COUNTY OF HENNEPIN STATE OF MINNESOTA P R O P O S A L. (Name) (Address)

Size: px
Start display at page:

Download "COUNTY OF HENNEPIN STATE OF MINNESOTA P R O P O S A L. (Name) (Address)"

Transcription

1 C.R. 116; C.P December 1, 2014 COUNTY OF HENNEPIN STATE OF MINNESOTA P R O P O S A L COUNTY PROJECT NO COUNTY ROAD (CR) NO. 116 Class of Work Culvert Replacement Proposal of Federal Tax ID No. (Name) (Address) Telephone No. ( ) FAX No. ( ) Address To furnish and deliver all materials and to do and perform all work, in accordance with the Contract, the plans and the 2014 Edition of the Minnesota Department of Transportation "Standard Specifications for Construction" and all Supplements thereto, all on file in the office of the Hennepin County Transportation Department, except as specifically stated otherwise in the Special Provisions attached hereto for the improvement of a certain section of County Road No. (CR) 116 (Fletcher Lane), County Project No. 1324, on which proposals will be received until 2:00 o'clock P.M. Tuesday, the 23 rd day of December, 2014; this work being located at the Rush Creek north of CR117 (109 th Avenue North) within the City of Rogers, being approximately miles in length, all as indicated in the approved plans. NOTICE TO BIDDERS BIDDERS SUBMITTING A BID MUST SUBMIT THEIR BID IN ELECTRONIC FORMAT, PAPER BIDS WILL NOT BE ALLOWED FOR THIS PROJECT. BIDDERS MUST SUBMIT BIDS TO THE HENNEPIN COUNTY PURCHASING DEPARTMENT, ELECTRONICALLY, BY GOING TO BIDDERS SHALL NOTE THAT THERE ARE SEVERAL DOCUMENTS IN THIS PROPOSAL THAT MUST BE DOWNLOADED FOR SUBMISSION AS HARD COPIES, AS PROVIDED IN S-10 (1209) DELIVERY OF PROPOSALS OF THE SPECIAL PROVISIONS. BIDDERS SHALL NOTE THAT THERE ARE SEVERAL DOCUMENTS IN THIS PROPOSAL THAT MUST BE DOWNLOADED FOR SUBMISSION AS HARD COPIES BY THE APPARENT LOW BIDDER, AS PROVIDED IN A-9 SUBMITTAL OF AFFIRMATIVE ACTION DOCUMENTS AND A-15 SBE PROGRAM: REQUIREMENTS OF THE SPECIAL PROVISIONS.

2 C.R. 116; C.P December 1, 2014 To the Board of County Commissioners, County of Hennepin, State of Minnesota: In accordance with the advertisement of the Hennepin County Purchasing & Contract Services Division inviting proposals for the improvement of the section of highway hereinbefore named, and in conformity with the Contract, Plans, Specifications, and Special Provisions pertaining thereto, all on file in the office of the County s Transportation Department: (I) (We) hereby certify that (I) (We) (am) (are) the only person(s) interested in this proposal as principal(s); that this proposal is made and submitted without fraud or collusion with any other person, firm, or corporation whatsoever, that an examination has been made of the site of the work and the Contract form together with the Plans, Specifications and Special Provisions for the improvement. (I) (We) understand that the quantities of work shown herein are approximate only and are subject to increase or decrease; that all quantities of work, whether increased or decreased within the limits specified in 1903 of the MnDOT Standard Specifications, unless otherwise specified, are to be performed at the unit prices shown on the attached schedule; and that, at the time of opening of bids, totals only will be read, but that comparison of bids will be based on the correct summation of item totals obtained from the unit prices bid as provided in 1301 of the MnDOT Standard Specifications. (I) (We) propose to furnish all necessary machinery, equipment, tools, labor, and other means of construction and to furnish all materials specified, in the manner and at the time prescribed, all in accordance with the terms of the Contract and the Plans, Specifications, and Special Provisions forming a part thereof. (I) (We) further propose to do all Extra Work which may be required to complete the contemplated improvement, at unit prices or lump sums to be agreed upon in writing prior to starting such work, or if such prices or sums cannot be agreed upon, to perform such work on a "Force Account" basis, all as provided in (I) (We) further propose to furnish a Payment Bond and a Performance Bond, each in the amount of the Contract as security for the construction and completion of the improvement in accordance with the Plans, Specifications, and Special Provisions as provided in 1305 of the MnDOT Standard Specifications. (I) (We) further propose to execute the form of Contract within ten (10) days after receiving written notice of award, as provided in 1306 of the MnDOT Standard Specifications and S-13 in the Special Provisions. (I) (We) further propose to perform all work in accordance with the Plans, Specifications, and Special Provisions and in a good workmanlike manner; and to renew or repair any work which may be rejected due to defective materials or workmanship, prior to final completion and acceptance of the project by the Hennepin County Engineer or by his authorized representative. (I) (We) agree to all provisions of Minnesota Statutes 1986, Section

3 C.R. 116; C.P December 1, 2014 (I) (We) further propose to begin work and to prosecute and complete the same in accordance with the time schedule set forth in the Special Provisions for the improvement. (I) (We) hereby assign to the County of Hennepin any and all claims for overcharges as to goods and materials purchased in connection with this Project resulting from antitrust violations which arise under the antitrust laws of the United States and the antitrust laws of the State of Minnesota. This clause also applies to subcontractors and first tier suppliers under this Contract. * * * * * * * *

4

5 C.R. 116; C.P December 1, 2014 INDEX 1. PROJECT DOCUMENT ACCESS 2. BID DOCUMENT SUBMITTAL REQUIREMENTS 3. BID RIGGING 4. SUSPENSIONS/DEBARMENTS 5. DIVISION A 6. AFFIRMATIVE ACTION PLAN FORM 7. SUBCONTRACTOR PARTICIPATION FORM 8. EMPLOYMENT UTILIZATION REPORT FORM 9. PROMPT PAYMENT TO SUBCONTRACTORS 10. STATE WAGE RATES 11. TRUCK RENTAL RATES 12. DIVISION S 13. DIVISION SB 14. CONTRACTOR SAFETY CHECKLIST 15. SALT - SCHEDULE OF MATERIALS CONTROL 16. ABBREVIATIONS: SCHEDULE OF PRICES 17. PROPOSAL FORM FOR ELECTRONIC BIDDING 18. NON-COLLUSION AFFIDAVIT

6 C.R. 116; C.P December 1, 2014 NOTICE TO BIDDERS Contractors that bid on Hennepin County Road and Bridge Projects must now access all plan, specifications and support documents online. In order to access these documents online, contractors will be required to request a logon I.D. and password. This can be done by going to ConneX: When you set up your user I.D. and password, you can find instructions on accessing the egram server by going to Hennepin County Bid Guide Website: In egram you can then access the online documents for the project: These documents will also be available in hard copy for review only at the Hennepin County Public Works Facility in Medina.

7 C.R. 116; C.P December 1, 2014 BID DOCUMENT SUBMITTAL REQUIREMENTS: As provided in S-10 (1209) Delivery of Proposals of the special provisions, bidders shall note that there are several documents in this Proposal that must be downloaded for submission as hard copies (in addition to the bid submitted electronically through bidvault). These documents (including bid security) must be submitted using one of the following methods: Submit the signed original documents to Hennepin County Purchasing. They must be received in the Purchasing office prior to the bid opening time and date; or copies of the signed documents prior to the bid opening time and date. The copies must be ed to and the originals must be received in the Purchasing office within three (3) days after bid opening. The subject line of the or document submittal shall state Required Submittals for CP The following documents shall be filled out and signed before bid opening (The documents will not be opened before bid opening but are necessary to confirm that bid requirements are met.): (a) Title sheet of Proposal (b) Proposal Form for Electronic Bid Submittal (Page 1 of 2 and Page 2 of 2) (c) Non-Collusion Declaration (d) Bid Security (bid bond or certified check) is required. Your options for submitting the bid security are: Submit an electronic bid bond with your electronic bid for this project using Surety 2000 or InSure Vision; or Submit the original paper bid bond or certified check. It must be received in the Purchasing office prior to the bid opening time and date; or a copy of your original paper bid bond or certified check prior to the bid opening time and date. The copy must be ed to bidvault@hennepin.us, and your original signed bid security must be received in the Purchasing office within three (3) days after bid opening.

8 Bid Rigging To report bid rigging activities call: NOTICE TO ALL BIDDERS The U.S. Department of Transportation (DOT) operates the above tollfree "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.

9 NOTICE TO BIDDERS SUSPENSIONS/DEBARMENTS October 24, 2014 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 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.

10 NOTICE TO BIDDERS SUSPENSIONS/DEBARMENTS October 24, 2014 Page 2 of 3 DEPARTMENT OF ADMINISTRATION As of the date of this notice and in accordance with Minnesota Rules , 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 Groundscape Maintenance, Inc. Rob Sievers 1160 County Road 83 Maple Plain, MN Ramco Heating and Air Conditioning Mark and Cheryl Ramquist 605 Ash Street Downing, WI St. Cloud Lawn & Landscaping, Inc. Pat Murphy County Road 2 Brainerd, MN TMS Companies Todd M. Schmidt 5990 Meadowlark Lane Prior Lake, MN NAME Best Used Trucks of Minnesota, Inc. Jason W. Leas 635 Marin Avenue Crookston, MN Bull Dog Leasing, Inc. Marlin Louis Danner 7854 Danner Court Inver Grove Heights, MN Dahl Trucking Marlin Dahl 305 Highway 169 South Elmore, MN Danner Family Ltd. Partnership Marlin Louis Danner 843 Hardman Avenue South St. Paul, MN Danner, Inc. Marlin Louis Danner 843 Hardman Ave. S. S. St. Paul, MN Ell-Z Trucking, Inc. Marlin Louis Danner 843 Hardman Avenue South St. Paul, MN Elmore Truck and Trailer Repair, Inc. Marlin Dahl 305 Highway 169 South Elmore, MN Franklin Drywall, Inc. Philip Joseph Franklin Fieldsview Court Leesburg, VA DATE OF SUSPENSION July 18, 2014 through January 17, 2015 August 6, 2014 through February 6, 2015 August 19, 2014 through February 19, 2015 August 19, 2014 through February 19, 2015 DATE OF DEBARMENT Nov. 20, 2012 through Nov. 20, 2015 (eligible for reinstatement on Nov. 20, 2016) Aug. 30, 2011 through Aug. 30, 2014 (eligible for reinstatement on Aug. 30, 2015) Aug.19, 2014 through Aug. 19, 2017 (eligible for reinstatement on Aug. 19, 2018) Aug. 30, 2011 through Aug. 30, 2014 (eligible for reinstatement on Aug. 30, 2015) Aug. 30, 2011 through Aug. 30, 2014 (eligible for reinstatement on Aug. 30, 2015) Aug. 30, 2011 through Aug. 30, 2014 (eligible for reinstatement on Aug. 30, 2015) Aug.19, 2014 through Aug. 19, 2017 (eligible for reinstatement on Aug. 19, 2018) March 25, 2011 through March 25, 2014 (eligible for reinstatement on March 25, 2015)

11 Honda Electric, Inc. Jeffrey and Laurie Plzak 5075 Nielsen Circle, P.O. Box 236 Loretto, MN Master Drywall, Inc. Philip Joseph Franklin Fieldsview Court McCaa, Webster & Associates, Inc. Sammie McCaa 2751 Hennepin Avenue South, #301 Minneapolis, MN MG Carlson Construction Company, Inc. Martin Gerald Carlson 701 East First Street Fort Worth, TX TAC Construction Solutions, Inc. Christina Woods Deacons Way Pequot Lakes, MN Watab Hauling Co. Gary Francis Bauerly 9695 Deerwood Rd. NE Rice, MN NOTICE TO BIDDERS SUSPENSIONS/DEBARMENTS October 24, 2014 Page 3 of 3 July 24, 2014 through July 23, 2017 (eligible for reinstatement on July 23, 2018) March 25, 2011 through March 25, 2014 (eligible for reinstatement on March 25, 2015) May 1, 2014 through April 30, 2015 (eligible for reinstatement on April 30, 2016) Sept. 5, 2014 through October 5, 2015 (eligible for reinstatement on April 5, 2016) August 19, 2014 through August 19, 2016 Jan. 14, 2013 through Jan. 14, 2016 (eligible for reinstatement on Jan. 14, 2017) Minnesota Administrative Rule part , 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: 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:

12 C.R. 116; C.P December 1, 2014 SECTION TABLE OF CONTENTS PAGE A-1 SPECIFICATIONS WHICH APPLY:... 1 A-2 STANDARD PLATES:... 1 A-3 LABOR PROVISIONS:... 1 A-4 REQUIRED CONTRACT PROVISIONS:... 3 A-5 PROPOSAL:... 5 A-6 PAYMENT; MONIES WITHHELD FROM PAYMENTS:... 5 A-7 WITHDRAWAL OF BIDS:... 6 A-8 RECORD EXAMINATION:... 6 A-9 SUBMITTAL OF AFFIRMATIVE ACTION DOCUMENTS:... 6 A-10 AFFIRMATIVE ACTION POLICY:... 6 A-11 REPORTING REQUIREMENTS:... 7 A-12 GOOD FAITH EFFORTS:... 7 A-13 SUBCONTRACTOR COMPLIANCE WITH AA:... 7 A-14 EXEMPTIONS:... 8 A-15 SBE PROGRAM: REQUIREMENTS:... 8 A-16 SOLICITATION AND PARTICIPATION:... 9 A-17 SBE REPORTING REQUIREMENTS:... 9 A-18 EXEMPTIONS FROM SBE REQUIREMENTS:... 9 A-19 GOOD FAITH EFFORTS DURING BID EVALUATION PROCESS: A-20 GOOD FAITH EFFORTS DURING CONTRACT PERFORMANCE: A-21 SANCTIONS: A-22 RECYCLING PROGRAM: i

13 C.R. 116; C.P December 1, 2014 SPECIAL PROVISIONS DIVISION "A" A-1 SPECIFICATIONS WHICH APPLY: The 2014 Edition of the Minnesota Department of Transportation "Standard Specifications for Construction" and all Supplements thereto, shall govern except as may be shown or noted in the plans or modified in the Special Provisions. All references to specific provisions of the Specifications shall be construed to include all current amendments thereto. A-2 STANDARD PLATES: All references to Standard Plates shall mean the "Standard Plates" of the Department of Transportation of the State of Minnesota. A-3 LABOR PROVISIONS: The Contractor shall have copies of these Labor Provisions on file at its job headquarters, and shall post a notice, approved by the Engineer, in a conspicuous place at the site of the work, informing its employees that these provisions are available for their inspection. Copies of these provisions can be secured from the County Engineer without charge. A-3.1 Employment Classifications All employees on the project shall be classified as in one of the following four categories, according to the definitions given: 1. Executive or Administrative: Employees in this category shall be classified according to the definitions for Executive and Administrative employees as adopted by the Secretary of Labor, and in effect at the time of invitation for bids. 2. Skilled: Skilled labor shall include the operators of complex, heavy power equipment and skilled craftsmen at the journeyman grade. 3. Intermediate Grade: Intermediate grade labor shall include: a) Operators of power equipment except: complex, heavy power equipment, trucks of 1-1/2 tons or less (manufacturer's rated capacity), tractors of less than twenty horsepower (manufacturer's rated capacity) and passenger cars; and b) Persons performing any other labor that requires considerable training and experience. 4. Unskilled: Unskilled labor shall include: 1-A

14 CR 116; C.P December 1, 2014 A-3.2 A-3.3 a) Operators of trucks of 1-1/2 tons or less (manufacturer's rated capacity), operators of tractors of less than twenty horsepower (manufacturer's rated capacity), and operators of passenger cars; and b) Helpers of journeyman craftsmen and all other labor which requires no special skill or experience or the exercise of discretion or judgment. Labor Information In the selection of labor, the Contractor may avail itself of the services of the Minnesota State Employment Service. Minimum Wage Rates The minimum hourly rates of wages required to be paid to the various laborers and mechanics employed by the Contractor and the sub-contractors in the construction work on the contract shall be an amount equal to the sum of the basic hourly wage rate plus applicable fringe benefits as certified by the Minnesota Department of Labor and Industry for State Funded Construction Projects for the appropriate contract area. These rates have been determined by the Minnesota Department of Labor and Industry pursuant to the provisions set forth in Minnesota Statutes, Section If no wage schedule is contained in the Contract, it is the responsibility of the Contractor to obtain a copy from the Minnesota Department of Labor and Industry prior to bidding. From the time an hourly employee is required to report for duty at the site of the work until he/she is released or allowed to leave the site of the work, no deduction shall be made from his/her time for any delays of less than thirty consecutive minutes. In the event the Contractor or subcontractor employs apprentice workers under the occupational training program of the State of Minnesota, Department of Education, or under the Division of Voluntary Apprenticeship of the State of Minnesota, Department of Labor and Industry, or under the U. S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, the Contractor may pay wages to such apprentice workers at hourly rates approved by the appropriate agency despite the hourly rates specified in the schedule of wage rates to be paid to any classification of labor. The ratio of apprentices to journeyman level employees on the job site must not be greater than the ratio permitted for the Contractor's entire work force under the registered program. A Contractor or subcontractor may discharge its minimum hourly rate obligation as defined above by: 1) making cash payments to the employee plus payments to a bona fide employee's fringe benefit program, funded or unfunded, the sum of which is equal to the minimum hourly rate, or 2) making payments in cash to the employee in the amount equal to the minimum hourly rate. While the rates shown are the minimum hourly rates required for the life of this contract, this is not a representation that labor can be obtained at these rates. It is the responsibility of bidders to inform themselves as to local labor conditions and 2-A

15 A-3.4 CR 116; C.P December 1, 2014 prospective changes or adjustments of wage rates. No increase in the contract price shall be allowed or authorized due to payment of rates greater than those listed. All cash payments due to mechanics and laborers employed or working upon the site of the work shall be paid unconditionally and not less often than once a week, and without subsequent deductions or rebate on any account despite any contractual relationship that may be alleged to exist between the Contractor or subcontractor and such laborers and mechanics. The wage schedule and appropriate posters (e.g. MnDOT poster TP (5-03)) shall be kept posted by the Contractor at the site of the work in a conspicuous place where it can be easily seen by the workers. The County of Hennepin may withhold or cause to be withheld from the Contractor part of the amount due to the Contractor as may be considered necessary to ensure payment to laborers and mechanics employed by the Contractor or any subcontractor on the work the full amount of the minimum hourly rates required by the contract. In the event it is determined that the successful bidder or any of its subcontractors have failed to comply with the prevailing wage rates established by said Department, the successful bidder shall pay to Hennepin County (or Hennepin County may withhold and keep monies due the successful bidder) as liquidated damages an amount equal to five percent (5%) of the contract amount. Said liquidated damages shall be in addition to any other liquidated damages assessed against the successful bidder under these specifications. Prevailing Hours of Labor The Prevailing Wages for State Funded Construction Contracts issued by the Minnesota Department of Labor and Industry, which are attached to this proposal, set forth the prevailing hours of labor as eight (8) hours per day and forty (40) hours per week. In no event shall the overtime be pyramided. According to Minnesota Statutes Section , Subdivision 1, employees may not be allowed or required to work longer than the prevailing hours of labor unless the employee is paid for all hours more than the prevailing hours at a rate of at least 1-1/2 times his/her hourly basic rate of pay. The laborer or mechanic must be paid at least the prevailing wage rate in the same or most similar trade or occupation in the area. A-4 REQUIRED CONTRACT PROVISIONS: These contract provisions shall apply to all work done on the contract by the Contractor with its own organization and with the assistance of employees under its immediate superintendence and to all work done on the Contract by piecework, station work or by subcontract. The Contractor shall insert in each of its written subcontracts or purchase orders all stipulations contained in these Required Contract Provisions and a clause requiring its subcontractors to include these Required Contract Provisions in any lower tier subcontracts that they may enter, with a clause requiring the inclusion of these provisions in any further subcontracts that may in turn be made. The Required Contract Provisions shall in no instance be incorporated by reference. 3-A

16 CR 116; C.P December 1, 2014 A-4.1 A breach of any of the stipulations contained in these Required Contract Provisions may be grounds for termination of the Contract. Statements and Payrolls A. Payrolls and payroll records: 1. Payrolls and basic records relating thereto shall be maintained during the work and preserved for three years after that for all laborers, mechanics, apprentices, trainees, watchpersons and guards working at the site of the work. 2. The payroll records shall contain name, social security number and address of each such employee, his/her correct classification, rates of pay, daily and weekly number of hours worked, deductions made and actual wages paid. Wherever it is found that the wages of any laborer or mechanic include the amount of any costs anticipated in providing benefits under a plan or program, the Contractor shall maintain records that show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been expressed in writing to the laborers or mechanics affected and records that show the costs anticipated or the actual cost incurred in providing such benefits. 3. The payrolls shall contain the following information: a. The employee's full name, address and social security number. The employee's full name and social security number need only appear on the first payroll on which his/her name appears. The employee's address need only be shown on the first submitted payroll on which the employee's name appears, unless a change of address requires a submittal to reflect the new address. b. The employee's classification, including labor code and description. c. Entries showing the employee's basic hourly wage rate and, where applicable, the overtime hourly rate. The payroll should show separately the amounts of employee and employer contributions to fringe benefit funds and/or programs. Any fringe benefits paid to the employee in cash must be shown. There is no prescribed or mandatory form for showing the above information on payrolls. d. The employee's daily and weekly hours worked in each classification including actual overtime hours worked (not adjusted). e. The itemized deductions made; and f. The net wages paid. g. The Contractor shall submit weekly all payrolls to the County Engineer or its designated representative. The copy shall be accompanied by a statement signed by the employer or it's agent showing that the wage rates contained therein are not less than those determined by the Department of Labor and Industry, and that the classification set forth 4-A

17 CR 116; C.P December 1, 2014 for each laborer or mechanic conform with the work he/she performed, i.e., Form MnDOT The Contractor shall make the records required under the labor standards clauses of the contract available for inspection by authorized representatives of the County of Hennepin, the Minnesota Department of Transportation, and the Department of Labor and Industry, and shall allow such representatives to interview employees during working hours on the job. 5. The wages of labor shall be paid in legal tender of the United States, except that this will be considered satisfied if payment is made by negotiable check, on a solvent bank, which may be cashed readily by the employee in the local community for the full amount, without discount or collection charges of any kind. Where checks are used for payment, the Contractor shall arrange for them to be cashed and shall give information regarding such arrangements. 6. No fee of any kind shall be asked or accepted by the Contractor or any of it's agents from any person as a condition of employment on the project. 7. No laborers shall be charged for any tools in doing their respective duties except avoidable loss or damage thereto. 8. Every employee on the work covered by this Contract shall be allowed to lodge, board and trade where and with whom he/she elects, and neither the Contractor nor its agents, nor its employees shall, directly or indirectly, require as a condition of employment that an employee shall lodge, board or trade at a particular place or with a particular person. 9. No charge shall be made for any transportation furnished by the Contractor, or its agents, to any person employed on the work. 10. No individual shall be employed as a laborer or mechanic on this Contract except on a wage basis, but this shall not be construed to prohibit the rental of teams, trucks or other equipment from individuals. A-5 PROPOSAL: The electronic proposal form will be furnished on the egram website by Hennepin County. Bids shall be opened by the office of Hennepin County Purchasing and Contract Services, A-1730 Government Center, 300 South 6th Street, Minneapolis, Minnesota , and any correspondence shall bear the inscription: BID FOR: CR 116 Culvert Replacement; CP 1324 TO BE OPENED AT 2:00 O'CLOCK P.M. ON TUESDAY, December 23, The bid shall be accompanied by a certified check or bid bond payable to the Hennepin County Treasurer in the sum of five percent (5%) of the total amount of the bid. The County of Hennepin reserves the right to reject any or all proposals. A-6 PAYMENT; MONIES WITHHELD FROM PAYMENTS: Payment will be made by the County of Hennepin in the manner provided by law for payment of claims against the County. As set forth in more detail in another part of 5-A

18 CR 116; C.P December 1, 2014 these specifications, (1) all contractors are advised that all contract payments under the awarded contract are subject to the County of Hennepin deducting a portion therefrom to help assure protection of the County's interests, and (2) out-of-state contractors are advised that in addition to any aforesaid contract deduction, contract payments under the awarded contract, if over or expected to be over $100,000, are also subject to the County deducting another amount to help ensure payment of applicable Minnesota taxes. (Under the appropriate circumstances, the aforesaid withholdings may be avoided.) Further, all contractors have important retainage obligations for applicable Minnesota taxes with respect to their out-of-state subcontractors performing construction work on the herein project pursuant to subcontracts over $100,000. A-7 WITHDRAWAL OF BIDS: No bid may be withdrawn for a period of 60 days from the opening thereof, and a bid once delivered to the formal custody of Hennepin County may not be returned until after the bids are opened and acknowledged. A-8 RECORD EXAMINATION: In addition to any other related provisions of the Contract, the books, records, documents, and accounting procedures and practices of the Contractor relevant to the Contract shall be subject to examination by the County and the Auditor of the State of Minnesota. A-9 SUBMITTAL OF AFFIRMATIVE ACTION DOCUMENTS: When required, a Hennepin County Affirmative Action Plan and Subcontractor Participation Form shall be submitted by the apparent low bidder. These documents shall be submitted within five (5) days of bid opening. These documents are listed with the downloadable specifications for the project on the Hennepin County egram web site at A plan must be completed and signed. Any additional document or other information concerning a Plan and requested of the apparent low bidder by the County shall be furnished to the County by the date set forth in the County's communication making such request. A Contract will not be awarded unless the required Plan and requested Plan information, as aforesaid, is first approved by the County. A-10 AFFIRMATIVE ACTION POLICY: AFFIRMATIVE ACTION REQUIREMENTS During the performance of this Contract, the Contractor agrees as follows: "In accordance with Hennepin County's policies against discrimination, Contractor agrees that it shall not exclude any person from full employment rights or participation in or the benefits of any program, service or activity on the grounds of race, color, creed, religion, age, sex, disability, marital status, sexual orientation, public assistance status; or national origin; and no person who is protected by applicable Federal or State laws against discrimination shall be otherwise subjected to discrimination." Contractor agrees to complete and submit for approval an Affirmative Action Plan (AA Plan) which contains the following goals: 6-A

19 CONSTRUCTION EMPLOYMENT GOALS CR 116; C.P December 1, 2014 Minority (skilled and unskilled combined) 32.0% Women (skilled and unskilled combined) 6.0% The AA Plan must be complete and signed. The contract will not be awarded unless the required AA Plan and any related information has been approved by PCS or a written exemption from these requirements has been granted. A-11 REPORTING REQUIREMENTS: Approved AA Plans shall be monitored for compliance by PCS. Contractor shall submit a monthly Employment Utilization Report (which is available with the downloadable specifications for the project on the Hennepin County egram web site at PCS may, at any intervals deemed necessary, make on-site reviews to ascertain compliance with these requirements. A-12 GOOD FAITH EFFORTS: If the construction AA employment goals are not met, the County will require the Contractor to demonstrate that good faith efforts have been made to meet the goals. To determine whether a Contractor has demonstrated good faith efforts, PCS may require the Contractor to provide documentation that the company has actively and aggressively attempted to meet its AA goals. If the County determines that the Contractor has failed to demonstrate the same, and/or if the Contractor has failed to submit employment reports and/or information required by the PCS Manager, and/or the Contractor has engaged in discriminatory practices, the County may, in its sole discretion, withhold up to fifteen percent (15%) of the contract price until such time as the Contractor is determined to have submitted the required reports and/or information and/or Contractor has demonstrated good faith efforts, as determined by the County. A-13 SUBCONTRACTOR COMPLIANCE WITH AA: The Contractor shall insert in all of its subcontracts over $100,000, which have not been granted an Exemption or which have had any such exemption withdrawn, clauses requiring the Subcontractor s compliance with the following: Furnish the Contractor with an AA Plan containing the construction employment goals established above. Submit to the County s PCS Manager all information and reports requested by Hennepin County; and Comply with the Hennepin County Board s policies with regard to non-discrimination and affirmative action (AA). It shall be the responsibility of the Contractor to monitor and enforce Subcontractor s compliance with this paragraph. It is understood, however, that the County may take such steps as it deems appropriate to ascertain Subcontractor s compliance with this paragraph and further, if the County determines that Subcontractor is not in compliance, the County may require the Contractor to take appropriate measures to bring Subcontractor into compliance. 7-A

20 A-14 EXEMPTIONS: CR 116; C.P December 1, 2014 The County exempts certain contracts from the AA requirements. Exemptions for construction contracts over $100,000 may be granted when any of the following conditions apply: Contract or subcontract is for purchase of supplies or services unrelated to Hennepin County Construction projects; Contracts where the County is the recipient of funds; Contracts for emergency or life-safety (threatening) related purchases. Such contracts must contain the County s non-discrimination clause. A-15 SBE PROGRAM: REQUIREMENTS: Hennepin County is committed to providing equal opportunity in contracting and to a goal of increased participation of SBE firms in contracting and subcontracting. An SBE goal of up to a maximum of 25% may be set on this project, based on the project s scope of work afforded by the opportunity and upon the availability of SBE firms. Hennepin County s SBE participation goal for this contract is 15%. The following conditions apply in determining compliance: 1. The total payments made under a contract or subcontract to certified SBEs, will be counted toward the applicable goal. 2. In the case of a joint venture, that portion of the payments attributable to the participation and control of the SBE partner in the joint venture will be counted toward the applicable goal. 3. Only payments to SBEs that perform a commercially useful function in the work of a contract or subcontract may be counted toward the small business utilization goals. SBEs are considered to perform a commercially useful function when they are responsible for execution of work directly applicable to the project and carry out their responsibilities by actually supplying labor or material to, or managing or supervising the work involved. 4. Total payments for materials and supplies may be counted toward SBE participation goals if the SBEs assume the actual and contractual responsibility for providing the materials and supplies. 5. The Contractor must receive written approval from the Hennepin County Project Manager and Hennepin County's PCS Manager before making any changes to the previously approved SBE Subcontractor Participation Form. 6. The Contractor's commitment to a specified participation level is to meet the required participation levels, and is not intended and shall not be used to discriminate against any qualified company or group of companies. 7. Only SBEs that are recognized as certified by Hennepin County will be counted towards the Contractor's SBE goals. 8. The Apparent Low Bidder shall submit a Hennepin County SBE Subcontractor Participation Form listing all Subcontractors/Suppliers that they will have on the job and indicating the contract amount for each. The form shall be submitted within 8-A

21 CR 116; C.P December 1, 2014 five (5) days of the bid opening and is available with the downloadable specifications for the project at In addition, Contractor must require all tiered Subcontractors to complete the SBE Subcontractor Participation Form. These Subcontractor Participation Forms must also be submitted along with the Prime Contractor s Participation Forms to PCS. If any Apparent Low Bidder is unable to meet the SBE required participation goal, it shall submit a detailed statement of its good-faith efforts. The good-faith effort statement shall identify all efforts made to achieve the SBE participation goal. Failure to either meet the SBE participation goal or demonstrate sufficient goodfaith efforts may be cause to reject the contract award to the Apparent Low Bidder. A-16 SOLICITATION AND PARTICIPATION: Contractors agree to make good faith efforts to solicit the participation of SBE s to meet the SBE participation goal. 1. The Apparent Low Bidder understands that the SBE participation goal must be maintained throughout the life of its Contract. Further, credit toward the required SBE participation level will not be counted unless the SBEs utilized are recognized as certified by Hennepin County. 2. Contractors and all tier subcontractors and suppliers shall establish and maintain records and submit regular reports, as required. 3. Hennepin County Purchasing and Contract Services (PCS) maintains a current listing of certified SBEs. This list can be obtained from PCS by calling (612) , or by accessing the following web site at Bidders are encouraged to inspect these lists to assist in locating SBEs for the work. A-17 SBE REPORTING REQUIREMENTS: Contractors shall submit Subcontracting Payment Forms (see attached) to PCS to confirm payments to all Subcontractors. A-18 EXEMPTIONS FROM SBE REQUIREMENTS: A request for an exemption from the SBE goal requirement must be made to the Project Manager or PCS Manager. The PCS Manager must approve all exemptions. The Contractor may request an exemption based upon any one of the following situations: a. Contracts with Government Jurisdictions This exemption applies when another government jurisdiction or quasigovernmental agency is contracting with the county. b. Emergency-Related Purchases This exemption applies for emergency or life-safety (threatening), related purchases authorized by the County Administrator, Assistant County Administrators, or the Purchasing Manager. c. Sole-Source or Unique Goods, Commodities, or Services This exemption applies to requests for bids/proposals in which the scope is necessarily written such that there is only one source, regardless of the marketplace that possesses the capability to perform the contract. 9-A

22 d. Self-Performance CR 116; C.P December 1, 2014 This exemption applies to prime contractors who self-perform more work than the stated goal allows. For example, at 100%, the goal is waived, at less than 100%, the goal could be reduced to reflect the actual opportunity for subcontracting. e. Other Special Circumstances These would be evaluated on a case-by-case basis, after Contractor s submittal of a detailed written petition. A-19 GOOD FAITH EFFORTS DURING BID EVALUATION PROCESS: 1. If the SBE participation goal is not met based on the information provided on the SBE Subcontractor Participation Form, the Apparent Low Bidder must demonstrate good-faith efforts in accordance with the following guidelines: a. Verification that the Apparent Low Bidder rejected SBEs because they did not submit the lowest bid or they were not qualified. Such verification shall include a verified statement of the amounts of all bids received from potential subcontractors on the project and that the Apparent Low Bidder rejected SBEs because they did not submit the lowest bid from among such bids or they were not qualified. For each SBE found to be not qualified, the verification shall include a statement giving the Apparent Low Bidder s reason for its conclusion. b. Verification of efforts to provide timely written or telephone notice to all appropriate SBEs within identified subcontracting categories listed in the most current, approved certification directory. If the Apparent Low Bidder has purchased project plans seven (7) calendar days or fewer before bids are due, documented phone calls in lieu of written notice may be permitted. c. Verification of efforts to subcontract, consistent with industry practice, with the SBEs whom the Apparent Low Bidder has contacted, or who have contacted the Apparent Low Bidder. Include the names, addresses, and telephone numbers of all SBEs contacted; a description of efforts made to subcontract; and a description of the information provided to the SBE regarding the plans and specifications for the portion of the work to be performed by subcontractors. If attempts to subcontract actually occurred, provide the dates and places of such process and a description of the outcome. d. Verification that the Apparent Low Bidder attempted to recruit SBEs from at least the same geographic area from which it attempted to recruit other subcontractors. e. Verification that, consistent with industry practice, the Apparent Low Bidder gave SBEs necessary access to and adequate time to review all necessary project plans, drawings, specifications and other documents, as well as adequate time to prepare subcontract bids. f. Verification that, consistent with industry practice the Apparent Low Bidder s past practices on similar projects, the Apparent Low Bidder selected portions of the work to be performed by SBEs in order to achieve the project utilization levels. This includes consideration of structuring the contract into economically 10-A

23 CR 116; C.P December 1, 2014 feasible units to facilitate meaningful SBE utilization as subcontractors or suppliers. g. Statement giving the reasons why the Apparent Low Bidder and each SBE contacted or each SBE that contacted the Apparent Low Bidder did not succeed in reaching a subcontracting agreement. h. Statement that the Apparent Low Bidder attended pre-bid meetings or otherwise obtained the information on subcontracting opportunities that is provided at such meetings. i. If PCS determines that the Apparent Low Bidder failed to meet the SBE participation goal and failed to successfully demonstrate good-faith efforts to meet the goal during the bid/proposal/contract evaluation process, Apparent Low Bidder will be notified in writing of the County s decision within five (5) business days of such determination. Apparent Low Bidder may appeal PCS decision that the Apparent Low Bidder failed to meet the SBE participation goal and successfully demonstrate good-faith efforts to meet the goal. To appeal, the Apparent Low Bidder must, within five (5) business days after receipt of the above-referenced written notice, appeal the decision to the County Administrator or designee. An appeal must be made in writing and shall be accompanied by any supporting documentation. If Apparent Low Bidder fails to submit an appeal within five (5) business days, PCS determination shall remain in effect. The County may, at its option, enter into a contract with the next lowest bidder or other vendor meeting contract specifications or pursue such other measures as the County deems to be in its interest. A-20 GOOD FAITH EFFORTS DURING CONTRACT PERFORMANCE: 1. If Contractor fails to maintain the SBE participation goal during the performance of the contract and cannot demonstrate good-faith efforts in accordance with the following guidelines, Contractor may, at the County s sole option, be deemed in breach of contract and subject to sanctions. a. Verification that the Contractor entered into a contract with the SBE firm(s) identified on the SBE Subcontractor Participation Form to perform work on the project. b. Verification that, consistent with industry standards, the Contractor maintained communication with the SBE to insure that the SBE understood when to begin work and was available to fulfill its contractual agreement. c. Statement giving the reason(s) why the subcontractor/supplier contracted with to meet the SBE utilization goal did not fulfill its contractual agreement. d. Verification of efforts to replace a non-performing SBE by written or telephone notice to all appropriate SBEs within required subcontracting categories listed in the most current, approved certification directory. 2. In all its contracts over $100,000, Contractor shall insert clauses requiring the subcontractor to: (1) adopt the contract-specific designated goal; (2) submit all information and reports required by Hennepin County; and (3) comply with all 11-A

24 CR 116; C.P December 1, 2014 Hennepin County Board policies with regard to SBE utilization. It shall be the responsibility of the Contractor to monitor and enforce subcontractor s Compliance with this paragraph. The County may take such steps as it deems necessary and appropriate to ascertain compliance with the County s SBE requirements, and further, if the County determines that subcontractor is not in compliance, the County may require the Contractor to take appropriate measures to bring subcontractor into compliance. A-21 SANCTIONS: If the SBE participation goal is not met after contract award/approval, the County will require Contractor to successfully demonstrate that good-faith efforts have been made to meet their goal. If the County determines that the Contractor has failed to demonstrate good-faith efforts, and/or if the Contractor has failed to submit information required by PCS, and/or the Contractor has engaged in discriminatory practices, the County may, in its sole discretion, suspend, cancel, or terminate, in whole or in part, the aforesaid contract. Additionally, the County may, in its sole discretion, withhold up to fifteen (15) percent of the contract price until such time as the Contractor is determined to have submitted the required reports and/or information, and/or the Contractor has demonstrated good-faith efforts, as determined by the County. A-22 RECYCLING PROGRAM: If the Contract between the County and Contractor is for a sum less than $250,000, the County encourages the Contractor to develop and implement an office paper and newsprint recycling program. If the Contract between the County and the Contractor is for a sum over $250,000, the Contractor shall establish an office paper and newsprint recycling program which shall include a written plan available to the County at the County's request containing the following: description of the plan; person and position responsible for plan administration; types of paper collected and method of collection and transportation to a recycling center; an annual report summarizing collection efforts. Any questions regarding recycling programs should be directed to the Department of Environmental Services at (612) A

25 CONSTRUCTION AFFIRMATIVE ACTION PLAN FOR (Company Name) Address: Phone: ( ) Date: PROJECT DESCRIPTION: COUNTY CONTRACT NO.: CONTRACT DOLLAR AMOUNT: CONTRACT PERIOD: to FEDERAL TAX ID NUMBER: In accordance with the Hennepin County Board of Commissioners' Resolution Nos B, R2, , and R2, companies that are identified as the apparent low bidders on non-exempt Construction contracts over $100,000 are required to submit an employment Affirmative Action (AA) Plan and have the Plan approved by Hennepin County Purchasing & Contract Services (PCS) prior to the final County contract award. The contractor must submit the Plan to the County buyer/contract representative upon notification that the company is the apparent low bidder. A new AA Plan must be approved for each building or highway construction contract over $100,000 and must cover employment at the County construction site(s). These Plans are approved for the life of the contract. AA Plans approved by other governmental jurisdictions will not satisfy Hennepin County's AA Plan requirements for construction contracts over $100,000, and PCS will not accept such Plans for approval. Questions regarding the preparation of a Construction AA Plan should be directed to PCS at (612) REV. 9/ OF 11

26 AFFIRMATIVE ACTION PLAN TABLE OF CONTENTS SECTION PAGE I. AFFIRMATIVE ACTION PLANS II. EEO/AA POLICY STATEMENT III. HARASSMENT POLICY STATEMENT... 4 IV. RESPONSIBILITIES OF EEO COORDINATOR V. EMPLOYMENT GOALS FOR MINORITIES & WOMEN VI. CALCULATION OF MINIMUM WORK HOURS FOR MINORITIES AND WOMEN.. 7 A. PROJECT WORKFORCE UTILIZATION OF MINORITIES.. 8 B. PROJECT WORKFORCE UTILIZATION OF WOMEN VII. RECRUITMENT OF EMPLOYEES VIII. INTERNAL EQUAL EMPLOYMENT OPPORTUNITY COMPLAINT PROCEDURES IX. DISSEMINATION OF AFFIRMATIVE ACTION POLICY AND PLAN X. REPORTING SYSTEM AND INTERNAL AUDIT APPENDIXES A. EMPLOYMENT RECRUITMENT SOURCES B. SAMPLE LETTER TO UNIONS REV. 9/ OF 11

27 (COMPANY NAME) I. AFFIRMATIVE ACTION PLANS The Company (hereinafter used interchangeably with the word we ) understands that this Affirmative Action (AA) Plan must be approved by Hennepin County Purchasing & Contract Services (PCS) before final contract award can be made The Company will require its subcontractors that will provide goods or services over $100,000 for this contract to submit to the Company AA Plans that are comparable to this Plan. We will state below the projected maximum (contractor's and subcontractors' combined) number of workers and hours at the construction site. TOTAL PROJECT Workers Hours Skilled Unskilled Total Project CONSTRUCTION TRADE CATEGORIES SKILLED JOURNEY WORKER & APPRENTICES: Manual workers of relatively high skill level having a thorough and comprehensive knowledge of the process involved in their work. Exercise considerable independent judgment and usually receive an extensive period of training such as building trades, hourly paid supervisors and lead operators who are not members of management, mechanics and repairers, skilled machining occupations, electricians, painters (construction and maintenance), carpenters, bricklayers, plumbers and kindred workers. OPERATIVES AND APPRENTICES: Workers who operate machine or processing equipment or perform duties of relatively high skill level having a thorough and comprehensive knowledge of the process involved in their work. Exercise considerable independent judgment and usually receive an extensive period of training such as blasters, welders, flame cutters, inspectors, testers, motor operators and kindred workers. UNSKILLED LABORERS: Workers in manual occupations which generally require no special training that perform elementary duties that may be learned within a few days and require the application of little or no independent judgment such as ground-keepers, gardeners, laborers performing lifting, digging, mixing, loading and pulling operations, and kindred workers. II. EEO/AA POLICY STATEMENT This statement reaffirms the Company's policy to provide equal opportunity to employees, applicants and subcontractors in accordance with all applicable Equal Employment Opportunity/ Affirmative Action laws, directives and regulations of the State of Minnesota, federal and local governing bodies or agencies thereof, specifically Hennepin County's Equal Employment Opportunity/Affirmative Action (EEO/AA) Policies. The Company: REV. 9/ OF 11

28 1. Will not discriminate against any employee or applicant for employment because of race, color, creed, religion, national origin, sex, sexual orientation, disability, age, marital status, or public assistance status. 2. Will take affirmative action to ensure that the Company s employment practices are free of discrimination including, but not limited to, hiring, upgrading, demotion, transfer, recruitment and recruitment advertising, selection, layoff, disciplinary action, termination, rates of pay or other forms of compensation and selection for training including apprenticeship. 3. Prohibits the harassment of any employee or job applicant because of sex, national origin or race. (See Section III.) 4. Commits the necessary time and resources, both financial and human, in making bona fide efforts to achieve the employment goals. 5. Evaluates the performance of its management and supervisory personnel on the basis of their involvement in achieving these AA objectives as well as other established criteria. 6. Has appointed an EEO Coordinator to manage the EEO Program. The Coordinator s responsibilities include monitoring all EEO activities and reporting the effectiveness of the AA Program, as required by Hennepin County. If any employees or applicants for employment believe they have been discriminated against, they may contact the EEO Coordinator. Employees of this Company and subcontractors on this contract/project who have not made bona fide efforts to comply with the EEO policies and procedures set forth in this Statement and AA Plan will be subject to disciplinary action. Any subcontractor, vendor or supplier that does not comply with all applicable EEO/AA laws, directives and regulations of the State, federal and local governing bodies or agencies thereof, specifically Hennepin County's EEO/AA policies, will be subject to appropriate legal sanctions. III. HARASSMENT POLICY STATEMENT The Company agrees that harassment as stated herein is a form of discrimination. It is the policy of this Company to ensure and maintain a working environment free of harassment, including sexual and racial harassment, on County construction sites and facilities. Unwelcome verbal or physical conduct, including written and electronic communication, directed toward an individual(s) because of race, color, creed, religion, national origin, sex, age, disability, marital status, sexual orientation, or public assistance status, will not be tolerated. Management will ensure that all managers, supervisors and other personnel carry out this policy. Sexual harassment is defined as unwelcome sexual advances, requests for sexual favors, and other unwelcome behavior of a sexual nature. Harassment, including sexual harassment, is unlawful when: Such conduct has the purpose or effect of substantially interfering with an individual s work performance or creating an intimidating, hostile or offensive working environment; Submission to such conduct is made either explicitly or implicitly a term or condition of an individual s employment or receipt of services; or, REV. 9/ OF 11

29 Submission to or rejection of such conduct by an individual is used as the basis for employment decision affecting such individual. Any employee found to be in violation of this policy will be treated in the same manner as breaching any other Company policy, and the employee may be subject to disciplinary action, which may lead to termination of duties with this Company. IV. RESPONSIBILITIES OF EEO COORDINATOR The EEO Coordinator for the Company is. Employees may contact the Coordinator at. The duties of the EEO Coordinator are to: 1. Ensure that managers and supervisors understand it is their responsibility to take action to prevent the harassment of protected class employees, applicants and subcontractors. 2. Ensure that employees who are minorities, women and persons with disabilities are provided equal opportunity as it relates to Company-sponsored training programs, recreational/social activities, benefit plans, pay and other working conditions without regard to race, color, creed, etc. 3. Receive, investigate and attempt to resolve all EEO complaints. Notify employees with EEO complaints of their right to file said complaint with the Minnesota Department of Human Rights (MDHR) or the U.S. Equal Employment Opportunity Commission (EEOC). 4. Coordinate the implementation of necessary remedial actions to meet compliance requirements and goals. 5. Develop and update written AA Plans consistent with the Company's Policy. 6. Implement AA Plans including internal and external dissemination of the Company s Policy and Plan. 7. Coordinate employment recruitment efforts for women, minorities and persons with disabilities. 8. Serve as a liaison between the Company and its contractors, vendors and suppliers and Hennepin County. 9. Serve as a liaison between protected class groups and the Company. 10. Conduct and/or coordinate EEO training and orientation of Company supervisors, managers, and subcontractors and vendors to inform them of their responsibilities pursuant to the AA Plan. 11. Monitor and measure the Company's progress toward AA goals and report results to management. 12. Maintain EEO reports and records and make them available to appropriate enforcement agencies. 13. Hold regular discussions with project managers, supervisors and employees to ensure the Company's EEO Policies are being followed. REV. 9/ OF 11

30 14. Monitor subcontractors and vendors to ensure compliance in such areas as: a. Employment of women and minority employees; b. Displaying EEO posters on the construction sites; and c. Maintaining a work environment free of harassment and intimidation based on race, color, creed, etc. REV. 9/ OF 11

31 V. EMPLOYMENT GOALS AND WORK HOURS FOR MINORITIES AND WOMEN The Company adopts Hennepin County's employment goals for minorities and women, as stated below (goals apply to work hours on the project/contract). We will require subcontractors that have been awarded subcontracts over $100,000 to include identical employment goals in their AA Plans. CONSTRUCTION EMPLOYMENT GOALS Minorities (Male & Female Minorities) Women (Minority & Non-minority Females) Skilled & Unskilled Combined 32% Skilled & Unskilled Combined 6% The Company will require its subcontractors to make bona fide efforts to comply with the above goals. VI. CALCULATION OF MINIMUM WORK HOURS FOR MINORITIES AND WOMEN The purpose of this Section is to help the Company determine whether it can meet the minimum employment goals in this AA Plan with the Company s existing workforce or whether other measures may be needed to achieve the goals. Below, calculate the number of minority and female work hours needed to meet the minimum employment goals. In Column One (1), enter the number of projected maximum work hours for minority (skilled and unskilled combined). Multiply the work hours in Column One (1) by the employment goal percentages in Column Two (2) and enter the results in Column Three (3). COLUMN 1 COLUMN 2 COLUMN 3 PROJECTED MAXIMUM WORK HOURS EMPLOYMENT GOALS TOTAL WORK HOURS NEEDED Total Projected Work Hours X 32.0% = Minority (Skilled & Unskilled Combined) Total Projected Work Hours X 6.0% = Women - (Skilled & Unskilled Combined) REV. 9/ OF 11

32 VI(A). PROJECT WORKFORCE UTILIZATION OF MINORITIES 1. If you can attain the minimum skilled and unskilled minority WORK HOURS listed above by using your current permanent workforce, indicate this below, then skip Item VII(A)(2), and go to Item VII(B), on Page 11. If you cannot meet the goals with your current permanent workforce, complete number two (2) below. 2. PLANS TO MEET MINORITY EMPLOYMENT GOALS ON THE PROJECT SITE If your Company does not have sufficient minorities in its permanent workforce to meet the WORK HOURS, or you decide not to utilize the minorities in your permanent workforce to fulfill the skilled and unskilled minority work hours, as indicated above, explain in narrative form in the space below the steps that will be taken to meet the minority employment goals on the contract/project. (Example: The Company has no skilled minorities in its permanent workforce. However, we will need additional carpenters to complete this project. We will make bona fide efforts to recruit a minority employee for this position by contacting the Carpenters Union, Local #851, and the construction sources listed in the attached Appendix A (Employment Recruitment Sources list), to recruit one minority to fulfill the skilled work hours indicated above for this project.) Steps Company Will Take to Meet Minority Employment Goals: [INSERT ADDITIONAL PAGE IF NEEDED] VI(B). PROJECT WORKFORCE UTILIZATION OF WOMEN 1. If you can attain the female WORK HOURS by using your current permanent workforce, indicate this below, then skip Item VII(B)(2). If you cannot meet the goal for women with your current permanent workforce, complete number two (2) below. 2. PLANS TO MEET EMPLOYMENT GOALS FOR WOMEN ON THE PROJECT SITE If your Company does not have sufficient women in its permanent workforce to meet the WORK HOURS or you decide not to utilize the women in your permanent workforce to fulfill the female work hours, as indicated above, explain in narrative form in the space below the steps that will be taken to meet the female employment goals on the project. (Example: The Company has no female employees in its permanent workforce. However, we will need to hire roofers for this project. We will make bona fide efforts to meet the female goal on this project by contacting the Roofers Union, Local #96, and the construction sources listed on the attached Appendix A (Employment Recruitment Sources list), to recruit two (2) females to meet the work hours indicated above for this project.) Steps Company Will Take to Meet Employment Goals for Women: [INSERT ADDITIONAL PAGE IF NEEDED] VII. RECRUITMENT OF EMPLOYEES REV. 9/ OF 11

33 We will use and encourage our subcontractors to use agencies and organizations that refer for employment women, minorities and persons with disabilities. A. Organizations The Company will use, and we will require our subcontractors to use Appendix A (Employment Recruitment Sources list) provided by Hennepin County. We will disseminate and encourage our subcontractors to use Appendix A. The Company will require each of its contractors to work closely with designated community agencies, such as LEAP, and to maintain records of those interactions including the name of the person contacted and dates and types of contacts. B. Advertisements - When the Company recruits employees, we will use media which serves/targets minorities, women and persons with disabilities to advertise the openings (see Appendix A). We will allow reasonable time after the publication of the advertisement to provide opportunities for minorities, women and persons with disabilities. VIII. INTERNAL EQUAL EMPLOYMENT OPPORTUNITY COMPLAINT PROCEDURES The Company will follow the complaint procedures identified below when EEO complaints are received from employees or applicants. COMPLAINT / GRIEVANCE FLOW CHART COMPLAINT PRESENTED IN WRITING TO COMPANY EEO OFFICER EEO OFFICER INVESTIGATES (10 DAYS) DECISION SATISFIED YES ADVISE AT FILING OF COMPLAINT NO 1) MINNESOTA DEPT. OF HUMAN RIGHTS (MDHR) 2) EQUAL EMPLOYMENT OPPORTUNITY COMMISSION (EEOC) 3) LEGAL COUNSEL ADVISE TO APPEAL TO OUTSIDE AGENCY NO SATISFIED APPEAL TO CHIEF EXECUTIVE OFFICER (10 DAYS) YES REV. 9/ OF 11

34 IX. DISSEMINATION OF AFFIRMATION ACTION POLICY AND PLAN The EEO/AA Policy will be disseminated as outlined below: A. Internal Dissemination 1. During the contract period, the EEO/AA Policy Statement will be permanently and conspicuously displayed in areas such as the construction site(s), employee bulletin boards and lunch areas, and will be printed in company newsletters and other publications. 2. All employees and contractors will be furnished a copy of the EEO/AA Policy Statement and they will be notified of the AA Plan s location and availability. This EEO/AA Policy will be made available to all employees, including part-time, temporary or seasonal employees. 3. We will conduct orientation/training sessions to thoroughly inform staff and management of the Company's EEO/AA commitment. B. External Dissemination 1. The Company will conduct pre-bid and pre-award conferences to discuss the Company's affirmative action commitment and the subcontractors' responsibilities regarding affirmative action, and to instruct our subcontractors on how to accurately complete the required report forms. 2. We will notify all subcontractors and vendors in writing of our affirmative action policy and require supportive action on their part. This notification will specify sanctions that will be imposed on them should they fail or refuse to comply with our Policy and goals. 3. We will notify employment recruitment sources and minority- and female-oriented media (see Appendix A) and the applicable unions (see Appendix B) of our Equal Opportunity Policy and encourage them to refer women and minorities to assist us in achieving our affirmative action objectives. 4. We will include the statement "Equal Opportunity Employer/Contractor" or "Affirmative Action Employer/Contractor" on company stationery, letterhead, and in advertisements recruiting employees and contractors, where reasonably possible. 5. We will include the Affirmative Action Clause in all bid specifications and contracts. X. REPORTING SYSTEM AND INTERNAL AUDIT The Company will prepare and submit all documents, information and reports (on the contractor and subcontractors) required by Hennepin County Purchasing/Contract Services for the purposes of monitoring and assessing the Company s compliance with its contractual agreement and Affirmative Action Plan. We are responsible for the accuracy of all data submitted to Hennepin County. REV. 9/ OF 11

35 We will submit the following reports to Hennepin County Purchasing/Contract Services, Targeted Contract Services, A-1730 Government Center, 300 South Sixth Street, Minneapolis, MN, , as indicated below: Monthly Employment Utilization Reports (Form CC257) - Must be submitted by the 10th calendar day of each month. (See Appendix C.) Reports submitted for construction contracts must cover the employment hours worked by the Company and its subcontractors at the project site. Reports submitted for service maintenance contracts must indicate the employment hours worked at all of the sites. We will also evaluate our utilization of minority and women employees on a monthly basis. If our utilization of such employees falls below the goals established in our approved AA Plan, we will submit to Hennepin County Purchasing/Contract Services, along with the monthly reports listed above, a written Narrative Report that includes the following information: (a) (b) An explanation of the reasons why the utilization has fallen below the goals; and The affirmative action steps that our subcontractors and we took to achieve our goals during the reporting period. In addition, we will provide assistance to Hennepin County Purchasing/Contract Services during onsite visits and desk audits. The Company will notify subcontractors of their responsibilities for Equal Employment Opportunity and Affirmative Action under this Affirmative Action Plan and we will hold them accountable and impose sanctions where appropriate. All Company employees shall be told of their rights and a notice of their rights shall be posted. The employees shall be told of their right to file a complaint with an enforcement agency and where to file such a complaint. All unions representing our employees shall be notified of our policy (see Appendix B). As President of this Company, I understand that it is my responsibility to monitor this contract for AA/EO and SBE and WEP Goals (if applicable), and ensure compliance with all Hennepin County policies. The Company hereby agrees to carry out this Affirmative Action Plan and all Hennepin County policies. COMPANY By President's Signature / Or Company Official Authorized to sign AA Plan Date Title Type or Print Name REV. 9/ OF 11

36 APPENDIX A Employment Recruitment Sources Community Agencies (General Employment) American Indian O.I.C. Don Clark 1845 East Franklin Mpls., MN ( ) Fax ( ) Anishinabe Council of Job Developers Wilma Mason 3702 East Lake Street Mpls., MN ( ) Fax ( ) (See also Construction Sources listing) Catholic Charities Job Service Department nd Avenue Mpls., MN ( o0) Fax ( ) Catholic Charities Exodus Division Job Services 1624 Chicago Avenue So. Mpls., MN ( ) Fax ( ) Catholic Charities Seton Services Polly Shaw-Cassidy 2104 Steven Avenue So. Mpls., MN ( ) Fax ( ) Centre for Asians & Pacific Islanders Daniel Krotz 3702 East Lake Street Mpls., MN ( ) Fax ( ) Centro Cultural Chicano, Inc. Warren Herrera 1915 Chicago Avenue So. Mpls., MN ( ) Fax ( ) Chicanos Latinos Employment Opportunities Lu Lopez 1575 Ames Avenue St. Paul, MN ( ) Fax ( ) Community Agencies (General Employment) Chicanos Latinos Unidos En Servicio (CLUES) Jerry Uribe (Minneapolis & St. Paul offices) * 2110 Nicollet Avenue So. Mpls., MN ( ) Fax ( ) * 220 So. Robert Street, Suite 103 St. Paul, MN ( ) Fax ( ) Eastside Neighborhood Services Angie Vocalino nd Street NE Mpls., MN ( ) Fax ( ) HIRED Lori Barnes (contact)/joblink (notices) 1200 Plymouth Avenue No. Mpls., MN ( ) Fax ( ) Loring Nicollet Bethlehem Center Dixie Lehmann 1925 Nicollet Avenue So. Mpls., MN ( ) Fax ( ) Minneapolis American Indian Center Frances Fairbanks 1530 East Franklin Mpls., MN ( ) Fax ( ) Minneapolis Rehabilitation Center Al Hawkins, Employment Dept Chicago Avenue So. Mpls., MN ( ) Fax ( ) Minneapolis Urban League Lee Tillman (For General Employment Referrals) 2000 Plymouth Avenue No. Mpls., MN ( ) Fax ( ) (See also Construction Sources listing) REV. 7/2013

37 APPENDIX A Employment Recruitment Sources Page 2 of 4 Community Agencies: - continued (General Employment) Pillsbury United Neighborhood Services Rick Nevilles 2507 Fremont Avenue No. Mpls., MN ( ) Fax ( ) Summit Academy O.I.C. Annette Rodriguez 935 Olson Memorial Highway Mpls., MN ( ) Fax ( ) Upper Midwest American Indian Center Joyce Yellowhammer 1035 West Broadway Mpls., MN ( ) Fax ( ) Wings Julie Benthin 3200 Penn Avenue No. Mpls., MN ( ) Fax ( ) WomenVenture Beverly Gonzalez University Avenue St. Paul, MN ( ,ext. 148) Fax ( ) (See also Construction Sources listing) Construction/Trades Sources (For Construction/Trades Positions) Anishinabe Council of Job Developers Wilma Mason 3702 East Lake Street Mpls., MN ( ) Fax ( ) Minneapolis Urban League LEAP Jan Williams (Construction/Trades) 2000 Plymouth Avenue No. Mpls., MN ( ) Fax ( ) Construction/Trades Sources (For Construction/Trades Positions) National Association of Minority Contractors (NAMC) P.O. Box Mpls., MN ( ) Fax ( ) Women in the Trades Pat Wagner 550 Rice Street St. Paul, MN ( ) Fax ( ) WomenVenture Beverly Gonzalez 2324 University Avenue St. Paul, MN ( , ext. 148) Fax ( ) WORKFORCE CENTERS Anoka County WorkForce Center Anoka County Human Services Bldg th Ave. NE, Suite 230 Blaine, MN ( ) Fax ( ) Dakota County-Western Area WorkForce Center County Road 11 Burnsville, MN ( ) Fax ( ) Hennepin County South WorkForce Center 4220 west Old Shakopee Road Bloomington, MN ( ) Fax ( ) Hennepin North WorkForce Center 7115 Northland Terrace, Suite 100 Brooklyn Park, MN ( ) Fax ( ) Minneapolis Casual Labor Office 2727 Central Ave. NE Minneapolis, MN ( ) Fax ( ) REV. 7/2013

38 APPENDIX A Employment Recruitment Sources p. 3 of 4 MEDIA Periodicals/Newspapers Asian American Press Nghi Huynh 417 University Avenue St. Paul, MN ( ) Fax ( ) Insight News, Inc. Front Desk 1815 Bryant Avenue No. Mpls., MN ( ) Fax ( ) La Presna Mario Durate 417 University Avenue St. Paul, MN ( ) Fax ( ) Minneapolis Spokesman Wallace Jackman th Avenue So. Mpls., MN ( ) Fax ( ) Minnesota Woman s Press Kathy Magnuson 771 Raymond Avenue St. Paul, MN ( ) Fax ( ) The Circle Missa Rostman th Avenue So. Mpls., MN ( ) Fax ( ) Radio Stations: KMOJ Radio Vusumuzi Zulu 501 Bryant Avenue No. Mpls., MN ( ) Fax ( ) KFAI Denise Mayote 1808 Riverside Avenue Mpls., MN ( ) Fax ( ) SCHOOLS Technical/Vocational Schools Minneapolis Community & Technical College Lucy Kennedy 1501 Hennepin Avenue So. Mpls., MN ( ) Fax ( ) St. Paul Technical College Curt Groth/Roberto Acosta 235 Marshall Avenue St. Paul, MN ( ) Fax ( ) Minnesota School of Business Sally Hively 1401 West 76 th Street #500 Richfield, MN ( ) Fax ( ) SCHOOLS Colleges/Universities Augsburg College Center for Service Work & Learning Lynda Olson 2211 Riverside Avenue Mpls., MN ( ) Fax ( ) Macalester College Multicultural Affairs 1600 Grand Avenue St. Paul, MN ( ) Fax ( ) African American LRC Rm. 315 Science Classroom Bldg. University of MN 222 Pleasant Street SE Mpls., MN ( ) Fax ( ) Asian/Pacific Islander LRC Rm. 306 Walter Library, University of MN 117 Pleasant Street SE Mpls., MN ( ) Fax ( ) REV. 7/2013

39 APPENDIX A Employment Recruitment Sources page 4 of 4 SCHOOLS - continued Colleges/Universities Chicano/Latino LRC Rm. 339 Walter Library, University of MN 117 Pleasant Street SE Mpls., MN ( ) Fax ( ) American Indian Center for Excellence 125 Fraser Hall, University of MN 106 Pleasant Street SE Mpls., MN ( ) Fax ( ) GLBT Programs Office Student Diversity Institute 340 Coffman Union, University of MN 300 Washington Avenue SE Mpls., MN ( ) Fax ( ) Student/Career Development Inroads Minneapolis/St. Paul Alberder Gillespie 2550 University Avenue W., Suite 435 So. St. Paul, MN ( ) Fax ( ) Civic/Public Organizations: Asian American Chamber of Commerce Nghi Huynh, 417 University Avenue West St. Paul, MN ( ) Fax ( ) Chicano Latino Affairs Council Margarita Zalamea, 555 Park Avenue, Suite 408 St. Paul, MN ( ) Fax ( ) Council of Black Minnesotans Lester Collins, Wright Bldg., Suite University Avenue West St. Paul, MN ( ) Fax ( ) Civic/Public Organizations - continued Indian Affairs Council Joe Day 1450 Energy Park Drive Suite 140 St. Paul, MN ( ) Fax ( ) Minnesota Indian Chamber of Commerce Will Antel Colonial Warehouse Bldg., Suite rd Avenue No. Mpls., MN ( ) Fax ( ) Professional Organizations American Indian Business Development Corp. Theresa Carr, 1433 East Franklin Avenue Mpls., MN ( ) Fax ( ) American Indian Science & Engineering Society University of Minnesota 125 Fraser Hall, 106 Pleasant Street SE Mpls., MN ( ) Fax ( ) Minnesota Hispanic Bar Association Juan Hoyos, P.O. Box 1788 Pioneer Station St. Paul, MN ( ) Minnesota Nurses Association Vickie Besmer or Sue Noer 1295 Bandana Blvd., Suite 140 St. Paul, MN ( ) Fax ( ) National Association of Blacks in Criminal Justice - Rex Marshall 1807 Elliot, Apt 2A Mpls., MN ( ) Fax ( ) National Assoc. of Women Business Owners (NAWBO), 4248 Park Glen Road St. Louis Park, MN ( ) Fax ( ) Disability Council Clell Hemphill, Metro Square Bldg. 121 East 7 th Place, Suite 107 St. Paul, MN ( ) Fax ( ) REV. 7/2013

40 APPENDIX B Sample Letter to Unions INSTRUCTIONS: RE-TYPE ON COMPANY LETTERHEAD FOR MAILING & SUBMIT TO PCS, WITH THE AA PLAN, COPIES OF THE LETTERS SENT TO ALL UNIONS REPRESENTING A COMPANY'S EMPLOYEES. IF THE COMPANY IS NON- UNION, INDICATE THIS AT THE TOP OF THIS PAGE, AND SIGN AND DATE APPENDIX B. NOTE - THIS LETTER IS NOTIFICATION LETTER TO THE COMPANY'S UNIONS THAT THE COMPANY IS A HENNEPIN COUNTY CONTRACTOR. IT IS NOT INTENDED AS A LETTER TO RECRUIT EMPLOYEES FOR POSITIONS WITH THE COMPANY. Dear Union Representative: In compliance with Hennepin County's Equal Employment Opportunity/Affirmative Action Policies, this Company, as a County contractor, has agreed to take affirmative action to ensure our employees and applicants for employment are not discriminated against in employment or application for employment because of race, color, creed, religion, national origin, sex, sexual orientation, disability, age, marital status, or status with regard to public assistance. We have also agreed to: 1. Post nondiscrimination notices in conspicuous places available to employees and applicants for employment. 2. State that we are an Equal Employment Opportunity/Affirmative Action Employer in media advertising and on our stationery, where reasonably possible. 3. Provide a notice to each of our labor unions advising the labor union or worker's representative of our commitments to Hennepin County's Equal Employment Opportunity/Affirmative Action Policies. 4. Furnish all information and reports required by Hennepin County. Permit access to books, records and accounts by Hennepin County for purposes of investigation to determine compliance. 5. Assure Hennepin County that labor unions representing our employees will: a. Conduct their business in a nondiscriminatory manner, by referring minorities and females for employment as requested by us. b. Include a protected class nondiscrimination clause in each labor union agreement. c. Ensure the union grievance process is adequately representing each of the classes protected by Hennepin County's Equal Employment Opportunity/Affirmative Action Policies. d. Review collective bargaining agreements to eliminate barriers to Equal Employment Opportunity. e. Review seniority clauses in union contracts to ensure that they are nondiscriminatory and do not have a discriminatory effect. To meet the requirements set forth, we ask for your participation in helping us fulfill our commitment to Hennepin County's Equal Employment Opportunity/Affirmative Action Policies. Yours truly, Company President/CEO REV. 7/2013

41 Hennepin County Purchasing & Contract Services (PCS) Subcontractor Participation Form Prime Contractor/Supplier Subcontractor/Supplier (Check One ) Project Number: Contract Number: Project Name: Company Name: Contact Person: Federal Tax ID No. Phone Number: Fax Number: Certified SBE Non SBE Contract SBE Goal: % Total SBE Participation: % Total Dollar Amount (Initial NTE) of Contract: Total Dollar Amount of Work Self-Performed: (If the entire contract sum will be performed by the contractor or subcontractor listed above, you may stop here after signing and dating this form on page 3.) JOINT VENTURE PARTNER, (IF ANY): Certified SBE Non-SBE Address: City, State, Zip: Phone Number: Fax Number: Federal Tax ID No. Services or Supplies Provided: Dollar Amount of their Contract: % of Joint Venture s Based Bid: LIST ALL SUBCONTRACTORS/SUPPLIERS AND THE DOLLAR VALUE OF THEIR CONTRACTS Contact Person: Certified SBE Non-SBE Firm Name: Address: City, State, Zip: Phone Number: Fax Number: Services or Supplies Provided: Federal Tax ID No. Dollar Amount of their Contract: Contact Person: Certified SBE Non-SBE Firm Name: Address: City, State, Zip: Phone Number: Fax Number: Services or Supplies Provided: Federal Tax ID No. Dollar Amount of their Contract: Contact Person: Certified SBE Non-SBE Firm Name: Address: City, State, Zip: Phone Number: Fax Number: Services or Supplies Provided: Federal Tax ID No. Dollar Amount of their Contract: Contact Person: Certified SBE Non-SBE Firm Name: Address: City, State, Zip: Phone Number: Fax Number: Services or Supplies Provided: Federal Tax ID No. Dollar Amount of their Contract: F PCS Subcontractor Participation Form L. Rev 6/30/11 p.1 of 3

42 Contact Person: Certified SBE Non-SBE Firm Name: Address: City, State, Zip: Phone Number: Fax Number: Services or Supplies Provided: Federal Tax ID No. Dollar Amount of their Contract: Contact Person: Certified SBE Non-SBE Firm Name: Address: City, State, Zip: Phone Number: Fax Number: Services or Supplies Provided: Federal Tax ID No. Dollar Amount of their Contract: Contact Person: Certified SBE Non-SBE Firm Name: Address: City, State, Zip: Phone Number: Fax Number: Services or Supplies Provided: Federal Tax ID No. Dollar Amount of their Contract: Contact Person: Certified SBE Non-SBE Firm Name: Address: City, State, Zip: Phone Number: Fax Number: Services or Supplies Provided: Federal Tax ID No. Dollar Amount of their Contract: Contact Person: Certified SBE Non-SBE Firm Name: Address: City, State, Zip: Phone Number: Fax Number: Services or Supplies Provided: Federal Tax ID No. Dollar Amount of their Contract: Contact Person: Certified SBE Non-SBE Firm Name: Address: City, State, Zip: Phone Number: Fax Number: Services or Supplies Provided: Federal Tax ID No. Dollar Amount of their Contract: Contact Person: Certified SBE Non-SBE Firm Name: Address: City, State, Zip: Phone Number: Fax Number: Services or Supplies Provided: Federal Tax ID No. Dollar Amount of their Contract: F PCS Subcontractor Participation Form L. Rev 6/30/11 p.2 of 3

43 CONTRACTOR OWNERSHIP AFFIRMATIVE ACTION (AA) CLASSIFICATION I. BUSINESS STRUCTURE II. ETHNICITY & GENDER III. CERTIFIED SMALL BUSINESS If you check one of the options below, Columns II and III are not applicable, so you may stop here. If none of the options below applies to your business, please go to Column II. Publicly-Held Company (M11)* Base your response below on the (majority) owner's gender & ethnicity. (See details below.) 1 If you are a Certified Small Business, please skip this column and complete Column III. Black/African American Male (M23) Female (M33) Hennepin County, in collaboration with other jurisdictions, certifies eligible small businesses. (See details below.) 2 Black/African American Male (S23) Female (S33) Non-Profit Entity (M13) Hispanic Male (M24) Female (M34) Hispanic Male (S24) Female (S34) Government Entity (GOV) Asian or Pacific Islander Male (M25) Female (M35) American Indian or Alaskan Native Asian or Pacific Islander Male (S25) Female (S35) American Indian or Alaskan Native Male (M26) Female (M36) Male (S26) Female (S36) White/Caucasian White/Caucasian *Stock is traded on the open market. Male (M22) Female (M17) Male (S22) Female (S17) 1 Black/African American: All persons having origins in any of the Black racial groups of Africa. Hispanic: All persons of Mexican, Puerto Rican, Cuban, Central or South American descent or other Spanish culture or origin, regardless of race. Asian or Pacific Islander: All persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Sub-continent or the Pacific Islands, including, for example, China, Japan, Korea, Hawaii, Guam, the Philippine Islands and Samoa. American Indian or Alaskan Native: All persons having origins in any of the original peoples of North America, and who maintain tribal affiliation or community attachment. White/Caucasian: All persons with origins in any of the original peoples of Europe, North Africa or the Middle East. 2 While certification is not necessary to do business with Hennepin County, only certified businesses can be counted toward the goal for Small Business Enterprise (SBE) participation in county contracting. Certification also boosts market exposure and qualifies businesses to access SBE Program Services. For further information about certification, please call (651) or visit the Central Certification Program s web site at: Total Dollar Amount of Work Subcontracted to SBE Subcontractors/Suppliers Total Dollar Amount of Work Subcontracted to Non-SBE Subcontractors/Suppliers Total Dollar Amount of Work Self-Performed Total Bid/Contract $ $ $ $ Signature(s): Date: Print Name: Title: (President/Authorized Representative) If you have questions or need assistance, please call Angie Kirkpatrick at (612) This report must be completed, signed by an authorized representative of the company, and submitted to: Hennepin County Purchasing/Contract Services, Small Business Enterprise Program, A-1730 Government Center, 300 South Sixth Street, Minneapolis, MN F PCS Subcontractor Participation Form L. Rev 6/30/11 p.3 of 3

44 HENNEPIN COUNTY PURCHASING & CONTRACT SERVICES (PCS) MONTHLY EMPLOYMENT UTILIZATION REPORT (A) Company Name Status: Contractor Subcontractor (Select one) (C) County Contract No.: (E) Project No.: (B) Address (D) Your Prime Contractor's Name: Status: Contractor Subcontractor (Select one) Phone ( ) Fax ( ) [F] REPORT PERIOD [H] TOTAL HOURS WORKED ON THE PROJECT Check here if there were no hours worked during this report period. HOURS REMAINING ON THIS PROJECT: [I] TOTAL NUMBER OF EMPLOYEES WORKING ON THIS PROJECT FROM: TO: (G) CLASSIFICATION BY TRADE [H1] TOTAL EMPLOYEE HOURS [H2] BLACK, NOT OF HISPANIC ORIGIN [H3] HISPANIC [H4] ASIAN/ PACIFIC ISLANDER [H5] AMERICAN INDIAN OR ALASKAN NATIVE M F M F M F M F M F (a) MIN [H6] PERCENT OF TOTAL HOURS (b) F [I1] TOTAL EMPLOYEES ON THIS PROJECT (a) M (b) F [I2] TOTAL MINORITIES ON THIS PROJECT (a) M (b) F TRADE TRADE TRADE TRADE TRADE [J] TOTAL SKILLED [K] TOTAL UNSKILLED [L] GRAND TOTALS NO HIRING OPPORTUNITIES AT THIS TIME (Please check if true statement) (PLEASE CHECK THIS BOX IF THIS IS A LEGAL STATEMENT DURING THIS REPORTING PERIOD) The information on this form is true and accurate to the best of my knowledge. [M] Print or type name of company's authorized EEO representative Signature Date CC Specialist: Received On: Reviewed On: F Monthly Employment Utilization Report L Rev 6/30/11 p. 1 of 2

45 HENNEPIN COUNTY CONSTRUCTION Instructions for Filing Monthly Employment Utilization Report The Monthly Employment Utilization Report includes the total work hours for each employee classification in each trade on the construction site(s). The report is to be completed by each contractor (both the prime and its subcontractors); and signed by a responsible official of the company. The prime contractor must submit all of the reports to Hennepin County Purchasing/Contract Services, Targeted Contract Services Program, A-1730 Government Center, 300 South Sixth Street, Minneapolis, MN by no later than the 10 th calendar day of each month. If you have any questions or need assistance, please call Angie Kirkpatrick at (612) DEFINITIONS: (1) WOMEN Includes both minority and non-minority females. (2) MINORITY Includes Blacks, Hispanics, American Indians/Alaskan Natives and Asian/Pacific Islanders, and both males and females. A. Company Name & Status Enter the name of your company in this section. Place a mark in the appropriate box to indicate the contracting status of your company. B. Address Enter your company address and include the telephone and fax number. C. County Contract Number Enter the County contract number as stated in your County contract documents. [If you are a subcontractor on a County contract, contact your prime contractor to obtain this information.] D. Prime Contractor Name & Status Enter the name of your prime contractor. Place a mark in the appropriate box to indicate the contracting status of your prime contractor (if applicable). E. County Project Number Enter the County project number as stated in your County contract documents. [If you are a subcontractor on a County contract, contact your prime contractor to obtain this information.] F. Report Period Enter the dates covered by the report (e.g., the month of 2/1/99 2/28/99) G. Classification By Trade Enter only the skilled and unskilled construction trade worker classifications that you employ on the project. [Clerical and other offsite personnel are not considered construction workers and must not be included in the monthly utilization report.] H. (1-5) Total hours worked on the project site(s). In Column (H1), enter the total number of hours worked by all employees in each trade classification, including minority and non-minority employees. Indicate males and female hours separately. H. (6) Minority & Female Percentages I. (1) Total Number of Employees Working on This Project In Column (H2-H5), enter the total hours worked by minorities in each trade classification. Indicate males and female hours separately. In Column (H6) (a) MIN, enter the percentage of the total hours worked by minorities (both male & female) in each trade classification. In Column (H6) (b) "F", enter the percentage of total hours worked by women (both minority & nonminority) in each trade classification. In Column (I1) (a) and (b), enter the total number of employees working on this project in each trade classification in your workforce during the reporting period. Include minority and non-minority male and female employees. In Column (I2) (a) and (b), enter the total number of minority employees I. (2) Total Number of Minorities working on this project in each trade classification in your workforce during the reporting period. Indicate males and females separately. J. Total Skilled On this line, under each column enter the total number of Skilled hours, percentages and total number of employees working on this project in each trade classification in your workforce during reporting period. K. Total Unskilled On this line, under each column enter the total number of Unskilled hours, percentages and total number of employees working on this project in each trade classification in your workforce during reporting period. L. Grand Totals On this line, under each column enter the total number of Skilled and Unskilled hours, percentages and total number of employees working on this project in each trade classification in your workforce during reporting period. M. Official Signature The company official or authorized representative must print, sign, and date this report. THIS REPORT MUST BE SIGNED BY A COMPANY OFFICIAL OR DESIGNEE. F Monthly Employment Utilization Report Instructions L Rev 6/30/2011 p. 2 of 2

46 NOTICE TO BIDDERS Minnesota Statutes that require prompt payment to subcontractors: 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

47 MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Highway and Heavy Region Number: 09 Counties within region: ANOKA-02 CARVER-10 CHISAGO-13 DAKOTA-19 HENNEPIN-27 RAMSEY-62 SCOTT-70 WASHINGTON-82 Effective: Revised: This project is covered by Minnesota prevailing wage statutes. Wage rates listed below are the minimum hourly rates to be paid on this project. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at a rate of one and one half (1 1/2) times the basic hourly rate. Violations should be reported to: Department of Transportation Office of Construction Transportation Building MS650 John Ireland Blvd St. Paul, MN (651) Refer questions concerning the prevailing wage rates to: Department of Labor and Industry Prevailing Wage Section 443 Lafayette Road N St Paul, MN (651) DLI.PrevWage@state.mn.us 11/25/14 1

48 LABOR CODE AND CLASS EFFECT DATE BASIC RATE FRINGE RATE TOTAL RATE LABORERS ( ) (SPECIAL CRAFTS ) 101 LABORER, COMMON (GENERAL LABOR WORK) LABORER, SKILLED (ASSISTING SKILLED CRAFT JOURNEYMAN) LABORER, LANDSCAPING (GARDENER, SOD LAYER AND NURSERY OPERATOR) FLAG PERSON WATCH PERSON BLASTER PIPELAYER (WATER, SEWER AND GAS) TUNNEL MINER UNDERGROUND AND OPEN DITCH LABORER (EIGHT FEET BELOW STARTING GRADE LEVEL) SURVEY FIELD TECHNICIAN (OPERATE TOTAL STATION, GPS RECEIVER, LEVEL, ROD OR RANGE POLES, STEEL TAPE MEASUREMENT; MARK AND DRIVE STAKES; HAND OR POWER DIGGING FOR AND /25/14 2

49 IDENTIFICATION OF MARKERS OR MONUMENTS; PERFORM AND CHECK CALCULATIONS; REVIEW AND UNDERSTAND CONSTRUCTION PLANS AND LAND SURVEY MATERIALS). THIS CLASSIFICATION DOES NOT APPLY TO THE WORK PERFORMED ON A PREVAILING WAGE PROJECT BY A LAND SURVEYOR WHO IS LICENSED PURSUANT TO MINNESOTA STATUTES, SECTIONS TO TRAFFIC CONTROL PERSON (TEMPORARY SIGNAGE) QUALITY CONTROL TESTER (FIELD AND COVERED OFF-SITE FACILITIES; TESTING OF AGGREGATE, ASPHALT, AND CONCRETE MATERIALS); LIMITED TO MN DOT HIGHWAY AND HEAVY CONSTRUCTION PROJECTS WHERE THE MN DOT HAS RETAINED QUALITY ASSURANCE PROFESSIONALS TO REVIEW AND INTERPRET THE RESULTS OF QUALITY CONTROL TESTERS. SERVICES PROVIDED BY THE CONTRACTOR SPECIAL EQUIPMENT ( ) 201 ARTICULATED HAULER BOOM TRUCK LANDSCAPING EQUIPMENT, INCLUDES HYDRO SEEDER OR MULCHER, SOD ROLLER, FARM TRACTOR WITH ATTACHMENT SPECIFICALLY SEEDING, SODDING, OR PLANT, AND TWO-FRAMED FORKLIFT (EXCLUDING FRONT, POSIT-TRACK, AND SKID STEER LOADERS), NO EARTHWORK OR GRADING FOR ELEVATIONS OFF-ROAD TRUCK /25/14 3

50 205 PAVEMENT MARKING OR MARKING REMOVAL EQUIPMENT (ONE OR TWO PERSON OPERATORS); SELF-PROPELLED TRUCK OR TRAILER MOUNTED UNITS HIGHWAY/HEAVY POWER EQUIPMENT OPERATOR GROUP HELICOPTER PILOT (HIGHWAY AND HEAVY ONLY) 303 CONCRETE PUMP (HIGHWAY AND HEAVY ONLY) ALL CRANES WITH OVER 135-FOOT BOOM, EXCLUDING JIB (HIGHWAY AND HEAVY ONLY) 305 DRAGLINE, CRAWLER, HYDRAULIC BACKHOE (TRACK OR WHEEL MOUNTED) AND/OR OTHER SIMILAR EQUIPMENT WITH SHOVEL-TYPE CONTROLS THREE CUBIC YARDS AND OVER MANUFACTURER.S RATED CAPACITY INCLUDING ALL ATTACHMENTS. (HIGHWAY AND HEAVY ONLY) 306 GRADER OR MOTOR PATROL 307 PILE DRIVING (HIGHWAY AND HEAVY ONLY) 308 TUGBOAT 100 H.P. AND OVER WHEN LICENSE REQUIRED (HIGHWAY AND HEAVY ONLY) GROUP ASPHALT BITUMINOUS STABILIZER PLANT 310 CABLEWAY 311 CONCRETE MIXER, STATIONARY PLANT (HIGHWAY AND HEAVY ONLY) DERRICK (GUY OR STIFFLEG)(POWER)(SKIDS OR STATIONARY) (HIGHWAY AND HEAVY ONLY) 313 DRAGLINE, CRAWLER, HYDRAULIC BACKHOE (TRACK OR WHEEL MOUNTED) AND/OR SIMILAR EQUIPMENT WITH SHOVEL-TYPE CONTROLS, UP TO THREE CUBIC YARDS MANUFACTURER.S RATED CAPACITY INCLUDING ALL ATTACHMENTS (HIGHWAY AND HEAVY ONLY) 314 DREDGE OR ENGINEERS, DREDGE (POWER) AND ENGINEER 315 FRONT END LOADER, FIVE CUBIC YARDS AND OVER INCLUDING ATTACHMENTS. (HIGHWAY AND HEAVY ONLY) 316 LOCOMOTIVE CRANE OPERATOR 317 MIXER (PAVING) CONCRETE PAVING, ROAD MOLE, INCLUDING MUCKING OPERATIONS, CONWAY OR SIMILAR TYPE 11/25/14 4

51 318 MECHANIC. WELDER ON POWER EQUIPMENT (HIGHWAY AND HEAVY ONLY) 319 TRACTOR. BOOM TYPE (HIGHWAY AND HEAVY ONLY) 320 TANDEM SCRAPER 321 TRUCK CRANE. CRAWLER CRANE (HIGHWAY AND HEAVY ONLY) 322 TUGBOAT 100 H.P AND OVER (HIGHWAY AND HEAVY ONLY) GROUP AIR TRACK ROCK DRILL AUTOMATIC ROAD MACHINE (CMI OR SIMILAR) (HIGHWAY AND HEAVY ONLY) 325 BACKFILLER OPERATOR 326 CONCRETE BATCH PLANT OPERATOR (HIGHWAY AND HEAVY ONLY) 327 BITUMINOUS ROLLERS, RUBBER TIRED OR STEEL DRUMMED (EIGHT TONS AND OVER) 328 BITUMINOUS SPREADER AND FINISHING MACHINES (POWER), INCLUDING PAVERS, MACRO SURFACING AND MICRO SURFACING, OR SIMILAR TYPES (OPERATOR AND SCREED PERSON) 329 BROKK OR R.T.C. REMOTE CONTROL OR SIMILAR TYPE WITH ALL ATTACHMENTS 330 CAT CHALLENGER TRACTORS OR SIMILAR TYPES PULLING ROCK WAGONS, BULLDOZERS AND SCRAPERS 331 CHIP HARVESTER AND TREE CUTTER 332 CONCRETE DISTRIBUTOR AND SPREADER FINISHING MACHINE, LONGITUDINAL FLOAT, JOINT MACHINE, AND SPRAY MACHINE 333 CONCRETE MIXER ON JOBSITE (HIGHWAY AND HEAVY ONLY) 334 CONCRETE MOBIL (HIGHWAY AND HEAVY ONLY) 335 CRUSHING PLANT (GRAVEL AND STONE) OR GRAVEL WASHING, CRUSHING AND SCREENING PLANT 336 CURB MACHINE 337 DIRECTIONAL BORING MACHINE 338 DOPE MACHINE (PIPELINE) 339 DRILL RIGS, HEAVY ROTARY OR CHURN OR CABLE DRILL (HIGHWAY AND HEAVY ONLY) 340 DUAL TRACTOR 341 ELEVATING GRADER 342 FORK LIFT OR STRADDLE CARRIER (HIGHWAY AND HEAVY ONLY) 343 FORK LIFT OR LUMBER STACKER (HIGHWAY AND HEAVY ONLY) 344 FRONT END, SKID STEER OVER 1 TO 5 C YD 345 GPS REMOTE OPERATING OF EQUIPMENT 346 HOIST ENGINEER (POWER) (HIGHWAY AND HEAVY ONLY) 347 HYDRAULIC TREE PLANTER 11/25/14 5

52 348 LAUNCHER PERSON (TANKER PERSON OR PILOT LICENSE) 349 LOCOMOTIVE (HIGHWAY AND HEAVY ONLY) 350 MILLING, GRINDING, PLANNING, FINE GRADE, OR TRIMMER MACHINE 351 MULTIPLE MACHINES, SUCH AS AIR COMPRESSORS, WELDING MACHINES, GENERATORS, PUMPS (HIGHWAY AND HEAVY ONLY) 352 PAVEMENT BREAKER OR TAMPING MACHINE (POWER DRIVEN) MIGHTY MITE OR SIMILAR TYPE 353 PICKUP SWEEPER, ONE CUBIC YARD AND OVER HOPPER CAPACITY(HIGHWAY AND HEAVY ONLY) 354 PIPELINE WRAPPING, CLEANING OR BENDING MACHINE 355 POWER PLANT ENGINEER, 100 KWH AND OVER (HIGHWAY AND HEAVY ONLY) 356 POWER ACTUATED HORIZONTAL BORING MACHINE, OVER SIX INCHES 357 PUGMILL 358 PUMPCRETE (HIGHWAY AND HEAVY ONLY) 359 RUBBER-TIRED FARM TRACTOR WITH BACKHOE INCLUDING ATTACHMENTS (HIGHWAY AND HEAVY ONLY) 360 SCRAPER 361 SELF-PROPELLED SOIL STABILIZER 362 SLIP FORM (POWER DRIVEN) (PAVING) 363 TIE TAMPER AND BALLAST MACHINE 364 TRACTOR, BULLDOZER (HIGHWAY AND HEAVY ONLY) 365 TRACTOR, WHEEL TYPE, OVER 50 H.P. WITH PTO UNRELATED TO LANDSCAPING (HIGHWAY AND HEAVY ONLY) 366 TRENCHING MACHINE (SEWER, WATER, GAS) EXCLUDES WALK BEHIND TRENCHER (HIGHWAY AND HEAVY ONLY) 367 TUB GRINDER, MORBARK, OR SIMILAR TYPE 368 WELL POINT DISMANTLING OR INSTALLATION (HIGHWAY AND HEAVY ONLY) GROUP AIR COMPRESSOR, 600 CFM OR OVER (HIGHWAY AND HEAVY ONLY) 370 BITUMINOUS ROLLER (UNDER EIGHT TONS) 371 CONCRETE SAW (MULTIPLE BLADE) (POWER OPERATED) 372 FORM TRENCH DIGGER (POWER) 373 FRONT END, SKID STEER UP TO 1C YD 374 GUNITE GUNALL (HIGHWAY AND HEAVY ONLY) 375 HYDRAULIC LOG SPLITTER 376 LOADER (BARBER GREENE OR SIMILAR TYPE) 11/25/14 6

53 377 POST HOLE DRIVING MACHINE/POST HOLE AUGER 378 POWER ACTUATED AUGER AND BORING MACHINE 379 POWER ACTUATED JACK 380 PUMP (HIGHWAY AND HEAVY ONLY) 381 SELF-PROPELLED CHIP SPREADER (FLAHERTY OR SIMILAR) 382 SHEEP FOOT COMPACTOR WITH BLADE. 200 H.P. AND OVER 383 SHOULDERING MACHINE (POWER) APSCO OR SIMILAR TYPE INCLUDING SELF-PROPELLED SAND AND CHIP SPREADER 384 STUMP CHIPPER AND TREE CHIPPER 385 TREE FARMER (MACHINE) GROUP CAT, CHALLENGER, OR SIMILAR TYPE OF TRACTORS, WHEN PULLING DISK OR ROLLER 388 CONVEYOR (HIGHWAY AND HEAVY ONLY) 389 DREDGE DECK HAND 390 FIRE PERSON OR TANK CAR HEATER (HIGHWAY AND HEAVY ONLY) 391 GRAVEL SCREENING PLANT (PORTABLE NOT CRUSHING OR WASHING) 392 GREASER (TRACTOR) (HIGHWAY AND HEAVY ONLY) 393 LEVER PERSON 394 OILER (POWER SHOVEL, CRANE, TRUCK CRANE, DRAGLINE, CRUSHERS, AND MILLING MACHINES, OR OTHER SIMILAR HEAVY EQUIPMENT) (HIGHWAY AND HEAVY ONLY) 395 POWER SWEEPER 396 SHEEP FOOT ROLLER AND ROLLERS ON GRAVEL COMPACTION, INCLUDING VIBRATING ROLLERS 397 TRACTOR, WHEEL TYPE, OVER 50 H.P., UNRELATED TO LANDSCAPING TRUCK DRIVERS GROUP MECHANIC. WELDER 602 TRACTOR TRAILER DRIVER TRUCK DRIVER (HAULING MACHINERY INCLUDING OPERATION OF HAND AND POWER OPERATED WINCHES) GROUP /25/14 7

54 604 FOUR OR MORE AXLE UNIT, STRAIGHT BODY TRUCK GROUP BITUMINOUS DISTRIBUTOR DRIVER 606 BITUMINOUS DISTRIBUTOR (ONE PERSON OPERATION) 607 THREE AXLE UNITS GROUP BITUMINOUS DISTRIBUTOR SPRAY OPERATOR (REAR AND OILER) 609 DUMP PERSON 610 GREASER 611 PILOT CAR DRIVER 612 RUBBER-TIRED, SELF-PROPELLED PACKER UNDER 8 TONS 613 TWO AXLE UNIT 614 SLURRY OPERATOR 615 TANK TRUCK HELPER (GAS, OIL, ROAD OIL, AND WATER) 616 TRACTOR OPERATOR, UNDER 50 H.P. SPECIAL CRAFTS 701 HEATING AND FROST INSULATORS BOILERMAKERS BRICKLAYERS CARPENTERS CARPET LAYERS (LINOLEUM) FOR RATE CALL OR DLI.PREVWAGE@STATE.MN.US 11/25/14 8

55 706 CEMENT MASONS ELECTRICIANS GROUND PERSON IRONWORKERS LINEMAN MILLWRIGHT PAINTERS (INCLUDING HAND BRUSHED, HAND SPRAYED, AND THE TAPING OF PAVEMENT MARKINGS) PILEDRIVER (INCLUDING VIBRATORY DRIVER OR EXTRACTOR FOR PILING AND SHEETING OPERATIONS) PIPEFITTERS. STEAMFITTERS PLUMBERS SHEET METAL WORKERS TERRAZZO WORKERS FOR RATE CALL OR 724 TILE SETTERS /25/14 9

56 725 TILE FINISHERS FOR RATE CALL OR 727 WIRING SYSTEM TECHNICIAN WIRING SYSTEMS INSTALLER ASBESTOS ABATEMENT WORKER SIGN ERECTOR FOR RATE CALL OR 11/25/14 10

57

58

59

60 C.R. 116; C.P December 1, 2014 SECTION TABLE OF CONTENTS DIVISION S PAGE S-1 CONTACT INFORMATION... 1 S-2 INSURANCE... 1 S-3 EMERALD ASH BORER COMPLIANCE... 4 S-4 USE OF ADHESIVE ANCHORS... 5 S-5 (1103) DEFINITIONS... 5 S-6 (1203) ACCESS TO PROPOSAL PACKAGE... 5 S-7 (1205) EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK... 5 S-8 (1206) PREPARATION OF PROPOSAL... 6 S-9 (1208) PROPOSAL GUARANTY... 6 S-10 (1209) DELIVERY OF PROPOSALS... 6 S-11 (1210) WITHDRAWAL OR REVISION OF PROPOSALS... 7 S-12 (1302) AWARD OF CONTRACT... 8 S-13 (1306) EXECUTION AND APPROVAL OF CONTRACT... 8 S-14 (1404) MAINTENANCE OF TRAFFIC & (2563) TRAFFIC CONTROL... 8 S-15 (1407) FINAL CLEANUP S-16 (1505) COOPERATION BY CONTRACTOR S-17 (1507) UTILITY PROPERTY SERVICE S-18 (1508) CONSTRUCTION STAKES, LINES AND GRADES S-19 (1512) UNACCEPTABLE AND UNAUTHORIZED WORK S-20 (1513) RESTRICTIONS ON MOVEMENT AND STORAGE OF HEAVY LOADS AND EQUIPMENT S-21 (1514) MAINTENANCE DURING CONSTRUCTION S-22 (1606) STORAGE OF MATERIALS S-23 (1701) LAWS TO BE OBSERVED (LOCAL ORDINANCES) S-24 (1701) LAWS TO BE OBSERVED (WETLANDS) S-25 (1702) PERMITS, LICENSES, AND TAXES S-26 (1706) EMPLOYEE HEALTH AND WELFARE S-27 (1710) TRAFFIC CONTROL DEVICES S-28 (1712) PROTECTION AND RESTORATION OF PROPERTY i

61 C.R. 116; C.P December 1, 2014 S-29 (1714) RESPONSIBILITY FOR DAMAGE CLAIMS; INSURANCE...19 S-30 (1801) SUBLETTING OF CONTRACT...20 S-31 (1803) PROGRESS SCHEDULES...20 S-32 (1806) DETERMINATION AND EXTENSION OF CONTRACT TIME...20 S-33 (1807) FAILURE TO COMPLETE THE WORK ON TIME...21 S-34 (1905) ELIMINATION OF WORK...22 S-35 (1906) PARTIAL PAYMENTS...22 S-36 (1908) FINAL PAYMENT...23 S-37 (2051) MAINTENANCE AND RESTORATION OF HAUL ROADS...23 S-38 (2104) REMOVING PAVEMENT AND MISCELLANEOUS STRUCTURES...23 S-39 (2104) REMOVE AND HAUL TREATED WOOD...24 S-40 EXCAVATION SPECIAL...24 S-41 (2211) AGGREGATE BASE...26 S-42 (2360) PLANT MIXED ASPHALT PAVEMENT (LOCAL AGENCY)...27 S-43 (2461) STRUCTURAL CONCRETE...28 S-44 (2471) STRUCTURAL METALS...30 S-45 (2472) METAL REINFORCEMENT...34 S-46 (2533) PORTABLE PRECAST CONCRETE BARRIER DESIGN S-47 (2554) TRAFFIC BARRIERS...36 S-48 (2563) TYPE III BARRICADES...36 S-49 (2563) FLASHER TYPE B (HIGH INTENSITY)...36 S-50 (2563) REFLECTORIZED PLASTIC SAFETY DRUM...36 S-51 (2563) PORTABLE CHANGEABLE MESSAGE SIGN...37 S-52 (2563) 4 X4 SIGN WITH SUPPORTS...37 S-53 (2563) CONSTRUCTION SIGN SPECIAL...38 S-54 (2573) EROSION CONTROL SUPERVISOR...38 S-55 (2573) STORM WATER MANAGEMENT...38 S-56 (3137) COARSE AGGREGATE FOR PORTLAND CEMENT CONCRETE...38 S-57 (3138) AGGREGATE FOR SURFACE AND BASE COURSES...39 S-58 UTILITY AGREEMENTS, PERMITS AND ORDERS...39 ii

62 C.R. 116; C.P December 1, 2014 S-1 S-2 CONTACT INFORMATION SPECIAL PROVISIONS DIVISION "S" SPECIAL REQUIREMENTS Questions regarding this Project, including any prior to bidding, are to be directed to Jessa Trboyevich at INSURANCE S-2.1 In order to protect itself and those listed in the indemnification provision in 1714 Responsibility for Damage Claims; Insurance hereof, the Contractor hereby agrees that before commencing said work, it shall present, in a form acceptable to the County as evidenced by a fully executed Certification (and at the option of the County at any time, a certified copy of the insurance policies and all endorsements) evidencing the maintenance of the following minimum insurance coverages, requirements and endorsements during the performance of any work including Extra Work, Change Orders and Supplemental Agreements: S-2.2 S-2.3 S-2.4 S-2.5 S-2.6 S-2.7 S-2.8 Commercial General Liability insurance with the minimum limits and coverages in 1714, section B, hereof. Commercial Automobile Liability insurance with the minimum limits and coverages in 1714, section C, hereof. Workers Compensation and Employer s Liability insurance with the limits, coverages, and requirements in 1714, section A, hereof. Contractor s Pollution Liability The Contractor shall provide insurance coverage when exposure exists and Professional Errors and Omissions does not cover. Per Occurrence and Aggregate $2,000,000 An Umbrella Liability policy over primary liability insurance coverages is an acceptable method to provide the required insurance limits. In addition, the following umbrella liability coverage, or additional primary insurance coverage, is required over the commercial general liability, automobile liability, and employer s liability limits in section 1714 hereof. Policy Limits Per Occurrence and Aggregate $4,000,000 An All Risk Builders Risk Policy for physical loss or damage to the project while performing work under the Contract including materials and equipment on and off site and in transit if intended to become a part of the work. The policy shall name the County as an additional insured. Policy Limits: (Amount of Project) All insurance required above shall meet the Additional Conditions of 1714, section D, hereof. 1-S

63 C.R. 116; C.P December 1, 2014 S-2.9 S-2.10 The above subparagraphs establish minimum insurance requirements. It is the sole responsibility of the Contractor to determine the need for and to procure additional insurance which may be needed in connection with this Contract. Copies of insurance policies shall be submitted to the County upon written request. County reserves the right to require Contractor to obtain additional insurance coverage and endorsements at County s sole discretion and expense, according to the nature and location of work to be performed by Contractor. Notwithstanding any other provision of this Agreement to the contrary, no officer, employee or agent of the County is authorized to cause, suffer, or permit the Contractor or any of its employees, guests, agents, subcontractors, or suppliers to commence or perform any work or otherwise enter upon the project site unless and until all of the conditions of this Article have been conformed to and performed. If Contractor shall fail to certify required insurance coverage to the County as set forth above, before commencing work hereunder, the County may, at its option and without waiving any rights under this Contract, place insurance of the character, nature and limits described above to cover the operations of the Contractor, paying the premiums for the same and charging same to the Contractor. The County by requiring the foregoing minimum insurance coverages will not be deemed to limit any of the other obligations or liabilities of the Contractor. Contractor shall be responsible to pay the full amount of any deductibles or selfinsured portions of any coverage. The failure of the County to obtain certificates of insurance for the policies or renewals thereof or failure of the insurance company to notify the County of the cancellation of policies required under this Contract shall not constitute a waiver by the County of the Contractor s requirement to provide such insurance Contractor shall submit to County, within three (3) days, copies of all reports arising out of any injuries to its employees or those of any firm or individual to whom it may have sublet work, or any property damages arising or alleged to have arisen on account of any work done by Contractor under the Contract Documents. The Contractor shall maintain insurance with these provisions: 1. Except as to Workers Compensation, Employers Liability and Professional Errors & Omissions insurance, County shall be named as an additional insured on all liability policies. The County as an additional insured shall have all the rights, coverages, and limits afforded the Contractor under the policies. In the event that any insurer issues a reservation of rights for County as an additional insured, County shall be entitled to employ independent counsel at Contractor s expense. 2. For all insurance policies required or referenced in this agreement, Contractor agrees to waive and shall require all Contractors of every tier to waive all subrogation rights on behalf of itself and its insurers (or in the alternative to secure the waiver of subrogation from its insurers) against County and all of County s employees and agents. 2-S

64 C.R. 116; C.P December 1, 2014 S-2.11 S-2.12 S-2.13 S That Contractor s insurance is primary and any insurance maintained by County is considered excess and non-contributory. 4. Cross liability or severability of interest clause (liability policies only). 5. Liability insurance policies (except for professional errors and omissions) must be an occurrence policy form, and not a claims-made type of policy. 6. It shall be considered a material breach of this contract if at any time before, during or after completion of the project as required in this agreement for Contractor or any of its subcontractor s insurance to be cancelled, nonrenewed, reduced in coverage below that required in this agreement, or an insurance carrier rating is reduced below an A- as rated by A.M. Best and Contractor has not obtained qualifying alternative insurance from an approved carrier. The Contractor shall not commence work until it has obtained required insurance and filed with the County a properly executed Certificate of Insurance which clearly evidences the required insurance coverages. The certificate shall name Hennepin County as the certificate holder, and shall also name Hennepin County and the City Rogers as additional insured(s) for the required liability insurance coverages, (except for Workers Compensation, Employers Liability and Professional Errors & Omissions) with respect to operations covered under the Contract. The certificate should also show that Hennepin County will receive 30 days prior written notice in the event of cancellation, non-renewal, or material change in any described policies. The Contractor shall furnish to the County updated certificates during the term of the Contract as insurance policies expire. If the Contractor fails to furnish proof of insurance coverage, the County may withhold payments and/or pursue any other right or remedy allowed under the Contract, law, equity, and/or statute. REMOVAL OF LIENS Any liens filed on a project which are not promptly removed constitute a default. To remove a lien the Contractor is required to post a bond, deposit money, or meet any other statutory requirement. PARTIAL OCCUPATION BY OWNER Whenever it may be useful or necessary, Contractor or County shall be permitted to occupy and use any portion of the work which has been either partially or fully completed by Contractor before final inspection and acceptance there by County, but such use or occupation shall not relieve Contractor of its guarantee of said work and materials nor of its obligation to make good at its own expense any defect in materials and workmanship which may occur or develop prior to Contractor s release from responsibility to the County. RIGHT TO AUDIT As to all work which the Contractor may perform on a reimbursable basis or for which Contractor makes a claim for additional compensation or for which a claim is asserted by any third party or injured person County will have the right at all 3-S

65 C.R. 116; C.P December 1, 2014 S-2.15 S-2.16 S-3 S-3.1 S-3.2 S-3.3 reasonable times and places, to inspect, copy and audit any of Contractor s books, accounts, time cards, records of transactions, estimates, schedules, correspondence or any other records or documents which may have a possible bearing on the performance of such work of claim. Further right of examination for all of Contractor s work will include inspection at all reasonable times of the Contractor s plant, or such parts thereof as may be engaged in the performance of the contract. All accounts, documents and records relevant to this contract will be retained by the Contractor for three years after completion of the work, unless a longer period is required by law. PRESERVATION OF EVIDENCE Contractor should be required to give County notice as soon as any type of accident, incident, or claim is asserted against Contractor or Owner and to preserve all evidence and to allow County the opportunity to fully investigate all incidents prior to any evidence being moved, altered, covered up or destroyed in any manner. CONTRACT OBLIGATIONS TO SURVIVE PERFORMANCE Obligations, including but not limited to, construction defect claims, personal injury claims, warranty claims and maintaining insurance, of the Contractor shall continue in place and shall survive as long as any contractual obligation exists. EMERALD ASH BORER COMPLIANCE This project is located, all or in part, in a county that the Minnesota Department of Agriculture has placed under an Emerald Ash Borer Quarantine. Any work for this Contract is subject to the following: Do not market to wood using industries or individuals any part of an Ash (Fraxinus spp) tree from a quarantined area without an Emerald Ash Borer compliance agreement with the Minnesota Department of Agriculture. The Contractor shall not make ash or any non-coniferous (hardwood) species with bark attached available to the public for use as firewood from the quarantined area. The Contractor shall not transport entire ash trees, limbs, branches, logs, chips, ash lumber with bark, stumps and roots outside of a quarantined county without fulfilling the requirements of an Emerald Ash Borer Compliance Agreement with the Minnesota Department of Agriculture. Contact the Minnesota Department of Agriculture at or visit the Emerald Ash Borer website at to find out which counties are quarantined. If the ash material is going to be shipped out of Minnesota, the Contractor shall contact john.o.haanstad@aphis.usda.gov for United States Department of Agriculture joint Emerald Ash Borer Compliance Agreement approval with the Minnesota Department of Agriculture. The Contractor shall dispose of ash trees: (1) In accordance with the Emerald Ash Borer Compliance Agreement, and (2) By utilizing the ash wood chips within the construction limits for erosion 4-S

66 S-3.4 S-4 S-5 control, construction exit pads or landscaping purposes. C.R. 116; C.P December 1, 2014 No direct compensation will be made for compliance with these requirements. USE OF ADHESIVE ANCHORS Do not use adhesive anchors in sustained tension. It is allowable for other applications to use adhesive anchors, such as metal rail attachment, in a non-direct tensile application. (1103) DEFINITIONS The provisions of MnDOT 1103 are supplemented and/or modified with the following: S-5.1 The following definition is added to MnDOT 1103: M Gallon Gallons (MGal). S-5.2 S-5.3 S-6 S-7 S-7.1 S-7.2 Replace the definitions for Payment Bond and Performance Bond with the following: PAYMENT BOND A bond furnished in accordance with Minnesota Statutes and meeting the terms specified in Minnesota Statutes subdivision 2 (2). PERFORMANCE BOND A bond furnished in accordance with Minnesota Statutes and meeting the terms specified in Minnesota Statutes subdivision 2 (1). Replace the definition for Incidental with the following: INCIDENTAL COST OR EXPENSE The cost of work included in the awarded contract price and for which no direct compensation shall be made. When such term is stated in any part of the Contract documents it shall be deemed to mean: at no additional cost to the County. (1203) ACCESS TO PROPOSAL PACKAGE The provisions of MnDOT 1203 are hereby deleted and replaced with the following: The County will provide Bidders with access to the Proposal Package online through egram at no cost to the Bidders. (1205) EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK The provisions of MnDOT 1205 are hereby supplemented by the following: No subsurface exploration on the Project shall be performed by prospective bidders until a permit therefore has been obtained from the County. Permits can be obtained at Hennepin County Public Works Facility, 1600 Prairie Drive, Medina, Minnesota. Bidders shall be responsible for all costs involved in obtaining this permit. 5-S

67 C.R. 116; C.P December 1, 2014 S-8 S-8.1 (1206) PREPARATION OF PROPOSAL The provisions of MnDOT 1206 are supplemented and/or modified with the following: MnDOT is hereby deleted from the MnDOT Standard Specifications and replaced with the following: PREPARATION The Bidder shall use the electronic submittal process for all Hennepin County Road and Bridge Construction Proposals. The Bidder shall submit the electronic Proposal in accordance with the bidvault software and website ( and in accordance with Hennepin County Transportation Department s Guide to bidding county road and bridge projects booklet on the County s website ( under Road and bridge construction. A hard copy of the Proposal and the Bidlet Schedule of Prices shall not be accepted or used. S-8.2 S-8.3 S-9 S-10 MnDOT is hereby deleted from the MnDOT Standard Specifications. MnDOT is hereby deleted from the MnDOT Standard Specifications. (1208) PROPOSAL GUARANTY The provisions of MnDOT 1208 are hereby deleted and replaced with the following: The Bidder shall include with its Proposal a Proposal Guaranty that meets the following requirements: 1) Equal to 5 percent of the total amount of the Bid; 2) Made payable to Hennepin County; and 3) In the form of a certified check, a cashier s check, or a bond. If providing a Proposal Guaranty in the form of a bond, the bond must meet the following requirements: 1) Issued by a corporation authorized by the Minnesota Department of Commerce to contract as a surety in the State of Minnesota; 2) Conditioned on the execution of the Contract, Performance Bond, Payment Bond, and prescribed Non-Collusion Affidavit; 3) Conditioned on the submittal and approval of an Affirmative Action Plan when the submittal of one is required; and 4) Conditioned on execution of the Contract in accordance with 1306, Execution and Approval of Contract. (1209) DELIVERY OF PROPOSALS The provisions of MnDOT 1209 are hereby deleted and replaced with the following: Electronic bidding shall be used in accordance with requirements of the bidvault Web site ( as well as Divisions A and S of this Proposal. In addition to submitting the bid electronically through bidvault, there are several items required for bid submittal. 6-S

68 C.R. 116; C.P December 1, 2014 S The following documents in this Proposal shall be filled out, signed, and submitted prior to bid opening: a) Title sheet of Proposal b) Proposal Form (Page 1 of 2 and Page 2 of 2) c) Non-Collusion Declaration These documents shall be submitted using one of the following methods: Submit the signed original documents to Hennepin County Purchasing and Contract Services, A-1730 Government Center, 300 South 6th Street, Minneapolis, Minnesota They must be received in the Purchasing office prior to the bid opening time and date and bear the inscription BID FOR: C.R. No. 116 or Project Description; C.P ; or copies of the signed documents prior to the bid opening time and date. The copies shall be ed to bidvault@hennepin.us with the subject line Required Submittals for C.P and the originals must be received in the Purchasing office within three (3) days after bid opening. 2. Bid bond shall be submitted using one of the following means: a) Submit an electronic bid bond with your electronic bid for this project using Surety 2000 or InSure Vision; or b) Submit the original paper bid bond or certified check. It must be received in the Purchasing office prior to the bid opening time and date; or c) a copy of your original paper bid bond or certified check prior to the bid opening time and date. The copy must be ed to bidvault@hennepin.us, and, your original signed bid security must be received in the Purchasing office within three (3) days after bid opening. 3. Each bidder shall acknowledge receipt of each Addendum by using bidvault (electronic bid) prior to the time set for opening Proposals. (1210) WITHDRAWAL OR REVISION OF PROPOSALS The provisions of MnDOT 1210 are hereby deleted and replaced with the following: The Bidder may revise its electronic Proposal an unlimited number of times and may withdraw its electronic Proposal before the date and time for opening Proposals. The County reserves the right to revise the Proposal Package at any time before the date and time for opening the Proposals. The County will issue a numbered and dated Addendum for any revision of the Proposal Package. The County will electronically post each Addendum on egram as announced in notification to each Bidder on the County s Plan Holders list. If revisions made by an Addendum require change to Proposals, or reconsideration by the Bidder, the County may postpone opening Proposals. If the County postpones 7-S

69 C.R. 116; C.P December 1, 2014 S-12 S-12.1 S-13 S-13.1 S-13.2 S-14 S-14.1 S-14.2 opening Proposals, the County will specify the new date and time for opening Proposals in the Addendum. The Bidder shall acknowledge receipt of each Addendum in the Bidder s electronic Proposal. (1302) AWARD OF CONTRACT The provisions of MnDOT 1302 are hereby deleted and replaced with the following: Within 60 calendar days after opening Proposals, the County will Award the Contract to the lowest responsible Bidder provided that the lowest responsible Bidder complies with the Proposal requirements. The County may also decide not to make a Contract Award. The County will notify the lowest responsible Bidder electronically, in writing, or by other means that the County has accepted the Proposal subject to execution and approval of the Contract as required by law. The County and the lowest responsible Bidder may mutually agree to extend the time within which the County makes the Award. (1306) EXECUTION AND APPROVAL OF CONTRACT The provisions of MnDOT 1306 are hereby modified with the following: The first paragraph is hereby deleted and replaced with the following: The lowest responsible Bidder shall sign and return two copies of the Contract to the Department with the required payment and performance bonds within 10 business days after the date of Notice of Award to Bidder. The first sentence of the sixth paragraph is hereby deleted. (1404) MAINTENANCE OF TRAFFIC & (2563) TRAFFIC CONTROL The provisions of 1404 are supplemented as follows: 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. 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. The Contractor shall also furnish the names, addresses, and phone numbers of those individuals to the following: 8-S

70 C.R. 116; C.P December 1, 2014 S-14.3 S-14.4 S John Seifert - Rogers - Director of Public Works (763) Jeff Beahen - Rogers - Police Chief (763) Brad Feist - Rogers - Fire Chief (763) Stacy Scharber - Rogers - City Clerk (763) 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. 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 $ per hour for each hour or any portion thereof with which the Engineer determines that the Contractor has not complied. Special Project Requirements 1. Contractor will be permitted to close C.R. 116 and detour all traffic per the plan in order to install Bridge 27J52. No traffic restrictions will be imposed. All detour route signing and construction work zone signing shall be installed 9-S

71 C.R. 116; C.P December 1, 2014 and maintained in accordance with the Minnesota Manual on Uniform Traffic Control Devices (MMUTCD). 2. Contractor shall install aggregate base material to final grade as indicated in the plans by detail (INSET A (TEMPORARY) and INSET B (TEMPORARY) to the satisfaction of the Engineer until such a time as hot mix bituminous pavement is available. Once roadway is graded and guardrail installed to the satisfaction of the Engineer, Contractor may remove closure and detour signage and open the roadway to traffic. Once open to traffic the Owner will maintain the roadway until contractor is able to return, remove the appropriate amount of aggregate base, compact the base and place bituminous non-wear and wear courses per the plan INSET A (PERMANENT) and INSET B (PERMANENT). To accomplish this, Contractor will be permitted to close C.R. 116 twice: a. The first closure will be for the removal and replacement of the existing culvert. Contractor shall complete the installation of Bridge 27J52 and shall restore the C.R. 116 roadway to the satisfaction of the Engineer within 7 days of initial road closure unless authorized in writing by the County Engineer, or designee. b. The second closure will be for the placement of hot mix bituminous pavement per plan. Contractor shall complete the installation of bituminous pavements per plan within 3 days of the second closure of C.R. 116 unless authorized in writing by the County Engineer, or designee. Two-way through traffic must be restored on bituminous surfacing on C.R. 116 on or before June 1, If, in the opinion of the County Engineer or his designated representative, Contractor does not comply with either of the aforestated time frames the County shall be entitled to damages in the amount of $1,000 per calendar day for each day thereafter that the roadway must remain closed. Payment of any such damages shall be in accordance with the provisions contained elsewhere herein for monetary payments made to the County by Contractor. 3. Contractor shall furnish and install advance signs no less than 7 calendar days prior to the closure date to notify the traveling public of the pending C.R. 116 closure and detour. Said advance signs shall conform to the requirements of the Minnesota Manual on Uniform Traffic Control Devices (MMUTCD). 4. Contractor shall maintain a 1:10 slope for 2 feet behind guard rail in all locations. 5. All detour signing must be in place and approved by the Engineer prior to the detour being put into effect. 6. 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 10-S

72 C.R. 116; C.P December 1, 2014 S-14.6 S-15 S-16 S-16.1 S-16.2 S-17 or all of that part of the legend that is inappropriate. This cover shall be bolted to the sign 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. 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 (Traffic Control). (1407) FINAL CLEANUP The provisions of MnDOT 1407 are supplemented as follows: During the progress of the work, the Contractor shall keep the area affected clean and free of all rubbish and surplus materials. The Contractor shall remove all unneeded construction equipment from the site and repair all damage so that the public and adjacent property owners are inconvenienced as little as possible. During the progress of work, the Contractor shall remove and satisfactorily dispose of materials or debris that have washed or flowed into or have been placed in water courses, ditches, gutters, drains, catch basins, or elsewhere as a result of the Contractor's operations. The Contractor shall keep all ditches, channels, drains, etc., in a clean and neat condition. On or before the completion of work, the Contractor shall, unless otherwise directed in writing, remove all temporary works, tools and machinery or other construction equipment. The Contractor shall remove all rubbish from any grounds occupied by the Contractor. The Contractor shall leave all of the premises and adjacent property affected by the operation in a neat and restored condition satisfactory to the Engineer. (1505) COOPERATION BY CONTRACTOR Bidders are hereby advised that the following Hennepin County projects, located on the detour route for this project, are substantially complete. The Contractor shall coordinate its operations with the operations of the Contractors on the following projects: A. CSAH 101/CP 1106 Replacement of Bridge No.1887 B. CSAH 101/CP 1107 Replacement of Bridge No.1950 The Contractor shall coordinate the construction activities and work required herein and cooperate with the holder(s) of the above listed contract(s), both present and future, and their forces in accordance with the provisions of Standard Specification MnDOT 1505 and as directed by the Engineer. (1507) UTILITY PROPERTY SERVICE Construction operations in the proximity of utility properties shall be performed in accordance with the provisions of MnDOT 1507 and the following: 11-S

73 C.R. 116; C.P December 1, 2014 S-17.1 S-17.2 S-17.3 S-17.4 S-17.5 S-17.6 All utilities that relate to this Project are classified as Level D, unless the Plans specifically state otherwise. This utility quality level was determined according to the guidelines of CI/ASCE 38-02, entitled Standard Guidelines for the Collection and depiction of existing subsurface utility data. By bidding on this Contract, the bidder agrees that it shall use the Plan to identify the location of the County s drainage facilities as satisfying the requirements of Minnesota Statutes Ch. 216D and Minnesota Rules with respect to the County s storm water drainage facilities. The following utility owners have existing facilities that may be affected by the work under this Contract. Arvig Network Services (Fiber) CenterPoint Energy CentryLink (Buried Copper & Fiber) Xcel Energy The Contractor shall coordinate its work and cooperate with the aforelisted utility owners, their employees and contractors, in a manner consistent with the provisions of MnDOT 1507 and the applicable provisions of MnDOT It will be the Contractor's responsibility to contact the owners of all utilities in any area prior to the construction in the area so that the Contractor can be informed of the exact locations of all the utilities in the area, including any that are not shown in the plans, prior to performing any excavations. It will also be the Contractor's responsibility to: (1) report any existing damage or faulty condition (i.e. sand in manholes, damaged valve boxes, etc.) to the owners prior to construction, as once excavation has commenced it will be assumed that all damage to underground installations has been caused by the Contractor's operations and it will be its responsibility to make the necessary repairs; and (2) upon completion of the project, contact all utility owners and make arrangements for a field inspection trip by a representative of the Contractor and representatives of the utility owners to confirm that all damages caused by the Contractor's operations have been repaired to the satisfaction of the owners. The County s Contractor shall coordinate his/her work and cooperate with the foregoing utility owners and their forces in a manner consistent with the provisions of MnDOT 1507 and the applicable provisions of MnDOT Existing water and sewer mains, water and sewer services, and other underground utilities are shown on the plans only by general location based on field surveys and available as built information. The County does not guarantee that the utilities are complete or that the locations are as shown on the plans and the Contractor shall be solely responsible for verifying the exact location of each of these utilities. As part of all utility construction, the Contractor may be required to excavate and locate existing municipal and private utilities prior to installing new utilities. This work shall be accomplished where directed by the Engineer with the Engineer determining elevations of the existing utility. 12-S

74 S-17.7 S-17.8 S-18 C.R. 116; C.P December 1, 2014 Wherever existing utility structures or branch connections leading to mains or other conduits, ducts, pipe or structures present obstructions to the grade and alignment of the pipe which would require a change in plans or a revision to the existing utility, the Engineer will provide new grades for the new utility or a plan for revising the existing utility within 24 hours of the location of the existing utility. If the Contractor elects not to uncover existing utilities and a conflict between utilities occurs, the Contractor shall be required to relay pipe or revise the existing utility, as directed by the Engineer, with no additional compensation allowed therefore. No deviation from the required line or grade for any utility work due to conflicts with existing utilities shall be made without the written consent of the Engineer. The removal of portions of abandoned utility lines and pipes when required for the new construction will be considered incidental work and no direct compensation will be made therefor. In all areas where the lower limit of the subgrade excavation, as indicated in the plans or as directed by the Engineer, is below the top elevation of any utility, excepting City water and sanitary sewer, within the project limits, the excavation shall be performed in the following manner: (A) The Contractor shall excavate all possible material from above and adjacent to the existing utility conduit within the practical safe limits of its excavating equipment (approximately 2 foot from the utility) without damaging the utility. (B) The utility owner will remove all remaining materials from around their respective utility and deposit the materials adjacent to the utility at such a distance that the Contractor can then safely complete the removal. (C) Backfill material shall be placed by the Contractor adjacent to the utility and the utility companies will backfill and compact the material below and around the utilities to such an extent that the Contractor can complete the backfill operations with excavating and roadway compaction equipment. Payment will be made to the Contractor for all material removed (including that removed by the utility companies) but no payment in addition to the appropriate Contract bid price per cubic yard will be made for performing the above described work. (1508) CONSTRUCTION STAKES, LINES AND GRADES The provisions of MnDOT 1508 are hereby modified and supplemented as follows: S-18.1 The following is hereby added to the first paragraph of MnDOT 1508: S-18.2 The Contractor shall provide a written priority list of project segments for construction staking by the Engineer at weekly intervals. The Engineer will schedule staking in accordance with the priority list. The Contractor shall provide at least 24 hours prior notice (excluding non-work days) to the Engineer for remobilization of a survey crew to perform the revised priority staking. Bridge construction staking will be as described in 1508 except that the Contractor shall re-establish all working points needed during construction from offset points 13-S

75 C.R. 116; C.P December 1, 2014 S-18.3 S-19 S-19.1 S-20 S-20.1 S-21 S-21.1 S-22 provided by the Engineer. The Engineer will furnish a benchmark in the vicinity of each substructure. The Contractor shall establish any required grade points from the benchmark. The Contractor shall assume full responsibility for all measurements made by him/her from the stakes and marks so established. The Engineer will mark all alignment and elevation control points with lath furnished by the Engineer. The Engineer will furnish all survey stakes and hubs. However, the Contractor shall furnish guard lath for any construction stakes where precautionary visibility is desired. The Engineer will place the Contractor's lath at the time of construction staking. (1512) UNACCEPTABLE AND UNAUTHORIZED WORK MnDOT 1512 is hereby modified as follows: Replace MnDOT number (5) with the following: (5) After the Contractor has been given proper notice to acceptably correct the Work and Materials and has failed to do so, provide notice of default in accordance with MnDOT 1808 Default of Contactor. (1513) RESTRICTIONS ON MOVEMENT AND STORAGE OF HEAVY LOADS AND EQUIPMENT The provisions of MnDOT 1513 are modified as follows: The last paragraph of MnDOT 1513 is changed to read: If loading exceeds the above defined limits, the Contractor shall submit the proposed loads and structural analysis of the deck and beams certified by a Professional Engineer to the Bridge Engineer for the Bridge Engineer s review within a minimum of 7 calendar days before placement of loads. (1514) MAINTENANCE DURING CONSTRUCTION The provisions of MnDOT 1514 are hereby supplemented with the following: The Contractor shall maintain drainage for all temporary roadways and work sites at all times. When existing drainage facilities are severed or otherwise rendered inoperable the Contractor shall construct as much of the designed drainage system as may be necessary to maintain adequate drainage. Temporary grading and/or ditching may also be required to maintain drainage. Payment will be made at the appropriate Contract unit price for all permanent drainage facilities constructed. Any temporary grading and ditching that is required shall be completed as an incidental expense unless it is part of the designed project earthwork and it is totally removed and permanently disposed of. All temporary drainage work shall be completed to the satisfaction of the Engineer. (1606) STORAGE OF MATERIALS The provisions of MnDOT 1606 are hereby supplemented with the following: The Contractor shall securely fence or barricade any materials stored adjacent to a public roadway to clearly delineate the construction zone from the adjacent 14-S

76 C.R. 116; C.P December 1, 2014 S-23 S-23.1 S-24 S-25 S-25.1 roadway. The temporary fence/barricade will be considered to be incidental expense and no direct compensation will be made therefor. (1701) LAWS TO BE OBSERVED (LOCAL ORDINANCES) The provisions of MnDOT 1701 are hereby supplemented with the following: The Contractor shall not construe anything in the Contract documents to allow the Contractor to circumvent existing local ordinances that have an impact on its construction operations. The Contractor is hereby advised that it shall conduct its construction operations including, but not limited to, excavation and hauling in accordance with all local ordinances. The Contractor shall become knowledgeable with all pertinent local ordinances and conduct its operations accordingly. (1701) LAWS TO BE OBSERVED (WETLANDS) The provisions of MnDOT 1701 are modified and/or supplemented with the following: If the Contractor operations involve the excavation and/or disposal of material off County Right of Way, the Contractor is advised of the following: MN Statutes Sections 103G.2212 and 103G.241 stipulate that an agent or employee of another may not: 1) drain, excavate, or fill a wetland, wholly or partially; or 2) construct, reconstruct, remove, or make any change in any reservoir, dam, or the course, current, or cross-section of any public water unless a signed statement from the property owner is obtained stating that any permit or wetland replacement plan required for the work is in place, or that a permit or replacement plan is not required; AND this statement is mailed to the appropriate office with jurisdiction over the wetland or public water prior to initiating the work. The "Landowner Statement and Contractor Responsibility For Work in Wetlands or Public Waters" can be found at The Contractor shall provide the Engineer with a copy of the completed "Landowner Statement and Contractor Responsibility for Work in Wetlands or Public Waters" for the excavation and/or disposal site prior to initiating the work. (1702) PERMITS, LICENSES, AND TAXES Permits and licenses shall be procured and taxes paid in conformance with MnDOT 1702 and the following: Bidders are advised that the County has applied to the following agencies for the necessary permits for grading, drainage, erosion control, and turf establishment, as represented in the Plans: A. Elm Creek Watershed Management Commission The various permits included in the Proposal for this project, as issued, shall be construed to be part of the Special Provisions in the Proposal. The conditions, requirements and restrictions of these permits shall be binding on the Contractor's 15-S

77 C.R. 116; C.P December 1, 2014 S-25.2 S-26 S-26.1 S-26.2 S-26.3 operations under this Contract. The Contractor shall amend or obtain applicable permits for any construction method it proposes to use not covered by the approved permits on file. (1706) EMPLOYEE HEALTH AND WELFARE The provisions of MnDOT 1706 are supplemented with the following: All construction operations shall be conducted in compliance with applicable laws, regulations and industry standards as described in MnDOT The contractor shall be considered to be fully responsible for the development, implementation and enforcement of all safety requirements on the project, notwithstanding any actions Hennepin County may take to help ensure compliance with those requirements. The Contractor shall complete a written project safety and environment checklist/plan (Checklist) addressing identified regulated materials and potential hazards at the job site. This Checklist shall contain name(s) of person(s) responsible for all safety requirements and this Contractor s Designee(s) shall be available at all times that work is being performed. The Contractor s designee(s) shall be responsible for correcting violations on the Project as observed by the Engineer or his/her representative. The Checklist shall indicate that means and methods have been developed by the contractor to eliminate or control the identified hazard or material, that contractor employees have been appropriately trained to address the identified hazard/material, and that tools, equipment and personal protective equipment are in good condition and adequate to control the hazard. The Checklist shall be submitted at or prior to the Project s pre-construction meeting, but not less than 14 calendar days prior to the start of contracted site work. In the event site work begins less than 14 calendar days from the date of execution of the contract, the Checklist shall be submitted at least 24 hours prior to the start of site work. Should the Contractor expect to and/or fail to submit the Checklist any later than commencement of site work, the Contractor will notify the County s Project Manager in writing within 24 hours of the start of work. Submittal of the Checklist shall not relieve the Contractor of any obligation under a governing rule, standard, state or federal statute or regulation, municipal ordinance, County policy, or of any provision in the project contract documents. The Contractor shall not use any motor vehicle equipment on this project having an obstructed view to the rear unless: The vehicle has a reverse signal alarm which is audible above the surrounding noise level; or The vehicle is backed up only when an observer signals that it is safe to do so. The Contractor is hereby advised that any work performed under the terms of this contract which in the opinion of the Engineer cannot be adequately and safely inspected by County personnel due to the lack of OSHA or ANSI required safety measures (i.e. Trenches, fall protection, confined space or other hazards) be deemed 16-S

78 C.R. 116; C.P December 1, 2014 S-26.4 S-26.5 S-26.6 Unauthorized Work in accordance with MnDOT 1512 and will not be paid for. A $ monetary deduction (per incident) will be assessed by County for violations of safety standards and requirements that have the potential for loss of life and/or limb of Project personnel or the public. The areas of special concern include, but are not limited to excavation stability protection, fall protection, protection from overhead hazards, vehicle backup protection (See S-26.2), confined space safety, blasting operations, and personal safety devices. None of the monetary deductions listed above shall be considered by the Contractor as allowance of noncompliance incidents of these safety requirements on this Project. Bidders are hereby advised that Hennepin County has determined that all existing manholes, catch basins, and similar type enclosed structures on storm sewer systems, water distribution systems, and sanitary sewer systems contained within the right of way of all county roadways and within the construction limits of this Project are confined spaces and access into them shall be in accordance with the MINN.RULE unless more applicable regulations apply. All new structures of the same type and function of the aforesaid, which are to be constructed as a part of this project, shall also be considered confined spaces and access into them shall be in accordance with the aforecited OSHA Regulation. It shall be the sole responsibility of the successful bidder (Contractor) on this Project to have a confined entry program which complies with OSHA. The Contractor's program shall address, but need not be limited to, access into manholes, catch basins, and similar type enclosed structures on storm sewers, water distribution systems, and sanitary sewer systems that are to be constructed, reconstructed, adjusted, repaired, or otherwise modified as part of this Project. The Contractor's program shall establish acceptable entry conditions for the various classifications of confined spaces in accordance with the MINN.RULE unless more applicable regulations apply. The Contractor shall have an adequately trained individual who shall be responsible for classifying each confined space in accordance with the Contractor's confined space entry program, and ensuring compliance with same by all of the Contractor's employees and all other individuals within the Contractor's control entering confined spaces on this Project. The Contractor shall develop and implement site-specific procedures to coordinate entry operations when employees of more than one employer are or will be working simultaneously in a confined space. The Contractor's confined entry program shall clearly address its applicability to all subcontractors and their employees that will be utilized for this Project. It shall be the Contractor's responsibility to ensure compliance with OSHA by all subcontractors and their employees on this Project either through the Contractor's own program or through separate programs established by the subcontractors working on this Project. The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions required in connection with their work on this Project, including 17-S

79 S-26.7 S-26.8 S-27 S-27.1 S-27.2 S-27.3 C.R. 116; C.P December 1, 2014 Regulations of the Occupational Safety and Health Administration (OSHA) and other regulatory and governing agencies. Hennepin County assumes no responsibility or liability for the Contractor's compliance with applicable federal and state regulations and safe work practices. The Contractor shall remain at all times solely responsible for the sufficiency of its safety program and its compliance with applicable federal and state regulations. The Contractor shall submit his work plan, at the preconstruction conference, for providing all OSHA required safety equipment (safety nets, static lines, etc.) for all work areas whose working surface is 6 feet or more above the ground, water, or other surfaces. Submittal of this plan will in no way relieve the Contractor of his responsibility for providing a safe working area. The fall protection system shall be furnished, installed, and maintained in accordance with all applicable OSHA Regulation (Standards-29 CFR) including but not limited to Duty to have fall protection and Fall protection Systems criteria and practices , ANSI/ASSE A Fall Protection Systems for construction and demolition operation, and ANSI/ASSE Z Minimum Requirements for a Comprehensive Fall Protection Program. All safety equipment, in accordance with the Contractor s plan, must be inplace and operable in adequate time to allow County personnel to perform their required inspection duties at the appropriate time. No cement shall be placed in any areas affected by such required inspection until the inspection has been completed. (1710) TRAFFIC CONTROL DEVICES MnDOT 1710 is hereby modified as follows: MnDOT (2) is deleted and replaced with the following: (2) Signs shall meet the crash testing requirements of NCHRP 350 as specified by the MN MUTCD and the Manual for Assessing Safety Hardware (MASH). The last paragraph of MnDOT is deleted and replaced with the following: The Project Engineer may require the Contractor to provide a Letter of Compliance stating that all of the Contractors devices are NCHRP 350 and also meet the requirements of MASH. The Letter of Compliance must also include approved drawings of the different signs and devices The first paragraph of MnDOT , is revised to read as follows: The Contractor shall provide, install, maintain and remove all traffic control devices as required by the County in accordance with the Contract and the MN MUTCD that perform the following functions: S-27.4 The following is hereby added to MnDOT : The Contractor shall provide, install, maintain, and remove all necessary traffic control devices to control and guide traffic over planned Detours required by the Contract. 18-S

80 S-28 S-28.1 (1712) PROTECTION AND RESTORATION OF PROPERTY C.R. 116; C.P December 1, 2014 Property and landscape shall be protected in accordance with the provisions of MnDOT 1712 and the following: The Contractor shall exercise extreme care in preventing damage to any areas where turf has been previously established. Parking by Contractor's personnel and equipment on non-surfaced areas will be restricted to specific areas approved by the Engineer. All areas disturbed by the Contractor's operation shall be restored to the satisfaction of the Engineer prior to acceptance of the Project. All costs involved in restoration shall be incidental. S-28.2 The following is added to the provisions of MnDOT 1712: S-29 S-29.1 S-29.2 S TRAFFIC SIGNS Any traffic signs or street signs not removed or relocated by the City or the County prior to or during construction shall remain in place and be protected by the Contractor for the duration of the work, except as otherwise authorized by the Engineer. Should any sign interfere with construction, it may be adjusted or removed and reset at a temporary location when so authorized by the Engineer, provided that location is not critical and the Contractor resets the signs at their permanent locations as soon as construction operations permit. In no case shall a traffic sign or street sign be removed or disturbed by the Contractor without prior notification being given to the Engineer, and then only after satisfactory arrangements have been made for a temporary installation or its disposition. Street identification signage shall be maintained at all times due to its importance to the 911 emergency response system. No additional compensation will be made to the Contractor for any expenses incurred in removing, protecting and replacing traffic signs or street signs as provided for herein, nor for any delays, inconvenience, or damage sustained by him due to any special construction required in prosecuting his work in the presence of traffic signs and/or street signs. (1714) RESPONSIBILITY FOR DAMAGE CLAIMS; INSURANCE The provisions of MnDOT 1714 are modified and/or supplemented with the following: MnDOT (1.1) is revised to read as follows: (1.1) $500,000 Bodily Injury by disease per employee, MnDOT (1.3) is revised to read as follows: (1.3) $500,000 Bodily Injury by accident. Responsibility for damage claims shall be in accordance with the provisions of MnDOT , except that the first paragraph is hereby deleted and replaced with the following: The Contractor agrees to defend, indemnify, and hold harmless the County of Hennepin, the City of Rogers, and the State of Minnesota, their or its, officials, officers, agents, volunteers, and employees from any liability, claims, causes of action, judgments, damages, losses, costs, or expenses, including reasonable attorneys fees, resulting directly or indirectly from any act or omission of the 19-S

81 S-30 C.R. 116; C.P December 1, 2014 Contractor, a subcontractor, anyone directly or indirectly employed by them, and/or anyone for whose acts and/or omissions they may be liable in the performance of the services required by this Contract, and against all loss by reason of injuries or damages received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any environmental damage or hazardous material damage caused by or resulting from the Contractor's activities; or because of any act or omission, neglect, or misconduct of the Contractor; or because of any claims arising or amounts recovered from infringements of patent, trademark, or copyright; or because of any claims arising or amounts recovered under the Worker's Compensation Act; or under any other law, ordinance, order, or decree or due to the failure of the Contractor to perform fully, in any respect, all obligations under this Contract. (1801) SUBLETTING OF CONTRACT The provisions of MnDOT 1801 are hereby modified in accordance with the following: S-30.1 The following is hereby added to the standard provisions of MnDOT 1801: S-30.2 S-31 S-31.1 S-32 Minnesota law requires prime contractors to pay any subcontractor within ten days of the prime contractor's receipt of payment from the County for undisputed services provided by the subcontractor. This law also requires the prime contractor to pay interest of 1½ percent per month on any undisputed amount not paid on time to the subcontractor. The third paragraph is hereby deleted. This Contract does not contain goals for Disadvantaged Business Enterprise (DBE) or Targeted Group Business (TGB) participation. These are specific State of Minnesota subcontracting programs that are not applicable to this contract. This Contract does however include a goal for Small Business Enterprise (SBE) participation under Hennepin County's program. See Division A Special Provisions contained herein for the requirements of this program. The existence of an SBE goal on this contract does not modify the 40 percent requirement established in the first paragraph of MnDOT (1803) PROGRESS SCHEDULES The provisions of MnDOT 1803 are modified as follows: This Contract allows for the use of a Bar Chart Schedule as the Progress Schedule for the Project. (1806) DETERMINATION AND EXTENSION OF CONTRACT TIME The Contract Time will be determined in accordance with the provisions of MnDOT l806 and the following: 20-S

82 C.R. 116; C.P December 1, 2014 S-32.1 Construction operations shall be started on February 2, 2015, or within eight (8) Calendar Days after the date of Notice of Contract Approval, whichever is later. Construction operations shall not commence prior to Contract Approval. S-32.2 S-32.3 S-32.4 S-33 S-33.1 S-33.2 S-33.3 All work required under this Contract, including Final Clean Up, shall be completed on or before June 1, Construction operations involving construction field work or work that impacts, restricts, or interferes with traffic as determined by the Engineer shall not commence prior to NTP2 without written permission from the Engineer. No work which will restrict or interfere with traffic shall be performed between 12:00 noon on the day preceding and 9:00 A.M. on the day following any consecutive combination of a Saturday, Sunday, and legal holiday without written permission from the Engineer. (A) If the Contractor chooses not to work at all on the day preceding the holiday period, no working day charges will be assessed. (B) If the Contractor chooses to work prior to 12:00 noon on the day preceding the holiday period or if the Contractor obtains written permission to work after 12:00 noon on the day preceding the holiday period, working day charges will be assessed only for the actual hours worked. (1807) FAILURE TO COMPLETE THE WORK ON TIME Liquidated damages for failure to complete the work on time will be assessed in accordance with the provisions of MnDOT 1807, as modified herein, and the amount(s) deducted from any monies due or coming due to the Contractor in an amount(s) equal to the following: The second paragraph is hereby replaced with the following: In suits involving assessment or recovery of liquidated damages, the reasonableness of daily and/or hourly charges will be presumed and the amount assessed will be in addition to every other remedy now or hereinafter enforceable at law, in equity, by statute, or under the Contract. Liquidated damages will be assessed the Contractor in the amount of $1, per calendar day for failure to complete those portions of the project described in S-33.2 of these Special Provisions. For informational purposes only, bidders are advised that in addition to the requirements of MnDOT 1807, other Sections of these Special Provisions, as shown below, contain requirements for assessment of monetary deductions to this Contract: 1404 MAINTENANCE OF TRAFFIC AND (2563) TRAFFIC CONTROL 1706 EMPLOYEE HEALTH AND WELFARE 2533 PORTABLE PRECAST CONCRETE BARRIER DESIGN TRAFFIC CONTROL SUPERVISOR 21-S

83 S-34 S-34.1 S-35 S-35.1 (1905) ELIMINATION OF WORK C.R. 116; C.P December 1, 2014 Elimination of work shall be in accordance with the provisions of MnDOT 1905, except as modified as follows: Paragraphs (2) and (4) of MnDOT 1905 are hereby deleted. (1906) PARTIAL PAYMENTS Partial payments shall be made as provided for in MnDOT 1906 and in accordance with the following: Substitute the following two paragraphs for the third paragraph: From the total of the amounts ascertained as payable, an amount equivalent to not less than 5 percent of the whole will be deducted and retained by the County in protection of its interests until released as hereinafter provided. The balance less all previous payments will be certified for payment. When the work under contract has been completed to the extent that not more than 5 percent of the contract value remains to be completed, the County will release to the Contractor such portions of the retained funds as it considers to be in excess of the amount adequate for protection of its interests. Before any reductions are made in the amounts retained, the Contractor may be required to furnish an affidavit of consent from his sureties. S-35.2 The following is hereby added to the end of MnDOT 1906: Non-Minnesota Contractors A. In accordance with Minnesota Law, if a non-minnesota contractor is awarded the Contract under these specifications and the Contract exceeds or can reasonably be expected to exceed $50,000, the County shall withhold eight percent (0.08) of every payment to the Contractor unless an exemption is obtained from the Minnesota Department of Revenue. The monies withheld shall be retained by the Department of Revenue as a surety to guarantee that the Contractor has fulfilled the requirements for withholding, sales and use, franchise and income taxes. B. If the Contractor desires an exemption: 1. The Contractor shall complete and file Form SDE, Exemption from Surety Deposits for Non-Minnesota Contractors, with the Minnesota Department of Revenue. 2. If approved, a Minnesota Department of Revenue representative will sign the Form SDE and return it to the Contractor. 3. The Contractor shall submit the original signed Form SDE showing the exemption to the County at the Preconstruction Meeting. C. If the Contractor does not submit the original signed Form SDE showing exemption: 1. The County shall withhold eight percent (0.08) of every payment to the 22-S

84 C.R. 116; C.P December 1, 2014 S-36 S-36.1 S-37 S-37.1 S-38 S-38.1 Contractor, complete Form SDD, Surety Deposits for Non-Minnesota Contractors, and file the form and withholding with the Minnesota Department of Revenue. 2. The County shall provide the Contractor with a copy of each Form SDD at the time of filing. 3. After the Contractor has completed the project and upon receipt by the County of all required IC134 forms evidencing approval by the Minnesota Department of Revenue, the Contractor can apply to the Minnesota Department of Revenue for a refund using Form SDR, Refund of Surety Deposits for Non-Minnesota Contractors, and the Minnesota Department of Revenue will refund any amounts held as surety, including interest. D. Any said amount shall be in addition to any other amount deducted or withheld from Contractor's payments under these specifications. (1908) FINAL PAYMENT Final payment shall be made as provided for in MnDOT 1908 and in accordance with the following: Final payment for all work included in the Contract will be made to the Contractor within 35 calendar days after all of the following conditions have been satisfied: 1. The Certificate of Final Acceptance has been executed by the County and the Contractor. 2. A written release approving final payment has been received by the County from the Contractor's Sureties. 3. Proof supplied by the Contractor that he has complied with the provisions of M.S regarding withholding of State income taxes. 4. An affidavit has been received by the County from the Contractor showing that all claims against him by reason of the Contract have either been paid or satisfactorily secured. 5. All requirements of the Affirmative Action Plan have been completed. (2051) MAINTENANCE AND RESTORATION OF HAUL ROADS The provisions of MnDOT 2051 are supplemented by the following: The Contractor shall not use any City Street as a haul road unless approved by the Engineer and City. (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 23-S

85 C.R. 116; C.P December 1, 2014 S-38.2 S-39 S-39.1 S-39.2 S-39.3 S-40 requiring in the opinion of the Engineer equipment or handling substantially different from that employed in excavation operations, will be paid for as Extra Work as provided in MnDOT All removals shall be disposed of by the Contractor outside the Right of Way in accordance with MnDOT D3 to the satisfaction of the Engineer. (2104) REMOVE AND HAUL TREATED WOOD If the Contractor is required to dispose of treated wood, the provisions of MnDOT 2104 are supplemented with the following: The Contractor can elect to reuse the treated wood for its original intended purpose. The Contractor shall furnish a completed Transfer of Ownership form to the Engineer prior to removing any treated wood from the Project limits. The Transfer of Ownership form is available at the following website: If the Contractor cannot or elects not to re-use the treated wood for its original intended purpose, but must be disposed, the following shall apply: (A) The Contractor shall dispose of all waste treated wood in a MPCA permitted Minnesota solid waste or industrial landfill. The Contractor shall not dispose of waste treated wood in a demolition landfill. Within 30 days after the treated wood is transported to the landfill, the Contractor shall provide the Engineer with shipping manifests, scale tickets and invoices. Shipping manifests shall include, but are not limited to, the following information: specify treated wood as the type of waste, quantity of wood, date of hauling and disposal, and location of disposal. (B) The Contractor has the option to chip creosote treated wood on site instead of hauling it to a landfill. After the wood is chipped on site, the Contractor shall transport the chipped wood off site to a MPCA permitted incinerator that is permitted to burn creosote treated wood. Call for list of incinerators permitted to burn creosoted treated wood. This applies to creosote treated wood only. Measurement and payment for the removal and disposal of treated wood will be made only when specifically included for payment as such in the Proposal and as listed in the Plans. All other removal and disposal of treated wood operations shall be incidental. (2105) EXCAVATION SPECIAL Contaminated soil from adjacent petroleum release sites is not expected but may be encountered on this Project. The actual locations and amounts of contaminated soils, as well as the extent of contamination levels which may be encountered, are unknown. The following special provisions are hereby included in the Contract for the removal and disposal of petroleum based contaminated soils as directed by the Engineer, in the event such contaminated soils are encountered during the construction of the Project. 24-S

86 C.R. 116; C.P December 1, 2014 Excavation Special shall consist of excavating and handling petroleum based contaminated soils in accordance with the applicable provisions of Mn/DOT 2105, as directed by the Engineer, and the following: A. The successful bidder on this Contract shall demonstrate to the Engineer that its employees and subcontractors working in contaminated areas on this project have proper health and safety training on hazardous waste sites in accordance with state and federal laws and regulations. The Contractor also should prepare a Health Safety Plan for its activities within the Project limits. B. In the event on-site observations indicate contamination exists at any location within the project limits (visual or olfactory evidence), the Contractor shall IMMEDIATELY NOTIFY THE ENGINEER. The Engineer shall be responsible for notifying the County Department of Environmental Services. If necessary, the Contractor shall be prepared to stop work at the contaminated site after notifying the Engineer, to allow the Engineer time to test for contamination. 1. When excavation resumes at the contamination site(s), the criteria for determining which soils are to be treated as contaminated shall be based on field monitoring with an Organic Vapor Detector, an instrument which can detect hydrocarbon vapors. The County and/or its environmental consultant, will operate the Organic Vapor Detector at the excavation site(s) as the Contractor continues to perform the necessary removals and will determine which soils are to be classified as contaminated. When excavation in the area where contaminated soils are located is complete, the Contractor shall permit the County to collect soils samples from the bottom and sidewalls of the excavation. Soils shall not be excavated beyond the limits shown on the cross sections in the plan unless otherwise approved by the Engineer. Utility trench excavations that extend through contaminated soil that exhibits organic vapor detector readings above 10 ppm shall be lined with 6 mil (minimum thickness) plastic. 2. The Contractor shall immediately (within the same day) stockpile the contaminated soil at a location approved by the Engineer. The stockpile location shall be within the project limits. 3. When stockpiling is required, the Contractor shall stockpile the contaminated soil on minimum 6 mil plastic, and cover the stockpile with minimum 4 mil reinforced plastic. The stockpile shall be surrounded by fencing if the Engineer determines that additional security measures are necessary. The stockpile cover shall be securely anchored by the Contractor. The stockpile shall be inspected a minimum of once per week and the cover shall be maintained as necessary. Contaminated soils removed from separate excavations shall be placed in separate stockpiles, or as approved by the Engineer. 4. If permitted by the regulatory agencies the stockpiled petroleum contaminated soils may be placed in subcuts or embankment fills as approved by the Engineer as soon as such acceptable areas become available in the Project. 25-S

87 C.R. 116; C.P December 1, 2014 S-41 C. Due to the uncertainty as to whether contaminated soil will be encountered, as well as the actual specifics of the disposal means which may be required, any offsite disposal activities required of the Contractor for petroleum contaminated soils shall be deemed Extra Work and shall be provided for in a Supplemental Agreement to this Contract in accordance with Standard Mn/DOT Specification The Engineer reserves the right to approve or reject disposal facilities proposed by the Contractor. D. The Contractor shall comply with all applicable Minnesota Pollution Control Agency petroleum contamination, tanks and emergency response section fact sheets, guidelines, and regulations. E. Measurement will be made by the excavated volume (EV) of the contaminated soil in its original and final cross sections. F. Payment at the Contract unit price per cubic yard (EV) for Item Excavation Special shall be compensation in full for all costs of excavating, hauling and placing, either in a subcut, embankment or stockpile, as approved by the Engineer any petroleum contaminated soils encountered by the Contractor during the construction of the Project. Compaction of the materials, the exact requirements of which will be governed by the final location of the material, shall also be an incidental expense to the Excavation Special contract unit price. All costs associated with the development of a Health Safety Plan, as previously mentioned, and all costs incurred by the Contractor regarding any health and safety training for work in hazardous waste sites in accordance with state and federal laws and regulations shall be incidental expenses to the Excavation Special pay item contract unit price. In the event contaminated soils are stockpiled and subsequently relocated into the project subcuts or embankments, two separate payments will be made at the contract unit price for Item Excavation Special. In those situations when two separate payments are made under the same pay item, the quantity used for both payments will be the same excavated volume quantity as originally measured (i.e. no provisions for swell or shrinkage from excavated volume to stockpile and again to compacted volume). Any petroleum contaminated soils encountered during utility installations shall also be paid for as Excavation Special. G. All monitoring and testing of encountered contaminated soils shall be performed by the County and/or its environmental consultant, all at no cost to the Contractor. H. The provisions of Mn/DOT 1903 shall not apply to Item Excavation Special. (2211) AGGREGATE BASE Aggregate base courses shall be constructed in accordance with the provisions of MnDOT 2211 except as modified below: 26-S

88 C.R. 116; C.P December 1, 2014 S-41.1 S-42 S-42.1 S-42.2 S-42.3 S-42.4 Compaction shall be achieved by the "Quality Compaction Method" described in MnDOT D2. (2360) PLANT MIXED ASPHALT PAVEMENT (LOCAL AGENCY) MnDOT 2360 is modified and/or supplemented with the following: Mix Designation Numbers for the bituminous mixtures on this Project are as follows: Type SP 12.5 Wearing Course SPWEB340C Type SP 12.5 Non-Wearing Course SPNWB330B The sentence In addition to the list the above the pavement surface must meet requirements of 2399 (Pavement Surface Smoothness) requirements. is deleted from MnDOT E Surface Requirements. The requirements of MnDOT E Surface Requirements will apply. The first paragraph of MnDOT G.4.b Sampling and Testing is revised as shown below: Take QC samples at random tonnage or locations, quartered from a larger sample of mixture. Sample randomly and in accordance with the Schedule of Materials Control. Determine random numbers and tonnage or locations using the Bituminous Manual; Section Table A or ASTM D 3665, Section 5, or, an Engineer approved alternate method of random number generation. Sample either behind the paver or from the truck box at the plant site. Other sampling locations can be approved by the Engineer. The Contractor must decide and notify the Engineer where samples will be taken before production begins. The Contractor and Engineer must both agree to a change of sampling location once production has begun. Sample mixture from behind the paver. Sampling from the truck box at the plant site is not allowed unless approved by the Engineer. In addition to the QC sample, the Contractor will also bring an additional split of the mixture sample to the plant site and store for the Department for 10 calendar days. The procedure for truck box sampling is on the Bituminous Office website. The Contractor will obtain at least a 130 pound [60 kg] sample. Split the sample in the presence of the Inspector. The Inspector will retain possession of the Agency portion of each split sample and randomly submit a minimum of one sample, on a daily basis, to the District Laboratory for Verification testing (see G.3). Store compacted mixture specimens and loose mixture companion samples for 10 calendar days. Label these split companion samples with companion numbers. The first paragraph of MnDOT D.1 is hereby deleted and replaced with the following: D.1 Maximum Density Compact the pavement to at least the minimum required maximum density values in accordance with Table , Required Minimum Lot Density (Mat). 27-S

89 S-42.5 S-42.6 S-42.7 S-42.8 S-42.9 S S S S-43 S-43.1 C.R. 116; C.P December 1, 2014 MnDOT Table Longitudinal Joint Density Requirement is hereby deleted. MnDOT D.1.h Mat Density Cores is hereby deleted and replaced with the following: D.1.h Mat Density Cores Obtain four cores in each lot. Take two cores from random locations as directed by the Engineer. Take the third and fourth cores, the companion cores, within 1 foot [0.3 m] longitudinally from the first two cores. Submit the companion cores to the Engineer immediately after coring and sawing. If the random core location falls on an unsupported joint, at the time of compaction, (the edge of the mat being placed does not butt up against another mat, pavement surface, etc.) cut the core with the outer edge of the core barrel 1 foot [0.3 meters] away (laterally) from the edge of the top of the mat (joint). If the random core location falls on a confined joint (edge of the mat being placed butts up against another mat, pavement surface, curb and gutter, or fixed face), cut with the outer edge of the core barrel 6 inches ± 0.5 inch [150 mm ± 12.5 mm] from the edge of the top of the mat (ex. center of 4 inch [100 mm] core barrel 8 ± 0.5 inches [200 mm ± 12.5 mm] from the edge of the top of the mat). Cores will not be taken within 1 foot [300 mm] of any unsupported edge. The Contractor is responsible for maintaining traffic, coring, patching the core holes, and sawing the cores to the paved lift thickness before density testing. The Engineer may require additional density lots to isolate areas affected by equipment malfunction, heavy rain, or other factors affecting normal compaction operations. MnDOT D.1.j Companion Core Testing is hereby deleted and replaced with the following: The Department will select at least one of the two companion cores per lot to test for verification. MnDOT D.1.n Longitudinal Joint Density is hereby deleted. MnDOT D.1.p Shoulders is hereby deleted. MnDOT Table Payment Schedule for Longitudinal Joint Density (SP Non-Wear and SP Shoulders, 4% Void) is hereby deleted. MnDOT Table Payment Schedule for Longitudinal Joint Density (SP Non-wear and SP Shoulders, 3% Void) is hereby deleted. MnDOT D.1.r Pay Factor Determination is hereby deleted. (2461) STRUCTURAL CONCRETE MnDOT G.7 and G.7.a shall be deleted and replaced with the following: 28-S

90 G.7 Air Content C.R. 116; C.P December 1, 2014 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 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 $ per cu. yd [$ per cu. m] or the Contractor-provided invoice amount for the concrete in question, whichever is less. 29-S

91 C.R. 116; C.P December 1, 2014 Air Content, % > 10.0 > >4.0 <5.0 > Table General Concrete (Target Air Content 6.5%) Adjusted Contract Unit Price 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, The Department will pay 75 percent of the Contract unit price for the concrete represented for material placed as approved by the Engineer. The Department will pay 100 percent of the Contract unit price for the concrete represented, for material placed as approved by the Engineer. The Department will pay 75 percent of the Contract unit price for the concrete represented for material placed as approved by the Engineer. 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. 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. S-44 S-44.1 S-44.2 S-44.3 (2471) STRUCTURAL METALS The provisions of MnDOT 2471, Structural Metals, are supplemented as follows: Delete the fourth paragraph of MnDOT A.2, Certification Requirements and substitute the following: The Contractor/Fabricator performing coating application must demonstrate qualification by obtaining the AISC Sophisticated Paint Endorsement (SPE), the SSPC QP Certification, or a Quality Control Plan (QCP) that is acceptable to the Engineer. Add the following to MnDOT F.1, General : Provide a minimum weld size per ASSHTO/AWS D1.5 and 2471, Structural Metal, when a weld symbol is void of a weld size. Add the following to MnDOT F.1, General : 30-S

92 C.R. 116; C.P December 1, 2014 S-44.4 S-44.5 S-44.6 S-44.7 S-44.8 S-44.9 For the purpose of this specification, a weld repair is defined as any area of the welded product not in compliance with the WPS, approved Quality Manual or current edition of AASHTO AWS D1.5 Bridge Welding Code. Delete the first paragraph of MnDOT H.1, Bolt Holes, and substitute the following: Hole forming operations other than drilling will require a written procedure in the suppliers Quality Control Plan and a verification test for each hole forming process. Produce holes after any required bending, cambering, curving, or heat-treating of member. Sub-punching or sub-drilling of holes is not permitted except where allowed by this specification. Delete the third paragraph of MnDOT H.1, Bolt Holes, and substitute the following: All holes and slots produced will have hole quality that is free of sharp, torn, or jagged edges with walls square to the surface. Surface roughness of holes shall not exceed 1000 micro inches. As built holes shall have a size tolerance of -0/+1/32 when compared to as detailed. Delete the title of MnDOT H.1.a, Special Assembly, and substitute the following: H.1.a Line Assembly Delete the first sentence of MnDOT H.1.a, Special Assembly, and substitute the following: If the Contract requires line assembly, drill the connection holes in flange and web splices full size in the assembled position. Delete the entire contents of MnDOT H.1.b, Full Assembly, and substitute the following: If the Contract requires full assembly, ensure the fabricator drills bolt holes for field connections, in all members and all components of each structural unit, from the solid to the specified size while assembled with the exception of two sub-sized holes may be used to attach each internal diaphragm to stiffeners to facilitate assembly. Use predrilled splice plates as a template only one time. Delete the contents of MnDOT J, Shop Assembly, and substitute the following: Ensure the fabricator performs the following: Complete fabrication, weld inspection, nondestructive testing, and any repairs, before placing any component in the assembly. Adjust each assembly unit to the true field position with respect to alignment, camber, grade and skew, as shown on the plans, prior to drilling field connection. The fabricator may angularly rotate the assembly from true field position, with respect to grade, providing the fabricator supplies shop drawings showing elevations at all points of bearing and the relative position of webs of main members, with 31-S

93 S C.R. 116; C.P December 1, 2014 respect to true field position. Provide calculations to support the information shown in the drawings. Rotation is not allowed on hold over members. For multiple span continuous structures, both straight and curved, progressive assembly is allowed providing a length no shorter than the length supported by three adjacent points of bearing is used as a minimum length of each structural subassembly. For these progressive assemblies, hold over pieces between adjoining assemblies shall be held to the following tolerances in relation to their documented position prior to removal: (1) At point of support: Vertical +1/16, -0, Horizontal and Tilt +/-1/32 (2) At member ends: Vertical, Horizontal and Tilt +/-1/32 Clean metal surfaces in contact with each other before assembling. Assemble, pin, and draw together the parts of a member before drilling or bolting. Assemble all structures that contain secondary connections utilizing full size holes in accordance with 2471.J.2, Full Assembly. In the assembly plan, identify maximum deviations of differential camber and sweep between girder lines. Provide a written record of each shop assembly set-up. The inspection of the assembly and the written report shall be completed by a competent individual with experience in structural assemblies. If a total station or similar device is used to check the assemblies the operator shall be certified to a National Standard or the equipment manufacture. If a progressive assembly is used the written report shall contain all the required information for each assembly and a final written report for the full length and width of the structure. Include the following assembly dimensions, theoretical (as shown on a blocking diagram) and actual measurements with the written record: (1) X, Y, and Z dimensions (horizontal offset, elevations, and tilt) at bearing points, ¼ span points, field splice locations, Plan ordinates closest to mid span and any other connection points. (2) Span lengths. Temporary bolts shall be drawn sufficiently tight to bring the required parts into bearing and to preclude loosening of the nut. The permanent bolt assembly shall be in accordance with G.2, Connections Using High Strength Bolts. Take apart assembled pieces, if necessary, to remove burrs, shavings, or other irregularities produced by the operation. Adjust the members if they have any twists, bends, and other deformations. Delete the title and the contents of MnDOT J.1, Special Assembly, and substitute the following: J.1 Line Assembly Assemble, major structural components, pedestrian truss bridges, overhead sign trusses, and modular and finger expansion joint devices at the fabrication shop, 32-S

94 S S S S C.R. 116; C.P December 1, 2014 unless otherwise required by the contract. Line assemble principal members [such as but not limited to beams, girders, arches, trusses, etc.] full length with all components completely assembled. Delete the contents of MnDOT J.2, Full Assembly, and substitute the following: J.2 Full Assembly Performs full assembly as required by the Contract in accordance with the following: (1) Assemble the main members for the complete length as required by the Contract and assemble to the full width of the structural unit, (2) Block all members in the no load or zero gravity position unless other requirements are specified in the Contract. This shall include at a minimum, five points of support for each individual main member: ends, ¼ points and midpoint, and (3) Include components such as diaphragms, brackets, laterals, wind frames, links, and transverse floor systems. The Department will not require components such as expansion and deflection devices and bearings to be assembled. Delete the first sentence in MnDOT M.1, Nondestructive Testing (NDT), and substitute the following: Performs NDT in areas designated in the Contract and/or the applicable welding code with the exceptions of all CJP horizontal web splices shall be Radiograph Tested (RT) 100%, all other CJP welds subject to a design load shall be Ultrasonic Tested (UT) 100% and backer bars, when used and left in place, shall be tested 100% using either RT or UT. Computed Radiography (CR) may be used in lieu of conventional radiography providing the CR procedure is approved by the Engineer. Delete (1) and (2) in the second paragraph of MnDOT M.1, Nondestructive testing (NDT), and replace with the following: (1) Any location in a rolled beam or girder where a. the superstructure curvature is greater than 4 degrees, and/or b. members are designed as an interactive 2-D structure where members are sharing or distributing load to one another, and/or c. that requires full assembly in fabrication. (2) Any other tension area as shown in the Project Plan. Delete the third paragraph, (1), (2), and (3) of MnDOT M.1, Nondestructive testing (NDT), and replace with the following: Perform NDT at locations and frequencies in accordance with AASHTO/AWS D1.5, with the following modifications to the exceptions of Clause (1): (3) One-sixth of the web depth beginning at the point(s) of maximum tension, 33-S

95 C.R. 116; C.P December 1, 2014 S-45 S-45.1 (4) Also test 50 percent of the remainder of the web depth, and (5) If the tests for (1) and (2) above find unacceptable discontinuities, test the remainder of the weld. (2472) METAL REINFORCEMENT The provisions of MnDOT 2472 are modified with the following: Table is hereby deleted from MnDOT A and replaced with the following sentence and table: Reinforcement bars may be marked in either U.S. Customary or metric sizes. The conversion shall be made per the following table: Table Reinforcement Bars Theoretical Weights Nominal Dimensions U.S. Customary Bar Metric Bar Size* Diameter, in [mm] Weight, lb/ft [kg/m] Size [9.5] [0.560] [12.7] [0.994] [15.9] [1.552] [19.1] [2.235] [22.2] [3.042] [25.4] [3.973] [28.7] [5.060] [32.3] [6.404] [35.8] [7.907] [43.0] [11.380] [57.3] [20.240] * Bar designation numbers approximate the nominal diameter of the bar in millimeters S-46 S-46.1 S-46.2 S-46.3 (2533) PORTABLE PRECAST CONCRETE BARRIER DESIGN 8337 The Contractor shall furnish and install portable precast concrete median barriers in accordance with current MnDOT Standard Plate No. 8337, these provisions, the Plan details and the following: All portable precast concrete median barrier shall be placed as shown in the Plans and as directed by the Engineer. The barrier shall not be removed until the Engineer approves the removal. The portable precast concrete median barrier shall remain the property of the Contractor upon completion of the Project. The Contractor shall arrange for disposal of the barrier outside of the Right of Way at the completion of the Project. The Contractor shall only place barrier that is deemed to be acceptable. 34-S

96 C.R. 116; C.P December 1, 2014 S-46.4 S-46.5 S-46.6 To be acceptable, the barrier section shall meet the following minimum requirements: Connecting loops shall be intact and undamaged. May have no more than hairline cracking present due to handling and wear. Barrier faces and/or ends may have areas where surface concrete has been lost, but no area that would affect impacting vehicle travel/direction or overall structural integrity. Rebar surface may be partially exposed but only if it is not likely to affect impacting vehicle travel/direction or overall structural integrity. Finished edges are reasonably square with no loss of concrete and may have minimal chipping due to wear. The barrier is unacceptable in the following cases: Any connecting loops are cracked. Barrier section has major cracking that is likely to affect its structural integrity. Barrier faces have extensive loss of surface concrete which would affect vehicle travel/direction. Finished edges are so worn and rounded that the Type F face is no longer well-defined or true to its intended geometry. Barrier is delaminated to the point that reinforcing bars are completely exposed and are likely to affect impacting vehicle travel/direction or structural integrity. Additional information regarding acceptable and unacceptable barrier can be found at the website for the Office of Traffic, Safety and Technology, which can be found at: The Contractor will be subject to a non-compliant charge for unacceptable Portable Concrete Barrier sections. Non-compliance charges for each incident will be assessed at a rate of $ per hour, for each or any portion thereof, which the Engineer determines that the Contractor has not complied. Portable Concrete Barrier sections shall be connected using the connection pins as detailed on Standard Plate The Contractor will be subject to a non-compliant charge for failure to properly connect the barrier sections. Non-compliance charges for each incident will be assessed at a rate of $ per hour, for each or any portion thereof, which the Engineer determines that the Contractor has not complied. Measurement will be made by the length of Portable Concrete Barrier installed. Payment will be made under Item (Portable Precast Concrete Barrier Design 8337) at the Contract bid price per linear foot [meter], which shall be compensation in full, but not limited to, loading, hauling and installing the concrete median barrier and subsequent removal, loading and hauling of the barrier. 35-S

97 C.R. 116; C.P December 1, 2014 S-47 S-47.1 S-48 S-48.1 S-48.2 S-49 S-49.1 S-49.2 S-50 S-50.1 S-50.2 (2554) TRAFFIC BARRIERS Traffic barriers shall be constructed in accordance with the provisions of MnDOT 2554, except as modified as follows: Guardrail block-outs of composite or recycled material which meet the criteria of NCHRP 350 may be substituted for wood block-outs in the construction of plate beam guardrails. (2563) TYPE III BARRICADES The Contractor shall furnish, install, maintain and remove Type III Barricades in accordance with Contract provisions, as directed by the Engineer and the following: Measurement will be made by the number of Type III Barricades furnished and installed per day of service (Unit Day) as specified. Payment for Type III Barricades furnished and installed, as directed by the Engineer, will be made under Item (Type III Barricades) at the Contract bid price per Unit Day, which shall be compensation in full for all costs incidental thereto, including but not limited to furnishing, installing, and maintaining the barricades. The Type III Barricades shall remain the property of the Contractor. (2563) FLASHER TYPE B (HIGH INTENSITY) The Contractor shall furnish, install, maintain and remove Flashers Type B (High Intensity) in accordance with Contract provisions, as directed by the Engineer and the following: Measurement will be made by the number of Flashers Type B (High Intensity) furnished and installed per day of service (Unit Day) as specified. Payment for Type B Flashers (High Intensity) furnished and installed, as directed by the Engineer, will be made under Item (Flasher Type B (High Intensity) at the Contract bid price per Unit Day, which shall be compensation in full for all costs incidental thereto, including but not limited to furnishing, installing, and maintaining the Type B Flashers (High Intensity). The Type B Flashers (High Intensity) shall remain the property of the Contractor. (2563) REFLECTORIZED PLASTIC SAFETY DRUM The Contractor shall furnish, install, maintain and remove Reflectorized Plastic Safety Drum in accordance with Contract provisions, as directed by the Engineer and the following: Measurement will be made by the number of Reflectorized Plastic Safety Drums furnished and installed per day of service (Unit Day) as specified. Payment for the Reflectorized Plastic Safety Drums furnished and installed, as directed by the Engineer, will be made under Item (Reflectorized Plastic Safety Drum) at the Contract bid price per Unit Day, which shall be compensation in full for all costs incidental thereto, including but not limited to furnishing, installing, and maintaining the Reflectorized Plastic Safety Drums. The Reflectorized Plastic Safety Drums shall remain the property of the Contractor. 36-S

98 C.R. 116; C.P December 1, 2014 S-51 S-51.1 S-51.2 S-51.3 S-51.4 S-51.5 S-51.6 S-52 S-52.1 (2563) PORTABLE CHANGEABLE MESSAGE SIGN The Contractor shall furnish, install, maintain and remove Portable Changeable Message Signs in accordance with Contract provisions, as directed by the Engineer and the following: The Portable Changeable Message Signs shall be trailer mounted three line, DOT signs with eight characters per line with a character height of 18 inches as approved by the Engineer. (PCMS) Type C Trailer Mounted Message Signs will be permitted and shall be on the qualified products list for portable changeable message signs as found at: 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. The changeable message signs shall be in operation within 24 hours after notification by the Engineer and removed within 24 hours after notification by the Engineer. Multiple mobilizations of the changeable message signs will be required and shall be incidental to providing the signs. The changeable message signs shall be subject to approval of the Engineer. All maintenance and repair as required will be considered incidental to the Contract price for the respective item. Except as authorized by the Engineer, the message sign shall be stored off the shoulder when not in use. In the event the Engineer allows the message board to remain on the shoulder the message sign shall be delineated according to Layout 4 (Partial Shoulder Closure) in the field manual, or as determined by the Engineer. Measurement will be made by the number of Portable Changeable Message Signs furnished and installed per day of service (Unit Day) as specified. Payment for Portable Changeable Message Signs furnished and installed, as directed by the Engineer, will be made under Item (Portable Changeable Message Sign) at the Contract bid price per Unit Day, which shall be compensation in full for all costs incidental thereto, including but not limited to furnishing and installing the signs with appropriate message, maintaining the signs, revising the message as directed by the Engineer, and removing the signs at the direction of the Engineer. The Portable Changeable Message Signs shall remain the property of the Contractor. (2563) 4 X4 SIGN WITH SUPPORTS The Contractor shall furnish, install, maintain and remove 4 X4 Sign with Supports in accordance with Contract provisions, as directed by the Engineer and the following: Measurement will be made by the number of 4 X4 Sign with Supports furnished and installed per day of service (Unit Day) as specified. 37-S

99 C.R. 116; C.P December 1, 2014 S-52.2 S-53 S-53.1 S-53.2 S-53.3 S-54 H S-55 S-55.1 S-55.2 S-56 S-56.1 Payment for the 4 X4 Sign with Supports furnished and installed, as directed by the Engineer, will be made under Item (4 X4 Sign with Supports) at the Contract bid price per Unit Day, which shall be compensation in full for all costs incidental thereto, including but not limited to furnishing, installing, and maintaining the 4 X4 Sign with Supports. The 4 X4 Sign with Supports shall remain the property of the Contractor. (2563) CONSTRUCTION SIGN SPECIAL This work shall consist of furnishing, installing, maintaining, and removing construction signs with special messages in accordance with the provisions of MnDOT 2564, other Contract provisions, as directed by the Engineer, and the following: All materials required to furnish and install the special construction signs shall remain the property of the Contractor. Measurement will be made by the area in square feet of special construction signs constructed as specified. Payment will be made under Item (Construction Sign Special) at the Contract bid price per square foot, which shall be compensation in full for all costs incidental thereto, including but not limited to furnishing and installing the signs, mounting hardware and posts, maintaining the signs, and removing the signs upon direction of the Engineer. (2573) EROSION CONTROL SUPERVISOR Section H is deleted and replaced by the following: Erosion Control Supervisor Providing the Erosion Control Supervisor for this Contract shall be considered incidental work for which no direct payment will be made. (2573) STORM WATER MANAGEMENT MnDOT 2573 is modified as follows: The Unit of measure for Item (Bale Barrier) is changed to linear foot [meter]. Item is changed to Sediment Control Log by the linear foot [meter]. (3137) COARSE AGGREGATE FOR PORTLAND CEMENT CONCRETE MnDOT 3137 is hereby modified as follows: MnDOT D2(h) shall be modified to include the following: (h) Absorption for Class B aggregate for all concrete bridge decks and bridge rails S

100 C.R. 116; C.P December 1, 2014 S-57 S-57.1 (3138) AGGREGATE FOR SURFACE AND BASE COURSES MnDOT 3138 is hereby modified as follows: Replace Table with the following. Requirement Table Quality Requirements for Recycled Materials Classes 1, 3, 4, 5, 5Q and 6 Maximum Bitumen Content of Composite 3.5% Maximum Masonry block % 10% Maximum percentage of glass * 10% Maximum size of glass * Crushing (Class 5, 5Q and 6) ¾ in [19 mm] 10% for Class 5 and 5Q 15% for Class 6 Maximum amount of Brick 1.0% # Maximum amount of Other Objectionable Materials including but not limited to: wood, plant matter, plastics, plaster & fabric. 0.3% # * Glass must meet certification requirements on the Grading and Base website. Combine glass with other aggregates during the crushing operation. If material 20% (RAP + Concrete), Class 5 and 5Q crushing requirements are met. If material 30% (RAP + Concrete), Class 6 crushing requirement is met. Material crushed from quarries is considered crushed material. # The Contractor/Supplier may not knowingly allow brick and other objectionable material and must employ a QC process to screen it out, before it becomes incorporated into the final product. S-57.2 S-58 Replace MnDOT D(1) with the following. (1) 100% of the material passes the ¾ [19.0 mm] sieve, regardless of the class specified; this modifies the requirements of Tables , and for surfacing aggregates. UTILITY AGREEMENTS, PERMITS AND ORDERS Bidders are advised that for informational purposes, Agreements, Permits and Orders with utility companies covering the relocation of their facilities may be on file at the Hennepin County Transportation Department Offices, 1600 Prairie Drive, Medina, Minnesota, and may be examined by prospective bidders upon request. 39-S

101 C.R. 116; C.P December 1, 2014 It is expressly understood that the foregoing reference to said Agreements, Permits and Orders does not make them a part of this Contract. Furthermore, the County makes no warranty, express or implied, that the utility companies will relocate their facilities in accordance with the terms of said Agreements, Permits or Orders. The Contractor may be required to work in and around utility properties and has considered this fact in preparing its proposal. The above shall not be construed as being a modification of any of the Provisions of S

102

103 CSAH 116; CP 1324 December 1, 2014 TABLE OF CONTENTS DIVISION SB SB-1 BRIDGE PLANS... 1 SB-2 (1706) EMPLOYEE HEALTH AND WELFARE... 1 SB-3 (1717) AIR, LAND, AND WATER POLLUTION... 1 SB-4 (2442) REMOVAL OF EXISTING BRIDGES... 2 SB-5 (2451) STRUCTURE EXCAVATIONS AND BACKFILLS... 4 SB-6 (2501) INSTALL PC CONCRETE BOX CULVERT AND END SECTIONS... 4 SB-7 (3601) RIPRAP MATERIAL SB

104 CSAH 116; CP 1324 December 1, 2014 SPECIAL PROVISIONS DIVISION SB SPECIAL REQUIREMENTS SB-1 SB-2 SB-3 BRIDGE PLANS Plans of existing structures are available at the Hennepin County Transportation Department, 1600 Prairie Drive, Medina, MN for review and inspection by bidders. However, the county neither warrants nor represents that existing structures conform exactly to the details shown in the plans. (1706) EMPLOYEE HEALTH AND WELFARE The provisions of 1706, "Employee Health and Welfare," are supplemented as follows: The Contractor shall submit a plan at the preconstruction conference providing all OSHA required safety equipment (safety nets, static lines, false decks, etc.) for all work areas whose working surface is 6 feet [1.8 meters] or more above the ground, water, or other surface. 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 Department personnel to perform their required inspection duties at the appropriate time. Don t place concrete 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; if using an anchorage system which requires modification of structural members, request approval, in writing, for plan modifications as provided in MnDOT 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. The contractor shall furnish, install and remove approved anchorage systems at no increased cost to the state for materials, fabrication, erection, or removal of the bridge component or anchorage system. (1717) AIR, LAND, AND WATER POLLUTION The provisions of 1717, Air, Land, and Water Pollution, are supplemented as follows: 1-SB

105 CSAH 116; CP 1324 December 1, 2014 SB-4 The contractor 's attention is hereby directed to MPCA Rule ( as it relates to sandblasting and/or concrete removal operations. 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. (2442) REMOVAL OF EXISTING BRIDGES Apply the provisions of 2442, "Removal of Existing Bridges," except as supplemented below. Dispose of materials in accordance with 1506, "Supervision by Contractor," C, "Removal Operations," 2442, "Removal of Existing Bridges," MnDOT "Asbestos and Regulated Waste Manual for Structure Demolition or Relocations for Construction Projects" and the following: Furnish written information to the Engineer as to disposal of steel bridge beams and other steel bridge components coated with lead paint. Include method of stabilization and disposal; name, address, and telephone number of disposal site; certification that has notified disposal site of presence of lead paint; acknowledgment by of OSHA requirements relating to lead; and certification that is familiar with proper handling and disposal of materials with lead-based paint systems. Stabilize all lead paint that has been identified as peeling by coating with an approved product, as listed on the MnDOT Approved Products website under Lead Paint Encasement Product. Prevent the peeling paint from flaking off during demolition, or scrape and contain the peeling paint. If the painting option is used apply 16 mils of the product. Applying more than 16 mils of the product on a bridge over any water will require that the bridge have a diaper apron be attached under the bridge to contain the drips. Complete all work as per the MnDOT Asbestos and Regulated Waste Manual for Structure Demolition or Relocations for Construction Projects. The form supplied in this special provision must include the signature of the authorized Superintendent verifying that the information is correct. 2-SB

106 NOTIFICATION FORM ON DISPOSAL OF BRIDGE STEEL CSAH 116; CP 1324 December 1, 2014 The Contractor is required to provide certain information on disposal of bridge steel which has been painted with lead-based paint. By signing this document, the Contractor certifies that information supplied by the Contractor is correct and that the Contractor is familiar with proper handling and disposal of materials with lead-based paint. This information must be furnished to the Project Engineer a minimum of 30 days prior to removal of the bridge steel from the project site. Any change in method or location of disposal would require resubmittal and a 30-day notice. MnDOT Project No. Bridge No. Description of Bridge Steel Paint System is MnDOT Spec., (Primer) (Top Coat) Project Engineer: Contractor/Subcontractor: (Name, mailing address, telephone no.) I (print name of authorized representative) certify that the following information is correct: The above bridge steel will be disposed of by the following method(s): (list name, address and telephone no. of recipient, estimated delivery date, and intended use.) I also certify that is familiar with (Contractor/Subcontractor name) the requirements in OSHA 29 CFR relating to lead, precautions to be taken when working with lead, and proper handling and disposal of materials with lead-based paint systems and that has been notified of the presence of lead-based paint. (name of recipient) Received by Project Engineer/Inspector: cc: Project File Office of Environmental Services (signature) (date) (signature) (date) 3-SB

107 CSAH 116; CP 1324 December 1, 2014 SB-5 SB-5.1 SB-5.2 SB-6 SB-7 (2451) STRUCTURE EXCAVATIONS AND BACKFILLS The provisions of 2451, "Structure Excavations and Backfills," are supplemented as follows: Structure Excavation Excavate, sheet, shore and/or protect, prepare foundation, and place backfill necessary for construction of Bridge(s) No. 27J52, which are not specifically included in the grading portion of the Contract. Dispose of surplus material. Do not measure the excavated or backfill material. All work performed as specified above will be considered to be included in a single lump sum for which payment is made under Item No , "STRUCTURE EXCAVATION". Foundation Preparation Furnish all material for and perform all work involved in the preparation of the foundation for the placement of the box culvert. Unless otherwise provided by separate Contract items, each item shall include, but not be limited to temporary work to access locations, earth excavation and all other work such as coffer dam construction, concrete seals, pumping, removal of the cofferdam and other temporary works, backfilling the excavation, and disposal of surplus excavated materials as may be necessary. If requested, partial payment for Foundation Preparation items may be made based on the Engineer's estimate of percent of work complete. All costs for the work specified above will be paid for incidental to Item No "STRUCTURAL EXCAVATION", at the contract lump sum price. (2501) INSTALL PC CONCRETE BOX CULVERT AND END SECTIONS Owner will purchase precast concrete culvert and end sections from supplier, including delivery and installation components, via separate contract such that products will be available at time of contract award. Contractor shall coordinate delivery of precast concrete box and end sections to the project site with owner s supplier, such that owner does not take delivery of precast box and end sections. Contractor shall be responsible for unloading and properly installing precast box and send sections. Contractor shall be responsible for any damage to precast box and end sections once unloaded from the delivery vehicle. Items INSTALL PC CONCRETE BOX CULVERT and INSTALL PC CONCRETE BOX CULV END SECTION shall be payment in full for the above-mentioned activities. (3601) RIPRAP MATERIAL Supplement A.1, "Quality," with the following: (5) If using carbonate quarry/bedrock materials in total or in part for riprap materials, ensure the portion of the insoluble residue passing the #200 [75 µm] sieve is no greater than 10 percent. 4-SB

108 Public Works Safety Office Construction Project Safety Checklist The contractor shall use a checklist/plan to identify and address health, safety and environmental issues that may be encountered or created during this project, prior to start of work. This checklist may be used in lieu of a company checklist/plan. Submit the completed checklist to the County construction project manager at or prior to the pre-construction meeting but not less than 14 calendar days prior to the start of contracted site work. In the event site work begins less than 14 calendar days from the date of contract execution, the checklist shall be submitted at least 24 hours prior to the start of work. Signed electronic document submittals are acceptable. I. Project Information Project Name: County Project No.: County Contract No. : General Contractor: Contractor Site Mgr.: and Cell Phone: Contractor Safety and Cell Phone: Mgr: Start Date: Est. Completion Date: II. Job Site Hazards The jobsite and workplace safety is the responsibility of the Contractor. Hennepin County staff may request additional supportive safety documentation regarding this project. Potential hazards at the job site. Exposures (asbestos, lead, contaminated soils, solvents, carbon monoxide, etc.) Confined spaces Cranes and hoists Demolition Dust Electrical / G.F.C.I. Elevated loads MN LO/TO (electrical, hydraulic, etc.) Falls Fire, explosion Heat, cold Hot Work Infectious agents Noise Plants, insects, animals, mold, etc. Is the hazard likely to occur? Answer only Yes or No Have means & methods been developed to eliminate or control the hazard? REV. 9/19/2014 Page 1 of 2 Are employees trained and/or certified to perform job tasks as required by law? Are tools, equipment and personal protective equipment adequate to control the hazard, available and in good condition?

109 Power lines, overhead Rigging Scaffolding Site Safety Steel Erection Traffic Control Trenching/Excavation Underground utilities Vehicle, struck by Vibration Walking/working surface hazards Weather (wind, rain, snow, ice, heat) Welding/Cutting Other III. Health and Safety Submittals The following health and safety submittals are required by the contractor when applicable. Emergency Plan Fall Protection Plan/ Work Over Water * Lead Exposure Control Plan Demolition/Engineering Survey CFR (a) Other *The contractor shall submit his fall protection work plan at the preconstruction conference for providing all OSHA-required safety equipment for all work areas whose working surface is 6 or more above the ground, water, or other surfaces. IV. Signature of Authorized Contractor Representative I certify that the information contained herein is true and correct to the best of my knowledge and that no attempt has been made to give any false, omissive, or misleading information. Completed by (print name): Signature: Job Title: Prime Contractor Company: Date: REV. 9/19/2014 Page 2 of 2

110 SALT Schedule of Materials Control - Local Government Agency 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 SAMPLING AND TESTING - INSERT INTO SPECIAL PROVISIONS The first paragraph is hereby deleted and replaced with the following: 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. The SMC - LGA serves as a guide for material testing with allowable acceptance "as directed by the Engineer" detailed in Specification (1) - Authority of the Engineer. These testing rates are a minimum and additional tests may be taken at the Engineer's discretion. A minimal testing rate does not always ensure a quality product; field observations and attention to detail is crucial. Materials not listed on an approved products list may be sampled and tested as directed by the Engineer. Materials listed on a Qualified Products list may be accepted or tested at the discretion of the Engineer. Federal Aid projects require Independent Assurance Inspection. Contact the MnDOT District IA Inspector when the job starts to provide the proper servicing of your project. Definitions SALT Construction Website MnDOT Office of State Aid for Local Transportation. The SMC - LGA is located at the construction page under "Information & Resources - Manuals". MnDOT Schedule of Materials Control 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. Approved 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. Qualified Products List 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. Certified Sources Certified Sources must comply with each individual product's defined "certification procedure". Acceptance of products from certified sources follows the same sampling and testing as "qualified" products. January 2014

111 SALT SMC - LGA Contacts Districts 1, 2, 3, 4 Ron Bumann - State Aid Construction Practices Specialist ronald.bumann@state.mn.us Districts 6, 7, 8 Mitch Bartelt - State Aid Construction Engineer mitch.bartelt@state.mn.us Metro Elisa Bottos - State Aid Construction Engineer elisa.bottos@state.mn.us Jim Deeny - State Aid Construction Liaison james.deeny@state.mn.us

112 Telephone Index for MnDOT Specialty Offices Grading & Base Terry Beaudry (651) John Bormann (651) Melissa Cole (651) Website: Bituminous John Garrity (651) Asphalt Binder Jim McGraw (651) Jason Szondy (651) Bituminous Specialty Items Terry Beaudry (651) Greg Schneider (651) Melissa Cole (651) Tom Wood (651) Website: Concrete Concrete Aggregates and Mix Design Concrete Certified Ready Mix Concrete Wendy Garr (651) Concrete Paving (651) Rob Golish Concrete Bridges (651) Ron Mulvaney Concrete Pavement Rehabilitation Gordy Bruhn (651) Website: Landscaping and Erosion Control Items Erosion Control (651) Lori Belz Landscaping (651) Scott Bradley Wood Chips (651) Tina Markeson

113 Chemical Items Jim McGraw (651) Dave Iverson (651) Metallic Materials and Metal Products Sampling Steve Grover (651) Laboratory - Test Results (651) Bridge Structural Metals Todd Niemann (651) Barry Glassman (651) Miscellaneous Materials Steve Grover (651) Bearing Pads Todd Niemann (651) Barry Glassman (651) Laboratory - Test Results (651) Geosynthetics, Pipe, Tile, and Precast/Prestressed Concrete Steve Grover (651) Rich Lamb (651) Randy Tilseth (651) Laboratory - Test Results (651) Brick, Stone and Masonry Units/Modular Retaining Wall Blocks Steve Grover (651) Blake Nelson (651) Laboratory - Test Results (651) Electrical & Signal Susan Zarling (651) Steve Grover (651) Wendy Garr - Concrete (651) Laboratory - Test Results (651)

114 Materials Lab. Contacts Independent Assurrance District 1, Duluth Denise Anderson Leila DeLuca, Linda Pearson, (218) Cell (218) Fax District 2, Bemidji Thomas Lloyd Jeff Long, (218) Jason Kisseo, Cell (218) Fax District 3A, Baxter John Savaloja Larry Huseth, (218) Fax Cell (218) District 3B, Saint Cloud Teresa Mertens, Teresa Mertens, Cell (320) Fax District 4, Detroit Lakes David Brunner Dist. 4 Mat'ls Brad Hanson, (218) Bruce Bryngelson, Cell (218) Wayne Koons, Sandy Kay Wollschlager 4B Mat'ls Fax (320) Cell (320) Metro District, Waters Edge Mat'ls (651) Maplewood Lab Steve Reinardy (651) East Mike Evans, Mike Sroga (651) Fax Greg Bohmert (651) West Dave Wilkerling (651) District 6, Rochester Ken DeCramer, Brandon Weick (507) Ken Pickett, Cell (507) Brad Horn, Fax District 7, Mankato Mitch Jordahl (507) Mark Schoeb, Cell (507) Scott Swanson, Brian Lueck (507) Fax Cell (507) District 8A, Willmar Jay Jorgensen, Fax Jon Vlaminck (320) District 8B, Marshall Cell (320) Mark DeAustin, Fax

115 SALT Schedule of Materials Control - Local Government Agency STATE AID FOR LOCAL TRANSPORTATION Material Acceptance Summary LOCAL NO. SAP/SP NO. Date Item Description Qualified Product List Approved Product List Certificate of Compliance Accepted by Engineer* 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 Date Accepted by the Engineer. * 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. signed: Project Engineer Date

COUNTY OF HENNEPIN STATE OF MINNESOTA P R O P O S A L COUNTY PROJECT NO COUNTY STATE AID HIGHWAY (CSAH) NO. 5, 15, 17, 19, 40, 110, 130

COUNTY OF HENNEPIN STATE OF MINNESOTA P R O P O S A L COUNTY PROJECT NO COUNTY STATE AID HIGHWAY (CSAH) NO. 5, 15, 17, 19, 40, 110, 130 2017 Bituminous Overlays Various CSAHs; C.P. 1658 COUNTY OF HENNEPIN STATE OF MINNESOTA P R O P O S A L COUNTY PROJECT NO. 1658 COUNTY STATE AID HIGHWAY (CSAH) NO. 5, 15, 17, 19, 40, 110, 130 Class of

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

(I)(We) further propose to execute the form of Contract within 10 days after receiving written notice of award, as provided in MnDOT 1306.

(I)(We) further propose to execute the form of Contract within 10 days after receiving written notice of award, as provided in MnDOT 1306. To Olmsted County Board of Commissioners: According to the advertisement of Olmsted County inviting proposals for the improvement of the section of highway hereinbefore named, and in conformity with the

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

(I)(We) agree to all provisions of Minnesota Statutes, Section

(I)(We) agree to all provisions of Minnesota Statutes, Section To the Commissioner of Transportation of the State of Minnesota: Sir: According to the advertisement of the Commissioner of Transportation inviting proposals for the improvement of the section of highway

More information

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

1. These Rules pertain to the implementation of the City's Mentoring Program for MBEs and WBEs set forth in Section of the Municipal Code.

1. These Rules pertain to the implementation of the City's Mentoring Program for MBEs and WBEs set forth in Section of the Municipal Code. 1. These Rules pertain to the implementation of the City's for MBEs and WBEs set forth in Section 2-92-535 of the Municipal Code. 2. Section 2-92-535 provides for both participation credit and a bid preference

More information

MENTOR/PROTÉGÉ PROGRAM

MENTOR/PROTÉGÉ PROGRAM MENTOR/PROTÉGÉ PROGRAM UNDER 2-92-445, 2-92-535 and 2-92-740 LAST UPDATED: March 6, 2018 Chief Procurement Officer Jamie L. Rhee 1. These Rules pertain to the implementation of the City's for MBEs and

More information

COUNTY OF HENNEPIN STATE OF MINNESOTA P R O P O S A L

COUNTY OF HENNEPIN STATE OF MINNESOTA P R O P O S A L COUNTY OF HENNEPIN STATE OF MINNESOTA P R O P O S A L S.P. 027-653-021; S.P. 157-020-029 CSAH 53 ; C.P. 1011 June 1, 2016 STATE PROJECT NOs. S.P. 2782-342 (TH 35W = 394); S.P. 027-653-021; S.P. 157-020-029

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

Purchasing Policy The administration of the purchasing policies and guidelines as set forth herein shall be the responsibility of the Chief

Purchasing Policy The administration of the purchasing policies and guidelines as set forth herein shall be the responsibility of the Chief 305.01 Purchasing Policy The administration of the purchasing policies and guidelines as set forth herein shall be the responsibility of the Chief Fiscal Officer. This document shall serve to enable responsible

More information

Apprenticeship Standards. Standards of Apprenticeship

Apprenticeship Standards. Standards of Apprenticeship Apprenticeship Standards Standards of Apprenticeship Commonwealth of Massachusetts Department of Labor Standards Division of Apprentice Standards Employer Program Sponsor Formulated By: Company: Manufacturing

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

Railroad Commission of Texas Mentor Protégé Program

Railroad Commission of Texas Mentor Protégé Program Railroad Commission of Texas Mentor Protégé Program December 3, 2002 1 1.0 Description The Railroad Commission of Texas Mentor/Protégé Program is developed in accordance with Government Code 2161.065 and

More information

Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work

Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work OVERVIEW The purpose of the Creative Advertising and Audio Visual - Interactive

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS Page 1 of 9 WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS I. DESCRIPTION The requirements set forth

More information

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES NAME OF PROJECT: PROJECT NUMBER: PROPOSER: SECTION I. POLICY STATEMENT AND TERMS In accordance with the Metropolitan

More information

BID PROPOSAL CONTRACT NO. AOPC

BID PROPOSAL CONTRACT NO. AOPC BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid

More information

DEPARTMENT OF THE TREASURY

DEPARTMENT OF THE TREASURY STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY DIVISION OF PURCHASE & PROPERTY CONTRACT COMPLIANCE AND AUDIT UNIT EEO MONITORING PROGRAM PUBLIC AGENCY Guidelines for Administering Equal Employment Opportunity

More information

If you need any assistance or help regarding Section 3, feel free to contact us. We look forward to assisting you with Section 3 implementation.

If you need any assistance or help regarding Section 3, feel free to contact us. We look forward to assisting you with Section 3 implementation. CMHA Prospective Business Vendor: Enclosed, you will find a variety of forms regarding Section 3 (Housing & Urban Development Opportunities Act of 1968, as amended). Please complete and attach the Section

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

CERTIFICATION REGARDING LOBBYING. (This Certification is required pursuant to 31 U.S.C. 1352)

CERTIFICATION REGARDING LOBBYING. (This Certification is required pursuant to 31 U.S.C. 1352) CERTIFICATION REGARDING LOBBYING (This Certification is required pursuant to 31 U.S.C. 1352) Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best

More information

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

REQUIRED CONTRACT PROVISION SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY CONTRACTUAL REQUIREMENT

REQUIRED CONTRACT PROVISION SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY CONTRACTUAL REQUIREMENT Sheet 1 of 7 REQUIRED CONTRACT PROVISION SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY CONTRACTUAL REQUIREMENT 1. General: Equal employment opportunity requirements to NOT discriminate and to take affirmative

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY

STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY DIVISION OF PURCHASE AND PROPERTY CONTRACT COMPLIANCE AND AUDIT UNIT EEO MONITORING PROGRAM Vendor/Contractor Guidelines for Awarded Public Contracts Pursuant

More information

STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY

STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY DIVISION OF PURCHASE AND PROPERTY CONTRACT COMPLIANCE AND AUDIT UNIT EEO MONITORING PROGRAM Vendor/Contractor Guidelines for Awarded Public Contracts Pursuant

More information

ATTACHMENTS MISSOURI STATE OPERATING PERMIT, WATER POLLUTION CONTROL PROGRAM FEDERAL WAGE RATES--GENERAL DECISION NUMBER: MO /9/2014 MO1

ATTACHMENTS MISSOURI STATE OPERATING PERMIT, WATER POLLUTION CONTROL PROGRAM FEDERAL WAGE RATES--GENERAL DECISION NUMBER: MO /9/2014 MO1 ATTACHMENTS MISSOURI ONE CALL LOCATE REQUEST FORM MoDOT - LOCAL ROADS PERMIT INFORMATION MoDOT LOCAL ROADS PERMIT REQUEST MoDOT LOCAL ROADS PERMIT COMPLETION REPORT REQUIRED CONTRACT PROVISIONS, FEDERAL-AID

More information

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas REQUEST FOR QUOTES (RFQ) for Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas Description Personnel Services for Subsidized Employment for Workforce Customers Arbor E & T,

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

More information

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3 WAKELY ASSOCIATES, INC. ADDENDUM NO. ONE ARCHITECTS 30500 Van Dyke Avenue Suite 209 Warren, Michigan 48093 NEW LED LIGHTING Page 1 of 1 (write up only) January 23, 2018 ADDENDUM NO. ONE to the plans and

More information

Introduction to the Prevailing Wage Act. The Prevailing Wage Act: Staying Compliant and Dealing with Contractors. Presented by:

Introduction to the Prevailing Wage Act. The Prevailing Wage Act: Staying Compliant and Dealing with Contractors. Presented by: The Prevailing Wage Act: Staying Compliant and Dealing with Contractors Presented by: Andrew J. Keyt Heyl, Royster, Voelker & Allen, P.C. TOI Annual Educational Conference November 2018 Copyright 2018

More information

Operational Procedure: Section TABLE OF CONTENTS

Operational Procedure: Section TABLE OF CONTENTS TABLE OF CONTENTS POLICY STATEMENT 3 DEFINITIONS 4 ESTABLISHMENT OF GOALS 5 DESIGNATION OF A PROGRAM DIRECTOR FOR MWBE PROGRAMS 5 PROCEDURES TO ENSURE THAT MWBEs HAVE EQUITABLE OPPORTUNITY TO COMPETE FOR

More information

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT FOR N-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY

More information

Purchasing and Procurement Policy

Purchasing and Procurement Policy Purchasing and Procurement Policy Purpose The purpose of this document is to implement the requirements of state law with regard to procurement and bidding on public contracts for public works, goods,

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

TORONTO MUNICIPAL CODE CHAPTER 67, FAIR WAGE SCHEDULE A, FAIR WAGE POLICY SCHEDULE A FAIR WAGE POLICY

TORONTO MUNICIPAL CODE CHAPTER 67, FAIR WAGE SCHEDULE A, FAIR WAGE POLICY SCHEDULE A FAIR WAGE POLICY SCHEDULE A FAIR WAGE POLICY 67-A1. Definitions. 67-A2. City of Toronto Council references. 67-A3. Purpose and history of Fair Wage Policy. 67-A4. Intent of Fair Wage Policy. 67-A5. Application. 67-A6.

More information

As used in this Fair Wage Policy, the following terms have the meaning indicated:

As used in this Fair Wage Policy, the following terms have the meaning indicated: City Manager s Office Fair Wage Office 100 Queen Street West City Hall, 19 th Floor, West Toronto, Ontario M5H 2N2 Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

More information

INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS

INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS April 2, 2011 INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS This project is partially funded with federal-aid highway funds, and is subject to the requirements for participation of Disadvantaged

More information

Request for Proposal for Annual Financial Audit Services

Request for Proposal for Annual Financial Audit Services Request for Proposal for Annual Financial Audit Services RFP # 19_001 Jan 10, 2019 Page 1 I. RFP Timeline The following Timeline has been defined to efficiently solicit multiple competitive proposals,

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS The Morgan Hill Unified School District ( District ) has determined that contractors on future projects

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE Proposals Solicited by: City of Nanticoke 15 East Ridge Street Nanticoke, PA 18634 C:\Users\jim\Desktop\Nanticoke City\07222013professionalengservices\Engineer

More information

LICENSE AGREEMENT NAME OF FIRM ADDRESS CITY FORM OF BUSINESS: SOLE PROPRIETORSHIP PARTNERSHIP CORPORATION OTHER OWNER(S) NAME CONTACT PERSON PHONE

LICENSE AGREEMENT NAME OF FIRM ADDRESS CITY FORM OF BUSINESS: SOLE PROPRIETORSHIP PARTNERSHIP CORPORATION OTHER OWNER(S) NAME CONTACT PERSON PHONE 10-I TRIBAL EMPLOYMENT RIGHTS OFFICE (TERO) THREE AFFILIATED TRIBES P.O. BOX 488 NEW TOWN, ND 58763 PHONE: (701)627-3634 FAX: (701)627-4496 WEBSITE: www.mhatero.com OILFIELD & MINERAL DEVELOPMENT LICENSE

More information

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Presidio Trolley Coach Facility - Presidio Bus Lifts

More information

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES SEDA-COUNCIL OF GOVERNMENTS REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES ENGINEERING, DESIGN, AND BIDDING 119 SOUTH LOCUST STREET DEMOLITION BOROUGH OF MOUNT CARMEL NORTHUMBERLAND COUNTY,

More information

CHAPTER 3 LABOR COMPLIANCE REQUIREMENTS

CHAPTER 3 LABOR COMPLIANCE REQUIREMENTS CHAPTER 3 LABOR COMPLIANCE REQUIREMENTS Prevailing Wage C alifornia State Prevailing Wage Rates apply to all public works contracts as set forth in Labor Code Sections 1720, 1720.2, 1720.3, 1720.4, 1771,

More information

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile: Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

FHWA 1273 Compliance Reviews. Learning Outcomes. Contractor Compliance Program Authorities. 23 CFR Part 230 (Subparts A, C, and D)

FHWA 1273 Compliance Reviews. Learning Outcomes. Contractor Compliance Program Authorities. 23 CFR Part 230 (Subparts A, C, and D) FHWA 1273 Compliance Reviews Learning Outcomes At the end of this session, participants will be able to: Recognize the requirements of the FHWA 1273 contract provision on a federal-aid project; Identify

More information

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS Project No. 5005/A4L-424/ 962520 LEVEL I PREQUALIFICATION DOCUMENTS for GEISEL RESTROOM RENOVATIONS University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La

More information

LEVEL I PREQUALIFICATION DOCUMENTS

LEVEL I PREQUALIFICATION DOCUMENTS Project No. LEVEL I PREQUALIFICATION DOCUMENTS for MUIR BIOLOGY BUILDING 3RD FLOOR RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La Jolla,

More information

LOWER BRULE SIOUX TRIBE TRIBAL EMPLOYMENT RIGHTS OFFICE COMPLIANCE PLAN STATE DEPARTMENT OF TRANSPORTATION PROJECTS COMPANY DATE PROJECT

LOWER BRULE SIOUX TRIBE TRIBAL EMPLOYMENT RIGHTS OFFICE COMPLIANCE PLAN STATE DEPARTMENT OF TRANSPORTATION PROJECTS COMPANY DATE PROJECT LOWER BRULE SIOUX TRIBE TRIBAL EMPLOYMENT RIGHTS OFFICE COMPLIANCE PLAN STATE DEPARTMENT OF TRANSPORTATION PROJECTS COMPANY DATE PROJECT NOTE: Any contractor/subcontractor not submitting an acceptable

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

ATTACHMENT D SCOPE OF SERVICES

ATTACHMENT D SCOPE OF SERVICES ATTACHMENT D SCOPE OF SERVICES OBJECTIVE Owner s Capital Improvement Program (major capital, minor construction, repair, and rehabilitation projects) includes numerous construction and renovation projects.

More information

INVITATION TO BID FUEL PRODUCTS. Notice is hereby given that the Aberdeen School District is accepting fuel bids for the following:

INVITATION TO BID FUEL PRODUCTS. Notice is hereby given that the Aberdeen School District is accepting fuel bids for the following: INVITATION TO BID FUEL PRODUCTS Notice is hereby given that the Aberdeen School District is accepting 2016-2017 fuel bids for the following: Regular, unleaded and diesel fuels for district buses and vehicles.

More information

Albany Unified School District Contractor Prequalification

Albany Unified School District Contractor Prequalification Albany Unified School District Contractor Prequalification The Albany Unified School District ( District ) has determined that contractors providing construction services ( Contractor(s) or Firm(s) ) must

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 5/11/2015 Project 153037 Addendum No. 2 PID No. 98695 CUY SR 10

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

DISADVANTAGED BUSINESS ENTERPRISES (DBE) AIRPORT CONCESSIONS DISADVANTAGED BUSINESS ENTERPRISES (ACDBE)

DISADVANTAGED BUSINESS ENTERPRISES (DBE) AIRPORT CONCESSIONS DISADVANTAGED BUSINESS ENTERPRISES (ACDBE) DISADVANTAGED BUSINESS ENTERPRISES (DBE) AIRPORT CONCESSIONS DISADVANTAGED BUSINESS ENTERPRISES (ACDBE) GOOD FAITH EFFORT (GFE) PARTICIPATION PROGRAM FOR SMALL AND MINORITY BUSINESS ENTERPRISES For Federally

More information

COMPANY DATE PROJECT

COMPANY DATE PROJECT OGLALA SIOUX TRIBE TRIBAL EMPLOYMENT RIGHTS OFFICE COMPLIANCE PLAN STATE DEPARTMENT OF TRANSPORTATION PROJECTS COMPANY DATE PROJECT NOTE: Any contractor/subcontractor not submitting an acceptable compliance

More information

PUBLIC NOTICE MARYLAND DEPARTMENT OF TRANSPORTATION NOTICE ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD

PUBLIC NOTICE MARYLAND DEPARTMENT OF TRANSPORTATION NOTICE ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD PUBLIC NOTICE MARYLAND DEPARTMENT OF TRANSPORTATION NOTICE TO ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES The Secretary of the Maryland

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018

More information

CONSTRUCTION PROCEDURES HANDBOOK

CONSTRUCTION PROCEDURES HANDBOOK CONSTRUCTION PROCEDURES HANDBOOK SECTION V SUBSECTION A DATE CONSTRUCTION AFFIRMATIVE ACTION CONTRACTOR S COMPLIANCE WITH EEO, ON THE JOB TRAINING, AND LABOR REQUIREMENTS Contractors, subcontractors, consultants

More information

CITY OF ROSEVILLE ENGINEERING DEPARTMENT GUIDE TO ONLINE BIDDING FOR CITY PROJECTS

CITY OF ROSEVILLE ENGINEERING DEPARTMENT GUIDE TO ONLINE BIDDING FOR CITY PROJECTS CITY OF ROSEVILLE ENGINEERING DEPARTMENT GUIDE TO ONLINE BIDDING FOR CITY PROJECTS It is the City of Roseville s policy to provide all contractors and subcontractors with equal access to procurement opportunities.

More information

Certifications. Certification decisions address the nature of a firm's ownership and structure.

Certifications. Certification decisions address the nature of a firm's ownership and structure. November 2017 Certifications Certification decisions address the nature of a firm's ownership and structure. DBE Program Regulations Code of Federal Regulations Title 49: Transportation Part 26 - Participation

More information

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West 525 South Lawrence Street Montgomery, Alabama 36104 Attic Insulation at Gibbs Village East & West IFB Number 2019-03 TYPE OF PROJECT: Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East

More information

Kenya Integrated Water, Sanitation and Hygiene (KIWASH) Project. Invitation for Bid (IFB) DISP-KIWASH

Kenya Integrated Water, Sanitation and Hygiene (KIWASH) Project. Invitation for Bid (IFB) DISP-KIWASH Kenya Integrated Water, Sanitation and Hygiene (KIWASH) Project Invitation for Bid (IFB) DISP-KIWASH-2018-001 DISPOSAL OF USED PROJECT VEHICLE (Toyota Prado TX) Issue Date: January 19, 2018 WARNING: Prospective

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

YANKTON SIOUX TRIBE TRIBAL EMPLOYMENT RIGHTS OFFICE COMPLIANCE PLAN DEPARTMENT OF TRANSPORTATION CONSTRUCTION PROJECTS

YANKTON SIOUX TRIBE TRIBAL EMPLOYMENT RIGHTS OFFICE COMPLIANCE PLAN DEPARTMENT OF TRANSPORTATION CONSTRUCTION PROJECTS YANKTON SIOUX TRIBE TRIBAL EMPLOYMENT RIGHTS OFFICE COMPLIANCE PLAN DEPARTMENT OF TRANSPORTATION CONSTRUCTION PROJECTS COMPANY DATE PROJECT NOTE: Any contractor/subcontractor not submitting an acceptable

More information

Renewable Energy Power Purchasing

Renewable Energy Power Purchasing Attachment D City of Philadelphia Economic Opportunity Plan Renewable Energy Power Purchasing Introduction, Definitions and Diversity Practices A. Chapter 17-1600 of The Philadelphia Code requires the

More information

CITY OF LOS ANGELES LABOR COMPLIANCE MANUAL. Revised 11/30/06

CITY OF LOS ANGELES LABOR COMPLIANCE MANUAL. Revised 11/30/06 CITY OF LOS ANGELES LABOR COMPLIANCE MANUAL Revised 11/30/06 1 PART I CITY OF LOS ANGELES LABOR COMPLIANCE PROGRAM REQUIREMENTS I. INTRODUCTION The Bureau of Contract Administration, Office of Contract

More information

PUBLIC CONTRACT CODE SECTION

PUBLIC CONTRACT CODE SECTION PUBLIC CONTRACT CODE SECTION 22160 22169 22160. (a) The Legislature finds and declares that the design build method of project delivery, using a best value procurement methodology, has been authorized

More information

Bowman Outside Plant Splicing Project

Bowman Outside Plant Splicing Project Title and Summary Request for Best Value Bid ( RFB ): RFBVB Title: RFB Publication: RFB Composition: RFB Amendments: Contracting Entity: No. FY13 0116 Bowman Outside Plant Splicing Project As follows:

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

LEVEL I PREQUALIFICATION DOCUMENTS OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA

LEVEL I PREQUALIFICATION DOCUMENTS OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA Project No. 4484/A4L-379/964840 LEVEL I PREQUALIFICATION DOCUMENTS for OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North

More information

City of Somers Point 1 West New Jersey Avenue Somers Point, NJ Notice of Solicitation for Requests for Proposals Public Relations Services

City of Somers Point 1 West New Jersey Avenue Somers Point, NJ Notice of Solicitation for Requests for Proposals Public Relations Services City of Somers Point 1 West New Jersey Avenue Somers Point, NJ 08244 Notice of Solicitation for Requests for Proposals Public Relations Services Notice is hereby given that pursuant to the provisions of

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

Ohio Prevailing Wage Requirements

Ohio Prevailing Wage Requirements Ohio Prevailing Wage Requirements ACT Ohio 222 E. Town St., Columbus, OH 43215 www.actohio.org 614-228-5446 info@actohio.org Prevailing Wage FAQs What is Prevailing Wage? Prevailing wage (PW) requires

More information

EXHIBIT B CIVIL RIGHTS / NON DISCRIMINATION FEDERAL

EXHIBIT B CIVIL RIGHTS / NON DISCRIMINATION FEDERAL EXHIBIT B CIVIL RIGHTS / NON DISCRIMINATION FEDERAL Subject to the applicability criteria noted, these provisions apply. Failure to comply with the terms of these Civil Rights provisions may be sufficient

More information