Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings ›...

18
Department of Transportation Office of Project Development 700 E Broadway Avenue Pierre, South Dakota 57501-2586 605/773-3268 FAX: 605/773-2614 February 5, 2019 ADDENDUM NO. 3 RE: Item #3, February 6, 2019 Letting - NH 0115(48)76, PCN 0214, Lincoln County - Grading, Box Culvert, PCC Surfacing, Curb & Gutter, Storm Sewer, Traffic Signals and Lighting 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 2/4/19. Please remove the “Special Provision for Contract Time”, dated 9/26/18 and replace with the “Special Provision for Contract Time”, dated 2/4/19. 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. Bid Items were added: Bid Item 110E5110 “Salvage Signal Equipment” Bid Item 634E0915 “Short Term Temporary Traffic Control Signal” Bid Items were removed: Bid Item 634E0900 “Portable Temporary Traffic Control Signal” PLANS: Please destroy sheets A1, C1, C2, C3, and C4 and replace with the enclosed sheets, dated 4-February-2019 & 02/04/2019. Sheet A1: Bid Items were added: Bid Item 110E5110 “Salvage Signal Equipment” Bid Item 634E0945 “Short Term Temporary Traffic Control Signal” Bid Items were removed: Bid Item 634E900 “Portable Temporary Traffic Control Signal” Sheet C1: INDEX OF SHEETS was revised. Sheet C2: Bid Items were added: Bid Item 110E5110 “Salvage Signal Equipment” Bid Item 634E0945 “Short Term Temporary Traffic Control Signal” Connecting South Dakota and the Nation

Transcript of Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings ›...

Page 1: Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings › Addendums › 0214Addendum_3.pdfConnecting South Dakota and the Nation. Bid Items were removed:

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

February 5, 2019 ADDENDUM NO. 3

RE: Item #3, February 6, 2019 Letting - NH 0115(48)76, PCN 0214, Lincoln County - Grading, Box Culvert, PCC Surfacing, Curb & Gutter, Storm Sewer, Traffic Signals and Lighting

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 2/4/19.

Please remove the “Special Provision for Contract Time”, dated 9/26/18 and replace with the “Special Provision for Contract Time”, dated 2/4/19.

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.

Bid Items were added: Bid Item 110E5110 “Salvage Signal Equipment” Bid Item 634E0915 “Short Term Temporary Traffic Control Signal” Bid Items were removed: Bid Item 634E0900 “Portable Temporary Traffic Control Signal”

PLANS: Please destroy sheets A1, C1, C2, C3, and C4 and replace with the enclosed sheets,

dated 4-February-2019 & 02/04/2019.

Sheet A1: Bid Items were added: Bid Item 110E5110 “Salvage Signal Equipment” Bid Item 634E0945 “Short Term Temporary Traffic Control Signal” Bid Items were removed: Bid Item 634E900 “Portable Temporary Traffic Control Signal”

Sheet C1: INDEX OF SHEETS was revised.

Sheet C2: Bid Items were added:

Bid Item 110E5110 “Salvage Signal Equipment” Bid Item 634E0945 “Short Term Temporary Traffic Control Signal”

Connecting South Dakota and the Nation

Page 2: Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings › Addendums › 0214Addendum_3.pdfConnecting South Dakota and the Nation. Bid Items were removed:

Bid Items were removed: Bid Item 634E900 “Portable Temporary Traffic Control Signal”

Sheet C3: SALVAGE SIGNAL EQUIPMENT and SHORT TERM TEMPORARY TRAFFIC

CONTROL SIGNAL notes were added. Sheet C4: PORTABLE TEMPORARY TRAFFIC CONTROL SIGNAL heading was revised to

SHORT TERM TEMPORARY TRAFFIC CONTROL SIGNAL. Sheets C18a-C18d: The existing span wire mounted traffic signal layouts were added. Sincerely, Sam Weisgram Engineering Supervisor SW/cj CC: Craig Smith, Mitchell Region Engineer Travis Dressen, Sioux Falls Area Engineer

Page 3: Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings › Addendums › 0214Addendum_3.pdfConnecting South Dakota and the Nation. Bid Items were removed:

REV. 2/4/19 INDEX OF SPECIAL PROVISIONS

PROJECT NUMBER(S): NH 0115(48)76 PCN: 0214 TYPE OF WORK: GRADING, STRUCTURES (RCBC), PCC SURFACING, CURB & GUTTER,

STORM SEWER, TRAFFIC SIGNALS, AND LIGHTING COUNTY: LINCOLN 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. Greg Johnson is the official in charge of the Sioux Falls Career Center for Lincoln County. THE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time, dated 2/4/19. Special Provision Regarding Triple Combination Bids, dated 12/17/18. Special provision Regarding Right of Entry/Work Limits, dated 10/2/18. Special Provision for Subletting of Contract, dated 9/6/18. Special Provision for Prosecution and Progress, dated 9/7/16. Special Provision for Cooperation by Contractor and Department, dated 8/17/17. Special Provision Regarding Section 404 of the Clean Water Act, dated 7/25/17. Fact Sheet #23. Special Provision for Construction Practices in Streams Inhabited by the

Topeka Shiner, dated 8/29/18. Special Provision for Contractor Furnished Mix Design for PCC

Pavement, dated 8/30/18. Special Provision for Contractor Staking with Machine Control Grading Option, dated

9/5/18.

Page 4: Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings › Addendums › 0214Addendum_3.pdfConnecting South Dakota and the Nation. Bid Items were removed:

Special Provision for Battery Backup System for Traffic Signal, dated 12/13/17. Special Provision for Durable Pavement Markings, dated 12/13/17. List of Utilities. 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. l 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, dated 5/8/18. General Permit for Storm Water Discharges Associated with Construction

Activities, dated 4/1/18. http://denr.sd.gov/des/sw/IPermits/ConstructionGeneralPermit2018.pdf

Page 5: Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings › Addendums › 0214Addendum_3.pdfConnecting South Dakota and the Nation. Bid Items were removed:

STATE OF SOUTH DAKOTADEPARTMENT OF TRANSPORTATION

SPECIAL PROVISIONFOR

CONTRACT TIME

PROJECT NH 0115(48)76, PCN 0214LINCOLN COUNTY

FEBRUARY 4, 2019

August 16, 2019 Interim Completion Requirements (Phase 1 and 2)

The Contractor will complete the required work for the Phase 1 and Phase 2 portions of the project by the August 16, 2019 interim completion date. The Department will consider the required work for the Phase 1 and Phase 2 portions of the project complete when all mainline paving is complete, all lanes are opened to unimpeded traffic, and all work is completed except the following:

Installation of lighting and traffic signals, permanent pavement markings, placement of granular base for shared use path, asphalt surfacing for shared use path, and permanent erosion control measures

Phase 2 Calendar Day Count for Interim Completion

In addition to the August 16, 2019 interim completion date, the Contractor will complete the required work in the Phase 2 portion of the project within 40 calendar days. The Department will begin to count calendar days when the Contractor begins work. The Department will temporarily stop counting calendar days when the intersection is rebuilt, surfaced with gravel, and open to traffic. The Department will resume counting calendar days when concrete paving begins and the Contractor closes the intersection. The Department will continue to count calendar days until the required work is completed as detailed above. The Department will count calendar days in accordance with Section 8.6 B.

If the Contractor does not complete the required work in the Phase 2 portion of the project within the calendar day completion requirement, the Department will make a disincentive assessment in the amount of $3000 per calendar day. The Department will count calendar days in accordance with Section 8.6 B.

In addition to the disincentive for the Phase 2 calendar day count completion requirement, if the Contractor does not complete the required work in the Phase 1 or Phase 2 portions of the project by the August 16, 2019 interim completion date, the Department will make

Page 6: Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings › Addendums › 0214Addendum_3.pdfConnecting South Dakota and the Nation. Bid Items were removed:

a disincentive assessment in the amount of $3000 per calendar day. The Department will count calendar days in accordance with Section 8.6 B.

November 15, 2019 Interim Completion Requirements (Phase 1, 2, 4, and 5)

The Contractor will substantially complete the Phase 1, 2, 4, and 5 portions of the project by the November 15, 2019 interim completion date.

The Department will consider the work in the Phase 1, 2, 4, and 5 portions of the project substantially complete when all mainline paving is complete, all lanes are opened to unimpeded traffic, lighting and traffic signals are installed, and all work is completed except the following:

Permanent pavement markings, placement of granular base for shared use path, asphalt surfacing for shared use path, and permanent erosion control measures

If the Contractor does not substantially complete the Phase 1, 2, 4, or 5 portions of the project by the November 15, 2019 interim completion date, the Department will make a disincentive assessment in the amount of $3000 per calendar day. The Department will count calendar days in accordance with Section 8.6 B.

In addition to the disincentive assessment for interim completion, if the Contractor does not substantially complete the Phase 1, 2, 4, and 5 portions of the project by the November 15, 2019 interim completion requirement, the Department will assess liquidated damages in accordance with Section 8.8 (Table A). The Department will assess liquidated damages for each calendar day the work (project) is late until the Contractor substantially completes the work. The Department will count calendar days in accordance with Section 8.6 B.

Following the substantial completion of the Phase 1, 2, 4, and 5 portions of the project, the Department will allow single lane closures for the completion of the remaining items of work (including, but not limited to, permanent pavement markings, placement of granular base for shared use path, asphalt surfacing for shared use path, and permanent erosion control measures). The Department will allow single lane closures during daylight hours only and only when the Contractor is actively performing work. Daylight hours will be defined as sunrise to sunset.

September 11, 2020 Interim Completion Requirements (Phase 3 and 6)

The Contractor will substantially complete the Phase 3 and 6 portions of the project by the September 11, 2020 interim completion date.

The Department will consider the work in the Phase 3 and 6 portions of the project substantially complete when all mainline paving is complete, all lanes are opened to unimpeded traffic, and all work is completed except the following:

Page 7: Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings › Addendums › 0214Addendum_3.pdfConnecting South Dakota and the Nation. Bid Items were removed:

Permanent pavement markings, placement of granular base for shared use path, asphalt surfacing for shared use path, lighting, and permanent erosion control measures

Phase 3 Calendar Day Count for Interim Completion

In addition to the September 11, 2020 interim completion date, the Contractor will substantially complete the Phase 3 portion of the project within 40 calendar days. The Department will begin to count calendar days when the Contractor begins work. The Department will temporarily stop counting calendar days when the intersection is rebuilt, surfaced with gravel, and open to traffic. The Department will resume counting calendar days when concrete paving begins, and the intersection becomes closed. The Department will continue to count calendar days until the Contractor substantially completes Phase 3 of the project as detailed above. The Department will count calendar days in accordance with Section 8.6 B.

If the Contractor does not substantially complete the Phase 3 portion of the project within the calendar day count completion requirement, the Department will make a disincentive assessment in the amount of $3000 per calendar day. The Department will count calendar days in accordance with Section 8.6 B.

In addition to the disincentive for the Phase 3 calendar day count completion requirement, if the Contractor does not complete the required work in the Phase 3 or Phase 6 portions of the project by the September 11, 2020 interim completion date, the Department will make a disincentive assessment in the amount of $3000 per calendar day. The Department will count calendar days in accordance with Section 8.6 B.

Following the substantial completion of the Phase 3 and 6 portions of the project, the Department will allow single lane closures for the completion of the remaining items of work (including, but not limited to, installation of lighting and permanent traffic signals, permanent pavement markings, placement of granular base for shared use path, asphalt surfacing for shared use path, and permanent erosion control measures). The Department will allow single lane closures during daylight hours only and only when the Contractor is actively performing work. Daylight hours will be defined as sunrise to sunset.

Field Work Completion

The Contractor will complete the project by the November 6, 2020 field work completion date.

The Contractor will complete all work on the project prior to the field work completion requirement. If the Contractor does not complete all work by the field work completion requirement, the Department will assess liquidated damages in accordance with Section 8.8. The Department will assess liquidated damages for each calendar day the work (project) is late until the Contractor completes all field work.

Page 8: Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings › Addendums › 0214Addendum_3.pdfConnecting South Dakota and the Nation. Bid Items were removed:

In the event the Contractor does not complete all field work on time, the Department will count calendar days in accordance with Section 8.6 B.

Time Extensions

In order to avoid or reduce liquidated damage and disincentive assessments, the Contractor may request a time extension for any calendar day count completion requirement, any interim completion requirement, the field work completion requirement, or all completion requirements. The Department will consider these time extension requests using the same considerations that apply when granting an extension of contract time under Section 8.7, except extra work or an increase in quantities will not qualify for an extension of time based solely on a proportional increase in the contract amount.

Expected Adverse Weather Days

The Department has provided Attachment 1 for information purposes only as a guide to bidders. This table depicts the typical number of adverse weather days expected for any given month, based on historical records. The Department will consider this project a grading project in Zone 6.

The Department will consider expected adverse weather days cumulative in nature over the time period when the Contractor is actively pursuing completion of the work. The Department will not consider adverse weather days during an extended period of time when the Contractor is not pursuing completion of the work. When considering a time extension for a calendar day count completion requirement, interim completion requirement, substantial completion requirement, field work completion requirement, or all completion requirements, the Engineer will compare the total number of expected adverse weather days against the total number of actual adverse weather days for the time period during which the work was being completed.

* * * * *

Page 9: Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings › Addendums › 0214Addendum_3.pdfConnecting South Dakota and the Nation. Bid Items were removed:

ATTACHMENT 1

Figure A - Expected Adverse Weather Days for South Dakota

Table 1 - Expected Adverse Weather Days for South Dakota

Zone 1 Zone 2 Zone 3 Zone 4 Zone 5 Zone 6 Zone 1 Zone 2 Zone 3 Zone 4 Zone 5 Zone 6Jan 18 18 16 16 22 24 18 18 15 16 21 23Feb 19 18 12 14 19 21 19 18 12 14 19 21Mar 12 10 9 8 11 13 12 10 9 8 10 12Apr 6 5 8 5 6 6 5 4 6 4 4 4May 6 6 8 6 6 6 5 5 6 4 4 5Jun 7 6 7 6 7 8 5 5 5 4 5 6Jul 5 5 6 5 6 7 4 4 5 3 4 5

Aug 4 4 5 4 5 6 3 3 4 3 4 4Sep 3 3 4 3 4 5 2 2 3 2 3 4Oct 4 3 5 3 4 4 3 3 4 2 3 3Nov 11 9 8 7 10 12 11 9 8 7 10 11Dec 21 19 15 14 20 22 21 19 15 14 20 22

Grading Projects Surfacing and Structural Projects

NOTE: Includes Holidays and Weekends.

Page 10: Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings › Addendums › 0214Addendum_3.pdfConnecting South Dakota and the Nation. Bid Items were removed:

ESTIMATE OF QUANTITIES AND ENVIRONMENTAL COMMITMENTS PROJECT STATE OF SOUTH

DAKOTA NH 0115(48)76 SHEET

A1 A5

TOTAL SHEETS

SECTION B - GRADING BID ITEM NUMBER ITEM QUANTITY UNIT

009E0010 Mobilization Lump Sum LS 009E3220 Reestablish Property Corner 150 Each 009E3230 Grade Staking 16.842 Mile 009E3245 Final Cross Section Survey 3.412 Mile 009E3250 Miscellaneous Staking 3.412 Mile 009E3280 Slope Staking 3.412 Mile 009E3290 Structure Staking 2 Each 009E3300 Three Man Survey Crew 40.0 Hour 009E4300 Construction Schedule, Category III Lump Sum LS 009E4330 Project Management, Category III Lump Sum LS 100E0100 Clearing Lump Sum LS 110E0200 Remove Building 1 Each 110E0300 Remove Concrete Curb and Gutter 623 Ft 110E0600 Remove Fence 7,243 Ft 110E1100 Remove Concrete Pavement 30,830.2 SqYd 110E1130 Remove Concrete Driveway Pavement 632.7 SqYd 120E0010 Unclassified Excavation 222,426 CuYd 120E0500 Option Borrow Excavation 143,938 CuYd 120E1000 Muck Excavation 5,426 CuYd 120E2000 Undercutting 86,320 CuYd 120E6100 Water for Embankment 3,057.1 MGal 250E0020 Incidental Work, Grading Lump Sum LS 270E0020 Salvage and Stockpile Asphalt Mix Material 5,383.5 Ton

270E0040 Salvage and Stockpile Asphalt Mix and Granular Base Material 26,025.9 Ton

380E3520 6” PCC Approach Pavement 468.5 SqYd 380E3540 8” PCC Approach Pavement 383.2 SqYd 380E4060 8.5” PCC Fillet Section 190.0 SqYd 421E0100 Pipe Culvert Undercut 1,176 CuYd 450E0122 18” RCP Class 2, Furnish 8,514 Ft 450E0130 18” RCP, Install 8,514 Ft 450E0142 24” RCP Class 2, Furnish 6,074 Ft 450E0150 24” RCP, Install 6,074 Ft 450E0162 30” RCP Class 2, Furnish 2,652 Ft 450E0170 30” RCP, Install 2,652 Ft 450E0182 36” RCP Class 2, Furnish 1,914 Ft 450E0190 36” RCP, Install 1,914 Ft 450E0192 42” RCP Class 2, Furnish 24 Ft 450E0200 42” RCP, Install 24 Ft 450E2008 18” RCP Flared End, Furnish 8 Each 450E2009 18” RCP Flared End, Install 8 Each 450E2016 24” RCP Flared End, Furnish 1 Each 450E2017 24” RCP Flared End, Install 1 Each 450E2028 36” RCP Flared End, Furnish 5 Each 450E2029 36” RCP Flared End, Install 5 Each 450E2032 42” RCP Flared End, Furnish 1 Each 450E2033 42” RCP Flared End, Install 1 Each 450E2200 24” RCP Sloped End, Furnish 3 Each 450E2201 24” RCP Sloped End, Install 3 Each 450E2204 30” RCP Sloped End, Furnish 5 Each 450E2205 30” RCP Sloped End, Install 5 Each 450E2308 24” RCP Safety End, Furnish 1 Each 450E2311 24” RCP Safety End, Install 1 Each 450E3032 36” RCP Arch Class 2, Furnish 1,176 Ft 450E3040 36” RCP Arch, Install 1,176 Ft

SECTION B – GRADING (CONTINUED)

BID ITEM NUMBER ITEM QUANTITY UNIT

450E4512 36” RCP Arch Flared End, Furnish 16 Each 450E4513 36” RCP Arch Flared End, Install 16 Each 450E4759 18” CMP 16 Gauge, Furnish 60 Ft 450E4760 18” CMP, Install 60 Ft 450E4769 24” CMP 16 Gauge, Furnish 258 Ft 450E4770 24” CMP, Install 258 Ft 450E5406 18” CMP Safety End, Furnish 2 Each 450E5407 18” CMP Safety End, Install 2 Each 450E5410 24” CMP Safety End, Furnish 10 Each 450E5411 24” CMP Safety End, Install 10 Each 462E0100 Class M6 Concrete 163.7 CuYd 464E0100 Controlled Density Fill 145.1 CuYd 480E0100 Reinforcing Steel 23,252 Lb 600E0300 Type III Field Laboratory 1 Each 620E0010 Type 1 Right-of-Way Fence 1,276 Ft 620E0020 Type 2 Right-of-Way Fence 1,263 Ft 620E0060 Type 6 Right-of-Way Fence 1,070 Ft 620E0515 Type 1A Temporary Fence 1,263 Ft 620E1020 2 Post Panel 7 Each 620E1030 3 Post Panel 23 Each 650E1085 Type F68.5 Concrete Curb and Gutter 30,562 Ft 650E1385 Type FL68.5 Concrete Curb and Gutter 28,814 Ft 650E4685 Type P8.5 Concrete Gutter 992 Ft 651E0040 4” Concrete Sidewalk 2,704 SqFt 651E7000 Type 1 Detectable Warnings 304 SqFt 670E1200 Type B Frame and Grate Assembly 120 Each 670E5340 4’ x 11’ Precast Concrete Drop Inlet Lid 6 Each 670E5342 4’ x 6’ Precast Concrete Drop Inlet Lid 2 Each 670E5400 Precast Drop Inlet Collar 120 Each 720E1010 PVC Coated Bank and Channel Protection Gabion 52.5 CuYd 831E0110 Type B Drainage Fabric 167 SqYd 831E0210 Non-woven Separator Fabric 1,271 SqYd 831E1010 Geogrid Reinforcement 18,084 SqYd 900E0010 Refurbish Single Mailbox 22 Each 900E0012 Refurbish Double Mailbox 1 Each 900E1080 Orange Plastic Safety Fence 240 Ft SECTION C – TRAFFIC CONTROL BID ITEM NUMBER ITEM QUANTITY UNIT

110E5110 Salvage Signal Equipment Lump Sum LS 205E0010 Dust Control Chloride 50,688 Lb 634E0010 Flagging 200.0 Hour 634E0110 Traffic Control Signs 902.2 SqFt 634E0120 Traffic Control, Miscellaneous Lump Sum LS 634E0285 Type 3 Barricade, 8’ Double Sided 34 Each 634E0640 Temporary Pavement Marking 8,620 Ft 634E0915 Short Term Temporary Traffic Control Signal 1 Site 634E1002 Detour Signing 1,549.6 SqFt 634E1020 Temporary Business Signing 120.0 SqFt

634E1215 Contractor Furnished Portable Changeable Message Sign 2 Each

635E7600 Maintenance of Traffic Signal(s) 200 Hour 734E5010 Sweeping 100 Hour

SECTION D – EROSION CONTROL BID ITEM NUMBER ITEM QUANTITY UNIT

110E1690 Remove Sediment 40.4 CuYd 110E1693 Remove Erosion Control Wattle 860 Ft 110E1695 Remove Sediment Filter Bag 3,720 Ft 110E1700 Remove Silt Fence 1,617 Ft 230E0010 Placing Topsoil 43,787 CuYd 730E0206 Type D Permanent Seed Mixture 2,103 Lb 730E0212 Type G Permanent Seed Mixture 643 Lb 731E0200 Fertilizing 5.11 Ton 732E0100 Mulching 29.7 Ton 732E0200 Fiber Mulching 6.9 Ton 734E0102 Type 2 Erosion Control Blanket 1,710 SqYd 734E0154 12” Diameter Erosion Control Wattle 3,381 Ft 734E0165 Remove and Reset Erosion Control Wattle 860 Ft 734E0180 Sediment Filter Bag 3,720 Ft 734E0510 Shaping for Erosion Control Blanket 900 Ft 734E0602 Low Flow Silt Fence 3,235 Ft 734E0604 High Flow Silt Fence 3,328 Ft 734E0610 Mucking Silt Fence 450 CuYd 734E0620 Repair Silt Fence 1,617 Ft 734E0680 Flocculent Housing Unit 1 Each 734E0683 500K Gallon Treatment Flocculent Bag 1 Each 734E0845 Sediment Control at Inlet with Frame and Grate 119 Each

734E0847 Sediment Control at Type S Reinforced Concrete Drop Inlet 110 Ft

734E0900 Temporary Diversion Channel and/or Pipe 1 Each 734E5000 Dewatering 40 Hour 734E5010 Sweeping 40 Hour 900E1320 Construction Entrance 1 Each SPECIFICATIONS Standard Specifications for Roads and Bridges, 2015 Edition and Required Provisions, Supplemental Specifications, and Special Provisions as included in the Proposal.

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

L, M, and S A3 to A5 Environmental Commitments

Revised: 4-February-2019 LAJ

Page 11: Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings › Addendums › 0214Addendum_3.pdfConnecting South Dakota and the Nation. Bid Items were removed:

NH 0115(48)76 C1 C18

REV: 02/04/2019 SN

Page 12: Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings › Addendums › 0214Addendum_3.pdfConnecting South Dakota and the Nation. Bid Items were removed:

STATEOF

SOUTHDAKOTA

PROJECT SHEETTOTAL

SHEETS

SECTION C ESTIMATE OF QUANTITIES

COORDINATION BETWEEN PROJECTS Coordination with City project CIP# 11013 PCN X03Y and CIP# 800813 PCN x02Y will be required for all aspects of work on Minnesota Ave from the intersection West Anchor lane to Lincoln County HWY 106. Contractor shall coordinate his construction phasing with the utility work being performed as a separate utility contract throughout the project.

SEQUENCE OF OPERATIONS The following Sequence of Operations shall be followed by the Contractor unless an alternate Sequence of Operations is submitted in writing two weeks prior to the preconstruction meeting and approved by the Engineer.

The Contractor will be required to relocate/reuse traffic control and detour signing when switching between phases. No extra payment will be made for this work.

The project shall be constructed in 6 phases. Each phase shall be completed according to the following notes and phasing details. The Contractor will be required to relocate/reuse traffic control and detour signing when switching between phases. No extra payment will be made for this work.

Contractor will be required to maintain access to each residence and business throughout the project. Work outside of the SD Hwy 115 roadway can begin at any time. Work will be allowed in phase 1 and 4 concurrently. Work will not be allowed in phase 6 until gravel is placed in phase 1 and 4. Work will not be allowed in phases 2, 3 and 5 at the same time.

Work shall consist of installing traffic control devices and detour signing as per Traffic Control Layouts and Standard Plates. Detour traffic and close SD Hwy 115 to through traffic.

Remove the existing surfacing. Grade, install pipe culverts and drop inlets. Place gravel subgrade and concrete pavement surfacing. Install permanent pavement markings, signing, delineation, street lighting and signals. Open SD Hwy 115 to traffic.

SEQUENCE OF OPERATIONS (CONTINUED)Contractor shall coordinate construction activities in all phases of work with the water main installation to be installed on City Project CIP# 11013 PCN X03Y.

PHASE 1: Sta. 22+00 to Sta. 36+50 and Sta. 37+40 to Sta. 66+00 Reconstruct SD Hwy 115 - Begin of Project to approximately ½ mile north of Lincoln County Hwy 110. Traffic shall be maintained during construction from Sta. 22+00 to Sta. 36+86 Lincoln County Hwy 110.

PHASE 2: Sta. 36+50 to Sta. 37+40 Reconstruct the intersection of SD Hwy 115 and Lincoln County Hwy 110. Phase 2 will be opened to traffic once gravel surfacing has been placed. Portable changeable message boards shall be available one week prior to the start of the intersection closure to warn traffic of upcoming intersection work. Install PCMS boards in advance of the Lincoln County Hwy 110 intersection.

PHASE 3: Sta. 142+00 to Sta. 143+00 Reconstruct the intersection of SD Hwy 115 and Lincoln County Hwy 106. Phase 3 will be opened to traffic once gravel surfacing has been placed. Portable changeable message boards shall be available one week prior to the start of the intersection closure to warn traffic of upcoming intersection work. Install PCMS boards in advance of the Lincoln County Hwy 106 intersection.

PHASE 4: Sta. 66+00 to Sta. 89+00 and Sta. 89+90 to Sta. 132+00 Reconstruct SD Hwy 115 – from approximately ½ mile north of Lincoln County Hwy 110 to Lincoln County Hwy 106.

PHASE 5: Sta. 89+00 to Sta. 89+90 Reconstruct the intersection of SD Hwy 115 and 272nd Street. Phase 5 will be opened to traffic once gravel surfacing has been placed.

PHASE 6: Sta. 132+00 to Sta. 194+00 Reconstruct SD Hwy 115 – Lincoln County Hwy 106 to End of Project.

GENERAL MAINTENANCE OF TRAFFIC If traffic is routed to a completed section and the permanent signing is not complete, the Contractor shall use temporary signing consisting of salvaged permanent signs or temporary traffic control signs for traffic direction and safety. The cost of the temporary signing shall be at the Contractor’s expense to install and maintain signs.

STREET SWEEPING

Vehicle tracking of sediment from the construction site shall be minimized. Street sweeping shall be used if erosion and sediment control best management practices are not adequate to prevent sediment from being tracked onto the highway.

The Contractor shall use a pickup broom having integral self-contained storage to clean the roadway. The pickup broom used shall be a minimum of 6 feet wide and have working gutter brooms.

At a minimum, sweeping will be required: 1. Prior to opening any segment or roadway to traffic. 2. Following pavement grooving operations and prior to the

application of the pavement marking tape. 3. When sawing operations are underway in the inside driving

lanes, the outside driving lane and gutter may need to be swept to control dust. All costs for cleaning the roadway with a pickup broom shall be incidental

to the contract unit price per hour for Sweeping.

ACCESS TO RESIDENCES AND BUSINESSES ALONG SD HWY 115 The Contractor will be required to maintain access to each residence and business throughout the project at all times. The Contractor shall coordinate with the homeowner or business to inform them of the access road they should take during their phasing process. At the preconstruction meeting the Contractor shall provide the name and phone number of the person who will be available for maintaining the access to residences and businesses 24 hours a day 7 days a week. MAINTENANCE OF DRAINAGE The Contractor will be required to maintain drainage on the project during the course of construction. This will include the installing of Contractor furnished pipe to temporarily connect drainage systems, performing the necessary shaping, and all needed miscellaneous work. No separate payment will be made for this work. All costs for maintaining the drainage shall be incidental to the cost of the various contract bid items. If existing cross pipe are not needed to maintain drainage and are not removed from under the new roadway section, the pipe must be filled with flowable fill approved by the Engineer. This process shall be incidental to the cost for the various contract bid items. TEMPORARY PAVEMENT MARKING The Contractor shall place and maintain temporary pavement marking in accordance with Section 634 of the Specifications and the details in these plans. Single yellow for northbound Hwy 115 = 4,310’ Single yellow for southbound Hwy 115 = 4,310’

Total = 8,620’ Temporary raised pavement markers shall be used in lieu of Temporary Pavement Marking Paint in transition and mainline areas which will not be covered by permanent pavement marking. Measurements will be made and quantities will be paid for the actual quantities used. The Contractor shall be required to remove the temporary raised pavement markers. The Contractor shall use equipment that is not detrimental to the roadway surface for removing Temporary Raised Pavement Markers as approved by the Engineer. The cost of removing the Temporary Raised Pavement Markers installed on the project by the Contractor shall be incidental to the contract unit price per foot for Temporary Pavement Marking. Temporary Raised pavement markers shall be attached to the roadway surface with a flexible non-permanent bituminous adhesive capable of being removed from the roadway surface or with an adhesive approved by the Engineer.

NH 0115(48)76 C2 C18

REV: 02/04/2019 SN

Page 13: Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings › Addendums › 0214Addendum_3.pdfConnecting South Dakota and the Nation. Bid Items were removed:

STATEOF

SOUTHDAKOTA

PROJECT SHEETTOTAL

SHEETS

INCIDENTS An incident is an emergency road user occurrence or unplanned event that impedes the flow of traffic such as an accident, hazardous materials spill or similar event. The Contractor shall set up a meeting prior to the start of work to plan and coordinate the response to an incident. The Contractor will invite Department of Transportation, the South Dakota Highway Patrol, The City of Sioux Falls, City of Harrisburg, and local emergency response entities to the meeting. The Contractor will assist to maintain traffic as required by these plan notes and as agreed to at the meeting. The Contractor will be required to modify messages on portable changeable message signs or relocate portable changeable message signs. The Contractor may be asked to provide flaggers to direct or detour traffic. The Contractor should be prepared to relocate advance warning signs if determined to be necessary for a major traffic incident lasting for more than two hours. Ground mounted advance warning signs may be covered and additional portable warning signs provided. No additional payment will be made for the modification of portable changeable message sign messages or the relocation of portable changeable message signs. Cost for flagging shall be paid at the contract unit price per hour for Flagging. Cost for the relocation of an advanced warning sign due to an incident shall be 50% of the designated sign rate as per Section 634.5 Basis of Payment in the Specifications. Cost for additional signs shall be paid at the contract unit price per square foot for Traffic Control Signs. The Contractor shall provide adequate personnel to accomplish the necessary traffic control work in the event of an incident. TEMPORARY SIGNING If traffic is routed to a completed section and the permanent signing is not complete, the Contractor shall use temporary traffic control signs for traffic direction and safety. The cost to install and maintain the temporary signing shall be at the Contractor’s expense. TEMPORARY BUSINESS SIGNS The Contractor shall install temporary guide signs for businesses along the project. The businesses shall supply the signs and the Contractor shall furnish the posts and install, maintain, and remove the signs. Signs damaged by the Contractor shall be replaced at the Contractor’s expense. Each business shall be allowed a maximum of 4 guide signs. The size of the signs shall be limited to 3 feet wide by 2 feet tall. Signs may be increased in size to 3 feet by 3 feet when multiple businesses combine to furnish a sign. The estimated quantity of 20 business signs may be increased or decreased as deemed necessary. All costs, labor and materials to install, maintain, remove and return the signs shall be included in the contract unit price per square foot for Temporary Business Signing.

PORTABLE CHANGEABLE MESSAGE SIGNS The portable changeable message signs (PCMS) shall be used for special traffic situations as directed by the Engineer. The Contractor shall install and maintain Contractor furnished PCMS at the locations determined by the Engineer. The PCMS shall be available two weeks prior to the start of the project to warn traffic of upcoming work and shall be available for the duration of the project. The PCMS shall be non-operational unless required for: - Advance closure notice - Incident/crash management - Unforeseen project conditions Below are several examples of the messages that shall be displayed on the signs throughout the project. The Engineer may approve alternate messages to fit project conditions. Advance closure notice: SD 115 STARTS

ROAD (DATE) WORK

During typical traffic control operations: REDUCE FOLLOW SPEED If crashes occur within the project:

DETOUR

ACCIDENT BE AHEAD PREPARED TO STOP Advance closure notice of Lincoln County Hwy 106 and Lincoln County Hwy 110 intersection closure work: COUNTY DATE

HWY XXX TO CLOSED DATE

All costs, labor and materials for furnishing, installing, storing, relocating, reprogramming and maintaining PCMS shall be included in the contract unit price per each for “Contractor Furnished Portable Changeable Message Sign.” All bracing required to install the PCMS at the proper height shall be included in this bid item.

SALVAGE SIGNAL EQUIPMENTExisting traffic signal equipment shall be salvaged and delivered to the South Dakota Department of Transportation Sioux Falls Area Office by the Contractor. The Contractor shall contact the Department of Transportation 5 days before delivery. The SDDOT contact is Mike Heiberger (#605-367-5680). The equipment will be delivered to:

South Dakota Department of Transportation Sioux Falls Area Office5316 W. 60th Street North, Sioux Falls, SD.

Signal equipment damaged during this work shall be repaired or replaced by the Contractor at no cost to the State.

All costs for work involved in the salvage and delivery of the existing signal equipment shall be incidental to the contract lump sum price for “Salvage Signal Equipment”.

SHORT TERM TEMPORARY TRAFFIC CONTROL SIGNAL The Short Term Temporary Traffic Control Signal shall be installed in accordance with Section 634.3 I of the Specifications and details included in the plans.

The Contractor shall utilize salvaged signal equipment for use in the Short Term Temporary Traffic Control Signal. Salvaged signal equipment may include, but is not limited to, span wire poles and anchors, electrical service cabinet, traffic signal heads, luminaire arms, and luminaires.

The traffic signal heads shall be installed above their respective driving lanes and centered to be adequately visible.

Existing power sources may be used if available and not removed by other construction activities.

The Contractor shall be responsible for the operation and maintenance (to include the provision of replacement parts and materials) required for the Short Term Temporary Traffic Control Signal. The operation is the act of keeping the system operating to adequately and safely control traffic as intended to operate per the Federal Manual on Uniform Traffic Control Devices and any details in these plans. The operation includes signal programming. The maintenance includes adjustment and replacement of traffic signal appurtenances, repair work to keep the traffic signal in satisfactory condition. All costs for the operation and maintenance of the Short Term Temporary Traffic Control Signal shall be incidental to the contract unit price per site for “Short Term Temporary Traffic Control Signal”.

NH 0115(48)76 C3 C18

REV: 02/04/2019 SN

Page 14: Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings › Addendums › 0214Addendum_3.pdfConnecting South Dakota and the Nation. Bid Items were removed:

STATEOF

SOUTHDAKOTA

PROJECT SHEETTOTAL

SHEETS

SHORT TERM TEMPORARY TRAFFIC CONTROL SIGNAL (CONTINUED)

TRAFFIC SIGNAL PROGRAMMING Emergency preemption shall be provided and have priority. The minimum yellow time shall be 3.5 seconds and the all red time shall be a minimum of two (2) seconds unless the SD Department of Transportation approves of an alternate. When work begins on the project, the Contractor shall be responsible for

the operation and maintenance (to include the provision of replacement parts and materials) required of the Portable Temporary Traffic Control Signal within the project limits.

The operation is the act of keeping the systems operating to adequately and safely control traffic as intended to operate per the Federal Manual on Uniform Traffic Control Devices and any details in these plans. The operation includes signal programming. The maintenance includes adjustment and replacement of traffic signal appurtenances, repair and all work to keep the traffic signals in satisfactory condition. The Contractor’s operation and maintenance responsibility will end upon the Engineer’s acceptance of the work on the project. Traffic signal operation or maintenance work is required to be performed by the Contractor when project conditions dictate, lane closures change, traffic flow is impeded, a potential risk to the public exists or when equipment breaks down or malfunctions. Equipment break downs or malfunctions require a high priority response and are to be reacted to within one hour of notification of the event. In the event of complete failure of a traffic signal, the Contractor shall furnish necessary flaggers to safely control traffic until the traffic signal is operational. The Contractor shall furnish the flaggers as necessary to control traffic until the traffic signal is operational. The Contractor should plan for sufficient staff to operate and maintain the traffic signals. The individual responsible for installation, operations and maintenance of traffic signals shall be experienced, knowledgeable, and trained with respect to installation, setup, operation and maintenance of the temporary and existing traffic signals. The signal indications on any traffic signal system shall be covered or removed during shut down or periods of discontinued use.

ON-SITE INSPECTION

Once the Portable Temporary Traffic control signal is installed and operational, an on-site inspection of the traffic signals shall be conducted. The Contractor, Region Traffic Engineer, City Engineer, City traffic signal maintenance person and the Engineer will conduct the on-site inspection.

SHORT TERM TEMPORARY TRAFFIC CONTROL SIGNAL (CONTINUED)

SIGNAL TIMING

NH 0115(48)76 C4 C18

REV: 02/04/2019 SN

Page 15: Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings › Addendums › 0214Addendum_3.pdfConnecting South Dakota and the Nation. Bid Items were removed:

NH 0115(48)76 C18a C18

REV: 02/04/2019 SN

TRSF12105
Snapshot
TRSF12105
Standard Plates-Default
TRSF12105
Text Box
FOR INFORMATION ONLY:
Page 16: Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings › Addendums › 0214Addendum_3.pdfConnecting South Dakota and the Nation. Bid Items were removed:

NH 0115(48)76 C18b C18

REV: 02/04/2019 SN

TRSF12105
Snapshot
TRSF12105
Standard Plates-Default
TRSF12105
Text Box
FOR INFORMATION ONLY:
Page 17: Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings › Addendums › 0214Addendum_3.pdfConnecting South Dakota and the Nation. Bid Items were removed:

NH 0115(48)76 C18c C18

REV: 02/04/2019 SN

TRSF12105
Snapshot
TRSF12105
Standard Plates-Default
TRSF12105
Text Box
FOR INFORMATION ONLY:
Page 18: Department of Transportation - South Dakotaapps.sd.gov › HC65C2C › EBS › lettings › Addendums › 0214Addendum_3.pdfConnecting South Dakota and the Nation. Bid Items were removed:

NH 0115(48)76 C18d C18

REV: 02/04/2019 SN

TRSF12105
Snapshot
TRSF12105
Standard Plates-Default
TRSF12105
Text Box
FOR INFORMATION ONLY: