Upload
others
View
3
Download
0
Embed Size (px)
Citation preview
FEBRUARY 6, 2018
REHABILITATION OF BRIDGE NOS. 03190A, 03190B, 03190C, 03190D, 03190E,
03190F, 03191A, 03191B, 03191D, AND 03191E INTERSTATE 84 AND ROUTE 8
FEDERAL AID PROJECT NOS.: 0842(307), 0842(306), AND 0008(134)
STATE PROJECT NOS. 0151-0312, 0151-0313, AND 0151-0326
CITY OF WATERBURY
ADDENDUM NO. 6
This Addendum addresses the following questions and answers contained on the “CT DOT
QUESTIONS AND ANSWERS WEBSITE FOR ADVERTISED CONSTRUCTION
PROJECTS”:
Question and Answer Nos. 7, 49, 51, 52, 53, 54, 55, 58, 64, 66, 68, 70, 71, 73, 77, 78, 80, 81, 83,
84, 86, 87, 88, 89, 91, 94, 95, 96, 99, 100
SPECIAL PROVISIONS
NEW SPECIAL PROVISION
The following Special Provision is hereby added to the Contract:
ITEM NO. 1206011A – REMOVAL OF EXISTING OVERHEAD SIGNING
REVISED SPECIAL PROVISIONS
The following Special Provisions are hereby deleted in their entirety and replaced with the
attached like-named Special Provisions:
ITEM NO. 0601039A – MODIFY BRIDGE PARAPET
ITEM NO. 0601044A - BRIDGE PARAPET CAP
ITEM NO. 0601107A – HIGH EARLY STRENGTH CONCRETE
ITEM NO. 0601999A – EXODERMIC DECK
ITEM NO. 1131016A – SMART WORK ZONE MOBILE VIDEO
CAMERA/QUEUE SENSOR TRAILER (SVQS)
ITEM NO. 1131017A – SMART WORK ZONE MOBILE VIDEO
CAMERA/QUEUE SENSOR TRAILER(SVQS) SERVICE
ITEM NO. 1131018A – SMART WORK ZONE VARIABLE MESSAGE
SIGN/QUEUE SENSOR TRAILER (SVMQ)
ITEM NO. 1131019A – SMART WORK ZONE VARIABLE MESSAGE
SIGN/QUEUE SENSOR TRAILER (SVMQ) SERVICE
ITEM NO. 1131020A – SMART WORK ZONE DEPLOYMENT
ITEM NO. 1131021A – SMART WORK ZONE OPERATIONS
ITEM NO. 1131022A – SMART WORK ZONE TRAILER RELOCATION
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
1 ADDENDUM NO. 6
ITEM NO. 1131023A – SMART WORK ZONE QUEUE TRAILER/SENSOR
(SQT)
ITEM NO. 1131024A – SMART WORK ZONE QUEUE TRAILER/SENSOR
(SQT) SERVICE
ITEM NO. 1201802A – 4 CHORD TRUSS BRIDGE SIGN STRUCTURE
ITEM NO. 1220027A – CONSTRUCTION SIGNS
CONTRACT ITEMS
NEW CONTRACT ITEM
ITEM NO. DESCRIPTION UNIT QUANTITY
1002203 TRAFFIC CONTROL FOUNDATION-
PEDESTAL-TYPE I
EA 8 EA
REVISED CONTRACT ITEMS
ITEM NO. DESCRIPTION ORIGINAL
QUANTITY
REVISED
QUANTITY
0214100
0821022A
0822002
1807100
COMPACTED GRANULAR FILL
REMOVE AND RESET PRECAST
CONCRETE BARRIER CURB
RELOCATED TEMPORARY
PRECAST CONCRETE BARRIER
CURB
RELOCATION OF (TYPE A)
IMPACT ATTENUATION SYSTEM
590 CY
1,235 LF
6,100 LF
3 EA
830 CY
400 LF
17,790 LF
101 EA
PLANS
NEW PLAN
The following Plan Sheet is hereby added to the Contract:
02.01.02.A6
REVISED PLANS
The following Plan Sheets are hereby deleted and replaced with the like-numbered Plan Sheets:
02.01.01.A6
07.01.09.A6
PROJECT NO. 151-312 04.09.040.A6
04.09.041.A6
04.09.067.A6
04.09.127-1.A6
04.09.133-1.A6
04.09.141.A6
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326 2 ADDENDUM NO. 6
PROJECT NO. 151-313
04.10.097-1.A6
04.10.099-1.A6
04.10.102.A6
04.10.109.A6
PROJECT NO. 151-326
03.01.12.A6
03.01.26.A6
03.11.095.A6
04.01.006.A6
04.01.007.A6
04.01.080.A6
04.01.116.A6
04.01.128-1.A6
04.02.06.A6
04.02.42.A6
04.02.47.A6
04.02.58.A6
04.02.76.A6
04.03.24.A6
04.03.26.A6
04.04.23.A6
04.04.25.A6
04.08.22.A6
04.08.23.A6
04.11.04.A6
04.11.17.A6
The Bid Proposal Form has been revised to reflect these changes.
The Detailed Estimate Sheets do not reflect these changes.
There will be no change in the number of calendar days due to this Addendum.
The foregoing is hereby made a part of the contract.
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
3 ADDENDUM NO. 6
Rev. Date 01/29/18
ITEM #1206011A
ITEM #1206011A – REMOVAL OF EXISTING OVERHEAD SIGNING
12.06.01 – Description:
Add the following sentence:
This work shall also include the storage and reinstallation of Overhead Signs, where applicable,
and the removal of Temporary Overhead Signs. This work will occur on the following Sign
Structures:
#20552 – Route 8 Northbound
#20553 – NB Riverside Street approaching Route 8 NB Exit 30 On Ramp
#20558 – Route 8 Northbound approaching Exit 35
#20559 – Route 8 Northbound approaching Exit 35
#20576 – Route 8 Southbound approaching Exit 31
#20577 – Route 8 Southbound approaching Exit 31
12.06.03 – Construction Methods:
Add the following sentences:
When signs are to be reinstalled, the Contractor shall transport, carefully load/unload the signs
and store in a safe, dry place. The signs shall be reinstalled in accordance with Section 12.07.03.
Temporary Overhead Signs upon removal shall be disposed of as described in paragraphs 1 and 2
of this specification.
12.06.04 – Method of Measurement:
Replace this section with the following:
This work will be at the Contract lump sum price, which shall include all signs (including
Temporary Overhead Signs), sign supports and foundations, if applicable, and delineators
designated for removal in the Contract.
The work to transport, load/unload, store and reinstall the overhead signs is included in this
Contract lump sum price.
12.06.05 – Basis of Payment:
Add the following sentence:
The price shall include the reinstallation of overhead signs including the transport, storage and
loading/unloading, which price shall include all hardware, materials, equipment, labor and work
incidental thereto.
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
4 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601039A
ITEM #0601039A – MODIFY BRIDGE PARAPET
Description:
Work under this item shall consist of removing and disposing of existing granite face reinforced
concrete safety walk and placing a reinforced concrete sloped face in its place as shown on the
plans, as directed by the Engineer and in accordance with these specifications.
Materials:
1 - Concrete: The concrete shall be a Contractor designed portland cement concrete, air entrained,
with a maximum size coarse aggregate of 3/8 inch and a minimum 28 day compressive strength, f'c,
of 4,400 psi.
The Contractor shall submit to the Engineer a concrete mix design for approval. The Contractor
shall further provide a certificate stating that the mix submitted shall meet the requirements.
Coarse aggregate shall consist of broken stone, having a maximum size of 3/8 inch, conforming to
the requirements of Article M.03.01.
Fine aggregate, Water, Air-Entraining Admixture and Retarder Admixture shall conform to the
requirements of Article M.03.01.
The air-entraining feature may be obtained by the use of either air-entraining portland cement or an
approved air-entraining admixture. The entrained air content shall not be less than 4 % or more than
6 %.
Portland Cement shall conform to the requirements of M.03.01, except that Type III or Type IIIA
portland cement may be used at no additional cost to the State.
The Contractor may submit, for the approval of the Engineer, a water-reducing admixture for the
purpose of increasing workability and reducing the water requirement for the concrete.
When the Engineer has previously approved the use of a high range water reducer in the concrete
mix, the entrained air content shall be not less than 5 %, nor more than 8 %.
The addition to the mix of calcium chloride or an admixture containing calcium chloride will not be
permitted.
2 - Chemical Anchoring Material: The chemical anchoring material shall conform to Article
M.03.07.
3 - Reinforcement: Reinforcing bars shall meet the requirements of ASTM A615, Grade 60 and be
galvanized after fabrication to the requirements of ASTM A767.
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
5 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601039A
Construction Methods:
The safety walk shall be removed by the Contractor at the locations and to the limits as shown in the
contract plans. The granite curbing, removed as part of the safety walk, shall be salvaged by the
Contractor for the State. Refer to the specification “Notice to Contractor - Salvage” for salvage
instructions.
The concrete shall be saw cut to delineate the removal limits. Care shall be taken not to damage the
portion of the parapet that is to remain in place. Removal of the concrete shall be accomplished by
pneumatic hammers approved by the Engineer. The weight of the pneumatic hammers shall not
exceed 30 pounds. Pneumatic tools shall not be placed in direct contact with the reinforcing steel.
Existing reinforcing, designated to remain in place, shall be cleaned of loose rust, concrete, and
other foreign matter, and if required, cut and bent as shown on the plans. All debris shall be
disposed of, from the site, by the Contractor.
The holes for the reinforcement shall be located as shown on the plans and clear the existing
reinforcing. A pachometer shall be used to locate existing reinforcing steel. If existing reinforcing
is encountered during the drilling operation, the holes shall be relocated and the uncompleted holes
shall be filled with the chemical anchoring material and finished smooth to the contour of the
surrounding concrete surface.
Hole drilling methods shall not cause spalling, cracking, or other damage to the existing concrete.
The weight of the drill shall not exceed 20 pounds. The hole diameter for the reinforcement shall be
as recommended by the manufacturer of the chemical anchoring material for its diameter. Those
areas damaged by the Contractor shall be repaired by him in a manner suitable to the Engineer and
at no expense to the State.
Prior to placing the chemical anchoring material in the holes, the holes shall be cleaned of all dirt,
moisture, concrete dust and other foreign materials. Fabrication and placement of reinforcing steel
shall conform to the requirements of Article 6.02.03. The reinforcing steel and the chemical
anchoring material shall be installed in the holes in accordance with the chemical anchoring
material manufacturer's recommendations.
Prior to placing the concrete, the surface on which the concrete will be placed shall be intentionally
roughened to a depth of 1/2 inch. Mixing, placing, curing, and finishing of the concrete shall be in
accordance with Article 6.01.03.
Any newly placed concrete having a hollow sound when sounded with a hammer shall be replaced
by the Contractor at his expense by a method acceptable to the Engineer.
The existing faces of parapet shall be protected during the pouring and finishing of the modified
section to prevent concrete staining. Any staining or discoloration of existing concrete caused by
the Contractor shall be cleaned at the Contractors expense by a method acceptable to the Engineer.
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
6 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601039A
The Contractor shall take adequate precautions to prevent any materials from entering on to
adjacent traffic lanes and adjoining property or from falling to the area below the structure.
Should any damage occur to the structure, as a result of the Contractor's operations, the Contractor
shall make repairs at his own expense. The repair work shall be approved in advance and shall be
of a quality acceptable to the Engineer.
Method of Measurement:
This work will be measured for payment by the number of linear feet of Modify Bridge Parapet,
completed and accepted.
Basis of Payment:
This work will be paid for at the contract unit price per linear foot, for "Modify Bridge Parapet",
complete in place, which price shall include all materials, equipment, tools and labor incidental
thereto.
Pay Item Pay Unit
Modify Bridge Parapet l.f.
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
7 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601044A
ITEM #0601044A – BRIDGE PARAPET CAP
Description:
Work under this item shall consist of removing and disposing of existing steel metal bridge rail,
reconstructing end portions of existing parapets and placing a reinforced concrete cap on top of the
parapets as shown on the plans, as directed by the Engineer and in accordance with these
specifications.
Materials:
1 - Concrete: The concrete shall be a Contractor designed portland cement concrete, air entrained,
with a maximum size coarse aggregate of 3/8 inch and a minimum 28 day compressive strength, f'c,
of 4,400 psi.
The Contractor shall submit to the Engineer a concrete mix design for approval. The Contractor
shall further provide a certificate stating that the mix submitted shall meet the requirements.
Coarse aggregate shall consist of broken stone, having a maximum size of 3/8 inch, conforming to
the requirements of Article M.03.01.
Fine aggregate, Water, Air-Entraining Admixture and Retarder Admixture shall conform to the
requirements of Article M.03.01.
The air-entraining feature may be obtained by the use of either air-entraining portland cement or an
approved air-entraining admixture. The entrained air content shall not be less than 4 % or more than
6 %.
Portland Cement shall conform to the requirements of M.03.01, except that Type III or Type IIIA
portland cement may be used at no additional cost to the State.
The Contractor may submit, for the approval of the Engineer, a water-reducing admixture for the
purpose of increasing workability and reducing the water requirement for the concrete.
When the Engineer has previously approved the use of a high range water reducer in the concrete
mix, the entrained air content shall be not less than 5 %, nor more than 8 %.
The addition to the mix of calcium chloride or an admixture containing calcium chloride will not be
permitted.
2 - Chemical Anchoring Material: The chemical anchoring material shall conform to Article
M.03.07.
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
8 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601044A
3 - Reinforcement: Reinforcing bars shall meet the requirements of ASTM A615, Grade 60 and be
galvanized after fabrication to the requirements of ASTM A767.
Construction Methods:
The metal bridge rail elements and posts shall be removed by the Contractor at the locations and as
shown in the contract plans. The bridge rail components specified in the contract plans shall be
salvaged by the Contractor for the State. Refer to the specification “Notice to Contractor - Salvage”
for salvage instructions.
The end portions of the parapets shall be removed to the limits shown on the plans. The concrete
shall be saw cut to delineate the removal limits. Care shall be taken not to damage the portion of the
parapet that is to remain in place. Removal of the concrete shall be accomplished by pneumatic
hammers approved by the Engineer. The weight of the pneumatic hammers shall not exceed 30
pounds. Pneumatic tools shall not be placed in direct contact with the reinforcing steel. Existing
reinforcing, designated to remain in place, shall be cleaned of loose rust, concrete, and other foreign
matter, and if required, cut and bent as shown on the plans. All debris shall be disposed of, from the
site, by the Contractor.
The holes for the reinforcement shall be located as shown on the plans and clear the existing
reinforcing. A pachometer shall be used to locate existing reinforcing steel. If existing reinforcing
is encountered during the drilling operation, the holes shall be relocated and the uncompleted holes
shall be filled with the chemical anchoring material and finished smooth to the contour of the
surrounding concrete surface.
Hole drilling methods shall not cause spalling, cracking, or other damage to the existing concrete.
The weight of the drill shall not exceed 20 pounds. The hole diameter for the reinforcement shall be
as recommended by the manufacturer of the chemical anchoring material for its diameter. Those
areas damaged by the Contractor shall be repaired by him in a manner suitable to the Engineer and
at no expense to the State.
Prior to placing the chemical anchoring material in the holes, the holes shall be cleaned of all dirt,
moisture, concrete dust and other foreign materials. Fabrication and placement of reinforcing steel
shall conform to the requirements of Article 6.02.03. The reinforcing steel and the chemical
anchoring material shall be installed in the holes in accordance with the chemical anchoring
material manufacturer's recommendations.
Prior to placing the concrete, the surface on which the concrete will be placed shall be intentionally
roughened to a depth of 1/2 inch. Mixing, placing, curing, and finishing of the concrete shall be in
accordance with Article 6.01.03.
Any newly placed concrete having a hollow sound when sounded with a hammer shall be replaced
by the Contractor at his expense by a method acceptable to the Engineer.
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
9 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601044A
The existing vertical faces of parapet shall be protected during the pouring and finishing of the
modified section to prevent concrete staining. Any staining or discoloration of existing concrete
caused by the Contractor shall be cleaned at the Contractors expense by a method acceptable to the
Engineer.
The Contractor shall take adequate precautions to prevent any materials from entering on to
adjacent traffic lanes and adjoining property or from falling to the area below the structure.
Should any damage occur to the structure as a result of the Contractor's operations, the Contractor
shall make repairs at his own expense. The repair work shall be approved in advance and shall be
of a quality acceptable to the Engineer.
Method of Measurement:
This work will be measured for payment by the number of linear feet of bridge parapet cap,
completed and accepted.
Basis of Payment:
This work will be paid for at the contract unit price per linear foot, for "Bridge Parapet Cap",
complete in place, which price shall include all materials, equipment, tools and labor incidental
thereto.
Pay Item Pay Unit
Bridge Parapet Cap l.f.
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
10 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601107A
ITEM #0601107A – HIGH EARLY STRENGTH CONCRETE
Work under this item shall conform to Section 6.01 Concrete for Structures as supplemented and
amended herein to provide for High Early Strength Concrete.
6.01.01-Description: Add the following:
Work under this item shall include placing the HES concrete, constructing form work, field
testing of the material and developing maturity indexes for the concrete mix.
High Early Strength (HES) Concrete shall include concrete used for Exodermic deck panel cast
in field elements, closure pours and parapet construction and other incidental construction as
required.
The HES requirements shall be used for the Items “Localized Replacement of Concrete Deck for
Steel Strengthening” and “Reconstruct Concrete Deck End – Type B”.
6.01.02-Materials: Add the following:
The high early strength concrete shall conform to the requirements of M.03.01 and the following
criteria:
a) The Contractor shall design and submit to the Engineer for approval a high early strength
concrete mix a minimum of 90 days prior to placing any HES concrete. This mix shall be
air-entrained and shall be composed of Portland cement, fine and coarse aggregates,
approved admixtures and additives, water and fiber reinforcing.
Cement: Portland Type III
Cement content: Minimum 658 lb./c.y.
Water Cement Ratio: Maximum 0.4
Course Aggregate: Maximum size is 3/8”
Air Entrainment: 6.0 +/- 1.5%
Slump: Maximum 7 inches (use HRWR)
Concrete temperature: between 65°F and 90°F delivered to work site
Compressive Strength 4,000 psi @ 8 hrs
5,500 psi @ 28 days
Fiber Reinforcing: Minimum 3 lb./c.y.
b) Portland cement to conform to AASHTO M85.
c) Water-cementitious material ratio is by weight, including water in the admixture solution
and based on saturated surface dry condition of aggregates.
d) Admixtures and air entraining agents are to be compatible with the cement.
e) Only use accelerating admixtures which do not contain chlorides.
f) For fiber reinforcing use monofilament or collated fibrillated synthetic fiber in
accordance with ASTM C 1116, 4.1.3 Type II or Type III and note 2. The fiber shall
meet ICC ES AC32, Section 3.1.1 and 3.1.2 requirements. Provide a test report
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
11 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601107A
complying with ICC Evaluation services (ICC-ES) AC32 Acceptance Criteria for
Concrete with synthetic fibers from an Independent Certified Laboratory. Provide a
method of adding the fibers to the mix such that the fibers are dispersed during mixing
and no clumps of fibers are present at the end of a mix cycle.
g) A shrinkage reducing admixture shall be added to the concrete mix according to the
manufacturer’s recommendation such that there will be no cracks at 14 days in the
sample tested in AASHTO T334. The shrinkage reducing admixture shall be tested by an
approved testing lab and meet the requirements of ASTM C494-10 Type S, except that in
Table 1 length change shall be measured as: Length Change (percent of control) shall be
a minimum of 35% less than that of the control. Table 1 Length Change (increase over
control) shall not apply. Shrinkage reducing admixtures shall not contain expansive
metallic materials.
A confined shrinkage test as outlined in the AASHTO T334 - Practice for Estimating
the Crack Tendency of Concrete shall be performed by an AASHTO accredited
laboratory. The results of these tests (documenting zero cracks at 14 days) shall be
submitted to the Engineer.
The shrinkage compensating additive shall also allow no separation of the closure pour
concrete area from the parent concrete. This shrinkage-compensating additive shall be
utilized to produce expansion in the high early strength concrete of no more than 3%.
h) The use of lightweight aggregate is not allowed.
Mix Design Requirements:
a) Concrete shall be controlled, mixed, and handled as specified in the pertinent portions of
Section 6.01 Concrete for Structures, Supplemental Specifications and as indicated below:
b) The Contractor shall design and submit for approval the proportions and test results for a
concrete mix which shall attain the minimum final design compressive strength and the
early compressive strength as defined by this specification and consistent with the approved
Quality Control Plan.
c) The concrete mix design shall have a rapid chloride ion permeability of 2000 Coulombs at
not more than 28 days using AASHTO T 277 and the air entrainment as defined under the
material section. Contractor may opt to take multiple tests prior to 28 days which will be
considered accepted once the target value of 2,000 coulombs is reached. Testing shall be in
accordance with AASHTO T 119 and T 152. Multiple samples should be tested using the
intended curing methods in order to establish the required cure times for the mix.
d) Should a change in sources of material be made, a new mix design shall be established and
approved prior to incorporating the new material. When unsatisfactory results or other
conditions make it necessary, the Department will require a new mix design.
e) All tests necessary to demonstrate the adequacy of the concrete mix shall be performed by
the Contractor, witnessed by CTDOT, including, but not limited to: slump, air content,
temperature, initial set and final set (AASHTO T197). Compressive strength tests shall be
determined by the maturity method and field cured cylinders (6” X 12” cylinders) as
described in this specification. Additionally, a confined shrinkage test as outlined in the
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
12 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601107A
AASHTO T334 - Practice for Estimating the Crack Tendency of Concrete shall be
performed by an AASHTO accredited laboratory. The results of these tests (documenting
zero cracks at 14 days) shall be submitted to the Engineer.
Demonstration Pour / Test Batch: a) A minimum of 30 days prior to field placement of any HES concrete and after the mix
design has been approved perform a demonstration pour / test batch of the HES concrete.
b) The Department shall be notified at least 14 days prior to the demonstration pour / test
batching and shall be present to witness the testing.
c) The demonstration shall consist of a minimum HES concrete batch of 3 c.y. The HES
concrete demonstration pour may be performed in conjunction with other project related
demonstrations. If performed in conjunction with the other demonstration pours, the entire
use of the material from the 3 c.y. batch is not required.
d) The Contractor will be required to demonstrate proper mix design, batching, placement,
finishing and curing of the high early strength concrete. The trial placement shall simulate
the actual job conditions in all respects including plant conditions, transit equipment, travel
conditions, admixtures, forming, the use of bonding compounds, restraint of adjacent
concrete, placement equipment, and personnel.
e) Use the maturity method in conjunction with cylinder breaks to verify the required strength
in the desired time period.
f) If the demonstration pour is in conjunction with other demonstration pour, the demonstration
pour will not be taken a part or have destructive testing performed for 14 days otherwise a
separate pour from the same batch will be made to check for shrinkage cracking at 14 days.
g) The demonstration pour will be checked for cracking and separation at 14 days.
The trial placement concrete shall not exhibit cracking or separation from the test panel
in excess of 0.016 inches wide
There shall be no more than one transverse crack in excess of 0.010 inches wide in the
pour area or spaced no more than 10 feet apart, whichever is less.
If the trial placement fails these criteria, the Contractor will be required to submit a
corrective action plan on how repairs of these crack sizes will be performed. The
Department may require the Contractor to conduct more trial batches and trial
placements. The costs of trial batches, trial placements and the removal of trial
placement concrete from the job site is incidental to the work and will not be measured
for payment. The requirement for multiple test placements shall not be cause for a time
extension.
The final accepted trial placement testing shall be used to establish the final acceptance
testing protocol for the field placements.
6.01.03-Construction Methods: Construction methods shall conform to the following
requirements:
1. Preparation:
a) Provide a quality control plan and submit it for review. Detail appropriate action points for
all phases of construction, including concrete mixing, curing, sealing, sampling and testing
before opening to traffic.
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
13 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601107A
b) Before placing concrete, ensure adequate equipment and trained personnel are available and
sufficient hauling units scheduled to maintain continuity in placement.
c) Before any HES concrete is placed the Contractor will provide the Engineer clear access
to all areas in which concrete is to be in contact with the new HES concrete. During this
time, the Engineer will perform an inspection of the areas to receive concrete. The
engineer will verify that all debris has been removed, the forms are adequately sealed and
the concrete surfaces are wet without ponding.
2. Surface Preparation:
a) Concrete surfaces against which the new HES concrete will be placed shall be saturated by
water. All free water shall be removed from the surface.
b) Forms shall conform to the pertinent requirements of Subarticle 6.01.03-1.
3. Maturity Sensors:
a) Prior to placing HES concrete the Contractor shall install the maturity sensors. Maturity
sensors shall not be in contact with reinforcing steel or formwork. Sensors may be attached
to insulated wire that is tied between the reinforcing bars. Maturity sensors are to be placed
2 to 4 inches from the bottom surface or form with a minimum 2 inch cover above. The
sensors installed shall be of the same type used to establish the maturity index.
b) Location and number of maturity sensors installed shall be in accordance with the following:
For deck closure pours place a minimum of 2 sensors per longitudinal closure pour
and 2 sensors per transvers closure pour. Sensors placed at the intersection of longitudinal
and transvers closure pours may be counted as a sensor for both pours. Place on additional
sensor in each exterior longitudinal closure pour.
For new parapets on Bridge No. 03190B that are constructed with the exodermic
deck replacement spans and the new wingwall parapets, provide a minimum of 3 sensors
at the top and 3 sensors at the bottom equally spaced. Maximum spacing of the sensors
shall be 30 feet.
For new parapets constructed as part of Item #0503988A – Reconstruct Concrete
Deck End – Type B, provide a minimum of 1 sensor at the top and 1 sensor at the bottom.
c) The Engineer may reduce or increase the number of sensors required after the second
weekend closure based on the consistency level of the data collected from the first two
weekend closures.
4. Mixing, Placing, and Finishing:
a) Mixing and placing concrete shall be done in accordance with the applicable portions of
Article 6.01.03. Mixing and placing shall not be executed unless the ambient temperature is
above 40 °F and rising. The concrete mix shall be properly placed to insure complete
contact around all reinforcing steel and against existing concrete at edges and compacted to
a level slightly above the surrounding deck surface. Vibrators of the appropriate size shall
be used for all consolidation of the concrete, regardless of the size of the area, with no hand
tamping or rodding allowed. Concrete may be moved horizontally with the aid of hand
tools, but not with the use of vibrators (excess vibration shall be avoided).
b) Vibrating plates or vibrating screed shall be used on the surface of all patches for strike off
and consolidation. After the concrete has been spread evenly and compacted to a level
slightly above the adjacent concrete surface, the vibrating plate or screed shall be drawn
over the surface at a uniform speed without stopping to finish the surface smooth and even
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
14 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601107A
with adjacent concrete. The surface shall be float finished. Finishing operations shall be
completed before initial set takes place.
5. Curing:
a) The concrete curing methods shall be developed by the Contractor as part of the Quality
Control Management Plans (QMP). The curing methods used in the production
placements shall be the same as the curing methods used for the demonstration pour.
6. Testing:
a) All personnel performing tests shall be qualified NETTCP Concrete Technicians and
certified ACI Concrete Laboratory and Concrete Strength Technicians. Anytime the
Contractor moves the testing equipment all equipment shall be recalibrated. This
requirement is intended to minimize the movement of test cylinders.
b) The Contractor shall provide a portable compressive testing machine on site for the purpose
of testing all compressive strength cylinders. All testing shall be in accordance with the
requirements of ASTM C39. Any compressive testing machines used for this test must be
calibrated in accordance with the provisions of Section 5, ASTM C39.
c) Maturity testing shall be used to monitor the strength of the in-place concrete during the
weekend closure. Once maturity testing indicates the required compressive strength has
been achieved to open the structure to traffic, standard concrete cylinder break tests shall
be used to confirm the maturity data. Concrete cylinder testing is to be used to determine
the 28-day compressive strength. The Contractor shall form, cure and test all concrete test
cylinders under supervision of a representative of the Department. The dimensions, type
of cylinder mold, number of cylinders, and method of curing shall be as directed by the
Engineer.
d) The Contractor is required to perform initial set and final set tests (AASHTO T197) in
addition to slump, air content and temperature on concrete from each concrete truck used
in the placing of this High Early Strength Concrete.
e) Field cured cylinders will be made from the first and last concrete trucks.
f) The contractor shall prepare a sufficient number of test cylinders so that if the initial
breaks do not produce the required strength testing can be completed again at a later
period. A minimum of three cylinder breaks providing uniform coverage of the pour area
are to produce acceptable test results.
g) The Engineer shall be allowed to witness the testing and comment on all the tests
performed by the Contractor. The Contractor shall not open the roadway to traffic until
the final strength has been met and when the Engineer has directed that the roadway can
be opened to traffic.
h) Acceptance tests will be performed by the Department on standard cured cylinders at 7
days and 28 days. Cylinder breaks at 7 days and 28 days must be at least 10% above the
approved trial batch results. The Contractor will be notified of any verification tests that
do not meet these requirements and will be required to develop a contingency corrective
action plan incase final strength is not achieved. Concrete will be accepted based on
meeting the 28-day strength requirement.
7. High Early Strength Concrete Crack Inspection:
a) The Contractor shall inspect the finished high early strength concrete surface for cracks.
Inspection of the deck for cracking shall be completed prior to the preparation of the deck
for placement of the membrane waterproofing system.
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
15 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601107A
b) The Contractor shall document the location and frequency of cracks on the closure pours
(number of cracks per square foot). Cracks greater than 0.016 inches in width shall be
repaired as required by the membrane waterproofing manufacturer.
Maturity testing: 1. SCOPE
1.1.1 This test method provides a procedure for estimating concrete strength by means of
the maturity method. The maturity method is based on strength gain as a function of
temperature and time.
1.1.2 Maturity test shall be in accordance with ASTM C1074.
1.1.3 The maturity method consists of three steps:
developing strength-maturity relationship
estimating in-place strength
verifying strength-maturity relationship.
1.2.1 This test procedure employs the Nurse-Saul temperature-time factor (TTF) maturity
index, with a datum temperature of -10°C (14°F).
1.2.2 The strength maturity relationship shall be developed and submitted to the Engineer
a minimum of 45 days prior to any HES concrete placement
1.2.3 The values given in parentheses (if provided) are not standard and may not be exact
mathematical conversions. Use each system of units separately. Combining values
from the two systems may result in nonconformance with the standard.
2 APPARATUS
2.2 Commercial maturity-recording devices that automatically compute and display the
maturity in terms of a temperature-time factor are acceptable. Acceptable devices include
thermocouples connected to digital data-loggers, or embedded devices that record and
store the data. All devices must be able to transfer the collected data to a computer for
permanent storage.
2.3 The maturity-recording device shall be able to record the temperature accurately to within
+/- 1°C (2°F).
2.4 The maximum recording intervals shall be every ½ hour for the first 48 hours, and every
hour thereafter.
2.5 If the maturity meter has input capability for datum temperature, be sure to select the
proper value of the datum temperature prior to each use.
2.6 Use the same brand and type of maturity meters in the field as those used to develop and
verify the strength-maturity relationship. Prior to selecting sensors for the maturity testing
the Contractor shall verify that an adequate supply of is available for use on the project.
When using different sensors during a different period of construction a develop new
maturity index curve.
3 PROCEDURE
3.1 Calibration—Verify calibration prior to use on a project and, as a minimum, on an annual
basis by placing a randomly sampled maturity meter in a controlled-temperature water
bath and recording whether the indicated result agrees with the known temperature of the
water bath. The maturity meter temperature recording device must be accurate to within ±
1°C (± 2°F). Verify accuracy at a minimum of three different temperatures, e.g., 5°C,
25°C, and 45°C (41°F, 77°F, and 113°F).
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
16 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601107A
3.2 Developing Strength-Maturity Relationship:
3.2.1 For every concrete design being evaluated by the maturity method, prepare a
minimum of 55 cylinders in accordance with AASHTO T23. The minimum size of
each batch should be approximately 3 yd.3(3 m
3) using the same mixture proportions
and constituents of the concrete as those of the job concrete being evaluated.
Note: Cast additional specimens to avoid having to repeat the procedure.
3.2.2 Test each batch of fresh concrete for concrete placement temperature, slump, and air
content in accordance with AASHTO T23.
3.2.3 Embed maturity meters in at least four specimens. Place the meter 50–100 mm (2–4
in.) from any surface. Begin data collection as soon as the meter contacts the fresh
concrete. Data collection must be uninterrupted.
3.2.4 Moist-cure the specimens in a water bath or in a moist room in accordance with
AASHTO T23 and conditions similar to the actual field conditions.
3.2.5 Perform compression tests on sets of cylinders at 2 hour increments from the 2hrs to
24 hours and then at 3, 5, 7, 14, and 28 days in accordance with AASHTO T22. Test
a set at each age and compute the average strength. Evaluate additional test
specimens and test ages at the discretion of the Engineer. A set of cylinders is three
cylinders at the same age.
Note: If a specimen is defective (e.g., not cylindrical, not square, damaged due to
handling), discard the specimen. If an individual cylinder strength is greater than
or less than 10 percent outside the average of a set, consider the specimen
defective and discard. When two of the three specimens are defective, evaluate a
new batch, unless additional acceptable specimens are available.
Note: Test the specimens with the meters last and only if the maximum
dimension of the embedded meter is less than one-third the diameter of cylinder
mold or width of the beam mold.
3.2.6 At each test age, record the individual and average values of maturity and strength
for each batch on a permanent data sheet.
3.2.7 Plot the average strengths as a function of the average maturity values with data
points shown. Using a computer spreadsheet program such as Microsoft Excel,
calculate a logarithmic best-fit curve through the data. Record the equation of the
curve and the R2 value. The resulting curve is the strength-maturity relationship to
be used for estimating the strength of the concrete mixture placed in the field.
Note: When developing the strength-maturity relationship, the spreadsheet
software allows the Engineer to develop the corresponding maturity equation
that defines the strength-maturity relationship and an R2 value to fit the strength-
maturity relationship. The R2 value indicates the reliability of the strength-
maturity relationship. Expected results should produce an R2 value of at least
0.90. When the reliability is less than 0.90, the Engineer should carefully
examine the data for “outliers,” faulty beam breaks, or faulty maturity readings.
The Engineer should use judgment to determine if certain points should be
discarded, or retested, or whether the entire strength-maturity relationship should
be regenerated.
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
17 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601107A
3.2.8 The plot of the strength-maturity relationship for each concrete mixture, with data
points, must be circulated and signed by the Contractor or his representative and
reviewed by the Department Materials Testing Lab.
3.3 Estimating In-Place Strength:
3.3.1 A Department inspector must be present at the concrete plant when placing concrete
to be evaluated by the maturity method. While batching of concrete for the project is
taking place the inspector must be at the plant daily and must verify batching
operations using a checklist. As a minimum, the checklist should verify the correct
mix design is being used, the correct aggregate is being used, and the concrete batch
tickets reflect the mix correctly.
Note: Any approved alteration in mix proportions or source or type of any
material in excess of those tolerable by batching variability requires the
development of a new strength-maturity relationship prior to its use. This
includes a change in type, source, or proportion of cement, fly ash, coarse
aggregate, fine aggregate, or admixtures. A change in water-to-cementitious
material ratio greater than 0.05 requires the development of a new strength-
maturity relationship.
3.3.2 As soon as practical after concrete placement, connect and activate the maturity
meter(s).
Note: Do not disable meters until the required maturity values are achieved. Data
collection must be uninterrupted.
3.3.3 Record maturity data on a permanent data sheet and or electronically. If data is
electronically recorded, maintain a backup copy of the data and a field log of the
data collected. The permanent data sheet must show the Required Strength and the
Required TTF for the specified Operation.
3.3.4 When the maturity is at a value that is equal to or greater than the required strength
for that concrete mixture as determined by the strength-maturity relationship, record
the maturity value, and when appropriate, verify the specimen strength in
accordance with Section 3.4.
3.3.5 Clip the wires at the concrete surface.
3.4 Verifying Field Strength-Maturity Relationship:
3.4.1 Make a minimum of one set (three cylinders) in accordance with AASHTO T23 at
the frequency specified in this specification.
3.4.2 Test fresh concrete for concrete placement temperature, slump, and air content in
accordance with AASHTO T23.
3.4.3 Embed one meter in a minimum of three specimens. Place meter(s) 50–100 mm (2–
4 in.) from any surface. Begin data collection as soon as the meter contacts the fresh
concrete. Data collection must be uninterrupted.
3.4.4 Cure the field specimens under the actual field condition of the in-place concrete.
3.4.5 Perform compression strength tests when the specimen achieves the TTF (within
10%) corresponding to the design strength, or when the required TTF of the in-place
concrete is achieved in the field. Test the three specimens in accordance with
AASHTO T22 and computer the average strength of the specimens.
Note: If a specimen is obviously defective (e.g., out of round, not square,
damaged due to handling), discard the specimen. If an individual cylinder
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
18 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601107A
strength is greater than 10 percent outside the average of three specimens,
consider the specimen defective and discard. When two of the three specimens
are defective, evaluate a new batch, unless additional acceptable specimens are
available.
Note: Test the specimen(s) with the meter last and only if the maximum
dimension of the embedded meter is less than one-third the diameter of cylinder
mold or width of the beam mold.
3.4.6 Compare the average strength determined from the specimen breaks to the strength
predicted by the strength-maturity relationship. The average strength of the
specimens must be equal or greater than the compressive strength specified for the
structure to be opened to traffic. When three consecutive verification test results fall
between 5% and 10% above or below the predicted strength based on the S-M
Relationship, the condition does not warrant a redo of the S-M Relationship; the
condition, however, requires a mathematical adjustment to the S-M Relationship.
Adjust the curve using the adjustment feature of the Excel spreadsheet program.
When a single verification test exceeds the 10%, a new S-M Relationship curve
must be developed according to specification requirements.
6.01.04-Method of Measurement: Replace the entire Article with the following:
This work will be measured for payment by the actual volume in cubic yards of placed concrete,
complete and accepted. No deduction will be made for the volume of reinforcing steel.
6.01.05-Basis of Payment: Replace the entire Article with the following:
This work will be paid for at the Contract unit price per cubic yard for “High Early Strength
Concrete” complete in place, which price shall include, surface preparation, furnishing and
installing forming material, all equipment, tools, labor, maturity sensors, data collecting equipment,
maturity testing, maturity index development, material testing, demonstration pours and work
incidental thereto.
Pay Item Pay Unit
High Early Strength Concrete c.y.
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
19 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601999A
ITEM #0601999A – EXODERMIC DECK
Description: This work shall consist of the furnishing, delivery, and installation of the precast Exodermic
®
deck panels, any miscellaneous metal forms (or other related forming materials), reinforcing
steel, and precast concrete as shown in the contract drawings and in accordance with the
manufacturer’s recommendations. All concrete required for this item shall be precast except for
the closure joints which shall be cast in the field.
General Scope of Work:
Survey existing structure
Develop shop drawings
Fabricate Exodermic deck panels
Remove existing deck and shear connectors (as needed)
Install Exodermic deck panels
Install shear connectors (Separate Pay Item)
Place closure pour concrete (Separate Pay Item)
Construct new parapets (Separate Pay Item)
Place waterproofing membrane and wearing surface overlay (Separate Pay Item)
Materials: The materials for this work shall meet the quality requirements of the relevant portions of the
Standard Specifications unless the same are altered by any specific requirements under any
Special Provision or by notes shown on the contract drawings.
Within 10 days after the contract is awarded, the contractor shall notify the Engineer of the
name, address, telephone number, and contact person of the Exodermic™ deck grid fabricator
and precaster of all deck panels to be manufactured, supplied, and installed. A single fabricator
is to be used for fabrication of all deck panels to be manufactured.
The Exodermic® grid deck system must be purchased from an AISC certified fabricator and
participating BGFMA member, such as the following:
Bailey Bridges, Inc. (256) 845-7575
LB Foster (412) 928-3548
Further information may be obtained from:
BGFMA
Attn: Philip Gase
300 East Cherry Street
North Baltimore, OH 45872
Tel: (419) 257-5495
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
20 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601999A
The main bearing bars of the steel grid deck shall be fabricated from WT structural shapes
conforming to AASHTO M270 Grade 50S T2 steel. Distribution bars and miscellaneous plates,
rod and bar steel shall conform to AASHTO M270 Grade 50 T2.
The 20-gage steel sheet metal form pans installed in the grid prior to galvanizing for panel
fabrication shall conform to ASTM A1008 SS Grade 80. Galvanized steel sheet metal forms
installed following grid panel galvanizing shall conform to the latest specification for ASTM
A653 SS Grade 80 with a coating G165 furnished in the gauge specified on the contract
drawings. This is steel sheet metal intended to be used for closure pours and beam pockets.
Welding shall be in conformance with established grid industry practice, including the permitted
use of Gas Metal Arc Welding (MIG). Weld qualification and weld procedures are to be in
accordance with AWS D1.5 or per the relevant portions of the owner’s Standard Specifications
and shall be approved prior to deck panel fabrication.
All fabricated steel is to be galvanized. Galvanized coatings shall conform to ASTM
A123/A123M. Any defects in galvanizing shall be repaired as specified in ASTM A780. Repair
materials containing aluminum shall not be used to restore defective areas.
Reinforcing bars shall meet the requirements of ASTM A615, Grade 60 and be galvanized after
fabrication to the requirements of ASTM A767, Class 1, including supplemental requirements.
Concrete shall be in conformance with Section 6.01 and Section M.03 of Form 817 for Class “F”
concrete and as modified by the following. The maximum coarse aggregate shall not exceed
3/8” in size. Include fiber reinforcing in the mix design at a minimum of 3 lbs/c.y. Maximum
slump which may include a HRWR shall not be greater than 6 inches. Submit a mix design for
approval to the Engineer prior to any casting of the concrete for the Exodermic deck panels.
Upon acceptance of the mix design a panel mock up and test pour will be completed.
Lightweight concrete is not permitted.
Fiber reinforcing: use monofilament or collated fibrillated synthetic fiber in accordance with
ASTM C 1116, 4.1.3 Type III and note 2. The fiber shall meet ICC ES AC32, Section 3.1.1 and
3.1.2 requirements. Provide a test report complying with ICC Evaluation services (ICC-ES)
AC32 Acceptance Criteria for Concrete with synthetic fibers from an Independent Certified
Laboratory. Provide a method of adding the fibers to the mix such that the fibers are dispersed
during mixing and no clumps of fibers are present at the end of a mix cycle.
Unless specified otherwise, leveling bolts, nuts, and washers shall conform to the specifications
of ASTM A307, ASTM A563 and ASTM F844 respectively. Leveling bolts need not be
galvanized if minimum top cover over the bolts of 2.5 inches is provided.
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
21 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601999A
Construction Methods:
The panel layout shown on the Contract plans is suggested. The Contractor in coordination with
the fabricator shall develop the final horizontal and vertical layout of the panels and detail it on
the shop drawings. The Contractor is to survey the existing structure to determine controlling
geometry. The survey will be compared against the proposed geometry and the shop drawings
developed. At a minimum, the survey shall document the deck joints, existing vertical profile,
existing vertical clearances and location of the existing steel framing. Any discrepancies in the
survey with the existing plans or contract plans shall be brought to the attention of the Engineer
prior to the submission of the shop drawings. Final layout of the panels shall be controlled by
the following:
Top of new concrete at expansion joints shall match the top of existing concrete for the adjacent
span at the joint.
The final vertical profile shall be within 1 inch of the existing profile. However, the minimum
vertical clearance from the top of the roadway to any element above shall not be decreased below
16’-6”. If the vertical profile used on the shop drawing deviates from the proposed vertical
profile the revised profile is to be shown on the shop drawings.
The proposed cross slopes are to be maintained as shown on the contract drawings.
Mock-up Panel
a) Prior to full scale panel fabrication, a test module shall be constructed to demonstrate that
the final product can be constructed as required. The minimum module size shall be 8 feet
by 8 feet. The module will contain the steel grid with portions of precast concrete
containing reinforcing, a beam pocket and a transvers panel joint with reinforcing lap slice.
After the prefabricated portion of the module is constructed, a demonstration of the beam
pocket and transverse joint closure pour will be performed. The following items will be
demonstrated with the test module:
In field fit up of prefabricated panels in the field.
In field leveling and adjustability of prefabricated panel.
Form up of transverse panel joints.
How the reinforcing lap splices will be made in the field at the transverse joints.
Forming and sealing of the beam pockets.
Installation of shear studs in the beam pockets.
Placement of the closure pour concrete to meet the required compressive strength in the
allotted time.
b) After the test module has been constructed and the closure pour concrete reaches the
required compressive strength, the Engineer will direct the test module to be taken apart and
inspected. The Contractor shall submit a deconstruction procedure of the test module to the
Engineer for approval. The deconstructed test module will be reviewed for proper cover of
concrete, bonding of concrete to member and reinforcing and bonding of the closure pour
concrete to the precast concrete. The performance of the test module is to be documented
with field notes and photographs and submitted to the Engineer. Following the
demonstration, a meeting is to be held to evaluate and discuss any issues or lessons learned
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
22 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601999A
from the test module. At a minimum, the meeting will be attended by the Engineer,
Contractor and Fabricator. The Engineer will attend the placement of the closure pour
concrete for the test module and be given a minimum of two weeks’ notice prior to it
occurring.
Steel Grid Deck
a) The steel grid deck shall be fabricated to the dimensions and properties as shown on the
plans, shop drawings, and in accordance with the relevant portions of the Standard
Specifications. The use of tertiary or supplemental bars to develop composite action
between the concrete deck and steel grid shall not be allowed. Weld sizes shall be in
conformance with established grid industry practice unless otherwise indicated on the
contract plans. It shall be the contractor’s responsibility to field verify all dimensions to
make necessary changes prior to fabrication. Due consideration shall be given to the
placement of leveling devices to provide adequate clearance for their field adjustment from
above using a socket wrench and for adequate clearance for field placement of headed shear
studs. After the attachment of edge bars, leveling devices, vertical form pans, and other
components as described in the plans and specifications, the grid deck shall be galvanized.
b) After galvanizing the fabricated steel grid shall be inspected for warping and distortion from
the galvanization process. Any geometry differences from the shop drawings outside of the
dimensional tolerance shall be corrected if possible. Panels that cannot be corrected shall be
replaced at no additional cost to the Department. All procedures to make geometry
corrections shall be submitted to the Engineer for approval prior to starting correction
procedures. Procedure for corrections need to consider if the galvanized coating will be
damaged and how to address damage to the coating. Replacement of the panel will be at the
discretion of the Engineer.
c) The dimensional tolerances for each steel grid panel shall be in accordance with the most
recent version of BGFMA TS-01, “Fabrication Tolerances for Grid Decks”, published by
the Bridge Grid Flooring Manufacturers Association. Note the calculated tolerances are in
inches for items d, e, and f with the length or width entered as feet.
d) Sheet metal forms shall be installed in such a manner as to minimize leakage of closure pour
concrete.
e) Lifting locations and lifting procedures shall be included on the shop drawing submission.
Care shall be taken to avoid twisting of the panels or bending of the panels in the weak
(perpendicular to main bar) direction. Use of multiple pick points is recommended. Steel
grid panels must be properly blocked with wood (with due regard to built-in panel camber)
during transportation and storage to avoid distortion or other damage. Lifting devices should
be designed to support loading caused by the fully assembled panel (including steel grid,
reinforcing and concrete) with a minimum safety factor of 1.5.
Precast Concrete
a) An approved concrete mix design shall be used for casting the panels. Rebar layout shall
consider the location of the leveling bolts providing sufficient clearance for adjustment in
the field using a socket wrench. Main (top) rebar, which runs in the same direction as the
main bearing bars of the steel grid, shall be placed a minimum of 1” from the web of the
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
23 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601999A
main bearing bars. Minimum cover between rebar and exposed surfaces of precast concrete
shall be 1” unless otherwise shown on the plans.
b) Match casting is to be used in placing the precast concrete and reinforcing to ensure that
there are no reinforcing conflicts and that geometry between panels match. The contractor
may submit to the Engineer for approval an alternative way to ensure there are no
reinforcing conflicts.
c) The top surface of the concrete shall be given a textured finish as designated by the Engineer
and as accepted by the Department.
d) The casting bed and forms shall have provisions for straightening and holding the steel grid
panels flat and square prior to placing concrete. The steel grid panels shall be checked for
conformity with the required dimensions as to cross slope, and must be supported to prevent
displacement during precasting operations to obtain the proper concrete thickness.
e) Precast panels shall not be removed from the forms or moved until the concrete has reached
the greater of 3500 psi or 75% of the concrete design compressive strength.
f) Precast panels shall be properly cured until the concrete reaches its 28-day design strength.
The precast panels may be steam cured or cured by standard methods for a concrete deck in
accordance with the standard specification.
g) The dimensional tolerances of a completed precast panel in any direction shall be ±1/4 inch.
h) After curing, all form release material and any other forming materials adhering to the
vertical faces of concrete shall be removed. Precast concrete vertical faces shall be
sandblasted, with care taken to avoid damage to the galvanized coatings. If the galvanize
coating of the reinforcing is damaged it is to be repaired at no cost to the owner.
i) A rigid lifting frame should be used whenever the precast panels are moved. Lifting
locations must be positioned to limit stresses in the panel. Proposed handling methods must
limit the actual concrete tensile stresses to 50% of the concrete modulus of rupture based
upon the proposed support locations and expected dynamic loading during handling,
storage, and transportation of the panels. Care shall be taken to avoid twisting of the panels
or bending of the panels in the weak (perpendicular to the main bar) direction.
j) The completed panels shall be marked with their proper identification label on top of the
panel and all four edges. Panels shall be stored and shipped right side up, and protected
from exposure to the weather. Wood lagging shall be used (with due regard to built-in panel
camber) to prevent damage to the steel, concrete, sheet metal, or galvanized coating. At a
minimum, lagging shall be placed immediately adjacent to the proposed lifting locations and
at the ends of the panel. Preferably, blocking should be placed at all stringer (floor beam)
block-outs and at the ends of the panel. Blocking between stacked panels must be in vertical
alignment across the panel width. Stack no more than four precast panels high.
Field Installation
a) Installation of the Exodermic deck panels will only be allowed during the period between
May 1st and October 14
th. The Engineer may adjust these limits on a case by case basis.
Due consideration should be given to the potential of deicing materials being introduced to
the Exodermic deck panel before an overlay and deck joints can be installed. Introduction of
deicer can be in the form of direct application or secondary transfer.
b) For each area to have the deck replaced by Exodermic decking an installation plan shall be
developed and submitted for approval. Individual areas are Span 10, Spans 14 thru 16 and
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
24 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601999A
Span 21 as indicated on the contract drawings. The plan is to include a constructions
schedule that is in 15minute increments for the weekend closures work. Include at a
minimum a list of tasks to be completed during the weekend closure and a list of responsible
parties for each task. Provide an estimate of the minimum number of personnel involved in
the deck replacements throughout the weekend closures at 4hr intervals.
c) Prior to each weekend closure a pre-closure meet will be held. The meeting will be held
between 5 and 10 days prior to each weekend closure. In each meeting the construction
schedule and task for the closure will be reviewed along staffing levels, contingency plans,
equipment and materials. For the first weekend closure a detailed walk through of the
schedule and tasks will be performed along with methods of construction. The first
weekend closure meeting shall be attended be the Engineer, construction inspectors, a
representative from the Departments traffic management center, Contractor’s
superintendent, Contractor personnel overseeing tasks, representatives from specialty
services, State and local Police representative. Attendees of future pre-closure meeting are
to be determined by the Engineer.
d) Advanced saw cutting of the existing concrete deck as indicated on the contract drawing
will be allowed under the following conditions. The period and conditions of work is to be
in accordance with the Maintenance and Protection of Traffic specification. The Contractor
will provide calculations to the Engineer demonstrating that cutting the deck will not affect
the safety of traffic. Saw cuts shall only be in the transverse direction across the deck. Only
saw cut portions of the deck required for the deck replacement that will occur during the
immediate weekend closure. Work can only be performed two nights in advance of the
weekend closure (Wednesday & Thursday). Extreme care is to be taken to avoid damaging
the existing structure which is to remain, including the steel members.
e) For removal of the existing deck submit a removal plan to the Engineer for approval. The
plan is to include at a minimum, the following:
Limits of deck removal.
Locations of saw cuts.
Locations of equipment.
Show minimum vertical clearances and clearances of equipment to the existing structure.
Maximum weights of pieces that are going to be lifted by equipment.
Type of equipment and weight of equipment to be placed on the bridge (excavators,
cranes, transfer vehicles).
Maximum loading from equipment used to lift material on the structure.
Provide an analysis that demonstrates that the existing structure will not be overstressed
by equipment used for the deck removal.
Provide details on containment system to prevent debris from entering the waterway or
storm water system.
Provide a plan as to how the existing structure will not be damage from removal
operations (example: saw cutting, jack hammers).
Extreme care is to be taken to avoid damaging the existing steel members by saw cutting. It
is recommended that the Contractor verify the thickness of the existing deck and account for
any changes in member sizes.
f) The method of installation for lifting and moving the panels is at the discretion of the
Contractor. Cranes, custom-made gantry, rigging from the structure above are allowed.
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
25 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601999A
Submit to the Engineer for approval a plan for lifting and moving the panels at each
location. At a minimum, the plan should include the following:
Lifting stress on the panels. The stress in the precast concrete shall not exceed 50% the
modulus of rupture for the concrete.
Information on the rigging to be used for lifting including maximum working loads.
Weights of panels to be lifted with a given rigging configuration.
Capacity of equipment to be used for lifting.
Locations of lifting equipment and delivery/ transfer equipment.
Sequence of panels to be installed.
Maximum loading placed by lifting equipment on the existing structure.
Provide an analysis that demonstrates that the existing structure will not be overstressed
by equipment used for the deck removal.
If custom gantry or equipment are used provide documentation or certification of the
maximum working load capacity and stability.
If rigging is attached to the structure above provide an analysis indicating that the above
structure can still carry active traffic while lifting of the operations are occurring and the
capacity of the rigging. Use a safety factor of two times the panel and rigging weight for the
analysis. If the rigging is to be left in place during times other than the weekend closures,
the minimum vertical clearance is to be 17 feet to any part of the rigging. Additionally, a
backup support system shall be use so that in the event of any attachment point fails no part
of the rigging is to fall below the 17 foot limit. The rigging will be inspected every 8 hours
for failure of attachment points or change in position. The Engineer may change the
frequency of these inspections. No welding to the existing structure is allowed for installing
rigging. Any hole drilled or cut into the structure must be repaired to the Engineers
satisfaction and at no cost to the Department. The rigging is to be painted in a high visibility
manner and have reflective stickers applied to them.
g) Installation and installation tolerances shall be in accordance with this specification and the
most recent version of BGFMA TS-03, “Installation Tolerances and Guidelines for Grid
Reinforced Concrete Bridge Decks,” published by the Bridge Grid Flooring Manufacturers
Association.
h) Panels will be delivered to the job site free from any defects and bearing the proper
identifying marks. The panels will be checked by the Engineer for defects and identification.
Repair or replace the grid panels or metal forms damaged during shipment and storage, to
the satisfaction of the Engineer. The panels may be rejected if the panels cannot be repaired
to the Engineer’s satisfaction.
i) Prior to deck panel installation, blast clean the top surfaces of beam flanges and the surfaces
of concrete that will be in contact with closure pour concrete according to the relevant
portions of the Standard Specifications.
j) The panels shall be placed on the structure with careful consideration given to the alignment
of each adjacent panel. Measure from fixed points to avoid cumulative error. Lifting panels
from the leveling devices, rebar, or distribution bars is prohibited.
k) Adjustment to proper elevation shall be made using of the built-in leveling bolts as
specified, or shims or other means.
l) After panels have been adjusted to their proper elevation, and all haunch and miscellaneous
forms have been installed, the contractor shall install the welded headed shear studs to the
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
26 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601999A
steel stringers, girders, and/or floor beams as detailed on the contract drawings through the
openings provided in the deck panels. Alternatively, with careful layout and the Engineer’s
permission, studs may be installed prior to placing deck panels. A separate welding
generator shall be used to furnish power to each stud gun to assure acceptable welds.
m) After all studs have been installed, the Contractor shall clean the top surface of all flanges
before any concrete is placed, including breaking the ceramic ferrules around the welded
studs.
n) At haunches and areas of full-depth concrete, the contractor shall seal the openings in the
main bars using duct tape or other similar material prior to concrete placement. Seal the
openings from the haunch or full-depth side.
o) High Early Strength (HES) concrete for field closure pours shall be paid for, placed,
finished, and cured in accordance with the HES concrete specification [and the relevant
portions of the owner’s Standard Specifications]. A pencil vibrator shall be used in the
haunch and transverse panel connection areas to assure good consolidation.
p) Construct new parapets on the Exodermic panels after they have been installed. Reinforcing
for the parapets may be placed while panels are being installed and closure pour concrete is
being placed. However reinforcing bars will not be allowed to stockpiled on the panels nor
equipment for moving the reinforcing allowed on the panels until the closure pour concrete
has reached a strength of 2,500 PSI. HES concrete for the parapets may be placed once the
closure pour concrete has reached a compressive strength of 3,000 PSI. Parapet HES
concrete shall be placed, finished, and cured in accordance with the HES concrete
specification [and relevant portions of the owner’s Standard Specifications].
q) The structure may be opened to traffic, without the use of a temporary concrete barrier, once
the HES joint closure concrete has reached a compressive strength of 4,000 PSI and the
parapet HES concrete has reached a compressive strength of 4,000 PSI. The structure may
be opened to traffic, with the use of a temporary concrete barrier placed in front of the
parapet, once the HES joint closure concrete has reached a compressive strength of 4,000
PSI and the parapet HES concrete has reached a compressive strength of 2,500 PSI. The
temporary barrier does not need to be anchored to the bridge deck. The temporary barrier
shall have the appropriate transition sections and impact attenuation at the ends. If used,
payment for the temporary barrier, transitions, and impact attenuation shall be under the
appropriate items. If the parapet is damaged from an impact on the temporary barrier, the
Contractor is to repair and restore the parapet before removing the temporary barrier.
r) A bituminous overlay and waterproofing membrane is to be placed over the Exodermic deck
panels that is in accordance with the project’s special provisions. For all installed
exodermic deck panels, no more than 14 days shall elapse between the final stage weekend
closure to place the panels and the complete placement of the overlay covering the
Exodermic panels.
s) Install the deck joints after the bituminous overlays has been placed. The joint type and
installation are to be in accordance with the contract drawings and associate specification.
Payment for the deck joint be paid for under the appropriate item.
Submittals:
a) Survey Report: A copy of the survey report used to develop the shop drawings is to be
submitted to the Engineer with the shop drawing. As indicated in the Exodermic Deck
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
27 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601999A
Panel section any discrepancies in geometry from the survey and contract drawings needs
to be resolved prior to the shop drawing submission. Submit a draft survey report to the
Engineer a minimum of one week prior to discussing the discrepancies for resolution.
Include a description of the discrepancies that will need to be resolved.
b) Shop Drawings: Shop drawings requested under the Exodermic Deck Panel section shall
be in accordance with Form 817 section 1.05 and modified by the following. Shop
drawings shall be submitted a minimum of 60 days prior to the start of any fabrication of
the Exodermic deck panels begins. Shop drawings submission for the fabrication of the
Exodermic deck panels and any subsequent follow-up submission must stand as a
complete and comprehensive package. The submission package should not rely on
references to prior submissions. All changes in subsequent submissions are to be clearly
indicated. If the reviewer finds any changes between submissions that are not indicated,
the reviewer may stop the review at that point and return the submission to the Contractor
for revisions. Additionally, the reviewer may stop a review and return it to the
Contractor if responses to comments are not provided. The Department and reviewer will
not be held responsible for delays to the project due to submissions that were returned for
changes to plans not being indicated or non-responses to comments. In lieu of hardcopy
submissions the Contract may make submissions by PDF. The PDF’s must be
electronically generated and not scans of hardcopies.
c) Concrete Mix Design: The concrete mix design for the concrete used to precast the
Exodermic deck panels shall be submitted a minimum of 45 days prior to any placement
of concrete.
d) Demonstration Test Module Report: The demonstration test module report shall be
submitted a minimum of 60 days prior to the installation of any Exodermic deck panels.
e) Deck Removal Plan: A separate existing deck removal plan may be submitted for each
deck replacement area. With the areas defined as, Span 10, Spans 14 thru 16 and, Span
21. The removal plan shall be submitted a minimum of 60 days prior to the applicable
weekend closure.
f) Saw Cutting of Existing Decking Procedure: As part of the deck removal plan submit a
saw cutting procedure. The procedure shall discuss how damaging of the existing
structure and steel is to be prevented and how the structure will be inspected for damage.
g) Installation Plan: A separate Exodermic deck panel installation plan may be submitted for
each deck replacement area. With the areas defined as, Span 10, Spans 14 thru 16 and,
Span 21. The installation plan shall be submitted a minimum of 60 days prior to the
applicable weekend closure.
h) Rigging & Lifting Plan: A separate rigging & lifting plan may be submitted for each deck
replacement area. With the areas defined as, Span 10, Spans 14 thru 16 and, Span 21.
The rigging & lifting plan shall be submitted a minimum of 60 days prior to the
applicable weekend closure when using cranes and gantry equipment. If rigging or lifting
from the above structure is proposed the plan shall be submitted a minimum of 90 days
prior to the applicable weekend closure.
i) Rigging Analysis: As part of the rigging and lifting plan submit calculations supporting
the rigging and lifting plan.
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
28 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601999A
j) Custom Gantry: If a custom gantry or equipment is to be used for lifting and moving the
Exodermic panels submit documentation of the equipment’s capacity a minimum of 60
days prior to the applicable weekend closure that the equipment is going to be used for.
k) Geometry Correction & Repair plan: If in the event that the Exodermic deck panels will
require geometry corrections or damage repaired prior to installation a plan and
procedure for making corrections or repairs will be submitted. The reviewer will be
given 14 days for the first review and 7 days for each subsequent review if the plan and
procedure are submitted at the time of the event. The Department or Reviewer are not to
be held responsible for delays due to time required to review the plan and procedure. The
plans and procedure may be submitted prior to the fabrication of the Exodermic deck
panels, with the review being allotted 60 days to complete.
Method of Measurement:
Precast Exodermic® panels shall be measured as the total gross square footage of the deck panels
installed and inspected in accordance with the plans and specifications. Measurements shall be
taken as the area encompassed by the outside deck edges and the centerline of deck joints taken
at the top surface of the deck slab. No deduction shall be made for joints, block-outs, or
openings.
Basis of Payment:
The unit bid price shall include the cost of furnishing all labor, materials, and equipment
necessary to complete the work, including the furnishing and installation of all deck panels,
which also includes the cost of transportation, storage, and protection from damage to the deck
panels. Items for replacing the existing deck with Exodermic deck panels include the following:
Exodermic Deck Panels:
fabricated steel (included)
concrete (included)
reinforcing (included)
Demonstration test module (included)
Closure Pour Concrete:
Sheet metal for forms (included)
Reinforcing (included)
Miscellaneous materials for sealing block outs (included)
HES Concrete (separate pay item)
Parapets:
Reinforcing, not cast with panel (separate pay item)
HES Concrete (separate pay item)
Formwork (incidental to HES concrete)
Temporary barrier (separate pay item)
Overlay:
Waterproofing membrane (separate pay item)
Bituminous pavement (separate pay item)
Expansion joints (separate pay item)
Miscellaneous:
Removal of the existing deck (separate pay item)
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
29 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #0601999A
Shear Studs (separate pay item)
Shop Drawing (incidental to the associated item)
Survey (included)
Submissions (incidental to the associated item)
Meeting (incidental to the associated item)
Transporting and Installation (included)
Any cranes, gantries, rigging, load distributing materails and custom equipment shall be included
in the cost of the Exodermic Deck.
Pay Item Pay Unit
Exodermic Deck s.f.
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
30 ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
ITEM #1131016A – SMART WORK ZONE MOBILE VIDEO
CAMERA/QUEUE SENSOR TRAILER (SVQS)
ITEM #1131017A – SMART WORK ZONE MOBILE VIDEO
CAMERA/QUEUE SENSOR TRAILER (SVQS) SERVICE
ITEM #1131018A – SMART WORK ZONE VARIABLE MESSAGE
SIGN/QUEUE SENSOR TRAILER (SVMQ)
ITEM #1131019A – SMART WORK ZONE VARIABLE MESSAGE
SIGN/QUEUE SENSOR TRAILER (SVMQ) SERVICE
ITEM #1131020A – SMART WORK ZONE DEPLOYMENT
ITEM #1131021A – SMART WORK ZONE OPERATIONS
ITEM #1131022A – SMART WORK ZONE TRAILER RELOCATION
ITEM #1131023A – SMART WORK ZONE QUEUE TRAILER/SENSOR
(SQT)
ITEM #1131024A – SMART WORK ZONE QUEUE TRAILER/SENSOR
(SQT) SERVICE
Description: This work shall consist of furnishing, installing, operating, servicing, maintaining,
relocating and removing an automated Smart Work Zone (SWZ) of the complete system for the
duration of the Project.
These items shall include vehicle trailers, sensors, cameras, variable message signs, cloud hosted
third party traffic speed data, processed rock for leveling trailers, website, communications
equipment, relocation, service and maintenance. Included in the operational responsibilities is
the assumption of all trailer license plates, communication costs such as FCC licensing, cellular
telephone, wireless data networks, satellite and internet subscription charges, solar system
support, battery charging and maintenance. In addition to these requirements, the Contractor
shall assume all responsibility for any damaged equipment included in the system due to crashes,
vandalism, adverse weather, etc. that may occur during system deployment and operation.
This system shall monitor the areas in advance of the project work zone and project’s work zone
area. The SWZ shall provide Connecticut Department of Transportation (CTDOT) operators
control of the cameras to disseminate real-time information to the traveling public and other
stakeholders. The system shall be completely operational 14 days prior to the start of roadwork
PROJECT NOS. 0151-0312,0151-0313, & 0151-0326
31
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
to allow for traffic data accumulation by the system. The SWZ shall consist of an automated
system using trailer-mounted microwave sensors that transmit vehicle speed and related data
through cellular communications to a Contractor-hosted central computer system. The camera
shall be used to verify traffic conditions within the viewable area of the camera. The central
computer system shall send automated and operator manual commands to variable message signs
through cellular communications to display travel time, delay and stopped traffic information.
The speed data, video images, and variable message sign content shall be hosted on a Contractor-
supplied website.
The SWZ shall be capable of detecting the presence of queued traffic in the segments identified
on the plans and reporting via the queue warning Smart Work Zone Variable Message
Sign/Queue Sensor Trailer (SVMQ). The distance from the SVMQ to the detected back of
queue shall be reported within 1/2 mile accuracy on the system, but reported on the SVMQ at 1
mile accuracy rounded up to the nearest mile. This “real-time” queue location information shall
be calculated and displayed on the applicable SVMQ to the nearest minute.
The SWZ shall have the capability to notify the construction field office, Contractor or others, as
determined by the Engineer, of travel times and when the speed through the work zone decreases
below 30 mph. The system shall be capable of transferring real-time data in a file format
compatible with Oracle®. “Motion” video feeds updated once per 1 second shall be available for
the CTDOT to display on the Contractor-provided website. In addition, any number of CTDOT
or Contractor employees shall be notified via email or text message for these speed changes.
Contact information will be furnished by the Engineer at the start of the SMZ deployment.
All the required components of the SWZ shall be fully operational within 45 days of notice to
deploy from the Engineer. If not fully operational within said 45 days, a payment reduction of
5% for each day the entire system is not operating will apply, as determined by the Engineer.
Once operations begin, the SWZ shall perform with no major malfunctions throughout the
Contract, unless the Engineer requests the system or portions of the system be removed.
Malfunctions include, but are not limited to, the inability of the equipment to provide accurate
real-time video feeds, delay, or travel time information, inability to withstand the construction
roadside environment or normal weather conditions. The Engineer reserves the right to
terminate this item at any time if it is determined the SWZ is not performing in accordance with
this specification.
Construction Methods:
Submittals:
1. At least 20 days prior to beginning installation, the Contractor shall submit to the Engineer for
review and approval, in consultation with the CTDOT’s Subject Matter Expert, evidence that the
proposed supplier has successfully completed at least 5 SWZ projects similar in concept and
scope to the proposed system in the past 5 years. The proposed supplier shall also provide the
credentials of a qualified technician who shall install and operate the system. Include names,
addresses, and telephone numbers of the similar project’s owner’s representatives for
verification.
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
32
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
2. Also, at least 20 days prior to beginning installation, submit brochures and cut sheets on all
units of the SWZ, with details of how and which communications systems shall be used, and the
technical specifications for the website.
3. The Contractor shall demonstrate to the Engineer an operating SWZ.
4. At least 14 days prior to installation, the Contractor shall propose the actual device layout to
the CTDOT for review and approval.
5. Prior to public viewing, the website map showing device locations and other interactive
elements shall be submitted for the Engineer’s review.
6. The Engineer reserves the right to add or remove locations as needed.
Equipment:
1. The SWZ shall consist of the following equipment.
a) Thirteen (13) SVQS with camera with pan-tilt-zoom (PTZ). The computer hardware and
software must meet the manufacturer’s requirements to operate and monitor the system.
The camera response time to web commands for PTZ shall be reviewed and approved
by the Engineer. The PTZ response time shall follow the operator’s manual commands
to move the camera to the desired position.
b) Four (4) SQT shall provide real time speed, volumes, occupancy and other necessary data
to the SWZ to activate messaging on the variable message signs and provide historical
data.
c) Eight (8) SVMQ shall display real-time travel time messaging and back of queue warning
to the traveling public.
d) Communication equipment including wireless data networks, base stations, cell phone
data interfaces, Ethernet network interfaces, and internet interfaces.
e) Customized Webpage integrated with the SWZ to include traveling public and Project
staff accessibility; SWZ website shall be allowed to “link” to the CTDOT’s website
f) Software package customized for this particular Project’s needs
2. The following shall be provided for each SQT, SVMQ and SVQS with PTZ:
a) Approximate locations of variable message signs and traffic sensors shown on the figures
below may be adjusted to ensure sightlines and safety are adequate
b) Clean stone or processed rock to provide a level area for trailers and provide for
sufficient height for sensors to operate correctly.
c) Individually mounted on trailer units with solar power.
d) Equipped with digital wireless cellular modems as required.
e) Linked to the Contractor’s central computer server.
f) Maintained as needed to remain operational, including cleaning and inspecting
components, snow and ice removal from solar panels and keeping batteries charged.
g) Extra set of programming instructions stored in the units for emergency use.
3. The SVQS, SQT, and SVMQ shall collect and process traffic data as programmed within the
software provided with the sensors. This data shall be transmitted over a digital cellular network
to access and store the respective data remotely. The remote monitoring and data collection shall
be placed in areas where wireless communication is available. The SVQS, SQT, SVMQ shall
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
33
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
use both solar power and deep cycle batteries to provide a self-contained completely autonomous
system.
The SVQS mobile camera(s) shall provide a mobile, self-contained, all-weather, trailer-mounted
equipment platform. The mobile camera system shall use wireless communication. The mobile
camera shall provide a rapidly-deployable real-time video system viewable from a remote
location. The mobile camera shall be capable as a stand-alone camera system.
a) Trailer and power requirements:
i. 2-wheel industrial grade trailer with stabilizer legs
ii. Available as a mobile unit or permanent mount
iii. Adjustable solar array for maximum exposure to sun
iv. Removable trailer tongue
v. Battery bank sized for 30-day autonomy
b) SVQS requirements:
i. Microwave detection (Wavetronix Smart Sensor HD or approved equal) with
Dual Radar that reliably detects up to 22 lanes of traffic, auto configuration
ii. Provide data including speed, volume and occupancy
iii. Digital cellular communications
iv. Dome camera with day/night adjustable pan/tilt/zoom IP addressable
v. Mobile camera system shall provide camera operating software to use
camera manufacturer’s operating system.
vi. Minimum 30 ft extendable mast with 360 degree lockable rotation
vii. Capable of providing streaming or snapshot video
viii. Electric hoists for rapid deployment
c) SQT requirements:
i. Microwave detection reliably detects up to 22 lanes of traffic
ii. Data provided includes speed, volume and occupancy
iii. Available as a mobile unit or permanent mount
iv. Digital cellular communications
4. The SVMQ shall be configured with the following variable message sign requirements or
approved equal:
a) Trailer and power requirements:
i. 2-wheeled trailer structurally adequate to serve as both a carrier and an operating
platform
ii. Meets Federal Regulations for safety and travel
iii. Color of trailer paint shall be safety orange or as approved by the Engineer
iv. Bank of batteries capable of being recharged automatically by a group of solar
panels located at the highest point on the unit
v. Variable message signs shall be designed with sufficient energy backup to operate
for a period of 30 days (minimum) at 75°F without sun exposure
vi. Solar panel generator array shall recharge the battery bank at a rate of 2 1/2 hours
peak sun per 24 hour period of usage
vii. Solar panel array sized to replace the power used in typical daily operation with
less than 4 hours of sun
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
34
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
viii. Deep cycle, lead acid 12 volt batteries wired in parallel, housed in a lockable
heavy duty steel weatherproof battery box
ix. Batteries recharged by a solar panel array producing 110 watts of power minimum
x. Built-in battery charger with minimum 25 ampere per hour rating
xi. Solar charge current meter and battery charger current meter visible
xii. Protective housing painted with manufacturer’s standard colors
b) Variable Message Sign/Queue Sensor requirements:
i. Sign panel of welded aluminum alloy construction, assembled to prevent
dissimilar metal action from occurring
ii. Length of sign panel 128 inches or less
iii. Front face of sign covered with clear UV-inhibited polycarbonate to prevent
fading
iv. Message center:
1) 3 separate lines, center justified
2) Each line up to 8 characters, equally spaced a minimum of 3 inches apart
3) Each character 18 inches high by 12 inches wide
4) Each character configured with 35 LED lamp pixels in a 5 x 7 element
arrangement
5) Message color 590 nanometers (yellow-orange)
i. Remote sign operation via central computer
ii. Messages to be displayed shall have capability to be timed to changes at various
times of day and days of week
iii. Trailer-mounted variable message board consisting of optically enhanced LED
lamp matrix panels powered by a bank of batteries in order to convey bright,
distinctive messages to the traveling public
iv. Sign capable of displaying up to 8 pages in a multiple page message, with
variable timing in 1/10 second increments under computer control
v. Sign shall completely change all lines of message copy in not more than 100
milliseconds
vi. Sign clearly visible and legible from a distance of 800 feet under both day and
night conditions, with a photocell automatically adjusting its light source for
variable light level conditions
vii. Sign panel supported on a telescoping upright member with hydraulic lift to
permit raising the sign for operation and lowering the sign for transport
viii. Telescoping upright able to rotate 360 degrees and shall lock into position
ix. Telescoping distance of nominally 5 feet to allow bottom of sign to be at least 7
feet above the ground
x. Sign panel shall pivot to the longitudinal axis of the trailer for transport, to reduce
aerodynamic drag
xi. Static sign attached identifying the message board is for the Project; coordinate
sign content and appearance with the Engineer
xii. Microwave detection (Wavetronix Smart Sensor HD or approved equal) with dual
radar that reliably detects up to 22 lanes of traffic, auto configuration
xiii. Data provided from sensor to include speed, volume and occupancy
xiv. Available as a mobile unit or permanent mount
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
35
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
c) Variable Message Sign on-board dedicated computer requirements:
i. Solid state design, removable, including a keyboard through which user originated
messages may be entered for display or storage
ii. LCD display screen upon which messages can be reviewed before display on the
message sign
iii. Storage of a minimum of 100 preprogrammed messages for display when called
upon by an operator through the keyboard and a minimum of 100 users
originated multiple page messages.
iv. Password coding or key entry.
v. Control programming to present sequenced messages under operator control
through keyboard entry.
vi. Control for moving arrow displays.
vii. Calendar program to automatically start and stop the display of sequences at
predetermined times.
viii. Character board and battery diagnostics.
ix. Computer housing: weather resistant, shock resistant lockable control box with a
light for night operation.
x. Power control unit housed in a lockable, steel, weatherproof battery box
containing 2 current meters (to show amperage generated with battery charger
and amperage from solar panels to battery bank).
xi. Power control unit to incorporate a PV regulator with thermal compensation for
variances in ambient temperature, to regulate the charge rate to the battery bank.
xii. Control circuitry connected to variable message sign’s photocell that detects
ambient light conditions and reduces lamp intensity at night to reduce glare.
d) Variable Message Sign - other requirements:
i. Variable message sign operation using cellular telephone and cellular telephone
service (trailer must be located within cellular telephone coverage), allowing
operator remote control of the on-board computer
ii. A Queue Trailer/Sensor may be located next to designated SVMQ to collect data
iii. The message sign shall provide for remote sign operation via central computer
base station or Website allowing operators to manually override the automated
messaging in order to display a message at any time. The operator shall be able
to cancel this override and initiate the systems automated messaging feature.
iv. Any request to change messages on the Variable Message Signs shall be approved
by the CTDOT.
Deployment and Operation:
The decision to deploy or remove individual devices or the entire SWZ will be made by the
Engineer. Once the decision is made to deploy the system, the Engineer will coordinate with the
Contractor for the duration of system deployment.
1. The SWZ shall be installed as shown in the approved layout. The locations may require
repositioning as directed by the Engineer and as the project continues. The system shall be
maintained and operated for the duration of the Project or as directed by the Engineer. The
Contractor shall service the SWZ on a 6 month regular interval for the duration of the Project or
as directed by the Engineer. Additionally, the Contractor shall clean the Camera dome bubbles at
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
36
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
least once per month during the winter months between December and March for the duration of
the project as directed by the Engineer. The service shall include cleaning the sign panel,
removing snow/ice and debris from the solar panels as needed or as directed by the Engineer.
The Contractor shall follow the manufacturer’s requirements for cleaning the SVQS. The cost of
the service shall be included in the items (Item Nos. 1131017A, 1131019A, and 1131024A) for
each unit.
2. The Contractor shall prepare the locations to receive the equipment in accordance with the
equipment manufacturer’s requirements. Each location shall include clean stone or processed
rock provided and installed by the Contractor to level the surface area. Some location may
require the trailers to be lifted over the safety barrier and placed on the level processed rock.
3. The Contractor shall install each of the system components in accordance with the
manufacturer’s recommendations, in compliance with all industry standards and codes such that
each system is fully operational and can be operated and controlled from the Construction Field
Office or remotely, as approved by the Engineer.
4. The Contractor shall coordinate the work with others as designated by the Engineer to
complete installation and integration of all equipment for all system types.
5. System Calibration and Configuration: The SWZ shall provide the following:
a) Software shall be configured for notification to appropriate personnel at the Highway
Operations Center, the Construction Field Office and the Contractor by email each time a
malfunction has occurred in the system. A malfunction record shall also be made in the
database. The software shall be configured so that any number of approved personnel
can be notified. The email shall display an error message for the device or devices
affected. Through the Contractor, the SWZ Webpage Integrator shall be responsible for
this notification procedure.
b) Software shall be configured to provide current operational and location status (such as
current traffic data and messages, communications system, signs, and sensors as well as
latitude/longitude of all deployed devices) via the Internet to a dedicated Website
established for the purpose of monitoring the corridor and the SWZ equipment.
c) Software shall be configured to assess any type of malfunction that has occurred. This
assessment includes communications disruption between any device in the system
configuration, variable message board malfunctioning, speed sensor malfunction, loss of
power, low battery, etc. This malfunction information shall be sent via email in text
format to the Highway Operations Center, Engineer, or Contractor, as designated by the
Engineer, for each occurrence.
d) To support incident management, the SWZ software shall be configured to allow Project
staff to manually override motorist information messages for a user-specified duration;
after which, automatic operation will resume with display of messages appropriate to the
prevailing traffic conditions. All overriding messages shall have the message content and
the username logged into the database.
6. SWZ Website shall have the following:
a) Password protected link for approved personnel to access the operational characteristics
of the system, allowing manual override of errant messages.
b) The website shall display current traffic conditions and real time speed at upstream
locations to the nearest minute. The “real time” traffic delay information displayed on
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
37
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
the SVMQ’s shall be updated every 1 minute minimum with the website delay
information updated simultaneously.
c) The website shall allow the scheduling of messages by the operator on a sign or group of
signs, to turn on and to turn off messages at times set in the future.
d) Placement of all devices shall be shown on the dedicated website using latitude/longitude
coordinates. The placement of these devices on the website shall be approved by the
Engineer prior to release of the website.
e) The website shall display camera images at least five (5) frames per second. Cameras
images shall be displayed by a user selectable menu. Cameras can be selected one (1) at a
time or all cameras images simultaneously using another page or “video wall.” Camera
images can be displayed by “hovering” over and selecting the camera icon.
f) Via the internet and the dedicated website, the website shall provide a full color map
using Google Maps or equivalent depicting the Project area with locations of traffic
sensors and SVMQ’s. Using an administrator defined color-coding scheme, the map
reflects the current average speed at each traffic sensor and displays the entire
information message being shown by each SVMQ either on the map or on the side bar of
the website. The Contractor shall use the third-party traffic speed data to “fill” in the
speed data display on the website between sensors. The contractor shall use the sensors
for maximum distance of one-half (1/2) mile on the map. The map shall be automatically
refreshed a minimum of once every minute to display any changes to traffic sensor(s)
and/or SVMQ’s. A legend of all icons and a short description of each shall be placed on
the website.
g) The SWZ website shall be capable of providing and displaying the travel delay cost data
(monetary values) in a graph and/or chart format and allow users to run reports against
the data by hour, day and month intervals through the browser. This feature shall not be
accessible by the public. The SWZ website shall have report output formats that include
at minimum PDF, rich text format, and Microsoft Excel formats. See requirement 10.
Part o. h) The SWZ Website shall provide a map with current traffic conditions by way of a colored
layer over the road. The layer on the map shall display a different color for the different
traffic speeds by use of colored bars over the existing road, with a legend explaining the
meaning of each color. The color descriptions are as follows: i. less than 10 mph = black
ii. less than 30 mph = red
iii. less than 40 mph = orange
iv. less than 50 mph = yellow
v. 50 mph and over = green
7. Smart Work Zone Operations
a) System Communications shall meet the following requirements:
i. The Contractor shall perform the required configuration of the SWZ’s
communications system during system initialization.
ii. Communications between the server and any individual SVMQ or SVQS shall be
independent through the full range of deployed locations and shall not rely upon
communications with any other SVMQ or SVQS sensor.
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
38
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
iii. The SWZ communications system shall incorporate an error detection/ correction
mechanism to insure the integrity of all traffic conditions data and motorist
information messages.
b) In addition to meeting manufacturer’s specifications, the Contractor shall program the
SWZ to ensure that the following General Operational requirements are met:
i. The SWZ traffic sensors shall be such that the accuracy is not degraded by
inclement weather and visibility conditions including precipitation, fog,
darkness, excessive dust and road debris. The sensors shall be capable of
acquiring traffic data for a minimum of 22 lanes of traffic on a lane-by-lane
basis.
ii. The SWZ shall operate continuously (24 hours, 7 days a week) when deployed on
the Project. It shall always be collecting and storing data.
iii. All traffic data and motorist information messages displayed by the SWZ shall be
archived in the database with time and date stamps.
iv. The SWZ shall be capable of acquiring traffic volume and speed data, developing
travel times, and selecting motorist information messages automatically without
operator intervention after system initialization.
v. The SWZ shall automatically select default and advisory messages based on
traffic conditions at a single traffic sensor point or at multiple traffic sensor
points in combination.
vi. Administrative users shall be able to create and save a library of messages with up
to 20 different default or automatic advisory messages for each SVMQ.
vii. System operator control functions shall be password protected.
viii. To support incident management, the SWZ shall allow the Engineer and Project
staff with password privileges to manually override motorist information
messages for a user-specified duration, after which automatic operation shall
resume with display of messages appropriate to the prevailing traffic conditions.
ix. The SWZ shall be capable of providing current operational status (such as current
traffic data and messages, communications system, signs and sensors, video
feeds) via the dedicated Project website.
x. For remote sign operation, the website shall allow password-protected access for
Project staff to manually override automated messaging in order to display a
message at any time. The staff shall be able to send a pre-programmed or
custom message to a selected sign or group of signs. The staff shall be able to
cancel this manual override and initiate any and all of the system’s automated
messaging features at any time.
xi. The default and advisory message content shall be programmable from the
website as well as the field laptops.
xii. The dedicated Project website shall provide a full color map depicting the Project
area with locations of SVQS sensors and SVMQ’s. The graphical
representation of each device location is based on latitude/longitude
coordinates. The map shall show the current traffic conditions at each SQT and
display the entire SVMQ message at each location.
xiii. The website shall have a link to the CTDOT’s website and the website shall allow
the CTDOT’s website to link to it.
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
39
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
xiv. The system shall autonomously restart in case of power failure in any part of the
system.
xv. Each SVMQ shall be capable of displaying 8 characters on each of 3 rows.
Standard messages shall be as defined in “Smart Work Zone Management
System Motorist Information Messages” section below.
xvi. Cameras must be capable of operating on both solar and AC power. Should the
visibility of the traffic cameras be degraded by inclement weather including
snow, precipitation, excessive dust or road debris, the Contractor shall clean the
camera housing to restore proper viewing.
8. Training and Support required:
a) Ensure that the SWZ is furnished, installed and maintained by personnel who are
experienced in this type of work. Deploying firm personnel must have a minimum of 5
similar deployments.
b) Training shall be provided to Project staff on their authorized use and operation of the
physical field hardware, software and website of the SWZ.
c) The Contractor shall supply training and documentation to enable the Engineer to add
additional signs or traffic sensors to the system. The Contractor shall provide the
communications for any of these additional signs or traffic sensors.
9. System Operational Performance:
a) To ensure a prompt response to incidents involving the integrity of the SWZ devices, the
Contractor shall be required to make all necessary corrections to the components of the
system within 24 hours of notification by the CTDOT.
b) If all corrections are made within this 24-hour period and the system is brought back on-
line, no pay reduction (as outlined in the Method of Measurement section) will occur.
c) If the 24-hour timeframe expires and the components of the system are not fully restored
to proper working order, no payment will be made from the time of initial notification
until the system is brought back on-line. If the system is restored within 10 days, a pro-
rated monthly payment reduction will be determined as outlined in the Method of
Measurement section.
d) If the components of the SWZ are down for more than 10 total days in a month, whether
they are consecutive or cumulative, and then NO payment will be made for that month.
Components are the SWZ variable message signs, SWZ Mobile Camera with PTZ,
Communications Equipment, and SWZ Queue Sensors, computer hardware and software
required to place the real time information on the signs, and the project’s Website. The
CTDOT reserves the right to remove the SWZ components if it determines the system is
not performing in accordance with this specification, and no additional payment shall be
made.
10. Data Acquisition requirements:
a) Each SVQS sensor shall communicate with the field computers and the website to
activate the appropriate SVMQ whenever the prevailing traffic speed slows to below 15
mph (or other designated speed as determined by the Engineer). Once activated, pre-
programmed messages shall be automatically displayed on the SVMQ. The message
content shall be as directed by the Engineer.
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
40
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
b) The SWZ shall be capable of calculating and having “real time” delay information
displayed on the SVMQ’s. This “real time” delay shall be calculated and displayed on
the SVMQ’s to the nearest minute.
c) The website delay information shall be updated simultaneously with the traffic speed
information displayed on the Variable Message Signs.
d) To allow for motorist information messages of high specificity, the SWZ shall acquire
quantitative traffic data using an accurate speed measurement technique that includes the
capability of detecting stopped traffic and counting traffic volume.
e) The SWZ system’s traffic sensors shall be of a type whose accuracy is not degraded by
inclement weather or low visibility conditions including precipitation, fog, darkness,
excessive dust, and road debris.
f) The SWZ shall be capable of acquiring traffic data from up to 22 lanes of traffic in
multiple directions, for example: 11 northbound and 11 southbound.
g) The Contractor shall provide redundancy for data archiving and exchange. The
Contractor shall provide Content Delivery Network (CDN) to aggregate video data
streams from any PTZ camera to a centralized location to reduce bandwidth consumption
from each individual PTZ camera head to end users and allow for separate controllable/
configurable streams for public and operator use.
h) The CDN shall be capable of allowing the Project staff to start and stop public feeds from
the SWZ website while not interfering with the private feeds being displayed on the
website.
i) All traffic data acquired by the SWZ including, but not limited to, calculated data fields
shall be archived in a log file with time and date stamps for the duration of the Project.
During the Project, requests for archived data may be made through the Engineer to the
SWZ contractor. The Contractor shall provide this data to the Engineer within 5 days
upon receipt of the original request.
j) At the end of the Project, the SWZ Contractor shall provide the CTDOT comprehensive
Project archive data with the exception of video. This logged information shall be in a
format compatible with CTDOT requirements. The Contractor shall coordinate with the
Engineer for requirements.
k) The SWZ shall provide device outage alerts via email to the Engineer for outages greater
than 15 minutes. The alerts shall be used to generate a monthly summary spreadsheet
displaying outages greater than 24 hours, submitted to the Engineer. The email addresses
for recipients of outage alerts shall be provided by the Engineer. Any pay reductions as
per the pro-rated schedule will be calculated from the monthly outage summaries, as
described in the Method of Measurement section.
l) The system shall be capable of transferring for each camera device a video data format
acceptable to the CTDOT.
m) The Contractor shall provide notification of data format changes to the CTDOT before
they take place.
n) Unique device identifiers shall be coordinated at the beginning of the Project and shall
not change once the SWZ contractor has initially defined them, unless otherwise
approved by the Engineer.
o) The SWZ shall be capable of calculating travel delay cost (monetary value) information
for passenger cars and trucks from the beginning of the Project to the end of the Project.
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
41
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
The SWZ system shall maintain a database of current and historical travel delay cost
data. The SWZ travel delay cost information shall be provided in dollars per hours
($/hr.) of travel time. The SWZ travel time delay cost information shall follow the
Chapter 2 (Sections 2.2.1 – 2.2.2.3) of the Work Zone Road Users Costs Manual
(FHWA-HOP-12-005). The Contractor shall provide the calculations and formulas for
the travel delay costs to the Engineer for review and approval prior to the SWZ system
implementation. The Contractor shall provide examples of the charts and tables for the
travel delay costs to the Engineer for review and approval prior to the SWZ system
implementation. The scale of the travel delay costs charts and tables shall be consistent
with the data accumulated by the SWZ throughout the Project period.
11. SWZ Motorist Information Message requirements:
a) The SVMQ shall be capable of providing speed, delay, length of traffic queue, travel
time, stopped vehicles, and lane closure message advisories to motorists.
b) Records of all motorist information messages and travel times displayed by the SWZ
shall be submitted to the Engineer in a format compatible with CTDOT requirements.
c) The SWZ must have capacity to preset up to 20 different default or automatic advisory
messages for each SVMQ.
d) Message Sets:
i. The upstream SVMQs within 1 1/2 miles of the work zone shall display either the
following message or an alternate message approved by the Engineer:
ROAD WORK AHEAD
XX MIN THRU WORKZONE
ii. SVMQs located within the work zone will display different messages as per their
location. Either the following sample message or an alternate message
approved by the Engineer will be displayed:
TO EXIT XX
X MILES
X - X MIN
iii. Queue warning SVMQ’s located prior to any construction activity that negatively
impacts traffic flows shall display the following message or an alternate
message approved by the Engineer:
STOPPED TRAFFIC XX MILES
BE PREPARED TO STOP
- or -
SLOW TRAFFIC XX MILES
USE CAUTION
e) The sequences above are a minimum requirement and can be adjusted by the Engineer at
his or her discretion.
f) The SWZ shall acquire traffic flow data and use an accurate speed calculation technique
that includes the capability of detecting stopped traffic, counting traffic volume and lane
occupancy.
g) The wireless cellular communications system(s) used for the Project must be reliable,
dependable, and capable of functioning at all times regardless of weather, locations and
cell phone usage. The Contractor shall be responsible for all communications costs,
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
42
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
utilities, and satellite or cellular phone services needed to provide the dependable
functioning SWZ.
Approximate Location of SWZ:
Figures 1-4 and Tables 1-4 are provided as a guide. Actual locations of the SWZ equipment
shall be determined in the field. The Engineer will review and approve final locations of the
equipment.
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
43
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
FIGURE 1: Rte 8 Northern Section
N
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
44
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
FIGURE 2: Rte 8 Southern Section
N
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
45
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
FIGURE 3: I-84 Western Section
N
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
46
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
FIGURE 4: I-84 Eastern Section
N
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
47
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
Tables: Approximate Location of SWZ Implementation for the Project Site. All locations shall
be confirmed with the Engineer.
Table 1 – Rte 8 Northern Section
Route Direction Town Location Type of
Equipment
Rte 8 Southbound Waterbury Rte 8 at
Huntingdon Ave
On Ramp shoulder
behind guide-rails
(Near Huntingdon
Ave Playground)
SVMQ-1
Rte 8 Southbound Waterbury Rte 8 after “ I-84
Hartford Danbury
1 Mile” Roadway
Sign (near scrap
yard)
SQT-1
Rte 73 Southbound Waterbury Rte 73 Shoulder
West of 108
Edwin Ave
SVMQ-2
Rte 73 Southbound Waterbury Rte 73 Median
West of 49 Edwin
Ave
SVQS-1
Rte 8 Southbound Waterbury Rte 73 On-Ramp
shoulder to Rte 8
(behind Brass City
Hyundai)
SVQS-2
Rte 8 Southbound Waterbury Rte 8 shoulder
East of 151
Watertown Ave
SQT-2
Rte 8 Northbound Waterbury Rte 8 at Riverside
St On-Ramp
(Watertown Ave
Overpass)
SVQS-3
Rte 8 Northbound Waterbury Rte 8 at Riverside
St On-Ramp
behind concrete
barrier (after
Freight Street
Overpass)
SVMQ-3
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
48
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
Table 2 - Rte 8 Southern Section
Route Direction Town Location Type of
Equipment
Rte 8 Northbound Waterbury TBD in field SVQS-6 (Phase
2)
Riverside
St
Northbound Waterbury Riverside St
shoulder behind
guiderails after
Summit Street
Intersection
SVQS-4 (4
months)
Rte 8 Northbound Waterbury Rte 8 Gore Area
on S Riverside St
On-Ramp
SVQS-5
Rte 8 Northbound Waterbury Rte 8 Exit 30
Gore
SQT-4
Rte 8 Northbound Waterbury Rte 8 shoulder
behind guiderails
West of 300 S
Leonard St
SVMQ-4
Table 3 - I-84 Western Section
Route Direction Town Location Type of
Equipment
I-84 Eastbound Waterbury I-84 Median West
of 86 Country
Club Rd
SVMQ-5
I-84 Eastbound Waterbury I-84 Shoulder
behind guide-rails
before “Exit 18
Chase Pkway 1
Mile” Overhead
Bridge Sign
SVQS-7
I-84 Eastbound Waterbury I-84 Shoulder
behind guide-rails
before “Exit 18
Chase Pkway 1/2
Mile” Roadway
Sign Sign
SVMQ-6
I-84 Eastbound Waterbury I-84 Shoulder
behind guide-rails
south of Chase
Pkway Park and
Ride Lot
SVQS-8
I-84 Eastbound Waterbury I-84 On-Ramp SQT-4
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
49
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
Gore Area near
462 Chase Pkway
I-84 Eastbound Waterbury I-84 Exit 20 Split
Gore Area
SVQS-9
Rte 8
from I-
84
Eastbound Waterbury Rte 8 South and
Sunny Side and
River Side Split
Gore Area
SVQS-10
Table 4 - I-84 Eastern Section
Route Direction Town Location Type of
Equipment
I-84 Westbound Waterbury I-84 Gore Area
after Exit 21
SVQS-11
Union
Street
to I-84
Westbound Waterbury Union Street On-
Ramp to I-84
(Before
“FATHER
MICHAEL J.
McGIVNEY
MONUMENT
EXIT 21”
roadway sign
SVQS-12
I-84 Westbound Waterbury I-84 West of 522
Hamilton Street
(near Park and
Ride Lot)
SVMQ-7
I-84 Westbound Waterbury I-84 Before Exit
23
SVMQ-7 (Phase
2)
I-84 Westbound Waterbury I-84 South of 262
Plank Rd
SVQS-13 (Phase
2)
I-84 Westbound Waterbury I-84 South of 2698
E. Main St
SVMQ-8 (Phase
2)
Trailer Relocation Operations:
1. The Contractor shall relocate the SWZ trailers as agreed between the Contractor and the
Engineer.
2. The Contractor shall reconfigure the SWZ equipment including the SVQS sensor and the
camera with PTZ shall to monitor travel lanes at the relocation site. The Contractor shall confirm
the reconfigured settings with the Engineer.
3. The Contractor shall update the website with the relocation sites of the SWZ. The Website
shall show the new location of the SWZs upon completion of the update. The update shall occur
within 2 weekdays of the relocation.
Method of Measurement:
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
50
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
1. The SWZ Deployment will be measured as a Contract lump sum item.
2. The SVMQ, SVQS, and SQT items will be measured based on uninterrupted operation of
all trailer, sensors, cameras with pan-tilt-zoom, variable message signs, solar panels,
batteries. SVMQ, SVQS, and SQT will be measured for payment on a per unit basis for
each month that the piece of equipment is in use, and as follows:
a) Measurement will begin from the date each unit is fully operational, as determined
by the Engineer, to the date it is released back to the Contractor.
b) The Engineer will compute periods of less than 1 month at the rate of 1/30 of a
month for each day of use.
3. The SVMQ, SVQS, and SQT service items will be measured for payment by the month
or fraction of a month as follows:
a) Includes monthly operations, monthly cellular service communications,
maintenance, charging batteries, cleaning solar panels, camera dome bubble,
repair, programming, and integration.
b) The following pro-rated reduction of the monthly payment will be computed if the
monthly summary spreadsheet of outages greater than 24 hours indicates
interruption of service has occurred:
1 day = 5% pay reduction 6 days = 30% pay reduction
2 days = 7% pay reduction 7 days = 35% pay reduction
3 days = 10% pay reduction 8 days = 40% pay reduction
4 days = 20% pay reduction 9 days = 50% pay reduction
5 days = 25% pay reduction 10 days = 75% pay reduction
c) If the components of the SWZ are down for more than 10 total days in a month,
whether they are consecutive or cumulative, and then NO payment will be made
for that month.
4. The SWZ Operations item will be measure items will be measured for payment by the
month for web site operations.
5. The SWZ Trailer Relocation item will be measured for payment each time a SQT, SVQS,
or SVMQ is relocated from an existing location to another location, as approved or
directed by the Engineer.
Basis of Payment:
1. Payment for accepted SWZ installation will be at the Contract lump sum price for “Smart
Work Zone Deployment” which shall include submittals, component delivery, and
system set up, all materials, equipment, tools, travel and labor incidental thereto. The
Contractor shall comply with the requirements stated in the System Performance section
herein.
2. Payment for accepted trailer-mounted components will be at the Contract unit price per
month or a fraction of the month for each “Smart Work Zone Queue Trailer/Sensor
(SQT),” “Smart Work Zone Mobile Video Camera/Queue Sensor Trailer (SVQS)” and
“Smart Work Zone Variable Message Sign/Queue Sensor Trailer (SVMQ)” which price
shall include queue trailer and sensor, camera/queue sensors and trailers, variable
message signs, sensors and trailers, cloud hosted third party traffic speed data, processed
rock, temporary license plates, solar panels, batteries, removal, travel, and all materials,
equipment, tools and labor incidental thereto.
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
51
ADDENDUM NO. 6
Rev. Date 01/30/18
ITEM #1131016
THROUGH #1131024
3. Payment for accepted SQT Service, SVMQ Service, and SVQS Service items shall
include all operational and service costs directly related to the furnishing and installing
individual trailers and trailer-mounted equipment including, but not limited to, cellular
communications, programming, service, maintenance, cleaning, repair, and all materials,
equipment, tools, and labor incidental thereto.
4. Payment for uninterrupted SWZ operations as specified will be at the Contract unit price
per month for “Smart Work Zone Operations” which price shall include all operations
and maintenance costs not directly related to the individual trailers and trailer mounted
equipment including, but not limited to, website operations, data collection and travel
delay cost calculations, programming, system integration, maintenance, repair, and all
materials, equipment, tools and labor Cost for hosting a web site incidental thereto.
5. Payment for approved relocation of SQT, SVQS and SVMQ units will be at the Contract
unit price for each “Smart Work Zone Trailer Relocation” which price shall include
processed rock, website revisions, and all materials, equipment, tools and labor incidental
thereto.
The pay unit is each that will be paid on a monthly basis for each of the Smart Work Zone
Variable Message Sign/Queue Sensor Trailer (SVMQ) and the Smart Work Zone Video
Camera/Queue Sensor Trailer (SVQS). The Engineer may remove or add SWZ items by unit at
the Engineer’s discretion. The contractor will be notified thirty (30) days in advance by the
Engineer. The payment shall be adjusted based on the actual number of SWZ units installed or
removed including corresponding operations items.
Pay Item Pay Unit
Smart Work Zone Video Camera/Queue Sensor Trailer (SVQS) ea.
Smart Work Zone Video Camera/Queue Sensor Trailer (SVQS)
Service mo.
Smart Work Zone Variable Message Sign/Queue Sensor
Trailer (SVMQ) ea.
Smart Work Zone Variable Message Sign/Queue Sensor
Trailer (SVMQ) Service mo.
Smart Work Zone Deployment l.s.
Smart Work Zone Operations mo.
Smart Work Zone Trailer Relocation ea.
Smart Work Zone Queue Trailer/Sensor (SQT) ea.
Smart Work Zone Queue Trailer/Sensor (SQT) Service mo.
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
52
ADDENDUM NO. 6
Rev Date 01/31/18
ITEM #1201802A
ITEM #1201802A – 4 CHORD TRUSS BRIDGE SIGN STRUCTURE
Description:
Work under this item shall consist of providing field survey, furnishing, fabricating, surface
preparation, galvanizing, transporting and erecting a tubular truss sign support structure at the
location shown on the plans or as directed by the Engineer. The tubular truss sign support shall
include the posts, mast, sign panel support beams, sign stops, base plates, splice plates, filler
plates, gusset plates, blocking plates continuous bar, field splice assemblies, conduit couplers,
handhole assemblies, splice bolts, U-bolts, nuts, washers, all incidental work related to the
tubular truss sign support structure, anchor bolt modifications/replacement and work related to
the reconstruction of concrete parapets and concrete foundations. New anchor bolts at base
plates shall be included in this item. Work under this item shall also include the design of the
sign panel support members and the members’ connections to the truss chord and sign panels.
This item shall not include the anchor bolt assemblies called for to be reused that connect the
overhead sign support to the existing structure or sign panels. The new Overhead Sign Structure
brackets to the bottom of the base plate for Bridge No. 03190A are not included in this item, and
shall be paid for separately by Item #0603061A – Structural Steel (Site No. 1).
Materials: The materials for this work shall conform to the following:
Structural tubing shall conform to the requirements of ASTM A53, Grade B, Type E or S, A252
Grade 3, Type E or S, A106, Grade C Type S only, API 5L, Grade B, Type E or S, A500,
Grade C, or API 5LX, Grade X42, Type E or S (or greater), galvanized with minimum yield
strength of 46,000 psi.
Steel plates shall conform to the requirements of AASHTO M270, Grade 50, galvanized.
High strength bolts shall conform to ASTM A325, Type 1. Nuts shall conform to either ASTM
A563, Grade DH or ASTM A194, Grade 2H. Flat hardened washers shall conform to ASTM
F436. U-bolts shall conform to ASTM A449.
All nuts for high-strength bolted connections including nuts for anchor bolts shall be “prevailing
torque-reusable type” locking nuts.
Compressible washer type direct tension indicates (load indicating washers) shall conform to the
requirements of ASTM F959, Type 325, and shall be galvanized in conformance with ASTM
B695, Class 50.
All stainless steel nuts, bolts, cap screws, plates and washers shall be nickel-stainless steel
conforming to AISI 300 series.
Stainless steel plates shall conform to requirements of ASTM A240, Type 304.
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
53
ADDENDUM NO. 6
Rev Date 01/31/18
ITEM #1201802A
Bonded bushings, couplings and square head plugs shall conform to the requirements of ASTM
A307.
Hot-dip galvanizing of the tubular members and steel plates shall conform to the requirements of
ASTM A123.
Mechanically galvanizing of the high strength bolts, U-bolts, nuts and washers shall conform to
the requirements of ASTM B695, Class 50.
Hot-dip galvanizing of the high strength bolts, U-bolts, nuts and washers shall conform to the
requirements of ASTM A153.
Zinc-rich field primer for touch-up shall conform to the requirements of Federal Specification
TT-P-641-Type I and ASTM A780. The use of aerosol spray cans shall not be permitted.
Neoprene gasket material for the access openings shall conform to ASTM D1056, Grade 2A2 or
2A3. Other grades of neoprene approved by the Engineer may be used.
Certified Test Reports and Materials Certificates will be required in accordance with Article
1.06.07 for the hot-dip galvanizing.
Add in note 1.A./B. from M.18.01 regarding ASA Flanges for truss chord splices: Flanges for
inner and outer truss chord splices shall be 150 pounds (68 kilograms) ASA Flanges, lap joint
type, and shall conform to the requirements of ASTM A181, Grade II.
Welding design and fabrication for steel tubular bridge sign support shall conform with the latest
edition of AWS Structural Welding Code D1.1-Steel and the applicable provisions.
Concrete for foundation shall be Class “A” concrete. Concrete for parapets shall be Class “F”
concrete. Work and materials shall conform to Section 6.01. The reinforcement used shall be
galvanized and conform to Section M.06.
Construction Methods:
Sign panel support members and connections shall be designed and furnished per the design
criteria and requirements of the Item “4 Chord Truss Cantilever Sign Structure.”
The Contractor shall submit shop drawings for approval, in accordance with Article 1.05.02.
These drawings shall include, but not be limited to the following:
1. The support location and elevation, the span length, and anchor bolt locations.
2. The lengths of each member (post heights and arm lengths) and complete details of the
tubular sign support, including dimensions of all components, camber and materials
designations.
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
54
ADDENDUM NO. 6
Rev Date 01/31/18
ITEM #1201802A
3. Location of sign panels relative to the roadway travel paths.
4. Roadway minimum clearances from sign support structures and sign panels.
The Contractor shall be responsible for all measurements and the final fit of all members.
After the truss members have been completely fabricated, including cambering, but prior to
galvanizing, all connections and splices shall be trial fitted and bolted in the fabricator's shop.
The fabricated members may be rejected by the Engineer if the mating surfaces of the plates
have a gap which is greater than the filler plate tolerance shown on the plans. Bolts used for the
trial shop fit-up shall not be reused in the final field assembly.
The horizontal member on the sign support and/or cantilever sign support structure shall be
checked for proper residual camber prior to it being galvanized. Horizontal members with
splices shall be bolted together with temporary bolts for checking camber. With the horizontal
member supported at its ends, the residual camber shall be measured at mid-span and the
member shall be rejected if the camber does not fall within the following limits:
Minimum Residual Camber Span/1000
Maximum Residual Camber Span/500
Steel surface defects such as fins, slivers, tears, delaminations, burrs, sharp edges and other
defects shall be ground down with use of a power disc grinder or other tools approved by the
Engineer, to afford as close to a continuous surface characteristic as possible. Defects that in the
opinion of the inspection personnel, are so large or deep that grinding may not rectify the defect,
shall be referred to the Engineer for resolution.
After the posts and the horizontal members have been fabricated, welds ground smooth, flux and
splatter removed, they shall be hot-dip galvanized in accordance with ASTM A123, as
applicable.
Each lot of steel so treated shall bear a label clearly showing the name of the galvanizer, the
ASTM specification used for the galvanizing, and complete instructions for touch-up/repair of
damaged material. Fabrications and materials shall be packed with sufficient dunnage and
padding to protect finished surfaces.
Mating surfaces of the splice and connection plates, just prior to assembly, shall be wire brushed
to mark and score the zinc surface without appreciably removing any material.
Prior to assembly, the top and bottom surface of the base plate shall be planed, or else the plate
shall be hot straightened. The post shall be faced at the bottom end.
Assembly of bolted connections and splices shall conform to the applicable requirements of
Article 6.03.03-4 (f). Anchoring nuts shall be installed “snug tight” and then tightened
additionally in accordance with High Strength Bolted Connections Turn-of-Nut Installation
Method, modified as follow: Nut rotation from the snug tight condition shall be 1/4 turn.
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
55
ADDENDUM NO. 6
Rev Date 01/31/18
ITEM #1201802A
The posts shall be securely bolted to their bases and shall be plumb or slightly back from the
roadway upon completion of erection and after application of dead load.
The Contractor shall prevent distortion of the sign support members or changes in span lengths
between anchorage plates during sign support erection operations.
All damaged areas of the galvanizing shall be properly prepared and touched up. Damaged zinc
shall be touched-up in accordance with ASTM A780. Spray aerosol cans of zinc-rich primer will
not be permitted.
All unused 1" diameter couplings shall be capped with a galvanized malleable iron cap.
Bridge parapets may contain electrical conduit (rigid metal or PVC) and wiring. The Contractor
shall assume the presence of electrical conduit and wiring within the parapets. New conduit
couplers, new conduit and conduit expansion devices shall be installed in parapets which are
reconstructed as part of the sign support foundation and are incidental to the truss bridge sign
structure. Replacement of electrical wire is not covered under this item.
Method of Measurement:
This work will be measured for payment by the actual number of bridge sign structures, installed
and accepted in place.
Basis of Payment:
This work will be paid for at the Contract unit price each for "4 Chord Truss Bridge Sign
Structure", complete in place, which price shall include the field survey, furnishing, fabricating,
surface preparation, galvanizing, transporting and erecting a tubular bridge sign support, and all
materials, equipment, labor, tools, and work incidental thereto. Design of sign panel support
members and the associated connections are included in this item. Foundation reconstruction,
parapet reconstruction, and replacement of conduit within the parapet to be reconstructed are
incidental to this item.
Pay Item Pay Unit
4 Chord Truss Bridge Sign Structure ea.
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
56
ADDENDUM NO. 6
Rev. Date 11/02/17
ITEM #1220027A
ITEM #1220027A – CONSTRUCTION SIGNS
12.20.01 – Description is revised as follows:
Under this item the Contractor shall furnish, install and remove construction signs with
retroreflective sheeting and their required portable supports or metal sign posts that meet the
requirements of NCHRP Report 350 (TL‑ 3) or MASH for Category 2 Devices. The
construction signs and their required portable supports or metal sign posts shall comply with the
signing requirements stated in the item “Maintenance and Protection of Traffic,” as shown on
the plans or as directed by the Engineer. The Contractor shall furnish a sufficient number of
signs to provide the signing patterns for all operations which are being undertaken concurrently.
Construction Signs is supplemented with the sign details that follow.
Pay Item Pay Unit
Construction Signs s.f.
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
57
ADDENDUM NO. 6
*
*
TE
MP
_008N
_151_28.6
0_S
TG
1-3
12"
See S
ign
See S
ign
See S
ign
See S
ign
0" /
2"
ST
AG
E 1
-3
Nic
ho
ls D
riv
e B
rid
ge.
Concrete
at
Prote
ct
Sig
n B
ehin
d
CO
NS
TR
UC
TIO
N S
IGN
S
IT
EM
: 1220027
64
.0 S
q.F
t.
LE
TT
ER
PO
SIT
ION
S (
X)
SIG
N D
ET
AIL
TY
PE
:
TY
PE
:
CO
LO
R:
CO
LO
R:
BA
CK
GR
OU
ND
LE
GE
ND
/BO
RD
ER
SIG
N N
UM
BE
R
TO
TA
L (
Sq
.fT
.)
SY
MB
OL
XY
WID
HT
LE
NG
TH
SE
RIE
S/S
IZE
RO
T
SIG
N P
AN
EL
CO
RN
ER
RA
DIU
S
CR
OW
N
1:6
0
BD
R I
NS
ET
/WID
TH
RE
V'D
/
PL
OT
TE
D :9
/6/2
01
7
Gro
und
En
gin
eer
: J.
Massin
/
Desig
ned
by
: J
. M
assin
i
Pro
ject
No
. 1
51
-32
6
Lo
cati
on
: W
ate
rbu
ry R
ou
te 8
N.B
. :
28
.60
Sig
n S
upport
No. N
/A
Mo
un
ted
:
Mate
rial
: D
ete
rmin
ed b
y t
he C
ontr
acto
r &
accepta
ble
to T
he E
ngin
eer.
Dim
en
sio
ns a
re i
n I
nch
es.
4'-
6"
2'-0"
7.5
"
9"E
7.5
"
11
.5"
31
"1
1.5
"
9.0
Sq.F
t.
73
.0 S
q.F
t.L
eg
en
d :
Wh
ite T
yp
e I
VB
ack
gro
un
d :
Gre
en
Ty
pe I
V
(0
" I
nset/
.75
" W
)L
egend/B
ord
er:
Bla
ck T
ype P
lain
Backgro
und:
Yell
ow
Type I
V
9.9
H
12
.7
a
12
.7
r
7.7
t
8.9
f
7.7
o
11
.9
r
7.8
d
7.9
8.8
77
.3
EM
2000
12/9
10
D
12
.2
a
12
.7
n
12
.7
b
11
.6
u
12
.7
r
7.6
y
10
.26.2
79
.8
EM
2000
12/9
29
.1
1
3.4
7.5
M 9
I
3.3
L
6.9
E
5.6
31
.23
5.7
E 2
000
11
.3,7
.5
6.2
"8
3.6
"6
.2"
8'-
0"
8.2
"
24
"
46
.9"
11
.3"E
5.6
"
37
.7"
12
"E
M
10
.2"
12
"E
M
9.1
"
7.5
"E
7.5
"
8'-0"
M1_1
6.2
63
.824
24
0
A
Rev. Date 11/2/17
ITEM #1220027APROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
58
ADDENDUM NO. 6
8.4
"7
9.8
"7
.8"
8'-
0"
7.8
"
24
"
5.8
"
12
"E
M
7"
12
"E
M
11
.3"
7.5
"E
8.6
"8'-0"
PO
RT
ER
ST
. B
RID
GE
CO
NC
RE
TE
AT
INS
TA
LL
ING
BE
HIN
D
PR
OT
EC
T S
IGN
BY
ST
AG
E 1
CO
NS
TR
UC
TIO
N S
IGN
S
IT
EM
: 1
22
00
27
*
LE
TT
ER
PO
SIT
ION
S (
X)
SIG
N D
ET
AIL
TY
PE
:
TY
PE
:
CO
LO
R:
CO
LO
R:
BA
CK
GR
OU
ND
LE
GE
ND
/BO
RD
ER
SIG
N N
UM
BE
R
TO
TA
L (
Sq
.fT
.)
SY
MB
OL
XY
WID
HT
LE
NG
TH
SE
RIE
S/S
IZE
RO
T
SIG
N P
AN
EL
CO
RN
ER
RA
DIU
S
EX
IT C
RO
WN
1:6
0
BD
R I
NS
ET
/WID
TH
RE
V'D
/
PL
OT
TE
D :9
/6/2
01
7
Engin
eer
: J. M
assin
i /
Desig
ned b
y :
J. M
assin
i /
Checked b
y :
L. C
onro
y
Pro
ject
No
. 1
51
-32
6
Locati
on :
Hart
ford
R
oute
8 N
.B. M
ileage :
29.3
7
Sig
n S
upport
No. N
/A
Mounte
d :
Gro
und
Mate
rial
: S
ee S
pec.
Dim
en
sio
ns a
re i
n I
nch
es.
*
TE
MP
_0
08
N_
15
1_
29
.37
_S
TG
1
64
.0 S
q.F
t.
12"
Whit
e/W
hit
e
Ty
pe I
V
Green
Ty
pe I
V
N/A
64
.0 S
q.F
t.
0" /
2"
9.7
H
12
.7
a
12
.7
r
7.7
t
8.9
f
7.7
o
11
.9
r
7.8
d
7.9
97
7.3
EM
20
00
12/9
8.4
D
12
.2
a
12
.7
n
12
.7
b
11
.6
u
12
.7
r
7.6
y
10
.27.8
79
.8
EM
20
00
12/9
19
.4
K
7.4
E
7.1
E
7.1
P
6.1
7.5
L
6.9
E
7.1
F
6.2
T
5.6
15
.56
1.1
E 2
000
7.5
M1_1
36
.56
4.2
24
24
0
A
Rev. Date 11/2/17
ITEM #1220027APROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
59
ADDENDUM NO. 6
panelStyle:80-9920 FOR 151-326.ssipanelName:namepanelQuantity:1panelStation:nonepanelMaterial:0legendMaterial:0panelMounting:1panelWidthLock:1panelHeightLock:1marginAlign:9panelRoundCorners:1constructPanelMode:0constructPanels:36|24
|18panelSizes:panelStandard:1levels:GSCOLORFILL|GSBWFILL|GSOUTLINEversion:2widthRounding:6heightRounding:6panelShape:0panelBorderRadius:12.
000chevronTipRadius:12.0
00chevronShoulderRadiu
s:12.000
80
-99
20
(D
WN
TW
N M
ET
RO
NT
H)
0.3
75
" /
0.6
25
"
1.5
"
Pla
in
Bla
ck/B
lack
Orange
2.4
"25.4
"2.4
"
2'-
6"
3.5
"
4"C
1.2
"0.5
"1.3
"
4"C
3.6
"
1'-6"
CO
NS
TR
UC
TIO
N S
IGN
S
IT
EM
: 1220027
LE
TT
ER
PO
SIT
ION
S (
X)
SIG
N D
ET
AIL
TY
PE
: S
ee S
pec.
TY
PE
:
CO
LO
R:
CO
LO
R:
BA
CK
GR
OU
ND
LE
GE
ND
/BO
RD
ER
SIG
N N
UM
BE
R
TO
TA
L (
Sq
.fT
.)
SY
MB
OL
XY
WID
HT
LE
NG
TH
SE
RIE
S/S
IZE
RO
T
SIG
N P
AN
EL
CO
RN
ER
RA
DIU
S
EX
IT C
RO
WN
BD
R I
NS
ET
/WID
TH
RE
V'D
/
PL
OT
TE
D :9
/6/2
01
7
Gro
un
dM
ounte
d :
Pro
ject
No
. 0
15
1-0
32
6
Engin
eer :
J. M
assin
i D
esig
ned B
y:
J. M
assin
i
Lo
cati
on
: W
ate
rb
ury
R
ou
te 8
N.B
. E
XIT
32
Deto
ur t
o E
xit
30
Sig
n S
up
po
rt
No
. N
/A
Mate
ria
l :
See S
pec.
Dim
ensio
n a
re i
n I
nches
3.8
Sq.F
t.
3.8
Sq.F
t.
3.3
D 3
O
2.8
W 3.6
N
2.8
T
2.5
O
2.8
W 3.6
N
2.3
3.5
23
.4
C 2
000
4
2.4
M
3.5
E
2.4
T
2.6
R
2.8
O
2.4
4
N
2.8
T
2.6
H
2.3
2.4
25
.4
C 2
00
0
4
A
Rev. Date 11/2/17
ITEM #1220027APROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
60
ADDENDUM NO. 6
panelStyle:regula
tory.ssipanelStat
ion:nonepanelHeig
htLock:1panelRoun
dCorners:0
constructPanelMode
:0construct
Panels:36|24|18
panelSizes:MIN.:18x
18,STD.:24x24,SPC
L.:30x30levels:GSCO
LORFILL|GSBWFILL|G
SOUTLINEpanelBord
erRadius:12.000
chevronTipRadius:
12.000chevronSh
oulderRadius:12.000
4.3
"5
2.9
"1
4.8
"
6'-
0"
5.9
"
7"E
4.5
"
5"E
1.7
"1"
2.2
"
5"E
6.3
"
6"E
3.4
"
34
.8"
8"
5.2
"4'-0"
1:2
0
4.3
E
6.2
X
7.5
I
2.4
T
5.3
7
3
6.7
2
5.7
27
40
.7
E 2
000
7
4.3
D 5
O
4.9
W 6.2
N
4.9
T
4.5
O
4.9
W 6.2
N
4.1
27
.14
0.6
E 2
000
5
4.4
M 6
E
4.3
T
4.6
R
4.9
O
4.2
5
N
5.2
O
5.3
R
4.6
T
4.6
H
4.1
14
.85
2.8
E 2
000
5
4.4
D
6.2
E
5.2
T
5.3
O
6.4
U
6.4
R
4.9
33
.23
4.4
E 2
000
6
AR
_T
ype A
45
.65.2
81
2.6
30
0
80-9929 (
Ex 3
2 D
eto
ur E
xit
Rm
p)
24.0
0 S
q.F
t.
.5" /
1"
6"
SE
E S
PE
C
SE
E S
IGN
SE
E S
PE
C
SE
E S
IGN
LE
GE
ND
/BO
RD
ER
: B
LA
CK
PL
AIN
BA
CK
GR
OU
ND
: O
RA
NG
E R
ET
RO
RE
FL
EC
TIV
E
RE
TR
OR
EF
LE
CT
IVE
)
(18"X
18" B
LU
E/W
HIT
E
HO
SP
ITA
L
CO
NS
TR
UC
TIO
N S
IGN
S
IT
EM
: 1
22
00
27
LE
TT
ER
PO
SIT
ION
S (
X)
SIG
N D
ET
AIL
TY
PE
:
TY
PE
:
CO
LO
R:
CO
LO
R:
BA
CK
GR
OU
ND
LE
GE
ND
/BO
RD
ER
SIG
N N
UM
BE
R
TO
TA
L (
Sq
.fT
.)
SY
MB
OL
XY
WID
HT
LE
NG
TH
SE
RIE
S/S
IZE
RO
T
SIG
N P
AN
EL
CO
RN
ER
RA
DIU
S
EX
IT C
RO
WN
BD
R I
NS
ET
/WID
TH
RE
V'D
/
PL
OT
TE
D :9
/6/2
01
7
Gro
un
dM
ounte
d :
Pro
ject
No
. 0
15
1-0
32
6
Engin
eer :
J. M
assin
i D
esig
ned B
y:
J. M
assin
i
Locati
on :
Wate
rbury
R
oute
8 N
.B. E
XIT
30 R
AM
P
Sig
n S
upport
No. N
/A
Mate
ria
l :
See S
pec.
Dim
ensio
n a
re i
n I
nches
24.0
0 S
q.F
t.
A
Rev. Date 11/2/17
ITEM #1220027APROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
61
ADDENDUM NO. 6
ST
AG
E 1
panelStyle:guide_fwy_minor.ssipanelName:namepanelQuantity:1panelStation:nonepanelMaterial:0legendMaterial:0panelMounting:0panelWidthLock:1panelHeightLock:1marginAlign:9panelRoundCorners:1constructPanelMode:0constructPanels:36|24|18panelSizes:panelStandard:2levels:GSCOLORFILL|GSBWFILL|GSOUTLINEversion:2widthRounding:6heightRounding:6panelShape:0panelBorderRadius:12.000chevronTipRadius:12.000chevronShoulderRadius:12.000
45
.5 S
q.F
t.
10"
Wh
ite/W
hit
e
IVGreen
IV
0" /
1.2
5"
25
.3
E
7.1
X
8.6
I
2.8
T 6
8
3
7.8
1
2.5
9.9
42
.8
E 2
00
0
8
39
.3
E 61.1
A
6.8
S
5.5
T
4.5
14
.82
3.9
E 2
00
0
8,6
13
.3
H
8.5
a
8.5
r
5.1
t
5.9
f
5.1
o
7.9
r
5.2
d
5.3
13
.25
1.5
EM
20
00
8/6
12
.3
N
6.4
E
5.3
X
5.9
T
4.5
6
R
6.1
I
2.5
G
6.2
H
5.9
T
4.5
12
.45
3.3
E 2
00
0
6
M1
_1
13
.23
4.6
18
18
0
TE
MP
_E
XIT
_3
1_
NE
XT
_R
IGH
T_
ST
G1
12
.3"
55
.8"
9.9
"
6'-
6"
31
.3"
18
.1"
34
.6"
8.6
"
8"E
6.2
"
0.8
"
7.7
"
8"E
16"
8"E
M
8"
6"E
6.7
"
33
.3"
6"E
44
.7"
7'-0"
CO
NS
TR
UC
TIO
N S
IGN
S
IT
EM
: 1220027
LE
TT
ER
PO
SIT
ION
S (
X)
SIG
N D
ET
AIL
TY
PE
:
TY
PE
:
CO
LO
R:
CO
LO
R:
BA
CK
GR
OU
ND
LE
GE
ND
/BO
RD
ER
SIG
N N
UM
BE
R
TO
TA
L (
Sq
.fT
.)
SY
MB
OL
XY
WID
HT
LE
NG
TH
SE
RIE
S/S
IZE
RO
T
SIG
N P
AN
EL
CO
RN
ER
RA
DIU
S
EX
IT C
RO
WN
1:4
0
BD
R I
NS
ET
/WID
TH
RE
V'D
/
PL
OT
TE
D :9
/6/2
01
7
En
gin
eer
: J.
Massin
i /
Desig
ned
by
: J
. M
assin
i
Pro
ject
No. 151-3
26
Locati
on :
Wate
rbury
Route
8 N
.B. S
tage 1
sta
tion 2
80+
00
Sig
n S
upport
No. N
/A
Mounte
d :
Gro
und
Mate
rial
: S
ee S
pec.
Dim
en
sio
ns a
re i
n I
nch
es.
A
Rev. Date 11/2/17
ITEM #1220027APROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
62
ADDENDUM NO. 6
4.8
"9
8.7
"4
.5"
9'-
0"
26
.3"
8"C 4"
1.5
" 3.8
"
8"C
11
.4"
9"D 6"
6.0
5"
9"D
38
.9"
18
"
6.0
5"
6'-6"
LE
TT
ER
PO
SIT
ION
S (
X)
SIG
N D
ET
AIL
TY
PE
:
TY
PE
:
CO
LO
R:
CO
LO
R:
BA
CK
GR
OU
ND
LE
GE
ND
/BO
RD
ER
SIG
N N
UM
BE
R
TO
TA
L (
Sq
.fT
.)
SY
MB
OL
XY
WID
HT
LE
NG
TH
SE
RIE
S/S
IZE
RO
T
SIG
N P
AN
EL
CO
RN
ER
RA
DIU
S
EX
IT C
RO
WN
1:6
0
BD
R I
NS
ET
/WID
TH
RE
V'D
/
PL
OT
TE
D :9
/6/2
01
7
Gro
und
En
gin
eer
: J.
Massin
/
Desig
ned
by
: J
. M
assin
i /
Ch
eck
ed
by
: L
. C
on
roy
Pro
ject
No
. 1
51
-32
6
Locati
on :
Wate
rbury
Route
8 N
.B. 1
500 F
T &
1/2
Mil
e B
efo
re E
xit
32
Sig
n S
upport
No. N
/A
Mo
un
ted
:
Mate
rial
: S
ee S
pec.
Dim
en
sio
ns a
re i
n I
nch
es.
TE
MP
_E
XIT
_3
2_
CL
OS
ED
_S
TG
1-3
58
.5 S
q.F
t.
10"
Bla
ck
Pla
in
Orange
Refle
cti
ve
N/A
58
.5 S
q.F
t.
0" /
1.5
"
5.5
E
6.5
X
7.6
I
2.8
T
5.6
9
3
7.9
2
6.1
9
C
8.1
L
6.7
O
7.7
S
7.7
E
7.1
D
6.1
4.5
98
D 2
00
0
9
20
.6
D
5.9
O
5.7
W 7.2
N
5.6
T 5
O
5.7
W 7.2
N
4.5
40
.64
6.8
C 2
00
0
8
12
.7
M 7
E
4.8
T
5.2
R
5.7
O
4.7
8
N
6.1
O
6.3
R
5.2
T
5.2
H
4.5
32
.66
2.7
C 2
00
0
8
4.8
U
7.7
S
7.6
E
5.6
9
E
6.5
X
7.6
I
2.8
T
5.6
9
3
7.9
0
6.4
27
.57
5.7
D 2
00
0
9
84
.36
18
18
0H
osp
ital
ST
AG
ES
1-3
*CO
NS
TR
UC
TIO
N S
IGN
S
IT
EM
: 1220027
GU
IDE
RA
IL
DE
FL
EC
TIO
N O
F
INS
TA
LL
ING
BE
HIN
D
PR
OT
EC
T S
IGN
S B
Y
*
Bla
ck
- P
lain
Legend\B
ord
er
:B
ack
gro
un
d :
Ora
ng
e
Legend :
Whit
e T
ype I
VB
ack
gro
un
d :
BL
UE
Ty
pe I
V
A
Rev. Date 11/2/17
ITEM #1220027A
30
1/30/18
PROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
63
ADDENDUM NO. 6
9.0
Sq.F
t.
1.5
"
Bla
ck
/Bla
ck
Refle
cti
ve
0.4
7" /
0.6
3"
3.6
D
5.3
E
4.3
T
4.4
O
5.4
U
5.4
R
4.1
3.6
28.8
EM
2000
5
80-9
933(D
ET
OU
R 8
4 F
OR
151-3
26)
LE
TT
ER
PO
SIT
ION
S (
X)
SIG
N D
ET
AIL
TY
PE
:
TY
PE
:
CO
LO
R:
CO
LO
R:
BA
CK
GR
OU
ND
LE
GE
ND
/BO
RD
ER
SIG
N N
UM
BE
R
TO
TA
L (
Sq
.fT
.)
SY
MB
OL
XY
WID
HT
LE
NG
TH
SE
RIE
S/S
IZE
RO
T
SIG
N P
AN
EL
CO
RN
ER
RA
DIU
S
EX
IT C
RO
WN
1:2
0
BD
R I
NS
ET
/WID
TH
RE
V'D
/
PL
OT
TE
D :9
/6/2
01
7
Gro
und -
Constr
ucti
on S
ign
En
gin
eer
: J.
Massin
i /
Desig
ned
by
: J
. M
assin
i
/ C
heck
ed
by
:
Pro
ject
No. 151-3
26
Lo
cati
on
: W
ate
rbu
ry -
fo
r T
em
po
rar
U-T
urn
Sig
n S
upport
No. N
/A
Mo
un
ted
:
Mate
rial
: dete
rmin
ed b
y C
ontr
acto
r &
accepta
ble
to t
he E
ngin
eer
Dim
en
sio
ns a
re i
n I
nch
es.
TE
MP
OR
AR
Y U
-TU
RN
4.1
"2
8.8
"3
.1"
3'-
0"
4.2
"
18"
4.6
"
5"E
M
4.2
"
3'-0"
M1_1
91
3.8
18
18
0
Pla
in
Oran
ge
INT
ER
ST
AT
E S
HIE
LD
WH
ITE
BD
R/T
EX
TR
ED
/BL
UE
BA
CK
GR
OU
ND
CO
NS
TR
UC
TIO
N S
IGN
S
IT
EM
: 1
22
00
27
A
Rev. Date 11/2/17
ITEM #1220027APROJECT NOS. 0151-0312, 0151-0313, & 0151-0326
64
ADDENDUM NO. 6