70

SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH
Page 2: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SPECIAL PROVISIONS FOR RECONDITIONING OF CSAH 1; CP 071-601-014

INDEX TO SPECIAL PROVISIONS Title and Certification Page Index to Special Provisions Advertisement for Bids Schedule of Prices Notice to Bidders (Debarments) Notice to Bidders – Prompt Payment to Subcontractors Notice to Bidders – Bid Rigging *Bid Proposal Package is not included in specifications; it is available for purchase (see Ad for Bid)

DIVISION G & S

GENERAL PROVISIONS

G-1 Governing Specifications .............................................................................................................................. G-1 G-2 Standard Plates .............................................................................................................................................. G-1 G-3 Proposal ......................................................................................................................................................... G-1 G-4 Insurance ....................................................................................................................................................... G-1 G-5 (1208) Proposal Guaranty ............................................................................................................................. G-2 G-6 (1302) Award of Contract ............................................................................................................................. G-2 G-7 Guaranty of Work ......................................................................................................................................... G-2 G-8 Surety Deposits for Non-Minnesota Construction Contractors ..................................................................... G-2

SPECIAL PROVISIONS

S-1 (1305) Requirement of Contract Bond ........................................................................................................... S-1 S-2 (1404) Maintenance of Traffic ....................................................................................................................... S-1 S-3 (1507) Utility Property and Service ............................................................................................................... S-3 S-4 (1508) Construction Stakes, Lines, and Grades .............................................................................................. S-3 S-5 (1601) Source of Supply and Quality ............................................................................................................. S-3 S-6 (1701) Laws to be Observed (Data Practices) ................................................................................................ S-4 S-7 (1707) Public Convenience and Safety .......................................................................................................... S-4 S-8 Responsible Contractor .................................................................................................................................. S-5 S-9 (1801) Subletting of Contract ......................................................................................................................... S-5 S-10 (1710) Traffic Control Devices ...................................................................................................................... S-5 S-11 (1803) Prosecution of Work ........................................................................................................................... S-6 S-12 (1806) Determination and Extension of Contract Time ................................................................................. S-6 S-13 (1807) Failure to Complete Work on Time .................................................................................................... S-6 S-14 (1901) Measurement of Quantities ................................................................................................................. S-6 S-15 (1903) Compensation for Increased or Decreased Quantities ........................................................................ S-6 S-16 (1906) Partial Payments ................................................................................................................................. S-6 S-17 (1908) Final Payment ..................................................................................................................................... S-7 S-18 (1910) Fuel Escalation Clause ........................................................................................................................ S-7 S-19 (2021.601) Railroad Protective Liability Insurance ....................................................................................... S-7 S-20 (2104) Removing Pavement and Miscellaneous Structures .......................................................................... S-7 S-21 (2105) Excavation and Embankment ............................................................................................................. S-7 S-22 (2130.501) Water ........................................................................................................................................... S-8 S-23 (2105.511) Channel & Pond Excavation (EV) ............................................................................................... S-8 S-24 (2211.501) Aggregate Base Class 5 ............................................................................................................... S-8 S-25 (2215.501) Full Depth Reclamation ............................................................................................................... S-8 S-26 (2357) Bituminous Tack Coat ........................................................................................................................ S-8 S-27 (2360.501) Type SP 9.5 & 12.5 Wearing Course ........................................................................................... S-9 S-28 (2503.602) Connect to Existing Storm Sewer 12”, 15”, 18”, 21”, 24”, 27” ................................................... S-9 S-29 (2504.602) Hydrant ...................................................................................................................................... S-10 S-30 (2504.602) Adjust Gate Valve ..................................................................................................................... S-10 S-31 (2531.604) 6” Concrete Valley Gutter – High Early .................................................................................... S-10

Page 3: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SPECIAL PROVISIONS DIVISION S – Continued

S-32 (2531.618) Truncated Domes ....................................................................................................................... S-10 S-33 (2540.602) Mailbox Support ........................................................................................................................ S-10 S-34 (2563.601) Traffic Control ........................................................................................................................... S-10 S-35 (2573.601) Storm Water Management ......................................................................................................... S-11 S-36 (2574.525) Common Topsoil Borrow (CV) ................................................................................................. S-13 S-37 Work Sequence ............................................................................................................................................ S-13 S-38 Working Hours ............................................................................................................................................. S-14 S-39 Vehicle Conspicuity Specification ............................................................................................................... S-14 S-40 Road Approaches/Entrance Preparation ....................................................................................................... S-14 S-41 Permits ......................................................................................................................................................... S-14

ATTACHMENTS

(2461) Structural Concrete ....................................................................................................................................................... ATT-1 BNSF Permit……. . ................................................................................................................................................................ ATT-2 City of Elk River – Hydrant Specifications and details ........................................................................................................... ATT-3 SALT Schedule of Materials – Local Government Agency .................................................................................................... ATT-4

Page 4: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH
Page 5: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

3/31/2015 Contract No.: 14006 Sherburne

Schedule Of PricesProject Number: CP 71-601-014Project Title or Road Number: CSAH 1 from BNSF RR to CR32 Reclamation & Bituminous OverlayWork Type: Bituminous OverlayBIDDER 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. Item No. Description Units Quantity Unit Price Total Price

2021.501 MOBILIZATION LS 1.00

2021.601 RR PROTECTIVE LIABILITYINSURANCE LS 1.00

2051.501 MAINT & RESTORATION OF HAULROADS LS 1.00

2104.501 REMOVE PIPE SEWERS L F 48.00

2104.501 REMOVE CONCRETE CURB & GUTTER L F 3,910.00

2104.503 REMOVE CONCRETE SIDEWALK 4" S F 737.00

2104.503 REMOVE CONCRETE PAVEMENT 6" S F 1,940.00

2104.505 REMOVE BITUMINOUS PAVEMENT SQ YD 80,851.00

2104.509 REMOVE CATCH BASIN GRATECASTING EACH 6.00

2104.509 REMOVE DRAINAGE STRUCTURE EACH 67.00

2104.523 SALVAGE HYDRANT & GATE VALVE EACH 2.00

2105.501 COMMON EXCAVATION (EV) CU YD 570.00

2105.511 CHANNEL AND POND EXCAVATION(EV) C Y 160.00

2112.501 SUBGRADE PREPARATION RDST 133.00

2130.501 WATER M GALLONS 500.00

2211.501 AGGREGATE BASE CLASS 5 TON 4,550.00

2215.501 FULL DEPTH RECLAMATION SQ YD 11,666.00

2232.501 MILL BITUMINOUS SURFACE (1.5") S Y 176.00

2360.501 TYPE SP 9.5 WEARING COURSEMIX (4,C) TON 6,800.00

2360.501 TYPE SP 12.5 WEARING COURSEMIX (2,B) TON 1,650.00

Page 1 of 3Schedule Of Prices

Page 6: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

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. Item No. Description Units Quantity Unit Price Total Price

2360.501 TYPE SP 12.5 WEARING COURSEMIX (4,C) TON 15,850.00

2503.511 15" RC PIPE SEWER L F 48.00

2503.602 CONNECT TO EXISTING STORMSEWER 12" EACH 39.00

2503.602 CONNECT TO EXISTING STORMSEWER 15" EACH 45.00

2503.602 CONNECT TO EXISTING STORMSEWER 18" EACH 21.00

2503.602 CONNECT TO EXISTING STORMSEWER 21" EACH 7.00

2503.602 CONNECT TO EXISTING STORMSEWER 24" EACH 12.00

2503.602 CONNECT TO EXISTING STORMSEWER 27" EACH 1.00

2504.602 HYDRANT EACH 2.00

2504.602 ADJUST GATE VALVE EACH 14.00

2506.502 CONST DRAINAGE STRUCTURE DES48-4020 EACH 23.00

2506.502 CONST DRAINAGE STRUCTURE DES60-4020 EACH 1.00

2506.502 CONST DRAINAGE STRUCTURE DES24' x 36' EACH 43.00

2506.516 CASTING ASSEMBLY EACH 76.00

2506.522 ADJUST FRAME & RING CASTING EACH 8.00

2521.501 6" CONCRETE WALK S F 2,823.00

2531.501 CONCRETE CURB & GUTTER DESIGNB618 L F 3,910.00

2531.604 6" CONCRETE VALLEY GUTTERHIGH-EARLY S Y 255.00

2531.618 TRUNCATED DOMES S F 220.00

2540.602 MAIL BOX SUPPORT EACH 6.00

2563.601 TRAFFIC CONTROL ROAD STA 1.00

2573.531 STORM DRAIN INLET PROTECTION LS 81.00

Page 2 of 3Schedule Of Prices

Page 7: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

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. Item No. Description Units Quantity Unit Price Total Price

2573.601 STORM WATER MANAGEMENT LUMP SUM 1.00

2574.508 FERTILIZER TYPE 1 LB 500.00

2574.525 COMMON TOPSOIL BORROW (LV) C Y 235.00

2575.501 SEEDING ACRE 2.00

2575.502 SEED MIXTURE 25-121 LB 153.00

2575.562 HYDRAULIC MATRIX TYPE MULCH LB 2,500.00

2582.501 PAVT MSSG (LT ARROW) PAINT EACH 2.00

2582.501 PAVT MSSG (RT ARROW) PAINT EACH 21.00

2582.501 PAVT MSSG (RR XING) PAINT EACH 1.00

2582.502 4" SOLID LINE WHITE-PAINT L F 2,872.00

2582.502 24" SOLID LINE WHITE-PAINT L F 327.00

2582.502 4" BROKEN LINE WHITE-PAINT L F 4,318.00

2582.502 24" SOLID LINE YELLOW-PAINT L F 240.00

2582.502 4" DOUBLE SOLID LINEYELLOW-PAINT L F 14,317.00

2582.503 CROSSWALK MARKING-PAINT S F 1,464.00

Total

Bidder Name:Bidder Address:

Bidder Phone:

Bidder Signature: Date:

Page 3 of 3Schedule Of Prices

Page 8: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

NOTICE TO BIDDERS SUSPENSIONS/DEBARMENTS

March 2, 2015

Page 1 of 3 DEPARTMENT OF TRANSPORTATION

NOTICE OF SUSPENSION

NOTICE IS HEREBY GIVEN that MnDOT has ordered that the following vendors be suspended effective July 8, 2014:

• Marlin Dahl, Granada, MN • Dahl Trucking, Elmore, MN • Elmore Truck and Trailer, Inc., Elmore, MN

NOTICE OF DEBARMENT

NOTICE IS HEREBY GIVEN that MnDOT has ordered that the following vendors be debarred for a period of three (3) years, effective May 6, 2013 until May 6, 2016:

• Gary Francis Bauerly and his affiliates, Rice, MN • Gary Bauerly, LLC and its affiliates, Rice, MN • Watab Hauling Co. and its affiliates, Rice, MN

NOTICE IS HEREBY GIVEN that MnDOT has ordered that the following vendors be debarred for a period of three (3) years, effective September 17, 2014 until September 17, 2017:

• Jeffrey Plzak and his affiliates, Loretto, MN • Laurie Plzak and her affiliates, Loretto, MN • Honda Electric Incorporated and its affiliates, Loretto, MN • Jeffrey and Laurie Plzak doing business as Honda Electric Logistics, and its affiliates, Loretto, MN

Minnesota Statute section 161.315 prohibits the Commissioner, counties, towns, or home rule or statutory cities from awarding or approving the award of a contract for goods or services to a person who is suspended or debarred, including:

1) any contract under which a debarred or suspended person will serve as a subcontractor or material supplier, 2) any business or affiliate which the debarred or suspended person exercises substantial influence or control, and 3) 3) any business or entity, which is sold or transferred by a debarred person to a relative or any other party over whose actions

the debarred person exercises substantial influence or control, remains ineligible during the duration of the seller’s or transfer’s debarment.

Page 9: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

NOTICE TO BIDDERS SUSPENSIONS/DEBARMENTS

March 2, 2015

Page 2 of 3

DEPARTMENT OF ADMINISTRATION

As of the date of this notice and in accordance with Minnesota Rules 1230.1150, the Minnesota Department of Administration has debarred and disqualified the following persons and businesses from entering into or receiving a State of Minnesota contract:

NAME DATE OF SUSPENSION Devos, Ltd. d/b/a Guaranteed Returns Dean Volkes, Donna Fallon & Ronald Carlino 100 Colin Drive Holbrook, NY

December 5, 2014 through December 31, 2099

NAME DATE OF DEBARMENT Best Used Trucks of Minnesota, Inc. Jason W. Leas 635 Marin Avenue Crookston, MN 56716

Nov. 20, 2012 through Nov. 20, 2015 (eligible for reinstatement on Nov. 20, 2016)

Bull Dog Leasing, Inc. Marlin Louis Danner 7854 Danner Court Inver Grove Heights, MN 55076

Aug. 30, 2011 through Aug. 30, 2014 (eligible for reinstatement on Aug. 30, 2015)

Dahl Trucking Marlin Dahl 305 Highway 169 South Elmore, MN 56027

Aug.19, 2014 through Aug. 19, 2017 (eligible for reinstatement on Aug. 19, 2018)

Danner Family Ltd. Partnership Marlin Louis Danner 843 Hardman Avenue South St. Paul, MN 55075

Aug. 30, 2011 through Aug. 30, 2014 (eligible for reinstatement on Aug. 30, 2015)

Danner, Inc. Marlin Louis Danner 843 Hardman Ave. S. S. St. Paul, MN 55075

Aug. 30, 2011 through Aug. 30, 2014 (eligible for reinstatement on Aug. 30, 2015)

Ell-Z Trucking, Inc. Marlin Louis Danner 843 Hardman Avenue South St. Paul, MN 55075

Aug. 30, 2011 through Aug. 30, 2014 (eligible for reinstatement on Aug. 30, 2015)

Elmore Truck and Trailer Repair, Inc. Marlin Dahl 305 Highway 169 South Elmore, MN 56027

Aug.19, 2014 through Jan. 12, 2018 (eligible for reinstatement on Jan. 12, 2019)

Franklin Drywall, Inc. Philip Joseph Franklin 43279 Fieldsview Court Leesburg, VA 20176

March 25, 2011 through March 25, 2014 (eligible for reinstatement on March 25, 2015)

Groundscape Maintenance, Inc. Rob Sievers 1160 County Road 83 Maple Plain, MN 55359

February 19, 2015 through February 19, 2016 (eligible for reinstatement February 19, 2017)

Honda Electric, Inc. Jeffrey and Laurie Plzak 5075 Nielsen Circle, P.O. Box 236 Loretto, MN 55357

July 24, 2014 through July 23, 2017 (eligible for reinstatement on July 23, 2018)

Master Drywall, Inc. Philip Joseph Franklin 43279 Fieldsview Court

March 25, 2011 through March 25, 2014 (eligible for reinstatement on March 25, 2015)

Page 10: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

NOTICE TO BIDDERS SUSPENSIONS/DEBARMENTS

March 2, 2015

Page 3 of 3

McCaa, Webster & Associates, Inc. Sammie McCaa 2751 Hennepin Avenue South, #301 Minneapolis, MN 55408-1002

May 1, 2014 through April 30, 2015 (eligible for reinstatement on April 30, 2016)

MG Carlson Construction Company, Inc. Martin Gerald Carlson 701 East First Street Fort Worth, TX 76102-3276

Sept. 5, 2014 through October 5, 2015 (eligible for reinstatement on April 5, 2016)

St. Cloud Lawn & Landscaping, Inc. Pat Murphy 10602 County Road 2 Brainerd, MN 56401

February 20, 2015 through February 20, 2016 (eligible for reinstatement on Feb. 20, 2017)

TAC Construction Solutions, Inc. Christina Woods 31767 Deacons Way Pequot Lakes, MN 56472

August 19, 2014 through August 19, 2016 (eligible for reinstatement on August 19, 2017)

Watab Hauling Co. Gary Francis Bauerly 9695 Deerwood Rd. NE Rice, MN 56367

Jan. 14, 2013 through Jan. 14, 2016 (eligible for reinstatement on Jan. 14, 2017)

Minnesota Administrative Rule part 1230.1150, subpart 6 requires the Materials Management Division to maintain a master list of all suspensions and debarments. The master list must retain all information concerning suspensions and debarments as a public record for at least three (3) years following the end of a suspension or debarment. Refer to the following website for the master list: http://www.mmd.admin.state.mn.us/debarredreport.asp. If the project is financed in whole or in part with federal funds, refer to the following website for vendors debarred by federal government agencies: http://sam.gov.

Page 11: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

NOTICE TO BIDDERS Minnesota Statutes that require prompt payment to subcontractors: 471.425 Prompt payment of local government bills. Subd. 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. HIST: 1985 c 136 s 5; 1995 c 31 s 1

Page 12: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

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 13: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

CP 071-601-014 CSAH 1 From 66’ south of BNRR to CSAH 32

Sherburne County, April 2015

GENERAL PROVISIONS

G-1 GOVERNING SPECIFICATIONS The 2014 edition of the Minnesota Department of Transportation “STANDARD SPECIFICATIONS for CONSTRUCTION” shall govern except as modified or altered in these special provisions. Wherever, in these specifications, the term “State” or “Department” is used, it shall be construed to mean the County of Sherburne, Elk River, Minnesota. G-2 STANDARD PLATES All reference to Standard Plates shall mean the “Standard Plates” of the Department of Transportation of the State of Minnesota, approved by the F.H.W.A. shall apply. G-3 PROPOSAL The bid proposal package will be furnished by Sherburne County. The envelope containing the bid shall be addressed to the Board of County Commissioners, Administrators Office, Sherburne County Government Center Information Desk, 13880 Business Center Dr. Elk River, MN 55330, and the envelope shall bear the inscription “CP 071-601-014.” G-4 INSURANCE The Contractor shall not commence work under the Contract until he has obtained the following insurance, and such insurance has been approved by the Sherburne County Attorney. The Contractor shall deposit with the County Administrator the original, or a certified duplicate copy thereof as applicable to this project, of the Public Liability and Property Damage Insurance and Extended Coverage Policies, required. All policies and certificates shall provide that the policies shall remain in force and effect on thirty days written notice to the County Administrator before cancellation. The above insurance policies shall be submitted at the same time as the Contract and Bond as provided in 1306. The Contractor shall procure and maintain during the life of the Contract and until the Contract has been fully accepted, insurance policies as follows:

G-4.1 Public Liability and Property Damage Insurance For and in behalf of himself, the County of Sherburne as joint assurors, and with a cross liability endorsement protecting the County of Sherburne from claims or damages for personal injuries, including accidental death, as well as for claims for property damage which may arise from operations under the Contract, whether such operations be by the Contractor or by a subcontractor or by anyone directly or indirectly employed by either of them.

Said Public Liability and Public Property Damage Insurance Policy shall provide that the insurance company waives the right to assert the immunity of the County as a defense to any claims made under said insurance.

The amount of such insurance will be as follows: Public Liability Insurance in an amount of not less than One Million, Five Hundred Thousand Dollars ($1,500,000.00) for all damage arising out of bodily injuries to, or death of one person and subject to the same limit for each person in a total amount of not less than One Million, Five Hundred Thousand Dollars ($1,500,000.00) for all damages to or destruction of property in any one accident and subject to that limit, a total limit of One Million, Five Hundred Thousand Dollars ($1,500,000.00) for all damages to or destruction of property during the policy period.

G-1

Page 14: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

CP 071-601-014 CSAH 1 From 66’ south of BNRR to CSAH 32

Sherburne County, April 2015

G-4.2 Worker’s Compensation Insurance For all his employees employed at the site of the project and, in case any work is sublet, the

Contractor shall require the subcontractor to provide Worker’s Compensation Insurance for all his employees.

G-4.3 Automobile Public Liability Insurance

One Million, Five Hundred Thousand Dollars ($1,500,000.00) for all damages arising out of bodily injuries to, or death of one person, and subject to that limit for each person, a total of One Million, Five Hundred Thousand Dollars ($1,500,000.00) for any one accident, and property damage liability insurance in an amount not less than One Million, Five Hundred Thousand Dollars ($1,500,000.00) for all damages to or destruction of property in any one accident and subject to that limit, a total of One Million, Five Hundred Thousand Dollars ($1,500,000.00) for all damages to or destruction of property during the policy period if any motor vehicles are engaged in operations within the term of the contract on the site of work covering the use of all such motor vehicles unless such coverage is included in the insurance provided for under subsection “A” hereof.

G-5 (1208) PROPOSAL GUARANTY No proposal will be considered unless it is accompanied by a guaranty complying with requirements as provided in

Specification 1208 and providing a penal sum at least equal to 5 percent of the total amount of the bid (under all circumstances and without exception).

G-6 (1302) AWARD OF CONTRACT The provisions of Specification 1302 are hereby supplemented by the following:

As a condition precedent to the award of contract, the bidder shall furnish proof that he is in compliance with Minnesota Statutes Section 363, as amended by Laws of 1969, implementing the rules and regulations of the Minnesota Department of Human Rights.

G-7 GUARANTY OF WORK The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one year from the date of final completion and acceptance by the Sherburne County Board of Commissioners. The Contractor warrants and guarantees for a period of one year, from the date final completion and acceptance, that the completed work is free from all defects due to faulty materials and workmanship and the Contractor shall promptly make such corrections as may be necessary by the reason of such defects including the repairs of any damage to other work resulting from such defects. The Owner will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be necessary by such defects, the Owner may do so and charge the Contractor the cost thereby incurred. The performance Bond shall remain in force and effect through the guarantee period.

G-8 SURETY DEPOSITS FOR NON-MINNESOTA CONSTRUCTION CONTRACTORS If Sherburne County hires or contracts with a non-Minnesota contractor to perform work, the county will withhold 8 percent of their compensation as a Minnesota surety deposit. Payments are subject to 8 percent withholding only if the work was performed in Minnesota and the value of the contract exceeds $50,000. The cash surety will be deposited with the department of revenue and is used as a surety guarantee that the contractor has fulfilled the requirements for withholding, sales and use, franchise and income taxes.

G-2

Page 15: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

CP 071-601-014 CSAH 1 From 66’ south of BNRR to CSAH 32

Sherburne County, April 2015

Exemption A non-Minnesota construction contractor may qualify for an exemption from the surety deposit if one of the following requirements are met:

The contractor gives the department a bond that is secured by an insurance company licensed in Minnesota and is equal to 8 percent of the contract. The bond remains in effect until the contractor satisfies all tax liabilities. You may choose to complete Form SBD, Non-Minnesota Contractor’s Bond, to submit to the department.

The contractor gives the department a cash surety. A cash surety is evidence of a savings account, deposit or certificate of deposit in, or issued by, a state bank, national bank or savings loan association doing business in Minnesota. Interest and dividends earned on the principal amount may be retained by the contractor.

The contractor is performing work for a government agency and has a payment and performance

bond.

The contractor has done construction work in Minnesota during the past three calendar years and has fully complied with Minnesota laws regarding withholding, sales and use, corporate franchise and income taxes.

G-3

Page 16: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

CP 071-601-014 CSAH 1 From 66’ south of BNRR to CSAH 32

Sherburne County, April 2015

S-1

SPECIAL PROVISIONS

DIVISION S S-1 (1305) REQUIREMENT OF CONTRACT BOND The provisions of Mn/DOT 1305 are hereby deleted and replaced with the following:

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

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

S-2 (1404) MAINTENANCE OF TRAFFIC;

Traffic shall be maintained in accordance with the provisions of MnDOT 1404, as directed by the Engineer and the following:

All traffic control devices shall conform to and be installed in accordance with the “Minnesota Manual On Uniform Traffic Control Devices” (MN MUTCD) and Part 6, “Field Manual for Temporary Traffic Control Zone Layouts”, the “Guide to Establishing Speed Limits in Highway Work Zone”, the Minnesota Flagging Handbook, the Minnesota Standard Signs Manuals, the Traffic Engineering Manual, the Traffic Control and Detour Signing Layouts in the Plans, and the provisions of MnDOT 1404 and MnDOT 1710 and the Traffic Control Layouts/Typical Traffic Control Layouts in the Plans, and the modifications thereto contained in these Special Provisions.

The Contractor shall furnish, install, maintain, and remove all traffic control devices required to provide safe movement of vehicular and/or pedestrian traffic passing through the work zone during the life of the Contract from the start of Contract operations to the final completion thereof. The Engineer will have the right to modify the requirements for traffic control as deemed necessary due to existing field conditions.

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

Unless otherwise provided, a road undergoing improvements shall be kept open to all traffic by and at the expense of the Contractor. Where so provided in the Contract or when ordered by the Engineer, traffic shall be directed over an approved detour route.

The Contractor shall keep the portions of the Project being used by public traffic, whether it be through or local

traffic, in such condition that the traffic will be adequately accommodated at all times. The Contractor shall provide and maintain temporary approaches, crossings, and intersections with trails, roads, streets, businesses, parking lots, residences, garages, farms, and other abutting property in acceptable condition, but will not be required to remove snow.

The county will deduct from any monies due or coming due to the contractor a $500.00 fine for each hour or

portion thereof that the contractor fails to adhere to the traffic restrictions or traffic control provisions set forth in Section 1404.

The Contractor shall, at his own expense, provide such protective devices as may be deemed necessary by the

Engineer to protect traffic from hazards which may exist during his construction operations. Such devices shall include, but not be limited to, clearance lights, barricades, and flagmen in sufficient numbers to adequately warn oncoming traffic of any hazards, which may exist.

Page 17: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

CP 071-601-014 CSAH 1 From 66’ south of BNRR to CSAH 32

Sherburne County, April 2015

S-2

Special Project Requirements A. All traffic shall be maintained at all times on CSAH 1 over a minimum traveled width of one 11 foot wide

lane in each direction.

B. Before any traffic restrictions will be permitted, the Contractor's plan for traffic control and methods must be approved by the Engineer.

C. All signs installed on roads open to traffic that are not consistent with traffic operations during

construction shall be covered as directed by the Engineer. The cover shall be a plate of solid opaque material covering the entire legend or all of that part of the legend that is inappropriate. This cover shall be fastened to the sign with 1/8” self-tapping screws and plastic washers with a minimum thickness of 1/8 inch shall be installed between the sign face and the cover. See “Typical-Temporary Construction Sign Panel Overlay (Cover)” in Chapter 8 of the MnDOT Traffic Engineering Manual for applicable details.

D. Access to existing entrances shall be maintained at all times except as follows: Where there is more than one entrance to a single property, one entrance may be temporarily closed for a period not exceeding two working days. It shall be the Contractor's responsibility to notify the affected property owner in advance of any such closure. Where there is only one entrance to a property, the Contractor shall conduct his work to provide for vehicular ingress and egress to the property at all times. If a business access must be closed for utility or other construction in the area of the access that work shall be performed during non-business hours. Since business hours may vary from business to business The Contractor must coordinate with the business owners to ensure the work is performed during non-business hours.

E. One lane of traffic in each direction shall be maintained at all times during any construction activities through the roadways open to traffic unless otherwise approved by the Engineer. Bituminous patches will be required at all locations where the driving surface is disturbed and shall be installed prior to reopening the roadway to traffic.

F. If the Contractor desires to perform the construction work in a sequence other than that for which the Plans show appropriate signing, the Contractor shall provide complete revised Traffic Control Plans to the Engineer for approval at least 14 days before the signing for the desired revised staging is to be put into effect. The Contractor shall modify the proposed Traffic Control Plans as deemed necessary by the Engineer. No revised Traffic Control Plans will be permitted without the Engineer’s approval.

G. The Contractor shall furnish to the Engineer for approval, the plan for switching traffic from one traffic control stage to another. The plan shall be furnished prior to the switch and shall consist of the number of Contractor's personnel that will be available for the switch and the function each person will be performing.

H. The Contractor shall be required to cover or remove all traffic control devices which may be inconsistent with traffic patterns during all traffic switches.

I. Upon switching the traffic from one stage to the next stage differences in elevation between the new roadways and the existing roadways may occur. In the locations where cross traffic is to be maintained, temporary construction measures and temporary additional traffic control devices may be required. Any additional materials, labor, equipment and traffic control devices required to maintain cross traffic to and across the new roadway shall be furnished, installed, maintained and removed by the Contractor as an incidental cost of the project for which no direct compensation will be made.

J. All work required to ensure the safe and convenient use by thru traffic on CSAH 1 as well as all cross and turning traffic, that is to be maintained in accordance with the traffic control plans, shall be accomplished in a timely manner as soon as possible after the traffic routing is switched from one stage to the next stage.

Page 18: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

CP 071-601-014 CSAH 1 From 66’ south of BNRR to CSAH 32

Sherburne County, April 2015

S-3

K. The Contractor shall install final signing and pavement markings as necessary and required to safely open roadways to traffic. This work shall be completed on or before the date of opening as approved by the Engineer.

No measurement will be made of the various Items that constitute Traffic Control but all such work will be construed to be included in the single Lump Sum payment under Item 2563.601 (Traffic Control).

Traffic control devices include, but are not limited to, barricades, warning signs, trailers, flashers, cones, drums, pavement markings and flaggers as required and sufficient barricade weights to maintain barricade stability. S-3 (1507) UTILITY PROPERTY AND SERVICE Work near public utilities shall be in accordance with the provisions of 1507 and the following: The Contractor will be required to work around all utility poles, whether or not they have been moved or lowered. Where poles have not been moved, or lowered, prior to grading operations, a mound of earth

shall be left around each pole, of sufficient size to ensure its stability as approved by the utility company. Where such poles are moved or lowered before all grading on the project is otherwise completed, the Contractor shall remove any mounds of earth that have been left. No compensation in addition to the contract price for common excavation will be made for this work.

The Contractor shall be responsible to contact all utility companies having utilities located within the

construction project to locate and identify said utilities. The Contractor shall also take action not to damage said utilities and work in cooperation with the utility companies to permanently or temporarily relocate utilities as necessary to complete required work.

S-4 (1508) CONSTRUCTION STAKES, LINES, AND GRADES The provisions of Mn/DOT 1508 are supplemented as follows:

The Contractor is responsible for contacting Mark Scheeler, Sherburne County Survey Project Coordinator, and shall give a minimum of two (2) working days notification, for any construction staking that is needed for the project. The needed staking shall be provided weather permitting. The Contractor shall be responsible for the preservation of all stakes and marks. If any stakes or marks have been carelessly or willingly destroyed or disturbed by the Contractor, the cost of replacing them will be charged against the Contractor and will be deducted from the payment of the work. Re-staking cost will be assessed at a rate of $150 per hour for a 2 person crew and $180 per for a 3 person crew.

S-5 (1601) SOURCE OF SUPPLY AND QUALITY The provisions of Mn/DOT 1601 are supplemented as follows: The Contractor will furnish and use only steel and iron materials manufactured in the United States in executing the work under this Contract, in conformance with the provision of the U.S. Code of Federal Regulations 23CFR635.410. Domestic products taken out of the United States for any process (e.g. change of chemical content, permanent shape or size, or final finish of product) shall be considered foreign source materials. All bids must be based on furnishing domestic iron and steel, which includes the application of the coating, except where the cost of iron and steel materials incorporated in the work does not exceed one-tenth of one percent of the total Contract cost or $2,500.00, whichever is greater. The state may approve the use of foreign iron and steel materials for particular Contract items, provided the bidder submits, a stipulation identifying the foreign source iron and/or steel product(s) and the estimated invoice cost of the product(s), for one or more of the Contract bid items. Each stipulation shall be made on the "Stipulation for Foreign Iron or Steel Materials" form which shall be submitted with the Contractor's proposal. If the Contractor chooses to use ANY non-domestic iron or steel, the Contractor must submit a stipulation with the proposal.

Page 19: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

CP 071-601-014 CSAH 1 From 66’ south of BNRR to CSAH 32

Sherburne County, April 2015

S-4

Prior to completing work the Contractor shall submit to the Engineer a certification stating that all iron and steel items supplied are of domestic origin, except for non-domestic iron and steel specifically stipulated and permitted in accordance with the paragraph above. Source of Supply and Quality. Mn/DOT 1604 is supplemented as follows: All costs of shop inspection at plants outside the United States shall be borne by the Contractor. Such costs shall be deducted from monies due or to become due the Contractor. Partial Payment. All provisions for partial payments shall apply to domestic materials only. No payments shall be made to the Contractor for materials manufactured outside of the United States until such materials have been delivered to the job site. S-6 (1701) LAWS TO BE OBSERVED (DATA PRACTICES) The provisions of Mn/DOT 1701 are supplemented with the following: Bidders are advised that all data created, collected, received, maintained, or disseminated by the Contractor and any subcontractors in performing the work contained in this Contract are subject to the requirements of MN Statute Chapter 13, the Minnesota Government Data Practices Act (MGDPA). The Contractor shall comply with the requirements of the MGDPA in the same manner as the Department. The Contractor does not have a duty to provide access to public data to the public if the public data are available from the Department, except as required by the terms of the Contract. S-7 (1707) PUBLIC CONVENIENCE AND SAFETY The provisions of Mn/DOT 1707 are supplemented as follows:

The Contractor shall maintain access to all abutting properties while the contract is in effect. This includes bus service during the school year. The Contractor shall coordinate with homeowners and trash haulers so as to prevent any interruption in trash services. The Contractor shall salvage 911 numbers and mailboxes, as indicated on the plans, that may interfere with the installation of utilities and grading. The contractor shall notify the County one week before removing or relocating any 911 numbers or mailboxes. Damage to 911 numbers and mailboxes during salvaging and reinstalling shall be corrected and/or repaired at the Contractors expense.

Before parking any equipment or stockpiling materials, the Contractor shall obtain written permission from the landowners affected and a copy shall be provided to the County.

The Contractor shall release and agree to hold harmless the County, its agents and employees, from any and all claims of any kind or character whatsoever arising from damage, injury or death to persons or property caused by or resulting from the work performed on this contract.

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

1. Sherburne County Public Works Department 763-765-3300 2. Sherburne County Sheriff’s Department 763-765-3500 3. City of Elk River

Public Works Department 763-635-1120 Engineering Department 763-635-1051 Police Department 763-635-1200 Fire Department 763-635-1105

Page 20: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

CP 071-601-014 CSAH 1 From 66’ south of BNRR to CSAH 32

Sherburne County, April 2015

S-5

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

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

Establishing contact with local school district, government, law enforcement, and emergency response

agencies affected by construction before work begins.

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

S-8 RESPONSIBLE CONTRACTOR In accordance with Laws of Minnesota, 2014, chapter 253 (Minnesota Statutes §16C.285), Bidders are hereby advised that the Department cannot award a construction contract in excess of $50,000 unless the contractor is a “responsible contractor” as defined in Minnesota Statutes §16C.285, subdivision 3. A bidder submitting a Proposal for this Project must verify that it meets the minimum criteria specified in Minnesota Statutes §16C.285, subdivision 3, by completing the Responsible Contractor Certificate within this Proposal. Statements in the certificate must be certified by a company officer. Bidders are responsible for obtaining verifications of compliance from all subcontractors, using a form provided by the Department. A bidder must submit signed verifications from subcontractors upon the Department’s request. A Bidder or subcontractor who does not meet the minimum criteria established in Minnesota Statutes §16C.285, subdivision 3, or who fails to verify compliance with the minimum requirements, will not be a “responsible contractor” and will be ineligible to be awarded the Contract for this Project or to work on this Project. Bidders and subcontractors are also advised that making a false statement verifying compliance with any of the minimum criteria will render the Bidder or subcontractor ineligible to be awarded a construction contract for this Project and may result in the termination of a contract awarded to a Bidder or subcontractor that makes a false statement. S-9 (1801) SUBLETTING OF CONTRACT REVISED 11/24/14 The provisions of MnDOT 1801 are modified as follows:

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 is responsible for obtaining 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.

The third paragraph of MnDOT 1801 is modified to read:

On Contracts with Disadvantaged Business Enterprise (DBE), 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-10 (1710) TRAFFIC CONTROL DEVICES All traffic control devices and methods shall conform to the Minnesota Manual on Uniform Traffic Control Devices (MN MUTCD), Minnesota Standard Signs Manuals Parts I and II, the Traffic Engineering Manual, and the following:

On any roadway having a 45 mph or higher speed limit prior to construction, all Category I and II temporary traffic control devices used after July 1, 2006 shall meet NCHRP 350 crash testing criteria. This includes all new and used

Page 21: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

CP 071-601-014 CSAH 1 From 66’ south of BNRR to CSAH 32

Sherburne County, April 2015

S-6

Category I and Category II devices. Category I devices include tube markers, plastic drums and cones, etc. Category II devices include portable sign supports, Type I, II, and III barricades, etc. The Contractor shall provide the Project Engineer a Letter of Compliance stating that all of the Contractors Category I and II Devices are NCHRP 350 approved as of July 1, 2006. The Letter of Compliance must also include approved drawings of the different signs and devices and shall be provided to the Project Engineer at the Pre-construction meeting. S-11 (1803) PROSECUTION OF WORK The provisions of 1803 are modified to the extent that the “Progress Schedule” (bar chart or critical path diagram) referenced in 1803.1 and elsewhere will not be required on this project. This shall, however, in no way lessen the Contractor’s responsibility for (1) providing the Engineer with the notifications required by the provisions of 1803.2; and (2) prosecuting the work diligently, as required therein, so as to assure satisfactory progress towards a timely completion of the Project. S-12 (1806) DETERMINATION AND EXTENSION OF CONTRACT TIME The Contract Time will be determined in accordance with the provisions of 1806 and the following:

The construction operations are scheduled to begin July 6, 2015 and shall be completed by August 14, 2015 except for miscellaneous clean-up work as approved by the engineer.

S-13 (1807) FAILURE TO COMPLETE WORK ON TIME The provisions of Mn/DOT 1807 are supplemented by the following:

Liquidated damages will be assessed for any work that remains uncompleted after the August 14, 2015 completion date as determined in accordance with 1807.

S-14 (1901) MEASUREMENT OF QUANTITIES The provisions of Mn/DOT 1901 are supplemented by the following:

1901.8 Mass – The County will allow the use of front-end loader scale tickets. The contractor will be required to provide an independent certified scale ticket each day of hauling. When basing quantities on uniform loads, the contractor will provide two weight tickets from an independent scale that provide the tare weight and the gross weight for the truck being weighed. The same shall apply if the contractor will be using a front end loader scale. When quantities are based by cubic yards, MnDOT standard conversions will be used as found in the MnDOT grading and base manual.

S-15 (1903) COMPENSATION FOR INCREASED OR DECREASED QUANTITIES Compensation for increased or decreased quantities is modified as follows: There will be no revised basis of payment for bid items that exceed 125 percent of the quantity bid schedule or

for bid items that are less than 75 percent of the quantity bid schedule. Final quantities will be paid as per contract unit prices.

S-16 (1906) PARTIAL PAYMENTS Partial payments in excess of 95 percent of the value of the completed work will not be made under this Contract. Paragraph 2 of Mn/DOT 1906 is hereby deleted and the following substituted therefore:

Sherburne County will not include stored materials at any location in partial payments. Bid items will be reimbursed complete in place only.

Page 22: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

CP 071-601-014 CSAH 1 From 66’ south of BNRR to CSAH 32

Sherburne County, April 2015

S-7

S-17 (1908) FINAL PAYMENT Before final payment is made for the work on this project, the Contractor must make a satisfactory showing that he has made a settlement with the owner, or owners, of the gravel, soil or rock deposits which the Contractor selects as a source material. An affidavit signed by the owner, or owners, to the effect that the Contractor has paid in full for all materials removed which were used on the project, and that the borrow sites have been left in a satisfactory condition to the property owner, or owners, shall be delivered to the County Engineer at the Sherburne County Public Works Department. S-18 (1910) FUEL ESCALATION CLAUSE The fuel escalation clause does not apply to this project. S-19 (2021.601) RAILROAD PROTECTIVE LIABILITY INSURANCE See ATT-2 for BNSF Permit. S-20 (2104) REMOVING PAVEMENT AND MISCELLANEOUS STRUCTURES Abandoned structures and other obstructions shall be removed from the Right of Way and disposed of in accordance with the provisions of Mn/DOT 2104, except as modified below:

Measurement and payment for the removal and disposal of materials will be made only for those Items of removal work specifically included for payment as such in the Proposal and as listed in the Plans. The removal of any unforeseen obstruction requiring in the opinion of the Engineer equipment or handling substantially different from that employed in excavation operations, will be paid for as Extra Work as provided in Mn/DOT 1403.

S-21 (2105) EXCAVATION AND EMBANKMENT Excavation and embankment construction shall be performed in accordance with the provisions of Mn/DOT 2105, and as modified below:

All topsoil and other unsuitable material shall be removed from the roadway prior to placing granular material and aggregate. The Contractor shall excavate, slope, grade, and compact the subgrade to the required cross-section and elevations as shown on the plans. All shaping, blading, compacting and miscellaneous items associated with the work shall be considered incidental to the corresponding bid item. The contractor shall maintain the subgrade at all times to the satisfaction of the engineer. If the contractor fails to maintain the subgrade after receiving a 24 hour notice from the engineer, a penalty will be assessed at a rate of $300 for each day beyond the 24 hour notice.

Compaction of all embankment construction shall be obtained by the “Quality Compaction Method” described in Mn/DOT 2105.3F2. The engineer will approve the subgrade before any gravel base is placed. Backfilling of all pipe trenches shall be compacted to the “Specific Density Method”, as described in MnDOT 2105.3F1. The contractor shall provide for all testing of trench backfilling and shall be incidental. A Soil’s Engineering Firm shall be utilized for all testing and the results shall be given to the county. A minimum of one test shall be taken at each culvert location.

The contractor will be required to place topsoil as grading operations are being completed minimizing erosion. Withholdings will be assessed as specified in MnDOT specification 2105.5. The contractor will be responsible to correct any erosion that occurs after 14 days of placement of material.

Page 23: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

CP 071-601-014 CSAH 1 From 66’ south of BNRR to CSAH 32

Sherburne County, April 2015

S-8

S-22 (2130.501) WATER Water will be used in accordance with the provisions of Mn/DOT 2130, except as modified below:

If and when the Engineer or Inspector on the jobsite request water to be placed on the road, the contractor has no more than 24 hours to meet this request or be subject to a $250/calendar day deduction in payment. The quantity of water to be placed on the road will be kept track of on a daily basis, when applied, with the Inspector on the jobsite. Water quantity may also be used for maintenance of residential seeding areas and blanket areas as deemed necessary by the inspector on the jobsite.

S-23 (2105.511) CHANNEL AND POND EXCAVATION (EV) The contractor will be required to remove sediment from storm sewer outlets, as shown in the plans. All excavated material shall be placed on adjacent slopes and seeded upon completion. Turf establishment can be delayed but will need to adhere to the requirement of the NPDES Permit. The unit bid price shall include all labor and equipment necessary to remove sediment from construction site. S-24 (2211.501) AGGREGATE BASE CLASS 5 Aggregate base courses shall be constructed in accordance with the provisions of Mn/DOT 2211 except as modified below:

Compaction shall be achieved by the "Quality Compaction Method" described in Mn/DOT 2211.3C. The unit bid price shall include all shaping, blading, compacting and miscellaneous items (including water) associated with this work. The contractor shall maintain the aggregate base at all times to the satisfaction of the engineer. If the contractor fails to maintain the aggregate base after receiving a 24 hour notice from the engineer, a penalty will be assessed at a rate of $300 for each day beyond the 24 hour notice. S-25 (2215.501) FULL DEPTH RECLAMATION This work shall consist of pulverizing and blending the inplace bituminous pavement and a portion of the underlying aggregate material to produce a uniform graded aggregate base.

The reclaimed bituminous shall meet the gradations of Class 5 aggregate base, table 3138-4. Any material larger than three inches and visible on the reclaimed surface, are to be removed from the job site. This includes any cracking filler material.

This work will include spreading, watering, compacting, shaping and maintaining the blended reclaim material to the specified cross-section as indicated in the construction plans.

Compaction shall be by the “Quality Compaction Method”. S-26 (2357) BITUMINOUS TACK COAT Bituminous tack coat shall be constructed in accordance with the provisions of 2357, except as modified below: The bituminous material for tack coat shall be Emulsified Asphalt CSS-1H or CRS-1 and will be considered incidental.

Water added to the emulsified asphalt can be applied as per Mn/DOT spec. 2357.3D and will be considered incidental.

Page 24: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

CP 071-601-014 CSAH 1 From 66’ south of BNRR to CSAH 32

Sherburne County, April 2015

S-9

S-27 (2360.501) TYPE SP 9.5 WEARING COURSE (2360.501) TYPE SP 12.5 WEARING COURSE All bituminous paving shall meet the requirements of MnDOT specification 2360 except as follows: Tensile Strength Ratio (TSR): The TSR sample will not be required for the production testing phases for this contract.

Maximum allowable RAP will not exceed 20% in any wear course mixture.

Mix Designation Numbers for the bituminous mixtures on this Project is as follows:

Type SP 9.5 Wearing Course – SPWEA440C Type SP 12.5 Wearing Course – SPWEB440C Type SP 12.5 Wearing Course – SPWEB240B (Bike Path)

2360.1G.3 Verification Sample

At least one Verification Sample will be taken each day 500 or more tons are produced. This verification sample may not be taken from the truck box, it must be taken from behind the paver. The contractor shall store all QA sample splits at the plant site.

2360.1G.4.b Sampling and Testing

The first paragraph of 2360.1G.4.b is hereby deleted and replaced with the following: QC samples shall be taken in accordance with the schedule of materials control and/ or as directed by the engineer.

2360.3 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)”. All payment for Incentive/Disincentive will be based on 2- 12' driving lanes.

Table 2360-23 (1 Percent Reduced Table) shall apply to all non-wearing courses and pavement placed on gravel or reclaimed surfaces.

2360.3. D.1.m One Percent Reduced Density:

The entire paragraph is hereby deleted and replaced with the following: The Department will exclude incentive payments for the reduced minimum density in accordance with Table2360-19 “Required Minimum Lot Density(Mat).

2360.3. D.1.n Longitudinal Joint Density is hereby deleted.

2360.3. D.3 Mat Density Cores (Optional Department Only Core Testing) is hereby deleted.

S-28 (2503.602) CONNECT TO EXISTING STORM SEWER 12”, 15”, 18”, 21”, 24”, 27” This item is for the connection of the new drainage structure to the existing storm sewer pipe. The unit bid price shall include all labor, material, and equipment necessary to make each connection. Payment will be per each connection made and includes, but not limited to, the following work: Any necessary dewatering Excavation to remove the existing pipe Removal and disposing of existing pipe Cleaning of pipe inverts before connection is made Furnishing and installing the proper length of new pipe to make the connection Wrap pipe joints and connections at the drainage structure with a MnDOT 3886.1 approve geotextile material Backfilling

Page 25: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

CP 071-601-014 CSAH 1 From 66’ south of BNRR to CSAH 32

Sherburne County, April 2015

S-10

S-29 (2504.602) HYDRANT The contractor shall furnish and install hydrant and 6” gate valve and box as per the City of Elk River’s specification, See ATT-3. The unit bid price shall include all labor, material, and equipment necessary to install the hydrant. Payment will be per each hydrant installed and will include, but not limited to, the following work: Any necessary dewatering Excavation to remove the existing hydrant and gate valve Removal and salvaging the hydrant and gate valve Furnishing and installing hydrant and 6” gate valve Backfilling The contractor shall have approval from the City of Elk River Municipal Utilities before backfilling of the trench. S-30 (2504.602) ADJUST GATE VALVE The contractor will adjust gate valves 1/4” to 3/8” lower than the finished bituminous surface or ground elevation. Measurement and payment will be on an each basis and includes all materials, labor and equipment necessary to adjust frame and ring casting to match proposed finished surface. S-31 (2531.604) 6” CONCRETE VALLEY GUTTER - HIGH EARLY The contractor is required to use high early strength concrete for the placement of the 6” concrete valley gutter. Where there is more than one entrance to a single property, one entrance may be temporarily closed for a period not exceeding two working days. It shall be the Contractor's responsibility to notify the affected property owner in advance of any such closure.

Where there is only one entrance to a property, the Contractor shall conduct his work to provide for vehicular ingress and egress to the property at all times. S-32 (2531.618) TRUNCATED DOMES The contractor is required to furnish and install truncated domes at location shown on the construction plans and as per MnDOT Standard plates 7038A. S-33 (2540.602) MAILBOX SUPPORT This work shall consist of furnishing and installing mailbox supports at the existing mailbox locations as directed by the Engineer in accordance with MnDOT Standard Plate 9350A. The contractor shall install the security chain as shown on the standard plate. The contractor shall use grade 5 bolts to fasten the support to the base post. The existing mailbox shall be salvaged and installed on the support, unless property owner provides new boxes. Existing A.D.S. and newspaper boxes (up to two per support) shall be installed using Minncor support brackets and shall be incidental to mailbox support.

The unit bid price will be on an each basis includes all labor, materials, and equipment necessary to salvage the existing mailbox and support, install new support and attach newspaper boxes.

S-34 (2563.601) TRAFFIC CONTROL The Contractor shall provide extra signing, and barricades when, in the opinion of the Engineer, his operations may constitute a hazard to traffic within the project area. This work shall be as directed by the Engineer and will be considered to be incidental to the contract and no direct compensation will be made therefore. All signing and barricades, for traffic control and detour signing, shall meet the requirements of Mn/DOT Standard Specifications and MN MUTCD.

Page 26: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

CP 071-601-014 CSAH 1 From 66’ south of BNRR to CSAH 32

Sherburne County, April 2015

S-11

The Contractor shall provide qualified flag persons in accordance with the applicable provisions of the Mn/DOT Standard Specifications, MN MUTCD, as determined by the Engineer, these Special Provisions, and the following:

Flag person shall be utilized when in the opinion of the engineer, it is warranted. The contractor is required to provide 2 flaggers at all times for the duration of the culvert replacements and construction of right turn and bypass lanes. This pertains to work both in and out of a detour zone. If the contractors fails to provide 2 flaggers, they will be assessed $100 per hour until 2 flaggers are on the site. Qualified flag persons shall be provided in order to safely provide for traffic control, primarily at intersections, in such numbers and for such items as determined by the Engineer. Flaggers shall not override in-place signals, stop signs or control interchanges without approval of the Engineer. The flag person shall be properly informed and have a STOP/SLOW sign with a five foot minimum staff. The flag persons shall be equipped with two-way radios. Except as otherwise authorized by the Engineer, the maximum length of the flagging operation shall be no more than 1 mile.

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

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

Establishing contact with local school district, government, law enforcement, and emergency response

agencies affected by construction before work begins.

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

The Contractor shall inspect, on a daily basis, all traffic control devices, which the Contractor has furnished and installed, and verify that the devices are placed in accordance with the Traffic Control Layouts, these Special Provisions, and/or the MN MUTCD. Any discrepancy between the placement and the required placement shall be immediately corrected. The person performing the inspection shall be required to make a daily log. This log shall also include the date and time any changes in the stages, phases, or portions thereof go into effect. The log shall identify the location and verify that the devices are placed as directed or corrected in accordance with the Plan. All entries in the log shall include the date and time of the entry and be signed by the person making the inspection. The Engineer reserves the right to request copies of the logs as he deems necessary. Measurement and Payment: No measurement will be made of the various Items that constitute Traffic Control but all such work will be construed to be included in the single Lump Sum payment under Item 2563.601 (Traffic Control) and 2563.601 (Detour Signing). Damages The contractor will assessed a penalty of $1,000 per day for each day there is not work being performed once the traffic control devices are placed.

Page 27: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

CP 071-601-014 CSAH 1 From 66’ south of BNRR to CSAH 32

Sherburne County, April 2015

S-12

S-35 (2573.601) STORM WATER MANAGEMENT The provisions of MNDOT 1717, 2573, and 2575 are supplemented with the following: Temporary Storm Water Management shall be for implementation and management of National Pollutant Discharge Elimination System (NPDES) permit and plan requirements to address temporary storm water pollution prevention plan (SWPPP) requirements as a distributed lump sum item. Temporary best management practices (BMP) used to establish permanent erosion prevention and permanent sediment control are paid for separately. Temporary storm water management work shall consist of managing soil erosion, storm water runoff, and project related water discharges in a manner to prevent, control, minimized and/or eliminate pollution to receiving water and/or properties adjacent to the project. Special emphasis of daily inspection reporting and corrective action response shall be made adjacent to all infiltration/filtration storm water quality treatment facilities, special and impaired waters, and DNR listed public waters. The project plan narrative includes preliminary estimated quantities and proposed locations or suggested uses as required for NPDES permit, but the contractor is expected to use creativity and efficiencies to supplement, eliminate or amend the design, and schedule appropriate BMPs such that the project remains in full compliance with all applicable project permits. The distributed lump sum item shall be considered to include the necessary Erosion Control Supervisor to perform all plan and permit required duties, implement a quality control program site plan amendment process of 1717 that following the plan and special provision narratives, addresses current and foreseeable construction operations with timely sediment control and erosion prevention BMPs, corrective action response including when directed by the project engineer, and good housekeeping protocols. The contractor is expected to demonstrate innovation utilizing rapid construction and other technologies and to reuse materials from the project as appropriate or as directed by the project engineer. Method of measurement This item will be measured by the month. The contractor shall submit in writing for project engineer acceptance to plan amendments, BMP selections or to any changes to the proposed preliminary estimated quantities prior to any land disturbance work in a particular area that indicate what, when, who, and quantity for all NPDES permit and plan requirements. This includes weekly and 0.5 inch and greater rain event monitoring and documentation for MNDOT 1717 and permit requirements. The project engineer will determine that the appropriate BMP has been properly installed for each proposed construction activity and verified with contractor supplied maintenance log each month with land disturbance activities. Items included in monthly measurement/tracking will include, but are not limited to, rock berms, silt fence, erosion control filter logs, curb inlet protection, vertical soil imprinting, sweeping, good housekeeping, spill prevention/management, bituminous and concrete slurry and dust management, temporary erosion prevention stabilization practices, restoration of damaged vegetation, construction exits and earthwork for temporary erosion prevention. These records of BMPs, maintenance activities, and/or letters of direction by the project engineer will be used to determine Basis of Payment Schedule as described in the next section. Basis of Payment and Schedule The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the Distributed Lump Sum price bid for “Temporary Storm Water Management” as percentage payments from expected months of temporary land disturbance activities divided into total lump sum. Month project intervals shall be determined at the preconstruction, critical path meeting or as appropriate for initial distributed payment.

a. Initiation of Distributed Lump Sum Payment. Payment for this Item will begin on the first month estimate after all control measures have been installed in accordance with the SWPPP narrative as provided in the plans and specifications and the commencement of construction as defined in the NPDES permit.

b. Paid Months. Monthly payment will be made each succeeding month for this Item provided that the SWPPP has been updated and control measures have been installed and maintained in accordance with the NPDES permit until the Contract Distributed Lump Sum Payment amount has been paid.

If the Contractor fails to update the SWPPP, and provide and properly maintained control measures in compliance with the Contract and permit requirements, as determined by the Engineer, the Contractor will be considered in noncompliance with this Item. Payment will be adjusted, as shown below, for the month(s) in question, and the total final payment quantity will be reduced by the adjustment reduction.

The following schedule of reduced payment will apply for noncompliance on corrections which take longer than 48 hours (2 Days) to correct.

Page 28: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

CP 071-601-014 CSAH 1 From 66’ south of BNRR to CSAH 32

Sherburne County, April 2015

S-13

(1) Between 48 and 72 hrs. (3 calendar days) = Loss of 10% of monthly payment. (2) Between 72 and 96 hrs. (4 calendar days) = Loss of 20% of monthly payment. (3) Between 96 and 120 hrs. (5 calendar days) = Loss of 30% of monthly payment. (4) Between 120 and 144 hrs. (6 calendar days) = Loss of 40% of monthly payment. (5) After 144 hrs. (6 calendar days) = Loss of 50% of monthly payment. (6) After 7 calendar days = Loss of one month's payment and all work will cease, time charges will continue until brought into compliance and is documented as per Method of Measure after MNDOT review.

Reduced payments do not release the contractor of liability for noncompliance.

c. Total Distributed Lump Sum Payment Quantity. The quantity paid under this Item will not exceed the total Lump Sum except as modified by change order and as adjusted by B. “Paid Months.” An overrun of the plans quantity for this Item will not be allowed for approving designs; testing; material shortages; closed construction seasons; establishment, performance, test, and maintenance periods; failure to complete the work in the number of months allotted; nor delays caused directly or indirectly by requirements of the contract.

e. Balance Due. If all work is completed in accordance with the NPDES permit, plans and accepted by the Engineer and before payment of the amount allowed by this Special Provision, the balance due will be paid on the next estimate after the Engineer’s approval that there is no more temporary land disturbance activities, 70% native background vegetative cover is met or equivalent permanent stabilization have been employed in accordance with the NPDES permit and project plans.

The 2575.601 Lump Sum price is full compensation for installation, maintenance, monitoring, adjustments, replacements, removal, materials, equipment, labor, tools, watering to establish temporary control measures, sprinkling for dust control, training, and incidentals. BMP items, along other temporary stabilization, sediment control, or water quality damage caused by contractor actions or inactions will not be measured nor paid for separately. S-36 (2574.525) COMMON TOPSOIL BORROW (CV) The contractor shall utilize a shouldering machine to place the common topsoil borrow material along both edges of the bike path. The unit bid price includes all materials, labor, and equipment necessary to furnish, place, and spread the topsoil as directed by the engineer. S-37 WORK SEQUENCING The contractor shall coordinate all construction activities with on site utilities. One week prior to the closure of any road, the contractor shall install and maintain the information sign informing the traveling public of when the road will be closed. The Contractor shall schedule construction operations so as to minimize traffic exposure to uneven lanes, milled edges, and edge drop-offs. Only after every attempt has been made to avoid these conditions and one or more of them are deemed necessary, the Contractor shall provide and maintain the appropriate traffic control in accordance with the "DROP OFF GUIDELINES" in the Field Manual The contractor is required to complete the project as outlined in the “Construction staging and Traffic Control Plan” of the construction plans. All work will need to be completed in one stage before work can proceed in the next stage. The contractor will coordinate with Sherburne County so the loop detectors and conduit can be replaced for the traffic signals at School Street and Proctor Avenue. 48 hour notification will be require from the contractor stating when CSAH 1 will be ready. Sherburne County contact person is Mike Juricich; office 763-765-3354, cell 612-219-1780

Page 29: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

CP 071-601-014 CSAH 1 From 66’ south of BNRR to CSAH 32

Sherburne County, April 2015

S-14

All turf establishment items need to be completed before the final lift of pavement is placed. This does not apply for the section of CSAH 1 south of School Street. S-38 WORKING HOURS The normal working hours under this contract shall be between the hours of 7:00 a.m. and 9:00 p.m., Monday through Saturday. No work is to be performed on Sundays or legal holidays without written permission from the Engineer. S-39 VEHICLE CONSPICUITY SPECIFICATION All Contractors’, subcontractors’ and suppliers’ mobile equipment shall be equipped with operable amber beacons and/or light bars which shall meet the appropriate requirements of the following SAE specifications: 360 Degree Rotating Lights - SAE Specification J845 Flashing Lights - SAE Specification J845 Flashing Strobe Lights - SAE Specification J1318

Lights shall be mounted so that at least one beacon is visible at all times when at eye level from a 60-foot (18 meter) radius about the equipment. These lights shall be operating while in the work zone at all times. This specification is to be used for both day and night time operations. All costs incurred to provide beacons shall be incidental to the lump sum traffic control.

These warning lights/beacons shall be operating and visible immediately upon deceleration as a vehicle approaches the construction work zone or at a minimum distance of approximately 500 feet (152 meters) from the anticipated entry point. If the flashing lights are creating vision problems for workers, lights may be turned off at the discretion of the Engineer once the vehicle has completely entered the work zone. When a vehicle leaves the construction work zone, the lights shall be operating and visible at least 500 feet (152 meters) from the anticipated exit point or for a minimum period of 10 seconds before the vehicle exits the work zone and shall remain on until the vehicle has reached the posted speed in the traveled traffic lane.

Any warning lights/beacons shall be on the list of approved lights, which may be obtained by contacting: Vehicle Warning Beacons Office of Construction - MS 650 Transportation Building OR by calling (612) 296-3126 395 John Ireland Blvd. St. Paul, MN 55155-1899

S-40 ROAD APPROACHES/ENTRANCE PREPARATION The Contractor shall shape the existing public road approaches prior to paving as directed by the Engineer. This shall include any equipment necessary to provide a smooth and uniform road surface for paving. This shall be considered incidental to the contract. S-41 PERMITS The following permits have been or will need to be obtained for this project. BNSF Railway The contractor will be required to fill out the “Application for Roadway Surfacing/Resurfacing” that is provided in this specification. The contractor shall submit the application to BNSF and receive approval before any work is performed in railroad right of way. The contractor shall adhere to all requirements of the permit. NPDES Permit This permit will not be required for this project. The contractor shall adhere to the general permit requirements during this project.

Page 30: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

2461 STRUCTURAL CONCRETE

ATT-1

Page 31: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

S-1 (2461) STRUCTURAL CONCRETE S-1.1 MnDOT 2461.3.G.7 and 2461.3G.7.a shall be deleted and replaced with the following:

G.7 Air Content

Maintain the air content of Type 3 general concrete at the specified target of 6.5 percent (+2.0 percent and -1.5 percent) of the measured volume of the plastic concrete in accordance with 1503, “Conformity with Contract Documents.”

Make any adjustments immediately to maintain the desired air content.

Measure the air content at the point of placement but before consolidation.

G.7.a Non-Conforming Material

Only place Type 3 concrete meeting the air content requirements in the work. If the Contractor

places Type 3 concrete not meeting the air content requirements into the work, the Engineer will not accept non-conforming concrete at the Contract unit price.

For concrete not meeting the required air content, the Engineer will make determinations

regarding the disposition, payment, or removal. The Department will adjust the Contract unit price for the Contract item of the concrete in accordance with Table 2461-17. When there is not a separate Contract unit price for Structural Concrete for an item of work or the concrete is a minor component of the Contract unit price, the Department will reduce payment based on a concrete price of $100.00 per cu. yd [$130.00 per cu. m] or the Contractor-provided invoice amount for the concrete in question, whichever is less.

Table 2461-17

General Concrete (Target Air Content 6.5%) Air Content, % Adjusted Contract Unit Price

> 10.0 The Engineer, in conjunction with the Concrete Engineer will determine the concrete suitability for the intended use in accordance with 1503, “Conformity with Contract Documents,” and 1512, “Unacceptable and Unauthorized Work,”

>8.5 – 10.0 The Department will pay 75 percent of the Contract unit price for the concrete represented for material placed as approved by the Engineer.

5.0 – 8.5 The Department will pay 100 percent of the Contract unit price for the concrete represented, for material placed as approved by the Engineer.

>4.0 – <5.0 The Department will pay 75 percent of the Contract unit price for the concrete represented for material placed as approved by the Engineer.

>3.5 – 4.0

The Department will pay 25 percent of the Contract unit price for the concrete represented and placed as approved by the Engineer. If the Engineer, in conjunction with the Concrete Engineer, determines the surface is exposed to freeze-thaw cycling, coat the concrete with an approved epoxy penetrant sealer from the Approved/Qualified Products List.

≤ 3.5

Remove and replace concrete in accordance with 1503, “Conformity with Contract Documents,” and 1512, “Unacceptable and Unauthorized Work,” as directed by the Engineer. If the Engineer, in conjunction with the Concrete Engineer, determines the concrete can remain in place, the Engineer will not pay for the concrete and if the Engineer determines the surface is exposed to salt-brine freeze-thaw cycling, coat with an approved epoxy penetrant sealer from the Approved/Qualified Products List.

Page 32: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

BNSF RAILROAD PERMIT

ATT-2

Page 33: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

Jones Attn: 4300 ASuite 1Fort W We sushown Legal If a corContacMailingEmail A Legal If a corContacMailingEmail A Is this Is this Is App If yesWas th If yesIs this If yes ScopeName Name LocatioRailroaIs the wArea toLengthWill a c If yesPercen Attachand dis I underequire Date:

Lang LaSallePermit Servi

Amon Carter B100

Worth, TX 761

bmit for your n on the enclo

Name of Conrporation Statct Name: g Address: Address:

Name of Roarporation Statct Name: g Address: Address:

project ARRAa condemninlicant a Railros, BNSF Markhis service reqs, BNSF persin conjunctions, BNSF cont

of Services tof nearest towof nearest ro

on of proposead Milepost work to be peo be occupiedh of time for Pcrossing undes, location of ntage of proje

ed to this shestances to the

erstand that sements will be

If you requ

APP

e Brokerage, ices Blvd.

155

approval the osed sketch.

ntractor perfote in which inc

adway Authorte in which inc

A funded? g authority? oad Shipper?keting Rep Naquested by B

son requestingn with a tracktact name

to be performwn on RR adway crossi

ed occupancy

erformed withd Project: er the railroadrailroad milep

ect to be cond

eet is a locatioe centerline o

submission ofe forwarded a

ire additional

PLICATION

Inc.

following app

rming work: corporated

rity that will occorporated

Yes Yes

Yes ame NSF? Yesg service

k or track expa

ed?

ng RR y

in 50 ft. of the ft. (x) Date from:

d tracks be reposts ducted on RR

on plan and aof nearest railr

f this applicaafter the applic

assistance, p

FOR ROAD

plication for te

ccupy the pro

No No No

s No

ansion projec

¼ Section

Latitudee track? ft.

equired? Ye property:

a detailed skeroad track an

ation does nocation has be

please contac

WAY SURFA Applicaor SS #

emporary occ

(If not incoPhon

operty: (If not inco

Phon

ct? Yes

County

n

Yes

es

%

etch. Shown od road crossi

ot authorize oeen reviewed

Signed: Print NameTitle: Phone #:

ct your Jones

ACING/RES

ants Tax ID ##

cupancy on BN

rporated, attane #

rporated, attane #

No

Towns

No

DNo

Total

on the sketchng, bridge or

occupancy of and approve

e:

s Lang LaSalle

SURFACING

NSF Railway

ach name(s) o

ach name(s) o

Pho

Pho

Pho

hip Longitud

Date to:

Cost of Proje

h are exact diother railroad

f the propertyd by the BNS

e Brokerage,

Company’s r

of owners or pFAX

of owners or pFAX

one #

one #

one #

Sta

Rangede

ect: $

mensions of td structure.

y. Exact feesSF.

FAX

Inc. represen

right of way a

partners.)

partners.)

ate

e

the project ar

s and insuran

ntative.

s

rea

nce

Page 34: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

CITY OF ELK RIVER HYDRANT SPECIFICATIONS AND DETAILS

ATT-3

Page 35: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

Fire Hydrant Standard Specification Fire Hydrants

Hydrants shall be spaced so that all portions of a building or residence to be protected are within a 250-foot radius of a hydrant. Final review will be made by the Elk River Municipal Utilities Staff and the Fire Chief. Fire hydrants shall be Pacer Model WB-67 as manufactured by Waterous Company, and shall conform to AWWA C502.

Hydrants shall be furnished in conformance with the following supplementary requirements:

(1) Five-inch (nominal diameter) main valve opening of the type that opens against

water pressure with a pentagonal operating nut with one-inch sides (nominal 1.5 inches from point of pentagon to opposite side), and opening counterclockwise (left).

(2) Barrels shall be two piece, non-jacket type, with bottom of traffic flange set 2

inches above finish grade, 24 inch nozzle height above finish grade (16 inch break off extension, center of nozzle 22 inches above bottom of traffic flange), and with mechanical joint connection at the base for connecting to a 6 inch ductile iron pipe hydrant lead.

(3) Hydrant bury depth, measured from the top of the branch pipe connection to the

finished ground line at the hydrant, shall be 8'-0" (According to Waterous definition of "Bury"; hydrants with a bury of 8'-6" shall be furnished).

(4) Hydrants shall have two outlet nozzles for 2-1/2 inch (I.D.) hose connection and

one outlet nozzle for 4-1/2 inch (I.D.) pumper connection. Threads shall conform to NFPA No. 194 (ANSI B26) and shall be: hose connection - 7-1/2 threads per inch, 3.062 inch nominal outside diameter (National Standard Thread); pumper connection - 4 threads per inch, 5.750 inch nominal outside diameter (National Standard Thread). Nozzle caps shall be nut type with chain.

(5) Hydrant operating mechanisms shall be provided with "O" ring seals preventing

entrance of moisture and shall be lubricated through an opening in the operating nut or bonnet.

(6) Each hydrant lead shall be equipped with a resilient seated valve for shut-off

purposes and installed in accordance with the standard detail. (7) Drain holes shall be left open unless indicated otherwise, if so, indicated the

hydrant shall be tagged "Pump After Use".

Page 36: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

(8) The Contractor shall provide the Owner with one hydrant wrench for every ten (10) hydrants supplied or portion thereof. Cost of the wrenches shall be incidental to the project.

(9) “Hydrafinder” locating devices shall be installed on each hydrant. For every five

hydrant locating devices installed, one hydrant locating device shall be delivered to the Elk River Municipal Utilities. “Hydrafinder” hydrant locating devices, as manufactured by Rodon Corporation, shall be five feet in length and furnished with a “flat” steel mounting bracket and MIL SPEC spring mount.

Setting Hydrants

Hydrants shall be provided and installed as required by the plans and detail plates, and with each installation accomplished in accordance with the requirements for installation of mainline pipe to the extent applicable. All hydrants and leads shall be restrained from the main to the hydrant through the use of threaded rods or megaluged as restraints in accordance with the detail.

Hydrants shall be installed plumb, with the height and orientation of nozzles as shown on the plans and details. The large pumper nozzle shall be oriented squarely facing the street. If the hydrant installation results in the pumper nozzle not facing the street, the hydrant head shall be rotated accordingly. The traffic flange of the hydrant shall be set with the bottom of the flange 2 inches above finish grade. When a hydrant barrel extension is installed the traffic flange shall be adjusted to remain at 2 inches above the finish grade.

A drainage pit of a minimum volume of one cubic yard shall be constructed around the hydrant base and filled with 3/4 to 1- inch drain rock firmly compacted under and around the hydrant base and to 6 inches above the hydrant drain hole. The drain rock shall be covered with geotextile fabric, 6 mil polyethylene, or two layers of tar paper prior to backfilling. Hydrant drain holes shall normally be left open. Hydrants located where the groundwater is above the drain hole shall have the outlet factory plugged to ensure proper plug installation. The hydrant shall have a permanent tag attached stating "Pump After Use". The pumper nozzle shall be factory painted in accordance with the City standard to identify the hydrant as having a plugged drain hole and needing to be pumped out after use.

Page 37: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH
Page 38: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH
Page 39: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT SCHEDULE OF MATERIALS CONTROL LOCAL GOVERNMENT AGENCY

ATT-4

Page 40: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

1603.2 SAMPLING AND TESTING - INSERT INTO SPECIAL PROVISIONS

The first paragraph is hereby deleted and replaced with the following:

Certified Sources

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.

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.

Quality assurance (QA) is a process-centered approach to ensuring that the best possible products or

services are provided.  Related to quality control, quality assurance focuses on enhancing and improving the

process that is used to create the end result, rather than focusing on the result itself. Among the parts of the

process that are considered in QA are planning, design, development, production and service.

Quality control (QC) is a process that is used to ensure a certain level of quality in a product or service. It

includes actions deemed necessary to provide for the control and verification of certain characteristics of a

product or service. It involves thoroughly examining and testing the quality of products or the results of

services. The basic goal of quality control is to ensure that the products or services that are provided meet

specific requirements and characteristics.

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 "qualified" products.

Sampling and testing of materials for this project will be in accordance with the State Aid

for Local Transportation (SALT) “Schedule of Materials Control – Local Government

Agency” (SMC-LGA). The SMC-LGA establishes the size of samples and the minimum rate

of testing. The SMC-LGA references the 2014 MnDOT Standard Specifications for

Construction and does not set contract requirements for the material.

Products are predicted to meet all applicable standards and specifications, but random sample testing is

required to verify specific product lots meet specifications prior to usage. These products are generally

considered to be "qualified" but not approved until tested for compliance. Successfully tested products lots are

considered to be "approved". The approval process for the individual product should specify any further

testing requirements for the product.

SALT Construction Website

Approved Products List

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.

Definitions

Schedule of Materials Control (SMC) are inserted into project proposals to direct how materials are to be

sampled. The SMC is updated yearly. Each SMC is project specific. Therefore, one needs to refer to their

specific proposal.

MnDOT Schedule of Materials Control

MnDOT Office of State Aid for Local Transportation. The SMC - LGA is located at the construction page

under "Information & Resources - Manuals".

January 2015

Page 41: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Material TypeMaterials

Spec.*

Minimum Required Agency

Acceptance Testing - QA

QC Testing

Rates**

Lab

Sample

Aggregate Surfacing

Aggregate Base

Drainable Aggregate

Base (OGAB & DSB)3136 None

Granular

Borrow/Embankment

Select Granular

Borrow/Embankment

Modified Granular

Borrow/Embankment

Stabilizing Aggregate 3149

Full Depth Reclamation 31351/12,000 yd

2 unless directed by

Engineer

1/6,000 yd2

& depth

check

None

Granular Filter 3601 1/source

Granular Backfill

Aggregate Backfill

Granular Bedding

Aggregate Bedding

Coarse Filter

Fine Filter

Aggregate Base

Aggregate Shoulders

Granular

Borrow/Embankment

Select Granular

Borrow/Embankment

Modified Granular

Borrow/Embankment

Aggregate Base

Aggregate Shoulders

Granular

Borrow/Embankment

Select Granular

Borrow/Embankment

Modified Granular

Borrow/Embankment

Aggregate Base

Aggregate Shoulders

Full Depth Reclamation 3135 1 DCP tests/3,000 yd2

Granular

Borrow/EmbankmentSelect Granular

Borrow/Embankment

Modified Granular

Borrow/Embankment

1/1,800 Tons

Pro

cto

r T

est *(

Re

qu

ire

d

for

Sp

ecifie

d D

en

sity) 1/source

3149.2B1

Roadway Embankment: One test/4000 yd3 (CV),

Structures Trenches: One test/500 feet of each structure

length at various depths.

None

GRADING AND BASE CONSTRUCTION ITEMS 1 of 3

None

Pe

ne

tra

tio

n I

nd

ex M

eth

od

(DC

P)

Ind

ex *

1/source

30 lb.

500 to 4000 = 1/1000 Tons,

4000 to 10,000 Tons = 4

tests/Lot

1/source

30 lb.

1 sample 25

lb.None

3149.2B1

1 per major soil, subgrade

preparation specified density

requires 100% of proctor density.

Sp

ecifie

d D

en

sity

Te

st*

or

Nu

cle

ar

De

nsity T

estin

g

None

Roadway Embankment: One

test/4000 yd3 (CV), Structures

Trenches: One test/500 feet of

each structure length at various

depths.

1/20,000 Cubic Yards -

Compacted Volume - CV

1/10,000

Cubic Yards -

Compacted

Volume - CV

1/source 30

lb.

31381 DCP tests/500 yd

3 (CV) or

1/900 Tons

3149.2B1

None

1/1,000 tons

stockpile

1/ source unless directed by

Engineer 2/source

before

delivery

Gra

da

tio

n T

estin

g

( S

ee

No

tes 2

& 3

)

Aggregate Shoulders

3138

3149.2B1

3149

3138

3138

January 2015

Page 42: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Material TypeMaterials

Spec.*

Minimum Req'd Agency

Acceptance Testing - QA

QC Testing

Rates**

Lab

Sample

Aggregate Base

Aggregate Shoulders

Full Depth Reclamation 31351/6000 yd

2 unless directed by

EngineerNone

Embankment Soil;

Excavation & Borrow3149

1/18,000 Tons Required for

Specified DensityNone None

Pe

rce

nt

Cru

sh

ing

Particle Count

( note 1 )1 / Day

1/source

30lb

Qu

alit

y

Aggregate Quality Tests

3138

3149

3601

1/ source unless directed by

EngineerNone

1/source

30lb

** QC testing is a requirement of 2211, these rates are for informational purposes.

Laboratory Samples are companion split samples to the QA sample:

1. Samples are not required for 1,000 tons or less.

2. Include the laboratory companion with the first field sample.

3. Include the field sample results with the laboratory sample.

4. Laboratories with AMRL Accreditation are not required to submit laboratory companion samples.

5. Carbonate aggregate materials require 50 lb. samples for the laboratory testing.

NOTE 1:

NOTE 2:

NOTE 3:

Percent crushing test is not required when the material is crushed from a quarry or contains 25%

or greater recycled materials.

Submit a laboratory companion to the first Acceptance Gradation sample for a bituminous

extraction, see 3138.2C. Full Depth Reclamation samples are not required.

The Certification of Aggregates and Granular Materials procedure and

documentation of testing locations is at the discretion of the Engineer.

Samples are not required for less than 500 tons (275 yd3).

Conversions: 1 ton = 0.55 yd3 (CV), 1 ton = 0.7 yd3 (LV), 1 yd3 (CV) = 1.8 tons.

GRADING AND BASE CONSTRUCTION ITEMS 2 of 3

3138

None

None

(Required for Quality Compaction or DCP Method)

1/ source unless directed by Engineer,

(required for 3138.2B & C, 3149.2C & G1,

3136.2B Drainable Bases).

* Review the Special Provisions. Aggregate compaction will be by the "Penetration Index Method" unless

otherwise designated in the Special Provisions. Other compaction methods include the "Specified Density

Method (sand cone), or the "Quality Compaction Method". See 2211.3.D.2 Compaction. Nuclear Density

may be used by change order.

Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project.

Mo

istu

re C

on

ten

t T

est

Du

rin

g C

om

pa

ctio

n

1/1,800 Tons or 10 tests

whichever is less unless directed

by the Engineer

January 2015

Page 43: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

3149 Granular Materials

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.

Bitumen

Content

Yes, if it contains

Bitumen

LAR Not applicable

Insoluble

Residue

Yes, if source is

carbonate quarry and

does not contain

bitumen.

Litho

Exam &

Shale

Float

Test

Yes, for Medium Filter

Aggregate

Click here for testing procedures in the Grading & Base Manual.

Forms and worksheets at the Grading & Base Website.

Gradation worksheets at the SALT Construction Website

GRADING AND BASE CONSTRUCTION ITEMS 3 of 3

3138 Aggregate for Surface and Base 3136 Drainable Bases

Crushing

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.

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.

Yes, if it contains Bitumen Not applicable

Yes, if source is carbonate quarry and does

not contain bitumen.Yes

Yes, if source is carbonate quarry and does

not contain bitumen.

Yes, if source is carbonate

quarry.

Guidelines for Required Crushing & Aggregate Quality Tests

January 2015

Page 44: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Yes

No

2360.2.G.7.b

2360.2.G.7.c

2360.2.G.7.d

2360.2.G.7.a

2360.2.E.7.e

2360.2.G.7.f

2360.2.G.7.a/f

2360.2.G.7.g

2360.2.G.7.h

2360.2.G.7.a

2360.2.G.7.b

2360.2.G.7.c

2360.2.G.7.d

2360.2.G.7.a

2360.2.E.7.e

2360.2.G.7.f

2360.2.G.7.a

2360.2.G.7.g NOTE 1

2360.2.G.7.h NOTE 2

2360.2.G.7.i

2360.2.G.7.j

2360.2.G.7.k

2360.2.G.7.l

2357

2360.3.D

* Review Special Provisions & 2360.2.G Mixture Quality Management.

** The testing rates apply only to mixtures that have not been tested on previous projects.

Mixtures from previous years should use the start- up testing rates.

NOTE

1:

NOTE

2:

NOTE

3:

BITUMINOUS QUALITY MANAGEMENT

Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project.

Testing rates are minimums, additional testing is encouraged to ensure a quality product.

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.

Review special provisions

Small Quantity Requirements See 2360.2G.5 & 2360.3G

Mixture Moisture Content As directed by the Engineer

Asphalt Binder Certified Supplier

Asphalt Emulsion Certified Supplier

Sta

rt-U

p T

esting R

ate

s for

the 1

st

2000 tons *

*

When directed by the Materials

EngineerPro

duction T

esting R

ate

s

Spec Section *Contractor - QC

Testing Rates

Shall be a Certified Supplier - No Samples Required unless otherwise directed by the Engineer.

Agencies using MnDOT Metro Inspection Services will be sampled at the current MnDOT Schedule

of Materials Control rates and will be billed accordingly.

1 Verification

Mixture Sample

per day/ mix type,

submit companion

to the QC - CAA &

FAA test results.Added AC/Total AC Ratio (calculated)

NOTE 3 (1qt. Steel container for asphalt

binder. 1/2 gal. plastic container with wide

screw top for emulsion)

1 per 1000 tons

55 lb. sample

3 full cylinder

molds

Maximum Specific Gravity

Air Voids (calculated)

Asphalt Content

Adj. Asphalt Film Thickness (AFT)

Aggregate Specific Gravity

Compaction / Density Requirements

2 tests/day for a minimum of 2 days, then 1 per day if FAA is met. If FAA > 5% of requirement, 1

sample/day but test 1/week.

2 tests/day for a minimum of 2 days, then 1 per day if CAA is met. If CAA > 8% of requirement, 1

sample/day but test 1/week. No testing required for Class A and or B Aggregates.

Bulk Specific Gravity

TSR

Fine Aggregate Angularity (FAA)

Gradation (minimum of 1 per day)

Coarse Aggregate Angularity (CAA)

Fines to Effective Asphalt Ratio calc'd

Added AC/Total AC Ratio (calc'd)

Type of TestAgency - Testing

Rates

1 Verification

Mixture Sample

per day, all

Verification

samples are from

a split (QC/QA)

sample.

Maximum Specific Gravity

Air Voids (calculated)

Asphalt Content

Adj. Asphalt Film Thickness (AFT)

Gradation

Bulk Specific Gravity

1 per 500 tons

55 lb. sample

3 full cylinder

molds

Coarse Aggregate Angularity (CAA)

1 per 1000 tons Fine Aggregate Angularity (FAA)

January 2015

Page 45: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

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.

2356

3137.2

B

Stockpile: 1/1,500 Tons (min 1/day)

Chip Spreader Hopper: 1/day1/day from Hopper. 30 lbs.

3151

2350Asphalt spot check: min 1/day -

Tests,%AC,gradation,Gmm,Gmb,

Voids,VMA,CAA,Draindown,VCA,

fines/effective asphalt.

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 Emulsion List Asphalt Binder List

2353

3151

2354

2356

2357

3151

2355

2356

2357

Stone Matrix Asphalt - SMATests: %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 Enginner.

Lab Manual 1203, 1204,

1205, 1211, 1214, 1806,

1807, 1808, 1813, 1853,

1854, 1855, AI SP-2

AASHTO T305

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.

2365

Micro-Surfacing

Seal Coat & Otto Seal

Tack Coat

PASSRC & PASB

Flakiness Index

Bituminous Seal Coat

Sample taken from first load on first

day, submit to Agency: 30 lbs.2356

Agency will test at their discretion,

see Lab Manual 1223

BITUMINOUS SPECIALTY ITEMS

Type of Test Spec Contractor - QC Testing Rates Agency - Testing Rates

Bituminous Mixture

Asphalt Binder Rate

Gradation

PASSRC & PASB

Micro-Surfacing

Seal Coat & Otto Seal

% Crushing - CAA

Moisture / Aggregate

PASSRC & PASB

Micro-Surfacing

Sand Equivalence

Micro-Surfacing

UTBWC

PASSRC & PASB

Asphalt Binder Tests

UTBWC

2363

3139.3

1 per 1,000 Ton with a minimum 1

per day.

1 per day from gradation test. 35

lbs.

2363

3139.3

1 per 1,000 Ton with a minimum 1

per day.1 per day. 35 lbs.

2354

3139.5

Machine Hopper: 1/500 Tons (min

3/day)1/day 2lbs

2354

2356

3151.2G

Stockpile or Machine Hopper: 1/500

Tons (min 1/day)

1/day, test at Engineer discretion,

25 lbs.

1/300 Tons, min 1/day. %AC,

Gradation, Max SpG, Adj.AFT

1/day, 20 lbs. 1 cylinder from truck

box.

Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project.

Verify Application Rate 1/day Verify Application Rate 1/day

2354 Verify Application Rate 3/day Verify Application Rate 1/dayMicro-Surfacing

Fog Seal

Seal Coat & Otto Seal

Bit Tack Coat

January 2014

Page 46: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Test Type MnDOT Spec Producer Testing

2461.3F3Agency Testing** Form

Gradation 3126, 3137

When over 20 yd3 per week:

Coarse 1 per 200 yd3,

Fine 1 per 200 yd3

Minumum 1 per project.

Moisture Content 2461 1 every four hours At the Engineer's discretion

Aggregate Quality

Coarse Aggregate

Minus 200 sieve

Air Content - Type

3 Concrete *

Slump *

Air and Concrete

Temperature

2519

* The first load of concrete must have passing air content and slump prior to placement.

Test

Moisture

** Agencies using MnDOT Metro Inspection Services will be sampled at the current MnDOT Schedule of

Materials Control rates and will be billed accordingly. Small quantity is 25 yd3 or less per week with no

gradation testing or plant monitoring required.

21763 2449 24143

Test at Contractor's discretion.

Minimum of 1 per project - use

of MnDOT test results for the

same 30 day time period is

acceptable

2448 W

eekly

Concre

te R

eport

1 (set of 3) per 100 yd

3 Record slump, temperature, and air

content for each cylinder.

2409

Concre

te

Cylin

der

Card

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.

30 lb. Fine Aggregate

MnDOT Spec

Compressive

Strength

2461

Minimum Sample Size

Gradation 25 lb. for 3/4” Plus Coarse Aggregate. 6 lb. for CA-70

Test first load each day per mix, then 1 test per 100 yd3

Slump test not required for slip form placement.

Record temperature each time air content, slump or strength

test specimen is performed/fabricated.

CERTIFIED READY - MIX CONCRETE

Test first load each day per mix, then 1 test per 100 yd3

The Prime Contractor is responsible to assure that all ready-mix concrete used is produced by an annually

Certified Ready-Mix plant. The requirements for Certified Ready-Mix Concrete are detailed in Specification

2461.3F3 and are subject to compliance inspections by the Engineer.

500 g for Fine Aggregate 2000 g for Coarse Aggregate

Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project.

3126

3137

Test Type Agency Testing** Form

10 lb. for 3/4” Minus Coarse Aggregate 1.1 lb. for CA-80 & Sand

Quality 50 lb. for 3/4" plus Coarse Aggregate

30 lb. for 3/4" minus Coarse Aggregate

January 2015

Page 47: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Test Type Spec. Contractor Testing Agency Testing Form

Gradation,

Quality, Coarse

Agg -200

3126

3137

Prior to production, provide the

Agency with: Aggregate pit

numbers, 1 passing gradation

result per fraction per source.

No quality test results are required.

Test Agency companion samples

are Contractor's discretion.

1 per fraction prior to production

and each time aggregate is

delivered to the site.

2410 S

am

ple

ID

Card

Air Content - Type

3 Concrete None

1 per 15 yd3, Test at beginning of

pour each day.

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

StrengthNone 1 cylinder (28 day) per 30 yd

3

2409 C

yl.

ID C

ard

Thickness

(QC/Verification)2301

The Contractor drills concrete

cores or probes the plastic

concrete at locations determined

by the Agency

Determine locations using random

numbers. 24327

Test

Moisture 500 g for Fine Aggregate

Revie

w C

oncre

t M

anual

Website

Weekly

Report

of

Low

Slu

mp

Concre

te

Gradation 25 lb. for 3/4” Plus Coarse Aggregate.

10 lb. for 3/4” Minus Coarse Aggregate

30 lb. Fine Aggregate

Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project.

LOW SLUMP CONCRETE FOR BRIDGE DECK OVERLAYS

Minimum Sample Size

6 lb. for CA-70

1.1 lb. for CA-80 & Sand

Quality 50 lb. for 3/4" plus Coarse Aggregate

30 lb. for 3/4" minus Coarse Aggregate

2000 g for Coarse Aggregate

January 2015

Page 48: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Test Type Spec. Contractor Testing Agency 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 at Contractor's discretion.

Gradation: 1 per aggregate fraction

prior to production and each time

aggregate is delivered to the site.

Quality Testing & Course 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 S

am

ple

ID

Card

Air Content - Type

3 Concrete None

1 per 15 yd3, Test at beginning of

pour each day.

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

StrengthNone 1 cylinder (28 day) per 30 yd

3

2409

Cyl. ID

Card

Revie

w C

oncre

te M

anual

Website

21412 W

eekly

Report

of "L

ow

Slu

mp

Concre

te".

CONCRETE PAVEMENT REPAIR - CPR for 3U18

Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project.

January 2015

Page 49: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Test Type Spec. Concrete Paving Batch Plant Certified Ready-Mix Plant

Gradation (1) 3126

3137

When over 250 yd3 produced per

day: 1 per 1500 yd3, or completed 1

per 1/2 day, whichever is the higher

sampling rate.

When over 20 yd3 produced per day:

1 per 400 yd3, or completed every 4

hours, whichever is the higher

sampling rate.

Coarse Aggregate, -

200 sieve (2)3137 1 per day at the plant thereafter. 1 per day at the plant thereafter.

Aggregate Moisture

QC Verification (3)

3126

3137

If w/c incentives do not apply: 1/1000

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

Unit Weight QC

Air Content QC

Coarse and Fine

Aggregate Quality

3126

3137

Coarse Aggregate

Quality Testing for

Incentive /

Disincentive

3137

CONCRETE PAVEMENT - PRODUCER / CONTRACTOR 1 of 2

Revie

w C

oncre

te

Manual

NOTE (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.

NOTE (2): Sample and test Coarse Aggregate -200 testing at the same rates as gradation testing. Test the

first sample and 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. Test these samples at the plant.

NOTE (3): 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.

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.

If w/c incentives apply: Obtain

the plastic concrete sample at the plant.

Test one load of concrete per day at the plant. See

Concrete Manual (5-694.542)

Test the first load of concrete at the plant

Test at the Contractor's discretion.

Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project.

January 2015

Page 50: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Test Type Spec.

Air Content before

consolidation for

Type 3 concrete

Air Content after

consolidation for

Type 3 concrete

Slump

Concrete

Temperature

Flexural Strength

Concrete Pavement

Texture

Thickness

Surface

Smoothness

Test

6 lb. for CA-70

1.1 lb. for CA-80 & Sand

Moisture 2000 g for Coarse Aggregate

Minimum Sample Size

Gradation 25 lb. for 3/4” Plus Coarse Aggregate.

Quality 30 lb. Fine Aggregate

Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project.

500 g for Fine Aggregate

10 lb. for 3/4” Minus Coarse Aggregate

50 lb. for 3/4" plus Coarse Aggregate

30 lb. for 3/4" minus Coarse Aggregate

Test 1 air content per 1/2 day of slip form paving to establish an air loss

correction factor (ACF). See Special Provisions for additional information.

1 per 300 yd3 or 1 per hour, whichever is less. Test first load each day per

mix.

CONCRETE PAVEMENT - PRODUCER / CONTRACTOR 2 of 2

Concrete Field Testing - Contractor

Revie

w C

oncre

te M

anual W

ebsite

Contractor provides MnDOT certified inertial profiler results for the entire

project as required by the contract. Check for current certification.

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.

Record temperature each time air content, slump or strength test specimen

is performed/fabricated by the Contractor.

1 beam (28 day) per day. 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.

1 per 1000 lineal feet per lane of concrete pavement at locations determined

by the Agency. The Contractor supplies all materials necessary to perform

the required testing.

The Contractor drills concrete cores at locations determined by the Agency.

The Contractor probes the plastic concrete at locations determined by the

Agency.

January 2015

Page 51: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Test Type Spec. Concrete Paving Batch Plant Certified Ready-Mix Plant Form

Gradation (1) 3126

31371 per day randomly thereafter.

1 per 1000 yd3 or 1 per week

whichever is higher, randomly.

Coarse

Aggregate,

-200 sieve (2)

3137 1 per week randomly thereafter.1 per 1000 yd

3 or 1 per week

whichever is higher, randomly.

Aggregate

Moisture - QC

Verification (3)

3126

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.

Water Content,

Microwave Oven

Verification (4)

Concre

te

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 and Fine

Aggregate Quality

(5)

3126

3137

2410 S

am

ple

ID

Card

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

CONCRETE PAVEMENT - AGENCY 1 of 2 *

NOTE (3): 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.

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.

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 Aggregate Quality Incentive/Disincentive Sampling Rates

21764 A

gg

Work

sheet

Concre

te W

/C R

atio

Calc

ula

tion W

ork

sheet

Coars

e A

gg Q

ualit

y Incentive /

Dis

incentive W

ork

sheet

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.

NOTE (1): Test the first 4 QA samples of production each time the Contractor mobilizes the plant in a

calendar year or changes aggregate sources. If Coarse Aggregate Quality Incentive / Disincentives apply:

The Agency may also use the QA samples for incentive / disincentive testing. Notify the 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.

NOTE (2): Sample and Test Coarse Aggregate -200 testing at the same rates as gradation testing. 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.Test these samples

at the plant.

January 2015

Page 52: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Test Type Spec. Form

Air Content before

consolidation for

Type 3 concrete

Air Content after

consolidation for

Type 3 concrete

Slump

Concrete

Temperature

Flexural Strength

2162

Test

Beam

Data

Concrete

Pavement Texture

Textu

re

Work

sheet

Thickness

24327

Core

Report

Surface

Smoothness

Pro

file

Sheet

Test

Moisture

Minimum Sample Size

Gradation 25 lb. for 3/4” Plus Coarse Aggregate. 6 lb. for CA-70

Quality 30 lb. Fine Aggregate

500 g for Fine Aggregate

1.1 lb. for CA-80 & Sand

2000 g for Coarse Aggregate

Concrete Field Testing - Agency

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.

Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project.

10 lb. for 3/4” Minus Coarse Aggregate

50 lb. for 3/4" plus Coarse Aggregate

30 lb. for 3/4" minus Coarse Aggregate

NOTE (5): 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.

CONCRETE PAVEMENT - AGENCY 2 of 2

NOTE(4): If w/c incentives apply: Microwave oven verification testing to verify the w/c ration is completed in

conjunction with Agency aggregate moisture testing. Do not leave samples unattended.

I correlation air test per day

2448 W

eekly

Concre

te R

eport

1 air test per day

For fixed form placement: 1 slump test per day.

For slip form placement: No slump testing required.

Record temperature each time air content, slump or strength test

specimen is performed/fabricated by the Agency.

Revie

w C

oncre

te M

anual W

ebsite

Supply beam boxes, cure, and test beams. MnDOT standard beam box

size is 6" x 6" x 20" unless other sizes or types are approved by the

Concrete Engineer.

Determine texture testing locations using random numbers.

None

January 2015

Page 53: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Test Type Spec. Contractor Testing Agency 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 S

am

ple

ID

Card

Test Type Spec. Form

Test

Moisture

Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project.

Testing

Contractor Testing: None

DBR Material

Compressive

Strength

Revie

w C

oncre

te M

anual

Gradation 25 lb. for 3/4” Plus Coarse Aggregate. 6 lb. for CA-70

10 lb. for 3/4” Minus Coarse Aggregate 1.1 lb. for CA-80 & Sand

Quality 50 lb. for 3/4" plus Coarse Aggregate

30 lb. for 3/4" minus Coarse Aggregate

500 g for Fine Aggregate 2000 g for Coarse Aggregate

30 lb. Fine Aggregate

DOWEL BAR RETROFIT - DBR

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.

Minimum Sample Size

2409 C

ylin

der

ID C

ard

January 2015

Page 54: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Kind of Material Spec. #

Manufactured Topsoil

Borrow, Salvaged

Topsoil (stockpiled)

3877.2

Plant Stock &

Landscape Materials

3861 and

2571.2A1

Erosion Control

Blanket 3885

Erosion Control

Netting3885

Silt Fence 3886

Erosion Stabilization

Mat3885

Flotation Silt Curtain 3887

Filter Logs 3897

Flocculants 3898

Fertilizer 3881

Agricultural Lime 3879

Mulch - Type 3

Mulch - Type 6 -

Woodchips

Seeds

Native Seed

Sod 3878

Compost (from

Certified Source)

Compost (from Non-

Certified Source)

Hydraulic Soil

Stabilizer 3884

3890

Obtain copy of Certificate of Compliance and MSDS

Check Approved/Qualified Products List - As directed by the Engineer.

(Certified Vendors Only) (Mixes 100-299) Check for Certified Vendor

tag from Minnesota Crop Improvement Association (MCIA).

(Mixes 300-399) certified seed only. Check for Certified Vendor tag from

Minnesota Crop Improvement Association (MCIA).

Certified Weed Free (Certified sources only) Check for Certified Vendor

tag from Minnesota Crop Improvement Association (MCIA).

Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project.

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.

Visual Inspection and Check approved products

or approved vendors list - As directed by the Engineer.

LANDSCAPING AND EROSION CONTROL ITEMS

Min. Required Acceptance Testing (Field Testing Rate)

As directed by the Engineer

Accepted, based on manufacturers certification of compliance.

Check weight of fabric.

3876

Visual Inspection - As directed by the Engineer.

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.

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

3882

Contractor must supply amount of ENP (Equivalent Neutralizing Power)

for each shipment.

Obtain copy of invoice of blended material stating analysis.

None

January 2015

Page 55: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Kind of Material Spec. No.

Asphalt Plank 3204

Calcium Chloride 3911

Magnesium Chloride 3912

Hot-Pour Crack Sealant

(for Crack

Sealing/Filling)

3719

3723

3725

Pavement Joint

Adhesive

Special

Provisions

Traffic Marking PaintSpecial

Provisions

Non-Traffic Striping

Paints3500 Series

Bridge Structural Steel

Paint3520

Exterior Masonry Paint 3584

Noise Wall StainSpecial

Provisions

Drop-on Glass Beads 3592

3354

3355

Special

Provisions

Signs and Markers 3352

Waterproofing Materials - Three Ply System

Paints

Visual Inspection - Check qualified products list. Retain Certificate of

Compliance.

Pavement Marking

Tape

Fabric 3201

Asphalt Primer 3165

Visual Inspection - As directed by the Engineer.Waterproofing Asphalt 3166

3590

Waterborne Latex -

Traffic Paint3591

Visual Inspection - Check qualified products list - retain Certificate of

Compliance.

Retain Certification of Compliance

CHEMICAL ITEMS

Min. Required Acceptance Testing (Field Testing Rate)

Membrane

Waterproofing System3757 Visual Inspection - Check qualified products list.

Waterproofing Materials

Visual Inspection - As directed by the Engineer.

Review the percentage required as per specification.

Retain Certification of Compliance

Epoxy Traffic Paint

Visual Inspection - Check qualified products list.

Visual Inspection - Check qualified products list. Retain Certificate of

Compliance.

Visual Inspection - Check approved products list - retain Certificate of

Compliance.

January 2015

Page 56: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Kind of Material Spec. No.

Fittings - Splicers, Bolts,

Posts etc.3381

Structural Plate Beam 3382

Non-High Tension

Guard Rail Cable3381

High Tension Guard

Rail Cable

Special

Provisions

Steel Sign Posts 3401

3403

3406

3379

Barbed Wire

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

Water Pipe and other

Piping Materials

3364, 3365,

3366 &

Special

Provisions

Uncoated Bars 3301

Epoxy Coated Bars 3301

Spirals 3305

Stainless Steel BarsSpecial

Provisions

Fence Posts, Brace

Bars, Rails and others

Metals 1 of 2

Min. Required Acceptance Testing (Field Testing Rate)*

Visual Inspection - As directed by the Engineer.

Retain Certificate of Compliance in Project file.

Visual Inspection - As directed by the Engineer.

Retain Certificate of Compliance and certified

mill analysis in project file.

Guard Rail

Steel Posts

Visual Inspection - Materials shall be approved before use.

Call MnDOT inspector at 218-846-3613 to see if

material has been approved.

Fence

Reinforcing Steel - Inspected by MnDOT & will be charged back to the Local Agency.

Pipe

3376Visual Inspection

Retain Certification of Compliance,

As directed by the Engineer.

Visual Inspection Testing as directed by the Engineer. Certified Mill

Test Reports to be kept in file.

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, Certificate of Compliance, & Certified Mill

Analysis for testing. Maintain original Cert. of Compliance & Certified

Mill Analysis in project file.

Visual Inspection - As directed by the Engineer.

Retain Certificate of Compliance & Certified Mill Analysis

January 2015

Page 57: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Kind of Material Spec. No.

Steel Fabric 3303

Dowel Bars 3302

Prestress/Post Tension

Strands

3348

Spec.Prov.

3321

2471

Electrical 2565

Anchor Rods

(Cast in Place) and

Structural Fasteners

3385

3391

Anchorages (Drilled

In)

Special

Provisions

Structural Steel

Steel Bridge - Beams,

Girders, Diaphragms,

etc.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.

Visual Inspection - Check approved foundries list.

Min. Required Acceptance Testing (Field Testing Rate)*

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 web site:

http://www.dot.state.mn.us/bridge/

Visual Inspection - 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 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.

Visual Inspection - Check qualified products list.

Castings

Inspected by MnDOT & will be charged back to the Local Agency.

Drainage Castings

Visual Inspection - Retain Certificate of Compliance.

Reinforcing Steel - Inspected by MnDOT & will be charged back to the Local Agency.

Metals 2 of 2

January 2015

Page 58: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Kind of Material Spec. No.

Culvert Pipe Under

drains Erosion control

Structures

3225 thru

3229, 3351,

3399

Structural Plate 3231

Aluminum Structural

Plate3233

Clay Pipe 3251

Reinforced Concrete

Pipe and Arches,

Precast Cattle Pass

Units, Sectional Manhole

Units

3236

Non-Reinforced

Concrete Pipe3253

Drain Tile (Clay or

Concrete)3276

Thermoplastic (TP) Pipe

ABS and PVC3245

Corrugated Polyethylene

Pipe3278

Corrugated

Polyethylene Pipe -

Dual Wall 12"-48"

3247

Reinforced Precast Box

Culvert3238

Precast/Prestressed

Concrete Structure

(beams, posts, etc.)

2405

Manholes and Catch

Basins (Construction)

2506

3622

Sewer Joint Sealing

Compound3724

Bituminous Mastic Joint

Sealer for Pipe3728

EPS GeofoamSpecial

Provisions

Geotextile Fabric

3733 and

Special

Provisions

Silt Fence 3886

Field Inspection: Check for damage and defects. Check dimensions

as required. Check for the "MnDOT" stamp and signature on the

certification document.

Pipe

Visual Inspection - Check approved products list.

Visual Inspection - Acceptance as directed by the Engineer. Check for

yellow aged material, uniformity and dimensions.

Visual Inspection - Check approved products list.

Obtain Certificate of Compliance.

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 available at

http://www.dot.state.mn.us/materials/aggregatedocs/gtxlist.pdf

Obtain Certificate of compliance. Check for approved marking printed

on pipe. Field Inspect for damage or defects.

Check for markings (AASHTO M 252) Certificate of Compliance. Field

Inspect for damage or defects.

Visual Inspection - Acceptance as directed by the Engineer.

Preformed Plastic Sealer

for Pipe

3726

Type bVisual Inspection - Acceptance as directed by the Engineer.

Pipe Joint Sealer

Visual Inspection - Acceptance as directed by the Engineer.

REMARKS: Retain the Certificate of Compliance and certified mill analysis in project file.

Visual Inspection

Precast/Prestressed Concrete Structures - Inspected by MnDOT & will be charged back to the Local

Agency.

Field Inspection: Check for damage and defects.

Check dimensions and class as required.

Geosynthetics, Pipe, Tile, Precast/Prestressed Concrete

Min. Required Acceptance Testing (Field Testing Rate)

Corrugated Metal Products

Visual Inspection: Check for good construction, workmanship, finish

requirements and shipping

Visual Inspection: Invoice shall include notation that material described

is in accordance with fabricator's Certificate and Guarantee

January 2015

Page 59: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Kind of Material Spec. No.

Lighting Standards

(Aluminum or Steel)3811

2545

2550

2565

Foundation 2545

3801

3802

3803

Special

Provisions

Anchor Rods and Bolts

(Cast in Place)3385

Anchorages (Drilled

In)

Special

Provision

Miscellaneous

Hardware

2545

2565

Power Conductors 3815.2B1

Loop Detector

Conductors

(No Tubing)

3815.2B2

(a)

3815.2B2(b)

3815.2B3

3815.2B5

3815.2C1

thru .2C8

3815.2C14

Special

Provisions

Fiber Optic Cables 3815.2C13

Cable and Conductors

Visual Inspection - Check approved products list for Traffic

Management Systems.

Visual Inspection - Usually inspected at the distributor. Documentation

showing project number, reel number(s), & Mn/DOT 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

Mn/DOT 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.

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.

Electrical Cables and

Single Conductors

with Jacket

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.

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 Mn/DOT

Signals and Lighting Approved Products Lists (APL). The Contract

documents indicate, which items must be on the Signals and/or

Lighting APL.

Visual Inspection - Check qualified products list.

ELECTRICAL AND SIGNAL EQUIPMENT ITEMS 1 of 2

Min. Required Acceptance Testing (Field Testing Rate)

Visual Inspection - Obtain Certificate of Compliance. The Fabricator will

submit "Certificate of Compliance", on a per project basis, to the Project

Engineer.

Check Contract Documents and Special Provisions.

Conduit and Fittings

Metallic

Non-Metallic (Rigid and

HDPE)

Hand Holes (Precast,

PVC, and LLDPE)

Visual Inspection - Check approved/qualified products list. Traffic

signal and street lighting projects require hand holes to be listed on the

Mn/DOT Signals Approved Products List (APL). For cast iron frame

and cover: see Metals - Drainage and Electrical Castings

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.

January 2015

Page 60: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Kind of Material Spec. No.

2545

2565

Luminaires and Lamps 3810

Electrical Systems 2565

Traffic Signal 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 are to be reported as a "System" using the

LIGHTING, SIGNAL AND TRAFFIC RECORDER INSPECTION

REPORT. To be certified by the Project Engineer.

ELECTRICAL AND SIGNAL EQUIPMENT ITEMS 2 of 2

Min. Required Acceptance Testing (Field Testing Rate)

Ground Rods

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.

Visual Inspection - Check approved products list. Traffic signal and

street lighting projects require luminaries and lamps to be listed on the

Mn/DOT 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.

January 2015

Page 61: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Kind of Material Spec. No.

Sewer (clay) and

Building

3612 to

3615

Sewer (Concrete) 3616

Sewer Construction 3621

Modular Block

Retaining Walls

Review

Current

Special

Provisions

Reinforced Concrete

Cribbing3661

Stone for Masonry or Rip-

Rap

3601 and

Special

Provisions

Brick, Stone and Masonry Units

Min. Required Acceptance Testing (Field Testing Rate)

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.

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.

Visual Inspection - Acceptance as directed by the Engineer. Air

entrainment required. Obtain air content statement from supplier.

Visual Inspection - Acceptance as directed by the Engineer.

Visual Inspection - Acceptance as directed by the Engineer. Air

entrainment required. Obtain air content statement from supplier.

Brick

Concrete Masonry Units

Visual Inspection - Acceptance as directed by the Engineer.

Will be stamped when inspected prior to shipment.

Visual Inspection - Acceptance as directed by the Engineer.

January 2015

Page 62: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Kind of Material Spec. No.

Timber, Lumber Piling

& Posts

3412 to

3471 &

3491

Miscellaneous pieces

and Hardware

(Galvanized)

3392

3394

Insulation Board 3760

Elastomeric Bearing

Pads - Plain or

Laminated

Cotton Duck Bearing

Pads

Miscellaneous Materials

Min. Required Acceptance Testing (Field Testing Rate)

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.

Visual Inspection - Acceptance as directed by the Engineer.

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.

January 2015

Page 63: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT Schedule of Materials Control - Local Government Agency

Date Item Description

Qualified

Product

List

Approved

Product

List

Certificate of

Compliance

Accepted

by

Engineer*

signed:

Date

LOCAL NO. _________________________________

STATE AID FOR LOCAL TRANSPORTATION

Material Acceptance Summary

* Items not included on the Approved Product List or the Manufacturer's Certifications have not been

received are hereby accepted by the Engineer. Materials on a Qualified Products list which have not

been tested at the discretion of the Engineer are hereby accepted.

Project Engineer

SAP/SP NO. _________________________________

Date Checked the approved products list. Print and file copy of approved list on

acceptance date.

Date Checked the approved products list. Print and file copy of approved list on

acceptance date.

Date the Certification was received. See specification

1603.3

Date Accepted by the Engineer.

Page 64: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

LOCAL NO. _________________________________

SAP/SP NO. _________________________________

Date Item Description

Qualified

Product

List

Approved

Product

List

Certificate of

Compliance

Accepted

by

Engineer*

5/15/13 PG 58-28 Asphalt Cement 7/15/13

5/15/13 CSS-1H Emulsion Tack Note*

5/15/13 Temporary spray on CL skips 7/15/13

5/15/13 Glass Beads 7/22/13

5/15/13 Epoxy Paint, CL & Fog Lines 7/22/13

5/15/13 Galvan. U Posts - mail boxes 7/29/13

5/15/13 Mail Box Kits 7/29/13

* submitted sample to lab 7-18-13

signed:

Date

STATE AID FOR LOCAL TRANSPORTATION

Material Acceptance Summary

* Items not included on the Approved Product List or the Manufacturer's Certifications have not been

received are hereby accepted by the Engineer. Materials on a Qualified Products list which have not

been tested at the discretion of the Engineer are hereby accepted.

Project Engineer

2013 - 001

88-601-040

Page 65: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

Asphalt Products Roadside Safety Hardwarel

Bridge Products Roadway Lighting Products

Concrete Products Traffic Control Signals Products

Crack & Joint Materials Products Signing Products

Truncated Domes Snow and Ice Chemical Products

Drainage Temporary Traffic Control Devices

Erosion Control and Landscaping Products Traffic Management Systems/ITS

Geosynthetics Vehicle Safety Lighting

Maintenance Shop Supplies Walls (Retaining/Noise)

Paint/Stain/Coating Systems (Non-Pavement) Products

Bituminous Engineering

Asphalt Binder Certified Supplier

Asphalt Emulsion Certified Supplier

Concrete Engineering

MnDOT Concrete Manual

QC & QA RM Plant Workbooks

MnDOT Certified Ready-Mix Program

Grading & Base Engineering

Testing procedures in the Grading & Base Manual.

Forms and worksheets at the Grading & Base Website.

Gradation worksheets at the SALT Construction Website

Approved/Qualified Products

SALT Construction Website - Additional Resources

Page 66: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

SALT SMC - LGA Contacts

Districts 1, 2, 3, 4

Ron Bumann - State Aid Construction Practices Specialist

[email protected]

218-725-2811

Districts 6, 7, 8

Mitch Bartelt - State Aid Construction Engineer

[email protected]

651-366-3832

Metro

Elisa Bottos - State Aid Construction Engineer

[email protected]

651-234-7766

Jim Deeny - State Aid Construction Liaison

[email protected]

651-234-7762

Page 67: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

Terry Beaudry (651) 366-5456

John Bormann (651) 366-5496

Melissa Cole (651) 366-5432Website: www.dot.state.mn.us/materials/gradingandbase.html

John Garrity (651) 366-5577

Asphalt Binder

Jim McGraw (651) 366-5548

Jason Szondy (651) 366-5549

Terry Beaudry (651) 366-5456

Greg Schneider (651) 366-5403

Melissa Cole (651) 366-5432

Tom Wood (651) 366-5573Website: www.dot.state.mn.us/materials/bituminous.html

Concrete – Aggregates and Mix Design

Concrete – Certified Ready Mix Concrete

Wendy Garr (651) 366-5423

Concrete – Paving

Rob Golish

Concrete – Bridges

Ron Mulvaney

Concrete – Pavement Rehabilitation

Gordy Bruhn (651) 366-5523Website: www.dot.state.mn.us/materials/concrete.html

Erosion Control (651) 366-3607

Lori Belz

Landscaping (651) 366-4612

Scott Bradley

Wood Chips (651) 366-3619

Tina Markeson

Telephone Index for MnDOT Specialty Offices

(651) 366-5576

(651) 366-5575

Grading & Base

Landscaping and Erosion Control Items

Bituminous

Bituminous Specialty Items

Concrete

Page 68: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

Allen Gallistell (651) 366-5545

Dave Iverson (651) 366-5550

Steve Grover (651) 366-5540

Laboratory - Test Results (651) 366-5560

Bridge Structural Metals

Todd Niemann (651) 366-4567

Barry Glassman (651) 366-4568

Steve Grover (651) 366-5540

Bearing Pads

Todd Niemann (651) 366-4567

Barry Glassman (651) 366-4568

Laboratory - Test Results (651) 366-5560

Steve Grover (651) 366-5540

Rich Lamb (651) 366-5595

Randy Tilseth (651) 366-5451

Laboratory - Test Results (651) 366-5560

Steve Grover (651) 366-5540

Blake Nelson (651) 366-5599

Laboratory - Test Results (651) 366-5561

Susan Zarling (651) 234-7052

Steve Grover (651) 366-5540

Wendy Garr - Concrete (651) 366-5423

Laboratory - Test Results (651) 366-5560

Chemical Items

Electrical & Signal

Brick, Stone and Masonry Units/Modular Retaining Wall Blocks

Geosynthetics, Pipe, Tile, and Precast/Prestressed Concrete

Miscellaneous Materials

Metallic Materials and Metal Products Sampling

Page 69: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

Independent Assurance

District 1, Duluth Nadine Miller

Leila DeLuca, Linda Pearson, (218) 725-2737

218-725-2738 Cell (218) 348-6297

Fax 218-725-2814

District 2, Bemidji Thomas Lloyd

Jeff Long, 218-755-6544 (218) 755-6545

Jason Kisseo, 218-755-6542 Cell (218) 766-6949

Fax 218-755-6540

District 3A, Baxter -

Tom Boser, 218-828-5755 (218) 828-5753

Fax 218-828-5816 Cell (218)232-6748

District 3B, Saint Cloud Teresa Mertens, 320-223-6555

Teresa Mertens, 320-223-6555 Cell (320) 493-3559

Fax 320-223-6582

District 4, Detroit Lakes David Brunner Dist. 4 Mat'ls

Brad Hanson, 218-846-3616 (218) 846-3613

Bruce Bryngelson, 218-846-3614 Cell (218) 849-7393

Wayne Koons, 218-846-3617 Sandy Kay Wollschlager 4B Mat'ls

Fax 218-846-0744 (320) 589-7300

Cell (320) 815-6660

Metro District, Waters Edge Mat'ls (651) 234-7356

Maplewood Lab Steve Reinardy (651) 755-1581

Mike Evans, 651-366-5409 Mike Sroga (651) 775-0997

Fax 651-366-5408 Greg Bohmert (651) 775-1005

Dave Wilkerling (651) 775-1042

District 6, Rochester

Ken DeCramer, 507-286-7580 Brandon Weick (507) 286-7584

Ken Pickett, 507-286-7586 Cell (507) 251-0138

Brad Horn, 507-286-7535

Fax 507-285-7112

District 7, Mankato Mitch Jordahl (507) 304-6187

Mark Schoeb, 507-304-6186 Cell (507) 380-9619

Scott Swanson, 507-304-6189 Brian Lueck (507) 304-6188

Fax 507-304-6191 Cell (507) 380-8248

District 8A, Willmar

Jay Jorgensen, 320-214-6345

Fax 320-214-6306 Jon Vlaminck (320) 214-6348

District 8B, Marshall Cell (320) 894-7409

Mark DeAustin, 507-537-2068

Fax 507-537-3802

East

West

Materials Lab. Contacts

Page 70: SPECIAL PROVISIONS FOR - SherburneFinal+CP71-601-014.pdf3/31/2015 Contract No.: 14006 Sherburne Schedule Of Prices Project Number: CP 71-601-014 Project Title or Road Number: CSAH

Lbs

35

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

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

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.

Gra

din

g

& B

ase

Bitum

ino

us

Rea

dy-M

ix C

on

cre

te

Aggregate for Gradation QC/QA