addendum no.1 to the specifications and contract documents for ...

Report 3 Downloads 63 Views
ADDENDUM NO.1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR PROJECT NO. RS-11-508A RESURFACING IN CENTER TOWNSHIP FOR CITY OF INDIANAPOLIS, MARION COUNTY, INDIANA July 3, 2012 REVISED BID OPENING DATE July 12, 2012 10:00 AM local time BY RW Armstrong 300 S. Meridian Street Indianapolis, IN 46225

ATTENTION BIDDERS The following is an addition to and modification of the Bidding Requirements and Contract Documents, to be included in and made part of the Specification and Contract Documents for Project RS-11-508A for the City of Indianapolis, Marion County, Indiana. This Addendum becomes a part of the Contract Documents. Bidders are, therefore, instructed to take the following into account in rendering any Bid of this work. Acknowledge receipt of this Addendum in the space provided on Part 4 (Page BID-4) Contract Documents and Addenda of the Proposal/Bid packet. Item No. 1 – Revised Bid Date  The bid date of July 5, 2012 as shown on page NTB-1 of the Contract Book has been revised. The new bid date shall be July 12, 2012. All other bid information remains the same as shown on NTB-1. Item No. 2 – Revised Completion Dates  The Substantial Completion and Final Completion dates of October 31, 2012 and November 30, 2012, respectively, as shown on page A-3 have been revised. The new Substantial Completion date shall be June 1, 2013. The new Final Completion date shall be July 1, 2013. All other bid information remains the same as shown on A-3. Item No. 3 – Revised Wage Scales  The wage scales following page AR-7 have been revised. Updated wage scales are provided in attached pages. Item No. 4 – Revised Technical Specifications  Insert revised TS 101 “ALLOWABLE DISTURBANCE TIMES”  Insert revised TS 209 “B BORROW FILL AND BACKFILL”  Insert revised TS 403 “HOT MIX ASPHALT (HMA) BASE 25.0 MM FOR BASE REPAIRS”  Insert revised TS 814 “ILLUMINATED REVERSIBLE LANE CONTROL SIGN SPARES”  Insert new TS 816 “SIGNAL CANTILEVER STRUCTURE, MAST ARM XX FT.”  Insert new TS 817 “SIGNAL CABINET REWIRING”  Insert new TS 818 “TRAFFIC SIGNAL HEAD, REMOVE”

Item No. 5 – Revised Plan Sheets  Insert revised Index Sheet  Insert revised Summary of Quantities  Insert revised Signal sheets

Sheet 2 of 38 Sheet 3 of 38 Sheets 30 – 35 of 38

Item No. 6 – Change to Contract Items  Insert new Sheet Part 3, Bid-3A, Bid-3B, and Bid-3C Item No. 7 – Meeting Minutes and Attachments from June 28, 2012 Pre-Bid Meeting  Pre-Bid Meeting Attendee List  Pre-Bid Meeting Minutes  Utility Coordination Correspondence

TECHNICAL SPECIFICATIONS SECTION 100-MISCELLANEOUS TS 101 ALLOWABLE DISTURBANCE TIMES CONTRACTOR shall schedule and execute Work in such a way as to minimize the Disturbance Time to any particular street segment. Disturbance Time shall be defined as the time it takes to perform the Work required as part of the Project and achieve intermediate completion for an individual street segment. The Disturbance Time shall commence on the day the construction sign is placed on the street segment where Work will be performed. Disturbance Time shall end when the Work for that street segment has reached intermediate completion. The Disturbance Time limit for individual street segments within the Project is as follows: Street Name

From

To

Central Avenue 30th Street Ruckle Street 34th Street 29th Street

Fall Creek Parkway Central Avenue 29th Street Central Avenue Central Avenue

38th Street College Avenue 30th Street Ruckle Street Ruckle Street

Allowable Disturbance Time October 31, 2012 45 calendar days 15 calendar days 15 calendar days 15 calendar days

For this project, “Intermediate Completion” shall be defined as the completion of all work related to sidewalks, curbs, driveways, the intermediate course of HMA, and temporary striping to return the roadway to the existing traffic patterns. It shall not require completion of the surface course of HMA, the final pavement markings, the traffic signal work, the curb radii modifications at the intersections of Ruckle Street with 29th or 30th Street, or the conversion to two-way traffic patterns. A milled surface shall not be left open to traffic longer than 14 calendar days. If the milled surface is not overlaid after 14 calendar days, $100 per day, per street, that is not overlaid will be assessed as liquidated damages, not as a penalty, but as damages sustained for each calendar day that the milled area is not overlaid. If Disturbance Time for any individual street is exceeded, $100 per day, per street, shall be assessed as liquidated damages to the CONTRACTOR, not as a penalty, but as damages sustained for each calendar day that the street exceeds the allowed Disturbance Time. This liquidated damage shall be in addition to the liquidated damage set forth above for failure to place overlay on milled surfaces in excess of 14 calendar days. Construction signs shall be removed within 7 calendar days of final acceptance of an individual street. The costs of coordinating Work activities associated with this specification shall not be paid for directly, but shall be included in Mobilization and Demobilization. END OF SECTION 100

TS-3

Project No. RS-11-508A

permitted for non-metallic pipe except that the areas requiring soil cover shall be 1.0 ft thick as set out herein. The CONTRACTOR shall be responsible for complying with the placement restrictions. Blended RSFS requiring compaction shall be placed in accordance with the requirements relative to the respective use. If the ENGINEER determines that conventional compaction and control methods are ineffective, the CONTRACTOR shall arrange to conduct test strips to determine an alternative effective method. The construction of these test strips will be as directed by the ENGINEER. Nuclear gauges shall not be used to measure moisture or density unless a new calibration curve is made for the blended RSFS and approved by the ENGINEER. BASIS OF USE: Blended RSFS shall be from a source on INDOT’s list of approved recyclable spent foundry sand sources. The CONTRACTOR shall provide the ENGINEER with one copy of the approved certification stating the RSFS is an IDEM waste classification Type III or IV and one copy of the MSDS for the material. Stockpile (s) represented by the certification shall be clearly identified with regard to their extent and geographical location at the foundry. RSFS approved for use as Borrow or B-Borrow shall be tested at the source or jobsite in accordance with the City of Indianapolis DPW Quality Control Sampling and Testing Frequency Manual. Basis for approval shall be a Type “A” Certification provided in accordance to the frequency defined in The City of Indianapolis DPW Quality Control Sampling and Testing Frequency Manual. METHOD OF MEASUREMENT: Blended RSFS will be measured according to respective uses. BASIS OF PAYMENT: Blended RSFS will be paid for according to the respective uses. If the CONTRACTOR elects to use a blended RSFS all impacts on bid quantities or price will be accounted for prior to submitting a bid. The cost of constructing test strips for compaction control, water, lime water, or other sealing sprays necessary for dust control or for moisture content shall be included in the cost of the pay item. TS 208 BORROW PITS Borrow pits shall be in accordance with all applicable requirements as set out in Section 203 of the Standard Specifications, subject to the requirements of the Marion County Master Zone Plan in regard to the establishment of borrow pits and the production of sand and gravel. TS 209 B BORROW FILL AND BACKFILL The following shall be included with Section 211 of the Standard Specifications, B-Borrow fill and Backfill. Unless directed by the ENGINEER, for sanitary or storm sewer maintenance or installation, or utility Work that lies under existing (or proposed as a part of this contract) Class II pavement, paved

TS-7

Project No. RS-11-508A

shoulders, drive approaches shall be backfilled with flowable fill. All cut areas under sidewalk shall be backfilled with sand or No. 53 stone. B-Borrow backfill may be used on trenches greater than four (4) feet in width or on Class III pavements. For storm and sanitary sewers, pipe bedding shall be in accordance with Department of Capital Asset Management’s Stormwater Design and Construction Specifications Manual, the Indianapolis Sanitary Sewers and the Pipe Manufacturer’s recommendations. For definition, Pavement classes are as follows: Class I Pavement includes all streets constructed or resurfaced within five (5) years of permit application on asphalt streets and fifteen (15) years on concrete streets. Class II Roadway Pavement includes all thoroughfares and primary arterials. Class III Pavements are all other streets. Flowable Fill. Unconfined Compressive Strength (28 day) 50 - 150 psi Flow Test - Diameter of Spread 8 inches ± 1” A)

Design. Mix design must be submitted and approved by the ENGINEER. A trial batch demonstration may be required. The mix design shall include a list of all ingredients, the source of all materials, the gradation of all aggregates, the names of all admixtures and dosage rates, and the batch weights. Except for adjustments to compensate for routine moisture fluctuations, minor mix design changes after the trial batch verification shall be documented and justified prior to implementation by the CONTRACTOR. A change in the source of materials, or addition or deletion of admixtures or cementitious materials will require the mix design to be resubmitted for approval. The CONTRACTOR may be required to provide test data from a laboratory approved by OWNER, which shows that the proposed mix design is in accordance with the requirements listed in this specification.

B)

Flow Test. The test for flow shall consist of filling a three (3) inch diameter by six (6) inch high open ended cylinder placed upon a smooth, nonporous, level surface to the top of flowable fill. The cylinder shall be pulled straight up within 5 seconds. The spread of the fill shall be measured. There shall be no noticeable segregation and the material spread shall be at least 8” diameter

C)

Placement. The mixture shall be discharged from mixing equipment by a reasonable means into the space to be filled. The flowable fill shall be brought up uniformly to the fill line. Each filling stage shall be as continuous as is practicable. Concrete may be placed on the flowable fill as soon as bleeding water has subsided. All pavements shall be placed according to flowable fill manufacturer’s recommendations.

D)

Limitations. Flowable fill shall be protected from freezing until the material has stiffened and bleeding water has subsided. As the temperature nears freezing, additional curing time may be needed.

TS-8

Project No. RS-11-508A

Recyclable Spent Foundry Sand (RSFS) Applications The CONTRACTOR shall have the option of incorporating recyclable spent foundry sand blended with naturally occurring materials into the contract as B-Borrow in accordance with 105.03 of the Standard Specifications and structure backfill as setout herein. Blended RSFS shall be in accordance with the appropriate material(s) requirement(s) for the respective use. Blended RSFS shall be transported in a manner that prevents the release of fugitive dust and loss of material. Adequate measures shall be taken during construction operations to control fugitive dust from blended RSFS. Spraying with water, lime water, or other sealing sprays will be considered to be acceptable methods for dust control. The placement restrictions or siting criteria of blended RSFS shall be as follows: Flowable Fill Mix - No restrictions. B-Borrow for Structural Backfill - Applications/restrictions are as follows: Type IV and Type blended RSFS shall not be placed within 150 horizontally of a well, spring, or other groundwater source of potable water. Blended RSFS shall not be used as structure backfill for steel pipe, mechanically stabilized earth retaining walls, or any other metallic structure. Blended RSFS may be used as structure backfill for non-metallic items such as concrete pipe or plastic pipe. The CONTRACTOR shall be responsible for complying with the placement restrictions. Blended RSFS requiring compaction shall be placed in accordance with the requirements relative to the respective use. If the ENGINEER determines that conventional compaction and control methods are ineffective, the CONTRACTOR shall arrange to conduct test strips to determine an alternative effective method. The construction of these test strips shall be as directed by the ENGINEER. Nuclear gauges shall not be used to measure moisture or density unless a new calibration curve is made for the blended RSFS and approved by the ENGINEER. BASIS FOR USE: Blended RSFS shall be from a source on the INDOT list of approved RSFS sources. The CONTRACTOR shall provide the ENGINEER with one copy of the approved certification stating that the RSFS is an IDEM waste classification type III or IV and one copy of the MSDS for the material. Stockpile (s) represented by the certification shall be clearly identified with regard to their extent and geographical location at the foundry. RSFS approved for use as Borrow or B-Borrow shall be tested at the source or jobsite in accordance with the City of Indianapolis DPW Quality Control Sampling and Testing Frequency Manual. Basis for approval shall be a Type “A” Certification provided in accordance to the frequency defined in The City of Indianapolis DPW Quality Control Sampling and Testing Frequency Manual. METHOD OF MEASUREMENT: Blended RSFS will be measured according to the respective uses.

TS-9

Project No. RS-11-508A

BASIS OF PAYMENT: Blended RSFS will be paid for according to the respective uses. If the CONTRACTOR elects to use blended RSFS, all impacts on bid quantities or price has been accounted for prior to submitting a bid. The cost of the construction of test strips for compaction control, water, lime water, or other sealing sprays necessary for dust control, or for moisture content shall be included in the cost of the pay item. SEE TS 904 FOR APPROVAL CRITERIA FOR RECYCLABLE SPENT FOUNDRY SAND, SOURCE CERTIFICATIONS AND INDEMNIFICATION CLAUSE. Mechanical Compaction The CONTRACTOR shall backfill all excavations in areas to be paved and whenever a pipe trench passes within five (5) feet of a pavement edge as shown on the drawings with B-Borrow. The CONTRACTOR shall place all B-Borrow in a manner which will allow the achievement of proper mechanical compaction for the entire depth of the excavation. The proper mechanical compaction for B-Borrow shall be no less than 95% of the standard proctor maximum dry density. The CONTRACTOR shall backfill all areas outside of pavement areas and whenever a pipe trench is beyond the five (5) feet of a pavement edge as shown on the drawings with B-Borrow. The CONTRACTOR shall place all backfill beyond pavement areas in a manner which will allow the achievement of proper mechanical compaction for the entire depth of the excavation. The proper mechanical compaction for B-Borrow outside of pavement areas shall be no less than 92% of the standard proctor maximum dry density. The manner in which the CONTRACTOR achieves proper mechanical compaction shall be demonstrated by the CONTRACTOR with a test strip at the beginning of the project. Field density tests shall be performed to ensure that adequate compaction is being achieved by the CONTRACTOR’s proposed method. This approved method, including equipment and material source, shall be used for the duration of the project. Changes to the approved method will require a new test strip. Jetting for compaction will not be allowed. The cost of providing B-Borrow and flowable fill for backfill material, wasting or stockpiling excavated materials, and the compaction of the backfill material shall not be paid for separately but shall be included in the cost of the pipe and or structures being installed. TS 210 REMOVAL AND DISPOSAL OF STRUCTURES AND OBSTRUCTIONS Unless otherwise provided, any existing structure or parts thereof, fence, building, or other encumbrance or obstruction upon or within the limits of the right-of-way which interferes in any way with the new construction shall be removed with no additional payment. Materials belonging to owners of abutting property shall be stockpiled neatly and in an acceptable manner upon their property or otherwise disposed of as required. Materials not specifically reserved on the plans or in the Contract Documents shall become the property of the CONTRACTOR, except as set out in the Contract Documents Section 805.03 of the Standard Specifications. Such materials shall be removed or disposed of as specified or directed. Materials reserved for use by the Owner shall be removed without damage in sections which can be readily transported. Such materials shall be stockpiled neatly at accessible points. No material shall be disposed of except as provided herein.

TS-10

Project No. RS-11-508A

PAYMENT Payment for the Work specified above will be made at the contract unit price bid for: HMA Surface, Type * , d ................................................... TON (Mg) HMA Intermediate, Type * , d ................................................... TON (Mg) HMA Base, Type * , d ................................................... TON (Mg) * Mixture type d Mixture Designation TS 403 HOT MIX ASPHALT (HMA) BASE 25.0 MM FOR BASE REPAIRS Base repair will be required for various locations throughout this project. This item shall consist of the removal and replacement of existing HMA and/or concrete pavement at locations marked by the ENGINEER. Prior to removal of the existing material, the area to be repaired shall be saw cut full depth. Failed material shall be removed to the minimum depth as shown on the detail sheets. If suitable subgrade cannot be obtained at the planned depth for repair, the CONTRACTOR shall notify the ENGINEER prior to any additional excavation. Payment for material placed in excess of planned quantity will not be made without prior written approval from OWNER. Placement of HMA base material shall be in the compacted lifts per Section 401.14 of the Standard Specifications with compaction as per Section 402.15 of the Standard Specifications. No direct payment shall be made for saw cutting, excavation, disposal, tack coat, and all material, labor and equipment required to perform the Work, but these costs shall be included in the unit priced bid for “HMA Base, Type * , 25.0 mm, for Base Repair” per ton, where * is the mixture type. TS 404 ASPHALT MATERIAL FOR TACK COAT The cost of this item shall not be paid for directly, but shall be included in the cost of other items. Asphalt material for tack coat shall be applied to existing pavement prior to the placing of base, intermediate or surface course under applicable provision of Section 406 of the Standard Specifications. The tack coat shall be applied in such a manner as to minimize inconvenience to traffic and to permit one-lane traffic without pick-up or tracking of the asphalt material. If, after the application of the tack coat, the tack coated section is open to traffic, or the CONTRACTOR did not pave the area covered by the tack at the end of the working day, cover aggregate shall be spread as directed by ENGINEER. The cover aggregate, if required, shall be a fine aggregate No. 24 and will not be paid directly but shall be included in the cost of other items. TS 405 CONCRETE, ASPHALT AND GRAVEL PRIVATE DRIVEWAY WITHIN CITY RIGHTOF-WAY The CONTRACTOR shall pave all driveway approaches as described in the following and/or as designated by the ENGINEER. Typical driveway approaches shall be paved with intermediate course and surface equal to the street cross section. The CONTRACTOR shall perform all necessary grading, excavation and other driveway preparation Work, including the removal of existing concrete or asphalt ramps at driveway approaches. The cost

TS-15

Project No. RS-11-508A

message is a white combination up arrow with a ninety (90) degree left turn arrow, in accordance with the MUTCD type R3-6(L) sign. The third message is a white arrow directed up with the word “ONLY” across the bottom of the display, in accordance with the MUTCD type R3-5a sign. The sign face shall be a nominal thirty (30) inches by thirty (30) inches in size. b) A Type 8 sign shall display a single message that is a white comination up arrow with a ninety (90) degree right turn arrow, in accordance with the MUTCD type R3-6(R) sign. The sign face shall be a nominal twenty-four (24) inches by thirty (30) inches in size. c) A Type 9 sign shall display a single message that is a white arrow direct up with the word “ONLY” across the bottom of the display, in accordance with the MUTCD type R3-5a sign. The sign face shall be a nominal twenty-four (24) inches by thirty (30) inches in size. The Type 7.a sign will replace the left most sign of Structure 1 that faces eastbound traffic on Fall Creek Parkway. The Thru-Left circuit should be attached to the cbles currently connected to the green arrow indication. The “Left-Only” circuit should be attached to the cables currently connected to the red “X” indication and the cables currently connected to the amber “X”. The leads for the “Thru-Only” indication shall be capped and left unused for future use. The Type 9 sign shall replace the existing middle sign of Structure 1 that faces eastbound traffic on Fall Creek Parkway. The Type 8 sign shall replace the right most sign of Structure 1 that faces eastbound traffic on Fall Creek Parkway. In addition, accompanying plans showing the various sign displays that will be installed by the City on the existing sign structure has been developed and should be used by the manufacturuer for a graphic explanation of the sign units to be provided. All removed signs shall be delivered to Indianapolis DPW at 1735 South West Street, Indianapolis, IN 46225. All material, labor, and hardware required for installation and start up shall be paid for at the contract unit price for ILLUMINATED SIGN, TYPE 7.A for type 7.a signs, ILLUMINATED SIGN, TYPE 8 for type 8 signs, and ILLUMINATED SIGN, TYPE 9 for type 9 signs (EACH). TS 814 ILLUMINATED REVERSIBLE LANE CONTROL SIGN SPARES CONTRACTOR shall supply spare illuminated reversible lane control signs for use through the length of Fall Creek Parkway. All spare signs procured shall be delivered to Indianapolis DPW at 1735 South West Street, Indianapolis, IN 46225. The following paragraphs describe the various sign faces and units that are to be provided under this procurement: a) A Type 1 sign shall display a single message that is a red “X”. The sign face shall be a nominal eighteen (18) inches by eighteen (18) inches in size. b) A Type 4 sign shall display three (3) separate messages. One message is a red “X”. The second message is an amber “X”. The third message is a white ninety (90) degrees left turn arrow directed up and to the left, with the word “ONLY” across the bottom of the display, in

TS-49

Project No. RS-11-508A

accordance with the MUTCD type R3-5(L) sign. The sign face shall be a nominal twentyfour (24) inches by thirty (30) inches in size. c) A Type 6 sign shall display three (3) separate messages. One message is a red “X”. The second message is an amber “X”. The third message is a white arrow directed up with the word “ONLY” across the bottom of the display, in accordance with the MUTCD type R3-5a sign. The sign face shall be a nominal twenty-four (24) inches by thirty (30) inches in size. d) A Type 7.a sign shall display three (3) separate messages. One message is a white ninety (90) degrees left turn arrow directed up and to the left, with the word “ONLY” across the bottom of the display, in accordance with the MUTCD type R3-5(L) sign. The second message is a white combination up arrow with a ninety (90) degree left turn arrow, in accordance with the MUTCD type R3-6(L) sign. The third message is a white arrow directed up with the word “ONLY” across the bottom of the display, in accordance with the MUTCD type R3-5a sign. The sign face shall be a nominal thirty (30) inches by thirty (30) inches in size. e) A Type 8 sign shall display a single message that is a white comination up arrow with a ninety (90) degree right turn arrow, in accordance with the MUTCD type R3-6(R) sign. The sign face shall be a nominal twenty-four (24) inches by thirty (30) inches in size. f) A Type 9 sign shall display a single message that is a white arrow direct up with the word “ONLY” across the bottom of the display, in accordance with the MUTCD type R3-5a sign. The sign face shall be a nominal twenty-four (24) inches by thirty (30) inches in size. g) A Type 10 sign shall display a single message that is a white ninety (90) degrees left turn arrow directed up and to the right, with the word “ONLY” across the bottom of the display, in accordance with the MUTCD type R3-5(R) sign. The sign face shall be a nominal twentyfour (24) inches by thirty (30) inches in size. h) A Type 12 sign shall display a single message that is a white (90) degrees left turn arrow directed up and to the left with a red diagonal line from the upper left to the bottom right corner of the sign face, in accordance with MUTCD and the FHWA Sign Design Manual, type R3-2 sign. The sign face shall be a nominal thirty-six (36) inches by thirty-six (36) inches in size. The following quantities of signs shall be procured: Sign Type Type 1 Type 4 Type 6 Type 7.a Type 8 Type 9 Type 10 Type 12

Description Red X Red X, Amber X, Left Only Red X, Amber X, Thru Only Thru Left, Thru Only Thru Right Thru Only Right Only No Left Turn Symbol

TS-50

Quantity 3 2 1 1 1 1 1 1

Project No. RS-11-508A

Procurement for each sign shall be paid for at the contract unit price for: ILLUMINATED SIGN, TYPE 1, SPARE (EACH) ILLUMINATED SIGN, TYPE 4, SPARE (EACH) ILLUMINATED SIGN, TYPE 6, SPARE (EACH) ILLUMINATED SIGN, TYPE 7.a, SPARE (EACH) ILLUMINATED SIGN, TYPE 8, SPARE (EACH) ILLUMINATED SIGN, TYPE 9, SPARE (EACH) ILLUMINATED SIGN, TYPE 10, SPARE (EACH) ILLUMINATED SIGN, TYPE 12, SPARE (EACH) TS 815 TRAFFIC SIGNAL PREEMPTION AND PRIORITY CONTROL SYSTEM The following specifications apply to the traffic signal preemption and priority control system, whether it be the Opticom as specified in TS 805 or proposed any substitute. 1) SYSTEM DESCRIPTION The required priority control system will employ data-encoded infrared communication to identify the presence of designated priority or probe vehicles. A record of system users by vehicle classification and identification number will be created. In priority vehicle mode, the data-encoded communication will request the traffic signal controller to advance to and/or hold a desired traffic signal display selected from phases normally available. In probe vehicle mode, no traffic signal priority is requested--only a record of the probe vehicle’s presence is generated. The priority control system will consist of a matched system of data-encoded emitters, infrared detectors, detector cable, phase selectors and system software. The emitter will generate an infrared, data-encoded signal. The data-encoded signal will be detected and recognized by the infrared detectors at or near the intersection over a line-ofsight path of up to 2,500 feet (762 m) under clear atmospheric conditions. The phase selector will process the electrical signal from the detector to ensure that the communication (1) is a valid base frequency, (2) is correctly data encoded, and (3) is within user-settable range. If these conditions are met, the phase selector will generate a priority control request to the traffic controller (i.e., a green light) for the approaching priority vehicles, or record the presence of approaching probe vehicles by classification and identification number. The system will require no action from the vehicle operator other than to turn the emitter on. The system will operate on a first-come, first-served basis. High priority requests will override Low priority requests. The system will interface with most traffic signal controllers and will not compromise normal operation or existing safety provisions. 2) MATCHED SYSTEM COMPONENTS The required priority control, data-encoded, infrared communications system will be comprised of five basic matched components: data-encoded emitter, infrared detector, detector cable, phase selector and system software. In addition, a card rack will be available if required. To ensure system integrity, operation and compatibility, all components will be from the same manufacturer. The system will offer compatibility with most signal controllers, e.g., , NEMA (National Electrical Manufacturers Association), 170, and 2070. The system can be interfaced with most globally available controllers using designated discrete inputs. A. Data-Encoded Emitter. The data-encoded emitter will trigger the system. It will send the encoded infrared signals to the detector. It will be located on the priority or probe vehicle.

TS-51

Project No. RS-11-508A

TS 816 SIGNAL CANTILEVER MAST ARM, XX FT. Cantilever Mast Arms shall conform to the INDOT Standard Specifications for all materials and installation. Signal Cantilever Mast Arm shall be measured per unit value EACH regardless of varying overall length as noted on the plans. Signal Cantilever Mast Arms will be paid at the contract unit price per EACH including all materials hardware, equipment and labor incidental to the installation of Signal Cantilever Mast Arm, XX FT. TS 817 SIGNAL CABINET REWIRING The materials, equipment and labor for the installation of all wiring and reprogramming within the cabinet for proposed improvements, including the installation of signal heads and pedestrian signals, shall not be paid for directly, but included in the cost of other items. TS 818 TRAFFIC SIGNAL HEAD, REMOVE The materials, equipment and labor for the removal of existing signal heads and all associated wiring to the cabinet as shown on the plans will not be paid for directly, but included in the cost of other items.

TS-64

Project No. RS-11-508A

INDEX

GENERAL NOTES

UTILITIES

SUBJECT

SHEET NO.

ELECTRIC

DRAINAGE STRUCTURES

INDIANAPOLIS POWER & LIGHT COMPANY 1230 W. MORRIS ST. INDIANAPOLIS, IN 46221 (317) 261-8617 JANET SNODGRASS

INDIANAPOLIS CST 1200 S. MADISON AVE. SUITE 200 INDIANAPOLIS, IN 46225 (317) 327-8725 TIM LAWSON

1

THESE PLANS AND CONTRACT DOCUMENTS HAVE BEEN PREPARED PER THE SCOPE OF WORK PROVIDED BY INDIANAPOLIS DPW. THIS PROJECT IS FOREMOST A RESURFACING PROJECT, NOT A TOTAL REHABILITATION, TOTAL UPGRADE, OR RECONSTRUCTION. THESE DOCUMENTS HAVE BEEN PREPARED TO MEET THE GOALS AS SET OUT IN THE SCOPE OF SERVICES AND DO NOT NECESSARILY MEET ALL OF THE CRITERIA OF AASHTO OR INDOT FOR DESIGN. ALL PROPOSED WORK AS SHOWN ON THESE PLANS HAS BEEN COORDINATED WITH AND APPROVED BY INDIANAPOLIS DPW.

Title Sheet

2

Index & General Notes

3

Summary Of Quantities

4

Access Ramp Summary Table

5 - 6 7

INDICATED ON PLAN SHEETS HAVE BEEN IDENTIFIED AND LOCATED BY IMAGIS DRAWINGS OR BY THE ENGINEER’S FIELD REVIEW. 2

8 - 12

THIS INFORMATION IS SHOWN FOR CLARITY, BUT MAY NOT BE COMPLETE OR ACCURATE. THE CONTRACTOR IS RESPONSIBLE FOR ALL UTILITY COORDINATION, SHOWN OR NOT. THE CONTRACTOR SHALL HAVE ALL UTILITIES FIELD LOCATED AS NECESSARY PRIOR TO

13 - 27

BEGINNING WORK. THE SUPPORT, PROTECTION, AND RESTORATION OF ALL UTILITIES AND APPURTENANCES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR.

SANITARY SEWER INDIANAPOLIS DPW CLEAN STREAM TEAM (317) 327-8720

3

[email protected]

GAS

Resurfacing Plans - 34th Street Resurfacing Plans - 29th Street at Ruckle Street

36 - 38

AT ANY LOCATION WHERE COLD PLANING IS INDICATED, A 1.5 INCH BUTT JOINT IS REQUIRED WHERE THE COLD PLANING AND RESURFACING MEETS EXISTING PAVEMENT.

5

THE STATIONS AND OFFSETS SHOWN HEREON ARE FOR REFERENCE PURPOSES AND APPROXIMATE LOCATIONS OF EXISTING FEATURES ONLY, AND DO NOT REPRESENT THE RESULTS OF A ROUTE SURVEY AS DESCRIBED IN 865 IAC 1-12-20 THRU 1-12-25 ( MINIMUM STANDARDS).

6

THIS IS A PAVEMENT RESURFACING PROJECT. CENTERLINE CONTROL, MONUMENTATION OF CENTERLINE AND BENCHMARKS ARE NOT REQUIRED AND NOT PROVIDED. ALIGNMENTS ARE SHOWN FOR STATIONING INFORMATION ONLY.

7

TACK COAT IS REQUIRED WITH EACH LAYER OF ASPHALT PLACED. TACK COAT IS REQUIRED ON VERTICAL SURFACES NEXT TO ASPHALT.

8

THE CONTRACTOR SHALL TRANSITION PAVEMENT SLOPE THROUGH CORNER RADII AT A CONSTANT RATE SO AS TO MATCH THE ADJACENT TYPICAL SECTIONS. WEDGE AND LEVEL MATERIAL OR OTHER MATERIAL ACCEPTED BY THE ENGINEER SHALL BE USED AS NECESSARY TO PROVIDE POSITIVE DRAINAGE OF THE INTERSECTION.

9

RIGHT-OF-WAY INFORMATION PROVIDED IS FOR ILLUSTRATIVE PURPOSE ONLY. THESE APPROXIMATE LOCATIONS ARE PROVIDED FROM THE CITY OF INDIANAPOLIS IMAGIS DATA. ENGINEER ASSUMES NO LIABILITY FOR ANY PROBLEMS RESULTING FROM USE OF UNRESEARCHED PROPERTY RECORDS OR UNVERIFIED SURVEY ON THIS PROJECT. INDIANAPOLIS DPW WILL PROVIDE CONTRACTOR WITH "RIGHT OF ENTRY" RELEASES FROM ALL AFFECTED PROPERTY OWNERS ALONG THE WIDENING. CONTRACTOR SHALL RESTORE ALL DISTURBED AREAS TO ORIGINAL CONDITION. DISTURBED LAWNS SHALL BE REPLACED WITH SOD, AS DIRECTED BY THE ENGINEER.

10

PAVEMENT MARKINGS SHALL MATCH EXISTING PAVEMENT MARKINGS AT THE PAVING LIMITS SHOWN ON THE RESURFACING PLANS.

Resurfacing Plans - Central Avenue

29

35

4

Resurfacing Plans - 30th Street

Traffic Signal Details Illuminated Sign Message Details Detail Sheets

TRAFFIC SIGNALS

CITIZENS GAS & COKE UTILITY DR. MARTIN LUTHER KING JR. STREET INDIANAPOLIS, IN 46221 (317) 927-4684 RICHARD A. MILLER

INDIANAPOLIS DPW 1200 S. MADISON AVE. SUITE 200 INDIANAPOLIS, IN 46225 (317) 327-8725 NATHAN SHEETS

[email protected]

NOTE UTILITY COMPANIES LISTED ARE NOT VERIFIED FOR EACH PROJECT LOCATION. THIS IS NOT A COMPREHENSIVE LIST OF UTILITIES FOR THIS PROJECT, CONTRACTOR SHALL VERIFY ALL UTILITIES PRIOR TO CONSTRUCTION.

REVISIONS DATE

ANY PLACE ON THE PLANS OR IN THE SPECIFICATIONS WHERE IT IS SPECIFIED FOR THE CONTRACTOR TO SUBMIT SHOP DRAWINGS FOR APPROVAL, SAID SHOP DRAWINGS MUST BE APPROVED BY THE ENGINEER PRIOR TO ORDERING OR PLACEMENT OF ANY MATERIALS FOR SAID IMPROVEMENT.

Maintenance of Traffic Plan

28

30 - 34 AT&T INDIANA 5858 NORTH COLLEGE AVENUE INDIANAPOLIS, IN 46220 (317) 252-4007 MICHAEL HAYNES

Structure Data Table

MANHOLES, CATCH BASINS, CASTINGS, PIPES, HYDRANTS, POWER POLES, BUILDINGS, PROPERTY BOUNDARIES, ETC., THAT ARE

[email protected]

TELEPHONE

1

SYMBOL

ITEM

7/2/12

1

INSERT NEW PAY ITEM; MODIFY QUANTITIES

3

7/2/12

1

ADDED GENERAL NOTE, VARIOUS REMOVAL NOTES, MOVED POLE LOCATIONS

30 - 35

11

THESE PLANS SHOW ONLY MAIN LINE RESURFACING.

12

EXISTING CURB TYPES MAY VARY AT STREETS. CONTRACTOR SHALL INSPECT CURB PRIOR TO BEGINNING WORK TO ASSURE PROPER FIT AND TRANSITION.

13

ALL INLET AND DRAINAGE STRUCTURES NOTED AS "MODIFIED" TYPE ARE STANDARD INDOT STRUCTURES, WITH ANY OF THE FOLLOWING MODIFICATIONS: 1) ADJUSTMENT IN DEPTH, 2) ADDITIONAL INLET OR OUTLET PIPES, OR 3) A 3" DROP ACROSS THE STRUCTURE BOTTOM. UNLESS OTHERWISE NOTED, NO SPECIAL DETAILS REQUIRED.

14

THE PROPOSED CURB RADII AT DRIVES AND STREET APPROACHES THAT ARE TO BE REPLACED SHALL MATCH EXISTING CURB RADII.

15

THE WIDTH OF THE PROPOSED DRIVES TO BE REPLACED SHALL MATCH EXISTING DRIVE WIDTH, UNLESS NOTED.

16

THE QUANTITIES FOR MAILBOXES TO BE REMOVED AND RESET ARE ESTIMATED. THE QUANTITY AND LOCATION OF THIS IMPROVEMENT SHALL BE DETERMINED BY THE ENGINEER ON SITE DURING THE RESURFACING OF THE MAILBOX\DRIVEWAY APPROACHES.

17

ALL SIDEWALKS SHALL COMPLY WITH ADA MANUAL. SIDEWALK CROSS SLOPE SHALL NOT EXCEED 2%. THE MAXIMUM LONGITUDINAL SLOPE SHALL NOT EXCEED 5%.

18

FOR TRAFFIC SIGNAL LOOP INSTALLATION AND WIRING TO EXISTING DETECTOR HOUSING, REFER TO INDOT STANDARD DRAWINGS: E 805-SGLI-01, E 805-SGLI-02, E 805-SGLI-03, E 805-SGLI-04 AND E 805-SGLI-05. DPW STD DWGS.

19

CONTRACTOR SHALL INSTALL ONE (1) RAISED PAVEMENT MARKER CAST METAL BASE, TYPE 1 (INDOT STD. DWG NO. E 808-MKRM-10) WITH BLUE PRISMATIC REFLECTOR AT THE CENTERLINE OF EACH ROADWAY, DIRECTLY ACROSS FROM EACH FIRE HYDRANT OR AS DIRECTED BY THE ENGINEER.

SHEET(S)

20

THE DEPARTMENT OF PUBLIC WORKS EXPECTS ALL PERSONS ON ANY CITY PROJECT TO BE COMMITTED TO ACHIEVING A SAFE ENVIRONMENT FOR ALL WORKERS. THE CITY DOES NOT EXPECT EITHER OUR PROJECT MANAGERS OR OUR RPRS TO WORK IN AN UNSAFE ENVIRONMENT CREATED BY A CONTRACTOR.

HOLEY MOLEY SAYS

"DON’T DIG BLIND"

TO ACHIEVE THIS, THE CITY EXPECTS THE RPR TO MONITOR AND INSPECT THE CONTRACTOR’S DAILY CONSTRUCTION ACTIVITIES (TO THE EXTENT REQUIRED BY THEIR CONTRACT). IF ANY OBVIOUS DEFICIENCIES, IMMINENT HAZARDS OR SITUATIONS ARE OBSERVED THE RPR IS TO IMMEDIATELY NOTIFY THE CONTRACTOR VERBALLY AND IN WRITING OF THEIR CONCERN (WITH COPIES TO THE CITY). THE CONTRACTOR WILL BE REQUIRED TO RESPOND TO THE SAFETY ISSUES TO THE SATISFACTION OF THE RPR. THE RPR’S ACTIONS IN THIS REGARD ARE NOT INTENDED TO RELIVE THE CONTRACTORS OF THEIR RESPONSIBILITIES FOR SAFETY ON THE JOBSITE. SHOULD THE CONTRACTOR FAIL TO CORRECT THE UNSAFE CONDITION IDENTIFIED BY THE RPR, THE RPR SHALL IMMEDIATELY NOTIFY THE CITY PROJECT MANAGER OF THE CONTRACTOR’S FAILURE TO CORRECT THE UNSAFE CONDITION. THE CITY PROJECT MANAGER SHALL THEN NOTIFY THE CONTRATCTOR THROUGH THE RPR THAT THE UNSAFE CONDITION MUST BE CORRECTED OR THE WORK IN

"IT’S THE LAW"

QUESTION WILL BE STOPPED UNTIL THE CONDITION IS CORRECTED TO THE SATISFACTION OF THE CITY. EXTENSIONS OF TIME OR ADDITIONAL COMPENSATION WILL NOT BE GRANTED AS A RESULT OF ANY STOP ORDER SO ISSUED.

CALL 2 WORKING DAYS BEFORE YOU DIG

1-800-382-5544

IF THE RPR OBSERVES WHAT THEY BELIEVE TO BE AN UNSAFE CONDITION AT THE JOBSITE WHICH MAY RESULT IMMEDIATELY IN SERIOUS INJURY THEY SHOULD ORDER THE CONTRACTOR TO IMMEDIATELY STOP WORK AND REMOVE ANYONE WHO MAY POTENTIALLY BE HARMED OR AFFECTED BY THE UNSAFE CONDITION FROM SUCH CONDITION. WORK SHALL NOT RECOMMENCE UNTIL SUCH UNSAFE CONDITION HAS BEEN REMEDIED BY THE CONTRACTOR.

PER INDIANA STATE LAW IS-69-1991. IT IS AGAINST THE LAW TO EXCAVATE WITHOUT NOTIFYING THE UNDERGROUND LOCATION SERVICE TWO (2) WORKING DAYS BEFORE COMMENCING WORK.

NO CITY EMPLOYEE OR CONSULTANT WILL BE EXPECTED TO ENTER AN UNSAFE AREA TO PERFORM INSPECTIONS OR CONDUCT TESTS. WORK PERFORMED BY A CONTRACTOR IN AN UNSAFE MANNER OR UNSAFE AREA AND NOT INSPECTED BY THE CITY REPRESENTATIVE SHALL NEITHER BE ACCEPTED NOR PAIR FOR.

RECOMMENDED FOR APPROVAL

LT O

RU S

HORIZONTAL SCALE LEONARD L EL H STER I S ED EG R

No.

06/12/2012 DESIGN ENGINEER

F

7/ 2/ 2012

E

Drawing: P:\Transportation\20106235 DPW On-Call Design 2010-2012\30 SheetDrawings\20 Singles\RS-11-508A\1-IND01.dgn

S

I N

O

Model: INDEX SHEET 01

EE

PR

STATE OF

S

IN D IANA

IO N AL

EN

BRIDGE FILE

NO SCALE VERTICAL SCALE

DESIGNATION

DATE

R

10809011

CITY OF INDIANAPOLIS DEPARTMENT OF PUBLIC WORKS

SURVEY BOOK DESIGNED:

RLH

DRAWN:

MEN

CHECKED:

ACD

CHECKED:

RLH

SHEET 2

INDEX & GENERAL NOTES

G

CONTRACT

of PROJECT RS-11-508A

38

1

Added Pay Items, Revised Quantities

LEONARD L EL H STER I S ED EG

RECOMMENDED FOR APPROVAL

LT O

RU S

1

R

No.

06/12/2012 DESIGN ENGINEER

F

7/ 2/ 2012

E

Drawing: P:\Transportation\20106235 DPW On-Call Design 2010-2012\30 SheetDrawings\30 Tables\RS-11-508A\Quantities.dgn

S

I N

O

Model: Quantities 1

EE

PR

STATE OF

S

IN D IANA

IO N AL

EN

HORIZONTAL SCALE

BRIDGE FILE

VERTICAL SCALE

DESIGNATION

DATE

R

10809011

CITY OF INDIANAPOLIS DEPARTMENT OF PUBLIC WORKS

SURVEY BOOK DESIGNED:

RLH

DRAWN:

MEN

CHECKED:

ACD

CHECKED:

RLH

SHEET 3

SUMMARY OF QUANTITIES

G

CONTRACT

of PROJECT RS-11-508A

38

PART 3 CONTRACT ITEMS AND UNIT PRICES Project No. RS-11-508A Resurfacing in Center Township, Indianapolis

Contract Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45

Item Description

SYS SYS SYS LFT LFT LFT SYS CYS SYS EACH EACH EACH EACH EACH LFT SYS SYS TON TON TON SYS TON SYS LFT LFT LFT LFT LFT

Estimated Quantity 4421 3631 625 6820 1742 5504 591 295 678 4 77 20 2 4 85 646 33417 2812 3680 1261 401 10 2548 515 3425 90 15882 354

LFT

1514

LFT

493

EACH EACH EACH EACH EACH EACH EACH EACH SFT LFT SYS EACH EACH EACH DAY

8 2 16 15 5 21 11 12 88 210 609 5 31 5 120

Unit

SIDEWALK REMOVAL (ALL TYPES) SIDEWALK, CONCRETE, 4 IN. CURB RAMP, CONCRETE CURB REMOVAL (ALL TYPES) CURB, CONCRETE, 20 IN. MONOLITHIC CURB, CONCRETE, 20 IN. DRIVEWAY REMOVAL (ALL TYPES) BORROW * MULCHED SEEDING WITH SPECIAL TOPSOIL ADJUST CASTING TO GRADE REMOVE AND RESET CASTING TO GRADE CASTING, TYPE 3, FURNISH AND ADJUST TO GRADE INLET, REMOVE INLET, TYPE A-8 PIPE, TYPE 1, CIRCULAR, 12 IN. BITUMINOUS COLD PLANING, UP TO 1.5 IN. BITUMINOUS COLD PLANING, UP TO 3.5 IN. HMA SURFACE, TYPE C, 9.5 mm HMA INTERMEDIATE, TYPE C, 19.0 mm HMA BASE, TYPE C , 25.0 mm, FOR BASE REPAIR PCCP FOR APPROACHES, 6 IN. HMA FOR SPECIAL PATCHING * SUBGRADE TREATMENT TYPE III LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN. LINE, THERMOPLASTIC, BROKEN, WHITE, 4 IN. LINE, THERMOPLASTIC, DOTTED, WHITE, 4 IN. LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. TRANSVERSE MKGS, THERMOPLASTIC, STOP LINE, 24 IN. TRANSVERSE MKGS, THERMOPLASTIC, CROSSWALK, WHITE, 6 IN. TRANSVERSE MKGS, THERMOPLASTIC, CROSSWALK, WHITE, 24 IN. PAVEMENT MESSAGE MKGS, THERMO., LANE INDICATION ARROW PAVEMENT MESSAGE MKGS, THERMO., WORD, "ONLY" SNOWPLOWABLE RAISED PVMT MARKER, BLUE, 2-WAY TRAFFIC DETECTION LOOP, 6' x 6' DETECTOR HOUSING, ADJUST TO GRADE SHEET SIGN, REMOVE SHEET SIGN AND SUPPORT, REMOVE SHEET SIGN, RELOCATE SIGN, SHEET, WITH LEGEND 0.080 IN GUARDRAIL, REMOVE PAVEMENT REMOVAL ADJUSTMENT OF HARRISON MONUMENT CONSTRUCTION SIGN, TYPE A REBUILDINDY SIGN, TYPE A FLASHING ARROW SIGN

* Includes an undistributed quantity

BID-3A

Unit Price

Cost

PART 3 CONTRACT ITEMS AND UNIT PRICES Project No. RS-11-508A Resurfacing in Center Township, Indianapolis Contract Item No. 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91

Item Description

Unit

PEDESTAL BASE, REMOVE SIGNAL MAST ARM AND POLE, REMOVE SIGNAL POLE FOUNDATION, REMOVE SIGNAL CANTILEVER STRUCTURE, MAST ARM 25 FT SIGNAL CANTILEVER STRUCTURE, MAST ARM 30 FT SIGNAL CANTILEVER STRUCTURE, MAST ARM 40 FT SIGNAL SUPPORT FOUNDATION, 3FT X 3FT X 7FT SIGNAL STRAIN POLE, STEEL, 30 FT SIGNAL SUPPORT FOUNDATION, 2FT 6IN X 2FT 6IN X 6FT SIGNAL CABLE, 3C/14GA DETECTOR CABLE, 3C 20GA SIGNAL CABLE, 5C/14GA SIGNAL CABLE, 7C/14GA SIGNAL CABLE, 9C/14GA SIGNAL CABLE, 11C/14GA SIGNAL CABLE, 2C/16GA, SHIELDED CONDUIT, REMOVE CONDUIT, STEEL, GALVANIZED, 2 IN, UNDERGROUND SPAN, CATENARY, AND TETHER DISCONNECT HANGER SIGNAL DETECTOR HOUSING LOOP DETECTOR DELAY AMPLIFIER EMERGENCY VEHICLE PREEMPTION DETECTOR, TWO CHANNEL, TWO DIRECTION EMERGENCY VEHICLE CONFIRMATION LIGHT KIT TRAFFIC SIGNAL HEAD, 5 FACE, 12IN RED, AMBER, GREEN, AMBER ARROW, GREEN ARROW TRAFFIC SIGNAL HEAD, 3 FACE, 12IN RED, AMBER, GREEN ILLUMINATED SIGN, TYPE 7.A ILLUMINATED SIGN, TYPE 8 ILLUMINATED SIGN, TYPE 9 ILLUMINATED SIGN, TYPE 1, SPARE ILLUMINATED SIGN, TYPE 4, SPARE ILLUMINATED SIGN, TYPE 6, SPARE ILLUMINATED SIGN, TYPE 7.A, SPARE ILLUMINATED SIGN, TYPE 8, SPARE ILLUMINATED SIGN, TYPE 9, SPARE ILLUMINATED SIGN, TYPE 10, SPARE ILLUMINATED SIGN, TYPE 12, SPARE RELAY SWITCH PEDESTRIAN SIGNAL HEAD WITH INTERNATIONAL SYMBOLS, 18 IN LOAD SWITCH SIGNAL CONTROLLER, ECONOLITE ASC/3-2100 CONSTRUCTION ENGINEERING MAINTENANCE OF TRAFFIC MAINTENANCE OF TRAFFIC – TWO WAY CONVERSION MOBILIZATION AND DEMOBILIZATION CLEARING RIGHT OF WAY

EACH EACH EACH EACH EACH EACH EACH EACH EACH LFT LFT LFT LFT LFT LFT LFT LFT LFT EACH EACH EACH EACH

Estimated Quantity 3 1 1 2 1 1 3 1 2 130 130 438 510 203 287 364 73 237 3 2 3 3

EACH

1

EACH

1

EACH

1

EACH EACH EACH EACH EACH EACH EACH EACH EACH EACH EACH EACH EACH

13 1 1 2 3 1 2 1 1 1 1 1 7

EACH

38

EACH EACH LSUM LSUM LSUM LSUM LSUM

7 1 1 1 1 1 1

BID-3B

Unit Price

Cost

PART 3 CONTRACT ITEMS AND UNIT PRICES Project No. RS-11-508A Resurfacing in Center Township, Indianapolis

TOTAL BID AMOUNT

(IN FIGURES) (IN WORDS)

BID-3C

            Meeting Date:  Meeting Time:  Meeting Location:  Subject:   Participants:  File Code: 

6/28/12  1:00 PM  Indianapolis DPW, 1200 S. Madison Ave., Suite 200  Pre‐Bid Meeting for RS‐11‐508A  See attached sign‐in sheet   

Meeting Summary  I. II.

III.

Introductions were made. See attached sign‐in sheet.  Project Description: RS‐11‐508A, Resurfacing in Center Township  a. Project generally consists of resurfacing, base repair, sidewalk & curb ramp  replacement, storm sewer spot repairs, and pavement marking replacement.  b. Central Avenue from Fall Creek Parkway to 38th Street – includes conversion  from one‐way to two‐way operation from Fall Creek to 34th Street, including  resulting signage and traffic signal modifications.  c. 34th Street from Central Avenue to Ruckle Street – includes pavement  removal to narrow roadway to better reflect existing one‐way operation.  Removed pavement area to be replaced with borrow, special topsoil, and  mulched seeding.  d. 29th Street & Ruckle Street – includes guardrail removal and pavement  removal to narrow roadway by replacing large corner radius with smaller  radius. Removed pavement area to be replaced with borrow, special topsoil,  and mulched seeding. Per sheet 15 of the plans, pavement markings to  convert from one‐way to two‐way operation east of Central Avenue will be  installed by DPW.  e. 30th Street from Central Avenue to Fall Creek Parkway – includes conversion  from one‐way to two‐way operation from Central Avenue to Ruckle Street,  including resulting signage and traffic signal modifications. Also includes  pavement removal to narrow roadway by replacing large corner radius with  smaller radius. Removed pavement area to be replaced with borrow, special  topsoil, and mulched seeding.  Comments from Utilities:  a. IPL – facilities are generally clear and no IPL relocations are needed, however  proposed improvements will need to work around poles at the following  locations:  Page 1 of 3  Confidential intraoffice memorandum for discussion and deliberative purposes 

 

IV.

V.

1. 29th Street & Central Avenue   2. 34th Street & Central Avenue   3. 30th Street & Ruckle Street  b. Citizens Gas – see attached memorandum from Citizens Gas. Facilities are  generally clear, however a conflict may occur between existing 4” plastic gas  main and proposed storm sewer in southwest corner of Central Avenue &  29th Street (see sheet 15 of the plans).  c. Miscellaneous – see attached memorandum regarding castings, from Citizens  Energy Group.  Items to Note  a. Items to be submitted with Bid are provided in the Proposal Package.  b. Participation Goals: 15% MBE / 8% WBE / 3% VBE. Refer to Section 9 of  Instructions to Bidders.  c. Utility Contact Information List on plans may not be all‐inclusive and  contractors shall field verify.  d. Project completion dates:  1. Substantial Completion – October 31, 2012 (see note 4. below).  2. Final Completion – November 30, 2012 (see note 4. below).  3. Liquidated damages of $500 / day for Substantial Completion and $100 /  day for Final Completion are included in Section 10 of Instructions to  Bidders.  4. Note: due to anticipated lead time for securing signal poles, the project  completion dates were amended following the meeting. Refer to  Addendum No. 1 for project completion dates.  e. All addenda must be acknowledged by the Bidder (BID‐4) and will become  part of the Contract Documents.  f. Complete bid packet submittals are required for the bid to be considered.  g. Attention is directed to several unique Technical Specifications in the  Contract Documents which are related to the two‐way conversion.  h. A special pay item, “Maintenance of Traffic for Two‐Way Conversion”, is  included in the Contract Documents to account for the additional traffic  control devices and extended duration of maintaining these devices as  specified in TS 607 and on the plans.   Miscellaneous  a. Please provide all questions and comments no later than 4:00 PM on Friday  June 29th.  Questions and comments not addressed in an addendum are non‐ binding.  All questions shall be addressed to Project Manager (327‐2122,  [email protected], Fax: 327‐8699).  b. Contractors are to inform themselves of the existing site conditions. 

Page 2 of 3  Confidential intraoffice memorandum for discussion and deliberative purposes 

 

VI.

c. Contractors are to coordinate material storage site and accessing work.  d. Bids to be received by Purchasing Division (Room 1522 City‐County Building)  until 9:30am prevailing time on July 5th.  Bids will be received from 9:31‐ 10:00AM in Room 260 City‐County Building on the same date and then  opened and read aloud.  No late bids will be accepted.  e. Addendum No. 1 will include Pre‐Bid Meeting Minutes and responses to  questions. Anticipated revisions to be included in Addendum No. 1 include:  1. Add 3 more Lane Control signs as spares for Fall Creek Parkway.  2. Add Technical Specification to include subgrade treatment for  approaches in cost of other pay items, similar to base repair.  f. Note: due to Independence Day holiday, the project bid date has been  changed from July 5, 2012, to July 12, 2012. Refer to Addendum No. 1.  Questions:  a. Q. What is anticipated award date? A. Around the first of August.  b. Q. Is Pay Item #20 – HMA for Base Repair an undistributed item? A. The  quantity is based on the repair areas specified on the plans, but the City  reserves the right to direct additional areas for base repair and adjust  quantities accordingly.  c. Q. Does City really want to make subgrade treatment incidental to the cost of  approaches, as mentioned in Item V.e.2. above? A. This will be investigated.  d. Q. Would it be better to include pay items for HMA approach pavement  instead of including in the mainline? A. In this case, there is only one HMA  approach, therefore it will remain as shown on the plans.  e. Q. Should SC01 be removed due to lane closures shown on the plans? A. No,  this special condition should be understood to apply to lane restrictions  other than the lane closures shown on the plans. Alternate MOT plans,  including nighttime closures, must be submitted to RPR for consideration.  f. Q. Is a pay item for temporary striping needed? A. See Addendum No. 1.  g. Q. Can TS101 be revised to allow disturbance on Central Avenue until  October 31st? A. See Addendum No. 1.  h. Q. What is the lead time for traffic poles and are they available in time to  complete the project per the completion dates specified? A. It appears the  lead time is 8‐10 weeks, therefore the contract completion date will be  revised. See Addendum No. 1.  i. Q. MOT for Two‐Way Conversion needs to be left in place for two weeks  after opening to traffic. Should tubular markers be considered instead of  cones? A. This will be investigated.        Page 3 of 3  Confidential intraoffice memorandum for discussion and deliberative purposes