department of transportation -...

24
Department of Transportation Office of Project Development 700 E Broadway Avenue Pierre, South Dakota 57501-2586 605/773-3268 FAX: 605/773-2614 November 15, 2019 ADDENDUM NO. 2 RE: Item #3, December 4, 2019 Letting - IM 0292(84)61, PCN 0729, Lincoln County - Shoulder Improvement & CRC Pavement Repair TO WHOM IT MAY CONCERN: The following addenda to the plans shall be inserted and made a part of your proposal for the referenced project. SPECIAL PROVISIONS: Please remove the Index of Special Provisions and replace with attached Index of Special Provisions revised 11/14/19. Please remove the “Special Provision for Contract Time”, dated 10/23/19 and replace with the “Special Provision for Contract Time”, dated 11/13/19. Please remove the “Special Provision for Durable Pavement Markings”, dated 10/18/19 and replace with the “Special Provision for Durable Pavement Markings”, dated 11/13/19. SDEBS BID PROPOSAL: The electronic bid proposal for this contract has been revised to include the changes associated with this addendum. Bidders must log in to the SDEBS to retrieve and incorporate these changes into their bid. Quantities for Bid Items were changed: Bid Item 634E5050 “Surface Preparation for Pavement Marking” changed from 274,433 to 275,953 Ft Bid Items were removed: Bid Item 634E0560 “ Remove Pavement Marking, 4” or Equivalent” PLANS: Please destroy sheets 2, 38 and 39 and replace with the enclosed sheets, dated 11/14/19 and 11/15/19. Sheet 2: Quantities for Bid Item 634E5050 “Surface Preparation for Pavement Marking” changed from 274,433 to 275,953 Ft. Bid Item 634E0560 “ Remove Pavement Marking, 4” or Equivalent” was removed. Sheet 38: TEMPORARY PAVEMENT MARKING note was revised. Sheet 39: REMOVE PAVEMENT MARKING, 4” OR EQUIVALENT note was removed. Sincerely, Sam Weisgram Engineering Supervisor SW/cj CC: Craig Smith, Mitchell Region Engineer Travis Dressen, Sioux Falls Area Engineer Connecting South Dakota and the Nation

Upload: others

Post on 22-Apr-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

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

November 15, 2019

ADDENDUM NO. 2

RE: Item #3, December 4, 2019 Letting - IM 0292(84)61, PCN 0729, Lincoln County - Shoulder Improvement & CRC Pavement Repair

TO WHOM IT MAY CONCERN:

The following addenda to the plans shall be inserted and made a part of your proposal for the referenced project.

SPECIAL PROVISIONS: Please remove the Index of Special Provisions and replace with attached Index of Special Provisions revised 11/14/19.

Please remove the “Special Provision for Contract Time”, dated 10/23/19 and replace with the “Special Provision for Contract Time”, dated 11/13/19.

Please remove the “Special Provision for Durable Pavement Markings”, dated 10/18/19 and replace with the “Special Provision for Durable Pavement Markings”, dated 11/13/19.

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

Quantities for Bid Items were changed: Bid Item 634E5050 “Surface Preparation for Pavement Marking” changed from

274,433 to 275,953 Ft

Bid Items were removed: Bid Item 634E0560 “ Remove Pavement Marking, 4” or Equivalent”

PLANS: Please destroy sheets 2, 38 and 39 and replace with the enclosed sheets, dated 11/14/19 and 11/15/19.

Sheet 2: Quantities for Bid Item 634E5050 “Surface Preparation for Pavement Marking” changed from 274,433 to 275,953 Ft. Bid Item 634E0560 “ Remove Pavement Marking, 4” or Equivalent” was removed.

Sheet 38: TEMPORARY PAVEMENT MARKING note was revised.

Sheet 39: REMOVE PAVEMENT MARKING, 4” OR EQUIVALENT note was removed.

Sincerely,

Sam Weisgram Engineering Supervisor

SW/cj CC: Craig Smith, Mitchell Region Engineer

Travis Dressen, Sioux Falls Area Engineer

Connecting South Dakota and the Nation

Page 2: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

REV 11/14/19

INDEX OF SPECIAL PROVISIONS PROJECT NUMBER(S): IM 0292(84)61 PCN: 0729 TYPE OF WORK: SHOULDER IMPROVEMENT & CRC PAVEMENT REPAIR COUNTY: LINCOLN The following clauses have been prepared subsequent to the Standard Specifications for Roads and Bridges and refer only to the above described improvement, for which the following Proposal is made. The Contractor’s attention is directed to the need for securing from the Department of Environment & Natural Resources, Foss Building, Pierre, South Dakota, permission to remove water from public sources (lakes, rivers, streams, etc.). The Contractor should make his request as early as possible after receiving his contract, and insofar as possible at least 30 days prior to the date that the water is to be used. Greg Johnson is the official in charge of the Sioux Falls Career Center for Lincoln County. THE FOLLOWING ITEMS ARE INCLUDED IN THIS PROPOSAL FORM: Special Provision for Contract Time, dated 11/13/19. Special Provision for Subletting of Contract, dated 10/18/19. Special Provision for Contractor Furnished Mix Design for PCC

Pavement, dated 8/30/18. Special Provision for Asphalt Surface Treatment Design, dated 11/19/15. Special Provision for Durable Pavement Markings, dated 11/13/19. Special Provision for South Dakota Electronic Bid System, dated 7/23/18. Special Provision for Contractor Administered Preconstruction Meeting, dated 3/15/16. Fuel Adjustment Affidavit, DOT form 208 dated 7/15. Standard Title VI Assurance, dated 3/1/16. Special Provision For Disadvantaged Business Enterprise, dated 8/14/18. Special Provision For EEO Affirmative Action Requirements on Federal and Federal-aid

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

FHWA 1273 (Rev. May/1/12), dated 10/21/19. Required Contract Provisions Federal-aid Construction Contracts, Form

FHWA 1273 (Rev. 5/1/12). Special Provision for Cargo Preference Act, dated 1/20/16. Special Provision Regarding Minimum Wage on Federal-Aid Projects, dated 5/1/19.

Page 3: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

Wage and Hour Division US Department of Labor Washington DC. - US Dept. of Labor Decision Number SD180001, dated 4/6/18.

Special Provision for Supplemental Specifications to 2015 Standard Specifications for Roads and Bridges, dated 11/20/19.

Special Provision for Errata to 2015 Standard Specifications for Roads and Bridges, dated 11/20/19.

Special Provision for Price Schedule for Miscellaneous Items, dated 6/6/18.

Page 4: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

STATE OF SOUTH DAKOTADEPARTMENT OF TRANSPORTATION

SPECIAL PROVISION FORCONTRACT TIME & LANE RENTAL

PROJECT IM 0292(84)61; PCN 0729LINCOLN COUNTY

NOVEMBER 13, 2019

April 6, 2020 Work Restriction

The Contractor will not begin work on the project prior to April 6, 2020.

Winter of 2020-2021 Work Restriction

When weather during the winter of 2020/2021 prevents further work, the Contractor will remove all lane closures. The Engineer, in the Engineer’s sole discretion will determine the end of the 2020 construction season based on Contractor input, construction conditions, and forecasted weather conditions.

April 5, 2021 Work Restriction

For all work not completed in 2020, the Contractor will not begin work on the project Prior to April 5, 2021.

Field Work Completion

The Contractor will complete the project by the July 1, 2021 field work completion date.

Lane Rental Payment and Assessment Provisions

I. General: The Department is using lane rental provisions to minimize the delay and inconvenience to the traveling public caused by roadway closures. The Contractor is encouraged to use innovative construction or staging techniques to minimize the number and duration of roadway closures. The Department will assess a rental charge for each lane rental day or a portion thereof the Contractor has closed or obstructed a lane, shoulder, or portion of a lane or shoulder until the Contractor has fully restored

Page 5: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

traffic to the roadway. The Department will not assess a lane closure rental charge for a partial ramp closure, shoulder closure, or a crossroad lane closure.

II. Definitions and Terms: For the purposes of this Special Provision, the following definitions apply:

A. Lane Rental Day: Any calendar day, beginning at sunrise and ending at sunrise, including Saturday, Sunday, and legal holidays.

B. Lane Closure: The closure of a lane, shoulder, or any portion of a lane or shoulder due to the Contractor's operations (measured to the nearest one half mile excluding taper) including mobile operations occupying a lane, shoulder, or any portion of a lane or shoulder. For the purposes of measurement, the Department will round up all lane closures less than one-half mile to one-half mile.

C. Daily User Cost: The daily cost of interference and inconvenience to the road user as specified by the Department.

D. Rental Charge: The daily user cost assessed against the contract for a lane closure.

E. Lane-mile-day: The unit of measure for lane rental, equivalent to one mile of one lane or shoulder being closed for one lane rental day.

F. Grace Period: A two-hour period beginning at sunrise and ending two hours after sunrise.

III. Lane Rental: The Department will assess the Contractor a lane rental charge for each lane rental day a lane is closed for construction operations. The daily rental charge will be defined as follows:

Lane Closure - length based on one lane.

Daily Lane Rental Charge - $3,325 per lane-mile-day

The Engineer will count the number, length, and duration of the lane closures used for construction.

For the purpose of counting closures occurring in the same lane but located at different areas, the Department will consider all closures as separate closures and will apply rental charges to each individual lane closure.

The Contractor will comply with the plan notes (Sequence of Operation and Maintenance of Traffic) in regards to lane closures and construction operations.

Page 6: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

During the performance of the work to which lane rental applies, the Contractor will keep open at all times one mainline lane for each direction of traffic.

IV. Preparation of Proposal: As specified in Section I of this Special Provision, the contract includes a lane rental provision on a lane rental day basis. The bidder must enter a quantity in the proposal for Lane Rental Payment & Assessment by the lane-mile-day. The bidder will base the quantity for this item on the bidder's estimate of the total number of lane-mile-days required to rent lane closures necessary to perform the specified work. The quantity will be multiplied by the unit cost ($3,325 per lane-mile-day) for lane rental.

If the Contractor leaves Lane Rental Payment & Assessment blank or inserts a zero or negative quantity, the Department will consider the bid proposal to be non-responsive.

The Department will select the low bidder and award the contract based on the total dollar amount of all bid items plus the total amount bid for Lane Rental Payment & Assessment.

V. Lane Rental Payment and Assessment - Daily Basis: To determine the lane rental payments and assessments the following procedure will be used:

The Department will document and tally daily lane rental charges on each bi-weekly work progress report. This process will continue until the project is completed and the Contractor is no longer closing (renting) lanes.

To determine lane rental charges, the Department will consider all lane closures as a full day lane closure except a lane closed during daylight hours only (or any portion of the daylight hours). The Department will consider lane closures during daylight hours only (or any portion of the daylight hours) as one-half day lane closure.

The Contractor will be allowed a grace period of two hours after sunrise to remove a lane closure. The Department will consider the lane open at sunrise if the Contractor removes the lane closure within the grace period.

The Department will measure lane closure length to the nearest one-half mile per each closure excluding taper. The Department will measure the length of a lane closure as the single longest length at any one time in the lane rental day of the actual lane closure even if the Contractor moves the closure further down the road or extends the closure. The Department will measure the length of a lane closure for a mobile work operation as the single longest length at any one time in the lane rental day of the actual lane closure used for the mobile work operation.

Page 7: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

The Department will measure lane-mile-days in increments of .25 lane-mile-days.

A. Bonding: This provision amends Section 3.7 Requirement of Contract Performance Bond, such that the bond will shall equal the total contract amount less the amount for lane rental under Lane Rental Payment & Assessment. All other bonding requirements are unchanged by this provision.

B. Payments: If at the end of the project the cumulative lane rental charges are less than the original quantity bid for this item, the Department will pay the Contractor the difference between the amount bid and the total lane rental charges as an incentive payment.

C. Assessments: If at the end of the project the cumulative lane rental charges exceed the original quantity bid for this item, the Department will deduct the excess lane rental charges from moneys due the Contractor for other items of work in the bi-weekly estimate or the final estimate as a disincentive payment.

D. Weather: The Department will assess lane rental charges for all lane closures including delays caused by normal weather conditions when the Contractor cannot work and lane closures are in effect.

E. Construction Change Orders: The Department will increase or decrease the contract item of lane rental payment & assessment in direct proportion to the percentage increase or decrease of the total dollar amount (summation) of all work subject to lane rental in the contract including, but not limited to; PCC pavement repair, joint sealing, crack sealing, spall repair, cold milling, asphalt surfacing, asphalt surface treatment, rumble strips, and pavement markings). If the Contractor feels the increase to the contract item of lane rental payment & assessment on a monetary basis is insufficient for the increased work involved, the Contractor may submit written information to the Engineer to justify the request. Such information must show how the increased work delays the field work completion of the entire project. The Contractor will submit the written information as soon as possible after performing the increased work. If the information submitted justifies additional lane rental payment & assessment the Engineer will prepare a construction change order increasing the Lane Rental Payment & Assessment. If it is determined that the increased work does not require additional lane rental, the Department will make no increase to the contract item lane rental payment & assessment.

Time Extensions

In order to avoid or reduce liquidated damage assessments, the Contractor may request a time extension for the field work completion requirement. The Department will consider such requests using the same considerations that apply when granting an extension of Contract Time under Section 8.7, except that extra work or an increase in quantities will

Page 8: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

not qualify for an extension of time based solely on a proportional increase in the contract amount.

Failure to Complete Work on Time

The Contractor will substantially complete the project prior to the substantial completion requirement. If the Contractor does not complete the work by the substantial completion requirement, the Department will assess liquidated damages in accordance with Section 8.8 Table A. The Department will assess liquidated damages for each working day the work (project) is late until the Contractor substantially completes the work.

In the event the Contractor does not substantially complete the work on time, the Department will count working days in accordance with Section 8.6 C. In addition, lane rental charges will be assessed for all in place lane closures until the project is substantially completed.

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

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

Expected Adverse Weather Days:

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

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

* * * * *

Page 9: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

ATTACHMENT 1

Figure A - Expected Adverse Weather Days for South Dakota

Table 1 - Expected Adverse Weather Days for South Dakota

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

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

Grading Projects Surfacing and Structural Projects

NOTE: Includes Holidays and Weekends.

Page 10: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

PCN_Durable(20150521).docx 1

STATE OF SOUTH DAKOTADEPARTMENT OF TRANSPORTATION

SPECIAL PROVISION FOR

DURABLE PAVEMENT MARKINGS

PROJECT IM 0292(84)61, PCN 0729LINCOLN COUTNY

NOVEMBER 13, 2019

I. DESCRIPTION

Durable pavement markings, for the purpose of the special provision, include epoxy, methyl methacrylate, and polyurea. Water base paint will not be considered a durable marking product.

This work will consist of grooving pavement for durable pavement marking and furnishing and applying durable pavement markings in accordance with the plans, this provision, and as directed by the Engineer.

II. MATERIALS

The Contractor will submit the type of material to be used at the preconstruction meeting prior to application of the durable pavement marking.

A. CERTIFICATIONS

The Contractor will provide the Engineer with a copy of the manufacturer’s product data sheet, component certification, and instructions for material application at least 14 calendar days before application work begins. Whenever the manufacturer’s recommendations are more stringent than these provisions, the manufacturer’s recommendations will apply. The Contractor will provide the Engineer a copy of the certified batch test results, showing the product meets the following requirements, upon delivery of the product to the job site.

B. MATERIAL REQUIREMENTS

1. Marking Material: The Contractor will follow the manufacturer's mixing ratio. No solvents are to be given off to the environment upon application to a pavement surface. The components, when combined, will not contain or produce volatile solvents. If Type II epoxy pavement marking material is used, it will be completely free of TMPTA (Tri-Methyl Propane Tri-Acrylate)

Page 11: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

PCN_Durable(20150521).docx 2

and other multi-functional monomers. All materials will be free of lead, cadmium, mercury, hexavalent chromium, and other toxic heavy metals as defined by the United States Environmental Protection Agency.

a. Color: The pavement marking colors will meet the following:

White: The color will be within the Chromaticity coordinates listed in Tables 1 & 2 when tested in accordance with ASTM E1347 or ASTM E1349

Yellow: The color will match Federal Test Standard Number 595a, Color 13538 or will be within the Chromaticity coordinates listed in Tables 1 & 2 when tested in accordance with ASTM E1347 or ASTM E1349.

TABLE 1Y values %

Chromaticity coordinates (corner points) With Glass Beads

Without Glass BeadsColor

x y x y x y x y Min Max Min MaxWhite .355 .355 .305 .305 .285 .325 .335 .375 60 -- 70 --Yellow .560 .440 .490 .510 .420 .440 .460 .400 30 -- 35 --

TABLE 1 - Daytime Color Specification Limits for Pavement Markings Material with CIE 2 Standard Observer and 45/0 (0/45) Geometry and CIE D65 Standard Illuminant

TABLE 2Chromaticity coordinates (corner points)

1 2 3 4Colorx y x y x y x y

White .480 .410 .430 .380 .405 .405 .455 .435Yellow .575 .425 .508 .415 .473 .453 .510 .490

TABLE 2 - Nighttime Color Specification Limits for Pavement Marking Retroreflective Material with CIE 2 Standard Observer and Observation Angle = 1.05, Entrance Angle = 88.76 (beta angle 2 and epsilon = 0) and CIE Standard Illuminant A

b. Hardness: The type D durometer hardness of the material will not be less than 75 when tested in accordance with ASTM D2240 after the material has cured for 72 hours at 73F 5F.

c. Adhesion Capabilities: When tested in accordance with the American Concrete Institute Committee 503 testing procedure, the adhesion must be a minimum of 250 psi, or the failure of the system must take place in the substrate. The prepared specimens will be allowed to cure for 72 hours at 73F 5F.

Page 12: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

PCN_Durable(20150521).docx 3

d. Weather Resistance: Apply the mixed epoxy, both white and yellow, at 15 mils 1 mil thick to 3 inch x 6 inch aluminum panels. Do not apply beads to the epoxy sample. Expose the cured sample in an Environmental Test Chamber meeting the requirements of ASTM G154. Conduct the test for 80 hours at 122F, alternating four-hour cycles of condensation and ultraviolet light. At the end of the exposure period, the material will show no substantial change in color or gloss.

e. Abrasion Resistance: When the abrasion resistance of the material is tested in accordance with ASTM D4060 with a CS-17 wheel under a load of 1000 grams for 1000 cycles, the wear index will be no greater than 82 (The wear index is the weight in milligrams that is abraded from the sample under the test conditions).

f. Chemical Resistance: Cured markings will be resistant to calcium chloride, sodium chloride, fuels, and oils.

g. Reflective Elements and Glass Beads: Bonded core reflective elements and glass beads will be used as recommended by the durable pavement marking manufacturer for all durable pavement markings on this project. Glass beads will meet the following gradation requirements when tested according to ASTM D1214:

Sieve Size Percent Passing#14 100#18 65 - 80#30 30 - 50#50 0 - 5

Glass beads will have a minimum of 80% true spheres. Roundness will be tested in accordance with SD 510.

The glass spheres will be transparent, colorless, and free of milkiness, dark particles, carbon residues, and excessive air inclusions. All glass beads retained on the #18 sieve will be produced from virgin glass by direct melt methods.

The glass beads will be without floatation properties. The glass beads will have dual surface treatment consisting of a moisture resistant silicone treatment and a silane adherence surface treatment.

The bonded core reflective elements will contain either clear or yellow tinted microcrystalline ceramic beads bonded to the outer surface. The bonded core reflective elements will provide a 50/50 blend of dry to wet ratio of reflective element. All microcrystalline ceramic beads bonded to reflective elements will have a minimum index of refraction of 1.8 for dry

Page 13: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

PCN_Durable(20150521).docx 4

retroreflectivity and 2.4 for wet retroreflectivity when tested using the liquid oil immersion method.

2. Epoxy Materials: The following requirements, in addition to those specified in Section II.B.1 of this special provision, will also apply when the Contractor elects to use epoxy pavement markings.

a. Classification: This specification provides for the classification of epoxy pavement marking systems by type.

Type I - A fast cure material suitable for line applications and, under ideal conditions, may not require coning.

Type II - A slow cure material suitable for all applications of pavement markings performed under controlled traffic conditions requiring coning and may require flagging as directed by the Engineer.

Type II epoxy material will be used for epoxy pavement markings except as specified otherwise in the plans.

b. Composition: Furnish a two component 100% solids epoxy material containing no fillers or pigment extenders. Follow the manufacturer's mixing ratio when mixing the two components. Mix the components within ± 2.5% of the manufacturer’s recommended mix ratio.

c. Pigment and Epoxy Resin: The pigment and resin component will meet the following percentages by weight:

Material White YellowPigment

TiO2, meeting ASTM D476 18 - 38 12 - 17Organic Yellow 7 - 9

Epoxy Resin 75 - 82 74 - 82

Test the epoxy content of the epoxy resin in accordance with ASTM D1652 and calculate as the Weight per Epoxy Equivalent (WPE) for both white and yellow. Determine the epoxy content on a pigment free basis. The accepted epoxy content range (WPE) is 50 of the manufacturer’s target value.

Ensure the activator/curing agent meets the following requirements:

Test the amine value in accordance with ASTM D2074. Ensure the total amine value meets the manufacturer's target value with the acceptance range being ± 50 of the target value.

Page 14: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

PCN_Durable(20150521).docx 5

d. Tensile Strength: The tensile strength of the epoxy paint material, when tested in accordance with ASTM D638, will not be less than 6,000 psi after 72 hours cure at 73F 5F.

3. Polyurea Materials: The following requirements, in addition to those specified in Section II.B.1 of this special provision, will also apply when the Contractor elects to use polyurea pavement markings.

a. Composition: The polyurea pavement marking material will consist of 100% solid two part system formulated and designed to provide a simple volumetric mixing ratio of two components (part A and part B). No volatile or polluting solvents or fillers will be allowed.

Upon heating to application temperature, the material will not exude fumes which are toxic or injurious to persons or property.

b. Pigment: White polyurea coating materials will contain not less than 13% by weight rutile titanium dioxide (TiO2), meeting ASTM D476. Yellow pigments will be an organic yellow and contain no heavy metals.

4. Methyl Methacrylate Materials: The following requirements, in addition to those specified in Section II.B.1 of this special provision, will also apply when the Contractor elects to use methyl methacrylate pavement markings.

a. Composition: The system will be a two component, liquid applied methyl methacrylate compound capable of full cure without external heat sources. Part A will consist of a 100% reactive and solvent free methacrylate resin. Part B will consist of benzyl peroxide liquid plasticizer.

b. Tensile Strength: The tensile strength of the methyl methacrylate paint material, when tested in accordance with ASTM D638, will not be less than 125 psi at break.

c. Pigment: White and yellow methyl methacrylate coating materials will contain not less than 6% by weight rutile titanium dioxide (TiO2) meeting ASTM D476. Organic yellow will contain pigment sufficient to meet the color standard.

III. CONSTRUCTION REQUIREMENTS

A. Equipment for Durable Pavement Marking: Equipment furnished will be designed to apply the type of durable pavement marking material selected including reflecting elements or glass beads. The equipment will be capable of applying marking materials in a solid and intermittent line pattern, according to the details in the plans. The equipment will be capable of placing lines on the

Page 15: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

PCN_Durable(20150521).docx 6

left and right sides. The left carriage will be capable of placing three lines simultaneously with each line in a solid or intermittent pattern in yellow or white, with each gun applying 4 to 8 inches wide. The equipment will be capable of accumulating the footage of marking applied per gun, individually, each day. Only material application will activate the footage accumulators. The readout will be digital and not adjustable. The equipment will accurately meter the two or more component materials. The equipment will produce and maintain the mixing head temperature, meeting the manufacturer’s specifications.

The equipment will be capable of applying reflective elements or glass beads in a pressurized system, synchronized with the spray guns, uniformly across the entire marking. All guns on the spray carriages will be in full view of the operator during operation.

The equipment in the striping train will be capable of displaying a left or right Type C sequential chevron. The Type C sequential chevrons will meet the current Manual on Uniform Traffic Control Devices (MUTCD) standard for minimum size, legible distance, number of elements, and other specifications. All traffic control items mounted on the equipment will be incidental to the other contract items. No separate payment will be made.

B. Grooving for Durable Pavement Marking: When specified in the plans, the Contractor will groove the pavement prior to applying the durable pavement marking in accordance with the following.

Grooving for durable pavement markings will not be allowed on bridge decks. All pavement markings on bridge decks will be surface applied. Unless otherwise specified in the plans, the Contractor will groove the surface for pavement markings as specified below:

The grooving will be performed within the following specifications and tolerances:

Description Specification ToleranceDepth of Groove Marking Thickness*1 + 15 mils + 5 milsWidth of Groove 5 to 6 inches ± 1/8 inchLength of Skip Lines*2 10 foot 6 inches ± 3 inchTapers at ends of lines 6 to 9 inchesBetween Double Lines 4 inches ± 1/2 inch

*1 Marking thickness will include the thickness of marking material and reflective media.*2 Additional length may be required as specified in the plans.

The equipment will be capable of: grooving the total width of the groove in one pass or uniform depths with

multiple passes

Page 16: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

PCN_Durable(20150521).docx 7

grooving without causing damage to the pavement joints or joint sealant material

providing uniform alignment and depth moving continuously to permit a mobile traffic work operation

If damage to joints, joint sealant material, backer rod, etc. occurs, the grooving operation will be stopped and modifications will be made to the grooving operation to prevent further damage. The Contractor may be required to use specially prepared circular diamond blade cutting heads to prevent damage at the joints. Damage caused to joints, the joint sealant material, backer rod, etc will be repaired or replaced by the Contractor, as directed by the Engineer. No additional payment will be made for the repair work or any reapplication of the pavement marking in the area of the repair.

The Contractor will establish a positive means for the removal of grooving residue. Solid residue will be removed from the pavement surfaces before being blown by traffic action or wind. The Contractor will conduct this work to control and minimize airborne dust and similar debris that may become a hazard to motor vehicle operation or a nuisance to property owners. Residue from wet grooving will not be permitted to flow across traffic lanes being used by public traffic or into gutter or drainage facilities. Residue, whether in solid or slurry form, will be disposed of in a manner that will prevent it from reaching any waterway in a concentrated state.

The bottom of the groove will be uniform and free of loose material. The groove will be flat and of uniform depth for the entire width of the groove.

C. Surface Preparation for Pavement Marking: When specified in the plans, the Contractor will prepare the pavement surface prior to applying the durable pavement marking in accordance with the following.

In areas where the existing groove meets the required depth and existing markings are still in place, the Contractor will clean the existing groove without adding additional depth beyond the required depth for the new pavement marking, including reflective media as noted in Section III.B of this special provision.

The cleaning will result in the existing pavement marking being adequately scuffed, abraded, and removed by light grinding or abrasive blasting or both to allow proper adhesion of the new durable pavement marking as per manufacturer’s recommendations to comply with product warranties.

Existing grooves not meeting the required depth will be re-grooved in accordance with Section III.B of this special provision to the required depth for the new pavement marking, including reflective media.

Page 17: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

PCN_Durable(20150521).docx 8

D. Seasonal Limitations: Pavement markings will only be placed between May 1 and October 15 (inclusive) unless the manufacturer recommends a more stringent seasonal limitation.

E. Application: Pavement markings will be placed in accordance with the details shown in the plans. Markings will not be applied over a longitudinal joint. Markings will not be applied when the wind or other conditions cause a film of dust to be deposited on the pavement surface before the material can be applied.

The Contractor will place necessary control points for striping and to indicate necessary starting and cutoff points.

The Contractor will use a vacuum truck to clean the pavement in the pavement marking areas unless otherwise specified in the plans. The Contractor will ensure a clean, dry pavement surface free of deleterious material. Cost for this work will be incidental to the contract unit price for durable pavement marking.

The final location of the pavement marking will be placed in the area of road way surface as prepared as per Section III.B or III.C of this special provision.

The material application will be immediately preceded by a minimum of 80 psi air blast. Placement of marking materials will be only on clean, dry pavement with air and pavement temperatures at least 50F and rising and within the seasonal limitation dates listed above.

The Contractor will apply the durable pavement markings prior to the section being opened to traffic. If weather conditions or seasonal limits prevent placement of durable pavement markings, temporary pavement markings will be applied before the section is opened to traffic and then removed prior to durable pavement marking application at no additional cost to the Department.

Edge marking and lane lines on divided roadways will be applied in the direction of travel.

Tracking of applied pavement marking will not be allowed. The Contractor will adjust the pavement marking operation to prevent tracking. The “no-tracking” will be determined by passing over the line with a passenger car or pickup truck at a speed of 25 to 35 mph in a simulated passing maneuver. A line showing no visual deposition of the material to the pavement surface when viewed from a distance of 50 feet will be considered as showing “no-tracking” and conforming to the requirement for “no-track”.

During pavement marking operations on sections of roadway open to traffic, the Contractor will protect the markings from tracking.

Page 18: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

PCN_Durable(20150521).docx 9

All material heated over the manufacturer’s upper limit on temperature will be discarded.

F. Durable Pavement Marking Application Rates & Thickness: The pavement marking will be applied at the rate and thickness as recommended by the manufacturer. Pavement markings applied at a wet thickness less than 20 mils will not be accepted.

G. Reflective Elements and Glass Beads: Reflective elements and glass beads will be applied at a rate necessary for meeting the minimum levels of retroreflectivity. Application of reflective elements and glass beads will be a double drop system. For application on epoxy pavement markings, the first drop will consist of a minimum of 4.2 lbs/gallon of reflective elements and the second drop will consist of a minimum of 16 lbs/gallon of glass beads. For application on polyurea pavement markings, the first drop will consist of a minimum of 4.2 lbs/gallon of reflective elements and the second drop will consist of a minimum of 7 lbs/gallon of glass beads.

Reflective elements and glass beads will be applied immediately after the placement of the marking.

H. Application Tolerances:

The length of the stripe will not vary more than plus or minus 3 inches from the plans requirement.

The minimum width of the stripe will be its nominal width as required in the plans with 1/2 inch greater than nominal width allowed provided the variation is gradual and does not detract from the general appearance.

The stripe will have the same general appearance and width in both daytime and nighttime conditions (no shadowing or shading).

The length of a 40 foot cycle length (stripe and gap) will not vary more than 3 inches.

The alignment from the plans requirement or existing markings will not vary more than plus or minus 1 inch in 200 feet.

The maximum longitudinal deviation from the existing markings at the beginning of the painted roadway segment will not vary more than plus or minus 6 inches.

Placement of cycle will coincide with the existing markings at each end of the project limits.

Any markings that are outside of these tolerances will be removed and replaced by the Contractor at no cost to the Department. Removal will be performed utilizing equipment that is not detrimental to the final surface, as required by the Engineer. Establishment of application tolerances will not relieve the Contractor of the responsibility to comply as closely as practicable with plan dimensions.

Page 19: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

PCN_Durable(20150521).docx 10

I. Retroreflectivity Testing General: Retroreflectivity testing will be completed in accordance with the plan notes. If replacement of markings can not be applied within the same year, the contractor will schedule subject work to be completed no later than June 15th in the following year. Upon replacement, the retroreflectivity testing process will be done again requiring new readings.

J. Retroreflectivity Requirements: The pavement markings will meet the following minimum retroreflectivity requirements.

Pavement Marking Color Minimum ValueWhite 331 mcd/m2/luxYellow 206 mcd/m2/lux

K. Non-conformance: All pavement markings not conforming to the requirements of the contract will be considered under the provisions of Section 5.3 and may be required to be removed. Additional retroreflectivity readings may be required by the Department to determine the limits of removal. The removal will be accomplished using suitable sand blasting or grinding equipment unless the Engineer authorizes other means. The removal process will remove at least 90% of the deficient line, with no excessive scarring of the existing pavement. The removal width will be one inch wider all around the nominal width of the pavement marking to be removed. Removal and replacement of the pavement markings will be at Contractor’s expense, with no cost incurred by the Department.

IV. METHOD OF MEASUREMENT

A. Grooving for Durable Pavement Marking: Grooving will be measured to the nearest foot, along the length of the groove for the width of the grooving specified.

B. Grooving for Durable Pavement Marking Arrow: Grooving for durable pavement marking arrow will be measured by the count of each arrow type specified.

C. Grooving for Durable Pavement Marking Area: Grooving for durable pavement marking area will be measured to the nearest square foot.

D. Surface Preparation for Pavement Marking: Surface preparation for pavement marking will be measured to the nearest foot, square foot, or each as required by the respective contract item.

E. Durable Pavement Marking: Durable pavement markings, of the width and color specified, will be measured to the nearest foot.

Page 20: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

PCN_Durable(20150521).docx 11

F. Durable Pavement Marking Arrow: Durable pavement marking arrows will be measure by count of each type specified.

G. Durable Pavement Marking Area: Durable pavement marking areas will be measured to the nearest square foot.

V. BASIS OF PAYMENT

A. Grooving for Durable Pavement Marking: Grooving for durable pavement marking will be paid at the contract unit price per foot for the width of groove specified. Payment will be full compensation for equipment, labor, materials, and all incidentals required.

B. Grooving for Durable Pavement Marking Arrow: Grooving for durable pavement marking arrow will be paid for at the contract unit price per arrow type specified. Payment will be full compensation for equipment, labor, materials, and all incidentals required.

C. Grooving for Durable Pavement Marking Area: Grooving for durable pavement marking area will be paid for at the contract unit price per each square foot. Payment will be full compensation for equipment, labor, materials, and all incidentals required.

D. Surface Preparation for Pavement Marking: Surface preparation for pavement marking will be at the contract unit price per foot, square foot, or each as required by the respective contract item. Payment will be full compensation for equipment, labor, materials, and all incidentals required.

E. Durable Pavement Marking: Cost for durable pavement marking will be paid at the contract unit price per foot for Durable Pavement Marking. Payment will be full compensation for all items necessary to complete the work including, but not limited to, all traffic control, equipment, labor, materials, and all incidentals required.

F. Durable Pavement Marking Arrow: Durable pavement marking arrows of the type specified will be paid for at the contract unit price per each. Payment will be full compensation for all items necessary to complete the work including, but not limited to, all traffic control, equipment, labor, materials, and all incidentals required.

G. Durable Pavement Marking Area: Durable pavement marking areas will be paid for at the contract unit price per square foot. Payment will be full compensation for all items necessary to complete the work including, but not limited to, all traffic control, equipment, labor, materials, and all incidentals required.

Page 21: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

PCN_Durable(20150521).docx 12

* * * * *

Page 22: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

ESTIMATE OF QUANTITIES

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

STATE OF SOUTH

DAKOTA SINGLE PRJ TEXT SIZE

MULTIPLE PRJ TEXT SIZE

SHEET

F2 F__

TOTAL SHEETS

Rev. 11/15/19 GAW

PROJECT

IM 0292(84)61 2 84

Page 23: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

STATE OF

SOUTH DAKOTA TC_03VH

SHEET

F2 F__

TOTAL SHEETS

PROJECT

SEQUENCE OF OPERATIONS

1. Install Traffic Control devices per the details in these plans. 2. Complete all asphalt and concrete work. 3. Install pavement marking.

Contractor requests to deviate from the sequence of operations will be submitted in writing to the Engineer for review. Approval of an alternate sequence of operations will only be allowed when the proposed changes meet with the Department’s intent for traffic control and sequencing of the work. An alternate sequence will be submitted for review a minimum of one week prior to potential implementation. GENERAL MAINTENANCE OF TRAFFIC Existing guide, route, informational logo, regulatory, and warning signs will be temporarily reset and maintained during construction. Removing, relocating, covering, salvaging, and resetting of existing traffic control devices, including delineation, will be the responsibility of the Contractor. Cost for this work will be incidental to the contract unit prices for the various items unless otherwise specified in the plans. Any delineators and signs damaged or lost will be replaced by the Contractor at no cost to the State. All temporary traffic control sign locations will be set in the field by the Contractor and verified by the Engineer prior to installation. All temporary speed limit signs will have a minimum mounting height of 5 feet in rural locations, even when mounted on portable supports. All construction operations will be conducted in the general direction of traffic movement. If there is a discrepancy between the traffic control plans, standard plates, and the MUTCD, whichever is more stringent will be used, as determined by the Engineer. Unless otherwise stated in these plans, work will not be allowed during hours of darkness. Traffic Control Signs, as shown in the Estimate of Quantities, are estimates. Contractor’s operation may require adjustments in quantities, either more or less. Payment will be for those signs actually ordered by the Engineer and used. Fixed location signing placed more than 4 calendar days prior to the start of construction will be covered or laid down until the time of construction. The covers must be approved by the Engineer prior to installation. The cost of materials, labor, and equipment necessary to complete this work will be incidental to other contract items. No separate payment will be made. All fixed location signs, sign posts, and breakaway bases will be removed within 7 calendar days following pavement marking. All haul trucks will be equipped with an additional flashing amber light that is visible from the backside of the haul truck. The costs for the flashing amber lights will be incidental to the various related contract bid items. At no time will a vertical drop-off be left overnight adjacent to a lane open to traffic. A lane closure will be in place to close a lane adjacent to any vertical drop-off. The Contractor will utilize embankment material to ensure a 3-inch vertical drop-off is not exceeded. The slope of the embankment material will not be steeper than a 4:1 within 30 feet of the traveled way. Traffic will be maintained on the driving lanes. Use of the shoulder as a driving lane will not be permitted. Any damage to the shoulder due to rerouted traffic or Contractor’s equipment will be repaired at no expense to the Department.

GENERAL TRAFFIC CONTROL (CONTINUED) Construction vehicles will exit or enter the construction work zone at locations identified by the Engineer. At no time will construction vehicles utilize the maintenance crossovers or the Interstate median to exit or enter Interstate traffic. Lane closures will be limited to 5 miles in length. The distance between the closest points of any two-lane closures will be at least 3 miles, excluding tapers. A mobile work operation may be allowed on the I-29 mainline during the rumble strip or rumble stripe grooving, flush sealing, and pavement marking provided the work can be completed satisfactorily by a continuously moving work operation. A mobile work operation will require approval by the Engineer. A Type 3 Barricade will be installed at the end of a lane closure taper as detailed in these plans. Additional Type 3 Barricades will be installed facing traffic within the closed lane at a spacing of ¼ mile. TEMPORARY PAVEMENT MARKING Temporary Raised Pavement Markers are to be used as the temporary pavement marking along lane closure tapers. Temporary raised pavement markers will be attached to the roadway surface with a flexible non-permanent bituminous adhesive capable of being removed from the roadway surface or with an adhesive approved by the Engineer. All costs to furnish, install, replace if necessary, and remove the markers will be incidental to the contract unit price per foot for “Temporary Raised Pavement Markers”. The total length of temporary raised pavement markers on this project is estimated to be 2.2 miles for lane closures. (Estimate 12 single lane closure tapers [960 ft.] = 11520 ft.) 11.0 miles on I90 Southbound and 11.0 miles on I90 Northbound centerlines and edgelines, and 4.0 miles for ramp closures.

TEMPORARY PAVEMENT MARKING

SECTION 1 2 3 4 5 TOTAL

*Lane Closure 2.2 mi 2.2 mi

NB Yel. Edgeline 11.0 mi 11.0 mi

SB Yel. Edgeline 11.0 mi 11.0 mi

*Ramps 0.2 mi 0.4 mi 0.1 mi 3.3 mi 4.0 mi

Raised Pavement Markers Total 2.2 mi

Temporary Pavement Marking Total 26.0 mi

Total (Not a bid item) 28.2 mi

*Raised Pavement Markers

One application of temporary pavement marking on mainline is included in the estimate of quantities for completion of shoulder chip seal. Four applications of temporary pavement marking on Section 2 ramp segments are included in the estimate of quantities for completion of the milling, 1st asphalt concrete lift, 2nd asphalt concrete lift, and the flush seal. Three applications of temporary pavement marking on Section 3 ramp segments are included in the estimate of quantities for completion of the milling, the asphalt concrete lift, and the flush seal.

TEMPORARY PAVEMENT MARKING (CONTINUED) Four applications of temporary pavement marking on Section 4 ramp segments are included in the estimate of quantities for completion of the milling, 1st asphalt concrete lift, 2nd asphalt concrete lift, and the flush seal. Three applications of temporary pavement marking on Section 5 ramp segments are included in the estimate of quantities for completion of the milling, the asphalt concrete lift, and the flush seal. WORK ZONE SPEED REDUCTION The Department is required to obtain a speed reduction resolution prior to the installation of any SPEED LIMIT (R2-1) signs shown on standard plate 634.63 or as shown in the plans. To provide adequate time for the resolution to be enacted, the Contractor will inform the Engineer a minimum of 3 weeks prior to the scheduled installation of any work zone speed reduction signs on the project. The information provided by the Contractor will include the anticipated date of sign installation, the newly reduced speed limit, the location of the work zone, and the anticipated completion date of work requiring the speed reduction. INCIDENTS An incident is an emergency road user occurrence, a natural disaster, or other unplanned event that affects or impedes the normal flow of traffic such as a crash, hazardous materials spill, or other event. The Contractor will set up a meeting prior to start of work to plan and coordinate responses to an incident. The Contractor will invite the Department of Transportation, the South Dakota Highway Patrol, the Lincoln County Sheriff and local emergency response entities to the meeting. The Contractor will assist to maintain traffic as required by these plan notes and as agreed to at that meeting. Emergency vehicle access through the project will be considered and discussed at the meeting. The Contractor may be required to modify messages on portable changeable message signs or relocate portable changeable message signs, and to provide flaggers to direct or detour traffic. The Contractor should be prepared to relocate advance warning signs if determined to be necessary for a major traffic incident lasting more than two hours. Fixed location ground mounted signs may be covered, and additional portable signs provided. No additional payment will be made for the modification of portable changeable message sign messages or the relocation of portable changeable message signs. Cost for the relocation of an advance warning sign due to an incident will be 50% of the designated sign rate. Flaggers will be paid for at the contract unit price per hour for “Flagging”. SHEETING FOR TRAFFIC CONTROL SIGNS All fluorescent orange background material on traffic control signs, all temporary delineators, and all temporary STOP (R1-1), YIELD (R1-2), DO NOT ENTER (R5-1), and WRONG WAY (R5-1a) signs will conform to the requirements of ASTM D4956 Type IX or XI. All other traffic control signs and background colors will conform to the requirements of ASTM D4956 Type IV. TRAFFIC CONTROL SIGNS Enough traffic control devices have been included in these plans to sign four lane closure workspaces, two ramp closures, and one mobile work operation. If the Contractor elects to work on additional locations simultaneously, the cost for additional traffic control devices will be incidental to the contract unit price per square foot for Traffic Control Signs.

REV. 11-14-19, JP

IM 0292(84)61 38 84

Page 24: Department of Transportation - apps.sd.govapps.Sd.gov/HC65C2C/EBS/lettings/Addendums/0729Addendum_2.pdfwork in the bi-weekly estimate or the final estimate as a disincentive payment

STATE OF

SOUTH DAKOTA TC_03VH

SHEET

F3 F__

TOTAL SHEETS

PROJECT

PERMANENT PAVEMENT MARKING Application of permanent pavement marking will be completed within 14 calendar days following completion of the final surfacing. Work will include surface preparation and applying durable pavement marking on edgelines, mainline skip lines and skip lines across ramps, gore markings on both mainline and ramps, and ramp edgeline and laneline marking. Pavement markings, either permanent or temporary, will be in place prior to opening closed lanes to traffic. Adequate durable pavement marking quantities are included for one application. The pavement markings will be surface applied on the structures. No surface preparation or grooving on structures will be done. MOBILE RETROREFLECTIVITY MEASUREMENTS All retroreflectivity measurements will be taken by an Independent Consultant hired by the Contractor. A retroreflectivity report of the measurements from the Independent Consultant will be provided to the Engineer. The Independent Consultant will take measurements using a vehicle-mounted mobile retroreflectometer. The mobile retroreflectometer will utilize 30 meter CEN geometry in accordance with ASTM E 1710 (Standard Test Method for Measurement of Retroreflective Pavement Markings Materials with CEN-Prescribed Geometry Reflectometers). The retroreflectometer will be calibrated no less than twice a day in accordance with the operating manual and calibration guide for the particular machine and vehicle. Measurement will consist of the average retroreflective readings and standard deviations for pavement marking placed under this Contract. Retroreflectivity measurements will be taken on each mainline edgeline, ramp edgeline, mainline and ramp gore marking, and skip centerline marking. Measure each line type separately. Measurement units will be mcd/m2/lux. Retroreflectivity will be measured by taking a minimum 40 retroreflectivity readings within 528’ (1/10 mile) on solid lines and a minimum 20 retroreflectivity readings within 528’ (1/10 mile) on skip lines. Gore markings will have a minimum of two retroreflectivity readings taken on each marking. The average retroreflectivity readings for each individual 4” wide line will be obtained at 528’ (1/10 mile) intervals. Payment will be made for the actual length of retroreflectivity measured. This is based on one laser instrument on one van that reads one line with each pass. Three passes are required for each mile of two-lane interstate in one direction; LEL – Left Edgeline, REL – Right Edgeline and all gore markings along right edgeline, CL- Centerline. One additional pass per the length of the gore marking on the left side of the ramp will be required. Two passes will be required for each ramp; RREL – Right Ramp Edgeline and LREL – Left Ramp Edgeline. Measurements will be obtained no sooner than 3 days and no later than 30 days after the completion of all the line applications required for an individual highway route. Excess beads or reflective elements must not be visible when the retroreflectivity testing is conducted. Measurements will be collected when pavement and markings are dry, clean and no visible moisture is on the road surface. These criteria define initial pavement marking retroreflectivity values. Markings will be measured in the direction of intended vehicular travel. The Independent Consultant should expect to retest failed segments after the markings have been replaced at no additional cost to the State.

MOBILE RETROREFLECTIVITY MEASUREMENTS (CONTINUED) The averaged 528’ (1/10 mile) retroreflectivity reading will meet the requirements for retroreflectivity as specified in the Special Provision for Durable Markings. Any retroreflectivity readings not meeting the Special Provision will be considered failed. Failed markings will be removed and remarked by the Contractor in 528’ lengths. The Contractor will mark the begin and end of the length of line to be removed and remarked that is represented by the failed 528’ (1/10 mile) averaged reading. The measurement report will be in the form of an electronic database file, or delimited text file, and contain all raw data collected. The electronic file must also contain a summary of findings. The retroreflectivity report, including the summary and a copy of the electronic file with all data, will be provided to the Engineer. The measurement report will include: • State Project number • Trunk Highway number • Date the measurements were taken • Geographical location the measurements were taken including a distance

from the nearest permanent site identification, such as a mile reference marker. The beginning and ending reference points of data collection rounded to the nearest thousandths of a mile and the beginning and ending coordinates determined by a Global Positioning System receiver with 3 meter accuracy, including the direction of travel in terms of increasing or decreasing reference points

• Identification of the pavement marking material including line type, color, age, and transverse location on the road. Identification of the marking to be included in the format; (LEL – Left Edgeline, REL – Right Edgeline, CL – Centerline, LL – Lane Line Skip, RREL – Right Ramp Edgeline, LREL – Left Ramp Edgeline, 1LL – left most LL in multilane, 2LL – second to left most LL in multilane, etc)

• Identification of the retroreflectometer • A summary of the average retroreflective readings for each continuous

length of 0.1 mile measured • A separate summary of the gore marking retroreflectivity readings Should another mobile unit be available, the maximum acceptable deviation for measurements made by the two different instruments of the same manufacturer and for the same roadway length will be ± 10%. Repeatability for the given mobile unit will be ± 6%. No The locations of the measurements will be randomly selected. final payment for pavement markings will be made until the retroreflectivity measurements are taken and the retroreflectivity report is provided to the Engineer. Cost for all mobile retroreflectivity measurements, reports, marking of failed lengths, equipment, materials and labor will be included in the contract unit price per Mile for Mobile Retroreflectometer Measurements.

QUALITY ASSURANCE A concrete pavement test deck site will be agreed upon. A 500’ white and a 500’ yellow stripe will be marked by the Contractor on the test deck site. The Department and the Independent Consultant will conduct joint evaluations of both yellow and white longitudinal markings within the test site using the Department’s handheld retroreflectometer and the Independent Consultant’s mobile retroreflectometer. Five readings will be taken on the white marking and five readings will be taken on the yellow marking. The evaluation will be deemed successful if the mean average obtained by the Independent Consultant’s mobile retroreflectometer differs by less than 10% to the mean average obtained by the Department’s handheld retroreflectometer for each color. Cost for Quality Assurance will be included in the contract unit price per Mile for Mobile Retroreflectometer Measurements.

REV. 11-15-19, JP

IM 0292(84)61 39 84