You are on page 1of 560

Tender Documents - Rehabilitation works for 7 Bridges in Dobrogea area, in three lots

TENDER DOCUMENTS

Procurement of Works Rehabilitation works in three lots, for: Lot 4 - Rehabilitation works for Bridge no. 07 at Cernavoda, on A2 km 157+600 and for Bridge no. 10 over the railway on DN 2B km 47+975 at Gaiseanca Lot 5 Rehabilitation works for Bridge no. 08 at Borcea, on A2 km 149+680 Lot 6 - Rehabilitation works for Bridge no. 4 on DN 22C km 38+002 at Poarta Alba, for Bridge no. 5 on DN 2A km 196+739 at Ovidiu, for Bridge no. 6 on DN 3 km 242+286 at Murfatlar (Basarabi) and for Bridge no. 9 on DN 39 km 49+157 at Mangalia.

Issued on: .... Tender No: .. Employer: Romanian National Company of Motorways and National Roads Country: Romania

Tender Documents - Rehabilitation works for 7 Bridges in Dobrogea area, in three lots

November 2011
TABLE OF CONTENTS
Part I Tendering Procedures (one single volume for lots 4, 5 and 6) Invitation for Tenders Section I Section II Section III Section IV Section V Instructions to Tenderers Tender Data Sheet Evaluation Criteria Tender Forms Eligible Countries

Part II Requirements (one set for each lot) Section VI.i Bill of Quantities Section VI.ii Specifications Section VI.iii Drawings Part III Conditions of Contract and Contract Forms (one single volume for lots 4, 5 and 6) Section VII General Conditions of Contract Section VIII Particular Conditions of Contract Section IX Contract Forms

Part 1 Tendering Procedures

TENDER DOCUMENTS

Procurement of Works

Part I Tendering Procedures

Part 1 Tendering Procedures

INVITATION FOR TENDERS Romania Project - Rehabilitation works for 7 bridges in Dobrogea area, in three lots

This Invitation for Tenders follows the General Procurement Notice for this project which was published in Procurement Opportunities, on 27 June 2007, updated on 10 March 2009 and further updated on 4 January 2011. The Romanian National Company of Motorways and National Roads (the RNCMNR), hereinafter referred to as the Employer, intends using part of the proceeds of a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of rehabilitation works of seven bridges in three separated lots as follows: Bridge no. 07 at Cernavoda, on A2 km 157+600 and Bridge no. 10 over the railway on DN 2B km 47+975 at Gaiseanca (lot 4) Bridge no. 08 at Borcea, on A2 km 149+680 (lot 5) Bridge no. 4 on DN 22C km 38+002 at Poarta Alba, Bridge no. 5 on DN 2A km 196+739 at Ovidiu, Bridge no. 6 on DN 3 km 242+286 at Murfatlar (Basarabi) and Bridge no. 9 on DN 39 km 49+157 at Mangalia (lot 6).

The Romanian National Company of Motorways and National Roads (the RNCMNR) now invites sealed tenders from the prequalified contractors for the following three contracts to be funded from part of the proceeds of the loan: Lot 4: Rehabilitation works for Bridge no. 07 at Cernavoda, on A2 km 157+600 This Bridge is located near Cernavoda on the A2 inserted in the European Transport Corridor IV section Fetesti-Cernavoda which connects the Black Sea with Central Europe, over the Danube River. This bridge runs North-West to South-East and is a 21 span structure, composed by two different parts: 3 main spans which are a metallic truss bridge with a steel transversal section allowing the road and rail traffic and the approach ramps composed by 18 spans of a double road carriageway also supported by a metallic structure. The main characteristics of this bridge are defined as follows: Structure typology: metallic truss bridge Overhead Length: 1596 m Overhead Width: 34.40 m Number of spans: 21(17+3+1) Greater span length: 166.90 m Generally speaking, the list of the rehabilitations works refers to: Restoring to a former state and/or capacity Improving serviceability (structural and/or functional) Strengthening

The works mainly consist in concrete repair, steel structure over-coating, joints and bearings replacement, pavement removal and replacement, walkway pavement and waterproofing, lighting electrical equipment replacement. Rehabilitation works for Bridge no. 10 over the railway on DN 2B, km 47+975 at Gaiseanca This bridge is located near Gaiseanca on the DN2B national road which connects Braila to Buzau, over a railway. This bridge runs North-East to South-West and is a 3 span structure composed by pre-stressed concrete beams. The main characteristics of this bridge are defined as follows: Structure typology: pre-stressed concrete. Overhead Length: 42 m

Part 1 Tendering Procedures

Overhead Width: 10.70 m Number of spans: 3 Greater span length: 18 m

Generally speaking, the list of the rehabilitations works refers to: Restoring to a former state and/or capacity Improving serviceability (structural and/or functional) Strengthening The works mainly consist in concrete repair, pavement removal and replacement, walkway pavement and waterproofing, cone quarter rehabilitation. Lot 5: Rehabilitation works for Bridge no. 08 at Borcea, on A2 km 149+680 This Bridge is located near Fetesti on the A2 inserted in the European Transport Corridor IV section Fetesti-Cernavoda which connects the Black Sea with Central Europe, over the Danube River. This bridge runs North-West to South-East and is a 14 span structure, composed by two different parts: 3 main spans which are a metallic truss bridge with a steel transversal section allowing the road and rail traffic and the approach ramps composed by 11 spans of a double road carriageway supported by pre-stressed concrete beams. The main characteristics of this bridge are defined as follows: Structure typology: metallic truss bridge and pre-stressed concrete. Overhead Length: 968 m Overhead Width: 34.40 m Number of spans: 14 (3+3+8) Standard Concrete Span Length: 50 m Greater span length: 140.90 m Generally speaking, the list of the rehabilitations works refers to: Restoring to a former state and/or capacity Improving serviceability (structural and/or functional) Strengthening

The works mainly consist in improving/repairing/replacing road finishes and equipments, pavements replacing, including waterproofing, joints replacement, concrete elements repair, protection and strengthening. Lot 6: Rehabilitation works for Bridge no. 4 on DN 22C km 38+002 at Poarta Alba This bridge is located near Poarta Alba on the DN22C national road which connects Cernavoda to Constanta, over the Danube-Black Sea Channel. This bridge runs North to South and is a 3 span structure, which the main span is an arch bridge composed by a steel beams transversal section and the approach ramps are a simple pre-stressed concrete beams bridge. The main characteristics of this bridge are defined as follows: Structure typology: Arch bridge, steel - concrete Overhead Length: 170 m Overhead Width: 22.40 m Number of spans: 3 Greater span length: 111 m Generally speaking, the list of the rehabilitations works refers to: Restoring to a former state and/or capacity Improving serviceability (structural and/or functional) Strengthening The works mainly consist in concrete repair, steel structure over-coating, joints replacement, pavement removal and replacement, walkway pavement and waterproofing, lighting electrical equipment replacement.

Part 1 Tendering Procedures

Rehabilitation works for Bridge no. 5 on DN 2A km 196+739 at Ovidiu This bridge is located near Ovidiu on the DN2A national road which connects Harsova to Constanta, over the Danube-Black Sea Channel. This bridge runs North to South and is a 6 span structure, which the main span is an arch bridge composed by a steel beams transversal section and the approach ramps are a small continuous span bridge composed by pre-stressed concrete beams. The main characteristics of this bridge are defined as follows: Structure typology: Arch bridge, steel - concrete Overhead Length: 261 m Overhead Width: 22.30 m Number of spans: 6(2+1+3) Standard Concrete Span Length: 30 m Greater span length: 111 m Generally speaking, the list of the rehabilitations works refers to: Restoring to a former state and/or capacity Improving serviceability (structural and/or functional) Strengthening The works mainly consist in concrete repair, steel structure over-coating, joints replacement, pavement removal and replacement, walkway pavement and waterproofing, lighting electrical equipment replacement. Rehabilitation works for Bridge no. 6 on DN 3 km 242+286 at Murfatlar (Basarabi) This bridge is located near Basarabi on the DN3 national road which connects Bucharest to Constanta, over the Danube-Black Sea Channel. This bridge runs North-East to South-West and is a 5 span structure, which the main span is an arch bridge composed by a steel beams transversal section and the approach ramps are a small continuous span bridge composed by pre-stressed concrete beams. The main characteristics of this bridge are defined as follows: Structure typology: Arch bridge, steel - concrete and pre-stressed concrete for side spans Overhead Length: 226 m Overhead Width: 14.20 m Number of spans: 5 (2+1+2) Standard Concrete Span Length: 30 m Greater span length: 104.5 m Generally speaking, the list of the rehabilitations works refers to: Restoring to a former state and/or capacity Improving serviceability (structural and/or functional) Strengthening

The works mainly consist in improving/repairing/replacing road finishes and equipments, pavements replacing, including waterproofing, joints replacement, concrete elements repair and protection. Rehabilitation works for Bridge no. 9 on DN 39 km 49+157 at Mangalia This Bridge is located in Mangalia on the DN39 national road which connects Constanta to Mangalia and runs North-West to South-East approximately at the km 49. This bridge is a 8 span structure divided as follows: 3 steel spans and 5 pre-stressed concrete spans. The main characteristics of this bridge are defined as follows: Structure typology: steel - concrete and pre-stressed concrete beam bridge Overhead Length: 434 m Overhead Width: 19.30 m Number of spans: 8

Part 1 Tendering Procedures

Greater span length: 95.20 m Generally speaking, the list of the rehabilitations works refers to: Restoring to a former state and/or capacity Improving serviceability (structural and/or functional) Strengthening

The works mainly consist in concrete repair, steel structure over-coating, joints and bearings replacement, pavement removal and replacement, walkway pavement and waterproofing, lighting electrical equipment replacement. Tenders are invited for one or more lots, subject to the Tenderers prequalification status. Each lot must be priced separately. Tenders for more than one lot may offer discounts and such discounts will be considered in the comparison of tenders. Only firms and joint ventures that have been pre-qualified for the proposed contract(s) are invited to submit a tender. The tender documents in electronic format (CD-ROM) may be obtained free of charge starting th with the 09 of November 2011, from the Employers office at the address below. If requested in writing, the tender documents will be promptly dispatched by courier (e.g. DHL, TNT), but no liability can be accepted by the Employer for loss or late delivery. The firms that request the dispatch of the tender documents by the courier or other mail services must pay the cost of the services. On receipt of the tender documents the Tenderer should advise the Employer in writing of the name and contact details of the Tenderers Representative. The documents must be duly completed, one original and number of copies as indicated in the Instructions to Tenderers, introduced in sealed envelopes on which it will be mentioned Romania <title of the lot or lots for which the tender is submitted>. The sealed tenders will be delivered to RNCMNR, Nr. 38 Dinicu Golescu Blvd, sector 1, 010873, Bucharest, ROMANIA, Registration Office placed at Gate A-Ground floor, on or before the 10th of January 2012, at 12 hours (local time). Tenders will be opened in the presence of tenderers representatives who choose to attend at the address above on the 10th of January 2012, at 13 hours (local time). Tenders submitted after the date and hour mentioned above will be rejected. All tenders must be accompanied by a tender security of Lot 4 420,000 Euro or 1,727,922 Lei, Lot 5 500,000 Euro or 2,057,050 Lei, Lot 6 385,000 Euro or 1,583,929 Lei. In case a tender is submitted for several lots, a tender security shall be submitted for each lot separately, in the amounts specified above. Prospective tenderers may obtain further information from, and inspect and acquire the tender documents at, the following office: Romanian National Company of Motorways and National Roads Contact name Executing agency Address Web site Mrs. Daniela Draghia, General Director Romanian National Company of Motorways and National Roads Nr. 38 Dinicu Golescu Blvd, sector 1, 8th floor, 010873, Bucharest, ROMANIA www.cnadnr.ro

Part 1 Tendering Procedures

Tel: Fax:

(40) 021 264 32 92 (40) 021 318 66 62

Part 1 - Section I: Instruction to Tenderers

Section I. Instruction to Tenderers


Table of Clauses A. General 1. Scope of Tender 2. Source of Funds 3. Prohibited Practices 4. Eligible Tenderers 5. Eligible Goods and Services B. Contents of Tender Document . 6. Sections of Tender Document 7. Clarification of Tender Document, Site Visit, Pre-Tender Meeting 12 8. Amendment of Tender Document C. Preparation of Tenders . 9. Cost of Tendering 10. Language of Tender 11. Documents Comprising the Tender 12. Letter of Tender, and Schedules 13. Alternative Proposals 14. Tender Prices and Discounts 15. Currencies of Tender and Payment 16. Documents Establishing the Qualifications of the Tenderer 17. Documents Establishing the Eligibility of the Goods and Services 16 18. Period of Validity of Tenders 19. Tender Security 20. Format and Signing of Tender D. Submission and Opening of Tenders 21. Submission, Sealing and Marking of Tenders 22. Deadline for Submission of Tenders 23. Late Tenders 24. Withdrawal, Substitution, and Modification of Tenders 25. Tender Opening E. Examination of Tenders. 26 Confidentiality 27. Clarification of Tenders 28. Determination of Responsiveness F. Tender Evaluation and Comparison. 29. Correction of Mathematical Errors 30. Conversion to Single Currency 31. Tender Adjustments 32. Qualification of the Tenderer 33. Employers Right to Accept Any Tender, and to Reject Any or All Tenders 21 G. Award of Contract.. 34. Award Criteria 35. Notification of Award 36. Signing of Contract 37. Performance Security 9 9 9 10 12

12 13

14 14 14 14 14 15 15 15

16 16 17

17 18 18 18 19

19 19 20

20 21 21 21

22 22 22 22

Part 1 - Section I: Instruction to Tenderers

Section I: Instruction to Tenderers


General
1. Scope of Tender 1.1 The Employer indicated in Section II, Tender Data Sheet (herein after referred to as TDS) issues this Tender Document for the procurement of Goods and related services or Works or Plant and Installation Services, as specified in Section VI, Requirements. The name, identification, and number of lots are provided in the TDS. Unless otherwise stated, throughout this Tender Document definitions and interpretations shall be as prescribed in Section VII, General Conditions of Contract. The Borrower or Recipient (hereinafter called Borrower) indicated in the TDS has applied for or received financing (hereinafter called funds) from the European Bank for Reconstruction and Development (hereinafter called the Bank) toward the cost of the project named in the TDS. The Borrower intends to apply a portion of the funds to eligible payments under the contract(s) for which this Tender Document is issued. Payments by the Bank will be made only at the request of the Borrower and upon approval by the Bank in accordance with the terms and conditions of the financing agreement between the Borrower and the Bank (hereinafter called the Loan Agreement), and will be subject in all respects to the terms and conditions of that Loan Agreement. No party other than the Borrower shall derive any rights from the Loan Agreement or have any claim to the funds. The Bank requires that Borrowers (including beneficiaries of Bank loans), as well as tenderers, suppliers, contractors, subcontractors, concessionaires and consultants under Bank financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Bank: (a) defines, for the purposes of this provision, the terms set forth below as Prohibited Practices: (i) corrupt practice means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party; fraudulent practice means any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; coercive practice means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party; and collusive practice means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party;

1.2

2.

Source of Funds

2.1

2.2

3.

Prohibited Practices

3.1

(ii)

(iii)

(iv)

(b)

will reject a proposal for award if it determines that the supplier, contractor, concessionaire or consultant recommended for award has engaged in prohibited practices in competing for the contract in question; 10

Part 1 - Section I: Instruction to Tenderers

(c)

will cancel the portion of the Bank financing allocated to a contract for goods, works, services or concessions if it at any time determines that prohibited practices were engaged in by representatives of the Borrower or of a beneficiary of the Bank financing during the procurement or the execution of that contract, without the Borrower having taken timely and appropriate action satisfactory to the Bank to remedy the situation; may declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Bank-financed contract if it at any time determines that the firm has engaged in prohibited practices in competing for, or in executing, a Bank-financed contract; reserves the right, where a Borrower or a firm has been found by a judicial process or by the enforcement mechanism of another international organisation to have engaged in prohibited practices (i) (ii) to cancel all or part of the Bank financing for such Borrower; and to declare that such a firm is ineligible, either indefinitely or for a stated period of time, to be awarded a Bank-financed contract; and

(d)

(e)

f)

will have the right to require that, in contracts financed by the Bank, a provision be included requiring suppliers, contractors, concessionaires and consultants to permit the Bank to inspect their accounts and records relating to the performance of the contract and to have them audited by auditors appointed by the Bank. Furthermore, tenderers shall be aware of the provisions stated in Sections VII and III, General and Particular Conditions of Contract the case may be.

3.2

4.

Eligible Tenderers

4.1

A tenderer may be a natural person, private entity, government-owned entitysubject to Instructions to Tenderers hereinafter referred to as ITT 4.5or any combination of such entities in the form of a joint venture, consortium, or association joint venture, consortium, or association (JVCA). In the case of a JVCA: (a) (b) unless otherwise specified in the TDS, all partners shall be jointly and severally liable; and the JVCA shall nominate a Representative who shall have the authority to conduct all businesses for and on behalf of any and all the partners of the JVCA during the Tender process and, in the event the JVCA is awarded the Contract, during contract execution.

4.2

A tenderer, and all parties constituting the tenderer, shall have the nationality of an eligible country, in accordance with Section V, Eligible Countries. A tenderer shall be deemed to have the nationality of a country if the tenderer is a citizen or is constituted, incorporated, or registered and operates in conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the nationality of proposed subcontractors or suppliers for any part of the Contract including Related Services. A tenderer shall not have a conflict of interest. All tenderers found to have a conflict of interest shall be disqualified. A tenderer may be considered to have a conflict of interest with one or more parties in 11

4.3

Part 1 - Section I: Instruction to Tenderers

this Tendering process, if: (a) (b) (c) (d) they have controlling partners in common; or they receive or have received any direct or indirect subsidy from any of them; or they have the same legal representative for purposes of this Tender; or they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the tender of another tenderer, or influence the decisions of the Employer regarding this tendering process; or a tenderer participates in more than one tender in this Tender process. Participation by a tenderer in more than one Tender will result in the disqualification of all Tenders in which it is involved. However, this does not limit the inclusion of the same subcontractor, not otherwise participating as a tenderer, in more than one tender; or a tenderer, its affiliates or parent organisation has participated in the feasibility or design stages of a project, that tenderer, its affiliates or parent organisation shall not be eligible to participate in a tender for contracts involving the supply of goods, works or services, including architectural or engineering services, for the project, unless it can be demonstrated that such participation would not constitute a conflict of interest. Such determination must be made prior to the submission of a tender or a tenderer participated as a consultant in the preparation of Section VI, Requirements that are the subject of the tender or a tenderer or any of its affiliates has been hired, or is proposed to be hired, by the Employer or the Borrower for the supervision of the contract.

(e)

(f)

(g) (h)

4.4

A tenderer shall be disqualified if the tenderer, an affiliate of the tenderer, a party constituting the tenderer or an affiliate of a party constituting the tenderer, is under a declaration of ineligibility by the Bank in accordance with ITT 3, at the date of the deadline for Tender submission or thereafter,. No affiliate of the Employer shall be eligible to tender or participate in a tender in any capacity whatsoever unless it can be demonstrated that there is not a significant degree of common ownership, influence or control amongst the affiliate and the Employer or the Borrower. Tenderers shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request. Firms shall be excluded if: (a) as a matter of law or official regulation, the Borrowers country prohibits commercial relations with that country, provided that the Bank is satisfied that such exclusion does not preclude effective competition; or by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrowers country prohibits any import of Goods from that country or any payments to persons or

4.5

4.6

4.7

(b)

12

Part 1 - Section I: Instruction to Tenderers

entities in that country. 4.8 In case a prequalification process has been conducted prior to the Tendering process, this Tender is open only to pre-qualified tenderers. All goods and services to be supplied under the Contract and financed by the Bank, shall have as their country of origin an eligible country of the Bank as listed in Section V, Eligible Countries. For purposes of this paragraph, the term goods includes commodities, raw material, machinery, equipment, and industrial plants; and related services includes services such as insurance, transportation, installation, commissioning, training, and initial maintenance. The term country of origin means the country where the Goods have been mined, grown, cultivated, produced, manufactured, or processed; or through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its imported components. The nationality of the firm that produces, assembles, distributes, or sells the Goods shall not determine their origin.

5.

Eligible Goods and Related Services

5.1

5.2

5.3

5.4

Contents of Tender Document


6. Sections of Tender Document 6.1 The Tender Document consist of Parts 1, 2, and 3, which include all the Sections indicated below, and should be read in conjunction with any Addenda issued in accordance with ITT 8. PART 1 Tendering Procedures Section I. Instruction to Tenderers (ITT) Section II. Tender Data Sheet (TDS) Section III. Evaluation and Qualification Criteria Section IV. Tender Forms Section V. Eligible Countries

PART 2 Requirements Section VI. Requirements

PART 3 Contract 6.2 6.3 Section VII. General Conditions of Contract (GCC) Section VIII. Particular Conditions of Contract (PCC) Section IX. Contract Forms

The Invitation for Tenders issued by the Employer is not part of the Tender Document. The tenderer shall obtain the Tender Document from the source stated by the Employer in the Invitation for Tenders; otherwise the Employer is not responsible for the completeness of the Tender Document. The tenderer is expected to examine all instructions, forms, terms, and specifications in the Tender Document. Failure to furnish all information or documentation required by the Tender Document may result in the rejection of the Tender. A prospective tenderer requiring any clarification of the Tender 13

6.4

7.

Clarification of

7.1

Part 1 - Section I: Instruction to Tenderers

Tender Document, Site Visit, PreTender Meeting

Document shall contact the Employer in writing at the Employer address indicated in the TDS or raise his enquiries during the preTender meeting if provided for in accordance with ITT 7.4. The Employer will respond to any request for clarification, provided that such request is received prior to the deadline for submission of Tenders, within the number of days specified in the TDS. The Employers response shall be in writing with copies to all tenderers who have acquired the Tender Document in accordance with ITT 6.3, including a description of the inquiry but without identifying its source. Should the Employer deem it necessary to amend the Tender Document as a result of a request for clarification, it shall do so following the procedure under ITT 8 and ITT 22.2. 7.2 Where applicable, the tenderer is advised to visit and examine the project site and obtain for itself on its own responsibility all information that may be necessary for preparing the Tender and entering into a contract for the provision of the Requirements. The costs of visiting the site shall be at the tenderers own expense. Pursuant to ITT 7.2, where the tenderer and any of its personnel or agents have been granted permission by the Employer to enter upon its premises and lands for the purpose of such visit, the tenderer, its personnel, and agents will release and indemnify the Employer and its personnel and agents from and against all liability in respect thereof, and will be responsible for death or personal injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a result of the visit. The tenderers designated representative is invited to attend a preTender meeting, if provided for in the TDS. The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage. If so provided for in the TDS, the Employer will organise a site visit. The tenderer is requested, as far as possible, to submit any questions in writing, to reach the Employer not later than one week before the meeting. Minutes of the pre-Tender meeting, including the text of the questions raised without identifying the source, and the responses given, together with any responses prepared after the meeting, will be transmitted promptly to all tenderers who have acquired the Tender Document in accordance with ITT 6.3. Any modification to the Tender Document that may become necessary as a result of the pre-Tender meeting shall be made by the Employer exclusively through the issue of an Addendum pursuant to ITT 8 and not through the minutes of the pre-Tender meeting. Non-attendance at the pre-Tender meeting will not be a cause for disqualification of a tenderer. At any time prior to the deadline for submission of Tenders, the Employer may amend the Tender Document by issuing addenda. Any addendum issued shall be part of the Tender Document and shall be communicated in writing to all who have obtained the Tender Document from the Employer in accordance with ITT 6.3. To give prospective tenderers reasonable time in which to take an addendum into account in preparing their Tenders, the Employer may, at its discretion, extend the deadline for the submission of Tenders, pursuant to ITT 22.2

7.3

7.4

7.5

7.6

7.7 8. Amendment of Tender Document 8.1 8.2

8.3

14

Part 1 - Section I: Instruction to Tenderers

Preparation of Tenders
9. Cost of Tendering 9.1 The tenderer shall bear all costs associated with the preparation and submission of its Tender, and the Employer shall not be responsible or liable for those costs, regardless of the conduct or outcome of the Tendering process.

10. Language of Tender

10.1 The Tender, as well as all correspondence and documents relating to the Tender exchanged by the tenderer and the Employer, shall be written in the language specified in the TDS. Supporting documents and printed literature that are part of the Tender may be in another language provided they are accompanied by an accurate translation of the relevant passages in that language, in which case, for purposes of interpretation of the Tender, such translation shall govern. 11.1 The Tender shall comprise the following: (a) (b) (c) (d) (e) (f) letter of Tender; completed Schedules as provided in Section IV, Tender Forms; tender Security, in accordance with ITT 19; at the tenderers option, alternative proposals, if permissible, in accordance with ITT 13; written confirmation authorizing the signatory of the Tender to commit the tenderer, in accordance with ITT 20.2; documentary evidence establishing the eligibility of the Goods and Services offered by the tenderer, in accordance with ITT 17.1; documentary evidence establishing the tenderers qualifications in accordance with the requirements of Section III, Evaluation and Qualification Criteria, using the relevant forms furnished in Section IV, Tender Forms; documentary evidence as specified in the TDS, establishing the conformity of the Technical Proposal offered by the tenderer with the Tender Document, using the relevant forms furnished in Section IV, Tender Forms; in the case of a Tender submitted by a JVCA, JVCA agreement indicating at least the parts of the Requirements to be executed by the respective partners and any other document required in the TDS.

11. Documents Comprising the Tender

(g)

(h)

(i)

(j) 12. Letter of Tender and Price Schedules

12.1 The tenderer shall submit the Letter of Tender using the form furnished in Section IV, Tender Forms. This form must be completed without any alterations to its format, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested. 13.1 Unless otherwise indicated in the TDS, alternative proposals shall not be considered. If alternative proposals are permitted, their method of evaluation shall be as stipulated in Section III, Evaluation

13. Alternative Tenders

15

Part 1 - Section I: Instruction to Tenderers

and Qualification Criteria. 13.2 When alternative times for completion are explicitly invited, a statement to that effect will be included in the TDS, as will the method of evaluating different times for completion. 13.3 Except as provided under ITT 13.4 below, tenderers wishing to offer technical alternatives to the requirements of the Tender Document must first price the Employers requirements as described in the Tender Document and shall further provide all information necessary for a complete evaluation of the alternative by the Employer, including drawings, design calculations, technical specifications, breakdown of prices, and proposed construction methodology and other relevant details. Only the technical alternatives, if any, of the lowest evaluated tenderer conforming to the basic technical requirements shall be considered by the Employer. 13.4 When specified in the TDS, tenderers are permitted to submit alternative technical solutions for specified parts of the requirements, and such parts shall be identified in the TDS, as will the method for their evaluation, and described in Section VI, Requirements. 14. Tender Prices and Discounts 14.1 The prices and discounts quoted by the tenderer in the Letter of Tender and in the Price Schedules shall conform to the requirements specified in ITT 14.2. 14.2 Unless otherwise provided in the TDS and the Contract, the prices quoted by the tenderer shall be fixed. 14.3 The price to be quoted in the Letter of Tender, in accordance with ITT 12.1, shall be the total price of the Tender, excluding any discounts offered. 14.4 The tenderer shall quote any unconditional discounts and the methodology for their application in the Letter of Tender, in accordance with ITT 14.1. 14.5 Unless otherwise provided in the TDS and the Contract, the rates and prices quoted by the tenderer are subject to adjustment during the performance of the Contract in accordance with the provisions of the Conditions of Contract. In such a case, the tenderer shall furnish the indices and weightings for the price adjustment formulae in the Schedule of Adjustment Data and the Employer may require the tenderer to justify its proposed indices and weightings. 14.6 If so indicated in ITT 1.1, Tenders are being invited for individual lots (contracts) or for any combination of lots (packages). Tenderers wishing to offer any price reduction for the award of more than one contract shall specify in their Tender the price reductions applicable to each package, or alternatively, to individual Contracts within the package. Price reductions or discounts shall be submitted in accordance with ITT 14.4, provided the Tenders for all lots (contracts) are submitted and opened at the same time. 14.7 All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause, as of the date 28 days prior to the deadline for submission of Tenders, shall be included in the rates and prices and the total Tender Price submitted by the tenderer. 15. Currencies of Tender 16. Documents 15.1 The currency(ies) of the Tender and the currency(ies) for payment shall be as specified in the TDS. 16.1 To establish its qualifications to perform the Contract in accordance with Section III, Evaluation and Qualification Criteria, the tenderer 16

Part 1 - Section I: Instruction to Tenderers

Establishing the Qualifications of the Tenderer

shall provide the information requested in Section IV, Tender Forms.

16.2 If so required in the TDS, a tenderer shall submit the Manufacturers Authorisation, using the form included in Section IV, Tender Forms where the tenderer does not manufacture or produce the Goods it offers to supply. 16.3 If so required in the TDS, a tenderer shall submit evidence that it will be represented by an Agent in the country, equipped and able to carry out the Suppliers maintenance, repair and spare parts-stocking obligations prescribed in the Conditions of Contract and Requirements, where a tenderer does not conduct business within the Employers Country. 17. Documents Establishing the Eligibility of Goods and Related Services 18. Period of Validity of Tenders 17.1 To establish the eligibility of the Goods and Services in accordance with ITT 5, tenderers shall complete the forms, included in Section IV, Tender Forms.

18.1 Tenders shall remain valid for the period specified in the TDS after the Tender submission deadline date prescribed by the Employer. A Tender valid for a shorter period shall be rejected by the Employer as non responsive. 18.2 In exceptional circumstances, prior to the expiration of the Tender validity period, the Employer may request tenderers to extend the period of validity of their Tenders. The request and the responses shall be made in writing. If a tender security is requested in accordance with ITT 19, the tenderer granting the request shall also extend the tender security for twenty-eight (28) days beyond the deadline of the extended validity period. A tenderer may refuse the request without forfeiting its tender security. A tenderer granting the request shall not be required or permitted to modify its Tender, except as provided in ITT 18.3. 18.3 In the case of fixed price contracts, if the award is delayed by a period exceeding fifty-six (56) days beyond the expiry of the initial Tender validity, the Contract price shall be adjusted as specified in the request for extension. Tender evaluation shall be based on the Tender Price without taking into consideration the above adjustment.

19. Tender Security

19.1 The tenderer shall furnish as part of its Tender, the original of a tender security using the form included in Section IV, Tender Forms. The tender security amount and currency shall be as specified in the TDS. 19.2 If a tender security is specified pursuant to ITT 19.1, the tender security shall be a demand guarantee in any of the following forms at the tenderers option: (a) (b) (c) an unconditional guarantee issued by a bank; an irrevocable letter of credit; or a cashiers or certified check

from a reputable source. In the case of a bank guarantee, the tender security shall be submitted either using the tender security form included in Section IV, Tender Forms or in another substantially similar format approved by the Employer prior to Tender submission. In either case, the form must include the complete name of the tenderer. The tender security shall be valid for twenty-eight days (28) beyond the original validity period of the Tender, or beyond any 17

Part 1 - Section I: Instruction to Tenderers

period of extension if requested under ITT 18.2. 19.3 If a tender security is specified pursuant to ITT 19.1, any Tender not accompanied by a substantially responsive tender security shall be rejected by the Employer as non responsive. 19.4 If a tender security is specified pursuant to ITT 19.1, the tender security of unsuccessful tenderers shall be returned as promptly as possible upon the successful tenderers furnishing of the performance security pursuant to ITT 37. 19.5 The tender security of the successful tenderer shall be returned as promptly as possible once the successful tenderer has signed the Contract and furnished the required performance security. 19.6 The tender security may be forfeited: (a) (b) if a tenderer withdraws its Tender during the period of Tender validity specified by the tenderer in the Letter of Tender or if the successful tenderer fails to: (i) (ii) sign the Contract in accordance with ITT 36; or furnish a performance security in accordance with ITT 37.

19.7 The tender security of a JVCA shall be in the name of the JVCA that submits the Tender. 20. Format and Signing of Tender 20.1 The tenderer shall prepare one original of the documents comprising the Tender as described in ITT 11 and clearly mark it ORIGINAL. In addition, the tenderer shall submit copies of the Tender, in the number specified in the TDS and clearly mark them COPY. In the event of any discrepancy between the original and the copies, the original shall prevail. 20.2 The original and all copies of the Tender shall be typed or written in indelible ink and shall be signed by a person duly authorised to sign on behalf of the tenderer. This authorisation shall consist of a written confirmation as specified in the TDS and shall be attached to the Tender. The name and position held by each person signing the authorisation must be typed or printed below the signature. The number of copies of the tender required shall be specified in the TDS. 20.3 A Tender submitted by a JVCA shall comply with the following requirements: (a) Unless not required in accordance with ITT 4.1 (a), be signed so as to be legally binding on all partners and (b) Include the Representatives authorisation referred to in ITT 4.1 (b), consisting of a power of attorney signed by those legally authorised to sign on behalf of the JVCA. 20.4 Any amendments, interlineations, erasures, or overwriting shall be valid only if they are signed or initialled by the person signing the Tender.

Submission and Opening of Tenders


21. Submission, 21.1 Tenderers may always submit their Tenders by mail or by hand. If so 18

Part 1 - Section I: Instruction to Tenderers

Sealing and Marking of Tenders

specified in the TDS, tenderers shall have the option of submitting their Tenders electronically. Procedures for submission, sealing and marking are as follows: (a) Tenderers submitting Tenders by mail or by hand shall enclose the original and copies of the Tender in separate sealed envelopes. If so permitted in accordance with ITT 13 alternative proposals, and copies thereof, shall also be placed in separate envelopes. The envelopes shall be duly marked as ORIGINAL, ALTERNATIVE, ORIGINAL COPY, and ALTERNATIVE COPY These envelopes shall then be enclosed in one single package. The rest of the procedure shall be in accordance with ITT 21.2 and 21.3. Tenderers submitting Tenders electronically shall follow the electronic Tender submission procedures specified in the TDS.

(b)

21.2 The inner and outer envelopes shall: (a) (b) (c) (d) bear the name and address of the tenderer; be addressed to the Employer in accordance with ITT 22.1; bear the specific identification of this Tendering process pursuant to ITT 1.1; and bear a warning not to open before the time and date for Tender opening

21.3 If envelopes and packages are not sealed and marked as required, the Employer will assume no responsibility for the misplacement or premature opening of the Tender. 22. Deadline for Submission of Tenders 22.1 Tenders must be received by the Employer at the address and no later than the date and time indicated in the TDS. 22.2 The Employer may, at its discretion, extend the deadline for the submission of Tenders by amending the Tender Document in accordance with ITT 8, in which case all rights and obligations of the Employer and tenderers previously subject to the deadline shall thereafter be subject to the deadline as extended. 23.1 The Employer shall not consider any Tender that arrives after the deadline for submission of Tenders, in accordance with ITT 22. Any Tender received by the Employer after the deadline for submission of Tenders shall be declared late, rejected, and returned unopened to the tenderer. 24.1 A tenderer may withdraw, substitute, or modify its Tender after it has been submitted by sending a written notice, duly signed by an authorised representative, and shall include a copy of the authorisation in accordance with ITT 20.2, (except that withdrawal notices do not require copies). The corresponding substitution or modification of the Tender must accompany the respective written notice. All notices must be: (a) prepared and submitted in accordance with ITT 20 and ITT 21 (except that withdrawals notices do not require copies), and in addition, the respective envelopes shall be clearly marked Withdrawal, Substitution, Modification; and received by the Employer prior to the deadline prescribed for submission of Tenders, in accordance with ITT 22.

23. Late Tenders

24. Withdrawal, Substitution, and Modification of Tenders

(b)

24.2 Tenders requested to be withdrawn in accordance with ITT 24.1 shall 19

Part 1 - Section I: Instruction to Tenderers

be returned unopened to the tenderers. 24.3 No Tender may be withdrawn, substituted, or modified in the interval between the deadline for submission of Tenders and the expiration of the period of Tender validity specified by the tenderer on the Letter of Tender or any extension thereof. 25. Tender Opening 25.1 The Employer shall conduct the Tender opening in public, in the presence of tenderers` designated representatives and anyone who choose to attend, and at the address, date and time specified in the TDS. Any specific electronic Tender opening procedures required if electronic Tendering is permitted in accordance with ITT 21.1, shall be as specified in the TDS. 25.2 First, envelopes marked Withdrawal shall be opened and read out and the envelope with the corresponding Tender shall not be opened, but returned to the tenderer. No Tender withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorisation to request the withdrawal and is read out at Tender opening. Next, envelopes marked Substitution shall be opened and read out and exchanged with the corresponding Tender being substituted, and the substituted Tender shall not be opened, but returned to the tenderer. No Tender substitution shall be permitted unless the corresponding substitution notice contains a valid authorisation to request the substitution and is read out at Tender opening. Envelopes marked Modification shall be opened and read out with the corresponding Tender. No Tender modification shall be permitted unless the corresponding modification notice contains a valid authorisation to request the modification and is read out at Tender opening. Only Tenders that are opened and read out at Tender opening shall be considered further. 25.3 The Employer shall open all other envelopes one at a time and read out: the name of the tenderer, the Tender Price(s), any discounts and their application methodology, alternative Tenders, the presence or absence of a tender security; and any other details as the Employer may consider appropriate. Only discounts and alternative Tenders read out at Tender opening shall be considered for evaluation. No Tender shall be rejected at Tender opening except for late Tenders, in accordance with ITT 23.1. 25.4 The Employer shall prepare a record of the Tender opening that shall include, as a minimum: the name of the tenderer and whether there is a withdrawal, substitution, or modification; the Tender Price, per lot if applicable, including any discounts and alternative proposals; and the presence or absence of a tender security. The tenderers representatives who are present shall be requested to sign the record. The omission of a tenderers signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all tenderers who submitted Tenders in time, and posted online when electronic Tendering is permitted.

Examination of Tenders
26. Confidentiality 26.1 Information relating to the evaluation of Tenders shall not be disclosed to tenderers or any other persons not officially concerned with such process until information on Contract award is communicated to all tenderers. 26.2 Any attempt by a tenderer to influence improperly the Employer in the evaluation of the Tenders or Contract award decisions may result in the rejection of its Tender.

20

Part 1 - Section I: Instruction to Tenderers

26.3 Notwithstanding ITT 26.1, from the time of Tender opening to the time of Contract award, if any tenderer wishes to contact the Employer on any matter related to the tendering process, it should do so in writing. 27. Clarification of Tenders 27.1 To assist in the examination, evaluation, and comparison of the Tenders and qualification of the tenderers, the Employer may, at its discretion, ask any tenderer for a clarification of its Tender, allowing a reasonable time for response. Any clarification submitted by a tenderer that is not in response to a request by the Employer shall not be considered. The Employers request for clarification and the response shall be in writing. No change in the prices or substance of the Tender shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the Tenders, in accordance with ITT 29. 27.2 If a tenderer does not provide clarifications of its Tender by the date and time set in the Employers request for clarification, its Tender may be rejected. 28. Determination of Responsiveness 28.1 The Employers determination of a Tenders responsiveness is to be based on the contents of the Tender itself, as defined in ITT 11. 28.2 A substantially responsive Tender is one that meets the requirements of the Tender Document without material deviation, reservation, or omission. (a) (b) Deviation is a departure from the requirements specified in the Tender Document; Reservation is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Tender Document; and Omission is the failure to submit part or all of the information or documentation required in the Tender Document.

(c)

28.3 A material deviation, reservation, or omission is one that, (a) if accepted, would: (i) affect in any substantial way the scope, quality, or performance of the Requirements as specified in Section VI; or limit in any substantial way, inconsistent with the Tender Document, the Employers rights or the tenderers obligations under the proposed Contract; or

(ii)

(b)

if rectified, would unfairly affect the competitive position of other tenderers presenting substantially responsive Tenders.

28.4 The Employer shall examine the technical aspects of the Tender in particular, to confirm that all requirements of Section VI have been met without any material deviation, reservation, or omission. 28.5 If a Tender is not substantially responsive to the requirements of the Tender Document, it shall be rejected by the Employer and may not subsequently be made responsive by correction of the material deviation, reservation, or omission. 28.6 Provided that a Tender is substantially responsive, the Employer may waive any quantifiable nonconformity in the Tender that do not constitute a material deviation, reservation or omission.

21

Part 1 - Section I: Instruction to Tenderers

F. Tender Evaluation and Comparison


29. Evaluation of Tenders 29. Correction of Arithmetical Errors 29.1 The Employer shall use the criteria and methodologies indicated in Section III. Evaluation and Qualification Criteria. No other evaluation criteria or methodologies shall be permitted. 29.2 Provided that the Tender is substantially responsive, the Employer shall correct arithmetical errors as indicated in Section III. Evaluation and Qualification Criteria. 29.3 If a tenderer does not accept the correction of errors, its Tender shall be declared non-responsive and its tender security shall be forfeited. 30. Conversion to Single Currency 31. Tender Adjustments 30.1 For evaluation and comparison purposes, the currency(ies) of the Tender shall be converted into a single currency as specified in Section III. Evaluation and Qualification Criteria. 31.1 For the evaluation and comparison purposes the Employer shall adjust the Tender prices using the criteria and methodology specified in Section III. Evaluation and Qualification Criteria. 31.2 If in the opinion of the Employer the Tender which results in the lowest Evaluated Tender Price, is seriously unbalanced or front loaded or substantially below the Employers estimates, the Employer may require the tenderer to produce detailed price analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the methods and schedule proposed. After evaluation of the price analyses, taking into consideration the schedule of estimated Contract payments, the Employer may require that the amount of the performance security be increased at the expense of the tenderer to a level sufficient to protect the Employer against financial loss in the event of default of the successful tenderer under the Contract. 32. Qualification of the Tenderer 32.1 The Employer shall determine to its satisfaction whether the tenderer that is selected as having submitted the lowest evaluated and substantially responsive Tender meets the qualifying criteria specified in Section III, Evaluation and Qualification Criteria. 32.2 The determination shall be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer, pursuant to ITT 16. 32.3 An affirmative determination shall be a prerequisite for award of the Contract to the tenderer. A negative determination shall result in disqualification of the Tender, in which event the Employer shall proceed to the next lowest evaluated Tender to make a similar determination of that tenderers qualifications to perform satisfactorily. 32.4 The capabilities of the manufacturers and subcontractors proposed in its Tender to be used by the lowest evaluated tenderer for identified major items of the Requirements will also be evaluated for acceptability in accordance with the criteria and methodologies defined in Section III, Evaluation and Qualification Criteria. Their participation should be confirmed with a letter of intent between the parties, as needed. Should a manufacturer or subcontractor be determined to be unacceptable, the Tender will not be rejected, but the tenderer will be required to substitute an acceptable manufacturer or subcontractor without any change to the Tender price. 22

Part 1 - Section I: Instruction to Tenderers

33. Employers Right to Accept Any Tender, and to Reject Any or All Tenders

33.1 The Employer reserves the right to accept or reject any tender, and to annul the Tendering process and reject all Tenders at any time prior to contract award, without thereby incurring any liability to tenderers. In case of annulment, all Tenders submitted and specifically, Tender securities, shall be promptly returned to the tenderers.

23

Part 1 - Section I: Instruction to Tenderers

G. Award of Contract
34. Award Criteria 34.1 The Employer shall award the Contract to the tenderer whose offer has been determined to be the lowest evaluated Tender and is substantially responsive to the Tender Document, provided further that the tenderer is determined to be qualified to perform the Contract satisfactorily. 35.1 Prior to the expiration of the period of Tender validity, the Employer shall notify the successful tenderer, in writing, that its Tender has been accepted. 35.2 Until a formal contract is prepared and executed, the notification of award shall constitute a binding Contract. 35.3 At the same time, the Employer shall also notify all other tenderers of the results of the Tendering, and shall publish in the Banks website the results identifying the Tender and lot numbers and the following information: (i) name of each tenderer who submitted a Tender; (ii) Tender prices as read out at Tender opening; (iii) name and evaluated prices of each Tender that was evaluated; (iv) name of tenderers whose Tenders were rejected; and (v) name of the winning tenderer, and the price it offered, as well as the duration and summary scope of the contract awarded. After publication of the award, unsuccessful tenderers may request in writing to the Employer for a debriefing seeking explanations on the grounds on which their Tenders were not selected. The Employer shall promptly respond in writing to any unsuccessful tenderer who, after Publication of contract award, requests a debriefing. 36. Signing of Contract 36.1 Promptly upon notification, the Employer shall send the successful tenderer the Contract Agreement. 36.2 Within twenty-eight (28) days of receipt of the Contract Agreement, the successful tenderer shall sign, date, and return it to the Employer. 36.3 Upon the successful tenderers furnishing of the signed Contract Agreement and Performance Security pursuant to ITT 37, the Employer will discharge its tender security, pursuant to ITT 19. 37. Performance Security 37.1 Within twenty-eight (28) days of the receipt of notification of award from the Employer, the successful tenderer shall furnish the performance security in accordance with the conditions of contract, subject to ITT 31.3, using for that purpose the Performance Security Form included in Section IX, Annex to the Particular Conditions Contract Forms, or another form acceptable to the Employer. If the performance security furnished by the successful tenderer is in the form of a bond, it shall be issued by a bonding or insurance company that has been determined by the successful tenderer to be acceptable to the Employer. A foreign institution providing a bond shall have a correspondent financial institution located in the Employers Country. 37.2 Failure of the successful tenderer to submit the above-mentioned Performance Security or sign the Contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security. In that event the Employer may award the Contract to the next lowest evaluated tenderer whose offer is substantially responsive and is determined by the Employer to be qualified to 24

35. Notification of Award

Part 1 - Section I: Instruction to Tenderers

perform the Contract satisfactorily.

25

Part 1 - Section II: Tender Data Sheet

Section II: Tender Data Sheet


Section II, Tender Data Sheet, provides the specific information in relation to corresponding paragraphs in Section I, Instructions to Tenderers. This information specifies, complements and / or amend the provisions of Section I and have precedence over them. A. Introduction

1. 1.1 1.1

Scope of Tender The Employer is: Romanian National Company of Motorways and National Roads (the RNCMNR) The name of the Tender process is: Rehabilitation works for 7 Bridges in Dobrogea area, in three lots The identification number of the Tender process is: [insert identification number] The number and identification of contracts for which the tender documents are issued: Lot 4 - Rehabilitation works for Bridge no. 07 at Cernavoda, on A2 km 157+600 and for Bridge no. 10 over the railway on DN 2B km 47+975 at Gaiseanca Lot 5 Rehabilitation works for Bridge no. 08 at Borcea, on A2 km 149+680 Lot 6 - Rehabilitation works for Bridge no. 4 on DN 22C km 38+002 at Poarta Alba, for Bridge no. 5 on DN 2A km 196+739 at Ovidiu, for Bridge no. 6 on DN 3 km 242+286 at Murfatlar (Basarabi) and for Bridge no. 9 on DN 39 km 49+157 at Mangalia

A more detailed description is given in Part 2 Requirements. 2. 2.1 2.1 4. 4.8 Source of Funds The Borrower is: Romania The name of the Project is: Constanta By-pass Project Eligible Tenderers The formation of a joint venture, consortium, or association (JVCA) after prequalification, and any change in a pre-qualified JVCA, will be subject to the written approval of the Employer prior to the deadline for submission of tenders. Such approval may be denied if (i) partners withdraw from the JVCA and the remaining partners do not meet the qualifying requirements; (ii) the level of participation by partners or the structure of the JVCA is substantially changed; (iii) the new JVCA is not qualified; (iv) in the opinion of the Employer, a substantial reduction in competition may result; or (v) request for a change in the prequalification status of the Tenderer is received by the Employer after the date 28 days prior to the deadline for tenders submission. The Employer will notify any changes in the list of pre-qualified Tenderers prior to the tenders opening.

26

Part 1 - Section II: Tender Data Sheet

B. Tender Document

7. 7.1

Clarification of Tender Document, Site Visit, Pre-tender meeting For clarification purposes only, the Employers address is: Attention: Mrs. Daniela Draghia, General Director Romanian National Company of Motorways and National Roads Street Address: Dinicu Golescu Blvd, no. 38 Floor/Room number: 8th floor City: Bucharest Postal Code: 010873 Country: Romania Facsimile number: (40) 021 318 66 62

7.1

Requests for clarification shall be received by the Employer no later than 28 days, prior to the deadline for submission of Tenders.

7.4

A Pre-Tender meeting will take place, on 09th of December 2011 at RNCMNR Headquarter, 8th floor., Nr. 38 Dinicu Golescu Blvd, sector 1, 010873, Bucharest, ROMANIA. A site visit conducted by the Employer will be organised, if requested by the Tenderers, at a date, time and place that will be communicated to the Tenderers.

C. Preparation of Tenders

10. 10.1

Language of Tender The language of the tender is: English.

11. 11.1 (a) (b)

Documents Comprising the Tender The Tender shall comprise the following: Letter of Tender and Appendix to Tender; Completed Attachments and Schedules as provided in Section IV, Tender Forms: Attach. 1 Power of Attorney Attach. 2 Tender Security <one Tender Security to be submitted for each lot> Attach. 3 Price Schedules (completed Bills of Quantities) <one set of documents to be completed for each lot> Attach. 4 Tenderers Post-Qualification

27

Part 1 - Section II: Tender Data Sheet

Attach. 5 Technical Proposal <one set of documents to be completed for each lot>: 5.1 Work Programme 5.2 Construction Method Statement 5.3 Management Systems 5.4 List of proposed Subcontractors and related information 5.5 Site office 5.6 Cash Flow Schedule 5.7 Eligibility of the Goods and Services offered by the Tenderer 5.8 Breakdown of unit prices 5.9 Further Information Attach. 6 in case the Tender is submitted by a JVCA, JVCA agreement

13. 13.1

Alternative Tenders Alternative Tenders shall not be permitted.

13.2

Alternative times for completion are not permitted.

14. 14.2 & 14.5

Tender Prices and Discounts The prices quoted by the Tenderer shall be subject to adjustment during the performance of the Contract in accordance with the provisions of the Conditions of Contract.

14.6

Tenderers may tender for any combination of lots, subject to their pre-qualification status. Tenders for more than one lot may offer conditional discounts that will be considered in the comparison of tenders.

15.

Currencies of Tender

15.1

The prices shall be quoted by the Tenderer entirely in Euro. A Tenderer expecting to incur expenditures in other currency for inputs to the Works (referred to as the Other currency requirement) shall indicate its expected Other currency requirements (excluding provisional sums) in the Appendix to Tender in the manner and detail indicated therein. The Other currency requirements can be quoted in RON or other currencies.

15.2

A Tenderer may be required by the Employer to clarify its Euro and Other currency requirements and to substantiate that the amounts included in the prices, and shown in the Appendix to Tender, are reasonable and responsive to ITT 15.1, in which case a detailed breakdown of its currency requirements shall be provided by the Tenderer.

16. 16.1

Documents Establishing the Qualifications of the Tenderer Only tenders from prequalified tenderers will be considered for award of the Contract. A prequalified tenderer must submit with its tender any information updating its original

28

Part 1 - Section II: Tender Data Sheet

prequalification application and confirm in its tender that the other original prequalification information submitted remains essentially correct as of the date of tender submission. Tenderers who have been prequalified subject to conditions shall demonstrate that such conditions are met and provide any related documentary evidence. In particular, if a Tenderer has been prequalified based on the experience and capability of another company, part of the same corporate group than the Applicant, for the purposes of meeting the minimum qualification requirements, compliance with the qualification requirements must be confirmed and supported by a guarantee from its parent company / group member company in the format of the guarantee provided in Section IV Tender Forms. Failure to furnish suitable guarantee may result in the rejection of the tender. 18. 18.1 Period of Validity of Tenders The Tender validity period shall be 112 days from the deadline for submission of tenders.

19. 19.1

Tender Security A tender security is required. The amount of the tender security shall be: Lot 4 420,000 Euro or 1,727,922 Lei, Lot 5 500,000 Euro or 2,057,050 Lei, Lot 6 385,000 Euro or 1,583,929 Lei. In case a tender is submitted for several lots, a tender security shall be submitted for each lot separately, in the amounts specified above.

19.2 19.7

The tender security shall be submitted in the form provided for in Section IV Tender Forms. The tender security of a JVCA may be in the name of one partner but shall clearly mention the JVCA as being the Tenderer, as well as the name of each partner.

20. 20.1

Format and Signing of Tender In addition to the original of the Tender, the number of copies is: two paper copies and one electronic copy on a CD / DVD.

20.2

The written confirmation of authorisation to sign the Tenderer shall consist of: Power of Attorney, duly authorised by a Notary Public, indicating that the person(s) signing the tender have the authority to sign the tender and the tender is thus binding upon the Tenderer. The tenders shall be numbered on each page.

21. 21.1

Submission, Sealing and Marking of Tenders Tenderers shall not have the option of submitting their tenders electronically.

D. Submission and Opening of Tenders

29

Part 1 - Section II: Tender Data Sheet

22. 22.1

Deadline for Submission of Tenders For Tender submission purposes only, the Employers address is : Attention: Mrs. Daniela Draghia, General Director Romanian National Company of Motorways and National Roads Street Address: Dinicu Golescu Blvd, no. 38 Floor/Room number: 8 floor City: Bucharest, sector 1 Postal Code: 010873 Country: Romania
th

The deadline for Tender submission is: Date: 10th of January 2012 Time: 12:00 a.m. local time 25. 25.1 Tender Opening The Tender opening shall take place at: Romanian National Company of Motorways and National Roads Street Address: Dinicu Golescu Blvd, no. 38 Floor/Room number: 8 floor City: Bucharest, sector 1 Postal Code: 010873 Country: Romania
th

Date: 10th of January 2012 Time: 13:00 a.m. local time

32.

Qualification of the Tenderer

32.4

The criteria and methodologies for acceptability of the capabilities of the proposed subcontractors will be based on those used for the pre-qualification (general experience, personal, equipment and financial capabilities), adapted to the specific involvement of the sub-contractors.

34. 34.1

Award Criteria The contracts shall be awarded lot by lot, but the Employer shall choose the most favourable overall solution (i.e. the cheapest combination of compliant tenders), taking account of the discounts granted.

30

Part 1 - Section II: Tender Data Sheet

35. 35.1

Notification of Award This notification may take the form of an invitation to clarify certain contractual questions raised therein, to which the tenderer must prepare himself to reply. This clarification will be confined to issues that had no direct bearing on the choice of the successful tender. The outcome of such clarifications will be set out in a memorandum of clarifications, to be signed by both parties and incorporated into the contract. The sentence in the ITT is replaced by the following: Only the signature of the Contract Agreement will constitute a binding contract between the Parties.

35.2

37.

Performance Security The first sentence in the ITT is replaced by the following: Within twenty-eight (28) days of the receipt of notification of award from the Employer, or any such additional period as agreed by the Employer and the successful tenderer, the successful tenderer shall furnish the performance security in accordance with the conditions of contract, using for that purpose the Performance Security Form included in Section IX, Annex to the Particular Conditions - Contract Forms, or another form acceptable to the Employer

31

Part 1 - Section III: Evaluation and Qualification Criteria

Section III: Evaluation and Qualification Criteria


This Section contains all the criteria that the Employer shall use to evaluate Tenders and qualify Tenderers. In accordance with ITT 29.1 and ITT 32.1, no other factors, methods or criteria shall be used. The Tenderer shall provide all the information requested in the forms included in Section IV, Tender Forms. All reference numbers provided in this Section shall be construed as reference numbers in Section I, Instruction to Tenderers.

Evaluation Criteria and Methodology


14. Discounts The Employer will adjust the Tender Price, using the methodology prescribed by the Tenderer in its Letter of Tender. Only those discounts will be taken into account for the tender evaluation purposes that are read out during the Tenders Opening in accordance with ITT Para 25.3. In the event of any ambiguity in the Tenderers methodology, the benefit of the doubt shall be given to the Employer. If a Tenderer does not accept the Employers determination, its tender shall be declared non-responsive and its tender security shall be forfeited.

28.

Determination of Responsiveness

28.7

Nonmaterial Deviations No deviations and variations from the contractual and commercial conditions and the Technical Specifications are accepted and no extra works, services, etc. may be required to be provided by the Employer or third parties. Threfore, the tender price will not be adjusted to reflect additional factors.

29.

Correction of Mathematical Errors

29.2

Correction of Mathematical Errors (a) Where there are errors between the total of the amounts given under the column for the price breakdown and the amount given under the Total Price, the former shall prevail and the latter will be corrected accordingly If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Employer there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected; If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and If there is a discrepancy between words and figures, the amount in words shall

(b)

(c) (d)

32

Part 1 - Section III: Evaluation and Qualification Criteria

prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above. 30. Conversion to a Single Currency

30.1

Conversion to a Single Currency Tenders will be evaluated as quoted in the currency of the tender specified in ITT 15.1.

31. 31.1

Tender Adjustments The adjustment shall be made using the following methodology: In evaluating the tenders, the Employer will determine for each tender the evaluated tender price by adjusting the tender price as follows: (a) (b) (c) making any correction for errors pursuant to ITT Para 29.2 excluding provisional sums and the provision, if any, for contingencies in the Price Schedules, but including Dayworks; and making appropriate adjustments to reflect discounts or other price modifications offered in accordance with ITT Para 14.

32.

Qualification of the Tenderer

32.1

Post-qualification Insert additional provision: The Employer will determine to its satisfaction whether the Tenderer selected as having submitted the lowest evaluated responsive tender meets the qualifying criteria specified herein and on the basis of the Letter of Tender and any supplementary information submitted has demonstrated that it is capable of performing the contract satisfactorily.

Attachme nt 4.1

Pre-qualified Tenderers shall update the relevant information used for prequalification to confirm that they continue to comply with the qualification criteria and verify that the information previously provided is still valid and correct. A Tenderer shall be disqualified if it no longer meets the qualification requirements at the time of contract award. Financial Resources The Tenderer shall complete Attachment 4.2, Financial Information, provided in Section IV, Tender Forms, and demonstrate that the Tenderer continues to have access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments, to meet the cash-flow requirement of this project and not less than, apart from other commitments, the following: Lot Lot Lot Lot 4 2.9 million Euro or equivalent, 5 - 3.4 million Euro or equivalent, 6 3.2 million Euro or equivalent, 4 + Lot 5 6.3 million Euro or equivalent,

Attachme nt 4.2

33

Part 1 - Section III: Evaluation and Qualification Criteria

Lot 4 + Lot 6 5.1 million Euro or equivalent, Lot 5 + Lot 6 6.6 million Euro or equivalent, Lot 4 + Lot 5 + Lot 6 9.5 million Euro or equivalent. Attachme nt 4.3 This evidence shall be confirmed by a statement from the Tenderer bank(s). Personnel The Tenderer must demonstrate that it has the personnel for the key positions that meet the following requirements: Lot 4 Position Total experience (years) 10 15 10 10 In similar works* (years) 7 10 7 7 As manager of similar works* (years) 4 4 4

Project manager Senior Bridge Engineer Site manager 1 Site manager 2 Lot 5 Position

Total experience (years) 10 15 10

In similar works* (years) 7 10 7

As manager of similar works* (years) 4 4

Project manager Senior Bridge Engineer Site manager Lot 6 Position

Total experience (years) 10 15 10 10 10 10

In similar works* (years) 7 10 7 7 7 7

As manager of similar works* (years) 4 4 4 4 4

Project manager Senior Bridge Engineer Site manager 1 Site manager 2 Site manager 3 Site manager 4 Lot 4 + Lot 5 Position

Total experience (years) 10 15 10 10 10

In similar works* (years) 7 10 7 7 7

As manager of similar works* (years) 4 4 4 4

Project manager Senior Bridge Engineer Site manager 1 Site manager 2 Site manager 3 Lot 4 + Lot 6 Position

Total experience (years)

In similar works* (years)

As manager of similar works* (years)

34

Part 1 - Section III: Evaluation and Qualification Criteria

Project manager Senior Bridge Engineer 1 Senior Bridge Engineer 2 Site manager 1 Site manager 2 Site manager 3 Site manager 4 Site manager 5 Site manager 6 Lot 5 + Lot 6 Position

10 15 15 10 10 10 10 10 10

7 10 10 7 7 7 7 7 7

4 4 4 4 4 4

Total experience (years) 10 15 15 10 10 10 10 10

In similar works* (years) 7 10 10 7 7 7 7 7

As manager of similar works* (years) 4

Project manager Senior Bridge Engineer 1 Senior Bridge Engineer 2 Site manager 1 Site manager 2 Site manager 3 Site manager 4 Site manager 5 Lot 4 + Lot 5 + Lot 6 Position

4 4 4 4 4

Total experience (years) 10 15 15 10 10 10 10 10 10 10

In similar works* (years) 7 10 10 7 7 7 7 7 7 7

As manager of similar works* (years) 4

Project manager Senior Bridge Engineer 1 Senior Bridge Engineer 2 Site manager 1 Site manager 2 Site manager 3 Site manager 4 Site manager 5 Site manager 6 Site manager 7

4 4 4 4 4 4 4

* Similar works are considered bridge works In addition, all personnel proposed for key positions shall have a university degree in construction, or equivalent.

The Tenderer shall provide details of the proposed personnel and their experience records in the relevant Information Forms included in Section IV, Tender Forms. Attachme nt 4.4 Equipment

35

Part 1 - Section III: Evaluation and Qualification Criteria

The Tenderer must demonstrate that it has the key equipment listed hereafter: Lot 4 Equipment type and characteristics 1. By-bridge with a maxim payload of platform of 600Kg 2. Lorry trucks 3. Asphalt plant 4. High Pressure (30000 psi) Waterjetting SSPC-SP12 Lot 5 Equipment type and characteristics 1. By-bridge with a maxim payload of platform of 600Kg 2. Lorry trucks 3. Asphalt plant 4. High Pressure (30000 psi) Waterjetting SSPC-SP12 Lot 6 Equipment type and characteristics 1. By-bridge with a maxim payload of platform of 600Kg 2. Lorry trucks 3. Asphalt plant 4. High Pressure (30000 psi) Waterjetting SSPC-SP12 Lot 4 + Lot 5 Equipment type and characteristics 1. By-bridge with a maxim payload of platform of 600Kg 2. Lorry trucks 3. Asphalt plant 4. High Pressure (30000 psi) Waterjetting SSPC-SP12 Lot 4 + Lot 6 Equipment type and characteristics 1. By-bridge with a maxim payload of platform of 600Kg 2. Lorry trucks 3. Asphalt plant Minimum required 4 12 1 number Minimum required 3 10 1 24 number Minimum required 4 8 1 8 number Minimum required 2 5 1 12 number Minimum required 2 5 1 12 number

36

Part 1 - Section III: Evaluation and Qualification Criteria

4. High Pressure (30000 psi) Waterjetting SSPC-SP12 Lot 5 + Lot 6 Equipment type and characteristics 1. By-bridge with a maxim payload of platform of 600Kg 2. Lorry trucks 3. Asphalt plant 4. High Pressure (30000 psi) Waterjetting SSPC-SP12 Lot 4 + Lot 5 + Lot 6 Equipment type and characteristics 1. By-bridge with a maxim payload of platform of 600Kg 2. Lorry trucks 3. Asphalt plant 4. High Pressure (30000 psi) Waterjetting SSPC-SP12

20

Minimum required 4 12 1 20

number

Minimum required 7 18 1 32

number

The Tenderer shall provide further details of proposed items of equipment using the relevant Form in Section IV.

Attachme nt 4.5

Support by company of the same corporate group In the event that a Tenderer has been pre-qualified by claiming the experience and capability of another company, part of the same corporate group than the Tenderer, for the purposes of meeting the minimum qualification requirements, the Tenderer shall : - provide a guarantee from its parent company (or company from the same corporate group) in the format provided in Section IV. In case support was claimed from several companies, a guarantee shall be presented for each supporting company. - present confirmation that the supporting company continues to comply with the qualification criteria and that the information previously provided is still valid and correct. To this scope, the supporting company shall complete attachment 4.1 and provide all relevant information.

34. 34.1

Award Criteria Subject to ITT 33, the Employer will award the contract(s) to the Tenderer(s) whose tender(s) has been determined to be substantially responsive and the combination of these tender prices which, including any discounts offered, yield the lowest total evaluated price, provided further that the Tenderers are determined to be qualified to perform the contract satisfactorily.

37

Part 1 - Section III: Evaluation and Qualification Criteria

The contract award will be to a single Tenderer if its tender offers the lowest total evaluated price and the Tenderer is determined to be qualified to perform the Contract satisfactorily.

38

Part 1 - Section IV: Tender Forms

Section IV: Tender Forms


Table of Forms

Letter of Tender

Appendix to Tender

Attachments to the Tender

Attachment 1: Power of Attorney

Attachment 2: Tender Security

Attachment 3: Schedules of Prices / Bill of Quantities

Attachment 4: Tenderers Post-Qualification 4.1 4.2 4.3 4.4 4.5 Confirmation and update of Tenderers Qualifications Financial Resources Personnel Equipment Support by company of the same corporate group

Attachment 5: Technical Proposal 5.1 5.2 5.3 5.4 5.5 5.6 5.7 5.8 5.9 Work Programme Construction Method Statement Management Systems List of proposed Subcontractors and related information Site office Cash Flow Schedule Eligibility of the Goods and Services offered by the Tenderer Breakdown of unit prices Further Information

39

Part 1 - Section IV: Tender Forms

Letter of Tender

The Tenderer must prepare the Letter of Tender on stationery with its letterhead clearly showing the Tenderers complete name and address. In case the Tenderer tenders for several lots, one Letter of Tender will be presented for each Lot.

Date: _______________ Tendering No.: _______________ Invitation for Tender No.: _______________ To: Romanian National Company of Motorways of National Roads Nr. 38 Dinicu Golescu Blvd, sector 1, 8 floor, 010873, Bucharest, ROMANIA
th

ADDRESS:

We, the undersigned, declare that: (a) (b) (c) (d) We have examined and have no reservations to the Tender Documents, including Addenda issued in accordance with Instruction to Tenderers (ITT) Paragraph 8; We offer to execute in conformity with the Tender Documents the following Works: ____________________________________________________________________; The total price of our Tender, excluding any discounts offered in item (d) below is: ___________________________; The discounts offered and the methodology for their application are: ____________________________________________________________________; The discounts are applicable to each and every item with the exception of provisional sums provided for in Bill A General items. The quoted amounts do not include value added tax (VAT). To these amounts, VAT shall be added in accordance with the applicable legal provisions. The Contract shall be paid in the following currencies: Percentage payable in currency Inputs for which foreign currency are required

(e) (f)

Currency (1) (2) (g)

Our Tender shall be valid for a period of ________ [insert validity period as specified in ITT 18.1.] days from the date fixed for the Tender submission deadline in accordance with the Tender Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period; We acknowledge that the Appendix forms part of this Letter of Tender. If our Tender is accepted, we commit to obtain a performance security in accordance with the Tender Document;

(h) (i)

40

Part 1 - Section IV: Tender Forms

(j) (k) (l)

Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities from eligible countries; We, including any subcontractors or suppliers for any part of the contract, do not have any conflict of interest in accordance with ITT 4.3; We are not participating, as a Tenderer or as a subcontractor, in more than one Tender in this Tendering process in accordance with ITT 4.3, other than alternative offers submitted in accordance with ITT 13; Our firm, its affiliates or subsidiaries and the Subcontractors or Suppliers or affiliates of the Subcontractors or Suppliers, for any part of the contract, have not been declared ineligible by the Bank, under the Employers country laws or official regulations or by an act of compliance with a decision of the United Nations Security Council; We are not a government owned entity / We are a government owned entity but meet 1 the requirements of ITT 4.5; We have paid, or will pay the following commissions, gratuities, or fees with respect to 2 the Tendering process or execution of the Contract: Name of Recipient Address Reason Amount

(m)

(n) (o)

(p)

We understand that this Tender, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed; We understand that you are not bound to accept the lowest evaluated Tender or any other Tender that you may receive; and If awarded the contract, the person named below shall act as Contractors Representative: ________________________________________________________

(q) (r)

Name: In the capacity of: Signed: Duly authorised to sign the Tender for and on behalf of: Date:

1 2

Use one of the two options as appropriate. If none has been paid or is to be paid, indicate none.

41

Part 1 - Section IV: Tender Forms

Appendix to Tender

All reference Clauses and Sub-clauses provided in the Appendix to Letter of Tender shall be construed as reference Clauses and Sub-clauses in Section VII, General Conditions of Contract. Tenderers are required to fill in the blank spaces in this Appendix.

Name of contract: Rehabilitation works for Bridge no. 07 at Cernavoda, on A2 km 157+600 and for Bridge no. 10 over the railway on DN 2B km 47+975 at Gaiseanca (lot 4)

Sub-Clauses of General Conditions of Contract or Special Conditions Contracting Authoritys name and address (Employer) 1.1.2.2 & 1.3

DATA

Contact name Mrs. Daniela Draghia, General Director Executing agency National Company of Motorways and National Roads Address Nr. 38 Dinicu Golescu Blvd, sector 1, 8th floor, 010873, Bucharest, ROMANIA Tel: (40) 021 264 32 92 Fax: (40) 021 318 66 62

Contractors name and address Engineers name & address

1.1.2.3 & 1.3 Louis Berger Group, Inc 2300 N Street, NW, Washington, DC 20037, USA European Bank for Reconstruction and Development Romania, represented by the Ministry of Public Finance 730 days

1.1.2.4 & 1.3

Banks name Borrowers name Time for Completion of the Works Defects Notification Period

1.1.2.11 1.1.2.12 1.1.3.3

1.1.3.7

730 days

* Initials of signatory of Tender.

42

Part 1 - Section IV: Tender Forms

Sections

1.1.5.6

Section 1: Bridge no. 07 at Cernavoda, on A2 km 157+600 Section 2: Bridge no. 10 over the railway on DN 2B km 47+975 at Gaiseanca

Electronic transmission systems Governing Law Ruling language Language for communications

1.3

Facsimile only.

1.4 1.4 1.4

Romanian English English, with a translation in Romanian 7 days after the Commencement Date 10% of the Accepted Amount in Euro only Contract

Time for access to the Site

2.1

Amount of Performance Security Default in maintenance or implementation of the Traffic Management Plan Normal Working Hours

4.2

4.22

10,000 EURO per occurrence

6.5

In accordance with the applicable Labour Code 10,000 EURO per occurrence For Section 1: 1. Painting of steel structure 2. Deck slab repair, Piers concrete repair 3. Roadway and walkway pavement and waterproofing replacement, expansion joints replacement, Electrical equipment replacement, Guard rail replacement, Painting of pedestrian parapet on 2 lanes 4. Roadway and walkway pavement and waterproofing replacement, expansion joints replacement, Electrical equipment replacement, Guard rail replacement, Painting of pedestrian parapet on other 2 lanes

Failure to provide revised programme in due time Indicators for milestones

8.3

8.3

* Initials of signatory of Tender.

43

Part 1 - Section IV: Tender Forms

For Section 2: 1. Deck slab repair, Piers and pier caps concrete repair, beams repair 2. Roadway and walkway pavement and waterproofing replacement 3. Guard rail replacement, Pedestrian parapet replacement Delay damages for the Works 8.7&14.15(b) 0.1% per day of the final Contract Price per day, in the currencies and proportions in which the Contract Price is payable 15% of the final Contract Price

Maximum amount of Delay damages Percentage for adjustment of Provisional Sums Adjustment for change in cost Table of adjustment data Coefficients Range of Country of and coefficien origin; description of t currency of related cost (2) index elements (3) (1) A=0.10 fixed B= <enter value>Labour C= <enter value>Bitumen

8.7

13.5(b)

5%

13.8 Source of index; Title/definition (4) Value on stated dates (January 2011) (5)

Between 0.20 and 0.40 Between 0.00 and 0.10 Romania RON National Institute of Statistics. Monthly Statistical Bulletin. Table 54 Average gross earnings Construction National Institute of Statistics. Prices Statistical Bulletin. Industrial production price indices for total by activities (classes). CANE Rev 2. 1920. Manufacture of refined petroleum products National Institute of Statistics. Prices Statistical Bulletin. Harmonised indices consumer price by groups and services according to the COICOP classification. Code 4.5.3 Liquid fuels National Institute of Statistics. Prices Statistical Bulletin. Industrial production price indices for total by activities (classes). CANE Rev 2. 0812. Operation of gravel and sand pits; mining of clays and kaolin 1619

Romania RON

207.27

D= <enter value> - Fuel

Between 0.00 and 0.20

Romania RON

140.80

E= <enter value> Aggregates

Between 0.00 and 0.20

Romania RON

136.57

* Initials of signatory of Tender.

44

Part 1 - Section IV: Tender Forms

F= <enter value> Energy

Between 0.00 and 0.10

Romania RON

G= <enter value> Equipment/ Machinery

Between 0.05 and 0.25

Romania RON

H= <enter value> Metallic constructions

Between 0.05 and 0.25

Romania RON

I= <enter value> Cement

Between 0.00 and 0.10

Romania RON

National Institute of Statistics. Prices Statistical Bulletin. Industrial production price indices for total by activities (divisions). CANE Rev 2. 35. Electricity, gas, steam and air conditioning supply (total) National Institute of Statistics. Prices Statistical Bulletin. Industrial production price indices for total by activities (divisions). CANE Rev 2. 28. Manufacture of machinery and equipment not elsewhere classified (total) National Institute of Statistics. Prices Statistical Bulletin. Industrial production price indices for total by activities (divisions). CANE Rev 2. 25. Manufacture of fabricated metal products except machinery and equipment (total) National Institute of Statistics. Prices Statistical Bulletin. Industrial production price indices for total by activities (classes). CANE Rev 2. 2351. Manufacture of cement

131.43

148.45

155.06

117.64

Note: Tenderers are requested to enter coefficient values in column (1). These values shall be within the range defined under column (2). The total of all coefficient values shall be 1. The values and dates stated in column (5) confirm the definition of each index but do not define Base Date indices. Total Advance Payment 14.2 Maximum 10% of the estimated value of the works planned to be performed during each calendar year

For the sole purposes of estimates of advance payment, the Tenderer shall fill in the following table: Estimated value of works Proposed value of Advance Payment envisaged for performance during as percentage of the estimated value of works performed (%) (up to the the calendar year (Euro) maximum rate stated above) 2011 2012 2013 Currencies and Proportions 14.2 Currencies and proportions in which the Contract Price is payable 10% of each certificate 5% of the Accepted Contract Amount

Percentage of retention Limit of Retention Money

14.3 14.3

* Initials of signatory of Tender.

45

Part 1 - Section IV: Tender Forms

Failure to submit updated estimate in due time Plants and Materials intended for the Works

14.4

10,000 Euro per occurrence Materials for payment when delivered to the Site: -guardrail included in item 264/b -polyester coat included in item B.6.17 -anticorrosion paint included in item NP17 3% of the Accepted Contract Amount

14.5(c)(i)

Minimum amount of Interim Payment Certificate Currencies of payment Currency Unit

14.6

14.15 Percentage payable in the Currency <complete> % <complete> % Rate of exchange: number of units per Euro 1 Official exchange rate published by the National Bank of Romania for the date 49 days prior to the last day of the period to which the particular Payment Certificate relates. Official exchange rate published by the National Bank of Romania for the date 49 days prior to the last day of the period to which the particular Payment Certificate relates. a) evidence of insurance 14 days b) relevant policies 28 days 500.000 EURO per occurrence with an unlimited number of occurrences 1 English Bucharest

Euro Leu

<Other currency>

<complete> %

Periods for insurance

submission of

of

18.1 18.3. 20.6 20.6 20.6

Minimum Amount party insurance Number of arbitrators

third

Language of arbitration Place of arbitration

Signature Capacity

__________________________________________ _____________________________________

duly authorised to sign for and on behalf of _______________________________________

46

Part 1 - Section IV: Tender Forms

APPENDIX TO TENDER Name of contract: Rehabilitation works for Bridge no. 08 at Borcea, A2 km 149+680 (lot 5)

Sub-Clauses of General Conditions of Contract or Special Conditions Contracting Authoritys name and address (Employer) 1.1.2.2 & 1.3

DATA

Contact name Mrs. Daniela Draghia, General Director Executing agency National Company of Motorways and National Roads Address Nr. 38 Dinicu Golescu Blvd, th sector 1, 8 floor, 010873, Bucharest, ROMANIA Tel: (40) 021 264 32 92 Fax: (40) 021 318 66 62

Contractors name and address Engineers name & address

1.1.2.3 & 1.3 Louis Berger Group, Inc 2300 N Street, NW, Washington, DC 20037, USA European Bank for Reconstruction and Development Romania, represented by the Ministry of Public Finance 730 days

1.1.2.4 & 1.3

Banks name Borrowers name Time for Completion of the Works Defects Notification Period Electronic transmission systems Governing Law Ruling language Language for communications

1.1.2.11 1.1.2.12 1.1.3.3

1.1.3.7 1.3

730 days Facsimile only.

1.4 1.4 1.4

Romanian English English, with a translation in Romanian 7 days after the Commencement Date

Time for access to the Site

2.1

* Initials of signatory of Tender.

47

Part 1 - Section IV: Tender Forms

Default in observing dead line for bridge closure for reasons essentially due to the Contractor Amount of Performance Security Default in maintenance or implementation of the Traffic Management Plan Normal Working Hours

2.5

10,000 EURO per day

4.2

10% of the Accepted Amount in Euro only

Contract

4.22

10,000 EURO per occurrence

6.5

In accordance with the applicable Labour Code 10,000 EURO per occurrence 1. Deck slab repair, Piers and pier caps concrete repair 2. Piers and pier caps concrete repair, beams repair 3. Roadway and walkway pavement and waterproofing replacement, expansion joints replacement, Electrical equipment replacement, Guard rail replacement, Painting of pedestrian parapet on 2 lanes 4. Roadway and walkway pavement and waterproofing replacement, expansion joints replacement, Electrical equipment replacement, Guard rail replacement, Painting of pedestrian parapet on other 2 lanes 0.1% of the final Contract Price per day, in the currencies and proportions in which the Contract Price is payable 15% of the final Contract Price

Failure to provide revised programme in due time Indicators for milestones

8.3

8.3

Delay damages for the Works

8.7&14.15(b)

Maximum amount of Delay damages Percentage for adjustment of Provisional Sums

8.7

13.5(b)

5%

* Initials of signatory of Tender.

48

Part 1 - Section IV: Tender Forms

Adjustment for change in cost Table of adjustment data Coefficients Range of Country of and coefficien origin; description of t currency of related cost (2) index elements (3) (1) A=0.10 fixed B= <enter value>Labour C= <enter value>Bitumen

13.8 Source of index; Title/definition (4) Value on stated dates (January 2011) (5)

Between 0.20 and 0.40 Between 0.00 and 0.10 Romania RON National Institute of Statistics. Monthly Statistical Bulletin. Table 54 Average gross earnings Construction National Institute of Statistics. Prices Statistical Bulletin. Industrial production price indices for total by activities (classes). CANE Rev 2. 1920. Manufacture of refined petroleum products National Institute of Statistics. Prices Statistical Bulletin. Harmonised indices consumer price by groups and services according to the COICOP classification. Code 4.5.3 Liquid fuels National Institute of Statistics. Prices Statistical Bulletin. Industrial production price indices for total by activities (classes). CANE Rev 2. 0812. Operation of gravel and sand pits; mining of clays and kaolin National Institute of Statistics. Prices Statistical Bulletin. Industrial production price indices for total by activities (divisions). CANE Rev 2. 35. Electricity, gas, steam and air conditioning supply (total) National Institute of Statistics. Prices Statistical Bulletin. Industrial production price indices for total by activities (divisions). CANE Rev 2. 28. Manufacture of machinery and equipment not elsewhere classified (total) National Institute of Statistics. Prices Statistical Bulletin. Industrial production price indices for total by activities (divisions). CANE Rev 2. 25. Manufacture of fabricated metal products except machinery and equipment (total) 1619

Romania RON

207.27

D= <enter value> - Fuel

Between 0.00 and 0.20

Romania RON

140.80

E= <enter value> Aggregates

Between 0.00 and 0.20

Romania RON

136.57

F= <enter value> Energy

Between 0.00 and 0.10

Romania RON

131.43

G= <enter value> Equipment/ Machinery

Between 0.05 and 0.25

Romania RON

148.45

H= <enter value> Metallic constructions

Between 0.05 and 0.25

Romania RON

155.06

* Initials of signatory of Tender.

49

Part 1 - Section IV: Tender Forms

I= <enter value> Cement

Between 0.00 and 0.10

Romania RON

National Institute of Statistics. Prices Statistical Bulletin. Industrial production price indices for total by activities (classes). CANE Rev 2. 2351. Manufacture of cement

117.64

Note: Tenderers are requested to enter coefficient values in column (1). These values shall be within the range defined under column (2). The total of all coefficient values shall be 1. The values and dates stated in column (5) confirm the definition of each index but do not define Base Date indices. Total Advance Payment 14.2 Maximum 10% of the estimated value of the works planned to be performed during each calendar year, payable in the.

For the sole purposes of estimates of advance payment, the Tenderer shall fill in the following table: Estimated value of works Proposed value of Advance Payment envisaged for performance during as percentage of the estimated value of works performed (%) (up to the the calendar year (Euro) maximum rate stated above) 2010 2011 2012 Currencies and Proportions 14.2 Currencies and proportions in which the Contract Price is payable 10% of each certificate 3% of the Accepted Contract Amount 10,000 Euro per occurrence Materials for payment when delivered to the Site: -guardrail included in item 264/b -polyester coat included in item B.6.17 5 % of the Accepted Contract Amount

Percentage of retention Limit of Retention Money Failure to submit updated estimate in due time Plants and Materials intended for the Works

14.3 14.3 14.4

14.5(c)(i)

Minimum amount of Interim Payment Certificate Currencies of payment Currency Unit

14.6

14.15 Percentage payable in the Currency <complete> % <complete> % Rate of exchange: number of units per Euro 1 Official exchange rate published by the National Bank of Romania for the date 49 days prior to the last day of the period to which the particular Payment Certificate relates.

Euro Leu

* Initials of signatory of Tender.

50

Part 1 - Section IV: Tender Forms

<Other currency>

<complete> %

Periods for insurance

submission of

of

18.1 18.3. 20.6 20.6 20.6

Minimum Amount party insurance Number of arbitrators

third

Official exchange rate published by the National Bank of Romania for the date 49 days prior to the last day of the period to which the particular Payment Certificate relates. a) evidence of insurance 14 days b) relevant policies 28 days 500.000 EURO per occurrence with an unlimited number of occurrences 1 English Bucharest

Language of arbitration Place of arbitration

Signature Capacity

__________________________________________ _____________________________________

duly authorised to sign for and on behalf of _______________________________________

51

Part 1 - Section IV: Tender Forms

APPENDIX TO TENDER Name of contract: Rehabilitation works for Bridge no. 4 on DN 22C km 38+002 at Poarta Alba, for Bridge no. 5 on DN 2A km 196+739 at Ovidiu, for Bridge no. 6 on DN 3 km 242+286 at Murfatlar (Basarabi) and for Bridge no. 9 on DN 39 km 49+157 at Mangalia (lot 6)

Sub-Clauses of General Conditions of Contract or Special Conditions Contracting Authoritys name and address (Employer) 1.1.2.2 & 1.3

DATA

Contact name Mrs. Daniela Draghia, General Director Executing agency National Company of Motorways and National Roads Address Nr. 38 Dinicu Golescu Blvd, th sector 1, 8 floor, 010873, Bucharest, ROMANIA Tel: (40) 021 264 32 92 Fax: (40) 021 318 66 62

Contractors name and address Engineers name & address

1.1.2.3 & 1.3 Louis Berger Group, Inc 2300 N Street, NW, Washington, DC 20037, USA European Bank for Reconstruction and Development Romania, represented by the Ministry of Public Finance 730 days

1.1.2.4 & 1.3

Banks name Borrowers name Time for Completion of the Works Defects Notification Period Sections

1.1.2.11 1.1.2.12 1.1.3.3

1.1.3.7 1.1.5.6

730 days Section 1: Bridge no. 4 on DN 22C km 38+002 at Poarta Alba Section 2: Bridge no. 5 on DN 2A km 196+739 at Ovidiu Section 3: Bridge no. 6 on DN 3 km 242+286 at Murfatlar (Basarabi) Section 4: Bridge no. 9 on DN 39 km 49+157 at Mangalia

Electronic transmission systems Governing Law Ruling language

1.3

Facsimile only.

1.4 1.4

Romanian English

* Initials of signatory of Tender.

52

Part 1 - Section IV: Tender Forms

Language for communications

1.4

English, with a translation in Romanian 7 days after the Commencement Date 10% of the Accepted Amount in Euro only Contract

Time for access to the Site

2.1

Amount of Performance Security Default in maintenance or implementation of the Traffic Management Plan Normal Working Hours

4.2

4.22

10,000 EURO per occurrence

6.5

In accordance with the applicable Labour Code 10,000 EURO per occurrence For each of Sections 1, 2 and 3: 1. Deck slab repair 2. Roadway and walkway pavement and waterproofing replacement, Electrical equipment replacement 3. Guard rail replacement, Painting of pedestrian parapet 4. Rehabilitation of storm water collecting system For Section 4: 1. Deck slab repair, Piers concrete repair 2. Roadway and walkway pavement and waterproofing replacement, Electrical equipment replacement 3. Guard rail replacement, Painting of pedestrian parapet 4. Painting of steel structure

Failure to provide revised programme in due time Indicators for milestones

8.3

8.3

Delay damages for the Works

8.7&14.15(b)

0.1% of the final Contract Price per day, in the currencies and proportions in which the Contract Price is payable 15% of the final Contract Price 5%

Maximum amount of Delay damages Percentage for adjustment of Provisional Sums

8.7 13.5(b)

* Initials of signatory of Tender.

53

Part 1 - Section IV: Tender Forms

Adjustment for change in cost Table of adjustment data Coefficients Range of Country of and coefficien origin; description of t currency of related cost (2) index elements (3) (1) A=0.10 fixed B= <enter value>Labour C= <enter value>Bitumen

13.8 Source of index; Title/definition (4) Value on stated dates (January 2011) (5)

Between 0.20 and 0.40 Between 0.00 and 0.10 Romania RON National Institute of Statistics. Monthly Statistical Bulletin. Table 54 Average gross earnings Construction National Institute of Statistics. Prices Statistical Bulletin. Industrial production price indices for total by activities (classes). CANE Rev 2. 1920. Manufacture of refined petroleum products National Institute of Statistics. Prices Statistical Bulletin. Harmonised indices consumer price by groups and services according to the COICOP classification. Code 4.5.3 Liquid fuels National Institute of Statistics. Prices Statistical Bulletin. Industrial production price indices for total by activities (classes). CANE Rev 2. 0812. Operation of gravel and sand pits; mining of clays and kaolin National Institute of Statistics. Prices Statistical Bulletin. Industrial production price indices for total by activities (divisions). CANE Rev 2. 35. Electricity, gas, steam and air conditioning supply (total) National Institute of Statistics. Prices Statistical Bulletin. Industrial production price indices for total by activities (divisions). CANE Rev 2. 28. Manufacture of machinery and equipment not elsewhere classified (total) National Institute of Statistics. Prices Statistical Bulletin. Industrial production price indices for total by activities (divisions). CANE Rev 2. 25. Manufacture of fabricated metal products except machinery and equipment (total) 1619

Romania RON

207.27

D= <enter value> - Fuel

Between 0.00 and 0.20

Romania RON

140.80

E= <enter value> Aggregates

Between 0.00 and 0.20

Romania RON

136.57

F= <enter value> Energy

Between 0.00 and 0.10

Romania RON

131.43

G= <enter value> Equipment/ Machinery

Between 0.05 and 0.25

Romania RON

148.45

H= <enter value> Metallic constructions

Between 0.05 and 0.25

Romania RON

155.06

* Initials of signatory of Tender.

54

Part 1 - Section IV: Tender Forms

I= <enter value> Cement

Between 0.00 and 0.10

Romania RON

National Institute of Statistics. Prices Statistical Bulletin. Industrial production price indices for total by activities (classes). CANE Rev 2. 2351. Manufacture of cement

117.64

Note: Tenderers are requested to enter coefficient values in column (1). These values shall be within the range defined under column (2). The total of all coefficient values shall be 1. The values and dates stated in column (5) confirm the definition of each index but do not define Base Date indices. Total Advance Payment 14.2 Maximum 10% of the estimated value of the works planned to be performed during each calendar year, payable in the.

For the sole purposes of estimates of advance payment, the Tenderer shall fill in the following table: Estimated value of works Proposed value of Advance Payment envisaged for performance during as percentage of the estimated value of works performed (%) (up to the the calendar year (Euro) maximum rate stated above) 2010 2011 2012 Currencies and Proportions 14.2 Currencies and proportions in which the Contract Price is payable 10% of each certificate 3% of the Accepted Contract Amount 10,000 Euro per occurrence Materials for payment when delivered to the Site: -guardrail included in item 264/b -polyester coat included in item B.6.17 -anticorrosion paint included in item NP17 5 % of the Accepted Contract Amount

Percentage of retention Limit of Retention Money Failure to submit updated estimate in due time Plants and Materials intended for the Works

14.3 14.3 14.4

14.5(c)(i)

Minimum amount of Interim Payment Certificate Currencies of payment Currency Unit

14.6

14.15 Percentage payable in the Currency <complete> % Rate of exchange: number of units per Euro 1

Euro

* Initials of signatory of Tender.

55

Part 1 - Section IV: Tender Forms

Leu

<complete> %

<Other currency>

<complete> %

Periods for insurance

submission of

of

18.1 18.3. 20.6 20.6 20.6

Minimum Amount party insurance Number of arbitrators

third

Official exchange rate published by the National Bank of Romania for the date 49 days prior to the last day of the period to which the particular Payment Certificate relates. Official exchange rate published by the National Bank of Romania for the date 49 days prior to the last day of the period to which the particular Payment Certificate relates. a) evidence of insurance 14 days b) relevant policies 28 days 500.000 EURO per occurrence with an unlimited number of occurrences 1 English Bucharest

Language of arbitration Place of arbitration

Signature Capacity

__________________________________________ _____________________________________

duly authorised to sign for and on behalf of _______________________________________

56

Part 1 - Section IV: Tender Forms

Attachment 1 POWER OF ATTORNEY

Please attach here the power of attorney, duly authorised by a Notary Public, empowering the signatory of the tender and all related documentation.

Signature:

..................................................................................

(a person or persons authorised to sign on behalf of the tenderer)

Date:

.....................

57

Part 1 - Section IV: Tender Forms

Attachment 2 TENDER SECURITY

Please attach here the Tender Security, in accordance with the form presented hereafter. <one Tender Security to be submitted for each lot>

Signature:

..................................................................................

(a person or persons authorised to sign on behalf of the tenderer)

Date:

.....................

58

Part 1 - Section IV: Tender Forms

FORM OF TENDER SECURITY

All italicised text is for use in preparing this form and shall be deleted from the final product.

__________________________ [Banks Name, and Address of Issuing Branch or Office] Beneficiary: National Company of Motorways and National Roads Address Nr. 38 Dinicu Golescu Blvd, sector 1, 8th floor, 010873, Bucharest, ROMANIA Date: __________________________ TENDER GUARANTEE No.: __________________________ We have been informed that __________________________ [name of the Tenderer] (hereinafter called "the Tenderer") has submitted to you its Tender dated ___________ (hereinafter called "the Tender") for the execution of ________________ [name of contract] under Invitation for Tenders No. ___________ (the IFT). Furthermore, we understand that, according to your conditions, Tenders must be supported by a Tender guarantee. At the request of the Tenderer, we ____________________ [name of issuing bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ___________ [amount in figures] (____________) [amount in words] upon receipt by us of your first demand in writing accompanied by a written statement stating that the Tenderer is in breach of its obligation(s) under the Tender conditions, because the Tenderer: (a) (b) has withdrawn its Tender during the period of Tender validity specified by the Tenderer in the Letter of Tender; or having been notified of the acceptance of its Tender by the Employer during the period of Tender validity, (i) fails or refuses to execute the Contract Form, if required, or (ii) fails or refuses to furnish the performance security, in accordance with the Tender Document .

This guarantee will expire: (a) if the Tenderer is the successful Tenderer, upon our receipt of copies of the contract signed by the Tenderer and the performance security issued to you upon the instruction of the Tenderer; and (b) if the Tenderer is not the successful Tenderer, upon the earlier of (i) our receipt of a copy your notification to the Tenderer of the name of the successful Tenderer; or (ii) twenty-eight days after the expiration of the Tenderers Tender. Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758. _________________________ [signature(s)] Authorised for: [name of issuing bank]

59

Part 1 - Section IV: Tender Forms

Attachment 3 BILLS OF QUANTITIES

Please attach here the completed Bills of Quantities, in accordance with the tender documents. <one set of documents to be completed for each lot>

Signature:

..................................................................................

(a person or persons authorised to sign on behalf of the tenderer)

Date:

.....................

60

Part 1 - Section IV: Tender Forms

Attachment 4.1 CONFIRMATION AND UPDATE OF TENDERERS QUALIFICATION

Please attach here any information updating your original prequalification application and confirm that the other original prequalification information submitted remains essentially correct as of the date of tender submission. Tenderers shall also complete and attach the tenderer information sheet below.

Signature:

..................................................................................

(a person or persons authorised to sign on behalf of the tenderer)

Date:

.....................

61

Part 1 - Section IV: Tender Forms

Tenderer Information Sheet (in case of JVCA, each partner shall fill in the present form)

Tenderer Information Tenderers legal name

In case of JVCA, legal name of each partner

Tenderers country of constitution

Tenderers year of constitution

Tenderers legal address in country of constitution Tenderers authorized representative (name, address, telephone numbers, fax numbers, e-mail address) Attached are copies of the following original documents.

1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITT
4.1 and 4.2.

2. Authorization to represent the firm or JVCA named in above, in accordance with ITT 20.2. 3. In case of a government-owned entity, any additional documents not covered under 1 above
required to comply with ITT 4.5.

Signature:

..................................................................................

(a person or persons authorised to sign on behalf of the tenderer)

Date:

.....................

62

Part 1 - Section IV: Tender Forms

Attachment 4.2 FINANCIAL RESOURCES Specify proposed sources of financing to meet the cash flow demands of the Project, net of current commitments specified in the Evaluation and Qualification Criteria.

Source of financing 1. 2. 3. 4.

Amount (euro equivalent)

Use the National Bank of Romania exchange rate prevailing 21 days prior to the deadline for submission of the present tender. Attach original confirmation statement(s) from the Tenderer bank(s)

Signature:

..................................................................................

(a person or persons authorised to sign on behalf of the tenderer)

Date:

.....................

63

Part 1 - Section IV: Tender Forms

Attachment 4.3 PERSONNEL Proposed Personnel for the project Tenderers should provide the names of suitably qualified personnel to meet the specified requirements for each of the positions listed in Section III (Evaluation and Qualification Criteria). The data on their experience should be supplied using the Form below for each candidate. 1. Title of position Name 2. Title of position Name 3. Title of position Name 4. Title of position Name 5. Title of position Name 6. Title of position Name etc. Title of position Name

Signature:

..................................................................................

(a person or persons authorised to sign on behalf of the tenderer)

Date:

.....................

64

Part 1 - Section IV: Tender Forms

Resume of Proposed Personnel The Tenderer shall provide all the information requested below for each of the personnel listed the schedule of the Contractors proposed Personnel. Fields with asterix (*) shall be used for evaluation. Each proposed Personnel shall sign the statement at the end of his Resume. A copy of the university degree or equivalent diploma for each Personnel will also be attached. Position* Personnel information Name * Date of birth

Professional qualifications * (requirement: university degree in construction, or equivalent) Present employment Name of Employer Address of Employer Telephone Fax Job title Contact (manager / personnel officer) E-mail Years with present Employer

Summarize professional experience in reverse chronological order, project by project. Indicate particular technical and managerial experience relevant to the project. From* To* Company, Project, Position, and Relevant Technical Experience* Company: Project: Position: Relevant Technical and Management Experience: Company: Project: Position: Relevant Technical and Management Experience: Company: Project: Position: Relevant Technical and Management Experience: and Management

Personnel Statement: I, the undersigned ____________(name of the proposed Personnel), hereby: - confirm that I am available for the present project, - confirm that I am exclusively committed to the tenderer _______________________ <name of the tenderer> for the present project, - certify that to the best of my knowledge and belief, these data correctly describes me, my qualifications and my experience . Signature: .................................................................................. (proposed Personnel) Signature: ..................................................................................

65

Part 1 - Section IV: Tender Forms

(a person or persons authorised to sign on behalf of the tenderer) Date: .....................

66

Part 1 - Section IV: Tender Forms

Attachment 4.4 EQUIPMENT The Tenderer shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for the key equipment listed in Section III (Evaluation and Qualification Criteria). A separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by the Tenderer. The Tenderer shall provide all the information requested below, to the extent possible. Fields with asterisk (*) shall be used for evaluation. Type of Equipment* Equipment Information Name of manufacturer Model and power rating

Capacity*

Year of manufacture*

Current Status

Current location

Details of current commitments

Source

Indicate source of the equipment Owned Rented

Leased

Specially manufactured

The following information shall be provided only for equipment not owned by the Tenderer. Owner Name of owner Address of owner

Telephone Fax Agreements

Contact name and title Telex

Include proof of ownership as the case may be. Include copy of rental / lease / manufacture agreements specific to the project

Signature:

..................................................................................

(a person or persons authorised to sign on behalf of the tenderer)

Date:

.....................

67

Part 1 - Section IV: Tender Forms

Attachment 4.5 SUPPORT BY COMPANY OF THE SAME CORPORATE GROUP

In the event that a Tenderer has been pre-qualified by claiming the experience and capability of another company, part of the same corporate group than the Tenderer, for the purposes of meeting the minimum qualification requirements, the Tenderer shall: provide a guarantee from its parent company (or company from the same corporate group) in the format provided below. In case support was claimed from several companies, a guarantee shall be presented for each supporting company. The guarantee(s) shall be signed in front of a public notary by a person legally empowered to commit the guaranteeing company. Documents proving that the signatory is legally empowered will be attached (Power of Attorney, extract of statutes, etc). present confirmation that the supporting company continues to comply with the qualification criteria and that the information previously provided is still valid and correct. To this scope, the supporting company shall complete attachment 4.1 and provide all relevant information.

Signature:

..................................................................................

(a person or persons authorised to sign on behalf of the tenderer)

Date:

.....................

68

Part 1 - Section IV: Tender Forms

FORM OF PARENT COMPANY / GROUP MEMBER COMPANY GUARANTEE Brief description of Contract: Rehabilitation works for 7 bridges in Dobrogea area, in three lots Lot number <complete> Name and address of Employer: Romanian National Company of Motorways and National Roads Dinicu Golescu Blvd, no. 38, 010873 Bucharest, sector 1, Romania (together with successors and assigns). We have been informed that _____________________________ (hereinafter called the "Contractor") is submitting an offer for such Contract in response to your invitation, and that the conditions of your invitation require his offer to be supported by a parent company / group member company guarantee. In consideration of you, the Employer, awarding the Contract to the Contractor, we (name of parent company / group member company) _________________________ irrevocably and unconditionally guarantee to you, as a primary obligation, the due performance of all the Contractor's obligations and liabilities under the Contract, including the Contractor's compliance with all its terms and conditions according to their true intent and meaning. If the Contractor fails to so perform his obligations and liabilities and comply with the Contract, we will indemnify the Employer against and from all damages, losses and expenses (including legal fees and expenses) which arise from any such failure for which the Contractor is liable to the Employer under the Contract. This guarantee shall come into full force and effect when the Contract comes into full force and effect. If the Contract does not come into full force and effect within a year of the date of this guarantee, or if you demonstrate that you do not intend to enter into the Contract with the Contractor, this guarantee shall be void and ineffective. This guarantee shall continue in full force and effect until all the Contractor's obligations and liabilities under the Contract have been discharged, when this guarantee shall expire and shall be returned to us, and our liability hereunder shall be discharged absolutely. This guarantee shall apply and be supplemental to the Contract as amended or varied by the Employer and the Contractor from time to time. We hereby authorise them to agree any such amendment or variation, the due performance of which and compliance with which by the Contractor are likewise guaranteed hereunder. Our obligations and liabilities under this guarantee shall not be discharged by any allowance of time or other indulgence whatsoever by the Employer to the Contractor, or by any variation or suspension of the works to be executed under the Contract, or by any amendments to the Contract or to the constitution of the Contractor or the Employer, or by any other matters, whether with or without our knowledge or consent. This guarantee shall be governed by the law of the same country (or other jurisdiction) as that which governs the Contract and any dispute under this guarantee shall be finally settled under the Rules of Arbitration of the International Chamber of Commerce by one or more arbitrators appointed in accordance with such Rules. We confirm that the benefit of this guarantee may be assigned subject only to the provisions for assignment of the Contract. Date _______________________ Signature(s)_____________________________

69

Part 1 - Section IV: Tender Forms

Attachment 5.1 WORK PROGRAMME <one set of documents to be completed for each lot>

5.1.1

Give a critical path Work Schedule under a bar-chart format of your programme for the completion of the works in accordance with the required method of construction and stated time of completion. This Work Schedule shall show times and duties allocated for employees for this contract as well as the planned input of each Joint Venture member (if any) and sub-contractor. This Work Schedule shall also detail the relevant activities, dates, allocation of labour and plant resources, etc Detail the assumptions made regarding the prevailing weather conditions and the requirement to obtain various permits and approvals prior to the execution of the construction works. Explain the influence of these assumptions as regards the work programme.

5.1.2

The Contractor recognises that any calendar date or similar reference mentioned in any of the documents of its tender is indicative only and that such mentions do not entitle the Contractor to issue any claim in case the actual contract signature takes place at a different moment than assumed by the Contractor in the present Work Programme and other documents of its tender.

Signature ....................................................... (a person or persons authorised to sign on behalf of the tenderer)

Date .....................................

70

Part 1 - Section IV: Tender Forms

Attachment 5.2 CONSTRUCTION METHOD STATEMENT <one set of documents to be completed for each lot>

5.2.1 5.2.2

Submit a comprehensive Method Statement, with drawings where applicable, showing the methods proposed by the Tenderer for carrying out the works. Provide details regarding the temporary works to be undertaken and their timing, including any relevant sketches. Provide details relating to the sources of the key materials and estimated transportation distances for the materials. Attach Traffic Management Plan showing what measures will be implemented to manage the traffic while works are underway. Such a system shall describe, in the form of a sketch accompanied by narrative details, the sequence of signs, deviations, lighting, fence, etc, to be applied to each section of road with different cross profile characteristics (2, 3, 4 lanes), so that road users and riparian be protected.

5.2.3 5.2.4

Signature ....................................................... (a person or persons authorised to sign on behalf of the tenderer)

Date .....................................

71

Part 1 - Section IV: Tender Forms

Attachment 5.3 MANAGEMENT SYSTEMS <one set of documents to be completed for each lot> 5.3.1 Please provide hereunder details of the quality assurance system(s) proposed, to ensure successful completion of the Works. Please provide hereunder details of the environmental management system(s) proposed, to ensure successful completion of the Works. Please provide hereunder details of the health and safety management system(s) proposed, to ensure successful completion of the Works.

5.3.2

5.3.3

Signature ........................................................... (a person or persons authorised to sign on behalf of the tenderer)

Date................................................

72

Part 1 - Section IV: Tender Forms

Attachment 5.4 LIST OF PROPOSED SUB-CONTRACTORS <one set of documents to be completed for each lot> Where the Tenderer proposes to use a named subcontractor (s) for the execution of any part of the Works, the Tenderer shall provide the following information for each proposed subcontractor: name, head office address; place of incorporation / registration; year of incorporation / registration and contact details; brief description and the estimated value of the part of the Works, which is intended to be subcontracted; description of the capability and resources of the named subcontractor (s) to perform the proposed part of the Works including: (a) experience and past performance on the execution of similar works; (b) capabilities with respect to personnel, equipment, and construction; and (c) financial position appropriate justification of the need for the use of the proposed subcontractor for the execution of the Works

Signature ................................................. (a person or persons authorised to sign on behalf of the tenderer)

Date ..................

73

Part 1 - Section IV: Tender Forms

Attachment 5.5 SITE OFFICE

<one set of documents to be completed for each lot> State the proposed location of your main office on the site, stations (steel/concrete/asphalt structures), warehouses, laboratories, accommodation, etc. (sketches to be attached as required) The Employer cannot be held responsible for failure by the Tenderer to actually secure the proposed location, not for any delays resulting from delays in establishing the site office and related facilities.

Signature ................................................. (a person or persons authorised to sign on behalf of the tenderer)

Date ..................

74

Part 1 - Section IV: Tender Forms

Attachment 5.6 CASH-FLOW SCHEDULE

<one set of documents to be completed for each lot> Please insert here a cash flow schedule showing, for each month, the value of certified works, value of advance payment reimbursement, retention money, and the value of payments to be made by the Employer. The schedule shall primarily be completed in Euro. The other currencies requirements shall then be indicated, in accordance with those mentioned in the Letter of Tender. The Employer cannot be held responsible for the Tenderers assessment of the project cash flow.

Signature ................................................. (a person or persons authorised to sign on behalf of the tenderer)

Date ..................

75

Part 1 - Section IV: Tender Forms

Attachment 5.7 ELIGIBILITY OF GOODS AND SERVICES OFFERED BY THE TENDERER

<one set of documents to be completed for each lot> Please insert here evidence that all goods and services to be supplied under the Contract and financed by the Bank, will have as their country of origin an eligible country of the Bank as listed in Section V, Eligible Countries, in accordance with ITT 5. For the purposes of this attachment, the term goods includes commodities, raw material, machinery, equipment, and industrial plants; and related services includes services such as insurance, transportation, installation, commissioning, training, and initial maintenance.

Signature ................................................. (a person or persons authorised to sign on behalf of the tenderer)

Date ..................

76

Part 1 - Section IV: Tender Forms

Attachment 5.8 BREAKDOWN OF UNIT PRICES <one set of documents to be completed for each lot> For each unit price of the Bill of Quantities, please provide a detailed breakdown, using the attached form. The scope of the attached form is for Tenderers to detail, for each unit price, the related costs of: manpower, materials, equipment, site overheads, headquarters overheads and profit. Furthermore, the costs of manpower, materials and equipment (including transport) are detailed so as to indicate the productivity. The productivity / hour will indicate the quantity of item being produced in one hour (for example x sq.m.). In the section manpower, the quantity / h, for each type of worker, will indicate the number of workers of the relevant type (unskilled, concreter, foreman, etc) used during one hour of production. The cost / unit will be the total manpower cost for one hour divided by the number of units produced during one hour. The sections for materials and equipment are to be completed in a similar manner. Tenderers are requested to complete each relevant cell as well as fields in italics and may adapt the form so as to suit each particular item, but without modifying the overall concept.

Signature ............................................ (a person or persons authorised to sign on behalf of the tenderer)

Date ..................

77

Part 1 - Section IV: Tender Forms

78

Part 1 - Section IV: Tender Forms

Attachment 5.9 FURTHER INFORMATION <one set of documents to be completed for each lot> Tenderers may add here any further information that they deem useful for the evaluation of their tenders.

Signature ............................................ (a person or persons authorised to sign on behalf of the tenderer)

Date ..................

79

Part 1 - Section IV: Tender Forms

Attachment 6 JOINT VENTURE AGREEMENT <one set of documents to be completed for each lot>

In case of JVCA, please attach here the letter of intent to form JVCA or JVCA agreement, in accordance with ITT 4.1.

Signature ............................................ (a person or persons authorised to sign on behalf of the tenderer)

Date ..................

80

Part 1 - Section V: Eligible Countries

Section V: Eligible Countries


The Bank permits firms and individuals from all countries to offer goods, works and services for Bank-financed projects regardless of whether the country is a member of the Bank. Consistent with international law, the proceeds of the Banks loans, equity investment or guarantees shall not be used for payment to persons or entities or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations. Persons or entities, or suppliers offering goods and services, covered by such prohibition shall therefore not be eligible for the award of Bankfinanced contracts.

81

Part 2 Requirements

TENDER DOCUMENTS

Procurement of Works

Part II Requirements

82

Part 2 Section VI: Requirements Lot 4

Section VI: Requirements Lot 4 Lot 4 - Rehabilitation works for Bridge no. 07 at Cernavoda, on A2 km 157+600 and for Bridge no. 10 over the railway on DN 2B km 47+975 at Gaiseanca
Contents

Section VI.i Section VI.ii Section VI.iii

Bill of Quantities Specifications Drawings

Part 2 Section VI.i: Bill of Quantities Lot 4

SECTION VI.i BILLS OF QUANTITIES

84

Part 2 Section VI.i: Bill of Quantities Lot 4

I. PREAMBLE TO THE BILLS OF QUANTITIES The Tenderers shall price separately each Item in the Bills of Quantities (B/Q) and shall introduce the total amount of the Bills in the Summary of each works type. The total amount of these summaries will be introduced in the Grand Summary given in B/Q. The B/Q must be read with all the other Contract Documents and the Contractor shall be deemed to have thoroughly acquainted himself with the detailed descriptions of the works to be done and the way in which they are to be carried out. The whole of the works is to be executed to their true intent and meaning and to the entire satisfaction of the Engineer. I.1. QUANTITY OF ITEMS The quantities set forth against the Items in each Bill are an estimation of the quantity of each kind of the work likely to be carried out under the Contract and are given for the convenience of forming a common basis for bids. There is no guarantee to the Contractor that he will be required to carry out the quantities of work indicated under anyone particular item in the B/Q or that the quantities will not differ in magnitude from those stated in the Bills. When pricing items, reference should be made to the Conditions of Contract, the Specifications and relevant Drawings for directions and descriptions of work and materials involved. The quantities given in the B/Q are provisional, as estimated on the basis of the Plans for Approval, which have been taken as a basis for the present Tender Documents and are given to provide a common basis for Bidding. The Tenderers shall consider carefully all things included in the Tender Documentation. Comments, if any, concerning the quantities shall be made in the form of an attachment, following the system of itemization, quoting the codes and brief descriptions, as in the present documents, including the rates and prices. Except where specifically and expressly otherwise stated in the Technical Specifications or in the B/Q, the Permanent Works only shall be measured. The works shall be measured net to the dimensions shown on the Drawings or ordered in writing by the Engineer, except where otherwise specifically described or prescribed in the Contract. In adjusting extras or variations on the Contract, the work shall be measured on the same basis as that for which the quantities have been prepared and all works not specifically mentioned in the bill will be taken as included in the prices of various items. Where in the opinion of the Engineer extra works cannot be properly measured or valued, the Contractor, if so directed by the Engineer, shall carry out the work at daywork rates which shall be the rates shown in the Schedule of Daywork. All completed Daywork Sheets must be signed by the Engineer on or before the end of the week in which the work is executed. No allowance will be made for loss of materials or volume thereof during transport or compaction.

I.2. UNITS OF MEASUREMENT The calculation units used are the same as specified and allowed in the System International (SI) and used in the Technical Documentation herein. No other, but the units used in the Technical Documentation shall be used in measurements, pricing, detail drawings etc. (Any units not used in the Technical Documentation shall also be expressed in terms of the SI). Abbreviations used in the B/Q shall be interpreted as follows: 85

Part 2 Section VI.i: Bill of Quantities Lot 4

Each Ha kg km L.S. m 2 m 3 m nr. nr. set P.S. ton month

shall shall shall shall shall shall shall shall shall shall shall shall shall

mean mean mean mean mean mean mean mean mean mean mean mean mean

each hectare kilogram kilometre Lump Sum metre square metre cubic metre number number of sets Provisional Sum tonne (1000kg) calendar month

II. TERMS IN CONNECTION WITH PAYMENTS The method of measurement of complete work for payment shall be in accordance with Clause 12.2 of the General Conditions (Method of Measurement) unless otherwise specified in Volume III "Price Description". The Provisional Sums included and so designated in the B/Q shall be expended in accordance with Clause 13.5 of the General Conditions. . Each item in the B/Q for which payment is to be made in a lump sum, and for which no payment schedule is provided, shall be paid after the work covered by the lump sum has been completed to the full satisfaction of the Engineer. III. PRICING The prices and rates inserted in the B/Q are to be the full inclusive values of the works described under the items, including all costs and expenses which may be required in and for the construction of the Works described together with any temporary works and installations which may be necessary and all general risks, liabilities and obligations set forth or implied in the documents on which the Bid is based, but without VAT. It will be assumed that establishment charges, profit and allowances for all obligations are spread evenly over all the unit rates. Rates and prices shall be entered against each item in the B/Q. Unit prices are also deemed to include the bank charges incurred by the Contractor. In the B/Q, the rates and prices shall be entered in the appropriate columns. All rates and prices shall be quoted in EURO. Where there is no price for an item in the Bill of Quantities, this price shall be deemed to be included in the other unit rates of the Contract. IV. TAXES Subject to Romanian legislation.

86

Part 2 Section VI.i: Bill of Quantities Lot 4

GENERAL ITEMS PRICE DESCRIPTION

87

Part 2 Section VI.i: Bill of Quantities Lot 4

PRICE GI.01.07 ALLOW FOR ERECTION, OPERATION AND REMOVAL OF ALL CONTRACTOR'S TEMPORARY INSTALLATIONS AND FACILITIES, INCLUDING, AS NECESSARY, OFFICES, SITE LABORATORY, ACCOMMODATION, WORKSHOPS, QUARRIES, BORROW PITS, BATCHING AND BLENDING PLANTS AND RESTORING OF TEMPORARY LAND FOR BORROW PITS AND QUARRIES ETC., AS PER CONDITIONS OF CHAPTER II - GENERAL ITEMS OF THE TECHNICAL SPECIFICATIONS FOR GENERAL ITEMS FOR BRIDGE NO. 07 PRICE GI.01.10 ALLOW FOR ERECTION, OPERATION AND REMOVAL OF ALL CONTRACTOR'S TEMPORARY INSTALLATIONS AND FACILITIES, INCLUDING, AS NECESSARY, OFFICES, SITE LABORATORY, ACCOMMODATION, WORKSHOPS, QUARRIES, BORROW PITS, BATCHING AND BLENDING PLANTS AND RESTORING OF TEMPORARY LAND FOR BORROW PITS AND QUARRIES ETC., AS PER CONDITIONS OF CHAPTER II - GENERAL ITEMS OF THE TECHNICAL SPECIFICATIONS FOR GENERAL ITEMS FOR BRIDGE NO. 10 GI.01.1 DEFINITION

This description applies to the establishment by the Contractor of all temporary installations and facilities, the operation throughout the contract period and subsequent removal upon completion for Bridge 07 and, respectively, for Bridge no. 10. GI.01.2 MEASUREMENT AND PAYMENT

Payment will be made as follows: - 30% of the lump sum upon erection and operation, at the satisfaction of the Engineer for Bridge 07 and, respectively, for Bridge no. 10, - Thereafter, 60% of the lump sum in equal monthly payments from the Commencement Date until the expiry of the Time for Completion, for adequate compliance with the requirements, at the satisfaction of the Engineer for Bridge 07 and, respectively, for Bridge no. 10. - The remaining 10% paid after removal of the Contractors installations and facilities and restoring of temporary land for borrow pits, quarries, etc, at the satisfaction of the Engineer for Bridge 07 and, respectively, for Bridge no. 10.

88

Part 2 Section VI.i: Bill of Quantities Lot 4

PRICE GI.02 ALLOW FOR THE COST OF ALL INSURANCES REQUIRED UNDER THE CONDITIONS OF CONTRACT

GI.02.1 DEFINITION This description applies to the provision by the Contractor for all insurances required under the Contract. GI.02.2 MEASUREMENT AND PAYMENT

Payment will be made following approval of the insurances by the Engineer and the Employer, and submission of proof of payment of the insurance premium by the Contractor. 100% of the lump sum amount will be paid provided the Contractor has paid the total premium for the whole insurance period as required by the Contract. If the Contractor has paid an instalment of the total premium, then payment of the lump sum amount will be made in the same proportion as the instalment payment of the Contractor.

89

Part 2 Section VI.i: Bill of Quantities Lot 4

PRICE GI.03.07 - PROVIDE AND MAINTAIN ALL ACCESSES, TEMPORARY ROADS, STRUCTURES AND THE LIKE REQUIRED BY THE CONTRACTOR (EXCEPT AS EXPRESSLY INCLUDED ELSEWHERE IN THE BILL OF QUANTITIES) INCLUDING THEIR SUBSEQUENT REMOVAL AND REINSTATEMENT TO EXISTING CONDITIONS, AS PER ENVIRONMENTAL MINIMISATION AND OWNERS REQUIREMENTS FOR BRIDGE NO. 07 PRICE GI.03.10 - PROVIDE AND MAINTAIN ALL ACCESSES, TEMPORARY ROADS, STRUCTURES AND THE LIKE REQUIRED BY THE CONTRACTOR (EXCEPT AS EXPRESSLY INCLUDED ELSEWHERE IN THE BILL OF QUANTITIES) INCLUDING THEIR SUBSEQUENT REMOVAL AND REINSTATEMENT TO EXISTING CONDITIONS, AS PER ENVIRONMENTAL MINIMISATION AND OWNERS REQUIREMENTS FOR BRIDGE NO. 10

GI.03.1 DEFINITION This description applies to the provision and maintenance by the Contractor of all required accesses, temporary roads, structures and the like, including their subsequent removal and reinstatement to existing conditions, as per environmental minimisation and owners requirements, in accordance with Technical Specifications Clause II.1.3 of the General Items for Bridge 07 and, respectively, for Bridge no. 10. GI.03.2 MEASUREMENT AND PAYMENT

Payment will be made monthly, from the Commencement Date until the expiry of the Time for Completion, for adequate compliance with the requirements, for Bridge 07 and, respectively, for Bridge no. 10, at the satisfaction of the Engineer.

90

Part 2 Section VI.i: Bill of Quantities Lot 4

PRICE GI.04 ALLOW FOR PAYMENT OF DIVERSION OR REMOVAL OF UTILITY SERVICES

GI.04.1 DEFINITION This description applies of all measures to provide for design, diversion or removal of utility services, in accordance with Technical Specifications Clause II.1.4. of the General Items. It does not apply to protection measures taken by the Contractor in accordance with the same clause. GI.04.2 MEASUREMENT AND PAYMENT

Payment will be made as reimbursement of actually incurred expenditures for services and works performed at the satisfaction of the Engineer, including the percentage stated in the Appendix to Tender.

91

Part 2 Section VI.i: Bill of Quantities Lot 4

PRICE GI.05.07 - PROVIDE POLLUTION MEASUREMENTS CONSTRUCTION PERIOD FOR BRIDGE NO. 07. PRICE GI.05.10 - PROVIDE POLLUTION MEASUREMENTS CONSTRUCTION PERIOD FOR BRIDGE NO. 10.

DURING

THE

DURING

THE

GI.05.1 DEFINITION This description applies to the provision of pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7 of the General Items, during the construction period for Bridge 07 and, respectively, for Bridge no. 10.

GI.05.2

MEASUREMENT AND PAYMENT

Payment will be made monthly, from the Commencement Date until the expiry of the Time for Completion, provided measurements have been performed and reports submitted to the satisfaction of the Engineer for Bridge 07 and, respectively, for Bridge no. 10.

92

Part 2 Section VI.i: Bill of Quantities Lot 4

PRICE GI.06.07 - PROVIDE POLLUTION MEASUREMENTS DURING THE DEFECTS NOTIFICATION PERIODS FOR BRIDGE NO. 07. PRICE GI.06.10 - PROVIDE POLLUTION MEASUREMENTS DURING THE DEFECTS NOTIFICATION PERIODS FOR BRIDGE NO. 10. GI.06.1 DEFINITION

This description applies to the provision of pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7 of the General Items, during the defects notification periods for Bridge 07 and, respectively, for Bridge no. 10 . GI.06.2 MEASUREMENT AND PAYMENT Payment will be made monthly, during the Defects Notification Period, provided measurements have been performed and reports submitted to the satisfaction of the Engineer for Bridge 07 and, respectively, for Bridge no. 10.

93

Part 2 Section VI.i: Bill of Quantities Lot 4

PRICE GI.07.07 - ALLOW FOR THE PROVISION OF A GENERAL TRAFFIC MANAGEMENT PLAN FOR BRIDGE NO. 07 PRICE GI.07.10 - ALLOW FOR THE PROVISION OF A GENERAL TRAFFIC MANAGEMENT PLAN FOR BRIDGE NO. 10 GI.07.1 DEFINITION

This description applies to the provision by the Contractor of a Traffic Management Plan in accordance with Technical Specifications Clause II.1.8 of the General Items for Bridge 07 and, respectively, for Bridge no. 10.

GI.07.2

MEASUREMENT AND PAYMENT

Payment of 100% of the lump sum amount will be made in the first Interim Payment Certificate after the Traffic Management Plan has been approved by all the relevant authorities (General Police Department, Employer, local Police Branch and Engineer) for Bridge 07 and, respectively, for Bridge no. 10.

94

Part 2 Section VI.i: Bill of Quantities Lot 4

PRICE GI.08.07 - IMPLEMENTATION OF THE GENERAL TRAFFIC MANAGEMENT PLAN, INCLUDING ROAD SIGNALS TO BE PROVIDED DURING THE EXECUTION OF WORKS, MEASURES FOR TRAFFIC SAFETY AND TRAFFIC MONITORING ON DAYLIGHT/DARK HOURS OR ANY OTHER WEATHER CONDITIONS IN ORDER TO ENSURE A SAFETY TRAFFIC ON BOTH THE WORKING AREAS AND THE WHOLE ROUTE WHILE THE CONTRACTOR IS IN POSSESSION OF SITE - FOR BRIDGE NO. 07 PRICE GI.08.10 - IMPLEMENTATION OF THE GENERAL TRAFFIC MANAGEMENT PLAN, INCLUDING ROAD SIGNALS TO BE PROVIDED DURING THE EXECUTION OF WORKS, MEASURES FOR TRAFFIC SAFETY AND TRAFFIC MONITORING ON DAYLIGHT/DARK HOURS OR ANY OTHER WEATHER CONDITIONS IN ORDER TO ENSURE A SAFETY TRAFFIC ON BOTH THE WORKING AREAS AND THE WHOLE ROUTE WHILE THE CONTRACTOR IS IN POSSESSION OF SITE FOR BRIDGE NO. 10 GI.08.1 DEFINITION

This description applies to the implementation of the Contractors Traffic Management Plan, including road signals to be provided during the execution of works, measures for traffic safety and traffic monitoring on daylight/dark hours or any other weather conditions in order to ensure a safety traffic on both the working areas and the whole route while the contractor is in possession of site, in accordance with Technical Specifications Clause II.1.8 of the General Items for Bridge 07 and, respectively, for Bridge no. 10.

GI.08.2

MEASUREMENT AND PAYMENT

Payment will be made monthly, from the Commencement Date until the expiry of the Time for Completion, provided the traffic management plan has actually been implemented to the satisfaction of the Engineer for Bridge 07 and, respectively, for Bridge no. 10.

95

Part 2 Section VI.i: Bill of Quantities Lot 4

PRICE GI.09.07 - MAINTENANCE DONE BY THE CONTRACTOR FOR BRIDGE NO. 07 PRICE GI.09.10 - MAINTENANCE DONE BY THE CONTRACTOR FOR BRIDGE NO. 10

GI.09.1 DEFINITION This description applies to the usual maintenance carried out by the Contractor throughout the contract period, in accordance with Technical Specifications Clause II.1.9 of the General Items for Bridge 07 and, respectively, for Bridge no. 10. GI.09.2 MEASUREMENT AND PAYMENT

Payment will be made monthly, from the Commencement Date until the expiry of the Time for Completion, provided maintenance has actually been performed, to the satisfaction of the Engineer for Bridge 07 and, respectively, for Bridge no. 10.

96

Part 2 Section VI.i: Bill of Quantities Lot 4

PRICE GI.10.07 - PROVIDE ALL AS BUILT DRAWINGS AND ALL THE RECORDS TAKEN DURING THE CONSTRUCTION OF THE WORKS, NECESSARY FOR THE CONSTITUTION OF THE CONSTRUCTION BOOK AS PER ROMANIAN REQUIREMENTS AT THE END OF THE WORKS FOR BRIDGE NO. 07

PRICE GI.10.10 - PROVIDE ALL AS BUILT DRAWINGS AND ALL THE RECORDS TAKEN DURING THE CONSTRUCTION OF THE WORKS, NECESSARY FOR THE CONSTITUTION OF THE CONSTRUCTION BOOK AS PER ROMANIAN REQUIREMENTS AT THE END OF THE WORKS FOR BRIDGE NO. 10

GI.10.1 DEFINITION This description applies to the provision by the Contractor of all as built drawings, records and documents for the Construction Book, at the completion of the Works in accordance with Technical Specifications Clause II.1.11 of the General Items for Bridge 07 and, respectively, for Bridge no. 10. GI.10.2 MEASUREMENT AND PAYMENT

50% of the lump sum to be paid upon submission by the Contractor of all as built drawings, records and documents for Bridge 07 and, respectively, for Bridge no. 10. 50% of the lump sum upon approval by the Engineer of all as built drawings, records and documents for Bridge 07 and, respectively, for Bridge no. 10.

97

Part 2 Section VI.i: Bill of Quantities Lot 4

PRICE GI.11 - DESIGN, ERECT, MAINTAIN AND REMOVE PROJECT IDENTIFICATION BILLBOARDS

GI.11.1

DEFINITION

This description applies to the design, preparation, manufacturing, erection, maintenance and removal of Project Identification Billboards in accordance with Technical Specifications Clause II.1.12 of the General Items. GI.11.2 MEASUREMENT AND PAYMENT

Payment of 60% of the unit price of a billboard will be made in the first Interim Payment Certificate after the related billboard has been erected at the satisfaction of the Engineer. Payment of the remaining 40% for each billboard will be made after the related billboard has been removed from the site, no later than 6 months after the completion of the works, having been properly maintained during the entire construction period at the satisfaction of the Engineer.

98

Part 2 Section VI.i: Bill of Quantities Lot 4

PRICE GI.12 - ALLOW FOR THE PROVISION OF A QUALITY MANAGEMENT SYSTEM

GI.12.1 DEFINITION This description applies to the provision by the Contractor of a Quality Management System in accordance with Technical Specifications Clause II.2 of the General Items.

GI.12.2 MEASUREMENT AND PAYMENT Payment will be made as follows: 35% of the lump sum upon approval of the Quality Management System by the Engineer. Thereafter, equal monthly instalments of the lump sum from the Commencement Date until the expiry of the Time for Completion, for compliance with the requirements, at the satisfaction of the Engineer.

99

Part 2 Section VI.i: Bill of Quantities Lot 4

PRICE GI.13 - ALLOW FOR TESTING INCLUDING ALL COSTS OF CONTRACTOR'S OR ANOTHER AUTHORISED LABORATORY AND EQUIPMENTS AND OF SUPPLYING SAMPLES, AS REQUESTED BY THE ENGINEER

GI.13.1 DEFINITION This description applies to the testing and sampling of all materials requested by the Engineer, including all costs of Contractors or another authorised laboratory and equipments, and of supplying samples, as requested by the Engineer, in accordance with Technical Specifications Clause II.2.2 of the General Items, subject to the provisions of Clause 7.4 of the Conditions of Contract.

GI.13.2

MEASUREMENT AND PAYMENT

Payment will be made as reimbursement of actually incurred expenditures for services, supplies and works performed at the satisfaction of the Engineer, including the percentage stated in the Appendix to Tender.

100

Part 2 Section VI.i: Bill of Quantities Lot 4

PRICE GI.14 - ALLOW FOR THE PERFORMANCE OF A DETAILED TOPOGRAPHIC SURVEY

GI.14.1 DEFINITION This description applies to the performance of a complete and comprehensive topographic survey, in accordance with Technical Specifications Clause II.3 of the General Items.

GI.14.2

MEASUREMENT AND PAYMENT

Payment of 100% of the lump sum amount will be made in the first Interim Payment Certificate after a complete and detailed report has been issued by the Contractor and approved by the Engineer.

101

Part 2 Section VI.i: Bill of Quantities Lot 4

PRICE GI.15 - EVERY MONTH, TAKE SITE PROGRESS PHOTOGRAPHS

GI.15.1 DEFINITION The Contractors obligations are defined in the Technical Specifications Clause II.4.1 of the General Items.

GI.15.2

MEASUREMENT AND PAYMENT

The Payment will be made monthly, included in the monthly certificate successive to the effective receiving of the documentation by the Engineer, at the satisfaction of the Engineer.

102

Part 2 Section VI.i: Bill of Quantities Lot 4

PRICES GI.16, GI17, GI.18 - PROVIDE FOR THE USE OF LABOUR, MATERIALS, EQUIPMENT AS INSTRUCTED BY THE ENGINEER AS DAYWORKS.

GI.16, GI17, GI.18 DEFINITION The Contractors obligations are defined in the Technical Specifications Clause II.1.13 of the General Items.

GI.16, GI17, GI.18

MEASUREMENT AND PAYMENT

Payments will be made after dayworks are instructed by the Engineer, included in the interim payment certificate successive to the receiving of the completed Daywork Sheets dully signed by the Engineer, at the satisfaction of the Engineer.

103

Part 2 Section VI.i: Bill of Quantities Lot 4

PRICE GI.19 - PROVIDE FOR AUTHORIZED TRANSLATION OF THE DOCUMENTS FORMING THE CONTRACT

GI.19.1

DEFINITION

The Contractors obligations are defined in the Technical Specifications Clause II.4.2 of the General Items.

GI.19.2

MEASUREMENT AND PAYMENT

100% of the Lump Sum to be paid upon deliverance by the Contractor to the Client of 1 (one) original and 2 (two) copies of the said translation stamped by an Authorized Translator.

104

Part 2 Section VI.i: Bill of Quantities Lot 4

Lot 4 - Rehabilitation works for Bridge no. 07 at Cernavoda, on A2 km 157+600 and for Bridge no. 10 over the railway on DN 2B km 47+975 at Gaiseanca Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR/RDRB Constanta

SUMMARY OF BILLS OF QUANTITIES

Bill no. GENERAL ITEMS A

BILL

TOTAL (EURO)

of which Provisional Sums: 1 1.A 1.B 1.C 1.D 2 2.A 2.B 2.C 2.E Bridge no. 07 at Cernavoda, on A2 km 157+600 Road finishes & equipment Pavements Concrete repair Steel works Bridge no. 10 over the railway on DN 2B km 47+975 at Gaiseanca Road finishes & equipment Pavements Concrete repair Earthworks [1] TOTAL WORKS [2] TOTAL WORKS WITHOUT PROVISIONAL SUMS [3] CONTINGENCIES (10% OUT OF TOTAL WORKS WITHOUT PROVISIONAL SUMS) CONTRACT PRICE ([1] + [3])

120,000

105

Part 2 Section VI.i: Bill of Quantities Lot 4

Lot 4 - Rehabilitation works for Bridge no. 07 at Cernavoda, on A2 km 157+600 and for Bridge no. 10 over the railway on DN 2B km 47+975 at Gaiseanca Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR/RDRB Constanta Bill A Category of works: GENERAL ITEMS

No. Crt. 0

Item 1

DESCRIPTION 2 Allow for erection, operation and removal of all Contractor's temporary installations and facilities, including, as necessary, offices, site laboratory, accommodation, workshops, quarries, borrow pits, batching and blending plants and restoring of temporary land for borrow pits and quarries etc., as per conditions of Chapter II - General Items of the Technical Specifications for General Items. - for Bridge no. 07 Allow for erection, operation and removal of all Contractor's temporary installations and facilities, including, as necessary, offices, site laboratory, accommodation, workshops, quarries, borrow pits, batching and blending plants and restoring of temporary land for borrow pits and quarries etc., as per conditions of Chapter II - General Items of the Technical Specifications for General Items. - for Bridge no. 10 Allow for the cost of all insurances required under the Conditions of Contract Provide and maintain all accesses, temporary roads, structures and the like required by the Contractor (except as expressly included elsewhere in the Bill of Quantities) including their subsequent removal and reinstatement to existing conditions, as per environmental minimisation and owners requirements, in accordance with Technical Specifications Clause ll.1.3 of the General Items - for Bridge no. 07

Unit 3

Quantity 4

Unit Price in Euro 5

Total in Euro 6

GI.01.07

L.S.

GI.01.10

L.S.

GI.02

L.S.

GI.03.07

month

24

106

Part 2 Section VI.i: Bill of Quantities Lot 4

GI.03.10

GI.04

GI.05.07

GI.05.10

GI.06.07

10

GI.06.10

11

GI.07.07

12

GI.07.10

Provide and maintain all accesses, temporary roads, structures and the like required by the Contractor (except as expressly included elsewhere in the Bill of Quantities) including their subsequent removal and reinstatement to existing conditions, as per environmental minimisation and owners requirements, in accordance with Technical Specifications Clause ll.1.3 of the General Items - for Bridge no. 10 Allow for payment of diversion or removal of utility Services in accordance with Technical Specifications Clause II.1.4. of the General Items, including the percentage stated in the Appendix to Tender. Provide pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7. of the General Items, during the construction period. - for Bridge no. 07 Provide pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7. of the General Items, during the construction period. - for Bridge no. 10 Provide pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7. of the General Items, during the defects notification periods. - for Bridge no. 07 Provide pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7. of the General Items, during the defects notification periods. - for Bridge no. 10 Allow for the provision of a general traffic management plan in accordance with Technical Specifications Clause II.1.8. of the General Items. - for Bridge no. 07 Allow for the provision of a general traffic management plan in accordance with Technical Specifications Clause II.1.8. of the General Items. - for Bridge no. 10

month

24

P.S.

30,000

30,000

month

24

month

24

month

24

month

24

L.S.

L.S.

107

Part 2 Section VI.i: Bill of Quantities Lot 4

13

GI.08.07

14

GI.08.10

15

GI.09.07

16

GI.09.10

17

GI.10.07

18

GI.10.10

19

GI.11

Implementation of the general traffic management plan, including road signals to be provided during the execution of works, measures for traffic safety and traffic monitoring on daylight/dark hours or any other weather conditions in order to ensure a safety traffic on both the working areas and the whole route while the contractor is in possession of site, in accordance with Technical Specifications Clause II.1.8. of the General Items - for Bridge 07 Implementation of the general traffic management plan, including road signals to be provided during the execution of works, measures for traffic safety and traffic monitoring on daylight/dark hours or any other weather conditions in order to ensure a safety traffic on both the working areas and the whole route while the contractor is in possession of site, in accordance with Technical Specifications Clause II.1.8. of the General Items - for Bridge 10 Maintenance done by the Contractor in accordance with Technical Specifications Clause II.1.9. of the General Items. - for Bridge 07 Maintenance done by the Contractor in accordance with Technical Specifications Clause II.1.9. of the General Items. - for Bridge 10 Provide all as built drawings and all the records taken during the construction of the works, necessary for the constitution of the Construction Book as per Romanian requirements, at the end of the Works according with Technical Specifications Clause II.1.11. of the General Items.- for Bridge no. 10 Provide all as built drawings and all the records taken during the construction of the works, necessary for the constitution of the Construction Book as per Romanian requirements, at the end of the Works according with Technical Specifications Clause II.1.11. of the General Items. for Bridge no. 10 Design, erect, maintain and remove Project Identification Billboards in accordance with Technical Specifications Clause II.1.12. of the General Items

month

24

month

24

month

24

month

24

L.S.

L.S.

no.

108

Part 2 Section VI.i: Bill of Quantities Lot 4

20

GI.12

21

GI.13

22

GI.14

23

GI.15

24

GI.16

25

GI.17

26

GI.18

27

GI.19

28

GI.20

Allow for the provision of a quality management system in accordance with Technical Specifications Clause II.2. of the General Items. Allow for testing including all costs of Contractor's or another authorised laboratory and equipments and of supplying samples, as requested by the Engineer, in accordance with Technical Specifications Clause II.2.2 of the General Items, including the percentage stated in the Appendix to Tender. Allow for the performance of a detailed topographic survey in accordance with Technical Specifications Clause II.3 of the General Items Every month take Site progress photographs as specified by the Engineer and submit proofs and CDs to the Engineer, in accordance with Technical Specifications Clause II.4.1. of the General Items. Provide for the use of labour as instructed by the Engineer as Dayworks, in accordance with Technical Specifications Clause II.1.13. of the General Items. Provide for use of materials instructed by the Engineer as Dayworks, in accordance with Technical Specifications Clause II.1.13. of the General Items. Provide for use of equipment instructed by the Engineer as Dayworks, in accordance with Technical Specifications Clause II.1.13. of the General Items. Provide for authorized translation of the documents forming the Contract in accordance with Technical Specifications Clause II.4.2. of the General Items. The Contractor shall describe hereunder (inserting any relevant Specification or Contract clause number) and price any other works or obligations which may be referred to in the Contract and for which he wishes to insert a separate charge. The charge shall be carried to the column Total. If no separate charge is made hereunder then the rates inserted in the BoQ shall be held as covering all expenses for such works or obligations.

L.S.

P.S.

15,000

15,000

L.S.

month

24

P.S.

20,000

20,000

P.S.

30,000

30,000

P.S.

25,000

25,000

L.S.

L.S.

109

Part 2 Section VI.i: Bill of Quantities Lot 4

Total transferred to Summary of Bills of Quantities: Notes: a) b) c) d) e) All Specification Clauses refer to the General Items specifications (Volume 3 of Tender Documents); This Bill of Quantities contains 28 articles; The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; The Bidder is responsible for the values in columns 5 and 6; The quantities from column 4 are referring to the entire project.

EMPLOYER

BIDDER

110

Part 2 Section VI.i: Bill of Quantities Lot 4

Lot 4 Rehabilitation works for Bridge no. 07 at Cernavoda, on A2 km 157+600 and for Bridge no. 10 over the railway on DN 2B km 47+975 at Gaiseanca Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR DAYWORKS: Appendix of GI 16 of bill A - "GENERAL ITEMS" Unit Price in Euro 5 Total in Euro 6 LABOUR

No. 0 1 2 3 4 5

item 1 D100 D101 D106 D107 D111

DESCRIPTION 2 UNSKILLED LABOURER SKILLED LABOURER VEHICLE DRIVER CRANE OPERATOR FOREMAN

units 3 h h h h h

quantity 4

Total transferred to GI 16 Notes: a) b) c) d) This Bill of Quantities contains 5 articles; The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; The Bidder is responsible for the values in columns 5 and 6; The quantities from column 4 are refering to the entire project.

EMPLOYER

BIDDER

111

Part 2 Section VI.i: Bill of Quantities Lot 4

Lot 4 Rehabilitation works for Bridge no. 07 at Cernavoda, on A2 km 157+600 and for Bridge no. 10 over the railway on DN 2B km 47+975 at Gaiseanca Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR DAYWORKS: Appendix of GI 17 of bill A - "GENERAL ITEMS" Unit Price in Euro 5 MATERIALS

No. 0 1 2 3 4 5 6 7 8

item 1 D200 D201 D202 D203 D204 D205 D206 D209

DESCRIPTION 2 ORDINARY PORTLAND CEMENT OB 37 REINFORCEMENT WITH DIAMETER UP TO 16MM OB 37 REINFORCEMENT WITH DIAMETER OVER 16MM PC 52 REINFORCEMENT WITH DIAMETER UP TO 16MM PC 52 REINFORCEMENT WITH DIAMETER OVER 16MM SAND (FINE AGGREGATE FOR CONCRETE) GRAVEL (COARSE AGGREGATE FOR CONCRETE) CRUSHED ROCK BASE MATERIAL

units 3 t t t t t m3 m m
3

quantity 4

Total in Euro 6

Total transferred to GI 17 Notes: a) b) c) d) This Bill of Quantities contains 8 articles and one page; The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; The Bidder is responsible for the values in columns 5 and 6; The quantities from column 4 are refering to the entire project.

EMPLOYER

BIDDER

112

Part 2 Section VI.i: Bill of Quantities Lot 4

Lot 4 Rehabilitation works for Bridge no. 07 at Cernavoda, on A2 km 157+600 and for Bridge no. 10 over the railway on DN 2B km 47+975 at Gaiseanca Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR DAYWORKS: Appendix of GI 18 of bill A - "GENERAL ITEMS" Unit Price in Euro 5 EQUIPMENTS

No. 0 1 2 3 4 5 6 7 8 9 10 11 12

item 1 D302 D303 D305 D307 D308 D309 D310 D311 D312 D313 D316 D319

DESCRIPTION 2 EXCAVATOR 0.5-1.0 MC PNEUMATIC TYRED ROLLER 10-15 TO SMOOTH WHEEL ROLLER 10-12 T HAND GUIDED VIBRATING ROLLER FRONT LOADER 1.0-1.5 CU.M FRONT LOADER 1.5-2.0 CU.M TRUCK 5-7 T CARYING CAPACITY TIPPER TRUCK 8-12 T TIPPER TRUCK 12-16 T CONCRETE MIXER 5.5 CUM CRANE 28 TO LIGHT VAN

units 3 h h h h h h h h h h h h

quantity 4

Total in Euro 6

Total transferred to GI 18 Notes: a) b) c) d) This Bill of Quantities contains 12 articles; The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; The Bidder is responsible for the values in columns 5 and 6; The quantities from column 4 are refering to the entire project.

EMPLOYER

BIDDER

113

Part 2 Section VI.i: Bill of Quantities Lot 4

Lot 4 Rehabilitation works for Bridge no. 07 at Cernavoda, on A2 km 157+600 and for Bridge no. 10 over the railway on DN 2B km 47+975 at Gaiseanca Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR Bill no. 1 - Works on Bridge no. 07 at Cernavoda, on A2 km 157+600 No. 0 1 item 1 A 254 DESCRIPTION 2 Road finishes & equipment Surface preparation and cleaning by power tool cleaning (SSPC-SP3), including containment and transport of the removal material to an approved dump area Parapet 1,60 m2/m Application on steel surface of an epoxy one coat Parapet 1,60 m2/m Application on steel surface of a top coat protective finish based on resin poliuretaniche Parapet 1,60 m2/m Removal of all metallic guardrail elements, including loading and transport of the material resulting from the demolition to an approved dump area Supply and placement of all metallic guardrail elements with at least two beams and 1,5m height, including galvanization e other necessary work costs in accordance with design Supply and placement of metallic slabs, including weldings, sand blasting and anti-corrosion painting Supply and placement of a fiberglass-polyester reinforced electric cabinet with the following apparatus: 1 circuit breaker 4 pole 63A 10kA; 1 fuseholder 3 pole + N 2 A; 3 red pilot light; 1 twilight switch; 1 time switch; 1 by-pass circuit; 1 contactor 4 pole 32 A with 230 V coil; 4 units 3 m2 quantity 4 5,280.00 Unit Price in Euro 5 Total in Euro 6

A1

Painting of pedestrian parapet

259

m2

5,280.00

260

m2

5,280.00

195/b

6,380.00

5 A3

Guard rail replacement

264/b

6,380.00

6 7 A4 Electrical equipment replacement

255 NP ILL 1

kg pc

12,233.75 3.00

114

Part 2 Section VI.i: Bill of Quantities Lot 4

circuit breaker 4 pole 20 A 10 kA

D02.04.001.b

D02.04.001.d

10

D02.03.002b

11

NP ILL 2

Supply and placement of monopole cable in isolated copper in rubber G7 , protected by PVC, with flexible conductors, for fixed laying, designated FG7R 0,6/1KV, Comprehensive of terminals, conductors and them connection; the canalization and the supports are excluded; of the section: 1x6mm2 Supply and placement of monopole cable in isolated copper in rubber G7 , protected by PVC, with flexible conductors, for fixed laying, designated FG7R 0,6/1KV, Comprehensive of terminals, conductors and them connection; the canalization and the supports are excluded; of the section: 1x35mm2 Supply and placement of monopole cable in isolated copper in rubber G7 , protected by PVC, with flexible conductors, for fixed laying, designated FG7R 0,6/1KV, Comprehensive of terminals, conductors and them connection; the canalization and the supports are excluded; of the section: 2x2,5mm2 Supply and placement of cylindrical-conical pole model POLESTAR 12mt above round level, which has the cylindrical section at the base with a length of not less than 2300 mm. The poles are derived from an ERW normalized pipe suitable for hot-rolling which is made of killed steel of the S275JR type according to the EN 10025 (previously FE 430) standard. On the pole are forecast all the following workings and elements: .Cable input slot 186 x 46 mm; .Junction box slot 186 x 46 mm suitable for a steel door of flush pole type, complete with antivandalism closing; .Earthing supports device and the electrical equipment located inside the slot; .Junction box model Conchiglia MVE 416/1 or similar; .An aluminium sphere 76 mm is installed on the pole top (on request). .Miletus 200 bracket made of steel S235 JR;

5,200.00

9,200.00

900.00

pc

74.00

115

Part 2 Section VI.i: Bill of Quantities Lot 4

.Luminarie Lumada class II for lamp SAP 250W including all necessary work costs and accessories to conclude the work in accordance with design 12 NP ILL 5 Supply and placement of Miletus 200 bracket made of steel S235 JR with luminaire Lumada class II for lamp SAP 250W anchored with a steel plate, including all necessary work costs and accessories to conclude the work in accordance with design. Supply and placement of an high pressure sodium vapor lamp with the following characteristics: EDISON fixing, a color temperature of around 2000 K and a color rendering index(CRI) of 25; 15000 hours of minimal life, 250W of power. Supply and placement of a pond derivation joint in casting resin for extruded isolated cables up to 1 kV constituted by mitten in rubber in unique piece closed by stainless steel tongs , bicompound epoxy resin in container for electric isolation and mechanical protection of the connections up to sections of 1625mm. Supply and placement of a pond derivation joint in casting resin for extruded isolated cables up to 1 kV constituted by mitten in rubber in unique piece closed by stainless steel tongs , bicompound epoxy resin in container for electric isolation and mechanical protection of the connections up to sections of 3570mm. Supply and placement of a rectangular pull box in sheet moulded compound (SMC), with IP55 protection degree, with dimensions 98x188x51mm, with 16mm2 junction box Supply and placement of flexible pipes in high-density polyethilene with a 750N smashing resistence, a 100MV proofing resistence like CEI EN 50086 specification, inside of an appropried excavation of a nominal depth of 50 cm or concrete precast, of 110mm external diameter. pc 30.00

13

D06.12.026.c

pc

104.00

14

D12.05.002.a.03

pc

30.00

15

D12.05.002.a.04

pc

74.00

16

NP ILL 8

pc

30.00

17

B02.01.007.a.01

5,400.00

116

Part 2 Section VI.i: Bill of Quantities Lot 4

18

D13.01.062

19

D12.01.003.d

20

15.08.0580.001

21

15.08.0580.002

22 23

E02.01.011.c B01.04.007

24 A5 25 Walkway slab substitution

A03.03.004.b

Supply and placement of photoelectric control by-pass switch, for command of road illumination circuit with threshold of intervention between 1 and 100 luxes, it will have to switch on or switch off, accordingly, the illumination system, and it will have to be endowed with the function intervention delay, both to the lighting and to the turning off, in accordance with design. Supply and placement of a steel clamp for support lighting poles on viaducts, composed by cylinder ligthing pole container of h=1m and internal diameter of 200mm, closed with support pole transverse, with three bolts of 18mm diameter , including of 4 anchorage plates in bars from 80x6mm, everything galvanized and place in work with chemical anchorages, including all necessary work costs and accessories to finish the work in accordance with design. Lighting pole removal, including all necessary works, luminaire and all electric acessories removal, loading and transport of the removal material to an approved dump area. Lighting pole removal, including all necessary works, luminaire and all electric acessories removal, loading and transport of the removal material to an approved dump area. Supply and placement of concrete cover to precast concrete box. Removal of walkway metallic slabs, excluding loading and trasport costs (Romanian translation) Loading and transport of the material resulting from the demolition to an approved dump area Supply and placement of pedestrian adequate metallic slabs, including weldings, sand blasting and anticorrosion painting Total A

pc

3.00

Kg

1,050.00

pc

94.00

pc

94.00

pc m

104.00 1,646.00

m3

32.92

255

kg

258,422.00

Pavements

117

Part 2 Section VI.i: Bill of Quantities Lot 4

26

B1

27

Roadway pavement and waterproofin g replacement

D.18

Scarifying and removing the existing bituminous surface, including transport of the removal material to an approved dump area and other necessary work costs in accordance with design Waterproofing execution with modified bitumen and a polyester coat (Romanian translation) Supply and placement of an adequate binder asphalt layer of 6 cm, including other necessary work costs in accordance with design Supply and placement of an adequate draining wearing course layer of 4 cm, including surface preparation applying a primer coat of bitumen emulsion and other necessary work costs in accordance with design Supply of 15MPa Rck concrete, including all necessary work costs in accordance with design Horizontal marking Supply and placement of pvc drain pipes with 1,5m and related grids, including anchorage and finish works to ensure waterproofing Scarifying and removing the existing bituminous or concrete surface, including transport of the removal material to an approved dump area and other necessary work costs in accordance with design Waterproofing execution with modified bitumen and a polyester coat Controlled demolition of cementitious conglomerate, including all necessary work costs in accordance with design. Supply and placement on the walkways of precast

m2*cm

252,000.00

B.6.17

m2

28,000.00

28

107

m2

28,000.00

29

D.20

m2

28,000.00

30 31 B2 32 B3 Roadway superficial drainage rehabilitation Walkway pavement replacement

B.3.11.a D.20.m 252

m3 kme pc

400.00 7.20 52.00

D.18

m2*cm

5,300.00

33 B.6.17 34 235/a 35 B.4.16 m2 2,650.00 m3 473.00 m2 1,900.00

118

Part 2 Section VI.i: Bill of Quantities Lot 4

concrete slabs at least with 35MPa Rck and Feb44 steel, thickness between 5 and 8 cm, with smooth surface, including all necessary work costs in accordance with design 36 112 37 B4 38 NP 01 39 NP 02 40 NP 05 41 Supply and placement of an expansion joints FE C series, type 500, allow for movement up to +/-250mm or similar and all related materials Total B C NP 07 42 C1 Deck slab repair NP 08 Concrete repair Concrete sand blast cleaning to prepare the surface for receiving protective materials Overhang underdeck slab Underdeck slab Concrete water washing with 1500 psi of pressure to m2 m2 23,680.00 19,200.00 42,880.00 m 21.50 Supply and placement of an expansion joints RAN series, type 50, allow for movement up to +/- 25mm or similar and all related materials (Romanian translation) Supply and placement of an expansion joints GP series, type 50, allow for movement up to +/- 25mm or similar and all related materials m 86.00 Expansion joints replacement A.3.14 Removal of existing expansion joints and related devices, including loading and transport of the material resulting from the demolition to an approved dump area m 129.00 Supply and placement of an walkway bituminous conglomerate layer of at least 2 cm, including all necessary work costs in accordance with design m2 2,650.00

21.50

119

Part 2 Section VI.i: Bill of Quantities Lot 4

43

prepare the surface for receiving protective materials Overhang underdeck slab Underdeck slab Overdeck slab NP 09 Supply and placement of a epoxy resin primer coat like MASTERSEAL PRIMER PU (BASF) or similar Overhang underdeck slab Underdeck slab Overdeck slab Supply and placement of a polyurethane resin protective coat like MASTERSEAL FORMULA PU (BASF) or similar Overhang underdeck slab Underdeck slab Overdeck slab Rent of a lifting platform

m2 m2 m2

23,680.00 19,200.00 1,440.00 44,320.00

44

m2 m2 m2

23,680.00 19,200.00 1,440.00 44,320.00

NP 10 45

m2 m2 m2

23,680.00 19,200.00 1,440.00 44,320.00

2 46

h h Surface preparation and concrete removal (4cm) by means of high pressure hydrodemolition (30000 psi) being atention with reinforcing steel including loading and transport of the material resulting from the demolition to an approved dump area and all necessary work costs in accordance with design Overdeck slab m2

18,368.00 83.51 18,451.51

NP 11 47

1,440.00 1,440.00

NP 12

Supply and placement over reinforcing steel of a coat of

120

Part 2 Section VI.i: Bill of Quantities Lot 4

48

a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP (BASF) or similar Overdeck slab m 2,034.00 2,034.00 Supply and placement of 4 cm of a ready-mixed aircured thixotropic cementitious mortar with restrained expansion, fibre-reinforced with flexible inorganic fibres,like EMACO FORMULA TIXOFIBER (BASF) or similar (Romanian translation) Overdeck slab Concrete sand blast cleaning to prepare the surface for receiving protective materials piers Concrete water washing with 1500 psi of pressure to prepare the surface for receiving protective materials piers

NP 13 49

dm3

8,136.00 8,136.00

NP 07 50 NP 08 51 Piers concrete repair

m2

6,797.25 6,797.25

m2

7,155.00 7,155.00

C4 52

NP 09

Supply and placement of a epoxy resin primer coat like MASTERSEAL PRIMER PU (BASF) or similar piers Supply and placement of a polyurethane resin protective coat like MASTERSEAL FORMULA PU (BASF) or similar piers Rent of a lifting platform

m2

7,155.00 7,155.00

NP 10 53

m2

7,155.00 7,155.00

54

2,379.04

121

Part 2 Section VI.i: Bill of Quantities Lot 4

h Surface preparation and concrete removal (4cm) by means of high pressure hydrodemolition (30000 psi) being atention with reinforcing steel including loading and transport of the material resulting from the demolition to an approved dump area and all necessary work costs in accordance with design piers Supply and placement over reinforcing steel of a coat of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP (BASF) or similar pier caps m

250.43 2,629.46

NP 11 55

m2

357.75 357.75

NP 12 56

3,577.50 3,577.50

NP 13 57

Supply and placement of 4 cm of a ready-mixed aircured thixotropic cementitious mortar with restrained expansion, fibre-reinforced with flexible inorganic fibres, like EMACO FORMULA TIXOFIBER (BASF) or similar pier caps Total C Steel works Anti-Corrosion treatment and painting of steel structures, including temporary framework costs and all necessary work costs in accordance with design. Work Sequence: -Power tool cleaning to bare metal (SSPC-SP11) in areas demonstrating a higher tendency to corrode and high pressure waterjetting (SSPC-SP12) 30000 psi in all surface, with containment; -Application of a 80 micron primer coat of a zinc-rich primer; Application of a 100 micron zinc epoxy one coat; -Application of a 60 micron top coat protective finish dm3 14,310.00 14,310.00

58

D D1

Overcoating of steel structures

NP 17

m2

102,500.00

122

Part 2 Section VI.i: Bill of Quantities Lot 4

based on resin polyurethane

59

D4/1

Rehabilitatio n of inspection gantry and rails

254

Surface preparation and cleaning by power tool cleaning (SSPC-SP3), including containment and transport of the removal material to an approved dump area

m2

300.00

60 61

259 260

Application on steel surface of an epoxy one coat Application on steel surface of a top coat protective finish based on resin poliuretaniche

m2 m2

300.00 300.00

Total D Total transferred to Summary of Bills of Quantities = A+B+C+D Notes: a) b) c) d) This Bill of Quantities contains 61articles ; The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; The Bidder is responsible for the values in columns 5 and 6; The quantities from column 4 are referring to this bridge. EMPLOYER BIDDER

123

Part 2 Section VI.i: Bill of Quantities Lot 4

Lot 4 Rehabilitation works for Bridge no. 07 at Cernavoda, on A2 km 157+600 and for Bridge no. 10 over the railway on DN 2B km 47+975 at Gaiseanca Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR Bill no. 2 - Works on Bridge no. 10 over the railway on DN 2B km 47+975 at Gaiseanca No. 0 A 1 2 Replacement of pedestrian parapet B01.04.007 A03.03.004.b item 1 DESCRIPTION 2 Road finishes & equipment Removal of concrete barriers or metallic parapets, excluding loading and transport costs Loading and transport of the material resulting from the demolition to an approved dump area Supply and placement of parapet metallic panels, including anti-corrosion painting and other necessary work costs in accordance with design Removal of all metallic guardrail elements, including loading and transport of the material resulting from the demolition to an approved dump area Supply and placement of all metallic guardrail elements with at least two beams and 1,5m height, including galvanization e other necessary work costs in accordance with design Total A Pavements Scarifying and removing the existing bituminous surface, including transport of the removal material to an approved dump area and other necessary work costs in accordance with design Waterproofing execution with modified bitumen and a m m3 95.00 14.25 units 3 quantity 4 Unit Price in Euro 5 Total in Euro 6

A2

136

kg

5700.00

4 A3 5 Guard rail replacement

195/b

95.00

264/b

95.00

B 6 B1 7 Roadway pavement and waterproofin g D.18 B.6.17

m2*cm m2

2970.00 330.00

124

Part 2 Section VI.i: Bill of Quantities Lot 4

No. 0

item 1 replacement polyester coat

DESCRIPTION 2

units 3

quantity 4

Unit Price in Euro 5

Total in Euro 6

107

D.20 D.20.m

Supply and placement of an adequate binder asphalt layer of 6 cm, including other necessary work costs in accordance with design Supply and placement of an adequate draining wearing course layer of 4 cm, including surface preparation applying a primer coat of bitumen emulsion and other necessary work costs in accordance with design Horizontal marking

m2

330.00

m2

330.00

10 Supply and placement of pvc drain pipes with 1,5m and related grids, including anchorage and finish works to ensure waterproofing Supply and placement of precast concrete box

kme

0.1

11 12 B2 Roadway superficial drainage rehabilitation

252 C.3.26a

pc

4.00

dm3 m

864 150.00

13

B.7.27d

Supply and placement of pvc drain pipes with diameter of 150 mm Scarifying and removing the existing bituminous or concrete surface, including transport of the removal material to an approved dump area and other necessary work costs in accordance with design Waterproofing execution with modified bitumen and a polyester coat Controlled demolition of cementitious conglomerate, including all necessary work costs in accordance with design.

14 B3 Walkway pavement replacement

D.18

m2*cm

244.00

15

B.6.17

m2

122.00

16

235/a

m3

37.82

125

Part 2 Section VI.i: Bill of Quantities Lot 4

No. 0 17

item 1 B.3.12b/1

DESCRIPTION 2 Supply of 35MPa Rck concrete, including all necessary work costs in accordance with design Supply and placement of hight adherent steel bars Supply and placement of an walkway bituminous conglomerate layer of at least 2 cm, including all necessary work costs in accordance with design Total B

units 3 m3

quantity 4 37.82

Unit Price in Euro 5

Total in Euro 6

18

B.5.09/d

kg

481.90

19

112

m2

122.00

C 20 NP 08

Concrete repair Concrete water washing with 1500 psi of pressure to prepare the surface for receiving protective materials Overdeck slab Supply and placement of a epoxy resin primer coat like MASTERSEAL PRIMER PU (BASF) or similar Overdeck slab m2 16.80 16.80 m2 16.80 16.80

21

NP 09

C1 22

Deck slab repair NP 10 Supply and placement of a polyurethane resin protective coat like MASTERSEAL FORMULA PU (BASF) or similar Overdeck slab m2

16.80 16.80

23

Rent of a lifting platform h 11.76 11.76

126

Part 2 Section VI.i: Bill of Quantities Lot 4

No. 0

item 1

DESCRIPTION 2 Surface preparation and concrete removal (4cm) by means of high pressure hydrodemolition (30000 psi) being atention with reinforcing steel including loading and transport of the material resulting from the demolition to an approved dump area and all necessary work costs in accordance with design Overdeck slab Supply and placement over reinforcing steel of a coat of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP (BASF) or similar Overdeck slab Supply and placement of 4 cm of a ready-mixed air-cured thixotropic cementitious mortar with restrained expansion, fibre-reinforced with flexible inorganic fibres, like EMACO FORMULA TIXOFIBER (BASF) or similar Overdeck slab Concrete sand blast cleaning to prepare the surface for receiving protective materials Concrete water washing with 1500 psi of pressure to prepare the surface for receiving protective materials Supply and placement of a epoxy resin primer coat like MASTERSEAL PRIMER PU (BASF) or similar Supply and placement of a polyurethane resin protective

units 3

quantity 4

Unit Price in Euro 5

Total in Euro 6

24

NP 11

m2

16.80 16.80

25

NP 12

168.00 168.00

26

NP 13

dm3 m2 m2

672.00 672.00 500.00 500.00

27 28 C2 29 30

NP 07 NP 08

Prestressed concrete beams repair

NP 09 NP 10

m2 m2

500.00 500.00

127

Part 2 Section VI.i: Bill of Quantities Lot 4

No. 0

item 1

DESCRIPTION 2 coat like MASTERSEAL FORMULA PU (BASF) or similar

units 3

quantity 4

Unit Price in Euro 5

Total in Euro 6

31 2 32 NP 07 Rent of a lifting platform Concrete sand blast cleaning to prepare the surface for receiving protective materials Concrete water washing with 1500 psi of pressure to prepare the surface for receiving protective materials Supply and placement of a epoxy resin primer coat like MASTERSEAL PRIMER PU (BASF) or similar Supply and placement of a polyurethane resin protective coat like MASTERSEAL FORMULA PU (BASF) or similar Rent of a lifting platform Surface preparation and concrete removal (4cm) by means of high pressure hydrodemolition (30000 psi) being atention with reinforcing steel including loading and transport of the material resulting from the demolition to an approved dump area and all necessary work costs in accordance with design Supply and placement over reinforcing steel of a coat of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP (BASF) or similar h m2 175.00 100.00

33

NP 08

m2

100.00

34

NP 09

m2

100.00

35 C3 36

Pier caps concrete repair

NP 10

m2 h

100.00

38.50

37

NP 11

m2

5.00

38

NP 12

50.00

128

Part 2 Section VI.i: Bill of Quantities Lot 4

No. 0

item 1

DESCRIPTION 2 Supply and placement of 4 cm of a ready-mixed air-cured thixotropic cementitious mortar with restrained expansion, fibre-reinforced with flexible inorganic fibres,like EMACO FORMULA TIXOFIBER (BASF) or similar Concrete sand blast cleaning to prepare the surface for receiving protective materials Concrete water washing with 1500 psi of pressure to prepare the surface for receiving protective materials Supply and placement of a epoxy resin primer coat like MASTERSEAL PRIMER PU (BASF) or similar Supply and placement of a polyurethane resin protective coat like MASTERSEAL FORMULA PU (BASF) or similar Rent of a lifting platform Surface preparation and concrete removal (4cm) by means of high pressure hydrodemolition (30000 psi) being atention with reinforcing steel including loading and transport of the material resulting from the demolition to an approved dump area and all necessary work costs in accordance with design Supply and placement over reinforcing steel of a coat of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP (BASF) or similar

units 3

quantity 4

Unit Price in Euro 5

Total in Euro 6

39

NP 13

dm3

200.00

40

NP 07

m2

80.00

41

NP 08

m2

80.00

42

NP 09

m2

80.00

43 C4 44

Piers concrete repair

NP 10

m2

80.00

30.80

45

NP 11

m2

4.00

46

NP 12

40.00

129

Part 2 Section VI.i: Bill of Quantities Lot 4

No. 0

item 1

DESCRIPTION 2 Supply and placement of 4 cm of a ready-mixed air-cured thixotropic cementitious mortar with restrained expansion, fibre-reinforced with flexible inorganic fibres,like EMACO FORMULA TIXOFIBER (BASF) or similar Total C

units 3

quantity 4

Unit Price in Euro 5

Total in Euro 6

47

NP 13

dm3

160.00

E 48 E2 49 Repair of structure connection with embankment Cone quarter rehabilitation Rehabilitation of storm water collecting system B.1.01

Earthworks Excavation of soil of any length, with depth smaller than 2 m, including loading and transport of the material resulting from the demolition to an approved dump area Supply and execution of a cementitious foundation slab with lean concrete of any thickness, including all necessary work costs in accordance with design Supply and placement of small concrete slabs to fill cone quarters voids Supply and placement of 50*50 cm precast concrete elements to collect storm water, including all necessary work costs in accordance with design Total E Total transferred to Summary of Bills of Quantities = A+B+C+E m3 33.00

104

m3

33.00

50

E3

544

m2

350.00

51

E4

181

57.00

Notes:

130

Part 2 Section VI.i: Bill of Quantities Lot 4

a) b) c) d)

This Bill of Quantities contains 51 articles ; The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; The Bidder is responsible for the values in columns 5 and 6; The quantities from column 4 are referring to this bridge.

EMPLOYER

BIDDER

131

Part 2 Section VI.iii: Drawings Lot 4

SECTION VI.ii SPECIFICATIONS

132

Part 2 Section VI.iii: Drawings Lot 4

General Items

133

Part 2 Section VI.iii: Drawings Lot 4

Table of Contents:

LEGAL PROCEDURES AND LOCAL LEGISLATION I.1 SUBJECT AND SCOPE OF THE WORKS I.2 QUALITY SYSTEM FOR CIVIL ENGINEERING WORKS I.3 STATE QUALITY INSPECTION OF CONSTRUCTION WORKS

II. GENERAL ITEMS II.1 CONTRACTOR DUTIES II.1.1 Possession and use of the site II.1.2 Site compound II.1.3 Temporary works II.1.4 Existing structures, utilities and underground services II.1.5 Dealing with water II.1.6 Information II.1.7 Safeguarding the environment II.1.8 Traffic management II.1.9 Road Maintenance II.1.10 Works off site II.1.11 As-Built Drawings and Construction Book II.1.12 Erection of Project Identification Billboards II.1.13 Dayworks II.2 QUALITY ASSURANCE AND CONTROL II.2.1 Quality Assurance Management System II.2.2 Site laboratory II.2.3 Sampling, testing, trials and method statements II.2.4 Engineers works approval II.3 SURVEY II.4 OTHERS II.4.1 Progress photographs II.4.2 Authorized translation of the documents forming the Contract

134

Part 2 Section VI.iii: Drawings Lot 4

I. LEGAL PROCEDURES AND LOCAL LEGISLATION

I.1 SUBJECT AND SCOPE OF THE WORKS This Technical Specification incorporates the general legal provisions, based on which the designs are prepared for the various design stages, as well as the bidding documentation, tenders and contracts required for the public work projects implementation. The above-mentioned legal provisions are the following: Law no.10/18.01.1995 Regarding the Civil Engineering Works Quality" published in the Romanian Official Gazette no.12/24.01.1995, as further modified and completed; Government Decision no. 766/1997 for the approval of regulations regarding civil engineering works quality, as further modified and completed; Civil Engineering Works and the Related Facilities Acceptance Regulations" approved by the Government Decision no.273/14.06.1994, published in the Romanian Official Gazette no.193/28.07.1994, as further modified and completed; "Civil Engineering Works Quality State Inspection Regulations" approved by the Government Decision no.272/14.06.1994 and published in the Romanian Official Gazette no 193/28.07.1994. Environmental Protection Government Emergency Ordinance no. 195 / 2005 as further modified and completed; Order of National Administration of Roads for the approval of Rules regarding the administration, utilisation, maintenance and repairing of public roads, indicative no. N.A.R.-554.

The above list is to be considered neither complete nor exhaustive.

135

Part 2 Section VI.iii: Drawings Lot 4

I.2 QUALITY SYSTEM FOR CIVIL ENGINEERING WORKS This clause refers to the general quality assurance system, as required by Law no. 10, issued on 18.01.1995 and published on 24.01.1995. Any contracts, sub-contracts, instructions, approvals, etc. to be concluded or issued during the construction and maintenance period, shall comply with the above-mentioned Law No. 10 dated 18.01.1995. The quality system applied to civil works is a set of organisational procedures, responsibilities, regulations and means implemented for achieving the required quality of civil engineering works during all the following stages: design, construction, and maintenance. The quality system applied to civil works shall consist of the following: civil engineering technical regulations, norms and standards quality of materials applied to civil engineering works technical approvals regarding the quality of new products and procedures inspection of designs and workmanship as well as specialist examinations of design and construction works quality management and assurance of construction works approval and certification of laboratories where analyses and tests are performed for construction works metrological activity related to the construction works acceptance of construction works (provisional and final handing-over) behaviour of construction works and up-graded construction works operation construction works maintenance quality state inspections of construction works.

The products or materials, whose quality is not certified at the time of delivery by quality certificates issued by the manufacturer and specifying their full compliance to the related requirements, should not be used. The technical quality certificates issued for the new materials, procedures and equipment to be used for construction works shall also specify, under the current law, their range of application, as well as their manufacturing, transport, storage, placement and maintenance requirements, in compliance with the provisions of the H.G. no. 766/1997. Where a certain construction quality requirement is to be ensured in accordance with quality specifications, only the approved additional products, procedures and equipment, should be used. The supervision of the construction works is mandatory and will be carried out by the Employer through specialist Engineers or firms acting as specialist consultants. Only authorised technical experts shall carry out the technical inspections of designs and construction works. The construction trial and test laboratories shall be approved and authorised in compliance with the legal provisions in force. The measurement activity related to the construction works shall be developed in compliance with the legal provisions regarding calibration, checking and operational reliability required for the measuring and control devices used in this field.

136

Part 2 Section VI.iii: Drawings Lot 4

I.3 STATE QUALITY INSPECTION OF CONSTRUCTION WORKS This clause describes the duties of the State Inspectorate responsible for the quality of Works, in accordance with the law in force. The cost of these inspections will be borne by the Employer, by the payment of a specific governmental tax. The State Quality Inspections include quality systems and quality requirements application during the activities developed by the Employer for the design, construction and maintenance stages. The State Quality Inspections for construction works are carried out by the "State Inspectorate for Civil Engineering" which is responsible for the state control of the legal procedures adequately applied to achieve the required quality of construction works. The State Quality Inspections of construction works are performed in compliance with the "Civil Engineering Works Quality State Inspection Regulations" which stipulate the general standard requirements, their tasks, contents, organisational framework and methods applied for the state quality control of construction works. The instructions included in these Regulations are compulsory for all parties involved in the issuing of territory planning certificates, building permits, site location and responsible for the design, construction, and maintenance of civil engineering works. The provisions of these regulations are mandatory for all Romanian and foreign companies, public units, central and local administrations, which, under the law, contribute to the construction activities, or represent the Employer, or the Users of these construction works, regardless of the financial sources used for the works or the type of the ownership right. The Specifications make reference to the applicable Romanian Standards. However, as specified under the clause 7.9 of the Particular Conditions, all Romanian Standards entered into force at the Base Date are applicable to the project.

II. GENERAL ITEMS II.1 CONTRACTORS DUTIES II.1.1 Possession and use of the site The Contractor shall have responsibility for the road sections, bridges and generally all infrastructure components (including signalling, lighting and similar systems) within the Site of the Works, in accordance with Romanian laws and regulations regarding their use. The Contractor shall request possession of the Site, or a part of the Site, from the Engineer when required by its programme of Works, and the Employer shall give that possession in accordance with Clause 2.1 of the General Conditions of Contract. When the Employer gives the Contractor, possession of the Site, or a part of the Site, the Contractor shall be given authority to carry out the Works instructed by the Engineer under the Contract. It shall however notify the Employers local branch office of its proposed programme of works and liaise with them regarding traffic management proposals and advance notices to traffic, the police, the emergency authorities and the service authorities. The Contractor shall not enter the Site for additional investigations or to execute the Works until it has been granted possession. If the Contractor requires entering the Site prior to being granted possession for other reasons and the Engineer agrees, it shall demonstrate that it has the necessary insurances and has arranged appropriate safety measures.

137

Part 2 Section VI.iii: Drawings Lot 4

During possession of the Site, or part of the Site, the Contractor shall be responsible for providing lighting, protection and other measures to make the temporary works, material storage, excavations, partially finished works, etc. safe for the public and road use. The Contractor shall maintain access to all property from the road during the execution of the Works. Where closure of such accesses is unavoidable, as agreed with the Engineer, and due to the proximity of the Works, the Contractor shall give sufficient notice (at least 10 days) of operations to the occupiers of the affected properties so that inconvenience is minimised and whenever possible temporary access shall be provided. In no case shall any access be closed for more than twelve hours. II.1.2 Site compound The Contractor shall find its own site or sites for setting up one or more compounds in which to locate its offices, workshops, stores, plant etc. On completion of the relevant section of the Works, for which temporary works have been provided, the Contractor shall remove all its offices, workshops, stores, plant, fencing, hard standing etc., clean up the site and carry out other works to return the site to its original condition. The Contractor shall also locate its own areas (or make all necessary arrangements at its cost) for collection and disposal of waste and unwanted materials, complying with the local regulations and procedures for transport and disposal. The Contractor shall obtain all the necessary approvals of local authorities and others for its site compound at its own cost. II.1.3 Temporary works The Contractor shall design, arrange, provide and remove at its own cost all temporary works needed to carry out the permanent works. The temporary works shall include the provision of road diversions where considered necessary. All temporary works shall be approved by the Engineer, but this shall not relieve the Contractor of its responsibility for their design and adequacy. The Contractor shall obtain all the necessary approvals from the Ministries, service (utility owners), local authorities and other third parties for its design of the temporary works where required. The Contractor shall be responsible for obtaining all approvals and permits for organising all necessary land hire for any temporary works such as access roads, diversion roads, borrow pits, site compounds, material and equipment storage areas, laboratory facilities and so on. It shall restore the areas affected by these temporary works either to their original condition or to a condition agreeable to the Engineer, or stipulated in approvals. The Contractor shall design and construct any form of temporary road diversion and rail or river crossing and shall be responsible for obtaining approvals and clearances from all land owners and other relevant organisations affected by these temporary works. The temporary road diversions shall be designed and constructed using materials and workmanship that prevent settlement, rutting or distortion of the running surface. The diversions shall be surfaced with an even and safe wearing course. The design of the diversion shall be submitted, through the Engineer, to the Employer for technical approval. The Contractor shall submit details of its scheme to the landowners, river authority etc. When submitting the design of the diversion to the Engineer, the Contractor shall also submit its proposals for traffic management plan and safety requirements whilst the diversion is in use. On completion of the relevant section of the Works for which temporary works have been provided, the Contractor shall remove such roads, structures and the like and reinstate the ground on which they had been constructed to its original or to a similar condition to the satisfaction of the Engineer.

138

Part 2 Section VI.iii: Drawings Lot 4

II.1.4 Existing structures, utilities and underground services Where, in the course of construction of the Works, any existing foundations, walls, sewers, drains, pipes, wires, cables, and other structures, places and things such as utility networks are exposed, or otherwise are affected by the execution of the Contract, they shall be properly maintained, adequately supported and protected. Expedients to the approval of the Engineer shall be adopted, which will prevent inconvenience, interruption and which will ensure safety and continuity of use, of the above. Whenever an existing Service is to be diverted in order to construct the Works, the Contractor shall arrange for this work to be carried out by a duly authorised sub-contractor under the supervision of the Contractor and of the utility owner / manager. The Contractor will use the Provisional Sum defined in Bill A, article GI 04, to cover the total cost for execution of removal or relocation of any such utility Service. Special attention shall be given to the provisions of the Particular Conditions, Sub-Clause 13.5. If the Service does not need to be diverted, it shall be the Contractors responsibility to support and protect the Service while working around it, to the approval of the Service owner and the Engineer. The Contractor shall provide attendance as necessary and will be responsible for taking all measures to provide for the protection of such installation and for the consequences of any damage whether or not the services are shown on the drawings. No services or supplies shall be interrupted without the written consent of the appropriate authority or owner and the Contractor shall provide a satisfactory alternative before interrupting any existing service or supply. These Contractors responsibilities will continue as long as it has possession of the Site. The Contractor shall inform the relevant offices immediately in the event of any damage pipelines, railroads and water, telegraph, telephone and other public installations on Site and shall perform the necessary repairs at its own cost. II.1.5 Dealing with water The Contractor shall bear all risks associated with water, whether from the main river, local water courses, underground springs, rainfall or any other sources or cause. The Contractor shall take measures, carry out any operation and provide and use all necessary plant, appliances, pumps, and the like for dealing with flowing or standing water within the site. The Contractor shall be responsible for pumping all water from excavations. In discharging and diverting water he shall avoid flooding other works, causing erosion and polluting watercourses. Where temporary works cross, or are within watercourses the Contractor shall design and arrange its temporary works in accordance with the water authoritys requirements for water flow, avoidance of pollution etc. II.1.6 Information The Contractor shall, when required by the Engineer, furnish all information as to quality, weight, constituent substances, dimensions, levels, strength and description of the materials and work, and give the Engineer such other particulars as may be required. II.1.7 Safeguarding the environment The Contractor shall execute all works and take any measures for environmental protection and impact mitigation in accordance with the laws in force in Romania and security of workers. He shall obtain all the necessary updated information concerning the organisation for Environmental Protection in Romania and obtain all the necessary authorisations and

139

Part 2 Section VI.iii: Drawings Lot 4

carry out complementary studies whenever necessary. He shall obtain environmental approvals for all temporary works. During the works, including the defects notification period, the Contractor and its subcontractors, in compliance with the norms and regulations in force, shall implement the following mitigation measures: Reduction of Equipment and Plant noise when working in urban areas and in proximity to occupied buildings. Control of vibration from plant and equipment in urban areas and in proximity to buildings and other structures. Optimum location for crushers, bitumen plants, batching plants and other similar plants, in order to minimise their adverse impact on the natural and human environments. Enforcement of an adequate traffic management plan to minimise the disturbance caused by the site traffic and to safeguard the public and the Contractors labour. Protection of rivers, lakes, lands in crop and any areas surrounding the Site, against any pollution, which may originate either from the permanent road works or from other activities related to the Contractors organisation. Control of the method of storage of materials, with strict observance of the standards and specifications regarding the most sensitive items such as fuel, bitumen, lubricants, cement, explosive, etc. Protection and accurate reinstatement at the end of the works of borrow pits, quarries, services and diversion roads and any other temporary or preparatory work. Provision and installation of specific equipment and the relevant monitoring of noise, gas, dust, liquids and other pollutants derived from Site activities. Reduction of the emission of pollutants when they reach maximum admissible levels, in accordance with the applicable Romanian legislation and norms. Biodegradable materials shall be carefully buried in locations approved by the Engineer and the local environmental Agency in order to prevent any pollution of underground water. Any other action which might be necessary in accordance with the Engineers instructions and, as required by the applicable Romanian legislation.

The Contractor shall, at the request of the Engineer, carry out whatever environmental measurements are required to demonstrate that the requirements of this Clause are being respected. The tests shall be carried out at the locations and times required by the Engineer, and the Contractor shall carry out such tests at its own expense with instruments supplied by him. II.1.8 Traffic management Within the period defined in the Conditions of Contract, the Contractor shall submit a Traffic Management Plan to the Engineer for approval, in total respect of the specificity of the Works. When preparing the Traffic Management Plan, the Contractor shall observe the requirements of the Joint Order of the Ministry of Internal Affairs and of the Ministry of Transports no. 1112/411/2000, referring to Approval of the Methodological Norms regarding conditions for closing the traffic and introducing traffic restrictions in view of execution of works in the public roads area and/or for protection of the existing road. The plan shall also describe how it intends to minimise the impact of the construction activities on the public road circulation and on the access points to the compound. The Traffic Management Plan shall be preliminarily submitted for approval to all the relevant Authorities (Police Department, Employers local branch etc.). The Traffic Management Plan shall include all the details and information required for the Works or as the Engineer may require. Throughout the execution of the Works and the remedying of any defects therein, the Contractor shall:

140

Part 2 Section VI.iii: Drawings Lot 4

have full regard for the safety of all persons on the Site and shall keep the Site (so far as the same is under its control) as well as the Works (so far as the same are not completed or occupied by the Employer) in an appropriate state to avoid any danger to all persons whether or not they are authorised to be on the site; and provide and maintain, at its own cost, all lights, barriers and warning signs, when and where necessary or when required by the Engineer for the protection of the Works or for the safety and convenience of the public or others.

Where the circumstances of any particular case are not described in the Traffic Management Plan, the Contractor shall submit proposals for dealing with such situations to the Engineer for approval. Compliance with this Clause shall not relieve the Contractor of any of its other obligations and liabilities under the Contract. The Contractor shall not commence any work that affects the public roads until all traffic safety measures necessitated by the work are fully operational. When implementing the measures included in the Traffic Management Plan, the Contractor shall observe the requirements of the Norms regarding maintenance and repairing of public roads Indicative number NAR 554-2002. The traffic signs, road markings, lamps, barriers and traffic control signals shall be in accordance with the requirements current at the date of the execution of the work. The road signs and horizontal road markings will be redone whenever the Engineer considers it necessary. The Contractor shall keep clean and readable at all times all traffic signs, road markings, lamps, barriers and traffic control signals and he shall position, re-position, cover or remove them as necessitated by the progress of the Works and paying special attention to the access points to the Site at by-passes limits. Roads, accesses, rights of way, etc. which are being used by construction traffic shall at all times be kept clean of all dirt, mud and material dropped from vehicles or from tyres arising from such use. The Contractor shall provide, maintain and use suitable equipment for this purpose. In carrying out the Works the Contractor shall ensure that all road drains, ditches and channels are kept clear of any spoil, mud, slurry, or other materials likely to impede the free flow of water. The Contractor shall inform the Engineer in writing, within two weeks of the date of Commencement of the Works, of the name of the responsible person who will be available at all times to ensure compliance with this Clause. Where work is carried out on, or adjacent to a highway open to traffic, the Contractor shall ensure that vehicles and mobile plant under its control operating frequently or regularly on or adjacent to that highway in the execution of the Works shall be painted in a conspicuous colour. The Contractor shall provide, and suitably sign points of entry to and exit from the Site, for vehicles and plant engaged on the Works. The Contractor shall ensure that when any vehicle or item of plant is reversing within the Site on or adjacent to a highway open to traffic, it does so only under the supervision of a person designated for the purpose of regulating traffic within the Site who shall be readily distinguishable from the remainder of the work force. Where work is carried out on or adjacent to a highway open to traffic, the Contractor shall ensure that the work force and the site supervisory staff at all times wear high visibility warning clothing.

141

Part 2 Section VI.iii: Drawings Lot 4

II.1.9 Road Maintenance From mid November each year the Contractor shall take special precautions to ensure that the Site of the Works is not left unsafe for traffic over winter. These measures should include restriction of excavation and avoidance of major bridge works, in order to avoid road closures, obstructions and other safety risks. The Contractor shall submit to the Engineer for approval, a special traffic plan from midNovember to mid-March detailing: proposed precautions prior to the onset of winter; proposed maintenance of existing traffic thoroughfares within the Site of the Works during the winter period.

In total respect of the nature of the Works rehabilitation and new construction, the Contractor shall propose a Maintenance Plan and the list of the public road sectors, which will be used for the purposes of carrying out the works. The Contractor shall provide road maintenance according to Order of National Administration of Roads for the approval of Rules regarding the administration, utilisation, maintenance and repairing of public roads, indicative no.N.A.R.-554, which has stipulated the works to be executed for winter and summer seasons. The works include supply of materials, labour, plant, equipment, transport and means of transport for all materials. The road maintenance shall be in accordance with the laws in force regarding the security and safety of workers and third parts. The following items must be respected: General for winter and summer seasons: the bituminous surfacing reparation and the joints and cracks sealing; the shoulders re-shaping for ensuring the side wise draining conditions of the roadway waters; the correctly water drainage using the cleaning works of the ditches, fall chambers, etc.; the maintenance and the replacing of the road safety equipment using the sheet signing, guideposts, horizontal marking maintenance, etc.

Maintenance of existing roads during execution winter season For a minimum 105 days/year some of the main road maintenance works are the following: ensuring of information system about the road condition 24 hours/day for 7 days a week. material provision including transport, stockpiling, preparation for spreading on the carriageway and the spreading operation including traffic safety control. bituminous surfacing and the cement concrete repairs including the patching of the deteriorated surfaces, the joints and the cracks sealing, etc. shoulders reshaping for ensuring of the sideways drainage of road surface water. correction of drainage by the cleaning of ditches, of the fall chambers of the footbridges, the dieseling works of the footbridges, etc. maintenance and the replacement of the road safety equipment using the sheet signing, the guideposts, the portals and the brackets, the horizontal marking maintenance, etc. assembly snow-fences in the places indicated by the local D.R.D.P. snow evacuation. anti-skid materials spreading with spreader connected with weighing machine.

142

Part 2 Section VI.iii: Drawings Lot 4

Maintenance of existing road during execution summer season The Contractor should provide the road maintenance during the works execution, to permit normal traffic movement during the summer season. After the completion of works the Contractor shall perform all the necessary repairs of the roads used during the construction period. These roads shall be brought to the normal traffic conditions of their technical category. Some of the main works and minimal supplying with necessary equipments are the following: ensuring of information system about the road condition 24 hours/day for 7 days a week. bituminous surfacing and the cement concrete repairs including the patching works of the deteriorated surfaces, the joints and the cracks sealing, etc. shoulders reshaping for ensuring of the sideways drainage of road surface water. correction of drainage by the cleaning of ditches, of the fall chambers of the footbridges, the dieseling works of the footbridges, etc. maintenance and the replacement of the road safety equipment using the sheet signing, the guideposts, the portals and the brackets, the horizontal marking maintenance, etc.

ALL IN ACCORDANCE WITH THE ENGINEERS REQUIREMENTS AND THE LAWS IN FORCE REGARDING TRAFFIC SAFETY AND SECURITY FOR WORKERS AND THIRD PARTIES. II.1.10 Works off site. When major components of the Works are manufactured off Site, the Contractor shall make arrangements to provide an adequate and secure office at or adjacent to the place of, and during the period of, manufacture and testing. The Contractor shall give written notice to the Engineer of the workshops and places where work is being, or is about to be, carried out from which materials of manufactured articles are about to be or are being supplied. It shall also give such notice and keep the Engineer advised of the times when such materials will be ready to be inspected, so that such inspection may take place without delaying the delivery of the materials to the Site. Such notices shall be given at such times as will permit the inspection of the whole of the work at all stages of the processes of manufacture and not simply when the goods are completed ready for delivery. II.1.11 As-Built Drawings and Construction Book The Contractor shall keep records as the works proceed to enable him to mark up a set of As Built Drawings during construction. These As Built Drawings shall be made available for inspection at the end of the Completion of Works to the Engineer. On completion of the works and not more than 28 days after the issue of the Taking Over Certificate, the Contractor shall provide two sets of As Built Drawings to the Engineer covering the complete construction of the Works. The As Built Drawings shall be accompanied by all the records taken during the construction of the works, necessary for the constitution of the Construction Book as per Romanian requirements. II.1.12 Erection of Project Identification Billboards Provide two single faced billboards (in Romanian) to be installed on concrete on each side of the road, at each bridge. The exact place where the billboards shall be erected will be agreed between the Engineer and the Contractor.

143

Part 2 Section VI.iii: Drawings Lot 4

The billboards shall be installed by the Contractor 28 days after the Commencement Date with a prior approval of the Engineer. The billboards shall be installed on concrete foundations and shall be 3 m high and 2 m wide; they shall be mounted on steel posts so that the lower end of the signboard can be 1 m above the ground level. The billboards shall preferably be in aluminium, details of the design shall be prepared by the Engineer. The specific format and the specific content of these panels shall be in conformity with the instructions and requirements of the Employer. Billboards shall be removed no later than 6 months after the completion of the works.

II.1.13 Dayworks Work shall not be executed on a daywork basis except by instruction from the Engineer in according to clause 13.6 of FIDIC 1999 First Edition General Conditions. The Contractor shall complete the column Unit Price on the appendices to schedules GI.16, GI.17 and GI.18 of Bill of Quantities.

A) Daywork Labour In calculating payments due to the Contractor for the execution of daywork, the hours for labour will be reckoned from the time of arrival of the labour at the job site to execute the particular item of daywork to the time of departure from the job site, but excluding meal breaks and rest periods. Only the Daywork labour instructed and approved by the Engineer will be paid according to the appendix to schedule GI.16 of Bill of Quantities. The Contractor shall be entitled to payment in respect of the total time that labour is employed on daywork, calculated at the basis rates entered by it in the appendix to schedule GI.16 of Bill of Quantities. The rates for labour shall be deemed to cover all costs to the Contractor including (but not limited to) the amount of wages paid to such labour, transportation, time, overtime, subsistence allowances, and any sums paid to or on behalf of such labour for social benefits in accordance with Romanian law, as well as Contractors profit, overheads, superintendence, liabilities and insurance and allowance to labour, timekeeping and clerical and office work, the use of consumable stores, water, lighting and power; the use and repair of stagings, scaffolding, workshops and stores, portable power tools, manual plant and tools; supervision by the Contractors staff, foremen and other supervisory personnel; and charges incidental to the foregoing. B) Daywork Materials The Contractor shall be entitled to payment in respect of materials used for daywork (except for materials for which the cost is included in the labour costs as detailed above), at the rates entered by it in the appendix to schedule GI.17 of Bill of Quantities, that shall be deemed to include overhead charges and profit, as follows:

(a)

(b)

the rates for materials shall be calculated on the basis of the invoiced price, freight, insurance, handling expenses, damage, losses, etc., and shall provide for delivery to store for stockpiling at the Site. the cost of hauling materials for use on work ordered to be carried out as daywork from the store or stockpile on the Site to the place where it is to be used will be paid in accordance with the terms for Labour and Constructional Plant in this Schedule.

144

Part 2 Section VI.iii: Drawings Lot 4

No allowance will be made for loss of materials or volume thereof during transport or compaction.

C) Daywork Plant/Equipment The Contractor shall be entitled to payments in respect of Constructional Plant already on Site and employed on daywork at the basic rental rates entered by it in the appendix to schedule GI.18 of Bill of Quantities. The said rates shall be deemed to include due and complete allowance for depreciation, interest, indemnity and insurance, repairs, maintenance, supplies, fuel, lubricants and other consumable and all overhead profit and administrative costs related to the use of such equipment. The cost of drivers, operators and assistants will be paid for separately as described under the section on Daywork Labour. In calculating the payment due to the Contractor for Constructional Plant employed on daywork, only the actual number of working hours will be eligible for payment, except that where applicable and agreed with the Employer, the travelling time from the part of the Site where the Construction Plant was located when ordered by the Engineer to be employed on daywork and the time for return journey there to shall be include for payment.

II.2 QUALITY ASSURANCE AND CONTROL II.2.1 Quality Assurance Management System The Contractor shall prepare and submit to the Engineer within 28 days (twenty eight) after receiving the notice under Sub-Clause 8.1 [Commencement of Works], a written quality assurance management system similar to that described in ISO 9000 series. This shall show the Contractors Site organisation and responsibilities for all members of the Contractors organisation to check and report on the quality of materials and workmanship. It shall also show the procedures for communication with the Engineer. Quality Plans and method statements shall indicate hold points as follows: Contractors hold points: Points where no further work shall proceed without the written approval of a designated person of the Contractors management, who shall be named in the Quality Plan. Engineers hold points: Points where no further work shall proceed without the written approval of a designated representative of the Engineer. The Contractor shall ensure that the Quality Plans and associated quality documentation are available to all parties involved in the Works. The Contractor shall be wholly responsible for ensuring that the quality of all materials and workmanship are in accordance with the Specifications and to the satisfaction of the Engineer. The Contractors Quality Assurance System shall comply with the provisions of the Law No.10/95. The Contractor shall carry out its own inspection of materials and workmanship and satisfy himself that they meet the Specification before offering them up to the Engineer for acceptance or payment.

145

Part 2 Section VI.iii: Drawings Lot 4

The Engineer shall issue Non-Conformity Notices if any work, materials, workmanship or any other thing is not in accordance with the Contract. Until such non-conformity notice is rescinded, the Engineer shall not certify any payment for the work or item affected. II.2.2 Site laboratory The Contractor will make available a Site Laboratory with the equipment required to carry out the tests under the Contract and in accordance with the quality assurance plan. The laboratory shall be ventilated, weatherproofed, insulated for the climate and provided with all main services and furniture by the Contractor. The size and layout of the laboratory shall be suitable to carry out all sampling and testing of materials and workmanship. It shall contain special storage rooms for samples of materials etc., as approved by the Engineer. The laboratory shall be set up in accordance with the relevant applicable legislation and standards. The Contractor shall make available the equipment and consumables necessary for carrying out the sampling, testing and recording required by the Technical Specification and additional numbers of tests instructed or carried out by the Engineer. The testing equipment shall be new, or as new, and maintained in a clean and serviceable state and shall be checked and/or calibrated at required intervals or when instructed by the Engineer. The Contractor shall staff the laboratory with a qualified engineer and technicians fully experienced in the testing of materials. The sampling and testing shall be supported by an adequate number of laboratory and field labourers. The Contractor shall ensure adequate space for the Engineer staff to attend tests, elaborate and keep the necessary records and samples. The Contractor shall also make available mobile facilities for sampling and testing which can be carried out in the field at the location of works. The laboratory shall be maintained in a clean and tidy condition to the satisfaction of the Engineer. The layout, design, materials, workmanship, finishing, fitting and furnishings shall be to the satisfaction of both the Engineer and the Employer. The laboratory shall be fully available and ready for use within 12 weeks of the Commencement Date. If the Contractor commences any selection or testing of materials for submission to the Engineer for approval of any permanent works before the 12 weeks period, temporary testing facilities, to the approval of the Engineer, may be used. The Contractor shall allow the Engineer to carry out its own tests for the Contract using the site laboratory equipment, consumables etc, or to have tests carried out by the Contractors staff. In certain cases, the Engineer might also request testing to be performed by another authorised laboratory. The related costs of such testing at the request of the Engineer are to be funded through the Provisional Sum item GI.13, subject to the provisions of Sub-Clause 7.4 of the Conditions of Contract. On completion of the Works, the Contractor shall remove the laboratory, storage facilities, equipment, etc, clean up the site and carry out other works to return the site to its original condition. It is specified that the laboratory, the equipment and any similar item are not to be handed over to the Employer or any of its representatives and will remain the property of the Contractor. II.2.3 Sampling, testing, trials and method statements

146

Part 2 Section VI.iii: Drawings Lot 4

The Contractor shall maintain a record of the suppliers from whom it proposes to purchase the goods and materials necessary for the execution of the Works. Where a choice of goods or materials is listed in the Contract, the Contractor shall inform the Engineer of the goods or materials he proposes to use. Any subsequent change of suppliers, goods or materials shall also be recorded. The sampling and testing shall be carried out by the Contractor, using its own, or an authorised laboratory, in accordance with the relevant Standard Specification or as described in this Specification as appropriate. In addition, the sampling and testing shall be in accordance with the applicable law. The Contractor shall, before placing orders for materials for incorporation in the Works, submit complete information to the Engineer at least 4 weeks before the material is required for the works. This information should include the names of the supplier, the origin of the material, manufacturers specification, quality, weight, strength, description and details of materials that he proposes that each firm should supply. The Contractor shall deposit with the Engineer (a) samples of such materials when requested, and (b) where appropriate, manufacturers certificates of recent tests carried out on similar materials. The Contractor shall carry out trials of all concrete mixes and mixtures of other materials showing by tests that not only are the constituents in compliance with the Specifications but also that the resulting mixtures give end results to the satisfaction of the Engineer. The Contractor shall ensure that the Engineer has the opportunity to witness any tests on materials and mixes that the Engineer requires. Method Statements describing the sequence, materials and other relevant details shall be supplied for all key activities or for any other activities requested by Engineer. The Method Statements must be agreed by the Engineer prior the starting of the relevant works. II.2.4 Engineers works approval For site inspection and approval of works, the Contractor shall give adequate notice in writing to the Engineer. Where no period of notice is stated in the Contract, such notice shall be not less than four hours of normal working time before the work is ready for final inspection. Forms shall be used where these have been provided for that purpose. No works shall commence until the Engineers written approval has been given. This will not release the Contractor from its obligation to complete the work according to the contractual completion date. The Engineer shall require reasonable time during normal working hours to carry out its inspection. When the Contractor gives the Engineer details of the source of supply of materials or other supplies to be incorporated into the Works, the Engineer shall then require reasonable time (normally 4 weeks) to carry out such tests and enquiries that he may deem appropriate before giving its approval. For off-site works, the Contractor shall give the Engineer at least seven days notice in writing stating when such works are due to commence.

147

Part 2 Section VI.iii: Drawings Lot 4

II.3 SURVEY The Contractor shall satisfy himself that the existing ground and road levels as indicated in the Contract are correct. Should the Contractor wish to dispute any levels it shall submit to the Engineer a schedule of the position of the levels considered to be in error and a set of revised levels. The existing ground relevant to the disputed levels shall not be disturbed before the Engineers decision as to the correct levels is given. The Contractor shall undertake all interim and final earthwork measurements from the computer ground model established during the design phase or a model which has been modified in accordance with the previous paragraph. The Contractor shall undertake, within three weeks of the Date of Commencement, a detailed topographic survey and satisfy himself that the model is representative of the existing terrain for measurement purposes and shall advise the Engineer, within four weeks of the date of commencement of the Works, of any terrain input data errors. The Contractor shall compile input data in the format specified by the Engineer and shall submit all data to the Engineer. The Contractor shall also make available and maintain survey instruments for the use of the Engineer. A set of survey instruments shall consist of the following: a new, or as new, Total Station with sighting targets, and field note book ranging rods, automatic level metric level staff 50m steel tape 50m linen tape Other consumables shall be provided to the Engineer as required: pegs, hammers, nails, torches, sunshade etc. It is specified that the survey instruments are not to be handed over to the Employer or any of its representatives and will remain the property of the Contractor.

II.4 OTHERS II.4.1 Progress photographs The Contractor shall arrange to have record photographs of the Works, under digital format, taken as directed by the Engineer. These photographs shall cover such extent of the Works as the Engineer shall direct. All the digital prints shall be preserved in a computer and also on Compact Disks Recordable / DVD and shall be marked with the date of exposure, name and address of photographer, identification reference number, and brief description of the work, including chainage and direction of the view. On completion of the Works all the CD/DVD shall become the property of the Employer. The copyrights of all digital photographs shall be vested with the Employer and digital prints shall be delivered to the Engineer within 4 weeks of exposure. The photographs shall not be used for any purpose whatsoever without the Employers approval.

148

Part 2 Section VI.iii: Drawings Lot 4

II.4.2 Authorized translation of the documents forming the Contract The Contractor arrange for providing authorized translation into Romanian of all the documents forming the Contract, as listed under Particular Conditions of Contract. The translation shall be made available within 28 days after Commencement Date.

149

Part 2 Section VI.iii: Drawings Lot 4

Works Items

150

Part 2 Section VI.iii: Drawings Lot 4

Section 1 - Table of Contents: I. SUMMARY................................................................... Error! Bookmark not defined. I.1 GENERALITIES ...................................................................................................... 152 I.2 DESIGN PRINCIPLES ............................................................................................ 152 I.2.1 FREE SPACES ON AND UNDER THE BRIDGE..................................................... 153 I.2.2 LOADS .................................................................................................................... 153 I.3 GENERAL SPECIFICATION FOR THE EXECUTION ............................................. 153 I.4 GENERAL PROVISIONS CONCERNING THE ACCEPTANCE .............................. 154 I.5 GENERAL PROVISIONS CONCERNING THE SERVICE AND THE MAINTENANCE OF THE STRUCTURES .............................................................................. 154 II. REFERENCE NORMATIVES .................................................................................. 154 III. BRIDGE GEOMETRIC CHARACTERISTICS .......................................................... 157 IV. BRIDGE INTERVENTIONS WORKS AND MATERIALS ......................................... 157 IV.1 SUMMARY.............................................................................................................. 157 IV.2 INTERVENTION A1 PAINTING OF PEDESTRIAN PARAPET ............................. 158 IV.2.1 GENERALITIES ...................................................................................................... 158 IV.2.2 SURFACE PREPARATION ..................................................................................... 158 IV.2.3 COATING PROGRAM ............................................................................................ 159 IV.2.4 APPLICATION TECHNIQUES ................................................................................ 159 IV.3 INTERVENTION A3 GUARD RAIL REPLACEMENT ............................................ 160 IV.4 INTERVENTION A4 - ELECTRICAL EQUIPMENT REPLACEMENT ...................... 160 IV.5 INTERVENTION A5 WALKWAY SLAB SUBSTITUTION ..................................... 162 IV.6 INTERVENTION B1 ROADWAY PAVEMENT AND WATERPROOFING REPLACEMENT .................................................................................................................... 162 IV.6.1 GENERALITIES ...................................................................................................... 162 IV.6.2 AGGREGATES ....................................................................................................... 163 IV.6.3 BITUMEN ................................................................................................................ 164 IV.6.4 MIXTURES ............................................................................................................. 165 IV.6.5 WORKS CONTROL AND ACCEPTANCE ............................................................... 167 IV.6.6 SPECIFICATIONS FOR THE EXECUTIONS .......................................................... 167 IV.6.7 ADHESION ACTIVES ............................................................................................. 167 IV.6.8 DRAINING ASPHALT WEARING COURSE............................................................ 167 IV.6.9 WATER PROOFING ............................................................................................... 171 IV.7 INTERVENTION B2 ROADWAY SUPERFICIAL DRAINAGE REHABILITATION ................................................................................................................. 172 IV.8 INTERVENTION B3 WALKWAY PAVEMENT REPLACEMENT........................... 173 IV.9 INTERVENTION B4 EXPANSION JOINTS REPLACEMENT ............................... 173 IV.9.1 GENERALITIES ...................................................................................................... 173 IV.10 INTERVENTIONS C1 - DECK SLAB REPAIR and C4 - PIERS CONCRETE REPAIR 174 IV.10.1 GENERALITIES ...................................................................................................... 174 IV.10.2 MATERIALS............................................................................................................ 175 IV.11 INTERVENTION D1 PAINTING OF STEEL STRUCTURES ................................. 180 IV.11.1 GENERALITIES ...................................................................................................... 180 IV.11.2 SURFACE PREPARATION ..................................................................................... 181 IV.11.3 COATING PROGRAM ............................................................................................ 181 IV.11.4 APPLICATION TECHNIQUES ................................................................................ 182 IV.12 INTERVENTION WORK D4 REHABILITATION OF INSPECTION GANTRY AND RAILS............................................................................................................................ 182 IV.13 INTERFERENCE WITH RAILWAY

151

Part 2 Section VI.iii: Drawings Lot 4

SUMMARY

GENERALITIES The wider objective of this project is to complete maintenance and rehabilitation works on bridge 7 in Cernavoda, Dobrogea area, in Romania. Generally speaking, the list of the rehabilitations works refers to: Restoring to a former state and/or capacity Improving serviceability (structural and/or functional) Strengthening

The purpose of these Technical Specifications is to describe, in a detailed way, the bridge geometric characteristics, the evaluated actions on this project, the intervention works to be executed and the related materials applied in the designed solutions to rehabilitation. All the designed materials are typological and dont express any kind of preference for any company eventually mentioned.

DESIGN PRINCIPLES The bridges, grade separation structures and viaducts are structural works. The conception of any resistance structure has to observe certain general principles, resulted from the practice, namely: practicality capacity of resistance economic efficiency aesthetics

Guided by these principles, the design of the bridge must accomplish its goal, that is to ensure the unhindered traffic of the vehicles across the obstacle. This means to achieve: the free passage spaces on and under the bridge, the proper rigidity of the structure in the limits of the permissible deformations, the best conditions of service and maintenance. The structures capacity of resistance must be obtained by reasonable dimensioning of the components. According to the principle of economic efficiency any structural work must be executed at a minimum cost. Depending on the layout (length and height of the obstacle, geotechnical conditions etc.) the economic efficiency can be achieved by establishing a proper length of the work an economical spans of the bridge. Hereafter, knowing the economical spans, the best method of construction may be selected, as well as the construction materials. A bridge or a viaduct, must have an aesthetic layout and has to be in harmony with the landscape.

152

Part 2 Section VI.iii: Drawings Lot 4

The design of the bridge must observe as much as possible all the hereinbefore shown principles, thus the best solution may be found only by analysis and comparison of several variants. The design of the bridges, grade separation structure and viaduct must observe the provisions hereinafter. FREE SPACES ON AND UNDER THE BRIDGE The length of the bridge and the underside or soffit level of the superstructure shall be established by a hydrological design, in accordance with the departmental norms M.T., Pod 95-71 Norms for the hydrological design of bridges and Pod 96-71 for culverts. In the case of navigable river or stream, the navigable span shall be also observed, especially for the max central span of the bridge. The height of platform and the size of the spans shall be fixed observing the min overall dimensions necessary for the crossing of railways (STAS 4392-84) or roads (STAS 2924-91). The height of platform, the width of the carriageway, of the bicycle path, and of the sidewalks shall be fixed in accordance with the provisions of STAS 2924-91, and depending on the technical class of the road. LOADS The structural design of the bridges must take in account all the loads that may occur, observing european standards (Structural Eurocodes) and the following romanian standards: STAS 10101/1-78: Actions in constructions. Technical weight and permanent loads STAS 10101/OB-87: Actions in constructions. Classification and groups railway and road bridges STAS 1545 89: Road and highway bridges.. Foot-bridges. Actions. STAS 3221 86:"Road bridges. Type trains charging classes" of actions for

GENERAL SPECIFICATION FOR THE EXECUTION The Contractor may begin the execution of a structure only after the award and ratification of the contract. The main documents, necessary for contractor to perform the works, are as follows: the plans of site and location, and general specifications; the geotechnical study providing the site conditions and the adequate procedure of foundation; working drawings for framework, reinforcement, etc, for all the components of the artwork; special technical specifications for the respective structure, if any; the schedule of the construction operations.

153

Part 2 Section VI.iii: Drawings Lot 4

An authorized office or company shall make these documents for design and research. Taking in account the variety and the importance of the task, the Contractor has to prove that he possesses the experience and the know-how necessary to perform the respective work. The Contractor shall observe all the provisions of the contract, design and technical specifications. Also, the Contractor must take necessary steps for the protection of the environment. It is outlined that any change or adaptation of the project may be made only with approval of the Employer or/and of the Designer. All the state standards and norms in force shall be also observed in the execution (see in the annex a minimal list of them).

GENERAL PROVISIONS CONCERNING THE ACCEPTANCE In view to achieve the quality of the works the partial acceptances (for every stage of the works) and the final acceptance shall be made in accordance with the specifications drafted for the respective work. The general specifications presented hereby, shall be observed. The Employer shall organize the final acceptance in conformity with the regulations in force.

GENERAL PROVISIONS CONCERNING THE SERVICE AND THE MAINTENANCE OF THE STRUCTURES The project must include the constructive elements and solutions, necessary to ensure the access to substructure, bearings, superstructure for control and maintenance. For some particular works, a special design may be drafted, by request of the Employer, concerning the control and the maintenance of the aforesaid works. Beside these specifications, the provisions of the valid standards and norms shall be observed.

REFERENCE NORMATIVES European Codes EN 1991 Eurocode 1 Basis of design and actions on structures EN 1992 Eurocode 2 Design of concrete structures EN 1993 Eurocode 3 Design of steel structures EN 1994 Eurocode 4 Design of composite steel and concrete structures EN 1997 Eurocode 7 Geotechnical design EN 1998 Eurocode 8 Design of structures for earthquake resistance EN 1337 Structural bearings - General design rules EN 10025 Hot rolled products of non-alloy structural steels - Technical delivery conditions

154

Part 2 Section VI.iii: Drawings Lot 4

EN 10164 Steel products with improved deformation properties perpendicular to the surface of the product - Technical delivery conditions

ISO 12944-3 Paints and varnishes - Corrosion protection of steel structures by protective paint systems - Design considerations

EURONORM 18 Taking and preparation of samples and sample sections of steel and steel products

EN 10113 Hot-rolled products with weldable fine grain structural steels EN 10137 Plates and wide flats made of high yield strength structural steels in the quenched and tempered or precipitation hardened conditions

EN 10155 Structural steels with improved atmospheric corrosion resistance Technical delivery conditions

EN 10210 Hot finished structural hollow of non-alloy and fine grain structural steels EN 10219 Cold formed hollow sections of structural steel EN 10204 Metallic products - Types of inspection documents EN 10029 Hot-rolled steel plates 3 mm thick or above - Tolerances on dimensions, shape and mass

EN 10051 Continuously hot-rolled uncoated plate, sheet and strip of non-alloy and alloy steels - Tolerances on dimensions and shape

EN 1090 Execution of structural steel structures Technical Requirements EN 197-1 Cement: Composition, specification and conformity criteria for common cements

EN 206-1 Concrete: Specification, performance, production and conformity EN 12390 Testing hardened concrete EN 10080 Steel for the reinforcement of concrete EN 10138 Prestressing steels EN ISO 17760 Permitted welding process for reinforcement ENV 13670 Execution of concrete structures EN 13791 Testing concrete EN ISO 15630 Steel for the reinforcement and prestressing of concrete: Test methods

EN 124 Gully tops and manhole tops for vehicular and pedestrian areas. Design requirements, type testing, marking, quality control.

EN 1401 Plastics piping systems for non-pressure underground drainage and sewerage. Unplasticized poly(vinylchloride) (PVC-U). Specifications for pipes, fittings and the system

EN 1317 Road restraint systems. Product requirements and evaluation of conformity for vehicle restraint systems

EN 12697 - Bituminous mixtures. Test methods for hot mix asphalt EN 13108 - Bituminous mixtures. Material specifications

155

Part 2 Section VI.iii: Drawings Lot 4

EN 13055 - Lightweight aggregates EN 13043 - Aggregates for bituminous mixtures CNR 4 / 1953 - Norms for the acceptance of the rubbles, grits, sands and additives for road constructions

CNR 68 / 1978 - Norms for the acceptance of the roadway bitumen. Characteristics for the acceptance. Romanian Codes

Pod 95-71 Norms for the hydrological design of bridges STAS 4392-84 Standard gauge railways. Clearances STAS 2924-91 Road bridges STAS 10101/1-78 Actions in constructions. Technical weight and permanent loads STAS 10101/OB-87 Actions in constructions. Classification and groups of actions for railway and road bridges

STAS 1545 89 Road and highway bridges.. Foot-bridges. Actions STAS 3221 86 Road bridges. Type trains charging classes STAS 1844-75 Metallic road bridges. Design prescriptions SR 1911-1997 Metallic railway bridges. Design prescriptions STAS 10111/1-77 Railway and road bridges. Masonry, concrete and reinforced concrete substructure. Design prescriptions

STAS 10111/2-87 Railway and road bridges. Concrete, reinforced concrete and prestressed concrete superstructure. Design prescriptions

SREN 10002-1/94 Metallic materials. Testing to traction. Testing method (to theenvironment temperature

SR 13170-1993 Metallic materials. Impact bending test. Special test specimensand estimation methods

SREN 10045-1/93 Metallic materials. Impact bending test on the Charpy test specimen. Part I: Testing method

SR 1911-1997 Rail metallic bridges. Prescriptions for the design STAS 1844-75 Road metallic bridges. Prescriptions for the execution" STAS 9330-84 Railway and road metallic bridges. Joinings by hightensile bolts. Prescription for design and execution

STAS 3461-83 Railway and road metallic bridges. Riveted super-structure. Prescriptions for execution

STAS 9407-75 Railway and road metallic bridges welded super-structure. Prescription for execution

STAS 8542-79 Choice of steel for metallic constructions STAS 12187-88 Thick steel plates for the main units of bridges and viaducts SREN 29692-1999 The electric arc welding with covered electrode, electric arc welding in protector gas medium and gas welding through melting. Preparing the parts for joining

156

Part 2 Section VI.iii: Drawings Lot 4

Practice Code NE 012-99 American Codes

ACI 207.5R-99 Roller-Compacted Mass Concrete

BRIDGE GEOMETRIC CHARACTERISTICS This Bridge is located near Cernavoda on the A2 motorway (approximately at the km 149) inserted in the European Transport Corridor IV section Fetesti-Cernavoda which connects the Black Sea with Central Europe, over the Danube River. This bridge runs North-West to South-East and is a 21 span structure, composed by two different parts: 3 main spans which are a metallic truss bridge with a steel transversal section allowing the road and rail traffic and the approach ramps composed by 18 spans of a double road carriageway also supported by a metallic structure.

The main characteristics of this bridge are defined as follows: Structure typology: metallic truss bridge Overhead Length: 1596 m Overhead Width: 34.40 m Number of spans: 21(17+3+1) Greater span length: 166.90 m

BRIDGE INTERVENTIONS WORKS AND MATERIALS

SUMMARY All interventions were organized by groups, in accordance with the related location and type of deterioration, as it is exposed in the following table, where designed interventions to be executed on bridge 7 can be seen:

157

Part 2 Section VI.iii: Drawings Lot 4

CODE A1 A3 A4 A5 B1 B2 B3 B4 C1 C4 D1 D4

MAINTENANCE AND REHABILITATION WORKS ROAD FINISHING AND EQUIPMENT Painting of pedestrian parapet Guard rail replacement Electrical equipment replacement Walkway slab substitution PAVEMENTS Roadway pavement and waterproofing replacement Roadway superficial drainage rehabilitation Walkway pavement replacement Expansion joints replacement CONCRETE REPAIR Deck Slab Repair Concrete Piers Repair STEEL WORKS Painting of steel structures Rehabilitation of inspection gantry and rails EARTHWORKS

B7

The materials and the provisions to be employed in the works to perform should be of the best existing qualities in commerce, shall possess the characteristics established on the base of the related normative references and shall correspond to the specifications of the present report or to other contractual actions. If not otherwise prescribed or allowed, they should answer to the norms and prescriptions of the European Standards or Romanian Standards. If not otherwise indicated, the materials and the provisions should be originated from places according with the contractor convenience and the correspondence between the materials and the specifications should be recognized by the Employer.

INTERVENTION A1 PAINTING OF PEDESTRIAN PARAPET GENERALITIES This intervention will be applied on whole bridge pedestrian parapets in accordance with design drawings. Intervention sequence: 1- Surface preparation: power tool cleaning SSPC-SP3; 2- Coating program: application of epoxy zinc primer and polyurethane finish coats using airless spray. SURFACE PREPARATION Pedestrian parapet painting surface preparation involves power tool cleaning (SSPC SP 3) in areas showing visible deterioration, followed by application of an epoxy zinc primer and a polyurethane finish coat.

158

Part 2 Section VI.iii: Drawings Lot 4

Removes loose rust, loose mill scale and loose paint. Intact materials may remain. Power tools use electrical and pneumatic equipment to provide faster cleaning. They include sanders, wire brushes or wheels, chipping hammers, scalers, rotating flaps (rotopeen), needle guns and right angle or disk grinders. Cleaning metal surfaces is less expensive using power tools than using hand tools. In addition, power tool cleaning generally requires much less stringent containment and produces less waste than abrasive blast cleaning. Thus, power tools are used frequently for spot cleaning of damaged coatings, where contamination of adjacent areas by abrasive is unacceptable. COATING PROGRAM Primer - Intercure 200 HS: A two component, high solids, low VOC, epoxy zinc phosphate/ micaceous iron oxide primer offering excellent barrier protection, low temperature cure and rapid overcoating properties. Intercure 200 HS is preferred for use with systems for chemical environments where zinc based materials can be subject to attack in both acid and alkaline conditions. Recommended Thickness: 80 microns Finish Coat - Interthane 990: A two component acrylic polyurethane finish giving durability and long term recoatability. Level of sheen and surface finish is dependent on application method. Avoid using a mixture of application methods whenever possible. Best results in terms of gloss and appearance will always be obtained with conventional airless spray application. Recommended Thickness: 60 microns

Both products have been approved by International Protective Coatings.

APPLICATION TECHNIQUES Bridge coatings can be sprayed, brushed, or rolled onto the steel, depending upon the requirements of the particular job. The majority of coatings are applied using airless spray. However, in many cases where nearby traffic or facilities may be impacted by overspray, the agency may restrict the use of spray equipment, and brushing or rolling will be required. With the use of containment on all cleaning jobs, often the specification will call for the containment to remain in place for spraying the primer. The containment can then be moved and the final coats brushed or rolled. There has been a renewed emphasis on stripe painting techniques for complex bridge surfaces. Most striping is specified as hand striping using only a brush. Stripe painting is considered good painting practice for slower drying coatings. These coatings tend to thin at edges and acute angles due to the surface tension of the wet-applied paint film. Often, this phenomenon has caused paints to fail prematurely on edges of flanges and fasteners. Stripe

159

Part 2 Section VI.iii: Drawings Lot 4

coating these areas will ensure proper paint film build and should alleviate this potential problem.

INTERVENTION A3 GUARD RAIL REPLACEMENT This intervention consists in dismantling existing guard rail and assembling the new one with the following operations: - removal of the guard rail connection screws; - cutting with oxyacetylene flame of the posts; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of the guard rail elements and other related materials and equipment; - local transport and handling of the guard rail elements; - assembling of the guard rail elements; - supply and installation of the reflective elements; - verifications after execution in accordance to the design. Steel plates embedded in the reinforced concrete support beams are included. This intervention will be applied on whole bridge in accordance with design drawings. The guard-rails must have a minimal height of 1,5 m and all its metallic elements should have a minimal steel grade of S235 and should be hot galvanized. All guard-rails should conform to the requirements of EN 1317. It will be welded a steel plate on the internal bridge guard-rails to protect the main beam deck against rain fall and antiskid materials.

INTERVENTION A4 - ELECTRICAL EQUIPMENT REPLACEMENT It needs to dismantle existing electrical equipment and to assemble the new one according to the following activities: - dismantling of the existing electrical equipment; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of the new electrical elements and other related materials and equipment; - assembling and installation of the new electrical elements; - verifications after execution in accordance to the design. The new road illumination main elements will be composed by the following primary elements: Polestar Pole:

160

Part 2 Section VI.iii: Drawings Lot 4

Cylindrical-conical pole model POLESTAR which has the cylindrical section at the base with a length of not less than 2300 mm. The poles are derived from an ERW normalized pipe suitable for hot-rolling which is made of killed steel of the S275JR type according to the EN 10025 standard. On the pole are forecast all the following workings: _ Cable input slot 186 x 46 mm; _ Junction box slot 186 x 46 mm suitable for a steel door of flush pole type, complete with antivandalism closing; _ Earthing supports device and the electrical equipment located inside the slot; _ Junction box model Conchiglia MVE 416/1 or similar; _ An aluminium sphere 76 mm is installed on the pole top (on request). The above mentioned lighting pole has 12 mt above ground level for what concerns this bridge. Bracket Miletus 200: MILETUS decorative system according is characterized by a special bracket supporting the lighting body: _ Central node made of steel S235 JR; _ Multiple arms options (up to six arms); _ Implemented with circular section pipes made of steel S235 JR, calenderer and welded; _ Extending lighting body mount tang 60; _ Hanging lighting body mount option with sleeve PG 34 female; _ The pole-bracket coupling is assured through an appropriate system of threaded seats and special security dowels made of stainless steel; _ Main bearing pipe 76 made of steel S235 JR; _ Bolts and nuts made of stainless steel; _ Coupling to poles whose top shell terminates in 76 after undergoing the necessary presetting workings. Luminaire Lumada VP 250W: Street lighting with a futuristic and extremely winning design that together with its functionality, soundness and reliability makes it the safe and ideal choice for the lighting of main motorways, city area and outskirts roads, crossings, parkings, squares and large road areas, both motorways. The standard colour is light grey RAL 7035.The lampholder is mounted by adjustable square support in cast aluminium. It can be quickly removed by hand without the need of tools. Attachment suitable for straight or curved poles up to a maximum diameter of 80 mm. The adjustable system allows continuous 0120 adjustments from the outside without opening the set thanks to a graduated scale the required inclination can be set.

161

Part 2 Section VI.iii: Drawings Lot 4

INTERVENTION A5 WALKWAY SLAB SUBSTITUTION This item needs to restore the missing lids and to provide for lack of steel plates on the walkways. Particularly it is sometimes required to dismantle existing walkway slab around damaged zone, and assembling the new steel slab. The item covers the following activities: - dismantling of the existing walkway slab; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of all related materials and equipment; - laying the walkway slabs; - verifications after execution in accordance to the design.

INTERVENTION B1 ROADWAY PAVEMENT AND WATERPROOFING REPLACEMENT

GENERALITIES This chapter contains the general technical conditions to be fulfilled in the execution of bituminous road coverings type cast asphalt - for the carriage way of bridges. This intervention will be applied on the whole bridge in accordance with design drawings and is due to the very bad conditions of present bituminous conglomerate pavements. The pavement execution covers the following activities: - scarifying and removing the existing bituminous surface; - loading and transport of the material resulting from the demolition to an approved dump area; - cleaning and removal of any loose material from the concrete surface by sand blasting; - procurement, transport, storage and handling of all related materials and equipment; - execution of the leveling and slope concrete; - waterproofing execution including a bituminous priming layer; - performance of the in situ adherence tests of the membrane, at the required frequency; - assuring water tightness in correspondence of the waterproofing edges using specific elastic materials; - laying 60 mm thick protective course including surface preparation applying primer coat with bitumen emulsion; - laying 40 mm thick wearing course including surface preparation applying primer coat with bitumen emulsion; - verifications after execution in accordance to the design. The new bridge pavement, which is 11 cm thick, should consist of a wearing course (4 cm), a protective course or binder (6 cm) and a sealing course (1 cm). The protective and wearing

162

Part 2 Section VI.iii: Drawings Lot 4

course are made of asphalt. The sealing course is made from 2 layers of modified bitumen and a polyester layer 200 gr/sqm. The conglomerate for both the layers will be constituted by a mixture of rubbles, grits, sands and additives according to the definitions brought in the Art. 1 of the italian norms C.N.R., issue n. 4/1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions"), mixed with hot bitumen, and will be extended in work through a paving machine and compacted with gummed and smooth rolls. The transversal and longitudinal profile of the roadway on the bridge shall observe the design. This type of pavement is hot mix of natural aggregates, filler and non-paraffinous bitumen for roads, and must observe the conditions of following standards: _ EN 12697 - Bituminous mixtures. Test methods for hot mix asphalt _ EN 13108 - Bituminous mixtures. Material specifications _ EN 13055 - Lightweight aggregates _ EN 13043 - Aggregates for bituminous mixtures _ CNR 4 / 1953 - Norms for the acceptance of the rubbles, grits, sands and additives for road constructions _ CNR 68 / 1978 - Norms for the acceptance of the roadway bitumen. Characteristics for the acceptance.

AGGREGATES The collecting of aggregates samples, for the control of the requisite of acceptance, will be effected according to the norms C.N.R., Chapter II of the issue 4/1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions"). For the samples collection destined to the control tests of the requisites of acceptance, as for the formalities of execution of the tests themselves, the contained prescriptions are worth in the issue n. 4 of the Norms C.N.R. 1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions "), with the prudence that the test for the determination of the loss in weight will be made with the method Los Angeles. The large aggregates must be obtained for shattering and being constituted by healthy, hard and durable elements, with live edges, rough surface, clean from dust or from inappropriate materials. The large aggregates must answer to the followings requisite:

- Protection Course (BINDER): Reduction of weight from Los Angeles Test according to ASTM C 131 - AASHO T 96, must be less than 25% (C.N.R. 34-1973); Voids content, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions), must be less than 0,80;

163

Part 2 Section VI.iii: Drawings Lot 4

imbibition coefficient, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) must be less than 0,015 (C.N.R. 137-1992);

not absorbent material, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions).

In the case that the binder is expected to be subjected to the traffic in damp or winter periods, the loss in weight for shaking will be limited to the 0,5%. - Wearing course: Reduction of weight from Los Angeles Test according to ASTM C 131 - AASHO T 96, must be less than 20% (C.N.R. 34-1973); - at least a 30% in weight of the material of the whole mixture must be originate from shattering of rocks that introduces a coefficient of smaller shattering of 100 and compression resistance not inferior to 140 N/mm2s, as well as minimum wearing resistance of 0,6; Voids content, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions), must be less than 0,85; imbibition coefficient, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) must be less than 0,015 (C.N.R. 137-1992); not absorbent material, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) with limitation for the loss in weight to the 0,5%. The fine aggregate portion of the mixture may contain percentages of natural sand or obtained by crushing according to Art. 5 of the norms C.N.R. issue n. 4 of 1953,in detail: Sand equivalent, from AASHO T 176 test, (according to C.N.R. B.U. n. 27 del 30-31972) must be not inferior to 55%; not absorbent material, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) with the limitation for the large aggregates. Mineral Fillers will be constituted preferably by dust of calcareous rocks or from cement, hydrated mortar, hydraulic mortar, dusts of asphalt and they will have to result passing to the sieve n. 30 ASTMs and for at least 65% to the sieve n. 200 ASTMs. For the wearing layer, , the filler can be constituted by asphaltic rock dust containing asfaltica 6 - 8% of bitumen with penetration Dow to 25C inferior to 150 dmm.

BITUMEN

164

Part 2 Section VI.iii: Drawings Lot 4

Must be used semi-solid bitumen for road use with the suitable characteristics in the following table, employed for the confection of bituminous conglomerates. They are denominated "A" and "B" The following table refers to the base product as it leaves the cisterns. For all the works will always be used the bitumen type "A", excepted particular cases in which the can be employed bitumen type "B" (coldest Regions, north or highest zones) always after authorization of the Employer.

BASE BITUMENS TABLE B CHARATTERISTICHS: Penetration a 25C/298K, 100g, 5s Softening Point Penetration Indice Fraass Breaking Point, min. Ductility at 25C/298K, min. Solubility, min. Volatility T = 163C / 436K, max. Paraffin content, max.

BITUMEN A UNITS 0,1 mm C/K VALUE 65 85 48-54/321-327 -1 / +1 C/K cm % % % -8 / 265 90 99 +/- 0,5 3 220 - 400 VALUE 85 105

BITUMEN

47-52/320-325 -1 / +1 -9 / 264 100 99 +/- 1 3 150 - 250

Dynamic viscosity at T = 60C / 333K, velocity Pa.s gradient = 1 s 1 Dynamic viscosity at T = 160C / 433K, Pa.s velocity gradient = 1 s 1

0,4 0,8

0,2 0,6

After RTFOT (Rolling Thin Film Overt Test) Dynamic viscosity at T = 60C / 333K, velocity Pa.s gradient = 1 s 1 Residual penetration at 25C/298K, 100g, 5s Increase in softening point % C/K 700 - 800 500 - 700

70 +8 / 281

75 + 10 / 283

MIXTURES 1) Protective Course (binder). The mix formula of the natural aggregates and filler must be contained on the following allowing conditions: U.N.I Sieve Series Sieve 25 Passing: % total weight 100

165

Part 2 Section VI.iii: Drawings Lot 4

Sieve 15 Sieve 10 Sieve 5 Sieve 2 Sieve 0,4 Sieve 0,18 Sieve 0,075

65 100 50 80 30 60 20 45 7 25 5 15 4 8

The bitumen content (%) of the mixture mass must be contained between 4,5% and 5,5%.

The mixture must respect the following conditions: Marshall stability, performed at 60C must be not inferior to 900 Kg. Marshall rigidity must be superior to 300 (C.N.R 30-1973). The same samples used for Marshall stability test must present a percentage of voids content contained between 3 and 7%.

2) Wearing Course. The mix formula of the natural aggregates and filler must be contained on the following allowing conditions:

U.N.I Sieve Series

Passing: % total weight Curve type A

Passing: % total weight Curve type B

Sieve Sieve Sieve Sieve Sieve Sieve Sieve Sieve

20 15 10 5 2 0,4 0,18 0,075

100 90 100 70 90 40 55 25 38 11 20 8 15 6 10

-100 70 90 40 60 25 38 11 20 8 15 6 10

Type A bitumen content must be contained between 4,5% and 6% respect to aggregates total weight(C.N.R. 38-1973). Type A curve is valid for wearing courses with a thickness contained between 4 and 6 cm. The mixture must respect the following conditions: a) _ High mechanic resistance and flexibility. _ Marshall stability(C.N.R. 30-1973), performed at 60C must be not inferior to 1000 Kg.

166

Part 2 Section VI.iii: Drawings Lot 4

_ Marshall rigidity must be superior to 300 (C.N.R 30-1973). _ The same samples used for Marshall stability test must present a percentage of voids content contained between 3 and 6%. b) d) 8%. WORKS CONTROL AND ACCEPTANCE The control of the materials for the asphalt mixtures shall be made as provided by the respective standards. High resistance to surface wearing; High compactness: the final residual voids volume must be contained between 4% and c ) Sufficient surface roughness;

SPECIFICATIONS FOR THE EXECUTIONS The support layer shall be finished depending on its type, namely: the support of concrete shall be leveled by a cement mortar rendering. After drying, the surface shall be primed by cationic bituminous emulsion with quick breaking. The mixtures shall be rolled after the priming of the waterproofing course with bituminous emulsion.

ADHESION ACTIVES On the confection of the asphalt mixtures for the different layers (protection and wearing course) must be used special chemical additives in favor of the bitumen - aggregate adhesion, constituted from ammine and alchilammid - poliammine obtained from reaction between poliammine and fatty acids C16 e C18.

DRAINING ASPHALT WEARING COURSE This bituminous mixture for draining wearing course is constituted from a mixture of rubbles, sands and additives hot confectioned with modified bitumen. The scope of this mixture is: - Improve adherence in case of raining; - abatement of the traffic noise (phono-absorbent).

IV.5.8.1 AGGREGATES

167

Part 2 Section VI.iii: Drawings Lot 4

The aggregates must respond to the requisites of acceptance above illustrated , according to the norms C.N.R., Chapter II of the issue 4/1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions"), with the following exceptions: _ water solubility absorption coefficient not inferior to 0.44; _ the crushed sand percentage not inferior to 80% of the sand mixture.

IV.5.8.2 BITUMEN This bitumen must be of modified type with the following characteristics: Bitumen type E : bitumen type B + 2% low density polyethylene + 6% styrene butiadene

CHARACTERISTICS Penetration a 25C/298K, 100g, 5s Softening Point Penetration Indice Fraass Breaking Point, min. Dynamic viscosity at T = 80C / 353K, velocity gradient = 1 s 1 Dynamic viscosity at T = 160C / 433K, velocity gradient = 1 s 1

UNITS 0,1 mm K

VALUE (x) 35 - 45 333+343 +1/ +3

K Pa.s

261 180 450

Pa.s

0,2 2

Bitumen type F : bitumen type B + 6% polyethylene (o 6% ethylene vinyl acetate + 2% polymers) + 2% styrene butiadene

CHARACTERISTICS Penetration a 25C/298K, 100g, 5s Softening Point Penetration Indice Fraass Breaking Point, min.. Dynamic viscosity at T = 80C / 353K, velocity gradient = 1 s 1 Dynamic viscosity at T = 160C / 433K, velocity gradient = 1 s 1

UNITS 0,1 mm K

VALUE (x) 50 - 70 328-343 +1/ +3

K Pa.s

261 180 450

Pa.s

0,2 1.8

IV.5.8.3 MIXTURES They are predictable three types of mixtures, respectively: "granular", intermediary" and "monogranular", that must have a granulometric composition in the curve as following:

168

Part 2 Section VI.iii: Drawings Lot 4

Passing: % total weight U.N.I Sieve Series Curve A Granular Sieve Sieve Sieve Sieve Sieve Sieve Sieve Sieve 20 15 l0 5 2 0,4 0,18 0,075 100 80 - 100 15 - 35 5 20 0 - 12 0 10 0-8 0-6 Curve B Intermediary 100 90 - 100 35 - 50 10 - 25 0 -12 0 - 10 0-8 0-6 Curve C Monogranular, 100 100 85 - 100 5 - 20 0 - 12 0 - 10 0- 8 0- 6

The bitumen content (%) of the mixture mass must be contained between 5% and 6,5%.

The performance characteristic of every type of mixture are the followings:

- optimal draining: - high draining: - good draining:

mixture granular mixture intermediary mixture monogranular

(curve A) (curve B) (curve C)

The both three mixtures favor an elevated abatement of the traffic noise; the Employer must verify that capacity through the control of the mixtures themselves, applying the static waves method with the defined standard equipment "pipe of Kundt" on samples of l0 cm diameter collected in site. These samples must be collected and verified after 150 days of the pavement laying. In this case the phono-absorption coefficient "" under conditions of normal incidence must be: Frequency (Hz) Phono-absorption coefficient ()

400 630 800 1600 2000 2500

> 0,15 > 0,30 > 0,15

With a grazing incidence of 300 the values of must be:

Frequency (Hz) 400 - 630

Phono-absorption coefficient () > 0,25

169

Part 2 Section VI.iii: Drawings Lot 4

800 - 1250 1600 - 2500

> 0,50 > 0,25

The mixture must respect the following conditions: _ Marshall stability(C.N.R. 30-1973), performed at 60C must be not inferior to 500 Kg for A curve and not inferior to 600 Kg for B and C curves. _ Marshall rigidity must be superior to 200 (C.N.R 30-1973) for A curve and superior to 250 Kg for B and C curves. _ The same samples used for Marshall stability test must present a percentage of voids content (CNR 39 - 73) contained between: mixture granular, mixture intermediary mixture monogranular (curve A) (curve B) (curve C) 16% - 18% 14% - 16% 12% - 14%

The Employer him should check the mixture through the determination of the indirect traction resistance and of the ultimate deformation ("Brazilian" test) (CNR 97 - 1984). The relative values, for the three types of mixture must be contained in the limits as the following table: Test Temperature
2

283 K

298 K

313 K

Indirect traction resistance (N/mm ) Indirect traction coefficient (N/mm )


2

0.70 1.10 55

0.25 0.42 22

0.12 0.20 12

IV.5.8.4 SPECIFICATIONS FOR THE EXECUTIONS

The compaction temperature must be included between 413 and 423 Ks for the mixtures performed with type "E" bitumen. At the compaction end, the draining wearing layer must have a uniform weight of volume in the whole thickness, not inferior to 96% of that Marshall performed before. Such verification must be performed with daily frequency according to the norm (CNR 40 1973) and will be determined on samples of 20 cm diameter. The permeability coefficient at constant load (Kv in cm/s) determinated on laboratory on samples of 20 cm diameter collected in site must be not inferior to: Kv = 15*1,0 cm/s (arithmetic average of 3 results).
-2

170

Part 2 Section VI.iii: Drawings Lot 4

The draining capacity performed in site and measured on an area of 154 cm2s and with a pavement thickness between the 4 and 5 cm must be greater of 12 dm3/min for the mixture of the "A" curve and greater of 8 dm3/min for the mixtures of the "B" and "C" curves. The surface must be perfectly cleaned. HORIZONTAL MARKING Taking into account that the bridge is a small part of a road, the horizontal marking will be executed as to complain with roads horizontal marking, following the same specifications of the markig for applied on road, as per norms in force and as per Beneficiary requirements.

WATERPROOFING Waterproofing must achieve the following : to stop the access of water in the construction units to collect and remove the infiltrated water through the asphaltic lining and waterproofing cover and to lead it to the water outlet devices Generally, bridges waterproofing consists of : the waterproof blanket continually performed on the whole surface of the construction unit and its connection to that element. the waterproofing layers must be connected to the outlet nozzles and to the expansion joints. The functionalities of some layers can be merged in various solutions of the specialized firms of waterproofing. The waterproofing may consists of : liquid foil, fast hardening waterproofing membrane

The laying technology may be : by spraying by hot sticking of the membranes with bitumen solution by cold sticking with synthetic resin self-sticking membranes sticking by membrane overheating masons brush or brush laying

The physical-mechanical conditions should be assured in any of the technological variants. The term waterproofing layer as used herein after refers to all the component coats, namely : the levelling layer, priming, principal base waterproofing layer and protection cover. The waterproofing layer should be guaranteed 8 years at least at normal bridge, pass or viaduct usage.

171

Part 2 Section VI.iii: Drawings Lot 4

During this period, of time the guarantor should carry out - on its expenses - the repairing or changing the waterproofing layer, the remedial works of the damages produced by water infiltration into the structure. The materials used in the waterproofing layer must be sound and chemically passive. The waterproofing layer must be also executed on bridges in use, repairing a half of the carriageway the other half being used for traffic, the joining of the waterproofing layers in the bridge longitudinal axis must be made so that the technical features to be assured. The waterproofing layer must support the low speed transport and asphalt coat laying means on bridges, passes or viaducts. The waterproofing layer must assure the adhesion stickiness of the asphaltic coat on its top layer: ultimate strength elongation at break static boring perforating resi stance European Norm L4 250 N on the 10 mm diameter ball stretch adhesion N/mmp flexibility on 50 mm diameter bolt water absorption in 24 hours max. temperature for physical stability of a membrane 120 C
0 0

800 N/5 cm min 20 %

Min. 0,5 without cracks at - 10 C 0,5 %


0

temperature of the poured asphalt coat without modifying the physical- mechanical features 180 C 200 C + 700 C
0 0

temperature field in current usage temperature field of the environment where the waterproofing layer is laid

+ 5 C + 30 C

The top layer of the waterproofing should be chemically compatible with the components of the asphalt in order to avoid the waterproofing attacking. It is proposed an waterproofing with 2 layers of modified bitumen reinforced with a polyester layer 200 gr/sqm.

INTERVENTION B2 ROADWAY SUPERFICIAL DRAINAGE REHABILITATION This item covers the substitution of the existent drain pipes and grids: - removal of the existing damaged drain pipes and/or related grids; - loading and transport of the removal material to an approved dump area; - procurement, transport, storage and handling of necessary materials and equipment; - installation of the new drain pipes and/or related grids; - finishing works to ensure waterproofing; - verifications after execution in accordance to the design. The pvc pipes supplied should be in accordance with EN 1401.

172

Part 2 Section VI.iii: Drawings Lot 4

The grids supplied should be in accordance with EN 124.

INTERVENTION B3 WALKWAY PAVEMENT REPLACEMENT

The item covers the following activities: - scarifying and removing the existing surface; - loading and transport of the material resulting from the demolition to an approved dump area; - cleaning and removal of any loose material from the concrete surface by sand blasting; - procurement, transport, storage and handling of all related materials and equipment; - waterproofing execution including a bituminous priming layer; - performance of the in situ adherence tests of the membrane, at the required frequency; - placement of the precast concrete slab; - assuring water tightness in correspondence of the waterproofing edges using specific elastic materials; - laying 20 mm thick wearing course including surface preparation applying primer coat with bitumen emulsion - verifications after execution in accordance to the design.

The new bridge walkway pavement, should consist of a wearing course (2 cm) executed above of the precast concrete slab at least with 35MPa Rck and Feb44k steel. The asphalt courses and the waterproofing protection system are specified on IV.5 Intervention B1 roadway pavement and waterproofing replacement.

INTERVENTION B4 EXPANSION JOINTS REPLACEMENT GENERALITIES This item covers the following activities: - removal of the existing expansion joints; - loading and transport of the removal material to an approved dump area; - procurement, transport and handling of the expansion joint devices and the necessary materials; - formworks manufacturing, installation and dismantling; - reinforcement steel bars manufacturing and installation; - concrete production, transport and casting; - concrete quality control; - concrete protection during the curing period; - expansion joints installation in accordance with the supplier technical documentation; - control of the expansion joint positioning in respect to the design.

173

Part 2 Section VI.iii: Drawings Lot 4

This intervention includes two different types of expansion joints: _ RAN 50 type or with equivalent characteristics; _ GP 50 type or with equivalent characteristics; _ FE C 500 type or with equivalent characteristics. The devices for the expansion joints covering used on road bridges shall assure : the free movement of the decks ends in the joints the continuity of the carriageway on the expansion joints zone tightness at leaking and water infiltration

Tight devices are to be used to satisfy these requirements. Generally the components of the devices for covering the expansion joints are : elastomeric elements that assure the movement metallic support elements, fixed on structures special concrete in the metallic parts fixing zone special mortar for tightening rubber bands for collecting and removing the infiltration water.

According to the type of the device, the functions of some elements can be cumulated. The devices for covering the expansion joints are laid on new bridges or on bridges in usage; specific methods of fixing for any case being specified. In case of bridges in usage, the device should permit works on half of the carriageway, the other half being used for traffic, without modifying the technical characteristics of the expansion joint device. The term device for covering the expansion joints herein - after device contains all the component elements, namely: concrete where the metallic elements are fixed fixing metallic elements elastomeric elements rubber tightening element special mortar for tightening the elastomeric element

INTERVENTIONS C1 - DECK SLAB REPAIR and C4 - PIERS CONCRETE REPAIR

GENERALITIES The following activities will be covered: - Sounding of concrete to locate areas of delamination; - preparation and cleaning of surface by means of sand blasting and water washing and/or concrete removal by means of hydrodemolition;

174

Part 2 Section VI.iii: Drawings Lot 4

- loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of all related materials and equipment; - epoxy and polyurethane compounds application; - application of a corrosion inhibitor and a cementitious mortar where concrete is removed; - verifications after execution in accordance to the design; These interventions can be divided in 2 different work sequences in accordance with the type and location of the deterioration. Therefore, when efflorescence, low corrosion and spalling are founded, the following work steps may be implemented: 1 - Sounding of concrete to locate areas of deterioration (spalling, honeycomb, corrosion); 2 - Concrete sand blast cleaning to prepare the surface for receiving protective materials; 3 - Concrete water washing with 1500 psi of pressure to remove oils, grease or other substances; 4 - Application of an epoxy resin primer coat like MASTERSEAL PRIMER PU from BASF or similar; 5 - Application of a polyurethane resin protective coat like MASTERSEAL FORMULA PU from BASF or similar. Differently, when the concrete surface present honeycomb and high corrosion and spalling, the following work steps may be implemented: 1 - Sounding of concrete to locate areas of deterioration (spalling, honeycomb, corrosion); 2 - Hydrodemolition of damaged concrete with 30000 psi of pressure and concrete removal of 4 cm, being attention with reinforcing steel; 3 - Concrete water washing with 1500 psi of pressure to remove oils, grease or other substances; 4 - Application of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP from BASF or similar; 5 - Application of a thixotropic cementitious mortar with restrained expansion, fiber-reinforced with flexible inorganic fibres, like EMACO FORMULA TIXOFIBER from BASF or similar; 6 - Application of an epoxy resin primer coat like MASTERSEAL PRIMER PU from BASF or similar; 7 - Application of a polyurethane resin protective coat like MASTERSEAL FORMULA PU from BASF or similar.

MATERIALS The designed products are described as follows:

IV.9.2.1 MASTERSEAL PRIMER PU

175

Part 2 Section VI.iii: Drawings Lot 4

Is a solvent-borne two-pack epoxy resin with low viscosity acting as primer for the elastomeric polyurethane coating MASTERSEAL FORMULA PU and as curing agent for the mortars of the EMACO FORMULA range. Storage MASTERSEAL PRIMER PU must be stored in a sheltered dry place at a temperature between +5C and +35C inclusive. Temperature Application may be at an ambient temperature anywhere between +5C and +40C. Application at lower temperatures is inadvisable because the product would dry very slowly. Preparation of the substrate and recoating Using the product ONLY as PRIMER on fully cured concrete or repair mortar: prior to applying the primer it is indispensable to check the concrete surfaces for damage or contamination by oils, grease or other substances. Any loose, damaged or contaminated concrete must be removed and then the surface made good using products from the EMACO FORMULA range. The primer MASTERSEAL PRIMER PU must be applied on sanded surfaces (this does not apply to areas repaired with EMACO products), which have been cleaned and freed of dust using compressed air. After application of the primer it is necessary to wait at least 6 hours up to a maximum of 48 hours, in standard environmental conditions (20C, 65 % r.h.) before proceeding with application of the finish MASTERSEAL FORMULA PU. - Using the product as CURING AGENT and PRIMER on freshly applied EMACO FORMULA repair mortars: the substrate consists of fresh EMACO FORMULA mortar and it is necessary to wait approx. 30 minutes after completion of the float finish and in this case MASTERSEAL PRIMER PU will act initially as curing agent and then as primer. MASTERSEAL PRIMER PU must be applied in a single coat over EMACO repair products, having waited at least 30 minutes after completing the float finish of the EMACO mortar. In conditions of low temperature and high relative humidity it is advisable to wait for a longer minimum time (approx. 60 minutes). So that the product dries properly before being recoated with the finish MASTERSEAL FORMULA PU, it is necessary to wait at least 5 days in excellent environmental conditions (20C, 65% r.h.). Always in these conditions, do not exceed 10 days for hardening or setting before applying the finish. Application Stir the 2 parts separately, then pour part B (hardener) into part A (base) and use a lowspeed mechanical mixer to obtain a smooth mix. The product must not be diluted; it may be applied by spraying or by roller (for limited areas).

Airless spray equipment

176

Part 2 Section VI.iii: Drawings Lot 4

MASTERSEAL PRIMER PU application data

IV.9.2.2 MASTERSEAL FORMULA PU Is a two-pack elastic solvent-borne polyurethane resin with high solids content by volume, forms a film coating with satin finish having a crack bridging ability and high protective capacity against agents that cause damage to reinforced concrete. Performance Performance is referred to a dry film thickness of 200 m (micron)

Storage MASTERSEAL FORMULA PU must be stored in a sheltered, dry place at a temperature between +5C and +35C inclusive.

177

Part 2 Section VI.iii: Drawings Lot 4

Preparation of the substrate - If the reinforced concrete structures only need protecting, prior to applying the primer it is indispensable to check the concrete surfaces for damage or contamination by oils, grease or other substances. Any loose, damaged or contaminated concrete must be removed and then the surface made good using products from the EMACO FORMULA range. The primer must be applied on sanded surfaces (this does not apply to areas repaired with EMACO products), which have been cleaned and freed of dust using compressed air. - If the concrete has been repaired and needs subsequent protection, the substrate consists of EMACO FORMULA fresh mortar and it is necessary to wait approx. 30 minutes after completion of the float finish before applying the MASTERSEAL PRIMER PU, which in this case will act initially as curing agent and then as primer. Temperature Application may be at an ambient temperature anywhere between +5C and +40C. Application at lower temperatures is inadvisable because the product would dry very slowly. Application Stir part A well in its can using a low-speed mechanical mixer; ensure that all of part B is emptied into part A and blend together for a couple of minutes, using the mechanical mixer, before application. The product may be applied by short pile roller or by spray. When using a hand roller, it is advisable to apply 2 successive coats at least 12-18 hours apart in excellent environmental conditions (20C and 65% r.h.). In airless spraying, the recommended dry thickness of 200-300 in a single coat. Airless spray equipment m (micron) may be applied

MASTERSEAL FORMULA PU application data

IV.9.2.3 EMACO NANOCONCRETE AP

178

Part 2 Section VI.iii: Drawings Lot 4

Is a single-pack light grey, polymer-modified cementitious primer containing corrosion inhibitors. Storage Store the product in a sheltered, dry place at a temperature anywhere between 5 and 30C, in the tightly closed original containers. Cleaning the rebars Once the rebars have been exposed they must have the rust removed by sanding or brushing with a metal brush. Temperature This product may be applied at an ambient temperature anywhere between +5C and +35C. Application Must be applied by brush immediately after having removed the rust. The first coat is applied over the whole length of the bar, using a stiff brush for a thickness of approx. 1mm and the second coat is applied as soon as the first is dry. Then wait for the inhibitor to have set sufficiently before carrying out the repair work.

IV.9.2.4 EMACO FORMULA TIXOFIBER Is a ready-mixed air-cured thixotropic cementitious mortar with restrained expansion that is resistant to environmental agents, contains polyacrylonitrile fibres and is reinforced with flexible and durable inorganic fibres. Performance The performances shown below are obtained with a consistency of 170-180 mm according to UNI EN 13395/1, in the absence of bleeding.

179

Part 2 Section VI.iii: Drawings Lot 4

The reinforcement fibres have length 12mm, diameter 14 m, tensile strength 1700 MPa and modulus of elasticity 72000MPa. Storage Store the product in a sheltered, dry place at a temperature anywhere between 5 and 40C. Removal of the deteriorated concrete The engineer decides the thickness to be removed on the basis of the preliminary surveys aimed at identifying the state of preservation of the structure. Loose or contaminated concrete must be removed preferably by hydro demolition or, alternatively, by mechanical chipping using lightweight compressed air operated concrete breakers and taking all the necessary precautions to avoid damaging the structures. The surface of the concrete substrate must be macroscopically rough (surface irregularity approx. 5 mm deep to obtain maximum bond between the substrate and the repair material. The macroroughness is indispensable for the restrained expansion mechanism, which is essential for the success of cementitious mixes expanding in air. Cleaning the reinforcement rods The loose or contaminated concrete around the reinforcement rods must be removed. If the damaged or contaminated concrete has been removed by hydro demolition, this usually guarantees suitable cleaning also of the reinforcement rods. Placing additional structural reinforcement Whenever it is necessary to add new reinforcement rods for structural reasons, a layer of 2 cm concrete must cover the rods. Cleaning and saturation of the concrete The concrete substrate must be cleaned and saturated using water under pressure (80100 atm and warm water in winter). This is indispensable to prevent the concrete substrate taking water from the mix. Incomplete saturation would cause loss of adherence and cracking of the added material. The use of water under pressure also ensures effective cleaning of the surface by removing dust and small loose particles that may still be present after the concrete has been scarified. Cleaning and saturation of the surfaces are essential to obtain high values of adherence between the substrate and the applied material. Application Must be applied onto macroscopically roughened but cohesive surfaces that have been cleaned and satured with water. In the case of extensive surfaces, the product may applied for a thickness from 1 to 5 cm in a single layer using screw or piston sprayers. During the interruptions in spraying, it is necessary to thoroughly clean the tubes and the pump itself using water under pressure and a soft tube-cleaning rubber ball.

INTERVENTION D1 PAINTING OF STEEL STRUCTURES GENERALITIES

180

Part 2 Section VI.iii: Drawings Lot 4

This intervention will be applied on whole steel bridge in accordance with design drawings. INTERVENTION SEQUENCE: 1- Surface preparation: 30000 psi in all surface; 2- Coating program: application of epoxy zinc-rich primer, an epoxy intermediate and polyurethane finish coats using airless spray. SURFACE PREPARATION Power Tool Cleaning to Bare Metal SSPC-SP11: It produces a greater degree of cleaning than SSPC-SP3 and may be considered for coatings requiring a bare metal substrate. This method produces surfaces that "look" like near white or commercial blast. Examples of circumstances where this specification may be applied are: _ Touch-up of welded or damaged areas of erection assemblies; _ Reducing volume of hazardous waste produced by abrasive blasting; _ Cleaning around sensitive equipment or machinery. High Pressure (30000 psi) Waterjetting SSPC-SP12 : Generally used in maintenance cleaning of previosly painted surfaces. Waterjetting opens the profile under the existing paint or rust and removes the detritus. The key to cleaning by water is to get the energy of pressurized water transferred to the substrate efficiently. power tool cleaning to bare metal SSPC-SP11 in areas demonstrating a higher tendency to corrode and high pressure waterjetting SSPC-SP12

COATING PROGRAM Primer - Intercure 200 HS: A two component, high solids, low VOC, epoxy zinc phosphate/ micaceous iron oxide primer offering excellent barrier protection, low temperature cure and rapid overcoating properties. Intercure 200 HS is preferred for use with systems for chemical environments where zinc based materials can be subject to attack in both acid and alkaline conditions. Recommended Thickness: 80 microns Intermediate Coat - Intercure 420 HS: A two component, high solids, low VOC, epoxy micaceous iron oxide intermediate coating offering excellent barrier protection, low temperature cure and rapid overcoating properties. The incorporation of plate-like micaceous iron oxide pigment, both increases the barrier effect and improves long term overcoating properties of the system. Recommended Thickness: 100 microns

181

Part 2 Section VI.iii: Drawings Lot 4

Finish Coat - Interthane 990: A two component acrylic polyurethane finish giving durability and long term recoatability. Level of sheen and surface finish is dependent on application method. Avoid using a mixture of application methods whenever possible. Best results in terms of gloss and appearance will always be obtained with conventional airless spray application. Recommended Thickness: 60 microns Both products have been approved by International Protective Coatings.

APPLICATION TECHNIQUES Bridge coatings can be sprayed, brushed, or rolled onto the steel, depending upon the requirements of the particular job. The majority of coatings are applied using airless spray. However, in many cases where nearby traffic or facilities may be impacted by overspray, the agency may restrict the use of spray equipment, and brushing or rolling will be required. With the use of containment on all cleaning jobs, often the specification will call for the containment to remain in place for spraying the primer. The containment can then be moved and the final coats brushed or rolled. There has been a renewed emphasis on stripe painting techniques for complex bridge surfaces. Most striping is specified as hand striping using only a brush. Stripe painting is considered good painting practice for slower drying coatings. These coatings tend to thin at edges and acute angles due to the surface tension of the wet-applied paint film. Often, this phenomenon has caused paints to fail prematurely on edges of flanges and fasteners. Stripe coating these areas will ensure proper paint film build and should alleviate this potential problem.

INTERVENTION WORK D4 REHABILITATION OF INSPECTION GANTRY AND RAILS It is proposed an anti-corrosion treatment and painting as designed to intervention A1 Painting of pedestrian parapet.

IV.13 Interference with railways Some intervention works can interfere with railways, therefore please find below some conditions to be observed regarding railways protection: 1. The replacement of the expansion devices of the joints will guarantee a superior functioning quality. 2. Water drainage from the road bridges will not affect the structure elements of the bridges and neither will it affect the railroad earthwork.

182

Part 2 Section VI.iii: Drawings Lot 4

3. Both during the design stage, as well as during the execution stage, a control of the welded joints will be made. 4. The protection and the functioning maintenance of the river signaling installations and associated cables will be insured. In the case in which, during the execution of the works, it is necessary for the cables associated with the river signal installations or other cables belonging to the SCB installations, telecommunications and electricity, to be relocated, they will be replaced with new cables, at the expense of the Contractor. 5. The execution of works for the road bridges will not affect the railway, the constructions and the associated installations (railway bridges, the contact line, the railway cables, etc.) 6. During the execution of the works at the bridge and viaducts, no materials shall be stored in the area of gauge railroads and the earthwork of the railway shall not be affected. 7. The rehabilitation works of the bridge will not affect the gauges of the railway. The present horizontal rail gauges and the vertical rail gauge will be maintained. 8. During the execution of the works, the gauge of free pass shall be insured, according to STAS 4392-84. 9. The provisions of Instruction 317 for closure of lines and speed limitations will be met. The closure of lines and speed limitations necessary for the execution of the works will be compiled by Regional Railway Office Constanta, based on a graphic staging of works presented by the designer, specifying the periods of closure of lines and speed limitations. The calculation of the expenses due to railway traffic disturbance will be adapted to the graphic of circulation (passenger and freight train schedules), valid during the works. 10.With at least 15 days before the start of the works, Section LS Bridges Cernavoda, the Installations Division Constanta, the Telecommunications branch CFR Constanta and the Electricity Branch CFR Constanta will be notified. The bridge works, as well as the ones near the railway 800 Bucharest Constanta will be monitored (technical assistance) by representatives of the Regional Railway Office Constanta, for the elements that affect the safety of railway circulation. 11.All the provided, as well as the determined expenses by these to the railway, including the counter value of speed limitations and the capacity limitations necessary to the execution of the works under circulation terms, will be at the expense of the works beneficiary, from the initial investment. 12.The Contractor will not have to, both during the works period, as well as after works ending to influence in any way the good circulation of railway traffic or of the signals and the access to the railway installations, to not use red color lights, yellow, green or blue, that will create confusion in the circulation of the trains, water drainage or the residue that may affect the railway. 13.The works contractor will be authorized by AFER for construction works in the railway area. 14.The damages recorded at C.N.C.F. C.F.R. S.A. as a consequence of possible faults, fire or explosions made by the contractor and the beneficiary will be at their expense.

183

Part 2 Section VI.iii: Drawings Lot 4

15.The start of the works is conditional upon authorization of works commencement, issued by the Regional Railway Office Constanta, based on a technical documentation that will contain the works that affect the infrastructure elements of the railway, in the execution details phase and verified by a design checker, according to Law no. 10/1995 regarding quality in construction. 16.The solution for restoring the anticorrosive protection which will be applied to the road consoles of the Danube bridges will be correlated (aspect, color) with the one to be applied for the restoring of the anticorrosive protection of the railway bridges. 17.The rehabilitation works of the railway Danube bridges will have to be correlated, as much as possible, with the rehabilitation of the road bridges. 18.Checks and replacement of the high resistance pre-stressed bolts at the main beam/road consoles joints will be made. 19.At the main bridges, in the area of the consoles road grip, devices to protect the main beam decks against rain fall and antiskid materials that reach it due to road traffic, will be designed and executed. Rain fall and antiskid materials that reach the main beams favor the accelerated degradation of their anticorrosive protection. 20.The designed devices from point 4. Above, together with the technology of high prestressed resistance bolts replacement, as well as the design for expansion joints at the end of continuous beam decks replacement shall be approved by the original designer of the bridges. 21.At the road consoles for the Cernavoda Bridge there are 14 positions with defects on the thick plate of 10-15 mm, of the nature of inclusions or exfoliations, which have been reinforced by strapping it with high resistance pre-stressed bolts. A follow up in time is necessary, to establish a possible evolution of discontinuities.

184

Part 2 Section VI.iii: Drawings Lot 4

Section 2 - Table of Contents: I. SUMMARY I.1 GENERALITIES I.2 DESIGN PRINCIPLES I.2.1 FREE SPACES ON AND UNDER THE BRIDGE I.2.2 LOADS I.3 GENERAL SPECIFICATION FOR THE EXECUTION I.4 GENERAL PROVISIONS CONCERNING THE ACCEPTANCE I.5 GENERAL PROVISIONS CONCERNING THE SERVICE AND THE MAINTENANCE OF THE STRUCTURES II. REFERENCE NORMATIVES III. BRIDGE GEOMETRIC CHARACTERISTICS IV. BRIDGE INTERVENTIONS WORKS AND MATERIALS IV.1 SUMMARY IV.2 INTERVENTION A2 REPLACEMENT OF PEDESTRIAN PARAPET IV.3 INTERVENTION A3 GUARD RAIL REPLACEMENT IV.4 INTERVENTION B1 ROADWAY PAVEMENT AND WATERPROOFING REPLACEMENT IV.4.1 GENERALITIES IV.4.2 AGGREGATES IV.4.3 BITUMEN IV.4.4 MIXTURES IV.4.5 WORKS CONTROL AND ACCEPTANCE IV.4.6 SPECIFICATIONS FOR THE EXECUTIONS IV.4.7 ADHESION ACTIVES IV.4.8 DRAINING ASPHALT WEARING COURSE IV.4.9 WATER PROOFING IV.5 INTERVENTION B2 ROADWAY SUPERFICIAL DRAINAGE REHABILITATION IV.6 INTERVENTION B3 WALKWAY PAVEMENT REPLACEMENT IV.7 INTERVENTIONS C1 - DECK SLAB REPAIR, C2 PRESTRESSED CONCRETE BEAMS REPAIR, C3 CONCRETE PIER CAPS REPAIR AND C4 - PIERS CONCRETE REPAIR IV.7.1 GENERALITIES IV.7.2 MATERIALS IV.8 INTERVENTION E2 REPAIR OF STRUCTURE CONNECTION WITH EMBANKMENT IV.9 INTERVENTION E3 CONE QUARTERS REHABILITATION IV.10 INTERVENTION E4 REHABILITATION OF STORM WATER COLLECTING SYSTEM

185

Part 2 Section VI.iii: Drawings Lot 4

SUMMARY

I.1

GENERALITIES

The objective of this project is to complete maintenance and rehabilitation works on bridge 10 in Gaiseanca, in Romania. Generally speaking, the list of the rehabilitations works refers to: Restoring to a former state and/or capacity Improving serviceability (structural and/or functional) Strengthening

The purpose of these Technical Specifications is to describe, in a detailed way, the bridge geometric characteristics, the evaluated actions on this project, the intervention works to be executed and the related materials applied in the designed solutions to rehabilitation. All the designed materials are typological and dont express any kind of preference for any company eventually mentioned.

I.2

DESIGN PRINCIPLES

The bridges, grade separation structures and viaducts are structural works. The conception of any resistance structure has to observe certain general principles, resulted from the practice, namely: practicality capacity of resistance economic efficiency aesthetics

Guided by these principles, the design of the bridge must accomplish its goal, that is to ensure the unhindered traffic of the vehicles across the obstacle. This means to achieve: the free passage spaces on and under the bridge, the proper rigidity of the structure in the limits of the permissible deformations, the best conditions of service and maintenance. The structures capacity of resistance must be obtained by reasonable dimensioning of the components. According to the principle of economic efficiency any structural work must be executed at a minimum cost. Depending on the layout (length and height of the obstacle, geotechnical conditions etc.) the economic efficiency can be achieved by establishing a proper length of the work an economical spans of the bridge. Hereafter, knowing the economical spans, the best method of construction may be selected, as well as the construction materials. A bridge or a viaduct, must have an aesthetic layout and has to be in harmony with the landscape.

186

Part 2 Section VI.iii: Drawings Lot 4

The design of the bridge must observe as much as possible all the hereinbefore shown principles, thus the best solution may be found only by analysis and comparison of several variants. The design of the bridges, grade separation structure and viaduct must observe the provisions hereinafter. I.2.1 FREE SPACES ON AND UNDER THE BRIDGE

The length of the bridge and the underside or soffit level of the superstructure shall be established by a hydrological design, in accordance with the departmental norms M.T., Pod 95-71 Norms for the hydrological design of bridges and Pod 96-71 for culverts. In the case of navigable river or stream, the navigable span shall be also observed, especially for the max central span of the bridge. The height of platform and the size of the spans shall be fixed observing the min overall dimensions necessary for the crossing of railways (STAS 4392-84) or roads (STAS 2924-91). The height of platform, the width of the carriageway, of the bicycle path, and of the sidewalks shall be fixed in accordance with the provisions of STAS 2924-91, and depending on the technical class of the road. I.2.2 LOADS

The structural design of the bridges must take in account all the loads that may occur, observing european standards (Structural Eurocodes) and the following romanian standards: STAS 10101/1-78: Actions in constructions. Technical weight and permanent loads STAS 10101/OB-87: Actions in constructions. Classification and groups railway and road bridges STAS 1545 89: Road and highway bridges.. Foot-bridges. Actions. STAS 3221 86:"Road bridges. Type trains charging classes" of actions for

I.3

GENERAL SPECIFICATION FOR THE EXECUTION

The Contractor may begin the execution of a structure only after the award and ratification of the contract. The main documents, necessary for contractor to perform the works, are as follows: the plans of site and location, and general specifications; the geotechnical study providing the site conditions and the adequate procedure of foundation; working drawings for framework, reinforcement, etc, for all the components of the artwork; special technical specifications for the respective structure, if any; the schedule of the construction operations.

187

Part 2 Section VI.iii: Drawings Lot 4

An authorized office or company shall make these documents for design and research. Taking in account the variety and the importance of the task, the Contractor has to prove that he possesses the experience and the know-how necessary to perform the respective work. The Contractor shall observe all the provisions of the contract, design and technical specifications. Also, the Contractor must take necessary steps for the protection of the environment. It is outlined that any change or adaptation of the project may be made only with approval of the Employer or/and of the Designer. All the state standards and norms in force shall be also observed in the execution (see in the annex a minimal list of them).

I.4

GENERAL PROVISIONS CONCERNING THE ACCEPTANCE

In view to achieve the quality of the works the partial acceptances (for every stage of the works) and the final acceptance shall be made in accordance with the specifications drafted for the respective work. The general specifications presented hereby, shall be observed. The Employer shall organize the final acceptance in conformity with the regulations in force.

I.5

GENERAL PROVISIONS CONCERNING THE SERVICE AND THE MAINTENANCE OF THE STRUCTURES

The project must include the constructive elements and solutions, necessary to ensure the access to substructure, bearings, superstructure for control and maintenance. For some particular works, a special design may be drafted, by request of the Employer, concerning the control and the maintenance of the aforesaid works. Beside these specifications, the provisions of the valid standards and norms shall be observed.

II

REFERENCE NORMATIVES European Codes EN 1991 Eurocode 1 Basis of design and actions on structures EN 1992 Eurocode 2 Design of concrete structures EN 1993 Eurocode 3 Design of steel structures EN 1994 Eurocode 4 Design of composite steel and concrete structures EN 1997 Eurocode 7 Geotechnical design EN 1998 Eurocode 8 Design of structures for earthquake resistance EN 1337 Structural bearings - General design rules EN 10025 Hot rolled products of non-alloy structural steels - Technical delivery conditions

188

Part 2 Section VI.iii: Drawings Lot 4

EN 10164 Steel products with improved deformation properties perpendicular to the surface of the product - Technical delivery conditions ISO 12944-3 Paints and varnishes - Corrosion protection of steel structures by protective paint systems - Design considerations EURONORM 18 Taking and preparation of samples and sample sections of steel and steel products EN 10113 Hot-rolled products with weldable fine grain structural steels EN 10137 Plates and wide flats made of high yield strength structural steels in the quenched and tempered or precipitation hardened conditions EN 10155 Structural steels with improved atmospheric corrosion resistance Technical delivery conditions EN 10210 Hot finished structural hollow of non-alloy and fine grain structural steels EN 10219 Cold formed hollow sections of structural steel EN 10204 Metallic products - Types of inspection documents EN 10029 Hot-rolled steel plates 3 mm thick or above - Tolerances on dimensions, shape and mass EN 10051 Continuously hot-rolled uncoated plate, sheet and strip of non-alloy and alloy steels - Tolerances on dimensions and shape EN 1090 Execution of structural steel structures Technical Requirements EN 197-1 Cement: Composition, specification and conformity criteria for common cements EN 206-1 Concrete: Specification, performance, production and conformity EN 12390 Testing hardened concrete EN 10080 Steel for the reinforcement of concrete EN 10138 Prestressing steels EN ISO 17760 Permitted welding process for reinforcement ENV 13670 Execution of concrete structures EN 13791 Testing concrete EN ISO 15630 Steel for the reinforcement and prestressing of concrete: Test methods EN 124 Gully tops and manhole tops for vehicular and pedestrian areas. Design requirements, type testing, marking, quality control. EN 1401 Plastics piping systems for non-pressure underground drainage and sewerage. Unplasticized poly(vinylchloride) (PVC-U). Specifications for pipes, fittings and the system EN 1317 Road restraint systems. Product requirements and evaluation of conformity for vehicle restraint systems EN 12697 - Bituminous mixtures. Test methods for hot mix asphalt EN 13108 - Bituminous mixtures. Material specifications EN 13055 - Lightweight aggregates EN 13043 - Aggregates for bituminous mixtures CNR 4 / 1953 - Norms for the acceptance of the rubbles, grits, sands and additives for road constructions

189

Part 2 Section VI.iii: Drawings Lot 4

CNR 68 / 1978 - Norms for the acceptance of the roadway bitumen. Characteristics for the acceptance. Romanian Codes Pod 95-71 Norms for the hydrological design of bridges STAS 4392-84 Standard gauge railways. Clearances STAS 2924-91 Road bridges STAS 10101/1-78 Actions in constructions. Technical weight and permanent loads STAS 10101/OB-87 Actions in constructions. Classification and groups of actions for railway and road bridges STAS 1545 89 Road and highway bridges.. Foot-bridges. Actions STAS 3221 86 Road bridges. Type trains charging classes STAS 1844-75 Metallic road bridges. Design prescriptions SR 1911-1997 Metallic railway bridges. Design prescriptions STAS 10111/1-77 Railway and road bridges. Masonry, concrete and reinforced concrete substructure. Design prescriptions STAS 10111/2-87 Railway and road bridges. Concrete, reinforced concrete and prestressed concrete superstructure. Design prescriptions SREN 10002-1/94 Metallic materials. Testing to traction. Testing method (to theenvironment temperature SR 13170-1993 Metallic materials. Impact bending test. Special test specimensand estimation methods SREN 10045-1/93 Metallic materials. Impact bending test on the Charpy test specimen. Part I: Testing method SR 1911-1997 Rail metallic bridges. Prescriptions for the design STAS 1844-75 Road metallic bridges. Prescriptions for the execution" STAS 9330-84 Railway and road metallic bridges. Joinings by hightensile bolts. Prescription for design and execution STAS 3461-83 Railway and road metallic bridges. Riveted super-structure. Prescriptions for execution STAS 9407-75 Railway and road metallic bridges welded super-structure. Prescription for execution STAS 8542-79 Choice of steel for metallic constructions STAS 12187-88 Thick steel plates for the main units of bridges and viaducts SREN 29692-1999 The electric arc welding with covered electrode, electric arc welding in protector gas medium and gas welding through melting. Preparing the parts for joining Practice Code NE 012-99

American Codes III ACI 207.5R-99 Roller-Compacted Mass Concrete

BRIDGE GEOMETRIC CHARACTERISTICS

190

Part 2 Section VI.iii: Drawings Lot 4

This bridge is located near Gaiseanca on the DN2B national road which connects Braila to Buzau approximately at the km 47, over a railway. This bridge runs North-East to SouthWest and is a 3 span structure composed by pre-stressed concrete beams. The main characteristics of this bridge are defined as follows: Structure typology: pre-stressed concrete. Overhead Length: 42 m Overhead Width: 10.70 m Number of spans: 3 Greater span length: 18 m

IV

BRIDGE INTERVENTIONS WORKS AND MATERIALS

IV.1

SUMMARY

All interventions were organized by groups, in accordance with the related location and type of deterioration, as it is exposed in the following table, where designed interventions to be executed on bridge 10 can be seen:

CODE A2 A3 B1 B2 B3 C1 C2 C3 C4 E2 E3 E4

MAINTENANCE AND REHABILITATION WORKS ROAD FINISHING AND EQUIPMENT Replacement of pedestrian parapet Guard rail replacement PAVEMENTS Roadway pavement and waterproofing replacement Roadway superficial drainage rehabilitation Walkway pavement replacement CONCRETE REPAIR Deck Slab Repair Prestressed Concrete Beams Repair Concrete Pier Caps Repair Concrete Piers Repair EARTHWORKS Repair of structure connection with embankment Cone quarters rehabilitation Rehabilitation of storm water collecting system

B10

The materials and the provisions to be employed in the works to perform should be of the best existing qualities in commerce, shall possess the characteristics established on the base of the related normative references and shall correspond to the specifications of the present report or to other contractual actions. If not otherwise prescribed or allowed, they should answer to the norms and prescriptions of the European Standards or Romanian Standards.

191

Part 2 Section VI.iii: Drawings Lot 4

If not otherwise indicated, the materials and the provisions should be originated from places according with the contractor convenience and the correspondence between the materials and the specifications should be recognized by the Employer.

IV.2

INTERVENTION A2 REPLACEMENT OF PEDESTRIAN PARAPET

This intervention will be applied on whole bridge in accordance with design drawings, where parapet corrosion is considered irreversible or is highly damaged, as it is dangerous to pedestrian traffic. In these cases, it is necessary to dismantle the existing parapet and to assemble the new one with the following operations: - removal of the parapet connection screws; - cutting with oxyacetylene flame of the posts; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of the pedestrian parapet elements and other related materials and equipment; - local transport and handling of the parapet panels; - assembling and installation of the parapet panels; - verifications after execution in accordance to the design. Steel plates embedded in the reinforced concrete support beams are included. The parapet metallic panels must have a minimal height of 1,1 m and all its metallic elements should have a minimal steel grade of S235 and should be hot galvanized. All parapets should conform to the requirements of EN 1317. IV.3 INTERVENTION A3 GUARD RAIL REPLACEMENT

This intervention consists in dismantling existing guard rail and assembling the new one with the following operations: - removal of the guard rail connection screws; - cutting with oxyacetylene flame of the posts; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of the guard rail elements and other related materials and equipment; - local transport and handling of the guard rail elements; - assembling of the guard rail elements; - supply and installation of the reflective elements; - verifications after execution in accordance to the design. Steel plates embedded in the reinforced concrete support beams are included. This intervention will be applied on whole bridge in accordance with design drawings.

192

Part 2 Section VI.iii: Drawings Lot 4

The guard-rails must have a minimal height of 1,5 m and all its metallic elements should have a minimal steel grade of S235 and should be hot galvanized. All guard-rails should conform to the requirements of EN 1317.

IV.4

INTERVENTION B1 ROADWAY PAVEMENT AND WATERPROOFING REPLACEMENT

IV.4.1 GENERALITIES This chapter contains the general technical conditions to be fulfilled in the execution of bituminous road coverings type cast asphalt - for the carriage way of bridges. This intervention will be applied on the whole bridge in accordance with design drawings and is due to the very bad conditions of present bituminous conglomerate pavements. The pavement execution covers the following activities: - scarifying and removing the existing bituminous surface; - loading and transport of the material resulting from the demolition to an approved dump area; - cleaning and removal of any loose material from the concrete surface by sand blasting; - procurement, transport, storage and handling of all related materials and equipment; - execution of the leveling and slope concrete; - waterproofing execution including a bituminous priming layer; - performance of the in situ adherence tests of the membrane, at the required frequency; - assuring water tightness in correspondence of the waterproofing edges using specific elastic materials; - laying 60 mm thick protective course including surface preparation applying primer coat with bitumen emulsion; - laying 40 mm thick wearing course including surface preparation applying primer coat with bitumen emulsion; - verifications after execution in accordance to the design. The new bridge pavement, which is 11 cm thick, should consist of a wearing course (4 cm), a protective course or binder (6 cm) and a sealing course (1 cm). The protective and wearing course are made of asphalt. The sealing course is made from 2 layers of modified bitumen and a polyester layer 200 gr/sqm. The conglomerate for both the layers will be constituted by a mixture of rubbles, grits, sands and additives according to the definitions brought in the Art. 1 of the italian norm C.N.R., issue n. 4/1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions"), mixed with hot bitumen, and will be extended in work through a paving machine and compacted with gummed and smooth rolls. The transversal and longitudinal profile of the roadway on the bridge shall observe the design.

193

Part 2 Section VI.iii: Drawings Lot 4

This type of pavement is hot mix of natural aggregates, filler and non-paraffinous bitumen for roads, and must observe the conditions of following standards: _ EN 12697 - Bituminous mixtures. Test methods for hot mix asphalt _ EN 13108 - Bituminous mixtures. Material specifications _ EN 13055 - Lightweight aggregates _ EN 13043 - Aggregates for bituminous mixtures _ CNR 4 / 1953 - Norms for the acceptance of the rubbles, grits, sands and additives for road constructions _ CNR 68 / 1978 - Norms for the acceptance of the roadway bitumen. Characteristics for the acceptance.

IV.4.2 AGGREGATES The collecting of aggregates samples, for the control of the requisite of acceptance, will be effected according to the norms C.N.R., Chapter II of the issue 4/1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions"). For the samples collection destined to the control tests of the requisites of acceptance, as for the formalities of execution of the tests themselves, the contained prescriptions are worth in the issue n. 4 of the Norms C.N.R. 1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions "), with the prudence that the test for the determination of the loss in weight will be made with the method Los Angeles. The large aggregates must be obtained for shattering and being constituted by healthy, hard and durable elements, with live edges, rough surface, clean from dust or from inappropriate materials. The large aggregates must answer to the followings requisite: - Protection Course (BINDER): Reduction of weight from Los Angeles Test according to ASTM C 131 - AASHO T 96, must be less than 25% (C.N.R. 34-1973); Voids content, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions), must be less than 0,80; imbibition coefficient, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) must be less than 0,015 (C.N.R. 137-1992); not absorbent material, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions). In the case that the binder is expected to be subjected to the traffic in damp or winter periods, the loss in weight for shaking will be limited to the 0,5%.

- Wearing course:

194

Part 2 Section VI.iii: Drawings Lot 4

Reduction of weight from Los Angeles Test according to ASTM C 131 - AASHO T 96, must be less than 20% (C.N.R. 34-1973); - at least a 30% in weight of the material of the whole mixture must be originate from shattering of rocks that introduces a coefficient of smaller shattering of 100 and compression resistance not inferior to 140 N/mm2s, as well as minimum wearing resistance of 0,6;

Voids content, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions), must be less than 0,85; imbibition coefficient, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) must be less than 0,015 (C.N.R. 137-1992);

not absorbent material, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) with limitation for the loss in weight to the 0,5%.

The fine aggregate portion of the mixture may contain percentages of natural sand or obtained by crushing according to Art. 5 of the norms C.N.R. issue n. 4 of 1953,in detail: Sand equivalent, from AASHO T 176 test, (according to C.N.R. B.U. n. 27 del 30-31972) must be not inferior to 55%; not absorbent material, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) with the limitation for the large aggregates. Mineral Fillers will be constituted preferably by dust of calcareous rocks or from cement, hydrated mortar, hydraulic mortar, dusts of asphalt and they will have to result passing to the sieve n. 30 ASTMs and for at least 65% to the sieve n. 200 ASTMs. For the wearing layer, , the filler can be constituted by asphaltic rock dust containing asfaltica 6 - 8% of bitumen with penetration Dow to 25C inferior to 150 dmm.

IV.4.3 BITUMEN Must be used semi-solid bitumen for road use with the suitable characteristics in the following table, employed for the confection of bituminous conglomerates. They are denominated "A" and "B" The following table refers to the base product as it leaves the cisterns. For all the works will always be used the bitumen type "A", excepted particular cases in which the can be employed bitumen type "B" (coldest Regions, north or highest zones) always after authorization of the Employer. BASE BITUMENS TABLE CHARATTERISTICHS: Penetration a 25C/298K, 100g, 5s UNITS 0,1 mm BITUMEN A VALUE 65 85 BITUMEN B VALUE 85 105

195

Part 2 Section VI.iii: Drawings Lot 4

Softening Point Penetration Indice Fraass Breaking Point, min. Ductility at 25C/298K, min. Solubility, min. Volatility T = 163C / 436K, max. Paraffin content, max.

C/K

48-54/321-327 -1 / +1

47-52/320-325 -1 / +1 -9 / 264 100 99 +/- 1 3 150 - 250

C/K cm % % %

-8 / 265 90 99 +/- 0,5 3 220 - 400

Dynamic viscosity at T = 60C / 333K, Pa.s velocity gradient = 1 s 1 Dynamic viscosity at T = 160C / 433K, Pa.s velocity gradient = 1 s 1

0,4 0,8

0,2 0,6

After RTFOT (Rolling Thin Film Overt Test) Dynamic viscosity at T = 60C / 333K, velocity Pa.s gradient = 1 s 1 Residual penetration at 25C/298K, 100g, 5s Increase in softening point % C/K 700 - 800 500 - 700

70 +8 / 281

75 + 10 / 283

IV.4.4 MIXTURES 2) Protective Course (binder). The mix formula of the natural aggregates and filler must be contained on the following allowing conditions: U.N.I Sieve Series Passing: % total weight Sieve 25 Sieve 15 Sieve 10 Sieve 5 Sieve 2 Sieve 0,4 Sieve 0,18 Sieve 0,075 100 65 100 50 80 30 60 20 45 7 25 5 15 4 8

The bitumen content (%) of the mixture mass must be contained between 4,5% and 5,5%. The mixture must respect the following conditions: Marshall stability, performed at 60C must be not inferior to 900 Kg. Marshall rigidity must be superior to 300 (C.N.R 30-1973). The same samples used for Marshall stability test must present a percentage of voids content contained between 3 and 7%.

196

Part 2 Section VI.iii: Drawings Lot 4

2) Wearing Course. The mix formula of the natural aggregates and filler must be contained on the following allowing conditions: U.N.I Sieve Series Passing: % total weight Curve type A Passing: % total weight Curve type B

Sieve Sieve Sieve Sieve Sieve Sieve Sieve Sieve

20 15 10 5 2 0,4 0,18 0,075

100 90 100 70 90 40 55 25 38 11 20 8 15 6 10

-100 70 90 40 60 25 38 11 20 8 15 6 10

Type A bitumen content must be contained between 4,5% and 6% respect to aggregates total weight(C.N.R. 38-1973). Type A curve is valid for wearing courses with a thickness contained between 4 and 6 cm. The mixture must respect the following conditions: b) _ High mechanic resistance and flexibility. _ Marshall stability(C.N.R. 30-1973), performed at 60C must be not inferior to 1000 Kg. _ Marshall rigidity must be superior to 300 (C.N.R 30-1973). _ The same samples used for Marshall stability test must present a percentage of voids content contained between 3 and 6%. b) d) 8%. IV.4.5 WORKS CONTROL AND ACCEPTANCE The control of the materials for the asphalt mixtures shall be made as provided by the respective standards. IV.4.6 SPECIFICATIONS FOR THE EXECUTIONS The support layer shall be finished depending on its type, namely: High resistance to surface wearing; High compactness: the final residual voids volume must be contained between 4% and c ) Sufficient surface roughness;

197

Part 2 Section VI.iii: Drawings Lot 4

the support of concrete shall be leveled by a cement mortar rendering. After drying, the surface shall be primed by cationic bituminous emulsion with quick breaking.

The mixtures shall be rolled after the priming of the waterproofing course with bituminous emulsion. IV.4.7 ADHESION ACTIVES On the confection of the asphalt mixtures for the different layers (protection and wearing course) must be used special chemical additives in favor of the bitumen - aggregate adhesion, constituted from ammine and alchilammid - poliammine obtained from reaction between poliammine and fatty acids C16 e C18. IV.4.8 DRAINING ASPHALT WEARING COURSE This bituminous mixture for draining wearing course is constituted from a mixture of rubbles, sands and additives hot confectioned with modified bitumen. The scope of this mixture is: - Improve adherence in case of raining; - abatement of the traffic noise (phono-absorbent).

IV.4.8.1 AGGREGATES The aggregates must respond to the requisites of acceptance above illustrated , according to the norms C.N.R., Chapter II of the issue 4/1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions"), with the following exceptions: _ water solubility absorption coefficient not inferior to 0.44; _ the crushed sand percentage not inferior to 80% of the sand mixture.

IV.4.8.2 BITUMEN This bitumen must be of modified type with the following characteristics: Bitumen type E : bitumen type B + 2% low density polyethylene + 6% styrene butiadene

CHARACTERISTICS Penetration a 25C/298K, 100g, 5s Softening Point Penetration Indice Fraass Breaking Point, min. Dynamic viscosity at T = 80C / 353K, velocity gradient = 1 s 1

UNITS 0,1 mm K

VALUE (x) 35 - 45 333+343 +1/ +3

K Pa.s

261 180 450

198

Part 2 Section VI.iii: Drawings Lot 4

Dynamic viscosity at T = 160C / 433K, velocity gradient = 1 s 1

Pa.s

0,2 2

Bitumen type F : bitumen type B + 6% polyethylene (o 6% ethylene vinyl acetate + 2% polymers) + 2% styrene butiadene CHARACTERISTICS Penetration a 25C/298K, 100g, 5s Softening Point Penetration Indice Fraass Breaking Point, min.. Dynamic viscosity at T = 80C / 353K, velocity gradient = 1 s 1 Dynamic viscosity at T = 160C / 433K, velocity gradient = 1 s 1 Pa.s 0,2 1.8 K Pa.s UNITS 0,1 mm K VALUE (x) 50 - 70 328-343 +1/ +3 261 180 450

IV.4.8.3 MIXTURES They are predictable three types of mixtures, respectively: "granular", intermediary" and "monogranular", that must have a granulometric composition in the curve as following: Passing: % total weight U.N.I Sieve Series Curve A Granular Sieve Sieve Sieve l0 Sieve Sieve - 12 Sieve 0 - 10 Sieve 0- 8 Sieve 0,075 0-6 0-6 0- 6 The bitumen content (%) of the mixture mass must be contained between 5% and 6,5%. 0,18 0-8 0-8 0,4 0 10 0 - 10 15 - 35 5 5 20 2 0 - 12 20 15 Curve B Intermediary 100 80 - 100 35 - 50 10 - 25 0 -12 Curve C Monogranular, 100 100 90 - 100 85 - 100 5 - 20 0 100

The performance characteristic of every type of mixture are the followings:

- optimal draining:

mixture granular

(curve A)

199

Part 2 Section VI.iii: Drawings Lot 4

- high draining: - good draining:

mixture intermediary mixture monogranular

(curve B) (curve C)

The both three mixtures favor an elevated abatement of the traffic noise; the Employer must verify that capacity through the control of the mixtures themselves, applying the static waves method with the defined standard equipment "pipe of Kundt" on samples of l0 cm diameter collected in site. These samples must be collected and verified after 150 days of the pavement laying. In this case the phono-absorption coefficient "" under conditions of normal incidence must be: Frequency (Hz) Phono-absorption coefficient ()

400 630 800 1600 2000 2500

> 0,15 > 0,30 > 0,15

With a grazing incidence of 300 the values of must be: Frequency (Hz) Phono-absorption coefficient ()

400 - 630 800 - 1250 1600 - 2500

> 0,25 > 0,50 > 0,25

The mixture must respect the following conditions: _ Marshall stability(C.N.R. 30-1973), performed at 60C must be not inferior to 500 Kg for A curve and not inferior to 600 Kg for B and C curves. _ Marshall rigidity must be superior to 200 (C.N.R 30-1973) for A curve and superior to 250 Kg for B and C curves. _ The same samples used for Marshall stability test must present a percentage of voids content (CNR 39 - 73) contained between: mixture granular, mixture intermediary mixture monogranular (curve A) (curve B) (curve C) 16% - 18% 14% - 16% 12% - 14%

The Employer him should check the mixture through the determination of the indirect traction resistance and of the ultimate deformation ("Brazilian" test) (CNR 97 - 1984).

200

Part 2 Section VI.iii: Drawings Lot 4

The relative values, for the three types of mixture must be contained in the limits as the following table:

Test Temperature Indirect traction resistance (N/mm ) Indirect traction coefficient (N/mm )
2 2

283 K 0.70 1.10 55

298 K 0.25 0.42 22

313 K 0.12 0.20 12

IV.4.8.4 SPECIFICATIONS FOR THE EXECUTIONS

The compaction temperature must be included between 413 and 423 Ks for the mixtures performed with type "E" bitumen. At the compaction end, the draining wearing layer must have a uniform weight of volume in the whole thickness, not inferior to 96% of that Marshall performed before. Such verification must be performed with daily frequency according to the norm (CNR 40 1973) and will be determined on samples of 20 cm diameter. The permeability coefficient at constant load (Kv in cm/s) determinated on laboratory on samples of 20 cm diameter collected in site must be not inferior to: Kv = 15*1,0-2 cm/s (arithmetic average of 3 results).

The draining capacity performed in site and measured on an area of 154 cm2s and with a pavement thickness between the 4 and 5 cm must be greater of 12 dm3/min for the mixture of the "A" curve and greater of 8 dm3/min for the mixtures of the "B" and "C" curves.

The surface must be perfectly cleaned. HORIZONTAL MARKING Taking into account that the bridge is a small part of a road, the horizontal marking will be executed as to complain with roads horizontal marking, following the same specifications of the markig applied on road, as per norms in force and as per Beneficiary requirements. IV.4.9 WATER PROOFING Waterproofing must achieve the following : to stop the access of water in the construction units to collect and remove the infiltrated water through the asphaltic lining and waterproofing cover and to lead it to the water outlet devices Generally, bridges waterproofing consists of : the waterproof blanket continually performed on the whole surface of the construction unit and its connection to that element.

201

Part 2 Section VI.iii: Drawings Lot 4

the waterproofing layers must be connected to the outlet nozzles and to the expansion joints.

The functionalities of some layers can be merged in various solutions of the specialized firms of waterproofing. The waterproofing may consists of : liquid foil, fast hardening waterproofing membrane by spraying by hot sticking of the membranes with bitumen solution by cold sticking with synthetic resin self-sticking membranes sticking by membrane overheating masons brush or brush laying

The laying technology may be : -

The physical-mechanical conditions should be assured in any of the technological variants. The term waterproofing layer as used herein after refers to all the component coats, namely : the levelling layer, priming, principal base waterproofing layer and protection cover. The waterproofing layer should be guaranteed 8 years at least at normal bridge, pass or viaduct usage. During this period, of time the guarantor should carry out - on its expenses - the repairing or changing the waterproofing layer, the remedial works of the damages produced by water infiltration into the structure. The materials used in the waterproofing layer must be sound and chemically passive. The waterproofing layer must be also executed on bridges in use, repairing a half of the carriageway the other half being used for traffic, the joining of the waterproofing layers in the bridge longitudinal axis must be made so that the technical features to be assured. The waterproofing layer must support the low speed transport and asphalt coat laying means on bridges, passes or viaducts. The waterproofing layer must assure the adhesion stickiness of the asphaltic coat on its top layer: ultimate strength elongation at break static boring perforating resi stance European Norm L4 250 N on the 10 mm diameter ball stretch adhesion N/mmp flexibility on 50 mm diameter bolt water absorption in 24 hours max. temperature for physical stability of a membrane 120 C
0 0

800 N/5 cm min 20 %

Min. 0,5 without cracks at - 10 C 0,5 %


0

temperature of the poured asphalt coat without modifying the physical- mechanical features 180 C

202

Part 2 Section VI.iii: Drawings Lot 4

temperature field in current usage temperature field of the environment where the waterproofing layer is laid

20 C + 70 C + 5 C + 30 C
0 0

The top layer of the waterproofing should be chemically compatible with the components of the asphalt in order to avoid the waterproofing attacking. It is proposed an waterproofing with 2 layers of modified bitumen reinforced with a polyester layer 200 gr/sqm.

IV.5

INTERVENTION B2 ROADWAY SUPERFICIAL DRAINAGE REHABILITATION

This item covers the substitution of the existent drain pipes and grids: - removal of the existing damaged drain pipes and/or related grids; - loading and transport of the removal material to an approved dump area; - procurement, transport, storage and handling of necessary materials and equipment; - installation of the new drain pipes and/or related grids; - finishing works to ensure waterproofing; - verifications after execution in accordance to the design. The pvc pipes supplied should be in accordance with EN 1401. The grids supplied should be in accordance with EN 124.

IV.6

INTERVENTION B3 WALKWAY PAVEMENT REPLACEMENT

The item covers the following activities: - scarifying and removing the existing surface; - loading and transport of the material resulting from the demolition to an approved dump area; - cleaning and removal of any loose material from the concrete surface by sand blasting; - procurement, transport, storage and handling of all related materials and equipment; - waterproofing execution including a bituminous priming layer; - performance of the in situ adherence tests of the membrane, at the required frequency; - execution of the concrete base; - assuring water tightness in correspondence of the waterproofing edges using specific elastic materials; - laying 20 mm thick wearing course including surface preparation applying primer coat with bitumen emulsion - verifications after execution in accordance to the design. The new bridge walkway pavement, should consist of a wearing course (2 cm) and a sealing course (1cm), executed above of the walkway concrete at least with 35MPa Rck and Feb44k steel. The asphalt courses and the waterproofing protection system are specified on IV.5 Intervention B1 roadway pavement and waterproofing replacement.

203

Part 2 Section VI.iii: Drawings Lot 4

IV.7

INTERVENTIONS C1 - DECK SLAB REPAIR, C2 PRESTRESSED CONCRETE

BEAMS REPAIR, C3 CONCRETE PIER CAPS REPAIR AND C4 - PIERS CONCRETE REPAIR

IV.7.1 GENERALITIES The following activities wil be covered: - Sounding of concrete to locate areas of delamination; - preparation and cleaning of surface by means of sand blasting and water washing and/or concrete removal by means of hydrodemolition; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of all related materials and equipment; - epoxy and polyurethane compounds application; - application of a corrosion inhibitor and a cementitious mortar where concrete is removed; - verifications after execution in accordance to the design; These interventions can be divided in 2 different work sequences in accordance with the type and location of the deterioration. Therefore, when efflorescence, low corrosion and spalling are founded, the following work steps may be implemented: 1 - Sounding of concrete to locate areas of deterioration (spalling, honeycomb, corrosion); 2 - Concrete sand blast cleaning to prepare the surface for receiving protective materials; 3 - Concrete water washing with 1500 psi of pressure to remove oils, grease or other substances; 4 - Application of an epoxy resin primer coat like MASTERSEAL PRIMER PU from BASF or similar; 5 - Application of a polyurethane resin protective coat like MASTERSEAL FORMULA PU from BASF or similar. Differently, when the concrete surface present honeycomb and high corrosion and spalling, the following work steps may be implemented: 1 - Sounding of concrete to locate areas of deterioration (spalling, honeycomb, corrosion); 2 - Hydrodemolition of damaged concrete with 30000 psi of pressure and concrete removal of 4 cm, being attention with reinforcing steel; 3 - Concrete water washing with 1500 psi of pressure to remove oils, grease or other substances; 4 - Application of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP from BASF or similar; 5 - Application of a thixotropic cementitious mortar with restrained expansion, fiber-reinforced with flexible inorganic fibres, like EMACO FORMULA TIXOFIBER from BASF or similar;

204

Part 2 Section VI.iii: Drawings Lot 4

6 - Application of an epoxy resin primer coat like MASTERSEAL PRIMER PU from BASF or similar; 7 - Application of a polyurethane resin protective coat like MASTERSEAL FORMULA PU from BASF or similar.

IV.7.2 MATERIALS The designed products are described as follows:

IV.7.2.1 MASTERSEAL PRIMER PU Is a solvent-borne two-pack epoxy resin with low viscosity acting as primer for the elastomeric polyurethane coating MASTERSEAL FORMULA PU and as curing agent for the mortars of the EMACO FORMULA range. Storage MASTERSEAL PRIMER PU must be stored in a sheltered dry place at a temperature between +5C and +35C inclusive. Temperature Application may be at an ambient temperature anywhere between +5C and +40C. Application at lower temperatures is inadvisable because the product would dry very slowly. Preparation of the substrate and recoating Using the product ONLY as PRIMER on fully cured concrete or repair mortar: prior to applying the primer it is indispensable to check the concrete surfaces for damage or contamination by oils, grease or other substances. Any loose, damaged or contaminated concrete must be removed and then the surface made good using products from the EMACO FORMULA range. The primer MASTERSEAL PRIMER PU must be applied on sanded surfaces (this does not apply to areas repaired with EMACO products), which have been cleaned and freed of dust using compressed air. After application of the primer it is necessary to wait at least 6 hours up to a maximum of 48 hours, in standard environmental conditions (20C, 65 % r.h.) before proceeding with application of the finish MASTERSEAL FORMULA PU. - Using the product as CURING AGENT and PRIMER on freshly applied EMACO FORMULA repair mortars: the substrate consists of fresh EMACO FORMULA mortar and it is necessary to wait approx. 30 minutes after completion of the float finish and in this case MASTERSEAL PRIMER PU will act initially as curing agent and then as primer. MASTERSEAL PRIMER PU must be applied in a single coat over EMACO repair products, having waited at least 30 minutes after completing the float finish of the EMACO mortar. In conditions of low temperature and high relative humidity it is advisable to wait for a longer minimum time (approx. 60 minutes). So that the product dries properly before being recoated with the finish MASTERSEAL FORMULA PU, it is necessary to wait at least 5 days in

205

Part 2 Section VI.iii: Drawings Lot 4

excellent environmental conditions (20C, 65% r.h.). Always in these conditions, do not exceed 10 days for hardening or setting before applying the finish. Application Stir the 2 parts separately, then pour part B (hardener) into part A (base) and use a lowspeed mechanical mixer to obtain a smooth mix. The product must not be diluted; it may be applied by spraying or by roller (for limited areas).

Airless spray equipment

MASTERSEAL PRIMER PU application data

IV.7.2.2 MASTERSEAL FORMULA PU Is a two-pack elastic solvent-borne polyurethane resin with high solids content by volume, forms a film coating with satin finish having a crack bridging ability and high protective capacity against agents that cause damage to reinforced concrete. Performance Performance is referred to a dry film thickness of 200 m (micron)

206

Part 2 Section VI.iii: Drawings Lot 4

Storage MASTERSEAL FORMULA PU must be stored in a sheltered, dry place at a temperature between +5C and +35C inclusive. Preparation of the substrate - If the reinforced concrete structures only need protecting, prior to applying the primer it is indispensable to check the concrete surfaces for damage or contamination by oils, grease or other substances. Any loose, damaged or contaminated concrete must be removed and then the surface made good using products from the EMACO FORMULA range. The primer must be applied on sanded surfaces (this does not apply to areas repaired with EMACO products), which have been cleaned and freed of dust using compressed air. - If the concrete has been repaired and needs subsequent protection, the substrate consists of EMACO FORMULA fresh mortar and it is necessary to wait approx. 30 minutes after completion of the float finish before applying the MASTERSEAL PRIMER PU, which in this case will act initially as curing agent and then as primer. Temperature Application may be at an ambient temperature anywhere between +5C and +40C. Application at lower temperatures is inadvisable because the product would dry very slowly. Application Stir part A well in its can using a low-speed mechanical mixer; ensure that all of part B is emptied into part A and blend together for a couple of minutes, using the mechanical mixer, before application.

207

Part 2 Section VI.iii: Drawings Lot 4

The product may be applied by short pile roller or by spray. When using a hand roller, it is advisable to apply 2 successive coats at least 12-18 hours apart in excellent environmental conditions (20C and 65% r.h.). In airless spraying, the recommended dry thickness of 200-300 in a single coat. Airless spray equipment m (micron) may be applied

MASTERSEAL FORMULA PU application data

IV.7.2.3 EMACO NANOCONCRETE AP Is a single-pack light grey, polymer-modified cementitious primer containing corrosion inhibitors. Storage Store the product in a sheltered, dry place at a temperature anywhere between 5 and 30C, in the tightly closed original containers. Cleaning the rebars Once the rebars have been exposed they must have the rust removed by sanding or brushing with a metal brush. Temperature This product may be applied at an ambient temperature anywhere between +5C and +35C. Application Must be applied by brush immediately after having removed the rust. The first coat is applied over the whole length of the bar, using a stiff brush for a thickness of approx. 1mm and the second coat is applied as soon as the first is dry. Then wait for the inhibitor to have set sufficiently before carrying out the repair work.

IV.7.2.4 EMACO FORMULA TIXOFIBER Is a ready-mixed air-cured thixotropic cementitious mortar with restrained expansion that is resistant to environmental agents, contains polyacrylonitrile fibres and is reinforced with flexible and durable inorganic fibres.

208

Part 2 Section VI.iii: Drawings Lot 4

Performance The performances shown below are obtained with a consistency of 170-180 mm according to UNI EN 13395/1, in the absence of bleeding.

The reinforcement fibres have length 12mm, diameter 14 m, tensile strength 1700 MPa and modulus of elasticity 72000MPa. Storage Store the product in a sheltered, dry place at a temperature anywhere between 5 and 40C. Removal of the deteriorated concrete The engineer decides the thickness to be removed on the basis of the preliminary surveys aimed at identifying the state of preservation of the structure. Loose or contaminated concrete must be removed preferably by hydro demolition or, alternatively, by mechanical chipping using lightweight compressed air operated concrete breakers and taking all the necessary precautions to avoid damaging the structures. The surface of the concrete substrate must be macroscopically rough (surface irregularity approx. 5 mm deep to obtain maximum bond between the substrate and the repair material. The macroroughness is indispensable for the restrained expansion mechanism, which is essential for the success of cementitious mixes expanding in air. Cleaning the reinforcement rods The loose or contaminated concrete around the reinforcement rods must be removed. If the damaged or contaminated concrete has been removed by hydro demolition, this usually guarantees suitable cleaning also of the reinforcement rods. Placing additional structural reinforcement

209

Part 2 Section VI.iii: Drawings Lot 4

Whenever it is necessary to add new reinforcement rods for structural reasons, a layer of 2 cm concrete must cover the rods. Cleaning and saturation of the concrete The concrete substrate must be cleaned and saturated using water under pressure (80100 atm and warm water in winter). This is indispensable to prevent the concrete substrate taking water from the mix. Incomplete saturation would cause loss of adherence and cracking of the added material. The use of water under pressure also ensures effective cleaning of the surface by removing dust and small loose particles that may still be present after the concrete has been scarified. Cleaning and saturation of the surfaces are essential to obtain high values of adherence between the substrate and the applied material. Application Must be applied onto macroscopically roughened but cohesive surfaces that have been cleaned and satured with water. In the case of extensive surfaces, the product may applied for a thickness from 1 to 5 cm in a single layer using screw or piston sprayers. During the interruptions in spraying, it is necessary to thoroughly clean the tubes and the pump itself using water under pressure and a soft tube-cleaning rubber ball.

IV.8

INTERVENTION E2 REPAIR OF STRUCTURE CONNECTION WITH EMBANKMENT

Is required to fill embankment behind abutment up, with roller compacted concrete. The item covers the following activities: - procurement, transport, storage and handling of necessary materials and equipment; - excavation of soil in borrow pit or in an intermediary storage; - loading and transport of the soil resulted from excavations to the approved storage yards; - filling with roller compacted concrete; - checking of the filling quality after compaction. - verifications after execution in accordance to the design. In this intervention the roller compacted concrete (RCC) is used, which is a concrete of noslump consistency in its unhardened state that is transported and placed similar to paving often by dump trucks or conveyors, spread by bulldozers and compacted by vibratory rollers. The use of RCC in structures take account of measures to cope with the generation of heat from hydration of the cementitious materials and attendant volume change to minimize cracking. Materials mixture proportioning, properties, design considerations, construction, & quality control should be in accordance with ACI 207.5R-99.

210

Part 2 Section VI.iii: Drawings Lot 4

IV.9

INTERVENTION E3 CONE QUARTERS REHABILITATION

Cone quarters rehabilitation by the same original materials, including land cleaning of bushes and shrubs, excavation, filling with suitable fill material or natural aggregates stabilized with cement. The item covers the following activities: - land cleaning of bushes and shrubs; - procurement, transport, storage and handling of necessary materials and equipment; - excavation of soil in borrow pit or in an intermediary storage; - loading and transport of the soil resulted from excavations to the approved storage yards; - spreading of soil in 10 cm layers and compaction; - finishing works, check of the achieved surfaces in respect to the design; - checking of the filling quality after compaction.

IV.10 INTERVENTION E4 REHABILITATION OF STORM WATER COLLECTING SYSTEM The item covers the following activities: - procurement, transport and handling of the necessary materials; - soil excavation; - ballast layer, including material, transport spreading and compaction; - concrete preparation, transport and casting; - execution of the storm water collecting system foundation; - precast elements assembling; - mortar preparation, transport and handling; - filling the prefabricates joints; - verifications after execution in accordance to the design.

211

Part 2 Section VI.iii: Drawings Lot 4

SECTION VI.iii DRAWINGS See separate Volume VI.iii Lot 4 on DVD

212

Part 2 Section VI: Requirements Lot 5

Section VI: Requirements Lot 5 Lot 5 - Rehabilitation works for Bridge no. 08 at Borcea, on A2 km 149+680
Contents

Section VI.i Section VI.ii Section VI.iii

Bill of Quantities Specifications Drawings

213

Part 2 Section VI.i: Bill of Quantities Lot 5

SECTION VI.i BILLS OF QUANTITIES

214

Part 2 Section VI.i: Bill of Quantities Lot 5

I. PREAMBLE TO THE BILLS OF QUANTITIES The Tenderers shall price separately each Item in the Bills of Quantities (B/Q) and shall introduce the total amount of the Bills in the Summary of each works type. The total amount of these summaries will be introduced in the Grand Summary given in B/Q. The B/Q must be read with all the other Contract Documents and the Contractor shall be deemed to have thoroughly acquainted himself with the detailed descriptions of the works to be done and the way in which they are to be carried out. The whole of the works is to be executed to their true intent and meaning and to the entire satisfaction of the Engineer. I.1. QUANTITY OF ITEMS The quantities set forth against the Items in each Bill are an estimation of the quantity of each kind of the work likely to be carried out under the Contract and are given for the convenience of forming a common basis for bids. There is no guarantee to the Contractor that he will be required to carry out the quantities of work indicated under anyone particular item in the B/Q or that the quantities will not differ in magnitude from those stated in the Bills. When pricing items, reference should be made to the Conditions of Contract, the Specifications and relevant Drawings for directions and descriptions of work and materials involved. The quantities given in the B/Q are provisional, as estimated on the basis of the Plans for Approval, which have been taken as a basis for the present Tender Documents and are given to provide a common basis for Bidding. The Tenderers shall consider carefully all things included in the Tender Documentation. Comments, if any, concerning the quantities shall be made in the form of an attachment, following the system of itemization, quoting the codes and brief descriptions, as in the present documents, including the rates and prices. Except where specifically and expressly otherwise stated in the Technical Specifications or in the B/Q, the Permanent Works only shall be measured. The works shall be measured net to the dimensions shown on the Drawings or ordered in writing by the Engineer, except where otherwise specifically described or prescribed in the Contract. In adjusting extras or variations on the Contract, the work shall be measured on the same basis as that for which the quantities have been prepared and all works not specifically mentioned in the bill will be taken as included in the prices of various items. Where in the opinion of the Engineer extra works cannot be properly measured or valued, the Contractor, if so directed by the Engineer, shall carry out the work at daywork rates which shall be the rates shown in the Schedule of Daywork. All completed Daywork Sheets must be signed by the Engineer on or before the end of the week in which the work is executed. No allowance will be made for loss of materials or volume thereof during transport or compaction.

I.2. UNITS OF MEASUREMENT The calculation units used are the same as specified and allowed in the System International (SI) and used in the Technical Documentation herein. No other, but the units used in the Technical Documentation shall be used in measurements, pricing, detail drawings etc. (Any units not used in the Technical Documentation shall also be expressed in terms of the SI). Abbreviations used in the B/Q shall be interpreted as follows: Each shall mean each

215

Part 2 Section VI.i: Bill of Quantities Lot 5

Ha kg km L.S. m m2 m3 nr. nr. set P.S. ton month

shall shall shall shall shall shall shall shall shall shall shall shall

mean mean mean mean mean mean mean mean mean mean mean mean

hectare kilogram kilometre Lump Sum metre square metre cubic metre number number of sets Provisional Sum tonne (1000kg) calendar month

II. TERMS IN CONNECTION WITH PAYMENTS The method of measurement of complete work for payment shall be in accordance with Clause 12.2 of the General Conditions (Method of Measurement) unless otherwise specified in Volume III "Price Description". The Provisional Sums included and so designated in the B/Q shall be expended in accordance with Clause 13.5 of the General Conditions. . Each item in the B/Q for which payment is to be made in a lump sum, and for which no payment schedule is provided, shall be paid after the work covered by the lump sum has been completed to the full satisfaction of the Engineer. III. PRICING The prices and rates inserted in the B/Q are to be the full inclusive values of the works described under the items, including all costs and expenses which may be required in and for the construction of the Works described together with any temporary works and installations which may be necessary and all general risks, liabilities and obligations set forth or implied in the documents on which the Bid is based, but without VAT. It will be assumed that establishment charges, profit and allowances for all obligations are spread evenly over all the unit rates. Rates and prices shall be entered against each item in the B/Q. Unit prices are also deemed to include the bank charges incurred by the Contractor. In the B/Q, the rates and prices shall be entered in the appropriate columns. All rates and prices shall be quoted in EURO. Where there is no price for an item in the Bill of Quantities, this price shall be deemed to be included in the other unit rates of the Contract. IV. TAXES Subject to Romanian legislation.

216

Part 2 Section VI.i: Bill of Quantities Lot 5

GENERAL ITEMS PRICE DESCRIPTION

217

Part 2 Section VI.i: Bill of Quantities Lot 5

PRICE GI.01 ALLOW FOR ERECTION, OPERATION AND REMOVAL OF ALL CONTRACTOR'S TEMPORARY INSTALLATIONS AND FACILITIES, INCLUDING, AS NECESSARY, OFFICES, SITE LABORATORY, ACCOMMODATION, WORKSHOPS, QUARRIES, BORROW PITS, BATCHING AND BLENDING PLANTS AND RESTORING OF TEMPORARY LAND FOR BORROW PITS AND QUARRIES ETC., AS PER CONDITIONS OF CHAPTER II - GENERAL ITEMS OF THE TECHNICAL SPECIFICATIONS FOR GENERAL ITEMS

GI.01.1

DEFINITION

This description applies to the establishment by the Contractor of all temporary installations and facilities, the operation throughout the contract period and subsequent removal upon completion. GI.01.2 MEASUREMENT AND PAYMENT

Payment will be made as follows: - 30% of the lump sum upon erection and operation, at the satisfaction of the Engineer, - Thereafter, 60% of the lump sum in equal monthly payments from the Commencement Date until the expiry of the Time for Completion, for adequate compliance with the requirements, at the satisfaction of the Engineer. - The remaining 10% paid after removal of the Contractors installations and facilities and restoring of temporary land for borrow pits, quarries, etc, at the satisfaction of the Engineer.

218

Part 2 Section VI.i: Bill of Quantities Lot 5

PRICE GI.02 ALLOW FOR THE COST OF ALL INSURANCES REQUIRED UNDER THE CONDITIONS OF CONTRACT

GI.02.1 DEFINITION This description applies to the provision by the Contractor for all insurances required under the Contract. GI.02.2 MEASUREMENT AND PAYMENT

Payment will be made following approval of the insurances by the Engineer and the Employer, and submission of proof of payment of the insurance premium by the Contractor. 100% of the lump sum amount will be paid provided the Contractor has paid the total premium for the whole insurance period as required by the Contract. If the Contractor has paid an instalment of the total premium, then payment of the lump sum amount will be made in the same proportion as the instalment payment of the Contractor.

219

Part 2 Section VI.i: Bill of Quantities Lot 5

PRICE GI.03 - PROVIDE AND MAINTAIN ALL ACCESSES, TEMPORARY ROADS, STRUCTURES AND THE LIKE REQUIRED BY THE CONTRACTOR (EXCEPT AS EXPRESSLY INCLUDED ELSEWHERE IN THE BILL OF QUANTITIES) INCLUDING THEIR SUBSEQUENT REMOVAL AND REINSTATEMENT TO EXISTING CONDITIONS, AS PER ENVIRONMENTAL MINIMISATION AND OWNERS REQUIREMENTS

GI.03.1 DEFINITION This description applies to the provision and maintenance by the Contractor of all required accesses, temporary roads, structures and the like, including their subsequent removal and reinstatement to existing conditions, as per environmental minimisation and owners requirements, in accordance with Technical Specifications Clause II.1.3 of the General Items. GI.03.2 MEASUREMENT AND PAYMENT

Payment will be made monthly, from the Commencement Date until the expiry of the Time for Completion, for adequate compliance with the requirements, at the satisfaction of the Engineer.

220

Part 2 Section VI.i: Bill of Quantities Lot 5

PRICE GI.04 ALLOW FOR PAYMENT OF DIVERSION OR REMOVAL OF UTILITY SERVICES

GI.04.1 DEFINITION This description applies of all measures to provide for design, diversion or removal of utility services, in accordance with Technical Specifications Clause II.1.4. of the General Items. It does not apply to protection measures taken by the Contractor in accordance with the same clause. GI.04.2 MEASUREMENT AND PAYMENT

Payment will be made as reimbursement of actually incurred expenditures for services and works performed at the satisfaction of the Engineer, including the percentage stated in the Appendix to Tender.

221

Part 2 Section VI.i: Bill of Quantities Lot 5

PRICE GI.05 - PROVIDE POLLUTION MEASUREMENTS DURING THE CONSTRUCTION PERIOD

GI.05.1 DEFINITION This description applies to the provision of pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7 of the General Items, during the construction period.

GI.05.2

MEASUREMENT AND PAYMENT

Payment will be made monthly, from the Commencement Date until the expiry of the Time for Completion, provided measurements have been performed and reports submitted to the satisfaction of the Engineer.

222

Part 2 Section VI.i: Bill of Quantities Lot 5

PRICE GI.06 - PROVIDE POLLUTION MEASUREMENTS DURING THE DEFECTS NOTIFICATION PERIODS

GI.06.1

DEFINITION

This description applies to the provision of pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7 of the General Items, during the defects notification periods. GI.06.2 MEASUREMENT AND PAYMENT Payment will be made monthly, during the Defects Notification Period, provided measurements have been performed and reports submitted to the satisfaction of the Engineer.

223

Part 2 Section VI.i: Bill of Quantities Lot 5

PRICE GI.07 - ALLOW FOR THE PROVISION OF A GENERAL TRAFFIC MANAGEMENT PLAN

GI.07.1

DEFINITION

This description applies to the provision by the Contractor of a Traffic Management Plan in accordance with Technical Specifications Clause II.1.8 of the General Items.

GI.07.2

MEASUREMENT AND PAYMENT

Payment of 100% of the lump sum amount will be made in the first Interim Payment Certificate after the Traffic Management Plan has been approved by all the relevant authorities (General Police Department, Employer, local Police Branch and Engineer).

224

Part 2 Section VI.i: Bill of Quantities Lot 5

PRICE GI.08 - IMPLEMENTATION OF THE GENERAL TRAFFIC MANAGEMENT PLAN, INCLUDING ROAD SIGNALS TO BE PROVIDED DURING THE EXECUTION OF WORKS, MEASURES FOR TRAFFIC SAFETY AND TRAFFIC MONITORING ON DAYLIGHT/DARK HOURS OR ANY OTHER WEATHER CONDITIONS IN ORDER TO ENSURE A SAFETY TRAFFIC ON BOTH THE WORKING AREAS AND THE WHOLE ROUTE WHILE THE CONTRACTOR IS IN POSSESSION OF SITE

GI.08.1

DEFINITION

This description applies to the implementation of the Contractors Traffic Management Plan, including road signals to be provided during the execution of works, measures for traffic safety and traffic monitoring on daylight/dark hours or any other weather conditions in order to ensure a safety traffic on both the working areas and the whole route while the contractor is in possession of site, in accordance with Technical Specifications Clause II.1.8 of the General Items.

GI.08.2

MEASUREMENT AND PAYMENT

Payment will be made monthly, from the Commencement Date until the expiry of the Time for Completion, provided the traffic management plan has actually been implemented to the satisfaction of the Engineer.

225

Part 2 Section VI.i: Bill of Quantities Lot 5

PRICE GI.09 - MAINTENANCE DONE BY THE CONTRACTOR

GI.09.1 DEFINITION This description applies to the usual maintenance carried out by the Contractor throughout the contract period, in accordance with Technical Specifications Clause II.1.9 of the General Items. GI.09.2 MEASUREMENT AND PAYMENT

Payment will be made monthly, from the Commencement Date until the expiry of the Time for Completion, provided maintenance has actually been performed, to the satisfaction of the Engineer.

226

Part 2 Section VI.i: Bill of Quantities Lot 5

PRICE GI.10 - PROVIDE ALL AS BUILT DRAWINGS AND ALL THE RECORDS TAKEN DURING THE CONSTRUCTION OF THE WORKS, NECESSARY FOR THE CONSTITUTION OF THE CONSTRUCTION BOOK AS PER ROMANIAN REQUIREMENTS AT THE END OF THE WORKS

GI.10.1 DEFINITION This description applies to the provision by the Contractor of all as built drawings, records and documents for the Construction Book, at the completion of the Works in accordance with Technical Specifications Clause II.1.11 of the General Items. GI.10.2 MEASUREMENT AND PAYMENT

50% of the lump sum to be paid upon submission by the Contractor of all as built drawings, records and documents. 50% of the lump sum upon approval by the Engineer of all as built drawings, records and documents.

227

Part 2 Section VI.i: Bill of Quantities Lot 5

PRICE GI.11 - DESIGN, ERECT, MAINTAIN AND REMOVE PROJECT IDENTIFICATION BILLBOARDS

GI.11.1

DEFINITION

This description applies to the design, preparation, manufacturing, erection, maintenance and removal of Project Identification Billboards in accordance with Technical Specifications Clause II.1.12 of the General Items. GI.11.2 MEASUREMENT AND PAYMENT

Payment of 60% of the unit price of a billboard will be made in the first Interim Payment Certificate after the related billboard has been erected at the satisfaction of the Engineer. Payment of the remaining 40% for each billboard will be made after the related billboard has been removed from the site, no later than 6 months after the completion of the works, having been properly maintained during the entire construction period at the satisfaction of the Engineer.

228

Part 2 Section VI.i: Bill of Quantities Lot 5

PRICE GI.12 - ALLOW FOR THE PROVISION OF A QUALITY MANAGEMENT SYSTEM

GI.12.1 DEFINITION This description applies to the provision by the Contractor of a Quality Management System in accordance with Technical Specifications Clause II.2 of the General Items.

GI.12.2 MEASUREMENT AND PAYMENT Payment will be made as follows: 35% of the lump sum upon approval of the Quality Management System by the Engineer. Thereafter, equal monthly instalments of the lump sum from the Commencement Date until the expiry of the Time for Completion, for compliance with the requirements, at the satisfaction of the Engineer.

229

Part 2 Section VI.i: Bill of Quantities Lot 5

PRICE GI.13 - ALLOW FOR TESTING INCLUDING ALL COSTS OF CONTRACTOR'S OR ANOTHER AUTHORISED LABORATORY AND EQUIPMENTS AND OF SUPPLYING SAMPLES, AS REQUESTED BY THE ENGINEER

GI.13.1 DEFINITION This description applies to the testing and sampling of all materials requested by the Engineer, including all costs of Contractors or another authorised laboratory and equipments, and of supplying samples, as requested by the Engineer, in accordance with Technical Specifications Clause II.2.2 of the General Items, subject to the provisions of Clause 7.4 of the Conditions of Contract.

GI.13.2

MEASUREMENT AND PAYMENT

Payment will be made as reimbursement of actually incurred expenditures for services, supplies and works performed at the satisfaction of the Engineer, including the percentage stated in the Appendix to Tender.

230

Part 2 Section VI.i: Bill of Quantities Lot 5

PRICE GI.14 - ALLOW FOR THE PERFORMANCE OF A DETAILED TOPOGRAPHIC SURVEY

GI.14.1 DEFINITION This description applies to the performance of a complete and comprehensive topographic survey, in accordance with Technical Specifications Clause II.3 of the General Items.

GI.14.2

MEASUREMENT AND PAYMENT

Payment of 100% of the lump sum amount will be made in the first Interim Payment Certificate after a complete and detailed report has been issued by the Contractor and approved by the Engineer.

231

Part 2 Section VI.i: Bill of Quantities Lot 5

PRICE GI.15 - EVERY MONTH, TAKE SITE PROGRESS PHOTOGRAPHS

GI.15.1 DEFINITION The Contractors obligations are defined in the Technical Specifications Clause II.4.1 of the General Items.

GI.15.2

MEASUREMENT AND PAYMENT

The Payment will be made monthly, included in the monthly certificate successive to the effective receiving of the documentation by the Engineer, at the satisfaction of the Engineer.

232

Part 2 Section VI.i: Bill of Quantities Lot 5

PRICES GI.16, GI17, GI.18 - PROVIDE FOR THE USE OF LABOUR, MATERIALS, EQUIPMENT AS INSTRUCTED BY THE ENGINEER AS DAYWORKS.

GI.16, GI17, GI.18 DEFINITION The Contractors obligations are defined in the Technical Specifications Clause II.1.13 of the General Items.

GI.16, GI17, GI.18

MEASUREMENT AND PAYMENT

Payments will be made after dayworks are instructed by the Engineer, included in the interim payment certificate successive to the receiving of the completed Daywork Sheets dully signed by the Engineer, at the satisfaction of the Engineer.

233

Part 2 Section VI.i: Bill of Quantities Lot 5

PRICE GI.19 - PROVIDE FOR AUTHORIZED TRANSLATION OF THE DOCUMENTS FORMING THE CONTRACT

GI.19.1

DEFINITION

The Contractors obligations are defined in the Technical Specifications Clause II.4.2 of the General Items.

GI.19.2

MEASUREMENT AND PAYMENT

100% of the Lump Sum to be paid upon deliverance by the Contractor to the Client of 1 (one) original and 2 (two) copies of the said translation stamped by an Authorized Translator.

234

Part 2 Section VI.i: Bill of Quantities Lot 5

PRICE GI.20 - ALLOW FOR THE PAYMENT OF TOLLS IN THE TOLLING STATION AT THE BRIDGE NO. 8 (BORCEA) FOR THE CONTRACTOR VEHICLES INCLUDING THOSE OF THE SUB-CONTRACTORS, EMPLOYEES, AGENTS, ETC) USED IN THE PURPOSE OF THE WORKS

GI.20.1 DEFINITION This description applies to the payment of tolls at the tolling station at bridge no. 08 (Borcea), for the Contractor vehicles, including those of the Sub-Contractors, employees, agents, etc) used in the purpose of the works.

GI.20.2

MEASUREMENT AND PAYMENT

Payment will be made monthly, from the Commencement Date until the expiry of the Time for Completion.

235

Part 2 Section VI.i: Bill of Quantities Lot 5

Lot 5 Rehabilitation works for Bridge no. 08 at Borcea, on A2 km 149+680 Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR

SUMMARY OF BILLS OF QUANTITIES

Bill no. GENERAL ITEMS A of which Provisional Sums 1 1.A 1.B 1.C 1.D 1.E

BILL

TOTAL (EURO)

120,000

Rehabilitation works for Bridge no. 08 at Borcea, on A2 km 149+680 Road finishes & equipment Pavements Concrete repair Steel works Earthworks [1] TOTAL WORKS [2] TOTAL WORKS WITHOUT PROVISIONAL SUMS [3] CONTINGENCIES (10% out of total works without provisional sums) CONTRACT PRICE ([1] + [3])

236

Part 2 Section VI.i: Bill of Quantities Lot 5

Lot 5 Rehabilitation works for Bridge no. 08 at Borcea, on A2 km 149+680 Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR Bill A: No. Crt. 0 GENERAL ITEMS Unit Price in Euro 5 Total in Euro 6

Item 1

DESCRIPTION 2 Allow for erection, operation and removal of all Contractor's temporary installations and facilities, including, as necessary, offices, site laboratory, accommodation, workshops, quarries, borrow pits, batching and blending plants and restoring of temporary land for borrow pits and quarries etc., as per conditions of Chapter II - General Items of the Technical Specifications for General Items. Allow for the cost of all insurances required under the Conditions of Contract Provide and maintain all accesses, temporary roads, structures and the like required by the Contractor (except as expressly included elsewhere in the Bill of Quantities) including their subsequent removal and reinstatement to existing conditions, as per environmental minimisation and owners requirements, in accordance with Technical Specifications Clause ll.1.3 of the General Items Allow for payment of diversion or removal of utility Services in accordance with Technical Specifications Clause II.1.4. of the General Items, including the percentage stated in the Appendix to Tender. Provide pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7. of the General Items, during the construction period. Provide pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7. of the General Items, during the defects notification periods. Allow for the provision of a general traffic management plan in accordance with Technical Specifications Clause II.1.8. of the General Items.

Unit 3

Quantity 4

GI.01

L.S.

GI.02

L.S.

GI.03

month

24

GI.04

P.S.

30,000

30,000

GI.05

month

24

GI.06

month

24

GI.07

L.S.

237

Part 2 Section VI.i: Bill of Quantities Lot 5

GI.08

GI.09

10

GI.10

11

GI.11

12

GI.12

13

GI.13

14

GI.14

15

GI.15

16

GI.16

17

GI.17

18

GI.18

Implementation of the general traffic management plan, including road signals to be provided during the execution of works, measures for traffic safety and traffic monitoring on daylight/dark hours or any other weather conditions in order to ensure a safety traffic on both the working areas and the whole route while the contractor is in possession of site, in accordance with Technical Specifications Clause II.1.8. of the General Items Maintenance done by the Contractor in accordance with Technical Specifications Clause II.1.9. of the General Items. Provide all as built drawings and all the records taken during the construction of the works, necessary for the constitution of the Construction Book as per Romanian requirements, at the end of the Works according with Technical Specifications Clause II.1.11. of the General Items. Design, erect, maintain and remove Project Identification Billboards in accordance with Technical Specifications Clause II.1.12. of the General Items Allow for the provision of a quality management system in accordance with Technical Specifications Clause II.2. of the General Items. Allow for testing including all costs of Contractor's or another authorised laboratory and equipments and of supplying samples, as requested by the Engineer, in accordance with Technical Specifications Clause II.2.2 of the General Items, including the percentage stated in the Appendix to Tender. Allow for the performance of a detailed topographic survey in accordance with Technical Specifications Clause II.3 of the General Items Every month take Site progress photographs as specified by the Engineer and submit proofs and CDs to the Engineer, in accordance with Technical Specifications Clause II.4.1. of the General Items. Provide for the use of labour as instructed by the Engineer as Dayworks, in accordance with Technical Specifications Clause II.1.13. of the General Items. Provide for use of materials instructed by the Engineer as Dayworks, in accordance with Technical Specifications Clause II.1.13. of the General Items. Provide for use of equipment instructed by the Engineer as Dayworks, in accordance with Technical Specifications Clause

month

24

month

24

L.S.

no.

L.S.

P.S.

15,000

15,000

L.S.

month

24

P.S.

20,000

20,000

P.S.

30,000

30,000

P.S.

25,000

25,000

238

Part 2 Section VI.i: Bill of Quantities Lot 5

II.1.13. of the General Items. Provide for authorized translation of the documents forming the Contract in L.S. accordance with Technical Specifications Clause II.4.2. of the General Items Allow for the payment of tolls in the tolling station at the bridge no. 8 (Borcea) for the Contractor vehicles (including those of the month Sub-contractors, employees, agents, etc) used in the purpose of the Works The Contractor shall describe hereunder (inserting any relevant Specification or Contract clause number) and price any other works or obligations which may be referred to in the Contract and for which L.S. he wishes to insert a separate charge. The charge shall be carried to the column Total. If no separate charge is made hereunder then the rates inserted in the BoQ shall be held as covering all expenses for such works or obligations. Total transferred to Summary of Bills of Quantities

19

GI.19

20

GI.20

24

21

GI.21

Notes: a) b) c) d) e) All Specification Clauses refer to the General Items specifications (Volume 3 of Tender Documents); This Bill of Quantities contains 21 articles; The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; The Bidder is responsible for the values in columns 5 and 6; The quantities from column 4 are refering to the entire project.

EMPLOYER

BIDDER

239

Part 2 Section VI.i: Bill of Quantities Lot 5

Lot 5 Rehabilitation works for Bridge no. 08 at Borcea, on A2 km 149+680 Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR DAYWORKS: Appendix of GI 16 of bill A - "GENERAL ITEM" Unit Price in Euro 5 Total in Euro 6 LABOUR

No. 0 1 2 3 4 5

item 1 D100 D101 D106 D107 D111

DESCRIPTION 2 UNSKILLED LABOURER SKILLED LABOURER VEHICLE DRIVER CRANE OPERATOR FOREMAN

units 3 h h h h h

quantity 4

Total transferred to GI 16 Notes: a) b) c) d) This Bill of Quantities contains 5 articles; The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; The Bidder is responsible for the values in columns 5 and 6; The quantities from column 4 are refering to the entire project.

EMPLOYER

BIDDER

240

Part 2 Section VI.i: Bill of Quantities Lot 5

Lot 5 Rehabilitation works for Bridge no. 08 at Borcea, on A2 km 149+680 Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR DAYWORKS: Appendix of GI 17 of bill A - "GENERAL ITEM" Total in Euro 6 MATERIALS

No. 0 1 2 3 4 5 6 7 8

item 1 D200 D201 D202 D203 D204 D205 D206 D209

DESCRIPTION 2 ORDINARY PORTLAND CEMENT OB 37 REINFORCEMENT WITH DIAMETER UP TO 16MM OB 37 REINFORCEMENT WITH DIAMETER OVER 16MM PC 52 REINFORCEMENT WITH DIAMETER UP TO 16MM PC 52 REINFORCEMENT WITH DIAMETER OVER 16MM SAND (FINE AGGREGATE FOR CONCRETE) GRAVEL (COARSE AGGREGATE FOR CONCRETE) CRUSHED ROCK BASE MATERIAL

units 3 ton ton ton ton ton m m m


3

quantity 4

Unit Price in Euro 5

3 3

Total transferred to GI 17 Notes: a) b) c) d) This Bill of Quantities contains 8 articles; The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; The Bidder is responsible for the values in columns 5 and 6; The quantities from column 4 are refering to the entire project.

EMPLOYER

BIDDER

241

Part 2 Section VI.i: Bill of Quantities Lot 5

Lot 5 Rehabilitation works for Bridge no. 08 at Borcea, on A2 km 149+680 Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR DAYWORKS: Appendix of GI 18 of bill A - "GENERAL ITEM" quant ity 4 Unit Price in Euro 5 Total in Euro 6 EQUIPMENTS

No. 0 1 2 3 4 5 6 7 8 9 10 11 12

item 1 D302 D303 D305 D307 D308 D309 D310 D311 D312 D313 D316 D319

DESCRIPTION 2 EXCAVATOR 0.5-1.0 MC PNEUMATIC TYRED ROLLER 10-15 TO SMOOTH WHEEL ROLLER 1012 T HAND GUIDED VIBRATING ROLLER FRONT LOADER 1.0-1.5 CU.M FRONT LOADER 1.5-2.0 CU.M TRUCK 5-7 T CARYING CAPACITY TIPPER TRUCK 8-12 T TIPPER TRUCK 12-16 T CONCRETE MIXER 5.5 CUM CRANE 28 TO LIGHT VAN

units 3 h h h h h h h h h h h h

Total transferred to GI 18 Notes: a) b) c) d) This Bill of Quantities contains 12 articles; The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; The Bidder is responsible for the values in columns 5 and 6; The quantities from column 4 are refering to the entire project.

EMPLOYER

BIDDER

242

Part 2 Section VI.i: Bill of Quantities Lot 5

Lot 5 Rehabilitation works for Bridge no. 08 at Borcea, on A2 km 149+680 Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR BILL No. 1 Works No. 0 1 item 1 254 DESCRIPTION 2 Surface preparation and cleaning by power tool cleaning (SSPC-SP3), including containment and transport of the removal material to an approved dump area Parapet 1,60 m2/m 2 A1 Painting of pedestrian parapet 259 Application on steel surface of an epoxy one coat Parapet 1,60 m2/m 260 Application on steel surface of a top coat protective finish based on resin poliuretaniche Parapet 1,60 m2/m 4 Guard rail replaceme nt 195/b Removal of all metallic guardrail elements, including loading and transport of the material resulting from the demolition to an approved dump area Supply and placement of all metallic guardrail elements with at least two beams and 1,5m height, including galvanization e other necessary work costs in accordance with design Supply and placement of metallic slabs, including weldings, sand blasting and anti-corrosion painting m 3300.00 m2 2000.00 m2 2000.00 units 3 quantity 4 Unit Price in Euro 5 Total in Euro 6

m2

2000.00

A3

264/b

3300.00

255

kg

10967.52

243

Part 2 Section VI.i: Bill of Quantities Lot 5

No. 0

item 1

DESCRIPTION 2 Supply and placement of a fiberglass-polyester reinforced electric cabinet with the following apparatus: 1 circuit breaker 4 pole 63A 10kA; 1 fuseholder 3 pole + N 2 A; 3 red pilot light; 1 twilight switch; 1 time switch; 1 by-pass circuit; 1 contactor 4 pole 32 A with 230 V coil; 4 circuit breaker 4 pole 20 A 10 kA Supply and placement of monopole cable in isolated copper in rubber G7 , protected by PVC, with flexible conductors,for fixed laying, designated FG7R 0,6/1KV, Comprehensive of terminals, conductors and them connection; the canalization and the supports are excluded; of the section: 1x6mm2 Supply and placement of monopole cable in isolated copper in rubber G7 , protected by PVC, with flexible conductors,for fixed laying, designated FG7R 0,6/1KV, Comprehensive of terminals, conductors and them connection; the canalization and the supports are excluded; of the section: 1x6mm2 Supply and placement of monopole cable in isolated copper in rubber G7 , protected by PVC, with flexible conductors,for fixed laying, designated FG7R 0,6/1KV, Comprehensive of terminals, conductors and them connection; the canalization and the supports are excluded; of the section: 1x6mm2 Supply and placement of monopole cable in isolated copper in rubber G7 , protected by PVC, with flexible conductors,for fixed laying, designated FG7R 0,6/1KV, Comprehensive of terminals, conductors and them connection; the canalization and the supports are excluded; of the section: 2x2,5mm2

units 3

quantity 4

Unit Price in Euro 5

Total in Euro 6

NP ILL 1

pc

D02.03.001d

1,700

A4

Electrical equipment replaceme nt

D02.04.001.a

4,100

10

D02.04.001.b

5,200

11

D02.03.002b

900

244

Part 2 Section VI.i: Bill of Quantities Lot 5

No. 0

item 1

DESCRIPTION 2 Supply and placement of cylindrical-conical pole model POLESTAR 12mt above round level, which has the cylindrical section at the base with a length of not less than 2300 mm. The poles are derived from an ERW normalized pipe suitable for hot-rolling which is made of killed steel of the S275JR type according to the EN 10025 (previously FE 430) standard.On the pole are forecast all the following workings and elements: .Cable input slot 186 x 46 mm; .Junction box slot 186 x 46 mm suitable for a steel door of flush pole type, complete with antivandalism closing; .Earthing supports device and the electrical equipment located inside the slot; .Junction box model Conchiglia MVE 416/1 or similar; .An aluminium sphere 76 mm is installed on the pole top (on request). .Miletus 200 bracket made of steel S235 JR; .Luminarie Lumada class II for lamp SAP 250W including all necessary work costs and accessories to conclude the work in accordance with design Supply and placement of Miletus 200 bracket made of steel S235 JR with luminaire Lumada class II for lamp SAP 250W anchored with a steel plate, including all necessary work costs and accessories to conclude the work in accordance with design. Supply and placement of an high pressure sodium vapor lamp with the following characteristics: EDISON fixing, a color temperature of around 2000 K and a color rendering index(CRI) of 25; 15000 hours of minimal life, 250W of power.

units 3

quantity 4

Unit Price in Euro 5

Total in Euro 6

12

NP ILL 2

pc

42

13

NP ILL 5

pc

26

14

D06.12.026.c

pc

68

245

Part 2 Section VI.i: Bill of Quantities Lot 5

No. 0

item 1

DESCRIPTION 2 Supply and placement of a pond derivation joint in casting resin for extruded isolated cables up to 1 kV constituted by mitten in rubber in unique piece closed by stainless steel tongs , bicompound epoxy resin in container for electric isolation and mechanical protection of the connections up to sections of 6-10mm. Supply and placement of a pond derivation joint in casting resin for extruded isolated cables up to 1 kV constituted by mitten in rubber in unique piece closed by stainless steel tongs , bicompound epoxy resin in container for electric isolation and mechanical protection of the connections up to sections of 16-25mm. Supply and placement of a rectangular pull box in sheet moulded compound (SMC), with IP55 protection degree, with dimensions 98x188x51mm, with 16mm2 junction box Supply and placement of flexible pipes in high-density polyethilene with a 750N smashing resistence, a 100MV proofing resistence like CEI EN 50086 specification, inside of an appropried excavation of a nominal depth of 50 cm or concrete precast, of 110mm external diameter. Supply and placement of photoelectric control by-pass switch, for command of road illumination ciurcuit with threshold of intervention between 1 and 100 luxes, it will have to switch on or switch off, accordingly, the illumination syatem, and it will have to be endowed with the function intervention delay, both to the lighting and to the turning off, in accorndance with design.

units 3

quantity 4

Unit Price in Euro 5

Total in Euro 6

15

D12.05.002.a.02

pc

26

16

D12.05.002.a.03

pc

42

17

NP ILL 8

pc

26

18

B02.01.007.a.01

3,600

19

D13.01.062

cad

246

Part 2 Section VI.i: Bill of Quantities Lot 5

No. 0

item 1

DESCRIPTION 2 Supply and placement of a steel clamp for support lighting poles on viaducts, composed by cylinder ligthing pole container of h=1m and internal diameter of 200mm, closed with support pole transverse, with three bolts of 18mm diameter , including of 4 anchorage plates in bars from 80x6mm, everything galvanized and place in work with chemical anchorages, including all necessary work costs and accessories to finish the work in accordance with design. Lighting pole removal, including all necessary works, luminaire and all electric acessories removal, loading and transport of the removal material to an approved dump area. Lighting pole removal, including all necessary works, luminaire and all electric acessories removal, loading and transport of the removal material to an approved dump area. Supply and placement of concrete cover to precast concrete box. Removal of walkway metallic slabs, excluding loading and trasport costs Loading and transport of the material resulting from the demolition to an approved dump area Supply and placement of pedestrian adequate metallic slabs, including weldings, sand blasting and anti-corrosion painting Total A

units 3

quantity 4

Unit Price in Euro 5

Total in Euro 6

20

D12.01.003.d

Kg 21 15.08.0580.001

600

pc

12

22 23 24 25 26 A5 Walkway slab substitutio n

15.08.0580.002 E02.01.011.c B01.04.007 A03.03.004.b 255

pc pc m m3 kg

12 68 1266.00 25.32 198762.00

Pavements

247

Part 2 Section VI.i: Bill of Quantities Lot 5

No. 0 27

item 1 D.18

DESCRIPTION 2 Scarifying and removing the existing bituminous surface, including transport of the removal material to an approved dump area and other necessary work costs in accordance with design Waterproofing execution with modified bitumen and a polyester coat Supply and placement of an adequate binder asphalt layer of 6 cm, including other necessary work costs in accordance with design Supply and placement of an adequate draining wearing course layer of 4 cm, including surface preparation applying a primer coat of bitumen emulsion and other necessary work costs in accordance with design Horizontal marking Supply of 15MPa Rck concrete, including all necessary work costs in accordance with design Supply and placement of pvc drain pipes with 1,5m and related grids, including anchorage and finish works to ensure waterproofing Scarifying and removing the existing bituminous or concrete surface, including transport of the removal material to an approved dump area and other necessary work costs in accordance with design Waterproofing execution with modified bitumen and a

units 3 m2*cm

quantity 4 155925.00

Unit Price in Euro 5

Total in Euro 6

28 Roadway pavement and waterproof ing replaceme nt

B.6.17

m2

17325.00

29

B1

107

m2

17325.00

30 31 32

D.20 D.20.m B.3.11.a

m2 kme m3

17325.00 4.40 866.25

33

B2

Roadway superficial drainage rehabilitati on Walkway pavement replaceme nt

252

pc

75.00

34 35

D.18 B.6.17

m2*cm m2

2600.00 950.00

B3

248

Part 2 Section VI.i: Bill of Quantities Lot 5

No. 0

item 1 polyester coat

DESCRIPTION 2 Controlled demolition of cementitious conglomerate, including all necessary work costs in accordance with design. Supply and placement on the walkways of precast concrete slabs at least with 35MPa Rck and Feb44 steel, thickness between 5 and 8 cm,with smooth surface, including all necessary work costs in accordance with design Supply and placement of an walkway bituminous conglomerate layer of at least 2 cm, including all necessary work costs in accordance with design Removal of existing expansion joints and related devices, including loading and transport of the material resulting from the demolition to an approved dump area Supply and placement of an expansion joints RAN series, type 50, allow for movement up to +/- 25mm or similar and all related materials Supply and placement of an expansion joints GP series, type 50, allow for movement up to +/- 25mm or similar and all related materials Supply and placement of an expansion joints GP series, type 150, allow for movement up to +/- 75mm or similar and all related materials Total B

units 3

quantity 4

Unit Price in Euro 5

Total in Euro 6

36

235/a

m3

282.00

37

B.4.16

m2

1300.00

38

112

m2

1300.00

39

A.3.14

275.60

40 B4 41

Expansion joints replaceme nt

NP 01

233.20

NP 02

21.20

42

NP 03

21.20

Concrete repair

249

Part 2 Section VI.i: Bill of Quantities Lot 5

No. 0 43

item 1 NP 07

DESCRIPTION 2 Concrete sand blast cleaning to prepare the surface for receiving protective materials Overhang underdeck slab Transverse beam Underdeck slab

units 3

quantity 4

Unit Price in Euro 5

Total in Euro 6

m2 m2 m2

3300.00 6771.60 9900.00 19971.60

44

NP 08

Concrete water washing with 1500 psi of pressure to prepare the surface for receiving protective materials Overhang underdeck slab Transverse beam Underdeck slab Overdeck slab m2 m2 m2 m2 3300.00 7128.00 9900.00 495.00 20823.00

C1

Deck slab repair

45

NP 09

Supply and placement of a epoxy resin primer coat like MASTERSEAL PRIMER PU (BASF) or similar Overhang underdeck slab Transverse beam Underdeck slab Overdeck slab m2 m2 m2 m2 3300.00 7128.00 9900.00 495.00 20823.00

46

NP 10

Supply and placement of a polyurethane resin protective coat like MASTERSEAL FORMULA PU (BASF) or similar

250

Part 2 Section VI.i: Bill of Quantities Lot 5

No. 0

item 1

DESCRIPTION 2 Overhang underdeck slab Transverse beam Underdeck slab Overdeck slab

units 3 m2 m2 m2 m2

quantity 4 3300.00 7128.00 9900.00 495.00 20823.00

Unit Price in Euro 5

Total in Euro 6

47

Rent of a lifting platform h h 6990.06 595.98 7586.04 Surface preparation and concrete removal (4cm) by means of hight pressure hydrodemolition (30000 psi) being atention with reinforcing steel including loading and transport of the material resulting from the demolition to an approved dump area and all necessary work costs in accordance with design Transverse beam Overdeck slab m2 m2 356.40 495.00 851.40

48

NP 11

49

NP 12

Supply and placement over reinforcing steel of a coat of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP (BASF) or

251

Part 2 Section VI.i: Bill of Quantities Lot 5

No. 0

item 1 similar Transverse beam Overdeck slab

DESCRIPTION 2

units 3 m m

quantity 4 3564.00 4950.00 8514.00

Unit Price in Euro 5

Total in Euro 6

50

NP 13

Supply and placement of 4 cm of a ready-mixed air-cured thixotropic cementitious mortar with restrained expansion, fibre-reinforced with flexible inorganic fibres,like EMACO FORMULA TIXOFIBER (BASF) or similar Transverse beam Overdeck slab Concrete sand blast cleaning to prepare the surface for receiving protective materials Concrete water washing with 1500 psi of pressure to prepare the surface for receiving protective materials Supply and placement of a epoxy resin primer coat like MASTERSEAL PRIMER PU (BASF) or similar Supply and placement of a polyurethane resin protective coat like MASTERSEAL FORMULA PU (BASF) or similar Supply and placement of temporary framework. dm3 dm3 14256.00 19800.00 34056.00 26763.00

51

NP 07

m2

52 C2 53 Prestresse d concrete beams repair

NP 08

m2

26763.00

NP 09

m2

26763.00

54 55

NP 10 b.1.168

m2 m2

26763.00 48000.00

252

Part 2 Section VI.i: Bill of Quantities Lot 5

No. 0

item 1

DESCRIPTION 2

units 3

quantity 4

Unit Price in Euro 5

Total in Euro 6

56

NP 07

Concrete sand blast cleaning to prepare the surface for receiving protective materials Concrete water washing with 1500 psi of pressure to prepare the surface for receiving protective materials Supply and placement of a epoxy resin primer coat like MASTERSEAL PRIMER PU (BASF) or similar Supply and placement of a polyurethane resin protective coat like MASTERSEAL FORMULA PU (BASF) or similar Rent of a lifting platform

m2

2090.00

57

NP 08

m2

2090.00

58 Pier caps concrete repair

NP 09

m2

2090.00

59 60

C3

NP 10 2

m2

2090.00

h h Time to C6 Intervention h

731.50 73.15 768.08 804.65

61

NP 11

Surface preparation and concrete removal (4cm) by means of

m2

104.50

253

Part 2 Section VI.i: Bill of Quantities Lot 5

No. 0

item 1

DESCRIPTION 2 hight pressure hydrodemolition (30000 psi) being atention with reinforcing steel including loading and transport of the material resulting from the demolition to an approved dump area and all necessary work costs in accordance with design Supply and placement over reinforcing steel of a coat of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP (BASF) or similar Supply and placement of 4 cm of a ready-mixed air-cured thixotropic cementitious mortar with restrained expansion, fibre-reinforced with flexible inorganic fibres,like EMACO FORMULA TIXOFIBER (BASF) or similar Concrete sand blast cleaning to prepare the surface for receiving protective materials Concrete water washing with 1500 psi of pressure to prepare the surface for receiving protective materials Supply and placement of a epoxy resin primer coat like MASTERSEAL PRIMER PU (BASF) or similar Supply and placement of a polyurethane resin protective coat like MASTERSEAL FORMULA PU (BASF) or similar Rent of a lifting platform

units 3

quantity 4

Unit Price in Euro 5

Total in Euro 6

62

NP 12

1045.00

63

NP 13

dm3

4180.00

64

NP 07

m2

3168.00

65 66 Piers concrete repair

NP 08 NP 09

m2 m2

3168.00 3168.00

C4

67

NP 10 2

m2

3168.00

68

h h

1108.80 110.88

254

Part 2 Section VI.i: Bill of Quantities Lot 5

No. 0

item 1

DESCRIPTION 2

units 3

quantity 4 1219.68

Unit Price in Euro 5

Total in Euro 6

69

NP 11

Surface preparation and concrete removal (4cm) by means of hight pressure hydrodemolition (30000 psi) being atention with reinforcing steel including loading and transport of the material resulting from the demolition to an approved dump area and all necessary work costs in accordance with design Supply and placement over reinforcing steel of a coat of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP (BASF) or similar Supply and placement of 4 cm of a ready-mixed air-cured thixotropic cementitious mortar with restrained expansion, fibre-reinforced with flexible inorganic fibres,like EMACO FORMULA TIXOFIBER (BASF) or similar Supply and placement of carbon reinforced transverse straps like Mbrace Fiber High Modulus (first layer) on concrete structures, including surface preparation and epoxy adhesive application, excluding temporary framework costs. Supply and placement of CFRP laminates like Mbrace Laminate LM 10/1,4 on concrete structures, including surface preparation and epoxy adhesive application, excluding temporary framework costs. Total C

m2

158.40

70

NP 12

1584.00

71

NP 13

dm3

6336.00

72 C6 73 Structural strengthen ing

NP 14a

m2

2857.92

NP 14c

9600.00

Steel works

255

Part 2 Section VI.i: Bill of Quantities Lot 5

No. 0

item 1

DESCRIPTION 2 Anti-Corrosion treatment and painting of steel structures, including temporary framework costs and all necessary work costs in accordance with design. Work Sequence: -Power tool cleaning to bare metal (SSPC-SP11) in areas demonstrating a higher tendency to corrode and high pressure waterjetting (SSPC-SP12) 30000 psi in all surface, with containment; -Application of a 80 micron primer coat of a zinc-rich primer; -Application of a 100 micron zinc epoxy one coat; -Application of a 60 micron top coat protective finish based on resin polyurethane

units 3

quantity 4

Unit Price in Euro 5

Total in Euro 6

74

D1

Overcoati ng of steel structures

NP 17

m2

62100.00

75

D3

Strengthe n of anchor bolts

lump NP 19 Strengthening of anchor bolts sum 254 Surface preparation and cleaning by power tool cleaning (SSPC-SP3), including containment and transport of the removal material to an approved dump area Application on steel surface of an epoxy one coat Application on steel surface of a top coat protective finish based on resin poliuretaniche Total D m2 300.00 1.00

76 D4/ 1 Rehabilitat ion of inspection gantry and rails

77 78

259 260

m2 m2

300.00 300.00

E 79 E5 River bank 465

Earthworks Excavation of soil of any lenght or nature and soil levelling, m3 2415.00

256

Part 2 Section VI.i: Bill of Quantities Lot 5

No. 0

item 1 improvem ent

DESCRIPTION 2 including loading and transport of the material resulting from the demolition to an approved dump area 75 Supply and placement of river gabion mattresses filled with stones, including all necessary work costs in accordance with design Supply and placement of natural stones on 2nd category reef. Total E

units 3

quantity 4

Unit Price in Euro 5

Total in Euro 6

80

m3

108.00

81

E.3.01

ton

3301.20

Total transferred to Summary of Bills of Quantities = A+B+C+D+E Notes: a) This Bill of Quantities contains 81 articles; b) The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; c) The Bidder is responsible for the values in columns 5 and 6; d) The quantities from column 4 are refering to this bridge.

EMPLOYER

BIDDER

257

Part 2 Section VI.ii: Specifications Lot 5

SECTION VI.ii SPECIFICATIONS

258

Part 2 Section VI.ii: Specifications Lot 5

General Items

259

Part 2 Section VI.ii: Specifications Lot 5

Table of Contents:

LEGAL PROCEDURES AND LOCAL LEGISLATION I.1 SUBJECT AND SCOPE OF THE WORKS I.2 QUALITY SYSTEM FOR CIVIL ENGINEERING WORKS I.3 STATE QUALITY INSPECTION OF CONSTRUCTION WORKS

II. GENERAL ITEMS II.1 CONTRACTOR DUTIES II.1.1 Possession and use of the site II.1.2 Site compound II.1.3 Temporary works II.1.4 Existing structures, utilities and underground services II.1.5 Dealing with water II.1.6 Information II.1.7 Safeguarding the environment II.1.8 Traffic management II.1.9 Road Maintenance II.1.10 Works off site II.1.11 As-Built Drawings and Construction Book II.1.12 Erection of Project Identification Billboards II.1.13 Dayworks II.2 QUALITY ASSURANCE AND CONTROL II.2.1 Quality Assurance Management System II.2.2 Site laboratory II.2.3 Sampling, testing, trials and method statements II.2.4 Engineers works approval II.3 SURVEY II.4 OTHERS II.4.1 Progress photographs II.4.2 Authorized translation of the documents forming the Contract

260

Part 2 Section VI.ii: Specifications Lot 5

I. LEGAL PROCEDURES AND LOCAL LEGISLATION

I.1 SUBJECT AND SCOPE OF THE WORKS This Technical Specification incorporates the general legal provisions, based on which the designs are prepared for the various design stages, as well as the bidding documentation, tenders and contracts required for the public work projects implementation. The above-mentioned legal provisions are the following: Law no.10/18.01.1995 Regarding the Civil Engineering Works Quality" published in the Romanian Official Gazette no.12/24.01.1995, as further modified and completed; Government Decision no. 766/1997 for the approval of regulations regarding civil engineering works quality, as further modified and completed; Civil Engineering Works and the Related Facilities Acceptance Regulations" approved by the Government Decision no.273/14.06.1994, published in the Romanian Official Gazette no.193/28.07.1994, as further modified and completed; "Civil Engineering Works Quality State Inspection Regulations" approved by the Government Decision no.272/14.06.1994 and published in the Romanian Official Gazette no 193/28.07.1994. Environmental Protection Government Emergency Ordinance no. 195 / 2005 as further modified and completed; Order of National Administration of Roads for the approval of Rules regarding the administration, utilisation, maintenance and repairing of public roads, indicative no. N.A.R.-554.

The above list is to be considered neither complete nor exhaustive.

261

Part 2 Section VI.ii: Specifications Lot 5

I.2 QUALITY SYSTEM FOR CIVIL ENGINEERING WORKS This clause refers to the general quality assurance system, as required by Law no. 10, issued on 18.01.1995 and published on 24.01.1995. Any contracts, sub-contracts, instructions, approvals, etc. to be concluded or issued during the construction and maintenance period, shall comply with the above-mentioned Law No. 10 dated 18.01.1995. The quality system applied to civil works is a set of organisational procedures, responsibilities, regulations and means implemented for achieving the required quality of civil engineering works during all the following stages: design, construction, and maintenance. The quality system applied to civil works shall consist of the following: civil engineering technical regulations, norms and standards quality of materials applied to civil engineering works technical approvals regarding the quality of new products and procedures inspection of designs and workmanship as well as specialist examinations of design and construction works quality management and assurance of construction works approval and certification of laboratories where analyses and tests are performed for construction works metrological activity related to the construction works acceptance of construction works (provisional and final handing-over) behaviour of construction works and up-graded construction works operation construction works maintenance quality state inspections of construction works.

The products or materials, whose quality is not certified at the time of delivery by quality certificates issued by the manufacturer and specifying their full compliance to the related requirements, should not be used. The technical quality certificates issued for the new materials, procedures and equipment to be used for construction works shall also specify, under the current law, their range of application, as well as their manufacturing, transport, storage, placement and maintenance requirements, in compliance with the provisions of the H.G. no. 766/1997. Where a certain construction quality requirement is to be ensured in accordance with quality specifications, only the approved additional products, procedures and equipment, should be used. The supervision of the construction works is mandatory and will be carried out by the Employer through specialist Engineers or firms acting as specialist consultants. Only authorised technical experts shall carry out the technical inspections of designs and construction works. The construction trial and test laboratories shall be approved and authorised in compliance with the legal provisions in force. The measurement activity related to the construction works shall be developed in compliance with the legal provisions regarding calibration, checking and operational reliability required for the measuring and control devices used in this field.

262

Part 2 Section VI.ii: Specifications Lot 5

I.3 STATE QUALITY INSPECTION OF CONSTRUCTION WORKS This clause describes the duties of the State Inspectorate responsible for the quality of Works, in accordance with the law in force. The cost of these inspections will be borne by the Employer, by the payment of a specific governmental tax. The State Quality Inspections include quality systems and quality requirements application during the activities developed by the Employer for the design, construction and maintenance stages. The State Quality Inspections for construction works are carried out by the "State Inspectorate for Civil Engineering" which is responsible for the state control of the legal procedures adequately applied to achieve the required quality of construction works. The State Quality Inspections of construction works are performed in compliance with the "Civil Engineering Works Quality State Inspection Regulations" which stipulate the general standard requirements, their tasks, contents, organisational framework and methods applied for the state quality control of construction works. The instructions included in these Regulations are compulsory for all parties involved in the issuing of territory planning certificates, building permits, site location and responsible for the design, construction, and maintenance of civil engineering works. The provisions of these regulations are mandatory for all Romanian and foreign companies, public units, central and local administrations, which, under the law, contribute to the construction activities, or represent the Employer, or the Users of these construction works, regardless of the financial sources used for the works or the type of the ownership right. The Specifications make reference to the applicable Romanian Standards. However, as specified under the clause 7.9 of the Particular Conditions, all Romanian Standards entered into force at the Base Date are applicable to the project.

II. GENERAL ITEMS II.1 CONTRACTORS DUTIES II.1.1 Possession and use of the site The Contractor shall have responsibility for the road sections, bridges and generally all infrastructure components (including signalling, lighting and similar systems) within the Site of the Works, in accordance with Romanian laws and regulations regarding their use. The Contractor shall request possession of the Site, or a part of the Site, from the Engineer when required by its programme of Works, and the Employer shall give that possession in accordance with Clause 2.1 of the General Conditions of Contract. When the Employer gives the Contractor, possession of the Site, or a part of the Site, the Contractor shall be given authority to carry out the Works instructed by the Engineer under the Contract. It shall however notify the Employers local branch office of its proposed programme of works and liaise with them regarding traffic management proposals and advance notices to traffic, the police, the emergency authorities and the service authorities. The Contractor shall not enter the Site for additional investigations or to execute the Works until it has been granted possession. If the Contractor requires entering the Site prior to being granted possession for other reasons and the Engineer agrees, it shall demonstrate that it has the necessary insurances and has arranged appropriate safety measures.

263

Part 2 Section VI.ii: Specifications Lot 5

During possession of the Site, or part of the Site, the Contractor shall be responsible for providing lighting, protection and other measures to make the temporary works, material storage, excavations, partially finished works, etc. safe for the public and road use. The Contractor shall maintain access to all property from the road during the execution of the Works. Where closure of such accesses is unavoidable, as agreed with the Engineer, and due to the proximity of the Works, the Contractor shall give sufficient notice (at least 10 days) of operations to the occupiers of the affected properties so that inconvenience is minimised and whenever possible temporary access shall be provided. In no case shall any access be closed for more than twelve hours. II.1.2 Site compound The Contractor shall find its own site or sites for setting up one or more compounds in which to locate its offices, workshops, stores, plant etc. On completion of the relevant section of the Works, for which temporary works have been provided, the Contractor shall remove all its offices, workshops, stores, plant, fencing, hard standing etc., clean up the site and carry out other works to return the site to its original condition. The Contractor shall also locate its own areas (or make all necessary arrangements at its cost) for collection and disposal of waste and unwanted materials, complying with the local regulations and procedures for transport and disposal. The Contractor shall obtain all the necessary approvals of local authorities and others for its site compound at its own cost. II.1.3 Temporary works The Contractor shall design, arrange, provide and remove at its own cost all temporary works needed to carry out the permanent works. The temporary works shall include the provision of road diversions where considered necessary. All temporary works shall be approved by the Engineer, but this shall not relieve the Contractor of its responsibility for their design and adequacy. The Contractor shall obtain all the necessary approvals from the Ministries, service (utility owners), local authorities and other third parties for its design of the temporary works where required. The Contractor shall be responsible for obtaining all approvals and permits for organising all necessary land hire for any temporary works such as access roads, diversion roads, borrow pits, site compounds, material and equipment storage areas, laboratory facilities and so on. It shall restore the areas affected by these temporary works either to their original condition or to a condition agreeable to the Engineer, or stipulated in approvals. The Contractor shall design and construct any form of temporary road diversion and rail or river crossing and shall be responsible for obtaining approvals and clearances from all land owners and other relevant organisations affected by these temporary works. The temporary road diversions shall be designed and constructed using materials and workmanship that prevent settlement, rutting or distortion of the running surface. The diversions shall be surfaced with an even and safe wearing course. The design of the diversion shall be submitted, through the Engineer, to the Employer for technical approval. The Contractor shall submit details of its scheme to the landowners, river authority etc. When submitting the design of the diversion to the Engineer, the Contractor shall also submit its proposals for traffic management plan and safety requirements whilst the diversion is in use. On completion of the relevant section of the Works for which temporary works have been provided, the Contractor shall remove such roads, structures and the like and reinstate the ground on which they had been constructed to its original or to a similar condition to the satisfaction of the Engineer.

264

Part 2 Section VI.ii: Specifications Lot 5

II.1.4 Existing structures, utilities and underground services Where, in the course of construction of the Works, any existing foundations, walls, sewers, drains, pipes, wires, cables, and other structures, places and things such as utility networks are exposed, or otherwise are affected by the execution of the Contract, they shall be properly maintained, adequately supported and protected. Expedients to the approval of the Engineer shall be adopted, which will prevent inconvenience, interruption and which will ensure safety and continuity of use, of the above. Whenever an existing Service is to be diverted in order to construct the Works, the Contractor shall arrange for this work to be carried out by a duly authorised sub-contractor under the supervision of the Contractor and of the utility owner / manager. The Contractor will use the Provisional Sum defined in Bill A, article GI 04, to cover the total cost for execution of removal or relocation of any such utility Service. Special attention shall be given to the provisions of the Particular Conditions, Sub-Clause 13.5. If the Service does not need to be diverted, it shall be the Contractors responsibility to support and protect the Service while working around it, to the approval of the Service owner and the Engineer. The Contractor shall provide attendance as necessary and will be responsible for taking all measures to provide for the protection of such installation and for the consequences of any damage whether or not the services are shown on the drawings. No services or supplies shall be interrupted without the written consent of the appropriate authority or owner and the Contractor shall provide a satisfactory alternative before interrupting any existing service or supply. These Contractors responsibilities will continue as long as it has possession of the Site. The Contractor shall inform the relevant offices immediately in the event of any damage pipelines, railroads and water, telegraph, telephone and other public installations on Site and shall perform the necessary repairs at its own cost. II.1.5 Dealing with water The Contractor shall bear all risks associated with water, whether from the main river, local water courses, underground springs, rainfall or any other sources or cause. The Contractor shall take measures, carry out any operation and provide and use all necessary plant, appliances, pumps, and the like for dealing with flowing or standing water within the site. The Contractor shall be responsible for pumping all water from excavations. In discharging and diverting water he shall avoid flooding other works, causing erosion and polluting watercourses. Where temporary works cross, or are within watercourses the Contractor shall design and arrange its temporary works in accordance with the water authoritys requirements for water flow, avoidance of pollution etc. II.1.6 Information The Contractor shall, when required by the Engineer, furnish all information as to quality, weight, constituent substances, dimensions, levels, strength and description of the materials and work, and give the Engineer such other particulars as may be required. II.1.7 Safeguarding the environment The Contractor shall execute all works and take any measures for environmental protection and impact mitigation in accordance with the laws in force in Romania and security of workers. He shall obtain all the necessary updated information concerning the organisation for Environmental Protection in Romania and obtain all the necessary authorisations and

265

Part 2 Section VI.ii: Specifications Lot 5

carry out complementary studies whenever necessary. He shall obtain environmental approvals for all temporary works. During the works, including the defects notification period, the Contractor and its subcontractors, in compliance with the norms and regulations in force, shall implement the following mitigation measures: Reduction of Equipment and Plant noise when working in urban areas and in proximity to occupied buildings. Control of vibration from plant and equipment in urban areas and in proximity to buildings and other structures. Optimum location for crushers, bitumen plants, batching plants and other similar plants, in order to minimise their adverse impact on the natural and human environments. Enforcement of an adequate traffic management plan to minimise the disturbance caused by the site traffic and to safeguard the public and the Contractors labour. Protection of rivers, lakes, lands in crop and any areas surrounding the Site, against any pollution, which may originate either from the permanent road works or from other activities related to the Contractors organisation. Control of the method of storage of materials, with strict observance of the standards and specifications regarding the most sensitive items such as fuel, bitumen, lubricants, cement, explosive, etc. Protection and accurate reinstatement at the end of the works of borrow pits, quarries, services and diversion roads and any other temporary or preparatory work. Provision and installation of specific equipment and the relevant monitoring of noise, gas, dust, liquids and other pollutants derived from Site activities. Reduction of the emission of pollutants when they reach maximum admissible levels, in accordance with the applicable Romanian legislation and norms. Biodegradable materials shall be carefully buried in locations approved by the Engineer and the local environmental Agency in order to prevent any pollution of underground water. Any other action which might be necessary in accordance with the Engineers instructions and, as required by the applicable Romanian legislation.

The Contractor shall, at the request of the Engineer, carry out whatever environmental measurements are required to demonstrate that the requirements of this Clause are being respected. The tests shall be carried out at the locations and times required by the Engineer, and the Contractor shall carry out such tests at its own expense with instruments supplied by him. II.1.8 Traffic management Within the period defined in the Conditions of Contract, the Contractor shall submit a Traffic Management Plan to the Engineer for approval, in total respect of the specificity of the Works. When preparing the Traffic Management Plan, the Contractor shall observe the requirements of the Joint Order of the Ministry of Internal Affairs and of the Ministry of Transports no. 1112/411/2000, referring to Approval of the Methodological Norms regarding conditions for closing the traffic and introducing traffic restrictions in view of execution of works in the public roads area and/or for protection of the existing road. The plan shall also describe how it intends to minimise the impact of the construction activities on the public road circulation and on the access points to the compound. The Traffic Management Plan shall be preliminarily submitted for approval to all the relevant Authorities (Police Department, Employers local branch etc.). The Traffic Management Plan shall include all the details and information required for the Works or as the Engineer may require. Throughout the execution of the Works and the remedying of any defects therein, the Contractor shall:

266

Part 2 Section VI.ii: Specifications Lot 5

have full regard for the safety of all persons on the Site and shall keep the Site (so far as the same is under its control) as well as the Works (so far as the same are not completed or occupied by the Employer) in an appropriate state to avoid any danger to all persons whether or not they are authorised to be on the site; and provide and maintain, at its own cost, all lights, barriers and warning signs, when and where necessary or when required by the Engineer for the protection of the Works or for the safety and convenience of the public or others.

Where the circumstances of any particular case are not described in the Traffic Management Plan, the Contractor shall submit proposals for dealing with such situations to the Engineer for approval. Compliance with this Clause shall not relieve the Contractor of any of its other obligations and liabilities under the Contract. The Contractor shall not commence any work that affects the public roads until all traffic safety measures necessitated by the work are fully operational. When implementing the measures included in the Traffic Management Plan, the Contractor shall observe the requirements of the Norms regarding maintenance and repairing of public roads Indicative number NAR 554-2002. The traffic signs, road markings, lamps, barriers and traffic control signals shall be in accordance with the requirements current at the date of the execution of the work. The road signs and horizontal road markings will be redone whenever the Engineer considers it necessary. The Contractor shall keep clean and readable at all times all traffic signs, road markings, lamps, barriers and traffic control signals and he shall position, re-position, cover or remove them as necessitated by the progress of the Works and paying special attention to the access points to the Site at by-passes limits. Roads, accesses, rights of way, etc. which are being used by construction traffic shall at all times be kept clean of all dirt, mud and material dropped from vehicles or from tyres arising from such use. The Contractor shall provide, maintain and use suitable equipment for this purpose. In carrying out the Works the Contractor shall ensure that all road drains, ditches and channels are kept clear of any spoil, mud, slurry, or other materials likely to impede the free flow of water. The Contractor shall inform the Engineer in writing, within two weeks of the date of Commencement of the Works, of the name of the responsible person who will be available at all times to ensure compliance with this Clause. Where work is carried out on, or adjacent to a highway open to traffic, the Contractor shall ensure that vehicles and mobile plant under its control operating frequently or regularly on or adjacent to that highway in the execution of the Works shall be painted in a conspicuous colour. The Contractor shall provide, and suitably sign points of entry to and exit from the Site, for vehicles and plant engaged on the Works. The Contractor shall ensure that when any vehicle or item of plant is reversing within the Site on or adjacent to a highway open to traffic, it does so only under the supervision of a person designated for the purpose of regulating traffic within the Site who shall be readily distinguishable from the remainder of the work force. Where work is carried out on or adjacent to a highway open to traffic, the Contractor shall ensure that the work force and the site supervisory staff at all times wear high visibility warning clothing.

267

Part 2 Section VI.ii: Specifications Lot 5

The Contractor shall ensure that, each year during the period 1 June 31 August, road traffic on Site is not hindered by the Contractor activities. In particular, during the above mentioned period, the carriageway shall be free of any traffic restrictions in relationship with the Works. The Contractor shall ensure that the above provisions are duly reflected in the elaboration of the Traffic Management Plan and of the Programme (as provided for under Sub-Clause 8.3).

II.1.9 Road Maintenance From mid November each year the Contractor shall take special precautions to ensure that the Site of the Works is not left unsafe for traffic over winter. These measures should include restriction of excavation and avoidance of major bridge works, in order to avoid road closures, obstructions and other safety risks. The Contractor shall submit to the Engineer for approval, a special traffic plan from midNovember to mid-March detailing: proposed precautions prior to the onset of winter; proposed maintenance of existing traffic thoroughfares within the Site of the Works during the winter period.

In total respect of the nature of the Works rehabilitation and new construction, the Contractor shall propose a Maintenance Plan and the list of the public road sectors, which will be used for the purposes of carrying out the works. The Contractor shall provide road maintenance according to Order of National Administration of Roads for the approval of Rules regarding the administration, utilisation, maintenance and repairing of public roads, indicative no.N.A.R.-554, which has stipulated the works to be executed for winter and summer seasons. The works include supply of materials, labour, plant, equipment, transport and means of transport for all materials. The road maintenance shall be in accordance with the laws in force regarding the security and safety of workers and third parts. The following items must be respected: General for winter and summer seasons: the bituminous surfacing reparation and the joints and cracks sealing; the shoulders re-shaping for ensuring the side wise draining conditions of the roadway waters; the correctly water drainage using the cleaning works of the ditches, fall chambers, etc.; the maintenance and the replacing of the road safety equipment using the sheet signing, guideposts, horizontal marking maintenance, etc.

Maintenance of existing roads during execution winter season For a minimum 105 days/year some of the main road maintenance works are the following: ensuring of information system about the road condition 24 hours/day for 7 days a week. material provision including transport, stockpiling, preparation for spreading on the carriageway and the spreading operation including traffic safety control.

268

Part 2 Section VI.ii: Specifications Lot 5

bituminous surfacing and the cement concrete repairs including the patching of the deteriorated surfaces, the joints and the cracks sealing, etc. shoulders reshaping for ensuring of the sideways drainage of road surface water. correction of drainage by the cleaning of ditches, of the fall chambers of the footbridges, the dieseling works of the footbridges, etc. maintenance and the replacement of the road safety equipment using the sheet signing, the guideposts, the portals and the brackets, the horizontal marking maintenance, etc. assembly snow-fences in the places indicated by the local D.R.D.P. snow evacuation. anti-skid materials spreading with spreader connected with weighing machine.

Maintenance of existing road during execution summer season The Contractor should provide the road maintenance during the works execution, to permit normal traffic movement during the summer season. After the completion of works the Contractor shall perform all the necessary repairs of the roads used during the construction period. These roads shall be brought to the normal traffic conditions of their technical category. Some of the main works and minimal supplying with necessary equipments are the following: ensuring of information system about the road condition 24 hours/day for 7 days a week. bituminous surfacing and the cement concrete repairs including the patching works of the deteriorated surfaces, the joints and the cracks sealing, etc. shoulders reshaping for ensuring of the sideways drainage of road surface water. correction of drainage by the cleaning of ditches, of the fall chambers of the footbridges, the dieseling works of the footbridges, etc. maintenance and the replacement of the road safety equipment using the sheet signing, the guideposts, the portals and the brackets, the horizontal marking maintenance, etc.

ALL IN ACCORDANCE WITH THE ENGINEERS REQUIREMENTS AND THE LAWS IN FORCE REGARDING TRAFFIC SAFETY AND SECURITY FOR WORKERS AND THIRD PARTIES. II.1.10 Works off site. When major components of the Works are manufactured off Site, the Contractor shall make arrangements to provide an adequate and secure office at or adjacent to the place of, and during the period of, manufacture and testing. The Contractor shall give written notice to the Engineer of the workshops and places where work is being, or is about to be, carried out from which materials of manufactured articles are about to be or are being supplied. It shall also give such notice and keep the Engineer advised of the times when such materials will be ready to be inspected, so that such inspection may take place without delaying the delivery of the materials to the Site. Such notices shall be given at such times as will permit the inspection of the whole of the work at all stages of the processes of manufacture and not simply when the goods are completed ready for delivery. II.1.11 As-Built Drawings and Construction Book The Contractor shall keep records as the works proceed to enable him to mark up a set of As Built Drawings during construction. These As Built Drawings shall be made available for inspection at the end of the Completion of Works to the Engineer. On completion of the works and not more than 28 days after the issue of the Taking Over Certificate, the 269

Part 2 Section VI.ii: Specifications Lot 5

Contractor shall provide two sets of As Built Drawings to the Engineer covering the complete construction of the Works. The As Built Drawings shall be accompanied by all the records taken during the construction of the works, necessary for the constitution of the Construction Book as per Romanian requirements. II.1.12 Erection of Project Identification Billboards Provide two single faced billboards (in Romanian) to be installed on concrete on each side of the road, at each bridge. The exact place where the billboards shall be erected will be agreed between the Engineer and the Contractor. The billboards shall be installed by the Contractor 28 days after the Commencement Date with a prior approval of the Engineer. The billboards shall be installed on concrete foundations and shall be 3 m high and 2 m wide; they shall be mounted on steel posts so that the lower end of the signboard can be 1 m above the ground level. The billboards shall preferably be in aluminium, details of the design shall be prepared by the Engineer. The specific format and the specific content of these panels shall be in conformity with the instructions and requirements of the Employer. Billboards shall be removed no later than 6 months after the completion of the works.

II.1.13 Dayworks Work shall not be executed on a daywork basis except by instruction from the Engineer in according to clause 13.6 of FIDIC 1999 First Edition General Conditions. The Contractor shall complete the column Unit Price on the appendices to schedules GI.16, GI.17 and GI.18 of Bill of Quantities.

A) Daywork Labour In calculating payments due to the Contractor for the execution of daywork, the hours for labour will be reckoned from the time of arrival of the labour at the job site to execute the particular item of daywork to the time of departure from the job site, but excluding meal breaks and rest periods. Only the Daywork labour instructed and approved by the Engineer will be paid according to the appendix to schedule GI.16 of Bill of Quantities. The Contractor shall be entitled to payment in respect of the total time that labour is employed on daywork, calculated at the basis rates entered by it in the appendix to schedule GI.16 of Bill of Quantities. The rates for labour shall be deemed to cover all costs to the Contractor including (but not limited to) the amount of wages paid to such labour, transportation, time, overtime, subsistence allowances, and any sums paid to or on behalf of such labour for social benefits in accordance with Romanian law, as well as Contractors profit, overheads, superintendence, liabilities and insurance and allowance to labour, timekeeping and clerical and office work, the use of consumable stores, water, lighting and power; the use and repair of stagings, scaffolding, workshops and stores, portable power tools, manual plant and tools; supervision by the Contractors staff, foremen and other supervisory personnel; and charges incidental to the foregoing. B) Daywork Materials The Contractor shall be entitled to payment in respect of materials used for daywork (except for materials for which the cost is included in the labour costs as detailed 270

Part 2 Section VI.ii: Specifications Lot 5

above), at the rates entered by it in the appendix to schedule GI.17 of Bill of Quantities, that shall be deemed to include overhead charges and profit, as follows:

(c) (d)

the rates for materials shall be calculated on the basis of the invoiced price, freight, insurance, handling expenses, damage, losses, etc., and shall provide for delivery to store for stockpiling at the Site. the cost of hauling materials for use on work ordered to be carried out as daywork from the store or stockpile on the Site to the place where it is to be used will be paid in accordance with the terms for Labour and Constructional Plant in this Schedule.

No allowance will be made for loss of materials or volume thereof during transport or compaction.

C) Daywork Plant/Equipment The Contractor shall be entitled to payments in respect of Constructional Plant already on Site and employed on daywork at the basic rental rates entered by it in the appendix to schedule GI.18 of Bill of Quantities. The said rates shall be deemed to include due and complete allowance for depreciation, interest, indemnity and insurance, repairs, maintenance, supplies, fuel, lubricants and other consumable and all overhead profit and administrative costs related to the use of such equipment. The cost of drivers, operators and assistants will be paid for separately as described under the section on Daywork Labour. In calculating the payment due to the Contractor for Constructional Plant employed on daywork, only the actual number of working hours will be eligible for payment, except that where applicable and agreed with the Employer, the travelling time from the part of the Site where the Construction Plant was located when ordered by the Engineer to be employed on daywork and the time for return journey there to shall be include for payment.

II.2 QUALITY ASSURANCE AND CONTROL II.2.1 Quality Assurance Management System The Contractor shall prepare and submit to the Engineer within 28 days (twenty eight) after receiving the notice under Sub-Clause 8.1 [Commencement of Works], a written quality assurance management system similar to that described in ISO 9000 series. This shall show the Contractors Site organisation and responsibilities for all members of the Contractors organisation to check and report on the quality of materials and workmanship. It shall also show the procedures for communication with the Engineer. Quality Plans and method statements shall indicate hold points as follows: Contractors hold points: Points where no further work shall proceed without the written approval of a designated person of the Contractors management, who shall be named in the Quality Plan. Engineers hold points: Points where no further work shall proceed without the written approval of a designated representative of the Engineer.

271

Part 2 Section VI.ii: Specifications Lot 5

The Contractor shall ensure that the Quality Plans and associated quality documentation are available to all parties involved in the Works. The Contractor shall be wholly responsible for ensuring that the quality of all materials and workmanship are in accordance with the Specifications and to the satisfaction of the Engineer. The Contractors Quality Assurance System shall comply with the provisions of the Law No.10/95. The Contractor shall carry out its own inspection of materials and workmanship and satisfy himself that they meet the Specification before offering them up to the Engineer for acceptance or payment. The Engineer shall issue Non-Conformity Notices if any work, materials, workmanship or any other thing is not in accordance with the Contract. Until such non-conformity notice is rescinded, the Engineer shall not certify any payment for the work or item affected. II.2.2 Site laboratory The Contractor will make available a Site Laboratory with the equipment required to carry out the tests under the Contract and in accordance with the quality assurance plan. The laboratory shall be ventilated, weatherproofed, insulated for the climate and provided with all main services and furniture by the Contractor. The size and layout of the laboratory shall be suitable to carry out all sampling and testing of materials and workmanship. It shall contain special storage rooms for samples of materials etc., as approved by the Engineer. The laboratory shall be set up in accordance with the relevant applicable legislation and standards. The Contractor shall make available the equipment and consumables necessary for carrying out the sampling, testing and recording required by the Technical Specification and additional numbers of tests instructed or carried out by the Engineer. The testing equipment shall be new, or as new, and maintained in a clean and serviceable state and shall be checked and/or calibrated at required intervals or when instructed by the Engineer. The Contractor shall staff the laboratory with a qualified engineer and technicians fully experienced in the testing of materials. The sampling and testing shall be supported by an adequate number of laboratory and field labourers. The Contractor shall ensure adequate space for the Engineer staff to attend tests, elaborate and keep the necessary records and samples. The Contractor shall also make available mobile facilities for sampling and testing which can be carried out in the field at the location of works. The laboratory shall be maintained in a clean and tidy condition to the satisfaction of the Engineer. The layout, design, materials, workmanship, finishing, fitting and furnishings shall be to the satisfaction of both the Engineer and the Employer. The laboratory shall be fully available and ready for use within 12 weeks of the Commencement Date. If the Contractor commences any selection or testing of materials for submission to the Engineer for approval of any permanent works before the 12 weeks period, temporary testing facilities, to the approval of the Engineer, may be used. The Contractor shall allow the Engineer to carry out its own tests for the Contract using the site laboratory equipment, consumables etc, or to have tests carried out by the Contractors 272

Part 2 Section VI.ii: Specifications Lot 5

staff. In certain cases, the Engineer might also request testing to be performed by another authorised laboratory. The related costs of such testing at the request of the Engineer are to be funded through the Provisional Sum item GI.13, subject to the provisions of Sub-Clause 7.4 of the Conditions of Contract. On completion of the Works, the Contractor shall remove the laboratory, storage facilities, equipment, etc, clean up the site and carry out other works to return the site to its original condition. It is specified that the laboratory, the equipment and any similar item are not to be handed over to the Employer or any of its representatives and will remain the property of the Contractor. II.2.3 Sampling, testing, trials and method statements The Contractor shall maintain a record of the suppliers from whom it proposes to purchase the goods and materials necessary for the execution of the Works. Where a choice of goods or materials is listed in the Contract, the Contractor shall inform the Engineer of the goods or materials he proposes to use. Any subsequent change of suppliers, goods or materials shall also be recorded. The sampling and testing shall be carried out by the Contractor, using its own, or an authorised laboratory, in accordance with the relevant Standard Specification or as described in this Specification as appropriate. In addition, the sampling and testing shall be in accordance with the applicable law. The Contractor shall, before placing orders for materials for incorporation in the Works, submit complete information to the Engineer at least 4 weeks before the material is required for the works. This information should include the names of the supplier, the origin of the material, manufacturers specification, quality, weight, strength, description and details of materials that he proposes that each firm should supply. The Contractor shall deposit with the Engineer (a) samples of such materials when requested, and (b) where appropriate, manufacturers certificates of recent tests carried out on similar materials. The Contractor shall carry out trials of all concrete mixes and mixtures of other materials showing by tests that not only are the constituents in compliance with the Specifications but also that the resulting mixtures give end results to the satisfaction of the Engineer. The Contractor shall ensure that the Engineer has the opportunity to witness any tests on materials and mixes that the Engineer requires. Method Statements describing the sequence, materials and other relevant details shall be supplied for all key activities or for any other activities requested by Engineer. The Method Statements must be agreed by the Engineer prior the starting of the relevant works. II.2.4 Engineers works approval For site inspection and approval of works, the Contractor shall give adequate notice in writing to the Engineer. Where no period of notice is stated in the Contract, such notice shall be not less than four hours of normal working time before the work is ready for final inspection. Forms shall be used where these have been provided for that purpose. No works shall commence until the Engineers written approval has been given. This will not release the Contractor from its obligation to complete the work according to the contractual completion date. The Engineer shall require reasonable time during normal working hours to carry out its inspection. When the Contractor gives the Engineer details of the source of supply of materials or other supplies to be incorporated into the Works, the Engineer shall then require reasonable time

273

Part 2 Section VI.ii: Specifications Lot 5

(normally 4 weeks) to carry out such tests and enquiries that he may deem appropriate before giving its approval. For off-site works, the Contractor shall give the Engineer at least seven days notice in writing stating when such works are due to commence.

274

Part 2 Section VI.ii: Specifications Lot 5

II.3 SURVEY The Contractor shall satisfy himself that the existing ground and road levels as indicated in the Contract are correct. Should the Contractor wish to dispute any levels it shall submit to the Engineer a schedule of the position of the levels considered to be in error and a set of revised levels. The existing ground relevant to the disputed levels shall not be disturbed before the Engineers decision as to the correct levels is given. The Contractor shall undertake all interim and final earthwork measurements from the computer ground model established during the design phase or a model which has been modified in accordance with the previous paragraph. The Contractor shall undertake, within three weeks of the Date of Commencement, a detailed topographic survey and satisfy himself that the model is representative of the existing terrain for measurement purposes and shall advise the Engineer, within four weeks of the date of commencement of the Works, of any terrain input data errors. The Contractor shall compile input data in the format specified by the Engineer and shall submit all data to the Engineer. The Contractor shall also make available and maintain survey instruments for the use of the Engineer. A set of survey instruments shall consist of the following: a new, or as new, Total Station with sighting targets, and field note book ranging rods, automatic level metric level staff 50m steel tape 50m linen tape Other consumables shall be provided to the Engineer as required: pegs, hammers, nails, torches, sunshade etc. It is specified that the survey instruments are not to be handed over to the Employer or any of its representatives and will remain the property of the Contractor.

II.4 OTHERS II.4.1 Progress photographs The Contractor shall arrange to have record photographs of the Works, under digital format, taken as directed by the Engineer. These photographs shall cover such extent of the Works as the Engineer shall direct. All the digital prints shall be preserved in a computer and also on Compact Disks Recordable / DVD and shall be marked with the date of exposure, name and address of photographer, identification reference number, and brief description of the work, including chainage and direction of the view. On completion of the Works all the CD/DVD shall become the property of the Employer. The copyrights of all digital photographs shall be vested with the Employer and digital prints shall be delivered to the Engineer within 4 weeks of exposure. The photographs shall not be used for any purpose whatsoever without the Employers approval.

275

Part 2 Section VI.ii: Specifications Lot 5

II.4.2 Authorized translation of the documents forming the Contract The Contractor arrange for providing authorized translation into Romanian of all the documents forming the Contract, as listed under Particular Conditions of Contract. The translation shall be made available within 28 days after Commencement Date.

276

Part 2 Section VI.ii: Specifications Lot 5

Works Items

277

Part 2 Section VI.ii: Specifications Lot 5

Table of Contents

I. SUMMARY I.1 GENERALITIES I.2 DESIGN PRINCIPLES I.2.1 FREE SPACES ON AND UNDER THE BRIDGE I.2.2 LOADS I.3 GENERAL SPECIFICATION FOR THE EXECUTION I.4 GENERAL PROVISIONS CONCERNING THE ACCEPTANCE I.5 GENERAL PROVISIONS CONCERNING THE SERVICE AND THE MAINTENANCE OF THE STRUCTURES II. REFERENCE NORMATIVES III. BRIDGE GEOMETRIC CHARACTERISTICS IV. BRIDGE INTERVENTIONS WORKS AND MATERIALS IV.1 SUMMARY IV.2 INTERVENTION A1 PAINTING OF PEDESTRIAN PARAPET IV.2.1 GENERALITIES IV.2.2 SURFACE PREPARATION IV.2.3 COATING PROGRAM IV.2.4 APPLICATION TECHNIQUES IV.3 INTERVENTION A3 GUARD RAIL REPLACEMENT IV.4 INTERVENTION A4 - ELECTRICAL EQUIPMENT REPLACEMENT IV.5 INTERVENTION A5 WALKWAY SLAB SUBSTITUTION IV.6 INTERVENTION B1 ROADWAY PAVEMENT AND WATERPROOFING REPLACEMENT IV.6.1 GENERALITIES IV.6.2 AGGREGATES IV.6.3 BITUMEN IV.6.4 MIXTURES IV.6.5 WORKS CONTROL AND ACCEPTANCE IV.6.6 SPECIFICATIONS FOR THE EXECUTIONS IV.6.7 ADHESION ACTIVES IV.6.8 DRAINING ASPHALT WEARING COURSE IV.6.9 WATER PROOFING IV.7 INTERVENTION B2 ROADWAY SUPERFICIAL DRAINAGE REHABILITATION IV.8 INTERVENTION B3 WALKWAY PAVEMENT REPLACEMENT IV.9 INTERVENTION B4 EXPANSION JOINTS REPLACEMENT IV.9.1 GENERALITIES IV.10 INTERVENTIONS C1 - DECK SLAB REPAIR, C2 PRESTRESSED CONCRETE BEAMS REPAIR, C3 CONCRETE PIER CAPS REPAIR AND C4 - PIERS CONCRETE REPAIR IV.10.1 GENERALITIES IV.10.2 MATERIALS IV.11 INTERVENTIONS C6 STRUCTURAL STRENGHTENING IV.12 INTERVENTION D1 - PAINTING OF STEEL STRUCTURES IV.13 INTERVENTION D3 STRENGTHEN OF ANCHOR BOLTS IV.14 INTERVENTION WORK D4 REHABILITATION OF INSPECTION GANTRY AND RAILS IV.15 INTERVENTION WORK E5 RIVER BANK IMPROVEMENT IV.16. INTERFERENCE WITH THE RAILWAY

278

Part 2 Section VI.ii: Specifications Lot 5

SUMMARY

I.1

GENERALITIES

The wider objective of this project is to complete maintenance and rehabilitation works on bridge 8 in Borcea, Dobrogea area, in Romania. Generally speaking, the list of the rehabilitations works refers to: Restoring to a former state and/or capacity Improving serviceability (structural and/or functional) Strengthening

The purpose of these Technical Specifications is to describe, in a detailed way, the bridge geometric characteristics, the evaluated actions on this project, the intervention works to be executed and the related materials applied in the designed solutions to rehabilitation. All the designed materials are typological and dont express any kind of preference for any company eventually mentioned.

I.2

DESIGN PRINCIPLES

The bridges, grade separation structures and viaducts are structural works. The conception of any resistance structure has to observe certain general principles, resulted from the practice, namely: practicality capacity of resistance economic efficiency aesthetics

Guided by these principles, the design of the bridge must accomplish its goal, that is to ensure the unhindered traffic of the vehicles across the obstacle. This means to achieve: the free passage spaces on and under the bridge, the proper rigidity of the structure in the limits of the permissible deformations, the best conditions of service and maintenance. The structures capacity of resistance must be obtained by reasonable dimensioning of the components. According to the principle of economic efficiency any structural work must be executed at a minimum cost. Depending on the layout (length and height of the obstacle, geotechnical conditions etc.) the economic efficiency can be achieved by establishing a proper length of the work an economical spans of the bridge. Hereafter, knowing the economical spans, the best method of construction may be selected, as well as the construction materials. A bridge or a viaduct, must have an aesthetic layout and has to be in harmony with the landscape.

279

Part 2 Section VI.ii: Specifications Lot 5

The design of the bridge must observe as much as possible all the hereinbefore shown principles, thus the best solution may be found only by analysis and comparison of several variants. The design of the bridges, grade separation structure and viaduct must observe the provisions hereinafter. I.2.1 FREE SPACES ON AND UNDER THE BRIDGE

The length of the bridge and the underside or soffit level of the superstructure shall be established by a hydrological design, in accordance with the departmental norms M.T., Pod 95-71 Norms for the hydrological design of bridges and Pod 96-71 for culverts. In the case of navigable river or stream, the navigable span shall be also observed, especially for the max central span of the bridge. The height of platform and the size of the spans shall be fixed observing the min overall dimensions necessary for the crossing of railways (STAS 4392-84) or roads (STAS 2924-91). The height of platform, the width of the carriageway, of the bicycle path, and of the sidewalks shall be fixed in accordance with the provisions of STAS 2924-91, and depending on the technical class of the road. I.2.2 LOADS

The structural design of the bridges must take in account all the loads that may occur, observing european standards (Structural Eurocodes) and the following romanian standards: STAS 10101/1-78: Actions in constructions. Technical weight and permanent loads STAS 10101/OB-87: Actions in constructions. Classification and groups railway and road bridges STAS 1545 89: Road and highway bridges.. Foot-bridges. Actions. STAS 3221 86:"Road bridges. Type trains charging classes" of actions for

I.3

GENERAL SPECIFICATION FOR THE EXECUTION

The Contractor may begin the execution of a structure only after the award and ratification of the contract. The main documents, necessary for contractor to perform the works, are as follows: the plans of site and location, and general specifications; the geotechnical study providing the site conditions foundation; working drawings for framework, reinforcement, etc, for all the components of the artwork; special technical specifications for the respective structure, if any; the schedule of the construction operations. and the adequate procedure of

280

Part 2 Section VI.ii: Specifications Lot 5

An authorized office or company shall make these documents for design and research. Taking in account the variety and the importance of the task, the Contractor has to prove that he possesses the experience and the know-how necessary to perform the respective work. The Contractor shall observe all the provisions of the contract, design and technical specifications. Also, the Contractor must take necessary steps for the protection of the environment. It is outlined that any change or adaptation of the project may be made only with approval of the Employer or/and of the Designer. All the state standards and norms in force shall be also observed in the execution (see in the annex a minimal list of them).

I.4

GENERAL PROVISIONS CONCERNING THE ACCEPTANCE

In view to achieve the quality of the works the partial acceptances (for every stage of the works) and the final acceptance shall be made in accordance with the specifications drafted for the respective work. The general specifications presented hereby, shall be observed. The Employer shall organize the final acceptance in conformity with the regulations in force.

I.5

GENERAL PROVISIONS CONCERNING THE SERVICE AND THE MAINTENANCE OF THE STRUCTURES

The project must include the constructive elements and solutions, necessary to ensure the access to substructure, bearings, superstructure for control and maintenance. For some particular works, a special design may be drafted, by request of the Employer, concerning the control and the maintenance of the aforesaid works. Beside these specifications, the provisions of the valid standards and norms shall be observed.

II

REFERENCE NORMATIVES European Codes EN 1991 Eurocode 1 Basis of design and actions on structures EN 1992 Eurocode 2 Design of concrete structures EN 1993 Eurocode 3 Design of steel structures EN 1994 Eurocode 4 Design of composite steel and concrete structures EN 1997 Eurocode 7 Geotechnical design EN 1998 Eurocode 8 Design of structures for earthquake resistance EN 1337 Structural bearings - General design rules EN 10025 Hot rolled products of non-alloy structural steels - Technical delivery conditions EN 10164 Steel products with improved deformation properties perpendicular to the surface of the product - Technical delivery conditions

281

Part 2 Section VI.ii: Specifications Lot 5

ISO 12944-3 Paints and varnishes - Corrosion protection of steel structures by protective paint systems - Design considerations EURONORM 18 Taking and preparation of samples and sample sections of steel and steel products EN 10113 Hot-rolled products with weldable fine grain structural steels EN 10137 Plates and wide flats made of high yield strength structural steels in the quenched and tempered or precipitation hardened conditions EN 10155 Structural steels with improved atmospheric corrosion resistance Technical delivery conditions EN 10210 Hot finished structural hollow of non-alloy and fine grain structural steels EN 10219 Cold formed hollow sections of structural steel EN 10204 Metallic products - Types of inspection documents EN 10029 Hot-rolled steel plates 3 mm thick or above - Tolerances on dimensions, shape and mass EN 10051 Continuously hot-rolled uncoated plate, sheet and strip of non-alloy and alloy steels - Tolerances on dimensions and shape EN 1090 Execution of structural steel structures Technical Requirements EN 197-1 Cement: Composition, specification and conformity criteria for common cements EN 206-1 Concrete: Specification, performance, production and conformity EN 12390 Testing hardened concrete EN 10080 Steel for the reinforcement of concrete EN 10138 Prestressing steels EN ISO 17760 Permitted welding process for reinforcement ENV 13670 Execution of concrete structures EN 13791 Testing concrete EN ISO 15630 Steel for the reinforcement and prestressing of concrete: Test methods EN 124 Gully tops and manhole tops for vehicular and pedestrian areas. Design requirements, type testing, marking, quality control. EN 1401 Plastics piping systems for non-pressure underground drainage and sewerage. Unplasticized poly(vinylchloride) (PVC-U). Specifications for pipes, fittings and the system EN 1317 Road restraint systems. Product requirements and evaluation of conformity for vehicle restraint systems EN 12697 - Bituminous mixtures. Test methods for hot mix asphalt EN 13108 - Bituminous mixtures. Material specifications EN 13055 - Lightweight aggregates EN 13043 - Aggregates for bituminous mixtures CNR 4 / 1953 - Norms for the acceptance of the rubbles, grits, sands and additives for road constructions CNR 68 / 1978 - Norms for the acceptance of the roadway bitumen. Characteristics for the acceptance.

Romanian Codes Pod 95-71 Norms for the hydrological design of bridges STAS 4392-84 Standard gauge railways. Clearances STAS 2924-91 Road bridges STAS 10101/1-78 Actions in constructions. Technical weight and permanent loads STAS 10101/OB-87 Actions in constructions. Classification and groups of actions for railway and road bridges STAS 1545 89 Road and highway bridges.. Foot-bridges. Actions STAS 3221 86 Road bridges. Type trains charging classes STAS 1844-75 Metallic road bridges. Design prescriptions SR 1911-1997 Metallic railway bridges. Design prescriptions 282

Part 2 Section VI.ii: Specifications Lot 5

STAS 10111/1-77 Railway and road bridges. Masonry, concrete and reinforced concrete substructure. Design prescriptions STAS 10111/2-87 Railway and road bridges. Concrete, reinforced concrete and prestressed concrete superstructure. Design prescriptions SREN 10002-1/94 Metallic materials. Testing to traction. Testing method (to theenvironment temperature SR 13170-1993 Metallic materials. Impact bending test. Special test specimensand estimation methods SREN 10045-1/93 Metallic materials. Impact bending test on the Charpy test specimen. Part I: Testing method SR 1911-1997 Rail metallic bridges. Prescriptions for the design STAS 1844-75 Road metallic bridges. Prescriptions for the execution" STAS 9330-84 Railway and road metallic bridges. Joinings by hightensile bolts. Prescription for design and execution STAS 3461-83 Railway and road metallic bridges. Riveted super-structure. Prescriptions for execution STAS 9407-75 Railway and road metallic bridges welded super-structure. Prescription for execution STAS 8542-79 Choice of steel for metallic constructions STAS 12187-88 Thick steel plates for the main units of bridges and viaducts SREN 29692-1999 The electric arc welding with covered electrode, electric arc welding in protector gas medium and gas welding through melting. Preparing the parts for joining Practice Code NE 012-99 American Codes ACI 207.5R-99 Roller-Compacted Mass Concrete

III

BRIDGE GEOMETRIC CHARACTERISTICS

This Bridge is located near Fetesti e Borcea on the A2 motorway (approximately at the km 136) inserted in the European Transport Corridor IV section Fetesti-Cernavoda which connects the Black Sea with Central Europe, over the Danube River. This bridge runs NorthWest to South-East and is a 14 span structure, composed by two different parts: 3 main spans which are a metallic truss bridge with a steel transversal section allowing the road and rail traffic and the approach ramps composed by 11 spans of a double road carriageway supported by pre-stressed concrete beams. The main characteristics of this bridge are defined as follows: Structure typology: metallic truss bridge and pre-stressed concrete. Overhead Length: 968 m Overhead Width: 34.40 m Number of spans: 14 (3+3+8) Standard Concrete Span Length: 50 m Greater span length: 140.90 m

IV

BRIDGE INTERVENTIONS WORKS AND MATERIALS

283

Part 2 Section VI.ii: Specifications Lot 5

IV.1

SUMMARY

All interventions were organized by groups, in accordance with the related location and type of deterioration, as it is exposed in the following table, where designed interventions to be executed on bridge 8 can be seen:

CODE A1 A3 A4 A5 B1 B2 B3 B4 C1 C2 C3 C4 C6 D1 D3 D4 E5

MAINTENANCE AND REHABILITATION WORKS ROAD FINISHING AND EQUIPMENT Painting of pedestrian parapet Guard rail replacement Electrical equipment replacement Walkway slab substitution PAVEMENTS Roadway pavement and waterproofing replacement Roadway superficial drainage rehabilitation Walkway pavement replacement Expansion joints replacement CONCRETE REPAIR Deck Slab Repair Prestressed Concrete Beams Repair Concrete Pier Caps Repair Concrete Piers Repair Structural Strengthening STEEL WORKS Painting of steel structures Strengthen of anchor bolts Rehabilitation of inspection gantry and rails EARTHWORKS River bank improvement

B8

The materials and the provisions to be employed in the works to perform should be of the best existing qualities in commerce, shall possess the characteristics established on the base of the related normative references and shall correspond to the specifications of the present report or to other contractual actions. If not otherwise prescribed or allowed, they should answer to the norms and prescriptions of the European Standards or Romanian Standards. If not otherwise indicated, the materials and the provisions should be originated from places according with the contractor convenience and the correspondence between the materials and the specifications should be recognized by the Employer.

IV.2

INTERVENTION A1 PAINTING OF PEDESTRIAN PARAPET

IV.2.1 GENERALITIES

284

Part 2 Section VI.ii: Specifications Lot 5

This intervention will be applied on whole bridge pedestrian parapets in accordance with design drawings. Intervention sequence: 1- Surface preparation: power tool cleaning SSPC-SP3; 2- Coating program: application of epoxy zinc primer and polyurethane finish coats using airless spray. IV.2.2 SURFACE PREPARATION Pedestrian parapet painting surface preparation involves power tool cleaning (SSPC SP 3) in areas showing visible deterioration, followed by application of an epoxy zinc primer and a polyurethane finish coat. Removes loose rust, loose mill scale and loose paint. Intact materials may remain. Power tools use electrical and pneumatic equipment to provide faster cleaning. They include sanders, wire brushes or wheels, chipping hammers, scalers, rotating flaps (rotopeen), needle guns and right angle or disk grinders. Cleaning metal surfaces is less expensive using power tools than using hand tools. In addition, power tool cleaning generally requires much less stringent containment and produces less waste than abrasive blast cleaning. Thus, power tools are used frequently for spot cleaning of damaged coatings, where contamination of adjacent areas by abrasive is unacceptable.

IV.2.3 COATING PROGRAM Primer - Intercure 200 HS: A two component, high solids, low VOC, epoxy zinc phosphate/ micaceous iron oxide primer offering excellent barrier protection, low temperature cure and rapid overcoating properties. Intercure 200 HS is preferred for use with systems for chemical environments where zinc based materials can be subject to attack in both acid and alkaline conditions. Recommended Thickness: 80 microns

Finish Coat - Interthane 990: A two component acrylic polyurethane finish giving durability and long term recoatability. Level of sheen and surface finish is dependent on application method. Avoid using a mixture of application methods whenever possible. Best results in terms of gloss and appearance will always be obtained with conventional airless spray application. Recommended Thickness: 60 microns

Both products have been approved by International Protective Coatings.

IV.2.4 APPLICATION TECHNIQUES 285

Part 2 Section VI.ii: Specifications Lot 5

Bridge coatings can be sprayed, brushed, or rolled onto the steel, depending upon the requirements of the particular job. The majority of coatings are applied using airless spray. However, in many cases where nearby traffic or facilities may be impacted by overspray, the agency may restrict the use of spray equipment, and brushing or rolling will be required. With the use of containment on all cleaning jobs, often the specification will call for the containment to remain in place for spraying the primer. The containment can then be moved and the final coats brushed or rolled. There has been a renewed emphasis on stripe painting techniques for complex bridge surfaces. Most striping is specified as hand striping using only a brush. Stripe painting is considered good painting practice for slower drying coatings. These coatings tend to thin at edges and acute angles due to the surface tension of the wet-applied paint film. Often, this phenomenon has caused paints to fail prematurely on edges of flanges and fasteners. Stripe coating these areas will ensure proper paint film build and should alleviate this potential problem.

IV.3

INTERVENTION A3 GUARD RAIL REPLACEMENT

This intervention consists in dismantling existing guard rail and assembling the new one with the following operations: - removal of the guard rail connection screws; - cutting with oxyacetylene flame of the posts; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of the guard rail elements and other related materials and equipment; - local transport and handling of the guard rail elements; - assembling of the guard rail elements; - supply and installation of the reflective elements; - verifications after execution in accordance to the design. Steel plates embedded in the reinforced concrete support beams are included. This intervention will be applied on whole bridge in accordance with design drawings. The guard-rails must have a minimal height of 1,5 m and all its metallic elements should have a minimal steel grade of S235 and should be hot galvanized. All guard-rails should conform to the requirements of EN 1317. It will be welded a steel plate on the internal bridge guard-rails to protect the main beam deck against rain fall and antiskid materials.

IV.4

INTERVENTION A4 - ELECTRICAL EQUIPMENT REPLACEMENT

It needs to dismantle existing electrical equipment and to assemble the new one according to the following activities: - dismantling of the existing electrical equipment; 286

Part 2 Section VI.ii: Specifications Lot 5

- loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of the new electrical elements and other related materials and equipment; - assembling and installation of the new electrical elements; - verifications after execution in accordance to the design. The new road illumination main elements will be composed by the following primary elements: Polestar Pole: Cylindrical-conical pole model POLESTAR which has the cylindrical section at the base with a length of not less than 2300 mm. The poles are derived from an ERW normalized pipe suitable for hot-rolling which is made of killed steel of the S275JR type according to the EN 10025 standard. On the pole are forecast all the following workings: _ Cable input slot 186 x 46 mm; _ Junction box slot 186 x 46 mm suitable for a steel door of flush pole type, complete with antivandalism closing; _ Earthing supports device and the electrical equipment located inside the slot; _ Junction box model Conchiglia MVE 416/1 or similar; _ An aluminium sphere 76 mm is installed on the pole top (on request). The above mentioned lighting pole has 12 mt above ground level for what concerns this bridge. Bracket Miletus 200: MILETUS decorative system according is characterized by a special bracket supporting the lighting body: _ Central node made of steel S235 JR; _ Multiple arms options (up to six arms); _ Implemented with circular section pipes made of steel S235 JR, calenderer and welded; _ Extending lighting body mount tang 60; _ Hanging lighting body mount option with sleeve PG 34 female; _ The pole-bracket coupling is assured through an appropriate system of threaded seats and special security dowels made of stainless steel; _ Main bearing pipe 76 made of steel S235 JR; _ Bolts and nuts made of stainless steel; _ Coupling to poles whose top shell terminates in 76 after undergoing the necessary presetting workings. Luminaire Lumada VP 250W: Street lighting with a futuristic and extremely winning design that together with its functionality, soundness and reliability makes it the safe and ideal choice for the lighting of 287

Part 2 Section VI.ii: Specifications Lot 5

main motorways, city area and outskirts roads, crossings, parkings, squares and large road areas, both motorways. The standard colour is light grey RAL 7035.The lampholder is mounted by adjustable square support in cast aluminium. It can be quickly removed by hand without the need of tools. Attachment suitable for straight or curved poles up to a maximum diameter of 80 mm. The adjustable system allows continuous 0120 adjustments from the outside without opening the set thanks to a graduated scale the required inclination can be set.

IV.5

INTERVENTION A5 WALKWAY SLAB SUBSTITUTION

This item needs to restore the missing lids and to provide for lack of steel plates on the walkways. Particularly it is sometimes required to dismantle existing walkway slab around damaged zone, and assembling the new steel slab. The item covers the following activities: - dismantling of the existing walkway slab; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of all related materials and equipment; - laying the walkway slabs; - verifications after execution in accordance to the design.

IV.6

INTERVENTION B1 ROADWAY PAVEMENT AND WATERPROOFING REPLACEMENT

IV.6.1 GENERALITIES This chapter contains the general technical conditions to be fulfilled in the execution of bituminous road coverings type cast asphalt - for the carriage way of bridges. This intervention will be applied on the whole bridge in accordance with design drawings and is due to the very bad conditions of present bituminous conglomerate pavements. The pavement execution covers the following activities: - scarifying and removing the existing bituminous surface; - loading and transport of the material resulting from the demolition to an approved dump area; - cleaning and removal of any loose material from the concrete surface by sand blasting; - procurement, transport, storage and handling of all related materials and equipment; - execution of the leveling and slope concrete; - waterproofing execution including a bituminous priming layer; - performance of the in situ adherence tests of the membrane, at the required frequency; - assuring water tightness in correspondence of the waterproofing edges using specific elastic materials; 288

Part 2 Section VI.ii: Specifications Lot 5

- laying 60 mm thick protective course including surface preparation applying primer coat with bitumen emulsion; - laying 40 mm thick wearing course including surface preparation applying primer coat with bitumen emulsion; - verifications after execution in accordance to the design. The new bridge pavement, which is 11 cm thick, should consist of a wearing course (4 cm), a protective course or binder (6 cm) and a sealing course (1 cm). The protective and wearing course are made of asphalt. The sealing course is made from 2 layers of modified bitumen and a polyester layer 200 gr/sqm. The conglomerate for both the layers will be constituted by a mixture of rubbles, grits, sands and additives according to the definitions brought in the Art. 1 of the italian norms C.N.R., issue n. 4/1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions"), mixed with hot bitumen, and will be extended in work through a paving machine and compacted with gummed and smooth rolls. The transversal and longitudinal profile of the roadway on the bridge shall observe the design. This type of pavement is hot mix of natural aggregates, filler and non-paraffinous bitumen for roads, and must observe the conditions of following standards: _ EN 12697 - Bituminous mixtures. Test methods for hot mix asphalt _ EN 13108 - Bituminous mixtures. Material specifications _ EN 13055 - Lightweight aggregates _ EN 13043 - Aggregates for bituminous mixtures _ CNR 4 / 1953 - Norms for the acceptance of the rubbles, grits, sands and additives for road constructions _ CNR 68 / 1978 - Norms for the acceptance of the roadway bitumen. Characteristics for the acceptance.

IV.6.2 AGGREGATES The collecting of aggregates samples, for the control of the requisite of acceptance, will be effected according to the norms C.N.R., Chapter II of the issue 4/1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions"). For the samples collection destined to the control tests of the requisites of acceptance, as for the formalities of execution of the tests themselves, the contained prescriptions are worth in the issue n. 4 of the Norms C.N.R. 1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions "), with the prudence that the test for the determination of the loss in weight will be made with the method Los Angeles. The large aggregates must be obtained for shattering and being constituted by healthy, hard and durable elements, with live edges, rough surface, clean from dust or from inappropriate materials. The large aggregates must answer to the followings requisite: 289

Part 2 Section VI.ii: Specifications Lot 5

- Protection Course (BINDER): Reduction of weight from Los Angeles Test according to ASTM C 131 - AASHO T 96, must be less than 25% (C.N.R. 34-1973); Voids content, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions), must be less than 0,80; imbibition coefficient, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) must be less than 0,015 (C.N.R. 137-1992); not absorbent material, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions). In the case that the binder is expected to be subjected to the traffic in damp or winter periods, the loss in weight for shaking will be limited to the 0,5%. - Wearing course: Reduction of weight from Los Angeles Test according to ASTM C 131 - AASHO T 96, must be less than 20% (C.N.R. 34-1973); - at least a 30% in weight of the material of the whole mixture must be originate from shattering of rocks that introduces a coefficient of smaller shattering of 100 and compression resistance not inferior to 140 N/mm2s, as well as minimum wearing resistance of 0,6; Voids content, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions), must be less than 0,85; imbibition coefficient, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) must be less than 0,015 (C.N.R. 137-1992); not absorbent material, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) with limitation for the loss in weight to the 0,5%. The fine aggregate portion of the mixture may contain percentages of natural sand or obtained by crushing according to Art. 5 of the norms C.N.R. issue n. 4 of 1953,in detail: Sand equivalent, from AASHO T 176 test, (according to C.N.R. B.U. n. 27 del 30-31972) must be not inferior to 55%; not absorbent material, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) with the limitation for the large aggregates. Mineral Fillers will be constituted preferably by dust of calcareous rocks or from cement, hydrated mortar, hydraulic mortar, dusts of asphalt and they will have to result passing to the sieve n. 30 ASTMs and for at least 65% to the sieve n. 200 ASTMs. 290

Part 2 Section VI.ii: Specifications Lot 5

For the wearing layer, , the filler can be constituted by asphaltic rock dust containing asfaltica 6 - 8% of bitumen with penetration Dow to 25C inferior to 150 dmm. IV.6.3 BITUMEN Must be used semi-solid bitumen for road use with the suitable characteristics in the following table, employed for the confection of bituminous conglomerates. They are denominated "A" and "B" The following table refers to the base product as it leaves the cisterns. For all the works will always be used the bitumen type "A", excepted particular cases in which the can be employed bitumen type "B" (coldest Regions, north or highest zones) always after authorization of the Employer.

BASE BITUMENS TABLE CHARATTERISTICHS: Penetration a 25C/298K, 100g, 5s Softening Point Penetration Indice Fraass Breaking Point, min. Ductility at 25C/298K, min. Solubility, min. Volatility T = 163C / 436K, max. Paraffin content, max.

UNITS 0,1 mm C/K

BITUMEN A BITUMEN B VALUE VALUE 65 85 48-54/321-327 -1 / +1 85 105 47-52/320-325 -1 / +1 -9 / 264 100 99 +/- 1 3 150 - 250

C/K cm % % %

-8 / 265 90 99 +/- 0,5 3 220 - 400

Dynamic viscosity at T = 60C / 333K, Pa.s velocity gradient = 1 s 1 Dynamic viscosity at T = 160C / 433K, Pa.s velocity gradient = 1 s 1

0,4 0,8

0,2 0,6

After RTFOT (Rolling Thin Film Overt Test) Dynamic viscosity at T = 60C / 333K, velocity Pa.s gradient = 1 s 1 Residual penetration at 25C/298K, 100g, 5s Increase in softening point % C/K 700 - 800 500 - 700

70 +8 / 281

75 + 10 / 283

IV.6.4 MIXTURES 3) Protective Course (binder). The mix formula of the natural aggregates and filler must be contained on the following allowing conditions: 291

Part 2 Section VI.ii: Specifications Lot 5

U.N.I Sieve Series Sieve 25 Sieve 15 Sieve 10 Sieve 5 Sieve 2 Sieve 0,4 Sieve 0,18 Sieve 0,075

Passing: % total weight 100 65 100 50 80 30 60 20 45 7 25 5 15 4 8

The bitumen content (%) of the mixture mass must be contained between 4,5% and 5,5%. The mixture must respect the following conditions: Marshall stability, performed at 60C must be not inferior to 900 Kg. Marshall rigidity must be superior to 300 (C.N.R 30-1973). The same samples used for Marshall stability test must present a percentage of voids content contained between 3 and 7%. 2) Wearing Course. The mix formula of the natural aggregates and filler must be contained on the following allowing conditions:

U.N.I Sieve Series

Passing: % total weight Curve type A

Passing: % total weight Curve type B

Sieve Sieve Sieve Sieve Sieve Sieve Sieve Sieve

20 15 10 5 2 0,4 0,18 0,075

100 90 100 70 90 40 55 25 38 11 20 8 15 6 10

-100 70 90 40 60 25 38 11 20 8 15 6 10

Type A bitumen content must be contained between 4,5% and 6% respect to aggregates total weight(C.N.R. 38-1973). Type A curve is valid for wearing courses with a thickness contained between 4 and 6 cm. The mixture must respect the following conditions: c) _ High mechanic resistance and flexibility. 292

Part 2 Section VI.ii: Specifications Lot 5

_ Marshall stability(C.N.R. 30-1973), performed at 60C must be not inferior to 1000 Kg. _ Marshall rigidity must be superior to 300 (C.N.R 30-1973). _ The same samples used for Marshall stability test must present a percentage of voids content contained between 3 and 6%. b) High resistance to surface wearing; c ) Sufficient surface roughness; d) 8%. IV.6.5 WORKS CONTROL AND ACCEPTANCE The control of the materials for the asphalt mixtures shall be made as provided by the respective standards. IV.6.6 SPECIFICATIONS FOR THE EXECUTIONS The support layer shall be finished depending on its type, namely: the support of concrete shall be leveled by a cement mortar rendering. After drying, the surface shall be primed by cationic bituminous emulsion with quick breaking. The mixtures shall be rolled after the priming of the waterproofing course with bituminous emulsion. High compactness: the final residual voids volume must be contained between 4% and

IV.6.7 ADHESION ACTIVES On the confection of the asphalt mixtures for the different layers (protection and wearing course) must be used special chemical additives in favor of the bitumen - aggregate adhesion, constituted from ammine and alchilammid - poliammine obtained from reaction between poliammine and fatty acids C16 e C18.

IV.6.8 DRAINING ASPHALT WEARING COURSE This bituminous mixture for draining wearing course is constituted from a mixture of rubbles, sands and additives hot confectioned with modified bitumen. The scope of this mixture is: - Improve adherence in case of raining; - abatement of the traffic noise (phono-absorbent).

IV.6.8.1 AGGREGATES

293

Part 2 Section VI.ii: Specifications Lot 5

The aggregates must respond to the requisites of acceptance above illustrated , according to the norms C.N.R., Chapter II of the issue 4/1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions"), with the following exceptions: _ water solubility absorption coefficient not inferior to 0.44; _ the crushed sand percentage not inferior to 80% of the sand mixture.

IV.6.8.2 BITUMEN This bitumen must be of modified type with the following characteristics: Bitumen type E : bitumen type B + 2% low density polyethylene + 6% styrene butiadene

CHARACTERISTICS Penetration a 25C/298K, 100g, 5s Softening Point Penetration Indice Fraass Breaking Point, min. Dynamic viscosity at T = 80C / 353K, velocity gradient = 1 s 1 Dynamic viscosity at T = 160C / 433K, velocity gradient = 1 s 1

UNITS 0,1 mm K

VALUE (x) 35 - 45 333+343 +1/ +3

K Pa.s

261 180 450

Pa.s

0,2 2

Bitumen type F : bitumen type B + 6% polyethylene (o 6% ethylene vinyl acetate + 2% polymers) + 2% styrene butiadene

CHARACTERISTICS Penetration a 25C/298K, 100g, 5s Softening Point Penetration Indice Fraass Breaking Point, min.. Dynamic viscosity at T = 80C / 353K, velocity gradient = 1 s 1 Dynamic viscosity at T = 160C / 433K, velocity gradient = 1 s 1

UNITS 0,1 mm K

VALUE (x) 50 - 70 328-343 +1/ +3

K Pa.s

261 180 450

Pa.s

0,2 1.8

IV.6.8.3 MIXTURES They are predictable three types of mixtures, respectively: "granular", intermediary" and "monogranular", that must have a granulometric composition in the curve as following: 294

Part 2 Section VI.ii: Specifications Lot 5

Passing: % total weight U.N.I Sieve Series Curve A Granular Sieve Sieve Sieve l0 Sieve Sieve - 12 Sieve 0 - 10 Sieve 0- 8 Sieve 0,075 0-6 0-6 0- 6 0,18 0-8 0-8 0,4 0 10 0 - 10 15 - 35 5 5 20 2 0 - 12 20 15 Curve B Intermediary 100 80 - 100 35 - 50 10 - 25 0 -12 Curve C Monogranular, 100 100 90 - 100 85 - 100 5 - 20 0 100

The bitumen content (%) of the mixture mass must be contained between 5% and 6,5%.

The performance characteristic of every type of mixture are the followings:

- optimal draining: - high draining: - good draining:

mixture granular mixture intermediary mixture monogranular

(curve A) (curve B) (curve C)

The both three mixtures favor an elevated abatement of the traffic noise; the Employer must verify that capacity through the control of the mixtures themselves, applying the static waves method with the defined standard equipment "pipe of Kundt" on samples of l0 cm diameter collected in site. These samples must be collected and verified after 150 days of the pavement laying. In this case the phono-absorption coefficient "" under conditions of normal incidence must be: Frequency (Hz) Phono-absorption coefficient ()

400 630 800 1600 2000 2500

> 0,15 > 0,30 > 0,15

With a grazing incidence of 300 the values of must be:

295

Part 2 Section VI.ii: Specifications Lot 5

Frequency (Hz) 400 - 630 800 - 1250 1600 - 2500

Phono-absorption coefficient () > 0,25 > 0,50 > 0,25

The mixture must respect the following conditions: _ Marshall stability(C.N.R. 30-1973), performed at 60C must be not inferior to 500 Kg for A curve and not inferior to 600 Kg for B and C curves. _ Marshall rigidity must be superior to 200 (C.N.R 30-1973) for A curve and superior to 250 Kg for B and C curves. _ The same samples used for Marshall stability test must present a percentage of voids content (CNR 39 - 73) contained between: mixture granular, mixture intermediary mixture monogranular (curve A) (curve B) (curve C) 16% - 18% 14% - 16% 12% - 14%

The Employer him should check the mixture through the determination of the indirect traction resistance and of the ultimate deformation ("Brazilian" test) (CNR 97 - 1984). The relative values, for the three types of mixture must be contained in the limits as the following table: Test Temperature
2

283 K

298 K

313 K

Indirect traction resistance (N/mm ) Indirect traction coefficient (N/mm )


2

0.70 1.10 55

0.25 0.42 22

0.12 0.20 12

IV.6.8.4 SPECIFICATIONS FOR THE EXECUTIONS

The compaction temperature must be included between 413 and 423 Ks for the mixtures performed with type "E" bitumen. At the compaction end, the draining wearing layer must have a uniform weight of volume in the whole thickness, not inferior to 96% of that Marshall performed before. Such verification must be performed with daily frequency according to the norm (CNR 40 1973) and will be determined on samples of 20 cm diameter. The permeability coefficient at constant load (Kv in cm/s) determinated on laboratory on samples of 20 cm diameter collected in site must be not inferior to: Kv = 15*1,0 cm/s (arithmetic average of 3 results).
-2

296

Part 2 Section VI.ii: Specifications Lot 5

The draining capacity performed in site and measured on an area of 154 cm2s and with a pavement thickness between the 4 and 5 cm must be greater of 12 dm3/min for the mixture of the "A" curve and greater of 8 dm3/min for the mixtures of the "B" and "C" curves. The surface must be perfectly cleaned. HORIZONTAL MARKING Taking into account that the bridge is a small part of a road, the horizontal marking will be executed as to complain with roads horizontal marking, following the same specifications of the markig applied on road, as per norms in force and as per Beneficiary requirements. IV.6.9 WATER PROOFING Waterproofing must achieve the following : to stop the access of water in the construction units to collect and remove the infiltrated water through the asphaltic lining and waterproofing cover and to lead it to the water outlet devices Generally, bridges waterproofing consists of : the waterproof blanket continually performed on the whole surface of the construction unit and its connection to that element. the waterproofing layers must be connected to the outlet nozzles and to the expansion joints. The functionalities of some layers can be merged in various solutions of the specialized firms of waterproofing. The waterproofing may consists of : liquid foil, fast hardening waterproofing membrane by spraying by hot sticking of the membranes with bitumen solution by cold sticking with synthetic resin self-sticking membranes sticking by membrane overheating masons brush or brush laying

The laying technology may be : -

The physical-mechanical conditions should be assured in any of the technological variants. The term waterproofing layer as used herein after refers to all the component coats, namely : the levelling layer, priming, principal base waterproofing layer and protection cover. The waterproofing layer should be guaranteed 8 years at least at normal bridge, pass or viaduct usage.

297

Part 2 Section VI.ii: Specifications Lot 5

During this period, of time the guarantor should carry out - on its expenses - the repairing or changing the waterproofing layer, the remedial works of the damages produced by water infiltration into the structure. The materials used in the waterproofing layer must be sound and chemically passive. The waterproofing layer must be also executed on bridges in use, repairing a half of the carriageway the other half being used for traffic, the joining of the waterproofing layers in the bridge longitudinal axis must be made so that the technical features to be assured. The waterproofing layer must support the low speed transport and asphalt coat laying means on bridges, passes or viaducts. The waterproofing layer must assure the adhesion stickiness of the asphaltic coat on its top layer: ultimate strength elongation at break static boring perforating resi stance European Norm L4 250 N on the 10 mm diameter ball stretch adhesion N/mmp flexibility on 50 mm diameter bolt water absorption in 24 hours max. temperature for physical stability of a membrane features temperature field in current usage temperature field of the environment where the waterproofing layer is laid + 50 C + 300 C 20 C + 70 C
0 0

800 N/5 cm min 20 %

Min. 0,5 without cracks at - 10 C 0,5 % 120 C 1800 C


0 0

temperature of the poured asphalt coat without modifying the physical- mechanical

The top layer of the waterproofing should be chemically compatible with the components of the asphalt in order to avoid the waterproofing attacking. It is proposed an waterproofing with 2 layers of modified bitumen reinforced with a polyester layer 200 gr/sqm.

IV.7

INTERVENTION B2 ROADWAY SUPERFICIAL DRAINAGE REHABILITATION

This item covers the substitution of the existent drain pipes and grids: - removal of the existing damaged drain pipes and/or related grids; - loading and transport of the removal material to an approved dump area; - procurement, transport, storage and handling of necessary materials and equipment; - installation of the new drain pipes and/or related grids; - finishing works to ensure waterproofing; - verifications after execution in accordance to the design. The pvc pipes supplied should be in accordance with EN 1401. The grids supplied should be in accordance with EN 124. 298

Part 2 Section VI.ii: Specifications Lot 5

IV.8

INTERVENTION B3 WALKWAY PAVEMENT REPLACEMENT

The item covers the following activities: - scarifying and removing the existing surface; - loading and transport of the material resulting from the demolition to an approved dump area; - cleaning and removal of any loose material from the concrete surface by sand blasting; - procurement, transport, storage and handling of all related materials and equipment; - waterproofing execution including a bituminous priming layer; - performance of the in situ adherence tests of the membrane, at the required frequency; - placement of the precast concrete slab; - assuring water tightness in correspondence of the waterproofing edges using specific elastic materials; - laying 20 mm thick wearing course including surface preparation applying primer coat with bitumen emulsion - verifications after execution in accordance to the design. The new bridge walkway pavement, should consist of a wearing course (2 cm) executed above of the precast concrete slab at least with 35MPa Rck and Feb44k steel. The asphalt courses and the waterproofing protection system are specified on IV.5 Intervention B1 roadway pavement and waterproofing replacement.

IV.9

INTERVENTION B4 EXPANSION JOINTS REPLACEMENT

GENERALITIES This item covers the following activities: - removal of the existing expansion joints; - loading and transport of the removal material to an approved dump area; - procurement, transport and handling of the expansion joint devices and the necessary materials; - formworks manufacturing, installation and dismantling; - reinforcement steel bars manufacturing and installation; - concrete production, transport and casting; - concrete quality control; - concrete protection during the curing period; - expansion joints installation in accordance with the supplier technical documentation; - control of the expansion joint positioning in respect to the design.

299

Part 2 Section VI.ii: Specifications Lot 5

This intervention includes two different types of expansion joints: _ RAN 50 type or with equivalent characteristics; _ GP 50 type or with equivalent characteristics; _ GP 150 type or with equivalent characteristics. The devices for the expansion joints covering used on road bridges shall assure : the free movement of the decks ends in the joints the continuity of the carriageway on the expansion joints zone tightness at leaking and water infiltration

Tight devices are to be used to satisfy these requirements. Generally the components of the devices for covering the expansion joints are : elastomeric elements that assure the movement metallic support elements, fixed on structures special concrete in the metallic parts fixing zone special mortar for tightening rubber bands for collecting and removing the infiltration water.

According to the type of the device, the functions of some elements can be cumulated. The devices for covering the expansion joints are laid on new bridges or on bridges in usage; specific methods of fixing for any case being specified. In case of bridges in usage, the device should permit works on half of the carriageway, the other half being used for traffic, without modifying the technical characteristics of the expansion joint device. The term device for covering the expansion joints herein - after device contains all the component elements, namely: concrete where the metallic elements are fixed fixing metallic elements elastomeric elements rubber tightening element special mortar for tightening the elastomeric element

IV.10

INTERVENTIONS C1 - DECK SLAB REPAIR, C2 PRESTRESSED CONCRETE

BEAMS REPAIR, C3 CONCRETE PIER CAPS REPAIR AND C4 - PIERS CONCRETE REPAIR

IV.10.1 GENERALITIES The following activities wil be covered: - Sounding of concrete to locate areas of delamination; - preparation and cleaning of surface by means of sand blasting and water washing and/or concrete removal by means of hydrodemolition;

300

Part 2 Section VI.ii: Specifications Lot 5

- loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of all related materials and equipment; - epoxy and polyurethane compounds application; - application of a corrosion inhibitor and a cementitious mortar where concrete is removed; - verifications after execution in accordance to the design; These interventions can be divided in 2 different work sequences in accordance with the type and location of the deterioration. Therefore, when efflorescence, low corrosion and spalling are founded, the following work steps may be implemented: 1 - Sounding of concrete to locate areas of deterioration (spalling, honeycomb, corrosion); 2 - Concrete sand blast cleaning to prepare the surface for receiving protective materials; 3 - Concrete water washing with 1500 psi of pressure to remove oils, grease or other substances; 4 - Application of an epoxy resin primer coat like MASTERSEAL PRIMER PU from BASF or similar; 5 - Application of a polyurethane resin protective coat like MASTERSEAL FORMULA PU from BASF or similar. Differently, when the concrete surface present honeycomb and high corrosion and spalling, the following work steps may be implemented: 1 - Sounding of concrete to locate areas of deterioration (spalling, honeycomb, corrosion); 2 - Hydrodemolition of damaged concrete with 30000 psi of pressure and concrete removal of 4 cm, being attention with reinforcing steel; 3 - Concrete water washing with 1500 psi of pressure to remove oils, grease or other substances; 4 - Application of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP from BASF or similar; 5 - Application of a thixotropic cementitious mortar with restrained expansion, fiber-reinforced with flexible inorganic fibres, like EMACO FORMULA TIXOFIBER from BASF or similar; 6 - Application of an epoxy resin primer coat like MASTERSEAL PRIMER PU from BASF or similar; 7 - Application of a polyurethane resin protective coat like MASTERSEAL FORMULA PU from BASF or similar.

IV.10.2 MATERIALS The designed products are described as follows:

IV.10.2.1 MASTERSEAL PRIMER PU

301

Part 2 Section VI.ii: Specifications Lot 5

Is a solvent-borne two-pack epoxy resin with low viscosity acting as primer for the elastomeric polyurethane coating MASTERSEAL FORMULA PU and as curing agent for the mortars of the EMACO FORMULA range. Storage MASTERSEAL PRIMER PU must be stored in a sheltered dry place at a temperature between +5C and +35C inclusive. Temperature Application may be at an ambient temperature anywhere between +5C and +40C. Application at lower temperatures is inadvisable because the product would dry very slowly. Preparation of the substrate and recoating Using the product ONLY as PRIMER on fully cured concrete or repair mortar: prior to applying the primer it is indispensable to check the concrete surfaces for damage or contamination by oils, grease or other substances. Any loose, damaged or contaminated concrete must be removed and then the surface made good using products from the EMACO FORMULA range. The primer MASTERSEAL PRIMER PU must be applied on sanded surfaces (this does not apply to areas repaired with EMACO products), which have been cleaned and freed of dust using compressed air. After application of the primer it is necessary to wait at least 6 hours up to a maximum of 48 hours, in standard environmental conditions (20C, 65 % r.h.) before proceeding with application of the finish MASTERSEAL FORMULA PU. - Using the product as CURING AGENT and PRIMER on freshly applied EMACO FORMULA repair mortars: the substrate consists of fresh EMACO FORMULA mortar and it is necessary to wait approx. 30 minutes after completion of the float finish and in this case MASTERSEAL PRIMER PU will act initially as curing agent and then as primer. MASTERSEAL PRIMER PU must be applied in a single coat over EMACO repair products, having waited at least 30 minutes after completing the float finish of the EMACO mortar. In conditions of low temperature and high relative humidity it is advisable to wait for a longer minimum time (approx. 60 minutes). So that the product dries properly before being recoated with the finish MASTERSEAL FORMULA PU, it is necessary to wait at least 5 days in excellent environmental conditions (20C, 65% r.h.). Always in these conditions, do not exceed 10 days for hardening or setting before applying the finish. Application Stir the 2 parts separately, then pour part B (hardener) into part A (base) and use a lowspeed mechanical mixer to obtain a smooth mix. The product must not be diluted; it may be applied by spraying or by roller (for limited areas).

Airless spray equipment

302

Part 2 Section VI.ii: Specifications Lot 5

MASTERSEAL PRIMER PU application data

IV.10.2.2 MASTERSEAL FORMULA PU Is a two-pack elastic solvent-borne polyurethane resin with high solids content by volume, forms a film coating with satin finish having a crack bridging ability and high protective capacity against agents that cause damage to reinforced concrete. Performance Performance is referred to a dry film thickness of 200 m (micron)

Storage MASTERSEAL FORMULA PU must be stored in a sheltered, dry place at a temperature between +5C and +35C inclusive. Preparation of the substrate - If the reinforced concrete structures only need protecting, prior to applying the primer it is indispensable to check the concrete surfaces for damage or contamination by oils, grease or other substances. Any loose, damaged or contaminated concrete must be removed and then

303

Part 2 Section VI.ii: Specifications Lot 5

the surface made good using products from the EMACO FORMULA range. The primer must be applied on sanded surfaces (this does not apply to areas repaired with EMACO products), which have been cleaned and freed of dust using compressed air. - If the concrete has been repaired and needs subsequent protection, the substrate consists of EMACO FORMULA fresh mortar and it is necessary to wait approx. 30 minutes after completion of the float finish before applying the MASTERSEAL PRIMER PU, which in this case will act initially as curing agent and then as primer. Temperature Application may be at an ambient temperature anywhere between +5C and +40C. Application at lower temperatures is inadvisable because the product would dry very slowly. Application Stir part A well in its can using a low-speed mechanical mixer; ensure that all of part B is emptied into part A and blend together for a couple of minutes, using the mechanical mixer, before application. The product may be applied by short pile roller or by spray. When using a hand roller, it is advisable to apply 2 successive coats at least 12-18 hours apart in excellent environmental conditions (20C and 65% r.h.). In airless spraying, the recommended dry thickness of 200-300 in a single coat. Airless spray equipment m (micron) may be applied

MASTERSEAL FORMULA PU application data

IV.10.2.3 EMACO NANOCONCRETE AP Is a single-pack light grey, polymer-modified cementitious primer containing corrosion inhibitors. Storage Store the product in a sheltered, dry place at a temperature anywhere between 5 and 30C, in the tightly closed original containers. Cleaning the rebars

304

Part 2 Section VI.ii: Specifications Lot 5

Once the rebars have been exposed they must have the rust removed by sanding or brushing with a metal brush. Temperature This product may be applied at an ambient temperature anywhere between +5C and +35C. Application Must be applied by brush immediately after having removed the rust. The first coat is applied over the whole length of the bar, using a stiff brush for a thickness of approx. 1mm and the second coat is applied as soon as the first is dry. Then wait for the inhibitor to have set sufficiently before carrying out the repair work.

IV.10.2.4 EMACO FORMULA TIXOFIBER Is a ready-mixed air-cured thixotropic cementitious mortar with restrained expansion that is resistant to environmental agents, contains polyacrylonitrile fibres and is reinforced with flexible and durable inorganic fibres. Performance The performances shown below are obtained with a consistency of 170-180 mm according to UNI EN 13395/1, in the absence of bleeding.

The reinforcement fibres have length 12mm, diameter 14 m, tensile strength 1700 MPa and modulus of elasticity 72000MPa. Storage Store the product in a sheltered, dry place at a temperature anywhere between 5 and 40C. Removal of the deteriorated concrete

305

Part 2 Section VI.ii: Specifications Lot 5

The engineer decides the thickness to be removed on the basis of the preliminary surveys aimed at identifying the state of preservation of the structure. Loose or contaminated concrete must be removed preferably by hydro demolition or, alternatively, by mechanical chipping using lightweight compressed air operated concrete breakers and taking all the necessary precautions to avoid damaging the structures. The surface of the concrete substrate must be macroscopically rough (surface irregularity approx. 5 mm deep to obtain maximum bond between the substrate and the repair material. The macroroughness is indispensable for the restrained expansion mechanism, which is essential for the success of cementitious mixes expanding in air. Cleaning the reinforcement rods The loose or contaminated concrete around the reinforcement rods must be removed. If the damaged or contaminated concrete has been removed by hydro demolition, this usually guarantees suitable cleaning also of the reinforcement rods. Placing additional structural reinforcement Whenever it is necessary to add new reinforcement rods for structural reasons, a layer of 2 cm concrete must cover the rods. Cleaning and saturation of the concrete The concrete substrate must be cleaned and saturated using water under pressure (80100 atm and warm water in winter). This is indispensable to prevent the concrete substrate taking water from the mix. Incomplete saturation would cause loss of adherence and cracking of the added material. The use of water under pressure also ensures effective cleaning of the surface by removing dust and small loose particles that may still be present after the concrete has been scarified. Cleaning and saturation of the surfaces are essential to obtain high values of adherence between the substrate and the applied material. Application Must be applied onto macroscopically roughened but cohesive surfaces that have been cleaned and satured with water. In the case of extensive surfaces, the product may applied for a thickness from 1 to 5 cm in a single layer using screw or piston sprayers. During the interruptions in spraying, it is necessary to thoroughly clean the tubes and the pump itself using water under pressure and a soft tube-cleaning rubber ball.

IV.11 INTERVENTIONS C6 STRUCTURAL STRENGHTENING

This intervention considers the application of CFRP laminates and transverse straps on prestressed concrete beams. The item covers the following activities: - procurement, transport, storage and handling of all related materials and equipment; - application of a bicompound epoxy primer - application of coats of epoxy adhesive for bonding new concrete with CFRP laminates and transverse straps; 306

Part 2 Section VI.ii: Specifications Lot 5

- application of CFRP laminates; - application of CFRP straps; - verifications after execution in accordance to the design;

MBT-MBrace Laminate LM 10/1,4 Fiber Type Nominal Thickness (mm) Tensile Modulus (GPa) Tensile Strength (MPa) Ultimate Strain (%) Carbon 1,4 165 2300 1,8

MBrace Fiber High Modulus Carbon 0,165 390 3000 0,8

Characteristics of CFRP Composite System

IV.12 INTERVENTION D1 PAINTING OF STEEL STRUCTURES GENERALITIES This intervention will be applied on whole steel bridge in accordance with design drawings. INTERVENTION SEQUENCE: 1- Surface preparation: 30000 psi in all surface; 2- Coating program: application of epoxy zinc-rich primer, an epoxy intermediate and power tool cleaning to bare metal SSPC-SP11 in areas

demonstrating a higher tendency to corrode and high pressure waterjetting SSPC-SP12

polyurethane finish coats using airless spray. SURFACE PREPARATION Power Tool Cleaning to Bare Metal SSPC-SP11: It produces a greater degree of cleaning than SSPC-SP3 and may be considered for coatings requiring a bare metal substrate. This method produces surfaces that "look" like near white or commercial blast. Examples of circumstances where this specification may be applied are: _ Touch-up of welded or damaged areas of erection assemblies; _ Reducing volume of hazardous waste produced by abrasive blasting; _ Cleaning around sensitive equipment or machinery.

High Pressure (30000 psi) Waterjetting SSPC-SP12 : Generally used in maintenance cleaning of previosly painted surfaces. Waterjetting opens the profile under the existing paint or rust and removes the detritus. 307

Part 2 Section VI.ii: Specifications Lot 5

The key to cleaning by water is to get the energy of pressurized water transferred to the substrate efficiently.

COATING PROGRAM Primer - Intercure 200 HS: A two component, high solids, low VOC, epoxy zinc phosphate/ micaceous iron oxide primer offering excellent barrier protection, low temperature cure and rapid overcoating properties. Intercure 200 HS is preferred for use with systems for chemical environments where zinc based materials can be subject to attack in both acid and alkaline conditions. Recommended Thickness: 80 microns Intermediate Coat - Intercure 420 HS: A two component, high solids, low VOC, epoxy micaceous iron oxide intermediate coating offering excellent barrier protection, low temperature cure and rapid overcoating properties. The incorporation of plate-like micaceous iron oxide pigment, both increases the barrier effect and improves long term overcoating properties of the system. Recommended Thickness: 100 microns Finish Coat - Interthane 990: A two component acrylic polyurethane finish giving durability and long term recoatability. Level of sheen and surface finish is dependent on application method. Avoid using a mixture of application methods whenever possible. Best results in terms of gloss and appearance will always be obtained with conventional airless spray application. Recommended Thickness: 60 microns

Both products have been approved by International Protective Coatings. APPLICATION TECHNIQUES Bridge coatings can be sprayed, brushed, or rolled onto the steel, depending upon the requirements of the particular job. The majority of coatings are applied using airless spray. However, in many cases where nearby traffic or facilities may be impacted by overspray, the agency may restrict the use of spray equipment, and brushing or rolling will be required. With the use of containment on all cleaning jobs, often the specification will call for the containment to remain in place for spraying the primer. The containment can then be moved and the final coats brushed or rolled. There has been a renewed emphasis on stripe painting techniques for complex bridge surfaces. Most striping is specified as hand striping using only a brush. Stripe painting is considered good painting practice for slower drying coatings. These coatings tend to thin at edges and acute angles due to the surface tension of the wet-applied paint film. Often, this phenomenon has caused paints to fail prematurely on edges of flanges and fasteners. Stripe

308

Part 2 Section VI.ii: Specifications Lot 5

coating these areas will ensure proper paint film build and should alleviate this potential problem.

IV.13 INTERVENTION D3 STRENGTHEN OF ANCHOR BOLTS For the connections wich have missing anchor bolts, is required to restore them and a total check of the same connections. The item covers the following activities: - procurement, transport, storage and handling of related materials and equipment; - restore missing anchor bolts in the connections; - check anchor bolts for adequate attachment.

IV.14 INTERVENTION WORK D4 REHABILITATION OF INSPECTION GANTRY AND RAILS It is proposed an anti-corrosion treatment and painting as designed to intervention A1 Painting of pedestrian parapet.

IV.15 INTERVENTION WORK E5 RIVER BANK IMPROVEMENT Is necessary to avoid further increase of this erosive phenomenon. This item covers the following activities: - procurement, transport, storage and handling of necessary materials and equipment; - land cleaning of bushes and shrubs; - soil leveling; - loading and transport of the discard materials to the approved storage yards; - placement of rocks as protection of basement in artificial cuts made to profile the river banks; - laying of river gabion mattresses made of hexagonal double twisted wire mesh filled with stones. The woven steel wire used to manufacture the mattress is heavily zinc-coated soft temper steel; - casting of lean concrete layer; - finishing works, check after execution in accordance to the design.

IV.16 Interference with railways Some intervention works can interfere with railways, therefore please find below some conditions to be observed regarding railways protection: 1. 2. The replacement of the expansion devices of the joints will guarantee a superior functioning quality. Water drainage from the road bridges will not affect the structure elements of the bridges and neither will it affect the railroad earthwork.

309

Part 2 Section VI.ii: Specifications Lot 5

3. 4.

Both during the design stage, as well as during the execution stage, a control of the welded joints will be made. The protection and the functioning maintenance of the river signaling installations and associated cables will be insured. In the case in which, during the execution of the works, it is necessary for the cables associated with the river signal installations or other cables belonging to the SCB installations, telecommunications and electricity, to be relocated, they will be replaced with new cables, at the expense of the Contractor.

5.

The execution of works for the road bridges will not affect the railway, the constructions and the associated installations (railway bridges, the contact line, the railway cables, etc.)

6.

During the execution of the works at the bridge and viaducts, no materials shall be stored in the area of gauge railroads and the earthwork of the railway shall not be affected.

7. 8. 9.

The rehabilitation works of the bridge will not affect the gauges of the railway. The present horizontal rail gauges and the vertical rail gauge will be maintained. During the execution of the works, the gauge of free pass shall be insured, according to STAS 4392-84. The provisions of Instruction 317 for closure of lines and speed limitations will be met. The closure of lines and speed limitations necessary for the execution of the works will be compiled by Regional Railway Office Constanta, based on a graphic staging of works presented by the designer, specifying the periods of closure of lines and speed limitations. The calculation of the expenses due to railway traffic disturbance will be adapted to the graphic of circulation (passenger and freight train schedules), valid during the works.

10.

With at least 15 days before the start of the works, Section LS Bridges Cernavoda, the Installations Division Constanta, the Telecommunications branch CFR Constanta and the Electricity Branch CFR Constanta will be notified. The bridge works, as well as the ones near the railway 800 Bucharest Constanta will be monitored (technical assistance) by representatives of the Regional Railway Office Constanta, for the elements that affect the safety of railway circulation.

11.

All the provided, as well as the determined expenses by these to the railway, including the counter value of speed limitations and the capacity limitations necessary to the execution of the works under circulation terms, will be at the expense of the works beneficiary, from the initial investment.

12.

The Contractor will not have to, both during the works period, as well as after works ending to influence in any way the good circulation of railway traffic or of the signals and the access to the railway installations, to not use red color lights, yellow, green or blue, that will create confusion in the circulation of the trains, water drainage or the residue that may affect the railway.

310

Part 2 Section VI.ii: Specifications Lot 5

13. 14.

The works contractor will be authorized by AFER for construction works in the railway area. The damages recorded at C.N.C.F. C.F.R. S.A. as a consequence of possible faults, fire or explosions made by the contractor and the beneficiary will be at their expense.

15.

The start of the works is conditional upon authorization of works commencement, issued by the Regional Railway Office Constanta, based on a technical documentation that will contain the works that affect the infrastructure elements of the railway, in the execution details phase and verified by a design checker, according to Law no. 10/1995 regarding quality in construction.

16.

The solution for restoring the anticorrosive protection which will be applied to the road consoles of the Danube bridges will be correlated (aspect, color) with the one to be applied for the restoring of the anticorrosive protection of the railway bridges.

17. 18. 19.

The rehabilitation works of the railway Danube bridges will have to be correlated, as much as possible, with the rehabilitation of the road bridges. Checks and replacement of the high resistance pre-stressed bolts at the main beam/road consoles joints will be made. At the main bridges, in the area of the consoles road grip, devices to protect the main beam decks against rain fall and antiskid materials that reach it due to road traffic, will be designed and executed. Rain fall and antiskid materials that reach the main beams favor the accelerated degradation of their anticorrosive protection.

20.

The designed devices from point 4. Above, together with the technology of high prestressed resistance bolts replacement, as well as the design for expansion joints at the end of continuous beam decks replacement shall be approved by the original designer of the bridges.

311

Part 2 Section VI.iii: Drawings Lot 5

SECTION VI.iii DRAWINGS See separate Volume VI.iii Lot 5 on DVD

312

Part 2 Section VI: Requirements Lot 6

Section VI: Requirements Lot Lot 6 - Rehabilitation works for Bridge no. 4 on DN 22C km 38+002 at Poarta Alba, Bridge no. 5 on DN 2A km 196+739 at Ovidiu, Bridge no. 6 on DN 3 km 242+286 at Murfatlar (Basarabi) and Bridge no. 9 on DN 39 km 49+157 at Mangalia
Contents

Section VI.i Section VI.ii Section VI.iii

Bill of Quantities Specifications Drawings

313

Part 2 Section VI.i: Bill of Quantities Lot 6

SECTION VI.i BILLS OF QUANTITIES

314

Part 2 Section VI.i: Bill of Quantities Lot 6

I. PREAMBLE TO THE BILLS OF QUANTITIES The Tenderers shall price separately each Item in the Bills of Quantities (B/Q) and shall introduce the total amount of the Bills in the Summary of each works type. The total amount of these summaries will be introduced in the Grand Summary given in B/Q. The B/Q must be read with all the other Contract Documents and the Contractor shall be deemed to have thoroughly acquainted himself with the detailed descriptions of the works to be done and the way in which they are to be carried out. The whole of the works is to be executed to their true intent and meaning and to the entire satisfaction of the Engineer. I.1. QUANTITY OF ITEMS The quantities set forth against the Items in each Bill are an estimation of the quantity of each kind of the work likely to be carried out under the Contract and are given for the convenience of forming a common basis for bids. There is no guarantee to the Contractor that he will be required to carry out the quantities of work indicated under anyone particular item in the B/Q or that the quantities will not differ in magnitude from those stated in the Bills. When pricing items, reference should be made to the Conditions of Contract, the Specifications and relevant Drawings for directions and descriptions of work and materials involved. The quantities given in the B/Q are provisional, as estimated on the basis of the Plans for Approval, which have been taken as a basis for the present Tender Documents and are given to provide a common basis for Bidding. The Tenderers shall consider carefully all things included in the Tender Documentation. Comments, if any, concerning the quantities shall be made in the form of an attachment, following the system of itemization, quoting the codes and brief descriptions, as in the present documents, including the rates and prices. Except where specifically and expressly otherwise stated in the Technical Specifications or in the B/Q, the Permanent Works only shall be measured. The works shall be measured net to the dimensions shown on the Drawings or ordered in writing by the Engineer, except where otherwise specifically described or prescribed in the Contract. In adjusting extras or variations on the Contract, the work shall be measured on the same basis as that for which the quantities have been prepared and all works not specifically mentioned in the bill will be taken as included in the prices of various items. Where in the opinion of the Engineer extra works cannot be properly measured or valued, the Contractor, if so directed by the Engineer, shall carry out the work at daywork rates which shall be the rates shown in the Schedule of Daywork. All completed Daywork Sheets must be signed by the Engineer on or before the end of the week in which the work is executed. No allowance will be made for loss of materials or volume thereof during transport or compaction.

I.2. UNITS OF MEASUREMENT The calculation units used are the same as specified and allowed in the System International (SI) and used in the Technical Documentation herein. No other, but the units used in the Technical Documentation shall be used in measurements, pricing, detail drawings etc. (Any units not used in the Technical Documentation shall also be expressed in terms of the SI).

315

Part 2 Section VI.i: Bill of Quantities Lot 6

Abbreviations used in the B/Q shall be interpreted as follows: Each Ha kg km L.S. m 2 m 3 m nr. nr. set P.S. ton month shall shall shall shall shall shall shall shall shall shall shall shall shall mean mean mean mean mean mean mean mean mean mean mean mean mean each hectare kilogram kilometre Lump Sum metre square metre cubic metre number number of sets Provisional Sum tonne (1000kg) calendar month

II. TERMS IN CONNECTION WITH PAYMENTS The method of measurement of complete work for payment shall be in accordance with Clause 12.2 of the General Conditions (Method of Measurement) unless otherwise specified in Volume III "Price Description". The Provisional Sums included and so designated in the B/Q shall be expended in accordance with Clause 13.5 of the General Conditions. . Each item in the B/Q for which payment is to be made in a lump sum, and for which no payment schedule is provided, shall be paid after the work covered by the lump sum has been completed to the full satisfaction of the Engineer. III. PRICING The prices and rates inserted in the B/Q are to be the full inclusive values of the works described under the items, including all costs and expenses which may be required in and for the construction of the Works described together with any temporary works and installations which may be necessary and all general risks, liabilities and obligations set forth or implied in the documents on which the Bid is based, but without VAT. It will be assumed that establishment charges, profit and allowances for all obligations are spread evenly over all the unit rates. Rates and prices shall be entered against each item in the B/Q. Unit prices are also deemed to include the bank charges incurred by the Contractor. In the B/Q, the rates and prices shall be entered in the appropriate columns. All rates and prices shall be quoted in EURO. Where there is no price for an item in the Bill of Quantities, this price shall be deemed to be included in the other unit rates of the Contract. IV. TAXES Subject to Romanian legislation.

316

Part 2 Section VI.i: Bill of Quantities Lot 6

General Items Price Description

317

Part 2 Section VI.i: Bill of Quantities Lot 6

PRICE GI.01.04 ALLOW FOR ERECTION, OPERATION AND REMOVAL OF ALL CONTRACTOR'S TEMPORARY INSTALLATIONS AND FACILITIES, INCLUDING, AS NECESSARY, OFFICES, SITE LABORATORY, ACCOMMODATION, WORKSHOPS, QUARRIES, BORROW PITS, BATCHING AND BLENDING PLANTS AND RESTORING OF TEMPORARY LAND FOR BORROW PITS AND QUARRIES ETC., AS PER CONDITIONS OF CHAPTER II - GENERAL ITEMS OF THE TECHNICAL SPECIFICATIONS FOR GENERAL ITEMS FOR BRIDGE NO. 04 PRICE GI.01.05 ALLOW FOR ERECTION, OPERATION AND REMOVAL OF ALL CONTRACTOR'S TEMPORARY INSTALLATIONS AND FACILITIES, INCLUDING, AS NECESSARY, OFFICES, SITE LABORATORY, ACCOMMODATION, WORKSHOPS, QUARRIES, BORROW PITS, BATCHING AND BLENDING PLANTS AND RESTORING OF TEMPORARY LAND FOR BORROW PITS AND QUARRIES ETC., AS PER CONDITIONS OF CHAPTER II - GENERAL ITEMS OF THE TECHNICAL SPECIFICATIONS FOR GENERAL ITEMS FOR BRIDGE NO. 05 PRICE GI.01.06 ALLOW FOR ERECTION, OPERATION AND REMOVAL OF ALL CONTRACTOR'S TEMPORARY INSTALLATIONS AND FACILITIES, INCLUDING, AS NECESSARY, OFFICES, SITE LABORATORY, ACCOMMODATION, WORKSHOPS, QUARRIES, BORROW PITS, BATCHING AND BLENDING PLANTS AND RESTORING OF TEMPORARY LAND FOR BORROW PITS AND QUARRIES ETC., AS PER CONDITIONS OF CHAPTER II - GENERAL ITEMS OF THE TECHNICAL SPECIFICATIONS FOR GENERAL ITEMS FOR BRIDGE NO. 06 PRICE GI.01.09 ALLOW FOR ERECTION, OPERATION AND REMOVAL OF ALL CONTRACTOR'S TEMPORARY INSTALLATIONS AND FACILITIES, INCLUDING, AS NECESSARY, OFFICES, SITE LABORATORY, ACCOMMODATION, WORKSHOPS, QUARRIES, BORROW PITS, BATCHING AND BLENDING PLANTS AND RESTORING OF TEMPORARY LAND FOR BORROW PITS AND QUARRIES ETC., AS PER CONDITIONS OF CHAPTER II - GENERAL ITEMS OF THE TECHNICAL SPECIFICATIONS FOR GENERAL ITEMS FOR BRIDGE NO. 09 GI.01.1 DEFINITION

This description applies to the establishment by the Contractor of all temporary installations and facilities, the operation throughout the contract period and subsequent removal upon completion for Bridge 04, Bridge 05, Bridge 06 and, respectively, for Bridge no. 10. GI.01.2 MEASUREMENT AND PAYMENT

Payment will be made as follows: - 30% of the lump sum upon erection and operation, at the satisfaction of the Engineer for Bridge 04, Bridge 05, Bridge 06 and, respectively, for Bridge no. 09, - Thereafter, 60% of the lump sum in equal monthly payments from the Commencement Date until the expiry of the Time for Completion, for adequate compliance with the requirements, at the satisfaction of the Engineer for Bridge 04, Bridge 05, Bridge 06 and, respectively, for Bridge no. 09. - The remaining 10% paid after removal of the Contractors installations and facilities and restoring of temporary land for borrow pits, quarries, etc, at the satisfaction of the Engineer for Bridge 04, Bridge 05, Bridge 06 and, respectively, for Bridge no. 09.

318

Part 2 Section VI.i: Bill of Quantities Lot 6

PRICE GI.02 ALLOW FOR THE COST OF ALL INSURANCES REQUIRED UNDER THE CONDITIONS OF CONTRACT

GI.02.1 DEFINITION This description applies to the provision by the Contractor for all insurances required under the Contract. GI.02.2 MEASUREMENT AND PAYMENT

Payment will be made following approval of the insurances by the Engineer and the Employer, and submission of proof of payment of the insurance premium by the Contractor. 100% of the lump sum amount will be paid provided the Contractor has paid the total premium for the whole insurance period as required by the Contract. If the Contractor has paid an instalment of the total premium, then payment of the lump sum amount will be made in the same proportion as the instalment payment of the Contractor.

319

Part 2 Section VI.i: Bill of Quantities Lot 6

PRICE GI.03.04 PROVIDE AND MAINTAIN ALL ACCESSES, TEMPORARY ROADS, STRUCTURES AND THE LIKE REQUIRED BY THE CONTRACTOR (EXCEPT AS EXPRESSLY INCLUDED ELSEWHERE IN THE BILL OF QUANTITIES) INCLUDING THEIR SUBSEQUENT REMOVAL AND REINSTATEMENT TO EXISTING CONDITIONS, AS PER ENVIRONMENTAL MINIMISATION AND OWNERS REQUIREMENTS FOR BRIDGE NO. 04 PRICE GI.03.05 PROVIDE AND MAINTAIN ALL ACCESSES, TEMPORARY ROADS, STRUCTURES AND THE LIKE REQUIRED BY THE CONTRACTOR (EXCEPT AS EXPRESSLY INCLUDED ELSEWHERE IN THE BILL OF QUANTITIES) INCLUDING THEIR SUBSEQUENT REMOVAL AND REINSTATEMENT TO EXISTING CONDITIONS, AS PER ENVIRONMENTAL MINIMISATION AND OWNERS REQUIREMENTS FOR BRIDGE NO. 05 PRICE GI.03.06 PROVIDE AND MAINTAIN ALL ACCESSES, TEMPORARY ROADS, STRUCTURES AND THE LIKE REQUIRED BY THE CONTRACTOR (EXCEPT AS EXPRESSLY INCLUDED ELSEWHERE IN THE BILL OF QUANTITIES) INCLUDING THEIR SUBSEQUENT REMOVAL AND REINSTATEMENT TO EXISTING CONDITIONS, AS PER ENVIRONMENTAL MINIMISATION AND OWNERS REQUIREMENTS FOR BRIDGE NO. 06 PRICE GI.03.09 PROVIDE AND MAINTAIN ALL ACCESSES, TEMPORARY ROADS, STRUCTURES AND THE LIKE REQUIRED BY THE CONTRACTOR (EXCEPT AS EXPRESSLY INCLUDED ELSEWHERE IN THE BILL OF QUANTITIES) INCLUDING THEIR SUBSEQUENT REMOVAL AND REINSTATEMENT TO EXISTING CONDITIONS, AS PER ENVIRONMENTAL MINIMISATION AND OWNERS REQUIREMENTS FOR BRIDGE NO. 09

GI.03.1 DEFINITION This description applies to the provision and maintenance by the Contractor of all required accesses, temporary roads, structures and the like, including their subsequent removal and reinstatement to existing conditions, as per environmental minimisation and owners requirements, in accordance with Technical Specifications Clause II.1.3 of the General Items for Bridge 04, Bridge 05, Bridge 06 and, respectively, for Bridge no. 09. GI.03.2 MEASUREMENT AND PAYMENT

Payment will be made monthly, from the Commencement Date until the expiry of the Time for Completion, for adequate compliance with the requirements, for Bridge 04, Bridge 05, Bridge 06 and, respectively, for Bridge no. 09, at the satisfaction of the Engineer.

320

Part 2 Section VI.i: Bill of Quantities Lot 6

PRICE GI.04 ALLOW FOR PAYMENT OF DIVERSION OR REMOVAL OF UTILITY SERVICES

GI.04.1 DEFINITION This description applies of all measures to provide for design, diversion or removal of utility services, in accordance with Technical Specifications Clause II.1.4. of the General Items. It does not apply to protection measures taken by the Contractor in accordance with the same clause. GI.04.2 MEASUREMENT AND PAYMENT

Payment will be made as reimbursement of actually incurred expenditures for services and works performed at the satisfaction of the Engineer, including the percentage stated in the Appendix to Tender.

321

Part 2 Section VI.i: Bill of Quantities Lot 6

PRICE GI.05.04 - PROVIDE POLLUTION MEASUREMENTS CONSTRUCTION PERIOD FOR BRIDGE NO. 04. PRICE GI.05.05 - PROVIDE POLLUTION MEASUREMENTS CONSTRUCTION PERIOD FOR BRIDGE NO. 05. PRICE GI.05.06 - PROVIDE POLLUTION MEASUREMENTS CONSTRUCTION PERIOD FOR BRIDGE NO. 06. PRICE GI.05.09 - PROVIDE POLLUTION MEASUREMENTS CONSTRUCTION PERIOD FOR BRIDGE NO. 09.

DURING

THE

DURING

THE

DURING

THE

DURING

THE

GI.05.1 DEFINITION This description applies to the provision of pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7 of the General Items, during the construction period for Bridge 04, Bridge 05, Bridge 06 and, respectively, for Bridge no. 09.

GI.05.2

MEASUREMENT AND PAYMENT

Payment will be made monthly, from the Commencement Date until the expiry of the Time for Completion, provided measurements have been performed and reports submitted to the satisfaction of the Engineer for Bridge 04, Bridge 05, Bridge 06 and, respectively, for Bridge no. 09.

322

Part 2 Section VI.i: Bill of Quantities Lot 6

PRICE GI.06.04 - PROVIDE POLLUTION MEASUREMENTS DURING THE DEFECTS NOTIFICATION PERIODS FOR BRIDGE NO. 04. PRICE GI.06.05 - PROVIDE POLLUTION MEASUREMENTS DURING THE DEFECTS NOTIFICATION PERIODS FOR BRIDGE NO. 05. PRICE GI.06.06 - PROVIDE POLLUTION MEASUREMENTS DURING THE DEFECTS NOTIFICATION PERIODS FOR BRIDGE NO. 06. PRICE GI.06.09 - PROVIDE POLLUTION MEASUREMENTS DURING THE DEFECTS NOTIFICATION PERIODS FOR BRIDGE NO. 09.

GI.06.1

DEFINITION

This description applies to the provision of pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7 of the General Items, during the defects notification periods for Bridge 04, Bridge 05, Bridge 06 and, respectively, for Bridge no. 09. GI.06.2 MEASUREMENT AND PAYMENT Payment will be made monthly, during the Defects Notification Period, provided measurements have been performed and reports submitted to the satisfaction of the Engineer for Bridge 04, Bridge 05, Bridge 06 and, respectively, for Bridge no. 09.

323

Part 2 Section VI.i: Bill of Quantities Lot 6

PRICE GI.07.04 - ALLOW FOR THE PROVISION OF A GENERAL TRAFFIC MANAGEMENT PLAN FOR BRIDGE NO. 04. PRICE GI.07.05 - ALLOW FOR THE PROVISION OF A GENERAL TRAFFIC MANAGEMENT PLAN FOR BRIDGE NO. 05. PRICE GI.07.06 - ALLOW FOR THE PROVISION OF A GENERAL TRAFFIC MANAGEMENT PLAN FOR BRIDGE NO. 06. PRICE GI.07.09 - ALLOW FOR THE PROVISION OF A GENERAL TRAFFIC MANAGEMENT PLAN FOR BRIDGE NO. 09.

GI.07.1

DEFINITION

This description applies to the provision by the Contractor of a Traffic Management Plan in accordance with Technical Specifications Clause II.1.8 of the General Items for Bridge 04, Bridge 05, Bridge 06 and, respectively, for Bridge no. 09.

GI.07.2

MEASUREMENT AND PAYMENT

Payment of 100% of the lump sum amount will be made in the first Interim Payment Certificate after the Traffic Management Plan has been approved by all the relevant authorities (General Police Department, Employer, local Police Branch and Engineer) for Bridge 04, Bridge 05, Bridge 06 and, respectively, for Bridge no. 09.

324

Part 2 Section VI.i: Bill of Quantities Lot 6

PRICE GI.08.04 - IMPLEMENTATION OF THE GENERAL TRAFFIC MANAGEMENT PLAN, INCLUDING ROAD SIGNALS TO BE PROVIDED DURING THE EXECUTION OF WORKS, MEASURES FOR TRAFFIC SAFETY AND TRAFFIC MONITORING ON DAYLIGHT/DARK HOURS OR ANY OTHER WEATHER CONDITIONS IN ORDER TO ENSURE A SAFETY TRAFFIC ON BOTH THE WORKING AREAS AND THE WHOLE ROUTE WHILE THE CONTRACTOR IS IN POSSESSION OF SITE FOR BRIDGE NO. 04. PRICE GI.08.05 - IMPLEMENTATION OF THE GENERAL TRAFFIC MANAGEMENT PLAN, INCLUDING ROAD SIGNALS TO BE PROVIDED DURING THE EXECUTION OF WORKS, MEASURES FOR TRAFFIC SAFETY AND TRAFFIC MONITORING ON DAYLIGHT/DARK HOURS OR ANY OTHER WEATHER CONDITIONS IN ORDER TO ENSURE A SAFETY TRAFFIC ON BOTH THE WORKING AREAS AND THE WHOLE ROUTE WHILE THE CONTRACTOR IS IN POSSESSION OF SITE FOR BRIDGE NO. 05. PRICE GI.08.06 - IMPLEMENTATION OF THE GENERAL TRAFFIC MANAGEMENT PLAN, INCLUDING ROAD SIGNALS TO BE PROVIDED DURING THE EXECUTION OF WORKS, MEASURES FOR TRAFFIC SAFETY AND TRAFFIC MONITORING ON DAYLIGHT/DARK HOURS OR ANY OTHER WEATHER CONDITIONS IN ORDER TO ENSURE A SAFETY TRAFFIC ON BOTH THE WORKING AREAS AND THE WHOLE ROUTE WHILE THE CONTRACTOR IS IN POSSESSION OF SITE FOR BRIDGE NO. 06. PRICE GI.08.09 - IMPLEMENTATION OF THE GENERAL TRAFFIC MANAGEMENT PLAN, INCLUDING ROAD SIGNALS TO BE PROVIDED DURING THE EXECUTION OF WORKS, MEASURES FOR TRAFFIC SAFETY AND TRAFFIC MONITORING ON DAYLIGHT/DARK HOURS OR ANY OTHER WEATHER CONDITIONS IN ORDER TO ENSURE A SAFETY TRAFFIC ON BOTH THE WORKING AREAS AND THE WHOLE ROUTE WHILE THE CONTRACTOR IS IN POSSESSION OF SITE FOR BRIDGE NO. 09. GI.08.1 DEFINITION

This description applies to the implementation of the Contractors Traffic Management Plan, including road signals to be provided during the execution of works, measures for traffic safety and traffic monitoring on daylight/dark hours or any other weather conditions in order to ensure a safety traffic on both the working areas and the whole route while the contractor is in possession of site, in accordance with Technical Specifications Clause II.1.8 of the General Items for Bridge 04, Bridge 05, Bridge 06 and, respectively, for Bridge no. 09.

GI.08.2

MEASUREMENT AND PAYMENT

Payment will be made monthly, from the Commencement Date until the expiry of the Time for Completion, provided the traffic management plan has actually been implemented to the satisfaction of the Engineer for Bridge 04, Bridge 05, Bridge 06 and, respectively, for Bridge no. 09.

325

Part 2 Section VI.i: Bill of Quantities Lot 6

PRICE GI.09.04 - MAINTENANCE DONE BY THE CONTRACTOR FOR BRIDGE NO. 04. PRICE GI.09.05 - MAINTENANCE DONE BY THE CONTRACTOR FOR BRIDGE NO. 05. PRICE GI.09.06 - MAINTENANCE DONE BY THE CONTRACTOR FOR BRIDGE NO. 06. PRICE GI.09.09 - MAINTENANCE DONE BY THE CONTRACTOR FOR BRIDGE NO. 09.

GI.09.1 DEFINITION This description applies to the usual maintenance carried out by the Contractor throughout the contract period, in accordance with Technical Specifications Clause II.1.9 of the General Items for Bridge 04, Bridge 05, Bridge 06 and, respectively, for Bridge no. 09. GI.09.2 MEASUREMENT AND PAYMENT

Payment will be made monthly, from the Commencement Date until the expiry of the Time for Completion, provided maintenance has actually been performed, to the satisfaction of the Engineer for Bridge 04, Bridge 05, Bridge 06 and, respectively, for Bridge no. 09.

326

Part 2 Section VI.i: Bill of Quantities Lot 6

PRICE GI.10.04 - PROVIDE ALL AS BUILT DRAWINGS AND ALL THE RECORDS TAKEN DURING THE CONSTRUCTION OF THE WORKS, NECESSARY FOR THE CONSTITUTION OF THE CONSTRUCTION BOOK AS PER ROMANIAN REQUIREMENTS AT THE END OF THE WORKS FOR BRIDGE NO. 04. PRICE GI.10.05 - PROVIDE ALL AS BUILT DRAWINGS AND ALL THE RECORDS TAKEN DURING THE CONSTRUCTION OF THE WORKS, NECESSARY FOR THE CONSTITUTION OF THE CONSTRUCTION BOOK AS PER ROMANIAN REQUIREMENTS AT THE END OF THE WORKS FOR BRIDGE NO. 05. PRICE GI.10.06 - PROVIDE ALL AS BUILT DRAWINGS AND ALL THE RECORDS TAKEN DURING THE CONSTRUCTION OF THE WORKS, NECESSARY FOR THE CONSTITUTION OF THE CONSTRUCTION BOOK AS PER ROMANIAN REQUIREMENTS AT THE END OF THE WORKS FOR BRIDGE NO. 06. PRICE GI.10.09 - PROVIDE ALL AS BUILT DRAWINGS AND ALL THE RECORDS TAKEN DURING THE CONSTRUCTION OF THE WORKS, NECESSARY FOR THE CONSTITUTION OF THE CONSTRUCTION BOOK AS PER ROMANIAN REQUIREMENTS AT THE END OF THE WORKS FOR BRIDGE NO. 09.

GI.10.1 DEFINITION This description applies to the provision by the Contractor of all as built drawings, records and documents for the Construction Book, at the completion of the Works in accordance with Technical Specifications Clause II.1.11 of the General Items for Bridge 04, Bridge 05, Bridge 06 and, respectively, for Bridge no. 09. GI.10.2 MEASUREMENT AND PAYMENT

50% of the lump sum to be paid upon submission by the Contractor of all as built drawings, records and documents for Bridge 07 and, respectively, for Bridge no. 10. 50% of the lump sum upon approval by the Engineer of all as built drawings, records and documents for Bridge 04, Bridge 05, Bridge 06 and, respectively, for Bridge no. 09.

327

Part 2 Section VI.i: Bill of Quantities Lot 6

PRICE GI.11 - DESIGN, ERECT, MAINTAIN AND REMOVE PROJECT IDENTIFICATION BILLBOARDS

GI.11.1

DEFINITION

This description applies to the design, preparation, manufacturing, erection, maintenance and removal of Project Identification Billboards in accordance with Technical Specifications Clause II.1.12 of the General Items. GI.11.2 MEASUREMENT AND PAYMENT

Payment of 60% of the unit price of a billboard will be made in the first Interim Payment Certificate after the related billboard has been erected at the satisfaction of the Engineer. Payment of the remaining 40% for each billboard will be made after the related billboard has been removed from the site, no later than 6 months after the completion of the works, having been properly maintained during the entire construction period at the satisfaction of the Engineer.

328

Part 2 Section VI.i: Bill of Quantities Lot 6

PRICE GI.12 - ALLOW FOR THE PROVISION OF A QUALITY MANAGEMENT SYSTEM

GI.12.1 DEFINITION This description applies to the provision by the Contractor of a Quality Management System in accordance with Technical Specifications Clause II.2 of the General Items.

GI.12.2 MEASUREMENT AND PAYMENT Payment will be made as follows: 35% of the lump sum upon approval of the Quality Management System by the Engineer. Thereafter, equal monthly instalments of the lump sum from the Commencement Date until the expiry of the Time for Completion, for compliance with the requirements, at the satisfaction of the Engineer.

329

Part 2 Section VI.i: Bill of Quantities Lot 6

PRICE GI.13 - ALLOW FOR TESTING INCLUDING ALL COSTS OF CONTRACTOR'S OR ANOTHER AUTHORISED LABORATORY AND EQUIPMENTS AND OF SUPPLYING SAMPLES, AS REQUESTED BY THE ENGINEER

GI.13.1 DEFINITION This description applies to the testing and sampling of all materials requested by the Engineer, including all costs of Contractors or another authorised laboratory and equipments, and of supplying samples, as requested by the Engineer, in accordance with Technical Specifications Clause II.2.2 of the General Items, subject to the provisions of Clause 7.4 of the Conditions of Contract.

GI.13.2

MEASUREMENT AND PAYMENT

Payment will be made as reimbursement of actually incurred expenditures for services, supplies and works performed at the satisfaction of the Engineer, including the percentage stated in the Appendix to Tender.

330

Part 2 Section VI.i: Bill of Quantities Lot 6

PRICE GI.14 - ALLOW FOR THE PERFORMANCE OF A DETAILED TOPOGRAPHIC SURVEY

GI.14.1 DEFINITION This description applies to the performance of a complete and comprehensive topographic survey, in accordance with Technical Specifications Clause II.3 of the General Items.

GI.14.2

MEASUREMENT AND PAYMENT

Payment of 100% of the lump sum amount will be made in the first Interim Payment Certificate after a complete and detailed report has been issued by the Contractor and approved by the Engineer.

331

Part 2 Section VI.i: Bill of Quantities Lot 6

PRICE GI.15 - EVERY MONTH, TAKE SITE PROGRESS PHOTOGRAPHS

GI.15.1 DEFINITION The Contractors obligations are defined in the Technical Specifications Clause II.4.1 of the General Items.

GI.15.2

MEASUREMENT AND PAYMENT

The Payment will be made monthly, included in the monthly certificate successive to the effective receiving of the documentation by the Engineer, at the satisfaction of the Engineer.

332

Part 2 Section VI.i: Bill of Quantities Lot 6

PRICES GI.16, GI17, GI.18 - PROVIDE FOR THE USE OF LABOUR, MATERIALS, EQUIPMENT AS INSTRUCTED BY THE ENGINEER AS DAYWORKS.

GI.16, GI17, GI.18 DEFINITION The Contractors obligations are defined in the Technical Specifications Clause II.1.13 of the General Items.

GI.16, GI17, GI.18

MEASUREMENT AND PAYMENT

Payments will be made after dayworks are instructed by the Engineer, included in the interim payment certificate successive to the receiving of the completed Daywork Sheets duly signed by the Engineer, at the satisfaction of the Engineer.

333

Part 2 Section VI.i: Bill of Quantities Lot 6

PRICE GI.19 - PROVIDE FOR AUTHORIZED TRANSLATION OF THE DOCUMENTS FORMING THE CONTRACT

GI.19.1

DEFINITION

The Contractors obligations are defined in the Technical Specifications Clause II.4.2 of the General Items.

GI.19.2

MEASUREMENT AND PAYMENT

100% of the Lump Sum to be paid upon deliverance by the Contractor to the Client of 1 (one) original and 2 (two) copies of the said translation stamped by an Authorized Translator.

334

Part 2 Section VI.i: Bill of Quantities Lot 6

Lot 6 - Rehabilitation works for Bridge no. 4 on DN 22C km 38+002 at Poarta Alba, for Bridge no. 5 on DN 2A km 196+739 at Ovidiu, for Bridge no. 6 on DN 3 km 242+286 at Murfatlar (Basarabi) and for Bridge no. 9 on DN 39 km 49+157 at Mangalia Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR SUMMARY OF BILLS OF QUANTITIES Bill no. A 1 1.A 1.B 1.C 1.D 1.E 2 2.A 2.B 2.C 2.D 2.E 3 3.A 3.B 3.C 3.D 3.E 4 4.A 4.B 4.C 4.D 4.E GENERAL ITEMS of which Provisional Sums Bridge no. 04 on DN 22C km 38+002 at Poarta Alba Road finishes & equipment Pavements Concrete repair Steel works Earthworks Bridge no. 05 on DN 2A km 196+739 at Ovidiu Road finishes & equipment Pavements Concrete repair Steel works Earthworks Bridge no. 06 on DN 3 km 242+286 at Murfatlar (Basarabi) Road finishes & equipment Pavements Concrete repair Steel works Earthworks Bridge no. 09 on DN 39 km 49+157 at Mangalia Road finishes & equipment Pavements Concrete repair Steel works Earthworks [1] TOTAL WORKS [2] TOTAL WORKS WITHOUT PROVISIONAL SUMS [3] CONTINGENCIES (10% OUT OF TOTAL WORKS WITHOUT PROVISIONAL SUMS) CONTRACT PRICE ([1] + [3]) 120,000

BILL

TOTAL (EURO)

335

Part 2 Section VI.i: Bill of Quantities Lot 6

Lot 6 - Rehabilitation works for Bridge no. 4 on DN 22C km 38+002 at Poarta Alba, for Bridge no. 5 on DN 2A km 196+739 at Ovidiu, for Bridge no. 6 on DN 3 km 242+286 at Murfatlar (Basarabi) and for Bridge no. 9 on DN 39 km 49+157 at Mangalia Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR Bill A Category of works: No. Crt. 0 Item 1 GENERAL ITEMS DESCRIPTION 2 Allow for erection, operation and removal of all Contractor's temporary installations and facilities, including, as necessary, offices, site laboratory, accommodation, workshops, quarries, borrow pits, batching and blending plants and restoring of temporary land for borrow pits and quarries etc., as per conditions of Chapter II - General Items of the Technical Specifications for General Items. - for Bridge no. 04 Allow for erection, operation and removal of all Contractor's temporary installations and facilities, including, as necessary, offices, site laboratory, accommodation, workshops, quarries, borrow pits, batching and blending plants and restoring of temporary land for borrow pits and quarries etc., as per conditions of Chapter II - General Items of the Technical Specifications for General Items. - for Bridge no. 05 Allow for erection, operation and removal of all Contractor's temporary installations and facilities, including, as necessary, offices, site laboratory, accommodation, workshops, quarries, borrow pits, batching and blending plants and restoring of temporary land for borrow pits and quarries etc., as per conditions of Chapter II - General Items of the Technical Specifications for General Items. - for Bridge no. 06 Unit 3 Quantity 4 Unit Price in Euro 5 Total in Euro 6

GI.01.04

L.S.

GI.01.05

L.S.

GI.01.06

L.S.

336

Part 2 Section VI.i: Bill of Quantities Lot 6

GI.01.09

Allow for erection, operation and removal of all Contractor's temporary installations and facilities, including, as necessary, offices, site laboratory, accommodation, workshops, quarries, borrow pits, batching and blending plants and restoring of temporary land for borrow pits and quarries etc., as per conditions of Chapter II - General Items of the Technical Specifications for General Items. - for Bridge no. 09 Allow for the cost of all insurances required under the Conditions of Contract Provide and maintain all accesses, temporary roads, structures and the like required by the Contractor (except as expressly included elsewhere in the Bill of Quantities) including their subsequent removal and reinstatement to existing conditions, as per environmental minimisation and owners requirements, in accordance with Technical Specifications Clause ll.1.3 of the General Items - for Bridge no. 04 Provide and maintain all accesses, temporary roads, structures and the like required by the Contractor (except as expressly included elsewhere in the Bill of Quantities) including their subsequent removal and reinstatement to existing conditions, as per environmental minimisation and owners requirements, in accordance with Technical Specifications Clause ll.1.3 of the General Items - for Bridge no. 05 Provide and maintain all accesses, temporary roads, structures and the like required by the Contractor (except as expressly included elsewhere in the Bill of Quantities) including their subsequent removal and reinstatement to existing conditions, as per environmental minimisation and owners requirements, in accordance with Technical Specifications Clause ll.1.3 of the General Items - for Bridge no. 06 Provide and maintain all accesses, temporary roads, structures and the like required by the Contractor (except as expressly included elsewhere in the Bill of Quantities) including their subsequent removal and reinstatement to existing conditions, as per environmental minimisation and owners requirements, in accordance with Technical Specifications Clause ll.1.3 of the General Items - for Bridge no. 09 Allow for payment of diversion or removal of utility Services in accordance with Technical Specifications Clause II.1.4. of the General Items, including the percentage stated in the Appendix to Tender. Provide pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7. of the General Items, during the construction period. - for Bridge no. 04

L.S.

GI.02

L.S.

GI.03.04

L.S.

GI.03.05

L.S.

GI.03.06

L.S.

GI.03.09

L.S.

10

GI.04

P.S.

30,000

30,000

11

GI.05.04

month

24

337

Part 2 Section VI.i: Bill of Quantities Lot 6

12

GI.06.05

Provide pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7. of the General Items, during the construction period. - for Bridge no. 05 Provide pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7. of the General Items, during the defects notification periods. - for Bridge no. 06 Provide pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7. of the General Items, during the construction period. - for Bridge no. 09 Provide pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7. of the General Items, during the defects notification periods. - for Bridge no. 04 Provide pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7. of the General Items, during the defects notification periods. - for Bridge no. 05 Provide pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7. of the General Items, during the defects notification periods. - for Bridge no. 06 Provide pollution measurements and reporting results to the Engineer in accordance with Technical Specifications Clause II.1.7. of the General Items, during the defects notification periods. - for Bridge no. 09 Allow for the provision of a general traffic management plan in accordance with Technical Specifications Clause II.1.8. of the General Items. - for Bridge no. 04 Allow for the provision of a general traffic management plan in accordance with Technical Specifications Clause II.1.8. of the General Items. - for Bridge no. 05 Allow for the provision of a general traffic management plan in accordance with Technical Specifications Clause II.1.8. of the General Items. - for Bridge no. 06 Allow for the provision of a general traffic management plan in accordance with Technical Specifications Clause II.1.8. of the General Items. - for Bridge no. 09

month

24

13

GI.05.06

month

24

14

GI.05.09

month

24

15

GI.06.04

month

24

16

GI.06.05

month

24

17

GI.06.06

month

24

18 19 20 21 22

GI.06.09 GI.07.04 GI.07.05 GI.07.06 GI.07.09

month L.S. L.S. L.S. L.S.

24 1 1 1 1

338

Part 2 Section VI.i: Bill of Quantities Lot 6

23

GI.08.04

24

GI.08.05

25

GI.08.06

26

GI.08.09

27 28 29 30

GI.09.04 GI.09.05 GI.09.06 GI.09.09

Implementation of the general traffic management plan, including road signals to be provided during the execution of works, measures for traffic safety and traffic monitoring on daylight/dark hours or any other weather conditions in order to ensure a safety traffic on both the working areas and the whole route while the contractor is in possession of site, in accordance with Technical Specifications Clause II.1.8. of the General Items - for Bridge no. 04 Implementation of the general traffic management plan, including road signals to be provided during the execution of works, measures for traffic safety and traffic monitoring on daylight/dark hours or any other weather conditions in order to ensure a safety traffic on both the working areas and the whole route while the contractor is in possession of site, in accordance with Technical Specifications Clause II.1.8. of the General Items - for Bridge no. 05 Implementation of the general traffic management plan, including road signals to be provided during the execution of works, measures for traffic safety and traffic monitoring on daylight/dark hours or any other weather conditions in order to ensure a safety traffic on both the working areas and the whole route while the contractor is in possession of site, in accordance with Technical Specifications Clause II.1.8. of the General Items - for Bridge no. 06 Implementation of the general traffic management plan, including road signals to be provided during the execution of works, measures for traffic safety and traffic monitoring on daylight/dark hours or any other weather conditions in order to ensure a safety traffic on both the working areas and the whole route while the contractor is in possession of site, in accordance with Technical Specifications Clause II.1.8. of the General Items - for Bridge no. 09 Maintenance done by the Contractor in accordance with Technical Specifications Clause II.1.9. of the General Items. - for Bridge no. 04 Maintenance done by the Contractor in accordance with Technical Specifications Clause II.1.9. of the General Items. - for Bridge no. 05 Maintenance done by the Contractor in accordance with Technical Specifications Clause II.1.9. of the General Items. - for Bridge no. 06 Maintenance done by the Contractor in accordance with Technical Specifications Clause II.1.9. of the General Items. - for Bridge no. 09

month

24

month

24

month

24

month

24

month month month month

24 24 24 24

339

Part 2 Section VI.i: Bill of Quantities Lot 6

31

GI.10.04

Provide all as built drawings and all the records taken during the construction of the works, necessary for the constitution of the Construction Book as per Romanian requirements, at the end of the Works according with Technical Specifications Clause II.1.11. of the General Items -for Bridge no. 04 Provide all as built drawings and all the records taken during the construction of the works, necessary for the constitution of the Construction Book as per Romanian requirements, at the end of the Works according with Technical Specifications Clause II.1.11. of the General Items - for Bridge 05. Provide all as built drawings and all the records taken during the construction of the works, necessary for the constitution of the Construction Book as per Romanian requirements, at the end of the Works according with Technical Specifications Clause II.1.11. of the General Items -for Bridge no. 06 Provide all as built drawings and all the records taken during the construction of the works, necessary for the constitution of the Construction Book as per Romanian requirements, at the end of the Works according with Technical Specifications Clause II.1.11. of the General Items - for Bridge 09. Design, erect, maintain and remove Project Identification Billboards in accordance with Technical Specifications Clause II.1.12. of the General Items Allow for the provision of a quality management system in accordance with Technical Specifications Clause II.2. of the General Items. Allow for testing including all costs of Contractor's or another authorised laboratory and equipments and of supplying samples, as requested by the Engineer, in accordance with Technical Specifications Clause II.2.2 of the General Items, including the percentage stated in the Appendix to Tender. Allow for the performance of a detailed topographic survey in accordance with Technical Specifications Clause II.3 of the General Items Every month take Site progress photographs as specified by the Engineer and submit proofs and CDs to the Engineer, in accordance with Technical Specifications Clause II.4.1. of the General Items. Provide for the use of labour as instructed by the Engineer as Dayworks, in accordance with Technical Specifications Clause II.1.13. of the General Items.

L.S.

32

GI.10.05

L.S.

33

GI.10.06

L.S.

34

GI.10.09

L.S.

35 36

GI.11 GI.12

no. L.S.

8 1

37

GI.13

P.S.

15,000

15,000

38 39 40

GI.14 GI.15 GI.16

L.S. month P.S.

1 24 1 20,000 20,000

340

Part 2 Section VI.i: Bill of Quantities Lot 6

41 42 43

GI.17 GI.18 GI.19

Provide for use of materials instructed by the Engineer as Dayworks, in accordance with Technical Specifications Clause II.1.13. of the General Items. Provide for use of equipment instructed by the Engineer as Dayworks, in accordance with Technical Specifications Clause II.1.13. of the General Items. Provide for authorized translation of the documents forming the Contract in accordance with Technical Specifications Clause II.4.2. of the General Items The Contractor shall describe hereunder (inserting any relevant Specification or Contract clause number) and price any other works or obligations which may be referred to in the Contract and for which he wishes to insert a separate charge. The charge shall be carried to the column Total. If no separate charge is made hereunder then the rates inserted in the BoQ shall be held as covering all expenses for such works or obligations.

P.S. P.S. L.S.

1 1 1

30,000 25,000

30,000 25,000

44

GI.20

L.S.

Total transferred to Summary of Bills of Quantities Notes: a) b) c) d) e) All Specification Clauses refer to the General Items specifications (Volume 3 of Tender Documents); This Bill of Quantities contains 44 articles; The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; The Bidder is responsible for the values in columns 5 and 6; The quantities from column 4 are refering to the entire project.

EMPLOYER

BIDDER

341

Part 2 Section VI.i: Bill of Quantities Lot 6

Lot 6 - Rehabilitation works for Bridge no. 4 on DN 22C km 38+002 at Poarta Alba, for Bridge no. 5 on DN 2A km 196+739 at Ovidiu, for Bridge no. 6 on DN 3 km 242+286 at Murfatlar (Basarabi) and for Bridge no. 9 on DN 39 km 49+157 at Mangalia Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR DAYWORKS: Appendix of GI 16 of bill A - "GENERAL ITEM" No. 0 1 2 3 4 5 item 1 D100 D101 D106 D107 D111 DESCRIPTION 2 UNSKILLED LABOURER SKILLED LABOURER VEHICLE DRIVER CRANE OPERATOR FOREMAN units 3 h h h h h Total transferred to GI 16 Notes: a) b) c) d) This Bill of Quantities contains 5 articles; The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; The Bidder is responsible for the values in columns 5 and 6; The quantities from column 4 are refering to the entire project. BIDDER quantity 4 Unit Price in Euro 5 Total 6 in Euro LABOUR

EMPLOYER

342

Part 2 Section VI.i: Bill of Quantities Lot 6

Lot 6 - Rehabilitation works for Bridge no. 4 on DN 22C km 38+002 at Poarta Alba, for Bridge no. 5 on DN 2A km 196+739 at Ovidiu, for Bridge no. 6 on DN 3 km 242+286 at Murfatlar (Basarabi) and for Bridge no. 9 on DN 39 km 49+157 at Mangalia Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR DAYWORKS: MATERIALS Appendix of GI 17 of bill A - "GENERAL ITEM" Unit Price in Euro 5 Total in Euro 6

No. 0 1 2 3 4 5 6 7 8 Notes:

item 1 D200 D201 D202 D203 D204 D205 D206 D209

DESCRIPTION 2 ORDINARY PORTLAND CEMENT OB 37 REINFORCEMENT WITH DIAMETER UP TO 16MM OB 37 REINFORCEMENT WITH DIAMETER OVER 16MM PC 52 REINFORCEMENT WITH DIAMETER UP TO 16MM PC 52 REINFORCEMENT WITH DIAMETER OVER 16MM SAND (FINE AGGREGATE FOR CONCRETE) GRAVEL (COARSE AGGREGATE FOR CONCRETE) CRUSHED ROCK BASE MATERIAL

units 3 ton ton ton ton ton m3 m


3

quantity 4

m3 Total transferred to GI 17

343

Part 2 Section VI.i: Bill of Quantities Lot 6

a) b) c) d)

This Bill of Quantities contains 8 articles; The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; The Bidder is responsible for the values in columns 5 and 6; The quantities from column 4 are refering to the entire project.

EMPLOYER

BIDDER

344

Part 2 Section VI.i: Bill of Quantities Lot 6

Lot 6 - Rehabilitation works for Bridge no. 4 on DN 22C km 38+002 at Poarta Alba, for Bridge no. 5 on DN 2A km 196+739 at Ovidiu, for Bridge no. 6 on DN 3 km 242+286 at Murfatlar (Basarabi) and for Bridge no. 9 on DN 39 km 49+157 at Mangalia Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR DAYWORKS: Appendix of GI 18 of bill A - "GENERAL ITEM" Unit Price in Euro 5 Total in Euro 6 EQUIPMENTS

No. 0 1 2 3 4 5 6 7 8 9 10 11 12

item 1 D302 D303 D305 D307 D308 D309 D310 D311 D312 D313 D316 D319

DESCRIPTION 2 EXCAVATOR 0.5-1.0 MC PNEUMATIC TYRED ROLLER 10-15 TO SMOOTH WHEEL ROLLER 10-12 T HAND GUIDED VIBRATING ROLLER FRONT LOADER 1.0-1.5 CU.M FRONT LOADER 1.5-2.0 CU.M TRUCK 5-7 T CARYING CAPACITY TIPPER TRUCK 8-12 T TIPPER TRUCK 12-16 T CONCRETE MIXER 5.5 CUM CRANE 28 TO LIGHT VAN

units 3 h h h h h h h h h h h h

quantity 4

Total transferred to GI 18 Notes :

345

Part 2 Section VI.i: Bill of Quantities Lot 6

a) b) c) d)

This Bill of Quantities contains 12 articles; The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; The Bidder is responsible for the values in columns 5 and 6; The quantities from column 4 are refering to the entire project.

EMPLOYER

BIDDER

346

Part 2 Section VI.i: Bill of Quantities Lot 6

Lot 6 - Rehabilitation works for Bridge no. 4 on DN 22C km 38+002 at Poarta Alba, for Bridge no. 5 on DN 2A km 196+739 at Ovidiu, for Bridge no. 6 on DN 3 km 242+286 at Murfatlar (Basarabi) and for Bridge no. 9 on DN 39 km 49+157 at Mangalia Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR/RDRB Constanta BILL No. 1 - Rehabilitation works for Bridge no. 4 on DN 22C km 38+002 at Poarta Alba item 0 A 1 254 1 DESCRIPTION 2 Road finishes & equipment Surface preparation and cleaning by power tool cleaning (SSPC-SP3), including containment and transport of the removal material to an approved dump area Parapet 1,60 m2/m 2 Painting of pedestrian parapet 259 Application on steel surface of an epoxy one coat Parapet 1,60 m2/m 3 260 Application on steel surface of a top coat protective finish based on resin poliuretaniche Parapet 1,60 m2/m 4 A3 Guard rail 195/b Removal of all metallic guardrail elements, m 430.00 units 3 quantity 4 unit price 5 amount 6

m2

704.00

A1

m2

704.00

m2

704.00

347

Part 2 Section VI.i: Bill of Quantities Lot 6

item 0 1 replacement

DESCRIPTION 2 including loading and transport of the material resulting from the demolition to an approved dump area Supply and placement of all metallic guardrail elements with at least two beams and 1,5m height, including galvanization e other necessary work costs in accordance with design Supply and placement of a fiberglass-polyester reinforced electric cabinet with the following apparatus: 1 circuit breaker 4 pole 63A 10kA; 1 fuseholder 3 pole + N 2 A; 3 red pilot light; 1 twilight switch; 1 time switch; 1 by-pass circuit; 1 contactor 4 pole 32 A with 230 V coil; 4 circuit breaker 4 pole 20 A 10 kA Supply and placement of monopole cable in isolated copper in rubber G7 , protected by PVC, with flexible conductors,for fixed laying, designated FG7R 0,6/1KV, Comprehensive of terminals, conductors and them connection; the canalization and the supports are excluded; of the section: 1x6mm2 Supply and placement of monopole cable in isolated copper in rubber G7 , protected by PVC, with flexible conductors,for fixed laying, designated FG7R 0,6/1KV, Comprehensive of terminals, conductors and them connection; the canalization and the supports are excluded; of the section: 2x2,5mm2

units 3

quantity 4

unit price 5

amount 6

264/b

430.00

NP ILL 1

pc

A4

Electrical equipment replacement

D02.03.001d

2,700

D02.03.002b

200

348

Part 2 Section VI.i: Bill of Quantities Lot 6

item 0 1

DESCRIPTION 2 Supply and placement of cylindrical-conical pole model POLESTAR 12mt above round level, which has the cylindrical section at the base with a length of not less than 2300 mm. The poles are derived from an ERW normalized pipe suitable for hotrolling which is made of killed steel of the S275JR type according to the EN 10025 (previously FE 430) standard.On the pole are forecast all the following workings and elements:.Cable input slot 186 x 46 mm;.Junction box slot 186 x 46 mm suitable for a steel door of flush pole type, complete with antivandalism closing;.Earthing supports device and the electrical equipment located inside the slot;.Junction box model Conchiglia MVE 416/1 or similar;.An aluminium sphere 76 mm is installed on the pole top (on request)..Miletus 200 bracket made of steel S235 JR; .Luminarie Lumada class II for lamp SAP 250W including all necessary work costs and accessories to conclude the work in accordance with design Supply and placement of an high pressure sodium vapor lamp with the following characteristics: EDISON fixing, a color temperature of around 2000 K and a color rendering index(CRI) of 25; 15000 hours of minimal life, 250W of power. Supply and placement of a pond derivation joint in casting resin for extruded isolated cables up to 1 kV constituted by mitten in rubber in unique piece closed by stainless steel tongs , bicompound epoxy resin in container for electric isolation and

units 3

quantity 4

unit price 5

amount 6

NP ILL 2

pc

16

10

D06.12.026.c

pc

16

11

D12.05.002.a.02

pc

16

349

Part 2 Section VI.i: Bill of Quantities Lot 6

item 0 1

DESCRIPTION 2 mechanical protection of the connections up to sections of 6-10mm. Supply and placement of flexible pipes in highdensity polyethilene with a 750N smashing resistence, a 100MV proofing resistence like CEI EN 50086 specification, inside of an appropried excavation of a nominal depth of 50 cm or concrete precast, of 110mm external diameter. Supply and placement of photoelectric control bypass switch, for command of road illumination ciurcuit with threshold of intervention between 1 and 100 luxes, it will have to switch on or switch off, accordingly, the illumination syatem, and it will have to be endowed with the function intervention delay, both to the lighting and to the turning off, in accorndance with design. Supply and placement of a steel clamp for support lighting poles on viaducts, composed by cylinder ligthing pole container of h=1m and internal diameter of 200mm, closed with support pole transverse, with three bolts of 18mm diameter , including of 4 anchorage plates in bars from 80x6mm, everything galvanized and place in work with chemical anchorages, including all necessary work costs and accessories to finish the work in accordance with design. Lighting pole removal, including all necessary works, luminaire and all electric acessories removal, loading and transport of the removal material to an approved dump area.

units 3

quantity 4

unit price 5

amount 6

12

B02.01.007.a.01

1,350

13

D13.01.062

pc

14

D12.01.003.d

Kg

240

15

15.08.0580.001

pc

11

350

Part 2 Section VI.i: Bill of Quantities Lot 6

item 0 16 1 15.08.0580.002

DESCRIPTION 2 Lighting pole removal, including all necessary works, luminaire and all electric acessories removal, loading and transport of the removal material to an approved dump area. Supply and placement of concrete cover to precast concrete box. Supply and placement of monopole cable in isolated copper in rubber G7 , protected by PVC, with flexible conductors,for fixed laying, designated FG7R 0,6/1KV, Comprehensive of terminals, conductors and them connection; the canalization and the supports are excluded; of the section: 1x6mm2 Supply and placement of FLOODLIGHT :LEDLITE_1 da 6W Body, bottom and bracket: Made of aluminium alloy UNI EN 46100, painted with grey polyestere powders after a chromium plating treatment; Primary optics: lens made of injected PMMA. Secondary optics realized in three versions with tempered glass: cylindrical lens, flat glass, prismatic glass. ; Voltage 230V - 50Hz, - Insulation class: III, Protection level: IP67, - External electronical driver; Optics Frosted spot rotosymmetric, Power 6W.

units 3

quantity 4

unit price 5

amount 6

pc pc

11 16

17

E02.01.011.c

18

D02.03.001d

2,500

A4/2

Arhitectonic illumination NP ILL 6

19

pc

40

351

Part 2 Section VI.i: Bill of Quantities Lot 6

item 0 1

DESCRIPTION 2 Supply and placement of FLOODLIGHT : MATRIX T1 ROTOSYMMETRIC 70W MT G12 Optics compartment, electrical accessorires compartment, front frame : Moulded in die-cast aluminium EN AB 46100, painted with polyestere powders colour grey RAL 9006. Resistant to chemical and atmospherical agents such as gas, saline fogs, smog, etc Bracket: equipped with graduated goniometre to direct the floodlight and mechanical memory block; made of die-cast aluminium EN AB 46100, painted with polyestere powders, colour: grey RAL 9006 Closure glass: Tempered glass, 4 mm thick; it protects the lamp from eventual vandalistic acts and filters UV-rays coming from the lamp. Reflector: Turned aluminium sheet P-ALP 99.85%, surface aluminium 99.98% brightened, anodised, oxidised and subsequently polished. Voltage: 230V - 50Hz, Power factor: cos.f 0.95, Insulation class: II, Protection level: IP66, Electrical accessories compartment: Available both internal. Optics: Rotosymmetric narrow beam, Power 70W, Lamp-holder: Ceramic monobloc, with G12 attack. Supply and placement of a rectangular pull box in sheet moulded compound (SMC), with IP55 protection degree, with dimensions 98x188x51mm, with 16mm2 junction box Supply and placement of galvanized steel conduit of 2 1/2"

units 3

quantity 4

unit price 5

amount 6

20

NP ILL 7

pc

12

21

NP ILL 8

pc

52

22

E01.02.002.c

Kg

1,360

352

Part 2 Section VI.i: Bill of Quantities Lot 6

item 0 1 Total A B 23 D.18 Pavements

DESCRIPTION 2

units 3

quantity 4

unit price 5

amount 6

Scarifying and removing the existing bituminous surface, including transport of the removal material to an approved dump area and other necessary work costs in accordance with design Waterproofing execution with modified bitumen and a polyester coat Supply and placement of an adequate binder asphalt layer of 6 cm, including other necessary work costs in accordance with design Supply and placement of an adequate draining wearing course layer of 4 cm, including surface preparation applying a primer coat of bitumen emulsion and other necessary work costs in accordance with design Horizontal marking

m2*cm

27405.00

24 Roadway pavement and waterproofin g replacement

B.6.17

m2

3045.00

25

B1

107

m2

3045.00

26

D.20

m2

3045.00

27 Roadway superficial drainage rehabilitation Walkway

D.20.m

kme

0.3

28

B2

252

Supply and placement of pvc drain pipes with 1,5m and related grids, including anchorage and finish works to ensure waterproofing Scarifying and removing the existing bituminous or

pc

16.00

29

B3

D.18

m2*cm

2600.00

353

Part 2 Section VI.i: Bill of Quantities Lot 6

item 0 1 pavement replacement

DESCRIPTION 2 concrete surface, including transport of the removal material to an approved dump area and other necessary work costs in accordance with design B.6.17 Waterproofing execution with modified bitumen and a polyester coat Controlled demolition of cementitious conglomerate, including all necessary work costs in accordance with design. Supply of 35MPa Rck concrete, including all necessary work costs in accordance with design Supply and placement of hight adherent steel bars Supply and placement of an walkway bituminous conglomerate layer of at least 2 cm, including all necessary work costs in accordance with design Removal of existing expansion joints and related devices, including loading and transport of the material resulting from the demolition to an approved dump area Supply and placement of an expansion joints RAN series, type 50, allow for movement up to +/- 25mm or similar and all related materials Supply and placement of an expansion joints GP

units 3

quantity 4

unit price 5

amount 6

30

m2

1300.00

31

235/a

m3

370.00

32

B.3.12b/1

m3

370.00

33

B.5.09/d

kg

5135.00

34

112

m2

1300.00

35 B4 36 37 Expansion joints replacement

A.3.14

81.60

NP 01 NP 02

m m

36.80 22.40

354

Part 2 Section VI.i: Bill of Quantities Lot 6

item 0 1

DESCRIPTION 2 series, type 50, allow for movement up to +/- 25mm or similar and all related materials Supply and placement of an expansion joints GP series, type 150, allow for movement up to +/75mm or similar and all related materials Total B

units 3

quantity 4

unit price 5

amount 6

38

NP 03

22.40

C 39 NP 07

Concrete repair Concrete sand blast cleaning to prepare the surface for receiving protective materials Overhang underdeck slab Transverse beam Underdeck slab Deck slab repair Concrete water washing with 1500 psi of pressure to prepare the surface for receiving protective materials Overhang underdeck slab Transverse beam Underdeck slab Overdeck slab m2 m2 m2 m2 1020.00 296.00 2890.00 144.50 4350.50 m2 m2 m2 1020.00 281.20 2890.00 4191.20

40

C1

NP 08

355

Part 2 Section VI.i: Bill of Quantities Lot 6

item 0 41 1 NP 09

DESCRIPTION 2 Supply and placement of a epoxy resin primer coat like MASTERSEAL PRIMER PU (BASF) or similar Overhang underdeck slab Transverse beam Underdeck slab Overdeck slab

units 3

quantity 4

unit price 5

amount 6

m2 m2 m2 m2

1020.00 296.00 2890.00 144.50 4350.50

42

NP 10

Supply and placement of a polyurethane resin protective coat like MASTERSEAL FORMULA PU (BASF) or similar Overhang underdeck slab Transverse beam Underdeck slab Overdeck slab m2 m2 m2 m2 1020.00 296.00 2890.00 144.50 4350.50

43

Rent of a lifting platform

356

Part 2 Section VI.i: Bill of Quantities Lot 6

item 0 1

DESCRIPTION 2

units 3 h h

quantity 4 1466.92 111.51 1578.43

unit price 5

amount 6

44

NP 11

Surface preparation and concrete removal (4cm) by means of hight pressure hydrodemolition (30000 psi) being atention with reinforcing steel including loading and transport of the material resulting from the demolition to an approved dump area and all necessary work costs in accordance with design Transverse beam Overdeck slab m2 m2 14.80 144.50 159.30

45

NP 12

Supply and placement over reinforcing steel of a coat of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP (BASF) or similar Transverse beam Overdeck slab m m 148.00 1445.00 1593.00

46

NP 13

Supply and placement of 4 cm of a ready-mixed

357

Part 2 Section VI.i: Bill of Quantities Lot 6

item 0 1

DESCRIPTION 2 air-cured thixotropic cementitious mortar with restrained expansion, fibre-reinforced with flexible inorganic fibres,like EMACO FORMULA TIXOFIBER (BASF) or similar Transverse beam Overdeck slab

units 3

quantity 4

unit price 5

amount 6

dm3 dm3

592.00 5780.00 6372.00

47

NP 07

Concrete sand blast cleaning to prepare the surface for receiving protective materials piers m2 3315.50 3315.50

48 C4 Piers concrete repair

NP 08

Concrete water washing with 1500 psi of pressure to prepare the surface for receiving protective materials piers m2 3490.00 3490.00

49

NP 09

Supply and placement of a epoxy resin primer coat like MASTERSEAL PRIMER PU (BASF) or similar piers m2 3490.00

358

Part 2 Section VI.i: Bill of Quantities Lot 6

item 0 1

DESCRIPTION 2

units 3

quantity 4 3490.00

unit price 5

amount 6

50

NP 10

Supply and placement of a polyurethane resin protective coat like MASTERSEAL FORMULA PU (BASF) or similar piers m2 3490.00 3490.00

51

Rent of a lifting platform h h 1160.43 122.15 1282.58 Surface preparation and concrete removal (4cm) by means of hight pressure hydrodemolition (30000 psi) being atention with reinforcing steel including loading and transport of the material resulting from the demolition to an approved dump area and all necessary work costs in accordance with design piers m2 174.50 174.50

52

NP 11

53

NP 12

Supply and placement over reinforcing steel of a coat of a modified polymer cementitious monocompound corrosion inhibitor like EMACO

359

Part 2 Section VI.i: Bill of Quantities Lot 6

item 0 1

DESCRIPTION 2 NANOCONCRETE AP (BASF) or similar pier caps

units 3

quantity 4

unit price 5

amount 6

1745.00 1745.00

54

NP 13

Supply and placement of 4 cm of a ready-mixed air-cured thixotropic cementitious mortar with restrained expansion, fibre-reinforced with flexible inorganic fibres,like EMACO FORMULA TIXOFIBER (BASF) or similar pier caps dm3 6980.00 6980.00 Total C

D 55 D1 Painting of NP 17

Steel works Anti-Corrosion treatment and painting of steel m2 6410.00

360

Part 2 Section VI.i: Bill of Quantities Lot 6

item 0 1 steel structure

DESCRIPTION 2 structures, including temporary framework costs and all necessary work costs in accordance with design. Work Sequence: -Power tool cleaning to bare metal (SSPC-SP11) in areas demonstrating a higher tendency to corrode and high pressure waterjetting (SSPC-SP12) 30000 psi in all surface, with containment; -Application of a 80 micron primer coat of a zincrich primer; Application of a 100 micron zinc epoxy one coat; -Application of a 60 micron top coat protective finish based on resin polyurethane A03.02.005 Removal of existent inspenction gantry

units 3

quantity 4

unit price 5

amount 6

56

D4/2

Removal of inspection gantry and rails

kg

10000.00

Total D E Rehabilitation of storm water collecting system River bank improvement Earthworks Supply and placement of 50*50 cm precast concrete elements to collect storm water, including all necessary work costs in accordance with design Excavation of soil of any lenght or nature and soil levelling, including loading and transport of the material resulting from the demolition to an approved dump area Supply and placement of river gabion mattresses

57

E4

181

94.00

58 59

E5

465 75

m3 m3

1155.60 615.00

361

Part 2 Section VI.i: Bill of Quantities Lot 6

item 0 1

DESCRIPTION 2 filled with stones, including all necessary work costs in accordance with design E.3.01 Supply and placement of natural stones on 2nd category reef. Total E

units 3

quantity 4

unit price 5

amount 6

60

ton

1107.00

Total transferred to Summary of Bills of Quantities = A+B+C+D+E Notes: a) b) c) d)

This Bill of Quantities contains 60 articles; The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; The Bidder is responsible for the values in columns 5 and 6; The quantities from column 4 are refering to this bridge.

EMPLOYER

BIDDER

362

Part 2 Section VI.i: Bill of Quantities Lot 6

Lot 6 - Rehabilitation works for Bridge no. 4 on DN 22C km 38+002 at Poarta Alba, for Bridge no. 5 on DN 2A km 196+739 at Ovidiu, for Bridge no. 6 on DN 3 km 242+286 at Murfatlar (Basarabi) and for Bridge no. 9 on DN 39 km 49+157 at Mangalia Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR BILL No. 2 - Works on Bridge no. 05 on DN 2A km 196+739 at Ovidiu item 0 A 1 254 1 DESCRIPTION 2 Road finishes & equipment Surface preparation and cleaning by power tool cleaning (SSPC-SP3), including containment and transport of the removal material to an approved dump area Parapet 1,60 m2/m 2 A1 Painting of pedestrian parapet 259 Application on steel surface of an epoxy one coat m2 Parapet 1,60 m2/m 3 260 Application on steel surface of a top coat protective finish based on resin poliuretaniche Parapet 1,60 m2/m 4 A3 5 Guard rail replacement 195/b 264/b Removal of all metallic guardrail elements, including loading and transport of the material resulting from the demolition to an approved dump area Supply and placement of all metallic guardrail m m 600.00 600.00 968.00 units 3 unit price 5

quantity 4

amount 6

m2

968.00

m2

968.00

363

Part 2 Section VI.i: Bill of Quantities Lot 6

NP ILL 1

A4

Electrical equipment replacement

D02.03.001d

D02.03.002b

elements with at least two beams and 1,5m height, including galvanization e other necessary work costs in accordance with design Supply and placement of a fiberglass-polyester reinforced electric cabinet with the following apparatus: 1 circuit breaker 4 pole 63A 10kA; 1 fuseholder 3 pole + N 2 A; 3 red pilot light; 1 twilight switch; 1 time switch; 1 by-pass circuit; 1 contactor 4 pole 32 A with 230 V coil; 4 circuit breaker 4 pole 20 A 10 kA Supply and placement of monopole cable in isolated copper in rubber G7 , protected by PVC, with flexible conductors,for fixed laying, designated FG7R 0,6/1KV, Comprehensive of terminals, conductors and them connection; the canalization and the supports are excluded; of the section: 1x6mm2 Supply and placement of monopole cable in isolated copper in rubber G7 , protected by PVC, with flexible conductors,for fixed laying, designated FG7R 0,6/1KV, Comprehensive of terminals, conductors and them connection; the canalization and the supports are excluded; of the section: 2x2,5mm2

pc

2,500

250

364

Part 2 Section VI.i: Bill of Quantities Lot 6

NP ILL 2

Supply and placement of cylindrical-conical pole model POLESTAR 12mt above round level, which has the cylindrical section at the base with a length of not less than 2300 mm. The poles are derived from an ERW normalized pipe suitable for hot-rolling which is made of killed steel of the S275JR type according to the EN 10025 (previously FE 430) standard.On the pole are forecast all the following workings and elements:.Cable input slot 186 x 46 mm;.Junction box slot 186 x 46 mm suitable for a steel door of flush pole type, complete with antivandalism closing;.Earthing supports device and the electrical equipment located inside the slot;.Junction box model Conchiglia MVE 416/1 or similar;.An aluminium sphere 76 mm is installed on the pole top (on request)..Miletus 200 bracket made of steel S235 JR; .Luminarie Lumada class II for lamp SAP 250W including all necessary work costs and accessories to conclude the work in accordance with design pc Supply and placement of an high pressure sodium vapor lamp with the following characteristics: EDISON fixing, a color temperature of around 2000 K and a color rendering index(CRI) of 25; 15000 hours of minimal life, 250W of power. Supply and placement of a pond derivation joint in casting resin for extruded isolated cables up to 1 kV constituted by mitten in rubber in unique piece closed by stainless steel tongs , bicompound epoxy resin in container for electric isolation and mechanical protection of the connections up to sections of 610mm. 18

10

D06.12.026.c

pc

18

11

D12.05.002.a.02

pc

18

365

Part 2 Section VI.i: Bill of Quantities Lot 6

12

B02.01.007.a.01

13

D13.01.062

14

15.08.0580.001

15

15.08.0580.002

16

E02.01.011.c

Supply and placement of flexible pipes in high-density polyethilene with a 750N smashing resistence, a 100MV proofing resistence like CEI EN 50086 specification, inside of an appropried excavation of a nominal depth of 50 cm or concrete precast, of 110mm external diameter. Supply and placement of photoelectric control bypass switch, for command of road illumination ciurcuit with threshold of intervention between 1 and 100 luxes, it will have to switch on or switch off, accordingly, the illumination syatem, and it will have to be endowed with the function intervention delay, both to the lighting and to the turning off, in accorndance with design. Lighting pole removal, including all necessary works, luminaire and all electric acessories removal, loading and transport of the removal material to an approved dump area. Lighting pole removal, including all necessary works, luminaire and all electric acessories removal, loading and transport of the removal material to an approved dump area. Supply and placement of concrete cover to precast concrete box. Supply and placement of monopole cable in isolated copper in rubber G7 , protected by PVC, with flexible conductors,for fixed laying, designated FG7R 0,6/1KV, Comprehensive of terminals, conductors and them connection; the canalization and the supports are excluded; of the section: 1x6mm2

1,350

pc

pc

18

pc

18

pc

18

17

A4/2

Arhitectonic illumination

D02.03.001d

2,200

366

Part 2 Section VI.i: Bill of Quantities Lot 6

18

NP ILL 6

Supply and placement of FLOODLIGHT :LEDLITE_1 da 6WBody, bottom and bracket: Made of aluminium alloy UNI EN 46100, painted with grey polyestere powders after a chromium plating treatment;Primary optics: lens made of injected PMMA. Secondary optics realized in three versions with tempered glass: cylindrical lens, flat glass, prismatic glass. ; Voltage 230V - 50Hz, - Insulation class: III, - Protection level: IP67, - External electronical driver; Optics Frosted spot rotosymmetric, Power 6W. pc Supply and placement of FLOODLIGHT : MATRIX T1 ROTOSYMMETRIC 70W MT G12 Optics compartment, electrical accessorires compartment, front frame : Moulded in die-cast aluminium EN AB 46100, painted with polyestere powders colour grey RAL 9006. Resistant to chemical and atmospherical agents such as gas, saline fogs, smog, etc Bracket: equipped with graduated goniometre to direct the floodlight and mechanical memory block; made of die-cast aluminium EN AB 46100, painted with polyestere powders, colour: grey RAL 9006 Closure glass: Tempered glass, 4 mm thick; it protects the lamp from eventual vandalistic acts and filters UVrays coming from the lamp. Reflector: Turned aluminium sheet P-ALP 99.85%, surface aluminium 99.98% brightened, anodised, oxidised and subsequently polished. Voltage: 230V - 50Hz, Power factor: cos.f 0.95, Insulation class: II, Protection level: IP66, Electrical accessories compartment: Available both internal. Optics: Rotosymmetric narrow beam, Power 70W, Lamp-holder: Ceramic monobloc, with G12 attack. 40

19

NP ILL 7

pc

12

367

Part 2 Section VI.i: Bill of Quantities Lot 6

20

NP ILL 8

21

E01.02.002.c

Supply and placement of a rectangular pull box in sheet moulded compound (SMC), with IP55 protection degree, with dimensions 98x188x51mm, with 16mm2 junction box Supply and placement of galvanized steel conduit of 2 1/2"

pc

52

Kg Total A B 22 D.18 Pavements Scarifying and removing the existing bituminous surface, including transport of the removal material to an approved dump area and other necessary work costs in accordance with design Waterproofing execution with modified bitumen and a polyester coat Supply and placement of an adequate binder asphalt layer of 6 cm, including other necessary work costs in accordance with design Supply and placement of an adequate draining wearing course layer of 4 cm, including surface preparation applying a primer coat of bitumen emulsion and other necessary work costs in accordance with design Horizontal marking Supply and placement of pvc drain pipes with 1,5m and related grids, including anchorage and finish works to ensure waterproofing Scarifying and removing the existing bituminous or m2*cm

1,360

37440.00

23 Roadway pavement and waterproofin g replacement

B.6.17

m2

4160.00

24

B1

107

m2

4160.00

D.20

m2

4160.00

25 Roadway superficial drainage rehabilitation Walkway

D.20.m

kme

0.70

26

B2

252

pc

16.00

27

B3

D.18

m2*cm

3460.00

368

Part 2 Section VI.i: Bill of Quantities Lot 6

pavement replacement

concrete surface, including transport of the removal material to an approved dump area and other necessary work costs in accordance with design B.6.17 Waterproofing execution with modified bitumen and a polyester coat Controlled demolition of cementitious conglomerate, including all necessary work costs in accordance with design. Supply of 35MPa Rck concrete, including all necessary work costs in accordance with design m2 1730.00

28

29

235/a

m3

460.00

30

B.3.12b/1

m3

460.00

31

B.5.09/d

Supply and placement of hight adherent steel bars Supply and placement of an walkway bituminous conglomerate layer of at least 2 cm, including all necessary work costs in accordance with design Removal of existing expansion joints and related devices, including loading and transport of the material resulting from the demolition to an approved dump area Supply and placement of an expansion joints RAN series, type 50, allow for movement up to +/- 25mm or similar and all related materials Supply and placement of an expansion joints GP series, type 50, allow for movement up to +/- 25mm or similar and all related materials Supply and placement of an expansion joints GP series, type 150, allow for movement up to +/- 75mm or similar and all related materials

kg

6833.50

32

112

m2

1730.00

33

A.3.14

136.60

34 B4 35

Expansion joints replacement

NP 01

92.00

NP 02

22.30

36

NP 03

22.30

369

Part 2 Section VI.i: Bill of Quantities Lot 6

Total B C 37 NP 07 Concrete repair Concrete sand blast cleaning to prepare the surface for receiving protective materials Overhang underdeck slab Transverse beam Underdeck slab m2 m2 m2 1566.00 703.00 4437.00 6706.00 38 C1 Deck slab repair NP 08 Concrete water washing with 1500 psi of pressure to prepare the surface for receiving protective materials Overhang underdeck slab Transverse beam Underdeck slab Overdeck slab m2 m2 m2 m2 1566.00 740.00 4437.00 261.00 7004.00 39 NP 09 Supply and placement of a epoxy resin primer coat like MASTERSEAL PRIMER PU (BASF) or similar Overhang underdeck slab Transverse beam m2 m2 1566.00 740.00

370

Part 2 Section VI.i: Bill of Quantities Lot 6

Underdeck slab Overdeck slab

m2 m2

4437.00 261.00 7004.00

40

NP 10

Supply and placement of a polyurethane resin protective coat like MASTERSEAL FORMULA PU (BASF) or similar Overhang underdeck slab Transverse beam Underdeck slab Overdeck slab m2 m2 m2 m2 1566.00 740.00 4437.00 261.00 7004.00

41

Rent of a lifting platform h h 2347.10 181.20 2528.30 Surface preparation and concrete removal (4cm) by means of hight pressure hydrodemolition (30000 psi) being atention with reinforcing steel including loading and transport of the material resulting from the demolition to an approved dump area and all necessary work costs in accordance with design

42

NP 11

371

Part 2 Section VI.i: Bill of Quantities Lot 6

Transverse beam Overdeck slab

m2 m2

37.00 261.00 298.00

43

NP 12

Supply and placement over reinforcing steel of a coat of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP (BASF) or similar Transverse beam Overdeck slab m m 370.00 2610.00 2980.00 Supply and placement of 4 cm of a ready-mixed aircured thixotropic cementitious mortar with restrained expansion, fibre-reinforced with flexible inorganic fibres,like EMACO FORMULA TIXOFIBER (BASF) or similar Transverse beam Overdeck slab dm3 dm3 1480.00 10440.00 11920.00

44

NP 13

45 Piers concrete repair

NP 07

Concrete sand blast cleaning to prepare the surface for receiving protective materials piers m2 3291.75 3291.75

C4

46

NP 08

Concrete water washing with 1500 psi of pressure to prepare the surface for receiving protective materials

372

Part 2 Section VI.i: Bill of Quantities Lot 6

piers

m2

3465.00

3465.00

47

NP 09

Supply and placement of a epoxy resin primer coat like MASTERSEAL PRIMER PU (BASF) or similar piers m2 3465.00 3465.00

48

NP 10

Supply and placement of a polyurethane resin protective coat like MASTERSEAL FORMULA PU (BASF) or similar piers m2 3465.00 3465.00

49

Rent of a lifting platform h h 837.90 88.20 926.10

50

NP 11

Surface preparation and concrete removal (4cm) by

373

Part 2 Section VI.i: Bill of Quantities Lot 6

means of hight pressure hydrodemolition (30000 psi) being atention with reinforcing steel including loading and transport of the material resulting from the demolition to an approved dump area and all necessary work costs in accordance with design piers m2 126.00 126.00 51 NP 12 Supply and placement over reinforcing steel of a coat of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP (BASF) or similar pier caps m 1260.00 1260.00 Supply and placement of 4 cm of a ready-mixed aircured thixotropic cementitious mortar with restrained expansion, fibre-reinforced with flexible inorganic fibres,like EMACO FORMULA TIXOFIBER (BASF) or similar pier caps dm3 5040.00 5040.00 Total C D 53 D1 Painting of NP 17 Steel works Anti-Corrosion treatment and painting of steel m2 6410.00

52

NP 13

374

Part 2 Section VI.i: Bill of Quantities Lot 6

steel structure

structures, including temporary framework costs and all necessary work costs in accordance with design. Work Sequence: -Power tool cleaning to bare metal (SSPC-SP11) in areas demonstrating a higher tendency to corrode and high pressure waterjetting (SSPC-SP12) 30000 psi in all surface, with containment; -Application of a 80 micron primer coat of a zinc-rich primer; Application of a 100 micron zinc epoxy one coat; -Application of a 60 micron top coat protective finish based on resin polyurethane A03.02.005 Removal of existent inspenction gantry kg 10000.00

54

D4/2

Removal of inspection gantry and rails

Total D E Rehabilitation of storm water collecting system Earthworks Supply and placement of 50*50 cm precast concrete elements to collect storm water, including all necessary work costs in accordance with design Total E Total transferred to Summary of Bills of Quantities = A+B+C+D+E Notes: a) b) c) This Bill of Quantities contains 55 articles; The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; The Bidder is responsible for the values in columns 5 and 6;

55

E4

181

83.00

375

Part 2 Section VI.i: Bill of Quantities Lot 6

d)

The quantities from column 4 are refering to this bridge.

EMPLOYER

BIDDER

376

Part 2 Section VI.i: Bill of Quantities Lot 6

Lot 6 - Rehabilitation works for Bridge no. 4 on DN 22C km 38+002 at Poarta Alba, for Bridge no. 5 on DN 2A km 196+739 at Ovidiu, for Bridge no. 6 on DN 3 km 242+286 at Murfatlar (Basarabi) and for Bridge no. 9 on DN 39 km 49+157 at Mangalia Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR BILL No. 3 - Works on Bridge no. 06 on DN 3 km 242+286 at Murfatlar (Basarabi) item 0 A 1 254 1 DESCRIPTION 2 Road finishes & equipment Surface preparation and cleaning by power tool cleaning (SSPC-SP3), including containment and transport of the removal material to an approved dump area Parapet 1,60 m2/m 2 Painting of pedestrian parapet 259 Application on steel surface of an epoxy one coat Parapet 1,60 m2/m 260 Application on steel surface of a top coat protective finish based on resin poliuretaniche Parapet 1,60 m2/m 4 A3 5 Guard rail replacement 195/b 264/b Removal of all metallic guardrail elements, including loading and transport of the material resulting from the demolition to an approved dump area Supply and placement of all metallic guardrail elements with at m m 210.00 488.00 units 3 unit price 5 amoun t 6

quantity 4

m2

780.80

A1

m2

780.80

m2

780.80

377

Part 2 Section VI.i: Bill of Quantities Lot 6

NP ILL 1

least two beams and 1,5m height, including galvanization e other necessary work costs in accordance with design Supply and placement of a fiberglass-polyester reinforced electric cabinet with the following apparatus: 1 circuit breaker 4 pole 63A 10kA; 1 fuseholder 3 pole + N 2 A; 3 red pilot light; 1 twilight switch; 1 time switch; 1 by-pass circuit; 1 contactor 4 pole 32 A with 230 V coil; 4 circuit breaker 4 pole 20 A 10 kA Supply and placement of monopole cable in isolated copper in rubber G7 , protected by PVC, with flexible conductors,for fixed laying, designated FG7R 0,6/1KV, Comprehensive of terminals, conductors and them connection; the canalization and the supports are excluded; of the section: 1x6mm2 Supply and placement of monopole cable in isolated copper in rubber G7 , protected by PVC, with flexible conductors,for fixed laying, designated FG7R 0,6/1KV, Comprehensive of terminals, conductors and them connection; the canalization and the supports are excluded; of the section: 2x2,5mm2

pc

A4

Electrical equipment replacement

D02.03.001d

2,700

D02.03.002b

280

378

Part 2 Section VI.i: Bill of Quantities Lot 6

NP ILL 3

Supply and placement of cylindrical-conical pole model POLESTAR 12mt above round level, which has the cylindrical section at the base with a length of not less than 2300 mm. The poles are derived from an ERW normalized pipe suitable for hot-rolling which is made of killed steel of the S275JR type according to the EN 10025 (previously FE 430) standard.On the pole are forecast all the following workings and elements:.Cable input slot 186 x 46 mm;.Junction box slot 186 x 46 mm suitable for a steel door of flush pole type, complete with antivandalism closing;.Earthing supports device and the electrical equipment located inside the slot;.Junction box model Conchiglia MVE 416/1 or similar;.An aluminium sphere 76 mm is installed on the pole top (on request)..Miletus 200 bracket made of steel S235 JR; .Luminarie Origia 800 class II for lamp SAP 250W including all necessary work costs and accessories to conclude the work in accordance with design pc 18

10

D06.12.026.c

Supply and placement of an high pressure sodium vapor lamp with the following characteristics: EDISON fixing, a color temperature of around 2000 K and a color rendering index(CRI) of 25; 15000 hours of minimal life, 250W of power. Supply and placement of a pond derivation joint in casting resin for extruded isolated cables up to 1 kV constituted by mitten in rubber in unique piece closed by stainless steel tongs , bicompound epoxy resin in container for electric isolation and mechanical protection of the connections up to sections of 6-10mm. Supply and placement of flexible pipes in high-density polyethilene with a 750N smashing resistence, a 100MV proofing resistence like CEI EN 50086 specification, inside of an appropried excavation of a nominal depth of 50 cm or concrete precast, of 110mm external diameter.

pc

18

11

D12.05.002.a.02

pc

18

12

B02.01.007.a.01

900

379

Part 2 Section VI.i: Bill of Quantities Lot 6

13

D13.01.062

14

D12.01.003.d

Supply and placement of photoelectric control by-pass switch, for command of road illumination ciurcuit with threshold of intervention between 1 and 100 luxes, it will have to switch on or switch off, accordingly, the illumination syatem, and it will have to be endowed with the function intervention delay, both to the lighting and to the turning off, in accorndance with design. Supply and placement of a steel clamp for support lighting poles on viaducts, composed by cylinder ligthing pole container of h=1m and internal diameter of 200mm, closed with support pole transverse, with three bolts of 18mm diameter , including of 4 anchorage plates in bars from 80x6mm, everything galvanized and place in work with chemical anchorages, including all necessary work costs and accessories to finish the work in accordance with design. Lighting pole removal, including all necessary works, luminaire and all electric acessories removal, loading and transport of the removal material to an approved dump area. Lighting pole removal, including all necessary works, luminaire and all electric acessories removal, loading and transport of the removal material to an approved dump area. Supply and placement of concrete cover to precast concrete box. Supply and placement of monopole cable in isolated copper in rubber G7 , protected by PVC, with flexible conductors,for fixed laying, designated FG7R 0,6/1KV, Comprehensive of terminals, conductors and them connection; the canalization and the supports are excluded; of the section: 1x6mm2

pc

Kg 15 15.08.0580.001

270

pc

14

16

15.08.0580.002

pc

14

17

E02.01.011.c

pc

18

18

A4/2

Arhitectonic illumination

D02.03.001d

1,200

380

Part 2 Section VI.i: Bill of Quantities Lot 6

19

NP ILL 6

Supply and placement of FLOODLIGHT :LEDLITE_1 da 6W Body, bottom and bracket: Made of aluminium alloy UNI EN 46100, painted with grey polyestere powders after a chromium plating treatment; Primary optics: lens made of injected PMMA. Secondary optics realized in three versions with tempered glass: cylindrical lens, flat glass, prismatic glass. ; Voltage 230V - 50Hz, - Insulation class: III, - Protection level: IP67, - External electronical driver; Optics Frosted spot rotosymmetric, Power 6W. pc Supply and placement of FLOODLIGHT : MATRIX T1 ROTOSYMMETRIC 70W MT G12 Optics compartment, electrical accessorires compartment, front frame : Moulded in die-cast aluminium EN AB 46100, painted with polyestere powders colour grey RAL 9006. Resistant to chemical and atmospherical agents such as gas, saline fogs, smog, etc Bracket: equipped with graduated goniometre to direct the floodlight and mechanical memory block; made of die-cast aluminium EN AB 46100, painted with polyestere powders, colour: grey RAL 9006 Closure glass: Tempered glass, 4 mm thick; it protects the lamp from eventual vandalistic acts and filters UV-rays coming from the lamp. Reflector: Turned aluminium sheet P-ALP 99.85%, surface aluminium 99.98% brightened, anodised, oxidised and subsequently polished. Voltage: 230V - 50Hz, Power factor: cos.f 0.95, Insulation class: II, Protection level: IP66, Electrical accessories compartment: Available both internal. Optics: Rotosymmetric narrow beam, Power 70W, Lampholder: Ceramic monobloc, with G12 attack. 64

20

NP ILL 7

pc

381

Part 2 Section VI.i: Bill of Quantities Lot 6

21 22

NP ILL 8 E01.02.002.c

Supply and placement of a rectangular pull box in sheet moulded compound (SMC), with IP55 protection degree, with dimensions 98x188x51mm, with 16mm2 junction box Supply and placement of galvanized steel conduit of 2 1/2"

pc Kg

72 1,300

Total A B 23 D.18 Pavements Scarifying and removing the existing bituminous surface, including transport of the removal material to an approved dump area and other necessary work costs in accordance with design Waterproofing execution with modified bitumen and a polyester coat Supply and placement of an adequate binder asphalt layer of 6 cm, including other necessary work costs in accordance with design Supply and placement of an adequate draining wearing course layer of 4 cm, including surface preparation applying a primer coat of bitumen emulsion and other necessary work costs in accordance with design Horizontal marking Supply and placement of pvc drain pipes with 1,5m and related grids, including anchorage and finish works to ensure waterproofing Scarifying and removing the existing bituminous or concrete surface, including transport of the removal material to an approved dump area and other necessary work costs in accordance with design m2*cm 16740.00

24 Roadway pavement and waterproofin g replacement

B.6.17

m2

1860.00

25

B1

107

m2

1860.00

D.20

m2

1860.00

26 Roadway superficial drainage rehabilitation Walkway pavement replacement

D.20.m

kme

0.25

27

B2

252

pc

28.00

28

B3

D.18

m2*cm

2340.00

382

Part 2 Section VI.i: Bill of Quantities Lot 6

29

B.6.17

Waterproofing execution with modified bitumen and a polyester coat Controlled demolition of cementitious conglomerate, including all necessary work costs in accordance with design. Supply of 35MPa Rck concrete, including all necessary work costs in accordance with design

m2

1170.00

30

235/a

m3

47.00

31

B.3.12b/1

m3

47.00

32

B.5.09/d

Supply and placement of hight adherent steel bars

kg

4621.50

33

112

Supply and placement of an walkway bituminous conglomerate layer of at least 2 cm, including all necessary work costs in accordance with design Removal of existing expansion joints and related devices, including loading and transport of the material resulting from the demolition to an approved dump area Supply and placement of an expansion joints RAN series, type 50, allow for movement up to +/- 25mm or similar and all related materials Supply and placement of an expansion joints GP series, type 50, allow for movement up to +/- 25mm or similar and all related materials Supply and placement of an expansion joints GP series, type 150, allow for movement up to +/- 75mm or similar and all related materials Total B

m2

1170.00

34

A.3.14

74.00

35 B4 36

Expansion joints replacement

NP 01

45.60

NP 02

14.20

37

NP 03

14.20

383

Part 2 Section VI.i: Bill of Quantities Lot 6

C 38 NP 07

Concrete repair Concrete sand blast cleaning to prepare the surface for receiving protective materials Overhang underdeck slab Transverse beam Underdeck slab m2 m2 m2 904.00 334.40 2712.00 3950.40

39

NP 08

Concrete water washing with 1500 psi of pressure to prepare the surface for receiving protective materials Overhang underdeck slab m2 m2 m2 m2 904.00 352.00 2712.00 135.60 4103.60

C1

Deck slab repair

Transverse beam Underdeck slab Overdeck slab

40

NP 09

Supply and placement of a epoxy resin primer coat like MASTERSEAL PRIMER PU (BASF) or similar Overhang underdeck slab Transverse beam Underdeck slab Overdeck slab m2 m2 m2 m2 904.00 352.00 2712.00 135.60 4103.60

41

NP 10

Supply and placement of a polyurethane resin protective coat

384

Part 2 Section VI.i: Bill of Quantities Lot 6

like MASTERSEAL FORMULA PU (BASF) or similar Overhang underdeck slab Transverse beam Underdeck slab Overdeck slab

m2 m2 m2 m2

904.00 352.00 2712.00 135.60 4103.60

42

Rent of a lifting platform h h Surface preparation and concrete removal (4cm) by means of hight pressure hydrodemolition (30000 psi) being atention with reinforcing steel including loading and transport of the material resulting from the demolition to an approved dump area and all necessary work costs in accordance with design Transverse beam Overdeck slab Supply and placement over reinforcing steel of a coat of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP (BASF) or similar Transverse beam Overdeck slab Supply and placement of 4 cm of a ready-mixed air-cured 1382.64 107.24 1489.88

43

NP 11

m2 m2

17.60 135.60 153.20

44

NP 12

m m

176.00 1356.00 1532.00

45

NP 13

385

Part 2 Section VI.i: Bill of Quantities Lot 6

thixotropic cementitious mortar with restrained expansion, fibre-reinforced with flexible inorganic fibres,like EMACO FORMULA TIXOFIBER (BASF) or similar Transverse beam Overdeck slab dm3 dm3 704.00 5424.00 6128.00 Total C D Steel works Anti-Corrosion treatment and painting of steel structures, including temporary framework costs and all necessary work costs in accordance with design. Work Sequence: -Power tool cleaning to bare metal (SSPC-SP11) in areas demonstrating a higher tendency to corrode and high pressure waterjetting (SSPC-SP12) 30000 psi in all surface, with containment; -Application of a 80 micron primer coat of a zinc-rich primer; -Application of a 100 micron zinc epoxy one coat; -Application of a 60 micron top coat protective finish based on resin polyurethane

46

D1

Painting of steel structure

NP 17

m2

4000.00

47 Removal of inspection gantry and rails

A03.02.005

Removal of existent inspenction gantry

kg

7100.00

48

D4/2

B.5.01/1

Supply and placement of galvanized steel structure elements, including all necessary work costs in accordance with design Purchase of an electrical trolley to drag the inspection gantry Total D

kg

7100.00

49

NP 20

pc

4.00

386

Part 2 Section VI.i: Bill of Quantities Lot 6

E Rehabilitation of storm water collecting system

Earthworks Supply and placement of 50*50 cm precast concrete elements to collect storm water, including all necessary work costs in accordance with design Excavation of soil of any lenght or nature and soil levelling, including loading and transport of the material resulting from the demolition to an approved dump area Supply and placement of river gabion mattresses filled with stones, including all necessary work costs in accordance with design Supply and placement of natural stones on 2nd category reef. Total E Total transferred to Summary of Bills of Quantities = A+B+C+D+E

50

E4

181

79.00

51 E5 River bank improvement

465

m3

190.00

52 53

75 E.3.01

m3 ton

95.00 171.00

Notes: a) b) c) d) This Bill of Quantities contains 53 articles; The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; The Bidder is responsible for the values in columns 5 and 6; The quantities from column 4 are refering to this bridge.

EMPLOYER

BIDDER

387

Part 2 Section VI.i: Bill of Quantities Lot 6

Lot 6 - Rehabilitation works for Bridge no. 4 on DN 22C km 38+002 at Poarta Alba, for Bridge no. 5 on DN 2A km 196+739 at Ovidiu, for Bridge no. 6 on DN 3 km 242+286 at Murfatlar (Basarabi) and for Bridge no. 9 on DN 39 km 49+157 at Mangalia Designer: LOUIS BERGER GROUP, Inc. Employer: RNCMNR BILL No. 3 - Works on Bridge no. 06 on DN 3 km 242+286 at Murfatlar (Basarabi) item 0 A 1 254 1 DESCRIPTION 2 Road finishes & equipment Surface preparation and cleaning by power tool cleaning (SSPC-SP3), including containment and transport of the removal material to an approved dump area Parapet 1,60 m2/m 2 A1 Painting of pedestrian parapet 259 Application on steel surface of an epoxy one coat m2 Parapet 1,60 m2/m 3 260 Application on steel surface of a top coat protective finish based on resin poliuretaniche Parapet 1,60 m2/m 4 A3 Guard rail replacement 195/b Removal of all metallic guardrail elements, including loading and transport of the material resulting from the demolition to an approved dump area m 892.00 1427.20 units 3

quantity 4

unit price 5

amount 6

m2

1427.20

m2

1427.20

388

Part 2 Section VI.i: Bill of Quantities Lot 6

264/b

NP ILL 1

A4

Electrical equipment replacement

D02.04.001.a

D02.03.002b

Supply and placement of all metallic guardrail elements with at least two beams and 1,5m height, including galvanization e other necessary work costs in accordance with design Supply and placement of a fiberglass-polyester reinforced electric cabinet with the following apparatus: 1 circuit breaker 4 pole 63A 10kA; 1 fuseholder 3 pole + N 2 A; 3 red pilot light; 1 twilight switch; 1 time switch; 1 by-pass circuit; 1 contactor 4 pole 32 A with 230 V coil; 4 circuit breaker 4 pole 20 A 10 kA Supply and placement of monopole cable in isolated copper in rubber G7 , protected by PVC, with flexible conductors,for fixed laying, designated FG7R 0,6/1KV, Comprehensive of terminals, conductors and them connection; the canalization and the supports are excluded; of the section: 1x6mm2 Supply and placement of monopole cable in isolated copper in rubber G7 , protected by PVC, with flexible conductors,for fixed laying, designated FG7R 0,6/1KV, Comprehensive of terminals, conductors and them connection; the canalization and the supports are excluded; of the section: 2x2,5mm2

892.00

pc

4,200

350

389

Part 2 Section VI.i: Bill of Quantities Lot 6

NP ILL 3

Supply and placement of cylindrical-conical pole model POLESTAR 12mt above round level, which has the cylindrical section at the base with a length of not less than 2300 mm. The poles are derived from an ERW normalized pipe suitable for hot-rolling which is made of killed steel of the S275JR type according to the EN 10025 (previously FE 430) standard.On the pole are forecast all the following workings and elements:.Cable input slot 186 x 46 mm;.Junction box slot 186 x 46 mm suitable for a steel door of flush pole type, complete with antivandalism closing;.Earthing supports device and the electrical equipment located inside the slot;.Junction box model Conchiglia MVE 416/1 or similar;.An aluminium sphere 76 mm is installed on the pole top (on request)..Miletus 200 bracket made of steel S235 JR; .Luminarie Origia 800 class II for lamp SAP 250W including all necessary work costs and accessories to conclude the work in accordance with design pc Supply and placement of an high pressure sodium vapor lamp with the following characteristics: EDISON fixing, a color temperature of around 2000 K and a color rendering index(CRI) of 25; 15000 hours of minimal life, 250W of power. Supply and placement of a pond derivation joint in casting resin for extruded isolated cables up to 1 kV constituted by mitten in rubber in unique piece closed by stainless steel tongs , bicompound epoxy resin in container for electric isolation and mechanical protection of the connections up to sections of 6-10mm. 26

10

D06.12.026.c

pc

26

11

D12.05.002.a.02

pc

26

390

Part 2 Section VI.i: Bill of Quantities Lot 6

12

B02.01.007.a.01

13

D13.01.062

14

15.08.0580.001

15

15.08.0580.002

16

E02.01.011.c

Supply and placement of flexible pipes in high-density polyethilene with a 750N smashing resistence, a 100MV proofing resistence like CEI EN 50086 specification, inside of an appropried excavation of a nominal depth of 50 cm or concrete precast, of 110mm external diameter. Supply and placement of flexible pipes in high-densuty polietilen with a 750N smashing resistence, a 100MV proofing resistence like CEI EN 50086 specification, inside of an appropried excavation of a nominal depth of 50 cm or concrete precast, of 110mm external diameter. Lighting pole removal, including all necessary works, luminaire and all electric acessories removal, loading and transport of the removal material to an approved dump area. Lighting pole removal, including all necessary works, luminaire and all electric acessories removal, loading and transport of the removal material to an approved dump area. Supply and placement of concrete cover to precast concrete box. Total A

1,800

pc

pc

22

pc pc

22 26

B 17 B3 18 19 Walkway pavement replacement D.18

Pavements Scarifying and removing the existing bituminous or concrete surface, including transport of the removal material to an approved dump area and other necessary work costs in accordance with design Waterproofing execution with modified bitumen and a polyester coat Controlled demolition of cementitious conglomerate, m2*cm 3800.00

B.6.17 235/a

m2 m3

1900.00 551.00

391

Part 2 Section VI.i: Bill of Quantities Lot 6

including all necessary work costs in accordance with design. 20 B.3.12b/1 Supply of 35MPa Rck concrete, including all necessary work costs in accordance with design Supply and placement of hight adherent steel bars Supply and placement of an walkway bituminous conglomerate layer of at least 2 cm, including all necessary work costs in accordance with design Total B C 23 NP 07 Concrete repair Concrete sand blast cleaning to prepare the surface for receiving protective materials Overhang underdeck slab Transverse beam Underdeck slab C1 24 Deck slab repair NP 08 Concrete water washing with 1500 psi of pressure to prepare the surface for receiving protective materials Overhang underdeck slab Transverse beam Underdeck slab m2 m2 m2 1950.00 1032.00 5772.00 m2 m2 m2 1950.00 980.40 5772.00 8702.40 m3 551.00

21

B.5.09/d

kg

7505.00

22

112

m2

1500.00

392

Part 2 Section VI.i: Bill of Quantities Lot 6

Overdeck slab

m2

370.50 9124.50

25

NP 09

Supply and placement of a epoxy resin primer coat like MASTERSEAL PRIMER PU (BASF) or similar Overhang underdeck slab Transverse beam Underdeck slab Overdeck slab m2 m2 m2 m2 1950.00 1032.00 5772.00 370.50 9124.50

26

NP 10

Supply and placement of a polyurethane resin protective coat like MASTERSEAL FORMULA PU (BASF) or similar Overhang underdeck slab Transverse beam Underdeck slab Overdeck slab

m2 m2 m2 m2

1950.00 1032.00 5772.00 370.50 9124.50

27

Rent of a lifting platform h h 3045.84 238.14 3283.98

28

NP 11

Surface preparation and concrete removal (4cm) by means of hight pressure hydrodemolition (30000 psi)

393

Part 2 Section VI.i: Bill of Quantities Lot 6

being atention with reinforcing steel including loading and transport of the material resulting from the demolition to an approved dump area and all necessary work costs in accordance with design Transverse beam Overdeck slab Supply and placement over reinforcing steel of a coat of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP (BASF) or similar Transverse beam Overdeck slab m m 516.00 2147.00 2663.00 Supply and placement of 4 cm of a ready-mixed aircured thixotropic cementitious mortar with restrained expansion, fibre-reinforced with flexible inorganic fibres,like EMACO FORMULA TIXOFIBER (BASF) or similar Transverse beam Overdeck slab dm3 dm3 2064.00 8588.00 10652.00 31 C4 32 Piers concrete repair NP 07 NP 08 Concrete sand blast cleaning to prepare the surface for receiving protective materials Concrete water washing with 1500 psi of pressure to prepare the surface for receiving protective materials m2 m2 2155.00 2155.00 m2 m2 51.60 370.50 422.10

29

NP 12

30

NP 13

394

Part 2 Section VI.i: Bill of Quantities Lot 6

33

NP 09

Supply and placement of a epoxy resin primer coat like MASTERSEAL PRIMER PU (BASF) or similar Supply and placement of a polyurethane resin protective coat like MASTERSEAL FORMULA PU (BASF) or similar Rent of a lifting platform

m2

2155.00

34

NP 10

m2

2155.00

35

h h

754.25 75.43 829.68

36

NP 11

Surface preparation and concrete removal (4cm) by means of hight pressure hydrodemolition (30000 psi) being atention with reinforcing steel including loading and transport of the material resulting from the demolition to an approved dump area and all necessary work costs in accordance with design Supply and placement over reinforcing steel of a coat of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP (BASF) or similar Supply and placement of 4 cm of a ready-mixed aircured thixotropic cementitious mortar with restrained expansion, fibre-reinforced with flexible inorganic fibres,like EMACO FORMULA TIXOFIBER (BASF) or similar

m2

107.75

37

NP 12

1077.50

38

NP 13

dm3

4310.00

395

Part 2 Section VI.i: Bill of Quantities Lot 6

Total C

Steel works D Anti-Corrosion treatment and painting of steel structures, including temporary framework costs and all necessary work costs in accordance with design. Work Sequence: -Power tool cleaning to bare metal (SSPC-SP11) in areas demonstrating a higher tendency to corrode and high pressure waterjetting (SSPC-SP12) 30000 psi in all surface, with containment; -Application of a 80 micron primer coat of a zinc-rich primer; Application of a 100 micron zinc epoxy one coat; -Application of a 60 micron top coat protective finish based on resin polyurethane Removal of existent inspenction gantry

39

D1

Painting of steel structure

NP 17

m2

13330.00

40

D4/2

Removal of inspection gantry and rails

A03.02.005

kg

16500.00

Total D E Cone quarter rehabilitation Earthworks Supply and placement of small concrete slabs to fill cone quarters voids Horizontal marking Total E

41

E3

544

m2

15.00

42

kme

1.10

396

Part 2 Section VI.i: Bill of Quantities Lot 6

Total transferred to Summary of Bills of Quantities = A+B+C+D+E Notes: a) b) c) d) This Bill of Quantities contains 42 articles; The Employer is responsible for the values in columns 1, 2, 3 and 4 for all items; The Bidder is responsible for the values in columns 5 and 6; The quantities from column 4 are refering to this bridge.

EMPLOYER

BIDDER

397

Part 2 Section VI.ii: Specifications Lot 6

SECTION VI.ii SPECIFICATIONS

398

Part 2 Section VI.ii: Specifications Lot 6

General Items

399

Part 2 Section VI.ii: Specifications Lot 6

Table of Contents:

LEGAL PROCEDURES AND LOCAL LEGISLATION I.1 SUBJECT AND SCOPE OF THE WORKS I.2 QUALITY SYSTEM FOR CIVIL ENGINEERING WORKS I.3 STATE QUALITY INSPECTION OF CONSTRUCTION WORKS

II. GENERAL ITEMS II.1 CONTRACTOR DUTIES II.1.1 Possession and use of the site II.1.2 Site compound II.1.3 Temporary works II.1.4 Existing structures, utilities and underground services II.1.5 Dealing with water II.1.6 Information II.1.7 Safeguarding the environment II.1.8 Traffic management II.1.9 Road Maintenance II.1.10 Works off site II.1.11 As-Built Drawings and Construction Book II.1.12 Erection of Project Identification Billboards II.1.13 Dayworks II.2 QUALITY ASSURANCE AND CONTROL II.2.1 Quality Assurance Management System II.2.2 Site laboratory II.2.3 Sampling, testing, trials and method statements II.2.4 Engineers works approval II.3 SURVEY II.4 OTHERS II.4.1 Progress photographs II.4.2 Authorized translation of the documents forming the Contract

400

Part 2 Section VI.ii: Specifications Lot 6

I. LEGAL PROCEDURES AND LOCAL LEGISLATION

I.1 SUBJECT AND SCOPE OF THE WORKS This Technical Specification incorporates the general legal provisions, based on which the designs are prepared for the various design stages, as well as the bidding documentation, tenders and contracts required for the public work projects implementation. The above-mentioned legal provisions are the following: Law no.10/18.01.1995 Regarding the Civil Engineering Works Quality" published in the Romanian Official Gazette no.12/24.01.1995, as further modified and completed; Government Decision no. 766/1997 for the approval of regulations regarding civil engineering works quality, as further modified and completed; Civil Engineering Works and the Related Facilities Acceptance Regulations" approved by the Government Decision no.273/14.06.1994, published in the Romanian Official Gazette no.193/28.07.1994, as further modified and completed; "Civil Engineering Works Quality State Inspection Regulations" approved by the Government Decision no.272/14.06.1994 and published in the Romanian Official Gazette no 193/28.07.1994. Environmental Protection Government Emergency Ordinance no. 195 / 2005 as further modified and completed; Order of National Administration of Roads for the approval of Rules regarding the administration, utilisation, maintenance and repairing of public roads, indicative no. N.A.R.-554.

The above list is to be considered neither complete nor exhaustive.

401

Part 2 Section VI.ii: Specifications Lot 6

I.2 QUALITY SYSTEM FOR CIVIL ENGINEERING WORKS This clause refers to the general quality assurance system, as required by Law no. 10, issued on 18.01.1995 and published on 24.01.1995. Any contracts, sub-contracts, instructions, approvals, etc. to be concluded or issued during the construction and maintenance period, shall comply with the above-mentioned Law No. 10 dated 18.01.1995. The quality system applied to civil works is a set of organisational procedures, responsibilities, regulations and means implemented for achieving the required quality of civil engineering works during all the following stages: design, construction, and maintenance. The quality system applied to civil works shall consist of the following: civil engineering technical regulations, norms and standards quality of materials applied to civil engineering works technical approvals regarding the quality of new products and procedures inspection of designs and workmanship as well as specialist examinations of design and construction works quality management and assurance of construction works approval and certification of laboratories where analyses and tests are performed for construction works metrological activity related to the construction works acceptance of construction works (provisional and final handing-over) behaviour of construction works and up-graded construction works operation construction works maintenance quality state inspections of construction works.

The products or materials, whose quality is not certified at the time of delivery by quality certificates issued by the manufacturer and specifying their full compliance to the related requirements, should not be used. The technical quality certificates issued for the new materials, procedures and equipment to be used for construction works shall also specify, under the current law, their range of application, as well as their manufacturing, transport, storage, placement and maintenance requirements, in compliance with the provisions of the H.G. no. 766/1997. Where a certain construction quality requirement is to be ensured in accordance with quality specifications, only the approved additional products, procedures and equipment, should be used. The supervision of the construction works is mandatory and will be carried out by the Employer through specialist Engineers or firms acting as specialist consultants. Only authorised technical experts shall carry out the technical inspections of designs and construction works. The construction trial and test laboratories shall be approved and authorised in compliance with the legal provisions in force. The measurement activity related to the construction works shall be developed in compliance with the legal provisions regarding calibration, checking and operational reliability required for the measuring and control devices used in this field. 402

Part 2 Section VI.ii: Specifications Lot 6

I.3 STATE QUALITY INSPECTION OF CONSTRUCTION WORKS This clause describes the duties of the State Inspectorate responsible for the quality of Works, in accordance with the law in force. The cost of these inspections will be borne by the Employer, by the payment of a specific governmental tax. The State Quality Inspections include quality systems and quality requirements application during the activities developed by the Employer for the design, construction and maintenance stages. The State Quality Inspections for construction works are carried out by the "State Inspectorate for Civil Engineering" which is responsible for the state control of the legal procedures adequately applied to achieve the required quality of construction works. The State Quality Inspections of construction works are performed in compliance with the "Civil Engineering Works Quality State Inspection Regulations" which stipulate the general standard requirements, their tasks, contents, organisational framework and methods applied for the state quality control of construction works. The instructions included in these Regulations are compulsory for all parties involved in the issuing of territory planning certificates, building permits, site location and responsible for the design, construction, and maintenance of civil engineering works. The provisions of these regulations are mandatory for all Romanian and foreign companies, public units, central and local administrations, which, under the law, contribute to the construction activities, or represent the Employer, or the Users of these construction works, regardless of the financial sources used for the works or the type of the ownership right. The Specifications make reference to the applicable Romanian Standards. However, as specified under the clause 7.9 of the Particular Conditions, all Romanian Standards entered into force at the Base Date are applicable to the project.

II. GENERAL ITEMS II.1 CONTRACTORS DUTIES II.1.1 Possession and use of the site The Contractor shall have responsibility for the road sections, bridges and generally all infrastructure components (including signalling, lighting and similar systems) within the Site of the Works, in accordance with Romanian laws and regulations regarding their use. The Contractor shall request possession of the Site, or a part of the Site, from the Engineer when required by its programme of Works, and the Employer shall give that possession in accordance with Clause 2.1 of the General Conditions of Contract. When the Employer gives the Contractor, possession of the Site, or a part of the Site, the Contractor shall be given authority to carry out the Works instructed by the Engineer under the Contract. It shall however notify the Employers local branch office of its proposed programme of works and liaise with them regarding traffic management proposals and advance notices to traffic, the police, the emergency authorities and the service authorities.

403

Part 2 Section VI.ii: Specifications Lot 6

The Contractor shall not enter the Site for additional investigations or to execute the Works until it has been granted possession. If the Contractor requires entering the Site prior to being granted possession for other reasons and the Engineer agrees, it shall demonstrate that it has the necessary insurances and has arranged appropriate safety measures. During possession of the Site, or part of the Site, the Contractor shall be responsible for providing lighting, protection and other measures to make the temporary works, material storage, excavations, partially finished works, etc. safe for the public and road use. The Contractor shall maintain access to all property from the road during the execution of the Works. Where closure of such accesses is unavoidable, as agreed with the Engineer, and due to the proximity of the Works, the Contractor shall give sufficient notice (at least 10 days) of operations to the occupiers of the affected properties so that inconvenience is minimised and whenever possible temporary access shall be provided. In no case shall any access be closed for more than twelve hours. II.1.2 Site compound The Contractor shall find its own site or sites for setting up one or more compounds in which to locate its offices, workshops, stores, plant etc. On completion of the relevant section of the Works, for which temporary works have been provided, the Contractor shall remove all its offices, workshops, stores, plant, fencing, hard standing etc., clean up the site and carry out other works to return the site to its original condition. The Contractor shall also locate its own areas (or make all necessary arrangements at its cost) for collection and disposal of waste and unwanted materials, complying with the local regulations and procedures for transport and disposal. The Contractor shall obtain all the necessary approvals of local authorities and others for its site compound at its own cost. II.1.3 Temporary works The Contractor shall design, arrange, provide and remove at its own cost all temporary works needed to carry out the permanent works. The temporary works shall include the provision of road diversions where considered necessary. All temporary works shall be approved by the Engineer, but this shall not relieve the Contractor of its responsibility for their design and adequacy. The Contractor shall obtain all the necessary approvals from the Ministries, service (utility owners), local authorities and other third parties for its design of the temporary works where required. The Contractor shall be responsible for obtaining all approvals and permits for organising all necessary land hire for any temporary works such as access roads, diversion roads, borrow pits, site compounds, material and equipment storage areas, laboratory facilities and so on. It shall restore the areas affected by these temporary works either to their original condition or to a condition agreeable to the Engineer, or stipulated in approvals. The Contractor shall design and construct any form of temporary road diversion and rail or river crossing and shall be responsible for obtaining approvals and clearances from all land owners and other relevant organisations affected by these temporary works. The temporary road diversions shall be designed and constructed using materials and workmanship that prevent settlement, rutting or distortion of the running surface. The diversions shall be surfaced with an even and safe wearing course. The design of the diversion shall be submitted, through the Engineer, to the Employer for technical approval. The Contractor shall submit details of its scheme to the landowners, river authority etc. When submitting the 404

Part 2 Section VI.ii: Specifications Lot 6

design of the diversion to the Engineer, the Contractor shall also submit its proposals for traffic management plan and safety requirements whilst the diversion is in use. On completion of the relevant section of the Works for which temporary works have been provided, the Contractor shall remove such roads, structures and the like and reinstate the ground on which they had been constructed to its original or to a similar condition to the satisfaction of the Engineer. II.1.4 Existing structures, utilities and underground services Where, in the course of construction of the Works, any existing foundations, walls, sewers, drains, pipes, wires, cables, and other structures, places and things such as utility networks are exposed, or otherwise are affected by the execution of the Contract, they shall be properly maintained, adequately supported and protected. Expedients to the approval of the Engineer shall be adopted, which will prevent inconvenience, interruption and which will ensure safety and continuity of use, of the above. Whenever an existing Service is to be diverted in order to construct the Works, the Contractor shall arrange for this work to be carried out by a duly authorised sub-contractor under the supervision of the Contractor and of the utility owner / manager. The Contractor will use the Provisional Sum defined in Bill A, article GI 04, to cover the total cost for execution of removal or relocation of any such utility Service. Special attention shall be given to the provisions of the Particular Conditions, Sub-Clause 13.5. If the Service does not need to be diverted, it shall be the Contractors responsibility to support and protect the Service while working around it, to the approval of the Service owner and the Engineer. The Contractor shall provide attendance as necessary and will be responsible for taking all measures to provide for the protection of such installation and for the consequences of any damage whether or not the services are shown on the drawings. No services or supplies shall be interrupted without the written consent of the appropriate authority or owner and the Contractor shall provide a satisfactory alternative before interrupting any existing service or supply. These Contractors responsibilities will continue as long as it has possession of the Site. The Contractor shall inform the relevant offices immediately in the event of any damage pipelines, railroads and water, telegraph, telephone and other public installations on Site and shall perform the necessary repairs at its own cost. II.1.5 Dealing with water The Contractor shall bear all risks associated with water, whether from the main river, local water courses, underground springs, rainfall or any other sources or cause. The Contractor shall take measures, carry out any operation and provide and use all necessary plant, appliances, pumps, and the like for dealing with flowing or standing water within the site. The Contractor shall be responsible for pumping all water from excavations. In discharging and diverting water he shall avoid flooding other works, causing erosion and polluting watercourses. Where temporary works cross, or are within watercourses the Contractor shall design and arrange its temporary works in accordance with the water authoritys requirements for water flow, avoidance of pollution etc. II.1.6 Information

405

Part 2 Section VI.ii: Specifications Lot 6

The Contractor shall, when required by the Engineer, furnish all information as to quality, weight, constituent substances, dimensions, levels, strength and description of the materials and work, and give the Engineer such other particulars as may be required. II.1.7 Safeguarding the environment The Contractor shall execute all works and take any measures for environmental protection and impact mitigation in accordance with the laws in force in Romania and security of workers. He shall obtain all the necessary updated information concerning the organisation for Environmental Protection in Romania and obtain all the necessary authorisations and carry out complementary studies whenever necessary. He shall obtain environmental approvals for all temporary works. During the works, including the defects notification period, the Contractor and its subcontractors, in compliance with the norms and regulations in force, shall implement the following mitigation measures: Reduction of Equipment and Plant noise when working in urban areas and in proximity to occupied buildings. Control of vibration from plant and equipment in urban areas and in proximity to buildings and other structures. Optimum location for crushers, bitumen plants, batching plants and other similar plants, in order to minimise their adverse impact on the natural and human environments. Enforcement of an adequate traffic management plan to minimise the disturbance caused by the site traffic and to safeguard the public and the Contractors labour. Protection of rivers, lakes, lands in crop and any areas surrounding the Site, against any pollution, which may originate either from the permanent road works or from other activities related to the Contractors organisation. Control of the method of storage of materials, with strict observance of the standards and specifications regarding the most sensitive items such as fuel, bitumen, lubricants, cement, explosive, etc. Protection and accurate reinstatement at the end of the works of borrow pits, quarries, services and diversion roads and any other temporary or preparatory work. Provision and installation of specific equipment and the relevant monitoring of noise, gas, dust, liquids and other pollutants derived from Site activities. Reduction of the emission of pollutants when they reach maximum admissible levels, in accordance with the applicable Romanian legislation and norms. Biodegradable materials shall be carefully buried in locations approved by the Engineer and the local environmental Agency in order to prevent any pollution of underground water. Any other action which might be necessary in accordance with the Engineers instructions and, as required by the applicable Romanian legislation.

The Contractor shall, at the request of the Engineer, carry out whatever environmental measurements are required to demonstrate that the requirements of this Clause are being respected. The tests shall be carried out at the locations and times required by the Engineer, and the Contractor shall carry out such tests at its own expense with instruments supplied by him. II.1.8 Traffic management Within the period defined in the Conditions of Contract, the Contractor shall submit a Traffic Management Plan to the Engineer for approval, in total respect of the specificity of the Works. When preparing the Traffic Management Plan, the Contractor shall observe the requirements of the Joint Order of the Ministry of Internal Affairs and of the Ministry of Transports no. 1112/411/2000, referring to Approval of the Methodological Norms regarding

406

Part 2 Section VI.ii: Specifications Lot 6

conditions for closing the traffic and introducing traffic restrictions in view of execution of works in the public roads area and/or for protection of the existing road. The plan shall also describe how it intends to minimise the impact of the construction activities on the public road circulation and on the access points to the compound. The Traffic Management Plan shall be preliminarily submitted for approval to all the relevant Authorities (Police Department, Employers local branch etc.). The Traffic Management Plan shall include all the details and information required for the Works or as the Engineer may require. Throughout the execution of the Works and the remedying of any defects therein, the Contractor shall: have full regard for the safety of all persons on the Site and shall keep the Site (so far as the same is under its control) as well as the Works (so far as the same are not completed or occupied by the Employer) in an appropriate state to avoid any danger to all persons whether or not they are authorised to be on the site; and provide and maintain, at its own cost, all lights, barriers and warning signs, when and where necessary or when required by the Engineer for the protection of the Works or for the safety and convenience of the public or others.

Where the circumstances of any particular case are not described in the Traffic Management Plan, the Contractor shall submit proposals for dealing with such situations to the Engineer for approval. Compliance with this Clause shall not relieve the Contractor of any of its other obligations and liabilities under the Contract. The Contractor shall not commence any work that affects the public roads until all traffic safety measures necessitated by the work are fully operational. When implementing the measures included in the Traffic Management Plan, the Contractor shall observe the requirements of the Norms regarding maintenance and repairing of public roads Indicative number NAR 554-2002. The traffic signs, road markings, lamps, barriers and traffic control signals shall be in accordance with the requirements current at the date of the execution of the work. The road signs and horizontal road markings will be redone whenever the Engineer considers it necessary. The Contractor shall keep clean and readable at all times all traffic signs, road markings, lamps, barriers and traffic control signals and he shall position, re-position, cover or remove them as necessitated by the progress of the Works and paying special attention to the access points to the Site at by-passes limits. Roads, accesses, rights of way, etc. which are being used by construction traffic shall at all times be kept clean of all dirt, mud and material dropped from vehicles or from tyres arising from such use. The Contractor shall provide, maintain and use suitable equipment for this purpose. In carrying out the Works the Contractor shall ensure that all road drains, ditches and channels are kept clear of any spoil, mud, slurry, or other materials likely to impede the free flow of water. The Contractor shall inform the Engineer in writing, within two weeks of the date of Commencement of the Works, of the name of the responsible person who will be available at all times to ensure compliance with this Clause.

407

Part 2 Section VI.ii: Specifications Lot 6

Where work is carried out on, or adjacent to a highway open to traffic, the Contractor shall ensure that vehicles and mobile plant under its control operating frequently or regularly on or adjacent to that highway in the execution of the Works shall be painted in a conspicuous colour. The Contractor shall provide, and suitably sign points of entry to and exit from the Site, for vehicles and plant engaged on the Works. The Contractor shall ensure that when any vehicle or item of plant is reversing within the Site on or adjacent to a highway open to traffic, it does so only under the supervision of a person designated for the purpose of regulating traffic within the Site who shall be readily distinguishable from the remainder of the work force. Where work is carried out on or adjacent to a highway open to traffic, the Contractor shall ensure that the work force and the site supervisory staff at all times wear high visibility warning clothing. II.1.9 Road Maintenance From mid November each year the Contractor shall take special precautions to ensure that the Site of the Works is not left unsafe for traffic over winter. These measures should include restriction of excavation and avoidance of major bridge works, in order to avoid road closures, obstructions and other safety risks. The Contractor shall submit to the Engineer for approval, a special traffic plan from midNovember to mid-March detailing: proposed precautions prior to the onset of winter; proposed maintenance of existing traffic thoroughfares within the Site of the Works during the winter period.

In total respect of the nature of the Works rehabilitation and new construction, the Contractor shall propose a Maintenance Plan and the list of the public road sectors, which will be used for the purposes of carrying out the works. The Contractor shall provide road maintenance according to Order of National Administration of Roads for the approval of Rules regarding the administration, utilisation, maintenance and repairing of public roads, indicative no.N.A.R.-554, which has stipulated the works to be executed for winter and summer seasons. The works include supply of materials, labour, plant, equipment, transport and means of transport for all materials. The road maintenance shall be in accordance with the laws in force regarding the security and safety of workers and third parts. The following items must be respected: General for winter and summer seasons: the bituminous surfacing reparation and the joints and cracks sealing; the shoulders re-shaping for ensuring the side wise draining conditions of the roadway waters; the correctly water drainage using the cleaning works of the ditches, fall chambers, etc.; the maintenance and the replacing of the road safety equipment using the sheet signing, guideposts, horizontal marking maintenance, etc.

Maintenance of existing roads during execution winter season 408

Part 2 Section VI.ii: Specifications Lot 6

For a minimum 105 days/year some of the main road maintenance works are the following: ensuring of information system about the road condition 24 hours/day for 7 days a week. material provision including transport, stockpiling, preparation for spreading on the carriageway and the spreading operation including traffic safety control. bituminous surfacing and the cement concrete repairs including the patching of the deteriorated surfaces, the joints and the cracks sealing, etc. shoulders reshaping for ensuring of the sideways drainage of road surface water. correction of drainage by the cleaning of ditches, of the fall chambers of the footbridges, the dieseling works of the footbridges, etc. maintenance and the replacement of the road safety equipment using the sheet signing, the guideposts, the portals and the brackets, the horizontal marking maintenance, etc. assembly snow-fences in the places indicated by the local D.R.D.P. snow evacuation. anti-skid materials spreading with spreader connected with weighing machine.

Maintenance of existing road during execution summer season The Contractor should provide the road maintenance during the works execution, to permit normal traffic movement during the summer season. After the completion of works the Contractor shall perform all the necessary repairs of the roads used during the construction period. These roads shall be brought to the normal traffic conditions of their technical category. Some of the main works and minimal supplying with necessary equipments are the following: ensuring of information system about the road condition 24 hours/day for 7 days a week. bituminous surfacing and the cement concrete repairs including the patching works of the deteriorated surfaces, the joints and the cracks sealing, etc. shoulders reshaping for ensuring of the sideways drainage of road surface water. correction of drainage by the cleaning of ditches, of the fall chambers of the footbridges, the dieseling works of the footbridges, etc. maintenance and the replacement of the road safety equipment using the sheet signing, the guideposts, the portals and the brackets, the horizontal marking maintenance, etc.

ALL IN ACCORDANCE WITH THE ENGINEERS REQUIREMENTS AND THE LAWS IN FORCE REGARDING TRAFFIC SAFETY AND SECURITY FOR WORKERS AND THIRD PARTIES. II.1.10 Works off site. When major components of the Works are manufactured off Site, the Contractor shall make arrangements to provide an adequate and secure office at or adjacent to the place of, and during the period of, manufacture and testing. The Contractor shall give written notice to the Engineer of the workshops and places where work is being, or is about to be, carried out from which materials of manufactured articles are about to be or are being supplied. It shall also give such notice and keep the Engineer advised of the times when such materials will be ready to be inspected, so that such inspection may take place without delaying the delivery of the materials to the Site. Such notices shall be given at such times as will permit the inspection of the whole of the work at

409

Part 2 Section VI.ii: Specifications Lot 6

all stages of the processes of manufacture and not simply when the goods are completed ready for delivery. II.1.11 As-Built Drawings and Construction Book The Contractor shall keep records as the works proceed to enable him to mark up a set of As Built Drawings during construction. These As Built Drawings shall be made available for inspection at the end of the Completion of Works to the Engineer. On completion of the works and not more than 28 days after the issue of the Taking Over Certificate, the Contractor shall provide two sets of As Built Drawings to the Engineer covering the complete construction of the Works. The As Built Drawings shall be accompanied by all the records taken during the construction of the works, necessary for the constitution of the Construction Book as per Romanian requirements. II.1.12 Erection of Project Identification Billboards Provide two single faced billboards (in Romanian) to be installed on concrete on each side of the road, at each bridge. The exact place where the billboards shall be erected will be agreed between the Engineer and the Contractor. The billboards shall be installed by the Contractor 28 days after the Commencement Date with a prior approval of the Engineer. The billboards shall be installed on concrete foundations and shall be 3 m high and 2 m wide; they shall be mounted on steel posts so that the lower end of the signboard can be 1 m above the ground level. The billboards shall preferably be in aluminium, details of the design shall be prepared by the Engineer. The specific format and the specific content of these panels shall be in conformity with the instructions and requirements of the Employer. Billboards shall be removed no later than 6 months after the completion of the works.

II.1.13 Dayworks Work shall not be executed on a daywork basis except by instruction from the Engineer in according to clause 13.6 of FIDIC 1999 First Edition General Conditions. The Contractor shall complete the column Unit Price on the appendices to schedules GI.16, GI.17 and GI.18 of Bill of Quantities.

A) Daywork Labour In calculating payments due to the Contractor for the execution of daywork, the hours for labour will be reckoned from the time of arrival of the labour at the job site to execute the particular item of daywork to the time of departure from the job site, but excluding meal breaks and rest periods. Only the Daywork labour instructed and approved by the Engineer will be paid according to the appendix to schedule GI.16 of Bill of Quantities. The Contractor shall be entitled to payment in respect of the total time that labour is employed on daywork, calculated at the basis rates entered by it in the appendix to schedule GI.16 of Bill of Quantities. The rates for labour shall be deemed to cover all costs to the Contractor including (but not limited to) the amount of wages paid to such labour, transportation, time, overtime, subsistence allowances, and any sums paid to or on behalf of such labour for social benefits in accordance with Romanian law, as 410

Part 2 Section VI.ii: Specifications Lot 6

well as Contractors profit, overheads, superintendence, liabilities and insurance and allowance to labour, timekeeping and clerical and office work, the use of consumable stores, water, lighting and power; the use and repair of stagings, scaffolding, workshops and stores, portable power tools, manual plant and tools; supervision by the Contractors staff, foremen and other supervisory personnel; and charges incidental to the foregoing. B) Daywork Materials The Contractor shall be entitled to payment in respect of materials used for daywork (except for materials for which the cost is included in the labour costs as detailed above), at the rates entered by it in the appendix to schedule GI.17 of Bill of Quantities, that shall be deemed to include overhead charges and profit, as follows:

(e)

(f)

the rates for materials shall be calculated on the basis of the invoiced price, freight, insurance, handling expenses, damage, losses, etc., and shall provide for delivery to store for stockpiling at the Site. the cost of hauling materials for use on work ordered to be carried out as daywork from the store or stockpile on the Site to the place where it is to be used will be paid in accordance with the terms for Labour and Constructional Plant in this Schedule.

No allowance will be made for loss of materials or volume thereof during transport or compaction.

C) Daywork Plant/Equipment The Contractor shall be entitled to payments in respect of Constructional Plant already on Site and employed on daywork at the basic rental rates entered by it in the appendix to schedule GI.18 of Bill of Quantities. The said rates shall be deemed to include due and complete allowance for depreciation, interest, indemnity and insurance, repairs, maintenance, supplies, fuel, lubricants and other consumable and all overhead profit and administrative costs related to the use of such equipment. The cost of drivers, operators and assistants will be paid for separately as described under the section on Daywork Labour. In calculating the payment due to the Contractor for Constructional Plant employed on daywork, only the actual number of working hours will be eligible for payment, except that where applicable and agreed with the Employer, the travelling time from the part of the Site where the Construction Plant was located when ordered by the Engineer to be employed on daywork and the time for return journey there to shall be include for payment.

II.2 QUALITY ASSURANCE AND CONTROL II.2.1 Quality Assurance Management System The Contractor shall prepare and submit to the Engineer within 28 days (twenty eight) after receiving the notice under Sub-Clause 8.1 [Commencement of Works], a written quality assurance management system similar to that described in ISO 9000 series. This shall show the Contractors Site organisation and responsibilities for all members of the Contractors organisation to check and report on the quality of materials and workmanship. It shall also show the procedures for communication with the Engineer. 411

Part 2 Section VI.ii: Specifications Lot 6

Quality Plans and method statements shall indicate hold points as follows: Contractors hold points: Points where no further work shall proceed without the written approval of a designated person of the Contractors management, who shall be named in the Quality Plan. Engineers hold points: Points where no further work shall proceed without the written approval of a designated representative of the Engineer. The Contractor shall ensure that the Quality Plans and associated quality documentation are available to all parties involved in the Works. The Contractor shall be wholly responsible for ensuring that the quality of all materials and workmanship are in accordance with the Specifications and to the satisfaction of the Engineer. The Contractors Quality Assurance System shall comply with the provisions of the Law No.10/95. The Contractor shall carry out its own inspection of materials and workmanship and satisfy himself that they meet the Specification before offering them up to the Engineer for acceptance or payment. The Engineer shall issue Non-Conformity Notices if any work, materials, workmanship or any other thing is not in accordance with the Contract. Until such non-conformity notice is rescinded, the Engineer shall not certify any payment for the work or item affected. II.2.2 Site laboratory The Contractor will make available a Site Laboratory with the equipment required to carry out the tests under the Contract and in accordance with the quality assurance plan. The laboratory shall be ventilated, weatherproofed, insulated for the climate and provided with all main services and furniture by the Contractor. The size and layout of the laboratory shall be suitable to carry out all sampling and testing of materials and workmanship. It shall contain special storage rooms for samples of materials etc., as approved by the Engineer. The laboratory shall be set up in accordance with the relevant applicable legislation and standards. The Contractor shall make available the equipment and consumables necessary for carrying out the sampling, testing and recording required by the Technical Specification and additional numbers of tests instructed or carried out by the Engineer. The testing equipment shall be new, or as new, and maintained in a clean and serviceable state and shall be checked and/or calibrated at required intervals or when instructed by the Engineer. The Contractor shall staff the laboratory with a qualified engineer and technicians fully experienced in the testing of materials. The sampling and testing shall be supported by an adequate number of laboratory and field labourers. The Contractor shall ensure adequate space for the Engineer staff to attend tests, elaborate and keep the necessary records and samples.

412

Part 2 Section VI.ii: Specifications Lot 6

The Contractor shall also make available mobile facilities for sampling and testing which can be carried out in the field at the location of works. The laboratory shall be maintained in a clean and tidy condition to the satisfaction of the Engineer. The layout, design, materials, workmanship, finishing, fitting and furnishings shall be to the satisfaction of both the Engineer and the Employer. The laboratory shall be fully available and ready for use within 12 weeks of the Commencement Date. If the Contractor commences any selection or testing of materials for submission to the Engineer for approval of any permanent works before the 12 weeks period, temporary testing facilities, to the approval of the Engineer, may be used. The Contractor shall allow the Engineer to carry out its own tests for the Contract using the site laboratory equipment, consumables etc, or to have tests carried out by the Contractors staff. In certain cases, the Engineer might also request testing to be performed by another authorised laboratory. The related costs of such testing at the request of the Engineer are to be funded through the Provisional Sum item GI.13, subject to the provisions of Sub-Clause 7.4 of the Conditions of Contract. On completion of the Works, the Contractor shall remove the laboratory, storage facilities, equipment, etc, clean up the site and carry out other works to return the site to its original condition. It is specified that the laboratory, the equipment and any similar item are not to be handed over to the Employer or any of its representatives and will remain the property of the Contractor. II.2.3 Sampling, testing, trials and method statements The Contractor shall maintain a record of the suppliers from whom it proposes to purchase the goods and materials necessary for the execution of the Works. Where a choice of goods or materials is listed in the Contract, the Contractor shall inform the Engineer of the goods or materials he proposes to use. Any subsequent change of suppliers, goods or materials shall also be recorded. The sampling and testing shall be carried out by the Contractor, using its own, or an authorised laboratory, in accordance with the relevant Standard Specification or as described in this Specification as appropriate. In addition, the sampling and testing shall be in accordance with the applicable law. The Contractor shall, before placing orders for materials for incorporation in the Works, submit complete information to the Engineer at least 4 weeks before the material is required for the works. This information should include the names of the supplier, the origin of the material, manufacturers specification, quality, weight, strength, description and details of materials that he proposes that each firm should supply. The Contractor shall deposit with the Engineer (a) samples of such materials when requested, and (b) where appropriate, manufacturers certificates of recent tests carried out on similar materials. The Contractor shall carry out trials of all concrete mixes and mixtures of other materials showing by tests that not only are the constituents in compliance with the Specifications but also that the resulting mixtures give end results to the satisfaction of the Engineer. The Contractor shall ensure that the Engineer has the opportunity to witness any tests on materials and mixes that the Engineer requires.

413

Part 2 Section VI.ii: Specifications Lot 6

Method Statements describing the sequence, materials and other relevant details shall be supplied for all key activities or for any other activities requested by Engineer. The Method Statements must be agreed by the Engineer prior the starting of the relevant works. II.2.4 Engineers works approval For site inspection and approval of works, the Contractor shall give adequate notice in writing to the Engineer. Where no period of notice is stated in the Contract, such notice shall be not less than four hours of normal working time before the work is ready for final inspection. Forms shall be used where these have been provided for that purpose. No works shall commence until the Engineers written approval has been given. This will not release the Contractor from its obligation to complete the work according to the contractual completion date. The Engineer shall require reasonable time during normal working hours to carry out its inspection. When the Contractor gives the Engineer details of the source of supply of materials or other supplies to be incorporated into the Works, the Engineer shall then require reasonable time (normally 4 weeks) to carry out such tests and enquiries that he may deem appropriate before giving its approval. For off-site works, the Contractor shall give the Engineer at least seven days notice in writing stating when such works are due to commence.

414

Part 2 Section VI.ii: Specifications Lot 6

II.3 SURVEY The Contractor shall satisfy himself that the existing ground and road levels as indicated in the Contract are correct. Should the Contractor wish to dispute any levels it shall submit to the Engineer a schedule of the position of the levels considered to be in error and a set of revised levels. The existing ground relevant to the disputed levels shall not be disturbed before the Engineers decision as to the correct levels is given. The Contractor shall undertake all interim and final earthwork measurements from the computer ground model established during the design phase or a model which has been modified in accordance with the previous paragraph. The Contractor shall undertake, within three weeks of the Date of Commencement, a detailed topographic survey and satisfy himself that the model is representative of the existing terrain for measurement purposes and shall advise the Engineer, within four weeks of the date of commencement of the Works, of any terrain input data errors. The Contractor shall compile input data in the format specified by the Engineer and shall submit all data to the Engineer. The Contractor shall also make available and maintain survey instruments for the use of the Engineer. A set of survey instruments shall consist of the following: a new, or as new, Total Station with sighting targets, and field note book ranging rods, automatic level metric level staff 50m steel tape 50m linen tape Other consumables shall be provided to the Engineer as required: pegs, hammers, nails, torches, sunshade etc. It is specified that the survey instruments are not to be handed over to the Employer or any of its representatives and will remain the property of the Contractor.

II.4 OTHERS II.4.1 Progress photographs The Contractor shall arrange to have record photographs of the Works, under digital format, taken as directed by the Engineer. These photographs shall cover such extent of the Works as the Engineer shall direct. All the digital prints shall be preserved in a computer and also on Compact Disks Recordable / DVD and shall be marked with the date of exposure, name and address of photographer, identification reference number, and brief description of the work, including chainage and direction of the view. On completion of the Works all the CD/DVD shall become the property of the Employer. The copyrights of all digital photographs shall be vested with the Employer and digital prints shall be delivered to the Engineer within 4 weeks of exposure. The photographs shall not be used for any purpose whatsoever without the Employers approval.

415

Part 2 Section VI.ii: Specifications Lot 6

II.4.2 Authorized translation of the documents forming the Contract The Contractor arrange for providing authorized translation into Romanian of all the documents forming the Contract, as listed under Particular Conditions of Contract. The translation shall be made available within 28 days after Commencement Date.

416

Part 2 Section VI.ii: Specifications Lot 6

Works Items

417

Part 2 Section VI.ii: Specifications Lot 6

Section 1 - Table of Contents: I. SUMMARY I.1 GENERALITIES I.2 DESIGN PRINCIPLES I.2.1 FREE SPACES ON AND UNDER THE BRIDGE I.2.2 LOADS I.3 GENERAL SPECIFICATION FOR THE EXECUTION I.4 GENERAL PROVISIONS CONCERNING THE ACCEPTANCE I.5 GENERAL PROVISIONS CONCERNING THE SERVICE AND THE MAINTENANCE OF THE STRUCTURES II. REFERENCE NORMATIVES III. BRIDGE GEOMETRIC CHARACTERISTICS IV. BRIDGE INTERVENTIONS WORKS AND MATERIALS IV.1 SUMMARY IV.2 INTERVENTION A1 PAINTING OF PEDESTRIAN PARAPET IV.2.1 GENERALITIES IV.2.2 SURFACE PREPARATION IV.2.3 COATING PROGRAM IV.2.4 APPLICATION TECHNIQUES IV.3 INTERVENTION A3 GUARD RAIL REPLACEMENT IV.4 INTERVENTION A4 - ELECTRICAL EQUIPMENT REPLACEMENT IV.5 INTERVENTION B1 ROADWAY PAVEMENT AND WATERPROOFING REPLACEMENT IV.5.1 GENERALITIES IV.5.2 AGGREGATES IV.5.3 BITUMEN IV.5.4 MIXTURES IV.5.5 WORKS CONTROL AND ACCEPTANCE IV.5.6 SPECIFICATIONS FOR THE EXECUTIONS IV.5.7 ADHESION ACTIVES IV.5.8 DRAINING ASPHALT WEARING COURSE IV.5.9 WATER PROOFING IV.6 INTERVENTION B2 ROADWAY SUPERFICIAL DRAINAGE REHABILITATION IV.7 INTERVENTION B3 WALKWAY PAVEMENT REPLACEMENT IV.8 INTERVENTION B4 EXPANSION JOINTS REPLACEMENT IV.8.1 GENERALITIES IV.9 INTERVENTIONS C1 - DECK SLAB REPAIR and C4 - PIERS CONCRETE REPAIR IV.9.1 GENERALITIES IV.9.2 MATERIALS IV.10 INTERVENTION D1 PAINTING OF STEEL STRUCTURES IV.10.1 GENERALITIES IV.10.2 SURFACE PREPARATION IV.10.3 COATING PROGRAM IV.10.4 APPLICATION TECHNIQUES IV.11 INTERVENTION WORK D4 REHABILITATION OF INSPECTION GANTRY AND RAILS IV.12 INTERVENTION E4 REHABILITATION OF STORM WATER COLLECTING SYSTEM IV.13 INTERVENTION E5 RIVER BANK IMPROVEMENT

418

Part 2 Section VI.ii: Specifications Lot 6

SUMMARY

GENERALITIES The wider objective of this project is to complete maintenance and rehabilitation works on bridge 4 in Porta Alba, Dobrogea area, in Romania. Generally speaking, the list of the rehabilitations works refers to: Restoring to a former state and/or capacity Improving serviceability (structural and/or functional) Strengthening

The purpose of these Technical Specifications is to describe, in a detailed way, the bridge geometric characteristics, the evaluated actions on this project, the intervention works to be executed and the related materials applied in the designed solutions to rehabilitation. All the designed materials are typological and dont express any kind of preference for any company eventually mentioned.

DESIGN PRINCIPLES The bridges, grade separation structures and viaducts are structural works. The conception of any resistance structure has to observe certain general principles, resulted from the practice, namely: practicality capacity of resistance economic efficiency aesthetics

Guided by these principles, the design of the bridge must accomplish its goal, that is to ensure the unhindered traffic of the vehicles across the obstacle. This means to achieve: the free passage spaces on and under the bridge, the proper rigidity of the structure in the limits of the permissible deformations, the best conditions of service and maintenance. The structures capacity of resistance must be obtained by reasonable dimensioning of the components. According to the principle of economic efficiency any structural work must be executed at a minimum cost. Depending on the layout (length and height of the obstacle, geotechnical conditions etc.) the economic efficiency can be achieved by establishing a proper length of the work an economical spans of the bridge. Hereafter, knowing the economical spans, the best method of construction may be selected, as well as the construction materials. A bridge or a viaduct, must have an aesthetic layout and has to be in harmony with the landscape. The design of the bridge must observe as much as possible all the hereinbefore shown principles, thus the best solution may be found only by analysis and comparison of several variants. The design of the bridges, grade separation structure and viaduct must observe the provisions hereinafter. FREE SPACES ON AND UNDER THE BRIDGE The length of the bridge and the underside or soffit level of the superstructure shall be established by a hydrological design, in accordance with the departmental norms M.T., Pod 95-71 Norms for the hydrological design of bridges and Pod 96-71 for culverts.

419

Part 2 Section VI.ii: Specifications Lot 6

In the case of navigable river or stream, the navigable span shall be also observed, especially for the max central span of the bridge. The height of platform and the size of the spans shall be fixed observing the min overall dimensions necessary for the crossing of railways (STAS 4392-84) or roads (STAS 2924-91). The height of platform, the width of the carriageway, of the bicycle path, and of the sidewalks shall be fixed in accordance with the provisions of STAS 2924-91, and depending on the technical class of the road. LOADS The structural design of the bridges must take in account all the loads that may occur, observing european standards (Structural Eurocodes) and the following romanian standards: STAS 10101/1-78: Actions in constructions. Technical weight and permanent loads STAS 10101/OB-87: Actions in constructions. Classification and groups railway and road bridges STAS 1545 89: Road and highway bridges.. Foot-bridges. Actions. STAS 3221 86:"Road bridges. Type trains charging classes" of actions for

GENERAL SPECIFICATION FOR THE EXECUTION The Contractor may begin the execution of a structure only after the award and ratification of the contract. The main documents, necessary for contractor to perform the works, are as follows: the plans of site and location, and general specifications; the geotechnical study providing the site conditions and the adequate procedure of foundation; working drawings for framework, reinforcement, etc, for all the components of the artwork; special technical specifications for the respective structure, if any; the schedule of the construction operations.

An authorized office or company shall make these documents for design and research. Taking in account the variety and the importance of the task, the Contractor has to prove that he possesses the experience and the know-how necessary to perform the respective work. The Contractor shall observe all the provisions of the contract, design and technical specifications. Also, the Contractor must take necessary steps for the protection of the environment. It is outlined that any change or adaptation of the project may be made only with approval of the Employer or/and of the Designer. All the state standards and norms in force shall be also observed in the execution (see in the annex a minimal list of them). GENERAL PROVISIONS CONCERNING THE ACCEPTANCE In view to achieve the quality of the works the partial acceptances (for every stage of the works) and the final acceptance shall be made in accordance with the specifications drafted for the respective work. The general specifications presented hereby, shall be observed. The Employer shall organize the final acceptance in conformity with the regulations in force.

420

Part 2 Section VI.ii: Specifications Lot 6

GENERAL PROVISIONS CONCERNING THE SERVICE AND THE MAINTENANCE OF THE STRUCTURES The project must include the constructive elements and solutions, necessary to ensure the access to substructure, bearings, superstructure for control and maintenance. For some particular works, a special design may be drafted, by request of the Employer, concerning the control and the maintenance of the aforesaid works. Beside these specifications, the provisions of the valid standards and norms shall be observed.

REFERENCE NORMATIVES European Codes EN 1991 Eurocode 1 Basis of design and actions on structures EN 1992 Eurocode 2 Design of concrete structures EN 1993 Eurocode 3 Design of steel structures EN 1994 Eurocode 4 Design of composite steel and concrete structures EN 1997 Eurocode 7 Geotechnical design EN 1998 Eurocode 8 Design of structures for earthquake resistance EN 1337 Structural bearings - General design rules EN 10025 Hot rolled products of non-alloy structural steels - Technical delivery conditions EN 10164 Steel products with improved deformation properties perpendicular to the surface of the product - Technical delivery conditions ISO 12944-3 Paints and varnishes - Corrosion protection of steel structures by protective paint systems - Design considerations EURONORM 18 Taking and preparation of samples and sample sections of steel and steel products EN 10113 Hot-rolled products with weldable fine grain structural steels EN 10137 Plates and wide flats made of high yield strength structural steels in the quenched and tempered or precipitation hardened conditions EN 10155 Structural steels with improved atmospheric corrosion resistance Technical delivery conditions EN 10210 Hot finished structural hollow of non-alloy and fine grain structural steels EN 10219 Cold formed hollow sections of structural steel EN 10204 Metallic products - Types of inspection documents EN 10029 Hot-rolled steel plates 3 mm thick or above - Tolerances on dimensions, shape and mass EN 10051 Continuously hot-rolled uncoated plate, sheet and strip of non-alloy and alloy steels - Tolerances on dimensions and shape EN 1090 Execution of structural steel structures Technical Requirements EN 197-1 Cement: Composition, specification and conformity criteria for common cements EN 206-1 Concrete: Specification, performance, production and conformity EN 12390 Testing hardened concrete EN 10080 Steel for the reinforcement of concrete EN 10138 Prestressing steels EN ISO 17760 Permitted welding process for reinforcement ENV 13670 Execution of concrete structures EN 13791 Testing concrete EN ISO 15630 Steel for the reinforcement and prestressing of concrete: Test methods EN 124 Gully tops and manhole tops for vehicular and pedestrian areas. Design requirements, type testing, marking, quality control.

421

Part 2 Section VI.ii: Specifications Lot 6

EN 1401 Plastics piping systems for non-pressure underground drainage and sewerage. Unplasticized poly(vinylchloride) (PVC-U). Specifications for pipes, fittings and the system EN 1317 Road restraint systems. Product requirements and evaluation of conformity for vehicle restraint systems EN 12697 - Bituminous mixtures. Test methods for hot mix asphalt EN 13108 - Bituminous mixtures. Material specifications EN 13055 - Lightweight aggregates EN 13043 - Aggregates for bituminous mixtures CNR 4 / 1953 - Norms for the acceptance of the rubbles, grits, sands and additives for road constructions CNR 68 / 1978 - Norms for the acceptance of the roadway bitumen. Characteristics for the acceptance. Romanian Codes Pod 95-71 Norms for the hydrological design of bridges STAS 4392-84 Standard gauge railways. Clearances STAS 2924-91 Road bridges STAS 10101/1-78 Actions in constructions. Technical weight and permanent loads STAS 10101/OB-87 Actions in constructions. Classification and groups of actions for railway and road bridges STAS 1545 89 Road and highway bridges.. Foot-bridges. Actions STAS 3221 86 Road bridges. Type trains charging classes STAS 1844-75 Metallic road bridges. Design prescriptions SR 1911-1997 Metallic railway bridges. Design prescriptions STAS 10111/1-77 Railway and road bridges. Masonry, concrete and reinforced concrete substructure. Design prescriptions STAS 10111/2-87 Railway and road bridges. Concrete, reinforced concrete and prestressed concrete superstructure. Design prescriptions SREN 10002-1/94 Metallic materials. Testing to traction. Testing method (to theenvironment temperature SR 13170-1993 Metallic materials. Impact bending test. Special test specimensand estimation methods SREN 10045-1/93 Metallic materials. Impact bending test on the Charpy test specimen. Part I: Testing method SR 1911-1997 Rail metallic bridges. Prescriptions for the design STAS 1844-75 Road metallic bridges. Prescriptions for the execution" STAS 9330-84 Railway and road metallic bridges. Joinings by hightensile bolts. Prescription for design and execution STAS 3461-83 Railway and road metallic bridges. Riveted super-structure. Prescriptions for execution STAS 9407-75 Railway and road metallic bridges welded super-structure. Prescription for execution STAS 8542-79 Choice of steel for metallic constructions STAS 12187-88 Thick steel plates for the main units of bridges and viaducts SREN 29692-1999 The electric arc welding with covered electrode, electric arc welding in protector gas medium and gas welding through melting. Preparing the parts for joining Practice Code NE 012-99 American Codes ACI 207.5R-99 Roller-Compacted Mass Concrete

BRIDGE GEOMETRIC CHARACTERISTICS This bridge is located near Porta Alba on the DN22C national road which connects Cernavoda to Constanta approximately at the km 38, over the Danube-Black Sea Channel. This bridge runs North to South and is a 3 span structure, which the main span is an arch

422

Part 2 Section VI.ii: Specifications Lot 6

bridge composed by a steel beams transversal section and the approach ramps are a simple pre-stressed concrete beams bridge.

The main characteristics of this bridge are defined as follows: Structure typology: Arch bridge, steel - concrete Overhead Length: 170 m Overhead Width: 22.40 m Number of spans: 3 Greater span length: 111 m

BRIDGE INTERVENTIONS WORKS AND MATERIALS SUMMARY All interventions were organized by groups, in accordance with the related location and type of deterioration, as it is exposed in the following table, where designed interventions to be executed on bridge 4 can be seen:

423

Part 2 Section VI.ii: Specifications Lot 6

The materials and the provisions to be employed in the works to perform should be of the best existing qualities in commerce, shall possess the characteristics established on the base of the related normative references and shall correspond to the specifications of the present report or to other contractual actions. If not otherwise prescribed or allowed, they should answer to the norms and prescriptions of the European Standards or Romanian Standards. If not otherwise indicated, the materials and the provisions should be originated from places according with the contractor convenience and the correspondence between the materials and the specifications should be recognized by the Employer.

INTERVENTION A1 PAINTING OF PEDESTRIAN PARAPET GENERALITIES

424

Part 2 Section VI.ii: Specifications Lot 6

This intervention will be applied on whole bridge pedestrian parapets in accordance with design drawings. Intervention sequence: 1- Surface preparation: power tool cleaning SSPC-SP3; 2- Coating program: application of epoxy zinc primer and polyurethane finish coats using airless spray.

SURFACE PREPARATION Pedestrian parapet painting surface preparation involves power tool cleaning (SSPC SP 3) in areas showing visible deterioration, followed by application of an epoxy zinc primer and a polyurethane finish coat. Removes loose rust, loose mill scale and loose paint. Intact materials may remain. Power tools use electrical and pneumatic equipment to provide faster cleaning. They include sanders, wire brushes or wheels, chipping hammers, scalers, rotating flaps (rotopeen), needle guns and right angle or disk grinders. Cleaning metal surfaces is less expensive using power tools than using hand tools. In addition, power tool cleaning generally requires much less stringent containment and produces less waste than abrasive blast cleaning. Thus, power tools are used frequently for spot cleaning of damaged coatings, where contamination of adjacent areas by abrasive is unacceptable.

COATING PROGRAM Primer - Intercure 200 HS: A two component, high solids, low VOC, epoxy zinc phosphate/ micaceous iron oxide primer offering excellent barrier protection, low temperature cure and rapid overcoating properties. Intercure 200 HS is preferred for use with systems for chemical environments where zinc based materials can be subject to attack in both acid and alkaline conditions. Recommended Thickness: 80 microns Finish Coat - Interthane 990: A two component acrylic polyurethane finish giving durability and long term recoatability. Level of sheen and surface finish is dependent on application method. Avoid using a mixture of application methods whenever possible. Best results in terms of gloss and appearance will always be obtained with conventional airless spray application. Recommended Thickness: 60 microns

Both products have been approved by International Protective Coatings.

APPLICATION TECHNIQUES Bridge coatings can be sprayed, brushed, or rolled onto the steel, depending upon the requirements of the particular job. The majority of coatings are applied using airless spray. However, in many cases where nearby traffic or facilities may be impacted by overspray, the agency may restrict the use of spray equipment, and brushing or rolling will be required. With the use of containment on all cleaning jobs, often the specification will call for the containment to remain in place for spraying the primer. The containment can then be moved and the final coats brushed or rolled.

425

Part 2 Section VI.ii: Specifications Lot 6

There has been a renewed emphasis on stripe painting techniques for complex bridge surfaces. Most striping is specified as hand striping using only a brush. Stripe painting is considered good painting practice for slower drying coatings. These coatings tend to thin at edges and acute angles due to the surface tension of the wet-applied paint film. Often, this phenomenon has caused paints to fail prematurely on edges of flanges and fasteners. Stripe coating these areas will ensure proper paint film build and should alleviate this potential problem.

INTERVENTION A3 GUARD RAIL REPLACEMENT This intervention consists in dismantling existing guard rail and assembling the new one with the following operations: - removal of the guard rail connection screws; - cutting with oxyacetylene flame of the posts; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of the guard rail elements and other related materials and equipment; - local transport and handling of the guard rail elements; - assembling of the guard rail elements; - supply and installation of the reflective elements; - verifications after execution in accordance to the design. Steel plates embedded in the reinforced concrete support beams are included. This intervention will be applied on whole bridge in accordance with design drawings. The guard-rails must have a minimal height of 1,5 m and all its metallic elements should have a minimal steel grade of S235 and should be hot galvanized. All guard-rails should conform to the requirements of EN 1317.

INTERVENTION A4 - ELECTRICAL EQUIPMENT REPLACEMENT It needs to dismantle existing electrical equipment and to assemble the new one according to the following activities: - dismantling of the existing electrical equipment; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of the new electrical elements and other related materials and equipment; - assembling and installation of the new electrical elements; - verifications after execution in accordance to the design.

The new road illumination main elements will be composed by the following primary elements: Polestar Pole: Cylindrical-conical pole model POLESTAR which has the cylindrical section at the base with a length of not less than 2300 mm. The poles are derived from an ERW normalized pipe suitable for hot-rolling which is made of killed steel of the S275JR type according to the EN 10025 standard. 426

Part 2 Section VI.ii: Specifications Lot 6

On the pole are forecast all the following workings: _ Cable input slot 186 x 46 mm; _ Junction box slot 186 x 46 mm suitable for a steel door of flush pole type, complete with antivandalism closing; _ Earthing supports device and the electrical equipment located inside the slot; _ Junction box model Conchiglia MVE 416/1 or similar; _ An aluminium sphere 76 mm is installed on the pole top (on request). The above mentioned lighting pole has 12 mt above ground level for what concerns this bridge. Bracket Miletus 200: MILETUS decorative system according is characterized by a special bracket supporting the lighting body: _ Central node made of steel S235 JR; _ Multiple arms options (up to six arms); _ Implemented with circular section pipes made of steel S235 JR, calenderer and welded; _ Extending lighting body mount tang 60; _ Hanging lighting body mount option with sleeve PG 34 female; _ The pole-bracket coupling is assured through an appropriate system of threaded seats and special security dowels made of stainless steel; _ Main bearing pipe 76 made of steel S235 JR; _ Bolts and nuts made of stainless steel; _ Coupling to poles whose top shell terminates in 76 after undergoing the necessary presetting workings. LUMINAIRE LUMADA VP 250W: Street lighting with a futuristic and extremely winning design that together with its functionality, soundness and reliability makes it the safe and ideal choice for the lighting of main motorways, city area and outskirts roads, crossings, parkings, squares and large road areas, both motorways. The standard colour is light grey RAL 7035.The lampholder is mounted by adjustable square support in cast aluminium. It can be quickly removed by hand without the need of tools. Attachment suitable for straight or curved poles up to a maximum diameter of 80 mm. The adjustable system allows continuous 0120 adjustments from the outside without opening the set thanks to a graduated scale the required inclination can be set.

An exterior architectural lighting system has been designed for bridge 4: PROJECTORS WITH ROTOSYMMETRIC LIGHT WITH METAL HALIDE 70W LAMPS

. Voltage: 230 V - 50 Hz . Power factor: cos . Insulation class: II . Maximum surface to be exposed to wind: frontal- 0.075 m2, lateral- 0.068 m2 . Protection level: IP66 . Maximum weight: 7 kg (wired), 6 kg (empty fixture) . Cable gland: N 1 M20 nickeled brass cable gland for 12 mm cables 427 0.95

Part 2 Section VI.ii: Specifications Lot 6

. Electrical accessories compartment: Available both internal and external with separate watertight box . Fixing system: Sand blasted stainless steel 316 bracket, with the possibility to regulate the floodlight in three different positions . Installation height: Universal . Optics: Rotosymmetric narrow beam

MICRO PROJECTORS LED 6W WITH ROTOSYMMETRIC LIGHT

TECHNICAL FEATURES: . Voltage: 230 V - 50 Hz . Power factor: cos . Insulation class: III . Maximum surface to be exposed to wind: 0.005 m2 . Protection level: IP67 . Maximum weight: 0.35 Kg . Electrical accessories : External electronical driver . Fastening system: Hole in the bracket for fastening through M5 screw or screw anchor . Installation height: Universal . Optics: Available in 5 versions: single light blade, double light blade, large beam "wall washer", rotosymmetric spot, frosted spot rotosymmetric . Power: 6 W 6 0.95

INTERVENTION B1 ROADWAY PAVEMENT AND WATERPROOFING REPLACEMENT GENERALITIES This chapter contains the general technical conditions to be fulfilled in the execution of bituminous road coverings type cast asphalt - for the carriage way of bridges. This intervention will be applied on the whole bridge in accordance with design drawings and is due to the very bad conditions of present bituminous conglomerate pavements. The pavement execution covers the following activities: - scarifying and removing the existing bituminous surface; - loading and transport of the material resulting from the demolition to an approved dump area; - cleaning and removal of any loose material from the concrete surface by sand blasting; - procurement, transport, storage and handling of all related materials and equipment; - execution of the leveling and slope concrete; - waterproofing execution including a bituminous priming layer; - performance of the in situ adherence tests of the membrane, at the required frequency; - assuring water tightness in correspondence of the waterproofing edges using specific elastic materials; - laying 60 mm thick protective course including surface preparation applying primer coat with bitumen emulsion; 428

Part 2 Section VI.ii: Specifications Lot 6

- laying 40 mm thick wearing course including surface preparation applying primer coat with bitumen emulsion; - verifications after execution in accordance to the design. The new bridge pavement, which is 11 cm thick, should consist of a wearing course (4 cm), a protective course or binder (6 cm) and a sealing course (1 cm). The protective and wearing course are made of asphalt. The sealing course is made from 2 layers of modified bitumen and a polyester layer 200 gr/sqm. The conglomerate for both the layers will be constituted by a mixture of rubbles, grits, sands and additives according to the definitions brought in the Art. 1 of the italian norms C.N.R., issue n. 4/1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions"), mixed with hot bitumen, and will be extended in work through a paving machine and compacted with gummed and smooth rolls. The transversal and longitudinal profile of the roadway on the bridge shall observe the design. This type of pavement is hot mix of natural aggregates, filler and non-paraffinous bitumen for roads, and must observe the conditions of following standards: _ UNI EN 12697 - Bituminous mixtures. Test methods for hot mix asphalt _ UNI EN 13108 - Bituminous mixtures. Material specifications _ UNI EN 13055 - Lightweight aggregates _ UNI EN 13043 - Aggregates for bituminous mixtures _ CNR 4 / 1953 - Norms for the acceptance of the rubbles, grits, sands and additives for road constructions _ CNR 68 / 1978 - Norms for the acceptance of the roadway bitumen. Characteristics for the acceptance.

AGGREGATES The collecting of aggregates samples, for the control of the requisite of acceptance, will be effected according to the norms C.N.R., Chapter II of the issue 4/1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions"). For the samples collection destined to the control tests of the requisites of acceptance, as for the formalities of execution of the tests themselves, the contained prescriptions are worth in the issue n. 4 of the Norms C.N.R. 1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions "), with the prudence that the test for the determination of the loss in weight will be made with the method Los Angeles. The large aggregates must be obtained for shattering and being constituted by healthy, hard and durable elements, with live edges, rough surface, clean from dust or from inappropriate materials. The large aggregates must answer to the followings requisite:

- Protection Course (BINDER): Reduction of weight from Los Angeles Test according to ASTM C 131 - AASHO T 96, must be less than 25% (C.N.R. 34-1973); Voids content, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions), must be less than 0,80; imbibition coefficient, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) must be less than 0,015 (C.N.R. 137-1992); not absorbent material, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions). 429

Part 2 Section VI.ii: Specifications Lot 6

In the case that the binder is expected to be subjected to the traffic in damp or winter periods, the loss in weight for shaking will be limited to the 0,5%.

- Wearing course: Reduction of weight from Los Angeles Test according to ASTM C 131 - AASHO T 96, must be less than 20% (C.N.R. 34-1973); - at least a 30% in weight of the material of the whole mixture must be originate from shattering of rocks that introduces a coefficient of smaller shattering of 100 and compression resistance not inferior to 140 N/mm2s, as well as minimum wearing resistance of 0,6; Voids content, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions), must be less than 0,85; imbibition coefficient, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) must be less than 0,015 (C.N.R. 137-1992); not absorbent material, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) with limitation for the loss in weight to the 0,5%.

The fine aggregate portion of the mixture may contain percentages of natural sand or obtained by crushing according to Art. 5 of the norms C.N.R. issue n. 4 of 1953,in detail: Sand equivalent, from AASHO T 176 test, (according to C.N.R. B.U. n. 27 del 30-31972) must be not inferior to 55%; not absorbent material, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) with the limitation for the large aggregates.

Mineral Fillers will be constituted preferably by dust of calcareous rocks or from cement, hydrated mortar, hydraulic mortar, dusts of asphalt and they will have to result passing to the sieve n. 30 ASTMs and for at least 65% to the sieve n. 200 ASTMs. For the wearing layer, , the filler can be constituted by asphaltic rock dust containing asfaltica 6 - 8% of bitumen with penetration Dow to 25C inferior to 150 dmm.

BITUMEN Must be used semi-solid bitumen for road use with the suitable characteristics in the following table, employed for the confection of bituminous conglomerates. They are denominated "A" and "B" The following table refers to the base product as it leaves the cisterns. For all the works will always be used the bitumen type "A", excepted particular cases in which the can be employed bitumen type "B" (coldest Regions, north or highest zones) always after authorization of the Employer.

BASE BITUMENS TABLE CHARATTERISTICHS: Penetration a 25C/298K, 100g, 5s Softening Point Penetration Indice Fraass Breaking Point, min. C/K UNITS 0,1 mm C/K

BITUMEN A VALUE 65 85 48-54/321-327 -1 / +1 -8 / 265

BITUMEN B VALUE 85 105 47-52/320-325 -1 / +1 -9 / 264 430

Part 2 Section VI.ii: Specifications Lot 6

Ductility at 25C/298K, min. Solubility, min. Volatility T = 163C / 436K, max. Paraffin content, max.

cm % % %

90 99 +/- 0,5 3 220 - 400 0,4 0,8

100 99 +/- 1 3 150 - 250 0,2 0,6

Dynamic viscosity at T = 60C / 333K, Pa.s velocity gradient = 1 s 1 Dynamic viscosity at T = 160C / 433K, Pa.s velocity gradient = 1 s 1

After RTFOT (Rolling Thin Film Overt Test) Dynamic viscosity at T = 60C / 333K, Pa.s velocity gradient = 1 s 1 Residual penetration at 25C/298K, 100g, % 5s Increase in softening point C/K 700 - 800 500 - 700

70 +8 / 281

75 + 10 / 283

MIXTURES 4) Protective Course (binder). The mix formula of the natural aggregates and filler must be contained on the following allowing conditions: U.N.I Sieve Series Sieve 25 Sieve 15 Sieve 10 Sieve 5 Sieve 2 Sieve 0,4 Sieve 0,18 Sieve 0,075 Passing: % total weight 100 65 100 50 80 30 60 20 45 7 25 5 15 4 8

The bitumen content (%) of the mixture mass must be contained between 4,5% and 5,5%.

The mixture must respect the following conditions: Marshall stability, performed at 60C must be not inferior to 900 Kg. Marshall rigidity must be superior to 300 (C.N.R 30-1973). The same samples used for Marshall stability test must present a percentage of voids content contained between 3 and 7%.

2) Wearing Course. The mix formula of the natural aggregates and filler must be contained on the following allowing conditions:

U.N.I Sieve Series

Passing: % total weight

Passing: % total weight

431

Part 2 Section VI.ii: Specifications Lot 6

Curve type A

Curve type B

Sieve Sieve Sieve Sieve Sieve Sieve Sieve Sieve

20 15 10 5 2 0,4 0,18 0,075

100 90 100 70 90 40 55 25 38 11 20 8 15 6 10

-100 70 90 40 60 25 38 11 20 8 15 6 10

Type A bitumen content must be contained between 4,5% and 6% respect to aggregates total weight(C.N.R. 38-1973). Type A curve is valid for wearing courses with a thickness contained between 4 and 6 cm. The mixture must respect the following conditions: d) _ High mechanic resistance and flexibility. _ Marshall stability(C.N.R. 30-1973), performed at 60C must be not inferior to 1000 Kg. _ Marshall rigidity must be superior to 300 (C.N.R 30-1973). _ The same samples used for Marshall stability test must present a percentage of voids content contained between 3 and 6%. b) High resistance to surface wearing;

c ) Sufficient surface roughness; d ) High compactness: the final residual voids volume must be contained between 4% and 8%. WORKS CONTROL AND ACCEPTANCE The control of the materials for the asphalt mixtures shall be made as provided by the respective standards.

SPECIFICATIONS FOR THE EXECUTIONS The support layer shall be finished depending on its type, namely: the support of concrete shall be leveled by a cement mortar rendering. After drying, the surface shall be primed by cationic bituminous emulsion with quick breaking.

The mixtures shall be rolled after the priming of the waterproofing course with bituminous emulsion.

ADHESION ACTIVES On the confection of the asphalt mixtures for the different layers (protection and wearing course) must be used special chemical additives in favor of the bitumen - aggregate adhesion, constituted from ammine and alchilammid - poliammine obtained from reaction between poliammine and fatty acids C16 e C18. 432

Part 2 Section VI.ii: Specifications Lot 6

DRAINING ASPHALT WEARING COURSE This bituminous mixture for draining wearing course is constituted from a mixture of rubbles, sands and additives hot confectioned with modified bitumen. The scope of this mixture is: - Improve adherence in case of raining; - abatement of the traffic noise (phono-absorbent).

IV.5.8.1 AGGREGATES The aggregates must respond to the requisites of acceptance above illustrated , according to the norms C.N.R., Chapter II of the issue 4/1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions"), with the following exceptions: _ water solubility absorption coefficient not inferior to 0.44; _ the crushed sand percentage not inferior to 80% of the sand mixture.

IV.5.8.2 BITUMEN This bitumen must be of modified type with the following characteristics: Bitumen type E : bitumen type B + 2% low density polyethylene + 6% styrene butiadene

CHARACTERISTICS Penetration a 25C/298K, 100g, 5s Softening Point Penetration Indice Fraass Breaking Point, min. Dynamic viscosity at T = 80C / 353K, velocity gradient = 1 s 1 Dynamic viscosity at T = 160C / 433K, velocity gradient = 1 s 1

UNITS 0,1 mm K

VALUE (x) 35 - 45 333+343 +1/ +3

K Pa.s Pa.s

261 180 450 0,2 2

Bitumen type F : bitumen type B + 6% polyethylene (o 6% ethylene vinyl acetate + 2% polymers) + 2% styrene butiadene

CHARACTERISTICS Penetration a 25C/298K, 100g, 5s Softening Point Penetration Indice Fraass Breaking Point, min.. Dynamic viscosity at T = 80C / 353K, velocity gradient = 1 s 1 Dynamic viscosity at T = 160C / 433K, velocity gradient = 1 s 1

UNITS 0,1 mm K

VALUE (x) 50 - 70 328-343 +1/ +3

K Pa.s Pa.s

261 180 450 0,2 1.8

433

Part 2 Section VI.ii: Specifications Lot 6

IV.5.8.3 MIXTURES They are predictable three types of mixtures, respectively: "granular", intermediary" and "monogranular", that must have a granulometric composition in the curve as following:

Passing: % total weight U.N.I Sieve Series Curve A Granular Curve B Intermediary Curve C Monogranular,

Sieve Sieve Sieve l0 Sieve Sieve - 12 Sieve 0 - 10 Sieve 0- 8 Sieve 0,075 0-6 0,18 0,4 15 - 35 5 5 20 2

20 15

100 80 - 100 35 - 50 10 - 25

100 100 90 - 100 85 - 100 5 - 20 0 -12 0 - 10 0-8 0 100

0 - 12 0 10 0-8 0-6

0- 6

The bitumen content (%) of the mixture mass must be contained between 5% and 6,5%.

The performance characteristic of every type of mixture are the followings:

- optimal draining: - high draining: - good draining:

mixture granular mixture intermediary mixture monogranular

(curve A) (curve B) (curve C)

The both three mixtures favor an elevated abatement of the traffic noise; the Employer must verify that capacity through the control of the mixtures themselves, applying the static waves method with the defined standard equipment "pipe of Kundt" on samples of l0 cm diameter collected in site. These samples must be collected and verified after 150 days of the pavement laying. In this case the phono-absorption coefficient "" under conditions of normal incidence must be: Frequency (Hz) Phono-absorption coefficient ()

400 630 800 1600 2000 2500

> 0,15 > 0,30 > 0,15

434

Part 2 Section VI.ii: Specifications Lot 6

With a grazing incidence of 300 the values of must be: Frequency (Hz) Phono-absorption coefficient ()

400 - 630 800 - 1250 1600 - 2500

> 0,25 > 0,50 > 0,25

The mixture must respect the following conditions: _ Marshall stability(C.N.R. 30-1973), performed at 60C must be not inferior to 500 Kg for A curve and not inferior to 600 Kg for B and C curves. _ Marshall rigidity must be superior to 200 (C.N.R 30-1973) for A curve and superior to 250 Kg for B and C curves. _ The same samples used for Marshall stability test must present a percentage of voids content (CNR 39 - 73) contained between: mixture granular, mixture intermediary mixture monogranular (curve A) (curve B) (curve C) 16% - 18% 14% - 16% 12% - 14%

The Employer him should check the mixture through the determination of the indirect traction resistance and of the ultimate deformation ("Brazilian" test) (CNR 97 - 1984).

The relative values, for the three types of mixture must be contained in the limits as the following table:

Test Temperature
2

283 K

298 K

313 K

Indirect traction resistance (N/mm ) Indirect traction coefficient (N/mm )


2

0.70 1.10 55

0.25 0.42 22

0.12 0.20 12

IV.5.8.4 SPECIFICATIONS FOR THE EXECUTIONS

The compaction temperature must be included between 413 and 423 Ks for the mixtures performed with type "E" bitumen. At the compaction end, the draining wearing layer must have a uniform weight of volume in the whole thickness, not inferior to 96% of that Marshall performed before. Such verification must be performed with daily frequency according to the norm (CNR 40 1973) and will be determined on samples of 20 cm diameter. The permeability coefficient at constant load (Kv in cm/s) determinated on laboratory on samples of 20 cm diameter collected in site must be not inferior to: Kv = 15*1,0-2 cm/s (arithmetic average of 3 results).

The draining capacity performed in site and measured on an area of 154 cm2s and with a pavement thickness between the 4 and 5 cm must be greater of 12 dm3/min for the mixture of the "A" curve and greater of 8 dm3/min for the mixtures of the "B" and "C" curves. 435

Part 2 Section VI.ii: Specifications Lot 6

The surface must be perfectly cleaned. HORIZONTAL MARKING Taking into account that the bridge is a small part of a road, the horizontal marking will be executed as to complain with roads horizontal marking, following the same specifications of the markig applied on road, as per norms in force and as per Beneficiary requirements. WATER PROOFING Waterproofing must achieve the following : to stop the access of water in the construction units to collect and remove the infiltrated water through the asphaltic lining and waterproofing cover and to lead it to the water outlet devices

Generally, bridges waterproofing consists of : the waterproof blanket continually performed on the whole surface of the construction unit and its connection to that element. the waterproofing layers must be connected to the outlet nozzles and to the expansion joints.

The functionalities of some layers can be merged in various solutions of the specialized firms of waterproofing. The waterproofing may consists of : liquid foil, fast hardening waterproofing membrane

The laying technology may be : by spraying by hot sticking of the membranes with bitumen solution by cold sticking with synthetic resin self-sticking membranes sticking by membrane overheating masons brush or brush laying

The physical-mechanical conditions should be assured in any of the technological variants. The term waterproofing layer as used herein after refers to all the component coats, namely : the levelling layer, priming, principal base waterproofing layer and protection cover. The waterproofing layer should be guaranteed 8 years at least at normal bridge, pass or viaduct usage. During this period, of time the guarantor should carry out - on its expenses - the repairing or changing the waterproofing layer, the remedial works of the damages produced by water infiltration into the structure. The materials used in the waterproofing layer must be sound and chemically passive. The waterproofing layer must be also executed on bridges in use, repairing a half of the carriageway the other half being used for traffic, the joining of the waterproofing layers in the bridge longitudinal axis must be made so that the technical features to be assured. The waterproofing layer must support the low speed transport and asphalt coat laying means on bridges, passes or viaducts. The waterproofing layer must assure the adhesion stickiness of the asphaltic coat on its top layer: ultimate strength elongation at break 800 N/5 cm min 20 % 436

Part 2 Section VI.ii: Specifications Lot 6

static boring perforating resi stance European Norm L4 250 N on the 10 mm diameter ball

stretch adhesion N/mmp flexibility on 50 mm diameter bolt water absorption in 24 hours max. temperature for physical stability of a membrane

Min. 0,5 without cracks at - 10 C 0,5 %


0 0

120 C

temperature of the poured asphalt coat without modifying the physical- mechanical features 1800 C temperature field in current usage temperature field of the environment where the waterproofing layer is laid + 50 C + 300 C 20 C + 70 C
0 0

The top layer of the waterproofing should be chemically compatible with the components of the asphalt in order to avoid the waterproofing attacking. It is proposed an waterproofing with 2 layers of modified bitumen reinforced with a polyester layer 200 gr/sqm.

INTERVENTION B2 ROADWAY SUPERFICIAL DRAINAGE REHABILITATION This item covers the substitution of the existent drain pipes and grids: - removal of the existing damaged drain pipes and/or related grids; - loading and transport of the removal material to an approved dump area; - procurement, transport, storage and handling of necessary materials and equipment; - installation of the new drain pipes and/or related grids; - finishing works to ensure waterproofing; - verifications after execution in accordance to the design. The pvc pipes supplied should be in accordance with EN 1401. The grids supplied should be in accordance with EN 124.

INTERVENTION B3 WALKWAY PAVEMENT REPLACEMENT The item covers the following activities: - scarifying and removing the existing surface; - loading and transport of the material resulting from the demolition to an approved dump area; - cleaning and removal of any loose material from the concrete surface by sand blasting; - procurement, transport, storage and handling of all related materials and equipment; - waterproofing execution including a bituminous priming layer; - performance of the in situ adherence tests of the membrane, at the required frequency; - execution of the concrete base;

437

Part 2 Section VI.ii: Specifications Lot 6

- assuring water tightness in correspondence of the waterproofing edges using specific elastic materials; - laying 20 mm thick wearing course including surface preparation applying primer coat with bitumen emulsion - verifications after execution in accordance to the design.

The new bridge walkway pavement, should consist of a wearing course (2 cm) executed above of the walkway concrete at least with 35MPa Rck and Feb44k steel and of the sealing course (1cm). The asphalt courses and the waterproofing protection system are specified on IV.5 Intervention B1 roadway pavement and waterproofing replacement.

INTERVENTION B4 EXPANSION JOINTS REPLACEMENT GENERALITIES This item covers the following activities: - removal of the existing expansion joints; - loading and transport of the removal material to an approved dump area; - procurement, transport and handling of the expansion joint devices and the necessary materials; - formworks manufacturing, installation and dismantling; - reinforcement steel bars manufacturing and installation; - concrete production, transport and casting; - concrete quality control; - concrete protection during the curing period; - expansion joints installation in accordance with the supplier technical documentation; - control of the expansion joint positioning in respect to the design.

This intervention includes two different types of expansion joints: _ RAN 50 type or with equivalent characteristics; _ GP 50 type or with equivalent characteristics; _ GP 150 type or with equivalent characteristics.

The devices for the expansion joints covering used on road bridges shall assure : the free movement of the decks ends in the joints the continuity of the carriageway on the expansion joints zone tightness at leaking and water infiltration

Tight devices are to be used to satisfy these requirements. Generally the components of the devices for covering the expansion joints are : elastomeric elements that assure the movement metallic support elements, fixed on structures special concrete in the metallic parts fixing zone

438

Part 2 Section VI.ii: Specifications Lot 6

special mortar for tightening rubber bands for collecting and removing the infiltration water.

According to the type of the device, the functions of some elements can be cumulated. The devices for covering the expansion joints are laid on new bridges or on bridges in usage; specific methods of fixing for any case being specified. In case of bridges in usage, the device should permit works on half of the carriageway, the other half being used for traffic, without modifying the technical characteristics of the expansion joint device. The term device for covering the expansion joints herein - after device contains all the component elements, namely: concrete where the metallic elements are fixed fixing metallic elements elastomeric elements rubber tightening element special mortar for tightening the elastomeric element

INTERVENTIONS C1 - DECK SLAB REPAIR and C4 - PIERS CONCRETE REPAIR GENERALITIES The following activities will be covered: - Sounding of concrete to locate areas of delamination; - preparation and cleaning of surface by means of sand blasting and water washing and/or concrete removal by means of hydrodemolition; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of all related materials and equipment; - epoxy and polyurethane compounds application; - application of a corrosion inhibitor and a cementitious mortar where concrete is removed; - verifications after execution in accordance to the design;

These interventions can be divided in 2 different work sequences in accordance with the type and location of the deterioration. Therefore, when efflorescence, low corrosion and spalling are founded, the following work steps may be implemented: 1 - Sounding of concrete to locate areas of deterioration (spalling, honeycomb, corrosion); 2 - Concrete sand blast cleaning to prepare the surface for receiving protective materials; 3 - Concrete water washing with 1500 psi of pressure to remove oils, grease or other substances; 4 - Application of an epoxy resin primer coat like MASTERSEAL PRIMER PU from BASF or similar; 5 - Application of a polyurethane resin protective coat like MASTERSEAL FORMULA PU from BASF or similar.

Differently, when the concrete surface present honeycomb and high corrosion and spalling, the following work steps may be implemented:

439

Part 2 Section VI.ii: Specifications Lot 6

1 - Sounding of concrete to locate areas of deterioration (spalling, honeycomb, corrosion); 2 - Hydrodemolition of damaged concrete with 30000 psi of pressure and concrete removal of 4 cm, being attention with reinforcing steel; 3 - Concrete water washing with 1500 psi of pressure to remove oils, grease or other substances; 4 - Application of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP from BASF or similar; 5 - Application of a thixotropic cementitious mortar with restrained expansion, fiber-reinforced with flexible inorganic fibres, like EMACO FORMULA TIXOFIBER from BASF or similar; 6 - Application of an epoxy resin primer coat like MASTERSEAL PRIMER PU from BASF or similar; 7 - Application of a polyurethane resin protective coat like MASTERSEAL FORMULA PU from BASF or similar.

MATERIALS The designed products are described as follows:

IV.9.2.1 MASTERSEAL PRIMER PU Is a solvent-borne two-pack epoxy resin with low viscosity acting as primer for the elastomeric polyurethane coating MASTERSEAL FORMULA PU and as curing agent for the mortars of the EMACO FORMULA range. Storage MASTERSEAL PRIMER PU must be stored in a sheltered dry place at a temperature between +5C and +35C inclusive. Temperature Application may be at an ambient temperature anywhere between +5C and +40C. Application at lower temperatures is inadvisable because the product would dry very slowly. Preparation of the substrate and recoating Using the product ONLY as PRIMER on fully cured concrete or repair mortar: prior to applying the primer it is indispensable to check the concrete surfaces for damage or contamination by oils, grease or other substances. Any loose, damaged or contaminated concrete must be removed and then the surface made good using products from the EMACO FORMULA range. The primer MASTERSEAL PRIMER PU must be applied on sanded surfaces (this does not apply to areas repaired with EMACO products), which have been cleaned and freed of dust using compressed air. After application of the primer it is necessary to wait at least 6 hours up to a maximum of 48 hours, in standard environmental conditions (20C, 65 % r.h.) before proceeding with application of the finish MASTERSEAL FORMULA PU. - Using the product as CURING AGENT and PRIMER on freshly applied EMACO FORMULA repair mortars: the substrate consists of fresh EMACO FORMULA mortar and it is necessary to wait approx. 30 minutes after completion of the float finish and in this case MASTERSEAL PRIMER PU will act initially as curing agent and then as primer. MASTERSEAL PRIMER PU must be applied in a single coat over EMACO repair products, having waited at least 30 minutes after completing the float finish of the EMACO mortar. In conditions of low temperature and high relative humidity it is advisable to wait for a longer minimum time (approx. 60 minutes). So that the product dries properly before being recoated with the finish MASTERSEAL FORMULA PU, it is necessary to wait at least 5 days in excellent environmental conditions (20C, 65% r.h.). Always in these conditions, do not exceed 10 days for hardening or setting before applying the finish. 440

Part 2 Section VI.ii: Specifications Lot 6

Application Stir the 2 parts separately, then pour part B (hardener) into part A (base) and use a lowspeed mechanical mixer to obtain a smooth mix. The product must not be diluted; it may be applied by spraying or by roller (for limited areas). Airless spray equipment

MASTERSEAL PRIMER PU application data

IV.9.2.2 MASTERSEAL FORMULA PU Is a two-pack elastic solvent-borne polyurethane resin with high solids content by volume, forms a film coating with satin finish having a crack bridging ability and high protective capacity against agents that cause damage to reinforced concrete. Performance Performance is referred to a dry film thickness of 200 m (micron)

441

Part 2 Section VI.ii: Specifications Lot 6

Storage MASTERSEAL FORMULA PU must be stored in a sheltered, dry place at a temperature between +5C and +35C inclusive. Preparation of the substrate - If the reinforced concrete structures only need protecting, prior to applying the primer it is indispensable to check the concrete surfaces for damage or contamination by oils, grease or other substances. Any loose, damaged or contaminated concrete must be removed and then the surface made good using products from the EMACO FORMULA range. The primer must be applied on sanded surfaces (this does not apply to areas repaired with EMACO products), which have been cleaned and freed of dust using compressed air. - If the concrete has been repaired and needs subsequent protection, the substrate consists of EMACO FORMULA fresh mortar and it is necessary to wait approx. 30 minutes after completion of the float finish before applying the MASTERSEAL PRIMER PU, which in this case will act initially as curing agent and then as primer. Temperature Application may be at an ambient temperature anywhere between +5C and +40C. Application at lower temperatures is inadvisable because the product would dry very slowly. Application Stir part A well in its can using a low-speed mechanical mixer; ensure that all of part B is emptied into part A and blend together for a couple of minutes, using the mechanical mixer, before application. The product may be applied by short pile roller or by spray. When using a hand roller, it is advisable to apply 2 successive coats at least 12-18 hours apart in excellent environmental conditions (20C and 65% r.h.). In airless spraying, the recommended dry thickness of 200-300 in a single coat. Airless spray equipment m (micron) may be applied

MASTERSEAL FORMULA PU application data

IV.9.2.3 EMACO NANOCONCRETE AP Is a single-pack light grey, polymer-modified cementitious primer containing corrosion inhibitors. Storage Store the product in a sheltered, dry place at a temperature anywhere between 5 and 30C, in the tightly closed original containers.

442

Part 2 Section VI.ii: Specifications Lot 6

Cleaning the rebars Once the rebars have been exposed they must have the rust removed by sanding or brushing with a metal brush. Temperature This product may be applied at an ambient temperature anywhere between +5C and +35C. Application Must be applied by brush immediately after having removed the rust. The first coat is applied over the whole length of the bar, using a stiff brush for a thickness of approx. 1mm and the second coat is applied as soon as the first is dry. Then wait for the inhibitor to have set sufficiently before carrying out the repair work.

IV.9.2.4 EMACO FORMULA TIXOFIBER Is a ready-mixed air-cured thixotropic cementitious mortar with restrained expansion that is resistant to environmental agents, contains polyacrylonitrile fibres and is reinforced with flexible and durable inorganic fibres. Performance The performances shown below are obtained with a consistency of 170-180 mm according to UNI EN 13395/1, in the absence of bleeding.

The reinforcement fibres have length 12mm, diameter 14 m, tensile strength 1700 MPa and modulus of elasticity 72000MPa. Storage Store the product in a sheltered, dry place at a temperature anywhere between 5 and 40C. Removal of the deteriorated concrete The engineer decides the thickness to be removed on the basis of the preliminary surveys aimed at identifying the state of preservation of the structure.

443

Part 2 Section VI.ii: Specifications Lot 6

Loose or contaminated concrete must be removed preferably by hydro demolition or, alternatively, by mechanical chipping using lightweight compressed air operated concrete breakers and taking all the necessary precautions to avoid damaging the structures. The surface of the concrete substrate must be macroscopically rough (surface irregularity approx. 5 mm deep to obtain maximum bond between the substrate and the repair material. The macroroughness is indispensable for the restrained expansion mechanism, which is essential for the success of cementitious mixes expanding in air. Cleaning the reinforcement rods The loose or contaminated concrete around the reinforcement rods must be removed. If the damaged or contaminated concrete has been removed by hydro demolition, this usually guarantees suitable cleaning also of the reinforcement rods. Placing additional structural reinforcement Whenever it is necessary to add new reinforcement rods for structural reasons, a layer of 2 cm concrete must cover the rods. Cleaning and saturation of the concrete The concrete substrate must be cleaned and saturated using water under pressure (80100 atm and warm water in winter). This is indispensable to prevent the concrete substrate taking water from the mix. Incomplete saturation would cause loss of adherence and cracking of the added material. The use of water under pressure also ensures effective cleaning of the surface by removing dust and small loose particles that may still be present after the concrete has been scarified. Cleaning and saturation of the surfaces are essential to obtain high values of adherence between the substrate and the applied material. Application Must be applied onto macroscopically roughened but cohesive surfaces that have been cleaned and satured with water. In the case of extensive surfaces, the product may applied for a thickness from 1 to 5 cm in a single layer using screw or piston sprayers. During the interruptions in spraying, it is necessary to thoroughly clean the tubes and the pump itself using water under pressure and a soft tube-cleaning rubber ball.

INTERVENTION D1 PAINTING OF STEEL STRUCTURES GENERALITIES This intervention will be applied on whole steel bridge in accordance with design drawings.

INTERVENTION SEQUENCE: 1- Surface preparation: power tool cleaning to bare metal SSPC-SP11 in areas demonstrating a higher tendency to corrode and high pressure waterjetting SSPC-SP12 30000 psi in all surface; 2- Coating program: application of epoxy zinc-rich primer, an epoxy intermediate and polyurethane finish coats using airless spray.

SURFACE PREPARATION Power Tool Cleaning to Bare Metal SSPC-SP11: It produces a greater degree of cleaning than SSPC-SP3 and may be considered for coatings requiring a bare metal substrate. This method produces surfaces that "look" like near white or commercial blast. Examples of circumstances where this specification may be applied are: 444

Part 2 Section VI.ii: Specifications Lot 6

_ Touch-up of welded or damaged areas of erection assemblies; _ Reducing volume of hazardous waste produced by abrasive blasting; _ Cleaning around sensitive equipment or machinery.

High Pressure (30000 psi) Waterjetting SSPC-SP12 : Generally used in maintenance cleaning of previosly painted surfaces. Waterjetting opens the profile under the existing paint or rust and removes the detritus. The key to cleaning by water is to get the energy of pressurized water transferred to the substrate efficiently.

COATING PROGRAM Primer - Intercure 200 HS: A two component, high solids, low VOC, epoxy zinc phosphate/ micaceous iron oxide primer offering excellent barrier protection, low temperature cure and rapid overcoating properties. Intercure 200 HS is preferred for use with systems for chemical environments where zinc based materials can be subject to attack in both acid and alkaline conditions. Recommended Thickness: 80 microns

Intermediate Coat - Intercure 420 HS: A two component, high solids, low VOC, epoxy micaceous iron oxide intermediate coating offering excellent barrier protection, low temperature cure and rapid overcoating properties. The incorporation of plate-like micaceous iron oxide pigment, both increases the barrier effect and improves long term overcoating properties of the system. Recommended Thickness: 100 microns

Finish Coat - Interthane 990: A two component acrylic polyurethane finish giving durability and long term recoatability. Level of sheen and surface finish is dependent on application method. Avoid using a mixture of application methods whenever possible. Best results in terms of gloss and appearance will always be obtained with conventional airless spray application. Recommended Thickness: 60 microns

Both products have been approved by International Protective Coatings.

APPLICATION TECHNIQUES Bridge coatings can be sprayed, brushed, or rolled onto the steel, depending upon the requirements of the particular job. The majority of coatings are applied using airless spray. However, in many cases where nearby traffic or facilities may be impacted by overspray, the agency may restrict the use of spray equipment, and brushing or rolling will be required. With the use of containment on all cleaning jobs, often the specification will call for the containment to remain in place for spraying the primer. The containment can then be moved and the final coats brushed or rolled. There has been a renewed emphasis on stripe painting techniques for complex bridge surfaces. Most striping is specified as hand striping using only a brush. Stripe painting is considered good painting practice for slower drying coatings. These coatings tend to thin at 445

Part 2 Section VI.ii: Specifications Lot 6

edges and acute angles due to the surface tension of the wet-applied paint film. Often, this phenomenon has caused paints to fail prematurely on edges of flanges and fasteners. Stripe coating these areas will ensure proper paint film build and should alleviate this potential problem.

INTERVENTION WORK D4 REHABILITATION OF INSPECTION GANTRY AND RAILS This item covers the following activities: - removal of the existing inspection gantry or/and rails; - loading and transport of the material resulting from the demolition to an approved dump area.

To future bridge maintenance work is proposed a purchase of a by-bridge with a maxim payload of platform of 600Kg.. INTERVENTION E4 REHABILITATION OF STORM WATER COLLECTING SYSTEM The item covers the following activities: - procurement, transport and handling of the necessary materials; - soil excavation; - ballast layer, including material, transport spreading and compaction; - concrete preparation, transport and casting; - execution of the storm water collecting system foundation; - precast elements assembling; - mortar preparation, transport and handling; - filling the prefabricates joints; - verifications after execution in accordance to the design. INTERVENTION E5 RIVER BANK IMPROVEMENT Is necessary to avoid further increase of this erosive phenomenon. This item covers the following activities: - procurement, transport, storage and handling of necessary materials and equipment; - land cleaning of bushes and shrubs; - soil leveling; - loading and transport of the discard materials to the approved storage yards; - placement of rocks as protection of basement in artificial cuts made to profile the river banks; - laying of river gabion mattresses made of hexagonal double twisted wire mesh filled with stones. The woven steel wire used to manufacture the mattress is heavily zinc-coated soft temper steel; - casting of lean concrete layer; - finishing works, check after execution in accordance to the design.

446

Part 2 Section VI.ii: Specifications Lot 6

Section 2 Table of Content

I. SUMMARY I.1 GENERALITIES I.2 DESIGN PRINCIPLES I.2.1 FREE SPACES ON AND UNDER THE BRIDGE I.2.2 LOADS I.3 GENERAL SPECIFICATION FOR THE EXECUTION I.4 GENERAL PROVISIONS CONCERNING THE ACCEPTANCE I.5 GENERAL PROVISIONS CONCERNING THE SERVICE AND THE MAINTENANCE OF THE STRUCTURES II. REFERENCE NORMATIVES III. BRIDGE GEOMETRIC CHARACTERISTICS IV. BRIDGE INTERVENTIONS WORKS AND MATERIALS IV.1 SUMMARY IV.2 INTERVENTION A1 PAINTING OF PEDESTRIAN PARAPET IV.2.1 GENERALITIES IV.2.2 SURFACE PREPARATION IV.2.3 COATING PROGRAM IV.2.4 APPLICATION TECHNIQUES IV.3 INTERVENTION A3 GUARD RAIL REPLACEMENT IV.4 INTERVENTION A4 - ELECTRICAL EQUIPMENT REPLACEMENT IV.5 INTERVENTION B1 ROADWAY PAVEMENT AND WATERPROOFING REPLACEMENT IV.5.1 GENERALITIES IV.5.2 AGGREGATES IV.5.3 BITUMEN IV.5.4 MIXTURES IV.5.5 WORKS CONTROL AND ACCEPTANCE IV.5.6 SPECIFICATIONS FOR THE EXECUTIONS IV.5.7 ADHESION ACTIVES IV.5.8 DRAINING ASPHALT WEARING COURSE IV.5.9 WATER PROOFING IV.6 INTERVENTION B2 ROADWAY SUPERFICIAL DRAINAGE REHABILITATION IV.7 INTERVENTION B3 WALKWAY PAVEMENT REPLACEMENT IV.8 INTERVENTION B4 EXPANSION JOINTS REPLACEMENT IV.8.1 GENERALITIES IV.9 INTERVENTIONS C1 - DECK SLAB REPAIR and C4 - PIERS CONCRETE REPAIR IV.9.1 GENERALITIES IV.9.2 MATERIALS IV.10 INTERVENTION D1 PAINTING OF STEEL STRUCTURES IV.10.1 GENERALITIES IV.10.2 SURFACE PREPARATION IV.10.3 COATING PROGRAM IV.10.4 APPLICATION TECHNIQUES IV.11 INTERVENTION WORK D4 REHABILITATION OF INSPECTION GANTRY AND RAILS IV.12 INTERVENTION E4 REHABILITATION OF STORM WATER COLLECTING SYSTEM

447

Part 2 Section VI.ii: Specifications Lot 6

SUMMARY

GENERALITIES The wider objective of this project is to complete maintenance and rehabilitation works on bridge 5 in Ovidiu, Dobrogea area, in Romania. Generally speaking, the list of the rehabilitations works refers to: Restoring to a former state and/or capacity Improving serviceability (structural and/or functional) Strengthening

The purpose of these Technical Specifications is to describe, in a detailed way, the bridge geometric characteristics, the evaluated actions on this project, the intervention works to be executed and the related materials applied in the designed solutions to rehabilitation. All the designed materials are typological and dont express any kind of preference for any company eventually mentioned.

DESIGN PRINCIPLES The bridges, grade separation structures and viaducts are structural works. The conception of any resistance structure has to observe certain general principles, resulted from the practice, namely: practicality capacity of resistance economic efficiency aesthetics

Guided by these principles, the design of the bridge must accomplish its goal, that is to ensure the unhindered traffic of the vehicles across the obstacle. This means to achieve: the free passage spaces on and under the bridge, the proper rigidity of the structure in the limits of the permissible deformations, the best conditions of service and maintenance. The structures capacity of resistance must be obtained by reasonable dimensioning of the components. According to the principle of economic efficiency any structural work must be executed at a minimum cost. Depending on the layout (length and height of the obstacle, geotechnical conditions etc.) the economic efficiency can be achieved by establishing a proper length of the work an economical spans of the bridge. Hereafter, knowing the economical spans, the best method of construction may be selected, as well as the construction materials. A bridge or a viaduct, must have an aesthetic layout and has to be in harmony with the landscape. The design of the bridge must observe as much as possible all the hereinbefore shown principles, thus the best solution may be found only by analysis and comparison of several variants. 448

Part 2 Section VI.ii: Specifications Lot 6

The design of the bridges, grade separation structure and viaduct must observe the provisions hereinafter. FREE SPACES ON AND UNDER THE BRIDGE The length of the bridge and the underside or soffit level of the superstructure shall be established by a hydrological design, in accordance with the departmental norms M.T., Pod 95-71 Norms for the hydrological design of bridges and Pod 96-71 for culverts. In the case of navigable river or stream, the navigable span shall be also observed, especially for the max central span of the bridge. The height of platform and the size of the spans shall be fixed observing the min overall dimensions necessary for the crossing of railways (STAS 4392-84) or roads (STAS 2924-91). The height of platform, the width of the carriageway, of the bicycle path, and of the sidewalks shall be fixed in accordance with the provisions of STAS 2924-91, and depending on the technical class of the road. LOADS The structural design of the bridges must take in account all the loads that may occur, observing european standards (Structural Eurocodes) and the following romanian standards: STAS 10101/1-78: Actions in constructions. Technical weight and permanent loads STAS 10101/OB-87: Actions in constructions. Classification and groups railway and road bridges STAS 1545 89: Road and highway bridges.. Foot-bridges. Actions. STAS 3221 86:"Road bridges. Type trains charging classes" of actions for

GENERAL SPECIFICATION FOR THE EXECUTION The Contractor may begin the execution of a structure only after the award and ratification of the contract. The main documents, necessary for contractor to perform the works, are as follows: the plans of site and location, and general specifications; the geotechnical study providing the site conditions and the adequate procedure of foundation; working drawings for framework, reinforcement, etc, for all the components of the artwork; special technical specifications for the respective structure, if any; the schedule of the construction operations.

An authorized office or company shall make these documents for design and research. Taking in account the variety and the importance of the task, the Contractor has to prove that he possesses the experience and the know-how necessary to perform the respective work. The Contractor shall observe all the provisions of the contract, design and technical specifications. 449

Part 2 Section VI.ii: Specifications Lot 6

Also, the Contractor must take necessary steps for the protection of the environment. It is outlined that any change or adaptation of the project may be made only with approval of the Employer or/and of the Designer. All the state standards and norms in force shall be also observed in the execution (see in the annex a minimal list of them).

GENERAL PROVISIONS CONCERNING THE ACCEPTANCE In view to achieve the quality of the works the partial acceptances (for every stage of the works) and the final acceptance shall be made in accordance with the specifications drafted for the respective work. The general specifications presented hereby, shall be observed. The Employer shall organize the final acceptance in conformity with the regulations in force.

GENERAL PROVISIONS CONCERNING THE SERVICE AND THE MAINTENANCE OF THE STRUCTURES The project must include the constructive elements and solutions, necessary to ensure the access to substructure, bearings, superstructure for control and maintenance. For some particular works, a special design may be drafted, by request of the Employer, concerning the control and the maintenance of the aforesaid works. Beside these specifications, the provisions of the valid standards and norms shall be observed.

REFERENCE NORMATIVES European Codes

EN 1991 Eurocode 1 Basis of design and actions on structures EN 1992 Eurocode 2 Design of concrete structures EN 1993 Eurocode 3 Design of steel structures EN 1994 Eurocode 4 Design of composite steel and concrete structures EN 1997 Eurocode 7 Geotechnical design EN 1998 Eurocode 8 Design of structures for earthquake resistance EN 1337 Structural bearings - General design rules EN 10025 Hot rolled products of non-alloy structural steels - Technical delivery conditions

EN 10164 Steel products with improved deformation properties perpendicular to the surface of the product - Technical delivery conditions

ISO 12944-3 Paints and varnishes - Corrosion protection of steel structures by protective paint systems - Design considerations

450

Part 2 Section VI.ii: Specifications Lot 6

EURONORM 18 Taking and preparation of samples and sample sections of steel and steel products

EN 10113 Hot-rolled products with weldable fine grain structural steels EN 10137 Plates and wide flats made of high yield strength structural steels in the quenched and tempered or precipitation hardened conditions

EN 10155 Structural steels with improved atmospheric corrosion resistance Technical delivery conditions

EN 10210 Hot finished structural hollow of non-alloy and fine grain structural steels EN 10219 Cold formed hollow sections of structural steel EN 10204 Metallic products - Types of inspection documents EN 10029 Hot-rolled steel plates 3 mm thick or above - Tolerances on dimensions, shape and mass

EN 10051 Continuously hot-rolled uncoated plate, sheet and strip of non-alloy and alloy steels - Tolerances on dimensions and shape

EN 1090 Execution of structural steel structures Technical Requirements EN 197-1 Cement: Composition, specification and conformity criteria for common cements

EN 206-1 Concrete: Specification, performance, production and conformity EN 12390 Testing hardened concrete EN 10080 Steel for the reinforcement of concrete EN 10138 Prestressing steels EN ISO 17760 Permitted welding process for reinforcement ENV 13670 Execution of concrete structures EN 13791 Testing concrete EN ISO 15630 Steel for the reinforcement and prestressing of concrete: Test methods

EN 124 Gully tops and manhole tops for vehicular and pedestrian areas. Design requirements, type testing, marking, quality control.

EN 1401 Plastics piping systems for non-pressure underground drainage and sewerage. Unplasticized poly(vinylchloride) (PVC-U). Specifications for pipes, fittings and the system

EN 1317 Road restraint systems. Product requirements and evaluation of conformity for vehicle restraint systems

EN 12697 - Bituminous mixtures. Test methods for hot mix asphalt EN 13108 - Bituminous mixtures. Material specifications EN 13055 - Lightweight aggregates EN 13043 - Aggregates for bituminous mixtures CNR 4 / 1953 - Norms for the acceptance of the rubbles, grits, sands and additives for road constructions

451

Part 2 Section VI.ii: Specifications Lot 6

CNR 68 / 1978 - Norms for the acceptance of the roadway bitumen. Characteristics for the acceptance.

Romanian Codes Pod 95-71 Norms for the hydrological design of bridges STAS 4392-84 Standard gauge railways. Clearances STAS 2924-91 Road bridges STAS 10101/1-78 Actions in constructions. Technical weight and permanent loads STAS 10101/OB-87 Actions in constructions. Classification and groups of actions for railway and road bridges STAS 1545 89 Road and highway bridges.. Foot-bridges. Actions STAS 3221 86 Road bridges. Type trains charging classes STAS 1844-75 Metallic road bridges. Design prescriptions SR 1911-1997 Metallic railway bridges. Design prescriptions STAS 10111/1-77 Railway and road bridges. Masonry, concrete and reinforced concrete substructure. Design prescriptions STAS 10111/2-87 Railway and road bridges. Concrete, reinforced concrete and prestressed concrete superstructure. Design prescriptions SREN 10002-1/94 Metallic materials. Testing to traction. Testing method (to theenvironment temperature SR 13170-1993 Metallic materials. Impact bending test. Special test specimensand estimation methods SREN 10045-1/93 Metallic materials. Impact bending test on the Charpy test specimen. Part I: Testing method SR 1911-1997 Rail metallic bridges. Prescriptions for the design STAS 1844-75 Road metallic bridges. Prescriptions for the execution" STAS 9330-84 Railway and road metallic bridges. Joinings by hightensile bolts. Prescription for design and execution STAS 3461-83 Railway and road metallic bridges. Riveted super-structure. Prescriptions for execution STAS 9407-75 Railway and road metallic bridges welded super-structure. Prescription for execution STAS 8542-79 Choice of steel for metallic constructions STAS 12187-88 Thick steel plates for the main units of bridges and viaducts SREN 29692-1999 The electric arc welding with covered electrode, electric arc welding in protector gas medium and gas welding through melting. Preparing the parts for joining Practice Code NE 012-99

American Codes 452

Part 2 Section VI.ii: Specifications Lot 6

ACI 207.5R-99 Roller-Compacted Mass Concrete

BRIDGE GEOMETRIC CHARACTERISTICS This bridge is located near Ovidiu on the DN2A national road which connects Harsova to Constanta approximately at the km 196, over the Danube-Black Sea Channel. This bridge runs North to South and is a 6 span structure, which the main span is an arch bridge composed by a steel beams transversal section and the approach ramps are a small continuous span bridge composed by pre-stressed concrete beams. The main characteristics of this bridge are defined as follows: Structure typology: Arch bridge, steel - concrete Overhead Length: 261 m Overhead Width: 22.30 m Number of spans: 6(2+1+3) Standard Concrete Span Length: 30 m Greater span length: 111 m

BRIDGE INTERVENTIONS WORKS AND MATERIALS

SUMMARY All interventions were organized by groups, in accordance with the related location and type of deterioration, as it is exposed in the following table, where designed interventions to be executed on bridge 5 can be seen:

453

Part 2 Section VI.ii: Specifications Lot 6

The materials and the provisions to be employed in the works to perform should be of the best existing qualities in commerce, shall possess the characteristics established on the base of the related normative references and shall correspond to the specifications of the present report or to other contractual actions. If not otherwise prescribed or allowed, they should answer to the norms and prescriptions of the European Standards or Romanian Standards. If not otherwise indicated, the materials and the provisions should be originated from places according with the contractor convenience and the correspondence between the materials and the specifications should be recognized by the Employer.

INTERVENTION A1 PAINTING OF PEDESTRIAN PARAPET

454

Part 2 Section VI.ii: Specifications Lot 6

GENERALITIES This intervention will be applied on whole bridge pedestrian parapets in accordance with design drawings. Intervention sequence: 1- Surface preparation: power tool cleaning SSPC-SP3; 2- Coating program: application of epoxy zinc primer and polyurethane finish coats using airless spray. SURFACE PREPARATION Pedestrian parapet painting surface preparation involves power tool cleaning (SSPC SP 3) in areas showing visible deterioration, followed by application of an epoxy zinc primer and a polyurethane finish coat. Removes loose rust, loose mill scale and loose paint. Intact materials may remain. Power tools use electrical and pneumatic equipment to provide faster cleaning. They include sanders, wire brushes or wheels, chipping hammers, scalers, rotating flaps (rotopeen), needle guns and right angle or disk grinders. Cleaning metal surfaces is less expensive using power tools than using hand tools. In addition, power tool cleaning generally requires much less stringent containment and produces less waste than abrasive blast cleaning. Thus, power tools are used frequently for spot cleaning of damaged coatings, where contamination of adjacent areas by abrasive is unacceptable.

COATING PROGRAM Primer - Intercure 200 HS: A two component, high solids, low VOC, epoxy zinc phosphate/ micaceous iron oxide primer offering excellent barrier protection, low temperature cure and rapid overcoating properties. Intercure 200 HS is preferred for use with systems for chemical environments where zinc based materials can be subject to attack in both acid and alkaline conditions. Recommended Thickness: 80 microns Finish Coat - Interthane 990: A two component acrylic polyurethane finish giving durability and long term recoatability. Level of sheen and surface finish is dependent on application method. Avoid using a mixture of application methods whenever possible. Best results in terms of gloss and appearance will always be obtained with conventional airless spray application. Recommended Thickness: 60 microns Both products have been approved by International Protective Coatings.

455

Part 2 Section VI.ii: Specifications Lot 6

APPLICATION TECHNIQUES Bridge coatings can be sprayed, brushed, or rolled onto the steel, depending upon the requirements of the particular job. The majority of coatings are applied using airless spray. However, in many cases where nearby traffic or facilities may be impacted by overspray, the agency may restrict the use of spray equipment, and brushing or rolling will be required. With the use of containment on all cleaning jobs, often the specification will call for the containment to remain in place for spraying the primer. The containment can then be moved and the final coats brushed or rolled. There has been a renewed emphasis on stripe painting techniques for complex bridge surfaces. Most striping is specified as hand striping using only a brush. Stripe painting is considered good painting practice for slower drying coatings. These coatings tend to thin at edges and acute angles due to the surface tension of the wet-applied paint film. Often, this phenomenon has caused paints to fail prematurely on edges of flanges and fasteners. Stripe coating these areas will ensure proper paint film build and should alleviate this potential problem.

INTERVENTION A3 GUARD RAIL REPLACEMENT This intervention consists in dismantling existing guard rail and assembling the new one with the following operations: - removal of the guard rail connection screws; - cutting with oxyacetylene flame of the posts; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of the guard rail elements and other related materials and equipment; - local transport and handling of the guard rail elements; - assembling of the guard rail elements; - supply and installation of the reflective elements; - verifications after execution in accordance to the design. Steel plates embedded in the reinforced concrete support beams are included. This intervention will be applied on whole bridge in accordance with design drawings. The guard-rails must have a minimal height of 1,5 m and all its metallic elements should have a minimal steel grade of S235 and should be hot galvanized. All guard-rails should conform to the requirements of EN 1317.

INTERVENTION A4 - ELECTRICAL EQUIPMENT REPLACEMENT It needs to dismantle existing electrical equipment and to assemble the new one according to the following activities: - dismantling of the existing electrical equipment; 456

Part 2 Section VI.ii: Specifications Lot 6

- loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of the new electrical elements and other related materials and equipment; - assembling and installation of the new electrical elements; - verifications after execution in accordance to the design.

The new road illumination main elements will be composed by the following primary elements: Polestar Pole: Cylindrical-conical pole model POLESTAR which has the cylindrical section at the base with a length of not less than 2300 mm. The poles are derived from an ERW normalized pipe suitable for hot-rolling which is made of killed steel of the S275JR type according to the EN 10025 standard. On the pole are forecast all the following workings: _ Cable input slot 186 x 46 mm; _ Junction box slot 186 x 46 mm suitable for a steel door of flush pole type, complete with antivandalism closing; _ Earthing supports device and the electrical equipment located inside the slot; _ Junction box model Conchiglia MVE 416/1 or similar; _ An aluminium sphere 76 mm is installed on the pole top (on request). The above mentioned lighting pole has 12 mt above ground level for what concerns this bridge. Bracket Miletus 200: MILETUS decorative system according is characterized by a special bracket supporting the lighting body: _ Central node made of steel S235 JR; _ Multiple arms options (up to six arms); _ Implemented with circular section pipes made of steel S235 JR, calenderer and welded; _ Extending lighting body mount tang 60; _ Hanging lighting body mount option with sleeve PG 34 female; _ The pole-bracket coupling is assured through an appropriate system of threaded seats and special security dowels made of stainless steel; _ Main bearing pipe 76 made of steel S235 JR; _ Bolts and nuts made of stainless steel; _ Coupling to poles whose top shell terminates in 76 after undergoing the necessary presetting workings. Luminaire Lumada VP 250W: Street lighting with a futuristic and extremely winning design that together with its functionality, soundness and reliability makes it the safe and ideal choice for the lighting of

457

Part 2 Section VI.ii: Specifications Lot 6

main motorways, city area and outskirts roads, crossings, parkings, squares and large road areas, both motorways. The standard colour is light grey RAL 7035.The lampholder is mounted by adjustable square support in cast aluminium. It can be quickly removed by hand without the need of tools. Attachment suitable for straight or curved poles up to a maximum diameter of 80 mm. The adjustable system allows continuous 0120 adjustments from the outside without opening the set thanks to a graduated scale the required inclination can be set. An exterior architectural lighting system has been designed for bridge 5: PROJECTORS WITH ROTOSYMMETRIC LIGHT WITH METAL HALIDE 70W LAMPS . Voltage: 230 V - 50 Hz . Power factor: cos . Insulation class: II . Maximum surface to be exposed to wind: frontal- 0.075 m2, lateral- 0.068 m2 . Protection level: IP66 . Maximum weight: 7 kg (wired), 6 kg (empty fixture) . Cable gland: N 1 M20 nickeled brass cable gland for watertight box . Fixing system: Sand blasted stainless steel 316 bracket, with the possibility to regulate the floodlight in three different positions . Installation height: Universal . Optics: Rotosymmetric narrow beam 12 mm cables 0.95

. Electrical accessories compartment: Available both internal and external with separate

MICRO PROJECTORS LED 6W WITH ROTOSYMMETRIC LIGHT

TECHNICAL FEATURES: . Voltage: 230 V - 50 Hz . Power factor: cos . Insulation class: III . Maximum surface to be exposed to wind: 0.005 m2 . Protection level: IP67 . Maximum weight: 0.35 Kg . Electrical accessories : External electronical driver . Fastening system: Hole in the bracket for fastening through M5 screw or screw anchor . Installation height: Universal . Optics: Available in 5 versions: single light blade, double light blade, large beam "wall washer", rotosymmetric spot, frosted spot rotosymmetric . Power: 6 W 458 6 0.95

Part 2 Section VI.ii: Specifications Lot 6

INTERVENTION B1 ROADWAY PAVEMENT AND WATERPROOFING REPLACEMENT

GENERALITIES This chapter contains the general technical conditions to be fulfilled in the execution of bituminous road coverings type cast asphalt - for the carriage way of bridges. This intervention will be applied on the whole bridge in accordance with design drawings and is due to the very bad conditions of present bituminous conglomerate pavements. The pavement execution covers the following activities: - scarifying and removing the existing bituminous surface; - loading and transport of the material resulting from the demolition to an approved dump area; - cleaning and removal of any loose material from the concrete surface by sand blasting; - procurement, transport, storage and handling of all related materials and equipment; - execution of the leveling and slope concrete; - waterproofing execution including a bituminous priming layer; - performance of the in situ adherence tests of the membrane, at the required frequency; - assuring water tightness in correspondence of the waterproofing edges using specific elastic materials; - laying 60 mm thick protective course including surface preparation applying primer coat with bitumen emulsion; - laying 40 mm thick wearing course including surface preparation applying primer coat with bitumen emulsion; - verifications after execution in accordance to the design. The new bridge pavement, which is 11 cm thick, should consist of a wearing course (4 cm), a protective course or binder (6 cm) and a sealing course (1 cm). The protective and wearing course are made of asphalt. The sealing course is made from 2 layers of modified bitumen and a polyester layer 200 gr/sqm. The conglomerate for both the layers will be constituted by a mixture of rubbles, grits, sands and additives according to the definitions brought in the Art. 1 of the italian norms C.N.R., issue n. 4/1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions"), mixed with hot bitumen, and will be extended in work through a paving machine and compacted with gummed and smooth rolls. The transversal and longitudinal profile of the roadway on the bridge shall observe the design. This type of pavement is hot mix of natural aggregates, filler and non-paraffinous bitumen for roads, and must observe the conditions of following standards: _ EN 12697 - Bituminous mixtures. Test methods for hot mix asphalt _ EN 13108 - Bituminous mixtures. Material specifications 459

Part 2 Section VI.ii: Specifications Lot 6

_ EN 13055 - Lightweight aggregates _ EN 13043 - Aggregates for bituminous mixtures _ CNR 4 / 1953 - Norms for the acceptance of the rubbles, grits, sands and additives for road constructions _ CNR 68 / 1978 - Norms for the acceptance of the roadway bitumen. Characteristics for the acceptance.

AGGREGATES The collecting of aggregates samples, for the control of the requisite of acceptance, will be effected according to the norms C.N.R., Chapter II of the issue 4/1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions"). For the samples collection destined to the control tests of the requisites of acceptance, as for the formalities of execution of the tests themselves, the contained prescriptions are worth in the issue n. 4 of the Norms C.N.R. 1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions "), with the prudence that the test for the determination of the loss in weight will be made with the method Los Angeles. The large aggregates must be obtained for shattering and being constituted by healthy, hard and durable elements, with live edges, rough surface, clean from dust or from inappropriate materials. The large aggregates must answer to the followings requisite:

- Protection Course (BINDER): Reduction of weight from Los Angeles Test according to ASTM C 131 - AASHO T 96, must be less than 25% (C.N.R. 34-1973); Voids content, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions), must be less than 0,80; imbibition coefficient, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) must be less than 0,015 (C.N.R. 137-1992); not absorbent material, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions). In the case that the binder is expected to be subjected to the traffic in damp or winter periods, the loss in weight for shaking will be limited to the 0,5%. - Wearing course: Reduction of weight from Los Angeles Test according to ASTM C 131 - AASHO T 96, must be less than 20% (C.N.R. 34-1973); - at least a 30% in weight of the material of the whole mixture must be originate from shattering of rocks that introduces a coefficient of smaller shattering of 100 and

460

Part 2 Section VI.ii: Specifications Lot 6

compression resistance not inferior to 140 N/mm2s, as well as minimum wearing resistance of 0,6; Voids content, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions), must be less than 0,85; imbibition coefficient, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) must be less than 0,015 (C.N.R. 137-1992); not absorbent material, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) with limitation for the loss in weight to the 0,5%. The fine aggregate portion of the mixture may contain percentages of natural sand or obtained by crushing according to Art. 5 of the norms C.N.R. issue n. 4 of 1953,in detail: Sand equivalent, from AASHO T 176 test, (according to C.N.R. B.U. n. 27 del 30-31972) must be not inferior to 55%; not absorbent material, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) with the limitation for the large aggregates. Mineral Fillers will be constituted preferably by dust of calcareous rocks or from cement, hydrated mortar, hydraulic mortar, dusts of asphalt and they will have to result passing to the sieve n. 30 ASTMs and for at least 65% to the sieve n. 200 ASTMs. For the wearing layer, , the filler can be constituted by asphaltic rock dust containing asfaltica 6 - 8% of bitumen with penetration Dow to 25C inferior to 150 dmm. BITUMEN Must be used semi-solid bitumen for road use with the suitable characteristics in the following table, employed for the confection of bituminous conglomerates. They are denominated "A" and "B" The following table refers to the base product as it leaves the cisterns. For all the works will always be used the bitumen type "A", excepted particular cases in which the can be employed bitumen type "B" (coldest Regions, north or highest zones) always after authorization of the Employer.

BASE BITUMENS TABLE CHARATTERISTICHS: Penetration a 25C/298K, 100g, 5s Softening Point Penetration Indice Fraass Breaking Point, min. Ductility at 25C/298K, min.

UNITS 0,1 mm C/K

BITUMEN A BITUMEN B VALUE VALUE 65 85 48-54/321-327 -1 / +1 85 105 47-52/320-325 -1 / +1 -9 / 264 100

C/K cm

-8 / 265 90

461

Part 2 Section VI.ii: Specifications Lot 6

Solubility, min. Volatility T = 163C / 436K, max. Paraffin content, max.

% % %

99 +/- 0,5 3 220 - 400

99 +/- 1 3 150 - 250

Dynamic viscosity at T = 60C / 333K, Pa.s velocity gradient = 1 s 1 Dynamic viscosity at T = 160C / 433K, Pa.s velocity gradient = 1 s 1

0,4 0,8

0,2 0,6

After RTFOT (Rolling Thin Film Overt Test) Dynamic viscosity at T = 60C / 333K, velocity Pa.s gradient = 1 s 1 Residual penetration at 25C/298K, 100g, 5s Increase in softening point % C/K 700 - 800 500 - 700

70 +8 / 281

75 + 10 / 283

MIXTURES 5) Protective Course (binder). The mix formula of the natural aggregates and filler must be contained on the following allowing conditions: U.N.I Sieve Series Sieve 25 Sieve 15 Sieve 10 Sieve 5 Sieve 2 Sieve 0,4 Sieve 0,18 Sieve 0,075 Passing: % total weight 100 65 100 50 80 30 60 20 45 7 25 5 15 4 8

The bitumen content (%) of the mixture mass must be contained between 4,5% and 5,5%.

The mixture must respect the following conditions: Marshall stability, performed at 60C must be not inferior to 900 Kg. Marshall rigidity must be superior to 300 (C.N.R 30-1973). The same samples used for Marshall stability test must present a percentage of voids content contained between 3 and 7%.

2) Wearing Course. The mix formula of the natural aggregates and filler must be contained on the following allowing conditions: 462

Part 2 Section VI.ii: Specifications Lot 6

U.N.I Sieve Series

Passing: % total weight Curve type A

Passing: % total weight Curve type B

Sieve Sieve Sieve Sieve Sieve Sieve Sieve Sieve

20 15 10 5 2 0,4 0,18 0,075

100 90 100 70 90 40 55 25 38 11 20 8 15 6 10

-100 70 90 40 60 25 38 11 20 8 15 6 10

Type A bitumen content must be contained between 4,5% and 6% respect to aggregates total weight(C.N.R. 38-1973). Type A curve is valid for wearing courses with a thickness contained between 4 and 6 cm. The mixture must respect the following conditions: e) _ High mechanic resistance and flexibility. _ Marshall stability(C.N.R. 30-1973), performed at 60C must be not inferior to 1000 Kg. _ Marshall rigidity must be superior to 300 (C.N.R 30-1973). _ The same samples used for Marshall stability test must present a percentage of voids content contained between 3 and 6%. b) d) 8%. WORKS CONTROL AND ACCEPTANCE The control of the materials for the asphalt mixtures shall be made as provided by the respective standards. SPECIFICATIONS FOR THE EXECUTIONS The support layer shall be finished depending on its type, namely: the support of concrete shall be leveled by a cement mortar rendering. After drying, the surface shall be primed by cationic bituminous emulsion with quick breaking. High resistance to surface wearing; High compactness: the final residual voids volume must be contained between 4% and c ) Sufficient surface roughness;

463

Part 2 Section VI.ii: Specifications Lot 6

The mixtures shall be rolled after the priming of the waterproofing course with bituminous emulsion.

ADHESION ACTIVES On the confection of the asphalt mixtures for the different layers (protection and wearing course) must be used special chemical additives in favor of the bitumen - aggregate adhesion, constituted from ammine and alchilammid - poliammine obtained from reaction between poliammine and fatty acids C16 e C18. DRAINING ASPHALT WEARING COURSE This bituminous mixture for draining wearing course is constituted from a mixture of rubbles, sands and additives hot confectioned with modified bitumen. The scope of this mixture is: - Improve adherence in case of raining; - abatement of the traffic noise (phono-absorbent).

IV.5.8.1 AGGREGATES The aggregates must respond to the requisites of acceptance above illustrated , according to the norms C.N.R., Chapter II of the issue 4/1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions"), with the following exceptions: _ water solubility absorption coefficient not inferior to 0.44; _ the crushed sand percentage not inferior to 80% of the sand mixture.

IV.5.8.2 BITUMEN This bitumen must be of modified type with the following characteristics: Bitumen type E : bitumen type B + 2% low density polyethylene + 6% styrene butiadene

CHARACTERISTICS Penetration a 25C/298K, 100g, 5s Softening Point Penetration Indice Fraass Breaking Point, min. Dynamic viscosity at T = 80C / 353K, velocity gradient = 1 s 1 Dynamic viscosity at T = 160C / 433K, velocity gradient = 1 s 1

UNITS 0,1 mm K

VALUE (x) 35 - 45 333+343 +1/ +3

K Pa.s

261 180 450

Pa.s

0,2 2

464

Part 2 Section VI.ii: Specifications Lot 6

Bitumen type F : bitumen type B + 6% polyethylene (o 6% ethylene vinyl acetate + 2% polymers) + 2% styrene butiadene

CHARACTERISTICS Penetration a 25C/298K, 100g, 5s Softening Point Penetration Indice Fraass Breaking Point, min.. Dynamic viscosity at T = 80C / 353K, velocity gradient = 1 s 1 Dynamic viscosity at T = 160C / 433K, velocity gradient = 1 s 1

UNITS 0,1 mm K

VALUE (x) 50 - 70 328-343 +1/ +3

K Pa.s

261 180 450

Pa.s

0,2 1.8

IV.5.8.3 MIXTURES They are predictable three types of mixtures, respectively: "granular", intermediary" and "monogranular", that must have a granulometric composition in the curve as following: Passing: % total weight U.N.I Sieve Series Curve A Granular Curve B Intermediary Curve C Monogranular,

Sieve Sieve Sieve l0 Sieve Sieve - 12 Sieve 0 - 10 Sieve 0- 8 Sieve 0,075 0-6 0,18 0,4 15 - 35 5 5 20 2

20 15

100 80 - 100 35 - 50 10 - 25

100 100 90 - 100 85 - 100 5 - 20 0 -12 0 100

0 - 12

0 10 0-8 0-6

0 - 10 0-8 0- 6

The bitumen content (%) of the mixture mass must be contained between 5% and 6,5%. The performance characteristic of every type of mixture are the followings:

- optimal draining: - high draining:

mixture granular mixture intermediary

(curve A) (curve B) 465

Part 2 Section VI.ii: Specifications Lot 6

- good draining:

mixture monogranular

(curve C)

The both three mixtures favor an elevated abatement of the traffic noise; the Employer must verify that capacity through the control of the mixtures themselves, applying the static waves method with the defined standard equipment "pipe of Kundt" on samples of l0 cm diameter collected in site. These samples must be collected and verified after 150 days of the pavement laying. In this case the phono-absorption coefficient "" under conditions of normal incidence must be: Frequency (Hz) 400 630 800 1600 2000 2500 Phono-absorption coefficient () > 0,15 > 0,30 > 0,15

With a grazing incidence of 300 the values of must be: Frequency (Hz) Phono-absorption coefficient ()

400 - 630 800 - 1250 1600 - 2500

> 0,25 > 0,50 > 0,25

The mixture must respect the following conditions: _ Marshall stability(C.N.R. 30-1973), performed at 60C must be not inferior to 500 Kg for A curve and not inferior to 600 Kg for B and C curves. _ Marshall rigidity must be superior to 200 (C.N.R 30-1973) for A curve and superior to 250 Kg for B and C curves. _ The same samples used for Marshall stability test must present a percentage of voids content (CNR 39 - 73) contained between: mixture granular, mixture intermediary mixture monogranular (curve A) (curve B) (curve C) 16% - 18% 14% - 16% 12% - 14%

The Employer him should check the mixture through the determination of the indirect traction resistance and of the ultimate deformation ("Brazilian" test) (CNR 97 - 1984). The relative values, for the three types of mixture must be contained in the limits as the following table:

466

Part 2 Section VI.ii: Specifications Lot 6

Test Temperature Indirect traction resistance (N/mm 2) Indirect traction coefficient (N/mm )
2

283 K 0.70 1.10 55

298 K 0.25 0.42 22

313 K 0.12 0.20 12

IV.5.8.4 SPECIFICATIONS FOR THE EXECUTIONS

The compaction temperature must be included between 413 and 423 Ks for the mixtures performed with type "E" bitumen. At the compaction end, the draining wearing layer must have a uniform weight of volume in the whole thickness, not inferior to 96% of that Marshall performed before. Such verification must be performed with daily frequency according to the norm (CNR 40 1973) and will be determined on samples of 20 cm diameter. The permeability coefficient at constant load (Kv in cm/s) determinated on laboratory on samples of 20 cm diameter collected in site must be not inferior to: Kv = 15*1,0 cm/s (arithmetic average of 3 results). The draining capacity performed in site and measured on an area of 154 cm2s and with a pavement thickness between the 4 and 5 cm must be greater of 12 dm3/min for the mixture of the "A" curve and greater of 8 dm3/min for the mixtures of the "B" and "C" curves. The surface must be perfectly cleaned. HORIZONTAL MARKING Taking into account that the bridge is a small part of a road, the horizontal marking will be executed as to complain with roads horizontal marking, following the same specifications of the markig applied on road, as per norms in force and as per Beneficiary requirements. WATER PROOFING Waterproofing must achieve the following : to stop the access of water in the construction units to collect and remove the infiltrated water through the asphaltic lining and waterproofing cover and to lead it to the water outlet devices Generally, bridges waterproofing consists of : the waterproof blanket continually performed on the whole surface of the construction unit and its connection to that element. the waterproofing layers must be connected to the outlet nozzles and to the expansion joints.
-2

467

Part 2 Section VI.ii: Specifications Lot 6

The functionalities of some layers can be merged in various solutions of the specialized firms of waterproofing. The waterproofing may consists of : liquid foil, fast hardening waterproofing membrane by spraying by hot sticking of the membranes with bitumen solution by cold sticking with synthetic resin self-sticking membranes sticking by membrane overheating masons brush or brush laying

The laying technology may be : -

The physical-mechanical conditions should be assured in any of the technological variants. The term waterproofing layer as used herein after refers to all the component coats, namely : the levelling layer, priming, principal base waterproofing layer and protection cover. The waterproofing layer should be guaranteed 8 years at least at normal bridge, pass or viaduct usage. During this period, of time the guarantor should carry out - on its expenses - the repairing or changing the waterproofing layer, the remedial works of the damages produced by water infiltration into the structure. The materials used in the waterproofing layer must be sound and chemically passive. The waterproofing layer must be also executed on bridges in use, repairing a half of the carriageway the other half being used for traffic, the joining of the waterproofing layers in the bridge longitudinal axis must be made so that the technical features to be assured. The waterproofing layer must support the low speed transport and asphalt coat laying means on bridges, passes or viaducts. The waterproofing layer must assure the adhesion stickiness of the asphaltic coat on its top layer: ultimate strength elongation at break static boring perforating resi stance European Norm L4 250 N on the 10 mm diameter ball stretch adhesion N/mmp flexibility on 50 mm diameter bolt water absorption in 24 hours max. temperature for physical stability of a membrane features temperature field in current usage temperature field of the environment 20 C + 70 C
0 0

800 N/5 cm min 20 %

Min. 0,5 without cracks at - 10 C 0,5 % 120 C 1800 C


0 0

temperature of the poured asphalt coat without modifying the physical- mechanical

468

Part 2 Section VI.ii: Specifications Lot 6


0 0

where the waterproofing layer is laid

+ 5 C + 30 C

The top layer of the waterproofing should be chemically compatible with the components of the asphalt in order to avoid the waterproofing attacking. It is proposed an waterproofing with 2 layers of modified bitumen reinforced with a polyester layer 200 gr/sqm.

INTERVENTION B2 ROADWAY SUPERFICIAL DRAINAGE REHABILITATION This item covers the substitution of the existent drain pipes and grids: - removal of the existing damaged drain pipes and/or related grids; - loading and transport of the removal material to an approved dump area; - procurement, transport, storage and handling of necessary materials and equipment; - installation of the new drain pipes and/or related grids; - finishing works to ensure waterproofing; - verifications after execution in accordance to the design. The pvc pipes supplied should be in accordance with EN 1401. The grids supplied should be in accordance with EN 124.

INTERVENTION B3 WALKWAY PAVEMENT REPLACEMENT

The item covers the following activities: - scarifying and removing the existing surface; - loading and transport of the material resulting from the demolition to an approved dump area; - cleaning and removal of any loose material from the concrete surface by sand blasting; - procurement, transport, storage and handling of all related materials and equipment; - waterproofing execution including a bituminous priming layer; - performance of the in situ adherence tests of the membrane, at the required frequency; - execution of the concrete base; - assuring water tightness in correspondence of the waterproofing edges using specific elastic materials; - laying 20 mm thick wearing course including surface preparation applying primer coat with bitumen emulsion - verifications after execution in accordance to the design.

469

Part 2 Section VI.ii: Specifications Lot 6

The new bridge walkway pavement, should consist of a wearing course (2 cm) executed above of the walkway concrete at least with 35MPa Rck and Feb44k steel and of the sealing course (1cm). The asphalt courses and the waterproofing protection system are specified on IV.5 Intervention B1 roadway pavement and waterproofing replacement.

INTERVENTION B4 EXPANSION JOINTS REPLACEMENT GENERALITIES This item covers the following activities: - removal of the existing expansion joints; - loading and transport of the removal material to an approved dump area; - procurement, transport and handling of the expansion joint devices and the necessary materials; - formworks manufacturing, installation and dismantling; - reinforcement steel bars manufacturing and installation; - concrete production, transport and casting; - concrete quality control; - concrete protection during the curing period; - expansion joints installation in accordance with the supplier technical documentation; - control of the expansion joint positioning in respect to the design. This intervention includes two different types of expansion joints: _ RAN 50 type or with equivalent characteristics; _ GP 50 type or with equivalent characteristics; _ GP 150 type or with equivalent characteristics. The devices for the expansion joints covering used on road bridges shall assure : the free movement of the decks ends in the joints the continuity of the carriageway on the expansion joints zone tightness at leaking and water infiltration

Tight devices are to be used to satisfy these requirements. Generally the components of the devices for covering the expansion joints are : elastomeric elements that assure the movement metallic support elements, fixed on structures special concrete in the metallic parts fixing zone special mortar for tightening rubber bands for collecting and removing the infiltration water.

According to the type of the device, the functions of some elements can be cumulated.

470

Part 2 Section VI.ii: Specifications Lot 6

The devices for covering the expansion joints are laid on new bridges or on bridges in usage; specific methods of fixing for any case being specified. In case of bridges in usage, the device should permit works on half of the carriageway, the other half being used for traffic, without modifying the technical characteristics of the expansion joint device. The term device for covering the expansion joints herein - after device contains all the component elements, namely: concrete where the metallic elements are fixed fixing metallic elements elastomeric elements rubber tightening element special mortar for tightening the elastomeric element

INTERVENTIONS C1 - DECK SLAB REPAIR and C4 - PIERS CONCRETE REPAIR

GENERALITIES The following activities will be covered: - Sounding of concrete to locate areas of delamination; - preparation and cleaning of surface by means of sand blasting and water washing and/or concrete removal by means of hydrodemolition; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of all related materials and equipment; - epoxy and polyurethane compounds application; - application of a corrosion inhibitor and a cementitious mortar where concrete is removed; - verifications after execution in accordance to the design; These interventions can be divided in 2 different work sequences in accordance with the type and location of the deterioration. Therefore, when efflorescence, low corrosion and spalling are founded, the following work steps may be implemented: 1 - Sounding of concrete to locate areas of deterioration (spalling, honeycomb, corrosion); 2 - Concrete sand blast cleaning to prepare the surface for receiving protective materials; 3 - Concrete water washing with 1500 psi of pressure to remove oils, grease or other substances; 4 - Application of an epoxy resin primer coat like MASTERSEAL PRIMER PU from BASF or similar; 5 - Application of a polyurethane resin protective coat like MASTERSEAL FORMULA PU from BASF or similar.

471

Part 2 Section VI.ii: Specifications Lot 6

Differently, when the concrete surface present honeycomb and high corrosion and spalling, the following work steps may be implemented: 1 - Sounding of concrete to locate areas of deterioration (spalling, honeycomb, corrosion); 2 - Hydrodemolition of damaged concrete with 30000 psi of pressure and concrete removal of 4 cm, being attention with reinforcing steel; 3 - Concrete water washing with 1500 psi of pressure to remove oils, grease or other substances; 4 - Application of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP from BASF or similar; 5 - Application of a thixotropic cementitious mortar with restrained expansion, fiber-reinforced with flexible inorganic fibres, like EMACO FORMULA TIXOFIBER from BASF or similar; 6 - Application of an epoxy resin primer coat like MASTERSEAL PRIMER PU from BASF or similar; 7 - Application of a polyurethane resin protective coat like MASTERSEAL FORMULA PU from BASF or similar. MATERIALS The designed products are described as follows:

IV.9.2.1 MASTERSEAL PRIMER PU Is a solvent-borne two-pack epoxy resin with low viscosity acting as primer for the elastomeric polyurethane coating MASTERSEAL FORMULA PU and as curing agent for the mortars of the EMACO FORMULA range. Storage MASTERSEAL PRIMER PU must be stored in a sheltered dry place at a temperature between +5C and +35C inclusive. Temperature Application may be at an ambient temperature anywhere between +5C and +40C. Application at lower temperatures is inadvisable because the product would dry very slowly. Preparation of the substrate and recoating Using the product ONLY as PRIMER on fully cured concrete or repair mortar: prior to applying the primer it is indispensable to check the concrete surfaces for damage or contamination by oils, grease or other substances. Any loose, damaged or contaminated concrete must be removed and then the surface made good using products from the EMACO FORMULA range. The primer MASTERSEAL PRIMER PU must be applied on sanded surfaces (this does not apply to areas repaired with EMACO products), which have been cleaned and freed of dust using compressed air. After application of the primer it is necessary to wait at least 6 hours up to a maximum of 48 hours, in standard environmental conditions (20C, 65 % r.h.) before proceeding with application of the finish MASTERSEAL FORMULA PU.

472

Part 2 Section VI.ii: Specifications Lot 6

- Using the product as CURING AGENT and PRIMER on freshly applied EMACO FORMULA repair mortars: the substrate consists of fresh EMACO FORMULA mortar and it is necessary to wait approx. 30 minutes after completion of the float finish and in this case MASTERSEAL PRIMER PU will act initially as curing agent and then as primer. MASTERSEAL PRIMER PU must be applied in a single coat over EMACO repair products, having waited at least 30 minutes after completing the float finish of the EMACO mortar. In conditions of low temperature and high relative humidity it is advisable to wait for a longer minimum time (approx. 60 minutes). So that the product dries properly before being recoated with the finish MASTERSEAL FORMULA PU, it is necessary to wait at least 5 days in excellent environmental conditions (20C, 65% r.h.). Always in these conditions, do not exceed 10 days for hardening or setting before applying the finish. Application Stir the 2 parts separately, then pour part B (hardener) into part A (base) and use a lowspeed mechanical mixer to obtain a smooth mix. The product must not be diluted; it may be applied by spraying or by roller (for limited areas).

Airless spray equipment

MASTERSEAL PRIMER PU application data

IV.9.2.2 MASTERSEAL FORMULA PU Is a two-pack elastic solvent-borne polyurethane resin with high solids content by volume, forms a film coating with satin finish having a crack bridging ability and high protective capacity against agents that cause damage to reinforced concrete. Performance Performance is referred to a dry film thickness of 200 m (micron)

473

Part 2 Section VI.ii: Specifications Lot 6

Storage MASTERSEAL FORMULA PU must be stored in a sheltered, dry place at a temperature between +5C and +35C inclusive. Preparation of the substrate - If the reinforced concrete structures only need protecting, prior to applying the primer it is indispensable to check the concrete surfaces for damage or contamination by oils, grease or other substances. Any loose, damaged or contaminated concrete must be removed and then the surface made good using products from the EMACO FORMULA range. The primer must be applied on sanded surfaces (this does not apply to areas repaired with EMACO products), which have been cleaned and freed of dust using compressed air. - If the concrete has been repaired and needs subsequent protection, the substrate consists of EMACO FORMULA fresh mortar and it is necessary to wait approx. 30 minutes after completion of the float finish before applying the MASTERSEAL PRIMER PU, which in this case will act initially as curing agent and then as primer. Temperature Application may be at an ambient temperature anywhere between +5C and +40C. Application at lower temperatures is inadvisable because the product would dry very slowly. Application Stir part A well in its can using a low-speed mechanical mixer; ensure that all of part B is emptied into part A and blend together for a couple of minutes, using the mechanical mixer, before application.

474

Part 2 Section VI.ii: Specifications Lot 6

The product may be applied by short pile roller or by spray. When using a hand roller, it is advisable to apply 2 successive coats at least 12-18 hours apart in excellent environmental conditions (20C and 65% r.h.). In airless spraying, the recommended dry thickness of 200-300 in a single coat. Airless spray equipment m (micron) may be applied

MASTERSEAL FORMULA PU application data

IV.9.2.3 EMACO NANOCONCRETE AP Is a single-pack light grey, polymer-modified cementitious primer containing corrosion inhibitors. Storage Store the product in a sheltered, dry place at a temperature anywhere between 5 and 30C, in the tightly closed original containers. Cleaning the rebars Once the rebars have been exposed they must have the rust removed by sanding or brushing with a metal brush. Temperature This product may be applied at an ambient temperature anywhere between +5C and +35C. Application Must be applied by brush immediately after having removed the rust. The first coat is applied over the whole length of the bar, using a stiff brush for a thickness of approx. 1mm and the second coat is applied as soon as the first is dry. Then wait for the inhibitor to have set sufficiently before carrying out the repair work.

IV.9.2.4 EMACO FORMULA TIXOFIBER Is a ready-mixed air-cured thixotropic cementitious mortar with restrained expansion that is resistant to environmental agents, contains polyacrylonitrile fibres and is reinforced with flexible and durable inorganic fibres. Performance

475

Part 2 Section VI.ii: Specifications Lot 6

The performances shown below are obtained with a consistency of 170-180 mm according to UNI EN 13395/1, in the absence of bleeding.

The reinforcement fibres have length 12mm, diameter 14 m, tensile strength 1700 MPa and modulus of elasticity 72000MPa. Storage Store the product in a sheltered, dry place at a temperature anywhere between 5 and 40C. Removal of the deteriorated concrete The engineer decides the thickness to be removed on the basis of the preliminary surveys aimed at identifying the state of preservation of the structure. Loose or contaminated concrete must be removed preferably by hydro demolition or, alternatively, by mechanical chipping using lightweight compressed air operated concrete breakers and taking all the necessary precautions to avoid damaging the structures. The surface of the concrete substrate must be macroscopically rough (surface irregularity approx. 5 mm deep to obtain maximum bond between the substrate and the repair material. The macroroughness is indispensable for the restrained expansion mechanism, which is essential for the success of cementitious mixes expanding in air. Cleaning the reinforcement rods The loose or contaminated concrete around the reinforcement rods must be removed. If the damaged or contaminated concrete has been removed by hydro demolition, this usually guarantees suitable cleaning also of the reinforcement rods. Placing additional structural reinforcement Whenever it is necessary to add new reinforcement rods for structural reasons, a layer of 2 cm concrete must cover the rods. Cleaning and saturation of the concrete 476

Part 2 Section VI.ii: Specifications Lot 6

The concrete substrate must be cleaned and saturated using water under pressure (80100 atm and warm water in winter). This is indispensable to prevent the concrete substrate taking water from the mix. Incomplete saturation would cause loss of adherence and cracking of the added material. The use of water under pressure also ensures effective cleaning of the surface by removing dust and small loose particles that may still be present after the concrete has been scarified. Cleaning and saturation of the surfaces are essential to obtain high values of adherence between the substrate and the applied material. Application Must be applied onto macroscopically roughened but cohesive surfaces that have been cleaned and satured with water. In the case of extensive surfaces, the product may applied for a thickness from 1 to 5 cm in a single layer using screw or piston sprayers. During the interruptions in spraying, it is necessary to thoroughly clean the tubes and the pump itself using water under pressure and a soft tube-cleaning rubber ball.

INTERVENTION D1 PAINTING OF STEEL STRUCTURES GENERALITIES This intervention will be applied on whole steel bridge in accordance with design drawings.

INTERVENTION SEQUENCE: 1- Surface preparation: power tool cleaning to bare metal SSPC-SP11 in areas demonstrating a higher tendency to corrode and high pressure waterjetting SSPC-SP12 30000 psi in all surface; 2- Coating program: application of epoxy zinc-rich primer, an epoxy intermediate and polyurethane finish coats using airless spray.

SURFACE PREPARATION Power Tool Cleaning to Bare Metal SSPC-SP11: It produces a greater degree of cleaning than SSPC-SP3 and may be considered for coatings requiring a bare metal substrate. This method produces surfaces that "look" like near white or commercial blast. Examples of circumstances where this specification may be applied are: _ Touch-up of welded or damaged areas of erection assemblies; _ Reducing volume of hazardous waste produced by abrasive blasting; _ Cleaning around sensitive equipment or machinery.

High Pressure (30000 psi) Waterjetting SSPC-SP12 :

477

Part 2 Section VI.ii: Specifications Lot 6

Generally used in maintenance cleaning of previosly painted surfaces. Waterjetting opens the profile under the existing paint or rust and removes the detritus. The key to cleaning by water is to get the energy of pressurized water transferred to the substrate efficiently.

COATING PROGRAM Primer - Intercure 200 HS: A two component, high solids, low VOC, epoxy zinc phosphate/ micaceous iron oxide primer offering excellent barrier protection, low temperature cure and rapid overcoating properties. Intercure 200 HS is preferred for use with systems for chemical environments where zinc based materials can be subject to attack in both acid and alkaline conditions. Recommended Thickness: 80 microns

Intermediate Coat - Intercure 420 HS: A two component, high solids, low VOC, epoxy micaceous iron oxide intermediate coating offering excellent barrier protection, low temperature cure and rapid overcoating properties. The incorporation of plate-like micaceous iron oxide pigment, both increases the barrier effect and improves long term overcoating properties of the system. Recommended Thickness: 100 microns Finish Coat - Interthane 990: A two component acrylic polyurethane finish giving durability and long term recoatability. Level of sheen and surface finish is dependent on application method. Avoid using a mixture of application methods whenever possible. Best results in terms of gloss and appearance will always be obtained with conventional airless spray application. Recommended Thickness: 60 microns Both products have been approved by International Protective Coatings.

APPLICATION TECHNIQUES Bridge coatings can be sprayed, brushed, or rolled onto the steel, depending upon the requirements of the particular job. The majority of coatings are applied using airless spray. However, in many cases where nearby traffic or facilities may be impacted by overspray, the agency may restrict the use of spray equipment, and brushing or rolling will be required. With the use of containment on all cleaning jobs, often the specification will call for the containment to remain in place for spraying the primer. The containment can then be moved and the final coats brushed or rolled. There has been a renewed emphasis on stripe painting techniques for complex bridge surfaces. Most striping is specified as hand striping using only a brush. Stripe painting is

478

Part 2 Section VI.ii: Specifications Lot 6

considered good painting practice for slower drying coatings. These coatings tend to thin at edges and acute angles due to the surface tension of the wet-applied paint film. Often, this phenomenon has caused paints to fail prematurely on edges of flanges and fasteners. Stripe coating these areas will ensure proper paint film build and should alleviate this potential problem.

INTERVENTION WORK D4 REHABILITATION OF INSPECTION GANTRY AND RAILS This item covers the following activities: - removal of the existing inspection gantry or/and rails; - loading and transport of the material resulting from the demolition to an approved dump area.

INTERVENTION E4 REHABILITATION OF STORM WATER COLLECTING SYSTEM The item covers the following activities: - procurement, transport and handling of the necessary materials; - soil excavation; - ballast layer, including material, transport spreading and compaction; - concrete preparation, transport and casting; - execution of the storm water collecting system foundation; - precast elements assembling; - mortar preparation, transport and handling; - filling the prefabricates joints; - verifications after execution in accordance to the design.

479

Part 2 Section VI.ii: Specifications Lot 6

Section 3 Table of Content I. SUMMARY I.1 GENERALITIES I.2 DESIGN PRINCIPLES I.2.1 FREE SPACES ON AND UNDER THE BRIDGE I.2.2 LOADS I.3 GENERAL SPECIFICATION FOR THE EXECUTION I.4 GENERAL PROVISIONS CONCERNING THE ACCEPTANCE I.5 GENERAL PROVISIONS CONCERNING THE SERVICE AND THE MAINTENANCE OF THE STRUCTURES II. REFERENCE NORMATIVES III. BRIDGE GEOMETRIC CHARACTERISTICS IV. BRIDGE INTERVENTIONS WORKS AND MATERIALS IV.1 SUMMARY IV.2 INTERVENTION A1 PAINTING OF PEDESTRIAN PARAPET IV.2.1 GENERALITIES IV.2.2 SURFACE PREPARATION IV.2.3 COATING PROGRAM IV.2.4 APPLICATION TECHNIQUES IV.3 INTERVENTION A3 GUARD RAIL REPLACEMENT IV.4 INTERVENTION A4 - ELECTRICAL EQUIPMENT REPLACEMENT IV.5 INTERVENTION B1 ROADWAY PAVEMENT AND WATERPROOFING REPLACEMENT IV.5.1 GENERALITIES IV.5.2 AGGREGATES IV.5.3 BITUMEN IV.5.4 MIXTURES IV.5.5 WORKS CONTROL AND ACCEPTANCE IV.5.6 SPECIFICATIONS FOR THE EXECUTIONS IV.5.7 ADHESION ACTIVES IV.5.8 DRAINING ASPHALT WEARING COURSE IV.5.9 WATER PROOFING IV.6 INTERVENTION B2 ROADWAY SUPERFICIAL DRAINAGE REHABILITATION IV.7 INTERVENTION B3 WALKWAY PAVEMENT REPLACEMENT IV.8 INTERVENTION B4 EXPANSION JOINTS REPLACEMENT IV.8.1 GENERALITIES IV.9 INTERVENTIONS C1 - DECK SLAB REPAIR IV.9.1 GENERALITIES IV.9.2 MATERIALS IV.10 INTERVENTION D1 PAINTING OF STEEL STRUCTURES IV.10.1 GENERALITIES IV.10.2 SURFACE PREPARATION IV.10.3 COATING PROGRAM IV.10.4 APPLICATION TECHNIQUES IV.11 INTERVENTION WORK D4/2 SUBSTITUTION OF INSPECTION GANTRY AND RAILS IV.12 INTERVENTION E4 REHABILITATION OF STORM WATER COLLECTING SYSTEM IV.13 INTERVENTION E5 RIVER BANK IMPROVEMENT

480

Part 2 Section VI.ii: Specifications Lot 6

SUMMARY

GENERALITIES The wider objective of this project is to complete maintenance and rehabilitation works on bridge 6 in Basarabi, Dobrogea area, in Romania. Generally speaking, the list of the rehabilitations works refers to: Restoring to a former state and/or capacity Improving serviceability (structural and/or functional) Strengthening

The purpose of these Technical Specifications is to describe, in a detailed way, the bridge geometric characteristics, the evaluated actions on this project, the intervention works to be executed and the related materials applied in the designed solutions to rehabilitation. All the designed materials are typological and dont express any kind of preference for any company eventually mentioned.

DESIGN PRINCIPLES The bridges, grade separation structures and viaducts are structural works. The conception of any resistance structure has to observe certain general principles, resulted from the practice, namely: practicality capacity of resistance economic efficiency aesthetics

Guided by these principles, the design of the bridge must accomplish its goal, that is to ensure the unhindered traffic of the vehicles across the obstacle. This means to achieve: the free passage spaces on and under the bridge, the proper rigidity of the structure in the limits of the permissible deformations, the best conditions of service and maintenance. The structures capacity of resistance must be obtained by reasonable dimensioning of the components. According to the principle of economic efficiency any structural work must be executed at a minimum cost. Depending on the layout (length and height of the obstacle, geotechnical conditions etc.) the economic efficiency can be achieved by establishing a proper length of the work an economical spans of the bridge. Hereafter, knowing the economical spans, the best method of construction may be selected, as well as the construction materials. A bridge or a viaduct, must have an aesthetic layout and has to be in harmony with the landscape. The design of the bridge must observe as much as possible all the hereinbefore shown principles, thus the best solution may be found only by analysis and comparison of several variants.

481

Part 2 Section VI.ii: Specifications Lot 6

The design of the bridges, grade separation structure and viaduct must observe the provisions hereinafter. FREE SPACES ON AND UNDER THE BRIDGE The length of the bridge and the underside or soffit level of the superstructure shall be established by a hydrological design, in accordance with the departmental norms M.T., Pod 95-71 Norms for the hydrological design of bridges and Pod 96-71 for culverts. In the case of navigable river or stream, the navigable span shall be also observed, especially for the max central span of the bridge. The height of platform and the size of the spans shall be fixed observing the min overall dimensions necessary for the crossing of railways (STAS 4392-84) or roads (STAS 2924-91). The height of platform, the width of the carriageway, of the bicycle path, and of the sidewalks shall be fixed in accordance with the provisions of STAS 2924-91, and depending on the technical class of the road. LOADS The structural design of the bridges must take in account all the loads that may occur, observing european standards (Structural Eurocodes) and the following romanian standards: STAS 10101/1-78: Actions in constructions. Technical weight and permanent loads STAS 10101/OB-87: Actions in constructions. Classification and groups railway and road bridges STAS 1545 89: Road and highway bridges.. Foot-bridges. Actions. STAS 3221 86:"Road bridges. Type trains charging classes" of actions for

GENERAL SPECIFICATION FOR THE EXECUTION The Contractor may begin the execution of a structure only after the award and ratification of the contract. The main documents, necessary for contractor to perform the works, are as follows: the plans of site and location, and general specifications; the geotechnical study providing the site conditions and the adequate procedure of foundation; working drawings for framework, reinforcement, etc, for all the components of the artwork; special technical specifications for the respective structure, if any; the schedule of the construction operations.

An authorized office or company shall make these documents for design and research. Taking in account the variety and the importance of the task, the Contractor has to prove that he possesses the experience and the know-how necessary to perform the respective work. The Contractor shall observe all the provisions of the contract, design and technical specifications. 482

Part 2 Section VI.ii: Specifications Lot 6

Also, the Contractor must take necessary steps for the protection of the environment. It is outlined that any change or adaptation of the project may be made only with approval of the Employer or/and of the Designer. All the state standards and norms in force shall be also observed in the execution (see in the annex a minimal list of them).

GENERAL PROVISIONS CONCERNING THE ACCEPTANCE In view to achieve the quality of the works the partial acceptances (for every stage of the works) and the final acceptance shall be made in accordance with the specifications drafted for the respective work. The general specifications presented hereby, shall be observed. The Employer shall organize the final acceptance in conformity with the regulations in force.

GENERAL PROVISIONS CONCERNING THE SERVICE AND THE MAINTENANCE OF THE STRUCTURES The project must include the constructive elements and solutions, necessary to ensure the access to substructure, bearings, superstructure for control and maintenance. For some particular works, a special design may be drafted, by request of the Employer, concerning the control and the maintenance of the aforesaid works. Beside these specifications, the provisions of the valid standards and norms shall be observed.

REFERENCE NORMATIVES European Codes

EN 1991 Eurocode 1 Basis of design and actions on structures EN 1992 Eurocode 2 Design of concrete structures EN 1993 Eurocode 3 Design of steel structures EN 1994 Eurocode 4 Design of composite steel and concrete structures EN 1997 Eurocode 7 Geotechnical design EN 1998 Eurocode 8 Design of structures for earthquake resistance EN 1337 Structural bearings - General design rules EN 10025 Hot rolled products of non-alloy structural steels - Technical delivery conditions

EN 10164 Steel products with improved deformation properties perpendicular to the surface of the product - Technical delivery conditions

ISO 12944-3 Paints and varnishes - Corrosion protection of steel structures by protective paint systems - Design considerations

483

Part 2 Section VI.ii: Specifications Lot 6

EURONORM 18 Taking and preparation of samples and sample sections of steel and steel products

EN 10113 Hot-rolled products with weldable fine grain structural steels EN 10137 Plates and wide flats made of high yield strength structural steels in the quenched and tempered or precipitation hardened conditions

EN 10155 Structural steels with improved atmospheric corrosion resistance Technical delivery conditions

EN 10210 Hot finished structural hollow of non-alloy and fine grain structural steels EN 10219 Cold formed hollow sections of structural steel EN 10204 Metallic products - Types of inspection documents EN 10029 Hot-rolled steel plates 3 mm thick or above - Tolerances on dimensions, shape and mass

EN 10051 Continuously hot-rolled uncoated plate, sheet and strip of non-alloy and alloy steels - Tolerances on dimensions and shape

EN 1090 Execution of structural steel structures Technical Requirements EN 197-1 Cement: Composition, specification and conformity criteria for common cements

EN 206-1 Concrete: Specification, performance, production and conformity EN 12390 Testing hardened concrete EN 10080 Steel for the reinforcement of concrete EN 10138 Prestressing steels EN ISO 17760 Permitted welding process for reinforcement ENV 13670 Execution of concrete structures EN 13791 Testing concrete EN ISO 15630 Steel for the reinforcement and prestressing of concrete: Test methods

EN 124 Gully tops and manhole tops for vehicular and pedestrian areas. Design requirements, type testing, marking, quality control.

EN 1401 Plastics piping systems for non-pressure underground drainage and sewerage. Unplasticized poly(vinylchloride) (PVC-U). Specifications for pipes, fittings and the system

EN 1317 Road restraint systems. Product requirements and evaluation of conformity for vehicle restraint systems

EN 12697 - Bituminous mixtures. Test methods for hot mix asphalt EN 13108 - Bituminous mixtures. Material specifications EN 13055 - Lightweight aggregates EN 13043 - Aggregates for bituminous mixtures CNR 4 / 1953 - Norms for the acceptance of the rubbles, grits, sands and additives for road constructions

484

Part 2 Section VI.ii: Specifications Lot 6

CNR 68 / 1978 - Norms for the acceptance of the roadway bitumen. Characteristics for the acceptance.

Romanian Codes Pod 95-71 Norms for the hydrological design of bridges STAS 4392-84 Standard gauge railways. Clearances STAS 2924-91 Road bridges STAS 10101/1-78 Actions in constructions. Technical weight and permanent loads STAS 10101/OB-87 Actions in constructions. Classification and groups of actions for railway and road bridges STAS 1545 89 Road and highway bridges.. Foot-bridges. Actions STAS 3221 86 Road bridges. Type trains charging classes STAS 1844-75 Metallic road bridges. Design prescriptions SR 1911-1997 Metallic railway bridges. Design prescriptions STAS 10111/1-77 Railway and road bridges. Masonry, concrete and reinforced concrete substructure. Design prescriptions STAS 10111/2-87 Railway and road bridges. Concrete, reinforced concrete and prestressed concrete superstructure. Design prescriptions SREN 10002-1/94 Metallic materials. Testing to traction. Testing method (to theenvironment temperature SR 13170-1993 Metallic materials. Impact bending test. Special test specimensand estimation methods SREN 10045-1/93 Metallic materials. Impact bending test on the Charpy test specimen. Part I: Testing method SR 1911-1997 Rail metallic bridges. Prescriptions for the design STAS 1844-75 Road metallic bridges. Prescriptions for the execution" STAS 9330-84 Railway and road metallic bridges. Joinings by hightensile bolts. Prescription for design and execution STAS 3461-83 Railway and road metallic bridges. Riveted super-structure. Prescriptions for execution STAS 9407-75 Railway and road metallic bridges welded super-structure. Prescription for execution STAS 8542-79 Choice of steel for metallic constructions STAS 12187-88 Thick steel plates for the main units of bridges and viaducts SREN 29692-1999 The electric arc welding with covered electrode, electric arc welding in protector gas medium and gas welding through melting. Preparing the parts for joining Practice Code NE 012-99

American Codes 485

Part 2 Section VI.ii: Specifications Lot 6

ACI 207.5R-99 Roller-Compacted Mass Concrete

BRIDGE GEOMETRIC CHARACTERISTICS This bridge is located near Basarabi on the DN3 national road which connects Bucharest to Constanta approximately at the km 242, over the Danube-Black Sea Channel.. This bridge runs North-East to South-West and is a 5 span structure, which the main span is an arch bridge composed by a steel beams transversal section and the approach ramps are a small continuous span bridge composed by pre-stressed concrete beams. The main characteristics of this bridge are defined as follows: Structure typology: Arch bridge, steel - concrete and pre-stressed concrete for side spans Overhead Length: 226 m Overhead Width: 14.20 m Number of spans: 5 (2+1+2) Standard Concrete Span Length: 30 m Greater span length: 104.5 m

BRIDGE INTERVENTIONS WORKS AND MATERIALS

SUMMARY All interventions were organized by groups, in accordance with the related location and type of deterioration, as it is exposed in the following table, where designed interventions to be executed on bridge 6 can be seen:

486

Part 2 Section VI.ii: Specifications Lot 6

The materials and the provisions to be employed in the works to perform should be of the best existing qualities in commerce, shall possess the characteristics established on the base of the related normative references and shall correspond to the specifications of the present report or to other contractual actions. If not otherwise prescribed or allowed, they should answer to the norms and prescriptions of the European Standards or Romanian Standards. If not otherwise indicated, the materials and the provisions should be originated from places according with the contractor convenience and the correspondence between the materials and the specifications should be recognized by the Employer.

INTERVENTION A1 PAINTING OF PEDESTRIAN PARAPET

487

Part 2 Section VI.ii: Specifications Lot 6

GENERALITIES This intervention will be applied on whole bridge pedestrian parapets in accordance with design drawings. Intervention sequence: 1- Surface preparation: power tool cleaning SSPC-SP3; 2- Coating program: application of epoxy zinc primer and polyurethane finish coats using airless spray. SURFACE PREPARATION Pedestrian parapet painting surface preparation involves power tool cleaning (SSPC SP 3) in areas showing visible deterioration, followed by application of an epoxy zinc primer and a polyurethane finish coat. Removes loose rust, loose mill scale and loose paint. Intact materials may remain. Power tools use electrical and pneumatic equipment to provide faster cleaning. They include sanders, wire brushes or wheels, chipping hammers, scalers, rotating flaps (rotopeen), needle guns and right angle or disk grinders. Cleaning metal surfaces is less expensive using power tools than using hand tools. In addition, power tool cleaning generally requires much less stringent containment and produces less waste than abrasive blast cleaning. Thus, power tools are used frequently for spot cleaning of damaged coatings, where contamination of adjacent areas by abrasive is unacceptable.

COATING PROGRAM Primer - Intercure 200 HS: A two component, high solids, low VOC, epoxy zinc phosphate/ micaceous iron oxide primer offering excellent barrier protection, low temperature cure and rapid overcoating properties. Intercure 200 HS is preferred for use with systems for chemical environments where zinc based materials can be subject to attack in both acid and alkaline conditions. Recommended Thickness: 80 microns Finish Coat - Interthane 990: A two component acrylic polyurethane finish giving durability and long term recoatability. Level of sheen and surface finish is dependent on application method. Avoid using a mixture of application methods whenever possible. Best results in terms of gloss and appearance will always be obtained with conventional airless spray application. Recommended Thickness: 60 microns Both products have been approved by International Protective Coatings.

488

Part 2 Section VI.ii: Specifications Lot 6

APPLICATION TECHNIQUES Bridge coatings can be sprayed, brushed, or rolled onto the steel, depending upon the requirements of the particular job. The majority of coatings are applied using airless spray. However, in many cases where nearby traffic or facilities may be impacted by overspray, the agency may restrict the use of spray equipment, and brushing or rolling will be required. With the use of containment on all cleaning jobs, often the specification will call for the containment to remain in place for spraying the primer. The containment can then be moved and the final coats brushed or rolled. There has been a renewed emphasis on stripe painting techniques for complex bridge surfaces. Most striping is specified as hand striping using only a brush. Stripe painting is considered good painting practice for slower drying coatings. These coatings tend to thin at edges and acute angles due to the surface tension of the wet-applied paint film. Often, this phenomenon has caused paints to fail prematurely on edges of flanges and fasteners. Stripe coating these areas will ensure proper paint film build and should alleviate this potential problem.

INTERVENTION A3 GUARD RAIL REPLACEMENT This intervention consists in dismantling existing guard rail and assembling the new one with the following operations: - removal of the guard rail connection screws; - cutting with oxyacetylene flame of the posts; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of the guard rail elements and other related materials and equipment; - local transport and handling of the guard rail elements; - assembling of the guard rail elements; - supply and installation of the reflective elements; - verifications after execution in accordance to the design. Steel plates embedded in the reinforced concrete support beams are included. This intervention will be applied on whole bridge in accordance with design drawings. The guard-rails must have a minimal height of 1,5 m and all its metallic elements should have a minimal steel grade of S235 and should be hot galvanized. All guard-rails should conform to the requirements of EN 1317. This intervention will be applied in the main bridge in accordance with design drawings, taking into consideration that bridge 6 lacks of the guard rail in correspondence to concrete spans, so here the new guard rail must be installed as well as in the main bridge.

489

Part 2 Section VI.ii: Specifications Lot 6

INTERVENTION A4 - ELECTRICAL EQUIPMENT REPLACEMENT It needs to dismantle existing electrical equipment and to assemble the new one according to the following activities: - dismantling of the existing electrical equipment; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of the new electrical elements and other related materials and equipment; - assembling and installation of the new electrical elements; - verifications after execution in accordance to the design. The new road illumination main elements will be composed by the following primary elements: Polestar Pole: Cylindrical-conical pole model POLESTAR which has the cylindrical section at the base with a length of not less than 2300 mm. The poles are derived from an ERW normalized pipe suitable for hot-rolling which is made of killed steel of the S275JR type according to the EN 10025 standard. On the pole are forecast all the following workings: _ Cable input slot 186 x 46 mm; _ Junction box slot 186 x 46 mm suitable for a steel door of flush pole type, complete with antivandalism closing; _ Earthing supports device and the electrical equipment located inside the slot; _ Junction box model Conchiglia MVE 416/1 or similar; _ An aluminium sphere 76 mm is installed on the pole top (on request). The above mentioned lighting pole has 12 mt above ground level for what concerns this bridge. Bracket Miletus 200: MILETUS decorative system according is characterized by a special bracket supporting the lighting body: _ Central node made of steel S235 JR; _ Multiple arms options (up to six arms); _ Implemented with circular section pipes made of steel S235 JR, calenderer and welded; _ Extending lighting body mount tang 60; _ Hanging lighting body mount option with sleeve PG 34 female; _ The pole-bracket coupling is assured through an appropriate system of threaded seats and special security dowels made of stainless steel; _ Main bearing pipe 76 made of steel S235 JR; _ Bolts and nuts made of stainless steel; _ Coupling to poles whose top shell terminates in 76 after undergoing the necessary presetting workings. 490

Part 2 Section VI.ii: Specifications Lot 6

Luminaire Origia 800 250W: Luminarie with a simple and versatile line, suitable for all kind of streets and urban scenarios: _ joint and frame in aluminium cast; _ turned aluminium cap, 20/10 thick; _ reector in high grade aluminium bright nished 1 mm thick; _ ampholder xed to the cap made of self-extinguishing insulating material with high thermomechanical qualities; _access to the optic group by means of three set screw at 120 operating on a quarter of turn; _ closing tempered at glass 5 mm thick; _ transparent methacrylate bowl (only for pendant xture); _ lampholder E27 / E40; _ PG 34 male adapter for pendant xture; _side mounting joint 65 mm with four set screw 8 MA; _ pole-top mounting plate; _laying mounting. An exterior architectural lighting system has been designed for bridge 6: PROJECTORS WITH ROTOSYMMETRIC LIGHT WITH METAL HALIDE 70W LAMPS

. Voltage: 230 V - 50 Hz . Power factor: cos . Insulation class: II . Maximum surface to be exposed to wind: frontal- 0.075 m2, lateral- 0.068 m2 . Protection level: IP66 . Maximum weight: 7 kg (wired), 6 kg (empty fixture) . Cable gland: N 1 M20 nickeled brass cable gland for watertight box . Fixing system: Sand blasted stainless steel 316 bracket, with the possibility to regulate the floodlight in three different positions . Installation height: Universal . Optics: Rotosymmetric narrow beam 12 mm cables . Electrical accessories compartment: Available both internal and external with separate 0.95

MICRO PROJECTORS LED 6W WITH ROTOSYMMETRIC LIGHT

TECHNICAL FEATURES: . Voltage: 230 V - 50 Hz . Power factor: cos 0.95 491

Part 2 Section VI.ii: Specifications Lot 6

. Insulation class: III . Maximum surface to be exposed to wind: 0.005 m2 . Protection level: IP67 . Maximum weight: 0.35 Kg . Electrical accessories : External electronical driver . Fastening system: Hole in the bracket for fastening through M5 screw or screw anchor . Installation height: Universal . Optics: Available in 5 versions: single light blade, double light blade, large beam "wall washer", rotosymmetric spot, frosted spot rotosymmetric . Power: 6 W 6

INTERVENTION B1 ROADWAY PAVEMENT AND WATERPROOFING REPLACEMENT

GENERALITIES This chapter contains the general technical conditions to be fulfilled in the execution of bituminous road coverings type cast asphalt - for the carriage way of bridges. This intervention will be applied on the whole bridge in accordance with design drawings and is due to the very bad conditions of present bituminous conglomerate pavements. The pavement execution covers the following activities: - scarifying and removing the existing bituminous surface; - loading and transport of the material resulting from the demolition to an approved dump area; - cleaning and removal of any loose material from the concrete surface by sand blasting; - procurement, transport, storage and handling of all related materials and equipment; - execution of the leveling and slope concrete; - waterproofing execution including a bituminous priming layer; - performance of the in situ adherence tests of the membrane, at the required frequency; - assuring water tightness in correspondence of the waterproofing edges using specific elastic materials; - laying 60 mm thick protective course including surface preparation applying primer coat with bitumen emulsion; - laying 40 mm thick wearing course including surface preparation applying primer coat with bitumen emulsion; - verifications after execution in accordance to the design. The new bridge pavement, which is 11 cm thick, should consist of a wearing course (4 cm), a protective course or binder (6 cm) and a sealing course (1 cm). The protective and wearing course are made of asphalt. The sealing course is made from 2 layers of modified bitumen and a polyester layer 200 gr/sqm.

492

Part 2 Section VI.ii: Specifications Lot 6

The conglomerate for both the layers will be constituted by a mixture of rubbles, grits, sands and additives according to the definitions brought in the Art. 1 of the italian norms C.N.R., issue n. 4/1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions"), mixed with hot bitumen, and will be extended in work through a paving machine and compacted with gummed and smooth rolls. The transversal and longitudinal profile of the roadway on the bridge shall observe the design. This type of pavement is hot mix of natural aggregates, filler and non-paraffinous bitumen for roads, and must observe the conditions of following standards: _ EN 12697 - Bituminous mixtures. Test methods for hot mix asphalt _ EN 13108 - Bituminous mixtures. Material specifications _ EN 13055 - Lightweight aggregates _ EN 13043 - Aggregates for bituminous mixtures _ CNR 4 / 1953 - Norms for the acceptance of the rubbles, grits, sands and additives for road constructions _ CNR 68 / 1978 - Norms for the acceptance of the roadway bitumen. Characteristics for the acceptance.

AGGREGATES The collecting of aggregates samples, for the control of the requisite of acceptance, will be effected according to the norms C.N.R., Chapter II of the issue 4/1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions"). For the samples collection destined to the control tests of the requisites of acceptance, as for the formalities of execution of the tests themselves, the contained prescriptions are worth in the issue n. 4 of the Norms C.N.R. 1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions "), with the prudence that the test for the determination of the loss in weight will be made with the method Los Angeles. The large aggregates must be obtained for shattering and being constituted by healthy, hard and durable elements, with live edges, rough surface, clean from dust or from inappropriate materials. The large aggregates must answer to the followings requisite: - Protection Course (BINDER): Reduction of weight from Los Angeles Test according to ASTM C 131 - AASHO T 96, must be less than 25% (C.N.R. 34-1973); Voids content, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions), must be less than 0,80; imbibition coefficient, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) must be less than 0,015 (C.N.R. 137-1992);

493

Part 2 Section VI.ii: Specifications Lot 6

not absorbent material, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions).

In the case that the binder is expected to be subjected to the traffic in damp or winter periods, the loss in weight for shaking will be limited to the 0,5%. - Wearing course: Reduction of weight from Los Angeles Test according to ASTM C 131 - AASHO T 96, must be less than 20% (C.N.R. 34-1973); - at least a 30% in weight of the material of the whole mixture must be originate from shattering of rocks that introduces a coefficient of smaller shattering of 100 and compression resistance not inferior to 140 N/mm2s, as well as minimum wearing resistance of 0,6; Voids content, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions), must be less than 0,85; imbibition coefficient, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) must be less than 0,015 (C.N.R. 137-1992); not absorbent material, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) with limitation for the loss in weight to the 0,5%. The fine aggregate portion of the mixture may contain percentages of natural sand or obtained by crushing according to Art. 5 of the norms C.N.R. issue n. 4 of 1953,in detail: Sand equivalent, from AASHO T 176 test, (according to C.N.R. B.U. n. 27 del 30-31972) must be not inferior to 55%; not absorbent material, according to C.N.R., issue n. 4/1953- (Norms for the acceptance of the rubbles, grits, sands and additives for road constructions) with the limitation for the large aggregates. Mineral Fillers will be constituted preferably by dust of calcareous rocks or from cement, hydrated mortar, hydraulic mortar, dusts of asphalt and they will have to result passing to the sieve n. 30 ASTMs and for at least 65% to the sieve n. 200 ASTMs. For the wearing layer, , the filler can be constituted by asphaltic rock dust containing asfaltica 6 - 8% of bitumen with penetration Dow to 25C inferior to 150 dmm.

BITUMEN Must be used semi-solid bitumen for road use with the suitable characteristics in the following table, employed for the confection of bituminous conglomerates. They are denominated "A" and "B" The following table refers to the base product as it leaves the cisterns.

494

Part 2 Section VI.ii: Specifications Lot 6

For all the works will always be used the bitumen type "A", excepted particular cases in which the can be employed bitumen type "B" (coldest Regions, north or highest zones) always after authorization of the Employer.

BASE BITUMENS TABLE CHARATTERISTICHS: Penetration a 25C/298K, 100g, 5s Softening Point Penetration Indice Fraass Breaking Point, min. Ductility at 25C/298K, min. Solubility, min. Volatility T = 163C / 436K, max. Paraffin content, max.

UNITS 0,1 mm C/K

BITUMEN A BITUMEN B VALUE VALUE 65 85 48-54/321-327 -1 / +1 85 105 47-52/320-325 -1 / +1 -9 / 264 100 99 +/- 1 3 150 - 250

C/K cm % % %

-8 / 265 90 99 +/- 0,5 3 220 - 400

Dynamic viscosity at T = 60C / 333K, Pa.s velocity gradient = 1 s 1 Dynamic viscosity at T = 160C / 433K, Pa.s velocity gradient = 1 s 1 After RTFOT (Rolling Thin Film Overt Test) Dynamic viscosity at T = 60C / 333K, velocity Pa.s gradient = 1 s 1 Residual penetration at 25C/298K, 100g, 5s Increase in softening point % C/K

0,4 0,8

0,2 0,6

700 - 800

500 - 700

70 +8 / 281

75 + 10 / 283

MIXTURES 6) Protective Course (binder). The mix formula of the natural aggregates and filler must be contained on the following allowing conditions: U.N.I Sieve Series Sieve 25 Sieve 15 Sieve 10 Sieve 5 Sieve 2 Sieve 0,4 Sieve 0,18 Sieve 0,075 Passing: % total weight 100 65 100 50 80 30 60 20 45 7 25 5 15 4 8

The bitumen content (%) of the mixture mass must be contained between 4,5% and 5,5%. 495

Part 2 Section VI.ii: Specifications Lot 6

The mixture must respect the following conditions: Marshall stability, performed at 60C must be not inferior to 900 Kg. Marshall rigidity must be superior to 300 (C.N.R 30-1973). The same samples used for Marshall stability test must present a percentage of voids content contained between 3 and 7%.

2) Wearing Course. The mix formula of the natural aggregates and filler must be contained on the following allowing conditions:

U.N.I Sieve Series

Passing: % total weight Curve type A

Passing: % total weight Curve type B

Sieve Sieve Sieve Sieve Sieve Sieve Sieve Sieve

20 15 10 5 2 0,4 0,18 0,075

100 90 100 70 90 40 55 25 38 11 20 8 15 6 10

-100 70 90 40 60 25 38 11 20 8 15 6 10

Type A bitumen content must be contained between 4,5% and 6% respect to aggregates total weight(C.N.R. 38-1973). Type A curve is valid for wearing courses with a thickness contained between 4 and 6 cm. The mixture must respect the following conditions: f) _ High mechanic resistance and flexibility. _ Marshall stability(C.N.R. 30-1973), performed at 60C must be not inferior to 1000 Kg. _ Marshall rigidity must be superior to 300 (C.N.R 30-1973). _ The same samples used for Marshall stability test must present a percentage of voids content contained between 3 and 6%. b) High resistance to surface wearing; c ) Sufficient surface roughness; d) 8%. High compactness: the final residual voids volume must be contained between 4% and

496

Part 2 Section VI.ii: Specifications Lot 6

WORKS CONTROL AND ACCEPTANCE The control of the materials for the asphalt mixtures shall be made as provided by the respective standards. SPECIFICATIONS FOR THE EXECUTIONS The support layer shall be finished depending on its type, namely: the support of concrete shall be leveled by a cement mortar rendering. After drying, the surface shall be primed by cationic bituminous emulsion with quick breaking. The mixtures shall be rolled after the priming of the waterproofing course with bituminous emulsion. ADHESION ACTIVES On the confection of the asphalt mixtures for the different layers (protection and wearing course) must be used special chemical additives in favor of the bitumen - aggregate adhesion, constituted from ammine and alchilammid - poliammine obtained from reaction between poliammine and fatty acids C16 e C18. DRAINING ASPHALT WEARING COURSE This bituminous mixture for draining wearing course is constituted from a mixture of rubbles, sands and additives hot confectioned with modified bitumen. The scope of this mixture is: - Improve adherence in case of raining; - abatement of the traffic noise (phono-absorbent).

IV.5.8.1 AGGREGATES The aggregates must respond to the requisites of acceptance above illustrated , according to the norms C.N.R., Chapter II of the issue 4/1953 - ("Norms for the acceptance of the rubbles, grits, sands and additives for road constructions"), with the following exceptions: _ water solubility absorption coefficient not inferior to 0.44; _ the crushed sand percentage not inferior to 80% of the sand mixture.

IV.5.8.2 BITUMEN This bitumen must be of modified type with the following characteristics: Bitumen type E : bitumen type B + 2% low density polyethylene + 6% styrene butiadene

CHARACTERISTICS Penetration a 25C/298K, 100g, 5s Softening Point

UNITS 0,1 mm K

VALUE (x) 35 - 45 333+343

497

Part 2 Section VI.ii: Specifications Lot 6

Penetration Indice Fraass Breaking Point, min. Dynamic viscosity at T = 80C / 353K, velocity gradient = 1 s 1 Dynamic viscosity at T = 160C / 433K, velocity gradient = 1 s 1 Pa.s K Pa.s

+1/ +3 261 180 450

0,2 2

Bitumen type F : bitumen type B + 6% polyethylene (o 6% ethylene vinyl acetate + 2% polymers) + 2% styrene butiadene

CHARACTERISTICS Penetration a 25C/298K, 100g, 5s Softening Point Penetration Indice Fraass Breaking Point, min.. Dynamic viscosity at T = 80C / 353K, velocity gradient = 1 s 1 Dynamic viscosity at T = 160C / 433K, velocity gradient = 1 s 1

UNITS 0,1 mm K

VALUE (x) 50 - 70 328-343 +1/ +3

K Pa.s

261 180 450

Pa.s

0,2 1.8

IV.5.8.3 MIXTURES They are predictable three types of mixtures, respectively: "granular", intermediary" and "monogranular", that must have a granulometric composition in the curve as following: Passing: % total weight U.N.I Sieve Series Curve A Granular Sieve Sieve Sieve l0 Sieve Sieve - 12 Sieve 0 - 10 Sieve 0- 8 0,18 0-8 0-8 0,4 0 10 0 - 10 15 - 35 5 5 20 2 0 - 12 20 15 Curve B Intermediary 100 80 - 100 35 - 50 10 - 25 0 -12 Curve C Monogranular, 100 100 90 - 100 85 - 100 5 - 20 0 100

498

Part 2 Section VI.ii: Specifications Lot 6

Sieve

0,075

0-6

0-6

0- 6

The bitumen content (%) of the mixture mass must be contained between 5% and 6,5%.

The performance characteristic of every type of mixture are the followings:

- optimal draining: - high draining: - good draining:

mixture granular mixture intermediary mixture monogranular

(curve A) (curve B) (curve C)

The both three mixtures favor an elevated abatement of the traffic noise; the Employer must verify that capacity through the control of the mixtures themselves, applying the static waves method with the defined standard equipment "pipe of Kundt" on samples of l0 cm diameter collected in site. These samples must be collected and verified after 150 days of the pavement laying. In this case the phono-absorption coefficient "" under conditions of normal incidence must be: Frequency (Hz) Phono-absorption coefficient ()

400 630 800 1600 2000 2500

> 0,15 > 0,30 > 0,15

With a grazing incidence of 300 the values of must be:

Frequency (Hz) 400 - 630 800 - 1250 1600 - 2500

Phono-absorption coefficient () > 0,25 > 0,50 > 0,25

The mixture must respect the following conditions: _ Marshall stability(C.N.R. 30-1973), performed at 60C must be not inferior to 500 Kg for A curve and not inferior to 600 Kg for B and C curves. _ Marshall rigidity must be superior to 200 (C.N.R 30-1973) for A curve and superior to 250 Kg for B and C curves. _ The same samples used for Marshall stability test must present a percentage of voids content (CNR 39 - 73) contained between: mixture granular, mixture intermediary (curve A) (curve B) 16% - 18% 14% - 16% 499

Part 2 Section VI.ii: Specifications Lot 6

mixture monogranular

(curve C)

12% - 14%

The Employer him should check the mixture through the determination of the indirect traction resistance and of the ultimate deformation ("Brazilian" test) (CNR 97 - 1984). The relative values, for the three types of mixture must be contained in the limits as the following table: Test Temperature
2

283 K

298 K

313 K

Indirect traction resistance (N/mm ) Indirect traction coefficient (N/mm )


2

0.70 1.10 55

0.25 0.42 22

0.12 0.20 12

IV.5.8.4 SPECIFICATIONS FOR THE EXECUTIONS The compaction temperature must be included between 413 and 423 Ks for the mixtures performed with type "E" bitumen. At the compaction end, the draining wearing layer must have a uniform weight of volume in the whole thickness, not inferior to 96% of that Marshall performed before. Such verification must be performed with daily frequency according to the norm (CNR 40 1973) and will be determined on samples of 20 cm diameter. The permeability coefficient at constant load (Kv in cm/s) determinated on laboratory on samples of 20 cm diameter collected in site must be not inferior to: Kv = 15*1,0-2 cm/s (arithmetic average of 3 results).

The draining capacity performed in site and measured on an area of 154 cm2s and with a pavement thickness between the 4 and 5 cm must be greater of 12 dm3/min for the mixture of the "A" curve and greater of 8 dm3/min for the mixtures of the "B" and "C" curves. The surface must be perfectly cleaned. HORIZONTAL MARKING Taking into account that the bridge is a small part of a road, the horizontal marking will be executed as to complain with roads horizontal marking, following the same specifications of the markig applied on road, as per norms in force and as per Beneficiary requirements. WATER PROOFING Waterproofing must achieve the following : to stop the access of water in the construction units to collect and remove the infiltrated water through the asphaltic lining and waterproofing cover and to lead it to the water outlet devices

500

Part 2 Section VI.ii: Specifications Lot 6

Generally, bridges waterproofing consists of : the waterproof blanket continually performed on the whole surface of the construction unit and its connection to that element. the waterproofing layers must be connected to the outlet nozzles and to the expansion joints. The functionalities of some layers can be merged in various solutions of the specialized firms of waterproofing. The waterproofing may consists of : liquid foil, fast hardening waterproofing membrane by spraying by hot sticking of the membranes with bitumen solution by cold sticking with synthetic resin self-sticking membranes sticking by membrane overheating masons brush or brush laying

The laying technology may be : -

The physical-mechanical conditions should be assured in any of the technological variants. The term waterproofing layer as used herein after refers to all the component coats, namely : the levelling layer, priming, principal base waterproofing layer and protection cover. The waterproofing layer should be guaranteed 8 years at least at normal bridge, pass or viaduct usage. During this period, of time the guarantor should carry out - on its expenses - the repairing or changing the waterproofing layer, the remedial works of the damages produced by water infiltration into the structure. The materials used in the waterproofing layer must be sound and chemically passive. The waterproofing layer must be also executed on bridges in use, repairing a half of the carriageway the other half being used for traffic, the joining of the waterproofing layers in the bridge longitudinal axis must be made so that the technical features to be assured. The waterproofing layer must support the low speed transport and asphalt coat laying means on bridges, passes or viaducts. The waterproofing layer must assure the adhesion stickiness of the asphaltic coat on its top layer: ultimate strength elongation at break static boring perforating resi stance European Norm L4 250 N on the 10 mm diameter ball stretch adhesion N/mmp flexibility on 50 mm diameter bolt water absorption in 24 hours max. temperature for physical stability Min. 0,5 without cracks at - 100 C 0,5 % 800 N/5 cm min 20 %

501

Part 2 Section VI.ii: Specifications Lot 6


0

of a membrane features

120 C 1800 C 20 C + 70 C + 50 C + 300 C


0 0

temperature of the poured asphalt coat without modifying the physical- mechanical temperature field in current usage temperature field of the environment where the waterproofing layer is laid

The top layer of the waterproofing should be chemically compatible with the components of the asphalt in order to avoid the waterproofing attacking. It is proposed an waterproofing with 2 layers of modified bitumen reinforced with a polyester layer 200 gr/sqm.

INTERVENTION B2 ROADWAY SUPERFICIAL DRAINAGE REHABILITATION This item covers the substitution of the existent drain pipes and grids: - removal of the existing damaged drain pipes and/or related grids; - loading and transport of the removal material to an approved dump area; - procurement, transport, storage and handling of necessary materials and equipment; - installation of the new drain pipes and/or related grids; - finishing works to ensure waterproofing; - verifications after execution in accordance to the design. The pvc pipes supplied should be in accordance with EN 1401. The grids supplied should be in accordance with EN 124.

INTERVENTION B3 WALKWAY PAVEMENT REPLACEMENT

The item covers the following activities: - scarifying and removing the existing surface; - loading and transport of the material resulting from the demolition to an approved dump area; - cleaning and removal of any loose material from the concrete surface by sand blasting; - procurement, transport, storage and handling of all related materials and equipment; - waterproofing execution including a bituminous priming layer; - performance of the in situ adherence tests of the membrane, at the required frequency; - execution of the concrete base; - assuring water tightness in correspondence of the waterproofing edges using specific elastic materials; - laying 20 mm thick wearing course including surface preparation applying primer coat with bitumen emulsion - verifications after execution in accordance to the design.

502

Part 2 Section VI.ii: Specifications Lot 6

The new bridge walkway pavement, should consist of a wearing course (2 cm) executed above of the walkway concrete at least with 35MPa Rck and Feb44k steel and of the sealing course (1cm). The asphalt courses and the waterproofing protection system are specified on IV.5 Intervention B1 roadway pavement and waterproofing replacement.

INTERVENTION B4 EXPANSION JOINTS REPLACEMENT GENERALITIES This item covers the following activities: - removal of the existing expansion joints; - loading and transport of the removal material to an approved dump area; - procurement, transport and handling of the expansion joint devices and the necessary materials; - formworks manufacturing, installation and dismantling; - reinforcement steel bars manufacturing and installation; - concrete production, transport and casting; - concrete quality control; - concrete protection during the curing period; - expansion joints installation in accordance with the supplier technical documentation; - control of the expansion joint positioning in respect to the design.

This intervention includes two different types of expansion joints: _ RAN 50 type or with equivalent characteristics; _ GP 50 type or with equivalent characteristics; _ GP 150 type or with equivalent characteristics. The devices for the expansion joints covering used on road bridges shall assure : the free movement of the decks ends in the joints the continuity of the carriageway on the expansion joints zone tightness at leaking and water infiltration

Tight devices are to be used to satisfy these requirements. Generally the components of the devices for covering the expansion joints are : elastomeric elements that assure the movement metallic support elements, fixed on structures special concrete in the metallic parts fixing zone special mortar for tightening rubber bands for collecting and removing the infiltration water.

According to the type of the device, the functions of some elements can be cumulated. The devices for covering the expansion joints are laid on new bridges or on bridges in usage; specific methods of fixing for any case being specified. 503

Part 2 Section VI.ii: Specifications Lot 6

In case of bridges in usage, the device should permit works on half of the carriageway, the other half being used for traffic, without modifying the technical characteristics of the expansion joint device. The term device for covering the expansion joints herein - after device contains all the component elements, namely: concrete where the metallic elements are fixed fixing metallic elements elastomeric elements rubber tightening element special mortar for tightening the elastomeric element

INTERVENTIONS C1 - DECK SLAB REPAIR

GENERALITIES The following activities will be covered: - Sounding of concrete to locate areas of delamination; - preparation and cleaning of surface by means of sand blasting and water washing and/or concrete removal by means of hydrodemolition; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of all related materials and equipment; - epoxy and polyurethane compounds application; - application of a corrosion inhibitor and a cementitious mortar where concrete is removed; - verifications after execution in accordance to the design; These interventions can be divided in 2 different work sequences in accordance with the type and location of the deterioration. Therefore, when efflorescence, low corrosion and spalling are founded, the following work steps may be implemented: 1 - Sounding of concrete to locate areas of deterioration (spalling, honeycomb, corrosion); 2 - Concrete sand blast cleaning to prepare the surface for receiving protective materials; 3 - Concrete water washing with 1500 psi of pressure to remove oils, grease or other substances; 4 - Application of an epoxy resin primer coat like MASTERSEAL PRIMER PU from BASF or similar; 5 - Application of a polyurethane resin protective coat like MASTERSEAL FORMULA PU from BASF or similar. Differently, when the concrete surface present honeycomb and high corrosion and spalling, the following work steps may be implemented:

504

Part 2 Section VI.ii: Specifications Lot 6

1 - Sounding of concrete to locate areas of deterioration (spalling, honeycomb, corrosion); 2 - Hydrodemolition of damaged concrete with 30000 psi of pressure and concrete removal of 4 cm, being attention with reinforcing steel; 3 - Concrete water washing with 1500 psi of pressure to remove oils, grease or other substances; 4 - Application of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP from BASF or similar; 5 - Application of a thixotropic cementitious mortar with restrained expansion, fiber-reinforced with flexible inorganic fibres, like EMACO FORMULA TIXOFIBER from BASF or similar; 6 - Application of an epoxy resin primer coat like MASTERSEAL PRIMER PU from BASF or similar; 7 - Application of a polyurethane resin protective coat like MASTERSEAL FORMULA PU from BASF or similar. MATERIALS The designed products are described as follows:

IV.9.2.1 MASTERSEAL PRIMER PU Is a solvent-borne two-pack epoxy resin with low viscosity acting as primer for the elastomeric polyurethane coating MASTERSEAL FORMULA PU and as curing agent for the mortars of the EMACO FORMULA range. Storage MASTERSEAL PRIMER PU must be stored in a sheltered dry place at a temperature between +5C and +35C inclusive. Temperature Application may be at an ambient temperature anywhere between +5C and +40C. Application at lower temperatures is inadvisable because the product would dry very slowly. Preparation of the substrate and recoating Using the product ONLY as PRIMER on fully cured concrete or repair mortar: prior to applying the primer it is indispensable to check the concrete surfaces for damage or contamination by oils, grease or other substances. Any loose, damaged or contaminated concrete must be removed and then the surface made good using products from the EMACO FORMULA range. The primer MASTERSEAL PRIMER PU must be applied on sanded surfaces (this does not apply to areas repaired with EMACO products), which have been cleaned and freed of dust using compressed air. After application of the primer it is necessary to wait at least 6 hours up to a maximum of 48 hours, in standard environmental conditions (20C, 65 % r.h.) before proceeding with application of the finish MASTERSEAL FORMULA PU. - Using the product as CURING AGENT and PRIMER on freshly applied EMACO FORMULA repair mortars: the substrate consists of fresh EMACO FORMULA mortar and it is necessary

505

Part 2 Section VI.ii: Specifications Lot 6

to wait approx. 30 minutes after completion of the float finish and in this case MASTERSEAL PRIMER PU will act initially as curing agent and then as primer. MASTERSEAL PRIMER PU must be applied in a single coat over EMACO repair products, having waited at least 30 minutes after completing the float finish of the EMACO mortar. In conditions of low temperature and high relative humidity it is advisable to wait for a longer minimum time (approx. 60 minutes). So that the product dries properly before being recoated with the finish MASTERSEAL FORMULA PU, it is necessary to wait at least 5 days in excellent environmental conditions (20C, 65% r.h.). Always in these conditions, do not exceed 10 days for hardening or setting before applying the finish. Application Stir the 2 parts separately, then pour part B (hardener) into part A (base) and use a lowspeed mechanical mixer to obtain a smooth mix. The product must not be diluted; it may be applied by spraying or by roller (for limited areas).

Airless spray equipment

MASTERSEAL PRIMER PU application data

IV.9.2.2 MASTERSEAL FORMULA PU Is a two-pack elastic solvent-borne polyurethane resin with high solids content by volume, forms a film coating with satin finish having a crack bridging ability and high protective capacity against agents that cause damage to reinforced concrete. Performance Performance is referred to a dry film thickness of 200 m (micron)

506

Part 2 Section VI.ii: Specifications Lot 6

Storage MASTERSEAL FORMULA PU must be stored in a sheltered, dry place at a temperature between +5C and +35C inclusive. Preparation of the substrate - If the reinforced concrete structures only need protecting, prior to applying the primer it is indispensable to check the concrete surfaces for damage or contamination by oils, grease or other substances. Any loose, damaged or contaminated concrete must be removed and then the surface made good using products from the EMACO FORMULA range. The primer must be applied on sanded surfaces (this does not apply to areas repaired with EMACO products), which have been cleaned and freed of dust using compressed air. - If the concrete has been repaired and needs subsequent protection, the substrate consists of EMACO FORMULA fresh mortar and it is necessary to wait approx. 30 minutes after completion of the float finish before applying the MASTERSEAL PRIMER PU, which in this case will act initially as curing agent and then as primer. Temperature Application may be at an ambient temperature anywhere between +5C and +40C. Application at lower temperatures is inadvisable because the product would dry very slowly. Application Stir part A well in its can using a low-speed mechanical mixer; ensure that all of part B is emptied into part A and blend together for a couple of minutes, using the mechanical mixer, before application.

507

Part 2 Section VI.ii: Specifications Lot 6

The product may be applied by short pile roller or by spray. When using a hand roller, it is advisable to apply 2 successive coats at least 12-18 hours apart in excellent environmental conditions (20C and 65% r.h.). In airless spraying, the recommended dry thickness of 200-300 in a single coat. Airless spray equipment m (micron) may be applied

MASTERSEAL FORMULA PU application data

IV.9.2.3 EMACO NANOCONCRETE AP Is a single-pack light grey, polymer-modified cementitious primer containing corrosion inhibitors. Storage Store the product in a sheltered, dry place at a temperature anywhere between 5 and 30C, in the tightly closed original containers. Cleaning the rebars Once the rebars have been exposed they must have the rust removed by sanding or brushing with a metal brush. Temperature This product may be applied at an ambient temperature anywhere between +5C and +35C. Application Must be applied by brush immediately after having removed the rust. The first coat is applied over the whole length of the bar, using a stiff brush for a thickness of approx. 1mm and the second coat is applied as soon as the first is dry. Then wait for the inhibitor to have set sufficiently before carrying out the repair work.

IV.9.2.4 EMACO FORMULA TIXOFIBER Is a ready-mixed air-cured thixotropic cementitious mortar with restrained expansion that is resistant to environmental agents, contains polyacrylonitrile fibres and is reinforced with flexible and durable inorganic fibres. 508

Part 2 Section VI.ii: Specifications Lot 6

Performance The performances shown below are obtained with a consistency of 170-180 mm according to UNI EN 13395/1, in the absence of bleeding.

The reinforcement fibres have length 12mm, diameter 14 m, tensile strength 1700 MPa and modulus of elasticity 72000MPa. Storage Store the product in a sheltered, dry place at a temperature anywhere between 5 and 40C. Removal of the deteriorated concrete The engineer decides the thickness to be removed on the basis of the preliminary surveys aimed at identifying the state of preservation of the structure. Loose or contaminated concrete must be removed preferably by hydro demolition or, alternatively, by mechanical chipping using lightweight compressed air operated concrete breakers and taking all the necessary precautions to avoid damaging the structures. The surface of the concrete substrate must be macroscopically rough (surface irregularity approx. 5 mm deep to obtain maximum bond between the substrate and the repair material. The macroroughness is indispensable for the restrained expansion mechanism, which is essential for the success of cementitious mixes expanding in air. Cleaning the reinforcement rods The loose or contaminated concrete around the reinforcement rods must be removed. If the damaged or contaminated concrete has been removed by hydro demolition, this usually guarantees suitable cleaning also of the reinforcement rods. Placing additional structural reinforcement Whenever it is necessary to add new reinforcement rods for structural reasons, a layer of 2 cm concrete must cover the rods. 509

Part 2 Section VI.ii: Specifications Lot 6

Cleaning and saturation of the concrete The concrete substrate must be cleaned and saturated using water under pressure (80100 atm and warm water in winter). This is indispensable to prevent the concrete substrate taking water from the mix. Incomplete saturation would cause loss of adherence and cracking of the added material. The use of water under pressure also ensures effective cleaning of the surface by removing dust and small loose particles that may still be present after the concrete has been scarified. Cleaning and saturation of the surfaces are essential to obtain high values of adherence between the substrate and the applied material. Application Must be applied onto macroscopically roughened but cohesive surfaces that have been cleaned and satured with water. In the case of extensive surfaces, the product may applied for a thickness from 1 to 5 cm in a single layer using screw or piston sprayers. During the interruptions in spraying, it is necessary to thoroughly clean the tubes and the pump itself using water under pressure and a soft tube-cleaning rubber ball.

INTERVENTION D1 PAINTING OF STEEL STRUCTURES GENERALITIES This intervention will be applied on whole steel bridge in accordance with design drawings. INTERVENTION SEQUENCE: 1- Surface preparation: 30000 psi in all surface; 2- Coating program: application of epoxy zinc-rich primer, an epoxy intermediate and power tool cleaning to bare metal SSPC-SP11 in areas

demonstrating a higher tendency to corrode and high pressure waterjetting SSPC-SP12

polyurethane finish coats using airless spray.

SURFACE PREPARATION Power Tool Cleaning to Bare Metal SSPC-SP11: It produces a greater degree of cleaning than SSPC-SP3 and may be considered for coatings requiring a bare metal substrate. This method produces surfaces that "look" like near white or commercial blast. Examples of circumstances where this specification may be applied are: _ Touch-up of welded or damaged areas of erection assemblies; _ Reducing volume of hazardous waste produced by abrasive blasting; _ Cleaning around sensitive equipment or machinery. High Pressure (30000 psi) Waterjetting SSPC-SP12 :

510

Part 2 Section VI.ii: Specifications Lot 6

Generally used in maintenance cleaning of previosly painted surfaces. Waterjetting opens the profile under the existing paint or rust and removes the detritus. The key to cleaning by water is to get the energy of pressurized water transferred to the substrate efficiently.

COATING PROGRAM Primer - Intercure 200 HS: A two component, high solids, low VOC, epoxy zinc phosphate/ micaceous iron oxide primer offering excellent barrier protection, low temperature cure and rapid overcoating properties. Intercure 200 HS is preferred for use with systems for chemical environments where zinc based materials can be subject to attack in both acid and alkaline conditions. Recommended Thickness: 80 microns

Intermediate Coat - Intercure 420 HS: A two component, high solids, low VOC, epoxy micaceous iron oxide intermediate coating offering excellent barrier protection, low temperature cure and rapid overcoating properties. The incorporation of plate-like micaceous iron oxide pigment, both increases the barrier effect and improves long term overcoating properties of the system. Recommended Thickness: 100 microns Finish Coat - Interthane 990: A two component acrylic polyurethane finish giving durability and long term recoatability. Level of sheen and surface finish is dependent on application method. Avoid using a mixture of application methods whenever possible. Best results in terms of gloss and appearance will always be obtained with conventional airless spray application. Recommended Thickness: 60 microns Both products have been approved by International Protective Coatings.

APPLICATION TECHNIQUES Bridge coatings can be sprayed, brushed, or rolled onto the steel, depending upon the requirements of the particular job. The majority of coatings are applied using airless spray. However, in many cases where nearby traffic or facilities may be impacted by overspray, the agency may restrict the use of spray equipment, and brushing or rolling will be required. With the use of containment on all cleaning jobs, often the specification will call for the containment to remain in place for spraying the primer. The containment can then be moved and the final coats brushed or rolled. There has been a renewed emphasis on stripe painting techniques for complex bridge surfaces. Most striping is specified as hand striping using only a brush. Stripe painting is

511

Part 2 Section VI.ii: Specifications Lot 6

considered good painting practice for slower drying coatings. These coatings tend to thin at edges and acute angles due to the surface tension of the wet-applied paint film. Often, this phenomenon has caused paints to fail prematurely on edges of flanges and fasteners. Stripe coating these areas will ensure proper paint film build and should alleviate this potential problem.

INTERVENTION WORK D4/2 SUBSTITUTION OF INSPECTION GANTRY AND RAILS The item covers the following activities: - removal of the existing inspection gantry or/and rails; - loading and transport of the material resulting from the demolition to an approved dump area. - procurement, transport, storage and handling of related materials and equipment; - assembling and installation of the new inspection gantry supported by 4 electric trolleys; - rust protective coat painting; - painting in two layers using airless spray; - verifications after execution in accordance to the design. The gantry is designed by the following materials: STEEL (STRUCTURES) S 355 K2G3/G4 (Notch impact test T = -20 C, J = 40)

f y 355
Characteristic yield stress Characteristic breaking stress Design stress Youngs modulus Coefficient of expansion Poissons coefficient

N mm 2 N f t 510 mm 2 fd f y / M

E = 210000 N/mm 1,2 x 10-5 /C = 0.3

INTERVENTION E4 REHABILITATION OF STORM WATER COLLECTING SYSTEM The item covers the following activities: - procurement, transport and handling of the necessary materials; - soil excavation; - ballast layer, including material, transport spreading and compaction; - concrete preparation, transport and casting; - execution of the storm water collecting system foundation; - precast elements assembling; - mortar preparation, transport and handling; - filling the prefabricates joints;

512

Part 2 Section VI.ii: Specifications Lot 6

- verifications after execution in accordance to the design.

INTERVENTION E5 RIVER BANK IMPROVEMENT Is necessary to avoid further increase of this erosive phenomenon. This item covers the following activities: - procurement, transport, storage and handling of necessary materials and equipment; - land cleaning of bushes and shrubs; - soil leveling; - loading and transport of the discard materials to the approved storage yards; - placement of rocks as protection of basement in artificial cuts made to profile the river banks; - laying of river gabion mattresses made of hexagonal double twisted wire mesh filled with stones. The woven steel wire used to manufacture the mattress is heavily zinc-coated soft temper steel; - casting of lean concrete layer; - finishing works, check after execution in accordance to the design.

513

Part 2 Section VI.ii: Specifications Lot 6

Section 4 Table of Content I. I.1 I.2 SUMMARY GENERALITIES DESIGN PRINCIPLES I.2.1 FREE SPACES ON AND UNDER THE BRIDGE I.2.2 LOADS I.3 GENERAL SPECIFICATION FOR THE EXECUTION I.4 GENERAL PROVISIONS CONCERNING THE ACCEPTANCE I.5 GENERAL PROVISIONS CONCERNING THE SERVICE AND THE MAINTENANCE OF THE STRUCTURES II. REFERENCE NORMATIVES III. BRIDGE GEOMETRIC CHARACTERISTICS IV. BRIDGE INTERVENTIONS WORKS AND MATERIALS IV.1 SUMMARY IV.2 INTERVENTION A1 PAINTING OF PEDESTRIAN PARAPET IV.2.1 GENERALITIES IV.2.2 SURFACE PREPARATION IV.2.3 COATING PROGRAM IV.2.4 APPLICATION TECHNIQUES IV.3 INTERVENTION A3 GUARD RAIL REPLACEMENT IV.4 INTERVENTION A4 - ELECTRICAL EQUIPMENT REPLACEMENT IV.5 INTERVENTION B3 WALKWAY PAVEMENT REPLACEMENT IV.6 INTERVENTIONS C1 - DECK SLAB REPAIR and C4 - PIERS CONCRETE REPAIR IV.6.1 GENERALITIES IV.6.2 MATERIALS IV.7 INTERVENTION D1 PAINTING OF STEEL STRUCTURES IV.7.1 GENERALITIES IV.7.2 SURFACE PREPARATION IV.7.3 COATING PROGRAM IV.7.4 APPLICATION TECHNIQUES IV.8 INTERVENTION WORK D4 REHABILITATION OF INSPECTION GANTRY AND RAILS IV.9 INTERVENTION E3 CONE QUARTERS REHABILITATION

514

Part 2 Section VI.ii: Specifications Lot 6

SUMMARY

GENERALITIES The wider objective of this project is to complete maintenance and rehabilitation works on bridge 9 in Mangalia, Dobrogea area, in Romania. Generally speaking, the list of the rehabilitations works refers to: Restoring to a former state and/or capacity Improving serviceability (structural and/or functional) Strengthening

The purpose of these Technical Specifications is to describe, in a detailed way, the bridge geometric characteristics, the evaluated actions on this project, the intervention works to be executed and the related materials applied in the designed solutions to rehabilitation. All the designed materials are typological and dont express any kind of preference for any company eventually mentioned.

DESIGN PRINCIPLES The bridges, grade separation structures and viaducts are structural works. The conception of any resistance structure has to observe certain general principles, resulted from the practice, namely: practicality capacity of resistance economic efficiency aesthetics

Guided by these principles, the design of the bridge must accomplish its goal, that is to ensure the unhindered traffic of the vehicles across the obstacle. This means to achieve: the free passage spaces on and under the bridge, the proper rigidity of the structure in the limits of the permissible deformations, the best conditions of service and maintenance. The structures capacity of resistance must be obtained by reasonable dimensioning of the components. According to the principle of economic efficiency any structural work must be executed at a minimum cost. Depending on the layout (length and height of the obstacle, geotechnical conditions etc.) the economic efficiency can be achieved by establishing a proper length of the work an economical spans of the bridge. Hereafter, knowing the economical spans, the best method of construction may be selected, as well as the construction materials. A bridge or a viaduct, must have an aesthetic layout and has to be in harmony with the landscape. The design of the bridge must observe as much as possible all the hereinbefore shown principles, thus the best solution may be found only by analysis and comparison of several variants. 515

Part 2 Section VI.ii: Specifications Lot 6

The design of the bridges, grade separation structure and viaduct must observe the provisions hereinafter. FREE SPACES ON AND UNDER THE BRIDGE The length of the bridge and the underside or soffit level of the superstructure shall be established by a hydrological design, in accordance with the departmental norms M.T., Pod 95-71 Norms for the hydrological design of bridges and Pod 96-71 for culverts. In the case of navigable river or stream, the navigable span shall be also observed, especially for the max central span of the bridge. The height of platform and the size of the spans shall be fixed observing the min overall dimensions necessary for the crossing of railways (STAS 4392-84) or roads (STAS 2924-91). The height of platform, the width of the carriageway, of the bicycle path, and of the sidewalks shall be fixed in accordance with the provisions of STAS 2924-91, and depending on the technical class of the road. LOADS The structural design of the bridges must take in account all the loads that may occur, observing european standards (Structural Eurocodes) and the following romanian standards: STAS 10101/1-78: Actions in constructions. Technical weight and permanent loads STAS 10101/OB-87: Actions in constructions. Classification and groups railway and road bridges STAS 1545 89: Road and highway bridges.. Foot-bridges. Actions. STAS 3221 86:"Road bridges. Type trains charging classes" of actions for

GENERAL SPECIFICATION FOR THE EXECUTION The Contractor may begin the execution of a structure only after the award and ratification of the contract. The main documents, necessary for contractor to perform the works, are as follows: the plans of site and location, and general specifications; the geotechnical study providing the site conditions and the adequate procedure of foundation; working drawings for framework, reinforcement, etc, for all the components of the artwork; special technical specifications for the respective structure, if any; the schedule of the construction operations.

An authorized office or company shall make these documents for design and research. Taking in account the variety and the importance of the task, the Contractor has to prove that he possesses the experience and the know-how necessary to perform the respective work. The Contractor shall observe all the provisions of the contract, design and technical specifications. 516

Part 2 Section VI.ii: Specifications Lot 6

Also, the Contractor must take necessary steps for the protection of the environment. It is outlined that any change or adaptation of the project may be made only with approval of the Employer or/and of the Designer. All the state standards and norms in force shall be also observed in the execution (see in the annex a minimal list of them).

GENERAL PROVISIONS CONCERNING THE ACCEPTANCE In view to achieve the quality of the works the partial acceptances (for every stage of the works) and the final acceptance shall be made in accordance with the specifications drafted for the respective work. The general specifications presented hereby, shall be observed. The Employer shall organize the final acceptance in conformity with the regulations in force.

GENERAL PROVISIONS CONCERNING THE SERVICE AND THE MAINTENANCE OF THE STRUCTURES The project must include the constructive elements and solutions, necessary to ensure the access to substructure, bearings, superstructure for control and maintenance. For some particular works, a special design may be drafted, by request of the Employer, concerning the control and the maintenance of the aforesaid works. Beside these specifications, the provisions of the valid standards and norms shall be observed.

REFERENCE NORMATIVES European Codes

EN 1991 Eurocode 1 Basis of design and actions on structures EN 1992 Eurocode 2 Design of concrete structures EN 1993 Eurocode 3 Design of steel structures EN 1994 Eurocode 4 Design of composite steel and concrete structures EN 1997 Eurocode 7 Geotechnical design EN 1998 Eurocode 8 Design of structures for earthquake resistance EN 1337 Structural bearings - General design rules EN 10025 Hot rolled products of non-alloy structural steels - Technical delivery conditions

EN 10164 Steel products with improved deformation properties perpendicular to the surface of the product - Technical delivery conditions

ISO 12944-3 Paints and varnishes - Corrosion protection of steel structures by protective paint systems - Design considerations

517

Part 2 Section VI.ii: Specifications Lot 6

EURONORM 18 Taking and preparation of samples and sample sections of steel and steel products

EN 10113 Hot-rolled products with weldable fine grain structural steels EN 10137 Plates and wide flats made of high yield strength structural steels in the quenched and tempered or precipitation hardened conditions

EN 10155 Structural steels with improved atmospheric corrosion resistance Technical delivery conditions

EN 10210 Hot finished structural hollow of non-alloy and fine grain structural steels EN 10219 Cold formed hollow sections of structural steel EN 10204 Metallic products - Types of inspection documents EN 10029 Hot-rolled steel plates 3 mm thick or above - Tolerances on dimensions, shape and mass

EN 10051 Continuously hot-rolled uncoated plate, sheet and strip of non-alloy and alloy steels - Tolerances on dimensions and shape

EN 1090 Execution of structural steel structures Technical Requirements EN 197-1 Cement: Composition, specification and conformity criteria for common cements

EN 206-1 Concrete: Specification, performance, production and conformity EN 12390 Testing hardened concrete EN 10080 Steel for the reinforcement of concrete EN 10138 Prestressing steels EN ISO 17760 Permitted welding process for reinforcement ENV 13670 Execution of concrete structures EN 13791 Testing concrete EN ISO 15630 Steel for the reinforcement and prestressing of concrete: Test methods

EN 124 Gully tops and manhole tops for vehicular and pedestrian areas. Design requirements, type testing, marking, quality control.

EN 1401 Plastics piping systems for non-pressure underground drainage and sewerage. Unplasticized poly(vinylchloride) (PVC-U). Specifications for pipes, fittings and the system

EN 1317 Road restraint systems. Product requirements and evaluation of conformity for vehicle restraint systems

EN 12697 - Bituminous mixtures. Test methods for hot mix asphalt EN 13108 - Bituminous mixtures. Material specifications EN 13055 - Lightweight aggregates EN 13043 - Aggregates for bituminous mixtures CNR 4 / 1953 - Norms for the acceptance of the rubbles, grits, sands and additives for road constructions

518

Part 2 Section VI.ii: Specifications Lot 6

CNR 68 / 1978 - Norms for the acceptance of the roadway bitumen. Characteristics for the acceptance.

Romanian Codes Pod 95-71 Norms for the hydrological design of bridges STAS 4392-84 Standard gauge railways. Clearances STAS 2924-91 Road bridges STAS 10101/1-78 Actions in constructions. Technical weight and permanent loads STAS 10101/OB-87 Actions in constructions. Classification and groups of actions for railway and road bridges STAS 1545 89 Road and highway bridges.. Foot-bridges. Actions STAS 3221 86 Road bridges. Type trains charging classes STAS 1844-75 Metallic road bridges. Design prescriptions SR 1911-1997 Metallic railway bridges. Design prescriptions STAS 10111/1-77 Railway and road bridges. Masonry, concrete and reinforced concrete substructure. Design prescriptions STAS 10111/2-87 Railway and road bridges. Concrete, reinforced concrete and prestressed concrete superstructure. Design prescriptions SREN 10002-1/94 Metallic materials. Testing to traction. Testing method (to theenvironment temperature SR 13170-1993 Metallic materials. Impact bending test. Special test specimensand estimation methods SREN 10045-1/93 Metallic materials. Impact bending test on the Charpy test specimen. Part I: Testing method SR 1911-1997 Rail metallic bridges. Prescriptions for the design STAS 1844-75 Road metallic bridges. Prescriptions for the execution" STAS 9330-84 Railway and road metallic bridges. Joinings by hightensile bolts. Prescription for design and execution STAS 3461-83 Railway and road metallic bridges. Riveted super-structure. Prescriptions for execution STAS 9407-75 Railway and road metallic bridges welded super-structure. Prescription for execution STAS 8542-79 Choice of steel for metallic constructions STAS 12187-88 Thick steel plates for the main units of bridges and viaducts SREN 29692-1999 The electric arc welding with covered electrode, electric arc welding in protector gas medium and gas welding through melting. Preparing the parts for joining Practice Code NE 012-99

American Codes 519

Part 2 Section VI.ii: Specifications Lot 6

ACI 207.5R-99 Roller-Compacted Mass Concrete

BRIDGE GEOMETRIC CHARACTERISTICS This Bridge is located in Mangalia on the DN39 national road which connects Constanta to Mangalia and runs North-West to South-East approximately at the km 49. This bridge is a 8 span structure divided as follows: 3 steel spans and 5 pre-stressed concrete spans. The main characteristics of this bridge are defined as follows: Structure typology: steel - concrete and pre-stressed concrete beam bridge Overhead Length: 434 m Overhead Width: 19.30 m Number of spans: 8 Greater span length: 95.20 m

BRIDGE INTERVENTIONS WORKS AND MATERIALS

SUMMARY All interventions were organized by groups, in accordance with the related location and type of deterioration, as it is exposed in the following table, where designed interventions to be executed on bridge 9 can be seen:

520

Part 2 Section VI.ii: Specifications Lot 6

The materials and the provisions to be employed in the works to perform should be of the best existing qualities in commerce, shall possess the characteristics established on the base of the related normative references and shall correspond to the specifications of the present report or to other contractual actions. If not otherwise prescribed or allowed, they should answer to the norms and prescriptions of the European Standards or Romanian Standards. If not otherwise indicated, the materials and the provisions should be originated from places according with the contractor convenience and the correspondence between the materials and the specifications should be recognized by the Employer.

521

Part 2 Section VI.ii: Specifications Lot 6

INTERVENTION A1 PAINTING OF PEDESTRIAN PARAPET

GENERALITIES This intervention will be applied on whole bridge pedestrian parapets in accordance with design drawings. Intervention sequence: 1- Surface preparation: power tool cleaning SSPC-SP3; 2- Coating program: application of epoxy zinc primer and polyurethane finish coats using airless spray.

SURFACE PREPARATION Pedestrian parapet painting surface preparation involves power tool cleaning (SSPC SP 3) in areas showing visible deterioration, followed by application of an epoxy zinc primer and a polyurethane finish coat. Removes loose rust, loose mill scale and loose paint. Intact materials may remain. Power tools use electrical and pneumatic equipment to provide faster cleaning. They include sanders, wire brushes or wheels, chipping hammers, scalers, rotating flaps (rotopeen), needle guns and right angle or disk grinders. Cleaning metal surfaces is less expensive using power tools than using hand tools. In addition, power tool cleaning generally requires much less stringent containment and produces less waste than abrasive blast cleaning. Thus, power tools are used frequently for spot cleaning of damaged coatings, where contamination of adjacent areas by abrasive is unacceptable.

COATING PROGRAM Primer - Intercure 200 HS: A two component, high solids, low VOC, epoxy zinc phosphate/ micaceous iron oxide primer offering excellent barrier protection, low temperature cure and rapid overcoating properties. Intercure 200 HS is preferred for use with systems for chemical environments where zinc based materials can be subject to attack in both acid and alkaline conditions. Recommended Thickness: 80 microns Finish Coat - Interthane 990: A two component acrylic polyurethane finish giving durability and long term recoatability. Level of sheen and surface finish is dependent on application method. Avoid using a mixture of application methods whenever possible. Best results in terms of gloss and appearance will always be obtained with conventional airless spray application. 522

Part 2 Section VI.ii: Specifications Lot 6

Recommended Thickness: 60 microns Both products have been approved by International Protective Coatings.

APPLICATION TECHNIQUES Bridge coatings can be sprayed, brushed, or rolled onto the steel, depending upon the requirements of the particular job. The majority of coatings are applied using airless spray. However, in many cases where nearby traffic or facilities may be impacted by overspray, the agency may restrict the use of spray equipment, and brushing or rolling will be required. With the use of containment on all cleaning jobs, often the specification will call for the containment to remain in place for spraying the primer. The containment can then be moved and the final coats brushed or rolled. There has been a renewed emphasis on stripe painting techniques for complex bridge surfaces. Most striping is specified as hand striping using only a brush. Stripe painting is considered good painting practice for slower drying coatings. These coatings tend to thin at edges and acute angles due to the surface tension of the wet-applied paint film. Often, this phenomenon has caused paints to fail prematurely on edges of flanges and fasteners. Stripe coating these areas will ensure proper paint film build and should alleviate this potential problem.

INTERVENTION A3 GUARD RAIL REPLACEMENT This intervention consists in dismantling existing guard rail and assembling the new one with the following operations: - removal of the guard rail connection screws; - cutting with oxyacetylene flame of the posts; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of the guard rail elements and other related materials and equipment; - local transport and handling of the guard rail elements; - assembling of the guard rail elements; - supply and installation of the reflective elements; - verifications after execution in accordance to the design. Steel plates embedded in the reinforced concrete support beams are included. This intervention will be applied on whole bridge in accordance with design drawings. The guard-rails must have a minimal height of 1,5 m and all its metallic elements should have a minimal steel grade of S235 and should be hot galvanized. All guard-rails should conform to the requirements of EN 1317.

523

Part 2 Section VI.ii: Specifications Lot 6

INTERVENTION A4 - ELECTRICAL EQUIPMENT REPLACEMENT It needs to dismantle existing electrical equipment and to assemble the new one according to the following activities: - dismantling of the existing electrical equipment; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of the new electrical elements and other related materials and equipment; - assembling and installation of the new electrical elements; - verifications after execution in accordance to the design. The new road illumination main elements will be composed by the following primary elements: Polestar Pole: Cylindrical-conical pole model POLESTAR which has the cylindrical section at the base with a length of not less than 2300 mm. The poles are derived from an ERW normalized pipe suitable for hot-rolling which is made of killed steel of the S275JR type according to the EN 10025 standard. On the pole are forecast all the following workings: _ Cable input slot 186 x 46 mm; _ Junction box slot 186 x 46 mm suitable for a steel door of flush pole type, complete with antivandalism closing; _ Earthing supports device and the electrical equipment located inside the slot; _ Junction box model Conchiglia MVE 416/1 or similar; _ An aluminium sphere 76 mm is installed on the pole top (on request). The above mentioned lighting pole has 12 mt above ground level for what concerns this bridge. Bracket Miletus 200: MILETUS decorative system according is characterized by a special bracket supporting the lighting body: _ Central node made of steel S235 JR; _ Multiple arms options (up to six arms); _ Implemented with circular section pipes made of steel S235 JR, calenderer and welded; _ Extending lighting body mount tang 60; _ Hanging lighting body mount option with sleeve PG 34 female; _ The pole-bracket coupling is assured through an appropriate system of threaded seats and special security dowels made of stainless steel; _ Main bearing pipe 76 made of steel S235 JR; _ Bolts and nuts made of stainless steel; _ Coupling to poles whose top shell terminates in 76 after undergoing the necessary presetting workings. 524

Part 2 Section VI.ii: Specifications Lot 6

Luminaire Origia 800 250W: Luminarie with a simple and versatile line, suitable for all kind of streets and urban scenarios: _ joint and frame in aluminium cast; _ turned aluminium cap, 20/10 thick; _ reector in high grade aluminium bright nished 1 mm thick; _ ampholder xed to the cap made of self-extinguishing insulating material with high thermomechanical qualities; _access to the optic group by means of three set screw at 120 operating on a quarter of turn; _ closing tempered at glass 5 mm thick; _ transparent methacrylate bowl (only for pendant xture); _ lampholder E27 / E40; _ PG 34 male adapter for pendant xture; _side mounting joint 65 mm with four set screw 8 MA; _ pole-top mounting plate; _laying mounting.

INTERVENTION B3 WALKWAY PAVEMENT REPLACEMENT

The item covers the following activities: - scarifying and removing the existing surface; - loading and transport of the material resulting from the demolition to an approved dump area; - cleaning and removal of any loose material from the concrete surface by sand blasting; - procurement, transport, storage and handling of all related materials and equipment; - waterproofing execution including a bituminous priming layer; - performance of the in situ adherence tests of the membrane, at the required frequency; - execution of the concrete base; - assuring water tightness in correspondence of the waterproofing edges using specific elastic materials; - laying 20 mm thick wearing course including surface preparation applying primer coat with bitumen emulsion - verifications after execution in accordance to the design.

The new bridge walkway pavement, should consist of a wearing course (2 cm) executed above of the walkway concrete at least with 35MPa Rck and Feb44k steel and of the sealing course (1cm). The asphalt courses and the waterproofing protection system are specified on IV.5 Intervention B1 roadway pavement and waterproofing replacement.

525

Part 2 Section VI.ii: Specifications Lot 6

INTERVENTIONS C1 - DECK SLAB REPAIR and C4 - PIERS CONCRETE REPAIR

GENERALITIES The following activities will be covered: - Sounding of concrete to locate areas of delamination; - preparation and cleaning of surface by means of sand blasting and water washing and/or concrete removal by means of hydrodemolition; - loading and transport of the material resulting from the demolition to an approved dump area; - procurement, transport, storage and handling of all related materials and equipment; - epoxy and polyurethane compounds application; - application of a corrosion inhibitor and a cementitious mortar where concrete is removed; - verifications after execution in accordance to the design; These interventions can be divided in 2 different work sequences in accordance with the type and location of the deterioration. Therefore, when efflorescence, low corrosion and spalling are founded, the following work steps may be implemented: 1 - Sounding of concrete to locate areas of deterioration (spalling, honeycomb, corrosion); 2 - Concrete sand blast cleaning to prepare the surface for receiving protective materials; 3 - Concrete water washing with 1500 psi of pressure to remove oils, grease or other substances; 4 - Application of an epoxy resin primer coat like MASTERSEAL PRIMER PU from BASF or similar; 5 - Application of a polyurethane resin protective coat like MASTERSEAL FORMULA PU from BASF or similar. Differently, when the concrete surface present honeycomb and high corrosion and spalling, the following work steps may be implemented: 1 - Sounding of concrete to locate areas of deterioration (spalling, honeycomb, corrosion); 2 - Hydrodemolition of damaged concrete with 30000 psi of pressure and concrete removal of 4 cm, being attention with reinforcing steel; 3 - Concrete water washing with 1500 psi of pressure to remove oils, grease or other substances; 4 - Application of a modified polymer cementitious monocompound corrosion inhibitor like EMACO NANOCONCRETE AP from BASF or similar; 5 - Application of a thixotropic cementitious mortar with restrained expansion, fiber-reinforced with flexible inorganic fibres, like EMACO FORMULA TIXOFIBER from BASF or similar;

526

Part 2 Section VI.ii: Specifications Lot 6

6 - Application of an epoxy resin primer coat like MASTERSEAL PRIMER PU from BASF or similar; 7 - Application of a polyurethane resin protective coat like MASTERSEAL FORMULA PU from BASF or similar.

MATERIALS The designed products are described as follows:

IV.9.2.1 MASTERSEAL PRIMER PU Is a solvent-borne two-pack epoxy resin with low viscosity acting as primer for the elastomeric polyurethane coating MASTERSEAL FORMULA PU and as curing agent for the mortars of the EMACO FORMULA range. Storage MASTERSEAL PRIMER PU must be stored in a sheltered dry place at a temperature between +5C and +35C inclusive. Temperature Application may be at an ambient temperature anywhere between +5C and +40C. Application at lower temperatures is inadvisable because the product would dry very slowly. Preparation of the substrate and recoating Using the product ONLY as PRIMER on fully cured concrete or repair mortar: prior to applying the primer it is indispensable to check the concrete surfaces for damage or contamination by oils, grease or other substances. Any loose, damaged or contaminated concrete must be removed and then the surface made good using products from the EMACO FORMULA range. The primer MASTERSEAL PRIMER PU must be applied on sanded surfaces (this does not apply to areas repaired with EMACO products), which have been cleaned and freed of dust using compressed air. After application of the primer it is necessary to wait at least 6 hours up to a maximum of 48 hours, in standard environmental conditions (20C, 65 % r.h.) before proceeding with application of the finish MASTERSEAL FORMULA PU. - Using the product as CURING AGENT and PRIMER on freshly applied EMACO FORMULA repair mortars: the substrate consists of fresh EMACO FORMULA mortar and it is necessary to wait approx. 30 minutes after completion of the float finish and in this case MASTERSEAL PRIMER PU will act initially as curing agent and then as primer. MASTERSEAL PRIMER PU must be applied in a single coat over EMACO repair products, having waited at least 30 minutes after completing the float finish of the EMACO mortar. In conditions of low temperature and high relative humidity it is advisable to wait for a longer minimum time (approx. 60 minutes). So that the product dries properly before being recoated with the finish MASTERSEAL FORMULA PU, it is necessary to wait at least 5 days in

527

Part 2 Section VI.ii: Specifications Lot 6

excellent environmental conditions (20C, 65% r.h.). Always in these conditions, do not exceed 10 days for hardening or setting before applying the finish. Application Stir the 2 parts separately, then pour part B (hardener) into part A (base) and use a lowspeed mechanical mixer to obtain a smooth mix. The product must not be diluted; it may be applied by spraying or by roller (for limited areas).

Airless spray equipment

MASTERSEAL PRIMER PU application data

IV.9.2.2 MASTERSEAL FORMULA PU Is a two-pack elastic solvent-borne polyurethane resin with high solids content by volume, forms a film coating with satin finish having a crack bridging ability and high protective capacity against agents that cause damage to reinforced concrete. Performance Performance is referred to a dry film thickness of 200 m (micron)

528

Part 2 Section VI.ii: Specifications Lot 6

Storage MASTERSEAL FORMULA PU must be stored in a sheltered, dry place at a temperature between +5C and +35C inclusive. Preparation of the substrate - If the reinforced concrete structures only need protecting, prior to applying the primer it is indispensable to check the concrete surfaces for damage or contamination by oils, grease or other substances. Any loose, damaged or contaminated concrete must be removed and then the surface made good using products from the EMACO FORMULA range. The primer must be applied on sanded surfaces (this does not apply to areas repaired with EMACO products), which have been cleaned and freed of dust using compressed air. - If the concrete has been repaired and needs subsequent protection, the substrate consists of EMACO FORMULA fresh mortar and it is necessary to wait approx. 30 minutes after completion of the float finish before applying the MASTERSEAL PRIMER PU, which in this case will act initially as curing agent and then as primer. Temperature Application may be at an ambient temperature anywhere between +5C and +40C. Application at lower temperatures is inadvisable because the product would dry very slowly. Application Stir part A well in its can using a low-speed mechanical mixer; ensure that all of part B is emptied into part A and blend together for a couple of minutes, using the mechanical mixer, before application.

529

Part 2 Section VI.ii: Specifications Lot 6

The product may be applied by short pile roller or by spray. When using a hand roller, it is advisable to apply 2 successive coats at least 12-18 hours apart in excellent environmental conditions (20C and 65% r.h.). In airless spraying, the recommended dry thickness of 200-300 in a single coat. Airless spray equipment m (micron) may be applied

MASTERSEAL FORMULA PU application data

IV.9.2.3 EMACO NANOCONCRETE AP Is a single-pack light grey, polymer-modified cementitious primer containing corrosion inhibitors. Storage Store the product in a sheltered, dry place at a temperature anywhere between 5 and 30C, in the tightly closed original containers. Cleaning the rebars Once the rebars have been exposed they must have the rust removed by sanding or brushing with a metal brush. Temperature This product may be applied at an ambient temperature anywhere between +5C and +35C. Application Must be applied by brush immediately after having removed the rust. The first coat is applied over the whole length of the bar, using a stiff brush for a thickness of approx. 1mm and the second coat is applied as soon as the first is dry. Then wait for the inhibitor to have set sufficiently before carrying out the repair work.

IV.9.2.4 EMACO FORMULA TIXOFIBER Is a ready-mixed air-cured thixotropic cementitious mortar with restrained expansion that is resistant to environmental agents, contains polyacrylonitrile fibres and is reinforced with flexible and durable inorganic fibres. Performance

530

Part 2 Section VI.ii: Specifications Lot 6

The performances shown below are obtained with a consistency of 170-180 mm according to UNI EN 13395/1, in the absence of bleeding.

The reinforcement fibres have length 12mm, diameter 14 m, tensile strength 1700 MPa and modulus of elasticity 72000MPa. Storage Store the product in a sheltered, dry place at a temperature anywhere between 5 and 40C. Removal of the deteriorated concrete The engineer decides the thickness to be removed on the basis of the preliminary surveys aimed at identifying the state of preservation of the structure. Loose or contaminated concrete must be removed preferably by hydro demolition or, alternatively, by mechanical chipping using lightweight compressed air operated concrete breakers and taking all the necessary precautions to avoid damaging the structures. The surface of the concrete substrate must be macroscopically rough (surface irregularity approx. 5 mm deep to obtain maximum bond between the substrate and the repair material. The macroroughness is indispensable for the restrained expansion mechanism, which is essential for the success of cementitious mixes expanding in air. Cleaning the reinforcement rods The loose or contaminated concrete around the reinforcement rods must be removed. If the damaged or contaminated concrete has been removed by hydro demolition, this usually guarantees suitable cleaning also of the reinforcement rods. Placing additional structural reinforcement Whenever it is necessary to add new reinforcement rods for structural reasons, a layer of 2 cm concrete must cover the rods. Cleaning and saturation of the concrete 531

Part 2 Section VI.ii: Specifications Lot 6

The concrete substrate must be cleaned and saturated using water under pressure (80100 atm and warm water in winter). This is indispensable to prevent the concrete substrate taking water from the mix. Incomplete saturation would cause loss of adherence and cracking of the added material. The use of water under pressure also ensures effective cleaning of the surface by removing dust and small loose particles that may still be present after the concrete has been scarified. Cleaning and saturation of the surfaces are essential to obtain high values of adherence between the substrate and the applied material. Application Must be applied onto macroscopically roughened but cohesive surfaces that have been cleaned and satured with water. In the case of extensive surfaces, the product may applied for a thickness from 1 to 5 cm in a single layer using screw or piston sprayers. During the interruptions in spraying, it is necessary to thoroughly clean the tubes and the pump itself using water under pressure and a soft tube-cleaning rubber ball.

INTERVENTION D1 PAINTING OF STEEL STRUCTURES GENERALITIES This intervention will be applied on whole steel bridge in accordance with design drawings.

INTERVENTION SEQUENCE: 1- Surface preparation: power tool cleaning to bare metal SSPC-SP11 in areas demonstrating a higher tendency to corrode and high pressure waterjetting SSPC-SP12 30000 psi in all surface; 2- Coating program: application of epoxy zinc-rich primer, an epoxy intermediate and polyurethane finish coats using airless spray. SURFACE PREPARATION Power Tool Cleaning to Bare Metal SSPC-SP11: It produces a greater degree of cleaning than SSPC-SP3 and may be considered for coatings requiring a bare metal substrate. This method produces surfaces that "look" like near white or commercial blast. Examples of circumstances where this specification may be applied are: _ Touch-up of welded or damaged areas of erection assemblies; _ Reducing volume of hazardous waste produced by abrasive blasting; _ Cleaning around sensitive equipment or machinery. High Pressure (30000 psi) Waterjetting SSPC-SP12 : Generally used in maintenance cleaning of previosly painted surfaces. Waterjetting opens the profile under the existing paint or rust and removes the detritus.

532

Part 2 Section VI.ii: Specifications Lot 6

The key to cleaning by water is to get the energy of pressurized water transferred to the substrate efficiently.

COATING PROGRAM Primer - Intercure 200 HS: A two component, high solids, low VOC, epoxy zinc phosphate/ micaceous iron oxide primer offering excellent barrier protection, low temperature cure and rapid overcoating properties. Intercure 200 HS is preferred for use with systems for chemical environments where zinc based materials can be subject to attack in both acid and alkaline conditions. Recommended Thickness: 80 microns Intermediate Coat - Intercure 420 HS: A two component, high solids, low VOC, epoxy micaceous iron oxide intermediate coating offering excellent barrier protection, low temperature cure and rapid overcoating properties. The incorporation of plate-like micaceous iron oxide pigment, both increases the barrier effect and improves long term overcoating properties of the system. Recommended Thickness: 100 microns Finish Coat - Interthane 990: A two component acrylic polyurethane finish giving durability and long term recoatability. Level of sheen and surface finish is dependent on application method. Avoid using a mixture of application methods whenever possible. Best results in terms of gloss and appearance will always be obtained with conventional airless spray application. Recommended Thickness: 60 microns Both products have been approved by International Protective Coatings.

APPLICATION TECHNIQUES Bridge coatings can be sprayed, brushed, or rolled onto the steel, depending upon the requirements of the particular job. The majority of coatings are applied using airless spray. However, in many cases where nearby traffic or facilities may be impacted by overspray, the agency may restrict the use of spray equipment, and brushing or rolling will be required. With the use of containment on all cleaning jobs, often the specification will call for the containment to remain in place for spraying the primer. The containment can then be moved and the final coats brushed or rolled. There has been a renewed emphasis on stripe painting techniques for complex bridge surfaces. Most striping is specified as hand striping using only a brush. Stripe painting is considered good painting practice for slower drying coatings. These coatings tend to thin at edges and acute angles due to the surface tension of the wet-applied paint film. Often, this 533

Part 2 Section VI.ii: Specifications Lot 6

phenomenon has caused paints to fail prematurely on edges of flanges and fasteners. Stripe coating these areas will ensure proper paint film build and should alleviate this potential problem.

INTERVENTION WORK D4 REHABILITATION OF INSPECTION GANTRY AND RAILS This item covers the following activities: - removal of the existing inspection gantry or/and rails; - loading and transport of the material resulting from the demolition to an approved dump area.

To future bridge maintenance work is proposed a purchase of a by-bridge with a maxim payload of platform of 600Kg..

INTERVENTION E3 CONE QUARTERS REHABILITATION Cone quarters rehabilitation by the same original materials, including land cleaning of bushes and shrubs, excavation, filling with suitable fill material or natural aggregates stabilized with cement. The item covers the following activities: - land cleaning of bushes and shrubs; - procurement, transport, storage and handling of necessary materials and equipment; - excavation of soil in borrow pit or in an intermediary storage; - loading and transport of the soil resulted from excavations to the approved storage yards; - spreading of soil in 10 cm layers and compaction; - finishing works, check of the achieved surfaces in respect to the design - checking of the filling quality after compaction.

534

Part 2 Section VI.iii: Drawings Lot 6

SECTION VI.iii DRAWINGS See separate Volume VI.iii Lot 6 on DVD

535

Part 3 Contract Forms

TENDER DOCUMENTS

Procurement of Works

Part III Contract Forms

536

Part 3 Contract Forms

PART III CONTRACT FORMS

Section VII: General Conditions of Contract (GCC) Section VIII: Particular Conditions of Contract (PCC) Section IX: Contract Forms

537

Part 3 Section VII: General Conditions of Contract

Section VII: General Conditions of Contract (GCC)

538

Part 3 Section VII: General Conditions of Contract

GENERAL CONDITIONS CONDITIONS OF CONTRACT FOR CONSTRUCTION FOR BUILDING AND ENGINEERING WORKS DESIGNED BY THE EMPLOYER

The Conditions of Contract comprise the General Conditions which form part of the Conditions of Contract for Construction for Buildings and Engineering Works designed by the Employer First Edition 1999 published by the Fdration Internationale des Ingnieurs-Conseils (FIDIC), and the Particular Conditions, which include amendments and additions to such General Conditions.
Copies of the FIDIC Conditions of Contract can be obtained from: FIDIC Secretariat P.O. Box 86 1000 Lausanne 12 Switzerland Facsimile: 41 21 653 5432 Telephone: 41 21 653 5003 And the FIDIC official web site WWW.FIDIC.ORG

539

Part 3 Section VIII: Particular Conditions of Contract

Section VIII: Particular Conditions of Contract (PCC)

541

Part 3 Section VIII: Particular Conditions of Contract

PARTICULAR CONDITIONS OF CONTRACT CONTENTS

Clause 1 Clause 3 Clause 4 Clause 6 Clause 7 Clause 8 Clause 10 Clause 11 Clause 13 Clause 14 Clause 15 Clause 17 Clause 18 Clause 19 Clause 20

General Provisions The Engineer The Contractor Staff and Labour Plant, Materials and Workmanship Commencement, Delays and Suspension Employers Taking Over Defects Liability Variations and Adjustments Contract Price and Payment Termination by Employer Risk and Responsibility Insurance Force Majeure Claims, Disputes and Arbitration

542

Part 3 Section VIII: Particular Conditions of Contract

PARTICULAR CONDITIONS OF CONTRACT The Conditions of Contract comprise the General Conditions of Contract which form part of the Conditions of Contract for Construction First Edition 1999 published by the Fdration Internationale des Ingnieurs-Conseils (FIDIC), and the following Particular Conditions, which include amendments and additions to such General Conditions. These conditions amplify, supplement if necessary, or amend the General Conditions applying to the contract. In case of any discrepancy between the General Conditions of Contract and the Particular Conditions, the provisions of the Particular Conditions shall prevail. The numbering of the Articles of the Particular Conditions is not consecutive and follows the numbering of the Articles of the General Conditions. Clause 1 General Provisions

Sub-Clause 1.1.2 At the end of Sub-Clause 1.1.2, add the following 1.1.2.11 Bank means the financing institution (if any) named in the Appendix to Tender. 1.1.2.12 Borrower means the person (if any) named as the borrower in the Appendix to Tender. Sub-Clause 1.2 Interpretation At the end of Sub-Clause 1.2, insert: In these Conditions, provisions including the expression Cost plus reasonable profit require this profit to be one-twentieth (5%) of the respective Cost. Sub-Clause 1.5 Priority of documents Delete the list of documents from (a) to (h) and substitute: (a) the Contract Agreement, (b) the Memorandum of Clarifications/Negotiation (if any), (c) the Letter of Tender with Appendix, (d) the Particular Conditions of Contract, (e) the General Conditions of Contract, (f) the Technical Specifications, (g) the Drawings, (h) the Bills of Quantities (after arithmetical corrections), (j) any other Documents forming part of the Contract (such as attachments 4.1 to 4.5 and 5.1 to 5.7 to the Tender) Add new Sub-Clause 1.15 Sub-Clause 1.15 Details to be Confidential The Contractor shall treat the details of the Contract Agreement as private and confidential, except to the extent necessary to carry out obligations under it or to comply with applicable Laws. The Contractor shall not publish, permit to be published, or disclose any particulars of the Works in any trade or technical paper or elsewhere without the prior written agreement of the Employer. Add new Sub-Clause 1.16 Sub-Clause 1.16 Inspections and Audit by Bank The Contractor shall permit the Bank and/or persons appointed by the Bank to inspect the Site and/or the Contractors accounts and records relating to the performance of the Contract and to have such accounts and records audited by auditors appointed by the Bank if required by the Bank.

543

Part 3 Section VIII: Particular Conditions of Contract

Clause 3

The Engineer

Sub-Clause 3.1 Engineers Duties and Authority The following provisions shall be added at the end of the Sub-Clause: The Engineer shall obtain the specific approval of the Employer before taking any of the following actions: a) Instruct any Variation with financial implications which, when valued, would modify the Contract Price by more than 0.5 percent, or would cause the Contract Price to exceed the Accepted Contract Amount (as might be modified through amendments to the Contract); b) Approving any reduction of the scope of the Works; c) Approving any extension of the Time for Completion under Sub-Clause 8.4 d) Issuing Taking Over and Performance Certificates. Notwithstanding the obligation, as set out above, to obtain approval, if, in the opinion of the Engineer, an emergency occurs affecting the safety of life or of the Works or of adjoining property, he may, without relieving the Contractor of any of his duties and responsibilities under the Contract, instruct the Contractor to execute all such work or to do all such things as may, in the opinion of the Engineer, be necessary to abate or reduce the risk. The Contractor shall forthwith comply with any such instruction of the Engineer. The Engineer shall determine an addition to the Contract Price, in respect of such instruction, in accordance with Sub-Clause 13.1 and shall notify the Contractor accordingly, with a copy to the Employer.

Add new Sub-Clause 3.6 Sub-Clause 3.6 Management Meetings Management meetings between the Engineer and the Contractors Representative will take place on a monthly basis (or more often, if required), in order to review the arrangements for future work. The Engineer shall record the business of management meetings and supply copies of the record to those attending the meeting and to the Employer, within two working days from the meeting. In the record, responsibilities for any actions to be taken shall be in accordance with the Contract. The agenda for such meetings shall cover a review of progress attained, a review of schedules and plants for future activities, the status of staffing, engineering, safety, equipment, material supply, payments, current and anticipated difficulties, interface with other Contractors, claims for extras, and other pertinent topics. Time and place of these meetings shall be mutually agreed taking into consideration the subject to be discussed. Clause 4 The Contractor

Sub-Clause 4.1 Contractors General Obligations Add the following text: Any design by the Contractor shall be coherent with the Specifications and drawings provided by the Employer. In case any Contractors design proposes substantial changes to the Employers design (including but not limited to changes of technical solutions), such proposal shall be deemed to have been made by the Contractor under Sub-Clause 13.2 [Value Engineering]. All Temporary Works of whatever nature required shall be designed by the Contractor. Details shall be submitted to the Engineer for review 28 days before construction is commenced. The Contractor shall bear all responsibility for such temporary structures. Any approval or consent as well as any review, under this Sub-Clause or otherwise, shall not relieve the Contractor from any obligation or responsibility. Sub-Clause 4.2 Performance Security Replace the second paragraph with the following: The Contractor shall deliver the Performance Security to the Employer at the signature of the Contract Agreement, and shall send a copy to the Engineer. The Performance Security shall be issued by an entity and from within a country (or other jurisdiction) approved by the Employer, and shall be in the form annexed to the Particular Conditions or in another form approved by the Employer.

544

Part 3 Section VIII: Particular Conditions of Contract

Add the following text at the end of the Sub-Clause: Whenever the Engineer determines that the Contract Price exceeds the Accepted Contract Amount or the Contract Price previously determined for the purposes of this Sub-Clause, the Contractor shall promptly increase the value of the Performance Security to 10% (ten percent) of the new value of the Contract Price. The Performance Security of a joint venture or consortium shall specify the name of the joint venture or consortium.

Sub-Clause 4.3 Contractors Representative At the end of the first paragraph, add the following: The Contractor will provide to the Engineer a copy of the Contractors Representative appointment, detailing his powers, functions and authority. Sub-Clause 4.4 Subcontractors At the end of point (b), add the following: Such consent will be based on the review of the proposed sub-contractor suitability, and namely its general experience, personnel and equipment capabilities and financial position. Such prior consent shall not be required if the value of the subcontract is less than one percent (1%) of the Accepted Contract Amount. Sub-Clause 4.9 Quality Assurance Add the following text at the end of this Sub-Clause: The Contractor shall appoint the person technically responsible for execution in accordance with the applicable legislation. This person shall be duly authorised by the authorities as per the applicable legislation. Sub-Clause 4.17 Contractors Equipment Add the following text at the end of the Sub-Clause For the execution of the Works, the Contractor will use Equipment of the same quality and capacity than the Equipment proposed in its proposal and listed in the Contract. Sub-Clause 4.22 Security of the Site Add the following text at the end of this Sub-Clause: For the purposes of this Sub-Clause, road users and riparian shall not be considered as unauthorised persons in the normal use of the road and access to riparian properties. Such use and access shall be maintained at all times by the Contractors Traffic Management System. Within 42 days after the Contractor receives the Letter of Acceptance, the Contractor shall review the Traffic Management Plan provided as part of his Tender and submit to the Engineer a detailed updated version. The Traffic Management Plan shall indicate what measures will be implemented to manage the traffic while works are underway. Such a system shall describe, in the form of a sketch accompanied by narrative details, the sequence of signs, deviations, lighting, fence, etc, to be applied to each section of road with different cross profile characteristics (2, 3, 4 lanes), so that road users and riparian be protected. The Traffic Management System shall be approved by the Engineer before the start of the works on any section of the road. Approval by the Engineer will be granted only further to the approval by the Road Police and by the Employer specialised services. In case of default on the part of the Contractor in maintaining or implementing such Traffic Management Plan, as approved by the Engineer, on any section of the works, the Employer shall be entitled, subject to Sub-Clause 2.5, to payment by the Contractor of the sum stated in the Appendix to Tender or any higher amount depending on actual damages. Add new Sub-Clause 4.25 Sub-Clause 4.25 Works Diary The Contractor shall draw up a works diary, in a format agreed by the Engineer. The works diary shall be held on Site and the Contractors Representative shall daily record the following information (as a minimum):

545

Part 3 Section VIII: Particular Conditions of Contract

1. Atmospheric conditions, the work breaks due to adverse meteorological conditions, the working hours, the number and the qualification of the personnel working on site, the supplied materials, the materials incorporated into the works, the equipment out of order, the tests completed, the sent samples, the unforeseen events, as well as verbal orders given to the Contractor; 2. Attachments with detailed data on all elements which are checked on site and used for the calculation of the payments to the Contractor, such as completed works, actual quantities, supplies accepted for incorporation into the works. These attachments are part of the works diaries, but can be signed, if need be, as separate documents. 3. List of any obstructions and other difficulties encountered by the Contractor in the performance of the Works, during the reported period. The information recorded in the works diary shall be signed off by the Contractors representative at the moment of the recording and countersigned by the Engineer or his representative within a period of three days. The Contractor shall be responsible to ensure that adequate back-up of this information shall be provided. In the case when the Engineer notes in the works diary that he disagrees with an entry in the works diary, the Contractor shall respond in writing to the Engineer within 14 days from the date when the Engineer noted the disagreement in the works diary. A copy of the works diary for each month will be attached to the relevant monthly progress report prepared under Sub-Clause 4.21. The Contractor shall sign each page of this copy for conformity with the original document. Add the following Sub-Clause 4.26 Sub-Clause 4.26 Authorisations/Permits Except for the construction permit for the Permanent Works to be provided by the Employer, authorisations and/or permits required from relevant national/local authorities shall be obtained by the Contractor, at his own expenses. Such permits include inter alia permits for site erection, traffic diversions, route permits, residence and work permits, permits for radio communication, permits to relocate public utilities, etc. Whenever submitting a programme under Sub-Clause 8.3 [Programme], the Contractor shall submit to the Engineer a list of all necessary permits with the time needed for obtaining those permits in order to properly carry-out the Works in compliance with the programme prepared and updated. Clause 6 Staff and Labour

Sub-Clause 6.1 Engagement of Staff and Labour Add the following text at the end of Sub-Clause 6.1: The Contractor will engage key personnel in accordance with its proposal, included as part of the Contract. Any replacement of key personnel shall have qualification and experience at least equivalent with those of the staff member being replaced. The Contractor shall document and communicate to all workers their working conditions and terms of employment, including their entitlement to wages, hours of work, overtime arrangements and overtime compensation, and any benefits (such as leave for illness, maternity / paternity or holiday). The Contractor is encouraged, to the extent practicable and reasonable, to employ staff and labour with appropriate qualifications and experience from sources within the Country. Sub-Clause 6.2 Rates of Wages and Conditions of Labour Add the words: Where the Contractor is party to a collective agreement or is otherwise bound by it, the Contractor shall comply with its terms and conditions. Deductions from wages for disciplinary measures shall not be permitted nor shall any deductions from wages not provided for by national law be permitted without the expressed permission of the

546

Part 3 Section VIII: Particular Conditions of Contract

worker concerned. Deductions must never lead to an employee receiving less than the applicable minimum wage. All workers shall be provided with clearly understandable verbal and written information about the conditions in respect of wages before they enter employment and of the particulars of their wages for the pay period concerned each time that they are paid. Wages shall be paid in legal tender in full, on time and directly to the workers concerned. The Contractor shall maintain records of all payments and deductions made. Sub-Clause 6.4 Labour Laws Add the words: The Contractor shall ensure that obligations to staff and labour under labour, health and safety and social security laws and regulations arising from the employment relationship shall not be avoided through the use of labour-only contracting arrangements. Sub-Clause 6.6 Facilities for Staff and Labour Add the words: Where the Contractor provides living accommodation for workers, the accommodation shall be appropriate for its location and be clean, safe and, at a minimum, meet the basic needs of workers. The accommodation shall comply with national legislation. The Contractor shall ensure that workers freedom of movement to and from the accommodation is not unduly restricted. Sub-Clause 6.7 Health and Safety Add the following text at the end of Sub-Clause 6.7: In accordance with the provisions of Law no. 319/2006 on health and safety at work, of the methodological norms implementing Law no. 319/2006, approved by Government Decision no. 1425/2006 as further completed and modified and with the provisions of Government Decision no. 300/2006 on the minimum health and safety requirements for temporary or mobile sites, as further completed and modified, the Contractor bears the entire responsibility in case of the following events: work accidents, dangerous events and incidents, occupational diseases, events generated or produced by technical equipment (apparatus, machinery, vehicles, etc) or work equipment, or by its Personnel. In case a work accident, a dangerous event or incident occurs in the Contractor activity, the Contractor will communicate and investigate the work accident or event, in accordance with applicable legal provisions and will record it to the relevant Territorial Labour Inspectorate. The Contractor shall provide the Employer with a written Health and Safety Policy and a projectspecific Health and Safety Plan before the commencement of work. The Plan shall include details of the Contractors OHS management system, including the Contractors plans to manage and monitor the health and safety risks associated with all construction work under its control. The Plan shall be made available to the lenders prior to the start of Construction. Every contractor shall plan, manage and monitor construction work carried out by him or under his control in a way which ensures that, so far as is reasonably practicable, it is carried out without risks to health and safety. The Contractor shall ensure that a safe and healthy working environment is provided and that best occupational health and safety practice is promoted. The Contractor shall take steps to prevent accidents, injury and disease arising in the course of work by identifying and controlling risks to workers, as far as is reasonably practicable. The Contractor shall ensure that all staff, labourers and persons entitled to be on site receive the necessary supervision, information, instruction and training to do their jobs safely. Where appropriate, the Contractor shall provide appropriate equipment to minimise health and safety risks and enforce its use. The Contractor shall put in place arrangements for emergency prevention, preparedness and response.

547

Part 3 Section VIII: Particular Conditions of Contract

Sub-Clause 6.8 Contractors Superintendence Add the following text at the end of Sub-Clause 6.8: A reasonable proportion of the Contractors superintending staff shall have a working knowledge of Romanian language. Otherwise the Contractor shall have a sufficient number of competent interpreters available on Site during all working hours. The Contractor shall ensure that a grievance mechanism is available to all workers and their organisations to use without fear of intimidation or retaliation. The Contractor will ensure that employees are informed about the grievance mechanism and that this is part of the training for new employees and information is posted in relevant areas in the construction camp. The Contractor shall ensure that the grievance mechanism involves an appropriate level of management and addresses concerns promptly, using an understandable and transparent process that provides feedback to those concerned without any retribution.

Clause 7

Plant, Materials and Workmanship

Add new Sub-Clause Sub-Clause 7.9 Technical Standards and Regulations The Contractor's Documents, the execution and the completed Works shall comply with the standards specified in the Specifications, applicable to the Works, or defined by the applicable Laws, as well as with the Country's technical standards, building, construction and environmental Laws and Laws applicable to the product being produced from the Works. All these Laws shall, in respect of the Works and each Section, be those prevailing when the Works or Section are taken over by the Employer under Clause 10 [Employer's Taking Over]. References in the Contract to published standards shall be understood to be references to the edition applicable on the Base Date, unless stated otherwise. If changed or new applicable standards come into force in the Country after the Base Date, the Contractor shall give notice to the Engineer and (if appropriate) submit proposals for compliance. In the event that: (a) the Engineer determines that compliance is required, and (b) the proposals for compliance constitute a variation, then the Engineer shall initiate a Variation in accordance with Clause 13 [Variations and Adjustments]. Clause 8 Commencement, Delays and Suspension

Sub-Clause 8.3 Programme Add the following paragraphs: Such revised programme shall be submitted within 21 days from the date of the Engineers notice. Failure to comply with this provision will entitle the Employer, subject to Sub-Clause 2.5, to payment by the Contractor of the sum stated in the Appendix to Tender. The compliance of the progress of the works with the approved work schedule is controlled through a milestones system, which shall be established based on the Contractors programme submitted under the first paragraph of this Sub-Clause. The milestones system will include key indicators for monitoring and evaluation of the Contractor performance, for each Section. The indicators are those listed in the Appendix to Tender. The time period related to each indicator will be based on the Contractors programme and shall be defined by the Engineer within 28 days after receiving the programme. In case the Contractor, without reasonable excuse, incurs delays in the achievement of a milestone for a Section, the Employer is entitled, subject to Sub-Clause 2.5, to withhold any payment due under the Contract and related to that Section, until the milestone is achieved.

548

Part 3 Section VIII: Particular Conditions of Contract

Whenever a revised programme is submitted, the milestones shall be revised under the provisions mentioned previously, unless the Engineer, within 21 days after receiving a programme, gives a notice to the Contractor stating the extent to which it does not comply with the Contract. Clause 10 Employers Taking Over

Sub-Clause 10.1 Taking Over of the Works and Sections Insert after the end of the first paragraph: For the purposes of Taking-Over by the Employer, a taking-over committee nominated by the Employer in accordance with the provisions of Government Decision nr. 273/14.06.1994 will gather on Site and review the status of the Works. Taking into consideration the recommendation and reports prepared by the Engineer, this taking-over committee will present its conclusions in a written minute, submitted to the Employer together with a recommendation to take-over, or not, the Works. The Taking-Over Certificate will be the minute of the taking-over committee, recommending to take-over the Works and formally approved by the Employer. This Taking-Over Certificate will be issued by the Engineer to the Contractor. Delete the last paragraph of this Sub-Clause and replace by: If the Engineer fails either to issue the Taking-Over Certificate or to reject the Contractors application within the period of 28 days, and if the Works or Section (as the case may be) are substantially complete in accordance with the Contract, the Employer shall not be entitled to payment of any delay damages under Sub-Clause 8.7 [Delay Damages] for the period starting after the actual date of substantial completion of the Works. Sub-Clause 10.2 Taking Over of Parts of the Works Delete the second paragraph of this Sub-Clause Sub-Clause 10.3 Interference with Tests on Completion Replace the first two paragraphs by the following paragraph: If the Contractor is prevented, for more than 14 days, from carrying out the Tests on Completion by a cause for which the Employer is responsible, the Contractor shall then notify the Engineer accordingly. The notice shall contain particulars specifying the reason for delays in the performance of the Tests on Completion as well as the nature and duration of delays and disruption that may appear subsequently. Clause 11 Defects Liability

Sub-Clause 11.3 Extension of Defects Notification Period The first paragraph shall be modified as follows: The Employer shall be entitled, subject to Sub-Clause 2.5, to an extension of the Defects Notification Period for the Works, a Section or a significant part of the Works, if and to the extent that the Works, a Section, a major item of Plant or significant part of the Works (as the case may be, and after taking over) cannot be used for the purposes for which they are intended by reason of a defect or damage. However, a Defects Notification Period shall not be extended by more than two years. Sub-Clause 11.9 Performance Certificate Insert after the end of the first paragraph: For the purposes of issuing the Performance Certificate, a final reception committee nominated by the Employer in accordance with the provisions of Government Decision nr. 273/14.06.1994 will gather on Site and review the status of the Works. Taking into consideration the recommendation and reports prepared by the Engineer, this final reception committee will present its conclusions in a written minute, submitted to the Employer together with a recommendation to accept, or not, the Works. The Performance Certificate will be the minute of the final reception committee, recommending acceptance of the Works and formally approved by the Employer. This Performance Certificate will be issued by the Engineer to the Contractor.

549

Part 3 Section VIII: Particular Conditions of Contract

Clause 13

Variations and Adjustments

Sub-Clause 13.2 Value Engineering Add the following text at the end of this Sub-Clause: The Contractor shall be fully responsible for any proposal made under this Sub-Clause, including for the period required for its review and approval. The Contractor shall not be entitled to any extension of time, Cost or profit related to such period of review and approval. Sub-Clause 13.5 Provisional Sums Replace point (b) by the following: (b) Plant, Materials, works or services to be purchased by the Contractor, from a nominated Subcontractor (as defined in Clause 5 [Nominated Subcontractors]) or otherwise; and for which there shall be included in the Contract Price: (i) the actual amounts paid (or due to be paid) by the Contractor, and (ii) a sum for overhead charges and profit, calculated as a percentage of these actual amounts by applying the relevant percentage rate stated in the Appendix to Tender. Add the following text to the end of this Sub-Clause: In the cases referred to under sub-paragraph (b) above, with the exception of purchase from a nominated Sub-Contractor (as defined in Clause 5), the Contractor shall act as contracting authority in the sense of the Romanian public procurement legislation. The Contractor shall then observe the relevant public procurement procedure before purchasing such Plant, Materials, works or services. Clause 14 Contract Price and Payment

Sub-Clause 14.1 The Contract Price Add the following point (e) after point (d): (e) the Contractor shall submit to the Engineer, within 28 days from the Commencement Date, a detailed breakdown of each unit rate of the Bills of Quantities. This breakdown shall identify the costs included for labour, materials, equipment, transport, site overheads, nonsite overheads, risks and profit. The Engineer may take account of this breakdown when acting under Sub-Clause 12.3 [Evaluation], but shall not be bound by it. Add the following text to the end of this Sub-Clause: Should the Contract Price exceed the Accepted Contract Amount (or any such accepted amount defined further to contract amendment or similar), the conclusion of a contract addendum, or similar, shall be sought. Whenever the Engineer becomes aware that the Contract Price exceeds the Accepted Contract Amount, he shall give notice to the Employer and the Contractor, stating the extent of the difference. Sub-Clause 14.2 Advance Payment Replace the text of the Sub-Clause by the following: The advance payments and repayments shall be made in compliance with the Government Decision no. 264/2003. The Employer shall make interest-free advance payments for the execution of the Works, when the Contractor submits guarantees in accordance with this Sub-Clause. The value of each advance payment and the applicable currencies and proportions shall be stated in the Appendix to Tender. Advance payments will be applicable and restricted to each calendar year (01 January to the following 31 December) until the expiry of the Time for Completion. The value of the guarantee for each advance payment shall be calculated in compliance with the Government Decision no. 264/2003, as follows: value of the advance payment + (value of the advance payment x 0.1% x number of days from the payment of the advance and the 31 December of the year of the payment of the advance). Unless and until the Employer receives the relevant guarantees, or if the value of each advance payment is not stated in the Appendix to Tender, this Sub-Clause shall not apply. The Engineer shall issue an Interim Payment Certificate for each advance payment after receiving 550

Part 3 Section VIII: Particular Conditions of Contract

a Statement (under Sub-Clause 14.3 [Application for Interim Payment Certificates]) and after the Employer receives (i) the Performance Security in accordance with Sub-Clause 4.2 [Performance Security] and (ii) a guarantee in amounts and currencies equal to the advance payment. This guarantee shall be issued by a bank and from within a country (or other jurisdiction) approved by the Employer, and shall be in the form annexed to the Particular Conditions or in another form approved by the Employer. The Contractor shall ensure that each advance guarantee is valid and enforceable until the advance payment has been fully repaid. Each advance payment shall be repaid through deductions from the Payment Certificates until the end of the relevant calendar year. Each advance payment shall be fully repaid before any other monies are actually paid to the Contractor. If any advance payment has not been repaid at the end of the relevant calendar year, the whole of the balance then outstanding shall immediately become due and payable by the Contractor to the Employer. The Employer shall also be entitled, subject to Sub-Clause 2.5, to receive penalties related to such balance at the rate provided for budgetary debts under the applicable Laws and calculated over the period between the receipt and the repayment of the relevant advance payment by the Contractor. If any advance payment has not been repaid prior to the issue of the Taking-Over Certificate for the Works or prior to termination of the Contract, the whole of the balance then outstanding shall immediately become due and payable by the Contractor to the Employer. Sub-Clause 14.3 Application for Interim Payment Certificates Add the following sentence at the end of this Sub-Clause: Any Statement under this Sub-Clause shall be signed by the Contractors Representative duly appointed in accordance with Sub-Clause 4.3. In case a Statement is not signed by the duly appointed Contractors Representative, such Statement shall be void and ineffective. Sub-Clause 14.4 Schedule of Payments Add the following sentence at the end of this Sub-Clause: If the Contractor does not submit an updated estimate within this period, the Employer shall be entitled, subject to Sub-Clause 2.5, to payment by the Contractor of the sum stated in the Appendix to Tender. Sub-Clause 14.5 Plant and Materials intended for the Works Add the following sentence at the end of this Sub-Clause: For the specific purpose of the present Sub-Clause, the word Site is deemed to include the Contractor site installation or camp. Sub-Clause 14.6 Issue of Interim Payment Certificates Add the following text at the end of this Sub-Clause: Without prejudice to any other rights of the Contractor under the Contract or otherwise, the Engineer shall not issue a Payment Certificate when the total amount certified for payment under the Contract would then exceed the Accepted Contract Amount (as might be modified through amendments or similar to the Contract). When issuing any Payment Certificate, the Engineer shall send a copy of the Payment Certificate to the Contractor. Sub-Clause 14.7 Payment This Sub-Clause is replaced by the following text: Notwithstanding the provisions of Sub-Clause 2.5 [Employers Claims], the Employer shall be entitled to correct arithmetical errors in any Payment Certificate. Accordingly, the Employer shall give notice to the Contractor, with copy to the Engineer, of its full or partial acceptance of each Payment Certificate, together with supporting particulars. The Contractor shall then issue to the Employer, as soon as practicable, a formal invoice as per the requirements under the Law, for the amount accepted by the Employer. The Employer shall pay to the Contractor:

551

Part 3 Section VIII: Particular Conditions of Contract

(a) the amount certified in each Interim Payment Certificate or the amount corrected under this Sub-Clause, within 84 days after the Engineer receives the Statement and supporting documents, subject to submission by the Contractor of the corresponding invoice. (b) the amount certified in the Final Payment Certificate or the amount corrected under this SubClause, within 84 days after the Employer receives this Payment Certificate, subject to submission by the Contractor of the corresponding invoice. The Contractor shall notify to the Employer, prior to any payment under the Contract, details of the bank account (s) nominated by the Contractor for payments for the currency or currencies specified in the Contract. All payments of the amounts due to the Contractor shall be made into the bank account(s) thus nominated by the Contractor. Sub-Clause 14.8 Delayed Payment Replace this Sub-Clause in its entirety with: If the Contractor does not receive payment in accordance with Sub-Clause 14.7 (Payment), the Contractor shall be entitled to receive financing charges, compounded monthly on the amount unpaid during the period of delay. a) These financing charges shall be calculated at the annual rate of three percentage points above the discount rate of the central bank in the country of the currency of payment, and shall be paid in such currency. For payments in Euro, the relevant central bank is the European Central Bank. b) Interest shall be calculated starting from the calendar day following the end of the period specified in sub-clause 14.7 up to the date when the Contractor receives payment. c) Any partial payment shall first cover the interest determined in accordance with subparagraphs (a) and (b) of the present Sub-Clause. The Contractor shall be entitled to this payment upon submission to the Engineer of an invoice, without any other formal notice or certification, and without prejudice to any other right or remedy. Any invoice for financing charges related to delayed payment shall be issued by the Contractor within two months from the beginning of the period of delay. In case no invoice is issued within such period of two months, the Contractor will not be entitled any longer to receive financing charges for the related unpaid amount. Sub-Clause 14.9 Payment of Retention Money Add the following text at the end of Sub-Clause 14.9: When the Taking-Over Certificate has been issued for the Works, the Engineer shall certify and the Employer shall make payment of the outstanding balance of the Retention Money to the Contractor if he obtains a guarantee, in a form and provided by an entity approved by the Employer, in amounts and currencies equal to the payment. The Contractor shall ensure that the guarantee is valid and enforceable until the Contractor has remedied any defects, as specified for the Performance Security in Sub-Clause 4.2, and shall be returned to the Contractor accordingly. This release of retention shall be in lieu of the release of the second half of the Retention Money under the second paragraph of Sub-Clause 14.9. Sub-Clause 14.13 Issue of Final Payment Certificate Add the following text at the end of Sub-Clause 14.13: Without prejudice to any other rights of the Contractor under the Contract or otherwise, the Engineer shall not issue a Payment Certificate when the total amount certified for payment under the Contract would then exceed the Accepted Contract Amount (as might be modified through amendments or similar to the Contract). When issuing any Payment Certificate, the Engineer shall send a copy of the Payment Certificate to the Contractor. Clause 15 Termination by Employer

Sub-Clause 15.2 Termination by Employer In the first paragraph, replace sub-paragraph (f) with the following: (f) has engaged in corrupt, fraudulent, collusive or coercive practices, in competing for or in executing the Contract; or any of the Contractors Personnel, agents or Subcontractors, has engaged in corrupt, fraudulent, collusive or coercive practices, in competing for or in executing the 552

Part 3 Section VIII: Particular Conditions of Contract

Contract. However, lawful inducements and rewards to Contractors Personnel shall not entitle termination. For the purpose of this Sub-Clause, (i) corrupt practice means the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another party. (ii) fraudulent practice means any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation. (iii) coercive practice means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party. (iv) collusive practice means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party. In the first paragraph, after sub-paragraph (f), the following sub-paragraph is added: (g) in case the Contractor, without reasonable excuse, has not achieved three of the milestones, defined in the Appendix to Tender, related to one particular Section (if applicable) or to the Works (where no Sections are defined). Delete the second paragraph and replace by the following: In any of these events or circumstances, the Employer may, upon giving 14 days notice to the Contractor, terminate the Contract and expel the Contractor from the Site. The Contract shall be terminated de jure, without formal summons, court judgment or arbitral award or any further formalities at the expiry of the above-mentioned 14 days notice. However, in the case of subparagraph (e) or (f), the Employer may by notice terminate the Contract immediately and the Contract shall be terminated de jure, without formal summons, court judgment or arbitral award or any further formalities upon receipt by the Contractor of the Employers notice of termination. Insert the following text within the last paragraph after the second sentence: If the Contractor fails to remove his equipment and temporary works within 21 days after receiving the notice, the Employer is entitled to use so much of the Contractors Equipment and temporary Works which have been deemed to be reserved exclusively for the execution of the Works, under the provisions of the Contract, as he may consider proper, up to the completion of the respective works. Add the following text at the end of the Sub-Clause: In the case where, in accordance with the provisions of Sub-Clause 14.5, part of the cost of Plant and Materials intended for the Works has been certified but the related Plant and Materials are actually stored on the Contractor site installation or similar camp and not on Site as defined under Sub-Clause 1.1.6.7, the Contractor shall, promptly after termination, ensure that such Goods and Materials are delivered to and properly stored on the Site. Clause 17 Risk and Responsibility

Sub-Clause 17.3 Employers Risk Add paragraph (i) as follows: (i) damage to components of the Employers property on the Site and damage done to the Works resulting from any accident involving road users while the public use of the Works is authorised by the Employer, where it can be demonstrated by the Contractor that the accident cannot be partly or wholly attributed to any deficiency in the Contractors Traffic Management Plan. Clause 18 Insurance

Sub-Clause 18.2 Insurance for Works and Contractors Equipment Add the following paragraph: It shall be the responsibility of the Contractor to notify the insurance company of any change in the nature, extent or programme for the execution of the Works and to ensure adequacy of the insurance coverage at all times during the period of the Contract.

553

Part 3 Section VIII: Particular Conditions of Contract

Clause 19

Force Majeure

Sub-Clause 19.2 Notice of Force Majeure Add at the end of first paragraph of Sub-Clause 19.2: and shall be accompanied by appropriate documentation evidencing the occurrence of the Force Majeure event. Sub-Clause 19.6 Optional Termination, Payment and Release Replace the first paragraph with the following: If the execution of substantially all the Works in progress is prevented for a continuous period of 84 days by reason of Force Majeure of which notice has been given under Sub-Clause 19.2 [Notice of Force Majeure], or for multiple periods which total more than 140 days due to the same notified Force Majeure, then either Party may give to the other Party a notice of termination of the Contract. In this event, the termination shall take effect 7 days after the notice is given, and the Contractor shall promptly: (a) cease all further work, except for such work as may have been instructed by the Engineer for the protection of life or property or for the safety of the Works, (b) hand over Contractors Documents, Plant, Materials and other work, for which the Contractor has received payment, and (c) remove all other Goods from the Site, except as necessary for safety, and leave the Site. Clause 20 Claims, Disputes and Arbitration

Sub-Clause 20.2 Appointment of the Dispute Adjudication Board Delete this entire Sub-Clause Sub-Clause 20.3 Failure to agree Dispute Adjudication Board Delete this entire Sub-Clause Sub-Clause 20.4 Obtaining Dispute Adjudication Boards Decision Delete this entire Sub-Clause Sub-Clause 20.5 Amicable Settlement Replace this Sub-Clause with the following: If a dispute (of any kind whatsoever) arises between the Parties in connection with, or arising out of, the Contract or the execution of the Works, including any dispute as to any certificate, determination, instruction, opinion or valuation of the Engineer, either Party shall notify the other Party and the Engineer. Both Parties shall attempt to settle the dispute amicably before the commencement of arbitration. However, unless both Parties agree otherwise, arbitration may be commenced on or after the fifty-sixth day after the day on which notice was given, even if no attempt at amicable settlement has been made. Sub-Clause 20.6 Arbitration Delete the first sentence of the first paragraph of Sub-Clause 20.6 and replace by the following sentence: Unless settled amicably, any dispute arising out of or in connection with the Contract, including without limitation any dispute regarding its breach, termination or invalidity, shall be finally settled by arbitration of the Court of Internaional Commercial Arbitration attached to the Chamber of Commerce and Industry of Romania according to its Rules of Arbitration. The arbitral award shall be final and binding. Sub-Clause 20.7 Failure to Comply with Dispute Adjudication Boards Decision Delete this entire Sub-Clause Sub-Clause 20.8 Expiry of Dispute Adjudication Boards Appointment Delete this entire Sub-Clause

554

Part 3 Section IX: Contract Forms

Section IX: Contract Forms

555

Part 3 Section IX: Contract Forms

CONTRACT AGREEMENT

This Contract Agreement is made between: Compania Nationala de Autostrazi si Drumuri Nationale din Romania S.A. (in English: Romanian National Company of Motorways and National Roads S.A. - RNCMNR), of Bd. Dinicu Golescu nr. 38, sector 1, Bucharest 010873, Romania, registered at Trade Register with no J40/552/15.01.2004, CUI R16054368, bank account at BCR Unirii Branch nr. RO67RNCB0082008094080001, VAT identification number: RO16054368, represented by ... - General Manager, hereinafter referred to as the Contracting Authority or the Employer, of the one part, and .. with its registered office , bank account nr. . at ..., represented by ., hereinafter referred to as the Contractor, of the other part. Whereas the Employer desires that the Contractor execute <title of lot> (hereinafter called the Works) and the Employer has accepted the Tender by the Contractor for the execution and completion of such Works and the remedying of any defects therein, It is hereby agreed as follows: 1. In this Contract Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to. The following Documents shall be deemed to form and be read and construed as part of this contract, in the following order of precedence: (a) the Contract Agreement, (b) the Memorandum of Clarifications/Negotiation (if any), (c) the Letter of Tender with Appendix, (d) the Particular Conditions of Contract, (e) the General Conditions of Contract, (f) the Technical Specifications, (g) the Drawings, (h) the Bills of Quantities (after arithmetical corrections), (k) any other Documents forming part of the Contract (such as attachments 4.1 to 4.5 and 5.1 to 5.7 to the Tender) Addenda and Memoranda shall have the order of precedence of the document they are modifying. 3. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects wherein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract. The Accepted Contract Amount, excluding VAT, is . (in numbers and letters) Euro. The related VAT to the Accepted Contract Amount is .. (in numbers and letters) Euro.

2.

4.

5.

556

Part 3 Section IX: Contract Forms

The Accepted Contract Amount, including VAT, is . (in numbers and letters) Euro. In witness whereof the parties hereto have signed the Contract Agreement. This Contract Agreement shall take effect on the date on which it is signed by the last party. This Contract Agreement is made in three originals in the English language. Two originals are to retained by the Employer and one original is to be retained by the Contractor.

EMPLOYER: Signed and sealed by: Name of the signatory (with capital letters) Signature: .. In the capacity of .................................. Being fully authorised by and acting on behalf of the Employer Date

CONTRACTOR: Signed and sealed by: Name of the signatory (with capital letters) . Signature: .. In the capacity of .................................... Being fully authorised by and acting on behalf of the Contractor Date ............................

557

Part 3 Section IX: Contract Forms

PERFORMANCE SECURITY (BANK GUARANTEE)

To: Romanian National Company of Motorways and National Roads (the RNCMNR) th Nr. 38 Dinicu Golescu Blvd, sector 1, 8 floor, 010873, Bucharest, ROMANIA Whereas [name and address of Contractor]1 (hereinafter called the Contractor) has undertaken, in pursuance of Contract Nr. [number] dated [date] to execute <title of lot> (hereinafter called the Contract); And whereas it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract; And whereas we have agreed to give the Contractor such a Bank Guarantee; Now therefore we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of [amount of Guarantee] [amount in words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of [amount of Guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any such change, addition, or modification. This Guarantee shall be valid until a date 28 days from the date of issue of the Performance Certificate. This guarantee is subject to the Uniform Rules for Demand Guarantees; ICC Publication Nr. 458, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded. Signature and seal of the Guarantor Name of Bank Address Date

<In case of a joint venture or consortium, the name of the joint venture or consortium shall be specified. The name of the firms which are included in the association and also the name of the association leader under the Association Agreement shall be also mentioned in brackets after the joint venture or consortium name.>

558

Part 3 Section IX: Contract Forms

BANK GUARANTEE FOR ADVANCE PAYMENT To: Romanian National Company of Motorways and National Roads (the RNCMNR) Nr. 38 Dinicu Golescu Blvd, sector 1, 8 floor, 010873, Bucharest, ROMANIA <title of lot> Gentlemen: In accordance with the provisions of the Conditions of Contract, Clause 14.2 (Advance 1 Payment) of the above-mentioned Contract, [name and address of Contractor] (hereinafter called the Contractor) shall deposit with Romanian National Company of Motorways and National Roads (the RNCMNR) a Bank Guarantee to guarantee repayment of the advance and remedy of prejudice that might appear further to the inadequate use of the advance, in an amount of [amount of Guarantee] [amount in words]2. We, the [Bank or Financial Institution], as instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to Romanian National Company of Motorways and National Roads (the RNCMNR) of any amount requested by it, on his first demand accompanied by a declaration regarding the Contractor failure to meet its obligations concerning the use and repayment of the advance. The payment will be made within the period mentioned in the demand, without whatsoever right of objection on our part and without its first claim to the Contractor. We further agree that no change or addition to or other modification of the terms of the Contract or of Works to be performed thereunder or of any of the Contract documents which may be made between Romanian National Company of Motorways and National Roads (the RNCMNR) and the Contractor, shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any such change, addition, or modification. This Guarantee shall remain valid and in full effect from the date of the advance payment under the Contract until Romanian National Company of Motorways and National Roads (the RNCMNR) receives full repayment of the same amount from the Contractor. The present guarantee is valid and enforceable from the date on which the advance payment is made, until the date on which the contractual obligations which arise from the advance payment are entirely fulfilled, in compliance with the Government Decision no. 264/2003 regarding the actions and expenditure categories, the criteria and the limits for making advance payments from public funds, but no later than 70 (seventy) days after 31 December of the year in which the advance is paid. Yours truly, Signature and seal: Name of Bank/Financial Institution: Address: Date:
<1 th

In case of a joint venture or consortium, the name of the joint venture or consortium shall be specified. The name of the firms which are included in the association and also the name of the association leader under the Association Agreement shall be also mentioned in brackets after the joint venture or consortium name. 2 The value of the guarantee for each advance payment shall be calculated as follows: value of the advance payment + (value of the advance payment x 0.1% x number of days from the payment of the advance and the 31 December of the year of the payment of the advance).>

559

Part 3 Section IX: Contract Forms

FORM OF RETENTION MONEY GUARANTEE Brief description of Contract: Rehabilitation works for 7 bridges in Dobrogea area, in three lots Lot number <complete> Name and address of Beneficiary: Romanian National Company of Motorways and National Roads Dinicu Golescu Blvd, no. 38, 010873 Bucharest, sector 1, Romania together with successors and assigns, (whom the Contract defines as Employer). We have been informed that ___________________________ (hereinafter called the 1 "Principal ") is your contractor under such Contract and wishes to receive early payment of [part of] the retention money, for which the Contract requires him to obtain a guarantee. At the request of the Principal, we (name of bank) ______________________ hereby irrevocably undertake to pay you, the Beneficiary/Employer, any sum or sums not exceeding in total the amount of ___________________________ (the "guaranteed amount", say: ________________________) upon receipt by us of your demand in writing and your written statement stating: (a) that the Principal has failed to carry out his obligation(s) to rectify certain defect(s) for which he is responsible under the Contract, and (b) the nature of such defect(s). At any time, our liability under this guarantee shall not exceed the total amount of retention money released to the Principal by you, as evidenced by your notices issued under subclause 14.6 of the conditions of the Contract with a copy being passed to us. Any demand for payment must contain your signature(s) which must be authenticated by your bankers or by a notary public. The authenticated demand and statement must be received by us at this office on or before (the date 70 days after the expected expiry of the Defects Notification Period for the Works) ________________________ (the "expiry date"), when this guarantee shall expire and shall be returned to us. We have been informed that the Beneficiary may require the Principal to extend this guarantee if the performance certificate under the Contract has not been issued by the date 28 days prior to such expiry date. We undertake to pay you such guaranteed amount upon receipt by us, within such period of 28 days, of your demand in writing and your written statement that the performance certificate has not been issued, for reasons attributable to the Principal, and that this guarantee has not been extended. This guarantee shall be governed by the laws of Romania and shall be subject to the Uniform Rules for Demand Guarantees, published as number 458 by the International Chamber of Commerce, except as stated above. Date__________________________________ Signature(s) ________________________
<1

In case of a joint venture or consortium, the name of the joint venture or consortium shall be specified. The name of the firms which are included in the association and also the name of the association leader under the Association Agreement shall be also mentioned in brackets after the joint venture or consortium name.>

560

You might also like