addendum 1 - north dakota department of transportation · 1. name of the bypass company including...
TRANSCRIPT
ApexEngGroup.com
January 26, 2017
ADDENDUM 1 – JOB 19 TO: All prospective bidders and suppliers on Projects SU-8-984(152)155 and IM-8-029(166)062, Job No. 19 scheduled for the February 3, 2017 bid opening. The following revisions shall be made: Plan Revisions: REMOVE the following plan sheets, and REPLACE with the enclosed sheets (revised on 01/20/17 unless otherwise noted):
Section 6 Sheets 8-9
Section 6 Sheet 10 (revised 01/13/17)
Section 8 Sheets 1-6
Section 10 Sheet 1
Section 11 Sheet 1
Section 11 Sheet 5
Section 75 Sheets 1-2
Section 75 Sheets 9-10
Section 75 Sheet 15
Section 77 Sheets 7-8
Section 77 Sheets 12-14
Section 100 Sheet E-1
Section 115 Sheet 1
Section 140 Sheet 27 (revised 01/25/17)
Section 150 Sheets 16-18
Section 150 Sheet 22 Special Provisions: REMOVE the following Special Provision, and REPLACE with the enclosed Special Provision revised on 01/20/17:
Special Provision 409(14) – Cured in Place Sanitary Sewer Pipe SECTION 6 Sheet 8:
Revised Plan Note 762-P01 TEMPORARY PAVEMENT MARKING – to clarify requirements.
Sheet 9:
Revised Plan Note 970-P02 TREES “SU” PROJECT – to add minimum tree caliper information.
Added Plan Note 970-P04 TREES LOCATED IN TEMPORARY CONSTRUCTION EASEMENT.
Sheet 10:
Revised Plan Note 770-P02 LIGHTING SYSTEM LUMINAIRES.
701.373.7980 4733 Amber Valley Parkway South
Fargo, ND 58104 Water | Transportation| Municipal | Facilities
ADDENDUM 1 – JOB 19 Projects SU-8-984(152)155 and IM-8-029(166)062
February 3, 2017 Bid Opening Page 2 of 4
SECTION 8 Sheet 1:
Item 202 0136 REMOVAL OF PAVEMENT – SU quantity increased from 33,225 TON to 37,635 TON; TOTAL quantity increased from 55,733 TON to 60,143 TON.
Item 203 0109 TOPSOIL – IM quantity decreased from 19,554 CY to 19,256 CY; TOTAL quantity decreased from 22,230 CY to 21,932 CY.
Item 203 0121 TOPSOIL-WETLAND – IM and TOTAL quantity increased from 364 CY to 662 CY.
Item 251 0300 SEEDING CLASS III – IM quantity decreased from 22.364 ACRE to 21.990 ACRE; TOTAL quantity decreased from 25.851 ACRE to 25.477 ACRE.
Item 251 1000 WETLAND SEED – IM and TOTAL quantity increased from 0.446 ACRE to 0.820 ACRE.
Item 253 0201 HYDRAULIC MULCH – IM quantity decreased from 32.953 ACRE to 32.551 ACRE; TOTAL quantity decreased from 36.440 ACRE to 36.038 ACRE.
Item 253 0301 BONDED FIBER MATRIX – IM quantity increased from 12.848 ACRE to 12.876 ACRE; TOTAL quantity increased from 16.335 ACRE to 16.363 ACRE.
Sheet 2:
Item 302 0101 SALVAGED BASE COURSE – SU quantity increased from 15,073 CY to 16,218 CY; TOTAL quantity increased from 26,839 CY to 27,984 CY.
Item 430 0500 COMMERCIAL GRADE HOT MIX ASPHALT – SU quantity increased from 360 TON to 2,651 TON; TOTAL quantity increased from 1,275 TON to 3,566 TON.
Sheet 3:
Reprinted due to bid items shifting pages. Sheet 4:
Reprinted due to bid items shifting pages. Sheet 5:
Added new bid item 762 0112 EPOXY PVMT MK MESSAGE: SU quantity = 829 SF, IM quantity = 880 SF, TOTAL quantity = 1,709 SF.
Added new bid item 762 0113 EPOXY PVMT MK 4IN LINE: SU quantity = 5,964 LF, IM quantity = 19,796 LF, TOTAL quantity = 25,760 LF.
Added new bid item 762 0114 EPOXY PVMT MK 6IN LINE: SU quantity = 2,408 LF, IM quantity = 171 LF, TOTAL quantity = 2,579 LF.
Added new bid item 762 0115 EPOXY PVMT MK 8IN LINE: SU quantity = 8,748 LF, IM quantity = 9,774 LF, TOTAL quantity = 18,522 LF.
Added new bid item 762 0116 EPOXY PVMT MK 16IN LINE: SU and TOTAL quantity = 621 LF.
Added new bid item 762 0117 EPOXY PVMT MK 24IN LINE: IM and TOTAL quantity = 488 LF. Sheet 6:
Reprinted due to bid items shifting pages.
SECTION 10 Sheet 1:
Added temporary pavement marking bid items and quantities.
Added quantities for placement and removal of temporary hot mix and salvaged base in median removal areas.
ADDENDUM 1 – JOB 19 Projects SU-8-984(152)155 and IM-8-029(166)062
February 3, 2017 Bid Opening Page 3 of 4
SECTION 11 Sheet 1:
Revised Salvaged Base Summary to include removal of temporary hot mix pavement and base from median areas.
Sheet 5:
Revised Topsoil and Topsoil-Wetland quantities for 32nd Ave S Interchange and Ramps. SECTION 75 Sheet 1:
Revised various wetland impacts, deleted mitigation requirements. Sheet 2:
Revised Impact Summary Table and deleted Mitigation Summary Table. Sheet 9:
Revised limits and areas of temporary and permanent wetland impacts to Wetland 4h. Sheet 10:
Revised limits of temporary and permanent wetland impacts to Wetland 3. Sheet 15:
Revised limits and areas of temporary and permanent wetland impacts to Wetland 3. SECTION 77 Sheet 7:
Revised limits and quantities of Hydraulic Mulch, Seeding Class III, and Wetland Seed. Sheet 8:
Modified limits and quantities of Hydraulic Mulch, Seeding Class III, and Wetland Seed.
Darkened one area of hatching shown for Bonded Fiber Matrix w/Seeding Class III. Sheet 12:
Darkened one area of hatching shown for Bonded Fiber Matrix w/Seeding Class III. Sheet 13:
Darkened one area of hatching shown for Bonded Fiber Matrix w/Seeding Class III. Sheet 14:
Modified limits and quantities of Bonded Fiber Matrix, Hydraulic Mulch, Seeding Class III, and Wetland Seed.
Darkened one area of hatching for Bonded Fiber Matrix w/Seeding Class III. SECTION 100 Sheet E-1:
Under “Phase 2 (East)”, Time Constraints on Intersection Work, added calendar day restriction for Sanford Healthcare Accessories parking lot.
ADDENDUM 1 – JOB 19 Projects SU-8-984(152)155 and IM-8-029(166)062
February 3, 2017 Bid Opening Page 4 of 4
SECTION 115 Sheet 1:
Added Note 754 STRUCTURAL STEEL. SECTION 140 Sheet 27:
Revised. SECTION 150 Sheet 16:
Note 4: Signal standard revised to TYPE VI/COMBO.
Note 6: Signal standard revised to TYPE VI. Remove and Salvage existing luminaire extension.
Note 16: Signal standard revised to TYPE IV. Removed and Salvage existing luminaire extension.
Note 22: Signal standard revised to TYPE VI/COMBO.
Added New Note 27: For F&I 2” Conduit for utility hookup connection. Sheet 17:
Light Extension for Pole #6 has been deleted.
Light Extension for Pole #21 has been deleted.
Sheet 18:
Light Extension for Pole #22 has been deleted.
Light Extension for Pole #4 has been deleted.
Sheet 22:
Revised the following “For Information Only” quantities under Traffic Signal System – Site 6: o F&I Signal Standard Type VI 17.5’ High - quantity decreased from 4 EA to 2 EA. o F&I Signal Standard Type VI/Combo 17.5’ High - quantity increased from 0 EA to 2 EA. o F&I Conduit 2” Dia - quantity increased from 563 LF to 913 LF.
SPECIAL PROVISIONS SP 409(14) Cured in Place Sanitary Sewer Pipe:
Added Section 301.H on sanitary manhole lining requirements.
This addendum is to be incorporated into the bidder’s proposal for this project. Sincerely, Apex Engineering Group, Inc. Matthew T. Kinsella, PE Project Manager
SP 409(14) Page 1 of 11
NORTH DAKOTA DEPARTMENT OF TRANSPORTATION
SPECIAL PROVISION
CURED IN PLACE SANITARY SEWER PIPE
PROJECT SU-8-984(152)155, PCN 21261
SECTION 1 – GENERAL 1.01 SPECIFICATION INCLUDES
A. Cured-In-Place Pipe (CIPP) B. Temporary Bypass Pumping – Sanitary Sewer
1.02 RELATED SPECIFICATIONS
A. City of Fargo Standard Specifications 1.03 SUBMITTALS/SHOP DRAWINGS - CIPP
A. Manufacturer’s Shop Drawings shall be submitted to the Engineer and shall include: product requirements, applicator experience, materials, equipment, etc.
1.04 SUBMITTALS/SHOP DRAWINGS – Temporary Bypass Pumping
A. The Contractor shall secure the services of a professional bypass company from the following approved list: 1. Northern Dewatering, Inc. 2. Rain for Rent 3. Engineered Approved Equivalent
B. The bypass plans and descriptions are conceptual only. The Contractor shall develop a temporary bypass pumping plan in accordance with the Contractor’s underground sequencing plan. The plan shall be submitted to the Engineer for approval no less than one month prior to scheduled start of bypass pumping operations. The plan shall include at least the following: 1. Name of the bypass company including on-site contact and cell phone numbers. 2. Detailed description of the proposed bypass pumping system(s) 3. Summary of research of the surrounding collection system and the estimated
available time prior to critical surcharge elevations in the event of bypass failure.
This document was originally issued and sealed by Timothy J.
Paustian, Registration Number PE-4688 on
01/20/17 and the original
document is stored at the North Dakota Department
of Transportation
SP 409(14) Page 2 of 11
4. Drawings and catalogue information required for the construction and installation of equipment.
5. Detailed site plans showing elevations and proposed pumping system layout including: a. Layout of pumps, valves, and bypass piping b. Elevations set points on the bypass system as well as critical surcharge
elevations. c. Calculations of static lifts, pipe size selections, friction losses, flow velocities and
pump selection. All shall be stamped by a professional engineering in the State of North Dakota.
d. Pump curves showing pump operation range and controls. e. List of personnel who will be operating and maintaining the temporary bypass
pumping system. 6. Detailed emergency response plan to be following in the event of failure or spill. The
plan shall include at least the following: a. A list of 24-hour emergency contacts. (Minimum 4 names and numbers). b. Detailed list of all equipment and repair accessories. c. List of area tanker trucks capable of hauling wastewater. d. Disposal site for hauled wastewater. e. Detailed description of proposed cleanup procedures in the event of a spill. f. List of employees on cleanup and repair crews along with their roles and
responsibilities. g. Local and state officials that will be contacted in the event of a spill. h. Description of information that shall be recorded and submitted to the
Engineering in the event of a spill, which shall include at least the following: 1. Date, time, location and weather. 2. Impacts. 3. Cause. 4. Cleanup or corrective measure underway and to be taken. 5. Measures taken to mitigate spill potential in future. 6. Individuals or agencies notified.
1.05 INTENT
A. It is the intent of this specification to provide for the reconstruction of pipelines and conduits by the installation of a resin-impregnated flexible tube, which is tightly formed to the original conduit. The resin is cured using either hot water under hydrostatic pressure or steam pressure within the tube. The Cured-In Place Pipe (CIPP) will be continuous and tight fitting. The work shall be completed within the time set forth in the agreement.
B. The Contractor shall provide, design, install, and operate any temporary bypass pumping systems necessary for the work and shall remove such systems at the completion of the work. This shall include all labor, materials, equipment, fuel, controls, and incidentals required to operate and maintain the system. The Contractor shall provide repair services and/or replacement equipment 24 hours per day, 7 days per week and shall have a response time within ½ hour of an identified need.
1.06 CIPP PRODUCT, MANUFACTURER/INSTALLER QUALIFICATION REQUIREMENTS
A. Only proven products with long-term track records will be used. Products and Installers must meet all of the following criteria to be deemed acceptable:
SP 409(14) Page 3 of 11
1. For a Product to be considered, a minimum of five successful wastewater collection system projects of a similar size and scope of work shall be performed in the U.S. and documented to the satisfaction of the Owner.
2. For an Installer to be considered, the Installer must satisfy all insurance, financial, and bonding requirements of the Owner, and must have had at least 5(five) years active experience. In addition, the Installer must have successfully installed at least 1,000,000 feet of a cured-in-place product in wastewater collection systems. Acceptable documentation of these minimum installations must be submitted to the Owner. Installer’s project managers must have a minimum of 2 years of CIPP installation experience and must be on-site during the installation of the CIPP products.
3. Sewer rehabilitation products submitted provide third party test results supporting the structural performance (short-term and long-term) of the product and such data shall be satisfactory to the Owner. No product will be approved without independent third party testing verification.
4. Both the rehabilitation manufacturing and installation processes shall operate under a quality management system which is third-party certified to ISO 9000 or other recognized organization standards. Proof of certification shall be required for approval.
5. The owner authorizes the use of proven materials that serve to enhance the pipe performance specified herein. Proven materials have passed independent laboratory testing, not excluding long-term (10,000 hour) structural behavior testing, and have been successfully installed to repair failing host pipes in the U.S. for at least 4 years. In addition to the aforementioned, the owner may require that the contractor demonstrate that the enhancements proposed exceed the specifications herein, prior to the installation of the enhanced material systems. This section in no way shall be interpreted as authorization to deviate from the minimum standard practices set forth herein.
1.07 QUALITY ASSURANCE
A. Referenced Documents 1. This specification references standards from the American Society for Testing and
Materials, such as: ASTM F1216 (Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin-Impregnated Tube), ASTM F1743 (Rehabilitation of Existing Pipelines and Conduits by Pulled-in-Place Installation of Cured-in-Place Thermosetting Resin Pipe (CIPP)), ASTM D5813 (Cured-in-Place Thermosetting Resin Sewer Pipe), ASTM D790 (Test Methods for Flexural Properties of Un-reinforced and Reinforced Plastics and Electrical Insulating Materials), and D2990 (Tensile, Compressive, and Flexural Creep and Creep-Rupture of Plastics) which are made a part hereof by such reference and shall be the latest edition and revision thereof. In case of conflicting requirements between this specification and these referenced documents, this specification will govern.
SECTION 2 – PRODUCTS 2.01 CIPP MATERIALS
A. Tube – The sewn Tube shall consist of one or more layers of absorbent non-woven felt fabric and meet the requirements of ASTM F1216, Section 5.1 or ASTM F1743, Section
SP 409(14) Page 4 of 11
5.2.1 or ASTM D 5813, Sections 5 and 6. The tube shall be constructed to withstand installation pressures, have sufficient strength to bridge missing pipe, and stretch to fit irregular pipe sections. 1. The wet out Tube shall have a relatively uniform thickness that when compressed at
installation pressures will equal or exceed the calculated minimum design CIPP wall thickness.
2. The Tube shall be manufactured to a size that when installed will tightly fit the internal circumference and length of the original pipe. Allowance should be made for circumferential stretching during installation.
3. The outside layer of the Tube shall be coated with an impermeable, flexible membrane that will contain the resin and allow the resin impregnation (wet out) procedure to be monitored.
4. The Tube shall contain no intermediate or encapsulated elastomeric layers. No materials shall be included in the Tube that may cause delamination in the cured CIPP. No dry or unsaturated layers shall be evident.
5. The wall color of the interior pipe surface of CIPP after installation shall be a relatively light reflective color so that a clear detailed examination with closed circuit television inspection equipment may be made.
6. Seams in the Tube shall be stronger than the non-seamed felt material. 7. The Tube shall be marked for distance at regular intervals along its entire length, not
to exceed 5 ft. Such markings shall include the Manufacturers name or identifying symbol. The tubes must be manufactured in the USA.
B. Resin – The resin system shall be a corrosion resistant polyester or vinyl ester system including all required catalysts, initiators that when cured within the tube create a composite that satisfies the requirements of ASTM F1216, ASTM D5813 and ASTM F1743, the physical properties herein, and those which are to be utilized in the submitted and approved design of the CIPP for this project. The resin shall produce a CIPP that will comply with the structural and chemical resistance requirements of this specification.
2.02 CIPP STRUCTURAL REQUIREMENTS
A. The CIPP shall be designed as per ASTM F1216, Appendix X.1. The CIPP design shall assume no bonding to the original pipe wall.
B. The Contractor must have performed long-term testing for flexural creep of the CIPP pipe material installed by his Company. Such testing results are to be used to determine the long-term, time dependent flexural modulus to be utilized in the product design. This is a performance test of the materials (Tube and Resin) and general workmanship of the installation and curing as defined within the relevant ASTM standard. A percentage of the instantaneous flexural modulus value (as measured by ASTM D790 testing) will be used in design calculations for external buckling. The percentage, or long-term creep retention value utilized, will be verified by this testing. Retention values exceeding 50% of the short-term test results shall not be applied unless substantiated by qualified third party test data to the Owner’s satisfaction. The materials utilized for the contracted project shall be of a quality equal to or better than the materials used in the long-term test will respect to the initial flexural modulus used in the CIPP design.
C. The enhancement Factor ‘K’ to be used in ‘Partially Deteriorated’ Design conditions shall be assigned a value of 7.
D. The layers of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a probe or point of a knife blade so that the layers separate
SP 409(14) Page 5 of 11
cleanly or the probe or knife blade moves freely between the layers. If the layers separate during field sample testing, new samples will be required to be obtained from the installed pipe. Any reoccurrence may cause rejection of the work.
E. The cured pipe materials (CIPP) shall conform to the structural properties, as listed below.
Minimum CIPP Physical Properties Initial Par. C Property Test Method Min. per ASTM F1216 Enhanced Resin Modulus of Elasticity ASTM D790 250,000 psi 400,000 psi Flexural Stress ASTM D790 4,500 psi 4,500 psi
F. The required structural CIPP wall thickness shall be based as a minimum, on the
physical properties in Section 2.02.E or greater values if substantiated by independent lab testing and in accordance with the design equations in the Appendix X1. Contractor, at the completion of cleaning and inspection shall submit design calculations and CIPP thickness design. Design Considerations of ASTM F1216, and the following design parameters:
Design Safety Factor (typically used value) = 2.0 Retention Factor for Long-Term Flexural Modulus to be used in Design = 50% - 75% (As determined by long-term tests described in section 2.02.B and approved by the Owner) Ovality (calculated from (X1.1 of ASTM F1216)) = NA Enhancement Factor, K = 7’ Groundwater Depth (above invert of existing pipe) = Approx. 12 ft. Soil Depth (above crown of existing pipe) = Approx. 17 ft. Soil Modulus = NA Soil Density = NA Live Load = H20 Highway Design Condition (partially or fully deteriorated) = Partially Deteriorated CIPP Minimum Thickness = 8.0 mm
G. Any layers of the tube that are not saturated with resin prior to insertion into the existing pipe shall not be included in the structural CIPP wall thickness computation.
2.03 CIPP TESTING REQUIREMENTS
A. Chemical Resistance – The CIPP shall meet the chemical resistance requirements of ASTM F1216, Appendix X2. CIPP samples for testing shall be of tube and resin system similar to that proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these chemical-testing requirements.
B. Hydraulic Capacity – Overall, the hydraulic cross-section shall be maintained as large as possible. The CIPP shall have a minimum of the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly accepted roughness coefficient for the existing pipe material taking into consideration its age and condition.
C. CIPP Field Samples – When requested by the Owner, the Contractor shall submit test results from field installations of the same resin system and tube materials as proposed for the actual installation. These test results must verify that the CIPP physical properties specified in Section 2.02.E have been achieved in previous field applications. Samples for this project shall be made and tested as described in Section 3.04.A.
SP 409(14) Page 6 of 11
2.04 BYPASS SYSTEM GENERAL REQUIREMENTS A. Sanitary sewer shall not be interrupted at any time. All existing facilities shall remain fully
operational during the installation of the temporary bypass pumping system. B. The bypass systems will draw sewage from the manholes identified. Wastewater flow
levels shall not be allowed to backup beyond 1 foot above the top elevation of the influent pipes at the designated manholes.
C. The Contractor shall be responsible for all spills, resultant cleanup costs and fines. The Contractor shall also be responsible for damages caused by any wastewater backup including, but not limited to, the Contractor’s operations, improper bypass system design and/or bypass system failures.
D. Each bypass pumping system shall be equipped with a minimum of two (2) portable diesel powered pumps plumbed into one common forcemain pipe. Each pump shall be capable of delivering the firm pumping capacity. In addition to the two (2) primary pumps, the Contractor shall have one (1) additional tire-mounted backup pump for each bypass system within the immediate vicinity that can be installed within ½ hour of a detected need. The backup pump shall be capable of delivering the firm pumping capacity.
E. All bypass systems shall adhere to the Construction Constraints outlined in Section 3 of this Specification.
F. All bypass systems shall adhere to the work zone traffic controls outlined on the plans. 2.05 BYPASS SYSTEM DESCRIPTIONS
A. Bypass System No. 1 1. Suction Manhole: Approximately 21’ deep and located near Station 158+00.
Contractor to plug West invert (36” diameter). 2. Firm Capacity: 5 MGD 3. Discharge Location: Existing Lift Station No. 25 located near Station 143+75. 4. Additional Information: System receives flow from a hospital and may be subject to
ragging/plugging. Contractor to take steps to monitor, clean, and maintain the system for this possibility. Adhere to Construction Constraints outlined in Section 3.
B. Bypass System No. 2 1. Suction Manhole: Approximately 19’ deep and located just north of the intersection
of 32nd Avenue South and 33rd Street South. Contractor to plug South invert (15” diameter).
2. Firm Capacity: 1 MGD 3. Discharge Location: Sanitary Lift Station No. 25 wetwell, which is approximately 200’
west of the suction manhole. 4. Additional Information: Adhere to Construction Constraints outlined in Section 3.
Bypass setup and staging area shall allow for one lane of traffic in each direction.
C. Bypass System No. 3 1. Suction Manhole: Approximately 19’ deep and located approximately 300’ north of
the intersection of 32nd Avenue South and 32nd Street South. Contractor to plug north invert (12” diameter) of manhole located at 32nd Avenue South
2. Firm Capacity: 1 MGD 3. Discharge Location: Sanitary Lift Station No. 25 wetwell. 4. Additional Information: Adhere to Construction Constraints outlined in Section 3.
Bypass setup and staging area shall allow for one lane of traffic in each direction.
SP 409(14) Page 7 of 11
D. Bypass System No. 4 1. Suction Manhole: Approximately 19’ deep and located approximately 375’ south of
the intersection of 32nd Avenue South and 33rd Street South. Contractor to plug south invert (12” diameter) of manhole located at 32nd Avenue South.
2. Firm Capacity: 1 MGD 3. Discharge Location: Sanitary Lift Station No. 25 wetwell. 4. Additional Information: Adhere to Construction Constraints outlined in Section 3.
Bypass setup and staging area shall allow for one lane of traffic in each direction.
E. Bypass System No. 5 1. Suction Manhole: Approximately 19’ deep and located approximately 350’ south of
the intersection of 32nd Avenue South and 32nd Street South. Contractor to plug the south invert (12” diameter) of manhole located at 32nd Avenue South.
2. Firm Capacity: 1 MGD 3. Discharge Location: Sanitary Lift Station No. 25 wetwell. 4. Additional Information: Adhere to Construction Constraints outlined in Section 3.
Bypass setup and staging area shall allow for one lane of traffic in each direction. PART 3 - EXECUTION 3.01 INSTALLATION RESPONSIBILITES FOR INCIDENTAL ITEMS (CIPP)
A. It shall be the responsibility of the Owner to locate and designate all manhole access points open and accessible for the work, and provide rights-of-access to these locations. If a street must be closed to traffic because of the orientation of the sewer, the Owner shall institute the actions necessary to provide access during this for the mutually agreed time period. The Owner shall also provide free access to water hydrants for cleaning, installation and other process related work items requiring water.
B. Cleaning of Sewer Lines-The Contractor, shall remove all internal debris out of the sewer line that will interfere with the installation of CIPP. The Owner shall also provide a dumpsite for all debris removed from the sewers during the cleaning operation. Unless stated otherwise, it is assumed this site will be at or near the sewage treatment facility to which the debris would have arrived in absence of the cleaning operation.
C. Bypassing Sewage 1. Sewer bypass operations are to be part of the CIPP work and shall be incidental to
the cost of the CIPP. D. Inspection of Pipelines – Inspection of pipelines shall be performed by experienced
personnel trained in locating break, obstacles and service connections using close circuit television (CCTV) inspection techniques. The pipeline interior shall be carefully inspected to determine the location of any conditions that may prevent proper installation of CIPP. These shall be noted and corrected. A videotape and suitable written log for each line section shall be produced for later reference.
E. Line Obstructions – It shall be the responsibility of the Contractor to clear the line of obstructions such as solids and roots that will prevent the insertion of CIPP. If pre-installation inspection reveals an obstruction such as a protruding service connection, dropped joint, or a collapse that will prevent the installation process, that was not evident on the pre-bid video and it cannot be removed by conventional sewer cleaning equipment, then the Contractor shall make a point repair excavation to uncover and remove or repair the obstruction. Such excavation shall be approved in writing by the
SP 409(14) Page 8 of 11
Owner’s representative prior to the commencement of the work and shall be considered as a separate pay item.
F. Public Notification – The Contractor shall make every effort to maintain sewer service usage throughout the duration of the project. In the event that a connection will be out of service, the longest period of no service shall be 8 hours. A public notification program shall be implemented, and shall as a minimum, require the Contractor to be responsible for contacting each home or business connected to the sanitary sewer and informing them of the work to be conducted, and when the sewer will be off-line. The Contractor shall also provide the following: 1. Written notice to be delivered to each home or business the day prior to the
beginning of work being conducted on the section, and a local telephone number of the Contractor they can call to discuss the project or any potential problems.
2. Personal contact with any home or business, which cannot be reconnected within the time stated in the written notice.
G. The Contractor shall be responsible for confirming the locations of all branch service connections prior to installing the CIPP.
H. Sanitary Manhole Lining – All manhole sections shall receive a minimum 40 mils DFT modified polyamine epoxy protective coating system. System shall be a versatile, thick film, 100% solids, abrasion-resistant lining specifically designed for wastewater immersion and fume environments. It shall provide low permeation to H2S gas, protect against MIC and provide chemical resistance to severe wastewater environments. Concrete surfaces shall be prepared in accordance with NACE No. 6/SSPC-SP13 Joint Surface Preparation Standards and ICRI Technical Guidelines. System shall also include an epoxy modified cement resurfacer for blasted concrete to fill bugholes and seal pores. Contractor shall submit third-party data showing ASTM G210 Severe Wastewater Analysis Testing to verify the product’s fitness for high H2S service conditions. Application shall be done in accordance with the manufacturer’s requirements. Coating Contractors wishing to complete the work shall be approved by the coating manufacturer and the engineer and shall have a minimum of 10 years of experience with the product proposed.
3.02 CIPP INSTALLATION
A. CIPP installation shall be in accordance with ASTM F1216, Section 7, or ASTM F1743, Section 6, with the following modifications: 1. Resin Impregnation – The quantity of resin used for tube impregnation shall be
sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the potential loss of resin during installation through cracks and irregularities in the original pipe wall, as applicable.
2. Tube Insertion – The wet out tube shall be positioned in the pipeline using either inversion or a pull-in method as defined within relevant ASTM standards previously stipulated. If pulled into place, a power winch or its equivalent should be utilized and care should be exercised not to damage the tube as a result of pull-in friction. The tube should be pulled-in or inverted through an existing manhole or approved access point and fully extend to the next designated manhole or termination point.
3. Temperature gauges shall be placed between the tube and the host pipe’s invert position to monitor the temperatures during the cure cycle.
4. Curing shall be accomplished by utilizing hot water under hydrostatic pressure or steam pressure in accordance with the manufacturer’s recommended cure schedule.
SP 409(14) Page 9 of 11
A cool-down process shall be conducted that complies with the resin manufacturer’s specification.
3.03 REINSTATEMENT OF BRANCH CONNECTIONS (CIPP)
A. It is the intent of these specifications that branch connections to buildings be re-opened without excavation, utilizing a remotely controlled cutting device, monitored by a CCTV. Reopened Service Connections shall be ground smooth to prevent any debris build up. The Contractor shall certify a minimum of two complete functional cutters plus key spare components are on the job site before each installation or are in the immediate area of the jobsite and can be quickly obtained. Unless otherwise directed by the Owner or his authorized representative, all laterals will be reinstated. No additional payment will be made for excavations for the purpose of reopening connections and the Contractor will be responsible for all costs and liability associated with such excavation and restoration work.
3.04 CIPP INSPECTION A. CIPP samples shall be prepared for each installation designated by the owner/engineer
or approximately 20% of the project’s installations. Pipe physical properties will be tested in accordance with ASTM F1216 or ASTM F1743, Section 8, using either method proposed. The flexural properties must meet or exceed the values listed in the table in Section 2.02 of this specification, Table 1 of ASTM F1216 or the values submitted to the Owner/engineer by the contractor for this project’s CIPP wall design, whichever is greater.
B. Wall thickness of samples shall be determined as described in paragraph 8.1.6 of ASTM F1743. The minimum wall thickness at any point shall not be less than 87 ½% of the submitted minimum design wall thickness as calculated in paragraph 2.02.F of this document.
C. Visual inspection of the CIPP shall be in accordance with ASTM F1743, Section 8.6. D. CIPP Contractor shall submit CCTV video of the final installation, prior to being placed
back into service. 3.05 BYPASS OPERATIONS
A. Preparation: The Contractor shall minimize the length of time the temporary bypass is utilized and shall coordinate with the owner of utilities for shut off.
B. Noise: Each pump shall be equipped with a noise mitigating canopy to reduce noise to 70 decibels or less at 23 feet.
C. Floats and Controls: An auto dialer utilizing cellular technology shall be provided at each location to alert both the Contractor and City Personnel of a high water condition.
D. Piping: Contractor shall provide and install all necessary piping, valves, and ancillary items necessary to complete the bypass pumping. Each pump shall be connected by a manifold capable of connecting all permanent and backup pumps simultaneously. The manifold shall be fitted with a check valve and gate valve at each pump connection to allow for independent pump removal without disruption to the system. All piping valves, and ancillary equipment shall be removed at the completion of the bypass pumping.
E. Electrical: Contractor shall provide temporary power to the new control panels and shall remove at the completion of the bypass pumping. This includes any necessary heat and shelter.
F. Fuel: Contractor shall arrange for and pay for filling of all fuel tanks at least once per day or more frequently as equipment requires. All pumps, generators, and other equipment
SP 409(14) Page 10 of 11
shall be places on a new tarp to protect against spills. Any spills on the tarp must be cleaned with absorbent materials and properly disposed of.
G. Startup: Contractor shall schedule a meeting with Owner and Engineer to coordinate the bypass prior to placing online. For informational purposes, the Contractor shall provide the Owner’s Personnel with a minimum of four (4) hours of instruction on how to operate the bypass systems. Contractor shall have a 24-hour, on-call service number in case of pump failure or other complications.
H. System Monitoring: Each bypass system shall be monitored on a daily basis. Daily monitoring reports shall be submitted to the Engineer weekly. The report shall include the date and time of the inspection, name of inspector, weather conditions, and system observations including any issues and corrective actions taken.
I. System Decommissioning: Upon completion and verification of the CIPP installation, the Contractor shall disassemble and remove the temporary bypass system including all pumps, valves, piping, controls, and any other items.
3.06 CLEAN-UP
A. Upon acceptance of the installation work and testing, the Contractor shall restore the project area affected by the operations to a condition at least equal to that existing prior to the work.
3.07 CONSTRUCTION CONSTRAINTS
A. The Contractor shall limit their setup, staging, and construction activities to those areas shown on the plans.
B. The Contractor may not block the intersections of 32nd Street and 33rd Street during daylight hours. Any work done within the intersections of 32nd Street and 33rd Street shall be done between the hours of 12:00 am and 4:00 am. Additional signage and traffic control may be necessary and shall be provided by the Contractor.
C. All bypass piping that crosses roadways shall be protected from vehicular traffic, including loaded semi trucks.
D. The maximum size for bypass piping that crosses roadways shall be 6” in diameter. Multiple pipes may be utilized. Alternately, the Contractor may utilize temporary road ramps to provide vehicular access over the pipelines. Contractor shall adhere to the work zone traffic control plans.
E. Bypass pipelines shall not be placed on private property without prior consent from property owner. Evidence of such consent shall be provided to the Engineer and Owner prior to beginning any work.
PART 4 – MEASUREMENT AND PAYMENT 4.01 METHOD OF MEASUREMENT
The Engineer will measure Cured-in-Place Pipe complete and in place along the top of pipe and round the measurement to the nearest foot. Temporary sanitary sewer bypasses shall not be measured and paid for separately, but shall be included in the price bid for “Cured-in-Place Pipe-36In.”
SP 409(14) Page 11 of 11
4.02 BASIS OF PAYMENT PAY ITEM PAY UNIT 724 1536 Cured-in-Place Pipe-36In LF
Include all costs for time, material, and labor required to accomplish the work as shown in the plans and described in this Special Provision, in the price bid for “Cured-in-Place Pipe-36In.” Such payment is full compensation for furnishing all materials, equipment, labor, and incidentals to complete the work as specified.
END OF SPECIAL PROVISION
REVISED 1/25/17 SP 5137(14)
NORTH DAKOTA DEPARTMENT OF TRANSPORTATION
SPECIAL PROVISION
PERMITS AND ENVIRONMENTAL CONSIDERATIONS
PROJECT NUMBER: IM-8-029(166)062 - PCN 21262 SU-8-984(152)155 - PCN 21261
This Special Provision incorporates the Floodplain Permit and the US Army Corps of Engineers (USACE) Section 404 Permit obtained by the North Dakota Department of Transportation (NDDOT) into the bidder’s proposal The Contractor shall be responsible for complying with all the terms and conditions as contained in the permit(s) attached hereto. Bidders shall become familiar with all standard conditions and special conditions of the permit(s) and submit their bid for the construction of this project based on the following:
Floodplain Permit The Floodplain Permit number 16-21 authorizes work within the regulatory floodplain. The floodplain permit and Flood Insurance Rate Maps.
Section 404 Permit The Section 404 Permit number NWO-2016-01815-BIS authorizes 0.78 acre of permanent and 0.36 acre of temporary impact to jurisdictional wetlands. Temporary impacts were assumed by the designer and will be restored to preconstruction contours. See the Section 75 sheets of the design plans for the authorized impact footprint areas. The Section 404 Permit is attached.
The contractor shall be responsible for obtaining permits for impacts not authorized by the attached Permit obtained by the NDDOT.
SpecNo.
Amount
Description UnitApprox.Quantity
Unit Price
$$$$$ 000 $$$$$ 00
PROPOSAL FORMNorth Dakota Department of Transportation
019Page 5 of 22
1/26/2017
JobFebruary 03, 2017BID OPENING:
CodeNo.
Bidder must type or neatly print unit prices in numerals, make extensions for each item, and total. Do not carry unit prices further than three (3) decimal places.
ItemNo.
Projects: SU-8-984(152)155 (PCN-21261) and IM-8-029(166)062 (PCN-21262)Rev: BID ITEMS
CONTRACT BOND 1.001 103 0100 L SUM
CRITICAL PATH METHOD SCHEDULE 1.002 108 0001 L SUM
CLEARING & GRUBBING-SITE 1 1.003 201 0331 L SUM
CLEARING & GRUBBING-SITE 2 1.004 201 0332 L SUM
REMOVAL OF CONCRETE 1.005 202 0111 L SUM
REMOVAL OF CONCRETE 30.006 202 0113 CY
REMOVAL OF PAVEMENT 60,143.007 202 0136 TON
REMOVAL OF PIPE ALL TYPES AND SIZES 3,740.008 202 0174 LF
REMOVAL OF MANHOLES 6.009 202 0210 EA
REMOVAL OF INLETS 34.010 202 0230 EA
REMOVAL OF CATCH BASIN 6.011 202 0235 EA
REMOVAL OF CHAIN LINK FENCE 449.012 202 0310 LF
REMOVE EXISTING FENCE 107.013 202 0312 LF
REMOVAL OF RIPRAP - LOOSE ROCK 85.014 202 0400 CY
COMMON EXCAVATION-TYPE A 35,663.015 203 0101 CY
TOPSOIL 21,932.016 203 0109 CY
SpecNo.
Amount
Description UnitApprox.Quantity
Unit Price
$$$$$ 000 $$$$$ 00
PROPOSAL FORMNorth Dakota Department of Transportation
019Page 6 of 22
1/26/2017
JobFebruary 03, 2017BID OPENING:
CodeNo.
Bidder must type or neatly print unit prices in numerals, make extensions for each item, and total. Do not carry unit prices further than three (3) decimal places.
ItemNo.
Projects: SU-8-984(152)155 (PCN-21261) and IM-8-029(166)062 (PCN-21262)Rev: BID ITEMS
TOPSOIL-WETLAND 662.017 203 0121 CY
TOPSOIL-DEPT OPTION BORROW AREA 350.018 203 0122 CY
COMMON EXCAVATION-SUBCUT 1,300.019 203 0138 CY
BORROW-EXCAVATION 32,774.020 203 0140 CY
BOX CULVERT EXCAVATION 1.021 210 0050 EA
CLASS 1 EXCAVATION 1.022 210 0099 L SUM
FOUNDATION PREPARATION 1.023 210 0201 EA
FOUNDATION FILL 2,050.024 210 0210 CY
FOUNDATION PREPARATION-BOX CULVERT 1.025 210 0405 EA
WATER 1,204.026 216 0100 M GAL
SUBGRADE PREPARATION-TYPE A-12IN 47046.027 230 0165 STA
SEEDING CLASS II 2.028 251 0200 ACRE
SEEDING CLASS III 47725.029 251 0300 ACRE
WETLAND SEED 820.030 251 1000 ACRE
TEMPORARY COVER CROP 2.031 251 2000 ACRE
STRAW MULCH 2.032 253 0101 ACRE
SpecNo.
Amount
Description UnitApprox.Quantity
Unit Price
$$$$$ 000 $$$$$ 00
PROPOSAL FORMNorth Dakota Department of Transportation
019Page 7 of 22
1/26/2017
JobFebruary 03, 2017BID OPENING:
CodeNo.
Bidder must type or neatly print unit prices in numerals, make extensions for each item, and total. Do not carry unit prices further than three (3) decimal places.
ItemNo.
Projects: SU-8-984(152)155 (PCN-21261) and IM-8-029(166)062 (PCN-21262)Rev: BID ITEMS
HYDRAULIC MULCH 03836.033 253 0201 ACRE
BONDED FIBER MATRIX 36316.034 253 0301 ACRE
ECB TYPE 3 452.035 255 0103 SY
CONCRETE SLOPE PROTECTION 700220.036 258 0100 SY
REMOVE & REPLACE CONCRETE SLOPE PROTECTION 70044.037 258 0200 SY
SILT FENCE UNSUPPORTED 2,600.038 260 0100 LF
REMOVE SILT FENCE UNSUPPORTED 2,600.039 260 0101 LF
FIBER ROLLS 12IN 31,091.040 261 0112 LF
REMOVE FIBER ROLLS 12IN 15,093.041 261 0113 LF
TRAFFIC SERVICE AGGREGATE 2,500.042 302 0050 TON
SALVAGED BASE COURSE 27,984.043 302 0101 CY
COMMERCIAL GRADE HOT MIX ASPHALT 3,566.044 430 0500 TON
10IN NON REINF CONCRETE PVMT CL AE-DOWELED 35,834.045 550 0310 SY
12IN NON REINF CONCRETE PVMT CL AE-DOWELED 20,728.046 550 0320 SY
PCC PAVEMENT GRINDING 12,848.047 570 0210 SY
TRANSVERSE PCC JOINT CLEANING & SEALING 17,325.048 570 0963 LF
SpecNo.
Amount
Description UnitApprox.Quantity
Unit Price
$$$$$ 000 $$$$$ 00
PROPOSAL FORMNorth Dakota Department of Transportation
019Page 16 of 22
1/26/2017
JobFebruary 03, 2017BID OPENING:
CodeNo.
Bidder must type or neatly print unit prices in numerals, make extensions for each item, and total. Do not carry unit prices further than three (3) decimal places.
ItemNo.
Projects: SU-8-984(152)155 (PCN-21261) and IM-8-029(166)062 (PCN-21262)Rev: BID ITEMS
EPOXY PVMT MK MESSAGE 1,709.177 762 0112 SF
EPOXY PVMT MK 4IN LINE 25,760.178 762 0113 LF
EPOXY PVMT MK 6IN LINE 2,579.179 762 0114 LF
EPOXY PVMT MK 8IN LINE 18,522.180 762 0115 LF
EPOXY PVMT MK 16IN LINE 621.181 762 0116 LF
EPOXY PVMT MK 24IN LINE 488.182 762 0117 LF
PREFORMED PATTERNED PVMT MK-MESSAGE(GROOVED) 1,709.183 762 0122 SF
SHORT TERM 4IN LINE-TYPE R 1,585.184 762 0420 LF
SHORT TERM 8IN LINE-TYPE R 6,345.185 762 0424 LF
SHORT TERM 16IN LINE-TYPE R 650.186 762 0425 LF
SHORT TERM MESSAGE-TYPE R 1,329.187 762 0440 SF
PREFORMED PATTERNED PVMT MK 4IN LINE-GROOVED 20,732.188 762 1305 LF
PREFORMED PATTERNED PVMT MK 6IN LINE-GROOVED 2,579.189 762 1307 LF
PREFORMED PATTERNED PVMT MK 8IN LINE-GROOVED 18,522.190 762 1309 LF
PREFORMED PATTERNED PVMT MK 16IN LINE-GROOVED 621.191 762 1317 LF
PREFORMED PATTERNED PVMT MK 24IN LINE-GROOVED 488.192 762 1325 LF
SpecNo.
Amount
Description UnitApprox.Quantity
Unit Price
$$$$$ 000 $$$$$ 00
PROPOSAL FORMNorth Dakota Department of Transportation
019Page 17 of 22
1/26/2017
JobFebruary 03, 2017BID OPENING:
CodeNo.
Bidder must type or neatly print unit prices in numerals, make extensions for each item, and total. Do not carry unit prices further than three (3) decimal places.
ItemNo.
Projects: SU-8-984(152)155 (PCN-21261) and IM-8-029(166)062 (PCN-21262)Rev: BID ITEMS
PREF PATT PVMT MK 7IN LINE CONTRAST-GROOVED 5,028.193 762 1344 LF
W-BEAM GUARDRAIL 104.194 764 0131 LF
W-BEAM GUARDRAIL END TERMINAL 2.195 764 0145 EA
REMOVE W-BEAM GUARDRAIL & POSTS 104.196 764 0151 LF
REMOVE END TREATMENT & TRANSITION 2.197 764 2081 EA
ATTENUATING CRASH CUSHION TL-2 4.198 764 9010 EA
REMOVE ATTENUATING CRASH CUSHION TL-2 5.199 764 9030 EA
REMOVE ATTENUATING CRASH CUSHION TL-3 2.200 764 9035 EA
MAILBOX-ALL TYPES 5.201 766 0100 EA
LIGHTING SYSTEM A 1.202 770 0003 EA
LIGHTING SYSTEM B 1.203 770 0004 EA
REVISE LIGHTING SYSTEM 1.204 770 4525 EA
INTERCONNECT CABLE 1,128.205 772 0450 LF
INTERIM TRAFFIC SIGNALS 6.206 772 2800 EA
REMOVE TRAFFIC SIGNAL SYSTEM 3.207 772 3125 EA
IT SYSTEM 1.208 772 9200 EA
SpecNo.
Amount
Description UnitApprox.Quantity
Unit Price
$$$$$ 000 $$$$$ 00
PROPOSAL FORMNorth Dakota Department of Transportation
019Page 18 of 22
1/26/2017
JobFebruary 03, 2017BID OPENING:
CodeNo.
Bidder must type or neatly print unit prices in numerals, make extensions for each item, and total. Do not carry unit prices further than three (3) decimal places.
ItemNo.
Projects: SU-8-984(152)155 (PCN-21261) and IM-8-029(166)062 (PCN-21262)Rev: BID ITEMS
IT SYSTEM A 1.209 772 9201 EA
TRAFFIC SIGNAL SYSTEM - SITE 1 1.210 772 9811 EA
TRAFFIC SIGNAL SYSTEM - SITE 2 1.211 772 9812 EA
TRAFFIC SIGNAL SYSTEM - SITE 3 1.212 772 9813 EA
TRAFFIC SIGNAL SYSTEM - SITE 4 1.213 772 9814 EA
TRAFFIC SIGNAL SYSTEM - SITE 5 1.214 772 9815 EA
TRAFFIC SIGNAL SYSTEM - SITE 6 1.215 772 9816 EA
GROUT 360.216 806 0300 CF
BRIDGE BENCH MARKS 1.217 930 3000 SET
ROADWAY CANOPY 1.218 930 7012 L SUM
CONCRETE SLEEPER SLAB 4.219 930 8670 EA
3 IN EXPANSION JOINT 216.220 930 8700 LF
ABUTMENT UNDERDRAIN SYSTEM 2.221 930 9537 EA
CONCRETE MODULAR BLOCK RETAINING WALL 1,099.222 930 9551 SF
SPALL REPAIR 16.223 930 9612 SF
LANDSCAPING APPURTENANCES 1.224 970 0001 L SUM
SpecNo.
Amount
Description UnitApprox.Quantity
Unit Price
$$$$$ 000 $$$$$ 00
PROPOSAL FORMNorth Dakota Department of Transportation
019Page 19 of 22
1/26/2017
JobFebruary 03, 2017BID 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: SU-8-984(152)155 (PCN-21261) and IM-8-029(166)062 (PCN-21262)Rev: BID ITEMS
LANDSCAPE PLANTINGS 1.225 970 1011 L SUM
REPLANT TREES 51.226 970 1025 EA
AUTUMN SPLENDOR BUCKEYE 11.227 970 2032 EA
AMUR CHOKECHERRY 7.228 970 2045 EA
COMMON HACKBERRY 18.229 970 2050 EA
NORTHERN ACCLAIM HONEYLOCUST 17.230 970 2150 EA
SPRING SNOW CRABAPPLE 9.231 970 2202 EA
BUR OAK 11.232 970 2330 EA
IVORY SILK LILAC 3.233 970 2392 EA
HARVEST GOLD LINDEN 20.234 970 2436 EA
ACCOLADE ELM 12.235 970 2449 EA
PRINCETON ELM 15.236 970 2472 EA
VERTICAL ROAD CLOSURE GATE-40FT 1.237 980 0816 EA
REMOVE ROAD CLOSURE GATE 1.238 980 0820 EA
TOTAL SUM BID
PROPOSAL FORMNorth Dakota Department of Transportation
Job 019
1/26/2017Rev:
BID OPENING:February 03, 2017
Projects:
Type of Work:
County: CASS
Length: 1.2100 Miles
GRADING, SALVAGED BASE, PCC PAVEMENT, BRIDGE WIDENING, RAMP CONSTRUCTION, RETAINING WALL, STORM SEWER, CITY UTILITIES, BOX CULVERT, TRAFFIC SIGNALS, LIGHTING
SU-8-984(152)155 (PCN-21261) and IM-8-029(166)062 (PCN-21262)
Page 20 of 22
TIME FOR COMPLETION:The undersigned Bidder agrees, if awarded the contract, to prosecute the work with sufficientforces and equipment to complete the contract work within the allowable time specified as follows:
WORKING DAY CONTRACT: working days are provided. The Department will begincharging working days beginning or the date work begins on the project site,
NA
CALENDAR DAY CONTRACT:
begins on the project site, whichever is earlier.
COMPLETION DATE CONTRACT:provides a minimum of
or the date workwill be determined by adding
whichever is earlier.NA
calendar days are provided. The completion date
N
NANA calendar days to NA
The project completion date is . The Department10/21/2017 *working days. The Department will begin charging workingNA
or the date work begins on the project site, whichever is earlier.days beginning NA
PROPOSAL FORMNorth Dakota Department of Transportation
Job 019
1/26/2017Rev:
BID OPENING:February 03, 2017
Projects:
Type of Work:
County: CASS
Length: 1.2100 Miles
GRADING, SALVAGED BASE, PCC PAVEMENT, BRIDGE WIDENING, RAMP CONSTRUCTION, RETAINING WALL, STORM SEWER, CITY UTILITIES, BOX CULVERT, TRAFFIC SIGNALS, LIGHTING
SU-8-984(152)155 (PCN-21261) and IM-8-029(166)062 (PCN-21262)
Page 20 of 22
*SUBSTANTIAL COMPLETION OF ALL WORK SHALL BE ACHIEVED BY OCTOBER 21, 2017. SUBSTANTIALCOMPLETION INCLUDES ALL WORK WITH THE EXCEPTION OF PERMANENT PAVEMENT MARKING,PERMANENT EROSION CONTROL AND LANDSCAPING. FINAL COMPLETION OF ALL REMAINING WORKSHALL BE JUNE 16, 2018. CLOSURE DURATIONS SHALL BE LIMITED AS FOLLOWS:
WEST SIDE (REFER TO SECTION 100 SHEETS W-1 THROUGH W-45):� �1. PH 2A & 2B 39TH STREET INTERSECTION (NORTH SIDE) RECONSTRUCT NE AND NW QUADRANTS
SEPARATELY = 24 CALENDAR DAYS TOTAL� �2. PH 2C 41ST STREET INTERSECTION (NORTH SIDE) RECONSTRUCT ½ AT A TIME = 14 CALENDAR
DAYS TOTAL�3. PH 3A & 3B 42ND STREET (SW CORNER & SE CORNER) RECONSTRUCT SEPARATELY = 24 CALENDAR
DAYS TOTAL�4. PH 3C & 3D 39TH STREET (SOUTH SIDE OF 32ND AVE S) RECONSTRUCT EAST & WEST HALVES
SEPARATELY = 60 CALENDAR DAYS TOTAL�6. CASS COUNTY ELECTRIC CUSTOMER ACCESS DRIVEWAY DURING PH 3 MAINLINE WIDENING PAVING
� 10 CALENDAR DAYS FOR CLOSURE OF DRIVEWAY
MIDDLE (REFER TO SECTION 100 SHEET M-1 THROUGH M-60):� �1. PH 3 36TH STREET CLOSURE (SOUTH SIDE) WHILE MAINTAINING ACCESS TO LUTHER BUICK 14
CALENDAR DAYS TOTAL� �2. PH 3 CLOSURE OF ONE LANE OF SB I-29 TO CONNECT TO SW LOOP RAMP 10 CALENDAR DAYS
TOTAL
EAST SIDE (REFER TO SECTION 100 SHEETS E-1 THROUGH E-29):� �1. PH 2A 33RD STREET (NORTH SIDE) CONSTRUCT ONE-HALF AT A TIME 14 CALENDAR DAYS TOTAL� �2. PH 2B 32ND STREET (NORTH SIDE) CONSTRUCT ONE-HALF AT A TIME 20 CALENDAR DAYS TOTAL
3. PH 2 - PRIVATE PARKING LOT FOR SANFORD HEALTHCARE ACCESSORIES, NORTH SIDE OF 32ND AVE SFROM STA 146+20 LT TO STA 148+80 LT (CURB & GUTTER, INLETS, HBP) - 28 CALENDAR DAYS TOTAL
� �4. PH 3A 33RD STREET (SOUTH SIDE) CONSTRUCT ONE-HALF AT A TIME 14 CALENDAR DAYS TOTAL� �5. PH 3B 32ND STREET (SOUTH SIDE) CONSTRUCT ONE-HALF AT A TIME 20 CALENDAR DAYS TOTAL� �6. PH 4 32ND STREET / 32ND AVE INTERSECTION LEFT TURN BAY (WB TO SB) 10 CALENDAR DAYS
ONCE PH 4 WORK STARTS.
FAILURE TO COMPLETE WORK WITHIN THE CLOSURE DURATIONS AS PROVIDED FOR ABOVE WILL BECHARGED AT A RATE OF $2,500 PER CALENDAR DAY UNTIL COMPLETED.FAILURE TO MEET SUBSTANTIAL COMPLETION BY OCTOBER 21, 2017 SHALL BE CHARGED AT A RATE OF$5,000 PER CALENDAR DAY UNTIL COMPLETED.FAILURE TO MEET FINAL COMPLETION BY JUNE 16, 2018 SHALL BE CHARGED AT A RATE OF $2,500 PERCALENDAR DAY UNTIL COMPLETED.
NOTES
1/25/2017 11:59:37 AM T:\Projects\2015\15.103.0105 Fargo 32nd Avenue South Reconstruction\80984155.152\Design\Addendum_1\006\006NT_001-009_notes_AD-1.docm
STATE PROJECT NO. SECTION NO.
SHEET NO.
ND SU-8-984(152)155 IM-8-029(166)062 6 8
This document was originally issued and sealed by
Matthew T. Kinsella, Registration Number
PE-5692, on 01/25/17 and the original document
is stored at the North Dakota Department of Transportation.
Revised 01/25/17
750-P02 SIDEWALK CONCRETE REINF: Saw contraction joints in a timely manner and construct every 4.5' on the 8 or 10' wide shared use path and every 4.5' on the sidewalk. Place one half-inch expansion joint at intervals not to exceed 150'.
Use a No. 3 deformed reinforcing bar placed 24" o.c. both ways on all sidewalks. The
bar shall be six (6) inches shorter than the width of the slab and placed accurately at one-half the depth of the slab. Use plastic chairs.
Use No. 3 bars 24" o.c. both ways on the shared use path. Use four (4) No. 3 bars
10' long, centered over new utility trenches for both the sidewalk and shared use path. Place and compact the aggregate base to the required uniform section prior to setting forms for the concrete sidewalk.
Saw all longitudinal and transverse joints. Saw a centerline longitudinal joint on the 8'
or wider shared use path. Match the existing elevation for newly placed concrete within +/-1/8” of all adjoining concrete. Remove any placed concrete not properly matching elevations as deemed by the Engineer, and replace at the contractor’s expense. Include all items listed above in the price bid for “Sidewalk Concrete Reinf” and “Sidewalk Concrete 4In.”
750-P03 DETECTABLE WARNING PANELS: Use cast-in-place, unpainted cast iron plates
manufactured by East Jordan Iron Works, Neenah Foundry, or approved equal. 752-P01 CHAIN LINK FENCE: The contractor may salvage the existing chain link fence fabric
from the fence that is removed. He shall be allowed to use this salvaged fabric for the proposed fencing that is required. Portions of the chain link fabric shall only be re-used if it is determined to be of satisfactory condition by the engineer in the field. If it is determined that the fabric is in unsatisfactory condition, the proposed fence shall be constructed with new material. Include all costs for this described work in the price bid for “Fence Chain Link”.
752-P02 TEMPORARY SAFETY FENCE: A quantity of 1,000 LF has been added to be used
as directed by the Engineer. Payment includes the removal of the temporary safety fence.
754-P01 OBJECT MARKERS - CULVERTS: Remove existing object markers located at
culvert end sections that are impacted by earthwork activities and pipe replacements. Include the cost for removal and disposal in the price bid for “Object Markers – Culverts”.
762-P01 TEMPORARY PAVEMENT MARKING: If the project is not complete by the
completion date, place temporary pavement markings at the permanent marking locations shown in the Section 120 plans. Use epoxy for all temporary markings. Quantities for temporary markings are shown in Section 10 Basis of Estimate. Obliteration of temporary pavement markings as shown and described in Section 10, shall not be paid for separately but shall be included in the price bid for “EPOXY PVMT MK __________”.
766-P01 MAILBOX: If a mailbox is shown to be reset to a different location along the street than where it was originally, notify the affected businesses and the US Postal Service of the new location.
806-P01 GROUT: Use the pressure grout method to fill the voids between the 24” spiral rib
liner and 36” CSP. Form the opening sufficiently at the inlet and outlet ends of the pipe to provide a
smooth, even surface between the liner and the existing 36” CSP. Use a grout mixture of one part cement and five parts fine aggregate, by volume, with
7 pounds of bentonite added for each sack of cement (based on a 200-barrel yield bentonite.) Adjust the amount of bentonite added per sack of cement proportionally, if the yield of bentonite varies. Use the minimum slump necessary to facilitate placement. Use grout materials that meet the following requirements:
1. Cement as specified in Section 804 of the Standard Specifications. 2. Fine aggregate meeting the requirements of Subsection 802.01 C.3 of the
Standard Specifications. 3. Commercially packaged bentonite.
Maintain grout injection pressures to fill the void without causing deformation of the
liner. Include mixing and batching facilities, a pump specifically designed for pressure injection of grout, pipe, hose, and fixtures to convey the grout into the void in the grouting equipment. Calibrate all equipment before beginning work. Continually monitor grout pump pressures with a liquid-filled diaphragm in-line gauge.
Include all costs of materials, equipment and labor to pressure grout the void in the
price bid for “Grout”. 930-P01 CONCRETE MODULAR BLOCK RETAINING WALL: The concrete modular block
wall shall conform to the following requirements: 1. Special Provision 392(14) – “Modular Retaining Wall System”. 2. The concrete modular block retaining wall shall be constructed to the same lines
and grades as shown in the plans. The wall shall have a modular block facing. 3. Following approval of a block type, color samples of the block units shall be
submitted to the Fargo District for selection. 970-P01 REPLANT TREES (“IM” PROJECT): This work consists of
removing and replanting trees within the “IM” portion of the project (32nd Avenue South Interchange, Sta 115+75 to Sta 138+95). The described trees were originally planted in 2004. Remove and replant the trees as shown in the Landscaping plan sheets (IM project) shown in Section 85. Remove 61 trees and replant only 51. The contractor shall pick the healthiest trees to be replanted. Transplant the trees prior to the earth moving operations.
NOTES
1/25/2017 11:59:37 AM T:\Projects\2015\15.103.0105 Fargo 32nd Avenue South Reconstruction\80984155.152\Design\Addendum_1\006\006NT_001-009_notes_AD-1.docm
STATE PROJECT NO. SECTION NO.
SHEET NO.
ND SU-8-984(152)155 IM-8-029(166)062 6 9
This document was originally issued and sealed by
Matthew T. Kinsella, Registration Number
PE-5692, on 01/25/17 and the original document
is stored at the North Dakota Department of Transportation.
Revised 01/25/17
Transplant trees only when dormant, preferably in the early spring, unless otherwise directed by the Engineer. Remove the trees with a solid ball of earth around the roots. Provide a ball with a diameter not less than 10 times the diameter of the trunk of the tree measured 1 ft above the surface of the ground. Provide a ball depth not less than 60% of its diameter for balls up to 48 in diameter. For balls over 48 in diameter provide a ball with sufficient depth to maintain a solid structure and to encompass all the feeding roots under the ball area. Use a mechanical tree spade to replant the trees. Power shovels and similar machinery may not be used in digging the ball except with written permission.
Prior to placing topsoil within the tree pits rototill the bottom of the tree pit to a minimum
6” depth within. Break up large clumps, remove any extraneous material, and re-shape the subgrade prior to placing topsoil.
Water the root ball of the tree thoroughly prior to removal to keep the root ball intact
and reduce as much soil loss as possible during transports. Maintain the ball as a solid unit when moving the tree. Keep the ball moist at all times during transplanting operations.
Take care to prevent injury to the tree during the transplanting operation. Protect all
parts of the tree. Tie branches out of the way of possible injury. Do not attach chains, cables, or heavy ropes to the trunk or branches without protective padding adequate to prevent bruising or other injury.
Replant the trees to a 40’ center to center tree spacing. Position the tree in the new
hole 2-3” higher than the original grade to allow for settling. Water the newly transplanted trees by the end of the same day they are planted so the original soil ball and surrounding soil is saturated to a depth of 12”. Apply water slowly to entire area, allowing adequate penetration. Complete the watering operation in a manner such that the tree settles into a plumb position.
Stake the trees with two or more painted T-shaped steel posts securely inserted to a
3’ depth and outside the root system. Extend a galvanized guy wire from the tree stake to a polypropylene strap around the tree trunk.
Provide mulch materials that are free of all foreign debris. Present mulch samples to
the Engineer for approval. Obtain approval for mulch material prior to installation. Mulch material installed without prior approval will be removed from the project. Ensure that all plant pits and beds are entirely free of weed or grass growth and free of live roots at the time mulch is applied. Keep mulch 6” away from the tree trunks. Cover the disturbed surface area of plant beds and pits evenly and uniformly to a 4” depth with bark mulch or as directed by the Engineer.
Protect and care for the trees until November 1, 2017. Water them weekly during dry
weather or as otherwise directed. Provide a 20 gallon slow release supplemental water bag for each tree transplanted. Protect the trees from damage and from diseases and insect pests.
Include the cost for all equipment, materials, and labor required to remove and replant, maintain and water the trees in the unit price "Replant Trees.”
970-P02 TREES (“SU” PROJECT): The work for planting new trees as shown in Section 85
within the “SU” portion of this project (32nd Avenue South from Sta 92+78 to Sta 115+75, and from Sta 138+95 to Sta 157+72), shall conform to Section 7000 of the City of Fargo Standard Specifications for Construction (most current version). New trees shall have a minimum caliper of 1.5 inches.
970-P03 LANDSCAPE PLANTINGS: Restore all disturbed landscaping, rock beds, planting
beds, irrigation systems, and electrical systems on private property to their original condition, to the satisfaction of the Engineer. Include all costs associated with this work in the price bid for “Landscape Plantings.”
970-P04 TREES LOCATED IN TEMPORARY CONSTRUCTION EASEMENT: Do not disturb
or remove any trees located within the temporary construction easement north of 32nd Avenue South near the Flying J Travel Plaza.
Revised 01/13/17
NOTES
1/13/2017 8:30:16 AM R:\project\80029062.166\design\DOTSC\Plan\Addendum\006NT_010_notes.docm
STATE PROJECT NO. SECTION NO.
SHEET NO.
ND IM-8-029(166)062 6 10
This document was originally issued and sealed by Aaron Murra,
Registration Number PE-6536,
on 01/13/17 and the original document
is stored at the North Dakota Department of Transportation.
770-P01 HIGH MAST LIGHTING SEQUENCING: Install new high mast conductor prior to disturbing the existing lines and prior to earthwork operations for the SW Loop. Construct the cable trench type II depths to match the proposed grades not the existing ground. See the cross sections for the SW Loop.
770-P02 LIGHTING SYSTEM LUMINAIRES: Provide the following luminaires or approved equal: AEL, Autobahn Series ATB2 (Catalog No.: ATB2 60BLEDE10 MVOLT R2.) 216W LED, 1000mA, 3000k, Type II, Gray Standards with a single luminaire will require a Holophane bracket arm (model BR-1055-HG) for
horizontal tenon mount. The Schreder, Teceo 2 does not require the additional bracket arm. Double headed standards do not require the bracket arm.
Include the cost for the luminaire, bracket arm, and all other materials in the unit price bid for “Lighting
System B.” 770-P03 LIGHTING SYSTEM STANDARDS: Provide the following light standards or approved equal:
Millerbernd 40’ stainless steel standards with frost finish. Include breakaway "H" base and 2-3/8" OD slipfitter without a mast arm.
Include the cost of the light standards in the unit price bid for “Lighting System B.” 770-P04 INTERIM TRAFFIC SIGNALS: Provide 3 interim traffic signal systems. The locations of the interim
traffic signals are: 1. The west ramps of I29 and 32nd Avenue 2. The east ramps of I29 and 32nd Avenue 3. The intersection of 32nd Avenue and 36th Street
770-P05 REVISE LIGHTING SYSTEM: Install new conduit and conductor as shown in the plans for the high mast
lighting system. Install new conductors prior to disturbing the existing lines. Revise the lighting system prior to earthwork operations for the SW Loop. Construct the cable trench depths to match the proposed grades not the existing ground. See the cross sections for the SW Loop. Include all costs for the work related to revising the high mast lighting system in the unit price bid for, “Revise Lighting System.”
772-P01 INTERCONNECT CABLE REINSTALLATION AND SEQUENCING: Cut the existing interconnect cable
in the existing IT pull box at 126+19 – 652’ rt (PR32_APX). Remove and install new conduit as shown in the plans. Reinstall the existing interconnect cable in the new conduit and install a splice in the existing pull box at 126+19 – 652’ rt. Make improvements to the IT System prior to earthwork operations for the SW Loop. Construct the cable trench type II depths to match the proposed grades not the existing ground. See the cross sections for the SW Loop. Contact Lyle Landstrom at the NDDOT Fargo District and coordinate with him prior starting to any ITS work. Include all costs associated with this work in the unit price bid for “Interconnect Cable.”
772-P02 IT-PULL BOX: Provide and install a polymer concrete extension for the existing IT pull box at 126+13 -
145.2’ rt. (PR32_APX) that is compatible with the existing pull box is a Quazite assembly. Verify that the existing pull box is a Quazite PG3048BA36 pull box. Provide an approximate 2’ extension for the IT pull box.
980-P01 REMOVE ROAD CLOSURE GATE: Remove the existing road closure gate and coordinate delivery to
the NDDOT Maintenance Storage Yard in Fargo. Work with the project engineer to deliver the gate. The address of the Storage Yard is:
503 38th Street South Fargo, ND Include the cost of removal and delivery to the storage yard in the contract unit price of “Remove Road
Closure Gate.”
980-P02 VERTICAL ROAD CLOSURE GATE: Install the vertical road closure gate on the light standard at the specified location as shown in the Lighting layouts. Include all costs in the price bid for the items “Vertical Road Closure Gate–40 FT.”
IM-8-029(166)062
STATE PROJECT NO.
ND
NO.
SHEET
NO.
SECTION
1/20/2017 dave.wood T:\Projects\2015\15.103.0105 Fargo 32nd Avenue South Reconstruction\80984155.152\Design\Addendum_1\008\008QS_001-006_QUANTITIES_AD-1.dgn5:31:22 PM
18SU-8-984(152)155
Estimate of Quantities
32nd Avenue South
Revised 1/20/17
IM-8-029(166)062
STATE PROJECT NO.
ND
NO.
SHEET
NO.
SECTION
1/20/2017 dave.wood T:\Projects\2015\15.103.0105 Fargo 32nd Avenue South Reconstruction\80984155.152\Design\Addendum_1\008\008QS_001-006_QUANTITIES_AD-1.dgn5:31:26 PM
28SU-8-984(152)155
Estimate of Quantities
32nd Avenue South
Revised 1/20/17
IM-8-029(166)062
STATE PROJECT NO.
ND
NO.
SHEET
NO.
SECTION
1/20/2017 dave.wood T:\Projects\2015\15.103.0105 Fargo 32nd Avenue South Reconstruction\80984155.152\Design\Addendum_1\008\008QS_001-006_QUANTITIES_AD-1.dgn5:31:30 PM
38SU-8-984(152)155
Estimate of Quantities
32nd Avenue South
Revised 1/20/17
IM-8-029(166)062
STATE PROJECT NO.
ND
NO.
SHEET
NO.
SECTION
1/20/2017 dave.wood T:\Projects\2015\15.103.0105 Fargo 32nd Avenue South Reconstruction\80984155.152\Design\Addendum_1\008\008QS_001-006_QUANTITIES_AD-1.dgn5:31:35 PM
48SU-8-984(152)155
Estimate of Quantities
32nd Avenue South
Revised 1/20/17
IM-8-029(166)062
STATE PROJECT NO.
ND
NO.
SHEET
NO.
SECTION
1/20/2017 dave.wood T:\Projects\2015\15.103.0105 Fargo 32nd Avenue South Reconstruction\80984155.152\Design\Addendum_1\008\008QS_001-006_QUANTITIES_AD-1.dgn5:31:39 PM
58SU-8-984(152)155
Estimate of Quantities
32nd Avenue South
Revised 1/20/17
STATE PROJECT NO.
ND
NO.
SHEET
NO.
SECTION
1/20/2017 dave.wood T:\Projects\2015\15.103.0105 Fargo 32nd Avenue South Reconstruction\80984155.152\Design\Addendum_1\008\008QS_001-006_QUANTITIES_AD-1.dgn5:31:43 PM
68SU-8-984(152)155
Estimate of Quantities
32nd Avenue South
IM-8-029(166)062
Revised 1/20/17
BASIS OF ESTIMATE
1/20/2017 4:53:21 PM T:\Projects\2015\15.103.0105 Fargo 32nd Avenue South Reconstruction\80984155.152\Design\Addendum_1\010\010BE_001_basest_AD-1.docm
STATE PROJECT NO. SECTION NO.
SHEET NO.
ND SU-8-984(152)155 IM-8-029(166)062 10 1
This document was originally issued and sealed by
David L. Wood, Registration Number
PE-6537, on 01/20/17 and the original document
is stored at the North Dakota Department of Transportation.
Materials Salvaged Base Course 1.875 TON/CY Commercial Grade Hot Mix Asphalt 2.0 TON/CY PG 58-28 Asphalt Cement* 6.0% of Commercial Grade Hot Mix Asphalt SS1H or CSS1H or MS1 Emulsified Asphalt* 0.05 GAL/SY *To be included in the price bid for “Commercial Grade Hot Mix Asphalt” Removal of Pavement: Concrete Pavements 2.0 TON/CY Bituminous Pavement 2.0 TON/CY Aggregate Base 1.875 TON/CY Water Embankment 10 GAL/CY Salvaged Base Course 20 GAL/CY Dust Palliative 150 MGAL/Mile
PROJECT SU-8-984(152)155: SUBGRADE PREPARATION-TYPE A-12IN
LOCATION
230 0165 SUBGRADE PREPARATION-TYPE A-12IN
PAY ITEM
(SY) STA
32ND AVE S (WEST OF INTERCHANGE)
Sta 92+78 to Sta 115+75 17,361 22.97
39TH STREET SOUTH
Sta 3904+95 to Sta 3911+52 4,203 6.57
32ND AVE S (EAST OF INTERCHANGE) 17,283
Sta 138+95 to Sta 155+88 16.93
TOTAL: 38,847 46.47
Temporary Pavement Marking SPEC CODE DESCRIPTION UNIT SU-8-984(152)155 IM-8-029(166)062 TOTAL 762 0112 EPOXY PVMT MK MESSAGE SF 829 880 1,709 762 0113 EPOXY PVMT MK 4IN LINE LF 5,964 19,796 25,760 762 0114 EPOXY PVMT MK 6IN LINE LF 2,408 171 2,579 762 0115 EPOXY PVMT MK 8IN LINE LF 8,748 9,774 18,522 762 0116 EPOXY PVMT MK 16IN LINE LF 621 - 621 762 0117 EPOXY PVMT MK 24IN LINE LF - 488 488
Notes:
1. Temporary pavement marking shall be placed at the same locations as permanent pavement markings shown in the Section 120 plans.
2. Permanent pavement markings that are shown as “PREF PATT PVMT MK 7IN LINE CONTRAST-GROOVED” in the Section 120 plans, shall be placed and paid for as temporary pavement markings as “EPOXY PVMT MK 4IN LINE”. This is accounted for in the quantities listed above.
3. Obliteration of temporary pavement markings as shown and described above, shall not be paid for separately but shall be included in the price bid for “EPOXY PVMT MK __________”.
PROJECT SU-8-984(152)155: Temporary Hot Mix Asphalt Paving in Removed Median Areas (Refer to Section 100 “W” and “E” series sheets)
CONSTRUCTION PHASE
STATION RANGE
430 0500 COMMERCIAL
GRADE HOT MIX ASPHALT PAY ITEM
302 0101 SALVAGED
BASE COURSE PAY ITEM
202 0136 REMOVAL OF PAVEMENT PAY ITEM
STATION STATION (TON) (CY) (TON)
PHASE 1 (WEST) 93+21 TO 98+94 373 186 722
PHASE 1 (WEST) 42ND ST
503+03 TO 507+77 368 184 713
PHASE 1 (WEST) 100+78 TO 104+63 138 69 267
PHASE 1 (WEST) 105+75 TO 113+11 473 237 917
PHASE 1 (WEST) 114+24 TO 115+75 46 23 89
PHASE 1 (EAST) 138+96 TO 145+45 319 160 618
PHASE 1 (EAST) 146+06 TO 151+70 295 147 571
PHASE 1 (EAST) 152+32 TO 157+71 279 139 540
Total: 2291 1145 4437
Note:
1. 6” Commercial Grade Hot Mix Asphalt over 6” Salvaged Base Course were used as the basis for the estimate.
Revised 01/20/17
STATE PROJECT NO.
ND
NO.
SHEET
NO.
SECTION
1/20/2017 dave.wood T:\Projects\2015\15.103.0105 Fargo 32nd Avenue South Reconstruction\80984155.152\Design\Addendum_1\011\011DT_001_SalvageBaseCourseSummary_AD-1.dgn4:24:45 PM
of Transportation
North Dakota Department
document is stored at the
on and the original
PE- ,
Registration Number
issued and sealed by
This document was originally
11
SU-8-984(152)155 1
Data Tables
Salvaged Base Course Summary
David L. Wood,
6537
01/20/17
Revised 1/20/17
STATE PROJECT NO.
ND
NO.
SHEET
NO.
SECTION
1/20/2017 dave.wood T:\Projects\2015\15.103.0105 Fargo 32nd Avenue South Reconstruction\80984155.152\Design\Addendum_1\011\011DT_005_TopsoilSummary_AD-1.dgn11:29:40 AM
of Transportation
North Dakota Department
document is stored at the
on and the original
PE- ,
Registration Number
issued and sealed by
This document was originally
11
SU-8-984(152)155 5
Data Tables
Topsoil Summary
David L. Wood,
6537
01/20/17
IM-8-029(166)062
Revised 1/20/17
This document was originally issued and sealed by
Matthew T. Kinsella, Registration Number
PE-5692, on 01/20/17 and the original document
is stored at the North Dakota Department of Transportation.
Revised 1/20/17
1/20/2017 11:25:35 AM T:\Projects\2015\15.103.0105 Fargo 32nd Avenue South Reconstruction\80984155.152\Design\Addendum_1\075\075WL_001_AD-1.docm
STATE PROJECT NO. SECTION NO.
SHEET NO.
ND SU-8-984(152)155 IM-8-029(166)062 75 1
Wetlands Mitigation and Environmental
1 A wetland jurisdictional determination was issued by the USACE on 09/27/2016; NWO-2016-1815-BIS.
Wetland Impact Table
Wetland Number Location Type
Wetland Feature
USACE Jurisdictional
Wetlands1
Wetland Impacts Acre(s)
USFWS Easement Impacts Acre(s)
Wetland Mitigation
Mitigation Required USACE/11990 Bank
Temp. Perm. Temp. Perm. EO
11990 USACE USFWS Location Acre(s)
1 Sec. 22, T139N, R49W
Ditch Artificial N 0.05 N N N
3 Sec. 27, T139N, R49W
Ditch Artificial N 0.36 0.14 N N N
4a Sec. 26, T139N, R49W
Ditch Artificial Y 0.38 N N N
4b Sec. 23, T139N, R49W
Ditch Artificial Y 0.06 0.05 N N N
4c Sec. 23, T139N, R49W
Ditch Artificial Y 0.02 N N N
4f Sec. 22, T139N, R49W
Ditch Artificial Y 0.11 0.04 N N N
4g Sec. 22, T139N, R49W
Ditch Artificial Y 0.03 0.01 N N N
4h Sec. 27, T139N, R49W
Ditch Artificial Y 0.22 0.30 N N N
4k Sec. 26 T139N, R49W
Ditch Artificial Y 0.03 N N N
4n Sec. 23, T139N, R49W
Ditch Artificial Y 0.01 N N N
Totals 0.83 0.98
This document was originally issued and sealed by
Matthew T. Kinsella, Registration Number
PE-5692, on 01/20/17 and the original document
is stored at the North Dakota Department of Transportation.
Revised 1/20/17
1/20/2017 11:25:35 AM T:\Projects\2015\15.103.0105 Fargo 32nd Avenue South Reconstruction\80984155.152\Design\Addendum_1\075\075WL_001_AD-1.docm
STATE PROJECT NO. SECTION NO.
SHEET NO.
ND SU-8-984(152)155 IM-8-029(166)062 75 2
Wetlands Mitigation and Environmental
Impact Summary Table
Permanent
Impact Summary Temporary Impacts and additional information
Wetland Type
Total (Acres)
Wetland Type
Total (Acres/Lf)
Natural/JD 0.00 Temporary
JD 0.47
Natural/Non-JD 0.00 Non-JD
Temporary 0.36
Artificial/JD 0.79 Permanent
JD > 0.10 0.79
Artificial /Non-JD 0.19 Permanent
OW N/A
Total 0.98 Temporary
OW N/A
LEGEND
Direction of Flow
Wetland Temporary Impact
Wetland Permanent Impact
0.030 Acres
Permanent Impact
Wetland 4h
Project Limits - I
M-8-0
29(1
66)0
62
Chain PR32ND
32nd Ave. South Alignment
0.064 Acres
Temporary Impact
Wetland 4h
116 117 118 119
STATE PROJECT NO.
ND
NO.
SHEET
NO.
SECTION
1/17/2017 jrensch R:\project\80029062.166\design\Sheets\Addendum 1\075WL_009.dgn9:51:40 AM
of Transportation
North Dakota Department
document is stored at the
on and the original
PE- ,
Registration Number
issued and sealed by
This document was originally
75
IM-8-029(166)062
32nd Avenue South
Sta 115+75 to 119+00
Wetland Impacts
9
Jeffrey R. Rensch,
8211
Revised 1/20/17
1/20/17
899.61
899.68
36" CSP
24"
RC
P
902.58
30" CSP
LOVE'S TRAVEL STOP
36"
CS
P
MUNICIPAL 15" RCP
15"R
CP
Inv S 907.59Rim 911.64CBS
Inv N 907.35Inv S 909.58Inv E 909.88Rim 911.88CBS
36"
CS
P
18" R
CP
8" CI
Station
Lift
52
52A
53A
55A
5554
55B
51A 32nd Ave S
R/W Mon
R/W Mon
32nd Ave S
LOT 1
R.D.O. SECOND ADDITION
1
Conc
Conc
Conc
Rock
Rock
Rock
Chnlk
Chnlk
LOVE'S TRAVEL STOP
Grading Tie
Grading Tie
Grading Tie
Wetland 4h
Sec 22
T-139-N
R-49-W
Sec 27
T-139-N
R-49-W
LEGEND
Direction of Flow
Wetland Temporary Impact
Wetland Permanent Impact
0.008 Acres
Permanent Impact
Wetland 4g
0.025 Acres
Temporary Impact
Wetland 4g
0.002 Acres
Temporary Impact
Wetland 4f
0.043 Acres
Permanent Impact
Wetland 4f
0.013 Acres
Temporary Impact
Wetland 4f
Chain PR32ND
32nd Ave. South Alignment
(listed on previous sheet)
Temporary Impact
Wetland 4h
(listed on sheet for SW Loop)
Temporary Impact
Wetland 3
(listed on sheet for SW Loop)
Permanent Impact
Wetland 3
119120 121 122 123 124
125
STATE PROJECT NO.
ND
NO.
SHEET
NO.
SECTION
1/17/2017 jrensch R:\project\80029062.166\design\Sheets\Addendum 1\075WL_010.dgn9:51:40 AM
of Transportation
North Dakota Department
document is stored at the
on and the original
PE- ,
Registration Number
issued and sealed by
This document was originally
75
IM-8-029(166)062
32nd Avenue South
Sta 119+00 to 125+00
Wetland Impacts
10
Jeffrey R. Rensch,
8211
Revised 1/20/17
1/20/17
Inv 893.45
Rim 898.20
CBS
18" R
CP
36" CSP
900.32
906.19
1 CSFES (fair, N end)15" CSP (fair, skew)139' to N end23+34 (Chain: SCL32)
907.99
1 CSFES (fair, S end)15" CSP (fair, skew)128' to S end23+42 (Chain: SCL32)
18" R
CP
Inv NE 917.63
Rim 922.58
CB
Inv SE 917.63
Rim 922.58
CB
57A
59A
58B
58A56A
55A R-49-WT-139-NSec 27
32nd Ave S
Sec Line
Prop Cor
Prop Cor
R-49-W
T-139-N
Sec 22
R-49-W
T-139-N
Sec 27 Ra
mp
Ra
mp
Conc
Conc
Conc
Conc
Chnlk
Wetland 3
Grading Tie
Grading Tie
Grading Tie
Grading Tie
Grading Tie
Grading Tie
Wetland 4g
Wetland 4h
Wetland 4f
Wetland 3
Wetland 3
Sec 22
T-139-N
R-49-W
LEGEND
Direction of Flow
Wetland Temporary Impact
Wetland Permanent Impact
0.269 Acres
Permanent Impact
Wetland 4h
0.144 Acres
Permanent Impact
Wetland 3
Chain PR32SWR
SW Ramp Alignment
Chain PR32SWL
SW Loop Alignment
(listed on sheet for 32nd Ave.)
Temporary Impact
Wetland 4h
0.356 Acres
Temporary Impact
Wetland 3
15
16
17
18
19 20
21
234
5
6
7
8
STATE PROJECT NO.
ND
NO.
SHEET
NO.
SECTION
1/17/2017 jrensch R:\project\80029062.166\design\Sheets\Addendum 1\075WL_015.dgn9:51:41 AM
of Transportation
North Dakota Department
document is stored at the
on and the original
PE- ,
Registration Number
issued and sealed by
This document was originally
75
IM-8-029(166)062
SW Ramp
Sta 2+00 to Sta 8+00
SW Loop
Sta 11+00 to 21+00
Wetland Impacts
15
Jeffrey R. Rensch,
8211
Revised 1/20/17
1/20/17
907.9
9
1 C
SF
ES (fa
ir, S e
nd)
15" C
SP (fa
ir, ske
w)
128' to S e
nd
23+42 (C
hain: S
CL32)
R-4
9-W
T-1
39-N
Sec 2
7
R-4
9-W
T-1
39-N
Sec 2
6
Pro
p C
or
Pro
p C
or
R/W Mon
Chnlk
Wetla
nd 3
Gra
din
g Tie
Gra
din
g Tie
Wetla
nd 4
h
Wetla
nd 4
h
Wetla
nd 4
h
Wetla
nd 4
h
Wetla
nd 3
Wetla
nd 3
Grading Tie
Grading Tie
Sec 2
7
T-1
39-N
R-4
9-W
Sec 2
6
T-1
39-N
R-4
9-W
899.61
899.68
36" CSP
24"
RC
P
902.58
30" CSP
36"
CS
P
MUNICIPAL 15" RCP
15"R
CP
Inv S 907.59Rim 911.64CBS
Inv N 907.35Inv S 909.58Inv E 909.88Rim 911.88CBS
36"
CS
P
18" R
CP
8" CI
Station
Lift
52
52A
53A
55A
5554
55B
51A 116 117 118 11932nd Ave S
R/W Mon
R/W Mon
32nd Ave S
LOT 1
R.D.O. SECOND ADDITION
1
10' Utility Easement
Doc. 1293512
Storage Facility
Ingress/Egress Esmt
Esmt & R/W Agreement
10' C
ass C
o. Elec. & N
W Bell
Utility Ease
ment
Conc
Conc
Conc
Rock
Rock
Rock
Chnlk
Chnlk
Grading Tie
Grading Tie
Grading Tie
Wetland 4h
Sec 22
T-139-N
R-49-W
Sec 27
T-139-N
R-49-W
UnitQuantityBid ItemSpec Code
253 201
32nd Ave Lt
HYDRAULIC MULCH
ACRE
ACRE
0.277
0.229
LEGEND
32nd Ave Rt
261 0112
32nd Ave Lt
32nd Ave Rt
FIBER ROLLS 12IN
LF
LF465
85
251
32nd Ave Lt ACRE
ACRE
0.277
0.48732nd Ave Rt
SEEDING CLASS III
253 301
32nd Ave Lt ACRE
ACRE
0.258
32nd Ave Rt
BONDED FIBER MATRIX
255 0103
SY
SY
20
ECB TYPE 3
SY22Sta 118+40 - 98' Lt - 30IN FES
Sta 118+37 - 137' Rt - 24IN FES
Sta 118+82 - 142' Rt - 36IN FES 24
0
SY18Sta 115+78 - 73' Lt - 18IN FES
Direction of Flow
Bonded Fiber Matrix w/Seeding Class III
Hydraulic Mulch w/Seeding Class III
300
Project Limits - I
M-8-0
29(1
66)0
62
Wetland Seed
251 1000
32nd Ave Lt ACRE
ACRE32nd Ave Rt 0.048
0
WETLAND SEED
Chain PR32ND
32nd Ave. South Alignment
Fiber Rolls
Stations & Offsets this sheet listed from Chain PR32ND
Notes:
(See Section 85)
Lanscaping Appurtenances
STATE PROJECT NO.
ND
NO.
SHEET
NO.
SECTION
1/17/2017 jrensch R:\project\80029062.166\design\Sheets\Addendum 1\077PE_007.dgn9:51:42 AM
of Transportation
North Dakota Department
document is stored at the
on and the original
PE- ,
Registration Number
issued and sealed by
This document was originally
77
IM-8-029(166)062
32nd Avenue South
Sta 115+75 to 119+00
Permanent Erosion Control
7
Jeffrey R. Rensch,
8211
Revised 1/20/17
1/20/17
Inv 893.45
Rim 898.20
CBS
18" R
CP
36" CSP
900.32
906.19
1 CSFES (fair, N end)15" CSP (fair, skew)139' to N end23+34 (Chain: SCL32)
907.99
1 CSFES (fair, S end)15" CSP (fair, skew)128' to S end23+42 (Chain: SCL32)
18" R
CP
Inv NE 917.63
Rim 922.58
CB
Inv SE 917.63
Rim 922.58
CB
57A
59A
58B
58A56A
55A 119120 121 122 123 124
125
R-49-WT-139-NSec 27
32nd Ave S
Sec Line
Prop Cor
R-49-W
T-139-N
Sec 22
R-49-W
T-139-N
Sec 27 Ra
mp
Ra
mp
Conc
Conc
Conc
Conc
Chnlk
Wetland 3
Grading Tie
Grading Tie
Grading Tie
Grading Tie
Grading Tie
Grading Tie
Wetland 4g
Wetland 4h
Wetland 4f
Wetland 3
Sec 22
T-139-N
R-49-W
UnitQuantityBid ItemSpec Code
253 201
32nd Ave Lt
HYDRAULIC MULCH
ACRE
ACRE
0.188
0.47232nd Ave Rt
261 0112
32nd Ave Lt
32nd Ave Rt
FIBER ROLLS 12IN
LF
LF880
251 300
32nd Ave Lt ACRE
ACRE
1.715
1.34532nd Ave Rt
SEEDING CLASS III
253 301
32nd Ave Lt ACRE
ACRE0.87332nd Ave Rt
BONDED FIBER MATRIX
255 0103
SY
SY
18
ECB TYPE 3
SY18
Sta 120+48 - 112' Lt - 18IN FES
Sta 120+50 - 130' Lt - 18IN FES 18
SY24
0140750
SY
SY
SY
SIDEWALK CONCRETE 4IN (FES APRON)
1.527
SY
SY
20Sta 123+40 - 153' Lt - 24IN FES
Sta 123+79 - 235' Lt - 24IN FES 20
Sta 119+15 - 127' Lt - 36IN FES
Sta 119+93 - 152' Lt - 18IN FES
1,170
4.3
4.3
4.3
LEGEND
Direction of Flow
Fiber Rolls Bonded Fiber Matrix w/Seeding Class III
Hydraulic Mulch w/Seeding Class III
Wetland Seed
251 1000
32nd Ave Lt ACRE
ACRE
0.025
0.08232nd Ave Rt
WETLAND SEED
Chain PR32ND
32nd Ave. South Alignment
Stations & Offsets this sheet listed from Chain PR32ND
Notes:
Sta 120+66 - 143' RT
Sta 123+31 - 139' LT
Sta 123+87 - 151' RT
STATE PROJECT NO.
ND
NO.
SHEET
NO.
SECTION
1/17/2017 jrensch R:\project\80029062.166\design\Sheets\Addendum 1\077PE_008.dgn9:51:43 AM
of Transportation
North Dakota Department
document is stored at the
on and the original
PE- ,
Registration Number
issued and sealed by
This document was originally
77
IM-8-029(166)062
32nd Avenue South
Sta 119+00 to 125+00
Permanent Erosion Control
8
Jeffrey R. Rensch,
8211
Revised 1/20/17
1/20/17
899.87
901.50
(0.5' pipe separation from FES at both ends)
2 RCFES (poor)
24" X 74' RCP (poor, skew)
3282+13 - 150' to NE end
3281+62 - 206' to SW end
Chain SCL 29
902.76
903.8
5
903.8
8
904.3
8
904.3
8
8
9
10
11
12
13
14
Prop Cor
R/W Mon
Prop Cor
Sec Line
3278 3279 3280 3281 3282 3283 3284
N 04^ 25' 44" W
AS
LE
SO
N I
ND
US
TRI
AL P
AR
K FI
RS
T A
DDI
TI
ON
Chnlk
Hdwl
Hdwl
Hdwl
Grading Tie
Grading Tie
Wetla
nd 4
h
Wetla
nd 4
h
Wetla
nd 4
h
Wetla
nd 4
h
Sec 2
7
T-1
39-N
R-4
9-W
Sec 2
6
T-1
39-N
R-4
9-W
261 0112
LF
LF
350SW Ramp Lt
SW Ramp Rt
UnitQuantityBid ItemSpec Code
253 201 HYDRAULIC MULCH
ACRE
251 300
ACRE
ACRE
0.938
1.133
SEEDING CLASS III
253 301
ACRE
ACRE1.133
BONDED FIBER MATRIX
255 0103 ECB TYPE 3
SY20
SY20
0.355
LEGEND
Direction of Flow
Fiber Rolls Bonded Fiber Matrix w/Seeding Class III
Hydraulic Mulch w/Seeding Class III
Wetland Seed
ACRE
SW Ramp Lt
SW Ramp Rt
SW Ramp Lt
SW Ramp Rt
SW Ramp Lt
SW Ramp Rt
0.583
0
251 1000
ACRE
ACRE
SW Ramp Lt
SW Ramp Rt
WETLAND SEED
0
0.156
Chain PR32SWR
SW Ramp Alignment
Chain SCL29
I-29 Alignment
Stations & Offsets this sheet listed from Chain PR32SWR
Notes:
Sta 10+26 - 55' Lt - 24IN FES
Sta 10+26 - 40' Rt - 24IN FES
FIBER ROLLS 12IN
1,170
STATE PROJECT NO.
ND
NO.
SHEET
NO.
SECTION
1/17/2017 jrensch R:\project\80029062.166\design\Sheets\Addendum 1\077PE_012.dgn9:51:44 AM
of Transportation
North Dakota Department
document is stored at the
on and the original
PE- ,
Registration Number
issued and sealed by
This document was originally
77
IM-8-029(166)062
SW Ramp
Sta 8+00 to 14+00
Permanent Erosion Control
12
Jeffrey R. Rensch,
8211
Revised 1/20/17
1/20/17
1 C
SF
ES (fa
ir, S e
nd)
15" C
SP (fa
ir, ske
w)
128' to S e
nd
23+42 (C
hain: S
CL32)
11
1112
13
14
15
16
17
7
8
R-4
9-W
T-1
39-N
Sec 2
7
R-4
9-W
T-1
39-N
Sec 2
6
3284 3285 3286 3287 3288 3289
Hdwl
Hdwl
Wetla
nd 3
Gra
din
g Tie
Gra
din
g Tie
Wetla
nd 3
Wetla
nd 3
Sec 2
7
T-1
39-N
R-4
9-W
Sec 2
6
T-1
39-N
R-4
9-W
UnitQuantityBid ItemSpec Code
251 300
ACRE
ACRE
0.823
1.492
LEGEND
Fiber Rolls
SW Loop Lt
SW Loop Rt
Direction of Flow
261 0112 FIBER ROLLS 12IN
LF
LF415
385
Bonded Fiber Matrix w/Seeding Class III
Hydraulic Mulch w/Seeding Class III
255 0103 ECB TYPE 3
SY20
SY20
SEEDING CLASS III
253 201
ACRE0.595
ACRE1.297
301
ACRE
ACRE
0.228
0.196
HYDRAULIC MULCH
253 BONDED FIBER MATRIX
Chain PR32SWL
SW Loop Alignment
Sta 14+60 - 52' Lt - 24IN FES
Sta 14+60 - 32' Rt - 24IN FES
Stations & Offsets this sheet listed from Chain PR32SWL
Notes:
Chain SCL29
I-29 Alignment
SW Loop Lt
SW Loop Rt
SW Loop Lt
SW Loop Rt
SW Loop Lt
SW Loop Rt
Wetland Seed
STATE PROJECT NO.
ND
NO.
SHEET
NO.
SECTION
1/17/2017 jrensch R:\project\80029062.166\design\Sheets\Addendum 1\077PE_013.dgn9:51:45 AM
of Transportation
North Dakota Department
document is stored at the
on and the original
PE- ,
Registration Number
issued and sealed by
This document was originally
77
IM-8-029(166)062
Permanent Erosion Control
13
SW Loop
Sta 11+00 to 15+80
Jeffrey R. Rensch,
8211
Revised 1/20/17
1/20/17
907.9
9
1 C
SF
ES (fa
ir, S e
nd)
15" C
SP (fa
ir, ske
w)
128' to S e
nd
23+42 (C
hain: S
CL32)
15
16
17
18
19 20
21
234
5
6
7
8
R-4
9-W
T-1
39-N
Sec 2
7
Pro
p C
or
Pro
p C
or
Pro
p C
or
R/W Mon
Access
Control
Chnlk
Wetla
nd 3
Gra
din
g Tie
Wetla
nd 4
h
Wetla
nd 4
h
Wetla
nd 4
h
Wetla
nd 4
h
Wetla
nd 3
Wetla
nd 3
Grading Tie
Grading Tie
Sec 2
7
T-1
39-N
R-4
9-W
UnitQuantityBid ItemSpec Code
251 300
ACRE
ACRE
0.328
2.214
LEGEND
Fiber Rolls
SW Ramp Lt
SW Ramp Rt
SW Loop Rt ACRE1.085
Direction of Flow
261 0112 FIBER ROLLS 12IN
LF
LF460
735SW Ramp Rt
SW Loop Rt
Hydraulic Mulch w/Seeding Class III
SEEDING CLASS III
253 201
ACRE0.564SW Ramp Rt
SW Loop Rt ACRE0.629
301
ACRE
ACRE
0.328
1.650
SW Ramp Lt
SW Ramp Rt
SW Loop Rt ACRE0.456
HYDRAULIC MULCH
253 BONDED FIBER MATRIX
Chain PR32SWR
SW Ramp Alignment
Chain PR32SWL
SW Loop Alignment
Stations & Offsets this sheet listed from Chain PR32SWL
Notes:
1000251
SW Ramp Rt 0.023 ACRE
WETLAND SEED
Bonded Fiber Matrix w/Seeding Class III
Wetland Seed
SW Loop Rt 0.294 ACRE
STATE PROJECT NO.
ND
NO.
SHEET
NO.
SECTION
1/17/2017 jrensch R:\project\80029062.166\design\Sheets\Addendum 1\077PE_014.dgn9:51:45 AM
of Transportation
North Dakota Department
document is stored at the
on and the original
PE- ,
Registration Number
issued and sealed by
This document was originally
77
IM-8-029(166)062
SW Ramp
Sta 2+00 to Sta 8+00
SW Loop
Sta 15+80 to 21+00
Permanent Erosion Control
14
Jeffrey R. Rensch,
8211
Revised 1/20/17
1/20/17
Work Zone Phasing Notes – 32nd Ave South (East Side)
1/20/2017 2:35:40 PM T:\Projects\2015\15.103.0105 Fargo 32nd Avenue South Reconstruction\80984155.152\Traffic\Addendum_1\100NT_001-002_East Phasing notes_Apex_AD-1.docm
STATE PROJECT NO. SECTION NO.
SHEET NO.
ND SU-8-984(152)155 100 E-1
This document was originally
issued and sealed by Dain L. Miller,
Registration Number PE-4036,
on 01/20/17 and the original document is stored at the North Dakota Department
of Transportation.
Revised 01/20/17
Phase 1 (East) Work Zone Area: Center Median removals, storm sewer installation and replace
removal areas with temporary (Hot Bituminous Pavement) HBP. Traffic Lanes Maintained: Traffic will be split one lane west-bound on the north side
and one lane east-bound on the south side of 32nd Ave South; maintain left turn lanes at all intersections.
Detours: None Sub-Phases: None Time Constraints for Construction of Intersections: None Key Work Zone Activities / Sequencing / Notes:
1. Remove existing center medians, trees, signs, etc. as indicated in plans for 32nd Ave South east of 36th Street South.
2. Install storm sewer line in center median area from 36th Street to 33rd Street. 3. Excavate and prep center median and turn lane areas for temporary HBP. 4. Contractor will be required to partially remove/lower existing electrical pull
boxes located in center median. Protect existing pull boxes temporarily under the temporary HBP placed in the existing medians.
5. Begin installing temporary signals at 32nd Street and 36th Street. Phase 2 (East) Work Zone Area: Removals and construction for the widening and west-bound lanes
on the north side of 32nd Avenue South from 36th Street South to east of 32nd Street South.
Traffic Lanes Maintained: Traffic will be head to head with one lane west-bound and
one lane east-bound on the south half of 32nd Avenue S from 36th Street to 32nd Street. Left turn lanes will be maintained at all intersections. West bound traffic will primarily run on the temporary HBP placed in phase 1. Interim signals must be functional at 32nd Street and 36th Street before moving traffic head to head.
Detours: YES – During intersection work on the north side at 33rd Street (Phase 2A)
and 32nd Street (Phase 2B), traffic will be ONE-WAY onto 33rd Street and 32nd Street. South-bound traffic will not be allowed to enter 32nd Ave S. Traffic will be detoured to the north to find alternate routes.
Sub-Phases: Phase 2A – Reconstruct 33rd Street Intersection (north side) one-half at a time. Phase 2B - Reconstruct 32nd Street Intersection (north side) one-half at a time.
Time Constraints on Intersection Work: Phase 2A – 33rd Street Intersection – north side (14 calendar days Total) Phase 2B - 32nd Street Intersection – north side (20 calendar days Total)
Phase 2 – Private parking lot for Sanford Healthcare Accessories, north side of 32nd Avenue S, from Sta 146+20 to Sta 148+80 Lt (curb and gutter, inlets, hot mix pavement) – 28 calendar days total
Key Work Zone Activities / Sequencing / Notes:
1. Phase 2 – Mainline 32nd Avenue South (North half) a. Modify (or cover) temporary signal head positions at 32nd Street and
36th Street as needed for any lane configuration changes. b. Remove existing pavement in work zone areas on the north half 32nd
Ave S with exception of the intersections of 33rd Street and 32nd Street c. Coordinate private utility relocations before any permanent
infrastructure is constructed in the north boulevard of 32nd Avenue. d. Install watermain / hydrant modifications as shown in the plans in the
north boulevard. e. Install north lateral storm line at station 141+75. f. Construct new concrete pavement on north half of 32nd Ave S with
exception of left turn lanes in the medians and the intersections of 33rd Street and 32nd Street.
g. Construct new concrete shared use path where possible in the north boulevard from 36th Street to 32nd Street S.
2. Sanitary Sewer Relining and Bypass Work – The sanitary sewer relining work
will be completed from the lift station west of 33rd Street going east to about station 158+00. The bypass pumping operations and equipment set up will require specific work zone traffic control shown in plan set section 100, sheets E-14 & E-17.
3. Phase 2A – Reconstruct 33rd Street Intersection (north side) a. 33rd Street Intersection on north side will be constructed one half at a
time in order to maintain traffic ONE WAY (north bound) for access to Sanford Health Care Accessories and apartments.
b. Install lateral storm sewer from the median to the inlets located in the NE and NW corner of the intersection.
4. Phase 2B – Reconstruct 32nd Street Intersection (north
side) a. 32nd Street Intersection on north side will be
constructed one half at a time in order to maintain traffic ONE WAY (north bound) for access to Bank of the West and Alerus Financial buildings and apartments.
REVISED 1/20/2017
NOTES
1/20/2017 9:06:11 AM R:\project\80029062.166\bridge\OH Sign Structure\115SN_001_NOTES.docm
23 U.S.C. 409
NDDOT Reserves All Objections
STATE PROJECT NO. SECTION NO.
SHEET NO.
ND IM-8-029(166)062 115 1
This document was originally issued and sealed by
Lindsay Bossert, Registration Number
PE-8395, on 1/20/2017 and the
original document is stored at the North Dakota Department of Transportation.
100 SCOPE OF WORK: Work consists of the following:
Station Type of Work
3290+38 RT (I-29) Remove and Replace Overhead Sign Structure – Bridge Mounted 3291+64 LT (I-29) Remove and Replace Overhead Sign Structure – Bridge Mounted 3304+24 LT (I-29) Revise Overhead Sign Structure – Truss 9+72 (NW Ramp I-29) Remove Overhead Sign Structure – Truss 3324+23 LT (I-29) Revise Overhead Sign Structure – Truss 3341+33 LT (I-29) Revise Overhead Sign Structure – Bridge Mounted 118+91 RT (32nd Ave S) Remove and Replace Overhead Sign Structure - Cantilever 123+74 RT (32nd Ave S) Remove and Replace Overhead Sign Structure - Cantilever
105 WORK DRAWINGS: Submit work drawings for review for the sign structures located at
the following stations: 3290+38RT (I-29) 3291+64 Lt (I-29) 118+91Rt (32nd Ave S) 123+74Rt (32nd Ave S) Submit work drawings according to Section 616.04 A, “Work Drawings”. Include anchor
bolts in the work drawings. 754 GALVANIZING: Galvanize the sign structure after fabrication of the sign structure is
complete. 754 SHOP INSPECTION: The department reserves the right to conduct a shop inspection
according to Section 616.04 B, “Shop Inspection”. 754 CLASS AE CONCRETE – SIGN FOUNDATIONS: The Class AE Concrete that is used
at Station 118+91 Rt. and 123+74 Rt. will meet all requirements specified in Section 602. Cast all drilled shafts continuously with no construction joints. Provide Grade 60 reinforcing steel that meets the requirements of Section 612. Include the concrete, reinforcing bars, excavation, and labor required to build the sign foundations in the pay item “Class AE Concrete –Sign Foundations.”
754 STRUCTURAL STEEL: The following requirements apply to the individual member types. 1. Pipe: Shall meet the following specifications with the properties of Fy=45 KSI
(Min.), Fu=62 KSI (Min.), and a minimum elongation equal to 20% in 2 inches; ASTM A500 Grade C, ASTM A252 Grade 3, API-5L-X46, API-5L-X52, API-5L-X60. Do not splice any pipe that will be used for the cantilever structure.
2. Plates and Structural Shapes: ASTM A572 Grade 50. 3. Bolts: ASTM A 325; All U-bolts shall be ASTM A307 Grade A.
High Mast Circuit
StationConduit Runs Cable Runs
LF DIA LF TYPE
Sta 121+07-515' rt
Sta 123+66-258' rt to0 - 298
No. 6 USE
3 No. 2 USE, 1
Sta 125+56-602' rt
Sta 121+07-515' rt to 100 2 100
No. 6 USE
3 No. 2 USE, 1
Sta 127+16-648' rt
Sta 125+56-602' rt to0 - 179
No. 6 USE
3 No. 2 USE, 1
Sta 128+86-653' rt
Sta 127+16-648' rt to170 2 170
No. 6 USE
3 No. 2 USE, 1
Sta 132+02-664' rt
Sta 128+86-653' rt to0 - 320
No. 6 USE
3 No. 2 USE, 1
Light Standards
No. Station Wattage Circuit IES-Type Mounting Pole Ht. Breakaway
1 Sta 115+87-43' lt 216 A1 Single 40' H Base
2 Sta 115+87-86.5' rt 216 A1 Single 40' H Base
3 Sta 117+27-43' lt 216 A1 Single 40' H Base
4 Sta 117+29-86.5' rt 216 A1 Single 40' H Base
5 Sta 118+60-55' lt 216 A1 Single 40' H Base
6 Sta 118+61-95.5' rt 216 A1 Single 40' H Base
7 Sta 119+93-55' lt 216 A1 Single 40' H Base
8 Sta 119+93-93.5' rt 216 A1 Single 40' H Base
9 Sta 121+25-88' rt 216 A1 Single 40' H Base
10 Sta 121+28-57' lt 216 A1 Combo 40' -
11 Sta 121+98-199' lt 216 A2 Ceiling 0' -
12 Sta 122+33-200' lt 216 A2 Ceiling 0' -
13 Sta 122+70-49.5' lt 216 A1 Single 40' H Base
14 Sta 122+79-71' rt 216 A1 Combo 40' -
15 Sta 124+21-51' lt 216 A1 Single 40' H Base
16 Sta 124+58-70.5' rt 216 A1 Single 40' H Base
17 Sta 125+70-51.5' lt 216 A1 Single 40' H Base
18 Sta 126+39-70' rt 216 A1 Single 40' H Base
19 Sta 129+63-70' rt 216 B1 Single 40' H Base
20 Sta 130+25-51.5' lt 216 B1 Single 40' H Base
21 Sta 131+29-70' rt 216 B1 Single 40' H Base
22 Sta 131+53-51.5' lt 216 B1 Single 40' H Base
23 Sta 132+81-62' lt 216 B1 Combo 40' -
24 Sta 132+95-57' rt 216 B1 Single 40' H Base
25 Sta 134+56-66' rt 216 B1 Combo 40' -
26 Sta 134+77-64' lt 216 B1 Single 40' H Base
27 Sta 135+87-65' rt 216 B1 Single 40' H Base
28 Sta 136+14-70.5' lt 216 B1 Single 40' H Base
29 Sta 137+15.8-65' rt 216 B1 Single 40' H Base
30 Sta 137+51-65' lt 216 B1 Combo 40' -
31 Sta 137+74.5-95' rt 216 B1 Combo 40' -
32 Sta 138+72.5-79' lt 216 B1 Combo 40' -
33 Sta 139+08-65' rt 216 B1 Combo 40' -
Light Standards - Circuit B1 & B2
StationConduit Runs Cable Runs
LF DIA LF TYPE
Sta 139+08-65' rt
Sta 139+20-73' rt (FP) to14 2
168
(3) No. 6 THW
(6) No. 6 RHW
84
Sta 138+72.5-79' lt
Sta 139+08-65' rt to149 2
628
(2) No. 6 THW
(4) No. 6 RHW
314
Sta 137+51-65' lt
Sta 138+72.5-79' lt to121 2
516
(2) No. 6 THW
(4) No. 6 RHW
258
Sta 136+14-70.5' lt
Sta 137+51-65' lt to138 2
584
(2) No. 6 THW
(4) No. 6 RHW
292
Sta 134+77-64' lt
Sta 136+14-70.5' lt to139 2
588
(2) No. 6 THW
(4) No. 6 RHW
294
Sta 137+81-146.3' lt
Sta 137+51-65' lt to97 2
-
(1) No. 6 THW
(2) No. 6 RHW
-
Sta 133+81-184' lt
Sta 134+77-64' lt to155 2
326
(1) No. 6 THW
(2) No. 6 RHW
163
Sta 133+70-193.3' lt
Sta 133+81-184' lt to0 -
50
(1) No. 6 THW
(2) No. 6 RHW
25
Sta 133+39-192.6' lt
Sta 133+70-193.3' lt to0 -
88
(1) No. 6 THW
(2) No. 6 RHW
44
Sta 132+81-62' lt
Sta 134+77-64' lt to198 2
412
(1) No. 6 THW
(2) No. 6 RHW
206
Sta 131+53-51.5' lt
Sta 132+81-62' lt to130 2
276
(1) No. 6 THW
(2) No. 6 RHW
138
Sta 130+25-51.5' lt
Sta 131+53-51.5' lt to130 2
276
(1) No. 6 THW
(2) No. 6 RHW
138
Sta 137+74.5-95' rt
Sta 139+08-65' rt to138 2
292
(1) No. 6 THW
(2) No. 6 RHW
146
Sta 137+15.8-65' rt
Sta 137+74.5-95' rt to66 2
148
(1) No. 6 THW
(2) No. 6 RHW
74
Sta 135+87-65' rt
Sta 137+15.8-65' rt to128 2
272
(1) No. 6 THW
(2) No. 6 RHW
136
Sta 134+56-66' rt
Sta 135+87-65' rt to130 2
276
(1) No. 6 THW
(2) No. 6 RHW
138
Sta 132+95-57' rt
Sta 134+56-66' rt to160 2
336
(1) No. 6 THW
(2) No. 6 RHW
168
Sta 131+29-70' rt
Sta 132+95-57' rt to165 2
346
(1) No. 6 THW
(2) No. 6 RHW
173
Sta 129+63-70' rt
Sta 131+29-70' rt to166 2
348
(1) No. 6 THW
(2) No. 6 RHW
174
Drop Gate - Circuit A3
StationConduit Runs Cable Runs
LF DIA LF TYPE
Sta 121+28-57' lt
Sta 121+08-70' lt (FP) to0 -
76
(1) No. 6 THW
(2) No. 6 RHW
38
Sta 119+93-55' lt
Sta 121+28-57' lt to0 -
284
(1) No. 6 THW
(2) No. 6 RHW
142
Sta 119+93-93.5' rt
Sta 119+93-55' lt to0 -
314
(1) No. 6 THW
(2) No. 6 RHW
157
Sta 121+25-88' rt
Sta 119+93-93.5' rt to0 -
284
(1) No. 6 THW
(2) No. 6 RHW
142
Sta 121+98-149' rt
Sta 121+25-88' rt to97 2
214
(1) No. 6 THW
(2) No. 6 RHW
107
Sta 122+57.5-120' rt
Sta 121+98-149' rt to69 2 79 No. 14 AWG 5
Light Standards - Circuits A1 & A2
StationConduit Runs Cable Runs
LF DIA LF TYPE
Sta 115+87-86.5' rt
Sta 114+48.3-101.5' rt (FP) to136 2
600
(2) No. 6 THW
(4) No. 6 RHW
300
Sta 117+29-86.5' rt
Sta 115+87-86.5' rt to142 2
600
(2) No. 6 THW
(4) No. 6 RHW
300
Sta 118+61-95.5' rt
Sta 117+29-86.5' rt to132 2
560
(2) No. 6 THW
(4) No. 6 RHW
280
Sta 119+93-93.5' rt
Sta 118+61-95.5' rt to133 2
564
(2) No. 6 THW
(4) No. 6 RHW
282
Sta 119+93-55' lt
Sta 119+93-93.5' rt to149 2
628
(2) No. 6 THW
(4) No. 6 RHW
314
Sta 121+67-188' lt
Sta 119+93-55' lt to254 2
524
(1) No. 6 THW
(2) No. 6 RHW
262
Sta 121+98-199' lt
Sta 121+67-188' lt to42 1
100
(1) No. 6 THW
(2) No. 6 RHW
50
Sta 122+33-200' lt
Sta 121+98-199' lt to32 1
80
(1) No. 6 THW
(2) No. 6 RHW
40
Sta 121+25-88' rt
Sta 119+93-93.5' rt to134 2
284
(1) No. 6 THW
(2) No. 6 RHW
142
Sta 122+79-71' rt
Sta 121+25-88' rt to157 2
330
(1) No. 6 THW
(2) No. 6 RHW
165
Sta 124+58-70.5' rt
Sta 122+79-71' rt to181 2
378
(1) No. 6 THW
(2) No. 6 RHW
189
Sta 126+39-70' rt
Sta 124+58-70.5' rt to181 2
378
(1) No. 6 THW
(2) No. 6 RHW
189
Sta 118+60-55' lt
Sta 119+93-55' lt to133 2
282
(1) No. 6 THW
(2) No. 6 RHW
141
Sta 117+27-43' lt
Sta 118+60-55' lt to134 2
284
(1) No. 6 THW
(2) No. 6 RHW
142
Sta 115+87-43' lt
Sta 117+27-43' lt to140 2
296
(1) No. 6 THW
(2) No. 6 RHW
148
Sta 121+28-57' lt
Sta 119+93-55' lt to134 2
284
(1) No. 6 THW
(2) No. 6 RHW
142
Sta 122+70-49.5' lt
Sta 121+28-57' lt to143 2
302
(1) No. 6 THW
(2) No. 6 RHW
151
Sta 124+21-51' lt
Sta 122+70-49.5' lt to149 2
314
(1) No. 6 THW
(2) No. 6 RHW
157
Sta 125+70-51.5' lt
Sta 124+21-51' lt to149 2
314
(1) No. 6 THW
(2) No. 6 RHW
157
Lighting Quantities (A)
Lig
hting S
yste
m B
Concrete F
oundation - Hig
hway Lig
hting
Cable Tre
nch - T
ype II
1IN Dia
meter
Rigid C
onduit
2IN Dia
meter
Rigid C
onduit
LE
D L
uminaire
LT S
TD 4
0F
T P
ole Bre
aka
way H B
ase
Undergro
und C
onductor
No.6 - T
ype R
HW
Undergro
und C
onductor
No.6 - T
ype T
HW
Undergro
und C
able N
o. 14 - T
ype A
WG 5
Re
move Lig
ht Sta
ndard
Re
move Electric P
ull B
ox
Underp
ass Lig
hting C
eilin
g M
ounte
d
EA LF LF LF EA EA LF LF LF EA EA EA EA
23 778 74 5241 33 23 14204 7102 79 11 16 2 1
(A) Include the cost for all items tabulated in the unit price bid for "Lighting System B"
STATE PROJECT NO.
ND
NO.
SHEET
NO.
SECTION
1/25/2017 lgoergen R:\project\80029062.166\design\DOTSC\Plan\Addendum\140LT_027_LSTable.dgn12:24:22 PM
of Transportation
North Dakota Department
document is stored at the
on and the original
PE- ,
Registration Number
issued and sealed by
This document was originally
6536
01/25/17
140
IM-8-029(166)062 27
Aaron Murra
Lighting Quantities
32nd Avenue South
Revised 01/25/17
SHEETNO.
SECTIONNO.
Signal Layout
32nd Avenue South
32nd Street SouthInitial Layout
STATE PROJECT NO.
ND 16150SU-8-984(152)155
This document was originallyissued and sealed byJoshua M. LoegeringRegistration Number
PE-9139,on 1/20/17 and the originaldocument is stored at theNorth Dakota Department
of Transportation
REVISED 1/20/17
HEAD CONDUCTOR ASSIGNMENT
FYA HEAD CONDUCTOR ASSIGNMENT
SHEETNO.
SECTIONNO.
Signal Layout
32nd Avenue South
32nd Street SouthStandards
STATE PROJECT NO.
ND 17150SU-8-984(152)155
This document was originallyissued and sealed byJoshua M. LoegeringRegistration Number
PE-9139,on 1/20/17 and the originaldocument is stored at theNorth Dakota Department
of Transportation
REVISED 1/20/17
HEAD CONDUCTOR ASSIGNMENT
SHEETNO.
SECTIONNO.
Signal Layout
32nd Avenue South
32nd Street SouthStandards (2)
STATE PROJECT NO.
ND 18150SU-8-984(152)155
This document was originallyissued and sealed byJoshua M. LoegeringRegistration Number
PE-9139,on 1/20/17 and the originaldocument is stored at theNorth Dakota Department
of Transportation
REVISED 1/20/17
SHEETNO.
SECTIONNO.
Signal Layout
32nd Avenue South
Quantities
STATE PROJECT NO.
ND 22150SU-8-984(152)155
This document was originallyissued and sealed byJoshua M. LoegeringRegistration Number
PE-9139,on 1/20/17 and the originaldocument is stored at theNorth Dakota Department
of Transportation
REVISED 1/20/17