Professional Documents
Culture Documents
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.
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.
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 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:
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.
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
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.
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.
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.
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.
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.
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
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.
B. Pre-Proposal Conference
Pre-Proposal Conference will take place virtually on September 18th, 2023 at 2:00 PM through
the Teams platform.
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.
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
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.
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.
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
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.
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:
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.
SUPPLEMENTAL SPECIFICATION
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.
401-2.01 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
SS-401/Page 1 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
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
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.
401-3.04 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.
SS-401/Page 3 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
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
(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
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
(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.
SS-401/Page 5 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
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
SS-401/Page 6 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
c. Mix Values - Each job-mix formula submitted shall propose definite values
for:
(9) Bulk Specific gravity and Apparent Specific gravity of each separate
mixture component.
(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.).
(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
(15) Percent Asphalt Binder Content (Pb) (optimum) and Effective Asphalt
Binder Content (Pbe).
(18) Bulk Specific Gravity, Effective Specific Gravity of Mix at the Design
Compactive effort level.
(22) Type and quantity of chemical anti-strip agent and/or hydrated lime, if
required, including all data to perform the optimization procedure.
(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:
SS-401/Page 8 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
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
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.
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
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.
SS-401/Page 11 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
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.
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
1) Mixture. Take and test at least three control strip asphalt concrete
mix samples and evaluate according to article 401.3.07
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:
(2) List of all necessary equipment and key personnel used in the
production and construction of the work;
SS-401/Page 13 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
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:
d. All plants shall be equipped with air pollution control devices which meet the
requirements of the Environmental Quality Board.
SS-401/Page 14 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
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:
d. Name of Contractor
f. Type of mix
h. Space for signature of Authority’s inspector at the paving site and at the
scales.
SS-401/Page 15 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
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.
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.
SS-401/Page 16 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
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.
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:
SS-401/Page 17 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
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.
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.
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.
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.
SS-401/Page 18 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
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 -
Table 401-11
Acceptable Production Temperature Range
Minimum Production Temperature -30º F
Maximum Production Temperature +20º F
SS-401/Page 19 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
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.
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.
SS-401/Page 20 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
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.
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
SS-401/Page 21 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
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.
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.
SS-401/Page 22 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
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.
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.
SS-401/Page 23 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
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
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
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.
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
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.
401-7.01 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:
1. Aggregate Gradation:
a) Average Requirements:
SS-401/Page 27 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
Pay Factor Equation for Control Sieves 1-inch, ¾-inch and ½-inch (+/- 8*):
Pay Factor Equation for Control Sieves 3/8-inch No. 4 and No. 8 (+/- 7*):
Pay Factor Equation for Control Sieves No. 200 (+/- 3*):
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)
SS-401/Page 28 of 30
July 30, 2009
SUPPLEMENTAL SPECIFICATION
a) Average Requirements:
a) Average Requirements:
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
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.
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
** Indicate the applicable Nominal Maximum Aggregate Size (NMAS) of Mix as follows:
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
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.
SS-403/Page 1 of 1
May 9, 2008
SUPPLEMENTAL SPECIFICATION
506-3.02 Equipment –
Delete Paragraph b.
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.
Delete Paragraph a. 2. .
SS-506/Page 1 of 1
January 31, 2006
SUPPLEMENTAL SPECIFICATION
SS-610/Page 1 of 1
August 3, 2007
SUPPLEMENTAL SPECIFICATION
618-3.01 General
d. Application Rates:
SS-618/Page 1 of 1
Revised: June 22, 2018
SUPPLEMENTAL SPECIFICATION
638-1 DESCRIPTION
638-1.01 Scope
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
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).
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
1. Physical Properties –
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
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.
SS-638/Page 3 of 18
Revised: June 22, 2018
SUPPLEMENTAL SPECIFICATION
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)
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).
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
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).
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.
SS-638/Page 5 of 18
Revised: June 22, 2018
SUPPLEMENTAL SPECIFICATION
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.
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.
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.
SS-638/Page 6 of 18
Revised: June 22, 2018
SUPPLEMENTAL SPECIFICATION
1. The controller and control panel shall be housed in a weather, dust and
vandal proof cabinet.
5. The flash rate shall be adjustable in the sign controller from one to ten.
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.
SS-638/Page 7 of 18
Revised: June 22, 2018
SUPPLEMENTAL SPECIFICATION
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.
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.
SS-638/Page 8 of 18
Revised: June 22, 2018
SUPPLEMENTAL SPECIFICATION
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.
SS-638/Page 9 of 18
Revised: June 22, 2018
SUPPLEMENTAL SPECIFICATION
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.
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
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.
SS-638/Page 11 of 18
Revised: June 22, 2018
SUPPLEMENTAL SPECIFICATION
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.
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. 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
the procedures and requirements of the current edition of the Manual on Uniform
Traffic Control Devices from the Federal Highway Administration (MUTCD-
FHWA).
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.
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.
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.
SS-638/Page 13 of 18
Revised: June 22, 2018
SUPPLEMENTAL SPECIFICATION
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.
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.
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
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.
638-4.01 Individual Basis – The various devices required for the maintenance and
protection of traffic will be measured as follows:
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
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.
638-5.01 Payment
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
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.
SS-638/Page 17 of 18
Revised: June 22, 2018
SUPPLEMENTAL SPECIFICATION
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
639-3.01 General
SS-639/Page 1 of 1
October 17, 2006
SUPPLEMENTAL SPECIFICATION
SS-640/Page 1 of 1
June 28, 2017
SUPPLEMENTAL SPECIFICATION
b. The Authority will perform sampling and testing of Asphalt binder at the
following locations/frequencies:
SS-702/Page 1 of 1
July 30, 2009
SUPPLEMENTAL SPECIFICATION
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:
(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.
(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
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:
(2) It shall be free from soft and disintegrated pieces, clay, and organic or
other deleterious matter as determined by AASHTO T 267.
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
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
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.
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.
SS-703/Page 3 of 4
July 30, 2009
SUPPLEMENTAL SPECIFICATION
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.
SS-703/Page 4 of 4
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico
SPECIAL PROVISION
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:
SP-BAC/Page 1 of 2
November 26, 2013
SPECIAL PROVISION
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.
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
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
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”.
SP-910/Page 1 of 4
Revised: January 12, 2018
SPECIAL PROVISION
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.
910-3.02 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.
910-4.01 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
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.
910-4.03 Measurement and payment for the maintenance of traffic (MOT) will be made
as provided in the Specification 638 - Maintenance and Protection of Traffic.
910-5.01 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.
SP-910/Page 3 of 4
Revised: January 12, 2018
SPECIAL PROVISION
SP-910/Page 4 of 4
Revised December, 01 2011
SPECIAL PROVISION
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.
937-2 MATERIALS
937-2.02 Deck Patching Material – The Deck Patching Material shall be of two types
(Polymer Concrete, and Accelerated Strength Concrete) as follows:
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.
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
SP-937-2 of 40
Revised December, 01 2011
SPECIAL PROVISION
(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
SP-937-4 of 40
Revised December, 01 2011
SPECIAL PROVISION
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.
SP-937-5 of 40
Revised December, 01 2011
SPECIAL PROVISION
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:
SP-937-6 of 40
Revised December, 01 2011
SPECIAL PROVISION
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
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).
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
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).
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
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.
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:
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
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.
b. The Engineer may order discontinuing the use of any type of concrete
mixing or transporting units that fail to meet the specification
requirements.
SP-937-11 of 40
Revised December, 01 2011
SPECIAL PROVISION
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.
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.
SP-937-12 of 40
Revised December, 01 2011
SPECIAL PROVISION
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:
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
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:
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
a. The material properties shall meet the requirements specified in the following
parameters and specifications:
SP-937-15 of 40
Revised December, 01 2011
SPECIAL PROVISION
937-2.14 Sampling and Testing - Except for Polymer Concrete Bond Strength, acceptance
and laboratory testing will be performed by the Authority.
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
(2) The cores shall be drilled no earlier than 2 days and no later
than 3 days after the pouring of the concrete element.
SP-937-17 of 40
Revised December, 01 2011
SPECIAL PROVISION
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
(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.
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.
SP-937-19 of 40
Revised December, 01 2011
SPECIAL PROVISION
d. The compressive strength level of each Type of Deck Patching Material will
be considered satisfactory if both of the following requirements are met:
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
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
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.
937-3.01 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.
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
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:
SP-937-22 of 40
Revised December, 01 2011
SPECIAL PROVISION
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.
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
SP-937-23 of 40
Revised December, 01 2011
SPECIAL PROVISION
SP-937-24 of 40
Revised December, 01 2011
SPECIAL PROVISION
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.
SP-937-25 of 40
Revised December, 01 2011
SPECIAL PROVISION
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
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
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.
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.
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
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.
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.
937-3.06 Forms
a. Forms for all exposed Deck Patching Material surfaces shall be made from
one or more of the following materials:
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
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.
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.
SP-937-30 of 40
Revised December, 01 2011
SPECIAL PROVISION
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.
a. General
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
(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
(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 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
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 8F. 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.
SP-937-33 of 40
Revised December, 01 2011
SPECIAL PROVISION
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.
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
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.
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.
SP-937-35 of 40
Revised December, 01 2011
SPECIAL PROVISION
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.
937-4.03 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
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.
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.
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
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
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.
937-5.08 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
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
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.
SP-937-40 of 40
Revised June 27th, 2017
SPECIAL PROVISION
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
939-2.02 Header Material – The Header Material shall be of three types (Polymer
Concrete, Elastomeric Concrete, and Accelerated Strength Concrete) as follows:
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.
SP-939-1 of 34
Revised June 27th, 2017
SPECIAL PROVISION
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.
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.
SP-939-2 of 34
Revised June 27th, 2017
SPECIAL PROVISION
the typical road chemicals including fuels, oils and others, and it shall be
skid-resistant.
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.
SP-939-3 of 34
Revised June 27th, 2017
SPECIAL PROVISION
(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
(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.
SP-939-5 of 34
Revised June 27th, 2017
SPECIAL PROVISION
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
copies of test results of the new mix for approval before using the mix in
the project.
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:
SP-939-7 of 34
Revised June 27th, 2017
SPECIAL PROVISION
percent.
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
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.
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
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).
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
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.
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.
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
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.
b. The Engineer may order discontinuing the use of any type of concrete
mixing or transporting units that fail to meet the specification
requirements.
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
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.
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.
SP-939-13 of 34
Revised June 27th, 2017
SPECIAL PROVISION
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:
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
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:
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
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
review and approval by the Engineer. When required by the Engineer, the
Contractor shall also submit certified test reports for approval.
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.
SP-939-17 of 34
Revised June 27th, 2017
SPECIAL PROVISION
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.
939-2.17 Sampling and Testing - Acceptance and laboratory testing will be performed by
the Authority.
SP-939-18 of 34
Revised June 27th, 2017
SPECIAL PROVISION
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.
SP-939-19 of 34
Revised June 27th, 2017
SPECIAL PROVISION
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.
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
l. The average of all sets of three strength tests equals or exceeds the
specified compressive strength for all types of Header Material.
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.
SP-939-21 of 34
Revised June 27th, 2017
SPECIAL PROVISION
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.
939-3.01 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.
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
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:
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
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.
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.
(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
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.
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.
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.
SP-939-25 of 34
Revised June 27th, 2017
SPECIAL PROVISION
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.
a. General
SP-939-26 of 34
Revised June 27th, 2017
SPECIAL PROVISION
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.
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.
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.
SP-939-27 of 34
Revised June 27th, 2017
SPECIAL PROVISION
4. For asphaltic joint system only, place the Asphalt Binder Material between
bituminous surface course.
1. Use the procedures for Full Bridge Joint Repair in accordance of the
Article 939-3.03b of this specification.
1. Use the procedures for Full Bridge Joint Repair in accordance of the
Article 939-3.03b of this specification.
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.
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
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.
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
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.
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.
SP-939-30 of 34
Revised June 27th, 2017
SPECIAL PROVISION
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.
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
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.
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
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
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
SP-939-34 of 34
Revised: April 26, 2017
SPECIAL PROVISION
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
947-3.01 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.
947-3.03 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
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.
947-4.01 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.
947-5.01 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
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.
962-3.01 Asphalt Binder – Provide a virgin asphalt binder as specified in article 401-3.01.
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
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:
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).
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.
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.
SP-962 - 3
September 11, 2011
SPECIAL PROVISION
SPECIFICATION 962 – WARM MIX ASPHALT (WMA) PAVEMENTS - MARSHALL
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.
962-4.11 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
962-4.13 Joints, Trimming Edges and Cleanup - Shall meet the requirements of article
401-4.13.
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.
962-7 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.
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
** Indicate the applicable Nominal Maximum Aggregate Size (NMAS) of Mix as follows:
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
b. The work shall also include the application of any required tack and prime
coats as specified in Specifications 407 and 408 respectively.
964-3.01 Asphalt Binder – Provide a virgin asphalt binder as specified in article 959-3.01.
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).
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.
c. Requirements specified in articles 959-3.03 c (6) and (7) are not applicable to
WMA.
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
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
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.
SP-964 - 4
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico
a. Name
b. City
c. Street No.
d. Telephone No.
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.
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:
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
Affidavit No.__________________
State of_______________________
City of________________________
And that the answer to the foregoing questions and all statements therein are true and correct.
Notary Public
Eligibility Affidavit
__________________________________
Contratista
Corporate seal
__________________________________
By: (Name and Title)
__________________________________
Notary Public
and belief:
__________________________________
Contratista
Corporate seal
__________________________________
By: (Name and Title)
__________________________________
Notary Public
__________________________________
Contratista
Corporate seal
__________________________________
By: (Name and Title)
__________________________________
Notary Public
Notary Public
_________________________________
Contratista
Declaración Jurada #
__________________________________
Notario Publico
_______________, y vecino de _____________, Puerto Rico, bajo el más solemne juramento declaro que:
(estado civil) (Municipio)
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:
__________________________________
Notario Publico
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:
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)
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:
(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.
(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.
Compliance with Laws and Additional Documents Required Issued for Bids
(Including Insurance) September 18, 2023
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico
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:
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:
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.
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.
Compliance with Laws and Additional Documents Required Issued for Bids
(Including Insurance) September 18, 2023
Exhibit D: Service Contract Sample
This Contract (the "CONTRACT") Is entered into this ___ day of ______ in the year
20____ (“EFECTIVE DATE”), by and between:
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.
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.
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.
site conditions that may affect costs, progress, performance and furnishing of
the WORK.
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.
shall be maintained effective, at the CONTRACTOR’s sole cost and expense, throughout the
CONTRACT TERM and one year after FINAL COMPLETION (“ADDITIONAL TERM”).
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.
PL
employed or will employ to recover the original Project Schedule.
4. An update of the S-Curve indicating projected and actual cash flow to date.
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
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
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.
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.
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
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.
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.
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.
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.
E
agents, representatives, employees and authorized third parties.
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.
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.
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.
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.
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.
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.
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.
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.
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.
E
exclusive remedy of the CONTRACTOR with respect to the termination of this CONTRACT.
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.
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.
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.
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-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
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.
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 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-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
___________________
___________________
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.
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
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.
IN WITNESS WHEREOF, the appearing parties execute this Contract in Guaynabo, Puerto Rico,
in the date above written.
______________________________
By:
Title:
E
_____________________________
By:
Title:
PL ____________________ (“CONTRACTOR”)
M
____________________________________
By:
Title:
SA
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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).
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:
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.
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.
(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.
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.
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.
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.
2. The Contractor is advised that the provisions of Standard Specifications are not
applicable to this contract:
4. The background for construction warning signs shall be fluorescent orange color
according to Supplemental Specification 638.
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.
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
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.
Subcontratistas
• 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.
Permisos
▪ 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.
▪ 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.
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)
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
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
Espacios confinados Flamas abiertas Nivel 1 1-3 Bajo Tolerable El trabajo y sus riegos son tolerables y aceptables.
Trabajos de soldadura
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
Certifico que recibí este documento y se me instruyó sobre todas las tareas evaluadas en este análisis de riesgo.
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.
En el renglón YTD acumulará lo que mensualmente se ha reportado en cada columna hasta la fecha.
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.
Firma
Fecha (dd/mm/aa)
FOR.200.02
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico
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.
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 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.
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.
metropistas accepts the Work thereof as finally completed and will assume possession on:
on
(time) (date)
metropistas
Department Manager - Printed Name Company 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.
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
By: __________________________________________
(Name)
_____________________________________________
(Title)
_______________________________________
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.
FOR.034.04
Fecha (DD-MM-AAAA)
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:
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.
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
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
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.:
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:
Revised by:
FOR.040.03
Metropistas Rehabilitation of Bridge 1721
Guaynabo, Puerto Rico