Guardrail and Components

expired opportunity(Expired)
From: New Hampshire Department of Administrative Services(State)
Bid 71-21

Basic Details

started - 30 Oct, 2020 (about 3 years ago)

Start Date

30 Oct, 2020 (about 3 years ago)
due - 07 Dec, 2020 (about 3 years ago)

Due Date

07 Dec, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
Bid 71-21

Identifier

Bid 71-21
Department of Administrative Services

Customer / Agency

Department of Administrative Services
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Revised: 10/20/20 LMR 1 State of New Hampshire Date: 11/13/2020 Division of Procurement and Support Services Bureau of Purchase and Property Bid No.: 71-21 25 Capitol Street, Room 102, State House Annex Concord, NH 03301-6398 Date of Bid Closing: 12/07/2020 Time of Bid Closing: 11:00 AM (EST) PLEASE DIRECT ANY QUESTIONS REGARDING THIS BID TO LIZ MOSKALENKO: E-mail Elizabeth.A.Moskalenko@DAS.NH.Gov EMAIL YOUR BID TO: NH.Purchasing@DAS.NH.Gov BID INVITATION FOR: GUARDRAIL AND COMPONENTS [Insert name of signor] _____________________________, on behalf of _____________________________ [insert name of entity submitting bid (collectively referred to as “Vendor”) hereby submits an offer as contained in the written bid submitted herewith (“Bid”) to the State of New Hampshire in response to BID #71-21 at the price(s) quoted herein in complete accordance with the
bid. Vendor attests to the fact that: 1. The Vendor has reviewed and agreed to be bound by the Bid. 2. The Vendor has not altered any of the language or other provisions contained in the Bid document. 3. The Bid is effective for a period of 180 days from the Bid Closing date as indicated above. 4. The prices Vendor has quoted in the Bid were established without collusion with other vendors. 5. The Vendor has read and fully understands this Bid. 6. Further, in accordance with RSA 21-I:11-c, the undersigned Vendor certifies that neither the Vendor nor any of its subsidiaries, affiliates or principal officers (principal officers refers to individuals with management responsibility for the entity or association): a. Has, within the past 2 years, been convicted of, or pleaded guilty to, a violation of RSA 356:2, RSA 356:4, or any state or federal law or county or municipal ordinance prohibiting specified bidding practices, or involving antitrust violations, which has not been annulled; b. Has been prohibited, either permanently or temporarily, from participating in any public works project pursuant to RSA 638:20; c. Has previously provided false, deceptive, or fraudulent information on a vendor code number application form, or any other document submitted to the state of New Hampshire, which information was not corrected as of the time of the filing a bid, proposal, or quotation; d. Is currently debarred from performing work on any project of the federal government or the government of any state; e. Has, within the past 2 years, failed to cure a default on any contract with the federal government or the government of any state; f. Is presently subject to any order of the department of labor, the department of employment security, or any other state department, agency, board, or commission, finding that the applicant is not in compliance with the requirements of the laws or rules that the department, agency, board, or commission is charged with implementing; g. Is presently subject to any sanction or penalty finally issued by the department of labor, the department of employment security, or any other state department, agency, board, or commission, which sanction or penalty has not been fully discharged or fulfilled; h. Is currently serving a sentence or is subject to a continuing or unfulfilled penalty for any crime or violation noted in this section; i. Has failed or neglected to advise the division of any conviction, plea of guilty, or finding relative to any crime or violation noted in this section, or of any debarment, within 30 days of such conviction, plea, finding, or debarment; or j. Has been placed on the debarred parties list described in RSA 21-I:11-c within the past year. This document shall be signed by a person who is authorized to legally obligate the responding vendor. A signature on this document indicates that all State of New Hampshire terms and conditions are accepted by the responding vendor and that any and all other terms and conditions submitted by the responding vendor are null and void, even if such terms and conditions have terminology to the contrary. The responding vendor shall also be subject to State of New Hampshire terms and conditions as stated on the reverse of the purchase order. Authorized Signor’s Signature _______________________________ Authorized Signor’s Title ________________________ NOTARY PUBLIC/JUSTICE OF THE PEACE COUNTY: ___________________________ STATE: ______________ ZIP: _________________ On the _____ day of _______________, 2020, personally appeared before me, the above named ________________________, in his/her capacity as authorized representative of ________________, known to me or satisfactorily proven, and took oath that the foregoing is true and accurate to the best of his/her knowledge and belief. In witness thereof, I hereunto set my hand and official seal. _________________________________________________________ (Notary Public/Justice of the Peace) My commission expires: _________________________________________________________ (Date) Form P31-A Unless specifically amended or deleted by the Division of Procurement and Support Services, the following General Terms and Conditions apply to this Bid and any resulting Purchase Order or Contract. mailto:Elizabeth.A.Moskalenko@DAS.NH.Gov mailto:NH.Purchasing@DAS.NH.Gov Revised: 10/20/20 LMR 2 GENERAL CONDITIONS AND INSTRUCTIONS: NATURE OF, AND ELIGIBILITY TO RESPOND. This bid invitation is submitted in accordance with Chapter 21-1, and rules promulgated thereunder, and constitutes a firm and binding offer. A bid may not be withdrawn unless permission is obtained from the Bureau of Purchase and Property. Bids may be issued only by the Bureau of Purchase and Property and are not transferable. SAMPLES AND DEMONSTRATIONS. When samples are required they must be submitted free of costs and will not be returned. Items left for demonstration or evaluation purposes shall be delivered and installed free of charge and shall be removed at no cost to the State. Demonstration units shall not be offered to the State as new equipment. BIDS. Bids must be received at the Bureau of Purchase and Property before the date and time specified for the closing. Bids must be submitted on this bid form or exact copies and must be typed or clearly printed in ink. Corrections must be initialed. Bids are to be made less Federal Excise Tax and no charge for handling unless required by law. SPECIFICATIONS. Vendors must submit on items as specified. Proposed changes must be submitted in writing and received at the Bureau of Purchase and Property at least five (5) business days prior to the bid closing. Vendors shall be notified in writing if any changes to the specifications are made. AWARD. The award will be made to the responsible Vendor submitting a conforming bid meeting specifications at the lowest cost unless other criteria are noted in the bid. Unless otherwise noted, the award may be made by individual items. If there is a discrepancy between the unit price and the extension, the unit price will prevail. When identical low bids are received the award will be made in accordance with the Administrative Rules. Discounts will not be considered in making award but may be offered on the Invoice for earlier payment and will be applicable on the date of completion of delivery or receipt of Invoice, whichever is later. On orders specifying split deliveries, discounts will apply on the basis of each delivery or receipt of Invoice, whichever is later. PATENT INFRINGEMENT. Any responding vendor who has reason to believe that any other responding vendor will violate a patent should such responding vendor be awarded the contract shall set forth in writing, prior to the date and time of closing, the grounds for his belief and a detailed description of the patent. ASSIGNMENT PROVISION. The responding vendor hereby agrees to assign all causes of action that it may acquire under the antitrust laws of New Hampshire and the United States as the result of conspiracies, combinations, or contracts in restraint of trade which materially affect the price of goods or services obtained by the state under this contract if so requested by the State of New Hampshire. FEDERAL FUNDS. This Division of Plant and Property Management, under RSA 21-1:14, VIII shall assure the continuation or granting of federal funds or other assistance not otherwise provided for by law by following the Federal Procurement Standards. STATE’S OPTIONS: The Bureau of Purchase and Property reserves the right to reject or accept all or any part of any bid, to determine what constitutes a conforming bid, to award the bid solely as it deems to be in the best interest of the State, and to waive irregularities that it considers not material to the bid. PUBLIC INFORMATION: The responding vendor hereby acknowledges that all information relating to this bid and any resulting order (Including but not limited to fees, contracts, agreements and prices) are subject to these laws of the State of New Hampshire regarding public information. PERSONAL LIABILITY: The responding vendor agrees that in the preparation of this bid or the execution of any resulting contract or order, representatives of the State of New Hampshire shall incur no liability of any kind. PROOF OF COMPLIANCE. The responding vendor may be required to supply proof of compliance with proposal specifications. When requested, the responding vendor must immediately supply the Bureau of Purchase and Property with certified test results or certificates of compliance. Where none are available, the State may require independent laboratory testing. All costs for such testing certified test results or certificate of compliance shall be the responsibility of the responding vendor. FORM OF CONTRACT. The terms and conditions set forth in any additional Terms and Conditions by the Bureau of Purchase and Property are part of the bid and will apply to any contract awarded the responding vendor unless specific exceptions are taken and accepted and will prevail over any contrary provisions in Terms and Conditions submitted by the responding vendor. Revised: 10/20/20 LMR 3 CONTRACT TERMS AND CONDITIONS 1. The State of New Hampshire, acting through the Division of Procurement and Support Services, engages the firm or individual ("the Vendor") to perform the services and/or sale of goods, described in the attached State documents, if any, and the Vendor’s bid or quotation, both of which are incorporated herein by reference. 2. COMPLIANCE BY VENDOR WITH LAWS AND REGULATIONS. In connection with the performance of this agreement, the Vendor shall comply with all statutes, laws, regulations, and orders of federal, state, county or municipal authorities which shall impose any obligation or duty upon the Vendor, including, but not limited to civil rights and equal opportunity laws. 3. TERM. The contract, and all obligations of the parties thereunder, shall become effective on a specified date and shall be completed in their entirety prior to a specified date. Any work undertaken by the Vendor prior to the effective date shall be at his sole risk and, in the event that the contract shall not become effective, the State shall be under no obligation to reimburse the Vendor for any such work. 4. CONTRACT PRICE. The contract price, a payment schedule and a maximum limitation of price shall be as specified by the bid invitation and the Vendor’s bid. All payments shall be conditioned upon receipt, and approval by the State, of appropriate vouchers and upon satisfactory performance by the Vendor, as determined by the State. The payment by the State of the Contract Price shall constitute complete reimbursement to the Vendor for all expenses of any nature incurred by the Vendor in the performance by the Vendor and complete payment for the Services. The State shall have no other liability to the Vendor. 5. DELIVERY. If the vendor fails to furnish items and/or services in accordance with all requirements, including delivery, the state may re- purchase similar items from any other source without competitive bidding, and the original vendor may be liable to the state for any excess costs. If a vendor is unable to complete delivery by the date specified, he must contact the using agency. However, the agency is not required to accept a delay to the original delivery date. All deliveries are subject to inspection and receiving procedure rules as established by the State of New Hampshire. Deliveries are not considered accepted until compliance with these rules has been established. State personnel signatures on shipping documents shall signify only the receipt of shipments. All deliveries shall be FOB Destination. 6. INVOICING. All invoices must list Order Number, Unit and Extension Prices and discounts allowed. A separate invoice shall be submitted for each order. Unless otherwise noted on the invitation to bid or purchase order, payment will not be due until thirty (30) days after all services have been completed, or all items have been delivered, inspected and accepted or the invoice has been received at the agency business office, whichever is later. 7. PERSONNEL. 7.1. The Vendor shall disclose in writing the names of all owners (5% or more), directors, officers, employees, agents or subcontractors who are also officials or employees of the State of New Hampshire. Any change in this information shall be reported in writing within fifteen (15) days of their occurrence. 7.2. The person signing this agreement on behalf of the State, or his or her delegee ("Contracting Officer") shall be the State’s representative for purposes of this agreement. In the event of any dispute concerning the interpretation of this agreement, the Contracting Officer’s decision shall be final. 8. EVENT OF DEFAULT; REMEDIES. 8.1. Any one or more of the following acts or omissions of the Vendor shall constitute an event of default hereunder ("Events of Default"): 8.1.1. failure to deliver the goods or services satisfactorily or on schedule; or 8.1.2. failure to submit any report required hereunder; or 8.1.3. failure to perform any of the other covenants and conditions of this agreement. 8.2. Upon the occurrence of any Event of Default, the State may take any one, or more, or all, of the following actions: 8.2.1. give the Vendor a written notice specifying the Event of Default and requiring it to be remedied within, in the absence of a greater or lesser specification of time, thirty (30) days from the date of the notice; and if the Event of Default is not timely remedied, terminate this agreement, effective two (2) days after giving the Vendor notice of termination; and 8.2.2. give the Vendor a written notice specifying the Event of Default and suspending all payments to be made under this agreement and ordering that the portion of the Contract Price, which would otherwise accrue to the Vendor during the period from the date of such notice until such time as the State determines that the Vendor has cured the Event of Default, shall never be paid to the Vendor; and 8.2.3. set off against any other obligation the State may owe to the Vendor any damages the State suffers by reason of any Event of Default; and 8.2.4. treat the agreement as breached and pursue any of its remedies at law or in equity, or both. Revised: 10/20/20 LMR 4 9. WAIVER OF BREACH. No failure by the State to enforce any provisions hereof after any Event of Default shall be deemed a waiver of its rights with regard to that Event, or any subsequent Event. No express failure of any Event of Default shall be deemed a waiver of any provision hereof. No such failure or waiver shall be deemed a waiver of the right of the State to enforce each and all of the provisions hereof upon any further or other default on the part of the Vendor. 10. VENDOR’S RELATION TO THE STATE. In the performance of this agreement the Vendor is in all respects an independent contractor, and is neither an agent nor an employee of the State. Neither the Vendor nor any of its officers, employees, agents or members shall have authority to bind the State nor are they entitled to any of the benefits, workmen’s compensation or emoluments provided by the State to its employees. 11. ASSIGNMENT AND SUBCONTRACTS. The Vendor shall not assign, or otherwise transfer any interest in this agreement without the prior written consent of the State. No work required by this contract shall be subcontracted without the prior written consent of the State. 12. INDEMNIFICATION. The contractor shall defend, indemnify and hold harmless the State, its officers and employees, from and against any and all losses suffered by the State, its officers and employees, and any and all claims, liabilities or penalties asserted against the State, its officers and employees, by or on behalf of any person, on account of, based on, resulting from, arising out of (or which may be claimed to arise out of) the acts or omissions of the Vendor. Notwithstanding the foregoing, nothing herein contained shall be deemed to constitute a waiver of the sovereign immunity of the State, which immunity is hereby reserved to the State. This covenant shall survive the termination of this agreement. 12.1 PATENT PROTECTION. The seller agrees to indemnify and defend the State of New Hampshire from all claims and losses resulting from alleged and actual patent infringements and further agrees to hold the State of New Hampshire harmless from any liability arising under RSA 382-A:2-312(3). (Uniform Commercial Code). 13. TOXIC SUBSTANCES. In compliance with RSA 277-A Toxic Substances in the Workplace known as the Workers Right to Know Act, the vendor shall provide Safety Data Sheets (277-A:4 Safety Data Sheets) for all products covered by said law. 14. NOTICE. Any notice by a party hereto to the other party shall be deemed to have been duly delivered or given at the time of mailing by certified mail, postage prepaid, in a United States Post Office addressed to the parties at the addresses given below. 15. AMENDMENT. This agreement may be amended, waived or discharged only by an instrument in writing signed by the parties hereto. 16. CONSTRUCTION OF AGREEMENT AND TERMS. This agreement shall be construed in accordance with the laws of the State of New Hampshire, and is binding upon and inures to the benefit of the parties and their respective successors and assigns. 17. ADDITIONAL PROVISIONS. The additional provisions (if any) have been set forth as Exhibit "A" hereto. 18. ENTIRE AGREEMENT. This agreement, which may be executed in a number of counterparts, each of which shall be deemed an original, constitutes the entire agreement and understanding between the parties, and supersedes all prior agreements and understandings relating hereto. Revised: 10/20/20 LMR 5 BID INVITATION FOR: GUARDRAIL AND COMPONENTS PURPOSE: The purpose of this bid invitation is to establish contracts in the form of a purchase order, for supplying the State of New Hampshire with the item(s) indicated in the “Offer” section of this bid invitation, in accordance with the requirements of this bid invitation and any resulting order. This shall be a one-time order with delivery required to the location indicated in the F.O.B. section of this bid invitation. INSTRUCTIONS TO VENDOR: Read the entire bid invitation prior to filling it out. Complete the pricing information in the “Offer” section (detailed information on how to fill out the pricing information can be found in the “Offer” section); complete the “Vendor Contact Information” section; and finally, fill out, sign, and notarize page 1 of the bid invitation. BID SUBMITTAL: All bids shall be submitted on this form or an exact copy shall be typed or clearly printed in ink and shall be received on or before the date and time specified on page 1 of this bid under “Bid closing”. Interested parties may submit a bid to the State of New Hampshire Bureau of Purchase and Property by email to NH.Purchasing@DAS.NH.Gov. All bids shall be clearly marked with bid number, date due and purchasing agent’s name. IF YOU ARE EXPERIENCING DIFFICULTIES EMAILING YOUR BID OR YOU WISH TO VERIFY THAT YOUR BID RESPONSE HAS BEEN RECEIVED, PLEASE CALL (603) 271-2201. BID INQUIRIES: Any questions, clarifications, and/or requested changes shall be submitted by an individual authorized to commit their organization to the Terms and Conditions of this bid and shall be received in writing at the Bureau of Purchase and Property no later than 4:00 PM on the date listed in the timeline below. Questions shall not be submitted to anyone other than the Purchasing Agent or his/her representative. Bidders that submit questions verbally or in writing to any other State entity or State personnel shall be found in violation of this part and may be found non-compliant. Questions shall be submitted by E-mail to Liz Moskalenko at the following address: Elizabeth.A.Moskalenko@DAS.NH.Gov Submissions shall clearly identify the Bid Number, the Vendor’s name and address and the name of the person submitting the question. BID DUE DATE: All bid submissions shall be received at the Bureau of Purchase and Property no later than the date and time shown on the transmittal letter of this bid. Submissions received after the date and time specified shall be marked as “Late” and shall not be considered in the evaluation process. All bid submissions shall be treated as firm offers to remain valid for acceptance for a period of one hundred eighty (180) days from the bid due date. The transmittal of a vendor’s response or bid submission to any State agency or office other than the Department of Administrative Services (DAS), Bureau of Purchase and Property may be grounds for disqualification. ADDENDA: In the event it becomes necessary to add to or revise any part of this bid prior to the scheduled submittal date, the NH Bureau of Purchase and Property shall post on our web site any Addenda. Before your submission and periodically prior to the RFB closing, check the site for any addenda or other materials that may have been issued affecting the bid. The web site address is https://das.nh.gov/purchasing/purchasing.aspx TIMELINE: The timeline below is provided as a general guideline and is subject to change. Unless stated otherwise, consider the dates below a “no later than” date. 11/09/2020 Bid Solicitation distributed on or by 12/04/2020 Last day for questions, clarifications, and/or requested changes to bid 12/07/2020 11:00 AM (EST) Bid Closing mailto:NH.Purchasing@DAS.NH.Gov mailto:Elizabeth.A.Moskalenko@DAS.NH.Gov https://das.nh.gov/purchasing/purchasing.aspx Revised: 10/20/20 LMR 6 GOVERNING TERMS AND CONDITIONS: A responding bid that has been completed and signed by your representative shall constitute your company’s acceptance of all State of New Hampshire terms and conditions and shall legally obligate your company to these terms and conditions. A signed response further signifies that from the time the bid is published (bid solicitation date and time) until a contract is awarded, no bidder shall offer or give, directly or indirectly, any gift, expense reimbursement, or honorarium, as defined by RSA 15-B, to any elected official, public official, public employee, constitutional official, or family member of any such official or employee who shall select, evaluate, or award the RFB. Furthermore, a signed response signifies that any terms and/or conditions that may be or have been submitted by the Vendor are specifically null and void and are not a part of this bid invitation or any awarded purchase order, even if said terms and/or conditions contain language to the contrary. CHAPTER ADM 600 PROCUREMENT AND PROPERTY RULES APPLY TO AND ARE MADE A PART HEREOF PUBLIC DISCLOSURE OF BID OR PROPOSAL SUBMISSIONS: Generally, the full contents of any bid or proposal (including all materials submitted in connection with it, such as attachments, exhibits, addenda, and vendor presentations) become public information upon completion of final contract or purchase order negotiations with the selected vendor. Certain information concerning bids or proposals, including but not limited to pricing or scoring, is generally available to the public even before this time, in accordance with the provisions of NH RSA 21-G: 37. To the extent consistent with applicable state and federal laws and regulations, as determined by the State, including, but not limited to, NH RSA Chapter 91-A (the “Right-to-Know” Law), the State shall, after final negotiations with the selected vendor are complete, attempt to maintain the confidentiality of portions of a bid or proposal that are clearly and properly marked by a bidder as confidential. Any and all information contained in or connected to a bid or proposal that a bidder considers confidential shall be clearly designated in the following manner: If the bidder considers any portion of a submission confidential, they shall provide a separate copy of the full and complete document, fully redacting those portions by blacking them out and shall note on the applicable page or pages of the document that the redacted portion or portions are “confidential.” Use of any other term or method, such as stating that a document or portion thereof is “proprietary”, “not for public use”, or “for client’s use only”, is not acceptable. In addition to providing an additional fully redacted copy of the bid submission to the person listed as the point of contact on Page one (1) of this document, the identified information considered to be confidential must be accompanied by a separate letter stating the rationale for each item designated as confidential. In other words, the letter must specifically state why and under what legal authority each redaction has been made. Submissions which do not conform to these instructions by failing to include a redacted copy (if required), by failing to include a letter specifying the rationale for each redaction, by failing to designate redactions in the manner required by these instructions, or by including redactions which are contrary to these instructions or operative law may be rejected by the State as not conforming to the requirements of the bid or proposal. The State will generally assume that a bid or proposal submitted without an additional redacted copy contains no information which the bidder deems confidential. Bids and proposals which contain no redactions, as well as redacted versions of submissions that have been accepted by the State, may be released to the public, including by means of posting on State web sites. The State shall have no obligation to maintain the confidentiality of any portion of a bid, proposal or related material, which is not marked in accordance with the foregoing provisions. It is specifically understood and agreed that the bidder waives any claim of confidentiality as to any portion of a response to this RFB or RFP that is not marked as indicated above, and that unmarked (or improperly marked) submissions may be disseminated to any person, without limitation. Marking an entire bid, proposal, attachment or full sections thereof confidential without taking into consideration the public’s right to know shall neither be accepted nor honored by the State. Notwithstanding any provision of this request for submission to the contrary, proposed pricing shall be subject to public disclosure REGARDLESS of whether or not marked as confidential. If a request is made to the State by any person or entity to view or receive copies of any portion of a proposal and if disclosure is not prohibited under NH RSA 21-G:37 or any other applicable law or regulation, bidders Revised: 10/20/20 LMR 7 acknowledge and agree that the State may disclose any and all portions of the proposal or related materials which is not marked as confidential. In the case of bids, proposals or related materials that contain portions marked confidential, the State shall assess what information it believes is subject to release; notify the bidder that the request has been made; indicate what, if any, portions of the proposal or related material shall not be released; and notify the bidder of the date it plans to release the materials. The State is not obligated to comply with a bidder’s designation regarding confidentiality. The State shall have no obligation to advise a bidder that an individual or entity is attempting to electronically access, or has been referred to, materials which have been made publicly available on the State’s web sites. By submitting a bid or proposal, the bidder agrees that unless it obtains and provides to the State, prior to the date specified in the notice described in the paragraph above, a court order valid and enforceable in the State of New Hampshire, at its sole expense, enjoining the release of the requested information, the State may release the information on the date specified in the notice without any liability to the bidder. Notwithstanding NH RSA 91-A:4, no information shall be available to the public, or to the members of the general court or its staff concerning specific responses to this bid invitation from the time this bid is published until the closing date for responses. VENDOR CERTIFICATIONS: All Vendors shall be duly registered as a vendor authorized to conduct business in the State of New Hampshire. • STATE OF NEW HAMPSHIRE VENDOR APPLICATION: Prior to bid award, Vendors shall have a completed Vendor Application Package on file with the NH Bureau of Purchase and Property. See the following website for information on obtaining and filing the required forms (no fee: https://DAS.NH.Gov/Purchasing VENDOR RESPONSIBILITY: The successful Vendor shall be solely responsible for meeting all terms and conditions specified in the bid, and any resulting contract. All State of New Hampshire bid invitations and addenda to these bid invitations are advertised on our website at: https://das.nh.gov/Purchasing/vendorresources.asp. It is a prospective Vendor’s responsibility to access our website to determine any bid invitation under which they wish to participate. It is also the Vendor(s) responsibility to access our website for any posted addendum. The website is updated several times per day; it is the responsibility of the prospective Vendor(s) to access the website frequently to ensure no bidding opportunity or addenda is overlooked. It is the prospective Vendor’s responsibility to forward a signed copy (if the form has a signature block) of any addenda to the Bureau of Purchase and Property with the bid response. In preparation of your bid response, you shall: • Complete the pricing information in the “Offer” section; and o You may include quote separately but the OFFER SECTION MUST be completed for complaint acceptance. • Complete all other required information on your offer (if applicable); and • Complete the “Vendor Contact Information” section; and • Complete the company information on the “Transmittal Letter” page, and sign the bid in the space provided on that page. The Transmittal Letter page shall be notarized to be an official submission. WARRANTY REQUIREMENTS: Successful Vendor shall be required to warranty all of the equipment/item awarded to Vendor for a period of not less than one (1) year or the manufacturer’s standard period of time, whichever is greater, from the date the items are received, inspected and accepted by the State of New Hampshire. The warranty shall cover 100% of all parts, shipping, labor, travel, lodging and expenses. https://das.nh.gov/Purchasing https://das.nh.gov/Purchasing/vendorresources.asp Revised: 10/20/20 LMR 8 BID PRICES: Bid prices shall be in US dollars and shall include delivery and all other costs required by this bid invitation. Special charges, surcharges, or fuel charges of any kind (by whatever name) may not be added on at any time. Any and all charges shall be built into your bid price at the time of the bid. No price increases will be permitted or incurred at any time after bid submittal in relation to increase(s) with respects to market pricing or tariffs in relation to trade cases. Per Administrative Rule 606.01€ “if there is a discrepancy between the unit price and the extension price in a response to an RFP, RFB or RFQ, the unit price shall be binding upon the vendor”. PAYMENT: Payment method (P-Card or ACH). Payments shall be made via ACH or Procurement Card (P-card = Credit Card) unless otherwise specified by the state of New Hampshire. Use the following link to enroll with the State Treasury for ACH payments: https://www.nh.gov/treasury/state-vendors/index.htm INVOICING: Invoices shall be submitted to the corresponding State agency after completion of work. AWARD: The award shall be made to the Vendors meeting the criteria established in this RFB and providing the lowest cost by section completed in full. The State reserves the right to reject any or all bids or any part thereof. If an award is made it shall be, in the form of a State of New Hampshire Purchase Orders. Successful Vendor shall not be allowed to require any other type of order, nor shall the successful Vendor be allowed to require the filling out or signing of any other document by State of New Hampshire personnel. BID RESULTS: Bid results may be viewed when available, once the award has been made, on our web site only at: https://das.nh.gov/purchasing. For Vendors wishing to attend the bid closing: Names of the Vendors submitting responses and pricing shall be made public to the above website. There will be no public openings at this time. TERMINATION: The State of New Hampshire shall have the right to terminate the purchase contract at any time by giving the successful Vendor a thirty (30) day written notice. F.O.B.: The F.O.B. shall be destination to the following delivery point (included in the price bid), which means delivered to a state agency’s receiving dock or other designated point as specified in this bid or subsequent purchase orders without additional charge: See Attachment A – Expected delivery locations REQUISITION NO(S).: 207151, 207153, 207226, 207231, 207233, 207237 RETURNED GOODS: The successful Vendor shall resolve all order and invoice discrepancies within five business days from notification. Products returned due to quality issues, duplicate shipments, over-shipments, etc. shall be picked up by the successful Vendor within ten business days of notification with no restocking or freight charges, and shall be replaced with specified products or the agency shall be refunded/credited for the full purchase price. Unauthorized substitutions for any products are not allowed. Standard stock products ordered in error by the State of New Hampshire shall be returned for full credit within fifteen business days of receipt. Products shall be in re-saleable condition (original container, unused) and there shall be no restocking fee charged for these products. The using agency shall be responsible for any freight charges to return these items to the successful Vendor. https://www.nh.gov/treasury/state-vendors/index.htm https://das.nh.gov/purchasing Revised: 10/20/20 LMR 9 SPECIFICATION COMPLIANCE: Vendor’s offer shall meet or exceed the required specifications as written. The State of New Hampshire shall be the sole determining factor of what meets or exceeds the required specifications. Unless otherwise specified by the Bureau of Purchase and Property in this bid invitation document, all products offered by the Vendor shall be new (and of the current model year, if applicable); shall not be used, rebuilt, refurbished; shall not have been used as demonstration products, and shall not have been placed anywhere for evaluation purposes. The manufacturer(s) and/or model(s) indicated in this bid are equivalent to the type and quality required. You may bid different make(s) and model(s); however, your offer must match or exceed the one(s) indicated and you must demonstrate to the satisfaction of the purchasing Agency that they meet or exceed the minimum standards. Items that do not meet the minimum standards will not be accepted. Product literature and specifications may be enclosed. SPECIFICATIONS: • General Specifications for All Guard Rail & Parts: Link below to the 2016 Edition NHDOT Standard Specifications for Road & Bridge Construction, Section 606: http://www.nh.gov/dot/org/projectdevelopment/highwaydesign/specifications/index.htm Link Below to NHDOT Standard Plans for Road & Bridge Construction: http://www.nh.gov/dot/org/projectdevelopment/highwaydesign/standardplans/index.htm (All links to follow represent updates since 2010 and 2016.) • Steel Beam Guardrail and Parts Standard Plans/Drawings: Mid-Splice – http://www.nh.gov/dot/org/projectdevelopment/highwaydesign/standardplans/documents/2010_gr_1.pdf Steel Posts – http://www.nh.gov/dot/org/projectdevelopment/highwaydesign/standardplans/documents/2010_gr_2.pdf Wood Posts - http://www.nh.gov/dot/org/projectdevelopment/highwaydesign/standardplans/documents/2010_gr_2a.pdf Memo with additional direction – http://www.nh.gov/dot/org/projectdevelopment/highwaydesign/standardplans/documents/gr_1_gr_2_gr_2a_revised_ 08282105.pdf • Guardrail EAGRT Units S P E C I A L P R O V I S I O N AMENDMENT TO SECTION 606 -- GUARDRAIL Item 606.1254 - Beam Guardrail (Terminal Unit Type EAGRT, TL 3) (Steel Post) Item 606.1255 - Beam Guardrail (Terminal Unit Type EAGRT, TL 2) (Steel Post) Item 606.12551 - Beam Guardrail (Terminal Unit Type EAGRT, TL 2 – 25’) (Steel Post) This special provision provides for MASH eligible terminal end units. All requirements as set forth in the Standard Specifications are applicable except as modified or changed herein for these items only. http://www.nh.gov/dot/org/projectdevelopment/highwaydesign/specifications/index.htm http://www.nh.gov/dot/org/projectdevelopment/highwaydesign/standardplans/index.htm http://www.nh.gov/dot/org/projectdevelopment/highwaydesign/standardplans/documents/2010_gr_1.pdf http://www.nh.gov/dot/org/projectdevelopment/highwaydesign/standardplans/documents/2010_gr_2.pdf http://www.nh.gov/dot/org/projectdevelopment/highwaydesign/standardplans/documents/2010_gr_2a.pdf http://www.nh.gov/dot/org/projectdevelopment/highwaydesign/standardplans/documents/gr_1_gr_2_gr_2a_revised_08282105.pdf http://www.nh.gov/dot/org/projectdevelopment/highwaydesign/standardplans/documents/gr_1_gr_2_gr_2a_revised_08282105.pdf Revised: 10/20/20 LMR 10 Replace 2.12 with the following: 2.12 Terminal Units. 2.12.1 The EAGRT terminal unit shall be an energy absorbing tangent type end unit system selected from one of the following: Terminal System Type Manufacturer and/or US Distributor Test Level System Length Pay Unit Length Softstop ® Trinity Highway Products, LLC TL 2 38’-3 ½” 62’-6” TL 3 50’-9 ½” MSKT Road Systems, Inc. TL 2 25’ 62’-6” TL 3 46’-10 ½” 2.12.1.1 The terminal section for the EAGRT terminal unit shall comprise the terminal system and any additional length of standard beam guardrail to meet the pay unit length stated in 2.12.1. If a proprietary guardrail system is required for the guardrail run, that system will be considered “standard beam guardrail” for this purpose. 2.12.2 The EAGRT TL 2 – 25’ terminal unit shall be an energy absorbing tangent type end unit system selected from one of the following (Max-Tension shall only be used in a TL 2 – 25’ application): Terminal System Type Manufacturer and/or US Distributor Test Level System Length Pay Unit Length Max-Tension™ Lindsay Corporation TL 2 25’ 25’ MSKT Road Systems, Inc. TL 2 25’ 25’ 2.12.2.1 The terminal section for the EAGRT TL 2 – 25’ terminal unit shall be the pay unit length stated in 2.12.2. Amend 3.3 as follows: 3.3 Terminal Units. Terminal sections shall be installed at each end of every installation of beam guardrail unless otherwise specified. Before installation, the Contractor shall provide the Engineer with copies of the manufacturer’s documents indicating satisfactory testing in accordance with MASH 2016 and/or its subsequent revisions and of the approval by the FHWA for use of the terminal unit as intended. The Contractor shall also provide the Engineer with copies of the following: • Manufacturer’s detail sheets and installation guide detailing all requirements and system dimensions prior to installation. • Proof of Training for the Trained Installer from the manufacturer of the specific terminal unit to be installed. • Manufacturer’s Installation Checklist, completed and signed off by the Trained Installer who observed and inspected the installation of the terminal unit. • Manufacturer’s list of component parts which will be forwarded to the appropriate maintenance office, if not included in the installation guide. Add to 3.3.1 the following: 3.3.1.1 The Trained Installer shall have documented proof of training from the manufacturer to install the specific terminal unit. The Trained Installer shall be prepared to show documentation/proof of training prior to any terminal unit installation. 3.3.1.2 The Trained Installer must be present during the installation of the terminal unit. Revised: 10/20/20 LMR 11 Add to 3.3 the following: 3.3.3 Test Level 2 & 3 Installations. The EAGRT terminal end unit designs are based on the following assumptions: 1) the first 12.5’ of the terminal unit is gating; and 2) the length of need begins after the first 12.5’ (typically at the 3rd post). The terminal unit length is dependent upon terminal selected for installation. Refer to the FHWA website (http://safety.fhwa.dot.gov/roadway_dept/policy_guide/road_hardware/listing.cfm?code=cushions) for the Letters of Acceptance (Eligibility) and the manufacturers’ websites for further information. 3.3.3.1 Regardless of terminal system used, an additional length of standard beam guardrail shall be installed to meet the pay length stated 2.12.1. 3.3.4 Test Level 2 – 25’ Installations. The EAGRT terminal unit shall only be installed in specific situations as shown on the plans or as ordered by the Engineer. Add to 4.1: 4.1.1.1 EAGRT terminal sections will be measured as a unit to include the terminal system and any additional length of standard beam guardrail required by 3.3.3.1 to meet the pay unit length shown in 2.12.1. 4.1.1.2 EAGRT TL 2 – 25’ terminal sections will be measured as a unit to meet the pay unit length shown in 2.12.2. Add to 5.1: 5.1.1.1 The accepted quantity of EAGRT terminal sections will be paid at the Contract price per each unit complete in place. Submissions required under 3.3 will be subsidiary. Revise item numbers to read: 606.1254 Beam Guardrail (Terminal Unit Type EAGRT, TL 3) (Steel Post) Unit 606.1255 Beam Guardrail (Terminal Unit Type EAGRT, TL 2) (Steel Post) Unit 606.12551 Beam Guardrail (Terminal Unit Type EAGRT, TL 2 – 25’) (Steel Post) Unit Dimensions: Per attached Drawing Nos. SS-151, SS-152, and SKT-S-US. Type: Terminal end unit (EAGRT) components shall include guardrail extruder end section, bearing plate, assembly cable, angle strut, cable anchor, and all ancillary nuts, bolts, washers, and fasteners. EAGRT units shall be successfully tested to NCHRP Report 350 TL-3 criteria or equivalent. Alternate end units shall be approved by NHDOT prior to bid and shall meet or exceed the specified criteria. Contractor shall provide NHDOT with copies of manufacturers documents indicating satisfactory testing in accordance with MASH 2016 and/or its subsequent revisions, or equivalent, and of approval by the FHWA for review and approval prior to delivery. • SECTION 606 –GUARDRAIL SPECIFICATIONS: AMENDMENT TO SECTION 606 -- GUARDRAIL Item 606.18001 – 31” W-Beam Guardrail with 8” Offset Block (Steel Post) Item 606.18011 – 31” W-Beam Guardrail with 8” Offset Block (8’ Steel Post) Item 606.18021 – 31” W-Beam Guardrail with 8” Offset Blocks (9’ Steel Post) Item 606.18041 – 31” W-Beam Guardrail with 8” Offset Block (11’ Steel Post) Item 606.18_ - 31” W-Beam Guardrail Long Span (_’-_”) Item 606.184 – 31” W-Beam Guardrail (Reduced Post Spacing) Item 606.28001– 31” Double Faced W-Beam Guardrail with 8” Offset Block (Steel Post) This special provision provides for the installation of guardrail with a mid-way splice. All requirements as set forth in the Standard Specifications are applicable except as modified or changed herein for these items only. Add to Materials: 2.14 31” W-Beam Guardrail. Materials/components required for installation shall be as shown in the plans or as ordered. 2.14.1 Long Span. Refer to detail for offset block sizing. http://safety.fhwa.dot.gov/roadway_dept/policy_guide/road_hardware/listing.cfm?code=cushions Revised: 10/20/20 LMR 12 Add to Construction Requirements: 3.9 31” W-Beam Guardrail. Construction requirements shall be as shown in the plans or as ordered. Add to pay items and units: 606.18001 31” W-Beam Guardrail with 8” Offset Block (Steel Post) Linear Foot 606.18011 31” W-Beam Guardrail with 8” Offset Block (8’ Steel Post) Linear Foot 606.18021 31” W-Beam Guardrail with 8” Offset Block (9’ Steel Post) Linear Foot 606.18041 31” W-Beam Guardrail with 8” Offset Block (11’ Steel Post) Linear Foot 606.181 31” W-Beam Guardrail Long Span (12’-6”) Unit 606.182 31” W-Beam Guardrail Long Span (18’-9”) Unit 606.183 31” W-Beam Guardrail Long Span (25’) Unit 606.184 31” W-Beam Guardrail (Reduced Post Spacing) Linear Foot 606.28001 31” Double Faced W-Beam Guardrail with 8” Offset Block (Steel Post) Linear Foot OFFER: OFFER SHEET WILL BE ATTACHMENT A (SEPERATE FROM THIS DOCUMENT). For best results, open in Firefox or Internet Explorer and not Chrome web browser. When open in Adobe, you will notice the attachments on the left side of your screen with a paperclip attachment for Excel. Quotes in lieu of a completed offer sheet will not be accepted DELIVERY TIME: Successful Vendor agrees to complete delivery of items within 45 days after receipt of Purchase Order or sooner to location noted on Page 8 FOB. Prices offered shall include all products and delivery costs. DELIVERY LOCATIONS: DELIVERY LOCATIONS WILL BE ATTACHMENT A (SEPARATE FROM THIS DOCUMENT AND CONTAINED WITHIN OFFER SHEET). This is a Statewide Contract therefore any Agency/Institution location which, if you are awarded a contract, you are expected to service. The State of New Hampshire reserves the right to add locations at the contract prices/discounts or delete locations, as needed. This contract does not include any eligible participants. If required, please see NH District Map for clarifications. https://www.nh.gov/dot/org/operations/highwaymaintenance/documents/DistrictEngineersMap-August2015.pdf ATTACHMENTS: The following attachments are an integral part of this bid invitation: Attachment A: Offer and Delivery Locations VENDOR CONTACT INFORMATION: Please provide contact information below for a person knowledgeable of and who can answer questions regarding, this bid response. ____________________________________________ _________________________ __________________________ Contact Person Local Telephone Number Toll Free Telephone Number ____________________________________________ __________________________________________ E-mail Address Company Website _____________________________________________ _______ __________________________________________________ Vendor Company Name Vendor Address Note: To be considered, bid shall be signed and notarized on front cover sheet in the space provided. https://www.nh.gov/dot/org/operations/highwaymaintenance/documents/DistrictEngineersMap-August2015.pdf BID INVITATION FOR: GUARDRAIL AND COMPONENTS GENERAL CONDITIONS AND INSTRUCTIONS: BID INQUIRIES: BID DUE DATE: Standard Plans/Drawings: Mid-Splice – http://www.nh.gov/dot/org/projectdevelopment/highwaydesign/standardplans/documents/2010_gr_1.pdf Steel Posts – http://www.nh.gov/dot/org/projectdevelopment/highwaydesign/standardplans/documents/2010_gr_2.pdf Wood Posts - http://www.nh.gov/dot/org/projectdevelopment/highwaydesign/standardplans/documents/2010_gr_2a.pdf Memo with additional direction – http://www.nh.gov/dot/org/projectdevelopment/highwaydesign/standardplans/documents/gr_1_gr_2_gr_2a_revised_08282105.pdf Item 606.18_ - 31” W-Beam Guardrail Long Span (_’-_”) 606.181 31” W-Beam Guardrail Long Span (12’-6”) Unit 606.182 31” W-Beam Guardrail Long Span (18’-9”) Unit Bid 71-21 OfferSheet Section 1 -151 1-151 Delivery Locations for NHDOT Highway Maintenance Districts Item Description Deliver to District UOM Qty Unit Price Delivered Extended Price NHDOT District 1 Office 10.01 STEEL END SECTION G-2 Single Buffer 3 EA 4 $ - 0 641 Main Street, Lancaster NH 03584 10.01 STEEL END SECTION G-2 Single Buffer 5 EA 20 $ - 0 Cell 603-631-9151 - Dispatch 603-788-4641 10.02 G-2 STEEL POST W6 x 8.5" x 7' G-2 Post 3 EA 5 $ - 0 NHDOT District 5 Patrol Shed 527 10.02 G-2 STEEL POST W6 x 8.5" x 7' G-2 Post 5 EA 20 $ - 0 Route 101 eastbound, 2000' west of Rt. 28 Bypass 10.05 PLATE WASHER 1 3/4"x3" Rectangular Plate Washer 3 EA 10 $ - 0 Manchester, NH 10.06 W-BEAM RAIL Section BCT Panel 12' 6" 3 EA 5 $ - 0 NHDOT District 3 Patrol Shed 14.04 CRT END UNITS Terminal Unit Complete 1 EA 2 $ - 0 Warehouse 310, 710 Whittier Highway (Route 25) Total Delivered Extended Price $ - 0 Moultonborough NH 03254 Partial bids will not be accepted Section 2-153 2-153 Delivery Locations for NHDOT Highway Maintenance Districts Item Description Deliver to District UOM Qty Unit Price Delivered Extended Price NHDOT District 1 Office 3.17 BUTTON HEAD POST BOLTS 5/8" x 1 1/4" Splice Bolts 1 EA 3000 $ - 0 641 Main Street, Lancaster NH 03584 3.17 BUTTON HEAD POST BOLTS 5/8" x 1 1/4" Splice Bolts 3 EA 3000 $ - 0 3.17 BUTTON HEAD POST BOLTS 5/8" x 1 1/4" Splice Bolts 5 EA 3000 $ - 0 NHDOT District 2 Office 3.17 BUTTON HEAD POST BOLTS 5/8" x 1 1/4" Splice Bolts 6 EA 1000 $ - 0 8 Eastman Hill Road, Enfield NH 03748 3.06 BUTTON HEAD POST BOLTS 5/8" x 10" Post Bolt 1 EA 400 $ - 0 3.06 BUTTON HEAD POST BOLTS 5/8" x 10" Post Bolt 3 EA 225 $ - 0 NHDOT District 3 3.06 BUTTON HEAD POST BOLTS 5/8" x 10" Post Bolt 4 EA 200 $ - 0 Patrol Shed Warehouse 310 3.06 BUTTON HEAD POST BOLTS 5/8" x 10" Post Bolt 5 EA 2000 $ - 0 710 Whittier Highway (Route 25), 3.06 BUTTON HEAD POST BOLTS 5/8" x 10" Post Bolt 6 EA 300 $ - 0 Moultonborough NH 03254 3.11 HEX HEAD NUTS 5/8" DR Hex Nuts 1 EA 1000 $ - 0 3.11 HEX HEAD NUTS 5/8" DR Hex Nuts 3 EA 1000 $ - 0 NHDOT District 4 Office 3.11 HEX HEAD NUTS 5/8" DR Hex Nuts 4 EA 1000 $ - 0 19 Base Hill Road, Swanzey, NH 03446-3401 3.11 HEX HEAD NUTS 5/8" DR Hex Nuts 5 EA 5000 $ - 0 3.11 HEX HEAD NUTS 5/8" DR Hex Nuts 6 EA 1000 $ - 0 MIDSPLICE WBEAM 4.01 12'x6" with holes@3' 1 1/2" 12 GA 1 EA 50 $ - 0 NHDOT District 5 Patrol Shed 527 MIDSPLICE WBEAM 4.01 12'x6" with holes@3' 1 1/2" 12 GA 3 EA 50 $ - 0 Route 101 eastbound, 2000' west of Rt 28 Bypass MIDSPLICE WBEAM 4.01 12'x6" with holes@3' 1 1/2" 12 GA 4 EA 25 $ - 0 Manchester, NH MIDSPLICE WBEAM 4.01 12'x6" with holes@3' 1 1/2" 12 GA 5 EA 200 $ - 0 MIDSPLICE WBEAM 4.02 25'x0 with holes @3' 1 1/2" 12 GA 1 EA 100 $ - 0 NHDOT District 6, Patrol Shed 605 MIDSPLICE WBEAM 4.02 25'x0 with holes @3' 1 1/2" 12 GA 3 EA 50 $ - 0 65 Pinkham Road, Lee, NH (off Route 125) MIDSPLICE WBEAM 4.02 25'x0 with holes @3' 1 1/2" 12 GA 4 EA 30 $ - 0 MIDSPLICE WBEAM 4.02 25'x0 with holes @3' 1 1/2" 12 GA 5 EA 200 $ - 0 MIDSPLICE WBEAM 4.02 25'x0 with holes @3' 1 1/2" 12 GA 6 EA 30 $ - 0 MIDSPLICE WBEAM 4.13 Panel 4'-2" with holes@3' 1 1/2 4 EA 10 $ - 0 W BEAM 4.06 Section 20' Radius 1 EA 5 $ - 0 MIDSPLICE WBEAM 4.02 25'x0 with holes @3' 1 1/2" 12 GA 2 EA 80 $ - 0 Total Delivered Extended Price $ - 0 Partial bids will not be accepted Section 3-226 3-226 Delivery Locations for NHDOT Highway Maintenance Districts Item Description Deliver to District UOM Qty Unit Price Delivered Extended Price NHDOT District 1 Office SOFTSTOP END UNIT 6.14 Complete SoftStop Units 1 EA 4 $ - 0 641 Main Street, Lancaster NH 03584 SOFTSTOP END UNIT 6.14 Complete SoftStop Units 3 EA 5 $ - 0 SOFTSTOP END UNIT 6.14 Complete SoftStop Units 4 EA 15 $ - 0 NHDOT District 3 Patrol Shed Warehouse 310 SOFTSTOP END UNIT 6.14 Complete SoftStop Units 5 EA 20 $ - 0 710 Whittier Highway (Route 25), SOFTSTOP PARTS 21.01 15200G Anchor 12 GA 3 EA 20 $ - 0 Moultonborough NH 03254 SOFTSTOP PARTS 21.01 15200G Anchor 12 GA 4 EA 15 $ - 0 SOFTSTOP PARTS 21.01 15200G Anchor 12 GA 5 EA 20 $ - 0 NHDOT District 4 Office SOFTSTOP PARTS 21.02 15208A SoftStop Head 3 EA 20 $ - 0 19 Base Hill Road, Swanzey, NH 03446-3401 SOFTSTOP PARTS 21.02 15208A SoftStop Head 4 EA 15 $ - 0 SOFTSTOP PARTS 21.02 15208A SoftStop Head 5 EA 20 $ - 0 NHDOT District 5 Patrol Shed 527 SOFTSTOP PARTS 21.18 15203G Post #1 4' - 9 1/2" (SYTP) 3 EA 20 $ - 0 Route 101 eastbound, 2000' west of Rt. 28 Bypass SOFTSTOP PARTS 21.18 15203G Post #1 4' - 9 1/2" (SYTP) 4 EA 15 $ - 0 Manchester, NH SOFTSTOP PARTS 21.18 15203G Post #1 4' - 9 1/2" (SYTP) 5 EA 10 $ - 0 SOFTSTOP PARTS 21.03 15000G Post #2 6'-0" 3 EA 20 $ - 0 NHDOT District 6, Patrol Shed 605 SOFTSTOP PARTS 21.03 15000G Post #2 6'-0" 4 EA 15 $ - 0 65 Pinkham Road, Lee, NH (off Route 125) SOFTSTOP PARTS 21.03 15000G Post #2 6'-0" 5 EA 10 $ - 0 SOFTSTOP PARTS 21.17 15200A Poly Offset Block 4 EA 100 $ - 0 SOFTSTOP PARTS 21.04 15204A Anchor Plate/Paddle 3 EA 20 $ - 0 SOFTSTOP PARTS 21.04 15204A Anchor Plate/Paddle 5 EA 10 $ - 0 SOFTSTOP PARTS 21.05 15205A Anchor Post #0 3 EA 5 $ - 0 SOFTSTOP PARTS 21.06 15201G Anchor Post Angle 10" L 3 EA 10 $ - 0 SOFTSTOP PARTS 21.07 15207G Anchor Keeper Plate (24 GA) 3 EA 25 $ - 0 SOFTSTOP PARTS 21.07 15207G Anchor Keeper Plate (24 GA) 4 EA 15 $ - 0 SOFTSTOP PARTS 21.07 15207G Anchor Keeper Plate (24 GA) 5 EA 20 $ - 0 SOFTSTOP PARTS 21.08 15206G Anchor plate Washer (1/2 Thick) 3 EA 10 $ - 0 SOFTSTOP PARTS 21.09 15202G Ground Strut x4'-8 1/4" 3 EA 5 $ - 0 SOFTSTOP PARTS 21.10 533G Post #3-#8 6' - 0" 3 EA 20 $ - 0 SOFTSTOP PARTS 6.29 4902G 1" Washer 4 EA 30 $ - 0 SOFTSTOP PARTS 6.28 3908G 1" Hex Nut 4 EA 15 $ - 0 SOFTSTOP PARTS 13.09 3717G 3/4"x2 1/2" Hex Head Bolt 3 EA 30 $ - 0 SOFTSTOP PARTS 13.09 3717G 3/4"x2 1/2" Hex Head Bolt 4 EA 30 $ - 0 SOFTSTOP PARTS 3.16 3701G 3/4" Washer 3 EA 60 $ - 0 SOFTSTOP PARTS 3.16 3701G 3/4" Washer 4 EA 60 $ - 0 SOFTSTOP PARTS 3.15 3074G 3/4" Hex Nut 3 EA 30 $ - 0 SOFTSTOP PARTS 3.15 3074G 3/4" Hex Nut 4 EA 30 $ - 0 SOFTSTOP PARTS 3.17 3360G 5/8"x1 1/4" HGR Splice Bolt 4 EA 120 $ - 0 SOFTSTOP PARTS 3.06 3500G 5/8:x10" Post Bolt Post 3-8 4 EA 15 $ - 0 SOFTSTOP PARTS 3.06 3500G 5/8:x10" Post Bolt Post 3-8 6 EA 150 $ - 0 SOFTSTOP PARTS 21.16 3391G 5/8"x1 3/4" Hex Head Bolt 3 EA 30 $ - 0 SOFTSTOP PARTS 21.16 3391G 5/8"x1 3/4" Hex Head Bolt 4 EA 15 $ - 0 SOFTSTOP PARTS 21.11 4489G 5/8"x9" Hex Head Bolt 3 EA 30 $ - 0 SOFTSTOP PARTS 21.11 4489G 5/8"x9" Hex Head Bolt 4 EA 15 $ - 0 SOFTSTOP PARTS 21.11 4489G 5/8"x9" Hex Head Bolt 6 EA 50 $ - 0 SOFTSTOP PARTS 3.12 4372G 5/8" Flat Washer 3 EA 50 $ - 0 SOFTSTOP PARTS 3.12 4372G 5/8" Flat Washer 4 EA 60 $ - 0 SOFTSTOP PARTS 6.25 3340G 5/8" HGR hex nut 4 EA 30 $ - 0 SOFTSTOP PARTS 21.12 105285G 5/16"x 2 1/2" Hex Head Bolt 3 EA 100 $ - 0 SOFTSTOP PARTS 21.12 105285G 5/16"x 2 1/2" Hex Head Bolt 4 EA 30 $ - 0 SOFTSTOP PARTS 21.13 105286G 5/16"x 1 1/2" Hex Head Bolt 3 EA 50 $ - 0 SOFTSTOP PARTS 21.13 105286G 5/16"x 1 1/2" Hex Head Bolt 4 EA 15 $ - 0 SOFTSTOP PARTS 21.20 3240G 5/16" Washer 3 EA 200 $ - 0 SOFTSTOP PARTS 21.20 3240G 5/16" Washer 4 EA 90 $ - 0 SOFTSTOP PARTS 6.21 3244G 5/16" Hex Nut 3 EA 200 $ - 0 SOFTSTOP PARTS 6.21 3244G 5/16" Hex Nut 4 EA 45 $ - 0 SOFTSTOP PARTS 3.12 3300G 5/8" washer 4 EA 15 $ - 0 SOFTSTOP PARTS 6.25 3340G 5/8" HGR hex nut 4 EA 15 $ - 0 SOFTSTOP PARTS 21.14 4552G 5/8"x15" All Thread Rod 3 EA 5 $ - 0 SOFTSTOP PARTS 21.14 4552G 5/8"x15" All Thread Rod 4 EA 15 $ - 0 19.03 NU-GUARD GALVANIZED PART Steel Posts (Nu-Guard) 7'-6" 5 EA 200 $ - 0 19.05 NU-GUARD GALVANIZED PART Steel Posts (Nu-Guard) 8'-6" 5 EA 200 $ - 0 19.07 NU-GUARD GALVANIZED PART 3.5[90] X1/4[5] Washer 5 EA 400 $ - 0 19.09 NU-GUARD GALVANIZED PART 3.5" [90] Guardrail post bolt 5 EA 200 $ - 0 19.11 NU-GUARD GALVANIZED PART Nut Dr for 3.5" & 4" post hole bolt 5 EA 400 $ - 0 19.13 NU-GUARD GALVANIZED PART 4" [90] Guardrail post bolt 5 EA 200 $ - 0 Total Delivered Extended Price $ - 0 Partial bids will not be accepted Section 4-231 4-231 Delivery Locations for NHDOT Highway Maintenance Districts Item Description Deliver to District UOM Qty Unit Price Delivered Extended Price NHDOT District 1 Office 2.01 POLY OFFSET BLOCKS 6"x8"x4" Face 1 EA 400 $ - 0 641 Main Street, Lancaster NH 03584 2.01 POLY OFFSET BLOCKS 6"x8"x4" Face 4 EA 100 $ - 0 2.01 POLY OFFSET BLOCKS 6"x8"x4" Face 5 EA 300 $ - 0 NHDOT District 3 Patrol Shed Warehouse 310 2.02 STEEL POSTS 6' W6 x 8.5 x 6' 1 EA 250 $ - 0 710 Whittier Highway (Route 25), 2.02 STEEL POSTS 6' W6 x 8.5 x 6' 3 EA 200 $ - 0 Moultonborough NH 03254 2.02 STEEL POSTS 6' W6 x 8.5 x 6' 4 EA 100 $ - 0 2.02 STEEL POSTS 6' W6 x 8.5 x 6' 6 EA 50 $ - 0 NHDOT District 4 Office 2.03 STEEL POSTS 7' W6 x 8.5 x 7' 1 EA 150 $ - 0 19 Base Hill Road, Swanzey, NH 03446-3401 2.03 STEEL POSTS 7' W6 x 8.5 x 7' 5 EA 500 $ - 0 NHDOT District 5 Patrol Shed 527 2.03 STEEL POSTS 7' W6 x 8.5 x 7' 6 EA 100 $ - 0 Route 101 eastbound, 2000' west of Rt. 28 Bypass 2.09 MGS PANEL 9' 4.5 3 EA 20 $ - 0 Manchester, NH 2.11 THRIE POSTS 7' W66 x 8.5 x 7' 5 EA 200 $ - 0 2.06 THRIE TRANSITION POST W6 x8.5 5 EA 200 $ - 0 NHDOT District 6, Patrol Shed 605 Total Delivered Extended Price $ - 0 65 Pinkham Road, Lee, NH (off Route 125) Partial bids will not be accepted Section 5-233 5-233 Delivery Locations for NHDOT Highway Maintenance Districts Item Description Deliver to District UOM Qty Unit Price Delivered Extended Price NHDOT District 1 Office MSKT END UNIT 6.13 Complete MSKT units 1 EA 4 $ - 0 641 Main Street, Lancaster NH 03584 MSKT END UNIT 6.13 Complete MSKT units 5 EA 10 $ - 0 MSKT PART MS3000 24.09 Impact Head 5 EA 10 $ - 0 NHDOT District 5 Patrol Shed 527 MSKT PART SF1303 24.10 W-Beam G. End Section, 12 Gauge 5 EA 10 $ - 0 Route 101 eastbound, 2000' west of Rt. 28 Bypass MSKT PART MTPHP1A 24.11 First Post Top 6x6x1/8' Tube 5 EA 20 $ - 0 Manchester, NH MSKT PART B580904A 24.23 5/8" Dia.x 9 Hex Bolt Grade A4 6 EA 50 $ - 0 MSKT PART W050 3.12 5/8" Washer 6 EA 50 $ - 0 NHDOT District 6, Patrol Shed 605 MSKT PART N050 24.25 5/8" Dia.H.G.R. Nut 6 EA 50 $ - 0 65 Pinkham Road, Lee, NH (off Route 125) MSKT PART B340854A 24.26 3/4" Dia.x 8 1/2 Hex Bolt Grd 6 EA 20 $ - 0 MSKT PART N0303 3.15 3/4" Dia. Hex Nut 6 EA 20 $ - 0 MSKT PART CT-100ST 24.33 Bearing Plate Retainer Tie 5 EA 30 $ - 0 Total Delivered Extended Price $ - 0 Partial bids will not be accepted Section 6-237 6-237 Delivery Locations for NHDOT Highway Maintenance Districts Item Description Deliver to District UOM Qty Unit Price Delivered Extended Price NHDOT District 1 Office 18.02 POWDER COATED STEEL POST 7' Post - W6 x 8.5 1 EA 25 $ - 0 641 Main Street, Lancaster NH 03584 18.03 POWDER COATED WBEAM 12'-6" holes every 3' 1 1/2" 1 EA 20 $ - 0 18.07 POWDER COATED WBEAM 25'-0" holes every 3' 1 1/2" 1 EA 50 $ - 0 18.15 POWDER COATED NuCor Washer 1 EA 500 $ - 0 18.16 POWDER COATED Splice Bolts 1 EA 1000 $ - 0 18.18 POWDER COATED 5/8" x 10" Post Bolts 1 EA 50 $ - 0 18.21 POWDER COATED - MSKT MSKT Complete Units 1 EA 4 $ - 0 6.16 POWDER COATED X-MAS Median End Unit, non-gating 1 EA 2 $ - 0 19.02 POWDER COATED NU GUARD 6'-6" Steel Post 1 EA 100 $ - 0 19.04 POWDER COATED NU GUARD 7'-6" Steel Post 1 EA 25 $ - 0 19.08 POWDER COATED NU GUARD 3.5[90] X 1/4[5] Washer 1 EA 150 $ - 0 19.10 POWDER COATED NU GUARD 5/8 x 4" post bolt-1/2" longer 1 EA 100 $ - 0 Total Delivered Extended Price $ - 0 Partial bids will not be accepted State of New Hampshire Bid 71-21 Guardrail and Components June 14, 2010, Rev July 29, 2010 708 1 of 14 LINCOLN-FRANCONIA 15603 July 29, 2010 S P E C I A L P R O V I S I O N AMENDMENT TO SECTION 708 -- PAINTS Amend Appendix B to read: APPENDIX B DUPLEX COATINGS - POWDER COATING OVER GALVANIZING Highlight these requirements: • Apply galvanizing and powder coating within the same facility (see 1.2); • Apply first powder coating over galvanizing within a maximum 12-hour window (see 3.4.1). DESCRIPTION 1.1 GENERAL. This appendix specifies a duplex coating, consisting of hot dip galvanizing and high- performance, shop-applied, thermosetting-based, super-durable powder coatings, for fabricated steel products for exterior use, as shown on the plans or as directed. 1.2 DUPLEX COATING FACILITY. The galvanizer shall be qualified and have demonstrated a minimum of ten years experience in the successful application of hot dip galvanizing using the dry kettle process, and a minimum of five years experience in the successful application of powder coatings over galvanizing within the same facility. 1.3 SCOPE OF WORK. All fabricated products and components, as shown on the plans or as directed, shall be furnished with a duplex coating color finish as described. See Summary Table 1.3. MATERIALS 2.1 GALVANIZING. Hot dip galvanizing shall conform to AASHTO M111 (ASTM A123) and utilize the dry kettle process in a bath of molten zinc. The galvanizing kettle shall contain special high grade zinc, nickel, and other earthly materials. The galvanizing process shall not include quenching with water or treatment with a chromate conversion coating. Provide thickness of galvanizing specified in the reference standards. Hardware shall be hot dip galvanized in conformance with AASHTO M232 (ASTM A153). 2.2 ABRASIVES. Provide abrasives that are dry and free of oil, grease, and corrosion-producing, or other deleterious contaminants. Provide an abrasive that is sized to produce a dense, consistent, sharp, angular, uniform anchor pattern with a profile height of 1.0-1.5 mils, unless the requirements of the coating manufacturer are more restrictive. The use of iron shot, steel shot, aluminum oxide grit, sand, or coal slag products as blast abrasives, and power wire brushes are NOT permitted. Use approved abrasives [e.g. garnet, stainless steel grit, Dupont StarBlast® XL (fractured), etc.] that will not leave a residue on the galvanized surface after blowing down with compressed air. 708 2 of 14 2.3 POWDER COATING. The duplex coating shall be a three-coat, shop-applied, oven-cured, high performance, exterior thermosetting powder coating consisting of a durable zinc-rich powder coating primer, a super-durable powder coating topcoat, and a clearcoat applied over hot dipped galvanized (HDG) steel substrates. Scope of Work - Summary Table 1.3 Surfaces to be powder coated As shown on the plans (e.g. Item No's) * Duplex System (2.3) * Final Color (satin) 563.31, Bridge Median Rail Base Plate 563.32, Tubular Bridge Plate for Br Approaches 606.000, Steel Beam for Beam Guardrail 606.0122, Steel Post Assemblies for Beam GR Posts 606.120, Beam GR (Standard Section Steel Post) 606.1454, Beam GR (Term. Unit Type EAGRT 50') 606.1457, Median Impact Attenuator (Xtension) 606.1458, Nu-Guard Transition Segment 606.147, Beam GR (Terminal Unit Type G-2) 606.25808, Double-Faced Steel Beam GR, Steel Posts (Nu-Guard) 606.25848 Double-Faced Steel Beam GR, (Nu-Guard) (3'-1 1/2" Spacing) 677.42 RWIS System 678.5 Bullnose Attenuator Hot Dip Galvanizing, plus 3 powder coats (durable primer, super durable topcoat, and clearcoat) Rusty Brown Fed # 30117 563.9133 Snow Screening (Tubular) ditto Dark Brown Fed # 30062 * Note: All surfaces receive the duplex system as described, except for ground-driven posts which must be galvanized full length and duplex coated for the top 36 inches (i.e. the above-ground portion plus four inches). At the supplier's option the duplex coating may be applied to the entire length of posts. 2.3.1 Furnish powder coating materials from one of the following approved suppliers: 1. AkzoNobel 2. PPG 3. Sherwin Williams 4. TIGER Drylac 2.3.2 The powder coating manufacturer shall certify in writing that: 1. The duplex coating facility applying the powder coating is certified to apply the powder by the coating manufacturer; 2. The powder coating meets or exceeds the following minimum performance requirements for use over hot dip galvanized surfaces: 708 3 of 14 A. Powder Coating PRIMER; Test Results 1. Thickness (SSPC PA2) 3 mils (min.) 2. Abrasion Resistance (ASTM D4060 CS17 Wheel, 1 kg load) 200 mg loss (max) 3. Adhesion (ASTM D4541) 1050 psi (min) 4. Corrosion Weathering (ASTM D5894, 13 cycles, 4368 hours) (per ASTM D714 blistering) Rating: 10 (per ASTM D610 rusting) Rating: 7 5. Impact Resistance (ASTM D2794 Direct) 160 in. lbs. 6. Flexibility (ASTM D522, 180º bend, 1” mandrel) Passes 7. Pencil Hardness (ASTM D3363) 3B 8. Moisture Condensation Resistance (ASTM D4585, 100º F, 2000 hrs) Passes, no cracking or delamination 9. Dry Heat Resistance (ASTM D2485) 250º F B. Powder Coating TOPCOAT; Test Results 1. Thickness (SSPC PA2) 5 mils (min.) 2. Adhesion (ASTM D4541) 1050 psi (min) 3. Flexibility (ASTM D522, cylindrical mandrel) Passes 4. Pencil Hardness (ASTM D3363) 2H 5. Salt Spray (ASTM B117) 2000 hrs Passes 6. Humidity (ASTM D4585) 100º F, 2000 hrs Passes, no cracking or delamination 7. Impact Resistance (ASTM D2794 Direct) 160 in. lbs. 8. Color Retention (ASTM D2244) 10 years 3∆E (based on inorganic resins) 9. Chalk Resistance (ASTM D4214) none 10. Gloss Retention (ASTM D523) 10 years 45% loss (max) 11. Xenon Arc Test (ASTM D 4798) 400 hrs Passes 2.3.3 Provide each coat of powder coating in sufficiently contrasting color to facilitate proper coverage and to distinguish it from previously applied coatings. The previous coat shall be hidden by application of each coat at the specified minimum thickness. 2.3.4 Provide all powder coating materials in sealed, original, containers that are properly marked to allow verification, with applicable material safety data sheets, application instructions and precautions, including the manufacturer’s name, type of material, brand name, color, shelf life, purchase order number, lot and batch numbers, and quantity. 708 4 of 14 2.3.5 Color. The final color of the painted product shall be (see Table 1.3) (satin) unless specified otherwise, closely matching the Federal Standard 595B or RAL Color Standard number, as follows: Description Fed Color # RAL Color Standard Rusty Brown 30117 Dark Brown 30062 Black 37038 2.3.6 Touchup materials. Repair and touch-up materials shall be supplied by the powder coating applicator and applied in accordance with the powder coating manufacturer's recommendations. 2.4 EQUIPMENT. 2.4.1 Inspection Equipment. Provide inspection equipment needed to verify the quality of the entire galvanizing, surface preparation, and powder coating processes, including a Type II dry film thickness gage that can be calibrated, calibration standards, and a mirror for use by the Department. DUPLEX COATINGS - POWDER COATING OVER GALVANIZING 3.1 GENERAL 3.1.1 Provide all materials, equipment, and labor necessary to perform the scope of work whether or not the material or equipment is specifically identified in this Item. Conduct all galvanizing, surface preparation, powder coating operations, handling, shipment, and installation in a workmanlike manner in conformance with SSPC-PA1, these requirements, and to the reasonable satisfaction of the Department. 3.1.2 [blank] 3.1.3 Specifications. Perform the work in conformance to the Contract requirements, the reference standards, and the coating manufacturer's instructions, respectively. 3.1.3.1 Reference Standards. The latest edition of the following standards and regulations in effect at the time of the Bid form a part of this Specification. A copy of the reference standards applicable to the work shall be available at the shop facility for use by the Department’s representative. a. American Society for Testing and Materials (ASTM) 1. ASTM A123, Standard Specification for Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products 2. ASTM A153, Standard Specification for Zinc Coating (Hot Dip) on Iron and Steel Hardware 3. ASTM A385, Standard Practice for Providing High-Quality Zinc Coatings (Hot Dip) 4. ASTM A780, Standard Practice for Repair of Damaged and Uncoated Areas of Hot Dip Galvanized Coatings 5. ASTM D610, Standard Test Method for Evaluating Degree of Rusting on Painted Steel Surfaces 6. ASTM D6386, Standard Practice for Preparation of Zinc (Hot Dip Galvanized) Coated Iron and Steel Product and Hardware Surfaces for Painting. 708 5 of 14 b. American Association of State Highway & Transportation Officials (AASHTO) 1. AASHTO M111, Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products 2. AASHTO M232, Zinc Coating (Hot Dip) on Iron and Steel Hardware c. American Galvanizers Association (AGA) 1. The Inspection of Products Hot Dip Galvanized After Fabrication 2. Powder Coating over Hot Dip Galvanized Steel, Powder Coating Journal, Feb 2004, Philip Rahrig, AGA Executive Director 3. Powder Coating over Galvanized Steel, Tom Langill, AGA Technical Director d. Society for Protective Coatings (SSPC) 1. SSPC-SP 1, Solvent Cleaning 2. SSPC-SP 7 / NACE No. 4, Brush Off Blast Cleaning 3. SSPC-PA 1, Shop, Field, and Maintenance Painting 4. SSPC-PA 2, Measurement of Dry Film Thickness with Magnetic Gages 3.1.4 Submittals. 3.1.4.1 Surface Preparation and Powder Coating Plan. 1. Provide a written plan to the Department for applying duplex coatings. Identify the manner of surface preparation, the powder coat system to be applied, film thickness, cure time between coats, repair materials and procedures of typical damage and defects in the duplex coating, and other information needed to successfully apply all coats of the duplex system. 2. Provide material product literature and MSD sheets for the coatings specified, along with test data indicating conformance to the performance criteria required. 3. Verification samples. Submit six 3-inch by 6-inch samples of shop-applied duplex coatings and colors proposed for use for approval to the Department (Bureau of Bridge Design, Tel. 603-271-2731) a minimum four weeks prior to coating application. Samples shall be made of the same or comparable material and thickness as production pieces. 4. Submit a Certificate of Compliance stating that the requirements of the contract specifications have been met, in conformance to 106.04. 3.1.4.2 Substitutions or Approved Equals. 1. Substitutions or 'Approved Equals' are defined as meeting the aesthetic, durability, and all other performance criteria described in this specification, and shall be accompanied by proof that the Substitution or 'Approved Equal' meets or exceeds these criteria. Approval is the discretion of the Department. Coatings or processes not matching or exceeding the approved specified process and aesthetic, durablility, and performance criteria shall be removed and replaced at the expense of the Contractor and all subcontractors that were involved with the supply of and application of the non-conforming product. 3.1.5 Supplier Coordination. 1. Fabricator-Galvanizer Coordination. Prior to fabrication and final submittal of shop 708 6 of 14 drawings to the Department, fabricators shall submit shop drawings to the galvanizer for all metal fabrications to receive shop-applied duplex coatings, to review fabricator's shop drawings for suitability of materials for galvanizing and coatings, and to coordinate any required modifications to fabrications required to be performed by the fabricator. 2. The supplier of steel products shall notify the galvanizer if the chemical composition of the steel to be galvanized exceeds the following limits in order to determine its suitability for processing: 0.25% carbon, 0.22% silicon, 0.04% phosphorous, and 1.3% manganese. 3.2 HOT DIP GALVANIZING (HDG) 3.2.1 Fabricated products shall meet the requirements of ASTM A385 (for material composition, cleanliness, drainage vents, etc.) prior to galvanizing, and galvanized surfaces shall meet the requirements of ASTM D6386 (preparing zinc surfaces for painting), as applicable and as stated herein. 1. Galvanizing: Galvanize materials in accordance with specified standards and this specification. Galvanizing shall provide an acceptable substrate for applied coatings. The dry kettle process shall be used to eliminate any flux inclusions on the surface of the galvanized material. 2. Prior to galvanizing, the steel shall be immersed in a preflux solution (zinc ammonium chloride). The preflux tank shall be 12-14 Baumé and contain less than 0.4 percent iron. The wet kettle process is prohibited. 3. Implement the following procedures to provide the appropriate surface for the material to be galvanized: a) Utilize and regularly inspect a monitoring recorder to observe any variances in the galvanizing bath temperature. b) The pickling tanks shall contain hydrochloric acid with an iron content less than 8 percent and zinc content less than 3 percent. Titrations shall be taken weekly at a minimum. c) All chemicals and zinc content will be tested at least once a week to determine compliance with ASTM standards. All testing will be done using atomic absorption spectrometry or x-ray fluorescence (XRF) equipment at a lab in the galvanizing plant. 3.2.2 Surface Preparation of Hot Dip Galvanizing (HDG) 1. Prepare all surfaces in conformance to the requirements of this Item, and the approved Surface Preparation/Powder coating Plan provided under 3.1.4, Submittals. 2. Prior to powder coating, clean and prepare galvanized surfaces as necessary to remove detrimental contaminants. (See Powder Coating over Galvanized Steel, Feb 2010 Tom Langill) for cautions regarding cleaning. If applicable apply cleaning materials with clean lint-free rags or soft bristle brushes frequently changed to prevent reapplying contaminants. After cleaning, rinse thoroughly with hot water and allow the part to dry completely. 708 7 of 14 3. Prepare galvanized surfaces with SSPC-SP7, Brush-Off Blast Cleaning, using non-metallic abrasives at a reduced nozzle pressure as recommended by the equipment manufacturer, or abraded by approved mechanical means using sanding disks with appropriate abrasive, to thoroughly roughen the entire surface and produce a dense, consistent, sharp, angular, uniform anchor pattern with a profile height of 1.0-1.5 mils, exhibiting a uniform gray color free of any bright, shiny spangles and to an appearance and feel similar to sandpaper. 4. The required thickness of the zinc coating shall be maintained and checked prior to powder coating. Surface preparation shall be acceptable to the powder coating manufacturer's requirements. Additional surface preparation or a tie coat may be considered if required by the powder coating manufacturer and approved by the Department. 5. The substrate surface shall be dry and free from dust, dirt, oil, grease or other contaminants. 3.2.3. Discontinuities. All visually evident detrimental surface imperfections (e.g. flux inclusions, dross inclusions, oil) that are present on galvanized surfaces shall be cleaned, and any high spots, rough areas and edges, spikes, and sharp protrusions shall be removed by grinding to produce a smooth surface. Disbondment (peeling) of galvanizing is not acceptable and the piece shall be regalvanized, or investigated for extent and severity and a repair solution proposed to the Department for approval before corrective action is taken. 3.2.4 Surface profiling shall be performed prior to the formation of "white rust" on the galvanized surface. If any "white rust" is detected by visual means, the galvanizing shall be stripped off and the steel re-galvanized in conformance with these specifications. "White rust" shall be as defined in the Inspection of Products Hot Dip Galvanized After Fabrication, Table IV, by the American Galvanizers Association. 3.2.5 Prior to powder coating galvanized products shall not be nested, stacked or stored with adjacent surfaces touching but shall be kept separated to be remain dry and permit the circulation of air between products. 3.3 GALVANIZED STEEL OUTGASSING. 3.3.1 The galvanized parts shall be subjected to a thermal cycle (i.e. outgassing) after surface profiling and before powder coating application. The thermal cycle should be set at the appropriate temperature and duration for the thickness of the product recommended by the powder coating manufacturer. 3.4 POWDER COAT APPLICATION. 3.4.1 Time limits. The first coat of powder coating shall be applied within twelve (12) hours of galvanizing and within one hour of surface preparation of the galvanized surface and outgassing, at the galvanizer’s facility, and in a controlled environment meeting applicable atmospheric requirements, as recommended by the coating manufacturer. 3.4.2 Powder coating application. Pretreatment and powder coating application and curing shall be performed after galvanizing in conformance with the powder coating manufacturer's recommendations and shall consist of the following, unless approved otherwise: 708 8 of 14 1. Verify that the galvanized surface exhibits the specified degree of cleaning immediately prior to powder coating. 2. The coating and curing facility shall be maintained free of airborne dust and dirt until coatings are completely cured. 3. The powder coating shall be electostatically applied according to the coating manufacturer's written specifications, maintaining even coverage on all parts. The powder shall only be applied when both the ambient temperature is 65º F. or above, and the part surface temperature is between 60º and 95º F., and is (min.) 5º F. higher than the dew point. Relative humidity shall be less than 85 percent (max.). 4. After applying the powder, all parts shall be placed in an oven, cured and bonded at the manufacturer's recommended levels (e.g. approximately 392º F. for 25 minutes). The Contractor shall ensure that a stable transfer exists between the powder application system and the curing oven to prevent the loss of powder from the parts. 5. The powder coating shall be applied to a minimum dry film thickness of 3 mils primer and 5 mils topcoat, and in a manner that will ensure a uniform coating without holidays, runs, or detrimental build at edges. A clear coat shall be applied at the manufacturer's recommended thickness. 6. Each coated part shall be visually inspected. Measure the coating thickness with a thickness gauge. Any part that does meet the specified coating thickness may be recoated immediately after lightly abrading (sanding) the surface. Once cured, all parts shall be allowed to cool sufficiently before further handling. 3.4.3 Surface smoothness - Duplex coatings shall exhibit a smoothness (i.e. rugosity) not greater than 4 rug (16-20 microns of variation) when measured by a profilometer over a 1-inch straight line on the surface of metal products less than 24 lbs/ linear foot. The profilometer shall be capable of operating in 1 micron increments. 3.4.4 All fasteners shall be galvanized and fastener components visible to view shall be powder coated. Furnish an application procedure to the Department including which fastener components are to be powder coated. Coating procedures for fasteners are not restricted to the same-facility (1.2) and 12- hour maximum window (3.4.1) restrictions, due to the nature of fastener supply. 1. Bolts - Powder coat bolt heads visible to view. Minor overspray is permitted on the threads. 2. Nuts - Powder coat the exterior surfaces of nuts visible to view and mask off interior surfaces. Nuts not visible to view (e.g. W-beam splice bolts) need not be powder coated. 3. Washers - Powder coat all washers visible to view. Minor overspray is permitted on washer surfaces that are not required to be powder coated. 3.5 INSPECTION. 3.5.1 Quality Control (QC). The applicator is required to conduct and document quality control inspection of the cleaning and powder coating operations including at a minimum, measurements of surface profile, surface cleanliness, dry film coating thickness, and visual inspection for coating defects. 708 9 of 14 The data shall be recorded in a log maintained at the site and available for the Department’s review during working hours. 3.5.2 Quality Assurance (QA). The work is subject to QA inspection by the Department. 1. Facilitate QA inspection as required, including proper notification, allowing adequate time for inspections, and providing access to the work. Furnish, until final acceptance of the coating system, all equipment, reference documents, and instrumentation needed to inspect all phases of the work. 2. Measure the thickness of each coat using nondestructive magnetic dry film thickness gages. Comply with SSPC-PA2 for the calibration and use of gages and the minimum frequency of thickness measurements. QA Inspectors will not be limited by the frequency of thickness measurements of PA2 but will take measurements sufficient to assure that proper thickness is achieved on all surfaces as specified. 3. The presence or activity of Department QA inspections in no way relieves the Contractor of the responsibility to comply with all requirements of this Item, and to provide adequate inspections of its own to assure compliance with the requirements of this Item. 4. Finished products will be stamped "Approved" only after the loading has been completed and approved. No material shall be shipped without the prior approval of the Department. 3.6 HANDLING / SHIPPING / INSTALLATION. 3.6.1. Cure. Duplex-coated materials shall not be lifted, placed on supports, or loaded for shipment until the shop coating has been adequately cured and inspected. 3.6.2. Protective measures. Exercise care in handling shop-coated materials in the shop, and during storage, shipping, field installation, and subsequent construction to protect the coating from any scraping, marring, or other damage to the surface finish. Coated material shall be insulated from lifting devices and from the scraping and rubbing of parts that would damage the coating, by the use of lifting softeners, nylon slings, padded cables, storage pallets, separators, cushioners, tie-downs, and other approved supports. Individual parts shall be wrapped or padded with effective protective material (e.g. foam, not paper or cardboard). 3.6.3. Mechanical damage. Installation operations involve tasks which may damage the finish coating on some areas of the finished product, such as from driving posts, overlapping sections of rail, and installing fasteners. The Contractor shall exercise reasonable care to minimize damage to the coating during installation. 3.7 TOUCH-UP AND REPAIRS. 3.7.1 The total repair area shall be less than one quarter of one percent ( 0.25% ) of the area of an individual member*, or the member shall be rejected and regalvanized and recoated with the duplex coating. [The repair area definition is comparable to Rust Grade 7 in ASTM D610, Standard Test Method for Evaluating Degree of Rusting on Painted Steel Surfaces.] [*Note - The areas listed in Section 3.6.3 subject to mechanical damage during installation shall be repaired as required but are excluded from the total repair area calculation.] 708 10 of 14 3.7.2 HDG- Repair damaged galvanizing and bare steel surfaces in accordance with ASTM A780, Standard Practice for Repair of Damaged Hot Dipped Galvanized Coatings, Annex A2. Thoroughly clean damaged areas to produce a clean, bare and dry bright metal surface with a roughened profile and feather into the edges of adjacent undamaged galvanizing. Use a power sanding disk per SSPC-SP3. For bolts use a thorough hand wire brushing and SP1 cleaning as a minimum. 3.7.3 Apply an approved organic zinc-rich repair paint containing 95 percent (min.) zinc by weight in the dry film, according to the manufacturer’s recommendations, in two to four coats to a thickness equivalent to the surrounding galvanizing. Silver paint, brite paint, or aluminum paint is not acceptable. 3.7.4 Powder coating - The repair to the powder coat may be a liquid and brushed on or an aerosol and sprayed, whichever is appropriate to achieve an aesthetic finish and as long as the coats, cure, and minimum thickness of the original system are achieved. The Contractor shall provide a dry film thickness gage and check the thickness of the repair areas. Touch-ups shall be such that the repair is not noticeably visible from a distance of six feet. 1. The field-touch-up of shop-applied finish coatings shall be performed or supervised by personnel from the duplex coating facility for the warranty to apply. 2. Touch up fasteners in the field after installation, assuming there may be mechanical damage to nuts during tensioning fasteners. 3. Touch-up repair kits in sufficient quantity and touchup instructions shall be provided to the field for each type of shop-applied finish. Additional touchup repair kits and instructions shall be furnished to the Department for use after project acceptance for maintenance repairs. 3.8 FINAL ACCEPTANCE. Although the Department’s QA Inspector may accept the finished duplex coated fabricated products before shipment to the jobsite, final acceptance of the duplex coat system by the Department will occur at the jobsite after installation of the product, and after all coats and repairs have been completed. 3.9 FIVE-YEAR WARRANTY. Should the duplex system fail within five years after the project has been accepted, the coating shall be repaired or replaced by the Contractor at no cost to the State. The extent and method of repair must be acceptable to the Department. System failure does not include damage from external agents, such as scraping from snow removal equipment, vandalism, debris impacts, collisions, etc., or normal loss of gloss and color. Once the duplex system has been accepted, a failure shall mean any visible corrosion, blistering, checking, cracking, or delamination (peeling) of the galvanizing or powder coating resulting from the installation of the product or from the performance of the duplex coating. June 14, 2010, Rev July 29, 2010 708 11 of 14 [REFERENCE DOCUMENT - page 1 of 4] POWDER COATING OVER GALVANIZED STEEL Thomas J. Langill, Ph.D., Technical Director American Galvanizers Association Centennial, CO Abstract: Powder coating over hot dip galvanized steel is an extremely effective corrosion protection system. However, careful surface preparation techniques need to be used to alleviate potential coating failures. The age and characteristics of the galvanized coating should be used to determine what type of surface preparation is needed. INTRODUCTION Hot dip galvanized steel parts or assemblies are often required to be painted or powder coated. The reason for powder coating can be to identify the particular structure, for architectural reasons, to provide a particular type of protection, or to extend the service life of an existing structure. The combination of a powder coating system with a hot dip galvanized coating is often referred to as a “duplex system” (1). When powder coating and galvanized steel are used together, the corrosion protection is superior to either protection system used alone (2). The application of a powder coating system onto a hot dip galvanized surface requires careful surface preparation and a good understanding of both corrosion protection systems. The margin for error is very small when dealing with newly galvanized steel surface preparation. However, there have been many examples of powder coating adhesion problems on older or more moderately aged galvanized steel surfaces, and the most common cause is improper or incomplete surface cleaning and preparation (3). When the surface is cleaned and prepared correctly the combined powder coating and galvanized steel corrosion protection system gives extremely long lifetimes (4). If the powder coating is properly maintained on the galvanized surface there is practically no limit on the life of the structure in terms of corrosion attack. The adhesion of powder coating onto galvanized steel becomes a very small problem when the galvanized coating has weathered for at least a one-year period. The zinc corrosion products form a very dense, insoluble protective layer that accepts a powder coat readily. A brand new galvanized coating also experiences few adhesion problems within the first 24 to 48 hours after coating. The intermediate period from 24 hours to one year can present some challenges to surface preparation but the corrosion products that are formed on the galvanized surface can be cleaned and the surface can be successfully powder coated. GALVANIZED COATING Hot dip galvanized coatings can be applied in two different ways. The parts can be fed into a liquid zinc bath in a continuous roller process where the coating characteristics are highly dependent on the speed of the steel through the liquid zinc bath. The two most common steel products that are hot dip galvanized using the continuous process are sheet and wire. The objective of the continuous process is 708 12 of 14 [REFERENCE DOCUMENT - page 2 of 4] to deposit a zinc coating that is smooth, thin and composed of nearly all zinc bath metal with very little zinc-iron intermetallic. The coating can be alloyed to form a dull gray intermetallic coating which has a good surface profile and can be easily powder coated. The second type of hot dip galvanizing process is often called the “batch” process since individual steel pieces or assemblies are dipped in a molten zinc bath as individuals or as groups. The coating is formed by the interdiffusion of zinc and iron. The coating forms four distinct layers or intermetallics. During the batch hot dip galvanizing process, a number of process variables can affect the coating thickness. The primary determiner of coating thickness is the steel chemistry, with the most influential elements being silicon and phosphorous. These two elements promote the interdiffusion of zinc and iron and cause the hot dip galvanized coating to become thick and filled with intermetallic. The coating produced when the steel is reactive contains mainly intermetallics of iron and zinc. This means that the surface will not be bright and shiny, but rather dull gray and slightly rough. This intermetallic surface makes a very good anchor for powder coating systems. The main concern with reactive steel galvanized coatings is the thickness of the coating. If the coating is too thick it may become brittle and will be susceptible to applied stresses that may separate the galvanized coating from the steel underneath. Knowing the silicon and phosphorous content is very important to producing a quality galvanized coating. GALVANIZED STEEL SURFACE PREPARATION Successful surface preparation is the key to producing adherent powder coatings and realizing the benefits of a duplex system. There are three basic steps to preparing galvanized surfaces for powder coating: surface cleaning, surface profiling, and out-gassing of the coating. Surface Cleaning When cleaning a galvanized surface prior to powder coating, the goal is to remove any dirt, grease or oils. At the same time, care must be taken not to remove too much of the galvanized coating. Alkaline cleaning, ammonia cleaning and solvent cleaning are the most common ways of removing dirt from a galvanized surface. As some cleaners may react differently with different powder coating systems, the powder manufacturer should be consulted for specific reaction problems. Oil, grease and dirt can be removed by using an alkaline solution in the pH range of 11 to 12, but not greater than 13 as this will damage the zinc coating. Most alkaline cleaning solutions are nominally 2 to 5 percent sodium compounds with small additions of emulsifying or chelating agents. The solution can be applied through dipping, spraying or brushing. If brushing is used, apply the solution with a soft bristle brush, preferably of nylon, definitely not copper or steel bristle brushes. If dipping or spraying the solution, the temperature range that works best is between 140o and 185o F. For newly galvanized steel, a water-based emulsifier can be used to remove contaminants. After cleaning, thoroughly rinse the surface with hot water and allow the part to dry. Mineral spirits, turpentine, high flash naphtha, and other typical cleaning solvents can be used to clean galvanized surfaces provided they are applied with lint-free rags or soft bristle brushes. The rags and brushes must be changed often to prevent reapplying the contaminants. After cleaning, rinse thoroughly with hot water and allow the part to dry completely. 708 13 of 14 [REFERENCE DOCUMENT - page 3 of 4] A solution of 1 to 2 percent ammonia applied with a soft bristle brush can also be used to clean galvanized surfaces, although this method is typically reserved for cleaning parts with zinc skimmings residue. As a piece of steel is removed from the galvanizing kettle, it may pick up particles of oxidized zinc from the bath surface, otherwise known as zinc skimmings. Skimmings residue must be removed prior to painting. After cleaning, thoroughly rinse the surface with hot water and allow the part to dry completely. Surface Profiling. In order to provide a good adhesion profile for the powder coating, the galvanized surface must be flat with no protrusions and slightly roughened to provide an anchor profile. During the removal of the galvanized article from the zinc bath, the excess zinc runs down the edges of the part and can sometimes build up at a protrusion or irregular edge. The zinc can also form tears at the edge where it drains off the part. These high spots and tears must be removed before powder coating as they will be very difficult to coat. The high spots and tears are usually ground off with hand tools or power grinders. Care must be taken when performing this operation to insure that the galvanized coating is not removed below the specified thickness. In order to roughen the typically smooth galvanized surface after cleaning, an abrasive sweep or brush blast may be used. Care should be taken to prevent removing too much of the zinc coating. Particle size for a sweep blast of galvanized steel should range between 200 and 500 microns. Aluminum/magnesium silicate has been used successfully in the sweep blasting of galvanized steel as seen in Fig. 1. Organic media such as corn cobs and walnut shells or minerals such as corundum, limestone and sands with a Mhos hardness of five or less may also be used. The temperature of the galvanized part when blasting can have a significant affect on the finished surface profile. Sweep blasting while the galvanized part is still warm from the galvanizing process, 175o to 390o F, provides an excellent profile for powder coating. Ambient conditions for sweep blasting are recommended to be less than 50 percent relative humidity and a minimum temperature of 70o F. The process of sweep blasting should not be confused with the near-white blasting that is used to clean uncoated steel before applying powder coating systems. This near-white blasting will remove the galvanized coating and negate the corrosion protection afforded by the zinc. The process of sweep blasting is best performed by an experienced applicator. If the sweep angle becomes near perpendicular to the galvanized part, the blasting can quickly remove the protective zinc rather than the zinc oxide particle on the surface of the coating. Galvanized Steel Outgassing The removal of surface entrapped water and solutions is accomplished by a thermal cycle

Department of Administrative Services,25 Capitol Street,Concord,NH 03301Location

Address: Department of Administrative Services,25 Capitol Street,Concord,NH 03301

Country : United StatesState : New Hampshire