SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E...

59

Transcript of SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E...

Page 1: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based
Page 2: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based
Page 3: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

SPECIFICATIONS – JOB SPECIFIC

Addendum No. 7

Page 4: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Date: 12/09/2016 Page: 1 of 3

RI Contract #2016-CB-059

CODE 413.9901 RIDEABILITY – SURFACE COURSE

413.01 Description. This specification covers pavement rideability as determined by the Engineer and unit price adjustments in accordance with the rating scale based on post paving rideability determination.

413.02 Acceptance. Pavement rideability will be determined by the Engineer using a profiler on all travel lanes. A travel lane is defined as a lane on which traffic is allowed to travel excluding paved shoulders and turning lanes. The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler.

The surface course ride quality acceptance will be based on the average International Roughness Index (IRI) of three tests using a profiler, for each wheel path for each 0.1-mile section, conducted by the Engineer and reported for each travel lane.

An IRI number in inches per mile will be established using ProVAL software for each 0.1-mile long section for each wheel path in each travel lane. A 300 foot long-wavelength filter will be applied during testing. A 250mm short-wavelength filter will be applied during analysis using ProVAL.

Each wheelpath of each 0.1 mile section in each travel lane will be considered a sublot. A lot is defined as 20 sublots. If a project has less than 20 sublots, a lot will be comprised of all of the sublots for each wheelpath. If the final lot is 10 or more sublots, it will be considered its own lot. If the final lot is less than 10 sublots, it will be added to the previous lot.

Areas that are excluded (“leave-out” sections) from testing include the area 15 feet before and after pavement segments with manholes, catch basins or utility structures in the travel lane and the area 30 feet before and after bridge joints. Areas excluded from testing by the profiler may, at the Engineer’s discretion, be tested using a 10-foot maximum straightedge. The variation of the surface (including the cut & matches) between any two contacts along the straightedge shall not be more than 1/4 inch. Humps and depressions exceeding the specified tolerance shall be subject to correction as directed by the Engineer, at no additional cost to the State.

Sections before “leave-out” sections and the section at the end of the paving limit will be added to the previous sublot if they are less than 0.05 miles or will be considered a full sublot if they are greater than or equal to 0.05 miles.

Addendum No. 7 JS-16 R-1

RichardC
Polygon
Page 5: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Date: 12/09/2016 Page: 2 of 3

RI Contract #2016-CB-059

Table 1 provides the pay adjustment and corrective action criteria based upon the IRI established for each sublot.

Table 1 IRI Pay Adjustment

(Inches Per Mile) (Percent) 55 and Under +3%

56 - 65 +1% 66 - 80 0% 81 - 90 -10% 91 - 100 -20% 101 - 110 -30% 111 – 130 -50% Over 130 Corrective Action Required

The incentive (positive contract unit price adjustment) will be based on the following: 1) The average IRI of the lot must be less than or equal to 80, and 2) The theoretical tonnage is obtained by taking the measured length, multiplied by half of the design width of the travel lane, multiplied by the design thickness of the surface course, multiplied by the unit weight derived from 93% of the averages of the theoretical maximum densities for dense graded mixes or 93% of the Marshall densities for Friction course obtained at the plant. When corrections to the pavement surface are required, the Engineer will approve the Contractor’s method of correction. In order to produce a uniform cross section, the Engineer may require corrections to the adjoining lanes and shoulders. Corrections shall be at no cost to the State. The method of correction shall be limited to diamond grinding or another approved method. Where corrections are made after the official Department test, the pavement will be retested by the Engineer to verify that corrections have produced an acceptable ride surface. No incentives will be provided for sections on which corrective actions are performed. In the event the corrective action(s) results in an IRI of greater than 130 in/mi in each wheel path, the Contractor will be assessed an adjustment based on Table 2.

Table 2 IRI After Correction Pay Adjustment

(Inches Per Mile) (Percent) 131 - 150 -60% 151 - 170 -80% Over 170 -100%

This rideability specification does not relieve the Contractor from responsibility concerning workmanship in accordance with the requirements of the Specifications and other contract requirements.

Addendum No. 7 JS-17 R-1

RichardC
Polygon
Page 6: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Date: 12/09/2016 Page: 3 of 3

RI Contract #2016-CB-059

413.03 Basis of Payment

A pay adjustment will be determined for each sublot based upon the IRI of that sublot. The adjusted sublot tonnage will be obtained by multiplying the theoretical tonnage in the sublot by that sublot’s pay adjustment. The adjusted sublots will be totaled to determine the adjusted lot tonnage. The adjusted lot tonnage will be divided by the theoretical lot tonnage to obtain the unit price adjustment for that lot. This unit price adjustment will be multiplied by the unit price of the HMA and applied to the theoretical tonnage of the lot for pay purposes.

Incentives will be addressed using Section 401.9901.

Disincentives will be addressed using a Record of Change.

Addendum No. 7 JS-18 R-1

RichardC
Polygon
Page 7: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Date: 9/27/16 RI Contract No. 2015-CB-059

Page 1 of 11

817.9906

ELECTROCHEMICAL CHLORIDE EXTRACTION PIERS 14 THROUGH 17

DESCRIPTION:

The work under this item shall consist of providing electrochemical chloride extraction (ECE) for concrete piercaps at Piers 14 through 17. The ECE shall be designed, installed and operated, so as to remove chloride ions from concrete to mitigate against corrosion of encased steel and bar reinforcement. The work under this item shall also be in accordance with all applicable requirements of SECTION 817, “REPAIRS TO STRUCTURE CONCRETE MASONRY”, of the Rhode Island Standard Specification and these Special Provisions.

The ECE treatment shall be applied to the bottom and all side surfaces of the pier caps at Piers 14, 15, 16, and 17. Prior to performing ECE, all concrete repair work shall be completed as per Contract documents.

GENERAL: Referenced Documents: American Association of State Highway Transportation Officials (AASHTO):

1. T 260 Sampling and Testing for Chloride Ion in Concrete and Concrete RawMaterials

2. R 18 Establishing and Implementing A Quality System for Construction MaterialsTesting Laboratories

American Society of Testing and Materials (ASTM) : C876-15 Measurement and Interpretation of Half-Cell Potentials of Reinforcing Steel in Concrete

National Electrical Code (NEC): NFPA 70

SUBMITTALS: 1. Working drawings shall be prepared, stamped, and submitted for approval in

accordance with requirements in the Rhode Island Standard Specifications for shopdrawings before the commencement of any Electrochemical Chloride Extraction.The working drawings submitted for approval by the Engineer shall contain detailsof the ECE system and all other relevant information required for proper installationof the system. It shall include the following items:

a. Project name and locationb. All necessary precautions to protect workers and the public from hazardous

materials that may be present or generated during ECE system installation,operation, and removal.

Addendum No. 7 JS-63 R-2

MIplikcioglu
Text Box
(R2)
Page 8: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Date: 9/27/16 RI Contract No. 2015-CB-059

Page 2 of 11

c. Material supplier's name, material safety data sheets and commercialmaterial designation for all materials used. Any environmental conditions(temperature, humidity, etc.) or other procedures required for installationshall be noted on the working drawings.

d. Certification by both the ECE and FRP material suppliers that the ECEtreatment is compatible with the proposed FRP strengthening system andwill not have any adverse effects on the proposed FRP strengthening of thepier caps that are to receive the ECE treatment.

e. The type of anode to usedf. The electrolyte materials to be used, including cellulose, felt, water, chemical

additives, etc.g. Approximate size and layout of zones and sub zones.h. AC power requirements and proposed power sourcei. Work schedule.

2. The following qualifications shall be submitted before the commencement of ECE.a. Written verification from the ECE technology supplier deeming the Contractor

to be fully trained and certified to install the proposed ECE treatmentb. List of at least five previous ECE installation projects by the contractor on

concrete structures in the US within the last 10 years. Documentation shallinclude the description, location, agency and agency representative contactdetails

c. Training certification of all personnel engaged in the ECE work showingsatisfactory completion of an education and training program in theinstallation methods, monitoring and removal procedures for ECE asprovided by an ECE technology supplier.

d. The contractor/subcontractor shall provide a Cathodic Protection (CP)Specialist accredited by the National Association of Corrosion Engineers(NACE) with a minimum of 10 years of ECE work experience. The CPSpecialist, or a NACE CP Technician under his direction, shall supervise theoverall installation of the ECE system including the design of constructionsequence and perform sufficient site visits to oversee every phase of thework.

e. The Project Site Superintendent and the CP Technician each shall have aminimum of 5 years ECE system installation work experience in asupervisory/quality control position.

f. Project Quality Control plan prepared and implemented by the CP Specialistor the CP Technician under his direction.

3. Within 100 days upon completion of the surface treatment, the ECE Subcontractorshall submit a written final report to the Engineer detailing the installation and alloperating data for the system. This shall include records of all tests andmeasurements, made before, during and after treatment, including those listedunder the inspection section of Monitoring of System Operation. The final reportshall include, and describe in detail, at least the following information:

Addendum No. 7 JS-64 R-2

Page 9: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Date: 9/27/16 RI Contract No. 2015-CB-059

Page 3 of 11

a. Reinforcing steel continuity testing completed on the structure and locationsof any continuity bandings made.

b. surface preparation performed before treatmentc. description of the ECE installation and procedure usedd. materials used with manufacturers' data sheetse. description of test locations, test procedures, and testing frequencyf. current and voltage readings during treatmentg. all test results including pre and post Cl- levels.h. locations and repair of any damage to the concrete arising from the

treatmenti. discussion of results, including consideration of any local anomalies or

variations in resultsj. statement on effectiveness of the treatment.

MATERIALS AND EQUIPMENT

1. Materials for Concrete RepairOnly portland cement concrete, or mortars having an appropriate electrical resistivity shall be used in repairs.

2. Anode Systema. General

The anode system shall consist of an anode mesh embedded in a reservoir on the concrete surface. The electrolyte reservoir shall consist of cellulose fiber saturated with an electrolyte.

b. Anode meshThe anode mesh to be utilized during the treatment shall be steel mesh. Any rust staining produced by the steel anode during the ECE treatment shall be removed.

c. Cellulose fiberCellulose fiber specifically designed and tested for use with Electrochemical Chloride Extraction shall be used. Cellulose fiber shall have the following physical properties:

Consist of 100% natural cellulose fibers Be treated with fire retardant Shall contain a minimum of 8% calcium hydroxide as a pH buffer

and chlorine scavenger Be self adherent Have water absorption of up to approximately 1500% of dry fiber

weight.Prior to spraying of the cellulose fiber onto the concrete surface to be treated, wooden battens of appropriate size or suitable spacers shall be fixed to the concrete.

d. Electrolyte

Addendum No. 7 JS-65 R-2

Page 10: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Date: 9/27/16 RI Contract No. 2015-CB-059

Page 4 of 11

The electrolyte shall consist of potable water. Calcium Hydroxide may be added if deemed necessary by ECE Subcontractor.

3. Electrical Insulating MaterialThe electrical insulating materials to be used to cover all electrical connections shall be waterproof.

4. AC Power SupplyProvide an appropriate AC power supply.

5. DC Power Supplya. General

i. The DC power rectifiers supplied by the ECE Subcontractor shall havesufficient number of independent AC/DC converter circuits for thenumber of individual concrete zones to be treated.

ii. Each AC/DC converter shall be rated to provide total output currentand voltage to meet the current demand of the individual pier zone. Acurrent distribution box shall be provided for each zone, so that eachzone can be divided into subzones that can operate electrically inparallel. The voltage on the secondary side shall be limited toapproximately 40 VDC. These converters shall be rated to operatecontinuously at maximum output under site conditions of temperatureand relative humidity.

b. EnclosuresThe converters shall be housed in vandal-proof enclosures suitable forsite conditions.

c. Controls and connectionsEach AC/DC converter output unit shall be provided with:

i. All output controls.ii. One output voltmeter and one output ampmeter.iii. Provision for direct measurement of output voltage of the secondary

side with an external meter.iv. Easy access to the positive and negative terminals of each output,

which shall be clearly marked "+VE Anode" and "- VE Rebars". Alloutput terminals shall be fully insulated from the chassis or itsenclosure.

v. An adequately rated circuit breaker, enclosed in a moulded casedesigned for operation at ambient temperature, on the main input toensure protection against short circuit and thermal overload.

vi. Main cable connections shall conform to all applicable standards andregulations.

d. Electrical components:i. All electronic component subassemblies shall be encapsulated in

epoxy resin or varnishes, which shall be recommended by thecomponent manufacturers.

Addendum No. 7 JS-66 R-2

Page 11: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Date: 9/27/16 RI Contract No. 2015-CB-059

Page 5 of 11

ii. The rectifiers shall be suitable for continuous operation at thespecified output ratings, with a peak inverse voltage of at least 800volts. These rectifiers shall have double windings, which must beseparated by a grounded metallic screen or mounted on separatelimbs of a grounded core.

iii. Rectifiers shall be of the silicon type with suitable AC surge protection.Fuses shall be used to protect the rectifiers on the DC output side.

iv. AC ripple on DC output of all rectifiers shall not exceed 2V at alloutput settings from 10 to 100% of rated voltage and current outputs.

6. Cablesa. All cables or wiring shall be stranded copper conductors. The cables shall

be insulated with crosslinked polyethylene listed by UL.b. DC cables

Cables for connection to the anode mesh (positive) shall be identified by red insulation and of a minimum gauge 10 AWG.

Cables for connection to the reinforcing steel (negative) shall be identified by black insulation and of a minimum gauge of 6 AWG.

Each DC cable shall be labelled according to the zone or portion of a concrete structure that it is connected to.

7. Digital VoltmeterA battery-operated digital voltmeter (DVM) shall be provided to enable test and monitoring during the treatment period. Spare batteries shall be provided.

The DVM shall, at the minimum, have 3.5 digit display and resolution of 10 mV and an error of no more than 1 digit. The input impedance of the DVM shall be at least 10 MegaOhms.

8. Current ProbesA battery-operated current tong probe, with spare batteries, shall be provided for current readings during the treatment period. The error of the probe shall be no more than + 5%.

9. Equipment and Tests for Monitoring Chloride and Electrolytea. Core and rotary impact drills

Drills for obtaining concrete cores and powder before and after treatment shall be made available by the ECE Subcontractor. Typical diameter of the cores to be drilled is 2 to 3 inches.

b. Chloride analysisSampling of concrete for chloride analysis is performed by drilling either cores or powder samples. Cores shall be cut into slices and crushed to fine powder.

Addendum No. 7 JS-67 R-2

Page 12: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Date: 9/27/16 RI Contract No. 2015-CB-059

Page 6 of 11

Analyses to determine the residual water-soluble chloride content in the concrete shall be in accordance to ASTM C-1218. Field measurements may be made using the rapid chloride test method.

c. Sampling Procedure.Sampling of the concrete before and after treatment should be carried out by experienced personnel. Care shall be taken to prevent cross contamination between samples. The main purpose of the ECE process is to treat the concrete in the vicinity of the rebar. It is therefore important that this is the area which is tested (particularly post treatment samples), however samples shall also be taken away from the reinforcement.

The procedure for collecting samples at reinforcing shall be as follows:

The exact location of the reinforcing, in the area to be tested, shall be located with a cover meter, pachometer, or other suitable rebar-locating device. Core samples shall be taken directly over a single rebar while dust samples may be drilled adjacent to the intersection of two rebars. The samples shall be extracted by taking cores no greater than 3 in diameter down to the depth of the rebar; no rebar shall be damaged. Alternatively, dust samples may be extracted with the use of a hammer drill. The drill bit should be the smaller of 1.5db of the rebar in the location being tested, or 1. To eliminate surface variability, the concrete shall be drilled to a depth of ¼ (6mm) and the dust discarded. Dust samples shall be taken in standard increments from the surface to the depth of the rebar. To avoid cross contamination the drill bit shall be cleaned or maybe changed to one of a smaller diameter for the different increments. The hole shall be thoroughly cleaned with compressed air at each increment. Samples shall immediately be placed into sealed airtight bags, or other suitable containers. They should then be clearly marked with the contract name, the date, the location of the sample, the depth from which the sample was removed, and the depth of the rebar at that location.

INSTALLATION PROCEDURE

1. Preparation of the Concrete for Treatmenta. Pre-installation survey: Visual and sounding surveys shall be carried out

over the full surface area of the structure to determine where delaminationsand where previous repairs have been carried out. In addition, areas whereconcrete cover over the rebars is insufficient (i.e., less than 0.4 inch) shall belocated, by means of a cover meter/pachometer survey or selective chip-outs.

Addendum No. 7 JS-68 R-2

Page 13: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Date: 9/27/16 RI Contract No. 2015-CB-059

Page 7 of 11

b. Removal and replacement of delaminated concrete: Delaminated andspalled concrete areas shall be repaired in accordance with contractdocuments, before the ECE treatment.

c. Remediation for insufficient concrete cover: A layer of cement-based groutshall be applied over all areas determined to have insufficient concrete coveruntil the total cover at each area is at least 0.4 inch.

d. Insulation of visible or shallow metal components: Any tie wires, nails, orother metal components, that are close to the surface or visible on thesurface of the concrete, shall be removed or insulated with silicone rubber ornon-conductive epoxy. If necessary, these may be cut back to not less than0.4 inch below the surface, then patched with a cement-based grout.

e. Reinforcement continuityi. Ensure that the top-layer rebars in the structure are electrically

continuous prior to treatment. This can be done either at existing spalllocations, or at cathode (rebar) connection points. If necessaryadditional holes can be drilled or chipped. If the voltage differencebetween any two rebars (from different locations in the structure) is nomore than 1.0 mV (when measured with a high input impedancevoltmeter with a resolution of no less than 0.1 mV), or resistance isless than 5 Ohms (when measured with a Ohm / multimeter), theserebars are considered to be continuous.

ii. Drawings of the structure showing reinforcement details shall beinspected to locate areas where continuity might not exist, and directmeasurements of voltage differences or resistance between rebars inthese areas and other areas in the structure shall be made. Inaddition, measurement points shall include locations along theperimeter and the middle of each structural component. Records ofthe locations of measurement points and the measuredvoltage/resistance differences shall be submitted to the Engineer withthe final report, or sooner if requested.

iii. Where any electrical discontinuity is identified, proposals for providingcontinuity shall be submitted to the Engineer for approval beforeproceeding.

f. Reinforcement (negative) connections:i. There shall be at least 1 rebar connection per 500 sq.ft. of concrete

surface area, and never less than 2 connections per zone.ii. Rebar connections shall be made by drilling a ¾ inch diameter hole

down to the rebar. Ensure that the rebar surface is cleaned, by eitherthe action of the drill or other means determined by the ECE Suppler/CP Specialist. Then inserting a lead plug connected to the cathodewire into the hole, and compressing the lead plug against the rebarwith the use of a setting tool. The electrical connection shall be testedimmediately after a connection has been made, and then theconnection shall be coated with a non-conductive material, such as

Addendum No. 7 JS-69 R-2

Page 14: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Date: 9/27/16 RI Contract No. 2015-CB-059

Page 8 of 11

silicon rubber, or the hole may be sealed with an approved patch repair mortar.

g. Connection of metal fixtures: Any metal fixtures attached to the concretestructure must be protected against corrosion by electrical connection to thereinforcement. Exposed steel shall also be masked and protected fromcontact to the anode mesh. Any cable used in providing electricalconnections shall comply with the requirements of Materials and Equipmentsection 6, Cables, and the sheathing shall be color coded black.

2. Installation of the Anode Systema. Preparation of the concrete surface

i. The surface of the concrete shall be cleaned of any grease, coating,etc., that may interfere with the passage of electrical current, toensure optimum treatment efficiency. Sandblasting or water jettingmay be required to achieve this.

ii. To prevent short circuits, any exposed steel, in or on the surface ofthe concrete, shall be adequately masked and, if necessary,connected to the reinforcement or removed, before applying theanode system.

b. Electrolytic reservoiri. The reservoir shall consist of an anode mesh embedded within

electrolyte-saturated cellulose fiber.ii. The fiber and the electrolyte shall be delivered through separate

hoses, then mixed at a nozzle and sprayed directly onto the surface ofthe concrete. The anode mesh shall be securely fixed using woodenbattens or suitable plastic spacers. (Plastic screws and plugs must beused with wooden battens). The distance between the woodenbattens shall be no more than 3 ft.

iii. The cellulose fiber shall contain a minimum of 8% calcium hydroxideor a minimum of 8% calcium hydroxide shall be added to the cellulosefiber during mixing and spraying.

iv. The fiber-electrolyte mixture shall be applied only after the anodemesh is securely installed. The total fiber-electrolyte layer shall beapproximately 1.5 to 2 inch thick and must submerge the anodemesh.

v. After the anode and reservoir have been installed, the entire areashall be wrapped with plastic and secured to reduce dehydration.Throughout the ECE treatment, the reservoir shall be wetted withelectrolyte and kept saturated. Provide the necessary water supplyand containers.

3. Connection of Cablesa. All DC cables shall be placed and connected so that they do not cause any

unnecessary inconvenience. Cable insulation shall be checked; anydamaged insulation shall be repaired using a generous amount of anappropriate insulation material, or by making new joints, which shall be

Addendum No. 7 JS-70 R-2

Page 15: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Date: 9/27/16 RI Contract No. 2015-CB-059

Page 9 of 11

contained in junction boxes. If the cable is damaged beyond the insulation, , the damaged cable or part of it shall be replaced by making new joints, which shall be contained in junction boxes.

b. All AC power cables shall be installed in accordance to relevant NEC codesand standards.

4. Placement of the AC/DC Converters: The Engineer shall approve the location forplacement of the converters. The chassis of the converters shall be grounded inaccordance with relevant NEC codes and standards.

5. Inspection of the Installation: The installed anode system, its electrical connections,and power cables shall be fully inspected by the ECE Subcontractor’s CP Specialistto the satisfaction of the Engineer prior to the initiation of the ECE treatment. ACpower shall be connected by a certified electrician as per relevant codes.

SYSTEM OPERATION AND MAINTENANCE

1. System Start-Upa. Circuit verification

i. Prior to start-up or energization of power, tests shall be undertaken toensure that all measurements and power distribution circuits arecorrectly wired, connected and labelled. Where appropriate, thecircuits shall have the expected resistances.

ii. Using a suitable voltmeter, the negative polarity of the reinforcementshall be confirmed when the power sources are switched on.

b. Adjustment of current outputi. Initial energizing of the system shall be undertaken only upon

completion of the procedures described under Circuit verification.ii. The current used for the chloride removal treatment shall generally be

between 0.1 A/sq.ft. to 0.2 A/sq.ft. and shall not exceed 0.5 A/sq.ft.iii. During the treatment, the current output shall be measured individually

in each anode cable (as detailed in Monitoring of System Operationsection). The total current can be adjusted by decreasing orincreasing the applied voltage. If the results indicate an unexpectedcurrent distribution, an inspection shall be carried out to determine thereason, and remedial action shall be taken and documented.

2. Monitoring of System Operationa. Inspections

During the treatment, the operation of the system shall be checked regularly by the ECE Subcontractor and the following records shall be made and submitted to the Engineer:

i. date and timeii. current (to each zone and subzone)iii. voltage (to each zone)

Addendum No. 7 JS-71 R-2

Page 16: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Date: 9/27/16 RI Contract No. 2015-CB-059

Page 10 of 11

iv. amp-hour (calculate for each zone)

If a problem develops the ECE Subcontractor shall determine the cause, rectify the problem, and report it to the Engineer.

Visual inspection of cable connections, cable insulation, and anode meshes, and wetting of the cellulose fibre shall be conducted regularly.

Any interruption in the operation shall be recorded and reported to the Engineer.

b. Determination of chloride content:i. Determination of the residual water-soluble chloride (Cl-) in the

concrete adjacent to the steel (per ASTM C-1218) shall be carried outas deemed necessary during the treatment.

ii. The determination shall be conducted on concrete samples to betaken at pre determined points at the level of the rebar. Theselocations shall be submitted to the Engineer for approval prior tocommencement of the ECE treatment. Tests are generally completednear the location and at the same depth (reinforcing steel depth) asprevious pre-treatment test locations.

iii. If the results of any of these analyses indicate that the system is notoperating properly, the ECE Subcontractor shall determine the causeand rectify the situation.

3. Remedial WorkDuring the treatment, remedial work shall be conducted whenever any inspectionindicates that the system is not performing properly. This remedial work shallinclude, but not necessarily be limited to, the following:

a. Repair or replacement of defective components of the system.b. Modification to correct any electrical short circuits or to prevent stray

currents.

4. The ECE treatment shall be performed until one of the following criteria is achieved:I. until a total of 60A-hrs/sq.ft. of current has been passes, or

II. until the chloride in the concrete in the vicinity of the reinforcing steelhas decreased to 0.03% by weight of concrete after correction forbackground chlorides, whichever is the earliest?

POST TREATMENT After the system is turned off, the ECE Subcontractor shall remove all electrical cables, conduits, hangers, and power supplies from the site. The cellulose fibre, anode mesh and wooden battens shall also be removed from the site or be disposed in accordance with applicable disposal and safety regulations.

Addendum No. 7 JS-72 R-2

MIplikcioglu
Cloud
MIplikcioglu
Text Box
(R - 2)
Page 17: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Date: 9/27/16 RI Contract No. 2015-CB-059

Page 11 of 11

The surface of all treated concrete shall be washed with pressure cleaning, using clean water. If a steel anode has been used then a light abrasive blast shall be undertaken to remove stains left by the corroded mesh.

The entire treated structure shall then be inspected; the occurrence, location, and extent of any physical damage or changes to the concrete shall be noted. Any such defects such as holes made on the concrete (to install wooden battens, conduit hangers, system negative connections, etc.) shall then be repaired.

The surface of all treated concrete shall prepared in accordance with 817.9904 “FIBER REINFORCED WRAP-AASHTO PIERS (SPANS 14-17)”, and 820.9901 “CONCRETE SURFACE TREATMENT (PROTECTIVE COATING)”, 842.0100 “ANTI-GRAFFITI COATING” as applicable.

METHOD OF MEASUREMENT:

“ELECTROCHEMICAL CHLORIDE EXTRACTION, PIERS 14 THROUGH 17” will be measured for payment by the contract LUMP SUM, completed and accepted.

BASIS OF PAYMENT:

The accepted quantity of “ELECTROCHEMICAL CHLORIDE EXTRACTION, PIERS 14 THROUGH 17” will be paid for at the contract LUMP SUM. The price bid shall constitute full and complete compensation for all labor, materials, and equipment, and for all other incidentals required to finish the work as shown on the Plans and described herein, complete and accepted by the Engineer.

Addendum No. 7 JS-73 R-2

Page 18: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

CONTRACT DRAWINGS

Addendum No. 7

Page 19: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

PROPOSED APPROACH SLAB HAUNCH � FIXED JOINT

r4'/;_" ASPHALT ,... l._

6" BASE

EXISTING APPROACH SLAB

1 � ABUTMENT 1

3" ASPHALT �" DECK

WEST ABUTMENT POURABLE JOINT SEAL

PROPOSED APPROACH SLAB HAUNCH (SEE SECTION 2 AT ABUTMENT ON SHEET 49 FOR DETAILS)

N.T.S.

LIMITS OF COLD APPLIED LIQUID MEMBRANE

DETAIL SCALE: NTS

2

�-- BOND BREAKER TAPE

"v--- l"xl/2" POLYURETHANE ELASTOMERIC SEALANT

/1-----------+- EXISTING 1" CLOSED CELL PREFORMED POLYETHYLENE FOAM TO REMAIN

"-- END OF BEAM

C)

TOP OF PAVEMENT -- BITUMINOUS SEAL

SAW CUT & SEAL DETAIL SCALE: NTS

� JOINT1 3/8" MIN. (lYP.) 3 1/2" MIN. (lYP.)

3

LIMITS OF COLD APPLIED LIQUID MEMBRANE

5/8"� x8" STUDS @ 9" O.C. (lYP.}

CANTILEVER

1%"+--__,

I

I

B.

I I

�J

i I

I

STRIP SEAL FRAME

ELASTOMERIC CONCRETE (BY JOINT MANUFACTURER)

=:k-wEARING SURFACE � BRG. _

}- DECK SLAB

DROP IN BEAM

NOTE: DROP IN SPAN SHOWN, OTHERS SIMILAR

STRIP SEAL EXPANSION JOINT DETAIL

EXIST. ASPHALTIC PLUG JOINT MATERIAL

.. •

• ..

4 • .. ..

I I

SCALE: 1 "= 1 '-0"

� JOINT I

I

2'-0"

1 '-8"

<l ... t, • ..

..

.. 4.

.. ..

REMOVE AS REQUIRED FOR PROPOSED JOINT 5"±

• .. .. ..

--------+-------<--------+---------

DECK REINF. TO REMAIN

DEMOLITION DETAIL SCALE: NTS

3

LOCATION

SPAN 1

SPAN 3

SPAN 5

SPAN 7 WEST

SPAN 7 EAST

SPAN 10

SPAN 13

PIER 14

FED. ROAD STATE

DIV. NO.

FEDERAL AID

PROJECT NO.

RI BH0-0700(004)

STRIP SEAL NOTES:

1. TEMPORARY NEOPRENE STRIP SEAL GLAND(S) SHALL BE INSTALLEDAT THE END OF EACH PHASE OF CONSTRUCTION. ONCE ALL PHASESOF JOINT REPLACEMENT HAVE BEEN COMPLETED, TEMPORARYNEOPRENE STRIP SEAL GLANDS SHALL BE REMOVED AND ONECONTINUOUS NEOPRENE STRIP SEAL GLAND SHALL BE INSTALLED.FIELD SPLICING OF STRIP SEAL GLAND IS NOT PERMITTED.

2. WITHIN EACH CONSTRUCTION PHASE, THE ENTIRE EXPANSION STRIPSEAL FRAME SHALL BE ASSEMBLED, ERECTED AND SET TO GRADEPRIOR TO PLACING THE ELASTOMERIC CONCRETE. THE EXPANSIONDAM SHALL BE CONSTRUCTED TO FOLLOW THE ROADWAY GRADEAND CROSS SLOPE.

3. STRIP SEAL FRAME SHALL BE AASHTO DESIGNATION M 270 GRADE36. THE STUDS SHALL BE ASTIM DESIGNATION A 108, AND SHALL BEWELDED BY THE PRESSURE PROCESS.

4. A COAT OF ASPHALT CEMENT PAINT SHALL BE APPLIED TO STEELSURFACES SLIDING ON THE CONCRETE.

5. ALL MATERIALS SHALL BE GALVANIZED OR METALIZED.

6. THESE DRAWINGS ARE TO BE USED AS A GUIDE IN THEPREPARATION OF THE SHOP DRAWINGS.

7. THE NEOPRENE STRIP SEAL SHALL BE BONDED TO THE SEAL FRAMEWITH AN APPROVED ADHESIVE IN ACCORDANCE WITH THEMANUFACTURER'S RECOMMENDATION.

8. THE TRANSVERSE BUTI WELDS FOR SPLICING OF THE STEEL FRAMESHALL BE PARTIAL PENETRATION DOUBLE V-GROOVE WELDS ONPREPARED BEVELED EDGES EXTENDING ALL AROUND THE JOINT ASFAR AS PRACTICAL TO ACHIEVE A WATERTIGHT SEAL. THE INSIDE OFTHE SEAL CAVITY SHALL NOT BE WELDED. WHERE A TRANSVERSEJOINT OCCURS, TWO ADDITIONAL STUDS MUST BE ADDED ON EACHSIDE OF THE JOINT. PROPOSED SPLICES SHALL BE DETAILED ON THESHOP DRAWINGS.

9. THE MOVEMENT CLASSIFICATION OF THE JOINT SHALL NOT BE LESSTHAN THE CLASSIFICATION SPECIFIED ON THE DRAWINGS.

10. THE SEALS FURNISHED WITH THE STRIP SEAL FRAME MUST BECOMPATIBLE WITH THE STEEL FRAME AND MUST PROVIDE A

TERTIGHT JOINT.

CONTRACTOR SHALL DEMOLISH A PORTION OF THE BRIDGE BARRIER/PARAPET AT THE STRIP SEAL JOINT LOCATIONS AS REQUIRED TO CONSTRUCT THE EXPANSION JOINT WITH '/;_" BENT SLIDING PLATE AS SHOWN IN RIDOT STANDARD DRAWING NUMBER 4.30.

EXPANSION JOINT TEMPERATURE CHART

MOVEMENT WIDTH (IN) CLASS @ 15" F @ 30" F @ 45" F @ 60" F @ 75" F

2" 2.5 2.3 2.2 2.0 1.8

2" 2.6 2.4 2.2 2.0 1.8

2" 2.8 2.5 2.3 2.0 1.7

2" 3.1 2.8 2.4 2.0 1.6

2" 2.9 2.6 2.3 2.0 1.7

2" 3.1 2.7 2.4 2.0 1.6

2" 2.7 2.5 2.2 2.0 1.8

2" 3.0 2.7 2.3 2.0 1.7

@ 90" F

1.7

1.6

1.5

1.2

1.4

1.3

1.5

1.3

FISCAL SHEET TOTAL

YEAR NO. SHEETS

@

48 142

(REV-1)

105· F

1.5

1.4

1.2

0.9

1.1

0.9

1.3

1.0

REVISIONS RHODE ISLAND

DEPARTMENT OF TRANSPORTATION

REHABILITATION OF

WASHINGTON BRIDGE

NORTH NO. 700 PROVIDENCE & EAST PROVIDENCE, RHODE ISLAND

A:COM

DECK JOINT DETAILS

SHEET 2

CHECKED BY DATE SCALE 0009N_V1_048 DECK-DETAILS2-REV 1 Addendum No. 7

Page 20: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

�������

Addendum No. 7

Page 21: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Addendum No. 7

Page 22: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

ITEMS LIST

Addendum No. 7

Page 23: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Item List

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

FAP Nos. - BHO-0700(004)R.I. Contract No. - 2016-CB-059

Estimate Name - Addendum No. 7

Page 1 of 5 12/9/2016Date:

026 707.2000 ADJUST FRAME AND GRATE TO GRADE 34.00 EACH

025 704.9901 RECONSTRUCT MANHOLE FRAME, COLLAR AND COVER 1.00 LS

027 708.9040 CLEANING AND FLUSHING PIPE ALL SIZES 258.00 LF

029 800.9901 TEMPORARY SUPPORT AND JACKING - DROP IN BEAMS (SPANS 1-6 AND 8-14)

57.00 EACH

028 708.9041 CLEANING CATCH BASINS ALL TYPES AND SIZES 16.00 EACH

021 401.9901 PAY ADJUSTMENTS 9,477.00 EACH

020 401.3100 MODIFIED CLASS 9.5 HMA 2,902.00 TON

022 402.9901 FRICTION COURSE WITHOUT PAY ADJUSTMENTS 1,800.00 TON

024 410.1000 TEMPORARY PATCHING MATERIAL/TRENCHES 355.00 TON

023 403.0300 ASPHALT EMULSION TACK COAT 14,153.00 SY

031 803.0400 CLEANING BRIDGE BEAM SEATS 1.00 EACH

030 800.9902 TEMPORARY JACKING AND SHORING OF BRIDGE BEAM ENDS PIERS 14 THROUGH 17 AND ABUTMENT 2

126.00 EACH

006 202.0700 COMMON BORROW 73.00 CY

005 202.0100 EARTH EXCAVATION 207.00 CY

008 203.0100 STRUCTURAL EXCAVATION EARTH 21.00 CY

007 202.0800 GRAVEL BORROW 11.00 CY

004 201.9903 REMOVE AND SALVAGE TRAFFIC SIGNAL SYSTEM 1.00 LS

001 201.0409 REMOVE AND DISPOSE FLEXIBLE PAVEMENT 433.00 SY

019 401.2100 MODIFIED CLASS 12.5 HMA 56.00 TON

003 201.9902 REMOVE AND DISPOSE IMPACT ATTENUATOR 1.00 EACH

002 201.0415 REMOVE AND DISPOSE GUARDRAIL AND POST ALL TYPES 1,843.00 LF

009 203.0700 PERVIOUS FILL 6.00 CY

016 214.0200 MAINTENANCE & DISPOSAL OF HYDRODEMOLITION RUNOFF 40.00 PDAY

015 214.0100 CONTAINMENT SYSTEM FOR CONTROL OF HYDRODEMOLITION RUNOFF

1.00 LS

018 401.1000 CLASS 19.0 HMA 162.00 TON

017 302.0100 GRAVEL BORROW SUBBASE COURSE 145.00 CY

014 213.0100 PLACEMENT OF MILLINGS BENEATH GUARDRAIL 824.00 LF

011 206.0312 COMPOST FILTER SOCK 12 INCH DIAMETER 600.00 LF

010 204.0100 TRIMMING AND FINE GRADING 339.00 SY

013 212.2000 CLEANING AND MAINTENANCE OF EROSION CONTROLS 1.00 LS

012 206.9901 REMOVE AND DISPOSE COMPOST FILTER SOCK 600.00 LF

Seq No.

Item Code Description Quantity UM

Page 24: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Item List

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

FAP Nos. - BHO-0700(004)R.I. Contract No. - 2016-CB-059

Estimate Name - Addendum No. 7

Page 2 of 5 12/9/2016Date:

055 818.2020 PORTLAND CEMENT CONCRETE DECK REPAIRS (PARTIAL DEPTH REMOVAL)

0.00 SF

054 818.2010 PORTLAND CEMENT CONCRETE DECK REPAIRS (FULL DEPTH REMOVAL)

1,907.00 SF

057 820.0110 CONCRETE SURFACE TREATMENT (PROTECTIVE COATING) 196,877.00 SF

056 819.0800 DRILL AND GROUT REINFORCING DOWELS 2,354.00 EACH

S053 817.9906 CHLORIDE EXTRACTION 1.00 LS

S050 817.9903 FIBER REINFORCED WRAP - AASHTO BEAMS (SPANS 15-18) 6,071.00 SF

052 817.9905 CORBEL AND BEAM END CONFINEMENT 72.00 EACH

S051 817.9904 FIBER REINFORCED WRAP - PIER CAPS (PIERS 14-17) 1,623.00 SF

058 821.1690 SAW & SEALING JOINTS IN BITUMINOUS CONCRETE PAVEMENT 2,256.00 LF

060 823.9902 ASPHALTIC EXPANSION JOINT SYSTEM - MATERIALS AND WORKMANSHIP WARRANTY

1.00 LS

059 823.9901 ASPHALTIC EXPANSION JOINT SYSTEM 1.00 LS

037 808.0602 CONCRETE SUBSTRUCTURE CLASS HP 3/4'' BACKWALLS 9.00 CY

036 803.9907 ABUTMENT 1 DEBRIS REMOVAL AND RESTORATION 1.00 LS

039 808.9901 CONCRETE SUPERSTRUCTURE CLASS HP 3/4'' BRIDGE DECKS 1.00 LS

038 808.1675 POLYURETHANE ELASTOMERIC JOINT SEALANT 22,362.00 CI

035 803.9906 REMOVE AND DISPOSE EXISTING STEEL DIAPHRAGMS (SPAN 7) 1.00 LS

032 803.9901 TEMPORARY DECK UNDERSIDE AND SIDE PROTECTIVE SHIELDING 1.00 LS

S049 817.9902 FIBER REINFORCED WRAP - DROP IN BEAMS (SPANS 1-6 AND 8-14) 15,600.00 SF

034 803.9905 REMOVE AND DISPOSE EXISTING CONCRETE SUBSTRUCTURE (PIER CAPS)

1.00 LS

033 803.9904 REMOVE AND DISPOSE EXISTING CONCRETE SUPERSTRUCTURE 1.00 LS

046 817.2100 REPAIRS TO STRUCTURAL CONCRETE MASONRY (PNEUMATIC MORTAR)

445.00 CF

045 813.0300 COLD APPLIED LIQUID MEMBRANE 18,714.00 SY

048 817.2140 REPAIRS TO STRUCTURAL CONCRETE MASONSRY FORM AND CAST IN PLACE

1,139.00 CF

047 817.2110 REPAIRS TO STRUCTURAL CONCRETE MASONRY (PATCHING MORTAR)

1,353.00 CF

044 811.9901 SUB PAVEMENT DRAINS 1.00 LS

041 808.9903 CONCRETE SUPERSTRUCTURE CLASS HP 3/4'' MEDIANS 1.00 LS

040 808.9902 CONCRETE SUPERSTRUCTURE CLASS HP 3/4'' PARAPETS 1.00 LS

043 810.0210 GALVANIZED BAR REINFORCEMENT GRADE 60 184,608.00 LBS

042 808.9904 CONCRETE SUBSTRUCTURE CLASS HP 3/4'' PIERS, COL, CAP 1.00 LS

Seq No.

Item Code Description Quantity UM

Page 25: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Item List

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

FAP Nos. - BHO-0700(004)R.I. Contract No. - 2016-CB-059

Estimate Name - Addendum No. 7

Page 3 of 5 12/9/2016Date:

084 906.0602 BITUMINOUS BERM STANDARD 7.5.1 600.00 LF

S083 901.0151 TERMINAL END SECTION SINGLE FACE STANDARD 34.3.2 4.00 EACH

086 914.5010 FLAGPERSONS 4,160.00 MHRS

085 907.0100 WATER FOR DUST CONTROL 100.00 MGAL

S082 901.0103 GUARDRAIL STEEL BEAM SINGLE FACE CONCRETE 636.00 LF

079 840.9902 REPLACEMENT OF DECK SURFACE CONCRETE REMOVED BY HYDRODEMOLITION (PARTIAL DEPTH)

9,211.00 SF

078 840.9901 DECK SURFACE CONCRETE REMOVAL BY HYDRODEMOLITION (PARTIAL DEPTH)

9,211.00 SF

S081 901.0101 GUARDRAIL STEEL BEAM SINGLE FACE EARTH AND ASPHALT 1,207.00 LF

080 842.0100 ANTI-GRAFFITI COATING 49,713.00 SF

088 916.0600 SHOCK ABSORBING BARRIER MODULES 3.00 GRP

087 914.5020 FLAGPERSONS - OVERTIME 624.00 MHRS

065 825.8041 PAINTING EXISTING STRUCTURAL STEEL 1.00 LS

064 824.9903 RESTRAINER ADJUSTMENT 1.00 LS

067 826.0100 CONTAINMENT, COLLECTION, STORAGE AND DISPOSAL OF DEBRIS AND SPENT MATERIALS

1.00 LS

066 825.8046 PAINTING STRUCTURAL STEEL 1.00 LS

061 823.9903 STRIP SEAL EXPANSION JOINTS 1.00 LS

077 839.0200 FULL DEPTH REMOVAL AND DISPOSAL OF BITUMINOUS PAVEMENT FROM CONCRETE BRIDGE DECKS

17,086.00 SY

063 824.9902 REMOVE LONGITUDINAL RESTRAINERS 1.00 LS

062 824.9901 STRUCTURAL STEEL DIAPHRAGMS - SPAN 7, FURNISH, FABRICATE AND ERECT

1.00 LS

068 826.0200 PERSONNEL PROTECTION DURING PAINTING AND CLEANING OPERATIONS

1.00 LS

074 834.9901 VERTICAL FACE GRANITE CURB FOR BRIDGES - REMOVE, STOCKPILE, AND RESET

342.00 LF

073 834.0112 VERTICAL FACE GRANITE CURB CURVED 10'' REVEAL 50.00 LF

076 836.0100 STRUCTURAL CONCRETE CRACK REPAIR BY EPOXY-RESIN BASE ADHESIVE INJECTION

4,483.00 LF

075 835.9901 CLEANING AND FLUSHING OF BRIDGE DRAINAGE SYSTEM 0.00 LS

070 828.9901 RESET ELASTOMERIC BEARINGS 6.00 EACH

069 828.0303 ELASTOMERIC BEARINGS LAMINATED 24.00 EACH

072 834.0111 VERTICAL FACE GRANITE CURB STRAIGHT 10'' REVEAL 50.00 LF

071 829.0300 POLYVINYL CHLORIDE SCUPPER PIPING 54.00 LF

Seq No.

Item Code Description Quantity UM

Page 26: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Item List

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

FAP Nos. - BHO-0700(004)R.I. Contract No. - 2016-CB-059

Estimate Name - Addendum No. 7

Page 4 of 5 12/9/2016Date:

112 T05.0320 PULL BOX ON STRUCTURE TYPE V STANDARD 18.6.3 11.00 EACH

S111 T04.9902 VIDEO DETECTION SYSTEM CABLE 400.00 LF

S114 T06.2020 2 IN. RIGID STEEL CONDUIT-OVERHEAD 160.00 LF

113 T05.9901 TYPE V PULL BOX CHECKERED COVER PLATE 6.00 EACH

S110 T04.5305 14 AWG 5 CONDUCTOR CABLE 850.00 LF

107 L01.0104 PLANTABLE SOIL 4 INCHES DEEP 433.00 SY

S109 T04.5001 6 AWG SINGLE CONDUCTOR CABLE 600V INSULATION 350.00 LF

S108 L02.0101 GENERAL HIGHWAY SEEDING (TYPE 1) 433.00 SY

S115 T06.2030 3 IN. RIGID STEEL CONDUIT-OVERHEAD 50.00 LF

S117 T11.6006 SPAN AND MESSENGER WIRES 6/16 150.00 LF

116 T08.9901 REMOVE, STOCKPILE AND RESET LIGHT STANDARD 1.00 LS

S118 T11.9906 TRAFFIC SIGNAL STANDARD, WOOD, 40 FT. CLASS 2.00 EACH

094 924.0113 ADVANCE WARNING ARROW PANEL 492.00 PDAY

093 923.0200 FLUORESCENT TRAFFIC CONES STANDARD 26.1.0 100.00 EACH

096 926.0140 REFLECTIVE DELINEATORS FOR TEMPORARY CONCRETE BARRIERS

204.00 EACH

095 925.0112 PORTABLE CHANGEABLE MESSAGE SIGN 990.00 PDAY

092 923.0125 PLASTIC PIPE TYPE III BARRICADE STANDARD 26.3.1 35.00 EACH

S089 916.0700 GUARDRAIL ENERGY ABSORBING TERMINAL IMPACT ATTENUATOR

1.00 EACH

106 943.0200 TRAINEE MAN-HOURS 5,000.00 MHRS

091 923.0105 DRUM BARRICADE STANDARD 26.2.0 21,552.00 BDAY

090 922.0100 TEMPORARY CONSTRUCTION SIGNS STANDARD 29.1.0 AND 27.1.1 1,880.00 SF

103 935.0400 REMOVING BITUMINOUS PAVEMENT BY MICRO MILLING 12,852.00 SY

102 932.0100 CUTTING AND MATCHING ASPHALT 792.00 LF

105 937.0200 MAINTENANCE AND MOVEMENT TRAFFIC PROTECTION 1.00 LS

104 936.0100 MOBILIZATION AND DEMOBILIZATION 0.00 LS

101 931.0110 CLEANING AND SWEEPING PAVEMENT 143.00 HSY

098 926.9902 UNANCHORED PRECAST MEDIAN BARRIER FOR TEMPORARY TRAFFIC CONTROL

7,815.00 LF

097 926.9901 ANCHORED PRECAST MEDIAN BARRIER FOR TEMPORARY TRAFFIC CONTROL

687.00 LF

100 929.0110 FIELD OFFICE 18.00 PMO

099 928.9901 TRUCK MOUNTED ATTENTUATOR WITH TRUCK MOUNTING FLASHING ARROW BOARD

448.00 HRS

Seq No.

Item Code Description Quantity UM

Page 27: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Item List

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

FAP Nos. - BHO-0700(004)R.I. Contract No. - 2016-CB-059

Estimate Name - Addendum No. 7

Page 5 of 5 12/9/2016Date:

S135 T20.1112 12 INCH TEMPORARY WATERBORNE PAINT PAVEMENT MARKINGS WHITE

25.00 LF

S136 T20.1206 6 INCH TEMPORARY WATERBORNE PAINT PAVEMENT MARKINGS YELLOW

25,772.00 LF

S137 T20.1212 12 INCH TEMPORARY WATERBORNE PAINT PAVEMENT MARKINGS YELLOW

1,114.00 LF

S134 T20.1106 6 INCH TEMPORARY WATERBORNE PAINT PAVEMENT MARKINGS WHITE

58,394.00 LF

145 936.9901 MOBILIZATION 1.00 LS

132 T20.0900 BI-DIRECTIONAL CONTROL DEVICE STANDARD 20.2.0 2.00 EACH

133 T20.1020 REMOVE EXISTING PAVEMENT MARKINGS 1.00 LS

S142 T20.2016 6 INCH EPOXY RESIN PAVEMENT MARKINGS YELLOW 4,971.00 LF

S143 901.0197 GUARDRAIL CONNECTION TO EXISTING ENDPOST APPROACH END SECTION, STANDARD 34.3.5

3.00 EACH

S144 901.0199 GUARDRAIL END TREATMENT, ENERGY ABSORBING TERMINAL 1.00 EACH

S141 T20.2012 12 INCH EPOXY RESIN PAVEMENT MARKINGS WHITE 1,846.00 LF

S138 T20.1310 TEMPORARY WATERBORNE PAINT PAVEMENT ARROW - STRAIGHT, LEFT, RIGHT OR COMBINED STANDARD 20.1.0

5.00 EACH

S139 T20.1312 TEMPORARY WATERBORNE PAINT PAVEMENT MARKING WORD "ONLY" STANDARD 20.1.0

2.00 EACH

S140 T20.2006 6 INCH EPOXY RESIN PAVEMENT MARKINGS WHITE 7,566.00 LF

S121 T12.9901 VIDEO DETECTION SYSTEM HARDWARE 3.00 EACH

S122 T12.9905 MODIFY EXISTING TRAFFIC SIGNAL CONTROLLER CABINET 10.00 EACH

S123 T12.9908 MAINTENANCE OF TRAFFIC SIGNAL SYSTEMS 1.00 LS

131 T17.9901 REMOVE AND REPLACE GROUT AT OVERHEAD SIGN LEVELING PLATES

1.00 LS

S119 T12.0004 ACTUATED CONTROLLER TS-2, TYPE 1 W/4 PHASE ASSEMBLY POLE MOUNTED INCLUDING CABINET STD. 19.1.1

1.00 EACH

S120 T12.9150 METER SOCKET W/MANUAL BY-PASS 1.00 EACH

S124 T13.1000 TRAFFIC DETECTORS-LOOP, STANDARD 19.6.0 1,150.00 LF

S128 T14.3613 1 WAY 3 SECTION BRACKET MOUNTED SIGNAL HEAD 12 INCH 2.00 EACH

129 T15.0100 DIRECTIONAL REGULATORY AND WARNING SIGNS 68.00 SF

130 T15.0110 GUIDE SIGNS STANDARD 29.2.0 224.00 SF

S125 T13.9905 VIDEO DETECTION SYSTEM CAMERA 3.00 EACH

S126 T14.3413 1 WAY 3 SECTION SPAN MOUNTED SIGNAL HEAD 12 INCH 6.00 EACH

S127 T14.3513 1 WAY 3 SECTION MAST ARM MOUNTED SIGNAL HEAD 12 INCH 2.00 EACH

Seq No.

Item Code Description Quantity UM

Page 28: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

DISTRIBIUTION OF QUANTITIES

Addendum No. 7

Page 29: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Index: 1

R - 2Addendum - 7

817.9905 CORBEL AND BEAM END CONFINEMENT 14817.9904 FIBER REINFORCED WRAP - PIER CAPS (PIERS 14-17) 14817.9903 FIBER REINFORCED WRAP - AASHTO BEAMS (SPANS 15-18) 14817.9902 FIBER REINFORCED WRAP - DROP IN BEAMS (SPANS 1-6 AND 8-14) 13

817.2140 REPAIRS TO STRUCTURAL CONCRETE MASONSRY FORM AND CAST IN PLACE

13817.2110 REPAIRS TO STRUCTURAL CONCRETE MASONRY (PATCHING MORTAR) 13817.2100 REPAIRS TO STRUCTURAL CONCRETE MASONRY (PNEUMATIC MORTAR) 12813.0300 COLD APPLIED LIQUID MEMBRANE 12811.9901 SUB PAVEMENT DRAINS 11810.0210 GALVANIZED BAR REINFORCEMENT GRADE 60 11808.9904 CONCRETE SUBSTRUCTURE CLASS HP 3/4'' PIERS, COL, CAP 11808.9903 CONCRETE SUPERSTRUCTURE CLASS HP 3/4'' MEDIANS 11808.9902 CONCRETE SUPERSTRUCTURE CLASS HP 3/4'' PARAPETS 11808.9901 CONCRETE SUPERSTRUCTURE CLASS HP 3/4'' BRIDGE DECKS 10808.1675 POLYURETHANE ELASTOMERIC JOINT SEALANT 10808.0602 CONCRETE SUBSTRUCTURE CLASS HP 3/4'' BACKWALLS 10803.9907 ABUTMENT 1 DEBRIS REMOVAL AND RESTORATION 10803.9906 REMOVE AND DISPOSE EXISTING STEEL DIAPHRAGMS (SPAN 7) 9

803.9905 REMOVE AND DISPOSE EXISTING CONCRETE SUBSTRUCTURE (PIER CAPS)

9803.9904 REMOVE AND DISPOSE EXISTING CONCRETE SUPERSTRUCTURE 9803.9901 TEMPORARY DECK UNDERSIDE AND SIDE PROTECTIVE SHIELDING 9803.0400 CLEANING BRIDGE BEAM SEATS 9

800.9902 TEMPORARY JACKING AND SHORING OF BRIDGE BEAM ENDS PIERS 14 THROUGH 17 AND ABUTMENT 2

8

800.9901 TEMPORARY SUPPORT AND JACKING - DROP IN BEAMS (SPANS 1-6 AND 8-14)

8708.9041 CLEANING CATCH BASINS ALL TYPES AND SIZES 7708.9040 CLEANING AND FLUSHING PIPE ALL SIZES 7707.2000 ADJUST FRAME AND GRATE TO GRADE 6704.9901 RECONSTRUCT MANHOLE FRAME, COLLAR AND COVER 6410.1000 TEMPORARY PATCHING MATERIAL/TRENCHES 6403.0300 ASPHALT EMULSION TACK COAT 6402.9901 FRICTION COURSE WITHOUT PAY ADJUSTMENTS 5401.9901 PAY ADJUSTMENTS 5401.3100 MODIFIED CLASS 9.5 HMA 4401.2100 MODIFIED CLASS 12.5 HMA 4401.1000 CLASS 19.0 HMA 4302.0100 GRAVEL BORROW SUBBASE COURSE 4214.0200 MAINTENANCE & DISPOSAL OF HYDRODEMOLITION RUNOFF 4214.0100 CONTAINMENT SYSTEM FOR CONTROL OF HYDRODEMOLITION RUNOFF 3213.0100 PLACEMENT OF MILLINGS BENEATH GUARDRAIL 3212.2000 CLEANING AND MAINTENANCE OF EROSION CONTROLS 3206.9901 REMOVE AND DISPOSE COMPOST FILTER SOCK 3206.0312 COMPOST FILTER SOCK 12 INCH DIAMETER 2204.0100 TRIMMING AND FINE GRADING 2203.0700 PERVIOUS FILL 2203.0100 STRUCTURAL EXCAVATION EARTH 2202.0800 GRAVEL BORROW 2202.0700 COMMON BORROW 2202.0100 EARTH EXCAVATION 1201.9903 REMOVE AND SALVAGE TRAFFIC SIGNAL SYSTEM 1201.9902 REMOVE AND DISPOSE IMPACT ATTENUATOR 1201.0415 REMOVE AND DISPOSE GUARDRAIL AND POST ALL TYPES 1201.0409 REMOVE AND DISPOSE FLEXIBLE PAVEMENT 1

Table of Contents - Distribution of QuantitiesProject Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7R.I. Contract No. - 2016-CB-059

FAP Nos: BHO-0700(004)ItemCode Description Page

Page 30: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Index: 2

R - 2Addendum - 7

926.9901 ANCHORED PRECAST MEDIAN BARRIER FOR TEMPORARY TRAFFIC CONTROL

31926.0140 REFLECTIVE DELINEATORS FOR TEMPORARY CONCRETE BARRIERS 31925.0112 PORTABLE CHANGEABLE MESSAGE SIGN 30924.0113 ADVANCE WARNING ARROW PANEL 30923.0200 FLUORESCENT TRAFFIC CONES STANDARD 26.1.0 30923.0125 PLASTIC PIPE TYPE III BARRICADE STANDARD 26.3.1 30923.0105 DRUM BARRICADE STANDARD 26.2.0 29922.0100 TEMPORARY CONSTRUCTION SIGNS STANDARD 29.1.0 AND 27.1.1 25916.0700 GUARDRAIL ENERGY ABSORBING TERMINAL IMPACT ATTENUATOR 25916.0600 SHOCK ABSORBING BARRIER MODULES 25914.5020 FLAGPERSONS - OVERTIME 25914.5010 FLAGPERSONS 25907.0100 WATER FOR DUST CONTROL 25906.0602 BITUMINOUS BERM STANDARD 7.5.1 24901.0151 TERMINAL END SECTION SINGLE FACE STANDARD 34.3.2 24901.0103 GUARDRAIL STEEL BEAM SINGLE FACE CONCRETE 24901.0101 GUARDRAIL STEEL BEAM SINGLE FACE EARTH AND ASPHALT 24842.0100 ANTI-GRAFFITI COATING 23

840.9902 REPLACEMENT OF DECK SURFACE CONCRETE REMOVED BY HYDRODEMOLITION (PARTIAL DEPTH)

22

840.9901 DECK SURFACE CONCRETE REMOVAL BY HYDRODEMOLITION (PARTIAL DEPTH)

22

839.0200 FULL DEPTH REMOVAL AND DISPOSAL OF BITUMINOUS PAVEMENT FROM CONCRETE BRIDGE DECKS

21

836.0100 STRUCTURAL CONCRETE CRACK REPAIR BY EPOXY-RESIN BASE ADHESIVE INJECTION

20835.9901 ** ITEM DELETED ** 20

834.9901 VERTICAL FACE GRANITE CURB FOR BRIDGES - REMOVE, STOCKPILE, AND RESET

20834.0112 VERTICAL FACE GRANITE CURB CURVED 10'' REVEAL 20834.0111 VERTICAL FACE GRANITE CURB STRAIGHT 10'' REVEAL 19829.0300 POLYVINYL CHLORIDE SCUPPER PIPING 19828.9901 RESET ELASTOMERIC BEARINGS 19828.0303 ELASTOMERIC BEARINGS LAMINATED 19

826.0200 PERSONNEL PROTECTION DURING PAINTING AND CLEANING OPERATIONS

19

826.0100 CONTAINMENT, COLLECTION, STORAGE AND DISPOSAL OF DEBRIS AND SPENT MATERIALS

19825.8046 PAINTING STRUCTURAL STEEL 18825.8041 PAINTING EXISTING STRUCTURAL STEEL 18824.9903 RESTRAINER ADJUSTMENT 18824.9902 REMOVE LONGITUDINAL RESTRAINERS 18

824.9901 STRUCTURAL STEEL DIAPHRAGMS - SPAN 7, FURNISH, FABRICATE AND ERECT

18823.9903 STRIP SEAL EXPANSION JOINTS 18

823.9902 ASPHALTIC EXPANSION JOINT SYSTEM - MATERIALS AND WORKMANSHIP WARRANTY

17823.9901 ASPHALTIC EXPANSION JOINT SYSTEM 17821.1690 SAW & SEALING JOINTS IN BITUMINOUS CONCRETE PAVEMENT 17820.0110 CONCRETE SURFACE TREATMENT (PROTECTIVE COATING) 16819.0800 DRILL AND GROUT REINFORCING DOWELS 16818.2020 ** ITEM DELETED ** 15818.2010 PORTLAND CEMENT CONCRETE DECK REPAIRS (FULL DEPTH REMOVAL) 15817.9906 CHLORIDE EXTRACTION 15

Table of Contents - Distribution of QuantitiesProject Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7R.I. Contract No. - 2016-CB-059

FAP Nos: BHO-0700(004)ItemCode Description Page

Page 31: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Index: 3

R - 2Addendum - 7

936.9901 MOBILIZATION 45901.0199 GUARDRAIL END TREATMENT, ENERGY ABSORBING TERMINAL 44

901.0197 GUARDRAIL CONNECTION TO EXISTING ENDPOST APPROACH END SECTION, STANDARD 34.3.5

44T20.2016 6 INCH EPOXY RESIN PAVEMENT MARKINGS YELLOW 44T20.2012 12 INCH EPOXY RESIN PAVEMENT MARKINGS WHITE 43T20.2006 6 INCH EPOXY RESIN PAVEMENT MARKINGS WHITE 42

T20.1312 TEMPORARY WATERBORNE PAINT PAVEMENT MARKING WORD "ONLY" STANDARD 20.1.0

42

T20.1310 TEMPORARY WATERBORNE PAINT PAVEMENT ARROW - STRAIGHT, LEFT, RIGHT OR COMBINED STANDARD 20.1.0

42

T20.1212 12 INCH TEMPORARY WATERBORNE PAINT PAVEMENT MARKINGS YELLOW

41T20.1206 6 INCH TEMPORARY WATERBORNE PAINT PAVEMENT MARKINGS YELLOW 41T20.1112 12 INCH TEMPORARY WATERBORNE PAINT PAVEMENT MARKINGS WHITE 40T20.1106 6 INCH TEMPORARY WATERBORNE PAINT PAVEMENT MARKINGS WHITE 40T20.1020 REMOVE EXISTING PAVEMENT MARKINGS 40T20.0900 BI-DIRECTIONAL CONTROL DEVICE STANDARD 20.2.0 39T17.9901 REMOVE AND REPLACE GROUT AT OVERHEAD SIGN LEVELING PLATES 39T15.0110 GUIDE SIGNS STANDARD 29.2.0 38T15.0100 DIRECTIONAL REGULATORY AND WARNING SIGNS 38T14.3613 1 WAY 3 SECTION BRACKET MOUNTED SIGNAL HEAD 12 INCH 38T14.3513 1 WAY 3 SECTION MAST ARM MOUNTED SIGNAL HEAD 12 INCH 38T14.3413 1 WAY 3 SECTION SPAN MOUNTED SIGNAL HEAD 12 INCH 38T13.9905 VIDEO DETECTION SYSTEM CAMERA 37T13.1000 TRAFFIC DETECTORS-LOOP, STANDARD 19.6.0 37T12.9908 MAINTENANCE OF TRAFFIC SIGNAL SYSTEMS 37T12.9905 MODIFY EXISTING TRAFFIC SIGNAL CONTROLLER CABINET 36T12.9901 VIDEO DETECTION SYSTEM HARDWARE 36T12.9150 METER SOCKET W/MANUAL BY-PASS 36

T12.0004 ACTUATED CONTROLLER TS-2, TYPE 1 W/4 PHASE ASSEMBLY POLE MOUNTED INCLUDING CABINET STD. 19.1.1

36T11.9906 TRAFFIC SIGNAL STANDARD, WOOD, 40 FT. CLASS 36T11.6006 SPAN AND MESSENGER WIRES 6/16 35T08.9901 REMOVE, STOCKPILE AND RESET LIGHT STANDARD 35T06.2030 3 IN. RIGID STEEL CONDUIT-OVERHEAD 35T06.2020 2 IN. RIGID STEEL CONDUIT-OVERHEAD 35T05.9901 TYPE V PULL BOX CHECKERED COVER PLATE 35T05.0320 PULL BOX ON STRUCTURE TYPE V STANDARD 18.6.3 34T04.9902 VIDEO DETECTION SYSTEM CABLE 34T04.5305 14 AWG 5 CONDUCTOR CABLE 34T04.5001 6 AWG SINGLE CONDUCTOR CABLE 600V INSULATION 34L02.0101 GENERAL HIGHWAY SEEDING (TYPE 1) 34L01.0104 PLANTABLE SOIL 4 INCHES DEEP 34943.0200 TRAINEE MAN-HOURS 33937.0200 MAINTENANCE AND MOVEMENT TRAFFIC PROTECTION 33936.0100 ** ITEM DELETED ** 33935.0400 REMOVING BITUMINOUS PAVEMENT BY MICRO MILLING 33932.0100 CUTTING AND MATCHING ASPHALT 33931.0110 CLEANING AND SWEEPING PAVEMENT 32929.0110 FIELD OFFICE 32

928.9901 TRUCK MOUNTED ATTENTUATOR WITH TRUCK MOUNTING FLASHING ARROW BOARD

32

926.9902 UNANCHORED PRECAST MEDIAN BARRIER FOR TEMPORARY TRAFFIC CONTROL

31

Table of Contents - Distribution of QuantitiesProject Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7R.I. Contract No. - 2016-CB-059

FAP Nos: BHO-0700(004)ItemCode Description Page

Page 32: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

Addendum - 7

AS DIRECTED BY THE ENGINEER 271.00 0014 01

WASHINGTON BRIDGE NORTH NO. 700

PIER 15 591.00 0014 01

PIER 14 44.00 0014 01

Item 817.9903 Total: 6,071.00

(PIERS 14-17)

051 817.9904 FIBER REINFORCED WRAP - PIER CAPS SF

WASHINGTON BRIDGE NORTH NO. 700

052 817.9905 CORBEL AND BEAM END CONFINEMENT EACH

SPAN 01 5.00 0014 01

AS DIRECTED BY THE ENGINEER 7.00 0014 01

PIER 17 378.00 0014 01

PIER 16 339.00 0014 01

Item 817.9904 Total: 1,623.00

SPAN 13 975.00 0014 01

SPAN 12 975.00 0014 01

Item 817.9902 Total: 15,600.00

SPAN 14 975.00 0014 01

SPAN 09 975.00 0014 01

049 817.9902 Cont. SPAN 08 975.00 0014 01

SPAN 11 975.00 0014 01

SPAN 10 975.00 0014 01

SPAN 16 105.00 0014 01

SPAN 15 2,413.00 0014 01

SPAN 18 313.00 0014 01

SPAN 17 2,228.00 0014 01

BEAMS (SPANS 15-18)

050 817.9903 FIBER REINFORCED WRAP - AASHTO SF

AS DIRECTED BY THE ENGINEER 1,012.00 0014 01

WASHINGTON BRIDGE NORTH NO. 700

Distribution of QuantitiesPage 14 of 45

Item No.

Item Code Description UM Qty. Pay Code

Seq. No.

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)Estimate Name - Addendum No. 7R.I. Contract No. - 2016-CB-059

FAP Nos: BHO-0700(004)

Page 33: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

PROPOSAL

Addendum No. 7

Page 34: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

PROPOSAL

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)Estimate Name - Addendum No. 7R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 35: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 0

THE UNDERSIGNED BIDDER HEREBY AGREES TO BE BOUND BY THE AWARD OF THE CONTRACT AND IF AWARDED THE CONTRACT ON THIS PROPOSAL TO EXECUTE WITHIN TEN (10) DAYS AFTER NOTICE OF AWARD THE REQUIRED CONTRACT AGREEMENT AND THE REQUIRED CONTRACT BOND, OF WHICH CONTRACT THIS PROPOSAL, THE PLANS FOR THE WORK, AND THE SPECIFICATIONS AS ABOVE INDICATED, SHALL BE A PART.

PROPOSAL

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

R.I. Contract No. - 2016-CB-059

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 STATE OF RHODE ISLAND STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION, WITH LATEST REVISIONS AND SUPPLEMENTS TO DATE OF CONTRACT, WHICH ARE ACKNOWLEDGED TO BE A PART OF THIS PROPOSAL, THE SPECIAL PROVISIONS, THE PROPOSAL FORM, THE FORM OF CONTRACT AGREEMENT, AND THE FORM OF CONTRACT BOND, AND 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 MATERIALS REQUIRED, HAS INVESTIGATED LABOR CONDITIONS, AND HAS ARRANGED FOR THE CONTINUOUS PROSECUTION OF THE WORK HEREIN DESCRIBED.

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 MATERIALS OF THE SPECIFIED REQUIREMENTS WHICH 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 UNIT PRICES FOR THE VARIOUS ITEMS DESCRIBED IN THE SPECIFICATIONS AND SET FORTH IN THE PROPOSAL. ANY "EXTRA" OR "FORCE ACCOUNT WORK" WILL BE PAID FOR AS SET FORTH IN SUBSECTION 109.04, DIFFERING SITE CONDITIONS, CHANGES, EXTRA WORK AND FORCE ACCOUNT WORK, OF THE STANDARD SPECIFICATIONS AND THE UNDERSIGNED BIDDER HEREBY AGREES TO ACCEPT PAYMENT THEREFORE AS STATED THEREIN.

THE BIDDER UNDERSTANDS THAT THE QUANTITIES OF WORK SHOWN HEREIN ARE APPROXIMATE ONLY AND ARE SUBJECT TO INCREASE OR DECREASE AND AGREES THAT ALL QUANTITIES OF WORK, WHETHER INCREASED OR DECREASED, ARE TO BE PERFORMED AT THE UNIT PRICES STATED IN THE FOLLOWING ESTIMATE OF QUANTITIES AND SCHEDULE OF PRICES FOR THE WORK DESCRIBED, SUBJECT HOWEVER, TO STIPULATIONS IN SUBSECTION 104.02, CHANGES IN THE CONTRACT, OF THE STANDARD SPECIFICATIONS.

FAP Nos: BHO-0700(004)

Page 36: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 1

SPECIAL NOTICE

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

R.I. Contract No. - 2016-CB-059

All items in the Proposal must have a unit bid price in words and figures. All unit bid prices must beextended. Bids will not be accepted if they contain no unit price for an item or if they contain zero inwords and figures as the unit price bid.

The minimum acceptable bid price for:

The only acceptable bid price for:

Items preceded with the letter "S" in the proposal are Specialty Items.

FAP Nos - BHO-0700(004)

PROPOSAL

Code 928.9901, TRUCK MOUNTED ATTENTUATOR WITH TRUCK MOUNTING FLASHING ARROW BOARD is Seventy Five Dollars And No Cents ($75.00) per HRS

Code 937.0200, MAINTENANCE AND MOVEMENT TRAFFIC PROTECTION is One Hundred Fifty Thousand Dollars And No Cents ($150,000.00) per LS

Code 943.0200, TRAINEE MAN-HOURS is Six Dollars And No Cents ($6.00) per MHRS

Code 914.5020, FLAGPERSONS - OVERTIME is Sixty Three Dollars And Fifty Cents ($63.50) per MHRS

Code 212.2000, CLEANING AND MAINTENANCE OF EROSION CONTROLS is Four Thousand Five Hundred Dollars And No Cents ($4,500.00) per LS

Code 907.0100, WATER FOR DUST CONTROL is Fourteen Dollars And Fifty Cents ($14.50) per MGAL

Code 914.5010, FLAGPERSONS is Forty Nine Dollars And Fifty Cents ($49.50) per MHRS

Code 401.9901, PAY ADJUSTMENTS is One Dollar And No Cents ($1.00) per EACH

Page 37: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 2

AT CY

005 202.0100 207.00 EARTH EXCAVATION

AT LS

007 202.0800 11.00 GRAVEL BORROW

AT CY

006 202.0700 73.00 COMMON BORROW

AT CY

002 201.0415 1,843.00 REMOVE AND DISPOSE GUARDRAIL AND POST ALL TYPES

AT LF

001 201.0409 433.00 REMOVE AND DISPOSE FLEXIBLE PAVEMENT

AT SY

004 201.9903 1.00 REMOVE AND SALVAGE TRAFFIC SIGNAL SYSTEM

AT EACH

003 201.9902 1.00 REMOVE AND DISPOSE IMPACT ATTENUATOR

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 38: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 3

013 212.2000 1.00 CLEANING AND MAINTENANCE OF EROSION CONTROLS

012 206.9901 600.00 REMOVE AND DISPOSE COMPOST FILTER SOCK

AT LF

014 213.0100 824.00 PLACEMENT OF MILLINGS BENEATH GUARDRAIL

AT LF

AT LS

009 203.0700 6.00 PERVIOUS FILL

AT CY

AT CY

008 203.0100 21.00 STRUCTURAL EXCAVATION EARTH

011 206.0312 600.00 COMPOST FILTER SOCK 12 INCH DIAMETER

AT LF

010 204.0100 339.00 TRIMMING AND FINE GRADING

AT SY

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 39: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 4

020 401.3100 2,902.00 MODIFIED CLASS 9.5 HMA

019 401.2100 56.00 MODIFIED CLASS 12.5 HMA

AT TON

021 401.9901 9,477.00 PAY ADJUSTMENTS

AT One Dollar And No Cents EACH $1.00 $9,477.00

AT TON

016 214.0200 40.00 MAINTENANCE & DISPOSAL OF HYDRODEMOLITION RUNOFF

AT PDAY

AT LS

015 214.0100 1.00 CONTAINMENT SYSTEM FOR CONTROL OF HYDRODEMOLITION RUNOFF

018 401.1000 162.00 CLASS 19.0 HMA

AT TON

017 302.0100 145.00 GRAVEL BORROW SUBBASE COURSE

AT CY

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 40: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 5Addendum - 2 Revision - 1

027 708.9040 258.00 CLEANING AND FLUSHING PIPE ALL SIZES

026 707.2000 34.00 ADJUST FRAME AND GRATE TO GRADE

AT EACH

028 708.9041 16.00 CLEANING CATCH BASINS ALL TYPES AND SIZES

AT EACH

AT LF

023 403.0300 14,153.00 ASPHALT EMULSION TACK COAT

AT SY

AT TON

022 402.9901 1,800.00 FRICTION COURSE WITHOUT PAY ADJUSTMENTS

025 704.9901 1.00 RECONSTRUCT MANHOLE FRAME, COLLAR AND COVER

AT LS

024 410.1000 355.00 TEMPORARY PATCHING MATERIAL/TRENCHES

AT TON

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 41: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 6Addendum - 2 Revision - 1

034 803.9905 1.00 REMOVE AND DISPOSE EXISTING CONCRETE SUBSTRUCTURE (PIER CAPS)

033 803.9904 1.00 REMOVE AND DISPOSE EXISTING CONCRETE SUPERSTRUCTURE

AT LS

035 803.9906 1.00 REMOVE AND DISPOSE EXISTING STEEL DIAPHRAGMS (SPAN 7)

AT LS

AT LS

030 800.9902 126.00 TEMPORARY JACKING AND SHORING OF BRIDGE BEAM ENDS PIERS 14 THROUGH 17 AND ABUTMENT 2

AT EACH

AT EACH

029 800.9901 57.00 TEMPORARY SUPPORT AND JACKING - DROP IN BEAMS (SPANS 1-6 AND 8-14)

032 803.9901 1.00 TEMPORARY DECK UNDERSIDE AND SIDE PROTECTIVE SHIELDING

AT LS

031 803.0400 1.00 CLEANING BRIDGE BEAM SEATS

AT EACH

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 42: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 7Addendum - 2 Revision - 1

041 808.9903 1.00 CONCRETE SUPERSTRUCTURE CLASS HP 3/4'' MEDIANS

040 808.9902 1.00 CONCRETE SUPERSTRUCTURE CLASS HP 3/4'' PARAPETS

AT LS

042 808.9904 1.00 CONCRETE SUBSTRUCTURE CLASS HP 3/4'' PIERS, COL, CAP

AT LS

AT LS

037 808.0602 9.00 CONCRETE SUBSTRUCTURE CLASS HP 3/4'' BACKWALLS

AT CY

AT LS

036 803.9907 1.00 ABUTMENT 1 DEBRIS REMOVAL AND RESTORATION

039 808.9901 1.00 CONCRETE SUPERSTRUCTURE CLASS HP 3/4'' BRIDGE DECKS

AT LS

038 808.1675 22,362.00 POLYURETHANE ELASTOMERIC JOINT SEALANT

AT CI

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 43: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 8Addendum - 3 Revision - 2

048 817.2140 1,139.00 REPAIRS TO STRUCTURAL CONCRETE MASONSRY FORM AND CAST IN PLACE

047 817.2110 1,353.00 REPAIRS TO STRUCTURAL CONCRETE MASONRY (PATCHING MORTAR)

AT CF

S049 817.9902 15,600.00 FIBER REINFORCED WRAP - DROP IN BEAMS (SPANS 1-6 AND 8-14)

AT SF

AT CF

044 811.9901 1.00 SUB PAVEMENT DRAINS

AT LS

AT LBS

043 810.0210 184,608.00 GALVANIZED BAR REINFORCEMENT GRADE 60

046 817.2100 445.00 REPAIRS TO STRUCTURAL CONCRETE MASONRY (PNEUMATIC MORTAR)

AT CF

045 813.0300 18,714.00 COLD APPLIED LIQUID MEMBRANE

AT SY

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 44: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 9Addendum - 3 Revision - 2

055 818.2020 ItemDeleted

054 818.2010 1,907.00 PORTLAND CEMENT CONCRETE DECK REPAIRS (FULL DEPTH REMOVAL)

AT SF

056 819.0800 2,354.00 DRILL AND GROUT REINFORCING DOWELS

AT EACH

AT SF

S051 817.9904 1,623.00 FIBER REINFORCED WRAP - PIER CAPS (PIERS 14-17)

AT SF

AT SF

S050 817.9903 6,071.00 FIBER REINFORCED WRAP - AASHTO BEAMS (SPANS 15-18)

S053 817.9906 1.00 CHLORIDE EXTRACTION

AT LS

052 817.9905 72.00 CORBEL AND BEAM END CONFINEMENT

AT EACH

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 45: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 10Addendum - 2 Revision - 1

062 824.9901 1.00 STRUCTURAL STEEL DIAPHRAGMS - SPAN 7, FURNISH, FABRICATE AND ERECT

061 823.9903 1.00 STRIP SEAL EXPANSION JOINTS

AT LS

063 824.9902 1.00 REMOVE LONGITUDINAL RESTRAINERS

AT LS

AT LS

058 821.1690 2,256.00 SAW & SEALING JOINTS IN BITUMINOUS CONCRETE PAVEMENT

AT LF

AT SF

057 820.0110 196,877.00 CONCRETE SURFACE TREATMENT (PROTECTIVE COATING)

060 823.9902 1.00 ASPHALTIC EXPANSION JOINT SYSTEM - MATERIALS AND WORKMANSHIP WARRANTY

AT LS

059 823.9901 1.00 ASPHALTIC EXPANSION JOINT SYSTEM

AT LS

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 46: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 11

069 828.0303 24.00 ELASTOMERIC BEARINGS LAMINATED

068 826.0200 1.00 PERSONNEL PROTECTION DURING PAINTING AND CLEANING OPERATIONS

AT LS

070 828.9901 6.00 RESET ELASTOMERIC BEARINGS

AT EACH

AT EACH

065 825.8041 1.00 PAINTING EXISTING STRUCTURAL STEEL

AT LS

AT LS

064 824.9903 1.00 RESTRAINER ADJUSTMENT

067 826.0100 1.00 CONTAINMENT, COLLECTION, STORAGE AND DISPOSAL OF DEBRIS AND SPENT MATERIALS

AT LS

066 825.8046 1.00 PAINTING STRUCTURAL STEEL

AT LS

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 47: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 12

076 836.0100 4,483.00 STRUCTURAL CONCRETE CRACK REPAIR BY EPOXY-RESIN BASE ADHESIVE INJECTION

075 835.9901 ItemDeleted

AT LS

077 839.0200 17,086.00 FULL DEPTH REMOVAL AND DISPOSAL OF BITUMINOUS PAVEMENT FROM CONCRETE BRIDGE DECKS

AT SY

AT LF

072 834.0111 50.00 VERTICAL FACE GRANITE CURB STRAIGHT 10'' REVEAL

AT LF

AT LF

071 829.0300 54.00 POLYVINYL CHLORIDE SCUPPER PIPING

074 834.9901 342.00 VERTICAL FACE GRANITE CURB FOR BRIDGES - REMOVE, STOCKPILE, AND RESET

AT LF

073 834.0112 50.00 VERTICAL FACE GRANITE CURB CURVED 10'' REVEAL

AT LF

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 48: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 13Addendum - 3 Revision - 1

S083 901.0151 4.00 TERMINAL END SECTION SINGLE FACE STANDARD 34.3.2

S082 901.0103 636.00 GUARDRAIL STEEL BEAM SINGLE FACE CONCRETE

AT LF

084 906.0602 600.00 BITUMINOUS BERM STANDARD 7.5.1

AT LF

AT EACH

079 840.9902 9,211.00 REPLACEMENT OF DECK SURFACE CONCRETE REMOVED BY HYDRODEMOLITION (PARTIAL DEPTH)

AT SF

AT SF

078 840.9901 9,211.00 DECK SURFACE CONCRETE REMOVAL BY HYDRODEMOLITION (PARTIAL DEPTH)

S081 901.0101 1,207.00 GUARDRAIL STEEL BEAM SINGLE FACE EARTH AND ASPHALT

AT LF

080 842.0100 49,713.00 ANTI-GRAFFITI COATING

AT SF

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 49: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 14Addendum - 3 Revision - 1

090 922.0100 1,880.00 TEMPORARY CONSTRUCTION SIGNS STANDARD 29.1.0 AND 27.1.1

S089 916.0700 1.00 GUARDRAIL ENERGY ABSORBING TERMINAL IMPACT ATTENUATOR

AT EACH

091 923.0105 21,552.00 DRUM BARRICADE STANDARD 26.2.0

AT BDAY

AT SF

086 914.5010 4,160.00 FLAGPERSONS

AT MHRS

AT MGAL

085 907.0100 100.00 WATER FOR DUST CONTROL

088 916.0600 3.00 SHOCK ABSORBING BARRIER MODULES

AT GRP

087 914.5020 624.00 FLAGPERSONS - OVERTIME

AT MHRS

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 50: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 15Addendum - 3 Revision - 1

097 926.9901 687.00 ANCHORED PRECAST MEDIAN BARRIER FOR TEMPORARY TRAFFIC CONTROL

096 926.0140 204.00 REFLECTIVE DELINEATORS FOR TEMPORARY CONCRETE BARRIERS

AT EACH

098 926.9902 7,815.00 UNANCHORED PRECAST MEDIAN BARRIER FOR TEMPORARY TRAFFIC CONTROL

AT LF

AT LF

093 923.0200 100.00 FLUORESCENT TRAFFIC CONES STANDARD 26.1.0

AT EACH

AT EACH

092 923.0125 35.00 PLASTIC PIPE TYPE III BARRICADE STANDARD 26.3.1

095 925.0112 990.00 PORTABLE CHANGEABLE MESSAGE SIGN

AT PDAY

094 924.0113 492.00 ADVANCE WARNING ARROW PANEL

AT PDAY

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 51: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 16

104 936.0100 ItemDeleted

103 935.0400 12,852.00 REMOVING BITUMINOUS PAVEMENT BY MICRO MILLING

AT SY

105 937.0200 1.00 MAINTENANCE AND MOVEMENT TRAFFIC PROTECTION

AT LS

AT LS

100 929.0110 18.00 FIELD OFFICE

AT PMO

AT HRS

099 928.9901 448.00 TRUCK MOUNTED ATTENTUATOR WITH TRUCK MOUNTING FLASHING ARROW BOARD

102 932.0100 792.00 CUTTING AND MATCHING ASPHALT

AT LF

101 931.0110 143.00 CLEANING AND SWEEPING PAVEMENT

AT HSY

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 52: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 17Addendum - 6 Revision - 1

S111 T04.9902 400.00 VIDEO DETECTION SYSTEM CABLE

S110 T04.5305 850.00 14 AWG 5 CONDUCTOR CABLE

AT LF

112 T05.0320 11.00 PULL BOX ON STRUCTURE TYPE V STANDARD 18.6.3

AT EACH

AT LF

107 L01.0104 433.00 PLANTABLE SOIL 4 INCHES DEEP

AT SY

AT MHRS

106 943.0200 5,000.00 TRAINEE MAN-HOURS

S109 T04.5001 350.00 6 AWG SINGLE CONDUCTOR CABLE 600V INSULATION

AT LF

S108 L02.0101 433.00 GENERAL HIGHWAY SEEDING (TYPE 1)

AT SY

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 53: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 18Addendum - 3 Revision - 1

S118 T11.9906 2.00 TRAFFIC SIGNAL STANDARD, WOOD, 40 FT. CLASS

S117 T11.6006 150.00 SPAN AND MESSENGER WIRES 6/16

AT LF

S119 T12.0004 1.00 ACTUATED CONTROLLER TS-2, TYPE 1 W/4 PHASE ASSEMBLY POLE MOUNTED INCLUDING CABINET STD. 19.1.1

AT EACH

AT EACH

S114 T06.2020 160.00 2 IN. RIGID STEEL CONDUIT-OVERHEAD

AT LF

AT EACH

113 T05.9901 6.00 TYPE V PULL BOX CHECKERED COVER PLATE

116 T08.9901 1.00 REMOVE, STOCKPILE AND RESET LIGHT STANDARD

AT LS

S115 T06.2030 50.00 3 IN. RIGID STEEL CONDUIT-OVERHEAD

AT LF

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 54: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 19Addendum - 3 Revision - 1

S125 T13.9905 3.00 VIDEO DETECTION SYSTEM CAMERA

S124 T13.1000 1,150.00 TRAFFIC DETECTORS-LOOP, STANDARD 19.6.0

AT LF

S126 T14.3413 6.00 1 WAY 3 SECTION SPAN MOUNTED SIGNAL HEAD 12 INCH

AT EACH

AT EACH

S121 T12.9901 3.00 VIDEO DETECTION SYSTEM HARDWARE

AT EACH

AT EACH

S120 T12.9150 1.00 METER SOCKET W/MANUAL BY-PASS

S123 T12.9908 1.00 MAINTENANCE OF TRAFFIC SIGNAL SYSTEMS

AT LS

S122 T12.9905 10.00 MODIFY EXISTING TRAFFIC SIGNAL CONTROLLER CABINET

AT EACH

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 55: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 20Addendum - 3 Revision - 1

132 T20.0900 2.00 BI-DIRECTIONAL CONTROL DEVICE STANDARD 20.2.0

131 T17.9901 1.00 REMOVE AND REPLACE GROUT AT OVERHEAD SIGN LEVELING PLATES

AT LS

133 T20.1020 1.00 REMOVE EXISTING PAVEMENT MARKINGS

AT LS

AT EACH

S128 T14.3613 2.00 1 WAY 3 SECTION BRACKET MOUNTED SIGNAL HEAD 12 INCH

AT EACH

AT EACH

S127 T14.3513 2.00 1 WAY 3 SECTION MAST ARM MOUNTED SIGNAL HEAD 12 INCH

130 T15.0110 224.00 GUIDE SIGNS STANDARD 29.2.0

AT SF

129 T15.0100 68.00 DIRECTIONAL REGULATORY AND WARNING SIGNS

AT SF

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 56: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 21Addendum - 3 Revision - 1

S139 T20.1312 2.00 TEMPORARY WATERBORNE PAINT PAVEMENT MARKING WORD "ONLY" STANDARD 20.1.0

S138 T20.1310 5.00 TEMPORARY WATERBORNE PAINT PAVEMENT ARROW - STRAIGHT, LEFT, RIGHT OR COMBINED STANDARD 20.1.0

AT EACH

S140 T20.2006 7,566.00 6 INCH EPOXY RESIN PAVEMENT MARKINGS WHITE

AT LF

AT EACH

S135 T20.1112 25.00 12 INCH TEMPORARY WATERBORNE PAINT PAVEMENT MARKINGS WHITE

AT LF

AT LF

S134 T20.1106 58,394.00 6 INCH TEMPORARY WATERBORNE PAINT PAVEMENT MARKINGS WHITE

S137 T20.1212 1,114.00 12 INCH TEMPORARY WATERBORNE PAINT PAVEMENT MARKINGS YELLOW

AT LF

S136 T20.1206 25,772.00 6 INCH TEMPORARY WATERBORNE PAINT PAVEMENT MARKINGS YELLOW

AT LF

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

Page 57: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 22Addendum - 3 Revision - 1

S142 T20.2016 4,971.00 6 INCH EPOXY RESIN PAVEMENT MARKINGS YELLOW

AT LF

AT EACH

S143 901.0197 3.00 GUARDRAIL CONNECTION TO EXISTING ENDPOST APPROACH END SECTION, STANDARD 34.3.5

145 936.9901 1.00 MOBILIZATION

AT LS

AT LF

S141 T20.2012 1,846.00 12 INCH EPOXY RESIN PAVEMENT MARKINGS WHITE

S144 901.0199 1.00 GUARDRAIL END TREATMENT, ENERGY ABSORBING TERMINAL

AT EACH

Project Name - 0009N WASHINGTON BRIDGE NORTH NO 700 (57A T-J)

Estimate Name - Addendum No. 7

12/9/2016 8:41:59 AM

Proposal Items

Note: The UNIT PRICE for each Item must be written in words and figures.

No. Item Code Quantity Description UnitUnit Bid Price$0.00

Amount (PxQ)$0.00

R.I. Contract No. - 2016-CB-059

FAP Nos - BHO-0700(004)

FINAL TOTAL IS:

Page 58: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 23Addendum - 7 Revision - 7

NO.5 November 25, 2016

NO.6 November 30, 2016

NO.7

NO.4 November 10, 2016

NO.1 October 12, 2016

NO.2 October 28, 2016

NO.3 November 10, 2016

Revised: 2/19/2002

Total or gross sum of bid for Rhode Island Contract Number: 2016-CB-059

Federal-Aid Project Number(s): BHO-0700(004)

WRITTEN IN WORDS:

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, a proposal guarantee in the form of a bid bond in favor of the State of Rhode Island in the amount of 5% of the total or gross sum of the bid and agrees and consents that the proposal guarantee shall be forfeited to the State as liquidated damages if the required contract agreement and contract bond are not executed within ten(10) days of the notice of award. All surety companies must be listed with The Department of the Treasury, Fiscal Services, Circular 570, (Latest Revision published by The Federal Register). The State reserves the right to retain the surety of all bidders until the successful bidder enters into the Contract or until such time as the award or cancellation of the Contract is announced at which point Sureties will be returned to all bidders by the State of Rhode Island, Office of Purchases. The undersigned bidder further agrees, if awarded the contract on this proposal, to begin work within ten (10) calendar days after the date of execution of the contract unless otherwise specified under special provisions or permitted by the Engineer, and further agrees to complete the work on or before the dates outlined in the Contract Documents.

Pre-Bid Date October 6, 2016

Advertise Date September 30, 2016

Substantial Completion Date October 18, 2019

Bid-Opening Date December 14, 2016

COMPLETION DATE(S)

DESCRIPTION DATE

ADDENDA DATE POSTED DOCUMENT(S)

4. DBE Affirmative Action Certification 3 - 9

3. Disclosure of Lobbying Activities

1. Status Certification for: Debarment, Eligibility, Indictments, Convictions or Civil Judgements

1

2. Anti-Collusion Certificate 2

THE BIDDER ACKNOWLEDGES RECEIPT OF THE FOLLOWING:

PAGE

Page 59: SPECIFICATIONS – JOB SPECIFIC · The profiler will meet all the equipment requirements of ASTM E 950 for a Class 1 profiler. The surface course ride quality acceptance will be based

P - 24Addendum - 7 Revision - 7

Total or gross sum of bid for Rhode Island Contract Number: 2016-CB-059

Federal-Aid Project Number(s): BHO-0700(004)

Whoever, being an officer, agent, or employee of the United States, or of any State, or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the costs thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction of any highway or related project submitted for approval to the Secretary of Transportation; or Whoever, knowingly makes any false statement, false representation, false report, or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever, knowingly makes any false statement or false representation as to a material fact in any statement, certificate, or report submitted pursuant to the provisions of the Federal-aid Road Act approved July 11, 1916 (39 Stat. 355), as amended and supplemented, Shall be fined not more than $10,000 or imprisoned not more than five years, or both. By signing here the signee agrees that the disk submitted is the same as the paper submitted and that any discrepancies may result in disqualification of the bid.

BEING EITHER A(INDIVIDUAL, PARTNERSHIP,)(OR CORPORATION INCORPORATED)(UNDER THE LAWS OF ANY STATE)(IN THE UNITED STATES OF AMERICA)

President

Contractor

Secretary

Vice-President

Treasurer

COMPOSED OF OFFICERS, PARTNERSOR OWNER, AS FOLLOWS.

Address

CERTIFICATION SUMMARY: I hereby certify that I have read all of the above requirements and understand that it affects the acceptablility of my bid(s).

DateName of Signatore - Title