THIS PAGE IS INTENTIONALLY LEFT BLANK
HA COMMONWEALTH OF MASSACHUSETTS Addendum No. 1, March 24, 2016 CONTRACT DOCUMENTS AND SPECIAL PROVISIONS PROPOSAL NO. 607545-92992 P.V. = $3,887,000.00 PLANS NO FOR Scheduled and Emergency Bridge Repairs (Including Painting) Br. No. L-05-044 Interstate 90 over Route 20 & the Housatonic River and Other Various Locations In the Town of LEE In accordance with the 1988 English Edition of the STANDARD SPECIFICATIONS For HIGHWAYS and BRIDGES and the Supplemental Specifications dated July 1, 2015 This Proposal to be opened and read: TUESDAY, MAY 3, 2016 @ 2:00 P.M.
THIS PAGE IS INTENTIONALLY LEFT BLANK
DOCUMENT 00102 Addendum No. 1, March 24, 2016 NOTICE TO CONTRACTORS Electronic proposals for the following project will be received through the internet using Bid Express until the date and time stated below and will be posted on www.bidx.com forthwith after the bid submission deadline. No paper copies of bids will be accepted. All Bidders must have a valid Digital ID issued by MassDOT in order to bid on projects. Bidders need to apply for a Digital ID at least 14 days prior to a scheduled bid opening date with Bid Express. TUESDAY, MAY 3, 2016 at 2:00 P.M. ** LEE Scheduled and Emergency Bridge Repairs (Including Painting) Br. No. L-05-044 Interstate 90 over Route 20 & the Housatonic River and Other Various Locations **Date Subject to Change PROJECT VALUE = $3,887,000.00 Bidders must be pre-qualified by the Department in the BRIDGE-CONSTRUCTION OR PAINTING-STRUCTURAL categories to bid on the above project. An award will not be made to a Contractor who is not pre-qualified by the Department prior to the opening of Proposals. All prospective Bidders who intend to bid on this project must obtain Request for Official Proposal Form (R109). The blank Request for Official Proposal Form (R109) can be obtained at: http://www.massdot.state.ma.us/highway/departments/prequalificationofhorizontalconstructionfirms.aspx Select the link Request for Official Proposal Form (R-109 Form). All prospective Bidders must complete and e-mail an electronic copy of Request for Official Proposal Form (R109) to the MassDOT Director of Prequalification for approval: prequal.r109@state.ma.us. Upon approval, the Official Bidders will be entitled to receive an officially numbered Compact Disc (CD) containing the Plans and Specifications, free of charge. Other interested parties may receive an informational copy of the Compact Disc (CD) containing the Plans and Specifications, free of charge. Only officially numbered Compact Disc (CD) shall be used for bidding purposes. Bids will be considered, and the contract awarded in accordance with statutes governing such contracts Massachusetts General Laws Chapter 30 39M.. 00102-1
NOTICE TO CONTRACTORS (Continued) All parties who wish to have the CDs mailed to them must provide a completed mailing label with an approved carrier account number for mail service (i.e. Federal Express, UPS, etc) to the Bid Document Distribution Center. Bid Document Distribution Center MassDOT 10 Park Plaza - Suite 6261 Boston, MA 02116 Attn: Frank Kucharski, P. E., Construction Contracts Engineer A Proposal Guaranty in the amount of 5% of the value of the bid is required. This project is subject to the schedule of prevailing wage rates as determined by the Commissioner of the Massachusetts Department of Labor and Workforce Development, and the Division of Occupational Safety. Plans will be on display and information will be available at the MassDOT Boston Office and at the District Office in LENOX 00102-2
NOTICE TO CONTRACTORS (Continued) Addendum No. 1, March 24, 2016 PRICE ADJUSTMENTS This Contract contains price adjustments for hot mix asphalt and Portland cement mixtures, diesel fuel, and gasoline. For this project the base prices are as follows: liquid asphalt $385.00 per ton, Portland cement $116.00 per ton, diesel fuel $1.478 per gallon, and gasoline $1.392 per gallon. MassDOT posts the Price Adjustments on their s website at http://www.massdot.state.ma.us/highway/ under the following link sequences: Doing Business With Us Construction Price Adjustments This Contract contains Price Adjustments for steel. See Document 00813 - PRICE ADJUSTMENT FOR STRUCTURAL STEEL AND REINFORCING STEEL of the Special Provisions for their application. The Base Prices for these items on this project are as follows: Rebar ASTM A615/A615M Grade 60 (AASHTO M31 Grade 420) Reinforcing Steel = $0.32 per pound Structural Steel ASTM A709 (AASHTO M270) Grade 36 Structural Steel Plate = $0.52 per pound ASTM A709 (AASHTO M270) Grade 36 Structural Steel Shapes = $0.37 per pound MassDOT projects are subject to the rules and regulations of the Architectural Access Board (521 CMR 1.00 et seq.) Prospective bidders and interested parties can access this information and more via the internet at WWW.COMMBUYS.COM. BY: Stephanie Pollack, Secretary and CEO, MassDOT Thomas J. Tinlin, Administrator, MassDOT SATURDAY, FEBRUARY 20, 2016 00102-3
THIS PAGE IS LEFT BLANK INTENTIONALLY 00102-4
DOCUMENT 00821 Addendum No. 1, March 24, 2016 ELECTRONIC REPORTING REQUIREMENTS CIVIL RIGHTS PROGRAMS AND CERTIFIED PAYROLL Implemented on March 2, 2009 Revised March 14, 2016 The Massachusetts Department Of Transportation (MassDOT) has replaced the CHAMP reporting system with Equitable Business Opportunity Solution (EBO), a new web-based civil rights reporting software system. This system is capable of handling both civil rights reporting requirements and certified payrolls. The program s functions include the administration of Equal Employment Opportunity (EEO) requirements, On-The-Job Training requirements (OJT), Disadvantage Business Enterprise (DBE) and/or Minority / Women s Business Enterprise (M/WBE) subcontracting requirements, and the electronic collection of certified payrolls associated with MassDOT projects. In addition, this system is used to generate various data required as part of the American Recovery and Reinvestment Act (ARRA). Contractors are responsible for all coordination with all sub-contractors to ensure timely and accurate electronic submission of all required data. Contractor and Sub-Contractor EBO User Certification All contractors and sub-contractors must use the EBO software system. The software vendor, Internet Government Solutions (IGS), has developed an online EBO Training Module that is available to contractors and sub-contractors. This module is a self-tutorial which allows all users in the company to access the training, complete the tutorial, and become certified as EBO users for a one time fee of $75.00. This is the only cost to contractors and sub-contractors associated with the EBO software system. The online EBO Training Module can be accessed at www.ebotraining.com. Click the Register My Company button on the login page to begin your training registration. Questions regarding EBO online training should be directed to Gerry Anguilano, IGS at (866) 528-4381. MassDOT will track contractors and sub-contractors who have successfully completed the on-line training module. All persons performing civil rights program and/or certified payroll functions should be EBO certified. Vetting of Firms and Designated Firm Individuals Contractors must authorize a Primary Log-In ID Holder who has completed EBO on-line training to have access to the EBO system by completing and submitting the Request For EBO System Log-In/Password Form located on the MassDOT website at: http://www.massdot.state.ma.us/highway/doingbusinesswithus/contractorvendorinformation/eboreportingsyste m/obtainingaloginpassword.aspx Contractors must also agree to comply with the EBO system user agreement located on the MassDOT website. All subcontracts entered into on a project must include language that identifies the submission and training requirements that the sub-contractor must perform. Sub-contractors will be approved by the respective District Office of MassDOT through the existing approval process. When new sub-contractors, who have not previously worked for MassDOT, are initially selected by a general contractor, the new sub-contractor must be approved by the District before taking the EBO on-line training module. Interim Reporting Requirements Until MassDOT is satisfied that the EBO system is fully operational and functioning as designed, contractors and sub-contractors will be required to submit certified payrolls manually. There will be a transition period where dual reporting, through manual and electronic submission, will be required. MassDOT, however, will notify contractors and sub-contractors when they may cease manual submission of certified payrolls. *** END OF DOCUMENT *** 00821-1
THIS PAGE INTENTIONALLY LEFT BLANK 00821-2
ITEM 767.12 COMPOST FILTER TUBES FOOT (Revised December 2015) The work under this Item shall conform to the relevant provisions of Sections751 and 767 of the Standard Specifications and the following. The purpose of this item is to provide a linear, compost-filled tube for filtering suspended sediments and improve water quality from storm water flow. MATERIALS Material for the filter tubes shall be compost meeting M1.06.0, except that no manure or biosolids shall be used. In addition, no kiln-dried wood or construction debris shall be allowed. Particle size analysis: 98% shall pass through a 3 inch (75mm) sieve; 30-50% shall pass 3/8 inches (10mm) sieve. Tubes for compost filters shall be a minimum of 12 inches (300 mm), a maximum of 18 (450mm) in diameter. Tube material shall be a knitted mesh with 1/8-3/8 (3-10 mm) openings, and made of biodegradable (cotton or jute) materials. Additional tubes shall be used at the direction of the Engineer. Stakes for anchors, if required, shall be nominal 2 x 2 stakes. CONSTRUCTION METHODS Tubes of compost may be filled on site or shipped. Tubes shall be placed, filled and staked in place as required to ensure stability against water flows. All tubes shall be tamped to ensure good contact with soil. Stakes shall not puncture compost tubes. The Contractor shall ensure that the filter tubes function as intended at all times. Tubes shall be inspected after each rainfall and at least daily during prolonged rainfall. The Contractor shall immediately correct all deficiencies, including, but not limited, to washout, overtopping, clogging due to sediment, and erosion. The contractor shall review location of tubes in areas where construction activity causes drainage runoff to ensure that the tubes are properly located for effectiveness. Where deficiencies exist, such as overtopping or wash-out, additional staking or compost material shall be installed as directed by the Engineer. Contractor shall remove sediment deposits as necessary to maintain the filters in working condition. The functional integrity of filter tubes shall be maintained in sound condition at all times. Filter tubes that are decomposing, cut, or otherwise compromised shall be repaired or replaced as directed by the Engineer and be incidental to this item. Filter tube fabric and stakes shall be removed by the Contractor when site conditions are sufficiently stable to prevent surface erosion, and after receiving permission to do so from the Engineer. All biodegradable tube fabric shall be cut and laid flat in place to decompose on-site at the direction of the Engineer. Tube fabric that is not decomposing satisfactorily shall be removed and disposed off-site by the Contractor. At the direction of the Engineer, the Contractor may rake out and seed compost so that it is no greater than 2 inches (50 mm) in depth on soil substrate. A00801-69
ITEM 767.12 (Continued) Addendum No. 1, March 24, 2016 COMPENSATION Measurement for this item will be per FOOT of Compost Filter Tube installed, approved, and maintained in place. Payment will be per FOOT which price shall be full compensation for all labor, equipment and materials necessary to complete the work specified above, including, but not limited to, stakes and tube fabric, compost mulch wedge along top of tubes, removal and disposal of fabric and stakes, raking and seeding of compost. ITEM 853.211 TEMPORARY BARRIER REMOVED AND RESET FOOT Work under this item shall consist of removing, transporting and resetting temporary barrier systems and limited deflection temporary barrier systems from alignments established along the roadway to new alignments in accordance with the details shown on the plans, as required by the construction and staged construction operations and as required by the Engineer for the channelization of traffic and/or work zone protection. The work shall also include furnishing and installing all hardware and associated materials per the details and/or manufacturer s specifications for anchored or restrained temporary barrier systems. The work shall also include necessary patches and repairs caused by the temporary barrier system to damaged pavement surfaces or any adjacent longitudinal barrier once the system has been removed. CONSTRUCTION METHODS Temporary barrier systems and limited deflection temporary barrier systems shall be removed from existing locations and reset in accordance to the Construction Methods stated in Item 853.33. Damage to the pavement surface or adjacent permanent barriers caused by removing or resetting temporary barrier shall be repaired as directed by the Engineer at the Contractor s expense. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 853.211 shall be measured by the foot, in place. Payment for work under this item shall be made at the Contract price per Foot, which shall provide full compensation for removing, relocating, resetting, realigning, and transporting maintaining the temporary barrier system and/or limited deflection temporary barrier system. A00801-70
ITEM 853.211 (Continued) Addendum No. 1, March 24, 2016 The Contractor will be paid for this item each time the barrier is relocated either to a new work zone, to off-season storage, or back to the project from storage. The Contractor will not be separately compensated for any work necessary to maintain or re-align units or replace damaged units. No payment will be made for removing and resetting barriers for the purpose of gaining access to the construction work zone. No payment will be made for removing, relocating and resetting any barriers moved for the convenience of the Contractor. For temporary barrier systems that require anchorage systems, the cost of furnishing, installing and removing the anchorage and hardware and the restoration of pavement surfaces or adjacent permanent barrier systems to facilitate anchorage shall be considered incidental to the cost of the item. ITEM 853.33 TEMPORARY BARRIER LIMITED DEFLECTION (TL-3) FOOT Work under this item shall consist of furnishing, installing, maintaining and final removal of limited deflection TL-3 temporary barrier systems for channelization of traffic and/or work zone protection. Limited deflection temporary barrier systems shall have a maximum dynamic deflection of 24 inches or less and shall be used in areas where the available clear area behind the barrier system is 24 inches or less. MATERIALS The following limited deflection temporary barrier systems are acceptable for use: 1. BarrierGuard 800; Highway Care International. http://www.highwaycareint.com/product_info/44/barrierguard800 2. J-J Hooks F-Shape Temporary Concrete Barrier; Easi-Set Industries. http://jjhooks.com/ 3. ZoneGuard; Hill & Smith, Inc. http://www.hillandsmith.com/zoneguard/ 4. Texas DOT X-Bolt F-Shaped Concrete Safety Barrier The Contractor may submit alternate materials to the Engineer for approval if the limited deflection temporary barrier system meets the following criteria: 1. The system has been tested by an independent laboratory that is accredited by FHWA to crash test roadside hardware; 2. The system meets the minimum requirements of the AASHTO Manual on Assessing Safety Hardware (MASH) at Test Level (TL) 3 or higher; and 3. The system has a federal-aid eligibility letter from FHWA. A00801 70.A
ITEM 853.33 (Continued) Addendum No. 1, March 24, 2016 Copies of the testing results and the federal-aid eligibility letter shall be submitted and approved by the Engineer prior to procurement of an alternate temporary barrier system. The Contractor shall supply shop drawings to confirm the available clear area behind the barrier equals or exceeds the maximum dynamic deflection of MASH Test 3-11 during testing procedures taken at an independent laboratory that is accredited by FHWA to crash test roadside hardware. Delineators shall be installed on all limited deflection temporary barrier systems in conformance with the relevant provisions of Section 850.69 and shall be incidental to the temporary barrier systems. Temporary impact attenuators that are listed on the Qualified Traffic Control Equipment List shall be used whenever a blunt end of the limited deflection temporary barrier system is facing traffic within the clear zone unless it is protected by a second barrier system or secured to a separate barrier system or bridge railing by a method approved by the manufacturer. CONSTRUCTION METHODS Limited deflection temporary barrier systems shall be placed in line with the drawings. Installation shall be per the manufacturer s specifications, details, and the approved shop drawings. The Contractor shall not place any breaks in the limited deflection temporary barrier system that will result in sections that are shorter than the stated minimum length-of-need (LON) under MASH Test 3-11. Exceptions shall be allowed for gate systems or changeable length segments placed over expansion joints if those barrier segment types have been tested and meet the minimum requirements of MASH Test 3-11 with the adjoining limited deflection barrier system. Within the LON section, limited deflection temporary barrier systems shall only be placed on paved surfaces unless otherwise tested and certified under MASH TL-3 for those conditions. Damage to the pavement surface caused by the limited deflection temporary barrier during installation, while in service, and/or during removal shall be repaired as directed by the Engineer at the Contractor s expense Limited deflection temporary barrier systems that require anchorage systems shall conform with the relevant provisions of Section 850.70. A00801 70.B
ITEM 853.33 (Continued) Addendum No. 1, March 24, 2016 METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 853.33 shall be measured by the Foot, in place. Payment for work under this item shall be made at the Contract price per Foot for limited deflection temporary barrier installed in place, including all incidental items. This price shall include the cost of furnishing, installing, maintaining and final removal of all limited deflection temporary barrier systems. For limited deflection temporary barrier systems that require anchorage systems, the cost of furnishing and installing the anchorage and hardware and the restoration of pavement surfaces or adjacent permanent barrier systems to facilitate anchorage shall be considered incidental to the cost of the item. Payment for limited deflection temporary barrier removed and reset will be made under Item 853.211. A00801 70.C
Addendum No. 1, March 24, 2016 ITEM 853.53 TEMPORARY IMPACT ATTENUATOR (TL-3) EACH ITEM 853.531 TEMPORARY IMPACT ATTENUATOR (TL-3) EACH REMOVED AND RESET Work under these items shall consist of furnishing, installing, maintaining and final removal of temporary impact attenuator systems for protection of the ends of temporary barrier and other roadside hazards in work zones. All work shall be in conformance with the specifications of the manufacturer and in close conformance with the locations, lines, and grades shown on the plans. Installation, removal and resetting, and final removal will be at the direction of the Engineer. MATERIALS The Contractor shall supply a temporary attenuator that meets the same or higher crash Test Level (TL) as the adjacent temporary barrier, unless otherwise shown on the plans. The temporary attenuator shall be listed on the Department s Qualified Traffic Control Equipment List. The temporary impact attenuator shall be designed to fit within reasonably close tolerance of the dimensions given on the plans. The Contractor shall supply shop drawings for the temporary attenuator and for any anchorage system and for any transitions or connections between the temporary attenuator and the adjacent barrier or other roadside hazard. CONSTRUCTION METHODS The side of the temporary attenuator that faces traffic shall include a Type 3 Object Marker that conforms to the language found in Sections 2C.64 and 2C.65 of the Manual on Uniform Traffic Control Devices. The work shall also include necessary patches and repairs caused by the temporary impact attenuator system to damaged pavement surfaces or any adjacent longitudinal barrier once the system has been removed. Installation means and methods shall be per the manufacturer s specifications and/or drawings. Excavation for temporary attenuator foundations and anchorage shall be made to the required depth and to a width that will permit the installation and bracing of forms where necessary. All soft and unsuitable material shall be replaced with compacted gravel borrow. The Contractor shall supply the Engineer instructions for installation and the manufacturer s recommended routine inspection and maintenance program. The cost of inspection and maintenance of temporary attenuators shall be considered incidental in nature. A00801 70.D
Addendum No. 1, March 24, 2016 ITEMS 853.53 and 853.531 (Continued) Damaged temporary impact attenuators shall be replaced by the Contractor within 24 hours or as directed by the Engineer, at the Contractor s expense. A truck mounted attenuator that meets the same or higher TL, or other means of protecting the damaged temporary impact attenuator, shall be deployed until the repairs or replacement has been completed, at the Contractor s expense. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Items 853.53 shall be measured as a single unit Each furnished and installed in place. Item 853.531 shall be measured by Each unit, which shall provide full compensation for removing, relocating, resetting, transporting, and maintain the impact attenuator. The Contractor will be paid for Item 853.531 each time the temporary impact barrier is relocated to a new work zone and shall not be separately compensated for any work to replace damaged units. The Contractor shall not be paid for removing, relocating, and resetting any impact attenuators for the convenience of the Contractor. Payment for work under these Items shall be made at the Contract unit price each. This price shall include the cost of all labor and materials for furnishing, foundations and anchorages, installation, maintenance and final removal, and all incidental work necessary to complete the work as specified. A00801 70.E
Addendum No. 1, March 24, 2016 ITEM 864.311 SLOTTED PAVEMENT MARKINGS ONE-WAY WHITE EACH REMOVED AND REPLACED Work under this Item shall consists of removing old Slotted Pavement Markings at the direction of the Engineer and at the completion of the work assignment placing new Slotted Pavement Markings, at the direction of the Engineer. The work to be done under this item shall consist of furnishing and installing one-way white reflectorized pavement markers (slotted in pavement) in accordance with the relevant provisions of Traffic Standard TR.6.5 Typical Pavement Markings for Conventional Roadways, and the following: One-way white markers shall be installed along the broken white lane lines (skip lines) at the midway point between successive skip lines at 80 foot intervals on the mainline. CONSTRUCTION METHODS The work shall include cutting the tapered pavement slot to the dimensions specified by the chosen manufacturer for the one-way markers, application of the manufacturer s recommended epoxy adhesive, and placing the reflectorized pavement marker in the proper position within the slot so that the reflective face is visible and perpendicular to oncoming traffic and so that the top of the marker is set 1/8± inch below the top of the adjacent pavement. Only motorized vehicles with specialized grinding equipment intended for these purposes shall be used to grind out the slots for the recessed pavement markers. No manually-propelled or walk behind carts will be allowed. Equipment that does not produce slots that remain in true alignment with the striping centerline shall be replaced with satisfactory equipment as directed by the Engineer. Surface preparation and installation shall be strictly in accordance with the manufacturer s instructions. Pavement markers shall not be placed on pavement surfaces that show evidence of cracking, checking, spalling or failure of underlying base material. If during the laying out process, it is determined that the marker would be installed at a point with one of the aforementioned surface defects or at a pavement construction joint, then the marker shall be relocated a distance not to exceed 10% of the typical marker spacing. If the marker cannot be located within this 10% margin then this marker shall be deleted. The minimum pavement surface temperature at the time of application shall be that recommended by the epoxy manufacturer. No markers shall be installed if the pavement surface or precut slots are wet. A00801 70.F
ITEM 864.311 (Continued) Addendum No. 1, March 24, 2016 The marker shall be protected against traffic until the adhesive has hardened. The following table may be used as a guideline. Ambient Air Temp Minimum Period Protected F from Traffic (Minutes) 100 15 90 20 80 25 70 30 60 35 50* 45 *No installation will be made at a lower temperature than 50 F unless the epoxy manufacturer can guarantee his produce will harden sufficiently at this lower temperature to withstand traffic in 45 minutes. MATERIALS Reflectorized pavement markers shall be 3M Series 290, Ennis Flint Stimsonite C80, Rayolite Model 2004 or an approved equal. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 864.311 will be measured for payment by the Each slotted pavement markings one-way white removed and replaced complete in place. Item 864.311 will be paid at the Contract unit price per Each, which price shall include removal and disposal of existing slotted pavement marker, cutting the tapered pavement slot, furnishing and installation of the reflectorized markers, including all necessary materials, labor, equipment and incidental costs required to complete the work. A00801 71
ITEM 905. 4000 PSI, 3/8 IN., 660 CEMENT CONCRETE CUBIC YARD All work shall conform to the relevant provisions of Section 901 of the Standard Specifications and the following: a) The work under this item consists of furnishing and placing 4,000 PSI, 3/8 IN., 660 Cement Concrete Masonry to repair bridge decks, superstructures, substructures, and culverts, as directed. b) The Contractor shall have the approval of the Engineer certifying that the existing concrete has been removed to the required limits and that adequate surface preparation has been achieved before any concrete is placed. c) Bonding Agent: Immediately prior to all concrete pours, the Contractor will apply an approved bonding agent to the excavated surfaces of the concrete. The bonding agent will be worked into the surfaces with stiff brushes or brooms in accordance with Sub-Section 901.68C BONDING TO CONCRETE ALREADY SET section at the beginning of these special provisions. Bonding Agent will be considered incidental to this Item. When directed, the Contractor shall use specialized materials, equipment, and crews to pour the concrete in accordance with the Standard Specifications in Section 901. This specialized work includes, but is not limited to, the following: Motorized Screed: When so directed, the Contractor shall use an approved motorized screed to properly finish a deck pour. This will only be required for large deck pours as required by the Engineer. Concrete Pump Truck: When so directed, the Contractor shall use an approved concrete pump truck to properly place the concrete. The pump truck will also be used to prevent a lane closure in the lane adjacent to the pour. Under no circumstances, will the pump truck be driven over a deck that is partially excavated. Finishing Crew: When so directed, the Contractor will use a specialized finishing crew to properly finish the deck pours. Additionally, any concrete cracks caused by shrinkage or temperature stresses during the curing of new concrete, poured under this item and exposed to traffic, shall be sealed. This work includes: 1. Before sealing, the concrete must be dry, clean and free of contaminants. The concrete shall then be blown clean using oil free compress air immediately prior to applying the sealer. 2. The cracks shall be v-notched to a minimum depth of ½ inch or a ¼ inch bead of caulk shall be placed on both sides of the crack creating a trough. The crack sealer shall then be poured into the v-notch or trough. The crack shall then be observed for seepage of crack sealer and shall be refilled as necessary to ensure the crack is completely filled. A00801 72
M Addendum No. 1, March 24, 2016 Project # 607545 Location Contract # 92992 : LEE Description : Scheduled and Emergency Bridge Repairs (Including Painting) Br. No. L-05-044 Interstate 90 over Route 20 & the Housatonic River and Other Various Locations. ITEM # M 100. QUANTITY 1 ITEM WITH UNIT BID PRICE WRITTEN IN WORDS SCHEDULE OF OPERATIONS - FIXED PRICE $33500 UNIT PRICE AMOUNT $33,500.00 $33,500.00 AT Thirty Three Thousand Five Hundred Dollars LUMP SUM 100.1 500 BASE LABOR RATE PER HOUR 106.12 150 BRIDGE CURB REMOVED AND RESET PER FOOT 106.897 4 CRIBBING PER BEAM END EACH 106.898 10 SHORING PER BEAM END (L-05-044) EACH 106.899 6 SHORING PER BEAM END REMOVED & RESET (L-05-044) EACH 107.855 275 PRESSURE INJECTION OF CRACKS PER FOOT 107.97 4,571 STRUCTURAL STEEL REPAIRS PER POUND 120.1 190 UNCLASSIFIED EXCAVATION PER CUBIC YARD CMS104 - Report Run Date: 3/24/2016 10:17 AM Page 2 B00420-3
Project # 607545 Contract # 92992 Location : LEE Description : Scheduled and Emergency Bridge Repairs (Including Painting) Br. No. L-05-044 Interstate 90 over Route 20 & the Housatonic River and Other Various Locations. ITEM # QUANTITY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS 127.1 90 REINFORCED CONCRETE EXCAVATION UNIT PRICE AMOUNT PER CUBIC YARD 127.111 20 REINFORCED CONCRETE EXCAVATION (SUBSTRUCTURE) PER CUBIC YARD 127.4 110 REINFORCED CONCRETE DECK EXCAVATION (FULL DEPTH) PER SQUARE YARD 127.41 45 REINFORCED CONCRETE DECK EXCAVATION (PARTIAL DEPTH) PER CUBIC YARD 129.2 3,760 OLD PAVEMENT EXCAVATION PER SQUARE YARD 129.61 110 OLD ASPHALTIC PLUG JOINT REMOVED & DISCARDED PER FOOT 130. 1,320 PAVEMENT MILLING (QUALITY ASSURANCE) PER SQUARE YARD 151.01 90 GRAVEL BORROW - TYPE C PER CUBIC YARD 251. 30 POLYVINYLCHLORIDE DRAIN PIPE PER FOOT CMS104 - Report Run Date: 3/24/2016 10:17 AM Page 3 B00420-4
Project # 607545 Contract # 92992 Location : LEE Description : Scheduled and Emergency Bridge Repairs (Including Painting) Br. No. L-05-044 Interstate 90 over Route 20 & the Housatonic River and Other Various Locations. ITEM # QUANTITY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS 852. 760 SAFETY SIGNING FOR TRAFFIC MANAGEMENT UNIT PRICE AMOUNT PER SQUARE FOOT 853.211 2,760 TEMPORARY BARRIER REMOVED AND RESET PER FOOT 853.33 2,040 TEMPORARY BARRIER - LIMITED DEFLECTION (TL-3) PER FOOT 853.403 6 TRUCK MOUNTED ATTENUATOR PER DAY 853.53 2 TEMPORARY IMPACT ATTENUATOR (TL-3) EACH 853.531 4 TEMPORARY IMPACT ATTENUATOR (TL-3) REMOVED AND RESET EACH 854.016 43,260 TEMPORARY PAVING MARKINGS - 6 INCH (PAINTED) PER FOOT 854.1 12,780 PAVEMENT MARKING REMOVAL 856. 90 ARROW BOARD PER SQUARE FOOT PER DAY CMS104 - Report Run Date: 3/24/2016 10:17 AM Page 6 B00420-7
Project # 607545 Contract # 92992 Location : LEE Description : Scheduled and Emergency Bridge Repairs (Including Painting) Br. No. L-05-044 Interstate 90 over Route 20 & the Housatonic River and Other Various Locations. ITEM # QUANTITY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS 856.12 315 PORTABLE CHANGEABLE MESSAGE SIGN UNIT PRICE AMOUNT PER DAY 859. 49,250 REFLECTORIZED DRUM PER DAY 860.106 14,200 6 INCH REFLECTORIZED WHITE LINE (PAINTED) PER FOOT 861.106 11,360 6 INCH REFLECTORIZED YELLOW LINE (PAINTED) PER FOOT 864.311 150 SLOTTED PAVEMENT MARKINGS ONE WAY WHITE REMOVED AND REPLACED EACH 905. 190 4000 PSI, 3/8 IN., 660 CEMENT CONCRETE PER CUBIC YARD 909.2 70 CEMENTITIOUS MORTAR FOR PATCHING PER SQUARE FOOT 910.1 8,538 STEEL REINFORCEMENT FOR STRUCTURES - EPOXY COATED PER POUND 961.2 12,615 CLEAN (FULL REMOVAL) AND PAINT STEEL BEAM ENDS AND BEARINGS (L-05-044) PER SQUARE FOOT CMS104 - Report Run Date: 3/24/2016 10:17 AM Page 7 B00420-8