s e c t i o n 9 0 5 -- p r o p o s a l...

29
S E C T I O N 9 0 5 -- P R O P O S A L (CONTINUED) I (We) hereby certify by digital signature and electronic submission via Bid Express of the Section 905 proposal below, that all certifications, disclosures and affidavits incorporated herein are deemed to be duly executed in the aggregate, fully enforceable and binding upon delivery of the bid proposal. I (We) further acknowledge that this certification shall not extend to the bid bond or alternate security which must be separately executed for the benefit of the Commission. This signature does not cure deficiencies in any required certifications, disclosures and/or affidavits. I (We) also acknowledge the right of the Commission to require full and final execution on any certification, disclosure or affidavit contained in the proposal at the Commission’s election upon award. Failure to so execute at the Commission’s request within the time allowed in the Standard Specifications for execution of all contract documents will result in forfeiture of the bid bond or alternate security. Bidder acknowledges receipt of and has added to and made a part of the proposal and contract documents the following addendum (addenda): ADDENDUM NO. 1 DATED 5/3/2017 ADDENDUM NO. DATED ADDENDUM NO DATED ADDENDUM NO. DATED Number Description TOTAL ADDENDA: 1 (Must agree with total addenda issued prior to opening of bids) Respectfully Submitted, DATE Contractor BY Signature TITLE ADDRESS CITY, STATE, ZIP PHONE FAX E-MAIL 1 Revised NTB 6391, 6392, 6393, & 6394; Amendment EBS Download Required. (To be filled in if a corporation) Our corporation is chartered under the Laws of the State of and the names, titles and business addresses of the executives are as follows: President Address Secretary Address Treasurer Address The following is my (our) itemized proposal. STP-0020-01(222) / 107138307000 & BR-0055-02(247)/ 107402301000 Rankin & Hinds County(ies) Revised 01/26/2016

Upload: others

Post on 03-Mar-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

S E C T I O N 9 0 5 -- P R O P O S A L (CONTINUED)

I (We) hereby certify by digital signature and electronic submission via Bid Express of the Section 905 proposal below, that all certifications, disclosures and affidavits incorporated herein are deemed to be duly executed in the aggregate, fully enforceable and binding upon delivery of the bid proposal. I (We) further acknowledge that this certification shall not extend to the bid bond or alternate security which must be separately executed for the benefit of the Commission. This signature does not cure deficiencies in any required certifications, disclosures and/or affidavits. I (We) also acknowledge the right of the Commission to require full and final execution on any certification, disclosure or affidavit contained in the proposal at the Commission’s election upon award. Failure to so execute at the Commission’s request within the time allowed in the Standard Specifications for execution of all contract documents will result in forfeiture of the bid bond or alternate security. Bidder acknowledges receipt of and has added to and made a part of the proposal and contract documents the following addendum (addenda):

ADDENDUM NO. 1 DATED 5/3/2017 ADDENDUM NO. DATED ADDENDUM NO DATED ADDENDUM NO. DATED

Number Description TOTAL ADDENDA: 1

(Must agree with total addenda issued prior to opening of bids) Respectfully Submitted,

DATE

Contractor

BY Signature

TITLE

ADDRESS

CITY, STATE, ZIP

PHONE

FAX

E-MAIL

1 Revised NTB 6391, 6392, 6393, & 6394; Amendment EBS Download Required.

(To be filled in if a corporation)

Our corporation is chartered under the Laws of the State of and the names, titles and business addresses of the executives are as follows: President Address

Secretary Address

Treasurer Address

The following is my (our) itemized proposal.

STP-0020-01(222) / 107138307000 & BR-0055-02(247)/ 107402301000

Rankin & Hinds County(ies) Revised 01/26/2016

MISSISSIPPI DEPARTMENT OF TRANSPORTATION SECTION 904 - NOTICE TO BIDDERS NO. 6391 CODE: (SP) DATE: 05/02/2017 SUBJECT: Contract Time PROJECT: STP-0020-01(222) / 107138307 & BR-0055-02(247) / 107402/301 - Hinds

and Rankin Counties The calendar date for completion of work to be performed by the Contractor for this project shall be June 20, 2018 which date or extended date as provided in Subsection 907-108.06 shall be the end of contract time. It is anticipated that the Notice of Award will be issued no later than June 13, 2017 and the effective date of the Notice to Proceed / Beginning of Contract Time will be July 13, 2017. Should the Contractor request a Notice to Proceed earlier than July 13, 2017 and it is agreeable with the Department for an early Notice to Proceed, the requested date will become the new Notice to Proceed date. The Contractor will be allowed to work 7 days a week.

MISSISSIPPI DEPARTMENT OF TRANSPORTATION SECTION 904 -NOTICE TO BIDDERS NO. 6392 CODE: (SP) DATE: 03/03/2016 SUBJECT: Scope of Work PROJECT: STP-0020-01(222) / 107138307 & BR-0055-02(247) / 107402/301 - Hinds

and Rankin Counties The contract documents do not include an official set of construction plans but may, by reference, include some Standard Drawings when so specified in a Notice to Bidders entitled, "Standard Drawings". All other references to plans in the contract documents and Standard Specifications for Road and Bridge Construction are to be disregarded. Minor changes in detail of design or construction procedure may be authorized by the Director of Structures, State Bridge Engineer provided such changes will not be cause for contract price adjustment. Work for which no pay item is provided will not be paid for directly and shall therefore be considered an absorbed item of work. It shall be the responsibility of the Contractor to protect existing structures from damage which might occur during construction. The Contractor shall replace or repair, as directed by the Engineer, any structures damaged during the life of the contract. No payment will be made for replacement or repair of damaged items. All details are based on the dimensions shown on the original plans for the existing structure. The Contractor shall be responsible for adjusting the elements of the new construction to ensure a proper fit with the existing structure. The Contractor shall verify all dimensions of the existing structure prior to beginning work. During construction, care shall be exercised to ensure that no debris falls into the hydraulic crossing below the structure. All debris, including any material that has accumulated on the bridge caps, shall become the property of the Contractor and shall be removed from the construction site. Work on the project shall consist of the following: STP-0020-01(222) / 107138307 Bridge Painting: This work shall consist of removing all of the existing paint, cleaning the exposed structural steel, and painting all of the existing structural steel on the following bridges:

- 2 - Notice To Bidders No. 6392 -- Cont’d.

Interstate 20 westbound over the Pearl River at the Hinds/Rankin county line Bridge# 46.4A Bridge ID # 11385 Approximate Area- 44,000 square feet Interstate 20 eastbound over the Pearl River at the Hinds/Rankin county line Bridge# 46.4B Bridge ID # 11386 Approximate Area- 64,900 square feet Note: All of the structural steel girders and bridge components on this bridge shall be abrasive blasted, as referenced in 907-845.03.7.6, and repainted.

The above square footage is for information purposes only and is approximate and will not be measured for payment. Actual square footage may be more or less than given above but shall not be a basis for additional compensation. Payment shall be made by lump sum regardless of over-run or under-run of the above approximate square footage under Pay Item No. 907-845-A, Coating Existing Structural Steel. A containment system shall be required for this project. The Contractor shall design, install and maintain a containment system in accordance with Special Provision 907-845 to assure that the traveling public, including waterway traffic, will not be exposed to construction debris and materials during the cleaning and painting process. The Contractor will be required to properly dispose of all debris at an approved landfill. Incidental work such as project clean up, debris disposal, and other incidental work necessary to complete the project will not be measured for separate payment and will be considered absorbed items. General Epoxy Repair & Drop Slab Repair: Repair concrete spalled areas on the bridge as directed by the Project Engineer using epoxy mortar. Repair areas shall include, but are not limited to, the concrete drop slabs on the underside of the bridge deck. Spalled areas where pack rust has developed around or on reinforcement shall be removed by small hand tools or pressure washing using 3500 psi pressure. All areas of the bridge repaired with epoxy mortar shall be restored to the original dimensions and details on the information plans.

1. Epoxy Resin: Resin shall be selected from the MDOT Approved Products List. 2. Silica Sand: The materials shall be bagged general purpose cleaning sand. 3. Epoxy Mortar Mix: The epoxy mortar mix shall consist of part liquid epoxy and part clean

dry sand mixed in the ratio recommended by the manufacturer. 4. General:

- 3 - Notice To Bidders No. 6392 -- Cont’d.

a. A Representative of the epoxy manufacturer must be present for sufficient time to ensure that the Contractor is properly schooled in the use of the epoxy material.

b. Prior to placement of the mortar mix, the prepared surface shall be lightly primed with neat epoxy.

c. Acetone alcohol may be used to clean and lubricate trowels. d. Curing time shall be in accordance with the manufacturer's recommendations.

5. All items of work related to epoxy repair shall be paid for under pay item 907-824-PP: Bridge Repair, Epoxy Repair.

Joint Repair & Sealing: The joint repair shall include removal of all existing joint material, joint preparation, saw cutting, installation of the preformed joint seal and other necessary work per the included standard drawings or as directed by the Engineer. Removal of all material associated with armor, sliding plate, or neoprene expansion joints shall be paid under Pay Item No. 202-B, Removal of Existing Joint Material. Removal of material from all other joint types will not be paid directly and shall be considered an absorbed item of work. After the existing joint material has been removed, the joints shall then be saw cut as per the Joint Repair Standard Drawings. Saw cuts will be paid for under either Pay Item Nos. 907-823-B, Saw Cut, Type 1 or 907-823-B, Saw Cut Type II. No saw cuts are to be made to any joints that are currently 2½" wide or greater. The joints are then to be repaired, if necessary, with epoxy mortar or an approved equivalent. This work will be paid for under Pay Item No. 808-A, Joint Preparation. The joint shall then be sealed by one of the three approved manufacturers listed in Special Provision 907-823 and installed according to the manufacturer's specifications. Cap Cleaning: The surface of all caps shall be cleaned to the satisfaction of the Engineer and paid for under Pay Item No. 907-824-PP Bridge Repair, Pressure Wash and Clean Bent. Replace Bearing Plates: All base plates and existing anchor bolts at Intermediate Bents No. 20L & 21L of Bridge 46.4A and Intermediate Bents No. 20R & 21R of Bridge 46.4B shall be removed and replaced. Proposed base plates shall be fabricated as shown below in the Proposed Base Plate Details. Existing anchor bolts shall be ground to 1/4” below the concrete surface and grouted with epoxy mortar. Payment for this work shall be made under Pay Item No. 907-824-PP Bridge Repair, Base Plate Replacement. The Contractor shall verify all dimensions of the existing structure prior to beginning work. The Contractor shall be responsible for adjusting the elements of the new construction to ensure a proper fit with the existing structure.

- 4 - Notice To Bidders No. 6392 -- Cont’d.

All structural steel shall conform to ASTM A709 grade 50. Swedged anchor bolts shall meet or exceed designation ASTM A325. All steel shall be new. Nuts and washers shall conform to ASTM A563, Grade DH and ASTM F436, galvanized. Nuts shall be tapped oversize the minimum amount required for proper assembly. Nuts shall be heavy hex and tapped for a ¼” set screw or jam nut can be installed. All swedged anchor bolts shall be galvanized in accordance with ASTM A153. Swedge bolt anchoring system shall be one of the following products:

A. “HIT RE 500-SD Epoxy Adhesive Anchor” shall be as manufactured by Hilti, Inc., 10660 E. 31st Street, Tulsa, OK 74121, telephone no. (800) 879-8000.

B. “Ultabond 1300” shall be as manufactured by Adhesive Technology Corp., 450 East Copans Road, Pompano Beach, FL 33064, telephone no. (800) 892-1880.

C. “EPCON C6+” shall be as manufactured by ITW Ramset/Red head, 700 High Grove Blvd. Glendale Heights, IL 60139, telephone no. (630) 825-7900.

Installation of the anchoring system shall be performed in strict accordance with the manufacture’s recommendations. A representative of the manufacturer shall be present for sufficient time to assure that the Contractor is properly schooled in the installation of anchoring system. The Contractor shall provide adequate bracing and jacking arrangements as required to replace the existing base plates and anchor bolts at Intermediate Bents No. 20L & 21L of Bridge 46.4A and Intermediate Bents No. 20R & 21R of Bridge 46.4B. The beam end shall only be raised to ¼” from its original position. Traffic shall be maintained on the bridge during the duration of the repair. The Contractor shall employ the service of a Mississippi Registered Professional Engineer who is knowledgeable in the field of Bridge Design. A complete set of bracing and jacking arrangement plans along with design calculations shall be submitted to the Director of Structures, State Bridge Engineer through the Project Engineer for review prior to construction and shall bear the Design Engineer’s seal. Jacks shall be coupled to a common manifold. Jacking point shall be under the bottom flange of the steel beam at the bent and no jacking points will be allowed under any diaphragm or bay. After the beam is raised into position, temporary blocking shall be provided to secure the beam in this position while work is being performed. Temporary blocking points shall be under the bottom flange of the steel beam at the bent and no temporary blocking will be allowed under any diaphragm or bay. Any damage to the bridge resulting from uneven or improper jacking shall be repaired by the Contractor at no additional cost to the State.

- 5 - Notice To Bidders No. 6392 -- Cont’d.

Traffic Control Plan The Contractor shall erect and maintain construction signing and provide all signs and traffic handling devices necessary to safely maintain traffic around or through the work areas in accordance with the Traffic Control Plan. Payment shall be included in the price bid for Pay Item No. 907-618-A, Maintenance of Traffic. Special signing is required for the waterway and is addressed in the Notice to Bidders entitled "Special Sign Requirement". BR-0055-02(247) / 107402/301000 Joint Repair & Sealing: All open joints in bridge shall be resealed. The joint repair shall include removal of all existing joint material, joint preparation, saw cutting, installation of the preformed joint seal and other necessary work per the included standard drawings or as directed by the Engineer. All concrete

- 6 - Notice To Bidders No. 6392 -- Cont’d.

approach slab joints shall be sealed. If the bridge has an asphalt approach, the joint between the asphalt and concrete shall not be disturbed. Removal of material from joints will not be paid directly and shall be considered an absorbed item of work. After the existing joint material has been removed, the joints shall then be saw cut as per the Joint Repair Standard Drawings. Saw cuts will be paid for under Pay Item No. 907-823-B, Saw Cut, Type 1. The joints are then to be repaired, if necessary, with epoxy mortar or an approved equivalent. This work will be paid for under Pay Item No. 808-A, Joint Preparation. Joints shall then be sealed by one of the three approved Manufacturers listed in Special Provision 907-823 and installed according to the manufacturer's specifications. For joint No. 7, 8, 9, and 11 the existing epoxy grout, installed in previous repair project, shall be removed. The Contractor shall submit a demolition plan for this item of work to the Director of Structures, State Bridge Engineer through the Project Engineer to be approved prior to construction. After the existing joint material has been removed, a portion of the bridge deck shall then be removed. This work will be paid for under Pay Item No. 202-B, Removal of Bridge Deck. Refer to the Joint Detail sheet included for further details. The concrete to be put back shall be High Early Strength concrete and will be paid for under Pay Item 907-804-A, Bridge Concrete, Class AA. For additional details on Joint repair for joint No. 7, 8, 9, and 11 see the Joint Repair Drawings included. After deck slab has been poured back to correct dimension, saw cuts shall be made for joint material seats. Saw cuts will be paid for under Pay Item No. 907-823-B, Saw Cut, Type I. The joints shall then be sealed by one of the three approved manufacturers listed in Special Provision 907-823 and installed according to the Manufacturer's specifications. Epoxy Repair: Repair concrete spalled or unsound areas on the bridge as directed by the Project Engineer using epoxy mortar. Repair areas shall include, but are not limited to, the concrete drop slabs on the underside of the bridge deck. Spalled areas where pack rust has developed around or on reinforcement shall be removed by small hand tools or pressure washing using 3500 psi pressure. All areas of the bridge repaired with epoxy mortar shall be restored to the original dimensions and details on the information plans.

1. Epoxy Resin: Resin shall be selected from the MDOT Approved Products List. 2. Silica Sand: The materials shall be bagged general purpose cleaning sand. 3. Epoxy Mortar Mix: The epoxy mortar mix shall consist of part liquid epoxy and part clean

dry sand mixed in the ratio recommended by the manufacturer. 4. General:

a. A Representative of the epoxy manufacturer must be present for sufficient time to ensure that the Contractor is properly schooled in the use of the epoxy material.

b. Prior to placement of the mortar mix, the prepared surface shall be lightly primed with neat epoxy.

c. Acetone alcohol may be used to clean and lubricate trowels. d. Curing time shall be in accordance with the manufacturer's recommendations.

5. All items of work related to epoxy repair shall be paid for under pay item 907-824-PP:

- 7 - Notice To Bidders No. 6392 -- Cont’d.

Bridge Repair, Epoxy Repair. Repair the damaged bearing areas of the box girders at the end bents with epoxy mortar subsequent to the removal of the existing neoprene bearings. The Contractor shall repair box girder ends to the original bridge plan dimensions. Repair spalls in box girders and bent caps with epoxy mortar or equivalent as directed by the Project Engineer. Repair bridge railing end at Bent No. 18 with epoxy mortar or an equivalent product. Repair headwall at Bent No. 18 using epoxy mortar or equivalent product. This item of work will be paid for under Pay Item No. 907-824-PP, Bridge Repair, Epoxy Repair. Cap Cleaning: Cleaning the two end bent caps shall be performed by removing all large debris by hand. All other debris (dirt & rust) shall be removed by pressure washing the bent caps to the satisfaction of the Project Engineer. The pressure washer shall be able to maintain 3,500 psi of pressure. The surface of all caps shall be cleaned to the satisfaction of the Engineer and paid for under Pay Item No. 907-824-PP: Bridge Repair, Pressure Wash and Clean Bent. Bearing Replacements: Bearings at the end bents should be removed and replaced according to Neoprene Pad Bearing Details. Existing anchor bolts shall be ground to ¼” below the concrete surface and grouted with epoxy mortar. All debris removed from the existing structure shall become property of the Contractor and shall be disposed of properly. The Contractor shall verify all dimensions of the existing structure prior to beginning work. The Contractor shall be responsible for adjusting the elements of the new construction to ensure a proper fit with the existing structure. The Contractor shall provide adequate bracing and jacking arrangements as required to replace the existing bearings. The box girder shall only be raised to ¼” from its original position. Traffic shall be maintained on the bridge during the duration of the repair. The Contractor shall employ the service of a Mississippi Registered Professional Engineer who is knowledgeable in the field of Bridge Design. A complete set of bracing and jacking arrangement plans along with design calculations shall be submitted to the Director of Structures, State Bridge Engineer through the Project Engineer for review prior to construction and shall bear the design engineer’s seal. Jacks shall be coupled to a common manifold and the box girder shall be raised uniformly. Jacking points shall be under the web of the box girder span at each bent and no jacking points will be allowed under any diaphragm or bay. After the box girder span is raised into position, temporary blocking shall be provided to secure the box girder span in this position while the neoprene pads are being installed. Temporary blocking points shall be under the webs of the box

- 8 - Notice To Bidders No. 6392 -- Cont’d.

girder span at each bent and no temporary blocking will be allowed under any diaphragm or the bays. Any damage to the bridge resulting from uneven or improper jacking shall be repaired by the Contractor at no additional cost to the State. Payment for this work shall be made under Pay Item No. 907-824-PP: Bridge Repair, Bearing Replacement. Traffic Control Plan The Contractor shall erect and maintain construction signing and provide all signs and traffic handling devices necessary to safely maintain traffic around or through the work areas in accordance with the Traffic Control Plan. Payment shall be included in the price bid for Pay Item No.907-618-A001, Maintenance of Traffic.

- 9 - Notice To Bidders No. 6392 -- Cont'd.

- 10 - Notice To Bidders No. 6392 -- Cont'd.

- 11 - Notice To Bidders No. 6392 -- Cont'd.

- 12 - Notice To Bidders No. 6392 -- Cont'd.

- 13 - Notice To Bidders No. 6392 -- Cont'd.

- 14 - Notice To Bidders No. 6392 -- Cont'd.

- 15 - Notice To Bidders No. 6392 -- Cont'd.

- 16 - Notice To Bidders No. 6392 -- Cont'd.

- 17 - Notice To Bidders No. 6392 -- Cont'd.

- 18 - Notice To Bidders No. 6392 -- Cont'd.

- 19 - Notice To Bidders No. 6392 -- Cont'd.

- 20 - Notice To Bidders No. 6392 -- Cont'd.

- 21 - Notice To Bidders No. 6392 -- Cont'd.

- 22 - Notice To Bidders No. 6392 -- Cont'd.

- 23 - Notice To Bidders No. 6392 -- Cont'd.

- 24 - Notice To Bidders No. 6392 -- Cont'd.

- 25 - Notice To Bidders No. 6392 -- Cont'd.

MISSISSIPPI DEPARTMENT OF TRANSPORTATION SECTION 904 - NOTICE TO BIDDERS NO. 6393 CODE: (SP) DATE: 05/03/2017 SUBJECT: Site Access PROJECT: STP-0020-01(222) / 107138307 & BR-0055-02(247) / 107402/301 - Hinds

and Rankin Counties Bidders are hereby advised that access to the site shall be the responsibility of the Contractor. Should the Contractor require access through a neighboring land owner any required permissions/permits shall be the responsibility of the Contractor. Any costs associated with site access shall be absorbed in other items bid.

MISSISSIPPI DEPARTMENT OF TRANSPORTATION SECTION 904 - NOTICE TO BIDDERS NO. 6394 CODE: (SP) DATE: 05/02/2017 SUBJECT: Lane Closure Restrictions PROJECT: STP-0020-01(222) / 107138307 & BR-0055-02(247) / 107402/301 - Hinds

and Rankin Counties Bidders are hereby advised that lane closure restrictions on the above captioned project shall be as follows:

Monday through Friday: -- Lane closures will NOT be allowed between the hours of 6:00 AM to 8:00 PM.

Saturday: -- Lane closures will NOT be allowed between the hours of 9:00 AM to 8:00

PM. Sunday: -- Lane closures will NOT be allowed between the hours of 12:00 PM to 7:00

PM.

No exceptions to the above restrictions will be allowed unless specifically approved by the Project Engineer. Also, no lane closures will be permitted on the following holidays or the day preceding them: New Year’s Day, Memorial Day, Easter, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day. In the event that one the above mentioned holidays falls during the weekend or on a Monday, no lane closures will be allowed during that weekend or the Friday immediately preceding that holiday. In addition, no lane closures will be allowed the Friday, Saturday, and Sunday following Thanksgiving. If the lane closure restriction listed above is violated, no excuses will be accepted by the Department and the Contractor will be charged a fee of $2500.00 for each full or partial five minute period until the roadway is back in compliance with the lane closure restriction requirement. For the purposes of this contract, official time shall be the announced time available at the Jackson area telephone number (601) 355-9311.