You are on page 1of 282

PROJECT MANUAL

REHABILITATION OF BRIDGE 1721


PR-22 Km 17.4, Toa Baja, PR

Issued for Bids


September 18, 2023
Table of Contents
PROJECT DESCRIPTION
REQUEST FOR PROPOSAL (RFP)
Exhibit A: List of Drawings, Specifications & Exclusions and Agreements
A.1 List of Drawings
A.2 List of Supplemental Specifications
A.3 List of Special Provisions
Exhibit B: Proposal Form
Exhibit No. 1. List of Subcontractors
Exhibit No. 2. Statement of Bidder
Exhibit No. 3. Financial Statement
Exhibit No. 4. Resume of Full Time Project Engineer
Exhibit No. 5. Resume of Full Time Superintendent
Exhibit No. 6. Resume of Safety Officer
Exhibit No. 7. Preliminary Construction Schedule
Exhibit No. 8. Preliminary Monthly Cash Flow
Exhibit No. 9. Eligibility Affidavit
Exhibit No. 10. Non-Collusive Affidavit
Exhibit No. 11. Site Visit Affidavit
Exhibit No. 12. Sworn Statement
Exhibit No. 13. Sworn Statement (Anti – Corruption)
Exhibit C: Compliance with Laws and Additional Documents Required
Exhibit D: Service Contract Sample
Exhibit E: Instructions to Proposers
Exhibit F: Contractors Compliance Requirements
Exhibit G: Insurance And Bonds Requirements
A.1 Certificate Of Insurance
A.2 AIA A312 – Certificate of Insurance
A.3 Performance Bond
A.4 AIA A312 – Performance Bond
Exhibit H: Substantial And Final Completions Forms
Exhibit I: Release Of Retainage And Final Payment Requirements
Exhibit J: Application/Certificate For Payment Form
Exhibit K: Department Of Treasury Letter
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

PROJECT DESCRIPTION

Bridge 1721 is a one-span bridge located in PR-22 at Km. 17.4. The bridge was constructed in
1981 and it includes 6 main lines lanes, 3 in the westbound direction and 3 in the eastbound
direction, the bridge also includes 2 lanes used for the Dynamic Toll Lanes in between the
mainline directions that is used in both directions to manage heavy traffic.

The work in this Project consists in the rehabilitation of the bridge deck, in the eastbound
lanes, in accordance with the construction drawings included in the Project Manual. Several
types of repairs are considered including full-depth deck replacement, crack sealing, full-depth
approach replacement and repairs, and other needed work included in the construction plans.
Works will also include the installation of the required Maintenance of Traffic or MOT and
Pavement Marking in stages as indicated and shown in the construction plans.

Additionally, Metropistas will include, through pay items 33 and 34, included in the proposal
form, an allowance that will be used for the analysis, design and implementation of concrete
beams repairs needed in three concrete beams that have been impacted and are in need of
said repairs.

Work shall be substantially completed with a period of one hundred and fifty (150)
consecutive Calendar Days.

Issued for Bids


September 18, 2023
REQUEST FOR PROPOSAL (RFP)
1.0 DISCLAIMER
The information contained in this Request for Proposal (the "RFP") or subsequently provided
to Proposers (and all information and documents provided herein, collectively referred as
“Proposal Documents”), whether verbally or in documentary or any other form by or on behalf
of METROPISTAS or any of their employees or advisors, is provided to Proposers on the terms
and conditions set out in this RFP and such other terms and conditions subject to which such
information is provided.

The Proposal Documents is not an agreement and is neither an offer nor invitation by
METROPISTAS to the prospective Proposers or any other person. The purpose of the Proposal
Documents is to provide interested parties with information that may be useful to them in
making their financial offers pursuant to the Proposal Documents. The Proposal Documents
include statements, which reflect various assumptions and assessments arrived at by
METROPISTAS in relation to the Project. Such assumptions, assessments and statements do
not purport to contain all the information that each Proposer may require. The Proposal
Documents may not be appropriate for all persons, and it is not possible for METROPISTAS, its
employees or advisors to consider the investment objectives, financial situation and particular
needs of each party who reads or uses the Proposal Documents. The assumptions,
assessments, statements, and information contained in the Proposal Documents may not be
complete, accurate, adequate or correct. Each Proposer should, therefore, conduct its own
investigations and analysis and should check the accuracy, adequacy, correctness, reliability
and completeness of the assumptions, assessments, statements, and information contained in
the Proposal Documents and obtain independent advice from appropriate sources.

Information provided in the Proposal Documents to Proposers is on a wide range of matters,


some of which depends upon interpretation of law. The information given is not an exhaustive
account of statutory requirements and should not be regarded as a complete or authoritative
statement of law. METROPISTAS accepts no responsibility for the accuracy or otherwise for
any interpretation or opinion on law expressed herein.

METROPISTAS, its employees and advisors make no representation or warranty and shall have
no liability to any person, including any Proposer under any law, statute, rules or regulations
or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost
or expense which may arise from or be incurred or suffered on account of anything contained
in the Proposal Documents or otherwise, including the accuracy, adequacy, correctness,
completeness or reliability of the Proposal Documents and any assessment, assumption,
statement or information contained therein or deemed to form part of the Proposal Documents
or arising in any way in this Process.

METROPISTAS also accepts no liability of any nature whether resulting from negligence or
otherwise caused arising from reliance of any Proposer upon the statements contained in the
Proposal Documents.

METROPISTAS may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumptions contained in the
Proposal Documents.
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

The issue of the Proposal Documents does not imply that METROPISTAS is bound to select a
Proposer or to appoint the Selected Proposer, as the case may be, for the Project and
METROPISTAS reserves the right to reject all or any of the Proposals without assigning any
reason whatsoever.

The Proposers shall bear all its costs associated with or relating to the preparation and
submission of its Proposals including but not limited to preparation, copying, postage, delivery
fees, expenses associated with any demonstrations or presentations which may be required
by METROPISTAS or any other costs incurred in connection with or relating to its Proposal. All
such costs and expenses shall remain with the Proposer and METROPISTAS shall not be liable
in any manner whatsoever for the same or for any other costs or other expenses incurred by
a Proposer in preparation or submission of the Proposal, regardless of the conduct or outcome
of the Proposal.

(the rest of the page is intentionally left in blank)

Issued for Bids


September 18, 2023
2.0 INTRODUCTION
Autopistas Metropolitanas de Puerto Rico, LLC ("METROPISTAS") is a consortium created to
manage the first Private-Public Partnership Highway Project in Puerto Rico, after the
approval on June 8, 2009 of the Law #29, known as Private-Public Partnerships Law of
Puerto Rico. METROPISTAS is the consortium responsible for operating and maintaining PR-
22 and PR-5 highways.

The Proposers shall consider in submitting their proposals all the requirements included in
all sections of this RFP, Instruction to Proposers, all the Exhibits attached herein, the Plans,
Standard Specifications, Supplemental Specifications, Special Provisions, Standard Drawings,
and any other document that METROPISTAS may issue as Addenda to the Proposal
Documents, subject to the preceding Disclaimer.

All questions related to this RFP, the Proposal Documents, and any other supplied documents
shall be accepted only in written form by e-mail, and only in the RFI period as established
herein. Responses to such questions shall be also in written form by email and shall be
returned to all Proposers within a reasonable time given the Proposal Schedule. The Proposers
shall direct all written requests to:

Mr. Iván Múnera Pascual, P.E.


Infrastructure Manager METROPISTAS
e-mail: ivan.munera@METROPISTAS.com
Included in the email as well, should be:
Mr. Victor Martinez, PE, victor.martinez@metropistas.com;
Mr. Joan Sanchez, PE, Joan.sanchez@metropistas.com;
Mr. Jesus Ramos, Jesus.ramos@metropistas.com

Interpretations, corrections and changes of the Proposal Documents shall be only made by
Addendum. Interpretation, corrections and changes of the Proposal Documents made in any
other manner shall not be binding, and Proposers shall not rely upon them.

3.0 RFP INSTRUCTIONS; INFORMATION REQUIRED FROM PROPOSERS


The Proposal shall include the following information:

A. Proposal Forms
1. The Proposer shall submit its Proposal in the form provided in Exhibit B (Proposal
Form) attached herein. Proposer shall submit a lump sum price in Exhibit B. Failure
to do this shall be cause for disqualification.
2. All proponents shall include the Total Proposed Fee for the entire project which,
if accepted, in any form as described in 1.2.A.1 shall be awarded and formalized on
a written agreement.
3. Any addenda issued shall be considered as part of the Total Proposed Fee and
shall be presented attached to the Proposal Form.
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

4. The Proposal must be signed by a duly authorized representative of the Proposer


if it is either a corporation or a partnership and the corporate seal must be
affixed to the Proposal, if applicable. The Proposal shall include the name and
position of the person signing the Proposal
5. The Proposal shall include the details of all the equipment to be used in the
Project and their availability. Proposer shall include professional qualifications of its
key personnel (Project Engineer and Safety Officer) that shall work during the entire
project execution time frame (from Date of Commencement to Final Completion
Date).
6. The Proposer shall not assign, sell, mortgage or otherwise dispose of the
Contract without the express written authorization of METROPISTAS.
7. METROPISTAS may, for any reason, reject all bids and re-bid, as they deem
necessary.
8. METROPISTAS reserves the right to reject any and all proposals for any reason
whatsoever, without explanation and without incurring in any type of responsibility
towards the Proposer(s).

B. Bonds and Insurances


1. Contractor shall submit all bonds and insurances as required by METROPISTAS.
Contractor shall submit all bonds and insurances requirements prior to or on the
date of execution of the Service Contract.
2. The Performance Bond shall remain in effect for the same period of time
established for Warranties in the Service Contract. The Contractor shall require the
attorney in fact who executes the require bonds on behalf of the surety to affix
thereto a certified and current copy of his/her power of attorney indicating the
monetary limits of such power. The bonds shall be dated on or after the date of the
Service Contract. Payment and Performance bonds shall be submitted by the
Contractor in the amount of One Hundred Percent (100%) of the contract award
amount.
3. The Contractor shall purchase from and maintain in a company or companies
lawfully authorized to do business in the Commonwealth of Puerto Rico such
insurance (Contractor's Liability Insurance) which may arise out of or result from the
Contractor's operations and completed operations under the Contract and for which
the Contract may be legally liable, whether such operations be by the Contractor or
by a Subcontractor or by anyone directly or indirectly employed by any of them, or
by anyone for whose acts any of them may be liable.
4. There is no Bid Bond to be considered by the Proposers.

C. Execution Strategy:
Proposers are asked to submit how they plan to execute the Project(s) within the time
frame provided to complete the project. The Proposer shall include in the Proposal manpower
capabilities and a construction schedule with enough detail to allow METROPISTAS to
assess Proposer's understanding of project scope.

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Proposers shall have during the entire Project time frame the maximum number of skilled
personnel to perform the Work under this Contract and complete the entire Project in
accordance with the specified completion time.

Proposers are required to obtain, pay and comply with all licenses, permits and approvals
necessary for the performance of the Work. The Proposer shall comply with all applicable
conditions and mitigation requirements imposed by such licenses, permits and approvals in
the performance of its obligations under the Contract Documents. All fees and costs
associated with such permits and licenses shall be paid by the Proposer/Contactor and shall
be included in the Proposal.

Proposers are asked to submit certification(s) that they shall comply with all Municipal,
Commonwealth and Federal Laws, Rules, and Guidance Manuals. Failure to comply with
these requirements may result in Proposal disqualification.

D. Contract Documents
Means the Project Manual with all its exhibits, Plans, Standard Drawings, Standard
Specifications, Supplemental Specifications, Special Provisions, and addenda, if any, is issued;
and any document according to the Toll Concession Agreement between the Puerto Rico
Highway and Transportation Authority and METROPISTAS.

E. Puerto Rico Highway Authority Standard Specifications


1. Except as modified herein, the latest edition of the Puerto Rico Highway
and Transportation Authority Standard Specifications for Road and Bridge
Construction and subsequent amendments in effect at the time of bidding shall
govern the work to be done where referred to on the plans and in these
specifications. The specifications, special provisions, additional or supplementary
specifications, instructions to bidders, project drawings, standard drawings, Project
Manual, and any addenda of said Project Manual, and all documents affecting
the work, duly issued to the Contractor, are essential parts of the contract
and a requirement occurring in one is as binding as if occurring in all. They are
intended to be complementary and to describe and provide for a complete
work.
2. Except as modified herein, the latest edition of the Puerto Rico Highway
and Transportation Authority Standard Drawings Volume 1 and 2 in effect at the
time of bidding shall govern the work to be done where referred to on the plans and
in these specifications. The specifications, special provisions, additional or
supplementary specifications, instructions to bidders, project drawings, standard
drawings, Project Manual and any addenda of said Project Manual, and all
documents affecting the work, duly issued to the Contractor, are essential parts of
the contract and a requirement occurring in one is as binding as if occurring in all.
They are intended to be complementary and to describe and provide for a complete
work.
3. Except as otherwise described in the Contract Documents, neither the
Commonwealth of Puerto Rico, nor the Puerto Rico Highway and Transportation
Authority are parties to the Service Contract.
Issued for Bids
September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

4. For clarification purposes, where the Commonwealth of Puerto Rico, the Puerto
Rico Highway and Transportation Authority or administrative officers or
employees thereof are named in the Standard Specifications, such references
shall be taken to mean either the METROPISTAS' Authorized Representative or
each with the separate and distinct responsibilities described or reasonably
implied by the Service Contract.
5. The Contractor shall obtain and pay for all materials to be incorporated into
the Work in strict compliance with the plans and specifications, as approved
by METROPISTAS and its representatives or agents. The Contractor shall obtain and
submit a Manufacturer's Material Certification to METROPISTAS or its
representatives or agents for each such material item indicating that the respective
item meets the applicable design, plans and specifications of the Project.
6. Contractor shall note that additional PRASA specifications were provided;
contractor shall comply with both specifications from PRASA and PRHTA, if those
specifications have a conflict Metropistas will require the contractor to comply the
most restrictive specification.

F. Contract
The Service Contract to be executed in accordance with this Project Manual is provided
herein, in its substantial form, as part of this RFP in Exhibit D.

G. Entire Agreement and Order of Precedence


The terms and conditions contained in this RFP constitute the basis for the procurement of each
resulting Service Contract. This RFP, as well as the Proposal, if accepted, shall become part of
any agreement of the parties. If conflict exists between Contract Documents refer to the
Service Contract (EXHIBIT D).

4.0 PROPOSAL EVALUATION


The proposals shall be evaluated considering the following four (4) criteria:

(A) Fulfilment of all of the proposal requirements,


(B) Economic Proposal
(C) Compliance Capability,
(D) Warranties

A. Fulfillment of All of the Proposal Requirements


The Proposers shall comply with all the requirements of this proposal. Failure to submit
information or not complying with all the requirements shall result in a disqualification of
Proposer.

B. Economic Proposal
The Total Proposed Price offered by the Proposer shall cover all materials, labor, tools,
services, equipment, transportation, supervision, installation, profit, overhead, and out-of-
pocket expenses and any other incidental costs to complete the Work.

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

By submitting a Proposal, Proposer affirms that the Total Proposed Fee represents the entire
cost in accordance with the Project Manual, RFP, Instruction to Proposers, Plans,
Specifications and Addenda and that no claim shall be made on account of any increase in
wage scales, material prices, taxes, insurances, cost indexes, or any other rates affecting
construction industries or this project.

C. Compliance Capability
Noncompliance with the requirement of this RFP shall result in rejection of the Proposal.
With the information proposed under the Execution Strategy section, METROPISTAS shall
determine the most capable and responsive Proposer to serve the best interests of
METROPISTAS.

5.0 OTHER CONSIDERATIONS


The Entire Project shall be completed (Final Completion) as indicated in the SERVICE
CONTRACT.

Warranties – Manufacturer's disclaimers and limitations on product warranties do not


relieve the Contractor of the warranty on the Work that incorporates the products, nor does it
relieve suppliers, manufacturers, and subcontractors required to countersign special
warranties with the Contractor.

1. Written warranties made to METROPISTAS are in addition to implied warranties,


and shall not limit the duties, obligations, rights and remedies otherwise available
under the law, nor shall warranty periods be interpreted as limitations on time in
which METROPISTAS can enforce such other duties, obligations, rights, or remedies.
2. All Work (materials and labor) shall be warranted as indicated in the document
Service Contract.
3. Upon completion of any Warranty Work within Warranty Period, the correction
period in connection with the Work requiring corrections shall be renewed and
recommenced. The obligations shall cover any repairs and replacement to any part
of the Work or other property that is damaged by the defective Work.
The proponents shall consider in their proposals the risks and responsibility to erect and
maintain safeguards for safety and protection.

METROPISTAS assume no responsibility for loss, theft or damage to the Work, tools, material,
equipment and/or construction, in the event of any such loss, theft or damage, Contractor
shall be responsible to renew, restore or remedy the Work, tools, material, equipment and/or
construction without additional cost to the METROPISTAS.

Contractors shall be responsible for all onsite security, including, but not limited to theft of
materials and tools until Final Completion of the Work.

Contractors shall comply with all applicable Laws and Regulations relating to the safety of
persons or property as specified in this RFP and in the Contract documents. In addition,
Contractor shall comply with all applicable Laws, Regulations and Specification relating to the

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

protection of persons or their property from damage, injury, or loss. In this context person
includes third party e.g., toll roads users.

All damages or loss to toll roads users’ property caused, directly or indirectly, by Contractor,
Subcontractor, supplier, or any other entity employed by any of them to perform the works
shall be remedied by the Contractor. In the event that metropistas receives 5 or more third
party claims in one month related to the performance of the works, the Contractor shall
develop and send to metropistas a mitigation plan and notify the actions taken to reduce the
risk of damages in the next 20 days since metropistas notification.

In case of personal injuries to toll roads users related to the execution of the works, the
contractor shall develop and send metropistas an action plan to mitigate the likelihood of the
occurrence of another incident in the next 10 days since metropistas notification.

6.0 PROCESSES AND OTHER ISSUES

A. Proposal Process Itinerary


September 18th, 2023 Issuance of Proposal Documents

September 18th, 2023 Pre-proposal Conference

September 18th, 2023 thru October 4th, 2023 RFIs Period

October 6th, 2023 AT 4:00 PM Proposal Due Date

B. Pre-Proposal Conference
Pre-Proposal Conference will take place virtually on September 18th, 2023 at 2:00 PM through
the Teams platform.

C. Conditions of the Proposals and Process of Evaluation and Award


1. All proposals shall comply with the requirements established in the Proposal
Documents.
2. A site visit to the project site is mandatory before submitting proposals to
familiarize with the existing conditions. Proponents shall inform METROPISTAS of
any discrepancies found between the site and Procurement Documents. A "site visit"
affidavit shall be submitted by Proponents to METROPISTAS as a requirement of the
Proposal Documents.
3. The proponents acknowledge that they have considered all requirements
included in the Procurement Documents, the Drawings, Technical Specifications, all
issued Addenda (if any), prior to submitting the proposal.
4. The submission of the proposals does not bind METROPISTAS in any way
whatsoever to formalize a Service Contract with any of the proponents.
5. All expenses incurred by the proponents in the elaboration of their proposals are
of the sole responsibility of the proponents, including all related costs of assisting to
meetings. METROPISTAS shall not be liable for said costs under no circumstances.

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

6. All prices offered by the proponents shall remain fixed during the term of the
contract and/or service order. The prices shall not be subject to changes for
fluctuations of the price market or any other, foreseeable or not, including gas and
diesel.
7. The Total Proposed Fee shall include all related, indirect and direct, costs until
completion of the work. The Total Proposed Fee is all inclusive and shall be Proposer's
sole compensation, and Proposer shall have no claim for reimbursement of any
expenses whatsoever, whether personnel expenses, travel expenses (including toll
road fees incurred in transportation throughout the PR-22), office expenses, out-of-
pocket expenses or other overhead costs and related expenses.

D. Submission of Proposals
All proposals shall be received by the time and date stipulated in the Proposal Due Date, to be
determined. Proposals received after the time and date stipulated herewith shall be rejected.
Proposers assume the risk of the delivery method. No exception shall be made.
The properly submitted Proposals received on time shall be privately opened.
The Proposers shall use a Microsoft Sharepoint link that will be provided during the
procurement process to upload the necessary documents with all the information required.
Necessary documents to be uploaded will be, but not limited to, required document herein like
affidavits, required forms, the proposal form completely filled, and other necessary documents.
All documents shall be in PDF format, filled out and signed, where necessary, electronically.
Proposals delivered after the assigned date and time shall not be considered.

Oral, telephone, telegraphic, facsimile or other electronically transmitted shall not be


considered.

Documents will be made available through the use of the cloud based folder link that will
contain the necessary procurement documents including, but not limited to, the plan drawings,
the Project Manual, a proposal form in Excel file format, and any additional addenda that is
issued during the procurement process.

The Proposers acknowledge that all proposals are submitted voluntarily with the understanding
that METROPISTAS intends to evaluate all documents and information available to in the
consideration of the proposals. Errors or omissions in the Proposal are the sole responsibility
of Proposers. METROPISTAS reserves the right to select the proposal that bests serves the
interests of METROPISTAS. Also, METROPISTAS reserves the right to reject all proposals, with
no explanation given and no liability for proposal costs or expected profits.

E. Indemnification
To the fullest extent permitted by applicable law, the contractor and its agents, partners,
employees, and consultants (collectively "Indemnitors") shall and do agree to indemnify,
protect, defend with counsel, and hold harmless METROPISTAS, its affiliated enterprises,
representatives, and their respective officers, directors, regents, partners, employees and
agents (collectively "Indemnitees") from and against all claims, damages, losses, liens, causes
of action, suits, judgments and expenses, including attorney fees, of any nature, kind, or

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

description (collectively "liabilities") of any person or entity whomsoever arising out of, caused
by, or resulting from the performance of services, or provision of goods, by contractor pursuant
to this contract, or any part thereof, which are caused in whole or in part by any negligent act
or omission of the contractor, anyone directly or indirectly employed by it or anyone for whose
acts it may be liable even if it is caused in part by the negligence or omission of any indemnitee,
so long as it is not caused by the sole negligence or willful misconduct of any indemnitee. In
the event more than one of the indemnitors are connected with an accident or occurrence
covered by this indemnification, then each of such indemnitors shall be jointly and severally
responsible to the indemnitees for indemnification and the ultimate responsibility among such
indemnitors for the loss and expense of any such indemnification shall be settled by separate
proceedings and without jeopardy to any indemnitee. The provisions of this article shall not be
construed to eliminate or reduce any other indemnification or right which METROPISTAS or
any of the indemnities has by law.

The indemnities contained herein shall survive the termination of any agreement or purchase
order for any reason whatsoever.

F. Clarifications and Amendments after the Delivery of Proposals


After METROPISTAS has received all proposals, METROPISTAS can request additional
information or clarifications in relation to the proposals presented. The clarifications or
additional information, if received by METROPISTAS, shall be considered in the process of
evaluation.

7.0 PROPOSER'S REPRESENTATIONS


The Proposer, by making a Proposal, represents that:

1. The Proposer has read and understands the Procurement Documents including
all addenda, to the intent that such documentation relates to the Work for which the
Proposal is submitted.
2. The Proposal is made in full compliance with the Procurement Documents
including all Addenda.
3. Proposers certifies that they had visited the Project site as many times as
possible during the Proposal Preparation Period (from Date of Issuance of Proposal
Documents up to Date of Proposal Submission) to familiarize with the Project Site.
The Proposer shall acknowledge that it has taken steps reasonably necessary to
ascertain the nature and location of the Works, and that it has investigated and
satisfied itself as to general and local conditions which can affect the Work of its
cost, including but not limited to
a) conditions bearing upon transportation, disposal, handling, and storage of materials;
b) the availability of labor, water, electrical power, and roads;
c) uncertainties of weather, creeks, or similar physical conditions at the site;
d) the conformation and conditions of the ground; and
e) the character of equipment and facilities needed preliminary to and during work
performance.

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

The Proposer also acknowledges that it has satisfied itself as to the character,
quality of surface and subsurface materials or obstacles to be encountered as
their information is reasonable ascertainable from an inspection of the site,
including review of the drawings and specifications. METROPISTAS shall not be
required to make any adjustments in either the Contract Sum or the Contract

Time in connection with any failure by the Contractor or any Subcontractor to


have complied with the requirements of this Paragraph.

4. The Proposal is based upon the specified materials required by the Proposal
Documents without exception.
5. Proposer accepts the conditions of the Proposal Documents including all Exhibits
without exceptions unless deviations have been accepted in writing by means of
Addendum by METROPISTAS prior to the Proposal Due Date. Exceptions and/or
qualifications to the Proposal Documents or any of the documents part of the
Proposal Documents shall not be accepted at the time the Proposal is transmitted to
METROPISTAS. Any exceptions to the Proposal Documents shall be transmitted to
METROPISTAS during the Request for Information Period (RFI) established in the
Proposal Process Itinerary; METROPISTAS shall evaluate each exception, and shall
respond to Proposers by Addendum.

8.0 WORK UNDER SEPARATE CONTRACTS

A. General
Proposers are advised that full cooperation with separate contractors is required so work on
those contracts may be carried out smoothly, without interfering with or delaying work under
this Contract or other contracts. Proposers shall coordinate the work of this Contract with work
being performed or to be performed under separate contracts.

B. Concurrent Work
Metropistas has awarded separate contracts for the following construction operations along the
corridor (PR-22 & PR-5). These operations will be conducted simultaneously with work under
this Contract:

1. Any concurrent maintenance works.


2. PR-22 Km 0 to Km 22 HMA Rehabilitation Project

C. Coordination
Proposers shall consider that the Project shall be coordinated with the works described above
(Section 8.0, Part B.). This coordination shall occur during proposal phase and during Work
execution. Metropistas reserves the right to award any other projects not listed above that
shall have those same conditions listed herein. There will be no financial adjustment or
Contract Time Extension for failure to perform this coordination.

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

9.0 WORKING HOURS AND RESTRICTIONS DURING THE CONSTRUCTION


PHASE OF THIS CONTRACT
All work shall be performed, during day hours, on weekdays unless otherwise indicated in the
plans or as directed by the Engineer.

10.0 RAIN PERIOD


METROPISTAS shall not extend the Contract Time for rain days. Contractor shall make all
arrangements to recover lost time due to rain.

(rest of the page intentionally left in blank)

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit A: List of Drawings, Specifications & Exclusions and


Agreements

Issued for Bids


September 18, 2023
A.1 List of Drawings
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Description Sheet Title Sheet Number


T-1 TITLE SHEET 1
CIVIL
MOT-1 CONSTRUCTION SCHEDULE LEGEND & GENERAL NOTES 2
MOT-2 CONSTRUCTION PHASES 3
MOT-3 MAINTENANCE OF TRAFFIC REMOVALS 4
MOT-4 MAINTENANCE OF TRAFFIC PREPHASE 5
MOT-5 MAINTENANCE OF TRAFFIC PHASE-I 6
MOT-6 MAINTENANCE OF TRAFFIC PHASE-II 7
MOT-7 CONSTRUCTION SIGNS TABLE 8
MOT-8 MAINTENANCE OF TRAFFIC TYPICAL DETAILS 9
MOT-9 TRAFFIC SCREEN DETAIL 10
MOT-10 DETOUR PLAN FOR HEAVY VEHICLES 11
MOT-11 DETOUR CONSTRUCTION SIGN TABLES 12
STRUCTURAL
BR-1 STRUCTURAL NOTES 13
BR-2 EXISTING PLAN & TYPICAL SECTION 14
BR-3 PROPOSED REHABILITATION PLAN 15
BR-4 FULL DEPTH SLAB REPAIR DETAILS 16
BR-5 FULL DEPTH APPROACH SLAB REPAIR 17
BR-6 HEADER REPAIR DETAIL & COMPRESSION SEAL DETAILS 18

(rest of the page intentionally left in blank)

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

A.2 List of Supplemental Specifications

Issued for Bids


September 18, 2023
Specification Name ................................................................... No.

Hot Plant-Mix Bituminous Pavement ................................................................SS 401

Cold Milling of Bituminous Concrete Pavement ..................................................SS 403

Grinding Portland Cement Concrete Pavement.. .................................................SS 506

Concrete Barrier ............................................................................................SS 610

Thermoplastic and Preformed Plastic Pavement Markings ....................................SS 618

Maintenance and Protection of Traffic ...............................................................SS 638

Painted Pavement Marking..............................................................................SS 639

Raised Pavement Markings .............................................................................SS 640

Bituminous Materials......................................................................................SS 702

Aggregates ...................................................................................................SS 703

(rest of the page intentionally left in blank)


July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

401-1 DESCRIPTION

401-1.01 Scope -

a. This work shall consist of constructing one or more courses of Marshall hot
plant-mix bituminous pavement on a prepared foundation in accordance with these
specifications, and in conformance with the lines, grades, thickness and typical cross
sections and smoothness requirements shown on the plans or established by the
Engineer. Courses will be identified as, leveling (L), base (B) and surface (S).

b. The work shall also include the application of any required tack and prime
coats as specified in Specifications 407 and 408 respectively.

401-2 COMPACTIVE EFFORT LEVELS, CATEGORIES AND TYPES OF


MIXES, AND THICKNESS REQUIREMENTS

401-2.01 General - The bituminous plant mix shall consist of a mixture of aggregates,
asphalt binder, hydrated lime and anti-stripping additives, if required.

401-2.02 Compactive Effort Levels - The contract documents will specify the number
of hammer blows to be used in the Marshall Test (AASHTO T 245) for each mix. When the
number of hammer blows is not specified, the requirements for mixes will be based on the
road classification as indicated on Table 401-1 below:

Table 401-1
Compactive Effort Levels
Road Classification (Number of Marshall Hammer
Blows- AASHTO T-245)
Primary and Secondary 75
Tertiary and Municipal 50

401-2.03 Categories of Mixes – The Combined aggregate gradation of Mixes designed


and produced under this specification shall be categorized as coarse-graded when it passes
below the Primary Control Sieve1 (PCS) control points defined in Table 401-2. Other
gradations shall be categorized as fine-graded.
1
PCS – The Primary Control Sieve is the aggregate size that determines what is coarse and
what is fine for any aggregate combination. The weight or mass of coarse aggregate (passing
the PCS) determines if a mix is a “coarse graded mix” or “fine graded mix”.

SS-401/Page 1 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

Table 401-2
PCS Control Point for Mixture Nominal Maximum Aggregate Size2 (NMAS)
Nominal Maximum Aggregate Size (NMAS) 1-inch ¾-inch ½-inch 3/8-inch
Primary Control Sieve (PCS) No.4 No.4 No.8 No.8
PCS Control Point (%Passing) 40 47 39 47

401-2.04 Types of Mixes – Mixes as designed and produced under this specification
shall be of the following types in conformance with Article 401-3.02 of this specification.

a. Leveling mixes (L) - Leveling mixes for all Compactive Effort Levels shall be
categorized as either fine-graded or coarse-graded mixes, containing, after blending
of all aggregates, a Nominal Maximum Aggregate Size of 1-inch (25 mm), ¾-inch
(19 mm), ½-inch (12.5 mm) or 3/8-inch (9.5 mm).

b. Base mixes (B) – Base mixes for all Compactive Effort Levels shall be
categorized as either fine-graded or coarse-graded mixes, containing, after blending
of all aggregates, a Nominal Maximum Aggregate Size of 1-inch (25 mm), 3/4-inch
(19 mm) or ½-inch (12.5 mm).

c. Surface mixes (S) - Surface mixes for all Compactive Effort Levels shall be
categorized as either fine-graded or coarse-graded mixes, containing, after blending
of all aggregates, a Nominal Maximum Aggregate Size of 1/2-inch (12.5 mm) or 3/8-
inch (9.5 mm).

The Contractor will select, for all types of mixes described herein, the category (fine-graded
or coarse-graded) of the mix to be designed, produced and placed in the project. Also, in
those cases in which the Authority does not require a specific NMAS of mix in the mix pay
item, the Contractor will have the option of selecting, from the sizes specified above, the
NMAS of the mix to be designed, produced and placed in the project. The selection by the
Contractor of the above mix properties shall be based upon mix compliance with all
specification requirements.

401-2.05 Layer (course) Thickness – Compacted thickness for each course of mix
shall be as indicated in Table 401-3 as follows:

SS-401/Page 2 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

Table 401-3
NOMINAL MAXIMUM COMPACTED THICKNESS
AGGREGATE SIZE FOR EACH COURSE (inches)
(NMAS) Min – Max
NMAS = 3/8-inch 1.00 – 2.00
NMAS = ½-inch 1.50 – 2.50
NMAS = ¾-inch 2.25 – 3.75
NMAS = 1-inch 3.00 – 5.00

2
Nominal Maximum Aggregate Size (NMAS) is defined as being one sieve larger than the
first sieve to have a percent passing less than 90 percent by weight.

401-3 MATERIALS

401-3.01 Asphalt Binder - The asphalt binder shall conform to the requirements of
Section 702-1 of Specification 702 – Bituminous Materials.

401-3.02 Aggregates - Aggregates, including mineral filler, shall meet the requirements
of Section 703-3 of Specification 703 - Aggregates.

401-3.03 Reclaimed Asphalt Pavement (RAP) – Reclaimed Asphalt Pavement


materials shall meet the requirements of Section 703-3.02 of Specification 703-Aggregates.

401-3.04 Hydrated Lime - Hydrated lime shall meet the requirements of section 712-3
of specification 712 – Miscellaneous Materials. The Contractor shall submit certified
laboratory reports on tests of the hydrated lime to be used showing its compliance with the
specifications.

401-3.05 Chemical Anti-Strip Agent - Furnish commercially produced, heat stable


liquid products that when added to an asphalt have the chemical and physical properties to
prevent separation of the asphalt from aggregates. The Contractor shall submit for approval
the certified laboratory reports of the proposed chemical anti-strip agents. Contractor shall
be responsible for verifying the affinity/compatibility of the proposed quantity and source of
anti-strip agent with all mix components.

401-3.06 Composition of Mixtures -

a. Job-Mix Formula3 (JMF) - The Contractor shall develop and submit in


writing for the Engineer's approval, at least thirty five (35) calendar days in advance

SS-401/Page 3 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

of the date he intends to start paving operations, a job-mix formula based upon a
Marshall mix design, meeting the requirements of this Specification, for each type of
mixture to be used in the project.

Each job-mix formula shall be supported by qualified laboratory test data used in the
mix design process including, but not limited to, the design charts used. The
submission shall also identify the proposed sources of the asphalt binder and
aggregates to be used, including the FHWA 0.45 power gradation chart of the
proposed mix. The five-week lead requirement may be waived at the discretion of
the Authority. The submittal shall comply with the proposed job-mix formula and
with all specification requirements.

Each proposed job-mix formula and mix design shall be designed and submitted to
the Authority’s Materials Testing Office on a three year basis or when a statistical
analysis of the Acceptance and/or Contractor Quality Control test results shows
significant difference in mix properties, which ever occur first. No mix shall be
placed on this project without an approved job-mix formula and a corresponding mix
design. The Authority reserves the right of being present at the Contractor’s
laboratory during the development of the mix designs.
3
Job-mix formula (JMF) is the proposed combined aggregate gradation, percent of asphalt
binder, dust to effective asphalt ratio and volumetric properties used to establish target
values for mix production based upon a mix design

Verification of the proposed mix design may be performed at the Authority’s


laboratory by the Authority personnel at the time of submission of JMF. When
determined by the Authority, the Contractor shall coordinate with the Authority the
sampling of all materials proposed for use in the mix. Verification of mix design will
consist in checking the selection of the optimum asphalt content made by the
Contractor. Furthermore, the above procedure will also include verification of
moisture susceptibility and relative permeability requirements established in this
specification.

b. Mix Requirements - Each mix shall be designed according to the Marshall


Mix Design Method as described in the Asphalt Institute Manual MS-2 and shall
meet the following requirements:

(1) Mix Stability and Flow as determined by AASHTO T 245 shall meet
the requirements of Table 401-4:

SS-401/Page 4 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

Table 401-4
Compactive Effort Stability (Lbs.) – (Minimum) Flow (0.01 inch (25 mm))
Level (Minimum - Maximum)
50 1,200 8-16
75 1,800 8-14

(2) Moisture Susceptibility Requirements – Mixes shall meet the


following requirements:

a. AASHTO T 283 for Laboratory Mixed - Laboratory


Compacted Specimens:

i.For AASHTO T 283 procedures include the freeze and thaw


cycle (severity conditioning). In addition, all samples shall be
compacted to 7 ±1.0 percent air voids. The test specimens shall
be 6-inch diameter samples compacted using a gyratory
compactor (AASHTO T 312).

ii.Tensile Strength – The minimum dry and unconditioned tensile


strength shall be 80-psi for surface mixes and 70-psi for other
mixes. This requirement will not be applied to contracts which
bids are opened prior to June 30, 2010.

iii.Retained Tensile Strength Ratio (TSR) – Minimum 65 percent


of Tensile Strength.

(3) Air Voids Content (Va) Requirements – The mix shall have an air void
content of 4.0 percent at the design Compactive Effort Level as determined by
AASHTO T 166, T 209 and T 269.

(4) Voids in Mineral Aggregate (VMA) Requirements – The mix shall


have a VMA based upon the NMAS of the mix as indicated in Table 401-5:

SS-401/Page 5 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

Table 401-5
NMAS Minimum VMA (Percent)
3/8-inch 15
1/2-inch 14
3/4-inch 13
1-inch 12

(5) Voids Filled with Asphalt (VFA) Requirements – The mix shall have a
VFA (percent) based upon the Compactive Effort Level as indicated in Table
401-6:

Table 401-6
Compactive Effort Level VFA (Percent)
(Min – Max)
50 65-78
75 65-75

(6) The Dust to Effective Asphalt Binder ratio (DEAR) of the mix,
computed by dividing the percentage of material passing the No. 200 sieve by
the percent of effective asphalt binder (Pbe) in the mix, shall be as indicated in
Table 401-7:

Table 401-7
Mix Category Dust to Effective Asphalt Binder Ratio
(DEAR) / Specification Limits (Min –
Max)
Fine-Graded 0.6 – 1.2
Coarse-Graded 0.8 – 1.6

(7) Laboratory Mixing Temperature – Mixing temperature shall be the


temperature at which the binder viscosity is approximately 0.17 +/- 0.02 Pa-s
in accordance with AASHTO T 245. This mixing temperature will be for
laboratory use only.

(8) Laboratory Compacting Temperature – Compacting temperature shall


be the temperature at which the binder viscosity is approximately 0.28 +/-

SS-401/Page 6 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

0.03 Pa-s in accordance with AASHTO T 245. This compacting temperature


will be for laboratory use only.

c. Mix Values - Each job-mix formula submitted shall propose definite values
for:

(1) The type of mix to be used (S, B, L).

(2) The category (fine-graded or coarse-graded) of the mix to be designed.

(3) Nominal Maximum Aggregate Size (NMAS) of the aggregate mixture.

(4) Compactive Effort Level (Number of Hammer Blows).

(5) The source and materials to be used; Single percentage of aggregates


passing each required sieve size.

(6) Single percentage of asphalt binder (Pb) to be added based on total


weight of the mixture.

(7) The kind and percentage of mineral filler to be used, if any.

(8) Production Temperature - The target temperature at which the mixture


is to be discharged from the asphalt plant.

(9) Bulk Specific gravity and Apparent Specific gravity of each separate
mixture component.

(10) Specific gravity of the Binder at 25 degrees Celsius.

(11) Polish Stone Value (PSV) of coarse aggregate (Only for S mixes).

(12) Coarse Aggregate Angularity, Flat and Elongated Particles and Percent
Wear (abrasion loss), etc.).

(13) Design Gradation on FHWA’s 0.45 Power Gradation Chart.

(14) Provide all the physical properties achieved at the different asphalt
binder contents used to determine the optimum asphalt content.

SS-401/Page 7 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

(15) Percent Asphalt Binder Content (Pb) (optimum) and Effective Asphalt
Binder Content (Pbe).

(16) Dust to Effective Asphalt Binder Content Ratio (DEAR).

(17) Theoretical Maximum Specific Gravity and Density of Asphalt Paving


Mixtures (Gmm (AASHTO T 209) at Target Binder Content).

(18) Bulk Specific Gravity, Effective Specific Gravity of Mix at the Design
Compactive effort level.

(19) Air Void Content (Va) at Design Compactive effort level

(20) Voids in Mineral Aggregate (VMA) at Design Compactive effort level


Voids Filled with Asphalt (VFA) at Design Compactive effort level
Laboratory Density in Lb/ft^3.

(21) Required In-place Compaction.

(22) Type and quantity of chemical anti-strip agent and/or hydrated lime, if
required, including all data to perform the optimization procedure.

(23) Moisture Susceptibility data sheet of the proposed mix in accordance


with AASHTO T-283.

(24) Retained tensile strength ratio, tensile strength (dry and unconditioned)
and tensile strain (dry and unconditioned).

d. Additional Mix Values – With each job-mix formula report the following
values or mix properties as available:

(1) Aggregate geological and mineralogical descriptions.

(2) Fine Aggregate Angularity and Sand Equivalent of Aggregate mixture.

(3) Field Compaction Temperature - The target temperature at which the


mixture is to be compacted during lay-down operations.

(4) Bailey Method Ratio’s for each Marshall Mix.

(5) Asphalt film thickness for each mix.

SS-401/Page 8 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

(6) Results from AASHTO T-182 (Coating and Stripping of Bitumen-


Aggregate Mixtures).

(7) FM 5-508 (Laboratory Testing the Effectiveness of Anti-Strip


Additives) test results performed on mix.

(8) AASHTO T-283 optimization test results obtained at other anti-strip


and/or hydrated lime dosages.

e. Changes and resubmissions. If a job-mix formula is rejected or a material


source (including the recycled asphalt pavement) has changed, submit a new job-mix
formula for acceptance. Up to twenty one (21) calendar days may be required to
evaluate a change. Approved changes in target values will not be applied
retroactively for payment.

401-3.07 Sampling and Testing -

a. All acceptance sampling and testing activities will be performed by the


Authority. Samples will be taken at random locations during production and will
remain in the custody of the Authority at all times. Each sample shall provide enough
material to adequately perform all testing as determined in each test procedure. The
Contractor or his authorized representative may be present, if so desired, when these
sampling and testing operations are being performed. All testing will be done at the
producer's plant laboratory provided it has been qualified by the Authority’s Materials
Testing Office in accordance with PRHTA Q 401-10 - Qualification of Hot Mix
Asphalt (HMA) Laboratories. However, the Authority may, at its discretion,
perform the testing at the Authority’s laboratory. Sampling for acceptance testing
will be performed by the Authority in accordance with Table 401-8:

Table 401-8
Description Procedure Designation
Qualification of Hot Mix Asphalt (HMA) Laboratories PRHTA Q 401-10
Determination of Random Sampling Location PRHTA M 401-10
Sampling of Asphalt Binder AASHTO T-40
Sampling of Aggregates AASHTO T-2
Sampling of Bituminous Paving Mixtures AASTHO T-168
Reducing Samples of Hot-Mix Asphalt to Testing Size AASHTO T-328
Sampling of Compacted HMA Pavement PRHTA M 401-20

SS-401/Page 9 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

b. Provide at the mixing plant laboratory and at the field all the equipment, tools,
supplies and other apparatus required for sampling the mix, preparing specimens and
testing for compliance of the mix being produced and its components with all the
requirements stated in this specification, applicable AASHTO or ASTM Standards or
Puerto Rico Highway and Transportation Authority’s procedures. The use of
microwave oven shall not be used for acceptance testing procedures.

c. The Authority will take, at its discretion, random samples of the asphalt binder
and aggregates at the plant (prior to and during mix production) to test for the
compliance of these materials with their specifications requirements.

d. Samples of the mix material being produced for delivery to the project will be
taken by the Engineer at the plant following the procedures established in Table 401-
8. The control unit for sampling, testing and acceptance purposes will be a lot which
is defined as 900 tons, 750 tons or 600 tons or fraction thereof placed each day,
subdivided into three equal sub-lots of 300 tons, 250 or 200 tons respectively. Any
fraction produced that amounts to 100 tons or less will be incorporated in the previous
lot. Any fraction produced that amounts to more than 100 tons will be considered a
sub lot of a new lot. Lot size shall be determined by the Contractor in writing to the
Authority prior to the Pre-Paving Meeting.

e. Acceptance testing will consist of evaluating the number of samples as


indicated in Table 401-9 below per each lot. Each sample shall provide enough
material to adequately perform all testing as determined in each individual test
procedure. Acceptance testing procedures are as follows:

Table 401-9
Procedure Designation
Frequency Testing
(AASHTO)
AASTHO T-164 Quantitative Extraction of
Bitumen from Bituminous
Paving Mixtures
AASHTO T-30/11B Mechanical Analysis of
1 per sub-lot Extracted Aggregate / Materials
Finer than No. 200 Sieve in
Mineral Aggregates by
Washing Using a Wetting
Agent
AASHTO T-209 (including 1 per lot (use average of Theoretical Maximum Specific
Section #11) / two split samples for Gravity and Density of Hot Mix
PRHTA T 401-50 acceptance) Asphalt Paving Mixture

SS-401/Page 10 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

AASHTO T-245 Resistance to Plastic Flow of


Bituminous Mixtures Using
Marshall Apparatus
AASHTO T-166 or T-275 as Bulk Specific Gravity of
required Compacted Hot Mix Asphalt
Mixtures Using Saturated
1 per sub-lot (use average
Surface Dry Specimens / Bulk
of three split samples for
Specific Gravity of Compacted
acceptance per lot)
Hot Mix Asphalt Mixtures
Using Paraffin-Coated
Specimens
AASHTO T-269 Percent Air-Void in Compacted
Dense and Open Asphalt
Mixtures
PRHTA T 401-10 Mixture conditioning for
As required determining volumetric
properties of HMA
PRHTA T 401-20 Determination of HMA in-
6 per lot (2 per sub-lot) place compaction and layer
thickness
PRHTA T 401-30 Determination of HMA
As required
pavement density profile
PRHTA T 401-40 Determination of asphalt binder
As required
content of compacted HMA

f. The Authority may, at its discretion, take samples of the mix being delivered
to the project site for testing at any location including behind the paver before
compaction. Test results of these samples will be for informational purposes only and
will not form part of the acceptance process.

401-3.08 Reporting Results – The following mix properties shall be determined,


calculated and reported for each sub lot:

a. Bulk Specific Gravity (Gmb) – AASHTO T-166 / AASHTO T-275 as


applicable

b. Maximum Specific Gravity (Gmm) - AASHTO T-209 (including Section


#11) / PRHTA T 401-50

c. Asphalt Binder Content (Pb) – AASHTO T-164

SS-401/Page 11 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

d. Air Voids Content (Va) – AASHTO T-269

e. Voids in Mineral Aggregate (VMA)

f. Voids Filled with Asphalt (VFA)

g. Effective Asphalt Binder Content (Pbe)

h. Effective Specific Gravity of Mix (Gse)

i. Mass Retained (g), Mass Retained (percent), Percent Passing for the following
sieve designations: 1-1/2”, 1”, ¾”, ½”, 3/8”, 1/4”, No. 4, No. 8, No. 16, No. 30, No.
50, No. 100, No. 200 – AASHTO T-30 / T- 11 B.

j. Dust to Effective Asphalt Binder Content Ratio (DEAR).

401-4 CONSTRUCTION REQUIREMENTS

401-4.01 Production Start-Up Procedures – Use these start-up procedures when


producing material for the first time in the project, when using materials from different
plants, or when resuming production after a termination of production due to unsatisfactory
quality as determined by the Engineer.

a. Control Strip Section – Produced, place, and compact the proposed HMA in
order to establish that the equipment and the processes planned for placement and
compaction are satisfactory. Provide fourteen (14) calendar days notice before
beginning production of an asphalt concrete mix.

On the first day of production, produce sufficient mix to construct a 300 to 600 tons
control strip, as determined by the Contractor, one-lane wide, and at the designated lift
thickness. Construct the control strip on the project at an approved location.

Construct the control strip using mix production, lay-down, and compaction
procedures intended for the entire mix. The mix is acceptable with full payment if all
test results are in conformity with specification limits with a CPFlot equal or greater
than 0.70. Mix that is not acceptable will be removed at no cost to the Authority and
shall be replaced during full production operation through applicable hot plant
bituminous mix pay items.

SS-401/Page 12 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

1) Mixture. Take and test at least three control strip asphalt concrete
mix samples and evaluate according to article 401.3.07

2) Compaction. Take nuclear density readings behind each roller pass to


determine the roller pattern necessary to achieve required density. Keep
records of compaction effort frequency and amplitude settings of equipment
used.

At a minimum of five locations within the control strip, take nuclear gauge readings,
and cut and test core samples according to article 401.3.07. Density is acceptable if
all tests are within the specification limit. Furnish the Engineer with the nuclear
gauge readings and correlations of the readings to the core specific gravities.

The Contractor shall address any production and/or placement deficiencies identified
by the Contractor and the Engineer during this operation as part of the quality control
and acceptance plan during the Pre-paving meeting. Tests used for the control strip
will not be included in the evaluation for payment according to article 401-5. Based
on the Contractor’s evaluation of the initial control strip, paving may continue at the
Contractor’s risk once the Pre-paving meeting per section 401.4.01(b) is completed.

(b) Pre-paving Meeting – After the construction of a control strip and at least
seven (7) calendar days before the start of production paving operation, the Engineer
shall arrange for a pre-paving meeting. Attendance of Contractor, the Contractor’s
Paving Quality Assurance Manager, subcontractors, and all other applicable suppliers
is mandatory. At the meeting the Contractor’s Paving Quality Assurance Manager
shall submit and discuss the proposed production and lay-down operations plan. After
the meeting, the contractor shall submit a written final detailed plan (at least three (3)
calendar days before the proposed start of paving operations) to be revised by the
Engineer that as a minimum includes the following:

(1) Proposed schedule of paving operations;

(2) List of all necessary equipment and key personnel used in the
production and construction of the work;

(3) Proposed traffic control plan for paving operations including


provisions for pavement drop-offs and moving operations;

(4) Contractor quality control and materials acceptance plan, corrective


action plan4 in accordance with this specification

SS-401/Page 13 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

(5) Placement operation including production, delivery, placing, finishing,


compacting, and smoothness procedures. Include also the proposed rolling
patterns, frequency and amplitude to be utilized in the placement operations.
4
Corrective Action Plans - Contractor’s proposed strategies and related work to be
performed to prevent repeated deficiencies.

(6) Production and placement strategies to minimize segregation of HMA.


Prior to the start of using the paver for placing plant mix, the Contractor shall
submit for approval a full description in writing of the means and
methodologies that will be used to prevent bituminous paver segregation. Use
of the paver shall not commence prior to receiving approval from the
Engineer.

401-4.02 Bituminous Mixing Plant - Plants used for the preparation of bituminous
mixes shall conform to AASHTO M 156 modified and supplemented as follows:

a. For verification of weights and measures, character of materials and


determination of temperatures used in the preparation of the paving mix, the
Engineer, or his authorized representative, shall have access, at all times, to all
portions of the mixing plant, aggregates plant, storage yards, and other facilities for
producing and processing the mix materials.

b. Scales shall be inspected and certified by the Division of Weights and


Measures of the Commonwealth Department of Consumers Affairs (DACO) on
yearly basis or as required by the Engineer. Any cost involved in the inspection and
sealing of the scales shall be at the Contractor's expense. No asphalt mix shall be
produced and delivered to the project from a producer plant that does not comply with
the above requirements.

c. All projects involving 2,000 Tons or more of bituminous mixture shall be


served by a plant having automatic controls which coordinate the proportioning,
timing and discharge of the mixture.

d. All plants shall be equipped with air pollution control devices which meet the
requirements of the Environmental Quality Board.

e. The completed bituminous mixture may be weighed on approved scales


furnished by the Contractor at his expense. The scales shall be inspected and
calibrated at least once a year by an independent entity.

SS-401/Page 14 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

401-4.03 Hauling Equipment - Trucks used for hauling bituminous mixtures shall
have tight, clean, smooth metal beds which have been thinly coated with a minimum amount
of paraffin oil, lime solution or other approved material to prevent the mixture from adhering
to the beds. No gas oil or diesel fuel will be allowed for preventing the mixture adhering to
the truck bed. Each truck shall have a cover of canvas or other suitable material of such size
as to protect the mixture and for use during hauling operations. No truck will be allowed to
leave the plant without covering the mix with the cover of canvas. Each day before delivery
to the project the Contractor shall provide to the Engineer a certification attesting to the
compliance of each delivery truck with these requirements.

401-4.04 Delivery Trucks – Furnish delivery tickets to the Engineer, before unloading
at the site of the work the bituminous mix supplier, containing the following information
concerning the bituminous mix in the truck:

a. Name of bituminous mixing plant

b. Serial number of ticket

c. Date, time and truck number

d. Name of Contractor

e. Specific designation of job (name, number and location)

f. Type of mix

g. Weight of mix in the truck

h. Space for signature of Authority’s inspector at the paving site and at the
scales.

i. Temperature of the asphalt mix measured at the plant

j. Temperature of the asphalt mix measured at the site

401-4.05 Bituminous Pavers

a. Provide Bituminous pavers self-contained, power propelled units with a


vibrating or tamper screed and strike-off assembly covering the full lay-down width,
heated if necessary, and capable of spreading and finishing courses of bituminous
plant mix material which will meet the specified typical section, thickness,

SS-401/Page 15 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

smoothness, and grade. Pavers used for shoulders and similar construction shall be
capable of spreading and finishing courses of bituminous plant mix material in the
widths shown on the plans.

b. The paver shall have a receiving hopper of sufficient capacity to permit a


uniform spreading operation. The hopper shall be equipped with a distribution
system to place the mixture uniformly in front of the screed. The screed and strike-
off assembly shall effectively produce a finished surface of the required smoothness
and texture without segregating, tearing, shoving, or gouging the mixture.

c. The paver shall be capable of operating at forward speeds consistent with


satisfactory laying of the mixture.

d. The paver shall be equipped with a grade and slope control system capable of
automatically maintaining the screed elevation as specified herein. The control
system shall be automatically actuated from either a reference line or surface through
a system of mechanical sensors or sensor-directed mechanisms or devices which will
maintain the paver screed at a predetermined transverse slope and at the proper
elevation to obtain the required surface. When directed, the transverse slope control
system shall be made inoperative and the screed shall be controlled by sensor directed
automatic mechanisms, which will independently control the elevation of each end of
the screed from the reference lines or surfaces. The controls shall work in
conjunction with any of the following attachments:

(1) Ski-type device, floating beam of not less than 30 feet (9.14 m) in
length and short ski or shoe to match adjoining lanes either fresh or old layer
or as directed by the Engineer.

(2) Taut stringline wire set by the Contractor to the specified grade.

(3) A non-contacting laser or sonar-type ski with at least four referencing


stations may be used with a reference at least 24 feet (7.3 m) long.

e. Except as presented on Article 401-4.05(g) below, furnish, as a minimum,


automatic control systems such as long ski, short ski/shoe or furnish and install all
required stakes and wire for a taut string line. Should the automatic control system
become inoperative during the day’s work, the Contractor may be permitted, at the
discretion of the Authority, to finish the day's paving work using manual
controls. However, work shall not be resumed thereafter until the automatic control
system has been made operative.

SS-401/Page 16 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

f. The Contractor may be exempt from the use of the automatic control system
at locations where the Engineer determines that pavement geometry or widths makes
its use impracticable.

g. Laser Control and/or Profilograph Control equipments may be used by the


Contractor. The use of this equipment shall be subject to the following requirements
at no cost to the Authority:

1. Present a written notice to the Engineer at the beginning of the project


proposing the use of such equipment. The written notice shall include, as a
minimum, the brand, type, model and manufacturer of the proposed
equipment.

2. Provide a copy to the Engineer of the manufacturer’s instruction and


operation manual as well as any other literature related to computer software.

h. Provide bituminous pavers that are equipped with a means of preventing the
segregation of the coarse aggregate particles from the remainder of the bituminous
plant mix when that mix is carried from the paver hopper back to the paver augers.
The means and methods used shall be approved by the paver manufacturer and may
consist of chain curtains, deflector plates, or other such devices and any combination
of these.

The following specific requirements shall apply to the identified bituminous pavers:

(1) Blaw-Knox bituminous pavers shall be equipped with the Blaw-Knox


Materials Management Kit (MMK).

(2) Cedarapids bituminous pavers shall be those that were manufactured


in 1989 or later.

(3) Caterpillar bituminous pavers shall be equipped with deflector plates


as identified in the December 2000 Service Magazine entitled “New Asphalt
Deflector Kit {6630, 6631, 6640}”.

401-4.06 Rollers - Rollers may be of the vibratory or tandem steel wheel


type. Pneumatic-tired rollers may be used in conjunction with either of the steel wheel
types. Rollers shall be in good condition, be capable of reversing without backlash, and shall
be operated at speeds slow enough to avoid displacement of the bituminous mixture. The
number, type, and weight of rollers shall be sufficient to compact the mixture to the required

SS-401/Page 17 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

density without detrimentally affecting the compacted material. For leveling courses, at least
one pneumatic tire roller shall be used.

401-4.07 Weather Limitations - Bituminous plant mix shall not be placed on any wet
surface or when weather conditions prevent the proper production, handling placing or
finishing of the bituminous mixture.

401-4.08 Preparation of Surface to be Paved -

a. The surface to be paved shall be true to line and grade, dry and free from
loose or deleterious material immediately before the placing of bituminous
mixture. If necessary, the surface shall be cleaned by brooming or other approved
means.

b. When the surface of an existing pavement or old base to be paved is irregular,


it shall be brought to uniform grade and cross section by a leveling course as directed,
which shall be compacted to the satisfaction of the Engineer before placing
subsequent paving courses.

c. When a leveling course is not required, all depressions and other irregularities
shall be patched or corrected in a manner satisfactory to the Engineer. All fatty and
unsuitable patches, excess crack or joint filler, and all surplus bituminous material,
shall be removed from the area to be paved. Blotting of excessive deposits of asphalt
with sand or stone will not be permitted.

d. Where the area to be paved is an untreated soil or aggregate, it shall be


compacted to the required density and then primed in accordance with the provisions
of Specification 408 - Bituminous Prime Coat. The prime coat shall be allowed to
cure properly in accordance with the provisions of Specification 408 before any
further operations are permitted on the primed area.

e. Apply bituminous tack coat upon all portland cement concrete surface or a
bituminous surface before placing new HMA in accordance with the provisions of
Specification 407 - Bituminous Tack Coat shall be applied.

f. Contact surfaces of curbing, gutters, manholes, and other structures shall be


painted with a thin, uniform coating of bituminous material as specified for the tack
coat prior to the bituminous mixture being placed against them.

SS-401/Page 18 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

401-4.09 Preparation of Bituminous Material – Heat the bituminous material in a


manner to avoid local overheating and provide a continuous supply of the bituminous
material to the mixer at a uniform temperature within the regents specified in Table 401-
10. Asphalt binder shall not be used while it is foaming nor shall it be heated above 350
degrees F at any time after delivery to the plant.

Table 401-10
Asphalt Binder Storage Temperature Range
(Minimum – Maximum) (ºF)
PG 64-22 285-315
PG 67-22 295-320
PG 70-22 300-325

401-4.10 Mixing -

a. Combine the aggregates in the mixer in the amount of each fraction of


aggregates required to meet the job-mix formula. Measure or gauge the bituminous
material shall and introduced it into the mixer in the amount specified by the job-mix
formula. Mix the materials until a complete and uniform coating of the particles and
a thorough distribution of the bituminous material throughout the aggregate is
secured.

b. Production Temperature - The production temperature will be measured at


the truck bed prior to delivery of mix to project. Temperature of the mix will be the
average of three readings measured at the top of the mix pile in each truck.
Measurement shall be taken using a properly calibrated thermometer provided by the
Contractor. Calibration shall be accomplished on a yearly basis. Mixes shall have a
production temperature between the acceptable ranges in Table 401-11:

Table 401-11
Acceptable Production Temperature Range
Minimum Production Temperature -30º F
Maximum Production Temperature +20º F

(1) Mixes with production temperature below the minimum temperature


established in Table 401-11 above shall be allowed to be delivered to the
project. In such cases the Engineer will record the final location of the
pavement section or area that represents each truck for further evaluation.

SS-401/Page 19 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

Evaluation will be performed once the Contractor has achieved compaction of


mix. Evaluation will be following the procedure indicated in Section 5 -
Procedure for Determination In-Place Compaction of PRHTA T 401-20
(Determination of HMA In-Place Compaction and Layer Thickness),
except that only one core will be extracted and evaluated. If In-Place
Compaction is within the range indicated in Table 401-12 below the mix will
be considered acceptable, otherwise the mix will be paid with a 50 percent pay
factor (PF = 50%). No retesting will be allowed.

(2) Mixes with production temperature above the maximum temperature


established in Table 401-11 above will not be allowed to be delivered to the
project.

c. Deliver all mixes at the paving site at a temperature of no less than 225
degrees F. Mixes shall have at least 225 degrees F prior to its placement in front of
the paver. Temperature of the mix will be as determined by the Materials Testing
Office.

401-4.11 Transporting, Spreading and Finishing -

a. Transport the mixture from the mixing plant to the paving site in vehicles
conforming to the requirements of Article 401-4.03. Place the protective cover over
the mix prior to departing the plant and retained in place until the mix is delivered.
Failure to comply with the above requirement will be cause for rejection of the mix
contained in the truck.

b. Lay the bituminous mixture upon an approved clean surface, spread and
struck off to the established grade and elevation. Use bituminous pavers to distribute
the mixture either over the entire width or over such partial width as may be
practicable.

c. The longitudinal joint in one layer shall be offset from that in the layer
immediately below by approximately 6-inch; however, the joint in the top layer shall
be at the center line of the pavement if the roadway comprises two lanes of width, or
at lane lines if the roadway is more than two lanes in width, unless otherwise directed.
Failure of the Contractor to observe the above dispositions and the placement of the
longitudinal joint at any wheel path will allow the Authority to reject the mix or to
accept the same at a 50 percent reduction in price.

d. On areas where irregularities or unavoidable obstacles make the use of


mechanical spreading and finishing equipment impracticable, the mixture may be

SS-401/Page 20 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

spread and finished by hand tools. For such areas the mixture shall be dumped,
spread and screeded to provide the required section and compacted
thickness. Provide suitable heating equipment or non petroleum based asphalt release
agents for keeping hand tools free from asphalt. The temperature of the tools when
used shall not be greater than the temperature of the mix placed. The use of
petroleum oils, diesel fuels or volatiles will not be permitted.

e. Place the mixtures in layers as indicated on the plans. No single layer shall
exceed 10 cm. (5") in compacted thickness.

f. When using a Material Transfer Vehicle (MTV) during lay-down operations,


a paver hopper insert shall be used at all times.

401-4.12 Compaction Requirements -

a. Immediately after the bituminous mixture has been spread, struck off and
surface irregularities adjusted, compact it thoroughly and uniformly by rolling. Roll
the surface when the mixture is in the proper condition and when the rolling does not
cause undue displacement, cracking or shoving. The number, weight and type of
rollers furnished shall be sufficient to obtain the required compaction while the
mixture is in workable condition. The sequence of rolling operations and the
selection of roller types shall be such as to meet the in-place compaction
requirements. In-place compaction shall be determined in accordance with PRHTA
T 401-20 – Determination of HMA In-Place Compaction and Layer Thickness.
Acceptable In-Place Compaction Range shall be as indicated in Table 401-12:

Table 401-12
In-Place Compaction Requirements
(Percent, Minimum – Maximum)
92 – 97

b. Unless otherwise directed, begin rolling at the sides and proceed


longitudinally parallel to the road centerline, gradually progressing to the crown of
the road. Place consecutive layers by overlapping all joints a minimum of 6-inch (15
cm.). When paving in echelon or abutting a previously placed lane, roll the
longitudinal joint first followed by the regular rolling procedure. On super-elevated
curves the rolling shall begin at the low side and progress to the high side by
overlapping of longitudinal trips parallel to the center line.

SS-401/Page 21 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

c. Move rollers at a slow but uniform speed with the drive roll or wheels nearest
the paver except when rolling an incline, then the procedure is reversed.

d. Any displacement occurring as a result of the reversing of the direction of a


roller, or from other causes, shall be corrected at once by the use of rakes and addition
of fresh mixture when required. Care shall be exercised in rolling not to displace the
line and grade of the edges of the bituminous mixture. Keep wheels properly
moistened with water or water mixed with very small quantities of detergent or other
approved material to prevent adhesion of the mixture to the rollers.

e. Compact the mixture thoroughly with mechanical tampers along forms, curbs,
headers, walls and other places not accessible to the roller. Use a trench or small
vibratory roller, or cleated compression strips under the roller on depressed areas to
transmit compression.

f. Any mixture that becomes loose and broken, mixed with dirt, or is in any way
defective shall be removed and replaced with fresh hot mixture, which shall be
compacted to conform with the surrounding area. Any area showing an excess or
deficiency of bituminous mix material shall be corrected to the satisfaction of the
Engineer.

401-4.13 Joints, Trimming Edges and Cleanup -

a. Complete pavement construction of adjacent traffic lanes to the same


elevation within 24 hours. If drop-offs are left overnight, sign the drop-offs in excess
of 2 inches with "Uneven Lanes" warning signs and provide a 1V:3H fillet for drop-
offs in excess of 4 inches. At connections to existing pavements and previously
placed lifts, make the joints vertical to the depth of the new pavement. Form joints by
cutting back the previous run to expose the full-depth course.

b. Placing of the bituminous mix shall be as continuous as possible. Rollers


shall not pass over the unprotected end of a freshly laid mixture unless authorized by
the Engineer. Apply an asphalt tack coat meeting the requirements of specification
407 to the joint edge to both transverse and longitudinal joints before additional
mixture is placed against the previously rolled material.

c. At the beginning or end of a project connecting to an existing pavement the


feathering of the new surface course to match the existing grade of the old pavement
will not be permitted. To transition and match the grades, the old pavement shall be
undercut to a depth equal to the compacted depth of the new surface course being

SS-401/Page 22 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

connected to it. This work shall be a subsidiary obligation of the Contractor under the
new pavement pay items.

d. Material trimmed from the edges and any other discarded bituminous mixture
shall be removed from the roadway and disposed of by the Contractor outside the
project limits or in an approved area out of sight from the road. No deduction in
payment will be made for the fillet material removed.

401-4.14 Surface Requirements – Measure the smoothness/roughness in accordance


with Specification 410 – Hot Plant Mix Bituminous Pavement Smoothness to the applicable
smoothness level indicated in contract. Payment for compliance to surface requirements will
be as determine in Specification 410 through applicable hot plant mix bituminous item.

401-4.15 Protection of Pavement - Protect sections of newly finished work from


traffic of any kind until the mixture has become properly hardened by the cooling method
stated below.

Provide at all times in the project water supply trucks capable of applying potable water to
the compacted mix in order to cool it to a temperature below 150 degrees Fahrenheit. Apply
water after the mix has achieved the compaction level as required in this specification. Also,
provide to the Authority a calibrated infrared thermometer capable of measuring
temperatures in the range of 100 degrees Fahrenheit and 350 degrees Fahrenheit. All of the
equipment indicated above shall be a subsidiary obligation of the contract.

Do not open to traffic the compacted mix until all measurements with infrared thermometer
taken in the mat by the Authority show temperatures below 150 degrees Fahrenheit.

401-5 BASIS OF ACCEPTANCE

a. Measured Conformance - The acceptability of the quality of the hot plant-


mix bituminous pavement will be based on the tested conformance of the material
with the requirements of Articles 401-3.07 and 401-4.14 above and the tolerances for
the acceptance quality characteristics per lot as follows:

1. The average of each acceptance quality characteristic per lot shall be


within the deviation parameters established from JMF target values, and

2. The measured variability of each acceptance quality characteristic per


lot as shown in Tables 401-13 to 401-16:

SS-401/Page 23 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

Table 401-13
NMAS = 1-inch
Acceptance Quality Deviation from Target Variability Range
Characteristic5 (AQC) Value6
(DTV)
1-inch (Control Sieve) +/-8* 4
No. 4 (Control Sieve) +/-7* 3.5
No. 200 (Control Sieve) +/-3* 1.5
Amount of performance graded 0.26
binder (Pb) +/- 0.52
In-Place Compaction (IPC) 92 - 97% 2
Thickness (min. total for 80% of specified layer N/A
project) thickness
Thickness (max. total for 115% of specified layer N/A
project) thickness

Table 401-14
NMAS = 3/4-inch
Acceptance Quality Deviation from Target Variability Range
Characteristic (AQC) Value
(DTV)
¾-inch (Control Sieve) +/-8* 4
No. 4 (Control Sieve) +/-7* 3.5
No. 200 (Control Sieve) +/-3* 1.5
Amount of performance graded 0.26
binder (Pb) +/- 0.52
In-Place Compaction (IPC) 92-97% 2
Thickness (min. total for 80% of specified layer N/A
project) thickness
Thickness (max., total for 115% of specified layer N/A
project) thickness

5
Acceptance Quality Characteristic (AQC) – Characteristic or property of a mix that is
measured for acceptance purposes.
6
Target Value – Mix design values as reported in JMF for each acceptance quality
characteristic.

SS-401/Page 24 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

Table 401-15
NMAS = 1/2-inch
Acceptance Quality Deviation from Target Variability Range
Characteristic (AQC)4 Value
(DTV)
1/2-inch (Control Sieve) +/-8* 4
No. 8 (Control Sieve) +/-7* 3.5
No. 200 (Control Sieve) +/-3* 1.5
Amount of performance graded 0.26
binder (Pb) +/- 0.52
In-Place Compaction (IPC) 92-97% 2
Thickness (min. total for 80% of specified layer N/A
project) thickness
Thickness (max. total for 115% of specified layer N/A
project) thickness

Table 401-16
NMAS = 3/8-inch
Acceptance Quality Deviation from Target Variability Range
Characteristic (AQC) Value
(DTV)
3/8-inch +/-7* 3.5
No. 8 +/-7* 3.5
No. 200 +/-3* 1.5
Amount of performance graded +/- 0.52 0.26
binder (Pb)
In-Place Compaction (IPC) 92-97% 2
Thickness (min, total for 80% of specified layer N/A
project) thickness
Thickness (max. total for 115% of specified layer N/A
project) thickness

(*)Upper gradation deviation shall not be outside the grading composition requirements of
Table 703-3. In such cases the DTV will be reduced accordingly (Allowable Deviation from
Target Value (ADTV)). Deviations are subject to selected target value in the approved JMF.

SS-401/Page 25 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

b. Segregated HMA (segregated areas and/or longitudinal streaks sections) –


The acceptability of HMA pavement were segregation7 is perceived to be present will
be determined in conformance with PRHTA T 401-30 - Determination of HMA
Pavement Density Profile and based upon the following criteria:

1. HMA material will be considered acceptable if both of the following


conditions are met:

a. Maximum - minimum density range is less than 6.0 pcf.

b. Mean – minimum density range is less than 3.0 pcf.

2. HMA material will be rejected if any of the requirements above are not
met. The section(s) shall be removed at the contractor expense and replaced.

c. HMA with Bleeding - The acceptability of HMA pavement were bleeding8 is


perceive to be present will be determined in conformance with PRHTA T 401-40 -
Determination of Asphalt Binder Content of Compacted HMA and based upon
the following criteria:

1. Will be considered acceptable if the following condition is met:

a. Asphalt content (Pb) is within the range of +/-0.70 from JMF.

2. Will be rejected if it does not meet the requirement above. The


section(s) shall be removed at the contractor expense and replaced.

d. Contractor costs related to the activities stated in b and c above will be


reimbursed to the Contractor on a force account basis if the HMA material is
considered acceptable.

401-6 METHOD OF MEASUREMENT

401-6.01 Plant-mix bituminous pavement courses will be measured by the ton of


compacted mixture placed in the accepted work, as called for in the contract
documents. Measurement will be by weighing the delivery trucks at approved scales. Batch
weights will not be accepted as a method of measurement.

401-6.02 Any excess tonnage due to excess thickness, determined as provided in Article
401-3.07e and 401-5 as applicable, will be deducted from the measurement for payment.

SS-401/Page 26 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

401-6.03 Due to possible variations in the specific gravity of the aggregates, the
tonnage used may vary from the contract quantities and no adjustment in the contract unit
price will be made because of such variation.

401-6.04 Work prescribed under Article 401-4.08, Preparation of Surface to be Paved,


except for the leveling course and mix material used for patching and correcting irregularities
in old surfaces, will not be measured directly for payment, but will be considered as a
subsidiary obligation of the Contractor under the various items of hot plant-mix bituminous
pavement. Hot plant-mix material used for patching and leveling in this work will be
measured for payment under the respective unit prices.
7
Segregation - The non-uniform distribution of HMA coarse and fine aggregate components.
Segregation can be determined visually as pavement sections that have a significantly
different texture than the surrounding material.
8
Bleeding (Excess surface asphalt) - A shiny, black surface caused by liquid asphalt
migrating to the pavement surface. The result can mean a loss of surface texture on the
pavement.

401-7 BASIS OF PAYMENT

401-7.01 The completed and accepted quantities of each class of hot plant mix
pavement, measured as provided above, will be paid for at the contract unit price per unit of
measurement except as specified in Article 401-7.02 below. Such prices and payment shall
constitute full compensation for the cost of the mix design and other related costs,
preparation of the surface to be paved; the furnishing and placing of any required prime or
tack coat; and the furnishing, placing, compacting and finishing of all required materials for
the pavement; smoothness of the final pavement surface and for all labor, equipment, tools
and incidentals necessary to complete each item of work as indicated in this specification.

401-7.02 Payment for hot plant mix pavement will be paid for by Lot at unit price
multiplied by the applicable Composite Lot Pay Factor (CPF Lot) as follows:

a. Individual Acceptance Quality Characteristics (AQC) Pay Factor


Determination:

1. Aggregate Gradation:

a) Average Requirements:

SS-401/Page 27 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

For All Control Sieves (*):

If average of lot is within (JMF – DTV, JMF + ADTV) Then


determine Pay Factor of AQC based upon variability range
requirements stated in b); Otherwise CPF Lot = 0.50.

b) Variability Range Requirements:

Pay Factor Equation for Control Sieves 1-inch, ¾-inch and ½-inch (+/- 8*):

PF NMAS = 1.25 (Variability Range) -0.161 (Equation #1)

If PF NMAS > 1.00 Then PF NMAS = 1.00

Pay Factor Equation for Control Sieves 3/8-inch No. 4 and No. 8 (+/- 7*):

PF PCS = 1.22 (Variability Range)-0.161 (Equation #2)

If PF PCS > 1.00 Then PF PCS = 1.00

Pay Factor Equation for Control Sieves No. 200 (+/- 3*):

PF No. 200 = 1.10 (Variability Range) -0.161 (Equation #3)

If PF No. 200 > 1.00 Then PF No. 200 = 1.00

(*)Upper gradation deviation shall not be outside the grading composition


requirements of Table 703-3. In such cases the DTV will be reduced accordingly
(Allowable Deviation from Target Value (ADTV)). Deviations are subject to
selected target value in the approved JMF.

Pay Factor Equation for Aggregate Grading (PF Agg): Pay Factor for aggregate
grading will be calculated based on the Pay Factors (PF) of corresponding mix
control sieves with the following weighting applied: 10 percent for control sieves
1-inch, ¾-inch and ½-inch (NMAS sieves), 15 percent for Control Sieves 3/8-inch
No. 4 and No. 8 (PCS sieves) and 75 percent for Control Sieve No. 200.
Calculate the PF Agg by using the following formula:

PF Agg = (0.10 x PF NMAS) + (0.15 x PF PCS) + (0.75 x PF No. 200) (Equation #4)

If PF Agg > 1.00 Then PF Agg = 1.00

SS-401/Page 28 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

2. Binder Content (Pb):

a) Average Requirements:

If Average Binder Content of lot is within (JMF – 0.52, JMF +


0.52) Then determine Pay Factor of AQC based upon
variability range requirements stated in b); Otherwise CPF Lot
= 0.50.

b) Variability Range Requirements:

Pay Factor Equation for Pb (+/- 0.52):

PF Pb = 0.8 (Variability Range)-0.321 (Equation #5)

If PF Pb > 1.00 Then PF Pb = 1.00

3. In-Place Compaction (IPC):

a) Average Requirements:

If average IPC of lot is within (92% and 97%) Then determine


Pay Factor of AQC based upon variability range requirements
stated in b); Otherwise CPF Lot = 0.50.

b) Variability Range Requirements:

Pay Factor Equation for In-Place Compaction (IPC):

PF IPC = 1.12 (Variability Range)-0.161 (Equation #6)

If PF IPC > 1.00 Then PF IPC = 1.00

b. Composite Lot Pay Factor (CPFLot) (value of work): A Composite Lot Pay
Factor will be calculated based on the individual AQC Pay Factors (PF) determined
above with the following weighting applied: 20 percent aggregate gradation, 30
percent Binder Content (Pb) and 50 percent In-place Compaction (IPC). Calculate
the CPFLot by using the following formula:

SS-401/Page 29 of 30
July 30, 2009

SUPPLEMENTAL SPECIFICATION

SPECIFICATION 401 – HOT PLANT-MIX BITUMINOUS PAVEMENT

Composite Lot Pay Factor (CPFLot) Equation:

CPF Lot = (0.2 x PF Agg) + (0.3 x PF Pb) + (0.5 x PF IPC ) (Equation #7)

c. The above CPFLot will be in addition to any reduction in payment for excess
tonnage in pavement thickness provided under Article 401-5.

401-7.03 Control Strip Section – Control Strip Section will be paid for at the contract
unit price per unit of measurement. Such prices and payment shall constitute full
compensation for the cost of cold milling, if required, preparation of the surface to be paved;
the furnishing and placing of any required prime or tack coat; and the furnishing, placing,
compacting and finishing of all required materials for the control strip section; and for all
labor, equipment, tools and incidentals necessary to complete said work.

401-7.04 Payment will be made under:

Pay Item Pay Unit

Hot Plant-Mix Bituminous Pavement - S (50 or 75)* (38 or 12)** .......................... Ton
Hot Plant-Mix Bituminous Pavement - B (50 or 75)* (12, 34 or 1)** ..................... Ton
Hot Plant-Mix Bituminous Pavement - L (50 or 75)* (38, 12, 34 or 1)** ................ Ton
Control Strip Section ...................................................................................................... Ton

* Indicates the number of applicable hammer blows (AASHTO T 245)

** Indicate the applicable Nominal Maximum Aggregate Size (NMAS) of Mix as follows:

38 = Mix NMAS of 3/8-inch


12 = Mix NMAS of 1/2-inch
34 = Mix NMAS of 3/4-inch
1 = Mix NMAS of 1-inch

In those cases in which the Authority does not require a specific NMAS in the mix pay item,
the Contractor will have the option of selecting the NMAS of the mix to be designed,
produced and placed in the project. The selection by the Contractor of the above mix
properties shall be based upon mix compliance with all specification requirements.

SS-401/Page 30 of 30
September 27, 2005

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 403 -


COLD MILLING OF BITUMINOUS CONCRETE PAVEMENT

403-4 METHOD OF MEASUREMENT

Article 403-4.01 is revised to read as follows:

403-4.01 Cold milling of bituminous concrete pavement will be measured by the cubic
meter of pavement acceptably milled to the depth, cross section of profile grade specified in
the contract documents or ordered by the engineer.

a. For each strip of existing pavement removed by the cold milling process, the
volume removed will be determined by multiplying the average depth removed,
measured to the nearest millimeter, by the length and width of the strip measured to
the nearest centimeter.

b. The average depth of each strip will be determined by measuring the depth
removed at the lip along the longitudinal edge of the strip, every 6.0 meters or
fraction thereof, and averaging these measurements.

c. Pavement removed in excess of the depth, cross section or profile grade


specified in the plans, or ordered by the Engineer, will not be included in the
measurement for payment.

403-5 BASIS OF PAYMENT

403-5.02 Payment will be made under:

The pay unit is revised to read as follows:

Pay Item Pay Unit

Cold Milling Bituminous Concrete Pavement .............................................. Cubic Meter

SS-403/Page 1 of 1
May 9, 2008

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 506 – GRINDING


PORTLAND CEMENT CONCRETE PAVEMENT

506-3 CONSTRUCTION REQUIREMENTS

506-3.02 Equipment –

Delete Paragraph b.

Paragraph c. is revised to read as follows:

c. All grinding equipment shall be satisfactorily maintained and the diamond


blades replaced as necessary to obtain the required results during the grinding
operations.

506-3.03 Grinding Procedures

Paragraph b. is revised to read as follows:

b. The entire areas designated on the plans and established by the Engineer shall
be ground until the pavement surfaces adjacent sides of transverse joints and cracks
are in the same plane. The operation shall result in a pavement that conforms to the
required cross sections. It is the intention of this specification that the faulting at
joints and cracks be eliminated, that the overall riding characteristics be within the
limits specified, and that substantially the entire pavement surface be textured.
Pavement areas to grinded will be divided in lots of the width of the lane and 100
meters long. Extra depth grinding to eliminate minor depressions in order to provide
texturing for all of the pavement surfaces will not be required but at least 90% of each
lot of the surfaces designated for grinding shall be textured.

506-3.04 Final Surface Finish

Paragraph a. 1. is revised to read as follows:

1. The texture shall consist of parallel longitudinal corrugations that


present a corduroy type appearance of narrow ridges. The peaks of the ridges
shall be of approximately 0.16 centimeters (1/16”) higher than the bottom of
the grooves. These corrugations shall be evenly spaced throughout the
pavement at approximately 0.55 centimeters between groove.

Delete Paragraph a. 2. .

SS-506/Page 1 of 1
January 31, 2006

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 610 – UNDERDRAINS

THE TITLE OF THIS SPECIFICATION SHALL BE REVISED TO READ:

SPECIFICATION 610 – CONCRETE BARRIER

SS-610/Page 1 of 1
August 3, 2007

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 618 –


THERMOPLASTIC AND PREFORMED PLASTIC PAVEMENT MARKINGS

618-3 CONSTRUCTION REQUIREMENTS

618-3.01 General

Paragraph c. is revised to read as follows:

c. All markings shall be as shown on the plans, standard drawings or as ordered


by the Engineer. Details not shown on the plans shall be in accordance with the
current edition of the Manual on Uniform Traffic Control Devices from the Federal
Highway Administration (MUTCD-FHWA). All markings shall present a clear cut,
uniform and workmanlike appearance. Any markings which fail to have a uniform,
satisfactorily appearance, either day or night, shall be corrected at the Contractor’s
expense.

618-3.02 Reflectorized Thermoplastic Markings

d. Application Rates:

Paragraph 3 is revised to read as follows:

3. Glass Beads - Glass beads shall be automatically applied immediately


behind the striping mechanism at a rate of one (1) pound per one (1) square
meter of thermoplastic surface area.

SS-618/Page 1 of 1
Revised: June 22, 2018

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 638 –


MAINTENANCE AND PROTECTION OF TRAFFIC

638-1 DESCRIPTION

638-1.01 Scope

The following paragraph is revised to read as follows:

d. All traffic control devices and traffic control operations shall be in accordance
with the current edition of the Manual on Uniform Traffic Control Devices from the
Federal Highway Administration (MUTCD-FHWA) and the Standard Drawings.

638-2 MATERIALS

638-2.01 General

The following paragraph is revised:

a. All traffic control devices shall conform to the design, dimensions, materials,
colors, fabrication and installation requirements specified on the plans, the “Manual de
Señales de Tránsito (MST) of the DTPW, the standard drawings of the Authority, the
standard specifications as may be modified by the specification and the current
edition of the Manual on Uniform Traffic Control Devices from the Federal Highway
Administration (MUTCD-FHWA).

Add the following paragraph:

e. All traffic control devices shall have been successfully crash tested to meet the
requirements of NCHRP 350 and/or been approved by the Federal Highway
Administration. The Contractor shall submit the Engineer a certificate of compliance
for this in a form meeting the requirement of Section 106.06 of the General
Provisions.

SS-638/Page 1 of 18
Revised: June 22, 2018

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 638 –


MAINTENANCE AND PROTECTION OF TRAFFIC

The following articles are revised to read as follows:

638-2.02 Construction Signs

a. Sign panels may be made of aluminum, galvanized steel or marine plywood.


Sign posts shall be metallic as shown on standard drawings but wood supports may be
used when so designed to yield when impacted by a moving vehicle. Wood posts shall
be according to temporary traffic sign mounting details included in the contract
documents.

b. Reflective sheeting shall be fluorescent orange prismatic retro-reflective


consisting of prismatic lenses formed in a transparent fluorescent orange synthetic resin,
sealed, and backed with an aggressive pressure sensitive adhesive protected by a
removable liner. The sheeting shall have a smooth surface.

1. Physical Properties –

(a) Photometric - Coefficient of Retroreflection RA - When the


sheeting applied on test panels is measured in accordance with ASTM E
810, it shall have minimum coefficient of retroreflection values as shown
in Table 638-I. The rotation angle shall be as designated by the
manufacturer for test purposes, the observation angles shall be 0.2
degrees and 0.5 degrees, the entrance angles (component B1) shall be -4
degrees and +30 degrees.

TABLE 638-I
Minimum Coefficient of Retroreflection RA
Candelas per footcandle per square foot
Observation Entrance RA
Angle (deg.) Angle (deg.) Orange
0.2 -4 200
0.2 + 30 90
0.5 -4 80
0.5 + 30 50
The rotation shall be as designated by the manufacturer.

SS-638/Page 2 of 18
Revised: June 22, 2018

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 638 –


MAINTENANCE AND PROTECTION OF TRAFFIC

(b) Daytime Color – Color shall conform to the requirements of


Table 638-II. Daytime color and maximum spectral radiance factor
(peak reflectance) of sheeting mounted on test panels shall be determined
instrumentally in accordance with ASTM E 991. The values shall be
determined on a Hunter Lab Labscan 6000 0/45 Spectrocolorimeter with
option CMR 559 (or approved equal 0/45 instrument with
circumferential viewing illumination). Computations shall be done in
accordance with ASTM E 308 for the 2 degree observer.

TABLE 638-II
Color Specification Limits** (Daytime)
Reflectance
1 2 3 4
Color Limit Y (%)
X Y X Y X Y X Y MIN MAX
Orange
0.58 0.416 0.523 0.397 0.560 0.360 0.631 0.369 28 -
(new)
Orange
0.58 0.416 0.523 0.397 0.560 0.360 0.631 0.369 20 45
(weathered)
Maximum Spectral Radiance Factor, new: 110%, min.
weathered: 60%, min.
** The four pairs of chromaticity coordinates determine the acceptable color in terms of
the CIE 1931 standard colorimetric system measured with standard illuminant D65.

(c) Nightime Color - Nightime color of the sheeting applied to test


panels shall be determined instrumentally in accordance with ASTM E
811 and calculated in the u', v' coordinate system in accordance with
ASTM E 308. Sheeting shall be measured at 0.33 degrees observation
and -4 degree entrance at rotation as determined by the manufacturer
for test purposes. Color shall conform to the requirements of Table III.

SS-638/Page 3 of 18
Revised: June 22, 2018

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 638 –


MAINTENANCE AND PROTECTION OF TRAFFIC

TABLE 638-III
Color Specification Limits ** (Nighttime)
1 2 3 4
Color
u' v' u' v' u' v' u' v'
Orange
(new and 0.400 0.540 0.475 0.529 0.448 0.522 0.372 0.534
weathered)

(d) Field Performance – Retroreflective sheeting processed and


applied to sign blank materials in accordance with the sheeting
manufacturer's recommendations, shall perform effectively for a
minimum of 3 years. The retroreflective sheeting will be considered
unsatisfactory if it has deteriorated due to natural causes to the extent
that: (1) the sign is ineffective for its intended purpose when viewed
from a moving vehicle under normal day and night driving conditions;
or (2) the coefficient of retroreflection is less than 100 when measured
at 0.2 degrees observation and -4 degree entrance. All measurements
shall be made after sign cleaning according to the sheeting
manufacturer's recommendations.

638-2.03 Barricades, Drums and Cones (limited use)

Barricades shall be constructed of wood or plastic. Drums shall be plastic with conic, round or
square section, approximately 36 inches high and a minimum of 18 inches in diameter. Cones
shall be used on low-volume, low-speed (40MPH or less) roadways only. Never shall be used
on expressway, freeway or toll roads. They shall be a minimum of 28 inches in height with a
broadened base, orange colored and shall be made of a material that can be struck without
causing damage to the impacting vehicle. Barricades, drums and cones shall be marked and
reflectorized in accordance with the requirements of the current edition of the Manual on
Uniform Traffic Control Devices from the Federal Highway Administration (MUTCD-FHWA).

638-2.04 Temporary Pavement Markings

Add the following paragraph:

e. When temporary pavement markings will remain for more than fourteen (14)
calendar days, thermoplastic pavement markings in conformance to the requirements of

SS-638/Page 4 of 18
Revised: June 22, 2018

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 638 –


MAINTENANCE AND PROTECTION OF TRAFFIC

Article 716-4 or preformed plastic pavement markings in conformance to the


requirements of Article 716-5 shall be used.

638-2.07 Temporary Impact Attenuators

The following paragraph is revised:

Temporary impact attenuators shall be module or crash cushion type conforming to


Specification 620 - Traffic Impact Attenuator and Standard Drawings. They shall be installed as
indicated on the plans or as ordered by the Engineer.

638-2.11 Warning Lights

The following paragraph is revised:

Warning lights shall be of the steady burning type meeting the requirements of the current
edition of the Manual on Uniform Traffic Control Devices from the Federal Highway
Administration (MUTCD-FHWA).

Add the following articles:

638-2.13 Portable Changeable Message Signs (PCMS)

a. PCMS’s shall meet all physical display and operational requirements as


described in the current edition of the Manual on Uniform Traffic Control Devices
from the Federal Highway Administration (MUTCD-FHWA).

b. Display panel and housing shall comply with the following requirements:

1. Shall be weather-tight.

2. All nuts, bolts, washer and other fasteners shall be made of a corrosive
resistant material.

3. The message matrix panel background and frame for PCMS assembly
shall be painted flat black according to Federal Specification TT-E-489.

4. Servicing of all massage matrix panel components shall be


accomplished from the front of the message matrix panel.

SS-638/Page 5 of 18
Revised: June 22, 2018

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 638 –


MAINTENANCE AND PROTECTION OF TRAFFIC

5. Each message matrix panel shall provide a glare screen for each
message line to aid against sun glare.

6. The display panel, when raised in the upright position, will have a
minimum height of 2.1 meters from the bottom of the panel to the ground.

7. The unit shall have an accessible mechanism to easily raise and lower
the display assembly. A locking device shall also be provided to ensure the
display panel will remain in the raised or lowered position.

c. The message matrix shall comply with the following requirements:

1. The PCMS message matrix shall be 2.1 meters height by 3.0 meters
wide.

2. The message matrix panel shall contain three separate lines. Each line
shall consist of at least eight characters, equally spaced a minimum of 7.62
cm. Each character shall contain 35 pixels in a five by seven horizontal to
vertical grid arrangement.

3. Each message line of the PCMS shall provide for characters 33 cm


wide by 45.7 cm high and variable graphic and symbol sizes to a minimum of
45.7 cm in height.

d. The electrical system of the PCMS shall be solar powered and comply with
the following requirements:

1. The photovoltaic unit shall provide twenty one (21) days of continuous
operation without sun light with a minimum of on site maintenance.

2. Automatic recharging of power supply batteries shall be provided.

3. The battery shall be equipped with a battery controller to prevent over


charging and over discharging. An external battery level indicator shall be
provided.

4. The battery, controller, and power panel shall be protected from


weather elements and vandalism.

e. The controller shall comply with the following requirements:

SS-638/Page 6 of 18
Revised: June 22, 2018

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 638 –


MAINTENANCE AND PROTECTION OF TRAFFIC

1. The controller and control panel shall be housed in a weather, dust and
vandal proof cabinet.

2. The keyboard shall be equipped with a security lockout feature to


prevent unauthorized use of the controller.

3. The controller shall be solid state in design and function.

4. The control panel shall display a representative message that will be


displayed on the sign panel.

5. The flash rate shall be adjustable in the sign controller from one to ten.

f. Operation and Performance –

1. The message shall be displayed in upper case except when lower case
is project specific and is allowed by the current edition of the MUTCD.

2. The message matrix shall be visible from 800 meters and legible from
a distance of 200 meters under both day and night conditions. Under variable
level conditions the sign shall automatically adjust it’s light source so as to
meet the 200 meters visibility requirement. The message panel shall have
adjustable display rates, so that the entire message can be read at least twice at
the posted highway speed.

3. The control panel shall have the capability to store a minimum of fifty
(50) preprogrammed messages.

4. The controller in the control panel shall have a memory capable of


maintaining the stored messages even during non-powered conditions.

5. The controller shall allow the operator to generate additional messages


on site via the keyboard.

6. All messages shall be flashed or sequenced. In the sequence mode, the


controller shall have the capability to sequence three lines during one cycle.

SS-638/Page 7 of 18
Revised: June 22, 2018

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 638 –


MAINTENANCE AND PROTECTION OF TRAFFIC

638-2.14 Truck-Mounted Attenuators (TMAs) and Shadow Vehicles

a. Truck-Mounted Attenuator systems (TMA) consist of an energy absorbing


component and a rear panel with a retro-reflective chevron panel and vehicle lighting
system attached to a truck (shadow vehicle) using a back support assembly with an
appropriate connecting mechanism. Truck-mounted attenuators shall be equipped with
a system for tilting from the horizontal configuration where it has energy absorbing
capacity to a vertical position on the truck when not in use. The unit shall have a
mechanical locking device to secure the truck mounted attenuator energy absorbing
component in the vertical upright travel position.

b. A Trailer Mounted TMA consists of an energy absorbing mechanism attached


to a specially designed trailer connected to a truck (shadow vehicle), a rear panel with a
retro-reflective chevron panel and vehicle lighting system. The Trailer Mounted TMA
shall be considered a TMA system for the purposes of this specification unless
indicated otherwise. The Trailer Mounted TMA shall be designed for use as a trailer
with different types of trucks normally used as shadow vehicles in maintenance and
construction activities. The Trailer Mounted TMA shall provide for easy attachment
and detachment from the truck, including a trailer hitch or collar specifically designed
and tested for this use. The Trailer Mounted TMA shall be complying with the
requirements for a TMA system as per this specification, except the requirements in
Article 638-2.13 (a).

c. The Authority reserves the right to reject a certain TMA for use in certain
applications based on the crash test results, past and present equipment in-service
performance and any other technical limitations noted in FHWA's letter of acceptance.

d. The Contractor shall provide TMA systems manufactured in compliance with


all requirements of this specification, the manufacturer’s recommendations and the
most current version of the MUTCD as adopted by the Authority.

e. The TMA rear panel shall have a standard trailer lighting system in compliance
with applicable motor vehicle laws, including but not limited to brake lights, tail lights
and turn signals. Lights shall be visible in both the raised and lowered positions.

f. The Truck-Mounted Attenuator shall be no less than 84 inches wide and no


more than 108 inches wide. Color of the truck-mounted attenuators shall be yellow.

SS-638/Page 8 of 18
Revised: June 22, 2018

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 638 –


MAINTENANCE AND PROTECTION OF TRAFFIC

g. All mechanical and electrical components of the TMA shall be completely


compatible with the shadow vehicle following the manufacturer’s recommendations.
The Contractor shall be responsible to comply with all safety measures as
recommended by the manufacturer. The uses of third party or homemade adapters,
connectors or converters are not acceptable for the purposes of this specification.

h. Truck-mounted attenuator systems shall conform to the requirements of the


National Cooperative Highway Research Program (NCHRP) Report 350. Prior to
their use, the Contractor shall submit the Engineer a certificate of compliance in a
form meeting the requirements of Section 106.06 of the General Provisions. The
certificate of compliance shall be accompanied by the following:

1. TMA product catalog, manuals and specifications.

2. A copy of the Federal Highway Administration acceptance letter.

3. Non-reflective and retro-reflective sheeting specifications.

4. A copy of the weight ticket for the shadow vehicle as indicated in the
Article 638-2.13 (g.).

i. Each TMA shall be like new. Furnish each unit with all equipment, options,
and features as required by these specifications. If the TMA system is not furnished
new, the Contractor shall document and demonstrate to the Engineer’s satisfaction
that the system conforms to the requirements of a new system or NCHRP 350 at the
Test Level for which it was originally designed and may be used until the end of the
attenuation device's useful service life. TMA systems without retro-reflective stripes
or otherwise damaged shall not be acceptable to the Authority.

j. Truck-mounted attenuators shall comply with crash tests according to NCHRP


350 Test Level 3 or Test Level 2, as required in each case. The Authority shall require
that each truck mounted attenuator complies with the following Test Level based on
the posted speed limits of the road under normal conditions, before implementing the
work zone. The TMA Test Level shall comply with the following speed limits:

Posted Speed Limit of the road


(Under normal conditions) TMA Test Level required
45 MPH or less Test Level 2
50 MPH or more Test Level 3

SS-638/Page 9 of 18
Revised: June 22, 2018

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 638 –


MAINTENANCE AND PROTECTION OF TRAFFIC

k. The TMA unit shall have a chevron pattern that covers the rear face of the
unit. The standard chevron pattern shall consist of stripes, alternating non-reflective
black and yellow retro-reflective prismatic sheeting, slanted at 45 degrees in an
inverted "V" pattern, centered on the rear of the unit. The width of the stripes shall be
between 4 - 8 inches (100 - 200 millimeters). The chevron pattern shall cover a
minimum of 75 percent of the rear panel area excluding the required vehicle or trailer
lighting, and shall be visible to traffic at all times.

l. Each of the stripes in the chevron pattern shall consist of factory installed
flexible sheeting, capable of absorbing minor impacts without cracking. Yellow retro-
reflective prismatic sheeting material shall comply with the requirements of ASTM
D4956 Type VIII or Type XI. The retro-reflective prismatic sheeting shall be
installed by the manufacturer and shall comply with the performance requirements of
this specification. The design and placement of the stripes shall follow this
specification and the most current MUTCD requirements.

m. The weight of the shadow vehicle shall be as recommended by the


manufacturer of the TMA. The Contractor shall provide a copy of the manufacturer’s
recommendation to the Engineer and a copy of a weight ticket for the vehicle. The
weight ticket shall contain adequate information to associate the ticket with the
applicable vehicle. Additional weight may be added to the shadow vehicle to achieve
the range recommended by the manufacturer of the TMA provided the total weight is
within the Gross Vehicle Weight Recommendation of the shadow vehicle and is
anchored to the vehicle or installed in its bed in such a way that no movement will
occur during impacts.

n. An electronic Flashing Arrow Sign complying with Supplemental


Specification 638 shall be attached to the shadow vehicle or truck-mounted attenuator
system as recommended by the manufacturer. The Flashing Arrow Sign installed with
the TMA shall constitute a subsidiary obligation of the Contractor under the
respective pay item. The use of the Flashing Arrow Sign shall be subject to the Plans,
Standard Drawings and the most current version of the MUTCD as adopted by the
Authority.

o. The shadow vehicle shall have at least one rotating amber light or high-
intensity amber strobe light functioning while in operation. When indicated by the
Plans or by the Engineer an electronic Flashing Arrow Sign operated in the caution
mode may be used in lieu of the rotating or high-intensity amber strobe light.

SS-638/Page 10 of 18
Revised: June 22, 2018

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 638 –


MAINTENANCE AND PROTECTION OF TRAFFIC

p. The transmission of the shadow vehicle with the truck-mounted attenuator in


use shall be in second gear, except for those with an automatic transmission, which
shall be in park. The parking brake shall be applied and the front wheels aligned
straight ahead when operating in the stationary mode.

638-2.15 Temporary Transverse Rumble Strips (TTRS)

a. The use of the Temporary Transverse Rumble Strips shall be as indicated on the
plans and comply with the most current version of the MUTCD as adopted by the
Authority.

b. Temporary Transverse Rumble Strips shall consist of thermo set cast urethane,
engineered polymers, or rubber materials. TTRSs shall consist of single collapsible
segments or be comprised of interlocking sections that shall extend 0.30 meter (12
inches) of the full lane width. TTRSs shall be not greater than 0.025 meter (1 inch) in
height, portable and reusable. They shall be manufactured to be used at temperatures
ranging from 50°F to 180°F.

c. TTRSs shall have a non-slip textured surface and be capable of being installed
without adhesives or fasteners. Colors shall be submitted for the approval of the
Engineer prior to its use.

638-3 CONSTRUCTION REQUIREMENTS

638-3.02 Construction Signs

Paragraph b. is revised to read as follows:

b. The number of signs indicated in the current edition of the Manual on


Uniform Traffic Control Devices from the Federal Highway Administration
(MUTCD-FHWA), standard drawings, and the plans are a minimum and the Engineer
may require additional signs. The Contractor shall have adequate quantities of these
signs on hand prior to starting construction operations for use as required.

638-3.03 Barricades, Drums and Cones

Paragraph a. is revised to read as follows:

SS-638/Page 11 of 18
Revised: June 22, 2018

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 638 –


MAINTENANCE AND PROTECTION OF TRAFFIC

a. The Contractor shall furnish, erect, maintain, move, replace and remove
construction barricades, drums and cones where and as indicated on the plans, the
current edition of the Manual on Uniform Traffic Control Devices from the Federal
Highway Administration (MUTCD-FHWA) or as directed by the Engineer.

638-3.04 Temporary Pavement Markings

Add the following paragraph:

c. When as required by Article 2.04 (e.) , thermoplastic or preformed plastic


pavement markings are used, they shall be applied in accordance with Specification
618.

638-3.07 Temporary Impact Attenuator

The following paragraphs are revised as follows:

a. The Contractor shall furnish, install and maintain temporary traffic impact
attenuator module or crash cushion type at the locations shown on the plans or as
ordered by the Engineer.

b. The temporary impact attenuator for each particular location shall be designed
and erected in accordance with the manufacturer’s recommendations. When the
temporary impact attenuator is not required in the project, it shall not be removed
until ordered by the Engineer.

c. Any temporary impact attenuator modules or crash cushions damaged by


impacting vehicles shall be promptly replaced. The Contractor shall be responsible
for the cost of repair or replacement of any temporary module or crash cushion type
damaged for any reason attributable to negligence or omission in the Contractor’s
work.

638-3.11 Flag persons

Paragraph c. is revised to read as follows:

c. For daytime work the flagger’s vest, shirt, or jacket shall be orange, yellow,
yellow-green, or a fluorescent version of these colors. For nighttime work, similar
outside garments shall be retro reflective. The flagmen operate in conformance with

SS-638/Page 12 of 18
Revised: June 22, 2018

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 638 –


MAINTENANCE AND PROTECTION OF TRAFFIC

the procedures and requirements of the current edition of the Manual on Uniform
Traffic Control Devices from the Federal Highway Administration (MUTCD-
FHWA).

Add the following articles:

638-3.12 Portable Changeable Message Signs (PCMS)

a. When the pay item for PCMS’s is included in the proposal schedule, the
Contractor shall furnish, install, operate and maintain two PCMS’s which shall be
always available at the project.

b. The Engineer will notify the Contractor the exact locations for the installation of
the PCMS’s and the messages to be displayed on the sign.

c. The PCMS’s shall be installed and be operating with the indicated messages
within two hours after a written or oral request is issued by the Engineer. Failure to
comply with this requirement may be cause for the assessment of liquidated damages in
the amount of five hundred dollars ($500.00) per each hour or fraction of hour of non-
compliance. Liquidated damages in the same amount will be assessed for each hour or
fraction of hour the PCMS’s are not operating properly.

638-3.13 Truck-Mounted Attenuators (TMAs) and Shadow Vehicles

a. Shadow vehicles shall not be used for other purposes while the truck-mounted
attenuator is being used. There shall be no additional devices in the bed of the shadow
vehicle except the additional weight as allowed and the truck-mounted electronic
Flashing Arrow Sign.

b. The truck upon which the attenuator is to be mounted shall be fully


operational. The TMA shall be installed according to manufacturer’s specifications.

c. TMA systems shall not be parked against rigid objects such as bridge piers
and portable concrete barrier except as a temporary safety measure until a stationary
crash cushion is installed. This use of TMAs shall be 72 hours maximum, or as shown
in the Plans.

d. Use of the TMA system as a stationary barrier vehicle or shadow protection


vehicle for mobile or stop and go operations shall comply with the MPT Plans, the

SS-638/Page 13 of 18
Revised: June 22, 2018

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 638 –


MAINTENANCE AND PROTECTION OF TRAFFIC

manufacturer’s recommendations and the Engineer’s instructions in regards to the


following:

1. In a stationary barrier vehicle operation, the TMA shall be positioned so


that traffic does not pass any other object within the protected area (i.e.
equipment, personnel, and vehicles) before reaching the TMA. When the TMA
is a shadow vehicle in a mobile operation, approaching traffic shall not reach or
overtake any object before passing the TMA.

2. The TMA shall be positioned at a prudent distance before the area to be


protected or the rear of the next vehicle in the mobile array depending on the
type and speed of the operation, road conditions, traffic volumes and other site
conditions.

3. Each TMA in use shall have an assigned driver, who must remain in the
service vehicle at all times that the TMA system is in use in a mobile operation
or available to reposition the TMA within a 15-minute time frame in the case of
a stationary vehicle barrier operation.

e. In the event the truck-mounted attenuator is impacted, resulting in damage


that would cause the unit to be ineffective, all work requiring the use of the truck-
mounted attenuator shall cease until such time that the Contractor can provide an
acceptable unit as defined in the Special Provision by means of repair or replacement.
The Contractor shall complete replacement or repair operations of the defective or
damaged equipment within seventy-two hours after discovery or notification of a
failure.

f. The Contractor performing the work shall provide, install, remove, relocate as
necessary, and maintain the TMA system throughout the duration of the project.
When not in use, the Contractor is responsible to keep the TMA system away from
conflict with the roadway conditions to prevent confusion of the traveling public.

638-3.14 Temporary Transverse Rumble Strips (TTRS)

a. Temporary Transverse Rumble Strips shall be placed as shown on the plans or


as directed by the Engineer.

b. The Contractor shall verify placement with the Engineer prior to installation.
TTRSs shall be secured to the pavement, in accordance with the manufacturer’s

SS-638/Page 14 of 18
Revised: June 22, 2018

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 638 –


MAINTENANCE AND PROTECTION OF TRAFFIC

recommendations. They shall be removed from the roadway when no lane


restrictions exist or as directed by the Engineer.

c. Prior to placement of the Temporary Transverse Rumble Strip, the roadway


surface shall be cleaned to remove dust, sand, and other debris. The minimum
roadway temperature at the time of installation shall be in accordance with
manufacturer's recommendations.

d. The Contractor shall ensure that the Temporary Transverse Rumble Strips are
installed perpendicular to the lane and that the correct spacing between strips is
maintained. Positioning of the TTRSs shall be corrected if any strip misplaces by
more than 0.15 meter (6 inches). If any strip comes out of alignment, it shall be
cleaned on both sides, and reset onto a clean roadway surface.

638-4 METHOD OF MEASUREMENT

638-4.01 Individual Basis – The various devices required for the maintenance and
protection of traffic will be measured as follows:

Paragraph h. is revised to read as follows:

h. Temporary impact attenuators installed as shown on the plans or ordered by the


Engineer, other than those which are a subsidiary obligation of concrete barrier under
Specification 610 - Concrete Barrier, will be measured by each temporary module or
crash cushion type required. Each temporary module or crash cushion type will be
measured for payment only once, at the time of initial installation, except as provided
under basis of payment. The relocation, removal and reinstallation of temporary module
or crash cushion type as may be required shall be a subsidiary obligation of the
Contractor included in the contract unit price for this item.

Add the following paragraphs:

n. The unit of measurement for each PCMS will be by the month measured from
the date the sign is available at the project site and ready for operations, as determined
by the Engineer, to the date that it is indicated by the Engineer for not being necessary in
the project. Periods of less than one month will be computed at the rate of 1/30 of the
unit price per month for each day of use in the project.

SS-638/Page 15 of 18
Revised: June 22, 2018

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 638 –


MAINTENANCE AND PROTECTION OF TRAFFIC

o. Truck-mounted attenuators (TMAs) of the type (test level, (TL)) specified in the
proposal schedule will be measured by the number of hours (or fraction of an hour) of
actual operation for each unit required and accepted by the Engineer and furnished by
the Contractor. This shall include the shadow vehicle, the attenuator, amber or strobe
lights, electric arrow panels, vehicle maintenance, driver and any other requirements
established in this specification and/or indicated by the Engineer.

p. Shadow vehicles, when required by the Maintenance of Traffic drawings or as


requested by the Engineer will be measured by the number of hours (or fraction of an
hour) of actual operation for each unit required and accepted by the Engineer and
furnished by the Contractor. This shall include the vehicle, amber or strobe lights,
vehicle maintenance, driver and any other requirements established in this specification
and/or indicated by the Engineer.

q. Temporary Transverse Rumble Strips will be measured by the linear meter, to


the nearest tenth of a meter, installed as shown on the plans or ordered by the Engineer.
The cleaning of roadway surface, equipment, labor and/or other miscellaneous works for
installation of TTRSs will not be measured for direct payment but shall be a subsidiary
obligation of the Contractor covered under this pay item. Temporary Transverse Rumble
Strips will be measured for payment only once, at the time of initial installation, except
as provided under basis of payment. The relocation, removal and reinstallation of
TTRSs as may be required during construction shall be a subsidiary obligation of the
Contractor included in the contract unit price for this item.

638-5 BASIS OF PAYMENT

638-5.01 Payment

The following paragraphs are revised as follows:

c. Any traffic control device or equipment included under this specification, that is
damaged by traffic, vandalism or other cause not attributable to negligence on the part
of the Contractor will be repaired by force account, by an agreed unit price, or will be
replaced at the contract unit price when so approved by the Engineer. However, no
payment will be made for required repair or replacement of traffic control devices
damaged by the Contractor’s personnel or equipment, or as a result of negligence on his
part, of for normal maintenance.

h. In the event that that the Contractor fails to maintain traffic in a satisfactory

SS-638/Page 16 of 18
Revised: June 22, 2018

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 638 –


MAINTENANCE AND PROTECTION OF TRAFFIC

manner in accordance with the requirements of Articles 104.7, 107.08, and 107.11 of the
General Provisions and of this specification, he will be assessed liquidated damages at
the rates specified in Article 108.09 of the General Provisions for each day of such
failure. The Engineer will notify the Contractor in writing of the effective date of the
application of this penalty. This is in addition to non-payment for items that the
Contractor failed to provide and maintain under the requirement of this specification.

These fines or penalties are not reimbursable and are in addition to non-payment for
items that the Contractor failed to provide and maintain under the requirements of this
specification.

i. If the Contractor fails to maintain and protect traffic adequately and safely for
a period of 24 hours or more, the Engineer will correct the adverse conditions by any
means he deems appropriate and will deduct the cost of such corrective work from
any monies due the Contractor. The cost of this work shall be in addition to the
liquidated damages and nonpayment for items specified above.

Add the following paragraph:

j. When a PCMS is malfunctioning or not operating for a period of time within 2


to 24 consecutive hours, a deduction in the amount of 1/30 of the contract unit price per
month will be made to the payment to the contractor for said period of time remains in
the project malfunctioning or not operational.

638-5.02 Pay Items – Payment will be made under:

Add the following pay items:

Pay Item Pay Unit

Portable Changeable Message Sign (PCMS) (Each Sign)............................Month


Truck Mounted Attenuator (TMA), TL-___ (2 or 3)....................................Hour
Shadow Vehicle .............................................................................................Hour
Temporary Impact Attenuator Module Type____ ........................................Each
Temporary Crash Cushion Type____ (I, II or III), TL-___ (2 or 3).............Each
Temporary Transverse Rumble Strips (TTRS) .............................................Linear Meter

SS-638/Page 17 of 18
Revised: June 22, 2018

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 638 –


MAINTENANCE AND PROTECTION OF TRAFFIC

Add the following article:

638-5.03 Thermoplastic pavement markings found deficient in thickness but which are
accepted by the Authority according to Article 618-3.02 d. (2) will be paid for at a reduced unit
price as established on Article 618-5.02 of Specification 618 - Thermoplastic and Preformed
Plastic Pavement Markings.

SS-638/Page 18 of 18
September 27, 2006

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 639 –


PAINTED PAVEMENT MARKINGS

639-3 CONSTRUCTION REQUIREMENTS

639-3.01 General

Paragraph c. is revised to read as follows:

c. All markings shall be as shown on the plans or as ordered by the Engineer.


Details not shown on the plans shall be in accordance with the current edition of the
Manual on Uniform Traffic Control Devices from the Federal Highway
Administration (MUTCD-FHWA). All markings shall present a clear cut, uniform
and workmanlike appearance. Any markings which fail to have a uniform,
satisfactorily appearance, either day or night, shall be corrected at the Contractor’s
expense.

SS-639/Page 1 of 1
October 17, 2006

SUPPLEMENTAL SPECIFICATION

REVISIONS TO STANDARD SPECIFICATION 640 –


RAISED PAVEMENT MARKINGS

640-3 CONSTRUCTION REQUIREMENTS

640-3.01 Application of Markings

Paragraph b. is revised to read as follow:

b. All raised pavement markings shall be as shown on the plans or as ordered by


the Engineer. Details not shown on the plans shall be in accordance with the current
edition of the Manual on Uniform Traffic Control Devices from the Federal Highway
Administration (MUTCD-FHWA). All raised pavement markings shall present a
clear cut, uniform and workmanlike appearance. Any raised pavement markings
which fail to have a uniform, satisfactorily appearance, either day or night, shall be
corrected at the Contractor’s expenses.

SS-640/Page 1 of 1
June 28, 2017

SUPPLEMENTAL SPECIFICATION

REVISIONS TO SPECIFICATION 702 – BITUMINOUS MATERIALS

The following article is revised to read as follows:

702-1 Asphalt Binder: –

a. The asphalt binder shall conform to the following:

1. Be classified as PG 64-22, PG 67-22 or PG 70-22 in accordance with


AASHTO M 320.

2. The performance grading classification shall be certified by an


AASHTO Accredited Laboratory (AAP R18).

3. The Contractor shall notify the Authority in advance whenever a new


shipment of asphalt binder will arrive and thus the sampling for performance
grading will be performed.

4. The contractor shall submit the asphalt binder classification report


from the AASHTO Accredited laboratory as well as PRHTA forms.

b. The Authority will perform sampling and testing of Asphalt binder at the
following locations/frequencies:

1. Sampling at Supplier Terminal:

i. Take sample every time PRHTA is notified that a shipment is


delivered at the terminal.

ii. Independently take two samples per year per terminal

2. Sampling at Asphalt Producer Plant:

i. Take one sample randomly on a quarterly basis per active


producing plant.

3. Sampling at Construction Project:

i. Take sample twice a year in projects per asphalt producer. The


sample will consist of extracting three cores for obtaining the
liquid asphalt binder and evaluating it as per AASHTO M-320.
Other asphalt binder tests deemed by the Authority may be
performed.

SS-702/Page 1 of 1
July 30, 2009

SUPPLEMENTAL SPECIFICATION

REVISIONS TO SPECIFICATION 703 - AGGREGATES

The following article is revised to read as follows:

703-3 AGGREGATES FOR HOT PLANT-MIX BITUMINOUS PAVEMENT:

703-3.01 Aggregates, including mineral filler, shall meet the following requirements:

a. Grading of the coarse aggregates and fine aggregates shall be such that when
it is blended in the proper proportion, the resultant aggregate mixture, at both the mix
design process and during the production process, will be between the control points
in Table 703-3 for the type and category of HMA specified in contract documents.

b. Coarse aggregate fraction of the aggregate mixture (fraction not passing the
Primary Control Sieve as defined in Table 401-2 for the applicable type of HMA)
shall be crushed stone or crushed gravel meeting the following requirements:

(1) It shall have an Angularity, measured using the percent fractured faces
procedure as stated in ASTM D 5821, that meets the following requirements
for the type of mix specified in contract:

Minimum Percentage of Mix Type


Fractured Faces S L B
One Face 75 50 50

(2) The maximum percentage of wear when tested as per AASHTO T 96


shall not exceed 40 percent.

(3) Maximum number of flat and elongated particles1 shall not exceed 15
percent as per ASTM D 4791.
1
A flat and elongated particle is one where the ratio of the longest dimension to the
shortest dimension exceeds 5.

(4) It shall be of such gradation that when blended in the proper


proportion with the other constituents, the resultant aggregate mixture will
meet the gradation requirements of Table 703-3 for the type of HMA specified
in the contract documents.

(5) It shall be free from soft and disintegrated pieces, clay, organic or
other deleterious matter.

SS-703/Page 1 of 4
July 30, 2009

SUPPLEMENTAL SPECIFICATION

REVISIONS TO SPECIFICATION 703 - AGGREGATES

c. Coarse aggregate in surface mixes (fraction not passing the Primary Control
Sieve defined in table 401-2 for the applicable type of HMA specified in contract
documents) shall have a minimum polishing value of 48 as determined by ASTM D
3319.

d. Fine aggregate fraction of the aggregate mixture (fraction passing the Primary
Control Sieve defined as defined in Table 401-2 for the applicable type of HMA ix
specified in the contract documents) shall consist of natural sand, stone screenings, or
a combination thereof and shall conform to the following requirements:

(1) It shall conform to the quality requirements of AASHTO M 29, except


that the soundness test is not required.

(2) It shall be free from soft and disintegrated pieces, clay, and organic or
other deleterious matter as determined by AASHTO T 267.

(3) It shall be of such gradation that when blended in the proper


proportion with the other constituents, the resultant aggregate mixture will
meet the gradation requirements of Table 703-3 for the type of HMA specified
in the contract documents.

(4) Report Fine Aggregate Angularity, tested as per AASHTO T 304,


Method A.

(5) Report Sand Equivalent (percent), as determined by AASHTO T 176.

e. Mineral filler for bituminous paving mixtures, if required, shall conform to the
requirements of AASHTO M 17.

TABLE 703-3
AGGREGATE GRADINGS FOR HOT PLANT-MIX BITUMINOUS PAVEMENTS
Sieve Percentages by Weight Passing Square Mesh Sieve (AASHTO T-
Designation 30/11B)
Nominal Maximum Aggregate Size (NMAS)
1-inch 3/4-inch 1/2 - inch 3/8 - inch
1 – ½” 100 - - -
1” 90 – 100 100 - -
3/4” - 90 – 100 100 -
1/2” 56 – 80 - 90 – 100 100

SS-703/Page 2 of 4
July 30, 2009

SUPPLEMENTAL SPECIFICATION

REVISIONS TO SPECIFICATION 703 - AGGREGATES

3/8” 56 – 80 - 90 – 100
No. 4 29 – 59 35 – 65 44 – 74 55 – 85
No. 8 19 – 45 23 – 49 28 – 58 32 – 67
No. 16 - - - -
No. 30 - - - -
No. 50 5 – 17 5 – 19 5 – 21 7 – 23
No. 200 1–7 2–8 2 – 10 2 – 10
PCS No.4 No.4 No.8 No.8

703-3.02 Reclaimed Asphalt Pavement (RAP) - The use of Reclaimed Asphalt


Pavement (RAP) in the construction of hot plant-mix bituminous pavement courses will be
allowed as a replacement material of aggregates subject to the following conditions and
restrictions:

a. The contractor shall submit a new mix design for mixes containing RAP
following the regular procedures established by the Materials Testing Office. The
percent (%) of RAP used shall be clearly stated in the mix design and it shall contain
all of the data as a regular source of aggregates.

b. All of the requirements and conditions established and all of the reference
documents stated herein shall be met regardless of the use of RAP. All of the
deductions and/or penalties called for in the contract documents will be applied to
deficient materials or lots.

c. It shall be the contractor’s responsibility to design the new mix containing


RAP in accordance with the Asphalt Institute’s Manual MS-2 so that it meets all of
the requirements of hot plant bituminous pavement mix indicated in the contract
documents.

d. The contractor shall submit for approval of the Materials Testing Office, prior
to the production of RAP, the proposed method in which he intends to incorporate it
into the mix.

e. All of the sampling, testing and acceptance will be performed following the
requirements indicated herein and in other contract documents.

f. The maximum percentage of RAP allowed to be incorporated in surface


courses shall be 10% by weight of total mix.

g. The maximum percentage of RAP allowed to be incorporated in base and


leveling courses shall be 15% by weight of total mix.

SS-703/Page 3 of 4
July 30, 2009

SUPPLEMENTAL SPECIFICATION

REVISIONS TO SPECIFICATION 703 - AGGREGATES

h. The Highway Authority’s personnel shall have access at all times to the
plant’s control tower to verify the actual percentages of RAP being produced at the
time. At the request of the Authority the contractor shall submit a copy of the
computer printouts containing the percentages of each of the materials being used.

i. The Highway and Transportation Authority reserves the right to prohibit


immediately the use of RAP in this contract if contractor does not comply with any of
the above conditions and restrictions. The removal and replacement of any tonnage of
hot plant bituminous mix in non-compliance with all of the above shall be the
contractor’s responsibility and at no cost to the Authority.

SS-703/Page 4 of 4
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

A.3 List of Special Provisions

Issued for Bids


September 18, 2023
Specification Name ................................................... No.
Buy America Clause. ....................................................................................... N/A

Bridge Transition Upgrades ............................................................................ SP 910

Bridge Concrete Deck Repair .......................................................................... SP 937

Bridge Joint System Repair ............................................................................ SP 939

Milling of Portland Concrete Pavement ............................................................. SP 943

Milled Rumble Strip (MSRS) ............................................................................ SP 947

Warm Mix Asphalt (WMA) Pavements – Marshall ................................................ SP 962

Warm Mix Asphalt Pavement .......................................................................... SP 964

(rest of the page intentionally left in blank)


November 26, 2013

SPECIAL PROVISION

BUY AMERICA CLAUSE

1. All steel and iron items shall be manufactured and any required coating applied in the
United States. The coating materials are not subject to this clause, only the application
of the coating. United States includes the 50 United States, Puerto Rico and any place
subject to the jurisdiction thereof.

2. Products of steel include, but are not limited to, such products as structural steel, piles,
guardrail, reinforcement steel, structural plate, steel supports for signs, luminaries and
signals, steel products for utilities constructions and engines and electrical generators
for traffic signal central power systems.

3. Products of iron include, but are not limited to, such products as iron frames, covers,
grates, lather rungs and iron products for utilities constructions.

4. Application of coatings includes but is not limited to, such applications as epoxy,
galvanization and paint.

5. Ore for the manufacture of steel or iron may be from outside the United States;
however, all other manufacturing processes of steel or iron shall be performed in the
United States.

6. The Contractor shall submit the following certificate attesting to the quality of the
material provided and its origin or will cause such a certificate to be supplied by his
subcontractors or suppliers. The certificate shall include as a minimum the following:

CERTIFICATE OF COMPLIANCE AND ORIGIN


FOR MANUFACTURED OR FABRICATED STEEL
OR IRON MATERIALS

WE HEREBY CERTIFY that (description of material)

Furnished to: (Name of Contractor or Subcontractor)

For use in: (Project name)

With Federal-aid Number: and PRHTA number:

In the quantity of (Quantity represented by this certificate)

Conforms to (List ASTM, AASHTO or other applicable specifications)

SP-BAC/Page 1 of 2
November 26, 2013

SPECIAL PROVISION

BUY AMERICA CLAUSE

Produced by: (Name of manufacturer) and manufactured at: (Location)

Identified by: (Label, seal or batch number)

and shipped via: (Consignment or waybill)

meets the requirements of the project plans, specifications and special


provisions of the Puerto Rico Highway and Transportation Authority in all
respects, processing, product testing, inspection control and origin.

Exceptions to the material requirements are as follows: (list all aspects in which
the product does not complies with the contractual requirements. Attachment
of manufacturer brochure is not acceptable and exceptions are to be listed
independently in the certificate).

In addition, we certify that all steel and iron manufacturing processes and
coating applications have been performed in the United States.

All records and documents pertinent to this certificate and not submitted
herewith will be maintained available at (provide address at which records will
be maintained) by the undersigned for a period of not less than five years from
(expected completion date of the project).

Signed by:

Title:

7. This document must be signed by a person having the legal authority for binding the
Contractor, Subcontractor or Supplier.

8. The document shall be submitted in triplicate prior to or at the time of delivery.

9. The Authority may sample and test materials covered by such certification at its
discretion to ascertain the validity of certificates.

10. No materials will be incorporated into the project, nor direct or materials on hand
payments made until the Contractor has submitted and the Authority approved the
appropriate materials of origin and compliance.

SP-BAC/Page 2 of 2
Revised: January 12, 2018

SPECIAL PROVISION

SPECIFICATION 910 – BRIDGE TRANSITION UPGRADES


AND TRANSITION MODULES

910-1 DESCRIPTION

910-1.01 Scope - This work shall consist of the reconstruction to existing transition
modules, and construction of new transition modules (cast-in-place or precast) at bridges
and/or concrete barriers in accordance with these specifications and in conformity with the
lines, grades, types, details and locations shown on the plans, contract documents, Standard
Drawings or established by the Engineer.

910-2 MATERIALS

910-2.01 Structural Concrete

a. For Bridge Transition Upgrades or New Transition Modules to bridge


concrete parapets, the structural concrete shall be according to the requirements of
Specification 934 - Structural Concrete. All structural concrete shall be Class IV
(General Use) Concrete (4,000 psi at 28 days minimum) with the same Permeability
Level specified for the new structure unless otherwise specified in the construction
plans.

b. For New Transition Modules to concrete barriers, the structural concrete shall
conform according to the requirements of Specification 601 - Structural Concrete.
All structural concrete shall be Class "A" Concrete (3,000 psi at 28 days minimum)
unless otherwise specified in the construction plans.

910-2.02 Reinforcing Steel - Shall be of the class, grade and size indicated on the plans
and shall meet the requirements of Specification 602 Reinforcing Steel”.

910-2.03 Excavation - Shall conform to the requirements of Specification 206 -


Excavation For Structures.

910-2.04 Structural Bonding Agent - Shall be an epoxy-cementitious bonding agent


and an anti-corrosion coating for steel reinforcement. The structural bonding agent shall
have minimum bond strength of 2,500 psi at 24 hours as per ASTM C-882, a minimum
compressive strength of 8,000 psi at 28 days as per ASTM C-109, and a minimum pot life of
60 minutes. The Contractor shall submit, for the approval of the Engineer, the product
specifications and technical data that comply with the aforementioned parameters.

SP-910/Page 1 of 4
Revised: January 12, 2018

SPECIAL PROVISION

SPECIFICATION 910 – BRIDGE TRANSITION UPGRADES


AND TRANSITION MODULES

910-2.05 Epoxy Resin Adhesive for Anchors - Shall conform the requirements of
AASHTO M 235 and ASTM C-881, Types IV and V, Classes C. The Contractor shall
submit, for the approval of the Engineer, the product specifications and technical data that
comply with the aforementioned parameters.

910-2.06 Grout Material - Shall be a fast setting non-shrinking sand/cement mortar


mix or a concrete mix that will attain compressive strength of 4,000 psi at 7 days when tested
as per AASHTO T 22. The Contractor shall submit, for the approval of the Engineer, the
product specifications and technical data that comply with the aforementioned parameters.

910-3 CONSTRUCTION REQUIREMENTS

910-3.01 Reinforced concrete works shall be performed according with the


requirements of Specification 934 - Structural Concrete and Specification 602 Reinforcing
Steel, and as indicated on Standard Drawings or plans.

910-3.02 Scarifying works shall be performed with a fifteen (15) pounds maximum
chipping hammer or approved equal tool. The Contractor shall take utmost care to avoid any
damage to the existing transition module during reconstruction works. Any damage caused
to the module shall be repaired by the Contractor at no extra cost to the Authority.

910-3.03 The maximum number of bridge transition upgrades and/or new transition
modules to be performed at the same time shall be as established in the contract documents
and as directed by the Engineer.

910-3.04 The Contractor shall only perform works on one side of the bridge at the same
time.

910-3.05 The bridge transition upgrades and/or new transition modules shall be
constructed in a coordinated manner in relation with other project activities.

910-4 METHOD OF MEASUREMENT

910-4.01 The Bridge Transition Upgrades will be measured by the unit. This includes
both the existing transition module to be reconstructed and new transition module
constructed, completely installed and accepted by the Engineer. The complete item includes

SP-910/Page 2 of 4
Revised: January 12, 2018

SPECIAL PROVISION

SPECIFICATION 910 – BRIDGE TRANSITION UPGRADES


AND TRANSITION MODULES

but its not limited to excavation, concrete, reinforcing steel, scarification of concrete for
transition module to be reconstructed, cleaning, placing, finishing, curing, furnishing and
applying of structural bonding agent, epoxy resin adhesive for anchors and grout material,
and any other works or appurtenances necessary to complete the item.

910-4.02 The New Transition Modules (Cast-in-Place or Precast) to bridge concrete


parapets or concrete barriers will be measured by the unit. This includes the new transition
module (cast-in-place or precast) constructed, completely installed and accepted by the
Engineer. The complete item includes, but its not limited to excavation, concrete, reinforcing
steel, placing, finishing, curing, furnishing and applying of structural bonding agent, epoxy
resin adhesive for anchors and grout material, and any other works or appurtenances
necessary to complete the item.

910-4.03 Measurement and payment for the maintenance of traffic (MOT) will be made
as provided in the Specification 638 - Maintenance and Protection of Traffic.

910-5 BASIS OF PAYMENT

910-5.01 The accepted Bridge Transition Upgrade, measured as Article 910-4.01, will
be paid for at the contract price for unit of measurement. Such price and payment shall
constitute full compensation for furnishing and placing all required materials, and for all
labor, equipment, materials and incidentals necessary to complete the work as required by the
plans and specifications and to the satisfaction of the Engineer.

910-5.02 The accepted New Transition Module (Cast-in-Place or Precast), measured as


Article 910-4.02, will be paid for at the contract price for unit of measurement. Such price
and payment shall constitute full compensation for furnishing and placing all required
materials, and for all labor, equipment, materials and incidentals necessary to complete the
work as required by the plans and specifications and to the satisfaction of the Engineer.

SP-910/Page 3 of 4
Revised: January 12, 2018

SPECIAL PROVISION

SPECIFICATION 910 – BRIDGE TRANSITION UPGRADES


AND TRANSITION MODULES

910-5.03 Payment will be made under:

Pay Item Pay Unit

Bridge Transition Upgrade…………………………………………………. Each


New Transition Module Speed ≥ 45 mph (Cast-in-Place or Precast)……… Each
New Transition Module Speed<45 mph (Cast-in-Place or Precast) .............. Each

SP-910/Page 4 of 4
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

937-1 DESCRIPTION

937-1.01 Scope – This work shall consist of the partial-depth or full-depth repair of
unsound concrete, spallings and holes; and sealings of cracks and surface in
bridge concrete deck in accordance with these specifications and in conformity
with the lines, grades, details and notes shown on the plans or established by the
Engineer.

Each word, sentence, section or article of this document is independent. Not


applying parts of it does not imply that it cannot be enforced afterwards nor
invalidates the remaining provisions.

937-2 MATERIALS

937-2.01 Materials shall conform to the applicable specifications of the Standard


Specifications for Road and Bridge Construction. Materials shall be as specified
or as shown on the details and notes in the plans.

937-2.02 Deck Patching Material – The Deck Patching Material shall be of two types
(Polymer Concrete, and Accelerated Strength Concrete) as follows:

a. Polymer Concrete – The Polymer Concrete shall be a high strength, non-


shrink material conforming to the following requirements:

1. The Polymer Concrete shall consist of a liquid resin, powder filler, and
coarse aggregates. The mix of Polymer Concrete shall attain a minimum
compressive strength of 4,000 psi at 4 hours. The minimum compressive
strength shall conform to the requirements of ASTM C 39 and AASHTO
T 22. The Polymer Concrete shall resist the typical road chemicals
including fuels, oils and others, and it shall be used in Patching Areas less
or equal than 2.0 square meters.

2. The Polymer Concrete shall be capable of providing a permanent patch in


concrete and gaining the required strength in a manner that allows the
roadway to be opened to traffic within four (4) hours of placement at
temperatures ranging from 60º to 90ºF while maintaining all contract
quality and durability requirements.

3. The pot life of the Polymer Concrete shall have a range of 8 to 15 minutes
minimum and be consistent over a temperature range of 60º to 90ºF.

SP-937-1 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

4. The coarse aggregates shall conform to the Article 937-2.06-a of this


specification.
5. The Contractor shall submit the product technical data sheets and
Manufacturer’s certifications for review and approval by the Engineer.
When required by the Engineer, the Contractor shall also submit certified
test reports for approval.

6. Material shall be factory packaged in strong moisture proof bags or


containers capable of withstanding shipping, handling and storage without
breakage. Material shall have a storage life of at least one year. Each
container shall be clearly labeled including:

(a) Manufacturer’s name and batch number.

(b) Component designation, if two or more components.

(c) Mixing directions and ratios.

(d) Potential hazards and precautions.

7. Acceptance of the material will be on the basis of certification by the


Manufacturer that the material meets these requirements. However,
failure by the material to perform adequately in actual use shall be just
cause for rejection regardless of certification.

8. The bond strength of the Polymer Concrete in partial-depth repairs shall be


verified in the field by the Contractor under the inspection of the Engineer, and it shall
conform to the requirements of ASTM C 1583. Bond strength testing the Polymer Concrete
in partial-depth repairs including all necessary equipments, labor or any other incidental cost
shall be subsidiary item to de “Polymer Concrete” pay item. Failure of the Polymer Concrete
placed to meet the bond strength requirements shall be cause for the rejection and removal of
Polymer Concrete.

b. Accelerated Strength Concrete – The Accelerated Strength Concrete shall be a


rapid strength material conforming to the following requirements:

1. The mix of Accelerated Strength Concrete shall consist of a homogeneous


mixture of cement, fine aggregates, coarse aggregates, water, and
chemical admixtures. The concrete mix may also contain fly ash, silica
fume, ground granulated blast-furnace slag (GGBS) or a combination
thereof. The mix of Accelerated Strength Concrete shall attain a minimum

SP-937-2 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

compressive strength of 5,000 psi at 7 days. The minimum compressive


strength shall conform to the requirements of ASTM C 39 and AASHTO
T 22. The Accelerated Strength Concrete shall resist the typical road
chemicals including fuels, oils and others, and it shall be used in Patching
Areas greater than 2.0 square meters.

2. Temperature of Accelerated Strength Concrete:

a. Maximum temperature of fresh concrete containing no set controlling


admixtures shall not exceed 80 degrees F (27°C) at the time of
placement.

b. Maximum temperature of fresh concrete containing set controlling


admixtures shall not exceed 90 degrees F (32°C) at the time of
placement.

c. The maximum temperature of fresh concrete containing calcium nitrite


shall be 80 degrees F (27 °C).

3. The proportioning of Accelerated Strength Concrete shall meet the


following requirements:

(a) The Contractor shall design the concrete mixes and determine the
proportions of concrete to conform to these specifications and ensure that
the concrete mix proportions are adequate to meet at least the minimum
standards of practice for the concrete's intended use. The minimum
required average compressive strength of concrete used as basis for
selection of concrete proportions (f’cr) shall conform to the requirements
of American Concrete Institute, ACI-318 section 5.3 “Proportioning on
the basis of field experience or trial mixtures or both”. The volumetric
proportioning methods such as outlined in the American Concrete Institute
(ACI) Standard 211.1, “Recommended Practice for Selecting Proportions
for Normal Weight Concrete”, or other approved volumetric proportioning
methods, shall be employed in the design of mixes.

(b) The Contractor shall submit for the record, prior to the start of
concreting operations, the proposed mix ingredients and proportions
certified by a professional engineer (legally authorized to practice
engineering in Puerto Rico). Submit separate mix designs for each mix to
be used or whenever a change in fine or coarse aggregates source occurs.

SP-937-3 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

The Contractor shall submit a Certificate of compliance for all materials


proposed to be used in the production of each type concrete mix for the
project except for Cement and Supplementary Cementitious Material
(SCM). This certification shall be made by a professional engineer
(legally authorized to practice engineering in Puerto Rico) and provide
information identifying the source of raw materials, manufacturing facility
and supplier of each material. Any changes in the source of raw materials,
manufacturing facilities and/or suppliers of any of the materials shall
require that the contractor conduct trial mixes to verify that the
performance of concrete meets all specification requirements. The
Contractor shall provide certified laboratory test results performed on the
concrete trial mix to the Engineer prior to their use in the project.

The concrete mix design submittal shall contain as a minimum the


following information:

a. Contractor and PRHTA project identification.


b. Intended location of pour and mix identification
c. Plant location and identification
d. Source of cement
e. Amount, percent of cement replacement, for each
supplementary cementitious material (SCM) in the mix (lbs/cy).
f. Amount and source of each fine and coarse aggregate (lbs/cy).
g. Report individual aggregate properties of individual aggregates
per Specification 703-1 and 703-2
h. Specific gravities of mix constituents
i. Dry (AASHTO T-27 without T-11) and wet (AASHTO T-27
with T-11) aggregate gradings to be used (both individual and combined
gradations). In addition, report combined grading on the FHWA 0.45
power chart and the percent retained graph. The following sieve sizes
shall be used for reporting combined gradation: 2-inch, 1 1/2-inch, 1-inch,
¾-inch, ½-inch, 3/8-inch, #4, #8, #16, #30, #50, #100 and #200. Calculate
and report the coarseness and workability factor of the combined
gradation. The Coarseness factor (CF) and the workability factor (WF)
will be calculated as follows:
CF = (% Retained above 3/8-inch sieve) / (% Retained above
#8 sieve) x 100
WF = (% Passing #8 sieve + ((2.5 x amount of cementitious
material – 564) / 94)
j. Nominal Maximum Size of Aggregates and Size Number as
per ASTM C-33
k. Fineness modulus of fine aggregate.

SP-937-4 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

l. Dosage and source of chemical admixtures (oz/cw) and (oz/cy)


m. Total water content (lb/cy)
n. Water to cementitious ratio (w/cm)
o. Cement Content (lb/cy)
p. Cementitious Content (lb/cy)
q. Slump (in.)
r. Certified laboratory reports on the tests performed on trial
mixes including:
1. Slump (in.)
2. Fresh Concrete temperature (F)
3. Air Content (%)
4. Compressive strength at specified time (psi), including
the data used to determine the minimum required average compressive
strength of concrete used as basis for selection of concrete proportions
(f’cr).
5. Split Tensile strength at specified time (psi) (AASHTO
T-198)
6. Unit weight (lbs/cy)
7. Total air content (%)
8. Drying shrinkage (%)
In the event that the proportions of concrete mixture designed by the
Contractor does not produce concrete meeting the performance
requirements for strength and the other requirements of this specification,
the Contractor shall adjust the mix accordingly at no additional cost to the
Authority. With this, the Contractor shall submit new certified test results
for the adjusted concrete mix. No concrete, shall be placed until the
Contractor executes the corrective measures submitted to obtain the
required strength.

Whenever the Contractor modifies the concrete mix, other than minor
(3%) adjustment in the relative quantities of fine and coarse aggregates, he
shall submit copy of the new mix design to the Engineer together with
copies of test results of the new mix for approval before using the mix in
the project.

In the event ready-mixed concrete from a commercial plant is used by the


Contractor, such concrete and plant shall meet the requirements of
AASHTO M-157 except as modified by these specifications and shall
have been inspected and approved by the Authority for use on its projects
within the last six months.

SP-937-5 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

The concrete mix shall be of adequate fresh concrete properties to be


placed, consolidated and finished without segregation or defects that will
affect the performance of the concrete in service.

4. The mix of Accelerated Strength Concrete shall have a Maximum


Cementitious Content of 825 (lbs. /cu. yd.). The Maximum Cementitious
Content (lbs. /cu. yd.) refers to the total weight of Cement, , ground granulated
blast-furnace slag, silica fume and fly ash added to the concrete expressed in
lbs./cu. yd. When Table 937-1 requires coarse aggregate size #7 or #8, the
maximum cementitious content (lbs. /cu. yd.) could be increased up to 15%.

5. All Supplementary Cementitious Materials (SCM) shall meet the following


requirements:

1. Silica Fume can be used in concrete as a cement


replacement on an equal weight basis. Maximum amounts of silica fume are
in the range of up to six percent (6%) of the total weight of the cementitious
material. The SCM limits presented above include any Silica Fume present in
ASTM 1157 cements.

2. Fly ash can be used in concrete as a cement


replacement on an equal weight basis. Maximum amounts of fly ash are in
the range of up to thirty percent (30%). The SCM limits presented above
include any Fly ash present in AASHTO M240 Type IP (MS) and ASTM
1157 cements.

Fly Ash for use with Portland cement or Performance Hydraulic Cements
shall conform to the requirements of AASHTO M-295, Class F only. In
addition, fly ash shall meet the following requirements:

a) Loss on Ignition is limited to a maximum of 2 percent.

b) Sulfur trioxide (SO3) is limited to a maximum of 3


percent.

c) Available alkalis (expressed as Na2O equivalent) is


limited to a maximum of 1.5 percent.

d) The optional chemical requirements of AASHTO M-


295 Table 1A shall apply in all cases.

e) Fly Ash shall not be substituted for Type IP blended


cements.

SP-937-6 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

3. Grade 100 or Grade 120 Ground Granulated Blast-


Furnace Slag (GGBFS) can be use as a cement replacement on an equal
weight basis. Maximum amounts of ground granulated blast-furnace slag are
in the range of up to sixty five percent (65%) added as a cement replacement
on an equal weight basis of the cement being replaced. The SCM limits
presented above include any Slag present in AASHTO M240 Type IS (MS)
and ASTM 1157 cements.

a. The Contractor shall submit notarized material certificates for


each Supplementary Cementitious Materials proposed to be used in
conformance with Section 106.06 of the General Provisions.

b. Ternary and quaternary systems using Portland cement,


Performance Hydraulic Cements, Class F fly ash, Slag and Silica Fume are
encouraged. The individual amounts of Supplementary Cementitious
Materials shall comply with previous sections. In ternary and quaternary
systems the total combined amount of fly ash and silica fume as a cement
replacement shall meet the limits for fly ash used alone for Cement
replacement. The total combined amount of fly ash, silica fume, and slag as a
cement replacement shall meet the limits for slag used alone for Cement
replacement.

6. The bond strength of the Accelerated Strength Concrete in partial-depth


repairs shall be verified in the field by the Contractor under the inspection
of the Engineer, and it shall conform to the requirements of ASTM C
1583.

937-2.03 Water – The water used in mixing or curing concrete shall be free of oil, salt,
acid, alkali, sugar, organic contaminants, or other substance injurious to the
finished product. The water will be tested in accordance with and shall meet the
suggested requirements of AASHTO T 26. Water known to be of potable quality
may be used without testing. Where the source of water is relatively shallow, the
intake shall be so enclosed as to exclude silt, mud, grass or other deleterious
substances.

SP-937-7 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

937-2.04 Hydraulic Cement

a. Hydraulic Cement - All hydraulic cement shall meet Specification 701 -


"Hydraulic Cement" as modified in this Section.

b. Portland Cement – All Portland Cement shall meet AASHTO M-85 or blended
Portland cement meeting AASHTO M-240 and the following requirements:

Provide cement that meets the requirements of AASHTO M-240, Type IP (MS) or Type IS
(MS). As an alternative provide a combination of AASHTO M-85 Type I, Type II or Type V
cement and an AASHTO M-295 Class F fly ash, an AASHTO M-307 Silica Fume and/or an
AASHTO M-302 Ground Granulated Blast-Furnace Slag having a sulfate expansion at 180
days of less than 0.10 percent when tested according to ASTM C-1012 using cementitious
materials from the same sources as those proposed for use in the project. The pozzolan
constituent of Type IP (MS) shall be in the range of 15 to 25 percent by weight of the
Portland-pozzolan cementitious material on an equal weight basis (1:1).

c. Performance Hydraulic Cements – Provide Hydraulic Cements meeting the


requirements of ASTM 1157 “Performance Specifications for Hydraulic
Cements” for one of the following types MS(R), HS(R), MH(R) or LH(R).

The Contractor shall furnish mill certificates of the cement with the requirements of these
specifications. When Type IP (MS), Type IS (MS) or Performance Hydraulic Cements
(ASTM 1157) cement is used, the mill certificates shall include the amount of SCM used
expressed as percentage on weight basis. Cement may also be accepted from pre-tested and
approved bins. However, the Authority may sample and test the cement at any time, at its
discretion and require additional mill certificates. Cement shall be protected from rain and
moisture by storing in suitable weatherproof bins or buildings. Any cement damaged by
moisture or which fails to meet any of the specified requirements will be rejected and shall be
removed from the work site.

Cement stored by the Contractor for a period longer than 60 days shall require the Engineer’s
approval before being used in the work. Stored cement shall meet the specification
requirements at any time after storage when retesting is ordered by the Engineer.

Cement of different brands, types, or from different mills shall be stored separately.

SP-937-8 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

937-2.05 Fine Aggregate – Shall be clean and conform to the requirements of Section 703-
1 of Specification 703 - Aggregates, except that the grading shall conform to Grading A of
Table 703-1 and that manufactured sand shall not be used as fine aggregate for all concrete
that is to serve as the travel way to vehicular traffic (unless they are produced from a pre-
approved aggregate source that meets a minimum polishing value of 48 as determined by
ASTM D 3319).

937-2.06 Coarse Aggregate

a. All aggregates shall be clean and sound and shall comply with AASHTO M
80 and M 6. Shall meet the requirements specified in Article 703-2 - of
Specification 703 Aggregates, except that the gradings in Table 703-2 are to
be limited to those included in Table 937-1 of this specification. In addition,
for concrete that is to serve as the travel way for vehicular traffic, such as
concrete pavements, bridge decks and bridge approach slabs, the coarse
aggregate shall have a minimum polishing value of 48 as determined by
ASTM D 3319
b. Coarse Aggregate Size Number for Accelerated Strength Concrete shall be as
per Table 937-1

Table 937-1
REQUIRED COARSE AGGREGATE SIZE NUMBER
Repair Thickness Size(s) Number(s)
(ASTM C-33)
2” (0.051 m) 7,8
3” (0.076 m) 6,67
≥ 4” (0.102 m) 57,5,56

937-2.07 Chemical Admixtures - All chemical admixtures shall meet the requirements
of Specification Section 711 - "Concrete Curing Materials and Admixtures" as modified in
this section. Use all admixtures in accordance with manufacturers' recommendations. All
admixtures must be submitted to the Engineer for approval prior to their use in the
production of concrete. All chemical admixtures shall be protected from excessive
temperature and direct sunlight in accordance with Manufacturer specifications.

a. Do not use admixtures which have not been incorporated and tested in accepted
and approved mix designs.

SP-937-9 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

b. Contractor shall submit the manufacturer’s written certification of compliance


with the specifications per Section 106.06 of the General Provisions.

c. Use only admixtures that are compatible with each other, and that produce the
desired concrete properties.

d. Water Reducing and Set Controlling Admixtures shall meet the requirements of
AASHTO M-194.

e. Use only admixtures containing less than 0.05 percent chloride ions.

f. The use of calcium chloride as an admixture shall not be permitted.

g. When calcium nitrite is added to the concrete mix a water reducing retarding
admixture (Type D) and a high range water reducing admixture (Type F) shall be
used. Other corrosion inhibitors may be evaluated at the convenience of the
Authority based upon the properties indicated below. Submit the following data
and certification for the corrosion inhibitor:

1. Test results and performance data for each of the Physical


Requirements (Table 1) of AASHTO M-194 for any type of admixture.

2. The contractor shall submit the corrosion inhibitor


documentation, either in the form of literature or a letter from an authorized
representative of the manufacturer, which documents that the chloride protection
level meets or exceeds fifteen (15) lb/cy. Whenever used, the corrosion inhibitor
shall be dosed at the required application rate to achieve the required level of
chloride protection as stated above.

h. Water reducing, set retarding, or superplasticizers chemical admixtures may be


used at the option of the Contractor but subject to approval by the Engineer. The
Contractor shall designate in advance the particular types, trade names and
manufacturer of admixtures that he proposes to use and only such admixtures as
are approved by the Engineer shall be incorporated into the concrete.

i. Retarding admixtures may be used when the setting time of concrete must be
retarded for proper placement. The quantity of admixture added to the mix shall
be the minimum required for minimum retardation consistent with placing
conditions. Retarding admixtures, when used, shall be added at the plant.

SP-937-10 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

j. Use high range water reducing admixture in concrete mixtures incorporating silica
fume.

k. Shrinkage reducing admixtures (SRA) may be used. The Contractor shall submit
with the concrete mix proposal the particular type, trade name, manufacturer,
proposed dosage rate, manufacturer’s product data, and recommendations for use,
test results, and performance data of the SRA. If approved, no other SRA as shall
be incorporated into the concrete.

937-2.08 Measuring and batching of materials shall be done at a batching plant. The
measuring equipment and batching plant, and the measuring and batching
procedures followed shall be in accordance with the requirements of AASHTO
M-157.

937-2.09 Concrete may be mixed at a central plant, in truck mixers or at the site as
described in these specifications. The mixing and delivery of concrete shall be in
accordance with the requirements of AASHTO M-157 as modified and
supplemented by the following paragraphs of this article.

a. The Contractor shall supply concrete at a rate consistent with placement


operations as determined by the Engineer. The intervals between
deliveries of batches shall not be so great as to allow the concrete in place
to harden partially.

b. The Engineer may order discontinuing the use of any type of concrete
mixing or transporting units that fail to meet the specification
requirements.

c. Volumetric batching and continuous mixing mobile equipment may be


used if approved by the Engineer. In such case, the batching and mixing
shall be in accordance with AASHTO M-241.

d. When an approved retarding admixture is authorized, the 1-hour limitation


between the introduction of the cement to the aggregates and discharge at
the site may be increased to the amount stipulated in the previously
submitted certified mix design. This time limitation may be exceeded if
the concrete is of such slump and workability that it can be placed and
consolidated properly without the addition of water to the batch.

SP-937-11 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

e. The entire contents of the mixer shall be removed from the drum before
materials for another batch are placed therein. Upon cessation of mixing
for a period exceeding one hour the mixer shall be thoroughly cleaned.
The delivery unit shall also be completely emptied, cleaned and free from
concrete and wash water before receiving the next load of concrete.

f. When a truck mixer or agitator is approved for mixing or delivery of


concrete, the addition of water shall be as per ASTM C-94.

g. Certification of Batches - Before unloading at the site of delivery, the


concrete supplier shall furnish to the Engineer delivery tickets containing
the following information concerning the concrete in the truck. The
tickets shall be issued to the truck operator at the proportioning plant for
each load.

(1) Name and number of batch plant


(2) Serial number of ticket
(3) Date and truck number
(4) Name of Contractor
(5) Specific designation of job (name and location)
(6) Specific class of concrete in conformance with job specifications
(7) Volume of concrete (cubic yards)
(8) Batching tickets with a list of all the constituents and the amount
of each one used for the mix (target and actual weights)
(9) For central mixed concrete, time when first mixing was
completed at the central mix plant.
(10) For transit mixed concrete and truck-mixed concrete, time
when the cement was introduced to the aggregates
(11) Name and quantity of admixtures, if any.
(12) Spaces to indicate time when discharge commenced and when
completed.

The Authority may, at its discretion, inspect the weights at the batch plant.
The Contractor shall provide all necessary facilities to assist the inspector in
performing this task.

h. Delivery - The organization supplying concrete shall have sufficient plant


capacity and transporting equipment to insure continuous delivery at the
rate required. The rate of delivery of concrete during concreting
operations shall be such as to provide for the proper handling, placing and
finishing of the concrete. The methods of delivering and handling the

SP-937-12 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

concrete shall be such as will facilitate placing with the minimum of


rehandling and without damage to the structure or the concrete.

i. Tempering - The concrete shall be mixed only in such quantities as are


required for immediate use and any concrete which has developed initial
set shall not be used. Tempering concrete by adding water or by other
means will not be permitted.

937-2.10 Structural Bonding Agent – The Structural Bonding Agent shall be an Epoxy-
Cementitious type as well as provide anti-corrosion coating for the steel
reinforcement. The Contractor shall submit the product technical data sheets and
Manufacturer’s certifications for review and approval by the Engineer. When
required by the Engineer, the Contractor shall also submit certified test reports for
approval. The Structural Bonding Agent shall not be applied in the field or
incorporated in to the work without prior approval by the Engineer.

a. The material properties shall meet the requirements specified in the following
parameters and specifications:

Minimum Pot Life.....................…………...…........ 30 minutes at 100 degrees F


Minimum Bond Strength at 24 hr. Open Time......... 2,500 psi (ASTM C 882)
Minimum Compressive Strength at 28 days............. 8,000 psi (ASTM C 109)
Minimum Flexural Strength at 28 days……….…... 1,000 psi (ASTM C 348)
Minimum Splitting Tensile Strength at 28 days...… 600 psi (ASTM C 496)

b. Acceptance of the material will be on the basis of Manufacturer’s certification


establishing the material meets the contract requirements. However, failure
by the material to perform adequately in actual use shall be just cause for
rejection regardless of certification.

c. Material shall be factory packaged in strong moisture proof bags or containers


capable of withstanding shipping, handling and storage without breakage.
Material shall have a storage life of at least one year.

937-2.11 Structural Crack Healer / Sealer – The Structural Crack Healer / Sealer shall be
a low-viscosity epoxy crack healer / sealer and high-strength adhesive for
structures exposed to pneumatic tire traffic, water, chlorides, and chemical
attacks. The Structural Crack Healer / Sealer shall meet the requirements
specified in ASTM C 881 and AASHTO M 235 Specifications. The Contractor
shall submit the product technical data sheets and Manufacturer’s certifications
for review and approval by the Engineer. When required by the Engineer, the

SP-937-13 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

Contractor shall also submit certified test reports for approval. The Structural
Crack Healer / Sealer shall not be applied in the field or incorporated in to the
work without prior approval by the Engineer.

a. The material properties shall meet the requirements specified in the following
parameters and specifications:

Maximum Viscosity (low, Grade 1)………………… 90 cps (ASTM D 2393)


Minimum Pot Life.....................…………............….. 15 minutes at 100 degrees F
Minimum Bond Strength at 2 days in 73°F......…....... 1,300 psi (ASTM C 882)
Minimum Compressive Strength at 7 days in 73°F..... 10,000 psi (ASTM D 695)
Minimum Flexural Strength at 7 days in 73°F.……....9,000 psi (ASTM D 790)
Minimum Tensile Strength at 7 days in 73°F..........… 7,000 psi (ASTM D 638)

b. Acceptance of the material will be on the basis of Manufacturer’s certification


establishing the material meets the contract requirements. However, failure
by the material to perform adequately in actual use shall be just cause for
rejection regardless of certification.

c. Material shall be factory packaged in strong moisture proof bags or containers


capable of withstanding shipping, handling and storage without breakage.
Material shall have a storage life of at least one year.

937-2.12 Epoxy Resin Binder Coat – The Epoxy Resin Binder Coat shall be a medium-
viscosity and moisture-tolerant epoxy resin Type III binder for skid-resistant. The
Epoxy Binder Coat shall meet the requirements specified in ASTM C 881 and
AASHTO M 235 Specifications. An approved aggregate shall be broadcasted to
the Epoxy Binder Coat. The Contractor shall submit the product technical data
sheets and Manufacturer’s certifications for review and approval by the Engineer.
When required by the Engineer, the Contractor shall also submit certified test
reports for approval. The Epoxy Resin Binder Coat shall not be applied in the
field or incorporated in to the work without prior approval by the Engineer.

SP-937-14 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

a. The material properties shall meet the requirements specified in the following
parameters and specifications:

Maximum Viscosity (medium, Grade 2)……….…… 2700 cps (ASTM D2393)


Minimum Pot Life.................………….…….........….30 minutes at 100 degrees F
Minimum Bond Strength at 2 days in 73°F.…............ 1,000 psi (ASTM C 882)
Minimum Compressive Strength at 14 days in 73°F... 7,000 psi (ASTM D 695)
Minimum Flexural Strength at 14 days in 73°F...........4,000 psi (ASTM D 790)
Minimum Tensile Strength at 14 days in 73°F..…..… 2,000 psi (ASTM D 638)

b. Acceptance of the material will be on the basis of Manufacturer’s certification


establishing the material meets the contract requirements. However, failure
by the material to perform adequately in actual use shall be just cause for
rejection regardless of certification.

c. Material shall be factory packaged in strong moisture proof bags or containers


capable of withstanding shipping, handling and storage without breakage.
Material shall have a minimum storage life of one year.

937-2.13 Corrosion Inhibitor – The Corrosion Inhibitor shall be a low-viscosity


combination of amino alcohols, and inorganic inhibitors. It shall protect or reduce
the corrosion in reinforced concrete structures exposed to pneumatic tire traffic,
water, chlorides, and chemical attacks. The product shall meet the requirements
specified in ASTM G 109 Specification with a viscosity less than 25 centipoise
(CPS). The Corrosion Inhibitor shall not be slippery when the product dries. The
Contractor shall submit the product technical data sheets and Manufacturer’s
certifications for review and approval by the Engineer. When required by the
Engineer, the Contractor shall also submit certified test reports for approval. The
Corrosion Inhibitor shall not be applied in the field or incorporated in to the work
without prior approval by the Engineer.

a. Acceptance of the material will be on the basis of Manufacturer’s certification


establishing the material meets the contract requirements. However, failure
by the material to perform adequately in actual use shall be just cause for
rejection regardless of certification.

b. Material shall be factory packaged in strong moisture proof bags or containers


capable of withstanding shipping, handling and storage without breakage.
Material shall have a storage life of at least one year.

SP-937-15 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

937-2.14 Sampling and Testing - Except for Polymer Concrete Bond Strength, acceptance
and laboratory testing will be performed by the Authority.

a. Compliance with the requirements included in the above articles will be


determined in accordance with the following AASHTO standards:

Sampling Fresh Concrete……………………………………….…..…… T 141


Size of Aggregates……………………………………..……….……….. T 27
Consistency (Slump)……………………………………….………..…... T 119
Weight per Cu. Ft. and Air Content……………………….…………..… T 121

Temperature of Fresh Concrete………………………………………….. C1064


Air Content of Freshly Mixed Concrete (Pressure Method)……...……... T 152
Air Content of Freshly Mixed Concrete (Volumetric Method)…………. T 196
Making and Curing Concrete Test Specimens in the Field……….…...… T 23
Compressive Strength of Cylindrical Concrete Specimens……….…….. T 22

Concrete Bond Strength…….………………………………….. C1583

Split Tensile Strength……………………………………………............. T-198

b. Sampling frequency for compressive strength testing shall be one set of six
cylinders shall be obtained from each lot of 7.65 cubic meters or fraction
thereof placed each type of Deck Patching Material per bridge deck for testing
at seven (7) days. The specimens shall be taken, handled and transported by
the Contractor to the designated PRHTA laboratory, under the supervision of
the Engineer. The transportation of concrete specimens requires special
handling by the Contractor. As a minimum, the Contractor shall assure that
cylinder specimens are enclosed in a rigid container and that they be
surrounded by a minimum of three inches of adequate padding material (for
example, dry fine graded sand). The Contractor shall properly secure the
transportation container in order to prevent excessive movement that may
cause contact between the specimens. It shall be the Contractor’s
responsibility to coordinate transportation at least 36 hours in advance of the
proposed concrete pour with the Engineer and PRHTA Material Testing
Office laboratory. The Contractor shall furnish at no additional cost to the
Authority all personnel, materials, and equipment necessary to comply with
these requirements. All compressive strength and permeability testing for

SP-937-16 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

acceptance shall be based only on the concrete cylinder samples obtained


from each lot during mix placement operation.

c. For Accelerated Strength Concrete, the contractor shall cast one 3’ x 3’ x 6”


element from lot of 7.65 cubic meters of Deck Patching Material or fraction
thereof for future re-testing. The Deck Patching Material specimen shall be
cast next to the represented Patch Area and shall be consolidated and cured
under the same conditions. The concrete and forms for the 3’ x 3’ x 6”
element will not be measured for payment but shall be furnished by the
Contractor without additional compensation. The Contractor shall drill core
samples of the hardened concrete element at his expense but under the
direction and supervision of the Engineer, to be tested at the Authority’s
laboratory. The following criteria shall govern the coring program:

(1) The obtaining and testing of drilled cores shall be in


accordance with AASHTO T 24 and T 22.

(2) The cores shall be drilled no earlier than 2 days and no later
than 3 days after the pouring of the concrete element.

(3) A minimum of three cores shall be taken for each concrete


element. Cores shall be taken at random locations selected by the
Engineer.

(4) The transportation of concrete core specimens is the


responsibility of the Contractor and requires special handling by the
Contractor. In addition, the transportation from the project site to the
designated PRHTA Materials Testing Laboratory shall be performed
under the direct supervision of the Engineer. It shall be the
Contractor’s responsibility to coordinate transportation at least 36
hours in advance of the proposed concrete pour with the Engineer and
PRHTA Material Testing Office laboratory. As a minimum, the
Contractor shall assure that core specimens are enclosed in a rigid
container and that they be surrounded by a minimum of three inches of
adequate padding material (for example, dry fine graded sand) around
each core. The Contractor shall properly secure the transportation
container in order to prevent excessive movement that may cause
contact between the specimens. The Contractor shall furnish at no
additional cost to the Authority all personnel, materials, and equipment
necessary to comply with these requirements.

SP-937-17 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

(5) The contractor shall properly remove and disposed the 3’ x 3’ x


6” element after coring operations at no additional cost to the
Authority.

d. Additional sets of specimens will be made as needed to determine when forms


may be removed or when a structure may be put into service or if the Engineer
deems it necessary to determine the acceptability of Deck Patching Material.
No additional cost to the Authority will be made for any additional set.

e. The Contractor shall furnish at his expense single use plastic molds four (4)
inches in diameter by eight (8) inches long (4” x 8”) with lids, conforming to
AASHTO M 205 and T 23 that are necessary to comply with the required
frequency of sampling. As a subsidiary obligation, when using single use
plastic molds, the Contractor shall furnish stripping tools such as Gilson
HM160, Humbold H-3041S/H-3041SM, Myers ST-1/ST-2, or approved equal
for removing the sample from the mold. Cardboard molds will not be
accepted. The concrete for the test specimens will not be measured for
payment but shall be furnished by the Contractor without additional
compensation.

f. The following fresh concrete tests as shall be made from lot of 7.65 cubic
meters of the Deck Patching Material or fraction thereof placed each day per
bridge deck from which test cylinders are taken: Slump, Unit Weight, Air
Content, and Temperature. Additional tests could be required as determined
by the Engineer to check the consistency of the Deck Patching Material.

g. Split Tensile Strength - The Engineer, at his discretion, may require the
Contractor to take a set of two cylinders from at random locations to perform Split
Tensile Strength tests to compare results with the mix design submittals.

(1) All cylinders for sampling and testing shall be four (4) inches in diameter by
eight (8) inches long (4” x 8”).

(2) The Contractor shall furnish at his expense all single use plastic molds with
manufacturer provided lids, conforming to AASHTO M-205 and T-23 that are
necessary to comply with the required frequency of sampling. As a subsidiary
obligation, when using single use plastic molds, the Contractor shall furnish
stripping tools such as Gilson HM160, Humbold H-3041S/H-3041SM, Myers ST-
1/ST-2, or approved equal for removing the sample from the mold. Cardboard
molds shall not be accepted.

SP-937-18 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

(3) The concrete for the test specimens will not be measured for payment but shall
be furnished by the Contractor without additional compensation.

The Engineer, at his discretion, may require the Contractor to wash out the mortar
from fresh Deck Patching Material samples, to compare the mix aggregates
with mix design sources or perform laboratory tests.

h. The bond strength of Deck Patching Material in partial-depth repairs shall be a


minimum of 200 psi as determined by Pull-Off Test of ASTM C 1583 for
each patching area. Bond strength testing of the Deck Patching Material in
partial-depth repairs, including all necessary equipments, labor or any other
incidental cost shall be subsidiary item to de “Deck Patching” pay item. Bond
strength testing shall be performed by a certified technician at locations
determined by the Engineer and under his supervision. Failure of the Deck
Patching Material placed to meet the bond strength requirements shall be
cause for the rejection and removal of Deck Patching Material.

i. All of the field sampling tests requirements for fresh concrete included in this
section shall be performed by a certified technician as determined by the Engineer
and under his supervision. The certified technician shall possess an active Field
Testing Technician Certification from the ACT Technician Training Certification
Program or an active certification from American Concrete Institute as Field
Testing Technician Grade I.

937-2.15 Basis of Acceptance of Deck Patching Material

a. In general, the acceptability of the quality of the Deck Patching Material


delivered to or made at the jobsite will be based on slump tests, air content
test, aggregate tests, bond strength tests, and on the results of standard
compressive strength tests of representative samples at 7 days as covered by
these specifications. However, this does not relieve the responsibility of the
Contractor for the Deck Patching Material during placement, consolidation,
finishing, curing and protection prior to final acceptance by the Authority.
Failure of the material to provide intended performance due to improper
installation or placement shall be cause for rejection and removal of Deck
Patching Material.

b. Failure of the Coarse Aggregate to meet the polishing value requirements


shall be cause for the rejection and removal of Deck Patching Material for use
on vehicular travel ways.

SP-937-19 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

c. The compressive strength of the quantity of Deck Patching Material placed


and represented by one set of cylinders shall be determined as the average of
six cylinders comprising the set. If the Engineer determined that any cylinder
shows evidence of improper sampling, molding, handling, curing or testing,
the test result of such defective cylinder shall be discarded and the
compressive strength of the Deck Patching Material represented shall be
determined from the test results of the remaining cylinders. Low strength
shall not be a basis for discarding a cylinder test result.

d. The compressive strength level of each Type of Deck Patching Material will
be considered satisfactory if both of the following requirements are met:

l. If the compressive strength represented by one set of cylinders equals or


exceeds the specified compressive strength. .

2. When the compressive strength of one set of cylinders fails to meet the
compressive strength requirement of the paragraph above, but is within
500 psi from specified the Deck Patching Material will be considered
acceptable at a reduced unit price as specified in Article 937-5.09

e. All Deck Patching Material represented by a cylinder set which shows a


strength falling below the specified value by more than 500 psi will be
considered deficient and will be rejected, removed and disposed of at the
Contractor’s expense. The removal shall be performed in such a manner as
will not cause damage to the remaining Deck Patching Material or to other
units of the structure.

f. For Accelerated Strength Concrete, the Contractor may elect to request re-
testing of the Deck Patching Material classified as deficient under paragraph
“e” above. When approved by the Engineer, the Contractor’s request for
retesting shall be submitted in writing within 14 days after placement of the
Deck Patching Material represented by the failing lot.

g. The core strength shall be the average of all cores tested. The concrete
represented by the core tests will be considered acceptable if the average of
the cores is equal to at least 85 percent of the specified compressive strength
and if no single core test is less than 75 percent of the specified compressive
strength. If concrete represented by the cores fails to meet any of the above
requirements will be considered rejected. No farther re-testing will be
permitted.

SP-937-20 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

h. When the Contractor request re-testing of the Deck Patching Material as per
paragraph “f” and the core strength values meet the acceptance criteria
specified in paragraph “g”, the core strength values will be used for
acceptance computations. The resulting values divided by 0.85 will be
substituted in the acceptance computations and will be subjected to the
strength acceptance criteria specified for computing the deficiency "D" and
the applicable price reductions.

i. Intentionally Omitted.

937-3 CONSTRUCTION REQUIREMENTS

937-3.01 General

a. The partial-depth and full-depth slab repairs of bridge concrete deck shall be
performed according to the details and notes shown on plans.

b. Concrete patching operations will be conducted in one lane at a time and in a


manner that offers minimum inconvenience to public traffic. The work shall
be accomplished in coordination with other operations in progress within an
area. Speed control measurements shall be in place when traffic is allowed
through the bridge and until final curing is completed. Speed control
measurements are subsidiary items of Deck Patching Material.

c. A Bridge Concrete Deck Repair Pre-Construction Meeting discussing surface


preparation, Deck Patching Material placement and curing shall be held at the
jobsite at least 10 working days before beginning of deck repair operations. The
contractor shall coordinate with the Engineer at least 10 working days in advance;
the proposed meeting the time, place, and agenda of the meeting to ensure the
attendance of representatives of all subcontractors and suppliers involved in the
deck repair process. The engineer may require at his discretion the presence of
any additional personnel.

At this meeting the contractor shall submit a deck repair plan that includes all
work related to surface preparation, Deck Patching Material production,
placement, and curing. The Contractor shall also discuss its quality control
procedures as well as the contract quality assurance and acceptance requirements.
The presence of the contractor, its subcontractors, concrete supplier, specialty
material suppliers for structural bonding agent, structural crack healer/sealer and
corrosion inhibitor (impregnated) is mandatory. Also, the Engineer and the
inspectors will attend this meeting.

SP-937-21 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

The contractor shall submit to the Engineer a revised deck repair plan that
includes any changes, revisions made and agreements reached during the Bridge
Concrete Deck Repair pre-construction meeting. The revised construction plan
shall be submitted at least 5 working days before the proposed repair operation.
No deck repair operations shall be conducted until the Engineer has accepted the
plan. The Bridge Concrete Deck Repair pre-construction meeting and the deck
repair plan are subsidiary work to the applicable Deck Patching Material items in
the project at no additional cost to the Authority. This plan shall include all
applicable items as determined by the Engineer but shall not be limited to the
following:

a. All equipment to be used during the procedures including contingency


equipments.
b. Procedures for surface preparation, placing, consolidating, finishing
and curing. The procedures shall include a detailed CPM showing all
the activities required to successfully construct the patch and its
interrelationships.
c. Measures to effectively maintain the evaporation rate throughout the
placement area below the limits required in this specification. Such
procedures may include but are not limited to the following:
1) Produce, deliver, and place concrete at the lowest acceptable
temperature to conform to evaporation rate limits.
2) Erecting windbreaks to effectively reduce the wind speeds
throughout the placement area.
3) Fog spraying throughout the placement area to effectively increase
the relative humidity.
4) Placing concrete at favorable ambient temperature conditions.
d. Use of vibrators
e. Concrete placing rate
f. Contingency measurements
g. Safety and security provisions
h. Use of retarding admixtures, setting time of concrete for proper
placement. Minimum retardation consistent with placing conditions.
i. Compliance with PRHTA concrete plant inspection requirements
j. Contractor Quality Control Procedures
k. Contract Quality Assurance and Acceptance Requirements
l. MOT and speed control measurements
m. Other applicable requirements or procedures included in this
specification.

SP-937-22 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

e. Deck Patching Material shall be properly protected from adverse hot weather
conditions before, during and after placement as established in the approved deck
repair construction plan and the following requirements:

1. The initial Deck Patching Material placement temperature shall not exceed the
values set in this specification. All necessary precautions shall be taken to see
that the Deck Patching Material is promptly placed on arrival at the job and
immediately vibrated after placement. The Deck Patching Material shall be
protected from excessive drying during finishing and curing operations which
shall be performed without delay as soon as possible. The Contractor shall
provide, at no cost to the Authority, the necessary equipment to perform relative
humidity, - wind speed, air temperature and Deck Patching Material temperature
testing. Said equipment shall be calibrated at least once a year.

2. Concrete shall only be placed when any combination of air temperature,


relative humidity, concrete temperature and wind speed is expected to result in an
evaporation rate as follows:

a) 0.2 pound per square foot per hour or less for concretes with total
cementitious content below 564 (lb./cy)

b) 0.1 pound per square foot per hour or less for concrete with total
cementitious content of 564 (lb./cy) or more

c) To determine the combination of air temperature, relative humidity,


concrete temperature, and wind speed resulting in the critical evaporation
rate, Figure 1 shall be employed.

3. If original placing procedures proved not effective, the Contractor shall


implement appropriate corrective measures as established in the accepted A
Bridge Concrete Deck Repair Plan per Section 937-3.01-c at no extra cost to the
Authority. In no case shall the concrete temperature exceed values stated
elsewhere in this specification.

SP-937-23 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

Figure 1 Surface evaporation from Concrete

SP-937-24 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

f. Temperature of bridge deck upper surface for partial depth repairs shall not
exceed 90 degrees F at the time of application of structural bonding agent.
Temperature of formwork surface for full depth repair shall not exceed 90 degrees
F at the time of Deck Patching Material placement. .

937-3.02 Equipment

a. The Contractor shall use sawing equipment adequate in size and power to saw
cut the joints and other sides of the areas to be patched to the required widths
and depths.

b. A lightweight power chipping hammer or hand tools shall be used for removal
of defective concrete. Only power operated equipment, capable of producing
a surface profile International Concrete Repair Institute (ICRI) Concrete
Surface Profile (CSP) 6 to 8 shall be used. The contractor shall provide to the
Engineer, as subsidiary item of Deck Patching Material, one set of ICRI CSP
evaluation specimens. The lightweight power chipping hammer shall be
pneumatic or electric hammers and these shall not be heavier than 20 pounds.
The lightweight power hammers, and chipping tools shall not be operated at
an angle exceeding 60 degrees relative to the surface of the bridge deck or
approach slabs. Such tools may be started in the vertical position but must be
immediately tilted to a 60 degree operation angle.

c. The power operated shotblasting equipment shall be a self-contained cleaning


system and dust collector. Only power operated equipment, capable of
producing a surface profile International Concrete Repair Institute (ICRI)
Concrete Surface Profile (CSP) 6 to 8 shall be used. The contractor shall
provide to the Engineer, as subsidiary item of Deck Patching Material, one set
of ICRI CSP evaluation specimens. This equipment shall use steel shot or
pellet. It must be able to discharge reused shots or pellets, and contaminants
into a separator that automatically recycles the cleaned abrasive and
discharges dust and surface contaminants into a dust collector. The size and
hardness of the shot, the flow of the shots or pellets, the forward speed, and
the number of passes shall be as recommended by the Equipment’s
Manufacturer and approved by the Engineer. The cleaning residue shall be
contained and removed by the shotblasting equipment.

d. The hydrodemolishing equipment shall be used for removal of defective


concrete in areas greater than 30 square meters. Only power operated
equipment, capable of producing a surface profile International Concrete
Repair Institute (ICRI) Concrete Surface Profile (CSP) 6 to 8 shall be used.
The contractor shall provide to the Engineer, as subsidiary item of Deck

SP-937-25 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

Patching Material, one set of ICRI CSP evaluation specimens. The


hydrodemolishing equipment shall consist of filtering and pumping units
operating in conjunction with remote-controlled robotic device. The
hydrodemolishing equipment requires the use of the vacuum cleanup system.
The vacuum cleanup system shall be equipped with fugitive dust control
devices and be capable of removing wet debris and water all in the same pass.
Provide equipment capable of washing the bridge deck with pressurized water
prior to the vacuum operation to dislodge all debris and slurry from the bridge
deck surface. This equipment must operate at a noise level of less than 90
decibels at a distance of 50 feet from either the powerpac unit or the remote
robot. It must be capable of working 24 hours per day with at least 80 percent
on the job production availability. Water used for this operation shall be
potable, river, lake or stream water. Areas of the deck not accessible or
otherwise convenient to hydrodemolition operations shall be treated with
lightweight power chipping hammer as per Article 937-3.02b.

1. Once the operating parameters of the hydrodemolishing equipment are


defined by programming and calibration, they shall not be changed as the
machine progresses across the bridge deck or deck unit, in order to prevent
the unnecessary removal of sound concrete below the required minimum
removal depth. The Contractor shall exercise care to avoid removal of
sound concrete below the required depth.

2. Operation of the hydrodemolishing equipment shall be performed by the


supervised by qualified personnel certified as such by the Equipment’s
Manufacturer.

3. The Contractor shall provide for the disposal of runoff water generated by
the hydrodemolition process. The contractor shall obtain any required
permits and shall comply with applicable regulations concerning such
water disposal. The Contractor shall exercise care to protect existing berm
slopes from scouring by water jet or runoff water.

4. The Contractor shall provide adequate lighting as required to allow for the
safe conduct of nighttime removal operations, and shall obtain the
Engineer’s approval for same, exercising care to avoid any hazardous
glare in the direction of oncoming traffic.

5. The Contractor shall maintain, on the job site, and inventory of common
wear parts and replacement accessories for the equipment adequate to
assure that routine maintenance tasks can be performed readily without
undue project delay.

SP-937-26 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

6. Removal of concrete debris shall be accomplished by hand or by


mechanical means, and shall be accomplished directly following the
hydrodemolition process, to prevent the debris from re-setting or re-
adhering to the surface or remaining sound concrete. Any removal debris
which is allowed to re-settle or to re-adhere to the surface of sound
concrete shall be carefully removed by the Contractor, and the Contractor
shall exercise care to avoid any damage to the remaining sound concrete.
Debris shall be disposed of as provided for in the plans.

937-3.03 Unsound Concrete Identification

a. Prior to beginning concrete patching operations, all surface of bridge concrete


deck shall be sounded for identifying and measuring the unsound concrete,
delaminations and damage areas following the ASTM D 4580. The operations
of Sounding Test for identifying and measuring of unsound concrete,
delaminations and damage areas shall be realized by the Contractor under the
inspection of the Engineer. The Engineer shall certify the areas of unsound
concrete, delaminations and damage areas to be removed.

b. The equipment for Sounding Test shall be provided by the Contractor as


specified by ASTM D 4580. The Sounding Test and Equipment shall be
considered a subsidiary obligation of the Contractor with its cost included in
the “Deck Patching Material” pay item.

937-3.04 Preparation and Patching

a. After the certification of unsound areas, the Contractor shall cut to a


maximum depth of 0.025 meter with a sawing equipment and avoid the
cutting of the existing steel reinforcement. The minimum distance for limit of
saw cutting shall be 0.60 meter in all sides of the unsound concrete, except in
the partial-depth slab repair, the minimum distance for limit of saw cutting
shall be 0.30 meter. All cuts shall be made at right angles as shown on the
details.

b. After the limit of saw cutting is defined, the unsound concrete shall be
removed carefully with a lightweight power chipping hammer, shotblasting
equipment and/or hydrodemolishing equipment for defective areas. Remove
the debris and clean the surface.

SP-937-27 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

c. The existing steel reinforcement shall not be damaged, and it shall remain
during the removal of the unsound concrete. When more than half rebar
diameter is exposed, or the Engineer deem necessary, concrete around rebar
shall be removed to allow proper bonding of patching material to the
reinforcement. The minimum mount or concrete around rebar to be removed
shall be one inch (1”). The existing steel reinforcement shall be straightened
and it shall be cleaned with water blasting in all corroded or dirty areas. The
damaged steel reinforcement must be cut off and replaced, but allowing
sufficient lap splice to connect the new rebar.

d. All surface of concrete slab to be repaired and steel reinforcement shall be


dried, cleaned, free from all dust, laitance oil, and any foreign material before
applying the Structural Bonding Agent and placing the Deck Patching
Material.

e. For partial-depth slab repair, all surface of slab concrete to be repaired shall be
treated with a Structural Crack Sealer before applying the Structural Bonding
Agent and placing the Deck Patching Material.

f. All surface of concrete slab to be repaired shall be treated with a Structural


Bonding Agent before placing the Deck Patching Material. The Structural
Bonding Agent shall be broomed into the surface with a stiff bristle broom.
The thickness of application shall be an average of 20 to 25 mils. If the
concrete substrate absorbs the Structural Bonding Agent, another coat shall be
applied. The Structural Bonding Agent shall be applied within the time limits
recommended by the Manufacturer but shall not to exceed one and half (1.5)
hours before placing the Deck Patching Material.

g. Place in situ the Deck Patching Material. The Deck Patching Material shall
meet the requirements of this specification.

h. The Deck Patching Material shall be cured in accordance of the Article 937-
3.08 of this specification.

i. The Contractor shall apply a Structural Crack Sealer around of Patching Area
at top of construction joint.

SP-937-28 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

937-3.05 Falsework

a. The Contractor shall be responsible for designing and constructing safe and
adequate falsework which provides the necessary rigidity, supports the loads
imposed, and produces in the finished structure the lines and grades indicated
on the plans.

b. The Contractor shall furnish, upon request of the Engineer, detailed working
drawings and design calculations of the falsework for bridges. The
acceptance of such drawings and the falsework inspection by the Engineer
will in no way relieve the Contractor of full responsibility for the adequacy
and safety of the falsework.

c. Falsework which cannot be founded upon a solid footing shall be supported


by falsework piling which shall be spaced, driven and removed in a manner
approved by the Engineer. No additional compensation will be paid for the
use and removal of falsework piling.

d. Falsework shall be set to give the finished structure the specified camber plus
an allowance for shrinkage and settlement. The weight of the finishing screed
for bridge decks and other construction loads and their effect on the required
camber shall be considered by the Contractor in the design of the falsework.

e. Suitable screw jacks or hardwood wedges shall be incorporated into the


falsework and adjusted to take up any settlement in the formwork either
before or during the placing of Deck Patching Material.

937-3.06 Forms

a. Forms for all exposed Deck Patching Material surfaces shall be made from
one or more of the following materials:

1. Faced with exterior type plywood


2. Lumber dressed at least on one side and two edges
3. Metal
4. Plastic
5. Fiberglass

b. All forms shall be well constructed, carefully aligned, substantial and firm,
securely based and fastened together in final position. They shall be strong
enough to prevent the plastic Deck Patching Material from bulging the forms

SP-937-29 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

between supports and to withstand the action of mechanical vibrators. They


shall be so constructed as to produce mortar-tight joints and smooth, even
Deck Patching Material surfaces.

c. Forms shall be designed to resist the pressure resulting from plastic Deck
Patching Material weighting 150 pounds per cubic foot, a live load allowance
of 50 pound per square foot on horizontal surfaces, and other live loads
incidental to the construction operations. Deck Patching Material misshapen
by bulges or deformations caused by inadequate forms shall be removed or
corrected as ordered by the Engineer at the Contractor’s expense.

d. Forms shall be filleted and chamfered as shown on plans, and shall be given a
bevel or draft in the case of all projections, such as girders and copings, to
assure easy removal.

e. Metal ties or anchorages within the forms shall be so constructed as to permit


their removal to a depth of at least 2.5 centimeters from the face without
injury to Deck Patching Material. In case wire ties are permitted, suitable
cones shall be provided. The cavities shall be filled with cement mortar and
the surface left sound, smooth, even and uniform in color.

f. Where the bottom of the forms is inaccessible, the lower form boards shall be
left loose or other provisions made so that extraneous material may be
removed from the forms immediately before placing the Deck Patching
Material.

g. All forms shall be treated with an approved form coating prior to placing
reinforcement and wood forms shall be saturated with water immediately
before placing the Deck Patching Material. The form coating to be used can
be of any acceptable commercial quality which permit the easy removal of the
forms and will not discolor or stain the Deck Patching Material. After the
forms are treated with form coating, the forms shall be covered by a white
plastic sheet in the area where the Deck Patching Material will be placed.

h. The specifications for forms, as regards design, mortar tightness, filleted


corners, beveled projections, bracing, alignment, removal, reuse and coating,
also apply to metal forms. The metal used for forms shall be of such thickness
that the forms will remain true to shape. All bolt and rivet be designed to hold
the forms rigidly together and to allow removal without injury to the Deck
Patching Material. Metal forms which do not present a smooth surface or do
not line up properly shall not be used. Care shall be exercised to keep metal
forms free from rust, grease or other foreign matter.

SP-937-30 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

i. Stay-in-place metal forms will not be permitted unless specifically shown on


the plans. In such case, the Contractor shall submit detailed shop drawings,
samples, specifications and any other information complying with
Specification 715 – “Structural Metals”.

j. All forms shall be set and maintained true to the line designated until the Deck
Patching Material is sufficiently hardened. When forms appear to be
unsatisfactory in any way, either before or during the placing of Deck
Patching Material, the Engineer will order the work stopped until the defects
have been corrected.

k. Forms to be reused shall be maintained in good conditions as to tightness and


surface smoothness at all times. Any warped or bulged lumber shall be
resized before being used. Unsatisfactory forms shall not be used and shall be
removed immediately from the site of the work.

937-3.07 Curing of Deck Patching Material

a. General

1. Curing shall be initiated immediately after placing and finishing. Curing


shall be done so that moisture is always present and shall be an integral
part of the mix operations. Improperly cured Patching Area will be
considered defective and the Engineer will stop all the Contractor’s mix
placing operations until proper curing procedures are put into effect.

2. The Polymer Concrete shall be cured as recommended by Product’s


Manufacturer.

3. The Accelerated Strength Concrete shall be cured following the Water


Method of this specification.

4. The Contractor will be held responsible for any cracking of the Patching
Area and will be the Contractor’s responsibility to repair or remove and
replace the affected Patching Area at no cost to the Authority.

b. Water Method

Curing shall be conducted as follows:

(i) Phase I - Interim Curing: From the time of initial strike off of the

SP-937-31 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

concrete until finishing is completed and Phase II curing is in place, the


unformed surfaces of Deck Patching Material shall be fogged at all times.
Fogging equipment shall be capable of applying water in a fine mist, not a
spray. The fog shall be produced using equipment which pumps water or
water and air under high pressure through a suitable atomizing nozzle. The
equipment shall be hand operated and sufficiently portable for use in the
direction of any prevailing wind. It shall be adaptable for intermittent use as
directed by the Engineer to prevent excessive wetting of the concrete surface.

(ii) Phase II – Initial Curing: The Deck Patching Material shall be cured
by supplying additional moisture to exposed surfaces of the concrete until
Phase III curing is implemented. This work includes protecting the Deck
Patching Material from the sun and providing a system to maintain the Deck
Patching Material continuously and thoroughly wet for the required amount of
time. This work shall be performed as soon as possible.

The Contractor shall use a burlap or cotton mat system with white plastic or
other suitable moisture retaining material that achieves the requirements of
paragraph above.

Any method which results in the concrete being alternately wet and dry will
be considered improper curing procedure.

(iii) Phase III – Final Curing - This method shall consist of preventing
moisture loss from the concrete by the use of a membrane forming, white
pigmented, curing compound as approved by the Engineer. This membrane
shall retard the loss of water and reduce the temperature rise in the concrete
exposed to the sun’s radiation. Final curing shall be performed following
manufacturers recommendations before allowing traffic over the new
concrete. The Contractor shall provide the Engineer with all manufacturers
technical specifications and application recommendations at the Bridge
Concrete Deck Repair Pre-Construction Meeting.

The liquid membrane-forming compound shall be delivered in the


manufacturer's original, clean, sealed containers. No liquid membrane-curing
compound shall be accepted in containers other than manufacturer's original.

The curing compound shall be thoroughly mixed within an hour before use. It
shall be of such character that the film will harden within 30 minutes after
application.

SP-937-32 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

The curing compound shall be applied by power-operated atomizing spray


equipment to obtain a uniform coating in accordance with the manufacturer
recommendations. The surface shall be sprayed in one direction and then
followed within 30 minutes with a second application sprayed at right angles
to the first one.

The rate of application of curing compound will be as recommended by the


manufacturer but not less than one gallon of liquid coating for each 15 square
meters of concrete surface.

If the contractor cannot obtain a uniform curing compound membrane


throughout the entire surface by means of spraying equipment, then the
membrane shall be applied by brush or roller.

937-3.08 Removal of Falsework and Forms

a. Falsework and forms shall not be removed without the consent of the
Engineer; however, the Engineer’s consent shall not relieve the Contractor of
responsibility for the safety of the work. Forms may only be removed if the
temperature differential between the Deck Patching Material within the forms
and the ambient is less than or equal to 8F. Provisions shall be made to
monitor the internal temperature of the Deck Patching Material within the
forms through the use of thermocouples or similar techniques.

b. When Deck Patching Material strength tests are used for controlling the
removal of forms and supports, such removal shall not begin until the Deck
Patching Material has attained the percentage of the design strength specified
in the contract documents. Deck Patching Material strength tests used for this
purpose may include, in addition to test cylinders, Penetration Resistance of
Hardened Concrete (ASTM C 803), Rebound Number of Hardened Concrete
(ASTM C 803) and Pullout Strength or Hardened Concrete (ASTM C 900),
subject to approval by the Engineer.

c. If falsework and forms removal is not controlled by cylinder tests, the


falsework and forms for the various parts of the structure shall not normally
be removed before the time indicated below has elapsed after placing the
Deck Patching Material, unless otherwise specified in the contract documents
or authorized by the Engineer. The exact number of days shall be determined
by the Engineer and will be dependent on the curing conditions and other
factors.

SP-937-33 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

1. Slabs supported on stringers or prestressed


concrete girders ………………………………………..7 days

2. Continuous slabs …………………………….……….14 days

d. Items (1) and (2) above apply to falsework and forms supporting the full load
of the Deck Patching Material. Side forms and forms not supporting and
loads may be removed after 12 hours to facilitate the finishing of exposed
faces.

e. The above periods may be reduced as directed by the Engineer when early
strength Deck Patching Material is used.

f. Methods of form removal likely to cause overstressing of the Deck Patching


Material shall not be used. Supports shall be removed in such manner as to
permit the Deck Patching Material to uniformly and gradually take the stress
due to its own weight.

g. Centers shall be gradually and uniformly lowered in such manner as to avoid


injurious stresses in any part of the structure. In arch structures of two or
more spans, the sequence of striking centers shall be specified or approved by
the Engineer.

937-3.09 Surface Testing

a. After curing is completed, the Deck Patching Material will be visually


inspected for cracking or other damage, and inspected for delaminations and
bond failures by the use of a chain drag or other suitable device as specify by
ASTM D 4580.

b. The affected portions of the Deck Patching Material surface shall be removed
and replaced. Any delaminated or unbonded portions of the wearing surface or
portions damaged by rain shall be removed and replaced.

c. After completion of the wet cure, the surface shall be tested for flatness and
corrected.

d. All corrective work will be at the Contractor's expense including the bridge
concrete deck corrections.

SP-937-34 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

937-3.10 Corrosion Inhibitor and Sealer Treatments

a. All surface of bridge concrete deck and approach slabs shall be dried, cleaned,
free from all dust, laitance oil, and foreign material for corrosion inhibitor and
sealer treatments. The equipment for cleaning shall not produce microcracks
in the bridge concrete deck and approach slabs. The Contractor shall use a
shot blasting equipment for the cleaning of surface of bridge concrete deck
and approach slabs.

b. Impregnating of Corrosion Inhibitor in Concrete Substrate Surface - All


surfaces of bridge concrete deck and approach slabs shall be impregnated with
a Corrosion Inhibitor.

c. Sealing of Cracks in Concrete Substrate - Any cracks in bridge concrete deck


and/or approach slabs shall be sealed with a Structural Crack Healer / Sealer.
Except, the cracks exceeding 3/8 inch in depth shall be repaired by methods
approved by the Engineer.

d. Sealing of Construction Joints in Patching Areas – Any construction joints of


Patching Areas shall be sealed with a Structural Crack Healer / Sealer.

e. Sealing of Bridge Concrete Deck Surface - All surfaces of bridge concrete


deck and approach slabs shall be sealed with a Structural Crack Healer /
Sealer. An application of approved sand may be broadcasted to the Structural
Crack Healer / Sealer for temporary traffic following by the recommendations
of the Manufacturer. The Contractor shall remove any loose sand.

937-3.11 Coating for Bridge Concrete Deck Surface

a. For skid-resistant, the Contractor shall apply an Epoxy Resin Binder Coat
over surface of bridge concrete deck and approach slabs, if the bridge concrete
deck and approach slabs will not cover with concrete overlay or bituminous
surface course, and it is required.

b. An application of approved aggregate shall spread over the Epoxy Resin


Binder Coat for frictional properties.

SP-937-35 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

937-4 METHOD OF MEASUREMENT

937-4.01 The Deck Patching Material will be measured by the cubic meter in accordance
with the dimensions of each Type and Depth shown on the plans or ordered by the
Engineer. No deductions in volume will be made for the volume of steel
reinforcement, drainage holes, pipes and conduits less than 30 centimeters in
diameter.

937-4.02 The Impregnating of Corrosion Inhibitor in Concrete Substrate Surface will be


measured by the square meter of surface impregnated and accepted. No separate
measurement will be made for surfaces ordered by the Engineer to be re-sealed
due to improper installation or damages caused by the Contractor’s operations.

937-4.03 The Sealing of Cracks in Concrete Substrate will be measured by the linear meter
of cracks sealed and accepted. No separate measurement will be made for cracks
ordered by the Engineer to be re-sealed due to improper installation or damages
caused by the Contractor’s operations.

937-4.04 The Sealing of Construction Joints in Patching Areas will be measured by the
linear meter of construction joints sealed and accepted. No separate measurement
will be made for construction joints ordered by the Engineer to be re-sealed due to
improper installation or damages caused by the Contractor’s operations.

937-4.05 The Sealing of Bridge Concrete Deck Surface will be measured by the square
meter of surface sealed and accepted. No separate measurement will be made for
surfaces ordered by the Engineer to be re-sealed due to improper installation or
damages caused by the Contractor’s operations.

937-4.06 The Coating for Bridge Concrete Deck Surface will be measured by the square
meter of surface covered and accepted. No separate measurement will be made
for surfaces ordered by the Engineer to be recovered due to improper installation
or damages caused by the Contractor’s operations.

937-4.07 The Partial-Depth Removal of Bridge Concrete Deck will be measured by the
square meter of surface removed and accepted. No separate measurement will be
made for surfaces ordered by the Engineer to be removed due to incompleted
scarification depth or damages caused by the Contractor’s operations.

937-4.08 The Full-Depth Removal of Bridge Concrete Deck will be measured by the square
meter of deck removed and accepted. No separate measurement will be made for

SP-937-36 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

deck ordered by the Engineer to be removed due to incompleted scarification


depth or damages caused by the Contractor’s operations.

937-4.09 The Deck Patching Material for the test specimens will not be measured directly
for payment but shall be considered as a subsidiary of the Contractor.

937-5 BASIS OF PAYMENT

937-5.01 Deck Patching Material (Type), Partial-Depth and Full-Depth

a. The completed and accepted quantities of each Type and Depth of Deck
Patching Material, measured as Article 937-4.01, will be paid for at the
contract unit price per unit of measurement except as specified in Article 937-
5.09. Such prices and payment shall constitute full compensation for all saw
cutting, cleaning, placing, finishing and curing, including the furnishing of all
required materials, and for all equipment, tools, labor, tests and incidentals
necessary to complete each item as required by the plans and specifications.

b. The unit prices of each Type and Depth of Deck Patching Material include
full compensation for furnishing, cleaning and placing or applying all
subsidiary items necessary to complete the bridge concrete deck repair such as
steel reinforcement, temporary forms, Structural Bonding Agent and
Miscellaneous Materials called for in the contract documents unless they
constitute or are specifically covered by other pay items included in the
contract.

c. The full compensation for furnishing of equipments and operations for


Sounding Test, removal of existing concrete for Patching Areas except using
the hydrodemolishing and/or shotblasting equipment, and removal of existing
bituminous or concrete patchs and overlays on bridge concrete deck shall be
included in the unit prices of each Type and Depth of Deck Patching Material.

d. No separate pay allowance will be made for any increased Cement content,
for any admixtures, nor for any finishing of any description for concrete
surfaces indicated on the plans or required by the specifications.

e. No additional payment will be made for any Type and Depth of Deck
Patching Material over dimensions stipulated in the contract documents nor
for strength in excess of that specified. No payment will be made for the
removal and disposal of any Type and Depth of Deck Patching Material found
deficient and not accepted.

SP-937-37 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

937-5.02 Impregnating of Corrosion Inhibitor in Concrete Substrate Surface – The


completed and accepted quantities of Impregnating of Corrosion Inhibitor,
measured as Article 937-4.02, will be paid for at the contract unit price per unit of
measurement. Such prices and payment shall constitute full compensation for all
the cleaning and impregnating, including the furnishing and placing or applying
of Corrosion Inhibitor and all required materials, and for all equipment, tools,
labor and incidentals necessary to complete each item as required by the plans and
specifications.

937-5.03 Sealing of Cracks in Concrete Substrate – The completed and accepted


quantities of Sealing of Cracks in Concrete Substrate, measured as Article 937-
4.03, will be paid for at the contract unit price per unit of measurement. Such
prices and payment shall constitute full compensation for all saw cutting, cleaning
and sealing, including the furnishing and placing or applying of Structural Crack
Healer / Sealer and all required materials, and for all equipment, tools, labor and
incidentals necessary to complete each item as required by the plans and
specifications.

937-5.04 Sealing of Construction Joints in Patching Areas – The completed and


accepted quantities of Sealing of Construction Joints in Patching Areas, measured
as Article 937-4.04, will be paid for at the contract unit price per unit of
measurement. Such prices and payment shall constitute full compensation for all
saw cutting, cleaning and sealing, including the furnishing and placing or
applying of Structural Crack Healer / Sealer and all required materials, and for all
equipment, tools, labor and incidentals necessary to complete each item as
required by the plans and specifications.

937-5.05 Sealing of Bridge Concrete Deck Surface – The completed and accepted
quantities of Sealing of Bridge Concrete Deck Surface, measured as Article 937-
4.05, will be paid for at the contract unit price per unit of measurement. Such
prices and payment shall constitute full compensation for all the cleaning and
sealing, including the furnishing and placing or applying of Structural Crack
Healer / Sealer, approved sand and all required materials, and for all equipment,
tools, labor and incidentals necessary to complete each item as required by the
plans and specifications.

937-5.06 Coating for Bridge Concrete Deck Surface – The completed and accepted
quantities of Coating of Bridge Concrete Deck Surface, measured as Article 937-
4.06, will be paid for at the contract unit price per unit of measurement. Such
prices and payment shall constitute full compensation for all the covering,
including the furnishing and placing or applying of Epoxy Resin Binder Coat,

SP-937-38 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

approved aggregate and all required materials, and for all equipment, tools, labor
and incidentals necessary to complete each item as required by the plans and
specifications.

937-5.07 Partial-Depth Removal of Bridge Concrete Deck – The completed and


accepted quantities of Partial-Depth Removal of Bridge Concrete Deck, measured
as Article 937-4.07, will be paid for at the contract unit price per unit of
measurement. Such prices and payment shall constitute full compensation for all
the partial-depth removal of the reinforced concrete bridge deck, cleaning, and
removal of debris resulting of chipping, shotblasting and/or hydrodemolition
process, including the furnishing and operating of lightweight power chipping
hammer, shotblasting and/or hydrodemolishing equipment, and for all equipment,
tools, labor and incidentals necessary to complete each item as required by the
plans and specifications.

937-5.08 Full-Depth Removal of Bridge Concrete Deck – The completed and accepted
quantities of Full-Depth Removal of Bridge Concrete Deck, measured as Article
937-4.08, will be paid for at the contract unit price per unit of measurement. Such
prices and payment shall constitute full compensation for all the full-depth
removal of the reinforced concrete bridge deck, cleaning, and removal of debris
resulting of chipping, shotblasting and/or hydrodemolition process, including the
furnishing and operating of lightweight power chipping hammer, shotblasting
and/or hydrodemolishing equipment, and for all equipment, tools, labor and
incidentals necessary to complete each item as required by the plans and
specifications.

937-5.09 Price Reduction – Each Type and Depth of Deck Patching Material found
deficient in strength but which is accepted by the Authority under the provision of
Article 937-2.15 of this specification will be paid for at a reduced unit price.

a. The reduction in unit price of each Type and Depth of Deck Patching Material
will be computed in accordance with the following formula:

R = 0.05 D

where R = Percentage reduction in unit price of the Deck Patching


Material.

D = Deficiency in psi from the specified strength.

b. The price reduction will be applied to the lot represented by the strength test
subject to the following:

SP-937-39 of 40
Revised December, 01 2011

SPECIAL PROVISION

SPECIFICATION 937 – BRIDGE CONCRETE DECK REPAIR

1. No price reduction will be applied when the deficiency “D” does not
exceed 100 psi.

2. Drilling and testing cores shall not be permitted for price reduction.

937-5.10 Payment will be made under:

Pay Item Pay Unit

Deck Patching Material (Polymer Concrete), Partial-Depth............................... Cubic Meter


Deck Patching Material (Accelerated Strength Concrete), Partial-Depth........... Cubic Meter
Deck Patching Material (Polymer Concrete), Full-Depth................................... Cubic Meter
Deck Patching Material (Accelerated Strength Concrete), Full-Depth............... Cubic Meter
Impregnating of Corrosion Inhibitor.................................................................... Square Meter
Sealing of Cracks in Concrete Substrate….......................................................... Linear Meter
Sealing of Construction Joints in Patching Areas...………………………..…... Linear Meter
Sealing of Bridge Concrete Deck Surface........................................................... Square Meter
Coating for Bridge Concrete Deck Surface......................................................... Square Meter
Partial-Depth Removal of Bridge Concrete Deck, _______ ………………….. Square Meter
( Depth)
Full-Depth Removal of Bridge Concrete Deck................................................... Square Meter

SP-937-40 of 40
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

939-1 DESCRIPTION

939-1.01 Scope

a. This work shall consist of the partial or full repair of bridge joint system in
accordance with these specifications and in conformity with the lines, grades, details
and notes shown on the plans or established by the Engineer.

b. The works also includes the preparation of the surfaces of existing or new bridge
concrete decks that will be in contact with the new header material used for bridge
joint system repair.

c. Each word, sentence, section or article of this document is independent. Not applying
parts of it does not imply that it cannot be enforced afterwards nor invalidates the
remaining provisions.

939-2 MATERIALS

939-2.01 Materials shall conform to the applicable specifications of the Standard


Specifications for Road and Bridge Construction. Materials shall be as specified
or as shown on the details and notes in the plans.

939-2.02 Header Material – The Header Material shall be of three types (Polymer
Concrete, Elastomeric Concrete, and Accelerated Strength Concrete) as follows:

a. Polymer Concrete – The Polymer Concrete shall be a high strength, non-


shrink material conforming to the following requirements:

1. The Polymer Concrete shall consist of a liquid resin, powder filler, and
coarse aggregates. The mix of Polymer Concrete shall attain a minimum
compressive strength of 4,000 psi at 4 hours. The minimum compressive
strength shall conform to the requirements of ASTM C 39 and AASHTO
T 22. The Polymer Concrete shall resist the typical road chemicals
including fuels, oils and others.

2. The Polymer Concrete shall be capable of providing a permanent patch in


concrete and gaining the required strength in a manner that allows the
roadway to be opened to traffic within two (4) hours of placement while
maintaining all contract quality and durability requirements.

SP-939-1 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

3. The pot life of the Polymer Concrete shall have a range of 8 to 15 minutes
minimum and be consistent over a temperature range of 60º to 90ºF.

4. The coarse aggregates shall conform to the Article 939-2.06 of this


specification.

5. The Contractor shall submit the product technical data sheets and
Manufacturer’s certifications for review and approval by the Engineer.
When required by the Engineer, the Contractor shall also submit certified
test reports for approval.

6. Material shall be factory packaged in strong moisture proof bags or


containers capable of withstanding shipping, handling and storage without
breakage. Material shall have a storage life of at least one year. Each
container shall be clearly labeled including:

(a) Manufacturer’s name and batch number.

(b) Component designation, if two or more components.

(c) Mixing directions and ratios.

(d) Potential hazards and precautions.

7. Acceptance of the material will be based on certification by the


Manufacturer that the material meets these requirements. However,
failure by the material to perform adequately in actual use shall be just
cause for rejection regardless of certification.

8. Coarse aggregates for polymer concrete shall be pre-packed and compatible


according to the Manufacturer’s recommendations and the requirements
this specification.

b. Elastomeric Concrete – The Elastomeric Concrete shall be a high strength,


self-leveling material conforming to the following requirements:

1. The Elastomeric Concrete shall consist of a two-component or three-


component polyurethane material, and coarse aggregates. The mix of
Elastomeric Concrete shall attain a minimum compressive strength of
2,000 psi at 3 hours. The minimum compressive strength shall conform to
the requirements of ASTM D 695. The Elastomeric Concrete shall resist

SP-939-2 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

the typical road chemicals including fuels, oils and others, and it shall be
skid-resistant.

2. The Elastomeric Concrete shall provide a permanent patch in concrete and


gaining the required strength in a manner that allows the roadway to be
opened to traffic within two (2) hours of placement while maintaining all
contract quality and durability requirements. When properly mixed in
accordance with the Manufacturer’s instruction.

3. The pot life of the Elastomeric Concrete shall have a range of 8 to 15


minutes minimum and be consistent over a temperature range of 60º to
90ºF. The Resilience at 5% deflection shall be 90% (minimum) as per
ASTM D 695.

4. The coarse aggregates shall conform to the Article 939-2.06 of this


specification.

5. The Contractor shall submit the product technical data sheets and
Manufacturer’s certifications for review and approval by the Engineer.
When required by the Engineer, the Contractor shall also submit certified
test reports for approval.

6. Material shall be factory packaged in strong moisture proof bags or


containers capable of withstanding shipping, handling and storage without
breakage. Material shall have a storage life of at least one year. Each
container shall be clearly labeled including:

(a) Manufacturer’s name and batch number.

(b) Component designation, if two or more components.

(c) Mixing directions and ratios.

(d) Potential hazards and precautions.

7. Acceptance of the material will be on the basis of certification by the


Manufacturer that the material meets these requirements. However,
failure by the material to perform adequately in actual use shall be just
cause for rejection regardless of certification.

SP-939-3 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

8. Coarse aggregates for elastomeric concrete shall be pre-packed and


compatible according to the Manufacturer’s recommendations and the
requirements this specification.

b. Accelerated Strength Concrete – The Accelerated Strength Concrete shall be a


rapid strength material conforming to the following requirements:

1. The mix of Accelerated Strength Concrete shall consist of a homogeneous


mixture of hydraulic cement, fine aggregates, coarse aggregates, water,
and chemical admixtures. The concrete mix may also contain fly ash,
silica fume, ground granulated blast-furnace slag (GGBS) or a
combination thereof. The mix of Accelerated Strength Concrete shall
attain a minimum compressive strength of 5,000 psi at 7 days. The
minimum compressive strength shall conform to the requirements of
ASTM C 39 and AASHTO T 22. The Accelerated Strength Concrete
shall resist the typical road chemicals including fuels, oils and others, and
it shall be used in Patching Areas greater than 2.0 square meters.

2. Temperature of Accelerated Strength Concrete:

a. Maximum temperature of fresh concrete containing no set controlling


admixtures shall not exceed 80 degrees F (27°C) at the time of
placement.

b. Maximum temperature of fresh concrete containing set controlling


admixtures shall not exceed 90 degrees F (32°C) at the time of
placement.

c. The maximum temperature of fresh concrete containing calcium nitrite


shall be 80 degrees F (27 °C).

3. The proportioning of Accelerated Strength Concrete shall meet the


following requirements:

(a) The Contractor shall design the concrete mixes and determine the
proportions of concrete to conform to these specifications and ensure that
the concrete mix proportions are adequate to meet at least the minimum
standards of practice for the concrete's intended use. The minimum
required average compressive strength of concrete used as basis for
selection of concrete proportions (f’cr) shall conform to the requirements
of American Concrete Institute, ACI-318 section 5.3 “Proportioning on
the basis of field experience or trial mixtures or both”. The volumetric

SP-939-4 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

proportioning methods such as outlined in the American Concrete Institute


(ACI) Standard 211.1, “Recommended Practice for Selecting Proportions
for Normal Weight Concrete”, or other approved volumetric proportioning
methods, shall be employed in the design of mixes.

(b) The Contractor shall submit for the record, prior to the start of
concreting operations, the proposed mix ingredients and proportions
certified by a professional engineer (legally authorized to practice
engineering in Puerto Rico). Submit separate mix designs for each mix to
be used or whenever a change in fine or coarse aggregates source occurs.
The Contractor shall submit a Certificate of compliance for all materials
proposed to be used in the production of each type concrete mix for the
project except for Hydraulic cement and Supplementary Cementitious
Material (SCM). This certification shall be made by a professional
engineer (legally authorized to practice engineering in Puerto Rico) and
provide information identifying the source of raw materials,
manufacturing facility and supplier of each material. Any changes in the
source of raw materials, manufacturing facilities and/or suppliers of any of
the materials shall require that the contractor conduct trial mixes to verify
that the performance of concrete meets all specification requirements. The
Contractor shall provide certified laboratory test results performed on the
concrete trial mix to the Engineer prior to their use in the project.

The concrete mix design submittal shall contain as a minimum the


following information:

a. Contractor and PRHTA project identification.


b. Intended location of pour and mix identification
c. Plant location and identification
d. Source of hydraulic cement
e. Amount, percent of cement replacement, for each
supplementary cementitious material (SCM) in the mix (lbs/cy).
f. Amount and source of each fine and coarse aggregate (lbs/cy).
g. Report individual aggregate properties of individual aggregates
per Specification 703-1 and 703-2
h. Specific gravities of mix constituents
i. Dry (AASHTO T-27 without T-11) and wet (AASHTO T-27
with T-11) aggregate gradings to be used (both individual and combined
gradations). In addition, report combined grading on the FHWA 0.45
power chart and the percent retained graph. The following sieve sizes
shall be used for reporting combined gradation: 2-inch, 1 1/2-inch, 1-inch,
¾-inch, ½-inch, 3/8-inch, #4, #8, #16, #30, #50, #100 and #200. Calculate

SP-939-5 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

and report the coarseness and workability factor of the combined


gradation. The Coarseness factor (CF) and the workability factor (WF)
will be calculated as follows:
CF = (% Retained above 3/8-inch sieve) / (% Retained above
#8 sieve) x 100
WF = (% Passing #8 sieve + ((2.5 x amount of cementitious
material – 564) / 94)
j. Nominal Maximum Size of Aggregates and Size Number as
per ASTM C-33
k. Fineness modulus of fine aggregate.
l. Dosage and source of chemical admixtures (oz/cw) and (oz/cy)
m. Total water content (lb/cy)
n. Water to cementitious ratio (w/cm)
o. Cement Content (lb/cy)
p. Cementitious Content (lb/cy)
q. Slump (in.)
r. Certified laboratory reports on the tests performed on trial
mixes including:
1. Slump (in.)
2. Fresh Concrete temperature (F)
3. Air Content (%)
4. Compressive strength at specified time (psi), including
the data used to determine the minimum required average compressive
strength of concrete used as basis for selection of concrete proportions
(f’cr).
5. Split Tensile strength at specified time (psi) (AASHTO
T-198)
6. Unit weight (lbs/cy)
7. Total air content (%)
8. Drying shrinkage (%)
In the event that the proportions of concrete mixture designed by the
Contractor does not produce concrete meeting the performance
requirements for strength and the other requirements of this specification,
the Contractor shall adjust the mix accordingly at no additional cost to the
Authority. With this, the Contractor shall submit new certified test results
for the adjusted concrete mix. No concrete, shall be placed until the
Contractor executes the corrective measures submitted to obtain the
required strength.

Whenever the Contractor modifies the concrete mix, other than minor
(3%) adjustment in the relative quantities of fine and coarse aggregates, he
shall submit copy of the new mix design to the Engineer together with

SP-939-6 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

copies of test results of the new mix for approval before using the mix in
the project.

In the event ready-mixed concrete from a commercial plant is used by the


Contractor, such concrete and plant shall meet the requirements of
AASHTO M-157 except as modified by these specifications and shall
have been inspected and approved by the Authority for use on its projects
within the last six months.

The concrete mix shall be of adequate fresh concrete properties to be


placed, consolidated and finished without segregation or defects that will
affect the performance of the concrete in service.

4. The mix of Accelerated Strength Concrete shall have a Maximum


Cementitious Content of 825 (lbs. /cu. yd.). The Maximum Cementitious
Content (lbs. /cu. yd.) refers to the total weight of Portland cement, Blended
Hydraulic Cement, ground granulated blast-furnace slag, silica fume and fly
ash added to the concrete expressed in lbs./cu. yd. When Table 937-1 requires
coarse aggregate size #7 or #8, the maximum cementitious content (lbs. /cu.
yd.) could be increased up to 15%.

5. All Supplementary Cementitious Materials (SCM) shall meet the following


requirements:

a. Silica Fume can be used in concrete as a cement


replacement on an equal weight basis. Maximum amounts of silica fume are
in the range of up to six percent (6%) of the total weight of the cementitious
material. The SCM limits presented above include any Silica Fume present in
ASTM 1157 cements.

b. Fly ash can be used in concrete as a cement replacement on


an equal weight basis. Maximum amounts of fly ash are in the range of up to
thirty percent (30%). The SCM limits presented above include any Fly ash
present in AASHTO M240 Type IP (MS) and ASTM 1157 cements.

Fly Ash for use with Portland cement or Performance Hydraulic Cements
shall conform to the requirements of AASHTO M-295, Class F only. In
addition, fly ash shall meet the following requirements:

1) Loss on Ignition is limited to a maximum of 2 percent.

2) Sulfur trioxide (SO3) is limited to a maximum of 3

SP-939-7 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

percent.

3) Available alkalis (expressed as Na2O equivalent) is


limited to a maximum of 1.5 percent.

4) The optional chemical requirements of AASHTO M-


295 Table 1A shall apply in all cases.

5) Fly Ash shall not be substituted for Type IP blended


cements.

c. Grade 100 or Grade 120 Ground Granulated Blast-


Furnace Slag (GGBFS) can be use as a cement replacement on an equal
weight basis. Maximum amounts of ground granulated blast-furnace slag are
in the range of 25 to 65 percent added as a cement replacement on an equal
weight basis of the cement being replaced. The SCM limits presented above
include any Slag present in AASHTO M240 Type IS (MS) and ASTM 1157
cements.

d. The Contractor shall submit notarized material


certificates for each Supplementary Cementitious Materials proposed to be
used in conformance with Section 106.06 of the General Provisions.

e. Ternary and quaternary systems using Portland cement,


Performance Hydraulic Cements, Class F fly ash, Slag and Silica Fume are
encouraged. The individual amounts of Supplementary Cementitious
Materials shall comply with previous sections. In ternary and quaternary
systems the total combined amount of fly ash and silica fume as a cement
replacement shall meet the limits for fly ash used alone for Cement
replacement. The total combined amount of fly ash, silica fume, and slag as a
cement replacement shall meet the limits for slag used alone for Cement
replacement.

6. The bond strength of the Accelerated Strength Concrete in partial-


depth repairs shall be verified in the field by the Contractor under the
inspection of the Engineer, and it shall conform to the requirements of ASTM
C 1583.

939-2.03 Water – The water used in mixing or curing concrete shall be reasonably
clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substance injurious to the
finished product. The water will be tested in accordance with and shall meet the suggested
requirements of AASHTO T 26. Water known to be of potable quality may be used without

SP-939-8 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

testing. Where the source of water is relatively shallow, the intake shall be so enclosed as to
exclude silt, mud, grass or other deleterious substances.

939-2.04 Hydraulic Cement:

a. Hydraulic Cement - All hydraulic cement shall meet Specification 701


"Hydraulic Cement" as modified in this Section.

b. Portland Cement – All Portland Cement shall meet AASHTO M-85 or


blended Portland cement meeting AASHTO M-240 and the following
requirements:

1) Provide cement that meets the requirements of AASHTO M-240,


Type IP (MS) or Type IS (MS).
2) As an alternative provide a combination of AASHTO M-85 Type
I, Type II or Type V cement and an AASHTO M-295 Class F fly
ash, an AASHTO M-307 Silica Fume and/or an AASHTO M-302
Ground Granulated Blast-Furnace Slag having a sulfate expansion
at 180 days of less than 0.10 percent when tested according to
ASTM C-1012 using cementitious materials from the same sources
as those proposed for use in the project. The pozzolan constituent
of Type IP (MS) shall be in the range of 15 to 25 percent by weight
of the Portland-pozzolan cementitious material on an equal weight
basis (1:1).

c. Performance Hydraulic Cements – Provide Hydraulic Cements


meeting the requirements of ASTM 1157 “Performance Specifications for
Hydraulic Cements” for one of the following types MS(R), HS(R), MH(R) or
LH(R).

The Contractor shall furnish mill certificates of the cement with the requirements of these
specifications. When Type IP (MS), Type IS (MS) or Performance Hydraulic Cements
(ASTM 1157) cement is used, the mill certificates shall include the amount of SCM used
expressed as percentage on weight basis. Cement may also be accepted from pre-tested and
approved bins. However, the Authority may sample and test the cement at any time, at its
discretion and require additional mill certificates. Cement shall be protected from rain and
moisture by storing in suitable weatherproof bins or buildings. Any cement damaged by
moisture or which fails to meet any of the specified requirements will be rejected and shall be
removed from the work site.

Cement stored by the Contractor for a period longer than 60 days shall require the Engineer’s
approval before being used in the work. Stored cement shall meet the specification
requirements at any time after storage when retesting is ordered by the Engineer.

SP-939-9 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

Cement of different brands, types, or from different mills shall be stored separately.

939-2.05 Fine Aggregate – Shall be clean and conform to the requirements of Section
7031 of Specification 703 - Aggregates, except that the grading shall conform to Grading A
of Table 703-1 and that manufactured sand shall not be used as fine aggregate for all concrete
that is to serve as the travel way to vehicular traffic (unless they are produced from a
preapproved aggregate source that meets a minimum polishing value of 48 as determined by
ASTM D 3319).

939-2.06 Coarse Aggregate

a. All aggregates shall be clean and sound and shall comply with AASHTO M
80 and M 6. Shall meet the requirements specified in Article 703-2 - of
Specification 703 Aggregates, except that the gradings in Table 703-2 are to
be limited to those included in Table 937-1 of this specification. In addition,
for header material that is to serve as the travel way for vehicular traffic, such
as concrete pavements, bridge decks and bridge approach slabs, the coarse
aggregate shall have a minimum polishing value of 48 as determined by
ASTM D 3319
b. Coarse Aggregate Size Number shall be as per Table 937-1

Table 937-1
REQUIRED COARSE AGGREGATE SIZE NUMBER
Repair Thickness Size(s) Number(s)
(ASTM C-33)
2” (0.051 m) 7,8
3” (0.076 m) 6,67
≥ 4” (0.102 m) 57,5,56

939-2.07 Chemical Admixtures - All chemical admixtures shall meet the requirements
of Specification Section 711 - "Concrete Curing Materials and Admixtures" as modified in
this section. Use all admixtures in accordance with manufacturers' recommendations. All
admixtures must be submitted to the Engineer for approval prior to their use in the
production of concrete. All chemical admixtures shall be protected from excessive
temperature and direct sunlight in accordance with Manufacturer specifications.

a. Do not use admixtures which have not been incorporated and tested in accepted

SP-939-10 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

and approved mix designs.

b. Contractor shall submit the manufacturer’s written certification of compliance


with the specifications per Section 106.06 of the General Provisions.

c. Use only admixtures that are compatible with each other, and that produce the
desired concrete properties.

d. Water Reducing and Set Controlling Admixtures shall meet the requirements of
AASHTO M-194.

e. Use only admixtures containing less than 0.05 percent chloride ions.

f. The use of calcium chloride as an admixture shall not be permitted.

g. When calcium nitrite is added to the concrete mix a water reducing retarding
admixture (Type D) and a high range water reducing admixture (Type F) shall be
used. Other corrosion inhibitors may be evaluated at the convenience of the
Authority based upon the properties indicated below. Submit the following data
and certification for the corrosion inhibitor:
1) Test results and performance data for each of the Physical
Requirements (Table 1) of AASHTO M-194 for any type of admixture.

2) The contractor shall submit the corrosion inhibitor


documentation, either in the form of literature or a letter from an authorized
representative of the manufacturer, which documents that the chloride protection
level meets or exceeds fifteen (15) lb/cy. Whenever used, the corrosion inhibitor
shall be dosed at the required application rate to achieve the required level of
chloride protection as stated above.

h. Water reducing, set retarding, or superplasticizers chemical admixtures may be


used at the option of the Contractor but subject to approval by the Engineer. The
Contractor shall designate in advance the types, trade names and manufacturer of
admixtures that he proposes to use and only such admixtures as are approved by
the Engineer shall be incorporated into the concrete.

i. Retarding admixtures may be used when the setting time of concrete must be
retarded for proper placement. The quantity of admixture added to the mix shall
be the minimum required for minimum retardation consistent with placing
conditions. Retarding admixtures, when used, shall be added at the plant.

j. Use high range water reducing admixture in concrete mixtures incorporating silica

SP-939-11 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

fume.

k. Shrinkage reducing admixtures (SRA) may be used. The Contractor shall submit
with the concrete mix proposal the particular type, trade name, manufacturer,
proposed dosage rate, manufacturer’s product data, and recommendations for use,
test results, and performance data of the SRA. If approved, no other SRA as shall
be incorporated into the concrete.

939-2.08 Measuring and batching of materials shall be done at a batching plant. The
measuring equipment and batching plant, and the measuring and batching
procedures followed shall be in accordance with the requirements of AASHTO
M-157.

939-2.09 Concrete may be mixed at a central plant, in truck mixers or at the site as
described in these specifications. The mixing and delivery of concrete shall be in
accordance with the requirements of AASHTO M-157 as modified and
supplemented by the following paragraphs of this article.

a. The Contractor shall supply concrete at a rate consistent with placement


operations as determined by the Engineer. The intervals between
deliveries of batches shall not be so great as to allow the concrete in place
to harden partially.

b. The Engineer may order discontinuing the use of any type of concrete
mixing or transporting units that fail to meet the specification
requirements.

c. Volumetric batching and continuous mixing mobile equipment may be


used if approved by the Engineer. In such case, the batching and mixing
shall be in accordance with AASHTO M-241.

d. When an approved retarding admixture is authorized, the 1-hour limitation


between the introduction of the cement to the aggregates and discharge at
the site may be increased to the amount stipulated in the previously
submitted certified mix design. This time limitation may be exceeded if
the concrete is of such slump and workability that it can be placed and
consolidated properly without the addition of water to the batch.

e. The entire contents of the mixer shall be removed from the drum before
materials for another batch are placed therein. Upon cessation of mixing

SP-939-12 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

for a period exceeding one hour the mixer shall be thoroughly cleaned.
The delivery unit shall also be completely emptied, cleaned and free from
concrete and wash water before receiving the next load of concrete.

f. When a truck mixer or agitator is approved for mixing or delivery of


concrete, the addition of water shall be as per ASTM C-94.

g. Certification of Batches - Before unloading at the site of delivery, the


concrete supplier shall furnish to the Engineer delivery tickets containing
the following information concerning the concrete in the truck. The
tickets shall be issued to the truck operator at the proportioning plant for
each load.

(1) Name and number of batch plant


(2) Serial number of ticket
(3) Date and truck number
(4) Name of Contractor
(5) Specific designation of job (name and location)
(6) Specific class of concrete in conformance with job specifications
(7) Volume of concrete (cubic yards)
(8) Batching tickets with a list of all the constituents and the amount
of each one used for the mix (target and actual weights)
(9) For central mixed concrete, time when first mixing was
completed at the central mix plant.
(10) For transit mixed concrete and truck-mixed concrete, time
when the cement was introduced to the aggregates
(11) Name and quantity of admixtures, if any.
(12) Spaces to indicate time when discharge commenced and when
completed.

The Authority may, at its discretion, inspect the weights at the batch plant.
The Contractor shall provide all necessary facilities to assist the inspector in
performing this task.

h. Delivery - The organization supplying concrete shall have sufficient plant


capacity and transporting equipment to insure continuous delivery at the
rate required. The rate of delivery of concrete during concreting
operations shall be such as to provide for the proper handling, placing and
finishing of the concrete. The methods of delivering and handling the
concrete shall be such that they will facilitate placing with the minimum of
handling and without damage to the structure or the concrete.

SP-939-13 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

i. Tempering - The concrete shall be mixed only in such quantities as are


required for immediate use and any concrete which has developed initial
set shall not be used. Tempering concrete by adding water or by other
means will not be permitted.

939-2.10 Structural Bonding Agent – The Structural Bonding Agent shall be an Epoxy-
Cementitious type as well as provide anti-corrosion coating for the steel
reinforcement. The Contractor shall submit the product technical data sheets,
certified test reports and Manufacturer’s certifications for review and approval by
the Engineer. The Structural Bonding Agent shall not be applied in the field or
incorporated in to the work without prior approval by the Engineer.

a. The material properties shall meet the requirements specified in the following
parameters and specifications:

Minimum Pot Life.....................…………...…........ 60 minutes


Minimum Bond Strength at 24 hr. Open Time......... 2,500 psi (ASTM C 882)
Minimum Compressive Strength at 28 days............. 8,000 psi (ASTM C 109)
Minimum Flexural Strength at 28 days……….…... 1,000 psi (ASTM C 348)
Minimum Splitting Tensile Strength at 28 days...… 600 psi (ASTM C 496)

b. Acceptance of the material will be based on Manufacturer’s certification


establishing the material meets the contract requirements. However, failure
by the material to perform adequately in actual use shall be just cause for
rejection regardless of certification.

c. Material shall be factory packaged in strong moisture proof bags or containers


capable of withstanding shipping, handling and storage without breakage.
Material shall have a storage life of at least one year.

939-2.11 Asphalt Binder Material – The Asphalt Binder Material shall be modified
elastomeric binder or polymer modified asphalt binder for bridge joint system
repair. The Binder Material shall resist the typical road chemicals including fuels,
oils and others. The modified elastomeric binder shall meet or exceed the
requirements of ASTM D 3405 and ASTM D 1190. The polymer modified
asphalt binder shall meet the requirements of ASTM D 6297 and ASTM D 5167.
The Contractor shall submit the product technical data sheets and Manufacturer’s
certifications for review and approval by the Engineer. When required by the
Engineer, the Contractor shall also submit certified test reports for approval.

SP-939-14 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

939-2.12 Structural Bonding Agent – The Structural Bonding Agent shall be an Epoxy-
Cementitious type as well as provide anti-corrosion coating for the steel
reinforcement. The Contractor shall submit the product technical data sheets,
certified test reports and Manufacturer’s certifications for review and approval by
the Engineer.

a. The material properties shall meet the requirements specified in the following
parameters and specifications:

Minimum Pot Life.....................…………...….......… 60 minutes


Minimum Bond Strength at 24 hr. Open Time........... 2,500 psi (ASTM C 882)
Minimum Compressive Strength at 28 days............... 8,000 psi (ASTM C 109)
Minimum Flexural Strength at 28 days………..…… 1,000 psi (ASTM C 348)
Minimum Splitting Tensile Strength at 28 days……. 600 psi (ASTM C 496)

b. Acceptance of the material will be based on Manufacturer’s certification


establishing the material meets the contract requirements. However, failure
by the material to perform adequately in actual use shall be just cause for
rejection regardless of certification.

c. Material shall be factory packaged in strong moisture proof bags or containers


capable of withstanding shipping, handling and storage without breakage.
Material shall have a storage life of at least one year.

939-2.13 Structural Crack Healer / Sealer – The Structural Crack Healer / Sealer shall be
a low-viscosity epoxy crack healer / sealer and high-strength adhesive for
structures exposed to pneumatic tire traffic, water, chlorides, and chemical
attacks. The Structural Crack Healer / Sealer shall meet the requirements
specified in ASTM C 881 and AASHTO M 235 Specifications. The Contractor
shall submit the product technical data sheets and Manufacturer’s certifications
for review and approval by the Engineer. When required by the Engineer, the
Contractor shall also submit certified test reports for approval.

a. The material properties shall meet the requirements specified in the following
parameters and specifications:

SP-939-15 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

Maximum Viscosity (low, Grade 1)...………..…..… 90 cps (ASTM D 2393)


Minimum Pot Life.....................…………...….......… 25 minutes
Minimum Bond Strength at 2 days in 73°F................ 1,300 psi (ASTM C 882)
Minimum Compressive Strength at 7 days in 73°F.... 10,000 psi (ASTM D 695)
Minimum Flexural Strength at 7 days in 73°F...…… 9,000 psi (ASTM D 790)
Minimum Tensile Strength at 7 days in 73°F.…...…. 7,000 psi (ASTM D 638)

b. Acceptance of the material will be based on Manufacturer’s certification


establishing the material meets the contract requirements. However, failure
by the material to perform adequately in actual use shall be just cause for
rejection regardless of certification.

c. Material shall be factory packaged in strong moisture proof bags or containers


capable of withstanding shipping, handling and storage without breakage.
Material shall have a storage life of at least one year.

939-2.14 Corrosion Inhibitor – The Corrosion Inhibitor shall be a low-viscosity


combination of amino alcohols, and inorganic inhibitors. It shall protect or reduce
the corrosion in reinforced concrete structures exposed to pneumatic tire traffic,
water, chlorides, and chemical attacks. The product shall meet the requirements
specified in ASTM G 109 Specification with a viscosity less than 25 centipoise
(CPS). The Corrosion Inhibitor shall not be slippery when the product dries. The
Contractor shall submit the product technical data sheets and Manufacturer’s
certifications for review and approval by the Engineer. When required by the
Engineer, the Contractor shall also submit certified test reports for approval.

a. Acceptance of the material will be based on Manufacturer’s certification


establishing the material meets the contract requirements. However, failure
by the material to perform adequately in actual use shall be just cause for
rejection regardless of certification.

b. Material shall be factory packaged in strong moisture proof bags or containers


capable of withstanding shipping, handling and storage without breakage.
Material shall have a storage life of at least one year.

939-2.15 Bridge Joint System – The Bridge Joint System shall be of the following types as
shown on plans or contract documents: Concrete Bridge Joint System, Asphaltic
Bridge Joint System, Longitudinal Bridge Joint System, Special Concrete Bridge
Joint System, or Special Asphaltic Bridge Joint System. The Contractor shall
submit the product technical data sheets and Manufacturer’s certifications for

SP-939-16 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

review and approval by the Engineer. When required by the Engineer, the
Contractor shall also submit certified test reports for approval.

a. The Concrete Bridge Joint System shall include the Adhesive-Lubricant,


Silicone Joint Sealant, Compression Seal and Premolded Joint Filler.

b. The Asphaltic Bridge Joint System shall include the Traffic Bearing Plate,
Backer Rod, Expansion Gap, Galvanized Pins, Premolded Joint Filler,
Adhesive-Lubricant, Structural Bonding Agent, Asphalt Primer and the
Asphalt Binder Material.

c. The Longitudinal Bridge Joint System shall include the Compression Seal for
concrete joint system or Reinforced Elastomeric Pad for asphaltic joint
system, Adhesive-Lubricant, Silicone Joint Sealant, and Premolded Joint
Filler.

d. The Special Concrete Bridge Joint System shall include the Adhesive-
Lubricant, Hot Poured Joint Sealant, Compression Seal and Premolded Joint
Filler.

e. The Special Asphaltic Bridge Joint System shall include the Reinforced
Elastomeric Pad, Silicone Joint Sealant, Premolded Joint Filler, Adhesive-
Lubricant, Structural Bonding Agent, Asphalt Primer and the Asphalt Binder
Material.

939-2.16 Miscellaneous Materials

a. The Silicone Joint Sealant shall be one-component (Type S) silicone


formulation and is furnished ready for application. The Silicone Joint Sealant
shall meet the requirements specified in Table 705-1 of Standard Specification
705 – “Joint Materials”. Acid cure sealants shall not be accepted.

b. The Structural Silicone Joint Sealant shall be one-component (Type S),


grade P or NS, and of grade and use suitable traffic applications (use T) and
ready for application. The Structural Joint Sealant shall meet the requirements
specified in ASTM C 920 or ASTM D 5893 and ASTM C 1184. Acid cure
sealants shall not be accepted.

b. The Adhesive-Lubricant shall meet the requirements specified in ASTM D


4070.

SP-939-17 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

c. The Compression Seal shall be pre-formed, pre-compressed and self-


expanding polyurethane foam with pre-coated silicon surface, field-molded-
structural silicone or neoprene as specified in the construction plans.
Neoprene seals shall meet the requirements specified in ASTM D 3542 and
AASHTO M 297. The minimum width of uninstalled Compression Seal shall
be 1.25 times the width of bridge opened joint.

d. The Traffic Bearing Plate shall meet the requirements specified in ASTM A
36, ASTM A 123, and AASHTO M 111.

e. The Galvanized Pins shall be 16D galvanized common nails and shall be
placed through the holes in the Traffic Bearing Plate and down into the bridge
open joint. The Galvanized Pins shall meet the requirements specified in
ASTM A 123, and AASHTO M 111.

f. The Backer Rod shall be compressible, non-shrinkable, non-absorptive, and


non-reactive with the joint sealant, such as stitched cotton piping cord, closed
cell polyethylene foam rod, neoprene foam rubber or approved equal. The
Backer Rod shall meet the requirements specified in ASTM D 5249.

g. The Asphalt Primer shall meet the requirements specified in ASTM D 41


and AASHTO M 116.

h. The Reinforced Elastomeric Pad shall meet the requirements of


Specification 717 – “Elastomeric Bearings”. The Reinforced Elastomeric Pad
shall be laminated bearings consisting of layers of elastomer restrained at their
interfaces by bonded laminates. The elastomer portion shall be 100 percent
virgin chloroprene (neoprene) with a durometer of 50.

i. The Steel Reinforcement shall meet the requirements of Specification 602 –


“Steel Reinforcing”.

j. The Hot Poured Joint Sealant shall be a single component, hot-applied,


polymer modified, asphalt base joint sealant to fill joints in bituminous and
concrete substrates in hot climates. The hot poured joint sealant shall meet the
requirements of AASHTO M 301 and ASTM D 3405.

939-2.17 Sampling and Testing - Acceptance and laboratory testing will be performed by
the Authority.

a. Compliance with the requirements included in the above articles will be


determined in accordance with the following AASHTO and ASTM standards:

SP-939-18 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

Sampling Fresh Concrete……………………………………….…..…… T 141


Size of Aggregates……………………………………..……….……….. T 27
Consistency (Slump)……………………………………….………..…... T 119
Weight per Cu. Ft. and Air Content……………………….…………..… T 121
Air Content of Freshly Mixed Concrete (Pressure Method)……...……... T 152
Air Content of Freshly Mixed Concrete (Volumetric Method)…………. T 196
Making and Curing Concrete Test Specimens in the Field……….…...… T 23
Compressive Strength of Cylindrical Concrete Specimens……….…….. T 22
Temperature of Fresh Concrete………………………………………….. C1064
Concrete Bond Strength…………………………………………………. C1483
Split Tensile Strength……………………………………………………. T 198
Standard Test Method for Compressive Properties of Rigid Plastics…… D695

b. Sampling frequency for compressive strength testing shall be one set of six
cylinders shall be obtained from each lot of 3.0 cubic meters or fraction
thereof placed of Header Material per bridge for testing. The specimens shall
be taken, handled and transported by the Contractor to the designated
laboratory, under the supervision of the Material Testing Office representative
and the Engineer. It shall be the Contractor’s responsibility to coordinate the
presence of a Material Testing Office representative, as well as with the
designated laboratory, if delivery of the specimens is to be made outside of the
laboratory normal working hours. All testing for acceptance shall be based
only on the concrete cylinder samples obtained from each lot during mix
placement operation.

c. The transportation of the specimens is the responsibility of the Contractor and


requires special handling by the Contractor. In addition, the transportation
from the project site to the designated PRHTA Materials Testing Laboratory
shall be performed under the direct supervision of the Engineer. It shall be the
Contractor’s responsibility to coordinate transportation at least 36 hours in
advance of the proposed pour with the Engineer and PRHTA Material Testing
Office laboratory. As a minimum, the Contractor shall assure that specimens
are enclosed in a rigid container and that they be surrounded by a minimum of
three inches of adequate padding material around each specimen. The
Contractor shall properly secure the transportation container to prevent
excessive movement that may cause contact between the specimens. The
Contractor shall furnish at no additional cost to the Authority all personnel,
materials, and equipment necessary to comply with these requirements.

SP-939-19 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

d. Additional sets of specimens will be made as needed to determine when a


structure may be put into service, or if the Engineer deems it necessary to
determine the acceptability of Header Material with no additional cost to the
Authority for any additional set.

e. The Contractor shall furnish at his expense all metal molds or single use
plastic molds with lids, conforming AASHTO and ASTM applicable
standards that are necessary to comply with the required frequency of
sampling. As a subsidiary obligation, when using single use plastic molds, the
Contractor shall furnish stripping tools such as Gilson HM160, Humbold
H3041S/H-3041SM, Myers ST-1/ST-2, or approved equal or equivalent for
removing the sample from the mold. Cardboard molds will not be accepted.

f. Slump tests, and other tests when applicable, shall be made from each batch of
lot of 3.0 cubic meters or fraction thereof placed of Header Material per
bridge from which test cylinders are taken. These tests will be made by the
Contractor. Additional slump tests could be required as determined by the
Engineer to check the consistency of the Header Material.

g. Samples of each Type of Header Material will be taken of the fresh mix in situ
or delivered to the project by the Contractor under the direction and
supervision of the Engineer. For these samples, the mortar will be washed out
and the remaining aggregates will be tested for compliance with the
requirements of Articles 939-2.06 of this specification.

h. All the field sampling tests requirements for fresh concrete included in this
section shall be performed by a certified technician as determined by the
Engineer and under his supervision. The certified technician shall possess an
active Field Testing Technician Certification from the ACT Technician
Training Certification Program or an active certification from American
Concrete Institute as Field Testing Technician Grade I.

939-2.18 Basis of Acceptance of each Type of Header Material

a. In general, the acceptability of the quality of each Type of the Header Material
delivered to or made at the jobsite will be based on slump tests, air content
test, aggregate tests and on the results of standard compressive strength tests
of representative samples as covered by these specifications. However, this
does not relieve the responsibility of the Contractor for the Header Material
during placement, consolidation, finishing, curing and protection prior to final
acceptance by the Authority.

SP-939-20 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

b. Failure of the Coarse Aggregate to meet the polishing value requirements


shall be cause for the rejection and removal of each Type of Header Material
for use on vehicular travel ways.

c. The compressive strength of the quantity of each Type of Header Material


placed and represented by one set of cylinders shall be determined as the
average of the three cylinders comprising the set. If the Engineer determined
that any cylinder shows evidence of improper sampling, molding, handling,
curing or testing, the test result of such defective cylinder shall be discarded
and the compressive strength of each Type of Header Material represented
shall be determined from the test results of the remaining cylinders. Low
strength shall not be a basis for discarding a cylinder test result.

d. The compressive strength level of each Type of Header Material will be


considered satisfactory if both of the following requirements are met:

l. The average of all sets of three strength tests equals or exceeds the
specified compressive strength for all types of Header Material.

2. No individual strength test (average of cylinder set) falls below the


specified compressive strength by more than 500 psi.

e. When the average of all sets of each Type of Header Material fails to meet the
compressive strength requirement, the Header Material will be considered
deficient but will be accepted if the deficiency in the average does not exceed
500 psi, but payment for the Header Material by the failing averages will be
paid for at the reduced unit price as specified in Article 939-5.08.

f. Should each Type of Header Material used in the work fail to conform to the
requirements in paragraph “d” above, the Contractor shall make at his expense
corrective changes subjected to the approval of the Engineer, in the material
mix proportions or in the Header Material fabrication procedures, before
placing additional Header Material.

g. All Header Material represented by a cylinder set which shows a strength


falling below the specified value by more than 500 psi will be considered
deficient and will be rejected. Such lots may be accepted at the discretion of
the Authority at a reduced price to be determined by the Authority on the basis
of inspection and evaluation of the deficient Header Material under traffic.

h. Retesting shall not be permitted.

SP-939-21 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

i. Each Type of Header Material that fails the specimen strength tests
acceptance criteria is rejected and shall be removed and disposed of at the
Contractor’s expense. In some cases, the location of rejected Header Material
may be such as to require the removal, at the Contractor’s expense, of
otherwise satisfactory Header Material. The removal shall be performed in
such a manner as will not cause damage to the remaining Header Material or
to other units of the structure.

939-3 CONSTRUCTION REQUIREMENTS

939-3.01 General

a. The repairs of the bridge joint system shall be performed according to the
details and notes shown on plans or as ordered by the Engineer.

b. The joint repair operations will be conducted in half width of bridge at a time
offering minimum inconvenience to public traffic. The work shall be
accomplished in coordination with other operations in progress within an area.
Speed control measurements shall be in place when traffic is allowed through
the bridge and until final curing is completed. Speed control measurements
are subsidiary item of Header Material.

c. A Bridge Joint Repair Pre-Construction Meeting discussing surface


preparation, Header Material placement and curing, and compression seal
placement procedures shall be held at the jobsite at least 10 working days
before beginning repair operations. The contractor shall coordinate with the
Engineer at least 10 working days in advance; the proposed meeting the time,
place, and agenda of the meeting to ensure the attendance of representatives of
all subcontractors and suppliers involved in the deck repair process. The
engineer may require at his discretion the presence of any additional
personnel.

At this meeting, the contractor shall submit a joint repair plan that includes all
work related to surface preparation, Header Material production, placement,
and curing. The Contractor shall also discuss its quality control procedures as
well as the contract quality assurance and acceptance requirements. The
presence of the contractor, its subcontractors, concrete supplier, specialty
material suppliers for structural bonding agent if applies, structural crack
healer/sealer and corrosion inhibitor (impregnated) is mandatory. Also, the
Engineer and the inspectors will attend this meeting.

SP-939-22 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

The contractor shall submit to the Engineer a revised joint repair plan that
includes any changes, revisions made and agreements reached during the
Bridge Joint Repair Pre-Construction Meeting. The revised construction plan
shall be submitted at least 5 working days before the proposed repair
operation. No joint repair operations shall be conducted until the Engineer has
accepted the plan. The Bridge Joint Repair Pre-Construction Meeting and the
joint repair plan are subsidiary work to the applicable Deck Patching Material
items in the project at no additional cost to the Authority. This plan shall
include all applicable items as determined by the Engineer but shall not be
limited to the following:

1) All equipment to be used during the procedures including contingency


equipments.
2) Procedures for surface preparation, placing, consolidating, finishing and
curing. The procedures shall include a detailed CPM showing all the activities
required to successfully reconstruct the joint and its interrelationships.
3) Measures to effectively maintain the evaporation rate throughout the
placement area below the limits required in this specification. Such
procedures may include but are not limited to the following:
a. Produce, deliver, and place concrete at the lowest acceptable
temperature to conform to evaporation rate limits.
b. Erecting windbreaks to effectively reduce the wind speeds throughout
the placement area.
c. Fog spraying throughout the placement area to effectively increase the
relative humidity.
d. Placing concrete at favorable ambient temperature conditions.
4) Use of vibrators
5) Concrete placing rate
6) Contingency measurements
7) Safety and security provisions
8) Use of retarding admixtures, setting time of concrete for proper placement.
Minimum retardation consistent with placing conditions.
9) Compliance with PRHTA concrete plant inspection requirements
10) Contractor Quality Control Procedures
11) Contract Quality Assurance and Acceptance Requirements
12) MOT and speed control measurements
13) Other applicable requirements or procedures included in this specification.

d. Protection from adverse hot weather conditions before, during and after
placement including air temperature, relative humidity and evaporation rate of the
accelerated concrete shall be clearly established in the joint repair plan and shall

SP-939-23 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

comply with the requirements of SP-937 – Bridge Concrete Deck Repair, Section
937-3.01 (e and f).

939-3.02 Equipment

a. The Contractor shall use sawing equipment adequate in size and power to saw
cut the joints and other sides of the areas to be repair to the required widths
and depths.

b. A lightweight power chipping hammer or hand tools shall be used for removal
of defective concrete. Only power operated equipment, capable of producing a
surface profile International Concrete Repair Institute (ICRI) Concrete Surface
Profile (CSP) 6 to 8 shall be used. The lightweight power chipping hammer
shall be pneumatic or electric hammers and these shall not be heavier than 20
pounds. The lightweight power hammers, and chipping tools shall not be
operated at an angle exceeding 60 degrees relative to the surface of the bridge
deck or approach slabs. Such tools may be started in the vertical position but
must be immediately tilted to a 60 degree operation angle.

939-3.03 Preparation for Bridge Joint Repair

a. For Partial Repair of Bridge Joint System:

1. The Contractor shall remove the asphalt or concrete patch or overlay over
bridge open joint with a lightweight power chipping hammer or hand
tools, if it applies. The Contractor shall remove the existing bridge joint
system in armored and armorless joint.

2. The following preparation applies to armorless joint only.

(a) If it applies, the Contractor shall cut to a maximum depth of 0.10


meter with a saw cutting equipment. The minimum distance for the
limit of saw cutting shall be 0.013 meter in both sides of bridge open
joint. All cuts shall be made at right angles as shown on the details.

(b) If it applies, after the limit of saw cutting is defined, the existing
concrete shall be removed carefully with a lightweight power
chipping hammer. Remove the debris and clean the surface.

(c) Grinding the damaged corners and the surface of blockout. All
surfaces of blockout and the existing steel reinforcement shall be

SP-939-24 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

dried, cleaned, free from all dust, laitance oil, and foreign material
before applying the Corrosion Inhibitor.

(d) All surfaces of blockout and the existing steel reinforcement shall be
treated with a Corrosion Inhibitor.

b. For Full Repair of Bridge Joint System:

1. The Contractor shall remove the asphalt or concrete patch or overlay over
bridge open joint with a lightweight power chipping hammer or hand
tools, if it applies. The Contractor shall remove the existing bridge joint
system and the steel angles, if it applies.

2. The Contractor shall cut to a maximum depth of 0.025 meter with a


sawing equipment and avoid the cutting of the existing steel
reinforcement. The minimum distance for limit of saw cutting shall be
0.30 meter in both sides of bridge open joint. All cuts shall be made at
right angles as shown on the details.

3. After the limit of saw cutting is defined, the existing concrete shall be
removed carefully with a lightweight power chipping hammer. Remove
the debris and clean the surface.

4. The existing steel reinforcement shall not be damaged, and it shall remain
during the removal of the existing concrete. The existing steel
reinforcement shall be cleaned with water blasting in all corroded or dirty
areas.

5. Install the new steel reinforcement in each side of blockout, if it applies.

6. All surfaces of concrete slab to be repaired and steel reinforcement shall


be dried, cleaned, free from all dust, laitance oil, and any foreign material
before applying the Structural Bonding Agent and placing the Header
Material.

7. All surfaces of concrete slab to be repaired shall be treated with a


Structural Bonding Agent before placing the Polymer Concrete or
Elastomeric Concrete Header Materials. The Structural Bonding Agent
shall be broomed into the surface with a stiff bristle broom. The thickness
of application shall be an average of 20 to 25 mils. If the concrete
substrate absorbs the Structural Bonding Agent, another coat shall be
applied.

SP-939-25 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

8. Before placing the accelerated concrete as Header Material, all surfaces of


the area to be repaired shall be saturated. The substrate shall be soaked in
water for a period of 12 to 24 hours in advance of the placement.

9. The Contractor shall supply additional moisture to exposed surfaces of the


substrate. A burlap or cotton mat system with white plastic or other
suitable moisture retaining material shall be provided to protect the
substrate from the sun and provide a system to maintain the substrate
continuously and thoroughly saturated.

10. The contractor shall remove any excess of water from substrate surface
employing a high-pressure air hose. The substrate surfaces shall be
Saturated Surface Dry (SSD) before placing the accelerated concrete as
Header Material. Care must be exercised to ensure that all prepared
surface areas have no excess of water. No excess of water is permitted to
collect in pockets.

11. The substrate must not be allowed to dry prior to placement of any portion
of the accelerated concrete as Header Material. Accelerated concrete shall
only be placed on Saturated Surface Dry (SSD) substrate surfaces.

12. Place in situ the Header Material. The Header Material shall meet the
requirements of this specification.

13. The Header Material shall be cured in accordance of the Article 939-3.04
of this specification.

14. The Contractor shall apply a Structural Crack Healer / Sealer between the
Header Material and existing concrete slab at top of construction joint.

939-3.04 Curing of Header Material

a. General

1. Curing shall be initiated immediately after placing and finishing. Curing


shall be done so that moisture is always present and shall be an integral
part of the mix operations. Improperly cured Header Material will be
considered defective and the Engineer will stop all the Contractor’s mix
placing operations until proper curing procedures are put into effect.

SP-939-26 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

2. The Polymer Concrete and Elastomeric Concrete shall be cured as


recommended by the Product’s Manufacturer.

3. The Accelerated Concrete shall be cured according to the requirements,


methods and procedures of SP-937 – Bridge Concrete Deck Repair,
Section 937-3.07.

4. The Contractor will be held responsible for any cracking of the Header
Material and will be the Contractor’s responsibility to repair or remove
and replace the affected Header Material at no cost to the Authority.

939-3.05 Installation of Bridge Joint System

a. The Bridge Joint System shall be of the following types as indicated on plans
or contract documents: Concrete Bridge Joint System, Asphaltic Bridge Joint
System, Longitudinal Bridge Joint System, Special Concrete Bridge Joint
System or Special Asphaltic Bridge Joint System.

b. The Concrete Bridge Joint System shall be installed as follows:

1. Apply the Adhesive-Lubricant to the Header Material, existing concrete or


steel angles surface as it applies.

2. Install new Compression Seal and Silicone Joint Sealant.

c. The Asphaltic Bridge Joint System shall be installed as follows:

1. Apply the Structural Bonding Agent in one side of open joint over Header
Material, existing concrete slab or steel angles as it applies.

2. Install the Traffic Bearing Plate with Backer Rod, Expansion Gap,
Galvanized Pins and other accessories.

3. Apply the Asphalt Primer to the surfaces of Header Material, concrete slab
and vertical sides of bituminous surface course.

4. Place the Asphalt Binder Material between bituminous surface course.

d. The Longitudinal Bridge Joint System shall be installed as follows:

SP-939-27 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

1. Apply the Adhesive-Lubricant to the concrete surface as it applies in the


types of bridge joint systems.

2. Install new Compression Seal for concrete joint system or Reinforced


Elastomeric Pad for asphaltic joint system, and Silicone Joint Sealant.
3. For asphaltic joint system only, apply the Asphalt Primer to the surfaces of
concrete slab, tar paper, and vertical sides of bituminous surface course.

4. For asphaltic joint system only, place the Asphalt Binder Material between
bituminous surface course.

e. The Special Concrete Bridge Joint System shall be installed as follows:

1. Use the procedures for Full Bridge Joint Repair in accordance of the
Article 939-3.03b of this specification.

2. Apply the Adhesive-Lubricant to the Header Material.

3. Install new Compression Seal.

f. The Special Asphaltic Bridge Joint System shall be installed as follows:

1. Use the procedures for Full Bridge Joint Repair in accordance of the
Article 939-3.03b of this specification.

2. Apply the Adhesive-Lubricant in one side of open joint over Header


Material.

3. Install the Reinforced Elastomeric Pads, Silicone Joint Sealant, tar paper,
and other accessories.

4. Apply the Asphalt Primer to the surfaces of concrete slab, tar paper, and
vertical sides of bituminous surface course.

5. Place the Asphalt Binder Material between bituminous surface course.

939-4 METHOD OF MEASUREMENT

939-4.01 The Header Material will be measured by the cubic meter or linear meter in
accordance with the dimensions of each Type shown on the plans or ordered by
the Engineer.

SP-939-28 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

939-4.02 The Concrete Bridge Joint System will be measured by the linear meter of Bridge
Joint System completed and accepted.

939-4.03 The Asphaltic Bridge Joint System will be measured by the linear meter of Bridge
Joint System completed and accepted.

939-4.04 The Longitudinal Bridge Joint System will be measured by the linear meter of
Bridge Joint System completed and accepted.

939-4.05 The Special Concrete Bridge Joint System will be measured by the linear meter of
Bridge Joint System completed and accepted.

939-4.06 The Special Asphaltic Bridge Joint System will be measured by the linear meter of
Bridge Joint System completed and accepted.

939-4.07 The Sealing of Construction Joints in Bridge Joint System will be measured by
the linear meter of construction joint sealed and accepted. No separate
measurement will be made for construction joints ordered by the Engineer to be
re-sealed due to improper installation or damages caused by the Contractor’s
operations.

939-4.08 Each Type of Header Material for the test specimens will not be measured for
payment but shall be a subsidiary obligation of the Contractor.

939-5 BASIS OF PAYMENT

939-5.01 Header Material (Type)

a. The completed and accepted quantities of each Type of Header Material,


measured as Article 939-4.01, will be paid for at the contract unit price per
unit of measurement except as specified in Article 939-5.08. Such prices and
payment shall constitute full compensation for all saw cutting, cleaning,
placing, finishing and curing, including the furnishing of all required
materials, and for all equipment, tools, labor and incidentals necessary to
complete each item as required by the plans and specifications.

b. The unit prices of each Type of Header Material include full compensation for
furnishing, cleaning and placing or applying all subsidiary items necessary to
complete the bridge open joint repair such as Structural Bonding Agent,

SP-939-29 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

Structural Crack Healer / Sealer and Miscellaneous Materials called for in the
contract documents unless they constitute or are specifically covered by other
pay items included in the contract.

c. The full compensation for furnishing of equipments and operations for


removal of existing bituminous or concrete patchs on bridge concrete deck
shall be a subsidiary obligation of the Contractor under the pay item for each
Type of Header Material.

d. No separate pay allowance will be made for any increased cement content, for
any admixtures, nor for any finishing of any description for concrete surfaces
indicated on the plans or required by the specifications.

e. No additional payment will be made for any Type of Header Material over
dimensions stipulated in the contract documents nor for strength in excess of
that specified. No payment will be made for the removal and disposal of any
Type of Header Material found deficient and not accepted.

939-5.02 Concrete Bridge Joint System

a. The completed and accepted quantities of Concrete Bridge Joint System,


measured as Article 939-4.02, will be paid for at the contract unit price per
unit of measurement. Such prices and payment shall constitute full
compensation for all saw cutting, cleaning, placing and curing, including the
furnishing of all required materials, and for all equipment, tools, labor and
incidentals necessary to complete each item as required by the plans and
specifications.
b. The unit prices of Concrete Bridge Joint System include full compensation for
furnishing, cleaning and placing or applying all subsidiary items necessary to
complete this bridge joint system such as Premolded Joint Filler, Adhesive-
Lubricant, Compression Seal, Silicone Joint Sealant, Corrosion Inhibitor, and
Miscellaneous Materials called for in the contract documents unless they
constitute or are specifically covered by other pay items included in the
contract.

c. The full compensation for furnishing of equipments and operations for


removal of existing bridge joint systems shall be a subsidiary obligation of the
Contractor under the pay item for Concrete Bridge Joint System.

939-5.03 Asphaltic Bridge Joint System

SP-939-30 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

a. The completed and accepted quantities of Asphaltic Bridge Joint System,


measured as Article 939-4.03, will be paid for at the contract unit price per
unit of measurement. Such prices and payment shall constitute full
compensation for all the saw cutting, removal, cleaning, placing and curing,
including the furnishing of all required materials, and for all equipment, tools,
labor and incidentals necessary to complete each item as required by the plans
and specifications.

b. The unit prices of Asphaltic Bridge Joint System include full compensation
for furnishing, cleaning and placing or applying all subsidiary items necessary
to complete this bridge joint system such as Traffic Bearing Plate, Premolded
Joint Filler, Backer Rod, Expansion Gap, Galvanized Pins, Adhesive-
Lubricant, Structural Bonding Agent, Asphalt Primer, Asphalt Binder
Material, Corrosion Inhibitor, and Miscellaneous Materials called for in the
contract documents unless they constitute or are specifically covered by other
pay items included in the contract.

c. The full compensation for furnishing of equipments and operations for


removal of existing bridge joint systems shall be a subsidiary obligation of the
Contractor under the pay item for Asphaltic Bridge Joint System.

939-5.04 Longitudinal Bridge Joint System

a. The completed and accepted quantities of Longitudinal Bridge Joint System,


measured as Article 939-4.04, will be paid for at the contract unit price per
unit of measurement. Such prices and payment shall constitute full
compensation for all saw cutting, cleaning, placing and curing, including the
furnishing of all required materials, and for all equipment, tools, labor and
incidentals necessary to complete each item as required by the plans and
specifications.

b. The unit prices of Longitudinal Bridge Joint System include full compensation
for furnishing, cleaning and placing or applying all subsidiary items necessary
to complete this bridge joint system such as Premolded Joint Filler, Adhesive-
Lubricant, and Compression Seal for concrete joint system or Reinforced
Elastomeric Pad, tar paper, Asphalt Primer and Asphalt Binder Material for
asphaltic joint system, Silicone Joint Sealant, and Miscellaneous Materials
called for in the contract documents unless they constitute or are specifically
covered by other pay items included in the contract.

SP-939-31 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

c. The full compensation for furnishing of equipments and operations for


removal of existing bridge joint systems shall be a subsidiary obligation of the
Contractor under the pay item for Longitudinal Bridge Joint System.

939-5.05 Special Concrete Bridge Joint System

a. The completed and accepted quantities of Special Concrete Bridge Joint


System, measured as Article 939-4.05, will be paid for at the contract unit
price per unit of measurement. Such prices and payment shall constitute full
compensation for all saw cutting, cleaning, placing and curing, including the
furnishing of all required materials, and for all equipment, tools, labor and
incidentals necessary to complete each item as required by the plans and
specifications.

b. The unit prices of Special Concrete Bridge Joint System include full
compensation for furnishing, cleaning and placing or applying all subsidiary
items necessary to complete this bridge joint system such as Premolded Joint
Filler, Adhesive-Lubricant, Compression Seal, Steel Reinforcement, and
Miscellaneous Materials called for in the contract documents unless they
constitute or are specifically covered by other pay items included in the
contract.

c. The full compensation for furnishing of equipments and operations for


removal of existing bridge joint systems shall be a subsidiary obligation of the
Contractor under the pay item for Special Concrete Bridge Joint System.

939-5.06 Special Asphaltic Bridge Joint System

a. The completed and accepted quantities of Special Asphaltic Bridge Joint


System, measured as Article 939-4.06, will be paid for at the contract unit
price per unit of measurement. Such prices and payment shall constitute full
compensation for all the saw cutting, removal, cleaning, placing and curing,
including the furnishing of all required materials, and for all equipment, tools,
labor and incidentals necessary to complete each item as required by the plans
and specifications.

b. The unit prices of Special Asphaltic Bridge Joint System include full
compensation for furnishing, cleaning and placing or applying all subsidiary
items necessary to complete this bridge joint system such as Reinforced
Elastomeric Pad, Premolded Joint Filler, Silicone Joint Sealant, Adhesive-
Lubricant, Structural Bonding Agent, tar paper, Asphalt Primer, Asphalt
Binder Material, and Miscellaneous Materials called for in the contract

SP-939-32 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

documents unless they constitute or are specifically covered by other pay


items included in the contract.

c. The full compensation for furnishing of equipments and operations for


removal of existing bridge joint systems shall be a subsidiary obligation of the
Contractor under the pay item for Special Asphaltic Bridge Joint System.

939-5.07 Sealing of Construction Joints in Bridge Joint Systems – The completed and
accepted quantities of Sealing of Construction Joints in Bridge Joint System,
measured as Article 939-4.07, will be paid for at the contract unit price per unit of
measurement. Such prices and payment shall constitute full compensation for all
saw cutting, cleaning and sealing, including the furnishing and placing or
applying of Structural Crack Healer / Sealer and all required materials, and for all
equipment, tools, labor and incidentals necessary to complete each item as
required by the plans and specifications.

939-5.08 Price Reduction – Each Type of Header Material found deficient in strength but
which is accepted by the Authority under the provision of Article 939-2.12 of this
specification will be paid for at a reduced unit price.

a. The reduction in unit price of each Type of Header Material will be computed
in accordance with the following formula:

R = 0.05 D

where R = Percentage reduction in unit price of the Header Material.

D = Deficiency in psi of the average value from the specified


strength.

b. The price reduction will be applied to all the volume of each Type of Header
Material represented by the three cylinder sets in an average subject to the
following:

1. No price reduction will be applied when the deficiency “D” in the average
does not exceed 100 psi.

2. Drilling and testing cores shall not be permitted for price reduction.

SP-939-33 of 34
Revised June 27th, 2017

SPECIAL PROVISION

SPECIFICATION 939 - BRIDGE JOINT SYSTEM REPAIR

939-5.09 Payment will be made under:

Pay Item Pay Unit

Header Material (Polymer Concrete)......................... Cubic Meter or Linear Meter


Header Material (Elastomeric Concrete)................... Cubic Meter or Linear Meter
Header Material (Accelerated Strength Concrete)..... Cubic Meter or Linear Meter
Concrete Bridge Joint System, Type __.............................................. Linear Meter
Asphaltic Bridge Joint System, Type __............................................. Linear Meter
Longitudinal Bridge Joint System, Type __........................................ Linear Meter
Special Concrete Bridge Joint System……….................................... Linear Meter
Special Asphaltic Bridge Joint System………................................... Linear Meter
Sealing of Construction Joints in Bridge Joint System...………….... Linear Meter

SP-939-34 of 34
Revised: April 26, 2017

SPECIAL PROVISION

SPECIFICATION 947 – MILLED RUMBLE STRIP (MSRS)

947-1 DESCRIPTION

947-1.01 Scope – This work consists of grinding (milling) depressions into interior and
exterior paved shoulders or the centerline of pavement at the locations indicated in the contract
documents in accordance with Milled shoulders Rumble Strips (MSRS) or Milled Centerline
Rumble Strips (MCRS) details on plan, or permanent or temporary transverse rumble strips as
directed by the Engineer.

947-2 MATERIALS

947-2.01 No materials are specified.

947-3 CONSTRUCTION REQUIREMENTS

947-3.01 General – The MSRS and MCRS or permanent or temporary transverse rumble
strips shall be formed by machine grinding. They shall adhere to the pattern and dimensions
shown on details or indicated by the Engineer. The Contractor shall lay out a test pattern
section for approval by the Engineer prior to the start of construction.

947-3.02 Equipment – A machine capable of providing a smooth cut without tearing or


snagging the asphalt, and producing rumble strips as indicated in the MSRS details shall be
used. The cutting tool shall be equipped with guides or a guidance system to provide for
consistent alignment of each MSRS at the offsets from traveled way as indicated on the details
on plans.

947-3.03 The pavement shall be cleaned prior to the beginning of the milling operations.

947-3.04 Milling Operation – Milled rumble strips shall have finished dimensions
within tolerances specified in their respective details. Alignment of pattern edge will be
randomly verified and checked. The Contractor shall stop milling operations if satisfactory
results are not being obtained as ordered by the Engineer. When performing the milling on
existing pavements to remain, the Contractor shall take utmost care not to damage existing
pavement markings and pavement markers. Damaged markings or markers shall be replaced
at the satisfaction of the Engineer at no additional compensation to the Contractor.

SP-947/Page 1 of 3
Revised: April 26, 2017

SPECIAL PROVISION

SPECIFICATION 947 – MILLED RUMBLE STRIP (MSRS)

947-3.05 MSRS shall be grinded on both inside and outside shoulders, except for
shoulders less than 1.20 meter of width. They shall not be milled into Bridge decks. MSRS
will be started or stopped at least 25.00 meters prior to each or after bridge approach slabs,
intersections and turning lane bays.

947-3.06 At the end of each work shift, the Contractor shall remove all equipment to a
location outside from the right of way and where does it not presents a hazard to traffic.

947-3.07 Disposition of Milled Materials - The pavement shall be cleaned by power


brooming, sweeper/vacuum or any other approved method prior to reopening the lanes to
traffic. Ground asphalt material shall be thoroughly removed from shoulders and disposed
properly.

947-4 METHOD OF MEASUREMENT

947-4.01 The quantitative of rumble strips will measured in lineal meters, to the nearest
tenth of a meter, along the edge of each shoulder, form the outer edge of first depression to the
outer edge of the last depression of a an uninterrupted milled pattern. This shall include but is
not limited to: cleaning of shoulders, milling of pavement, cleaning of shoulders prior to
reopening to traffic and the replacement of damaged markings and markers during milling
operations.

947-5 BASIS OF PAYMENT

947-5.01 The quantities determined as provided above for the pay items listed below
which are included in the contract, will be paid for at the contract unit price per unit of
measurement. Such prices and payment shall constitute full compensation for the completion
of the rumble strips, and for all equipment, tools, labor and incidentals necessary to complete
the item as required by the plans and specifications.

SP-947/Page 2 of 3
Revised: April 26, 2017

SPECIAL PROVISION

SPECIFICATION 947 – MILLED RUMBLE STRIP (MSRS)

947-5.02 Payment will be made under:

Pay Item Pay Unit

Milled Shoulder Rumble Strip (MSRS) .................................................... Linear Meter


Milled Centerline Rumble Strip (MCRS) ................................................. Linear Meter
Transverse Milled Rumble Strip ............................................................... Linear Meter

SP-947/Page 3 of 3
September 11, 2011

SPECIAL PROVISION
SPECIFICATION 962 – WARM MIX ASPHALT (WMA) PAVEMENTS - MARSHALL

962-1 WARM MIX ASPHALT PAVEMENT - Warm Mix Asphalt (WMA) is the
generic term used to describe the reduction in production, paving, and compaction
temperatures achieved through the application of one of several WMA
technologies.

Production and paving temperatures may need to be increased, within the limits
stated herein, for higher reclaimed asphalt pavement (RAP) contents, increased
haul distances, decreased ambient temperatures, or other WMA project specific
conditions.

962-1.01 Description

a. This work shall consist of constructing one or more courses of Marshall Warm
Mix Asphalt (WMA) pavement on a prepared foundation in accordance with
these specifications, using manufactured WMA additives indicated in PRHTA
W 401-10, and in conformance with the lines, grades, thickness and typical
cross sections and smoothness requirements shown on the plans or established
by the Engineer. Courses will be identified as, leveling (L), base (B) and
surface (S).

b. The work shall also include the application of any required tack and prime
coats as specified in Specifications 407 and 408 respectively.

962-2 COMPACTIVE EFFORT LEVELS, CATEGORIES AND TYPES OF


MIXES, AND THICKNESS REQUIREMENTS – Shall be as per Article 401-2.

962-3 MATERIALS - Provide materials as follows:

962-3.01 Asphalt Binder – Provide a virgin asphalt binder as specified in article 401-3.01.

962-3.02 Virgin Aggregate – Provide virgin aggregate as specified in article 401-3.02

962-3.03 Reclaimed Asphalt Pavement (RAP) – As an alternative for using virgin


aggregates provide RAP as specified in article 401-3.03, except that the maximum
percentage of RAP allowed to be incorporated in each course shall be 20% by
weight of total mix.

962-3.04 Hydrated Lime – At the option of the contractor, provide hydrated lime as
specified in 401-3.04.

962-3.05 Chemical Anti-Strip Agent – At the option of the contractor, provide a chemical
anti-strip agent as specified in 401-3.05. In cases in which the WMA additive

SP-962 - 1
September 11, 2011

SPECIAL PROVISION
SPECIFICATION 962 – WARM MIX ASPHALT (WMA) PAVEMENTS - MARSHALL

may have an anti-stripping agent as an integral part of the product, a certification


from the WMA supplier shall be provided to that effect.

The use of chemical anti-strip agents and/or hydrated lime is mandatory in WMA.
The Contractor shall be responsible for verifying the affinity/compatibility of the
proposed quantity and source of anti-strip agent and/or hydrated lime with all mix
components, including the WMA additive. The quantity of anti-strip agent and/or
hydrated lime shall be determined based upon moisture susceptibility test
procedure (AASHTO T 283).

962-3.06 Warm Mix Asphalt Additives - WMA may be produced by one of the mineral
or chemical additives stated in PRHTA W 401-10 that allow the reduction of mix
production temperatures to within 185 degrees Fahrenheit to 280 degrees
Fahrenheit.

Provide WMA additive blended with the asphalt binder at the liquid asphalt
terminal prior to production of the asphalt mixture; or Blend the WMA additive
with the asphalt mixture in the mixing plant. When blending in the asphalt
mixing plant, introduce the WMA additive according to the recommendations of
the additive producer in order to achieve a uniform blend.

962-3.07 Composition of Mixtures - Each job mix formula shall be capable of being
produced, placed, and compacted as specified. Apply all mix design requirements
for HMA to development of WMA mix design. Develop and submit a job mix
formula for each mixture according to article 401-3.06, except as follows:

The job mix formula for WMA mixtures shall be developed using conventional
HMA design practices in order to determine the optimum asphalt content of the
mix. Pre-approved job mix formulas may be used for such purposes; however,
the proportions of mix design shall be verified and adjusted, if necessary to ensure
4% air voids at the optimum asphalt content. Once the optimum asphalt content
of the mix is determined, the WMA additive shall be introduced at the proposed
dosage and the production and compaction temperatures determined. The job mix
formula, including the WMA additive, shall produce 4% air voids at the selected
compacted temperature. Mix design samples shall be conditioned at the selected
production temperature for two hours and then allow to cool down to the
compaction temperature prior to testing.

After determining the optimum asphalt binder content and the production and
compaction temperature as described above, perform AASHTO T-283 and
determine compliance with the following moisture susceptibility requirements:

a. AASHTO T 283 for Laboratory Mixed - Laboratory Compacted Specimens:

SP-962 - 2
September 11, 2011

SPECIAL PROVISION
SPECIFICATION 962 – WARM MIX ASPHALT (WMA) PAVEMENTS - MARSHALL

i. For AASHTO T 283 procedures include the freeze and thaw cycle
(severity conditioning). In addition, all samples shall be compacted
to 7 ±1.0 percent air voids. The test specimens shall be 6-inch
diameter samples compacted using a gyratory compactor (AASHTO
T 312).

ii. Tensile Strength – The minimum dry and unconditioned tensile


strength shall be 80-psi for surface mixes and 70-psi for other mixes.

iii. Retained Tensile Strength Ratio (TSR) – Minimum 75 percent of


conditioned to control Tensile Strength.

If mix design, including WMA additives, does not meet the moisture
susceptibility requirements stated above, the Contractor shall increase the dosage
of the chemical anti-stripping agent.

Submit the following information:

1. All information required in article 401-3.06 c.


2. WMA additive information.
3. WMA technology manufacturer’s established recommendations for usage.
4. WMA technology manufacturer’s established target rate for additives, the acceptable
variation for production, and documentation showing the impact of production
variations.
5. WMA technology material safety data sheets (MSDS).
6. Production Temperature.
7. Compaction Temperature
8. Provide binder grade at a range of WMA additive addition rates expected during
production in order to determine if the WMA additive is adversely affecting the PG of
the binder at those addition rates.

962-3.08 Sampling and Testing - Perform sampling and testing as specified in 401-3.07.
All acceptance and performance sampling and testing shall be conducted with
WMA technology added to the mix. Acceptance samples shall be conditioned at
the selected production temperature for one hour and then allow to cool down to
the compaction temperature prior to testing. Performance testing samples shall
conditioned as per acceptance samples, however, if reheating is required bring
material to compaction temperature prior to testing.

962-4 CONSTRUCTION REQUIREMENTS - Comply with manufacturer’s


recommendations for incorporating additives and WMA technologies into the
mix. Comply with manufacturer’s recommendations regarding the receiving,
storage, and delivery of additives.

SP-962 - 3
September 11, 2011

SPECIAL PROVISION
SPECIFICATION 962 – WARM MIX ASPHALT (WMA) PAVEMENTS - MARSHALL

Use equipment and WMA technologies capable of producing an asphalt mixture


that meet specification requirements and are workable at the minimum placement
and compaction temperature desired.

962-4.01 Production Start-Up Procedures - Construct a Control Strip Section as per


article 401-4.01a and conduct a pre-paving meeting as per article 401-4.01b.
Ensure a technical representative from the producer of the WMA additive utilized
in the WMA is present during placement of the control strip section and at the
pre-paving meeting, and available upon the request of the Engineer.

962-4.02 Bituminous Mixing Plant - Shall meet the requirements of article 401-4.02. The
contractor shall modify the bituminous mixing plant as required by the
manufacturer to introduce the WMA technology. Plant modifications may
include additional plan instrumentation, the installation of WMA additive delivery
system, tuning the plant burner and adjusting the flights in order to operate at
lower production temperature and/or reduced tonnage.

Also, the additive feed system shall be automated and tied into the plant controls
to automatically adjust the additive rate according to mix production rate.

962-4.03 Hauling Equipment – Shall meet the requirements of article 401-4.03.

962-4.04 Delivery Trucks - Shall meet the requirements of article 401-4.04.

962-4.05 Bituminous Pavers – Shall meet the requirements of article 401-4.05.

962-4.06 Rollers – Shall meet the requirements of article 401-4.06

962-4.07 Weather Limitations – Meet the requirements of article 401-4.07.

962-4.08 Preparation of Surface to be Paved – Shall meet the requirements of article


401-4.08.

962-4.09 Preparation of Bituminous Material – Meet the requirements of article 401-


4.09.

962-4.10 Mixing – Shall meet the requirements of article 401-4.10. Production


Temperature shall be as established during mix design and control strip section.
Delivery temperature to the project site shall be consistent with the WMA
additives and performance during control strip section.

962-4.11 Transporting, Spreading and Finishing – Shall meet the requirements of article
401-4.11.

SP-962 - 4
September 11, 2011

SPECIAL PROVISION
SPECIFICATION 962 – WARM MIX ASPHALT (WMA) PAVEMENTS - MARSHALL

962-4.12 Compaction Requirements - Shall meet the requirements of article 401-4.12.

962-4.13 Joints, Trimming Edges and Cleanup - Shall meet the requirements of article
401-4.13.

962-4.14 Surface Requirements – Shall meet the requirements of article 401-4.14.

962-4.15 Protection of Pavement - Shall meet the requirements of article 401-4.15, except
that the contractor will establish the necessary strategies and practices as to
comply with this requirement.

962-5 BASIS OF ACCEPTANCE – Shall be as per Section 401- 5.

962-6 METHOD OF MEASUREMENT - Shall be as per Section 401-6.

962-7 BASIS OF PAYMENT - Shall be as per Section 401-7, except that prices and
payment shall also include full compensation for the cost of the WMA additive,
additional sampling and testing performed and any other plant adjustment or
equipment necessary for proper use of the WMA technologies.

Payment will be made under items described below:

Pay Item Pay Unit

Warm Mix Asphalt Pavement - Marshall - S (50 or 75)* (38 or 12)** ……… Ton
Warm Mix Asphalt Pavement – Marshall - B (50 or 75)* (12, 34 or 1)** ……… Ton
Warm Mix Asphalt Pavement – Marshall L (50 or 75)* (38, 12, 34 or 1)** ……… Ton
Control Strip Section ………………………………………………………… Ton

* Indicates the number of applicable hammer blows (AASHTO T 245)

** Indicate the applicable Nominal Maximum Aggregate Size (NMAS) of Mix as follows:

38 = Mix NMAS of 3/8-inch


12 = Mix NMAS of ½-inch
34 = Mix NMAS of ¾-inch
1 = Mix NMAS of 1-inch

In those cases in which the Authority does not require a specific NMAS in the mix pay item, the
Contractor will have the option of selecting the NMAS of the mix to be designed, produced and
placed in the project. The selection by the Contractor of the above mix properties shall be based
upon mix compliance with all specification requirements.

SP-962 - 5
September 11, 2011

SPECIAL PROVISION
SPECIFICATION 964 – WARM MIX ASPHALT (WMA) PAVEMENTS
SUPERPAVE

964-1 WARM MIX ASPHALT PAVEMENT - Warm Mix Asphalt (WMA) is the
generic term used to describe the reduction in production, paving, and compaction
temperatures achieved through the application of one of several WMA
technologies.

Production and paving temperatures may need to be increased, within the limits
stated herein, for higher reclaimed asphalt pavement (RAP) contents, increased
haul distances, decreased ambient temperatures, or other WMA project specific
conditions.

964-1.01 Description

a. This work shall consist of constructing one or more courses of Superpave


Warm Mix Asphalt (WMA) pavement on a prepared foundation in accordance
with these specifications, using manufactured WMA additives indicated in
PRHTA W 401-10, and in conformance with the lines, grades, thickness and
typical cross sections and smoothness requirements shown on the plans or
established by the Engineer. Courses will be identified as, leveling (SPL),
base (SPB) and surface (SPS).

b. The work shall also include the application of any required tack and prime
coats as specified in Specifications 407 and 408 respectively.

964-2 TRAFFIC LEVELS, CATEGORIES AND TYPES OF MIXES, AND


THICKNESS REQUIREMENTS – Shall be as per Article 959-2.

964-3 MATERIALS - Provide materials as follows:

964-3.01 Asphalt Binder – Provide a virgin asphalt binder as specified in article 959-3.01.

964-3.02 Virgin Aggregate – Provide virgin aggregate as specified in article 959-3.02

964-3.03 Reclaimed Asphalt Pavement (RAP) – As an alternative for using virgin


aggregates provide RAP that meets the requirements of Section 703-3.02 of
Specification 703-Aggregates, except that the maximum percentage of RAP
allowed to be incorporated in each course shall be 20% by weight of total mix.

964-3.04 Hydrated Lime – Shall meet the requirements specified in 959-959-3.02 f.

964-3.05 Chemical Anti-Strip Agent – Shall meet the requirements specified in 959-3.02
g.

SP-964 - 1
September 11, 2011

SPECIAL PROVISION
SPECIFICATION 964 – WARM MIX ASPHALT (WMA) PAVEMENTS
SUPERPAVE

The use of chemical anti-strip agents and/or hydrated lime is mandatory in WMA.
The Contractor shall be responsible for verifying the affinity/compatibility of the
proposed quantity and source of anti-strip agent and/or hydrated lime with all mix
components, including the WMA additive. The quantity of anti-strip agent and/or
hydrated lime shall be determined based upon moisture susceptibility test
procedure (AASHTO T 283).

In cases in which the WMA additive may have an anti-stripping agent as an


integral part of the product, a certification from the WMA supplier shall be
provided to that effect.

964-3.06 Warm Mix Asphalt Additives - WMA may be produced by one of the mineral
or chemical additives stated in PRHTA W 401-10 that allow the reduction of mix
production temperatures to within 185 degrees Fahrenheit to 280 degrees
Fahrenheit.

Provide WMA additive blended with the asphalt binder at the liquid asphalt
terminal prior to production of the asphalt mixture; or Blend the WMA additive
with the asphalt mixture in the mixing plant. When blending in the asphalt
mixing plant, introduce the WMA additive according to the recommendations of
the wax additive producer in order to achieve a uniform blend.

964-3.07 Composition of Mixtures – Shall meet the following:

a. Requirements specified in 959-3.03, including the appendix of AASHTO R-


35 (WMA).

b. Perform Dynamic modulus testing (AASHTO TP-79) for information


purposes. Use specimens for Dynamic Modulus testing to perform flow
number determination (AASHTO TP-79).

c. Requirements specified in articles 959-3.03 c (6) and (7) are not applicable to
WMA.

d. Moisture susceptibility requirements specified in SP 959 will take precedence


over Appendix AASHTO R 35.

Pre-approved HMA Superpave job mix formulas may be used to produce WMA
Superpave by adding WMA additives to the mix provided the following
procedures and requirements are followed and met:

a. The proportions of HMA job mix formula shall be verified and adjusted, if
necessary, to produce 4% air voids at the optimum asphalt content.

SP-964 - 2
September 11, 2011

SPECIAL PROVISION
SPECIFICATION 964 – WARM MIX ASPHALT (WMA) PAVEMENTS
SUPERPAVE

b. Determine production and compaction temperatures for WMA based upon


WMA additive manufacturer recommendations and ensuring producing 4%
air voids at selected compaction temperature.

c. Follow Appendix of AASHTO R35 for sample preparation and mix


evaluation. However, moisture susceptibility requirements specified in SP
959 will take precedence over moisture susceptibility requirements in
Appendix AASHTO R 35.

Submit the following information for all WMA mix designs:

1. All information required in article 959-3.03 d.


2. WMA additive information.
3. WMA technology manufacturer’s established recommendations for usage.
4. WMA technology manufacturer’s established target rate for additives, the acceptable
variation for production, and documentation showing the impact of production
variations.
5. WMA technology material safety data sheets (MSDS).
6. Production Temperature.
7. Compaction Temperature
8. Asphalt binder performance grade test data at the proposed WMA additive dosage.

964-4 ACCEPTANCE SAMPLING AND TESTING – Shall meet the requirements


specified in 959-4. All acceptance and performance sampling and testing shall be
conducted with WMA technology added to the mix.

964-5 CONSTRUCTION REQUIREMENTS - Shall meet the requirements specified


in 959-5.

Comply with manufacturer’s recommendations for incorporating additives and


WMA technologies into the mix. Comply with manufacturer’s recommendations
regarding the receiving, storage, and delivery of additives.

Use equipment and WMA technologies capable of producing asphalt mixtures


that meet specification requirements and are workable at the minimum placement
and compaction temperature desired.

The contractor shall modify the bituminous mixing plant as required by the
manufacturer to introduce the WMA technology. Plant modifications may
include additional plan instrumentation, the installation of WMA additive delivery
system, tuning the plant burner and adjusting the flights in order to operate at
lower production temperature and/or reduced tonnage.

SP-964 - 3
September 11, 2011

SPECIAL PROVISION
SPECIFICATION 964 – WARM MIX ASPHALT (WMA) PAVEMENTS
SUPERPAVE

Mixing shall meet the requirements of article 959-5.10. Delivery temperature to


the project site shall be consistent with the WMA additives and performance
during control strip section.

964-6 BASIS OF ACCEPTANCE – Shall be as per Section 959-6.

964-7 METHOD OF MEASUREMENT - Shall be as per Section 959-7.

964-8 BASIS OF PAYMENT - Shall be as per Section 959-8, except that prices and
payment shall also include full compensation for the cost of the WMA additive,
additional sampling and testing performed and any other plant adjustment or
equipment necessary for proper use of the WMA technologies.

Payment will be made under items described below:

Pay Item Pay Unit

Warm Mix Asphalt Pavement - Superpave (SPS)………….................... Ton

Warm Mix Asphalt Pavement - Superpave (SPB)………….................... Ton

Warm Mix Asphalt Pavement - Superpave (SPL).................................... Ton

Control Strip Section …………………………………………………….Ton

SP-964 - 4
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit B: Proposal Form


Proposal Form will be provided in Excel format to be filled out by Proposers.

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit No. 1. List of Subcontractors

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit No. 2. Statement of Bidder

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

STATEMENT OF THE BIDDER

BUSINESS, TECHNICAL ORGANIZATION, FINANCIAL STATEMENT AND PLANT EQUIPMENT


QUESTIONNAIRE

I. NAME AND PLACE OF BUSINESS

a. Name

b. City

c. Street No.

d. Telephone No.

II. FINANCIAL STATEMENT

a. Cash in USA Jurisdiction banks or on hand $

b. Total Property Value $

c. Other assets total value $

TOTAL $

d. Liabilities $

NET $

III. List below such equipment as is actually available to be used in this work at the date
indicated in the Notice to Proceed, without interfering with the work progress of other
projects under construction by your firm.

ITEM QUANTITY DESCRIPTION, SIZE, CONDITION YEARS OF PRESENT


CAPACITY SERVICE LOCATION
NO.

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

IV. List below equipment that you intend to purchase or lease for the use on the proposed
work, should the contract be awarded to you:

ITEM QUANTITY DESCRIPTION, SIZE, APPROXIMATE DATE OF


CAPACITY, ETC COST DELIVERY
NO.

V. List below similar contracts executed:

ITEM LOCATION TYPE OF WORK CONTRACT COMPLETION

NO. PRICE DATE

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

VI. List below contracts on hand:

NO. TYPE OF WORK CONTRACT PRICE % COMPLETED

VII. Type of business and organization (officers):

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

VIII. Who will personally supervise the work, if awarded to you? Indicate the name and
construction experience of project superintendent.

Dated at this of , 20 .

Contractor’s Signature

Print name

(Corporate Seal) Title of person signing

Affidavit No.__________________

State of_______________________

City of________________________

_________________________________________ being duly sworn, deposes and says


(Name of person signing)

that he is _________________________ of ______________________________


(Title of person signing)(Company Name)

And that the answer to the foregoing questions and all statements therein are true and correct.

Sworn to and subscribed before me by ____________________ of legal age,

contractor and resident of__________________, personally known to me, in

______________, Puerto Rico on this ______ day of _______, 20__.

Notary Public

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit No. 3. Financial Statement

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit No. 4. Resume of Full Time Project Engineer

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit No. 5. Resume of Full Time Superintendent

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit No. 6. Resume of Safety Officer

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit No. 7. Preliminary Construction Schedule

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit No. 8. Preliminary Monthly Cash Flow

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit No. 9. Eligibility Affidavit

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Eligibility Affidavit

I, ____________________________, of legal age, _______________, ______________,

acting in representation of _____________________ and resident of __________________,

Puerto Rico, duly STATE THE FOLLOWING:

1. _________________________________(company name) o any person associated


therewith in the capacity of owner, partner, director, officer, principal, project director,
manager, auditor or any position has not been convicted or plead guilty in federal or
Commonwealth forum, in any other jurisdiction of the United States, or in any other
country, for the commission of: aggravated misappropriation, in all its modalities;
extortion; construction fraud; fraud in the execution of construction works; fraud in the
delivery of goods; undue intervention in the processes of awarding bids or in
government operations; bribery, in all its modalities; aggravated bribery; offer to bribe;
undue influence; crimes against public funds; preparation of forged documents;
presentation of forged documents; forgery of documents; or, possession and transfer
of forged documents.
2. ____________________________________ (company name) o any person
associated therewith in the capacity of owner, partner, director, officer, principal,
project director, manager, auditor or any position has not represent interests in cases
or matters involving conflict of interest or public policy between the Public Private
Partnership Authority and private interests that the corporation represents.

__________________________________
Contratista

Corporate seal

__________________________________
By: (Name and Title)

Affidavit No. _________

Sworn and subscribed before me by ______________________, of legal age, contractor, and

resident of ________________________________, personally known to me, in

__________________, Puerto Rico on this _____ day of ___________ 20_____.

__________________________________
Notary Public

Eligibility Affidavit Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit No. 10. Non-Collusive Affidavit

Issued for Bids


September 18, 2023
Non-Collusive Affidavit

I __________________________, of legal age, _______________________, and resident of

__________________, certify for myself and from my organization

___________________________, under penalty of perjury, that to the best of my knowledge

and belief:

1. The prices in this proposal for the execution of Project


________________________________________________ in the municipality of
___________________________________, Puerto Rico have been arrived at
independently without collusion, consultation, communication, or agreement with any
other proposer, bidder or with any competitor for the purpose of restricting competition.
2. No attempt has been made or will be made by myself or any member of my organization
to induce any other person or organization to submit or not to submit a proposal on
this project, or otherwise taken any action in restraint of free competitive bidding on
this project.

__________________________________
Contratista

Corporate seal

__________________________________
By: (Name and Title)

Affidavit No. _________

Sworn and subscribed before me by ______________________, of legal age, contractor, and

resident of ________________________________, personally known to me, in

__________________, Puerto Rico on this _____ day of ___________ 20_____.

__________________________________
Notary Public

Non-Collusive Affidavit Issued for Bids


September 18, 2023
Exhibit No. 11. Site Visit Affidavit

Issued for Bids


September 18, 2023
Site Visit Affidavit

I (we), ___________________________, hereby Certify that I (We) have visited, examined,

and evaluated the site of project, __________________________, to ascertain compliance

with the proposal requirements:

__________________________________
Contratista

Corporate seal

__________________________________
By: (Name and Title)

Affidavit No. _________

Sworn and subscribed before me by ______________________, of legal age, contractor, and

resident of ________________________________, personally known to me, in

__________________, Puerto Rico on this _____ day of ___________ 20_____.

__________________________________
Notary Public

Notary Public

Site Visit Affidavit Issued for Bids


September 18, 2023
Exhibit No. 12. Sworn Statement

Issued for Bids


September 18, 2023
Declaracion Jurada

Yo, _______________________________, mayor de edad, _________________,


Nombre Estado Civil

vecino de Puerto Rico, y en representación de _____________________________,


Nombre Representante

bajo el más formal juramento CERTIFICO:

1. Mi nombre y demás circunstancias personales son las anteriormente


expresadas.

2. _________________________, sus empleados, oficiales, representantes,


funcionarios o ejecutivos no representan intereses particulares en casos o
asuntos que impliquen conflicto de intereses o de política publicas entre la
Autoridad de Alianza publico Privadas y los intereses particulares que la
Corporación representa.

3. _________________________, sus empleados, oficiales, representantes,


funcionarios o ejecutivos certifican que conocen las guías de Ética de la
Autoridad de Alianza Publico Privadas.

4. Además certifica que la entidad _________________________, sus


empleados, oficiales, representantes, funcionarios o ejecutivos no han sido
convicto y no se encuentra bajo investigación en cualquier foro del Estado
Libre Asociado de Puerto Rico, Federal o cualquier otra jurisdicción de los
Estados Unidos de América o en cualquier otro país de haber cometido
apropiación ilegal agravada, en todas sus modalidades; extorsi6n; fraude
en las construcciones; fraude en la ejecución de obras de construcci6n;
fraude en la entrega de cosas; intervención indebida en los procesos de
contratación de subastas o en las operaciones del Gobierno; soborno, en
todas sus modalidades; oferta de soborno; influencia indebida; delitos
contra los fondos públicos; preparación de escritos falsos; presentación de
escritos falsos; falsificación de documentos; posesi6n y traspaso de
documentos falsificados.

5. Certifico conocer la Ley núm. 84 de 18 de junio de 2002.

Y para que así conste, firmo la presente libre y voluntariamente, en la ciudad de


________________, Puerto Rico, hoy _______ de _______________ de 20____.

_________________________________
Contratista

Declaración Jurada #

JURADO Y SUSCRITO ante mí por ______________________, de las circunstancias


personales expresadas, y a quien DOY FE de conocer personalmente en
________________, Puerto Rico, hoy ____ de _______________ de 20_____.

__________________________________
Notario Publico

Declaración Jurada Issued for Bids


September 18, 2023
Exhibit No. 13. Sworn Statement (Anti – Corruption)

Issued for Bids


September 18, 2023
Declaracion Jurada

____________________________, una _______________________ organizada y existente bajo las leyes de


(nombre negocio o compañía) (corporación, sociedad o negocio individuo)

_______________, representado en este acto por ____________________________, mayor de edad,


(estado o pais) (nombre representante)

_______________, y vecino de _____________, Puerto Rico, bajo el más solemne juramento declaro que:
(estado civil) (Municipio)

1. Mi nombre y demás circunstancias personales son las anteriormente expresadas.


2. Ocupo el cargo de _________________________ en la compañía o negocio antes mencionado.
(posición en compañía)

3. Reconozco que por virtud de la Ley número 2 de 4 de enero de 2018, según enmendada, conocida
como Código Anticorrupción para el nuevo Puerto Rico, se dispone que cualquier persona, sea natural
o jurídica, que haya sido convicta por: infracción a los Artículos 4.2, 4.3 o 5.7 de la Ley número 1 de
3 de enero de 2012, conocida como Ley de Ética Gubernamental, por infracción a alguno de los delitos
graves contra el ejercicio del cargo público o contra fondos públicos de los contenidos en los
artículos 250 al 266 de la Ley número 146 de 30 de julio de 2012, según enmendado, conocida
como Código Penal de Puerto Rico, por cualquier de los delitos tipificado en el Código Anticorrupción
para el Nuevo Puerto Rico o por cualquier delito grave que involucre el mal uso de los fondos o
propiedad pública, incluyendo sin limitarse los delito mencionados en la sección 6.8 de la Ley número 8
de 4 de febrero de 2017, según enmendada, conocida como Ley para la Administración y
Transformación de los Recursos Humanos en el Gobierno de Puerto Rico, estará inhabilitada de contratar
o licitar con cualquier agencia ejecutiva del Gobierno de Puerto Rico.
4. En el caso de Metropistas certifico que ni el suscribiente, ni ________________________________,
(nombre de compañía)
ninguna de sus subsidiarias, o alter ego, ninguno de sus presidentes, vicepresidentes, directores
ejecutivos, o miembros de su Junta de Oficiales o de Directores, o persona que desempeñe funciones
equivalentes, ha sido convicto o se ha declarado culpable en el foro estatal o federal, en cualquier otra
jurisdicción de los Estado Unidos de América o en cualquier otro país, o está bajo investigación
en cualquier procedimiento legislativo, judicial o administrativo, ya sea en Puerto rico, Estados
Unidos o cualquier otro país por cualesquiera de los delitos mencionados en el Artículo 3.4 de
la Ley 2-2018, supra o su equivalente para propósitos de la Ley 2-2018, supra.
5. Certifico que las personas del inciso anterior no han cometido ninguno de los siguientes delitos:
apropiación ilegal agravada, extorsión, fraude en las construcciones, fraude en la ejecución de
obras, fraude en la entrega de cosas, intervención indebida en los procesos de contratación de subastas
o en las operaciones del Gobierno, soborno (en todas sus modalidades), influencia indebida, delitos
contra fondos públicos, preparación de escritos falsos, presentación de escritos falsos, falsificación
de documentos, posesión y traspaso de documentos falsificados.
6. Suscribo esta Declaración Jurada conforme a los establecido en la Ley 2- 2018, supra.
7. Entiendo y acepto que la convicción o declaración de culpabilidad por cualquier de los delitos
enumerados en el Artículo 3.4 de la Ley 2-2018, supra conlleva, además de cualesquiera penalidades,
la rescisión automática de todos los contratos entre el suscribiente, la compañía o negocio
que represento y metropistas.

Y para que así conste, juro y firmo, en la ciudad de _________________, Puerto Rico, hoy _____de
_________________de 20_ _ _ .

__________________________________
Contratista

Affidávit número:

JURADO Y SUSCRITO ante mí por ________________________, de las circunstancias personales expresadas, y


a quien DOY FE de conocer personalmente e n _________________, Puerto Rico, hoy ____de ______________
de 20_____.

__________________________________
Notario Publico

Sworn Statement (Anti-Corruption) Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

the Contractor and each of its shareholders (if the Contractor is a corporation)
orits Partner (if the Contractor is a partnership under the PR Code) that as
of the date of this Contract it does not have and has not had to submit
income tax returns and pay taxes in the Commonwealth during the past five
(5) years.
(ii) A no taxes debt due certificate, or payment plan and compliance
therewith, issued by the Internal Revenue Division of the PR Department of
the Treasury.
(iii) A certificate of no debt, or payment p l a n and compliance
therewith, with respect to real and personal property taxes issued by the
CRIM.
(iv) A certificate of no debt; or payment plan and compliance
therewith, for unemployment insurance, temporary disability (workmen's
compensation) and chauffeur's social security issued by the Puerto Rico
Department of Labor and Human Resources.
t) Insurance. Contractor shall maintain valid throughout the term of the
contract the following kinds of insurance with the minimums limits set forth below:

Kind of Insurance Minimum Limits

• Commercial General Liability $2,000,000 Per Occurrence


(Including Contractual and Completed
Operations)

• Automobile Bodily Injury Liability $2,000,000 Per Occurrence


(including hired automobile, owned and
Non-ownership Liability)

• Póliza del Fondo del Seguro del Estado


• Builder’s Risk Insurance
• Pollution Insurance
Contractor shall furnish insurance certificates to metropistas, satisfactory in form
and substance, showing the above coverages, and providing for at least (30) thirty days’
prior written notice to metropistas by the insurance company of cancellation or
modification. Metropistas and the Puerto Rico Highways and Transportation
Authority shall be named as an additional insured on Contractor’s policies.
Coverage shall be procured with carriers acceptable to contractor in its sole discretion.
Metropistas may request, at its sole discretion, to the Contractor any other insurances
that Metropistas deems necessary to the works or project. Metropistas may request those

Compliance with Laws and Additional Documents Required Issued for Bids
(Including Insurance) September 18, 2023
Exhibit C: Compliance with Laws and Additional Documents
Required
(Including Insurance)

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Compliance with Laws and Additional Documents Required (Including


Insurance)

a) The Contractor shall, at all times and at its own cost and expense, observe and
comply, in all material respects, to observe and comply, in all material respects, with
all applicable Laws and regulations now existing or later in effect that are applicable to
the Work and those that may in any manner apply with respect to the performance of
the Work. The Contractor shall notify Metropistas in writing within seven (7) days after
receiving notice from a Governmental Authority that the Contractor may have violated
any of the above.
b) b) The Contractor shall comply with all applicable Commonwealth and federal
Laws regarding non-discrimination, including: (i) the Civil Rights Act of 1964, 42 U.S.C.
c) § 2000 et seq. (19 1); (ii) the Civil Rights Act of 1991, P.L. 102-166; (iii)
Executive Order Number 11246, 30 Fed. Reg. 12,319 (1965), reprinted in 42 U.S.C. §
2000(e) note, as amended by Executive Order Number 11375, 32 Fed. Reg. 14,303
(1967) and by Executive Order Number12086, 43 Fed. Reg. 46,501 (1978); (iv) the
Age Discrimination Act, 42 U.S.C, §§ 6101-6106 (1981); (v) the Age Discrimination in
Employment Act, 29 U.S.C. §§ 621-34 '(1967); (vi) the Rehabilitation Act of 1973,
29U.S.C. §§ 793-794 (1981); (vii) the Americans with Disabilities Act, 42 U.S.C.§
12101 et seq. (1990); (viii) Act No. 100 of June 30, 1959, 29 P.R. Laws Ann.§ 146
et seq., as amended; (ix) Act No. 17 of April22, 1988, 29 P.R. Laws Ann. § 155 et seq.,
as amended; and (x) Act No. 69 of June 6, 1985, 29 P.R. Laws Ann. § 1321 et seq., as
amended.
d) Pursuant to federal regulations promulgated under the authority of The
Americans With Disabilities Act, 28 C.P.R. § 35.101 et seq., the Contractor understands
and agrees that it shall not cause any individual with a disability to 'be excluded from
participation in this Contract or from activities provided for under this Contract on the
basis of the disability. The Contractor agrees to comply with the "General
Prohibitions Against Discrimination," 28 C.P.R. § 35.130, and all other regulations
promulgated under Title II of the Americans With Disabilities Act which are
applicable to all benefits, services, programs, and activities provided by the Owner
through contracts with outside contractors. The Contractor shall be responsible for
and agrees to indemnify and hold harmless Metropistas from losses, damages,
expenses, claims, demands, suits, and actions brought by any party against
Metropistas as a result of the Contractor's failure to comply with the provisions of
this Section.

Compliance with Laws and Additional Documents Required Issued for Bids
(Including Insurance) September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

d) Pursuant to Act No. 100 of June 30, 1959, 29 P.R. Laws Ann. § 146 et
seq., as amended (Non-Discrimination Act), Act No. 17 of April 22, 1988, 29 P.R. Laws
Ann. §155 et seq., as amended (Sexual Harassment Act), and Act No. 69 of June 6,
1985, 29 P.R. Laws Ann. § 1321 et seq., as amended (Sexual Discrimination Act), the
Contractor agrees as follows during the Term:

(1) In the hiring of any employees for the manufacture of supplies ,


performance of work, or any other activity required under this Contract
or any subcontract, the Contractor o r any Person acting on behalf of the
Contractor shall not by reason of gender, race, creed, or color discriminate
against any person who is qualified and available to perform the work to which
the employment relates.

(2) Neither the Contractor nor any Person on its behalf shall in any
manner discriminate against or intimidate any employee involved in the
manufacture of supplies, the performance of work or any other activity
required under this Contract on account of gender, race, creed, or color.

(3) The Contractor shall establish and maintain a written sexual


harassment policy and shall inform their employees of the policy. The policy
must contain a notice that sexual harassment will not be tolerated and
employees who practice it will be disciplined.

(4) The Contractor shall not discriminate by reason of gender, race,


creed, or color against any sub-contractor or supplier who is qualified to
perform the Work to which the contract relates.

(5) The Contractor shall include the provisions of this Section in


every subcontract so that such provisions will be binding upon each sub-
contractor.

(6) In the event that any Contractor Default results from a violation
of the terms and conditions of the obligations imposed by this Section.
Metropistas may cancel or terminate this Contract in accordance with the
provisions of the Contract.

e) The Contractor attests, subject to the penalties for perjury, that no


Representative of the Contractor, directly or indirectly, to the b e s t of the Contractor's
knowledge, entered into or offered to enter into any combination, conspiracy,
collusion or Contract to receive or pay any sum of money or other consideration for
the execution of this Contract other than that which is expressly set forth in this
Contract.
f) As required by Article 10 of Act No. 14 of January 8, 2004, 3 P.R. Laws Ann.
§930 et seq., the Contractor shall use, to the extent available and applicable to

Compliance with Laws and Additional Documents Required Issued for Bids
(Including Insurance) September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

theservices provided hereunder, goods extracted, produced, assembled, packaged,


bottled or distributed in the Commonwealth by businesses operating in the
Commonwealth or distributed by agents established in the Commonwealth.
g) The Contractor shall maintain the highest standards of integrity in the
performance of this Contract and shall take no action in violation of Commonwealth
or federal Laws and regulations.
h) The Contractor shall not disclose to others any confidential information gained
by virtue of this Contract in violation of the confidentiality Contract described in
the Contract.
i) The Contractor shall not, in connection with this Contract or any other Contract
with Metropistas, directly or indirectly, offer, confer or agree to confer any pecuniary
benefit on anyone as consideration for the decision, opinion, recommendation, vote,
other exercise of discretion or violation of a known legal duty by any officer or employee
of Metropistas.
j) The Contractor shall not, in connection with this Contract, directly or indirectly,
offer, give or agree or promise to give to anyone any gratuity for the benefit of or at
the direction or request of any officer or employee of Metropistas.
k) The Contractor shall not accept or agree to accept from, or give or agree to give
to, any Representative of Metropistas, any gratuity from any person in connection with
this Contract that is intended by the provider thereof to be a material inducement to
enter into this Contract or any modifications thereof, including but not limited to any
change order or extra work order.
l) The Contractor, upon acquiring any knowledge that any violation of the
provisions of this Section has occurred or may occur, shall immediately notify
Metropistas in writing.
m) The Contractor, by execution of this Contract and any request for compensation
pursuant hereto, certifies and represents that it has not violated any of the provisions
of this Section.
n) The Contractor, upon the inquiry or request of the Comptroller of the
Commonwealth or any of that official's agents or representatives, shall provide, or if
appropriate, make promptly available for inspection or copying, any information of
any type or form deemed relevant by the Comptroller of the Commonwealth.
Such information may include the Contractor's business or financial records, documents
or files of any type or form that refers to or concerns this Contract. Such information

Compliance with Laws and Additional Documents Required Issued for Bids
(Including Insurance) September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

shall be retained by the Contractor for a period of five (5) years unless otherwise
provided by Law.
o) In the event that any Contractor’s Default results from a violation of any
ofthe provisions of this Section, Metropistas may terminate this Contract in
accordance with this agreement and claim liquidated damages in an amount equal
to the value of anything received by the Contractor in breach of these provisions
and claim damages for all expenses incurred in obtaining another Contractor to
complete performance hereunder. These rights and remedies are cumulative, and
the -use or nonuse of any one shall not preclude the use of all or any other.
These rights and remedies are in addition to those Metropistas may have under
Law, statute, regulation, or otherwise.
p) The Contractor shall inform Metropistas if, at any time during the performance
of the Work, it becomes delinquent in the payment of taxes imposed by any
Governmental Authority of the Commonwealth.
q) Contractor shall comply with the requirements of Law No. 84 of June 8th,
2002, known as the Contractors Code of Ethics.
r) The Contractor shall inform Metropistas if at any time during the performance
of the Work, it becomes subject to investigation in connection with criminal charges
related to acts of corruption, the public treasury, the public trust, a public function,
or charges involving public funds or property.
s) Tax Filings.

(1) The Contractor for itself and each of its shareholders (if the Contractor is
a corporation) or its Partners (if the Contractor is a partnership under the New
PR Code) represents that as of the date of this Contract neither it nor any
of its shareholders or Partners has any outstanding debts for
unemployment insurance, temporary disability (workmen's compensation),
chauffeur's social security with the Puerto Rico Department of Labor and Human
Resources, income taxes with the PR Department of Treasury, or real or personal
property taxes with the Municipal· Revenues Collection Center (the "CRIM") or
it or its shareholders or Partners have a payment plan in place with respect to
any outstanding debt for the foregoing items and have complied therewith.

(2) The Contractor acknowledges and agrees that it has obtained and
delivered to Metropistas, and shall maintain throughout the term of the Contract
or as indicated by Metropistas, the following:

(i) A certification of filing of income tax return, issued by the Internal


Revenue Division of the PR Department of the Treasury or a certification by

Compliance with Laws and Additional Documents Required Issued for Bids
(Including Insurance) September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

the Contractor and each of its shareholders (if the Contractor is a corporation)
orits Partner (if the Contractor is a partnership under the PR Code) that as
of the date of this Contract it does not have and has not had to submit
income tax returns and pay taxes in the Commonwealth during the past five
(5) years.
(ii) A no taxes debt due certificate, or payment plan and compliance
therewith, issued by the Internal Revenue Division of the PR Department of
the Treasury.
(iii) A certificate of no debt, or payment p l a n and compliance
therewith, with respect to real and personal property taxes issued by the
CRIM.
(iv) A certificate of no debt; or payment plan and compliance
therewith, for unemployment insurance, temporary disability (workmen's
compensation) and chauffeur's social security issued by the Puerto Rico
Department of Labor and Human Resources.
t) Insurance. Contractor shall maintain valid throughout the term of the
contract the following kinds of insurance with the minimum limits set forth below:

Kind of Insurance Minimum Limits


 Commercial General Liability  $2,000,000 Per Occurrence (Including
Contractual and Completed Operations)
 Automobile Bodily Injury  $2,000,000 Per Occurrence
Liability (including hired automobile, owned
and Non-ownership Liability)

 Póliza del Fondo del Seguro  Coverage for the Project amount
del Estado
 Builder’s Risk Insurance  Coverage for the Project amount
 Payment and Performance Bond  Coverage for the Project amount.
 These bonds shall be in full
compliance for a year after final
completion is awarded.

Contractor shall furnish insurance certificates to metropistas, satisfactory in form and


substance, showing the above coverages, and providing for at least (30) thirty days’ prior
written notice to metropistas by the insurance company of cancellation or modification.
Metropistas and the Puerto Rico Highways and Transportation Authority shall
be named as an additional insured on Contractor’s policies. Coverage shall be
procured with carriers acceptable to contractor in its sole discretion. Metropistas may request,
at its sole discretion, to the Contractor any other insurances that Metropistas deems necessary

Compliance with Laws and Additional Documents Required Issued for Bids
(Including Insurance) September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

to the works or project. Metropistas may request those additional insurances either before or
after the execution of the Contract. All applicable insurance shall include the waiver of
subrogation clause, a 30 days cancellation notice clause and the hold harmless clause
for all additional insured.

u) Contractor warrants and certifies that as of the date of the Contract and for
the preceding twenty (20) years, he, she or it nor any officer working with he, she or it
(each, a “Covered Party”), has been convicted, has entered a plea of guilty or nolo
contendre or has been indicted in any criminal procedure in any State, Commonwealth
or federal court or in any foreign country for criminal charges related to acts of
corruption, the public treasury, the public trust, a public function, or charges involving
public funds or property, or for the felonies or misdemeanors mentioned in Act No.
458-2000, as amended, and (B) each Covered Party is complying and shall continue
to comply at all times with laws that prohibit corruption and regulate criminal acts
involving public functions or public funds applicable to Contractor under State or
federal Law, including the Foreign Corrupt Practices Act. If a Covered Party after the
date of the Contract becomes indicted or convicted in a criminal procedure for any
type of offense described herein, Contractor shall immediately notify metropistas
thereof in writing as required by Act No. 458-2000, as amended.
v) Neither Contractor nor, to the knowledge of Contractor, any of its officers,
directors or members (as applicable) has been convicted of offenses against public
integrity, as defined in the Puerto Rico Penal Code, or of embezzlement of public funds,
and neither Contractor nor any of its officers, directors or members has been found
guilty of any such type of offense in the Courts of the Commonwealth of Puerto Rico,
the federal courts or any court of any jurisdiction of the United States of America.
w) Contract shall be subject to rescission or termination under Act No. 458-
2000, as amended, and Act 84-2002, as amended, as if Contractor had entered into
such Contract directly with the Highways Authority.

(end of document) (rest of page intentionally left blank)

Compliance with Laws and Additional Documents Required Issued for Bids
(Including Insurance) September 18, 2023
Exhibit D: Service Contract Sample

Issued for Bids


September 18, 2023
CONSTRUCTION AGREEMENT
NAME OF PROJECT

This Contract (the "CONTRACT") Is entered into this ___ day of ______ in the year
20____ (“EFECTIVE DATE”), by and between:

AS FIRST PARTY: Autopistas Metropolitanas de Puerto Rico, LLC.


(“METROPISTAS”), a limited liability company organized and existing under the laws of the
Commonwealth of Puerto Rico, with offices at City View Plaza, 48 Road 165 Suite 500,
Guaynabo, Puerto Rico 00968 and Employer Identification Number 66-0708212.

AS SECOND PARTY: _______________________ ("CONTRACTOR"), a company

E
organized and existing under the laws of the Commonwealth of Puerto Rico, with offices
located at ___________________________________, whose Employer Identification
Number is 66-__________________.

WHEREAS, METROPISTAS is the private operator of the PR-22 and PR-5 Highways in

PL
Puerto Rico by virtue of a Concession Agreement entered into with the Puerto Rico Highway
and Transportation Authority (“PRHTA”), dated as of June 27, 2011, as amended, and as
authorized by Act No. 29 of June 8, 2009, known as the Private-Public Partnerships Law of
Puerto Rico.

WHEREAS, METROPISTAS issued a Request for Proposals, dated ______ __, 20__
(“RFP”), for the selection of a contractor to perform all services and work (the “WORK”)
M
related to _________________________________________________ (the “PROJECT”),
as described in the CONTRACT DOCUMENTS as defined in this CONTRACT.

WHEREAS, the CONTRACTOR was selected to perform all WORK in connection with
the PROJECT, who shall be responsible for all works and services, including but not limited to,
all necessary permits, construction, installations, commissioning, testing and warranties,
SA

among others, necessary to ensure the successful and timely completion of the PROJECT,
pursuant to the terms and conditions set forth herein.

NOW THEREFORE, in consideration of the mutual covenants contained herein,


METROPISTAS and the CONTRACTOR (together, the “PARTIES”) agree to execute this
CONTRACT, for the performance of the WORK as described in the terms, conditions, technical
specifications, and plans included in the CONTRACT DOCUMENTS, which are made a part of
this CONTRACT.

ONE: SERVICES. The CONTRACTOR shall perform the WORK for METROPISTAS as
fully described on EXHIBIT NO. 1 – Request for Proposal, and applicable plans,
specifications, and drawings, including all applicable laws and regulations, and pursuant to all
CONTRACT DOCUMENTS and exhibits attached and referenced herein which are made part of
this CONTRACT.
Construction Agreement - ______
Project: ___________________________
Page 2 of 20

The CONTRACTOR shall fully execute the WORK described in the CONTRACT
DOCUMENTS or reasonable inferable by METROPISTAS as necessary to produce the results
intended by the CONTRACT DOCUMENTS, except as specifically indicated in the CONTRACT
DOCUMENTS to be the responsibility of other works or contractors on the Toll Roads.

Except as expressly provided for in the CONTRACT DOCUMENTS to the contrary, the
CONTRACTOR at its sole costs, risk and expense shall design, construct, equip, install, test,
provide, purchase, pay for, and furnish all the WORK in accordance with the CONTRACT
DOCUMENTS and government codes and regulations as they apply to the execution of the
WORK.

E
TWO: PARTIES' REPRESENTATIONS:

A. METROPISTAS:

PL
1. This CONTACT has been authorized and signed by METROPISTAS and is binding
against METROPISTAS in conformity with its terms.

2. This CONTACT was awarded to the CONTRACTOR in conformity with all


applicable laws and regulations.

3. METROPISTAS has been authorized to be obliged to this CONTRACT and none


of its terms or conditions are in violation of the applicable laws and regulations.
M
B. CONTRACTOR:

1. The CONTRACTOR is the entity that will provide WORK as fully described herein
and is obliged to the fulfilment of al the stipulations of this CONTRACT including,
SA

but not limited to, the payment of any liquidated damages imposed by this
CONTRACT or any obligations arising from this CONTRACT and applicable laws
and regulations.

2. The CONTRACTOR represents that, as of the EFFECTIVE DATE of this


CONTRACT and throughout the CONTRACT TERM, it has complied with all
requires regulatory permits, licenses, certifications, fess, authorizations and/or
any kind of approval from all applicable federal, state and municipal
governmental authorities, necessary to perform the WORK under this
CONTRACT.

3. The CONTRACTOR has reviewed all information provided by METROPISTAS as


to the worksite conditions. The CONTRACTOR warrants that it has the
experience, resources, qualifications and capabilities necessary to adequately
perform the WORK in accordance with this CONTRACT, and that has inspected
the worksite and is familiarized with, and satisfied as to, the general, local and
Construction Agreement - ______
Project: ___________________________
Page 3 of 20

site conditions that may affect costs, progress, performance and furnishing of
the WORK.

4. This CONTRACT has been authorized and signed by the CONTRACTOR’s


authorized representative, and it is binding against the CONTRACTOR in
conformity with its terms and conditions.

THREE: COMPENSATION. METROPISTAS shall pay the CONTRACTOR the contract


lump sum in current funds for the CONTRACTOR's proper performance of the CONTRACT and
the completion of the WORK. The compensation, including general conditions and the
CONTRACTOR's overhead and profit shall be the sum of __________________________

E
DOLLARS ($_________) (the “CONTRACT SUM” or “COMPENSATION”) (see EXHIBIT
NO. 2 - Proposal) subject to authorized additions, deletions and adjustments as provided in
the CONTRACT, and subject to all applicable withholdings and deductions as required by law
and regulations (i.e., Department of the Treasury, etc.).

PL
This COMPENSATION payment is all inclusive, which includes all applicable taxes,
inducing but not limited to federal, state and municipal taxes, fees, permit fees, licenses and
stamps, and shall be CONTRACTOR's sole compensation, and CONTRACTOR shall have no
claim for reimbursement of any expenses whatsoever, whether personnel expenses, travel
expenses (including toll road fees incurred in transportation throughout the PR-22 and PR-5),
office expenses, out-of-pocket expenses or other costs and related expenses.
M
If any quantity of items described in EXHIBIT NO. 2 – Proposal, decreases or
increases, the unit process set forth therein shall not be increased.

Pursuant to certain official statement from the Puerto Rico Treasury Department, dated
December 02, 2014, in which such agency ruled that METROPISTAS shat be considered as an
agent of the Commonwealth of Puerto Rico for purposes of Section 1010.01(p) of the Internal
SA

Revenue Code of Puerto Rico of 2011, as amended, METROPISTAS shall be entitled to the
exemption described in Section 4030.08 which provides that items and services acquired by
government agencies are exempt from the Sales and Use Tax (“IVU”, by its Spanish
acronym). Based on the foregoing, all acquisition of applicable tangible personal property and
services in connection with this CONTRACT shall be exempt from the IVU, therefore,
METROPISTAS shall not pay IVU for any acquisition of tangible personal property and services
in relation to this CONTRACT.

CONTRACTOR shall, at CONTRACTOR's own cost and expense, deliver to


METROPISTAS, prior to or on the date of execution of the CONTRACT, a Performance Bond
and a Payment Bond (collectively, the 'BONDS") in an amount equal to 100% of the total
CONTRACT SUM, as it may be amended from time to time, from a company acceptable to
METROPISTAS, and in its sole discretion satisfactory to METROPISTAS, guaranteeing the
completion of the performance of the WORK and the payment of such WORK. Such BONDS
Construction Agreement - ______
Project: ___________________________
Page 4 of 20

shall be maintained effective, at the CONTRACTOR’s sole cost and expense, throughout the
CONTRACT TERM and one year after FINAL COMPLETION (“ADDITIONAL TERM”).

FOUR: APPLICATION FOR PAYMENTS. Supporting documentation submitted


with each Application for Payment shall be as follows:

1. Record documents for review by the Project Inspector which will be returned to
the CONTRACTOR. Certification as a part of each application for payment that
the project record documents are current at the time the application is
submitted. The CONTRACTOR shall require such drawings to be correct as a
condition for approving any payment to the trade CONTRACTOR and

E
Subcontractor.

2. As-Bulti construction prowess schedules revised and current. If actual progress


is behind schedule, discussion of a "catch up plan' that CONTRACTOR has

PL
employed or will employ to recover the original Project Schedule.

3. An update of the Procurement Schedule.

4. An update of the S-Curve indicating projected and actual cash flow to date.

5. A 30-Day Look-Ahead Schedule of Project.


M
6. A summary of any claims anticipated by CONTRACTOR with rasped to the
WORK, including the anticipated cost and schedule impacts of any such claims.

7. Any other test results of materials and equipment instilled during the payment
period covered by the Application of Payment.
SA

8. Any other document that METROPISTAS deems necessary to verify that the
WORK performed during the Application for Payment period has been executed
in accordance with the CONTRACT DOCUMENTS.

FIVE: PAYMENTS. Based upon Applications for Payment inducing all supporting
documentation as required from METROPISTAS, submitted to METROPISTAS by the
CONTRACTOR and Certificates for Payment properly Issued by METROPISTAS, METROPISTAS
shall mats progress payments on account of the CONTRACT SUM to the CONTRACTOR.

The period covered in the Application for Payment shall be one (1) calendar month ending
on the twenty-fifth (25th) day of the month. Provided that an Application for Payment is received
by METROPISTAS not later than the first (1st) day of a month, METROPISTAS shall make payment
of the certified amount to the CONTRACTOR not later than thirty (30) calendar days after
Certification for Payment.
Construction Agreement - ______
Project: ___________________________
Page 5 of 20

In the event the CONTRACTOR fails to submit the Application for Payment not later than
the first (1st) day of a month, the amount of such Application for Payment may be automatically
reduced by one percent (1%) of the amount of such Application for Payment. Such reduction in
the amount of any Application for Payment shall not be recoverable by the CONTRACTOR and
shall constitute instead an automatic adjustment in the CONTRACT SUM.

In the event the CONTRACTOR falls to submit the Application for Payment on or prior to
the thirtieth (30th) day following the first (1st) day of a month in which the Application for Payment
was supposed to be submitted, the amount of such Application for Payment may be automatically
reduced by two percent (2%) of the amount of such Application for Payment Such reduction in
the amount of any Application for Payment (a) shall be in lieu of, and not in addition to, the

E
reduction provided in the preceding paragraph; (b) shall not be recoverable by the CONTRACTOR;
and (c) shall constitute instead an automatic adjustment in the CONTRACT SUM.

SIX: PAYMENT AND ACCEPTANCE. No Certificate for Payment, nor any Progress
Payment made, nor any partial or full use or occupancy of the WORK by METROPISTAS, shall

PL
constitute an acceptance of any WORK not in accordance with the CONTRACT DOCUMENTS. All
Progress Payments will be subject to correction following the discovery of an error, misreported
progress, misrepresentation, or unallowed cost in any previous application, with the correction
amount applied to reduce the requested amount of one or more subsequent Applications for Payment until
full recovery of the correction amount. The milking of any Progress Payment shall not, in any respect, be
construed as an acceptance by METROPISTAS of the amount of WORK completed, or release of the
CONTRACTOR from any of its responsibilities under the CONTRACT.
M
SEVEN: METROPISTAS' RIGHT TO AUDIT RECORDS. METROPISTAS, within its sole discretion,
shall have the right, but not the obligation, to make an audit of all records of the CONTRACTOR and each
Subcontractor in connection with (i) the WORK under this CONTRACT, (ii) in relation to any direct claim against
METROPISTAS by any subcontractor for non-payment by CONTRACTOR in connection with this WORKS.
CONTRACTOR shall require each subcontractor to agree to the provisions of this clause.
SA

EIGHT: COMPLIANCE WITH PRHTA SPECIFICATIONS. The WORK to be performed, including


materials furnished and supplied by the CONTRACTOR as agreed on this CONTRACT shall be in compliance
with applicable specifications set forth in the latest edition of the Puerto Rico Highway and Transportation
Authority Standard Specifications For Road and Bridge Construction, as of the date of the proposal
submission date, including but not limited to all applicable Supplemental Specifications, Special Provisions,
Standard Drawings, Supplemental Drawings, Supplemental Drawings, as instructed in the RFP and Project
Manual.

NINE: RETAINAGE. An amount equal to ten percent (10%) of every Application for Payment will be
retained by METROPISTAS until Final Completion of the WORK

TEN: DOCUMENTS PART OF THIS CONTRACT. All documents identified in this Clause, will be
made part of this CONTRACT and will be referred as the “CONTRACT DOCUMENTS”:
Construction Agreement - ______
Project: ___________________________
Page 6 of 20

(a) The applicable Standard Specifications, the Supplemental Specification,


Special Provisions, Instructions to Proposers, Project Plans, Standard Drawings,
Supplemental Drawings, Design, Project Manual, RFP, any addenda attached herein, and all
documents affecting the WORK, duly issued to the CONTRACTOR, are essential parts of this
CONTRACT and a requirement occurring in one is as binding as if occurring in all. These are
intended to be complementary and to describe and provide for a complete WORK.

(b) Proposal Form from CONTRACTOR as accepted by METROPISTAS.


(c) Evidence of the following documents:

1. Performance and Payment Bond

E
2. Worker’s Compensation Policy issued by Puerto Rico Insurance Fund
Corporation
3. General Comprehensive Liability insurance
4. Automobile Liability
5.
6.

7.
8.
PL
Builder Risk
Any other policy and insurance requested by METROPISTAS before or during the
execution of this CONTRACT
Exhibit of Compliance with Laws and Additional Documents Required
Any other document or requirement as required by METROPISTAS (i.e. safety
requirements)
M
The intent of the CONTRACT DOCUMENTS is to include all items necessary for the proper
execution and completion of the WORK by the CONTRACTOR. The content of this CONTRACT
supersedes the content of any CONTRACT DOCUMENT attached herein, providing for, that the
CONTRACT DOCUMENTS are complementary, and what is required by one shall be as binding
as if required by all. In the event of inconsistencies within or between parts of the CONTRACT
DOCUMENTS, or between the CONTRACT DOCUMENTS and applicable standards, codes, and
SA

ordinances, the CONTRACTOR shall: (I) provide the better quality or greater quantity of
WORK; or (I) comply with the more stringent requirement.

ELEVEN: CONFIDENTIALITY. The CONTRACTOR warrants and represents that will


not, knowingly or negligently, communicate or disclose at any time to any person, any
information in connection with the Work or the Project except (i) with prior written consent
by METROPISTAS, (ii) information that was in the public domain prior to the date of this
Contract, (iii) information that becomes part of the public domain by publication or (iv) as
may be required to perform the Work or any applicable law.

TWELVE: REMEDIES. If the CONTRACTOR fails to correct WORK which is not in


accordance with this CONTRACT, or repeatedly fails to perform the WORK in accordance with
the CONTRACT DOCUMENTS, METROPISTAS may issue a written notice to the CONTRACTOR
ordering to stop the WORK, or any portion thereof, until the cause for such order is eliminated,
Construction Agreement - ______
Project: ___________________________
Page 7 of 20

and the CONTRACTOR shall have no remedy against METROPISTAS due to the time the WORK
is stopped or suspended.

If the CONTRACTOR defaults or neglects to perform the WORK in accordance with this
CONTRACT, and fails to commence and continue correction of such default or neglect with
diligence and promptness within a ten (10) calendar days after receipt of written notice from
METROPISTAS, METROPISTAS may, without prejudice to any other remedy it may have, (i)
correct such deficiencies and may deduct the reasonable cost thereof, or (ii) may, at its
discretion, without penalty, terminate this CONTRACT immediately and the CONTRACTOR
shall pay to METROPISTAS the cost to correct any default of the CONTRACTOR. METROPISTAS
reserves the right to set-off any amounts that may become due by CONTRACTOR to

E
METROPISTAS. METROPISTAS is entitled to recover from the CONTRACTOR any cost related
to, or attributable to, any violation of this CONTRACT.

Should any act or omission by the CONTRACTOR, whether intentional or unintentional,

PL
under this CONTRACT causes any direct or indirect disruption, decrease, or adversely affect
the toll revenues of METROPISTAS, the CONTRACTOR shall pay to METROPISTAS such toll
revenues decrease attributable to the CONTRACTOR act or omission.

All amounts due to METROPISTAS from the CONTRACTOR pursuant to this section or
any other provisions of the CONTRACT (“OWED AMOUNTS”) shall be due and payable on
the tenth (10th) calendar day after demand therefore, and, if not paid when due, shall bear
interest from such due date at 5% (“REPAYMENT RATE”) on the amount outstanding.
M
THIRTEEN: CONTRACT TERM. The CONTRACTOR shall successfully finish all WORK
within ONE HUNDRED SEVENTY (170) CONSECUTIVE CALENDAR DAYS from the Date of
Commencement until the date on which the CONTRACTOR accepts Final Payment (the
“CONTRACT TERM”). The Date of Commencement will be indicated in the Notice to Proceed
SA

(“NTP”) issued to the CONTRACTOR by METROPISTAS. The CONTRACT TERM of 170


consecutive calendar days shall be divided as follows: 140 consecutive calendar days for
Substantial Completion and 30 consecutive calendar days for Final Completion. The
Substantial and Final Completion Dates shall be calculated as follows:
a. Substantial Completion Date. The CONTRACTOR shall substantially finish
(Substantial Completion) the WORK and services within One Hundred Forty (140)
consecutive calendar days after the Date of Commencement.
b. Final Completion. The Contractor shall achieve Final Completion within Thirty (30)
consecutive calendar days after the achievement of the Substantial Completion.

Time is of the essence with respect to all the obligations of the CONTRACTOR under the
CONTRACT.
Construction Agreement - ______
Project: ___________________________
Page 8 of 20

The CONTRACTOR shall not mobilize or bring equipment to the PROJECT site until proof
of all requested insurance and bonds have been furnished to METROPISTAS and
METROPISTAS approves such documentation. METROPISTAS reserves the right to request the
CONTRACTOR, at any time, additional insurance, bond or document alike that it deems, at its
sole discretion, necessary to the performance of the WORK, and the CONTRACTOR shall
promptly comply with the requirement.

The CONTRACTOR shall not commence the WORK until a Purchase Order Number (P.O.
number) has been issued by METROPISTAS, which will be delivered with the NTP.

FOURTEEN: LIQUIDATED DAMAGES. If the CONTRACTOR fails to achieve

E
Substantial Completion or Final Completion of the WORK within the terms established in this
CONTRACT, METROPISTAS shall be entitled to retain or recover from the CONTRACTOR and
the CONTRACTOR’s surety, if any, as liquidated damages and not as penalty, the amount of
$2,000.00 per consecutive calendar days commencing on the first (1st) day following the

PL
expiration of the Substantial Completion or Final Completion period.

FIFTEEN: COMPLIANCE WITH SAFETY. The CONTRACTOR shall comply, at its sole
cost and expense and during the CONTRACT TERM, with all applicable laws and regulations in
relation to the safety of the WORKS. If the CONTRACTOR fails to comply with applicable laws
and regulations in relation to the safety of the WORKS or with any provision established in
EXHIBIT NO. 3 - Contractor Compliance Requirements or “Programa de Cumplimiento
Regulatorio para Contratistas (Contractor Compliance Program)”, METROPISTAS shall be
M
entitled to retain or recover from the CONTRACTOR the amount of $500.00 for a first time
violation and $1,000.00 for any subsequent violation, per each noncompliance or violation
and per each calendar day while the violation or non-compliance persists.

SIXTEEN: MAINTENANCE OF TRAFFIC. The CONTRACTOR will be responsible for the


SA

installation of any sign or warning necessary to indicate and warn the public about the
construction project and will take all necessary measures to avoid any type of accident. The
CONTRACTOR will also ensure the protection of any existing water and/or electricity pipes,
and any other existing utilities from any harm. In case of damage, CONTRACTOR shall repair
said damage at no cost to METROPISTAS. CONTRACTOR shall not close any lane or the
highway to perform any type of work, except as provided and permitted in the Project Manual
and Contract Documents. The CONTRACTOR shall comply, at all times, with the Maintenance
of Traffic (MOT) as indicated in the Project Manual or in any document provided by
METROPISTAS. Non-compliance with the MOT, including restrictions to the timeframes when
lane closures are allowed, as may be determined by METROPISTAS, will cause the imposition
of a penalty to the CONTRACTOR of $500.00 for each first-time violation, and $1,000.00 for
any subsequent violation, which may be deducted from any Application For Payment. For
avoidance of doubt, such penalties will be imposed per each occurrence for each day.

SEVENTEEN: INSPECTORS. METROPISTAS may use inspectors, and the


CONTRACTOR shall cooperate with them. Inspectors employed by METROPISTAS are
Construction Agreement - ______
Project: ___________________________
Page 9 of 20

authorized to inspect all WORK and materials furnished, including but not limited to, the
preparation, installation, handling, and maintenance of the materials to be used. Inspectors
also have the authority to reject any materials and WORK until any questions at issue can be
referred to and decided by METROPISTAS.

METROPISTAS’s comments to the CONTRACTOR’s WORK or failure to provide any


comments to any or all parts of such WORK shall, in no event, be deemed as METROPISTAS’s
acceptance thereof or a waiver of any of CONTRACTOR’s obligations to perform the WORK or
CONTRACTOR’s liability in accordance with the requirements of this CONTRACT. Any
acceptance, modification, review or authorization by METROPISTAS related to all or part of
the WORK, shall not be construed to be an assumption of responsibility by METROPISTAS, its

E
agents, representatives, employees and authorized third parties.

All WORK shall be subject to inspection by METROPISTAS or any of its representatives,


at all times, to determine whether the WORK conforms to the requirements of this CONTRACT.
CONTRACTOR shall grant and facilitate METROPISTAS or any of its representatives with access

PL
to all locations where WORK is in progress, including locations not on the site. If, in the
judgment of METROPISTAS, any WORK is defective prior to Final Completion, then
CONTRACTOR shall promptly correct such defective Work, at its sole cost and expense,
whether by repair, replacement or otherwise. If after a period not to exceed seven (7) days
the CONTRACTOR fails to repair or replace any defective WORK, or to commence to repair or
replace any defective WORK and thereafter continuing to diligently complete the same, then
METROPISTAS may repair or replace such defective WORK and the expense thereof shall be
M
paid by CONTRACTOR.

EIGHTEEN: PROTECTION OF PROPERTY; DUE CARE. Prior to commencing the


WORK, the CONTRACTOR shall make arrangements and employ all measures needed to
protect all public and private property and utilities (including, but not limited to, all electric
lines and poles, telephones or cable lines and poles, roads, highways, waterways, sewer lines,
SA

natural gas pipelines, drainage, ditches, culverts, buildings, structures, lawns, trees) and
other property within and adjacent to the WORK area, from damage by his WORK and
operations. In case of damage, CONTRACTOR shall immediately repair said damage at no cost
to METROPISTAS.

CONTRACTOR shall comply with all applicable laws and regulations relating to the
safety of persons or property as specified in the RFP and in the CONTRACT DOCUMENTS. In
addition, CONTRACTOR shall comply with all applicable laws, regulations and specification
related to the protection of persons or their property from damage, injury, or loss. In this
context, “person” includes third parties (e.g. toll roads users).

All damages or loss to toll roads users’ property caused, directly or indirectly, by
CONTRACTOR, subcontractor, supplier or any other person or entity employed by any of them
to perform the WORK, or any part thereof, shall be remedied by the CONTRACTOR at its sole
cost and expense. In the event that METROPISTAS receives five (5) claims in one (1) month
related to the performance of the WORK, the CONTRACTOR shall develop and send to
Construction Agreement - ______
Project: ___________________________
Page 10 of 20

METROPISTAS, within the next twenty (20) days since METROPISTAS notification, a mitigation
plan and notify the actions taken to reduce the risk and occurrence of damages and losses.

In case of personal injuries to toll roads users related to the execution of the WORK,
either by acts or omissions, the CONTRACTOR shall develop and send to METROPISTAS, within
the next ten (10) calendar days since METROPISTAS’ notification, an action plan to mitigate
the likelihood of the occurrence of another incident.

NINETEEN: MAINTENANCE OF PREMISES. At its sole cost and expense, the


CONTRACTOR shall keep the premises and surrounding areas free from accumulation of waste
materials or rubbish caused by the operations and WORK under the Contract. At the

E
completion of the WORK, the CONTRACTOR shall remove, at its sole cost and expense, all
waste materials, rubbish, CONTRACTOR’s and subcontractors’ tools, equipment, machinery,
and surplus material from the PROJECT site and from any other premises. METROPISTAS may
deduct or retain the costs or any amount attributable to the violation of this provision and or
to resolve it.

PL
TWENTY: CONTRACTOR’S PERMITS AND LICENSES RESPONSIBILITY. The
CONTRACTOR shall secure and pay for all permits, fees, Puerto Rico Internal Revenue stamps,
Colegio de Ingenieros y Agrimensores de Puerto Rico stamps, taxes, licenses, and inspections
by any local or federal government agency, municipality and/or regulatory entity necessary
for proper execution and completion of the WORK.
M
TWENTY-ONE: HOLD HARMLESS. To the fullest extent permitted by law the
CONTRACTOR shall indemnify, defend with counsel acceptable to METROPISTAS and hold
harmless METROPISTAS and the PRHTA, any representatives designated by METROPISTAS,
and their respective consultants, agents and employees, from and against claims, damages,
losses and expenses, including but not limited to attorneys’ fees, arising out of, related to, or
resulting from: (a) the performance of the WORK and all services under this CONTRACT,
SA

provided that such claim, damage, loss or expense, including bodily injury, sickness, disease
or death, injury to or destruction of tangible property, and losses of use resulting therefrom,
to the extent attributable or caused, in whole or in part, by acts or omissions of the
CONTRACTOR, a subcontractor, anyone directly or indirectly employed by them, or anyone
for whose acts they may be liable; or (b) any breach or failure of the CONTRACTOR to comply
with the terms and conditions of the CONTRACT.

General Indemnification. Notwithstanding any other provision to the contrary,


METROPISTAS and CONTRACTOR agree as follows:

A. Injuries to CONTRACTOR Indemnified Parties and Damage to CONTRACTOR


Indemnified Parties’ Property: CONTRACTOR hereby releases, and agrees to
defend, indemnify, and hold METROPISTAS and PRHTA harmless from and against,
any and all claims, demands, causes of action, suits, liabilities, losses, damages
and expenses (including court costs and reasonable attorney’s fees) (collectively,
“claims”) directly or indirectly arising out of or resulting from: (1) injury to or death
Construction Agreement - ______
Project: ___________________________
Page 11 of 20

of any of the CONTRACTOR’s personnel or the employees, agents, directors or


officers of any subcontractor, or (2) damage to or destruction of any
CONTRACTOR’s property or the property of any subcontractor or sub-
subcontractor, whether or not such claims are due to an act, omission, negligence
(whether contributory, joint, or sole), fault or strict liability of METROPISTAS, but
excluding only those claims due to the willful misconduct of METROPISTAS.

B. CONTRACTOR’s Third Party Indemnification: CONTRACTOR hereby releases, and


agrees to defend, indemnify, and hold METROPISTAS and PRHTA harmless from
and against, any and all claims directly or indirectly arising out of or resulting from
damage to or destruction of property or personal injury to or death of any third

E
party (other than an employee, official, director of METROPISTAS) to the extent
arising out of or resulting from the breach of this CONTRACT by CONTRACTOR or
the negligence, gross negligence or willful misconduct, in the performance of the
WORK, of the CONTRACTOR or any subcontractor or sub-subcontractor or anyone
directly or indirectly employed by them or anyone for whose acts they would be

PL
liable under applicable law.

C. Hazardous Materials Indemnification: CONTRACTOR hereby releases, and agrees


to defend, indemnify and hold METROPISTAS and PRHTA harmless from any and
all claims, fines, penalties or remediation obligations arising out of or resulting from
actual or alleged pollution or contamination of the land, water or air arising from
spills, releases, discharges or otherwise of hazardous materials, including fuels,
M
lubricants, motor oils, pipe dope, paints, solvents, and garbage, used, handled or
disposed of by CONTRACTOR or any subcontractor during the performance of the
work.

D. Compliance with Applicable Law Indemnification: CONTRACTOR hereby releases,


and agrees to defend, indemnify and hold METROPISTAS and PRHTA harmless from
SA

any and all claims, fines, penalties or remediation obligations directly or indirectly
arising out of or resulting from CONTRACTOR’s or any subcontractor’s or sub-
subcontractor’s actual or alleged failure to comply with applicable law, or any
judicial arbitral or regulatory interpretation thereof.

E. Attorneys’ Fees: CONTRACTOR agrees to reimburse METROPISTAS for any and all
necessary expenses, attorney’s fees, and related costs incurred in the enforcement
of any part of the CONTRACT provided for herein or available at law or equity.

F. Statutory Employees for Purposes of Puerto Rico Worker’s Compensation Act:


CONTRACTOR shall be, and remain at all times, primarily responsible for the
payment of all workers’ compensation and medical benefits to CONTRACTOR’s and
subcontractors’ employees, and neither CONTRACTOR, nor its subcontractors, nor
their respective insurers or underwriters shall be entitled to seek contribution or
indemnity for any such payments from METROPISTAS nor PRHTA. Notwithstanding
the foregoing, under no circumstances shall this section be interpreted to relieve
Construction Agreement - ______
Project: ___________________________
Page 12 of 20

CONTRACTOR from its full responsibility and liability to METROPISTAS under this
CONTRACT for the employees of CONTRACTOR or its subcontractors (whether or
not such employees are a statutory, special or borrowed employee, or otherwise),
including CONTRACTOR’s obligations to defend, indemnify and hold harmless
METROPISTAS and PRHTA from and against injury or death to such employees or
damage to or destruction of property of such employees, as provided in this
CONTRACT.

TWENTY-TWO: MODIFICATIONS. Adjustments or modifications in the CONTRACT


SUM and CONTRACT TERM resulting from a Change Order, Extra Work Order or any other
modification shall be determined by mutual agreement of the parties.

E
Changes Orders (i.e. overruns/underruns), Extra Work Orders, and any other
modifications to this CONTRACT may only be authorized and approved in writing by
METROPISTAS.

PL
CONTRACTOR shall not commence any Change Order, Extra Work Order, or any other
modifications without prior written authorization from METROPISTAS.

For purpose of this provision, a written notification or written authorization sent by


METROPISTAS using any electronic mean shall be deemed valid.

METROPISTAS, without invalidating this CONTRACT, may order Change Orders, Extra
M
Work Orders, or any other modifications within the general scope of the CONTRACT consisting
of additions, deletions, or other revisions, with the CONTRACT SUM and CONTRACT TERM
being adjusted accordingly. Such changes shall be authorized by a written notification (i.e.
Change Order, Extra Work Order, or by any other modifications) signed by METROPISTAS. An
electronic communication by METROPISTAS shall be deemed signed and valid.
SA

The CONTRACTOR shall maintain effective and shall honor, for thirty (30) consecutive
calendar days, except for otherwise agreed between the parties, all terms and conditions
stipulated in the proposal of the Change Orders, Extra Work Order or any other modification.
Such period of time will commence the next day after METROPISTAS receives the written
terms and conditions of the proposal for the Change Orders, Extra Work Order or any other
modification.

Agreement on any Change Order, Extra Work Order or modification shall constitute a
final settlement of all Claims of the CONTRACTOR relating to the change in the WORK that is
subject of the Change Order, Extra Work Order or modification, including, but not limited to,
all direct and indirect costs associated with such change and any and all adjustments due
under the CONTRACT DOCUMENTS or a change in any time period provided for in the
CONTRACT DOCUMENTS. CONTRACTOR shall not be entitled to extended overhead.

The CONTRACTOR’s fee for overhead and profit (mark-up) for work performed under
a Change Order/Extra Work Order shall be determined as follows:
Construction Agreement - ______
Project: ___________________________
Page 13 of 20

i. For any Work performed by his own, 15% of the cost of the Extra Work
Order.
ii. For Work performed by any Subcontractor, 10% of the cost of the Extra
Work Order.

The term “cost” refers to the sum of all costs necessarily incurred and paid by the
CONTRACTOR in the proper performance of a Change Order/Extra Work Order or modification.
Cost shall be limited to the following: Cost of materials, including any applicable taxes and
cost of delivery; rental expenses of power tools and equipment; cost of labor including but
not limited to Social Security, and Unemployment Insurance, Workmen’s Compensation

E
Insurance; all federal, state and municipalities taxes, fees, permit fees and licenses, stamps;
insurance and bonds premium; and any other item necessary for the proper execution of the
Change Order or Extra Work Order or modification.

TWENTY-THREE: NO DAMAGE FOR DELAYS; SUSPENSION. In the event that the

PL
CONTRACTOR’s performance of the WORK under this CONTRACT is delayed or interfered for
any cause whatsoever, the CONTRACTOR may, as its sole remedy, request an extension of
time for the performance of the same, but shall not be entitled to any increase in the
CONTRACT SUM or to damages or additional compensation or extended overhead as a
consequence of such delays or interference.

METROPISTAS reserves the right to suspend all or part of the WORKS under this
M
CONTRACT for any reason at its sole discretion and without penalty, and the CONTRACTOR
shall have, as its sole and exclusive remedy, the right to request an extension of the TERM
equal to the period of time of the suspension, so the CONTRACTOR shall not be entitled to
any increase in the CONTRACT SUM nor damages nor additional compensation nor
mobilization costs nor overhead nor extended overhead nor any other direct or indirect cost
as consequence of such suspension. Notwithstanding with the foregoing, the CONTRACTOR
SA

shall be responsible and shall take such precautions as may be necessary as authorized in
writing by METROPISTAS in order to prevent damage to the project during any suspension
period, and in such case, the CONTRACTOR shall have the right to be compensated pursuant
to the terms of this CONTRACT for any work instructed and authorized by writing by
METROPISTAS in connection with or during the suspension.

TWENTY-FOUR: TERMINATION. METROPISTAS may terminate the CONTRACT at any


time, without penalty, by giving written notice to the CONTRACTOR at least ten (10)
consecutive calendar days prior to the termination date. Also METROPISTAS may terminate
this CONTRACT immediately if CONTRACTOR: (1) repeatedly refuses or fails to supply enough
skilled worker(s) or proper material; (2) fails to make payment to subcontractors for materials
or labor in accordance with the respective agreements between them; (3) disregards
applicable laws, statutes, ordinances, codes, rules and regulations or lawful orders of a public
authority; or (4) is otherwise in breach of a provision of this CONTRACT or CONTRACT
DOCUMENTS, including without limitation, not complying with insurances, certifications,
permits and bonds requirements under this CONTRACT or as described in the Letter of Intent.
Construction Agreement - ______
Project: ___________________________
Page 14 of 20

When METROPISTAS terminates this CONTRACT, METROPISTAS shall pay the


CONTRACTOR only the amount proportionally attributable to the WORK successfully
completed and delivered to and accepted by METROPISTAS in accordance with this
CONTRACT. METROPISTAS reserves the right to set-off any amounts against any that may
become due by CONTRACTOR to METROPISTAS. A termination made by METROPISTAS shall
not be deemed as a waiver by METROPISTAS of its right to recover from the CONTRACTOR
any amount of money due from the CONTRACTOR to METROPISTAS as part of this CONTRACT.

Payment made by METROPISTAS to CONTRACTOR pursuant to this clause of


termination, shall be the sole and exclusive liability of METROPISTAS, and the sole and

E
exclusive remedy of the CONTRACTOR with respect to the termination of this CONTRACT.

TWENTY-FIVE: GOVERNING LAWS. Claims, disputes, and other matters in question


arising out of this CONTRACT, shall be resolved in litigation in a court of the Commonwealth
of Puerto Rico and under the laws of the Commonwealth of Puerto Rico which will have

PL
jurisdiction over said claims and disputes. The CONTRACTOR shall at all times observe and
comply with the provisions of all U.S. Government and Commonwealth of Puerto Rico laws,
local ordinances and regulations applicable to the prosecution of all WORK covered by this
CONTRACT.

TWENTY-SIX: NOTIFICATIONS FOR CLAIMS. Within seventy-two (72) hours after


the CONTRACTOR knows about any event which may result in any potential claim, or Change
M
Order (i.e. overrun/underrun), or Extra Work Order or any other modification, the
CONTRACTOR shall give written notice of such event to METROPISTAS. Thereafter, within ten
(10) calendar days after the foregoing notification, the CONTRACTOR shall give written notice
to METROPISTAS which shall: set forth the circumstances giving rise to the claim, Change
Order, Extra Work Order or any other modification; include all supporting documents, backup
data and any other relevant information; indicate the relief sought; and provide the
SA

information of those persons with knowledge of the circumstances giving rise to the claim,
Change Order, Extra Work Order or modification. Any failure by the CONTRACTOR or claiming
party to comply with all the requirements of this clause, including failure to comply with all
the time frames established herein, shall result in a waiver of any related claim.

TWENTY-SEVEN: COMPLIANCE WITH OTHER REQUIREMENTS. The CONTRACTOR


represents that it has fully complied with the requirements of EXHIBIT NO. 4 - Compliance
with Laws and Additional Documents Required of this CONTRACT, attached herein, and
acknowledges that violations to the requirements thereof will be cause for termination of the
CONTRACT.

In connection with the execution of this CONTRACT, the CONTRACTOR shall not
discriminate against any employee or applicant for employment because of race, religion,
color, sex, or national, origin. The CONTRACTOR shall take affirmative actions to ensure that
applicants are employed, and that employees are treated during their employment, without
regard to their race, religion, color, sex, age, matrimonial status, social or national origin,
Construction Agreement - ______
Project: ___________________________
Page 15 of 20

political affiliation or political creed, or social condition. Such actions shall include, but not be
limited to the following: employment, promotion, demotion, transfer, recruitment,
recruitment advertising, layoff, termination, pay rates, other forms of compensation, and
selection for training, including apprenticeship.

CONTRACTOR shall not employ, or permit any subcontractor to employ, in connection


with its performance under this CONTRACT, anyone not skilled or qualified or anyone who is
otherwise unfit to perform the work assigned to such person. CONTRACTOR agrees to
promptly remove (or to require any subcontractor to remove) from its services in connection
with the WORK any person who does not meet the foregoing requirements.
NOTWITHSTANDING THE FOREGOING, METROPISTAS SHALL HAVE NO LIABILITY AND

E
CONTRACTOR AGREES TO RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS
METROPISTAS AND METROPISTAS INDEMNIFIED PARTIES FROM AND AGAINST ANY AND ALL
CLAIMS, OF WHATSOEVER KIND OR NATURE, WHICH MAY ARISE OR RESULT FROM
CONTRACTOR OR ANY SUBCONTRACTOR TERMINATING THE EMPLOYMENT OF OR REMOVING
FROM THE WORK ANY SUCH PERSON WHO FAILS TO MEET THE FOREGOING REQUIREMENTS

PL
FOLLOWING A REQUEST BY METROPISTAS TO HAVE SUCH PERSON REMOVED FROM THE
WORK. CONTRACTOR shall replace any such employee at its sole cost and expense.
CONTRACTOR and its subcontractors and the personnel of any of them shall not bring onto
the PROJECT site or to any METROPISTAS’ premises: (i) any firearm of whatsoever nature or
any other object which in the sole judgment of METROPISTAS is determined to be a potential
weapon, unless Applicable Law requires METROPISTAS to allow such items on the site;
(ii) alcoholic beverages of any nature; (iii) any substance that creates a hazard and not
M
related to the WORK; (iv) illegal or non-prescription drugs of any nature; or (v) any
prescription drugs without a valid prescription. CONTRACTOR and its subcontractors shall
abide by and enforce the requirements of this section and shall immediately remove from the
WORK, the PROJECT site and any METROPISTAS’ premises, any employee or agent of
CONTRACTOR or subcontractor who, in METROPISTAS’ sole judgment, has violated the
requirements of this section.
SA

TWENTY-EIGHT: MATERIALS. METROPISTAS assumes no responsibility for loss, theft


or damage to the work, tools, material, equipment and/or construction, in the event of any
such loss, theft or damage. The CONTRACTOR shall be responsible to renew, restore or
remedy, in a promptly manner, such work, tools, material, equipment and/or construction
without additional cost to METROPISTAS.

TWENTY-NINE: STORED MATERIALS. METROPISTAS will not pay and will not be
responsible for materials stored on PROJECT site or for materials stored off the PROJECT site.

THIRTY: WARRANTY. All WORK required and performed (materials and labor) by the
CONTRACTOR pursuant to this CONTRACT and CONTRACT DOCUMENTS are warranted for
one (1) year after the Date of Final Completion. All provisions related to warranties as detailed
in the CONTRACT DOCUMENTS and by any applicable law and regulation are parts of this
CONTRACT.
Construction Agreement - ______
Project: ___________________________
Page 16 of 20

Manufacturer's disclaimers and limitations on product warranties do not relieve the


CONTRACTOR of the warranty on the WORK that incorporates the products, nor does it relieve
suppliers, manufacturers, and subcontractors required to countersign special warranties with
the CONTRACTOR.

Written warranties made to METROPISTAS are in addition to implied warranties, and


shall not limit the duties, obligations, rights and remedies otherwise available under the law,
nor shall warranty periods be interpreted as limitations on time in which METROPISTAS can
enforce such other duties, obligations, rights, or remedies.

All WORK (materials and labor) is warranted for one (1) year after the Date of Final

E
Completion. Upon completion of any Warranty Work within the one (1) year Warranty Period,
the one (1) year correction period in connection with the WORK requiring corrections shall be
renewed and recommence. The foregoing shall not be applied to the Reflective Raised Markers
items. The obligations shall cover any repairs and replacement to any part of the WORK or
other property that is damaged by the defective WORK.

PL
The CONTRACTOR shall consider the risks and responsibility to erect and maintain
safeguards for safety and protection. METROPISTAS assume no responsibility for loss, theft
or damage to the WORK, tools, material, equipment and/or construction, in the event of any
such loss, theft or damage, CONTRACTOR shall be responsible to renew, restore or remedy
the WORK, tools, material, equipment and/or construction without additional cost to
METROPISTAS. CONTRACTOR shall be responsible for all onsite security, including, but not
M
limited to theft of materials and tools until Final Completion of the WORK.

THIRTY-ONE: NO WAIVER OR NOVATION: The failure of METROPISTAS or any


METROPISTAS’ representative to enforce any provision of this CONTRACT, or CONTRACT
DOCUMENTS, or any right or remedy available at law or in equity shall not be construed to
SA

be a waiver of any such provision, right or remedy, nor to affect in any way the validity of
this CONTRACT or any part thereof. To be effective, a waiver of any right of METROPISTAS
under this CONTRACT must be express in writing and specifically addressed to the
CONTRACTOR.

METROPISTAS and the CONTRACTOR expressly agree that no amendment of this


CONTRACT or Change Order or Extra Work Order or any other modification shall be
understood or construed as a contractual novation of this CONTRACT, unless both parties
agree to the contrary specifically in writing. The foregoing provision shall be equally applicable
in such other cases where METROPISTAS grants the CONTRACTOR an extension of time for
compliance with any of the CONTRACTOR’s obligations under the CONTRACT, or where
METROPISTAS fails to make any claim or demand with respect to any of its rights or remedies
under this CONTRACT.

METROPISTAS hereby expressly reserves its right to enforce or make any claim with
respect to its right and obligations under this CONTRACT and to require and insist on the
Construction Agreement - ______
Project: ___________________________
Page 17 of 20

CONTRACTOR’s compliance with any and all of its obligations under the CONTRACT as if such
amendment, modification, Change Order, Extra Work Order, extension of time, failure to
make a claim or demand, or novation, if any, had not occurred or been made.

THIRTY-TWO: SEVERABILITY. The invalidity of any Article, Section, Subsection,


Clause or provision of this CONTRACT, or any portion thereof, shall not affect the validity of
the remaining Articles, Sections, Subsections, Clauses or provisions hereof.

THIRTY-THREE: Notifications. Every notice which any Party hereto is required to give
to the other, or to anyone not a party hereto, shall be in writing, and sent by either (i) United
States Postal Service, postage prepaid, certified mail, return receipt requested; or (ii) some

E
recognized private express service such as Federal Express or United Parcel Service, all
delivery charges prepaid, or to be billed to the sender. Unless, and until, any Party should
give the other Party notice in accordance with the provisions of this Clause, all such Notices
shall be addressed as follows:

If to METROPISTAS:

PL
Autopistas Metropolitanas de Puerto Rico, LLC
City View Plaza
Suite 500
Road 165 No.48
Guaynabo, Puerto Rico, 00968
M
If to the CONTRACTOR:

_________________
___________________
SA

___________________
___________________

THIRTY-FOUR: INDEPENDENT CONTRACTOR. CONTRACTOR is engaged by


METROPISTAS only for the purposes and to the extent set forth in this CONTRACT and,
accordingly, CONTRACTOR shall operate as an independent contractor and not as an
employee or agent of METROPISTAS. Nothing in this CONTRACT or any document attached
herein being part of the CONTRACT shall be considered to create the relationship of employer-
employee between METROPISTAS and CONTRACTOR or its representatives or agents.

THIRTY-FIVE: SUBCONTRATORS. The CONTRACTOR shall submit to METROPISTAS


an updated list of its subcontractors to be engaged as part of this CONTRACT, along with any
applicable information of such subcontractor that METROPISTAS deemed necessary and may
request from time to time. METROPISTAS shall have the discretion to accept or reject, at any
time, any proposed subcontractor, and CONTRACTOR shall not enter into any subcontract
with a proposed subcontractor that is rejected by METROPISTAS with respect to this
Construction Agreement - ______
Project: ___________________________
Page 18 of 20

CONTRACT. The approval by METROPISTAS of any subcontractors does not relieve


CONTRACTOR of any responsibilities under this CONTRACT. Failure by the CONTRACTOR to
identify such subcontractors within the time period as established by METROPISTAS shall
cause the CONTRACTOR to perform the WORK with its own resources. Each such subcontract
between the CONTRACTOR and each of its subcontractors shall require the subcontractor, to
the extent of the WORK to be performed by such subcontractor, to be bound by the terms of
this CONTRACT, to assume toward the CONTRACTOR all the obligations and responsibilities
which the CONTRACTOR assumes towards METROPISTAS by this CONTRACT, and to perform
such portion of the WORK in accordance with the CONTRACT DOCUMENTS. Each such
subcontract shall preserve and protect the rights of METROPISTAS under this CONTRACT, with
respect to the WORK to be performed by subcontractor, so that subcontracting thereof will

E
not affect such rights. The CONTRACTOR hereby represents and shall cause each of such
subcontract to expressly include that the subcontractor waives all rights and releases any and
all claims that may have against METROPISTAS for any cause whatsoever.

METROPISTAS acknowledges and agrees that CONTRACTOR intends to have portions

PL
of the WORK performed by subcontractors pursuant to written subcontracts between
CONTRACTOR and such subcontractors, and that such subcontractors may have certain
portions of the WORK performed by sub-subcontractors. All subcontractors shall be reputable,
qualified firms with an established record of successful performance in their respective trades
performing identical or substantially similar work. All subcontracts shall be consistent with the
terms of this CONTRACT. CONTRACTOR shall be fully responsible to METROPISTAS for the
acts and omissions of subcontractors and of persons employed by any of them, as
M
CONTRACTOR is for the acts or omissions of persons directly employed by CONTRACTOR. The
work of any subcontractor shall be subject to inspection by METROPISTAS and/or its
representatives to the same extent as the Work of CONTRACTOR. All subcontractors and their
respective personnel are to be directed by CONTRACTOR in the terms and requirements of
safety and environmental protection policies and procedures approved by METROPISTAS. In
the event that any personnel do not adhere to such policies and procedures, such personnel
SA

shall be removed by CONTRACTOR. In no event shall CONTRACTOR be entitled to any


adjustment of its compensation or adjustment of the TERM as a result of compliance with
such policies and procedures or any removal of personnel due to a non-compliance. NO
SUBCONTRACTOR IS INTENDED TO BE OR SHALL BE DEEMED A THIRD-PARTY BENEFICIARY
OF THIS CONTRACT.

THIRTY-SIX: ASSIGNMENT. CONTRACTOR shall not assign its rights hereunder,


delegate its duties hereunder or subcontract the services to be performed hereunder without
the express written consent of METROPISTAS. METROPISTAS may assign its rights, delegate
its duties hereunder without the consent of the CONTRACTOR. Any attempted assignment in
violation to the aforementioned prohibition shall be null and void, without any force and effect.

THIRTY-SEVEN: DELIVERY OF DOCUMENTATION. Any document required by


METROPISTAS to be submitted by the CONTRACTOR shall be delivered in hard copy and in
electronic format. METROPISTAS reserves the right to establish the kind of electronic method
or format to be used (i.e., electronic mail, disk, drives, among others).
Construction Agreement - ______
Project: ___________________________
Page 19 of 20

THIRTY-EIGHT: ENTIRE AGREEMENT. This CONTRACT, including any exhibit and


schedules hereto, constitutes the entire agreement of the parties with respect to the subject
matter hereof and supersedes all other documents, agreements, verbal consents,
arrangements and understandings between the parties with respect to the subject matter
hereof. The parties hereto have jointly participated in the negotiation and drafting of this
CONTRACT and, in the event an ambiguity or question of intent or interpretation arises, this
CONTRACT shall be construed as jointly drafted by the parties hereto and no presumption or
burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any
provision of this CONTRACT.

E
THIRTY-NINE: AMENDMENTS. This CONTRACT shall not be amended orally, but only
by an agreement in writing, signed by both parties that state that it is an amendment of this
CONTRACT.

PL
FORTY: COUNTERPARTS. This CONTRACT may be executed in two or more
counterparts (including by facsimile transmission) each of which when so executed and
delivered shall be an original, but all of which together shall constitute one and the same
instrument.

(Signatures page follows)


(Rest of the page intentionally left in blank)
M
SA
Construction Agreement - ______
Project: ___________________________
Page 20 of 20

IN WITNESS WHEREOF, the appearing parties execute this Contract in Guaynabo, Puerto Rico,
in the date above written.

Autopistas Metropolitanas de Puerto Rico, LLC (“METROPISTAS”)

______________________________
By:
Title:

E
_____________________________
By:
Title:

PL ____________________ (“CONTRACTOR”)
M
____________________________________
By:
Title:
SA
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit E: Instructions to Proposers

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

INSTRUCTIONS TO PROPOSERS

A. GENERAL INSTRUCTIONS
1. The contracting company is obliged to comply with public policies that apply to
the Works of this Project, even if not mentioned in this document.

2. The supply of power, water and other sources necessary for the execution of
the Works shall be at the Contractor’s expense. Similarly, the expenses to be paid
to Utility Companies for the maintenance of installations and consumption shall be
at the Contractor’s expense. For the use of goods and other sources, the Contractor
must obtain express consent. In this case, the Contractor shall be in charge of their
maintenance and repair, and the resulting costs shall be borne by the Contractor. If
that does not apply, metropistas shall pay for the repair, and subsequently charge
the Contractor, who shall pay.

3. Upon the Works completion, all installations, remaining materials, rubble,


disposal sites and buildings, temporarily built-in service of the Works and no longer
required during the warranty period, shall be removed and their location sites
restored to their original form. Cleaning shall be extended to areas of domain,
easement and affection of the road as well as temporarily occupied areas. Similarly,
temporary roads shall be dealt with in the same manner, including any access to
borrow pits and quarries, which shall be paid once their use is no longer necessary.
All this shall be managed in such a way that the affected areas shall remain
thoroughly clean and in aesthetical accordance with the surrounding landscape.

4. After the award of the contract, the Contractor will receive one (1) copy of the
construction drawings and Pendrive with the contract documents at no extra cost.
Any additional copy can be purchased by paying the amount that metropistas
establishes.

5. No part of the work may be subcontracted without prior written consent from
metropistas. Such a request shall include all the details to guarantee that the
subcontractor has sufficient capacity to take charge of the works in question. The
acceptance of the subcontract shall by no means exempt the Contractor of his
contractual responsibilities. The metropistas shall have the authority to decide on
the exclusion of such subcontractors who, even if previously accepted, do not satisfy
the required conditions to execute the same. The Contractor shall take immediate
and accurate measures to terminate such subcontracts.
6. The Contractor shall replace at his expense any sign which project's title is not
exactly as shown above.
7. All the costs for accesses to works, whether new or existing, temporary
occupations, conservations, restitution of services, restoration of the natural
environment and other issues affecting public services or the community in its
physical and environmental aspects, shall be on the account of the Contractor who
cannot claim any repayment.

Instructions to Proposers Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

8. The Contractor shall be liable for the damage that can be caused during the
execution of the works to nearby services and facilities. The Contractor shall be
responsible for its localization and marking, without having the right to claim
additional expenses incurred that originates from them or performance losses
derived from the presence of those services.
9. In accordance with the previous paragraph, the Contractor shall proceed
immediately with the indemnification and repair works in an acceptable manner all
the damage and prejudices to persons, services or public or private properties,
attributable to him.

10. The Contractor shall also be liable for the expenses that originate from the
reassessment or testing of the works and the partial reassessments of the same; of
construction, removal of all kinds of auxiliary installations and constructions, of rent
or acquisition of land for depots of machinery and materials, of the protection of the
stockpiles and the work itself against deterioration, damage or fire, fulfilling the
requirements in force for the storage of explosives and fuel, of the cleaning and
removal of waste material and garbage, of the removal of the installation, tools,
materials and general clean-up of the work upon termination; of the removal of the
disposed of materials and addressing of observed deficiencies revealed during the
tests.

11. The Contractor is advised that metropistas shall not exempt the Contractor's
vehicles from paying toll charges, even though the project is located on a toll road.
These costs shall be considered a subsidiary obligation under the different pay items
included in the proposal schedule.

12. Tax Filings and Compiled Financial Statements:


a) The Contractor for itself and each of its shareholders (if the Contractor is a
corporation) or its partners (if the Contractor is a partnership) represents that as of
the date of this Contract neither it nor any of its shareholders or partners has any
outstanding debts for unemployment insurance, temporary disability (workmen's
compensation), chauffeur's social security with the Puerto Rico Department of Labor
and Human Resources, income taxes with the PR Department of Treasury, or real or
personal property taxes with the Municipal Revenues Collection Center (the "CRIM")
or it or its shareholders or partners have a payment plan in place with respect to any
outstanding debt for the foregoing items and have complied therewith.
b) The Contractor acknowledges and agrees that it shall obtain and deliver to
the Owner, in each case not earlier that sixty (60) days prior to the date of the
contract, the following:

(1) A certification of filing of income tax return, issued by the Internal


Revenue Division of the PR Department of the Treasury or a certification by
the Contractor and each of its shareholders (if the Contractor is a corporation)
or its partner (if the Contractor is a partnership) that as of the date of this
Contract it does not have and has not had to submit income tax returns and
pay taxes in the Commonwealth during the past five (5) years.

Instructions to Proposers Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

c) A no taxes debt due certificate, or payment plan and compliance therewith,


issued by the Internal Revenue Division of the PR Department of the Treasury.
d) A certificate of no debt, or payment plan and compliance therewith, with
respect to real and personal property taxes issued by the CRIM.
e) A certificate of no debt; or payment plan and compliance therewith, for
unemployment insurance, temporary disability (workmen's compensation) and
chauffeur's social security issued by the Puerto Rico Department of Labor and Human
Resources.
f) With the proposal documents the proposer shall accompanied a copy of his
latest compiled financial statement. This document shall be dated no more than six
months prior to the date of the opening of proposals and duly signed by a Certified
Public Accountant (CPA). Failure to comply with this requirement may be cause for
the rejection of the proposal.

13. During the execution of the planned works and auxiliary works necessary to
that effect, the Contractor shall be liable for all of the damage and prejudices, direct
or indirect, incurred by whichever person, property, public or private service, as a
consequence of acts, omissions or negligence of dependent personnel, or due to poor
organization of the works. In particular, shall be liable for the prejudices suffered by
third parties as a consequence of traffic accidents, due to faulty or insufficient
signaling of the works attributable to him.

14. The Contractor is advised that the following documents shall be provide prior
to the execution of the contract:
a) Certificate of Authorization for doing business in Puerto Rico from the
Department of State ("Departamento de Estado") of Puerto Rico.
b) b) Good Standing Certificate as a guaranty of compliance of submitting annual
corporate reports to the Department of State.

15. Bonds (Performance and Payment Bond) shall be executed by a responsible


surety licensed in the Commonwealth of Puerto Rico with Best’s rating of no less
than A/XII. The Contractor shall require the attorney in fact who executes the require
bonds on behalf of the surety to affix thereto a certified and current copy of his/her
power of attorney indicating the monetary limits of such power. The bonds shall be
dated on or after the date of the Service Contract. Payment and Performance bonds
shall be submitted by the Contractor in an amount of One Hundred Percent (100%)
of the contract award amount. The Performance Bond shall remain in effect for the
same period of time established for Warranties in the Service Contract.
16. The proposer, his employees and associates, are held responsible for the
compliance of the requirements of Law No. 84 of June, 18, 2002, as amended,
entitled: "Code of Ethics for Contractors, Suppliers, and Applicants for Economic
Incentives of the Agencies of the Executive Branch of the Commonwealth of Puerto
Rico".

Instructions to Proposers Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

17. According to Federal Highway Administration's (FHWA) Technical Advisory


5140.28 - Construction Loads on Bridges (Date: August 8, 2007), the Contractor
shall ensure that construction loading and stockpiled raw materials placed on a
structure shall not overload its members. For additional information go to:

http://www.fhwa.dot.gov/bridge/ta514028.cfm

18. The Contractor shall be in charge of the supply, setting-up, operation, as well
as removal and collection (once the works come to an end), of the road safety and
signaling devices, which should comply with the regulations in force and in
agreement with the competent authorities. These devices refer to:
a) Obstacle signaling
b) Provisional road signaling, especially at intersections between the Works and
the public roads.
c) Signaling and indication of any diversion itineraries forced by the execution of
the works which require traffic interruption, or by the execution of certain operations
that require provisional traffic diversion.
d) Various road safety devices.

19. When being at active or inactive work zones, all Contractors' personnel must
wear at all times safety vests complying with ANSI class 2 or 3. If the project has
construction activity during night-time, class 3 shall be used.

20. Any affidavit being notarized outside of Puerto Rico shall be recorded in protocol
in order to become an effective public instrument in this jurisdiction. If the document
is originated in the states, territories or possessions of the United States of America,
the legalization of the documents shall be done by an official authorized for such
purposes and evidence of the power awarded to such official by the appropriate
authority shall be presented. Such evidence shall consist of a certification from the
County Clerk or the Department of State.

21. No compensation shall be paid to the Contractor for any damaged or stolen
flashing arrow signs or portable changeable message signs (PCMS).
22. It is a duty of the Contractor to keep and save all records, invoices, personnel
documents, property documents and financial statements which may identify all
costs and expenses related to the contract. Also, the Contractor shall keep and save
any other document and file which metropistas determines necessary for auditing
the project. Said records and files shall be available for the purpose of any audit
process which could be performed by METROPISTAS, the Authority, the Puerto Rico
Comptroller's Office (Oficina del Contralor de Puerto Rico) or any other overseeing
agency. All said documents shall be kept for a period of time not less than six years
or until any auditing process by the Comptroller's Office has been finished, whichever
occurs first.

23. Proposers are advised that ALL pages in their Proposal shall be initialized,
including proposal forms and exhibits.

Instructions to Proposers Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

24. Proposers are advised that the following proposal forms were revised in order
to delete the requirement of sealing it with the corporate seal: Proposal Schedule,
Non Collusive Affidavit, Eligibility Affidavit and Statement of the Bidder.

25. The Standard construction specifications of the Highway and Transportation


Authority including the General Provisions are published in a book entitled "Standard
Specifications for Road and Bridge Construction-2005". This book is incorporated by
reference as an integral part of the contract documents for this project with the
exception of section 105.04 (a). Copy of this specifications book may be obtained
from the Engineering Standards Office of the Puerto Rico Highway and
Transportation Authority upon presentation of a payment voucher which may be
obtained from the Office of the Treasurer of the Authority upon payment of $50.00
or at the Department of Transportation and Public Works web page.

26. The Puerto Rico Highway and Transportation Authority has published the book
entitled "Standard Drawings" which provide details to be used in the construction of
highway and bridge projects. Drawings included in this book, as shown on the
attached Standard Drawings Revised List, are incorporated by reference as an
integral part of the contract documents of this project. Copy of this book may be
obtained from the Engineering Service Area of the Authority or at DTOP's web site
through the following link:

http://www.dtop.gov.pr/carretera/det_content.asp?cn_id=131

27. Paragraph "a" of Article 103.06 of the General Provisions of the "Standard
Specifications for Road and Bridge Construction-2005" requires the Contractor to
deliver, in this case, to metropistas, prior to the execution of the contract, "Colegio
de Ingenieros y Agrimensores de Puerto Rico (CIAPR)” stamps in the amount of
$1.00 for every $1,000.00 or fraction thereof of the total contract original amount,
and shall deliver a Puerto Rico Internal Revenue Stamps in the amount of $3.00.
The provisions of paragraph 103.06b remain in force.

28. The Contractor shall be responsible to comply with the Article 107.02 Permits,
Licenses and Taxes, of the General Provisions of the "Standard Specifications for
Road and Bridge Construction-2005". Metropistas shall not reimburse this cost to
the Contractor.

29. Prior the execution of daily activities, the Contractor is required to notify
metropistas’ Control Center (1-855-559-5999) of the specific tasks to be performed
on the corridor during the day or night. The Contractor shall provide the kilometer
location of the works, direction, type of work, lanes to be closed and any other
information required by metropistas’ Control Center personnel. In addition, when
the activities require the implementation of an MOT, the Contractor shall notify
metropistas’ Control Center prior the installation and after the removal of such MOT
devices. Failure to comply with this requirement may result in the suspension of the
works performed without notification and/or the imposition for a first time violation
of $500.00 as penalty and $1,000.00 for any subsequent violation, which amounts
may be deducted from any Application for Payment.

Instructions to Proposers Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

30. In the event that a work is required by the Contract Documents without
reference to a specific pay item, such work shall be considered a subsidiary obligation
and its cost be distributed among all pay items of the Proposal Form.

31. The submission of a proposal with unbalanced prices is not permitted. Proposals
with unbalanced prices will be rejected.

B. ADMINISTRATIVE REQUIREMENTS RELATED INSTRUCTIONS


1. The policy of metropistas regarding certificates of compliance is as follows:

a) Certificates of compliance shall be submitted by the Contractor and approved


by the metropistas prior to the incorporation of the material into the project. Failure
to comply with this requirement may cause the rejection of the material covered by
the certificate.
b) For commercially manufactured steel and iron products, the certificate
required as per (a) above, shall also include a statement of compliance with the
Special Provision Buy America Clause. This can be accomplished either by including
appropriate compliance language in the articles 6.18.5.8 and 6.5.3.2 of the UOC
statement, or by completing the certification included in the Special Provision Buy
America Clause.

2. The Contractor is required to submit for the evaluation of metropistas’


representative product data of materials to be incorporated to the Work and, as
required by the Contract Documents, shop drawings and samples. The Contractor
shall perform no portion of the Work until the respective submittal has been
approved by metropistas’ representative. Approval of a submittal shall not relieve
the Contractor of its sole responsibility for its (a) accuracy and completeness, (b)
coordination with other elements of the Work, (c) compliance with requirements of
the Contract Documents, or (d) for errors or omissions in the submittal. The
Contractor is required to submit a submittal schedule for the evaluation of
metropistas’ representative within fifteen (15) calendar days after the issuance of
the Notice to Proceed.

3. As part of his personnel, the Contractor shall include a Safety Officer, engaged
to the extent necessary to ensure compliance with the safety and security
responsibilities and requirements established by Contract Documents. These
personnel shall be empowered by the Contractor and capable to take immediate
corrective action for any deficiency on the safety of the project.
4. In case of discrepancies among contractual documents refer to the document
titled Service Contract.

5. The proposer is obligated to assign, on an exclusive basis, a Project Engineer


(P.E. licensed in the Commonwealth of Puerto Rico) with at least five years of
experience related to the Work.

Instructions to Proposers Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

6. When called in the Proposal Schedule, the Contractor shall provide buildings for
field office and/or laboratory within twenty (20) calendar days after the order to
proceed is issued. By this date, these buildings shall have been constructed and
equipped with all the requirements as per Specification 611 - Field Office and
Laboratory, or as otherwise specified in the contract documents. The Contractor shall
be penalized for liquidated damages shown on article 108.09 of the General
Provisions, for each calendar day the field office and/or laboratory buildings are not
satisfactorily completed.

C. SCHEDULING RELATED INSTRUCTIONS


1. Within 15 calendar days after the issuance of the Notice to Proceed a Progress
Schedule shall be submitted for review, comment and Conditional Acceptance to
metropistas’ representative. The Progress Schedule shall show the full detail for the
entire Work and, once conditionally accepted by metropistas’ representative, will
become the baseline Project Schedule. The preparation of the Project Schedule and
its subsequent updates shall be considered a subsidiary obligation under the
Mobilization pay items included in the Proposal Form.
2. Metropistas’ representative’s Conditional Acceptance of the Progress Schedule
for the Work shall not constitute acceptance of construction means, methods,
techniques, sequences or procedures, for which the Contractor shall have sole
responsibility.
3. Conditional Acceptance of the Progress Schedule shall be understood as the
action taken by metropistas, through metropistas’ representative, by which such
representative makes a determination with respect to the Progress Schedule.

4. The proposed Progress Schedule shall be reviewed by metropistas for purposes


of determining: a) compliance with applicable provisions of the Contract Documents;
b) whether the logic of the proposed Progress Schedule is sound and consistently
developed and demonstrates a logical sequencing and interdependence of activities
required for the timely and orderly achievement of all Work activities and Milestones,
including Substantial Completion and Final Completion of the Work within the
Contract Time: and c) whether float suppression techniques have been employed by
the Contractor.

5. The Progress Schedule shall be computer produced using the Critical Path
Method ("CPM") format. The schedule shall be computer generated utilizing an
Owner approved project scheduling software, as indicated in the Contract
Documents, such as Primavera or Microsoft Project. The project scheduling software
selected shall be used consistently from commencement to Final Acceptance of the
Project. The Project Schedule shall be resource loaded (manpower, cost, and
equipment).

Instructions to Proposers Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

6. This schedule, once approved, becomes contractual. The failure to comply with
the plan, even in partial deadlines, shall cause metropistas to require the Contractor
to engage the necessary resources to make up for the delay or else, engage a third
party for the execution of any pending units, at the expense of the Contractor. The
Contractor shall produce, similarly, a list of the services, equipment, and machinery
it has committed to use at every stage of the Plan. The proposed means belong to
the work during its execution and the Contractor is not allowed to remove them
without written authorization by metropistas.

7. Furthermore, The Contractor must increase its technical staff, auxiliary means,
machinery and manpower provided that metropistas orders to do so after deeming
them necessary for the execution of any deadlines established in the Contract.
Similarly, metropistas reserves the right to prohibit any new work that is detrimental
to any already commenced work and the metropistas may require the completion of
any section in progress before starting to work in another one. The acceptance of
the Plan of Implementation and of the proposed auxiliary means doesn’t exempt the
Contractor from any liability in the event of non-compliance of the total or partial
deadlines agreed.
8. The Contractor shall not claim any payments relating to these units. The
penalties on the part of the Contractor for delays in partial or total deadlines in the
execution of the Works shall be as stipulated in the corresponding Work Contract.

9. The Project Schedule shall be updated on a monthly basis with the Application
for Payment.
10. The schedule shall show Contract tasks, percent complete, progress bars,
baseline schedules, milestones, start and finish dates, float times, logic relationships
(predecessors & successors of each activity) and other breakdowns as required by
metropistas’ representative. The schedules shall show clearly the sequence of
activities and shall list specifically the following activities:

a) Interim milestones completion dates. Phasing and staging of the Work as


specified shall be prominently identified.
b) Submittals and the Owner's representative review of submittals.
c) Acquisition of permits.
d) Any long lead time (over 60 days) orders for material and equipment.
e) Work to be performed by other contractors and agencies.
f) Delivery of Owner’s furnished equipment and materials indicated for
incorporation In the Work.
11. Descriptions of scheduled activities shall include sufficient detail to identify the
work that is to be accomplished.
12. Include with the submission of the baseline schedule a list of holidays that will
be observed during the course of the Project.

Instructions to Proposers Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

13. The schedule shall contain sufficient activities to clearly show the sequence and
interdependencies of the Work. Metropistas’ representative may request that
additional activities and information be added and from time to time may also require
reasonable amendments to the schedule format that result in more clarity as to how
the information is presented.
14. Activity durations shall be expressed in whole days. Work that is to be performed
by Subcontractor shall be clearly defined. Use of multiple calendars within the
baseline schedule and subsequent updates is not permitted, Contractor shall be
consistent either using calendar or working days.

15. Float suppression techniques, such as preferential sequencing (crew movement,


equipment use, and for reuse), extended duration, imposed dates, scheduling of
work not required for the Contract, and others, shall not be used to affect or limit
float in the schedule. The use of constraint dates should be minimized, and must be
accepted by metropistas’ representative.

16. Critical path activities are those activities with a total float equal to or less than
zero. Schedules with negative total float may be found to be impractical by
metropistas’ representative.
17. A schedule showing that Work that is completed in less than the completion time
specified shall be considered to have float. The float shall be the time between the
scheduled completion of the Work and the Contract completion date. Float time shall
not be for the exclusive benefit of either the Owner or the Contractor. Float shall be
a resource available to both parties.
18. Float time generated in the critical path shall belong exclusively to the party
generating such float.

19. A schedule found to be impractical for the preceding reasons or any other
reasons shall be revised by the Contractor and resubmitted.

20. Any deviations, such as sequences of work, timing, and durations of activities
from the approved Project Schedule, shall be noted and explained in writing.
21. Scheduling considerations for submittals (product data, samples, shop
drawings) and requests for information (RFIs):

a) The Contractor shall allow five working days for Engineer’s review of
submittals and/or responses to RFIs. Submittals and/or RFIs received by metropistas’
representative after 2:00 p.m. will be considered as received the following working
day.

22. In addition to the Progress Schedule, the Contractor shall prepare a two-week
work plan. A schedule in calendar time-scaled bar chart format depicting the
Contractor's intended work activities for the upcoming two (2) week period shall be
submitted on a weekly basis and shall be due on the day of the project's weekly
meetings. Each activity of one (1) day or more in duration shall be indicated. The
two (2) week work plan shall be submitted on sheets not less than 8-1/2 inches by
11 inches, or as approved by metropistas’ representative.

Instructions to Proposers Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

D. PERMITING & ENVIRONMENTAL RELATED INSTRUCTIONS


1. The Contractor shall be responsible to comply, at no additional cost to the
METROPISTAS, with all applicable permit requirements including, but not limited, to
the following permits or documents:

a) CEST Plan of the Environmental Quality Board (Plan de control de la erosión


y sedimentación de terrenos)
(1) The Contractor shall be responsible for preparing, submitting to and
obtaining the approval by EQB his plan for the control of soil erosion and
sedimentation developed for the construction of the project.

(2) The Contractor shall be responsible for the implementation and


maintenance of the CEST Plan in accordance with the Environmental Quality
Board requirements. This includes, but is not limited to, the installation and
maintenance of soil erosion and water pollution control measures and the
preparation and submission to the EQB of monthly reports.

(3) The Contract shall obtain and pay for the services of an independent
Professional Engineer to monitor the compliance of the CEST Plan
requirements and to prepare and submit monthly reports to the EQB.

b) Permit for Construction and/or Operation of Emission Sources


(1) The Contractor shall submit an application for approval by EQB and shall
comply with any and all conditions imposed thereto by the EQB. A copy of the
approved application shall be furnished to the Engineer.

c) Permit for Performing Activities which Generates Solid Waste


(1) The Contractor shall prepare and submit the application for approval by
the EQB of the necessary permit and comply with the requirements and
conditions therein. A copy of the approved permit shall be furnished to the
Engineer.

d) The Contractor shall submit to and obtain the approval for the Puerto Rico
Department of Natural and Environmental Resources of the "Permiso de Extracción
de Materiales de la Corteza Terrestre" when applicable.
e) In order to comply with the requirements established under the National
Pollutant Discharge Elimination Systems (NPDES) permit of the Environmental
Protection Agency (EPA) General Permits, the Contractor and sub-contractors, when
applicable, shall submit to the EPA for approval a Pollution Prevention Plan (PPP) and
implementation of Best Management Practices for the control of storm water pollution
applicable to the construction of this project. A copy of this plan shall be submitted
to the Engineer.

Instructions to Proposers Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

2. Non-Hazardous Waste -Garbage, construction debris, dismantled vehicles and


any other materials not related to the project and classified as non-hazardous waste
shall be disposed of by the Contractor in an approved dump area. Payment for the
disposal of the above materials shall be made under Special Provision 201.

3. Hazardous Waste - Payment for Hazardous Waste Disposal shall be made on


Unit Price (Cubic meters) amount basis, such payment includes costs for preparation
of plans, for conducting all necessary environmental surveys and obtaining approval
of such plan by the regulating agencies, removing, handling, re-mediating and
disposal of hazardous waste encountered at the project site. Payment for the
disposal of the above materials shall be made under Special Provision 201.

4. The Contractor shall be responsible for the disposal of any and all waste
generated in the project, including poles, guard rails, demolitions, form work,
vegetation, excess fill, etc. The cost of these works shall be considered as a
subsidiary obligation of the Contractor.

5. The Contractor shall submit to and obtain the approval from the Puerto Rico
Public Service Commission of the Excavation Permit when applicable.

E. MATERIALS TESTING RELATED INSTRUCTIONS


1. Testing is mandatory as mentioned expressly in the technical specifications and
regulations that are applicable.

a) In the event of unfavorable test results, metropistas may reject, totally or


partially, the non- conforming work and/or order re-testing of the material, parts or
machinery under review and/or order corrective and quality assurance plans imposing
stricter controls on the production of the non-conforming work, material, parts or
machinery under review.
b) Upon review of re-test results, metropistas may accept or reject, totally or
partially, the work, material, parts, or machinery under review.
c) c) All work, material, parts, or machinery that has been rejected shall
be removed from the site immediately.

2. Except as otherwise indicated in the Contract Documents, metropistas will be


responsible for the testing of concrete and asphalt samples. The Contractor shall be
responsible for the handling and transportation of samples to the designated PRHTA
Materials Testing Laboratory. All sampling shall be performed by the Contractor
using qualified personnel. The transportation of cylinder & core specimens from the
project site to the designated PRHTA Materials Testing Laboratory shall be under the
direct supervision of the Engineer & requires special handling. It is the Contractor’s
sole responsibility the specimens reach the facility undamaged. As a minimum, the
Contractor shall place specimens in a rigid container & surround each with a
minimum of three inches of padding material (dry fine graded sand, for example).
The rigid container shall be properly secured to avoid excessive movement. The
Contractor shall furnish as a subsidiary obligation, all personnel, materials &
equipment necessary to comply with these requirements.

Instructions to Proposers Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

3. Contractor shall be responsible for sampling and testing deck patching/overlay


material as required for opening adjacent lanes during bridge deck overlay works.

4. The Contractor is advised that sampling frequency for reinforcing steel


(Specification 602) shall be as follows:

a) A sample shall be taken at the project site, as directed by the Engineer, for
each grade, bar size and heat number of reinforcing steel incorporated in the project.
b) Metropistas reserves the right of further sampling and testing of reinforcing
steel incorporated into the project so as to verify its compliance with contract
requirements.

5. The Contractor is advised that the metropistas reserves the right to sample and
test all materials incorporated in the project so as to verify its compliance with
contract requirements.

F. TECHNICAL SPECIFICATIONS RELATED INSTRUCTIONS


1. The Contractor is advised that, unless otherwise indicated by metropistas,
bending or straightening, welding, or thermal cutting of reinforcing steel is not
permitted.

2. The Contractor is advised that the provisions of Standard Specifications are not
applicable to this contract:

a) 510 – Portland Cement Concrete Pavement Smoothness


b) 410 – Hot Plant Mix Bituminous Pavement Smoothness

3. Posts for Construction Signs shall be metallic according to standard drawings or


instructions to bidders for traffic signs or wood posts according to Temporary Traffic
Sign Mounting Details included in the contract book. Signs mounted on portable
supports shall not be used for duration of more than three days.

4. The background for construction warning signs shall be fluorescent orange color
according to Supplemental Specification 638.

5. The Contractor is advised that wherever a new pavement surface is finished,


and it shall be opened to traffic before final pavement markings can be applied; tack
points shall be painted the same day the pavement is finished and temporary
pavement markings shall be applied the next calendar day the pavement is finished
as per Specification 638 -Maintenance and Protection of Traffic. Tack points shall
also be applied after completion of cold milling. The painting of temporary pavement
markings shall be performed when directed by the Engineer.

6. Provided that the Contract Documents requires the installation of temporary


pavement marking, the Contractor shall be penalized in the amount of Five Thousand
Dollars ($5,000.00) for each calendar day the pavement remains unmarked or
without tack points. The Contractor is responsible for the maintenance of painted
tack points to ensure its visibility at all times. Final pavement markings shall be
applied later in strict conformance with Specification 618 - Thermoplastic and
Preformed Plastic Markings.

Instructions to Proposers Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

7. The Contractor shall strictly comply with the existing provisions on signaling,
illumination and defenses, and shall determine the measures to take at any time to
signal, illuminate and, when appropriate, defend the works when they affect the free
movement of vehicles. Metropistas may implement the changes and extensions that
he deems appropriate for every work, through the appropriate written orders, which
must be complied with by the Contractor.

a) Thermoplastic and Preformed Pavement Markings:


b) The Contractor is advised that the requirements of the latest AASHTO M 249
(AASHTO M 249-09) and AASHTO M 247 (AASHTO M 249-09) applicable to
Specification 618 - (Thermoplastic and Preformed Plastic Pavement Markings) of this
project have change. Changes include, among others, that the yellow pigment used
in the reflective thermoplastic stripping material shall be lead and lead-chromate free,
new glass beads gradations were included and the standard gradation was modified.
Unless otherwise indicated standard glass beads gradation (Type 1) shall be
incorporate in the thermoplastic mix (intermix) and in drop- on material.
c) The Contractor is advised that the certificate of compliance for thermoplastic
pavement Marking (Specification 618) shall clearly state that the pigment used is lead
and lead- chromate free.
d) Failure of the contractor to meet requirements of Instruction to Bidders No.
8(a) and 8(b) shall be cause for the rejection of the Thermoplastic Pavement Markings.
e) Metropistas shall reserve the right of sampling and testing thermoplastic
pavement markings.

The rest of the page is intentionally left in blank

Instructions to Proposers Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit F: Contractors Compliance Requirements


Environmental, Safety & Health

Issued for Bids


September 18, 2023
Requerimientos de Cumplimiento Regulatorio de
Salud y Seguridad Ocupacional y Medio Ambiente
para Contratistas (Contractor Compliance
Requirements)

Revisión-1 de septiembre de 2020


Objeto

El objeto de este programa es definir la legislación y requerimientos de Medio


Ambiente y Salud y Seguridad Ocupacional aplicables para contratistas que
brinden servicios a metropistas. Este programa pretende guiar a los
contratistas por las regulaciones aplicables, es responsabilidad de cada
contratista el cumplimiento de todas las leyes aplicables.

Cumplimiento

Todo contratista tiene que cumplir con los estándares regulatorios de Salud y
Seguridad Ocupacional y Medio Ambiente aplicables a su empresa. Es deber
de metropistas el asegurarse que los contratistas y sub-contratistas cumplan
con los estándares y regulaciones requeridas por las agencias reguladoras
tanto federales como locales.

Regulaciones

Entre los estándares a cumplir, pero no se limitan a, se encuentran: PROSHA


4 OSH, PROSHA 10 OSH, 29 CFR 1903, 29 CFR 1904, 29 CFR 1910, 29 CFR
1926, CFR 40, CFR 48, CFR 49, CLAUSULA GENERAL (GENERAL DUTY CLAUSE)
de PROSHA/OSHA.
Entre las agencias reguladoras que requieren cumplimiento y/o permisos, pero
no se limita a: PROSHA, OSHA, ENVIRONMENTAL QUALITY BOARD, COMISION
DE SERVICIOS PUBLICO, CUERPO DE BOMBEROS DE PUERTO RICO, OFICINA
DE GERENCIA DE PERMISOS (OGPE), DEPARTAMENTO DE RECURSOS
NATURALES, NFPA, DEPARTAMENTO DE TRANSPORTACION Y OBRAS
PUBLICAS, OTRAS.

Alcance

Este programa está dirigido a todos los contratistas que brinden servicios a
metropistas y que puedan tener la posibilidad de causar un impacto
significativo al medio ambiente. Dentro de la clasificación de Contratistas se
encuentra, pero no se limitan:

• Proyectos e Infraestructura.
• Obras (Mantenimiento y Conservación).
• Servicios.
• Agrimensura
• Estudios de suelos, contaje de vehículos y otro similares
• Inspectores de Proyectos y Obras.
• Diseños
• Todo Subcontratista contratado por el Contratista Original o Principal.
Revisión-1 de septiembre de 2020
El contratista y/o subcontratista que no cumpla con los estándares, normas y
políticas establecidas por las agencias reguladoras y los requerimientos de
metropistas y el Acuerdo Colaborativo con PROSHA (de contar metropistas con
este acuerdo) podría ser descalificado en cualquier momento previo y/o
posterior de la adjudicación de una subasta y/o dar por terminado el contrato
en inicio y/o desarrollo de un proyecto, obra o servicio y se podrá imponer
daños líquidos por incumplimiento.

Todos los contratistas serán re-cualificados anualmente por lo que deberán


someter toda la información de forma revisada. Deberá someter, pero no se
limitará a:
1) la revisión anual de sus programas de salud y seguridad ocupacional
(manual de salud y seguridad), 2) adiestramientos y/o re-adiestramientos, 3)
certificaciones, 4) credenciales, 5) análisis de riesgos, 6) forma OSHA 300 y
cualquier otra información requerida.

Además, se estará considerando su desempeño sobre la buena ejecución del


cumplimiento Ambiental y de Seguridad y Salud Ocupacional, de los
estándares, regulaciones, políticas y procedimientos ambientales y sobre
Seguridad y Salud Ocupacional aplicable a su empresa y requerido por
metropistas y el Acuerdo Colaborativo con Puerto Rico OSHA (de contar
metropistas con este acuerdo).

Representante (oficial) de Salud – Seguridad del Contratista

Todo contratista deberá tener a tiempo completo un representante (oficial) de


Seguridad y Salud Ocupacional competente y a fines con los trabajos que
estarán bajo su supervisión. Como requisitos mínimos se le requiere:

• Certificación del Adiestramiento de OSHA para la Industria de la


Construcción (30 horas) y/o Adiestramiento de OSHA para Industria
General (30 horas) según aplicable.
• Experiencia en los trabajos a realizarse
• Experiencia en el desempeño de inspecciones regulatorias sobre
salud y seguridad ocupacional
• Experiencia investigando y documentando accidentes e incidentes
• Dominio sobre los formatos y requerimientos del formato OSHA 300
• Demostrar ser un recurso comprometido con la salud y seguridad de
su personal.
• Carta del mayor oficial ejecutivo de la empresa autorizando a las
personas competentes.

Revisión-1 de septiembre de 2020


• Deberá someter un resume, certificaciones y credenciales para su
evaluación y aprobación.
Del representante (oficial de seguridad) ser sustituido o reemplazado, el
contratista y/o subcontratista deberá cumplir con todo lo expuesto y requerido
en el párrafo anterior.

Al representante (oficial de seguridad) se le requerirá informes semanales y


mensuales de lo siguiente:

• Orientaciones de seguridad al personal y adiestramientos.


o Todo adiestramiento ofrecido y orientaciones (toolbox meetings)
con la hoja de firmas de asistencia debe ser entregado con la
frecuencia que ha sido establecida de antes del día 10 de cada
mes.
• Informes de horas hombres trabajadas FOR.200 Reporte Mensual de
Horas trabajadas e Incidentes de Contratistas (adjunto).
o Esta forma establecida por metropistas debe ser impresa y
cumplimentada, la misma requiere la firma del encargado de
Salud y Seguridad Ocupacional y debe ser entregada en forma
digital según acordado.
• Análisis de riesgos
o Los análisis de riesgo deben ser entregados con anticipación al
comienzo de la operación del proyecto. Estos deben desglosar los
trabajos por tareas, describen los riesgos que estas implican,
Identifican controles que deben ponerse en practica para evitar
los incidentes, informan cual es la severidad de los riesgos y
señalan cual es la frecuencia con la que estos riesgos ocurren al
momento de realizar tareas (adjunto forma de análisis de
contratistas).
• Planes de levantamientos “riggin plan” y/o equipos pesados
o Los planes de levantamiento deben ser coordinados con
anticipación y someter el plan a utilizarse.
• Inspecciones de campo (área de trabajo diaria), inspecciones al
personal, inspecciones de Equipo de protección Personal, herramientas
de mano y eléctricas, maquinaria pesada, equipos especializados, MOT,
inspecciones a vehículos motorizados y equipo pesado entre otras.
• Si ocurriera un incidente con alguno de los empleados es requerido una
investigación del incidente por parte del contratista y realizar un reporte
de este incidente y entregarlo de forma inmediata al Gerente de
SSOYMA de metropistas.
• Se realizan reuniones de SSOYMA mensuales y la asistencia a las
reuniones y cualquier otra que se convoquen es compulsoria.

Toda documentación será enviada de forma digital antes del día 10 de


cada mes al siguiente correo electrónico: ehs@metropistas.com
Revisión-1 de septiembre de 2020
El representante (oficia de seguridad) se asegurará del fiel cumplimiento de
los estándares, regulaciones de seguridad y salud ocupacional aplicables a su
empresa, así como las políticas y procedimientos establecidos y requeridos por
metropistas. Deberá implementar, forzar y mantener un ambiente de trabajo
saludable, seguro, en cumplimiento y de respeto.

Programas, Estándares y Regulaciones

A continuación, detallamos los estándares y regulaciones mínimas a cumplir. Es


mandatorio que todos los estándares, regulaciones, normas, tópicos y guías
serán detallados en cada uno de los programas. Así como el compromiso de la
gerencia a cumplir con la implementación y desarrollo del mismo.

Deben ser desarrollados y descritos en programas, procedimientos y políticas


aplicables a su empresa, de forma estructurada en un Manual de Salud y
Seguridad Ocupacional y Medio Ambiente.

El Manual de Salud y Seguridad Ocupacional y Medio Ambiente deberá estar


firmado por el mayor oficial ejecutivo de la empresa, con su fecha y número
de revisión.

Programas y Requerimientos de Seguridad y Salud Ocupacional:

▪ Detallar nombre de la persona responsable del programa


▪ Nombre, dirección electrónica y teléfono del Representante (oficial)
de Seguridad y Salud Ocupacional.
▪ Programa de Hostigamiento Sexual
▪ Programa de Violencia Domestica
▪ Programa de Violencia en el Lugar de trabajo
▪ Programa y/o procedimientos para la evaluación e implementación
de los MOT’s
▪ Programa de adiestramientos al personal
▪ Programa de adiestramiento a supervisores
▪ Programa y/o Procedimientos sobre Medidas Disciplinarias
▪ Programa sobre el compromiso gerencial
▪ Programa de Soldadura y Corte
▪ Programa Seguridad Eléctrica – Incluye NFPA 70 E
▪ Programa sobre Resguardo de Maquinaria
▪ Programa sobre Monitoreo de Gases (de ser requerido)
▪ Programa y/o Procedimiento sobre Rotulación y Señales
▪ Programa de Manejo y Mantenimiento de Vehículos de Motor

Revisión-1 de septiembre de 2020


▪ Programa de Sílice
▪ Programa de Bioseguridad
o Enfermedades Contagiosas, COVID
o Auto certificaciónٕ de PROSHA
▪ Programa de Comunicación de Riesgos con Nuevo
Sistema Globalmente Armonizado:
o Adiestramientos
o Equipo de Protección Personal
o Área de Almacenaje de Sustancias Químicas
o Rotulación
o SDS
o Manejo de sustancias
▪ Programa de Andamios:
o Adiestramientos
o Persona Competente
▪ Programa de Higiene:
o Baños (portolets)
o Lavamanos y similares
o Merenderos
▪ Programa de Investigación y Reporte de Incidentes y
Accidentes:
o Causa raíz
o Acciones correctivas
o Informes anuales de OSHA 300
o Personas responsables de investigar reportar, analizar y
establecer acciones correctivas.
▪ Programa de Documentación y Archivo (Recordkeeping)
▪ Programa de Control de Cierre y Etiquetado (Lockout / Tagout)
▪ Programa de Inspecciones y Mantenimiento a:
o Herramientas Manuales (Electrical Hand Tools)
o Equipo de Protección Personal (según aplique)
o Escalas y Escaleras
o Rotulación General
o Equipos Motorizados
o Compresores
o Equipos Pesados
o Plataformas Aéreas
o Iluminación Diurna y Nocturna (Interior y Exterior)
o Equipos
Revisión-1 de septiembre de 2020
o Herramientas
o Utilidades
o Equipo Protección personal
o Talleres
o Rampas, Accesos y Pasadizos
o Protección Auditiva
o Programa de Respiradores
o Programas de Vigilancia Médica
o Extintores
o Otros
▪ Programa de Prevención de Incendios:
o Orden y Limpieza
o Adiestramientos
o Organización
o Inspecciones
o Sistemas de incendio
▪ Programa de Espacios Confinados:
o Evaluación de Riesgos
o Monitoreo de Gases y Oxígeno
o Permisos de Entrada
o Adiestramiento
o Equipo de Rescate
▪ Programa de Sistemas de Protección Contra Caídas:
o Barandas
o Equipo Personal Arresto de Caídas (Arnés)
o Líneas de Vida
o Puntos de Anclaje
o Adiestramiento
▪ Programa de Excavaciones:
o Adiestramientos
o Análisis de Riesgos
o Persona Competente
▪ Programa de Sistemas de Mantenimiento de Tráfico –
Regulaciones del MUTCD 2011 Capitulo # 6
▪ Programa de Herramientas Eléctricas de Mano
▪ Programa de Trabajos de Soldadura y Corte
▪ Programa Steel Protuding Protection (Rebarbas y objetos
punzantes)
▪ Programa de Emergencias y/o Contingencias:
Revisión-1 de septiembre de 2020
o Plan detallado de posibles emergencias
o Listados de empleados (pase de Lista)
o Rutas de Entradas y Salidas
o Vallas
o Barricadas
o Rotulación
o Abanderados
o Iluminación
o Seguridad
▪ Programa de Orden y Limpieza
▪ Programa de Control de Tensión por Calor (Heat Stress)
▪ Programa de Control de Polvo Fugitivo
▪ Programa de Planes de Levantamiento (Rigging Plan)
o Todo Operador y Grúas deben contar con las certificaciones y
adiestramientos requeridos según legislación vigente.
▪ Programa de Análisis de Riesgos (por fases del proyecto)
▪ Programas y Mantenimiento de Equipo Pesado (inspecciones,
mantenimiento y adiestramientos): Todo operador y equipo debe
contar con el adiestramiento y certificaciones requeridos según la
legislación vigente.
o Montacargas
o Montacargas todo terreno (Lull)
o Scissor Lift (Tijeras)
o Articulate Aerials Platforms
o Boom Platforms
o Cranes, Derricks, Hoist (Grúas)
o Excavadoras
o Diggers
o Loaders
o Mini-Loaders (bot-cat)
o Inspecciones Anuales
o Adiestramientos y Re-adiestramientos
o Inspecciones diarias
o Otros

Subcontratistas

Todo Subcontratista debe cumplir con todos los requerimientos establecidos


a los contratistas. Estos requerimientos deben sen entregados antes de
comenzar cualquier contrato con el contratista primario de metropistas.
Revisión-1 de septiembre de 2020
Requerimientos en área del trabajo

Todo contratista debe contar con lo siguiente en el área de trabajo asignada:

• Oficial de Seguridad
• Inspecciones diarias
• Análisis de riesgo del trabajo a realizarse
• SDS de materiales químicos utilizados
• Listado de números de emergencia
• Certificaciones de equipo y Licencias de operadores
• Botiquín de primeros auxilios: Toda brigada de contrato debe cumplir
con el requerimiento mínimo de equipo de respuesta (Botiquín de
primeros auxilios) bajo la norma 1926.50. Los requisitos mínimos de
un Botiquín de Primeros Auxilios se describen en la Norma Americana
Nacional ANSI Z308.1.

Programas y Requerimientos Ambientales:

El Plan de manejo y cumplimiento ambiental de metropistas está diseñado


para cumplir con los requerimientos Federales y Estatales aplicables. Toda
coordinación de contratistas con las agencias ambientales tiene que ser
autorizada por metropistas. Los programas y requerimientos ambientales
aplican según el alcance del proyecto y las regulaciones aplicables. Se
coordinará una reunión pre-construcción donde asistirá la Gerente de Medio
Ambiente para discutir posibles regulaciones aplicables y permisos requeridos
por metropistas.

Es requerimiento de metropistas que sea entregado antes de comenzar


cualquier proyecto la aprobación de cualquier permiso aplicable al proyecto.
El cumplimiento de cada permiso y los informes mensuales son
responsabilidad del contratista. Toda documentación será enviada de
forma digital antes del día 10 de cada mes al siguiente correo
electrónico: ehs@metropistas.com
A continuación, detallamos los estándares y regulaciones mínimos a cumplir e
implementar, pero no se limitan a:
Revisión-1 de septiembre de 2020
▪ Certificaciones (Según aplicable).
• Técnico de refrigeración
• Permiso de Descargas de PRASA
• Permiso para transportar desperdicios sólidos No-Peligrosos de la
Junta de Calidad Ambiental
• Permiso de la Comisión Pública
• Licencia de Electricista
• Licencia de Plomero
• Licencia de Técnico de Refrigeración
• Certificación Universal de Técnico otorgado por la EPA (Técnico
de refrigeración)
• Licencia Comercial para aspersión de herbicidas.
• Licencia para aplicar pesticida
• Licencia para Transporte Diésel
• Otras Certificaciones según aplique

Permisos

▪ Determinación de Exclusión Categórica


• Una exclusión categórica (CE) abarca acciones que, en base a la
experiencia pasada con acciones similares, no implican
impactos ambientales significativos.
▪ Permiso General Consolidado o Exclusión al Permiso
• Permiso requerido para atender aspectos ambientales para obras
a ser realizadas independiente o como parte de un proceso de
construcción, incluye permisos ambientales individuales CES, PFE
y DS-3.
• Cumplimiento con el permiso consolidado:
▪ Plan de Manejo de Desperdicios sólidos (DS3)
▪ Plan de control de Polvo Fugitivo (PFE)
▪ Plan Control de Erosión y Sedimentación (Planos
CES propuestos)
▪ Inspecciones
▪ Manifiestos de los desperdicios a Generarse

Revisión-1 de septiembre de 2020


▪ Copia del contrato del contenedor de desperdicios y lugar
de Disposición (Cada contratista es responsable de tener
un Plan de Manejo y Disposición de Desperdicios sólidos).
▪ Cierre del Permiso

▪ Permiso General para Otras Obras


• Permiso requerido para atender aspectos ambientales para obras
a ser realizadas independientes o como parte de un proceso de
construcción, que incluye permisos ambientales individuales CES
y PFE.

▪ Permiso de Extracción de la Corteza Terrestre


• Cualquier permiso para extraer, excavar, remover o
dragar componentes de la corteza terrestre.

▪ Permiso de Demolición
• Cualquier permiso que permite demoler total o parcialmente
una edificación.

▪ Permiso de Excavaciones
• Esta notificación de una propuesta excavación o demolición se le
envía al Centro de Coordinación de Excavaciones y Demoliciones
adscrito a la Comisión de Servicio Público, para que éste pueda
suministrar la información correspondiente a los operadores o
sus representantes autorizados.

▪ Copia de prueba de plomo y asbesto (Según aplicable),


permisología, plan de mitigación y procedimiento de
disposición.

▪ Cumplimiento con el NPDES y SWPPP de la EPA


Revisión-1 de septiembre de 2020
• Todo proyecto que perturbe más de 1 acre debe cumplir con
este requerimiento federal.
• Storm Water Pollution Prevention Plan (Prevención y Control de
escorrentías pluviales), Este Plan es para cumplir con el permiso
de descargas NPDES solicitado a la EPA.
• Cierre del Permiso

▪ Spill Prevention Control and Countermeasure (Prevención


y Control de derrames en la autopista)
• Someter un Plan de Respuesta a un posible derrame y las
personas encargadas de limpieza de este.

▪ Plan de Reciclaje
• Cada contratista es responsable del cumplimiento con la Ley
Núm. 411 del 8 de octubre de 2000, enmienda la Ley 70
conocida por la Ley de Reducción y Reciclaje de 1992, según
enmendada. La Política Pública de esta ley es implantar
estrategias efectivas para la recuperación de recursos con el
potencial de ser reciclados y devueltos a la economía como
productos o materia prima.

Revisión-1 de septiembre de 2020


Glosario:
ADS - Autoridad de Desperdicios Sólidos

CES – Control de Erosión y Sedimentación

CFR 29 1903 - Inspecciones, Citaciones y Penalidades

CFR 29 1904 - Registro y notificación de lesiones y enfermedades


ocupacionales

CFR 29 1910 - Estándares Federales para la Industria General

CFR 29 1926 - Estándares Federales para la Industria de la Construcción

CFR 40 - Estándares Federales Protección del Medio Ambiente

CFR 48 - Reglamento Federal de Sistema de Adquisición

CFR 49 - Departamento de Transportación Federal (DOT)

CLAUSULA GENERAL - (GENERAL DUTY CLAUSE) de PROSHA/OSHA

DS3 - Plan de Operación para el Manejo de Desperdicios Sólidos

EPA - Environmental Protection Agency

JCA - Junta de Calidad Ambiental

Ley 70 – Ley de Reducción y Reciclaje de 1992, según enmendada

NFPA - National Fire Protection Association

NPDES - National Pollutant Discharge Elimination System

OGPE - Oficina de Gerencia de Permisos de Puerto Rico.

OSHA - Occupational Health and Safety (Federal Regulations)

PFE – Permiso Fuente de Emisión

PROSHA - Departamento de Salud y Seguridad Ocupacional de Puerto Rico

SWPPP - Stormwater Pollution Prevention Plan

4 OSH - Estándares de PROSHA para la Industria General

10 OSH - Estándares de PROSHA para la Industria de la Construcción

40CFR - Protección del Medio Ambiente

49 CFR - Departamento de Transportación Federal (DOT)

Revisión-1 de septiembre de 2020


Anejo 1 FOR. Análisis de Riesgo de Contratistas

Revisión-1 de septiembre de 2020


AR XX.vX

Análisis de riesgo
Tarea: Localización de la tarea: PR-22 y PR-5

Título de quienes llevan a cabo la evaluación del riesgo: Fecha de la evaluación del riesgo: (DD/MM/AA)

Puesto(s) de trabajo al que aplica la evaluación de riesgo:

A) Equipo de protección personal (EPP) requerido: (Marque la casilla apropiada, cuando aplique) Valor del nivel
Evaluación de riesgos de riesgo
P X C = NR
Gafas de seguridad (claras y/o oscuras) Overol/Ropa protectora

Protector de cara Capacete/Casco


4 8 12 16
Protección contra caídas Zapatos de seguridad Altamente
4
probable
Capa Botiquín ("First aid kit") Moderado Moderado Alto Alto

Guantes Chalecos reflectivo

Probabilidad (P)
3 6 9 12
Protección auditiva Respiradores Muy
3
probable
Protección de rodillas Bajo Moderado Alto Alto

2 4 6 8
B) Peligros: (Marque la casilla apropiada, cuando aplique)
2 Poco usual

Trabajo en alturas Humos Bajo Moderado Moderado Moderado

Contacto con electricidad Ruidos


1 2 3 4
Alta presión (aceite, vapor, agua, aire) Equipo láser Muy poco
1
usual
Efecto embudo en salidas Aislamiento Bajo Bajo Bajo Moderado

Personal no entrenado o calificado Iluminación

Servicios soterrados: aire/agua/aceite/cableado eléctrico Alta velocidad


Consecuencia (C)
1 2 3 4
Baja Moderada Crítico Grave
Prevención y protección contra fuegos Planta eléctrica

Combustible (diésel, gas, gasolina) Alto voltaje


Clasificación del riesgo
Gases (acetileno/oxígeno) Impacto de tráfico Nivel de riesgo (NR) Valoración Grado Evaluación Controles

Espacios confinados Flamas abiertas Nivel 1 1-3 Bajo Tolerable El trabajo y sus riegos son tolerables y aceptables.

Nivel 2 4-8 Moderado Marginal El trabajo requiere un control especifico.


Bordes cortantes Rosear o asperjar herbicidas
Nivel 3 9-16 Alto Intolerable Es necesario reducir el riesgo a un nivel más bajo.
Sustancias peligrosas Fumigación de plagas

Trabajos manuales Estrés por calor


Probabilidad: Posibilidad de que un evento ocurra. La probabilidad es un factor fundamental asociado al riesgo, es
Superficies resbalosas Peligro a tropiezos condicional y se presenta por evento. La probabilidad de ocurrencia de un evento va a depender del tiempo de
exposición, de las capacidades y cualidades de la persona expuesta al riesgo, de las condiciones del lugar de trabajo
Equipo de comunicación Mordidas y punzadas
y de la complejidad de la actividad, entre otras variables.
Acción repetitiva requerida Caídas del mismo nivel
Consecuencia: Resultado de un incidente en términos de lesiones, enfermedades profesionales o daño a la
Trabajos calientes Control de animales propiedad, se considerará como el efecto más probable que ocurra dado el incidente.

Trabajos de soldadura

Página __1__ de _2___ FOR.188.08


Análisis de riesgo

C) Análisis de tareas y riesgos:


Las personas que evalúan los riesgos deben asegurarse que todo el personal es orientado para cada uno de los mismos antes de comenzar la tarea. El registro de este formulario debe mantenerse en el área
de trabajo correspondiente con copias disponibles para su uso o revisión interna o externa.

Análisis de tareas y riesgos

Nivel de
Descripción de puesto de Probabilidad (P) Consecuencia (C)
Pasos de la tarea Peligros identificados Control de peligros identificados riesgo
trabajo (DPT)
1 2 3 4 1 2 3 4 NR

Preparado por: (nombre en letra de molde)


Supervisor o encargado del Departamento Firma Fecha (DD/MM/AA)
correspondiente

Revisado por: (nombre en letra de molde)


Firma Fecha (DD/MM/AA)
Gerente u Oficial del Departamento correspondiente

Aprobado por: (nombre en letra de molde)


Gerente de Salud y Seguridad Ocupacional y Medio Firma Fecha (DD/MM/AA)
Ambiente

Certifico que recibí este documento y se me instruyó sobre todas las tareas evaluadas en este análisis de riesgo.

Discutido por: (nombre en letra de molde) Firma Fecha (DD/MM/AA)


Supervisor o Gerente del Departamento correspondiente

Recibido por: (nombre en letra de molde) Firma Fecha (DD/MM/AA)


Empleado que recibe el análisis de riesgo

Página __2__ de __2__ FOR.188.08


Anejo 2. FOR.200 Reporte Mensual de Horas
Trabajadas e Incidentes de Contratistas

Revisión-1 de septiembre de 2020


Reporte Mensual de Horas trabajadas e Incidentes de Contratistas

Mes:
Número de Proyecto:
Año:
Nombre de Compañía:

Proyecto o Servicio:

Este formulario debe ser presentado al Gerente de Seguridad y Salud Ocupacional en o antes del día
10 del mes siguiente. Este se presentará incluso si no se han producido accidentes.

INSTRUCCIONES: En el renglón titulado Mes informará la cantidad de empleados que se reportaron en la


nómina para el mes correspondiente al reporte. También, incluya el total de horas trabajadas por todos los
empleados pertenecientes al proyecto o servicio reportado. Debe indicar la cantidad de lesiones que fueron
reportadas o serán reportadas a OSHA para el perido del reporte. Adjunte una copia del Informe de Lesión o el
Informe OSHA 301 para cada caso de lesiones registradas.

En el renglón YTD acumulará lo que mensualmente se ha reportado en cada columna hasta la fecha.

Lesiones por Clasificación

Número de
Días con Casos con
Horas casos con Total de casos Casos con
Total de Empleados restricción de tratamiento
Trabajadas días fuera registrables "First Aid"
trabajo médico
del trabajo

Mes
YTD N/A

Adjunte una copia del Informe de Lesión o Informe OSHA 301 para cada caso de lesiones
registradas.

Nombre de la persona que realiza el reporte

Firma

Fecha (dd/mm/aa)

FOR.200.02
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit G: Insurance And Bonds Requirements

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Insurance and Bond Requirements


The following is a list of insurance requirements that shall be satisfied prior contract
execution, and the additional insured for each policy shall be Autopistas Metropolitanas de
Puerto Rico, LLC (metropistas) and the Puerto Rico Highway and Transportation Authority
(PRHTA):

1. General Liability Insurance - $2,000,000.00 per occurrence; $2,000,000.00 aggregate


2. Automobile Liability - $2,000,000.00 per occurrence, covering all the following:
owned, hired, and non-owned autos.
3. Worker’s Compensation Insurance (“Fondo del Seguro del Estado”) – Coverage for the
Project amount
4. Builder’s Risk -Coverage shall match the contract sum of the project
5. Payment and Performance Bond for the total amount of the contract. These bonds shall
be in full compliance for a year after final completion is awarded.
6. CIAPR Stamps and Internal Revenue Stamps.

The following clauses must be included in all applicable insurances:

 Clause stating that “Autopistas Metropolitanas de Puerto Rico, LLC” and


“PRHTA” shall be named as “Additional Insured” in all applicable insurance
policies.
 Waiver of subrogation clause in all applicable insurance policies.
 Hold harmless clause in all applicable insurance policies.
 30 days cancellation notice in all applicable insurance policies.

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

A.1 Certificate Of Insurance


AIA A312 – Certificate of Insurance attached herein.

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

A.2 Performance Bond


AIA A312 – Performance Bond attached herein.

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit H: Substantial And Final Completions Forms

Issued for Bids


September 18, 2023
Autopistas Metropolitanas de Puerto Rico, LLC

CERTIFICATE OF SUBSTANTIAL COMPLETION

PROJECT: PROJECT NUMBER:


CONTRACT FOR:
CONTRACT DATE:
FROM OWNER: metropistas TO CONTRACTOR:

PROJECT OR PORTION OF THE PROJECT DESIGNATED FOR USE SHALL INCLUDE:


1. (Description)

The Work performed under this Contract has been reviewed and found, to the ENGINEER's best
knowledge, information and believe to be substantially complete. Substantial Completion is the stage in
the progress of the Work when the Work or designated portion is sufficiently complete in accordance with
the Contract Documents so that the Owner can utilize the Work for its intended use undue interference.
The date of Substantial Completion of the Project or portion designated above is the date of issuance
established by this Certificate.

INSPECTOR BY DATE OF ISSUANCE

A list of the items to be completed or corrected is attached hereto, The failure to include any item on

such list does not alter the responsibility of the Contractor to complete all Work in accordance with the

Contractor Documents. Unless otherwise agreed to in writing, the date of the commencement of

warranties for items on the attached list will be the date of issuance of the certificate of Final Completion.

The Contractor will complete or correct the Work on the list of items attached hereto within
( ) calendar days from of Substantial Completion.

CONTRACTOR BY DATE

The Owner accepts the Work or any designated portion as substantially complete and will assume full
possession after a final acceptance is issued.

Recommended by:

Name: Name:
Supervisor Infrastructure and Project Manager
metropistas metropistas

DATE DATE

FOR.030.05
CERTIFICATE OF FINAL COMPLETION

PROJECT NAME: CONTRACT NO.:

PROJECT NO.:

OWNER: CONTRACTOR:
Autopistas Metropolitanas de Puerto Rico, LLC (Name)
(D/B/A metropistas)
City View Plaza, Torre 1 (Address)

Suite 500
Guaynabo, Puerto Rico, 00968

The work performed under this Contract has been reviewed and found, to the Inspector and metropista's Representatives best knowledge, information and
belief, to be finally completed. Final Completion is the stage in the progress of the Work when all the Work is complete in accordance with the Contract
Documents.

The date of Final Completion is as established below:

The Final Contract Price is:

The Final Contract Time is:

This Certificate does not constitute an acceptance of any Work not in accordance with the Contract Documents nor is it a release of Contractor’s obligation to
complete the Work in accordance with the Contract Documents. The Warranty for all Work completed subsequent to the date of Substantial Completion
expires one year from the date of this Final Acceptance.

President - Printed Name Company Signature Date

Date of Final Completion:

metropistas accepts the Work thereof as finally completed and will assume possession on:

on
(time) (date)

Inspector and/or Project Manager - Printed Name Company Signature Date

metropistas
Department Manager - Printed Name Company Signature Date

Chief Operating Officer (metropistas) - Printed Name Signature Date

FOR.032.06
General Waiver and Release

This General Waiver and release is entered, into this _____________ day of
__________________________, 20______, in the City of _________________________,
Puerto Rico by an on behalf of ______________________________________ (Contractor),
with Employer Social Security Number __________________________ acting through duly
authorized representative,_____________________________________, of legal age,
single /married, and resident of _____________________________________, Puerto Rico.

1. The Contractor freely and voluntarily hereby represents, in regard to project


___________________________________________________, that it:
a. All works has been performed in accordance with the terms of the Contract.
b. All the changes to the work (except minor modifications and field
adjustments) have been authorized in writing by the owner.
c. There have been no claims made for infringement of any breach contract with
our subcontractors.
d. The work to which this certificate applies has been inspected by authorized
representatives of Owner, Contractor and Inspector, the punch list has been
completed and the work of the Contract is hereby declared to be Finally
Complete in accordance with the Contract Documents
on_________________________________________.
e. Has paid or satisfactorily secured all payments due by reason of the Contract,
including but not limited, to “Colegio de Ingenieros y Agrimensores” stamps
to cover the difference between the final estimate on the original Contract
estimate; amounts for any and all change orders an extra works orders; all
payrolls, bills for materials and equipment or other indebtedness in any way
connected with the Contract; and any all taxes assessable against any
services, materials, equipment, processes or operations under or incidental
to, or involved in the performance of the Contract, either by the municipality
of __________________________ or the Commonwealth of Puerto Rico, the
State Insurance Fund Corporation and any other government instrumentality
with the capacity to assess fees and liens pertaining the Contract.
f. Has approved the final estimate and that is has no claim or objection to the
quantities submitted in said document.
g. That its acceptance of the final payment shall operate as, and shall be, a
general waiver and release to the Metropistas from any and all liabilities,
claims, demands, damages, legal and/or administrative costs, disputes, suits,
actions, claims for relief and causes of action, whether known or unknown,
from the beginning of the work to the date of this General Waiver and Release
and thereafter, for anything done or furnished or relating to the work under
Contract.

Page 1 of 2 FOR.033.02
h. That by the acceptance of the final payment the Contractor irrevocably agrees
to the fullest extent permitted by applicable Laws, to indemnify, defend and
hold harmless metropistas including metropistas, Autopistas Metropolitanas
de Puerto Rico, LLC d/b/a metropistas, the Puerto Rico Highway and
Transportation Authority, to each and all of the parent companies, affiliates,
subsidiaries and affiliates metropistas, and all officers, attorneys, directors,
shareholders , as such, employees, representatives, agents, predecessors,
partners, successors, assigns, heirs, executors and administrators
metropistas against all actions, causes of action claims, losses, damages,
penalties, fines, fees, expenses, cost or liabilities from time to time arising out
of, or resulting from any and all actions and claims of any sort that may be
assessed against it on account of the Contract.

_____________________________________________
Contractor

Corporate seal _____________________________________________

By: __________________________________________
(Name)

_____________________________________________
(Title)

Affidavit No. ________________________

Sworn and subscribed before me by _________________________________, of legal age,


contractor and resident of _______________________________, personally known to me,
in ___________________________________, Puerto Rico on this ______________ day of
______________________________, 20________.

_______________________________________
Notary Public

Page 2 of 2 FOR.033.02
Final Completion

1.1 Final Completion shall be achieved when each of the following conditions have been
met:
a. Contractor has achieved Substantial Completion (FOR.030 or FOR.161, to be
used as applicable).
b. Contractor has completed all Punch List items in accordance with the Contract
Documents, and satisfactory to metropistas.
c. Contractor has removed all supplies, equipment, waste, identification signs and
temporary facilities from the project and site.

1.2 Notice of Final Completion. At such time as Contractor believes that it has achieved
the requirements for Final Completion, shall deliver a written notice thereof (Request of
Final Completion) to metropistas, with a copy to the inspection (FOR.031).

Final Payment

2.1 As a condition precedent to Final Payment, the Contractor shall have completed all
items set forth herein, including receipt of Final Completion Certification (FOR.032) from
metropistas. All of the following matters shall have been resolved and documents and
items shall have been received and approved by metropistas:
1. A Final Application for Payment
2. All guarantees and warranties to which metropistas is entitled to.
3. Satisfactory proof that all claims arising out of the Work and any liens arising out
of the same which shall been filed or recorded, have been released or bonded.
4. Completed and legally effective releases, or waivers, (satisfactory to metropistas)
of all lien rights arising out of or Lien filed in connection with the Work.
5. A General Waiver and Release affidavit that certified all payrolls, bills for
materials and equipment, and other indebtedness connected with the Work for
which metropistas and metropistas property might in any way be responsible,
have been paid or otherwise satisfied (FOR.033).
6. Consent of the Contractors sureties, if any, to Final Payment, including Release of
Puerto Rico State Insurance Fund Corporation.
7. Certificates of insurance evidencing insurance coverage required to be maintained
after final payment, as required.
8. A Certificate of Final Completion shall have been issued.

2.2 Acceptance of Final Payment by the Contractor, a Subcontractor, Sub-Subcontractor or


material supplier shall constitute a waiver of Claims by metropistas except those previously
made in writing and specifically identified by metropistas as unsettled on the Final
Application for Payment.

FOR.034.04
Fecha (DD-MM-AAAA)

Nombre (Dueño, Presidente, Director u Oficial y/o representante autorizado)


Nombre proveedor (según contratado)
Dirección – Línea #1
Dirección – Línea #2
Dirección – línea #3

RE: Nombre del proyecto (según aparece en el contrato firmado)

Estimado (Dueño, Presidente, Director u Oficial y/o representante autorizado):

Por este medio queremos confirmar que metropistas reconoce el desarrollo del
100% de las actividades contratadas para este proyecto efectivo el (fecha). El
presupuesto final utilizado en este proyecto alcanzó los $(cantidad total del
contrato) el cual incluye modificaciones y enmiendas al mismo (ejemplo: change
orders, extra work orders, entre otros). Es de suma importancia que para cerrar los
acuerdos contractuales y poder pagar el (porciento acordado según contrato
firmado) % retenido de este proyecto deben entregar la siguiente
documentación:

• Planos de record (“Redline Drawings”) para este proyecto firmados por la


inspección y el contratista, autorizados por metropistas durante el proyecto.
▪ Puede ser una copia 11" x 17" de los planos en contrato y los entregados
durante las ordenes de cambio y/o "Extra Works". Cada hoja marcada en rojo
será firmada por metropistas y el contratista.
• Copia del plan CES final de cierre del proyecto correspondiente a (fecha,
mes/año).
• Documentación de seguridad para el mes de (fecha, mes/año) (Inspecciones
de seguridad, "Man Hours", Charlas a empleados e inspecciones de Equipos,
Formato OSHA 300 A para el año XXXX-XXXX y la OSHA 300 (de ser
aplicable), etc.). Favor añadir carta que explique que no se entregaron
reportes de seguridad durante los meses de (mes/año) ya que no se
realizaron trabajos en pista durante ese periodo.
• Certificados de Manufactura en original para los siguientes productos. Es
bien importante que estas certificaciones contengan la descripción del

Página 1 of 2 FOR.244.01
material, cumplimiento con las especificaciones de la ACT, el número de
"Batch" y todo lo requerido de acuerdo con la especificación XX-###:
o Placas de aluminio de los rótulos utilizados.
o Sistema de tornillería EZE ERECT SYSTEMS.
o Postes.
o Las bases y centros de Columnas para rótulos "ground mounted".
o Todos los sistemas de estructuras Cantilever (tipo 1-C, tipo 1-D, etc.)
instalados incluyendo su certificaci6n de instalación.

• Copia de la evidencia y recibos de pago de arbitrios de construcci6n municipales


para el contrato original incluyendo "Change Orders" y “Extra Works” de acuerdo
con la carta entregada el pasado (fecha, DD-MM-AAAA). Deben entregar carta
negativa en cada municipio correspondiente evidenciando que no tiene deuda
con el mismo.
• Evidencia del pago de los sellos del Colegio de Ingenieros y Agrimensores de
Puerto rico (C.I.A.P.R) para los costos adicionales asociados a Ordenes de
Cambio y "Extra Works" aprobados durante el proyecto.
• Copia de tabla con las correcciones a señalamientos mensuales el cual incluye
fecha de corrección y foto.
• Documento del "Puch List" firmado en todos sus señalamientos por la inspección
y el contratista (entregar documento original).
• Certificación negativa del municipio de (según aplique) referente al pago de
arbitrios.
• Relevo del Fondo del Seguro del Estado (CFSE).
• Relevo de la fiadora.
• Formato del "General Waiver" (Notariado y firmado- vea documento adjunto).

Una vez entregada esta documentación, puede acompañar la misma con la


factura para el (porciento acordado según contrato firmado) % retenido de este
proyecto $(cantidad total del retenido).

Cordialmente;

Nombre completo
Gerente de Infraestructura
y/o Supervisor de Infraestructura
Autopistas Metropolitanas de P.R.

Nota: Esta carta pretende ser una guía y pudiera variar según la particularidad de
cada contrato. Se ha tratado de representar los mínimos. El Departamento Legal
siempre será apoyo para asuntos particulares que pudieran diferir de este ejemplo.

Página 2 of 2 FOR.244.01
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit I: Release Of Retainage And Final Payment


Requirements

Issued for Bids


September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit J: Application/Certificate For Payment Form

Issued for Bids


September 18, 2023
APPLICATION & CERTIFICATE FOR PAYMENT

APPLICATION NO: DATE:


To: Autopistas Metropolitanas de Puerto Rico Project Description:
D/B/A metropistas
48 Carr. 165 Ste 500
Guaynabo, Puerto Rico 00968
From: Contract / PO No.:
NTP Date:
Project No.:
Period of Invoice: From:
Through:

Contractor's Application for Payment:


(A) Original Contract Sum
(B) Approved Change Orders
(C) Contract Sum to Date (A + B) $0.00
(D) This Application for Payment

(E) Retainage (10% of D) $0.00

(F) Current Payment Due (D - E) $0.00

(G) Total of Previous Applications for Payment

(H) Total Completed to Date (G + D) $0.00

(I) Total of Previous Retentions

(J) Retention Withheld to Date (I + E) $0.00

(K) Total Amount Paid To Date

(L) Balance to Finish, Including Retainage (C - H) $0.00

Current Payment Due (F): $0.00

The undersigned Contractor certifies that to the best of the Contractor's knowledge, information and belief the
work covered by this Application for Payment has been completed in accordance with the Contract Documents, that
all amounts have been paid by the Contractor for Work for which previous Certifications for Payment were issued
and payments received from the Owner, and that current payment shown herein is now due.

By: Date:
Contractor's Authorized Representative

Project Manager/Field Inspector Certificate for Payment


In accordance with the Contract Documents, based on on-site observations and the data comprising this
application, the Project Manager/Field Inspector certifies to the Owner that to the best of Project Manager's/Field
Inspector's knowledge, information and belief the Work has progressed as indicated, the quality of the Work is in
accordance with the Contract Documents, and the Contractor is entitled to payment of the Amount Certified.

Amount Certified: $0.00


(Attach explanation if amount differs from amount applied)

By: Date:
Project Manager/Field Inspector

Date:
Recommended By: metropistas' Infrastructure Supervisor
(Project Manager)

Date:
Approved by: metropistas' Infrastructure Manager

FOR.039.04
Construction Application / Certificate for Payment Check List

Date: PO No.:

Date Received: Project No.:

Project Name:

Contractor:

Project Manager:

Documents included:

Check List
Application/Certificate for Payment
Updated Schedule of Values
Approved Baseline Schedule (to be included with first Application)
Updated Construction Progress Schedule
“S” Curve
Summary Log
Photos of Construction Progress Schedule
Letter signed by Contractor and Inspector Evidencing that Record Drawings has been Updated
Updated Procurement Schedule
Two Week Look Ahead Schedule
Summary of Potential Claims
Test Results
Change Order Copy
Receipt of Payment of Municipal Taxes (to be included with first Application)
Waste disposal manifests
Other: As Contract Requires:

Note to Project Manager/Inspector: If one of the above requirements does not apply write
“N/A”.

Observations:

Checked by:

Name Signature Date


Project Manager/
Field Inspector

Revised by:

Name Signature Date


metropistas’ Project
Manager

FOR.040.03
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico

Exhibit K: Department Of Treasury Letter


To Metropistas Dated December 2, 2014, Regarding
Exemption Of Sales And Use Tax

Issued for Bids


September 18, 2023

You might also like