Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
Page 1 of 4
August 17, 2017
STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS
DEPARTMENT OF ADMINISTRATION
DIVISION OF PURCHASES BID NO. 7554574
RHODE ISLAND CONTRACT NO. 2017-CH-050
FEDERAL-AID PROJECT NO. FAP Nos: NHP-0950(376), NHPG-0950(377)
I-95 Resurfacing (Route 2 to Service Avenue)
CITY/TOWN OF WARWICK
COUNTY OF KENT
NOTICE TO PROSPECTIVE BIDDERS
ADDENDUM NO. 2 Prospective bidders and all concerned are hereby notified of the following changes in the Plans,
Specifications, Proposal, and Distribution of Quantities for this contract. These changes shall be
incorporated in the Plans, Specifications, Proposal and Distribution of Quantities, and shall
become an integral part of the Contract Documents.
A. Contract Documents
1. General Provisions – Contract Specific
a. Page CS-i
Remove Page CS-i in its entirety and replace it with revised Page CS-i (R-1) attached to this Addendum
No. 2. The index has been revised to add Paragraph 21 and Appendix D.
b. Page CS-2
Remove Page CS-2 in its entirety and replace it with revised Page CS-2 (R-1) attached to this
Addendum No. 2. The table of utility contacts has been updated.
c. Page CS-4
Remove Page CS-4 in its entirety and replace it with revised Page CS-4 (R-1) attached to this
Addendum No. 2. New text has been added to Paragraph 5, Sequence of Construction.
d. Page CS-5
Remove Page CS-5 in its entirety and replace it with revised Page CS-5 (R-1) attached to this
Addendum No. 2. New text has been added to Paragraph 10, Coordination with Other Contractors.
e. Page CS-7
Remove Page CS-7 in its entirety and replace it with revised Page CS-7 (R-1) attached to this
Addendum No. 2. New Paragraph 21, Payment for Work, has been added.
ADDENDUM NO. 2 ATTACHMENTS
Page 2 of 4
f. Appendix D: Procedures for Section 109.06 Payment for Work
Add new Appendix D (8 pages) attached to this Addendum No. 2. Information regarding invoice
procedures has been provided.
2. Specifications – Job Specific
a. Pages JS-i and JS-ii
Remove Pages JS-i (R-1) and JS-ii (R-1) in their entirety and replace them with revised Pages JS-i (R-
2) and JS-ii (R-2) attached to this Addendum No. 2. The index has been revised to add Code 402.9903
"Friction Course for Shoulders."
b. Page JS-23a
Add new Page JS-23a attached to this Addendum No. 2. A new specification for Code 402.9903
"Friction Course for Shoulders" has been added.
B. Distribution of Quantities
1. Index
Remove Index Page 1 (R-1) and Index Page 2 (R-1) in their entirety and replace them with revised Index
Page 1 (R-2) and Index Page 2 (R-2) attached to this Addendum No. 2. Modified, deleted, and added items
have been highlighted by bold text.
2. Page 14 and Page 15
Remove Pages 14 and 15 in their entirety and replace them with revised Page 14 (R-1) and Page 15 (R-1)
attached to this Addendum No. 2. Item Number 12, Code 213.9901, "Placement of Millings at Edge of
Pavement" has been revised.
3. Page 15a
Add new Page 15a attached to this Addendum No. 2. The page has been created due to automatic
formatting by Quest software.
4. Pages 16 through 20
Remove Pages 16 through 20 in their entirety and replace them with revised Pages 16 (R-1) through 20 (R-
1) attached to this Addendum No. 2. Item Number 14, Code 402.9902, "Friction Course" has been revised.
5. Page 61 and Page 62
Remove Pages 61 and 62 in their entirety and replace them with revised Page 61 (R-1) and Page 62 (R-1)
attached to this Addendum No. 2. Item Number 36, Code 923.0125, "Plastic Pipe Type III Barricade
Standard 26.3.1" has been deleted; and Item Number 37, Code 923.0200, "Fluorescent Traffic Cones
Standard 26.1.0" has been revised.
6. Page 62a
Add new Page 62a attached to this Addendum No. 2. The page has been created due to automatic
formatting by Quest software.
ADDENDUM NO. 2 ATTACHMENTS
Page 3 of 4
7. Page 113
Remove Page 113 in its entirety and replace it with revised Page 113 (R-1) attached to this Addendum No.
2. Item Number 77, Code 201.0423, "Remove and Dispose Handhole;" Item Number 78, Code 201.0617,
"Remove and Dispose Conduit – All Sizes;" and Item Number 79, Code 402.9903, "Friction Course for
Shoulders" have been added.
8. Pages 114 through 116
Add new Pages 114 through 116 attached to this Addendum No. 2. Item Number 79, Code 402.9903,
"Friction Course for Shoulders;" Item Number 80, Code 923.0105, "Drum Barricade Standard 26.2.0;" Item
Number 81, Code 923.0120, "Plastic Pipe Barricade Standard 26.3.0;" and Item Number 82, Code 924.0113,
"Advance Warning Arrow Panel" have been added.
C. Plans
1. Sheet No. 5 - Job Specific Plan Symbols, Legend & Notes
a. Delete Sheet No. 5 in its entirety and insert revised Sheet No. 5 (R-1) attached to this Addendum
No. 2.
i. A note has been added to Job Specific Legend Symbol “A.”
ii. “Friction Course” notes have been added to Sheet No. 5.
iii. A new pay item 402.9903 “Friction Course for Shoulders” has been added to the Contract.
2. Sheet No. 7 - Typical Sections No. 1
a. Delete Sheet No. 7 in its entirety and insert revised Sheet No. 7 (R-1) attached to this Addendum
No. 2. A note has been added to Job Specific Legend Symbol “A.”
3. Sheet No. 8 - Typical Sections No. 2
a. Delete Sheet No. 8 in its entirety and insert revised Sheet No. 8 (R-1) attached to this Addendum
No. 2. A note has been added to Job Specific Legend Symbol “A.”
4. Sheet No. 9 - Typical Sections No. 3
a. Delete Sheet No. 9 in its entirety and insert revised Sheet No. 9 (R-1) attached to this Addendum
No. 2.
i. A note has been added to Job Specific Legend Symbol “A” in the upper right of the plan
sheet.
ii. A note has been added to Job Specific Legend Symbol “A” in the lower left of the plan
sheet.
5. Sheet No. 13 - General Plan No. 4
a. Delete Sheet No. 13 in its entirety and insert revised Sheet No. 13 (R-1) attached to this Addendum
No. 2. The R.I. Contract and Federal Aid Project Numbers have been added to this plan.
6. Sheet No. 32 - General Plan No. 23
a. Delete Sheet No. 32 in its entirety and insert revised Sheet No. 32 (R-1) attached to this Addendum
No. 2. Note No. 2 under “Southbound AVC/WIM Station Notes” has been revised.
7. Sheet No. 36 - General Plan No. 27
a. Delete Sheet No. 36 in its entirety and insert revised Sheet No. 36 (R-1) attached to this Addendum
No. 2. The plan has been revised to show a 16 inch sewer line crossing I-95.
ADDENDUM NO. 2 ATTACHMENTS
INDEX
GENERAL PROVISIONS – CONTRACT SPECIFIC
PARAGRAPH TITLE PAGE
CS-i
1 Brief Scope of Work CS-1
2 List of Contract Drawings CS-1
3 Utility and Municipal Notification and Coordination CS-2
4 Transportation Management Plan CS-3
5 Sequence of Construction CS-3
6 Incident Management CS-4
7 State and Local Police Compensation CS-4
8 Traffic Fines in Work Zones CS-4
9 Covering Existing Signs CS-5
10 Coordination with Other Contractors CS-5
11 Night Work Operations CS-5
12 Contractor's Responsibility for Damaged Storm Drains CS-5
13 Contractor's Responsibility for Damaged Electric
Handholes/Structures
CS-6
14 Environmental Permits CS-6
15 Drop-offs CS-6
16 Maintenance of Storm Water Runoff CS-6
17 Placement of Pavement Markings CS-6
18 Storage of Construction Material and/or Equipment CS-7
19 Specialty Items CS-7
20 Unit Bid Item and Lump Sum Bid Item Payments CS-7
21 Payment for Work CS-7
Appendices
A Transportation Management Plan
B Pavement Core Report
C Existing Rideability Data
D Procedures for Section 109.06 Payment for Work
R-1
Addendum No. 2
CS-2
3. UTILITY AND MUNICIPAL NOTIFICATION AND COORDINATION
No utilities are shown on the Plans. The Contractor shall check and verify the location of
all existing utilities both underground and overhead in accordance with the “Dig Safe
Program Law” enacted by Rhode Island Legislation. The Contractor should be aware
that not all utilities subscribe to the Dig Safe program. If utilities are found to be present,
it is the Contractor’s responsibility to ensure that all utility companies have been notified
and all utilities have been marked prior to commencing work. Any damage to existing
utilities marked in the field, or damage that results from failure to contact the appropriate
utility company, shall be replaced or repaired to the satisfaction of the Engineer at no
additional cost to the State.
No utility relocations are proposed for this project. Utility involvement will be limited to
coordination for the verification of existing utility locations, which will be carried out by
the Contractor. Some utility representatives are listed as follows:
Utility Contact
Cox Communications David Velilla
(401) 615-1284
Kent County Water Authority Timothy Brown
(401) 821-9300
Level 3 Communications Mike Wiemer
(617) 480-4861
Lightower Fiber Networks Mark Bonanno
(508) 616-7818
Narragansett Bay Commission Meg Goulet
(401) 461-8848 x302
National Grid (Electric) Thomas Capobianco
(401)784-7248
National Grid (Gas) May Y. Zhen
(781) 907-3463
Verizon Peter DeCosta
(401) 884-4950
Providence Water Supply Board Peter LePage
(401) 521-6300 x7242
Warwick Fire Department James McLaughlin
(401) 468-4000
Warwick Public Works David Picozzi
(401) 738-2003
Warwick Sewer Authority Janine Burke-Wells
(401) 468-4700
Warwick Water Division Daniel P. O'Rourke
(401) 738-2000 x6604
R-1
Addendum No. 2
CS-4
supplement these as directed by the Engineer to augment the public’s safety. All traffic
control devices shall be in place by the Contractor and approved by the Engineer prior to
starting construction at a particular location.
The Contractor shall be responsible for daily access to the work zone. Any costs
associated with daily access to the work zone will not be paid for separately and shall be
incidental to the work.
The Contractor may need multiple milling and/or paving crews working simultaneously
in either a single bound or both bounds to meet the contract completion date.
The Contractor shall schedule cleaning and flushing of the storm drain system such that
any observed damage in the storm drain structures may be repaired prior to milling and
paving operations.
After the final riding surface has been applied and prior to acceptance of the overall
project, the Contractor shall clean and remove from storm drain structures any foreign
materials generated by construction operations, as required. In accordance with
Subsection 104.11 of the Specifications, the cost of this final cleanup shall be incidental
to the other items of work and no separate payment shall be made.
6. INCIDENT MANAGEMENT
In the event of an accident, or other unforeseen incident, which closes the roadway, the
Contractor shall positively cooperate with local authorities by providing traffic control
devices, personnel, equipment and material as required, both on and off site. The
Contractor shall assist in whatever way possible to clear debris from the roadway and
maintain traffic flow. Payment for this work shall be on a force account basis. If the
personnel are not available on site, they shall be "on-call" and able to respond to the site
within one hour of notification to the Contractor's appointed representative by phone or in
person by the Department of Transportation.
7. STATE AND LOCAL POLICE COMPENSATION
It will be the responsibility of the Resident Engineer to retain the services of police with
cruisers for traffic control and protection for this project. The Contractor will not be
required to bid on or compensate for the services of the police.
8. TRAFFIC FINES IN WORK ZONES
The Traffic Fines in Work Zone Regulatory Sign detailed on Rhode Island Standard
27.1.1 shall be located as shown on the detail and shall be utilized whenever construction
activities are in process and construction personnel are present. Signs shall be located at
each work zone. When construction activities and personnel are not present, the signs
shall either be removed from the site or covered.
R-1
Addendum No. 2
CS-5
9. COVERING EXISTING SIGNS
The Contractor shall not be allowed to cover existing directional, regulatory, warning or
guide signs by bolting plywood to the sign face or by any other means that would damage
the existing sign face or structure. Instead, existing signs shall be covered with an
opaque tarp cover with grommets for the purpose of receiving a cord or rope in order to
secure the tarp cover to the existing sign face. Tarp cover dimensions shall be at least
equal to the existing sign dimensions. This tarp cover is solely for the purpose of
covering the existing sign; at no time shall sign messages appear on the face of tarp
covers, nor shall covers be secured by taping or stapling to the existing sign face. The
Contractor shall be responsible to maintain the tarp cover in good repair. This will
include making periodic inspections of the tarp, grommets, rope or cord and making
repairs or replacements as required. The cost of covering existing signs as described
above shall be included in the Contract price for Code 937.0200 "Maintenance and
Movement of Traffic Protection Devices," as listed in the Proposal.
10. COORDINATION WITH OTHER CONTRACTORS
The Contractor is advised that other construction may be taking place in the area, and it
will be the responsibility of the Contractor to coordinate his work so that it will be
completed in a timely manner. It is the responsibility of the Contractor to positively
coordinate his activities and schedule with all other Rhode Island Department of
Transportation and private developers or contractors on/or adjacent to the site to ensure
that construction delays do not occur and traffic is maintained. Coordination may be
required with other Rhode Island Department of Transportation contracts including, but
not limited to, the following:
Airport Connector & Route 2 Bridge Preservation (RIC#2015-CB-049)
South County Freeway Bridge No. 686 (RIC#2016-CB-047)
11. NIGHT WORK OPERATIONS
Highway lighting shall not be relied upon for work zone lighting. The cost of the work
zone lighting required for nighttime operations shall be incidental to the contract. No
separate payment will be made for lighting of the work zone during any nighttime
operation.
12. CONTRACTOR'S RESPONSIBILITY FOR DAMAGED STORM DRAINS
The Contractor shall use care when working within or in the vicinity of existing drainage
structures. Any drainage pipe or culverts damaged while performing any and all work on
this contract shall be the Contractor's responsibility. Any drainage structure or pipe
damaged by the Contractor shall be replaced or repaired by the Contractor to the
satisfaction of the Engineer at no additional cost to the State.
R-1
Addendum No. 2
CS-7
parking-space lines), shall be installed before the end of the work shift on the final
wearing surface areas that will be opened to traffic at the end of the shift.
The dimensions of all waterborne and temporary waterborne pavement markings used in
work zones (e.g., the width of an edge line) shall be equal to the dimensions of permanent
pavement markings that would normally (and/or will) be installed on the facility.
Epoxy resin pavement markings shall be placed on the final wearing surface no sooner
than two weeks but no later than four weeks from the completion of the paving operation.
18. STORAGE OF CONSTRUCTION MATERIAL AND/OR EQUIPMENT
There shall be no parking or storage of construction material or equipment under the drip
line of any trees.
19. SPECIALTY ITEMS
The following shall be designated as specialty items:
Pavement Markings (temporary and permanent)
Highway Signing (excluding temporary signs)
Guardrail Items
Traffic Monitoring Equipment
20. UNIT BID ITEM AND LUMP SUM BID ITEM PAYMENTS
For requirements and work described in the Contract Documents but not expressly
identified to be measured separately for payment, the costs thereof shall be included in
the contract bid prices of the items of work to which they pertain as listed in the Proposal.
21. PAYMENT FOR WORK
Subsection 109.06 of the Specifications requires the Contractor to submit Department-
provided invoice forms for payment requests. Refer to Appendix D for the Department's
invoice procedures and example forms.
R-1
Addendum No. 2
APPENDIX D
PROCEDURES FOR SECTION 109.06 PAYMENT FOR WORK
Addendum No. 2
Procedures for Section 109.06 Payment for Work
The Contractor shall prepare an invoice to apply for a payment for work completed. The Contractor shall
utilize the Request for Payment templates supplied by the Department including the following
attachments:
A. Detailed Invoice - This detailed invoice shall be submitted in both hard copy and Excel® and
include the following information:
a. The date of the invoice.
b. The Project Name and State and Federal Project Numbers.
c. The Contract Item number(s) - for which the Contractor is seeking payment as they
appear in the Contract Proposal.
d. The Contract Item name or names for which the Contractor is seeking payment as they
appear in the contract proposal.
e. The date(s) each Contract Item was performed.
f. Name of Contractor/ Subcontractor that performed the work.
g. The location(s) where the Work associated with each Contract Item was performed,
cross referenced to the location(s) shown in the Distribution of Quantities.
h. Invoiced Item Quantities: The quantity of each Contract Item performed by date and by
location since the previous invoice. For Lump Sum Items, the Contactor shall provide the
percentage of work completed since the previous invoice. Prior to start of work the
contractor shall submit a Lump Sum Item Breakdown for the Engineer's review,
acceptance and allocation of payments for the Item in accordance with section I 09.07
of the Standard Specifications.
i. All calculations shall conform to the Method of Measurement and Basis of
Payment portions of the appropriate Item Code(s). Documentation shall-
include, but is not limited to, backup calculations, measurements, sketches,
information etc.
i. Cumulative Item Quantities: A cumulative total of the quantities performed for each
Contract Item including this request.
j. Bid Prices: The Contract Price for each Contract Item, for Unit Bid Items and Lump Sum
Bid Items as applicable, shall be listed for each item being invoiced.
k. Extended Prices: Calculate the extended price of each item being invoiced in this
request. For Unit Bid Items, this is to be calculated by multiplying each item quantity
completed for this invoice by its Contract Unit Bid Price (i.e., Extended Price $ = Qty
Invoiced x Unit Bid Price). For Lump Sum Items, this is to be calculated by multiplying
each item by the percentage of its work completed for this invoice by its Lump Sum Bid
Price (i.e., Extended Price$ = %CompleteThis-invoice-period x Lump Sum Bid Price).
l. Total Invoice Price: Sum all extended prices calculated in step 11 and report this amount
as the total amount being invoiced under this request.
B. Certificates of Compliance -A list of the certificates of compliances attached or that have been
submitted to the Department and date submitted for the work that is listed on the invoice in
accordance with Section 106.04. "Certification of Compliance."
Addendum No. 2
C. Certified Payrolls - A list of the certified payrolls attached or that have been submitted to the
Department and date submitted for the work that is listed on the invoice. List all outstanding
payrolls yet to be submitted by week ending date and contractor\subcontractor.
D. Subcontractor Payments - A list of all payments (including all retainage payments) made to date
to subcontractors for amounts previously billed and paid by the State for the related project.
E. Extra Work- A list of Potential Extra Work (including date Extra work Identified, who performed
the extra work, Issue Description, Why is this request considered Extra work, value.
F. EEO Certification - A statement that all EEO documentation has been submitted as required by
the Contract.
General - Outstanding or missing documentation for Items A through F above will be a basis for rejection
and/or modification of the Request for Payment. Please also note that a final set of as-built plans is also
required in accordance with Section 934.03.3 h. Field Control and Construction Layout.
Please see attached for examples of each attachment. The Department also has an Excel file that can be
used as a template that can be made available for use upon request.
Addendum No. 2
From
:To
:DO
T.Accoun
tspayable@
dot.ri.gov
Invoice:
RI DEPT OF TR
ANSPORT
ATION
PTSID #
TWO CAP
ITOL HILL Roo
m 230
/Accou
nts P
ayable
Invoice date:
PROVIDE
NCE
, RI 02
903
Perio
d en
ding
date:
Requ
est for paymen
t:
Project:
Locatio
n:
Total Req
uested
Tod
ate
NTP:
Approved
This p
eriod
Retainage This pe
riod
Contract Com
pletion:
Approved
for P
aymen
t This p
eriod
Contract No.:
Total Retainage to
date
Remaining
Con
tract to bill
ATT:
Y/N
CONTR
ACTO
R:State Of
Coun
ty Of
By:
Subscribed
and
sworn to before me this
day of
Date:
Notary Pu
blic
My commission expires:
12,890
.00
$
549.00
$
10,431
.00
$
644.50
$
MM/DD/YYYY
RI 20__‐__
‐___
80,200
.00
$
5,20
0.00
$
Subcon
tractor P
aymen
ts
Changes a
pproved in previou
s mon
ths b
y Owne
r65
,200
.00
$
5,20
0.00
$
Detailed Invoice
Certificates o
f Com
pliance
NET CHA
NGES by Ch
ange Order
75,000
.00
$
EEO Certification
To th
e be
st of m
y know
ledge. I certify, that the
Work pe
rformed
and
materials supp
lied un
der this invoice have be
en com
pleted
in accordance with
the Co
ntract (including
all authorize
d changes). I certify that th
e paym
ent
requ
ested in th
is invoice represen
ts th
e actual value
of the
Work completed
und
er th
e term
s and
requ
iremen
ts of the
Con
tract (includ
ing all autho
rized
changes). I un
derstand
that failure to
notify
the Re
siden
t Engineer/staff o
f any Work pe
rformed
and
includ
ed on this invoice will be considered
null until adeq
uate investigation/inspectio
n by
the State is completed
and
justified
. I also
certify that th
e Co
ntractor (C
ontractor N
ame) has paid all
subcon
tractors (b
y term
s of the
ir contracts) th
e am
ounts p
reviou
sly billed
and
paid by
the ow
ner. This c
ertification is made in com
pliance with
all fede
ral and
state laws a
nd re
gulatio
ns fo
r false statem
ents includ
ing, but not
limite
d, to
18 U.S.C. §10
20, Fraud
and
False Statemen
ts, and
23 C.F.R. §63
5.11
9, False Statemen
ts. I am duly authorize
d to certify on
beh
alf o
f (Co
ntractor Nam
e).
(Con
tractor n
ame)
RHODE
ISLAND
PROVIDE
NCE
Total app
roved this mon
th15
,000
.00
$
Payrolls Re
ceived
TOTA
LS
Resid
ent E
ngineer
CHAN
GE ORD
ER SUMMAR
YAD
DITIONS
DED
UCT
IONS
Curren
t Billing Re
quire
men
ts
408,43
0.00
$
Revise
d contract amou
nt42
1,32
0.00
$
(Location(s))
MM/DD/YYYY
10,980
.00
$
A
pproved changes
75,000
.00
$
(Project Nam
e)
REQUEST FO
R PA
YMEN
T(Con
tractor N
ame)
(Invoice #)
(Add
ress)
(Enter #)
(City
, State, Zip)
MM/D
D/YYY
YMM/D
D/YYY
YCo
ntract For:
Insert Con
tract N
ame
Orig
inal con
tract a
mou
nt34
6,32
0.00
$
Addendum No. 2
8/9/20
17
(Ent
er P
roje
ct n
ame)
Invo
ice
Dat
e:
(Pro
ject
Spe
cific
Con
tract
#)
(Pro
ject
Spe
cific
Con
tract
#)
DO
NO
T E
DIT
TH
IS C
OLU
MN
--
CO
NT
AIN
S F
OR
MU
LA
DO
NO
T E
DIT
TH
IS C
OLU
MN
--
CO
NT
AIN
S F
OR
MU
LA
DO
NO
T E
DIT
TH
IS C
OLU
MN
--
CO
NT
AIN
S F
OR
MU
LA
DO
NO
T E
DIT
TH
IS
CO
LU
MN
--
CO
NT
AIN
S
FO
RM
ULA
DO
NO
T E
DIT
TH
IS C
OLU
MN
--
CO
NT
AIN
S F
OR
MU
LA
ITE
M N
OIt
em C
ode
DE
SCR
IPT
ION
UN
ITU
NIT
PR
ICE
CO
NT
RA
CT
Q
TY
TO
TA
L C
ON
TR
AC
T
VA
LU
E
RE
QU
EST
ED
Q
UA
NT
ITY
TH
IS
PER
IOD
TO
TA
L T
HIS
PE
RIO
D
DA
TE
WO
RK
PE
RFO
RM
ED
BA
CK
UP
SHE
ET
R
EFE
RE
NC
E (1
)C
ON
TR
AC
TO
R o
r SU
BC
ON
TR
AC
TO
R &
NA
ME
RID
OT
APP
RO
VE
D
QU
AN
TIT
Y T
HIS
PE
RIO
DT
OT
AL
APP
RO
VE
D T
HIS
PE
RIO
DR
etai
nage
this
pe
riod
at 5
%PR
EV
IOU
S A
PPR
OV
ED
QT
YPr
evio
usl y
App
rove
d A
mou
ntQ
TY
TO
DA
TE
Tot
al R
etai
nage
to
dat
e at
5%
AM
OU
NT
TO
DA
TE
001
CLE
AR
ING
AN
D G
RU
BB
ING
SY$1
0.00
5100
.00
$
51
,000
.00
50.0
0$
500
.00
2/8/
2017
1Pr
ime
50.0
0$
50
0.00
$
25
.00
31.0
0$
31
0.00
81
.00
$
4
0.50
$8
10.0
000
2R
EMO
VE
AN
D D
ISPO
SE G
RA
NIT
E C
UR
BLF
$10.
0023
000.
00 $
2
30,0
00.0
0 83
6.00
$
8,3
60.0
0 2/
8/20
172
Sub
A83
6.00
$
8,
360.
00
$
4
18.0
0 25
.00
$
250.
00
861.
00$
430.
50
$8,6
10.0
000
3R
EMO
VE
AN
D D
ISPO
SE C
ON
CR
ETE
CU
RB
LF$1
0.00
126.
00 $
1,2
60.0
0 10
.00
$
1
00.0
0 2/
8/20
173
Sub
B8.
00$
8
0.00
$
4
.00
32.0
0$
32
0.00
40
.00
$
2
0.00
$4
00.0
000
4R
EMO
VE
AN
D D
ISPO
SE S
IDEW
ALK
SSY
$10.
0055
60.0
0 $
55,6
00.0
0 75
.00
$
7
50.0
0 2/
8/20
174
Sub
B74
.00
$
740.
00
$
37.0
0 25
.00
$
250.
00
99.0
0$
49.
50
$990
.00
005
REM
OV
E A
ND
DIS
POSE
PA
VEM
ENT
AN
D
RIG
ID B
ASE
SY$2
0.00
298.
00 $
5,9
60.0
0 60
.00
$
1,
200.
00
2/8/
2017
5Su
b A
60.0
0 $
1,2
00.0
0 $
6
0.00
29
.00
$
580
.00
89.0
0 $
89
.00
$1,7
80.0
0
006
REM
OV
E A
ND
DIS
POSE
HA
ND
HO
LEEA
CH
$100
.00
25.0
0 $
2,5
00.0
0 1.
00$
100
.00
2/8/
2017
6Su
b B
1.00
$
100.
00
$
5.0
0 2.
00$
20
0.00
3.
00$
15.
00
$300
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$0.0
0 $
-
$
-
$
-
$
-
0.00
$
-
$0
.00
$346
,320
.00
$11,
010.
00$1
0,98
0.00
$
549.
00
$
1
,910
.00
$
644
.50
$12,
890.
00
$11,
010.
00
Not
es$3
46,3
20.0
0$1
0,98
0.00
1)$7
5,00
0.00
$549
.00
$12,
890.
00
Attachmen
t A ‐‐ Detailed Invoice
Proj
ect N
ame:
R.I.
Con
tract
No.
: F.
A.P
. Nos
.:
App
rove
d C
ontr
act V
alue
Ba
ckup
sheet sho
uld contain: locatio
n whe
re work pe
rformed
, cross re
ference to Distrib
ution of Quantities, backup calculations and
date of installatio
n.
#RE
F!
Tot
al R
eque
sted
toda
te
Req
uest
ed T
his p
erio
d A
ppro
ved
Thi
s per
iod
Ret
aina
ge T
his p
erio
d A
ppro
ved
Cha
nge
Ord
ers
1
Addendum No. 2
(Enter Project name) Invoice Date: #REF!
(Project Specific Contract #)
(Project Specific Contract #)
ITEM NO Item Code DESCRIPTION Date C of C QTY CONTRACT QTY
Notes1)
Attachment B ‐‐ Certificates of Compliance
List Certificates of Copliance and QTY's attached to this request
Project Name:
R.I. Contract No. :
F.A.P. Nos.:
1
Addendum No. 2
(Enter Project name) Invoice Date: #REF!
(Project Specific Contract #)(Project Specific Contract #)
ITEM NO Item Code DESCRIPTION Date QTY CONTRACT QTY
Notes1) List Certified Payrolls attached to this request.
Attachment C ‐‐ Certified PayrollsProject Name:
R.I. Contract No. : F.A.P. Nos.:
1
Addendum No. 2
(Enter Project name) Invoice Date: #REF!
(Project Specific Contract #)(Project Specific Contract #)
Date Subcontractor List Invoiced with this payment Total Invoiced todate Total Paid to date Remaining Balance
Notes1) List all payments to subcontractors during this period as well as to date.
Attachment D ‐‐ Subcontractor PaymentsProject Name:
R.I. Contract No. : F.A.P. Nos.:
1
Addendum No. 2
(Ent
er P
roje
ct n
ame)
Invo
ice
Dat
e:#R
EF!
(Pro
ject
Spe
cific
Con
tract
#)
(Pro
ject
Spe
cific
Con
tract
#)
Num
ber
Dat
e E
xtra
wor
k Id
entif
ied
Nam
e
C
ontr
acto
r/su
bcon
trac
tor
Issu
e D
escr
iptio
n R
I sta
ndar
d Sp
ecifi
catio
n Su
ppor
ting
Req
uest
for
Ext
ra W
ork.
Ext
ra W
ork
Val
ueR
I DO
T P
ositi
onD
ate
Is
sue
Res
olve
d
Cha
nge
Ord
er
#It
em #
Am
ount
Pa
id
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25
E‐ Poten
tial Extra W
ork
R.I.
Con
tract
No.
: F.
A.P
. Nos
.:
Proj
ect N
ame:
1
Addendum No. 2
INDEX
SPECIFICATIONS - JOB SPECIFIC
CODE TITLE PAGE
JS-i
105.02 Plans and Shop Drawings JS-1
108.01 Subletting of Contract JS-2
108.03 Prosecution and Progress JS-3
108.1000 Prosecution and Progress JS-4
109.06 Partial Payments JS-5
109.09 Acceptance and Final Payment JS-7
201.9901 Remove and Dispose Concrete Gore Marker JS-8
201.9902 Remove and Dispose Traffic Monitoring Equipment Cabinet and
Foundation
JS-10
201.9903 Remove and Dispose Traffic Monitoring Equipment Cabinet
Foundation
JS-11a
206.9901 Inlet Sediment Control Device JS-12
206.9902 Heavy-Duty Mesh Tarp for Collecting and Removing Debris at Outfalls JS-14
212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-16
213.9901 Placement of Millings at Edge-of-Pavement JS-17
401.9901 Pay Adjustments JS-19
402.9902 Friction Course JS-20
402.9903 Friction Course for Shoulders JS-23a
413 Rideability - Surface Course JS-24
415.9901 Intelligent Compaction for HMA JS-28
928 Truck-Mounted Attenuator with Truck-Mounted Flashing Arrow Board JS-36
932.9901 Sawcut of Bituminous Pavement for Concrete Gore Marker Removal JS-40
936 Mobilization JS-41
R-2
Addendum No. 2
INDEX
SPECIFICATIONS - JOB SPECIFIC
CODE TITLE PAGE
JS-ii
937.1000 Maintenance and Movement of Traffic Protection Devices JS-42
938.1000 Price Adjustments JS-43
943.0200 On-the-Job Training JS-44
944 Diesel Emissions Reduction Program JS-49
T13.9901 Remove Existing and Install New Traffic Monitoring Station - Ramps JS-50
T13.9902 Remove Existing and Install New Traffic Monitoring Station with
Double Junction Box and Loops - Ramps JS-52
T20.9903 Epoxy Resin Pavement Marking Yield Bar - White JS-54
T20.9904 Special Epoxy Resin Pavement Marking Word “Exit” - White JS-55
T20.9905 Special Epoxy Resin Pavement Marking Word “ONLY” - White JS-56
T20.9906 Epoxy Resin Pavement Marking Word “R. I. 4” - White JS-57
T20.9907 Epoxy Resin Pavement Marking Lane Reduction Arrow - White JS-58
R-2
Addendum No. 2
Date: 7/18/2017
RICN: 2017-CH-050
Page 1 of 1
CODE 402.9903 FRICTION COURSE FOR SHOULDERS DESCRIPTION.
This specification describes the requirements for friction course to be used in low-speed
shoulders constructed separately from the travel lanes.
MATERIALS.
The Materials shall be as described within the “Materials” section of Friction Course, Code
402.9902 with the exception that the binder shall meet the requirements of PG 64S-28.
CONSTRUCTION METHODS.
The Construction Methods shall be as described within the “Construction Methods” section of
Friction Course, Code 402.9902. Friction Course for Shoulders shall not be used where traffic
crosses the shoulder at ramps.
METHOD OF MEASUREMENT.
Friction Course for Shoulders shall be measured using the “Method of Measurement” section of
Friction Course, Code 402.9902.
BASIS OF PAYMENT.
The Basis of Payment shall be as described within the “Basis of Payment” section of Friction
Course, Section 402.9902.
Addendum No. 2 JS-23a
Table of Contents - Distribution of Quantities
Project Name - I-95 Resurfacing (Route 2 to Service Avenue)Estimate Name - Current - Addendum 2
R.I. Contract No. - 2017-CH-050FAP Nos: NHP-0950(376), NHPG-0950(377)
ItemCode Description Page
201.0409 REMOVE AND DISPOSE FLEXIBLE PAVEMENT 1201.0415 REMOVE AND DISPOSE GUARDRAIL AND POST ALL TYPES 1201.0428 REMOVE AND DISPOSE FRAME AND GRATE OR FRAME AND COVER 2201.0610 REMOVE AND DISPOSE DIRECTIONAL, WARNING, REGULATORY,
SERVICE, AND STREET SIGNS2
201.9901 REMOVE AND DISPOSE CONCRETE GORE MARKER 7201.9902 REMOVE AND DISPOSE TRAFFIC MONITORING EQUIPMENT CABINET
AND FOUNDATION7
206.0312 COMPOST FILTER SOCK 12 INCH DIAMETER 7206.9901 INLET SEDIMENT CONTROL DEVICE 12206.9902 HEAVY-DUTY MESH TARP FOR COLLECTING AND REMOVING DEBRIS AT
OUTFALLS12
212.2000 CLEANING AND MAINTENANCE OF EROSION CONTROLS 13213.0100 PLACEMENT OF MILLINGS BENEATH GUARDRAIL 13213.9901 PLACEMENT OF MILLINGS AT EDGE OF PAVEMENT 14401.3005 CLASS 9.5 HMA FOR MISCELLANEOUS WORK 15402.9902 FRICTION COURSE 16403.0300 ASPHALT EMULSION TACK COAT 20414.0100 WARM MIX ADDITIVE 21415.9901 INTELLIGENT COMPACTION FOR HMA 21702.0513 FRAME AND GRATE STANDARD 6.3.1 22702.0522 FRAME AND COVER STANDARD 6.2.1 22704.0100 RECONSTRUCT CATCH BASIN/CORBEL CONES 22704.0200 RECONSTRUCT MANHOLE/CORBEL CONES 22704.0300 RECONSTRUCT CATCH BASIN/VERTICAL WALLS 22704.0400 RECONSTRUCT MANHOLE/VERTICAL WALLS 22707.0900 ADJUST MANHOLES TO GRADE 23707.1100 ADJUST CATCH BASINS 23708.9040 CLEANING AND FLUSHING PIPE ALL SIZES 28708.9041 CLEANING CATCH BASINS ALL TYPES AND SIZES 37708.9042 CLEANING MANHOLES ALL TYPES AND SIZES 44901.0101 GUARDRAIL STEEL BEAM SINGLE FACE EARTH AND ASPHALT 46901.0190 GUARDRAIL STEEL BEAM ANCHORAGE APPROACH SECTION STANDARDS
34.3.1 AND 34.3.347
901.0191 GUARDRAIL STEEL BEAM ANCHORAGE TRAILING END SECTION STANDARD 34.3.4
47
901.0199 GUARDRAIL END TREATMENT, ENERGY ABSORBING TERMINAL 48914.5010 FLAGPERSONS 48914.5020 FLAGPERSONS - OVERTIME 48922.0100 TEMPORARY CONSTRUCTION SIGNS STANDARD 29.1.0 AND 27.1.1 49923.0125 ** ITEM DELETED ** 61923.0200 FLUORESCENT TRAFFIC CONES STANDARD 26.1.0 61925.0112 PORTABLE CHANGEABLE MESSAGE SIGN 62928.9901 TRUCK MOUNTED ATTENUATOR WITH TRUCK MOUNTED FLASHING ARROW
BOARD63
929.0110 FIELD OFFICE 63931.0110 CLEANING AND SWEEPING PAVEMENT 63932.0100 CUTTING AND MATCHING ASPHALT 64932.9901 SAWCUT OF BITUMINOUS PAVEMENT FOR CONCRETE GORE MARKER
REMOVAL65
935.0400 REMOVING BITUMINOUS PAVEMENT BY MICRO MILLING 66936.9901 MOBILIZATION 71937.0200 MAINTENANCE AND MOVEMENT TRAFFIC PROTECTION 71943.0200 TRAINEE MAN-HOURS 72
R - 1Addendum - 2
Index: 1
R - 2
Table of Contents - Distribution of Quantities
Project Name - I-95 Resurfacing (Route 2 to Service Avenue)Estimate Name - Current - Addendum 2
R.I. Contract No. - 2017-CH-050FAP Nos: NHP-0950(376), NHPG-0950(377)
ItemCode Description Page
944.9901 DIESEL EMISSIONS REDUCTION PROGRAM 72T05.0100 PRECAST TYPE A HANDHOLE STANDARD 18.2.0 72T05.0200 PRECAST TYPE H HEAVY DUTY HANDHOLE STANDARD 18.2.1 72T05.1030 ADJUST HANDHOLE TO GRADE 73T13.9901 REMOVE EXISTING AND INSTALL NEW TRAFFIC MONITORING
STATION- RAMPS74
T13.9902 REMOVE EXISTING AND INSTALL NEW TRAFFIC MONITORING STATION WITH DOUBLE JUNCTION BOX AND LOOPS- RAMPS
75
T15.0100 DIRECTIONAL REGULATORY AND WARNING SIGNS 75T20.0006 6 INCH WHITE FAST - DRYING WATERBORNE PAVEMENT MARKING
PAINT90
T20.0012 12 INCH WHITE FAST - DRYING WATERBORNE PAVEMENT MARKING PAINT
90
T20.0106 6 INCH YELLOW FAST - DRYING WATERBORNE PAVEMENT MARKING PAINT
91
T20.0900 BI-DIRECTIONAL CONTROL DEVICE STANDARD 20.2.0 91T20.1106 6 INCH TEMPORARY WATERBORNE PAINT PAVEMENT MARKINGS WHITE 91T20.1112 12 INCH TEMPORARY WATERBORNE PAINT PAVEMENT MARKINGS WHITE 91T20.1206 6 INCH TEMPORARY WATERBORNE PAINT PAVEMENT MARKINGS YELLOW 92T20.2006 6 INCH EPOXY RESIN PAVEMENT MARKINGS WHITE 92T20.2012 12 INCH EPOXY RESIN PAVEMENT MARKINGS WHITE 100T20.2016 6 INCH EPOXY RESIN PAVEMENT MARKINGS YELLOW 103T20.2022 EPOXY RESIN PAVEMENT MARKING WORD "ONLY" STANDARD 20.1.0 109T20.2040 ** ITEM DELETED ** 110T20.2054 ** ITEM DELETED ** 110T20.9901 ** ITEM DELETED ** 110T20.9902 ** ITEM DELETED ** 111201.9903 REMOVE AND DISPOSE TRAFFIC MONITORING EQUIPMENT CABINET
FOUNDATION111
401.9901 PAY ADJUSTMENTS 111T20.9903 EPOXY RESIN PAVEMENT MARKING YIELD BAR - WHITE 111T20.9904 SPECIAL EPOXY RESIN PAVEMENT MARKING WORD "EXIT" - WHITE 111T20.9905 SPECIAL EPOXY RESIN PAVEMENT MARKING WORD "ONLY" - WHITE 112T20.9906 EPOXY RESIN PAVEMENT MARKING WORD "R.I. 4" - WHITE 112T20.9907 EPOXY RESIN PAVEMENT MARKING LANE REDUCTION ARROW - WHITE 112201.0423 REMOVE AND DISPOSE HANDHOLE 113201.0617 REMOVE AND DISPOSE CONDUIT - ALL SIZES 113402.9903 FRICTION COURSE FOR SHOULDERS 113923.0105 DRUM BARRICADE STANDARD 26.2.0 116923.0120 PLASTIC PIPE BARRICADE STANDARD 26.3.0 116924.0113 ADVANCE WARNING ARROW PANEL 116
R - 1Addendum - 2
Index: 2
R - 2
Page 14 of 116
Distribution of Quantities
Project Name - I-95 Resurfacing (Route 2 to Service Avenue)Estimate Name - Current - Addendum 2
R.I. Contract No. - 2017-CH-050FAP Nos: NHP-0950(376), NHPG-0950(377)
Item No.
Item Code Description UM Qty. Pay Code
Seq. No.
011 213.0100 Cont. RAMP F 308.00 0005 01
RAMP G 324.00 0005 01
GENERAL PLAN NO. 25
STA. 336+55 RT TO 337+55 RT 100.00 0005 01
(95 NB)
GENERAL PLAN NO. 32
RAMP E-1 205.00 0005 01
RAMP E-2 240.00 0005 01
RAMP W-1 165.00 0005 01
GENERAL PLAN NO. 33
RAMP W-1 82.00 0005 01
GENERAL PLAN NO. 34
RAMP E-1 208.00 0005 01
GENERAL PLAN NO. 37
RAMP E-1 674.00 0005 01
RAMP W-1 422.00 0005 01
GENERAL PLAN NO. 38
RAMP E-1 1,021.00 0005 01
RAMP W-1 190.00 0005 01
GENERAL PLAN NO. 39
RAMP E-2 228.00 0005 01
Item 213.0100 Total: 5,089.00
012 213.9901 PLACEMENT OF MILLINGS AT EDGE OF CY
PAVEMENT
GENERAL PLAN NO. 07
STA. 175+72 TO STA. 176+27 LT 2.00 0005 01
STA. 176+58 TO STA. 176+63 LT 1.00 0005 01
STA. 177+10 TO STA. 178+00 LT 3.00 0005 01
GENERAL PLAN NO. 10
STA. 220+90 TO STA. 221+07 RT 1.00 0005 01
GENERAL PLAN NO. 11
STA. 221+07 TO STA. 222+65 RT 4.00 0005 01
R - 1Addendum - 2
Page 15 of 116
Distribution of Quantities
Project Name - I-95 Resurfacing (Route 2 to Service Avenue)Estimate Name - Current - Addendum 2
R.I. Contract No. - 2017-CH-050FAP Nos: NHP-0950(376), NHPG-0950(377)
Item No.
Item Code Description UM Qty. Pay Code
Seq. No.
012 213.9901 Cont. GENERAL PLAN NO. 15
RAMP D 16.00 0005 01
RAMP F 12.00 0005 01
GENERAL PLAN NO. 29
STA. 376+64 TO STA. 380+15 RT 11.00 0005 01
STA. 380+35 TO STA. 381+08 RT 3.00 0005 01
STA. 384+14 TO STA. 387+00 RT 9.00 0005 01
STA. 385+11 TO STA. 386+34 LT 3.00 0005 01
GENERAL PLAN NO. 30
STA. 387+00 TO STA. 387+50 RT 2.00 0005 01
STA. 388+35 TO STA. 396+07 LT 20.00 0005 01
STA. 390+00 TO STA. 399+00 RT 28.00 0005 01
GENERAL PLAN NO. 31
STA. 399+00 TO STA. 400+65 RT 7.00 0005 01
GENERAL PLAN NO. 32
STA. 415+75 TO STA. 416+19 RT 2.00 0005 01
GENERAL PLAN NO. 33
STA. 417+25 TO STA. 418+65 RT 3.00 0005 01
GENERAL PLAN NO. 35
STA. 442+36 TO STA. 443+02 RT 3.00 0005 01
MISC.
AS DIRECTED BY ENGINEER 130.00 0005 01
Item 213.9901 Total: 260.00
013 401.3005 CLASS 9.5 HMA FOR MISCELLANEOUS TON
WORK
AS REQUIRED FOR UTILITY
ADJUSTMENTS
PROJECT WIDE 151.00 0005 01
FOR CONCRETE GORE MARKER REMOVAL
AT CENTERVILLE ROAD RAMP D 108.00 0005 01
AT CENTERVILLE ROAD RAMP E 63.00 0005 01
AT CENTERVILLE ROAD RAMP F 49.00 0005 01
R - 1Addendum - 2
Page 15a of 116
Distribution of Quantities
Project Name - I-95 Resurfacing (Route 2 to Service Avenue)Estimate Name - Current - Addendum 2
R.I. Contract No. - 2017-CH-050FAP Nos: NHP-0950(376), NHPG-0950(377)
Item No.
Item Code Description UM Qty. Pay Code
Seq. No.
013 401.3005 Cont. AT CENTERVILLE ROAD RAMP G 49.00 0005 01
AT CENTERVILLE ROAD RAMP H 94.00 0005 01
AT CENTERVILLE ROAD RAMP J 65.00 0005 01
Addendum - 2
Page 16 of 116
Distribution of Quantities
Project Name - I-95 Resurfacing (Route 2 to Service Avenue)Estimate Name - Current - Addendum 2
R.I. Contract No. - 2017-CH-050FAP Nos: NHP-0950(376), NHPG-0950(377)
Item No.
Item Code Description UM Qty. Pay Code
Seq. No.
013 401.3005 Cont. AT I-295 NB 80.00 0005 01
AT I-295 SB 231.00 0005 01
AT ROUTE 4 SB 87.00 0005 01
MISC. ADDITIONAL
AS REQUIRED 23.00 0005 01
Item 401.3005 Total: 1,000.00
014 402.9902 FRICTION COURSE TON
GENERAL PLAN NO. 01
RAMP H 76.00 0005 01
RAMP J 102.00 0005 01
GENERAL PLAN NO. 02
RAMP H 222.00 0005 01
GENERAL PLAN NO. 03
RAMP J 277.00 0005 01
GENERAL PLAN NO. 04
ROUTE 95 NB 174.00 0005 01
ROUTE 95 SB 284.00 0005 01
GENERAL PLAN NO. 05
ROUTE 4 SB 12.00 0005 01
ROUTE 95 NB 307.00 0005 01
ROUTE 95 SB 531.00 0005 01
GENERAL PLAN NO. 06
ROUTE 95 NB 839.00 0005 01
ROUTE 95 SB 786.00 0005 01
GENERAL PLAN NO. 07
ROUTE 95 NB 894.00 0005 01
ROUTE 95 SB 643.00 0005 01
GENERAL PLAN NO. 08
ROUTE 95 NB 661.00 0005 01
ROUTE 95 SB 658.00 0005 01
GENERAL PLAN NO. 09
ROUTE 95 NB 677.00 0005 01
R - 1Addendum - 2
Page 17 of 116
Distribution of Quantities
Project Name - I-95 Resurfacing (Route 2 to Service Avenue)Estimate Name - Current - Addendum 2
R.I. Contract No. - 2017-CH-050FAP Nos: NHP-0950(376), NHPG-0950(377)
Item No.
Item Code Description UM Qty. Pay Code
Seq. No.
014 402.9902 Cont. ROUTE 95 SB 647.00 0005 01
GENERAL PLAN NO. 10
ROUTE 95 NB 666.00 0005 01
ROUTE 95 SB 665.00 0005 01
GENERAL PLAN NO. 11
ROUTE 95 NB 662.00 0005 01
ROUTE 95 SB 661.00 0005 01
GENERAL PLAN NO. 12
ROUTE 95 NB 672.00 0005 01
ROUTE 95 SB 658.00 0005 01
GENERAL PLAN NO. 13
ROUTE 95 NB 657.00 0005 01
ROUTE 95 SB 683.00 0005 01
GENERAL PLAN NO. 14
ROUTE 95 NB 783.00 0005 01
ROUTE 95 SB 895.00 0005 01
GENERAL PLAN NO. 15
RAMP D 150.00 0005 01
RAMP E 95.00 0005 01
RAMP F 90.00 0005 01
RAMP G 75.00 0005 01
ROUTE 95 NB 373.00 0005 01
ROUTE 95 SB 385.00 0005 01
GENERAL PLAN NO. 16
RAMP H 201.00 0005 01
RAMP J 183.00 0005 01
GENERAL PLAN NO. 17
RAMP D 266.00 0005 01
RAMP E 247.00 0005 01
GENERAL PLAN NO. 18
RAMP F 233.00 0005 01
RAMP G 224.00 0005 01
GENERAL PLAN NO. 19
R - 1Addendum - 2
Page 18 of 116
Distribution of Quantities
Project Name - I-95 Resurfacing (Route 2 to Service Avenue)Estimate Name - Current - Addendum 2
R.I. Contract No. - 2017-CH-050FAP Nos: NHP-0950(376), NHPG-0950(377)
Item No.
Item Code Description UM Qty. Pay Code
Seq. No.
014 402.9902 Cont. RAMP F 258.00 0005 01
RAMP G 262.00 0005 01
GENERAL PLAN NO. 20
RAMP H 31.00 0005 01
RAMP J 68.00 0005 01
GENERAL PLAN NO. 21
ROUTE 95 NB 206.00 0005 01
ROUTE 95 SB 235.00 0005 01
GENERAL PLAN NO. 22
ROUTE 95 SB 1,048.00 0005 01
GENERAL PLAN NO. 23
ROUTE 295 SB 31.00 0005 01
ROUTE 95 SB 689.00 0005 01
GENERAL PLAN NO. 24
ROUTE 295 NB 38.00 0005 01
ROUTE 95 NB 968.00 0005 01
GENERAL PLAN NO. 25
ROUTE 95 NB 822.00 0005 01
GENERAL PLAN NO. 26
ROUTE 95 NB 693.00 0005 01
ROUTE 95 SB 770.00 0005 01
GENERAL PLAN NO. 27
ROUTE 95 NB 855.00 0005 01
ROUTE 95 SB 853.00 0005 01
GENERAL PLAN NO. 28
ROUTE 95 NB 802.00 0005 01
ROUTE 95 SB 779.00 0005 01
GENERAL PLAN NO. 29
ROUTE 95 NB 770.00 0005 01
ROUTE 95 SB 742.00 0005 01
GENERAL PLAN NO. 30
ROUTE 95 NB 731.00 0005 01
ROUTE 95 SB 720.00 0005 01
R - 1Addendum - 2
Page 19 of 116
Distribution of Quantities
Project Name - I-95 Resurfacing (Route 2 to Service Avenue)Estimate Name - Current - Addendum 2
R.I. Contract No. - 2017-CH-050FAP Nos: NHP-0950(376), NHPG-0950(377)
Item No.
Item Code Description UM Qty. Pay Code
Seq. No.
014 402.9902 Cont. GENERAL PLAN NO. 31
ROUTE 95 NB 664.00 0005 01
ROUTE 95 SB 551.00 0005 01
GENERAL PLAN NO. 32
RAMP E-1 53.00 0005 01
RAMP E-2 99.00 0005 01
RAMP W-1 51.00 0005 01
ROUTE 95 NB 618.00 0005 01
ROUTE 95 SB 666.00 0005 01
GENERAL PLAN NO. 33
RAMP W-1 88.00 0005 01
RAMP W-2 115.00 0005 01
ROUTE 95 NB 932.00 0005 01
ROUTE 95 SB 888.00 0005 01
GENERAL PLAN NO. 34
RAMP E-1 87.00 0005 01
ROUTE 95 NB 844.00 0005 01
ROUTE 95 SB 892.00 0005 01
GENERAL PLAN NO. 35
ROUTE 95 NB 730.00 0005 01
ROUTE 95 SB 735.00 0005 01
GENERAL PLAN NO. 36
ROUTE 95 NB 242.00 0005 01
ROUTE 95 SB 234.00 0005 01
GENERAL PLAN NO. 37
RAMP E-1 178.00 0005 01
RAMP W-1 161.00 0005 01
GENERAL PLAN NO. 38
RAMP E-1 198.00 0005 01
RAMP W-1 114.00 0005 01
GENERAL PLAN NO. 39
RAMP E-2 56.00 0005 01
RAMP W-2 80.00 0005 01
R - 1Addendum - 2
Page 20 of 116
Distribution of Quantities
Project Name - I-95 Resurfacing (Route 2 to Service Avenue)Estimate Name - Current - Addendum 2
R.I. Contract No. - 2017-CH-050FAP Nos: NHP-0950(376), NHPG-0950(377)
Item No.
Item Code Description UM Qty. Pay Code
Seq. No.
014 402.9902 Cont. Item 402.9902 Total: 38,961.00
015 403.0300 ASPHALT EMULSION TACK COAT SY
FROM 201.0409
REMOVE AND DISPOSE FLEXIBLE 428.00 0005 01
PAVEMENT
FROM 201.9901
REMOVE AND DISPOSE CONCRETE 2,449.00 0005 01
GORE MARKER
FROM 932.9901
SAWCUT OF BITUMINOUS 170.00 0005 01
PAVEMENT FOR CONCRETE GORE
MARKER REMOVAL (3,851 LF X
4.75 IN / 12)/9
ROUTE 95 SB AND NB
GENERAL PLAN NO. 01 1,873.00 0005 01
GENERAL PLAN NO. 02 2,330.00 0005 01
GENERAL PLAN NO. 03 2,916.00 0005 01
GENERAL PLAN NO. 04 5,666.00 0005 01
GENERAL PLAN NO. 05 11,375.00 0005 01
GENERAL PLAN NO. 06 19,001.00 0005 01
GENERAL PLAN NO. 07 17,908.00 0005 01
GENERAL PLAN NO. 08 16,631.00 0005 01
GENERAL PLAN NO. 09 16,523.00 0005 01
GENERAL PLAN NO. 10 16,678.00 0005 01
GENERAL PLAN NO. 11 16,478.00 0005 01
GENERAL PLAN NO. 12 16,542.00 0005 01
GENERAL PLAN NO. 13 16,444.00 0005 01
GENERAL PLAN NO. 14 18,071.00 0005 01
GENERAL PLAN NO. 15 12,268.00 0005 01
GENERAL PLAN NO. 16 4,035.00 0005 01
GENERAL PLAN NO. 17 5,388.00 0005 01
GENERAL PLAN NO. 18 4,799.00 0005 01
R - 1Addendum - 2
Page 61 of 116
Distribution of Quantities
Project Name - I-95 Resurfacing (Route 2 to Service Avenue)Estimate Name - Current - Addendum 2
R.I. Contract No. - 2017-CH-050FAP Nos: NHP-0950(376), NHPG-0950(377)
Item No.
Item Code Description UM Qty. Pay Code
Seq. No.
035 922.0100 Cont. SIGN W20-1 ("ROAD WORK 27.00 0021 02
AHEAD") 36"X 36" (3 EACH)
Item 922.0100 Total: 3,310.00
036 923.0125 PLASTIC PIPE TYPE III BARRICADE EACH
STANDARD 26.3.1
DETOUR PLAN NO. 7
DETOUR PLAN NO. 7 0021 02
ROUTE 117 RAMP G CLOSURE PLAN
ROUTE 117 RAMP G CLOSURE PLAN 0021 02
ROUTE 117 RAMP J CLOSURE PLAN
ROUTE 117 RAMP J CLOSURE PLAN 0021 02
Item 923.0125 Total: **DELETED**
037 923.0200 FLUORESCENT TRAFFIC CONES STANDARD EACH
26.1.0
AIRPORT CONNECTOR RAMP CLOSURES
RAMP FROM AIRPORT CONNECTOR 0021 02
TO I-95 NB (RAMP W-2) CLOSED
RAMP FROM AIRPORT CONNECTOR 0021 02
TO I-95 SB (RAMP W-1) CLOSED
MPT DETAIL PLAN NO. 1
TYPICAL OFF RAMP CLOSURE 0021 02
DETAIL
MPT DETAIL PLAN NO. 2
TYP. TWO LANE CLOSURE I-95 0021 02
HIGH SPEED LANES
TYP. TWO LANE CLOSURE I-95 0021 02
LOW SPEED LANES
MPT DETAIL PLAN NO. 3
TYP. ONE LANE CLOSURE I-95 0021 02
HIGH SPEED LANE
TYP. ONE LANE CLOSURE I-95 0021 02
R - 1Addendum - 2
Page 62 of 116
Distribution of Quantities
Project Name - I-95 Resurfacing (Route 2 to Service Avenue)Estimate Name - Current - Addendum 2
R.I. Contract No. - 2017-CH-050FAP Nos: NHP-0950(376), NHPG-0950(377)
Item No.
Item Code Description UM Qty. Pay Code
Seq. No.
037 923.0200 Cont. LOW SPEED LANE
MPT DETAIL PLAN NO. 4
TYP. TWO LANE CLOSURE I-95 0021 02
CENTER TWO LANES
PROJECT WIDE
PER TRAFFIC MANAGEMENT PLANS 300.00 0021 02
Z: ADDITIONAL 300% FOR 900.00 0021 02
DAMAGED CONES
ROUTE 117 RAMP D CLOSURE PLAN
RTE 117 (EB) 0021 02
RTE 117 (WB) 0021 02
ROUTE 117 RAMP G CLOSURE PLAN
RTE 117- RAMP G CLOSURE 0021 02
ROUTE 117 RAMP J CLOSURE PLAN
RTE 117- RAMP J CLOSURE 0021 02
ROUTE 2 RAMP H CLOSURE PLAN
RTE 2- RAMP H CLOSURE 0021 02
Item 923.0200 Total: 1,200.00
038 925.0112 PORTABLE CHANGEABLE MESSAGE SIGN PDAY
AIRPORT CONNECTOR ON-RAMPS
RAMP W-1 14.00 0021 02
RAMP W-2 8.00 0021 02
MAINLINE I-95
AS REQUIRED 189.00 0021 02
LANE AND SHOULDER CLOSURES 120.00 0021 02
MPT PLAN 1 (TYP OFF-RAMP
CLOSURE)
I-95 NB (EXIT 08B) 24.00 0021 02
I-95 NB (EXIT 10) 25.00 0021 02
I-95 NB (EXIT 13) 26.00 0021 02
I-95 SB (EXIT 10A) 24.00 0021 02
I-95 SB (EXIT 10B) 24.00 0021 02
R - 1Addendum - 2
Page 62a of 116
Distribution of Quantities
Project Name - I-95 Resurfacing (Route 2 to Service Avenue)Estimate Name - Current - Addendum 2
R.I. Contract No. - 2017-CH-050FAP Nos: NHP-0950(376), NHPG-0950(377)
Item No.
Item Code Description UM Qty. Pay Code
Seq. No.
038 925.0112 Cont. I-95 SB (EXIT 13) 27.00 0021 02
ROUTE 117 ON-RAMPS
RAMP D 4.00 0021 02
RAMP G 5.00 0021 02
Addendum - 2
Page 113 of 116
Distribution of Quantities
Project Name - I-95 Resurfacing (Route 2 to Service Avenue)Estimate Name - Current - Addendum 2
R.I. Contract No. - 2017-CH-050FAP Nos: NHP-0950(376), NHPG-0950(377)
Item No.
Item Code Description UM Qty. Pay Code
Seq. No.
S076 T20.9907 Cont. SIGNING & STRIPING PLAN NO. 22
I-295 SB 1.00 0021 02
I-95 SB 2.00 0021 02
SIGNING & STRIPING PLAN NO. 23
I-295 SB 3.00 0021 02
Item T20.9907 Total: 13.00
077 201.0423 REMOVE AND DISPOSE HANDHOLE EACH
GENERAL PLAN NO. 23
SOUTHBOUND AVC/WIM STATION 3.00 0005 01
GENERAL PLAN NO. 29
TRAFFIC MONITORING STATION 1.00 0005 01
350016 (SB)
TRAFFIC MONITORING STATION 1.00 0005 01
350017 (NB)
Item 201.0423 Total: 5.00
078 201.0617 REMOVE AND DISPOSE CONDUIT - ALL LF
SIZES
GENERAL PLAN NO. 23
SOUTHBOUND AVC/WIM STATION 182.00 0005 01
GENERAL PLAN NO. 29
TRAFFIC MONITORING STATION 10.00 0005 01
350016 (SB)
TRAFFIC MONITORING STATION 7.00 0005 01
350017 (NB)
Item 201.0617 Total: 199.00
079 402.9903 FRICTION COURSE FOR SHOULDERS TON
GENERAL PLAN NO. 04
STA. 142+98 TO 149+00 RT (NB) 68.00 0005 01
STA. 150+00 TO 151+25 LT (SB) 13.00 0005 01
GENERAL PLAN NO. 05
R - 1Addendum - 2
Page 114 of 116
Distribution of Quantities
Project Name - I-95 Resurfacing (Route 2 to Service Avenue)Estimate Name - Current - Addendum 2
R.I. Contract No. - 2017-CH-050FAP Nos: NHP-0950(376), NHPG-0950(377)
Item No.
Item Code Description UM Qty. Pay Code
Seq. No.
079 402.9903 Cont. STA. 149+00 TO 153+83 RT (NB) 54.00 0005 01
STA. 151+25 TO 162+50 LT (SB) 117.00 0005 01
STA. 155+09 TO 160+65 RT (NB) 62.00 0005 01
GENERAL PLAN NO. 06
STA. 160+65 TO 166+50 RT (NB) 63.00 0005 01
STA. 162+50 TO 174+32 LT (SB) 120.00 0005 01
GENERAL PLAN NO. 07
STA. 174+32 TO 185+69 LT (SB) 115.00 0005 01
STA. 181+00 TO 185+00 RT (NB) 53.00 0005 01
GENERAL PLAN NO. 08
STA. 185+00 TO 197+00 RT (NB) 147.00 0005 01
STA. 185+69 TO 197+35 LT (SB) 117.00 0005 01
GENERAL PLAN NO. 09
STA. 197+00 TO 209+00 RT (NB) 131.00 0005 01
STA. 197+35 TO 209+00 LT (SB) 118.00 0005 01
GENERAL PLAN NO. 10
STA. 209+00 TO 221+04 LT (SB) 122.00 0005 01
STA. 209+00 TO 221+06 RT (NB) 134.00 0005 01
GENERAL PLAN NO. 11
STA. 221+04 TO 232+99 LT (SB) 123.00 0005 01
STA. 221+06 TO 233+03 RT (NB) 123.00 0005 01
GENERAL PLAN NO. 12
STA. 232+99 TO 245+02 LT (SB) 124.00 0005 01
STA. 233+03 TO 245+06 RT (NB) 120.00 0005 01
GENERAL PLAN NO. 13
STA. 245+02 TO 255+00 LT (SB) 111.00 0005 01
STA. 245+06 TO 257+02 RT (NB) 133.00 0005 01
GENERAL PLAN NO. 14
STA. 257+02 TO 261+00 RT (NB) 42.00 0005 01
GENERAL PLAN NO. 21
STA. 314+00 TO 317+04 RT (NB) 33.00 0005 01
GENERAL PLAN NO. 23
STA. 332+00 TO 340+00 LT (SB) 81.00 0005 01
Addendum - 2
Page 115 of 116
Distribution of Quantities
Project Name - I-95 Resurfacing (Route 2 to Service Avenue)Estimate Name - Current - Addendum 2
R.I. Contract No. - 2017-CH-050FAP Nos: NHP-0950(376), NHPG-0950(377)
Item No.
Item Code Description UM Qty. Pay Code
Seq. No.
079 402.9903 Cont. GENERAL PLAN NO. 24
STA. 317+04 TO 329+00 RT (NB) 129.00 0005 01
GENERAL PLAN NO. 25
STA. 329+00 TO 335+00 RT (NB) 65.00 0005 01
GENERAL PLAN NO. 26
STA. 340+00 TO 343+50 LT (SB) 33.00 0005 01
STA. 345+50 TO 350+50 RT (NB) 56.00 0005 01
GENERAL PLAN NO. 27
STA. 360+75 TO 364+00 LT (SB) 12.00 0005 01
GENERAL PLAN NO. 28
STA. 364+00 TO 366+75 LT (SB) 31.00 0005 01
GENERAL PLAN NO. 29
STA. 377+50 TO 387+00 LT (SB) 102.00 0005 01
STA. 380+00 TO 387+00 RT (NB) 75.00 0005 01
GENERAL PLAN NO. 30
STA. 387+00 TO 398+00 RT (NB) 118.00 0005 01
STA. 387+00 TO 399+00 LT (SB) 145.00 0005 01
GENERAL PLAN NO. 31
STA. 399+00 TO 407+00 LT (SB) 99.00 0005 01
GENERAL PLAN NO. 32
STA. 411+00 TO 417+00 RT (NB) 66.00 0005 01
GENERAL PLAN NO. 33
STA. 417+00 TO 420+75 RT (NB) 41.00 0005 01
STA. 423+50 TO 429+00 LT (SB) 61.00 0005 01
GENERAL PLAN NO. 34
STA. 429+00 TO 431+00 LT (SB) 22.00 0005 01
STA. 438+50 TO 441+00 RT (NB) 27.00 0005 01
GENERAL PLAN NO. 35
STA. 441+00 TO 453+06 RT (NB) 145.00 0005 01
STA. 443+00 TO 453+06 LT (SB) 112.00 0005 01
GENERAL PLAN NO. 36
STA. 453+06 TO 457+00 LT (SB) 43.00 0005 01
STA. 453+06 TO 457+00 RT (NB) 47.00 0005 01
Addendum - 2
Page 116 of 116
Distribution of Quantities
Project Name - I-95 Resurfacing (Route 2 to Service Avenue)Estimate Name - Current - Addendum 2
R.I. Contract No. - 2017-CH-050FAP Nos: NHP-0950(376), NHPG-0950(377)
Item No.
Item Code Description UM Qty. Pay Code
Seq. No.
079 402.9903 Cont. Item 402.9903 Total: 3,753.00
080 923.0105 DRUM BARRICADE STANDARD 26.2.0 BDAY
PROJECT WIDE
AS REQUIRED 3,000.00 0021 02
Item 923.0105 Total: 3,000.00
081 923.0120 PLASTIC PIPE BARRICADE STANDARD EACH
26.3.0
DETOUR PLAN NO. 7
AS REQUIRED 5.00 0021 02
ROUTE 117 RAMP G CLOSURE PLAN
AS REQUIRED 3.00 0021 02
ROUTE 117 RAMP J CLOSURE PLAN
AS REQUIRED 3.00 0021 02
Item 923.0120 Total: 11.00
082 924.0113 ADVANCE WARNING ARROW PANEL PDAY
PROJECT WIDE
AS REQUIRED 400.00 0021 02
Item 924.0113 Total: 400.00
Addendum - 2