<<

GENERAL NOTES FOR BRIDGE "A" CONTINUED OKLAHOMA DEPARTMENT OF TRANSPORTATION

FED. FISCAL SHEET TOTAL STATE JOB PIECE NO. DIST. NO. YEAR NO. SHEETS : 6 OKLA. 27946(04) A 2'-0" thick layer of Type I-A Plain Riprap with a 6" thick layer of Type I-A Filter Blanket shall be placed at the locations shown on the plans. The Riprap REVISIONS The Contractor shall also furnish satisfactory evidence to the State of Oklahoma that DESCRIPTION DATE shall have a minimum stone size of 2'-0". The Filter Blanket shall be placed in they have provided insurance of the kinds and amounts as specified in the Special one layer. Provisions for "RAILROAD INSURANCE" and in the BNSF Railway Contractor's General Construction Agreement, Exhibits C and C-1. (PL) INSTALLATION OF BRIDGE ITEMS (TYPE A): 27946(04) PAY QUANTITIES Provide and install two (2) Kiosk Pilasters as specified in the plans. See The Contractor will be required to enter into a Contractor's General Construction 0200 BRIDGE "A" "KIOSK PILASTER DETAILS" sheets for locations and additional information. Agreement, Exhibits C and C-1, with the BNSF Railway Company before they will be ITEM DESCRIPTION UNIT QUANTITY allowed on the railroad's right-of-way. All costs of providing and installing the kiosk pilasters as specified or as 501(B) 1307 SUBSTRUCTURE EXCAVATION COMMON (BR-1) C.Y. 301.800 shown in the plans including but not limited to excavation, materials, 501(G) 6309 CLSM BACKFILL (BR-1) C.Y. 427.700 aesthetic patterns, staining, mock-ups, quality control, labor, fabrication, PRE-WORK MEETING: 503(A) 1313 PRESTRESSED CONCRETE BEAMS (TYPE IV) (BR-1) L.F. 21,802.500 equipment and any incidentals necessary shall be included in the price bid Prior to working on the BNSF Railway Company's right-of-way or in the vicinity of per Lump Sum of "(PL) INSTALLATION OF BRIDGE ITEMS (TYPE A)". their tracks, you MUST contact the local roadmaster for the BNSF Railway Company to 503(A) 6290 PRESTRESSED CONCRETE BEAMS (TYPE J BT) (BR-1) L.F. 1,892.400 coordinate your work. It is VITAL that you have contact with the BNSF Railway 504(A) 1304 APPROACH SLAB (BR-1) S.Y. 534.200 (PL) INSTALLATION OF BRIDGE ITEMS (TYPE B): Company Roadmaster prior to getting on the railroad's property. 504(B) 1305 SAW- GROOVING (BR-1) S.Y. 30,562.100 Provide and install two (2) North Entry Pilasters as specified in the plans. See "ENTRY PILASTER DETAILS" sheets for locations and additional information. 504(C) 6250 SEALED EXPANSION JOINT (BR-1) L.F. 838.400

COORDINATION WITH RAILROAD: 504(E) 6190 42" F-SHAPED PARAPET (BR-1) (BR-4) L.F. 7,571.400 All costs of providing and installing the north entry pilasters as specified or as The Contractor shall conduct construction operations in a manner which will not shown in the plans including but not limited to excavation, materials, 504(F) 6006 HANDRAILING (BR-1) L.F. 3,785.700 delay or interfere with train operations. Construction activity within 25 (twenty- Onyx Stone Light Cover, conduit, junction box, aesthetic patterns, staining, mock-ups, five) feet of active tracks will require a flagman to be provided by the BNSF Railway 506(A) 1322 STRUCTURAL STEEL (BR-1) LB. 29,139.000 quality control, labor, fabrication, equipment and any incidentals necessary shall be Company at the Contractor's expense. 506(A) 4050 STRUCTURAL STEEL M270 50W (BR-1) LB. 1,835,180.000 included in the price bid per Lump Sum of "(PL) INSTALLATION OF BRIDGE ITEMS (TYPE B)".

507(A) 6170 STAINLESS STEEL FIXED BEARING ASSEMBLY (BR-1) EA. 136.000 The Contractor shall give written notice to the BNSF Railway Company Roadmaster, (PL) INSTALLATION OF BRIDGE ITEMS (TYPE C): a minimum of 30 (thirty) calendar days in advance of when flagging is required. 507(B) 6174 STAINLESS STEEL EXPANSION BEARING ASSEMBLY (BR-1) EA. 350.000 Provide and install two (2) South Entry Pilasters as specified in the plans. See 509 6152 SPECIAL CONCRETE FINISH (BR-1) (BR-2) S.Y. 2,627.000 "ENTRY PILASTER DETAILS" sheets for locations and additional information. Special permission must be obtained from the BNSF Railway Company before moving any equipment or other objects which could make the track impassible if it fell 509(A) 1326 CLASS AA CONCRETE (BR-1) C.Y. 7,970.900 All costs of providing and installing the entry pilaster as specified or as within the area shown on the construction clearance diagram. 509(B) 1328 CLASS A CONCRETE (BR-1) C.Y. 3,585.300 shown in the plans including but not limited to excavation, materials, 509(D) 1331 CLASS C CONCRETE C.Y. 4.300 Onyx Stone Light Cover, conduit, junction box, aesthetic patterns, staining, Railroad flaggers, protective services, and protective devices will be required, mounting of existing plaque, mock-ups, quality control, labor, fabrication, equipment but not limited to, events when: 511 6306 MECHANICAL SPLICES (BR-1)(BR-3) EA. 68.000 and any incidentals necessary shall be included in the price bid per 511(A) 1332 REINFORCING STEEL (BR-1) LB. 122,892.000 Lump Sum of "(PL) INSTALLATION OF BRIDGE ITEMS (TYPE C)". - The Contractor work activities are within 25 (twenty-five) feet of the track, measured from the track centerline. 511(B) 6010 EPOXY COATED REINFORCING STEEL (BR-1) LB. 3,188,824.000 (PL) INSTALLATION OF BRIDGE ITEMS (TYPE D): - Activities are over or under the track. 514(A) 6010 PILES, FURNISHED (HP 10X42) L.F. 410.000 Provide and install Pedestrian Rail and all associated components on the south - Cranes or similar equipment will not be positioned where they could foul the 514(A) 6011 PILES, FURNISHED (HP 12X53) L.F. 1,681.000 side of the bridge, approach slab and around the Lexington Informational Kiosk as track if they tipped over or experienced some other catastrophic event. shown on Sheets 158, 159, and as specified in the plans. Remove, clean, and re-use - In the opinion of the BNSF Railway Company Representative: 514(B) 6292 PILES, DRIVEN (HP 10X42) L.F. 410.000 metal railing from existing bridge as specified in the plans. See "SUPERSTRUCTURE" 1) It is necessary to safeguard the BNSF Railway Company property, employees 514(B) 6294 PILES, DRIVEN (HP 12X53) L.F. 1,681.000 sheets for lengths and installation. trains, engines, and facilities. 514(L) 6220 PILE SPLICE,H-PILE (NON-BIDDABLE) EA. 1.000 2) When any excavation is performed below the bottom of the elevations and All costs of materials, labor, equipment, removing existing railing, cleaning, track or other BNSF Railway Company facilities may be subject to movement 515(A) 6013 WATER REPELLENT (VISUALLY INSPECTED) (BR-1) S.Y. 16,649.000 storing, painting, and installing the metal railing as specified or as shown in the or settlement. 516(A) 6096 DRILLED SHAFTS 60" DIAMETER L.F. 4,480.000 plans including but not limited to concrete, reinforcing steel,sealed isolation joint, 3) When work in any way interferes with the safe operation of trains and quality control,labor, fabrication, equipment and any incidentals necessary shall timetable speeds. 516(A) 6098 DRILLED SHAFTS 72" DIAMETER L.F. 2,016.000 be included in the price bid per Lump Sum of "(PL) INSTALLATION OF BRIDGE ITEMS (TYPE D)". 4) When any hazard is presented to railroad track, signals, communications, 516(C) 6200 EA. 38.000 electrical or other facilities either due to person, material, equipment, 523(A) 6550 SEALER CRACK PREPARATION (BR-1) L.F. 1,814.800 (PL) INSTALLATION OF BRIDGE ITEMS (TYPE E): or blasting in the area. Provide and install the North Roadway Fence as specified in the plans. See "NORTH 523(B) 6560 SEALER RESIN (BR-1) GAL. 14.800 ROADWAY FENCE DETAILS" sheet for locations and additional information. 542 4610 (PL) INSTALLATION OF BRIDGE ITEMS (TYPE A) LSUM 1.000 PROTECTION OF RAILROAD UNDER BRIDGE: 542 4620 (PL) INSTALLATION OF BRIDGE ITEMS (TYPE B) LSUM 1.000 All costs of materials, labor, equipment, and any incidentals necessary to complete The Contractor shall be responsible for protecting the railroad track bed during all work to construct North Roadway Fence as shown in the plans shall be included in the construction operations. Prior to any work being started, a proposed method of preventing 542 4630 (PL) INSTALLATION OF BRIDGE ITEMS (TYPE C) LSUM 1.000 price bid per Each of "(PL) INSTALLATION OF BRIDGE ITEMS (TYPE E)". debris from falling on the railroad track bed shall be submitted to the railroad 542 4640 (PL) INSTALLATION OF BRIDGE ITEMS (TYPE D) (BR-5) LSUM 1.000 representative for his approval. Allow six weeks for BNSF Railway Company to review. 542 4655 (PL) INSTALLATION OF BRIDGE ITEMS (TYPE E) EA. 1.000

(PL) INSTALLATION OF BRIDGE ITEMS (TYPE F): The Contractor shall not be permitted to leave any worker scaffolding in place in 542 4665 (PL) INSTALLATION OF BRIDGE ITEMS (TYPE F) EA. 1.000 Provide and install the South Pedestrian Fence as specified in the plans. See "SOUTH working position. At the end of each workday, the scaffolding shall be removed and set 601(B) 1353 TYPE I-A PLAIN RIPRAP TON 4,251.000 PEDESTRIAN FENCE DETAILS" sheet for locations and additional information. a safe distance from any operating railway line. Scaffolding shall at all times maintain the minimum clearance as shown on the "BNSF MINIMUM CONSTRUCTION CLEARANCE ENVELOPE" on 601(C) 1355 TYPE I-A FILTER BLANKET TON 744.000 All costs of materials, labor, equipment, and any incidentals necessary to complete this sheet. 613(H) 6204 6" PERFORATED PIPE UNDERDRAIN ROUND (BR-1) L.F. 160.000 work to construct South Pedestrian Fence as shown in the plans shall be included in 613(I) 6207 6" NON-PERF. PIPE UNDERDRAIN RND. L.F. 60.000 the price bid per Each of "(PL) INSTALLATION OF BRIDGE ITEMS (TYPE F)". DEMOLITION OF STRUCTURES OVER RAILROAD: 619(D) 1397 REMOVAL OF EXISTING BRIDGE STRUCTURE LSUM 1.000 All demolition plans for removal of structures over railroad lines shall be reviewed and USGS GAGING STATION: approved by the BNSF Railway Company before any removal begins. The Contractor shall allow BR-1: There is an existing USGS Gaging Station attached to the existing bridge. The a minimum of 6 weeks for review by the BNSF Railway Company. Contractor is required to notify the USGS at least 10 working days before any Payment for this item will be based on the plan quantities only. See Section 109.01.B of the Standard Specifications. demolition work is started in order to remove the Gaging Station equipment. Demolition of structures will be performed in accordance with the Railway's "Instructions for Preparation of Demolition Plans for Structures Over BNSF Railroad". The Contractor shall notify: BR-2: See "SUMMARY OF PAY QUANTITIES AND NOTES (BRIDGE) (SHEET 1 OF 2) AND DRAINAGE: Mr. James Hanlon - USGS for specifications and requirements. The Contractor will install, maintain and remove all erosion control measured deemed Cell: 405-833-2531 necessary within the railroad right of way. BR-3: Office: 405-810-4419 Mechanical couplers shall only be used in Phase 1 Construction BNSF RAILWAY COMPANY NOTES: The Contractor will maintain the railroad drainage at all times when working within at Abutment 1 and Abutment 2. the railroad right of way. NOTIFICATION OF WORK: BR-4: The Contractor is required to give the BNSF Railway Company at least 10 working days Includes 3,785.70 Linear Feet of 42" F-Shaped Rail and 3,785.70 advance notice, in writing, before any work is started on the site. To avoid hazards, RAIL TRAFFIC: Linear Feet of Modified 42" F-Shaped Rail. See Sheet 156, 157 and 192 the BNSF Railway Company may have a representative present, if deemed necessary, for The BNSF Railway Company has twenty-six (26) trains per day at 49 MPH, on the Red Rock for Additional Information. the purpose of inspection and the issuance of any appropriate instructions for railway Subdivision. Rail traffic is for information purposes only. Actual rail traffic may vary. operations during the demolition and new bridge construction on US-77 in Purcell, McClain County as it relates to the BNSF Railway Company's property that intersects GEOTECHNICAL REPORT NOTES 30'-0" BR-5: with the project. (AARDOT 012 239W, Milepost 417.2) 15'-0" 15'-0" Paint Existing Railing in accordance with The following five geotechnical reports have been prepared by Terracon Consultants, Section 512 of the Standard Specifications The Contractor shall notify: ! Track INC. for this project. using Category "E" Applications. Mr. Issacc Mouton Ms. Kamie Young Collection and Handling of waste from the existing Roadmaster Manager Public Projects DATE DESCRIPTION railingshall be in accordance with Section 512 of BNSF Railway Company BNSF Railway Company February 4, 2015 Pedological and Geological Survey the Standard Specifications for Hazardous and 7233 S. Air Depot Blvd. 4515 Kansas Avenue February 10, 2015 In Place Survey Non-Hazardous Waste. Oklahoma City, OK 73135 Kansas City, KS 66106 "

Phone: 405-670-7688 Phone: 913-551-4484 February 12, 2015 Shoulder Soil Survey 6 - [email protected] [email protected] '

March 10, 2015 Survey 1

2 US-77 OVER CANADIAN RIVER DESIGN JTR 11/14 FLAGGING AND INSURANCE: June 29, 2015 Bridge Borings BRIDGE "A" Flagging and Insurance shall be provided as specified in Section 107 of the Standard Top of Rail DETAIL JTR 11/14 Specifications and in the Special Provisions for "RAILROAD FLAGGING" (See Proposal for Locations of soil borings are included in the plans. the Geotechnical Reports are SUMMARY OF PAY QUANTITIES CHECK MJY 12/14 Special Provisions) and what is stated in the BNSF Railway Company Contractor's General available for review at the Office Engineer Division, ODOT, 200 N.E. 21st Street, Construction Agreement, Exhibits C and C-1. BNSF Railway Company, at their discretion, Oklahoma City, OK 73105. Any information contained in the Geotechnical Report should AND GENERAL NOTES (BRIDGE) shall provide Flagging for the railway during the bridge demolition and construction not be construed as representative of all field conditions. (SHEET 2 OF 2) operations. BNSF MINIMUM CONSTRUCTION DEPARTMENT OF TRANSPORTATION The Contractor is required to reimburse BNSF Railway Company for flagging services CLEARANCE ENVELOPE provided. JOB PIECE NO. 27946(04) SHEET NO. 7

8:30:33 AM L:\2013\13037260 - ODOT EC-1456 US-77 over Canadian River\Drawings\SUBMT\2017-05-24 PS&E Update\AB02-27946(04)-SUMMARY OF PAY QUANTITIES AND GENERAL NOTES (SHEET 2 OF 2).dgn 5/24/2017 McCLAIN AND CLEVELAND COUNTY