2004-08-30 Special Provisions
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page
I.
2.
3.
4 .
5.
6.
PAGE
7.
8 .
9.
10.
II.
12.
PAGE
13.
14.
15.
16.
17.
18.
19.
20.
PAGE
2l.
22.
23.
II.
I.
2.
PAGE
3.
4.
5.
III.
I.
2.
3 .
SPECIAL PROVISIONS
TABLE OF CONTENTS
1
Project
Foreman and Preconstruct ion Meeting
Construction Staking and Observation
Construction Limits
Existing Utilities
Contractor-Engineer-Inspector Relationship
2
Subcontractors
Incidental Items
Responsibility
Starting Time
Permit Requirements
Compaction
3
Testing
Protection of Existing Utilities
Specifications Which Apply
Shop Drawings
Standard Plates
Subsurface Exploration
Clean-Up
Grading
4
Existing Draintile
Payment and Performance Bond
Certificate of Insurance
Utilities - General
Bedding
Materials
5
Connections
Ductile Iron Sanitary Pipe
Compaction Under Services
Watermains
Operations of Existing Gate Valves
Water for Construction
Water Service Group
~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4.
PAGE
5.
6.
7.
8 .
9.
10.
11.
PAGE
12.
IV.
I.
2.
3 .
4.
5.
PAGE
V.
I.
2 .
3.
4.
5.
6.
7.
PAGE
8.
VI.
I.
2.
3.
4.
Classification of Pipe
6
Tracer Wire
Plastic Film Wrap
Thrust Restraint
Water Service
Watermain Testing
Watermain Testing Completion Form
Method of Measurement - Watermain
7
Basis of Payment - Watermain
Utilities - Sewer
Sanitary Sewer Testing
Manhole Castings
Sewer Service Group
Manhole and Catch Basin Protection
Catch Basin and Manhole Openings
8
Street and Grading
Street Construction
Test Rolling
Draintile
Geotextile Fabric
Select Granular Borrow
Seed, Mulch, Disk Anchor
Excess Material
9
Existing Curb & Gutter
Erosion Control
Protection of Downstream Amenities
Erosion Control Bale Checks
Silt Fence
Wood Fiber Blanket
'!i\
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SPECIAL PROVISIONS
PROJECT NO. 04137
I. GENERAL
1. PROJECT
The project consists of the construction and installation of watermain, sanitary sewer, storm sewer, and
street in Albertville, Minnesota.
An anticipated start date for the Project is August 30, 2004. The water, sanitary sewer and storm sewer
shall be completed by September 17, 2004. The curbing, aggregate base and base course shall be
completed by October 4, 2004. The bituminous wear course shall be paved in the summer of the
following year and shall be completed after June 15, but before September 1, unless approved by the
Engineer. The bituminous wear course paving may be delayed up to two construction seasons after
paving of the bituminous base coarse, if determined necessary by the Engineer. The Contractor shall be
subject to the provisions of Article 14 of the Supplemental Conditions for failure to meet these completion
dates, as a whole or in part.
2. FOREMAN AND PRECONSTRUCTION MEETING
Before work is initiated, a preconstruction meeting shall be held between the Engineer, Contractor, Utility
Companies and other involved parties, if any. The Contractor will present to the Enoineer an estimated
schedule for completion of various portions of the proiect. The Contractor shall inform the Engineer who
the foreman on the project will be. The foreman shall be on the job at all times. The foreman shall be
responsible for all phases of the project, including work done by the General Contractor and the
subcontractor. Engineering decisions with regard to the work done by subcontractors shall go through the
General Contractor and specifically the foreman for the job.
3. CONSTRUCTION STAKING AND OBSERVATION
The Contractor shall give the Engineer at least two (2) working days notice for any grade and line stakes
or inspection that he requires for proper execution of any phase of the project. The Contractor shall
preserve these stakes until the work is completed. Restaking required due to Contractor negligence will
be the responsibility of the Contractor.
The City Engineer's office will provide construction observation on the Project for all future City owned
and maintained facilities. The Contractor shall coordinate with the Project Engineer and the City
Engineer's office regarding construction activity and progress.
4. CONSTRUCTION LIMITS
The Contractor shall confine his activities to the right-of-way or designated construction area. Equipment
and material storage or deposition of excavated materials on private property must be approved in writing
by the property owners, a COpy of which shall be presented to the Enqineer prior to such storaoe or
deposition. Failure to do so will result in immediate suspension of work until such approval has been
obtained or materials removed, and area restored to its previous condition or better.
5. EXISTING UTILITIES
The Contractor shall be in communication with the respective utility companies to coordinate their
schedule with any location work that is required.
'OlI
6. CONTRACTOR-ENGINEER-INSPECTOR RELATIONSHIP
The Engineer will not be responsible for the construction means, controls, techniques, sequences,
procedures, or construction safety. All phases of the project shall proceed in accordance with OSHA
safety requirements. The presence of the Engineer or his agents or employees on the job site shall not
relinquish the Contractor of this responsibility or hold the Contractor harmless for the quality of
workmanship or defects in materials.
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
7. SUBCONTRACTORS
All subcontractors that the General will use shall be shown on the proposal form. Any other subcontractor
will not be allowed without explicit written permission by the Engineer.
The General Contractor shall coordinate all work between his subs and the Engineer. The Engineer will
not correspond directly with any subcontractor. Anyon-site meetings that are held will be conducted only
if the General Contractor's foreman is present.
8. INCIDENTAL ITEMS
Any and all additional items of work or other items that must be done to fully complete this project shall be
incidental to the bid items as bid.
9. RESPONSIBILITY
The General Contractor shall be fully responsible for all work that is performed on this project. It is the
General Contractor's responsibility to see that all specifications and testing requirements are followed.
10. STARTING TIME
The Contractor shall not engage in or permit construction activities involving the use of any kind of
electric, diesel, or gas powered machine or other power equipment, except between the hours of 7:00
A.M. and 6:00 P.M. on any weekday with no work on Sundays or legal holidays.
11. PERMIT REQUIREMENTS
Permit applications have been submitted to the Minnesota Pollution Control Agency and the Minnesota
Department of Health in order to minimize any potential delays in the project. The Contractor should
therefore contact these agencies to determine if there are any special conditions they may have which
should be included in the bid. The contractor will be required to comply with all the requirements that
these agencies may have. No change orders will be considered for complying with these requirements;
12. COMPACTION
The required compaction of all lot grading shall be 95% of the standard proctor density. The required
compaction within roadways and driveways shall be 100% of the Standard Proctor Density from finished
grade to a point three (3) feet below finished grade and 95% of the Standard Proctor Density from three
(3) feet or greater below finished grade.
The backfill around and to 12" above the pipe (sanitary sewer, storm sewer and watermain) shall be
compacted by mechanical hand tampers. The required compaction shall be 95% of Standard Proctor
Density. All trenches within roadways shall be compacted to 100% of Standard Proctor Density in the
upper three (3) feet of the trench. At the time of the compaction, the moisture content of the backfill soils
shall be not less than 75% or more than 115% of optimum moisture content. The Contractor shall add
water or dry the soils until this requirement is met. If moisture content greater than 125% of optimum
moisture content is encountered, the Engineer shall revise the compaction requirements to meet the best
interests of the Owner. Moisture adjustment of the soils shall be incidental to the pipe installation unit
price.
All trench areas not conforming with these requirements shall be excavated and recompacted. The
Contractor shall supply the Engineer at the time of the preconstruction meeting a list of equipment that
will be used for backfilling and compaction operation. The Engineer reserves the right to shut down work
on the project if this equipment is not utilized during such backfilling and compaction operations. A
maximum 12" lift shall be used. Smaller lifts may be required to obtain the specified d~nsity."lf 12" lifts are
not utilized, the trench will be completely re-excavated and recompacted in order to achieve maximum
compaction lifts of 12". The bedding material around all pipes shall be compacted in maximum 6" lifts.
2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
13. TESTING
An independent testing lab shall test the backfill for the required density as the backfilling compaction
progresses. If the tests fail, it shall be the Contractor's responsibility to pay for retesting those areas
following compaction. All trenches for watermain, sanitary sewer, storm sewer and services shall be
tested for the required compaction density in conformance with the compaction requirements. The trench
shall be tested at approximately 100-foot intervals at two to three depth locations, depending on depth.
One test shall be taken next to the pipe, the second shall be taken at two feet below subgrade and at the
midpoint of the trench. Compaction around every manhole and gate valve shall be the same as for the
trenches. Tests shall be taken at every manhole and gate valve at the three depth locations as stated
above.
The Engineer may change test locations and depths at his discretion. The Engineer may add or delete
tests at his discretion with no change in the unit price.
The contractor shall be responsible for coordinating his schedule with the testing firm and all test results
shall be documented with respect to plan stationing, depth and location. Copies of all test reports shall be
given to the engineer no more than one week after the test was taken. Engineer shall, within 24 hours,
be notified in person, by phone or by fax of any failing tests.
14. PROTECTION OF EXISTING UTILITIES
The Contractor shall use utmost care during his operations and particularly during manhole adjustments
to keep gravel and debris from entering sewer manholes. In the event of debris or gravel entering the
sanitary sewer lines, these lines shall be jetted by Roto-Rooter or other approved company at the
expense of the Contractor. Flushing of debris or gravel down the sanitary sewer or storm sewer lines will
not be allowed.
15. SPECIFICATIONS WHICH APPLY
The Minnesota Department of Transportation "Standard Specifications for Construction", 2000 Edition,
together with all supplements thereto, shall govern except as superseded by the attached general
Conditions or modified herein by the Special Provisions and attached specifications. Conversion of
metric measurements is to be done in accordance with ASTM E380.27
16. SHOP DRAWINGS
The Contractor shall submit shop drawings for approval by the Engineer for manholes to be used on the
project. A minimum of three copies of each shall be supplied to the Engineer.
17. STANDARD PLATES
All references to standard plates MHD shall mean the "Standard Plates" of the Minnesota Department of
Transportation. All other reference to standard plates shall mean those details attached to the plans.
18. SUBSURFACE EXPLORATION
Soil borings were taken and are on file at the office of the Engineer. The Contractor may review the soil
engineer's report at the office of the Engineer during normal business hours. The use of this data by the
Contractor shall not relieve the Contractor of his duty to examine the site per Section 6 of the Instructions
to Bidders.
19. CLEAN-UP
When the work has been completed, the Contractor shall remove from the site all extra material,
equipment, debris and other supplies. The site shall be cleaned up as is necessary to1eave all property in
substantially the same condition as it was before the project.
20. GRADING
All grading for lots, pads, ponds and street subgrade shall be completed in area (by others) before utility
or street construction is commenced in that area. Site grading will be required of the Contractor after
construction to restore the site to its initial condition. All grading work by the Contractor for restoration
purposes shall be incidental to the unit prices bid.
3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
21. EXISTING DRAINTILE
Existing tile lines encountered are to be immediately reported to the Project Engineer. All necessary
reconnection or replacement of encountered tile lines shall be incidental to utility installation.
22. PAYMENT AND PERFORMANCE BOND
Payment and performance bonds shall name the Owner and the City of Albertville as obligee of the
bonds.
23. CERTIFICATE OF INSURANCE
The Certificate of Insurance must read as follows:
Certificate Holder: Woodside Communities of Minnesota, Inc.
13736 N.E. Johnson Street
Ham Lake, MN 55304
Additional Insured: City of Albertville
Meyer-Rohlin, Inc.
SEH
Cancellation Clause: Should any of the above described policies be materially changed,
suspended, or cancelled before the expiration date thereof, or fail to be
renewed upon their expiration, the issuing company will mail 30 days
written notice to the named certificate holder.
II. UTILITIES - GENERAL
1. BEDDING
a. All water main, sanitary sewer mains and services shall be bedded according to the
standard plate for PVC pipe bedding. The bedding material shall conform to the
requirements of Section 2600.2A1 of the Standard Utilities Specification.
b. For watermain bedding, refer to Joint Powers Water Board Construction Requirements
and addendum attached thereto.
A mechanical hand tamping machine must be used around all water and sanitary sewer
pipe to compact the bedding and initial fill.
c. All concrete storm sewer pipe bedding shall be ordinary bedding consisting of natural, on-
site soils, except in cases where the Engineer directs otherwise. The fill material around
the pipe shall be less than one inch in diameter and also free of any organic material or
foreign objects.
All HDPE pipe bedding and embedment shall be according to standard detail 3.024.
Embedment material shall be MnDOT Specification 3149.2D modified to 100% passing
the 1 inch sieve.
2.
MATERIALS
~
a. Refer to Joint Powers Water Board Construction Requirements and addendum attached
thereto.
b. All sewer mains and service wyes shall be constructed utilizing PVC, SDR 35 sewer pipe
with gasketed joints. Sanitary sewer mains placed 20 feet deep or greater shall be PVC,
4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SDR 26 sewer pipe with gasketed joints. All sewer services and fittings shall be
constructed utilizing PVC, SDR 26 sewer pipe with gasketed joints.
c. All RCP storm sewer pipe shall be Class III with rubber gasketed joints. The last three
joints on any flared end line must be tied.
All HDPE storm sewer pipe shall conform to the requirements of MnDOT 2503, as
identified in MnDOT Technical Memorandum 91 079b01, dated April 2, 1991. Soil tight
gasketed joints are to be provided unless noted otherwise on the Plan. Deflection testing
shall be done at the option of the Engineer and is considered incidental to the Project bid.
The flared end sections for the polyethylene pipe shall be constructed of galvanized steel
materials.
3. CONNECTIONS
All connections to existing lines are incidental unless specified as separate item on proposal form.
Payment will be made based upon the fittings and pipe length used.
4. DUCTILE IRON SANITARY PIPE
All ductile iron to PVC pipe connections shall be incidental to the unit bid price for sanitary sewer
installation.
5. COMPACTION UNDER SERVICES
Any soil that is subcut from below a service must be compacted back in place at 100% standard proctor
density prior to laying the service. Density tests must be taken to confirm the density. If the soil is not
compacted to 100% standard proctor density, then crushed rock must be compacted and placed below
the service in order to ensure no movement. Use of crushed rock shall be at the Contractor's expense.
III. WATERMAINS
1. OPERATION OF EXISTING GATE VALVES
The Contractor shall not turn any existing gate valves to charge new watermain lines. Only the Joint
Powers Water Board operator can turn an existing valve. The Board has adopted a policy such that
watermain under construction will not be allowed to be charged from existing watermain. The Contractor
will be responsible for charging watermain lines under construction from a water truck or other means and
shall be incidental. Procedures for obtaining water are noted in the item titled "Water for Construction".
Water from existing lines will only be allowed to be used for flushing of new watermain when obtaining
bacteria test samples.
2. WATER FOR CONSTRUCTION
Water for construction purposes may not be taken from any hydrant within the city of Albertville. Water
may be purchased and obtained from the Joint Powers Water Board at the hydrant in front of the Board's
pumphouse, located at 11100 50th Street Northeast in the city of Albertville. A permit per day must be
obtained from the clerk of the Joint Powers Water Board after paying the required fee. Water may be
obtained from this hydrant only after prior arrangements have been made with the clerk of the Joint
Powers Water Board for each day it is to be used. Contact Joint Powers Water Board at 763-497-3611.
3. WATER SERVICE GROUP
A water service group shall include the curb stop, the service corporation, and any ott,ler parts (excluding
the copper pipe necessary for the installation of the water service). All materials shall confolrrTl to AWWA
Standards. Tapping saddle shall be used for service corporations on all PVC pipe. Water services shall
be extended beyond the curb box to a point under the building pad.
4. CLASSIFICATION OF PIPE
Water distribution pipe shall be C900 PVC.
5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
5. TRACER WIRE
Tracer wire shall be installed along the pipe. The wire shall be a solid 12 gauge copper with plastic coat.
Copper wire nut splices will be allowed as well as 3M cast kits. Main line tracer wire must stay intact and
cannot be looped up valve boxes, hydrants, or services. Separate splice wires must be used.
6. PLASTIC FILM WRAP
Water distribution fittings shall be wrapped in plastic film. The wrap shall be "tube" type having 8-mil
thickness. A 2 inch wide polyethylene adhesive tape shall be used to secure the tube of film to the pipe.
If core-blue bolts are used with epoxy fittings, then only hydrants, valve, boxes, and bitumastic coated tie
rods need to be poly wrapped.
7. THRUST RESTRAINT
All water main, valves, services, fittings, stubs, extensions, blind flanges, and plugs used for retaining
water pressure must be tied with "megalug" joint restraints or accepted equal.
All bare metals shall have two coats of bitumastic or accepted equal (aerosol spray is not acceptable).
8. WATER SERVICE
Prior to the shutoff of any water, the Contractor shall notify the Joint Powers Water Board and the
affected property owners of his working schedule. The Contractor shall give notice 48 hours in advance
of the start of the work. The work done during this time shall be done in an efficient manner so that as
little inconvenience as possible is caused. The Joint Powers Water Board will not shut off water prior to
9:00 a.m.
9. WATERMAIN TESTING
Refer to Joint Powers Water Board Construction Requirements.
10. WATERMAIN TESTING COMPLETION FORM
The Contractor shall submit to the Engineer completed Watermain Test Report Form, as attached to the
Joint Powers Watermain Construction Requirements, for all pressure, conductivity, and bacteria test
performed on the Project. The contractor shall note the dates the tests were performed, names of
witnesses to the tests and sign the form.
11. METHOD OF MEASUREMENT - WATERMAIN
The following revisions are to be made to the Standard Utilities Specifications, Section 2611.4:
A. Delete Section 4E in its entirety and insert the following in its place:
"E. Hydrants
Hydrants shall be measured on a per-unit basis. The unit includes the hydrant, concrete base,
crushed rock, tar paper or plastic cover, hydrant flag, and blocking or restraining devices."
B. Delete Section 41 in its entirety and insert the following in its place:
"I. Fittings
Fittings of each type shall be measured on a per-unit basis and include all required accessories."
C. Delete Section 4K in its entirety and insert the following in its place:
ilK. Granular Materials " '.
Granular materials used for bedding, encasement, etc. for the watermain shall not be measured
for separate payment."
6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
12. BASIS OF PAYMENT - WATERMAIN
The following is in addition to the Standard Utilities Specifications, Section 2611.5:
Hydrants shall be paid for at the unit contract price per each, including installing the hydrant,
concrete base, crushed rock, tar paper or plastic cover, hydrant flag, and blocking or restraining
devices.
Fittings shall be paid for at the contract unit price per each type and size, including all
accessories, installation and blocking.
Granular materials used for bedding, encasement, etc. for the watermain, shall be incidental to
the watermain installation.
IV. UTILITIES - SEWER
1. SANITARY SEWER TESTING
The Contractor shall utilize PVC for construction of the sanitary sewer lines. The Contractor shall pay
particular attention to the bedding requirements for PVC pipe. The PVC pipe shall be tested for a
maximum pipe wall deflection of 5% of the normal pipe size. This testing shall be done in the presence of
the Engineer at the completion of all backfilling operations. If any portion of the line is not within the
maximum pipe wall deflection of 5%, this portion shall be re-excavated, properly bedded and tamped, and
the trench recompacted and tested for density at no additional expense to the Owner. The line shall then
be tested again for pipe wall deflection. Deflection testing shall not be done prior to the pipe being in
place for 30 days.
2. MANHOLE CASTINGS
All sanitary sewer manhole castings shall be Neenah R-1642, or approved equal, with the type B sel-
sealing lid with concealed pickholes and the appropriate name stamped on it.
3 SEWER SERVICE GROUP
A sewer service connection shall include the wye and bends, as required to serve each connection,
regardless of service type. Sanitary sewer service ends shall be marked with steel fence posts. Payment
shall be by the individual service connection made and shall include all materials, labor and equipment
necessary for its installation. The sewer service connection does not include the service pipe, which shall
be paid under a separate bid item.
4. MANHOLE AND CATCH BASIN PROTECTION
Once the manhole and catch basin barrel sections have been set, the opening shall be covered with a
protection plate (1/2" steel or 1" wood). These plates will remain in place during subgrade preparation
and Class 5 placement. They shall not be removed until the adjustment rings are ready to be placed
permanently with mortar. If drainage access is necessary, a silt fence barrier must be constructed and in
place as per detail prior to permanently removing the plate.
5. CATCH BASIN AND MANHOLE OPENINGS
Any opening required for placement of pipe into a structure which does not have a pre-manufactured
opening or knockout must be bored. Use of hammers or items to crack the structure due to impact will
not be permitted. Core drilling of connections to existingmanhoJes shall be incidegtal to the Contract
Price.
7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
V. STREETS AND GRADING
1. STREET CONSTRUCTION
This project consists of the street construction in two (2) construction seasons. After paving the
bituminous base course, all gate valves and manholes shall be adjusted to 3/4" below the top of the base
course. No diamonds shall be provided around the gate valves and manholes. Prior to paving the
bituminous wear course, all gate valves and manholes shall be adjusted to 3/4" below the top of the
finished wear course. Bituminous patching around the gate valves and manholes shall be completed a
minimum of 24 hours in advance of the bituminous wear course construction. All bituminous patching
shall be performed with a smooth drum roller.
Bid items have been provided for adjustment of the manholes and gate valves prior to paving the wear
course. These bid items shall include all labor, equipment and materials necessary for removing the
bituminous base course from around the structures, raising the manhole or gate valve, re-compacting the
disturbed gravel and soil, patching the bituminous base course, and disposal of all excess debris. All
manhole adjustments shall be achieved by the use of precast concrete rings 2" or more in thickness. A
motar bed shall be placed between all rings between the manhole casting and ring and manhole barrel
top and ring. Payment for adjustment of manholes and gate valves shall be made at a rate of 50% of the
bid price when the adjustment is made for the base course and 50% when final adjustment is made.
2. TEST ROLLING
The Contractor shall be required to test roll the subgrade and the aggregate base in accordance to Article
2.04 of the Street Construction Specifications. The subgrade shall pass the test rolling prior to placement
of the aggregate base and the aggregate base shall pass the test rolling prior to placement of the curbing
and pavement, respectively.
3. DRAINTILE
The Perforated Corrugated Polyethylene (CPE) shall conform to MnDOT Specification 3278 and shall be
fabricated with one perforation on the top of the pipe. The geotextile for wrapping the CPE shall be Type
I, conforming to MnDOT Specification 3733. The draintile shall be bedded in fine filter aggregate material
conforming to MnDOT Specification 3149.2J. The Contractor shall provide one (1) gradation by an
independent testing firm on the fine filter aggregate material prior to installation. Draintile behind the curb
shall be connected to existing and proposed catch basins. This connection and all equipment, labor, and
materials necessary to install the perforated draintile as shown on the plan shall be incidental to the unit
bid price for drain tile installation.
4. GEOTEXTILE FABRIC
A bid items for geotextile fabric has been included for this Project. This bid item shall only be used if the
Enoineer determines that the soil conditions warrant its use. Geotextile fabric shall meet the
requirements of MnDOT Specification 3733 for Type V Geotextile Fabric.
5. SELECT GRANULAR BORROW
A bid item for select granular borrow has been included for this Project. This bid item shall only be used if
the Enoineer determines that the soil conditions warrant its use.
6. SEED, MULCH, DISK ANCHOR
Seeding, mulching and disk anchor erosion control quantity may be adjusted in utility construction areas.
The area to be seeded will be designated by the Engineer at the time of installation. ...;r.
7. EXCESS MATERIAL
Excess suitable material for fill and top soil shall be stored on site at a location designated by the
Engineer. The Contractor will deliver and stockpile the material to the location at no additional cost to the
Owner. The stockpile shall have slopes no great than 2:1 upon completion. All unsuitable material and
construction debris, etc. shall be disposed of off site.
8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
8. EXISTING CURB & GUTTER
There are several existing private road entrances that will need to be removed and replaced with B618
concrete curb & gutter. There also may be the need to remove and replace portions of the remaining
private road entrances in order to achieve proper road width and grade. All removal and disposal of
concrete curb and gutter, cross gutter, or driveway aprons that is necessary to complete the project shall
be incidental to the contract price. Installation of B618 concrete curb & gutter will be paid for at the unit
bid price.
VI. EROSION CONTROL
1. PROTECTION OF DOWNSTREAM AMENITIES
Contractor shall inspect all erosion control facilities on a weekly basis and after rainfalls of 1" or more.
Repairs, as needed, shall be made within 24 hours. Repairs shall include but not be limited to:
Reconstruction of silt fences and bale checks, replacement of blankets, reseeding, removal of silt and/or
water from temporary ponds and permanents ponds and repair of pond slopes and overflows. Need for
repair shall be based on facility's ability to function as it was intended. Slopes steeper than 5:1 shall be
furrowed periodically, perpendicular to the slope, to deter the creation of wash outs along the slope. The
Contractor shall be responsible for all erosion and repair until final acceptance of the Project by the
Owner. Contractor shall be responsible for removal of silt and sediment, due to runoff from all areas of
the Project. Contractor shall maintain a sufficient supply of erosion control materials (silt fence, wood
fiber blanket, hay bales, seeding and rock) on site to expedite repair of damaged erosion control items
and protection of newly constructed steep slopes and other erosion sensitive areas. Contractor shall
protect all previously constructed erosion control items and immediately repair said items. No previously
placed erosion control items shall be allowed without alternate facilities having been constructed.
2. EROSION CONTROL BALE CHECKS
Bale checks shall be installed for erosion control purposes as needed and where designated by the Engineer.
Bio-roll may be used in lieu of hay bales and is the preferred alternative.
3. SILT FENCE
The Contractor shall install erosion control silt fence as shown on the plans prior to any construction with the
area unless noted on the plans. Silt fence installation shall conform to the Best Management Practices for
Minnesota, Section 6.3. Erosion control fence shall be maintained by the Contractor throughout all
construction phases. Silt fence shall be inspected immediately after a rainfall event that creates runoff and
daily during prolonged rainfall. Any damage to the fencing shall be repaired immediately.
4. WOOD FIBER BLANKET
Installation of wood fiber blanket shall include all grade preparation and seeding of the area prior to
installation of the blanket.
"
9