Top Banner
STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS DEPARTMENT OF TRANSPORTATION Two Capitol Hill Providence, RI 02903 R.I. Contract No. 2019-CB-043 Federal Aid Project No. 405-421-960 HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE 114 (DIAMOND HILL RD) OVER I-295 NB/SB TOWN OF CUMBERLAND COUNTY OF PROVIDENCE MARCH 2019 Bid Number: 7598695
90

HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

Jan 12, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS DEPARTMENT OF TRANSPORTATION

Two Capitol Hill Providence, RI 02903

R.I. Contract No. 2019-CB-043Federal Aid Project No. 405-421-960

HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE 114 (DIAMOND HILL RD) OVER I-295 NB/SB

TOWN OF CUMBERLAND COUNTY OF PROVIDENCE

MARCH 2019

Bid Number: 7598695

Page 2: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

RIC No. 2019-CB-043

CS-i

CONTRACT BOOK INDEX

DESCRIPTION PAGE NO.

CONTRACT STATEMENT .......................................................................................................... CS-1 PROJECT LOCATION MAP......................................................................................................... CS-1 CONTRACT REQUIREMENTS ................................................................................................... CS-2 CONSTRUCTION REQUIREMENTS .......................................................................................... CS-2 COMPLETION DATE ................................................................................................................... CS-3 SHOP DRAWINGS AND SUBMITTALS .................................................................................... CS-3 UTILITY AND MUNICIPAL NOTIFICATION AND COORDINATION .................................. CS-3 SUGGESTED SEQUENCE OF CONSTRUCTION ..................................................................... CS-5 SPECIAL REQUIREMENTS FOR TRAFFIC MAINTENANCE AND PROTECTION ............ CS-6 TRAFFIC FINES IN WORK ZONES ............................................................................................ CS-7 INCIDENT MANAGEMENT ........................................................................................................ CS-8 CONTRACTOR’S RESPONSIBILITY FOR DAMAGED STORM DRAINS ............................ CS-8 CONTRACTOR’S RESPONSIBILITY FOR DAMAGED UTILITY FACILITIES ................... CS-8 COORDINATION WITH OTHER CONTRACTS ....................................................................... CS-8 CONSTRUCTION ACCESS TO BRIDGE ................................................................................... CS-8 INSPECTION ACCESS ................................................................................................................. CS-9 POLICE COMPENSATION .......................................................................................................... CS-9 MBE AND TRAINEE GOAL ........................................................................................................ CS-9 PRE-BID CONFERENCE .............................................................................................................. CS-9

Appendix A – Contract Drawings

Appendix B – Traffic Management Plan (TMP)

Appendix C – Original Construction Plans

Appendix D – Required Forms -

Appendix E - Federal Wage Rates

TO BE SUBMITTED WITH BID

Page 3: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

RIC No. 2019-CB-043

CS-1

CONTRACT STATEMENT

Rhode Island Contract No. 2019-CB-043 is a construction contract for the High Priority Repairs to Diamond Hill Road Bridge No. 075401. This bridge consists of a four-span steel multi-girder superstructure supported on concrete abutments and piers carrying Route 114 (Diamond Hill Road) spanning Interstate 295 Northbound and Southbound in Cumberland, RI. For additional location information, see the Project Location Map on the next page.

The work on this bridge will consist of repairing select deteriorated steel beam ends as required. All repairs shall be performed at the locations and to the extents indicated on the Contract Plans and as directed by the Engineer.

The work encompassed by this project shall include, but is not limited to, the following: installation and removal of temporary work platforms; furnish, fabricate and erect beam end steel repairs as shown on the plans; maintenance and protection of traffic; protection of utilities; and all incidentals necessary to complete the work under this Contract to the satisfaction of the Engineer.

PROJECT LOCATION MAP

Route 114 (Diamond Hill Road) over Interstate 295 Northbound & Southbound Bridge No. 075401

Cumberland, Rhode Island

Bridge No. 075401

Page 4: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

RIC No. 2019-CB-043

CS-2

CONTRACT REQUIREMENTS

All work under this Contract shall be performed in accordance with the latest edition of the Rhode Island Department of Transportation Standard Specifications for Road and Bridge Construction, including all revisions and supplements up to the date of Contract advertisement, unless otherwise noted within these Contract Documents.

All work under this Contract shall be “Lump Sum”. All items of work shown on the Contract Plans, detailed herein, and any incidentals required to complete the work shall be considered as part of the Lump Sum bid price. Any item of work not explicitly stated within these Contract Documents but required to complete the work shall be considered as part of the Lump Sum bid price.

A bid bond payable to the State of Rhode Island for five percent (5%) of the total bid must be submitted at the time of the bid. A performance bond of one hundred percent (100%) of the contract price from a satisfactory surety company is required of the successful bidder. Bonds must be provided by surety companies licensed and authorized to conduct business in the State of Rhode Island. All surety companies must be listed with Department of Treasury, Fiscal Services, Circular 570 (Latest revision published by the Federal Register).

Latest Federal Wage rates shall apply and can be found at the following link: https://www.wdol.gov/dba.aspx#0. All sub-contractor agreements must be submitted and accepted by RIDOT prior to commencement of the applicable work.

CONSTRUCTION REQUIREMENTS

All construction layout, survey and field measurements, as required, will be incidental to this Contract. Any clearing or site preparation required for access shall be considered incidental to the Lump Sum bid price.

All work shall be completed in accordance with the Traffic-Related Work Restrictions identified in the approved Traffic Management Plan (TMP) included in Appendix D. The Contractor shall maintain existing travel ways for access, and when lane closures are not permitted. All Maintenance and Protection of Traffic shall be in accordance with the Manual on Uniform Traffic Control Devices, latest edition as of the date of Contract advertisement.

The Contractor shall not use private property for site access or to stage/store equipment or materials without written consent by the property owner(s). All work shall be completed from within the existing State right-of-way.

The Contractor shall coordinate with all utility companies, including overhead, to provide adequate protection of all facilities. Should any shielding, protection, or inspection be required it shall be paid for on a Force Account basis. The Contractor shall be responsible for any damages to the existing overhead utilities and shall restore the utilities to the satisfaction of the Engineer, at no additional cost to the Department or utility companies.

Page 5: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

RIC No. 2019-CB-043

CS-3

COMPLETION DATE

• No shop drawings are required for this project, unless the Contractor proposes to deviatefrom the steel repair details shown on the plans, for which a shop drawing must then besubmitted for review and approval prior to fabrication.

In addition, the following shall be submitted For Record within fourteen (14) calendar days of substantial completion:

• Certificates of Compliance for all materials used.

• Final record drawings of the as-builts of the steel repairs are required upon completion of thework. The Contractor shall provide an electronic version of these drawings on CD to theDepartment. These record drawings will not be reviewed by the Department but shall besubmitted for the final record to the Bridge Engineering Section. Final payment will not bemade until all required shop drawings and submittals have been received.

UTILITY AND MUNICIPAL NOTIFICATION AND COORDINATION

The Contractor shall coordinate with the utility companies as part of this project. Existing utilities will remain in-place and undisturbed throughout the construction duration without any disruption to service. The Contractor shall adhere to all clearances and safety requirements of the affected utility company.

The number, type, size, and locations of utilities on the Contract Plans are approximate and based on record plans. The Contractor shall check and verify the exact location of all existing utilities, both overhead and underground, with Dig Safe at (888) DIG-SAFE in Rhode Island. Any damage to utilities resulting from the Contractor’s operations shall be the Contractor’s responsibility. Costs of such damage shall be borne by the Contractor. No excavation shall be done until all involved utility companies are notified at least three (3) business days in advance. During the progress of the work, the Contractor shall cooperate with the Owners of the utilities and permit their representative’s access to the work to determine if their utilities are being endangered in any way. The Contractor shall schedule his construction so as to allow for a coordinated highway and utility effort. Upon award, the Contractor shall notify all utilities relative to the anticipated construction start date and shall initiate

AND LIQUIDATED DAMAGES

All work shall be substantially complete within 60 calendar days of the Notice to Proceed. Liquidated Damages are $550.00 per calendar day.

SHOP DRAWINGS AND SUBMITTALS

All shop drawings and submittals shall be submitted, reviewed, and returned electronically. The Engineer will review and return all shop drawings and submittals within seven (7) calendar days. As such, shop drawing and submittals shall be submitted a minimum of seven (7) calendar days prior to the start of work. Shop drawings and submittals shall be submitted to the Engineer, Resident Engineer, and RIDOT Project Manager for review and routing.

The following shop drawings and submittals are required prior to the start of the relevant work which they pertain to:

Page 6: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

RIC No. 2019-CB-043

CS-4

any survey layout required for utilities.

Existing utilities have been shown on the Plans using the best available information and are approximate. The Contractor shall check and verify the location of all existing drainage and utilities, both underground and overhead, before any work begins, in accordance with Chapter 39-1.2 of the Rhode Island General Laws entitled “Excavation Near Underground Utility Facilities,” with all amendments effective as of November 1, 2009 and, when necessary, by contacting the individual utility companies. All work shall be in accordance with all statutes, ordinances, rules and regulations of any applicable city, town, state or federal agency. The Contractor should be aware that not all utility companies subscribe to the Dig Safe Program. It is the Contractor’s responsibility to ensure that all utility companies have been notified and all utilities have been marked prior to commencing their work.

During the progress of the work, the Contractor shall cooperate with the Owners of the utilities and permit their representative’s access to the work to determine if their utilities are being endangered in any way.

The Contractor shall note that Bridge 075401 carries a waterline, gas line and a 16 PVC conduit duct system in the bays between the steel girders. Care and caution shall be taken when working alongside all utilities. Verizon has indicated the duct system in the median bay adjacent to the repairs contains many fiber and copper cables with working services and the Contractor shall use caution when working around them.

The following is a list of contacts, municipal agencies and utility companies can be contacted for further information:

Rhode Island Department of Transportation Project Management Section Robert J. Pavia, Jr. P.E. , PMP Project Manager I Phone: 401-563-4079 Email: [email protected]

Rhode Island Department of Transportation Bridge Engineering Section Mary Vittoria-Bertrand, P.E. Principal Civil Engineer Phone: 401-222-2053, Ext. 4291 Email: [email protected]

Engineer of Record (Michael Baker Int.) Marc D’Amore, PE Project Manager Phone: 401-824-3621 Email: [email protected]

Cumberland Hill Fire District Chief Kenneth Finley 3502 Mendon Road Cumberland, RI 02919 Phone: (401) 658-0544 x 401 Cell: (401) 474-0314

Cumberland Department of Public WorksMr. Robert Anderson, Director of Public Works 45 Broad Street Cumberland, RI 02864 Phone: (401) 728-2400 Ext. 143

Cumberland Water Department Christopher Champi Water Superintendent 98 Nate Whipple Highway Cumberland, RI 02864 Phone: (401) 658-0666 Fax: (401) 658-0586 Email: [email protected]

Page 7: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

RIC No. 2019-CB-043

CS-5

Cox Communications David Velilla, Right of Way Agent II Cox Communications, LLC 9 J.P. Murphy Highway West Warwick, R.I. 02893 Phone: (401) 615-1284 Fax: (401) 615-1421 Email: [email protected]

National Grid Gas James Paulette, Principal Engineer 40 Sylvan Road, 3rd Floor West Waltham, MA 0245 Phone: (401) 465-8580 Email: [email protected]

National Grid Electric Thomas Capobianco Lead Program Manager 280 Melrose Street Providence, RI 02907 Phone: (401) 784-7248 Email: [email protected]

Level (3) Communications, LLC Rick Miller 1025 Eldorado Boulevard Broomfield, CO 80021

Verizon New England Inc. Peter DeCosta Verizon State Highway Coordinator 85 High Street Pawtucket, RI 02860 Phone: (508) 944-6701 Email: [email protected]

OSHEAN, Inc. Robert Gay [email protected]

SUGGESTED SEQUENCE OF CONSTRUCTION

General Requirements:

All work shall be completed in accordance with the Traffic-Related Work Restrictions indicated in the Transportation Management Plan (TMP).

General Suggested Sequence of Construction:

1. Implement temporary traffic control devices along Interstate 295 and Route 114 each workday, as applicable. Note: All temporary traffic control devices shall be removed at the end ofeach work day and all lanes opened to traffic.

2. Perform steel repairs.3. Clean and restore work site and remove any traffic control devices.

Special Requirements:

Any proposed construction staging areas must be coordinated with the Engineer for approval prior to the start of work. There shall be no parking or storage of construction equipment under the drip lines of any trees.

The Contractor shall operate and work in accordance with all applicable permit requirements, as

Page 8: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

RIC No. 2019-CB-043

CS-6

required.

Work and Temporary Traffic Control must be coordinated with the following adjacent active construction projects:

• RIC No. 2017-CT-086 - Intersection Safety Improvements to Route 114 (Diamond Hill Road)• RIC No. 2017-DB-018 – Replacement of Cumberland I-295 Corridor Bridges

SPECIAL REQUIREMENTS FOR TRAFFIC MAINTENANCE AND PROTECTION The Transportation Management Plan (TMP) for this project is included in Appendix B to these Contract Specific General Provisions. The TMP lays out the set of coordinated transportation management strategies that shall be used to manage the work zone safety and mobility impacts of this project. In the event of a discrepancy between information in the TMP and information elsewhere in the Contract Documents, the former shall govern.

The Contractor’s attention is called to the applicable sections of Section 100 of the Rhode Island Standard Specifications for Road and Bridge Construction (amended 2018 with all supplements), which describes the requirements for the Contractor’s designation of a TMP Implementation Manager for the Contract, and also which describes the requirements for the training of all Contractor and Subcontractor personnel involved in work zone design, implementation, operation, inspection, management, and/or enforcement.

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

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

In addition to the requirements of the Rhode Island Standard Specifications for Road and Bridge Construction (amended 2018 with all supplements), and the special requirements of other sections of this contract document, the following requirements shall be undertaken by the Contractor:

Deviations from the requirements stated herein or detailed in the Contract Plans, as well as any deviation from the approved construction work sequence and time schedule, shall be submitted to the Engineer in writing for approval. Approval of the Engineer shall be obtained before any modified traffic control is put in place.

The Contractor shall sequence the work within all phases of the construction in a manner that utilizes the work zones, right-of-way, and traffic lane configurations, closures and detours established in the Contract Plans and which minimizes disruptions and impacts to vehicular traffic. When work commences in such areas, it shall be expeditiously completed without unnecessary interruptions.

The Contractor is advised that the signs, and other traffic control devices shown on the Traffic Control Details in the plan set are minimum requirements, and it is the Contractor’s responsibility to supplement these if necessary to ensure public safety. All maintenance and protection of traffic devices must be in place and approved by the Engineer before any construction may commence. All maintenance and protection of traffic shall conform to the latest edition, and revisions of the Manual on Uniform Traffic Control Devices (MUTCD).

Page 9: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

RIC No. 2019-CB-043

CS-7

The measurement and payment for all traffic control devices and for the maintenance and movement of traffic protective devices shall be included under the lump sum bid price.

The construction operations of this project must be coordinated with the local community public safety officials. In case of any emergency, the Contractor will be required to move equipment, and allow the passage of emergency vehicles. Public safety must be considered at all times.

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

Temporary construction signs shall not be placed so they encroach on open lanes of traffic. Signs shall be trimmed when placed on median barrier to avoid encroaching on open travel lanes. This work shall be considered incidental, and no extra payment will be made.

All temporary signs shall be erected so that they are not obstructed by barrels or cones.

The Engineer may require, at his discretion, flag persons to be used to control construction traffic entering and leaving the work areas at no additional cost to the Department.

Safe access and egress to Interstate ramps shall be maintained on a daily basis, except as noted in the Plans or these specifications, and shall be coordinated with the local community public safety officials. The Contractor shall also adhere to the following restrictions:

The Engineer will be responsible to notify the fire, police, school departments, town officials, and, if possible, adjacent property owners, of all periodic road closures. The Contractor shall notify the Engineer at least two (2) weeks prior to any closures.

All moving operations (i.e. placement of cones, striping, etc.) shall be in accordance with the latest editions of the Manual on Uniform Traffic Control Devices (MUTCD).

The Contractor shall immediately commence the proposed bridge improvements upon establishment of the maintenance and protection of traffic devices and shall continue the work in an uninterrupted and expeditious manner until completion to ensure the minimum disruption to traffic and residents.

TRAFFIC FINES IN WORK ZONES

The Traffic Fines in Work Zone Regulatory Signs which are included with the Rhode Island Standard Details, shall be located as shown on the detail whenever construction activities are in process, and construction personnel are present. Signs shall be located at each work zone. When construction activities and personnel are not present, the signs shall either be removed from the site or covered in a manner that satisfies the Engineer.

Page 10: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

RIC No. 2019-CB-043

CS-8

INCIDENT MANAGEMENT

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

CONTRACTOR’S RESPONSIBILITY FOR DAMAGED STORM DRAINS

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

CONTRACTOR’S RESPONSIBILITY FOR DAMAGED UTILITY FACILITIES

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

COORDINATION WITH OTHER CONTRACTS

It shall be the Contractor’s responsibility to coordinate, cooperate, and schedule his work and all segments thereof with the Engineer, other contractors, property owners, utility owners, and applicable local authorities, so as to minimize impacts to all existing and/or future construction project schedules. Refer to Section 105.07 of the Rhode Island Standard Specifications for additional information. In addition, the following construction contracts are active within the vicinity of the project:

• RIC No. 2017-CT-086 - Intersection Safety Improvements to Route 114 (Diamond Hill Road)• RIC No. 2017-DB-018 – Replacement of Cumberland I-295 Corridor Bridges

CONSTRUCTION ACCESS TO BRIDGE

The Contractor shall make a thorough site visit to assess and evaluate size and type of equipment and/or personnel necessary for the construction of this project prior to submitting a bid.

Page 11: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

RIC No. 2019-CB-043

CS-9

The Contractor shall not encroach upon adjacent private properties and shall at all times operate within the limits of the project.

If the Contractor’s proposed means and methods extend beyond the project limits, he shall be responsible for obtaining any and all additional permits as necessary to access any portion of the construction site utilizing the selected means and methods. There will be no additional compensation for costs that may be incurred as a result of any operation necessitated to provide for said access other than those shown in the Contract Documents. Copies of the permit, obtained by the Contractor, including any original stamped plans shall be provided to the Engineer prior to conducting the approved work and will become the property of RIDOT. Any such plans will be kept by the RIDOT personnel for the duration of the project.

All costs associated with additional permits shall be borne by the Contractor. Delays associated with the acquisition of such permits or the respective construction operations will not be considered a basis for schedule adjustments or waiver of liquidated damages.

All costs associated with the Contractor's means and methods for job site access, including any snow removal, and final site restoration of the site to pre-construction conditions will be considered incidental to associated items in the proposal; there will be no separate payment for these means and methods.

INSPECTION ACCESS

The Contractor shall provide the Engineer and/or his representative(s) full access to all the work sites, including work platforms, ladders, and/or scaffolding, as may be required, for the purpose of inspection and/or construction monitoring. This shall include all necessary safety equipment such as safety harnesses. No separate payment shall be made for these services. The cost of these items of work shall be included under the lump sum bid price.

POLICE COMPENSATION

It is the responsibility of the Resident Engineer to retain the services of the State and local police details for this project. The Contractor will not be required to bid on, nor compensate for, the services of State and local police.

MBE AND TRAINEE GOAL

The MBE goal for this project is 10%. There are no trainee hours required.

PRE-BID CONFERENCE

There will be no pre-bid conference for this project.

Page 12: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

RIC No. 2019-CB-043

APPENDIX A CONTRACT DRAWINGS

Page 13: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

AS SHOWN

DEPARTMENT OF TRANSPORTATION

RHODE ISLAND

BRIDGE #075401

COVER SHEET

CHECKED BY: DATE: SCALE:MDD 02/11/19

RI 114 DIAMOND HILL ROAD OVER I-295 NB & SB

CUMBERLAND RHODE ISLAND

Phone: (401) 824-3600 · MBAKERINTL.COM

Providence, RI 02903

56 Exchange Terrace, Suite 400

HIGH PRIORITY STEEL REPAIRS

2019-CB-043 1 6

RIDOT CONTRACT

NO.

SHEET TOTAL

SHEETSNO.

BRIDGE #075401

B I-295

L

C

RI 114

DIA

MO

ND

HIL

L

RD

L

HIGH PRIORITY STEEL REPAIRS

PROJECT LOCATION

6.

5.

4.

3.

2.

1.

INDEX OF SHEETS

GIRDER REPAIR DETAIL "TYPE C"

GIRDER REPAIR DETAIL "TYPE B"

GIRDER REPAIR DETAIL "TYPE A"

GIRDER REPAIR LOCATION PLAN

GENERAL NOTES

COVER SHEET

R.I.C. NO. 2019-CB-043

Page 14: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

AS SHOWN

DEPARTMENT OF TRANSPORTATION

RHODE ISLAND

BRIDGE #075401

GENERAL NOTES

CHECKED BY: DATE: SCALE:MDD 02/11/19

RI 114 DIAMOND HILL ROAD OVER I-295 NB & SB

CUMBERLAND RHODE ISLAND

HIGH PRIORITY STEEL REPAIRS

Phone: (401) 824-3600 · MBAKERINTL.COM

Providence, RI 02903

56 Exchange Terrace, Suite 400

2019-CB-043 2 6

RIDOT CONTRACT

NO.

SHEET TOTAL

SHEETSNO.

GENERAL NOTES

DESIGN DATA

MATERIALS

GRADE 50

AASHTO DESIGNATION M 270, STRUCTURAL STEEL:

STRUCTURAL STEEL NOTES

2.

1.

ƒ" DIAMETER, GALVANIZED

AASHTO DESIGNATION M 164,HIGH STRENGTH BOLTS:

3.

2.

1.

STRUCTURAL STEEL NOTES (CONT.):

10.

9.

8.

7.

6.

5.

4.

3.

2.

1.

AND UNDER ALL PARTS TURNED DURING ASSEMBLY.

1/16" IN DIAMETER GREATER THAN THE BOLT DIAMETER

TO USED OVER ALL HOLES THAT ARE MORE THAN

WASHERS MEETING AASHTO DESIGNATION M 293 ARE

BE GALVANIZED.

THE Rl STANDARD SPECIFICATIONS. BOLTS SHALL

INSTALLED IN ACCORDANCE WITH SECTION 824 OF

AASHTO DESIGNATION M 164, AND SHALL BE

ALL HIGH STRENGTH BOLTS SHALL CONFORM TO

MEMBERS SHALL BE FIELD DRILLED, 13/16" DIAMETER.

ALL BOLT HOLES IN EXISTING STRUCTURAL STEEL

PLATES SHALL BE SHOP DRILLED, 13/16" DIAMETER.

ALL BOLT HOLES FOR STRUCTURAL STEEL REPAIR

COST TO THE STATE.

TO THE SATISFACTION OF THE ENGINEER, AT NO

CONTRACTOR WITH A SUITABLE ZINC-RICH PRIMER

OR ERECTION SHALL BE TOUCHED UP BY THE

APPLIED ZINC RICH PRIMER DURING TRANSPORTATION

NO TOP COAT IS REQUIRED. DAMAGE TO THE SHOP-

SPECIFICATIONS, LATEST EDITION WITH ALL INTERIMS.

IN ACCORDANCEWITH SECTION 825 OF RI STANDARD

RECEIVE A SHOP-APPLIED COAT OF ZINC-RICH PRIMER

ALL STRUCTURAL STEEL REPAIR PLATES SHALL

INCLUDING FILLER PLATES AND REPAIR ANGLES.

IN CONTACT WITH PROPOSED REPAIR COMPONENTS,

BRUSHING EXISTING WEB AND FLANGE SURFACES

STEEL FOR THIS BRIDGE SHALL CONSIST OF WIRE-

SURFACE PREPARATION OF EXISTING STRUCUTRAL

BEEN SURFACE PREPPED.

AT THE LOCATIONS SPECIFIED IN THESE PLANS HAVE

PERFORMED AFTER THE EXISTING STRUCTURAL STEEL

ALL STEEL REPAIRS FOR THIS BRIDGE SHALL BE

WITH ALL INTERIMS.

RIDOT STANDARD SPECIFICATIONS, LATEST EDITION

REQUIREMENTS AS DESCRIBED IN SECTION 825 OF THE

BE GRADE 50. THE STEEL USED SHALL SATISFY ALL

ALL STRUCTURAL STEEL REPAIR COMPONENTS SHALL

OF CURRENT CERTIFICATION, AS REQUIRED.

CONTRACTOR SHALL BE REQUIRED TO SUBMIT PROOF

QUALITY CERTIFICATION PROGRAM. THE CERTIFIED

ERECTOR (CSE)" IN ACCORDANCE WITH THE AISC

BE, AT MINIMUM, CERTIFIED AS A "CERTIFIED STEEL

THE CONTRACTOR PERFORMING THE WORK SHALL

LOCATION PLAN.

REFER TO THE BRIDGE 075401 - GIRDER REPAIR

FOR LOCATION OF STRUCTURAL STEEL REPAIRS,

18.

17.

16.

15.

14.

13.

12.

11.

APPLICATION OF THE ZINC-RICH PRIMER.

CLEANED TO PROVIDE A SURFACE SUITABLE FOR

HARDENED SHALL BE SOFTENED BY GRINDING OR BLAST-

STEEL WHICH HAVE BEEN FLAME CUT OR OTHERWISE

PRIOR TO SHOP COATING, ALL CORNERS AND EDGES OF

CONSTRUCTION PURPOSES IS NOT PERMITTED.

WELDING OF ATTACHMENTS TO THE GIRDERS FOR

PRIOR TO INSTALLING THE REPAIR COMPONENTS.

SHALL BE FILLED WITH A STRUCTURAL EPOXY RESIN PASTE

BETWEEN THE STRUCTURAL STEEL REPAIR COMPONENTS

OR OTHER DEFECTS THAT MAY CAUSE AN ANNULAR SPACE

ALL REPAIR AREAS WITH SECTION LOSS, HOLES, VOIDS

MOISTURE AT THE TIME OF USE.

RESISTANCE AS THE BASE METAL AND SHALL BE FREE OF

WELDING ELECTRODES SHALL HAVE THE SAME CORROSION

INCLUDED IN THAT CODE, AWS D1.1 SHALL BE USED.

D1.5 BRIDGE WELDING CODE. FOR APPLICATIONS NOT

WITH THE LATEST EDITION OF THE ANSI/AASHTO/AWS

ALL WELDING SHALL BE PERFORMED IN ACCORDANCE

APPROVAL BY THE ENGINEER.

SPACING SHALL BE SUBMITTED FOR REVIEW AND

ON PLANS, A SHOP DRAWING SHOWING REVISED BOLT

CONTRACTOR DEVIATES FROM BOLT SPACING SHOWN

NECESSARY BASED ON ACTUAL FIELD CONDITIONS. IF

BOLT SPACING SHOWN MAY BE FIELD ADJUSTED AS

OVERALL FIT OF ALL FIELD BOLTED CONNECTIONS.

THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE

AND VERTICAL.

TO ENSURE ANGLE STIFFENERS ARE INSTALLED PLUMB

INTERMEDIATE 3/4" FILLER PLATES (3" HIGH X 5" WIDE)

SHALL BE USED, AT LEAST EQUAL IN SIZE TO THE

LOSS GREATER THAN 1/8") AN ADDITIONAL FILLER PLATE

DETERIORATED PORTIONS OF THE WEB, (MATERIAL

WHERE BOLT LOCATIONS COINCIDE WITH HEAVILY

TO BE DETERMINED IN THE FIELD.

THE EXACT LOCATION OF FIELD DRILLED BOLT HOLES

MANUAL, SHALL GOVERN.

IN CASE OF CONFLICT, THE AASHTO LRFD BRIDGE DESIGN

DESIGN MANUAL DATED 2007.

SECTION 1 OF THE RHODE ISLAND LRFD BRIDGE-

REFERENCED:

ALL OTHER APPLICABLE DESIGN SPECIFICATIONS AS

2007 EDITION INCLUDING ALL REVISIONS TO DATE.

THE RHODE ISLAND LRFD BRIDGE DESIGN MANUAL-

8TH EDITION, 2018, INCLUDING ALL INTERIM REVISIONS.

THE AASHTO LRFD BRIDGE DESIGN SPECIFICATIONS, -

DESIGN SPECIFICATIONS

5.

4.

3.

2.

1.

ALLOWING VEHICULAR TRAFFIC BACK ONTO GIRDERS.

UNTIL REPAIR IS COMPLETED FOR SAID LOCATION, PRIOR TO

FOR EACH LOCATION SHALL CONTINUE WITHOUT INTERRUPTION

DURATION OF THE GIRDER REPAIR WORK, AND GIRDER REPAIRS

WORK. TRAFFIC CLOSURES SHALL REMAIN IN EFFECT FOR THE

GIRDERS F, G, AND L PRIOR TO COMMENCING ALL REPAIR

TRAFFIC CLOSURES TO REMOVE VEHICULAR TRAFFIC FROM

PROJECT, THE CONTRACTOR SHALL PERFORM TEMPORARY

NOTED IN THE TRAFFIC MANAGEMENT PLAN (TMP) FOR THIS

IN ACCORDANCE WITH THE ALLOWABLE TRAFFIC RESTRICTIONS

CAUSED BY ANY CONSTRUCTION ACTIVITIES.

CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE

AS REQUIRED FOR DURATION OF ALL CONSTRUCTION ACTIVITES.

ALL EXISTING UTILITIES SHALL BE MAINTAINED AND PROTECTED

COMPANY) AT NO ADDITIONAL COST TO THE STATE.

APPROPRIATE BY THE STATE AND/OR THE IMPACTED UTILITY

COMPANIES, SHALL BE REPAIRED OR REPLACED (AS DEEMED

RESULT OF FAILING TO CONTACT THE APPROPRIATE UTILITY

DAMAGE TO EXISTING UTILITIES MARKED IN THE FIELD, OR AS A

ALL UTILITIES SUBSCRIBE TO THE "DIG SAFE" PROGRAM. ANY

SUCH WORK. THE CONTRACTOR SHOULD UNDERSTAND THAT NOT

AND OVERHEAD, HAVE BEEN MARKED BEFORE COMMENCEMENT OF

PROGRAM) TO ENSURE THAT ALL UTILITIES, BOTH UNDERGROUND

ALL UTILITY COMPANIES (INCLUDING THROUGH THE "DIG SAFE"

OPERATIONS. IT IS THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY

BACK FILLING, GRADING, LANDSCAPING, OR OTHER EARTH MOVING

BEFORE DIGGING, TRENCHING, BLASTING, DEMOLISHING, BORING,

REQUIRE NOTIFICATION OF APPROPRIATE UTILITY COMPANIES

BOTH FEDERAL AND STATE LAW (RI. GENERAL LAW 39-1.2)

FABRICATION AND FIT OF ALL WORK.

CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR

FROM THE DIMENSIONS SHOWN ON THESE PLANS. THE

OF THE WORK. FIELD CONDITIONS MAY EXIST WHICH DEVIATE

VERIFY ALL DIMENSIONS REQUIRED FOR PROPER PERFORMANCE

ORIGINAL CONSTRUCTION. THE CONTRACTOR SHALLOF THE

EXISTING STRUCTURE HAVE BEEN OBTAINED FROM PLANS

DIMENSIONS, STATIONS, ELEVATIONS, AND ANGLES OF THE

INCLUDING THE LATEST INTERIM REVISIONS.

CONSTRUCTION SPECIFICATIONS, 4TH EDITION (2017)

TRANSPORTATION OFFICIALS (AASHTO) LRFD BRIDGE

THE AMERICAN ASSOCIATION OF STATE HIGHWAY AND -

2018, WITH ALL REVISIONS.

CONSTRUCTION (RI STANDARD SPECIFICATIONS), AMENDED

STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE

THE RHODE ISLAND DEPARTMENT OF TRANSPORTATION -

ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH:

Page 15: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

2019-CB-043 3 6

RIDOT CONTRACT

NO.

SHEET TOTAL

SHEETSNO.

AS SHOWN

DEPARTMENT OF TRANSPORTATION

RHODE ISLAND

BRIDGE #075401

LOCATION PLANGIRDER REPAIR

CHECKED BY: DATE: SCALE:MDD 02/11/19

RI 114 DIAMOND HILL ROAD OVER I-295 NB & SB

CUMBERLAND RHODE ISLAND

HIGH PRIORITY STEEL REPAIRS

Phone: (401) 824-3600 · MBAKERINTL.COM

Providence, RI 02903

56 Exchange Terrace, Suite 400

SCALE : N.T.S.

L LC BEARING

L L LC PIER 1 C PIER 2 C PIER 3

GIRDER A

GIRDER B

GIRDER C

GIRDER D

GIRDER E

GIRDER F

GIRDER G

GIRDER H

GIRDER I

GIRDER J

GIRDER K

GIRDER L

SPAN 1# SPAN 2# SPAN 3# SPAN 4#

LB I-295L

L

L

L

L

L

L HILL ROAD

C DIAMOND

(FIX.)

BRG C

SOUTH ABUT.

C BEARINGC BEARING (EXP.)

(EXP.)

C BRG (EXP.)

C BRG

(FIX.)

BRG C

(FIX.)

BRG C (FIX.)

C BRG NORTH ABUT.

C BEARING (EXP.)

BRIDGE 075401 - GIRDER REPAIR LOCATION PLAN

OF FOUR LOCATIONS).

LOCATION (TYP. ONE

TYPE "B" GIRDER REPAIR

(ONE LOCATION)

REPAIR LOCATION

TYPE "C" GIRDER TWO LOCATIONS)

(TYP. ONE OF

REPAIR LOCATION

TYPE "A" GIRDER

LOCATIONS)

(REPLACE IN KIND; TYP. ONE OF SEVEN

FOR INSTALLATION OF GIRDER REPAIRS.

EXISTING DIAPHRAGM AS REQUIRED

TEMPORARILY REMOVE AND REPLACE

3.

2.

1.

L (VERIFY)

C GAS MAIN

L

LC WATER MAIN

(VERIFY)

UTILITY CABLES WITH WORKING SERVICES.

VERIZON HAS INDICATED THE DUCT SYSTEM IN BAY F CONTAINS ACTIVE

SHALL BE TAKEN WHEN WORKING ADJACENT TO ALL UTILITES. NOTE,

DRAWINGS AND SHALL BE CONFIRMED IN FIELD. PROPER PRECAUTIONS

UTILITY LOCATIONS SHOWN ARE BASED ON ORIGINAL CONSTRUCTION

SEE SHEETS 4, 5 AND 6 FOR GIRDER REPAIR DETAILS.

SEE SHEET 2 FOR GENERAL NOTES.

NOTES:

= TYPE "C" GIRDER REPAIR DETAIL

= TYPE "B" GIRDER REPAIR DETAIL

= TYPE "A" GIRDER REPAIR DETAIL

LEGEND:

(VERIFY)

UTILITIES

C TELECOM.

Page 16: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

2019-CB-043 4 6

RIDOT CONTRACT

NO.

SHEET TOTAL

SHEETSNO.

AS SHOWN

DEPARTMENT OF TRANSPORTATION

RHODE ISLAND

BRIDGE #075401

DETAIL "TYPE A"GIRDER REPAIR

CHECKED BY: DATE: SCALE:MDD 02/11/19

RI 114 DIAMOND HILL ROAD OVER I-295 NB & SB

CUMBERLAND RHODE ISLAND

HIGH PRIORITY STEEL REPAIRS

Phone: (401) 824-3600 · MBAKERINTL.COM

Providence, RI 02903

56 Exchange Terrace, Suite 400

LC BEARINGLC BEARING

LC GIRDER

LL

LLC ƒ" HIGH STRENGTH BOLTS

4" = 2'-

0"

6

SP

A.

@

AP

PR

OX.

2'-

4‚

"

AP

PR

OX.

2'-

4‚

"

4" = 2'-

0"

6

SP

A.

@

7"

2ƒ"

4"

5"

4"

3•"

4"

2"‚"

ANGLE INSTALLATION

CUT AS REQ.'D FOR

DECK HAUNCH TO BE

EXISTING CONCRETE

INSTALLATION

REQUIRED FOR ANGLE

HAUNCH TO BE CUT AS

EXISTING CONCRETE DECK

OF WEB (TIGHT FIT, TYP)

L5X3•X† BOTH SIDES

A.2

4

A.1

4

A.1

4

SECTION

SCALE: N.T.S.

ELEVATION

SCALE: N.T.S.

A.2

4

SECTION

SCALE: N.T.S.

OF WEB (TIGHT FIT, TYP)

L5X3•X† BOTH SIDES

SIDES OF WEB

FILLER PLATE BOTH

ƒ" X 5" X 2'-0" HIGH

BOTH SIDES OF WEB

HIGH FILLER PLATE

ƒ" X 5" X 2'-0"

(TIGHT FIT) WITH

L5X3•X† ANGLE

CONNECTION PLATE

EXIST. END DIAPHRAGM

EXIST. DIAPHRAGM (BEYOND)

LLC GIRDER

C BEARINGS

STRENGTH BOLT, TYP.

ƒ" DIAMETER HIGH

STRENGTH BOLT, TYP.

ƒ" DIAMETER HIGH

DECK.

EXIST. CONCRETE

GIRDER TOP FLANGE (TYP.)

ANGLE SHALL BE TIGHT FIT AT

DECK.

EXIST. CONCRETE

(4" X 7", TYP.)

ƒ" SHIM PLATE

(4" X 7")

ƒ" SHIM PLATE

(4" X 7", TYP.)

ƒ" SHIM PLATE

= NEW REPAIR STEEL

LEGEND:

NOTES.

SEE SHEET 2 FOR GENERAL1.

NOTES:

BOTH SIDES

FILLER PLATE; TYP.

B/W ANGLE AND

SIDE SHOWN )

(DIAPHRAGM

*

(VERIFY)

4‚"

(VERIFY)

4‚"

FILLER PLATE, TYP.

ƒ" X 5" X 2'-0" HIGH

*

OPPOSITE.

SPAN 4, PIER 3 IS

PIER 1 SHOWN. GIRDER F,

NOTE: GIRDER F, SPAN 1,

(VERIFY)

EXIST. W30X108

REPLACE IN KIND).

(C15X33.9; VERIFY AND

OF GIRDER REPAIR

REQUIRED FOR INSTALL.

EXISTING DIAPHRAGM AS

REMOVE AND REPLACE

Page 17: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

2019-CB-043 5 6

RIDOT CONTRACT

NO.

SHEET TOTAL

SHEETSNO.

AS SHOWN

DEPARTMENT OF TRANSPORTATION

RHODE ISLAND

BRIDGE #075401

DETAIL "TYPE B"GIRDER REPAIR

CHECKED BY: DATE: SCALE:MDD 02/11/19

RI 114 DIAMOND HILL ROAD OVER I-295 NB & SB

CUMBERLAND RHODE ISLAND

HIGH PRIORITY STEEL REPAIRS

Phone: (401) 824-3600 · MBAKERINTL.COM

Providence, RI 02903

56 Exchange Terrace, Suite 400

LC GIRDER

LL

LL

L7"

2ƒ"

C BEARINGS

C ƒ" HIGH STRENGTH BOLTS

C GIRDER

2'-

10"

AP

PR

OX.

4‚

" = 2'-

"

7

SP

A.

@

4‚

" = 2'-

"

7

SP

A.

@

4"

AP

PR

OX.

2'-

10"

4"

5"

2"‚"

ANGLE INSTALLATION

CUT AS REQ.'D FOR

DECK HAUNCH TO BE

EXISTING CONCRETE

INSTALLATION

REQUIRED FOR ANGLE

HAUNCH TO BE CUT AS

EXISTING CONCRETE DECK

OF WEB (TIGHT FIT, TYP)

L5X3•X† BOTH SIDES

CONNECTION PLATE

EXIST. END DIAPHRAGM

BOTH SIDES

FILLER PLATE; TYP.

BETWEEN ANGLE/

LC BEARINGLC BEARING

B.1

5B.2

5

ELEVATION

SCALE: N.T.S. B.1

5

SECTION

SCALE: N.T.S.

B.2

5

SECTION

SCALE: N.T.S.

BOTH SIDES OF WEB

HIGH FILLER PLATE

ƒ" X 5" X 2'-6"

(TIGHT FIT) WITH

L5X3•X† ANGLESIDES OF WEB

FILLER PLATE BOTH

ƒ" X 5" X 2'-6" HIGH

OF WEB (TIGHT FIT, TYP)

L5X3•X† BOTH SIDES

FILLER PLATE, TYP.

ƒ" X 5" X 2'-6" HIGH

4"

EXIST. DIAPHRAGM (BEYOND)

STRENGTH BOLT, TYP.

ƒ" DIAMETER HIGH STRENGTH BOLT, TYP.

ƒ" DIAMETER HIGH

DECK.

EXIST. CONCRETE

GIRDER TOP FLANGE (TYP.)

ANGLE SHALL BE TIGHT FIT AT

DECK.

EXIST. CONCRETE

(4" X 7", TYP.)

ƒ" SHIM PLATE

(4" X 7")

ƒ" SHIM PLATE

(4" X 7", TYP.)

ƒ" SHIM PLATE

= NEW REPAIR STEEL

LEGEND:

NOTES.

SEE SHEET 2 FOR GENERAL1.

NOTES:

SIDE SHOWN )

(DIAPHRAGM

*

4‚" (VERIFY)

4‚" (VERIFY)

*

G, SPAN 3, PIER 3

SPAN 2, PIER 1 & GIRDER

OPPOSITE AT GIRDER F,

NOTE: ORIENTATION IS

(VERIFY)

EXIST. W36X182

REPLACE IN KIND).

(C15X33.9; VERIFY AND

OF GIRDER REPAIR

REQUIRED FOR INSTALL.

EXISTING DIAPHRAGM AS

REMOVE AND REPLACE

Page 18: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

AS SHOWN

DEPARTMENT OF TRANSPORTATION

RHODE ISLAND

BRIDGE #075401

DETAIL "TYPE C"GIRDER REPAIR

CHECKED BY: DATE: SCALE:MDD 02/11/19

RI 114 DIAMOND HILL ROAD OVER I-295 NB & SB

CUMBERLAND RHODE ISLAND

HIGH PRIORITY STEEL REPAIRS

Phone: (401) 824-3600 · MBAKERINTL.COM

Providence, RI 02903

56 Exchange Terrace, Suite 400

2019-CB-043 6 6

RIDOT CONTRACT

NO.

SHEET TOTAL

SHEETSNO.

LC GIRDER

LL

L

LC ƒ" HIGH STRENGTH BOLTS

2'-

10"

AP

PR

OX.

4"

AP

PR

OX.

2'-

10"

5"

5"

2"‚"

= NEW REPAIR STEEL

LEGEND:

NOTES.

SEE SHEET 2 FOR GENERAL1.

NOTES:

LC BEARINGLC BEARING

ELEVATION

SCALE: N.T.S.

LOOKING EAST)

(DIAPHRAGM SIDE

SECTION

SCALE: N.T.S.

SECTION

SCALE: N.T.S.

5"

PIER 1

C GIRDER L,

C BEARINGS PIER 1

C.1

6 C.2

6

C.1

6

C.2

6

5"

5"

LLBEARING C

C.2

6

C.1

6

SECTION

SCALE: N.T.S.

C.3

6

LC GIRDER

C.3

6

5•"

DECK.

EXIST. CONCRETE

DECK.

EXIST. CONCRETE

4"

ƒ"

1'-5•"

@ 3•"=

5 SPA.

(VERIFY)

4‚"

2"‚" FILLER PLATE

B/W ANGLE AND

BOTH SIDES

FILLER PLATE; TYP.

B/W ANGLE AND

ELEVATION

SCALE: N.T.S.

LOOKING WEST)

(FASCIA SIDE

PLATE

X 2'-3" WEB

ƒ" X 14" HIGH

INSTALLATION

FOR ANGLE

BE CUT AS REQ'D

DECK HAUNCH TO

EXISTING CONCRETE

DECK.

EXIST. CONCRETEGIRDER TOP FLANGE (TYP.)

ANGLE SHALL BE TIGHT FIT AT

ANGLE INSTALLATION

CUT AS REQ.'D FOR

DECK HAUNCH TO BE

EXISTING CONCRETE

BOLT, TYP.

HIGH STRENGTH

ƒ" DIAMETER

BOLT, TYP.

HIGH STRENGTH

ƒ" DIAMETER

(TIGHT FIT)

L5X3•X†

(TIGHT FIT, TYP)

SIDES OF WEB

L5X3•X† BOTH

PLATE

HIGH FILLER

ƒ" X 5" X 2'-7"

PLATE

FILLER

ƒ"X5"X1'-5"

(4" X 7", TYP.)

ƒ" SHIM PLATE

(TIGHT FIT)

L5X3•X†

(4" X 7")

ƒ" SHIM PLATE

(BEYOND)

FILLER PLATE

ƒ"X5"X1'-5"

INSTALLATION

FOR ANGLE

BE CUT AS REQ'D

DECK HAUNCH TO

EXISTING CONCRETE

CONN. PLATE)

(BEYOND DIAPHRAGM

L5X3•X† REPAIR

(4" X 7", TYP.)

ƒ" SHIM PLATE

(TIGHT FIT, TYP)

SIDES OF WEB

L5X3•X† BOTH

PLATE.

HIGH FILLER

ƒ" X 5" X 2'-7"

7"

3•" =5 SPA.@

DIAPH. CONN. PLATE

AS REQUIRED TO AVOID

ADJUST BOLT SPACING

1'-5•"

(VERIFY)

4‚"

(4" X 7", TYP.)

ƒ" SHIM PLATE

X 2'-3" WEB PLATE

ƒ" X 14" HIGH

FILLER PLATE

ƒ" X 5" X 1'-5"

10•

"4"

1'-

"

2•

"

4"

"

2•

"

HIGH FILLER PLATE

ƒ" X 5" X 2'-7"

(TIGHT FIT) WITH

L5X3•X† ANGLE

(4" X 7")

ƒ" SHIM PLATE

PLATE

X 2'-3" WEB

ƒ" X 14" HIGH

= 1'-0ƒ"

3 SPA. @ 4‚"

= 10•"

3 SPA. @ 3•"

= 1'-0ƒ"

3 SPA. @ 4‚"

2"

= 10•"

3 SPA. @ 3•"

1ƒ"

4‚" (VERIFY)1ƒ"

2ƒ"

TYP.

1ƒ"

LONG WEB PLATE.

ƒ" X 14" X 2'-3"

4‚" (VERIFY)

(VERIFY)

EXIST. W36X135

EXIST. DIAPHRAGM

REPLACE IN KIND).

AS NECESSARY AND/OR

(2- C7X14.75; VERIFY, CUT

OF GIRDER REPAIR

REQUIRED FOR INSTALL.

EXISTING DIAPHRAGM AS

REMOVE AND REPLACE

ABOVE (VERIFY)

END DIAPHRAGM

EXIST. 2- C7X14.75

OF VERTICAL ANGLE

REQUIRED FOR INSTALL.

C7X14.75 FLANGES AS

CUT EXIST. DIAPHRAGM

EXIST. DIAPHRAGM

Page 19: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

RIC No. 2019-CB-043 

APPENDIX B TRAFFIC MANAGEMENT PLAN (TMP)

Page 20: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 21: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 22: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 23: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 24: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 25: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 26: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 27: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 28: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 29: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

RIC No. 2019-CB-043 

APPENDIX C ORIGINAL CONSTRUCTION PLANS

Page 30: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 31: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 32: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 33: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 34: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 35: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 36: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 37: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 38: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 39: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 40: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 41: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 42: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 43: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 44: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 45: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 46: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 47: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 48: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 49: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 50: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 51: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 52: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 53: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 54: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 55: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 56: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 57: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 58: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 59: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

RIC No. 2019-CB-043

APPENDIX D REQUIRED FORMS

Page 60: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

• DEBAREMENT FORM

• LOBBING FORM

• CONFLICTS DISCLOSURE STATEMENT

• ANTI-COLLUSION CERTIFICATE

• CERTIFICATION FOR TITLE VI ASSURANCE

• REQUIREMENT FOR EQUAL EMPLOYMENT OPPORTUNITY

Required Forms - To Be Submitted With Bid

Page 61: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

CERTIFICATION REGARDING DEBARMENT, SUSPENSION,

AND OTHER RESPONSIBILITY MATTERS

PRIMARY COVERED TRANSACTIONS

2019-CB-043 - Diamond Hill Rd. Bridge Repairs

In accordance with the code of Federal Regulations, Part 49 CFR Section 29.5 10, the

prospective primary participant ,

, being duly sworn (or executed

under penalty of perjury under the laws of the United States), certifies to the best of

his/her knowledge and belief, that its principals:

a.) Are not presently debarred, suspended, proposed for debarment, declared

ineligible or voluntarily Excluded from covered transactions by any Federal

department or agency;

b.) Have not within a three-year period preceding this proposal been convicted of or

had a civil judgment rendered against them for commission of fraud or a criminal

offense in connection with obtaining, attempting to obtain, or performing a public

(Federal, State or local) transaction or contract under a public transaction;

violation of Federal or State antitrust statues or commission of embezzlement,

theft, forgery, bribery, falsification or destruction of records, making false

statements, or receiving stolen property;

c.) Are not presently indicted for or otherwise criminally or civilly charged by a

governmental entity (Federal, State or local) with commission of any of the

offenses enumerated in paragraph (l)(b) of this certification;

d.) Have not within a three-year period preceding this application/proposal had one

or more public transactions (Federal, State or local) terminated for cause or

default.

Where the prospective primary participant is unable to certify to any of the statements in

this certification, such prospective participant shall list exceptions below.

Exceptions will not necessarily result in denial of award, but, will be considered in

determining contractor responsibility. For any exception noted, indicate below to whom it

applies, the initiating agency, and the dates of the action. Providing false information may

result in criminal prosecution or administrative sanctions. If an exception is noted the

contractor must contact the Department to discuss the exception prior to award of the

contract.

Signature:____________________________________________Date:_______________

Page 62: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 63: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 64: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 65: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 66: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 67: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

Revised: 4/12/2002

ANTI-COLLUSION CERTIFICATE FOR CONTRACT AND FORCE ACCOUNT

[Unsworn Declaration]

Diamond Hill Rd. Bridge Repairs 2019-CB-043

Title 23, United States Code, Section 112(c), requires, as a condition precedent to approval by the

Director of Public Roads of the contract for this work, that there be filed an unsworn declaration

executed by, on behalf of, the person, firm, association, or corporation submitting the bid

certifying that such person, firm, association, or corporation has not either directly or indirectly,

entered into any agreement, participated in any collusion, or otherwise taken any action, in

restraint of free competitive bidding in connection with the submitted bid. This unsworn

statement shall be in the form of a declaration executed under penalty of perjury under the laws of

the United States.

To the: STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS

DEPARTMENT OF TRANSPORTATION, DIVISION OF PUBLIC WORKS

State of

County of

I, ________________________________, _________________________________, under

penalty under the laws of the United States, do depose and say:

On behalf of , of that

said Contractor has not, either directly or indirectly, entered into any agreement, participated in

any collusion, or otherwise taken any action in restraint of free competitive bidding in connection

with Rhode Island Contract Number , Federal-Aid Project Number

, County of

Town-City , Road-Bridge .

Signature: ______________________________________________Date:___________________

Page 68: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

USDOT Standard Title VI/Nondiscrimination Assurances for Contractors

DOT Order 1050.2A

Project: 2019-CB-043 Diamond Hill Rd. Bridge Repairs

I, _______________________________, _______Job Title ____________________, a duly authorized representative of _____Company Name _________________________________ do hereby certify that the organization affirmatively agrees to the provisions set forth by U.S. DOT Order 1050.2A, DOT Standard Title VI Assurances and Non-Discrimination Provisions (April 11, 2013)

________________ ______________________________ Signature of Authorized Official

____________ _________________ Date

APPENDIX A

During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “contractor”) agrees as follows:

1. Compliance with Regulations: The contractor (hereinafter includes consultants) will complywith the Acts and the Regulations relative to Non-discrimination in Federally-assistedprograms of the U.S. Department of Transportation, Federal Highway Administration, asthey may be amended from time to time, which are herein incorporated by reference andmade a part of this contract.

2. Non-discrimination: The contractor, with regard to the work performed by it during thecontract, will not discriminate on the grounds of race, color, or national origin in theselection and retention of subcontractors, including procurements of materials and leasesof equipment. The contractor will not participate directly or indirectly in the discriminationprohibited by the Acts and the Regulations, including employment practices when thecontract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21.

3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In allsolicitations, either by competitive bidding, or negotiation made by the contractor for workto be performed under a subcontract, including procurements of materials, or leases ofequipment, each potential subcontractor or supplier will be notified by the contractor of thecontractor’s obligations under this contract and the Acts and the Regulations relative toNon-discrimination on the grounds of race, color, or national origin.

Page 69: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

USDOT Standard Title VI /Nondiscrimination Assurances for Contractors (DOT Order 1050.2A) Page 2 of 3

4. Information and Reports: The contractor will provide all information and reports requiredby the Acts, the Regulations, and directives issued pursuant thereto and will permit accessto its books, records, accounts, other sources of information, and its facilities as may bedetermined by the Recipient or the Federal Highway Administration to be pertinent toascertain compliance with such Acts, Regulations, and instructions. Where any informationrequired of a contractor is in the exclusive possession of another who fails or refuses tofurnish the information, the contractor will so certify to the Recipient or the FederalHighway Administration, as appropriate, and will set forth what efforts it has made toobtain the information.

5. Sanctions for Noncompliance: In the event of a contractor’s noncompliance with the Non-discrimination provisions of this contract, the Recipient will impose such contract sanctionsas it or the Federal Highway Administration may determine to be appropriate, including, butnot limited to:

a. withholding payments to the contractor under the contract until the contractorcomplies; and/or

b. cancelling, terminating, or suspending a contract, in whole or in part.

6. Incorporation of Provisions: The contractor will include the provisions of paragraphs onethrough six in every subcontract, including procurements of materials and leases ofequipment, unless exempt by the Acts, the Regulations and directives issued pursuantthereto. The contractor will take action with respect to any subcontract or procurement asthe Recipient or the Federal Highway Administration may direct as a means of enforcingsuch provisions including sanctions for noncompliance. Provided, that if the contractorbecomes involved in, or is threatened with litigation by a subcontractor, or supplier becauseof such direction, the contractor may request the Recipient to enter into any litigation toprotect the interests of the Recipient. In addition, the contractor may request the UnitedStates to enter into the litigation to protect the interests of the United States.

APPENDIX E

During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “contractor”) agrees to comply with the following non-discrimination statutes and authorities; including but not limited to:

Pertinent Non-Discrimination Authorities:

• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252),(prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21;

• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,(42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property hasbeen acquired because of Federal or Federal-aid programs and projects);

• Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on

Page 70: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

USDOT Standard Title VI /Nondiscrimination Assurances for Contractors (DOT Order 1050.2A) Page 3 of 3

the basis of sex);

• Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended,(prohibits discrimination on the basis of disability); and 49 CFR Part 27;

• The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibitsdiscrimination on the basis of age);

• Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), asamended, (prohibits discrimination based on race, creed, color, national origin, or sex);

• The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverageand applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of theterms “programs or activities” to include all of the programs or activities of the Federal-aidrecipients, sub-recipients and contractors, whether such programs or activities are Federallyfunded or not);

• Titles II and III of the Americans with Disabilities Act, which prohibit discrimination onthe basis of disability in the operation of public entities, public and private transportationsystems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 --12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37and 38;

• The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123)(prohibits discrimination on the basis of race, color, national origin, and sex);

• Executive Order 12898, Federal Actions to Address Environmental Justice in MinorityPopulations and Low-Income Populations, which ensures non-discrimination againstminority populations by discouraging programs, policies, and activities withdisproportionately high and adverse human health or environmental effects on minorityand low-income populations;

• Executive Order 13166, Improving Access to Services for Persons with Limited EnglishProficiency, and resulting agency guidance, national origin discrimination includesdiscrimination because of limited English proficiency (LEP). To ensure compliance with TitleVI, you must take reasonable steps to ensure that LEP persons have meaningful access toyour programs (70 Fed. Reg. at 74087 to 74100);

• Title IX of the Education Amendments of 1972, as amended, which prohibits you fromdiscriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq).

Last Update: November 2017

Page 71: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

Diamond Hill Rd. Bridge Repairs 2019-CB-043

Page 72: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 73: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 74: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 75: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 76: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...

APPENDIX - E Federal Wage Rates

Page 77: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 78: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 79: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 80: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 81: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 82: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 83: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 84: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 85: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 86: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 87: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 88: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 89: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...
Page 90: HIGH PRIOIRTY REPAIRS TO BRIDGE NO. 075401 ROUTE ...