor and materials required to adjust existing handholes at the 4th Street and Civic CenterDrive intersection will be considered incidental.

Adjustments to existing handhole(s) at the intersection of 2nd Street with 3rd Avenue and 4th

Avenue due to pedestrian pushbutton relocations will be measured and paid for by the each.

F. Maintenance of Existing Electrical Systems

Maintain and keep in operation new and existing electrical systems in accordance with 2565.3Band as follows:

The Contractor is responsible for locating all underground facilities of existing traffic controlsignal systems including temporary, and newly constructed signal systems within the limits of theconstruction project, for the duration of the construction project in accordance with the applicableprovisions of MnDOT 1514 and in accordance with Minnesota State Statute 216D.

The responsibility for locating underground traffic control signal system facilities shall betransferred to the Contractor on the project start date as shown on the proposal.

The City of Rochester will provide an initial locate of the underground traffic control signalsystem facilities within the project limits at the request of the Contractor at the start of the project. Therequest for the initial locate must be submitted to the City a minimum of four (4) business days prior tothe project start date.

Locate requests that are within the construction project limits will continue to be received by theCity. These locate tickets will be forwarded to the Contractor’s representative responsible for coordinatinglocate requests within the project limits. The locate tickets will be forwarded via email or fax.Confirmation of receipt of the locate ticket must be sent by the Contractors representative back to the Citywithin two (2) hours of the City sending the Contractor’s representative the locate request.

The Contractor responsible for locating all underground traffic control signal system facilities willrepair any damage as the result of improperly located or unmarked underground traffic control signalsystem facilities within the project limits.

Page 165: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SIGNAL REVISION(April 09, 2018)

SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

10-SS

The repair of the damaged underground traffic control signal system facilities must be inaccordance with 2545.3A, 2565.3B and in accordance with City design and construction requirements allto the satisfaction of the Engineer. This work is considered incidental.

Until final written acceptance of the project by the Engineer (MnDOT 1716) this work isconsidered incidental.

During any periods of authorized work suspension, the contractor is responsible for maintenanceof the existing traffic control signal systems.

Provide to the Department contact information with the names and telephone numbers for 24hours a day, 7 days a week maintenance as defined above.

G. Terminal Blocks

Install terminal blocks in accordance with manufacturer’s installation instructions and MnDOT2565.3J.8.

H. Video Detection System Installation

Install salvaged materials and electrical equipment as specified herein and in the Plans; provideand install cables and conductors; and make operational four (1) video detection system camera inaccordance with the applicable provisions of MnDOT 2550, MnDOT 2565, with the Plans, and asfollows.

Provide, install, and make operational all other materials and electrical equipment necessary tomake the complete video detection system operational to the satisfaction of the Engineer.

All video detection system components shall be installed by experienced personnel and meet thefollowing requirements:

· Cables and conductors for each video vehicle detector unit shall be in accordance with theapplicable provisions of MnDOT 3815, the applicable provisions of the manufacturer of the videovehicle detection system, and the Plans. Install cables between the video detector junction boxlocation and the traffic signal cabinet. Install cables in a continuous run with no splices. Checkterminated cables for ground isolation.

· Provide drip loop for the video cable between the camera junction box and the camera housing.

· Aim and secure camera in an aimed position. Employ a “Field Service Utility Viewer” approvedby the video detection system manufacturer. Aim camera so that the field view is as directed bythe Engineer.

Page 166: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SIGNAL REVISION(April 09, 2018)

SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

11-SS

· All video detection system components shall be installed by personnel certified for installation bythe equipment manufacturer.

Installing salvaged video vehicle detection materials and electrical equipment; providing andinstalling all other materials and electrical equipment as required; and making operational the completevideo vehicle detection system; in accordance with the Plans and these Special Provisions will beconsidered incidental, with no direct compensation being made, therefore.

I. Accessible Pedestrian Signals (APS) Pushbutton Stations

Furnish and install APS pedestrian pushbutton stations as shown in the plans per detail and as described inthese special provisions.

1. Provide and install 1-inch Rigid PVC Conduit with end bell 2 ± ½ inches above the sidewalk.

2. Support the 1-inch Rigid PVC Conduit with a minimum ½ inch rebar prior to concrete pouring.

· Drive support rebar into the ground below a sufficient depth to adequately support the conduitduring concrete pouring operations.

· Remove the support rebar after the concrete has been poured during concrete finishingoperations.

After the concrete has cured:

3. Drill four (4) 3/4-inch holes six (6) inches deep into the concrete as detailed in the plans.

4. Provide and install 5/8 inch (UNC) stainless steel threaded rods.

5. Provide and use APS pushbutton base adhesive anchoring systems to secure the stainless-steelthreaded rods into the drilled holes.

· Follow all manufacturers’ installation instructions including cleaning and insertion of theanchor with adhesive.

6. Allow the epoxy adhesive to cure a minimum of 24 hours prior to installing the pedestrianpushbutton pedestal base.

· Follow epoxy manufacturers required cure time prior to installing the pedestrian pushbuttonpedestal base.

· Do not exceed manufacturers maximum torque values when tightening nuts holding the

Page 167: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SIGNAL REVISION(April 09, 2018)

SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

12-SS

pedestal base.

7. Apply anti seize compound to all the exposed threads on the anchor rods, access door cover, setscrews, and 4-inch aluminum shaft prior to assembly.

8. Provide and install stainless steel washers and nuts.

9. Plumb pedestal shaft and APS pushbutton base with leveling shims in accordance with MnDOTStandard Plate 8129.

10. Provide and install a continuous 6 AWG green insulated grounding conductor from the pedestrianpedestal base grounding lug to the nearest hand hole.

· Exothermic weld 6 AWG green insulated grounding conductor to the ground rod installed inthe hand hole.

J. Accessible Pedestrian Push Button Units

Install City provided and any salvaged accessible pedestrian push button units at the locations asindicated on the Plans. Each push button unit contains three (3) custom components:

1. Sign with Braille,2. Push button with direction arrow3. Custom voice message.

Pay careful attention to button placement to ensure the button placement is in the correct location.Mount the button facing the pedestrian landing.

Follow the manufactures installation requirements.

Apply an approved electrical insulating coating to the APS wire termination blocks, after wireinstallation.

MnDOT approved Electrical Insulating Coatings are listed on the MnDOT Approved/QualifiedProducts Lists WEB site for Signals:

http://www.dot.state.mn.us/products/index.html

Apply a bead of 100% clear silicone sealant around the top of the push button station housingwhere the push button meets the pole shaft.

Page 168: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SIGNAL REVISION(April 09, 2018)

SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

13-SS

K. Type C and D Sign Panels

Install salvaged Type C and Type D sign panels as noted in the Plans in accordance with theStandard Sign Drawings of the MnDOT Standard Signs Manual.

Installing salvaged Type C and Type D Sign Panels, all at the locations indicated in the Plans andas specified herein shall be considered incidental, with no direct compensation being made, therefore.

L. Painting

New traffic signal mast arms, mast arm pole standards, luminaire extensions, and transformerbases shall be painted black. Black paint color to be used shall be reviewed and approved by the engineer.(Color reference Gloss Black RAL9005/174-B094 Gloss Tropical Black)

All in place traffic signal components shall not be painted.

M. Relocating Electrical Cables and Conductors

Where required by the Plan, the Contractor shall pull back and re-install electrical cables andconductors in accordance with the Plan and as directed by the Engineer. The Contractor shall protect theelectrical cables and conductors and shall re-install the electrical cables and conductors where indicated inthe Plan. Pulling back and re-installing the electrical cables and conductors shall be considered incidental.

If the cables are found to be of insufficient length due to conduit and handhole relocations, newidentical electrical cables and conductors shall be furnished and installed by the Contractor continuouswithout splices from terminal point to terminal point as part of the contract.

If the electrical cables and conductors are determined to be of sufficient length, but damaged bythe Contractor, the Contractor shall furnish and install new identical electrical cables and conductors athis/her own expense. If electrical cables and conductors need to be replaced, the new electrical cables andconductors shall be installed continuous without splices from terminal point to terminal point.

Where 12/C#12 wires are impacted and required to be removed, the contractor shall replace with12/C#14. Replacement will be complete from cabinet to each required pole or pedestal and include wirein pole/mast arm to heads or indications.

Page 169: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SIGNAL REVISION(April 09, 2018)

SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

14-SS

N. As-Built Plan

The Contractor shall furnish three (3) copies of an “As Built Plan” that contain any changes in thefollowing:

--- conduit sizes--- conduit runs--- number of handholes--- handhole locations--- wiring--- cable path--- other items as required by the Engineer

Any discrepancy or additions between the final Plan and how the signal was built must beindicated on the “as built Plan”. The “as built Plan” shall be in a form that is satisfactory to the Engineer.

O. Removals

When directed by the Engineer, remove and salvage, or dispose of all items of the existing trafficcontrol signal system in accordance with the applicable provisions of MnDOT 2565.3Y; the applicableprovisions of MnDOT 2104; and the following:

1. Except under roadway surfaces, remove and dispose of all underground conduit as specified herein.Under roadway surfaces, abandon conduit in place, unless otherwise directed by the Engineer.

2. Remove entirely and dispose of outside the Right-of-Way all items not salvaged, in any manner thatthe Contractor may elect, subject to the provisions of MnDOT 2104.3, and as follows:

(4.1) Remove and dispose of the mast arm pole standards and pedestal shafts as specifiedherein.

(4.2) After removal, disassemble and cut-up the mast arm pole standards (transformer base,pole shafts, mast arms, and luminaire extensions), or other method that renders the mastarm pole standards unusable, to the satisfaction of Engineer. After the mast arm polestandards have been prepared for disposal, dispose of the mast arm pole standards andtraffic control signal pedestals as follows:

a) The mast arm pole standards and the traffic control signal pedestals (pedestal shaftsand pedestal bases) may have lead-based paint. If this is the case, the Contractor isresponsible for the proper handling, transportation, and disposal of the mast arm polestandards and traffic control signal pedestals as hazardous waste and the handling,transportation, and disposal of these items in accordance with Occupational Safety &

Page 170: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SIGNAL REVISION(April 09, 2018)

SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

15-SS

Health Administration (OSHA) and the Minnesota Pollution Control Agency(MPCA) regulations.

b) The Contractor certifies that he or she is familiar with, and will comply with, theapplicable requirements in OSHA 29 CFR 1926.62 and Minnesota Rules Chapter5206, 7025, 7035, 7045 relating to disposal and/or the removal of these lead paintedmast arm pole standards and traffic control signal pedestals as hazardous waste.

c) Provide to the Engineer a completed “Contractor Certification of Disposal" formincluded elsewhere in these Special Provisions.

d) Backfill and compact all resulting excavation with like in kind material toapproximately the same density as the adjoining ground.

All removals of materials of the existing signal system and salvaging as required, the disposal ofnon-salvable materials, and backfilling, all in accordance with the foregoing, is considered incidentalwork.

Page 171: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SIGNAL REVISION(April 09, 2018)

SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

16-SS

SS-4. MEASUREMENTS AND PAYMENTS

A. Remove Ped Push Button Station Foundation

Removing and disposing of existing pedestrian push button stations and foundations as containedin these Special Provisions and in the Plans will be measured as an integral unit and paid for as specifiedfor Item No. 2104.502 (Remove Ped Push Button Station Foundation) at the Contract price per Each,which price will be compensation in full for all costs incidental thereto.

B. Salvage Ped Push Button & Sign

Salvaging APS pedestrian push buttons and signs as a unit as contained in these Special Provisionsand in the Plans will be measured as an integral unit and paid for as specified for Item No. 2104.502(Salvage Ped Push Button and Sign) at the Contract price per Each, which price will be compensation infull for all costs incidental thereto.

C. APS Push Button Station

Furnishing and Installing APS push button stations at the locations contained in these SpecialProvisions and in the Plans will be measured as an integral unit and paid for as specified for Item No.2565.502 (APS Push Button Station) at the Contract price per Each, which price will be compensation infull for all costs incidental thereto.

D. APS Pole Mounting Adaptor

Furnishing and Installing APS pole mount adaptors as contained in these Special Provisions and inthe Plans will be measured as an integral unit and paid for as specified for Item No. 2565.502 (APS PoleMounting Adaptor) at the Contract price per Each, which price will be compensation in full for all costsincidental thereto.

E. Adjust Handhole

Adjusting handholes as contained in these Special Provisions and in the Plans will be measured asan integral unit and paid for as specified for Item No. 2565.602 (Adjust Handhole) at the Contract priceper Each, which price will be compensation in full for all cost’s incidental thereto.

F. Install APS Ped Push Button & Sign

Installing City provided or salvaged APS pedestrian push buttons and signs on stations for polemounting adapters as contained in these Special Provisions and in the Plans will be measured as anintegral unit and paid for as specified for Item No. 2565.602 (Install APS Pedestrian Push Button & Sign)at the Contract price per Each, which price will be compensation in full for all costs incidental thereto.

Page 172: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SIGNAL REVISION(April 09, 2018)

SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

17-SS

G. Revise Signal System

Removing and salvaging, or disposing of any existing traffic control signal system components;furnishing and installing materials and electrical equipment; and installing City furnished materials asspecified herein, all to provide complete operating revised traffic control signal systems at the intersectionof Civic Center Drive NW and 4th Avenue NW, Olmsted County, as contained in these Special Provisionsand in the Plans will be measured as an integral unit and paid for as specified in MnDOT 2565.4 andMnDOT 2565.5 respectively for Item No. 2565.616 (REVISE SIGNAL SYSTEM) at the Contract priceper SYSTEM, which price will be compensation in full for all costs incidental thereto.

H. As Built Drawings and GPS Coordinates

As Built drawings and GPS coordinates in accordance with Division SS and S Special Provisions“As-Builts” including Pay Item No. 2011.601 (As-builts).

Page 173: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SIGNAL REVISION(April 09, 2018)

SAP 159-105-015, SAP 159-107-018, SAP 159-108-007

18-SS

Contractor Certification of Disposal

Project No.: ____________ Location: ___________________________________

We, _________________________, hereby certify that the mast arm pole standards (Name of Contractor)

were rendered unusable, and the mast arm pole standards, and if applicable, pedestal shafts and baseswere removed, transported, and disposed of in accordance with all requirements of the MinnesotaPollution Control Agency (MPCA) and the Occupational Safety & Health Administration (OSHA) for theremoval, transporting, and disposal of hazardous waste.

____________________________ ___________SIGNATURE DATE

After signed and dated, the Contractor must submit this form to MnDOT’s project Engineer.The Contractor must also submit to the Engineer a copy of the “Tipping Receipt” that the Contractorreceives from the scrap yard or recycler.

Page 174: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Contractor Performance Evaluation

ROLE

FUNDING

City-Owner

YES YESNO NO

If NO, was extension granted by City?YESNO

INCREASE(check all that apply)

Score (0-3)*

TOTAL SCORE 0 0%MAXIMUM SCORE 30

LIQUIDATED DAMAGES?

Site Management - Survey stake protection,

This form is intended to be completed following the completion of public infrastructure projects in the City of Rochester. The form should be completed by City staff and their representatives involved in the project.

CITY PROJECT #/J#

LOCATION

PROJECT NAME

EVALUATOR

CONTRACTOR

(check all that apply)

SUBCONTRACTOR(S) #1 - #2- #3-

Federal AidState Aid

WORK TYPE

FINAL CONTRACT AMOUNT $0.00

CONSTRUCTION STARTCONSTRUCTION COMPLETIONCONTRACT COMPLETION DATE

COMPLETED ON TIME?

ORIGNAL CONTRACT AMOUNT $0.00CONTRACT INCREASES $0.00

Item Comments

Quantity OverrunChange Orders

REASON FOR CONTRACT

Contract Administration - Office, Payments,

Quality of Materials Delivered to SiteWork Performance - Labor, WorkmanshipConformance with all required plans and

LocalOther funds?

Project Supervision - On-site, Field

* See Page 2 for Scoring Guidelines

Supplemental AgreementsMinor Extra Work Orders

Subcontractor Management and CoordinationOverall satisfaction and comfort level in hiring

Ability to meet interim/final completion dates;

Safety Procedures - Equipment, Site, Safety

Page 175: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Sub #1 Sub #2

TOTAL SCORE 0 0MAXIMUM SCORE 15 15

0% 0%

SCORING GUIDELINESABOVE AVERAGE (3 POINTS)

Contractor performs beyond expectationsDeliverables exceed standardsProject is on time and budgetContractor resolves any problems that occurredContractor needs little or no directionContractor responsive to requestsContractor suggests improvements/value engineering/alternative solutionsLittle or no business/resident/property owner complaints attributable to contractorContractor's PM/Superintendent visits site daily; does exceptional job managing subs

AVERAGE (2 POINTS)Contractor fulfills terms of Contract; no more, no lessDeliverables meet standardsContractor maintains either project schedule or budget, but not bothFew business/resident/property owner complaints attributable to contractorContractor's PM/Superintendent visits site more than once per week; average coordination of subs

BELOW AVERAGE (1 POINT)Contractor minimally or does not meet Contract termsDeliverables below standard or needs rework to complyProject is behind schedule or over budgetProduct/ service required direction or assistance by City to produceSeveral business/resident/property owner complaints attributable to contractorContractor's PM/Superintendent only attends weekly meetings, and no additional visits; delays due to sub

UNSATISFACTORY (0 POINTS)Contractor requires excessive guidance or directionContractor is unresponsive to requestsContractor unable or unwilling to resolve minor setbacksDeliverables do not follow standards or does not meet requirements or expectationsProject is not on time or budget through no fault of CityExcessive business/resident/property owner complaints attributable to contractorContractor's PM/Supt rarely attends weekly mtgs., and no additional visits; no coordination with subs

Products/ Service delivered correctly, efficiently, timely and without excessive assistance of direction

Score (0-3)*Item Comments

* See below for Scoring GuidelinesSafety Procedures - Equipment, Site, Safety

Conformance with all required plans and Project Supervision - On-site, Field

Quality of Materials Delivered to SiteWork Performance - Labor, Workmanship

Subcontractor Scoring

Page 176: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

September 2004

STIPULATION FOR FOREIGN IRON OR STEEL MATERIALS The attached form is for use when the Contractor plans on using and/or supplying ANY foreign iron or steel materials on a Federal Aid Project. The Contractor is directed to the Proposal to determine if this Stipulation is required for a specific project.

Page 177: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

September 2004

S.P. ______________________

STIPULATION FOR FOREIGN IRON OR STEEL MATERIALS In accordance with 1601 of these Special Provisions, the Contractor must submit a bid based on supplying material(s) that have been melted and manufactured in the United States, except where the cost of the iron and steel products incorporated in the work does not exceed one tenth of one percent of the total project cost, or $2,500.00, whichever is greater. The Contractor must submit a stipulation for supplying ANY foreign iron or steel materials in accordance with the U.S. Code of Regulations 23CFR635.410 and the requirements of 1601. The line entry must show the pay item number, a description of the foreign steel product, the estimated quantity, and the estimated invoice price.

PAY ITEM NO. DESCRIPTION OF FOREIGN STEEL OR IRON PRODUCT

OR COMPONENT

ESTIMATED QUANTITIES

ESTIMATED INVOICE PRICE

Total Estimated Invoice Price = ___________________ Percent of Total Bid Price = ___________________ Contractor Name:__________________________ Vendor Number: ________ If Applicable: This form must be submitted to the Department by the Contractor before the bid opening, as indicated in the Special Provisions.

Page 178: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

(1910) Fuel Escalation Clause Dec 19, 2016

The provisions set forth in MnDOT 1910 are hereby supplemented with the following:

These provisions provide for compensation adjustments in the cost of motor fuels (diesel and gasoline) consumed in prosecuting the Contract work. The Engineer will calculate the Fuel Cost Adjustments. Payments or credits will be applied to progress, semi-final and final payments for work items set forth herein.

For this purpose, the Department will establish a Base Fuel Index (BFI) for fuel to be used on the Project. The Base Fuel Index will be the average of the high and low rack prices shown for No. 2 ultra low sulfur fuel oil in the "OPIS Energy Group" tabulation titled "RackFax, Minneapolis, MN, OPIS Direct Gross No. 2 Distillate Fuels" for the day of the Contract letting.

A Current Fuel Index (CFI) in cents per gallon will be established for each week. The CFI will be the average of the high and low rack prices shown for No. 2 ultra low sulfur fuel oil in the "OPIS Energy Group" tabulation titled "RackFax, Minneapolis, MN, OPIS Direct Gross No. 2 Distillate Fuels" indicated each Friday.

The Engineer will compute the ratio of the Current Fuel Index to the Base Fuel Index (CFI/BFI) each week to the previous Friday’s CFI. If that ratio falls between 0.85 and 1.15, no fuel adjustment will be made that week. If the ratio is less than 0.85, a credit to the Department will be computed. If the ratio is greater than 1.15, additional payment to the Contractor will be computed.

Credit or additional payment will be computed as follows:

(1) The Engineer will estimate the quantity of work done in that week under each of the

Contract items listed below.

(2) The Engineer will compute the gallons of fuel used in that week for each of the Contract items listed below by applying the unit fuel usage factors shown.

(3) The Engineer will determine the Fuel Cost Adjustment (FCA) from the following

formulas:

If the Current Fuel Index (CFI) is greater than the Base Fuel Index (BFI), the following formula shall be used to determine the amount of Fuel Cost Adjustment to be paid to the Contractor.

FCA = [(CFI/BFI) – 1.15] x Q x BFI

If the Current Fuel Index (CFI) is less than the Base Fuel Index (BFI), the following formula shall be used to determine the amount of Fuel Cost Adjustment to be credited to the Department.

FCA = [(CFI/BFI) – 0.85] x Q x BFI

Where FCA = Fuel Cost Adjustment (cents) CFI = Current Fuel Index (cents per gallon) BFI = Base Fuel Index (cents per gallon)

Q = Weekly total gallons of fuel per item

Page 1 of 3

Page 179: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

(1910) Fuel Escalation Clause Dec 19, 2016 Basis of Payment

A Fuel Cost Adjustment payment to the Contractor will be made as a price adjustment to each eligible item for each payment period based on the last published CFI. A Fuel Cost Adjustment credit to the Department will be deducted each payment period from any monies due the Contractor.

Schedule of Work Items

(Only items shown will be considered for compensation adjustments.)

Spec No Item Unit

Gallons of Fuel per Unit

Earthwork 2105 Common Excavation CY 0.17 2105 Rock Excavation CY 0.27 2105 Muck Excavation CY 0.17 2105 Subgrade Excavation CY 0.17 2105 Unclassified Excavation CY 0.23 2105 Granular Borrow (EV) CY 0.17 2105 Granular Borrow (CV) CY 0.19 2105 Granular Borrow (LV) CY 0.14 2105 Select Granular Borrow (EV) CY 0.17 2105 Select Granular Borrow (CV) CY 0.19 2105 Select Granular Borrow (LV) CY 0.14 2105 Common Borrow (EV) CY 0.17 2105 Common Borrow (CV) CY 0.19 2105 Common Borrow (LV) CY 0.14 2105 Topsoil Borrow (EV) CY 0.17 2105 Topsoil Borrow (CV) CY 0.19 2105 Topsoil Borrow (LV) CY 0.14 2106 Excavation - Common CY 0.17 2106 Excavation - Subgrade CY 0.17 2106 Excavation - Rock CY 0.27 2106 Excavation - Muck CY 0.17 2106 Common Embankment (CV) CY 0.19 2106 Granular Embankment (CV) CY 0.19 2106 Select Granular Embankment CY 0.19 2106 Select Granular Embankment Modified (__ %) (CV) CY 0.19

Page 2 of 3

Page 180: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

(1910) Fuel Escalation Clause Dec 19, 2016

Spec No Item Unit

Gallons of Fuel per Unit

Aggregate Base 2211 Aggregate Base Ton 0.55 2211 Aggregate Base (LV) CY 0.77 2211 Aggregate Base (CV) CY 0.99 2211 Open Graded Aggregate Base (CV) CY 0.99

Aggregate Shouldering 2221 Shoulder Base Aggregate, Class _____ Ton 0.55 2221 Shoulder Base Aggregate (LV), Class _____ CY 0.77 2221 Shoulder Base Aggregate (CV), Class _____ CY 0.99

Concrete Pavements 2301 Concrete Pavement ____ in SY 0.027*t 2301 Place Concrete Pavement ___in SY 0.027*t

Bituminous Pavements 2360 Type SP ( ) Wearing Course Mixture( ) Ton 0.90 2360 Type SP ( ) Non-Wearing Course Mixture( ) Ton 0.90 2360 Type ( ) Mixture __ in thick SY 0.051*t

Pipe*** 2501 __ ____ Pipe Culvert Lin Ft 0.70 2501 __ ____ Pipe Arch Culvert Lin Ft 0.70 2501 __ ____ Pipe Culvert Des 3006 Lin Ft 0.70 2503 __ ____ Pipe Sewer Lin Ft 0.70 2503 __ ____ Pipe Arch Sewer Lin Ft 0.70 2503 __ ____ Pipe Sewer Des 3006Culvert Lin Ft 0.70

t = Thickness (in inches)

*** The Department will not pay adjustments for pipes less than 12" in diameter, jacked pipes, or directionally drilled pipes.

No price adjustments will be made on fuel used for drying and heating aggregates.

Page 3 of 3

Page 181: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

TARGETED GROUP BUSINESS AND VETERAN-OWNED SMALL BUSINESS – SPECIAL PROVISIONS PART – 1 GENERAL 1.1 RULES AND REPORTING

A. This contract is subject to the Targeted Group Business (TGB) and Veteran-Owned small business (VBE) program as authorized in Minn. Statute 161.321. The TGB/VBE Goal for this Project is 4.00% of the total project cost.

B. deleted

C. The Prime Contractor and all their subcontractors shall utilize the web based reporting system to upload contracts data, invoices and payment affidavits made to TGB/VBE contractors as part of this contract on a monthly basis. Training will be provided by PMC and their subconsultant to assist with compliance.

1.2 ELIGIBILITY

A. Definitions are as follows:

1. Rules regarding eligibility and the designation of targeted businesses are established by the Commissioner of the Minnesota Department of Administration and can be found at Minn. Rule Parts 1230.1600-1820. To participate in the City of Rochester TGB program, a business must be certified at the time the bid is submitted. Information about the eligibility criteria and the process for obtaining TGB certification can be found on the Department of Administration’s website at: http://www.mmd.admin.state.mn.us/mn02001.html, or the City of St. Paul, CERT Program, or certified by MnUCP https://www.stpaul.gov/departments/human-rights-equal-economic-opportunity/contract-compliance-business-development/central, which includes women and/or minority owned business (WMBE) and Small Business Enterprise (SBE) or the Minnesota Unified Certification Program https://mnucp.org/. The City allows for the following certifications: CERT, MnUCP and TG/ED

2. Targeted Group Business (TGB) – an entity certified under MnUCP, TG/ED or CERT.

3. The Veteran-owned small business (VBE) is a firm certified as a Service-Disabled Veteran Owned Small Business (SDVOSB) or a Veteran Owned Small Business (VOSB) by the United States Department of Veteran Affairs. Each VBE also must be a Minnesota-based business.

1.3 PREFERENCE IN BIDDING

A. TGB and VBE businesses will receive a preference of up to 6 percent. The preference is applied only to the first $1 million of the solicitation and will not exceed $60,000.00. The preference will be applied only for the purpose of evaluating bids and will not be used to determine the contract award amount or payment due to the contractor under the contract. Eligible bidders must complete the Preference Form included herein.

B. A bidder requesting the preference must submit the Preference Form according to the following:

1. The Contractor shall provide a Request for Preference form to any company wishing to request bidding preference and it must be submitted with and sent to the Contractor according to the Contractors bid submittal requirements. The form must also be forwarded by the Contractor to the PMC on behalf of the City of Rochester no later than the date and

Page 182: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

time of the bid letting. These provisions shall apply to the prime contractor, all subcontractors, or agents contracting to do all or part of the work under this contract.

1.4 SUBCONTRACTOR GOALS

A. If the bidder is an eligible TGB/VBE, the portion of the work to be self-performed by the bidder will count towards the subcontracting goal for this contract.

B. If the bidder is not an eligible TGB/VBE, the bidder must make a good faith effort to obtain the participation of TGB/VBE subcontractors and/or suppliers as a condition of awarding the contract. The City of Rochester has established the following goals for subcontractors and/or suppliers:

1. TGB/VBE goal – 4.00% of Total Contract Amount of the Project

C. Participation of businesses deemed eligible by the Minnesota Department of Administration under Minn. Stat. §16C.16 or Minn. Rule Parts 1230.1600-1820, City of St. Paul CERT Program, and Minnesota Uniform Certification Program (MnUCP), TG/ED, and United States Department of Veteran Affairs will count towards the TGB/VBE goals.

D. A bidder requesting the preference must submit the Preference Form according to the following:

1. The Preference Form must be submitted according to SECTION 1.3 of this document.

1.5 ACHIEVEMENT OF THE SUBCONTRACTING GOAL OR A WAIVER REQUEST IS DUE AT THE TIME OF BID SUBMISSION

A. The bidder is required to either (1) provide information demonstrating that it meets the subcontracting goal for both TGB/VBE participation or (2) request a waiver of either, or both, of the goal(s).

B. If the bidder meets the established goals for the TGB/VBE program, it must provide documentation at the time of the bid.

C. If the bidder does not meet the TGB/VBE goal, it must apply for a waiver from the goal requirement. The bidder must provide information showing that eligible TGB/VBE are not reasonably available. Failure to request a waiver at the time of the bid letting may result in a determination that the bid is nonresponsive. To request a waiver, the bidder must complete and submit the following good faith efforts documents at the time of the bid letting:

x Waiver Form

x Certificate of Good Faith Efforts

x Bidders List

x A document identifying each TGB/VBE the bidder intends to use

x Any additional information the bidder provides to demonstrate its good faith efforts

D. The PMC will evaluate the waiver request and supporting documentation to determine whether the bidder has demonstrated that TGB/VBE were not reasonably available. A bidder will be evaluated based on its good faith efforts to obtain the participation of TGB/VBE in the contract. The determination is made on a case-by-case basis with consideration of the specific facts and circumstances.

Page 183: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

1.6 EVALUATION OF GOOD FAITH EFFORTS A. In the bidder’s request for a waiver from the TGB/VBE participation goal(s), the bidder must

demonstrate that it made adequate good faith efforts in attempting to meet the goal. The PMC will review the good faith effort documents submitted by the bidder and make a fair and reasonable judgment whether a bidder that did not meet the goal made adequate good faith efforts. The PMC will consider the quality, quantity, and intensity of the different kinds of efforts that the bidder has made. The efforts employed by the bidder should be those that one could reasonably expect a bidder to take if the bidder were actively and aggressively trying to obtain TGB/VBE participation sufficient to meet the contract goals. Mere pro forma efforts are not good faith efforts to meet these contract requirements.

B. The bidder must show that it took all necessary and reasonable steps to achieve the TGB/VBE goals which by their scope, intensity, and appropriateness to the objective, could reasonably be expected to obtain sufficient participation, even if they were not fully successful. In evaluating the bidder’s adequate good faith efforts, the PMC will consider the following list of actions. This is not a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases. Compliance with the adequate good faith efforts requirement will be determined on a case-by-case basis.

1. Solicitation through all reasonable and available means (e.g. attendance at pre-bid meetings, advertising and/or written notices) of the interest of certified TGB/VBE that have the capability to perform the work of the contract. The bidder must solicit this interest within sufficient time to allow the TGB/VBE to respond to the solicitation. The bidder must determine with certainty if the TGB/VBE are interested by taking appropriate steps to follow up initial solicitations.

2. Selection of portions of the work to be performed by TGB/VBE in order to increase the likelihood that the project goals will be achieved will be approved. This includes, where appropriate, breaking out contract work items into economically feasible units to facilitate TGB/VBE participation, even when the prime contractor might otherwise perform these work items with its own forces.

3. Providing information and assistance to interested TGB/VBEs 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. Negotiation in good faith with interested TGB/VBE. It is the bidder’s responsibility to make a portion of the work available to TGB/VBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available TGB/VBE subcontractors and suppliers so as to facilitate TGB/VBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of TGB/VBE that were considered; a description of the 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 TGB/VBE to perform the work.

a. A bidder using good business judgment would consider a number of factors in negotiating with subcontractors, including TGB/VBE subcontractors, and would take a

Page 184: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

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 TGB/VBE is not in itself sufficient reason for the bidder’s failure to meet the contract TGB/VBE goal, as long as such costs are reasonable. Also, the ability or desire of a prime contractor to perform the work of a contract with its own organization does not relieve the bidder of the responsibility to make good faith efforts. Prime contractors are not, however, required to accept higher quotes from TGB/VBE if the price difference is excessive or unreasonable.

5. Rejection of TGB/VBE: Not rejecting TGB/VBE as being unqualified without sound reasons based on a thorough investigation of their capabilities. The bidder’s standing within its industry or membership in specific groups, organizations, or associates and political or social affiliations (for example, union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the bidder’s efforts to meet the project goal(s).

6. Financial Assistance: Making efforts to assist interested TGB/VBE in obtaining bonding, lines of credit, or insurance as required by the recipient or bidder.

7. Equipment Assistance: Making efforts to assist interested TGB/VBE in obtaining necessary equipment, supplies, materials, or related assistance or services.

8. Recruitment: Effectively using the services of available community organizations, contractors’ groups, State and local business assistance offices, and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of TGB/VBE.

1.7 ADMINISTRATIVE RECONSIDERATIONS A. If PMC determines that the apparent low bidder (ALB) failed to make adequate good faith efforts

and therefore does not grant a waiver, the ALB may request administrative reconsideration. If the ALB does not make a timely written request for administrative reconsideration as described herein, the ALB will be deemed to have waived its right to request administrative reconsideration.

B. The ALB’s request for administrative reconsideration must be made in writing. Requests sent by fax or personal delivery must be received by the Contractor and the PMC no later than 4:30 PM on the fifth business day after the ALB receives written notice of the determination. Administrative reconsideration requests sent by U.S. mail must be postmarked no later than the fifth business day after the ALB receives notice of the determination. The ALB is deemed to have notice as of the date indicated on the certified mail receipt signed by the ALB, or its representative, at the time of delivery. The ALB must submit the written request for reconsideration to the attention of the Contractor and the PMC.

C. The PMC and the City of Rochester will designate officials to serve as Reconsideration Officials. The Reconsideration Officials shall not have any role in the original determination that the ALB failed to meet the TGB/VBE subcontractor goal or failed to make adequate good faith efforts to do so.

D. In the reconsideration process, the ALB will have the opportunity to:

1. Provide written documentation or argument concerning the issue of whether the ALB met the goal or made adequate good faith efforts to do so.

2. Meet in person with the Reconsideration Officials to discuss the issue of whether the ALB met the goal or made adequate good faith efforts to do so.

Page 185: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

E. The Reconsideration Officials will reconsider the record documenting the good faith efforts of the ALB. The reconsideration process will include the documents and arguments that the ALB is permitted to submit. The reconsideration process is a review of only the good faith efforts made by the ALB as of the time of the submission of its good faith efforts. Good faith efforts made subsequent to that date will not be considered.

F. The PMC will provide the ALB with a written decision on reconsideration explaining the basis for the determination within 5 business days following the date scheduled for the ALB to meet with the Reconsideration Officials to discuss the issue.

1.8 COUNTING TGB/VBE PARTICIPATION; COMMERCIALLY USEFUL FUNCTION A. In accordance with Minn. Stat. §16C.16 or Minn. Rule Parts 1230.1600-1820, the PMC and the

City of Rochester will determine the percentage of TGB/VBE participation that will count toward TGB/VBE goals as follows:

1. Credit toward the goal established for the contract will be at 100 percent for subcontractors who provide labor, materials, and supplies and at 60 percent for subcontractors who provide supplies and materials only.

2. When a TGB/VBE subcontractor participates in a contract, the PMC will only count the value of the work actually performed by the TGB/VBE toward TGB/VBE subcontractor goals. This includes the following:

a. The entire amount of the portion of the construction contract that is performed by the TGB/VBE subcontractor’s own forces. Include the cost of supplies and materials obtained by the TGB/VBE subcontractor for the work of the contract, including supplies purchased or equipment leased by the TGB/VBE subcontractor (except supplies and equipment the TGB/VBE subcontractor purchases or leases from the prime contractor or its affiliate).

b. The entire amount of fees or commissions charged by a TGB/VBE subcontractor 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 contract, counts toward TGB/VBE subcontractor goals provided that the PMC determines the fee to be reasonable and not excessive as compared with fees customarily allowed for similar services.

1.) When a TGB/VBE subcontractor subcontracts part of the work of its contract to another firm, the value of the subcontract work may be counted toward TGB/VBE goals only if the TGB/VBE subcontractor is itself a TGB/VBE type-business. Work that a TGB/VBE subcontractor subcontracts to a non-TGB firm will not count toward TGB/VBE goals.

2.) When a TGB/VBE subcontractor performs as a participant in a joint venture, the PMC 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 TGB/VBE subcontractor performs with its own forces toward TGB/VBE goals.

Page 186: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

3. The PMC will count expenditures of a TGB/VBE subcontractor contractor toward TGB/VBE subcontractor goals only if the TGB/VBE subcontractor is performing a commercially useful function on that contract.

a. A TGB/VBE subcontractor 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 TGB/VBE subcontractor must also be responsible with respect to materials and supplies used on the Contract, for negotiating price, for determining quality and quantity, for ordering the materials, and for installing (where applicable) and paying for the material itself. To determine whether a TGB/VBE subcontractor is performing a commercially useful function, the PMC 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 TGB/VBE credit claimed for its performance of the work, and other relevant factors.

b. A TGB/VBE subcontractor 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 TGB/VBE subcontractor participation. In determining whether a TGB/VBE subcontractor is such an extra participant, the PMC may examine similar transactions, particularly those in which TGB/VBE subcontractors do not participate.

c. At least 75 percent of the subcontracts awarded to a TGB/VBE must be performed by the business to which the subcontract is awarded or another TGB/VBE business respectively. If a TGB/VBE subcontractor does not perform or exercise responsibility for at least 75 percent of the total cost of its contract with its own work force, or the TGB/VBE subcontractor 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, the PMC may presume that it is not performing a commercially useful function.

4. When a TGB/VBE subcontractor is presumed not to be performing a commercially useful function as provided in the preceding paragraph, the TGB/VBE subcontractor may present evidence to rebut this presumption. The PMC may determine that the firm is performing a commercially useful function given the type of work involved and normal industry practices.

5. The PMC will use the following factors in determining whether a TGB/VBE trucking company is performing a commercially useful function:

a. The TGB or Veteran subcontractor must be responsible for the management and supervision of the entire trucking operation for which it is responsible on a particular contract and there cannot be a contrived arrangement for the purpose of meeting TGB/VBE goals.

b. The TGB/VBE subcontractor must itself own and operate at least one fully licensed, insured, and operational truck used on the contract.

c. The TGB/VBE subcontractor receives credit for the total value of the transportation services it provides on the contract using trucks it owns, insures, and operates and using drivers it employs.

Page 187: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

d. The TGB/VBE subcontractor may lease trucks from another TGB/VBE subcontractor firm, including an owner-operator who is certified as a TGB/VBE subcontractor. The TGB/VBE subcontractor who leases trucks from another TGB/VBE subcontractor receives credit for the total value of the transportation services the lessee TGB/VBE subcontractor provides on the contract.

e. The TGB/VBE subcontractor may also lease trucks from a non-TGB/VBE subcontractor firm, including an owner-operator. The TGB/VBE subcontractor who leases trucks from a non-TGB/VBE subcontractor is entitled to credit for the total value of transportation services provided by non-TGB/VBE subcontractor lessees not to exceed the value of transportation services provided by TGB/VBE trucks on the contract. Additional participation by non-TGB/VBE subcontractor lessees receives credit only for the fee or commission it receives as a result of the lease arrangement.

f. For purposes of this section, a lease must indicate that the TGB/VBE subcontractor 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 TGB/VBE so long as the lease gives the TGB/VBE subcontractor absolute priority for the use of the leased truck. Leased trucks must display the name and identification number of the TGB/VBE.

6. The PMC will count expenditures with TGB/VBE subcontractor(s) for materials or supplies toward TGB/VBE subcontractor goals as provided in the following:

a. The PMC will count 100 percent of the cost of the materials or supplies toward TGB/VBE subcontractor goals if the materials or supplies are obtained from a TGB/VBE manufacturer.

1.) For purposes of this section, 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. If the materials or supplies are purchased from a TGB/VBE regular dealer, the PMC will count 60 percent of the cost of the materials or supplies toward TGB/VBE goals.

1.) 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.

2.) 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.

3.) 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 distribution equipment for the products. Any supplementing of regular dealers’ own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract-by-contract basis.

Page 188: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

4.) Packagers, brokers, manufacturers’ representatives, or other persons who arrange or expedite transactions are not regular dealers within the meaning of this section.

5.) With respect to materials or supplies purchased from a TGB/VBE which is neither a manufacturer nor a regular dealer, the PMC 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 TGB/VBE goals, provided the PMC determines the fees to be reasonable and not excessive as compared with fees customarily allowed for similar services. The PMC, however, will not count any portion of the cost of the materials or supplies themselves toward TGB/VBE goals.

6.) The PMC will not count the participation of a TGB/VBE subcontractor toward the contractor’s final compliance with its TGB/VBE subcontractor obligations on a contract until the amount being counted has been actually paid to the TGB.

1.9 FAILURE TO FULLFILL TGB/VBE SUBCONTRACT REQUIREMENTS A. The PMC and the City of Rochester will invoke appropriate administrative sanctions for non-

compliance when a contract has been awarded and performance has begun, but the contractor fails to meet the TGB/VBE subcontractor goal or make an adequate good faith effort to do so.

B. After the award, a prime contractor must request a waiver if a TGB/VBE subcontractor cannot or will not fulfill the subcontract and no suitable alternative subcontractor is available so as to prevent significant project delay. A written request to substitute or replace the TGB/VBE must be made to PMC.

C. Failure to use the TGB/VBE specified at the time of award without a grant of a waiver may result in administrative sanctions.

PART TWO – PRODUCTS (NOT USED) PART THREE - EXECUTION 3.1 PAYMENTS

A. Minnesota Statute §16A.1245 requires that the prime contractor agrees to pay each subcontractor within ten (10) days of the prime contractor’s receipt of payment from the state for undisputed services provided by the subcontractor. The prime contractor is subject to pay interest charges of 1-1/2 percent per month, or any part of a month, to the subcontractor on any undisputed amount not paid to the subcontractor within the ten (10) day period.

B. Contractors making payments to Contractors, Subcontractors, Suppliers, and Service Providers, regardless of their tier or TGB/VBE status, are required to complete and submit Contractor Payment Form(s) to the PMC each time payments are made to subcontractors until final payment is made no later than ten (10) days after receiving payment from the PMC and the City of Rochester.

C. Failure to comply with the Contractor Payment Form submission requirement or Minnesota’s prompt payment law may cause progress payments to be withheld.

D. At the conclusion of the contract, the prime contractor must present the TGB/VBE Total Payment Affidavit to the PMC. The affidavit must show the total dollar amount of work performed by each TGB/VBE business. Submission of this information is a condition of payment.

Page 189: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

E. Bidders who submit a bid are hereby notified that the Minnesota False Claims Act (Minn. Stat. §15C.02) applies to statements and certifications made in connection with the TGB/VBE programs.

END OF SECTION

Page 190: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Page 3 of 35

2019

SALT Schedule of Materials Control

Page 191: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 2 of 35

Table of Contents

Introduction ............................................................................................................................................................ 3

Material Acceptance Summary Instructions ........................................................................................................... 4

Material Acceptance Summary ............................................................................................................................... 5

Bituminous Quality Management ........................................................................................................................... 6

Bituminous Specialty Items ..................................................................................................................................... 7

Cold Inplace Recycling (CIR) & Stabilization Full Depth Reclamation (SFDR) .......................................................... 8

Grading and Base Construction Items ................................................................................................................ 9-11

Certified Ready-Mix Concrete .......................................................................................................................... 12-14

Concrete Plant and Field Materials ....................................................................................................................... 15

Concrete Pavement – Agency ......................................................................................................................... 16-17

Concrete Pavement – Producer/Contractor ................................................................................................... 18-19

Concrete Wearing Course for Bridges .................................................................................................................. 20

Concrete Pavement Repair – CPR for 3U18 .......................................................................................................... 21

Dowel Bar Retrofit – (DBR) .................................................................................................................................... 22

Landscaping and Erosion Control Items ................................................................................................................ 23

Chemical Items ...................................................................................................................................................... 24

Metals............................................................................................................................................................... 25-26

Geosynthetics, Pipe, Tile, Precast/ Prestressed Concrete ................................................................................... 27

Electrical and Signal Equipment Items ............................................................................................................. 28-29

Brick, Stone and Masonry Units ............................................................................................................................ 30

Miscellaneous Materials ....................................................................................................................................... 31

Approved/Qualified Products & Resources .......................................................................................................... 32

Contacts............................................................................................................................................................ 33-34

Sample Sizes .......................................................................................................................................................... 35

Page 192: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 3 of 35

Introduction This Schedule of Materials Control (SMC) outlines the minimum testing requirements for State Aid Funded and/or Federal Aid Projects off the National Highway and Trunk Highway System. Optional to this SMC is the MnDOT Materials Control Schedule. Usage of either schedule must be defined in the project proposal.

The SMC - LGA serves as a guide for material testing with allowable acceptance "as directed by the Engineer" detailed in Specification 1501.1(1) - Authority of the Engineer. These testing rates are a minimum and additional tests may be taken at the Engineer's discretion. A minimal testing rate does not always ensure a quality product; field observations and attention to detail is crucial. Materials not listed on an approved products list may be sampled and tested as directed by the Engineer. Materials listed on a Qualified Products list may be accepted or tested at the discretion of the Engineer.

Federal Aid projects require Independent Assurance Inspection. Contact the MnDOT District IA Inspector when the job starts to provide the proper servicing of your project.

Definitions Schedule of Materials Control Schedule of Materials Control (SMC) are inserted into project proposals to direct how materials are to be sampled and tested. The SMC is updated yearly. Each SMC is project specific. Therefore, one needs to refer to their specific proposal. Approved/ Qualified Products List Products are "approved" when they have been found to routinely meet all applicable standards and specifications. The product is placed on the list based upon established successful manufacturer's quality control and warranties, but the listing may expire or require periodic renewal to verify the product has not changed over time. The approval process for the individual product should specify any expiration requirement. Testing may still be on at the Engineers discretion. Certified Sources Certified Sources must comply with each individual product's defined "certification procedure". Acceptance of products from certified sources follows the same sampling and testing as "approved/ qualified" products.

Quality control (QC): The activities performed by the Contractor/Producer that have to do with making sure the quality of a product or process meets the relevant contract requirements.

Quality assurance (QA): The activities performed by the Department/Agency that have to do with making sure the quality of a product or process meets the relevant contract requirements.

Verification Testing: Sampling and testing performed by the Department/Agency to validate the quality of the product per Title 23-Highways, Code of Federal Regulation 637.203. Part of QA.

Page 193: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 4 of 35

Material Acceptance Summary Instructions

Page 194: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 5 of 35

Material Acceptance Summary

For an electronic Word version of this form, please visit the State Aid Construction webpage at http://www.dot.state.mn.us/stateaid/construction/materials-ac-summary.doc.

Page 195: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 6 of 35

Bituminous Quality Management The Contractor shall provide and maintain a quality control program as detailed in Specification 2360.2.G. The Engineer shall review the quality control program for compliance.

Yes Type of Test Spec Section

(1)

Contractor / Producer - QC Testing Rates

Agency - QA Testing Rates No

Star

t-U

p Te

stin

g Ra

tes

for t

he

1st

200

0 to

ns

(2)

Bulk Specific Gravity 2360.2.G.7.b 1 test per 500

tons 55 lb. sample

3 full cylinder molds

(3) 1 Verification Mixture Sample test

per day, all Verification samples

are from a split (QC/QA) sample.

Maximum Specific Gravity 2360.2.G.7.c Air Voids (calculated) 2360.2.G.7.d

Asphalt Content 2360.2.G.7.a Adj. Asphalt Film Thickness (AFT) 2360.2.E.7.e

Gradation 2360.2.G.7.f Fines to Effective Asphalt Ratio (calculated) 2360.2.G.7.a/f

Coarse Aggregate Angularity (CAA) 2360.2.G.7.g 1 test per 1000 tons

(4) (5) (6) Fine Aggregate Angularity (FAA) 2360.2.G.7.h

Added AC/Total AC Ratio (calculated) 2360.2.G.7.a

Prod

uctio

n Te

stin

g Ra

tes

Bulk Specific Gravity 2360.2.G.7.b

1 test per 1000 tons 55 lb.

sample 3 full cylinder molds

(3) 1 Verification Mixture Sample test per day/ mix type,

submit companion to the QC - CAA & FAA

test results.

Maximum Specific Gravity 2360.2.G.7.c Air Voids (calculated) 2360.2.G.7.d

Asphalt Content 2360.2.G.7.a Adj. Asphalt Film Thickness (AFT) 2360.2.E.7.e

Gradation (minimum of 1 per day) 2360.2.G.7.f Added AC/Total AC Ratio (calculated) 2360.2.G.7.a

Coarse Aggregate Angularity (CAA) 2360.2.G.7.g (4) (5) Fine Aggregate Angularity (FAA) 2360.2.G.7.h (4) (6)

TSR 2360.2.G.7.i When directed by the Engineer

Aggregate Specific Gravity 2360.2.G.7.j Mixture Moisture Content 2360.2.G.7.k As directed by the Engineer

Asphalt Binder Certified Supplier 2360.2.G.7.l (7) 1qt. Steel container for asphalt binder. 1/2 gal. plastic container for emulsion Asphalt Emulsion Certified Supplier 2357

Compaction / Density Requirements 2360.3.D Review special provisions

Small Quantity Requirements < 300 tons per day may be accepted by the Engineer without testing.

Agencies using MnDOT Metro Inspection Services will be sampled at the current MnDOT Schedule of materials Control Rates and will be billed accordingly.

NOTES: Testing rates are minimums, additional testing is encouraged to ensure a quality product. (1) Review Special Provisions & 2360.2.G Mixture Quality Management. (2) The testing rates apply only to mixtures that have not been tested on previous projects in the current year. (3) Companion Sample should be collected from each QC sample. Submit one per day for Verification Testing. (4) The Contractor will retain the extracted gradation samples in containers with field identification numbers

for a period of 10 calendar days. The Engineer will identify which extracted gradation sample is the Verification Companion Sample and whether it is to be tested for coarse and fine aggregate angularity.

(5) At start-up or new Mix Design: 2 tests/ day for a minimum of 2 days, then 1/day if CAA is met. If CAA > 8% of requirement, 1 sample/ day but test 1/ week. No testing required for Class A and B Aggregates.

(6) At start-up or new Mix Design: 2 tests per day for a minimum of 2 days, then 1/day if FAA is met. If FAA > 5% of requirement, 1 sample/ day but test 1/week.

(7) Shall be a Certified Supplier - No Samples Required unless otherwise directed by the Engineer.

Page 196: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 7 of 35

Bituminous Specialty Items

Type of Test Spec Contractor/Producer – QC Testing Rates Agency- QA Testing Rates

Gradation 2363 3139.3

1 per 1,000 Ton with a minimum 1 per day. 1 per day. 35 lbs.

PASSRC & PASB

Micro-Surfacing 2354 3139.5

Stockpile: 1/1,500 Tons (min 1/day) Machine Hopper: 1/500 Ton (min 1/day)

Stockpile & Machine Hopper: 1/day, 30 lbs.

Seal Coat, Underseal & Otta Seal

2356 3137.2B

Stockpile: 1/1,500 Tons (min 1/day) Chip Spreader Hopper: 1/day 1/day from Hopper. 30 lbs.

% Crushing - CAA 2363 3139.3

1 per 1,000 Ton with a minimum 1 per day.

1 per day from gradation test. 35 lbs. PASSRC & PASB

Moisture / Aggregate 2354 3139.5

Machine Hopper: 1/500 Tons (min 3/day) 1/day 2lbs

Micro-Surfacing

Sand Equivalence 2354 1/day Test at Engineer discretion, 25 lbs.

Micro-Surfacing

Flakiness Index 2356 Sample taken from first load on first

day, submit to Agency: 30 lbs. Agency will test at their discretion,

see Lab Manual 1223 Bituminous Seal Coat & Bituminous Underseal Bituminous Mixture 2353

3151.2G 1/500 Tons, min 1/day. %AC, Gradation, Max SpG, Adj.AFT

1/day, 20 lbs. 1 cylinder from truck box. UTBWC

PASSRC & PASB 3151 2363 Asphalt spot check: min 1/day -

Stone Matrix Asphalt - SMA

2365

Tests, %AC,gradation, Gmm, Gmb, Voids, VMA, CAA, Draindown, VCA,

fines/effective asphalt. Tests: %AC, Gradation, Gmm, Gmb, Voids, VMA,CAA,VCA, fines/effective

asphalt. Agency is not required to do draindown. Copy MDR to Project

Engineer and Grading & Base Engineer.

Lab Manual 1203, 1204, 1205, 1211, 1214, 1806, 1807, 1808, 1813, 1853,

1854, 1855, AI SP-2 AASHTO T305

Rate,(1/1000 tons, min.1/day) Agg SpG, mix moisture, TSR to be tested

as directed by Engineer.

Submit companion 1 per day to agency: 3 full 6" by 12" cylinders

Asphalt Binder Tests Asphalt Emulsion List Asphalt Binder List

UTBWC 2353 3151 Shall be a Certified Supplier - No Samples Required unless otherwise directed

by the Engineer: Asphalt Binder: First load, then 1/250,000 gallons.

Sample size of 1 quart metal container. Emulsified Asphalt: First load, then 1/50,000 gallons.

Sample size of 1/2 gallon wide screw top plastic container.

Micro-Surfacing 2354 Seal Coat, Underseal &

Otta Seal 2356

Tack Coat 2357 PASSRC & PASB 3151

Asphalt Binder Rate 2354 Verify Application Rate 3/day Verify Application Rate 1/day

Micro-Surfacing Fog Seal 2355

Verify Application Rate 1/day Verify Application Rate 1/day Seal Coat, Underseal & Otta Seal 2356

Bit Tack Coat 2357 Contact the MnDOT District IA Inspector to provide servicing for your federal aid project.

Page 197: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 8 of 35

Cold Inplace Recycling (CIR) & Stabilization Full Depth Reclamation (SFDR) Specification 2215

Test Type Contractor/Producer QC Testing Rates

Agency QA Testing Rates

Grading & Base Manual/Form

Gradation SFDR (Simple) Pre-ground un-stabilized material

1 per mile - report sieves 2" & 3"

Run gradation at the discretion of the Engineer

.215 / 101 report sieve 2" & 3"

Gradation (Entire) (Material to be stabilized)

One per day, give split sample to the Engineer

Run gradation at the discretion of the Engineer

.215 / 101 report sieve 2", 1.5", 1.25", 1", 3/4",

3/8",#4, #10, #30.

Gradation (Simple) (Material to be stabilized)

1 per mile for SFDR & CIR with top size screening.

4 / mile for CIR w/o top size screens.

Run gradation at the discretion of the Engineer

.215 & .293 / 101 report sieve 2" & 1.5" for SFDR,

1.5" and 1.25" for CIR

Depth Check - Unstabilized and Stabilized

1 per 1,000' /machine width for each vertical machine

face for initial pulverization and stabilization.

1 per day .284 / 401

Moisture (stabilized) – before compaction (from windrow) 1 per mile (4 per day max) Run moisture at the

discretion of the Engineer .245 Speedy tester not

allowed.

Penetration Index (DCP) - SFDR only Unstabilized. 1 per 1/2 mile lane mile 1 per lane mile .255 / 205

Calibrate: mineral stabilizing agent application rate.

Once using design rate per vane feeder.

Observe contractor calibration .286 or .287

Moisture: before injecting liquid bituminous material

1 per 5,000 feet of daily anticipated SFDR & one after rain or mechanical drying out

(disking, etc.).

none .281 / 105

Yield: Mineral Stabilizing Agent and/or Liquid Bituminous

Material

1 per transport load each type 1 per day each type .286 & .287 / 402 & 403

Compaction: Nuclear density for SFDR stabilized and CIR

1 per 500 feet of lane width, (see note below). Observe the Contractor. .282

Control Strip: SFDR Stabilized and CIR Minimum of once per project Observe the Contractor.

Bituminous Material Samples none

Shall be a Certified Supplier - No Samples

Required unless directed by the Engineer.

1 quart each sample

Mineral Stabilizing Agent Samples none 1 sample none

Foaming asphalt checks expansion ratio & half life 1 per load Observe the Contractor

once per day. .285

Moisture (stabilized) - before placement of next layer during

curing.

Two each day after compaction until placement

of next layer. none Grading & Base Manual

Note: The Engineer may require a Contractor to perform additional nuclear density tests in areas that the Engineer believes are failing density requirements.

Page 198: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 9 of 35

Grading and Base Construction Items (1 of 3)

Material Type Spec.*

Contractor / Producer QC

Testing Rates

Minimum Required Agency QA Testing Rates

Verification Testing Sample

G

rada

tion

Test

ing

(2) (

3 )

Aggregate Surfacing 2118 2211.5 1 / 1,000 CY

(CV) stockpile gradation only

required for materials on hand. Spec

1906.2

> 250 yd3 (CV) or 500 Tons and < 2000 yd3 (CV) or 4000 tons. Material is a minimum of one lot (5). Test two random samples from

each lot and average. > 2000 yd3 (CV) or 4000 Tons. Divide into

lots with lot size (5) no greater than 2000 yd3 (CV) or 4000 Tons. Test two random samples

from each lot and average. Determine individual results and lot averages

for compliance (Table 2211-4 & 2211-5)

1/source 30 lb.

Aggregate Base 2211 2211.5

Shoulder Base Aggregate

2221 2211.5

Drainable Aggregate Base (OGAB & DSB)

2212 3136

Granular and Select Granular Material

(borrow/embankment) 3149.2B

1/10,000 CY - req'd for mat'l on hand, Spec

1906.2

1/40,000 yd3 (CV) 1/source 30 lb.

Stabilizing Aggregate 3149.2C

Reclamation FDR 3135.2B None

Test at Engineer's discretion. Look for oversize FDR, after the motor grader has

overturned the material. None

Granular Filter 3601.2B

1/source - before delivery on the project.

1/ source 1/source 30 lb.

Backfill Materials 3149.2D Granular Bedding 3149.2F

Aggregate Bedding 3149.2G Coarse Filter Agg. 3149.2H Filter Aggregate 3149.2J

Sand Cover 3149.2K

Proc

tor

* Sp

ecifi

ed D

ensi

ty Non-Granular Material

per 2105.3F

2105 2106 3149

None 1 per major soil, subgrade prep specified density requires 100% of proctor density.

1 sample 25 lb.

Sand

Con

e

Non-Granular Material per 2105.3F

AGENCY TESTING: Roadway Embankment: One test per 4,000 yd3 (CV) or if test rolled, One test per 10,000 yd3 (CV),

Transverse culverts & abutments: 1 test per every 2 feet of fill per 250' of trench length. Structures Trenches: 1 test/500 feet of each structure length at various depths. Subgrade Preparation: One per 25 road stations.

Pene

trat

ion

Inde

x M

etho

d (D

CP)

* Aggregate Base 3138

2211.3C None

1 DCP tests per 500 yd3 (CV) or 1 per 1000 Tons. If test rolled, 1 test / 1,500 yd3 (CV) or

3000 Tons. None Shoulder Base

Aggregate Reclamation FDR & SFDR

3135.2B 2215.2C

1 DCP test per 3,000 yd2. If test rolled, 1 test / 10,000 yd3

Granular Materials Subgrade Preparation (for materials meeting

3149.2B1)

3149.2B

AGENCY TESTING: Roadway Embankment: One test per 2,000 yd3 (CV) or if test rolled, One test per 4,000 yd3 (CV) Transverse culverts & abutments: 1 test per every 5 feet of fill per 250' of trench length. Structures Trenches: One test/500 feet of each structure length at various depths. Subgrade Preparation: One per 25 road stations.

Page 199: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 10 of 35

Grading and Base Construction Items (2 of 3) Material Type Spec.*

Contractor / Producer QC Testing Rates

Minimum Required Agency QA Testing Rates

Verification Testing Sample

Moi

stur

e Co

nten

t Tes

t Dur

ing

All

Com

pact

ion

Met

hods

(4)

*Aggregate Base, Shoulder & Surfacing 3138 None 1 / 1,000 yd3 up to 10 Maximum

None Drainable Aggregate Base (OGAB & DSB)

Reclamation FDR 3135.2B None 1 / 10,000 yd3

All Embankment Materials

3149 2105

None

1/10,000 yd3 up to 10 Maximum

Subgrade Preparation 1 per 25 road stations

Perc

ent

Crus

hing

Particle Count (1) 1906.2 1 required for

Mat’l on hand 1/source unless directed by Engineer, (required

for 3138.2B & C, 3149.2C & G1, 3136.2B). 1/source

Qua

lity

Aggregate Quality Tests

3138 3149 3601

1 required for mat'l on hand,

Spec 1906.2 1/ source unless directed by Engineer 1/source 30lb

Dept

h Ch

eck Reclamation

FDR 3135.2B 1/1,000 feet of machine width. 1 per day unless directed by Engineer

Test

Rol

ling

Test Rolling (as directed in the special provisions)

2111

As directed by the Engineer the contractor will perform test rolling at the top of all • Subgrade • Base layers (2211) • Non Stabilized FDR (2215) • Granular layers not meeting the requirements of 3149.2B2 (2105 & 2106) • Minimum 12’ width and 300’ length. Agency to observe test rolling.

Verification Testing Samples are companion split samples to the QA sample:

• Companion gradation, proctor, QA crushing, aggregate quality samples not required 1,000 tons or less. • Include the laboratory companion with the first field sample. • Include the field sample results with the laboratory sample. • Laboratories with AMRL Accreditation are not required to submit laboratory companion samples. • Carbonate aggregate materials require 50 lb. samples for the laboratory testing.

NOTES: (1) Percent crushing test is not required when the material is crushed from a quarry or contains 25% or greater recycled materials.

(2) Submit a laboratory companion to the first Acceptance Gradation sample for a bituminous extraction, see 3138.2C. Full Depth Reclamation samples are not required.

(3) The Certification of Aggregates and Granular Materials procedure and documentation of testing locations is at the discretion of the Engineer.

(4) For quality compaction per spec 2105.3F2, test at Engineer's discretion.

Page 200: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 11 of 35

Grading and Base Construction Items (3 of 3) * Review the Special Provisions. The Grading and Base Manual allows the nuclear density gauge, see pages 60 and 65.

NOTES:

(5) Lot sizes may be adjusted by the Engineer. This may be good practice if parts of the project are taking place in separate areas or at separate times, such as many turn lane or excavation areas or separate project stages.

Conversions: 1 ton = 0.55 yd3 (CV), 1 ton = 0.7 yd3 (LV), 1 yd3 (CV) = 1.8 tons.

Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project.

Less than 500 tons (250 CY) may be accepted by the Engineer without testing.

Guidelines for Required Crushing & Aggregate Quality Tests

3149 Granular Materials 3138 Aggregate for Surface

and Base 3136 Drainable Bases

Crushing

Yes, for Stabilizing Aggregate, Fine Aggregate Bedding and

Medium Filter Aggregate.

Test waived if material contains recycled at twice the

minimum crushing requirement.

Not required for quarried sources.

Yes, for Class 5, 5Q & 6. Test waived if material contains

recycled at twice the minimum crushing requirement.

Not required for quarried sources. Class 2 must contain

100% crushed quarry rock.

Yes. Not required for quarried sources.

Bitumen Content

At the discretion of the Engineer

At the discretion of the Engineer Not applicable

LAR Not applicable Yes, if source is carbonate

quarry and does not contain bitumen.

Yes

Insoluble Residue

Yes, if source is carbonate quarry and does not contain

bitumen.

Yes, if source is carbonate quarry and does not contain

bitumen. Yes, if source is carbonate quarry.

Litho Exam & Shale

Float Test

Yes, for Medium Filter Aggregate

Yes, for Class 3, 4, 5, 5Q & 6, when not from quarried rock,

and does not contain bitumen. Yes, when not from a quarried source.

Testing procedures in the Grading & Base Manual.

Forms and worksheets at the Grading & Base website.

Gradation worksheets at the SALT Construction website.

Page 201: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 12 of 35

Certified Ready-Mix Concrete (1 of 3) The Prime Contractor is responsible to assure that all ready-mix concrete used is produced by an annually Certified Ready-Mix plant as detailed in Specification 2461.3F.

Material Spec.

Conc

rete

Pla

nt P

rodu

ctio

n Te

stin

g Ra

tes *

Test Type

(Concrete Manual) Contractor / Producer QC Testing Rates

Form

bridge 2406.2 2411.2 2461.2 2461.3 general 2301** 2452.2 2461.2 2461.3 2506.2 2511.2 2514.2 2520.2 2521.2 2531.2 2533.2 2545.2 2554.2 2557.2 2564.2 2565.2

Gradation (5-694.145) (5-694.148)

3126, 3131, 3137

For all JMF's & bridge deck mix designs requires 1 per fraction per source per day. If over 400 yd3 per day, take a second gradation after

the total exceeds 400 yd3. Bridge Deck Concrete must have passing gradations prior to mixing. Concrete

Agg. Work sheet, Agg.

Grad. Control Charts,

R-M Plant QC

workbook

2410 Sample ID

Card

For all other mix designs, 1 per fraction per source per week. If over 400 yd3 produced per week, take a second gradation after the total

exceeds 400yd3. Agency QA Testing Rates: Verification only

Verification Sample:-, *1 per fraction per source per week, split and tested by both Agency and Contractor

Coarse & Fine: a minimum of 1 per week per ready-mix plant*. Moisture Content

(5-694.142) QC rates: 1 every 4 hours QA rates: None

Test Type Agency QA Testing Rates (1)

Aggregate Quality (5-694.146)

Minimum of 1 per each fraction - use of MnDOT test results for the same 30 day time period is acceptable. For all bridge deck concrete

poured during the month: Test monthly quality to 3137.2D2 for each coarse aggregate fraction. Designate 3137.2D2 on the sample card.

Gradation results will be included with the monthly quality tests.

Coarse Aggregate (% Passing 200)

(5-694.146) Minimum Aggregate Sample Size *companion required, double sample size

Aggregate Size Gradation* Quality* Moisture % -200 C.Agg 3/4" Plus, #4 30 lb. 50 lb. 2000 g 12 lb.

3/4" Minus, #67 10 lb. 30 lb. 2000 g 6 lb. #7, CA-70 6 lb. 30 lb. 2000 g 6 lb. CIA, FIA 1000 g 30 lb. 500 g 1000 g CS, FS 500 g 30 lb. 500 g 500 g

CA-80, #89 1.1 lb. (500 g) 30 lb. 500 g 500 g Fine Aggregate 1.1 lb. (500 g) 30 lb. 500 g -

Conc

rete

Fie

ld T

estin

g Ra

tes

Sampling Locations for Air, Slump (when required), Temperature and Cylinder Testing

2448 Weekly

Concrete Report

First load each day per mix - Take sample after discharging approximately 1/4 yd3, stop further discharge until both slump and air content test are completed. The first load of

concrete must have passing air content and slump prior to placement. Cast strength specimens from the same load as the air content and slump test. Test whenever adjustments

are made to the mix. Take all tests at the point of placement. Subsequent tests - Sample from the middle portion of the load.

Test Type Agency QA Testing Rates (1)

Air Content - Type 3 Concrete (5-694.541)

1 test per 100 yd3. Test first load each day per mix. Test when adjustments are made to the mix.

Slump (5-694.531)

Test first load each day per mix, then as necessary to verify passing slump. For Bridge Concrete: 1 test per 100 yd3. No testing required for

slip form placement. Air and Concrete

Temperature (5-694.550)

Record temperature each time air content, slump or compressive strength specimen is performed/fabricated.

Page 202: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 13 of 35

Certified Ready-Mix Concrete (2 of 3) The Prime Contractor is responsible to assure that all ready-mix concrete used is produced by an annually Certified Ready-Mix plant as detailed in Specification 2461.3F.

Spec.

Conc

rete

Fie

ld T

estin

g Ra

tes

Test Type Agency QA Testing Rates (1) Form

bridge 2406.2 2411.2 2461.2 2461.3 general 2301** 2452.2 2461.2 2461.3 2506.2 2511.2 2514.2 2520.2 2521.2 2531.2 2533.2 2545.2 2554.2 2557.2 2564.2 2565.2

Compressive Strength

(5-694.511) Standard

cylinder size is 4 x 8, use 6 x 12 with aggregate greater than 1

1/4". Review

2461.3G.5 Test Methods and Specimens.

General Concrete Grades F, G, M, P, and R: 1 set of 3 cylinders per 300 yd3 per mix per day.

2409 Concrete Cylinder ID Card

Bridge Concrete Grades B, S, and Y: 1 set of 3 cylinders per 100 yd3, then 1 set of 3 cylinders per 300 yd3 per mix per day

Agency will break 1 set of 3 cylinders at 28 days. Agency will cast up to 3 control cylinders, any additional control cylinders are the

responsibility of the Contractor.

Cellular Concrete: 1 set of 4 cylinders (28 days) per day, fill in 2 equal lifts, do not rod, lightly tap the sides, cover and move to area with no

vibration. Do not disturb for 24 hours.

NOTES:

(1) Review the requirements of 2461.3F Certified Ready-Mix Concrete, 2461.3G Concrete Placement and 5-694.010 Inspector’s Checklist in the Concrete Manual.

*Small Quantity Requirements are for less than 20 yd3 per week. Plant monitoring is not required but Concrete Field Testing is required.

**Concrete Pavement: Use Certified Ready-Mix Concrete testing rates when: a) The entire concrete paving project is less than 3,500 cu. yd. b) When a secondary plant is used to provide minor work.

Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project.

Agencies using MnDOT Metro Inspection Services will be sampled at the current MnDOT Schedule of Materials Control rates and will be billed accordingly.

Page 203: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 14 of 35

Certified Ready-Mix Concrete (3 of 3) The Prime Contractor is responsible to assure that all ready-mix concrete used is produced by an annually Certified Ready-Mix plant as detailed in Specification 2461.3F.

Guidelines • The testing rates shown in this Schedule of Materials Control are minimums. Take as many tests as

necessary to ensure quality concrete. Should circumstances arise on a project which makes the testing rate impractical, contact the Concrete Engineering Unit.

• All samples shall be taken in a random manner using an appropriate number generator. • The first load of concrete for any pour must have passing air content and slump results, prior to

placing. • If batching or field adjustments are made, test the adjusted load for air content and if suspect, slump,

before it gets into the work. The Engineer will determine if additional testing is required after each water adjustment made during slip form placement. Continue to test for air content and slump, if suspect, when test results are inconsistent or marginal.

• If any field test fails, reject the concrete or if the Producer makes adjustments to the load to meet requirements, record the adjustments on the Certificate of Compliance. Retest the air content of the load, slump if required, and record the adjusted test results. Test the next load for air content and slump, if required, before it gets into the work.

• Material not meeting requirements shall not knowingly be placed in the work. If failing concrete inadvertently gets placed in the work, review either the MnDOT Standard Specifications for Construction or contact the Concrete Engineering Unit for monetary deduction recommendations.

Best practices • It is recommended that the Agency Plant Monitor be present during critical pours, such as

superstructure or paving concrete (i.e. 3A21, S mixes, JMF mixes). • It is recommended that the Agency representative continually monitor the progress of all concrete

pours in the field and review Certificate of Compliances. It is not a recommended practice to only perform minimum testing requirements and leave the pour.

• It is recommended to make standard strength cylinders after the first load of concrete unless that is the only load of concrete for that mix that day.

• The Agency is responsible for verification sampling. For safety and consistency in sampling and splitting of the sample, it is recommended that the agency and the producer/contractor obtain the verification sample in tandem. This will allow the producer/contractor to witness the sampling process and take possession of the verification companion.

Page 204: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 15 of 35

Concrete Plant and Field Materials All materials must come from certified or qualified sources. All certified source must state so on the delivery invoices. The most current list of certified/approved sources can be found at MnDOT Material website. Materials listed on the Approved/Certified Products List are not required to be sampled, but need to be listed on the Material Acceptance Summary detailed in the SALT SMC. Samples can be submitted as directed by the Engineer.

Conc

rete

Pla

nt B

atch

ing

Mat

eria

ls

Material Spec. No.

Agency QA Field Sampling Rate Form No.

Portland Cement 3101 Shall be a Certified Supplier - For certified ready-mix and concrete paving sample rates: 1 sample when the plant is

certified. Take additional samples at 6 months if producing Agency concrete, if the plant changes sources or as the

contract requires. The producer obtains a 5 lb. sample and stores the sample in a sealed container provided by the Agency and includes the supplier’s delivery invoice from

which the sample is obtained.

24300 ID Card Cement Samples

Slag 3102

Blended Cement 3103

Fly Ash 3115 24308 Fly Ash

Admixtures (Acceleration,

Retarding, Water-Reducing, Air-

Entraining, etc.)

3113

For all concrete: 1 sample in a 1/2 pint plastic container provided by the Agency when the plant is certified. Take

additional samples at 3 months if producing Agency concrete, if the plant changes sources or as the contract

requires. The Producer should agitate the admixture tank prior to obtaining samples form dispensing tubes and store the

samples in sealed plastic containers provided by the Agency.

2410 Sample ID Card

Water 3906 1 sample in a 1 gallon clean glass or plastic container from a questionable source.

Conc

rete

Fie

ld M

ater

ials

Preformed Joint Filler 3702 Visual Inspection

2410 Sample ID Card

Preformed Elastomeric Type 3721

1 per lot. Only materials from a qualified sources. Silicone Joint Sealer 3722

Hot Poured Elastomeric Type

3723 Link to Approved Products List.

3725

Burlap 3751 Visual Inspection Colored Concrete Membrane Curing

Compound 3752 Visual Inspection - Use only from qualified source.

Membrane Curing Compound

3753 3754 3755

Visual Inspection - Use only pre-approved curing compounds.

Plastic 3756 Visual Inspection - Must be white opaque and free from holes.

Refer to the "Metals" schedule for sampling requirements for concrete reinforcement.

Agencies using MnDOT Metro Inspection Services will be sampled at the current MnDOT Schedule of Materials Control rates and will be billed accordingly.

Page 205: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 16 of 35

Concrete Pavement – Agency (1 of 2) Test Type

(concrete manual)

Spec. Concrete Paving Batch Plant Agency QA Testing

Certified Ready-Mix Plant Agency QA Testing Form

Gradation (1) (5-694.145) (5-694.148)

3126 3131 3137

Daily Concrete Quantity > 100 yd3 Agency QA Testing Rates: Verification

only

Verification Sample:-, *1 per fraction per source per day, split and tested by

both Agency and Contractor

Weekly Concrete Quantity > 20 yd3 Agency QA Testing Rates:

Verification only Verification Sample:-, *1 per

fraction per source per week, split and tested by both Agency and

Contractor

21764 Agg Work sheet

Aggregate Moisture - QC Verification (2)

(5-694.142)

3126 3131 3137

If w/c incentives apply: 1 per 1000 yd3 or every 4 hours, whichever is greater. Take initial sample within the first 250

yd3.

If w/c incentives apply: 1 per 200 yd3 or every 4 hours, whichever is

greater. Take initial sample within the first 100 yd3. Concrete

W/C Ratio Work sheet

Water Content, Microwave

Oven Verification (3)

(5-694.532)

Concrete Manual

Take initial sample within the first 250 yd3. At least one additional

verification test should be taken if more than 1000 yd3 is produced in a

day.

Take initial sample within the first 100 yd3. At least one additional

verification test should be taken if more than 400 yd3 is produced in a

day.

Coarse Aggregate, -200 sieve

(5-694.146)

3131 3137

1 randomly selected sample on the first day of production and each time the Contractor mobilizes the plant, changes the aggregate sources, or the

cleanliness of the coarse aggregate is in question, then 1 per week randomly thereafter. -200 test may be performed at the lab instead at the plant at the

discretion of the Engineer.

21764 Agg Work sheet

Coarse and Fine Aggregate

Quality (4)

3126 3131 3137

During concrete production: 1 randomly selected test each fraction every 20,000 yd3 of production. Split the Quality sample 4 ways: 1) Provide 2

quarters of the sample to the producer/contractor. 2) Test the -200 on the coarse aggregate at the plant the day it was sampled. 3) Submit the

remaining sample to the lab for quality testing including testing the -200 sieve on the coarse aggregate.

2410 Sample ID

Card

Alkali Silica Reactivity

(ASR) Testing 2301

1 per paving project per sand source. Provide one 5 lb. sample of: cement, supplementary cementitious material (fly ash or slag), and sand. Write "Project Specific ASR Testing" on all 3 sample cards. ASR Testing is not

required if the entire project is less than 3,500 cubic yards.

2410 24300 24308

Coarse Aggregate

Quality Testing of Incentive / Disincentive

3137

If coarse aggregate quality incentives apply: Test the Class B aggregates for % absorption and Class C aggregates for % carbonate including any other test necessary to make those determinations. Sample the 2 largest fractions in

accordance with the following table and 2301: Coarse Agg Quality Incent /

Disincent Work sheet

Coarse Aggregate Quality Incentive/Disincentive Sampling Rates Plan Concrete Cubic Yards Samples per fraction

3,500 - 7,500 3 7,501 - 10,000 5

10,001 - 25,000 10 25,001 - 50,000 15

50,001 + 20 *Use Certified Ready-Mix Concrete testing rates when: a) The entire concrete paving project is less than 3,500 cu. yd. b) When a secondary plant is used to provide minor work.

Agencies using MnDOT Metro Inspection Services will be sampled at the current MnDOT Schedule of Materials Control rates and will be billed accordingly. Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project.

Page 206: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 17 of 35

Concrete Pavement – Agency (2 of 2) Test Type Spec. Concrete Field Testing - Agency QA Testing Form

Air Content before consolidation

Revi

ew C

oncr

ete

Man

ual W

ebsit

e

1 correlation air test per day

2448 Weekly Concrete

Report

Air Content after consolidation 1 correlation air test per day

Slump For fixed form placement: 1 slump test per day. For slip form placement: No slump testing required.

Concrete Temperature

Record temperature each time air content, slump or strength test specimen is performed/fabricated by the Agency.

Flexural Strength Supply beam boxes, cure, and test beams. MnDOT standard beam box size is 6" x 6" x 20" unless others are approved by the Concrete Engineer.

2162 Test Beam Data

Concrete Pavement Texture Determine texture testing locations using random numbers. Probing,

Coring, Texture and MIT-Scan

T2 Report Thickness Determine probing and coring locations using random numbers. Initial pavement at core locations and re-initial the sides of specimens after

coring to clearly verify their authenticity. Surface Smoothness/

Dowel and Tie Bar Steel Location

Observe Contractor Testing when possible

NOTES: (1) All gradation samples shall be taken in the presence of the Agency, unless otherwise authorized by the Engineer. All samples shall be taken off the belt leading to the weigh hopper unless otherwise approved by the Engineer. All gradations and quality tests require companion samples. If Coarse Aggregate Quality Incentive / Disincentives apply: The Agency may also use the QA samples for incentive / disincentive testing. Notify the Contractor/Producer to double the QC/QA sample size. If well-graded aggregate incentives apply: Use the Contractor's gradation results for well-graded aggregate incentive calculations as verified by Agency testing. Use the Well-graded Concrete Agg. Worksheet.

(2) If w/c incentives apply: Use aggregate moisture results for determining the water content to calculate the w/c incentive/disincentive. Use the Concrete W/C Ratio Calculation Worksheet and do not leave sample unattended.

(3) If w/c incentives apply: Microwave oven verification testing to verify the w/c ratio is completed in conjunction with Agency aggregate moisture testing. Do not leave samples unattended.

(4) Prior to concrete production: Obtain pre-production samples for quality testing at least 16 hours prior to concrete production. Samples may be taken from the stockpile and -200 test may be performed at the lab instead at the plant at the discretion of the Engineer. If the entire project is <3,500 yd3, pre-production sampling is not required.

Minimum Aggregate Sample Size *companion required, double sample size

Aggregate Size Gradation* Quality* Moisture % -200 C.Agg

3/4" Plus, #4 25 lb. 50 lb. 2000 g 12 lb. 3/4" Minus, #67 10 lb. 30 lb. 2000 g 6 lb.

#7, CA-70 6 lb. 30 lb. 2000 g 6 lb. CIA, FIA 1000 g 30 lb. 500 g 1000 g CS, FS 500 g 30 lb. 500 g 500 g

CA-80, #89 1.1 lb. (500 g) 30 lb. 500 g 500 g Fine Aggregate 1.1 lb. (500 g) 30 lb. 500 g -

Page 207: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 18 of 35

Concrete Pavement – Producer/Contractor (1 of 2)

Test Type (concrete manual) Spec. Concrete Paving Batch Plant

Contractor/Producer QC Testing Certified Ready-Mix Plant

Contractor/Producer QC Testing

Gradation (1) (5-694.145) (5-694.148)

3126 3131 3137

When > 250 yd3 produced/ day: 1 per

2500 yd3 per fraction per source

When 20-400yd3 produced/ day: 1 per fraction per source. If over 400 yd3 per day, take a second gradation after the

total exceeds 400 yd3

Coarse Aggregate -200 sieve

(5-694.146)

3131 3137

Test the first sample then at least 1 of the next 3 samples on the first day of production and each time the Contractor mobilizes the plant, changes the aggregate sources, or

the cleanliness of the coarse aggregate is in question, then 1 per day randomly thereafter. Test these samples at the plant.

Aggregate Moisture QC Verification (2)

(5-694.142)

3126 3131 3137

If w/c incentives do not apply: 1 per 1000 yd3, or 1 completed every 4 hours,

whichever is the higher sampling rate.

If w/c incentives do not apply: 1 completed every 4 hours.

Water Content, Microwave Oven

Verification Review Concrete Manual

If w/c incentives apply: Obtain the plastic concrete sample at the plant. See Concrete Manual (5-694.532)

Unit Weight QC Test one load of concrete per day at the plant. See Concrete Manual (5-694.542)

Air Content QC (5-694.541) Test the first load of concrete at the plant

Coarse and Fine Aggregate Quality

3126 3131 3137

Prior to concrete production: Test the Agency's pre-production sample at the Contractor's discretion. During concrete production: Test the -200 on the quality companion sample the day it was sampled. All other testing is at the Contractor's

discretion.

Coarse Aggregate Quality Testing for

Incentive / Disincentive

3137 Test at the Contractor's discretion.

Minimum Aggregate Sample Size *companion required, double sample size

Aggregate Size Gradation* Quality* Moisture % -200 C.Agg

3/4" Plus, #4 25 lb. 50 lb. 2000 g 10 lb.

3/4" Minus, #67 25 lb. 30 lb. 2000 g 6 lb.

#7, CA-70 6 lb. 30 lb. 2000 g 6 lb.

CAI, FIA 1000 g 30 lb. 500 g 1000 g

CS, FS 500 g 30 lb> 500 g 500 g

CA-80, #89 1.1 lb. (500 g) 30 lb. 500 g 500 g

Fine Aggregate 1.1 lb. (500 g) 30 lb. 500 g -

Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project.

* Use Certified Ready-Mix Concrete testing rates when: a) The entire concrete paving project is less than 3,500 cu. yd. b) When a secondary plant is used to provide minor work.

Page 208: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 19 of 35

Concrete Pavement – Producer/Contractor (2 of 2) NOTES:

(1) Performing testing on representative material at the end of the most recent day of production is allowed. If well-graded aggregate incentives apply: Use the Contractor's gradation results for well-graded aggregate incentive calculations as verified by Agency testing.

(2) Complete the initial moisture content and adjust the batch water prior to the start of concrete production each day. If weather conditions allow, performing moisture testing on representative material at the end of production the prior evening is allowed.

Test Type Spec. Concrete Field Testing - Contractor QC Testing

Air Content before consolidation for Type 3 concrete

Revi

ew C

oncr

ete

Man

ual W

ebsit

e

1 per 300 yd3 or 1 per hour, whichever is less. Test first load each day per mix.

Air Content after consolidation for Type 3 concrete

Test 1 air content per 1/2 day per mix of slip form paving to establish an air loss correction factor (ACF). See Special Provisions for additional information.

Slump For fixed form placement: 1 per 300 yd3 and as directed by the Engineer. Test first load each day per mix. For slip form placement: No slump testing required.

Concrete Temperature

Record temperature each time air content, slump or strength test specimen is performed/fabricated by the Contractor.

Flexural Strength

1 beam (28 day) per day per mix. Make additional control beams as necessary. Control beams shall be made within the last hour of concrete poured each day. Fabricate

beams, deliver beams to curing site, and clean beam boxes. Cylinders may be substituted for beams at the discretion of the Engineer.

Concrete Pavement Texture

Perform texture testing at locations determined by the Engineer in accordance with the Contract. All adjoining lanes shall be tested at the same location if paved at the same time. The Contractor supplies all materials necessary to perform the required testing.

Thickness The Contractor drills concrete cores at locations determined by the Agency. The Contractor probes the plastic concrete at locations determined by the Agency.

Surface Smoothness Contractor provides MnDOT certified inertial profiler results for the entire project as

required by the contract. Check for current certification. Perform profiling in the presence of the Engineer unless otherwise approved.

Dowel Bar and Tie Bar Steel Location

For Concrete projects greater than 3500 yd3. On the first day and each day of slip form pavement: (1) Verify the adequacy of the dowel bar anchoring by scanning seven random doweled contraction joints in each

sublot. (2) Verify the presence and alignment of tie bar steel by scanning 75 lin. Ft. in each sublot.

If the Engineer determines the first days dowel bar anchoring and tie bar placement processes are acceptable, the Engineer may allow a reduction in scanned joints in each sublot as follows: (1) Verify the adequacy of the dowel bar anchoring by scanning four random doweled contraction joints per sublot. (2) Verify the presence and alignment

of tie bar steel by scanning 25 lin. ft. out of every sublot.

Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project.

Page 209: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 20 of 35

Concrete Wearing Course for Bridges

Test Type (concrete manual) Spec. Contractor/Producer QC

Testing Agency QA Testing Form

Gradation, Quality, Coarse

Agg -200 QC/Verification

(5-694.145) (5-694.146) (5-694.148)

3126 3137

Prior to production, provide the Agency with: Aggregate pit

numbers, 1 passing gradation result per fraction per source.

Test Agency companion samples are Contractor's discretion.

1 per fraction prior to production and each time

aggregate is delivered to the site.

2410 Sample ID Card

Air Content - Type 3 Concrete

(Verification) (5-694.541)

Review Concrete Manual Website

None 1 per 15 yd3, Test at beginning of pour each day.

Weekly Report of Low Slump

Concrete Slump (Verification) (5-694.531)

None

1 per 15 yd3, Test at beginning of pour each day. Allow mix to

hydrate 5 minutes before slump test to assure all cement is

saturated.

Compressive Strength

(5-694.511) None 1 cylinder (28 day) per 30 yd3 2409 Cyl.

ID Card

Test Minimum Sample Size *companion req'd, double sample size

Gradation 6 lb. for # 7, 500 g for CA-80 50 g for Sand

Quality 30 lb. for Coarse Aggregate 30 lb. Fine Aggregate

Contact the MnDOT District IA Inspector to provide servicing of your federal aid project.

Page 210: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 21 of 35

Concrete Pavement Repair – CPR for 3U18

Test Type Spec. Contractor/Producer QC Testing Agency QA Testing Forms

Gradation, Quality, Coarse Agg -200

3126 3137

Prior to production, the Contractor shall provide the Agency with:

Aggregate pit numbers, 1 passing gradation result per fraction per

source. No quality test results are required. Test companion samples

at Contractor's discretion.

Gradation: 1 per aggregate fraction prior to production and each time aggregate is delivered to the site.

Quality Testing & Coarse Agg -200: 1 test per aggregate fraction per

source. The Agency may use the gradation results for the Quality

Samples as a substitute for 1 required field gradation.

2410 Sample ID Card

Air Content - Type 3 Concrete

Review Concrete Manual Website

None 1 per 15 yd3, Test at beginning of pour each day. 21412

Weekly Report of Low Slump

Concrete Slump None

1 per 15 yd3, Test at beginning of pour each day. Allow mix to

hydrate 5 minutes before slump test to assure all cement is saturated.

Compressive Strength None 1 cylinder (28 day) per 30 yd3 2409 Cyl.

ID Card

Test Minimum Sample Size *companion req'd, double sample size

Gradation 6 lb. for # 7, 500 g for CA-80 50 g for Sand

Quality 30 lb. for Coarse Aggregate 30 lb. Fine Aggregate

Contact the MnDOT District IA Inspector to provide servicing of your federal aid project

Page 211: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 22 of 35

Dowel Bar Retrofit – (DBR)

Test Type Spec. Contractor/Producer QC Testing Agency QA Testing Form

Gradation, Quality, Coarse Agg -200

3126 3137

Prior to production, the Contractor shall provide the Agency with:

Aggregate pit numbers, 1 passing gradation result per fraction per

source. No quality test results are required. Test companion samples

are Contractor's discretion.

1 per fraction prior to production and each time aggregate is delivered

to the site.

2410 Sample ID Card

Test Type Spec. Agency QA Testing Form

DBR Material Compressive

Strength

Review Concrete Manual

Contractor Testing: None

2409 Cylinder ID Card

Agency Testing: During the pre-production test operations: 1 set of 3 cylinders tested at a rate as directed by the Engineer. Testing may need to

be repeated if any problems with the dowel bar retrofit material are encountered. First day of production: 1 set of 3 cylinders at a rate directed by the Concrete Engineer. After the first day of production: 1 cylinder per

day during production tested at a rate determined by the Engineer to determine traffic strength.

Test Minimum Sample Size *companion req'd, double sample size

Gradation 500 g for # 89 & Sand

Quality 30 lb. Coarse Aggregate 30 lb. Fine Aggregate

Contact the MnDOT District IA Inspector to provide servicing of your federal aid project.

Page 212: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 23 of 35

Landscaping and Erosion Control Items

Kind of Material Spec. # Minimum Required Agency QA Acceptance Testing (Field Testing Rate)

Manufactured Topsoil Borrow, Salvaged Topsoil

(stockpiled) 3877.2 As directed by the Engineer

Plant Stock & Landscape Materials

3861 and 2571.2A1

Materials must be in accordance with the Inspection and Contract Administration Guidelines for MnDOT Landscape Projects of which

determines the minimum and maximum criteria thresholds. Certificate of Compliance, Nursery stock certificate registered with MN Dept. of

Agriculture. Out of state products subject to pest quarantines must accompanied by documentation certifying

all products are free of regulated pests.

Erosion Control Blanket 3885

Visual Inspection and Check approved products or approved vendors list - As directed by the Engineer.

Erosion Control Netting 3885

Silt Fence 3886

Erosion Stabilization Mat 3885

Flotation Silt Curtain 3887 Accepted, based on manufacturers certification of compliance. Check weight of fabric.

Filter Logs 3897 Visual Inspection

Flocculants 3898 Obtain copy of Certificate of Compliance and MSDS

Fertilizer 3881 Obtain copy of invoice of blended material stating analysis.

Agricultural Lime 3879 Contractor must supply amount of ENP (Equivalent Neutralizing Power) for each shipment.

Mulch - Type 3

3882

Certified Weed Free (Certified sources only) Check for Certified Vendor tag from Minnesota Crop Improvement Association (MCIA).

Mulch - Type 6 - Woodchips

All wood chips supplied by a supplier outside the Emerald Ash Borer quarantine area or have an Emerald Ash Borer Compliance Agreement with

the MDA

Seeds

3876

(Certified Vendors Only) (Mixes 100-299) Check for Certified Vendor tag from Minnesota Crop Improvement Association (MCIA).

Native Seed (Mixes 300-399) certified seed only. Check for Certified Vendor tag from Minnesota Crop Improvement Association (MCIA).

Sod 3878 Visual Inspection - Check approved products list - As directed by the Engineer. Check for Certified Vendor tag from Minnesota Crop Improvement

Association (MCIA) for salt tolerant sod. Compost (from Certified Source)

3890 Compost (from Non-

Certified Source) Visual Inspection - As directed by the Engineer.

Hydraulic Soil Stabilizer 3884 Check Approved/Qualified Products List - As directed by the Engineer.

Page 213: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 24 of 35

Chemical Items

Kind of Material Spec. No. Minimum Required Agency QA Acceptance Testing (Field Testing Rate)

Asphalt Plank 3204 Visual Inspection - As directed by the Engineer.

Calcium Chloride 3911 Review the percentage required as per specification. Check for listing on Qualified Products website. Magnesium Chloride 3912

Hot-Pour Crack Sealant (for Crack Sealing/Filling)

3719 3723 3725

Retain Certification of Compliance. Check for listing on Qualified Products website.

Pavement Joint Adhesive Special Provisions Retain Certification of Compliance

Waterproofing Materials

Membrane Waterproofing System 3757 Visual Inspection - Check qualified products list.

Waterproofing Materials - Three Ply System

Asphalt Primer 3165 Verify supplied material meets ASTM D 41

Waterproofing Asphalt 3166 Verify supplied material meets ASTM D 449

Fabric 3201 Verify supplied material meets ASTM D 41

Paints

Waterborne Latex - Traffic Paint 3591

Visual Inspection - Check qualified products list - retain Certificate of Compliance. Epoxy Traffic Paint 3590

Traffic Marking Paint

Special Provisions

Non-Traffic Striping Paints 3500 Series Retain Certification of Compliance

Bridge Structural Steel Paint 3520

Visual Inspection - Check approved products list - retain Certificate of Compliance.

Exterior Masonry Paint 3584

Noise Wall Stain

Special Provisions

Drop-on Glass Beads 3592 Visual Inspection - Check qualified products list. Retain Certificate of Compliance.

Pavement Marking Tape

3354

Visual Inspection - Check qualified products list. Retain Certificate of Compliance.

3355

Special Provisions

Signs and Markers 3352 Visual Inspection - Check qualified products list.

Page 214: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 25 of 35

Metals (1 of 2)

Kind of Material Spec. No. Minimum Required Agency QA Acceptance Testing (Field Testing Rate) *

Guard Rail Fittings - Splicers, Bolts,

Posts etc. 3381

Visual Inspection - Materials shall be approved before use. Call MnDOT inspector at 218-846-3613 to see if

material has been approved.

Structural Plate Beam 3382 Non-High Tension Guard

Rail Cable 3381

High Tension Guard Rail Cable

Special Provisions

Steel Posts

Steel Sign Posts 3401 Visual Inspection - As directed by the Engineer. Retain Certificate of Compliance in Project file.

Fence Posts, Brace Bars, Rails and others

3403 Visual Inspection - As directed by the Engineer. Retain Certificate of Compliance and certified

mill analysis in project file. 3406

3379

Fence Barbed Wire

3376 Visual Inspection Retain Certification of Compliance,

As directed by the Engineer.

Woven Wire

Chain Link Fabric Components: cup, cap, nut,

bolt, end clamp, tension band, truss rod tightener, hog ring, tie wire, tension stretcher bar, truss rod,

clamp & tension wire Gates 3379

Pipe

Water Pipe and other Piping Materials

3364, 3365, 3366 & Special

Provisions

Visual Inspection - As directed by the Engineer.

Reinforcing Steel - Inspected by MnDOT & will be charged back to the Local Agency. Uncoated Bars 3301 Retain Certificate of Compliance & Certified Mill Analysis

Epoxy Coated Bars 3301 For Epoxy-Coated bars, steel will be tagged "Inspected" when it has been

sampled and tested by Mn/DOT prior to shipment, & it will be tagged "Sampled" when testing has not been completed prior to shipment. If the

Epoxy-Coated bars are not tagged "Sampled" or "Inspected", submit samples (1 bar 3ft long for each size for each day's coating production), Certificate of Compliance, & Certified Mill Analysis for testing. Maintain

original Cert. of Compliance & Certified Mill Analysis in project file.

Spirals 3305

Stainless Steel Bars Special Provisions

Visual Inspection Testing as directed by the Engineer (2 bars 3 ft. long per heat per bar size). Certified Mill Test Reports to be filed.

Page 215: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 26 of 35

Metals (2 of 2)

Kind of Material Spec. No. Minimum Required Agency QA Acceptance Testing (Field Testing Rate) *

Reinforcing Steel - Inspected by MnDOT & will be charged back to the Local Agency.

Steel Fabric 3303 2 sq. ft. if epoxy coated. Visual Inspection -

Retain Certificate of Compliance.

Dowel Bars 3302 One dowel bar and basket from each shipment.

Prestress/Post Tension Strands

3348 Spec Prov

One sample of 2 strands by 6 ft. from each heat/production lot.

Castings

Drainage Castings

3321

Visual Inspection - Check approved / qualified list. 2471

Electrical 2565

Anchor Rods (Cast in Place) and

Structural Fasteners

3385 3391

Visual Inspection - Check approved / qualified list. Testing as directed by the Engineer (see notes below)

Notes: Manufacturer must have one yearly passing test from the Department for each anchor rod or bolt type. Prior to installation, obtain copy of MnDOT passing test report from supplier. Specs 3385.2 A, B, & C require anchor rod markings per ASTM F 1554 S3. The end of each anchor bolt intended to project from the concrete must be die stamped with the grade identification as follows: Grade 36 = AB36, Grade 55 = AB55, Grade 105 = AB105.

Anchorages (Drilled In)

Special Provisions Visual Inspection - Check qualified products list.

Structural Steel Inspected by MnDOT & will be charged back to the Local Agency.

Steel Bridge - Beams, Girders, Diaphragms, etc.

2471

Structural Metals Inspection Tag and field inspection for damage/defects, check dimensions for contract compliance.

Review approved products list as directed by the Engineer.

Note: Structural metals products will be inspected at the plant and will be shipped with a Structural Metals Inspection Tag. An inspection confirmation report will be completed by Structural Metals Inspection

staff and sent to the field personnel. Only approved suppliers are allowed to supply Structural Metals

products. A list of approved suppliers can be found on the Bridge Office website.

Concrete Girders-Diaphragms and sole plates

Expansion Joints

Steel Bearings

Railing-Structural tube and ornamental

Drainage Systems

Protection Angles

Overhead Sign structures 2564 2471

High Mast Lighting Structures

2545 2471

Monotube Signal Structures 2565 2471

*Check domestic steel requirement under 1601 Special Provision.

Page 216: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 27 of 35

Geosynthetics, Pipe, Tile, Precast/ Prestressed Concrete

Kind of Material Spec. No. Minimum Required Agency QA Acceptance Testing (Field Testing Rate)

Corrugated Metal Products

Culvert Pipe Under drains Erosion control Structures

3225 thru 3229, 3351, 3399 Make certain pipe is Certified on Invoice, retain certificate of compliance

and certified mill analysis in project file. Structural Plate 3231

Aluminum Structural Plate 3233 Retain the Certificate of Compliance and certifd mill analysis in project file.

Pipe

Clay Pipe 3251 Visual Inspection

Reinforced Concrete Pipe and Arches, Precast Cattle

Pass Units, Sectional Manhole Units

3236 Field Inspection: Check for damage and defects. Check dimensions and class as required.

Non-Reinfd Concrete Pipe 3253 Drain Tile (Clay or

Concrete) 3276 Visual Inspection - Acceptance as directed by the Engineer.

Thermoplastic (TP) Pipe ABS and PVC 3245 Obtain Certificate of compliance. Check for approved marking printed on

pipe. Field Inspect for damage or defects. Corrugated Polyethylene

Pipe 3278 Check for markings (AASHTO M 252) Certificate of Compliance. Field Inspect for damage or defects.

Corrugated Polyethylene Pipe - Dual Wall 12"-48"

3247 Visual Inspection - Check approved products list. Obtain Certificate of Compliance.

Precast/Prestressed Concrete Structures - Inspected by MnDOT & will be charged back to the Local Agency.

Reinforced Precast Box Culvert 3238

Field Inspection: Check for damage and defects. Check dimensions as required. Check for the "MnDOT" stamp and signature on the certification

document.

Precast/Prestressed Concrete Structure (beams,

posts, etc.) 2405

Manholes and Catch Basins 2506 3622

Sewer Joint Sealing Compound 3724 Visual Inspection - Acceptance as directed by the Engineer.

Preformed Plastic Sealer for Pipe

3726 Type b

Visual Inspection - Acceptance as directed by the Engineer. Bituminous Mastic Joint

Sealer for Pipe 3728

EPS Geofoam Special Provisions

Visual Inspection - Acceptance as directed by the Engineer. Check for yellow aged material, uniformity and dimensions.

Geotextile Fabric and Geogrid Reinforcement

3733 and Special

Provisions Obtain Certificate of Compliance stating minimum average roll values

(MARV). MARV must meet Project requirements. Fabric must be listed on Geotextile Small Quantity Acceptance List. Geotextile Small Quantity

Acceptance List

Silt Fence 3886 Visual Inspection - Check approved products list.

Page 217: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 28 of 35

Electrical and Signal Equipment Items (1 of 2)

Kind of Material Spec. No. Minimum Required Agency QA Acceptance Testing (Field Testing Rate)

Lighting Standards (Aluminum or Steel) 3811

Visual Inspection - Obtain Certificate of Compliance. The Fabricator will submit "Certificate of Compliance," on a per project basis, to the Project

Engineer.

Hand Holes (Precast, PVC, and LLDPE)

2545 Visual Inspection - Check approved/qualified products list. Traffic signal and street lighting projects require hand holes to be listed on the MnDOT Signals Approved Products List (APL). For cast iron frame and cover: see

Metals - Drainage and Electrical Castings

2550

2565

Foundation 2545 Slump as needed, 1 cylinder per 25 cu. yds. Rebar is required in concrete foundations as specified in the Contract documents for all traffic control

signals and roadway lighting projects.

Steel Screw In Foundations

2545 2565 See Approved/Qualified Products List for Roadway Lighting and Signals.

Conduit and Fittings

Metallic 3801

Visual Inspection - Conduit shall be labeled as being listed by a National Recognized Testing Laboratory (NRTL). For traffic signal and street lighting projects, specific requirements are contained in the Special Provisions for

each project.

3802

Non-Metallic (Rigid and HDPE)

3803

Special Provisions

Anchor Rods and Bolts (Cast in Place) 3385

Visual Inspection - Manufacturer must have one yearly passing test from the Department for each anchor rod or bolt type. Prior to installation,

obtain copy of Mn/DOT passing test report from supplier. Specs 3385.2 A, B, & C require anchor rod markings per ASTM F 1554 S3. The end of each anchor bolt intended to project from the concrete must be die stamped with the grade identification as follows: Grade 36 = AB36, Grade 55 =

AB55, Grade 105 = AB105.

Anchorages (Drilled In)

Special Provision Visual Inspection - Check qualified products list.

Miscellaneous Hardware

2545 2565

Visual Inspection - Check approved products list. Will carry "Inspected" tag if sampled and tested prior to shipment. No sample necessary if

"Inspected". Do not use if not tested. Field sample at sampling rate for laboratory testing. For traffic signal and street light lighting projects,

various miscellaneous hardware is required to be listed on the MnDOT Signals and Lighting Approved Products Lists (APL). The Contract documents

indicate, which items must be on the Signals and/or Lighting APL.

Page 218: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 29 of 35

Electrical and Signal Equipment Items (2 of 2)

Kind of Material Spec. No. Minimum Required Agency QA Acceptance Testing (Field Testing Rate)

Cable and Conductors

Power Conductors 3815.2B1 Visual Inspection - Make certain the conductors are the type specified.

Submit Field Inspection report showing type and quantities used. Shall be labeled as being listed by a National Recognized Testing Laboratory

(NRTL) and type where applicable.

Loop Detector Conductors (No Tubing)

3815.2B2 (a)

Electrical Cables and Single Conductors

with Jacket

3815.2B2(b) 3815.2B3

Visual Inspection - Usually inspected at the distributor. Documentation showing project number, reel number(s), & MnDOT test number(s) will be

included with each project shipment. If such documentation is not received from Contractor, submit sample for testing along with material certification from manufacturer. Do not use if not tested. Pre-inspected

materials will not be tagged; an inspection report will be sent by the MnDOT inspector for each shipment. Project inspectors should verify that

the shipping documents agree with this inspection report. Call Steve Grover at 651-366-5540 or Cindy Schellack at 651-366-5543 with

questions. For traffic signal and street lighting projects, the Special Provisions for each project contain electrical cable and conductor

specifications.

3815.2B5

3815.2C1 thru .2C8

3815.2C14

Special Provisions

Fiber Optic Cables 3815.2C13 Visual Inspection - Check approved products list for Traffic Management Systems.

Ground Rods 2545 Visual Inspection - Check approved products list. Shall be labeled as being

listed by a National Recognized Testing Laboratory (NRTL). Detail materials on Materials Acceptance Summary. 2565

Luminaires and Lamps 3810

Visual Inspection - Check approved products list. Traffic signal and street lighting projects require luminaries and lamps to be listed on the MnDOT Lighting Approved/Qualified Products List (APL). The conductors shall be

labeled as being listed by a National Recognized Testing Laboratory (NRTL) and type, where applicable.

Electrical Systems 2565 Electrical Systems are to be reported as a "System" using the LIGHTING, SIGNAL AND TRAFFIC RECORDER INSPECTION REPORT. To be certified by

the Project Engineer.

Traffic Signal Systems 2565 Traffic Signal Systems are to be reported as a "System" using the LIGHTING,

SIGNAL AND TRAFFIC RECORDER INSPECTION REPORT. To be certified by the Project Engineer.

Page 219: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 30 of 35

Brick, Stone and Masonry Units

Kind of Material Spec. No. Minimum Required Agency QA Acceptance Testing (Field Testing Rate)

Brick

Sewer (clay) and Building 3612 to 3615 Visual Inspection - Acceptance as directed by the Engineer.

Sewer (Concrete) 3616 Visual Inspection - Acceptance as directed by the Engineer. Air entrainment required. Obtain air content statement from supplier.

Concrete Masonry Units

Sewer Construction 3621 Visual Inspection - Acceptance as directed by the Engineer. Air entrainment required. Obtain air content statement from supplier.

Modular Block Retaining Walls

Review Current Special

Provisions

Visual Inspection - Note: All lots of block upon delivery shall have Manufacturer or Independent laboratory test results to verify passing both

compression and freeze-thaw requirements. * Wall units and cap units are considered separate block types.

Reinforced Concrete Cribbing 3661 Visual Inspection - Acceptance as directed by the Engineer.

Will be stamped when inspected prior to shipment.

Stone for Masonry or Rip-Rap

3601 and Special

Provisions Visual Inspection - Acceptance as directed by the Engineer.

Remarks: each source shall be approved by Project Engineer or supervisor for quality, prior to use. For questions on quality, contact District Materials or Geology Unit.

Page 220: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 31 of 35

Miscellaneous Materials

Kind of Material Spec. No. Minimum Required Agency QA Acceptance Testing (Field Testing Rate)

Timber, Lumber Piling & Posts

3412 to 3471 &

3491

Visual Inspection - Acceptance as directed by the Engineer. Untreated materials shall be inspected in the field. Treated materials shall be

Certified on the Invoice or Shipping Ticket. Material is inspected and stamped by an Independent Agency as per Specification 3491. Contact

Laboratory for additional information.

Miscellaneous pieces and Hardware (Galvanized)

3392 3394 Visual Inspection - Acceptance as directed by the Engineer.

Insulation Board 3760

Elastomeric Bearing Pads - Plain or Laminated 3741 and

Special Provisions

Check dimensions. Check repair of tested pad. Obtain copy of Certificate of Compliance.

DO NOT USE ANY PADS THAT ARE NOT CERTIFIED. Cotton Duck Bearing Pads

Page 221: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 32 of 35

Approved/Qualified Products & Resources Approved/Qualified Products

• Asphalt Products • Bridge Products • Concrete Products • Crack and Joint Material Products • Drainage • Erosion Control and Landscaping Products • Geosynthetic • Maintenance Shop Supplies • Paint/Stain/Coating Systems (Non-Pavement) • Pavement Markings • Precast Concrete • Roadside Barriers • Roadway Lighting Products • Signals Products • Signing Products • Snow and Ice Chemical Products • Temporary Traffic Control Devices • Traffic Management Systems/ITS • Truncated Domes • Vehicle Safety Lighting • Walls (Retaining/Noise)

Additional Resources • SALT Construction webpage • Bituminous Engineering

o Asphalt Binder Certified Supplier o Asphalt Emulsion Certified Supplier

• Concrete Engineering o MnDOT Concrete Manual o QC & QA RM Plant Workbooks o MnDOT Certified Ready-Mix Program

• Grading & Base Engineering o Testing procedures in the Grading & Base Manual o Forms and worksheets at the Grading & Base website o Gradation worksheets on the SALT Construction website

Page 222: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 33 of 35

Contacts MnDOT Construction and Materials State Aid Contacts Districts 1, 2, 3, 4 Ron Bumann, State Aid Construction Specialist [email protected] 218-725-2811

Districts 6, 7, 8 Rollin Larson, State Aid Construction Specialist [email protected] 507-205-6403

Metro

Michael Pretel, State Aid Construction Engineer [email protected] 651-234-7778

Vacant, State Aid Construction Liaison 651-234-7762

MnDOT Specialty Offices Contacts Grading & Base

Terry Beaudry Grading & Base Engineer 651-366-5456

John Bormann Grading & Base Specialist 651-366-5496

Bituminous* John Garrity Bituminous Engineer 651-366-5577

Greg Johnson Asst. Bituminous Engineer 651-366-5464

Greg Schneider Asst. Bituminous Engineer 651-366-5403

Elliot Keyes Pavement Preservation 651-366-5432

Deb Evans Bituminous Engineer Specialist 651-366-5574

Ray Betts Bituminous Trial Mix Lab Tech 651-366-5469

*See website for the contact list by topic

Concrete* Maria Masten Concrete Engineer 651-366-5572

Ron Mulvaney Structural Concrete Engineer 651-366-5575

Rob Golish Asst. Concrete Engineer 651-366-5576

Wendy Garr Concrete Engineer Specialist 651-366-5423

Gordy Bruhn Concrete Field Eng. Specialist 651-366-5523

*See website for the contact list by topic

Contacts for other materials can be found on the Materials and Road Research Contacts webpage.

Contacts for Approved Products can be found at the Approved/Qualified Products Contact webpage.

Page 223: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 34 of 35

Materials Lab. Contacts Independent Assurance

District 1, Duluth Nadine Miller

Leila DeLuca, Wyatt Driskell, Cody Desmodt Phone: 218-725-2737 Phone: 218-725-2738 Lab Email [email protected] Cell: 218-348-6297

[email protected] District 2, Bemidji Jeff Long, Phone: 218-755-6544 Jason Kissel, Phone: 218-755-6542 Fax: 218-755-6540

Thomas Lloyd Cell: 218-766-6949 [email protected]

District 3A, Baxter Tom Boser Matt Miles Phone: 218-828-5755 Phone: 218-828-5759

Fax: 218-828-5816 Cell: 218-232-6748 [email protected]

District 3B, Saint Cloud Teresa Mertens Teresa Mertens Phone: 320-223-6555 Phone: 320-223-6555

Fax: 320-223-6582 Cell: 320-241-6290 [email protected]

District 4, Detroit Lakes David Brunner Brad Hanson, Phone: 218-846-3616 Phone 218-846-3613 Bruce Bryngelson, Phone: 218-846-3614 Wayne Koons, Phone: 218-846-3617 Cell: 218-849-7393

Fax: 218-846-0744 [email protected] Metro District, Maplewood Lab Waters Edge Mat'ls (@state.mn.us) Phone: 651-234-7356

Mike Evans Phone 651-366-5409

Wes

t Steve Reinardy (steve.reinhardy@) Phone: 651-755-1581

Brent Scolley Phone 651-366-5410 Mike Amiot (mike.amiot@) Phone: 651-775-1042

Dave Wilkerling Phone 651-366-5424

East

Greg Bohmert (greg.bohmert@) Phone: 651-775-1005 Fax: 651-366-5408 Matt Herbst (matt.herbst@) Phone: 651-775-1018

District 6, Rochester Ken DeCramer, Phone: 507-286-7580 Ken Pickett Jeff Bale, Phone: 507-286-7586 Phone: 507-286-7584

Russ Smith, Phone: 507-286-7535 Cell: 507-251-0138 [email protected]

Fax: 507-285-7112

District 7, Mankato Mitch Jordahl Cell:507-380-9619

Mark Schoeb, Phone: 507-304-6186 [email protected] Scott Swanson, Phone: 507-304-6189 Fax: 507-304-6191 District 8A, Willmar Jay Jorgensen, Phone: 320-214-6345 Jon Vlaminck Fax: 320-214-6306

District 8B, Marshall Cell: 320-894-7409 [email protected]

Mark DeAustin, Phone: 507-537-2068 Fax: 507-537-3802

Page 224: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

2019 SALT Schedule of Materials Control – Local Government Agency

Page 35 of 35

Sample Sizes

Lbs. Bi

tum

inou

s

35 Aggregate for Gradation QC/QA

80 for each plus #4 Aggregate Type for Quality Testing

35 for each minus #4 Aggregate Type for Quality Testing

80 for each RAP material for Quality Testing

10 RAS (shingles) for Processsed Gradation and Quality Testing

65 for Mix Properties (QC/QA) 3 full 6" by 12" cylinder molds for QA

90 for TSR (QC/QA) 4 full 6" by 12" cylinder molds for QA

90 for Aggregate Specific Gravity QC/QA

- 1 quart of Asphalt Binder QA

- 1/2 gallon for Asphalt Emulsion QA

Gra

ding

&

Base

30 Aggregate for Gradation (Companion sample from 60 lb. split).

25 Moisture Density Test – Proctor (Companion from 50 lb. split).

30 Aggregate Quality/Percent Crushing Test - 1 per source

Read

y-M

ix C

oncr

ete

25 Gradation 3/4" plus

10 Gradation 3/4" minus

6 Gradation CA 70 & #7

1 Gradation - Sand (500 g), CA 80, #89.

4.4 Moisture Test Coarse Aggregate (2000 g)

1.1 Moisture Test Fine Aggregate (500 g)

50 Quality 3/4" plus - lab sample

30 Quality 3/4" minus - lab sample

30 Fine Aggregate - lab sample

10 3/4" Plus for the -200 Coarse Aggregate Test (5000 grams)

6 3/4" Minus for the -200 Coarse Aggregate Test (2500 grams)

5 Cement, Blended Cement, Fly Ash

- 1/2 pint plastic container for admixtures.

Page 225: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12

EEO Page 1

EQUAL EMPLOYMENT OPPORTUNITY (EEO)

SPECIAL PROVISIONS

This section of Special Provisions contains the Equal Employment Opportunity (EEO) rules and regulations for highway construction projects in Minnesota which are federally and/or State funded. The source of funding determines which EEO regulations and goals (Federal and/or State goals) apply to a specific project. When a project contains funding from both Federal and State sources, both sets of regulations apply, and the Minnesota Department of Transportation (MnDOT) monitors and reviews projects at both levels. If the project contains any Federal funding, and has a total dollar value exceeding $10,000, Federal EEO regulations and goals apply (pages 2, 6, 7-8, 9-14, 15, 16-17, 22-26, 27-38). The MnDOT Office of Civil Rights monitors and reviews these projects on behalf of the Federal Highway Administration (FHWA), under Federal statutes (23 USC 140) and rules (23 CFR 230). If the project contains any State funding, and has a total dollar value exceeding $100,000, State EEO regulations and goals apply (pages 2, 3, 4, 5, 6, 9-14, 16-22). MnDOT's Office of Civil Rights monitors and reviews these projects in conjunction with the Minnesota Department of Human Rights under Minnesota Statutes §363A.36 and its accompanying rules. MnDOT has established a single review and monitoring process which meets both Federal and State requirements. Please note that Pages 23-38 of these Special Provisions may be omitted from projects with no Federal funding. CONTENTS Notice of Requirement for Affirmative Action ........................................................................................... 2 Notice of Pre-Award Reporting Requirements ............................................................................................ 3 Minnesota Affirmative Action Requirements.............................................................................................. 4 Appropriate Work Place Behavior ............................................................................................................... 5 Notice to All Prime and Subcontractors: Reporting Requirements ............................................................. 6 Specific Federal Equal Employment Opportunity Responsibilities ............................................................ 7 Standard Federal and State Equal Employment Construction Contract Specifications .............................. 9 Equal Opportunity Clause .......................................................................................................................... 15 Minority and Women Employment Goals Chart ....................................................................................... 16 Sample Summary of Employment Activity, Form EEO-12 ...................................................................... 18 Sample Monthly Employment Compliance Report, Form EEO-13 .......................................................... 20 EEO Compliance Review Report ............................................................................................................. 22 On-The-Job Training Program: Trainee Assignment ............................................................................... 23 Certification of On-the-Job Training Hours: Federal-Aid Projects ........................................................... 24 On-the-Job Training (OJT) Program Approval Form ................................................................................ 25 On-the-Job Training (OJT) Program Trainee Termination Form .............................................................. 26 Required Contract Provisions: Federal-Aid Construction Contracts ......................................................... 27

Page 226: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12

EEO Page 2

NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION

TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY

(23 USC 140, 23 CFR 230 and Minnesota Statute §363A.36)

1. The offerer's or bidder's attention is called to the "Minnesota Affirmative Action Requirements"

(EEO Page 4), the “Specific Federal Equal Employment opportunity Responsibilities” (EEO Pages 7-8), the "Standard Federal and State Equal Employment Opportunity Construction Contract Specifications" (EEO Pages 9-14), the "Equal Opportunity Clause" (EEO Page 15) and "Required Contract Provisions - Federal-Aid Construction Contracts" (EEO Pages 27-38).

2. The goals and timetables for minority and women participation, expressed in percentage terms of

hours of labor for the Contractor's aggregate work force in each trade on all construction work in the covered area, are as shown on EEO Pages 16-17.

These goals are applicable to all the Contractor's construction work (whether or not it is State or State assisted, Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non-federally involved construction.

The Contractor's compliance with the regulations in 41 CFR Part 60-4, and/or Minnesota Statutes §363A.36 and its accompanying rules shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) for Federal or federally assisted projects, and Minnesota Statutes §363A.36, and its accompanying rules for State or State assisted projects, and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and women employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority and women employees or trainees from contractor to contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4 for Federal or federally-assisted projects and/or Minnesota Statutes §363A.36 and its accompanying rules for state or state-assisted projects. Compliance with the goals will be measured against the total work hours performed.

3. If the contract is federally funded, the Contractor shall provide written notification to the Director of

the Office of Federal Contract Compliance Programs (OFCCP) within ten working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. If the contract is state funded, the Contractor shall provide written notification to the Compliance Division, Minnesota Department of Human Rights, Freeman Building, 625 Robert Street North, Saint Paul, Minnesota 55155 within ten working days of award of any construction subcontract in excess of $100,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed.

4. As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is the

county or counties of the State of Minnesota where the work is to be performed.

Page 227: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12

EEO Page 3

NOTICE TO ALL PRIME AND SUBCONTRACTORS

PRE-AWARD REPORTING REQUIREMENTS

In order to ensure compliance with Federal and State laws and regulations (23 USC 140, and 23 CFR 230, and Minnesota Statutes §363A.36) and to ensure Mn/DOT’s ability to monitor and enforce compliance efforts, the following requirements apply if the apparent low bid exceeds $ 5,000,000.00:

1) The Apparent Low Bidder (“ALB”) must provide to Mn/DOT the “EEO-8 Form” (also entitled “EEO Compliance Review Report”), which must provide detail on the contractor’s total company workforce in the State of Minnesota during the twelve month period preceding July 30th of the previous year (Office and/or clerical personnel need not to be included).

2) The ALB must provide to Mn/DOT a work plan for meeting the minority and women employment goals established by the Minnesota Department of Human Rights, for the project in question. The work plan must include, at a minimum (1) how the ALB will incorporate its current minority and women employees in the ALB’s efforts to meet the established goals; and (2) a contingency plan if the ALB has determined that its current workforce is not sufficient in order to achieve the established employment goals. If the ALB relies in whole or in part upon unions as a source of employees, then the ALB must (1) include a list of established organizations that are likely to yield qualified minority and women candidates if those union(s) are unable to provide a reasonable flow of minority and women candidates in their work plan; and (2) document the method by which these organizations will refer candidates to the ALB for employment opportunities. All bidders are hereby notified that the U.S. Department of Labor has determined that a contractor will not be excused from complying with the Federal and State laws and regulations cited above based solely on the fact that a contractor has a collective bargaining agreement with a union providing for the union to be the exclusive source of referral and that the union failed to refer minority employees. A contractor may obtain a list of organizations likely to yield qualified minority and women candidates from the Mn/DOT Office of Civil Rights.

3) The ALB must provide to Mn/DOT the ALB’s total workforce and labor projections for the project (represented in hours), the ALB’s projected total number of minority hours for the project, and the ALB’s projected total number of women hours for the project. The details must include the trade(s) that will be utilized in order to complete the project.

The ALB must submit documents as required to comply with this section no later than five business days after the date that bids for the contract are opened. The five day period starts the business day following the date that bids were opened. The required documents must be received prior to Contract Award, and must be sent to the Mn/DOT Office of Civil Rights – 395 John Ireland Blvd., Mail Stop 170 St. Paul, MN 55155-1899. Submittal of the documents described in (1), (2) and (3) is required for contract award to the ALB. The submitted documents will be used as a tool to assist contractors in meeting employment goals; the content itself will not be evaluated for the purpose of determining contract award.

Page 228: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12

EEO Page 4

MINNESOTA AFFIRMATIVE ACTION REQUIREMENTS

1. It is hereby agreed between the parties to this contract that Minnesota Statutes, Section §363A.36, and its accompanying rules are incorporated into any contract between these parties based upon this specification or any modification of it. A copy of Minnesota Statutes, Section §363A.36, and its accompanying rules is available upon request from the contracting agency. The Contractor hereby agrees to comply with the rules and relevant orders of the Minnesota Department of Human Rights issued pursuant to the Minnesota Human Rights Act.

2. It is hereby agreed between the parties to this contract that this agency requires that the Contractor meet

affirmative action criteria as provided for by Minnesota Statutes §363A.36 and its accompanying rules. It is the intent of the Minnesota Department of Transportation to fully carry out its responsibility for requiring affirmative action, and to implement sanctions for failure to meet these requirements. Failure by a contractor to implement an affirmative action plan, meet project employment goals for minority and women employment or make a good faith effort to do so may result in revocation of his/her Certificate of Compliance or suspension or revocation of the contract (Minnesota Statutes §363A.36).

3. Under the affirmative action obligation imposed by the Human Rights Act, Minnesota Statutes, Section §363A.36,

contractors shall take affirmative action to employ and advance in employment minority, female, and qualified disabled individuals at all levels of employment. Affirmative action must apply to all employment practices, including but not limited to hiring, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation, and selection for training, including apprenticeship. The Contractor shall recruit, hire, train and promote persons in all job titles, without regard to race, color, creed, religion, sex, national origin, marital status, status with regard to public assistance, physical or mental disability, sexual orientation or age except where such status is a bona fide occupational qualification. These affirmative action requirements of the Minnesota Human Rights Act are consistent with but broader than the Federal requirements as covered in this contract.

4. Affirmative Action for disabled workers. The Contractor shall not discriminate against any employee or applicant

for employment because of a physical or mental disability in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to take affirmative action to employ, advance in employment, and otherwise treat qualified disabled individuals without discrimination based upon their physical or mental disability in all employment practices such as employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training (including apprenticeship). In the event of the Contractor's noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with Minnesota Statutes, section §363A.36 and the rules and relevant orders of the Minnesota Department of Human Rights pursuant to the Minnesota Human Rights Act.

5. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment,

notices in a form to be prescribed by the commissioner of the Minnesota Department of Human Rights. Such notices shall state the Contractor's obligation under the law to take affirmative action to employ and advance in employment minority, women and qualified disabled employees and applicants for employment, and the rights of applicants and employees. A poster entitled "Contractor Non-discrimination is the Law" may be obtained

from: Compliance Unit, Minnesota Department of Human Rights, Freeman Building, 625 Robert Street

North, Saint Paul, Minnesota 55155. (651) 539-1100, TTY 296-1283, Toll Free 1-800-657-3704. 6. The Contractor shall notify each labor union or representative of workers with which he/she has a collective

bargaining agreement or other contract understanding, that the Contractor is bound by the terms of Minnesota Statutes, section §363A.36 of the Minnesota Human Rights Act, and is committed to take affirmative action to employ and advance in employment minority, women and qualified physically and mentally disabled individuals.

Page 229: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12

EEO Page 5

APPROPRIATE WORK PLACE BEHAVIOR

ON Mn/DOT CONSTRUCTION PROJECTS UTILIZING STATE FUNDS It is the Minnesota Department of Transportation’s (MnDOT’s) policy to provide a workplace free from violence, threats of violence, harassment and discrimination. MnDOT has established a policy of zero tolerance for violence in the workplace. Contractors who perform work on MnDOT construction projects, or local government entities or public agencies utilizing state funds on highway construction projects, shall maintain a workplace free from violence, harassment and discrimination (See definitions, below).

Definitions: 1. Violence is the threatened or actual use of force which results in or has a high likelihood of causing fear, injury, suffering or death. Employees are prohibited from taking reprisal against anyone who reports a violent act or threat.

2. Harassment is the conduct of one employee (toward another employee) which has the purpose or effect of 1) unreasonably interfering with the employee’s work performance, and/or 2) creating an intimidating, hostile or offensive work environment. Harassment is not legitimate job-related efforts of supervisor to direct/evaluate an employee or to have an employee improve work performance.

A. Unlawful discriminatory harassment is harassment which is based on these characteristics: race, color, creed, religion, national origin, sex, disability, age, marital status, status with regard to public assistance or sexual orientation. Managers, supervisors and employees shall not take disciplinary or retaliatory action against employees who make complaints of sexual harassment.

Sexual harassment is unwelcome sexual advances, requests for sexual favors, or sexually motivated physical contact, or other verbal or physical conduct or communication of a sexual nature, when submission to that conduct or communication is 1) made a term or condition, either explicitly or implicitly, of obtaining employment; or 2) is used as a factor in decisions affecting an individual’s employment; or 3) when that conduct or communication has the purpose or effect of substantially interfering with an individual’s employment or creating an intimidating, hostile or offensive work environment, and the employer knows or should have known of the existence of the harassment and fails to take timely and appropriate action. Examples include but are not limited to insulting or degrading sexual remarks or conduct; threats, demands or suggestions that status is contingent upon toleration or acquiescence to sexual advances; displaying in the workplace sexually suggestive objects, publications or pictures, or retaliation against employees for complaining about the behavior cited above or similar behaviors.

B. General harassment is harassment which is not based on the above characteristics. Examples may include, but are not limited to: physically intimidating behavior and/or threats of violence; use of profanity (swearing), vulgarity; ridiculing, taunting, belittling or humiliating another person; inappropriate assignments of work or benefits; derogatory name calling.

3. Discrimination includes actions which cause a person, solely because of race, color, creed, religion, national origin, sex, disability, age, marital status, status with regard to public assistance or sexual orientation to be subject to unequal treatment.

Prime Contractors who work on MnDOT projects shall ensure that their managers, supervisors, foremen/women and employees are familiar with MnDOT’s policy on appropriate work place behavior; and shall ensure that their subcontractors are familiar with this policy. Managers, supervisors and foremen/women will respond to, document, and take appropriate action in response to all reports of violence, threats of violence, harassment or discrimination. Failure to comply with this policy may result in cancellation, termination or suspension of contracts or subcontracts currently held and debarment from further such contracts or subcontracts as provided by statute. If you need additional information or training regarding this policy, please contact the Office of Civil Rights at (651) 366-3073.

Page 230: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12

EEO Page 6

NOTICE TO ALL PRIME AND SUBCONTRACTORS

REPORTING REQUIREMENTS

1. In order to monitor compliance with Federal Statutes 23 USC 140 and 23 CFR 230, and Minnesota Statutes §363A.36, all prime contractors and subcontractors are required to complete a Mn/DOT Monthly Employment Compliance Report each month for each project (Form EEO-13, sample copy at EEO Pages 20-21.) Prime contractors are also required to complete a Contractor Employment Data Report (Form EEO-12, sample copy at EEO Pages 18-19) once prior to work commencing on the project, unless one has been completed already within the calendar year.

The prime contractor of each project collects Monthly Employment Compliance Reports from each subcontractor who performed work during the month, and completes a Monthly Employment Compliance Report on its own work force. For the month of July only, an EEO-13 is required for each payroll period within the month of

July. The prime contractor submits the EEO-13 forms to the Mn/DOT Project Engineer by the 15th day of the subsequent month.

Failure to submit the required reports in the allowable time frame will be cause for the imposition of contract sanctions.

It is the intent of Mn/DOT to implement monitoring measures on each project to ensure that each prime contractor and subcontractor is promoting the full realization of equal employment opportunities. Any project may be scheduled for an in depth on-site contract compliance review. During the scheduled on-site review, the Contractor will be required to provide to Mn/DOT documentation of its "good faith efforts" as shown in EEO Pages 10-13, at 7 a-p of this contract.

2. If a Federally funded project requires On-the-Job-Training (OJT) participation, information is provided in the

contract and can be located by referring to the Table of Contents for Division S. (OJT is also listed as a bid line item under Trainees.) When a contract requires OJT participation, the Prime Contractor shall submit a training plan as indicated in the Proposal. The training plan shall include the job classification titles of trainees, planned training activities and the approximate start date of trainees.

3. When a Contractor selects a trainee applicant for OJT, the Contractor completes an On the Job Training Program-

Trainee Assignment form (sample copy at EEO Page 23) and submits it to the Contract Compliance Specialist (CCS) assigned to the project for approval. The CCS notifies the Contractor and Project Engineer when the applicant is approved.

4. Hours of work performed by OJT employees shall be documented on a monthly basis on the Certification of On-

The-Job Training Hours form, (Mn/DOT Form No. 21860, sample copy at EEO Page 24). The Contractor shall submit the original and one copy to the Project Engineer, and one copy to the CCS assigned to the project.

Do not remove forms from this contract. Please duplicate forms from the copies in this contract, or the Mn/DOT Office of Civil Rights will provide these forms upon request. Please call the Office of Civil Rights, (651) 366-3073.

Page 231: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12

EEO Page 7

SPECIFIC FEDERAL EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES (23 CFR 230, Subpart A, Appendix A, FAPG June 6, 1996)

1. General. a. Equal employment opportunity requirements not to discriminate and to take affirmative action to assure equal opportunity as required by Executive Order 11246 and Executive Order 11375 are set forth in Required contract Provisions (Form PR-1273 or 1316, as appropriate) and these Special Provisions which are imposed pursuant to Section 140 of title 23, U.S.C., as established by Section 22 of the Federal-Aid Highway Act of 1968. The requirements set forth in these Special Provisions shall constitute the specific affirmative action requirements for project activities under this contract and supplement the equal employment opportunity requirements set forth in the Required Contract Provisions. b. The contractor will work with the State highway agencies and the Federal Government in carrying out equal employment opportunity obligations and in their review of his/her activities under the contract. c. The contractor and all his/her subcontractors holding subcontracts not including material suppliers, of $10,000 or more, will comply with the following minimum specific requirement activities of equal employment Opportunity: (The equal employment opportunity requirements of Executive Order 11246, as set forth in volume 6, Chapter 4, Section 1, Subsection 1 of the Federal-Aid Highway program Manual, are applicable to material suppliers as well as contractors and subcontractors.) The contractor will include these requirements in every subcontract of $10,000 or more with such modification of language as is necessary to make them binding on the subcontractor. 2. Equal Employment Opportunity Policy.

The contractor will accept as his operating policy the following statement which is designed to further the provision of equal employment opportunity to all persons without regard to their race, color, religion, sex, or national origin, and to promote their full realization of equal employment through a positive continuing program: It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, or national origin. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre apprenticeship, and/or on-the-job training. 3. Equal Employment Opportunity Officer.

The contractor will designate and make known to State highway agency contracting officers

an equal employment opportunity officer (hereinafter referred to as the EEO Officer) who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of equal employment opportunity and who must be assigned adequate authority and responsibility to do so. 4. Dissemination of Policy. a. All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action will be made fully cognizant of, and will implement, the contractor's equal employment opportunity policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: (1). Periodic meetings of supervisory and personnel office staff will be conducted before the start of work and then not less often than once every six months, at which time the contractor's equal employment opportunity policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. (2). All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer or other knowledgeable company official, covering all major aspects of the contractor's equal employment opportunity obligations within thirty days following their reporting for duty with the contractor. (3). All personnel who are engaged in direct recruitment for the project will be instructed by the EEO officer or appropriate company official in the contractor's procedures for locating and hiring minority group employees. b. In order to make the contractor’s equal employment policy known to all employees, prospective employees and potential sources of employees, i.e., schools, employment agencies, labor unions (where appropriate), college placement officers, etc., the contractor will take the following actions: (1). Notices and posters setting forth the contractor's equal employment opportunity policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. (2). The contractor's equal employment opportunity policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means.

5. Recruitment. a. When advertising for employees, the contractor will include in all advertisements for employees the notation "An Equal Opportunity Employer." All such advertisements will be published in newspapers or other publications having a large circulation among minority groups in the area from which the project work force would normally be derived. b. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants, including, but not limited to, State employment agencies, schools, colleges and minority group organizations. To meet this requirement, the contractor will, through his/her EEO Officer, identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with equal employment opportunity contract provisions. (The U.S. Department of Labor has held that where the implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The contractor will encourage his present employees to refer minority group applicants for employment by posting appropriate notices or bulletins in areas accessible to all such employees. In addition, information and procedures with regard to referring minority group applicants will be discussed with employees. 6. Personnel Actions. Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, or national origin. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each

Page 232: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12

SPECIFIC FEDERAL EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES (cont.)

EEO Page 8

classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his/her obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all his avenues of appeal. 7. Training and Promotion. a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees and applicants for employment. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e. apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event the Training Special Provision is provided under this contract, this subparagraph will be superseded as indicated in Attachment 2. c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The Contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 8. Unions. If a contractor relies in whole or in part upon unions as a source of employees, the contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as

agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group members and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an equal employment opportunity clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, or national origin. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the State highway department and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, or national origin; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents thecontractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the State highway agency.

9. Subcontracting. a. The contractor will use his best efforts to solicit bids from and to utilize minority group subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of minority-owned construction firms from State highway agency personnel. b. The contractor will use his best efforts to ensure subcontractor compliance with their equal employment opportunity obligations.

10. Records and Reports:

a. The contractor shall keep such records as necessary to determine compliance with the contractor’s equal employment opportunity obligations. The records kept by the contractor will be designed to indicate: (1) The number of minority and non minority group members and women employed in each work classification on the project. (2) The progress and efforts being made in cooperation with unions to increase employment opportunities for minorities and women (applicable only to contractor’s who rely in whole or in part on unions as a source of their work force), (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees, and (4) The progress and efforts being made in securing the services of minority group subcontractors with meaningful minority and female representation among their employees. b. All such records must be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the State highway agency and the Federal Highway Administration. c. The contractors will submit an annual report to the State highway agency each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form PR-1391. If on-the-job training is being required by a “Training Special Provision”, the contractor will be required to furnish Form FHWA 1409.

Page 233: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12

EEO Page 9

STANDARD FEDERAL AND STATE EQUAL EMPLOYMENT OPPORTUNITY

CONSTRUCTION CONTRACT SPECIFICATIONS (41 CFR 60-4.3 and Minnesota Statute §363A.36)

Unless noted, the following apply to both Federal/federally assisted projects and State/state

assisted projects. Item 3 applies to Federal/federally assisted projects only

. 1. As used in these specifications:

a. "Covered area" means the geographical area described in the solicitation from which this contract resulted;

b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority;

c. "Employer Identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941.

d. "Minority" includes: (i) Black (all persons having origins in any of the Black African racial groups not of

Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South

American or other Spanish Culture or origin, regardless of race); (iii) Asian and Pacific Islander (all persons having origins in any of the original

peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and

(iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification).

2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the

work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 ($100,000 for State projects) the provisions of these specifications and the Notice which contains the applicable goals for minority and women participation and which is set forth in the solicitations from which this contract resulted.

3. If the Contractor is participating (pursuant to 41 CFR 60-4, 5) in a Hometown Plan

approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work on the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables.

4. The Contractor shall implement the specific affirmative action standards provided in

paragraphs 7(a) to (p) of these specifications (itemized as 4 [a] to [o], Minnesota Rules

Page 234: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12

EEO Page 10

STANDARD FEDERAL AND STATE EEO CONSTRUCTION

CONTRACT SPECIFICATIONS (cont.)

5000.3535). The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minorities and utilization the Contractor should (shall, for State or state assisted projects) reasonably be able to achieve in each construction trade in which it has employees in the covered area. The Contractor shall make substantially uniform progress toward its goals in each craft during the period specified. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Federal goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any office of Federal Contract Compliance programs or from Federal procurement contracting officers. State goals are published periodically in the State Register in notice form, and may be obtained from the Minnesota Department of Human Rights or the Minnesota Department of Transportation Office of Civil Rights. The Contractor is expected to make substantially uniform progress toward its goals in each craft during the period specified.

5. Neither the provisions of any collective bargaining agreement nor the failure by a union,

with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications and Executive Order 11246 and its associated rules and regulations for Federal or federally assisted projects, and Minnesota Statutes, Section §363A.36 of the Minnesota Human Rights Act, or the rules adopted under the Act for State or state assisted projects.

6. In order for the nonworking training hours of apprentices and trainees to be counted in

meeting the goals, such apprentices and trainees shall be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained according to training programs approved by the Minnesota Department of Human Rights, the Minnesota Department of Labor and Industry, or the United States Department of Labor.

7. The Contractor shall take specific affirmative actions to ensure equal employment

opportunity. The evaluation of the Contractor's compliance with these specifications must be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following (referred to in Minnesota Rules 5000.3535 as items 4(a) to (o):

(a) Ensure and maintain, or for State or state assisted projects make a good faith effort to maintain, a working environment free of harassment, intimidation, and coercion at all sites and in all facilities at which the Contractor's employees are assigned to work. For

Page 235: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12

EEO Page 11

STANDARD FEDERAL AND STATE EEO CONSTRUCTION

CONTRACT SPECIFICATIONS (cont.)

Federal or federally assisted projects, the Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or women individuals working at such sites or in such facilities.

(b) Establish and maintain a current list of minority and women recruitment sources, provide

written notification to minority and women recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses.

(c) Maintain a current file of the names, addresses, and telephone numbers of each minority

and woman off-the-street applicant and minority or woman referral from a union, a recruitment source, or community organization and of what action was taken with respect to each individual. If the individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the Contractor may have taken.

(d) Provide immediate written notification to the commissioner of the Minnesota Department

of Human Rights for State or state assisted projects, or the director of the Office of Federal Contract Compliance for Federal or federally assisted projects, when the union, or unions with which the Contractor has a collective bargaining agreement, has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations.

(e) Develop on-the-job training opportunities and/or participate in training programs for the

areas which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the State of Minnesota for State or state assisted projects or the Department of Labor, for Federal or federally assisted projects. The Contractor shall provide notice of these programs to the sources compiled under (b).

(f) Disseminate the Contractor's equal employment opportunity policy by providing notice of

the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its equal employment opportunity obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and women employees at least once a year; and by posting the company equal employment opportunity policy on bulletin boards accessible to all employees at each location where construction work is performed.

Page 236: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12

EEO Page 12

STANDARD FEDERAL AND STATE EEO CONSTRUCTION

CONTRACT SPECIFICATIONS (cont.)

(g) Review, at least annually, the company's equal employment opportunity policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions; including specific review of these items with onsite supervisory personnel such as superintendents, general foremen, etc., prior to the first day of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter.

(h) Disseminate the Contractor's equal employment opportunity policy externally by

including it in any advertising in the news media, specifically including minority and women news media, and providing written notification to and discussing the Contractor's equal employment opportunity policy with other contractors and subcontractors with whom the Contractor does or anticipates doing business.

(i) Direct its recruitment efforts, both oral and written, to minority, women, and community

organizations; to schools with minority and women students; and to minority and women recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process.

(j) Encourage present minority and women employees to recruit other minority persons and

women and, where reasonable, provide after school, summer and vacation employment to minority and women youth, both on the site and in other areas of a Contractor's work force.

(k) Validate all tests and other selection requirements where there is an obligation to do so

under 41 CFR Part 60-3. (This requirement applies only to Federal and federally assisted projects.)

(l) Conduct, at least annually, an inventory and evaluation at least of all minority and women

personnel for promotional opportunities; and encourage these employees to seek or to prepare for, through appropriate training, such opportunities. (This is Item 4(k) in Minnesota Rules.)

(m) Ensure that seniority practices, job classifications, work assignments, and other personnel

practices do not have a discriminatory effect by continually monitoring all personnel and employment-related activities to ensure that the equal employment opportunity policy and the Contractor's obligations under these specifications are being carried out. (This is item 4(l) in Minnesota Rules.)

Page 237: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12

EEO Page 13

STANDARD FEDERAL AND STATE EEO CONSTRUCTION

CONTRACT SPECIFICATIONS (cont.)

(n) Ensure that all facilities and company activities are non segregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. (This is item 4(m) in Minnesota Rules.)

(o) Document and maintain a record of all solicitations or offers for subcontracts from

minority and women construction contractors and suppliers, including circulation of solicitations to minority and women contractor associations and other business associations. (This is item 4(n) in Minnesota Rules.)

(p) Conduct a review, at least annually, of all supervisors' adherence to and performance

under the Contractor's equal employment opportunity policies and affirmative action obligations. (This is item 4(o) in Minnesota Rules.)

8. Contractors are encouraged to participate in voluntary associations which assist in

fulfilling one or more of their affirmative action obligations (7(a) to (p) for Federal or federally assisted projects, and 4(a)-(o) for State or state assisted projects). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7(a) to (p) or 4(a) to (o) of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and women work force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be defense for the Contractor's noncompliance.

9. A single goal for minorities and a separate single goal for women have been established.

The Contractor however, is required to provide equal employment opportunity and to take affirmative action for all minority groups both male and female, and all women both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order for Federal or federally assisted projects, or Minnesota Rules for State or state assisted projects, if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order or Minnesota Rules part 5000.3520 if a specific minority group is under-utilized).

10. The Contractor shall not use the goals and timetables or affirmative action standards to

discriminate against any person because of race, color, creed, religion, sex, or national origin. Minnesota Statutes §363A.36, part 5000.3535 (Subp. 7) also prohibits discrimination with regard to marital status, status with regard to public assistance, disability, age, or sexual orientation.

Page 238: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12

EEO Page 14

STANDARD FEDERAL AND STATE EEO CONSTRUCTION

CONTRACT SPECIFICATIONS (cont.)

11. The Contractor shall not enter into any subcontract with any person or firm debarred from government contracts under the federal Executive Order 11246 or a local human rights ordinance, or whose certificate of compliance has been suspended or revoked pursuant to Minnesota Statutes, Section §363A.36.

12. The Contractor shall carry out such sanctions for violation of these specifications and of

the equal opportunity clause, including suspension, termination, and cancellation of existing contracts as may be imposed or ordered pursuant to Minnesota Statutes, Section §363A.36, and its implementing rules for State or state assisted projects, or Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs for Federal or federally assisted projects. Any contractor who fails to carry out such sanctions shall be in violation of these specifications and Minnesota Statutes, Section §363A.36, or Executive Order 11246 as amended.

13. The Contractor, in fulfilling its obligations under these specifications, shall implement

specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications (paragraph 4 in Minnesota Rules 5000.3535), so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of these Specifications or Minnesota Statutes, Section §363A.36 and its implementing rules, or Executive Order 11246 and its regulations, the commissioner or the director shall proceed in accordance with Minnesota Rules part 5000.3570 for State or state assisted projects, or 41 CFR 60-4.8 for Federal or federally assisted projects.

14. The Contractor shall designate a responsible official to monitor all employment-related

activity to ensure that the company equal employment opportunity policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Minnesota Department of Human Rights or the Government, and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (for example, mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records.

15. Nothing provided in this part shall be construed as a limitation upon the application of

other state or federal laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents.

Page 239: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12

EEO Page 15

EQUAL OPPORTUNITY CLAUSE (41 CFR Part 60-1.4 b, 7-1-96 Edition)

The applicant hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee, the following equal opportunity clause:

During the performance of this contract, the Contractor agrees as follows: 1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or

national origin. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoffs or termination; rates of pay or other forms of compensation; and, selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the State Highway Agency (SHA) setting forth the provisions of this nondiscrimination clause.

2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin.

3. The Contractor will send to each labor union or representative of workers with which the Contractor has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representative of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

4. The Contractor will comply with all provisions of Executive Order 11246, Equal Employment Opportunity, dated September 24, 1965, and of the rules, regulations (41 CFR Part 60), and relevant orders of the Secretary of Labor.

5. The Contractor will furnish all information and reports required by Executive Order 11246 and by rules, regulations, and orders of the Secretary of Labor, pursuant thereto, and will permit access to its books, records, and accounts by the Federal Highway Administration (FHWA) and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.

6. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract, or with any of such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part, and the Contractor may be declared ineligible for further Government contracts or federally-assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.

7. The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraph (1) through (7) in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor, unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246. The Contractor will take such action with respect to any subcontract or purchase order as the Secretary of Labor, SHA, or the Federal Highway Administration (FHWA) may direct as a means of enforcing such provisions, including sanctions for noncompliance. In the event a contractor becomes a party to litigation by a subcontractor or vendor as a result of such direction, the contractor may request the SHA to enter into such litigation to protect the interest of the State. In addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States.

The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract.

The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance.

The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings.

Page 240: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions

Office of Civil Rights

Minority and Women Employment Goals

County Federal Goals State Goals

Minority Goal Female Goal Minority Goal Female Goal

Aitkin 2.2% 6.9% 12% 9%

Anoka 2.9% 6.9% 22% 15%

Becker 0.7% 6.9% 12% 9%

Beltrami 2.0% 6.9% 12% 9%

Benton 0.5% 6.9% 15% 12%

Big Stone 2.2% 6.9% 15% 9%

Blue Earth 2.2% 6.9% 15% 9%

Brown 2.2% 6.9% 15% 9%

Carlton 1.2% 6.9% 12% 9%

Carver 2.9% 6.9% 22% 15%

Cass 2.2% 6.9% 12% 9%

Chippewa 2.2% 6.9% 15% 9%

Chisago 2.9% 6.9% 15% 12%

Clay 0.7% 6.9% 12% 9%

Clearwater 2.0% 6.9% 12% 9%

Cook 1.2% 6.9% 12% 9%

Cottonwood 0.8% 6.9% 15% 9%

Crow Wing 2.2% 6.9% 12% 9%

Dakota 2.9% 6.9% 22% 15%

Dodge 0.9% 6.9% 15% 9%

Douglas 2.2% 6.9% 12% 9%

Faribault 2.2% 6.9% 15% 9%

Fillmore 0.9% 6.9% 15% 9%

Freeborn 0.9% 6.9% 15% 9%

Goodhue 2.2% 6.9% 15% 9%

Grant 2.2% 6.9% 12% 9%

Hennepin 2.9% 6.9% 32% 20%

Houston 0.6% 6.9% 15% 9%

Hubbard 2.0% 6.9% 12% 9%

Isanti 2.2% 6.9% 15% 12%

Itasca 1.2% 6.9% 12% 9%

Jackson 0.8% 6.9% 15% 9%

Kanabec 2.2% 6.9% 15% 12%

Kandiyohi 2.2% 6.9% 15% 12%

Kittson 2.0% 6.9% 12% 9%

Koochiching 1.2% 6.9% 12% 9%

Lac Qui Parle 2.2% 6.9% 15% 9%

Lake 1.2% 6.9% 12% 9%

Lake of the Woods 2.0% 6.9% 12% 9%

Le Sueur 2.2% 6.9% 15% 9%

Lincoln 0.8% 6.9% 15% 9%

Lyon 0.8% 6.9% 15% 9%

Mahnomen 2.0% 6.9% 12% 9%

Page 241: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions

Office of Civil Rights

Marshall 2.0% 6.9% 12% 9%

Martin 2.2% 6.9% 15% 9%

McLeod 2.2% 6.9% 15% 12%

Meeker 2.2% 6.9% 15% 12%

Mille Lacs 2.2% 6.9% 15% 12%

Morrison 2.2% 6.9% 12% 9%

Mower 0.9% 6.9% 15% 9%

Murray 0.8% 6.9% 15% 9%

Nicollet 2.2% 6.9% 15% 9%

Nobles 0.8% 6.9% 15% 9%

Norman 2.0% 6.9% 12% 9%

Olmsted 1.4% 6.9% 15% 9%

Otter Tail 2.2% 6.9% 12% 9%

Pennington 2.0% 6.9% 12% 9%

Pine 2.2% 6.9% 15% 12%

Pipestone 0.8% 6.9% 15% 9%

Polk 1.2% 6.9% 12% 9%

Pope 2.2% 6.9% 12% 9%

Ramsey 2.9% 6.9% 32% 20%

Red Lake 2.0% 6.9% 12% 9%

Redwood 0.8% 6.9% 15% 9%

Renville 2.2% 6.9% 15% 12%

Rice 2.2% 6.9% 15% 9%

Rock 0.8% 6.9% 15% 9%

Roseau 2.0% 6.9% 12% 9%

Scott 2.9% 6.9% 22% 15%

Sherburne 0.5% 6.9% 15% 12%

Sibley 2.2% 6.9% 15% 9%

St. Louis 1.0% 6.9% 12% 9%

Stearns 0.5% 6.9% 15% 12%

Steele 0.9% 6.9% 15% 9%

Stevens 2.2% 6.9% 12% 9%

Swift 2.2% 6.9% 15% 9%

Todd 2.2% 6.9% 12% 9%

Traverse 2.2% 6.9% 12% 9%

Wabasha 0.9% 6.9% 15% 9%

Wadena 2.2% 6.9% 12% 9%

Waseca 2.2% 6.9% 15% 9%

Washington 2.9% 6.9% 22% 15%

Watonwan 2.2% 6.9% 15% 9%

Wilkin 0.7% 6.9% 12% 9%

Winona 0.6% 6.9% 15% 9%

Wright 2.9% 6.9% 15% 12%

Yellow Medicine 2.2% 6.9% 15% 9%

Page 242: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

EEO Page 18

EEO SP Rev. 07/12

Minnesota Department of Transportation Office of Civil Rights

Contractor Employment Data

1. Contractor Name and Address:

Phone:

2. Employment Data a) Name: Last Name, First Name, MI

b) Social Security #

c) New Hire

(Y or N)

d) Ethnicity

e) Gender (M or F)

f) Trade/Foreman,

Supervisors, Managers

g) Level

(A, J, or T)

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

12.

13.

14.

15.

16.

17.

18.

19.

20.

21.

22.

23.

24.

25.

26. 27.

EEO-12 Rev. 5/09

Page 243: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12

EEO Page 19

INSTRUCTIONS FOR EEO-12

CONTRACTOR EMPLOYMENT DATA

This form should be submitted at the Pre-Con to the Project Engineer prior to the start of your first MnDOT

construction project for the calendar year (Prime and Subs)

1. Contractor Name and Address self-explanatory. 2. Employment Data information will coincide with your employment records.

2a. Name should be listed First Name, Middle Initial, and Last Name. This will enable MnDOT EEO staff to readily identify individuals on all projects.

2b. Social Security Number self-explanatory. 2c. New Hire is to be indicated with a “Y” for Yes or an “N” for No. “New Hire” is an employee who has not

worked for you in any capacity or on any other project within the current calendar year. 2d. Ethnicity can be indicated by Black (B), Hispanic (H), American Indian/Alaskan Native (AI),

Asian/Pacific Islander (AP), or White (W). 2e. Gender is to be indicated with an “M” for Males or an “F" for Females. 2f. Trade/Foreman, Supervisors, Managers self-explanatory. List trade that applies unless the employee fits

one of the other three categories. 2g. Level “A” is for an Apprentice, “J” is for a Journey Worker, and “T” is for a MnDOT approved Trainee.

If you have questions about filling out this form, contact the Office of Civil Rights at (651) 366-3073. (Please make copies as you need them.)

This information can be submitted electronically via the web, through MnDOT’s Work force Information Tracking

Initiative (WITI) Program. To open a free account to gain access to WITI or to find out more about this possibility

please contact MnDOT’s Office of Civil Rights at (651) 366-3015.

EEO-12 Rev. 05/09

Page 244: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12

EEO Page 20

Minnesota Department of Transportation

Office of Civil Rights

Monthly Employment Compliance Report

EEO-13

1. SP 3. Contractor Name: 4. Prime

SAP Subcontractor

(Check one) Federal Tax ID: (check one) SP# County or City Street Address: 5. Dollar Amount of Contract: 2. Reporting Period City, State Zip 6. Percent of Completion:

to

7. Employment Data

a) Name: Last, First Middle Initial

b)

Social Security #

c)

New Hire

(Y or N)

d)

Ethnicity

e) Gender

M or F) Trade/Foreman,

Supervisors, Managers

g)

Level (A, J or T)

h) Hours

Worked

This Period

1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 8. Contract Goals 9. Prepared by: (Signature) 10. Reviewed by: (Signature)

MINNESOTA GOALS %OBTAINED

% Minority % % Women %

Print Name: Print Name: Title: Title: Date: Date: Phone: Fax: Phone: Fax:

EEO-13 Rev. 05/09

Page 245: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

EEO SP 07/12

EEO Page 21

INSTRUCTIONS FOR EEO-13 MONTHLY EMPLOYMENT COMPLIANCE REPORT

1.-5. Self-explanatory – State Project #, county project is located in, are you a prime or sub, and contract value. 6. Percent of Completion is the estimated percentage of work completed including this reporting period. 7. Employment Data information will coincide with your employment records. All professional, supervisory and managerial hours actually worked on the project

site must be included, whether or not they appear on the certified payroll. 7a. Name should be listed Last Name, First Name, and Middle Initial. This will enable MnDOT EEO staff to readily identify individuals on all projects. 7b. Social Security Number self-explanatory. 7c. New Hire is to be indicated with a “Y” for Yes or an “N” for No. “New Hire” is an employee who has not worked for you in any capacity or on any

other project within the current calendar year. 7d. Ethnicity can be indicated by Black (B), Hispanic (H), American Indian/Alaskan Native (AI),

Asian/Pacific Islander (AP), or White (W). 7e. Gender is to be indicated with an “M” for Males or an “F” for Females. 7f. Trade/Foreman, Supervisors, Managers list the trade that applies unless the employee fits one of the other three categories. 7g. Level “A” is for an Apprentice, “J” is for a Journey Worker, and “T” is for a MnDOT approved Trainee. 7h. Hours Worked for This Period will be all hours worked by the individual, for each trade, during the specified reporting period.

8. Contract Goals are the percent of total project hours to be worked by minority and women employees. The goals are determined by the geographic location and source of funding for the project. Projects in excess of $100,000 with any State funding must meet the State Employment Goals. Projects in excess of $10,000 with any Federal funding must meet the Federal Employment Goals. (See chart on EEO Pages 16-17.) Minority and women employee hours shall be distributed evenly throughout the length of the project and in every trade and craft that performs work on the project.

% Obtained is the percent of the total project hours worked by minority and women employees, up to and including this reporting period.

9. Prepared by Contractor Designee is the signature of the prime or subcontractor’s EEO officer/designee. 10. Reviewed by Project Engineer is the signature of the MnDOT staff monitoring the project. The Prime Contractor will submit EEO-13 forms for its workforce and all subcontractors to the MnDOT Project Engineer by the 15th day of the month following the month when work was performed. If you have questions about filling out this form, contact the Office of Civil Rights at (651) 366-3073. (Please make copies as you need them.)

This information can be submitted electronically via the web, through MnDOT’s Workforce Information Tracking Initiative (WITI) Program. To open a free account to

gain access to WITI or to find out more about this possibility please contact MnDOT’s Office of Civil Rights at (651) 366-3321. EEO-13 Rev. 05/09

Page 246: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

EEO Page 22

EEO SP Revised 07/12

EEO COMPLIANCE REVIEW REPORT Total Company Workforce

(For 12 Month Period Preceding July 30th of the previous year)

Name and Address of Contractor

Name and Title of Corporate Officer Name of EEO Officer

Job Categories

Total

Employees

Total

Minorities Blacks

Asian/

Pacific Is.

American

Indian Hispanic

On-the-Job

Trainees

M F M F M F M F M F M F M F

Officials (Managers)

Supervisors

Foremen/Women

Clerical

Equipment Operators

Mechanics

Truck Drivers

Iron Workers

Carpenters

Cement Masons

Electricians

Pipefitters & Plumbers

Painters

Laborers

Misc. Trades

Total

On-the-Job Trainees

EEO-8 Rev. 07/07

Page 247: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Page 1

To the City of Rochester Council Members:

According to the advertisement of the Rochester City Council inviting proposals for the improvement of the section of highway hereinbefore named, and in conformity with the Contract, Plans, Specifications and Special Provisions pertaining thereto, all on file in the office of the Auditor of the City of Rochester:

(I)(We) hereby certify that (I am)(we are) the only person(s) interested in this proposal as principal(s); that this proposal is made and submitted without fraud or collusion with any other person, firm or corporation at all; that an examination has been made of the site of the work and the Contract form, with the Plans, Specifications and Special Provisions for the improvement.

(I)(We) understand that the quantities of work shown herein are approximate only and are subject to increase or decrease; that all quantities of work, whether increased or decreased within the limits specified in MnDOT 1903 and 1402, are to be done at the unit prices shown on the attached schedule; that, at the time of opening bids, totals only will be read, but that comparison of bids will be based on the correct summation of item totals obtained from the unit prices bid, as provided in MnDOT 1301.

(I)(We) propose to furnish all necessary machinery, equipment, tools, labor and other means of construction and to furnish all materials specified, in the manner and at the time prescribed, all according to the terms of the Contract and Plans, Specifications, and the Special Provisions forming a part of this.

(I)(We) further propose to do all Extra Work that may be required to complete the contemplated improvement, at unit prices or lump sums to be agreed upon in writing before starting such work, or if such prices or sums cannot be agreed upon, to do such work on a Force Account basis, as provided in MnDOT 1904.

(I)(We) further propose to execute the form of Contract within 10 days after receiving written notice of award, as provided in MnDOT 1306.

(I)(We) further propose to furnish a payment bond equal to the Contract amount, and a performance bond equal to the Contract amount, with the aggregate liability of the bond(s) equal to twice the full amount of the Contract if the contract is less than or equal to five million dollars ($5,000,000.00), or if the contract is in excess of five million dollars ($5,000,000.00) the aggregate liability shall be equal to the amount of the contract, as security for the construction and completion of the improvement according to the Plans, Specifications and Special Provisions as provided in MnDOT 1305.

(I)(We) further propose to do all work according to the Plans, Specifications and Special Provisions, and to renew or repair any work that may be rejected due to defective materials or workmanship, before completion and acceptance of the Project by the City of Rochester.

(I)(We) agree to all provisions of Minnesota Statutes, Section 181.59.

(I)(We) further propose to begin work and to prosecute and complete the same according to the time schedule set forth in the Special Provisions for the improvement.

(I)(We) assign to the City of Rochester all claims for overcharges as to goods and materials purchased in connection with this Project resulting from antitrust violations that arise under the antitrust laws of the United States and the antitrust laws of the State of Minnesota. This clause also applies to subcontractors and first tier suppliers under this Contract.

Page 248: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SCHEDULE OF PRICES NOTICE TO BIDDERS

Particular note should be made in regard to the clarity of numerals (figures) and to the procedure for alterations and the required certificate as directed by Section 1301.

The following abbreviations may be used in item description and unit of measure in the Schedule of Prices. A Arch JA Jacked A-S Antiseepage LIN FT Linear Feet AB Asbestos Bonded LG Long ACT Actuated MAINT Maintenance AGG Aggregate MATL Material ALUM Aluminum MGM 1000 Board Feet ASB Asbestos MET Metal ASPH Asphaltic MOD Modification ASSY Assemblies MPA Metal Pipe Arch B+B Balled & Burlapped MTD Mounted BC Bituminous Coated NON MET Non Metallic BIT Bituminous NON PERF Non-Perforated BLDG Building NON REINF Non-Reinforced BR Bridge OH Overhead CAL Caliper P-A Pipe-Arch CB Catch Basin PAVT Pavement CEM Cement PERF Perofrated C and G Curb and Gutter PL Plate CI Cast Iron PNEUM Pneumatic C-I-P Cast-in-Place PREC Precast CL Class PREST Prestressed COMM Commercial PVC Poly Vinyl Chloride CONC Concrete RCPA Reinforced Concrete Pipe Arch COND Conductor REINF Reinforced CONN Connection RELO Relocation CONST Construct RESTOR Restoration CONT Continuously RMC Rigid Metallic Conduit CP Cattle Pass RNMC Rigid Non Metallic Conduit CTD Coated RDWY Roadway CU FT Cubic Feet S-G Sand & Gravel CU YD Cubic Yard SIG Signal CULV Culvert SPE Special CWT Hundred Weight SQ FT Square Feet DES Design SQ YD Square Yard DBL Double STA Station DI Drop Inlet STD Standard DIAM Diameter STL Steel DRWY Driveway STKPL Stockpile EXC Excavation STR Strength EXP Expansion STRUCT Structural FAB Fabric SPPA Structural Plate Pipe Arch FE Fence SYS System FERT Fertilizer T Traffic F+I Furnish & Install TBR Timber FOUND Foundation TEMP Temporary FT LG Feet Long THERMO Thermoplastic FURN Furnish TRTD Treated GA Gauge UNDERGRD Underground GRAN Granular UNTRTD Untreated HI High VAR Variable INP In Place VM Vehicular Measure INST Install WEAR Wearing

Page 249: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

ATTACHMENT CM 32-34 March 26, 1969 THE FOLLOWING CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS SHALL BE EXECUTED BY THE BIDDER. The bidder hereby certifies the he/she has _____, has not _____, participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114 or 11246, and that he/she has _____, has not _____, filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements.

__________________________________________ (Company)

By: ______________________________________

__________________________________________ (Title)

Date: ________________________ Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41CFR 60-1.7(b)(1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are exempt from the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor.

Page 250: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

NON-COLLUSION AFFIDAVIT The following Non-Collusion Affidavit shall be executed by the bidder: State Project No. __________________________________ Federal Project No. ________________________________ State of Minnesota _______________)

) ss

County of ________________________)

I, _________________________________________, do state under penalty of

(name of person signing this affidavit) perjury under 28 U.S.C. 1746 of the laws of the United States:

(1) that I am the authorized representative of ______________________________

___________________________________________________________________________

(name of person, partnership or corporation submitting this proposal) and that I have the authority to make this affidavit for and on behalf of said bidder;

(2) that, in connection with this proposal, the said bidder has not either directly or

indirectly entered into any agreement, participated in any collusion or otherwise taken any

action in restraint of free competitive bidding;

(3) that, to the best of my knowledge and belief, the contents of this proposal have

not been communicated by the bidder or by any of his/her employees or agents to any person

who is not an employee or agent of the bidder or of the surety on any bond furnished with the

proposal and will not be communicated to any person who is not an employee or agent of the

bidder or of said surety prior to the official opening of the proposal, and

(4) that I have fully informed myself regarding the accuracy of the statements

made in this affidavit.

Signed: ________________________________ (bidder or his authorized representative)

Page 251: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Revised 11/06/2019 Page 1 of 5

ATTACHMENT A PRIME CONTRACTOR RESPONSE

RESPONSIBLE CONTRACTOR VERIFICATION AND CERTIFICATION OF COMPLIANCE

STATE PROJECT NUMBER: ____________________________________________________

This form includes changes by statutory references from the Laws of Minnesota 2015, chapter 64, sections 1-9. This form must be submitted with the response to this solicitation. A response received without this form, will be rejected.

Minn. Stat. § 16C.285, Subd. 7. IMPLEMENTATION. … any prime contractor or subcontractor or motor carrier that does not meet the minimum criteria in subdivision 3 or fails to verify that it meets those criteria is not a responsible contractor and is not eligible to be awarded a construction contract for the project or to perform work on the project…

Minn. Stat. § 16C.285, Subd. 3. RESPONSIBLE CONTRACTOR, MINIMUM CRITERIA. "Responsible contractor" means a contractor that conforms to the responsibility requirements in the solicitation document for its portion of the work on the project and verifies that it meets the following minimum criteria:

(1) The Contractor:

(i) is in compliance with workers' compensation and unemployment insurance requirements;

(ii) is in compliance with Department of Revenue and Department of Employment and Economic Development registration requirements if it has employees;

(iii) has a valid federal tax identification number or a valid Social Security number if an individual; and

(iv) has filed a certificate of authority to transact business in Minnesota with the Secretary of State if a foreign corporation or cooperative.

(2) The contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated section 177.24, 177.25, 177.41 to 177.44, 181.13, 181.14, or 181.722, and has not violated United States Code, title 29, sections 201 to 219, or United States Code, title 40, sections 3141 to 3148. For purposes of this clause, a violation occurs when a contractor or related entity:

(i) repeatedly fails to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of $25,000 or more within the three-year period, provided that a failure to pay is “repeated” only if it involves two or more separate and distinct occurrences of underpayment during the three-year period;

(ii) has been issued an order to comply by the commissioner of Labor and Industry that has become final;

(iii) has been issued at least two determination letters within the three-year period by the Department of Transportation finding an underpayment by the contractor or related entity to its own employees;

(iv) has been found by the commissioner of Labor and Industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27;

(v) has been issued a ruling or findings of underpayment by the administrator of the Wage and Hour Division of the United States Department of Labor that have become final or have been upheld by an administrative law judge or the Administrative Review Board; or

(vi) has been found liable for underpayment of wages or penalties or misrepresenting a construction worker as an independent contractor in an action brought in a court having jurisdiction. Provided that, if the contractor or related entity contests a determination of underpayment by the Department of Transportation in a contested case proceeding, a violation does not occur until the contested case proceeding has concluded with a determination that the contractor or related entity underpaid wages or penalties;*

Page 252: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Revised 11/06/2019 Page 2 of 5

(3) The contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated section 181.723 or chapter 326B. For purposes of this clause, a violation occurs when a contractor or related entity has been issued a final administrative or licensing order;*

(4) The contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A.36 revoked or suspended based on the provisions of section 363A.36, with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office;*

(5) The contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, disadvantaged business enterprise, or veteran-owned business goals, due to a lack of good faith effort, more than once during the three-year period before submitting the verification;*

* Any violations, suspensions, revocations, or sanctions, as defined in clauses (2) to (5), occurring prior to July 1, 2014, shall not be considered in determining whether a contractor or related entity meets the minimum criteria.

(6) The contractor or related entity is not currently suspended or debarred by the federal government or the state of Minnesota or any of its departments, commissions, agencies, or political subdivisions that have authority to debar a contractor; and

(7) All subcontractors and motor carriers that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses (1) to (6).

Minn. Stat. § 16C.285, Subd. 5. SUBCONTRACTOR VERIFICATION.

A prime contractor or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first-tier subcontractors that it intends to retain for work on the project. Prior to execution of a construction contract, and as a condition precedent to the execution of a construction contract, the apparent successful prime contractor shall submit to the contracting authority a supplemental verification under oath confirming compliance with subdivision 3, clause (7). Each contractor or subcontractor shall obtain from all subcontractors with which it will have a direct contractual relationship a signed statement under oath by an owner or officer verifying that they meet all of the minimum criteria in subdivision 3 prior to execution of a construction contract with each subcontractor.

If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its verification of compliance, the prime contractor or subcontractor shall obtain verifications of compliance from each additional subcontractor with which it has a direct contractual relationship and shall submit a supplemental verification confirming compliance with subdivision 3, clause (7), within 14 days of retaining the additional subcontractors.

A prime contractor shall submit to the contracting authority upon request copies of the signed verifications of compliance from all subcontractors of any tier pursuant to subdivision 3, clause (7). A prime contractor and subcontractors shall not be responsible for the false statements of any subcontractor with which they do not have a direct contractual relationship. A prime contractor and subcontractors shall be responsible for false statements by their first-tier subcontractors with which they have a direct contractual relationship only if they accept the verification of compliance with actual knowledge that it contains a false statement.

Subd. 5a. Motor carrier verification. A prime contractor or subcontractor shall obtain annually from all motor carriers with which it will have a direct contractual relationship a signed statement under oath by an owner or officer verifying that they meet all of the minimum criteria in subdivision 3 prior to execution of a construction contract with each motor carrier. A prime contractor or subcontractor shall require each such motor carrier to provide it with immediate written notification in the event that the motor carrier no longer meets one or more of the minimum criteria in subdivision 3 after submitting its annual verification. A motor carrier shall be ineligible to perform work on a project covered by this section if it does not meet all the minimum criteria in subdivision 3. Upon request, a prime contractor or subcontractor shall submit to the contracting authority the signed verifications of compliance from all motor carriers providing for-hire transportation of materials, equipment, or supplies for a project.

Page 253: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Revised 11/06/2019 Page 3 of 5

Minn. Stat. § 16C.285, Subd. 4. VERIFICATION OF COMPLIANCE.

A contractor responding to a solicitation document of a contracting authority shall submit to the contracting authority a signed statement under oath by an owner or officer verifying compliance with each of the minimum criteria in subdivision 3, with the exception of clause (7), at the time that it responds to the solicitation document.

A contracting authority may accept a signed statement under oath as sufficient to demonstrate that a contractor is a responsible contractor and shall not be held liable for awarding a contract in reasonable reliance on that statement. A prime contractor, subcontractor, or motor carrier that fails to verify compliance with any one of the required minimum criteria or makes a false statement under oath in a verification of compliance shall be ineligible to be awarded a construction contract on the project for which the verification was submitted.

A false statement under oath verifying compliance with any of the minimum criteria may result in termination of a construction contract that has already been awarded to a prime contractor or subcontractor or motor carrier that submits a false statement. A contracting authority shall not be liable for declining to award a contract or terminating a contract based on a reasonable determination that the contractor failed to verify compliance with the minimum criteria or falsely stated that it meets the minimum criteria. A verification of compliance need not be notarized. An electronic verification of compliance made and submitted as part of an electronic bid shall be an acceptable verification of compliance under this section provided that it contains an electronic signature as defined in section 325L.02, paragraph (h).

CERTIFICATION

By signing this document I certify that I am an owner or officer of the company, and I certify under oath that:

1) My company meets each of the Minimum Criteria to be a responsible contractor as defined herein and is in compliance with Minn. Stat. § 16C.285, and

2) if my company is awarded a contract, I will submit Attachment A-1 prior to contract execution, and

3) if my company is awarded a contract, I will also submit Attachment A-2 as required.

Authorized Signature of Owner or Officer:

Printed Name:

Title:

Date:

Company Name:

NOTE: Minn. Stat. § 16C.285, Subd. 2, (c) If only one prime contractor responds to a solicitation document, a contracting authority may award a construction contract to the responding prime contractor even if the minimum criteria in subdivision 3 are not met.

Page 254: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Revised 11/06/2019 Page 4 of 5

ATTACHMENT A-1

FIRST-TIER SUBCONTRACTORS LIST

SUBMIT PRIOR TO EXECUTION OF A CONTRUCTION CONTRACT

STATE PROJECT NUMBER: ____________________________________________________

Minn. Stat. § 16C.285, Subd. 5. A prime contractor or subcontractor shall include in its verification of compliance

under subdivision 4 a list of all of its first-tier subcontractors that it intends to retain for work on the project. Prior to

execution of a construction contract, and as a condition precedent to the execution of a construction contract, the

apparent successful prime contractor shall submit to the contracting authority a supplemental verification under oath

confirming compliance with subdivision 3, clause (7). Each contractor or subcontractor shall obtain from all

subcontractors with which it will have a direct contractual relationship a signed statement under oath by an owner or

officer verifying that they meet all of the minimum criteria in subdivision 3 prior to execution of a construction contract

with each subcontractor.

FIRST TIER SUBCONTRACTOR NAMES* (Legal name of company as registered with the Secretary of State)

Name of city where company home office is located

*Attach additional sheets as needed for submission of all first-tier subcontractors.

SUPPLEMENTAL CERTIFICATION FOR ATTACHMENT A-1

By signing this document I certify that I am an owner or officer of the company, and I certify under oath that:

All first-tier subcontractors listed on attachment A-1 have verified through a signed statement under oath by an owner or officer that they meet the minimum criteria to be a responsible contractor as defined in Minn. Stat. § 16C.285.

Authorized Signature of Owner or Officer:

Printed Name:

Title:

Date:

Company Name:

Page 255: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Revised 11/06/2019 Page 5 of 5

ATTACHMENT A-2

ADDITIONAL SUBCONTRACTORS LIST

PRIME CONTRACTOR TO SUBMIT AS SUBCONTRACTORS ARE ADDED TO THE PROJECT

STATE PROJECT NUMBER: ____________________________________________________

This form must be submitted to the Project Manager or individual as identified in the solicitation document.

Minn. Stat. § 16C.285, Subd. 5. … If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its verification of compliance, the prime contractor or subcontractor shall obtain verifications of compliance from each additional subcontractor with which it has a direct contractual relationship and shall submit a supplemental verification confirming compliance with subdivision 3, clause (7), within 14 days of retaining the additional subcontractors. …

ADDITIONAL SUBCONTRACTOR NAMES* (Legal name of company as registered with the Secretary of State)

Name of city where company home office is located

*Attach additional sheets as needed for submission of all additional subcontractors.

SUPPLEMENTAL CERTIFICATION FOR ATTACHMENT A-2

By signing this document I certify that I am an owner or officer of the company, and I certify under oath that:

All additional subcontractors listed on Attachment A-2 have verified through a signed statement under oath by an owner or officer that they meet the minimum criteria to be a responsible contractor as defined in Minn. Stat. § 16C.285.

Authorized Signature of Owner or Officer:

Printed Name:

Title:

Date:

Company Name:

Page 256: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Certificate of Compliance

Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this Contractor Affidavit has fulfilled all the requirements of Minnesota Statutes 290.92 and 270C.66 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

(Rev. 12/17)

IC134

Contractor AffidavitThis Contractor Affidavit must be certified by the Minnesota Department of Revenue before the state of Minnesota or any of its subdi-visions can make final payment to contractors. For more detailed information, see the instructions on the back of this form.

Company name Daytime phone Minnesota tax ID number

Address Total contract amount Month/year work began

City State ZIP code Amount still due Month/year work ended

Please type or print clearly. This information will be used for returning the completed form.

$

$

Project number Project location

Project owner Address City State ZIP code

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

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 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: Minnesota Revenue, Mail Station 6610, St. Paul, MN 55146-6610Phone: 651-282-9999 or 1-800-657-3594

Check the box that describes your involvement in the project and fill in all information requested.

Sole contractor

SubcontractorName of contractor who hired you

Address

Prime contractor—If you subcontracted out any work on this project, all of your subcontractors must submit their own Contractor Affidavits and have them certified by the Department of Revenue before you can submit your Contractor Affidavit. For each subcontractor you had, fill in the information below and attach a copy of each subcontractor’s certified Contractor Affidavit. If you need more space, attach a separate sheet.Business name Address Owner/Officer

Page 257: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Form IC134 Instructions

Minnesota Tax ID NumberYou must have a Minnesota tax ID number if you have employees who work in Min-nesota. You must enter your Minnesota tax ID number on Form IC134.If you don’t have a Minnesota tax ID number, apply online at www.revenue.state.mn.us or by calling our Business Registration Office at 651-282-5225 or 1-800-657-3605.If you have no employees and did all the work yourself, you do not need a Minnesota tax ID number. Instead, enter your Social Security number in the space for Minnesota tax ID number and explain who did the work.

Submit Contractor AffidavitForm IC134 cannot be processed by the Department of Revenue until you finish the work. If you submit the form before the project is completed, it will be returned to you unprocessed.

If any withholding payments are due to the state, Minnesota law requires certified pay-ments before we approve your Form IC134.If you are a subcontractor or sole contrac-tor, submit the form when you have com-pleted your part of the project.If you are a prime contractor, submit the form when the entire project is completed and you have received certified Contractor Affidavits from all of your subcontractors.

If you’re a prime contractor and a subcontractor on the same projectIf you were hired as a subcontractor to do work on a project, and you subcontracted all or a part of your portion of the project to another contractor, you are a prime contrac-tor as well. Complete both the subcontrac-tor and prime contractor areas on a single Form IC134.You may submit your Contractor Affidavit either electronically or by mail. This af-fidavit must be certified and returned before the state or any of its subdivisions can make final payment for your work.

Contractor AffidavitNo state agency or local unit of government can make final payment to a contractor until the Department of Revenue has certified that the contractor and any subcontractor have fulfilled the requirements of Minne-sota withholding tax laws.

If you are a prime contractor, a contractor or a subcontractor who did work on a proj-ect for the state of Minnesota or any of its local government subdivisions — such as a county, city or school district — you must submit a Contractor Affidavit to the Depart-ment of Revenue to receive a certificate of compliance.

Use of InformationThe Department of Revenue needs all the requested information to determine if you have met the state income tax withholding requirements. If all required information is not provided, Form IC134 will be returned to you for completion.

All information on this Contractor Affidavit is private by state law. It cannot be given to others without your permission, except to the Internal Revenue Service, other states that guarantee the same privacy and certain government agencies as provided by law.

For an immediate response: Complete and submit your Contractor Affidavit electroni-cally. Go to www.revenue.state.mn.us and choose Withholding Tax. Under the File and Pay tab, click on Contractor Affidavit Information for Government Projects.You may complete and mail Form IC134 to: Minnesota Revenue, Mail Station 6610, St. Paul, MN, 55146-6610. If you have fulfilled the requirements of Minnesota withholding tax laws, the department will sign your Form IC134 and return it to you.To receive your final payment, submit the certified Contractor Affidavit to the govern-ment unit for which the work was done. If you are a subcontractor, submit the certified Contractor Affidavit to your prime contrac-tor to receive your final payment.

Information and Assistance Additional forms and information, includ-ing fact sheets and frequently asked ques-tions, are available on our website.

Website: www.revenue.state.mn.us

Email: [email protected]

Phone: 651-282-9999 or 1-800-657-3594

This information is available in alternate formats.

Page 258: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Affirmative Action Certification Page, Revised 8/04 – MDHR

State Of Minnesota – Affirmative Action Certification If your response to this solicitation is or could be in excess of $100,000, complete the information requested below to determine whether you are subject to the Minnesota Human Rights Act (Minnesota Statutes 363A.36) certification requirement, and to provide documentation of compliance if necessary. It is your sole responsibility to provide this information and—if required—to apply for Human Rights certification prior to the due date and time of the bid or proposal and to obtain Human Rights certification prior to the execution of the contract. The State of Minnesota is under no obligation to delay proceeding with a contract until a company receives Human Rights certification

BOX A – For companies which have employed more than 40 full-time employees within Minnesota on any single working day during the previous 12 months. All other companies proceed to BOX B. Your response will be rejected unless your business: has a current Certificate of Compliance issued by the Minnesota Department of Human Rights (MDHR) –or– has submitted an affirmative action plan to the MDHR, which the Department received prior to the date

and time the responses are due. Check one of the following statements if you have employed more than 40 full-time employees in Minnesota on any single working day during the previous 12 months:

We have a current Certificate of Compliance issued by the MDHR. Proceed to BOX C. Include a copy of your certificate with your response.

We do not have a current Certificate of Compliance. However, we submitted an Affirmative Action Plan to the MDHR for approval, which the Department received on __________________ (date). [If the date is the same as the response due date, indicate the time your plan was received: ________ (time). Proceed to BOX C.

We do not have a Certificate of Compliance, nor has the MDHR received an Affirmative Action Plan from our company. We acknowledge that our response will be rejected. Proceed to BOX C. Contact the Minnesota Department of Human Rights for assistance. (See below for contact information.)

Please note: Certificates of Compliance must be issued by the Minnesota Department of Human Rights. Affirmative Action Plans approved by the Federal government, a county, or a municipality must still be received, reviewed, and approved by the Minnesota Department of Human Rights before a certificate can be issued.

BOX B – For those companies not described in BOX A Check below.

We have not employed more than 40 full-time employees on any single working day in Minnesota within the previous 12 months. Proceed to BOX C.

BOX C – For all companies By signing this statement, you certify that the information provided is accurate and that you are authorized to sign on behalf of the responder. You also certify that you are in compliance with federal affirmative action requirements that may apply to your company. (These requirements are generally triggered only by participating as a prime or subcontractor on federal projects or contracts. Contractors are alerted to these requirements by the federal government.)

Name of Company: Date

Authorized Signature: Telephone number:

Printed Name: Title:

For assistance with this form, contact: Minnesota Department of Human Rights, Compliance Services Section Mail: 190 East 5th St., Suite 700 St. Paul, MN 55101 TC Metro: (651) 296-5663 Toll Free: 800-657-3704 Web: www.humanrights.state.mn.us Fax: (651) 296-9042 TTY: (651) 296-1283 Email: [email protected]

Page 259: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

PMC 2 TARGETED BUSINESS TOTAL PAYMENT AFFIDAVIT PMC-2

Targeted Business Total Payment Affidavit The following Total Payment Affidavit shall be executed by the Prime Contractor after all work to be performed by Targeted Businesses (TB) has been satisfactorily completed on this project. Identify each TB that worked on the project, the dollar amount of the subcontract, the total dollar amount paid, and the dollar amount of TB participation claimed. If the dollar value of the TB work is less than the original subcontract amount, please attach an explanation. Project Number: Project Name: Final Contract Value: % TB Participation Obtained:

I, , being first duly sworn, do depose and say:

(Name of person signing this affidavit)

1. That I am the authorized representative of

(Name of individual, partnership or corporation)

and that I have the authority to make this Affidavit for and on behalf of said Prime Contractor;

2. That the following TB(s) Subcontractors/Suppliers/Service Providers/Subconsultants have performed work on the above project with a total dollar value of:

Targeted Business Enterprise(s) Dollar Amount of Subcontract

Total Dollar Amount Paid

Dollar Amount of TB Participation

3. That, I have fully informed myself regarding the accuracy of the statements made in this Affidavit.

Signed: .

(Prime Contractor or Authorized Representative) Subscribed and sworn to before me This day of , 20

(Notary Public) My Commission Expires: , 20 Rev 07/2018 Page 1 of 1

Page 260: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

PMC 3 SMALL BUSINESS ENTERPRISE AND VETERAN-OWNED BUSINESS ENTERPRISE PREFERENCE IN BIDDING FORM

PMC-3

Small Business Enterprise and Veteran-Owned Business Preference In Bidding Form

Name of

Project # Date of Letting

Address City State/Zip

Contact Person/ EEO Officer Phone Number E-Mail

Small Business Enterprises (SBE) and Veteran-owned small businesses (VBE) will receive a preference of up to 6 percent. The preference is applied only to the first $1 million of the solicitation and will not exceed $60,000.00. The preference will be applied only for the purpose of evaluating bids and will not be used to determine the contract award amount of payment due to the contractor under the contract. Small Business Enterprise (SBE) Preference

SBE is a firm certified under MnUCP, TG/ED or CERT. SBE must be a Minnesota-based Check box if your firm is a certified SBE

Veteran-Owned Small Business (VBE) f VBE is a firm certified as a Service-Disabled Veteran Owned Small Business (SDVOSB) or a Veteran

Owned Small Business (VOSB) by the United States Department of Veteran Affairs. VBE must a Minnesota-based business.

Check box if your firm is a certified SDVOSB or VOSB

The responder must submit this form with your response in order to be considered for this preference. Upon request, responder must submit proof of SBE and/or VBE status.

I certify that the information contained herein is true, accurate, and complete

Signed Responder or authorized representative

Rev 07/2018

Page 261: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

PMC 4 TB BIDDERS LIST PMC-4

City Project No.: Letting Date: TB Participation:

Prime Contractor: Commitment:

Proposed Cost: Goal: 4.0%

List all comparative quotes of participants performing on the project and participants that bid. Include Subcontractors, Suppliers, Sub-consultants & Services

(A) Name, Contact Name and Phone number of Contractor

(B) Will Firm be Used

(C) Description of Work

(D) Dollar Amount of Subcontract/Quote

(E) % TB Participation Claimed

(F) Dollar Amount of TB Participation

Claimed 1. 2. 3. 4. 5. 6. 7. 8. 9. 10.

Completed Contractor Payment forms can be emailed to Jeff Kurth at [email protected] (This form may be submitted in an alternate format)

Page 262: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

City Project Number: As identified by the City of Rochester Prime Contractor: The contractor who was awarded the project. Proposed Cost: Total bid price.

TB Commitment: Total value to TB participation that will be utilized, shown as a percent of proposed cost. TB Goal: As established per contract documents. TB: Targeted Business Enterprise – Economically disadvantaged small business enterprise with majority ownership held by minority, woman, veteran or disabled person and certified with Minnesota Unified Certification Program (MnUCP), Targeted Group / Economically Disadvantaged Small Business Program (TG/ED) or Central Certification Program (CERT)

(A) Name, Contact name and Phone number of Contractor: self explanatory (B) Will Firm be Used: yes or no response. (C) Description of Work: Enter a description of the service(s) each subcontractor and/or supplier is providing under the contract. (D) Dollar Value of Subcontract/Quote: Enter the amount each subconsultant/subcontractor/suppliers/service providers/independent

contractors has been contracted for or quote provided. (E) % TB Participation Claimed: Percent of Dollar Value of Subcontract/Quote that will be claimed as TB participation (see below for

value of TB work). (F) Dollar Amount of TB Participation Claimed: Indicate the dollar amount of participation by TB contractors and TB suppliers base

on the following value of work: 1. Entire amount of work completed by TB’s own forces, 2. When a TB subcontracts a portion of its work, do not count portions of work subcontracted to non-TB, 3. TB suppliers purchasing from manufacturer will be counted as 60% participation, 4. TB suppliers purchasing from another supplier or wholesaler will be counted at broker rate of 5% participation.

Rev 07/2018

Page 263: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

PMC-5 CERTIFICATE OF GOOD FAITH EFFORTS PMC-5

City Project No.: Letting Date: TB Participation: Prime Contractor: Commitment: Proposed Cost: Goal: 4.0%

List your solicitation of ALL Subcontractors, Suppliers, Sub-consultants & Services (A) Name, Contact Name and Phone number of Contractor

(B) TB?

(C) Will Firm be

Used

(D) Dates, Method of Contact (E) Description of Work

(F) Dollar Amount of Quote

(G) Dollar Amount of TB Participation

In Quote Written/

Email Phone

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

If available, provide additional information to demonstrate good faith effort. Make additional copies of this form as necessary.

I certify that the information above is true, accurate, and complete.

Responder or Authorized Representative

Page 264: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

PMC-5 GOOD FAITH EFFORTS AFFIDAVIT

STATE OF MINNESOTA

COUNTY OF

I, , being first duly sworn, state as follows:

1. I am the of

organization that is submitting

a proposal for the City of Rochester, MN Project .

2. I have the authority to make this affidavit for and on behalf of the responder.

3. The information provided in the attached Certificate of Good Faith Efforts is true and

accurate to the best of my belief.

Signed:

Responder or Authorized Representative Title Date

Subscribed and sworn to before me

This day of , 20

Notary Public

My Commission Expires: , 20

Page 265: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

CERTIFICATE OF GOOD FAITH EFFORTS INSTRUCTIONS

PMC-5

City Project Number: As identified by the City of Rochester Prime Contractor: The contractor who was awarded the project. Proposed Cost: Total bid price. TB Commitment: Total value to TB participation that will be utilized, shown as a percent of proposed cost. TB Goal: As established per contract documents. TB: Targeted Business Enterprise – Economically disadvantaged small business enterprise with majority ownership held by minority, woman, veteran or disabled person and certified with Minnesota Unified Certification Program (MnUCP), Targeted Group / Economically Disadvantaged Small Business Program (TG/ED) or Central Certification Program (CERT)

(A) Name, Contact name and Phone number of Contractor: self explanatory (B) TB?: yes or no response (C) Will Firm be Used: yes or no response. (D) Dates, Method of Contact: Identify all communications made to

subcontractor/suppliers/service providers during the pre-bid period. (E) Description of Work: Enter a description of the service(s) each subcontractor and/or supplier

is providing under the contract. (F) Dollar Value of Subcontract/Quote: Enter the amount each subcontractor/suppliers/service

providers has been contracted for or quote provided. (G) Dollar Amount of TB Participation Claimed: Indicate the dollar amount of participation

by TB contractors and TB suppliers base on the following value of work: 1. Entire amount of work completed by TB’s own forces, 2. When a TB subcontracts a portion of its work, do not count portions of work subcontracted to non-TB, 3. TB suppliers purchasing from manufacturer will be counted as 60% participation, 4. TB suppliers purchasing from another supplier or wholesaler will be counted at broker rate of 5% participation.

Rev 07/2018

Page 266: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

PMC-6 CONTRACTOR’S PREVAILING WAGE – STATEMENT OF COMPLIANCE PMC-6

City Project Number Project Name Date

Prime Contractor/Subcontractor Phone Number Contract Number

Address

Type of Work

STATEMENT WITH RESPECT TO COMPLIANCE AND WAGES TO BE PAID

I, , do hereby state: (Name of person signing this affidavit) (Title)

(1) That I will pay or supervise the payment of the persons employed by on said Contract. That all persons who perform work under said Contract will be listed on the payroll information submitted, and will be paid the full prevailing wages for all hours worked under said Contract, that no rebates and/or deductions will be made either directly or indirectly on behalf of the Prime Contractor or Subcontractor from the full wages by any person, other than permissible deductions as allowed per state and federal regulations.

DESCRIBE LEGAL DEDUCTIONS

(2) That the payroll information submitted under said Contract will be complete and accurate; that the wage rate(s) of the laborer(s), mechanic(s), and worker(s) performing work under said Contract will be paid according to the wage determination(s) and labor provisions incorporated in said Contract and according to applicable laws; that wages paid to laborer(s), mechanic(s), and worker(s) performing work under said Contract will be at least the prevailing wage rate for the most similar classification of labor performed as defined under applicable law; and that the laborer(s), mechanic(s), and worker(s) performing work under said Contract will be paid for all hours in excess of the prevailing hours of labor at a rate of at least one-half times the applicable base rate of pay.

(3) That any apprentices employed during said Contract will be duly registered in a bone fide apprenticeship program registered with the Minnesota

Department of Labor and Industry, or registered with the Bureau of Apprenticeship and Training; United States Department of Labor.

(4) That: (Check one box only)

A. WHERE FRINGE BENEFITS ARE PAID TO ANY APPROVED PLANS, FUNDS, OR PROGRAMS

In addition to the basic hourly wage rates paid to each laborer, worker, or mechanic, payments to current, bona fide fringe benefits programs as set forth in paragraph 4(d), have been or will be made to the program’s administrators, per state and federal regulations and plan requirements, as set forth in paragraph 4(e) for the benefit of said workers, except as noted in Section 4(c).

B. WHERE FRINGE BENEFITS ARE PAID IN CASH TO ALL WORKERS

Each laborer, worker, or mechanic who works on said Contract will be paid an amount not less than the sum of the applicable basic rate plus the fringe rate as listed in the appropriate wage determination incorporated into said Contract.

Page 267: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

C. EXCEPTIONS

Worker Name Classification/Occupation Explanation

D. BENEFIT PROGRAM INFOMRATION in DOLLARS CONTRIBUTED PER HOUR (must be completed if 4(a) is checked)

PROGRAM TITLE, CLASSIFICATION TITLE, OR

HEALTH/ WELFARE

VACATION/ HOLIDAY

APPRENTICESHIP/ TRAINING

PENSION OTHER INCLUDE TITLE

$ $ $ $ $

$ $ $ $ $

$ $ $ $ $

$ $ $ $ $

$ $ $ $ $

$ $ $ $ $

$ $ $ $ $

$ $ $ $ $

$ $ $ $ $

$ $ $ $ $

E. BENEFIT PROGRAM INFORMATION (Must be completed if 4(a) is checked) NAME AND ADDRESS OF FRINGE BENEFIT FUND, PLAN, OR PROGRAM ADMINISTRATOR

BENEFIT ACCOUNT NUMBER

THIRD PARTY TRUSTEE AND/OR CONTACT PERSON

TELEPHONE NUMBER

NAME AND TITLE OF CONTRACOTR’S REPRESENTATIVE (PRINT)

SIGNATURE DATE

As the representative of the contractor submitting the attached information, I hereby certify that the information is true and accurate to the best of my knowledge

NAME AND TITLE OF PRIME CONTRACOTR’S (PRINT) SIGNATURE DATE

As the representative of the contractor submitting the attached information, I hereby certify that the information is true and accurate to the best of my knowledge

Rev 07/2018

Page 268: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

J8903 SAP 159-105-015; SAP159-107-018; SAP 159-108-007

Item No. Description Units Quantity Unit Price Total Price 2021.501/00010 MOBILIZATION LS 1.00

2101.524/00040 CLEARING TREE 3.00

2101.524/00050 GRUBBING TREE 3.00

2102.503/00010 PAVEMENT MARKING REMOVAL L F 31,223.00

2102.518/00010 PAVEMENT MARKING REMOVAL S F 2,225.00

2104.502/00820 REMOVE CASTING EACH 4.00

2104.502/00910 REMOVE DRAINAGE STRUCTURE EACH 4.00

2104.502/01000 REMOVE LIGHT POLE EACH 1.00

2104.502/01080 REMOVE PED PUSH BUTTON STA EACH 2.00

FNDN

2104.502/01580 REMOVE LIGHT FOUNDATION EACH 2.00

2104.502/02920 SALVAGE LIGHTING UNIT EACH 1.00

2104.502/03070 SALVAGE PED PUSH BUTTON & SIGN EACH 4.00

2104.502/03300 SALVAGE SIGN EACH 9.00

2104.503/00205 SAWING BIT PAVEMENT (FULL L F 384.00

DEPTH)

2104.503/00285 REMOVE SEWER PIPE (STORM) L F 6.00

2104.503/00315 REMOVE CURB & GUTTER L F 1,382.00

2104.503/01220 SALVAGE FENCE L F 8.00

2104.504/00010 REMOVE CONCRETE MEDIAN S Y 127.00

2104.518/00140 REMOVE CONCRETE WALK S F 5,823.00

2104.518/00250 REMOVE BITUMINOUS PAVEMENT S F 1,589.00

BIDDER MUST FILL IN UNIT PRICES IN NUMERALS; MAKE EXTENSION FOR EACH ITEM AND TOTAL.

FOR COMPLETE INFORMATION CONCERNING THESE ITEMS, SEE PLANS AND SPECIFICATIONS,

INCLUDING SPECIAL PROVISIONS.

Page 269: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

J8903 SAP 159-105-015; SAP159-107-018; SAP 159-108-007

Item No. Description Units Quantity Unit Price Total Price 2106.507/00010 EXCAVATION - COMMON (P) C Y 163.00

2106.507/00010 EXCAVATION - COMMON C Y 109.00

2106.507/00070 GRANULAR EMBANKMENT (CV) C Y 67.00

2123.610/00410 STREET SWEEPER (WITH PICKUP HOUR 30.00

BROOM)

2211.507/00170 AGGREGATE BASE (CV) CLASS 5 C Y 196.00

2302.602/00020 DOWEL BAR EACH 291.00

2302.602/00030 DRILL & GROUT REINF BAR EACH 855.00

(EPOXY COATED)

2302.603/34010 FULL DEPTH REPAIR (TYPE CD-LV) L F 220.00

2302.604/00130 PAVEMENT REPLACEMENT (TYPE CX) S Y 547.00

2302.604/00131 PAVEMENT REPLACEMENT (TYPE SY 65.00

CX) (SPECIAL)

2360.509/10100 TYPE SP 9.5 BIT MIXTURE FOR TON 51.00

PATCHING

2502.503/02125 12" RC PIPE DRAIN CLASS V L F 59.00

2503.602/00320 CONNECT TO EXISTING STORM EACH 7.00

SEWER

2503.602/00360 CONNECT INTO EXISTING EACH 3.00

DRAINAGE STRUCTURE

2504.602/00034 ADJUST VALVE BOX EACH 4.00

2506.502/06000 CASTING ASSEMBLY EACH 5.00

2506.502/06020 ADJUST FRAME & RING CASTING EACH 6.00

2506.602/06030 RECONSTRUCT DRAINAGE STRUCTUREEACH 3.00

2506.602/06280 GRATE CASTING SPECIAL EACH 24.00

2506.602/06380 CONST DRAINAGE STRUCTURE EACH 7.00

DESIGN SPEC 1

2506.602/06390 CONST DRAINAGE STRUCTURE EACH 1.00

DESIGN SPEC 2

2521.518/00052 5" CONCRETE WALK-SPECIAL S F 1,267.00

BIDDER MUST FILL IN UNIT PRICES IN NUMERALS; MAKE EXTENSION FOR EACH ITEM AND TOTAL.

FOR COMPLETE INFORMATION CONCERNING THESE ITEMS, SEE PLANS AND SPECIFICATIONS,

INCLUDING SPECIAL PROVISIONS.

Page 270: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

J8903 SAP 159-105-015; SAP159-107-018; SAP 159-108-007

Item No. Description Units Quantity Unit Price Total Price 2521.518/00060 6" CONCRETE WALK S F 5,342.00

2531.503/02320 CONCRETE CURB & GUTTER DESIGN L F 1,263.00

B624

2531.504/00010 CONCRETE MEDIAN S Y 42.00

2531.603/24130 CONCRETE CURB DESIGN V L F 10.00

2531.618/00010 TRUNCATED DOMES S F 376.00

2545.502/14080 LIGHT FOUNDATION DESIGN E EACH 1.00

2545.502/23020 HANDHOLE EACH 1.00

2545.602/23130 INSTALL LIGHTING UNIT EACH 1.00

2563.601/00010 TRAFFIC CONTROL LS 1.00

2563.601/00100 ALTERNATE PEDESTRIAN ROUTE LS 1.00

2563.601/00200 DETOUR SIGNING LS 1.00

2563.602/00011 FLEXIBLE DELINEATOR TYPE A EACH 0.00

2565.502/00010 APS PUSH BUTTON STATION EACH 2.00

2565.502/00040 APS POLE MOUNTING ADAPTOR EACH 2.00

2565.602/00037 ADJUST HANDHOLE EACH 1.00

2565.602/00309 INSTALL APS PED PUSH BUTTON & EACH 4.00

SIGN

2565.616/00100 REVISE SIGNAL SYSTEM SYS 1.00

2573.501/00025 STABILIZED CONSTRUCTION EXIT LS 1.00

2573.502/00110 STORM DRAIN INLET PROTECTION EACH 15.00

2573.503/00060 SEDIMENT CONTROL LOG TYPE L F 203.00

STRAW

2574.507/00104 BOULEVARD TOPSOIL BORROW C Y 150.00

2574.508/00011 FERTILIZER TYPE 1 LB 69.00

BIDDER MUST FILL IN UNIT PRICES IN NUMERALS; MAKE EXTENSION FOR EACH ITEM AND TOTAL.

FOR COMPLETE INFORMATION CONCERNING THESE ITEMS, SEE PLANS AND SPECIFICATIONS,

INCLUDING SPECIAL PROVISIONS.

Page 271: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

J8903 SAP 159-105-015; SAP159-107-018; SAP 159-108-007

Item No. Description Units Quantity Unit Price Total Price 2575.504/00011 SODDING TYPE LAWN S Y 869.00

2582.503/36104 4" SOLID LINE MULTI COMP GR IN L F 11,802.00

2582.503/36106 6" SOLID LINE MULTI COMP GR IN L F 12,445.00

2582.503/36108 8" SOLID LINE MULTI COMP GR IN L F 2,761.00

2582.503/36112 12" SOLID LINE MULTI COMP GR L F 6,609.00

IN

2582.503/36124 24" SOLID LINE MULTI COMP GR L F 1,498.00

IN

2582.503/36204 4" BROKEN LINE MULTI COMP GR L F 1,520.00

IN

2582.503/36404 4" DBLE SOLID LINE MULTI COMP L F 4,200.00

GR IN

2582.518/02020 PAVT MSSG MULTI COMP GR IN S F 1,442.00

2582.618/09000 PAVEMENT MARKING SPECIAL S F 7,477.00

Total Base Bid

Total

BIDDER MUST FILL IN UNIT PRICES IN NUMERALS; MAKE EXTENSION FOR EACH ITEM AND TOTAL.

FOR COMPLETE INFORMATION CONCERNING THESE ITEMS, SEE PLANS AND SPECIFICATIONS,

INCLUDING SPECIAL PROVISIONS.

Page 272: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

SURETY DEPOSITS New Law requires surety deposits for many out-of-state Contractors A portion of payments made to out-of-state Contractors must be deposited with the state of Minnesota in many instances under a new law passed by the 1989 Legislature. The law requires that 8 percent of each payment paid to out-of-state Contractors for work done in Minnesota must be withheld as a surety deposit on any contract that can reasonably be expected to exceed $100,000. This requirement may be waived, however, if certain conditions are met. Following are some guidelines to use with the new law. Once an out-of-state Contractor enters into a contract that is for more than or can be expected to be more than $100,000, the Contractor will have to file form SD-E (Exemption from Surety Deposits for Out-of-State Contractors) with the Department of Revenue. The department will use the form to determine if the Contractor is exempt from the 8 percent surety deposit requirements. The department will grant an exemption if: The Contractor gives the department a cash surety or bond, secured by an insurance company licensed in Minnesota, which guarantees the Contractor will comply with all provisions of Minnesota withholding, sales, and corporate income tax laws, or The Contractor has done construction work in Minnesota at any time during the three calendar years before entering into the contract and has fully complied with Minnesota withholding, sales, and corporate income tax laws. If the Contractor is exempt, the department will certify the form and return a copy to the Contractor, who will then be responsible to provide a copy to whoever hired them. If the Contractor is not exempt, the department will notify whoever hired the Contractor to withhold the 8 percent surety deposit from each payment made to the Contractor. The person or company hiring the Contractor will use form SD-D to make the surety deposits. The Department of Revenue will retain the surety deposits until the Contractor's state tax obligations are considered fulfilled. The department will then refund, with interest, any amounts held as surety. Out-of-state Contractors working for Minnesota subdivisions will still have to file the Withholding Affidavit for Contractors (form IC-134) in addition to complying with the new provisions. If you need more forms of information, please call (612) 296-6181 from the Twin Cities area and (toll-free) 1-800-657-3777 from elsewhere. You may also write to: Minnesota Department of Revenue

Taxpayer Information Division Mail Station 4450 St. Paul, MN 55146-4450

Page 273: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

TO WHOM IT MAY CONCERN: A new Minnesota Law effective January 1, 1990, now governs contracts over $100,000.00 for non-Minnesota Contractors. We have been informed by the Minnesota Department of Revenue that certain requirements have not been met. Therefore, we are withholding an 8% surety deposit from your payment. You are eligible to have these funds returned when the state tax obligations are met. Gross Amount 8% Surety Deposit ________________ Net Amount Paid If you have any questions, contact Mr. Brett Jenkinson at (507) 328-2466.

Page 274: RochesterJ89031.pdf · CITY OF ROCHESTER 201 4TH STREET SE, ROOM 108 ROCHESTER, MN 55904-3742 ********PROPOSAL********* 3RD /4TH AVENUE AND CENTER STREET BIKE LANES BIDS WILL BE RECEIVED

Form 21126D (FF Rev. 1-09) City Project No. J8903 The undersigned hereby acknowledges that all requirements included in the proposal, addenda, amendments, plans, standard specifications, and supplemental specifications are a part of this bid and contract. Signed:______________________________________________

PROPOSAL GUARANTY required by 1208 of the Specifications: "A (certified check) (bond), prepared as required by 1208 of the Specifications and payable to the City of Rochester Treasurer, in an amount equal to at least 5% of the total amount of the bid is submitted herewith as a proposal guaranty. NON-COLLUSION AFFIDAVIT: A Non-Collusion affidavit found in this Proposal must be signed by each bidder. RECEIPT OF ADDENDA as required by 1210 of the Specifications:

The undersigned hereby acknowledges receipt of and has considered: Addendum No. Dated Addendum No. Dated ________ Addendum No. Dated Addendum No. Dated ________

Signed EXECUTION OF PROPOSAL as required by 1206 of the Specifications: This proposal dated the day of , 20 .

Signed: , P.O. Address as an individual.

Signed: , P.O. Address as an individual.

doing business under the name and style of

Signed: , for a partnership. NAME BUSINESS ADDRESS

____________________________________________________________________ Signed: , for a corporation,

incorporated under the laws of the State of Minnesota

Name of President Business Address ___________________________

Name of Vice-President Business Address____________________________

Name of Secretary Business Address___________________________

Name of Treasurer Business Address___________________________

(NOTE: Signatures shall comply with 1206 of the Specifications.)