HomeMy WebLinkAbout2011-04-06 PACKET 07.B.REQUEST OF CITY COUNCIL ACTION COUNCIL AGENDA
MEETING ITEM #
DATE 04/06/2011
PREPARED BY Engineering Jennifer Levitt
ORIGINATING DEPARTMENT STAFF AUTHOR
COUNCIL ACTION REQUEST
Consider awarding the contract for the Bridge L8159 Pack Rust Removal and Spot Painting to
TMI Coating, Inc. in the amount of $58,500.00.
STAFF RECOMMENDATION
Adopt the resolutions awarding the contract for the Bridge L8159 Pack Rust Removal to TMI
Coating, Inc. in the amount of $58,500.00.
BUDGET IMPLICATION $ $
BUDGETED AMOUNT ACTUAL AMOUNT FUNDING SOURCE
SUPPORTING DOCUMENTS
® MEMO /LETTER: Matthew D. Jensen, March 31, 2011.
® RESOLUTION:
❑ ORDINANCE:
❑ ENGINEERING RECOMMENDATION:
❑ LEGAL RECOMMENDATION:
® OTHER: Bid Tab,
0.1 D7r il0ii;�11 7_t1101ZW49*1 IA1 :4ION
COUNCIL ACTION TAKEN: ❑ APPROVED ❑ DENIED ❑ OTHER
c7 *loll 1j IN] ►I►[QWZryIE
RESOLUTION AWARDING BID FOR BRIDGE L8159 PACK RUST REMOVAL
AND SPOT PAINTING TO TMI COATINGS, INC. IN THE AMOUNT OF
$58,500.00
WHEREAS, Plans and specifications were completed according to
city standards, and
WHEREAS, bids were requested to provide the necessary work; and
WHEREAS, four firms submitted bids; and
WHEREAS, it appears that TMI Coatings, Inc. is the lowest
responsible bidder; and
WHEREAS, it is the recommendation of the City Engineer that the
contract be awarded to TMI Coatings, Inc.
NOW THEREFORE BE IT RESOLVED, by the City Council of the City
of Cottage Grove, County of Washington, State of Minnesota, that the bid for the
Bridge L8159 Pack Rust Removal and Spot Painting to be awarded to TMI
Coating, Inc. in the amount of $58,500.00.
Passed this 6th day of April, 2011
Myron Bailey, Mayor
Attest:
Caron M. Stransky, City Clerk
KimleyHorn
and Associates, Inc.
March 31, 2011
Ms. Jennifer Levitt, P.E.
City Engineer
City of Cottage Grove
8635 West Point Douglas Road
Cottage Grove, MN 55016
RE: Summary of Bids
Bridge L8159 Pack Rust Removal and Spot Painting
KHA No. 160598002
On Wednesday, March 30, 2011, at 2:00 PM, four (d) bids were received for the
Bridge L8159 Pack Rust Removal and Spot Painting project. The bids ranged from
a high of $100,000.00 to a low of $58,500.00. The low bid was submitted by TMI
Coatings, Inc.
Kimley -Horn understands that City staff is planning to recommend to the City
Council that the contract be awarded to TMI Coatings, Inc. We believe they are
qualified and capable of completing this project. It is anticipated that this contractor
will also work on other city projects. Kimley -Horn makes no representation or
warranty as to the actual financial viability of the contractor or its ability to
complete the work.
Accordingly, we recommend the project be awarded to TMI Coatings, Inc. in the
amount of $58,500.00, contingent upon the City's receipt of all applicable pen
Very truly yours,
KIMLEY -HORN AND ASSOCIATES, INC.
l `ewvWJense `
P oject Engineer)
TEL 6516454197
FAX 651 645 5116
Suite 236N
2555 University Avenue West
St Faut Minnesota
55114
An Affirmative Action Equal Opportunity Employer
0
z�
e
�
K
m
e
`
A�
3
✓
a
p
°®
00
Q
H
a i
-
1
I
1
w
MCI
1 r
�
� �
a
i
w Y
i
a
I
I
N
I
1
1
I
_
?�
Z
w
U
J
u6CAd0� " uo� a{($ ' 65i2'i pN s6p;�f \Gtl] \sun! {seasU� /.{O ;pS a6p!�B fIO2G1G2 \3nGtl9 3'J0110J \R{Ia Vl�la' >M{ \ %N
0
?
o�
m
P�
o
a
�
IO 1� N
O
O
� W
a
I,
c. 1p q9 O
o
£� U
�a
I,
i
n
n
J
m
_
'O y!
0
O
1 I
J
yy
O
O
—
o
0
0,
u6p'd:
i0 ". oN atp!�6 \C tl] \sew
yd dG dvl Fy a�oS a pl:3. t!OZO LLE \iM1ON9 3iv . 1.. ] \F�i � \li
��� ova \N
INDUSTRIAL HYGIENE
March 16, 2011
Mr. Matthew Jensen
Kimley -Horn and Associates. Inc.
2550 University Avenue West
Suite 238N
St. Paul, MN 55114
SERVICES CORPORATION
Subject: X -Ray Fluorescence Lead -Based Paint Report
Grey Cloud Island Bridge, Number L8159
Cottage Grove, MN
IHSC Project Number: M11 -886
Dear Mr. Jensen:
Industrial Hygiene Services Corporation (IHSC) has completed the analysis of painted
surfaces on the Grey Cloud Island Trail Bridge, Number L8159 in Cottage Grove,
Minnesota for lead content. This report summarizes the activities, methods and results for
the work completed.
Introduction
On March 11, 2011, a representative from IHSC conducted lead paint analysis of the
predominant surface paint color on Bridge Number L8159 in Cottage Grove, Minnesota.
The lead paint sampling event was conducted at the request of Mr. Matthew Jensen of
Kimley - Horne and Associates. The intent of the investigation was to determine the lead
content in painted surfaces prior to proposed renovations.
Analysis
A Niton XLt 999 series — portable x-ray florescence (XRF) lead paint analyzer was used to
measure the lead concentration of the painted surfaces. Calibration of the equipment against
known lead paint standards as provided by the manufacturer were evaluated prior to
analyzing bridge samples. Results are reported in milligrams of lead per square centimeter
(mg /cm
Results
According to the Environmental Protection Agency (EPA) and the Minnesota Department of
Health (MDH) results equal to or above 1.0 mglcm are considered lead -based paint, The
4205 white Bear Parkway • Suite 500 • Vadnais Heights, MN 5511,0 - 651.766.9811 • fax 651,766.9822
Mr. Matthew Jensen
XRF Lead -Based Paint Report
Bridge No. L8159
IHSC Project Number: M11 -886
lead sample results for the green paint were reported to be 0.0 mg /cm (no lead). Results
were initially reported to your office verbally on March 11, 2011,
The XRF results are included in the attached table.
Remarks
The Minnesota Pollution Control Agency's (MPCA) threshold for lead- containing paint is
5 parts per million (ppm). Lead concentrations below 5,000 ppm have been known to
produce airborne lead levels over the Occupational Safety and Health Administration (OSHA)
action level of 30 micrograms per cubic meter of air (µg /m The OSHA Lead -in
Construction Standard 29 CFR 1926,62 does not specify what surface concentrations are
affected by this standard. Any activity on any surface, which generates airborne lead dust or
fumes over the action level of 30 pg /m is covered by this regulation.
Persons involved in renovation activities, which may generate airborne lead dust above
acceptable levels, should be equipped with the proper personal protective equipment
including, but not limited to: air purifying respirators equipped with high efficiency particulate
air filters, disposable coveralls, and cotton gloves, Air monitoring may also need to be
conducted to document employee exposure levels,
Any discussion or recommendations contained in this report represent our professional
opinions: These opinions are based on currently available information and are arrived at in
accordance with currently accepted industrial hygiene practices at this time and location.
Other than this, no guarantee is implied or intended.
We appreciate the opportunity to be of service to your office, If you have any questions or
concerns, please contact me at (651) 287 -5361.
Sincerely,
INDUSTRIAL_ HYGIENE SERVICES CORPORATION
TT� ohnsan
Project Manager
Attachments (3); Lead Paint Results
Niton Analyzer Manufacturer's Training Certification
Minnesota Department of Health Certification
2
7
e
{
0
(
6
ƒ
x
\ \ \o
L ot!
\ \2 \ \
} \O ID
® \ \
//\ / ) /
! ) \
k # f \
{ § \
/ \ /
x
\
\
.
<EEmpa«+eR
20 0aa
/
/
/
\/
,00 zzzusee
yA
zzzzz.
\
/
\
\\
\\
\
\\
;}
o
-
--
-»E���
/
\\
j3jj\jf
\
\0
}a\
\
\
.
\
to
{
) k
/
\ \
/
\
�
_
/
2
4
±
/
\
/
\�
.
0
£
§
\
U�
N
%
/
0
@//
_
\)
\
�k
5
\ 2
{/2
%&ƒ
§
D
zz«
s
kmm
\ \/
LO
\/f
\
c3a
® /
mLO
) \{
`
\
\
7A3
~ >
f\ §
.§rf,
2
»
Radiation Safety and Operation
of Niton XRF Analyzers
This is to certify that
Dan Rangitsch
has successfully completed the one day Thermo
Fisher Scientific Niton Analyzer Manufacturer's
Training Course. The topics of this course include
radiation safety, monitoring, device operation, and
machine maintenance of the Niton XRF Analyzer,
(C'IH's — The ABIH Awards 1 CM point, approval # 08 -354)
Course date: 2010 September 14
Location: Bloomington, MN
Certificate Number 15:580038000000zozUN'
Sophie Ung
Radiation Safety Training Coordinator
James Blute CHP
Manager of Health and Safety
City of Cottage Grove, Minnesota
Bridge L8159 Pack Rust Removal and Spot Painting
PROPOSAL FORM
CITY OF COTTAGE GROVE, MINNESOTA
KHA Project No. 160598002
Bids Close At: 2:00 P.M., Wednesday, March 30, 2011
FOR BRIDGE PAINTING
To: Jennifer Levitt, P.E.
City Engineer
City of Cottage Grove
8635 West Point Douglas Road
Cottage Grove, MN 55016
Telephone: (651) 458 -2890 / Facsimile: (651) 458 -6080
Proposal of
Business Name
March 16, 2011
Address
for work at Bridge L8159 to furnish all necessary equipment, tools, labor and other means of construction and deliver
materials and to perform all work at rates and at a total price as hereinafter set forth and in accordance with Drawings and
Specifications, related documents, and addenda numbers for Bridge L8159 Pack Rust Removal
and Spot Painting.
The City of Cottage Grove will execute a purchase order with the lowest responsible bidder. The City of Cottage Grove,
however, reserves the right to reject any and all bids and to waive any minor irregularities, informalities or discrepancies.
PURCHASE ORDER NO. 1 — Bridge L8159 Pack Rust Removal and Spot Painting
ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT
2021.501 MOBILIZATION LS 1 $
2563.601 TRAFFIC CONTROL LS 1 $
2478.618 ORGANIC ZINC -RICH PAINT SYSTEM LS 1 $
TOTAL BID
DOLLARS
(state amount using words)
Corporate ).
Execution )
(use figures)
No: 160598002 Proposal Form
City of Cottage Grove, Minnesota
Bridge L8159 Pack Rust Removal and Spot Painting
GENERAL TERMS & CONDITIONS
March 16, 2011
1. ACCEPTANCE /REJECTION Notwithstanding any other provision of the solicitation, the City reserves the right to:
a. waive any immaterial defect or informality; or
b. reject any or all solicitations or portions thereof; or
c. reissue the solicitation.
2. ADDENDUM: If it is necessary to revise any part of the solicitation, or if additional data is necessary to enable the
exact interpretation of provisions of this solicitation, an addendum will be provided to all contractors. Only changes made
in writing, via addendum, will be valid. Inquiries must be directed to City's Consultant Project Manager:
Matthew Jensen, P.E.
Kimley -Horn & Associates, Inc.
Phone: (651) 643 -0473
3. ASSIGNMENT - DELEGATION No right or interest in this contract shall be assigned by the contractor without prior
written permission of the Engineer. No delegation of any duty of the contractor shall be made without prior written
permission of the Owner.
4. AWARD The award will be made to the lowest responsible contractor whose bid meets all solicitation requirements
and specifications.
5. CANCELLATION Unless otherwise stated, any contract entered into as a result of this solicitation may be canceled by
the City of Cottage Grove without cause upon 30 days notice in writing prior to the effective date of cancellation.
Cancellation may be in whole or in part.
6. CERTIFICATE OF INSURANCE GENERAL REQUIREMENTS In order for your firm to provide products or services
to the City of Cottage Grove, we require that a certificate of insurance must be provided prior to the onset of any work.
CERTIFICATE HOLDER: City of Cottage Grove
7516 80' Street South
Cottage Grove, MN 55016
2. GENERAL LIABILITY:
Limits:
• $ 1,000,000 Per Occurrence
$ 1,000,000 Personal & Advertising Injury
• $ 1,000,000 Products - Completed Operations Aggregate
• $ 2,000,000 General Aggregate
• $ 100,000 Fire Damage
• $ 10,000 Medical Expense (Any one person)
1 AUTOMOBILE LIABILITY:
$1,000,000 (Any Auto) Combined Single Limit (Each Accident)
4. WORKERS COMPENSATION & EMPLOYERS' LIABILITY
. Statutory Limits
Contractor shall also provide Additional Insured Endorsement on ISO Form CG 20 10 11 -85 (or on a substitute form
providing equivalent coverage) or on a combination of ISO Forms CG 20 10 10 01 and CG 20 37 10 01 naming the City of
Cottage Grove as Additional Insured thereunder. Additional insured coverage shall apply as Primary Insurance with
respect to any other insurance afforded to the City.
No: 160598002 Proposal Form
City of Cottage Grove, Minnesota March 16, 2011
Bridge L8159 Pack Rust Removal and Spot Painting
The Cancellation Clause must read as follows: Should any of the above - described policies be cancelled before the
expiration date thereof, the issuing insurer will endeavor to mail 30 days written notice to the certificate holder named to
the left, but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agent or representatives.
Please forward the certificate of insurance to:
City of Cottage Grove
7516 80 Street South
Cottage Grove, MN 55016
Attn. City Clerk
7. CLEAN UP: During the progress of the work specified herein, the contractor shall keep the project site free from
accumulation of waste materials, and other debris resulting from the work. At the completion of the work, contractor shall
remove all waste materials and debris from, and about the site as well as tools, equipment, machinery and surplus
material, and leave the site in the same or better condition than before the project started.
8. DEFAULT The terms and conditions of the solicitation shall become a part of the contract. Any failure to perform,
delay or non - occurrence of a term contract by the contractor will be considered a default. The City of Cottage Grove, at
its sole discretion, may elect to resolve the default by enacting any or all the following options:
a. Cancel the contract or any portion thereof; or
b. Purchase item(s) elsewhere and collect the difference from the defaulting contractor.
9. CONSTRUCTION /INSTALLATION The City desires to have this work completed in the shortest possible time period.
The contractor shall coordinate delivery of any owner supplied material. The contractor shall complete the work, including
cleanup no later than date specified or otherwise noted on the contractor's bid.
11. GOVERNING LAW This solicitation and any ensuing contract or purchase order shall be governed by the Laws of the
State of Minnesota.
12. GUARANTEE Contractor shall guarantee this material as to quality, capacity and performance, and to be free of
defects in design, material and workmanship. Contractor shall guarantee his materials and workmanship for a period of
one year from the date of final acceptance. The Contractor shall promptly remedy any defects subsequent notification
from the City of Cottage Grove.
13. INDEMNIFICATION Contractor shall indemnify, defend and hold the City of Cottage Grove and the City's
representative harmless from all liabilities, losses, suits, claims, judgments, fines, or demands (hereinafter "the Claim ")
arising by reason of injury or death of any person or damage to any property of any nature whatsoever arising out of or
incident to the performance of this agreement; or the acts or omissions of Contractor's officers, agents, employees, sub-
contractors, licensees, or invitees; including without limitation all consequential damages, unless such injury, death, or
damage is caused by the sole negligence of the City or the City's representative.
Contractor's duty to defend the City of Cottage Grove and the City's representative shall include all reasonable costs for
investigation and defense of the Claim, including but not limited to attorney fees, court costs, and expert fees, regardless
of whether it is alleged, claimed, or proved in connection with the Claim that the negligence of the City or the City's
representative caused or contributed thereto. Contractor shall use legal counsel reasonably acceptable to the City and
City's representative in carrying out its obligations hereunder.
This provision shall survive the expiration or early termination of this Agreement.
14. INSPECTION The item(s) is subject to final inspection and acceptance by the City of Cottage Grove. Any item(s)
failing to conform to the specifications shall be held at contractor's risk and may be returned to the contractor. If so
returned, all costs are the responsibility of the contractor. Noncompliance will result in default.
15. LICENSES AND PERMITS ETC: Contractor shall observe and obey all the laws, ordinances, regulations, permit
requirements of the City of Cottage Grove, and rules of the Federal, State, and Local governments when applicable to
Kimley -Horn No: 160598002 Proposal Form
City of Cottage Grove, Minnesota
Bridge L8159 Pack Rust Removal and Spot Painting
March 16, 2011
performing this Contract. Contractor is responsible for any fees associated with licenses or permits to perform the
Contract.
16. NON - DISCRIMINATION The City hereby notifies all contractors that it does not discriminate in the selection of
contractors on the basis of race, color, creed, religion, national origin, sex, marital status, status with regard to public
assistance, disability, sexual orientation or age. The successful contractor must agree to comply with all applicable
federal, state and local equal opportunity and affirmative action laws, directives and regulations.
17. PRICES Bids shall be irrevocable for 60 days following submission deadline date unless otherwise stated in the
project specifications. A unit price and a total price for the quantity must be stated. In case of error in the extension, the
unit price prevails. Bids containing an "escalation clause' will not be considered. Escalation clause is a provision which
permits the adjustment of contract prices by a given amount or percentage if certain specified contingencies occur, such
as changes in the contractor's raw material or labor cost.
18. PROTECTION OF EXISTING FACILITIES AND VEGETATION The contractor shall use reasonable care to avoid
damaging existing facilities, equipment and vegetation (such as trees, shrubs, and grass). If the contractor fails to do so
and damages such facilities, equipment and vegetation, the contractor shall replace or repair the damage at no expense
to the City, as directed by the City. Contractor is responsible for any damage caused by spillage or improper use of a
product or equipment by their employees or agents. If the contractor fails or refuses to make such repair or replacement,
then the contractor shall be liable for the cost thereof which may be deducted from the Contract.
19. SPECIFICATIONS: Any deviation from these specifications must be clearly indicated by the contractor, otherwise the
bid will be considered to be in strict compliance, and the contractor will be held responsible therefore. Deviations, if
determined to be material may be justification for rejection of the bid. When brand name or manufacturers' numbers are
stated in the specifications, they are intended to establish a standard only and are not restrictive unless the solicitation
states: "No Substitute ". Bids will be considered on products having comparable quality, style, workmanship and
performance characteristics. Alternate bids offering lower quality will not be considered.
20. REFERENCES: All references to City shall be construed to refer to the City of Cottage Grove, Minnesota, or its
authorized representative. Engineer for this contract is Kimley -Horn and Associates, Inc., 2550 University Avenue West,
Suite 345N, St. Paul, Minnesota, 55114.
SPECIAL PROJECT REQUIREMENTS
SPA DESCRIPTION OF WORK
The work to be performed under this Contract consists of sandblasting, cleaning and painting surfaces of the structural
steel members of Bridge No. L8159.
The structural steel areas of the bridge to be painted are generally located at the lower chord gusset plate connections.
The distinct areas to be painted are described in the Plans and Special Provisions. Copies of two original plan sheets are
attached to this Proposal. All work shall be performed in accordance with the General Terms and Conditions, Special
Project Requirements, Plans, and Special Provisions contained herein.
Bridge No. L8159 is located on Grey Cloud Island Trail in Cottage Grove, Minnesota and is over a secondary channel of
the Mississippi River. The river channel at Bridge L8159 is a secondary channel of the Mississippi River with only
recreational boat traffic. No provisions for navigable waters are included in this Proposal. The City expects recreational
boat traffic to use the other spans not included in the Work to facilitate the boat traffic.
The Contractor will be allowed temporary single -lane closures and ONE 3 -day closure of Grey Cloud Trail at Bridge L8159
to complete the work. See the Special Provisions for additional requirements.
The engineer's estimate for this work is $60,000. If the work in this Proposal is equal or greater than $75,000, the
Contractor will be required to submit Performance and Payment bonds in accordance with City policy.
Kimley -Horn No: 160598002 Proposal Form
City of Cottage Grove, Minnesota
Bridge L8159 Pack Rust Removal and Spot Painting
SP.2 SPECIFICATIONS WHICH APPLY
March 16, 2011
The description, materials, construction requirements, method of measurement, and basis of payment for the various
portions of the work, shall be in accordance with the appropriate sections of the Minnesota Department of Transportation,
"Standard Specifications for Construction," dated August 31, 2005, except as modified in these Special Project
Requirements and Special Provisions. The General Conditions and General Project Requirements, and Special Project
Requirements shall be considered Special Provisions for the purpose of Section 1504 of the Minnesota Department of
Transportation Standard Specifications for Construction.
SP.3 WORKING HOURS
The Contractor shall only work between the hours of 7:00 AM and 7:00 PM, Monday through Friday and 8:00 AM and 5:00
PM on Saturday. No work will be allowed outside the working hours or on Sundays without written authorization from the
City.
SPA PROJECT COORDINATION
The contractor shall provide at least 48 hours notice prior to commencing any portion of the work so that field observation
can be scheduled and appropriate City staff can be informed.
SP.5 PROJECT SCHEDULE
The City of Cottage Grove anticipates that Bridge L8159 will be overtopped with spring 2011 floodwaters. The timing of
the receding floodwaters is not known, however the City anticipates this Project can commence once river flows return to
normal in May or June. The City anticipates award of this Contract in April 2011. The project shall be completed by
September 30, 2011. The Contractor shall submit a project schedule to the City for review. The Contractor shall identify
all work activities, project durations, and anticipates partial or full roadway closures as specified in the Special Provisions.
SP.6 PAYMENT TO THE CONTRACTOR
The City of Cottage Grove will make no partial payments to the Contractor. Final payment to the Contractor will be made
only after all work of the contract is complete and approved, and all final closeout submittals have been made and
accepted.
Kimley -Horn No: 160598002 Proposal Form
City of Cottage Grove, Minnesota March 16, 2011
Bridge L8159 Pack Rust Removal and Spot Painting
INDEX TO DIVISION SB
DIVISION SB
Section
Item
Page
No.
No.
SB -1
(1706)
Employee Health and Welfare ................................. ...............................
l -SB
SB -2
(1717)
Air, Land and Water Pollution ...................... ........................ ....
.. ........... 1 -SB
SB -3
(1401)
Maintenance of Traffic and (2563) Traffic Control . ...............................
3 -SB
SB -4
(1803)
Prosecution of Work... ... ......................................................................
13 -SB
SB -5
(1807)
Failure to Complete Work on Time ....................... ...............................
13 -SB
SB -6
(2021)
Mobil ization ............. .................. ..........................................................
13 -SB
SB -7
Methods for Paint Removal and Waste Disposal ... ...............................
14 -SB
SB -8
(2478)
Organic Zinc -Rich Paint System ........................... ...............................
16 -SB
BRIDGE PLANS
The plans for this Project, consisting of the sheets tabulated below, are as follows.
BRIDGE TOTAL SHEET DATE OF
NO. SHEETS NO. APPROVAL
L8159 2 1 -2 3/16/2011
I hereby certify that the Special Provisions for bridge construction (Division SB)
contained in this Proposal were prepared by me or under my direct supervision, and that I am a
duly licensed Professional Engineer under the laws of the State of Minnesota.
Ma hew D. Jens
Date: March 16, 2011
Kimley -Horn No: 160598002
Lic. No. 44587
Special Provisions
1 -SB
City of Cottage Grove, Minnesota March 16, 2011
Bridge L8159 Pack Rust Removal and Spot Painting
SB -1 (1706) EMPLOYEE HEALTH AND WELFARE
The provisions of Mn /DOT 1706 are supplemented as follows:
The Contractor shall submit a plan, at the preconstruction conference, for
providing all OSHA required safety equipment (safety nets, static lines, false decks, etc.) for all
work areas whose working surface is 1.8 meters (6 feet) or more above the ground, water, or
other surfaces. Submittal of this plan will in no way relieve the Contractor of his/her
responsibility for providing a safe working area.
All safety equipment, in accordance with the Contractor's plan, must be inplace
and operable in adequate time to allow Mn/DOT personnel to perform their required inspection
duties at the appropriate time. No concrete shall be placed in any areas affected by such required
inspection until the inspection has been completed.
The installation of safety lines, safety nets, or other systems whose purpose is to
reduce the hazards of bridge work may require the attachment of anchorage devices to beams,
girders, diaphragms, bracing or other components of the structure. Clamp type anchorage
systems which do not require modification of structural members may be used provided they do
not interfere with proper execution of the work; however, if the Contractor desires to use an
anchorage system which requires modification of structural members, s/he shall request
approval, in writing, for plan modification as provided in Mn/DOT Specifications. Requests to
install systems which require field welding or drilling of primary stress carrying members of a
bridge will not be approved. The Contractor shall indicate any portions of anchorage devices
which will remain permanently in the structure.
On both ends of each pier cap extending 1.8 meters (6 feet) or more above the
ground, the Contractor shall install an insert or other suitable anchorage to which safety lines can
be attached. Any portion of said device extending outside the finished lines of the pier cap shall
be removed unless otherwise approved by the Engineer. Any void or cavity resulting from the
installation or removal of this device shall be repaired or sealed to prevent the pending or entry
of water as directed by the Engineer.
Approved anchorage systems shall be furnished, installed, and removed at no
increased cost to the State for materials, fabrication, erection, or removal of the bridge
component or anchorage system.
SB -2 ,(1717) AIR, LAND AND WATER POLLUTION
The provisions of 1717 are supplemented as follows:
Kimley -Horn No: 160598002 Special Provisions
1 -SB
City of Cottage Grove, Minnesota March 16, 2011
Bridge L8159 Pack Rust Removal and Spot Painting
The Contractor's attention is hereby directed to MPCA Rule 7011.01.50 as it
relates to sandblasting and /or concrete removal operations
( httti:// www.pca.state.mn.us /index.cfm)
The Contractor shall contain waste materials on the project site and provide for
their handling, storage, transportation and disposal in accordance with Minnesota Pollution
Control laws and regulations. The Contractor shall document the storage, transfer and disposal
of waste materials in accordance with the Mn/DOT Environmental Services publication titled
"Removing Paint from Bridge Steel Strictures ", a current copy of which is available at
httu: / /www.dot.state.mn.us /environment then go to publications, then into " Removing Paint Dry
Abrasive Blasting) from Bridge Steel Strictures ". Waste materials are defined as paint
overspray and drippings, used paint pails, rags, spent solvents, cleaning solutions, and other
related debris from cleaning operations including spent abrasive materials or paint chips.
Painting, and all work associated therewith, shall be so conducted as to preclude waste materials
from falling upon public waters.
It is the responsibility of the Contractor to provide the following safeguards at all
times during cleaning and painting operations. All safeguards shall be in place and operable
before cleaning and painting operations begin.
A. Primary safeguards such as containment (curtains and floor coverings), together
with adequate structural support such as scaffolding or rope nets, shall be utilized to
contain waste materials in the work area. Catchment systems shall be emptied as often as
necessary to maintain their structural integrity.
B. Safeguards such as floating booms, mats of absorbent material, skimmers, or
similar systems shall be placed in streams to avoid nuisance conditions in the stream
caused by cleaning or painting operations.
C. Locked storage of cleaning and painting materials to prevent access by vandals.
Cleaning and painting operations shall be suspended during periods when
unfavorable weather conditions may reduce the effectiveness of the above noted
safeguards. In situations where use of some of the safeguards listed are not feasible, other
innovative safeguards shall be employed. Emphasis shall be placed on containment of
waste materials rather than placing reliance on safeguards such as booms, straw dams,
skimmers, or absorbent mats. These shall be considered backup systems to guard against
water pollution which may result from the failure of primary safeguards.
Materials such as paint chips and sand which are readily recoverable from bridge
decks or stream banks, empty paint pails, and rags and debris from cleaning operations
shall be disposed of in a proper manner. Paint chips and spent sand shall be removed from
the bridge deck on a daily basis and in an approved manner. Recoverable sand and paint
Kimley -Horn No: 160598002 Special Provisions
2 -SB
City of Cottage Grove, Minnesota March 16, 2011
Bridge L8159 Pack Rust Removal and Spot Painting
chips from blasting operations may be recycled, but the ultimate disposal shall be to an
appropriate waste facility. Spent aqueous cleaning solutions shall be discharged to a
recognized sewage collection and treatment system. Spent solvents and cans or pails
containing waste paint shall be taken to an incinerator approved by the MPCA for
disposal, or to an MPCA approved hazardous waste storage area.
In the event of an accidental loss of painting or cleaning materials or debris into
public waters, the Contractor shall take immediate action to recover the lost materials, and
the incident shall be promptly reported by telephone to the State Duty Officer at
1 -800- 422 -0798 followed by a written report addressed to MPCA, Water Quality
Division, Compliance and Enforcement Section, 520 Lafayette Road, St. Paul,
Minnesota, 551.55.
Unless otherwise provided in these special provisions, construction, demolition
and/or removal operations conducted over or in the vicinity of public waters shall be so
controlled as to prevent materials from falling into the water. Any materials which do fall
into the water, or onto areas where there is a likelihood that they will be picked up by
rising water levels, shall be retrieved and stored in areas where such likelihood does not
exist.
SB -3 (1404) MAINTENANCE OF TRAFFIC AND (2563) TRAFFIC CONTROL
All traffic control devices shall conform and be installed in accordance to the
"Minnesota Manual on Uniform Traffic Control Devices" (MN MUTCD) and Part 6, "Field
Manual for Temporary Traffic Control Zone Layouts ", the "Guide to Establishing Speed Limits
in Highway Work Zones ", the Minnesota Flagging Handbook, the provisions of Mn /DOT 1404
and 1710, the Minnesota Standard Signs Manual, the Traffic Engineering Manual, the Traffic
Control Layouts/Typical Traffic Control Layouts in the Plans, and these Special Provisions.
The Contractor shall furnish, install, maintain, and remove all traffic control
devices required to provide safe movement of vehicular traffic through the Project during the life
of the Contract from the start of Contract operations to the final completion thereof. The
Engineer will have the right to modify the requirements for traffic control as deemed necessary
due to existing field conditions. The highways shall be kept open to traffic at all times, except as
modified below.
Traffic control devices include, but are not limited to, barricades, warning signs,
trailers, flashers, cones, drums, pavement markings and flaggers as required and sufficient
barricade weights to maintain barricade stability.
The Contractor will be allowed to utilize two stages of traffic control to facilitate
the Work. The following traffic control staging shall meet the requirements of the Special
Provisions.
Kimley -Horn No: 160598002 Special Provisions
3 -SB
City of Cottage Grove, Minnesota March 16, 2011
Bridge L8159 Pack Rust Removal and Spot Painting
Stage 1: During any component of the Work, the Contractor may utilize a
temporary single -lane closure of Grey Cloud Trail. The temporary single -
lane closures will be permitted during normal City working hours
identified in this Proposal.
2. Stage 2: At the Contractor's option, the Contractor may utilize ONE
maximum 3 -day full closure of Grey Cloud Trail, The Contractor must
submit a Detour and Signing Plan meeting the requirements of the Field
Manual and the Approval of the City of Cottage Grove. Full closure will
only be allowed at the written permission of the City of Cottage Grove,
once the Detour and Signing Plan have been approved.
SB -3.1 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, including all work incidental thereto.
SB -3.2 Traffic Control
(A) The Contractor shall be responsible for the immediate repair or replacement of all
traffic control devices that become damaged, moved or destroyed, of all lights that cease to
function properly, and of all barricade weights that are damaged, destroyed, or otherwise fail to
stabilize the barricades. The Contractor shall further provide sufficient surveillance of all traffic
control devices at Least once every 24 hours.
The Contractor shall furnish the Engineer names, addresses and phone numbers of
at least two (2) local persons responsible for all traffic control devices to the City of Cottage
Grove and the Engineer.
(B) Traffic control layouts are not presented in the Plan. The Contractor shall submit
the proposed traffic control layout or detour to the Engineer, for approval, at least seven (7) days
prior to the start of construction. At least 24 hours prior to placement, all traffic control devices
shall be available on the Project for inspection by the Engineer. The Contractor shall modify
his /her proposed traffic control layout and/or devices as deemed necessary by the Engineer.
(C) The Contractor shall notify the Engineer in writing at least 72 hours prior to the
start of any construction operation that will necessitate lane closure or internal traffic control
signing.
(D) The Contractor shall inspect, on a daily basis, all traffic control devices, which the
Contractor has furnished and installed, and verify that the devices are placed in accordance with
the Traffic Control Layouts, these Special Provisions, and /or the MN MUTCD. Any
Kimley -Horn No: 160598002 Special Provisions
4 -SB
City of Cottage Grove, Minnesota March 16, 2011
Bridge L8159 Pack Rust Removal and Spot Painting
discrepancy between the placement and the required placement shall be immediately corrected.
The Contractor shall be required to respond immediately to any call from the
Engineer or his designated representative concerning any request for improving or correcting
traffic control devices. If the Contractor is negligent in correcting the deficiency within one
hour of notification the Contractor shall be subject to an hourly charge assessed at a rate of
$250.00 per hour for each hour or any portion thereof with which the Engineer determines
that the Contractor has not complied.
(E) The person performing the inspection in paragraph (D) above, shall be required to
make a daily log. This log shall also include the date and time any changes in the stages, phases,
or portions thereof go into effect. The log shall identify the location and verify that the devices
are placed as directed or corrected in accordance with the Plan. All entries in the log shall
include the date and time of the entry and be signed by the person making the inspection. The
Engineer reserves the right to request copies of the logs as he deems necessary.
The Contractor shall be required to provide copies of the inspection Logs, within
the time frame agreed upon, when requested by the Engineer. If the Contractor is negligent in
providing the inspection logs within the time frame agreed upon, the Contractor shall be
subject to an hourly charge assessed at a rate of $250.00 per hour for each hour or any
portion thereof with which the Engineer determines that the Contractor has not complied.
(F) The third sentence of paragraph 2 in Mn/DOT 1404.7 (Winter Suspension) is
hereby revised as follows:
"In the event that any Contractor -owned traffic control devices are damaged or
destroyed making them ineffective for their intended use, the Contractor will
receive payment in the amount of the value of the traffic control device as
determined by the Engineer."
(G) If, at any time, the Contractor fails to, in a timely manner, properly furnish,
install, maintain or remove any of the required traffic control devices, the Department reserves
the right to properly correct the deficiency. Each time the Department takes such corrective
action, the costs thereof, including mobilization, plus $5,000 will be deducted from monies
due or coming due the Contractor.
SB -3.3 Vehicle Warning Light Specification
All Contractors', subcontractors' and suppliers' mobile equipment, operating
within the limits of the Project with potential exposure to passing traffic, shall be equipped with
operable warning lights which meet the appropriate requirements of the SAE specifications.
This would include closed roads that are open to local traffic only. This also includes any
vehicle which enters the traveled roadway at any time. The SAE specification requirements are
Kimley -Horn No: 160598002 Special Provisions
5 -SB
City of Cottage Grove, Minnesota March 16, 2011
Bridge L8159 Pack Rust Removal and Spot Painting
as follows:
360 Degree Rotating Lights - SAE Specification J845
Flashing Lights - SAE Specification J595
Flashing Strobe Lights - SAE Specification J1318
Lights shall be mounted so that at least one light is visible at all times when at eye
level from a 18 in [60 foot] radius about the equipment. This specification is to be used for both
day and night time operations. All costs incurred to provide warning lights shall be at no cost to
the Department. These warning lights shall also be operating and visible when a vehicle
decelerates to enter a construction work zone and again when a vehicle leaves the work zone and
enters the traveled traffic lane.
Any warning lights shall be on the list of approved lights which may be obtained
by contacting:
Vehicle Warning Lights
Office of Construction MS650
Transportation Bldg. OR by calling: (651)366 -4216
395 John Ireland Blvd.
St. Paul, MN 55155
This list is updated periodically. Warning light suppliers and manufacturers may
contact the above for information on adding new products to the list.
SB -3.4 Flagger Training
Any person acting as a flagger on this Project shall have attended a training
session taught by a Contractor's qualified trainer. The Contractor's qualified trainer shall have
completed a "Mn/DOT Flagger Train the Trainer Session" in the five years previous to the start
date of this Contract and shall be on file as a qualified flagger trainer with the Department. The
Flagger Trainer's name and Qualification Number shall be furnished by the Contractor at the
pre - construction meeting. The Contractor shall provide all flaggers with the Mn /DOT Flagger
Handbook and shall observe the rules and regulations contained therein. This handbook shall be
in the possession of all flaggers while flagging on the Project. The Contractor shall obtain
handbooks from the Department. Flaggers shall not be assigned other duties while working as
authorized flaggers. The "Checklist for Flagger training" form shall be furnished to the Engineer
any time a new flagger reports to work on the Project. The "Checklist for Flagger Training"
form can be found at:
httn: / /www.dot.state.mn.us /coast /wzs/ documents /flaggertrainingehecklist.pdf
Kimley -Horn No: 160598002 Special Provisions
6 -SB
City of Cottage Grove, Minnesota March 16, 2011
Bridge L8159 Pack Rust Removal and Spot Painting
The Engineer will have the right to waive the above requirements.
SB -3.5 Temporary Lane Closure Requirements
(A) Unless otherwise approved by the Engineer, any temporary lane closure that is
adjacent to traffic, and is extending to or beyond 300 in [1000 feet] shall have a minimum of one
Type III barricade, or 3 drums, placed in the closed lane for every 300 in [1.000 feet] of
extension. Any lane closure that is adjacent to traffic and inplace 3 days or more, shall use the
Type III barricade only.
(B) All temporary lane closures shall have Type B Channehzers (drums, Type I or
Type 11 barricades, vertical panel or Direction Indicator Barricades) in the lane closure taper and
also in any shifts in traffic alignment.
(C) Short Term Duration lane closures will not be permitted during inclement
weather, nor any other time when, in the opinion of the Engineer, the lane closure will be a
greater than normal hazard to traffic.
(D) Temporary lane closures or other restrictions by the Contractor, during work
hours and consistent with the time restrictions, will be permitted during those hours and at those
locations approved by the Engineer. Requests for temporary lane closures shall be made at least
24 hours prior to such closures. When a temporary lane closure is used by the Contractor, the
closure shall be incidental work and no direct compensation will be made therefore.
(E) Temporary lane restrictions will only be permitted during City of Cottage Grove
working hours identified in this proposal. The Engineer will have the right to lengthen, shorten,
or otherwise modify the foregoing periods of restrictions as actual traffic conditions may
warrant. If the Contractor is negligent in adhering to the established time schedules, he
shall be subject to an hourly charge assessed at a rate of $500.00 per hour for each hour or
any portion thereof with which the Engineer determines that the Contractor has not
complied.
(F) The Contractor shall furnish flag persons as required to adequately control traffic.
Flag persons shall conform to the requirements set forth in the MN MUTCD. All costs incurred
to provide such flag persons shall be incidental to the lump sum traffic control.
(G) The Contractor shall provide two -way radios for flag persons.
Flag persons shall wear high visibility retroreflective safety vests, pants and hats
at all times while actively flagging on the Project. High visibility apparel shall also comply with
current Minnesota OSHA Rules 5207.0100 and 5207.1000. The flag persons clothing shall be
considered an incidental expense for which no direct compensation will be made.
Kimley -Horn No: 160598002
Special Provisions
7 -SB
City of Cottage Grove, Minnesota March 16, 2011
Bridge L8159 Pack Rust Removal and Spot Painting
The Contractor will be subject to a non - compliant charge for failure to adhere to
the clothing requirements as listed above. Non - compliance charges, for each incident, will be
assessed at a rate of $500.00 per incident that the Engineer determines that the Contractor has
not complied.
Except as otherwise authorized by the Engineer, the maximum length of the
flagging operation shall be no more than 1.6 km [1 mile].
The Contractor shall coordinate the flagging operations in a manner which causes
as little delay to the traveling public as possible, and at no time shall the delay exceed 10
minutes. In the event that the Contractor is unable to meet the maximum delay requirements,
operations shall shut down until such time a new traffic control plan is developed which does
meet the maximum delay requirement.
If hauling operations create hazards for the traveling public, the Contractor will be
required to provide additional flaggers, as directed by the Engineer. All costs incurred to provide
the additional flaggers shall be incidental to the hump sum traffic control.
SB -3.6 General Requirements
(A) All portable sign assemblies shall be perpendicular to the ground. No traffic
control device (signs, channelizing devices, arrowboards, etc.) shall be weighted so they become
hazardous to motorists and workers. The approved ballast system for devices mounted on
temporary portable supports is sandbags, unless it is designed, crash tested, and approved for the
specific device. During freezing conditions, the sand for bags shall be mixed with a de -icer to
prevent the sand from freezing. The sandbags shall be placed and maintained at the base of the
traffic control device to the satisfaction of the Engineer.
When signs will remain in the same location for more than 30 consecutive days
the signs shall be post mounted. This would not include portable signs which are set up and
taken down at the beginning and end of each work shift. The signs must be post mounted
according to the Typical Temporary Sign Framing and Installation Detail Sheet found in the Plan
or in these Special Provisions.
(B) When signs are installed, they shall be mounted on posts driven into the ground at
the proper height and lateral offset as detailed in the MN MUTCD. When signs are removed,
the sign posts and stub posts shall also be removed from the Right of Way within two (2)
weeks or the Contractor shall be subject to a daily charge assessed at a rate of $100.00 per
day for each day or portion thereof with which the Engineer determines that the
Contractor has not complied.
(C) The Contractor shall be required to cover or remove all traffic control devices
which may be inconsistent with traffic patterns during all traffic switches. See Maintenance and
Kimley -Horn No: 160598002 Special Provisions
8 -SB
City of Cottage Grove, Minnesota March 16, 2011
Bridge L8159 Pack Rust Removal and Spot Painting
Staging of Traffic Control.
(D) Open excavation adjacent to the existing pavement will not be permitted on
opposite sides of the roadway at the same time.
(E) The Contractor shall provide protective devices necessary to protect traffic from
excavations, drop -offs, falling objects, splatter or other hazards that may exist during
construction. This work shall be an incidental cost to the Contractor.
(F) The Contractor will not be permitted to park vehicles or construction equipment
so as to obstruct any traffic control device. The parking of workers' private vehicles will not be
allowed within the Project limits unless so approved by the Engineer.
(G) The Contractor will not be allowed to store materials or equipment within 10 m
[30 feet] of through traffic unless approved by the Engineer. If materials or equipment must be
stored within 10 m [30 feet] of through traffic, the Contractor shall provide Type B channelizers,
barricades or barriers, placed near the object to warn and protect traffic.
(I) All personnel working within the Right -of -Way shall wear reflectorized high -
visibility apparel. All personnel shall adhere to the following HIGH VISIBILITY PERSONAL
PROTECTIVE EQUIPMENT SPECIFICATION.
Each worker exposed to or working adjacent to moving motor vehicles as part of
their assigned job shall be provided with and required to wear a high visibility safety apparel.
High - visibility safety apparel means personal protective safety clothing that is intended to
provide conspicuity during both daytime and nighttime usage, and meets the Performance Class
2 or 3 requirements of the ANSVISEA 107— 2004 publication entitled `American National
Standard for High - Visibility Safety Apparel and Headwear. "
If the high visibility apparel becomes faded, torn, dirty, worn, or defaced,
reducing the conspicuity of the apparel, the apparel shall be removed from service and replaced.
The Contractor will be subject to a non - compliant charge for failure to adhere to
the clothing requirements as listed above. Non- compliant charges, for each incident, will be
assessed at a rate of $500.00 per incident that the Engineer determines that the Contractor
has not complied.
(I) All temporary rigid signs shall be fabricated with an approved retroreflective
sheeting material of the appropriate color, and be listed on the Qualified Product Listing (QPL)
for either "Sheeting for Rigid Signs" or "High Performance Sheeting for Rigid Signs ". Signs
remaining inplaee that still apply during temporary operations need no change in sign sheeting.
To visually identify approved retroreflective sign sheeting on temporary rigid
Kimley -Horn No: 160598002 Special Provisions
9 -S B
City of Cottage Grove, Minnesota March 16, 2011
Bridge L8159 Pack Rust Removal and Spot Painting
signs in the field signs shall have an easily identifiable marking on the face. This marking
verifies that the sign sheeting is Approved for Rigid Sign Use as found on the APL. Although
still required to meet sheeting standards, temporary rigid signs 4 sq. feet and under in size and all
barricades and route markers will be exempt from this marking. The appropriate marking shall
be used for each type of the approved sheeting types, consisting of Type IX and Type HP (also
marked as DG3). Refer to the instructions for the marking of temporary signs which may be
found on the APL or directly at the following link:
htW: / /www. dot.statc.mn.us/ products /siirning /common/typelabel.pdf
The retroreflective sheeting types and qualified products used for temporary signs
and barricades can be found at: http://www.dot.state.mn.us/l)rodticts/signing/shecting.html
html
SB -3.7 Maintenance and Staging of Traffic Control
(A) All signs installed on roads open to traffic that are not consistent with traffic
operations shall be covered as directed by the Engineer. The cover should be a plate of solid
material covering the entire legend or all of that part of the legend that is inappropriate. This
cover shall be bolted to the sign and shall use a minimum of 3 mm [1/8 inch] plastic washers
between the sign face and the cover. See Figures 8.2A, 8.213 and 8.3C of the Traffic Engineering
Manual for details.
(B) No access to or from any public road will be permitted for the Contractor's
equipment, material deliveries, the hauling of excavated materials of any kind, or employees'
private vehicles, except at in place public road intersections, or at locations and in such manner
as approved by the Engineer.
SB -3.8 Additional Traffic Control Devices
In addition to the traffic control devices shown in the Field Manual, the Engineer
may require more traffic control as traffic conditions may warrant. These items are not intended
for temporary lane closures.
(A) General Requirements:
The Contractor shall furnish the additional traffic control devices as ordered by
the Engineer.
The devices shall be installed and maintained in a functional and /or legible
condition, at all times, to the satisfaction of the Engineer.
(B) Measurement:
Flashers, barricades, reflectorized drums, portable changeable message signs,
1220 x 1220 mm [48 x 48 inch] signs, and flashing arrow boards will be measured by the
Kimley -Horn No: 160598002 Special Provisions
10 -SB
City of Cottage Grove, Minnesota March 16, 2011
Bridge L8159 Pack Rust Removal and Spot Painting
number of individual units of each type multiplied by the number of Calendar Days each unit is
in service.
Standard signs of each type, other than 1220 x 1220 mm [48 x 48 inch] signs will
be measured by the face area of signs furnished multiplied by the number of Calendar Days each
square meter [square foot] of sign is in service.
Special construction signs will be measured by the face area thereof furnished and
installed as specified.
Flag Persons and Police Officers will be measured by the length of time each is in
service on the job. Police Officers shall be equipped with a carat all rimes on the job and the car
shall be incidental in the payment for the Police Officer.
(C) Payment:
Payment for additional traffic control devices of each type, at the appropriate pre-
determined Unit Day price set forth below, shall be compensation in full for all costs of
furnishing, installing, maintaining, and subsequently removing and disposing of the device.
Payment for standard signs of each type, other than 1220 x 1220 min [48 x 48
inch] signs, will be made at the appropriate pre - determined Square Meter /Day [Square
Foot/Day] price which shall be payment in full for all costs of furnishing, installing, maintaining
and subsequently removing and disposing of the signs.
The pre - determined Square Meter [Square Foot] price for "Construction Signs -
Special" shall be payment in full to furnish, install, maintain and remove such signs. All
materials required to furnish and install these signs will remain the property of the Contractor.
Payment for Flag Persons and Police Officers will be by the Unit Hour for each
hour or portion thereof that each is in service on the Project.
Payment for all additional traffic control devices, as ordered by the Engineer, will
be made in accordance with the following schedule:
Kimley -Horn No: 160598002 Special Provisions
11 -SB
City of Cottage Grove, Minnesota March 16, 2011
Bridge L8159 Pack Rust Removal and Spot Painting
ADDITIONAL TRAFFIC CONTROL DEVICES
Item No Item Unit Price
2563.610
Flag Person
2563.610
Police Officer
2563.613
Type I Barricade w /Steady Burn Light
2563.613
Type III Barricade
2563.613
Direction Indicator Barricade
2563.613
Refleetorized Plastic Safety Drum
2563.613
Reflectorized Plastic Safety Drum w/Down Arrow
2563.613
Weighted Traffic Channelizer
2563.613
Flasher Type A (Low Intensity)
2563.613
Flasher Type B (High Intensity)
2563.613
Flasher Type C (Steady Burn)
2563.613
1220 x 1220 mm [48 x 48 inch] Standard Sign
2563.613
1220 x 1220 mm [48 x 48 inch] Standard Sign w /Support
2563.613 * **
Portable Changeable Message Sign
2563.613 * * **
Flashing Arrow Board (one shift)
2563.613 * * **
Flashing Arrow Board (24 hour day)
2563.617 * * * **
Standard Signs
2561617 * * * **
Standard Signs
2561617 * * * **
Standard Signs w /support
2563.617 * * * **
Standard Signs w /support
2563.604
Construction Signs - Special
2563.618
Construction Signs - Special
Hour
Hour
**
Unit Day
$1.05
Unit Day
2.75
Unit Day
1.25
Unit Day
0.85
Unit Day
0.95
Unit Day
0.40
Unit Day
0.50
Unit Day
1.75
Unit Day
0.90
Unit Day
1.75
Unit Day
2.20
Unit Day
225.00
Unit Day
33.00
Unit Day
45.00
m /Day
1.08
SQ.FT, /Day
0.10
M'/Day
1.72
SQ.FT./Day
0.16
m 2
270.00
SQ.FT.
25.00
Shall be paid at the Contract Flagger Classification Total Rate, which is the Basic Rate plus the
Fringe Rate.
** Shall be paid at the invoice price plus 10%
* ** (PCMS) Type C Trailer Mounted Message Signs will be permitted. It is imperative that the
Contractor continually operate each PCMS at maximum legibility. Many factors, such as
mechanical problems, insufficient charging, incorrect intensity settings, or other factors can
degrade performance. If at any time the Contractor fails to operate a Portable Changeable
Message Sign at maximum legibility, as determined by the Engineer, no payment will be made for
each day that the Message Sign is deemed inadequate.
* * ** It is imperative that the Contractor continually operate each Flashing Arrow Board at maximum
legibility. Many factors, such as mechanical problems, insufficient charging, incorrect intensity
settings, or other factors can degrade performance. If at any time the Contractor fails to operate
the Flashing Arrow Board at maximum legibility, as determined by the Engineer, no payment will
be made for each day that the Flashing Arrow Board is deemed inadequate.
* * * ** Other than 1220 X 1220 mm [48 X 48 inch] Signs, with or without support.
NOTE: These predetermined unit prices apply only if not listed as separate bid items.
Barricades, drums and signs by the Unit Day shall be paid for up to 90 days per device. After 90
days, payment per Unit Day will continue at a reduced price of 40% of the Unit price.
Kimley -Horn No: 160598002 Special Provisions
12 -SB
City of Cottage Grove, Minnesota March 16, 2011
Bridge L8159 Pack Rust Removal and Spot Painting
SB -4 (1803) PROSECUTION OF WORK
The work under this Contract shall be prosecuted in accordance with the
provisions of Mn/DOT 1803, except as modified below:
The provisions of Mn/DOT 1803.3 are supplemented as follows:
The Contractor's attention is hereby called to the requirements for stage
construction as indicated in the Plans and /or Special Provisions. The Contractor shall submit
plans and schedules to the Engineer for approval detailing his/her proposed scheme and sequence
of operations, including traffic channelization, flagging, protective installations, and other
pertinent procedures to be employed both on and off of the stricture.
No compensation, other than for plan pay items, will be made for complying with
the above requirements.
SB -5 (1807) FAILURE TO COMPLETE WORK ON TIME
The provisions of Mn /DOT 1807.1 are supplemented as follows:
The Contractor's attention is hereby called to the requirements for, Methods for
Paint Removal and Waste Disposal, as indicated in these special provisions.
The Contractor will be subject to a daily charge for failure to submit
documentation of the testing and disposal of hazardous and non - hazardous waste as required
under these special provisions. A $100.00 monetary deduction per calendar day, per shipment
will be assessed and the amount deducted from any monies due the Contractor, until all work is
complete to the satisfaction of the engineer.
The monetary deduction as set forth above may apply equally, separately and may
be assessed concurrently with other damages as described in these special provisions and the
Standard Specifications for Construction.
SB -6 (2021) MOBILIZATION
The provisions of Mn/DOT 2021 are hereby deleted and replaced with the
following:
Mobilization shall consist of preparatory work and operations, including, but not
limited to, those necessary for the movement of personnel, equipment, supplies and
incidentals to the Project site; for the establishment of all Contractor's offices and buildings
Kimley -Horn No: 160598002
Special Provisions
13 -SB
City of Cottage Grove, Minnesota
Bridge L8159 Pack Rust Removal and Spot Painting
March 16, 2011
or other facilities necessary for work on the Project. Mobilization may include bonding,
permit, and demobilization costs. When the proposal does not have a lump sum item for
Mobilization, all costs incurred by the Contractor for Mobilization shall be incidental to
other work.
The total sun of all payments shall not exceed the original Contract amount bid
for the mobilization item, regardless of the fact that the Contractor may have, for any reason,
shut down work on the Project or moved equipment away from the Project and then back again.
SB -6.1 Method of Measurement
Mobilization will be measured by a single lump sum.
SB -6.2 Basis of Payment
Payment for Item No. 2021.501 MOBILIZATION will be made at the Contract
price per lump sum and shall be compensation in full for all costs as described above, including
all work incidental thereto.
SB -7 METHODS FOR PAINT REMOVAL AND WASTE DISPOSAL
Any method of paint removal which meets the requirements for surface
preparation and complies with Contract requirements can be used by the Contractor. Owner
responsibility for recording the Contractor's testing, waste transport and disposal processes are
described in Mn /DOT's manual for "Removing Paint (Dry Abrasive Blasting) from Bridge Steel
Structures" available on the Web at hqp: / /www.dot.state.mn.us /environment then select the word
"Publications" from the menu in the left column.
SB -7.1 Protection of Ground and Waterways
(1) Ground Areas and Paved Surfaces
The Contractor shall provide tarpaulins on the ground under the structure in the
work area. The lengths shall be determined by the work area (as necessary to confine the
blasting residue) and the width of ground cover shall be a minimum of 9 meters (30 feet)
beyond the outside edges of side enclosures. Ground cover is not required for unbroken
paved surfaces. All edges of the ground cover shall be tipped up to prevent spent
material from spilling over the edges. Adjacent edges shall overlap a minimum of
150 mm (6 inches).
(2) Waterway Protection
Kimley -Horn No: 160598002 Special Provisions
14 -SB
City of Cottage Grove, Minnesota
Bridge L8159 Pack Rust Removal and Spot Painting
March 16, 2011
The Contractor shall provide tarpaulins suspended beneath the work area
sufficient in length and width to protect the waterway below the work area and capable of
catching and holding spent material. All edges shall be tipped up to prevent spillage.
(3) Tarpaulins
Tarpaulins composed of canvas, heavy -gauge nylon, or heavy -gauge nylon -
reinforced vinyl shall be provided. The tarpaulins shall be free of holes and tears, be
suitable for holding blasting residue and be impervious to blasting residue.
SB -7.2 Disposal of Waste Materials
A. Information Requirements on Hazardous Wastes
Subject to penalty under Mn/DOT 1807, Failure to Complete the Work on
Time, no later than 30 days after any hazardous waste is transported off site, the
Contractor shall provide the following information to the Project Engineer:
1. Type of waste shipped;
2. Quantity of waste shipped;
3. Date of waste shipment;
A. Name and address of transporter;
5. Name and location of disposal site;
6. Final signed copies of the hazardous waste manifest and Land Disposal
Restriction (LDR) form for all hazardous waste.
B. Handling and Disposal of Non - hazardous Residue
The Contractor shall notify the Project Engineer of each waste disposal site.
Subject to penalty under Mn /DOT 1807, Failure to Complete the Work on Time,
within 30 days of transportation of waste off site, the Contractor shall furnish to the
Engineer records of disposal including, but not limited to, waste manifests which
have been signed by the receiving approved landfill, scale tickets, invoices and any
laboratory analysis.
Kimley -Horn No: 160598002
Special Provisions
15 -SB
City of Cottage Grove, Minnesota
Bridge L8159 Pack Rust Removal and Spot Painting
March 16, 2011
Unless otherwise required in these special provisions, disposal of non - hazardous
residue in a Mn/DOT approved landfill is acceptable.
As the surface preparation work progresses, the Contractor may dispose of non-
hazardous blasting residue, and other residue that may prove to be non - hazardous, in all
MPCA permitted lined Sanitary/Industrial landfills in Minnesota.
Disposal of waste material, such as paint pails, rags, clothing, waste oil, spent
cleaning solvents, brushes, etc., with the blasting residue is prohibited.
Hauling and placement of blast- residue in accordance with appropriate
specifications for designated usage will be the responsibility of the Contractor. The
material must be covered with tarps if hauled in an open truck to prevent loss of blast
residue.
SB -7.3 Basis of Payment
Payment for methods for paint removal and waste disposal shall be considered an
incidental expense to Item No. 2478.618 for which no direct compensation will be made.
SB -8 (2478) ORGANIC ZINC -RICH PAINT SYSTEM
SB -8.1 Scope
This work shall consist of painting in accordance with provisions of 2478, all
structural steel and steel bearing assemblies for Bridge No. L8159 that are shown on the Plans.
Add the following definitions to 2478.18:
(17) Coating System: The surface preparation and application of specific coating
classifications (i.e., Inorganic Zinc, Polyurethane, Acrylic, Polyurea, Latex, etc.) of
coating products to provide a film forming a unified whole for the purpose of corrosion
protection and /or aesthetics.
(18) Paint System: A set of interacting film forming paint materials and products from a
single manufacturer which combine to make up a complete coating system.
Delete the last sentence of 2478.1A and substitute the following:
This Specification applies to full system applications, in shop or field, of new
construction and recoating of existing structures using an Organic Zinc -Rich Coating System.
Kimley -Horn No: 160598002
Special Provisions
16 -SB
City of Cottage Grove, Minnesota March 16, 2011
Bridge L8159 Pack Rust Removal and Spot Painting
Delete 2478.213(1) and substitute the following:
(1) Use only paint systems listed on the Department's "Approved/Qualified
Product List for Bridge Products, "Bridge Structural Steel Coating ", Three Coat Systems
( Organic) (http: / /www.dot.state.mn.us /products For products not on the Department's
prequalified list, provide information as required on the web site.
Delete 2478.3A1 and substitute the following:
(1) At least 30 days prior to starting work the Contractor must demonstrate qualification by
submitting, for approval, a Quality Control Plan (QCP) to the Bridge Office, Bridge
Construction and Maintenance Engineer. Write the QCP using AASHTO/NSBA S8.1-
Guide Specification for Coating Systems with Inorganic Zinc -Rich Primer as a guide for
its content.
(2) Provide the Quality Assurance Inspector (QAI) or Engineer with evidence that painters,
applicators, and Quality Control personnel have been trained by the paint manufacturer's
technical representative on the application of the coating system being applied on the
bridge project. Make the training documentation available to the Engineer upon request.
Add the following to the end of the first paragraph of 2478.3C:
The Engineer will audit suppliers with approved QCP's on a biannual or annual
basis or as deemed necessary by the Engineer to determine if the QCP is being implemented.
The Department will invoke its Corrective Action Process if the audit indicates non-
conformance. Corrective action, up to and including the supplier hiring a third party Quality
Control Inspector, may be required as a disciplinary step, at no cost to the Department. A copy
of the Departments Corrective Action Process is available from the Engineer.
Delete the second paragraph of 2478.3C and substitute the following:
The QCP procedures shall include, at a minimum but not be limited to, the
following recorded measurements at the given minimum frequencies:
Delete 2478.3C(4)i and substitute the following:
Coating system final evaluation and repair - visual, 100% of each element.
Add the following to the first paragraph of 2478.3174:
The intermediate coat shall be as per 2478.213(1) of this special provision:
Add the following to the first paragraph of 2478.3F5:
Kimley -Horn No: 160598002 Special Provisions
17 -SB
City of Cottage Grove, Minnesota March 16, 2011
Bridge L8159 Pack Rust Removal and Spot Painting
The finish coat shall be as per 2478.213(1) of this special provision. The color
shall match the existing color of the truss and have a semi -gloss finish.
SB -8.2 Method of Measurement
The paint system will be measured by a single lump sum.
SB -8.3 Basis of Payment
Payment for Item No. 2478.618 ORGANIC ZINC -RICH PAINT SYSTEM will
be made at the Contract price per lump sum and shall be compensation in full for all costs
of furnishing the Paint System, as described above, including all work incidental thereto.
Kimley -Hom No: 160598002 Special Provisions
18 -SB