PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200...

41

Transcript of PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200...

Page 1: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added
Page 2: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

Plan Addendum Summary and Approval Page 1

PLAN ADDENDUM SUMMARY AND APPROVAL

Project Information

Project: IM-TRP-1-094(194)147, IM-1-194(007)000 & NHU-1-810(026)000 PCN: 21866 21943 22199

Location: E Jct ND 25 to Grant Marsh Bridge, E Midway Interchange to Washington Street

Date: 2/5/19 Lead Designer: Garrett Hartl

Bid Opening Date: Feb 8, 2019 JOB#: 9 Addendum#: 2

Section Sheet Description of Change

SP 746(14) Queue Detection System Revised – Made clarification that Queue Detection is only required in the first year of construction

SP 766(14)

Completion Dates • Title of the SP has been renamed “Completion Dates” in-place of “Winter

Suspension”. • Work completion for tied projects IM-1-094(196)162 & IM-1-094(204)168

have been moved to the second year of construction. • Traffic signals and revise lighting system has been moved to the second year

of construction.

SP 748(14)

Intelligent Compaction for Hot Mix Asphalt (HMA) Revised – Made revisions to the following:

• D. GPS Calibration • H. Data Format • I. Data Analysis Software

2 1 Renamed SP 766(14) from “Winter Suspension” to “Completion Dates”.

6 ALL

100-P01 – Added coordination projects to year 2020 422-P01 – Added Note to allow Asphalt Emulsion for Micro Surfacing in place of Asphalt Emulsion for Slurry Seal. 704-200 – Clarified barrier requirement for Year 1 & 2 of construction 704-P01 – Added paragraph describing the WZTC signs, devices, barriers and attenuation devices required for Year 2 will be paid for again. 704-P04 – Added paragraph describing that additional structural work could be performed outside of phasing 1 to 9 presented in the plans.

8 2, 3

IM-TRP-1-094(194)147 Estimate of Quantities Added the following pay items; 704-1050 TYPE I BARRICADES = 50 EA 704-1072 FLEXIBLE DELINEATORS = 30 EA 704-1080 STACKABLE VERTICAL PANELS = 100 EA 770-4525 REVISE LIGHTING SYSTEM = 1 EA

Page 3: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

Plan Addendum Summary and Approval Page 2

8 2, 3

IM-TRP-1-094(194)147 Estimate of Quantities Added traffic control devices to be paid for separately in year 2 construction to coincide with Note 704-P01. Revised the quantity for the following pay items: 704-1000 TRAFFIC CONTROL SIGNS increased from 2,870 to 5,740 704-1052 TYPE III BARRICADES increased from 16 to 32 704-1060 DELINEATOR DRUMS increased from 90 to 180 704-1067 TUBULAR MARKERS increased from 160 to 320 704-1087 SEQUENCING ARROW PANEL – TYPE C increased from 2 to 4

8 5

IM-1-194(007)000 Estimate of Quantities Added traffic control devices to be paid for separately in year 2 construction to coincide with Note 704-P01. Revised the quantity for the following pay items: 704-1000 TRAFFIC CONTROL SIGNS increased from 2,870 to 5,740 704-1052 TYPE III BARRICADES increased from 16 to 32 704-1060 DELINEATOR DRUMS increased from 80 to 160 704-1067 TUBULAR MARKERS increased from 160 to 320 704-1087 SEQUENCING ARROW PANEL – TYPE C increased from 2 to 4

8 6

NHU-1-810(026)000 Estimate of Quantities Added traffic control devices to be paid for separately in year 2 construction to coincide with Note 704-P01. Revised the quantity for the following pay items: 704-1000 TRAFFIC CONTROL SIGNS increased from 1,435 to 2,870 704-1052 TYPE III BARRICADES increased from 16 to 32 704-1060 DELINEATOR DRUMS increased from 80 to 160 704-1067 TUBULAR MARKERS increased from 155 to 310 704-1087 SEQUENCING ARROW PANEL – TYPE C increased from 2 to 4

170 4, 6, 10, 34

Added note 650 “REMOVAL BY HYDRODEMOLITION EQUIPMENT (OPTIONAL).”

Project Information

Project: IM-1-094(204)168 PCN: 22351

Location: 9 East of US 83 N – EB/WB

Date: 2/5/2019 Lead Designer: Tyler Wollmuth

Bid Opening Date: 2/8/2019 JOB#: 9 Addendum#: 2

Section Sheet Description of Change

170 1 Added note 650 “REMOVAL BY HYDRODEMOLITION EQUIPMENT (OPTIONAL).”

Page 4: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

Plan Addendum Summary and Approval Page 3

APPROVAL Should the revisions described above be processed as a plan addendum? ___X___ Yes ______ No ___Roger Weigel /s/________________ __2-6-19__ Roger Weigel, P.E. – Design Engineer Date

Page 5: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

Revised 1/24/19 SP 746(14) Page 1 of 5

NORTH DAKOTA DEPARTMENT OF TRANSPORTATION

SPECIAL PROVISION

QUEUE DETECTION SYSTEM

PROJECT 1-094(194)147 – PCN 21866

1-194(007)000 – PCN 21943 1-810(026)000 – PCN 22199

DESCRIPTION This special provision describes providing, repositioning, operating, maintaining, monitoring, calibrating, testing, and removing a Queue Detection System (QDS) capable of measuring vehicular speeds at downstream sections of a roadway and displaying the speed information on Portable Changeable Message Signs (PCMS) at upstream locations. The QDS is only required in the first year of construction. EQUIPMENT A. General.

Provide QDS components and software that is National Transportation Communications for ITS Protocol (NTCIP) compliant. The Contractor will retain ownership of the QDS.

B. PCMS. Provide trailer mounted full matrix LED PCMS that have the following:

Minimum display width of 126 inches; Minimum display height of 76 inches; Designed for use in inclement weather; Solar powered with 10 days of battery reserve; Integrated with the portable traffic sensors; Equipped with a modem; Capable of having messages changed remotely and at each trailer; Can communicate with similarly integrated devices; and Display real-time traffic condition information.

C. Portable Traffic Sensors (PTS).

Provide non-invasive Portable Traffic Sensors (PTS) uses Doppler radar sensors that will detect vehicle speed and traffic volume. Integrate each sensor with a modem to communicate with the automated system manager.

D. Automated System Manager (ASM). Provide an Automated System Manager (ASM) that assesses current traffic data captured by the system PTS and communicates appropriate messages to the motorists through PCMS based on predetermined speed thresholds and messages.

egaasland
Line
egaasland
Line
Page 6: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

Revised 1/24/19 SP 746(14) Page 2 of 5

E. Communication System.

Ensure QDS communications meet the following requirements:

Perform required configuration of the QDS’s communication system automatically during system initialization.

Secure communication between the server and any individual PCMS or PTS are independent through the full range of deployed locations, and do not rely upon communications with any other PCMS or PTS.

Incorporate an error detection/correction mechanism into the QDS communication system to insure the integrity of all traffic condition data and motorist information messages.

Software diagnostic website that includes information and historical data about cellular signal strength, GPS location, communication packets transmission/ receiving, battery voltage, and remote firmware management.

F. System Review.

Submit the type of system to be installed to the Engineer 30-calendar days after the execution and approval of the contract. Include the system specifications and where you have successfully previously used it Provide contact information for a Smart Work Zone (SWZ) Systems Integrator. This SWZ System Integrator is a representative that is familiar with its operation, maintenance, and responsible for monitoring the performance of the system and for making modifications to the operational settings as the Engineer directs. Provide all testing and calibration equipment.

CONSTRUCTION REQUIREMENTS A. General.

Install one QDS on each of the roadways listed below. Each QDS is made up of a minimum of 3 PCMS and 3 PTS.

I-94 EB; I-94 WB; and I-194/ND 810.

Install and reposition PCMS and PTS every 0.5 mile to 1 mile upstream of the work zone. I Reposition the PCMS and PTS as directed by the Engineer. Number the devices so they are visible from the shoulder with 6-inch white high reflective sheeting. Provide technical personnel for all system calibration, operation, maintenance, and timely on-call support services. Promptly correct the system within 24 hours of becoming aware of a deficiency in the operation or individual part of the system. If the deficiency is not repaired within 24 hours, a Contract Price Reduction will be applied as per Standard Specification 704.04.A.3, “Traffic Control Maintenance and Revisions”. Maintain the QDS for the duration of the project.

Page 7: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

Revised 1/24/19 SP 746(14) Page 3 of 5

Ensure the system operates continuously (24 hours/day, 7 days/week) in the automated mode throughout the duration of the project. Remove the system upon project completion.

B. Reports. Provide an electronic copy of a weekly summary report of all data via email to the Engineer. Ensure the report includes (at a minimum) the following:

Average speed per sensor, Traffic volume, Time in congestive state per sensor, System down times, and Number of triggers per day.

Include a project duration summary one month after the system is removed.

C. Test Period. Submit a plan to the Engineer 30-calendar days in advance of construction. Deploy the system in a test or demonstration mode a minimum of 14 calendar days before beginning work on the road. Provide onsite training/demonstration for the Department 7 days after the system is installed. Invite the following individuals to the training:

Contractor; Traffic Control Subcontractor; Traffic Control Supervisor; Engineer; and Any Department personnel.

Additional meetings after the system is taken out of test or demonstration mode may be required.

D. Programming.

1. General. Program the QDS to ensure that the following general operations are performed:

1. Provide a password protected login to the ASM, website and all other databases. 2. Provide real-time data from the ASM to a website with a full color mapping

feature and refresh every 60 seconds. Make data on the website available to the Department staff at all times for the duration of the work zone activity. Ensure the website includes:

Vehicle speeds PCMS messaging Device locations Traffic volume

3. Archive all traffic data and PCMS messages in a .csv format with date and time stamps.

4. Configure the website to quantify system failures which includes communication disruption between any devices in the system configuration, PCMS malfunctioning, PTS malfunction, loss of power, low battery, etc.

Page 8: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

Revised 1/24/19 SP 746(14) Page 4 of 5

5. Automatically generate and send an email alert any time a user specified queue

is detected by the system. 6. Provide default and advisory messages automatically based on traffic conditions, 7. Ensure the system automatically restarts in case of any power failure. 8. Provide the Department access to manually override PCMS messages for a

user-specified duration, after which automatic operation will resume display of messages appropriate to the prevailing traffic conditions. Document all override messages.

2. System Operation Strategy

Arrange for the vendor/manufacturer to coordinate system operation, detection, trends/thresholds, and messaging parameters with the Engineer. The sequences below are a minimum requirement and can be adjusted by the Engineer at their discretion.

a. Free Flow.

If the current speed on a roadway section is free flow at or above 40 mph, traffic will be considered “free flow”. The upstream PCMS will display nothing except for lighting the four corners to show that it is on.

b. Slow Traffic. If the current speed on any downstream section of the roadway is between 39 and 20 mph, traffic will be considered “slow traffic”. Have the following two phase messages displayed on the upstream PCMS as shown below:

Event Phase 1 Phase 2 Speeds 20 to 39 mph SLOW

TRAFFIC AHEAD

PREPARE TO

STOP

c. Stopped Traffic: If the current speed on a segment of the roadway drops below 20 mph, the traffic will be considered “stopped traffic”. Have the following two phase messages displayed on the upstream PCMS as shown below:

Event Phase 1 Phase 2 Speeds 0 to 19 mph TRAFFIC

STOPPED AHEAD

EXPECT DELAYS

E. Calibration and Testing.

At the beginning of the project and monthly throughout the duration of the project perform a successful field test and calibration at the QDS location to verify the system is detecting accurate vehicle speeds and volumes, and accurately relaying the information to the ASM and PCMS. Send an email of successful calibration and testing to the Engineer.

Page 9: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

Revised 1/24/19 SP 746(14) Page 5 of 5

METHOD OF MEASUREMENT The QDS consists of a minimum of 3 PCMS and 3 PTS for one direction of traffic. BASIS OF PAYMENT The Department will pay for measured quantities at the contract unit price under the following bid item:

Pay Item Pay Unit Queue Detection System Each

Payment for the QDS will be based on Table 1.

Table 1 Payment Condition

25 % Upon successful completion of system testing and completion of onsite training

50 % Upon system deployment as temporary traffic control measure 75 % 60 % of Contract Time is Complete 100 % 100 % of Contract Time is Complete or the System is no longer required.

Such payment is full compensation for providing, repositioning, operating, maintaining, monitoring, calibrating, testing, and removing the complete system consisting of PCMS, PTS, ASM, and communication system.

Page 10: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

Revised 1/29/19 SP 748(14)

Page 1 of 8

  

NORTH DAKOTA DEPARTMENT OF TRANSPORTATION

SPECIAL PROVISION

INTELLIGENT COMPACTION FOR HOT MIX ASPHALT (HMA)

PROJECT 1-094(194)147 – PCN 21866 1-194(007)000 – PCN 21943 1-810(026)000 – PCN 22199

DESCRIPTION This work consists of compacting asphalt using Intelligent Compaction (IC) rollers Hot Mix Asphalt (HMA) permanently incorporated into the project. This Special Provision is in addition to the requirements of Section 430, “Hot Mix Asphalt (HMA)”. EQUIPMENT: A. Rollers.

1. General.

Provide breakdown, intermediate, and finish rollers that meet the requirements of Section 151, “Rollers” equipped with following:

Noncontact temperature sensor mounted to measure pavement surface in the direction of travel;

Global Navigation Satellite System (GNSS) with the ability to connect to RTK-GPS using either:

o Local network; o Ground-based stations; or o VRS network (only if VRS network is available throughout the project

limits); o Connect to a RTK-GPS.

Provide GNSS equipment with the following components: o Receiver; o Antenna; and o Telemetry equipment;

Modem or Wi-Fi; A color monitor that is capable of the following:

o Displaying real time color coded map with the number of passes; o Roller speed; o Surface temperature; o Vibration frequency; o Vibration amplitude; o Data that is transferable by USB and cellular connection; and o Is easily visible to the operator without obstructing normal operations.

Provide instrumented roller accuracy shown in Table 1.

Table 1 Operating Parameter Accuracy Speed ± 0.5 mph

egaasland
Line
Page 11: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

Revised 1/29/19 SP 748(14)

Page 2 of 8

  

Table 1 Operating Parameter Accuracy Frequency ± 2 Hz Amplitude ± 0.008 in Temperature ± 2.7 °F

2. Vibratory Rollers.

Equip vibratory rollers with accelerometers mounted according to the manufacturer’s recommendations.

B. Global Positioning System (GPS).

1. General. GPS and Global Navigation Satellite System (GLONASS) may be used simultaneously and will provide a minimum of 90% coverage of the project site.

2. Roller GPS.

Provide GPS on the roller with an accuracy of ±0.2 ft in the X and Y direction. 3. Rover GPS.

Provide a rover with Real Time Kinematic (RTK) GPS with accuracy of ±0.1ft.

CONSTRUCTION REQUIREMENTS: A. General.

The Department does not guarantee the accuracy and compatibility of electronic or supplemental data provided by the Department. The Plan documents, originally provided with the Contract, remain the basis of the Contract. The Contractor is responsible for any necessary conversions of the provided electronic data. If supplemental data is not provided by the Department, create the design files that are needed.

B. IC Work Plan:

In addition to the HMA quality control plan, submit an IC Work Plan at least 2 weeks before the preconstruction conference. Include the following information in the IC Work Plan:

Roller Type and make; Roller dimensions and weight; IC system type including:

o Vendor; o Model Number; and o Data output;

Data collection method including; o Sampling rates; o Intervals; and o Data file types

Temperature measurement system manufacturer; Number of IC rollers; and

Page 12: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

Revised 1/29/19 SP 748(14)

Page 3 of 8

  

List of personnel trained to work on IC system including the data analysis.

C. Training. Provide an IC system’s representative for approximately 4 to 8 hours of on-site training at a location that is suitable for the needs of the training. Include the Contractor’s and the Engineer’s personnel in the training. During the training cover the following:

Background information for the IC system; Setup and checks for the following:

o IC system; o GPS receiver; o Base-station; and o Rovers;

Operation of the IC system on the roller Transferring raw IC data; Operation of the Vendor’s software to open and view raw IC data files and exporting all

data files in Veta-compatible format; Operation of Veta software including:

o Importation of files; o Creation of maps ; and o Interpretation of data.

D. GPS Calibration.

The Engineer will supply 3 control points per mile for the project corridor. Provide notice to the Engineer a minimum of two weeks before the start of construction. The control points are under the North Dakota State Plane coordinates for the appropriate region with the horizontal datum based on NAD83(2011) and vertical datum based on NAVD 88 using GEOID 12A. Complete a site calibration and site setup of the IC according to the manufacturer’s instruction before beginning paving operations. Perform one GPS calibration check on the IC rollers and the rover daily at the beginning of each work day.

E. Roller Operations.

Provide an IC manufacturer’s representative or a Contractor’s representative who has experience on 5 projects performing IC for the first 2 days of paving. Operate the IC roller according to the IC manufacturer’s recommendations.

F. Equipment Malfunction. Immediately contact the Engineer when a malfunction of any IC roller or a breakdown of an IC equipped roller occurs. Provide written documentation of the failure including the following:

Date and time; Location; Brief description of failure; IC or roller equipment that failed;

egaasland
Line
Page 13: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

Revised 1/29/19 SP 748(14)

Page 4 of 8

  

Method of repair; and Date and time the equipment was brought back into service.

A conventional roller may replace an IC roller, but IC mapping data will continue. A minimum of 80% of the plan quantity of HMA will be mapped using IC.

G. Data Submittal. Upload all measurement data to the cloud storage at 15 minute intervals or once per day when no cellular coverage is available. Transfer all IC data to the Engineer at the end of each working week. The Engineer may request data any time during compaction operations.

H. Data Format. Distinctly identify the data lots for measurements passes using the format in Table 2 and 3. Ensure that the data lot designations are digitally stored with the associated measurement pass data.

Table 2

Standardized Naming Convention for Measurement Passes Data Lots Standardized Format* Definition

IC-ROUTE-MATL-L#-XXX-XXX Undivided Highways (e.g., IC-TH83-HMA-L1-12L-CL)

IC- ROUTE-MATL-L#-XXX-XXX-DT

Divided Highways (e.g., IC-TH83-HMA-L1-12L-CL-NB)

* Add an additional designation behind the ROUTE for instances where more than one site calibration is needed within the project limits (e.g., a site calibration was completed for the northern and southern limits of the project – a “N” and “S” would be added immediately behind the ROUTE [TH83N-HMA-L1-12L-CL, TH83S-HMA-L1-12L-CL]).

Table 3

Standardized Abbreviations for Measurement Passes Data Lots Abbreviation Definition

ROUTE

ROUTE DESIGNATION. Replace “ROUTE” with the route system, as designated by the following acronyms or short form, immediately followed by the route number (e.g., TH12).

Acronym or Short Form Full Name or Meaning TH Trunk Highway (US or State Highway) CR County Road MS Municipal Street

egaasland
Line
egaasland
Line
Page 14: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

Revised 1/29/19 SP 748(14)

Page 5 of 8

  

Table 3 Standardized Abbreviations for Measurement Passes Data Lots

Abbreviation Definition

MATL

MATERIAL/ SURFACE TYPE. The material/surface type is designated by the following acronyms or short form:

Acronym or Short Form Full Name or Meaning FDR Full Depth Reclamation HMA Hot Mix Asphalt SMA Stone Matrix Asphalt

L#

LIFT NUMBER. The lift number is designated by the following acronym or short form:

Acronym or Short Form Full Name or Meaning L1 Lift 1 L2 Lift 2 L3 Lift 3 … … Ln Lift n

XXX-XXX

CENTERLINE OFFSET. The location of the left and right edge of the production/compaction area with respect to the centerline, facing in the direction of increasing stationing. Stationing typically increases from West to East and South to North. Each character of the abbreviation is defined as the following:

XX X – XX X (a) (b) (c) (d) (a) The offset distance (in feet rounded to the whole number) from the

centerline to the left edge of the production area (e.g., CL, 12, 24). CL reflects the Center Line.

(b) R or L, to reflect Right (R) or Left (L) of Centerline, in the direction of

increasing station numbering. (c) The offset distance (in feet rounded to the whole number) from the

centerline to the right edge of the production area (e.g., CL, 12, 24). CL reflects the Center Line.

(d) R or L, to reflect Right (R) or Left (L) of Centerline, in the direction of

increasing station numbering.

Page 15: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

Revised 1/29/19 SP 748(14)

Page 6 of 8

  

Table 3 Standardized Abbreviations for Measurement Passes Data Lots

Abbreviation Definition

DT

DIRECTION OF TRAVEL. The direction that traffic moves during non-construction conditions. The direction of travel is designated by the following acronyms or short form:

Acronym or Short Form Full Name or Meaning NB North Bound SB South Bound EB East Bound WB West Bound

I. Data Analysis Software.

Export all measurements into Veta which is available from the website: http://www.intelligentcompaction.com. Provide the Engineer with user identification to access both the cloud storage, cloud computing, and the software being used. Use Veta to create project files with the temperature, roller coverage, and reports of the HMA.

Use the Veta software to plot measurement pass data and to determine roller coverage. Produce *.VETAPROJ filenames in the X-XXX(XXX)XXX ROUTE IC standardized format shown in Table 4.

Page 16: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

Revised 1/29/19 SP 748(14)

Page 7 of 8

  

Table 4 Standardized Naming Convention for *.VETAPROJ Files * ║

Abbreviation Definition

X-XXX(XXX)XXX STATE PROJECT NUMBER. Replace the “X’s” with the state project numbers. Do not use any of the Letters on the project number.

ROUTE

ROUTE NUMBER. Replace “ROUTE” with the route system, as designated by the following acronyms or short form, immediately followed by the route number(s) mapped in the given Veta project. (e.g., TH94, TH94-34, TH94-34-56)

Acronym or Short Form Full Name or Meaning TH Trunk Highway (US or State Highway)CR County Road MS Municipal Street

IC IC reflects the intelligent compaction method, the data set contained within the Veta project file.

* Example *.VETAPROJ filename: 1-234(567)890 TH94 IC ║ Add the county name at the end of the Veta project file name for instances where design and alignment files were created for multiple counties. This requires creation of a Veta project per county (e.g., 1-234(567)890 TH94 IC Barnes; 1-234(567)890 TH94 IC Cass).

Provide Veta files that include the following:

1. Alignment (*.LandXML file[s]) and Design (*.kmz file[s]) 2. Raw or Gridded All Passes Data (imported data) 3. Filter Groups (for all machines) per:

a. Data lot (e.g., 1-234(456)789 TH94-HMA-L1-12L-CL), b. Lane and per lift (e.g., TH94-HMA-L1-12L-CL) and c. Lift (e.g., TH94-HMA-L1)

4. Operation Filters (for all machines) per data lot (e.g., 1-234(456)789 TH94-HMA-L1-12L-CL)

5. Override Filters per Machine ID per: a. Lift (e.g., TH94-HMA-L1 Machine ID) and b. Lane and per lift (e.g., TH94-HMA-L1-12L-CL Machine ID)

Submit final Veta files to the Engineer 1 week after the paving is complete.

J. GPS Rover.

Use the GPS Rover to record the location of the HMA cores taken and to check the calibration of the IC rollers GPS.

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Pay Item Pay Unit Intelligent Compaction Lump Sum

egaasland
Line
egaasland
Line
egaasland
Line
Page 17: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

Revised 1/29/19 SP 748(14)

Page 8 of 8

  

Payment for IC will be based on the percentage of the plan quantity HMA placed on each progressive estimate. Delays due to GPS satellite reception issues or IC roller breakdowns will not be considered justification for contract modifications or contract extensions. Such payment is full compensation for furnishing all equipment, labor, and incidentals to complete the work as specified.

Page 18: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

Revised 1/31/19 SP 766(14) Page 1 of 2

NORTH DAKOTA DEPARTMENT OF TRANSPORTATION

SPECIAL PROVISION

COMPLETION DATES

Projects: 1-094(194)147 - PCN 21866 1-194(007)000 - PCN 21943 1-810(026)000 - PCN 22199 1-094(196)162 – PCN 21975 1-094(204)168 – PCN 22351

DESCRIPTION This project has a 2-year construction schedule with an interim completion date in 2019 and a project completion date in 2020. Complete the following work during the 2019 construction season (Year 1) by the interim completion date of November 16, 2019:

1. Structure Work; 2. Median Cross-Overs at East Midway Structure; 3. Concrete Pavement Repair and Bituminous Patching; 4. 2” Mill and 2” HMA Overlay; 5. Shoulder Rumble Strips; 6. Barriers and Guardrail; 7. Signing; 8. Interim Pavement Marking – Paint; 9. All other miscellaneous items other than the items listed in year 2020.

Complete the following work during the 2020 construction season (Year 2) by the project completion date of August 1, 2020:

1. All Work within Projects IM-1-094(196)162 & IM-1-094(204)168; 2. Slurry Seal & Shoulder Sand Seal, with the exceptions noted in “Slurry Seal and Sand

Seal Requirements; 3. Signals at Sunset Drive; 4. Lighting at I-94/ND 25 Interchange; 5. Interim Pavement Marking – Paint; 6. Permanent Pavement Marking – Grooved Epoxy;

Do not perform additional work outside the 2019 construction season in Year 1 without the Engineer’s written permission. Obtain the Engineer’s written permission, via change order, before performing any work included in the 2020 construction season during the 2019 construction season. SLURRY SEAL AND SAND SEAL REQUIREMENTS In Year 2 of construction, begin the slurry and sand seal operation no earlier than May 18, 2020 and no later than May 28, 2020. Complete these operations within 30 calendar days of beginning seal work. The Engineer will charge liquidated damages at a rate of $5,000 per calendar day for failure to complete the slurry and sand seal application within 30 calendar

Page 19: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

Revised 1/31/19 SP 766(14) Page 2 of 2

days and until all seal work is completed. The slurry seal requires a cure period of 14 calendar days before permanent pavement markings can be applied. Complete the permanent pavement marking within 15 working days after the required cure period. Liquidated damages for failure to complete the permanent pavement marking within 15 working days after the required cure period will also be charged at a rate of $5,000 per calendar day until completed. INTERIM COMPLETION LIQUIDATED DAMAGES If the work included in Year 1 is not complete by the interim completion date, the Engineer will charge Liquidated Damages of $5,000 per day until the Year 1 work is complete. For Year 1 work to be considered complete, the following conditions must be met, in addition to the work items listed above:

A. The roadways are overlaid with bituminous pavement and are open to all lanes of traffic;

B. Remove construction equipment, garbage, and materials from the Right of Way; and C. Remove all portable traffic control devices.

Request an interim completion walk through with the Engineer a minimum of two days before the walk through occurs. The Engineer may require the completion of additional items of work related to the Year 1 construction before determining that the Year 1 work is substantially complete as defined in Section 101.04, “Definitions” and determines that Liquidated Damages will not be charged or will stop being charged.

Page 20: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

SpecNo.

AmountDescription Unit

Approx.Quantity

Unit Price

$$$$$ 000 $$$$$ 00

PROPOSAL FORMNorth Dakota Department of Transportation

009Page 5 of 13

2/6/2019

JobFebruary 08, 2019BID OPENING:

CodeNo.

Bidder must type or neatly print unit prices in numerals, make extensions for each item, and total. Do not carry unit prices further than three (3) decimal places.

ItemNo.

Projects: IM-TRP-1-094(194)147 (PCN-21866), IM-1-194(007)000 (PCN-21943), NHU-1-810(026)000 (PCN-22199), IM-1-094(196)162 (PCN-21975), and IM-1-094(204)168 (PCN-22351)

Rev: BID ITEMS

CONTRACT BOND 1.001 103 0100 L SUM

ESCROW OF BID DOCUMENTATION 1.002 103 0200 L SUM

RAILWAY PROTECTION INSURANCE-SITE 1 1.003 107 0103 EA

CRITICAL PATH METHOD SCHEDULE 1.004 108 0001 L SUM

REMOVE AGGREGATE BASE & SURFACING 1,537.005 202 0021 TON

REMOVAL OF CONCRETE 1.006 202 0111 L SUM

REMOVAL OF CONCRETE 500275.007 202 0113 CY

REMOVAL OF BITUMINOUS SURFACING 18,795.008 202 0132 SY

COMMON EXCAVATION-WASTE 320.009 203 0113 CY

GUARDRAIL EMBANKMENT 4.010 203 0218 EA

REMOVE & REPLACE CONCRETE SLOPE PROTECTION 40077.011 258 0200 SY

AGGREGATE BASE COURSE CL 5 1,585.012 302 0120 TON

TACK COAT 33,089.013 401 0050 GAL

MILLING PAVEMENT SURFACE - 2 INCH 674,521.014 411 0114 SY

CRS2P EMULSIFIED ASPHALT 19,602.015 420 0111 GAL

COVER COAT MATERIAL CL 45 590.016 420 0146 TON

Page 21: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

SpecNo.

AmountDescription Unit

Approx.Quantity

Unit Price

$$$$$ 000 $$$$$ 00

PROPOSAL FORMNorth Dakota Department of Transportation

009Page 6 of 13

2/6/2019

JobFebruary 08, 2019BID OPENING:

CodeNo.

Bidder must type or neatly print unit prices in numerals, make extensions for each item, and total. Do not carry unit prices further than three (3) decimal places.

ItemNo.

Projects: IM-TRP-1-094(194)147 (PCN-21866), IM-1-194(007)000 (PCN-21943), NHU-1-810(026)000 (PCN-22199), IM-1-094(196)162 (PCN-21975), and IM-1-094(204)168 (PCN-22351)

Rev: BID ITEMS

AGGREGATE FOR SLURRY SEAL-TYPE III 6,492.017 422 0011 TON

ASPHALT EMULSION FOR SLURRY SEAL 189,351.018 422 0020 GAL

RAP - SUPERPAVE FAA 45 72,826.019 430 0145 TON

HMA INTELLIGENT COMPACTION 1.020 430 0400 L SUM

COMMERCIAL GRADE HOT MIX ASPHALT 3004,194.021 430 0500 TON

CORED SAMPLE 327.022 430 1000 EA

PG 58H-28 ASPHALT CEMENT 2,986.023 430 5806 TON

PCC PAVEMENT GRINDING 3004,733.024 550 0210 SY

CONCRETE MEDIAN PAVEMENT 300823.025 550 3005 SY

DOWELED CONTRACTION JOINT ASSEMBLY 1,492.026 570 0240 LF

DOWEL BARS 3,546.027 570 0424 EA

FULL DEPTH REPAIR-END PREP-MECH SPLICE 338.028 570 0646 EA

FULL DEPTH REPAIR-END PREPARATION 362.029 570 0648 EA

CONCRETE PAVEMENT REPAIR-FULL DEPTH-DOWELED 4,644.030 570 0650 SY

CONCRETE PAVEMENT REPAIR-FULL DEPTH-CONTINUOUS 7,321.031 570 0652 SY

CLASS AAE-3 CONCRETE 400397.032 602 0130 CY

Page 22: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

SpecNo.

AmountDescription Unit

Approx.Quantity

Unit Price

$$$$$ 000 $$$$$ 00

PROPOSAL FORMNorth Dakota Department of Transportation

009Page 7 of 13

2/6/2019

JobFebruary 08, 2019BID OPENING:

CodeNo.

Bidder must type or neatly print unit prices in numerals, make extensions for each item, and total. Do not carry unit prices further than three (3) decimal places.

ItemNo.

Projects: IM-TRP-1-094(194)147 (PCN-21866), IM-1-194(007)000 (PCN-21943), NHU-1-810(026)000 (PCN-22199), IM-1-094(196)162 (PCN-21975), and IM-1-094(204)168 (PCN-22351)

Rev: BID ITEMS

BRIDGE APPROACH SLAB-REMOVE & REPLACE 3001,121.033 602 1135 SY

JERSEY BARRIER FORMED OR SLIP FORMED 400897.034 602 1200 LF

SINGLE SLOPE BARRIER 105.035 602 1220 LF

PENETRATING WATER REPELLENT TREATMENT 19,256.036 602 1250 SY

REINFORCING STEEL-GRADE 60-EPOXY COATED 108,872.037 612 0116 LBS

OVERLAY CONCRETE 447.038 650 0704 CY

CLASS 1 REMOVAL 6,488.039 650 0720 SY

CLASS 2 REMOVAL 1,428.040 650 0721 SY

CLASS 2-A REMOVAL 2,571.041 650 0722 LF

CLASS 3 REMOVAL 324.042 650 0723 SY

CLASS 4 REMOVAL 65.043 650 0724 SY

DECK SPALL REPAIR 609.044 650 0805 SF

MOBILIZATION 1.045 702 0100 L SUM

FLAGGING 6,200.046 704 0100 MHR

TRAFFIC CONTROL SIGNS 19,385.047 704 1000 UNIT

ATTENUATION DEVICE-TYPE B-55 8.048 704 1041 EA

Page 23: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

SpecNo.

AmountDescription Unit

Approx.Quantity

Unit Price

$$$$$ 000 $$$$$ 00

PROPOSAL FORMNorth Dakota Department of Transportation

009Page 8 of 13

2/6/2019

JobFebruary 08, 2019BID OPENING:

CodeNo.

Bidder must type or neatly print unit prices in numerals, make extensions for each item, and total. Do not carry unit prices further than three (3) decimal places.

ItemNo.

Projects: IM-TRP-1-094(194)147 (PCN-21866), IM-1-194(007)000 (PCN-21943), NHU-1-810(026)000 (PCN-22199), IM-1-094(196)162 (PCN-21975), and IM-1-094(204)168 (PCN-22351)

Rev: BID ITEMS

ATTENUATION DEVICE-TYPE B-75 2.049 704 1045 EA

PORTABLE RUMBLE STRIPS 10.050 704 1048 EA

TYPE I BARRICADE 67.051 704 1050 EA

TYPE III BARRICADE 110.052 704 1052 EA

DELINEATOR DRUMS 638.053 704 1060 EA

TUBULAR MARKERS 1,580.054 704 1067 EA

FLEXIBLE DELINEATORS 30.055 704 1072 EA

STACKABLE VERTICAL PANELS 134.056 704 1080 EA

SEQUENCING ARROW PANEL-TYPE C 18.057 704 1087 EA

PRECAST CONCRETE MED BARRIER-STATE FURNISHED 499.058 704 3510 EA

QUEUE DETECTION SYSTEM 3.059 704 4075 EA

BITUMINOUS LABORATORY 1.060 706 0550 EA

CONTRACTOR'S LABORATORY 1.061 706 0600 EA

CURB & GUTTER-TYPE 1 SPECIAL 161.062 748 0141 LF

FLAT SHEET FOR SIGNS-TYPE XI REFL SHEETING 52.063 754 0110 SF

FLAT SHEET FOR SIGNS-TYPE IV REFL SHEETING 7.064 754 0112 SF

Page 24: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

SpecNo.

AmountDescription Unit

Approx.Quantity

Unit Price

$$$$$ 000 $$$$$ 00

PROPOSAL FORMNorth Dakota Department of Transportation

009Page 9 of 13

2/6/2019

JobFebruary 08, 2019BID OPENING:

CodeNo.

Bidder must type or neatly print unit prices in numerals, make extensions for each item, and total. Do not carry unit prices further than three (3) decimal places.

ItemNo.

Projects: IM-TRP-1-094(194)147 (PCN-21866), IM-1-194(007)000 (PCN-21943), NHU-1-810(026)000 (PCN-22199), IM-1-094(196)162 (PCN-21975), and IM-1-094(204)168 (PCN-22351)

Rev: BID ITEMS

GALV STEEL POST-STANDARD PIPE 29.065 754 0210 LF

CLASS AE CONCRETE-SIGN FOUNDATIONS 600.066 754 1100 CY

REMOVE SIGN FOUNDATION 2.067 754 1104 EA

RUMBLE STRIPS - ASPHALT SHOULDER 2003.068 760 0005 MILE

PVMT MK PAINTED-MESSAGE 448.069 762 0103 SF

EPOXY PVMT MK 4IN LINE-GROOVED 331,125.070 762 0110 LF

EPOXY PVMT MK 4IN LINE 1,913.071 762 0113 LF

EPOXY PVMT MK 6IN LINE-GROOVED 550.072 762 0131 LF

EPOXY PVMT MK 8IN LINE-GROOVED 16,522.073 762 0132 LF

EPOXY PVMT MK 24IN LINE-GROOVED 980.074 762 0135 LF

EPOXY PVMT MK MESSAGE-GROOVED 448.075 762 0136 SF

SHORT TERM 4IN LINE-TYPE NR 1,103,378.076 762 0430 LF

SHORT TERM MESSAGE-TYPE NR 1,344.077 762 0442 SF

PVMT MK PAINTED 4IN LINE 350,332.078 762 1104 LF

PVMT MK PAINTED 6IN LINE 550.079 762 1106 LF

PVMT MK PAINTED 8IN LINE 16,917.080 762 1108 LF

Page 25: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

SpecNo.

AmountDescription Unit

Approx.Quantity

Unit Price

$$$$$ 000 $$$$$ 00

PROPOSAL FORMNorth Dakota Department of Transportation

009Page 10 of 13

2/6/2019

JobFebruary 08, 2019BID OPENING:

CodeNo.

Bidder must type or neatly print unit prices in numerals, make extensions for each item, and total. Do not carry unit prices further than three (3) decimal places.

ItemNo.

Projects: IM-TRP-1-094(194)147 (PCN-21866), IM-1-194(007)000 (PCN-21943), NHU-1-810(026)000 (PCN-22199), IM-1-094(196)162 (PCN-21975), and IM-1-094(204)168 (PCN-22351)

Rev: BID ITEMS

PVMT MK PAINTED 24IN LINE 1,040.081 762 1124 LF

W-BEAM GUARDRAIL 3,264.082 764 0131 LF

W-BEAM GUARDRAIL END TERMINAL 6.083 764 0145 EA

REMOVE & RESET GUARDRAIL 654.084 764 0150 LF

REMOVE W-BEAM GUARDRAIL & POSTS 3,763.085 764 0151 LF

REMOVE END TREATMENT & TRANSITION 4.086 764 2081 EA

REVISE LIGHTING SYSTEM 1.087 770 4525 EA

TRAFFIC SIGNALS SYSTEM 2.088 772 0001 EA

REMOVE TRAFFIC SIGNAL SYSTEM 2.089 772 3125 EA

BRIDGE BENCH MARKS 1.090 930 3000 SET

POLYURETHANE FOAM 3,275.091 930 3631 LBS

ROADWAY CANOPY 1.092 930 7012 L SUM

SILICONE SEALANT 346.093 930 8644 LF

4IN EXPANSION JOINT STRIP SEAL 80065.094 930 8666 LF

SPALL REPAIR 133.095 930 9612 SF

APPROACH SLAB LIP REPAIR 800431.096 930 9639 LF

Page 26: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

SpecNo.

AmountDescription Unit

Approx.Quantity

Unit Price

$$$$$ 000 $$$$$ 00

PROPOSAL FORMNorth Dakota Department of Transportation

009Page 11 of 13

2/6/2019

JobFebruary 08, 2019BID OPENING:

CodeNo.

Bidder must type or neatly print unit prices in numerals, make extensions for each item, and total. Do not carry unit prices further than three (3) decimal places.

ItemNo.

Projects: IM-TRP-1-094(194)147 (PCN-21866), IM-1-194(007)000 (PCN-21943), NHU-1-810(026)000 (PCN-22199), IM-1-094(196)162 (PCN-21975), and IM-1-094(204)168 (PCN-22351)

Rev: BID ITEMS

ABUTMENT REPAIR 1.097 930 9660 L SUM

EXPANSION JOINT MODIFICATION 208.098 950 8673 LF

TOTAL SUM BID

Page 27: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

STATE PROJECT NO. SECTION NO.

SHEETNO.

2/5/2019 7:43:35 PM cfrising

ND 2

IM-TRP-1-094(194)147

REVISED 2/5/2019

TABLE OF CONTENTS

IM-1-194(007)000

1

..     ..     ....

Section Page(s) DescriptionPLAN SECTIONS

1 Title Sheet11 Design Data22 Table of Contents1 - 24 Scope of Work1 - 46 Notes1 - 78 Quantities1 - 710 Basis of Estimate1 - 311 Data Tables1 - 420 General Details1 - 2530 Typical Sections1 - 2190 Paving Layouts1 - 50100 Work Zone Traffic Control1 - 48110 Signing1 - 4120 Pavement Marking1 - 9130 Barrier & Guardrail1 - 39140 Lighting1150 Signals - Sunset Drive1 - 16170 Bridges - Sunset Drive Interchange1 - 2170 Bridges - Collins Avenue Separation3170 Bridges - Mandan Avenue Interchange4 - 5170 Bridges - BNRR & Missouri Road Separation6 - 9170 Bridge - West Midway Separation10 - 12170 Bridge - East Midway Interchange13 - 30170 Bridge - Grant Marsh Bridge31 - 33170 Bridge - Businees Loop I-94 - Mem. Hwy.34 - 37170 Bridges - Memorial Hwy Interchange38 - 41170 Bridges - McKenzie Drive Interchange42 - 45170 Bridge - Expressway46

Number DescriptionSPECIAL PROVISIONS

SP 004(14) Federal Migratory Bird Treaty ActSP 727(14) Commercial Grade AsphaltSP 746(14) Queue Detection SystemSP 747(14) Flexible Pavement Surface ToleranceSP 748(14) Intelligent CompactionSP 766(14) Completion Dates

Page 28: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

REVISED 02/5/2019 NOTES

2/5/2019 7:48:47 PM R:\project\10094147.194\design\Addendum_2_Revised\006NT_001_notes.docm

STATE PROJECT NO. SECTION NO.

SHEET NO.

ND IM-TRP-1-094(194)147

IM-1-194(007)000 NHU-1-810(026)000

6 1

This document was originally issued and sealed by

Chad Frisinger, Registration Number

PE-4876, on 2/5/19 and the original document

is stored at the North Dakota Department of Transportation.

100-P01 COORDINATION OF PROJECTS: Other projects will be occurring in the vicinity of this project during the 2019 and 2020 construction seasons. Coordinate scheduling, work activities and traffic control devices to minimize confusion and delay to the public.

The 2019 projects are as follows:

• Replacement of the BNSF Railroad Bridge over the Missouri River in Bismarck and Mandan.

• Installation of high tension cable median barrier in Bismarck on I-94. The 2020 projects are as follows:

• Replacement of the BNSF Railroad Bridge over the Missouri River in Bismarck and Mandan.

• Main Street Mandan from the Heart River Bridge to Twin City Drive • Mandan Avenue Interchange (Exit 153) – Ramp Revisions • Expressway Bridge (joint repair and painting) • ND 1806 from I-94 extending north to 27th St NW

107-115 RAILROAD PROTECTIVE LIABILITY INSURANCE: This project crosses the BNSF

Railway Company at RP 154.232. The type of work that will be performed within the railroad right of way is bridge deck overlay, reseal joints and abutment spall repairs. Direct inquiries regarding protective liability insurance to: Rosa Martinez Marsh USA Inc. 4400 Comerica Bank Tower 1717 Main Street Dallas, TX 75201-7357, USA 214-303-8519 [email protected] Obtain information regarding crossing number 092615U from the Federal Railroad Administration website: http://safetydata.fra.dot.gov/Officeofsafety/

107-P01 CONSTRUCTION TRAFFIC: The Contractor’s construction is limited to access at

interchanges only. Construction traffic will not be permitted to access from one roadway to the other roadway through the median.

108-100 WEEKLY PLANNING & REPORTING MEETING: A weekly planning and reporting

meeting is required. 108-150 PUBLIC RELATIONS COORDINATOR: Provide a public relations and information

coordinator. The coordinator cannot be the project superintendent or construction foreman. The coordinator should be knowledgeable in construction operations, be able to develop effective media releases, possess written and verbal communication skills, and be able to organize productive meetings.

Provide the name, work address, and work phone number to the relevant project, community, and media personnel.

The public relations coordinator is responsible for providing the following:

1. Organizing, scheduling, and conducting the meeting specified in Note 108-100, "Weekly Planning/Reporting Meeting".

2. Advise Justin Froseth, Mandan Planning and Engineering Director, PH: 701-667-3227, Email: [email protected], of upcoming construction activities in regard to road closures and traffic detour routes so that city police, emergency services, schools, and other pertinent city agencies may be notified. Notify Justin a minimum of 2 working days in advance of these described road closures or related construction activities.

3. Provide news releases and necessary drawings to the media before and during construction. News releases should inform the public on construction activities, schedules, street closures, width or height restrictions to traffic, and traffic detour routes. Update news releases regarding construction activities every other week, at a minimum.

4. Be available for media interviews. 5. Work directly with property owners and businesses affected by construction

activities. The coordinator must have sufficient knowledge and authority to resolve property owner and business concerns regarding scheduling, maintaining access, and construction operations.

108-P01 PROJECT PHASING FOR MILLING AND PAVING: Complete all milling and HMA

paving designated below during non-peak hours.

o EB and WB I-94 from the east end of Mandan Avenue Interchange to the Grant Marsh Bridge.

o EB and WB I-194 and ND 810 from I-194 (RP 0) to ND 810 (RP 0.3) located at south end of the Memorial Hwy Interchange.

o East Midway Loop Ramp - close ramp o East Midway SE Ramp (exiting I-194/entering I-94) – close ramp o Memorial Highway Loop Ramps – close ramp o Memorial Highway Flyover Ramp – close ramp

Non-peak hours: Monday 6:30 PM to Tuesday 6:30 AM (12 hrs) Tuesday 6:30 PM to Wednesday 6:30 AM (12 hrs) Wednesday 6:30 PM to Thursday 6:30 AM (12 hrs) Thursday 6:30 PM to Friday 6:30 AM (12 hrs) Friday 6:30 PM to Saturday 10:00 AM (15.5 hrs) Saturday 6:30 PM to Monday 6:30 AM (36 hrs) Only close ramps when milling or paving is being performed.

Re-open ramps for traffic after milling or paving is complete.

Page 29: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

REVISED 02/5/2019 NOTES

2/5/2019 7:48:47 PM R:\project\10094147.194\design\Addendum_2_Revised\006NT_001_notes.docm

STATE PROJECT NO. SECTION NO.

SHEET NO.

ND IM-TRP-1-094(194)147

IM-1-194(007)000 NHU-1-810(026)000

6 2

This document was originally issued and sealed by

Chad Frisinger, Registration Number

PE-4876, on 2/5/19 and the original document

is stored at the North Dakota Department of Transportation.

108-P02 PROJECT PHASING FOR SLURRY SEAL: Complete all Slurry Seal work designated below during non-peak hours. All traffic lanes will be open to traffic at the end of each non-peak hour cycle.

o EB and WB I-94 from the east end of Mandan Avenue Interchange to the Grant

Marsh Bridge. o EB and WB I-194 and ND 810 from I-194 (RP 0) to ND 810 (RP 0.3) located at

south end of the Memorial Hwy Interchange. o East Midway Loop Ramp - close ramp o East Midway SE Ramp (exiting I-194/entering I-94) – close ramp o Memorial Highway Loop Ramps – close ramp o Memorial Highway Flyover Ramp – close ramp

Non-peak hours: Monday 6:30 PM to Tuesday 6:30 AM (12 hrs) Tuesday 6:30 PM to Wednesday 6:30 AM (12 hrs) Wednesday 6:30 PM to Thursday 6:30 AM (12 hrs) Thursday 6:30 PM to Friday 6:30 AM (12 hrs) Friday 6:30 PM to Saturday 10:00 AM (15.5 hrs) Saturday 6:30 PM to Monday 6:30 AM (36 hrs) Liquidated damages for failure to open traffic lanes/ramps in the construction areas

restricted to work only in non-peak hours will be assessed at a charge of $2,500 per lane hour for each 1000 FT of lane/ramp closure. Any fraction of 1000 FT or hour will be considered a full 1000 FT or hour. Charges will be assessed when lane/ramp closures are in place, whether or not work is in progress and regardless of weather conditions. Liquidated damages for lane/ramp closures in restricted areas may run concurrently with liquidated damages associated with failure to complete all work by the required completion date.

108-P03 WORK PROGRESSION: Slurry seal the on/off ramps/loops prior to slurry sealing

mainline. Slurry seal the passing lane prior to slurry sealing the driving lane. Sand seal the shoulders after the adjacent lane has been slurry sealed.

108-P04 NOISE ORDINANCE: A variance to the city of Mandan’s noise ordinance has been

obtained by the NDDOT to allow Contractor to perform work during non-peak hours. Non-peak hours are defined in plan notes 108-P01 and 108-P02 PROJECT PHASING.

202-P01 REMOVAL OF BITUMINOUS SURFACING AT CPR LOCATIONS: Actual thickness

of the bituminous overlay at areas of concrete pavement repair may vary due to patching. No additional payment will made for unforeseen pavement thickness. Include all costs for bituminous pavement removal at areas of CPR in the unit price for “Removal of Bituminous Surfacing”.

203-P01 COMMON EXCAVATION - WASTE: At the locations of the median cross-overs,

remove the existing aggregate base and earthen material to accommodate the

placement of Cl 5 and HMA. Payment for the bid item “Common Excavation – Waste” will be paid at plan quantity.

411-P01 TEMPORARY ASPHALT WEDGES: Place temporary asphalt at the milled straight

vertical edge locations to allow for a smooth passage of vehicles. Place a 4 foot long wedge for a 2” milling transition. Do not use milled bituminous material as wedges. Place wedges at these milled areas prior to traffic being allowed on the milled roadway section. Include all costs associated with the installation, maintenance and removal of the asphalt wedges in the contract price for “Milling Pavement Surface”.

411-P02 MILLING PAVEMENT SURFACE: Use the milled material for the following:

1. Incorporate as Recycled Asphalt Pavement into the Superpave FAA 45. 2. Place and compact 30 tons at each of the authorized vehicle crossings located

within the project limits. See Sec 20 for locations and quantities. 3. The remaining milled material to become property of the contractor.

Include all costs to perform the above described work in the price bid for “Milling

Pavement Surface. 411-P03 MILLING AT GUARDRAIL: Do not impact the existing surfacing at guardrail locations

where the guardrail is to remain in-place. Narrow the milling and paving operations to fit the existing guardrail locations.

422-P01 SLURRY SEAL: In areas where the slurry seal is to be paved during non-peak hours

(night) and re-opened the following morning, the contractor may substitute Asphalt Emulsion for Micro Surfacing (polymer emulsified asphalt) in place of Asphalt Emulsion for Slurry Seal to assist in the curing required. Either asphalt will be paid for as “Asphalt Emulsion for Slurry Seal”.

430-100 HMA LONGITUDINAL JOINTS: Construct the HMA joints as detailed within this note.

Place a longitudinal joint at the centerline of the roadway. Construct each lane and the adjoining shoulder using a single pass or a hot seam. A hot seam is defined as follows:

• Constructed using two pavers simultaneously; • No more than 300 feet between pavers; and • Roll the seam between paver passes in a manner such

that the seam is not visible. 430-P01 ASPHALT PATCH AT CPR LOCATIONS: At the full depth

concrete pavement repair locations, place an asphalt patch

Page 30: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

REVISED 02/5/2019 NOTES

2/5/2019 7:48:47 PM R:\project\10094147.194\design\Addendum_2_Revised\006NT_001_notes.docm

STATE PROJECT NO. SECTION NO.

SHEET NO.

ND IM-TRP-1-094(194)147

IM-1-194(007)000 NHU-1-810(026)000

6 3

This document was originally issued and sealed by

Chad Frisinger, Registration Number

PE-4876, on 2/5/19 and the original document

is stored at the North Dakota Department of Transportation.

that matches the profile of the existing pavement before the lane is opened back up to traffic.

Include all costs associated with labor, materials, and equipment for the asphalt

patching at the CPR locations in the unit price bid for “Commercial Grade Hot Mix Asphalt”.

430-P02 SCENIC OVERLOOK PARKING STOPS: Temporarily remove the 27 plastic parking

stops (and fastening pins) at the Scenic Overlook parking lot prior to paving. Reset the parking stops back to their approximate original position after paving. Secure the parking stops with pins or spikes to the newly paved bituminous surface. Include all costs associated with this described work in the unit price bid for “RAP – Superpave FAA 45”.

570-P01 CONCRETE PAVEMENT REPAIRS: The items “Concrete Pavement Repair – Full-

Depth - Continuous” and “Concrete Pavement Repair – Full Depth – Doweled”, each contain an additional 10% quantity for use as directed by the Engineer.

570-P02 CONCRETE PAVEMENT REPAIR: At areas of concrete pavement repair, fill any

void 1” or greater in depth (in the base section) with Aggregate Base Course - Cl 5. Include all costs for aggregate in the unit price bid for “Concrete Pavement Repair – Full-Depth – Continuous” and “Concrete Pavement Repair – Full-Depth - Doweled”.

570-P03 JOINT SEALING: Do not seal any joints in areas of CPR that are to be overlaid with

HMA. 570-P04 SPALL REPAIR: Remove the bituminous overlay from the EB ramp auxiliary lane

between the Scenic Overlook and Sunset Drive Interchange. The engineer will determine areas for spall repair and full depth concrete repairs. An estimated quantity of 900 SF has been provided for spall repairs and the estimated quantity for full depth concrete repair has been provided in the quantities as shown in the CPR tables found in Section 11.

704-100 TRAFFIC CONTROL SUPERVISOR: Provide a Traffic Control Supervisor. 704-200 PRECAST CONCRETE MEDIAN BARRIERS – STATE FURNISHED: A total of 397

barriers are required for the project. Obtain 100 barriers from NDDOT Maintenance Yard in Bismarck, 125 from the NDDOT Maintenance Yard in Steele, and 172 for the NDDOT Maintenance Yard in Minot.

At the end of Year 1, return the barriers obtained from Minot back to Minot and 123 of the 125 obtained from the Steel Maintenance Yard. Store the remaining 102 barriers at the Bismarck Maintenance Yard to be used for Year 2 construction. Year 2 requires 102 barriers for the bridge deck overlays at the Apple Creek structures as part of IM-1-094(204)168 project. At the end of year 2, return the remaining barriers to the Bismarck Maintenance Yard.

Some 4 inch x 4 inch boards are available at the return location. Provide any additional 4 inch x 4 inch boards necessary to stack barriers. The boards will become property of the Department. Include the cost for boards in the contract unit price for "Precast Concrete Median Barrier - State Furnished".

704-255 TRAFFIC CONTROL FOR SHOULDER DROP-OFF: If the shoulder and adjacent

driving lane are not even at the end of the day, the following criteria will apply: Place the following sign assembly at the locations listed below. Sign Assembly: Sign No. W8-9a-48 "Shoulder Drop Off" and supplemental plate Sign No. W20-52-54 to identify the distance. Locations:

• In advance of the drop off; • Spaced at each mile from the advance sign; and • At major intersections (CMC routes, state and US highways, and Interstate Ramps). If the difference in elevation between the shoulder and the driving lane is 2" or greater, construct a slough on the driving lane that is 4:1 or flatter. If the difference in elevation between the shoulder and driving lane is less than 2", no slough is required. Sign assemblies will be measured and paid for according to Section 704 "Temporary Traffic Control".

704-500 PORTABLE RUMBLE STRIPS (PRS): Use PRS made of rubber or engineered

polymers.

Install PRS that meet the following criteria: • Have no adhesives or fasteners required for placement; • Have a manufacture’s speed rating that meets or exceeds the posted speed

limit; and • Each strip in the array must weigh a minimum of 100

pounds. Use individual PRS constructed in one of the following manners:

• A single piece; • Inter locking segments; or • Two pieces hinged at the midpoint.

Page 31: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

REVISED 02/5/2019 NOTES

2/5/2019 7:48:47 PM R:\project\10094147.194\design\Addendum_2_Revised\006NT_001_notes.docm

STATE PROJECT NO. SECTION NO.

SHEET NO.

ND IM-TRP-1-094(194)147

IM-1-194(007)000 NHU-1-810(026)000

6 4

This document was originally issued and sealed by

Chad Frisinger, Registration Number

PE-4876, on 2/5/19 and the original document

is stored at the North Dakota Department of Transportation.

An installed array of PRS consists of a minimum of 3 individual strips. Move rumble strips with the flagging operation. Do not place rumble strips on horizontal curves. The Engineer will count and measure each array as one unit. Include the cost of providing, installing, maintaining, and relocating PRS in the unit price bid for “Portable Rumble Strips”.

704-510 OBLITERATION OF PAVEMENT MARKINGS: Masking of pavement markings

designated for obliteration is allowed. Choose to remove or mask marking as specified in Section 704.04 N, "Obliteration of Pavement Markings".

704-900 ATTENUATION DEVICE TYPE B: Install either of the following attenuation devices:

• The barrel type shown on standard D-704-01; or • The water filled attenuation device described in this note.

Install liquid filled attenuation devices that are 2.5 feet wide. Before installing devices, provide the Engineer a Certificate of Compliance stating that the devices meet NCHRP Report 350 or MASH, and a copy of an eligibility letter from FHWA. Use devices rated for the MPH designation used in the item description. Install devices according to the manufacturer's specifications. Add calcium magnesium acetate or potassium acetate to the water when the ambient air temperature is expected to drop below 32°F. Contact the Engineer and the NDDOT Environmental and Transportation Services Division in the case of a spill leaving the roadway. Dispose of the mixture inside the device as specified in Section 107.17, "Removed Material". Provide replacement pieces for each location, up to a maximum of 20 pieces per project. Include a minimum of 2 nose pieces in the replacement pieces. Stage replacement pieces on the project site. Immediately replace any damaged pieces. The Department will reimburse the Contractor for damaged pieces based on the invoice price plus 10 percent. All other costs associated with installing and maintaining replacement pieces will be at no additional cost to the Department.

704-P01 TRAFFIC CONTROL DEVICES: Provide traffic control using the following layouts:

D-704-15, Layout Type A for ramp mill and overlay.

D-704-18, Sign Layout for Interstate System One Lane Closure D-704-22, Layouts Type K and Type L for construction trucks hauling material. D-704-26, Layouts Type CC, EE, and GG D-704-27, For pavement marking operations D-704-35, Sign Layout for One Lane Closure Interstate System D-704-56, For grinding shoulder rumble strips The traffic control signs, devices, concrete barriers and attenuation devices are required for both years of construction. Remove all traffic control devices at the end of Year 1 as described in the Completion Dates SP. Any traffic control signs, devices, barriers and attenuation required for Year 2 of construction will be paid for again under the appropriate pay item and project number. The Engineer will measure and pay for individual traffic control devices required for each year of construction.

704-P02 TRAFFIC CONTROL FOR HMA OVERLAYS: Provide traffic control consisting of a

temporary lane closure and flagging.

The maximum work zone length is limited to one day's production. One day's production is defined as the length of roadway that can be paved in a single day plus the length of roadway that can be milled in a single day. For estimating purposes, the traffic control device list is based on a 3 mile work zone and the following list:

1. Standard D-704-22, Types K and L; 2. Standard D-704-26, Types CC, EE, and GG; 3. Standard D-704-34A; and 4. Standard D-704-35.

If all or portions of the lane closure are removed and uneven lanes exist, provide traffic control as specified in Section 704.04 O, "Traffic Control for Uneven Pavement". Complete work in a manner such that lane closures can safely be removed if no work is to take place for more than 3 consecutive days. Remove lane closures if no work is to take place for more than 3 consecutive days. The Department will pay for all necessary deployed devices, regardless of the number and length of the lane closures.

Page 32: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

REVISED 02/5/2019 NOTES

2/5/2019 7:48:47 PM R:\project\10094147.194\design\Addendum_2_Revised\006NT_001_notes.docm

STATE PROJECT NO. SECTION NO.

SHEET NO.

ND IM-TRP-1-094(194)147

IM-1-194(007)000 NHU-1-810(026)000

6 5

This document was originally issued and sealed by

Chad Frisinger, Registration Number

PE-4876, on 2/5/19 and the original document

is stored at the North Dakota Department of Transportation.

704-P03 TRAFFIC CONTROL FOR CONCRETE PAVEMENT REPAIR: Provide traffic control consisting of a temporary lane closure as shown in section 100 of the plans and flagging.

Any modification to the traffic control plan provided shall not result in a work zone greater than six miles. The length of the work zone includes the daily construction area plus the longitudinal buffer space and does not include tapers.

Place vertical panels on the roadway centerline adjacent to full depth repair areas. Place panels every 10 feet and use a minimum of two panels at each full depth repair area.

Place Type I barricades in front of each full depth removal area. Position barricades so that they do not encroach into the traffic lane. Quantities of Type I barricades and vertical panels are based on 50 full depth repair locations and 2 vertical panels per location. The Department will pay for additional barricades and panels at the contract unit price for the devices.

Remove or shorten lane closures after new concrete has reached the required strength for opening to traffic specified in Section 570.04 A.1.b, "Full Depth Repairs".

704-P04 WORK ZONE TRAFFIC CONTROL PHASING: Traffic control phases 1-9, as shown

in Section 100, consists of a progression of one lane closures starting at Washington Street in phase 1 and ending at Highway 25 in phase 9. It is anticipated to run this progression of phasing 3 separate times. The first for CPR repairs, bituminous patching and structural work, the second for milling and paving, and third for a slurry seal.

Traffic control phase A and B, as shown in Section 100, have been included

independent of phases 1-9 as it is anticipated that the structural work on East Midway Interchange will not be achievable in the adjacent one lane closures provided in phase 3 and 4 alone. When working outside of the one lane closures provided in phase 3 and 4, sign phase A and B as an independent one lane closure in accordance with Standard Drawings D-704-18 and D-704-35.

If the contractor elects to perform work on more structures than what is shown in a

particular phase (from 1 to 9), he can as long as a written traffic control plan is submitted to the Engineer for review and active work or concrete curing is being performed at these structures. Perform this structure work in a manner that minimizes impacts to traffic. The Engineer will pay for additional devices for these additional lane closures if the contractor elects to work in this manner.

762-050 PAVEMENT MARKING: If the Engineer and Contractor agree, plan quantity will be used as the measurement for payment for pavement marking items.

762-P01 PAVEMENT MARKING: Allow a 14 day curing period on the slurry seal before the

application of epoxy pavement markings are applied.

Page 33: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

ESTIMATE OF QUANTITIESSTATE PROJECT NO. SECTION

NO.SHEETNO.

ND 8

IM-TRP-1-094(194)147 2

REVISED 02/05/2019

INTERSTATE SPEC CODE ITEM DESCRIPTION UNIT 94 TRP FUNDING TOTAL ---- ---- ---------------- ---- ------------ ------------ -----

602 1200 JERSEY BARRIER FORMED OR SLIP FORMED LF 435 435

602 1220 SINGLE SLOPE BARRIER LF 105 105

602 1250 PENETRATING WATER REPELLENT TREATMENT SY 8,604 8,604

612 0116 REINFORCING STEEL-GRADE 60-EPOXY COATED LBS 108,872 108,872

650 0704 OVERLAY CONCRETE CY 294 294

650 0720 CLASS 1 REMOVAL SY 4,243 4,243

650 0721 CLASS 2 REMOVAL SY 979 979

650 0722 CLASS 2-A REMOVAL LF 1,762 1,762

650 0723 CLASS 3 REMOVAL SY 212 212

650 0724 CLASS 4 REMOVAL SY 42 42

650 0805 DECK SPALL REPAIR SF 591 591

702 0100 MOBILIZATION L SUM 0.7 0.7

704 0100 FLAGGING MHR 2,000 2,000

704 1000 TRAFFIC CONTROL SIGNS UNIT 5,740 5,740

704 1041 ATTENUATION DEVICE-TYPE B-55 EA 4 4

704 1048 PORTABLE RUMBLE STRIPS EA 2 2

704 1050 TYPE I BARRICADE EA 50 50

704 1052 TYPE III BARRICADE EA 32 32

704 1060 DELINEATOR DRUMS EA 180 180

704 1067 TUBULAR MARKERS EA 320 320

704 1072 FLEXIBLE DELINEATORS EA 30 30

704 1080 STACKABLE VERTICAL PANELS EA 100 100

704 1087 SEQUENCING ARROW PANEL-TYPE C EA 4 4

704 3510 PRECAST CONCRETE MED BARRIER-STATE FURNISHED EA 137 137

704 4075 QUEUE DETECTION SYSTEM EA 3 3

706 0550 BITUMINOUS LABORATORY EA 0.71 0.71

706 0600 CONTRACTOR'S LABORATORY EA 0.71 0.71

748 0141 CURB & GUTTER-TYPE 1 SPECIAL LF 60 60

754 0110 FLAT SHEET FOR SIGNS-TYPE XI REFL SHEETING SF 52 52

754 0112 FLAT SHEET FOR SIGNS-TYPE IV REFL SHEETING SF 7 7

754 0210 GALV STEEL POST-STANDARD PIPE LF 29 29

754 1100 CLASS AE CONCRETE-SIGN FOUNDATIONS CY 0.6 0.6

ESTIMATE NUMBER: 18808 ESTIMATE TYPE: FINAL FINALIZED: Y RUN DATE: 02/05/2019 TIME: 16:58:56

Page 34: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

ESTIMATE OF QUANTITIESSTATE PROJECT NO. SECTION

NO.SHEETNO.

ND 8

IM-TRP-1-094(194)147 3

REVISED 02/05/2019

INTERSTATE SPEC CODE ITEM DESCRIPTION UNIT 94 TRP FUNDING TOTAL ---- ---- ---------------- ---- ------------ ------------ -----

754 1104 REMOVE SIGN FOUNDATION EA 2 2

760 0005 RUMBLE STRIPS - ASPHALT SHOULDER MILE 3.2 3.2

762 0103 PVMT MK PAINTED-MESSAGE SF 224 224

762 0110 EPOXY PVMT MK 4IN LINE-GROOVED LF 245,762 245,762

762 0131 EPOXY PVMT MK 6IN LINE-GROOVED LF 302 302

762 0132 EPOXY PVMT MK 8IN LINE-GROOVED LF 10,297 10,297

762 0135 EPOXY PVMT MK 24IN LINE-GROOVED LF 355 355

762 0136 EPOXY PVMT MK MESSAGE-GROOVED SF 224 224

762 0430 SHORT TERM 4IN LINE-TYPE NR LF 767,895 767,895

762 0442 SHORT TERM MESSAGE-TYPE NR SF 672 672

762 1104 PVMT MK PAINTED 4IN LINE LF 245,762 245,762

762 1106 PVMT MK PAINTED 6IN LINE LF 302 302

762 1108 PVMT MK PAINTED 8IN LINE LF 10,297 10,297

762 1124 PVMT MK PAINTED 24IN LINE LF 355 355

764 0131 W-BEAM GUARDRAIL LF 3,125 3,125

764 0145 W-BEAM GUARDRAIL END TERMINAL EA 4 4

764 0150 REMOVE & RESET GUARDRAIL LF 304 304

764 0151 REMOVE W-BEAM GUARDRAIL & POSTS LF 3,499 3,499

764 2081 REMOVE END TREATMENT & TRANSITION EA 3 3

770 4525 REVISE LIGHTING SYSTEM EA 1 1

772 0001 TRAFFIC SIGNALS SYSTEM EA 2 2

772 3125 REMOVE TRAFFIC SIGNAL SYSTEM EA 2 2

930 3000 BRIDGE BENCH MARKS SET 1 1

930 3631 POLYURETHANE FOAM LBS 3,275 3,275

930 7012 ROADWAY CANOPY L SUM 1 1

930 8644 SILICONE SEALANT LF 346 346

930 8666 4IN EXPANSION JOINT STRIP SEAL LF 65.8 65.8

930 9612 SPALL REPAIR SF 105 105

930 9660 ABUTMENT REPAIR L SUM 1 1

ESTIMATE NUMBER: 18808 ESTIMATE TYPE: FINAL FINALIZED: Y RUN DATE: 02/05/2019 TIME: 16:58:56

Page 35: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

ESTIMATE OF QUANTITIESSTATE PROJECT NO. SECTION

NO.SHEETNO.

ND 8

IM-1-194(007)000 5

REVISED 02/05/2019

BUSINESS SPEC CODE ITEM DESCRIPTION UNIT 194 TOTAL ---- ---- ---------------- ---- ------------ -----

650 0724 CLASS 4 REMOVAL SY 7 7

702 0100 MOBILIZATION L SUM 0.21 0.21

704 0100 FLAGGING MHR 2,000 2,000

704 1000 TRAFFIC CONTROL SIGNS UNIT 5,740 5,740

704 1041 ATTENUATION DEVICE-TYPE B-55 EA 2 2

704 1048 PORTABLE RUMBLE STRIPS EA 2 2

704 1052 TYPE III BARRICADE EA 32 32

704 1060 DELINEATOR DRUMS EA 160 160

704 1067 TUBULAR MARKERS EA 320 320

704 1087 SEQUENCING ARROW PANEL-TYPE C EA 4 4

704 3510 PRECAST CONCRETE MED BARRIER-STATE FURNISHED EA 130 130

706 0550 BITUMINOUS LABORATORY EA 0.22 0.22

706 0600 CONTRACTOR'S LABORATORY EA 0.22 0.22

748 0141 CURB & GUTTER-TYPE 1 SPECIAL LF 101 101

762 0103 PVMT MK PAINTED-MESSAGE SF 96 96

762 0110 EPOXY PVMT MK 4IN LINE-GROOVED LF 41,081 41,081

762 0132 EPOXY PVMT MK 8IN LINE-GROOVED LF 2,670 2,670

762 0135 EPOXY PVMT MK 24IN LINE-GROOVED LF 418 418

762 0136 EPOXY PVMT MK MESSAGE-GROOVED SF 96 96

762 0430 SHORT TERM 4IN LINE-TYPE NR LF 131,253 131,253

762 0442 SHORT TERM MESSAGE-TYPE NR SF 288 288

762 1104 PVMT MK PAINTED 4IN LINE LF 41,081 41,081

762 1108 PVMT MK PAINTED 8IN LINE LF 2,670 2,670

762 1124 PVMT MK PAINTED 24IN LINE LF 418 418

764 0131 W-BEAM GUARDRAIL LF 139 139

764 0145 W-BEAM GUARDRAIL END TERMINAL EA 2 2

764 0150 REMOVE & RESET GUARDRAIL LF 242 242

764 0151 REMOVE W-BEAM GUARDRAIL & POSTS LF 264 264

764 2081 REMOVE END TREATMENT & TRANSITION EA 1 1

930 9639 APPROACH SLAB LIP REPAIR LF 273.8 273.8

950 8673 EXPANSION JOINT MODIFICATION LF 208 208

ESTIMATE NUMBER: 18809 ESTIMATE TYPE: FINAL FINALIZED: Y RUN DATE: 02/05/2019 TIME: 18:37:12

Page 36: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

ESTIMATE OF QUANTITIESSTATE PROJECT NO. SECTION

NO.SHEETNO.

ND 8

NHU-1-810(026)000 6

REVISED 02/05/2019

HWY 810 HWY 810 SPEC CODE ITEM DESCRIPTION UNIT MANDAN BISMARCK TOTAL ---- ---- ---------------- ---- ------------ ------------ -----

103 0100 CONTRACT BOND L SUM 0.03 0.03 0.06

103 0200 ESCROW OF BID DOCUMENTATION L SUM 0.03 0.03 0.06

108 0001 CRITICAL PATH METHOD SCHEDULE L SUM 0.03 0.03 0.06

202 0021 REMOVE AGGREGATE BASE & SURFACING TON 21 21

302 0120 AGGREGATE BASE COURSE CL 5 TON 21 21

401 0050 TACK COAT GAL 2,509 1,825 4,334

411 0114 MILLING PAVEMENT SURFACE - 2 INCH SY 51,143 37,204 88,347

420 0111 CRS2P EMULSIFIED ASPHALT GAL 405 405

420 0146 COVER COAT MATERIAL CL 45 TON 13 13

422 0011 AGGREGATE FOR SLURRY SEAL-TYPE III TON 555 454 1,009

422 0020 ASPHALT EMULSION FOR SLURRY SEAL GAL 16,178 13,230 29,408

430 0145 RAP - SUPERPAVE FAA 45 TON 5,522 4,017 9,539

430 0400 HMA INTELLIGENT COMPACTION L SUM 0.04 0.03 0.07

430 0500 COMMERCIAL GRADE HOT MIX ASPHALT TON 8 8

430 1000 CORED SAMPLE EA 33 12 45

430 5806 PG 58H-28 ASPHALT CEMENT TON 226 165 391

602 1135 BRIDGE APPROACH SLAB-REMOVE & REPLACE SY 343.5 343.5

602 1250 PENETRATING WATER REPELLENT TREATMENT SY 2,012 2,012

702 0100 MOBILIZATION L SUM 0.03 0.03 0.06

704 0100 FLAGGING MHR 750 750 1,500

704 1000 TRAFFIC CONTROL SIGNS UNIT 1,435 1,435 2,870

704 1041 ATTENUATION DEVICE-TYPE B-55 EA 2 2

704 1048 PORTABLE RUMBLE STRIPS EA 1 1 2

704 1052 TYPE III BARRICADE EA 16 16 32

704 1060 DELINEATOR DRUMS EA 80 80 160

704 1067 TUBULAR MARKERS EA 155 155 310

704 1087 SEQUENCING ARROW PANEL-TYPE C EA 2 2 4

704 3510 PRECAST CONCRETE MED BARRIER-STATE FURNISHED EA 130 130

706 0550 BITUMINOUS LABORATORY EA 0.04 0.03 0.07

706 0600 CONTRACTOR'S LABORATORY EA 0.04 0.03 0.07

762 0103 PVMT MK PAINTED-MESSAGE SF 128 128

762 0110 EPOXY PVMT MK 4IN LINE-GROOVED LF 44,282 44,282

ESTIMATE NUMBER: 18810 ESTIMATE TYPE: FINAL FINALIZED: Y RUN DATE: 02/05/2019 TIME: 18:42:36

Page 37: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

23 U.S.C. 409

NDDOT Reserves All Objections

15'-0"

22'-0"

37'-0"

Clr R

dwy

15'-0"

22'-0"

37'-0"

Clr R

dwy

42'-0"

42'-0"

` Median

NOTES:

PLAN

205'-0" Overall Bridge Length

205'-0" Overall Bridge Length

(typ)

(typ)

Appr Slab

20'-0"

Appr Slab

20'-0"

62'-6"

80'-0"

62'-6"

Appr Slab

20'-0"

Appr Slab

20'-0"

Appr Slab

20'-0"

Appr Slab

20'-0"

62'-6"

80'-0"

62'-6"

Appr Slab

20'-0"

Appr Slab

20'-0"

Bridge

Begin

Bridge

Begin

54̂32'27

"

54̂32'27

"

Bridge

End

Bridge

End

"83

below finished surface.

"81Leave joint sealer 0" to

Silicone Sealant (826.02 B.1)

JOINT DETAIL

1" Sawed

APPR SLAB BRIDGE

spall areas.

approach slab concrete

Hatched areas indicate

` Roadway

` Roadway

BRIDGE BID ITEMS

SPEC CODE ITEM DESCRIPTION UNIT QUANTITY

650

650

650

650

650

650

650

602

602

33

16

84

702

390

1,686

124

2,650

3.2

SF

SY

SY

LF

SY

SY

CY

SY

CY

0805

0724

0723

0722

0721

0720

0704

1250

0130

DECK SPALL REPAIR

CLASS 4 REMOVAL

CLASS 3 REMOVAL

CLASS 2-A REMOVAL

CLASS 2 REMOVAL

CLASS 1 REMOVAL

OVERLAY CONCRETE

PENETRATING WATER REPELLENT TREATMENT

CLASS AAE-3 CONCRETE

Repair."

equipment required to remove the concrete and repair the deck spall areas in the bid item "Deck Spall

perimeter of the repair area to a depth of 1". Include the saw cutting and all material, labor and

". Saw cut the 21determined by the Engineer in the field. Remove the concrete to a minimum depth of 2

as a Bridge Deck Overlay meeting Section 650. The actual limits of the area to be repaired will be

DECK SPALL REPAIR: The approach slabs have spall areas as shown. Construct the deck spall repair 650

No payment will be made for "Class 2-A Removal" if hydrodemolition equipment is used.

machine. Perform "Class 3 Removal" and "Class 4 Removal" according to Section 650.04 C.3 Class 3H.

C.1 Class 1H and Section 650.04 C.2 Class 2H after the Class 1 removals are completed by a milling

can be removed by hydrodemolition equipment. Perform "Class 2 Removal" according to Section 650.04

REMOVAL BY HYDRODEMOLITION EQUIPMENT (OPTIONAL): Only areas designated by the Engineer 650

and tops of curbs.

according to Section 602.04 J to the driving surface of the deck and approach slabs and to the front faces

PENETRATING WATER REPELLENT TREATMENT: Apply the penetrating water repellent solution 602

the approach slab surfaces and resealing the joints between the bridge and approach slabs.

SCOPE OF WORK: Work at this site consists of placing a deck overlay, repairing concrete spall areas on 100

170

STATENO.

ND

PROJECT NUMBERSHEET

NO.

SECTION

2/6/2019 braschke R:\project\10094147.194\bridge\Addendum 2 NEW\94-153.988L&R\170BR_004_BRLO_AD-2.dgn3:03:14 PM

DEPARTMENT OF TRANSPORTATION

NORTH DAKOTA

DATE BRIDGE ENGINEER

PROJECT: IM-1-094(194)147

BRIDGE LAYOUT

Transportation

Dakota Department of

document is stored at the North

on and the original

was originally issued and

This document

Registration Number PE

sealed by

IM-1-094(194)147

19ATC026 94-153.988L&R-1

MORTON COUNTY

BWR

4361,

MANDAN AVENUE INTERCHANGE

MANDAN

Brian W. Raschke,

4

02/06/19

02/06/19

REVISED 02/06/19

Jason Thorenson

Page 38: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

` Roadway

` Roadway

Bridge

Begin

Bridge

End

Bridge

End

Bridge

Begin

` Median

15'-0"

25'-0"

40'-0"

Clear

Road

way

47'-0"

Clear

Road

way15'-0"

32'-0"

NOTES:PLAN

23 U.S.C. 409

NDDOT Reserves All Objections

19̂02'

` Chord

` Chord

42'-0

"42'-0

"

19̂02'(typ)

(typ)

40'-0"50'-0"50'-0"40'-0"

180'-0" Overall Bridge Length along ` Chord

Appr Slab

20'-0"

Appr Slab

20'-0"

Appr Slab

20'-0"

Appr Slab

20'-0"

Appr Slab

20'-0"

Appr Slab

20'-0" 40'-0"50'-0"50'-0"40'-0"

Appr Slab

20'-0"

Appr Slab

20'-0"

180'-0" Overall Bridge Length along ` Chord

"83

below finished surface.

"81Leave joint sealer 0" to

Silicone Sealant (826.02 B.1)

JOINT DETAIL

1" Sawed

APPR SLAB BRIDGE

BRIDGE BID ITEMS

SPEC CODE ITEM DESCRIPTION UNIT QUANTITY

930

650

650

650

650

650

650

602

602

76

18

87

626

348

1,740

125

2,786

3.7

SF

SY

SY

LF

SY

SY

CY

SY

CY

9612

0724

0723

0722

0721

0720

0704

1250

0130

SPALL REPAIR

CLASS 4 REMOVAL

CLASS 3 REMOVAL

CLASS 2-A REMOVAL

CLASS 2 REMOVAL

CLASS 1 REMOVAL

OVERLAY CONCRETE

PENETRATING WATER REPELLENT TREATMENT

CLASS AAE-3 CONCRETE

equipment is used.

Class 3H. No payment will be made for "Class 2-A Removal" if hydrodemolition

Perform "Class 3 Removal" and "Class 4 Removal" according to Section 650.04 C.3

650.04 C.2 Class 2H after the Class 1 removals are completed by a milling machine.

Perform "Class 2 Removal" according to Section 650.04 C.1 Class 1H and Section

designated by the Engineer can be removed by hydrodemolition equipment.

REMOVAL BY HYDRODEMOLITION EQUIPMENT (OPTIONAL): Only areas 650

and approach slabs and to the front faces and tops of barriers and curbs.

repellent solution according to Section 602.04 J to the driving surface of the deck

PENETRATING WATER REPELLENT TREATMENT: Apply the penetrating water 602

at the east abutment of the westbound bridge.

the joints between the bridge and approach slabs and repairing concrete spall areas

SCOPE OF WORK: Work at this site consists of placing a deck overlay, resealing 100

170

STATENO.

ND

PROJECT NUMBERSHEET

NO.

SECTION

2/6/2019 braschke R:\project\10094147.194\bridge\Addendum 2 NEW\94-154.232L&R\170BR_006_BRLO_AD-2.dgn3:03:14 PM

DEPARTMENT OF TRANSPORTATION

NORTH DAKOTA

DATE BRIDGE ENGINEER

PROJECT: IM-1-094(194)147

BRIDGE LAYOUT

Transportation

Dakota Department of

document is stored at the North

on and the original

was originally issued and

This document

Registration Number PE

sealed by

IM-1-094(194)147

MORTON COUNTY

19ATC027 94-154.232L&R-1BWR

4361,

Jason Thorenson

BNRR & MISSOURI ROAD SEPARATION

MANDAN

Brian W. Raschke,

6

02/06/19

02/06/19

REVISED 02/06/19

Page 39: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

58°10'

15'-0"

15'-0"

30'-0"

Clear

Road

way

23 U.S.C. 409

NDDOT Reserves All Objections

NOTES:

PLAN

245'-0" Overall Bridge Length

Appr Slab

20'-0"

Appr Slab

20'-0"

77'-0"

91'-0"

77'-0"

Appr Slab

20'-0"

Appr Slab

20'-0"

Bridge

Begin

Bridge

End

(typ)

` Roadway

(SHOWING CONCRETE)

EXISTING JOINT DETAIL NEW JOINT DETAIL

(SHOWING NOSING CONCRETE REMOVAL)

(New)

Backer Rod

" | 411

6"

1"

6"

APPROACH SLABBRIDGE

below finished surface.

" 41" to 8

1Leave joint sealer

Silicone Sealant (826.02 B.1)

(Existing)

Joint Filler

Pref Exp

"4

3

"2

12

"2

12

" Overlay211

Concrete (typ)

Existing Nosing

(Existing)

Joint Filler

Pref Exp

(Saw Cut)

Removal Line

BRIDGE APPROACH SLAB(typ)

2"

6"

1"

6"

"2

12

(typ)

"213

1"

Removal

" Overlay211

spall areas.

approach slab concrete

Hatched areas indicate

BRIDGE BID ITEMS

SPEC CODE ITEM DESCRIPTION UNIT QUANTITY

930

650

650

650

650

650

650

650

602

602

3,275

57

8

41

434

241

817

45

1,276

1.6

LBS

SF

SY

SY

LF

SY

SY

CY

SY

CY

3631

0805

0724

0723

0722

0721

0720

0704

1250

0130

POLYURETHANE FOAM

DECK SPALL REPAIR

CLASS 4 REMOVAL

CLASS 3 REMOVAL

CLASS 2-A REMOVAL

CLASS 2 REMOVAL

CLASS 1 REMOVAL

OVERLAY CONCRETE

PENETRATING WATER REPELLENT TREATMENT

CLASS AAE-3 CONCRETE

** Appr Slab

** Appr Slab

* Appr Slab

* Appr Slab

0.15' lower than End Bridge elevation.

lower than Begin Bridge elevation and

** Lift Approach Slab to an elevation 0.27'

be lifted.

concrete approach slabs to

Hatched areas indicate

0.07' lower than End Bridge elevation.

lower than Begin Bridge elevation and

* Lift Approach Slab to an elevation 0.13'

Repair."

remove the concrete and repair the deck spall area in the bid item "Deck Spall

actual limits of repair. Include all material, labor, and equipment required to

". The Engineer in the field will determine the 21Remove concrete to a depth of 2

meeting Section 650. Saw cut the perimeter of the repair area to a depth of 1".

ends of the bridge. Construct the deck spall repair as a Bridge Deck Overlay

DECK SPALL REPAIR: The approach slabs have spall areas as shown at both 650

if hydrodemolition equipment is used.

Section 650.04 C.3 Class 3H. No payment will be made for "Class 2-A Removal"

milling machine. Perform "Class 3 Removal" and "Class 4 Removal" according to

Section 650.04 C.2 Class 2H after the Class 1 removals are completed by a

Perform "Class 2 Removal" according to Section 650.04 C.1 Class 1H and

designated by the Engineer can be removed by hydrodemolition equipment.

REMOVAL BY HYDRODEMOLITION EQUIPMENT (OPTIONAL): Only areas 650

the deck and approach slabs and to the front faces and tops of curbs.

water repellent solution according to Section 602.04 J to the driving surface of

PENETRATING WATER REPELLENT TREATMENT: Apply the penetrating 602

the bridge and approach slabs and foam jacking the approach slabs.

concrete spall areas on the approach slab surfaces, resealing the joints between

SCOPE OF WORK: Work at this site consists of placing a deck overlay, repairing 100

170

STATENO.

ND

PROJECT NUMBERSHEET

NO.

SECTION

2/6/2019 braschke R:\project\10094147.194\bridge\Addendum 2 NEW\94-155.026R\170BR_010_BRLO_AD-2.dgn3:03:15 PM

DEPARTMENT OF TRANSPORTATION

NORTH DAKOTA

DATE BRIDGE ENGINEER

PROJECT: IM-1-094(194)147

BRIDGE LAYOUT

Transportation

Dakota Department of

document is stored at the North

on and the original

was originally issued and

This document

Registration Number PE

sealed by

MORTON COUNTY

IM-1-094(194)147

19ATC028 94-155.026R-1BWR

4361,

Jason Thorenson

MANDAN

WEST MIDWAY SEPARATION

Brian W. Raschke,

10

02/06/19

02/06/19

REVISED 02/06/19

Page 40: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

23 U.S.C. 409

NDDOT Reserves All Objections

PLAN

NOTES:

Bridge

Begin

BRIDGE BID ITEMS

SPEC CODE ITEM DESCRIPTION UNIT QUANTITY

930

650

650

650

650

650

650

602

602

602

53.0

7

34

247

137

685

40

984

113.4

1.6

LF

SY

SY

LF

SY

SY

CY

SY

SY

CY

9639

0724

0723

0722

0721

0720

0704

1250

1135

0130

APPROACH SLAB LIP REPAIR

CLASS 4 REMOVAL

CLASS 3 REMOVAL

CLASS 2-A REMOVAL

CLASS 2 REMOVAL

CLASS 1 REMOVAL

OVERLAY CONCRETE

PENETRATING WATER REPELLENT TREATMENT

BRIDGE APPROACH SLAB-REMOVE & REPLACE

CLASS AAE-3 CONCRETE

75'-0"

107'-0"

75'-0"

12'-0"

12'-0"

24'-0"

Clr R

dwy

257'-0" Overall Bridge Length

Bridge

End

` Survey

Appr Slab

20'-0"

Appr Slab

20'-0"

6'-0"

Dwg 94-920.395-4

Curb Detail"

Approach Slab

See "Southeast

` Roadway

Slab

* Appr

Slab

* Appr

elevation.

and 1.20' lower than End Bridge

lower than Begin Bridge elevation

* Set Approach Slab elevation 0.47'

for "Class 2-A Removal" if hydrodemolition equipment is used.

"Class 3 Removal" and "Class 4 Removal" according to Section 650.04 C.3 Class 3H. No payment will be made

Section 650.04 C.1 Class 1H. Perform "Class 2 Removal" according to Section 650.04 C.2 Class 2H. Perform

REMOVAL BY HYDRODEMOLITION EQUIPMENT (OPTIONAL): Perform "Class 1 Removal" according to 650

and curbs.

Section 602.04 J to the driving surface of the deck and approach slabs and to the front faces and tops of barriers

PENETRATING WATER REPELLENT TREATMENT: Apply the penetrating water repellent solution according to 602

removing and replacing approach slabs.

SCOPE OF WORK: Work at this site consists of placing a deck overlay, repairing approach slab lips and 100

170

STATENO.

ND

PROJECT NUMBERSHEET

NO.

SECTION

2/6/2019 braschke R:\project\10094147.194\bridge\Addendum 2 NEW\94-920.395\170BR_034_BRLO_AD-2.dgn3:03:16 PM

DEPARTMENT OF TRANSPORTATION

NORTH DAKOTA

DATE BRIDGE ENGINEER

BRIDGE LAYOUT

Transportation

Dakota Department of

document is stored at the North

on and the original

was originally issued and

This document

Registration Number PE

sealed by

IM-1-194(007)000

19ATC029 94-920.395-1

MORTON COUNTY

BWR

4361,

Jason Thorenson

PROJECT: IM-1-194(007)000

MANDAN

Brian W. Raschke,

BUSINESS LOOP I-94 ~ MEMORIAL HIGHWAY

34

02/06/19

02/06/19

REVISED 02/06/19

Page 41: PLAN ADDENDUM SUMMARY AND APPROVAL Lead Designer 09/Addendum 2 Job 09.pdfFeb 08, 2019  · 704-200 – Clarified barrier requireme nt for Year 1 & 2 of construction : 704-P01 – Added

NOTES:

195'-0" Overall Bridge Length

15'-0"

21'-0"

43'-6"54'-0"54'-0"43'-6"

11'-0" 21'-0" 25'-0" 25'-0" 21'-0" 11'-0"

Bridge

End

Bridge

Begin

3 Sp @ 27'-0"

Remain (typ)

6" | Drain to

21'-0"

15'-0"

11'-0" 21'-0" 25'-0" 25'-0" 21'-0" 11'-0"3 Sp @ 27'-0"

23 U.S.C. 409

NDDOT Reserves All Objections

Approach

20'-0"

Approach

20'-0"

Approach

20'-0"

Approach

20'-0"

36'-0"

Clr R

oad

way

36'-0"

Clr R

oad

way

Slab Slab Slab Slab

ABUTMENTAPPR SLAB

JOINT DETAIL

Filler (Existing)

Pref Exp Joint

below finished surface.

" 41" to 8

1Leave joint sealer

Silicone Sealant (826.02B.1)

Backer Rod

" | 411

Spacing

Deck Drain

Remain (typ)

6" | Drain to

` Median

42'-0"

42'-0"

slab concrete spall areas.

Hatched area indicates approach

repair areas.

Hatched area indicates spall

Bridge

End

Bridge

Begin

` Roadway

` Roadway

195'-0" Overall Bridge Length

43'-6"54'-0"54'-0"43'-6"

Approach

20'-0"

Approach

20'-0"

Approach

20'-0"

Approach

20'-0"

Spacing

Deck Drain

1"

1"

BRIDGE BID ITEMS

SPEC CODE ITEM DESCRIPTION UNIT QUANTITY

930

650

650

650

650

650

650

650

602

602

550

5

18

16

78

562

312

1,560

113

1,792

2.6

2,200

SF

SF

SY

SY

LF

SY

SY

CY

SY

CY

SY

9612

0805

0724

0723

0722

0721

0720

0704

1250

0130

0210

SPALL REPAIR

DECK SPALL REPAIR

CLASS 4 REMOVAL

CLASS 3 REMOVAL

CLASS 2-A REMOVAL

CLASS 2 REMOVAL

CLASS 1 REMOVAL

OVERLAY CONCRETE

PENETRATING WATER REPELLENT TREATMENT

CLASS AAE-3 CONCRETE

PCC PAVEMENT GRINDING

bid item "Spall Repair."

2" deep. Include all labor, equipment, and materials need for the repair of the spall areas in the

Engineer in the field. It is also assumed that the partial depth spall repair areas are approximately

dimensions shown in the layout views. The actual limits of the repair are to be determined by the

The spall repair quantity is based on the assumption that the areas to be repaired are to the

the material as recommended by the manufacturer.

Duraltop Gel, ThoRoc JB2 (ChemRex Incorporated), or an approved equal repair mortar. Cure

concrete. This patching material may be SikaTop 122 Plus(Sika Corporation), Tamms Industries

Use Class AE-5 concrete or other concrete material that is specifically intended for patching

agent.

dried and just before the patching material is placed, coat the surface with an epoxy bonding

concrete surface by light sand blasting or high pressure water blasting. After the surface has

Sand blast clean any rust scale found on the exposed reinforcing steel. Clean the existing

other means approved by the Engineer.

inch deep at the edges of the repair areas. Produce these sharp, neat lines by saw cutting or

maximum size chipping hammer on any unsound concrete. Provide sharp, neat lines at least 1

concrete and replace it with new concrete to the original constructed section. Use a 15 pound

SPALL REPAIR: The curb has spalled areas as shown in the layout. Remove all unsound 930

the bid item "Deck Spall Repair."

material, labor, and equipment required to remove the concrete and repair the deck spall areas in

21#2". Saw cut the perimeter of the repair area to a depth of 1". Include the saw cutting and all

will be determined by the Engineer in the field. Remove the concrete to a minimum depth of

repair as a Bridge Deck Overlay meeting Section 650. The actual limits of the area to be repaired

DECK SPALL REPAIR: The approach slabs have spall areas as shown. Construct the deck spall 650

hydrodemolition equipment is used.

to Section 650.04 C.3 Class 3H. No payment will be made for "Class 2-A Removal" if

completed by a milling machine. Perform "Class 3 Removal" and "Class 4 Removal" according

to Section 650.04 C.1 Class 1H and Section 650.04 C.2 Class 2H after the Class 1 removals are

Engineer can be removed by hydrodemolition equipment. Perform "Class 2 Removal" according

REMOVAL BY HYDRODEMOLITION EQUIPMENT (OPTIONAL): Only areas designated by the 650

tops of curbs.

solution according to Section 602.04 J to the driving surface of the deck and the front faces and

PENETRATING WATER REPELLENT TREATMENT: Apply the penetrating water repellent 602

bituminous pavement from the bridge deck and approach slabs.

"PCC Pavement Grinding" will be paid no matter how many passes it takes to remove all of the

Section 156.03. Diamond grade the final driving surface of the approach slabs. Plan quantity of

when removing the bituminous pavement. Use a milling machine that meets the requirements of

milling or diamond grinding. Do not damage the surface of the bridge deck or approach slab

inches of bituminous pavement. Remove the bituminous pavement from the concrete surface by

PCC PAVEMENT GRINDING: The bridge deck and approach slab has been overlaid by ±2 550

curbs.

replacing a concrete deck overlay, and repairing concrete spall areas on the approach slabs and

SCOPE OF WORK: Work at this site consists of removing an asphalt overlay, removing and 100

170

LAB

STATENO.

ND

PROJECT NUMBERSHEET

NO.

SECTION

2/6/2019 braschke R:\project\10094168.204\bridge\Addendum 2 NEW\94-168.101L&R\170BR_001_BRLO_AD-2.dgn3:06:56 PM

IM-1-094(204)168 1

DEPARTMENT OF TRANSPORTATION

NORTH DAKOTA

DATE BRIDGE ENGINEER

02/06/19

PROJECT: IM-1-094(204)168

BRIDGE LAYOUT

02/06/19

8395,

Lindsay Bossert,

19EAJ013

APPLE CREEK

BURLEIGH COUNTY

9 EAST OF US 83 NORTH

94-168.101L&R-1

Transportation

Dakota Department of

document is stored at the North

on and the original

was originally issued and

This document

Registration Number PE

sealed by

Jason Thorenson

REVISED 02/06/19