RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY NEWPORT, RHODE ISLAND CONTRACT NO

Size: px
Start display at page:

Download "RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY NEWPORT, RHODE ISLAND CONTRACT NO. 15-08"

Transcription

1 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY NEWPORT, RHODE ISLAND CONTRACT NO STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH FOR THE EAST PASSAGE CROSSING OF NARRAGANSETT BAY (NEWPORT/PELL BRIDGE) April, 2015

2 WARNING This Contract 15-08: Steel Repairs and Protective Coating - West Approach - for the Newport/Pell Bridge over the East Passage of Narragansett Bay, represents Sensitive Security Information (SSI) and is classified to non-a formal distribution list. These documents are of a securitysensitive nature and are not to be made available under any Right to Know or Freedom of Information Request without a documented need to know. Unauthorized possession or use of these documents without prior written consent of the Rhode Island Turnpike and Bridge Authority is a violation of State and Federal Laws. Violators will be prosecuted to the fullest extent of the law. Misuse of SSI may result in severe penalties. In accordance with 49 CFR Part 1520, it is recognized that the Coast Guard may share SSI with Federal, State, and local agencies as well as others that need to know the information to protect the security of personnel and property against terrorism and other unlawful acts, while declaring the information unavailable to the public. Critical material should be safeguarded at all times from disclosure to persons who do not have a need to know.

3 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY JAMESTOWN, RHODE ISLAND CONTRACT NO STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH FOR THE EAST PASSAGE CROSSING OF NARRAGANSETT BAY (NEWPORT/PELL BRIDGE) TABLE OF CONTENTS Page 1 of 2 Description Page Notice to Contractors A-1 to A-4 List of Drawings D-1 Proposal P-1 to P-12 Statement of Qualifications Prime Contractor and Painting Contractor 1 to 37 Proposal Bond PB-1 Contract Agreement C-1 to C-3 Confidentiality Agreement Non-Collusion Affidavit and Verification Minority/Disadvantaged/Woman-Owned Business Enterprise Affidavit and Verification Inspection Affidavit Certification of Compliance for Paint System for New Steel and Existing Steel Requiring Total Coating Removal Wage Rates Contract Performance Bond Payment Bond Project Specifications CA-1 NC-1 MDWBEAV-1 IA-1 CERTCOMP-1 WR-1 CPB-1 to CPB-2 PAB-1 to PAB-2 i Special Provisions Division I - General Requirements and Covenants I-1 to I-45 TC-1

4 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY JAMESTOWN, RHODE ISLAND CONTRACT NO STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH FOR THE EAST PASSAGE CROSSING OF NARRAGANSETT BAY (NEWPORT/PELL BRIDGE) TABLE OF CONTENTS Page 2 of 2 Description Page Division II - Construction Details Sections 914 through 937 II-1 to II-13 Section 825 Painting Structural Steel to Section 826 Personnel and Environmental Protection to Section 943 Steel Fabrication and Installation to Section 944 Haunch Removal to Section 999 Best Management Practice Program to TC-2

5 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY JAMESTOWN, RHODE ISLAND NOTICE TO CONTRACTORS CONTRACT STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH NEWPORT/PELL BRIDGE APRIL 2015 Proposals addressed to the Rhode Island Turnpike and Bridge Authority for Contract No Steel Repairs and Protective Coating West Approach for the East Passage Crossing of Narragansett Bay (Newport/Pell Bridge) will be received by the Authority at One East Shore Road, Jamestown, Rhode Island 02835, until 1:00 PM on May 29, This Contract shall consist of cleaning existing steel and applying protective coating and performing superstructure steel repairs at the West approach, within the project limits as outlined in Section 104, Scope of Work, included herewith, the Contract Drawings and the Contract Specifications. Proposal form, Contract Drawings, Supplementary Specifications and other Contract Documents for the work are available through electronic file through the office of the Rhode Island Turnpike and Bridge Authority and can be purchased from the office of the Authority on payment of a non-refundable fee of two hundred fifty dollars ($250.00) by cash or money order payable to the order of Rhode Island Turnpike and Bridge Authority. Prospective bidders must fill out and return to the Authority a Confidentiality Agreement before Contract Documents are made available. The proposal shall be submitted in hard copy format utilizing the forms included in the Contract Documents. Bidders shall submit two hard copies of the proposal to the Authority. The Drawings and Specifications consisting of the State of Rhode Island Standard Specifications for Road and Bridge Construction, 2010 Edition with all amendments and supplements through April 2012, supplemental specifications, and special provisions of the Rhode Island Turnpike and Bridge Authority may be examined at the office of the Authority, Administration Building, Newport/Pell Bridge, Jamestown, Rhode Island during office hours. Standard Specifications shall be obtained from the State of Rhode Island, Department of Transportation, State Office Building, Providence Prospective bidders are notified that it is a mandatory requirement that a representative of the bidder must attend the Pre-Bid Meeting including a site visit. Bids received from firms that were not represented at the Pre-Bid Meeting and site visit will be rejected. Prospective bidders or their representatives may not contact any employee of the Authority or Parsons Brinckerhoff regarding this contract from the date of advertisement through the bid date, except in writing. Questions or clarifications concerning the contract documents shall be accepted only after the Pre-Bid Meeting. A schedule of important contract dates is given at the end of this section. Questions or clarifications concerning the contract documents shall be submitted by to [email protected] and copied to [email protected] no later than 4:00 PM on April 24, All Bidders are required to attend the Pre-Bid Meeting and shall be dressed A-1

6 appropriately for a site visit (hardhat, safety vest, sturdy shoes, work gloves, and body harness with dual lanyards). All Bidders representatives attending the site visit shall sign a waiver provided by the Authority. The Bidder's attention is directed to the fact that the Rhode Island Turnpike and Bridge Authority is soliciting bids from qualified contractors who shall assume the sole responsibility for the quality of materials and workmanship. Statement of Qualifications forms to be completed by each Bidder to enable the Authority to evaluate company and personnel experience, equipment and financial status will be attached to each Proposal. The Statement of Qualifications forms for this contract include forms for the Prime Contractor, and major subcontractors, including at a minimum, qualifications for the entities performing the steel repairs, the painting and the installation/removal of scaffolding and containment. The Prime Contractor shall identify their role and the role of each major subcontractor. Any requirements within the RIDOT Standard Specifications or Special Provisions that require the Prime Contractor to perform a minimum percentage of Contract work are superseded by RITBA s requirements. Any RIDOT standard specification requirements that the Prime Contractor perform work that represents a majority of contract value will be waived. The Steel Repair Contractor/Subcontractor is intended to refer to the entity that will perform steel repairs. The Painting Contractor/Subcontractor is intended to refer entity that will perform the removal of existing coating system (full commercial blast to SP10) and installation of new three coat system. The Scaffolding Contractor/Subcontractor is intended to refer to the entity that installs and maintains scaffolding required to perform steel repair and/or painting work. The Authority will consider the qualifications of the Prime Contractor, the Steel Repair Contractor/Subcontractor, the Painting Contractor/Subcontractor and the Scaffolding Contractor/Subcontractor. The Authority will also consider the teaming experience of the team proposed by the Prime Contractor. The Authority may evaluate against the Prime Contractor, if it is in the best interest of the Authority. In such case, this may be a just cause of rejecting the Prime Contractors bid. For joint ventures (JV), (including JVs at the prime contractor, steel repair contractor/subcontractor, painting contractor/subcontractor and scaffolding contractor/subcontractor levels) all the parties comprising the joint venture shall complete the Statement of Qualifications individually and the JV shall enclose their partnership agreement with the bid. Financial statements of each party shall be submitted with the Statement of Qualifications. Also included shall be the listing of the personnel and their respective responsibilities in the JV. All other bid and Contract forms shall be executed by the JV. A mission or purpose statement indicating breakdown of work, if applicable, shall also be enclosed with the bid. The Authority shall consider the JV and its underlying parties and may evaluate against the JV, if it is in the best interest of the Authority. In such case, this may be a just cause of rejecting such a bid. Failure of any Bidder to submit completed Statement of Qualifications forms with his Proposal may be a cause for rejection of his bid. No change shall be made in the phraseology of the Proposal or in the items mentioned therein. Proposals that contain any omissions, erasures, alterations, additions or items not called for in the Proposal or that contain irregularities of any kind, may be rejected as not responsive. A-2

7 A certified check payable to the Rhode Island Turnpike and Bridge Authority in an amount not less than ten (10) percent of the total amount of the bid price, or a bid bond not less than ten (10) percent of the total amount of the bid price, must accompany each Proposal as a guarantee that the Contract will be entered into, if awarded. Proposal guarantees will be returned after the Contract has been executed. Each Proposal shall be addressed as previously given and delivered through the mail, or otherwise delivered to that address. Proposals, with accompanying check or bid bond, shall be enclosed in an opaque sealed envelope that will be suitably marked. Any bond required under the provisions of this Contract and Proposal shall only be issued by and originate with an agent lawfully constituted, licensed and registered in the State of Rhode Island. A Contract Performance Bond of one hundred (100) percent of the Contract price with a surety company that is satisfactory to the Authority will be required of the successful Bidder. The Authority reserves the right to reject any or all bids or to waive any informality in bids received. The Authority will consider only those bids received from parties who have obtained contract documents directly from the Authority. Bids received from firms whose names are not recorded by the Authority as having secured documents for this Contract will be rejected. The Authority intends to award the Contract, if an award is made, as soon as practicable after receipt and evaluation of bids. The Authority will not be obligated to make the award to the low bidder but may select the bidder it deems most qualified based on its review of the post qualification proposal materials. The successful Bidder shall execute and deliver the Contract and the required Contract Performance Bond and evidence of specified insurance coverage, upon receipt of Notice of Intent to Award. Notice to Proceed and execution of the Contract will be given upon approval of contractor s insurance and bonds; and Contractor shall start work within three (3) calendar days after receipt of Notice to Proceed but may not start the work before the required bonds and insurance policies have been submitted and approved, or as otherwise stated herein, and shall complete the work on or before the date indicated in the Proposal. Important Bid Dates and the projected schedule for the project: 1. Advertise Contract on RIVIP April 6, Drawings Available to Contractors April 13, Mandatory Pre-Bid Meeting at 1:00 PM on April 16, Deadline for written questions by Contractors 4:00 PM on April 24, Answers to Contractors Questions and any Addendum Distribution 4:00 PM April 29, Receive proposals by 1:00 PM on May 29, 2015 A-3

8 7. Review and evaluate proposals for presentation of recommendation for award at June 10, 2015 Board Meeting. 8. Notice of Intent to Award on June 11, Contractor to submit required insurance and Contract Bond by June 17, Execute Contract and issue Notice to Proceed by June 19, Contractor to start work on June 22, Contractor shall complete the work on or before November 30, 2016 and according to the Milestones. RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY A-4

9 SHEET NO. DWG NO. DESCRIPTION LIST OF DRAWINGS GENERAL DRAWINGS NA NA TITLE PAGE 1 G-1 INDEX OF DRAWINGS, QUANTITIES, ABBREVIATIONS, AND LEGEND 2 G-2 GENERAL NOTES 3 G-3 GENERAL PLAN AND ELEVATION/LOCATION OF WORK PROTECTIVE COATING DRAWINGS 4 PC-1 PROTECTIVE COATING CLEANING AND PAINTING LIMITS OF WORK I 5 PC-2 PROTECTIVE COATING CLEANING AND PAINTING LIMITS OF WORK II 6 PC-3 PROTECTIVE COATING CLEANING AND PAINTING LIMITS OF WORK III 7 PC-4 PROTECTIVE COATING CLEANING AND PAINTING LIMITS OF WORK IV 8 PC-5 PROTECTIVE COATING CAULKING DETAILS, TRUSS SPANS I 9 PC-6 PROTECTIVE COATING CAULKING DETAILS, TRUSS SPANS II 10 PC-7 PROTECTIVE COATING CAULKING DETAILS, GIRDER SPANS 11 PC-8 PROTECTIVE COATING AND CAULKING DETAILS STRINGER SPANS FRAMING PLAN SRAWINGS 12 FP-1 THREE SPAN CONTINUOUS DECK TRUSS SPANS FRAMING PLAN I 13 FP-2 THREE SPAN CONTINUOUS DECK TRUSS SPANS FRAMING PLAN II 14 FP-3 GIRDER AND STRINGER SPANS TYPICAL FRAMING PLANS STEEL REPAIR DRAWINGS 15 SR-1 TYPICAL VERTICAL MEMBER GUSSET PLATE REPAIR 16 SR-2 BOLT REPLACEMENT AND STRINGER BOTTOM FLANGE REINFORCEMENT REPAIRS 17 SR-3 DROP PIPE EXTENSIONS 18 SR-4 TRUSS CHORD REPAIR 19 SR-5 TRANSFORMER PLATFORM MODIFICATIONS 20 SR-6 DRAINAGE TROUGH REPLACEMENT DETAILS SHEET 1 OF 2 21 SR-7 DRAINAGE TROUGH REPLACEMENT DETAILS SHEET 2 OF 2 HAUNCH REPAIR DRAWING 22 HR-1 HAUNCH REMOVAL DETAILS OPTIONAL REPAIR DRAWINGS 23 OP-1 SUGGESTED CONSTRUCTION METHOD FOR GIRDER REPAIRS I 24 OP-2 SUGGESTED CONSTRUCTION METHOD FOR GIRDER REPAIRS II 25 OP-3 STRINGER END REPAIR SUGGESTED TEMPORARY SUPPORT 26 OP-4 STRINGER END REPAIRS DETAILS I 27 OP-5 STRINGER END REPAIRS DETAILS II 28 OP-6 STRINGER END REPAIR DETAILS III 29 OP-7 FLOORBEAM TO TRUSS CONNECTION REPAIR 30 OP-8 DECK TRUSS SPANS LATERAL BRACE CONNECTION REPAIR 31 OP-9 DECK TRUSS SPANS SWAY BRACING REPAIRS 32 OP-10 LATERAL BRACE REPAIRS/REMOVE AND REPLACE IN-KIND CONTINUOUS TRUSS SPANS 33 OP-11 GIRDER AND TRUSS SPANS FLOORBEAM AND WEB REPAIR MAINTENANCE AND PROTECTION OF TRAFFIC DRAWINGS 34 MP-1 SUGGESTED TRAFFIC CONTROL PLAN D-1

10 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY PROPOSAL CONTRACT NO STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH FOR THE EAST PASSAGE CROSSING OF THE NARRAGANSETT BAY (NEWPORT/PELL BRIDGE) The undersigned Bidder has carefully examined the site of the work described herein; has become familiar with local conditions and the character and extent of the work; has carefully examined the Plans, the Specifications, which consist of the Rhode Island Standard Specifications for Road and Bridge Construction, 2010 Edition with December 2012 amendment, Section 12 of the Rhode Island Department of Administration Procurement Regulations, supplemental specifications, special provisions of the Rhode Island Turnpike and Bridge Authority, the Proposal Form, the form of Contract Agreement, and the form of Contract Bond, which are acknowledged to be a part of this Proposal, and he thoroughly understands their stipulations, requirements, and provisions. The undersigned Bidder has determined the quality and quantity of equipment and materials required; has investigated the location and determined the sources of supply of the materials required; has investigated labor conditions; and has arranged for the continuous prosecution of the work herein described. The undersigned Bidder hereby agrees to be bound by the award of the Contract and, if awarded the Contract on this Proposal, to execute upon receipt of Notice of Award the required Contract Agreement, the required Contract Performance Bond, and certificates of required insurance, of which Contract this Proposal, the Plans for the work, and the Specifications as above indicated shall be a part. The undersigned Bidder further agrees to provide all necessary equipment, tools, labor, incidentals, and other means of construction to do all the work, and furnish all the materials of the specified requirements that are necessary to complete the work in accordance with the Proposal, the Plans, and the Specifications and agrees to accept therefore, as payment in full, the Contract Unit Price for the actual quantities of work described in the Specifications as set forth in this Proposal. Any "Extra Work" or "Force Account Work" will be paid for as set forth in the Standard Specifications Subsections and , and the undersigned Bidder hereby agrees to accept payment therefore as stated therein. There is a Minority/Disadvantaged/Woman-Owned Business Enterprise Program for this Project. The percentage goal for this project is the lesser of $250,000 or 5% of the overall bid price (excluding Optional/On-Call Pay Items). P-1

11 Item Description and Written Bid Prices 1. PERFORMANCE BOND Estimated Quantity Unit Unit Price/Unit (Figures) Total Dollars and Cents Lump Sum 1 LS $ Lump Sum $ 2. PAYMENT BOND Dollars and Cents Lump Sum 1 LS $ Lump Sum $ 3. STEEL REPAIRS TRUSS SPANS TRUSS VERTICAL MEMBER LOWER CONNECTION RETROFIT Dollars and Cents Each 4. DECK TRUSS AND GIRDER SPANS STRINGER BOTTOM FLANGE REINFORCEMENT Dollars and Cents Linear Foot 5. DECK TRUSS SPANS DROP PIPE EXTENSIONS Dollars and Cents Each 6. SPAN 5W TRANSFORMER PLATFORM REPAIRS Dollars and Cents Lump Sum 38 EACH $ Each 35 LF $ Linear Foot 26 EACH $ Each 1 LS $ Lump Sum $ $ $ $ 7. DECK TRUSS SPANS TRUSS CHORD WELD REPAIRS Dollars and Cents Linear Foot 40 LF $ Linear Foot $ P-2

12 Item Description and Written Bid Prices Estimated Quantity Unit Unit Price/Unit (Figures) Total 8. DECK TRUSS SPANS TRUSS CHORD ANGLE REPAIRS Dollars and Cents Linear Foot 40 LF $ Linear Foot $ 9. SPAN 5W REMOVE FLOORBEAM BOTTOM FLANGE ATTACHMENT Dollars and Cents Lump Sum 1 LS $ Lump Sum $ 10. PIER 5W, 2W AND 2E FINGER JOINT TROUGHS AND DRAINAGE PIPES REMOVAL AND REPLACEMENT Dollars and Cents Each 3 EACH $ Each $ 11. LADDER AT PIER 4W REPAIR Dollars and Cents Lump Sum 1 LS $ Lump Sum $ 12. REMOVE AND REPLACE HIGH STRENGTH BOLTS Dollars and Cents Each 13. HAUNCH REMOVAL Dollars and Cents Linear Feet 14. TRUSS SPANS PROTECTIVE COATING REMOVAL AND REPLACEMENT Dollars and Cents Lump Sum 5,100 EACH $ Each 6,000 LF $ Linear Foot 1 LS $ Lump Sum $ $ $ P-3

13 Item Description and Written Bid Prices Estimated Quantity Unit Unit Price/Unit (Figures) Total 15. GIRDER SPANS PROTECTIVE COATING REMOVAL AND REPLACEMENT Dollars and Cents Lump Sum 1 LS $ Lump Sum $ 16. STRINGER SPANS PROTECTIVE COATING REMOVAL AND REPLACEMENT Dollars and Cents Lump Sum 1 LS $ Lump Sum $ 17. SIGN STRUCTURES PROTECTIVE COATING REMOVAL AND REPLACEMENT Dollars and Cents Lump Sum 1 LS $ Lump Sum $ 18. TRUSS SPANS PERSONNEL AND ENVIRONMENTAL PROTECTION Dollars and Cents Lump Sum 1 LS $ Lump Sum $ 19. GIRDER SPANS PERSONNEL AND ENVIRONMENTAL PROTECTION Dollars and Cents Lump Sum 1 LS $ Lump Sum $ 20. STRINGER SPANS PERSONNEL AND ENVIRONMENTAL PROTECTION Dollars and Cents Lump Sum 1 LS $ Lump Sum $ P-4

14 Item Description and Written Bid Prices 21. SIGN STRUCTURES PERSONNEL AND ENVIRONMENTAL PROTECTION Dollars and Cents Lump Sum Estimated Quantity Unit Unit Price/Unit (Figures) 2 LS $ Lump Sum Total $ 22. ENGINEER S FIELD OFFICE Dollars and Cents Month 16 MO $ Month $ 23. MOBILIZATION Dollars and Cents Lump Sum 1 LS $ Lump Sum $ TOTAL (ITEMS 1 THRU 23) P-5

15 Optional Work Items Item Description and Written Bid Prices A.943 GIRDER AND TRUSS SPANS STRINGER END CONNECTION REPAIR _ Dollars and Cents Each B.943 GIRDER SPANS GIRDER END WEB REPAIR Dollars and Estimated Quantity Unit Unit Price/Unit (Figures) 1 EACH $ Each 4 EACH $ Each Total Each Cents C.943 GIRDER AND TRUSS SPANS FLOORBEAM LOWER WEB REPAIR 8 ANGLE Dollars and Cents Linear Feet 40 LF $ Linear Foot $ D.943 GIRDER AND TRUSS SPANS FLOORBEAM LOWER WEB REPAIR 6 ANGLE Dollars and Cents Linear Feet 40 LF $ Linear Foot $ E.943 TRUSS SPANS FLOORBEAM CONNECTION TO TRUSS REPAIR Dollars and Cents Each 2 EACH $ Each $ F.943 REMOVE AND REPLACE SWAY BRACING TYPE A BRACKET TOP CHORD Dollars and Cents Each 2 EACH $ Each $ P-6

16 G.943 REMOVE AND REPLACE SWAY BRACING TYPE A BRACKET BOTTOM CHORD Dollars and Cents Each 2 EACH $ Each $ H.943 REMOVE AND REPLACE SWAY BRACING TYPE B OR C BRACKET TOP CHORD Dollars and Cents Each 1 EACH $ Each $ I.943 REMOVE AND REPLACE SWAY BRACING TYPE B OR C BRACKET BOTTOM CHORD Dollars and Cents Each 1 EACH $ Each $ J.943 REMOVE AND REPLACE SWAY DIAGONAL MEMBER FULL LENGTH TYPE A SWAY BRACING Dollars and Cents Each 2 EACH $ Each $ K.943 REMOVE AND REPLACE SWAY DIAGONAL MEMBER PARTIAL LENGTH TYPE A SWAY BRACING Dollars and Cents Linear Feet 2 LF $ Linear Foot $ L.943 REMOVE AND REPLACE SWAY DIAGONAL MEMBER FULL LENGTH TYPE C Dollars and Cents Each 1 EACH $ Each $ P-7

17 M.943 REMOVE AND REPLACE SWAY DIAGONAL MEMBER FULL LENGTH TYPE B Dollars and Cents Each 1 EACH $ Each $ N.943 REMOVE AND REPLACE SWAY DIAGONAL MEMBER PARTIAL LENGTH TYPE B OR C SWAY BRACING Dollars and Cents Linear Feet 1 LF $ Linear Foot $ O.943 REMOVE AND REPLACE TOP CHORD LATERAL BRACING GUSSET PLATE AND REPAIR FLOORBEAM WEB Dollars and Cents Each 4 EACH $ Each $ P.943 TRUSS SPANS REPAIR UPPER LATERAL BRACE Dollars and Cents Linear Feet 4 LF $ Linear Foot $ Q.943 TRUSS SPANS REMOVE AND REPLACE IN KIND UPPER LATERAL BRACE, SPLICED BRACING Dollars and Cents Each 4 EACH $ Each $ R.943 TRUSS SPANS REMOVE AND REPLACE IN KIND UPPER LATERAL BRACE, CONTINUOUS BRACING Dollars and Cents Each 4 EACH $ Each $ P-8

18 S.943 TRUSS SPANS REMOVE AND REPLACE IN KIND UPPER LATERAL BRACE VERTICAL SUPPORT Dollars and Cents Each 8 EACH $ Each $ T.943 TRUSS SPANS REPAIR LOWER LATERAL BRACE TEE SECTION Dollars and Cents Linear Feet 20 LF $ Linear Foot $ U.943 TRUSS SPANS REPAIR LOWER LATERAL BRACE BEAM SECTION Dollars and Cents Linear Feet 20 LF $ Linear Foot $ V.943 TRUSS SPANS REMOVE AND REPLACE IN KIND LOWER LATERAL BRACE TEE SECTION Dollars and Cents Each 2 EACH $ Each $ W.943 TRUSS SPANS REMOVE AND REPLACE IN KIND LOWER LATERAL BRACE BEAM SECTION Dollars and Cents Each 2 EACH $ Each $ X.943 STEEL REPAIRS MISCELLANEOUS STEEL REPAIRS WEB REPAIR PLATES Dollars and Cents Pound 500 POUND $ Pound $ P-9

19 Y.943 STEEL REPAIRS MISCELLANEOUS STEEL REPAIRS FLANGE REPAIR PLATES Dollars and Cents Pound 500 POUND $ Pound $ Z.943 MISCELLANEOUS STRUCTURAL REPAIRS Dollars and Cents Lump Sum 1 LS $ Lump Sum $ ALLOWANCE FOR OPTIONAL WORK ITEM Z: $250,000 TOTAL OF ALL OPTIONAL WORK ITEMS A THROUGH Z: TOTAL OF PAY ITEMS 1 THRU 23 (FROM PAGE P-5) TOTAL OF ITEMS 1 THRU 23 AND OPTIONAL WORK ITEMS A THROUGH Z P-10

20 The attached Plans and these Specifications indicate the work to be performed. All work shall comply with all Federal Wage Rates as applicable, union wage rates, and applicable regulations. The undersigned Bidder declares that this Proposal is made without connection with any other person or persons making Proposals for the same work, and is in all respects fair and without collusion or fraud. The undersigned Bidder submits herewith Proposal Guaranty consisting of a certified check in the amount of $ or a Proposal Bond in the amount of $ and agrees and consents that the Proposal Guaranty shall be forfeited to the Authority as liquidated damages if the required Contract Agreement and Contract Bond are not executed within seven (7) calendar days from the date of the Notice of Award. The undersigned Bidder further agrees, if awarded the Contract on this Proposal, to begin work within three (3) calendar days after the date of receipt of Notice to Proceed unless otherwise specified under Special Provisions or permitted by the Engineer, and further agrees to complete the work as per the milestones included in the Contract, with all work completed for pay items denoted by numerals on or before November 30, 2016, and all work for Optional/On-Call Pay Items denoted by alphabetical letters completed by November 30, P-11

21 The undersigned hereby acknowledges receipt of the following addenda: Addenda No. Dated Contractor By: By: Address: {corporation incorporated under the laws } composed of {of the State of } Officers, Being a { } {partnership } partners, or {individual } owner Title Title Title Title P-12

22 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY CONTRACT NO STEEL REPAIRS AND PROTECTIVE COATING - WEST APPROACH FOR THE EAST PASSAGE CROSSING OF NARRAGANSETT BAY (NEWPORT/PELL BRIDGE) STATEMENT OF QUALIFICATIONS PRIME CONTRACTOR BUSINESS REFERENCES AND EQUIPMENT AVAILABLE (for attachment to Proposal form) NAME OF BIDDER PRINCIPAL OFFICE (Street or P.O. Box) (City) (State) (Zip) IDENTIFICATION OF CONTRACTOR/SUBCONTRACTOR PERFORMING: STEEL REPAIRS: PAINTING: SCAFFOLDING: List below, or on a separate sheet, construction projects performed under teaming with all or some of the same entities included in this proposal and include a brief description of the scope of work, contract value, dates of performance, and a reference contact: Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 1 of 37

23 1. Are you an individual, a partnership, a corporation, or a joint venture? (Check as applicable). If a corporation, list names of officers and directors and state of incorporation; if a partnership or a joint venture, list names and addresses of partners or ventures; if any partner or venturer is a corporation, partnership or joint venture, list the information requested above for each such corporation, partnership and joint venture. 2. How many years has your organization been in business as a contractor under your present business name? 3. How many years of experience has your organization had in construction work similar to the work you are interested in bidding? (a) (b) As a general contractor? As a subcontractor? 4A. List below construction projects of a value of over $15,000,000, involving steel repair and painting work similar to that required under this Contract, which your organization has completed in the last ten years. Location of Work Year Contract Price Kind of Construction Name of Owner Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 2 of 37

24 Address (Use blank sheet if additional space is needed) Location of Work Year Contract Price Kind of Construction Name of Owner Address (Use blank sheet if additional space is needed) 4B. List below construction projects of a value of over $8,000,000, involving you as a prime contractor, with subcontractors handling at least 30% of the contract dollar value, for work similar to that required under this Contract, which your organization has completed in the last ten years. Location of Work Year Contract Price Kind of Construction Name of Owner Address (Use blank sheet if additional space is needed) Location of Work Year Contract Price Kind of Construction Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 3 of 37

25 Name of Owner Address (Use blank sheet if additional space is needed) 5. List below present projects of all types under way for each company or each venturer, on this date. 6. References: Name only the engineers or owners including the public agencies for whom you have performed work: 7. Reference is hereby made to the following bank or banks as to the financial responsibility of the Bidder: Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 4 of 37

26 8A. Name of Project Manager who will be responsible for operations under this Contract. 8B. Home Address 8C. Total years experience in field general contracting including complex bridge painting/structural steel work. 8D. Total years experience as Project Manager in general contracting including complex bridge painting/structural steel work. 8E. Project Manager's total experience with this company. 8F. Project Manager's total experience with this company as project manager. 8G. Project Manager's previous employers and nature of work done during ten (10) years prior to employment with this firm. 8H. Detailed description of proposed project manager's experience as project manager during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 5 of 37

27 9A. Name of Construction Superintendent who will be responsible for operations under this Contract. 9B. Home Address 9C. Total years experience in field general contracting including complex bridge painting/structural steel work. 9D. Total years experience as Construction Superintendent in general contracting including complex bridge painting/structural steel work. 9E. Construction Superintendent s total experience with this company. 9F. Construction Superintendent s total experience with this company as Construction Superintendent. 9G. Construction Superintendent s previous employers and nature of work done during ten (10) years prior to employment with this firm. 9H. Detailed description of proposed Construction Superintendent s experience as Construction Superintendent during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 6 of 37

28 10A. Name of Quality Assurance Officer who will be responsible for this Contract. 10B. Home Address 10C. Total years experience in field general contracting including complex bridge painting/structural steel work. 10D. Total years experience as Quality Assurance Officer in general contracting including complex bridge painting/structural steel work. 10E. Quality Assurance Officer s total experience with this company. 10F. Quality Assurance Officer s total experience with this company as Quality Assurance Officer. 10G. Quality Assurance Officer s previous employers and nature of work done during ten (10) years prior to employment with this firm. 10H. Detailed description of proposed Quality Assurance Officer s experience as Quality Assurance Officer during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 7 of 37

29 11A. Name of Safety Officer who will be responsible for this Contract. 11B. Home Address 11C. Total years experience in field general contracting including structural complex bridge painting/structural steel work. 11D. Total years experience as Safety Officer in general contracting including complex bridge painting/structural steel work. 11E. Safety Officer s total experience with this company. 11F. Safety Officer s total experience with this company as Safety Officer. 11G. Safety Officer s previous employers and nature of work done during ten (10) years prior to employment with this firm. 11H. Detailed description of proposed Safety Officer s experience as Safety Officer during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 8 of 37

30 12A. Name of Scheduler who will be responsible for this Contract. 12B. Home Address 12C. Total years experience in field general contracting including complex bridge painting/structural steel work. 12D. Total years experience as Scheduler in general contracting including complex bridge painting/structural steel work. 12E. Scheduler s total experience with this company. 12F. Scheduler s total experience with this company as Scheduler. 12G. Scheduler s previous employers and nature of work done during ten (10) years prior to employment with this firm. 12H. Detailed description of proposed Schedule s experience as Scheduler during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 9 of 37

31 13. Financial statement of the firm bidding for the job, of the last two (2) years. (Insert separate sheet) 14. List of equipment proposed to be used on this Project. No. Description Capacity Condition & Age Owner Leased or to be Purchased New The undersigned represents and warrants that the foregoing information is true and accurate to the best of his knowledge and the undersigned intends that the Rhode Island Turnpike and Bridge Authority rely thereon in awarding this Contract. Bidder: By: (Title) Address: Date Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 10 of 37

32 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY CONTRACT NO STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH FOR THE EAST PASSAGE CROSSING OF NARRAGANSETT BAY (NEWPORT/PELL BRIDGE) STATEMENT OF QUALIFICATIONS PAINTING CONTRACTOR/SUBCONTRACTOR BUSINESS REFERENCES AND EQUIPMENT AVAILABLE (for attachment to Proposal form) NAME OF BIDDER PRINCIPAL OFFICE (Street or P.O. Box) (City) (State) (Zip) 1. Are you an individual, a partnership, a corporation, or a joint venture? (Check as applicable). If a corporation, list names of officers and directors and state of incorporation; if a partnership or a joint venture, list names and addresses of partners or ventures; if any partner or venturer is a corporation, partnership or joint venture, list the information requested above for each such corporation, partnership and joint venture. 2. How many years has your organization been in business as a contractor under your present business name? Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 11 of 37

33 3. How many years of experience has your organization had in construction work similar to the work you are interested in bidding? (a) (b) As a general contractor? As a subcontractor? 4. List below construction projects of a value of over $10,000,000, involving work similar to that required under this Contract, which your organization has completed in the last ten years. Location of Work Year Contract Price Kind of Construction Name of Owner Address (Use blank sheet if additional space is needed) Location of Work Year Contract Price Kind of Construction Name of Owner Address (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 12 of 37

34 5. List below present projects of all types under way for each company or each venturer, on this date. 6. References: Name only the engineers or owners including the public agencies for whom you have performed work: 7. Reference is hereby made to the following bank or banks as to the financial responsibility of the Bidder: Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 13 of 37

35 8A. Name of Project Manager who will be responsible for operations under this Contract. 8B. Home Address 8C. Total years experience in field general contracting including steel bridge painting. 8D. Total years experience as Project Manager in general contracting including steel bridge painting. 8E. Project Manager's total experience with this company. 8F. Project Manager's total experience with this company as project manager. 8G. Project Manager's previous employers and nature of work done during ten (10) years prior to employment with this firm. 8H. Detailed description of proposed project manager's experience as project manager during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 14 of 37

36 9A. Name of Construction Superintendent who will be responsible for operations under this Contract. 9B. Home Address 9C. Total years experience in field general contracting including steel bridge painting. 9D. Total years experience as Construction Superintendent in general contracting including steel bridge painting. 9E. Construction Superintendent s total experience with this company. 9F. Construction Superintendent s total experience with this company as Construction Superintendent. 9G. Construction Superintendent s previous employers and nature of work done during ten (10) years prior to employment with this firm. 9H. Detailed description of proposed Construction Superintendent s experience as Construction Superintendent during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 15 of 37

37 10A. Name of Quality Assurance Officer who will be responsible for this Contract. 10B. Home Address 10C. Total years experience in field general contracting including steel bridge painting. 10D. Total years experience as Quality Assurance Officer in general contracting including steel bridge painting. 10E. Quality Assurance Officer s total experience with this company. 10F. Quality Assurance Officer s total experience with this company as Quality Assurance Officer. 10G. Quality Assurance Officer s previous employers and nature of work done during ten (10) years prior to employment with this firm. 10H. Detailed description of proposed Quality Assurance Officer s experience as Quality Assurance Officer during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 16 of 37

38 11A. Name of Safety Officer who will be responsible for this Contract. 11B. Home Address 11C. Total years experience in field general contracting including steel bridge painting. 11D. Total years experience as Safety Officer in general contracting including steel bridge painting. 11E. Safety Officer s total experience with this company. 11F. Safety Officer s total experience with this company as Safety Officer. 11G. Safety Officer s previous employers and nature of work done during ten (10) years prior to employment with this firm. 11H. Detailed description of proposed Safety Officer s experience as Safety Officer during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 17 of 37

39 12A. Name of Scheduler who will be responsible for this Contract. 12B. Home Address 12C. Total years experience in field general contracting including steel bridge painting. 12D. Total years experience as Scheduler in general contracting including steel bridge painting 12E. Scheduler s total experience with this company. 12F. Scheduler s total experience with this company as Scheduler. 12G. Scheduler s previous employers and nature of work done during ten (10) years prior to employment with this firm. 12H. Detailed description of proposed Schedule s experience as Scheduler during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 18 of 37

40 13. Financial statement of the firm bidding for the job, of the last two (2) years. (Insert separate sheet) 14. List of equipment proposed to be used on this Project. No. Description Capacity Condition & Age Owner Leased or to be Purchased New The undersigned represents and warrants that the foregoing information is true and accurate to the best of his knowledge and the undersigned intends that the Rhode Island Turnpike and Bridge Authority rely thereon in awarding this Contract. Bidder: By: (Title) Address: Date Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 19 of 37

41 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY CONTRACT NO STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH FOR THE EAST PASSAGE CROSSING OF NARRAGANSETT BAY (NEWPORT/PELL BRIDGE) STATEMENT OF QUALIFICATIONS SCAFFOLDING CONTRACTOR/SUBCONTRACTOR BUSINESS REFERENCES AND EQUIPMENT AVAILABLE (for attachment to Proposal form) NAME OF BIDDER PRINCIPAL OFFICE (Street or P.O. Box) (City) (State) (Zip) 1. Are you an individual, a partnership, a corporation, or a joint venture? (Check as applicable). If a corporation, list names of officers and directors and state of incorporation; if a partnership or a joint venture, list names and addresses of partners or ventures; if any partner or venturer is a corporation, partnership or joint venture, list the information requested above for each such corporation, partnership and joint venture. 2. How many years has your organization been in business as a contractor under your present business name? Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 20 of 37

42 3. How many years of experience has your organization had in construction work similar to the work you are interested in bidding? (a) (b) As a general contractor? As a subcontractor? 4. List below construction projects of a value of over $3,000,000, involving work similar to that required under this Contract, which your organization has completed in the last ten years. Location of Work Year Contract Price Kind of Construction Name of Owner Address (Use blank sheet if additional space is needed) Location of Work Year Contract Price Kind of Construction Name of Owner Address (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 21 of 37

43 5. List below present projects of all types under way for each company or each venturer, on this date. 6. References: Name only the engineers or owners including the public agencies for whom you have performed work: 7. Reference is hereby made to the following bank or banks as to the financial responsibility of the Bidder: Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 22 of 37

44 8A. Name of Project Manager who will be responsible for operations under this Contract. 8B. Home Address 8C. Total years experience in field general contracting including steel bridge painting. 8D. Total years experience as Project Manager in general contracting including steel bridge painting. 8E. Project Manager's total experience with this company. 8F. Project Manager's total experience with this company as project manager. 8G. Project Manager's previous employers and nature of work done during ten (10) years prior to employment with this firm. 8H. Detailed description of proposed project manager's experience as project manager during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 23 of 37

45 9A. Name of Construction Superintendent who will be responsible for operations under this Contract. 9B. Home Address 9C. Total years experience in field general contracting including steel bridge painting. 9D. Total years experience as Construction Superintendent in general contracting including steel bridge painting. 9E. Construction Superintendent s total experience with this company. 9F. Construction Superintendent s total experience with this company as Construction Superintendent. 9G. Construction Superintendent s previous employers and nature of work done during ten (10) years prior to employment with this firm. 9H. Detailed description of proposed Construction Superintendent s experience as Construction Superintendent during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 24 of 37

46 10A. Name of Quality Assurance Officer who will be responsible for this Contract. 10B. Home Address 10C. Total years experience in field general contracting including steel bridge painting. 10D. Total years experience as Quality Assurance Officer in general contracting including steel bridge painting. 10E. Quality Assurance Officer s total experience with this company. 10F. Quality Assurance Officer s total experience with this company as Quality Assurance Officer. 10G. Quality Assurance Officer s previous employers and nature of work done during ten (10) years prior to employment with this firm. 10H. Detailed description of proposed Quality Assurance Officer s experience as Quality Assurance Officer during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 25 of 37

47 11A. Name of Safety Officer who will be responsible for this Contract. 11B. Home Address 11C. Total years experience in field general contracting including steel bridge painting. 11D. Total years experience as Safety Officer in general contracting including steel bridge painting. 11E. Safety Officer s total experience with this company. 11F. Safety Officer s total experience with this company as Safety Officer. 11G. Safety Officer s previous employers and nature of work done during ten (10) years prior to employment with this firm. 11H. Detailed description of proposed Safety Officer s experience as Safety Officer during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 26 of 37

48 12A. Name of Scheduler who will be responsible for this Contract. 12B. Home Address 12C. Total years experience in field general contracting including steel bridge painting. 12D. Total years experience as Scheduler in general contracting including steel bridge painting 12E. Scheduler s total experience with this company. 12F. Scheduler s total experience with this company as Scheduler. 12G. Scheduler s previous employers and nature of work done during ten (10) years prior to employment with this firm. 12H. Detailed description of proposed Schedule s experience as Scheduler during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 27 of 37

49 13. Financial statement of the firm bidding for the job, of the last two (2) years. (Insert separate sheet) 14. List of equipment proposed to be used on this Project. No. Description Capacity Condition & Age Owner Leased or to be Purchased New The undersigned represents and warrants that the foregoing information is true and accurate to the best of his knowledge and the undersigned intends that the Rhode Island Turnpike and Bridge Authority rely thereon in awarding this Contract. Bidder: By: (Title) Address: Date Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 28 of 37

50 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY CONTRACT NO STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH FOR THE EAST PASSAGE CROSSING OF NARRAGANSETT BAY (NEWPORT/PELL BRIDGE) STATEMENT OF QUALIFICATIONS STEEL REPAIRS CONTRACTOR/SUBCONTRACTOR BUSINESS REFERENCES AND EQUIPMENT AVAILABLE (for attachment to Proposal form) NAME OF BIDDER PRINCIPAL OFFICE (Street or P.O. Box) (City) (State) (Zip) 1. Are you an individual, a partnership, a corporation, or a joint venture? (Check as applicable). If a corporation, list names of officers and directors and state of incorporation; if a partnership or a joint venture, list names and addresses of partners or ventures; if any partner or venturer is a corporation, partnership or joint venture, list the information requested above for each such corporation, partnership and joint venture. 2. How many years has your organization been in business as a contractor under your present business name? Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 29 of 37

51 3. How many years of experience has your organization had in construction work similar to the work you are interested in bidding? (a) (b) As a general contractor? As a subcontractor? 4. List below construction projects of a value of over $3,000,000, involving work similar to that required under this Contract, which your organization has completed in the last ten years. Location of Work Year Contract Price Kind of Construction Name of Owner Address (Use blank sheet if additional space is needed) Location of Work Year Contract Price Kind of Construction Name of Owner Address (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 30 of 37

52 5. List below present projects of all types under way for each company or each venturer, on this date. 6. References: Name only the engineers or owners including the public agencies for whom you have performed work: 7. Reference is hereby made to the following bank or banks as to the financial responsibility of the Bidder: Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 31 of 37

53 8A. Name of Project Manager who will be responsible for operations under this Contract. 8B. Home Address 8C. Total years experience in field general contracting including steel bridge repairs. 8D. Total years experience as Project Manager in general contracting including steel bridge repairs. 8E. Project Manager's total experience with this company. 8F. Project Manager's total experience with this company as project manager. 8G. Project Manager's previous employers and nature of work done during ten (10) years prior to employment with this firm. 8H. Detailed description of proposed project manager's experience as project manager during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 32 of 37

54 9A. Name of Construction Superintendent who will be responsible for operations under this Contract. 9B. Home Address 9C. Total years experience in field general contracting including steel bridge repairs. 9D. Total years experience as Construction Superintendent in general contracting including steel bridge repairs. 9E. Construction Superintendent s total experience with this company. 9F. Construction Superintendent s total experience with this company as Construction Superintendent. 9G. Construction Superintendent s previous employers and nature of work done during ten (10) years prior to employment with this firm. 9H. Detailed description of proposed Construction Superintendent s experience as Construction Superintendent during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 33 of 37

55 10A. Name of Quality Assurance Officer who will be responsible for this Contract. 10B. Home Address 10C. Total years experience in field general contracting including steel bridge repairs. 10D. Total years experience as Quality Assurance Officer in general contracting including steel bridge repairs. 10E. Quality Assurance Officer s total experience with this company. 10F. Quality Assurance Officer s total experience with this company as Quality Assurance Officer. 10G. Quality Assurance Officer s previous employers and nature of work done during ten (10) years prior to employment with this firm. 10H. Detailed description of proposed Quality Assurance Officer s experience as Quality Assurance Officer during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 34 of 37

56 11A. Name of Safety Officer who will be responsible for this Contract. 11B. Home Address 11C. Total years experience in field general contracting including steel bridge repairs. 11D. Total years experience as Safety Officer in general contracting including steel bridge repairs. 11E. Safety Officer s total experience with this company. 11F. Safety Officer s total experience with this company as Safety Officer. 11G. Safety Officer s previous employers and nature of work done during ten (10) years prior to employment with this firm. 11H. Detailed description of proposed Safety Officer s experience as Safety Officer during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 35 of 37

57 12A. Name of Scheduler who will be responsible for this Contract. 12B. Home Address 12C. Total years experience in field general contracting including steel bridge repairs. 12D. Total years experience as Scheduler in general contracting including steel bridge repairs 12E. Scheduler s total experience with this company. 12F. Scheduler s total experience with this company as Scheduler. 12G. Scheduler s previous employers and nature of work done during ten (10) years prior to employment with this firm. 12H. Detailed description of proposed Schedule s experience as Scheduler during past ten (10) years. Completion Date Location Description of Project (Use blank sheet if additional space is needed) Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 36 of 37

58 13. Financial statement of the firm bidding for the job, of the last two (2) years. (Insert separate sheet) 14. List of equipment proposed to be used on this Project. No. Description Capacity Condition & Age Owner Leased or to be Purchased New The undersigned represents and warrants that the foregoing information is true and accurate to the best of his knowledge and the undersigned intends that the Rhode Island Turnpike and Bridge Authority rely thereon in awarding this Contract. Bidder: By: (Title) Address: Date Statement of Qualifications Prime Contractor; Steel Repair, Painting and Scaffolding Contractors/Subcontractors Page 37 of 37

59 PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, that we hereinafter called the Principal, as Principal, and the, of a corporation duly organized under the laws of hereinafter called the Surety, as Surety, are held and firmly bound unto the Rhode Island Turnpike and Bridge Authority, hereinafter called the Obligee, in the sum of Dollars ($ ), for the payment of which sum will and truly be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for RITBA Contract 15-08, Steel Repairs and Protective Coating West Approach, for the East Passage Crossing of Narragansett Bay (Newport/Pell Bridge). NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or, in the event of failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the full amount of this Proposal Bond as liquidated damages, then this obligation shall be null and void, otherwise it shall remain in full force and effect. SIGNED AND SEALED this day of, 20 In the presence of: PRINCIPAL (Seal) WITNESS TITLE SURETY (Seal) WITNESS TITLE PB-1

60 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY CONTRACT AGREEMENT This Contract Agreement, executed in the Town of Jamestown in the State of Rhode Island, this day of, 20, between the Rhode Island Turnpike Authority, hereinafter called the Authority, and, hereinafter called the Contractor. WITNESSETH: That for and in consideration of payments hereinafter mentioned to be made by the Authority, the Contractor agrees to furnish and deliver all labor, equipment, machinery, tools, and materials; to assume sole responsibility for the quality of materials and workmanship; and to do and perform all work in the performance of Contract No Steel Repairs and Protective Coating West Approach, for the East Passage Crossing of Narragansett Bay (Newport/Pell Bridge), in strict conformity with the provisions of this Contract Agreement, the Notice to Contractors, the Proposal, the Specifications, and the Drawings, as defined in the Contract Specifications. The said Notice to Contractors, Proposal, Specifications, and Drawings are hereby made a part of this Contract Agreement as fully and to the same effect as if the same had been set forth at length in the body hereof. As security for the full and faithful performance of this Contract and all the incidents thereto, the Contractor has made and furnished a Contract Bond with as Surety, which is acceptable to the Authority and made a part of this Contract. In consideration of the foregoing premises, the Authority agrees to pay the Contractor such price for the work actually done as set out in the accompanying Proposal, in the manner provided in the said Specifications. Contractor shall be prepared to begin work to be performed under this Contract as set forth in the Proposal within three (3) calendar days after receipt of Notice to Proceed. The Authority shall have the right to repudiate this Contract, terminate the right of the Contractor to attempt further performance thereof, and require the surety on the bond of the Contractor to pay the penalty thereof, if the Contractor becomes insolvent, is adjudicated as bankrupt, made an assignment for the benefit of creditors, suffers a petition in bankruptcy to be filed against it, has a receiver appointed for it or its property, or assigns this Contract without the written consent of the Authority thereto being first had and obtained; or if the Authority s Engineer shall certify in writing that for a period of three days or more, the Contractor has neglected or refused unreasonably to provide a sufficiency of properly skilled workmen or a sufficient quantity of material of proper quality, or that it has otherwise unreasonably delayed the performance of the contract. C-1

61 No Contractor, subcontractor, nor any person on his behalf shall, in any manner, discriminate against or intimidate any employee hired for the performance of work under this Contract on account of race, creed, color, national origin, or ancestry. There may be deducted from the amount payable to the Contractor, by the Authority, under this contract, a penalty of fifty dollars ($50.00) for each person for each calendar day during which such a person is discriminated against or intimidated in violation of the provisions of the Contract. For a second or any subsequent violation of the provisions of this Contract relating to discrimination or intimidation, this Contract may be cancelled or terminated by the Authority, and all money due, or to become due hereunder, may be forfeited, at the option of the Authority. The Contractor shall deliver a Performance Bond and a Payment Bond to the Authority each in the amount of this Contract, executed upon forms approved by the Authority, by itself and a surety company or companies acceptable to the Authority, and qualified to do business under the laws of the State of Rhode Island, insuring the faithful performance of all the terms of this Contract and the settlement of claims or other liabilities caused by or incident to the execution of said Contract as well as such other items as may be required by the laws of the State of Rhode Island. Insurance policies provided by the Contractor in which the Authority shall be named as the insured, shall be deemed to be the property of the Rhode Island Turnpike and Bridge Authority so long as any work under the Contract remains in performance and no cancellation of any such policy will be permitted. No changes in any insurance coverages in which the Contractor shall be named as the insured and covering the risk involved in the doing of the work shall in any way be altered during the progress of the work except to renew any such policy the term of which may expire during the performance of the work. In the event of the expiration of any such policy during the performance of the work, a renewal policy shall be provided to the Authority at least ten (10) days in advance of such expiration. The work shall be prosecuted from as many different points, in such part or parts and at such times as may be directed by the Engineer, and shall be conducted in such a manner and with such materials, equipment, and labor as are considered necessary by the Engineer to insure its completion within the time set forth in the Proposal. Should the prosecution of the work for any reason be discontinued by the Contractor, with the consent of the Engineer, the Contractor shall notify the Engineer at least twenty-four (24) hours before again resuming operations. This Contract has been executed in duplicate and is binding upon the parties hereto, their respective heirs, executors, administrators, successors and assigns. This Contract or any interest therein shall not be assigned by the Contractor without the written consent of the Authority, first had and obtained, which consent shall be effective only if given by a duly adopted resolution of the Authority. C-2

62 IN WITNESS WHEREOF, the parties to these presents have hereunto set their names this day of, 20. Seal Attest: RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY (L.S.) Secretary By: Seal (Title) CONTRACTOR Attest: By: (L.S.) Title (Print Name or Title) END OF CONTRACT C-3

63 Rhode Island Turnpike and Bridge Authority CONFIDENTIALITY AGREEMENT CONTRACT This Confidentiality Agreement shall govern the disclosure to and use by (Contractor) for bidding purposes of any and all Protected Materials provided by the Rhode Island Turnpike and Bridge Authority (Authority) or their agents, for Contract 15-08, including the Contract Drawings and Specifications including any and all Contract Addenda. 2. For purposes of this Agreement the Authority may designate as protected any documents, in addition to the Contract Documents, including specifications, materials, disks, CD-ROMs and archived documents, which the Authority deems to be confidential or sensitive in nature and not generally available to the public. 3. These Protected Materials provided by the Authority to the Contractor in connection with Contract shall be disclosed only to those entities designated by the Contractor as explicitly authorized to view these Protected Materials on behalf of the Contractor. 4. The Contractor agrees to the following: a) That any and all Authority Protected Materials and archived documents pertaining to the Project Work, and made available to the Contractor and its employees, consultants, sub consultants, contractors, subcontractors and agents, and their respective employees, shall be kept at all times safe, secure, and confidential. b) The Contractor warrants that all such Authority archived documents pertaining to Project Work, shall be relinquished to the Authority at the completion of the project bidding process or will be guaranteed and certified by the Contractor as destroyed. The Contractor further warrants that its employees, consultants, sub consultants, contractors, subcontractors and agents, and their respective employees, shall not retain any Authority protected materials or copies of such materials after the completion of the bidding process. THIS AGREEMENT HAS BEEN DULY EXECUTED THIS day of, 201. Print Name and Authorized Title Representing Signature CA-1

64 NON-COLLUSION AFFIDAVIT AND VERIFICATION Contract No Steel Repairs and Protective Coating West Approach for the East Passage Crossing of Narragansett Bay (Newport/Pell Bridge) Jamestown, Rhode Island STATE OF } } COUNTY OF } I, of the City of in the County of and the State of and of full age, being duly sworn according to law on my oath, depose and say that: I am of the firm (or corporation or joint venture) of, the Contractor for the above named project, and that I executed the said Contract with full authority so to do; that said Contractor has not, directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action beyond the free submittal of a Proposal in connection with the above named project; and that all statements contained in the Contract and in this affidavit, are true and correct, and made with full knowledge that the RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY relies upon the truth of the statements contained in this affidavit in executing the Contract for the said project. I further warrant that I or the firm, corporation or other entity that I represent has not employed or retained any company or person, other than a bonafide employee working solely for me or said entity, to solicit or secure this Contract, and that I have not, nor has the entity I represent paid or agreed to pay any company or person, other than a bonafide employee working solely for me or the aforesaid entity I represent, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of any contract connected with the above named project. (Also type or print name of affiant under signature) Subscribed and sworn to before me this day of, 20. Notary Public My commission expires, 20 NC-1

65 MINORITY/DISADVANTAGED/WOMEN-OWNED BUSINESS ENTERPRISE AFFIDAVIT AND VERIFICATION Contract No Steel Repairs and Protective Coating - West Approach for the East Passage Crossing of Narragansett Bay (Newport/Pell Bridge) Jamestown, Rhode Island STATE OF } ss} COUNTY OF } I, of the City of in the County of and the State of and of full age, being duly sworn according to law on my oath, depose and say that: I am of the firm (or corporation or joint venture) of, the Contractor for the above named project, and that I executed the said Contract with full authority so to do; that said Contractor certifies that the organization shall affirmatively seek out and consider Minority/Disadvantaged/Woman-Owned Business Enterprises to participate in the project; that said Contractor shall develop and submit for approval to the Authority, within ten days of the receipt of bids, a Minority/Disadvantaged/Woman-Owned Business Enterprise Program; that said Contractor shall affirmatively strive for a minimum participation goal of the lesser of $250,000 or 5% of the overall bid price of the above-named project (excluding Optional/On-Call Pay Items) for Minority/Disadvantaged/Woman-Owned Business Enterprises; that, should less than the goal be achieved, said Contractor shall document for the Rhode Island Turnpike and Bridge Authority s sole review and approval, demonstrated attempts to achieve the minimum participation goal; and that all statements contained in the Contract and in this affidavit, are true and correct, and made with full knowledge that the Rhode Island Turnpike and Bridge Authority relies upon the truth of the statements contained in this affidavit in executing the Contract for the said project. (Also type or print name of affiant under signature) Subscribed and sworn to before me this day of, 20. Notary Public My commission expires, 20 MDWBEAV-1

66 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INSPECTION AFFIDAVIT Contract No Steel Repairs and Protective Coating West Approach for the East Passage Crossing of Narragansett Bay (Newport/Pell Bridge) Jamestown, Rhode Island STATE OF } } COUNTY OF } I, of the City of in the County of and the State of and of full age, being duly sworn according to law on my oath, depose and say that: I am of the firm (or corporation or joint venture) of, the Contractor for the above named project, and that I do hereby declare that I, or my duly authorized representative(s) did adequately inspect the Bridge and the bridge site on the day of, 20 and, I, hereby acknowledge that I have satisfied myself with regard to the characteristics of the site and the structure involved, and the general nature, quantity and extent of the work to be performed and materials furnished under this Contract.. (Also type or print name of affiant under signature) Subscribed and sworn to before me this day of, 20. Notary Public My commission expires, 20 END OF INSPECTION AFFIDAVIT IA-1

67 CERTIFICATION OF COMPLIANCE FOR PAINT SYSTEM FOR NEW STEEL AND EXISTING STEEL REQUIRING TOTAL COATING REMOVAL Contract No Steel Repairs and Protective Coating West Approach for the East Passage Crossing of Narragansett Bay (Newport/Pell Bridge) Jamestown, Rhode Island STATE OF } } COUNTY OF } I, of the City of in the County of and the State of and of full age, being duly sworn according to law on my oath, depose and say that: I am of the firm (or corporation or joint venture) of, the Contractor for the above named project, and that I do hereby declare that this proposal is based on and includes the following paint system to be applied under the Contract specifications and that this product conforms to all the requirements of Contract Steel Repairs and Protective Coating West Approach, for the East Passage Crossing of Narragansett Bay including being a system of products listed with full approval in the NEPCOAT Qualified Products List B Supplier and Products for Prime Coat, Intermediate Coat and Finish Coat: Prime Coat - Intermediate Coat - Finish Coat - SIGNATURE (Also type or print name of affiant under signature) Subscribed and sworn to before me this day of, 20. Notary Public My commission expires, 20 CERTCOMP-1

68 WAGE RATES - STATE OF RHODE ISLAND WAGES OF LABOR: Title 37, Chapter 13, Section 6, of the General Laws of Rhode Island 1956, requires in part that the Contractor to whom the Contract is awarded and any subcontractor under him shall have ordinarily paid the prevailing rate of per diem wages and shall continue to pay the prevailing rate for holiday, regular, overtime, and other working conditions to all workmen needed to execute the Contract or work. Section 14 of said Chapter 13 also requires that Rhode Island citizens be given preference in employment. The schedule of prevailing wage rates of per diem wages in the locality in which the work is to be performed for each craft, painter, mechanic, teamster, laborer, or type of worker needed to execute the Contract or work has been established on a minimum hourly basis and is on file in the office of the State Department of Labor. The Contractor shall pay not less than said minimum hourly wage rates and not less than the general prevailing rates for holiday, overtime, and other working conditions. Copies of the Wage Rates are available at the office of the State Department of Labor. Positions not listed, as well as apprentice schedules and rates, will be allocated in accordance with the findings of the State Department of Labor. The Contractor shall obtain the latest rates as ascertained by the Rhode Island Department of Labor. The Contractor shall provide certified payroll with the first payment requisition and with additional payment requisitions as directed by the Engineer. Certified payrolls will be reviewed by the Engineer for verification that prevailing wage requirements are met. Any payments to the Contractor shall be held by the Engineer if certified payrolls are not made available or if they do not verify compliance with prevailing wage requirements. WR-1

69 CONTRACT PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT of hereinafter called the "Contractor", and hereinafter called the "Surety, a corporation authorized to execute surety bonds under the laws of the State of Rhode Island and Providence Plantations are held and firmly bounded unto the Rhode Island Turnpike and Bridge Authority, hereinafter called the "Authority", in the penal sum of Dollars ($ ) lawful money of the United States of America, to the payment of which sum, well and truly to be made, Contractor and Surety herein firmly bind themselves and their respective heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, Contractor did on the day of, 20, enter into a written Contract with the Authority, being Contract No for Steel Repairs and Protective Coating West Approach, for the East Passage Crossing of Narragansett Bay (Newport/Pell Bridge) for approximately the sum of Dollars ($ ) NOW, THEREFORE, if Contractor, his or its executors, administrators, successors, shall in all things well and truly keep and perform the covenants, conditions, and agreements in the Contract and in any alterations thereof made as therein provided, on his or its part to be kept and performed, at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the Authority, and all of its officers, agents, employees, as therein stipulated, and shall also promptly pay for all such labor performed or furnished and for all such materials and equipment furnished, (which as to equipment shall mean payment of the reasonable rental value, as determined by said Authority through its Engineer for its use during the period of its use), as shall be performed or furnished for, and used in, the carrying on of the work covered by the Contract, or shall see that they are promptly paid for, whether or not said labor is directly performed for or furnished to Contractor or is even directly performed upon the work covered by the Contract, and whether or not said materials are furnished to Contractor or become component parts of said work, and whether or not said equipment is furnished to Contractor or even directly used upon said work; and shall also pay for all Worker's Compensation, Public Liability, Fire Insurance, Federal and State Unemployment, Social Security and Compensation Taxes; then this obligation shall become and be null and void; otherwise it shall remain in full force and virtue. This Bond is subject to all such rights and powers of said Authority and such other provisions as set forth in the Contract, Drawings, Specifications, and Proposal incorporated by reference in the Contract; and is subject also to all the rights of the Authority and others which are set forth with respect to such a bond in Chapter 12 of Title 37 of the General Laws of 1956 as amended; and is subject to the provisions that no extension of the time of performance of CPB-1

70 the Contract or delay in the completion of the work thereunder or any alteration thereof, made as therein provided, shall invalidate this Bond or release the liability of the Surety hereunder. IN WITNESS WHEREOF said Contractor and Surety have hereunto set their respective names this day of, 20. WITNESSES: By: By (Title) Surety Attorney-in-Fact CPB-2

71 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that we the undersigned as PRINCIPAL, and with underwriting office at to which all communication in regard to this bond should be addressed, a corporation organized and existing under the laws of the State of and duly authorized to do business in the State of Rhode Island, as SURETY, are hereby held and firmly bound unto the Rhode Island Turnpike and Bridge Authority in the penal sum of Dollars ($ ), (not less than one hundred percent of Total Contract Price bid) for the payment of which well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above named Principal did on the day of, 20, enter into a written Contract with the Authority, being Contract No for Steel Repairs and Protective Coating West Approach, for the East Passage Crossing of Narragansett Bay (Newport/Pell Bridge) for approximately the sum of Dollars ($ ) NOW, THEREFORE, if said Principal shall pay all lawful claims of subcontractors, materialmen, laborers, persons, firms or corporations, for labor performed or materials, provisions, or other supplies, or fuels, oils, implements or machinery furnished, used or consumed in the carrying forward, performing or completing of said Contract, or any changes or modifications therein made as therein provided; we agreeing and assenting that this undertaking shall be for the benefit of any subcontractor, vendor, materialman, laborer, person, firm or corporation having a just claim, as well as for the Rhode Island Turnpike and Bridge Authority; and shall further indemnify and save harmless the Rhode Island Turnpike and Bridge Authority and Engineer, their officers, Engineers, agents and servants and each and every one of them from any and all suits, actions and costs of any kind, character or description whatsoever which may be brought or instituted by any subcontractor, vendor, materialman, laborer, person, firm or corporation who (which) has performed work or furnished materials in or about the work required to be done pursuant to the said contract; then this obligation shall be void; otherwise the same shall remain in full force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the penal amount of this obligation as herein stated. PAB-1

72 The said Surety hereby stipulates and agrees that no modifications, omissions or additions in or to the terms of the said contract, or in or to the plans or specifications therefore, shall in anywise affect the obligations of said Surety on its bond. IN WITNESS WHEREOF said Principal and Surety have hereunto set their respective names this day of, 20. WITNESS OR ATTEST: Secretary (also print or type name and title) Principal (also print or type name and title) (affix corporate seal of Principal) WITNESS OR ATTEST: (also print or type name and title) By Surety Attorney-in-Fact END OF PAYMENT BOND Certification to the authority of the attorney in fact to commit the surety company, and a true and correct statement of the financial condition of said surety company must accompany this payment bond. PAB-2

73 RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY EAST PASSAGE CROSSING OF NARRAGANSETT BAY (NEWPORT/PELL BRIDGE) CONTRACT NO STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH PROJECT SPECIFICATIONS THE STATE OF RHODE ISLAND DEPARTMENT OF TRANSPORTATION, DIVISION OF PUBLIC WORKS - STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION, LATEST EDITION, HEREINAFTER REFERRED TO AS THE "STANDARD SPECIFICATIONS", AS MODIFIED OR SUPPLEMENTED BY THE SPECIAL PROVISIONS SHALL GOVERN THE CONSTRUCTION OF THIS PROJECT. THE STANDARD SPECIFICATIONS ARE HEREBY MADE A PART OF THIS CONTRACT AS FULLY AND TO THE SAME EFFECT AS IF SET FORTH AT LENGTH HEREIN. IN CASE OF CONFLICT BETWEEN THE SPECIAL PROVISIONS AND THE STANDARD SPECIFICATIONS, THE SPECIAL PROVISIONS SHALL TAKE PRECEDENCE AND SHALL GOVERN. - i -

74 SPECIAL PROVISIONS DIVISION I PART GENERAL REQUIREMENTS AND COVENANTS NOTE: ALL REFERENCES TO DIVISION I, Part 100 SHALL NOW REFER TO THE APPLICABLE SECTION OF SECTION 12 OF THE RHODE ISLAND DEPARTMENT OF ADMINISTRATION PROCUREMENT REGULATIONS SECTION DEFINITIONS AND TERMS ABBREVIATIONS Supplement this Section as follows: R.I.T.B.A. Rhode Island Turnpike and Bridge Authority AWARD Delete in its entirety and replace with the following: The written acceptance by the Authority of the successful proposal consisting of the executed Contract Agreement CONTRACT Delete the text and substitute the following: The agreement between the Rhode Island Turnpike and Bridge Authority and Contractor for the performance of the prescribed work and consisting of the following: a. Contract Agreement: The written statement, executed by the Authority and Contractor; and approved by the Engineer, setting forth obligations of the parties for the performance of the work. b. Contract Documents: All the documents and forms for this Contract contained herein, consisting of the Notice to Contractors, Proposal, Statement of Qualifications, Proposal Bond, Contract Agreement, Confidentiality Agreement, Non-Collusion Affidavit and Verification, Inspection Affidavit, Wage Rates, Minority/Disadvantaged/Woman- Owned Business Enterprise Affidavit, Certificate of Compliance for Paint System for New Steel and Existing Steel Requiring Total Coating Removal, Contract Performance Bond, Payment Bond, Standard Specifications, Supplemental Specifications, Special Provisions, General and Detailed Plans, Notice of Award, Notice to Proceed, and any subsequently executed Contract Addenda that are required to complete the construction of the work in an acceptable manner, including authorized Contract Time Extensions. I-1

75 c. One Instrument: The executed Contract Agreement and the Contract Documents constitute one instrument; i.e., the Contract DEPARTMENT Delete the text and substitute the following: The Rhode Island Turnpike and Bridge Authority DIVISION OF PURCHASES Delete the text and substitute the following: Rhode Island Turnpike and Bridge Authority ENGINEER Delete "Chief Engineer of the Division of Public Works" and substitute the following: The Director of Engineering of the Rhode Island Turnpike and Bridge Authority or his designee or representative NOTICE OF TENTATIVE AWARD Delete the second sentence, This communication and replace with the following: This communication instructs the successful Bidder to submit within two (2) business days of the receipt of this Notice of Intent to Award the duly executed Contract Agreement, Contract Bonds and the required Certificate of Insurance PURCHASE ORDER Delete in its entirety without replacement SPECIFICATIONS (e) Federal Wage Rates Delete the text and substitute the following: Prevailing Wage Rates for all trades as determined by the Rhode Island Department of Labor shall be the applicable wage rates for all trades employed on this Project STATE Delete the text and substitute the following: The Rhode Island Turnpike and Bridge Authority SUBSTANTIAL COMPLETION I-2

76 Delete the text and substitute with the following: The term Substantial Completion means the point at which the performance of all work on the Project has been completed except final cleanup, and repair of unacceptable Work, and provided the Engineer has determined, in his sole discretion, that: a. The Project is safe and convenient for use by the public, and, b. Failure to complete the work and repairs excepted above would not result in the deterioration of other completed work; and, provided further, that the value of work remaining to be performed, repairs and cleanup, is less than 2 percent of the Total Adjusted Contract Price WINTER SHUTDOWN No Winter Shutdown Period is anticipated for the overall project work, unless requested by the Contractor. Compliance with all manufacturer s recommendations and requirements for materials installation shall be adhered to. See Subsection 999 of these Specifications for requirements of securing, maintaining and monitoring the work site under a Winter Shutdown or any other shutdown that the Contractor requests AUTHORITY (Add this new Subsection) The Rhode Island Turnpike and Bridge Authority acting through its authorized representatives CONSTRUCTION ORDER (Add this new Subsection) This term shall include Field Orders, Change Orders and Supplementary Agreements. END OF SECTION I-3

77 SECTION BIDDING REQUIREMENTS AND CONDITIONS PREQUALIFICATION OF BIDDERS Delete the title and text and substitute the following: QUALIFICATION OF BIDDERS Each Bidder shall complete and attach to his Proposal, the Statement of Qualifications forms setting forth information concerning company and personnel experience, status of work on hand, references, financial statement, and list of equipment proposed for the Project. Failure of a Bidder to submit completed forms with his Proposal may be cause for rejection of his bid. The Statement of Qualifications forms for this contract include forms for the Prime Contractor, and major subcontractors, including at a minimum, qualifications for the entities performing the steel repairs, the painting and the installation/removal of scaffolding and containment. The Prime Contractor shall identify their role and the role of each major subcontractor. The Steel Repair Contractor/Subcontractor is intended to refer to the entity that will perform steel repairs. The Painting Contractor/Subcontractor is intended to refer to the entity that will perform work under the Protective Coating Removal and Replacement and Personnel and Environmental Protection Pay Items. The Scaffolding Contractor/Subcontractor is intended to refer to the entity that installs and maintains scaffolding required to perform steel repair and/or painting work. If the Prime Contractor will perform all Steel Repairs, and/or Painting, and/or Scaffolding work by the Prime Contractor s own forces and without subcontracting, then, for the respective Qualification Statements, the Prime Contractor need only provide information on the Superintendent that will be provided to oversee the work. Any requirements within the RIDOT Standard Specifications or Special Provisions that require the Prime Contractor to perform a minimum percentage of Contract work are superseded by RITBA s requirements. The Authority will consider the qualifications of the Prime Contractor, the Steel Repair Contractor/Subcontractor, the Painting Contractor/Subcontractor and the Scaffolding Contractor/Subcontractor. The Authority will also consider the teaming experience of the team proposed by the Prime Contractor. The Authority may evaluate against the Prime Contractor, if it is in the best interest of the Authority. In such case, this may be a just cause of rejecting the Prime Contractors bid. If the Prime Contractor submits more than one Subcontractor for Steel Repairs, Painting or Scaffolding, the work breakdown and percentage of work that will be performed by each Subcontractor must be submitted as part of the bid proposal. The Authority will consider the qualifications of all Subcontractors and may judge one or more of the Subcontractors as not qualified. If it is in the best interest of the Authority, the Authority will make a provisional award to a Prime Contractor that disqualifies one or more of the multiple Painting Subcontractor(s) and/or Scaffolding Subcontractor(s) precluding the Prime Contractor from subcontracting to the disqualified firms. If the Prime Contractor does not agree to the provisions of the provisional award this will be a just cause of rejecting the Prime Contractors bid. For joint ventures (JV), (including JVs at the prime contractor, steel repair contractor/subcontractor, painting contractor/subcontractor and scaffolding I-4

78 contractor/subcontractor levels) all the parties comprising the joint venture shall complete the Statement of Qualifications individually and the JV shall enclose their partnership agreement with the bid. Financial statements of each party shall be submitted with the Statement of Qualifications. Also included shall be the listing of the personnel and their respective responsibilities in the JV. All other bid and Contract forms shall be executed by the JV. A mission or purpose statement indicating breakdown of work, if applicable, shall also be enclosed with the bid. The Authority shall consider the JV and its underlying parties and may evaluate against the JV, if it is in the best interest of the Authority. In such case, this may be a just cause of rejecting such a bid CONTENTS OF PROPOSAL FORMS Delete title and text and substitute the following: Upon request, the Authority will furnish the prospective Bidder with Contract Documents. The Documents will state the location and description of the contemplated work to be performed, a set of drawings, and will have a schedule for which a Contract bid price is invited. The Documents will state the time in which the work must be completed, the amount of the Proposal Guaranty, and the date, time and place of the opening of Proposals. The Documents will also include any Special Provisions or requirements that vary from or are not contained in the Standard Specifications. All papers bound with or attached to the Contract Documents are considered a part thereof and may be detached when the Proposal is submitted, except as otherwise required. The Drawings, Specifications and other documents designated in the proposal form will be considered a part of the Proposal whether attached or not. Contract Documents are non transferable. Any prospective Bidder who has been issued Documents and transfers them to any other individual, firm, or corporation may be barred from future bidding. The Proposal of the Bidder who has not been issued the proposal form directly by the Authority or its Engineer may be rejected. Contractors are advised of Sales and Use Tax regulations re: Contractors and Subcontractors "Regulation C" which may be obtained from the Rhode Island Department of Administration, Division of Taxation, One Capitol Hill, Providence, Rhode Island " EXAMINATION OF PLANS, SPECIFICATIONS, SPECIAL PROVISIONS, AND SITE OF WORK Delete the 2 nd and 3 rd paragraph and add the following to this Subsection: The Bidder further warrants, agrees, and acknowledges by submitting a bid that it: Has taken steps reasonably necessary to ascertain the nature and location of the work; Has investigated and satisfied itself as to the general and local conditions that can affect the work or its cost, including but not limited to: I-5

79 a. Conditions bearing upon acquisition, transportation, disposal, handling, and storage of materials. b. The availability of labor, materials, water, electric power, and roads. c. Uncertainties of wind, fog, other weather conditions, tides, or other physical conditions at the site. d. The confirmation and condition of the ground, and e. The character of equipment and facilities needed preliminary to and during work performance; Has satisfied itself as to the adequacy of time allowed for the completion of the Contract. Any failure of the Bidder to take that action described and acknowledged in this clause shall not relieve the Bidder from responsibility for estimating properly the difficulty and cost of successfully performing the work without additional expense to the Authority. The Bidder agrees that the Authority shall not be liable to it on any claim for additional payment or additional time or any claim whatsoever if the claim directly or indirectly results from the Bidder s failure to investigate and familiarize itself sufficiently with the conditions under which the contract is to be performed. The Bidder shall be familiar and comply with all Federal, State and local laws, ordinances, and regulations which might affect those engaged in the work. The Authority will not consider any plea of misunderstanding or ignorance of such requirements. Bid prices shall reflect what the Bidder anticipates to be the cost of completing the work, including methods, materials, labor and equipment. Except as the contract may provide, the Bidder shall receive no payment for any costs that exceed those in the bid prices. No claim shall be allowed because of any ambiguity in the contract if: 1. The Bidder discovers any ambiguity, but fails to notify the Authority or 2. The Bidder failed to discover an ambiguity that would be discovered by a reasonably prudent contractor in preparing the bid. Any prospective Bidder desiring an explanation or interpretation of the bid documents, must request the explanation or interpretation in writing in order to allow a written reply to reach all prospective Bidders before the submission of their bids. All questions shall be submitted in the format defined in the Notice to Contractors and during the mandatory Pre-Bid Meeting and shall be submitted as per the schedule identified in the Notice to Contractors and during the Pre-Bid Meeting. Oral explanations, interpretations, or instructions given by anyone before the award of a contract will not be binding on the Authority. Any information given a prospective Bidder concerning I-6

80 any of the bid documents will be furnished to all prospective Bidders as an addendum if that information is deemed by the Authority to be necessary in submitting bids or if the Authority concludes that the lack of the information would be prejudicial to other prospective Bidders. Before submitting the proposal, it shall be the Bidder s responsibility to determine that the complete set of Contract Documents has been received. Existing Design Plans for the Newport/Pell Bridge are on file in the Office of the Authority. The above described plans may be examined by prospective Bidders at the Office of the Authority but may not be removed. Prints of necessary plans will be furnished to the successful Bidder as may be required. The Authority assumes no responsibility for the completeness of these plans or for the accuracy of dimensions that may be shown on these plans. The Contractor shall verify dimensions of the existing construction as they may affect the work of this Contract. Each Bidder will be required to adequately inspect the Newport/Pell Bridge structure at any time during the bidding period in order to fully ascertain for itself the condition of the existing structure and project site, possible means of access to and egress from different portions of the structure, and to gather other information relative to the proposed work, by making advance arrangements with the Authority. Each Bidder shall execute a sworn Inspection Affidavit, bound with the Contract Documents, to affirm that it has inspected the project site and existing bridge structure. Failure to inspect the project site and submit such Affidavit, complete and executed, with the Proposal may be a just cause for rejecting the bid. When Addenda, letters or other forms of notice, giving revisions and interpretations of the Plans, Specifications, Proposal and other Contract Documents, are mailed or otherwise sent to prospective Bidders, acknowledgement thereof must be made by the Bidder, if an individual, by an officer of the company, or a partner. Each Bidder is strongly advised to immediately acknowledge the receipt of such revisions on the form provided with each such revision. The acknowledgement shall also be made on the Proposal form as provided therefore, and submitted with the proposal PROPOSAL GUARANTY Delete the First paragraph and substitute by the following: Submission of the Proposal shall be accompanied by a certified check, payable to the order of the Rhode Island Turnpike and Bridge Authority. As an alternative to a certified check, the Bidder can submit a Proposal Bond satisfactory to the Authority and in compliance with these Specifications. The certified check, or the Proposal Bond, shall be for a sum of not less than ten percent (10%) of the total Contract Price bid for the Project, and such bond shall be issued and originated from an agent who is lawfully licensed and registered in the State of Rhode Island. Add the following at the end of the Second paragraph: I-7

81 The power of attorney shall set forth the authority of the attorney-in-fact who has signed the bond on behalf of the surety company to bind the company and shall further certify that such power is in full force and effect as of the date of the bond IRREGULAR PROPOSALS Rename the title of paragraph a and delete the first sentence to insert the following a. Reasons for Disqualification. The Authority reserves the right to declare a proposal non-responsive and may disqualify a Bidder for any of the following irregularities: DELIVERY OF PROPOSALS Delete this entire Section of the Standard Specifications and substitute the following: Bids shall be enclosed in a sealed envelope addressed to the Chief Engineer, Rhode Island Turnpike and Bridge Authority, Administration Building, Newport Bridge, One East Shore Road, P.O. Box 437, Jamestown, Rhode Island, with FRONT of envelope plainly marked with name and address of Bidder and BID FOR STEEL REPAIRS AND PROTECTIVE COATING WEST APPROACH, FOR THE NEWPORT/PELL BRIDGE CONTRACT Two (2) copies of bid forms properly signed are required to be submitted. Official bid forms are enclosed and MUST BE USED when submitting the proposal. Enclosed in the sealed envelope with the Proposal shall be submitted the following: (a) The proposal Guaranty, as described in Section ; (b) (c) (d) (e) (f) (g) (h) The Statements of Qualifications on the attached forms; A Manpower and Equipment Statement on a form furnished by the Contractor enumerating the plant and equipment that is owned or definitely controlled by the Bidder and available for the Project; A Non-Collusion Affidavit and a warranty concerning solicitation of the Contract by others, both on the same form; A completed Inspection Affidavit on the attached form; A completed Confidentiality Agreement on the attached form; A completed Certification of Compliance for Paint System Financial statements of the firm bidding for the job, of last two years; By submitting a Proposal, the Bidder covenants and agrees that it has satisfied itself from its own investigation of the conditions to be met, that it fully understands its obligations and that it will not make any claim for, or have right to cancellation or relief, without penalty of the Contract, because of any misunderstanding or lack of information. I-8

82 WITHDRAWAL OR REVISION OF PROPOSALS Delete the last sentence of the last paragraph [ Such revisions will be.return Receipt Requested] and substitute with the following: Such revisions will be made by addendum, duly numbered and dated, and/or Notices. Bidders are strongly advised to immediately return the Acknowledgement of Receipt of such an Addendum or Notice. Revisions must also be acknowledged on Proposals. Failure to acknowledge receipt of addendum on Proposal may be just cause for rejecting the bid NON-COLLUSIVE BIDDING CERTIFICATION Delete subparagraph a.1, and substitute the following: 1. The Affidavit. Every proposal submitted to the Authority must contain the Non- Collusion Affidavit and Verification duly subscribed to and affirmed by the Bidder as true under the penalties of law. The Non-Collusion Affidavit and Verification must be on the prescribed form attached with the other Proposal Documents. Delete subparagraph c. and substitute the following: c. The Minority/Disadvantaged/Woman-Owned Business Enterprise Affidavit. Every proposal to the Authority shall contain the Minority/Disadvantaged/Woman-Owned Business Enterprise Affidavit duly subscribed to and affirmed by the Bidder as true under the penalties of law. The Minority/Disadvantaged/Woman-Owned Business Enterprise Affidavit must be on the prescribed form attached with the other Proposal Documents. By submission of a Proposal, each Bidder and each person signing a Proposal that includes the Minority/Disadvantaged/Woman-Owned Business Enterprise Affidavit certifies that the organization shall affirmatively seek out and consider Minority/Disadvantaged/Woman-Owned Business Enterprises to participate in the Contract, and develop and submit for approval to the Authority, within ten days of the receipt of bids, a Minority/Disadvantaged/Woman-Owned Business Enterprise Program in accordance with the provisions of the Minority/Disadvantaged/Woman- Owned Business Enterprise Affidavit. The percentage goal for this project is the lesser of $250,000 or 5% of the overall bid price (excluding Optional/On-Call Pay Items). I-9

83 PRE-BID CONFERENCE (Add this new Subsection) The Rhode Island Turnpike and Bridge Authority will hold a mandatory pre-bid Meeting and Site Visit concerning this contract, titled, Steel Repairs and Protective Coating West Approach, Contract The meeting will be held at the Office of the Authority, Administration Building Newport Bridge, Route 138, Jamestown, Rhode Island at 1:00 P.M. on April 16, All Bidders are required to attend this meeting and shall be dressed appropriately for a site visit (hardhat, safety vest, sturdy shoes, work gloves, and body harness with dual lanyards). For Joint Ventures, representatives of all parties of the Joint Venture shall attend the Pre-Bid Meeting. Bidders shall be disqualified for failure to attend the Pre-Bid Meeting. END OF SECTION I-10

84 SECTION AWARD AND EXECUTION OF CONTRACT POST-QUALIFICATION REQUIREMENTS OF AWARD OF CONTRACT Delete subparagraph a. without replacement CONTRACT BOND Delete the subsection in its entirety and substitute by the following: The successful Bidder shall provide an executed performance bond and payment bond within two (2) business days of the date of Notice of Intent to Award, for a sum not less than the full Contract amount. These bonds shall: Be on Authority furnished form, as attached in these specifications. 1. Be signed by surety (or sureties) that is (are) listed in the current U.S. Treasury Circular 570 and authorized to do business in the State of Rhode Island and Providence Plantations and accompanied by a certification as to authorization of the attorney-in-fact to commit the surety company (or companies) and a true and correct statement of the financial condition of the said surety company (or companies). 2. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time. 3. Guarantee that the surety shall indemnify, defend, and protect the Authority, its representatives, agents and Engineer against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or agents of the Contractor) to faithfully perform the contract, or b Of the Contractor (or the subcontractors or agents of the Contractor) to pay all laborers, mechanics, subcontractors, agents, material man, or provisions for carrying out the work. The Authority may require sureties or surety companies on the contract bond to appear and qualify themselves. Whenever the Authority deems the surety or sureties to be inadequate, it may, upon written demand, require the Contractor to furnish additional surety to cover any remaining work. Until the added surety is furnished, payments on the contract will stop. In the event of insolvency of the surety, the Contractor shall forthwith furnish and maintain, as above provided, other surety satisfactory to the Authority. I-11

85 All alterations, extensions of time, extra and additional work, and other changes authorized by the Contract Documents may be made without securing the consent of the surety or sureties of the bonds. Payment will be made under: Pay Item Ref. No. Payment Reference Description Pay Unit Performance Bond Lump Sum Payment Bond Lump Sum Payment for the bonds will be made at the lump sum prices bid or the actual cost, whichever is lower, and will be made only upon delivery of a receipted bill or bills EXECUTION AND APPROVAL OF THE CONTRACT Delete this subsection in its entirety and substitute the following: The Contract shall be executed by the successful Bidder, hereinafter referred to as the Contractor, and submitted along with the required Certificate of Insurance, and Payment and Performance Bonds in the form satisfactory to the Authority within three (3) business days of the Notice of Intent to Award. Receipt by the Contractor of the fully executed Contract Agreement will constitute the Award of the Contract FAILURE TO EXECUTE CONTRACT a. Failure of RITBA to Execute Contract Modify the first sentence as follows: not executed within forty-five (45) calendar days following execution. b. Failure of the Bidder to Execute Contract Modify the first sentence (line 3) as follows: other stipulations within three (3) business days of the Notice of Intent to Award shall be considered revocation of END OF SECTION I-12

86 SECTION SCOPE OF WORK INTENT OF CONTRACT Add the following to this subsection; Omissions from the Contract of details of work which are necessary to carry out the intent of the contract, or which are customarily performed, shall not relieve the Contractor from performing the omitted work, but they shall be performed as if fully and correctly set forth and described in the Contract. The Contract bid prices (Unit and/or Lump Sum) shall be full payment for all work and materials required to complete the work. The Contractor shall include all costs of doing the work within the bid prices (Unit and/or Lump Sum). If the Contract Plans, Contract provisions, Addenda, or any other part of the Contract requires work that has no Unit and/or Lump Sum price in the proposal form, the cost of such work shall be incidental and included within the bid prices (Unit and/or Lump Sum) in the Contract CHANGES IN THE CONTRACT Add the following to this subsection: c. All changes will be included in a Change Order that specifies, in addition to the work to be done, an adjustment of Contract Time, if any, and the basis of compensation for such work. Upon receipt of a Change Order, the Contractor shall proceed with the ordered work. Where the changes involved require a Change Order, and a Change Order has not yet been issued, the Engineer may direct, by Field Order, that the Contractor proceed with the desired work and the Contractor shall comply. In such cases, the Engineer will, as soon as practicable, issue a Change Order for such work. d. No claim for additional compensation shall be made because of any such alteration, deviation, addition to or omission from the Work required by the Contract, by reason of any variation between the approximate quantities in the Proposal and the quantities of Work as done, by reason of Extra Work, by reason of elimination of Pay Items, or by reason of changes in the character of Work except as allowed in this Section No claim for additional compensation or extension of Contract Time within the scope of this Section will be allowed if asserted after Acceptance. I-13

87 EXTRA WORK Delete the subsection in its entirety and substitute the following: a. The Authority reserves the right to require Extra Work as needed for the satisfactory completion of the Project. Such work will be designated as Extra Work when it is determined by the Engineer that such work is not covered in any of the various items for which there is a bid price or by combination of such items. In the event portions of such work are determined by the Engineer to be covered by some of the various items for which there is a bid price or combinations of such items, the remaining portion of such work will be designated as Extra Work. The Contractor shall do such Extra Work and furnish labor, material and equipment therefore upon receipt of a Change Order, Field Order, or Supplementary Agreement and in the absence of such it shall not perform, and not be entitled to payment for, such Extra Work. Payment for Extra Work required pursuant to the provisions in this subsection will be made as provided in Subsection or as agreed to in a Supplementary Agreement. If the Contractor and the Engineer cannot agree on a Supplementary Agreement for Extra Work, and the Engineer, in his sole discretion, deems it inadvisable to have such work completed on a Force Account basis as provided in Subsection , the Authority may elect to have such work completed by others. Under these circumstances, the Contractor shall not interfere therewith nor have any claim for additional compensation as the result of such election SIGNIFICANT CHANGES IN THE CHARACTER OF THE WORK a. Circumstances for Significant Change Delete the text of the second paragraph When a major item of work.. and replace with the following: In most cases, as determined by the Authority, when any item of work is increased in excess of 200%, or decreased below 50%, of the original Contract quantity, a revised unit price either decreased due to efficiency of magnitude, or increased due to factors specifically demonstrated and quantified by the Contractor and submitted to the Engineer for review and approval will be considered Any revised unit price shall apply only to that portion in excess of 200% of the original Contract item quantity, or in the case of a decrease below 50%, to the actual amount of work performed. For Optional Pay Items, when any item of work is increased in excess of 400%, or decreased below 50%, of the original Contract quantity, a revised unit price either decreased due to efficiency of magnitude, or increased due to factors specifically demonstrated and quantified by the Contractor and submitted to the Engineer for review and approval will be considered. Any revised unit price shall apply only to that portion in excess of 400% of the original Contract item quantity, or in the case of a decrease below 50%, to the actual amount of work performed. I-14

88 MAINTENANCE OF TRAFFIC Add the following: The Contractor shall conduct his work in such a manner as not to interfere, under any conditions or circumstances, with navigation by vessels under the bridge. It is the Contractor s responsibility to maintain the safety of the work site and the components of any lane closure at all times. The Contractor must provide oversight of the work site at all times and be able to respond immediately to any damage to the lane closure components caused by the elements or by a vehicle, while providing temporary safety measures until such time that the Engineer approves the condition of the lane closure. Suggested Lane Closure Plans are included in the Contract Drawings. However, this does not relieve the Contractor of his responsibility to provide traffic lane closures that conform and comply with RIDOT Standard Specifications, MUTCD, the Contract Drawings and Specifications, and State and Local laws. The Contractor is advised that short duration halts to work on the bridge may be directed by the State Police for security reasons. The Contractor shall comply with any requests by the State Police or the RITBA or their agents to temporarily halt work and have all personnel leave the bridge site. Lane Closures will be allowed only as outlined below: Sign Structures - Protective Coating Removal and Replacement Single daily lane closures will be permitted for cleaning and painting only for the portions of the Sign Structures above the roadway. This work will be performed under daily lane closures from: 7AM to 3PM Westbound Monday through Friday 9AM to 5PM Eastbound Monday through Thursday 9AM to 3PM Eastbound on Fridays. Additionally, lane closures will be permitted during mobilization and de-mobilization of work platforms, rail cap removal and replacement, and special caulking requirements at safety rails and light poles. Wherever possible, the Contractor shall provide for the prosecution of work items that require lane closures concurrently to reduce the number of total lane closures. The Authority has anticipated a maximum of 75 days of single lane closures (one travel lane at a time for the hours noted above) for these work items. It is the Contractor s responsibility to schedule the work items to ensure that the maximum of 75 days of single lane closures is not exceeded. The Contractor must submit a schedule of single lane closures to the Engineer with the initial project schedule for approval by the Engineer and the Authority. The Engineer will request regular written updates of the Contractor s expected lane outages, and lane outage occasions shall be agreed upon between the Engineer and the Contractor on a weekly basis for the duration of the contract. The Engineer will keep track of the total number of lane closures and provide updates to the Contractor on a weekly basis of the total number of lane closures utilized on the project. If the Contractor anticipates more than 75 days of single lane closures for these work items, the additional lane closures must be justified by the Contractor and approved by the Engineer and the Authority. For I-15

89 each single lane closure used by the Contractor over and above the 75 days of single lane closures allotted for this Contract (one travel lane at a time), the Authority reserves the right to deduct liquidated damages from any money owed to the Contractor for the additional single lane closures in the amount of $5,000 for each lane closure over and above 75 single lane closures (one travel lane at a time) Daily drop-offs and pick-ups of workers with hand carried items will be permitted to allow access to the work areas during the prosecution of this work. The daily drop-offs will be coordinated with the Engineer and the Authority and performed with a drop-off stake truck including either a mounted or pulled flashing arrow board/sign, and shall consist of traffic stoppage no longer than necessary, and not to exceed 10 minutes, for workers to exit the vehicle with their hand-carried tools and move to the safety walk. Daily drop-offs are not intended for longer stoppages required to offload tools, equipment and materials. The Contractor is required to have trucks for temporary dropoffs manned at all times while on the bridge. Temporary single lane closures of a maximum of one hour will be permitted on a limited basis as approved by the Engineer and RITBA for short term interim mobilization requirements by the Contractor for the delivery of tools, equipment and materials. These temporary lane closures must be scheduled with the Authority and the Engineer one week in advance and will be limited to a maximum of one lane closure in each direction per week unless otherwise approved. These one-lane closures for a maximum of one hour per occasion, for a maximum frequency of once per week unless otherwise approved shall not be tallied in the maximum of 75 single lane closures allotted. The Authority will permit the Contractor to utilize a single traffic lane for his equipment and to provide access as required to perform the work included in the Contract under the restrictions noted in the above paragraphs and in Division II of the Contract Specifications. These lane closures are subject to approval by the Engineer and the Authority and are strictly restricted to the hours already listed in this section. No set-up work on the roadway will be allowed before 7AM on the Westbound side and 9AM on the East bound side and all pick up work on the roadway must be complete by 3PM on the Westbound side and 5PM on the Eastbound side Monday through Thursday and 3PM on the Eastbound side on Fridays. The Contractor will not be permitted to leave daily lane closures up overnight or at any time that the area is not attended by Contractor personnel equipped to maintain the work site and the maintenance and protection of traffic. The Contractor may not store any equipment or materials on the bridge roadway or safety walk without the benefit of an adjacent lane closure and under no circumstances may equipment or materials be stored on the safety walk overnight for work being performed under daily lane closures. The Contractor shall install adequate warning lights, guide barriers, and signage in accordance with the Contract Drawings, applicable provisions of Sections 922 through 928 and Section 937 of these Specifications, the Standard Specification, MUTCD standards and all State and Local laws and regulations. The Contractor shall supply and install at locations identified by the Engineer a minimum of three portable variable message signs to provide travel advisories to the traveling public throughout the length of the Contract. These signs shall be provided for a duration beginning a minimum of three weeks prior to the start of lane closures, and maintained by the Contractor from that point through the completion of all work on the Contract. I-16

90 Submittals The Contract drawings show a suggested scheme for maintenance of traffic; however the responsibility remains with the Contractor to conform and comply with all RIDOT specifications, MUTCD, and state and local laws. The Contractor must submit for approval by the Engineer his proposed Maintenance of Traffic Plan for all daily lane closures to be implemented. The Maintenance of Traffic drawings shall include but not be limited to information regarding the days and hours of lane closures, the signage, warning lights, and guide barriers to be used. The drawings shall be prepared by and stamped by a Professional Traffic Engineer licensed and registered in the State of Rhode Island. The Maintenance of Traffic Plan and the hours and locations of the lane closures are subject to the approval of the Engineer and the Authority. The Contractor shall obtain prior approval from the Authority for weekend work. Holiday and Special Event Lane Closure Embargos: No lane closures will be permitted on Holidays or during Special Events and on the day before and the day after a Holiday or Special Event unless otherwise approved by the Authority. No lane closures will be permitted on the Friday before a Holiday weekend unless otherwise approved by the Authority. Holidays and Special Events are as listed below: New Year s Day Memorial Day Independence Day VJ Day Labor Day Newport Boat Show (usually mid-september for 4 days) Columbus Day Veteran s Day Thanksgiving Day Christmas Day Three days per year at the choosing of the Authority Additional Requirements Care shall be exercised at all times to protect the traveling public. The Contractor shall take all necessary precautions, as approved by the Engineer, to accomplish such protection. The Contractor shall not dump any object from the bridge. The Contractor shall obey all town, city, state, and federal laws and regulations during the conduct of the work. The Contractor shall provide a Traffic Mounted Attenuator and at least one Flagman in all lane closures and these requirements shall be identified on the Maintenance of Traffic Plans submitted by the Contractor to the Engineer for approval. These items are required regardless of whether these items are called out on the Contract Drawings, recommended by the Contractor s Engineer, or required by any applicable standard or guideline. I-17

91 If any portion of a lane closure is located off of the bridge structure (from the West Abutment to the East Abutment), the Contractor shall provide a State Trooper within the lane closure. Any daily lane closure that begins eastbound from Pier 1W to Pier 7E must have the beginning of the taper located a minimum of 100 feet west of Pier 1W due to the lack of sight distance over the crown of the vertical roadway curve. Likewise, any daily lane closure that begins westbound from Pier 1E to Pier 7W must have the beginning of the taper located a minimum of 100 feet east of Pier 1E. The Contractor shall coordinate daily lane closures on a daily basis with the Resident Engineer. The Contractor is alerted that other repair contracts and/or maintenance work by the RITBA may be under construction concurrently with this Contract, including, but not limited to Contract 11-1 (Steel Repairs and Protective Coating at the East Approach Spans), bridge in-depth inspection and deck repairs. Prior to November 30, 2015, there may be instances where Contract 11-1 will have priority regarding lane closures. The Contractor may extend the Contract 11-1 Lane closure with his own signs, cones and other equipment/materials if the two lane closures are within 4000 feet of each other. If the 11-1 lane closure is greater than 4000 feet from the lane closure, the lane closures may be independent. The Contractor may not utilize a lane closure in the opposite direction and same vicinity as any other lane closure. After November 30, 2015, Contract work and bridge maintenance work have priority regarding lane closures. Lane closures requested by others for any other work must be coordinated with the lane closures for the bridge maintenance work and the work under this Contract. The Contractor shall submit a construction schedule to the Engineer in order to allow coordination with any other work that will be performed under lane closures. For any lane closure not previously scheduled and coordinated by the Contractor for Contract work, or for any revision to the scheduled lane closures, other previously scheduled contracts or maintenance work will take priority over this Contract as determined by the Engineer. Any lane closures that are performed concurrently with lane closures for any other work on the bridge by the Contractor or by any other party are subject to the following requirements: 1. Daily lane closures in the eastbound and westbound directions of the bridge must be located a minimum of 1000 feet away from each other. 2. Separate daily lane closures in the same lane on the bridge are prohibited unless authorized by the Engineer. 3. Whenever possible, the daily lane closures shall be coordinated so as to have both contractors working in the same lane on the bridge with a single extended pattern. The Contractor is responsible for the safety of his work area. In the event that the Contractor utilizes an extension of a lane closure for other work on the bridge, the Contractor shall provide all necessary warning signs and barricades to protect his work area and the traveling public in the event that the upstream lane closure is dismantled or otherwise compromised. I-18

92 The above requirements apply also to the Contractor s use of multiple lane closures on the bridge in the performance of the work under this Contract. Work that is required to be performed within a lane closure in the area close to the edge of the work zone shall require utilization of flagpersons as required to protect the workers and to make provisions to accommodate any wide vehicles approaching the work area. At no time will a travel lane closure be allowed to encroach on the passing lane. Work that is required to be performed on the line between the travel lane and passing lane shall be performed during the passing lane closures. If required, during work under passing lane closures, the work zone may be widened to include the line between the travel lane and passing lane to accomplish specific repairs with the utilization of flagpersons to protect the workers and the public and accommodate any wide vehicles approaching the work area. Any area of increased closure width shall be in place only so long as required to perform specific repairs and shall have flagpersons in place until the travel lane is returned to its normal width. It is the Contractor s responsibility to ensure and to maintain the safety of all workers (including the Contractor s workers, workers performing other contract or maintenance work, and the RITBA maintenance staff), and the public, below or adjacent to his work area on the bridge and its approaches. The Contractor s safety measures shall include the necessary means to catch and retain any falling debris, materials and/or equipment. See Subsection : Public Convenience and Safety. The cost of maintenance of traffic will not be paid for under any specific item, but the cost thereof including all labor, tools, material, equipment, and all other incidentals (including the provision of three VMS signs) required to complete the work shall be deemed included in the Contract bid prices in the Proposal CONSTRUCTION OVER OR ADJACENT TO NAVIGABLE WATERWAY Add the following paragraph: The Contractor s operation shall in no way hinder the safe navigation of the waterway without express written approval from the US Coast Guard. See additional US Coast Guard requirements in Section PROCEDURE AND PROTEST BY THE CONTRACTOR (Add this new Subsection) If in disagreement with anything required in a change order, another written order, or an oral order from the Engineer, including any direction, instruction, interpretation, or determination by the Engineer, the Contractor shall: 1. Immediately give a signed written notice of protest to the Engineer or the Engineer s field inspectors before doing the work. 2. Supplement the written protest within fifteen (15) calendar days with a written statement providing the following: a. The date of the protested order, b. The nature and circumstances which caused the protest, c. The Contract provisions that support the protest, I-19

93 d. The estimated dollar cost, if any, of the protested work and how that estimate was determined, and e. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. 3. If the protest is continuing, the information required above shall be supplemented as requested by the Engineer. In addition, the Contractor shall provide the Engineer, before final payment, a written statement of the actual adjustment requested. Throughout any protested work, the Contractor shall keep complete records of extra costs and time incurred. The Contractor shall permit the Engineer access to these and any other records needed for evaluating the protest. The Engineer will evaluate all protests provided the procedures in this section are followed. If the Engineer determines that a protest is valid, the Engineer will recommend to the Authority payment for work or time by an equitable adjustment. Extensions of time will be evaluated in accordance with Section , Determination and Extension of Contract Time. The Authority will exercise its option to accept or overrule the Engineer s recommendation. The decision of the Authority shall prevail. No adjustment will be made for an invalid protest. In spite of any protest, the Contractor shall proceed promptly with the work as the Engineer orders. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is not protested as provided in this section shall be full payment and final settlement of all claims for Contract time and for direct, indirect and consequential costs, including costs of delays, related to any work either covered or affected by the change. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the Engineer any written or oral order (including directors, instructions, interpretations, and determinations). By failing to follow the procedures of this section and Section , the Contractor completely waives any claims for protected work. END OF SECTION I-20

94 SECTION CONTROL OF WORK AUTHORITY OF THE ENGINEER Add the following: Any approval by the Engineer of any materials, workmanship, plant, equipment, drawings, program, methods of procedure, or of any other act or thing done or furnished, in or in connection with the performance of the work, shall be construed merely to mean that at the time the Engineer knows of no good reason for objecting thereto; and no such approval shall release the Contractor from his responsibility for the accurate and complete performance of the work in accordance with the Drawings and Specifications or from any duty, obligation, or liability imposed upon him by the provisions of the Contract. The Engineer s decisions will be final on the questions regarding measurement of unit price work, payments under the Contract including equitable adjustment, acceptance of working drawings and determination as to the existence of changed or differing site conditions PLANS AND SHOP DRAWINGS Add the following after the first sentence of the third paragraph Shop drawings for structures shall : The Contractor shall include in the approved schedule the schedule for shop drawing submissions by the Contractor for each Pay Item. Delete the first sentence of the fifth paragraph Within forty-five (45) calendar days and replace with the following: Within fourteen (14) calendar days of submission to the Engineer, all shop drawings shall be reviewed by the Engineer and returned to the Contractor for appropriate action CONFORMITY WITH PLANS AND SPECIFICATIONS Add the following to this subsection: Although measurement, sampling and testing may be considered evidence of conformity, the Engineer will determine whether the Work deviates from the Contract Documents. Neither the observations of the Engineer in his inspection of the Work nor inspections, tests or approvals by persons other than the Contractor relieves the Contractor from his obligations to perform the Work in accordance with the Contract Documents COOPERATION BY CONTRACTOR Revise the first sentence in subparagraph a. Causes for Removal as follows: The Engineer may remove the Superintendent or any other key Contractor staff positions included in the Proposal Qualifications Questionnaire at any time if: Add the following to this subsection: I-21

95 The Contractor shall provide the staff indicated in the Proposal Qualification Questionnaires. If staff identified in the Proposal is no longer in the employ of the Contractor during the performance of work under this Contract, then the Contractor shall submit for approval by the Engineer the qualifications of a replacement COOPERATION WITH UTILITIES Delete the first paragraph and substitute the following: Within the site of the Project there may be public utility structures, and notwithstanding any other clause or clauses of this Contract, the Contractor shall not proceed with his Work until it has made diligent inquiry at the offices of the Authority, the utility companies and municipal authorities or other owners to determine their exact location. The Contractor shall notify, in writing, the utility companies and municipalities or other owners involved of the nature and scope of the Project and of his operations that may affect their facilities or property. Two copies of such notices shall be sent to the Authority. Add the following to this subsection: All costs for protection and preservation of utilities (including fiber optic conduits and cables) and cooperation and coordination with their owners shall be included in the prices bid for the various Pay Items scheduled in the Proposal COOPERATION BETWEEN CONTRACTORS Add the following to this subsection: The Contractor shall coordinate all work on a daily basis with the Resident Engineer. The Contractor is alerted that other repair contracts and/or maintenance work by the RITBA may be under construction concurrently with this Contract, including, but not limited to Contract 11-1 (painting and steel repairs at the East Approach Spans), Construction of a new building under the West Approach Spans, regular bridge maintenance and bridge in-depth inspection. The Contractor shall submit a construction schedule to the Engineer in order to allow coordination with any other work that will be performed under lane closures. For any lane closures not previously scheduled and coordinated by the Contractor for Contract work, or for any revision to the scheduled lane closures, other previously scheduled contracts or maintenance work will take priority over this Contract as determined by the Engineer. The Contractor is advised that during the prosecution of work under this Contract, the Authority will be constructing a new building under the West Approach Spans in the area between the West Abutment and Bayview Drive. The Contractor shall coordinate access to the work under this contract in these spans with this work. It is the Contractor s responsibility to ensure and to maintain the safety of all workers (including the Contractor s workers, workers performing other contract or maintenance work, and the RITBA maintenance staff), and the public-below and adjacent to his work area on the bridge. The Contractor s safety measures shall include the necessary means to catch any falling debris, materials and/or equipment. See Subsection : Public Convenience and Safety. I-22

96 Section Maintenance of Traffic contains further requirements for coordinating lane closures with other work on the bridge CONSTRUCTION STAKES, LINES AND GRADES Add the following to this subsection: The Contractor shall field verify all the dimensions and data provided by the Engineer. Elevations in the Contract Drawings are for reference purposes only and are from the record original design drawings of the East Passage Crossing of Narragansett Bay. No stakes or marks, other than the existing ones shall be provided by the Engineer. Full compensation for the work shall be considered as included in the payment for the pay items to which the work relates, and no additional compensation will be allowed REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK Add the following to this subsection: If the Contractor does not remedy, remove and replace unacceptable Work that has been paid for in part or in full under a previous progress payment, the Engineer may, at his sole discretion, delete an amount equal to that which was previously paid from a subsequent progress payment until such time that the unacceptable Work is remedied, removed and replaced. END OF SECTION I-23

97 SECTION CONTROL OF MATERIAL SAMPLES, TESTS, CITED SPECIFICATIONS Add the following: Contractor shall submit a material certification to the Engineer for approval for all materials delivered to the site. The certification shall indicate conformance with the manufacturer's specification for quality requirements SUBSTITUTES OR OR EQUAL ITEMS (Add this new Subsection) Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted if sufficient information is submitted by the Contractor to allow the Engineer to determine that the material or equipment proposed is equivalent or equal to that named in the Contract Documents. Requests for review of substitute items of material or equipment will not be accepted from anyone other than the Contractor. If the Contractor wishes to furnish or use a substitute item of material or equipment, the Contractor shall make written application to the Engineer for consideration thereof certifying that the proposed substitute: 1. performs adequately the functions and achieves the results called for by the general design, 2. is similar and of equal substance to that specified and 3. is suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute does not prejudice the Contractor s achievement of completion on time. It shall also state whether or not acceptance of the proposed substitute for use in the Work requires a change in any of the Contract Documents (or in the provisions of any other direct contract with the State for Work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified shall be identified in the application and available maintenance, repair and replacement service shall be indicated. The application shall also contain an itemized estimate of all costs or savings that result directly or indirectly from approval of such substitute, including costs of redesign, all of which will be considered in evaluating the proposed substitute. The Engineer may require the Contractor to furnish additional data about the proposed substitute. The Engineer may also require that any savings resulting from the substitution shall be credited to the Authority. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, the Contractor may propose a substitute means, method, technique, sequence or procedure of construction. Said substitution may be found acceptable if the Contractor submits sufficient information to allow the Engineer to determine that the substitute proposed is equivalent to that I-24

98 indicated or required by the Contract Documents. The review procedure is to be similar to that described in the previous paragraph. The Engineer is to be allowed a reasonable time within which to evaluate each proposed substitute. The Engineer will be the sole judge of acceptability, and no substitute shall be ordered, installed or utilized without either a Construction Order or an accepted working drawing. If acceptance is given, it is on the condition that the Contractor is fully responsible for producing work in conformity with Contract requirements. If, after trial use of the substituted material, equipment, means, method technique or sequence or procedure of construction, the Engineer determines that the Work produced does not meet Contract requirements, the Contractor shall discontinue the use of the substitute and shall complete the remaining Work with the specified materials, equipment, means, method technique, or sequence or procedure of construction. The Contractor shall remove the deficient Work and replace it with Work as specified, or take such other corrective action as the Engineer may direct. Increasing of quantities or basis of payment for the pay items involved, or in the Contract Time will not be made as a result of using authorized substitutes. The Engineer may require the Contractor to furnish at no cost to the Authority a special performance guarantee or other surety with respect to any substitute. The Engineer will document the time required by the Authority in evaluating proposed substitutions and in making changes in the Contract Documents. When the Engineer determines that a proposed substitute is unacceptable, it shall also determine whether the Contractor shall reimburse the Authority for the cost of evaluating each proposed substitute. When the Contract Documents permit the use of more than one type of material, equipment or product, only one type is to be used throughout the Project. The Contractor s attention is particularly drawn to restrictions on Substitutes or Or Equal items concerning paint coatings in Special Specification Section 825. END SECTION I-25

99 SECTION LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC LAW TO BE OBSERVED Modify the first line of the first paragraph as follows: of Federal and State of Rhode Island and Providence Plantations laws, local laws, Modify the fourth line of the first paragraph as follows: The Contractor at all times shall observe and comply with all such laws, ordinances Modify the sixth line of the first paragraph as follows: the State, R.I.T.B.A., Engineer and their representatives against In the second paragraph, read the work State as State of Rhode Island and Providence Plantations. Add the following to this subsection: The Authority hereby reserves the right to elect to settle all claims, disputes and other matters in question between the Authority and the Contractor arising out of, or relating to the Contract Documents, or the breach thereof, by either litigation or arbitration at its sole option. Litigation, if any, brought against the Authority, the members thereof and their successors, all officers, agents and servants of the Authority and the Engineer, Parsons Brinckerhoff, and their agents, shall only be instituted in a court within the State of Rhode Island PERMITS, LICENSES AND TAXES Add the following to this subsection: See SECTION PROJECT PERMITTING AND APPROVALS for additional requirements regarding permitting and approvals. I-26

100 PUBLIC CONVENIENCE AND SAFETY Add the following to this subsection: Caution shall be exercised at all times for the protection of persons and property. The safety provisions of applicable laws, OSHA regulations, building and construction codes, and the rules and regulations of the Rhode Island Department of Labor shall be observed. The Contractor shall provide at the site such equipment and medical facilities as are necessary to supply first aid service to any person who may be injured in the progress of the work. If death, serious injuries or serious damages are caused, the Contractor shall report the accident immediately to the Engineer. In addition, the Contractor must promptly report in writing to the Engineer, all accidents whatsoever arising out of or in conjunction with the performance of the work, whether on or adjacent to the site, which cause death, personal injury or property damage, giving full details and statements of witnesses. If any claim is made by any third person against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the fact in writing to the Engineer, giving full details of the claim. It is the Contractor s responsibility to ensure and maintain the safety of all workers (including the Contractor s workers, workers performing other contract or maintenance work, and the RITBA maintenance staff), and the public- below or adjacent to his work area on the bridge and its approaches. The Contractor s safety measures shall include the necessary means to catch and retain any falling debris, materials and/or equipment. Any event of debris, material or equipment falling from the Contractor s work areas will result in the Engineer issuing an immediate stop work order to the Contractor. This stop work order will remain in effect until the Authority, in their sole opinion, finds the Contractor to have corrected any unsafe conditions. Any costs associated with delays or otherwise associated with such a stop work order shall be borne solely by the Contractor without any cost to the Authority and Liquidated Damages of $8,000 per day that the stop work order remains in effect will be deducted from any money owed the Contractor. In addition, Liquidated Damages of $10,000 per occurrence of any safety incident that resulted in either exposure to or actual injury or damage to property will be deducted from any money owed to the Contractor. The Engineer has the authority to issue an immediate stop work order to the Contractor if, in the sole opinion of the Authority, any work area is deemed to be unsafe or any work is being performed in an unsafe manner, or if the Contractor s work or work site in any way is a hazard to workers or the public. Any costs associated with delays or otherwise associated with such a stop work order shall be borne solely by the Contractor without any cost to the Authority and Liquidated Damages of $5,000 per day that the stop work order remains in effect will be deducted from any money owed the Contractor. In addition, Liquidated Damages of $10,000 per occurrence of any safety incident that resulted in either exposure to or actual injury or damage to property will be deducted from any money owed to the Contractor. I-27

101 RESPONSIBILITY FOR DAMAGE CLAIMS Delete the text and substitute the following: (a) Indemnification Contractor and the Surety shall indemnify and hold harmless the Rhode Island Turnpike and Bridge Authority, its members and their successors, and all of its officers, agents, and employees, and the Engineer, Parsons Brinckerhoff, and his agents, from all suits, actions, or claims of any character, name, and description brought for or on account of any injuries or damages received or sustained by any person, persons, or property on account of the operations under this Contract of the said Contractor or his subcontractors, whether or not the same be due to the use of defective materials, defective workmanship, neglect in safeguarding the work, or by or on account of any act, omissions, neglect, or misconduct of the said Contractor or his subcontractors, or otherwise, or by or on account of any claims or amount recovered for any infringement of patent, trademark, or copyright, or from any claims or amounts arising or recovered under the Worker's Compensation Law or any other law, by-law, ordinance, order, or decree, and so much of the money due the said Contractor under any by virtue of this Contract as shall be considered necessary by the Authority shall be retained for the use of the Authority, or in the case no money is due, his surety shall be held until such suit or suits, action or actions, or claim or claims for injury or damages, as aforesaid, shall have been settled and suitable evidence to that effect furnished to the Authority. Any extension of time granted the Contractor in which to complete the Contract shall not relieve him or his surety from this responsibility. (b) Accidents (1) The Contractor shall provide at the site such equipment and medical facilities as are necessary to supply first aid service to any person who may be injured in the progress of the work. (c) Insurance The Contractor shall promptly report in writing to the Authority all accidents whatsoever arising out of or in connection with the performance of the work, whether on or adjacent to the site, which cause death, personal injury, or property damage, giving full details and statements of witnesses. In addition, if death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone to the Authority. (2) If any claim is made by a third person against Contractor or any subcontractor on account of accident, Contractor shall promptly report the fact in writing to the Authority, giving full details of the claim. (1) The Contractor shall not perform any work under this Contract until he has provided insurance of such character and in such amounts as will provide adequate protection for all officers, agents, and employees of the Rhode Island Turnpike and Bridge Authority, and of the Engineer, Parsons Brinckerhoff, and others lawfully on the property of the Authority, and for the Contractor against all claims, liabilities, damages, and accidents, that may arise both out of and during work under this Contract, whether such work be by the Contractor himself, or by any I-28

102 subcontractor, or by anyone directly or indirectly employed by either of them, or under the supervision of either of them. (2) The Contractor shall procure such insurance from companies authorized to do business in the State of Rhode Island; and such insurance shall only be issued by and originate with an agent lawfully licensed and registered in the State of Rhode Island. Except as provided otherwise herein, The Contractor shall maintain such insurance in force and effect during the life of this Contract. Neither approval by the Authority nor a failure to disapprove insurance furnished by The Contractor shall relieve the Contractor of full responsibility for all claims, liabilities, damages, and accidents as set forth herein. (3) The minimum amounts and kinds of insurance coverage to be carried by the Contractor shall be as follows: a. Worker's Compensation Insurance, with any necessary endorsement to include Longshoreman s and Harbor Workers coverage and Admiralty coverage, shall be in accordance with the laws of the State of Rhode Island and Providence Plantations and applicable Federal statutes and shall be sufficient to secure the benefits of the Rhode Island Workmen's Compensation Law and the Federal Longshoreman s and Harbor Workers Compensation Act and Admiralty Law for all employees of Contractor, and of all subcontractors unless the subcontractors carry their own workers' compensation insurance. The Federal Longshoreman s and Harbor Workers coverage and Admiralty coverage shall include an endorsement to cover Employer s Liability in the limits of $1,000,000. b. Contractor's Commercial or Comprehensive General Liability Insurance, covering liability for loss resulting from injury to persons or damage to property arising out of or caused by the operations, acts, or omissions of the Contractor or those of his agents or employees in prosecuting the work, with specific coverage, by endorsement or otherwise, as applicable for other special risks, contractual liability for any liability assumed by the Contractor under the Contract, Contractor's Protective Liability covering operations, acts, or omissions of subcontractors in prosecuting the work, and Completed Operations coverage, with liability limits as follows: 1) Bodily Injury: One person in any one occurrence - $5,000,000. 2) Property Damage: Each occurrence - $2,000,000. Aggregate - $5,000,000. The certificate for Contractual Liability Insurance shall indicate the acceptance by the insurance carrier of the indemnification clause set forth in Paragraph (a) of this Subsection. c. Automobile and Truck Insurance, covering vehicles owned and/or operated by the Contractor, and vehicles operated for the Contractor, including those of employees when so operated. I-29

103 1) Bodily Injury: One person in any one occurrence - $5,000,000. Two or more persons in any one occurrence - $10,000,000. 2) Property Damage: Each occurrence - $2,000,000. The insurance requirements of Paragraphs (b) and (c) of this Subsection may be satisfied by a combination primary and excess umbrella liability insurance, provided the total required coverage limits are in effect. d. Subcontractor's Insurance. If any part of the work is sublet, insurance shall be provided by or on behalf of the subcontractor(s) to cover that part of the work each has contracted to perform and shall be maintained during the life of each subcontract for Worker's Compensation with any necessary endorsements, Public Liability and Property Damage including coverage, as applicable, for marine risks, and other special risks, and Automobile and Truck Insurance. The minimum amounts of coverage for the above types of insurance shall be the same as are specified in Paragraphs (a), (b), and (c) above, except that if the Authority is of the opinion that said minimum amounts of coverage appear excessive because of the extent and nature of the work to be performed by the subcontractor, insurance coverage of lesser amounts may be approved by the Authority. e. Owner's Protective Liability and Property Damage Insurance. A separate, original policy designating the Authority, its members and their successors, its Engineer, Parsons Brinckerhoff, and their and each of their officers, agents, and employees as the named insured, both officially and personally, and covering their contingent liability with respect to all operations performed by the Contractor or by its subcontractors under the Contract, and to include, by specific endorsement, coverage for omissions of the Authority and coverage for acts of the Engineer in technical inspection of construction. The minimum amounts of coverage to be carried shall be as specified in Paragraph (b) above. f. General: The Contractor shall indemnify and hold harmless the Authority, its officers, agents and servants and the Engineer, Parsons Brinckerhoff, and each and every one of them against and from all suits and cost of every kind and description and from all damages to which the Authority or any of its officers, agents, or servants and Consultant may be subjected by reason of injury to the person or property of others resulting from the performance of the project, or through the negligence of the Contractor, or through any improper or defective machinery, implements or appliances used by the Contractor in the performance of the project, or through any act or omission on the part of the Contractor, or his act or omission on the part of the Contractor, or his agents, employees or servants; and he shall further indemnify and save harmless the Authority, its officers, agents, servants and the Consultant from all suits and actions of any kind or character whatsoever which may be brought or instituted by I-30

104 any subcontractor, material man or laborer who has performed work or furnished materials in or about the project, or by, or on account of, any claim or amount recovered for any infringement of patent, trademark or copyright. The cost of such indemnification shall be included in the Unit Prices bid in the Proposal. So much money due to the Contractor under and by virtue of the Contract as shall be considered necessary by the Authority may be retained by the Authority and held until such suits, actions, claims or amounts shall have been settled, and suitable evidence to that effect furnished to the Authority. The Contractor shall furnish the Authority, at least three (3) certificates as evidence of insurance coverage and no modification, change in status, or cancellation of such insurance shall be made without thirty (30) days prior written notice to the Authority by registered mail. All insurance policies and certificates shall carry a statement to the above effect. Satisfactory certificates of the required insurance coverage for Contractor, the Authority, and the Engineer, Parsons Brinckerhoff, shall be forwarded to Parsons Brinckerhoff in New York for approval before the Contract will be executed by the Authority, and certified copies of the policies shall be forwarded to the Consultant in New York promptly thereafter, if required. Satisfactory certificates for the required insurance coverage for subcontractors shall be submitted to the Authority for approval before any subcontractor will be permitted to start work at the site. Whenever the estimated aggregate of losses covered by a property damage policy equals or exceeds fifty (50) percent of the aggregate policy limit, as determined by the Authority, the said policy shall, if required by the Authority, upon ten (10) days written notice by the Authority, be endorsed to restore unencumbered the initial aggregate policy limit or be replaced by another policy having the same limit. The Contractor shall pay or cause his subcontractors to pay the premium for all insurance required by this Contract or subcontracts let pursuant thereto. The prospective Bidder shall note all the provisions of this Subsection and shall ascertain the cost to him of all the required insurance policies before submitting his bid. The cost of insurance shall be included in the Total Contract Bid Price in the Proposal THIRD PARTY BENEFICIARY CLAUSE Add the following to this subsection: It is further the intent of the Authority and the Contractor in executing this Contract, that no individual, firm, corporation or any combination thereof, that supplies material, labor, services or equipment to the Contractor for the performance of the Work becomes thereby a third party beneficiary of this Contract. The Authority and the Contractor understand that such individual, firm, corporation, or combination thereof, has no right to bring an action in the courts of the State of Rhode Island and Providence Plantations, or any other court against the Authority by virtue of this lack of standing. I-31

105 NO WAIVER OF LEGAL RIGHTS Add the following to this subsection: Notwithstanding any other provision of this Contract, for a period of three years after Acceptance, all estimates and payments made pursuant to Section , including the Final Certificates and Final Payment, are subject to correction and adjustment for clerical or other errors in the calculations involved in the determination of quantities and payments. The Contractor and the Authority agree to pay to the other any sum due under the provisions of this subsection, provided, however, if the total sum to be paid is less than $100, payment will not be made US COAST GUARD REQUIREMENTS (Add this new Subsection) The Contractor shall, during the bidding period, determine by his own means and to his own satisfaction any and all other US Coast Guard requirements for the performance of the work of this Contract. The Contractor shall determine all costs of compliance with US Coast Guard requirements and shall include said costs in the price bid for the scheduled items in the Proposal. The construction work specified by the Contract Documents shall comply with the following conditions: 1. Two copies of the Contractor s Plan, Schedule and Sequence of Operations, reviewed and accepted by the Engineer shall be submitted to the US Coast Guard Office for approval prior to commencement of any work. The plan, schedule and sequence of operation shall include: a sketch of the waterway; the bridge; the location of any restrictions that will be placed in the waterway such as barges, anchors and anchor lines; the location and height above mean high water of any scaffolding or netting; details of all bridge equipment and navigation aids that may require temporary relocation in order to remain in operation and the durations of their temporary relocation, including but not limited to: RaCon navigation unit, maintenance and light post luminaires, weather sensing equipment, navigation lights, cameras, foghorns, access lifelines, etc.; and a projected set of dates and length of time each operation will take. The schedule should also include the hours of operation and whether or not the equipment is removed at night. The Contractor s operation shall in no way hinder the safe navigation of the waterway without express written approval from the US Coast Guard. The Contractor will be required to comply with all provisions of the U.S. Department of Transportation, United States Coast Guard publication titled, Navigation Rules International-Inland. Copies of the latest publication may be obtained from navrules.htm or from the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C Refer to Stock Number COMDTINST M D or latest version available. 2. One copy of the plan and schedule approved by the US Coast Guard Office will be returned to the Contractor with their approved stamp and/or comments as appropriate. 3. The proposed Plan, Schedule and Sequence of Operation shall first be submitted to the Engineer for review and acceptance. Upon acceptance by the Engineer, submittal shall be made to the US Coast Guard. I-32

106 4. The submittal to the US Coast Guard shall be made to: Commander (OBR) First Coast Guard District 408 Atlantic Avenue Boston, MA Attention of: Mr. John McDonald, Bridge Administrator A copy of the submittal shall be sent to: Edward G Leblanc Commander, USCG (Retired) Chief, Waterways Management Division Coast Guard Sector Southeastern New England 408 Atlantic Avenue Boston, MA United States of America The US Coast Guard requirements include, but may not be limited to, the requirements specified hereinafter: 1. Scaffolding, rigging and associated supports shall not interfere with the normal operation of the bridge. No existing bridge navigation lights shall be blocked during darkness. 2. During the progress of work, should any materials, machinery or equipment be lost, dumped, thrown overboard, sunk or misplaced that may be dangerous to or obstruct navigation, immediate notice shall be given to the US Coast Guard Office and the object must be removed with utmost dispatch. Until removal can be effected, the objects shall be properly marked in order to protect navigation. Notice to the US Coast Guard Office shall give a description and location of any such object and the action taken or being taken to protect navigation. 3. It shall be the responsibility of the Contractor to insure that channel depths are not affected by the work. Should it be suspected that the channel depths may have been impaired or that an obstruction may exist from the work, the Contractor shall, upon request of the US Coast Guard Office or Corps of Engineers, provide the necessary equipment and personnel to undertake a survey to determine the presence of any obstruction, objects or silting that may have occurred during the work. The cost of this work shall be borne by the Contractor at no additional cost to the Authority. 4. Placement of floating equipment, if any is employed on the project, shall be done so as to provide the minimum horizontal clearance as determined by the US Coast Guard. 5. Floating equipment shall be lighted in accordance with the provisions as outlined in the Navigation Rules International-Inland. 6. If barges are used, and held in place by anchors, each anchor line shall be marked by a lighted anchor buoy. 7. Floating equipment shall have a radio telephone capable of operation from its main control station in accordance with Part 26 of Title 33, Code of Federal Regulations and shall be monitored during all periods the floating equipment is on station. 8. Spillage of oil and hazardous substances is specifically prohibited by Section 311 of the Federal Water Pollution Control Act, as amended in I-33

107 Measures including proper maintenance of construction equipment; arrangement of the fuel handling areas so as to permit spills to be contained before reaching a waterway; instructing personnel not to dispose of oil and other such materials into drains or into the waterway directly, as well as other procedures should be planned to prevent spillage. If, in spite of such planning, oil is spilled into the waterway, the US Coast Guard is to be notified immediately at at all times. A supply of solvent should be retained so that it may be rapidly deployed to soak up any possible spillage, pending US Coast Guard arrival on the scene. The use of chemical dispersing agents and emulsifiers is not authorized without prior specific Federal approval. 9. No deviation from the approved plan and schedule of operation may be made unless the modification has previously been submitted to and approved by the Authority and the US Coast Guard, as required. 10. The US Coast Guard Office shall be notified immediately upon completion of the subjected work being performed on this contract. 11. The Authority and their Engineer assume no responsibility for any damages sustained or caused by the Contractor s equipment. Approval shall not act as waiver of liability for any damage that may result from the Contractor s operation. 12. The Authority has no control over the US Coast Guard, and the Authority is not responsible for any delays associated with the approval of the material submitted to the US Coast Guard. 13. Should the Contractor fail to comply with these requirements and should the Federal Government be required to take action for the protection of navigation, or for the protection of the environment, the Authority reserves the right to recover costs for any such action from the Contractor, at no cost to the Authority. Note: Where US Coast Guard Office is indicated it shall mean Department of Transportation, United States Coast Guard, Commander of the First Coast Guard District GRATUITIES (Add this new Subsection) The Contractor shall not extend any loan, gratuity, or gift of money in any form whatsoever to any employee or officer of the Authority or its agents; nor will the Contractor rent or purchase any equipment or materials from any employee or officer of the Authority STATE TAXES (Add this new Subsection) Bidders are advised that the Rhode Island Turnpike and Bridge Authority is a tax exempt entity. Bidders shall not include amounts for Rhode Island State sales, use, or other form of taxes, excise, or other levies in the prices bid for the Items in the Proposal. The tax exempt number issued to the Authority by the State of Rhode Island, Department of Treasury, Division of Taxation, is: 984. The Authority is also exempt from Rhode Island State taxes on material and services purchased in other states on its behalf and delivered within the State of Rhode Island. I-34

108 MEDIA AND PUBLIC RELATIONS (Add this new Subsection) The Contractor shall not make statements to any media or provide visual records by photograph or video recording of the project site or work being performed under this contract to any media without the prior approval of the Engineer. END SECTION I-35

109 SECTION PROSECUTION AND PROGRESS SUBLETTING OF CONTRACT Delete this subsection in its entirety and substitute the following: SUBLETTING OF CONTRACT Steel Contractor/Subcontractor: The Contractor/Subcontractor shall not sublet, sell, transfer, assign, or otherwise dispose of the Contract or contracts or any portion thereof, or of its right, title, or interest therein, without written consent of the Engineer. If such consent is given, the Contractor will only be permitted to sublet a portion thereof. The Contractor will be required to perform with its own organization, work amounting to not less than 40 percent of the adjusted contract cost. The adjusted contract cost, in the case of the Contractor/Subcontractor performing steel repairs, is the total contract cost less the cost of Steel Protective Coating Removal and Replacement and Personnel and Environmental Protection Pay Items, and the portion of the Mobilization Pay Item attributed to that work. Painting Contractor/Subcontractor: The Contractor/Subcontractor or Joint Venture member performing the work under Steel Protective Coating Removal and Replacement and Personnel and Environmental Protection Pay Items shall not sublet, sell, assign or otherwise dispose of the Contract or contracts or any portion thereof, or of its right, title, or interest therein, without written consent of the Engineer. If such consent is given, the Subcontractor will only be permitted to sublet a portion thereof. The Contractor/Subcontractor will be required to perform with its own organization, work amounting to not less than 40 percent of the adjusted contract cost. The adjusted contract cost, in the case of the Contractor/Subcontractor or Joint Venture member performing the work under Steel Protective Coating Removal and Replacement and Personnel and Environmental Protection Pay Items is the portion of the cost of these Pay Items attributed to the removal of existing coating systems and application of new coating systems (without the cost of scaffolding) and the portion of the Mobilization Pay Item attributed to this same work. Scaffolding Contractor/Subcontractor: The Contractor/Subcontractor performing scaffolding work under any Pay Item shall not sublet, sell, assign or otherwise dispose of the Contract or contracts or any portion thereof, or of its right, title, or interest therein, without written consent of the Engineer. If such consent is given, the Subcontractor will only be permitted to sublet a portion thereof. The Subcontractor will be required to perform with its own organization, work amounting to not less than 40 percent of the adjusted contract cost. The adjusted contract cost, in the case of the Scaffolding Contractor/Subcontractor is the portion of the cost of the installation and maintenance of scaffolding systems and the portion of the Mobilization Pay Item attributed to this same work. No subcontracts or transfers of Contract shall relieve the Contractor of liability under the Contract and Bonds. A copy of written agreements with subcontractors must be submitted when making application to sublet any work under the Contract. Furthermore, no agreements between the Contractor and its subcontractors or vendors shall create any third party relationships between said subcontractors or vendors and the Authority. I-36

110 The Contractor shall provide a written application to the Engineer, and obtain prior written consent from the Engineer for any subcontracting of work under this Contract. The Contractor shall also provide a written application to the Engineer, and obtain prior written consent from the Engineer before allowing any subcontractor to sublet any portion of its work to a lower-tier contactor. The application for subcontracting by the Contractor or subcontractor shall be accompanied by a statement showing that the subcontractor or lower tier contractor to whom the work is proposed to be sublet is particularly qualified, experienced and equipped for the proposed subcontract. After review of the application, the consent of the Authority to, or its rejection of, the subcontracting will be provided to the Contractor by letter. Prior to the receipt of this written consent, if any, from the Authority, no work shall be performed on the Project under the subcontract. The subcontractor shall provide insurance coverage as specified in Subsection of the Contract Specifications except when the value of the subcontract as determined by the Authority, warrants lower limits of coverage. In this case, after accepted by the Authority lower limits of coverage shall be afforded. The Authority, their offices, employees, consultants, the Engineer, their officers, employees, and others lawfully on the property shall be also named as additional insured on the Commercial General Liability and Owner and Contractors Protective policies CHARACTER OF WORKERS Add the following to this subsection: The Contractor shall perform national criminal background checks on all workers to be employed on the Project. Background checks shall be performed no earlier than 6 months prior to the worker s anticipated start date. The Contractor shall provide the Engineer with a list of all workers that will be on-site and the background check for each worker. The background check shall verify that there is a match between the social security number and the worker employed on the project. The list and background check shall include at a minimum the following information for each worker; name, address, telephone number, birth date, social security number, driver s license state and number and the results of the criminal background check and social security match check. Any proposed worker with a felony conviction will be rejected for work on this Contract. Proposed workers with misdemeanor convictions will be approved for work on the Contract at the discretion of the Engineer. The Contractor shall also provide the Engineer with a list of all vehicles that will be on the job site including the vehicle type, color and license plate number. The Contractor shall require that any subcontractors or vendors provide national background checks for all workers on the project to the same requirements listed above for the Contractor. The Contractor is responsible for including subcontractor and vendor personnel and vehicle information on the lists provided to the Engineer. I-37

111 This information shall be provided to the Engineer a minimum of two days before the start of work, and shall be updated as required to reflect additional vehicles and/or personnel. A worker shall not commence work on-site before approval of this information by the Authority. No separate payment will be made for providing national background checks and lists of personnel and vehicles. All costs associated with performing background checks and providing lists of personnel and vehicles shall be considered incidental costs included in the bid prices of contract work items. The Contractor and his subcontractors shall also comply with Rhode Island General Law (RIGL) (a) ( E-Verify ) and use a federally authorized worker verification program to ensure that all newly-hired employees have complied with all applicable federal immigration laws. The Contractor and his subcontractors shall submit to the Engineer for approval their verification of compliance with this requirement for each newly-hired employee throughout the duration of the project. The Contractor shall provide the staff indicated in the Proposal Qualification Questionnaires. If staff identified in the Proposal is no longer in the employ of the Contractor during the performance of work under this Contract, then the Contractor shall submit for approval by the Engineer the qualifications of a replacement. Should the Contractor fail to provide the proposed staff or approved and suitable replacements for proposed staff, the Engineer may withhold Progress Payments and/or deduct Liquidated Damages of $3,000 per day during the period of time that the Contractor fails to comply from any money owed the Contractor DETERMINATION AND EXTENSION OF CONTRACT TIME Delete this subsection in its entirety and substitute the following: The duration of Contract for steel repair and protective coating extends from Notice to Proceed to November All work shall be completed no later than November 30, MISCELLANEOUS MILESTONES Pay Item - Engineer s Field Office The Engineer s Field Office shall be in place and fully functional with all equipment, furniture and materials no later than August 1, The Contractor is advised that short duration halts to work on the bridge may be directed by the State Police for security reasons. The Contractor shall comply with any requests by the State Police or the RITBA or their agents to temporarily halt work and have all personnel leave the bridge site. The Contractor is advised that there is a protected species of Falcon that nests at Pier 4W. The Contractor is not to disturb the nesting Falcons at Pier 4W or any new nesting site discovered during this Contract. Work or access near nesting sites should be I-38

112 scheduled after mid July each summer when the nesting period of the Falcons is expected to be completed. Where appropriate under the provisions of this subsection, extensions or reductions to the Contract time may be provided by Change Order, however, such extensions or reductions will be allowed only to the extent that the increase or decrease in the work or delays of the types indicated herein affect current controlling operations and the overall completion. Increases or decreases in work or such delays that do not affect the overall completion are not to be the basis for reduction or extension of Contract time. Extensions of Contract time will not be granted under this subsection where it is determined by the Engineer that the Contractor could have avoided the circumstances which give rise to his requesting such extensions. If the Contractor is delayed in completion of the work by reason of changes made under Subsection , or by any act of the Contractor consistent with Subsection , or due to the discovery of archaeological finds consistent with Subsection , or the discovery of hazardous substances, or by any act of the Engineer or of the Authority not contemplated by the Contract, any extension of Contract time commensurate with the delay in overall completion of the Contract thus caused will be granted and the Contractor is relieved from any claim for liquidated damages or engineering and inspection charges. The Contractor s plea that insufficient time was specified is not a valid reason for extension of time. The Authority, in determining an extension of time, may, at its discretion, take into consideration any delay or delays caused by conditions beyond its control, and without the fault of the Contractor, such conditions including, but not limited to the order, decree, or judgment of any court or judge thereof, fire, other casualty, strikes, lockouts or acts of God. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. I-39

113 FAILURE TO COMPLETE ON TIME Replace the Schedule of Liquidated Damages Table with a Liquidated Damage Daily Charge of $5,000. Add the following to this Subsection: In addition to Liquidated Damages for the period of time that work remains uncompleted after the time established for completion of work, Liquidated Damages will be deducted from any money owed the Contractor for additional lane closures as specified in Subsection , and for any safety incidents or suspension of work due to safety issues as specified in Subsection , and for any suspension of work due to issues with the character of the workers as specified in Subsection TERMINATION OF CONTRACT Add the following to this Subsection: The Authority also reserves the right to terminate the Contract or any portion thereof, at any time, upon a determination by the Engineer, in his sole discretion, that such termination is in the best interest of the Authority. END OF SECTION I-40

114 SECTION MEASUREMENT AND PAYMENT PARTIAL PAYMENTS a. Amount Delete the first paragraph in its entirety, and insert the following: The amount of the monthly payment shall be One Hundred (100) percent of the contract price for the work as estimated and accepted by the Engineer, subject to 5% retainage for performance of the work and an additional 3% retainage for State of Rhode Island tax compliance (applicable to out-of-state contractors), pursuant to Title 44, Chapter 1, Section 6 of the General Laws of Rhode Island (44-1-6). The Contractor, even if based in Rhode Island, is advised to include these terms in subcontracts with nonresident subcontractors. b. Conditions Add the following to this subparagraph: 4. The materials have been inspected and appear to be acceptable based upon available suppliers certification or material test reports. 5. The Contractor has provided the Authority with an invoice or bill or sale sufficient to show the price paid for the material, and a Notarized Statement from the Supplier indicating that there are no liens for said materials stored for incorporation into this Project. 6. The materials have been properly stored and protected along or upon the site or have been stored at locations owned or leased by the Contractor or the Authority within the State of Rhode Island and Providence Plantations. 7. The materials, if stored on property not belonging to the Authority, are fenced in with access limited to the Authority and the Contractor and the fenced-in materials are clearly identified in large letters as being without encumbrances and for use solely on the Project. 8. When such materials are stored in a leased area, the lease is made out to the Contractor and provides that it shall be canceled only with the written permission of the Engineer. 9. The Contractor shall submit a notarized statement that all subcontractors, vendor and/or suppliers have been paid the due portion of any partial payments previously submitted to the Authority and approved and paid by the Authority. The Contractor assumes full responsibility for the safe storage and protection of the materials and nothing in this Subsection alters the provisions of Subsections and If material paid for under this Subsection are damaged, stolen, or prove to be unacceptable, the payment made therefore shall be recovered by the Authority by way of deduction from subsequent estimates and payments. I-41

115 Payment for materials as provided in this Subsection shall not be deemed to be an approval of such materials, and the Contractor shall be responsible for and must deliver to the site and properly incorporate in the Work only those materials that comply with the Contract Documents. The Contractor shall pay any and all costs of handling and delivering materials to and from the place of storage to the project site, as well as any storage rental. Any taxes levied by any government against the material shall be borne by the Contractor. The Contractor shall submit a notarized statement that all subcontractors, vendors and suppliers have been paid the due portion of any partial payments previously submitted to the Authority and approved and paid by the Authority. The Authority may withhold partial payment to the Contractor if this notarized statement is not submitted as part of the request for payment. c. Maximum Payment Delete the last paragraph without replacement PARTIAL PAYMENT OF LUMP SUM ITEMS Modify the first sentence of the first paragraphs to read as follows: Each monthly period the Engineer and the Contractor Add the following: The Contractor shall submit a notarized statement that all subcontractors, vendors and suppliers have been paid the due portion of any partial payments previously submitted to the Authority and approved and paid by the Authority (Form C-100). The Authority may withhold partial payment to the Contractor if this notarized statement is not submitted as part of the request for payment PAYMENT OF WITHHELD FUNDS Delete this subsection in its entirety without replacement. END OF SECTION I-42

116 SECTION MISCELLANEOUS COSTS (New Section) TOLLS Tolls on the Newport/Pell Bridge will not be collected from trucks owned and operated by the Contractor or a subcontractor and used in the prosecution of the work under this Contract. Workers employed by the Contractor using passenger vehicles will be required to pay tolls. The Contractor is required to submit a list of trucks to the Authority with a description (make and model), license plate, and state of registration, to be used on the project. Only the trucks included on this list will be precluded from the requirement to pay tolls. Drivers are required to stop at the toll plaza and the vehicle ID recognized and acknowledged by the toll collector before proceeding through the plaza. Any issues concerning payment of tolls during the prosecution of the work shall be reported on a daily basis to the Engineer. Any abuse of this privilege will result in the discontinuation of this policy for the remainder of the contract. END OF SECTION I-43

117 SECTION PROJECT PERMITTING AND APPROVALS (New Section) It is the Contractor s sole responsibility to secure the required permits and approvals from various agencies, and provide notification to various property owners, in order to perform work on the bridge. No separate payment will be made for securing the required permits or approvals to perform the work or to provide notification, or for any delays associated with the securing of permits or approvals or providing notification. All costs associated with securing of permits or approvals to perform the work or provide notification, or delays associated with securing permits or approvals or providing notification, shall be considered incidental costs included in the bid prices of Contract work items. Many of the approvals and permits required will be specifically pertaining to the painting and containment. Refer to Special Specification Sections 825 and 826. The Contractor may be required to obtain permits or approvals or provide notification for performing work on the bridge from, but not necessarily limited to, the following agencies: Rhode Island Department of Environmental Management (RIDEM) 235 Promenade Street Providence, RI (telephone) RIDEM Bureau of Environmental Protection Air Resources 235 Promenade Street Providence, RI (telephone) RIDEM Bureau of Environmental Protection Compliance & Inspection 235 Promenade Street Providence, RI (telephone) RIDEM Bureau of Environmental Protection Waste Management 235 Promenade Street Providence, RI (telephone) RIDEM Bureau of Environmental Protection Water Resources 235 Promenade Street Providence, RI (telephone) US Coast Guard (see Section US Coast Guard Requirements for contact information) I-44

118 Coastal Resource Management Council Stedman Government Center - Suite Tower Hill Road Wakefield, RI (401) (telephone) (401) ( fax) Rhode Island Department of Health 3 Capitol Hill Providence RI (telephone) (fax) The Contractor s attention is drawn to the fact that various agencies may have different submittal requirements for approval or permitting, and that submitting a comprehensive package that addresses all issues from all agencies may delay review or approval from any one agency due to an excess of information. It is strongly recommended that the Contractor contact each agency before submittal, determine the submittal needs for each agency, and supply a review package tailored to the individual agency needs for faster turnaround. END OF SECTION I-45

119 DIVISION II CONSTRUCTION DETAILS The applicable requirements of the Standard Specifications shall apply except as modified and supplemented by the following additional new Sections and the Contract Drawings. SECTION 914 FLAGPERSONS DESCRIPTION Add the following after the first paragraph: Flagpersons shall be present during any lane closures on East Shore Road or Bay View Drive. Flagpersons shall be required at westbound lane closures at the east approach where traffic on the approach ramps is required to merge. Two flagpersons shall be required with one flagperson located at each of the ramp entrances onto the bridge to control and alternately merge traffic. At least one Flagperson shall be required in any and all lane closures. When work in a daily lane closure includes workers or equipment stationary or working near the traffic side of the lane closure, additional Flagpersons shall be provided as required to maintain the safety of the workers and the adjacent traffic. A minimum of two Flagpersons shall be provided during any center lane closures. The cost of flagpersons will not be paid for under any specific item, but the cost thereof including all labor, tools, material, equipment, and all other incidentals required to complete the work shall be deemed included in the Contract bid prices in the Proposal METHOD OF MEASUREMENT Delete this subsection in its entirety and replace with the following: This item will not be measured separately, but will be included in payment of the other work items. II-1

120 BASIS OF PAYMENT Delete the text in this subsection and replace with the following: No separate payment will be made for this item. Payment will be included in the unit costs and lump sum payments of the other items included in the Contract. END OF SECTION 914 II-2

121 SECTION 922 TEMPORARY CONSTRUCTION SIGNS Amend the following subsections of the RIDOT Specifications as noted below: METHOD OF MEASUREMENT Delete the text in this subsection and replace with the following: This item will not be measured separately, but will be included in payment of the other work items BASIS OF PAYMENT Delete the text in this subsection and replace with the following: No separate payment will be made for this item. Payment will be included in the unit costs and lump sum payments of the other items included in the Contract. END OF SECTION 922 II-3

122 SECTION 923 PORTABLE CHANNELIZING DEVICES AND BARRICADES Amend the following sections of the RIDOT Standard Specifications as noted below: Types of Portable Channelizing Devices and Barricades Delete the text in this subsection and replace with the following: Only weighted, tall, Fluorescent Traffic Cones will be allowed to be used for daily lane closures METHOD OF MEASUREMENT Delete the text in this subsection and replace with the following: This item will not be measured separately, but will be included in payment of the other work items BASIS OF PAYMENT Delete the text in this subsection and replace with the following: No separate payment will be made for this item. Payment will be included in the unit costs and lump sum payments of the other items included in the Contract. END OF SECTION 923 II-4

123 SECTION 924 ADVANCE WARNING ARROW PANEL Amend the following sections of the RIDOT Standard Specifications as noted below: METHOD OF MEASUREMENT Delete the text in this subsection and replace with the following: This item will not be measured separately, but will be included in payment of the other work items BASIS OF PAYMENT Delete the text in this subsection and replace with the following: No separate payment will be made for this item. Payment will be included in the unit costs and lump sum payments of the other items included in the Contract. END OF SECTION 924 II-5

124 SECTION 925 PORTABLE CHANGEABLE MESSAGE SIGNS Amend the following sections of the RIDOT Standard Specifications as noted below: METHOD OF MEASUREMENT Delete the text in this subsection and replace with the following: This item will not be measured separately, but will be included in payment of the other work items BASIS OF PAYMENT Delete the text in this subsection and replace with the following: No separate payment will be made for this item. Payment will be included in the unit costs and lump sum payments of the other items included in the Contract. END OF SECTION 925 II-6

125 SECTION 928 TRUCK MOUNTED ATTENUATOR (TMA) WITH TRUCK MOUNTED FLASHING ARROW BOARD (TMFAB) Amend the following sections of the RIDOT Standard Specifications as noted below: At least one TMA with TMFAB shall be provided within each lane closure. Additional TMA/TMFAB shall be provided as required by the Contractor s Maintenance of Traffic Plan METHOD OF MEASUREMENT Delete the text in this subsection and replace with the following: This item will not be measured separately, but will be included in payment of the other work items BASIS OF PAYMENT Delete the text in this subsection and replace with the following: No separate payment will be made for this item. Payment will be included in the unit costs and lump sum payments of the other items included in the Contract. END OF SECTION 928 II-7

126 SECTION 929 FIELD OFFICES AND MATERIALS LABORATORY DESCRIPTION Delete the first paragraph in its entirety and add the following paragraph: The Authority will provide the location of the Engineer s field office in a building of the Authority s choosing. The contactor shall provide the special requirements for the field office as per this Specification LOCATION Delete the first paragraph in its entirety and add the following paragraph: The location of the Engineer s field office will be chosen by The Authority and may be changed during the project, at the discretion of the Authority. The Contractor shall provide the Special Requirements as per this Specification and install them into the office identified by the Authority. If the office location moves, the Contractor shall move the items within the office to the new location. One installation, one move, and one demobilization shall be included in the cost for this Pay Item OUTSIDE UTILITIES Delete this Subsection in its entirety INTERIOR UTILITY SERVICES Delete this Subsection in its entirety DOORS AND WINDOWS Delete this subsection in its entirety SPECIAL REQUIREMENTS FOR FIELD OFFICE Delete subparagraph b. and replace with the following: b. Equipment 1. One pencil sharpener. 2. One office type color copy machine with supply of paper and toner for the duration of the contract. 3. One office type fax machine. 4. One office type color printer and scanner. II-8

127 5. Two digital cameras suitable for field use, two sets of rechargeable extra batteries for each camera, and a carrying case for each camera. Sony Cyber-shot Model DSC-H55 or equivalent. Provide one 4 GB memory card for each camera. 6. One First-Aid Kit. 7. A 115-volt, 60-cycle rotating fan. 8. One electric sanitary water cooler with refrigerated storage compartment; supply with paper cups. 9. One 1.7 cubic foot refrigerator. 10. Countertop microwave oven. 11. Countertop electric toaster oven. 12. One Keurig coffee maker with supplies, (K-Cups, coffee cups, stirrers and creamer). Contractor stall replenish coffee supplies when needed. 13. One white board with markers and erasers. 14. Two fully automatic electronic calculators with tape. 15. Three 7-Outlet commercial surge protectors with 7 foot cords. d. Miscellaneous Supplies 1. One box of pencils. 2. One box of pens. 3. Four Staplers with 2 boxes of refills. 4. Tow tape dispensers with refills. 5. Two boxes of large and small paper clips. 6. Two boxes of assorted size binder clips. 7. One box of push pins. 8. One package of narrow lined paper. 9. On package each of large and small post-it notes. 10. One RIDOT Blue Book Four white out tape dispensers. 12. Ten Engineer s field books. II-9

128 COMPUTER EQUIPMENT (New Section) The Contractor shall provide four personal computers with CD ROM capabilities with the following minimum requirements: flat panel screens 2. 4 GHz Processor 3. 4 GB RAM GB Hard Drive 5. Adobe Acrobat, Microsoft Office and Microsoft Outlook software loaded, the software release provided being no older than one version previous to Microsoft s newest software release. 6. Hard-wired high-speed internet access The Contractor shall submit the specifications of the computer equipment and digital cameras to the Engineer for approval. Pay Item Ref. No. Payment Reference Description Pay Unit Engineer s Field Office Month END OF SECTION 929 II-10

129 SECTION 936 MOBILIZATION DESCRIPTION Add the following to this Subsection: It is the Contractor s responsibility to provide for storage of materials and equipment necessary to perform the work, for a Project Office and for all space required for the support of the work on this project including parking for workers. There is not adequate space available on Authority property at the bridge site to support the material and equipment or office(s) for the Contractor. No portion of the Authority property or private property below the West Approach spans may be utilized by the Contactor for storage, mobilization, lay down or the Contractor s project office or for any other purpose. The Contractor shall provide a project office within 5 miles of the project site. Items which are not to be included in the lump sum price bid for the item Mobilization, include but are not limited to: 1. Any portion of the work covered by the specific bid item or incidental work which is to be included in a bid item or items. 2. Profit, interest on borrowed money, overhead, or management costs METHOD OF MEASUREMENT Delete this Subsection in its entirety and substitute the following: This work shall be measured for payment in the manner described below: 1. When 5% of the total original contract price is earned excluding amounts paid for materials on hand and Mobilization, 40% of the lump sum bid price for this item will be certified for payment. 2. When 10% of the total original contract price is earned, excluding amounts paid for materials on hand and Mobilization, 60% of the lump sum bid price for this item, less previous payment for this item, will be certified for payment. 3. When 15% of the total original contract price is earned, excluding amounts paid for materials on hand and Mobilization, 75% of the lump sum bid price for this item, less any previous payment for this item, will be certified for payment. 4. When 20% of the total original contract price is earned, excluding amounts paid for materials on hand and Mobilization, 90% of the lump sum bid price for this item, less any previous payment for this item, shall be certified for payment. II-11

130 5. When 50% of the total original contract price is earned, excluding amounts paid for materials on hand and Mobilization, 100% of the lump sum bid price for this item, less any previous payment for this item, shall be certified for payment BASIS OF PAYMENT Add the following and delete conflicting provisions: This work will be paid for at the Contract lump sum price for Mobilization, which price shall include materials, equipment, tools, labor, transportation operations, and all work incidental thereto. Payment shall be made under: Pay Item Ref. No. Payment Reference Description Pay Unit Mobilization Lump Sum END OF SECTION 936 II-12

131 SECTION 937 MAINTENANCE AND MOVEMENT OF TRAFFIC PROTECTIVE DEVICES Amend the following sections of the RIDOT Standard Specifications as noted below: METHOD OF MEASUREMENT Delete the text in this subsection and replace with the following: This item will not be measured separately, but will be included in payment of the other work items BASIS OF PAYMENT Delete the text in this subsection and replace with the following: No separate payment will be made for this item. Payment will be included in the unit costs and lump sum payments of the other items included in the Contract. END OF SECTION 937 II-13

132 SECTION PAINTING STRUCTURAL STEEL DESCRIPTION Delete this subsection in its entirety and replace it with the following: This work shall consist of removal of the existing paint system at the locations specified in the Contract documents; providing an approved paint system for use in the coating of structural steel, its components or other steel materials; and applying the paint system at the locations specified in the Contract Documents. The proposed paint system shall be one of the approved systems listed in Subsection (b) of this Special Provision. Alternate paint systems will not considered. The Contractor is required to submit with the bid proposal a certification (on the form provided with these documents) that the system included in the proposal and that the bid price is based on is one of the approved systems listed in Subsection (b). The requirements for cleaning, surface preparation, protection of persons and the environment, and application of paint systems shall be in accordance with this Section 825, Painting Structural Steel and Section 826, Personnel and Environmental Protection. The Contractor shall provide details on temporary interference with the traffic flow and maintenance and protection of traffic during the prosecution of this work. Contractor s proposed scheme shall conform to Section Maintenance of Traffic, of the Supplementary Specifications for this Contract. The Authority s intent is for all steel repairs, containment, and painting removal and recoating work to occur without daily lane closures (with the exception of limited daily lane closures for mobilization as outlined in Subsection ). Exceptions are sign structures where lane closures are to be kept to the strict minimum required to perform the paint removal and recoating. Included in this Item is the cleaning, surface preparation to remove existing coatings, and painting of existing structural steel in the following areas to the limits noted in the Contract Documents or as directed by the Engineer: General limits of work are from Pier 2W to West Abutment. West Approach Truss Spans (Pier 2W to Pier 5W) Steel superstructure including but not limited to trusses, floorbeams, stringers, diaphragms, bracing and bearings. Bridge railing and light pole supports including connections to superstructure

133 West Approach Girder Spans (Pier 5W to Pier 11W) Steel superstructure including but not limited to girders, floorbeams, stringers, diaphragms, bracing and bearings. Bridge railing and light pole supports including connections to superstructure. West Approach Stringer Spans (Pier 11W to West Abutment) Steel superstructure including but not limited to stringers, diaphragms, bracing and bearings. Bridge railing and light pole supports including connections to superstructure. Sign Structures Sign structures and connections to superstructure located between Piers 2W to 3W and 6W to 7W Main Cable Backstay Cable Bands Main Cable backstay cable bands painting and special caulking at the cable backstays located between Piers 2W and 4W on the West Approach. Other miscellaneous rehabilitation repairs as noted on the Plans or as directed by the Engineer. Details concerning the limits of paint removal and application of protective coating include the following areas: The Contractor s attention is drawn to the fact that some areas of the deck trusses may have accumulated debris or grit, vegetative growth, and/or fallen concrete from cracked roadway deck haunches. The Contractor is hereby directed that all accumulated grit, debris, vegetative growth and/or concrete shall be removed during cleaning operations and prior to painting, and that some areas may require scoops or shovels to remove accumulated material prior to abrasive blasting. The cable bands located on the backstays within the west approach on the north and south main cables shall be cleaned, to SSPC-SP10 Near-White Blast Cleaning, and painted. The bands shall have the caulking removed from the end circumference and from the top and bottom seams in the split halves of each casting. The casting shall be cleaned, including the under the circumferential lip and the flange faces along the top and bottom casting halves, where new caulking is applied. Cleaning shall not damage the existing main cable wrapping system. Most locations are wrapped with a fiberglass-lucite proprietary wrapping system used during original construction of the bridge. Some panels are wrapped with a spiral-wound cold-seal neoprene wrapping system. Should the Engineer determine, despite all precautions, that the wrapping system has been compromised due to the Contractor s operations, rewrapping and coating of the compromised wrapping for 825-2

134 an entire panel, from cable band to cable band, shall be performed using the coldseal neoprene wrapping system at no additional cost to the Authority. Also included in this Item are the cleaning, surface preparation, and painting of new structural steel as required for miscellaneous rehabilitation repairs as noted on the Plans or as directed by the Engineer. Bridge Component Cleaning, required for all painting, shall also be included. This shall include, but not be limited to, removal of all built-up debris below roadway joints at piers, and the area below the roadway finger joints. All dirt or bird litter accumulated on the steel surfaces shall be removed in accordance with the Histoplasmosis portion of the Safety Plan developed by the Contractor (see Specification Section ). Bridge Component Cleaning is considered part of the cleaning and surface preparation for painting, and no additional payment shall be made for this work. The specified paint system shall be one of the approved systems listed in NEPCOAT Qualified Products List B consisting of an Organic Zinc Rich Epoxy Primer, Epoxy Intermediate, and Aliphatic Urethane Finish. NEPCOAT is the NORTHEAST PROTECTIVE COATINGS COMMITTEE. NEPCOAT systems have been tested under the National Transportation Product Evaluation Program (NTPEP) and meet specific performance acceptance criteria established by NEPCOAT. Alternate paint systems will not considered. The Contractor is required to submit with the bid proposal a certification (on the form provided with these documents) that the system included in the proposal and that the bid price is based on is one of the approved systems listed in Subsection (b). The finished colors shall be as described in subsection of this Special Provision and accepted by the Engineer TOXIC CAVEAT The Contractor is hereby notified that existing paint systems on the Newport/Pell Bridge may contain toxic substances such as lead or chromium, and that these substances are considered to be hazardous to personnel, the environment, and the public approximate to the project PERSONNEL AND ENVIRONMENTAL PROTECTION The provision for protection of personnel, the environment, and the public covers the requirements for removal and containment of old or newly-applied paint, and/or corrosion products, from any steel bridge component or otherwise specified appurtenances, during cleaning and painting operations. Requirements to assure that the public, the environment, the Contractor s, and the Authority s personnel as well as their representatives, are adequately protected and equipped from the 825-3

135 harmful effects of lead, blast media, dust, and fumes resulting from the Contractor s operations are set forth in Section 826 of the Contract Special Provisions CERTIFICATION All painting contractors/subcontractors, or other individuals engaged in work covered by this Special Provision shall be duly certified under the Society for Protective Coatings (SSPC) Contractor Certification Program. For field applications, the painting contractor/subcontractor shall be certified to SSPC-QP1 - Standard Procedure for Evaluating Painting Contractors (Field Application to Complex Industrial Structures) Subcategory Bridges and Water Towers and SSPC-QP2 - Standard Procedure for the Qualification of Painting Contractors (Field Removal of Hazardous Coatings from Complex Structures), Category A and Category B. For shop applications, the painting contractor or subcontractor shall be certified to SSPC-QP3 Standard Procedure for Evaluating Qualifications of Shop Painting Applicators. For the local removal of paint in order to perform steel repairs as outlined in Section a.3 under the Alternate sequence of painting and steel repairs, the contractor or subcontractor is not required to be certified to the SSPC Contractor Certification Program. Bidders shall include valid proof of certifications by attaching them to the Bid Questionnaire included in the Proposal Forms. The painting contractor/subcontractor shall also provide hard copy proof of such certification and the current status of said certification to the Engineer prior to the initiation of any work related to this item. The paint system shall also be certified in writing to the Engineer that it meets all the requirements of this Specification DEFINITIONS Cleaning: Cleaning under this Section shall be defined as adequate treatment of surfaces so that they can be properly prepared and subsequently painted. Surface Preparation: Surface preparation under this Section shall be defined as the preparation of surfaces by methods including, but not limited to, scraping, grinding, or abrasive blast cleaning so as to prepare the surfaces to properly receive the specified paint/coating system. Paint System: A paint system typically consists of a specific combination of primer, intermediate, and top coatings from a single manufacturer, each of which shall conform to a set of minimum acceptance criteria. Painting: Painting under this Section shall be defined as the shop application in the case of new shop-fabricated steel, and field application in the case of existing steel, of the prime coat of the specified paint/coating system. Also, the definition includes the field application of any 825-4

136 stripe coats and intermediate and/or topcoats, whether new or existing steel, of the specified paint/coating system. Also included is the touch up and repair of the shop applied primer, which may have been damaged during shipping, handling, or erection, and touch up of damage to the finished system SUBMITTALS The following is a list of anticipated submittals for this Special Provision that need to be submitted to the Engineer for review and acceptance prior to the start of work. The Contractor shall not construe Engineer s acceptance of Contractor submittals to imply approval of any particular method or sequence for conducting the work, or for addressing health, environmental, and safety issues. Acceptance of the programs does not relieve the Contractor from the responsibility to conduct the work in strict accordance with the requirements of this Special Provision, or to adequately protect the health and safety of all workers involved in the project including any members of the public who may be affected by the project. The Contractor remains solely responsible for the adequacy and completeness of the programs and work practices, and adherence to them. Submittals shall include, but not be limited to, the following: a) Safety Plan (including Histoplasmosis protection) meeting the requirements of Subsection of this Special Provision and Section 826 of the Contract Specifications. b) Electrical Protection Plan: Plan for protecting the transformer located in Span 5W during painting work adjacent to the transformer and for steel repairs and painting of the transformer platform and access ladder. c) Quality Control Plan including a description of the inspections that will be conducted, instrumentation used, test frequency, and a sample inspection report that will be completed daily to document compliance will all technical requirements of this Special Provision. Acknowledge that the reports will be turned in to the Engineer every day. d) Work Plan including proposed procedures for surface preparation (including the proposed method for chloride remediation) and proposed coating application procedures and stripe coating; provisions for overspray protection or temporary removal/temporary support including, but not limited to, main cable wrapping, walkways and other concrete elements adjacent to painted elements, peregrine falcon nesting boxes and stainless steel safety tie-off cables; protection of surrounding elements including, but not limited to, main cable wrapping, light poles, weather monitoring instrumentation, electrical conduits and appurtenances that are not to be painted at the direction of the Engineer, and signage during blast cleaning; and protection against and remediation for spills; etc. e) Contractor s/subcontractor s current Painting Certifications 825-5

137 f) Product Data Sheets for the approved paint system. g) Color samples for all primer, intermediate, and topcoats and stripe coats. h) All published testing information, historical data, product data sheets, and application instructions. i) Material characteristics of the approved paint system as submitted to NTPEP for testing, together with the paint manufacturer s written certification that the paint system complies with the paint system requirements specified in this specification. Note: the manufacturer must also provide a letter with each batch of material supplied to the project that certifies that the material is the same composition as the material supplied for NTPEP testing. j) Paint manufacturer s letter verifying compliance with VOC requirements. k) If an epoxy penetrating sealer will be used for galvanizing, technical information on the proposed product and written confirmation from the manufacturer that it is suitable for use with their epoxy intermediate and urethane topcoat over galvanizing. l) Product data sheets for cable band caulking and caulking for all other areas. The Contractor shall provide a letter from the paint manufacturer and/or the caulk manufacturer stating that the caulking is compatible with the approved paint system. The Contractor shall submit the above in a timely fashion such that the Contractor s approved schedule will not be adversely impacted by the submittal process. Within fourteen (14) calendar days of receipt by the Engineer, all submittals shall be reviewed by the Engineer and returned to the Contractor for appropriate action. Submittals that lack the necessary information or are not in conformance with these Specifications will be returned to the Contractor for comments to be addressed. The Contractor shall address the Engineer s comments and resubmit the package. The Contractor will not be allowed any increase in Contract time for the time taken by this resubmission. Also, the time taken by the Engineer to review the revised submittal(s) does not constitute justification for additional Contract time MATERIALS Delete this subsection in its entirety and replace it with the following: Paint materials shall conform to the applicable provisions of SECTION M.06, titled PAINT of the Rhode Island Standard Specifications for Road and Bridge Construction, these Supplementary Specifications, and manufacturer s published recommendations except Subsection M shall be deleted in its entirety and replaced with the following: Paint shall be as specified in Subsection of this Special Provision

138 Any conflicts between the manufacturer s recommendations and these Supplementary Specifications shall be brought to the attention of the Engineer in writing for review and resolution. All materials shall meet the requirements of the system specified, and the Contractor shall provide written certification from the manufacturer that the submitted paint system conforms to all the requirements of this Specification. Caulk for all locations except at cable bands: New caulking material shall be Vulkem 116 High Performance Polyurethane Sealant as manufactured by Tremco or approved equal. The color of the caulking shall be Gray. This product is known to be compatible with at least one NEPCOAT-approved paint system. The Contractor shall provide a letter from the paint manufacturer that the caulking is compatible with the approved paint system

139 Caulk at cable bands: New caulking material shall be Durathane Sealant as manufactured by RPM. The color of caulking shall be Aluminum Gray. It shall conform to the tests and properties indicated below. If it does not conform to these tests and properties, the Durathane Sealant will be rejected by the Engineer, and shall be immediately replaced by the Contractor, at no additional cost to the Authority. Property ASTM Test Method Results Rheological Properties ASTM C /No F and 122 F ASTM C Extrusion Rate ASTM C gram/sec ASTM C Hardness Properties ASTM C hardness ASTM C value Weight Loss ASTM C % ASTM C Tack Free Time ASTM C hrs ASTM C Stain and color change ASTM C none/none ASTM C Durability/Cyclic Movement ASTM C passes ASTM C Bubble formation ASTM C passes Adhesion-in-peel ASTM C lb f ASTM C Effects of Accelerated Weathering ASTM C passes ASTM C Elongation ASTM D % Permanent Set at Break ASTM D % PAINT MANUFACTURERS The materials for all coatings of a given system shall be furnished from the same paint producer and/or manufacturer to insure compatibility of components and coats. No change in paint system will be allowed on this project. The paint system, including manufacturer, included in this proposal and approved for use on this project shall be utilized without substitution

140 CONTAINERS All paint components shall be supplied in new, strong, airtight containers. The containers shall be clearly marked with the manufacturer s name and address, quantity in each container, date of manufacture, lot or batch number, color, and other such pertinent information that will permit ready identification of the paint or its component materials ENGINEER S ACCESS The Engineer shall have free access afforded him/her for sampling of the components of the paint system prior to application of the paint. Samples of paint system components may be subject to chemical analysis and, if found to be of unsatisfactory quality, shall be cause for rejection of the materials they represent LITERATURE Product Data Sheets (PDS) shall be supplied in accordance with Subsection M of the Rhode Island Standard Specifications for Road and Bridge Construction COLOR The topcoat color for the superstructure (green) shall as closely as possible match the color of the new paint system applied to the East Approach of the bridge under Contract Color matching samples and/or locations on the bridge for matching shall be determined by the Engineer. Final approval of color samples provided by the Contractor shall be from the Engineer. Primers, intermediate coats, and stripe coats are not required to have specific colors, provided they contrast with each other and with the topcoat. Samples of primer, intermediate, stripe coats, and topcoat colors shall be submitted to the Engineer for acceptance prior to ordering materials. Ten samples shall be submitted for each method of application proposed. Samples shall be a minimum of 6 x

141 EPA COMPLIANCE All materials utilized under this Specification shall be in compliance with the latest Volatile Organic Compound (VOC) emission requirements of the Environmental Protection Agency s (EPA) Clean Air Act of 1977 or any revision thereto, as well as any requirements scheduled by bid date to take effect during the course of this Contract. The Contractor shall provide a letter from the coating manufacturer that lists the system products and states that the VOC content is in compliance with this requirement PAINT SYSTEMS The materials set forth in the following paragraphs are for painting of new steel; repainting of existing steel; the painting of steel components as designated on the Plans, in the Special Provisions, or as directed by the Engineer; and touch up painting of specified areas as directed by the Engineer. Materials for painting of galvanized steel and steel components shall also be as included below. a) The procedure for painting of new steel structures after completion of necessary cleaning and surface preparation shall be to provide a shop applied primer, shop or field applied primer touch-up and field applied intermediate and topcoats all as set forth in this Special Provision unless specifically specified otherwise on the plans or elsewhere in the Special Provisions. The procedure for repainting of existing, previously painted steel after completion of all repairs as shown on the Plans or as directed by the Engineer shall be to provide the specified cleaning, complete coating removal, and surface preparation and then field apply the primer, intermediate, and topcoat as set forth in this Special Provision unless specifically specified otherwise on the plans or elsewhere in the Special Provisions. All materials shall meet the requirements for the system specified. b) New Steel and Existing Steel Requiring Total Coating Removal: the Contractor shall select one of the systems listed in NEPCOAT Qualified Products List B consisting of an Organic Zinc Rich Epoxy Primer, Epoxy Intermediate, and Aliphatic Urethane Finish. The system shall be fully approved by NEPCOAT. The VOC content shall comply with subsection of this Special Provision, currently 340 grams/liter (2.84 lbs./gal) maximum. The Contractor shall provide a letter from the coating manufacturer that lists the system products and states that the VOC content is in compliance with this requirement. The primer coat shall be applied to a total dry film thickness of 3 to 5 mils above the surface profile. A stripe coat of the primer shall be applied prior to the application of

142 the full coat for shop-painted steel. For field application of primer, the full coat may be applied prior to the primer stripe coat. Areas adjacent to each stripe coat may measure 2 to 3 mils heavier than the specified thickness. The intermediate coat shall be applied to a dry film thickness (above the primer) of 3 to 5 mils, or a manufacturer s specified dry film thickness, if greater than 3 to 5 mils. A stripe coat of the intermediate shall be applied prior to the application of the full coat for shop-painted steel. For field application of intermediate, the full coat may be applied prior to the primer stripe coat, but full and stripe coats shall be applied in the same order as the primer. Areas adjacent to each stripe coat may measure 2 to 3 mils heavier than the specified thickness. The finish coat shall be applied to a dry film thickness (above the intermediate) of 2 to 4 mils or a manufacturer s specified dry film thickness, if greater than 2 to 4 mils. In addition to the above, the following material requirements have been established: 1. The primer shall provide a coefficient of friction of 0.33 (Class A) as determined by NETPEP. 2. All paint shall be prepared at the factory ready for application. The addition of thinner or other material to the paint shall be permitted as recommended by the manufacturer and by permission of the Engineer, provided the coating complies with the VOC limitations at the time of application. Contractor shall furnish paint manufacturer s certification that the paint complies with the paint system requirements specified. 3. The manufacturer shall provide a letter with the submittals that identifies the ranges for the material characteristics of the batches submitted for NTPEP testing (e.g., wet per gallon, solids by weight, solids by volume, viscosity, etc.). These ranges will be used as the acceptance criteria for subsequent laboratory analysis of jobsite material when directed by the Engineer. The manufacturer shall provide a letter with each batch of material supplied to the project that certifies that the material is the same composition as the material supplied for NTPEP testing. 4. Tinting - All tinting materials required shall be added to the paint at the time of paint manufacture. Field tinting shall not be allowed. 5. Mixing Only materials that are within the stated shelf life shall be used. Complete kits shall be mixed unless otherwise authorized by the Engineer

143 Mixing shall be in strict accordance with the manufacturer s instructions and mixed material shall be used prior to the expiration of the pot life. 6. Precautions concerning the handling and storage of paint shall be shown on the label of paint and solvent. All storage shall be in accordance with the manufacturer s instructions. Alternate paint systems will not be considered. The Contractor is required to submit a certification with the bid proposal (on the form provided with these documents) as proof that the system included in the proposal and its bid price are based on the approved listed systems in Subsection (b). d) Painting Galvanized Surfaces: If the galvanized surface is cleaned by abrasive blast cleaning, the full epoxy zinc/epoxy/urethane paint system as specified above shall be applied. If the galvanized surface is not abrasive blast cleaned, a penetrating epoxy sealer that is compatible with the paint system shall be applied followed by the epoxy intermediate coat and the urethane topcoat as specified above. The epoxy sealer shall be provided to the Engineer for review and acceptance prior to use. e) Submissions and Approvals: With the submittals, the Contractor shall provide to the Engineer the material characteristics of the tested paint system as stated in Subsection (b)-3. Alternate paint systems will not be considered. The Contractor is required to submit a certification with the bid proposal (on the form provided with these documents) as a proof that the system included in the proposal and its bid price are based on the approved listed systems in Subsection (b) CONSTRUCTION METHODS NEW STEEL STRUCTURES Work under this Section shall be in accordance with Subsection of the Standard Specifications except as modified below. Work under this Section shall include, but is not limited to, all new structural steel specified to be shop primed and field primer touch-up and field intermediate and field finish topcoat painted as described in Section of this Special Provision and to the limits shown on the Plans or as directed by the Engineer. Work under this Section shall also include field touch-up of intermediate and finish coats, as required. Work on new steel that is required to complete repairs shall be painted as part of Existing Steel Structures

144 Shop drawings for new steel shall indicate areas of painting to be shop- and field-applied. Cleaning, surface preparation, and painting shall be performed as follows for all new steel surfaces specified to be shop painted: a) Cleaning: Delete Subsection (a) of the Standard Specifications in its entirety and replace with the following: Areas in which oil and/or grease are present shall be cleaned by solvent cleaning methods as described in the Society for Protective Coatings Surface Preparation Specification No.1; Solvent Cleaning (SSPC-SP1). This cleaning shall be performed prior to blast cleaning. If contamination remains after blast cleaning, the surfaces shall be recleaned with the SSPC-SP1 procedures. b) Surface Preparation: Delete Subsection (b) of the Standard Specifications in its entirety and replace with the following: Surface preparation shall be in accordance with the SSPC Specifications and any additional requirements contained within this Special Provision. All steel shall be blast cleaned to a near white condition using the cleaning methods described in the SSPC Surface Preparation Specification No.10; Near White Blast Cleaning (SSPC-SP10). Unless otherwise allowed by the Engineer, final surface preparation, which exposes the substrate, shall not be performed when the surface temperature is less than 5 o F greater than the dew point temperature of the surrounding air. The surface area of the steel to be blast cleaned shall be no greater than the surface area of steel that can be prime coated in the same day. The maximum time lapse between surface preparation and application of the prime coat shall not be greater than 8 hours. Should any "rust back" occur prior to the application of the prime coat, the surfaces shall be recleaned to the near white condition. The blast cleaning shall leave a 1.5 to 2.5 mil deep, angular, anchor profile in a dense uniform pattern of depressions and ridges. Steel shot shall not be used for cleaning unless it is blended with steel grit to create a sharp, angular profile. Flame cut edges shall be ground before blast cleaning to assist in attaining the required anchor profile. All reamed or drilled holes in the steel shall have their edges cleaned by methods specified in SSPC-SP1 and softened by grinding prior to blast cleaning. If any grinding occurs after blast cleaning, the profile shall be restored. All fins, tears, slivers and burred or sharp edges present before or after blast cleaning shall be removed by grinding followed by reblasting to attain the required anchor profile

145 The near white blast condition may be determined and/or verified by the use of the SSPC pictorial standard guide VIS-1. The surface profile depth shall be measured and/or verified by the use of Testex Replica Tape. Compressed air supply lines shall be equipped with oil traps and moisture separators. The traps and separators shall be cleaned and/or changed on a regular basis. Cleanliness of the compressed air from each compressor system used for abrasive blast cleaning or blowing down the surfaces shall be verified each work day in accordance with ASTM D4285, Standard Test Method for Indicating Oil or Water in Compressed Air. All abrasive and deleterious material residues shall be removed from steel surfaces by vacuuming with a commercial grade vacuum cleaner or by double blowing with clean, dry, compressed air. Air blow-down shall be followed by vacuum cleaning of the top surfaces of all flanges, stiffeners, splice plates, hangers, etc. The steel shall then be kept dust free until the coating is applied. Care shall be taken to protect freshly coated surfaces from subsequent blast cleaning operations. Previously primed surfaces damaged by subsequent blasting operations shall be returned to the near white condition by reblasting, or upon approval of the Engineer, power tool cleaning in accordance with SSPC-SP11, Power Tool Cleaning to Bare Metal. The surfaces shall then be vacuumed and reprimed. The painting contractor/subcontractor shall provide access to any location where cleaning and painting may be in progress for servicemen, manufacturer's representatives, Authority representatives or other duly authorized persons. The contractor/subcontractor is required to perform all Quality Control functions to assure that surface preparation and painting meet the requirements of this Special Provision and the Standard Specifications, and provide the results of all inspections and testing in a written daily inspection report. The Engineer will provide Quality Assurance observations. The Engineer's Quality Assurance acceptance of the preparation of all surfaces to be painted is required before any paint is applied. No paint shall be applied to any surface until the Engineer or his representative has accepted the cleanliness and surface preparation of the surfaces to be painted. c) Painting: The painting of new steel shall be performed in accordance with the applicable requirements of Paragraph c of Subsection of the Standard Specifications, Subsection (a)3 of this Special Provision, which shall override conflicting requirements, and the following:

146 Paint film thickness measurements will be made during wet film application, utilizing an approved wet film thickness gauge. Dry film thickness of each coat shall be measured with an approved Type 2 electronic dry film thickness gage meeting the requirements of SSPC-PA2. Measurements for all coats shall be in accordance with SSPC-PA2, except that one hundred percent of all thickness measurements shall be within the specified minimum dry film thickness. Thicknesses as measured by spot readings that are less than one hundred percent of the required thickness shall be cause for rejection. Where thickness measurements fall below the specified minimum, additional applications of paint shall be made as necessary to meet the thickness required, at no additional cost to the Authority. Excessive thickness shall be removed and replaced unless otherwise directed by the Engineer. The prime coat on new steel shall be shop applied. The intermediate and topcoat shall be field applied. Before the application of the primer touch up, intermediate, or topcoat in the field, all zinc salts, oil, dust, dirt, and other contaminants shall be removed from the steel or previously shop painted surfaces to be painted. Primed surfaces shall be cleaned by pressurized water washing (800 psi min.). Areas in which the shop coating is damaged or is corroded shall be power tool cleaned in accordance with SSPC-SP11 and touched up prior to the application of the intermediate and topcoats. Areas of new steel where field welding will be performed shall be masked before shop priming EXISTING STEEL STRUCTURES Delete this section in its entirety and replace it with the following: Work under this Section shall include all steel not included under Subsection , New Steel Structures. In particular, this work includes existing steel that is repaired; new steel that has been shop primed; areas of new steel at weld locations that were not shop primed; repainting of existing steel; maintenance painting; and any other miscellaneous painting not covered as noted above. a) Cleaning, Surface Preparation, Steel Repairs and Painting. Cleaning, surface preparation, steel repairs, and painting shall be performed as follows for all existing steel surfaces specified to be painted: 1. Cleaning. Bridge Component Cleaning is performed to prepare the steel surfaces for the surface preparation work and the subsequent painting of the steel surfaces. Prior to any surface preparation being performed, all dirt, grit, debris, vegetation, loose/fallen concrete, or bird droppings accumulated on the steel surfaces shall be removed in accordance with the Safety Plan, including the Histoplasmosis portion of the Safety Plan, as developed by the Contractor

147 Before surface preparation, visible deposits of oil or grease shall be removed by methods specified in SSPC-SP1, Solvent Cleaning. 2. Bridge Railing Post Cap Removal. As a special requirement, the existing caps on the bridge railing posts shall be removed, providing clear access to the post steel below. The cleaning, surface preparation, and painting of the railing posts shall be performed without this cap in place. The cap shall be shop cleaned, painted, and then reinstalled after painting of the post is completed, Reinstallation shall include new countersunk bolts (replaced in kind). Payment for this work is included in the lump sum payments for Protective Coating Removal and Replacement, and personnel and Environmental Protection. No separate payment shall be made for the removal, shop painting and replacement of the caps. 3. Abandoned Light Pole Base Cover Plate - Replacement in Kind. The 13 x 13 x ½ light pole base cover plates at abandoned light pole locations on the West Approach shall be removed and replaced in kind with plates ¼ smaller on all sides. At the Contractor s option, the existing plates can be removed and trimmed ¼ on each side and re-used. The post base plate faying surface and the new or trimmed cover plate shall be cleaned and painted according to the contract specifications. The seam between the post base plate and the new or trimmed cover plate shall be caulked around the entire perimeter of the new or trimmed cover plate. Thirty Two (32) cover plates will require replacement or trimming. Installation of new cover plates shall require four (4) 1/2 diameter bolts with washers (replaced in kind). The 1/2" bolts pass through existing 1 diameter holes in the post base plate, and in some cases an existing 1 diameter nut is tack welded to the underside of the post base plate. Access to the underside of the post base plate is via a handhole with bolted cover plate on the roadway side of the light post base. (Note that this hand hole cover plate on the roadway side of the light pole base also requires removal for painting of the light pole base (see below special painting and caulking requirements at bridge railing). There is no time limit within the contract for the duration that the top of the abandoned light pole bases may be left uncovered. Payment for this work is included in the lump sum payments for Protective Coating Removal and Replacement, and Personnel and Environmental Protection. No separate payment shall be made for Abandoned Light Pole Base Cover Plate - Replacement in Kind. 4. Bridge Railing Reflectors and Span Numbering. The Contractor s attention is directed to the fact that the Authority has installed reflectors at regular intervals on the railing on the West Approach roadway leading up to and including the super-elevated curve of the East Approach. The reflectors shall be replaced in kind after railing painting has been completed. In addition to those replaced in

148 kind, additional reflectors shall be installed within the same reflectorized limits at a spacing equivalent to every other railing post. The removal and installation of all reflectors shall be included in the price to perform the work. No separate payment shall be made for the removal and installation of reflectors. Spans on the West Approach are numbered along the north and south bridge railings. Span numbering shall be painted in kind for all spans within the project after completion of cleaning and painting. The restoration of bridge span numbering along the north and south bridge railings after cleaning and painting shall be included in the price to perform the work. No separate payment shall be made for bridge span numbering. 5. Signs on Overhead Sign Structures. As a special requirement, signs that the Contractor may remove from the Overhead Sign Structures for cleaning and painting access are required to be re-installed at the end of each work day. No separate payment shall be made for the removal and reinstallation of signs on overhead sign structures. 6. Surface Preparation. i. In areas designated for Total Coating Removal and Replacement, surface preparation shall include the complete removal of the existing coating, rust, and mill scale in accordance with SSPC-SP10, Near White Blast Cleaning. The appearance of the blast-cleaned surfaces shall approximate Visual Standard SP10 of SSPC VIS-1. Blast cleaning shall be performed by the Abrasive Blast Cleaning Method only and shall be performed with recyclable steel grit or an expendable abrasive other than silica sand. Steel grit abrasives shall comply with SSPC-AB3, Ferrous Metallic Abrasives. Expendable abrasives shall comply with SSPC-AB1, Mineral and Slag Abrasives. If recyclable abrasives are used, cleanliness during use shall be verified according to SSPC-AB2, Specification for Cleanliness of Recycled Ferrous Metallic Abrasives. Abrasives shall produce a 2.0 to 4.0 mil surface profile in a dense uniform pattern of depressions and ridges. The surface profile depth shall be measured and/or verified by the use of Testex Replica Tape. Particular attention shall be given to cleaning of edges, crevices, nuts, bolts, rivets, and weld seams. ii. iii. The portions of the sign structures over the roadway shall be cleaned according to SSPC SP 3 (power tool cleaning) prior to painting Additional Surface Preparation Requirements for All Areas Designated for Painting

149 Surface preparation procedures and processes for steel surfaces shall accomplish a full removal of chlorides from the surfaces in addition to removal of the paint, rust, and mill scale to SSPC-SP10 or other SSPC requirements, as designated. Methods of chloride removal may include, but are not limited to: (1) steam cleaning or pressure washing and scrubbing, (2) use of proprietary chloride removal chemicals provided their use is approved by the coating manufacturer, (3) abrasive blast cleaning the steel and allowing it to rust overnight followed by re-blasting, (4) blast cleaning with blends of fine and coarse abrasives, or (5) wet abrasive blast cleaning. The Contractor shall provide the proposed procedure(s) for chloride removal in his Work Plan for the Engineer s review and approval. Upon completion of the surface preparation, test surfaces for chlorides in accordance with the cell methods of SSPC TU4 "Field Methods for Retrieval and Analysis of Soluble Salts on Substrates. Frequency of tests shall be determined by the Engineer. Test representative surfaces that were previously rusted (i.e. pitted steel) for the presence of remaining chlorides. If chlorides are detected at levels greater than 7 g/cm 2, continue to clean the affected areas until acceptable results are achieved. Following chloride testing of less than 7 g/cm 2, the test areas shall be cleaned. SSPC-SP11 may be used in lieu of SSPC-SP10 for the localized cleaning of the chloride test areas upon approval of the Engineer. Surface preparation operations shall be performed in such a manner that no damage is done to partially or entirely completed portions of the work or to existing components to remain in place. Care shall be taken to protect freshly coated surfaces from subsequent blast cleaning operations. Previously coated surfaces damaged by subsequent blasting operations shall be returned to the near white condition by reblasting, or upon approval of the Engineer, power tool cleaning in accordance with SSPC-SP11, Power Tool Cleaning to Bare Metal. The surfaces shall then be vacuumed and reprimed. Vacuuming equipment shall be equipped with HEPA (high efficiency particulate air) filtration. Unless otherwise allowed by the Engineer, final surface preparation which exposes the substrate shall not be performed when the surface

150 temperature is less than 5 F greater than the dew point temperature of the surrounding air. The surface area of the steel to be blast cleaned shall not be greater than the surface area of the steel that can be prime coated in the same day. The maximum time lapse between surface preparation and application of the prime coat shall not be greater than 8 hours. Should any "rust back" occur prior to the application of the prime coat, the surfaces shall be recleaned to the originally specified degree of preparation (e.g., SP10 or other requirement). Following the cleaning and surface preparation operations, all blast abrasives and cleaning and paint residue shall be removed by HEPA vacuuming. Blowing down with compressed air is permitted only if it is performed inside a completely enclosed containment under appropriate negative pressure and airflow to control worker and environmental exposure to lead and other toxic metals. Air blow down shall be followed by vacuuming of horizontal surfaces. Compressed air supply lines for blast cleaning and blow down shall be equipped with oil traps and moisture separators. The traps and separators shall be cleaned and/or changed on a regular basis. Cleanliness of the compressed air from each compressor system used for abrasive blast cleaning or blowing down the surfaces, shall be verified each day in accordance with ASTM D4285, Standard Test Method for Indicating Oil or Water in Compressed Air. The Contractor shall provide access to any location where cleaning and painting may be in progress for servicemen, manufacturer's representatives, Authority representatives or other duly authorized persons. The Contractor is required to perform all Quality Control functions to assure that surface preparation and painting meet the requirements of this Special Provision and the Standard Specifications, and provide the results of all inspections and testing in a written daily inspection report. The Engineer will provide Quality Assurance observations. The Engineer's Quality Assurance acceptance of the preparation of all surfaces to be painted is required before any paint is applied. No paint shall be applied to any surface until the Engineer or his representative has accepted the cleanliness and surface preparation of the surfaces to be painted. Care shall be taken to protect surrounding elements that are not designated for painting or repainting. Any damage due to the

151 Contractor s cleaning operations to surrounding bridge elements or existing coatings that are not designated for painting, shall be repaired as directed by and to the satisfaction of the Engineer at no additional cost to the Authority. The Contractor s proposed means and methods for protection of surrounding elements not designated for painting shall be stated in the Contractor s Work Plan. Such areas include, but are not limited to, galvanized light pole bases and fiber optic conduits. Fiber optic conduits shall not be moved during painting operations. Additional protection and care shall be taken when perform surface preparation and painting operations in the area of the electrical transformer in Span 5W. The Contractor shall meet with the Authority Electrician to review the work and protection plan for this area. The Contractor shall submit the work and protection plan to the Engineer for review and approval. iv. The edges of faying surfaces between existing and new bolted plates and shapes shall be caulked according to the following requirements. Caulking may be applied after surface preparation is complete but before painting to receive all three coats of the paint system, or may be applied after installing any or all of the three coats of paint but shall receive, at a minimum, a finish coat of paint. All caulk used at the cable bands in this Contract shall be produced by the same manufacturer and all caulk used at all other locations in this Contract shall be produced by the same manufacturer. Caulking shall be applied and installed in accordance with the manufacturers recommendations. The application temperature of the caulk shall be as recommended by the manufacturer, except that in no case shall the caulk be applied when the substrate and/or ambient temperature is less than 45 degrees F or greater than 100 F. For additional caulking information and details, refer to the Contract Drawings. Locations not specifically addressed by these requirements shall be caulked at the direction of the Engineer. See the Contract Drawings for sample caulking details: In general, for bolted horizontal gusset plates and splice plates, connection angles, and other similar shapes, the topside exposed horizontal perimeter of faying surfaces shall be caulked. In general, for vertical gusset plates and splice plates, connection angles, and other similar shapes, the topside exposed horizontal perimeter and exposed vertical perimeter of faying surfaces shall be caulked

152 In addition to the sample locations and details and guidelines provided in the Contract Drawings and herein for typical locations of caulking, caulking shall be applied around the perimeter of cap plates that are located on the top of abandoned light pole support columns. Caulking surface shall be finished to a smooth 45 transition between plates or shapes. Caulking shall not be applied until paint has cured. After caulking has been applied, it shall be allowed to cure according to the manufacturer s recommendations before overcoating. Care shall be taken to avoid grit or other debris from becoming embedded in the caulking before and after overcoating. 7. Special Painting and Caulking Requirements at Bridge Railing The following annotated photos indicate special cleaning, striping and caulking requirements for the bridge railing

153 825-22

154 Light Pole Base Cover to be lifted for additional striping and caulking (see following photos)

155 REMOVE ACCESS PANEL, STRIPE AND PAINT LIGHT POLE BASE, PAINT BOTH SIDES OF PANEL AND REPLACE

156 8. Steel Repairs. Structural defects on sections of the steel that require repair may be apparent before or after abrasive blast cleaning begins. Advise the Engineer of any areas exhibiting defects including but not limited to excessive metal loss or pitting. Provide access and sufficient time for the Engineer to conduct an inspection of the identified steel conditions. When designated by the Engineer, perform steel repairs as specified in Section 943. All new steel used in repairs shall be shop prepared and primed as stated in Subsection of this Special Provision. The suggested sequence of surface preparation, painting and steel repairs is as follows: i. Blast clean existing steel to SSPC-SP10. ii. iii. iv. Apply prime coat to cleaned area of existing steel. Mask steel repair locations, as required before priming existing steel. Perform steel repairs: blast clean faying surface of existing steel to SSPC-SP10 and prime existing steel faying surface. Install shop primed new steel. Remove and Replace corroded bolts as directed by the Engineer. Touch up primer as required. v. Apply remaining intermediate and finish coats in accordance with Subsection (c) of this Special Provision. An alternate sequence of painting and performing steel repairs, which allows separate operations of painting and repairing of steel, uses power tool cleaning as follows: i. Power tool clean localized area of steel repair to SSPC-SP11. ii. iii. iv. Apply prime coat to cleaned area of existing steel. Mask steel repair locations, as required before priming existing steel. Perform steel repairs: power tool clean faying surface of existing steel to SSPC-SP11 and prime existing steel faying surface. Install shop primed new steel. Remove and Replace corroded bolts as directed by the Engineer. Touch up primer as required

157 v. Apply remaining intermediate and finish coats in accordance with Subsection (c) of this Special Provision. 9. Painting. The painting of existing steel shall be performed in accordance with the applicable requirements of Paragraphs (c) through (f) of Subsection of the Standard Specifications and the following, which shall override conflicting requirements: Dry film thicknesses for the painting of all prepared surfaces are provided in (b). The epoxy penetrating sealer, if used on galvanized surfaces, shall be applied to a dry film thickness as recommended by the coating manufacturer. The dry film thickness of the primer coat on the faying surfaces shall be as specified by the manufacturer. The dry film thickness of the prime coat on bolts, nuts, and washers shall be between 3.0 and 5.0 mils or as recommended by the manufacturer. For field application of the zinc/epoxy/urethane system, the full coat may be applied prior to the primer stripe coat. For field application of the zinc/epoxy/urethane and spot zinc/epoxy penetrating sealer/epoxy/urethane systems, the intermediate coat may be applied prior to the application of the intermediate stripe coat. The intent is to assure complete coverage and sealing of surface irregularities and to assure that the proper coverage and thickness is achieved on corners and edges. The stripe coats shall be applied to edges of plates, shapes, corners, crevices, rivet heads, nuts, bolts, rivets, and weld seams (all bolts shall be brush-stripe coated) with additional brush application of a penetrating nature into tight metalto-metal areas. The full prime or intermediate coat shall not be applied until the striping has set to touch. Details of typical stripe coat areas shall be submitted in the Contractor s Work Plan. All bolts, nuts, and washers used in final connections shall be field blasted, once the connection is complete, to SSPC-SP10 condition and primed in the same manner as all other structural steel components. All painting required under this Contract, shall be performed in conformance with the best practices of the trade, within the recommendations of the coating manufacturer as accepted by the Engineer, and with applicable portions of SSPC-PA 1, provided that the above is not in conflict with these Specifications. Paint film thickness measurements will be made during wet film application, utilizing an approved wet film thickness gauge. Dry film thickness of each coat shall be measured with an approved Type 2 electronic dry film thickness gage meeting the requirements of SSPC-PA2. Measurements shall be in accordance with SSPC-PA2, except that one hundred percent of all thickness

158 measurements shall be within the specified minimum dry film thickness. The allowance for spot readings 80% of the minimum specified is not allowed. Where thickness measurements fall below the specified minimum, additional applications of paint shall be made as necessary to meet the required thickness at no additional cost to the Authority. Excessive paint film thickness shall be removed and replaced unless otherwise directed by the Engineer. Sufficient time shall elapse between successive coats to permit them to dry properly for recoating in accordance with the manufacturer s recommendations and accepted by the Engineer. All coats shall be cleaned free of dirt, dust, grease, oil, and other similar interference material prior to application of subsequent coats. Coatings that exceed the manufacturers maximum recoat times shall be replaced at no additional cost to the Authority. Coatings shall be applied primarily via spray. Brush and/or roll methods may be used for small localized areas if accepted by the Engineer. Roller painting will not be allowed for the application of the prime coat. The chosen method for paint application shall utilize approved equipment that is standard to the industry, shall be in accordance with the manufacturer s recommendations, and shall be accepted by the Engineer. All coats shall be applied to assure thorough wetting of the substrate or underlying coat, and to achieve a smooth, streamlined surface relatively free of discontinuities. Special attention shall be paid to hard-to-reach areas and irregular surfaces such as edges, corners, welds, crevices and rivets. Shadowthrough, pinholes, bubbles, skips, misses, lap marks between applications, variations in color or texture, or other visible discontinuities in any coat are unacceptable. Runs or sags may be brushed out while the material remains wet. If the application of any coat causes lifting of an underlying coat, or there is poor adhesion between coats or to the substrate, the coating in the affected area shall be removed to adjacent sound, adherent coating, and the material reapplied. Any touch up of the finish paint coat or other required reapplication of finish coat shall be applied in a manner that results in a visually uniform appearance between the touch up area and adjacent previously painted areas. Care shall be taken to protect surrounding elements, which are not designated for repainting, from overspray, spills, and other damage. Any damage to surrounding bridge elements or existing coatings that are not designated for repainting, due to the Contractor s painting operations, shall be repaired as directed by, and to the satisfaction of, the Engineer at no additional cost to the Authority. The Contractor s proposed means and methods for protection of

159 surrounding elements from overspray, spills, and other damage shall be stated in the Contractor s Work Plan. In addition to any equipment recommended by the coating manufacturer, the Contractor shall provide, for the exclusive use of the Engineer, the following supplemental equipment for the inspection of the coating system. The following list replaces the list in Subsection (c)-7 of the Standard Specifications. The equipment must be in good and acceptable working condition and be properly calibrated as necessary. The equipment shall remain the property of the Contractor after the work is accepted. Supplemental equipment shall include the following: one (1) set of SSPC Publications Vol. 1 and 2, and VIS-1, current editions; two (2) SSPC Type 2 Magnetic Dry Film Thickness Gages; two (2) Non-Contact Infrared Thermometers; one (1) Reed Model ST-805 Noise Meter or equivalent; two (2) Light Meters - to verify minimum light requirements in the containments; two (2) Psychrometers (battery operated) for dew point and relative humidity; Testex Replica Tape; NIST calibration standards and plastic shims; Filter masks or respirators (as recommended by the coating manufacturer); two (2) Paint Inspection Mirrors; and other miscellaneous equipment as necessary. For locations where new paint will be applied immediately adjacent to existing paint systems, the interface between paint systems shall be smooth and masked to provide a rectilinear or smoothly curving and symmetric transition around structural features between the new and existing paint systems. b) Galvanized Surfaces. Prior to painting, galvanized surfaces shall preferably be given the opportunity to weather naturally in the field for a minimum of 180 days. If field weathering is not possible, the Contractor shall, with the approval of the Engineer, use one of the following methods for the painting of the galvanized surface: Method #1: Solvent clean to remove all grease, oil, dirt, dust, zinc-oxide corrosives, and other debris by methods specified in Society for Protective Coatings Surface Preparation Specification No.1; Solvent Cleaning (SSPC-SP1); brush-off blast clean to roughen the surface by methods specified in Society for Protective Coatings Surface Preparation Specification No.7; Brush-off Blast Cleaning (SSPC-SP7); and then paint with the full epoxy zinc/epoxy/ urethane paint system. Method #2: Solvent clean to remove all grease, oil, dirt, dust, zinc-oxide corrosives, and other debris by methods specified in SSPC-SP1. Supplement the solvent cleaning with scrubbing with a stiff bristled brush as necessary to remove loose zinc oxide and other surface debris. If red rust is present, clean in accordance with SSPC-SP3, Power Tool Cleaning. Apply a

160 penetrating epoxy sealer. The penetrating epoxy sealer shall be approved by the Engineer and shall be compatible with the paint system intended to be applied; then apply the epoxy intermediate coat and the urethane topcoat. Surfaces that have been given the opportunity to field weather naturally for a minimum of 180 days shall be cleaned and painted as specified in Method #2 above. d) General. Any conflicts between the manufacturer s recommendations and these Supplementary Specifications shall be brought to the attention of the Engineer in writing for review and resolution. 10. Engineer s Access for Removal and Replacement of Existing Electrical Conduits The contractor is advised that the RITBA Electrical Department may utilize the access platforms under this contract for the removal and replacement of existing electrical conduits. The Engineer will coordinate access with the contractor for this work and the work will be performed so as not to affect the contractor s schedule METHOD OF MEASUREMENT Delete this Subsection in its entirety and substitute the following: Painting of Structural Steel for the West Approach as shown in the Contract Documents and as directed by the Engineer shall be measured on a Lump Sum basis for steel actually cleaned and painted with the approved multi-coat paint system. Surface preparation necessary to accomplish the specified painting shall not be measured separately for payment but shall be considered included in the Lump Sum item for painted steel. The cost of removing, temporarily supporting, and reinstallation of electrical conduit and other miscellaneous appurtenances shall not be paid for separately but shall be included under the Lump Sum item for Protective Coating Removal and Replacement. The Cost of Bridge Component Cleaning shall not be paid for separately but shall be included under the Lump Sum item for Protective Coating Removal and Replacement BASIS OF PAYMENT Delete this subsection in its entirety and replace with the following: The accepted quantity of Painting Structural Steel, as shown and within the limits indicated on the Plans, and as described in the Contract Specifications will be paid for at the contract Lump Sum prices as listed in the Proposal

161 Deck Truss Spans: The accepted quantity of Painting Structural Steel will be paid for at the Contract Lump Sum prices, pro-rated for the number of panels actually completed for cleaning and painting with containment removed, and accepted by the Engineer. A panel shall be defined as the area for cleaning and painting between two successive floor beams, including one of the floor beams, for the full transverse width of the bridge to be painted, including bridge railing and light pole supports and including the cable bands and main cable transverse strut on both the north and south main cables within that panel. No payment for partially completed panels shall be made. If the cable bands and main cable transverse strut are painted as a separate work item by the Contractor, then the painting of all cable bands on the west approach and main cable transverse strut will be considered equivalent to one panel of deck truss. No separate payment will be made for the painting of the bridge railing or light pole supports within the Deck Truss Spans. Girder Spans: The accepted quantity of Painting Structural Steel will be paid for at the Contract Lump Sum prices, pro-rated for the number of spans actually completed for cleaning and painting with containment removed, and accepted by the Engineer. A span shall be defined as the area for cleaning and painting between two successive piers, including end floor beams, for the full transverse width of the bridge to be painted including bridge railing and light pole supports. Payment for partially completed spans may be made by pro rated by length of span. No separate payment will be made for the painting of the bridge railing or light pole supports within the Girder Spans. Stringer Spans: The accepted quantity of Painting Structural Steel will be paid for at the Contract Lump Sum prices, pro-rated for the number of spans actually completed for cleaning and painting with containment removed, and accepted by the Engineer. A span shall be defined as the area for cleaning and painting between two successive piers for the full transverse width of the bridge to be painted including bridge railing and light pole supports. Payment for partially completed spans may be made by pro rated by length of span. No separate payment will be made for the painting of the bridge railing or light pole supports within the Girder Spans. Sign Structures: The accepted quantity of Painting Structural Steel will be paid for at the Contract Lump Sum prices, pro-rated for the sign structure actually completed for cleaning and painting with containment removed, and accepted by the Engineer. For all of the above, the prices so-stated shall constitute full and complete compensation for all submittals, labor, materials, access and equipment, testing, delivering, surface preparation, and all incidentals required to finish the work, complete and accepted by the Engineer. The payment for painting all new steel shall be considered incidental and included within the bid price for which the new steel is to be used. There will be no separate payment for painting new steel. Caulking and touch-up painting, and touch-up painting associated with steel repair work, including localized painting of bolts, connections, and localized areas as directed by the Engineer shall be considered incidental to and included within the steel repair being performed. There will be no separate payment for caulking and touch-up painting, or touch-up painting associated will steel repair work

162 Containment and protection systems and proper disposal of hazardous and other waste, and health monitoring is specified in Specification Section 826. Pay Item Ref No. Payment Item Description Unit Truss Spans - Protective Coating Removal and Replacement Girder Spans - Protective Coating Removal and Replacement Stringer Spans Bridge Railing - Protective Coating Removal and Replacement Sign Structures Protective Coating Removal and Replacement END OF SECTION 825 LS LS LS LS

163 SECTION PERSONNEL AND ENVIRONMENTAL PROTECTION DESCRIPTION This work consists of providing protection for both persons and the environment during the blast cleaning of existing structural steel prior to the repainting of said steel, all in accordance with these Specifications and this Special Provision. Specifically, this provision covers the requirements for removal and containment of paint and/or corrosion products from any steel bridge or specified appurtenances during blast cleaning operations. Also covered by this Special Provision are the requirements to assure that the Contractor, Authority personnel, and agents employed by the Authority are adequately trained, equipped and protected from the harmful effects of lead, blast media, dust, and fumes from the blasting operations. This provision is associated with, and complements Section 825, Painting Structural Steel of these Specifications. Personnel Protection during Painting and Cleaning Operations shall include all materials, labor, equipment, monitoring devices, changing and shower facilities, professional hygienist, medical facilities, access and all other incidentals required to complete the work and accepted by the Engineer. Personnel and Environmental Protection shall include "Containment, Collection, Storage and Disposal of Debris and Spent Materials" and "Personnel Protection during Painting and Cleaning Operations. The work shall consist of furnishing, fabricating, and erecting a containment system (or enclosures) around the west approach spans, to the limits shown in the Contract Documents to contain and collect debris generated during paint removal operations and prevent paint overspray during painting operations. The containment system to be erected in areas to be abrasive blast cleaned shall be Class 1A type, as defined by SSPC Guide 6, Guide for Containing Debris Generated during Paint Removal Operations. A Class 2P containment system shall be erected in areas where spot removal of the existing coating system will be performed using vacuum-shrouded power tools. A Class 2W containment system shall be erected in areas where loose, flaking paint will be removed via low or high pressure water cleaning. The work associated with dismantling and moving the enclosure to new locations on the structure as paint removal operations progress, and with removing the enclosure when paint removal operations are completed, is also included. The containment enclosure shall contain all spent materials, dust, and other debris generated during blast cleaning and paint removal operations. In addition, it shall contain debris generated from air blowing or vacuuming steel surfaces being prepared for field painting

164 The Class 1A containment enclosure shall be constructed of impermeable materials affixed to a support structure. All seams in containment materials and all joints between the containment enclosure and the bridge shall be fully sealed by taping and caulking. An entryway into the work area shall be made using an airlock or re-sealable doors. A forced exit air system shall maintain a lower air pressure inside the containment than outside so as to produce an inward airflow at open-air entry points. The exhaust system shall be properly filtered and sized to produce a minimum theoretical air movement inside the containment enclosure. Air movement and negative pressure shall be verified by visual inspection. Exit air shall be exhausted into a dust collection system for filtering. This may be placed on a barge provided the Contractor satisfies all regulatory agencies and secures all necessary permits. Reference information on containment enclosures can be obtained from the following: SSPC - Guide 6. Guide for Containing Surface Preparation Debris Generated During Paint Removal Operations. Society for Protective Coatings, Pittsburgh PA. SSPC - SSPC Painting Manual. Volume 1, Society for Protective Coatings, Pittsburgh, P A. Industrial Lead Paint Removal Handbook. by Kenneth A. Trimber, SSPC Publication 93-02, Society for Protective Coatings, Pittsburgh, PA. The performance of the containment enclosure will be judged on its ability to prevent visible emissions of spent materials, dust, or other debris into the environment. The primary method of assessing the quantity of emissions shall be Method A, as specified in Guide 6 and to the criteria noted below. In addition, Methods C and D as specified in Guide 6 shall also be employed for respective purposes of regulated area air monitoring and high volume ambient air monitoring of the area surrounding the bridge and accessible to the public. Monitoring Criteria: Method A - Visible Emissions: Observations of visible emissions shall be by General Surveillance and the acceptance criteria shall be Level 1 Emissions (emissions of no more than 1% of the work day), as specified in Guide 6, published by SSPC. The Contractor shall conduct visible emission assessments at least four times each day, at a minimum. The Contractor shall conduct casual visible emission observations on an ongoing daily basis. Method C Occupational Monitoring of Area Emissions for Lead The Contractor shall be responsible for the safety of the personnel and accidental unprotected entry in the work area. To this end, the Contractor shall set up an air monitoring devices placed at affected locations including 826-2

165 at a minimum at the entrance to containment areas and at the mobilization area. Area air monitoring should be performed for lead, and any other toxic metals present in the existing coating system. Samples should be analyzed at a laboratory acceptable to the Engineer, with results reported within 72 hours of collection in the field. The system shall also include signs, barriers and other positive methods of preventing accidental entry in work area. The Contractor shall submit to the Engineer for approval a detailed layout with all equipment and locations identified, and written plan indicating monitoring frequencies, equipment calibration, maintenance and remedial methods employed to rectify unacceptable monitoring results. The acceptance criteria for area air monitoring shall be the OSHA Action Level of 30 micrograms per cubic meter as an 8-hour time weighted average. Method D EPA Ambient Air Monitoring The Contractor shall set up a system of ambient air monitoring in the vicinity of the work area including the monitoring equipment, secure storage and power for up to four ambient air monitoring units. The Contractor shall monitor these units in the presence of the Engineer a minimum of: 1. Before the start of blasting gather baseline data at the following locations at a minimum: a. At roadway elevation in the toll plaza area; adjacent to the bridge on East Shore Road; and adjacent to the residential properties to the north and south of the bridge under the West Approach. 2. During the start of blasting operations gather data at the following locations, at a minimum: a. At the first containment in each of the West Truss Spans, West Girder Spans, and West Stringer Spans b. At the same locations identified under item 1 above. 3. At a minimum, monthly monitoring at the baseline locations included in 1 above shall be performed. The Contractor shall provide the Engineer written documentation of the monitoring and written notification of any non-conformance with the accepted standards. The acceptance criterion for ambient air monitoring is 1.5 micrograms per cubic meter averaged over a 90-day period. However, the formulas of SSPC Guide 6 shall be used to convert the 90-day average to a daily value. In instances of non-conformance with the above criteria, the Contractor shall be responsible for providing a corrective action plan to rectify the condition causing non-conformance at no additional cost to the Authority. Additional monitoring frequency may be required to ensure 826-3

166 conformance with accepted standards. All this work shall be done in a method acceptable to the Engineer. The Engineer is authorized to stop work until a corrective action plan is implemented. The Contractor shall submit to the Engineer for approval a detailed layout with all equipment and locations identified, and written plan indicating monitoring frequencies, equipment calibration, maintenance and remedial methods employed to rectify unacceptable monitoring results TOXIC CAVEAT The Contractor is hereby notified that existing paint systems on the Newport/Pell Bridge may contain toxic metals such as lead or chromium, and that these substances are considered to be hazardous to personnel, the environment, and the public approximate to the Project. The Contractor shall comply with all Federal, State, and Local laws for the removal, transportation, storage and disposal of this hazardous substance. The Contractor shall submit a Waste Management Plan, an Environmental Compliance Plan and a Lead (Toxic Metal) Health and Safety Compliance Program for approval. See Section for Submittal requirements LEGAL RESPONSIBILITIES The Contractor is directed to Section of the RIDOT Standard Specifications: Legal Relations and Responsibility to the Public. This Section requires the Contractor to assume responsible charge of the worksite and to conform with all Federal, State, and Municipal laws relating to the work. By definition, the Authority is the "generator" and the Contractor is the co-generator of the waste and are, therefore, directly responsible for complying with the applicable laws and regulations. The Contractor being the co-generator of the waste shall also be liable to the Authority for any fines, penalties, or remediation costs incurred by the Authority as a result of the Contractor's failure to comply with either the applicable laws and regulations or these Specifications SUBMITTALS A. Schedule Provide all pre-construction Submittals associated with Section 826 at least 21 calendar days prior to commencing any paint removal or cleaning work. B. Work Plan Provide a Work Plan with working drawings, design calculations, weights of stored materials, weights and operational data of the proposed construction equipment to be supported on existing and temporary structures (Temporary Works) including the containment enclosure, and supporting data in sufficient detail to permit a structural review of the Contractor s proposed design of temporary work. All calculations and drawings prepared by the Contractor shall be signed and stamped by a registered 826-4

167 Professional Engineer licensed to practice in the State of Rhode Island and Providence Plantations. The Work Plan shall be submitted sufficiently in advance of proposed use to allow for its review, comment, and revision if required, without delay to the Work. The Submittal shall detail the proposed containment enclosure and include the following information: Plan and elevation of the containment enclosure in relation to the bridge structure. The type of solid or rigid floor and working platform with appropriate safety and fall protection measures. A description of the method that will be used to provide worker access to the enclosure (personnel lifts, scaffolds, etc.), and the procedures and equipment that will be used to protect workers from falls shall be specified in conformance to OSHA Safety and Health Requirements, 29 CFR If a barge or another type of floating platform is used, include details regarding its construction, such as materials and dimensions, how the platform will be tied-off and secured from movement, how the debris will be collected and off-loaded, and a description of how the drainage run-off from existing deck drains will be routed through the enclosure. The type of rigid or flexible support structure used for the floor, walls, and ceiling, including the method by which the containment enclosure materials are to be affixed to the support structure and how the support structure is to be affixed to the bridge. Welded connections will not be acceptable. The method that will be used to seal the entryway. The type, size, and configuration of auxiliary lighting that will be provided for use inside the containment enclosure and methods being employed to prevent bridge and navigation lighting being concealed by the containment. A design analysis of the loads on the bridge due to the containment enclosure including: maximum dead and live loads of the enclosure, the workers, blast abrasive, and equipment; maximum allowable load for the floor and working platform; wind loads imposed on the structure by the enclosure; and, maximum wind velocity that the containment enclosure is designed to withstand. The Contractor shall not start the construction of any temporary work, for which working drawings are required, until the working drawings have been reviewed by the Engineer and all comments have been addressed. Such review will not relieve the Contractor of responsibility for results obtained by implementing the Work Plan, or any other responsibilities under this Contract. See Section for containment details. Working drawings, details, and design computations for Temporary Works shall include but not be limited to: Falsework Forms (Formwork) Temporary Fencing and Barricades Temporary Protective Devices 826-5

168 Temporary Bracing Temporary Shoring Temporary Sheeting Jacking Operations Protective Shields All working drawings shall contain itemized materials list, with conformance material standards, manufacturers trade names, as applicable, and with current model or code numbers of their products. The Contractor shall provide details on temporary interference with the traffic flow and maintenance and protection of traffic during the prosecution of this work. Contractor s proposed scheme shall conform to Section Maintenance of Traffic, of the Supplementary Specifications for this Contract. The Authority s intent is for all steel repairs, containment, and painting removal and recoating work to occur without daily lane closures. Exceptions are paint removal and recoating of railing within the prestressed beam spans, and sign structures where lane closures are to be kept to the strict minimum required to perform the paint removal and recoating. Fire extinguishers shall be readily available inside and outside the containment area for use in case of fire. The class and number of extinguishers and their anticipated locations shall be submitted as part of the Work Method. C. Emergency Demobilization Containment Plan The Contractor shall submit an Emergency Demobilization Containment Plan to the Engineer for review. The Emergency Demobilization Containment Plan shall demonstrate the Contractor s ability to remove containment in the event of an extreme weather event or other emergency. Six (6) complete copies of the Schedule, Work Plan and Emergency Demobilization Containment Plan shall be submitted for review. D. Engineer Review of Submittals The Engineer s acceptance of Contractor submittals does not imply approval of any particular method or sequence for conducting the Work, or for addressing health and safety issues in the performance of the Work. Acceptance of the programs by the Engineer does not relieve the Contractor from the responsibility to conduct the Work in strict accordance with the requirements of this Section, applicable laws, codes, rules and regulations, or to adequately protect the health and safety of all workers involved in the Project, the public, and the environment. The Contractor remains solely responsible for the adequacy and completeness of the programs and work practices, and adherence to them

169 E. Qualifications, Experience, and Certifications Provide written qualification, experience, and certification information for the following: Laboratory Qualifications, Experience, and Certifications Provide the name, address, telephone number, and contact person of the laboratory that will be used for the blood analysis. Confirm that the laboratory conducting the worker blood analysis is approved by OSHA. Provide the name, address, telephone number, and contact person of the laboratory(s) that will be used for the analysis of worker exposure, regulated area, TCLP, and wastewater samples. Provide evidence that the analytical laboratory proposed for worker exposure, regulated area, TCLP testing, and waste water sample analysis is American Industrial Hygiene Association (AIHA) accredited for metals analysis, and has successfully participated (previous 12 months at a minimum) in the ELLAP program and under the EPA National Lead Laboratory Accreditation Program (NLLAP). Competent Person Provide the name, experience, training, and qualifications of the proposed Competent Person(s) for the project. The listing of multiple Competent Persons is strongly encouraged. Include certificates of training for each person named. Transporter/Disposer Qualifications, Experience, and Permits a. Provide the names, addresses, qualifications, permit numbers, and contact person for the proposed transporter(s) of hazardous waste, nonhazardous waste, and wastewater. b. Provide the name, address, telephone number and contact person for each waste disposal facility proposed for use in the Contract, including but not limited to: hazardous, non-hazardous, and wastewater. Provide evidence that each disposal facility has current registrations and permits for the operation of such facilities, or written approval from the State (and by the US EPA or other local agency, if applicable) in which it operates. c. If the Contractor proposes to discharge wastewater directly into the sewer system after filtering, provide a permit or written documentation from the authority that provides approval of such activities prior to any discharges. d. Advise each legally permitted recycling or waste disposal facility that the paint debris and waste will contain toxic metals, and identify the toxic metals that the waste will likely contain

170 e. Based on the above information, provide a letter from the proposed hazardous waste recycling or disposal facility, stating that the facility can accept this type of waste, is authorized to accept the waste under the laws of the State of residence, has the required capability to treat and dispose of the materials, and will provide or assure the ultimate disposal method indicated on the Uniform Hazardous Waste Manifest. If more than one hazardous waste recycling or disposal facility will be utilized, provide a letter from each facility. f. Provide a letter from the proposed wastewater disposal facility, indicating that the facility has the capability to handle and properly dispose of the water. Provide the Engineer with the original letters signed by a legally authorized representative of each facility. F. Lead (Toxic Metal) Health and Safety Compliance Program Submit the following information addressing worker health and safety from exposure to lead and other toxic metals: Provide a written, project-specific Compliance Program. The program should be signed and sealed by a Certified Industrial Hygienist (CIH). Identify the methods of compliance that will be used to reduce worker exposures to toxic metals. As part of the compliance plan, provide a site plot plan identifying all staging areas, location of hand wash and decontamination facilities, eating areas, regulated areas, and material and waste storage areas. Include the name of the Competent Person(s) who will be making inspections of project activities to ensure compliance with the program. Include the name of the CIH and documentation of his/her qualifications and experience, including documentation of his/her current board certification by the American Board of Industrial Hygienists. Outside Laundry Provide the name, address, and qualifications of the launderer, if one will be used, for the cleaning of reusable clothing. Provide a letter from the laundry indicating that it is permitted to handle clothing contaminated with lead and/or the other toxic metals of concern. Personal Protective Equipment for Engineer Use Acknowledge that all protective clothing and equipment, laundering or disposal, fit testing as needed, and hygiene facilities will be provided for up to two Engineers per shift, if requested

171 Identify the types of respiratory protection and protective clothing that will be used, if the use of respiratory protection and protective clothing is required (based upon the results of the exposure assessment). Identify the respiratory protection and protective clothing to be provided for each job classification, and the schedule of cleaning and replacement. Regulated Area Air Monitoring Identify the air monitoring procedures that will be used to establish the regulated areas, and include the methods that will be used for monitoring and designating the regulated areas. Confirm that regulated area air monitoring will be performed initially during lead disturbing operations. G. Environmental Compliance Plan Submit an Environmental Compliance Plan that establishes programs for the monitoring activities that will be undertaken under the Contract: Assessments of Visible Emissions and Releases A written program for the observation of visible emissions during the performance of the Work, and inspections for releases or spills of dust and debris that become deposited on surrounding equipment, property, and soil. Include the frequency and methods of observation and inspection that will be made, areas or work activities that will be observed, and the frequency and nature of clean-up that will be undertaken. Include the name(s) of the personnel who will be conducting the observations and inspections. Include a copy of the form that will be utilized to document observations. Air Monitoring Plan Compliance with air monitoring as described in Section above. Ground (Soil) Evaluations A written program for the visual inspection of the ground and soil prior to commencement of the Work and upon completion to assure that the ground has not been impacted by the Work. Compliance with Monitoring Include a statement that the Contractor will comply with all monitoring results and will take corrective action and undertake all clean-up and remediation at no additional cost to the Authority in the event that sampling and analysis show that contamination has occurred. Final Cleaning/Clearance Evaluations A written description of the procedures and methods that will be used to conduct final clean up and final visual cleanliness inspections and evaluations

172 H. Waste Management Plan Provide a written program that addresses the proper handling and disposal of all waste. Include the procedures and equipment that will be used for: The collection of abrasive, paint, waste water, and other debris, and its transportation to the storage area identified by the Engineer; The collection of representative samples of the waste for testing; The testing and analysis procedures that will be used and means used to classify solvent and paint wastes; The site handling, storage, packaging, and labeling of the waste; Contingency plans in the event of a release or spill, including required notifications, and methods that will be used for cleanup. I. Construction Phase Submittals Pre-Start Up Documentation Prior to commencing any activities that disturb the coatings, verify that the following items are on site and available for review by the Engineer: a) Documentation of initial biological monitoring for all personnel who may be exposed to lead. b) Documentation of training for lead and other toxic metals in accordance with 29 CFR or applicable regulation. c) Documentation of respirator fit testing for personnel using respiratory protection. d) Documentation of medical clearance for respirator use for personnel using respiratory protection. e) Copy of the accepted lead health and safety program, environmental protection plan, and waste management plan. f) Copy of the accepted containment plan. g) Operational hand wash and decontamination facility. Medical Surveillance Summary Provide the Engineer with a summary of employee medical surveillance results that are indicative of worker exposures to (or that demonstrate proper protection

173 from) toxic metals. In the case of lead, summarize the blood lead and ZPP results. Provide copies on site for review by the Engineer within 10 days of testing. Perform ongoing medical surveillance in accordance with the requirements of 29 CFR or the applicable OSHA regulations for any other toxic metals. Air Monitoring Results Report all worker exposure and regulated area air monitoring results to the Engineer within 10 days of sampling. Perform periodic worker exposure monitoring in accordance with the requirements of the OSHA Lead in Construction Standard, or the applicable OSHA regulation for any other toxic metals. Visible Emissions and Releases a) Maintain and make available for Engineer review a log for the documentation of daily inspections and the documentation of unusual incidents or releases. b) Provide the Engineer with an immediate verbal report each time that Work has been halted due to unacceptable visible emissions or releases. Waste Management a) Maintain and make available for Engineer review, a log of hazardous waste storage. b) Provide a complete analytical package of TCLP test results of waste samples no later than 14 calendar days after sample collection and no later than 30 days after project start up. Include the following documentation, at a minimum: Identity of the waste stream(s) analyzed. The number of samples collected and tested. Dates of sampling and testing. Laboratory test procedures utilized. The names and signatures of the individuals collecting the waste samples and conducting the laboratory tests. An interpretation of the test results. Applicable signed chain of custody forms. c) Waste Manifests: Submit to the Engineer one copy of:

174 Executed and signed waste manifests for each load of waste material transported from each construction site. Provide the manifest within 1 day of the shipment. Executed hazardous waste manifest form signed by a responsible party of the disposal facility. Provide the form within one day of receipt. If the copy is not received within 35 days of the date of shipment, contact the transporter and disposal facility. If the waste cannot be located, immediately contact the Engineer, and assist as directed in efforts to locate the shipment, and in the completion of EPA Exception Reports (if the signed manifest is not received within 45 days of the date of shipment). Certificate of final disposal for each manifest or certificate of recycling for recycled material. Provide the certification within one day of receipt. d) Bills of Lading Provide bills of lading for all non-hazardous waste within one week of the date of shipment. Wastewater Provide written documentation of the receipt and disposal of all wastewater within 1 week of the date of disposal. Project Clean Up a) Provide the Engineer with a final letter report documenting that a final clearance inspection has been conducted with the Engineer. Include a summary of any clean up and corrective action measures that were needed. b) Provide the letter report within one week of final demobilization MATERIALS Materials and equipment as described in Construction Methods shall be selected by the Contractor and accepted by the Engineer. No work shall commence prior to the Engineer s acceptance of the materials and equipment. Stress graded timber and lumber shall conform to the following: ASTM D245 ASTM D2915 Timber and lumber used for the construction of temporary protective shields shall be Fire-Retardant Treated. Plywood shall conform to the following:

175 ASTM D3501 ASTM D3043 ASTM D3500 Plywood used for the construction of temporary protective shields shall be Fire- Retardant Treated DELIVERY, STORAGE, AND HANDLING All required materials shall be delivered, stored and handled at the Contractor s designated area in accordance with the respective Sections. Materials shall be carefully transported and handled to prevent damage. The materials shall be protected from the environment, damage and theft. Temporary safety and debris nets shall be carefully handled and transported to prevent damage to the materials. Materials to be used shall be stored at the Contractor s designated area so as to prevent damage and theft PRODUCTS Temporary Stationary Work Platforms and Temporary Safety and Debris Nets: Temporary stationary work platforms shall be of flame retardant materials, designed and constructed by the Contractor to carry a design working load of 75 pounds per square foot combined with a single concentrated load of 1,000 pounds so placed as to produce maximum stress within various components of the temporary stationary work platforms. All temporary stationary work platforms and accompanying ladder stands shall be capable of supporting at least four times the design working load. Comply with the applicable requirements of OSHA regulations 29 CFR Part Temporary safety and debris nets shall meet accepted performance standards for 125,000 foot-pounds, minimum impact resistance as determined and certified by the manufacturer, and shall bear a label of proof test. The debris nets (liners) shall have mesh size openings no greater than ¼ inch. Connections between net panels and support structure shall develop the full strength of the nets. Comply with the requirements of OSHA regulations 29CFR ; 29 CFR ; and 29CFR EQUIPMENT The choice of lifting equipment shall be at the Contractor s option, subject to the following: Each jack shall have the rated capacity clearly shown on the manufacturer s name plate attached to each jack

176 Jacks or other lifting equipment shall have a rated capacity of at least one and a half times the calculated lifting force. Jack or other lifting equipment shall be equipped with pressure gauges or other load measuring devices that will enable the applied lifting force to be monitored at all times. If the Engineer determines, in his sole discretion, that any lifting equipment is inadequate or faulty and directs its removal from the Site, such equipment shall be immediately removed and replaced at no additional cost to the Authority. Temporary Mobile and Elevating Work Platforms, and Maintenance Lifts: Temporary mobile and elevating work platforms and maintenance lifts shall meet the requirements of OSHA approved for use at the Facility. Manufacturers specification data sheets shall be submitted to the Engineer pertaining to the temporary mobile and elevating work platforms and maintenance lifts to be used for Contractor s field operations. The sides of the guardrails of the temporary mobile and elevating work platforms and maintenance lifts shall be covered using debris nets, approved by the Engineer CONSTRUCTION METHODS GENERAL The Contractor shall be responsible for providing adequate protection for pedestrian, vehicular, marine, and other traffic upon and underneath structures in accordance with both Section of the RIDOT Standard Specifications and any additional provisions of this Section. Provisions for protection shall provide for a barrier that protects vehicles, vessels, or pedestrians from direct or indirect exposure to the blasting operations and prevents abrasive materials or debris from falling onto traveled portions of the roadway, into waterways, or any other place where a traffic or marine hazard may be created. Whenever the intended purpose of the protection devices is not being accomplished, work shall be suspended until corrections are made. Any and all portions of the structure and its appurtenances that could be damaged by the blast cleaning operations shall be protected by covering or shielding CONTAINMENT Total containment of all debris or spent materials is required during the blast cleaning operations or subsequent air blowing or vacuuming of the work area. Containment, Collection, Storage, and Disposal of debris and spent materials shall be performed in accordance with the Special Provisions contained in the Contract

177 Documents. Additionally, all containment, collection, storage, and disposal of debris and spent materials resulting from the cleaning operations shall comply with the latest rules, regulations, requirements, standards and/or procedures of the following agencies that shall include, but not necessarily be limited to, the following: 1. The Environmental Protection Agency, 40 CFR part 745 Subpart L Lead Based Paint Activities. 2. Rhode Island Department of Environmental Management; Division of Air and Hazardous Materials: (a) (b) (c) (d) Air Pollution Control Regulation No. 5, Fugitive Dust. Air Pollution Control Regulation No. 24, Removal of Lead Based Paint From Exterior surfaces. Rules and Regulations for Hazardous Waste Management. Rule and Regulations for Solid Waste Landfills REFERENCE ORGANIZATIONS AND STANDARDS FOR CONTAINMENT DESIGN American Association of State Highway and Transportation Officials (AASHTO) Guide Design Specifications for Bridge Temporary Works Construction Handbook for Bridge Temporary Works American Concrete Institute (ACI) Building Code Requirements for Structural Concrete (ACI 318) Guide to Formwork for Concrete (ACI 347) American Institute of Steel Construction AISC Steel Construction Manual Occupational Safety and Health Administration (OSHA) Subpart M - Fall Protection American Society for Testing and Materials (ASTM) American Society of Civil Engineers SEI/ASCE 7- Minimum Design Loads for Buildings and Structures Handbook of Temporary Structures in Construction, 2nd Edition: Engineering Standards, Designs, Practices and Procedures National Institute for Standards and Technology (NIST) The most recent version of all applicable laws, codes, rules, regulations, guides and

178 standards forms a part of this Section, and the Contractor shall comply therewith CONTAINMENT DESIGN REQUIREMENTS A. General: The Contractor s attention is directed to the fact that all areas under the bridge are designated as a "No Drop Zone". The Contractor will therefore be required, in addition to complying with the Federal, U.S. Coast Guard, State, and Local Laws and Regulations and the requirements contained in the Contract Documents pertaining to the safety and health of individuals and the protection of property and the environment, to provide, maintain and remove tarpaulins or other protective devices and enclosures and take all other means necessary to prevent any debris, structural steel, bolts, paint, tools, etc. from falling into Narragansett Bay below. When temporary construction details are not indicated in the Contract Documents, prepare and submit to the Engineer for review, design calculations and working drawings of proposed temporary support and details. The design shall conform to the latest referenced requirements and shall include all pertinent information. The working drawings and design calculations shall be signed and stamped by the Contractor s registered Professional Engineer, who shall be licensed to practice in the State of Rhode Island and Providence Plantations. The containment enclosure for steel repairs, paint removal, and recoating shall include furnishing, installing, and removing a structural framing and barrier system to be supported from deck truss, girder, stringer, floorbeam or other structural members to provide an adequate and substantial temporary shielding system to protect property, and vehicular and pedestrian traffic from dust, falling debris, concrete, steel, tools, or other materials or objects, during the time that construction work is performed and until the work is completed. The containment enclosure shall be capable of resisting wind forces that may uplift shields that may be carrying debris. Shields shall be designed for uplift forces per ASCE 7. Any materials dropped on the temporary shielding shall not be allowed to accumulate and shall be promptly removed, as directed by the Engineer. All abrasive blast cleaning and paint removal work, and all work associated with the collection of paint waste debris, and with the subsequent air blow-down or vacuuming of debris from the steel surfaces of the structure in preparation for painting including the painting operation, shall be performed inside the containment enclosure. Rigid or flexible materials may be used to construct the containment enclosure. Rigid materials shall be impermeable and may be comprised of plywood panels, corrugated panels of steel, aluminum, or another suitable material. Flexible covers will be allowed for flooring only if the floor underneath is suitable to permit debris collection by vacuuming. In all other instances, rigid materials shall be used for the

179 floor of the enclosure and on the vertical walls of the enclosure adjacent to traffic. The containment enclosure and rigid flooring shall be constructed of such materials and in such a manner so as not to become a fire hazard, especially when devices emitting flames are in use. A rigid support structure comprised of scaffolding and framing or a flexible support structure comprised of a cabling system may be used as a framework for the enclosure. Containment materials shall be secured to the support structure. Temporary Construction work shall be constructed, erected and removed in conformance with the Work Plan. Unless otherwise permitted, all Temporary Construction Work shall be maintained and eventually removed from the job site, and shall remain the property of the Contractor upon completion of its use. The areas involved shall be restored to their original or planned conditions, and cleaned of all debris. B. Sealing, Ventilation System, Dust Collection, and Lighting All mating surfaces between the bridge structure and the containment enclosure, and all joints and seams formed in the fabrication of the enclosure shall be sealed. Joints and seams may be sealed by taping or caulking, or by overlapping materials, providing the other provisions of this Specification are adhered to. Flexible materials shall be fully sealed with joints sealed by tape, caulk, etc. The minimum overlap shall be 24 inches, and taping or other suitable methods shall secure the overlapped materials at intervals not exceeding 24 inches. If dust and/or debris are observed escaping through joints, a more positive means of sealing shall be provided. Dust collection equipment shall provide a filtration efficiency of 99.97% at 0.5 microns or greater in size. The size of the exhaust fan system supplied shall be designed to produce an average minimum cross draft air velocity or an average minimum downdraft air velocity inside the containment enclosure. For enclosures designed with horizontal airflow, the exhaust fan shall have the capacity to produce an average minimum cross draft velocity of 100 feet per minute, based on theoretical calculations. If visibility or worker exposures to lead and toxic metals are not adequately controlled, modify the cross draft velocity. For enclosures designed with vertical airflow, the exhaust fan shall have the capacity to produce an average minimum downdraft velocity of 50 feet per minute, based on theoretical calculations. If visibility or worker exposures to lead and toxic metals are not adequately controlled, modify the down draft velocity. Light intensity inside the containment enclosure shall be maintained in accordance with the requirements of SSPC-Guide 12, Guide for Illumination of Industrial Painting Projects, which establishes a minimum of 10 foot candles for the general work area, a minimum of 20 foot candles for surface preparation and coating application, and a minimum of 50 foot candles for inspection, measured at the work surface. Auxiliary lighting shall be provided as necessary. The contractor shall supply the Engineer with one (1) portable light meter, with a scale of 0 to 50+ foot-candles. The meter will be returned to the Contractor at the completion of work. Proper operation of the ventilation system

180 shall be maintained after each assembly of the containment and during all phases of work. The Contractor shall visually demonstrate inward airflow movement into the enclosure at air entry points with smoke tubes at any time when requested by the Engineer. Throughout the duration of work, visible emissions are limited to 1% of the workday in accordance with the guidelines for Level 1 emissions in SSPC Guide 6. If visible emissions in excess of 1% of the workday are observed, the Contractor shall immediately stop work and perform necessary repairs to the containment enclosure or modifications to blast cleaning operations. In addition, emission tests as specified in this Section shall be conducted as directed by the Engineer. Extreme care shall be taken to prevent emissions of waste materials when abrasive blast cleaning and paint removal work is being performed near joints that are formed between the enclosure and the bridge structure, and near seams in the enclosure materials. The Contractor shall make every attempt to limit workers from entering or exiting the containment enclosure when blast cleaning and paint removal operations are being performed All waste material that results from abrasive blasting and paint removal operations shall be cleaned up and collected from the floor, walls, and other surfaces inside of the containment enclosure by vacuuming. Vacuuming equipment shall be supplied with HEPA (high efficient particulate air) filtration on the exhaust air. Sweeping, shoveling, or other mechanical means to remove the waste materials shall not be allowed, with the exception of the compressed air blow down method as long as it is done with the ventilation system in operation. Clean up operations shall be performed daily, before new paint is applied, or before a prolonged work stoppage, such as for weather interruptions. Prior to disassembly, or moving of the containment enclosure, the inside surfaces of the enclosure such as walls, floors, ceiling, and other surfaces shall be cleaned of dust and other spent material by vacuuming. The Contractor shall take all measures necessary to prevent the release of waste material during moving or removal of the containment. All air exhausted from the containment enclosure shall pass through the dust collection system. The Engineer may direct the Contractor to stop all work activities and require the contractor to immediately clean up all waste materials within the enclosure when in the Engineer's opinion, excessive amount has accumulated on the floor or threatening weather conditions exist. This measure may be exercised when an apparent threat exists that could cause the release of waste material to the surrounding environment, such as high winds or heavy rain. If the wind velocity causes the containment enclosure to billow excessively, or to emit dust, or to otherwise be a hazard in the opinion of the Engineer, the Contractor shall immediately cease work and clean up all the debris. When severe weather conditions are anticipated, the Contractor shall thoroughly clean and disassemble the containment enclosure. The Contractor shall indicate in the Emergency

181 Demobilization Containment Plan the containment disassembling procedures under sustained winds. No waste shall be discharged into Narragansett Bay. For any accidental discharge into the bay, the Contractor shall use floating water booms (straw or screens) to contain and stop waste from moving upstream or downstream of the bridge. Such collection shall be done whenever requested by the Engineer, and the Contractor shall demonstrate to the Engineer that he has sufficient water booms available onsite or can otherwise provide complete emergency response in the event of an accidental discharge into Narragansett Bay. Any accidental discharge shall be immediately reported to the EPA and all steps must be followed as required by the respective agencies. All remedial methods employed in conformance with the Laws and regulation governing a spill shall be fully complied with at no additional cost to the Authority. Any waste material that is released outside the containment enclosure shall be immediately cleaned up using HEPA vacuums. Care shall be taken on pavement surfaces to remove all waste material so as to prevent it from being redistributed into the air and environment by traffic. All used filters from dust collectors and vacuums, and straw and screening from dam devices, shall be disposed of in accordance with all applicable Local, State, and Federal Laws, regulations and codes. The cost for disposing of these materials shall be included in the lump sum price bid for this item. All affected equipment, enclosures, and other materials including personnel clothing, and individual tools contaminated due to the work conditions shall be thoroughly cleaned and made free of all hazardous substances. The Engineer shall conduct site surveys on a periodic basis during the length of the project including a final site cleaning check to ensure conformance with the requirements herein. The Contractor shall be responsible to take corrective action at no additional cost to the Authority. C. Loading Requirements for the Containment System The Contractor shall design containment enclosures for loading criteria consistent with the Contractor s Work Plan but not less than those prescribed in this Section. The analysis shall account for all loads on the structure, including the enclosure dead load, live load including but not limited to workers, engineers and Authority representatives, blast abrasive load, equipment load, wind load, structure dead load, and live load plus impact. The highway live load used for analysis purposes shall be either an HS20 truck or equivalent lane loading; whichever is greater. For hung platform containment, the Contractor shall furnish and install load cells, strain gages or dynamometer on the vertical hangers supporting the suspended platform assemblies and shall monitor loading on the members to ensure that the total construction load does not exceed the specified load limits. The Contractor s engineer shall provide a plan to the Engineer for his review, showing the placement

182 of the gages using the following as a guide: add load cells or strain gages to 10% of the total number of hangers. In cases of specialized construction of the platforms and where deemed necessary by the Engineer, additional load cells or strain gages shall be installed. These requirements apply only to hung platforms. For catenary platform containment, the Contractor shall install load cells, strain gages (or other approved equal device(s)) on all critical horizontal catenary cables to monitor loading to ensure that the total construction load does not exceed the specified load limits. The Contractor s engineer shall provide a plan to the Engineer for his review, showing the placement of the gages using the following as a guide: add load cells or strain gages to 10% of the total number of catenary cables. Install deflectometers or other equal device(s) for monitoring deflections of the catenary platform due to dynamic loading and ultimate loading in accordance with the Contractor s engineer, and as directed by the Engineer. Platforms and their components shall also be designed to support an ultimate load of at least four (4) times the maximum load without failure and all wire cables shall be designed for ultimate loading in accordance with OSHA. Design shall also include wind gusts from trucks passing adjacent to the containment structure. Platform deflections due to any load combination shall be limited to ensure that vertical clearances are not less than required. All platforms shall be designed as a redundant system with multiple load paths, so that failure of any member does not result in stresses higher than yield stresses in any other component. Existing structural components of the bridge steel framing which are used by the Contractor to support any temporary structures shall be restricted to deck trusses, girders, floorbeams, stringers, bracing and piers. No temporary structures are permitted to be supported by the bridge railing. It is the Contractor s responsibility to verify the adequacy of the existing structure (or component) to support the proposed additional load. It is also the Contractor s responsibility to design, furnish and install temporary supports or bracing as required to reinforce the existing structure (or structural components) for imposed construction loads which produce a total bending and shear stress higher than the allowable stress. In lieu of an analysis combining all loadings to determine the total bending and shear stresses on the existing steel, the Contractor may use the following load criteria: the additional stresses due to the construction load on the existing structural component shall be limited to 3000 psi. However, the local web and flange buckling stresses on the existing structure due to the maximum loading shall not exceed the allowable stress as determined per the Allowable Stress Design method. Should the stress exceed the 3000 psi threshold, the Contractor shall perform a refined analysis including all existing loads in addition to the construction loads. Existing members shall also be analyzed for the local forces due to catenary cables and, if required, existing members shall be strengthened or a transfer mechanism shall be designed to reduce or eliminate loading on existing members. The calculation shall include verification of stresses on the existing structure due to all construction loads including jacking and load transfer forces. Under no circumstances shall temporary

183 construction create any additional stresses that can damage or change even temporarily the geometry and alignment of the existing bridge elements. Welded connections to the existing structure are not permitted. Bolted connections to the existing structure shall be minimized and shown on the work method plans. Bolt holes shall be filled with galvanized high strength bolts and touch-up painted at the completion of the work. Any connections to existing concrete bridge elements shall be approved by the Engineer with any anchors used for temporary supports removed and grouted with non-shrink grout at the completion of work. West Approach Containment The wall panels or other components of the containment enclosures adjacent to traffic shall be designed to withstand a wind speed of 80 MPH. The wall panels or other components of the containment enclosures, everywhere else shall be designed to withstand a wind speed of 65 MPH, but shall be manually dismantled when sustained wind or gusts in excess of 50 MPH are anticipated. Provisions for the Contractor to remove (or lower) containment within 6 hours of notification of inclement weather shall be included in the Emergency Demobilization Plan. The Contractor shall track weather and call for a meeting with the Engineer to discuss possible action whenever a sustained wind speed of 35 MPH or greater is forecast. The Contractor shall propose a plan for monitoring weather or proceeding with securing the work site at these meetings. However, if the Engineer determines, at his sole discretion, that the work site should be secured and tarpaulins dismantled he shall so direct the Contractor. No separate payment will be made for monitoring weather, securing of the work site and repairs to any damage to the work site due to storms. The Contractor shall perform a full safety inspection of the work site after any high wind episodes and shall submit a report of the findings including a safety sign off to the Engineer prior to the resumption of work. All tarpaulins shall be connected to the supporting structure in such a manner that they will break away from the structure at a gust wind speed of 60 MPH or at another gust wind speed chosen by the Contractor and approved by the Engineer. This can be accomplished by means of special tearaway connections or any other means subject to review by the Engineer. Based on the above design criteria (wind speed), the following maximum length of structure may be enclosed in containment structures at any time: Deck Truss Spans: a maximum of four panels (approximately 104 linear feet) in any span. As an additional limitation, at Piers 4W and 5W, a maximum of four panels straddling either side of the pier may be enclosed at any one time. Girder Spans: There is no limitation on containment in the girder spans. Stringer Spans: There is no limitation on containment of the stringer spans. Sign Structures: There is no limitation on containment at the sign structures. The Contractor, in conjunction with his engineer licensed in the State of Rhode

184 Island and Providence Plantations, shall schedule and stage the extent of containment, such that the above constraints are met. The containment s supporting elements in the fully installed condition, as well as the lowered or removed condition, shall be designed in accordance with ASCE 7. All elements exposed after removal or lowering of the containment, such as shielding and work platforms shall be properly secured and shall be designed for the full gust wind loading of 110 MPH in accordance with ASCE 7. Where required, temporarily reinforce existing structural steel. No reduction of loading will be allowed for loading combinations. Under no circumstances shall local bending of truss elements and out-of-plane bending of plate elements be allowed. All wind loads from the enclosure shall be transferred to major bridge members. Ladders and Stairs for access to and from temporary protective shielding and their supports shall be capable of supporting at least four times the design working load. Comply with the applicable requirements of OSHA regulations 29 CFR Part All platforms, protective shields and ladders shall be equipped with guardrails in accordance with OSHA regulations. D. Maintenance and Removal/Disposal of Containment System Maintenance of Temporary Construction Work shall include replacement in case of partial or complete failure, at no additional cost to the Authority. In the event of the Contractor s delay or inadequate progress in making repairs or replacement, the Authority may opt to perform such repairs or replacements necessary to restore the Temporary Construction Work to an optimal condition. The Authority can do this either by its own forces or by utilizing the services of other contractors. All costs fronted by the Authority in performing such repairs or replacements shall be deducted from any payments due or to become due to the Contractor under this Contract or any other agreement between the Contractor and the Authority. If such costs exceed the amount due to the Contractor, the Contractor shall immediately pay such excess to the Authority upon demand. If the Engineer, in his sole discretion, determines that the protective devices (solid shields, safety nets, and the like) are not providing the required level of protection, or that the protective devices have not been properly maintained, all Work at the affected location(s) shall cease, until corrective measures acceptable to the Engineer are completed. Temporary works, including but not limited to structural steel support beams, including connections and fasteners, when no longer required, as determined by the Engineer, in coordination with Contractor s approved schedule of operations, shall be removed and disposed of in accordance with all applicable laws, codes, rules, and regulations. Reuse of temporary structural steel support beams and connection angles shall require prior written authorization by the Engineer. High strength bolts,

185 nuts and washers shall not be permitted to be reused after bolts are fully tensioned. The contractor is advised that the RITBA may require access to hand holes located within the safety walks on the bridge roadway. If the contractor s containment system includes barriers or other items blocking access to these handholes, the contractor may be required by the Engineer to temporarily remove an item to allow access to the handholes for electrical repairs. The Engineer will coordinate this work with the contractor and, with the exception of an emergency situation will schedule the access with advance notice sufficient to ensure that the contractor s schedule is not affected. Field Quality Control Temporary Construction Work shall be inspected at various intervals during the Work in order to maintain continuous structural integrity, maintain proper lines, elevations, and safety levels. During the course of the Work, it may be necessary to disconnect, support, or adjust steel, which is to remain in the structure. For these situations, submit the procedures for disconnecting, supporting, or adjusting the steel, as necessary, as part of the Work plan to the Engineer for prior review. The Contractor s proposals shall be reviewed prior to the actual commencement of any disconnecting, supporting or adjusting of steel. In the event any new or existing materials are damaged during the Work, the Contractor shall repair or replace the damage, as directed by the Engineer, in a manner satisfactory to the Engineer and at no additional cost to the Authority HANDLING AND DISPOSAL OF HAZARDOUS WASTE A. General The Contractor and the Authority (RITBA) are co-generators of the hazardous waste. The Contractor is solely responsible for the aspects of waste management as defined in this Section. Work under this Section consists of accumulating, packaging, labeling, loading, transporting, treating, and disposing of hazardous paint removal waste, nonhazardous construction debris, and water used for cleaning and washing the bridge and equipment prior to removal from the Work site. For purposes of this Section, paint removal waste is defined as removed paint particles combined with the material used to remove the paint. All paint removal waste is hazardous, even if sampling and analysis indicate that hazardous

186 thresholds are not exceeded. Note that the existing coatings may contain toxic metals in addition to lead. Recover all waste products generated during cleaning and painting work, including but not limited to rags, tape, disposable coveralls, filters, sediment, paint debris, and paint cans. Have a competent person inspect the waste handling and storage on a daily basis for compliance with this Section and the approved Waste Management Plan and prepare a daily report or daily log of observations made. Maintain the information at the project site and make it available to the Engineer or environmental consultant for review at any time. B. Items Provided by the Contractor Waste sampling, testing, and classification. Waste packaging, handling, and secure storage. Labeling of containers. Procuring all necessary waste permits and licenses. Arranging for the transportation and disposal of hazardous waste. Arranging for the transportation and disposal of non-hazardous waste. C. Waste Sampling All paint removal waste streams are declared hazardous, but collect a minimum of four representative samples of each paint removal waste stream to identify the specific composition. Collect a minimum of 1/2 pound of waste per sample, or approximately 8 oz per sample in the case of wastewater. Collect the wastewater sample only after the water has been filtered as specified later in this Section. Collect the samples under the observation of the environmental consultant. Collect the samples in accordance with EPA solid waste test methods SW- 846, "Test Methods for Evaluating Solid Waste - Physical/Chemical Methods." Use a random sampling technique to collect representative samples. Complete the initial sampling of each waste stream immediately upon filling the first container, but do not allow waste to accumulate for longer than 30 days before sampling. After the representative samples are collected, send them immediately to the laboratory for analysis

187 Unless otherwise directed by the Engineer, or required by State regulations or the waste recycling or disposal facility, once each waste stream is sampled, tested, and classified, additional sampling and analysis are not required for subsequent shipments unless the waste stream changes. D. Waste Testing Only use laboratories which have been accepted by the Engineer. Direct the laboratory to test the solid waste in accordance with 40 CFR 261, Method 1311 Toxicity Characteristic Leaching Procedure (TCLP). Analyze one sample from each waste stream by TCLP for all eight (8) metals, and other hazardous characteristics (e.g., corrosivity, reactivity, and ignitability) as required by the regulations. Conduct any additional tests required by the disposal facility. When chemical strippers are used, test all liquids and sludge. Include ph to determine corrosivity. Retain the other samples for possible further analysis. After filtration, test the wastewater for lead and any other analytical parameters required for disposal characterization by the POTW or disposal facility. E. Waste Classification Hazardous Waste Classification All paint removal waste streams are classified as hazardous. Other waste streams are classified as hazardous if results from TCLP analysis indicate any one of the following eight metals in concentrations at or above limits established in.40 CFR 261: Arsenic - Barium - Cadmium - Chromium - Lead - Mercury - Selenium - Silver mg/l mg/l 1.0 mg/l 5.0 mg/l 5.0 mg/l 0.2 mg/l 1.0 mg/l 5.0 mg/l The above list includes only those elements typically associated with paints. Take into account and test for other substances that may be present which can cause debris to be classified as hazardous waste as defined in 40 CFR 261 (e.g., ph 12.0 or resulting in corrosivity, or the characteristics of reactivity or ignitability)

188 The Authority requires that paint removal waste, including waste that is generated through the use of steel abrasives, be handled, transported, and disposed of as hazardous waste, regardless of the TCLP test results. Typical paint removal waste contains less than 2% by weight of organic material. The Contractor is specifically forewarned that disposal facilities perform spot tests and may refuse to accept wastes in excess of 2% organic content. Waste contaminated in this manner (e.g., with solvent waste) will be the Contractor's responsibility. All penalties and costs associated with the refusal of a disposal facility to accept waste not meeting its requirements will be borne by the Contractor. Non-Hazardous Waste Classification A waste stream is classified as non-hazardous if the TCLP analysis indicates that the waste stream contains toxic metals or hazardous substances below the thresholds identified above which would classify it as hazardous, and it does not exhibit other characteristics of hazardous wastes. The paint removal waste is hazardous regardless of the test results. Laboratory Report Have the laboratory send the original test report directly to the Engineer no later than five (5) calendar days after the representative samples are submitted for testing, with a copy being sent by facsimile to the Engineer on the same day that the original report is sent. Include the following minimum information in each report: Identity of the waste stream(s) analyzed, the number of samples collected and tested, dates of sampling and testing, laboratory test procedures utilized, the names and signatures of the individuals collecting the samples and conducting the laboratory tests, an interpretation of the test results, and chain-of-custody forms. F. Waste Handling, Site Transportation and Spill Containment Comply with 40 CFR 262, State and City regulations for the on-site handling, packaging, and storage of all waste generated by the project. Sequence the waste collection operations and identify storage locations in order to minimize the amount of container movement required throughout the course of the project. The Engineer must accept all waste storage locations. If temporary storage of waste on barges is utilized, provide protection and security to the barge and storage area on the barge

189 Provide secure waste storage areas (e.g., within a locked fenced-in area) to prevent access by the public or vandals, and placard the storage area in accordance with applicable regulations. Store the waste on a level surface. Do not place hazardous waste on the unprotected ground (e.g., cover the ground with impermeable tarpaulins) and provide protection from the elements (e.g., rain and snow) and adequate shielding to prevent dispersion of the waste by wind or rain. Use pallets to store drums in areas prone to flooding from rain. Store drums containing liquid wastes (e.g., wastewater and spent solvents) on drip pads. Clean the drip pads on a periodic basis. Store non-hazardous waste separately from hazardous waste. Do not co-mix hazardous waste with non-hazardous waste. Do not mix different types of hazardous waste together unless specifically accepted by the Engineer and the disposal facility. Arrange containers in the storage area for easy accessibility. At the end of each working day at a minimum, collect and store the waste in drums or containers such that no waste is left exposed overnight. Cover all containers immediately upon filling and confirm that all lids are closed except when filling. Verify that all labels remain intact. Maintain all containers in good operating condition with all lids and closing mechanisms intact and operational to prevent the escape of debris by wind, spilling of the contents, or access by unauthorized personnel. Provide adequate shielding and protection of the surrounding area when transferring and/or conveying hazardous waste from one container to another to prevent dispersion or spills. Immediately clean up spilled debris and return it to the storage containers. Use methods such as HEPA vacuuming that will prevent airborne dispersion of the material. Do not fill any container or roll-off in excess of the capacity marked on the container. Have the competent person, on a weekly basis, inspect the drums or containers for corrosion, applicable and legible labels, proper covers, ground protection, and leaks, and record the results of all the inspections in a log book. Conduct additional inspections before containers are moved. Verify that all waste is transported to the appropriate recycling or disposal facility within forty-five (45) calendar days after waste is generated, or two weeks following demobilization of the site, whichever occurs first. Failure to comply with

190 the aforementioned deadlines may result in the actions described under Basis of Payment. Improper waste storage is cause for immediate suspension of the Work by the Engineer until appropriate corrective action is completed. Train all personnel in the proper handling of hazardous waste at the Work site in accordance with 40 CFR Include procedures in the Waste Handling Plan that shall be followed in the event of a release or spill when handling the waste, including containment of the spill, notification of the Engineer, collection and containerizing of the waste, and a review of work practices and implementation of necessary changes to prevent a reoccurrence. Maintain all training records on-site. G. Labeling of Containers Immediately label all containers of hazardous waste in accordance with 40 CFR 262, and 49 CFR Complete missing information upon receipt of the testing results. Include the following minimum information: a) Hazardous Waste. Federal law prohibits improper disposal. If found, contact the nearest police, or public safety authority, or the U.S. Environmental Protection Agency. b) Proper DOT Shipping Name (e.g., RQ Hazardous Waste Solid, N.O.S. 9, NA 3077, PG 111) c) Manifest Document No (when manifest is prepared; prior to shipping) d) Generator Name, Address, EPA ID Number, and Contract Number. e) Date of Accumulation (accumulation date commences when hazardous waste is first placed into the container) f) EPA Waste No (e.g., Arsenic - D0004, Cadmium - D0006, Chromium - D0007, Lead - D008) Enter the above information using permanent marking material, printed in English, and displayed on a background of contrasting color unobscured by other labels or attachments. Locate labeling away from other markings that could substantially reduce its effectiveness. Complete the labeling, marking, and placarding activities under the observation of the environmental consultant prior to storing or transporting any container or roll-off

191 H. Waste Transportation and Disposal Hazardous Waste Procure all necessary waste permits or licenses that are required by State or City regulations. Prepare the Uniform Hazardous Waste Manifest for each shipment, including the LDR (Land Disposal Restriction) certification, which will be attached to the manifest. The Engineer will sign the Generator's Certification on the manifest and maintain copies of the original manifest and signed copies upon completion of disposal. Arrange for the transportation of all hazardous waste by a licensed transporter in accordance with 40 CFR 263, 49 CFR , and State regulations. Verify that all waste is completely covered during transport. Unless specifically approved by the Engineer in writing, the hazardous waste transporter is not permitted to stop en-route after the pick up of hazardous materials from the construction site. Arrange for the recycling or disposal of all hazardous waste in accordance with 40 CFR 264, 40 CFR 268, and state regulations. Verify that only licensed recycling or Treatment, Storage, and Disposal (TSD) facilities are used. Should any problems arise that would preclude the selected facility from accepting the waste, immediately notify the Engineer in writing of such situation. Identify and provide information on an alternate TSD that is properly licensed and acceptable to the Engineer, and arrange for disposal at such facility after having obtained written approval from the Engineer. Provide a certification for each manifested shipment that the waste was accepted by the recycling or disposal facility, and properly treated and disposed. Comply with all of the manifesting, certification, and reporting requirements for hazardous waste in accordance with 40 CFR 262, 40 CFR 268 and State regulations, including certificates of final disposal for each shipment. If the signed manifest is not received from the disposal facility within forty-five (45) days of shipment, as directed by the Engineer, initiate the EPA Exception Report in accordance with 40 CFR , and take all steps necessary to locate the manifest and waste. Non-Hazardous Municipal/Construction Waste Procure all necessary waste permits or licenses that are required by State regulations. Properly transport, and dispose of all non-hazardous municipal/construction waste. Verify that waste is completely covered during transport

192 If toxic metals or hazardous substances were detected during the laboratory testing, notify the disposal facility that such metals or materials are present in the waste. Special Waste Requirements for Recycled Steel Grit When recycled steel abrasives are used, collect, handle, store, and transport the waste in the same manner as if it tested hazardous. Prepare the hazardous waste manifest for each shipment and provide to the Engineer for review and signature. Notify the waste recycling or TSD facility that the waste contains high levels of lead. If the waste is shipped to a TSD facility, notify the facility that further stabilization is required prior to disposal. In the case of lead, use stabilization methods that would have been used in the event the waste tested hazardous. Stabilize to less than 0.75 ppm leachable lead. Waste Water Handling and Disposal Provide containers for the collection and retention of all waste water, including but not limited to the water used for bridge cleaning, hygiene purposes, laundering of clothing if done on site, and cleanup activities. Note that payment for the hygiene and laundering water is included under decontamination facilities for worker protection. Filter visible paint chips and particulate from the water prior to placing it into the containers. Prior to disposal, test the water for total toxic metals and provide ample filtration (e.g., through a multi-stage filtration system ending in 5 microns or better if needed) until the water is not classified as hazardous. Conduct the necessary laboratory testing as described above. Make disposal arrangements with the local publicly owned treatment works (POTW), Sanitation Company, or other appropriate permitted facility. Provide the Engineer with documentation signed by an official of the facility stating that the facility will accept the waste, and that the levels of any lead or other metals remaining in the water are acceptable. If the facility allows the filtered water to be placed into the sanitary sewer system, include such authorization in the letter PERSONNEL PROTECTION Painting and Cleaning Operations During painting and cleaning operations, the Contractor must assure that the workers engaged in the removal of lead based paints and blast cleaning operations, including those of the Contractor, the Authority, and those retained by the Authority, are adequately trained, protected, equipped, and monitored against harmful effects of lead and blast media during all phases of the painting operations. Personnel protection and

193 all of its related activities and requirements shall be performed in accordance with the Special provisions contained in the Contract Documents. Additionally, all monitoring respiratory protection, protective clothing, housekeeping and hygiene, medical surveillance, medical protection, training, signs and recordkeeping shall comply with the latest rules, regulations, requirements, standards, and/or procedures of the following agencies which shall include, but not necessarily be limited to, the following: The Occupational Safety and Health Administration, 29 CFR Part 1926 as well as, and more specifically, part , OSHA Standard for Lead in the Construction Industry with appendices; A Substance Data Sheet for Occupational Exposure to Lead, B Employee Standard Summary, C Medical Surveillance Guidelines, and D Qualitative Fit Test Protocols. Rhode Island Department of Health, Environmental Lead Program, Rules and Regulations for Lead Poisoning Prevention as applicable. The above documents should be available as applicable through the local offices of the U.S. Department of Labor, Occupational Safety and Health Administration, given below. OSHA - Providence Area Office Federal Office Building 380 Westminster Mall, Room 543 Providence, Rhode Island (401) Fax: (401) The Contractor shall be responsible for providing the necessary testing equipment, protective clothing, and facilities as required by the above documents METHOD OF MEASUREMENT Personnel and Environmental Protection for the West Approach limits shown in the Contract Documents and as directed by the Engineer will be measured on a Lump Sum basis for containment and personnel and environmental monitoring actually performed. Personnel and environmental monitoring and other required tasks shall not be measured separately for payment but shall be considered included in the Lump Sum item for Personnel and Environmental Protection BASIS OF PAYMENT

194 The accepted quantity of Personnel and Environmental Protection, as shown and within the limits indicated on the Plans, and as described in the Contract Specifications will be paid for at the contract Lump Sum prices as listed in the Proposal. Deck Truss Spans: The accepted quantity of Personnel and Environmental Protection will be paid for at the Contract Lump Sum prices, pro-rated for the total number of linear feet of containment installed and removed within the limits of the deck truss spans, and including all personnel and environmental monitoring and other required tasks performed and accepted by the Engineer. Containment shall be defined as the area for cleaning and painting, including deck truss and floor beams, for the full transverse width of the bridge to be painted, including bridge railing and light pole supports and including the cable bands and main cable transverse strut between both the north and south main cables adjacent to, or below, the steel superstructure. Payments shall also be pro-rated as one-half for containment installed and onehalf for containment removed within the limits of the deck truss spans and including all personnel and environmental monitoring and other required tasks performed and accepted by the Engineer. If the cable bands are painted as a separate task by the Contractor, then the containment of all cable bands and cable strut on the West Approach will be considered equivalent to the linear feet of one panel of deck truss between two floorbeams. Girder Spans: The accepted quantity of Personnel and Environmental Protection will be paid for at the Contract Lump Sum prices, pro-rated for the total number of linear feet of containment installed and removed within the limits of the girder spans and including all personnel and environmental monitoring and other required tasks performed and accepted by the Engineer. Containment shall be defined as the area for cleaning and painting including girders, intermediate and end floor beams, for the full transverse width of the bridge to be painted including bridge railing and light pole supports. Payments shall also be pro-rated as one-half for containment installed and one-half for containment removed within the limits of the girder spans and including all personnel and environmental monitoring and other required tasks performed and accepted by the Engineer. Stringer Spans: The accepted quantity of Personnel and Environmental Protection will be paid for at the Contract Lump Sum prices, pro-rated for the total number of linear feet of containment installed and removed within the limits of the stringer spans and including all personnel and environmental monitoring and other required tasks performed and accepted by the Engineer. Containment shall be defined as the area for cleaning and painting for the full transverse width of the bridge to be painted including bridge railing and light pole supports. Payments shall also be pro-rated as one-half for containment installed and one-half for containment removed within the limits of the stringer spans and including all personnel and environmental monitoring and other required tasks performed and accepted by the Engineer

195 Sign Structures: The accepted quantity of Personnel and Environmental Protection will be paid for at the Contract Lump Sum prices, pro-rated for the number of sign structures actually completed and accepted and final containment installed and removed and including all personnel and environmental monitoring and other required tasks performed and accepted by the Engineer.. For all of the above, the price so-stated shall constitute full and complete compensation for all submittals, including all permits necessary to complete the work, labor, materials, access and equipment, containment, testing, tools, delivery of materials, and all incidentals required to finish the work complete and accepted by the Engineer. Liquidated damages of $5,000 per day shall be assessed to the Contractor and deducted from any money owed the Contractor for each calendar day on which substantial deficiencies in compliance with the requirements of this Specification are observed. Substantial deficiencies are defined as a situation in which both of the following are true: 1. A visible emission is observed which indicates failure to perform in conformance with the Contract Specifications. 2. Contractor has failed to take any corrective action on the deficiency previously observed and the Contractor was required to take action to remedy the situation satisfactorily. Pay Item Ref No. Payment Item Description Unit Truss Spans Personnel and Environmental Protection LS Girder Spans Personnel and Environmental Protection LS Stringer Spans Personnel and Environmental Protection LS Sign Structures Personnel and Environmental Protection LS END OF SECTION

196 SECTION 943 STEEL FABRICATION AND INSTALLATION DESCRIPTION The work of this Section covers the furnishing of all materials, labor, tools, equipment, and incidentals necessary for the steel fabrication, shop coating of steel, and steel installation of steel repairs at the locations noted on the Contract Drawings. Applicable Standards In addition to this Specification, all structural steel work shall conform to the applicable requirements of the following: Toxic Caveat RIDOT Standard Specifications Section 824 Structural Steel Construction RIDOT Standard Specifications Section 825 Painting Structural Steel with noted revisions for this Contract, and other applicable sections of the RIDOT Standard Specifications. American Society for Testing and Materials (ASTM) Steel Structures Painting Council (SSPC), Steel Structures Painting Manual, Volumes 1 and 2. AASHTO Standard Specifications for Highway Bridges AWS D1.5 Bridge Welding Code The Contractor is hereby notified that existing paint systems on the Newport/Pell Bridge may contain toxic substances such as lead or chromium, and that these substances are considered to be hazardous to personnel, the environment, and the public approximate to the project. Personnel and Environment Protection The provision for protection of personnel, the environment, and the public covers the requirements for removal and containment of paint and/or corrosion products from any steel bridge component, or otherwise specified appurtenances, during cleaning and painting operations. Requirements to assure that the public, the environment, and the Contractor s, as well as the Authority s and their representatives, personnel are adequately protected and equipped from the harmful effects of lead, blast media, dust and fumes resulting from the Contractor s operations are set forth in RIDOT Standard Specifications Section 826 with noted revisions for this Contract MATERIALS A. Structural Steel shall be ASTM A709 Grade 50 T-2 for non-fracture critical members, and ASTM A709 Grade 50 F-2 for fracture critical members, and shall conform to the requirements of Subsection M of the RIDOT Standard Specifications. Fracture critical members include: a. Girder Spans Girders and Floorbeams and any welded attachments to Girders or Floorbeams

197 b. Deck Truss Spans - Truss Members in tension or reversal (as identified by the Engineer), Floorbeams, and any welded attachments to these members. c. Stringer Spans No fracture critical members. B. Filler Plates and Shims. Filler plates shall be ASTM A709, Grade 50. Shims shall be ASTM A167. C. Splash Zone Compound. For filling section loss and pitting between faying surfaces, splash zone compound shall be Carboline Carboguard A-788 Solvent Free Patching Compound or equal. D. Bolts shall be ASTM A325 High Strength Bolts for Structural Steel Joints, Type 1, mechanically galvanized per ASTM B695 Class 50, with sizes as indicated on the Drawings and shall conform to the requirements of Subsection M of the RIDOT Standard Specifications. E. Welding shall be performed in accordance with the requirements of AWS D1.5, and weld metal shall conform to the requirements of Subsection M of the RIDOT Standard Specifications. F. Materials for Field Painting of Exposed Steel Surfaces of Existing Steel shall conform to the requirements of specification section 825 Painting Structural Steel. The color for the finish coat shall be as per specified in Section 825. G. Materials for Shop Painting of Exposed Steel Surfaces of New Steel shall conform to the requirements of specification section 825 Painting Structural Steel. The color for the finish coat shall be as per specified in Section 825. H. Material for New Drainage Troughs shall be the Fabreeka Drain Trough System - composed of multiple plies of polyester/nylon fabric laminated with elastomer, vulcanized to form a composite laminate - as manufactured Fabreeka, or approved equal I. Material for New Catch Basins and Drain Pipes installed with the new Drainage Troughs shall be fiberglass bridge drain system elements by Westfall Company, Inc., of Fenton, Missouri, or approved equal. J. Material for New Deck Truss Drop Pipe Extensions shall be Fermco Coupler or approved equal CONSTRUCTION METHODS Shop Drawings Shop or working Drawings shall be furnished in accordance with Subsection of the RIDOT Standard Specifications and Section 105 herein and as follows: Prior to beginning work and fabrication of any materials, the Contractor shall take all field measurements necessary to assure the proper fit of the finished work and shall submit shop drawings to the Engineer for review and approval in accordance with these Specifications. These drawings shall include complete fabrication details, erection plans, material designations and quantity lists for the work under this item. Shop Drawings shall be required for all new structural steel and structural steel repairs

198 Working drawings shall be submitted showing the fit and assembly of all structural steel and structural steel elements required to complete the work of this Contract. The location, type and size of all bolts shall also be shown. Design and field measured dimensions shall be shown on working drawings. Where bolts are to match with holes in existing material, the working drawings shall show field measured bolt gages and pitches. It is the Contractor s responsibility to field measure all existing dimensions and field verify existing conditions. All shop and working drawings shall be based on the Contractor s field verifications and field measurements. The extent of shop/field painting of fabricated new steel shall be indicated for each structural element or as directed by the Engineer. The Contractor shall provide access for the Engineer to inspect each repair location to identify the extent of the repair prior to the Contractor preparing shop drawings for a specific location or fabricating repair materials for a specific location Inspection and Testing Inspection and testing shall be performed in accordance with Subsection of the RIDOT Standard Specifications with the following additions: The Engineer shall be notified, in writing, 15 calendar days in advance of the date of beginning of work at the shop for structural steel. Certified mill reports shall be submitted, in accordance with Section , showing chemical and physical properties of the material to be used Marking, Shipping, Delivering and Handling This section shall be in accordance with Subsection of the RIDOT Standard Specification with the following additions: All material stored and/or awaiting shipment shall be protected from dirt, oil rusting, and foreign matter. The Authority will not accept rusted or pitted material. The Engineer shall be notified at least 48 hours prior to shipping of structural steel members so that a final quality assurance inspection of the product can be performed SUBMITTALS In addition to the requirements of the Standard Specifications, the Contractor shall submit the following for review by the Engineer: 1. Shop drawings and working drawings for all for all new structural steel and structural steel repairs. 2. Certified mill reports 3. Work Methods detailing access to repair areas, work area containment, field cutting and welding methods, and sequence/construction staging. Scaffolding plans must be submitted for review by the Engineer. These plans 943-3

199 must include the size and type of scaffolding, note all attachment points to the bridge structure and the loads at attachment points. 4. Weld Procedure Specifications (WPS s) for all welding procedures to be used. 5. Catalog cut for splash zone compound. 6. Best Management Practice Program: See Section 999 of these Specifications EXECUTION The steel fabrication, field installation, shop coating of steel, and steel installation for steel repairs shall be performed in accordance with procedures and details indicated on the Contract Drawings and as specified herein. The Contract Drawings include locations and extent of repairs based on previous inspection and original construction documents. The actual extent and location of repairs will be identified during the progress of work by the Engineer. The Contractor shall provide access to the Engineer to inspect and identify the actual extent and location of repairs Steel Fabrication Prior to commencement of shop drawings, the Contractor shall field measure all structural steel and existing elements that are affected by the repairs. It is the Contractor s responsibility to ensure that new fabricated elements installed under this Specification fit the existing bridge elements and work with the existing conditions. The steel repairs are to be performed from below the roadway without lane closures. Daily single lane closures will be provided only at the approval of the Engineer and only for mobilization purposes as outlined in Subsection of these Specifications. The Contractor is advised that a protected species of Falcon nests at Pier 4W and nesting sites may change during this Contract. The nesting birds shall not be disturbed during the prosecution of work. It is the Contractor s responsibility to identify the location of the utilities that are required to be maintained in place during construction and provide for their maintenance and support and repair any damage to the utilities and/or conduits caused by the Contractor during construction. The Contractor s attention is drawn to the fact that fiber optic conduits run the entire length of the crossing between Jamestown and Newport. It is the Contractor s responsibility to design all access platforms and scaffolding for work on the steel repairs. All designs shall be performed, signed and sealed by a Professional Engineer licensed in the State of Rhode Island. The Contractor must submit scaffold designs and loads to the Engineer for review and acceptance. It is the Contractor s responsibility to ensure that all access platforms and scaffolding, and all equipment stored on the platforms and 943-4

200 scaffolds are secured during work periods and off periods. The Contractor is responsible for the condition of the work area during severe weather Steel Installation A. Removal of Existing Structural Steel. Unless otherwise provided by the Contract Documents, all existing paint shall be removed for a minimum distance of six inches on each side of the centerline of cut, bolt row, rivet row, weld or edge of new reinforcing plates, as applicable. The affected areas shall be painted in accordance with Specification Section after completion of steel work. 1. If, in the opinion of the Engineer, rivets or bolts cannot be removed by punching without damaging the base metal, the rivet or bolt shank shall be removed by drilling. 2. If the Contractor s operations damage existing steel, which is to remain in place, the damaged areas shall be repaired, or replaced, as determined by the Engineer. The Contractor shall be required to repair or replace damaged material, caused by his operations, at no expense to the Authority. 3. During the course of the work, it may be necessary to temporarily disconnect, or support, adjacent steel, which is to remain. The Contractor shall submit his procedure for disconnecting and supporting adjacent steel to the Engineer, for review and approval. The Contractor s submittal shall be approved prior to the commencement of any disconnecting, and supporting adjacent steel. All costs for such work shall be borne and paid for by the Contractor. 4. All salvaged materials shall become the property of the Contractor. 5. All dismantled and removed materials and debris shall become the property of the Contractor and shall be disposed of in accordance with Specification Section 826 Personnel and Environmental Protection. The Contractor shall be responsible for obtaining all permits, licenses or other means to properly dispose of material and debris in legal disposal sites. 6. Upon completion of each day s work, clean surrounding areas of any accumulated debris, materials, dirt, etc. resulting from removal operations. Do not allow debris, salvage materials, etc. to accumulate on site. Remove them from the site as rapidly as possible. At completion of all removal operations and prior to final payment, all debris, salvage materials, etc. must be completely removed from the premises. 7. Steel removal at welded connections shall be done in accordance with the following and as required by the Contract Drawings: 943-5

201 a. The affected weld shall be removed by means of air carbon arc gouging equipment. To ensure that base metal remaining in place is not damaged, at least 1/8 inch of weld material shall be left in place. If it is necessary to gouge into base metal to remove the weld fusion, the least critical member, as determined by the Engineer, may be damaged. If the damaged member is to remain, it shall be repaired by procedures approved by the Engineer, at no additional cost to the Authority. b. The weld material left in place shall be ground flush with the base metal surface. No base metal shall be removed by grinding. c. The Engineer will perform a careful visual inspection of all weld removal locations. If the Engineer suspects damage, he will direct the Contractor to perform a dye penetrant inspection in accordance with the requirements of ASTM E165 and ASTM E1220, or magnetic particle testing in accordance with the requirements of Standard Specification Section 824 at no additional cost to the Authority. The testing format, either dye penetrant or magnetic particle testing, or both will be determined at the sole discretion of the Engineer. 8. All cut edges shall be ground to remove kerf, dross, slag and hardened material. 9. Where installing new bolted steel repairs against pitted steel or existing steel with section loss that would allow a gap between faying surfaces, splash zone compound shall be applied to the faying surface between new and existing steel. B. Shoring Notes: 1. The Contractor shall provide temporary supports as required to support the existing structure prior to cutting. 2. Shoring described in the Contract Drawings, or herein, consist of conceptual suggested methods. If the Contractor elects to use this concept or any other concept, it shall be designed and detailed by a Professional Engineer licensed in the State of Rhode Island. Approval of the Contractor s methods does not relieve the Contractor of his responsibility for the safety of the structure or the traveling public. 3. Shoring and/or temporary support shall be installed to provide a tight fit to the existing element that is being shored/temporarily supported so that no loss of elevation results from the transfer of load to the shoring/temporary support system. 4. No removal of material or dismantling of elements will be allowed without inspection and approval of shoring and/or 943-6

202 5. temporary supports by the Engineer. However, the Engineer s approval of shoring and/or temporary supports in no way relieves the Contractor of his responsibility for ensuring the safety of the structure during removal/dismantling/repair including the required monitoring and maintenance of shoring and/or temporary support systems. C. Equipment. All equipment proposed for use shall be approved by the Engineer prior to actually performing the work. D. Field Drill Holes in Existing Steel. Drilling of holes to arrest crack propagation shall be at the direction of the Engineer, to ensure that holes will not interfere with the installation of repair materials. All burrs or other stray metal shall be removed after drilling. Such holes shall be filled with an ASTM A325 high strength bolt after reaming at the direction of the Engineer. E. Structural Steel. All new structural steel shall be shop painted in accordance with Specification Section All holes in new structural steel shall be shop drilled unless the hole is to match an existing hole in an existing steel member, in such case these holes shall be field drilled using the existing holes as a template. F. Paint Removal, and Field Cleaning and Painting. This work shall be done in accordance with the requirements of Specification Section 825 Painting Structural Steel. G. Reconnection. All removed steel shall be reconnected after repair work has been completed, in accordance with the approved Shop Drawings. H. Details. Due to the nature of steel repair work, the exact extent or details of the work cannot always be accurately determined prior to the commencement of work. These Contract Documents have been prepared based on field inspection and other available information; however, actual field conditions may require modifications to repair detail dimensions. The Contractor shall perform the work to verify field conditions and shall submit shop drawings to the Engineer for review and approval that incorporate actual field conditions. See Section for Shop Drawing requirements. The Contractor shall provide access to the Engineer to inspect each repair location and identify the extent of repairs prior to the Contractor preparing Shop Drawings for a specific location or fabricating repair materials for a specific location. I. Steel Repairs Execution and Sequence of Work. The Contractor shall provide access to the Engineer to inspect each repair location and the condition of adjacent elements in order to identify the allowed sequence of repairs. The Contractor shall not begin the dismantling or removal of existing steel until the Engineer has approved the dismantling/removal and the sequence of work for repairs at each location. Additional 943-7

203 restrictions are applicable to steel repairs as follows unless otherwise approved by the Engineer: 1. Girder Spans Girder End Web Repair: Only one girder end per Girder Span and per Pier Location may be performed at a time. Therefore, out of four girder ends per Girder Span, a maximum of one location may be repaired at a time. Also, only one end per Pier Location may be repaired at a time which may result in only one girder end being repaired within two girder spans. Both requirements shall be met at all times. Each Girder End Web Repair shall have the repair plates welded in place the same day that cutting is performed. The girder ends shall not be left unrepaired between work shifts. Timber Blocking at girder ends shall be placed under both floorbeams at the pier location. 2. Girder and Truss Spans Stringer End Connection Repair: Stringer End Connection Repairs shall be completed within one calendar month of the installation of the temporary support unless otherwise approved by the Engineer. If in the sole opinion of the Engineer, the temporary support installed by the contractor is insufficient, the Engineer may direct the Contractor to provide additional temporary support or immediately install the permanent repair. 3. Truss Spans Floorbeam Connection to Truss Repair and Remove and Replace Sway Bracing Bracket Top Chord (any Sway Brace Type): The sequence of these repairs at each location shall be as per direction from the Engineer after inspection of the location by the Engineer. In no case shall a top chord sway bracket be removed prior to the inspection of the floorbeam connection to the truss by the Engineer. In no case shall a floorbeam connection to the truss be dismantled prior to inspection of the top chord sway bracing bracket by the Engineer. The Contractor shall provide temporary support of the sway bracing diagonal during the removal and replacement of the sway bracing bracket. Only one Floorbeam Connection to Truss Repair shall be performed per Deck Truss Panel and per Pier Location at the same time. Therefore, out of four floorbeam ends per Deck Truss Panel, a maximum of one location may be repaired at a time. Also, only one end per Pier Location may be repaired at a time which may result in only one floorbeam end being repaired within two Deck Truss Panels. Both requirements shall be met at all times. Each Floorbeam Connection to Truss Repair shall have the repair plates and angles bolted in place the same day that removal of the connection angles is performed. The floorbeam connections shall not be left unrepaired between work shifts. 4. Truss Spans Remove and Replace Sway Bracing Bracket Top Chord or Bottom Chord any Sway Type: In addition to the requirements above, no removal of sway bracing brackets 943-8

204 shall be permitted prior to inspection by the Engineer. The Contractor shall provide temporary support for the sway bracing diagonal during these repairs. Only one sway bracing bracket may be removed and replaced at a time within a sway frame and only one sway frame per Deck Truss Span may be repaired at a time Once a sway is disconnected and temporarily supported, repair must be made within one calendar week. 5. Remove and Replace Sway Diagonal Member full length or partial length: Subject to the approval of the Engineer, only one sway diagonal member within a sway brace, and only one sway brace within a Deck Truss Span may be repaired at a time. No removal of a sway brace diagonal shall be permitted prior to inspection of the repair location by the Engineer. Sway brace removal and replacement must take place in the same work shift. 6. Repairs to Truss Span Lower Lateral Bracing: Subject to the approval of the Engineer, only one lower chord lateral bracing member may be repaired at a time within a Deck Truss Span. No removal of Lower Lateral Bracing Struts shall be permitted prior to approval by the Engineer. 7. Transformer Platform Repairs The steel repairs at this location require the installation of protection to the existing transform and coordination with the RITBA Electrician. Protection plans shall be submitted to the Engineer and reviewed with the RITBA Electrician prior to the start of work. 8. Finger Joint Troughs The Contractor is responsible for coordinating and performing this work in a manner that does not damage newly painted steel. 9. Truss Chord angle and weld repairs: This work is to be performed at the locations and to the extent as directed by the Engineer. No welding or cutting may be performed by the Contractor without prior direction and approval of the Engineer. 10. Miscellaneous Steel Repairs: These repairs shall be performed in accordance with the Contract Drawings and the requirements herein. The type, extent and location of these repairs shall be as identified and directed by the Engineer. The Contractor shall provide access to the Engineer to inspect and identify the type, extent and location of these repairs. 11. In addition, the sequence of other combinations of repairs may be limited due to their proximity to adjacent repairs and to avoid many concurrent repairs being performed in close proximity to one another. The Contractor shall notify the Engineer in advance of his expected concurrent steel repairs in adjacent spans prior to the start of work. J. Welding. No welding is permitted unless otherwise approved or directed by the Engineer. The existing structure contains fracture critical and non

205 redundant members. Tack or other welding to fracture critical members is expressly forbidden. 1. All welding shall be performed using approved Weld Procedure Specifications (WPS s). 2. All welding shall be subjected to a 100% visual inspection. Additional field weld testing for the Girder repairs is 100% Ultrasonic Testing at butt welds and 100% Magnetic Particle Testing at fillet welds by a Certified Welding Inspector (CWI). There is no additional testing required for bracing repairs. The cost of providing weld inspection and testing shall be paid for by the Contractor and included in the price of the repairs. Weld repairs at the truss chords shall be visually inspected and receive 100% ultrasonic testing. 3. The Contractor s attention is drawn to the requirements of peening of welds for the Girder End Web Repairs. K. Field Assembly. Set structural members accurately to lines and elevations. All existing steel surfaces to be in contact with new steel shall be cleaned by mechanical means, in accordance with Specification Section 825 Painting Structural Steel to remove all rust, mill scale, paint, dirt, oil, grease, and other foreign substances. The exposed faying surfaces shall be inspected by the Engineer prior to the installation of the new material. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. 1. Tighten bolts in accordance with AASHTO Specifications for slipcritical structural joints using ASTM A325 bolts. Use turn-of-nut method for tightening as specified in Subsection of the RIDOT Standard Specifications. When tightening, place hardened washer under turned element. 2. Level and plumb individual members of structure within specified tolerances. Establish required leveling and plumbing measurements at actual average operating temperature of structure. Make allowances for difference between temperature and traffic loads at time of erection and mean temperature of structure when completed and in service. After completion of erection, all exposed steel shall be painted in accordance with Specification Section No flame cutting or enlarging of holes by burning will be allowed. 4. Arrange bolts so the heads show in areas exposed to view, where appropriate. 5. The Contractor shall provide temporary supports as required to support the existing structure prior to cutting

206 L. Erection. No erection work shall begin prior to the review of an erection procedure and schedule. Erection procedure shall be coordinated with that as indicated on the Contract Drawings. M. Removal and Replacement of High Strength ASTM A325 Bolts. Bolts shall be removed and replaced with new ASTM A325 high strength bolts of the same diameter and of appropriate length for the given connection. In a given connection, bolts shall be replaced one at a time. Where practical, bolts shall be replaced with heads in opposite direction to existing bolts for easier identification of replaced bolts. Bolts shall be cleaned and touch-up painted with the appropriate paint system according to Specification Section 825 Painting Structural Steel METHOD OF MEASUREMENT Measurement and payment will be made for the work in this section as follows: Steel Repairs Truss Spans Truss Vertical Member Lower Connection Retrofit Measurement shall be per each truss vertical lower connection retrofit completed in accordance with the Contract Drawings and as required herein. Remove and Replace High Strength Bolts Measurement shall be per bolt or rivet removed and replaced with a High Strength Bolt in accordance with the Contract Drawings and as required herein. Bolts that are required for the completion of steel repairs are not included in this measurement. Deck Truss and Girder Spans Stringer Bottom Flange Reinforcement Measurement shall be per linear foot of reinforcement angles and plates installed in accordance with the Contract Drawings and as required herein. Deck Truss Spans- Drop Pipe Extensions Measurement shall be each drop pipe extension installed in accordance with the Contract Drawings and as required herein. Span 5W Transformer Platform Repairs Measurement shall be by lump sum for the completion of all repairs for the transformer platform installed in accordance with the Contract Drawings and as required herein. Deck truss Spans Truss Chord Weld Repairs Measurement shall be per linear foot of weld repair installed in accordance with the Contract Drawings and as required herein. Deck Truss Spans Truss Chord Angle Repairs Measurement shall be per linear foot of reinforcement angles installed in accordance with the Contract Drawings and as required herein. Span 5W Remove Floorbeam Bottom Flange Attachment Measurement shall be per by lump sum for the attachment removed and base metal repaired in accordance with the Contract Drawings and as required herein

207 Pier 5W, 2W and 2E finger Joint Troughs and Drainage Pipes Removal and Replacement Measurement shall be per each pier location with the entire new trough and drain pipe system installed in accordance with the Contract Drawings and as required herein. Ladder Platform Repair: 1.) Blast and clean entire platform area, including sections of the ladder within the platform area. 2.) Replace highlighted angle in-kind with new angle. 3.) Paint cleaned steel

208 Girder Spans Girder End Web and Bearing Stiffener Repair Measurement shall be per girder end repaired as per the Contract Drawings and as required herein. Girder and Truss Spans Stringer End Connection Repairs Measurement shall be per stringer end repaired, including temporary support, testing for termination of cracks and drilling of crack arrestor holes, and the completion of the stringer end connection repairs as per the Contract Drawings and as required herein. Girder and Truss Spans Floorbeam Lower Web Repair 8 Angle Measurement shall be per linear foot of floorbeam lower web repair installed in accordance with the Contract Documents and as required herein. Girder and Truss Spans Floorbeam Lower Web Repair 6 Angle Measurement shall be per linear foot of floorbeam lower web repair installed in accordance with the Contract Documents and as required herein. Truss Spans Floorbeam Connection to Truss Repair Measurement shall be per each floorbeam connection to truss repair completed in accordance with the Contract Drawings and as required herein. Remove and Replace Sway Tracing Type A Bracket Top Chord Remove and Replace Sway Tracing Type A Bracket Bottom Chord Remove and Replace Sway Tracing Type B or C Bracket Top Chord Remove and Replace Sway Tracing Type B or C Bracket Bottom Chord Measurement shall be per each bracket removed and replaced in accordance with the Contract Drawings and as required herein. Remove and Replace Sway Diagonal Member Full Length Type A Sway Bracing Remove and Replace Sway Diagonal Member Full Length Type B At Simple Span or C at Continuous Span Sway Bracing Remove and Replace Sway Diagonal Member Full Length Type B at Continuous Span Measurement shall be per each diagonal sway bracing member removed and replaced in accordance with the Contract Drawings and as required herein. Remove and Replace Sway Diagonal Member Partial Length Type A: Sway Bracing Remove and Replace Sway Diagonal member Partial Length Type B or C Sway Bracing Measurement shall be per linear foot of sway diagonal member removed and replaced in accordance with the Contract Drawings and as required herein. Truss Spans Remove and Replace Top Chord Lateral Bracing Gusset Plate and Repair Floorbeam Web Measurement shall be per each location repaired, including providing temporary support for top chord lateral bracing during repair, in accordance with the Contract Drawings and as required herein. Truss Spans Repair Upper Lateral Brace Measurement shall be per linear foot of upper lateral brace repaired in accordance with the Contract Drawings and as required herein. Truss Spans Remove and Replace in Kind Upper Lateral Brace, Spliced Bracing

209 Truss Spans Remove and Replace in Kind Upper Lateral Brace, Continuous Bracing Measurement shall be per each lateral brace member removed and replaced in accordance with the Contract Drawings and as required herein. Truss Spans Remove and Replace in Kind Lateral Brace Vertical Support Measurement shall be per each vertical lateral brace removed and replaced in accordance with the Contract Documents and as required herein. Truss Spans Repair Lower Lateral brace Tee Section Truss Spans Repair Lower Lateral Brace Beam Section Measurement shall be per linear foot of lower lateral brace element repaired in accordance with the Contract Drawings and as required herein. Truss Spans Remove and Replace in Kind Lower Lateral Brace Tee Section Truss Spans Remove and Replace in Kind Lower Lateral Brace Beam Section Measurement shall be per each lower lateral brace member removed and replaced in accordance with the Contract Documents and as required herein. Steel Repairs Miscellaneous Steel Repairs Reinforcement Plates and/or Shapes: Measurement shall be per pound of repair steel installed in accordance with the Contract Drawings and as required herein. Measurement shall be in accordance with RIDOT Standard Specifications. MEASUREMENT FOR ALL ITEMS SHALL INCLUDE ALL LABOR, MATERIALS, ACCESS AND EQUIPMENT, INCLUDING PROVIDING ACCESS TO THE ENGINEER, SUBMITTALS, TESTING, FABRICATION, DELIVERING, DEMOLITION, ERECTING, SHORING, TEMPORARY SUPPORTS, PRIMING AND PAINTING AS NECESSARY, SURFACE PREPARATION, TESTING FOR CRACKS, FIELD WELDING AND DRILLING OF HOLES AND ALL INCIDENTALS REQUIRED TO FINISH THE WORK AND SHALL BE MEASURED FOR PAYMENT ON A CONTRACT UNIT PRICE BASIS AS NOTED ABOVE FOR EACH REPAIR TYPE INSTALLED, MEASURED AND APPROVED BY THE ENGINEER

210 BASIS OF PAYMENT The installation of steel repairs will be paid for at the contract unit price for steel repairs installed as listed in the Contract Documents. The price so-stated shall constitute full and complete compensation for all labor, materials, access and equipment, including providing access to the Engineer, submittals, testing, fabrication, delivering, erecting, shoring, temporary supports, priming and painting as necessary, surface preparation, and all incidentals required to finish the work, complete and accepted by the Engineer. No separate payment shall be made for maintenance and protection of traffic for the execution of the work. Pay Item Ref. No. Payment Reference Description Pay Unit STEEL REPAIRS TRUSS VERTICAL MEMBER LOWER CONNECTION RETROFIT EACH DECK TRUSS AND GIRDER SPANS STRINGER BOTTOM FLANGE REINFORCEMENT DECK TRUSS SPANS DROP PIPE EXTENSIONS SPAN 5W TRANSFORMER PLATFORM REPAIRS DECK TRUSS SPANS TRUSS CORD WELD REPAIRS DECK TRUSS SPANS TRUSS CHORD ANGLE REPAIRS SPAN 5W REMOVE FLOORBEAM BOTTOM FLANGE ATTACHMENT PIER 5W, 2W AND 2E FINGER JOINT TROUGHS AND DRAINAGE PIPES REMOVAL AND REPLACEMENT LADDER AT PIER 4W REPAIR REMOVE AND REPLACE HIGH STRENGTH BOLTS LF EACH LS LF LF LS EACH LS EACH OPTIONAL WORK ITEMS A A.943 GIRDER AND TRUSS SPANS STRINGER END CONNECTION REPAIR EACH

211 B B.943 GIRDER SPANS GIRDER END WEB REPAIR EACH C C.943 GIRDER AND TRUSS SPANS FLOORBEAM LOWER WEB REPAIR 8 ANGLE D D.943 GIRDER SPAN AND TRUSS SPANS FLOORBEAM LOWER WEB REPAIR 6 ANGLE E E.943 TRUSS SPANS FLOORBEAM CONNECTION TO TRUSS REPAIR F F.943 REMOVE AND REPLACE SWAY BRACING TYPE A BRACKET TOP CHORD LF LF EACH EACH G G.943 REMOVE AND REPLACE SWAY BRACING TYPE A BRACKET BOTTOM CHORD H H.943 REMOVE AND REPLACE SWAY BRACING TYPE B OR C BRACKET TOP CHORD I I.943 REMOVE AND REPLACE SWAY BRACING TYPE B OR C BRACKET BOTTOM CHORD J J.943 REMOVE AND REPLACE SWAY DIAGONAL MEMBER FULL LENGTH TYPE A SWAY BRACING K K.943 REMOVE AND REPLACE SWAY DIAGONAL MEMBER PARTIAL LENGTH TYPE A SWAY BRACING L L.943 REMOVE AND REPLACE SWAY DIAGONAL MEMBER FULL LENGTH TYPE C M M.943 REMOVE AND REPLACE SWAY DIAGONAL MEMBER FULL LENGTH TYPE B N N.943 REMOVE AND REPLACE SWAY DIAGONAL MEMBER PARTIAL LENGTH TYPE B OR C SWAY BRACING O O.943 REMOVE AND REPLACE TOP CHORD LATERAL BRACING GUSSET PLATE AND REPAIR FLOORBEAM WEB P P.943 TRUSS SPANS REPAIR UPPER LATERAL BRACE EACH EACH EACH EACH LF EACH EACH LF EACH LF Q Q.943 TRUSS SPANS REMOVE AND REPLACE IN KIND UPPER LATERAL BRACE, SPLICED BRACING R R.943 TRUSS SPANS REMOVE AND REPLACE IN KIND UPPER LATERAL BRACE, CONTINUOUS BRACING EACH EACH

212 S S.943 TRUSS SPANS REMOVE AND REPLACE IN KIND UPPER LATERAL BRACE, VERTICAL BRACING T T.943 TRUSS SPANS REPAIR LOWER LATERAL BRACE TEE SECTION U U.943 TRUSS SPANS REPAIR LOWER LATERAL BRACE BEAM SECTION V V.943 TRUSS SPANS REMOVE AND REPLACE IN KIND LOWER LATERAL BRACE, TEE BRACING W W.943 TRUSS SPANS REMOVE AND REPLACE IN KIND LOWER LATERAL BRACE, BEAM BRACING X X.943 STEEL REPAIRS MISCELLANEOUS STEEL REPAIRS WEB REPAIR PLATES Y Y.943 STEEL REPAIRS MISCELLANEOUS STEEL REPAIRS FLANGE REPAIR PLATES Z Z.943 MISCELLANEOUS STRUCTURAL REPAIRS EACH LF LF EACH EACH POUND POUND LS END OF SECTION

213 SECTION 944 HAUNCH REMOVAL DESCRIPTION The work of this Section covers the furnishing of all materials, labor, tools, equipment, and incidentals necessary for the removal of loose or cracked haunches within the project limits indicated on the Contract Drawings and defined herein. Applicable Standards In addition to this Specification, all structural steel work shall conform to the applicable requirements of the following: The applicable sections of RIDOT Standard Specifications AASHTO Standard Specifications for Highway Bridges Toxic Caveat The Contractor is hereby notified that existing paint systems on the Newport/Pell Bridge may contain toxic substances such as lead or chromium, and that these substances are considered to be hazardous to personnel, the environment, and the public approximate to the project. Personnel and Environment Protection The provision for protection of personnel, the environment, and the public covers the requirements for removal and containment of paint and/or corrosion products from any steel bridge component, or otherwise specified appurtenances, during cleaning and painting operations. Requirements to assure that the public, the environment, and the Contractor s, as well as the Authority s and their representatives, personnel are adequately protected and equipped from the harmful effects of lead, blast media, dust and fumes resulting from the Contractor s operations are set forth in Section MATERIALS Paint for removed section of haunch, or for reinforcing bars exposed by haunch removal at fascias, use prime and finish coats of paint used in other repair items included in this contract, at the approval of the Engineer CONSTRUCTION METHODS Not applicable SUBMITTALS In addition to the requirements of the Standard Specifications, the Contractor shall submit the following for approval by the Engineer: Best Management Practice Program as per Section 999 of these Specifications

214 EXECUTION The removal of cracked or loose concrete haunches is intended to be performed concurrently with the steel repair and painting work without separate access provided. No daily lane closures are permitted for haunch removal although short-duration drop-offs for workers and hand tools may be permitted under Section Haunches for removal are to be identified by visible cracks in the haunch. All cracked haunch sections within the limits defined on the Contract Drawings are to be removed. Payment for this item will be made based on the actual linear feet of haunches that are removed. Haunches are to be identified for removal by the Engineer. The Contractor shall provide the Engineer access to the haunches for inspection and marking of haunches to be removed. Only the removal of haunches marked by the Engineer will be included as payment quantities. Cracked haunches are to be removed with hand tools or light power tools (No greater than 10 pound chipping hammer). In the case of fascia haunches, reinforcing steel may be exposed during removal. One coat of primer followed by one coat of finish shall be applied to any exposed reinforcing steel. All haunch removals are to be performed with a suitable platform or other means of catching removed concrete. No concrete shall be allowed to fall unprotected to either land or water below METHOD OF MEASUREMENT The removal of haunches as shown on the Contract Drawings, including all labor, materials, access and equipment, including providing access to the Engineer, submittals, testing, fabrication, delivering, erecting, priming and painting as necessary, surface preparation, and all incidentals required to finish the work shall be measured for payment on a Contract Unit Price basis for actual linear feet of haunch removed, measured and approved by the Engineer BASIS OF PAYMENT The removal of haunches shall be paid for at the contract unit price for linear feet of haunches removed as listed in the Proposal. The price so-stated shall constitute full and complete compensation for all labor, materials, access and equipment, including submittals, testing, fabrication, delivering, erecting, priming and painting as necessary, surface preparation, and all incidentals required to finish the work, complete and accepted by the Engineer. Pay Item Ref. No. Payment Reference Description Pay Unit Haunch Removal Linear Feet END OF SECTION

215 SECTION BEST MANAGEMENT PRACTICE PROGRAM In addition to the requirements of the Standard Specifications, the Contractor shall submit the following for approval by the Engineer: 1. Best Management Practice Program: (a) (b) The Contractor shall develop a Best Management Practice Program to cover the operations over water. This Program shall cover, in detail, all areas of the work and shall be submitted to the Authority. The Best Management Practice Program shall contain, but not be limited to, the following detailed requirements: 1. Control of Debris, Abrasive Particles and Waste (a) (b) (c) Wash water shall be properly screened of all debris and collected. Debris from repair work and residual abrasives shall be collected daily. No material, tools or debris shall be stored or left overnight on the bridge. Suitable measures shall be used to minimize contamination of water, soil and air from debris, paint, solvents, abrasives and dust from the work. 2. Spill Control Measures (a) All efforts shall be made to avoid spills. However, if a spill does occur, it shall be cleaned up promptly using vermiculite and/or other absorbent materials which shall be available in sufficient quantity at the site. Spills of waste material including those of a petroleum or chemical nature are to be immediately contained and removed and the Rhode Island Coastal Resources and Management Council (CRMC) and the US Coast Guard shall be promptly notified. CRMC must be reported to at and to the US Coast Guard at in order to receive further direction and any necessary cleanup procedures. 3. Waste Management (a) Spent solvent and other waste materials shall be collected daily and transferred to an on-shore area for temporary storage prior to appropriate disposal

216 4. Work Practices (a) Good housekeeping practices shall be enforced at all times with all work areas maintained in a neat and orderly condition. (c) Communication 1. A copy of the approved Best Management Practice Program shall be posted at the site. 2. Material Safety Data sheets for all products used on the project shall be available and posted at the job site. 3. A copy of Material Safety Data sheets shall be supplied to the Authority for submittal to the Department of Environmental Management. (d) Cost 1. The cost of development, approval, and implementation of the Best Management Practice Program will not be paid for under any specific item, but the cost thereof shall be deemed included in the Contract bid prices in the Proposal. 2. The Contractor shall have Safety Officers and QA/QC Officers from the Contractor, the Painting Subcontractor and the Scaffolding Subcontractor assigned to this Contract and all shall be on-site as required to ensure the safety and quality of the operations at all times while work is being performed by the Contractor or his subcontractors. The officers shall be available by cell phone, , walkie-talkie, and/or portable handheld phone/ device while workers are at the jobsite. 3. At a minimum, the project manager or his designee, the safety officer and quality control officer must be present at all times when work is being performed. When no work is being performed, sufficient staff must be present to ensure work space is safe. 4. For any shutdown more than 3 days, the Contractor must submit shutdown plan for approval by The Authority, An inspection of the shutdown area must be performed prior to the shutdown and a safety inspection of the work area must be performed by the Contractor and a report with sign off for work to resume submitted to the Engineer prior to the resumption of work. END OF SECTION

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

SECTION 000100 - INSTRUCTIONS TO BIDDERS

SECTION 000100 - INSTRUCTIONS TO BIDDERS SECTION 000100 - INSTRUCTIONS TO BIDDERS ARTICLE 1 - SPECIAL NOTICE TO BIDDERS These electronic specifications makeup a complete set of project bidding forms. The proposal form shall be executed and submitted

More information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS ADVERTISEMENT FOR BIDDERS Sealed Bids will be received by the City of Lookout Mountain, Georgia, 1214 Lulu Lake Road, Lookout Mountain, Georgia 30103, Attention: Brad Haven, City Manager until: for the

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS CAMPUS PLANNING, DESIGN & CONSTRUCTION Sixth Avenue and Grant Street PO Box 172760 Bozeman, Montana 59717-2760 Phone: (406) 994-5413 Fax: (406) 994-5665 INSTRUCTIONS TO BIDDERS 1. Table of Contents Provided

More information

DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO

DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO Date of Bid: DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO In response to the Advertisement for Bids for the following public work: PIER 26 SOUTH BULKHEAD

More information

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy

More information

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1 June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM This addendum consists of the following clarification: 1. Addendum #1 is attached and

More information

NOTICE TO POTENTIAL BIDDERS

NOTICE TO POTENTIAL BIDDERS NOTICE TO POTENTIAL BIDDERS Downloading the Plans, Specifications and other Bid Documents will NOT place you on the City s List of Plan Holders. This is important because only those on the City s List

More information

RICHMOND METROPOLITAN AUTHORITY RICHMOND EXPRESSWAY SYSTEM DECK REHABILITATION 2014 NORTHBOUND POWHITE OVER THE JAMES RIVER **********

RICHMOND METROPOLITAN AUTHORITY RICHMOND EXPRESSWAY SYSTEM DECK REHABILITATION 2014 NORTHBOUND POWHITE OVER THE JAMES RIVER ********** RICHMOND METROPOLITAN AUTHORITY RICHMOND EXPRESSWAY SYSTEM DECK REHABILITATION 2014 NORTHBOUND POWHITE OVER THE JAMES RIVER ********** February 11, 2014 DESCRIPTION The Invitation to Bid and Very High

More information

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 NSLC REFERENCE NO: CN-04-l-16 NSLC Contact: Email: Stephen Bayer

More information

Pu6lic Works works for the Public. COUNTY OF IMPERIAL Sunbeam Lake RV Park, Water Tank Re-Coating, located at 1750 Drew Road, Seeley, CA

Pu6lic Works works for the Public. COUNTY OF IMPERIAL Sunbeam Lake RV Park, Water Tank Re-Coating, located at 1750 Drew Road, Seeley, CA Pu6lic Works works for the Public N., ICDPW DEPARTMENT OF PUBLIC WORKS S. 11th Street Centro, CA 92243 Tel: (442) 265-1818 Fax: (442) 265-1858 COUNTY OF IMPERIAL PUBLIC WORKS 155 S. 11 th Street El Centro,

More information

PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions

PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions PROJECT NO. 2733, RFP NO. 14-15/02 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 August 7, 2014 ADDENDUM No. 1 This addendum supersedes items of the original contract documents

More information

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RFP #2016-02 REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES FOR SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RELEASE DATE: January 29, 2016 DUE DATE: February

More information

How To Bid On A Building Project In San Jose

How To Bid On A Building Project In San Jose NOTICE TO CONTRACTORS INVITATION FOR BIDS The REDEVELOPMENT AGENCY OF THE CITY OF SAN JOSE invites sealed written proposals for the CIVIC AUDITORIUM BOILER SYSTEM REPLACEMENT PROJECT ( Project ), located

More information

Ocoee, FL July 01, 2016 Advertisement No. 1

Ocoee, FL July 01, 2016 Advertisement No. 1 BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL July 01, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section

More information

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,

More information

INVITATION FOR BIDS CCK-2139-16 PROJECT 2369.2 PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #3 6-22-16

INVITATION FOR BIDS CCK-2139-16 PROJECT 2369.2 PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #3 6-22-16 INVITATION FOR BIDS CCK-2139-16 PROJECT 2369.2 PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #3 6-22-16 ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. IMPORTANT:

More information

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID - GENERAL REPAIRS & MAINTENANCE RI TURNPIKE & BRIDGE AUTHORITY FACILITY FY 2013 - FY 2016 CONTRACT 13-2 Sealed bids, in triplicate, plainly

More information

REQUEST FOR QUOTES (RFQ)

REQUEST FOR QUOTES (RFQ) REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck

More information

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit a proposal to supply

More information

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 Proposals Due October 27, 2015 at 2:00 PM 1 P age TABLE

More information

CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT

CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT THIS AGREEMENT made this day of Month, Year, by and between CSA CONSTRUCTION, INC., a Texas corporation whose principal

More information

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 Project Description: The Regional Transit Authority of New

More information

MISSOURI. MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI BID OF FOR CONSTRUCTING OR IMPROVING

MISSOURI. MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI BID OF FOR CONSTRUCTING OR IMPROVING MISSOURI MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI BID OF Name Addres s FOR CONSTRUCTING OR IMPROVING Central Office Warehouse Renovation Phase I Jefferson City, Missouri

More information

ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT. University of Nevada, Las Vegas

ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT. University of Nevada, Las Vegas ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT University of Nevada, Las Vegas Purchasing Department 4505 Maryland Parkway Las Vegas, Nevada 89154-1033

More information

REQUEST FOR BIDS. Electrical Contracting Services for

REQUEST FOR BIDS. Electrical Contracting Services for REQUEST FOR BIDS Electrical Contracting Services for [Retrofitting to LED Bulbs and installing new LED Fixtures at Tri City Medical Center and Satellite Campuses] Date of Issuance: December 3, 2015 Mandatory

More information

STATE OF DELAWARE DEPARTMENT OF FACILITIES MANAGEMENT CONTRACT # MC1002000199

STATE OF DELAWARE DEPARTMENT OF FACILITIES MANAGEMENT CONTRACT # MC1002000199 STATE OF DELAWARE DEPARTMENT OF FACILITIES MANAGEMENT CONTRACT # MC1002000199 PROJECT MANUAL FOR GEORGE V. MASSEY STATION EXTERIOR RESTORATION 516 W.LOOCKERMAN STREET DOVER, DELAWARE PREPARED BY R G ARCHITECTS,

More information

NIGP Career Seminar Series II Workshop I Bonds (Bid, Performance, and Payment) Bond Excerpts from ARS Title 34

NIGP Career Seminar Series II Workshop I Bonds (Bid, Performance, and Payment) Bond Excerpts from ARS Title 34 NIGP Career Seminar Series II Workshop I Bonds (Bid, Performance, and Payment) Bond Excerpts from ARS Title 34 34-201. Notice of intention to receive bids and enter contract; procedure; doing work without

More information

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015 I. BACKGROUND AND OVERVIEW PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS May 21, 2015 The Culver City Unified School District ( District ), is prequalifying contractors to perform construction

More information

CITY OF COMMERCE CITY BID BOND

CITY OF COMMERCE CITY BID BOND BID BOND Know all men by these presents, that as principal, and, as Surety, are held and firmly bound unto the City of Commerce City, Colorado (hereinafter called City ), in the penal sum of dollars ($

More information

REQUEST FOR COMPETITIVE SEALED PROPOSALS STADIUM IMPROVEMENTS, DATA CENTER PROJECT AND/OR BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD

REQUEST FOR COMPETITIVE SEALED PROPOSALS STADIUM IMPROVEMENTS, DATA CENTER PROJECT AND/OR BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD The Dripping Springs Independent School District ( DSISD or the District ) is requesting Competitive

More information

Borough of Jamesburg

Borough of Jamesburg Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough

More information

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: [email protected]

More information

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS 7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically

More information

THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4. April 2014

THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4. April 2014 THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4 April 2014 Earl J. Croft III, Executive Director Rhode Island Turnpike and Bridge Authority

More information

ATLANTA PUBLIC SCHOOLS

ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT

More information

CHAPTER 7 PUBLIC WORKS LAW

CHAPTER 7 PUBLIC WORKS LAW 7-1 CHAPTER 7 PUBLIC WORKS LAW GENERAL PROVISIONS The "Public Works Law" [IC 36-1-12] applies to all public work performed or contracted by political subdivisions and their agencies. Any public work performed

More information

WILDCAT CANYON ROAD SPECIFICATION NO. 16-11001 SLIDE REPAIR BIDDER'S PROPOSAL (continued)

WILDCAT CANYON ROAD SPECIFICATION NO. 16-11001 SLIDE REPAIR BIDDER'S PROPOSAL (continued) BIDDER'S PROPOSAL (continued) Item Estimated No. Description Quantity Unit Unit Cost Total Cost BASE BID 1 Traffic Control 1 LS $ $ 2 Construction Area Signs 1 LS $ $ 3 Excavation Safety 1 LS $ $ 4 Reset

More information

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m. Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 [email protected] REQUEST FOR PROPOSAL NO. RFP09503

More information

REQUEST FOR PROPOSAL Procurement of Landscaping Services

REQUEST FOR PROPOSAL Procurement of Landscaping Services City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Procurement of Landscaping Services Issue Date: Thursday February 27, 2014 Bid Number: 14-012

More information

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald LYNBROOK UNION FREE SCHOOL DISTRICT DISTRICT ADMINISTRATION OFFICES 111 ATLANTIC AVENUE LYNBROOK NY 11563 Tel: (516) 887-0258 Fax: (516) 887-6597 Dr. Melissa Burak Superintendent of Schools Dr. Paul Lynch

More information

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR CONSTRUCTION MANAGEMENT SERVICES FOR ORANGE COAST COLLEGE BUSINESS, MATH, COMPUTING CENTER December 14, 2012 PROPOSALS DUE: By 4 p.m. -

More information

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

More information

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, SURETY BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, (Contractor's Name) as Principal, and, as Surety, are hereby held and firmly bound into City of Buckeye as OWNER in the penal sum of

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE SANTEE SCHOOL DISTRICT 1 .......... 2 1. Effective January 1 st, 2014,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS The Town of Ayer s Department of Planning & Development seeks proposals from qualified consultants to provide the following services in the Town of Ayer: INFRASTRUCTURE PROJECT CONSULTANT

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are

More information

Standby Emergency Repair and Restoration Services

Standby Emergency Repair and Restoration Services INVITATION TO BID 15ITB95184C-DR Standby Emergency Repair and Restoration Services For Facilities & Transportation Services Department BID DUE DATE AND TIME: JANUARY 28, 2015 @ 11:00 A.M. BID ISSUANCE

More information

Ocoee, FL May 13, 2016 Advertisement No. 1

Ocoee, FL May 13, 2016 Advertisement No. 1 BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL May 13, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD MASONRY RESTROOM FACILITIES FOR

More information

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR: Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR: San Diego State University Basketball Practice Facility Project Number: 03400200 October 2013 San

More information

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information

This page left blank intentionally

This page left blank intentionally ATTACHMENT 13 PERFORMANCE AND PAYMENT BONDS This page left blank intentionally RFP #0606-14 Attachment 13: Payment & Performance Bonds Page 1 of 8 PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY

More information

FIRM APPROVAL OF BIDDER'S PROOF OF RESPONSIBILITY DATE RECEIVED PRE-QUALIFIED BY DATE CLASS OF WORK DESCRIPTION OF JOB LOCATION OF JOB DEPARTMENT

FIRM APPROVAL OF BIDDER'S PROOF OF RESPONSIBILITY DATE RECEIVED PRE-QUALIFIED BY DATE CLASS OF WORK DESCRIPTION OF JOB LOCATION OF JOB DEPARTMENT To: Shelly Billingsley, P.E. Director of Engineering Division 625 52nd Street Kenosha, Wisconsin 53140 FIRM APPROVAL OF BIDDER'S PROOF OF RESPONSIBILITY DATE RECEIVED PRE-QUALIFIED BY DATE CLASS OF WORK

More information

Prequalification Document for Procurement of Works

Prequalification Document for Procurement of Works STANDARD PROCUREMENT DOCUMENT Prequalification Document for Procurement of Works Caribbean Development Bank September 2007 ii Foreword This Standard Procurement Document Prequalification Document for Procurement

More information

BID FORM REHABILITATION CONSTRUCTION PROJECT FOR

BID FORM REHABILITATION CONSTRUCTION PROJECT FOR PROPERTY OWNER: Douglas Morris ADDRESS: 5221 Lee St, Lehigh Acres, FL 33971 BID DUE DATE: 01/27/2016 BID FORM REHABILITATION CONSTRUCTION PROJECT FOR The bid submitted is based on the structure being:

More information

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri. 12325 Manchester Road. Des Peres, Missouri 63131

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri. 12325 Manchester Road. Des Peres, Missouri 63131 SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK City of Des Peres, Missouri 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer March 2011 INVITATION TO BID SANITARY

More information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089. For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.

LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089. For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST. LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089 For SQL MONITORING SOFTWARE RE-BID For ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MSOURI St. Charles County is seeking bids for SQL MONITORING SOFTWARE RE-BID

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information

More information

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 Stephanie Carroll, Technology Coordinator [email protected] 843 248 1760 LEC Security Camera System

More information

Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement

Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement Page 1 3-804 Professional Services and Construction A. Project Delivery Methods 1. A university may procure design services, construction and construction services, as applicable, under any of the following

More information

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO ADVERTISEMENT FOR BIDS Tree Clearing for Watson Drive City of Kearney, MO Sealed bids will be received at Kearney City Hall, 100 East Washington, Kearney, MO 64060, on or before 2:00 PM, Friday, February

More information

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS MANTON CONSOLIDATED SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 16, 2010 1 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF MANTON

More information

BID BOND CITY OF EAST POINT, GEORGIA

BID BOND CITY OF EAST POINT, GEORGIA BID BOND CITY OF EAST POINT, GEORGIA BIDDER (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (hereinafter referred to as the City (Name and Address): City of East Point

More information

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552 ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

More information

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 5, 2014 NOTICE TO BIDDERS LAUNDERING, PRESSING & DRY CLEANING

More information

CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS

CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS 48-01.2-01. Definitions. In this chapter, unless the context otherwise requires: 1. "Agency construction management" means a public improvement delivery

More information

Canterbury Park Pool Chamber Replacement

Canterbury Park Pool Chamber Replacement Requirement Request For Quotation To provide services, equipment and materials to replace the Concrete Pool Service & Drainage vault at the Canterbury Park Pool located at 2185 Arch Street, Ottawa, ON

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS Bids will be received at the office of the Niles City School District, 100 West Avenue, Niles, Ohio, 44446 until 12:00 PM on Friday, March 22, 2013 and will be opened and read immediately

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ALL CONTRACTORS SUBMITTING A RESPONSE TO THIS INVITATION TO BID MUST HAVE COMPLETED THE FORMS CONTAINED IN THIS INVITATION TO BID. FORMS SUBMITTED WHICH ARE NOT IN THE FORMAT OF

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology [email protected]

More information

IRVINE UNIFIED SCHOOL DISTRICT. 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT. 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must

More information

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 NOTICE INVITING BIDS CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 PUBLIC NOTICE IS HEREBY GIVEN that the City of National City, hereinafter referred to as the Agency, invites sealed

More information

#5 Independent Contractor Form - With Insurance With Bonds

#5 Independent Contractor Form - With Insurance With Bonds #5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue

More information

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL TROUP COUNTY BOARD OF EDUCATION REQUEST FOR SEALED COMPETITIVE PROPOSALS FOR CONSTRUCTION OF: RE-FLOORING TO: TROUP COUNTY COMPREHENSIVE HIGH SCHOOL LAGRANGE, GEORGIA TROUP COUNTY SCHOOL SYSTEM LAGRANGE,

More information

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015 Fairfield Center School Kitchen and Bathroom Renovation Project Specifications Owner: Fairfield Center School, 57 Park Street, Fairfield VT 05455 Franklin Central Supervisory Union, 28 Catherine Street,

More information

Unity Community Center Metal Roof Installation. Request for Bids

Unity Community Center Metal Roof Installation. Request for Bids Unity Community Center Metal Roof Installation Unity Barn Raisers Request for Bids May 24, 2012 Town of Unity Communities for Maine s Future Bond funding Unity Barn Raisers PO Box 381 32 School Street

More information

STANDARD CONTRACT EXECUTION FORMS

STANDARD CONTRACT EXECUTION FORMS THE BIDDING AND CONTRACT PROVISIONS Document Section 00 50 00 - Standard Contract Execution Forms (Standard Contract Set) STANDARD CONTRACT EXECUTION FORMS 1. EXECUTION OF THE AGREEMENT 1.1 Extraneous

More information

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642 COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where

More information

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 The Division of Central Services has developed this

More information

NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law

NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law Page 1 NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law *** This file includes all Regulations adopted and published through the *** *** New Jersey Register,

More information

INVITATION TO BID FOR FC - 7792 ANNUAL CONTRACT FOR CLEAN-UP SEWAGE SPILLS INSIDE DWELLINGS

INVITATION TO BID FOR FC - 7792 ANNUAL CONTRACT FOR CLEAN-UP SEWAGE SPILLS INSIDE DWELLINGS INVITATION TO BID FOR FC - 7792 ANNUAL CONTRACT FOR CLEAN-UP SEWAGE SPILLS INSIDE DWELLINGS Atlanta, Georgia Jo Ann J. Macrina, P.E. Commissioner Department of Watershed Management Adam L. Smith, Esq.,

More information

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis

More information

International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya

International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO. IPSTC/PREQ/2014/2015/043 FOR PROVISION OF PLUMBING SERVICES FOR 2014/2015 July, 2014

More information