SPRINGFIELD - Aetna Bridge

151

Transcript of SPRINGFIELD - Aetna Bridge

Page 1: SPRINGFIELD - Aetna Bridge
Page 2: SPRINGFIELD - Aetna Bridge

SPRINGFIELD Federal Aid Project No. NHP-091-1(173)

Rehabilitation of Viaduct Br. No S-24-061 (Steel) along Interstate 91 607731

RESPONSES TO CONTRACTORS’ QUESTIONS ADDENDUM NO. 4, MARCH 6, 2015

Page 1 of 16

J.F. White Contracting Company email dated January 29, 2015 (from Addendum No. 1):: Question #7: Will concrete Barrier slip forming be allowed? Response #7: Concrete barrier slip forming will not be allowed. J.F. White Contracting Company email dated February 4, 2015 (from Addendum No. 2): Question #10: Specification section 961.72 payment items, within specification section 961.201, list 2 bid items: 961.1 Clean and Paint (Overcoat) Bridge No. __________ Lump Sum 961.2 Clean and Paint (Full Removal) Bridge No. _________ Lump Sum The bid form has 1 pay item 961.201 Clean and Paint (Full Removal) Bridge No. _________ Lump Sum. Please clarify. Response #10: All steel to remain shall be cleaned and coated as in accordance with Section 961.64 of the Special Provisions. Question #11: Please confirm that the superpave Hot Mix Asphalt placed for a wearing surface on the portions of the original bridge deck to remain open to the traffic during stage 1B will be paid for under the various superpave items and the removal of this asphalt will be paid for under item 129.2 Old Pavement Excavation. Response #11: The placement of HMA shall be paid for under the various superpave items or Item 472 as shown on the plans. The removal of the asphalt placed under the superpave items shall be included under Item 114.1 (Demolition of Bridge Deck, No. S-24-061). HMA placed under Item 472 shall be removed in accordance with Item 472.

Page 3: SPRINGFIELD - Aetna Bridge

SPRINGFIELD Federal Aid Project No. NHP-091-1(173)

Rehabilitation of Viaduct Br. No S-24-061 (Steel) along Interstate 91 607731

RESPONSES TO CONTRACTORS’ QUESTIONS ADDENDUM NO. 4, MARCH 6, 2015

Page 2 of 16

J.F. White Contracting Company email dated February 4, 2015 (from Addendum No. 2): Question #12: On Sheet 317 in the General Notes it calls for Cast-in-Place deck construction on ramps L & M, and in areas where the use of Pre-Cast Panels may not be feasible. Sheet 461 of the drawings, Stay in place forms notes (ramps L & M), lists requirements for the use of Stay in Place Forms. Do these same requirements apply to the possible additional deck areas? Response #12: Yes. MassDOT Engineering Directive E-12-002 applies to the use of S.I.P. forms on the entire structure. Question #14: Reference sheet 455 Precast Panel note #7, sheet 456 note #1 and sheet 458 note #1. These notes call for the contractor design for certain elements of the precast deck panels. Since the precast deck panels are incorporated into the permanent bridge structure, the contractor will need to be provided at a minimum the allowable loading on the girders and the precast panel design calculations. Also no precast panel dimensions are provided. Should MassDOT’s design consultant provide a base design that is acceptable to MassDOT and allow prospective bidders to modify such design at their own risk? Response #14: Sheet 455, Note 7 and Sheet 458, Note 1 – The leveling devices are temporary and serve to distribute dead loads to the steel girders and set elevation grades. The number of leveling devices shall be determined by the Contractor based on the size of the panels. Sheet 456 Note #1 – The size of the shear connector blockout is determined by the Contractor that allows for the adequate number of shear connectors and spacing listed on the shear connector tables shown starting on Sheet 383 of the contract plans. The Contractor is responsible for ensuring the panel with shear connector blockouts can meet the design criteria listed in the Special Provisions for “no discernible cracking”. The panel dimensions are not provided intentionally to allow the Contractor/Fabricator flexibility to develop panels of like dimensions. See Sheet 455 “Basis of Panel Layout”. Question #15: Reference Specification section 992.1, bridge structure lump sum breakdown, item 910.1 resteel epoxy coated 7,220,000 lbs. Can the portion of this quantity that pertains to the precast deck panels be provided? Response #15: Based on the panel layout in the Contract plans, the precast panel area is 52% of the total deck area.

Page 4: SPRINGFIELD - Aetna Bridge

SPRINGFIELD Federal Aid Project No. NHP-091-1(173)

Rehabilitation of Viaduct Br. No S-24-061 (Steel) along Interstate 91 607731

RESPONSES TO CONTRACTORS’ QUESTIONS ADDENDUM NO. 4, MARCH 6, 2015

Page 3 of 16

J.F. White Contracting Company email dated February 4, 2015 (from Addendum No. 2): Question #16: Section A00801 Rail Road Sheet A00801-3 States the contractor is responsible for obtaining all necessary permits approvals and shielding personnel with the railroad entities prior to commencing any work on or above the railroad property. Is the flagging cost borne by MassDOT? Response #16: MassDOT will pay for Railroad Flagging Service in accordance with Subsection 7.11 of the Supplemental Specifications. Question #17: Please reference Sheet 124 of 208 closure pours over piers. Under pier 39NB it tells you to use detail proposed deck section at pier 39NB. It also has 39NB three items down and says to use 39B? Please indicate which detail is to be used and if it is to be 39b what sheet is the detail on? Response #17: Row 6 of the Table should be deleted. Detail 39B does not exist. Question #18: Please reference page A00801-3 Railroad. It states The Contractor is not permitted to occupy railroad property to perform any work. Temporary protective shielding is required to prevent any construction debris from entering the railroad right-of-way. Is the contractor allowed to occupy railroad areas to install the necessary shielding required for the protection of the railroad? Response #18: See Railroad Notes on Sheet 317. Contractor is responsible for obtaining all necessary permits and approvals.

Page 5: SPRINGFIELD - Aetna Bridge

SPRINGFIELD Federal Aid Project No. NHP-091-1(173)

Rehabilitation of Viaduct Br. No S-24-061 (Steel) along Interstate 91 607731

RESPONSES TO CONTRACTORS’ QUESTIONS ADDENDUM NO. 4, MARCH 6, 2015

Page 4 of 16

J.F. White Contracting Company email dated February 5, 2015 (from Addendum No. 2): Question #19: Item 804.7 I-91 NB GARAGE AND I-91 SB. GARAGE CONDUIT Lump Sum states that “Conduit to be installed below via duct shall consist of ¾” Rigid Galvanized Steel. It will also be used in the I-91 North Garage and I-91 South Garage to tap into existing lighting system. The ¾” Rigid Galvanized Steel will be used to connect into the existing lighting system as well as connecting new lights to the existing electrical circuit.” Item 806.075 3/4 INCH ELECTRICAL CONDUIT TYPE RM GALVANIZED STEEL Foot Also States the “Conduit to be installed below via duct shall consist of ¾” Rigid Galvanized Steel. … It will also be used in the I-91 North Garage and I-91 South Garage to tap into existing lighting system.” Please indicate how the ¾” Rigid Galvanized Steel in the parking garages will be paid for, either in the lump sum item or the per foot item. Response #19: The Contractor shall pay for the Garage(s) conduit by Item 804.7; Lump Sum. J.F. White Contracting Company email dated February 17, 2015: Question #20: Is it acceptable to remove the old pavement utilizing a milling machine and include the existing concrete repair areas at the same time? Response #20: It is acceptable to remove existing pavement with a milling machine under Item 129.2 (Old Pavement Excavation), but this quantity will not be included in a separate item for payment. Question #21: Please Provide any records regarding the deck repairs that have been performed for the last year?

Response #21: This question will be addressed in a later addendum. Question #22: When will there be a Train schedule for the CSX, Pan Am and Amtrak tracks under the viaduct issued to help schedule work on the viaduct in the areas above the tracks? This information is needed for insurance and scheduling purposes.

Response #22: Contractor to coordinate train schedules with the various railroads.

Page 6: SPRINGFIELD - Aetna Bridge

SPRINGFIELD Federal Aid Project No. NHP-091-1(173)

Rehabilitation of Viaduct Br. No S-24-061 (Steel) along Interstate 91 607731

RESPONSES TO CONTRACTORS’ QUESTIONS ADDENDUM NO. 4, MARCH 6, 2015

Page 5 of 16

J.F. White Contracting Company email dated February 17, 2015: Question #23: On sheet 374 Note #6 states that “ALL EXPOSED METAL COMPONENTS OF THE BEARING SYSTEM, SHALL EITHER BE PAINTED OR METALIZED. In spec item 992.1 page A00801- 415 it states “All steel surfaces exposed to the atmosphere, except stainless steel surfaces and 1" wide strips where sole plate shall be welded to the flange, shall be metalized.” Please indicate which is correct for the bearing systems, shall they me all metalized or is there a painting option? Response #23: The disc bearings shall be metalized. J.F. White Contracting Company email dated February 19, 2015: Question #24: Refer to Drawings FP178 and FP179. It show areas that have a 3” FW DN. Please indicate where does this 3” FW DW connect to the existing system. Response #24: Drawing FP-178: • Connect the 3” DN to the existing 3” riser between columns 4 and 5, South of column E. • Connect the 3” DN to the existing 3” riser between columns 40 and 41, South of column E. • Drawing FP-179: • Connect the 3” DN to the existing 3” riser located in the West Valve Room. • Connect the 3” DN to the existing 3” riser located in the East Valve Room.

To ensure continuity of the ground floor protection during construction isolate the lower level area, as mentioned in the Fire Protection Specification Section 850, paragraph 3.1, by installing a temporary gate valve in each riser.. Dagle Electrical Construction Corp email dated February 24, 2015: Question #25: Lighting sheets 140-151 show light poles without hand holes. Are these proposed poles to have hand holes? Response #25: Yes, all roadway lighting poles mounted on a barrier shall have a JB per details on Sheet no. 171. Question #26: Two types of light pole luminaries are shown on sheets 140-151, RL-1 and RL-2. Item list and spec have all highway luminaires under item 821.141. Is this correct or is there a difference between the two? Response #26: The difference between the two types is the mounting (RL-1 is the 50 foot MH at 8 ft arm, RL-2 is the 40 foot MH and 6 foot arm) the fixture are the same for both.

Page 7: SPRINGFIELD - Aetna Bridge

SPRINGFIELD Federal Aid Project No. NHP-091-1(173)

Rehabilitation of Viaduct Br. No S-24-061 (Steel) along Interstate 91 607731

RESPONSES TO CONTRACTORS’ QUESTIONS ADDENDUM NO. 4, MARCH 6, 2015

Page 6 of 16

Dagle Electrical Construction Corp email dated February 24, 2015: Question #27A: The spec calls for item 821.110 HWY LP w/6' bracket and a 50' pole, and item 821.120 HWY LP w/8' bracket and a 40' pole. The plans show 40' poles w/6' brackets and 50' poles w/8' brackets. Response #27A: 821.110 is RL-2 (40 FT w/ 6FT ARM) 821.120 is RL-1 (50 FT w/ 8 ARM) Question #27B: The bid list has a quantity of (18) for item 821.110 and (42) for item 821.120. However, the plans show a quantity of (15) for item 821.110 and (43) for item 821.120. Response #27B: Quantity shall be derived from plans. Question #27C: Sheet 145 shows two light poles, stations 494+85 and 497+05, with a 45' light pole and 10' bracket. There is no bid item for such. Please clarify. Response #27C: This is an error, both LP's shall be an 8 foot arm. Question #28: The spec calls for item 823.62 load center no. 2, shown on sheet 148, and item 823.63 load center no. 4, shown on sheet 141. However the bid item list has items 823.61 load center no. 1 and 823.62 load center no.2. Please clarify. Response #28: Document B00420 has been revised. J.F. White Contracting Company email dated February 26, 2015: Question #29: The contract documents do not provide a location for Contractors laydown yard or available property for office facilities for the Contractor and MassDOT. Please advise if space will be provided or if the Contractors must find property off-site Response #29: The parking area under Ramps L and M was discussed during the development of the design as a possible staging area for the Contractor. This lot is leased by the Springfield Parking Authority and was available at the time of advertising. The Contractor is responsible for securing the laydown yard and project office space.

Page 8: SPRINGFIELD - Aetna Bridge

SPRINGFIELD Federal Aid Project No. NHP-091-1(173)

Rehabilitation of Viaduct Br. No S-24-061 (Steel) along Interstate 91 607731

RESPONSES TO CONTRACTORS’ QUESTIONS ADDENDUM NO. 4, MARCH 6, 2015

Page 7 of 16

J.F. White Contracting Company email dated February 26, 2015: Question #30: Do the structural steel faying surfaces, once exposed, contain lead paint? If so, what is the required surface preparation? Response #30: Due to the age of the structure it is assumed that the original paint contains lead. All faying surfaces shall be prepared by abrasive blast cleaning to SSPC-10 and have a primer applied. The primer shall be capable of providing a Class B Faying surface. Question #31: Once the existing deck concrete is removed from the top flanges of the stringers what is the required surface preparation? Response #31: The shear stud or spiral removal shall be performed in accordance with the criterion outlined in Item 114.1 of the special provisions. The surface preparation beyond removal of the deck, studs or spirals, and all other attachments to the top flange requires blast cleaning SSPC - 10 and application of primer. Question #32: Please refer to item 107.96 - structural steel repairs on p. 87 of the special provisions. The 3rd sentence of the 2nd paragraph states that the Engineer will determine which areas will be cleaned and the limits of the cleaning based on its visual inspection of the steel. Can you please explain what this sentence means. Since all structural steel is to be blast cleaned and primed PRIOR to steel repair work, this sentence suggests that there is another step to the cleaning operation at steel repair areas. Please advise Response #32: The steel deterioration will need to be measured post-cleaning. On several large scale rehabilitation projects, MassDOT has experienced issues with repair plates designed prior to the cleaning of the steel. To mitigate this issue, we are proposing to measure and detail the plates after the existing steel is prepped and primed during construction. During the cleaning of the steel deterioration levels will be noted and the Designer will be informed. The spec required the Contractor to provide access to the Designer to measure the deterioration and develop a repair with the Contractor. The repair details will be provided in a manner outlined in the special provision to allow the steel fabricator to develop shop drawings. The Contractor will provide access to the Designer to measure the deterioration and develop repair details. Question #33: Record drawings show #4 support bars tack welded to the top of stringer flanges 2’ c/c. Is the removal cost of the support bars to be included in item 114.1? Response #33: Yes. This support bar should be removed in a manner similar to the shear studs per the special provision.

Page 9: SPRINGFIELD - Aetna Bridge

SPRINGFIELD Federal Aid Project No. NHP-091-1(173)

Rehabilitation of Viaduct Br. No S-24-061 (Steel) along Interstate 91 607731

RESPONSES TO CONTRACTORS’ QUESTIONS ADDENDUM NO. 4, MARCH 6, 2015

Page 8 of 16

J.F. White Contracting Company email dated February 26, 2015: Question #34: On p. 75 of the special provisions the 3rd paragraph under item 106.42 states that the removal of the deck will result in uplift at some floorbeam locations which will require hold down devices. Considering a significant amount of time during the bid phase will be spent for engineering analysis by Contractors to analyze and determine which floorbeams would lift, can the Designer please provide the specific locations of where floorbeam uplift is expected? Response #34: The provision was added primarily for the large cantilevered floorbeams that exist on the structure. For example, FB39 has a high probability of uplift during the construction, but the presence of uplift is dependent on the Contractors selected demolition sequence and the presence of deck dead loads. Question #35: Plan sh 496 shows two details at top of page for support of new bridge drainage piping. Can a framing plan please be provided to show proposed diaphragm locations for both details? Response #35: A proposed framing plan is not anticipated. The Special Provision is being revised to address this question. Question #36: Contract Bid Item 107.96 “Structural Steel Repairs” shows a preliminary quantity of 110,000 pounds. Payment is by the pound. Can MassDOT subdivide the Item into two separate items: Response #36: The special provision for this Item has been revised to include three (3) separate items. The three separate Items are Item 107.961 - Structural Steel Repairs - Web; 107.962 - Structural Steel Repairs - Flange; and 107.963 - Structural Steel Repairs - Web and Flange Question #36A: Structural Steel Repairs of individual repairs of 100 pounds or less (still paid by the pound)? Response #36A: Please refer to Response #36. Question #36B: Structural Steel Repairs of individual repairs of greater than 100 pounds (still paid by the pound)? Response #36B: Please refer to Response #36.

Page 10: SPRINGFIELD - Aetna Bridge

SPRINGFIELD Federal Aid Project No. NHP-091-1(173)

Rehabilitation of Viaduct Br. No S-24-061 (Steel) along Interstate 91 607731

RESPONSES TO CONTRACTORS’ QUESTIONS ADDENDUM NO. 4, MARCH 6, 2015

Page 9 of 16

R. J. Watson, Inc. email dated March 2, 2015: Question #37: With regards to Item No. 997.6: Disc Bearings, We can only find the details for 442 bearings in the plans, but the Bid Item Quantity says 447. Is the correct quantity of bearings 442 or 447? Thank you. Response #37: The correct quantity is 445. This will affect the Jacking and Shoring quantity which will be revised to 445. Question #38: On page 415 of the Special Provisions, it states that all steel surfaces of the Disc Bearings shall be metalized. On Drawing #82, note #6, it specifies that the Disc Bearings shall be painted or metalized. Please advise as to which coating system is required. Response #38: See response to Question No. 23. J.F. White Contracting Company email dated March 3, 2015: Question #39: Contract Bid Item 950.2 “Temporary Shoring of Deck” was modified in Addendum 2 and now reads “the structural steel within the stage supporting the deck being rehabilitated shall not be used as part of the temporary shoring”. This would preclude the contractor from using the adjacent bottom flange of the girder on the new construction side of the phase construction line as is typically done in phase bridge deck support construction. This would require a cantilevered deck support system and lead to a deck support system for the existing deck and new deck. Essentially twice the labor and material for supports at a length of 7,300 linear feet. Can the specification be amended so that the adjacent girders of the phase construction line may be used for the temporary supports? Response #39: Bidders should reference Document A00801-79 for ITEM 106.43 Question #40: Please indicate if all of the asphalt used for the temp ramps will be paid under item 451 HMA for Patching or Item 472 HMA for Misc. Work. Response #40: This question will be answered in a later addendum. Question #41: Will a temp asphalt ramp with a slope of 30”:1” be acceptable for the work being done nightly on the ramps? Response #41: This question will be answered in a later addendum.

Page 11: SPRINGFIELD - Aetna Bridge

SPRINGFIELD Federal Aid Project No. NHP-091-1(173)

Rehabilitation of Viaduct Br. No S-24-061 (Steel) along Interstate 91 607731

RESPONSES TO CONTRACTORS’ QUESTIONS ADDENDUM NO. 4, MARCH 6, 2015

Page 10 of 16

MagebaUSA email dated March 4, 2015: Question #42: In the project specifications, under item 992.1 (Disc Bearings), the ‘Design’ requirement states that “Bearings shall be fabricated at facilities owned and operated by the manufacturer; the manufacturer being the single entity that designs, fabricates, and supervises the installation of the bearing assemblies.” This requirement seems to have been copied word to word from the manufacturer D.S.Brown’s specifications provided on its website. The requirement of demonstrating 5 years of experience in design, manufacturing and installation of disc bearings under the AISC certification program is understandable, but the paragraph mentioned above in RED serves to eliminate competition for bidding. Mageba would like to have the opportunity to submit a fair bid on this project as a subcontractor to all bidding contractors, and we request MassDOT to review and consider removing the above statement in RED as the specification already includes the 5 years’ experience requirement in addition to many other quality assurance requirements. Response #42: This question will be answered in a later addendum.

Page 12: SPRINGFIELD - Aetna Bridge

SPRINGFIELD Federal Aid Project No. NHP-091-1(173)

Rehabilitation of Viaduct Br. No S-24-061 (Steel) along Interstate 91 607731

RESPONSES TO CONTRACTORS’ QUESTIONS ADDENDUM NO. 4, MARCH 6, 2015

Page 11 of 16

O&G Industries, Inc. – Heavy/Civil email dated March 4, 2015: Question #42: Are the fenced in areas along East Columbus Ave under I-91, north of Liberty Street and under the I-291 ramps available to the Contractor for use as staging areas and/or office locations? Also is there any other adjacent state owned property available for Contractor use? Please identify if available. Response #42: This question will be answered in a later addendum. Question #43: Per the Special Provisions Scope of Work the Contractor is required to perform preemptive deck repairs and resurfacing during Stage 1A to the limits of the travel way and below the temporary barrier for the Stage 1B configuration. The Special Provisions indicate a maximum 12:1 (we are assuming 12 feet horizontal per vertical inch) taper is to be used for vertical faces both for the milling and paving sections. Thus for a 3” high joint located at the piers, a 36 foot taper at both the leading and trailing ends of each existing expansion joint will be required, as well as a taper for the longitudinal dropoff. Currently this work is to be performed at night during temporary lane closures. Since the existing expansion joints having to remain the Contractor will be required to install temporary bituminous ramps covering a majority of the span on a daily basis. The allowable time of operation is typically 8 hours per night and accounting for the time to install and remove the sign pattern, remove and install the bituminous/membrane (and/or bituminous tapers), sound for deteriorated concrete, chip the deteriorated concrete, form full depth patches, sand blast rebar, install concrete and cure, which leaves a limited amount of time each shift to chip deteriorated concrete. Even if the Contractor uses multiple crews, given the anticipated quantities, completing the work in stage 1A will take much longer than the anticipated 6 months the Department envisioned. It was discussed at the pre-bid that a possible solution would be to reduce the traffic similar to a Stage 2 configuration with the exception that the on and off ramps would remain open (other than limited closures at night). Please consider the continuous lane closure scenario, as this would allow the concrete repair work to be done expeditiously and at a lower cost to the Department as well as a time savings to the project. Response #43: This question will be answered in a later addendum. Question #44: Reference Special Provision Item 992.1, Membrane Waterproofing for Bridge Decks – Spray Applied, the Application Procedure states the membrane waterproofing on bridge decks shall not be placed until the Contractor is ready to follow within 24 hours with the first layer of Hot Mix Asphalt pavement: a longer period of time will be allowed only with the approval of the Engineer. Due to the limited amount of membrane that can be placed in a 24 hour period, this limits the amount of paving to less than 100 tons each day which is very cost prohibitive to the project. Will the Department increase the 24 HR requirement to a minimum of 7 days so that the paving can be placed in a productive manner? Response #44: This question will be answered in a later addendum.

Page 13: SPRINGFIELD - Aetna Bridge

SPRINGFIELD Federal Aid Project No. NHP-091-1(173)

Rehabilitation of Viaduct Br. No S-24-061 (Steel) along Interstate 91 607731

RESPONSES TO CONTRACTORS’ QUESTIONS ADDENDUM NO. 4, MARCH 6, 2015

Page 12 of 16

O&G Industries, Inc. – Heavy/Civil email dated March 4, 2015: Question #45: Reference Special Provision Item 994.01, Temporary Protective Shielding, Note 4 states “shielding shall not lessen the existing vertical clearance under the bridge within the limits of the parking garages, intersecting roadways, and the railroad. Outside of these limits the under clearance may be reduced.” Response #45: This question will be answered in a later addendum. Question #45A: In areas within the parking garage, the existing fire suppression piping hang down at least 2’ below the existing bottom flanges. Also, the garages have minimum vertical clearance for vehicles that enter the garage of 8’6”. Can the minimum vertical clearance for vehicles be used as the Contractor’s minimum for the temporary shield? Response #45A: This question will be answered in a later addendum. Question #45B: In areas over existing roadways, will the Contractor be allowed to lower the temporary shield to a level below the beams provided it maintains the minimum standard for clearances on local roads (14 feet)? Response #45B: This question will be answered in a later addendum. Question #45C: In areas over the Railroad, will the Contractor be allowed to lower the temporary shield to a level below the beams provided it maintains the minimum standard required by each of the Railroads? Response #45C: This question will be answered in a later addendum. Question #46: Please provide the construction plan for the deck replacement and the crane sizes that the Design Engineer anticipated using during the erection of the precast panels. Response #46: This question will be answered in a later addendum.

Page 14: SPRINGFIELD - Aetna Bridge

SPRINGFIELD Federal Aid Project No. NHP-091-1(173)

Rehabilitation of Viaduct Br. No S-24-061 (Steel) along Interstate 91 607731

RESPONSES TO CONTRACTORS’ QUESTIONS ADDENDUM NO. 4, MARCH 6, 2015

Page 13 of 16

O&G Industries, Inc. – Heavy/Civil email dated March 4, 2015: Question #47: At the pre-bid conference, it was stated that the top flanges would have to be blast cleaned and prime coated. This requirement results in a number of problems, both monetary and scheduling related. After the existing deck has been removed, the painter would have to provide complete containment in order to remove the existing lead paint. Once primed, the locations requiring shear connectors will have to be ground to bare steel. Will touch up of the primer be required after the shear studs have been welded (over 300,000 locations)? Waiting for the top flange to be blast cleaned and primed before being able to erect the precast panels will add significant time to the operation, thus hindering the concept of ABC. Will the Department please eliminate the requirement to blast clean and prime the top flange? Response #47: This question will be answered in a later addendum. Question #48: Reference Drawing 166 of 208, Precast Details IV, the plans currently call for an 18” +/- 1” wide longitudinal closure pour above each of the beams. Can the width of this closure pour be reduced and if so, what would be the minimum allowable width to get the required lap splice for the hairpin rebar? Response #48: This question will be answered in a later addendum. Question #49: Reference Drawing 166 of 208, Precast Details IV, the plans currently call for a Type I leveling bolt assembly that cantilevers approximately 8”-9” off the edge of the precast slab. The precast suppliers we have spoken to on this project have not constructed any panels with a leveling bolt cantilevered this far off the edge of the slab. Could you please provide a project on which a similar magnitude cantilever has been used? Response #49: This question will be answered in a later addendum.

Page 15: SPRINGFIELD - Aetna Bridge

SPRINGFIELD Federal Aid Project No. NHP-091-1(173)

Rehabilitation of Viaduct Br. No S-24-061 (Steel) along Interstate 91 607731

RESPONSES TO CONTRACTORS’ QUESTIONS ADDENDUM NO. 4, MARCH 6, 2015

Page 14 of 16

O&G Industries, Inc. – Heavy/Civil email dated March 4, 2015: Question #50: Reference Pg. A00801-420 of the Special Provision states “the shielding shall also be designed to withstand the maximum size of excavated area should it fall”. Since the Contractor will not be removing the superstructure over live traffic, can this requirement be reduced to normal construction loading? Response #50: This question will be answered in a later addendum. Question #51: Reference Special Provision Item #290 – Temporary Drainage Bridge Structure S-24-061, page A00801-152, 3rd paragraph, 2nd sentence: This sentence states “All hardware necessary for the connection of the thrie beam and steel angel to the existing barrier shall be galvanized in accordance with AASHTO M232.” Also please reference plan sheet No. 483 of 505, Temporary Drainage Details, Existing Section (74/-): This detail calls for ¾” Undercut Anchors (TYP.) to be used for attaching both beam rails and angle to the existing concrete parapet. We have been in contact with several bolt suppliers regarding furnishing these Galvanized Undercut Anchors and to date have not found a supplier that can furnish these Undercut Anchors with a galvanized coating. They can however, furnish them without the galvanized coating or they can supply a typical expandable anchor. Can the Department please provide the contact information for suppliers that can provide these Undercut Anchors with the galvanized coating or please change the specification to a product that can be supplied? Response #51: This question will be answered in a later addendum. Question #52: Reference Special Provision Item No. 853.3 – Temporary Restrained Barrier and Item No. 853.31 – Temporary Restrained Barrier Removed and Reset: This special provision contains several specification requirements in which the barrier must be in conformance with, including but not limited to: A 3” maximum deflection requirement in accordance with criteria set forth for Test Level 3 of NCHRP 350 or MASH, all barriers shall be continuously attached to each other by an approved method to form a continuous string, Contractor shall supply the FHWA approval letter, approved shop drawings, connections and anchorage details etc… In addition, this barrier will need to have the capability of following circular horizontal roadway geometry. We have been in contact with several temporary concrete barrier suppliers for this project and to date have not found any supplier that can meet all the specification requirements set forth in this special provision. Please provide contact information for the barrier suppliers that have met all the specification requirements set forth in this special provision and have the capability of following the circular horizontal roadway geometry for this project? Response #52: This question will be answered in a later addendum.

Page 16: SPRINGFIELD - Aetna Bridge

SPRINGFIELD Federal Aid Project No. NHP-091-1(173)

Rehabilitation of Viaduct Br. No S-24-061 (Steel) along Interstate 91 607731

RESPONSES TO CONTRACTORS’ QUESTIONS ADDENDUM NO. 4, MARCH 6, 2015

Page 15 of 16

O&G Industries, Inc. – Heavy/Civil email dated March 4, 2015: Question #53: Reference Special Provision Item No. 853.32 – Temporary Restrained Barrier on Bridge and Item No. 853.33 – Temporary Restrained Barrier on Bridge Removed and Reset: This special provision contains several specification requirements in which the barrier must be in conformance with, including but not limited to: A zero “0” deflection requirement in accordance with criteria set forth for Test Level 3 of NCHRP 350 or MASH, all barriers shall be continuously attached to each other by an approved method to form a continuous string, Contractor shall supply the FHWA approval letter, approved shop drawings, connections and anchorage details etc… In addition, this barrier will need to have the capability of following circular horizontal roadway geometry. We have been in contact with several temporary concrete barrier suppliers for this project and to date have not found any supplier that can meet all the specification requirements set forth in this special provision. Please provide contact information for the barrier suppliers that have met all the specification requirements set forth in this special provision and have the capability of following the circular horizontal roadway geometry for this project? Response #53: This question will be answered in a later addendum. Question #54: Reference Special Provision Item No. 813.56 – I-91 NB Garage and I-91 SB Garage Wire, Method of Measurement and Basis of Payment: This special provision section states “Item 813.56 shall be measured and paid for at the contract unit price per foot.” The Proposal (page B00420-22) shows this item being measured for payment as “Lump Sum”. Will this item be measured for payment per foot or lump sum? Response #54: This question will be answered in a later addendum.

Page 17: SPRINGFIELD - Aetna Bridge

SPRINGFIELD Federal Aid Project No. NHP-091-1(173)

Rehabilitation of Viaduct Br. No S-24-061 (Steel) along Interstate 91 607731

RESPONSES TO CONTRACTORS’ QUESTIONS ADDENDUM NO. 4, MARCH 6, 2015

Page 16 of 16

J.F. White Contracting Company email dated March 5, 2015: Question #55: On p.358 of the special provisions the 3rd paragraph under 961.20 states …”work shall also consist of the removal of all graffiti from concrete surfaces”…Since this work is part of a LS item can a new bid item be created for this work with an approximate FT^2 quantity? Response #55: This question will be answered in a later addendum. Question #56 When performing stage 1A full depth deck repairs along the fascia bay is there a “maximum removal length not to exceed” that Contractors should be aware of so that temporary bracing/restraining of the existing fascia barrier to prevent overturning can be avoided? Response #56: This question will be answered in a later addendum. Question #57: Special provisions item 994.01 on p. 420 paragraph 6 states that there are areas where shielding exists on the structure and that the existing shielding shall be removed as part of this item, A) can quantities please be provided for both the catch planks and the expanded metal shielding, B) please provide existing connection details of the expanded metal shielding to the structure Response #57: This question will be answered in a later addendum. Question #58: Considering how long traffic will be in the stage 1B configuration A) What is the required surface preparation of the concrete deck for both existing and repaired surfaces just prior to the placement of temporary asphalt during the stage 1A deck repairs? B) The record drawings show membrane waterproofing with asphalt overlay. After we mill the existing asphalt overlay in stage 1A does ALL of the existing membrane waterproofing need to be removed? It’s been our experience on deck resurfacing projects that there are, in most cases, areas of localized membrane waterproofing left intact on the bridge deck following the milling operations in which case other means are used to remove the membrane waterproofing. Please advise Response #58: This question will be answered in a later addendum.

Page 18: SPRINGFIELD - Aetna Bridge

jmr ADDENDUM NO. 4, MARCH 6, 2015

ADDENDUM NO. 3, FEBRUARY 24, 2015 ADDENDUM NO. 1, JANUARY 30, 2015

COMMONWEALTH OF MASSACHUSETTS

CONTRACT DOCUMENTS AND SPECIAL PROVISIONS

PROJECT FILE NO. 607731-14

P.V. = $193,099,000.00

PLANS YES

CONTRACT NUMBER 85020

FOR

Federal Aid Project No. NHP-091-1(173) Rehabilitation of Viaduct Br. No S-24-061 (Steel) along Interstate 91

in the City of

SPRINGFIELD

In accordance with the 1988 English Edition of the STANDARD SPECIFICATIONS

For HIGHWAYS and BRIDGES and the Supplemental Specifications dated June 15, 2012

This Proposal to be opened and read: TUESDAY, MARCH 24, 2015 at 2:00 P.M PRE-BID CONFERENCE: Monday, March 2, 2015 at 9:30AM,

Room 14, 1500 Main Street, Springfield, MA 01115

Page 19: SPRINGFIELD - Aetna Bridge
Page 20: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

ADDENDUM NO. 2, FEBRUARY 20, 2015

00010 - 1

TABLE OF CONTENTS DOCUMENT 00010

TABLE OF CONTENTS ........................................................................................................... 00010-1 through 2

DOCUMENT 00104 NOTICE TO CONTRACTORS ................................................................................................. 00104-1 through 4

DOCUMENT 00210 REQUIREMENTS OF MASSACHUSETTS GENERAL LAW CHAPTER 30, SECTION 39R ........................................................................................................................... 00210-1 through 4

DOCUMENT 00331 LOCUS MAP ............................................................................................................................. 00331-1 through 2

DOCUMENT 00439 CONTRACTOR PROJECT EVALUATION FORM ................................................................ 00439-1 through 2

DOCUMENT 00440 SUBCONTRACTOR PROJECT EVALUATION FORM ........................................................ 00440-1 through 2

DOCUMENT 00710 GENERAL CONTRACT PROVISIONS ................................................................................... 00710-1 through 2

DOCUMENT 00715 INTERIM SUPPLEMENTAL SPECIFICATIONS ................................................................. 00715-1 through 24

DOCUMENT 00716 PAVEMENT MILLING REQUIREMENTS ............................................................................. 00716-1 through 6

DOCUMENT 00717 SUPERPAVE REQUIREMENTS ........................................................................................... 00717-1 through 78

DOCUMENT 00719 SPECIAL PROVISIONS FOR PARTICIPATION BY DISADVANTAGED BUSINESS ENTERPRISES .................................................................................................... 00719-1 through 18

DOCUMENT 00760 REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTION CONTRACTS ........................................................................................... 00760-1 through 16

DOCUMENT 00811 MONTHLY PRICE ADJUSTMENT FOR HOT MIX ASPHALT (HMA) MIXTURES ................................................................................................................... 00811-1 through 2

DOCUMENT 00812 MONTHLY PRICE ADJUSTMENT FOR DIESEL FUEL AND GASOLINE ........................ 00812-1 through 2

DOCUMENT 00813 PRICE ADJUSTMENT FOR STRUCTURAL STEEL AND REINFORCING STEEL .................................................................................................. 00813-1 through 2

DOCUMENT 00814 PRICE ADJUSTMENT FOR PORTLAND CEMENT CONCRETE MIXES .......................... 00814-1 through 2

DOCUMENT 00820 THE COMMONWEALTH OF MASSACHUSETTS SUPPLEMENTAL EQUAL EMPLOYMENT OPPORTUNITY, NON-DISCRIMINATION AND AFFIRMATIVE ACTION PROGRAM ............................... 00820-1 through 5

DOCUMENT 00821 ELECTRONIC REPORTING REQUIREMENTS CIVIL RIGHTS PROGRAM AND CERTIFIED PAYROLL ................................................... 00821-1 through 1

DOCUMENT 00859 CONTRACTOR/SUBCONTRACTOR CERTIFICATION FORM ...................................... 00859-1 through 2

DOCUMENT 00860 COMMONWEALTH OF MASSACHUSETTS PUBLIC EMPLOYMENT LAWS............. 00860-1 through 2

Page 21: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

ADDENDUM NO. 4, MARCH 6, 2015 ADDENDUM NO. 2, FEBRUARY 20, 2015

00010 - 2

DOCUMENT 00861 STATE WAGE RATES ....................................................................................................... 00861-1 through 42

DOCUMENT 00870 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS .............................................................. 00870-1 through 6

DOCUMENT 00875 TRAINEE SPECIAL PROVISIONS ...................................................................................... 00875-1 through 2

DOCUMENT 00880 FEDERAL WAGE RATES ....................................................................................................... 00880-1 through 8

DOCUMENT A00801 SPECIAL PROVISIONS ................................................................................................. A00801-1 through 422

DOCUMENT A00802 DETAIL SHEETS ............................................................................................................ A00802-1 through 28

DOCUMENT A00808 PROJECT UTILITY COORDINATION FORM ................................................................ A00808-1 through 4

DOCUMENT A00809 SPRINGFIELD WATER AND SEWER REQUIREMENTS AND DETAIL DRAWINGS ........................................................................................................ A00809-1 through 8

DOCUMENT A00810 CSX RAILROAD REQUIREMENTS ............................................................................... A00810-1 through 8

DOCUMENT A00811 AMTRAK RAILROAD REQUIREMENTS ..................................................................... A00811-1 through 12

DOCUMENT A00812 PAN AM RAILROAD REQUIREMENTS ....................................................................... A00812-1 through 42

DOCUMENT A00820 REQUEST FOR RELEASE OF MASSDOT AUTOCAD FILES FORM .......................... A00820-1 through 2

DOCUMENT A00840 PROJECT LABOR AGREEMENT PLAN (PLA) ............................................................ A00840-1 through 42

DOCUMENT A00849 PIPE PROTECTION PLAN REQUIREMENTS .............................................................. A00849-1 through 22

DOCUMENT A00855 BORING LOGS ................................................................................................................. A00820-1 through 48

DOCUMENT B00420 PROPOSAL ....................................................................................................................... B00420-1 through 44

DOCUMENT B00853 SCHEDULE OF PARTICIPATION BY DISADVANTAGED BUSINESS ENTERPRISES (DBEs) ....................................................................................... B00853-1 through 2

DOCUMENT B00854 DISADVANTAGED BUSINESS ENTERPRISES (DBE) PARTICIPATION LETTER OF INTENT .............................................................................................................. B00854-1 through 2

DOCUMENT B00855 DBE JOINT CHECK ARRANGEMENT APPROVAL FORM .............................................. B00855-1 through 2

DOCUMENT B00856 JOINT VENTURE AFFIDAVIT ............................................................................................. B00856-1 through 4

*END TABLE OF CONTENTS*

Page 22: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

00104 - 1

ADDENDUM NO. 1, JANUARY 30, 2015

DOCUMENT 00104

NOTICE TO CONTRACTORS

Electronic proposals for the following project will be received through the internet using Bid Express until the date and time stated below and will be posted on www.bidx.com forthwith after the bid submission deadline. No paper copies of bids will be accepted. All Bidders must have a valid Digital ID issued by MassDOT in order to bid on projects. Bidders need to apply for a Digital ID at least 14 days prior to a scheduled bid opening date with Bid Express.

TUESDAY, MARCH 24, 2015 at 2:00 P.M.**

SPRINGFIELD Federal Aid Project No. NHP-091-1(173)

Rehabilitation of Viaduct Br. No S-24-061 (Steel) along Interstate 91 (607731)

**Date Subject to Change PROJECT VALUE = $ $193,099,000.00 Bidders must be pre-qualified by the Department in the BRIDGE CONSTRUCTION category to bid on the above project. An award will not be made to a Contractor who is not pre-qualified by the Department prior to the opening of Proposals. All prospective Bidders who intend to bid on this project must obtain “Request for Official Proposal Form (R109)”. The blank “Request for Official Proposal Form (R109)” can be obtained at: http://www.massdot.state.ma.us/highway/Departments/PrequalificationofHorizontalConstructionFirms.aspx Select the link “Request for Official Proposal Form (R-109 Form)”. All prospective Bidders must complete and e-mail an electronic copy of “Request for Official Proposal Form (R109)” to the MassDOT Director of Prequalification for approval: [email protected]. Upon approval, the Official Bidders will be entitled to receive an officially numbered Compact Disc (CD) containing the Plans and Specifications, free of charge. Other interested parties may receive an informational copy of the Compact Disc (CD) containing the Plans and Specifications, free of charge. Only officially numbered Compact Disc (CD) shall be used for bidding purposes. Bids will be considered, and the contract awarded in accordance with statutes governing such contracts Massachusetts General Laws Chapter 30 § 39M.

Page 23: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

00104 - 2

ADDENDUM NO. 4, MARCH 6, 2015

NOTICE TO CONTRACTORS (Continued) All parties who wish to have the CDs mailed to them must provide a completed mailing label with an approved carrier account number for mail service (i.e. – Federal Express, UPS, etc) to the Bid Document Distribution Center.

Bid Document Distribution Center MassDOT Highway Division 10 Park Plaza - Suite 6261 Boston, MA 02116 Attn: Frank Kucharski, P. E., Construction Contracts Engineer

A Proposal Guaranty in the amount of 5% of the value of the bid is required. This project is subject to the schedule of prevailing wage rates as determined by the Commissioner of the Massachusetts Department of Labor and Workforce Development, and the Division of Occupational Safety and United States Department of Labor. Plans will be on display and information will be available at the MassDOT Boston Office and at the District Office in NORTHAMPTON. The Department, in compliance with Title 49 Code of Federal Regulations Part 21 (NONDISCRIMINATION IN FEDERALLY-ASSISTED PROGRAMS OF THE DEPARTMENT OF TRANSPORTATION - EFFECTUATION OF TITLE VI OF THE CIVIL RIGHTS ACT OF 1964), hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement that minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on grounds of race, color, or national origin in consideration for an award. This Proposal contains the "STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246)". The goals and timetables applicable to this proposal for minority and female participation, expressed in percentage terms for the Contractor's aggregate work force in each trade on all work, are contained in Appendices A and B of the above Specifications.

This Contract contains price adjustments for hot mix asphalt and Portland cement mixtures, diesel fuel, and gasoline. For this project the base prices are as follows: liquid asphalt $580.00 per ton, Portland cement $123.78 per ton, diesel fuel $2.162 per gallon, and gasoline $1.727 per gallon. MassDOT posts the Price Adjustments on their Highway Division’s website at http://www.massdot.state.ma.us/Highway/ under the following link sequences:

Doing Business With Us Construction Price Adjustments

Page 24: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 9

ADDENDUM NO. 4, MARCH 6, 2015 ADDENDUM NO. 2, FEBRUARY 20, 2015

PROTECTION OF UNDERGROUND FACILITIES The Contractor's attention is directed to the necessity of making his own investigation in order to assure that no damage to existing structures, drainage lines, traffic signal conduits, etcetera, will occur.

The Contractor shall notify Massachusetts DIG SAFE and procure a Dig Safe Number for each location prior to disturbing existing ground in any way. The telephone number of the Dig Safe Call Center is 811 or 1-888-344-7233.

Springfield Water and Sewer is not part of DIG SAFE. The Contractor shall contact the Commission Operations Center at 413-787-6206 to request mark of the water and sewer infrastructure with at least 72 hours notice.

PROCEDURE FOR RELEASING AUTOCAD FILES TO THE GENERAL CONTRACTOR After the bid opening the low bidder may submit the Request for Release of MassDOT AutoCAD Files Form to the Highway Design Engineer. When the Highway Design Section has received both the AutoCAD files from the designer and the Request for Release of MassDOT AutoCAD Files Form from the Contractor, Highway Design will email the contractor a link through Dropbox.com with a reminder disclaimer of use (copy to Project Manager and District Construction Engineer).

WORK SCHEDULE/LANE RESTRICTIONS The work schedule shall be as agreed in the Project Labor Agreement (PLA). The Contractor is expected to work multiple shifts with each shift being a minimum of 8 hours and up to 24 hours a day / 6 days per week (Monday thru Saturday) and 12 months per year for the majority of the contract duration to meet schedule requirements and comply with time restriction for lane takings. The Contractor is expected to work in the winter period for the contract durations to meet all milestones.

Travel lane requirements and restrictions on I-91 and associated access ramps as well as for local roadways shall be as shown on the plans.

The Contractor shall prepare implementation plans for review and approval by MassDOT for each Stage of Construction. Refer to Sequence of Operations Section for additional information.

EMERALD ASH BORER ADVISORY To the extent possible, all trees shall be disposed on site, typically chipped and spread in place. When trees or brush must be removed, such as in urban, or otherwise populated areas, the Contractor shall identify, for approval by the Engineer, a proposed location for disposal. Disposal shall be in the city or town of the project, or at a minimum, within the county or the construction operations.

For more information, see the following: http://www.mass.gov/eea/docs/dcr/news/2014/2014-11-12pr.pdf

Page 25: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 10

HOLIDAY WORK RESTRICTIONS FOR CALENDAR YEAR 2015 (Supplementing Subsection 7.09) The District Highway Director (DHD) may authorize work to continue during these specified time periods if it is determined by the District that the work will not negatively impact the traveling public. Below are the holiday work restrictions for the calendar year 2015. New Years Day (Federal Holiday) Thursday, January 1, 2015: No work on major arterial roadways from noon on Wednesday, December 31, 2014 until the normal start of business on Friday, January 2, 2015. No work on local roadways on the holiday without permission by the DHD and the local police chief. Martin Luther King's Birthday (Federal Holiday) Monday, January 19, 2015: No work restrictions due to traffic concerns however work on local roadways requires permission by the DHD and local police chief. President's Day (Federal Holiday) Monday, February 16, 2015: No work restrictions due to traffic concerns however work on local roadways requires permission by the DHD and local police chief. Evacuation Day (Suffolk County State Holiday) Tuesday, March 17, 2015: No work restrictions due to traffic concerns. Patriot's Day (State Holiday) Monday, April 20, 2015: Work restrictions will be in place for Districts 3, 4 and 6 along the entire Boston Marathon route and any other locations that the DHD in those districts determine are warranted so as to not to impact the marathon. All other districts work restrictions will be as per DHD. Mother’s Day Sunday, May 10, 2015: No work on Western Turnpike and Metropoli tan Highway System from noon on Friday, May 8, 2015 until the normal start of business on Monday, May 11, 2015. Memorial Day (Federal Holiday) Monday, May 25, 2015: No work on major arterial roadways from noon on Friday, May 22, 2015 until the normal start of business on Tuesday, May 26, 2015.

Page 26: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 37

ADDENDUM NO. 4, MARCH 6, 2015 MAINTENANCE OF TRAFFIC SIGNALS

It shall be the responsibility of the Contractor to provide all labor, equipment and material required for the total maintenance, modification and repair of all existing and proposed temporary and permanent traffic signal control equipment, including damage by automobile accidents until final completion and acceptance of the project, unless otherwise specified under Subsection 7.17 “Traffic Accommodation: of the Standard Specifications as amended, in which case Subsection 7.17 will govern. These provisions will apply to the signalized location included as part of this construction Contract from the date of written notice given to the Engineer that the Contractor will work on or adjacent to an existing signal until the date when the State/City accepts the complete project (see Items 815.1, 816.01 thru 816.15, 816.81, and 816.82) list of impacted and mitigated intersections below). These provisions also apply to signalized locations included as part of this Construction Contract from the date of written notice given to the Engineer that the Contractor will work on or adjacent to an existing signal until the date when the State/City accepts the complete project for locations to be monitored (see Items 816.101 through 816.130 list of impacted and monitored intersections below). This written notice must be given before the Contractor may proceed with any work on a specified traffic signal location. For the purpose of these Special Provisions, the phrase “Traffic Signal Control Equipment” is intended to include, but is not limited to, controllers, signal housings, supporting structures, cabinet accessories and panels, wires, conduit and all other ancillary electrical equipment used for traffic control.

The cost of the maintenance of signals shall be deemed to be included in the various traffic signal Contract items and no additional payments will be made.

The Contractor shall staff and provide resources to assure a maximum two (2) hour response time to address signal operational issues identified and communicated by MassDOT and/or the City of Springfield until completion of the project.

Impacted & Mitigated Intersections 1. East Columbus Avenue/West Columbus Avenue at Main Street 2. East Columbus Avenue at Broad Street 3. West Columbus Avenue at Broad Street

4. East Columbus Avenue/West Columbus Avenue at Union Street and I-91 Northbound On-Ramp

5. East Columbus Avenue/ West Columbus Avenue at State Street 6. East Columbus Avenue at Pynchon Street 7. East Columbus Avenue at Boland Way 8. East Columbus Avenue at Bridge Street 9. East Columbus Avenue at Worthington Street and I-91 North Garage Access 10. East Columbus Avenue at Hampden Street and Hall Of Fame Avenue 11. West Columbus Avenue at Memorial Bridge Street/ Boland Way 12. Liberty Street at Main Street 13. Liberty Street at Dwight Street 14. Liberty Street at Chestnut Street 15. Dwight Street at Congress Street 16. Main Street (Route 116) at Plainfield Street (Route 20)/ Bradford Street

17. East Columbus Avenue at Liberty Street (temporary/final signal)

18. Southbound Frontage Road (from Birnie Ave) at Route 20 Eastbound Frontage Road (temporary signal)

Page 27: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 38

ADDENDUM NO. 4, MARCH 6, 2015 MAINTENANCE OF TRAFFIC SIGNALS (Continued) Impacted & Monitored Intersections

1. East Columbus Avenue/ West Columbus Avenue at Main Street

2. East Columbus Avenue at Broad Street

3. West Columbus Avenue at Broad Street

4. East Columbus Avenue/ West Columbus at Union Street/ I-19 NB On-Ramp

5. East Columbus Avenue/ West Columbus Avenue at State Street

6. East Columbus Avenue at Pynchon Street

7. East Columbus Avenue at Boland Way

8. East Columbus Avenue at Bridge Street

9. East Columbus Avenue at Worthington Street/ I-91 North Garage Access

10. East Columbus Avenue at Hampden Street/ Hall of Fame Avenue

11. West Columbus Avenue at Memorial Bridge/ Boland Way

12. Liberty Street at Main Street

13. Liberty Street at Dwight Street

14. Liberty Street at Chestnut Street

15. Congress Street at Dwight Street

16. East Columbus Avenue at Liberty Street (temporary/final signal)

17. Main Street (Rte. 116) at Plainfield Street (Rte. 20)/ Bradford Street

18. Southbound Frontage Road (from Birnie Ave) at Route 20Eastbound Frontage Road

19. Main Street at State Street

20. Dover Street at Main Street

21. Riverdale Street (Route 5) at I-91 Off-Ramp

22. Riverdale Street (Route 5) at Shopping Driveway (North)

23. Riverdale Street (Route 5) at Shopping Driveway (South)

24. Riverdale Street (Route 5) at Daggett Drive

25. Riverdale Street (Route 5) at Morgan Road

26. Riverdale Street (Route 5) at Monterey Drive

27. Riverdale Street (Route 5) at Cinema Driveway

28. Riverdale Street (Route 5) at Elm Street (North)

29. Riverdale Street (Route 5) at Elm Street (South)

30. Arch Street at Birnie Avenue

31. Arch Street at Main Street

Page 28: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 43

ADDENDUM NO. 4, MARCH 6, 2015 ADDENDUM NO. 2, FEBRUARY 20, 2015

CONTROL OF NOISE The hotels in close proximity of the project may experience temporary noise impacts from the demolition and operation of heavy equipment during the construction period. See Item 119.5 for specific requirements related to Noise Control during construction. This Special Provision identifies the minimum requirements for Noise Control on this Project. SEQUENCE OF OPERATIONS The Sequence of Operations shall be as shown on the Contract Plans. Any deviation from the Construction Staging and Sequence shall be approved by MassDOT.

The Contractor shall develop an implementation plan for each stage of construction on I-91, I-291, associated access ramps and local roadways for review and approval by MassDOT prior to each stage of construction. The implementation plan shall detail the following: 1. Intended dates for implementation 2. What travel lanes will be closed, 3. Proposed work hours in accordance with the contract plans 4. Proposed work items to be accomplished within planned lane closures 5. Sequence of traffic maintenance and to accomplish required traffic shifts from one stage to

the next 6. What equipment is needed to accomplish the work 7. Items of the proposed work to be deferred, reason deferred, schedule for completion post

implementation 8. Description of any temporary facilities, materials or conditions needed at the end of the

work shift to ensure safe passage for traffic 9. Work schedule to complete construction of any areas where a temporary facility, material

or condition applies post implementation. 10. Public informational plan, public outreach plan and schedule of completion 11. Coordination required and planned with other Construction Contracts, Agencies and

abutting stakeholders and proposed schedule of completion CONTINGENCY PLAN The Contractor will develop contingency plans for potential problems that may arise during construction that will affect the overall progress schedule. Separate from the Incident Response Operations (IRO) plan, as detailed below and under Item 859.25, the Contractor shall develop contingency plans to address temporary and/or emergency repairs that may be required on the existing structure throughout the duration of the Contract, repairs required for normal maintenance to the existing structure and/or required as a result of the Contractor’s activities.

Page 29: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 43 A

ADDENDUM NO. 4, MARCH 6, 2015 ADDENDUM NO. 2, FEBRUARY 20, 2015

CONTINGENCY PLAN (Continued) Incidents (i.e., vehicle crashes and breakdowns) within the Project limits, both on I-91 and on local roadways, including Incident Response Operations (IRO) plan development and approval, incident management staging, equipment and response and resolution of such incidents shall be covered separately under Item 859.25. Prior to commencing any work, the Contractor is required to develop design details, materials and response protocols for any contingency requiring Temporary and/or Emergency Repairs to the existing structure. Contractor shall develop contingency plans to address the following:

The Contractor shall submit a list of a minimum of three (3) emergency contact telephone numbers for personnel available 24 hours/day, 7 days/ week including non-working hours, weekends and holidays and who have the authority to direct Contractor and Subcontractor personnel for emergency response. Alternate telephone numbers shall be submitted to cover any time periods when the originally listed personnel are not available and for changes in emergency response personnel. If MassDOT officials do not acquire a live answer or a callback within 15 minutes of making emergency calls, a penalty of $5,000 per hour will be charged to the Contractor from 15 minutes after the third call is made until a callback is received or live answer is acquired.

For the duration of the Contract, any failure of the deck on I-91 affecting a single travel

lane. This contingency plan shall include a timeline that provides an initial response time for required traffic management to be established within 1 hour, and corrective work to commence within 4 hours of the failure. Corrective work may include the use of steel plates installed in order to maintain traffic. The repair work restoring full use of the impacted travel lane shall be completed no later than 5 AM on the following day unless the failure occurs after 8 PM. If the failure occurs after 8 PM the Contractor shall have the travel lane fully restored by 2 PM on the following day.

For the duration of the Contract, any failure of the deck on I-91 affecting both travel lanes. This contingency plan shall include a timeline provides an initial response time for required traffic management to be established within 1 hour and corrective work to commence within 4 hours. The contingency plan shall detail all required construction methods and materials required to have repair work completed and both travel lanes open for traffic within 12 hours of the start of the corrective work.

Page 30: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 79

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 106.42 (Continued) The beam elevations shall be the same before and after the completion of the work. Any survey work, as directed, shall be performed prior to the commencement of jacking and shall be considered incidental to the cost of this item. When the bearing replacement is completed and the supports are no longer needed in the opinion of the Engineer, all supporting materials shall be removed and become the property of the Contractor.

Method of Measurement and Basis of Payment Item 106.42 shall be measured and paid for at the contract unit price per Each location requiring a bearing replacement, complete in place and accepted.

This contract unit price for Item 106.42 shall include all design, labor, materials, products, tools, equipment, services, transportation, and supervision required to execute the various jacking and shoring operations and to subsequently remove the jacking and shoring assembly, and all other work, complete and accepted by the Engineer. If the shoring tower extends to grade, payment shall include the restoration of the site to its previous condition.

ITEM 106.43 JACKING AND SHORING STRUCTURAL STEEL REPAIRS EACH Work to be done under this item consists of jacking and shoring structural steel that is being strengthened or repaired under Items 107.961, 107.962, or 107.963 as directed by the Engineer.

The jacking and shoring will only be required at locations verified by MassDOT’s Designer working with the Contractors construction sequence. In most cases the Contractor will be required to shore the structure to reduce the live load during the repair. The Contractor shall be responsible for the design of a jacking and shoring assembly to accommodate construction accessibility, schedule, and other site conditions, including the acceptability of the support location.

The adjacent girders may be used for temporary support of the girders being repaired. The Contractor is also responsible for ensuring that the structure remains stable during the jacking and shoring operation for all anticipated loads based on the Contractor’s schedule.

Any damage to portions of the existing bridge structure and surrounding items that are designated to remain shall be repaired, to the satisfaction of the Engineer, by the Contractor at his own expense. Any resulting delays in construction shall be the sole responsibility of the Contractor.

The temporary jacking and shoring procedure and configuration shall be designed, stamped, and signed by a Massachusetts registered Professional Engineer, who shall be available for consultation for any issue interpreting design/drawings and resolution of any problems which may occur during the performance of the work. The design calculations shall be performed in accordance with the allowable stress design method of the 2002 AASHTO Standard Specifications for Highway Bridges, and the AASHTO Guide Design Specifications for Bridge Temporary Works.

Page 31: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 79 A

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 106.43

The Contractor shall submit stamped drawings to the Engineer for review, in accordance with Subsection 5.02 of the Standard Specifications and the Bridge Manual. The submission shall include design calculations and a description and plan of the proposed methods, materials, and equipment with sufficient detail to permit evaluation of the system for structural adequacy. The submission typically shall include, but not be limited to, the following:

Size, type and material designation for all materials used, including secondary supports.

Details of the jacking equipment (including catalog cut sheets, assembly drawings and capacities).

General jacking method and procedure, including when closure pour concrete in the vicinity of the jacking was placed, and procedure of removing the temporary shoring.

Method of monitoring the jacking forces.

A Proof Test Certificate for the jacks, gauges, fittings and all accessories.

A certificate verifying 2% accuracy of all gauges.

The Contractor shall also submit the proposed welding procedure and welder’s certifications to the Engineer for approval prior to the commencement of the work.

Materials and equipment used to perform the work shall be capable of supporting the beams under all loads that occur during jacking and shoring. All jacks shall be equipped with check valves and pressure gauges or other load measuring devices so that the jacking forces can be monitored at all times. The manufacturer’s name plate for each jack shall clearly show the rated capacity and stroke of that jack. The minimum jack capacities shall be as determined in the Contractor’s design with a minimum stroke requirement of 2 inches for each jack. At no time shall any beam jacking be performed unless the Engineer is present. The Contractor shall provide a minimum of two working days advance notice to the Engineer prior to any beam jacking. The girders shall be shored or jacked the minimum amount necessary to perform the repair. Under no circumstance shall the girder be lifted or raised resulting in any deck cracking. The jacks shall be mechanically locked or the structure shimmed at the completion of the jacking. The hydraulic system of the jacks shall not be relied upon to sustain the jacking loads once the lifting has been completed. The Contractor shall submit to the Engineer a record of the jacking loads encountered for each jack just prior to the dial lock-off or final shimming. This record shall clearly indicate the corresponding jack number and beam number. The beam elevations shall be the same before and after the completion of the work. Any survey work, as directed, shall be performed prior to the commencement of jacking and shall be considered incidental to the cost of this item.

Page 32: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 79 B

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 106.43

When the temporary jacking and shoring is no longer needed in the opinion of the Engineer, all supporting materials shall be removed and become the property of the Contractor.

Method of Measurement and Basis of Payment Item 106.43 shall be measured and paid for at the contract unit price per Each location requiring a temporary support of structural steel in order to complete the repair.

This contract unit price for Item 106.43 shall include all design, labor, materials, products, tools, equipment, services, transportation, and supervision required to execute the various jacking and shoring operations and to subsequently remove the jacking and shoring assembly, and all other work, complete and accepted by the Engineer. If the shoring tower extends to grade, payment shall include the restoration of the site to its previous condition. ITEM 107.855 PRESSURE INJECTION OF CRACKS FOOT The work under this item shall conform to the applicable provisions of Sections 112 and 901 of the Standard Specifications and the specific requirements stipulated below. Work under this item involves the repair of cracks, in the existing concrete substructure above grade on Bridge Structure No. S-24-061. The location and limits of the crack repairs will be determined by the Contractor working with the Engineer in the field during construction. The work shall consist of repair of the cracks by means of injection with a two component modified epoxy resin system under low pressure using continuous positive displacement metering and mixing equipment, as required by these specifications and to the satisfaction of the Engineer. Existing cracks in excess of 0.012” (inches) wide shall be repaired and shall be bonded by penetration with an epoxy adhesive in accordance with the epoxy manufacturer’s recommendations. The Contractor shall submit manufacturer’s literature completely describing products. The materials shall be delivered clearly marked with legible and intact labels containing the manufacturer’s name, brand name, and identification of the contents of containers. The materials shall be stored in areas where temperatures conform to the manufacturer’s recommendations and instructions. The Contractor shall not perform any repair work without prior approval of the Engineer for locations, limits and types of repairs.

Page 33: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 80

ITEM 107.855 (Continued) Epoxy Resin The modified epoxy resin shall be a pre-qualified epoxy resin from MassDOT’s approved list. A Materials Certificate shall accompany each batch or lot of the material delivered to the job site. A batch of each component will be defined as that quantity of material, which has been subjected to the same unit chemical or physical mixing process intended to make the final product substantially uniform. Each component shall be packaged in steel containers not larger than 5 gallons in volume. The containers shall have lug type crimp lids with rings seals, shall be new, not less than 0.024 inch nominal thickness, and shall be well sealed to prevent leakage. If a lining is used in the containers, it shall be of such character as to resist any action by the components. Each container shall be clearly labeled with the designation (Component A or B), manufacturer's name, date of manufacture, batch number and the following warning: Any material which shows evidence of crystallization or a permanent increase in viscosity or settling of pigments which cannot be readily re-dispersed with a paddle shall not be used. Construction Methods Prior to sealing, cracks shall be cleaned free of dust, silt and any other material which would impair the bond. Cleaning the cracks shall be done with oil-free compressed air jets, or preferably by vacuum cleaning with an industrial vacuum cleaner. Injection ports shall be inserted in the cracks at intervals not less than the thickness of the concrete being injected. At the end of a crack or at a point where the thickness of the crack becomes less than 0.006 inches, the first port shall be half the distance from this point. Drilling for the injection ports shall be done with a hollow drill bit to which vacuum is applied with an industrial vacuum cleaner. The drill shall not contact any steel reinforcing. A pachometer shall be used to locate the existing steel. Spacing the ports shall be such that the injected adhesive will substantially fill the crack without excessive waste. If necessary to meet this requirement, the spacing of the ports shall be revised as approved by the Engineer, as the injection process progresses. The surface of the crack between the ports shall be sealed with tape or other temporary surface sealant, which is capable of retaining the epoxy adhesive in the crack during pressure injection and shall remain in place until the epoxy has hardened. The tape or temporary surface sealant shall not adversely affect the epoxy. On all treated surfaces of the concrete the tape or temporary surface sealant shall be removed when no longer required and any spillage of epoxy shall also be removed.

Page 34: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 83

ITEM 107.88 SURFACE SEALER FOR CRACKS SQUARE FOOT Work under this item consists of the sealing of concrete areas with existing cracks in the existing concrete substructures where the cracks measure greater than 0.006” in width but less than 0.012”. The location and limits of areas with cracks to be sealed working with the Engineer to determine the limits of the substructure patching and rehabilitation. Areas with existing cracks shall be sealed with a silane sealer to prevent further deterioration. In areas on the existing substructures where cracking exists and the crack widths are less than 0.006” in width, no surface sealer is necessary unless directed by the Engineer. The selected sealer shall be a 100% silane sealer and shall be found on the current MassDOT Qualified Construction Materials List (QCML). The sealer shall be colorless or clear after drying. Prior to starting work, the Contractor shall submit the manufacturer’s literature completely describing product to be used and the appropriate materials safety data sheets (MSDS). All materials must be delivered in the original, unopened containers with the manufacturer’s name, labels, product identification, and batch numbers clearly visible. Damaged material shall be removed from the site. All materials shall be stored off the ground and protected from rain, snow, freezing or excessive heat until ready for use. The Contractor shall comply with all manufacturer’s instructions and recommendations regarding surface preparation, application, and safety. The surrounding work, vehicles, planting materials and items of similar nature shall be protected from damage from application of the silane surface sealer. No material shall be applied if it is raining, snowing or if any such conditions are imminent. The minimum application temperatures recommended by the Manufacturer shall be strictly followed. Prior to the application of any material, the Contractor shall verify that cracks and adjacent surfaces are dry of dampness, and free of standing water, dirt, dust, paint, grease, oil, rust, efflorescence or any other foreign matter which would interfere with application of the silane sealer. Method of Measurement and Basis of Payment Item 107.88 shall be measured and paid for at the contract unit price per Square Foot of material applied to the crack area repaired. This cost shall include all labor, equipment, and materials necessary to complete the work. No separate measurement will be made for each type of coating required. The final surface area treated at the crack shall be considered the pay limit.

Page 35: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 84

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 107.961 STRUCTURAL STEEL REPAIRS-WEB POUND ITEM 107.962 STRUCTURAL STEEL REPAIRS-FLANGE POUND ITEM 107.963 STRUCTURAL STEEL REPAIRS-WEB AND FLANGE POUND

Work under this item shall conform to relevant provisions of Sections 960 and 961 of the Standard Specifications and the following:

The work includes strengthening and repairs to the existing steel due to deterioration. The majority of the repairs include adding steel plates the existing to restore the steel section to its original section properties or better.

The Contractor shall coordinate and schedule the work under this item and schedule work with the work under ITEM 961.201, CLEAN (FULL REMOVAL) AND PAINT STEEL BRIDGE NO. S-24-061, and shall be aware that there are specific surface preparation requirements for the faying surfaces between the existing steel and the proposed repair plates.

The structure has many areas that require plates to be installed to restore the existing structure to its original condition. The areas requiring the rehabilitation are:

In at the median girders

In the vicinity of the bridge joints

Other areas where deterioration is typically found on bridges. Specific areas have not been identified on the plan, but estimated quantities have been provided for bidding purposes.

ITEM Description Unit Quantity Item 107.961 STRUCTURAL STEEL REPAIRS - WEB LB 54,000 Item 107.962 STRUCTURAL STEEL REPAIRS - FLANGE LB 42,000 Item 107.963 STRUCTURAL STEEL REPAIRS – WEB AND FLANGE LB 14,000 Total LB 110,000

After the existing structural steel has been blast cleaned and primed the work consists of, but is not limited to; the following steps necessary to facilitate the repairs: 1. Provide access to the area of deterioration for the Engineer to measure all of the

deterioration requiring rehabilitation. The Contractor shall provide a minimum of 48 hours advance notice to MassDOT for access to the site.

2. Upon receiving the design drawings from MassDOT, develop shop drawings for approval and fabricate steel plates per the approved shop drawings.

3. Where required, remove and dispose of existing steel or concrete required to facilitate the repairs.

4. Perform surface preparation and field drill holes for all bolted connections. All holes shall be sub-drilled and reamed to the diameter of 1/16” larger than the specified bolt. All proposed holes in the existing steel shall be located by means of templates.

5. Install repair plates and epoxy paste adhesive at locations where faying surfaces between existing steel and proposed plates are bolted, Install epoxy paste per manufacturer’s written specification to ensure an adequate faying surface is provided and prevent the accumulation of water between the plates.

Page 36: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 85

ADDENDUM NO. 4, MARCH 6, 2015 ADDENDUM NO. 2, FEBRUARY 20, 2015

ITEM 107.961, 107.962, and 107.963 (Continued) Conditions vary such that the repairs at each location will require some field measurements and fabrication to ensure proper fit. The Contractor shall conduct their own investigation and research, regarding all conditions and materials affecting the work to be done. No additional compensation, other than the unit price bid for this item, will be made if the materials or work prove to be different than that inferred or described herein, or shown on the Contract Plans All costs for permits, dump fees, taxes, special handling of hazardous materials, etc. shall be included in the bid price of this item. The Contractor shall take all precautions necessary not to damage those portions of the superstructure that are to remain. Any portion of the superstructure to remain which becomes damaged as a result of the Contractor’s operations shall be repaired to the satisfaction of the Engineer and at the Contractor’s expense. NOTE: Certain repair locations are known to have obstacles that are in conflict with the work that is to be performed. Work required to move, remove, replace, work around, or modify any obstacles interfering with the structural steel repair work, such as drainpipes, diaphragms, cables, etc. shall be included in this item and be performed with no additional compensation. This work shall be deemed incidental to the unit price bid for these items.

The quantities of the repairs under Item 107.961, Item 107.962, and Item 107.963 are based on a review of the latest inspection reports, limited field investigation and are not guaranteed. MassDOT’s Designer will be responsible for inspecting and developing any necessary structural repair plans. The repair limits will be verified by MassDOT’s Designer after the repair area has been cleaned of all materials, including all rust, and primed such that the areas can be visually examined and allow for accurate field measuring. After the inspection, the Designer will develop details showing the limits of the repairs.

Repairs for restoring section to stiffeners only will be included in Item 107.961. For repairs required for stiffeners where the flange is also being rehabilitated, the repair will be included in Item 107.963.

The Contractor shall allow a minimum of fourteen (14) calendar days from the date of the field assessment by the Designer for the development of structural details. The Contractor shall anticipate that the Designer will have one (1) crew performing the field work and one (1) crew performing calculations and developing repair details. The Contractor shall develop a schedule using these parameters and stage the work accordingly. Providing access to multiple spans of deterioration will not generate all of the required details within 14 calendar days. Details will be sent to the Contractor as they are developed in an effort to provide structural steel designs to the Contractor without interruption.

Page 37: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 86

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 107.961, 107.962, and 107.963 (Continued)

Structural steel repairs will address structural deterioration that reduces the capacity of a member to support the design loading. In some cases the level of deterioration may not require steel repairs if, by calculation, the capacity of the member has sufficient strength. All structural calculations to determine the existing members capacity will be performed by the Designer, with no calculations required by the Contractor. If unforeseen conditions occur that, due to the extent or nature of the deterioration at a particular location, preclude the typical repairs detailed in the plans, the Contractor shall provide access to the location for visual inspection by the Designer. In the same manner as outlined above, the Designer will develop details for the Contractor for use in developing drawings, fabrication of steel, and the installation of the repair. The Designer will coordinate with the Contractor directly on the method he/she intends to employ to facilitate the repair. Prior to the Designer providing drawings to the Contractor, the Designer will receive approval from the Department on the proposed repair. The coordination between the Contractor and the Designer shall be considered incidental to this Item at no additional cost to the Department. The Contractor shall provide an ultrasonic thickness gauge for the Designer’s use on this project to assist in determining the limits of repair. The gauge shall be new, applicable for measuring thickness on steel structures from one side only, have a measurement range of 0.04” to 4.00” (1.0 mm to 100 mm), and a resolution of 0.004” (0.01 mm) and be accompanied by its instruction manual. The gauge shall become the property of the Department at the completion of the project. The cost associated with purchasing the gauge shall be considered incidental to the repair Items. Structural steel for this Item shall conform to the requirements of AASHTO M270, Grade 36. Grade 50 steel may be used based on availability. Floor beams shall be considered fracture critical main members and conform to the Charpy V-notch impact test requirements for AASHTO Temperature Zone F2. All high strength bolts for bolted connections shall conform to the requirements of AASHTO M164. Epoxy Paste for structural steel repairs shall be a solvent free, moisture tolerant, epoxy paste adhesive system that is not affected by road de-icing salts. The epoxy paste shall be manufactured specifically for filling, smoothing, sealing, or fairing applications on all metals. The steel surface shall be prepared and the paste shall be applied in strict accordance with the manufacturer’s latest written instructions. The Contractor should note that the selected epoxy paste may have a temperature range for working and may be required to heat areas for the work to continue.

Page 38: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 87

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 107.961, 107.962, and 107.963 (Continued)

The two components shall be combined immediately prior to use in accordance with the written instructions of the manufacturer. The mixtures shall have the following physical characteristics at 72F: Compressive strength – 8500 psi – ASTM D695 Tensile Strength – 2600 psi – ASTM D638 Hardness: 65-70 Shore D after 8 hours 80-85 Shore D after 24 hours Working time: 1 hour minimum Sandable Shall compatible to bond with paint system Existing surfaces in the work area shall be cleaned and prepared in accordance with the procedures detailed in SSPC-SP10 prior to performing repairs. The cost of the cleaning and painting will be compensated under the painting Item. The Engineer will determine which areas will be cleaned and the limits of the cleaning based on its visual inspection of the steel. For the girder repairs in the vicinity of an encased end diaphragm, the Contractor shall remove and satisfactorily dispose reinforced concrete to determine the extent of the repair limits. The Contractor may remove additional concrete for access to the repair area as approved by the Engineer. The costs associated with this removal shall be considered incidental to this Item. The perimeter of the reinforced concrete removal shall be sawcut a minimum of ½ inch prior to demolition activities. The remainder of the reinforced concrete removal shall be performed with pneumatic or power driven chipping hammers not weighing in excess of twenty-five (25) pounds. The Engineer may reject the use of any methods or equipment that causes undue vibration or possible damage to the structure or any part of the structure during the work. Any steel damaged as a result of the concrete excavation operations shall be repaired by the Contractor at no additional cost to MassDOT. Any cutting of existing steel shall be performed with care to avoid damaging or notching any of the material to remain. In the event the Contractor damages materials to remain during cutting operations, the Contractor shall replace, repair, or reinforce the damaged area as may be required to restore the area to existing conditions prior to damage. The work shall be performed by the Contractor, and as ordered by the Engineer, at the Contractor’s expense. If required, cutting may be performed by the carbon air arc cutting method, plasma cutting, or grinding. Flame cutting shall not be allowed. Carbon air arc cutting shall be done in a manner not to create excessive heat in the steel to remain. The Contractor shall use a temperature indicating crayon for 275 deg. F and 300 deg. F to monitor the temperature on the steel. These crayons shall be marked on the surface of the steel one (1) inch from the area being cut as ordered by the Engineer. Cutting shall be discontinued temporarily, to allow cooling, when the temperature in the base steel exceeds 275 deg. F. If the temperature exceeds 300 deg. F in the base steel, then carbon air arc cutting at that particular location shall be stopped permanently and other methods, such as grinding, shall be employed to cut within the same temperature restrictions.

Page 39: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 88

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 107.961, 107.962, and 107.963 (Continued)

Epoxy paste shall be applied as directed by the Engineer. In addition to what is shown on the plans, the epoxy paste should be used as a fairing material if directed by the Engineer in situations where the mating surface between new steel and existing pitted/deteriorated steel does not form a tight fit to prevent the intrusion of water or on bearing surfaces that would otherwise be too irregular to provide adequate contact area for bearing. The epoxy paste shall be considered incidental to this Item and the excess epoxy paste at repair plate edges shall be removed prior to painting.

Steel repairs at locations where plates are proposed to restore a steel member to its original section will not need to restrict live loads for the duration of the repair work. If the Contractor elects to perform the steel repairs included in this Item outside of the Stage, live load will not be restricted from the work area, but the Contractor is advised that this work will require access to the work area from below.

It is anticipated that all proposed steel repairs are made within the Stage when live load is not present on the steel being repaired. Due to the time necessary for the development of the steel shop drawings and fabrication, most repairs will need to be performed from below. The Contractor shall be aware that many areas within the project limits are restricted due to the traffic mitigation, presence of a railroad, or parking garages.

If the Contractor elects to perform the proposed steel repairs outside the Stage when live load is present on the steel being repaired, temporary shoring may be required as directed by MassDOT. The requirement for the need for temporary shoring will be based on the calculations by the Designer. Temporary shoring for Structural steel repairs will be paid for under Item 106.43.

Method of Measurement and Basis of Payment Item 107.961, Item 107.962, and Item 107.963 shall be measured per Pound of new steel

actually installed, complete in place, and accepted by the Engineer in accordance with the following:

1. Unit weight of steel is 490 pounds per cubic foot.

2. No deductions in weight are to be made for material removed for bolt holes, clips, or access holes.

3. The weight of bolts, nuts, washers and weld material is considered incidental to the steel and is not included in the calculated weight for payment purposes.

4. Any excess steel material ordered at the Contractor’s discretion to facilitate fabrication and installation of the required finished product as defined to the limits on the drawing requirements shall not be MassDOT responsibility. The quantity of steel to be calculated and paid for shall only include the weight of the steel that meets the repair detail requirements for each location measured separately.

The work described under this item shall be paid for at the contract unit price bid, Per Pound. This price shall include all labor, materials, equipment, tools, testing, and incidental costs necessary to complete the work described under these Items.

Item 107.97 and 107.98 are not included in this item and shall be measured and paid for separately. Both of these steel repairs will be measured separate for payment as the quantities are known.

Page 40: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 97

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 114.1 (Continued) The demolition procedures and any necessary calculations and drawings shall be stamped by a Professional Engineer registered in Massachusetts certifying that all existing structural members are suitably braced, stable and supported throughout the demolition process. In determining the stresses to which the retained structure will be subjected, all loading combinations including traffic and the Contractor’s equipment at each construction stage shall be considered. The method of determining stresses shall conform to the AASHTO Standard Specifications for Highway Bridges 17th Edition, 2002. Work under this Item may not commence until the Engineer has provided written approval. Method of Measurement and Basis of Payment Item 114.1 shall be measured and paid for at the contract unit price per Lump Sum. This cost shall include all labor, equipment, and materials necessary to complete the work. The contractor will make their own investigation of the structure to be demolished including the materials that are part of, or may be stored in the structure. No increase will be made to the bid price due to the nature of the materials involved in the demolition. All costs for permits, dump fees, special handling of hazardous materials, etcetera, shall be included in the bid price of the demolition item. ITEM 119.5 CONSTRUCTION NOISE CONTROL LUMP SUM The intent of this Item is to minimize construction noise within construction areas, lay-down areas, and communities adjacent to the construction site. As such, the Contractor and all subcontractors, suppliers, and vendors, are required to comply with all applicable noise regulations, specification requirements, and the noise level limits specified herein. This item specifies requirements for response to community complaints. All requirements of this Section, if needed during performance of the Work, shall be overseen by an approved Acoustical Engineer employed by the Contractor. The Contractor shall use equipment with efficient noise-suppression devices and employ other noise abatement measures such as enclosures and barriers necessary for the protection of the public. In addition, the Contractor shall schedule and conduct operations in a manner that will minimize, to the greatest extent feasible, the disturbance to the public in areas adjacent to the Work and to occupants of buildings in the vicinity of the Work.

The Contractor shall provide a new handheld noise meter to the MassDOT Resident Engineer for the exclusive use by MassDOT personnel for verification inspection of noise mitigation for the duration of the contract. The noise meter shall meet the requirement of IEC 61672 Class 2. In no case shall the restrictions identified in this Section limit the Contractor's responsibility for compliance with all Federal, state, and local safety ordinances and regulations.

Page 41: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 98

ITEM 119.5 (Continued) 1.02 Terms Used A. Noise is any audible sound which has the potential to annoy or disturb humans, or to cause

an adverse psychological or physiological effect on humans.

B. Daytime refers to the period from 7 AM to 6 PM local time daily, except Sundays and Federal holidays.

C. Evening refers to the period from 6 PM to 10 PM local time daily, except Sundays and Federal holidays.

D. Nighttime refers to the period from 10 PM to 7 AM local time daily, as well as all day Sunday and Federal holidays.

E. Noise-Sensitive Locations shall mean locations where particular sensitivities to noise exist, such as residential areas, institutions, hospitals, and parks.

F. Nuisance Noise refers to sound levels that annoy or disturb a reasonable person of normal sensitivities, but do not exceed the noise limits specified herein.

G. Lot-line refers to the line separating a parcel of land from another parcel or from the street

H. Background Noise shall be defined as the measured ambient noise level associated with all existing environmental, transportation, and community noise sources in the absence of any audible construction activity.

I. dBA shall be defined as the sound level (in decibels referenced to 20 micro-pascals) as measured using the A-weighting network on a sound level meter, in accordance with ANSI S1.4 Standards.

J. Lmax shall be defined as the maximum measured sound level at any instant in time.

K. Leq shall be defined as the equivalent sound level, or the continuous sound level that represents the same sound energy as the varying sound levels, over a specified monitoring period.

L. L10 shall be defined as the sound level exceeded 10 percent of the time for a specified monitoring period.

M. Slow specifies a time constant or 1 second for the root-mean-square (RMS) detector used by a sound level meter, in accordance with ANSI S1.4 Standards.

N. Impact noise is noise produced from impact or devices with discernible separation in sound pressure maxima. Examples for impact equipment include, but are not limited to; blasting, clam shovel or chisel drops, pavement breakers, jackhammers, hoe rams, mounted impact hammers, and impact pile drivers (but not vibratory pile drivers). Table 3 specifies types of equipment which are considered to emit impact or continuous noise.

Page 42: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 99

ADDENDUM NO. 4, MARCH 6, 2015 ADDENDUM NO. 2, FEBRUARY 20, 2015

ITEM 119.5 (Continued) 1.03 Submittals A. Submit the name, address, and qualifications of the Acoustical Engineer, as specified in

Article 1.05 of this Section for review and acceptance.

B. Develop and submit for approval, a noise control plan for each phase of construction that outlines in detail, the measures to be implemented by the Contractor to comply with this Section. Any modifications to the approved noise control plan must be submitted for review and approval prior to implementation. The noise control plan will be reviewed every four months. If there have been substantial changes to proposed construction activities, the Contractor shall update the noise control plan to reflect these changes. The noise control plan shall include a list of Contractor and Subcontractor equipment expected to be used each month for each activity listed in the Contractor’s Schedule of Record. The equipment list shall provide for each piece of equipment the make and model of backup alarms to be used, added noise mitigation devices (such as noise reduction bellows or baffles) if so equipped, and/or intended shielding or noise barrier system to be used with the equipment. An updated equipment list shall be submitted monthly with supplemental lists submitted as needed.

C. Submit shop and working drawings, computations, material data, and other descriptions for abatement measures used as Temporary Noise Barriers, Acoustical Barrier Enclosures, or Noise Control Curtains as specified in Articles 2.03, 2.04, 2.05 of this Section. Drawings and computations shall be stamped by a Registered Professional Engineer of the Commonwealth of Massachusetts.

D. The noise control plan shall include a draft Noise Complaint Report form and a corresponding draft Noise Complaint Action form for documentation of complaints received from the general public, abutters, local officials, or MassDOT officials and actions taken by the Contractor to resolve the complaint.

Page 43: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 99 A

ADDENDUM NO. 2, FEBRUARY 20, 2015 ITEM 119.5 (Continued) 1.04 Construction Limitations A. Noise Levels

1. Daytime, evening, and nighttime construction noise levels at noise-sensitive locations and other noise monitoring locations shall not exceed the limits specified in Tables 1 - 2, unless the noise exceedances occur when mitigation consistent with this specification is utilized, as determined by the Engineer. The lot-line criteria shall apply to all points on a given lot-line of an affected receptor.

2. Equipment and associated equipment operating under full load shall not exceed the Lmax noise limits specified in Table 3, unless noise exceedances occur when mitigation consistent with this specification is utilized, as determined by the Engineer. The 50-feet noise emission limits specified in Table 3 shall apply to the entire operation in which the equipment is engaged. Table 3 also provides distinction as to which equipment is considered to emit impact or continuous noise.

3. Work shall be performed in a manner to prevent nuisance conditions such as noise which exhibits a specific audible frequency or tone (e.g., backup alarms, unmaintained equipment, and brake squeal) or impact noise (e.g., jackhammers, hoe rams). The Engineer will make any final interpretation concerning whether or not nuisance noise conditions exist. The Engineer has the authority to stop the Work until nuisance noise conditions are resolved, without additional time or compensation for the Contractor.

Page 44: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 99 B

ADDENDUM NO. 2, FEBRUARY 20, 2015

THIS PAGE INTENTIONALLY LEFT BLANK

Page 45: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 100

ADDENDUM NO. 4, MARCH 6, 2015 ADDENDUM NO. 2, FEBRUARY 20, 2015

ITEM 119.5 (Continued) B. Equipment Operations 1. The use of impact pile drivers shall be prohibited during evening and nighttime hours (i.e. 6

PM to 7 AM as defined in Article 1.02).

2. Vibratory pile driving shall be prohibited during the nighttime period (i.e.10 PM to 7 AM as defined in Article 1.02).

3. All jackhammers, chainsaws, and pavement breakers used on the construction site shall be enclosed with shields, acoustical barrier enclosures, or noise barriers.

4. The use of all impact devices, including hoe rams, jackhammers, chiseling devices, and pavement breakers, may be permitted during the nighttime hours. Any use of impact devices between 10 PM and 7 AM shall be reviewed by the Engineer in advance and allowed as an exception only upon sufficient justification.

5. Contractors shall use approved haul routes to minimize noise at residential and other sensitive noise receptor sites.

6. All equipment with backup alarms operated during the hours of 6 AM to 10 PM by the Contractor, vendors, suppliers, and subcontractors on the construction site shall be equipped with audible self-adjusting ambient-sensitive and directional backup. The ambient-sensitive and directional alarms shall automatically adjust to between 5 dBA and 10 dBA over the surrounding background noise levels. Installation and use of the alarms shall be consistent with the performance requirements of the current revisions of Society of Automotive Engineering (SAE) J994, J1446, and OSHA regulations.

NOTE: If work is allowed by the Engineer between the hours of 10 PM to 7 AM, the Contractor shall use in lieu of audible backup alarms an appropriate alternative safety method in accordance with OSHA regulations (29 CFR Part 1926, Subpart “O”, 1926.601.b.4 and 1926.602.a.9.) and accepted Health and Safety Plan that is to be submitted by the Contractor. This applies to all vehicles and equipment operated by the Contractor, vendors, suppliers, and subcontractors on the construction site.

7. Per State regulation, engine idling for trucks is limited to 5 minutes maximum.

Page 46: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 171

ADDENDUM NO. 4, MARCH 6, 2015

ITEM 456. WARM-MIX ASPHALT PAVEMENT TON All SUPERPAVE Hot Mix Asphalt Mixtures shall be modified using a WMA additive capable of lowering plant production temperatures to below 260° F. Warm Mix Asphalt additives reduce compaction effort and permit lower production temperatures than conventional hot mix asphalt. The WMA additive shall be a product listed on the Northeast Asphalt User Producer Group (NEAUPG) website (http://www.superpave.psu.edu/NEAUPG.html), except that no WMA foaming technology will be permitted which requires the mechanical injection of steam or water into the liquid asphalt.

The WMA additive must be compatible with polyphosphoric acid modified binders, polymer modified binders, and the HMA producer’s HMA anti-stripping agents. The WMA additive shall be introduced in accordance with the Manufacturer’s dosing rates and approved blending methods. The WMA additive Manufacturer shall have an on-site representative at the beginning of paving operations. The Manufacturer’s representative shall be available for additional consultation during the remaining Warm Mix production.

All work done under this Item shall conform to the provisions of Sections 450 and 455. The WMA mixture design shall incorporate the requirements of NCHRP Report 691: Mix Design Practices for Warm Mix Asphalt “Draft Appendix to AASHTO R35, Special Mixture Design Considerations and. Methods for Warm Mix Asphalt (WMA)”. In addition to the provisions of Sections 450 and 455, laboratory prepared samples that have been manufactured at specified temperatures with and without the WMA additive shall be submitted to MassDOT at least 45 days prior to placement for testing. These samples shall be subject to Hamburg Wheel testing for moisture damage and rutting. Preparation of these samples shall be coordinated with the MassDOT.

All WMA additive equipment shall be fully automated and integrated into the plant controls.

The HMA QC Plan shall incorporate the modification of asphalt binders when the WMA additive is blended with the asphalt binder at the plant. This plan shall conform to the most current Northeast Asphalt User Producer Group (NEAUPG) binder testing requirements and specifically address WMA metering requirements, tolerances and other QC measures.

All costs associated with these provisions will be considered incidental to Item 456. No additional compensation will be provided for the Manufacturer’s representative, production of samples, the Warm Mix additive or other incidental costs.

Method of Measurement and Basis of Payment Item 456 Warm-Mix Asphalt (WMA) Pavement shall be measured by the ton of hot mix asphalt modified with warm-mix additive.

Item 456. Warm Mix Asphalt Pavement will be paid per ton of HMA modified with a WMA additive, which price shall include all costs of the WMA Additive, equipment, labor, manufacturer’s representative, and incidental costs required to modify the HMA.

Costs for the Superpave HMA production, placement and QC are compensated under the respective pay items.

Page 47: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 172

ITEM 472. HOT MIX ASPHALT FOR MISCELLANEOUS WORK TON

Work under this item shall conform to the relevant provisions of Section 472 of the Standard Specifications and the following:

The Contractor shall place treated paper under the temporary pavement overlay as shown on the plans. This work shall be incidental to Item 472. ITEM 482.31 SAWING AND SEALING JOINTS IN ASPHALT FOOT PAVEMENT AT BRIDGES Work under this item shall consist of saw-cutting, cleaning and sealing approach joints in the finished hot mix asphalt pavement on bridges. The intent of this work is to establish a weakened plane joint to control reflective cracking in the newly installed hot mix asphalt pavement. Joint sealing material shall be an asphalt rubber compound of the hot poured type conforming to the requirements of subsection M3.05.4 & (ASTM D6690) with minimum 15% ground reclaimed tire rubber. Locate and reference the location of each existing joint prior to the placement of the hot mix asphalt. Do not perform saw-cutting until the hot mix asphalt has thoroughly cooled. Perform saw-cutting within seven (7) days after placement of the wearing course. Perform this work in all finished overlay areas prior to discontinuance of work due to seasonal paving limitations. If the top course is to be placed the following Spring, due to seasonal paving limitations, all underlying courses shall receive a 1” deep by 1/8” wide sawcut to facilitate and control reflective cracking as well as to provide a means of properly referencing the sawcut to eventually be made in the top course. These sawcuts shall be made in all underlying courses within seven (7) days after the underlying courses are placed and before any evidence of reflective cracking has developed. Sealing of these sawcuts will be required. Sawcutting for the underlying courses shall be measured at 0.3 (30%) of the actual length sawed and shall be paid for at the Contract Unit Bid Price for Item 482.31. The most critical step in sawing and sealing the overlay is the process of locating the joints in the existing pavement. The Contractor shall be responsible for the accuracy of the procedure used for locating the joints. Experience has shown that as little as 1” deviation from the joint location can cause the joint to reflect through the overlay at its location rather than the sawed joint. Therefore, extreme care must be taken in referencing the existing joints before they are covered with hot mix asphalt overlay. Where applicable, the transverse sawcut joints shall normally extend the full width of the pavement unless otherwise directed by the Engineer. Existing transverse joints that are offset at the joint by more than 1”, measured between the centers of the joint cavities, shall require separate sawcuts terminating at the longitudinal joints.

Page 48: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 183

ADDENDUM NO. 2, FEBRUARY 20, 2015 ITEM 740. (Continued)

The tablet computers shall be a touch-screen device with a minimum diagonal screen dimension of 9.7 inches and 16 gigabytes of memory. The tablet computer shall include a minimum of a 1 gigahertz dual-core processor and include a gyroscope, accelerometer, and ambient light sensor. The Mulitfunction Printer System shall meet the following minimum criteria or better: Color laser printer, fax, scanner, email and copier all in one with the following minimum capabilities: - Estimated volume 8,000 pages per month - 600 x 600 dpi capability - LCD touch panel display - 30 pages per minute print speed (color), - 50 page reversing automatic document feeder - 4 Paper Trays Standard (RADF) (not including the bypass tray) - Reduction/enlargement capability - Automatic duplexing - Ability to copy and print 11” x 17” paper size - Finisher with staple functions - email and network pc connectivity - Standard Ethernet. Print Controller - Microsoft and Apple compatibility - Scan documents to PDF, PC and USB - ability to overwrite latent images on hard drive - ability to print with authenticated access protection Contractor must supply a maintenance contract for next day service, and all supplies (toner, staples, paper) necessary to meet estimated monthly usage. A Digital Camera shall meet the following minimum criteria or better:

Resolution: 14 Megapixel Optical Zoom: 5x Waterproof: to a depth of 33ft (10m) Shockproof: up to 6.6ft (2m) Freezeproof: 14°F (-10°C) Memory: 8 GB SD Card USB Port: USB 2.0 with PC cable Screen: 2.7+ inch LCD with scratch-resistance and anti-reflectance Battery Power: 2 rechargeable batteries and a battery charger Carrying Case: Rain-proof with shoulder strap

The Engineer's Field Office and the equipment included herein including the computer system,

tablets, printer and camera shall remain the property of the Contractor at the completion of the project. Disks, flash drives, and card readers with cards shall become the property of the Department.

Page 49: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 183 A

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 740. (Continued)

Web-Based Document Control Management The Contractor will be required to develop, implement and maintain a web-based Document Control Management System (DCMS). This DCMS is intended for exchanging, submitting, controlling, filing, and archiving all Project Documents. Within 45 calendar days after the NTP, the Contractor shall provide a fully functioning and accessible DCMS that consists of collaborative software and records retention system to perform the primary document control functions, from NTP until completion of the Project. The Contractor shall use these minimum requirements, along with the DCMS that has been proposed, to communicate how design Submittals, Requests for Information, Extra Work Orders, Non-Conformance Reports, Inspection, Testing, Changes, Claims, Punch-list, and Contract Finals documents will be processed, reviewed, documented, stored, shared, within the Contractor, MassDOT, and FHWA. This collaborative software and records retention system shall manage all Project Documentation including, but not limited to: correspondence, submittals, shop drawings, change orders, non-conformance reports, requests-for-information, field changes, as-built drawings, schedule submissions, material certifications, and other relevant project documentation. The exchange and proper revision/change management of all of these documents are to be made available to key members of the Project Team in ‘real-time,’ including members of many of MassDOT-Highway groups (District Construction, Bridge, Traffic, Engineering, Project Controls, Environmental, Materials, Project Management, and Construction), as well as key members of MassDOT’s Design Consultant, the Contractor, FHWA, and the Contractor’s Sub-contractors. Other relevant requirements: Software: For consistency and software compatibility issues, each Contractor will initially be required to obtain enough licenses for all project team members. Team members include all subcontractors, contractors’ employees, as well as provide access for no less than 30 additional MassDOT team members, plus 10 members of MassDOT’s Designer Consultant staff, and 5 FHWA members. Hosting and Training: The Contractor will be responsible for hosting the collaborative software and records retention system website. The Contractor will also be responsible to provide at least 6 days of training. Training shall include 2 initial classes and 4 follow up classes as needed.

Page 50: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 183 B

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 740. (Continued)

Administration: The Contractor will be required to provide all administrative support to make changes within the collaborative software and records retention system, regarding aspects that are beyond the structure and organization already proposed by the Contractor (i.e. the Contractor may be required to work on additional MassDOT requirements for the collaborative software and records retention system organization, structure, work-flow, revisions, statusing/tracking, and communication/notification.). The Contractor will be required to maintain daily data back-ups of all aspects of this system throughout the lifecycle of the Project, and must maintain acceptable access and retrieval speeds for all team members. The Contractor shall demonstrate current security features and procedures that will be incorporated into the collaborative software and records retention system and shall perform the administrative services to maintain site security. All Project information and data will be transferred to MassDOT upon completion of the Contract. Upgrades: Any necessary upgrades in software versions shall be implemented as part of a Change Order. Revision: The DCMS shall be implemented to ensure that only the latest documents are distributed for designing, planning, performing quality control, review, and inspecting the Work. Management of the DCMS shall be by the Contractor, whereby it shall be the responsibility of the Contractor to archive previous versions of review documents and comments, and to set up a notification system to alert MassDOT Personnel or designee(s) that new or updated documents are available for review or use. Review Times: Reviews shall start on the day of notification, when notification is received prior to 12:00 PM (noon), otherwise review times shall commence the following day. Notifications shall only be sent out on Monday through Friday, and any notification of new or resubmitted document for review sent out after 12:00 PM (noon) on a Friday will have the associated review time commence on the following Monday. Date Stamp: All Project Documents shall be date stamped, and the DCMS shall be a secured document control system such as SharePoint or similar electronic document control system. The Contractor shall define its electronic document control program within the proposal. MassDOT and its designee(s) shall have access to the DCMS to view files for review, comment, and use. Attached Work Flow: Contained in Appendix C.14 shows MassDOT’s current work-flow for projects of this size. The Contractor shall use this as minimum requirement in the design and implementation of the DCMS.

Page 51: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 183 C

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 740. (Continued)

This proposed collaborative software and records retention system will become part of a MassDOT pilot program to evaluate the effectiveness of online collaborative document control processes. Other Documents to be managed within the DCMS shall be the following:

• Design reports

• Project correspondence

• Design documents (Calculations)

• Special Provisions

• Design drawings

• Quality Management Plan (QMP)

• Construction QC Plans

• Early start of construction drawings

• Shop drawings

• Submittals

• Working drawings

• Existing conditions inspection reports

• Quality Control inspection reports

• Quality Control sampling and testing reports

• Requests for Information (RFIs)

• Non-Conformance Reports (NCRs)

• Other Project Documents

DCMS Software Submittal - The Contractor shall submit their proposed DCMS Software within 15 days following NTP for the Engineer’s review and approval. MassDOT currently utilizes Microsoft Sharepoint ™ for internal document control. The Contractor is encouraged to utilize this software to complete these requirements but MassDOT may accept alternatives that perform with the same functions and operate at the same performance levels. Compensation for this work will be made included within the bid item 740. ENGINEERS FIELD OFFICE AND EQUIPMENT (TYPE A) MONTH at the contract unit price per month which price includes full compensation for all services and equipment, and incidentals necessary to provide equipment, maintenance, insurance as specified and as directed by the Engineer.

Page 52: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 183 D

ADDENDUM NO. 4, MARCH 6, 2015

THIS PAGE INTENTIONALLY LEFT BLANK

Page 53: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 184

ITEM 750. BIORETENTION SOIL CUBIC YARD This Item specifies requirements for Bioretention Soil as shown on the drawings and details. Construction includes the following: 1. Installing erosion and sedimentation controls. 2. Clearing existing vegetation to allow for grading. 3. Excavating to acceptable subgrade. 4. Placing of Bioretention soil mixture. Bioretention area soil placement shall be performed by experienced personnel under competent supervision. Soils shall be protected during delivery and storage to prevent desiccation, minimize compaction, and maintain the integrity of the material. Soil conditioners and amendments, (if specified for the project), shall be delivered to the site in their original unopened containers bearing the manufacturer’s chemical analysis and name. Soil Test Reports Provide names and location of all sources of all compost, sand and other borrow suppliers, prior to ordering material. In addition, for bioretention soil mixture materials, submit soil test reports to the Representative for review and approval. All compost shall be accompanied by University of Massachusetts (or approved equivalent) certified laboratory test results. Soil testing shall be incidental to the cost of this item. Submit Soil Test Reports at least one month before any soil spreading is scheduled. Contractor shall be responsible for timely procurement of results, including any costs for expedited testing. Do not order materials until approval has been obtained. Delivered materials shall be from the same source as the tested material. The Contractor shall employ a certified testing laboratory to test the material, and shall submit test representative samples of bioretention soil mixture reports to the Representative. Reports shall include: Tests for Phosphorus, Nitrogen, Potassium, Calcium, Soluble Salts, soil pH, Moisture Content, Organic Matter Content, and soil texture analysis in accordance with the current standards of the Association of Official Agriculture Chemists. Test shall include a soil particle gradation analysis and permeability rate for the bioretention soil mixture.

Page 54: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 215

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 813.42 (Continued) Highway Lighting Circuit Identification The Contractor shall furnish and install conductors that are factory color coded as follows: System Voltage: 480/277V: Phase A – Brown, Phase B – Orange, Phase C – Yellow, Neutral – Gray, Ground – Green. Cables shall be tagged in each handhole and junction box with stainless steel engraved cable tags. Tags shall be securely tied to the proper conductor by nylon or other suitable (non-metallic) cord (plastic or nylon). Tags shall clearly identify load center, circuit number and voltage with text height a minimum of 1/4” and thickness of tag shall be a minimum of 1/32”. A sample of the cable tag and attachment method shall be submitted to the Engineer for approval. Testing of Ground Rod and Cable The following test procedure shall be performed by the Contractor in the presence of the Engineer in accordance with the standard specifications. The cost of the equipment, labor and materials to perform such testing and similar retesting following repairs replacement or adjustment shall be at no additional cost to the total sum bid. The ground rod resistance to earth ground shall be tested to meet MassDOT minimum requirements of not more than 25 ohms. If ground rod does not pass the test additional ground rods shall be driven and connected in parallel. Field cable shall be checked for isolation resistance between all wires with a 1000 V.D.C. meggar test device. This reading shall not be less than 2000 megaohms. The Contractor shall perform testing of the equipment grounding system in the presence of the Engineer in accordance with the Standard Specifications.

ITEM 813.56 I-91 NB. GARAGE AND I-91 SB GARAGE WIRE LUMP SUM The work under these items shall conform to the relevant provisions of Section 801 of the Standard Specifications and the following: Submittals Product Data: Submit manufacturer’s product data, installation instructions, use limitations and recommendations for each of the following:

1. 600 Volt Rated Wire and Cable

2. Cable Pulling Lubrication

3. Insulating Tapes

4. Terminators

5. Splice Kits Execution Splices and terminations shall only be made in outlet, junction or pull boxes in wireways or in equipment cabinets and shall be made mechanically and electrically secure, using proper splicing and termination equipment. Splicing kits shall be 3M or approved equal.

Page 55: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 216

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 813.56 (Continued)

All cables shall be installed in such a manner that they do not exceed the manufacturer’s bending radius. This includes the minimum bending radius under pulling and that in permanent training. Both values shall be furnished by the vendor.

Proper cable pulling equipment, shivs and safe pulling line shall be used. Contractor shall submit proposed cabling pulling equipment specifications and data to be used to the Engineer for acceptance prior to commencement of pulling.

HCable pulling tensions shall not exceed the maximum pulling tension recommended by the cable manufacturer and all long pulls greater than 100 ft shall be monitored by a tensiometer logging maximum tension experienced during each pull.

Method of Measurement and Basis of Payment Item 813.56 shall be measured and paid for at the contract unit price per Lump Sum. This price shall include all labor, materials, and equipment necessary to complete the work.

ITEM 815.1 TRAFFIC CONTROL SIGNAL LOCATION NO. 1 LUMP SUM ITEM 816.01 TEMPORARY SIGNAL RECONSTRUCTION LUMP SUM LOCATION NO. 1 ITEM 816.02 TEMPORARY SIGNAL RECONSTRUCTION LUMP SUM LOCATION NO. 2 ITEM 816.03 TEMPORARY SIGNAL RECONSTRUCTION LUMP SUM LOCATION NO. 3 ITEM 816.04 TEMPORARY SIGNAL RECONSTRUCTION LUMP SUM LOCATION NO. 4 ITEM 816.05 TEMPORARY SIGNAL RECONSTRUCTION LUMP SUM LOCATION NO. 5 ITEM 816.06 TEMPORARY SIGNAL RECONSTRUCTION LUMP SUM LOCATION NO. 6 ITEM 816.07 TEMPORARY SIGNAL RECONSTRUCTION LUMP SUM LOCATION NO. 7 ITEM 816.08 TEMPORARY SIGNAL RECONSTRUCTION LUMP SUM LOCATION NO. 8 ITEM 816.09 TEMPORARY SIGNAL RECONSTRUCTION LUMP SUM LOCATION NO. 9 ITEM 816.10 TEMPORARY SIGNAL RECONSTRUCTION LUMP SUM LOCATION NO. 10 ITEM 816.11 TEMPORARY SIGNAL RECONSTRUCTION LUMP SUM LOCATION NO. 11 ITEM 816.12 TEMPORARY SIGNAL RECONSTRUCTION LUMP SUM LOCATION NO. 12 ITEM 816.13 TEMPORARY SIGNAL RECONSTRUCTION LUMP SUM LOCATION NO. 13 ITEM 816.14 TEMPORARY SIGNAL RECONSTRUCTION LUMP SUM LOCATION NO. 14 ITEM 816.15 TEMPORARY SIGNAL RECONSTRUCTION LUMP SUM LOCATION NO. 15

Page 56: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 239

ITEM 816.101 TEMPORARY SIGNAL RETIMING LOCATION NO. 1 LUMP SUM ITEM 816.102 TEMPORARY SIGNAL RETIMING LOCATION NO. 2 LUMP SUM ITEM 816.103 TEMPORARY SIGNAL RETIMING LOCATION NO. 3 LUMP SUM ITEM 816.104 TEMPORARY SIGNAL RETIMING LOCATION NO. 4 LUMP SUM ITEM 816.105 TEMPORARY SIGNAL RETIMING LOCATION NO. 5 LUMP SUM ITEM 816.106 TEMPORARY SIGNAL RETIMING LOCATION NO. 6 LUMP SUM ITEM 816.107 TEMPORARY SIGNAL RETIMING LOCATION NO. 7 LUMP SUM ITEM 816.108 TEMPORARY SIGNAL RETIMING LOCATION NO. 8 LUMP SUM ITEM 816.109 TEMPORARY SIGNAL RETIMING LOCATION NO. 9 LUMP SUM ITEM 816.110 TEMPORARY SIGNAL RETIMING LOCATION NO. 10 LUMP SUM ITEM 816.111 TEMPORARY SIGNAL RETIMING LOCATION NO. 11 LUMP SUM ITEM 816.112 TEMPORARY SIGNAL RETIMING LOCATION NO. 12 LUMP SUM ITEM 816.113 TEMPORARY SIGNAL RETIMING LOCATION NO. 13 LUMP SUM ITEM 816.114 TEMPORARY SIGNAL RETIMING LOCATION NO. 14 LUMP SUM ITEM 816.115 TEMPORARY SIGNAL RETIMING LOCATION NO. 15 LUMP SUM ITEM 816.116 TEMPORARY SIGNAL RETIMING LOCATION NO. 16 LUMP SUM ITEM 816.117 TEMPORARY SIGNAL RETIMING LOCATION NO. 17 LUMP SUM ITEM 816.118 TEMPORARY SIGNAL RETIMING LOCATION NO. 18 LUMP SUM ITEM 816.119 TEMPORARY SIGNAL RETIMING LOCATION NO. 19 LUMP SUM ITEM 816.120 TEMPORARY SIGNAL RETIMING LOCATION NO. 20 LUMP SUM ITEM 816.121 TEMPORARY SIGNAL RETIMING LOCATION NO. 21 LUMP SUM ITEM 816.122 TEMPORARY SIGNAL RETIMING LOCATION NO. 22 LUMP SUM ITEM 816.123 TEMPORARY SIGNAL RETIMING LOCATION NO. 23 LUMP SUM ITEM 816.124 TEMPORARY SIGNAL RETIMING LOCATION NO. 24 LUMP SUM ITEM 816.125 TEMPORARY SIGNAL RETIMING LOCATION NO. 25 LUMP SUM ITEM 816.126 TEMPORARY SIGNAL RETIMING LOCATION NO. 26 LUMP SUM ITEM 816.127 TEMPORARY SIGNAL RETIMING LOCATION NO. 27 LUMP SUM ITEM 816.128 TEMPORARY SIGNAL RETIMING LOCATION NO. 28 LUMP SUM ITEM 816.129 TEMPORARY SIGNAL RETIMING LOCATION NO. 29 LUMP SUM ITEM 816.130 TEMPORARY SIGNAL RETIMING LOCATION NO. 30 LUMP SUM

Page 57: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 240

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 816.101 through ITEM 816.130 (Continued) Work under these items shall include monitoring and adjusting traffic signal timings, during construction only, at the following signalized locations:

Location 1 – East Columbus Avenue/ West Columbus Avenue at Main Street Location 2 – East Columbus Avenue/ West Columbus Avenue at Broad Street

Location 3 – East Columbus Avenue/ West Columbus Avenue at Union Street/ I-91 NB On-Ramp/ West Union Street

Location 4 – East Columbus Avenue/ West Columbus Avenue at State Street

Location 5 – East Columbus Avenue/ Pynchon Street

Location 6 – East Columbus Avenue/ Boland Way

Location 7 – East Columbus Avenue/ Bridge Street

Location 8 – East Columbus Avenue/ Worthington Street/ I-91 North Garage Access

Location 9 – East Columbus Avenue/ Hampden Street/ Hall of Fame Avenue

Location 10 – West Columbus Avenue/ Memorial Bridge/ Boland Way

Location 11 – Liberty Street at Main Street

Location 12 – Liberty Street at Dwight Street

Location 13 – Liberty Street at Chestnut Street

Location 14 – Congress Street at Dwight Street Location 15 - Main Street (Route 116) at Plainfield Street (Route 20)/ Bradford Street Location 16 – Southbound Frontage Rd (from Birnie Avenue) at Route 20 Eastbound

Frontage Rd. Location 17 – East Columbus Avenue at Liberty Street Location 18 – Main Street at State Street

Location 19 - Dover Street at Main Street

Location 20 – Riverdale Street (Route 5) at I-91 Off Ramp

Location 21 – Riverdale Street (Route 5) at Shopping Driveway (North)

Location 22 – Riverdale Street (Route 5) at Shopping Driveway (South)

Location 23 – Riverdale Street (Route 5) at Daggett Drive

Location 24 – Riverdale Street (Route 5) at Morgan Road

Location 25 – Riverdale Street (Route 5) at Monterey Drive

Location 26 – Riverdale Street (Route 5) at Cinema Driveway

Location 27 – Riverdale Street (Route 5) at Elm Street (North)

Location 28 – Riverdale Street (Route 5) at Elm Street (East)

Location 29 – Arch Street at Birnie Avenue

Location 30 – Arch Street at Main Street

Page 58: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 305

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 856.3 (Continued) 3. Provide all installation manuals for each traffic sensor type to be utilized on the project for

review purposes. 4. Intended system testing procedures for review and approval. 5. Sample malfunction email message format for review and approval 6. Verification in writing that communications signal strength and solar requirements have been

verified for each device location. All of the required components of the RTTM system as specified herein shall be installed, fully operational and free from malfunction for a minimum period of 7 days prior to the beginning of the operational period. No work shall begin on the project that will reduce the available roadway capacity prior to completion of the operational field test period. System Requirements The RTTM system shall provide the following:

a. Monitor and collect traffic data along various roadways within this projects impact area and disseminate real-time travel time information based on the data collected to the Massachusetts Department of Transportation (MassDOT) on a Contractor supplied and maintained website via the internet and the traveling public via field installed PCMS and HAR. The RTTM software may be accessed via a web portal or utilizing client side system software. Should software installation be required for access, the Contractor shall install, configure and troubleshoot the software required on any MassDOT computer as necessary to access the full functionality of the system software.

b. The RTTM system software shall be configured so that appropriate personnel at MassDOT

are notified by email in text format each time a malfunction has occurred and the malfunction has been corrected in the system and a malfunction record is made in the database. Configure the software so that any all approved personnel with system access can be notified in this manner. The notification shall also display an error message for the device or devices affected. Please note that the RTTM system provider is responsible for this notification procedure. The RTTM system shall provide device outage alerts via email to MassDOT for outages greater than 15 minutes. The email addresses for recipients of these outage alerts will be provided by MassDOT. All equipment outages, which must be logged and easily accessible at any time by any RTTM user level from the system database. This information shall also be easily graphed and exported in a comma delineated spreadsheet format. Any pay reductions as per the pro-rated schedule (see Section “Operational Performance”) will be calculated from these outage summaries.

Page 59: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 306

ITEM 856.3 (Continued) c. The RTTM system shall be capable of providing current operational and location status (i.e.

current traffic data and messages, communications system, power, solar charging, signs and sensors as well as lat/long of all deployed devices) updated every 1 minute maximum via the Internet on a dedicated contractor developed and maintained website established for the purpose of monitoring the corridor and monitoring and controlling the RTTM equipment. The current status of all devices shall be able to be seen all at once in a List View or similar format without selecting individual devices to obtain this information.

d. The RTTM system shall be configured to assess, log and provide notification of any type of

malfunction that has occurred. This assessment includes but is not limited to communications disruption between any device in the system configuration, changeable message board malfunctioning (in accordance with the latest NTCIP protocols), CCTV Camera malfunction, speed sensor malfunction, loss of power, low battery, etc. This malfunction information shall be sent via email in text format to MassDOT for each occurrence. Access to all such log information shall be available from the website by approved users at any time. All logs shall be updated to the nearest minute.

e. To support incident or event management, the RTTM system shall be configured to allow

approved users (Operators) to manually override motorist information messages on a single or multiple PCMS’ for a user-specified start time duration, after which automatic operation will resume with display of messages appropriate to the prevailing traffic conditions. The system shall also allow these same type of users to end one or more overrides at any time. All devices that are in an override mode shall provide an obvious icon to indicate this state for each PCMS. The RTTM system shall log all message overrides with time and date (to document the starts and stops), message content and name of the user that performed the action. This log information shall be accessible to all system users directly from the RTTM web interface at any time upon initiation. All logs shall be updated to the nearest minute.

f. To support incident and event management, the RTTM system shall be configured to allow

approved users (Operators) to manually override motorist information messages on a single or multiple HARs for a user-specified start time duration, after which the previously recorded message will resume. The system shall also allow these same type of users to end one or more overrides at any time. All devices that are in an override mode shall provide an obvious icon to indicate this state for each HAR. The RTTM system shall log all message overrides with time and date (to document the starts and stops), message content and name of the user that performed the action. This log information shall be accessible to all system users directly from the RTTM web interface at any time upon initiation. All logs shall be updated to the nearest minute.

g. The RTTM system shall be capable of calculating and having “real time” travel time

information displayed on the PCMS’. This “real time” information shall be calculated and displayed on the PCMS’ to the nearest minute along with the current time of day.

Page 60: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 309

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 856.3 (Continued)

t. The default and advisory message content shall be programmable from the RTTM website accessed by MassDOT.

u. The system devices and software shall autonomously restart and notify all required users in case of power failure for any field hardware or central software.

v. The Contractor shall provide a XML data feed to MassDOT for their use from all data collection sensors unless otherwise directed by MassDOT State Traffic Engineer. Contractor shall coordinate with MassDOT State Traffic Engineer on how this data shall be provided prior to start of Operational Field Test.

w. The Contractor shall supply a portable, multi-location Highway Advisory Radio Station (HAR) System which shall operate in accordance with FCC Rules, Part 90.242.

RTTM System Website At a minimum any system Website shall have the following:

a. The Website shall be secure (https:// protocol) configured to provide a password protected link for approved personnel to have access to the operational characteristics of the system to manually override messages on the RTTM PCMS’.

b. Each RTTM device and data stream shall have a unique and descriptive (Roadway, Direction, device number, Mile Marker, etc.) device identifier. These identifiers shall be coordinated with and approved by MassDOT at the beginning of the project and shall not change unless approved by MassDOT.

c. The Website shall be configured to display current traffic conditions and real time speed at all locations to the nearest minute. The “real time” travel time information displayed on the PCMS’ is updated every 1 minute minimum and the system software information is updated simultaneously with the travel time information displayed on the PCMS’.

d. The system shall be configured to support the scheduling of message overrides by the operator. Such scheduling shall allow the operator to set a message on a sign or group of signs (including HARs) simultaneously to turn on and to turn off at times set in the future and automatically return to the previous message automation without user intervention.

e. Via the internet and the dedicated website, the system shall provide a full color map using Google Maps or equivalent depicting the project area with locations of portable traffic sensors, PCMS, and CCTV Cameras. Using the defined color-coding scheme (specified herein), the map reflects the current average speed at each portable traffic sensor and displays the entire information message being shown by each PCMS either on the map or on another part of the websites main page. The map and all device data should be automatically refreshed a minimum of once every minute and GPS location verified a minimum of every 15 minutes (minimum) to automatically display any changes to portable traffic sensor(s), CCTVs and PCMS’s. The system shall also allow for access to, PTZ control of and live streaming of the CCTV Camera feeds via the same system interface.

Page 61: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 310

ITEM 856.3 (Continued) f. The system travel time and speed information is to be updated simultaneously with the traffic

speed information recorded on the Portable Traffic Sensors. The system shall be capable of displaying traffic speeds using a three-tiered color coded logic. An example typically utilized would be green above 35 mph, yellow 34 –16 mph, and red below 15 mph. This logic is subject to modification by MassDOT at any time during the project.

g. Provide immediate access to the historical and current real-time (up to the previous minute)

traffic data (for speed, volume and occupancy), malfunction logs, login access, PCMS messages and overrides and logs being recorded by the RTTM as part of the project via the system interface. This data shall also be made available for a period of 6 months following acceptance of the data provided by the Contractor to MassDOT.

h. Access to RTTM website shall be via an external website portal or remote client software

access. Full system functionality shall be provided using Internet Explorer Version 9 or higher.

i. The website shall allow MassDOT’s own website or project specific website to link to it Equipment Requirements The RTTM system shall consist of the following equipment as a minimum: a. Portable Traffic Sensors (PTS) b. portable Highway Advisory Radio (HAR) units c. Portable Changeable Message Signs (PCMS) d. Mobile Video CCTV Cameras (CCTV) e. Communication equipment for all above pieces including wireless data networks, base

stations, cell phone data interfaces, Ethernet network interfaces and internet interfaces. f. Customized and secure (https:// protocol) webpage integrated with the RTTM System such

that all RTTM devices may be monitored or modified via the RTTM System by MassDOT. g. Software package customized for this particular project’s needs or equivalent.

Page 62: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 311

ITEM 856.3 (Continued) h. In addition to the above specified equipment, the following requirements shall be met for

each RTTM PTS, PCMS, HAR & CCTV:

1. Each shall be individually mounted trailer units with solar, battery or continuous power sources (non-motorized). Multiple devices may be co-located on a single trailer unit. If multiple devices are co-located on a single trailer unit, battery and power supply shall be provided to meet the minimum requirements of this special provisions for all devices on each platform.

2. Each shall have a minimum of 3 leveling jacks to stabilize and level the overall unit. All

units shall be installed level to the adjacent roadway surface. 3. Each shall be equipped with digital modems or wireless data interfaces for use with

multiple bandwidths as required. 4. Each shall be linked to the RTTM System and accessible to MassDOT. (see Section L

under system requirements for security requirements) 5. Each device shall have all components secured with locked compartments to prevent

unauthorized access. 6. Each PCMS device shall be NTCIP compliant and CCTV and PTS shall be NTCIP

compatible. 7. Local operation of each device shall be password protected to restrict unauthorized

access. 8. Each device shall be installed such that it cannot be removed or relocated by

unauthorized personnel. 9. Contractor shall verify that adequate communication signal strength is available at each

device location to ensure all devices communicate at all times with system. 10. Contractor shall ensure that all minimum power requirements are met with regard to each

device as specified herein and able to be maintained at each device location.

Page 63: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 312

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 856.3 (Continued) Traffic Sensors (PTS) The RTTM system portable traffic sensors (PTS) at all data collection locations shall be such that the accuracy is not degraded by inclement weather and visibility conditions including precipitation, fog, darkness, excessive dust and road debris. These sensors shall be capable of acquiring bi-directional traffic data for up to 10 lanes of traffic on a lane-by-lane basis. The data acquired shall provide traffic volume, individual vehicle speed, and lane occupancy on a lane by lane basis at a minimum. Each sensor location shall record data for both directions of travel regardless of whether or not the data is needed for travel time reporting. This is required for data recording purposes only. If a singular device cannot accurately capture both directions of travel, a supplemental device shall be supplied to record data on the direction of travel that cannot be recorded by the singular device required for travel time reporting unless otherwise approved or directed by MassDOT. Use of Doppler Radars, third party data streams (INRIX etc..), Bluetooth, Wi-Fi or Bluetooth/Wi-Fi combo sensors and data on any project will require approval by MassDOT prior to the start of the project. These devices shall not be used at any data collection location specified in the Contract Plans. Each PTS sensor shall communicate with the RTTM System to modify the appropriate PCMS messages depending on the prevailing traffic speed. The PTS shall be capable of being installed along the roadway at a manufacturer recommended height and angle such that recording traffic data on each lane is not occluded by any of the adjacent travel lanes.

Highway Advisory Radio (HAR) Each Highway Advisory Radio system component set shall consist of a FCC type- accepted 10 watt AM Transmitter, separate wattmeter, GPS Synchronization Unit, MP3-based Digital Message System with Cellular Modem and a tunable AM antenna system with lightning arrestor, ground bus and flexible/portable antenna grounding plane. Also included, shall be all required tools and manuals, component power supplies, mounts, cable & preattached connectors, wiring harnesses, jacks/plugs. Contractor shall provide FCC system license(s) as required, lifetime remote operational support and Potential Interference Notification Service (PINS) to warn the licensee of future interference potentials. Software provided with the HAR system shall allow for the recording, editing, equalization/amplitude processing and archiving of all HAR messages. Messages shall be stored as MP3-Pro audio files for ease of distribution and universal compatibility. The software will allow an identical or non-identical playlists of MP3 files to be ”manually” loaded across a wireless network to any number of portable HAR stations with one operation. Audio shall be able to be loaded to each portable HAR location by USB drive as a backup should a wireless distribution means be unavailable. RTTM control software can choose the appropriate broadcast message to match real-time traffic conditions, when sensors so indicate, and change the messages on the appropriate HAR stations automatically.

Page 64: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 312 A

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 856.3 (Continued)

Component Specifications

Transmitter -Federal Communications Commission certified for Travelers Information Service in the United States under Part 90.242., -IPC-610 certified. -Frequency range: 530 to 1710 kHz AM. -Synthesized Frequency Control -Single board design -Integral speaker and volume control for direct audio monitor

Wattmeter -Discrete component separate from transmitter -Passive design (0.15 dB maximum insertion loss). -Switch easily between forward and reflected power measurements. -Easy-to-read meter face (units in watts). -UHF female connectors for antenna and transmitter coax connections. -50-ohm impedance.

GPS Synchronization Module Unit -ASCII (RS-232C) time code output. -Dual 1 PPS output (20% and 50% duty cycles) -10-nanosecond accuracy; 10 MHz output -8-channel receiver, track up to 8 satellites simultaneously -Legally traceable to UTC (Coordinated Universal Time). -24VDC operation -Automatic message synchronization for HARs (up to 4 times per hour)

Antenna -Black in color to discourage icing -vertical, whip type antenna. Vertically polarized. Omni directional (0-360). Anodized aluminum finish. Adjustable tip for precise tuning. -Operating Temperature Range: -40°C. to 85°C. -Wind Load Range: up to 80 miles per hour with ¼” of ice

Lightning Arrestor/Ground Bus -Frequency Range: 0.530 MHz to 400MHz. -Surge: 50kA IEC 61000-4-5 8/20μs waveform 500JOULES. -Turn On: 600Vdc±20% 2.5ns for 2kV. -VSWR: ≤ 1.2:1 @ 1.5MHz to 400MHz. -Insertion Loss: ≤0.1dB over frequency range. -Max Power: HF 2kW, VHF 375W, UHF 125W. -Operating Temperature Range: -45°C to +50°C.

Flexible/Portable Grounding Plane -High flexibility wiring for quick deployment and stowing -Consists of 32, 16AWG, 10 ft radials -Radials are single conductor copper, insulated, black -Pigtail: 4 AWG welding cable, 5 ft with bare soldered end for termination, black

Page 65: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 312 B

ADDENDUM NO. 4, MARCH 6, 2015

THIS PAGE INTENTIONALLY LEFT BLANK

Page 66: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 313

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 856.3 (Continued) In the event main power is lost, all messages shall be retained indefinitely without a battery. The HAR unit shall have the capability to broadcast audio that is synchronized to other HARs (In conjunction with the use of an external time source) without requiring the use of dedicated external communications link (i.e. radio transmission circuits or dedicated telephone lines) to deliver the audio from a "master" location to one or more "slave" HARs.

The digital player/recorder shall meet the following requirements: a. Scheduled broadcasts programmable by day of the week, date, year and time b. Security code/password protected access c. Serial Digital Interface (RS-232C) to provide remote Digital recorder/player access d. Power operating range: 12 VDC e. Shall have in-line antenna lighting suppression and surge suppression to for al power and

communications lines at a minimum. f. Shall be able to be integrated with the RTTM System and other PCMS g. Shall be capable of broadcasting a signal to cover a minimum of a 3 mile and a maximum

of a 5 mile radius from the unit location.

The Digital Player/Recorder Message System shall have the following: Digital Message System -Based on MP3 files

-Approved for use on Department of Homeland Security networks.

-Memory format: “Flash” – no battery backup required.

-10/100Mb Ethernet (RJ-45 Port).

-Audio upload via LAN/WAN.

-Memory storage: internal – single 20MB (21 minute) message.

-Audio outputs: 8 or 600 ohms.

-File format: MP3. (64-128 kbps recommended).

-Auto reboot on power outage.

-Power: 12VDC/800 ma.

-Local operation via USB

-Digital commands via cellular data modem

Page 67: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 314

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 856.3 (Continued)

Software Audio Management and Playlist Creation software that utilizes java and provides the following: • The ability to record and mix audio

• The ability to create and arrange messages with looping capabilities

• The ability to edit and master messages using a full set of editing, restoration and mastering tools.

The playlist creation software can upload single or multiple MP3 audio files to the HAR message player. If you have multiple stations, it will allow you to create groups from which you can update the audio files in all, or selected, HAR message players. The Digital/Recorder player shall have the following Closed Loop control and system health/monitoring capabilities: a. Verification by the HAR to the user (via the control software) whether or not the

commands entered by the user have been successfully processed.

b. When updated, the HAR/RTTM system shall record a time stamp indicating the last time the HAR was updated. Each time the HAR is accessed, the HAR shall verify that this recorded timestamp has not changed unexpectedly to assure the user that the system has remained intact and has not been accessed by an unknown user.

The Digital Communications Controller (DCC) shall meet the following at a minimum: a. TCP/IP interface to remotely control the Digital Recorder/Player

b. Using the TCP/IP and/or digital interface, the DCC module shall be capable of downloading digitized audio files to the Digital Recorder/Player.

Solar panel array shall be sized to provide continuous operation at all times at the proposed field location. The HAR system shall be designed to provide the following information when accessed remotely by either telephone or using the control software: a. Battery voltage

b. Current HAR mode (Off, Playlist, Emergency, Live, Auxiliary, etc)

c. Audio Broadcast Additionally, upon the detection of a fault condition for any of the above parameters, the HAR shall provide notification to the user using the following user selectable methods: a. HAR control software system

b. E-mail notification

c. Pager notification

d. SMS text message

Page 68: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 315

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 856.3 (Continued)

The HAR shall be equipped with a Weather Receiver Module. The Contractor shall provide a weather receiver module that shall receive up to the minute weather information from the National Weather Service (NWS). The weather service shall include seven selectable frequency bands, including the new split channels. The unit shall include a built in speaker and headphone jack for monitoring weather information on site. The unit shall work in conjunction with the Digital Recorder/Player to automatically interrupt the current message being broadcast upon receipt of the appropriate 1050 Hz emergency tone from the NWS. The alert feature (on/off) as well as the feature to set the duration for broadcasting the alerts shall be selectable from within the Digital Recorder/Player voice prompts. The HAR shall be equipped with a Digital Cellular Telephone. The Portable HAR system shall include a digital cellular data modem to allow for remote operation of all system function via connection with the HAR. The Contractor must provide a digital cellular telephone that meets the following specifications:

Technology: CDMA EV-DO, Rev A with fallback to CDMA Ix, DSMA lxRTI and CDMA IS-95. The communications platform shall be 3G minimum upgradeable to 4G/L TE at no extra cost to the Department.

The Contractor shall include a GPS Synchronizer module for synchronizing the transmitter frequency to a highly accurate time source. The module shall utilize GPS (Global Positioning System) signals to provide a very precise transmitter frequency. This will allow multiple HAR stations with overlapping broadcast signals to synchronously broadcast the same audio message with superior sound quality. The combined coverage area from the multiple synchronized HARs will be limited only by the quantity and placement of the HARs and listeners moving through the network will hear the same message as if being generated from a single transmitter. The module shall provide the ability to precisely tune the RF operating frequency and phase of the transmitter. The RF signals shall be synchronized by phase locking them to the precise timing signals derived from GPS satellites. The battery bank shall have adequate amp-hr capacity to operate the message board continuously in the absence solar recharge for a minimum of 10 days. Contractor shall verify that adequate communication signal strength is available at each device location to ensure all devices communicate at all times with RTTM system. Contractor shall verify that adequate broadcast signal strength is available at each device location to ensure all the messages are accessible on a clear frequency for a distance of 3 miles minimum from each location at all times (both night and day).

Page 69: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 316

ITEM 856.3 (Continued) Portable Changeable Message Signs (PCMS) The following messaging requirements are to be met: The signs shall be trailer mounted. The message panel shall be at least 7 feet above the pavement, present a level appearance, and be capable of displaying up to a minimum of eight characters in each of three lines at a time. Each Portable Changeable Message Sign (PCMS) to be used as part of the RTTM system shall be a NTCIP compliant LED display and shall conform to Section 6 of the MUTCD. All messages shall be as defined on plans, in this specification and as coordinated and approved by MassDOT. Due to spatial constraints within the Right of Way (ROW) in some project areas, smaller sized PCMS may be required. It shall be the Contractors responsibility to ascertain if sufficient space is available at all proposed PCMS locations, outside of those identified on the Contract plans, to accommodate a full-size PCMS. If a full-size PCMS cannot be accommodated due to spatial constraints within the ROW, an urban or intermediate size PCMS, meeting the criterial detailed in this special provision and having a minimum display size of 36 inches x 72 inches shall be provided unless otherwise approved by MassDOT. The PCMS shall be compliant with the latest approved NTCIP Protocol. Visibility PCMS messages shall be visible within a distance range of 1200 feet from the VMS display face under the following conditions:

When the PCMS is mounted so its bottom side is positioned between five feet and 20 feet above a level roadway surface.

24 hours per day and in most normally encountered weather conditions experienced in Massachusetts.

During dawn and dusk hours when sunlight is shining directly on the display face or when the sun is directly behind (silhouetting) the PCMS.

When viewed by motorists and travelers that have 20-20 corrected vision.

When the motorist eye level is 3 feet to 12 feet above the roadway surface.

Page 70: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 355

ADDENDUM NO. 4, MARCH 6, 2015 ADDENDUM NO. 2, FEBRUARY 20, 2015

ITEM 950.2 TEMPORARY SHORING OF DECK FOOT Work under this item shall conform to the relevant provisions of Sections 960 of the Standard Specifications and the following: This work under this item consists of the design, fabrication, installation, and removal of a temporary shoring system for supporting the unsupported edge of the concrete deck created by the staged construction shown in the plan set. This temporary shoring system will be required for both stages of construction. The work also includes the design and installation of temporary shoring for the proposed deck widening constructed on I-91 NB during Phase 1A in spans 25 and 26 to accomplish the Ramp O widening.

The shoring system shall be constructed of steel or other suitable material and shall be adequately braced to ensure stability of the existing and proposed slab. The shoring shall be configured in such a manner that the loads from the slabs supporting the temp barrier are transferred to the girders supporting the deck carrying the traffic. The girders shall be analyzed for the proposed loads outlined in the design criteria below. The structural steel within the Stage supporting the deck being rehabilitated shall not be used as part of the temporary shoring system.

The structural steel within the Stage supporting the deck being rehabilitated may be used as part

of the temporary shoring system provided all anticipated vertical and longitudinal movements are accounted in the temporary shoring system. The Contractor shall conduct their own investigation and research, regarding all conditions and materials affecting the work. No additional compensation, other than the unit price bid for this item, will be made if the materials or work prove to be different than that inferred or described herein, or shown on the Contract Plans. Materials All structural steel shall conform to the requirements of AASHTO M270, Grade 36 or 50. All high strength bolts shall conform to the requirements of AASHTO M164 or M253. All materials used in the temporary shoring of the slab support shall become the property of the Contractor and shall be removed from the site at the completion of the project. Construction Methods Prior to commencing work, the Contractor shall submit a method of performing the work with detailed shop drawings to depict the location, materials, and configuration of the shoring system. This shoring plan shall address all issues that relate to the work of this Item in order to maintain the stability and integrity of the bridge during the work. The Contractor’s submitted work method of shoring is subject to review, comment, and approval by the Engineer. The submission shall have a detailed written procedure that is supported by working drawings, shop drawings and calculations sufficient to enable the Engineer to determine the adequacy of the proposed method.

Page 71: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 356

ITEM 950.2 The temporary shoring of the slab support may be discontinued at steel diaphragms. Additionally, there are areas where other conflicts such as wind bracing may interfere with the installation of the temporary support system. These conflicts may be temporarily removed provided that a calculation is provided showing the member in conflict is not necessary. The method and all submissions shall be prepared under the supervision of a Professional Engineer registered in the Commonwealth of Massachusetts. The Professional Engineer shall be familiar with MassDOT’s Standard Specifications for Highways and Bridges and those of the American Association of State Highway and Transportation Officials (AASHTO), and be experienced in this field. The shoring system shall transfer the load from the slab to the girder via a bolted connection. All bolted connections shall be considered slip-critical. The design of the shoring system shall include blast-cleaning requirements associated with the slip coefficient used in the connection calculations. No welding to the existing steel will be allowed without prior approval from the Engineer. After the shoring system has been removed, holes drilled in the existing steel girders for the connection of the support system shall be filled with a tightened high strength bolt, and the blast-cleaned connection area and bolts shall be painted in accordance with Section 961 as found in these Special Provisions under ITEM 961.201. The Contractor shall submit the temporary shoring plan within 60 days of the Notice to Proceed. This plan shall include, at a minimum:

• Shop drawings, working drawings, and written procedure indicating the method to be used to shore the structure during repairs/rehabilitation, including temporary bracing members, connection details and the materials to be used.

• Plan showing the location of all utilities and other appurtenances in the areas of the work.

• Design calculations shall be in accordance with the allowable stress design method of the 2002 AASHTO Standard Specifications for Highway Bridges and stamped by a Professional Engineer registered in Massachusetts.

If the Contractor’s operations damage any utility or existing portion of the bridge that have been designated to be retained in the proposed construction, such damage shall be repaired at the Contractor’s expense. Design Criteria Temporary Support of the deck slab is required at all locations where the gutter line of the temporary restrained barrier on bridge is greater than or equal to 12 inches from the edge of the girder flange. For aid in the Contractor design of this Item, the following design assumptions and design criteria is provided.

Page 72: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 383

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 983.5 MODIFIED ROCK FILL TON The work under this item shall conform to the relevant provisions of Section 983 of the Standard Specifications and the following: The work shall include the furnishing and placing of a modified rock fill on prepared slope along W Columbus Avenue behind the Springfield Parking Garage. The crushed stone base shall be placed on a prepared subgrade and graded to provide the minimum thickness shown on the plans. Additional crushed stone shall be placed as necessary to firmly bed each stone into the base layer. Place and distribute the stones in a manner which inserts the smaller stones amongst the larger stones to achieve a compact interlocking mass with a minimum amount of voids and with the minimum thickness shown on the plans. Method of Measurement and Basis of Payment Item 983.5 will be measured and paid for at the contract unit price per Ton. This price shall include all labor, materials, equipment and incidental costs required to complete the work. Crushed stone will be measured and paid for separately under Item 156. Geotextile fabric will be measured and paid for separately under Item 698.3.

ITEM 992. PRECAST RFID/BARCODE TAG SYSTEM LUMP SUM Work to be done under this Item consists of installing an RFID/barcode tag on precast elements and supplying a RFID (Radio Frequency Identification) Barcode Tag System for use by MassDOT for the duration of the project. This RFID system will allow MassDOT personnel to track, and document the information outlined below for all precast panels. If desired by the Contractor, an additional and separate account may be configured for use by the Contractor. The RFID/Barcode System is provided by IDENCIA. No substitutions will be allowed. The contact person for “IDENCIA” is: Jeff Pollock CEO International Coding Technologies, Inc. 461 Boston Rd Topsfield, MA 01983 (978) 212-7014- Work (603) 860-7640 - Mobile [email protected] www.idencia.com

Page 73: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 383 A

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992. (Continued)

The Idencia RFID/Barcode Tag System utilizes an Android based tablet with an RFID scanner attached. This system is for MassDOT use and will be required at each MassDOT qualified Fabricator providing precast panels. The Idencia RFID/Barcode Tag System will be used by MassDOT to record, upload, and track all Fabricator precast panel data and documentation for the project, using the Android tablet’s Idencia software platform, shown below: 1. Inventory each precast panel. 2. Acceptance inspection, testing, and reporting. 3. Approved shop drawings supplied by the Fabricator. The approved shop drawings shall

be supplied in electronic (pdf) format by the Fabricator to MassDOT. MassDOT is responsible for uploading the supplied shop drawings to the Idencia software platform.

4. “As-built” panel dimensions supplied by the Fabricator. The “As-Built” plans shall be supplied in electronic (pdf) format by the Fabricator to MassDOT. MassDOT is responsible for uploading the supplied As-built panel dimensions to the Idencia software platform.

5. Upload pictures and NCR’s related to the project. Work performed by the Contractor/Fabricator includes the following tasks:

1. Furnish a minimum of eight (8) Android tablets with 3G (minimum) and Wi-Fi capability for MassDOT use, with cellular data plans. The data plans and Wi-Fi will allow the real time data transfer of uploaded data to be seen anywhere a 3G signal and Wi-Fi signal is available. Subscription to data plans shall be for the duration of the project (five years minimum). Upon completion of the contract, the data plans may be terminated and the Android tablets shall be returned to MassDOT.

2. Furnish a minimum of eight (8) RFID scanners for MassDOT use. Each RFID scanner is paired with a corresponding Android tablet via blue tooth technology. Upon completion of the contract, the RFID scanners shall be returned to MassDOT.

3. Furnish Idencia user licenses for each of the scanners furnished to MassDOT for the duration of the project (five years minimum). Upon completion of the contract, the user licenses may be terminated.

4. Coordinate and set up training for MassDOT personnel by IDENCIA. The training and configuration of the system will be determined by MassDOT and configured by IDENCIA.

5. At least four weeks prior to the start of fabrication of the precast panels MassDOT shall be contacted to conduct an informational meeting relative to the implementation of RFID/barcode program on the project. At the meeting details for the test precast element with RFID tag shall be proposed by the Fabricator.

6. Furnish and embed RFID Cast-a-Code® Tags in all precast panels. An adequate supply of RFID Tags shall be at each precast facilities prior to casting. Casting of panels without the tags will not be permitted. Upon completion of the contract, all remaining RFID Cast-a-Code® Tags shall be returned to MassDOT.

Page 74: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 383 B

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992. (Continued)

7. Furnish an adequate supply of Paper RFID/Barcode Tags for cylinders. Upon

completion of the contract, all remaining RFID/Barcode Tags shall be returned to MassDOT.

8. Provide all requested QC documents that are typical on a MassDOT project. 9. Provide electronic versions of the approved shop drawings for all precast panels. See

Item 992.1 for the Shop Drawing requirements. 10. Provide as-built drawings of all precast panels. See Item 992.1 for the requirements of

the “As-Built” panel drawings. 11. Develop and provide NCR’s in accordance with MassDOT typical policy and

procedures in electronic (pdf) format. The minimum number of tablets/scanners/licenses will be apportioned in the following manner: 4 for MassDOT Inspectors, 1 for Research and Materials Office, and 3 for District 2 personnel. If the Contractor desires additional use of this system for their own use, additional units will need to be obtained by the Contractor. At the conclusion of the project all system hardware including stored data shall become property of MassDOT. Method of Measurement and Basis of Payment This work will not be measured for payment. Payment for this work shall be at the Contract Lump Sum price which shall include furnishing the complete RFID Barcode System and its materials for use by MassDOT personnel. Work performed by the Contractor such as embedding the tags in the precast, coordinating with MassDOT and IDENCIA, supplying electronic documents to MassDOT, and development of as-built drawings is not included in this Item. The associated costs for this will be incidental to this Item, but should be considered as part of Item 992.1 – Alteration to Bridge Structure No S-24-061. Partial Payments for the work included in this Item will be made to the Contractor based on the percentage of panels placed and accepted on the structure.

Page 75: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 384

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992.1 ALTERATION TO BRIDGE STRUCTURE NO. S-24-061 LUMP SUM Work under this item shall conform to the applicable provisions of Section 995 of the Standard Specifications, the General Requirements for Demolition and Work Involving Painted Steel, and the specific requirements stipulated below for component parts of the subject Item. For those component parts where no specific requirement is stipulated, the Standard Specifications shall apply except for payment. Work under this item shall include all materials, equipment and labor needed to construct the following major items:

Reinforced Concrete Deck comprised of full depth precast deck panels, cast-in-place bridge deck and closure pours

Rehabilitation of the top portion of the abutments and approach roadway wingwalls.

CF-PL3 bridge barriers and Snow Fence

Membrane Waterproofing for Bridge Decks – Spray Applied

Scuppers

Strip Seal Joint Systems

Structural steel for support of the on-bridge drainage system and the additional structural steel located below the bottom of the deck for support of the cantilever sign supports.

Design and installation of Disc Bearing Assemblies

Snow Fence The following miscellaneous items shall be included in the unit price per cubic yard of concrete, and as approved by the Engineer in the respective “Basis for Partial Payments”:

Threaded inserts in precast slabs

Joint sealer

Coring and PVC drains at approach slabs

PVC deck drains

Leveling devices, shims, and lifting hardware

Non-shrink grout

Closed cell foam and adhesive

Paraffin Joints

Stay in place forms for cast in place portions of the deck

Development of an Assembly Plan, Deck Panel QC Plan, and Closure Pour QC

Cleaning the bridge barrier at the conclusion of the project to remove all tire marks, etc.

All other work considered as incidental to the work involved in furnishing and placing the concrete

Page 76: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 393

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992.1 (Continued)

Fabrication, transportation and erection of precast concrete panels shall conform to the requirements of the AASHTO LRFD Bridge Construction Specifications, Section 8-Concrete Structures, and PCI MNL-116, Manual for Quality Control for Plants and Production of Precast and Prestressed Concrete Products, except as modified by this Special Provision. In the case of conflicting specifications, the most stringent shall apply.

Contractor Quality Control The Contractor shall implement a Quality Control (QC) system to address material production activities at the plant facility and installation activities at the project site.

The precast concrete plant shall be certified by the Precast/Prestressed Concrete Institute (PCI) or the National Precast Concrete Association (NPCA). The Fabricator shall submit proof of certification prior to the start of production. The precast plant must also be approved by MassDOT Research and Materials Section and be listed on the Qualified Construction Materials List (QCML) for Precast Concrete Producers.

The Fabricator shall provide a Supervisor having at least 5 years continuous experience in the manufacture of precast panels, who shall supervise the work.

The Fabricator shall perform Quality Control activities. Frontline QC will be performed by Production Personnel and formal QC will be provided by qualified QC Technicians. QC inspection and testing will be performed to ensure that the product is fabricated in accordance with the Contract documents and specifications. Copies of QC inspection and testing reports will be provided to the MassDOT-Highway Representative and the District 2 Quality Engineer prior to the installation of the panel.

The Fabricator’s QC Technician shall affix a “conforms” stamp to each precast panel ready for shipment upon the Engineer’s sign-off on the Certificate of Compliance (COC). This mark shall be made by paint or ink stamp in a location that will not be visible when the structure is completed.

Department Acceptance A MassDOT Inspector will be assigned to perform Acceptance activities during the fabrication

of the precast panels. This will include the examination of materials, work procedures, and the final fabricated product. The Engineer will monitor the adequacy of the Fabricator’s QC activity and perform Acceptance inspection and testing, independent of the QC inspection and testing. Fabrication shall only proceed when the Inspector is at the plant facility.

The Fabricator shall allow the Inspector unrestricted access to the necessary areas of the plant facility during work hours. Work done while the Inspector has not been provided access shall be automatically rejected.

At least fourteen (14) days prior to the scheduled start of casting on any element or Control Section, the Fabricator shall contact Research and Materials to provide notice of the scheduled start date. The Engineer will coordinate directly with the Fabricator to determine the casting schedule.

Page 77: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 393 A

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992.1 (Continued)

MassDOT Acceptance inspection and testing at the plant facility is intended as a means of facilitating the work. It does not constitute final “acceptance” of the product and will not relieve the Fabricator or Contractor from any responsibility in regard to imperfect material or workmanship and the necessity for replacing or correcting non-conforming product. In the event that any constituent materials or final product are found to not meet the specification requirements, a Non-Conformance Report (NCR) shall be issued by either the Contractor or MassDOT. Any non-conforming product shall not be shipped to the project site unless the corresponding NCR has been resolved and closed.

The Inspector’s sign-off on the Certificate of Compliance (COC) only indicates that the precast elements were fabricated from accepted materials and processes. Loading for shipment in accordance with the Contract requirements is the responsibility of the Fabricator. The Inspector's sign-off on the COC does not imply that the precast elements will be accepted by the MassDOT-Highway if the elements are subsequently found to be defective.

Members shall be protected from freezing temperatures below 32 °F for a minimum of 3 days as long as 3 day Acceptance cylinders obtain design compressive strength. If, at 3 days, Acceptance testing does not meet design strength, members must remain protected from freezing until 5 days after casting with QC test results reported. If Acceptance cylinders, tested at 7 days after casting, is below the design strength a NCR will be issued.

MassDOT-Highway will perform Acceptance activities at the project site. Acceptance inspection will be performed to ensure that the precast panels are free from damage and that the workmanship of the installed panels is in accordance with the Contract documents and specifications.

Rejection of Panels - Individual precast panels will be rejected for any of the following reasons:

Fractures or cracks passing through the deck in excess of .012 inches wide.

Honeycombed open texture.

Dimensions not conforming within the allowable tolerances.

Defects that indicate proportioning, mixing, and molding not in compliance with the specifications as specified or indicated.

Damaged ends where such damage would prevent making a satisfactory joint.

Units with cracks within any part of the concrete that is greater than 0.03 inches in width.

Significant damage to the units during transportation, erection or construction as determined by the Engineer.

Repair of Panels - Repair and repair procedures require approval by the Engineer.

Page 78: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 393 B

ADDENDUM NO. 4, MARCH 6, 2015

THIS PAGE INTENTIONALLY LEFT BLANK

Page 79: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 394

ADDENDUM NO. 4, MARCH 6, 2015

ITEM 992.1 (Continued) Materials shall meet the requirements specified in MassDOT Standard Specifications, Division II Section 901 Cement Concrete Masonry and Supplemental Specifications, as shown on the Drawings and as indicated below:

Materials

Concrete Mix Design Concrete shall be controlled, mixed, and handled as specified in the pertinent portions of MassDOT Standard Specifications, Division II Section 901 Cement Concrete Masonry and Supplemental Specifications and as indicated below:

The Fabricator shall design and submit for approval the proportions and test results for a concrete mix which shall attain a minimum design compressive strength of 4000 psi verified by test cylinders sampled in accordance with the requirements of AASHTO T141. Molded and cured in accordance with MassDOT specifications 930 and M4.00. The concrete mix design shall have a rapid chloride ion permeability of 2000 Coulombs at not more than 28 days using AASHTO T 277 and the air entrainment shall be targeted at a value of 6.5 percent +/-1.5 percent. Contractor may opt to take multiple tests prior to 28 days which will be considered accepted once the target value of 2,000 coulombs is reached. Testing shall be in accordance with AASHTO T119 and T152.

Page 80: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 395

ADDENDUM NO. 4, MARCH 6, 2015

ITEM 992.1 (Continued) Precast plant must be approved by MassDOT Research and Materials Section and be listed on the QCML for Precast Concrete Producers. Sixty (60) days prior to the start of member fabrication, the mix design shall be submitted to the MassDOT-Highway Materials and Research for approval. No concrete shall be placed within the forms until the concrete mix design is approved. The Fabricator shall supply laboratory test reports that contain data on the mineralogy and potential reactivity for all aggregates being used in the concrete mix. All aggregates shall be tested in accordance with MassDOT-Highway’s modified AASHTO T 303 program to determine alkali-silica reactivity. The laboratory supplying the test results shall provide evidence that the laboratory is properly equipped and qualified to perform the MassDOT-Highway’s modified AASHTO T 303 program and must be pre-approved by MassDOT-Highway. All test results submitted for alkali-silica reactivity shall be from tests conducted within one calendar year from the date the mix design is submitted to the MassDOT-Highway Materials and Research. Mix designs using potentially alkali reactive aggregates shall be submitted to MassDOT Research and Materials Section for approval and include mitigation for reactivity in accordance with Division III, Materials Subsection M4.02.00. Mitigation of potentially reactive aggregates shall consist of one or more of the following methods: use of low alkali cement, 15% fly ash, 25% slag. Silica fume may also be used to provide additional mitigation. The proposed mitigation method will be accepted for use after the MassDOT-Highway Research and Materials Section reviews test results supplied by a MassDOT approved laboratory through the Contractor. Results must show the effectiveness of the mitigation. An effective mitigation technique should reduce the mean expansion to below 0.08% for alkali-silica reactivity when tested in accordance with the modified AASHTO T303 test. Should a change in sources of material be made, a new mix design shall be established and approved prior to incorporating the new material. When unsatisfactory results or other conditions make it necessary, the MassDOT-Highway will require a new mix design.

All concrete used in precast elements shall contain corrosion inhibitor as shown on the MassDOT-Highway’s QCML. Corrosion inhibitor shall be used at a rate of 3 gallons per cubic yard or as recommended by the manufacturer, whichever is greater. Cement Portland cement shall be Type II, IIA or III conforming to AASHTO M 85 or M 240, as appropriate. All cement used in the manufacture of the members shall be the same brand, type and color, unless otherwise permitted.

Page 81: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 396

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992.1 (Continued)

Leveling Devices The plans depict Type 1 and Type II leveling devices as means of setting grades for the deck

panels and ensuring proper dead load distribution to the longitudinal girders. Alternate devices may be used provided that they are adjustable and can support the anticipated loads. The design of the leveling devices shall be submitted with the Assembly Plan.

Concrete Fabricator Submittals Deck Panel QC Plan The Deck Panel Quality Control Plan (QC Plan) shall be prepared and submitted to MassDOT for approval a minimum of forty-five (45) days prior to the planned start of panel assembly. This Deck Panel QC Plan must be project specific and shall address how the Contractor will providing Quality Control oversight for one or more panel producer in addition to the QC provided by the individual producers. Producer Quality Systems Manual may be referenced but may not be substituted for the Contractor’s Quality Control efforts to promote consistency between producers and ensure the panels meet specifications.

The Deck Panel QC Plan shall use the NETTCP “Model Quality Control Plan” as shown on www.nettcp.com as a standard template and shall address all aspects of the work needed. In section 7 the Assembly Plan may be referenced but may not be substituted for on-site Quality Control activities before, during, and after installation of the panels.

The QC sampling and testing frequencies specified in the Deck Panel QC Plan shall be no less than the frequencies specified in the Department’s Schedule for Sampling and Testing Materials Guide (2005).

Inspection Attributes shall be identified and inspection Lot and Sublot sizes shall be established for each Inspection Attribute. The minimum Attributes to be inspected for QC shall be in accordance with the Massachusetts Highway Department Standard Specifications for Highways and Bridges, 1988 Edition and shall address the following four primary inspection components: • Equipment • Materials • Environmental Conditions • Workmanship

Standard QC Report Forms and Record Books shall be established for inspection, sampling, and testing of all Work Items. NETTCP standard Test Report Forms (TRFs) and Inspection Report Forms (IRFs) shall be used to document all QC inspection, sampling, and testing results. Where NETTCP TRFs or IRFs do not currently exist, the Contractor shall develop and use their own forms to address such testing or inspection.

All laboratories performing QC testing of Project Produced Materials shall be qualified through either the AASHTO Accreditation Program (AAP) or NETTCP Laboratory Certification Program.

All QC personnel identified in the Deck Panel QC Plan shall have both the appropriate ACI and NETTCP certifications, which shall be described in the Deck Panel QC Plan and shall be subject to MassDOT approval. The QC Plan Manager shall be NETTCP certified as a QA Technologist.

Page 82: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 396 A

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992.1 (Continued)

Precast Element Shop Drawings: 1. Submit shop drawings for each element. 2. Prepare shop drawings and stamp by Professional Engineer licensed in Massachusetts. 3. Show all lifting inserts, hardware, or devices and locations on the shop drawings for

Engineer’s approval. 4. Show locations and details of the lifting devices, including supporting calculations, type, and

amount of any additional reinforcing required for lifting. Design all lifting devices based on the no discernable cracking criteria in Chapter 8 of the PCI Design Handbook (seventh edition).

5. Show minimum compressive strength attained prior to handling the precast elements. 6. Show Details of vertical adjusting hardware. 7. Do not order materials or begin work until receiving final approval of the shop detail

drawings. 8. The Department will reject any elements fabricated before receiving written approval, or any

elements that deviate from the approved drawings. The Contractor is responsible for costs incurred due to faulty detailing or fabrication.

9. All shop drawings shall be submitted in electronic (pdf) format per MassDOT MassDOT Supplemental Specifications.

10. The record shop drawing will be the approved stamped paper copy per MassDOT Specifications.

Precast Element As-Built Drawings: 1. Submit As-Built Drawings for each element. 2. As-built drawings shall be submitted in electronic (pdf) format. 3. Information required to be included on the As-Built drawings shall include, but not be

limited to the following: a. Gross dimensions of each fabricated element. Lengths shall be provided for each panel

edge. For panels without square corners or panels that have lengths that differ on opposing sides, an offset dimension from a working line will be required.

b. Panel thickness at each end of the panel in the long direction. c. Tabulation of other panel dimensions that correlate to all applicable precast tolerances

included in the Tolerance Table in the Contract Plans. The As-Built drawings shall be provided MassDOT prior to the arrival of the panels on site. This requirement is to ensure that the actual panel dimensions are known by the Contractor and MassDOT prior to setting on the structure. This will allow for any necessary corrective action prior setting and mitigate delays in the construction. The Contractor will be permitted to prepare as-built drawings by editing the approved electronic version of the shop drawings. The approved shop drawings will be provided by the Designer with the approval stamp “flattened”. This will allow the Contractor/Fabricator to annotate the approved shop drawing using Adobe or Bluebeam in an effort to keep all of the necessary data in one place.

Page 83: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 396 B

ADDENDUM NO. 4, MARCH 6, 2015

ITEM 992.1 (Continued) Fabrication Requirements Prior to performing any work under this Section, the Contractor must have received approval for all shop drawings, assembly plans and any special Contract requirements. The Contractor shall bear full responsibility and costs for all materials ordered or work performed prior to approval of the shop drawings or written authorization from the MassDOT-Highway. Pre-Production Meeting At the request of the MassDOT-Highway, a pre-production meeting will be scheduled to review the specification, the Deck Panel QC Plan, the Closure Pour QC Plan, the Shop Drawings, the schedule, and discuss any special requirements. The meeting will be held prior to the scheduled casting of any precast element, control section, or closure pour. The Contractor shall schedule the meeting and invite representatives of the Contractor, Fabricator and the MassDOT-Highway.

Page 84: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 397

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992.1 (Continued) Quality Control Sampling All Quality Control testing shall be performed by random sampling of each sublot.

Concrete Temperature Testing Quality Control testing of Concrete Temperature shall be performed for each sublot of concrete in accordance with the Fabricator’s QSM and the approved Deck Panel QC Plan. The Engineer will also test independently obtained random Acceptance samples from each Lot for the Concrete Temperature of the concrete. Acceptance of the concrete will be based on successfully achieving the required Concrete Temperature for each Acceptance sample tested.

Concrete Air Content Testing Quality Control testing of Air Content shall be performed for each sublot of concrete in accordance with the Fabricator’s QSM and the approved Deck Panel QC Plan. The Engineer will also test independently obtained random Acceptance samples from each Lot for the Air Content of the concrete. Acceptance of the concrete will be based on successfully achieving the required Air Content for each Acceptance sample tested.

Concrete Strength Testing Quality Control testing of Compressive Strength shall be performed for each sublot of concrete in accordance with the Fabricator’s QSM and the approved Deck Panel QC Plan. The Engineer will also test independently obtained random Acceptance samples for the Strength of the concrete. Concrete acceptance will be based upon the results of cylinders (a set of three, averaged to comprise one strength sample) tested for compressive strength for each panel cast. The Contractor will prepare for the Engineer a minimum of twelve cylinders for Acceptance testing at 3, 7, 14 (if required). Acceptance of the concrete for each panel will be based on successfully achieving the required design compressive strength for each sample of three acceptance cylinders. Concrete Permeability Testing Rapid Chloride Permeability testing may be conducted by the Engineer in accordance with AASHTO T277 at an age of 28 days or earlier. The Engineer will prepare two cylinders for each randomly obtained Acceptance sample for permeability testing. Acceptance of the concrete will be based on successfully achieving the maximum average Rapid Chloride Permeability value of 2000 coulombs at 28 days for each Acceptance sample of two cylinders.

Page 85: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 398

ITEM 992.1 (Continued) Forms Forms shall be subject to acceptance by the Engineer prior to concrete placement. Forms shall be made and maintained true to the shapes and dimensions shown on the plans. The surface of forms shall be smooth, and if necessary, joints shall be treated so that a minimum of joint marks are evident in the finished panel. Forms shall be constructed and end bearing plates placed so as to allow for any shortening of the panel due to compressive stresses resulting from transfer of stress and from shrinkage. Side forms shall be of steel and shall be supported without resort to ties or spreaders within the body of the panel. They shall be braced and stiffened so that no deflection or curvature occurs during concrete placement. Forms shall be cleaned before each use. Panel Tolerances Tolerances for precast panels are included in the project plans. Erection tolerances shall be in accordance with PCI MNL – 135 “Tolerance Manual for Precast and Prestressed Construction” unless modified by the plans. Mixing of Concrete Proportioning and batching of concrete shall conform to the approved mix design. Copies of batch tickets shall be provided to the Engineer. Placement of Concrete Concrete shall not be deposited in the forms until the Engineer has inspected and accepted the placement of the reinforcing. All reinforcing shall be free of dirt, rust, oil, grease, and other deleterious substances. The epoxy coating shall be free of corrosion or damage. All items encased in the concrete shall be accurately placed in the position shown on the Plans and firmly held during the placing and setting of the concrete. Clearance from the forms shall be maintained by supports, spacers, or hangers and shall be of approved shape and dimension. The details of all inserts, anchors, and any other items required to be cast into the members (whether detailed on the Contract drawings or provided for the Contractor's convenience) shall be shown on the shop drawings. Members shall not be fired or drilled into for attachment purposes. All hardware shall be galvanized except as otherwise noted. The temperature of the concrete shall not exceed 90 °F when placed in the forms. Cold Weather When the average daily temperature falls below 35 °F protective measures shall be taken to prevent damage to the concrete by freezing. The protective measures shall be included on the shop drawings as required.

Page 86: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 401

ITEM 992.1 (Continued) Panels may be loaded on a trailer as described above. Shock-absorbing cushioning material shall be used at all bearing points during transportation of the members. Tie-down straps shall be located at the lines of blocking only. The panels shall not be subject to damaging torsional or impact stresses. Panels stored prior to shipment shall be inspected by the Contractor prior to being delivered to the site to identify damage that would be cause for repair or rejection. The Contractor shall ensure that sufficient acceptable panels are available for anticipated placement so that unacceptable delays to the project completion can be avoided. Shipping A panel shall not be transported from the casting yard until the design compressive strength has been attained as shown by test cylinders and a minimum of 7 days has elapsed from casting of the member. Installation of Deck Panels Panels shall be installed as shown on the plans. The leveling devices shall be set on the top flange of the girder. Multiple panels shall not be stacked on a panel after it has been placed on the temporary supports without the approval of the Engineer. No construction vehicles or heavy equipment shall be placed on the panels nor shall any materials be stockpiled on top of the panels until the beam haunches and shear connector blockouts have been concreted and cured according to the Assembly Plan. The full depth panels shall be set to the elevations detailed on the plans. Final panel elevations shall be attained by adjusting the torque on leveling screws to promote an equal distribution of panel dead load to all girders. The torque values in the leveling screws shall be proportional to the anticipated vertical load carried. The torque schedule shall be submitted with the shop drawings for the panels. The torque tolerance shall be +/- 15%. After the shear connectors/studs have been installed, concrete shall be placed through the shear connector pockets in the deck panels to completely fill the area under the panels and over the flanges. Compressible foam grout dams or temporary formwork shall be used to maintain the concrete within the haunch. All leveling screws and other supplemental supports shall be removed if they are within the specified concrete cover. Holes left by the removal of the leveling screws shall be filled with an approved non-shrink grout.

Page 87: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 402

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992.1 (Continued) The final deck shall be cleaned and prepared as required for the application of the waterproofing membrane and the wearing course. In areas where the precast panels are not within the erection tolerances as stated on the drawings or are not in conformance with the spray applied membrane, the Contractor shall perform diamond grinding to provide an improved surface. The maximum thickness of diamond grinding permitted on the top of the panel is ¼ inch. The remaining top cover on the bars shall not be less than two (2) inches. The diamond grinding work shall occur after the concrete closure pours are placed, but prior to any required crack sealing.

In the event that grinding is needed, the Contractor will confirm the minimum cover using non-destructive testing as approved by the Engineer at no additional cost to MassDOT.

Grinding shall be accomplished by sawing with an industrial diamond abrasive which is impregnated in the saw blades. The saw blades shall be assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level. Grinding equipment shall be capable of working in the designated workzone and shall be capable of cutting a path 3 to 4 foot wide. Sufficient equipment shall be furnished to complete the project in the working time scheduled. Vacuum equipment shall be provided for the removal of the slurry residue and excess water. The grinding operations shall produce a consistent cross slope without abrupt edges between passes of the grinding machine. When tested with a 12 foot straight edge perpendicular to centerline, the variation shall not exceed ¼”. The slurry produced shall not be permitted to flow across active travel lanes and shall be collected and disposed of on the slope near the shoulder edge as the machine progresses down the roadway, unless otherwise directed.

Grinding shall be performed in the longitudinal direction and the area ground shall not be left slick or polished but shall have a “corduroy-like” longitudinal line type texture. The final surface shall be not permit any future water from being trapped between the HMA and the top of concrete. SAWCUT GROOVES IN CONCRETE BRIDGE DECK Ramps L and M are both exposed concrete decks. The surface texturing or grooves shall be in accordance with Subsection 901.66 Article H.2 of the Supplemental Specifications. The grooves shall be cut prior to the proposed deck being open to vehicular traffic in the cold weather months. STEEL REINFORCEMENT FOR STRUCTURES STEEL REINFORCEMENT FOR STRUCTURES – EPOXY COATED Steel reinforcement for the project will be epoxy coated with the exception of the wingwall rehabilitation below the construction joint at the base of the CF-PL3 barrier.

Page 88: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 405

ITEM 992.1 (Continued) Drilled dowel hole diameters and embedments are based on the requirements specified under this item, the strength of the existing concrete, and the layout of dowels on the existing structure. The holes shall be blown clear of any debris and shall have the approval of the Engineer prior to the placement of any grout material. The drilling operation shall be performed without damage to any existing reinforcing or portion of the structure that is to remain in place. Any damage to the existing concrete that is to remain in place shall be repaired to a condition equal to or better than that existing prior to the beginning of the Contractor’s operations and shall be repaired at the his/her expense. The Contractor shall strictly follow the recommendations of the manufacturer for mixing and placing the grout material prior to the placement of the dowels. The Contractor shall adhere to the ACI code requirements regarding minimum and maximum temperatures while placing the grout. Any excessive grout around the hole after placement of the dowel shall be struck off smooth while the grout is still fresh. Field Representative The Contractor shall arrange with the materials manufacturer or distributor to have the services of a competent field representative at the work site prior to any drilling of the proposed holes to instruct the work crews in proper dowel installation procedures. The field representative shall remain at the job site after work commences and continue to instruct until the representative and the Contractor, Inspector and/or Engineer are satisfied that the crew has mastered the technique of installing the dowels successfully. The representative shall make periodic visits to the project as the work progresses and shall confer on each visit with the Contractor, Inspector and/or Engineer. The manufacturer’s field representative must be fully qualified to perform the work and shall be subject to the approval of the Engineer. The Contractor shall be completely responsible for the expense of the services of the required field representative and the bid contract price shall be full compensation for all costs in connection therewith. The Contractor shall have no claim for any variations in the diameter of the hole, the embedment length, the method of drilling the hole, or the type of grout used in anchoring the proposed dowels.

Page 89: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 406

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992.1 (Continued)

LAMINATED ELASTOMERIC BEARING W/O ANCHOR BOLTS The steel reinforced elastomeric bearings are required at all Pin & Hanger Assemblies. The design of the bearings was performed using Method B of the AASHTO LRFD Bridge Design Specifications. The Contractor shall ensure that the testing results performed by the independent lab per the Standard Specifications are performed and submitted to the Department for approval.

STRUCTURAL STEEL The work under this heading shall conform to the applicable sections of Section 960 of the Standard Specifications. The structural steel work shall include that required for the cantilever sign supports, the replacement diaphragms to allow placement of the on-bridge drainage, and the additional diaphragms for support of the on-bridge drainage system. All structural steel associated with this Item shall conform to the requirements of AASHTO M270 Grade 50. All bolts shall meet the requirements of AASHTO M164 unless otherwise noted. There are five (5) locations along the structure that require the additional steel to support the cantilever sign supports. The structural steel included at these locations shall consist of new connection plates field welded to the existing steel girders, interior bay bracing, steel kickers, and anchor plate located under the deck. The structural steel required for the support of the on-bridge drainage consists of diaphragms to replace the existing diaphragms between rolled beams that are in conflict with the proposed pipe installation. These replacement diaphragms consist of a small W-shape and an angle bolted to an existing diaphragm connection plate. Within sections of the structure comprised of plate girders, conflicts between the existing diaphragms and the on-bridge drainage should be minimized. In the event that a conflict cannot be mitigated by raising or lowering the drainage system, the diaphragm shall be replaced with a diaphragm similar to the existing. The on-bridge drainage system will require additional utility supports between the existing diaphragms at all locations where a proposed drainage system will be installed. At these locations the supplemental utility support shall consist of a small W-shape connected with bolts and a short section of angle to the existing steel. The replacement of the diaphragms shall be performed during the construction when the deck has the longitudinal girders partially braced. The supplemental utility supports may be installed at any time during the construction.

Page 90: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 406 A

ADDENDUM NO. 4, MARCH 6, 2015

THIS PAGE INTENTIONALLY LEFT BLANK

Page 91: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 406 B

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992.1 (Continued) MEMBRANE WATERPROOFING FOR BRIDGE DECKS-SPRAY APPLIED The work under this heading shall conform to applicable sections of Section 965 of the Standard Specifications and the following: The work to be performed shall consist of the furnishing and application of an approved cold liquid spray applied, seamless methylmethacrylate or polyurea membrane system and all concrete surface preparation work necessary to install the membrane system. The membrane system shall consist of the primer, the membrane, aggregated keycoat layer, and tack coat. General Membrane application shall be in accordance with the manufacturer’s instructions. The Manufacturer’s representative shall be present during the entire application and shall oversee surface preparation, installation and quality control testing. The handling, mixing, and addition of membrane components shall be performed in a safe manner to achieve the desired results in accordance with the manufacturer’s recommendations. All open flames and spark producing equipment shall be removed from the work area prior to commencement of application. No smoking signs shall be posted at the entrances to the work. The Applicator shall be responsible for the protection of equipment and adjacent areas from overspray or other contamination. The Contractor and the Applicator shall agree upon a schedule for coordination between trades working in the areas that are to receive the membrane system. Before beginning the application, the Contractor shall schedule and conduct a meeting at the site to review the approved submittals, and other pertinent matters related to the application including the schedule for coordination between trades. Present, as a minimum, shall be the Contractor, the Applicator, the Manufacturer’s Field Representative and the Engineer. All components of the membrane system shall be delivered to the site in the manufacturer’s original packaging, clearly identified with the products type and batch number. The Contractor shall provide the Applicator with a storage area for all components. The area shall be cool, dry, out of direct sunlight, and complies with relevant health and safety regulations. Copies of material safety data sheets for all components shall be kept on site at the Contractor’s field office.

Page 92: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 411

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992.1 (Continued) Final Review The final review visual inspection shall be conducted jointly by the Applicator, Contractor, Manufacturer’s Field Representative and Engineer. Irregularities or other items that do not meet the requirements of the Special Provisions and the Plans shall be addressed/repaired at this time, at no additional cost to the MassDOT.

Page 93: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 412

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992.1 (Continued)

DISC BEARING ASSEMBLIES This work shall consist of designing, manufacturing, and installing Multi-Rotational, High Load Disc Bearings Assemblies at all floorbeam support locations shown on the existing plans in accordance with these specifications and the AASHTO LRFD Bridge Design and Construction Specifications. Bearing assemblies shall include but not be limited to bearing devices, sole plates, distribution plates, masonry plates, distribution pads, and connection hardware. Disc bearings shall consist of a polyether urethane structural element (disc) confined by upper and lower steel bearing plates. The bearing shall be equipped with a shear resisting mechanism, and/or positive location device to prevent lateral movement of the disc. Design The manufacturer shall demonstrate a minimum of 5 years’ experience in the design and manufacture of disc style bearings and be certified under the AISC Quality Certification Program – “CPT: Certified Component Manufacturer – Bridge”. Bearings shall be fabricated at facilities owned and operated by the manufacturer; the manufacturer being the single entity that designs, fabricates, and supervises the installation of the bearing assemblies. Disc bearings shall be designed and constructed in accordance with AASHTO LRFD Bridge Design Specifications 6th Edition, Section 14, and AASHTO LRFD Bridge Construction Specifications 3rd Edition, Section 18. The supplier shall show previous history in the design and fabrication of disc bearings. Documentation showing a minimum of five years’ experience and ten bridge installations shall be provided to the engineer.

Page 94: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 413

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992.1 (Continued)

The project plans include schematic details of the bearing assemblies and tables that include the loads, movements and rotations that the bearings must be designed to accommodate. The tables also indicate requirements for guides and/or fixity.

The Disc Bearings are a replacement of existing high load bearings. It is imperative that the new bearings fit within the confines and footprint of the existing bearings. If the new bearings are shorter than the existing bearings, the difference in height shall be made up with either thicker masonry or sole plates. Filler plates may also be used, provided that they are properly secured to transmit the required forces.

The bearing design shall include the design of the new masonry plates and beveled sole plates. The plans indicate the minimum bearing area for the masonry plate, and the minimum thickness of the sole plate measured at the centerline of bearing. The thickness of the masonry plate shall be determined by the bearing manufacturer based on the minimum specified bearing area and the size of the disc bearing assembly.

The Contractor shall field verify all dimensions of the existing bearings. The slope of the existing beveled sole plates shall be measured prior to deck removal in order to determine the bevel for the new plates. The new beveled sole plate shall provide a level surface to accept the new bearing assembly.

Submittals Prior to the fabrication of the bearing assemblies, the manufacturer shall submit the following items to the design engineer for review and approval.

1. Shop Drawings 2. The contractor shall submit drawings to the engineer for approval, and shall have

received said approval prior to fabrication of disc bearings. These drawings shall include, but not be limited to, the following information.

a. Plan and elevation of each disc bearing size showing all components and general arrangements. The plan shall include a system for identifying the components for each disc bearing assembly size and the installation location of each disc bearing assembly size. If an RFID system is utilized for component identification and disc bearing assembly installation locations, MassDOT shall have full access to the account and shall be provided with any additional hardware required for confirmation of individual components for each disc bearing assembly size and correct installation location for each disc bearing assembly size.

b. Complete details and sections showing all materials (with ASTM or other designations) incorporated in the disc bearings.

c. Vertical and horizontal load capacities and movement capacities. d. Bearing seat and all bearing connection details. e. Initial offset required at various ambient temperatures. f. Total height of the bearing. g. Slope and thickness of the beveled sole plate based on field measurements prior to

deck removal. h. Plan showing the alignment of the guide devices accounting for the curvature of

the bridge.

Page 95: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 414

ITEM 992.1 (Continued)

3. The shop drawings shall be stamped by a professional engineer registered in Massachusetts, employed by the bearing supplier with at least 5 years of documented history of disc bearing design experience.

4. Calculations showing conformance of the bearings to the design loadings, movements, and other specified requirements.

5. Weld procedures

Materials All materials shall be new and unused, with no reclaimed material incorporated in the finished bearing. The physical properties of the polyether urethane elements shall conform to AASHTO LRFD Bridge Construction Specifications, Table 18.3.2.8-1. All steel except stainless steel components of the bearing shall conform to the requirements of AASHTO M270. High strength bolts nuts and washers shall conform to AASHTO M164 (ASTM A325). Stainless steel shall conform to the requirements of ASTM A240 – Type 304. Higher grades of stainless are permissible. Stainless steel in contact with PTFE sheet shall be polished to a bright mirror finish, less than 20 micro-inches root mean square. Stainless steel sheets shall be of 16 gauge minimum thickness and shall be attached to their backing plates by continuous fillet welding along their edges. Bonding and/or mechanical fastening of sheets will not be permitted. Welding shall be in accordance with AWS D1.6. The backing plates shall extend beyond the edge of the stainless steel sheets to accommodate the welds and the welds shall not protrude above the stainless steel sheets. Polytetrafluoroethylene (PTFE) sheet shall be manufactured from pure virgin (not reprocessed) PTFE resin. PTFE sheet shall meet the applicable material requirements of AASHTO LRFD Bridge Construction Specifications. Finished PTFE sheet shall be resistant to all acids, alkalis, and petroleum products, stable at temperatures from -360ºF to +500ºF, non- flammable, and non-absorbing of water. Adhesive used for bonding sheet PTFE shall be an epoxy material stable from -100ºF to +250ºF. PTFE sheets shall be epoxy-bonded into a square-edged recess of a depth equal to one-half the PTFE sheet thickness. The shoulders of the recesses shall be sharp and square. After completion of the bonding operation, the PTFE surfaces shall be smooth and free from blisters and bubbles.

Alternative low coefficient of friction materials may be considered for use on both the guide bars and horizontal sliding surface. Materials used on the horizontal sliding surfaces shall be more durable than PTFE with a coefficient of friction similar to PTFE. Elastomeric rotational element shall be molded as a single piece, separate layers are not allowed.

Page 96: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 415

ITEM 992.1 (Continued) Construction The Contractor shall provide the engineer with written notification thirty (30) days prior to the start of bearing fabrication. This notification shall include all of the information required by Sections 1.3 and 1.4. The bearing fabricator shall be certified by the American Institute of Steel Construction (AISC) for CPT: Certified Component Manufacturer – Bridge. The procedure for jacking and shoring at each bearing location will be submitted under Item No. 106.88 – Jacking and Shoring Existing Floorbeams. Upon removal of the existing bearings, the Contractor shall inspect the existing anchor rods that are to be re-used. If any deterioration is found, the Contractor shall notify the Engineer immediately. The engineer will determine if the anchor rod can be re-used or repaired as shown on the plans. All steel surfaces exposed to the atmosphere, except stainless steel surfaces and 1” wide strips where sole plate shall be welded to the flange, shall be metalized. After welding, apply a galvanized repair paint (M7.04.11) with a minimum dry film thickness of 3 mils to these strips. Stainless steel sheet shall be attached to its steel substrate with a continuous seal weld. All welding shall conform to, and all welders shall be qualified in accordance with, the requirements of the American Welding Society (AWS). Except as noted, all bearing surfaces of steel plates shall be finished or machined flat within0.010 inches per foot. Out-of-flatness greater than 0.010 inches per foot on any plate shall be cause for rejection. Oxygen cut surfaces shall not exceed a surface roughness value of 1000 micro-inches as defined by ANSI B 46.1. Gross bearing dimensions shall have a tolerance of –0, + 1/8”. Every bearing shall have the Project Identification Number, Lot Number, and individual bearing number indelibly marked with ink on a side that will be visible after erection. After assembly including sole plates and masonry plates, bearing components shall be held together with steel strapping or other means, to prevent disassembly until the time of installation. Packaging shall be adequate to prevent damage from impact as well as from dust and moisture contamination during shipping and storage. Production Bearing Sampling and Testing Production bearing sampling and testing shall be performed in accordance with AASHTO LRFD Bridge Construction Specifications, Section 18.3.4. Each bearing shall be visually examined both during and after testing. Any resultant defects, such as bond failure, physical destruction or cold flow of PTFE to the point of debonding, shall be cause for rejection. Defects such as extruded or deformed elastomer or cracked steel shall also be cause for rejection.

Page 97: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 416

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992.1 (Continued) Installation Bearings delivered to the bridge site shall be stored under cover on a platform above the ground surface. Bearings shall be protected at all times from damage. When placed, bearings shall be dry, clean, and free from dirt, oil, grease, or other foreign substances. Bearings shall be installed in strict accordance with the manufacturer’s instructions, as approved by the design engineer. Bearing devices shall not be disassembled unless otherwise permitted by the engineer or manufacturer. Bearings shall be installed in accordance with the alignment plan and installation scheme as shown in the shop drawings. Upon final installation of the bearings, the engineer, in the presence of the manufacturer’s representative if required, shall inspect the bearing components to assure that they are level and parallel to with ± 0.005 radians. Any deviations in excess of the allowed tolerances shall be corrected. Bearings assemblies shall be handled by their bottom surfaces only. Do not lift bearings by their tops, sides and/or shipping bands. Caution shall be taken to ensure that the steel temperature directly adjacent to the polyether urethane rotational element does not exceed 225°F. The polyether urethane disc must not be exposed to direct flame or sparks. In addition, no weld current shall pass between bearing plates on either side of the urethane disc. Certificate of Compliance In addition to records of test results, the Contractor’s Disc Bearing Supplier shall submit Certificates of Compliance for the disc bearings indicating the materials, fabrication, testing, and installation are as specified herein.

Closure Pour QC Plan The Closure Pour Quality Control Plan (QC Plan) shall be prepared and submitted to MassDOT for approval a minimum of forty-five (45) days prior to the planned start of panel assembly.

The Closure Pour QC Plan shall use the NETTCP “Model Quality Control Plan” as shown on www.nettcp.com as a standard template and shall address all aspects of the work needed to complete the closure pours. This plan shall include a concrete cylinder testing program for early opening to construction equipment that is separate from and in addition to the specified strength testing. Split sample correlation for strength will be required before panel placement is scheduled to begin.

The QC sampling and testing frequencies specified in the Closure Pour QC Plan shall be no less than the frequencies specified in the Department’s Schedule for Sampling and Testing Materials Guide (2005).

Page 98: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 416 A

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992.1 (Continued)

Inspection Attributes shall be identified and inspection Lot and Sublot sizes shall be established for each Inspection Attribute. The minimum Attributes to be inspected for QC shall be in accordance with the Massachusetts Highway Department Standard Specifications for Highways and Bridges, 1988 Edition and shall address the following four primary inspection components: • Equipment • Materials • Environmental Conditions • Workmanship Standard QC Report Forms and Record Books shall be established for inspection, sampling, and testing of all Work Items. NETTCP standard Test Report Forms (TRFs) and Inspection Report Forms (IRFs) shall be used to document all QC inspection, sampling, and testing results. Where NETTCP TRFs or IRFs do not currently exist, the Contractor shall develop and use their own forms to address such testing or inspection. All laboratories performing QC testing of Project Produced Materials shall be qualified through either the AASHTO Accreditation Program (AAP) or NETTCP Laboratory Certification Program. All QC personnel identified in the Closure Pour QC Plan shall have both the appropriate ACI and NETTCP certifications, which shall be described in the QC Plan and shall be subject to MassDOT approval. The QC Plan Manager shall be NETTCP certified as a QA Technologist

Page 99: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 416 B

ADDENDUM NO. 4, MARCH 6, 2015

Assembly Plan The Assembly Plan is a document prepared and submitted by the Contractor prior to the start of work that details the means to which the Contractor will construct the bridge clearly identifying all stages of the construction. It includes all materials and their requirements to construct the bridge. The Assembly Plan shall be prepared by and stamped by a Professional Engineer, registered in the State of Massachusetts, with working knowledge of the Contractor’s equipment, approved shop drawings, and materials to build the project. The Assembly Plan submittal requires the Contractor to detail the sequence of construction in accordance with the project schedule. This document will be treated as a Construction Procedure and will be reviewed by both the Designer and the District Construction Office. The approval of this document will serve as a guideline to allow relaxation of the certain provisions of the Standard Specifications (for example, interim concrete strengths and curing procedures). The Assembly Plan submittal will be incidental to this item.

Page 100: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 417

ADDENDUM NO. 4, MARCH 6, 2015 ADDENDUM NO. 2, FEBRUARY 20, 2015

ITEM 992.1 (Continued)

The following list details the minimum criteria that shall be included in the Assembly Plan:

A. The Contractor will be required to perform a verification survey of the exist bridge deck and girders prior to the development of the shop drawings for the precast panels. This survey will be required to aid the Contractor in developing the layout of the precast panels to provide a deck with the vertical and horizontal geometry shown within the plan set. The survey of the girders will aid in determining the proposed haunch heights and will be critical to determining the location of the girders for precast panel layout. This survey will be submitted to the Department in current MassDOT AutoCAD Standard format and will become the Department’s property at the conclusion of the project.

B. The Contractor will be required to layout and dimension all paraffin joint spacing and snow fence post spacing in accordance with the requirements stated on the plan set.

C. A detailed schedule showing the sequence of operations that the Contractor will follow. The schedule shall include a timeline for installation of all major elements of the bridge accounting for the installation of temporary works and cure times of closure pour concrete and other selected materials. If desired, a separate Assembly Plan submittal may be submitted for each major stage of the construction.

D. Calculations that support the schedule outlined above shall be included verifying that the selected materials have adequate interim strength to proceed from one step to another. Final material strengths are not normally required until the bridge is opened to vehicular traffic. The minimum factor of safety of two (2) will be required for the interim strength of closure pour concrete before construction is allowed to proceed to subsequent steps. The factor of safety is applied to the service loads that are supported by the elements and materials during various stages of construction. For example, if the Contractor calculates that the concrete strength for closure pour concrete requires a strength of 1000 psi to support the load of construction loads in the next step, a cylinder break of 2000 psi will be required prior to allowing the deck to be loaded. The required strength of materials for subsequent construction stages shall also be calculated and the material strength verified. The strength testing shall be in accordance with the Contractor’s approved Closure Pour QC Plan.

E. The Contractor is responsible for determining the center of gravity for all elements. Special care shall be used for unusual elements that are not symmetric. These elements may require special lifting hardware to allow for installation in a plumb or flat position. The Contractor shall coordinate with the fabricator for all precast to ensure that the lifting points on the slabs at the fabricator are used at the site.

F. Include a work area plan showing utilities, drainage structures, etc. within the immediate vicinity of the work. The Contractor is required to coordinate the various Subcontractors that will need to occupy the same area and ensure that there are no conflicts. For example, if the Contractor is having different Subcontractors prepare and submit plans for temporary protective shielding, demolition, and painting; the preparer of the Assembly Plan will be required to ensure the sequence of operations is coordinated. It is the Contractor’s responsibility to ensure that the Assembly Plan submission allows the construction to be performed without field modification. Where field modifications are required, the Assembly plans shall be revised.

Page 101: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 418

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992.1 (Continued)

G. Include details of all equipment that will be employed for the construction of the bridge.

H. Include details of all equipment to be used to lift elements including cranes, excavators, lifting slings, sling hooks, and jacks. Include crane locations, operation radii, and lifting calculations. It is anticipated that the Contractor will use the Fabricator’s lifting inserts, but this needs to be coordinated prior to approval of the precast shop drawings. Follow Chapter 8 of the PCI Design Handbook (seventh edition) for handling and erection bracing requirements. The lifting of all elements shall be in conformance with MassDOT Specifications 960.61.

I. The Contractor will be allowed to use operating stresses for the loading of the structure during construction, but will be required to calculate ratings factors for all controlling primary structural steel (longitudinal girders and floorbeams) for the construction loadings anticipated. Where portions of the deck are removed, the Contractor will need to account for this removal in the capacity of the span.

J. Include calculations that show the structure remains stable during all stages of the work. The Assembly plan submittal shall acknowledge the floorbeam jacking procedure for bearing replacements and include vehicular live loads and anticipated construction loads in the analysis.

K. Include methods of adjusting and securing precast elements after placement.

L. Include procedures for controlling erection tolerance limits both horizontal and vertical. The Contractor shall familiarize himself and describe the procedures for measuring all dimensions listed in the “Deck Panel Tolerances” table in the bridge plans. The procedures will allow for random verification check measurements performed in the presence of the MassDOT Inspector at the request of the MassDOT Inspector.

M. Include methods for curing closure pour concrete. The Contractor shall include detailed description of curing materials if casting is anticipated during times when cold weather can be anticipated.

N. Include an outline of a concrete cylinder testing program for the closure pour concrete that will be used. If the Contractor chooses to use a combination of both specified closure pour concretes, a separate concrete cylinder testing program may be required.

O. Submit full size 24”x36” sheets depicting the assembly procedures for the precast elements.

P. Include methods of forming closure pours.

Page 102: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 418 A

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992.1 (Continued)

THIS PAGE INTENTIONALLY LEFT BLANK

Page 103: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 418 B

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992.1 (Continued) Schedule of Basis for Partial Payment Within 10 days after the date of the Notice to Proceed, the Contractor shall submit on his/her proposal form a schedule of unit prices for the major component Sub-Items that make up Item 992.1 as well as his/her total bridge structure Lump Sum cost for Bridge Structure No. S-24-061. The bridge structure Lump Sum breakdown quantities provided in the proposal form are estimated and not guaranteed. The total of all partial payments to the Contractor shall equal the Lump Sum contract price regardless of the accuracy of the quantities furnished by the Engineer of the individual bridge components. The cost of labor and materials for any Item not listed but required to complete the work shall be considered incidental to Item 992.1 and no further compensation will be allowed. The schedule on the proposal form applies only to Bridge Structure No. S-24-061. Payment for similar materials and construction at locations other than at this bridge structure shall not be included under this Item. Sub-Item numbering is presented for information only in coordination with MassDOT Standard Nomenclature.

Page 104: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 419

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 992.1 (Continued) Item 992.1, Bridge Structure No. S-24-061

Sub-Item Description Quantity Unit Unit

Price Total

904. 4000 PSI, ¾ IN., 601 CEMENT CONCRETE 70 CY

904.3 5000 PSI, ¾ IN., 685 HP CEMENT CONCRETE 4590 CY

904.4 4000 PSI, ¾ IN., 585 HP CEMENT CONCRETE 10300 CY

904.5 PRECAST CONCRETE DECK PANELS 7400 CY

907. SAWCUT GROOVES IN CONCRETE BRIDGE DECK 5920 CY

910. STEEL REINFORCEMENT FOR STRUCTURES 5000 LB

910.1

STEEL REINFORCEMENT FOR STRUCTURES – EPOXY COATED

7220000 LB

910.5

MECHANICAL REINFORCING BAR SPLICERS – EPOXY COATED

61700 EA

911. SHEAR CONNECTORS 1 LS

912. DRILLING AND GROUTING DOWELS 1000 EA

922.1

LAMINATED ELASTOMERIC BEARING W/O ANCHOR BOLTS

129 EA

960. STRUCTURAL STEEL 65000 LB

965.2

MEMBRANE WATERPROOFING FOR BRIDGE DECKS – SPRAY APPLIED

57300 SY

968. SCUPPER 134 EA

970. BITUMINOUS DAMP-PROOFING 150 SY

972. STRIP SEAL BRIDGE JOINT SYSTEM 6600 FT

975.4 SNOW FENCE 12950 FT

997.6 DISC BEARING ASSEMBLIES 447 EA

TOTAL LUMP SUM FOR ITEM 992.1

The schedule on the proposal form applies only to Bridge Structure No.S-24-061. Payment for similar materials and construction at locations other than at this bridge structure shall not be included under this item. Sub-Item numbering is presented for information only in coordination with MassDOT Standard Nomenclature.

Page 105: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 420

ADDENDUM NO. 4, MARCH 6, 2015 ADDENDUM NO. 2, FEBRUARY 20, 2015

ITEM 994.01 TEMPORARY PROTECTIVE SHIELDING LUMP SUM BRIDGE NO. S-24-061

Work done under this item consists of designing, furnishing, installing, maintaining, removing and disposing of a protective shielding system on and under the bridge. The shielding shall protect traffic, existing utilities to remain on the bridge and over the municipal streets, municipal parking garage, railroads, and other private property and personnel beneath the bridge from falling or flying debris during the proposed work. The Contractor shall submit calculations and detailed drawings of the proposed shielding to the Engineer for approval. These calculations and drawings shall be stamped by a Professional Engineer registered in Massachusetts.

The shielding shall conform to the following:

1. Shielding shall be designed such that impact on traffic during installation and removal will be minimal. The Contractor shall submit for approval a traffic plan during installation prepared and stamped by a registered Professional Engineer registered in Massachusetts.

2. Shielding shall be in place prior to start of deck removal and as required or directed for excavation for full depth deck repairs.

3. The horizontal limits of the temporary protective shielding in each stage shall extend a sufficient distance to contain the construction debris and provide worker access. The minimum vertical limits of the temporary protective shielding at existing fascias, ramps, and north of Span 27 where the mainline separates vertically and horizontally; the temporary protective shielding shall extend to the top of the existing bridge barrier.. Shielding shall extend the full length of the bridge where demolition is not permitted to be dropped to grade below.

4. Shielding shall not lessen the existing vertical clearance under the bridge within the limits of the parking garages, intersecting roadways, and the railroad. Outside of these limits, the underclearance may be reduced. The posted vertical underclearance in the north parking garage is 8’-6”. The posted vertical unclearance in the south parking garage is 6’-10”. The Contractor shall maintain these minimums at all times when vehicles are present in the garages.

5. Shielding shall have all spaces along the perimeter and at the seams sealed to prevent dust and debris from escaping and falling below the bridge.

6. There are areas where shielding exists on the structure. The existing shielding shall be removed as part of this Item. All existing shielding removed by the Contractor shall be disposed of in a legal manner, with the exception of the expanded metal shielding. All expanded metal shielding shall be removed and stacked at the District 2 Maintenance Depot located at Old Lyman Road, South Hadley, MA.

Page 106: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 421

ADDENDUM NO. 4, MARCH 6, 2015 ITEM 994.01 (Continued)

7. Shielding shall be designed to safely withstand all loads that it will be subjected to during demolition activities. If the Contractor elects to sawcut the slab into large sections it is impractical to design the shielding for large sections. The minimum load the shielding shall be designed for is a full depth slab measuring 2 foot x 2 foot. The allowable design stresses shall be in accordance with AASHTO Standard Specifications for Highway Bridges.

8. Shielding shall be installed or removed only upon approval of the Engineer.

The Contractor may utilize the bottom flanges of the existing steel beams as supports for the Protective Shielding. However, the Contractor will not be permitted to weld onto, drill into, or cut in the tensile zone areas of any existing structural members without receiving prior approval from the Engineer. If the Contractor's operations damage any existing portions of the bridge designated to be retained in the proposed construction, such damage shall be repaired at the Contractor's expense. All materials used in the shielding system shall become the property of the Contractor with the exception of the existing expanded metal shielding, and shall be removed from the site at the completion of the project. All electrical equipment including conduit runs and appurtenance which are to remain shall be protected from potential damage resulting from the Contractor’s operations through the entire project schedule. This includes fiber optic installation on the southbound fascia, temporary and permanent lighting, fire suppression systems, etc. Any such damage to equipment and materials are to be repaired or replaced at no additional cost to the project or the individual property owner.

Page 107: SPRINGFIELD - Aetna Bridge

Massachusetts Department Of Transportation Highway Division Project No. 607731

A00801 - 422

ADDENDUM NO. 4, MARCH 6, 2015 ADDENDUM NO. 2, FEBRUARY 20, 2015

ITEM 994.01 (Continued) Method of Measurement and Basis of Payment Item 994.01 shall be measured and paid for at the contract unit price of Lump Sum. This price shall include all labor, materials, and equipment necessary to complete the work. The first payment of 25 percent (25%) of the lump sum bid price of this Item will be made upon completion of the installation of the Stage 1 shielding to the satisfaction and approval of the Engineer. The second payment of 25 percent (25%) of the lump sum bid price for this Item will be made upon the removal and satisfactory disposal of the Stage 1 shielding from the project. The third payment of 25 percent (25%) of the lump sum bid price of this Item will be made upon completion of the installation of the Stage 2 shielding to the satisfaction and approval of the Engineer. The last payment of 25 percent (25%) of the lump sum bid price for this Item will be made upon the removal and satisfactory disposal of the Stage 2 shielding from the project. Shielding installed for full depth excavation for rapid setting concrete repairs shall be incidental to Item 904.14.

*** End of Document ***

Page 108: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

100. 1 SCHEDULE OF OPERATIONS - FIXED PRICE $300000.00

AT Three Hundred Thousand Dollars LUMP SUM

$300,000.00 $300,000.00

100.12 1 PUBLIC OUTREACH COORDINATOR

AT _________________________ LUMP SUM

101. 0.5 CLEARING AND GRUBBING

AT _________________________ PER ACRE

102.51 5 INDIVIDUAL TREE PROTECTION

AT _________________________ EACH

103. 3 TREE REMOVED - DIAMETER UNDER 24 INCHES

AT _________________________ EACH

106.41 8 TEMPORARY JACKING FRAME SYSTEM

AT _________________________ EACH

106.42 445 JACKING AND SHORING EXISTING FLOORBEAM

AT _________________________ EACH

106.43 22 JACKING AND SHORING STRUCTURAL STEEL REPAIRS

AT _________________________ EACH

107.855 5,000 PRESSURE INJECTION OF CRACKS

AT _________________________ PER FOOT

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 2

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 3

ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
Page 109: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

107.88 2,500 SURFACE SEALER FOR CRACKS

AT _________________________ PER SQUARE FOOT

107.961 54,000 STRUCTURAL STEEL REPAIRS-WEB

AT _________________________ PER POUND

107.962 42,000 STRUCTURAL STEEL REPAIRS-FLANGE

AT _________________________ PER POUND

107.963 14,000 STRUCTURAL STEEL REPAIRS-WEB AND FLANGE

AT _________________________ PER POUND

107.97 129 STRUCTURAL STEEL REPAIRS - PIN AND HANGER

AT _________________________ EACH

107.98 299 STRUCTURAL STELL REPAIRS - FATIGUE RETROFIT

AT _________________________ EACH

114.1 1 DEMOLITION OF SUPERSTRUCTURE OF BRIDGE NO. S-24-061

AT _________________________ LUMP SUM

119.5 1 CONSTRUCTION NOISE CONTROL

AT _________________________ LUMP SUM

120.1 3,600 UNCLASSIFIED EXCAVATION

AT _________________________ PER CUBIC YARD

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 3

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 4

ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
ITEM 107.96, STRUCTURAL STEEL REPAIRS, POUND - DELETED
Page 110: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

127.1 370 REINFORCED CONCRETE EXCAVATION

AT _________________________ PER CUBIC YARD

127.11 200 REINFORCED CONCRETE EXCAVATION FOR SUBSTRUCTURE REPAIRS

AT _________________________ PER CUBIC YARD

127.12 1,750 REINFORCED CONCRETE EXCAVATION FOR TEMP REPAIRS-FULL DEPTH

AT _________________________ PER CUBIC YARD

127.13 900 REINFORCED CONCRETE EXCAV FOR TEMP REPAIRS - PARTIAL DEPTH

AT _________________________ PER CUBIC YARD

127.21 2,170 SCARIFYING REINFORCED CONCRETE SURFACE

AT _________________________ PER CUBIC YARD

129.2 22,100 OLD PAVEMENT EXCAVATION

AT _________________________ PER SQUARE YARD

130. 945 PAVEMENT MILLING (QUALITY ASSURANCE)

AT _________________________ PER SQUARE YARD

141. 2,300 CLASS A TRENCH EXCAVATION

AT _________________________ PER CUBIC YARD

141.1 200 TEST PIT FOR EXPLORATION

AT _________________________ PER CUBIC YARD

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 4

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 5

ruddyj
Typewritten Text
Page 111: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

142. 70 CLASS B TRENCH EXCAVATION

AT _________________________ PER CUBIC YARD

144. 100 CLASS B ROCK EXCAVATION

AT _________________________ PER CUBIC YARD

146. 12 DRAINAGE STRUCTURE REMOVED

AT _________________________ EACH

150. 100 ORDINARY BORROW

AT _________________________ PER CUBIC YARD

151. 1,890 GRAVEL BORROW

AT _________________________ PER CUBIC YARD

151.01 260 GRAVEL BORROW - TYPE C

AT _________________________ PER CUBIC YARD

153. 100 CONTROLLED DENSITY FILL - EXCAVATABLE

AT _________________________ PER CUBIC YARD

156. 535 CRUSHED STONE

AT _________________________ PER TON

170. 4,640 FINE GRADING AND COMPACTING

AT _________________________ PER SQUARE YARD

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 5

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 6

Page 112: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

180.1 1 HEALTH AND SAFETY PLAN

AT _________________________ LUMP SUM

180.2 120 IMPLEMENTATION OF HEALTH AND SAFETY PLAN

AT _________________________ PER HOUR

180.3 48 PERSONNEL PROTECTION LEVEL C UPGRADE

AT _________________________ PER HOUR

180.4 65 MONITORING/HANDLING AND STOCKPILING OF CONTAMINATED SOILS

AT _________________________ PER CUBIC YARD

180.5 300 LICENSED SITE PROFESSIONAL

AT _________________________ PER HOUR

180.6 10 MISCELLANEOUS SOILS TESTING

AT _________________________ EACH

181.11 45 DISPOSAL OF UNREGULATED SOIL

AT _________________________ PER TON

181.12 45 DISPOSAL OF REGULATED SOIL - IN-STATE FACILITY

AT _________________________ PER TON

181.13 10 DISPOSAL OF REGULATED SOIL - OUT-OF-STATE FACILITY

AT _________________________ PER TON

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 6

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 7

Page 113: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

181.14 10 DISPOSAL OF HAZARDOUS WASTE

AT _________________________ PER TON

182.1 1 INSPECTION AND TESTING FOR ASBESTOS

AT _________________________ LUMP SUM

182.2 1,000 REMOVAL OF ASBESTOS

AT _________________________ PER FOOT

201. 18 CATCH BASIN

AT _________________________ EACH

202. 9 MANHOLE

AT _________________________ EACH

202.2 1 MANHOLE (9 TO 14 FOOT DEPTH)

AT _________________________ EACH

203.1 1 SPECIAL DRAINAGE MANHOLE

AT _________________________ EACH

204. 5 GUTTER INLET

AT _________________________ EACH

206.1 5 DROP INLET, TYPE AF

AT _________________________ EACH

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 7

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 8

Page 114: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

220. 145 DRAINAGE STRUCTURE ADJUSTED

AT _________________________ EACH

220.2 10 DRAINAGE STRUCTURE REBUILT

AT _________________________ PER FOOT

220.3 2 DRAINAGE STRUCTURE CHANGE IN TYPE

AT _________________________ EACH

220.5 4 DRAINAGE STRUCTURE REMODELED

AT _________________________ EACH

220.6 4 SANITARY STRUCTURE REBUILT

AT _________________________ PER FOOT

220.7 12 SANITARY STRUCTURE ADJUSTED

AT _________________________ EACH

220.8 3 SANITARY STRUCTURE REMODELED

AT _________________________ EACH

221. 14 FRAME AND COVER

AT _________________________ EACH

221.4 7 CLEAN OUT FRAME & COVER

AT _________________________ EACH

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 8

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 9

Page 115: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

222. 20 FRAME AND GRATE - MASSDOT BAR TYPE

AT _________________________ EACH

222.1 18 FRAME AND GRATE - MASSDOT CASCADE TYPE

AT _________________________ EACH

222.11 1 FRAME AND GRATE - MASSDOT CASCADE TYPE - 6"

AT _________________________ EACH

222.3 6 FRAME AND GRATE (OR COVER) MUNICIPAL STANDARD

AT _________________________ EACH

222.31 5 SANITARY STRUCTURE FRAME AND COVER INSTALLATION

AT _________________________ EACH

222.4 1 FRAME AND GRATE (OR COVER) MUNICIPAL STANDARD - 6"

AT _________________________ EACH

223. 7 FRAME AND GRATE (OR COVER) REMOVED AND RESET

AT _________________________ EACH

223.11 5 SANITARY STRUCTURE FRAME AND COVER REMOVED AND STACKED

AT _________________________ EACH

223.2 30 FRAME AND GRATE (OR COVER) REMOVED AND DISCARDED

AT _________________________ EACH

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 9

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 10

Page 116: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

224.10 2 10 INCH HOOD

AT _________________________ EACH

224.12 18 12 INCH HOOD

AT _________________________ EACH

227.3 175 REMOVAL OF DRAINAGE STRUCTURE SEDIMENT

AT _________________________ PER CUBIC YARD

227.31 5,500 REMOVAL OF DRAINAGE PIPE SEDIMENT

AT _________________________ PER FOOT

227.32 800 SEWER PIPELINE CLEANING AND TV INSPECTION

AT _________________________ PER FOOT

227.4 15 MASONRY PLUG

AT _________________________ PER SQUARE FOOT

238.10 360 10 INCH DUCTILE IRON PIPE

AT _________________________ PER FOOT

239.08 1,750 8 INCH STEEL PIPE

AT _________________________ PER FOOT

239.081 7,700 8 INCH STEEL FITTINGS

AT _________________________ PER POUND

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 10

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 11

Page 117: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

239.10 5,300 10 INCH STEEL PIPE

AT _________________________ PER FOOT

239.101 27,800 10 INCH STEEL FITTINGS

AT _________________________ PER POUND

241.12 390 12 INCH REINFORCED CONCRETE PIPE

AT _________________________ PER FOOT

241.15 105 15 INCH REINFORCED CONCRETE PIPE

AT _________________________ PER FOOT

241.18 60 18 INCH REINFORCED CONCRETE PIPE

AT _________________________ PER FOOT

241.24 60 24 INCH REINFORCED CONCRETE PIPE

AT _________________________ PER FOOT

241.36 60 36 INCH REINFORCED CONCRETE PIPE

AT _________________________ PER FOOT

244.12 50 12 INCH REINFORCED CONCRETE PIPE CLASS V

AT _________________________ PER FOOT

251.04 55 4 INCH POLYVINYL CHLORIDE DRAIN PIPE

AT _________________________ PER FOOT

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 11

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 12

Page 118: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

251.041 160 4 INCH PREFORATED POLYVINYL CHLORIDE DRAIN PIPE

AT _________________________ PER FOOT

258. 480 STONE FOR PIPE ENDS

AT _________________________ PER SQUARE YARD

280. 40 HOT MIX ASPHALT WATERWAY

AT _________________________ PER SQUARE YARD

281. 80 CEMENT CONCRETE PAVING (WATERWAY)

AT _________________________ PER SQUARE YARD

290. 1 TEMPORARY DRAINAGE BRIDGE STRUCTURE S-24-061

AT _________________________ LUMP SUM

357.06 1 6 INCH GATE BOX

AT _________________________ EACH

357.08 1 8 INCH GATE BOX

AT _________________________ EACH

357.10 1 10 INCH GATE BOX

AT _________________________ EACH

357.12 1 12 INCH GATE BOX

AT _________________________ EACH

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 12

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 13

Page 119: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

357.16 1 16 INCH GATE BOX

AT _________________________ EACH

357.24 1 24 INCH GATE BOX

AT _________________________ EACH

357.36 1 36 INCH GATE BOX

AT _________________________ EACH

358. 40 GATE BOX ADJUSTED

AT _________________________ EACH

358.1 1 GATE BOX REMOVED AND STACKED

AT _________________________ EACH

381. 1 SERVICE BOX

AT _________________________ EACH

381.2 1 SERVICE BOX REMOVED AND STACKED

AT _________________________ EACH

381.3 1 SERVICE BOX ADJUSTED

AT _________________________ EACH

402. 580 DENSE GRADED CRUSHED STONE FOR SUB-BASE

AT _________________________ PER CUBIC YARD

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 13

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 14

Page 120: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

415. 42,530 PAVEMENT MICROMILLING

AT _________________________ PER SQUARE YARD

431. 410 HIGH EARLY STRENGTH CEMENT CONCRETE BASE COURSE

AT _________________________ PER SQUARE YARD

440.01 1 CONSTRUCTION DUST CONTROL

AT _________________________ LUMP SUM

450.90 24,680 CONTRACTOR QUALITY CONTROL

AT _________________________ PER TON

451. 740 HMA FOR PATCHING

AT _________________________ PER TON

452. 5,600 ASPHALT EMULSION FOR TACK COAT

AT _________________________ PER GALLON

453. 23,700 HMA JOINT SEALANT

AT _________________________ PER FOOT

455.22 3,300 SUPERPAVE SURFACE COURSE – 9.5 (SSC – 9.5)

AT _________________________ PER TON

455.31 4,350 SUPERPAVE INTERMEDIATE COURSE - 12.5 (SIC -12.5)

AT _________________________ PER TON

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 14

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 15

Page 121: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

455.32 880 SUPERPAVE INTERMEDIATE COURSE - 19.0 (SIC - 19.0)

AT _________________________ PER TON

455.42 690 SUPERPAVE BASE COURSE - 37.5 (SBC - 37.5)

AT _________________________ PER TON

455.60 6,500 SUPERPAVE BRIDGE SURFACE COURSE - 9.5 (SSC-B - 9.5)

AT _________________________ PER TON

455.71 8,220 SUPERPAVE BRIDGE PROTECTIVE COURSE – 12.5 (SPC-B - 12.5)

AT _________________________ PER TON

456. 24,682 WARM-MIX ASPHALT PAVEMENT

AT _________________________ PER TON

470. 45 HOT MIX ASPHALT BERM, TYPE A

AT _________________________ PER TON

472. 671 HOT MIX ASPHALT FOR MISCELLANEOUS WORK

AT _________________________ PER TON

477. 4,900 MILLED RUMBLE STRIP

AT _________________________ PER FOOT

482.31 230 SAWING AND SEALING JOINTS IN ASPHALT PAVEMENT AT BRIDGES

AT _________________________ PER FOOT

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 15

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 16

Page 122: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

486.1 25 SCORED CEMENT CONCRETE PAVEMENT

AT _________________________ PER SQUARE YARD

504. 1,170 GRANITE CURB TYPE VA4 - STRAIGHT

AT _________________________ PER FOOT

504.1 330 GRANITE CURB TYPE VA4 - CURVED

AT _________________________ PER FOOT

504.2 5 GRANITE CURB TYPE VA4 - SPLAYED END

AT _________________________ EACH

509. 20 GRANITE TRANSITION CURB FOR WHEELCHAIR RAMPS - STRAIGHT

AT _________________________ PER FOOT

509.1 105 GRANITE TRANSITION CURB FOR WHEELCHAIR RAMPS - CURVED

AT _________________________ PER FOOT

511.1 1,000 GRANITE EDGING TYPE SB - STRAIGHT

AT _________________________ PER FOOT

512.1 90 GRANITE EDGING TYPE SB (RADIUS 10 FEET OR LESS)

AT _________________________ PER FOOT

514. 3 GRANITE CURB INLET - STRAIGHT

AT _________________________ EACH

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 16

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 17

Page 123: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

515. 2 GRANITE CURB INLET - CURVED

AT _________________________ EACH

570.3 170 HOT MIX ASPHALT CURB TYPE 3

AT _________________________ PER FOOT

580. 740 CURB REMOVED AND RESET

AT _________________________ PER FOOT

581. 1 CURB INLET REMOVED AND RESET

AT _________________________ EACH

583. 1,725 EDGING REMOVED AND RESET

AT _________________________ PER FOOT

594. 1,210 CURB REMOVED AND DISCARDED

AT _________________________ PER FOOT

595. 4 CURB INLET REMOVED AND DISCARDED

AT _________________________ PER FOOT

597. 1,815 EDGING REMOVED AND DISCARDED

AT _________________________ PER FOOT

620.1 510 STEEL W BEAM HIGHWAY GUARD (SINGLE FACED)

AT _________________________ PER FOOT

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 17

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 18

Page 124: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

623.1 280 STEEL THRIE BEAM HIGHWAY GUARD (SINGLE FACED)

AT _________________________ PER FOOT

627.1 3 STEEL W BEAM TERMINAL SECTION (SINGLE FACED)

AT _________________________ EACH

627.5 2 STEEL THRIE BEAM TERMINAL CONNECTOR

AT _________________________ EACH

627.6 6 STEEL HIGHWAY GUARD TRANSITION BEAM

AT _________________________ EACH

627.8 4 STEEL BEAM HIGHWAY GUARD TANGENT END TREATMENT

AT _________________________ EACH

628.11 1 TRAILING END FOR STEEL BEAM HIGHWAY GUARD AT BRIDGE

AT _________________________ EACH

628.2 24 BRIDGE RAIL TO HIGHWAY GUARD RAIL TRANSITION

AT _________________________ EACH

628.32 3 IMPACT ATTENUATOR FOR SHOULDER CAPABLE OF REDIRECTION

AT _________________________ EACH

630. 325 HIGHWAY GUARD REMOVED AND RESET

AT _________________________ PER FOOT

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 18

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 19

Page 125: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

635.1 1,725 HIGHWAY GUARD REMOVED AND DISCARDED

AT _________________________ PER FOOT

645.072 270 72 INCH CHAIN LINK FENCE (PIPE TOP RAIL) (LINE POST OPTION)

AT _________________________ PER FOOT

652.072 1 72 INCH CHAIN LINK FENCE END POST

AT _________________________ EACH

653.072 4 72 INCH CHAIN LINK FENCE CORNER OR INTERMEDIATE BRACE POST

AT _________________________ EACH

657.1 1,500 TEMP CONSTRUCTION FENCE

AT _________________________ PER FOOT

657.51 1,500 TEMP CONSTRUCTION FENCE REMOVE & RESET

AT _________________________ PER FOOT

666. 445 CHAIN LINK FENCE REMOVED AND RESET

AT _________________________ PER FOOT

697.1 235 SILT SACK

AT _________________________ EACH

698.3 450 GEOTEXTILE FABRIC FOR SEPARATION

AT _________________________ PER SQUARE YARD

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 19

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 20

Page 126: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

701. 235 CEMENT CONCRETE SIDEWALK

AT _________________________ PER SQUARE YARD

701.2 125 CEMENT CONCRETE WHEELCHAIR RAMP

AT _________________________ PER SQUARE YARD

701.3 170 CEMENT CONCRETE ISLAND

AT _________________________ PER SQUARE YARD

702. 2 HOT MIX ASPHALT WALK SURFACE

AT _________________________ PER TON

706.7 60 COBBLESTONE REMOVED AND RESET

AT _________________________ PER SQUARE YARD

706.71 85 COBBLESTONE REMOVED & STACKED

AT _________________________ PER SQUARE YARD

714.4 3 CONCRETE PLANTER REMOVED AND RESET

AT _________________________ EACH

740. 55 ENGINEERS FIELD OFFICE AND EQUIPMENT (TYPE A)

AT _________________________ PER MONTH

748. 1 MOBILIZATION

AT _________________________ LUMP SUM

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 20

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 21

Page 127: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

750. 240 BIORETENTION SOIL

AT _________________________ PER CUBIC YARD

751. 720 LOAM BORROW

AT _________________________ PER CUBIC YARD

751.7 2,950 COMPOST-AMENDED TOPSOIL

AT _________________________ PER SQUARE YARD

756. 1 NPDES STORMWATER POLLUTION PREVENTION PLAN

AT _________________________ LUMP SUM

760. 210 IMPERVIOUS SOIL BORROW

AT _________________________ PER CUBIC YARD

765. 5,130 SEEDING

AT _________________________ PER SQUARE YARD

765.4 430 SEED - RESTORATION MIX

AT _________________________ PER SQUARE YARD

765.41 2,850 SEEDING-CONSERVATION SHADE MIX

AT _________________________ PER SQUARE YARD

767.12 1,250 COMPOST FILTER TUBES

AT _________________________ PER FOOT

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 21

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 22

Page 128: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

767.31 2,770 STRAW MULCH

AT _________________________ PER SQUARE YARD

767.6 15 AGED PINE BARK MULCH

AT _________________________ PER CUBIC YARD

767.71 2,900 SHORT TERM EROSION CONTROL FABRIC

AT _________________________ PER SQUARE YARD

769.1 760 PAVEMENT MILLING MULCH UNDER GUARD RAIL

AT _________________________ PER SQUARE FOOT

785.733 53 INKBERRY - COMPACT 24-30 INCH

AT _________________________ EACH

796.423 106 DWARF FOUNTAIN GRASS - 'HAMELN' 1 GALLON

AT _________________________ EACH

796.763 122 DAYLILY - 'STELLA D'ORO' 1 GALLON

AT _________________________ EACH

804.075 650 3/4 INCH ELECTRICAL CONDUIT TYPE NM - PLASTIC -(UL)

AT _________________________ PER FOOT

804.3 25,000 3 INCH ELECTRICAL CONDUIT TYPE NM - PLASTIC -(UL)

AT _________________________ PER FOOT

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 22

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 23

Page 129: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

804.7 1 I-91 NB GAR AND I-91 SB GAR CONDUIT

AT _________________________ LUMP SUM

806.075 3,060 3/4 INCH ELECTRICAL CONDUIT TYPE RM - GALVANIZED STEEL

AT _________________________ PER FOOT

806.3 2,200 3 INCH ELECTRICAL CONDUIT TYPE RM - GALVANIZED STEEL

AT _________________________ PER FOOT

809.075 200 3/4 INCH ELECTRICAL CONDUIT - FLEXIBLE METALLIC

AT _________________________ PER FOOT

811.28 5 ELECTRIC HANDHOLE 13x25 INCHES-HEAVY DUTY

AT _________________________ EACH

811.401 25 6"x6"x 4" NEMA 4X STAINLESS STEEL 316L JUNCTION BOX

AT _________________________ EACH

811.91 75 24"x18"x10" NEMA 4X STAINLESS STEEL JUNCTION BOX

AT _________________________ EACH

812.11 10 LIGHT STANDARD FOUNDATION SD3.011

AT _________________________ EACH

812.20 2 LIGHTING LOAD CENTER FOUNDATION

AT _________________________ EACH

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 23

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 24

Page 130: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

813.41 32,000 WIRE TYPE 8 NO. 8 DIRECT BURIAL

AT _________________________ PER FOOT

813.42 56,000 WIRE TYPE 8 NO. 6 DIRECT BURIAL

AT _________________________ PER FOOT

813.49 200 WIRE TYPE 8 NO. 4/0 DIRECT BURIAL

AT _________________________ PER FOOT

813.52 200 WIRE TYPE 10 - #8 GROUNDING AND BONDING

AT _________________________ PER FOOT

813.56 1 I-91 NB GAR AND I-91 SB GAR WIRE

AT _________________________ LUMP SUM

813.60 1 EQUIPMENT GROUNDING

AT _________________________ EACH

813.72 6 GROUND ROD 10 FT. LONG

AT _________________________ EACH

813.81 1 SERVICE CONNECTION (UNDERGROUND)

AT _________________________ EACH

815.1 1 TRAFFIC CONTROL SIGNAL LOCATION NO. 1

AT _________________________ LUMP SUM

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 24

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 25

Page 131: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

816.01 1 TRAFFIC SIGNAL RECONSTRUCTION LOCATION NO. 1

AT _________________________ LUMP SUM

816.02 1 TRAFFIC SIGNAL RECONSTRUCTION LOCATION NO. 2

AT _________________________ LUMP SUM

816.03 1 TRAFFIC SIGNAL RECONSTRUCTION LOCATION NO. 3

AT _________________________ LUMP SUM

816.04 1 TRAFFIC SIGNAL RECONSTRUCTION LOCATION NO 4

AT _________________________ LUMP SUM

816.05 1 TRAFFIC SIGNAL RECONSTRUCTION LOCATION NO 5

AT _________________________ LUMP SUM

816.06 1 TRAFFIC SIGNAL RECONSTRUCTION LOCATION NO 6

AT _________________________ LUMP SUM

816.07 1 TRAFFIC SIGNAL RECONSTRUCTION LOCATION NO 7

AT _________________________ LUMP SUM

816.08 1 TRAFFIC SIGNAL RECONSTRUCTION LOCATION NO 8

AT _________________________ LUMP SUM

816.09 1 TRAFFIC SIGNAL RECONSTRUCTION LOCATION NO 9

AT _________________________ LUMP SUM

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 25

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 26

Page 132: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

816.10 1 TRAFFIC SIGNAL RECONSTRUCTION LOCATION NO 10

AT _________________________ LUMP SUM

816.101 1 TEMPORARY SIGNAL RETIMING LOCATION NO 1

AT _________________________ LUMP SUM

816.102 1 TEMPORARY SIGNAL RETIMING LOCATION NO 2

AT _________________________ LUMP SUM

816.103 1 TEMPORARY SIGNAL RETIMING LOCATION NO 3

AT _________________________ LUMP SUM

816.104 1 TEMPORARY SIGNAL RETIMING LOCATION NO 4

AT _________________________ LUMP SUM

816.105 1 TEMPORARY SIGNAL RETIMING LOCATION NO 5

AT _________________________ LUMP SUM

816.106 1 TEMPORARY SIGNAL RETIMING LOCATION NO 6

AT _________________________ LUMP SUM

816.107 1 TEMPORARY SIGNAL RETIMING LOCATION NO 7

AT _________________________ LUMP SUM

816.108 1 TEMPORARY SIGNAL RETIMING LOCATION NO 8

AT _________________________ LUMP SUM

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 26

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 27

Page 133: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

816.109 1 TEMPORARY SIGNAL RETIMING LOCATION NO 9

AT _________________________ LUMP SUM

816.11 1 TRAFFIC SIGNAL RECONSTRUCTION LOCATION NO 11

AT _________________________ LUMP SUM

816.110 1 TEMPORARY SIGNAL RETIMING LOCATION NO. 10

AT _________________________ LUMP SUM

816.111 1 TEMPORARY SIGNAL RETIMING LOCATION NO 11

AT _________________________ LUMP SUM

816.112 1 TEMPORARY SIGNAL RETIMING LOCATION NO 12

AT _________________________ LUMP SUM

816.113 1 TEMPORARY SIGNAL RETIMING LOCATION NO 13

AT _________________________ LUMP SUM

816.114 1 TEMPORARY SIGNAL RETIMING LOCATION NO 14

AT _________________________ LUMP SUM

816.115 1 TEMPORARY SIGNAL RETIMING LOCATION NO 15

AT _________________________ LUMP SUM

816.116 1 TEMPORARY SIGNAL RETIMING LOCATION NO 16

AT _________________________ LUMP SUM

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 27

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 28

Page 134: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

816.117 1 TEMPORARY SIGNAL RETIMING LOCATION NO 17

AT _________________________ LUMP SUM

816.118 1 TEMPORARY SIGNAL RETIMING LOCATION NO 18

AT _________________________ LUMP SUM

816.119 1 TEMPORARY SIGNAL RETIMING LOCATION NO 19

AT _________________________ LUMP SUM

816.12 1 TRAFFIC SIGNAL RECONSTRUCTION LOCATION NO 12

AT _________________________ LUMP SUM

816.120 1 TEMPORARY SIGNAL RETIMING LOCATION NO 20

AT _________________________ LUMP SUM

816.121 1 TEMPORARY SIGNAL RETIMING LOCATION NO 21

AT _________________________ LUMP SUM

816.122 1 TEMPORARY SIGNAL RETIMING LOCATION NO 22

AT _________________________ LUMP SUM

816.123 1 TEMPORARY SIGNAL RETIMING LOCATION NO 23

AT _________________________ LUMP SUM

816.124 1 TEMPORARY SIGNAL RETIMING LOCATION NO 24

AT _________________________ LUMP SUM

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 28

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 29

Page 135: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

816.125 1 TEMPORARY SIGNAL RETIMING LOCATION NO 25

AT _________________________ LUMP SUM

816.126 1 TEMPORARY SIGNAL RETIMING LOCATION NO 26

AT _________________________ LUMP SUM

816.127 1 TEMPORARY SIGNAL RETIMING LOCATION NO 27

AT _________________________ LUMP SUM

816.128 1 TEMPORARY SIGNAL RETIMING LOCATION NO 28

AT _________________________ LUMP SUM

816.129 1 TEMPORARY SIGNAL RETIMING LOCATION NO 29

AT _________________________ LUMP SUM

816.13 1 TRAFFIC SIGNAL RECONSTRUCTION LOCATION NO 13

AT _________________________ LUMP SUM

816.130 1 TEMPORARY SIGNAL RETIMING LOCATION NO 30

AT _________________________ LUMP SUM

816.14 1 TRAFFIC SIGNAL RECONSTRUCTION LOCATION NO 14

AT _________________________ LUMP SUM

816.15 1 TRAFFIC SIGNAL RECONSTRUCTION LOCATION NO 15

AT _________________________ LUMP SUM

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 29

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 30

Page 136: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

816.81 1 TEMPORARY TRAFFIC CONTROL SIGNAL (LOCATION 1)

AT _________________________ LUMP SUM

816.82 1 TEMPORARY TRAFFIC CONTROL SIGNAL (LOCATION 2)

AT _________________________ LUMP SUM

821.11 18 HIGHWAY LIGHTING POLE (ANCHOR BASE) 6 FOOT BRACKET

AT _________________________ EACH

821.111 2 HIGHWAY LIGHTING POLE(ANCHOR BASE) 6FT BRACKET(FURNISH ONLY)

AT _________________________ EACH

821.12 42 HIGHWAY LIGHTING POLE (ANCHOR BASE) 8 FOOT BRACKET

AT _________________________ EACH

821.121 2 HIGHWAY LIGHTING POLES(ANCHR BSE) 8 FT BRACKET(FURNISH ONLY)

AT _________________________ EACH

821.141 60 HIGHWAY LIGHTING LUMINAIRE LED (RL-1)

AT _________________________ EACH

821.142 3 HIGHWAY LIGHTING LUMINAIRE LED (RL-1))(FURNISH ONLY)

AT _________________________ EACH

823.321 43 UNDERPASS LIGHTING LUMINAIRE LED (UD-1)

AT _________________________ EACH

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 30

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 31

Page 137: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

823.322 2 UNDERPASS LIGHTING LUMINAIRE LED (UD-1)(FURNISH ONLY))

AT _________________________ EACH

823.323 202 UNDERPASS LIGHTING LUMINAIRE LED (UD-2)

AT _________________________ EACH

823.324 10 UNDERPASS LIGHTING LUMINAIRE LED (UD-2) (FURNISH ONLY)

AT _________________________ EACH

823.325 16 UNDERPASS LIGHTING LUMINAIRE LED (UD-3)

AT _________________________ EACH

823.326 2 UNDERPASS LIGHTING LUMINAIRE LED (UD-3) (FURNISH ONLY)

AT _________________________ EACH

823.50 2 PHOTO ELECTRIC CONTROL

AT _________________________ EACH

823.51 2 MULTIPLE CONTROL SWITCH

AT _________________________ EACH

823.52 2 MULTIPLE CIRCUIT CONTACTOR

AT _________________________ EACH

823.53 2 TIME CLOCK

AT _________________________ EACH

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 31

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 32

Page 138: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

823.62 1 HIGHWAY LIGHTING LOAD CENTER NO.2

AT _________________________ LUMP SUM

823.64 1 HIGHWAY LIGHTING LOAD CENTER NO. 4

AT _________________________ LUMP SUM

823.70 10 HIGHWAY LIGHTING POLE AND LUMINAIRE REMOVED AND RESET

AT _________________________ EACH

823.73 64 HIGHWAY LIGHTING LUMINAIRE REMOVED, STACKED, AND TRANSPORTED

AT _________________________ EACH

825. 1 FIRE PROTECTION

AT _________________________ LUMP SUM

827.22 4 36 INCH WARNING CLUSTER (H1-2) - ALUMINUM PANEL (TYPE A)

AT _________________________ EACH

827.33 4 ABUTMENT WARNING SIGN (H1-3) - ALUMINUM PANEL (TYPE A)

AT _________________________ EACH

828.01 1,380 OVERHEAD GUIDE SIGN REMOVED AND RESET

AT _________________________ PER SQUARE FOOT

828.021 17 OVERHEAD GUIDE SIGN REMOVED AND DISCARD

AT _________________________ EACH

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 32

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 33

ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
Page 139: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

828.022 1,600 OVERHEAD GUIDE SIGN TRANSPORTED AND INSTALLED

AT _________________________ PER SQUARE FOOT

828.1 1,800 OVERHEAD GUIDE SIGN - ALUMINUM PANEL (TYPE B)

AT _________________________ PER SQUARE FOOT

828.2 2 GROUND MOUNTED SIGN (GF-1) REMOVED AND RESET

AT _________________________ EACH

831. 30 ROADSIDE GUIDE SIGN (D6/D8) - ALUMINUM PANEL (TYPE A)

AT _________________________ PER SQUARE FOOT

832. 720 WARNING-REGULATORY AND ROUTE MARKER - ALUM. PANEL (TYPE A)

AT _________________________ PER SQUARE FOOT

833.5 70 DEMOUNTABLE REFLECTORIZED DELINEATOR - GUARD RAIL

AT _________________________ EACH

833.61 80 REFLECTORIZED DELINEATOR FOR BARRIER WALL ONE-WAY(WHITE)

AT _________________________ EACH

833.62 80 REFLECTORIZED DELINEATOR FOR BARRIER WALL ONE-WAY(YELLOW)

AT _________________________ EACH

833.63 35 REFLECTORIZED DELINEATOR FOR BARRIER WALL TWO-WAY(WHITE/RED)

AT _________________________ EACH

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 33

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 34

ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
Page 140: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

833.64 85 REFLECTORIZED DELINEATOR FOR BARRIERWALL TWO-WAY(YELLOW/RED)

AT _________________________ EACH

833.7 11 DELINEATION FOR GUARD RAIL TERMINI

AT _________________________ EACH

837.1 1,150 RETROFLECTIVE LINEAR DELINEATOR PANELS - WHITE

AT _________________________ EACH

837.2 1,050 RETROFLECTIVE LINEAR DELINEATOR PANELS - YELLOW

AT _________________________ EACH

840.101 1 SUPPORTS FOR OVERHEAD GUIDE SIGN (TEMP OD-1) STEEL

AT _________________________ LUMP SUM

840.102 1 SUPPORTS FOR OVERHEAD GUIDE SIGN (TEMP OD-2) STEEL

AT _________________________ LUMP SUM

840.103 1 SUPPORTS FOR OVERHEAD GUIDE SIGN (TEMP OD-3) STEEL

AT _________________________ LUMP SUM

840.127 1 SUPPORTS FOR OVERHEAD GUIDE SIGN (TEMP OD-27) STEEL

AT _________________________ LUMP SUM

840.128 1 SUPPORTS FOR OVERHEAD GUIDE SIGN (TEMP OD-28) STEEL

AT _________________________ LUMP SUM

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 34

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 35

ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
Page 141: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

840.130 1 SUPPORTS FOR OVERHEAD GUIDE SIGN (TEMP OD-30) STEEL

AT _________________________ LUMP SUM

840.131 1 SUPPORTS FOR OVERHEAD GUIDE SIGN (TEMP OD-31) STEEL

AT _________________________ LUMP SUM

840.2 1 SUPPORTS FOR OVERHEAD GUIDE SIGN REMOVED AND DISCARDED

AT _________________________ LUMP SUM

840.3 1 SUPPORTS FOR OVERHEAD GUIDE SIGN REMOVED AND RESET

AT _________________________ LUMP SUM

841.2 2 SUPPORTS FOR GUIDE SIGN (D6-5 INCH TUBULAR POST) STEEL

AT _________________________ EACH

844.101 1 SUPPORTS FOR GUIDE SIGN (G1) STEEL

AT _________________________ LUMP SUM

846.1 3 SUPPORT FOR GUIDE SIGN (E5-1A) STEEL

AT _________________________ EACH

847.1 48 SIGN SUP (N/GUIDE)+RTE MKR W/1 BRKWAY POST ASSEMBLY - STEEL

AT _________________________ EACH

851.1 1,550 TRAFFIC CONES FOR TRAFFIC MANAGEMENT

AT _________________________ PER DAY

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 35

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 36

ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
Page 142: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

852. 8,400 SAFETY SIGNING FOR TRAFFIC MANAGEMENT

AT _________________________ PER SQUARE FOOT

853.1 20 PORTABLE BREAKAWAY BARRICADE TYPE III

AT _________________________ EACH

853.2 11,000 TEMPORARY BARRIER

AT _________________________ PER FOOT

853.21 5,100 TEMPORARY BARRIER REMOVED AND RESET

AT _________________________ PER FOOT

853.3 800 TEMPORARY RESTRAINED BARRIER

AT _________________________ PER FOOT

853.31 500 TEMPORARY RESTRAINED BARRIER REMOVED AND RESET

AT _________________________ PER FOOT

853.32 17,000 TEMPORARY RESTRAINED BARRIER ON BRIDGE

AT _________________________ PER FOOT

853.33 22,500 TEMPORARY RESTRAINED BARRIER ON BRIDGE - REMOVED AND RESET

AT _________________________ PER FOOT

853.403 6,200 TRUCK MOUNTED ATTENUATOR

AT _________________________ PER DAY

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 36

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 37

ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
Page 143: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

853.41 13 TEMP.IMP.ATTENUATOR FOR SHLDR, INCAPABLE OF REDIRECTION

AT _________________________ EACH

853.411 15 TEMP.IMP.ATTENUATOR FOR SHLDR, INCAPABLE OF REDIRECTION R&R

AT _________________________ EACH

853.42 1 TEMP.IMP.ATTENUATOR FOR SHLDR, CAPABLE OF REDIRECTION

AT _________________________ EACH

853.421 1 TEMP.IMP.ATTENUATOR FOR SHLDR, CAPABLE OF REDIRECTION R&R

AT _________________________ EACH

853.8 1,550 TEMPORARY ILLUMINATION FOR WORK ZONE

AT _________________________ PER DAY

853.81 1 TEMPORARY ILLUMINATION FOR TRAVEL WAY

AT _________________________ LUMP SUM

854. 20,000 TEMPORARY RAISED PAVEMENT MARKER

AT _________________________ EACH

854.014 1,000 TEMPORARY PAVEMENT MARKINGS - 4 INCH (PAINTED)

AT _________________________ PER FOOT

854.016 530,000 TEMPORARY PAVING MARKINGS - 6 INCH (PAINTED)

AT _________________________ PER FOOT

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 37

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 38

ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
Page 144: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

854.034 1,000 TEMPORARY PAVEMENT MARKINGS - 4 IN (TAPE)

AT _________________________ PER FOOT

854.036 10,000 TEMPORARY PAVING MARKINGS - 6 INCH (TAPE)

AT _________________________ PER FOOT

854.1 25,000 PAVEMENT MARKING REMOVAL

AT _________________________ PER SQUARE FOOT

854.3 5,500 PAVEMENT MARKING REMOVAL (TAPE)

AT _________________________ PER SQUARE FOOT

856. 10,200 ARROW BOARD

AT _________________________ PER DAY

856.12 6,200 PORTABLE CHANGEABLE MESSAGE SIGN

AT _________________________ PER DAY

856.3 1 REAL-TIME TRAFFIC MANAGEMENT FOR WORK ZONE

AT _________________________ LUMP SUM

859. 351,000 REFLECTORIZED DRUM

AT _________________________ PER DAY

859.25 1 INCIDENT RESPONSE OPERATIONS PLAN

AT _________________________ LUMP SUM

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 38

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 39

Page 145: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

860.04 36,500 4 INCH REFLECTORIZED WHITE LINE (PAINTED)

AT _________________________ PER FOOT

860.12 2,600 12 INCH REFLECTORIZED WHITE LINE (PAINTED)

AT _________________________ PER FOOT

861.04 5,900 4 INCH REFLECTORIZED YELLOW LINE (PAINTED)

AT _________________________ PER FOOT

861.12 270 12 INCH REFLECTORIZED YELLOW LINE (PAINTED)

AT _________________________ PER FOOT

864. 1,075 PAVEMENT ARROW REFLECTORIZED WHITE (PAINTED)

AT _________________________ PER SQUARE FOOT

864.04 1,200 PAVEMENT ARROWS AND LEGENDS REFL. WHITE (THERMOPLASTIC)

AT _________________________ PER SQUARE FOOT

864.10 8 CONTRAST REFLECTORIZED THERMOPLASTIC ARROW (PREFORMED)

AT _________________________ EACH

864.11 2 CONTRAST REFLECTORIZED THERMOPLASTIC LEGEND (PREFORMED)

AT _________________________ EACH

864.12 8 CONTRAST REFLECTORIZED ROUTE SHIELD (PREFORMED)

AT _________________________ EACH

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 39

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 40

ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
Page 146: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

864.3 20,000 RAISED PAVEMENT MARKER REMOVED AND DISCARDED

AT _________________________ EACH

864.31 70 SLOTTED PAVEMENT MARKER ONE-WAY WHITE

AT _________________________ EACH

864.33 25 SLOTTED PAVEMENT MARKER TWO-WAY WHITE/RED

AT _________________________ EACH

864.34 80 SLOTTED PAVEMENT MARKER TWO-WAY YELLOW/RED

AT _________________________ EACH

866.04 11,500 4 INCH REFLECTORIZED WHITE LINE (THERMOPLASTIC)

AT _________________________ PER FOOT

866.12 4,700 12 INCH REFLECTORIZED WHITE LINE (THERMOPLASTIC)

AT _________________________ PER FOOT

867.04 6,900 4 INCH REFLECTORIZED YELLOW LINE (THERMOPLASTIC)

AT _________________________ PER FOOT

867.12 250 12 INCH REFLECTORIZED YELLOW LINE (THERMOPLASTIC)

AT _________________________ PER FOOT

868.206 23,400 6 INCH WET REFLECTIVE RECESSED WHITE LINE POLYUREA

AT _________________________ PER FOOT

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 40

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 41

ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
Page 147: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

868.212 8,100 12 INCH WET REFLECTIVE RECESSED WHITE LINE POLYUREA

AT _________________________ PER FOOT

868.406 3,500 6 IN DURABLE WET REFL RECSSD CONTRST WHITE LINE (PREFORMED)

AT _________________________ PER FOOT

868.412 600 12 IN DURABLE WET REFL RECSSD CONTRAST WHITE LINE (PREFRMED)

AT _________________________ PER FOOT

869.206 17,300 6 INCH WET REFLECTIVE RECESSED YELLOW LINE POLYUREA

AT _________________________ PER FOOT

869.212 350 12 INCH WET REFLECTIVE RECESSED YELLOW LINE POLYUREA

AT _________________________ PER FOOT

869.406 3,100 6 IN DURABLE WET REFLECTIVE RECESSED CONTRAST YELLOW LINE PF

AT _________________________ PER FOOT

869.412 600 12 IN DURBLE WET REFLECTVE RECESSED CONTRST YELLOW LINE PREF

AT _________________________ PER FOOT

874.2 14 TRAFFIC SIGN REMOVED AND RESET

AT _________________________ EACH

874.4 27 TRAFFIC SIGN REMOVED AND STACKED

AT _________________________ EACH

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 41

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 42

ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
Page 148: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

874.6 700 TEMPORARY MASKING OF SIGNS

AT _________________________ PER SQUARE FOOT

901.3 2 4000 PSI, 1.5 IN., 565 CEMENT CONCRETE FOR POST FOUNDATION

AT _________________________ PER CUBIC YARD

903. 2 3000 PSI, 1.5 IN., 470 CEMENT CONCRETE

AT _________________________ PER CUBIC YARD

904.14 2,600 RAPID SET CONCRETE BELOW GRADE USE

AT _________________________ PER CUBIC YARD

905. 124 4000 PSI, 3/8 IN., 660 CEMENT CONCRETE

AT _________________________ PER CUBIC YARD

909.2 5,000 CEMENTITIOUS MORTAR FOR PATCHING

AT _________________________ PER SQUARE FOOT

910. 5,200 STEEL REINFORCEMENT FOR STRUCTURES

AT _________________________ PER POUND

910.4 500 MECHANICAL REINFORCING BAR SPLICER

AT _________________________ EACH

950.2 7,300 TEMPORARY SHORING OF DECK

AT _________________________ PER FOOT

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 42

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 43

Page 149: SPRINGFIELD - Aetna Bridge

Project # 607731 Contract # 85020

Location : SPRINGFIELD

Description : SPRINGFIELD- VIADUCT DECK REPLACEMENT OF S-24-061 ON I-91 (EARLY ACTION)

ITEM # QUANTITY ITEM WITH UNIT BID PRICEWRITTEN IN WORDS

UNIT PRICE AMOUNT

961.201 1 CLEAN (FULL REMOVAL) AND PAINT STEEL BRIDGE NO. S-24-061

AT _________________________ LUMP SUM

964.1 15,200 EPOXY BONDING COMPOUND

AT _________________________ PER SQUARE FOOT

970. 150 BITUMINOUS DAMP-PROOFING

AT _________________________ PER SQUARE YARD

983.5 65 MODIFIED ROCK FILL

AT _________________________ PER TON

992. 1 PRECAST RFID/BARCODE TAG SYSTEM

AT _________________________ LUMP SUM

992.1 1 ALTERATION TO BRIDGE STRUCTURE NO. S-24-061

AT _________________________ LUMP SUM

994.01 1 TEMPORARY PROTECTIVE SHIELDING BRIDGE NO. S-24-061

AT _________________________ LUMP SUM

Total Qty: 1,751,144.5

CMS104 - Report Run Date: 3/5/2015 2:15 PM Page 43

ADDENDUM NO. 4, MARCH 6, 2015

B00420 - 44

ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
ruddyj
Typewritten Text
m
Page 150: SPRINGFIELD - Aetna Bridge

1/30

/201

5S

EE

SH

EE

TS:1

,75,

76,9

1,20

0,20

1,20

2,20

4A,

204B

,204

C,2

04D

,210

,211

228,

269,

292A

&29

2B12

3/6/

2015

SE

ES

HE

ET

228

ADDENDUM NO. 4, MARCH 6, 2015

Page 151: SPRINGFIELD - Aetna Bridge

30"

TE

MP

OR

AR

Y T

RA

FF

IC

S

IG

N S

UM

MA

RY

R2-10a(1)

48"

36"

R3-1

30"

30"

BLA

CK

BLA

CK

RE

D/

R3-2

30"

30"

WH

IT

E

BLA

CK

BLA

CK

RE

D/

48"

36"

R2-10e(1)

BLA

CK

WH

IT

E

BLA

CK

BLA

CK

WH

IT

EB

LA

CK

R9-9

18"

R11-2

48"

30"

BLA

CK

WH

IT

EB

LA

CK

W1-4R

48"

48"

OR

AN

GE

BLA

CK

BLA

CK

W1-4L

48"

48"

OR

AN

GE

BLA

CK

BLA

CK

W4-2L(1)

48"

48"

OR

AN

GE

BLA

CK

BLA

CK

W4-2R

(1)

48"

48"

OR

AN

GE

BLA

CK

BLA

CK

WH

IT

E

BLA

CK

BLA

CK

SE

E F

HW

A "S

TA

ND

AR

D

HIG

HW

AY

S

IG

NS

, 2

00

4

ED

IT

IO

N", A

S A

ME

ND

ED

TE

MP

OR

AR

Y T

RA

FF

IC

S

IG

N S

UM

MA

RY

(C

ON

TIN

UE

D)

SE

E F

HW

A "S

TA

ND

AR

D

HIG

HW

AY

S

IG

NS

, 2

00

4

ED

IT

IO

N", A

S A

ME

ND

ED

R2-10a(2)

60"

48"

R2-10e(2)

60"

48"

BLA

CK

WH

IT

EB

LA

CK

R9-11aL

48"

24"

BLA

CK

WH

IT

EB

LA

CK

R9-11aR

48"

24"

W4-2L(2)

36"

36"

W4-2R

(2)

36"

36"

BLA

CK

WH

IT

EB

LA

CK

R9-11R

48"

24"

BLA

CK

WH

IT

EB

LA

CK

R9-11L

48"

24"

R11-4

60"

30"

BLA

CK

WH

IT

EB

LA

CK

R11-3a

60"

30"

BLA

CK

WH

IT

EB

LA

CK

R7-1L

R7-1R

12"

18"

12"

18"

RE

DW

HIT

ER

ED

RE

DW

HIT

ER

ED

W1-4bR

W1-4bL

48"

48"

48"

48"

OR

AN

GE

BLA

CK

BLA

CK

OR

AN

GE

BLA

CK

BLA

CK

R11-2b

48"

30"

BLA

CK

WH

IT

EB

LA

CK

WH

IT

E

W4-3L

48"

48"

OR

AN

GE

BLA

CK

BLA

CK

W4-3R

OR

AN

GE

BLA

CK

BLA

CK

48"

48"

AS

P

ER

M

AS

SD

OT

ST

AN

DA

RD

NO

TE

: H

IG

H IN

TE

NS

IT

Y R

EF

LE

CT

IV

E S

HE

ET

IN

G S

HA

LL

B

E U

SE

D F

OR

A

LL

S

IG

NS

. S

EE

F

HW

A "S

TA

ND

AR

D H

IG

HW

AY

S

IG

NS

, 2

00

4 E

DIT

IO

N"

FO

R T

EX

T D

IM

EN

SIO

NS

, A

S A

ME

ND

ED

; T

HE

1

97

7 M

AS

SH

IG

HW

AY

D

EP

AR

TM

EN

T C

ON

ST

RU

CT

IO

N A

ND

T

RA

FF

IC

S

TA

ND

AR

D D

ET

AIL

S, A

S

AM

EN

DE

D, F

OR

S

IG

NS

A

ND

S

UP

PO

RT

S; A

ND

T

HE

M

AS

SH

IG

HW

AY

D

EP

AR

TM

EN

T S

IG

N L

IS

TIN

GS

1

99

3 E

DIT

IO

N, A

S A

ME

ND

ED

.

R3-4

PE

R M

AS

SD

OT

S

TA

ND

AR

D

WH

IT

E

BLA

CK

BLA

CK

RE

D/

BLA

CK

WH

IT

EB

LA

CK

BLA

CK

WH

IT

EB

LA

CK

R3-7L

30"

30"

R3-26

24"

30"

24"

24"

BLA

CK

WH

IT

EB

LA

CK

R3-8d

48"

30"

BLA

CK

WH

IT

EB

LA

CK

R3-8LR

30"

30"

R4-7

R5-1

R6-1

BLA

CK

WH

IT

EB

LA

CK

SE

E F

HW

A "S

TA

ND

AR

D

HIG

HW

AY

S

IG

NS

, 2

00

4

ED

IT

IO

N", A

S A

ME

ND

ED

24"

30"

30"

30"

36"

12"

WH

IT

ER

ED

WH

IT

E

WH

IT

EB

LA

CK

WH

IT

E

BLA

CK

WH

IT

EB

LA

CK

R9-11aL

24"

12"

BLA

CK

WH

IT

EB

LA

CK

R9-11aR

24"

12"

(M

OD

)

(M

OD

)

W3-2

48"

48"

OR

AN

GE

BLA

CK

WH

IT

E

RE

D/

BLA

CK

8-P

5

8-P

5

3 M

TD

O

N

1 M

TD

O

N

2-P

5

5-P

5

1-P

5

1-P

5

1-P

5

4-P

5

4 M

TD

O

N

1-P

5

8-P

5

8-P

5

6-P

5

4-P

5

4-P

5

3-P

5

16-P

5

2-P

5

2-P

5

20.00

12.00

20.00

12.00

6.25

6.25

6.25

6.25

6.25

16

.0

0

16

.0

0

4.00

10.00

10

.0

0

10

.0

0

5.00

5.00

3.00

1.50

3.75

8.00

8.00

8.0

0

8.0

0

2.0

0

2.0

0

12

.5

0

12

.5

0

16

.0

0

16

.0

0

16

.0

0

16

.0

0

16

.0

0

16

.0

0

16

.0

0

9.0

0

9.0

0

4

13

4

5 1 4 7 1 11 1 3 1 1 4 5 2 2

3 3

2

4

4

34

13

2 2 4 2 2 8 8 1 173

80.00

156.00

80.00

60.00

6.25

25.00

43.75

6.25

6.25

64

.0

0

48

.0

0

4.00

10.00

40

.0

0

13

0.0

0

15.00

5.00

3.00

6.00

18.75

16.00

16.00

24

.0

0

24

.0

0

4.0

0

8.0

0

25

.0

0

25

.0

0

64

.0

0

32

.0

0

32

.0

0

12

8.0

0

12

8.0

0

16

.0

0

16

.0

0

63

.0

0

27

.0

0

BLA

CK

WH

IT

EB

LA

CK

R3-7R

30"

30"

2-P

5

6.25

212.50

SE

E F

HW

A "S

TA

ND

AR

D

HIG

HW

AY

S

IG

NS

, 2

00

4

ED

IT

IO

N", A

S A

ME

ND

ED

W4-1L

48"

48"

OR

AN

GE

BLA

CK

BLA

CK

4-P

5

16

.0

03

2.0

0

W4-1R

48"

48"

OR

AN

GE

BLA

CK

BLA

CK

2-P

5

16

.0

01

6.0

0

2 1

5-P

5

26-P

5

1 M

TD

O

N

16-P

5

12 M

TD

O

N

BA

RR

IC

AD

E

R1-2

36"

RE

DW

HIT

E36"

36"

XX

2

4.50

9.00

2-P

5

SIG

NA

L B

AS

E

SIG

NA

L B

AS

E

1 M

TD

O

N

LIG

HT

P

OS

T

SIG

NA

L B

AS

E

2 M

TD

O

N

LIG

HT

P

OS

T

BA

RR

IE

R

1 M

TD

O

N

LIG

HT

P

OS

T

1 M

TD

O

N

LIG

HT

P

OS

T

1 M

TD

O

N

SIG

N P

OS

T

1 M

TD

O

N

LIG

HT

P

OS

T

1-P

5

W3-1

48"

48"

OR

AN

GE

BLA

CK

WH

IT

E

RE

D/

BLA

CK

6-P

5

16

.0

03

48

.0

0

WH

IT

ER

ED

WH

IT

ER

1-1

36"

36"

3-P

5

9.00

327.00

WH

IT

E

12-P

5

2 M

TD

O

N O

H

SIG

N P

OS

T

2-P

5

2 M

TD

O

N O

H

SIG

N P

OS

T

1 M

TD

W

/

OT

HE

RS

OR

AN

GE

OR

AN

GE

4-P

51.50

46.00

5 M

TD

O

N

BA

RR

IC

AD

E

2 M

TD

O

N

BA

RR

IC

AD

E

2 M

TD

O

N

BA

RR

IC

AD

E

8 M

TD

O

N

BA

RR

IE

R

3 M

TD

O

N

BA

RR

IC

AD

E

3 M

TD

O

N

BA

RR

IC

AD

E

3 M

TD

O

N

BA

RR

IC

AD

E

2 M

TD

O

N

BA

RR

IC

AD

E

2 M

TD

O

N

BA

RR

IC

AD

E

6-P

5

W3-4

48"

48"

OR

AN

GE

BLA

CK

BLA

CK

4-P

5

16

.0

02

32

.0

0

R4-9

24"

30"

BLA

CK

WH

IT

EB

LA

CK

5.00

840.00

8 M

TD

W

/

OT

HE

RS

ST

AY

IN

LA

NE

R2-1(40)

36"

48"

22

R2-1(45)

36"

48"

4

WH

IT

EB

LA

CK

BLA

CK

WH

IT

EB

LA

CK

BLA

CK

12.00

264.00

12.00

48.00

607731_TTCP(SS).DWG4-Mar-2015

FE

D. A

ID

P

RO

J. N

O.

ST

AT

E

MA

SS

.

SH

EE

TS

TO

TA

LS

HE

ET

NO

.

PR

OJE

CT

F

ILE

N

O.

SP

RIN

GF

IE

LD

IN

TE

RS

TA

TE

9

1

NH

P-091-1(173)

288

505

607731

TE

MP

OR

AR

Y T

RA

FF

IC

C

ON

TR

OL

P

LA

NS

SIG

N S

UM

MA

RY

- 1

O

F 3

2V

AR

IO

US

- S

EE

N

OT

ED

C

HA

NG

ES

3/6

/2

01

5

NO

.R

EV

IS

IO

N D

ES

CR

IP

TIO

ND

AT

E

RE

VIS

IO

NS

2

RE

VIS

ED

SIG

N

SU

MM

AR

Y

ADDENDUM NO. 4, MARCH 6, 2015