Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE...

19
Department of Transportation Office of Project Development 700 E Broadway Avenue Pierre, South Dakota 57501-2586 605/773-3268 FAX: 605/773-2614 February 28, 2019 ADDENDUM NO. 1 RE: Item #6, March 6, 2019 Letting - NH 0018(201)62, PCN 04WL, Fall River, Oglala Lakota County - Cold Milling Asphalt Concrete, Asphalt Concrete Resurfacing, Culvert Work, & Structure Repair TO WHOM IT MAY CONCERN: The following addenda to the plans shall be inserted and made a part of your proposal for the referenced project. SPECIAL PROVISIONS: Please remove the Index of Special Provisions and replace with attached Index of Special Provisions revised 2/12/19. “Special Provision for On-The-Job Training Program”, dated 3/10/16 was added. Please add the “Special Provision for On-The-Job Training Program”, dated 3/10/16 after the “Special Provision for Contract Time”, dated 2/1/19. SDEBS BID PROPOSAL: The electronic bid proposal for this contract has been revised to include the changes associated with this addendum. Bidders must log in to the SDEBS to retrieve and incorporate these changes into their bid. Quantities for Bid Items were changed: Bid Item 110E1010 “Remove Asphalt Concrete Pavement” changed from 5,493 to 6,204 SqYd Bid Item 120E0010 “Unclassified Excavation” changed from 12,360 to 12,627 CuYd Bid Item 460E0070 “Class A45 Concrete, Bridge Repair” changed from 62.9 to 20.9 CuYd Bid Items were added: Bid Item 009E9900 “Training Program” was added PLANS: Please destroy sheets A1, A2, E2, E9, F2, F8, F9 and replace with the enclosed sheets, dated 2/13/19 & 2/27/19. Sheet A1: Section E – Structure, Structure 24-421-200 Quantities for Bid Item 460E0070 “Class A45 Concrete, Bridge Repair” changed from 62.9 to 20.9 CuYd Sheet A2: Section F – Surfacing Quantities for Bid Item 110E1010 “Remove Asphalt Concrete Pavement” changed from 5,493 to 6,204 SqYd Connecting South Dakota and the Nation

Transcript of Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE...

Page 1: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,

Department of Transportation Office of Project Development 700 E Broadway Avenue Pierre, South Dakota 57501-2586 605/773-3268 FAX: 605/773-2614

February 28, 2019 ADDENDUM NO. 1

RE: Item #6, March 6, 2019 Letting - NH 0018(201)62, PCN 04WL, Fall River, Oglala Lakota County - Cold Milling Asphalt Concrete, Asphalt Concrete Resurfacing, Culvert Work, & Structure Repair

TO WHOM IT MAY CONCERN: The following addenda to the plans shall be inserted and made a part of your proposal for the referenced project. SPECIAL PROVISIONS: Please remove the Index of Special Provisions and replace with

attached Index of Special Provisions revised 2/12/19. “Special Provision for On-The-Job Training Program”, dated 3/10/16 was added. Please add the “Special Provision for On-The-Job Training Program”, dated 3/10/16 after the “Special Provision for Contract Time”, dated 2/1/19.

SDEBS BID PROPOSAL: The electronic bid proposal for this contract has been revised to include the changes associated with this addendum. Bidders must log in to the SDEBS to retrieve and incorporate these changes into their bid.

Quantities for Bid Items were changed: Bid Item 110E1010 “Remove Asphalt Concrete Pavement” changed

from 5,493 to 6,204 SqYd Bid Item 120E0010 “Unclassified Excavation” changed from 12,360 to 12,627 CuYd Bid Item 460E0070 “Class A45 Concrete, Bridge Repair” changed

from 62.9 to 20.9 CuYd Bid Items were added: Bid Item 009E9900 “Training Program” was added

PLANS: Please destroy sheets A1, A2, E2, E9, F2, F8, F9 and replace with the enclosed sheets, dated 2/13/19 & 2/27/19.

Sheet A1: Section E – Structure, Structure 24-421-200

Quantities for Bid Item 460E0070 “Class A45 Concrete, Bridge Repair” changed from 62.9 to 20.9 CuYd

Sheet A2: Section F – Surfacing

Quantities for Bid Item 110E1010 “Remove Asphalt Concrete Pavement” changed from 5,493 to 6,204 SqYd

Connecting South Dakota and the Nation

Page 2: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,

Quantities for Bid Item 120E0010 “Unclassified Excavation” changed from 12,360 to 12,627 CuYd

Sheet E2: ESTIMATE OF STRUCTURE QUANTITIES

Quantities for Bid Item 460E0070 “Class A45 Concrete, Bridge Repair” changed from 62.9 to 20.9 CuYd

Sheet E9: ESTIMATED QUANTITIES table was revised. Sheet F8: SECTION F ESTIMATE OF QUANTITIES

Quantities for Bid Item 110E1010 “Remove Asphalt Concrete Pavement” changed from 5,493 to 6,204 SqYd

Quantities for Bid Item 120E0010 “Unclassified Excavation” changed from 12,360 to 12,627 CuYd

Sheet F8: TABLE OF UNCLASSIFIED EXCAVATION was revised. Sheet F9: Table of Pipe Culverts and Bridge End Repair was revised.

Sincerely, Sam Weisgram Engineering Supervisor SW/cj CC: Todd Seaman, Rapid City Region Engineer Rich Zacher, Custer Area Engineer

Page 3: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,

REV. 2/12/19 INDEX OF SPECIAL PROVISIONS

PROJECT NUMBER(S): NH 0018(201)62 PCN: 04WL TYPE OF WORK: COLD MILLING ASPHALT CONCRETE, ASPHALT CONCRETE

RESURFACING, CULVERT WORK, & STRUCTURE REPAIR COUNTIES: FALL RIVER, OGLALA LAKOTA The following clauses have been prepared subsequent to the Standard Specifications for Roads and Bridges and refer only to the above described improvement, for which the following Proposal is made. The Contractor’s attention is directed to the need for securing from the Department of Environment & Natural Resources, Foss Building, Pierre, South Dakota, permission to remove water from public sources (lakes, rivers, streams, etc.). The Contractor should make his request as early as possible after receiving his contract, and insofar as possible at least 30 days prior to the date that the water is to be used. Penny Kutz is the official in charge of the Hot Springs Career Center for Fall River, Oglala Lakota Counties. THE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time, dated 2/1/19. Special Provision for On-The-Job Training Program, dated 3/10/16. Special Provision Regarding Section 404 of the Clean Water Act, dated 11/5/18. Fact Sheet #3. Special Provision for Indian Employment and Contracting on the

Pine Ridge Reservation, dated 1/9/19. Special Provision Regarding Railroad Insurance Requirements

for RCP&E Railroad, dated 1/3/19. NOTE: The contractor WILL NOT be granted permission to proceed with any work on

Railroad Right-of-Way until he has been notified by the Railroad that his insurance has been approved and the insurances and certificates has been provided to the SDDOT Area Office.

Special Provision For Working on Railroad Property and Associated Contractor Permits

needed for RCP&E Railroad, dated 1/3/19. Special Provision for Flexible Pavement Smoothness, dated 10/1/18. List of Utilities.

Page 4: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,

Special Provision for South Dakota Electronic Bid System, dated 7/23/18. Special Provision for Contractor Administered Preconstruction Meeting, dated 3/15/16. Fuel Adjustment Affidavit, DOT form 208 dated 7/15. Standard Title VI Assurance, dated 3/1/16. Special Provision For Disadvantaged Business Enterprise, dated 8/14/18. Special Provision For EEO Affirmative Action Requirements on Federal and Federal-aid

Construction Contracts, dated 9/1/97. Special Provision For Required Contract Provisions Federal-aid Construction Contracts, Form

FHWA 1273 (Rev. May/1/12), dated 4/30/13. Required Contract Provisions Federal-aid Construction Contracts, Form

FHWA 1273 (Rev. 5/1/12). Special Provision for Cargo Preference Act, dated 1/20/16. Special Provision Regarding Minimum Wage on Federal-Aid Projects, dated 4/30/13. Wage and Hour Division US Department of Labor Washington DC. - US Dept. of Labor Decision

Number SD180001, dated 4/6/18. Special Provision for Supplemental Specifications to 2015 Standard Specifications for

Roads and Bridges, dated 4/18/18. Special Provision for Errata to 2015 Standard Specifications for

Roads and Bridges, dated 4/4/18. Special Provision for Price Schedule for Miscellaneous Items, dated 6/6/18. Special Provision Regarding Storm Water Discharge to Waters of the United States Within

Indian Reservations, dated 5/3/13. National Pollutant Discharge Elimination System General Permit for Discharges from

Large and Small Construction Activities. http://www.epa.gov/npdes/pubs/cgp2012_finalpermit.pdf

Page 5: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,

Page 1

STATE OF SOUTH DAKOTA DEPARTMENT OF TRANSPORTATION

SPECIAL PROVISION FOR

ON-THE-JOB TRAINING PROGRAM

MARCH 10, 2016

This Training Special Provision supersedes Part II, Nondiscrimination, Section 6, Training and Promotion, paragraph “b” on Page 2 of the Required Contract Provisions Federal-Aid Construction Contracts (FHWA 1273 – Rev. 5/1/2012). PURPOSE The purpose of the On-the-Job (OJT) Program is to provide training in the highway construction industry for minority, female, and economically disadvantaged individuals, hereafter known as the target group. Pursuant to 23 Code of Federal Regulations Part 230, Subpart A, Appendix B – Training Special Provisions, this program provides for on-the-job training aimed at developing full journeyworkers in the type of trade or job classification involved. INTRODUCTION A signature from a bidder on the proposal sheet indicates that the bidder agrees to take part in the OJT Program and to follow the OJT Program Special Provision. Contractors that fail to follow the special provision will be subject to sanctions up to and including revocation of bidding privileges.

In order for the OJT Program to be successful, contractors must follow basic and uniform procedures in training such as, keeping monthly records of trainee progress towards journeyworker status and reporting trainee’s successful completion/termination from the OJT Program. SELECTION OF TRAINING PROGRAM A. The minimum length and type of training for each classification will be as

established in the training program selected by the Contractor and approved by the South Dakota Department of Transportation (Department or SDDOT) and the Federal Highway Administration (FHWA).

B. The Department and FHWA have currently approved one OJT program for use in

South Dakota and that is the OJT program designed and implemented by the

Page 6: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,

Page 2

department. Any trainee who has begun training in the previously approved OJT program will be allowed to transfer to the current approved OJT program.

C. There may be other training programs which some Contractors might wish to

utilize. If the Contractor intends to use such a program to meet the OJT requirements on a federal-aid contract with training requirements, approval or acceptance of such program shall be obtained from the Department and FHWA prior to beginning training on any classification covered by that program.

It is the intention of these provisions that training is to be provided in the construction crafts rather than administrative support type positions or lower level management positions. Training for any job classification not listed in the current OJT program manual may be permitted provided that significant and meaningful training is provided and prior approval is obtained by the Department Civil Rights Office and the FHWA Division office. RECRUITMENT AND SELECTION PROCEDURES A. Prerequisite for Trainees

1. To be qualified for enrollment in the OJT Program, a trainee applicant should be a member of one of the targeted groups (unless an alternate selection is authorized by the Department), must possess basic physical ability for the work to be performed, should have demonstrated qualities of dependability, willingness to learn, ability to understand and follow instructions and an aptitude to maintain a safe work environment.

2. No person shall be employed as a trainee in any classification in which

that person has successfully completed a training course leading to journeyworker status or in which the individual has been employed as a journeyworker. The Contractor should satisfy this requirement by including appropriate questions in the employee application or by other suitable means. Regardless of the method used, the Contractor’s records should document the findings in each case.

B. Licenses Truck driver trainees must possess appropriate driver permits or licenses for the operation of Class A, B, and C trucks. When an instructional permit is used in lieu of a license, the trainee must be accompanied by an operator who:

1. Holds a license corresponding to the vehicle being operated; 2. Has had at least one year of driving experience; and

3. Is occupying the seat next to the driver trainee.

Page 7: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,

Page 3

C. Recruitment

1. Notices and posters setting forth the Contractor’s Equal Employment Opportunity Policy and the availability of training programs will be placed in areas readily accessible to employees, applicants for employment and potential employees.

2. Training and upgrading of minorities, women, and socially and

economically disadvantaged persons toward journeyworker status is the primary objective of this Special Provision. Accordingly, the Contractor shall make every effort to enroll minority trainees, women and disadvantaged persons by conducting systematic and direct recruitment through public and private sources likely to yield minority and female applicants to the extent that such persons are available within a reasonable area of recruitment.

3. Full consideration will be given to upgrading current minority and female

employees. D. Selection

1. The selection and employment of an eligible person by a participating Contractor, in accord with the above Parts A, B, and C, shall qualify the person of the OJT Program.

2. Employment of trainees will be in accordance with the work force

requirements of the Contractor. Each Contractor will hire and train the trainees for use in his own organization.

3. Contractors must follow the registration procedures as set out for the

South Dakota Department of Transportation. An original registration form must be sent to the Department Civil Rights Office for review and approval. In the event that the Department OJT Registration Form(s) are not received by the Civil Rights Office within two weeks of the date the contractor begins significant work on the project, progress payments may be suspended. This suspension will be lifted upon receipt and approval of the form(s).

4. To be acceptable as an economically disadvantaged trainee, the applicant

must meet current disadvantaged guidelines (relative to employment and income) as set out by the United States Department of Labor. These guidelines are available from South Dakota Department of Labor offices and contractors must maintain the necessary documentation on file for review by the department.

5. The Department expects that Contractors will employ minority, female, and disadvantaged persons for all trainee positions assigned through this OJT Special Provision unless such persons are not available within a

Page 8: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,

Page 4

reasonable area of recruitment. The Civil Rights office may withhold approval of any trainee who is not a member of one of the targeted groups unless the Contractor can demonstrate a good faith effort to recruit and select a minority, female, or economically disadvantaged person and was unsuccessful in recruiting from the target group.

DEPARTMENT RESPONSIBILITES The Department (Civil Rights office): A. Will monitor Contractor payrolls and OJT reports for payment of correct wage

rates and for evidence of providing a continuing instructional process. The Civil Rights office will maintain records of Contractor participation in the program; names, and training classifications of trainees and other information necessary to assess program participation and results.

B. Will assist contractors with trainee recruitment, will encourage minority/female

recruitment sources to refer suitable applicants, and will monitor Contractor instructional efforts and record keeping.

C. Reserves the right to do EEO (Equal Employment Opportunity) or OJT reviews on the contractor, at any time without prior notice, to ensure that trainees are getting the proper instruction from their trainer/supervisor.

CONTRACTOR RESPONSIBILITIES The Contractor: A. Will furnish the trainee a copy of the training program to be followed in providing the

training and will provide each trainee graduate with a certificate showing the type of training satisfactorily completed.

B. Will identify all trainees on the registration forms, training reports and project payroll

by proper classification title, (see SDDOT Training program booklet) e.g. heavy duty mechanic, form builder, etc. Do not use coding letters/numbers from the wage scale. On payrolls, contractors must include the designation “trainee” following the job classification title.

C. Will provide a monthly training report to the Department Civil Rights office within

thirty (30) days of the last full pay period of the month on the form supplied by the Department and will use this same form to promptly notify the Department (within thirty days) whenever a trainee leaves the OJT program (voluntarily or involuntarily) or when a trainee completes the program.

Page 9: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,

Page 5

D. Will pay not less than the minimum wage rates as set forth in the specific requirements of the applicable training program and as noted on the copy of the registration form returned to the contractor.

E. Assign the trainee to a skilled craftsman, foreman, supervisor or mentor who will be responsible for the day-to-day training and mentoring of the trainee and who will share the appropriate skills associated with the classification for which the trainee is enrolled. The contractor attests to providing verification, if requested, that the trainee is being trained and is gaining knowledge to achieve full journeyman status by a supervisor/trainer.

F. Shall only count, for credit; hours spent training within the classification for which the

trainee is enrolled. If such classification is not necessary for a period of time or a particular project, the contractor should attempt to continue to employ the trainee by assigning him/her other duties. A percentage of hours worked on other pieces of equipment are required to be counted in the total hours worked. Approximately 25% of other duties can be counted towards graduation.

G. Shall count all hours worked in a training program regardless of whether the work

was in South Dakota or outside the state. For trainees in required training slots, the contractor will only be reimbursed for eligible hours for work performed in South Dakota.

H. Will provide a program orientation to the training foreman, superintendent, and OJT

trainee. This orientation shall include at a minimum, a review of individual responsibilities during the training program and copies of the training syllabus for the job classification.

I. Will instruct the trainee in safe and healthful work practices and shall ensure that the

trainee is trained in facilities and other environments that are in compliance with all applicable safety and health laws and regulations of the United States and the State of South Dakota.

J. Provide the trainee a copy of the training program to be used. The contractor must

also designate the employee as a “trainee” on weekly certified payrolls. The contractor is responsible for ensuring that proper training is taking place on the job by meeting with the supervisor/foreman of the project that the trainee is working.

K. In the event that a contractor may be unable to fill the required trainee slot during the

current construction season, the Civil Rights Compliance Officer must be notified and contacted by December 1 of the current construction season. Proper documentation must be provided as to why the trainee position was not filled, such as project carry-over until next year.

L. Certify the trainee hours and be able to show that the trainee is receiving the proper

training for their classification. Failure to do so may result in project sanction.

Page 10: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,

Page 6

M. Is expected to begin training trainees on a project as soon as feasible after the start of work utilizing the job classification involved. After training has started the contractor should strive to provide monitoring efforts to retain and successfully train employees.

ADDITIONAL APPLICABLE PROVISIONS A. The minimum number of hours of training to be provided on this project is as

specified in the bid documents. The Contractor shall select whatever training classification specified in the current training program that best meet his employment needs and training hours and minimum wage shall be in accord with that classification.

B. For the purposes of bidding required trainee slots each trainee is assigned a bid quantity of 500 hours. For example if there is 1000 hours in the bidding documents, that is requiring 2 trainees. The contractor has the option to register multiple trainees to fulfill the training requirement. For example if there is a 1000 hour bid quantity, which equals 2 required trainees, the contractor could have three or more trainees registered in the program as long as there enough work for additional trainees to successfully complete the curriculum and not exceed the allowable ratio of trainees to journeyworkers (generally considered to fall between 1:10 or 1:4)

C. Please note that 500 hours for each training slot is for bidding purposes only. If a contractor does not achieve the bid quantity on a project, there is no penalty as long as a good faith effort was made to fulfill the training requirement. Also the contractor is not limited to just the bid quantity for reimbursement. If the total hours achieved on a project is higher than the bid quantity, the contractor will be reimbursed for all hours worked. For example if the bid quantity is 1000 hours and the total hours of the trainees are 1450 hours, the contractor will receive reimbursement for 1450 hours.

D. Registration and reporting requirements shall be as set forth in the program

documents; printed instructions and this provision. E. Contractors using the current training program may meet the training obligations

by either 1) enrolling a new trainee in one of the classifications, or 2) using a trainee currently enrolled in one of the current training program classifications, provided that person has sufficient training hours remaining to meet the minimum project requirements as specified in bid documents. In either case, prospective trainees must meet the program requirements as set forth in “Recruitment and Selection Procedures” above.

F. The department is responsible for long term maintenance of records regarding

trainee registration in various training classifications and for total trainee hours as provided by one or more contractors.

Page 11: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,

Page 7

WAGE RATES A. Minimum wage rates shall be in accord with program requirements for each

classification and trainee placement within the training hours requirement. In no case shall the minimum wage be less than the common laborer classification of the applicable wage rate information contained in the bid documents. Where applicable, trainees shall be paid full fringe benefit amounts.

B. At the completion of the OJT program, the trainee shall receive the wages of a

skilled journeyworker for that specific classification. C. For the purpose of the OJT program, a quarter of the program is twenty-five

percent (25%) of the training hours credited to the trainee for a particular classification and does not represent three months of the year. Other wage benchmarks are calculated in a similar manner.

BASIS OF PAYMENT A. All program reimbursements will be made directly to the Contractor at the project

conclusion. The Contractor will be paid, as reimbursement for the extra cost involved in providing the training, the amount per training hour bid for the item “Training” for each hour of training provided and reported.

B. All hours of onsite and approved offsite training provided in accordance with the approved program and this provision and as shown in trainee reports and on project payrolls will be credited as trainee hours for purpose of contract payment.

C. No payment will be made to the Contractor if either the failure to provide the

required training, or the failure to hire the trainee as a journeyworker, is caused by the Contractor and evidences a lack of good faith on the part of the Contractor in meeting the requirements of this Special Provision.

D. Liquidated damages will be assessed the contractor for failure to make a good

faith effort to enroll the number of trainees necessary to meet the training requirements of this Special Provision. For each trainee slot left unfilled, damages will be assessed at the rate of 100% of the bid amount for the training item times the minimum number of hours specified in the item quantity. For each trainee for whom contractor training is determined to be inadequate and which evidences a lack of good faith to fulfill the training requirements, damages will be assessed at the rate of 100% of the bid amount for the training item times the minimum number of hours specified in the item quantity.

E. Failure to furnish required documents and reports in the manner and time

specified may result in forfeiture of all or a portion of the amounts due the Contractor for reimbursement for training.

*****

Page 12: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,
Page 13: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,

PROJECT STATE OF

SOUTH DAKOTA

SHEET

TOTAL SHEETS

Section C - Traffic Control

Section D - Erosion Control

Section E – Structure Structure 24-421-200

Section E – Structure Structure 24-475-200

Section E – Structure Structure 57-060-358

Alternate A

Alternate B

BID ITEM

NUMBER ITEM QUANTITY UNIT

420E0200 Structure Excavation, Box Culvert 47 CuYd

421E0200 Box Culvert Undercut 189 CuYd

560E2074 2-8'x6' Precast Concrete Box Culvert, Furnish 82.0 Ft

560E2075 2-8'x6' Precast Concrete Box Culvert, Install 82.0 Ft

560E3074 2-8'x6' Precast Concrete Box Culvert End Section, Furnish 2 Each

560E3075 2-8'x6' Precast Concrete Box Culvert End Section, Install 2 Each

700E0210 Class B Riprap 51.9 Ton

831E0110 Type B Drainage Fabric 64 SqYd

Section E – Structure Structure 57-133-360

Revised 02/27/2019 GDS

INDEX OF SHEETS A1 and A2 Estimate of Quantities for Sections C, D, E, F, and

M A3 to A5 Environmental Commitments

ESTIMATE OF QUANTITIES AND ENVIRONMENTAL COMMITMENTS

NH 0018(201)62 A1 A5

Page 14: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,

PROJECT STATE OF

SOUTH DAKOTA

SHEET

TOTAL SHEETS

Section F – Surfacing

Alternate A

Alternate B

#Revised 2/13/2019 GDS

Section M - Pavement Marking

SPECIFICATIONS Standard Specifications for Roads and Bridges, 2015 Edition and Required Provisions, Supplemental Specifications, and Special Provisions as included in the Proposal.

NH 0018(201)62 A2 A5

Page 15: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,

PROJECTNO. SHEETS

SHEET TOTALSTATE

S.D.

OF

2 10OF

DESIGNED BY

BRIDGE ENGINEER

DRAFTED BYCK. DES. BY

04WLRA02FRIV04WL

FOR

STR. NO. 24-421-200

ESTIMATE OF STRUCTURE QUANTITIES AND NOTES

EJA CM

NOVEMBER 2018

EJA

NH 0018(201)62

163' - 6" I BEAM BRIDGE

Revised 02/27/2019 CM

E2 E33

Page 16: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,

PROJECTNO. SHEETS

SHEET TOTALSTATE

S.D.

OF

04WLRB07FRIV04WL

DRAFTED BYDESIGNED BY

BRIDGE ENGINEER

STR. NO. 24-421-200

7 10

S. D. DEPT. OF TRANSPORTATION

OF

FOR

30' - 0'' ROADWAY

CK. DES. BY

NOVEMBER 2018

0

SEC. 7/18-T10S-R8E

NH 0018(201)62

NH 0018(201)62

SEC. A - A

SEC. B - B

SEC. C - C SEC. D - D

the Bid Item ''Install Dowel in Concrete''.

PHASE I PHASE 2

PHASE I PHASE 2

Cu. Yd.

Each

Lb.

Mk. No. Size Length Type Bending Details

NOTES:

B3

B4

D1

D2

4

6

6

4

A2

B1

B2

4

4

4

Str.

19A

Str.

PH

AS

E I

12

12

6' - 7''

4' - 10''

4A1

6

2

4

4

REINFORCING SCHEDULE

ESTIMATED QUANTITIES

ITEM UNIT QUANTITY QUANTITY

6''

8''A2

A1

1' - 7''

2' - 7''

A1

A2

Type T2

Type 19A

3' - 6''B4

123

B3

B4

D1

D2

4

6

6

4

A2

B1

B2

4

4

4

PH

AS

E II

12

12

4A1

6

2

4

4

Type 1A

1' - 9''

3'' RD

1

4' - 11''

7' - 3''

5' - 3''

2' - 6''

3' - 5''

T2

T2

Str.

Str.

1A

T2

T2

Str.

Str.

Str.

19A

1A

Str.3' - 5''

2' - 6''

4' - 10''

5' - 3''

6' - 7''

7' - 3''

4' - 11''

Remove Bridge Railing

Class A45 Concrete, Bridge Repair

Install Dowel in Concrete

Epoxy Coated Reinforcing Steel

Ft.

Does not include the following quantities for D1 & D2 bars as these are paid for in

(5-Bolt Insert Plate Assembly not shown)

SEC. E - E

LC

''215 ''2

14

''8

34

2' - 10''1' - 10''

11''

4''

1' - 2''

9''

''832

Varies

Top of Existing Overlay (Typ.)

B4

B2 D2

D3

4''

1' - 2''

B4

B2 Salvage Existing C1 Bars

B3

Bend both legs.

Salvage existing C1 bars.

A2

B1

Varies

B2

B3

A2

4''

1' - 2''

2' - 10''1' - 10''

9''

"432 "4

34

B1

A1

D1

Existing C1 Bars

D3

D3

10''

4

4

2

2

2' - 8''

2' - 8''

Str.

Str.

120 120

881 881

456 Lb. 456 Lb.

KR/EJA

55' - 7''

55' - 7''

CM

or as approved by the Engineer to miss existing resteel.

the spacing can be shifted 2" longitudinally, 1" transversely,

If existing resteel is struck while drilling holes for D1 or D2 dowels,

Use this sheet in conjunction with Sheet No. 6 of 10.

NOTES:

2''

10''

1' - 9''

Top of Existing Overlay (Typ.)

2' - 8''

min. at barrier

Joint between barrier and deck (Typ.)

curb and deck and Finished Construction

Existing Construction Joint between original

Top of Existing Overlay (Typ.)

between original curb and deck.

Existing Construction Joint

1' - 0''

2' - 8''

min. at barrier

163' - 6'' I BEAM BRIDGE

OVER HORSEHEAD CREEK

FALL RIVER COUNTY

EXISTING CURB & RAIL

Removal of Existing Bridge Rail.

Remove existing bridge railing, see notes on

5 - Bolt Insert Plate Assembly

provide 2'' of clear cover.

existing D bars to

Cutoff horizontal leg of

existing D bars.

Cutoff vertical legs of

10"10"

B1

Existing D Bar

Existing D Bar

B1

Existing D Bars

116

116

100

100

163.5 163.5

See Standard Plate No. 630.92

(For Both Barriers)

front face of curb.

Cut existing D bars to maintain 2'' clear cover on

Existing bars to be cutoff within the concrete breakout limits.

Cut existing C1 bars at Concrete Breakout line.

Existing bars to be cutoff within the concrete breakout limits.

into new section.

Cutoff and salvage existing D bars to provide 1' - 6'' extension

Existing bars to be cutoff within the concrete breakout limits.

D1 and D2 are to be drilled in and grouted with epoxy.

on front face of curb.

Bend Existing Bars where necessary to maintain 2'' clear cover

ENDBLOCK AND RAIL MODIFICATION DETAILS

EJA

10 10

Min. Lap = 1' - 3'' All dimensions are out to out of bars.

All bars are epoxy coated.

Dowels

Revised 02/27/2019 CM

E9 E33

Page 17: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,

PROJECT STATE OF SOUTH

DAKOTA

SHEET

TOTAL SHEETS

SECTION F ESTIMATE OF QUANTITIES

ALTERNATE A

ALTERNATE B

UTILITIES The Contractor shall be aware that the existing utilities shown in the plans were surveyed prior to the design of this project and might have been relocated or replaced by a new utility facility prior to construction of this project, might be relocated or replaced by a new utility facility during the construction of this project, or might not require adjustment and may remain in its current location. The Contractor shall contact each utility owner and confirm the status of all existing and new utility facilities. The utility contact information is provided elsewhere in the plans or bidding documents.

Revised 2/13/2019 GDS

SUBSURFACE INVESTIGATION A copy of the surfacing/subgrade investigation for this project is available from the Rapid City Region and Custer Area offices. TRAFFIC DIVERSIONS The traffic diversions are located at MRM’s. 70.624, 70.679, 73.180 and 80.129. The traffic diversions will be constructed according to Section 4.5 A of the Specifications. Installation and removal of the traffic diversions will meet all requirements as set forth in the South Dakota Surface Water Quality Standards. The traffic diversions located at MRM 80.129, will be constructed according to the Traffic Diversions for Box Culvert Installation details shown in the plans with the temporary drainage structure provided in the following table. The temporary structure sizes are designed to pass the design flood frequency flows without overtopping the traffic diversion grade, to minimize potential upstream flooding, and are sized to meet FEMA (Federal Emergency Management Agency) requirements where applicable. The structure(s) will be placed at the flowline elevation and location as stated in the “Table of Temporary Drainage Structures in Traffic Diversions”. If the Contractor proposes to use a different size drainage structure and/or a different geometric layout for the temporary diversion, the proposal must be submitted to the Engineer during the project preconstruction meeting. This information will be forwarded to the DOT Hydraulics Office for review. Construction of the traffic diversion(s) will not be allowed until approval of the proposal is obtained from the Hydraulics Office.

Table of Temporary Drainage Structures in Traffic Diversions

Traffic Diversion Location

Design Flood

Frequency

* Flowline Elevation

Temporary Structure Option 1

57-060-358 2 year 3018.5 1-48” CMP * The flowline elevation is at the inlet elevation of the traffic diversion. The traffic diversions located at MRM’s. 70.624, 70.679, and 73.180 will be constructed in accordance with the Typical Section for Traffic Control Diversion for Installation of Pipe or Box Culver shown in the plans. The temporary drainage structure size shall be adequate to reduce the potential for upstream flooding. The Contractor will be responsible for sizing the temporary drainage structure for these crossings. Costs to provide temporary drainage structures will be incidental to the contract lump sum price for Maintenance of Traffic Diversion(s).

NH 0018(201)62 F2 F81

Page 18: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,

PROJECT STATE OF SOUTH

DAKOTA

SHEET

TOTAL SHEETS

MAINLINE CROSS PIPE REPLACEMENT Culverts shown in the pipe culvert undercut table shall be installed in accordance with the following notes and as shown on the Pipe Installation Detail. This work shall be completed prior to beginning cold milling on the project. After the existing pipe has been removed, the new pipe culvert shall be undercut to a minimum depth of 1 foot. The depth of undercut is an estimate and the actual depth necessary shall be determined during construction. The Engineer will determine how much undercut shall be done in accordance with Section 421 of the Specifications, but will not reduce the undercut to less than 1 foot in depth. Material for backfilling the undercut area shall conform to the gradation requirements of Base Course or Gravel Cushion in Section 882. If groundwater is encountered during construction, the select fill material for backfilling the undercut area and Class B Bedding shall conform to the gradation requirements of Box Culvert Undercut Backfill. All other requirements of Section 421 shall apply. Pipe culverts will be bedded in accordance with Section 450.3 F.2, Class B Bedding with the following exceptions. The excavated area shall extend 2 feet from the outermost diameter on both sides of the pipe with the back of the excavated area being sloped 2:1 upward to the top of the roadway surface. Select fill material for Class B Bedding will conform to the gradation requirements of Base Course or Gravel Cushion in Section 882. After the minimum testing requirements of M.S.T.R Section 4.1.F.3.a.1 (SDDOT Materials Manual) have been met, the minimum density testing requirements shall be one test per zone. Each zone shall be 2 feet in depth. Moisture testing shall remain as per M.S.T.R. The remainder of the pipe culvert excavation shall be backfilled with soils taken from the pipe removal excavation or other suitable material as approved by the Engineer. The backfill will be benched into 2:1 excavation slope. Compaction of the backfill material shall be governed by the Specified Density Method. After the new pipe has been backfilled to the top of the subgrade, a 12’” depth of Base Course and 6” (2-3” lifts) depth of asphalt concrete composite shall be placed as a patch matching the existing asphalt concrete. All costs to remove and dispose of asphalt concrete pavement, including full depth saw cutting of the asphalt concrete pavement, shall be incidental to the contract unit price per square yard to Remove Asphalt Concrete Pavement. Material for pipe undercut backfill shall be incidental to the contract unit price per ton for Base Course. Pipe Culvert Undercut shall be paid for at the contract unit price per cubic yard for Pipe Culvert Undercut. The bedding sand and the excavation necessary for pipe installation shall be incidental to the contract unit price per foot for the corresponding pipe installation bid items. The cost for asphalt concrete composite installed over the pipe replacement shall be paid for at the contract unit price per ton for Asphalt Concrete Composite.

EXCAVATION FOR REINFORCED CONCRETE BOX CULVERT Included in the quantity of Unclassified Excavation are 1300 cubic yards of excavation for installation of the reinforced concrete box culvert. All work necessary to excavate a trench for installation of reinforced concrete box culverts including labor, equipment, and incidentals shall be incidental to the contract unit price per cubic yard for Unclassified Excavation. Payment for excavation of reinforced concrete box culverts shall be based only on plans quantity and measurement of these excavation quantities during construction shall not be performed. The excavation quantities for installation of reinforced concrete box culverts are not included with the earthwork balance quantities on the plans profile sheets. The quantities computed for excavation of the reinforced concrete box culverts are based on the limits shown in the drawing below.

TABLE OF UNCLASSIFIED EXCAVATION MRM

Deep Pipe and Box Culvert

Quantity (CuYd)

Traffic Diversion

Excavation Quantity (CuYd)

Bridge Approach Repair Str. No.

24-421-200 (CuYd)

70.624 2600 815 70.679 2600 815 73.180 2600 815 80.129 1300 815 62.82 267

Total: 9100 3260 267

Grand Total: 12627 PIPE CULVERT UNDERCUT Pipe culvert undercut may be required for this project. The Engineer will determine which pipe shall be undercut in accordance with Section 421 of the Specifications. If pipe culvert undercut is required, the table below contains the rate for one-foot depth of pipe culvert undercut per foot of pipe length. When calculating pipe culvert undercut, the length of pipe ends should be included in the overall pipe length. The table includes undercut for 36 inch and larger pipe culverts. The depth of undercut is an estimate and the actual depth necessary shall be determined during construction. Pipes listed may or may not require undercutting and pipes not listed may require undercutting. The Engineer will determine which pipe shall be undercut in accordance with Section 421 of the Specifications.

Revised 2/13/2019 GDS

Table of Pipe Culvert Undercut

Undercut

DepthQuantity

MRM (Ft) (CuYd)

68.570 1 44

68.928 1 37

70.624 1 34

70.679 1 30

73.180 1 29

74.167 1 13

74.984 1 24

79.036 1 26

79.683 1 39

83.664 1 30

84.070 1 16

85.096 1 22

85.184 1 13

85.283 1 12

Total 369 The table below contains the rate for one-foot depth of pipe culvert undercut per foot of pipe length and should be used as an aid in determining the actual amount of undercut to be performed during construction. The table is derived from the drawing below and conforms to the Specifications. When calculating pipe culvert undercut, the length of pipe ends should be included in the overall pipe length. Storm sewer and approach pipes do not require undercutting unless specified otherwise in these plans.

Pipe Diameter

(In)

Round Pipe Undercut Rate

for 1’ Depth (CuYd/Ft)

Arch Pipe Undercut Rate

for 1’ Depth (CuYd/Ft)

24 0.2407 0.2577

30 0.2623 0.2847

36 0.2840 0.3110

42 0.3056 0.3337

48 0.3272 0.3596

54 0.3488 0.3827

60 0.3704 0.4105

66 0.3920 ---

72 0.4136 0.4630

78 0.4352 ---

84 0.4568 0.5123

90 0.4784 ---

NH 0018(201)62 F8 F81

Page 19: Department of Transportationapps.sd.gov/HC65C2C/EBS/lettings/Addendums/04WLAddendum_1.pdfTHE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time,

PROJECT STATE OF SOUTH

DAKOTA

SHEET

TOTAL SHEETS

PIPE CULVERT UNDERCUT (CONTINUED)

CONTRACTOR FURNISHED BORROW EXCAVATION The Contractor will provide a suitable site for Contractor furnished borrow excavation material. The Contractor is responsible for obtaining all required permits and clearances for the borrow site. The borrow material will be approved by the Engineer. The plans quantity for Contractor Furnished Borrow Excavation as shown in the Estimate of Quantities will be the basis of payment for this item. Restoration of the Contractor furnished borrow excavation site will be the responsibility of the Contractor.

Revised 2/13/2019 GDS

Table of Pipe Culverts and Bridge End Repair

Location L W

Remove

Asphalt

Concrete

Remove

Pipe

Culvert

Remove

Pipe End

Section

24" RCP

Class 2,

Furnish

24" RCP

Class 3,

Furnish

24" RCP

Class 4,

Furnish

24"

RCP,

Install

24" RCP

Sloped

End,

Furnish

24" RCP

Sloped

End,

Install

30" RCP

Class 2,

Furnish

30"

RCP,

Install

30" RCP

Sloped

End,

Furnish

30" RCP

Sloped

End,

Install

42" RCP

Class 2,

Furnish

42"

RCP,

Install

42" RCP

Flared

End,

Furnish

42" RCP

Flared

End,

Install

48" RCP

Arch

Class 2,

Furnish

48" RCP

Arch,

Install

48" RCP

Arch

Flared

End,

Furnish

48" RCP

Arch

Flared

End,

Install

66" RCP

Class 2,

Furnish

66"

RCP,

Install

66" RCP

Flared

End,

Furnish

66" RCP

Flared

End,

Install

Type 2

Object

Marker

Back to

Back

PVC

Coated

Bank and

Channel

Protection

Gabion

Type B

Drainage

Fabric

MRM (Ft) (Ft) (SqYd) (Ft) (Each) (Ft) (Ft) (Ft) (Ft) (Each) (Each) (Ft) (Ft) (Each) (Each) (Ft) (Ft) (Each) (Each) (Ft) (Ft) (Each) (Each) (Ft) (Ft) (Each) (Each) (Each) (CuYd) (SqYd)

68.570 40 32 142 120 4 120 120 4 4 4 12.0 34

68.928 60 32 213 94 2 94 94 2 2 4 17.0 47

70.624 230 32 818 134 2 68 30 40 138 2 2 2 4.5 15

70.679 230 32 818 118 2 78 38 116 2 2 2 4.5 15

70.853 2 8.0 25

70.907 2 8.0 25

73.180 230 32 818 118 2 60 58 118 2 2 2 4.5 15

74.167 50 32 178 52 2 50 50 2 2 2 4.5 15

74.984 60 32 213 96 2 88 88 2 2 2 6.0 19

79.036 70 32 249 104 2 104 104 2 2 2 4.5 15

79.683 70 32 249 154 2 160 160 2 2 2 4.5 15

80.129 230 32 818 2

83.664 70 32 249 96 2 96 96 2 2 4 10.0 29

84.070 50 32 178 32 2 64 64 2 2 2 4.5 15

85.096 60 32 213 88 2 88 88 2 2 2 4.5 15

85.184 50 32 178 60 2 54 54 2 2 2 4.5 15

85.283 45 32 160 46 2 48 48 2 2 2 4.5 15

62.820 Brige End Repair Str. No. 24-421-200 711

Total 6204 1312 30 774 126 40 940 20 20 88 88 2 2 96 96 2 2 120 120 4 4 94 94 2 2 40 106.0 329

NH 0018(201)62 F9 F81