required contract provisions - aetna bridge

24
GENERAL PROVISIONS – CONTRACT SPECIFIC

Upload: others

Post on 17-Apr-2022

11 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

GENERAL PROVISIONS – CONTRACT SPECIFIC

Page 2: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

CS-i

INDEXGENERAL PROVISIONS - CONTRACT SPECIFIC

PARAGRAPH TITLE PAGE

1. Brief Scope of Work CS-1

2. List of Contract Documents CS-3

3. Utility and Municipal Notification and Coordination CS-4

4. Sequence of Construction CS-6

5. Special Requirements for Traffic Protection CS-7

6. Special Requirements for Pavement Markings CS-8

7. Police Compensation CS-8

8. Shop Drawings and Submittals CS-8

9. Contract Submittals List (CSL) CS-9

10. Covering Existing Signs CS-11

11. Traffic Fines in Work Zones CS-11

12. Incident Management CS-11

13. Restriction Related to Equipment Under Trees CS-11

14. Contractor’s Responsibility for Damaged Storm Drains CS-11

15. Contractor’s Responsibility for Damaged Utility Facilities CS-12

16. Contractor’s Responsibility for Maintaining Roadways CS-12

17. Maintenance of Public Access CS-12

18. Inspection Access CS-12

19. Coordination with Other Projects CS-13

Page 3: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

CS-ii

INDEXGENERAL PROVISIONS - CONTRACT SPECIFIC

PARAGRAPH

20.

TITLE

Reporting of Quality/Process Control Testing and

PAGE

CS-13Sampling Results

21. Acceptance Sampling and Testing CS-13

22. Subcontracting CS-13

23. Lump Sum Bid Items CS-13

24. Unit Bid Item and Lump Sum Bid Item Payments CS-14

25. Environmental Permits CS-14

26. Transportation Management Plan CS-14

27. Coordination with Commissions on Historical Cemeteries CS-15

Appendices

Appendix A Transportation Management Plan

Appendix B LARGE-SITE Stormwater Pollution Prevention Plan (SWPPP)Appendix C R.I. Department of Environmental Management

Insignificant Alteration Permit

Appendix D Geotechnical Data Report

Appendix E Limited Hazardous Building Materials Survey Reports

Appendix F Pavement Cores

Page 4: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

CS-1

1. BRIEF SCOPE OF WORK

Rhode Island Contract No. 2019-CB-027, Federal Aid Project Nos. NHP-0037(012), NHPG-0037(0013), NHP-TIGR(003), 3RD-PRTY(258), is a construction contract for the following:

The preservation of nine bridges on Route 37 in Warwick, including Bridge Nos. 062601, 063001, 063101, 063201, 063301, 063401, 063601 and 063701 and 063801. These bridges are generally simply supported steel multi-girder structures supported on cast-in-place concrete piers and abutments. The bridges support Route 37 over local roads, state highways, connecting ramps, an abandoned railroad and Amtrak.

The replacement of four bridges on Route 37 in Cranston and Warwick including Bridge Nos. 062701, 062801, 062901 and 063501. These bridges consist of steel multi-girder structures supported on cast-in-place concrete piers and abutments. Each bridge is a three-span bridge except for Br. No. 062601, which is a single span. The bridges support Route 37 over Pontiac Ave., Pawtuxet River, Jefferson Blvd and an abandoned railroad, respectively.

The preservation and rehabilitation of two concrete box culverts in Cranston including Bridge Nos. 126301 and 126401. These structures convey a small waterway below Pontiac Ave. and Route 37, respectively.

The relocation of the entrance ramp from Pontiac Ave. to Route 37 Westbound in Cranston and construction of a new access road parallel to the relocated ramp. This work includes replacement of the traffic signal at this intersection.

The widening and reconfiguration of the intersection of Sockanosset Cross Road at Pontiac Ave. in Cranston. This work includes replacement of the traffic signal at this intersection.

The widening of the I-95 Southbound exit ramp to Route 37 Westbound to provide two lanes on this segment of the ramp. This work will include restriping a portion of the ramp to Route 37 Eastbound from two lanes to a single lane.

The widening of a segment of Route 37 Westbound to add an auxiliary lane to improve traffic operations.

For additional location information, see the Project Location Map below.The work on these roads and bridges will consist of completely replacing four bridges, rehabilitating eleven bridges and culverts to preserve and extend the useful life of these structures and roadway work to improve the traffic operations of Route 37, Pontiac Avenue and Sockanosset Cross Road. All work shall be performed at the locations and to the extents indicated on the Contract Plans and as directed by the Engineer.

The work encompassed by this project shall include, but is not limited to, the following:

Bridge Preservation: Installation of temporary jacking frames for bearing replacement Replacing bearings Repairing steel girders Removing deteriorated concrete and patching with repair mortar or with formed concrete Construction of in-fill pier walls; Installation and removal of temporary work platforms

Page 5: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

CS-2

Bridge Replacement: Construction of Temporary Access, temporary construction areas and temporary

shielding Demolition of existing structures Construction of New structures Install new bridge superstructures using accelerated construction techniques including

lateral slide of Bridge Nos. 062801 and 062901 and roll-in, using SPMTs, of Bridge No. 062701 Eastbound and Westbound. These installations are to be completed over four separate weekend periods.

Roadway Construction: Roadway widening of the I-95 Southbound exit ramp to Route 37 Westbound. This work

will include full depth pavement construction for the widened portion of the roadway. Roadway widening of Route 37 Westbound between I-95 and Pontiac Avenue. This work

will include full depth pavement construction for most of this segment of the roadway. Construction of a re-aligned entrance ramp to Route 37 Westbound from Pontiac Ave. Construction of new access road between Pontiac Ave. and the abandoned railroad,

parallel to the re-aligned entrance ramp. Ramp widening and replacement of the traffic signal at the reconfigured exit ramps for

Route 37 Westbound at Pontiac Ave. Widening of Sockanosset Cross Road at the Pontiac Ave. intersection. Replacement of

the traffic signal at the intersection.

Maintenance and protection of traffic and all incidentals necessary to complete the work under this Contract to the satisfaction of the Engineer.

PROJECT LOCATION MAP

Route 37 Bridge Rehabilitation/ReplacementCranston/Warwick, Rhode Island

Br. No. 062601

Br. No. 062701

Br. No. 0126301

Br. No. 062801

Br. No. 126401

Br. No. 062901

Br. Nos. 063501

Br. No. 063701

Br. No. 063601

Br. No. 063801

Br. No. 063101

Br. No. 063001

Br. No. 063301

Br. No. 063201Br. No. 063401

Page 6: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

CS-3

2. LIST OF CONTRACT DOCUMENTS

There is one Compact Disk (CD) containing the Contract Documents. The contents are as follows:

Contract Documents

Contract SpecificationsRI Department of Administration Division of Purchases Procurement Regulations Standard Specifications for Road & Bridge Construction (Amended August 2013) Compilation of Approved Specifications (through May 2016)Required Contract Provisions/Federal-Aid Construction Contracts Rhode Island Standard DetailsBridge Standard Details General ProvisionsGeneral Provisions – Contract Specific Specifications – Job Specific Distribution of QuantitiesFederal Wage Rates

Quest Software Information & FilesQuest Lite User Manual Quest Lite Installation Quest Lite UpgradeQuest Lite Launch (Bid File)

Plans – There are seven volumes of Plans that comprises the Contract Drawings for this Contract. The volumes of plans are as follows:

Volume 1 of 7: Plans for Bridge Group 51A – Rt 37 C-2, Highway Plans 1

Volume 2 of 7: Plans for Bridge Group 51A – Rt 37 C-2, Highway Plans 2

Volume 3 of 7: Plans for Bridge Group 51A – Rt 37 C-2, Bridge Nos. 062701, 126301, 126401

Volume 4 of 7: Plans for Bridge Group 51A – Rt 37 C-2, Bridge Nos. 062601, 063001, 063101, 063201, 063301, 063401, 063801

Volume 5 of 7: Plans for Bridge Group 51A – Rt 37 C-2, Bridge Nos. 062801 & 062901

Volume 6 of 7: Plans for Bridge Group 51A – Rt 37 C-2, Bridge No. 063501

Volume 7 of 7: Plans for Bridge Group 51A – Rt 37 C-2, Preservation of Amtrak Bridge Nos. 063601 & 063701

Page 7: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

CS-4

3. UTILITY AND MUNICIPAL NOTIFICATION AND COORDINATION

Existing utilities have been shown on the Plans using the best available information. The Contractor shall check and verify the location of all existing utilities both underground and overhead in accordance with the “Dig Safe Program Law” enacted by the Rhode Island Legislation Bill No. 79S-291, which became effective July 1, 1979. The Contractor should be aware that not all utility companies subscribe to the Dig Safe Program. It is the Contractor’s responsibility to ensure that all utility companies have been notified and all utilities have been marked prior to commencing their work. Any damage to existing utilities shall be replaced or repaired to the satisfaction of the Engineer at no additional cost to the State.

The Contractor shall schedule his construction so as to allow for a coordinated highway/bridge and utility effort. Upon award, the Contractor shall notify the lead utility relative to his anticipated highway/bridge construction start date.

It is required that the Contractor notify each utility company no less than two (2) weeks in advance of any work near the existing utility facilities to remain. National Grid (gas), if involved, requires six (6) weeks advance notice.

The applicable utility/municipality representatives are as follows:

NATIONAL GRID - ELECTRIC

Mr. Thomas CapobiancoLead Project ManagerCity/State Construction, New England Southc/o “The Narragansett Electric Company d/b/a National Grid”280 Melrose StreetProvidence, RI [email protected]

NATIONAL GRID - GAS

Ms. Laeyeng Hunt, PEManager, NE Public WorksNational Grid40 Sylvan Road 3rd Floor, West Wing Waltham, MA 02451-1120 Office - 781-907-2821Cell - [email protected]

COX COMMUNICATIONS

Mr. David VelillaCapital Support & Utility Contractor

Page 8: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

CS-5

CoxCom, LLC9 J.P. Murphy HighwayWest Warwick, RI [email protected] No. 401. 615.1421

VERIZON

Mr. Peter DeCostaVerizon Outside Plant EngineerVerizon Communications, Inc. - RI85 High StreetPawtucket, RI [email protected]

CRANSTON DEPARTMENT OF PUBLIC WORKS

Mr. Kenneth MasonDirector of Public WorksCranston Department of Public Works869 Park AvenueCranston, RI 02920

WARWICK DEPARTMENT OF PUBLIC WORKS

Mr. David Picozzi925 Sandy LaneWarwick, RI [email protected]

RHODE ISLAND STATE ENERGY CENTER, L.P.COGENTRIX ENERGY

Mr. Ryan McMurrayGeneral Manager24 Shun PikeJohnston, RI [email protected]

The following utility involvement is anticipated.

Utility Utility Working TimeNational Grid – Electric Pontiac Ave. – 12 Weeks

Jefferson Blvd. – 8 WeeksPawtuxet River – 4 Weeks

Page 9: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

CS-6

Sockanosset Cross Rd. – 4 Weeks

Verizon Pontiac Ave. – 12 WeeksJefferson Blvd. – 8 WeeksSockanosset Cross Rd. – 4 Weeks

Cox Communications Pontiac Ave. – 6 WeeksJefferson Blvd. – 4 WeeksSockanosset Cross Rd.4 Weeks

National Grid – Gas Pontiac Ave. – 4 Weeks

Work times are based on one week being 5 eight hour days.

APPROVED SUBCONTRACTORS

The following is a list of approved contractors for completing the installation of underground conduits and manholes for National Grid - Electric. All work performed on these facilities must be completed by a subcontractor from this listing:

Contractor Contact Email Office Phone Cell PhoneG. Greene Peter DeSisto [email protected] 617-560-1804 508-958-1450JH Lynch Scott O'Connor [email protected] 401-333-4300 McCourt Matt McCourt [email protected] Sertex Mike Solitro [email protected] 860-317-1006 401-230-2420United Civil Michael Dell Isola [email protected] 978-304-1597 781-854-2666Universal John Alsfeld [email protected] 401-942-3119 Rosciti Henry Rosciti [email protected]

The following is a list of approved contractors for completing the installation of wiring the rectifier for National Grid - Gas. All work performed on this facility must be completed by a subcontractor from this listing:

Contractor Contact Email Office Phone Cell PhoneK-Electric Corey Fontaine [email protected] 401-739-6000 401-265-8293

4. SEQUENCE OF CONSTRUCTION

a. GeneralAll work shall be completed in accordance with the Traffic-Related Work Restrictions indicated in the Transportation Management Plan.The Contractor shall immediately establish temporary erosion and sedimentation controls including temporary sedimentation basins and construction accesses prior to the start of work. These controls shall be installed in phases to suit the sequence of construction where

Page 10: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

CS-7

appropriate.

The Contractor shall coordinate his work to ensure that all utility relocations, if any, may proceed without delay. The Contractor shall comply with requirements and limitations defined in the General Notes. The Contractor shall, immediately upon commencing work at the site, perform all work necessary for the preparation of utility company involvement prior to beginning any other work on the project. Such work will include, but not be limited to, site preparation, tree-trimming, earthwork, removals and relocations or disposals, traffic control, survey, etc., which involve the relocation of overhead wires or underground utilities. All drainage work, including new construction, modifications and cleaning, shall be completed and accepted by the Engineer prior to commencing pavement removal.

Plans have been developed based upon the sequence of construction at each bridge described in the contract drawings. The Contractor may modify this sequence as needed to suit his preferred means and methods.

It is expected that the contractor shall mobilize multiple crews to complete the work within the allotted contract time.

b. Special Requirements

Bridge Nos. 062701, 062801 and 062901 shall be installed using accelerated construction techniques. It is expected that four weekend closure periods will be used to complete this work including two weekends for the Route 37 Eastbound structures and two weekends for the Route 37 Westbound structures. Detour routes shall be established according to the contract plans.

Work may not start on Bridge Nos. 063601 or 063701 prior to June 1, 2020.

5. SPECIAL REQUIREMENTS FOR TRAFFIC PROTECTION

In addition to the requirements of the RI Standard Specifications and the special requirements of other sections of these Contract Documents, the following requirements shall be undertaken by the Contractor:a. The Contractor is advised that the signs and other traffic control devices shown on the

Maintenance and Protection of Traffic Plans are minimum requirements, and it is the Contractor’s responsibility to supplement these as directed by the Engineer if necessary to ensure public safety. All maintenance and protection of traffic devices must be in place and approved by the Engineer before any construction may commence. All maintenance and protection of traffic shall conform to the latest edition and revisions of the Manual on Uniform Traffic Control Devices (MUTCD).

b. The Contractor shall be responsible for maintaining appropriate construction related signing at all times. All temporary construction signs not appropriate for the construction activity taking place shall be removed, covered, or otherwise concealed to the satisfaction of the Engineer. This includes the period between erecting the signs and the start of construction, as well as when a construction phase is completed or suspended.

c. R.I. Std. 26.1.0 cones shall be used when traffic control set-up is utilized only during

Page 11: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

CS-8

working hours and is subsequently removed at the end of the workday. R.I. Std. 26.2.0 shall be used when a traffic control set-up will remain beyond working hours when no workers are present.

d. The Contractor is hereby notified that work zone time and lane restrictions are listed in the Transportation Management Plans. Failure to comply with these requirements will result in the fines listed under Job Specification 937.1000.

6. SPECIAL REQUIREMENTS FOR PAVEMENT MARKINGS

All pavement markings are to be in accordance with the requirements of the “Manual of Uniform Traffic Control Devices,” 2009 Edition including all revisions. All existing striping must be replaced where required.

All temporary pavement markings shall be removed in accordance with the “Manual on Uniform Traffic Control Devices,” 2009 Edition, including all revisions.

All conflicting pavement markings shall be removed in accordance with the “Manual on Uniform Traffic Control Devices, 2009 Edition,” including all revisions.

The Contractor is responsible for providing temporary waterborne pavement markings (white and yellow) on the final bituminous surface course at the end of each day’s work at each location that will be opened to traffic. The Contractor shall place temporary waterborne markings at all lane, shoulder, and yield lines as shown on the plans.

Final epoxy resin pavement markings shall be placed no sooner than two weeks after final paving but no later than four weeks. Epoxy resin pavement markings shall be placed in accordance with Section T20.03.6 of the Standard Specifications.

7. POLICE COMPENSATION

It will be the responsibility of the Resident Engineer to retain the service of the State and local police with cruiser for traffic control and protection for this project. The Contractor will not be required to bid on, or compensate for, the service of the State and local police.

8. SHOP DRAWINGS AND SUBMITTALS

The following list of work for which shop drawings and/or other submittals are required is provided for the convenience of the contractor. This list includes only major items of work; it does not itemize all submittals required by the contract documents. All submittals shall be in accordance with Section 105.02 of the Specifications. The contractor is responsible for timely submission of all shop drawings and other documents required by the contract. No extra payment will be made, nor will any extension be made to the contract completion date for making required submittals.

Page 12: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

CS-9

a. Equipment and Detailed Sequence of Workb. Traffic Signal Equipment, Traffic Signal Structuresc. Temporary Protection Shields for Demolition and Constructiond. Temporary shoring, temporary Jacking for bearing replacemente. Steel repair sequence, methods and equipmentf. Structural Steel, structural steel erectiong. Micropilesh. Concrete; Mix Designs, Placing & Pouring Sequence, Methods and Equipment,

Personnel Resourcesi. Reinforcing Steel, Splicers, Grouted Splice Sleeves, Inserts, and Cathodesj. Modular Retaining Walls

9. CONTRACT SUBMITTALS LIST (CSL)

Critical to the commencement of construction is the requirement to make all of the necessary submittals as required by the contract documents.

The following Illustrative CSL is provided as a basis of format for the Contractor’s CSL. The Illustrative CSL shall not be interpreted by the Contractor as an all-inclusive list of required Submittals. The Contractor’s CSL shall provide the required information on all Submittals. The Contractor should also note The Master Schedule for testing to insure all necessary items are included.

The Contractor shall prepare the CSL, utilizing the column headings and submittal numbering convention provided in the Illustrative CSL, identifying all Submittals (shop drawings, certifications, catalog cuts, material certifications, material samples, etc.) required under the Contract Documents, Plans, and Specifications. The Department’s Project Schedule for Sampling, Testing, and Certification of Materials shall also be referred to as a guide in obtaining all typical material submittal requirements.

Each submittal shall be uniquely identified on the Contractor’s Preliminary Project Schedule and Project Schedule Baseline as set forth in Section 108.03, Prosecution and Progress. At a minimum, each submittal fragmentary network shall include activities for submittal preparation, submittal review period, fabrication/manufacturing, and delivery.

ILLUSTRATIVE CONTRACT SUMITTALS LIST (CSL)

SUBMITTAL#

SPECIFICATION/ REFERENCE DESCRIPTION SUBMITTAL

DATE COMMENTS DISPOSITION/ REVIEW PERIOD

RCPFA-? SP, RCPFA, CDSRM, Note 4

Certification regarding debarment, suspension and other responsibility matter for primary covered transactions must be submitted

Annually every Jan. 1

Certification form provided in Contract Document

E / 30c

Page 13: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

CS-10

601-? SS, 601.03.1b Concrete Mix Design and Trial Batch Reports

60c prior to concrete production

Provided on Department form. Notify Engineer 48 hours in advance of trial runs for witness of test procedures. Time also allowed for 28 day compressive strength testing.

E / 28c

937-? SS, 937.03.2 Home and Cell telephone numbers of at least three (3) personnel who will be available on a 24-hour basis for the duration of the Contract.

At the Preconstruction Conference

E

List of Abbreviationsc Calendar DaysCDSRM Certification Regarding Debarment, Suspension & Other Responsibility

Matters – Primary Covered TransactionsE EngineerGPC General Provisions / ConstructionRCPFA Required Contract Provisions Federal-Aid Construction Contracts SP Special ProvisionsSPC Special Provisions / ConstructionSS RIDOT Standard Specifications for Road and Bridge Construction, 2004

Edition

Page 14: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

CS-11

10. COVERING EXISTING SIGNS

The Contractor shall not be allowed to cover existing directional, regulatory, warning or guide signs by bolting plywood to the sign face or by any other means that would damage the existing sign face or structure. Instead, existing signs shall be covered with an opaque tarp cover with grommets for the purpose of receiving a cord or rope in order to secure the tarp cover to the existing sign face. Tarp cover dimensions shall be at least equal to the existing sign dimensions. This tarp cover is solely for the purpose of covering the existing sign; at no time shall sign messages appear on the face of tarp covers, nor shall covers be secured by taping or stapling to the existing sign face. The Contractor shall be responsible to maintain the tarp cover in good repair. This will include making periodic inspections of the tarp, grommets, rope or cord and making repairs or replacements as required. The cost of covering existing signs as described above shall be included in the Contract price for Code 937.0200 “Maintenance and Movement of Traffic Protection Devices,” as listed in the Proposal.

11. TRAFFIC FINES IN WORK ZONES

The Traffic Fines in Work Zone Regulatory Signs detailed on State Standard 27.1.1 shall be located as shown on the detail whenever construction activities are in process and construction personnel are present. Signs shall be located at each work zone. When construction activities and personnel are not present, the signs shall either be removed from the site or covered.

12. INCIDENT MANAGEMENT

In the event of an accident, or other unforeseen incident, the Contractor shall positively cooperate with local authorities by providing traffic control devices, personnel, equipment, and materials as required, both on and off site. The Contractor shall assist in whatever way possible to clear debris from the roadway and maintain traffic flow. Payment for this work shall be on a force account basis. If the personnel are not available on site, they shall be “on call” and able to respond to the site within one hour of notification to the Contractor’s appointed representative by phone or in person to the Department of Transportation.

13. RESTRICTION RELATED TO EQUIPMENT UNDER TREES

There shall be no parking or storage of construction equipment under the drip line of any trees.

14. CONTRACTOR’S RESPONSIBILITY FOR DAMAGED STORM DRAINS

The Contractor shall use care when working within or in the vicinity of existing drainage structures. Any drainage pipe or culverts damaged while carrying out any work on this Contract shall be the Contractor’s responsibility. Any pipe/culvert damaged by the Contractor while carrying out this Contract shall be replaced or repaired by the Contractor to the satisfaction of the Engineer at no additional charge to the State. Any pipe, culvert, or other

Page 15: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

CS-12

existing drainage structure which is replaced or repaired due to contractor damage must be done as an in-kind replacement (materials as well as size/length must be the same as existing) and all final invert elevations must match existing elevations.

The Contractor shall make every effort to avoid debris from falling into catch basins. Should any debris fall inside a structure, it shall be removed immediately.

15. CONTRACTOR’S RESPONSIBILITY FOR DAMAGED UTILITY FACILITIES

The Contractor shall use care when working within or in the vicinity of existing utilities. Any utility pipe, equipment, conduit, wire, cable or appurtenances damaged while carrying out any other work on this contract shall be the Contractor’s responsibility. Any utility pipe, equipment, conduit, wire, cable or related appurtenance damaged by the Contractor while carrying out this Contract shall be replaced or repaired by the Contractor to the satisfaction of the Engineer at no additional charge to the Contract.

16. CONTRACTOR’S RESPONSIBILITY FOR MAINTAINING ROADWAYS

The Contractor shall be responsible for maintaining all roadways free from debris resulting from vehicles entering and exiting the construction site. The Contractor shall clean and sweep the roadways, at intervals as required, and/or as determined by the Engineer to maintain the roadway in an acceptable condition. The cost associated with complying with this provision shall be considered incidental to the Contract.

17. MAINTENANCE OF PUBLIC ACCESS

The Contractor, at his own expense, shall keep all streets, highways, roads, sidewalks, and private walks and driveways open for pedestrian and vehicular traffic at all times unless otherwise authorized by the Engineer in writing.

18. INSPECTION ACCESS

The Contractor shall provide the Engineer and/or his representative(s) full access to all the work sites, as may be required, for the purpose of inspection and/or construction monitoring. This shall include the means to access the sites, as well as all necessary safety equipment such as safety harnesses and life vests. No separate payment shall be made for these services. The cost of these items of work shall be included under the item of work for which they are required.

Page 16: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

CS-13

19. COORDINATION WITH OTHER PROJECTS

The Contractor shall be aware of other construction projects ongoing or commencing during the construction period of this contract. It shall be the Contractor’s responsibility to coordinate his contractual work with other contracts that may be adjacent to this project. The Engineer, at all times, shall be made aware of any delays due to such work conflict. The Contractor may be required to attend periodic coordination meetings with representatives of the Towns and State to discuss and resolve potential conflicts.

20. REPORTING OF QUALITY/PROCESS CONTROL TESTING AND SAMPLING RESULTS

The Contractor is required to record and report the results of all completed Quality/Process Control sampling and testing. Copies of the Quality/Process Control sampling and testing results shall be provided to the Engineer within 24 hours or as directed by the Engineer. All testing shall be performed at an AASHTO Accredited laboratory.

21. ACCEPTANCE SAMPLING AND TESTING

All acceptances will be based on sampling, testing and inspection performed by the State, and the Contractor’s testing results will not be included in the acceptance decision.

22. SUBCONTRACTING

For work performed by a subcontractor, the subcontractor shall be subject to the reporting requirements as set forth for the prime contractor under the provisions of Section 12 of the RI DOA Procurement Regulations. The Contractor shall accept as full payment therefore, an amount equal to the actual cost to the Contractor of such work performed by the subcontractor as determined by the Engineer, plus 10 percent of said cost.

23. LUMP SUM BID ITEMS

The Contractor shall note that some bridge items on this project are paid for on a lump sum basis or are included for payment under other lump sum item(s). In general these include but are not limited to:

Horizontal Bridge Slide – Br. 062801 Horizontal Bridge Slide – Br. 062901 Bridge Transport with SPMT – Br. 062701 (Westbound) Bridge Transport with SPMT – Br. 062701 (Eastbound) Pawtuxet River South Bridge No. 062801 Superstructure Pawtuxet River South Bridge No. 062901 Superstructure Pawtuxet River South Bridge No. 062801 Substructure Pawtuxet River South Bridge No. 062901 Substructure

Page 17: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

CS-14

Jefferson Blvd. Bridge No. 063501 Superstructure Jefferson Blvd. Bridge No. 063501 Substructure Pontiac Avenue Bridge No. 062701 Repairs to Route 37 Bridge No. 062601 Repairs to Route 37 Bridge No. 063001 Repairs to Route 37 Bridge No. 063101 Repairs to Route 37 Bridge No. 063201 Repairs to Route 37 Bridge No. 063301 Repairs to Route 37 Bridge No. 063401 Repairs to Route 37 Bridge No. 063601 Repairs to Route 37 Bridge No. 063701 Repairs to Route 37 Bridge No. 063801 Repairs to Route 37 Bridge No. 063701 Construction Site Access – Bridge No. 062801 and Bridge No. 062901 Construction Site Access – Bridge No. 063601 and Bridge No. 063701

As provided for in Special Provisions Code 109.07 “Partial Payment of Lump Sum Items”, within ten (10) calendar days after the date of the Notice of Award, the Contractor shall submit to the Engineer for approval the breakdown of each lump sum bid item.

24. UNIT BID ITEM AND LUMP SUM BID ITEM PAYMENTS

For requirements and work described in the Contract Documents but not expressly identified to be measured separately for payment, the costs thereof shall be included in the contract bid prices of the items of work to which they pertain as listed in the Proposal.

25. ENVIRONMENTAL PERMITS

Environmental permits/assents issued for this project are included in the appendices to these Contract Specific General Provisions. It will be the Engineer’s responsibility to post the environmental permits in a noticeable location within the project area. It shall be the Contractor’s responsibility to adhere to all restriction and to furnish all information required to be submitted to the permitting agencies as stated or implied by the permits and orders attached hereto and included as part of the contract documents. There will be no special payment for work done to comply with these permits and orders.

26. TRANSPORTATION MANAGEMENT PLAN

The Transportation Management Plan (TMP) for this project is included as an appendix to these Contract Specific General Provisions. The TMP lays out the set of coordinated transportation management strategies that will be used to manage the work zone safety and mobility impacts of this project. In the event of a discrepancy between information in the TMP and information elsewhere in the Contract Documents, the former shall govern.

The Contractor’s attention is called to the Standard Specifications for Road & Bridge

Page 18: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

CS-15

Construction, Amended August 2013, SECTION 103.02 – POST-QUALIFICATION REQUIREMENTS AND AWARD OF CONTRACT, which describes the requirements for the Contractor’s designation of a TMP Implementation Manager for the Contract.

The Contractor’s attention is called to the Standard Specifications for Road & Bridge Construction, Amended August 2013, SECTION – 105.21 WORK ZONE TRAINING, which describes the requirements for the training of all Contractor and Subcontractor personnel involved in work zone design, implementation, operation, inspection, management, and/or enforcement.

The Department’s latest Training Guidelines for Personnel Responsible for Work Zone Safety& Mobility is available under the “Work Zone Safety & Mobility” section at:

http://www.dot.ri.gov/business/contractorsandconsultants.php

27. Coordination with Commissions on Historical Cemeteries

The Contractor shall be aware that there are two historical cemeteries located within the limits of the project: Lincoln Park Cemetery (Warwick Historical Cemetery No. 11) located in proximity to Bridge 063801 and Cranston Historical Cemetery No. 61 in proximity to Bridge 062601 and Pontiac Avenue. All project work within 25 feet of the existing cemeteries is limited to within the existing roadway or ROW. In the event that any additional human remains are identified during construction, the following commissions should be notified:

Rhode Island Advisory Commission on Historical Cemeteries and Warwick Commission on Historical CemeteriesMs. Margaret Malcolm, Chair137 Irving RoadWarwick, RI [email protected]

Cranston Historical Cemeteries CommissionMr. Gregg Mierka, Chairman1351 Cranston StreetCranston, RI [email protected]

Page 19: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

APPENDIX A

Transportation Management Plan

Page 20: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

APPENDIX B

LARGE-SITE Stormwater Pollution Prevention Plan

Page 21: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

APPENDIX C

R.I. Department of Environmental Management Insignificant Alteration Permit

Page 22: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

APPENDIX D

Geotechnical Data Reports

Page 23: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

APPENDIX E

Limited Hazardous Building Material Survey Reports

Page 24: REQUIRED CONTRACT PROVISIONS - Aetna Bridge

APPENDIX F

Pavement Cores