Department Of Transportation Highway Division Proposal No. 608420-101888

DOCUMENT A00801

SPECIAL PROVISIONS

LOWELL Federal Aid Project No. TRG-003S(071) Bridge Replacement and Rehabilitation of 5 (ENEL) Bridges of the (TIGER Grant)

Labor participation goals for this Project shall be 15.3% for minorities and 6.9% for women for each job category. The goals are applicable to both Contractor’s and SubContractor’s on-site construction workforce. Refer to Document 00820 for details.

SCOPE OF WORK This Contract consists of:

The complete replacement of two bridges: Pawtucket Street over the Pawtucket Street over the Northern Canal.

The rehabilitation and preservation of three bridges: Central Street over the Lower Pawtucket Canal Merrimack Street over the Western Canal Merrimack Street over the Merrimack Canal.

Work related to the Pawtucket Street, Central Street and Merrimack Street bridge construction includes modifications such as, earth excavation, full depth roadway construction, reclamation, resurfacing, hot mix asphalt pavement, drainage, utility modifications, private utility connections and utility coordination, granite curb, highway guard, retaining walls, pavement markings, signs, temporary traffic control, landscaping, control of water, and other incidental work.

All work under this contract shall be done in conformance with the Standard Specifications for Highways and Bridges dated 1988, the Supplemental Specifications dated July 1, 2015, and the Interim Supplemental Specifications contained in this contract; the 2016 Construction Standard Details, the 1990 Standard Drawings for Signs and Supports; the 1996 Construction and Traffic Standard Details (as relates to the Pavement Markings details only); The 2015 Overhead Signal Structure and Foundation Standard Drawings, the 2009 Manual on Uniform Traffic Control Devices (MUTCD) with Massachusetts Amendments and the Standard Municipal Traffic Code; the 1968 Standard Drawings for Traffic Signals and Highway Lighting; the latest edition of American Standard for Nursery Stock; the Plans and these Special Provisions.

A00801 - 1 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

CONTRACTORQUESTIONS AND ADDENDUM ACKNOWLEDGEMENTS

Prospective bidders are required to submit all questions to the Construction Contracts Engineer by 1:00 P.M. on the Thursday before the scheduled bid opening date. Any questions received after this time will not be considered for review by the Department.

Contractors should email questions and addendum acknowledgements to the following email address [email protected]. The MassDOT project file number and municipality is to be placed in the subject line.

SUBSECTION 7.05 INSURANCE REQUIREMENTS B. Public Liability Insurance

The insurance requirements set forth in this section are in addition to the requirements of the Standard Specifications and supersede all other requirements.

Paragraphs 1 and 2

MassDOT - Highway Division and applicable railroads shall be named as additional insureds.

C. General

The Contractoris advised of additional insurance requirements that shall be fulfilled as part of this project as detailed in the Special Use Permit for the National Park Service, the Special Use Permit for the Department of Conservation and Recreation and the Release and Waiver for Boott Hydropower, LLC (owned and operated by ENEL Green Power North America, Inc.).

PAINTING - STRUCTURAL CERTIFICATION

All Contractors or SubContractors performing lead based paint removal, containment and collection, surface preparation, or coating of structural steel must be pre-qualified by MassDOT in the Painting - Structural category.

A00801 - 2 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

MASSHIGHWAY TO MASSDOT NAME CHANGE

The following definitions in Section 100 of the Standard Specifications for Highways and Bridges are revised as follows:

(Amend definition of Department) 1.17 –Department Effective November 1, 2009, St. 2009, c. 25 abolishes the Massachusetts Department of Highways and all assets, liabilities, and obligations become those of the Massachusetts Department of Transportation (MassDOT). Anywhere in this contract the terms Commission, Commonwealth, Department of Public Works, Department, Massachusetts Highway Department, MassHighway, Party of the First Part, or any other term intending to mean the former Massachusetts Department of Highways is used, it shall be interpreted to mean MassDOT or applicable employee of MassDOT unless the context clearly requires otherwise. Furthermore, MassDOT by operation of law inherited all rights and obligations pursuant to any contract, and therefore parties to this contract hereby acknowledge and agree that its terms shall be liberally construed and interpreted to maintain the rights and obligations of MassDOT. Furthermore, the parties hereby acknowledge and agree that the transfer of all rights and obligations from the Massachusetts Department of Highways to MassDOT shall not have the effect of altering or eliminating any provision of this contract in a manner that inures to the detriment of MassDOT.

(Add a definition for MassDOT) 1.46 – MassDOT The Massachusetts Department of Transportation, a body politic and corporate, under St. 2009, c. 25 “An Act Modernizing the Transportation Systems of the Commonwealth”, as amended.

ACCESS MASSDOT HIGHWAY INFORMATION ON WEBSITE

Access MassDOT Highway Information related to Construction, Design/Engineering, Contractor/Vendor Information, Approved Materials and Fabricators, Manuals, Publications and Forms at: http://www.mass.gov/massdot/highway Select Doing business with us

A00801 - 3 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

CONTRACTOR/SUBCONTRACTORCERTIFICATION – CONTRACT COMPLIANCE (Revision 03-23-10)

Pursuant to 23 C.F.R. § 633.101 et seq., the Federal Highway Administration requires each Contractorto “insert in each subcontract, except as excluded by law or regulation, the required contract provisions contained in Form FHWA–1273 and further requires their inclusion in any lower tier subcontract that may in turn be made. The required contract provisions of Form FHWA–1273 shall not be incorporated by reference in any case. The prime Contractor shall be responsible for compliance by any subContractoror lower tier subContractorwith the requirements contained in the provisions of Form FHWA–1273.” The prime Contractor shall therefore comply with the reporting and certification requirements provided in MassDOT’s CONTRACTOR/SUBCONTRACTORCERTIFICATION Form (DOT-DIST-192) certifying compliance with 23 C.F.R. § 633.101 for each subcontract agreement entered into by the Contractor. The Contractor shall provide a fully executed original copy of said CONTRACTOR/SUBCONTRACTORCERTIFICATION Form to MassDOT upon execution of any subcontract agreement. Failure to comply with the reporting and certification requirement of the CONTRACTOR/SUBCONTRACTORCERTIFICATION Form may result in action against the prequalification status of the prime Contractorwith MassDOT.

SUBSECTION 4.04 CHANGED CONDITIONS.

This Subsection is revised by deleting the two sequential paragraphs near the end that begin “The Contractor shall be estopped…” and “Any unit item price determined …” (1/6/2006).

PROTECTION OF UNDERGROUND FACILITIES

The Contractor's attention is directed to the necessity of making his own investigation in order to assure that no damage to existing structures, drainage lines, traffic signal conduits, etcetera, will occur.

The Contractor shall notify Massachusetts DIG SAFE and procure a Dig Safe Number for each location prior to disturbing existing ground in any way. Contact the Dig Safe Call Center by dialing 811 or 1-888-344-7233 or online at www.digsafe.com.

NATIONAL GRID EMERGENCY TELEPHONE NUMBERS

GAS: Emergency: 1-800-233-5325 New Service: 1- 877-696-4743 Customer Support: 1-800-732-3400

ELECTRIC: Outage/ Emergency: 1-800-465-1212 New Service: 1-800-375-4730 Customer Support: 1-800-322-3223

A00801 - 4 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

NOTICE TO OWNERS OF UTILITIES (Supplementing Subsection 7.13 "Protection and Restoration of Property")

The Contractor shall investigate to determine the existence of other utilities that may be affected by the Contractors operations.

Written notice shall be given by the Contractorto all public service corporations or officials owning or having charge of publicly or privately owned utilities of his/her intention to commence operations affecting such utilities at least one week in advance of the commencement of such operations and the Contractor shall at that time file a copy of such notice with the Engineer. http://www.massdot.state.ma.us/ Select Quick Links Select Doing business with the Highway Division Select Design/Engineering Select Utility Contracts Select District, Town, and then locate the utility.

The utility contact list is for guidance only and is not guaranteed to be complete or up to date. Town officials are shown at website http://www.mass.gov under the “Government” tab, select “Local Government” from the list on the left of the webpage. Select a City or Town from the “Choose a Community” pulldown list.

Following are the names of owners and representatives of the principal utilities affected. Completeness of this list is not guaranteed by the Department:

District 4 Utility/ Constructability Water Engineer Lowell Regional Water Utility Ray Stinson 815 Pawtucket Blvd 781-641-8471 Lowell, MA 01854 [email protected] Mark Young 978-674-1675 Electric National Grid Electric Water/Sewer 40 Sylvan Road, 3rd Floor – E3.726 Lowell Regional Wastewater Utility Waltham, MA 02451 451 First Street Blvd (Route 110) Lowell, Jonathan Estes MA 01850 781-907-3303 Mark Young [email protected] 978-970-4248 x1606

Gas Cable National Grid Gas Verizon 40 Sylvan Road, 3rd Floor – E3.726 900 Chelmsford Street Tower 3 Floor 4 Waltham, MA 02451 Lowell, MA 01850 Melissa Owens Paul Mirley 781-907-2845 978-323-0282 [email protected] [email protected]

A00801 - 5 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

NOTICE TO OWNERS OF UTILITIES (Continued)

Comcast Fire Alarm 5 Omni Way Lowell City Electrician Chelmsford, MA 01824 1365 Middlesex Street Bob Fitton Lowell, MA 01852 617-279-1903 Steve Coutu [email protected] 978-674-1813

Lightower 260 Franklin Street Boston, MA 02110 Bob Powers DPW 508-561-2456 [email protected] Lowell City Engineer 50 Arcand Drive UMass Lowell Lowell, MA 01852 220 Pawtucket Street Nicolas Bosonetto Lowell, MA 01850 978-674-1417 Adam Baacke [email protected] 978-934-2675 [email protected] Other 186 Comm c/o Waveguide Inc. ENEL Green Power North America (Hydro) 10 North Southwood Drive 100 Brickstone Square Suite 300 Nashua, NH 03063 Andover, MA 01810 Jay Dunn Randald Bartlett 603-598-0096 978-513-3401 [email protected]

MCI/Verizon Business Waveguide Inc. PO Box 600 10 North Southwood Drive Charlton, MA 01507 Nashua, NH 03063 Stephen Parretti Jay Dunn 508-248-1305 603-598-0096 [email protected] [email protected]

A00801 - 6 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

DESIGNER/PROJECT MANAGER

DESIGNER PROJECT MANAGER Kleinfelder MassDOT HQ Highway Design Section 215 First Street, Suite 320 10 Park Plaza Cambridge, MA 02142 Boston, MA 02116 Attn. Doug Peterson 617-498-4623 Attn. Michael O’Dowd 857-368-9292

PROCEDURE FOR RELEASING AUTOCAD FILES TO THE GENERAL CONTRACTOR

After the bid opening the low bidder may submit the Request for Release of MassDOT AutoCAD Files Form to the Highway Design Engineer. When the Highway Design Section has received both the AutoCAD files from the designer and the Request for Release of MassDOT AutoCAD Files Form from the Contractor, Highway Design will email the Contractora link through Dropbox.com with a reminder disclaimer of use (copy to Project Manager and District Construction Engineer).

HOLIDAY WORK RESTRICTIONS FOR CALENDAR YEAR 2018 (Supplementing Subsection 7.09) The District Highway Director (DHD) may authorize work to continue during these specified time periods if it is determined by the District that the work will not negatively impact the traveling public. Below are the holiday work restrictions for the calendar year 2018. New Year’s Day (Federal Holiday) Monday, January 1, 2018: No work on major arterial roadways from noon on Friday, December 29, 2017 until the normal start of business on Tuesday, January 2, 2018. No work on local roadways on the holiday without permission by the DHD and the local police chief.

Martin Luther King's Birthday (Federal Holiday) Monday, January 15, 2018: No work restrictions due to traffic concerns however work on local roadways requires permission by the DHD and local police chief.

President's Day (Federal Holiday) Monday, February 19, 2018: No work restrictions due to traffic concerns however work on local roadways requires permission by the DHD and local police chief.

Evacuation Day (Suffolk County State Holiday) Saturday, March 17, 2018: No work restrictions due to traffic concerns.

A00801 - 7 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

HOLIDAY WORK RESTRICTIONS FOR CALENDAR YEAR 2018 (Continued)

Patriot's Day (State Holiday) Monday, April 16, 2018: Work restrictions will be in place for Districts 3, 4 and 6 along the entire Boston Marathon route and any other locations that the DHD in those districts determine are warranted so as to not to impact the marathon. All other districts work restrictions will be as per DHD.

Mother’s Day Sunday, May 13, 2018: No work on Western Turnpike and Metropolitan Highway System from noon on Friday, May 11, 2018 until the normal start of business on Monday, May 14, 2018.

Memorial Day (Federal Holiday) Monday, May 28, 2018: No work on major arterial roadways from noon on Friday, May 25, 2018 until the normal start of business on Tuesday, May 29, 2018.

Bunker Hill Day (Suffolk County State Holiday) Sunday, June 17, 2018: No work restrictions due to traffic concerns.

Independence Day (Federal Holiday) Wednesday, July 4, 2018: No work on major arterial roadways from noon on Tuesday, July 3, 2018 until the normal start of business on Thursday, July 5, 2018.

Labor Day (Federal Holiday) Monday, September 3, 2018: No work on major arterial roadways from noon on Friday, August 31, 2018 until the normal start of business on Tuesday, September 4, 2018.

Columbus Day (Federal Holiday) Monday, October 8, 2018: No work on major arterials from noon time on Friday, October 5, 2018 until the normal start of business on Tuesday, October 9, 2018. DHD may allow work in those areas on a case by case basis and where work is behind barrier and will not impact traffic.

Veterans' Day (Federal Holiday) Sunday, November 11, 2018: No work restrictions due to traffic concerns.

Thanksgiving Day (Federal Holiday) Thursday, November 22, 2018: No work on major arterials from noon on Wednesday, November 21, 2018 until the normal start of business on the Monday, November 26, 2018.

Christmas Day (Federal Holiday) Tuesday, December 25, 2018: No work on major arterial roadways from noon on Friday, December 21, 2018 until the normal start of business on Wednesday, December 26, 2018.

A00801 - 8 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

PROMPT PAYMENT

Contractors are required to promptly pay SubContractors under this Prime Contract within ten (10) business days from the receipt of each payment the Prime Contractorreceives from MassDOT. Failure to comply with this requirement may result in the withholding of payment to the Prime Contractoruntil such time as all payments due under this provision have been received by the SubContractor(s) and/or referral to the Prequalification Committee for action which may affect the Contractor’s prequalification status.

NORTHERN LONG-EARED BAT PROTECTION

The U.S. Fish and Wildlife Service (USFWS) has listed the northern long-eared bat as threatened under the Endangered Species Act (ESA) and the following requirements exist to protect the bat and its habitat.

This project has been consulted with the USFWS through the Optional Framework to Streamline Section 7 Consultation and is consistent with the Programmatic Biological Opinion under the authority of section 4(d) of the Endangered Species Act and the Final 4(d) Rule published in the Federal Register on January 14, 2016. No conservation measures or time of year restrictions on tree cutting are required. If additional cutting is proposed by the Contractorthat is outside the scope of this contract, additional review is required by the MassDOT Highway Division’s Environmental Services Section, additional review may be required by the USFWS, and time of year restrictions could apply to such tree cutting.

SUBSECTION 8.02 SCHEDULE OF OPERATIONS Replace this subsection with the following:

An integrated cost and schedule controls program shall be implemented by the Contractorto track and document the progress of the Work from Notice to Proceed (NTP) through the ContractorField Completion (CFC) Milestone. The Contractor’s schedules will be used by the Engineer to monitor project progress, plan the level-of-effort required by the Department’s work force and consultants and as a critical decision-making tool. Accordingly, the Contractor shall ensure that it complies fully with the requirements specified herein and that its schedules are both accurate and updated as required by the specification throughout the life of the project. Detailed requirements are provided in Division II, Section 722 Construction Scheduling.

A00801 - 9 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SUBSECTION 8.14 UTILITY COORDINATION, DOCUMENTATION, AND MONITORING RESPONSIBILITIES

A. GENERAL In accordance with the provisions of Section 8.00 Prosecution and Progress, utility coordination is a critical aspect to this Contract. This section defines the responsibility of the Contractorand MassDOT, with regard to the initial utility relocation plan and changes that occur as the prosecution of the Work progresses. The Engineer, with assistance from the Contractor shall coordinate with Utility companies that are impacted by the Contractor’s operations. To support this effort, the Contractor shall provide routine and accurate schedule updates, provide notification of delays, and provide documentation of the steps taken to resolve any conflicts for the temporary and/or permanent relocations of the impacted utilities. The Contractor shall provide copies to the Engineer of the Contractorcommunication with the Utility companies, including but not limited to: • Providing advanced notice, for all utility-related meetings initiated by the Contractor. • Providing meeting minutes for all utility-related meetings that the Contractorattends. • Providing all test pit records. • Request for Early Utility work requirements of this section (see below). • Notification letters for any proposed changes to Utility start dates and/or sequencing. • Written notification to the Engineer of all apparent utility delays within seven (7) Calendar Days after a recognized delay to actual work in the field – either caused by a Utility or the Contractor. • Any communication, initiated by the Contractor, associated with additional Right-of-Way needs in support of utility work. • Submission of completed Utility Completion Forms.

B. PROJECT UTILITY COORDINATION (PUC) FORM The utility schedule and sequence information provided in the Project Utility Coordination Form (if applicable) is the best available information at the time of the bid and has been considered in setting the contract duration. The Contractor shall use all of this information in developing the bid price and the Baseline Schedule Submission, inclusive of the individual utility durations sequencing requirements, and any work that has been noted as potentially concurrent utility installations.

C. INITIATION OF UTILITY WORK The Engineer will issue all initial notice-to-proceed dates to each Utility company based on either the: 1) Contractor’s accepted Baseline Schedule 2) An approved Early Utility Request in the form of an Early Utility sub-net schedule (in accordance with the requirements of this Subsection) 3) An approved Proposal Schedule

C.1 - BASELINE SCHEDULE – UTILITY BASIS The Contractor shall provide a Baseline Schedule submission in accordance with the requirements of Subsection 8.02 and inclusive of all of the information provided in the PUC Form that has been issued in the Contract documents. This is to include the utility durations, sequencing of work, allowable concurrent work, and all applicable considerations that have been depicted on the PUC Form. A00801 - 10 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SUBSECTION 8.14 (Continued)

C.2 – EARLY UTLITY REQUEST – (aka SUBNET SCHEDULE) PRIOR TO THE BASELINE All early utility work is defined as any anticipated/required utility relocations that need to occur prior to the Baseline Schedule acceptance. In all cases of proposed early utility relocation, the Contractor shall present all known information at the pre-construction conference in the form of a ‘sub-net’ schedule showing when each early utility activity needs to be issued a notice-to- proceed. The Contractor shall provide advance notification of this intent to request early utility work in writing at or prior to the Pre-Construction meeting. Prior to officially requesting approval for early utility work, the Contractor shall also coordinate with MassDOT and all utility companies (private, state or municipal) which may be impacted by the Contract. If this request is acceptable to the Utilities and to MassDOT, the Engineer will issue a notice-to-proceed to the affected Utilities, based on these accepted dates.

C.3 – PROPOSAL SCHEDULE - CHANGES TO THE PUC FORM If the Contractorintends to submit a schedule (in accordance with MassDOT Standard Specifications, Division I, Subsection 8.02) that contains durations or sequencing that vary from those provided in the Project Utility Coordination (PUC) Form, the Contactor must submit this as an intended change, in the form of a Proposal Schedule and in accordance with MassDOT Standard Specifications, Division I, Subsection 8.02. These proposed changes are subject to the approval of the Engineer and the impacted utilities, in the form of this Proposal Schedule and a proposed revision to the PUC form. The Contractor shall not proceed with any changes of this type without written authorization from the Engineer, that references the approved Proposal Schedule and PUC form changes. The submission of the Baseline Schedule should not include any of these types of proposed utility changes and should not delay the submission of the Baseline Schedule. As a prerequisite to the Proposal Schedule submission, and in advance of the utility notification(s) period, the Contractor shall coordinate the proposed utility changes with the Engineer and the utility companies, to develop a mutually agreed upon schedule, prior to the start of construction.

D. UTILITY DELAYS The Contractor shall notify the Engineer upon becoming aware that a Utility owner is not advancing the work in accordance with the approved utility schedule. Such notice shall be provided to the Engineer no later than seven (7) calendar days after the occurrence of the event that the Contractorbelieves to be a utility delay. After such notice, the Engineer and the Contractor shall continue to diligently seek the Utility Owner’s cooperation in performing their scope of Work.

In order to demonstrate that a critical path delay has been caused by a third-party Utility, the Contractormust demonstrate, through the requirements of the monthly Progress Schedule submissions and the supporting contract records associated with Subsection 8.02, 8.10 and 8.14, that the delays were beyond the control of the Contractor.

A00801 - 11 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SUBSECTION 8.14 (Continued)

All documentation provided in this section is subject to the review and verification of the Engineer and, if required, the Utility Owner. In accordance with MassDOT Specifications, Division I, Subsection 8.10, a Time Extension will be granted for a delay caused by a Utility, only if the actual duration of the utility work is in excess of that shown on the Project Utility Coordination Form, and only if;

1) proper Notification of Delay was provided to MassDOT in accordance with the time requirements that are specified in this Section 2) the utility delay is a critical path impact to the Baseline Schedule (or most recently approved Progress Schedule)

E. LOCATION OF UTILITIES The locations of existing utilities are shown on the Contract drawings as an approximation only. The Contractor shall perform a pre-construction utility survey, including any required test pits, to determine the location of all known utilities no later than thirty (30) calendar days before commencing physical site work in the affected area.

F. POST UTILITY SURVEY – NOTIFICATION Following completion of a utility survey of existing locations, the Contractorwill be responsible to notify the Engineer of any known conflicts associated with the actual location of utilities prior to the start of the work. The Engineer and the Contractorwill coordinate with any utility whose assets are to be affected by the Work of this Contract. A partial list of utility contact information is provided in the Project Utility Coordination Form.

G. MEETINGS AND COOPERATION WITH UTILITY OWNERS The Contractor shall notify the Engineer in advance of any meeting they initiate with a Utility Owner’s representative to allow MassDOT to participate in the meeting if needed.

Prior to the Pre-Construction Meeting, the Contractorshould meet with all Utility Owners who will be required to perform utility relocations within the first 6 months of the project, to update the affected utilities of the Project Utility Coordination Form and all other applicable Contract requirements that impact the Utilities. The Contractor shall copy the Engineer on any correspondence between the Utility Owner and the Contractor.

H. FORCE ACCOUNT / UTILITY MONITORING REQUIREMENTS The Engineer will be responsible for recording daily Utility work force reports. The start, suspension, re-start, and completion dates of each of the Utilities, within each phase of the utility relocation work, will be monitored and agreed to by the Engineer and the Contractoras the work progresses.

I. ACCESS AND INSPECTION The Contractor shall be responsible for allowing Utility owners access to their own utilities to perform the relocations and/or inspections. The Contractor shall schedule their work accordingly so as not to delay or prevent each utility from maintaining their relocation schedule.

A00801 - 12 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SECTION 722 CONSTRUCTION SCHEDULING

DESCRIPTION

722.20 General

The Contractor's approach to prosecution of the Work shall be disclosed to the Department by submission of a Critical Path Method (CPM) schedule and a cost/resource loaded Construction Schedule when required in this Subsection. These requirements are in addition to, and not in limitation of, requirements imposed in other sections.

The requirements for scheduling submissions are established based on the Project Value at the time of the bid and are designated as Type A, B, C or D. The definitions of these Schedule Requirement Types are summarized below. Complete descriptions of all detailed requirements are established elsewhere in this specification.

Type A – for all Site-Specific Contracts with a Project Value over $20 Million • Schedule Planning Session • Baseline CPM Schedule • Monthly Update CPM Schedule • Short-term Construction Schedule • Contract Schedule Update Meeting • Resource-Loading • Resources Graphic Reporting • Cash Flow Projections from the CPM • Cash Flow Charts • Cost-loaded CPM • Contractor-furnished CPM software, computer and training

Type B – for all Site-Specific Contracts with a Project Value between $10 Million and $20 Million • Schedule Planning Session • Baseline CPM Schedule • Monthly Update CPM Schedule • Short-term Construction Schedule • Contract Schedule Update Meeting • Cost-loaded CPM • Resource-Loading • Monthly Projected Spending Report (PSR) • Contractor-furnished CPM software, computer and training

A00801 - 13 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SECTION 722 (Continued)

Type C – for all Site-Specific Contracts with a Project Value between $3 Million and $10 Million • Schedule Planning Session • Baseline CPM Schedule • Monthly Update CPM Schedule • Short-term Construction Schedule • Contract Schedule Update Meeting • Monthly Projected Spending Report (PSR) • Contractor-furnished CPM software, computer and training

Type D - for all contracts with a Project Value less than $3 Million; various locations contracts of any dollar amount; contracts with durations less than one-hundred and eighty (180) Calendar Days; and other contracts as determined by the Engineer. • Bar chart schedule updated monthly or at the request of the Engineer (See Section 722.62.B - Bar Charts.) • Monthly Projected Spending Report (PSR) (See Section 722.62.F - Projected Spending Reports.)

MATERIALS, EQUIPMENT, PERSONNEL

722.40 General

A. Software Requirements (Types A, B and C) The Contractor shall use Primavera P6 computer scheduling software. In addition to the requirements of Section 740 – Engineer’s Field Office and Equipment, the Contractor shall provide to the Department one (1) copy of the scheduling software, one (1) software license and one (1) computer capable of running the scheduling software for the duration of the Contract. This computer and software shall be installed in the Engineer’s Field Office within twenty-eight (28) Calendar Days after Notice to Proceed. The computer and software shall be maintained and serviced as recommended by the computer manufacturer and/or as required by the Engineer during the duration of the Contract at no additional cost to the Department. The Contractor shall provide professional training in the basic use of the software for up to eight (8) Department employees. The trainer shall be approved by the Engineer. This training shall be provided within twenty-eight (28) Calendar Days after Notice to Proceed.

B. Scheduler Requirements For all schedule types, if the Contractorplans to use outside scheduling services, the scheduler shall be approved as a subContractorby the Engineer.

For Type A, B and C Schedules the name of the Contractor’s Project Scheduler together with his/her qualifications shall be submitted to the Department for approval by the Engineer within seven (7) Calendar Days after NTP. The Project Scheduler shall have a minimum of five [5] years of project CPM scheduling experience, three [3] years of which shall be on projects of similar scope and value as the project for which the Project Scheduler is being proposed. References shall be provided from past projects that can attest to the capabilities of the Project Scheduler.

A00801 - 14 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SECTION 722 (Continued)

CONSTRUCTION METHODS

722.60 General

A. Schedule Planning Session (Types A, B and C)

The Contractor shall conduct a schedule planning session within seven (7) Calendar Days after the Contractorreceives the NTP and prior to submission of the Baseline Schedule. This session will be attended by the Department and its consultants. During this session, the Contractor shall present its planned approach to the project including, but not limited to: 1. the Work to be performed by the Contractorand its subContractors; 2. the planned construction sequence and phasing; planned crew sizes; 3. summary of equipment types, sizes, and numbers to be used for each work activity; 4. all early work related to third party utilities; 5. identification of the most critical submittals and projected submission timelines; 6. estimated durations of major work activities; 7. the anticipated Critical Path of the project and a summary of the activities on that Critical Path; 8. a summary of the most difficult schedule challenges the Contractoris anticipating and how it plans to manage and control those challenges; 9. a summary of the anticipated quarterly cash flow over the life of the project.

This will be an interactive session and the Contractor shall answer all questions that the Department and its consultants may have. The Contractor shall provide a minimum of five (5) copies of a written summary of the information presented and discussed during the session to the Engineer. The Contractor’s Baseline Schedule and accompanying Schedule Narrative shall incorporate the information discussed at this Schedule Planning Session.

B. Schedule Reviews by the Department (All Types)

1. Baseline Schedule Reviews The Engineer will respond to the Baseline Schedule Submission within thirty (30) Calendar Days of receipt providing comments, questions and/or disposition that either accepts the schedule or requires revision and resubmittal. Baseline Schedules shall be resubmitted within fifteen (15) Calendar Days after receipt of the Engineer’s comments.

2. Contract Progress Schedule / Monthly Update Reviews The Engineer will respond to each submittal within twenty one (21) Calendar Days. Schedules shall be resubmitted by the Contractorwithin five (5) Calendar Days after receipt of the Engineer’s comments.

Failure to submit schedules as and when required could result in the withholding of full or partial pay estimate payments by the Engineer.

A00801 - 15 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SECTION 722 (Continued)

722.61 Schedule Content and Preparation Requirements (Types A, B and C unless otherwise noted)

Each Contract Progress Schedule shall fully conform to these requirements.

A. LOGIC The schedules shall divide the Work into activities with appropriate logic ties to show: 1. conformance with the requirements of this Section and Division I, Subsection 8.02 - Schedule of Operations 2. the Contractor's overall approach to the planning, scheduling and execution of the Work 3. conformance with any additional sequences of Work required by the Contract Documents, including, but not limited to, Subsection 8.03 - Prosecution of Work and Subsection 8.06 – Limitations of Operations.

B. ACTIVITIES The schedules shall clearly define the progression of the Work from NTP to ContractorField Completion (CFC) by using separate activities for each of the following items: 1. NTP 2. Each component of the Work defined by specific activities 3. Detailed activities to satisfy permit requirements 4. Procurement of fabricated materials and equipment with long lead times, including time for review and approval of submittals required before purchasing 5. The preparation and submission of shop drawings, procedures and other required submittals, with a planned duration that is to be demonstrated to the Engineer as reasonable 6. The review and return of shop drawings, procedures and other required submittals, approved or with comments, the duration of which shall be thirty (30) Calendar Days, unless otherwise specified or as approved by the Engineer 7. Interfaces with adjacent work, utility companies, other public agencies, sensitive abutters, and/or any other third party work affecting the Contract 8. The Critical Path, clearly defined and organized 9. Float shall be clearly identified 10. Access Restraints – restrictions on access to areas of the Work that are defined by the Department in the bid package, in Subsection 8.06 – Limitations of Operations or elsewhere in the Contract 11. Milestones listed in Subsection 8.03 - Prosecution of Work or elsewhere in the Contract Documents 12. SubContractorapprovals at fifteen (15) Calendar Days from submittal to response 13. Full Beneficial Use (FBU) Contract Milestone per the requirements of Subsection 8.03 - Prosecution of Work 14. Contractor’s request for validation of FBU (ready to open to traffic) 15. The Department’s confirmation of completed work to allow for FBU

A00801 - 16 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SECTION 722 (Continued)

16. Substantial Completion Contract Milestone per the requirements of Subsections 7.15 - Claims Against Contractors for Payment of Labor, Materials and Other Purposes and 8.03 - Prosecution of Work 17. Contractor’s request for validation of Substantial Completion 18. Punchlist Completion Period of at least thirty (30) Calendar Days per the requirements of Subsections 5.11 - Final Acceptance, 7.15 - Claims Against Contractors for Payment of Labor, Materials and Other Purposes and 8.03 - Prosecution of Work 19. Contractorconfirmation that all punchlist work and documentation has been completed 20. Physical Completion of the Work Contract Milestone per the requirements of Subsections 5.11 - Final Acceptance and 8.03 - Prosecution of Work 21. Documentation Completion per the requirements of Subsections 5.11 - Final Acceptance and 8.03 - Prosecution of Work 22. ContractorField Completion Contract Milestone per the requirements of Subsections 5.11 - Final Acceptance and 8.03 - Prosecution of Work 23. Utility work to be performed in accordance with the Project Utility Coordination (PUC) Form as provided in Section 8.14 - Utilities Coordination, Documentation and Monitoring Responsibilities 24. Traffic work zone set-up and removal, night work and phasing 25. Early Utility Relocation (by others) that has been identified in the Contract 26. Right-of-Way (ROW) takings that have been identified in the Contract 27. Material Certifications 28. Work Breakdown Structure in accordance with the MassDOT-Highway Division ContractorConstruction Schedule Toolkit located on the MassDOT-Highway Division website at: http://www.massdot.state.ma.us/highway/DoingBusinessWithUs/Construction/Constru ctionScheduleToolkit.aspx 29. For Type A and B Contracts only: All items to be paid, including all Unit Price and Lump Sum pay items, shall be identified by activity. This shall include all non- construction activities such as engineering work; purchase of permanent materials and equipment, purchase of structural steel stock, equipment procurement, equipment delivery to the site or storage location and the representative amount of overhead/indirect costs that was included in the Contractor’s Bid Prices.

C. EARLY AND LATE DATES Early Dates shall be based on proceeding with the Work or a designated part of the Work exactly on the date when the corresponding Contract Time commences. Late Dates shall be based on completing the Work or a designated part of the Work exactly on the corresponding Contract Time, even if the Contractoranticipates early completion.

A00801 - 17 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SECTION 722 (Continued)

D. DURATIONS Activity durations shall be in Work Days. Planned Original Durations shall be established with consideration to resources and production rates that correspond to the Contractor’s Bid Price. Within all of the Department-required schedules, the Contractor shall plan the Work using durations for all physical construction activities of no less than one (1) Work Day and no greater than fourteen (14) Work Days, unless approved by the Engineer as part of the Baseline Schedule Review.

Should there be an activity with a duration that is determined by the Engineer to be unreasonable, the Contractorwill be asked to provide a basis of the duration using bid documents, historic production rates for similar work, or other form of validation that is acceptable to the Engineer. Should the Contractorand the Engineer be unable to agree on reasonable activity durations, the Engineer will, at a minimum, note the disagreement in the Baseline Schedule Review along with a duration the Engineer considers reasonable and the basis for that duration. A schedule that contains a substantial number of activities with durations that are deemed unreasonable by the Engineer will not be accepted.

E. MATERIALS ON HAND (for Types A and B only) The Contractor shall identify in the Baseline Schedule all items of permanent materials (Materials On Hand) for which the Contractorintends to request payment prior to the incorporation of such items into the Work.

F. ACTIVITY DESCRIPTIONS The Contractor shall use activity descriptions in all schedules that clearly describe the work to be performed using a combination of words, structure numbers, station numbers, bid item numbers, work breakdown structure (WBS) and/or elevations in a concise and compact label as specified in the MassDOT-Highway Division ContractorConstruction Schedule Toolkit located on the MassDOT-Highway Division website at: http://www.massdot.state.ma.us/highway/DoingBusinessWithUs/Construction/ConstructionS cheduleToolkit.aspx

G. ACTIVITY IDENTIFICATION NUMBERS The Contractor shall use the activity identification numbering system specified in the MassDOT-Highway Division ContractorConstruction Schedule Toolkit located online at the address above.

H. ACTIVITY CODES The Contractor shall use the activity codes specified in the MassDOT-Highway Division ContractorConstruction Schedule Toolkit located online at the address above.

I. CALENDARS Different calendars may be created and assigned to all activities or to individual activities. Calendars define the available hours of work in each Calendar Day, holidays and general or project-specific non-Work Days such as Fish Migration Periods, time of year (TOY) restrictions and/or area roadway restrictions.

A00801 - 18 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SECTION 722 (Continued)

Examples of special calendars include, but are not limited to: • Winter Shutdown Period, specific work is required by separate special provision to be performed during the winter. See Special Provision 8.03 (if applicable) • Peak traffic hours on heavily traveled roadways. This shall be from 6:30 am to 9:30 am and from 3:30 pm to 7:00 pm, unless specified differently elsewhere in the Contract. • Special requirements by sensitive abutters, railroads, utilities and/or other state agencies as defined in the Contract. • Cape Cod and the Islands Summer Roadway Work Restrictions: A general restriction against highway and bridge construction is enforced between Memorial Day and Labor Day, unless otherwise directed by the Engineer. Refer to the Project Special Provisions for specific restrictions. • Cape Ann Summer Roadway Work Restrictions: While there are no general restrictions for Cape Ann as there are for Cape Cod and the Islands, project-specific restrictions may be enforced. Refer to the Project Special Provisions for specific restrictions. • Turtle and/or Fish Migration Periods and/or other in-water work restrictions: Refer to the Project Special Provisions for specific restrictions. • Working over Waterways Restricted Periods: Refer to the Project Special Provisions for specific restrictions. • Night-time paving and striping operations, traffic and temperature restrictions: Refer to the Project Special Provisions for specific restrictions. • Utility Restrictions shall be as specified within the Contract.

J. FLOAT For the calculation of float in the CPM schedule, the setting for Retained Logic is required for all schedule submissions, starting with the Baseline Schedule Submission. Should the Contractorhave a reason to propose that an alternative calculation setting such as Progress Override be used, the Contractor shall obtain the Engineer’s approval prior to modifying to this setting.

K. COST AND RESOURCE LOADING (Types A and B only) For all Type A and B Schedules, the Contractor shall provide a cost and resource-loaded schedule with an accurate allocation of the costs and resources necessary to complete the Work. The costs and resources shall be assigned to all schedule activities in order to enable the Contractorto efficiently execute the Contract requirements and the Engineer to validate the original plan, monitor progress, provide cash flow projections and analyze delays. 1. Each schedule activity shall have an assigned cost that accurately represents the value of the Work. Each schedule activity shall have its resources assigned to it by craft and the anticipated hours to accomplish the work. Each schedule activity’s equipment resources shall be assigned to it by equipment type and hours operated. Front-loading or other unbalancing of the cost distribution will not be permitted. 2. The sum of the cost of all schedule activities shall be equal to the Contractor’s Bid Price. 3. Indicating the labor hours per individual, per day, by craft and equipment hours/day will be acceptable.

A00801 - 19 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SECTION 722 (Continued)

4. The Engineer reserves the right to use the cost-loading as a means to resolve changes, disputes, time entitlement evaluations, increases or decreases in the scope of Work, unit price renegotiations and/or claims. 5. For all Type A and B Schedules, all subnets, fragnets, Proposal Schedules, and Recovery Schedules shall be cost and resource- loaded to help to quickly validate and monitor the duration of the Work to be performed. 6. For Type A Schedules, cost-loading of the schedule will also be used for cash flow projection purposes. 7. The cost-loading of each activity shall indicate the portion of the cost for that activity that is applicable to a specific bid item (cost account.) The total cost for each cost account must equal the bid item price. 8. For Type A Schedules, each month, the Contractorwill be paid using the Cost-loaded CPM activities for Lump Sum payment items. This requirement supersedes any requirements elsewhere in this Contract regarding partial payments of schedule-of- values for all Lump Sum items.

L. NOT TO BE USED IN THE CONTRACTOR’S CPM SCHEDULE 1. Milestones or constraint dates not specified in the Contract 2. Scheduled work not required for the accomplishment of a Contract Milestone 3. Use of activity durations, logic ties and/or sequences deemed unreasonable by the Engineer 4. Delayed starts of follow-on trades 5. Float suppression techniques

722.62 Submittal Requirements

All schedules shall be prepared and submitted in accordance with the requirements listed below.

Each monthly Contract Progress Schedule submittal shall be uniquely identified.

Except as stated elsewhere in this subsection, schedule submittals shall include each of the documents listed below, prepared in two formats, for distribution as follows: a. four (4) compact discs (CD); one (1) each for the Office of Project Controls and Performance Oversight (O-PC&PO), the Boston Construction Section Office, the District Construction Office and the Resident Engineer’s Office. Additional copies shall be required if the work is performed in more than one district. b. two (2) hard copies plotted in color on 24” X 36” paper; one (1) copy each for the District Construction Office and the Resident Engineer’s Office. No copies for the O- PC&PO and the Boston Construction Section Office. Additional copies shall be required if the work is performed in more than one district.

A00801 - 20 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SECTION 722 (Continued)

A. Narratives A written narrative shall be submitted with every schedule submittal. The narrative shall: 1. itemize and describe the flow of work for all activities on the Critical Path in a format that includes any changes made to the schedule since the previous Contract Progress Schedule / Monthly Update or the Baseline Schedule, whichever is most recent; 2. provide a description of any specification requirements that are not being followed. Identify those that are improvements and those that are not considered to be meeting the requirements; 3. provide all references to any Notice of Delay that has been issued, within the time period of the Contract Progress Schedule Update, by letter to the Engineer. Note that any Notice of Delay that is not issued by letter will not be recognized by the Engineer. See Subsection 722.64.A - Notice of Delay; 4. provide a description of each third-party utility’s planned vs. actual progress and note any that are trending late or are late per the durations and commitments as provided in the PUC Form; provide a description of the five (5) most important responses needed from the Department and the need date for the responses in order to maintain the current Schedule of Record; 5. provide a description of all critical issues that are not within the control of the Contractoror the Department (third party) and any impact they had or may have on the Critical Path; 6. provide a description of any possible considerations to improve the probability of completing the project early or on-time; 7. compare Early and Late Dates for activities on the Critical Path and describe reasons for changes in the top three (3) most critical paths ; 8. describe the Contractor's plan, approach, methodologies and resources to be employed for completing the various operations and elements of the Work for the top three (3) most critical paths. For update schedules, describe and propose changes to those plans and verify that a Proposal Schedule is not required; 9. describe, in general, the need for shifts that are not 5 days/week, 8 hours/day, the holidays that are inserted into each calendar and a tabulation of each calendar that has been used in the schedule; 10. describe any out-of-sequence logic and provide an explanation of why each out-of- sequence activity does not require a correction, if one has not been provided, and an adequate demonstration that these changes represent the basis of how these activities will be built, including considerations for resources, dependencies and previously- approved production rates; 11. identify any possible duration increases resulting from actual or anticipated unit price item quantity overruns as compared to the baseline duration, with a corresponding suggestion to mitigate any possible delays to the Critical Path. If the delay is anticipated to impact the Critical Path, refer to Subsections 4.06 - Increased or Decreased Contract Quantities and 8.10 - Determination and Extension of Contract Time for Completion and submit a letter to the Engineer notifying of a potential delay; 12. include a schedule log consisting of the name of the schedule, the data date and the date submitted.

A00801 - 21 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SECTION 722 (Continued)

B. Bar Charts (Types A, B, C and D) One (1) time-scaled bar chart containing all activities shall be prepared and submitted using a scale that yields readable plots and that meets the requirements of Subsection 722.61 - Schedule Content and Preparation Requirements Activities shall be linked by logic ties and shown on their Early Dates. Critical Paths shall be highlighted and Total Float shall be shown for all activities. A second time-scaled bar chart shall also be prepared containing only the Critical Path or, if the Critical Path is not the longest path, the Longest Path using a scale that yields readable plots and that meets the requirements of Subsection 722.61 - Schedule Content and Preparation Requirements. Activities shall be linked by logic ties and shown on their Early Dates. Total Float shall be shown for all activities. Bar Charts shall be printed in color and submitted on 11” X 17” paper or, if approved by the Engineer, as a .pdf file.

C. Detailed Activity Schedule Comparisons A Detailed Activity Schedule Comparison (DASC) is a simple reporting tool in the format of a graphical report that will provide Resident Engineers with immediate, timely and up-to-date information. The DASC consists of an updated bar chart that overlays the current time period’s bar chart onto the previous time period’s bar chart for an easily-read comparison of progress during the present and previous reporting periods. The DASC shall be prepared and submitted in accordance with the instructions contained in the Construction Schedule Toolkit located on the MassDOT-Highway Division website at:

http://www.massdot.state.ma.us/highway/DoingBusinessWithUs/Construction/ConstructionS cheduleToolkit.aspx

The reports described in Subsections D, E and F below shall be submitted with all of the schedules listed in Subsection722.20 - General:

D. Activity Cost Report and Monthly Cash Flow Projections (Type A only) With each ContractorQuantity Estimate (CQE), the Contractor shall submit an Activity Cost Report and Cash Flow Projection that includes all activities grouped by Contract Bid Item. The Activity Cost Report shall be generated from the Schedule of Record and shall be the basis of the Monthly Cash Flow Projection. Within each contract Bid Item, activities shall be sequenced by ascending activity identification number and shall show: 1. activity ID and description, 2. forecast start and finish dates for each activity and, 3. when submitted as a revised schedule, actual start and finish dates for each completed activity. For Unit Price pay items, in addition to the above, estimates to complete and any variance to the estimated Contract quantity shall be shown.

E. Resource Graphs (Type A only) Monthly and cumulative resource graphs for the remaining Contract period using the Early Dates and Late Dates in the Contract Progress Schedule shall be included as part of each schedule submittal.

A00801 - 22 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SECTION 722 (Continued)

F. Projected Spending Reports (Types B, C and D) A Projected Spending Report (PSR) shall be prepared and submitted in accordance with the instructions listed at the end of this section. The PSR shall indicate the monthly spending (cash flow) projection for each month from NTP to ContractorField Completion (CFC). Each month’s actual spending shall be calculated using all CQEs paid during that month. If the difference between the Contractor’s monthly projections vs. the actual spending is greater than 10%, the Contractor’s monthly spending projection shall be revised and resubmitted within fifteen (15) Calendar Days. The Projected Spending Report (PSR) shall be depicted in a tabular format and printed in color on 11 x 17-sized paper or larger as approved by the Engineer. For additional instructions and a template for preparing the Projected Spending Report (PSR), refer to the Contractor’s Construction Schedule Toolkit located on the MassDOT-Highway Division website at: http://www.massdot.state.ma.us/highway/DoingBusinessWithUs/Construction/ConstructionS cheduleToolkit.aspx or consult with the District Construction Scheduler.

722.63. Progress Schedule Requirements

A. Baseline Schedule The Baseline Schedule shall be due thirty (30) Calendar Days after Notice to Proceed (NTP.) The Baseline Schedule shall only reflect the Work awarded to the Contractorand shall not include any additional work involving Extra Work Orders or any other type of alleged delay. The Baseline Schedule shall be prepared and submitted in accordance with Subsections 722.61 - Schedule Content and Preparation Requirements and 722.62 - Submittal Requirements. Once the Baseline Schedule has been accepted by the Engineer, with or without comments, it shall represent the as- planned schedule for the Work and become the Contract Progress Schedule of Record until such time as the schedule is updated or revised under Subsections 722.63.C - Contract Progress Schedules / Monthly Updates, 722.64.C - Recovery Schedules and 722.64.D - Proposal Schedules. The Cost and Resource-Loading information (Types A and B only) shall be provided by the Contractorwithin forty-five (45) Calendar Days after NTP. The Engineer’s review comments on the Baseline Schedule and the Contractor’s responses to them will be maintained for the duration of the Contract and will be used by the Engineer to monitor the Contractor’s work progress by comparing it to the Contract Progress Schedule / Monthly Update.

B. Interim Progress-Only Schedule Submissions The first monthly update of the Contract Progress Schedule/Monthly Update is due within seventy (70) Calendar Days after Notice to Proceed (NTP.) The Baseline Schedule review period ends at sixty (60) Calendar Days after NTP, see Subsection 722.60.B - Schedule Reviews by the Department. If the Baseline Schedule has not been accepted within sixty (60) Calendar Days after NTP, an Interim Progress-Only Schedule shall be due within seventy (70) Calendar Days after NTP. The purpose of the Interim Progress-Only Schedule is to document the actual progress of all activities, including non-construction activities, from NTP until the Baseline Schedule is accepted.

A00801 - 23 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SECTION 722 (Continued)

C. Contract Progress Schedules / Monthly Updates (Types A, B, C and D) The first Contract Progress Schedule shall be submitted by the Contractorno later than seventy (70) Calendar Days after NTP. The data date for this first Progress Schedule shall be sixty (60) Calendar Days after NTP. Subsequent Progress Schedules shall be submitted monthly. Each Contract Progress Schedule shall reflect progress up to the data date. Updated progress shall be limited to as-built sequencing and as-built dates for completed and in-progress activities. As-built data shall include actual start dates, remaining Work Days and actual finish dates for each activity, but shall not change any activity descriptions, the Original Durations, or the Original Resources (as planned at the time of bid), without the acceptance of the Engineer. If any activities have been completed out-of-sequence, the Contractor shall propose new logic ties for affected in- progress and future activities that accurately reflect the previously-approved sequencing. Alternatively, the Contractormay submit to the Engineer for approval an explanation of why an out-of-sequence activity does not require a correction and an adequate demonstration that the changes accurately represent how the activities will be built, including considerations for resources, dependencies and previously approved production rates. Once approved by the Engineer, the Contractormay incorporate the changes in the next Contract Progress Schedule/Monthly Update with the affected activities clearly identified and explained in the Schedule Narrative. No revisions to logic ties; sequence, description or duration of future activities; or planned resource costs shall be made without prior approval by the Engineer. Any proposed logic changes for in-progress or future activities shall be submitted to the Engineer for approval before being incorporated into a Contract Progress Schedule. The logic changes must be submitted using a Proposal Schedule or a schedule fragnet submission. Once approved by the Engineer, the Contractormay incorporate the logic in the next Contract Progress Schedule/Monthly Update with the affected activities clearly identified and explained in the Schedule Narrative. For any proposed changes to the original sequence, description or duration of future activities, the Contractor shall submit to the Engineer for approval an explanation of how the proposed description or duration change reflects how the activity will be progressed, including considerations for resources and previously approved production rates. Any description or duration change that does not accurately reflect how the activity will be progressed will not be approved by the Engineer. Once approved by the Engineer, the Contractormay incorporate the changes in the next Contract Progress Schedule/Monthly Update with the affected activities clearly identified and explained in the Schedule Narrative. Except as otherwise designated by a Contract Modification, no Contract Progress Schedule that extends performance beyond the Contract Time and/or beyond any Contract Milestone shall be approved by the Engineer. The Contractor shall submit a Recovery Schedule if any Contract Progress Schedule/Monthly Update indicates a failure to meet the Contract Dates.

D. Short-Term Construction Schedule The Contractor shall provide a Short-Term Construction Schedule that details daily work activities, including any multiple shift work that the Contractorintends to conduct, in a bar chart format. The daily activities shall directly correspond to the Contract Progress Schedule activities, with a matching reference to the activity identification number in the Contract Progress Schedule, and may be at a greater level of detail.

A00801 - 24 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SECTION 722 (Continued)

The Short-Term Construction Schedule shall be submitted every two weeks. It shall display all work for a thirty-five (35) Calendar Day period consisting of completed work for the two (2) week period prior and all planned work for the following three (3) week period. The initial submission shall be provided no later than thirty (30) Calendar Days after NTP or as required by the Engineer. The Contractor shall be prepared to discuss the Short-Term Construction Schedule, in detail, with the Engineer in order to coordinate field inspection staff requirements, the schedule of work affecting abutters and any corresponding work with affected utilities. Short-Term Construction Schedules shall be prepared and submitted in accordance with Subsections 722.61 - Schedule Content and Preparation Requirements and 722.62 - Submittal Requirements. Failure to submit Short-Term Construction Schedules every two (2) weeks may result in withholding of full or partial payments by the Engineer.

722.64 Impacted Schedule Requirements

A. Notice of Delay The Contractor shall notify the Engineer in writing, with copies to the District and State Construction Engineers, within three (3) Calendar Days of the start of any delays to the Critical Path that are caused by actions or inactions that were not within the control of the Contractor. Delay notifications that are not provided in a letter to the Engineer, such as a delay notification in the schedule narrative, will not be recognized as contractual notice in the determination of any Time Extension related to the impacts to the work associated with this specific alleged delay. Should such delay continue for more than one (1) week, the Contractor shall note it in the Schedule Narrative until the delay is no longer impacting the Critical Path for the completion of the Contract Milestones. The Engineer will evaluate the alleged delay and its impact and will respond to the Contractorwithin ten (10) Calendar Days after receipt of a notice of delay.

B. Time Entitlement Analysis A Time Entitlement Analysis (TEA) shall consist of a descriptive narrative, prepared in accordance with Subsection 722.62.A - Narratives, and an as-built CPM schedule, which may be in the form of a schedule fragnet ( that has been developed from the project’s Contract Progress Schedule of Record, and illustrates the impact of a delay to the Critical Path, Contract Milestones and/or Contract Completion Date as required in Subsection 8.10 - Determination and Extension of Contract Time for Completion. TEAs shall also be used to determine the schedule impact of proposed Extra Work Orders (EWO) as also required in Subsection 8.10. TEAs shall be prepared and submitted in accordance with the requirements of Subsections 722.61 - Schedule Content and Preparation Requirements and 722.62 - Submittal Requirements and shall be based on the Contract Progress Schedule of Record applicable at the start of the delay or impact from an EWO. A TEA fragnet must start with a specific new activity describing the work contained in either a Notice of Delay previously submitted to the Department per Subsection 722.64.A - Notice of Delay or an EWO.

A00801 - 25 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SECTION 722 (Continued)

TEAs shall be submitted: 1. as part of any Extra Work Order that may impact Contract Time, 2. with a request for a Time Extension, 3. within fourteen (14) Calendar Days after a request for a TEA by the Engineer for any other reason. A TEA shall be submitted to the Engineer before any Time Extension is granted to the Contractor. Time Extensions will not be granted unless the TEA accurately reflects an evaluation of all past delays and the actual events that occurred that impacted the Critical Path. The TEA must also demonstrate a plan for the efficient completion of all of the remaining work through an optimized CPM Schedule. The analysis shall include all delays, including Contractor-caused delays, and shall be subdivided into timeframes and causes of delays. TEAs shall incorporate any proposed activities, logic ties, resource considerations, and activity costs required to most efficiently demonstrate the schedule impacts in addition to detailing all impacts to existing activities, logic ties, the Critical Path, Contract Milestones and the Contract Completion Date. In addition, TEAs shall accurately reflect any changes made to activities, logic ties, restraints and activity costs, necessitated by an Extra Work Order or other schedule impact, for the completion of the remaining work. The Contractor shall provide TEAs that demonstrate that all delays have been mitigated to the fullest extent possible without requiring an Equitable Adjustment to the original bid basis. All TEAs shall clearly indicate any overtime hours, additional shifts and the resource that are proposed to be incorporated in the schedule. The Engineer shall have final discretion over the use of overtime hours and additional shifts. The Engineer shall have the right to require that overtime hours and/or additional shifts be used to minimize the duration of Time Extensions if it is determined to be in the best interest of the Department to do so. When accepted, the changes included in a TEA shall be incorporated into the next Contract Progress Schedule per the requirements of Subsection 722.63.C - Contract Progress Schedules / Monthly Updates. During the review of any TEA, all Contract Progress Schedules shall continue to be submitted as required. The Engineer may request that the Contractorprepare a Proposal Schedule or a Recovery Schedule to further mitigate any delays that are shown in the accepted TEA/Contract Progress Schedule.

C. Recovery Schedules The Contractor shall promptly report to the Engineer all schedule delays during the prosecution of the Work. Except as otherwise designated by a Contract Modification, no Contract Progress Schedule that extends performance beyond the Contract Time and/or beyond any Contract Milestone shall be approved by the Engineer. The Contractor shall submit a Recovery Schedule within fourteen (14) Calendar Days of a Contract Progress Schedule submission that shows failure to meet the Contract Dates. This requirement is critical to the Department’s ability to make informed decisions regarding Contract Time and costs.

A00801 - 26 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SECTION 722 (Continued)

During the prosecution of the Work, should the Contractor’s progress on a critical operation clearly not meet anticipated production, without cause by fault of the Department, or should a critical activity or series of activities not be staffed in accordance with the Contractor’s approved Baseline Schedule resource planning, the Contractor shall be obligated to recover such delay. Recovery Schedules shall be prepared and submitted in accordance with Subsections 722.61 - Schedule Content and Preparation Requirements and 722.62 - Submittal Requirements within fourteen (14) Calendar Days of any of the cases listed above. Recovery Schedules shall clearly indicate any proposed overtime hours, additional shifts, and the resources that are proposed to be incorporated in to the schedule. The Engineer shall have final discretion over the use of overtime hours and additional shifts and shall have the right to require that overtime hours and/or additional shifts be used to minimize the duration of Time Extensions, without additional compensation for any Contractordelays, if it is determined to be in the best interest of the Department to do so. During the review of any Recovery Schedule, all Contract Progress Schedules shall continue to be required every month. The Engineer may request that the Contractorprepare a Recovery Schedule to further mitigate any delays that are shown in an accepted TEA/Contract Progress Schedule. Changes represented in accepted Recovery Schedules shall be incorporated into the next Contract Progress Schedule.

D. Proposal Schedules A Proposal Schedule is an alternative schedule used to evaluate proposed changes to the Contract scope or significant alternatives to previously approved approaches to complete the Work, which may include changes to activity durations, logic and sequence. For Types A and B Schedules, the Proposal Schedule shall be cost and resource-loaded. A Proposal Schedule may be requested by the Department at any time or may be offered by the Contractor. The Engineer may request that the Contractorprepare a Proposal Schedule to further mitigate any delays that are shown in an accepted TEA/Contract Progress Schedule. The Contractor shall submit the Proposal Schedule within thirty (30) Calendar Days of a request from the Department. The Proposal Schedule shall not be considered a Schedule of Record until the logic, durations, narrative and basis of the Proposal Schedule have been accepted by the Engineer. If the Proposal Schedule took the form of a fragnet, it must be incorporated into the Contract Progress Schedule of Record showing the current progress of all other activities and the impacts/results of the changes made by the Proposal Schedule before the Proposal Schedule is accepted by the Department. Proposal Schedules shall clearly indicate any proposed overtime hours, additional shifts, and the resources that are proposed to be incorporated in the schedule. The Engineer shall have final discretion over the use of overtime hours and additional shifts. Changes represented in accepted Proposal Schedules shall be incorporated into the next Contract Progress Schedule. During the review of any Proposal Schedule, all Contract Progress Schedules shall continue to be required every month.

A00801 - 27 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SECTION 722 (Continued)

E. Disputes (Types A, B, C and D) All schedules shall be submitted, reviewed, dispositioned and accepted in the timely manner specified herein so as to provide the greatest possible benefit to the execution of this Contract.

Any dispute concerning the acceptance of a schedule or any other question of fact arising under this subsection shall be determined by the Engineer. Pending resolution of any dispute, the last schedule accepted by the Engineer will remain the Contract Schedule of Record.

COMPENSATION

722.80 Method of Measurement and Basis of Payment (Types A, B, C and D)

The Special Provisions will specify the fixed-price amount to be paid to the Contractorfor the Project Schedule requirements contained herein. Each bidder shall include this lump-sum, fixed- price bid item amount in his/her bid. Failure to do so may be grounds for the rejection of the bid.

All required schedule-related work, including, but not limited to computers, computer software, the planning and coordination with utilities, training, schedule preparation and schedule submittals will be paid for under the fixed price amount.

This fixed price amount is for payment purposes only and is separate from what the Department considers to be the Contractor’s General Condition costs. If the Contractordeems it necessary to include additional costs to provide all of the requirements of this section, these additional costs shall be included in the Contractor’s overall bid price.

Twenty percent (20%) of this pay item will be paid upon the Engineer’s acceptance of the Contractor’s Baseline Schedule, prepared and submitted in accordance with Subsection 8.02.C.

The remaining eighty percent (80%) of this pay item will be paid in equal monthly installments distributed across the Contract Duration from Notice to Proceed (NTP) to ContractorField Completion (CFC), less the 2 months required for the submittal and review of the Baseline Schedule in accordance with the following formula:

Remaining Fixed Price amount (80% of Item 100.) Monthly Payment = Contract Duration in whole months – 2 months

The timely and accurate submission of the Baseline Schedule is critical to the Contract and the Department’s ability to make informed decisions. Only payments under Item 740 - Engineer’s Field Office and Item 748 – Mobilization will be made until the Baseline Schedule is accepted by the Engineer.

A00801 - 28 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

SECTION 722 (Continued)

No payment for any other pay item will be processed beyond seventy-five (75) Calendar Days from Notice to Proceed (NTP) until the Baseline Schedule is accepted by the Engineer. Until the Engineer’s acceptance of the Baseline Schedule, the combined total of all payments made to the Contractorwill be limited to an amount no greater than the total price for Item 748 - Mobilization or 3% of the contract price, whichever is less.

All Contract Progress Schedule Updates submitted later than ten (10) Calendar Days after the CQE (Contract Quantity Estimate) completion date, or greater than forty (40) Calendar Days from the Data Date of the previous submission, will be deemed to be no longer useful and will not qualify for payment. Late submittal of missed Contract Progress Monthly Updates will not result in recovery of the previously forfeited portion of the Schedule of Operations Fixed Price Payment Item.

Failure to submit schedules as and when required may result in the forfeiture of that portion of the Schedule of Operations Fixed Price Payment and/or the withholding of the full or partial CQE payments by the Engineer.

Failure to submit schedules that are acceptable to the Engineer may result in the forfeiture of that portion of the Schedule of Operations Fixed Price Payment and/or the withholding of the full or partial CQE payments by the Engineer.

The Schedule of Operations pay item will be adjusted to pay for only the actual quantity of schedules that have been submitted in accordance with this section.

The Contractor's failure or refusal to comply with the requirements of this Section shall be reasonable evidence that the Contractoris not prosecuting the Work with due diligence and may result in the withholding of full or partial payments by the Engineer.

Should there be a Time Extension granted to the Contractor, the Engineer may provide an Equitable Adjustment for additional Contract Progress Schedule Updates at intervals directed by the Engineer. Item 100. will be the basis for this Equitable Adjustment.

722.82 Payment Items

100. SCHEDULE OF OPERATIONS - FIXED PRICE $______LUMP SUM

A00801 - 29 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

BIDDERS LIST

Pursuant to the provisions of 49 CFR Part 26.11 all official bidders will be required to report the names, addresses and telephone numbers of all firms that submitted bids or quotes in connection with this project. Failure to comply with a written request for this information within 15 business days may result in a recommendation to the Prequalification Committee that prequalification status be suspended until the information is received.

The Department will survey all firms that have submitted bids or quotes during the previous year prior to setting the annual goal and shall request that each firm report its age and gross receipts for the year.

BUY AMERICA PROVISIONS (23 CFR 635.410) (Supplementing Subsection 6.01 Source of Supply and Quality)

The Buy America Federal Regulation (23 CFR 635.410) requires that all manufacturing processes for steel and iron to be permanently incorporated in Federal-Aid Highway Construction Projects must occur in the United States. Foreign steel and iron can be used if the cost of the materials does not exceed 0.1% of the total Contract cost or $2,500, whichever is greater. The action of applying a coating to a covered material (i.e., steel and iron) is deemed a manufacturing process subject to Buy America. Coating includes epoxy coating, galvanizing, painting and any other coating that protects or enhances the value of a material subject to requirements of Buy America.

CARGO PREFERENCE ACT

Work under this contract shall comply with the Cargo Preference Act of 1954 (CPA) and implementing regulations (46 CFR Part 381).

(b) Contractorand SubContractorClauses. Use of United States-flag vessels: The Contractoragrees-

"(1) To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States- flag commercial vessels.

"(2) To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, 'on-board' commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (b) (1) of this section to both the Contracting Officer (through the prime Contractorin the case of subContractorbills-of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590.

"(3) To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this contract"

A00801 - 30 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ARCHITECTURAL ACCESS BOARD TOLERANCES

The Contractoris hereby notified that they are ultimately responsible for constructing all project elements in strict compliance with the current AAB/ADA rules, regulations and standards.

All construction elements in this project associated with sidewalks, walkways, wheelchair ramps and curb cuts are controlled by 521CMR - Rules and Regulations of the Architectural Access Board (AAB).

The AAB Rules and Regulations specify maximum slopes and minimum dimensions required for construction acceptance. There is no tolerance allowed for slopes greater than the maximum slope nor for dimensions less than the minimum dimensions.

Contractors shall establish grade elevations at all wheel chair ramp locations, and shall set transition lengths according to the appropriate table in the Construction Standards (or to the details shown on the plans).

All wheelchair ramp joints and transition sections which define grade changes shall be formed, staked and checked prior to placing cement concrete. All grade changes are to be made at joints.

GENERAL REQUIREMENTS FOR DEMOLITION AND WORK INVOLVING PAINTED STEEL (01/14/2016)

Demolition and work involving painted steel shall conform to the requirements of Section 961 of the Supplemental Specifications dated July 1, 2015.

Work Involving Painted Steel. Hazardous materials shall be removed in the immediate area of any intended welding, heating, saw cutting or burning of steel. Hazardous material removal is required to allow the demolition of structural steel, railings, drainage systems, utility supports, steel lamp posts, etc.

The Contractor shall assume that the coatings on the steel contain lead (Pb), unless otherwise determined by testing. The Contractor shall certify in writing to the Engineer the results of all testing, and shall also certify that any lead (Pb) coated steel removed from the project was not reused or buried, but was sent to a scrap metal recycling facility.

Implement and maintain programs and procedures, which comply with the requirements of this specification and all applicable standards and regulations. Comply with all applicable regulations even if the regulation is not specifically referenced herein. If a state or local regulation is more restrictive than the regulation of this specification, follow the more restrictive requirements.

This requirement is intended only for the demolition and preparation prior to repair and does not include provisions for recoating of steel.

A00801 - 31 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

GENERAL REQUIREMENTS FOR DEMOLITION AND WORK INVOLVING PAINTED STEEL (Continued)

Environmental All applicable portions of Sections 961.65 “Worker Protection” and 961.66 “Environmental Protection and Monitoring” shall be followed when performing this work.

During chemical stripping a hand washing facility may be used in lieu of a decontamination/changing facility.

Hazardous material shall be collected during the disassembly and disposed of as outlined in Section 961.68 “Handling of Hazardous Waste and Reporting Release Programs”.

The applicable submittals shall be according to Section 961.69 “Submittals”.

Cleaning/Removal

Cutting Or Burning Of Steel All surfaces to be welded, heated, saw cut or burned shall be cleaned so as to remove all contaminants and/or hazardous materials, which could be discharged to the environment as a function of the subsequent operations.

Lead paint shall be removed in its entirety in an area prescribed by a 6 inch (15 cm) minimum offset from the required work. The paint removal operation may be dry abrasive blasting, wet abrasive blasting or chemical stripping.

Proper level of containment shall be used when performing this work in accordance with Section 961.67 “Containment”. Full containment is not required during chemical stripping operation however; the Contractor shall install proper shielding and/or tarpaulins under the chemical stripping operations in order to catch all debris generated during this procedure. A cleaned area must be inspected and approved before the demolition operations are started.

During cleaning operations the Contractor shall be required to furnish and erect temporary floodlights illuminating the steel surface at a minimum of 30-foot candles. This lighting shall be used in areas where there is insufficient lighting for proper cleaning operations and inspection. The Contractor shall supply electrical power.

The Contractor shall provide support for interim and final inspection of the bridge during cleaning operations. This support shall include the necessary traffic controls and safe access to the work.

Mechanical Disassembly Of Steel All surfaces to be mechanically disassembled by shear cutting or removing bolts or rivets shall not require deleading. When shear cutting or removing bolts or rivets, the Contractor shall not use any method that will cause dust and/or particles to be emitted and/or dispersed into the environment to an extent that would expose the workers above the Action Levels of 30µg/m3.

A00801 - 32 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

GENERAL REQUIREMENTS FOR DEMOLITION AND WORK INVOLVING PAINTED STEEL (Continued)

For purposes of limiting the lead (Pb) dust, the Contractorwill be required to dampen the lead paint work areas.

The Contractor shall install a proper shielding and/or tarpaulins under all lead-paint-coated surfaces to be shear cut or bolts or rivets ordered removed in order to catch any loose lead paint chips, dust or particles.

EMERALD ASH BORER ADVISORY

To the extent possible, all trees and brush shall be disposed on site, typically chipped and spread in place. When trees or brush must be removed, such as in urban, or otherwise populated areas, Contractor shall identify proposed location for disposal, and provide written notification to the Engineer for approval. Disposal shall be in city or town of project, or at minimum, within county, of construction operations.

NEW INTRODUCTIONS OF INVASIVE PLANTS INTO OR AROUND THE SITE (Supplementing Subsections 7.01(D) Plant Pest Control and 7.13 Protection and Restoration of Property)

The Contractor shall ensure that no invasive plant species, as defined and listed by the Massachusetts Invasive Plant Advisory Group, are introduced or moved around the site by construction activities either by improperly cleaned construction equipment or importation of infected materials such as borrow, compost, nursery stock, seed, or hay bales. Corrective measures, if necessary, shall be made by the Contractoras directed by the Engineer. The Contractor shall be solely responsible for all costs associated with ensuring that invasive species are not introduced or moved around the site by construction activities and for all corrective measures required for as long as necessary to eliminate the introduced invasive plant species and prevent re-establishment of same.

A00801 - 33 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

VALUE ENGINEERING CHANGE PROPOSAL

This Subsection defines the conditions and requirements which apply to Value Engineering Change Proposals (“VECPs”). The purpose of this provision is to encourage the Contractorto propose changes in certain project requirements that will maintain the project’s functional requirements at a savings in contract time, contract price, or both. The net savings obtained by using a VECP that meets the conditions and requirements set forth here will be shared by the Contractorand MassDOT.

VECP’s under this provison are to be initiated, developed and submitted to MassDOT by the Contractor. The VECP must show the contemplated changes to the Drawings, Specifications and other requirements in the Contract. When a VECP submitted pursuant to this section is fully accepted by MassDOT, the VECP will be implemented by the Contractorand paid using the current cost and resource loaded schedule. Contractor shall demonstrate that the VECP is equal to, or better than, the original design or material; that there is an interest in public safety within the VECP; that there is a life-cycle cost benefit; and/or that end users will benefit from the shortened schedule. VECPs shall be consistent with the MassHighway/MassDOT Standard Specifications for Highways and Bridges and other applicable reference documents and directives. Any proposed deviation from these documents will need to be clearly identified in the VECP Proposal Documents, and must be approved by MassDOT’s Chief Engineer before accepting this VECP.

A. In order to be considered for MassDOT review each VECP shall: 1. Be clearly labeled pursuant to this Subsection;

2. Yield a net savings at least two hundred and fifty thousand (250,000.00) Dollars and/or a net saving of contract completion duration of at least three (3) months;

3. The proposed changes to contract items must:

a. maintain the specified items’ required functions (service life, reliability);

b. meet applicable safety regulations and codes;

c. material substitutions must be in accordance with DOT prequalified/preapproved products and must be tested in accordance with standard material specs/testing methods ( and considering all relevant environmental, load, and other relevant factors);

d. show economy of operation, ease of maintenance, ease of construction, and necessary standardized features and appearance; and

4. Shall not require an extension of Contract Time or Contract Milestones, with the exception of cases when there are anticipated significant cost saving.

A00801 - 34 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

VALUE ENGINEERING CHANGE PROPOSAL (Continued)

The thresholds above are considered to be a general guideline. MassDOT will consider VECPs outside of these thresholds if a significant benefit is demonstrated. Additionally, notwithstanding this VECP process, MassDOT will consider minor revisions in the form of a Contract Modification.

Further, any VECP submitted shall be in sufficient detail to clearly define the proposed change. The Contractor's failure to provide information of the type, detail and in a format to facilitate the MassDOT's review, may be grounds for rejection of the VECP. Additionally, the Contractorwill not be entitled to any equitable adjustment or increased Time, due to any aspect of any of the proposed VECP including permitting, right of way, utility coordination or delayed responses by MassDOT. If, after the progression of the work associated with the executed Contract Modification for the VECP, any additional costs are realized by the Contractoror any of the sub- consultants, sub-Contractors, or suppliers, the Contractor shall be obligated to pay for any and all costs.

B. The following initial items shall be provided by the Contractorfor MassDOT’s review. Items 1-6 need to be submitted prior to the start of MassDOT’s review of the VECP and item 7 is an important consideration for the pricing of the VECP and the timeline of the proposed VECP schedule.

1. VECP Description: A description of the difference between the existing and the proposed Contract requirements, and the comparative advantages and disadvantages of each;

2. VECP Change Listing: A listing of the Contract requirements that will need to be changed, modified, or reviewed as well as the proposed Contract document changes in the Instructions to Bidders, Contract, Standard Specifications, General Requirements and Special Provisions required by the VECP.

3. Construction Schedule Update: Any changes in the Contract Time(s) or Contract Milestone(s), that will result from acceptance of the VECP, shall be accompanied by a contemporaneous schedule analysis (i.e, the Contractor’s baseline schedule submission, all past/required monthly schedule updates, a detailed assessment of all past delays, and a resource loaded Crticial Path Method schedule as specified in Section 8.0 / Subsection 8.02 of this Contract) of the projected Work that remains including the proposed VECP related schedule changes (inclusive of the timeline to review accept the VECP and the timeline for implementing the design changes) in the remaining work. This shall be submitted in the form of a Proposal Schedule until the VECP has been formally accepted. Note: All of this information is to be updated, recertified, and formally accepted by MassDOT before final acceptance of this this VECP is issued.

A00801 - 35 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

VALUE ENGINEERING CHANGE PROPOSAL (Continued)

4. Date for MassDOT’s Acceptance: A statement that clearly justifies the date by which the VECP must be accepted to obtain the maximum price reduction, noting any effect upon the Contract Time(s) and/or Contract Milestone(s). This statement must include a narrative that demonstrates the most recent construction schedule has been utilized to justify that proposed acceptance date (e.g. “in order to start to fabricate critical materials, authorization must be provided to work on the shop drawings by no later than [date]”). The Contractorshould allow for at least sixty (60) to ninety (90) days for acceptance by MassDOT once all of the VECP documentation has been provided. Acceptance shall mean that MassDOT has received a finalized and executed contract modification. However, this is a proposed Contract change.

The Contractoris fully obligated to progress the Work of the original Contract and MassDOT is not liable for any delays or costs that may occur in the review phase of any VECP proposal.

5. Cost and Savings Estimates: A detailed estimate of the anticipated net savings, calculated as follows:

a. Original Scope: Isolate the cost of performing the original contract construction activities, in accordance with the original Contract Documents, as originally bid by the Contractor, that are anticipated to be superseded by the VECP. This cost is to include any original contract scope that is anticipated to be altered or eliminated by the VECP such as, shop drawing preparation, inspection work, testing, maintenance of traffic, or any other original contract costs, that have yet to have been performed at the time of this VECP submission.

b. New VECP Scope: Calculate the cost of performing the comparable construction activities associated with the VECP.

c. Contractor’s Engineer & Inspection: Calculate the cost of engineering, inspection, and design work by the Contractor’s Engineer/Designer. This should be a realistic estimate of the costs of any required engineering, design and review work by the Contractor’s Engineer.

d. MassDOT’s Costs: MassDOT's estimate of costs to perform engineering/design reviews, cost estimate reviews, schedule reviews, and any other administrative costs to review and recommend implementation of the proposed VECP. (including all anticipated increased costs to MassDOT on other Contracts and all anticipated follow-on increased costs to MassDOT, if any) as provided by MassDOT. MassDOT’s estimated costs must be included the VECP calculation and will be provided by MassDOT in support of the VECP evaluation process.

e. Other Costs: Estimated costs associated with any revisions to other project related costs, such as Environmental Permits or Right of Way acquisitions, including other agency or municipality costs, as provided by MassDOT.

A00801 - 36 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

VALUE ENGINEERING CHANGE PROPOSAL (Continued) Net Savings:

The net savings to be split between MassDOT and the Contractor shall be calculated using the items above as follows: a - (b+c+d+e) = net savings

6. The Contractor shall also provide:

a. A proposed Change Order, which explains and justifies any required Equitable Adjustment in the Contract Price.

b. The Contractor's actual costs expended for developing the VECP as of the date of the VECP submission;

7. Design Changes and Drawings: The costs that are outlined above should be inclusive of the following design and engineering responsibilities.

a. Design changes shall be prepared and stamped by the Contractor’s professional designer and/or engineer. In addition, in the development of the VECP; the Contractoris responsible for anticipating and managing all aspects associated with any VECP design work that must be performed by a licensed Engineer.

b. The Contractor’s engineer must analyze and stamp all components of any aspect of the project that has been redesigned, changed, or altered as a result of this VECP.

c. The Contractor’s engineer shall provide all calculations and supporting design/engineering documentation that was utilized to develop the changes and stamped drawings. These will be used by MassDOT’s Designer-of-Record to review the VECP changes. The Contractoris limited to selecting only those engineer’s that have been pre-qualified by MassDOT’s A&E Board.

d. MassDOT’s Designer-of-Record will review and respond to all completed design submissions related to this VECP within thirty (30) calendar days, unless determined to be a non-critical path item.

e. MassDOT will be responsible for estimating and managing MassDOT’s Designer- of-Record during the VECP review and implementation. Should any significant conflicts arise, between the Contractor’s Engineer and MassDOT’s Designer-of- Record, the DOT and the Contractorwill work expeditiously to resolve the conflict. Should this type of conflict continue for greater than five (5) days, the Contractoris to bear all financial and time related impacts of such delay and must seek to resolve the design conflict, in an acceptable manner to MassDOT. The resolution of this conflict will be funded at the Contractor’s expense – exclusive of the net saving that was agreed to at the execution of the contract modification for this VECP.

f. The Contractor’s Engineer may also be required to inspect the construction work. The Contractoris to include such anticipated inspection costs in the initial VECP.

A00801 - 37 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

VALUE ENGINEERING CHANGE PROPOSAL (Continued)

g. MassDOT’s Designer of Record will remain the Designer-of-Record for the entire Project. Any costs incurred in the use of MassDOT’s Designer-of-Record by MassDOT or Contractorassociated with the review of a VECP are to be included in the calculated net savings.

C. Approval of the VECP shall not occur until a Contract Modification, incorporating the VECP, is issued by MassDOT and properly executed by the Contractor. MassDOT may accept or reject part or all of any VECP at any time prior to an executed Contract Modification for the applicable VECP. The decision of MassDOT, concerning acceptance or rejection of any VECP, shall be final and shall not be subject to dispute resolution.

It is expected that several weeks may go by before the final VECP documentation has been executed with a Contract Modification. Therefore, MassDOT intends to make certain that the initial cost estimate information has not changed before entering into a Contract Modification. As the VECP evaluation process is finalized, and prior to the signed Contract Modification for the VECP, the Contractorand MassDOT must re-certify the current status of the originally proposed cost and/or schedule savings.

Until a contract modification is issued and schedule and cost/savings re-certification is complete and accepted by MassDOT, the Contractor shall remain obligated to perform the Work in accordance with the terms and conditions of the original Contract Documents.

Upon completion of the work associated with the VECP, MassDOT may require verification that the VECP savings has been achieved.

D. VECPs will be processed (distributed, reviewed, commented upon, accepted or rejected) expeditiously (pursuant to M.G.L. c. 30, § 39R); however, as this is an elective modification to the contract, MassDOT shall not be liable for any delay or cost in the review and acceptance of the VECP. During the review of the VECP, the Contractorremains obligated to progress the original Contract scope, and schedule, as planned; until a Contract Modification, accepting the Contractorre-certified VECP, has been executed by MassDOT.

The Contractorhas the right to withdraw part, or all of any VECP, prior to acceptance by MassDOT. Such withdrawal shall be made in writing to the Engineer. The Contractor shall state the period of time, from the date of the initial VECP submittal, that the VECP shall remain valid and feasible. Revision of this validity and feasibility period shall be allowed only by mutual agreement of the Contractorand the Engineer in writing.

If the Contractordesires to withdraw the proposal prior to the expiration of this period for non-technical reason, MassDOT reserves the right to recover all actual costs that have been incurred to MassDOT.

A00801 - 38 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

VALUE ENGINEERING CHANGE PROPOSAL (Continued)

If the Contractor withdraws the VEC Proposal, MassDOT reserves the right to proceed with the VECP or any portion of the VECP as a normal change and the Contractor waives any right it may have had to share in net savings thereunder.

For purposes of this provision, expiration of the time established by the Contractor for approval shall be considered as withdrawal by the Contractor if MassDOT requests an extension of that time and the Contractor does not provide a written extension.

E. With regard to unknown conditions or sub-surface work, in general, the expectation is that the Contractor and MassDOT will strive to gain enough knowledge about the risks in order to provide a forward-priced Change Proposal. Therefore, any costs to fully evaluate the proposal, such as additional borings and/or test pits, must be considered in the cost evaluation of whether the VECP is worth pursuing. However, if it is impractical to gather conclusive exploratory information, before the VECP is executed, MassDOT may consider provisions in the VECP that clearly identifies the risk sharing (cost and time) related specifically to the unknown/sub-surface conditions. If these VECP provisions are acceptable to MassDOT they are to include supplemental language to provide a determination of the final savings/cost, and time impacts, no later than 45 days after the sub-surface work is completed. All other aspects of the VECP, unrelated to these Provisions, will be binding upon execution of the VECP.

PROVISIONS FOR TRAVEL AND PROSECUTION OF WORK

Before starting any work under this Contract, the Contractor shall submit a Schedule of Operations as provided under Section 8.02. The work schedule shall include a plan of construction procedures and the safety measures to be used during the prosecution of work as set forth in Section 850 of the Standard Specifications for Highways and Bridges.

Prior to commencement of work, the Contractor shall obtain all necessary licenses and permits.

The Contractor shall coordinate his work with the work done by various Utility Companies/utility owners who will be performing relocations and other work within the project limits, and he shall so schedule his operations as to cause the least interruption to the normal flow of traffic on existing roads. The Contractor's attention is directed to the fact that the convenience and safety of the motoring public takes precedence over the convenience of the Contractor performing the work.

Attention is further directed to the following provisions, unless otherwise directed by the Engineer: Pedestrian access and access to all businesses shall be maintained through the project areas at all times.

The roadway, in milled areas, must be thoroughly swept to ensure the removal of all loose material before the area may be opened to traffic.

A00801 - 39 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

PROVISIONS FOR TRAVEL AND PROSECUTION OF WORK

Particular care should be taken to establish and maintain methods and procedures which do not create unnecessary or unusual hazards to public safety.

Once the placement of binder course has commenced, the Contractormust complete a full width paved surface at the end of each work day or scheduled shift. During cold planing operations, the Contractormust complete a full width cold planed section at the end of each work day or scheduled shift.

The Contractor's attention is directed to the Traffic Management Plan for each bridge. The Contractor, as directed by the Engineer, is responsible for the furnishing, erecting and maintaining the temporary signing of the roadways and the proper removal of the signs upon completion of the project. Compensation for the above will be in accordance with the provisions of Section 850.

Loud work such as paving or pile driving to be done at night requires public notification as directed by the Engineer.

At Pawtucket Street over Pawtucket Canal, the Contractoris advised that the construction fence for the parcels at 453 and 459 Pawtucket Street shall be a minimum 6 foot high solid wood fence and be placed a minimum of 20 feet from the building and Contractor shall maintain the existing chain link fence and motorized gate to the west of the work zone for Lowell Motor Boat Club throughout the duration of construction.

WORK IN THE CANAL SYSTEM

General All work in the canal system shall be done with approval of Boott Hydropower, LLC, owned and operated by ENEL Green Power North America, Inc. (ENEL). The Contractor shall execute a release and waiver with Boott Hydropower, LLC as contained in these special provisions. Work that involves dewatering the canal shall be coordinated with ENEL and limited to June thru August each calendar year, unless otherwise approved by ENEL and the Engineer.

Any standing water will be the responsibility of the Contractorto dewater and divert the water downstream. Any active leaking that may be present will be the responsibility of the Contractorto divert that water downstream away from the work zone.

The Contractor shall be responsible for disposing offsite, any debris in the canal such as tires, bicycles carts, steel, signs and wood debris that are located in the work area. This includes debris removal beyond the work area if required to place sand bags or set up dewatering pumps.

A00801 - 40 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

WORK IN THE CANAL SYSTEM (Continued)

The Contractorwill be responsible for protecting ENEL owned submersible power cables in- place. This includes temporarily supporting the cables in-place during the work as needed for the construction of the all work. It is the responsibility of the Contractorto contact ENEL to ensure the cables are de-energized. The Contractormust notify daily, of any work being performed in the canal.

Any work being being performed in the canal while the canal is filled, must be communicated daily with ENEL. The Contractormust know what the water levels will be for the duration of the work day. The City will not be responsible for Contractordelays or loss/damage of property due to fluctuating canal water levels. The velocity of the water in the canal may fluctuate without notice.

Merrimack Street over the Western Canal In order to lower the canal water levels in the Western Canal, the Contractor shall contact ENEL to dewater the Upper Pawtucket Canal. In addition, the Contractor shall request the Tremont St. Gatehouse Gates to be open.

Central Street Over the Lower Pawtucket Canal All canal work that needs to be performed at this location should have the Upper Pawtucket Canal drained which the Contractorcan request of ENEL. This includes opening the main headgate at Lower Locks which is located just downstream of the Central St. Bridge.

Pawtucket Street over the Northern Canal No work will be allowed in the canal/waterway upstream of the existing ENEL dam that is upstream of the existing bridge.

DEP – WATER QUALITY CERTIFICATE

This project is subject to the Massachusetts Clean Waters Act, M.G.L. c. 21, §§ 26 through 53 and has been issued a Water Quality Certificate (WQC) for each bridge location by the Department of Environmental Protection. The WQC and Application are to be considered part of this contract and a copy of the WQC and all plans and attachments shall be on-site while activities regulated by the WQC are being performed. The Contractor’s attention is directed to the fact that special conditions and other requirements are associated with this WQC and Application. It is the Contractor’s responsibility to be aware of and comply with these conditions and requirements and plan work and schedules accordingly. The Contractoris responsible and will be held accountable for performing any/all work necessary to satisfy and comply with the entire WQC and Application. A copy of the WQC and/or Application is included within these special provisions. The Contractoris advised that no additional compensation will be allowed for work required to establish, achieve, and maintain compliance with the WQC and Application, as payment for the work shall be included in the various bid items, unless otherwise specified.

A00801 - 41 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ARMY CORPS OF ENGINEERS PERMIT

This project is subject to Section 401 of the federal Clean Water Act, 33 U.S.C. 1251 et seq and has been issued a General Permit (GP) for each bridge location by the Army Corps of Engineers. The GP and Application are to be considered part of this contract and a copy of the GP and all plans/attachments shall be on-site while activities regulated by the GP are being performed. The Contractor’s attention is directed to the fact that specific time restrictions for work in water and other conditions/requirements may be associated with the GP and Application. It is the Contractor’s responsibility to be aware of and comply with these restrictions and requirements and plan his/her work and schedule accordingly. The Contractoris responsible and will be held accountable for performing any/all work necessary to satisfy and comply with the entire GP and Application. A copy of the GP and/or Application is included within these special provisions. The Contractoris advised that no additional compensation will be allowed for work required to establish, achieve, and maintain compliance with the GP and Application, as payment for the work shall be included in the various bid items.

SPECIAL USE PERMITS

The Contractor is advised that a Special Use Permit , # LOWE-S10, issued by the National Park Service on July 7, 2017, is part of this contract. A copy of the Special Use Permit is included within these special provisions.

The Contractor is advised that a Special Use Permit , # 25878, issued by the Department of Conservation and Recreation (DCR) on August 7, 2017, is part of this contract. A copy of the Special Use Permit is included within these special provisions.

The Contractor shall be responsible for meeting all the Conditions included in the attached Special Use Permits. No separate payment will be made for complying with the Special Use Permits, except as noted in the special provisions, but all costs in connection therewith shall be included in the unit prices bid for the various contract items.

STORAGE OF MATERIALS

The Contractoris advised that storage of materials in areas of temporary easements shall be limited to a maximum of 24 hours.

A00801 - 42 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

PRESERVATION OF ROADSIDE GROWTH (Section 8.08 shall be amended as follows)

The Contractor shall take all necessary care when excavating or working in the vicinity of existing trees so that the root systems, trunks, and branches are not damaged. All precautions shall be taken to insure that heavy equipment does not damage any roots, including those that lie below the limits of excavation.

Do not store equipment or stockpile materials within drip line of trees or in areas enclosed by tree protection fencing.

Avoid any direct soil contamination in root zone area by petroleum, petroleum products or solvents, salts or any other pollutant during construction.

All cutting or trimming of trees to be preserved shall be performed by a Massachusetts Certified Arborist. The Contractor shall provide the Engineer with a copy of the certification prior to any work on trees.

Individual trees close to construction may be protected using individual tree protection as specified under Item 102.51.

Trees that, in the judgment of the Engineer, have been irreparably damaged by the Contractor shall be replaced in kind and in size, or, with a quantity of 2 inch caliper replacement trees (the quantity of which shall be determined by the Engineer) such that the cumulative caliper of the replacement trees will be up to the equivalent of diameter of the lost tree at breast height. Cost of replacement trees shall be paid by the Contractor.

Cost of removal of destroyed tree, including roots and stump, as well as the cost of replacement trees, shall be paid for by the Contractor.

MATERIALS REMOVED AND DISCARDED

All existing unusable materials shall become the property of the Contractorfor their disposal at no additional compensation.

All salvageable granite/stone blocks removed from each bridge during the demolition work for each bridge, including piers and courses of abutment walls, that are not to be re-used as shown on the plans or as directed by the Engineer, shall be delivered and unloaded by the Contractorto the City of Lowell landfill located on Westford Street near the Drum Hill Rotary. The Contractor shall coordinate the delivery and unloading with the City of Lowell DPW. The City reserves the right to refuse broken or unusable pieces of block. The delivered and accepted blocks shall become property of the City of Lowell and any rejected stone pieces shall the property of the Contractorfor their disposal at no additional compensation.

A00801 - 43 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

LAYDOWN AREA FOR CONTRACTOR

The Contractor shall coordinate with the City of Lowell where the appropriate laydown area will be. The Contractormay have to compensate the municipality for certain area(s).

INTERPRETATION OF PLANS AND BASELINE DATA

The Baseline Stationing shown is approximate and is provided only as a reference, and will not be reproduced in the field by MassDOT. The Contractor is responsible for the verification of baseline stationing accuracy.

COORDINATION WITH ADJACENT PROJECTS

The Contractor will be responsible for coordinating operations and temporary traffic control with other nearby projects.

PAVEMENT MARKINGS

The Engineer is not responsible for providing a line of reference for establishing the pavement markings. It shall be the responsibility of the Contactor to survey and record all existing pavement markings, their locations and dimensions for reproduction after final paving. The proposed pavement markings in accordance with the Standard Specifications and Construction and Traffic Standard Details shall be placed in the same location as referenced existing pavement markings unless otherwise directed. The recording shall be done prior to any other work on the project and copies given to the Engineer. Payment for this work will be included in the bid price for the applicable pavement marking items with no additional compensation.

Within two weeks of paving the top course of any section of roadway, permanent markings must be applied.

A00801 - 44 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 101.1 CLEARING SITE LUMP SUM

The work under this item shall conform to the relevant provisions of Section 8.08 and 101 of the Standard Specifications and the following:

The Contractor shall be responsible for clearing all miscellaneous materials at all of the bridge sites, as necessary to perform the work as shown on the plans in order to commence with the work.

Basis of Payment Item 101.1 will be paid for at the Lump Sum Contract bid price, which price shall include all labor, materials, equipment and incidental costs required to complete the work, including the off- site disposal of all cuttings and other material resulting from the work.

ITEM 102.01 SELECTIVE CLEARING AND GRUBBING LUMP SUM

The work under this Item shall conform to the relevant provisions of Section 101 and the following:

The work to be done under this item consists of clearing and grubbing selected areas as required to perform the work as shown on the plans. All debris shall be removed and properly disposed from the site.

Method of Measurement and Basis of Payment Item 102.01 will be paid at the contract unit price Lump Sum, which price shall include any labor, tools, equipment, materials, disposal, and all incidental costs required to complete the work.

A00801 - 45 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 102.51 INDIVIDUAL TREE PROTECTION EACH

The work under this item shall conform to the relevant provisions of Sections 101, 644 and 771 and the following:

The purpose of this item is to prevent damage to branches, stems and root systems of existing individual trees as well as shrubs and other quality vegetation to remain, and to ensure their survival. To the extent possible, to avoid soil compaction within the root zone, construction activities including, but not limited to, vehicle movement, excavation, embankment, staging and storage of materials or equipment shall not occur underneath the canopy (drip line) of trees to remain. Where these activities will occur within 10 feet of the canopy of trees or where directed, the Contractor shall take the appropriate protective measures specified herein.

This item shall be used when construction activities are likely to occur within the canopy of individual trees or where there may be any risk of damage to trees.

The Contractor shall be solely responsible for judging the full extent of the work requirements, including, but not necessarily limited to any equipment and materials necessary for providing tree protection.

Incidental to the cost of this item, the Contractor shall retain the services of a certified arborist, with demonstrated experience in construction protection, who shall make recommendations as to the specific appropriate treatment of trees within or near the work zone.

Prior to any construction activities, the Contractorand Arborist shall walk the site with the Engineer and Town Tree Warden to identify which trees will require protection and to determine approved measures. The Arborist shall make recommendations as to appropriate methods to protect trees. The Engineer will have final decision as to trees and methods.

The Contractoris responsible for the protection of all existing trees and plants within and immediately adjacent to the construction area that are not designated to be removed for the length of the construction period.

Submittals Incidental to this item, the Contractor shall provide to the Engineer one (1) copy American National Standards Institute (ANSI) Standard Z-133.1 and A300 Standard Practices for Tree, Shrub, and Other Woody Plant Maintenance, Part 1: Pruning. These references shall be kept by the Engineer at his office for the length of the Contract.

Prior to start of work, the Contractor shall submit to the Engineer the name, certification number and resume of the Massachusetts Certified Arborist referenced herein. Cost for Certified Arborist for all activities pertaining to this Item shall be incidental to this item.

Submit arborists report documenting site walk and summarizing trees protected (species and quantities) as well as recommendations for protection.

A00801 - 46 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 102.51 (Continued)

Materials Fencing for individual plants shall be polyethylene fencing or chain link fence (new or used).

Staking for individual tree protection fencing shall be steel posts or 2x4 lumber as directed and approved by the Engineer.

Wood chips shall conform to provisions of Wood Chip Mulch under Materials Section M6.04.3.

Trunk protection shall be 2x4 cladding, at least 8 feet (2.4 meters) in length, clad together with wire. Alternative materials shall be at the approval of the Engineer. Alternative materials shall provide adequate protection from anticipated construction activities and shall not injure or scar trunk. Trunk protection shall include burlap to separate trunk cladding from bark.

Incidental to this item, the Contractor shall provide water for maintaining plants in the construction area that will have exposed root systems for any period during construction.

Construction Methods To the extent possible, to avoid soil compaction within the root zone, construction activities including, but not limited to, vehicle movement, excavation, embankment, staging and storage of materials or equipment shall not occur underneath the canopy (drip line) of trees to remain. Where these activities will occur within 10 feet (3 meters) of the canopy of trees, the Contractor shall provide Individual Tree Protection as specified herein.

For individual tree protection, the Contractor shall set posts and fencing at the limits of the tree canopy. Where construction activities closer to the trees is unavoidable, the Contractor shall tie branches out of the way and place wood chips to a depth of 6 inches (150 mm) on the ground to protect the root systems. The Contractor shall wrap the area of the trunk of the tree with burlap prior to armoring with 2x4 cladding. Cladding for tree trunks shall extend from the base of the tree to at least 8 feet (2.4 meters) from the base.

Where excavation within canopy is unavoidable, the Contractor shall use equipment and methods that shall minimize damage to the tree roots, per recommendations of the Certified Arborist. Such methods may require root pruning prior to, as well as during, any excavation activities.

All fencing, trunk protection, branch protection, and woodchips shall be maintained throughout the duration of the contract. Protective fencing shall be repaired and woodchip mulch replaced as necessary during the duration of the contract at no additional cost.

A00801 - 47 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 102.51 (Continued)

Cutting and Pruning Some pruning of roots and branches may be a necessary part of construction. Pruning will be performed on the same side of the tree that roots have been severed.

The Contractor shall retain the services of a Massachusetts State Certified Arborist to perform any cutting of limbs, stem or roots of existing trees. All cuts shall be clean and executed with an approved tool. Under no circumstances shall excavation in the tree protection area be made with mechanical equipment that might damage the existing root systems.

Any tree root area exposed by construction shall be covered and watered immediately. Exposed tree roots shall be protected by dampened burlap at all times until they can be covered with soil.

Watering Water each tree within the construction area where work is in progress twice per week until the surrounding soil of each tree is saturated for the duration of construction activities.

Removal of Protection After all other construction activities are complete, but prior to final seeding, wood chips, fencing, branch protection, and trunk protection materials shall be removed and disposed off site by the Contractorat no additional cost.

Tree Damage The Contractor shall be held responsible for the health and survival of the existing trees in the immediate vicinity of the of the construction area. Damage that, in the Engineer's opinion, can be remedied by corrective measures shall be repaired immediately. Broken limbs shall be pruned according to industry standards. Wounds shall not be painted. Trees or shrubs that are damaged irreparably shall, at the Engineer's discretion, be replaced per the requirements of Division I of these Special Provisions. Cost of replacement trees shall be borne by the Contractor.

Compensation Where the plans show specific, individual trees to remain and where grading or other disturbance is shown within the drip line of these trees or where the Engineer determines that an individual tree must be protected, these trees shall be protected and paid for under Item 102.51 Individual Tree Protection per each tree protected.

Payment under this item shall be scheduled throughout the length of contract: 30 percent of value shall be paid upon installation, 30 percent approximately halfway through the contract, and the remainder to be paid at the end of the contract after completion of construction operations that would disturb plants and after the protection materials have been removed and properly disposed of off-site by the Contractor.

A00801 - 48 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 102.51 (Continued)

Individual Tree Protection will be paid for at the contract unit price per Each under Item 102.51. This item shall include full compensation for all labor, equipment, materials, and incidentals for the satisfactory completion of the work, including the services of a certified arborist, water and fertilizer, and the subsequent removal and satisfactory disposal of the protective materials upon completion of the contract.

Submittal of arborist’s report is incidental to and required for payment of this item.

Cost of wood chips, as required, shall be incidental to this item.

ITEM 115.1 DEMOLITION OF BRIDGE NO. L-15-035 (87G) (PARTIAL) LUMP SUM

The work under this Item shall conform to the relevant provisions of Section 112 of the Standard Specifications and the following:

The work includes furnishing all labor and materials necessary to perform the partial demolition of the existing bridge superstructure, and limited portions of the substructure, as shown on the Contract Drawings, and as required by the Engineer. Except as specified, all material and debris shall become the property of the Contractor, and shall be disposed of properly.

The Contractor shall remove and dispose of the entire bridge and sidewalk reinforced concrete deck, BR-2 barrier and railing, two steel beams, and partially demolish the abutment and pier seats and pedestals to accommodate the bearing installation. The Contractor shall also remove and dispose of the existing abandoned steam pipes on the abutment, sewer pipes on the abutment and in the canal, including all associated support and hanger hardware, and accessories, and cap the existing pipes at the limits indicated on the Plans.

The Contractor shall be responsible for reviewing the latest bridge inspection and rating reports and verifying that the existing bridge has the capacity necessary for any construction equipment that will be used on the existing bridge during demolition.

It is the Contractor’s responsibility to ensure that: • The work zone and staging areas are safe and secured from the public by fencing with access gates and barriers. • All existing sidewalks to remain open during construction remain ADA accessible.

There are no assurances regarding the presented conditions, dimensions, and materials of the existing structure as shown on the Contract Drawings. The Contractor shall verify all existing conditions and construction features of the bridge to be demolished for the proper planning and completion of the work. The Contractor’s bid shall be based on their findings without any additional compensation for variances from the Plans or these Special Provisions regarding actual conditions for the items to be removed.

A00801 - 49 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 115.1 (Continued)

Limited as-built plans of the existing bridge are available. These plans may be obtained at the City of Lowell, Engineering Department, 375 Merrimack Street, Lowell, MA. The Contractoris advised to conduct a field investigation prior to bidding. The Contractor shall verify all conditions and materials in the field and shall base his bid on his own findings without any additional compensation for variances from the Plans or these Special Provisions regarding actual conditions for the items to be removed.

It shall be the Contractor’s responsiblility to coordinate with the utility companies to ensure all utilities are protected as required. The Contractor shall note that there are a significant number of existing utilities present on this structure. Utilities located in the work zone are to be temporarily supported and protected, typical for all stages.

The Contractor shall make note of the utility bays where it may not be possible to install protective shielding. For these locations it has been assumed that the deck removal must be performed by sawcutting to create panels of deck that will be removed from the bay. The Contractor shall pay particular attention to the ENEL submarine cables in the canal and coordinate all activities related to the protection, supporting in place, and or relocation of the cables as required by the utility owner.

The Contractor shall comply with requirements for work in, over, and adjacent to the canal as described in the attachments included in these Special Provisions.

The Contractor shall be solely responsible for maintaining the stability of the existing structure at all times during the demolition and construction operations.

The Contractor shall prepare and submit a plan indicating its proposed demolition procedures which include a schedule of operations, methods of utility protection, dust control, disposal location, and traffic management procedures to the Engineer for approval. The demolition procedures and any necessary calculations and drawings shall be stamped by a Professional Engineer registered in Massachusetts and shall certify that all existing structural members are suitably braced and supported throughout the demolition process.

The following information shall be included in the submittal: 1. Plan showing the location of all roadways, utilities and other appurtenances in areas of demolition. 2. The location of cranes, if required to be used, both horizontally and vertically, and their operating radii. 3. Lifting equipment information, including rating data. Information shall include counterweights to be used and boom capability. Crane capacity shall be adequate for 150% of the total pick weight. 4. The type, size and arrangement of slings, shackles or other lifting and connecting devices, including relative technical data. 5. The order of lifts, repositioning of equipment and weights, and location and method of attaching deadmen.

A00801 - 50 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 115.1 (Continued)

6. Methods and materials for temporary structures or the strengthening or bracing of a member for demolition purposes. 7. Removal, handling, and disposal of lead based paint procedures as necessary to remove and dispose of portions of the existing bridge structure. 8. Procedure for saw cutting and removing panels of reinforced concrete deck in bays where temporary protective shielding cannot be installed.

The Contractor’s demolition method shall take into consideration any utilities and drainage structures on and near the bridge. The Contractor shall be responsible for protecting any gas mains, water mains, high voltage wires, signal cables, electric, and telephone cables that pass over, or under the bridge from damage.

Work under this item may not commence until the Engineer has given written approval.

The Contractormust be carefull to contain all debris from construction within the work zone area and prevent any material from falling into the Pawtucket Canal.

The Contractor shall be responsible for dust control resulting from the demolition operations.

The Contractor shall take care not to damage any newly constructed structural components as shown on the Contract Drawings. Any structural components so designated that are damaged or otherwise made unsatisfactory for continued use by the Contractor's operations, as determined by the Engineer, shall be replaced or repaired to the satisfaction of the Engineer by the Contractorat thier own expense.

It is unknown whether the existing steel was painted with lead based paint during the original or subsequent construction. The Contractor shall note that the General Requirements for Work Involving Painted Steel are required in lieu of advanced testing.

Method of Measurement and Basis of Payment Item 115.1 will be paid for at the contract unit price Lump Sum. This price shall include all labor, materials, equipment, and and all incidental costs required to complete the work.

A00801 - 51 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 115.3 DEMOLITION OF BRIDGE NO. L-15-047 (87H) (PARTIAL) LUMP SUM

The work under this Item shall conform to the relevant provisions of Section 112 of the Standard Specifications and the following:

The work includes furnishing all labor and materials necessary to perform the partial demolition of the existing bridge superstructure, and limited portions of the substructure, as shown on the Contract Drawings and as directed by the Engineer. Unless specified, all material and debris shall become the property of the Contractor, and shall be disposed of properly.

The Contractor shall remove and dispose of portions of the bridge and sidewalk: reinforced concrete deck, two concrete encased steel beams, portions of concrete encasements, and partial demolition of the abutment surrounding the encased beams to the limits shown on the Plans.

The Contractor shall also perform reinforced concrete excavation to expose the existing strut and vertical wales, and remove and dispose of the existing steel struts.

The Contractor shall be responsible for reviewing the latest bridge inspection and rating reports and verifying that the existing bridge has the capacity necessary for any construction equipment that will be used on the existing bridge during demolition.

It is the Contractor’s responsibility to ensure that: • The work zone and staging areas are safe and secured from the public by fencing with access gates and barriers. • All existing sidewalks to remain open during construction remain ADA accessible.

The Contractor shall verify all existing conditions and construction features of the bridge to be demolished, as necessary, for the proper planning and completion of the work. The Contractor shall base their bid on their findings without any additional compensation for variances from the Plans or these Special Provisions regarding actual conditions for the items to be removed.

Limited as-built plans of the existing bridge are available. These plans may be obtained at the City of Lowell, Engineering Department, 375 Merrimack Street, Lowell, MA. The Contractoris advised to conduct a field investigation prior to bidding. The Contractor shall verify all conditions and materials in the field and shall base his bid on his own findings without any additional compensation for variances from the Plans or these Special Provisions regarding actual conditions for the items to be removed.

The Contractor shall coordinate with the utility companies to ensure all utilities are protected as required. The Contractor shall note that the existing gas line is to be replaced by National Grid, requiring coordination of the work to avoid conflicts. The Contractor shall comply with requirements for work in, over, and adjacent to the canal as described in the attachments to these Special Provisions.

A00801 - 52 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 115.3 (Continued)

The Contractor shall be solely responsible for maintaining the stability of the existing structure at all times during the demolition and construction operations.

The Contractor shall note that the existing strut to vertical wale connection configuration is unknown, and shall assume that the existing struts shall require temporary support during concrete excavation and strut removal.

The Contractor shall prepare and submit a plan outlining proposed demolition procedures which include a schedule of operations, methods of utility protection, dust control, disposal location, and traffic management procedures to the Engineer for approval. The demolition procedures and any necessary calculations and drawings shall be stamped by a Professional Engineer registered in Massachusetts, certifying that all existing structural members are suitably braced and supported throughout the demolition process.

The following information shall be included in the submittal: 1. Plan showing the location of all roadways, utilities and other appurtenances in areas of demolition. 2. The location of cranes, if required to be used, both horizontally and vertically, and their operating radii. 3. Lifting equipment information, including rating data. Information shall include counterweights to be used and boom capability. Crane capacity shall be adequate for 150% of the total pick weight. 4. The type, size and arrangement of slings, shackles or other lifting and connecting devices, including relative technical data. 5. The order of lifts, repositioning of equipment and weights, and location and method of attaching deadmen. 6. Methods and materials for temporary structures or the strengthening or bracing of a member for demolition purposes. 7. Removal, handling, and disposal of lead based paint procedures as necessary to remove and dispose of portions of the existing bridge structure.

The Contractor’s demolition method shall take into consideration any utilities and drainage structures near the bridge. The Contractor shall be responsible to protect from damage any gas mains, water mains, high voltage wires, signal cables, electric, and telephone cables that pass over, or under the bridge.

Work under this item may not commence until the Engineer has given written approval to the demolition plan.

Debris from construction must be carefully contained within the work zone area to prevent any material from falling into the Western Canal. The Contractor shall be responsible for dust control that results from the demolition operations.

A00801 - 53 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 115.3 (Continued)

The Contractor shall not damage any newly constructed structural components as shown on the Contract Drawings. Any structural components so designated that are damaged or otherwise made unsatisfactory for continued use by the Contractor's operations, as determined by the Engineer, shall be replaced or repaired to the satisfaction of the Engineer at the Contractor’s expense.

It is unknown if the existing steel was painted during the original or subsequent construction. The Contractor shall perform testing to confirm the presence or lack of protective coating within the remaining concrete encasements. The Contractor shall accept that the General Requirements for Work Involving Painted Steel are required in lieu of advanced testing.

Method of Measurement and Basis of Payment Item 115.3 will be paid for at the contract unit price Lump Sum. This price shall include all labor, materials, equipment, and and all incidental costs required to complete the work.

Protection of utilities and dust control shall be incidental to Item 115.3.

ITEM 115.4 DEMOLITION OF BRIDGE NO. L-15-049 (87J) LUMP SUM

The work under this item shall conform to the relevant provisions of Section 112 of the Standard Specifications and the following:

The work under this item shall include the demolition of the entire existing superstructure of the Pawtucket Street Bridge over Northern Canal as shown on the Contract Drawings and as required by the Engineer.

The work shall include, but not be limited to, the staged removal and disposal of the roadway and sidewalk concrete deck, curbs, roadway and sidewalk steel stringers, bridge bearings, sidewalk railings and other miscellaneous steel including connection angles and stiffener plates located above the existing bridge seats.

This work shall also include complete removal of the ENEL Vault and existing northern stone masonry pier at the location of the new North Abutment, the stone masonry pier in the canal, a portion of the upper North Abutment and complete removal of the South Abutment and Wingwalls, as shown on the Contract Drawings.

This work shall also include partial removal of the concrete canal walkway at the northeast corner of the North Abutment, as shown on the Contract Drawings.

This work shall also include partial removal of the concrete platform at the northwest corner of the North Abutment, as shown on the Contract Drawings.

A00801 - 54 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 115.4 (Continued)

This work shall also include the removal of the two existing abandoned gas vaults and associated piping within the project limits at the southeast corner behind the existing South Abutment.

Also included in this item is the partial removal of the concrete landing area for the stairs at the Northwest corner, as shown in the Contract drawings.

Pier demolition work may not begin until installation of the cofferdam and dewatering of the site is complete.

Material not designated for removal shall be protected in place.

Portions of the upper section of the existing north abutment shall be removed and rebuilt under Item 690.1 as directed by the Engineer. Removal, disposal, and/or salvage of the existing north abutment stones not reused in the final work under Item 690.1 shall be incidental to Item 115.4.

All granite blocks and stones removed under Item 115.4 and deemed salvageable by the Engineer shall become the property of the City of Lowell. The Contractor shall take care not to damage these granite blocks and stones and shall coordinate delivery with Lowell Department of Public Works (Note: Contact Steve Benoit 5 days prior to delivery). The Contractor shall be responsible for all loading, transporting, delivery, and unloading the blocks and stones at the old Landfill located on Westford Street near Drum Hill. All work associated with coordination, loading, transportation, delivery, and unloading the blocks and stones shall be incidental to Item 115.4. Proper disposal of all substructure concrete, substructure reinforcing, mortar and stones not deemed salvageable shall be incidental to Item 115.4.

Bridge as-built plans are not available and the Department makes no assurances regarding the presented conditions, dimensions, and materials of the existing structure as shown on the Contract Drawings. The Contractoris advised to conduct a field investigation prior to bidding to verify all existing conditions, construction features, and materials of the bridge to be demolished, as necessary, for the proper planning and completion of the work. The Contractor shall base their bid on their own findings without any additional compensation for variances from the Plans or these Special Provisions regarding actual conditions for the items to be removed.

The Contractor shall coordinate with utility companies to ensure all utilities are relocated and shut off as required per the Contract Drawings and Special provisions.

A00801 - 55 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 115.4 (Continued)

Demolition Plan The Contractor shall submit to the Engineer for approval, a plan indicating the proposed demolition procedures, sequence, and methods to be used including equipment, tools, devices, schedule of operations, and methods of traffic and utility protection. Any material that falls into the waterway during the demolition process shall be removed immediately at the Contractor’s expense.

The demolition procedures and any necessary calculations and drawings shall be stamped by a Professional Engineer registered in Massachusetts certifying that all existing bridge components are suitably braced and supported throughout the demolition process. The Contractor shall be solely responsible for maintaining the stability of the existing structure at all times during the demolition and construction operations.

The following information shall be included in the submittal: 1. Plan showing the location of all roadways, utilities and other appurtenances in areas of demolition. 2. The location of cranes, if required to be used, both horizontally and vertically, and their operating radii. 3. Lifting equipment information, including rating data. Information shall include counterweights to be used and boom capability. Crane capacity shall be adequate for 150% of the total pick weight. 4. The type, size and arrangement of slings, shackles or other lifting and connecting devices, including relative technical data. 5. The order of lifts, repositioning of equipment and weights. 6. Methods and materials for temporary structures or the strengthening or bracing of a member for demolition purposes. 7. Removal, handling, and disposal of Lead based paint procedures as necessary to dismantle the existing bridge structure.

The Contractor’s demolition method shall take into consideration utility and drainage structures near the bridge. The Contractor shall coordinate with all utility companies to ensure that all utilities are temporarily or permanently removed or relocated in accordance with related Contract documents and plans.

The Contractor shall be responsible for dust control as a result of the demolition operations.

The Contractor shall take care not to damage any newly constructed structural components as shown on the Contract Drawings. Any structural components so designated that are damaged or otherwise made unsatisfactory for continued use by the Contractor's operations, as determined by the Engineer, shall be replaced or repaired to the satisfaction of the Engineer by the Contractorat their own expense.

A00801 - 56 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 115.4 (Continued)

Work under Item 115.4 may not commence until the Engineer has given written approval to the demolition and construction operation plan.

The Contractoris responsible for compliance with all permits. The Contractor shall abide by the time restrictions indicated in the permits and letters associated with permits.

The Contractor shall provide support for interim and final inspection of the bridge during operations. This support shall include all traffic controls and safe access necessary to the work.

Method of Measurement and Basis of Payment Item 115.4 will be paid for at the Lump Sum Contract price, which price shall include all labor, materials, equipment, and incidental costs required to complete the work. Incidental to Item 115.4 is the development, submittal, and any required revisions for the demolition plan complete and accepted by the Engineer.

The first payment will be 10 percent (10%) of the contract Lump Sum bid price of this Item and will be paid upon completion of the acceptance of the bridge demolition plan, to the satisfaction and approval of the Engineer.

The second payment will be an additional 60 percent (60%) of the contract Lump Sum bid price of this Item and will be paid upon completion of the bridge demolition associated with Stage 1 construction staging, to the satisfaction and approval of the Engineer.

The final payment will be made for the remaining 30 percent (30%) of the contract Lump Sum bid price for this Item and will be paid upon completion of all work for this Item, including complete bridge removal associated with Stage 2 construction staging, all satisfactory disposal of the bridge and appurtenances from the project, to the satisfaction and approval of the Engineer.

ITEM 115.5 DEMOLITION OF BRIDGE NO. L-15-050 (87K) LUMP SUM

The work under this item shall conform to the relevant provisions of Section 112 of the Standard Specifications, Supplemental Specifications and the following:

The work under this item shall include the demolition of the existing superstructure and pier of the Pawtucket Street Bridge over Pawtucket Canal as shown on the Contract Drawings and as required by the Engineer.

The work at Pawtucket Canal shall include, but not be limited to, staged removal and disposal of the roadway and sidewalk concrete deck, curbs, roadway and utility steel stringers, sidewalk box girders, bridge bearings, traffic barriers, sidewalk railings, other miscellaneous steel including connection angles and stiffener plates, and portions of the pier, pile cap, and pile. The existing abutments shall be protected in place.

The work under this item shall include the design, installation, removal, and relocation of necessary temporary bracing during bridge demolition operations.

A00801 - 57 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 115.5 (Continued)

The section of existing canal walls beneath the superstructure shall be removed and rebuilt under Item 690. as shown on the Contract Drawings. Removal and disposal/salvage of existing canal wall stones not otherwise reused in the final work under Item 690. shall be included under this demolition item.

All granite blocks and stones removed under Item 115.5 and deemed salvageable by the Engineer shall become the property of the City of Lowell. The Contractor shall take care not to damage these granite blocks and stones and shall coordinate delivery with Lowell Department of Public Works (Note: The Contractor shall contact Steve Benoit 5 days prior to delivery). The Contractor shall be responsible for all loading, transporting, delivering, and unloading the blocks and stones at the old Landfill located on Westford Street near Drum Hill. All work associated with the coordination, loading, transportation, delivery, and unloading these blocks and stones shall be incidental to Item 115.5. Proper disposal of all substructure concrete, substructure reinforcing, mortar and stones not deemed salvageable shall be incidental to Item 115.5.

The Department makes no assurances regarding the presented conditions, dimensions, and materials of the existing structure as shown on the Contract Drawings. The Contractor shall verify all existing conditions and construction features of the bridge to be demolished, as necessary, for the proper planning and completion of the work. The Contractor shall base their bid on their own findings without any additional compensation for variances from the Plans or these Special Provisions regarding actual conditions for the items to be removed.

Bridge as-built plans are not available. The Contractoris advised to conduct a field investigation prior to bidding. Contractor shall verify all conditions and materials in the field and shall base his bid on his own findings without any additional compensation for variances from the plans or these special provisions regarding actual conditions for the items to be removed.

Demolition Plan The Contractor shall prepare and submit a plan indicating the proposed demolition procedures, sequence, and methods to be used including equipment, tools, devices, schedule of operations, and methods of traffic and utility protection to the Engineer for approval. The demolition procedures, necessary calculations, and drawings shall be stamped by a Professional Engineer registered in Massachusetts certifying that all existing bridge components are suitably braced and supported throughout the demolition process.

The Contractor shall be solely responsible for maintaining the stability of the existing structure at all times during the demolition and construction operations. Any material that falls into the waterway during the demolition process shall be removed immediately at the Contractor’s expense.

A00801 - 58 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 115.5 (Continued)

The Contractor shall provide the following information in their submittal: 1. Plan showing the location of all roadways, utilities and other appurtenances in areas of demolition. 2. The location of cranes, if required to be used, both horizontally and vertically, and their operating radii. 3. Lifting equipment information, including rating data. Information shall include counterweights to be used and boom capability. Crane capacity shall be adequate for 150% of the total pick weight. 4. The type, size and arrangement of slings, shackles or other lifting and connecting devices, including relative technical data. 5. The order of lifts, repositioning of equipment and weights. 6. Methods and materials for temporary structures or the strengthening or bracing of a member for demolition purposes. 7. Removal, handling, and disposal of Lead based paint procedures as necessary to dismantle the existing bridge structure.

The Contractor’s demolition method shall take into consideration utilities and drainage structures near the bridge. The Contractor shall coordinate with all utility companies to ensure that all utilities are temporarily or permanently removed or relocated in accordance with related Contract documents and plans.

The Contractor shall be responsible for dust control as a result of the demolition operations.

The Contractor shall take care not to damage any newly constructed structural components as shown on the Contract Drawings. Any structural components so designated that are damaged or otherwise made unsatisfactory for continued use by the Contractor's operations, as determined by the Engineer, shall be replaced or repaired to the satisfaction of the Engineer by the Contractorat their own expense.

Work under this item may not commence until the Engineer has given written approval of the demolition plan.

The Contractoris responsible for compliance with all permits. The Contractor shall abide by the time restrictions indicated in the permits and letters associated with permits.

The Contractor shall provide access and support for interim and final inspection of the bridge during all related demolition operations. This support shall include the necessary traffic controls and safe access to the work.

A00801 - 59 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 115.5 (Continued)

Method of Measurement and Basis of Payment Item 115.5 will be paid for at the Lump Sum Contract price, which price shall include all labor, materials, equipment, and incidental costs required to complete the work. Payment shall also include development, submittal, and all revisions required for the demolition plan complete and accepted by the Engineer.

The first payment will be made at 10 percent (10%) of the contract Lump Sum bid price of this Item and will be paid upon completion of the acceptance of the bridge demolition plan, to the satisfaction and approval of the Engineer.

The second payment will be made at 60 percent (60%) of the contract Lump Sum bid price of this Item and will be paid upon completion of the bridge demolition associated with Stage 1 construction staging, to the satisfaction and approval of the Engineer.

The final payment will be made for the remaining 30 percent (30%) of the contract Lump Sum bid price for this Item and will be paid upon completion of all work for Item 115.5, including complete bridge removal associated with Stage 2 construction staging, all satisfactory disposal of the bridge and appurtenances from the project, to the satisfaction and approval of the Engineer.

ITEM 127.413 REINFORCED CONCRETE EXCAVATION CUBIC YARD BRIDGE NO L-15-047 (87H) (PARTIAL DEPTH)

The work under this Item consists of partial depth removal and disposal of deteriorated or delaminated reinforced concrete from the existing superstructure and substructures of the bridge to allow for the repair of existing concrete encased beams and concrete deck, and as required by the Engineer.

Prior to performing excavation, the Contractor shall perform sounding and inspection of the existing concrete and layout areas of repair for approval of the Engineer.

The repair concrete for areas greater than 2 inches in depth, or greater, except overhead surfaces shall be paid for under Item 905.

The repair concrete for areas 2 inches in depth, or less, and all overhead areas shall be paid for under Item 909.2

The provisions of Item 994.1 shall apply during any demolition and subsequent repair work that is performed while the canal is operational and not drained.

Repair areas that extend beyond 2 inches in depth shall be excavated to 1 inch minimum below the underside of the outer layer of reinforcing steel.

A00801 - 60 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 127.413 (Continued)

If exposed rebar is encountered due to insufficient original concrete cover, the Contractor shall immediately notify the Engineer to determine the appropriate repair procedure.

The edges of areas where concrete is removed shall be saw cut to a maximum depth of ½ inch, and costs in connection with such work shall be considered as included under this Item.

Equipment Surface preparation and concrete removal equipment shall be of the following types: 1. Pneumatic and Power Driven Chipping Hammers: In no event shall any pneumatic or power hammer weighing in excess of thirty-five (35) pounds be used for the removal of concrete. Pneumatic or power hammers heavier than the nominal fifteen (15) pound class shall not be used for removing concrete from below any reinforcing bar. 2. Grit Blasting Equipment: Grit blasting equipment shall be capable of removing rust and old concrete from exposed reinforcing and structural steel when deemed necessary.

Note: During the removal of disintegrated concrete or rust, the Engineer may reject the use of any methods or equipment that cause undue vibration or possible damage to the structure or any part thereof.

Preparation of Surface No grease, dust, rust, or laitance will be allowed to remain. Grit blasting equipment or other methods capable of removing rust and old concrete from exposed reinforcing and structural steel shall be used when deemed necessary by the Engineer.

The Contractor shall take all precautions necessary so as not to damage that portion of the structure that is to remain. Any existing reinforcing steel damaged as a result of the Contractor’s operations shall be repaired to the satisfaction of the Engineer and at the Contractor’s expense.

Any steel that is unsuitable for further use through no fault of the Contractor shall be replaced under Item 910. as applicable.

All reinforcing steel that is loose shall be tied tightly together using wire ties.

A00801 - 61 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 127.413 (Continued)

Final Cleaning Immediately before preparation for placement of new concrete, the exposed area to be patched shall be free of all oil, grease, rust or other foreign material. These materials shall be removed by grit blasting and by the use of compressed air.

The Contractor shall take all measures necessary to protect pedestrian, and vehicular traffic from his construction operations. No debris, tools or incidental equipment of any kind will be permitted to fall onto the canal bed underneath or outside of the areas protected by Item 994.1. Any material that accidentally falls into such areas shall be removed immediately. All materials removed under this Item shall be removed from the job site.

Method of Measurement and Basis of Payment Item 127.413 will be measured and paid for at the contract unit price per Cubic Yard of concrete removed. This price shall include all necessary materials, labor, equipment, and all incidental costs required to complete the work.

ITEM 141.1 TEST PIT FOR EXPLORATION CUBIC YARD

Work under this items shall conform to the relevant provisions of Section 140 of the Standard Specifications and the following:

Item 141.1 shall be used for locating existing utilities as required and at various locations to determine the location of underground utilities that may be in conflict with the proposed work as directed.

The Contractor shall not perform any test pits exploration without the approval of the Engineer for the test pit location and size. During test pitting activities, the Contractor shall maintain the work site so as to minimize the creation and dispersion of dust.

Any temporary pavements or patching required to restore the surface shall be incidental to Item 141.1.

Contractor shall fill test pit in a manner to maintain a level unrutted condition and to eliminate ponding of surface and subsurface water.

In the vicinity of known or suspected utilities, Contractor shall discontinue excavation by machinery and continue excavation by use of hand tools.

Method of Measurement and Basis of Payment Item 141.1 will be measured and paid for at the contract unit price per Cubic Yard of material displaced during test pit excavation as required and measured by the Engineer.

Depth of excavation will be measured to the average depth of the excavation. Irregularly deep parts of the exaction will not be used as the excavation depth. The width of the excavation will be measured to an average width across the excavation. Irregularly wide parts of the excavation will not be considered the width of the excavation.

A00801 - 62 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 141.1 (Continued)

Test Pits, when completed for the Contractor’s convenience and not approved by the Engineer, will be at the Contractor’s expense and at no additional cost to the Owner.

Test Pits completed for the purpose of soil characterization shall be paid for under Item 180.6.

Pre-trenching prior to the installation of temporary support of excavation or for any other purpose shall not be paid for herein unless approved by the Owner and Engineer prior to the pre- trenching or test pitting.

ITEM 151.21 GRAVEL BORROW FOR RIPRAP CUBIC YARD ITEM 151.22 GRAVEL BORROW FOR SIDEWALK CUBIC YARD

The work under this Item shall conform to the relevant provisions of Sections 150 and 151 of the Standard Specifications.

Item 151.21 work shall consist of furnishing and placing new gravel borrow below the proposed riprap.

Item 151.22 work shall consist of furnishing and placing new gravel borrow for the construction of the proposed sidewalk work.

To be used as sub-base material for sidewalks and as directed by the Engineer.

Furnish all labor, tools, materials, and equipment necessary and for the furnishing, placing, shaping, and compacting gravel borrow for sidewalk as specified and as directed.

Gravel borrow for sidewalks used for the formation of gravel sub-base shall conform to the requirements of Subsection M1.03.0, Type b and shall be compacted in accordance with the requirements of Section 701.

Method of Measurement and Basis of Payment Item 151.21 and Item 151.22 will be measured and paid at the contract unit price per Cubic Yard, complete in place, which price shall include all labor, materials, equipment, and any incidentals required to complete the work.

A00801 - 63 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 153. CONTROLLED DENSITY FILL - EXCAVATABLE CUBIC YARD

The work under this item shall conform to the relevant provisions of Section 150 of the Standard Specifications and the following:

Controlled Density Fill shall be used for filling trenches within the roadway for traffic signal conduit, drainage and water services work and backfilling structures, as shown on the drawings or as required by the Engineer.

Controlled Density Fill (CDF) shall meet the requirements specified in Subsection M4.08.0 of Division III, Materials.

CDF for this project shall be Type 2E — Flowable (Excavatable) unless otherwise specified by the Engineer.

CDF shall be placed so as to not disturb adjacent structures, utilities, sidewalks, and trenches.

CDF shall be installed to the limits shown on the drawings or required by permit and shall be kept below the top of the trench to allow for placement of the required depth of pavement as specified on the plans or as required by the Engineer.

The Contractor shall place steel road plates to protect the CDF until the fill reaches a point that it will not be deformed by traffic passing over it. Plates are not to be removed until the day that paving operations are performed. It may be necessary to recess the road plates so that the tops of the plates are at the same level as the existing pavement adjacent to the trench. Asphalt fillets will be placed at all road plate edges, for protection of traffic and traffic noise reduction, the same day that the plates are placed.

Method of Measurement and Basis of Payment Item 153. will be measured and paid for at the contract unit price per Cubic Yard, complete in place, which price shall include all labor, materials, steel plates if required, equipment, and any incidentals required to complete the work.

A00801 - 64 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 156.1 CRUSHED STONE FOR BRIDGE FOUNDATIONS TON BRIDGE NO. L-15-050 (BWY)

ITEM 156.99 CRUSHED STONE WITHIN COFFERDAM TON BRIDGE NO. L-15-050 (BWY)

Work under this item shall conform to the relevant provisions of Section 150 of the Standard Specifications, as amended by the following:

Item 156.1 shall be used beneath abutment pile caps and to the limits indicated by the Plans and as directed by the Engineer.

Item 156.99 shall be used beneath new rip rap to the limits indicated by the Plans and as directed by the Engineer.

Materials Item 156.1 used for work described for this item shall meet all requirements of material specification M2.01.6.

Item 156.99 used for work described for this item shall meet all requirements of material specification M2.01.2.

Construction Methods Excavations under the abutment area, shall be filled with Crushed Stone for Bridge Foundations to the proposed elevation of the bottom of abutment pile cap after piles are driven. Item 156.1 shall be compacted in accordance with the Standard Specifications, with care taken by the Contractorto ensure no damage to the installed piles.

Excavations limits within the cofferdam as designated on the plans or as directed by the Engineer, shall be filled with Item 156.99. Excavation shall be paid for separately under Item 140.1.

Method of Measurement and Basis of Payment Item 156.1 will be measured per Ton, complete in place.

Item 156.99 will be measured per Ton, complete in place.

Payment for work under these items will be made at the contract unit price per Ton, which shall constitute full compensation for all material, labor, tools, and equipment necessary to complete the work.

A00801 - 65 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 180.01 ENVIRONMENTAL HEALTH AND SAFETY PROGRAM LUMP SUM

The work shall consist of ensuring the health and safety of the Contractor’s employees and subcontracting personnel, the Engineer, their representatives, the environment, and public welfare from any on-site chemical contamination present in air, soil, water and sediment.

The Contractor shall prepare and implement a site-specific Environmental Health and Safety Plan (EHASP) which has been approved and stamped by a Certified Industrial Hygienist (CIH) and includes the preparer's name and work experience. The EHASP shall include appropriate components required by OSHA Standard 29 CFR 1910.120(b) and the Massachusetts Contingency plan (MCP) 310 CMR 40.0018 and must comply with all applicable state and federal laws, regulations, standards and guidelines, and provide a degree of protection and training appropriate for implementation on the project. The EHASP shall be a dynamic document with provision for change to reflect new information, new practices or procedures, changing site environmental conditions or other situations which may affect site workers and the public. The EHASP shall be developed and implemented independently from the standard construction HASP required to work on all MassDOT construction projects.

Health and safety procedures provided by the Contractor shall comply with all the appropriate regulations that address employee working conditions, including but not limited to standards established by OSHA and National Institute for Occupational Safety and Health (NIOSH). Equipment used for the purpose of health and safety shall be approved by and meet pertinent standards and specifications of the appropriate regulatory agencies.

A copy of the most up-to-date version of the EHASP shall be maintained on-site at all times by the Contractor. The on-site copy shall contain the signature of the Engineer and each on-site employee of the MassDOT, Contractor, and Subcontractors involved with on-site activities. The employee's signature on the EHASP shall be deemed prima facie evidence that the employee has read and understands the plan. Updated copies of signature sheets shall be submitted to the Engineer.

The EHASP shall specify a Contractor Site Safety and Health Officer responsible for implementation of the EHASP and to oversee all construction activities, including handling, storage, sampling and transport, which require contact with or exposure to potentially hazardous materials.

The level of protection, required to ensure the health and safety of on-site personnel will be stipulated in the EHASP. The Site Safety and Health Officer shall implement the EHASP based on changing site and weather conditions, type of operation or activity, chemical compounds identified on-site, concentration of the chemicals, air monitoring data, physical state of the hazardous materials, potential duration of exposure to hazardous materials, dexterity required to perform work, decontamination procedures, necessary personnel and type of equipment to be utilized.

A00801 - 66 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 180.01 (Continued)

During implementation of the EHASP, a daily log shall be kept by the Site Safety and Health Officer and a copy shall be provided weekly to the Engineer. This log shall be used to record a description of the weather conditions, levels of personal protection being employed, screening data and any other information relevant to on-site environmental safety conditions. The Site Safety and Health Officer shall sign and date the daily log.

Method of Measurement and Basis of Payment Preparation and implementation of the Environmental Health and Safety Program, including the monitoring, protection and storage of all contaminated materials, as well as subsequent modifications to the EHASP, will be measured and paid for at the Lump Sum Bid Price.

Payment of 50% of the Environmental Health and Safety Program contract price will be made upon the initial acceptance of the EHASP by the Engineer. Payment of the remaining 50% of the Environmental Health and Safety Program contract price will be made upon completion of the work. The bid price shall include preparation and implementation of the EHASP as well as the cost for its enforcement by the Site Safety and Health Officer along with any necessary revisions and updates. The work of implementing the Environmental Health and Safety Program includes work involving, but not limited to, the monitoring, protection, and storage of all contaminated materials.

ITEM 180.02 PERSONAL PROTECTION LEVEL C UPGRADE HOUR

The work shall consist of providing appropriate personal protective equipment (PPE) for all personnel in an area either containing or suspected of containing a hazardous environment.

Contingencies for upgrading the level of protection for on-site workers will be identified in the EHASP and the Contractor shall have the capability to implement the personal protection upgrade in a timely manner. The protective equipment and its use shall be in compliance with the EHASP and all appropriate regulations and/or standards for employee working conditions.

Personal Protection Level C Upgrade will be measured and paid only upon upgrade to Level C and will be at the contract unit price, per hour, per worker, required in Level C personal protection. No payment will be made to the Contractor to provide Level D PPE.

A00801 - 67 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 180.03 LICENSED SITE PROFESSIONAL SERVICES HOUR

Within limited areas of the project site, soils, sediments and/or groundwater may be contaminated. A Licensed Site Professional (LSP) shall be required to provide the services necessary to comply with the requirements of the MCP. These services may include sampling, analysis and characterization of potentially contaminated media, preparation of Immediate Response Action (IRA) Plans, Utility-Related Abatement Measure (URAM) and Release Abatement Measure (RAM) Plans, Imminent Hazard Evaluations, status reports, transmittal forms, release notification forms, risk assessments, completion statements, and related documents required pursuant to the Massachusetts Contingency Plan (MCP). LSP hours related to the characterization and disposal of contaminated soil and/or sediment are incidental to the disposal items. An estimate of LSP services to be provided shall be submitted to the Engineer for approval before any LSP activity begins.

The name and qualifications of the LSP and all environmental technicians to be assigned to the project shall be submitted to the Engineer for approval at least four weeks prior to initial site activities. The LSP shall have a current, valid license issued by the Massachusetts Board of Registration of Hazardous Waste Site Cleanup Professionals. The LSP shall have significant experience in the oversight of MCP activities at active construction sites. Qualification packages for the LSP and each technician shall include a resume, all recent work assignments with responsibilities identified (previous 5 years), and applicable training and certifications. A list of all Notices of Noncompliance, Notice of Audit Findings and Enforcement Orders issued by the DEP shall be submitted for all work assignments listed for the LSP and environmental technicians.

The LSP shall evaluate soil and/or sediment with discoloration, odor, and presence of petroleum liquid or sheening on the groundwater surface, or any abnormal gas or materials in the ground which are known or suspected to be oil or hazardous materials. Excavated soil and sediment which is suspected of petroleum contamination shall be field screened using the jar headspace procedures according to established DEP Guidance. All field screening equipment must be pre- approved by the Engineer. The LSP shall ensure proper on site calibration of all field screening instrumentation.

The Engineer shall be contacted immediately when observations or any field screening results verify contamination requiring further analysis, and/or enhanced management of suspect soil and/or sediment. Any enhanced management of contaminated soil to ensure proper stockpiling and storage is incidental to the LSP Services item. The LSP shall adequately characterize subsurface conditions prior to backfill in areas where contaminated material has been excavated. The Engineer shall approve the locations of the testing sites prior to the sampling.

A00801 - 68 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 180.03 (Continued)

Contaminated soil, sediment and/or groundwater shall be handled in accordance with all applicable state and federal statutes, regulations and policies. The LSP shall adequately characterize contaminated media for comparison to the requirements of the MCP. The Contractor and the LSP shall be aware of the reporting requirements for releases of oil and/or other hazardous material (OHM) as set forth in federal and state laws and regulations, and shall both be held responsible for performing the work in accordance with all applicable Federal and State laws and regulations. The LSP shall maintain written records in a clear and concise format which tracks the excavation, stockpiling, analysis and reuse/disposal of all suspect contaminated soils, sediments and groundwater. These records shall be up-to-date and available to the Engineer on a bi-weekly basis. The LSP shall review and summarize the laboratory data from any analyses performed on contaminated media. A report shall be delivered to the Engineer outlining the material sampling methods, laboratory analysis results and proposed course of action. The laboratory report together with Chain of Custody forms for all analytical results shall be submitted to the Engineer within 14 days after completion of such analyses.

The LSP and Contractor shall be held responsible for the submission of all MCP-related documents to the Engineer at least 14 days in advance of any timeframe specified in the MCP and for the timely submission of data and tracking information as noted within this Item. All documents prepared under this Item must be reviewed and signed by the approved LSP. The Contractor and LSP shall be responsible for all fines, penalties and enforcement requirements imposed by applicable regulatory agencies for failure to meet regulatory and contract timeframes. No compensation will be provided for such fines, penalties and enforcement actions.

The Contractor and the LSP shall be aware of the reporting requirements for releases of oil and/or other hazardous material (OHM) as set forth in federal and state laws and regulations, and shall both be held responsible for performing the work in accordance with all applicable Federal and State laws and regulations.

If the Contractor causes a release of OHM, the Contractor shall be responsible for assessing and remediating the release in accordance with all pertinent State and Federal regulations, including securing the services of a LSP, at his own expense.

The LSP shall coordinate all activities involving both MassDOT and the DEP through the Engineer. Any notification of release shall be approved by the Department before submittal to the DEP, except if an imminent hazard condition exists as defined in 309 CMR 4.03(4)(b).

A00801 - 69 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 180.03 (Continued)

Laboratory Testing in Support of LSP Services Laboratory testing provides for analytical testing in support of LSP services related to maintaining MCP compliance, such as delineating the extent and type of contamination present. Sampling and testing for disposal purposes are not included.

In order to maintain compliance with the MCP or other regulatory requirements, the LSP shall request approval from the Engineer to obtain samples from various locations and depths within the project area and to perform laboratory analyses on those samples. The samples shall be delivered to a DEP-certified laboratory using proper chain-of-custody documentation for analyses which, depending upon site conditions and suspected and/or identified contaminants of concern, may include, but are not limited to, metals, polychlorinated biphenyls (PCBs), volatile organic compounds (VOCs), semivolatile organic compounds (SVOCs), pesticides, polycyclic aromatic hydrocarbons (PAHs), extractable petroleum hydrocarbons (EPHs) and volatile petroleum hydrocarbons (VPHs). Subsequent testing, depending upon initial results, may be required for Toxicity Characteristic Leaching Procedure (TCLP) analyses (EPA Method 1311) for metals.

Method of Measurement and Basis of Payment LSP Services for work under this item will be measured per person, per hour of service provided by LSP, Environmental Technicians and other approved personnel. Travel time shall not be included in the billable hours. LSP hours related to soil/sediment disposal (disposal characterization, landfill acceptance, disposal package preparation, etc.) shall be incidental to disposal items.

The quantity and type of laboratory tests must be approved by the Engineer beforehand. The contractor will be reimbursed upon satisfactory written evidence of payment. The contractor may be required to obtain cost estimates from three DEP certified laboratories for the Engineer to choose the service provider. Laboratory testing related to soil/sediment disposal (disposal characterization, landfill acceptance, disposal package preparation, etc.) shall be incidental to disposal items.

LSP Services will be paid at the Contractor bid price for each hour, or fraction thereof, spent to perform the work as described above. The bid price shall be a blended rate that includes the cost of the LSP, environmental technicians and other personnel, the performance of all work tasks and field screening, including required equipment, materials and instrumentation, and production of all documentation described above. All requests for payment must be accompanied by the following information: the names of the personnel associated with the work charged under LSP Services, dates and hours worked, work conducted, including, where appropriate, locations as identified on the construction plans, and a copy of the field diary for the dates submitted.

Laboratory Testing will be reimbursed upon receipt of paid invoices for testing approved by the Engineer.

A00801 - 70 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 181.11 DISPOSAL OF UNREGULATED SOIL TON ITEM 181.12 DISPOSAL OF REGULATED SOIL IN-STATE FACILITY TON ITEM 181.13 DISPOSAL OF REGULATED SOIL OUT-OF-STATE FACILITY TON ITEM 181.14 DISPOSAL OF HAZARDOUS WASTE TON

The work under these Items shall include the transportation and disposal of contaminated material excavated, or excavated and stockpiled. It shall also include the cost of any additional laboratory analyses required by a particular disposal facility beyond the standard disposal test set.

Excavation of existing subsurface materials may include the excavation of contaminated soils. The Contractor shall be responsible for the proper coordination of characterization, transport and disposal, recycling or reuse of contaminated soils. Disposal, recycling or reuse will be referred to as “disposal” for the purposes of this specification. However, regardless of the use of the term herein, there will be no compensation under these items for reuse within the project limits. The Contractor will be responsible for coordinating the activities necessary for characterization, transport and disposal of contaminated soils. Such coordination will include the Engineer and his/her designee overseeing management of contaminated materials. Contaminated soils must be disposed of in a manner appropriate for the soil classification as described below and in accordance with the applicable laws of local, state and federal authorities. The Contractor shall be responsible for identifying disposal facility (ies) licensed to accept the class of contaminated soils to be managed and assure that the facility can accept the anticipated volume of soil contemplated by the project. The Contractor shall be responsible for hiring a Licensed Site Professional (LSP) and all ancillary professional services including laboratories as needed for this work. The Contractor will be responsible for obtaining all permits, approvals, manifests, waste profiles, Bills of Lading, etc. subject to the approval of the Engineer prior to the removal of the contaminated soil from the site. The Contractor and LSP shall prepare and submit to the Engineer for approval all documents required under the Massachusetts Contingency Plan (MCP) and related laws and environmental regulations to conduct characterization, transport, and disposal of contaminated materials.

CLASSES OF CONTAMINATED SOILS The Contractor and its LSP shall determine if soil excavated or soil to be excavated is unregulated soil or contaminated soil as defined in this section. Such materials shall be given a designation for purposes of reuse or disposal based on the criteria of the MCP. Soils and sediments which are not suitable for reuse will be given a designation for purposes of off-site disposal based on the characterization data and disposal facility license requirements. The Classes of Contaminated Soils are defined as follows:

A00801 - 71 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEMS 181.11 through 181.14 (Continued)

UNREGULATED SOIL consists of soil, fill and dredged material with measured levels of oil and hazardous material (OHM) contamination at concentrations below the applicable Reportable Concentrations (RCs) presented in the MCP. Unregulated soil consists of material which may be reused (or otherwise disposed) as fill within the Commonwealth of Massachusetts subject to the non-degradation criteria of the MCP (310 CMR 40.0032(3), in a restricted manner, such that they are sent to a location with equal or higher concentrations of similar contaminants. Disposal areas include licensed disposal facilities, approved industrial settings in areas which will be capped or covered with pavement or loamed and seeded, and for purposes of this project should be reused as fill within the project site construction corridor whenever possible. The material cannot be placed in residential and/or environmentally sensitive (e.g. wetlands) areas. Under no circumstances shall contaminated soils be placed in an uncontaminated or less contaminated area (including the area above the groundwater table if this area shows no sign of contamination).

The Contractor shall submit to MassDOT the proposed disposal location for unregulated soils for approval. If such a disposal location is not a licensed disposal facility, the Contractor shall submit to the Engineer analytical data to characterize the disposal area sufficiently to verify that the unregulated material generated within the MassDOT construction project limits is equal to or less than the contaminant levels at the disposal site and meets the non-degradation requirements of the MCP. In addition, the Contractor shall provide written confirmation from the owner of the proposed disposal location that they have been provided with the analytical data for both the materials to be disposed as well as the disposal site characterization and that s/he agrees to accept this material. A Material Shipping Record or Bill of Lading, as appropriate, shall be used to track the off-site disposal of unregulated soil and a copy, signed by the disposal facility or property owner, shall be provided to the Engineer in order to document legal disposal of the unregulated material.

The cost of on-site disposal of unregulated soil within the project area will be considered incidental to the item of work to which it pertains.

A00801 - 72 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEMS 181.11 through 181.14 (Continued)

REGULATED SOIL consists of materials containing measurable levels of OHM that are equal to or exceed the applicable Reportable Concentrations for the site as defined by the MCP, 310 CMR 40.0000. Regulated soil which meets the MCP reuse criteria of the applicable soil/groundwater category for this project area may be reused on site provided that it meets the appropriate geotechnical criteria established by the Engineer. Regulated Soil may be reused (as daily or intermediate cover or pre-cap contouring material) or disposed (as buried waste) at lined landfills within the Commonwealth of Massachusetts or at an unlined landfill that is approved by the Massachusetts Department of Environmental Protection (DEP) for accepting such material, in accordance with DEP Policy #COMM-97-001, or at a similar out-of-state facility. It should be noted that soils which exceed the levels and criteria for disposal at in-state landfills, as outlined in COMM-97-001, may be shipped to an in-state landfill, but require approval from the DEP Division of Solid Waste Management and receiving facility. An additional management alternative for this material is recycling into asphalt. Regulated Soils may also be recycled at a DEP approved recycling facility possessing a Class A recycling permit subject to acceptance by the facility and compliance with DEP Policy #BWSC-94-400. Regulated Soil removed from the site for disposal or treatment must be removed via an LSP approved Bill of Lading, Manifest or applicable material tracking form. This type of facility shall be approved/permitted by the State in which it operates to accept the class of contaminated soil in accordance with all applicable local, state and federal regulations.

HAZARDOUS WASTE consists of materials which must be disposed of at a facility permitted and operated in full compliance with Federal Regulation 40 CFR 260-265, Massachusetts Regulation 310 CMR 30.000, Toxic Substances Control Act (TSCA) regulations, or the equivalent regulations of other states, and all other applicable local, state, and federal regulations. All excavated materials classified as hazardous waste shall be disposed of at an out- of-state permitted facility. This facility shall be a RCRA hazardous waste or TSCA facility, or RCRA hazardous waste incinerator. This type of facility shall be approved/permitted by the State in which it operates to accept hazardous waste in accordance with all applicable local, state and federal regulations and shall be permitted to accept all contamination which may be present in the soil excavate. The Contractor shall ensure that, when needed, the facility can accept TSCA waste materials i.e. polychlorinated biphenyls (PCBs). Hazardous waste must be removed from the site for disposal or treatment via an LSP approved Manifest.

MONITORING/SAMPLING/TESTING REQUIREMENTS The Contractor shall be responsible for monitoring, sampling and testing during and following excavation of contaminated soils to determine the specific class of contaminated material. Monitoring, sampling and testing frequency and techniques should be performed in accordance with Item 180.03 – LSP Services. Additional sampling and analysis may be necessary to meet the requirements of the disposal facility license. The cost of such additional sampling and analysis shall be included in the bid cost for the applicable disposal items. The Contractor shall obtain sufficient information to demonstrate that the contaminated soil meets the disposal criteria set by the receiving facility that will accept the material.

A00801 - 73 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEMS 181.11 through 181.14 (Continued)

No excavated material will be permanently placed on-site or removed for off-site disposal until the results of chemical analyses have been received and the materials have been properly classified. The Contractor shall submit to the Engineer results of field and laboratory chemical analyses tests within seven days after their completion, accompanied by the classification of the material determined by the Contractor, and the intended disposition of the material. The Contractor shall submit to the Engineer for review all plans and documents relevant to LSP services, including but not limited to, all documents that must be submitted to the DEP.

WASTE TRACKING: Copies of the fully executed Weight Slips/Bills of Lading/ Manifests/Material Shipping Records or other material tracking form received by the Contractor from each disposal facility and for each load disposed of at that facility, shall be submitted to Engineer and the Contractor’s LSP within three days of receipt by the Contractor. The Contractor is responsible for preparing and submitting such documents for review and signature by the LSP or other appropriate person with signatory authority, three days in advance of transporting soil off-site. The Contractor shall furnish a form attached to each manifest or other material tracking form for all material removed off-site, certifying that the material was delivered to the site approved for the class of material. If the proposed disposition of the material is for reuse within the project construction corridor, the Contractor shall cooperate with MassDOT to obtain a suitable representative sample(s) of the material to establish its structural characteristics in order to meet the applicable structural requirements as fill for the project.

All material transported off-site shall be loaded by the Contractor into properly licensed and permitted vehicles and transported directly to the selected disposal or recycling facility and be accompanied by the applicable shipping paper. At a minimum, truck bodies must be structurally sound with sealed tail gates, and trucks shall be lined and loads covered with a liner, which shall be placed to form a continuous waterproof tarpaulin to protect the load from wind and rain.

DECONTAMINATION OF EQUIPMENT Tools and equipment which are to be taken from and reused off site shall be decontaminated in accordance with applicable local, state and federal regulations. This requirement shall include, but not be limited to, all tools, heavy machinery and excavating and hauling equipment used during excavation, stockpiling and handling of contaminated material. Decontamination of equipment is considered incidental to the applicable excavation item.

A00801 - 74 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEMS 181.11 through 181.14 (Continued)

REGULATORY REQUIREMENTS The Contractor shall be responsible for adhering to regulations, specifications and recognized standard practices related to contaminated material handling during excavation and disposal activities. MassDOT shall not be responsible at any time for the Contractor’s violation of pertinent State or Federal regulations or endangerment of laborers and others. The Contractor shall comply with all rules, regulations, laws, permits and ordinances of all authorities having jurisdiction including, but not limited to, Massachusetts DEP, the U.S. Environmental Protection Agency (EPA), Federal Department of Transportation (DOT), Massachusetts Water Resources Authority (MWRA), the Commonwealth of Massachusetts and other applicable local, state and federal agencies governing the disposal of contaminated soils.

All labor, materials, equipment and services necessary to make the work comply with such regulations shall be provided by the Contractor without additional cost to MassDOT. Whenever there is a conflict or overlap within the regulations, the most stringent provisions shall apply. The Contractor shall reimburse MassDOT for all costs it incurs, including penalties and/or for fines, as a result of the Contractor’s failure to adhere to the regulations, specifications, recognized standard practices, etc., that relate to contaminated material handling, transportation and disposal.

SUBMITTALS

I. Summary of Sampling Results, Classification of Material and Proposed Disposal Option.

The following information, presented in tabular format, must be submitted to the Engineer for review and approval prior to any reuse on-site or disposal off-site. This requirement is on-going throughout the project duration. At least two weeks prior to the start of any excavation activity, the Contractor shall submit a tracking template to be used to present the information as stipulated below. Excavation will not begin until the format is acceptable to MassDOT.

Characterization Reports will be submitted for all soil, sediment, debris and groundwater characterized through the sampling and analysis program. Each report will include a site plan which identifies the sampling locations represented in the Report. The Construction Plan sheets may be used as a baseplan to record this information.

The Sampling Results will be presented in tabular format. Each sample will be identified by appropriate identification matching the sample identification shown on the Chain of Custody Record. The sample must also be identified by location (e.g. grid number or stockpile number). For each sample, the following information must be listed: the classification (unregulated, regulated, etc.), proposed disposal option for the stockpile or unit of material represented, and, all analytical results.

A00801 - 75 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEMS 181.11 through 181.14 (Continued)

Each Characterization Report will include the laboratory analytical report and Chain of Custody Record for the samples included in the Report.

II. Stockpiling, Transport, and Disposal.

At least two weeks prior to the start of any excavation activity, the Contractor shall submit, in writing, the following for review and shall not begin excavation activity until the entire submittal is acceptable to MassDOT.

Excavation and Stockpiling Protocol: Provide a written description of the management protocols for performing excavation and stockpiling and/or direct loading for transport, referencing the locations and methods of excavating and stockpiling excavated material.

Disposal and Recycling Facilities: 1. Provide the name, address, applicable licenses and approved waste profile for disposal and/or recycling location(s) where contaminated soil will be disposed. Present information substantiating the suitability of proposed sites to receive classifications of materials intended to be disposed there, including the ability of the facility to accept anticipated volumes of material.

2. Provide a summary of the history of compliance actions for each disposal/recycling facility proposed to be used by the Contractor. The compliance history shall include a comprehensive list of any state or federal citations, notices of non-compliance, consent decrees or violations relative to the management of waste (including remediation waste) at the facility. Material should not be sent to facilities which are actively considered by the DEP, USEPA or other responsible agency to be in violation of federal, state or local hazardous waste or hazardous material regulations. MassDOT reserves the right to reject any facility on the basis of poor compliance history.

Transportation: The name, address, applicable license and insurance certificates of the licensed hauler(s) and equipment and handling methods to be used in excavation, segregation, transport, disposal or recycling.

III. Material Tracking and Analytical Documentation for Reuse/Disposal.

The following documents are required for all excavation, reuse and disposal operations and shall be in the format described. At least two weeks prior to the start of any excavation or demolition activity, the Contractor shall submit the tracking templates required to present the information as stipulated below. Excavation or demolition will not begin until the format is acceptable to MassDOT.

A00801 - 76 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEMS 181.11 through 181.14 (Continued)

All soils, sediments and demolition debris must be tracked from the point of excavation to stockpiling to onsite treatment/processing operations to off-site disposal or onsite reuse as applicable.

Demolition Debris: Demolition debris must be tracked if the debris is stockpiled at a location other than the point of origin or if treatment or material processing is conducted. Identification of locations will be based on the station-offset of the location. The tracking table will identify date and point of generation, any field screening such as PID or dust monitoring, visual observations/comments, quantity, and stockpile ID/processing operation location. For each unit of material tracked, the table will also track reuse of the material on-site, providing reuse date, location of reuse as defined by start and end station, width of reuse location by offset, the fill elevation range, quantity, and finish grade for said location. For demolition debris which is not reused on site, the table will also track disposal of the material as defined by disposal date, quantity and disposal facility. The table must provide a reference to any analytical data generated for the material.

Soil/Sediment: Soil excavation will be identified based on the station-offset of the excavation location limits. The tracking table will identify date and point of generation, any field screening such as PID or dust monitoring, visual observations, quantity, and stockpile number/location. For each unit of material tracked, the table will also track reuse of the material on-site and disposal of the material off-site using the same categories identified for demolition debris above.

Method of Measurement and Basis of Payment Disposal of contaminated soil shall be measured for payment by the Ton of actual and verified weight of contaminated materials removed and disposed of. The quantities will be determined only by weight slips issued by and signed by the disposal facility. The most cost-effective, legal disposal method shall be used. The work of the LSP for disposal under all of these items shall be incidental to the work with no additional compensation.

ITEM 181.11 Measurement for Disposal of Unregulated Soil shall be under the Contract Unit Price by the weight, in tons, of contaminated materials removed from the site and transported to and disposed of at an approved location or licensed facility, and includes any and all costs for approvals, permits, fees and taxes, additional testing/characterization required by the facility beyond the standard disposal test set, decontamination procedures, transportation and disposal.

ITEM 181.12 Measurement for Disposal of Regulated Soil – In-State Facility shall be under the Contract Unit Price by the weight in tons of contaminated materials removed from the site and transported to and disposed of at an approved in-state facility, and includes any and all costs for approvals, permits, fees and taxes, testing/characterization required by the facility beyond the standard disposal test set, decontamination procedures, transportation and disposal.

A00801 - 77 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEMS 181.11 through 181.14 (Continued)

ITEM 181.13 Measurement for Disposal of Regulated Soil - Out-of-State Facility shall be under the Contract Unit Price by the weight in tons of contaminated materials removed from the site and transported to and disposed of at an approved out-of-state facility, and includes any and all costs for approvals, permits, fees and taxes, testing/characterization required by the facility beyond the standard disposal test set, decontamination procedures, transportation and disposal.

ITEM 181.14 Measurement for Disposal of Hazardous Waste shall be under the Contract Unit Price by the weight in tons of hazardous waste removed from the site and transported to and disposed of at the licensed hazardous waste facility, and includes any and all costs for approvals, permits, fees and taxes, testing/characterization required by the facility beyond the standard disposal test set, decontamination procedures, transportation and disposal.

ITEM 184.1 DISPOSAL OF TREATED WOOD PRODUCTS TON (Rev 08/09/2016)

Work under this item shall include the transportation and disposal of all treated existing wood product as directed by the Engineer.

The timber components of the existing structure are suspected to be treated with creosote, pentachlorophenol and/or CCA. This item shall include all costs for sampling, laboratory testing, loading, transportation and disposal of the treated wood. The Contractoris required to submit disposal manifests to the Engineer prior to the completion of the project. All aspects of this Item are to be completed in accordance with state and federal regulations.

Compensation Measurement and payment will be by the weight, in tons, of treated timber transported and accepted at a licensed facility. The work shall be considered full compensation for all labor, tools, equipment, materials, testing, loading, transportation, approvals, and permits necessary for the completion of the work.

A00801 - 78 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 201.5 CATCH BASIN – MUNICIPAL STANDARD EACH ITEM 202.01 MANHOLE – MUNICIPAL STANDARD EACH

Work under these Items shall conform to the relevant provisions of Section 201 and the following:

All storm and sanitary structures shall be installed in accordance with City of Lowell Department of Public Work’s Standard Specifications and as shown in the Contract Document details.

Frame and grate (or cover) shall be paid for under Item 222.3.

All proposed Catch Basins and Manholes shall be constructed on a bedding of 12 inches of crushed stone. All excavation for the structures shall be included in the cost of this Item.

The cone sections of catch basins shall be replaced with flat tops sections as needed at no additional cost.

All frames shall be set in a concrete collar conforming to Construction Standard Detail E202.9.0 prior to placement of the top course pavement. The cost of the concrete collar shall be included in the unit price bid for these items.

Method of Measurement and Basis of Payment Item 201.5 and Item 202.01 will be measured for payment per Each catch basin or manhole installed, complete in place.

Item 201.5 and Item 202.01 will be paid for at the Contract unit price per Each; repsectively. This price shall include all labor, materials, equipment and any incidental costs required to complete the work.

No separate payment will be made for the crushed stone bedding, if required, and as directed by the Engineer, but all costs in connection therewith shall be included in the unit prices bid.

For frames and grates (or covers) the Contractor shall be paid for separately under Item 222.3.

A00801 - 79 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 220.52 DRAINAGE STRUCTURE REMOVED AND DISCARDED EACH

The work under this item shall conform to the relevant provisions of Section 220 of the Standard Specifications and the following:

Work includes removing and disposing of drainage manholes and catch basins structures.

Work shall be completed in conformance with City of Lowell Department of Public Works Standard Specifications.

Basis of Payment Item 220.52 will be paid the bid price per Each structure (catch basin OR manhole) removed and shall be compensation for all labor, equipment, incidentals, materials, and disposal necessary to complete the work specified above.

ITEM 222.3 FRAME AND GRATE (OR COVER) MUNICIPAL STANDARD EACH

Work under this Item shall be in accordance with the relevant provisions of Section 220 of the Standard Specifications and the following:

Manhole covers shall have a diamond pattern; pick holes and the word “DRAIN” cast in 3-inch letters. Frames shall be 8-inches in height.

All proposed catch basin grates shall meet the requirements set forth by the City of Lowell Department of Public Works and shall be USFoundry, East Jordan Iron Works (EJIW), Neenah Foundry, or an appoved equal.

Basin frame and grate shall be as follows: Single catch basin frames and grates: USFoundry, Type USF4132 and 6001 Grate EJIW Type V5726 Neenah Type R-2555 Or an approved equal

Casting frames shall be set in a full mortar bed with bricks, a maximum of 8 inches thick. All castings shall be set in a full concrete collar, conforming to Construction Standard Detail E 202.9.0. All frames and grates or covers shall be American-made.

Method of Measurement and Basis of Payment Item 222.3 will be measured for payment per Each, complete in place.

Item 222.3 will be paid for at the Contract unit price per Each, which price shall include all labor, materials, equipment any incidentals required to complete the work.

A00801 - 80 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 223. FRAME AND GRATE OR COVER REMOVED AND RESET EACH

Work under this item shall include the removal and resetting of frames and grates, and or covers at the locations specified for use in association with the temporary drainage during the respective phases on the Traffic Management Plans.

Existing and/or new castings shall be set, as required by the Engineer, so that final grade of the manhole cover or catch basin grate is flush with the final course of hot mix asphalt pavement. Material around the structure shall be compacted and high early strength concrete collars shall be placed around the castings. High early strength concrete shall be 4000 PSI, 1.5 In., 565 Cement Concrete.

Method of Measurement and Basis of Payment Item 223. shall be measured per Each frame and cover removed and casting reset. Payment shall be made at the unit price per Each, which shall be complete payment for removal and re- installation of the old castings and shall include all labor, materials, tools, and equipment and incidental costs required to complete the work.

ITEM 250.12 12 INCH POLYVINYL CHLORIDE SANITARY SEWER PIPE FOOT

Work shall be installed in conformance with City of Lowell Department of Public Works Standard Specifications.

Materials Polyvinyl chloride (PVC) non-pressure pipe for gravity sewers shall conform to ASTM D 3034, SDR35 minimum wall thickness. Pipes shall be bell and spigot in standard lengths of 12.5-ft. Spigot ends should be beveled to ensure proper insertion. Spigot end shall be imprinted with assembly stripe, to which the bell of the mated pipe will extend upon proper jointing.

Construction Methods Pipe installation shall conform to ASTM D 2321 and shall be installed as shown in the Contract Drawings.

The Contractor shall test the installed pipe for leakage in accordance with City of Lowell standards. Notice of tests shall be made in writing to the Engineer and the City of Lowell Inspector and received not less than five days before date of test.

Basis of Payment Item 250.12 will be paid for at the contract unit price per Foot of sewer pipe installed, complete in place, which price shall be compensation for all labor, equipment, and materials necessary to complete the work specified above.

A00801 - 81 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 272.12 12 INCH AND UNDER PIPE REMOVED AND DISCARDED FOOT

Work under this Item shall be completed in conformance with City of Lowell Department of Public Works Standard Specifications.

Under this Item, the Contractor shall remove and dispose of pipes less than twelve inches in diameter.

Basis of Payment Item 272.12 will be paid for at the contract unit price per Foot of pipe removed and discarded. This price shall be compensation for all labor, equipment, incidentals, materials, and disposal fees necessary to complete the work specified above.

ITEM 315.08 8 INCH WATER MAIN REMOVED AND STACKED FOOT

The work under this item shall conform to the relevant provisions of the City of Lowell Department of Public Works Construction Specifications for Water Main Construction, Section 300 of the Standard Specifications, and the following:

The work shall consist of the removing the existing 8 inch diameter water main deemed satisfactory by the Engineer but not required for reuse on this Project, and carefully stacking temporarily in a stockpile on the site for removal by the City of Lowell.

The Contractor shall be responsible for the protection of the water main until final acceptance or sixty (60) days from the time a certified notice, with copy to the Engineer, is sent by the Contractorto the City of Lowell.

Any piping damaged through lack of protection or carelessness on the part of the Contractor shall be replaced at the Contractor’s expense.

Method of Measurement and Basis of Payment Item 315.08 will be measured and paid for at the contract unit price per Foot of removed and stockpiled pipe. This price shall include all labor, materials, and equipment and incidental costs required to complete the work.

A00801 - 82 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 315.20 20 INCH WATER MAIN REMOVED AND STACKED FOOT

The work under this item shall conform to the relevant provisions of the City of Lowell Department of Public Works Construction Specifications for Water Main Construction, Section 300 of the Standard Specifications, and the following:

The work shall consist of the removing existing 20 inch diameter water main deemed satisfactory by the Engineer but not required for reuse on this Project, and carefully stacking temporarily in a stockpile on the site for removal by the City of Lowell.

The Contractor shall be responsible for the protection of the water main until final acceptance or sixty (60) days from the time a certified notice, with copy to the Engineer, is sent by the Contractorto the City of Lowell.

Any piping damaged through lack of protection or carelessness on the part of the Contractor shall be replaced at the Contractor’s expense.

Method of Measurement and Basis of Payment Item 315.20 will be measured and paid for at the contract unit price per Foot of removed and stockpiled pipe including all labor, materials, and equipment and incidental costs required to complete the work.

ITEM 344.3 LINESTOPS EACH

The work under this item shall conform with the relevant provisions of Section 300 of the Standard Specifications; the American Water Works Association Standards, the following:

Under this Item, the Contractor shall furnish, install, test, maintain and remove a temporary water system linestop.

The linestop shall be of the type suitable for carrying potable water and shall be 20 inches in diameter for a steel pipe water main.

Approximate location of the temporary linestop valves are: Pawtucket Street Baseline Station 2+85, 53.5’RT Station 5+34, 0.67’LT.

At both locations of the existing water system, the Contractor shall furnish, install, and maintain a linestop at each location. Linestop valves shall provide for shutdown of the local water mains at the locations indicated on the drawings

The Contractor shall ensure the temporary line stop valve is insulated, as needed, to protect against freezing for the duration of work.

A00801 - 83 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 344.3 (Continued)

Submittals The Contractor shall submit to the Engineer for approval detailed linestop plans, work sequence, and schedule four weeks prior to the start of construction.

The Contractor shall submit drawings, furnished by the Linestop Manufacturer, distinctly illustrating and describing the linestop installation, including but not limited to: pipe taps, drilling apparatus, linestops, tapping valves and all other equipment and materials necessary to complete the work at each linestop location.

The Contractor’s submittal shall also include test pit information regarding condition, depth, material and dimensions of existing water main(s), scheduling, and temporary methods of thrust restraint (to counter anticipated thrust force in existing water main resulting from installation of line stop) with supporting calculations stamped by a professional engineer licensed in the Commonwealth of Massachusetts.

Linestop SubContractorQualifications Qualifications as outlined below shall be subject to review and approval of the Engineer and Lowell Regional Water utility (LRWU): • Successfully completed at least five (5) projects of similar size and complexity within the last five (5) years. • Provide three references including contact person, telephone number and description of work of similar size and type of linestop proposed. • Field supervisory personnel experience in performance of work and tasks stated herein shall be minimum of 3-years. • On-site field personnel work resume with contents of project responsibility. At least one field supervisor listed, as approved by Engineer, must be at site when linestop operations are in progress.

The Linestop SubContractor shall be subject to review and approval of the LRWU and the Engineer. If Contractor’s proposed Linestop SubContractoris rejected by LRWU or Engineer, the Contractor shall submit, and resubmit as necessary, the qualifications of other Linestop SubContractors until approved by LRWU and Engineer, at no additional cost to the Owner or Contract.

Product Provide the materials, machines, related equipment and installation personnel necessary to install the linestops into existing pipe under full operating pressure without interrupting service.

Linestops and related equipment shall be manufactured by: • Hydra-Stop, Inc., W. Lebanon, NH • TDW Services, Inc., Tulsa, OK; • Protapping, Inc., Medford, NJ • Or an approved equal

A00801 - 84 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 344.3 (Continued)

Linestop Fittings and Appurtenances Linestop fittings shall be approved by the LRWU and shall be either a full encirclement or welded non-full encirclement, pressure retention type, suitable for the pipe material receiving the line stop, and shall be rated for 250 psi working pressure upon completion. 1. Linestop Flange: The outlet of the fitting shall be machined from a 150-lb. forged steel flange (ASTM A181 or A105) or from pressure vessel quality steel plate (ASTM A285, Grade C); flat faced and drilled per ANSI B16.5. Suitable independently operated locking devices shall be provided in the periphery of the flange to secure the completion plug. 2. Linestop Nozzle: The nozzle, which lies between the linestop fitting and the flange, shall be fabricated from steel pipe (ASTM A234). 3. Completion Plug: The completion plug shall be manufactured from ASTM A283 Grade C, ASTM A36 or equal steel. It shall contain a device to mechanically lock the completion plug to the linestop flange and shall contain a compressible "O" ring to seal pressure tight against the bore of the flange. 4. Blind Flanges: The linestop fitting shall be closed with a blind flange. Facing and drilling of the blind flange shall be compatible with that of the linestop flange. Minimum blind flange thickness shall be that of AWWA C207, Class D steel. 5. Fasteners: All bolts, studs and nuts used on linestop and drain fittings shall be machined from Type 304 stainless steel. 6. General: Contractorwill exercise extreme care to ensure that weldments are of adequate strength, properly shaped, securely reinforced and free from distortion that could stress the main during installation, pressure tapping or linestopping operations. All steel shall meet the requirements of ASTM A36, as a minimum. All weldments shall be braced and stress relieved. 7. Gaskets: Shall be molded from elastometer compounds that resist compression setting and are compatible with drinking water in the 32 to 140 degrees F. temperature range. 8. Linestop Nozzle and Flange: a. Saddle plate shall be used in cast iron pipe applications, and shall have a minimum of .375" in thickness. It shall be shaped concentric to the outside of the main. b. A linestop nozzle of .375" minimum wall thickness shall be securely welded to the saddle plate for cast iron applications, and shall be securely welded to the pipe for steel applications. c. The linestop flange shall be securely welded to the nozzle. After welding, the assembly shall be braced, stress relieved and bored to receive the completion plug of the linestop machine plugging head. 9. Coating: After fitting has been stress relieved, the exterior surface shall be sandblasted and coated with coal tar epoxy to a final minimum cured thickness of .020".

A00801 - 85 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 344.3 (Continued)

Linestop Machinery: The linestop equipment shall be in good working condition. The equipment shall consist of a cylindrical plugging (or stopping) head that contains an elastomer sealing element. The plugging (or stopping) head is advanced into and retracted from the main by means of a linear actuator. When retracted, the plugging (or stopping) head and carrier are housed in an adaptor, bolted pressure tight between the tapping valve and the actuator. 1. Sealing Element: the element shall be monolithically molded from a suitable polyurethane compound. The element shall be flat in a plane perpendicular to the flow in the main. The element shall be circular to conform to the I.D. of the main. 2. Plugging (or Stopping) Head: The plugging (or stopping) head shall effectively seal against the shoulder in the linestop nozzle and against the sealing element and shall prevent flow around the linestop. Alternate Method: The plugging (or stopping) head shall have a suitable circumferential sealing element to seal against the I.D. of the main preventing flow around the linestop. 3. Deposits in Bore of Main: The circular or cylindrical bottom of the plugging (or stopping) head shall be designed to break and dislodge tuberculation and other deposits in the bore of the main which might interfere with a satisfactory linestop.

Execution The linestop shall be installed with support structure and thrust blocking to prevent lateral movement of the pipe as a result of the unbalanced loads created by the water pressure against the closed valve. The construction/installation of support structure shall be the responsibility of the Contractor. The final responsibility for pipe support and resistance to thrust loading shall be that of the Contractor. Contractor’s submittal shall include a description and drawings of the temporary methods of thrust restraint with supporting calculations stamped by a professional engineer licensed in the Commonwealth of Massachusetts. Contractor, which shall be subject to review by the Engineer and LRWU.

Preliminary Field Inspection of Main: Dimensional specification and other data regarding the existing mains have been taken from records. These have not been verified by field inspections. It will be necessary to know the exact main O.D. and ovality before linestop fittings can be manufactured. The Contractor shall be fully responsible for conducting test pits and taking all measurements and providing the factory with the information required for accurate fabrication of the linestop fittings.

A00801 - 86 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 344.3 (Continued)

Installation The linestopping procedure for temporarily plugging a pipe without disrupting upstream service consists of making a pressure tap, inserting a linestop plugging device into the line under pressure. After the work has been completed, the linestop plugging device is recovered and the tapping sleeve fitted with a blind flange.

The following is an outline of the procedure: 1. Prior to ordering material, Contractor shall excavate, dewater, expose and clean the exterior of the existing main at the location of the linestop. If the main is deteriorated; or if utilities will interfere with fittings, support/thrust blocking, or equipment; move location up or downstream to structurally sound pipe within project limits. Contractor shall perform the following: a. Inspect the condition of the existing pipe. b. For applications requiring a mechanical type fitting, the Contractorwill caliper the outside diameter of the main to determine ovality. c. Contractor shall power wire brush and grind the exterior of the pipe to remove any debris, corrosion deposits, or other surface irregularities that might interfere with proper seating and sealing of the linestop against the pipe. 2. Upon receipt of the materials, the Contractor shall fit the linestop fitting to the existing pipe and thoroughly check for proper fit. 3. Assembly to Main: a. For Approved Split Fitting Linestop: The Contractor shall install the approved full encirclement linestop fitting by bolting it to the main. Under no circumstances shall the Contractorattempt to force, reshape or bend saddle plate while linestop fitting is assembled around the main. b. For Approved Welded Fitting Linestop: The Contractor shall install the approved non-full encirclement linestop fitting by welding it to the existing pipe in accordance with AWWA C206. Under no circumstances shall the Contractorattempt to force, reshape, or bend the linestop fitting while the fitting is welded to the pipe. c. Any retrofitting shall be accomplished with the fitting removed from the pipe. d. Any damage to the fitting, accessories or pipe shall be repaired at the Contractor's expense to the satisfaction of the Engineer at no additional cost to the Owner. 4. Assembly of Linestop Fitting: a. Pipe Preparation: The entire periphery around the area where the neck of the linestop fitting is to be attached to the pipe shall be ground to a clear finish. b. Pressure test fitting according to requirements defined by utility owners. c. Coating: Coating shall be as recommended by the manufacturer of the linestop fitting.

A00801 - 87 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 344.3 (Continued)

5. Thrust and Support Blocking: Prior to mounting the temporary tapping valve and pressure tapping machinery, the Contractor shall install concrete thrust and support blocking or other suitable thrust restraint as shown on the approved shop drawings. Blocking shall reach a minimum cure strength specified by the Contractorbefore any valves or machinery shall be mounted onto the linestop fittings. 6. Cutting Operation: Drilling equipment shall be in good condition, and equipped with power drive to ensure smooth cutting, and to minimize shock and vibration. Cutting equipment shall be carbide tipped or a high-speed steel cutter capable of being retipped without being removed from the jobsite. 7. Linestop Operation: The plugging head shall be advanced into and retracted from the pipe by means of linear actuator. When retracted, the plugging (or stopping) head and carrier are housed in an adaptor, bolted pressure tight between the tapping valve and the actuator. 8. Upon the removal of the linestop and the linestop fitting has been closed with a blind flange, the linestop fitting and blind flange shall be observed for water tightness upon completion and any leaks shall be corrected by the Contractorat no additional cost.

Method of Measurement and Basis of Payment Item 344.3 will be paid for at the Contract unit price per Each line stop, which price shall be full compensation for furnishing, installing, maintaining and removing a temporary linestop, designing and installing temporary thrust restraint system, cutting and plugging existing pipe, insulation, materials, excavation, backfilling, testing, disinfecting, removing and disposal of miscellaneous debris associated with construction, and all labor, equipment, tools and incidentals necessary to complete this item.

No separate payment will be made for the preparation, notifications and coordination with the Utility Owner of proposed construction in connection therewith shall be included in the Contract unit price bid.

A00801 - 88 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 356.20 20-INCH BUTTERFLY VALVE AND BOX EACH

The work under this item shall conform to the relevant provisions of the City of Lowell Department of Public Works Construction Specifications for Water Main Construction, Section 300 of the Standard Specifications, and the following:

The work shall consist of the furnishing, installing 20-inch butterfly valves and boxes.

Materials Butterfly valves for buried service shall conform to AWWA C504, except as hereinafter provided. Butterfly valves shall be rated for Class 250B and both valve operators shall be especially designed for service buried in ground and shall be of the totally enclosed type. The unit shall be permanently lubricated with grease or oil. A standard AWWA 2-inch square operating nut shall be provided on the input shaft. Valves shall open to the right (clockwise). Valves installed with greater than 6’ of cover shall be provided with valve operating stem extensions per pre-approval of the City of Lowell.

Valve materials in contact with potable water shall be lead-free with lead level not exceeding 0.25%. Materials shall comply with the Safe Drinking Water Act Lead Reduction law and with NSF Standard 372.

Butterfly valves shall have interior and exterior coated with 8-mm epoxy coating, NSF 61 Approved. Valve body and disc shall be ASTM A-536 ductile iron. Valve to be seat-in- body design and furnished with through disc pinning. Disc edge shall be stainless steel. Packing to be chevron “V” type, self-adjusting. Bearings shall be non-metallic to prevent galvanic corrosion.

Valves shall be insulated. Insulation shall be cellular glass insulation with jacketing. It shall be structurally strong, corrosion and moisture resistant, vermin proof, fireproof and suitable for burial. The system shall be designed and installed in accordance with manufacturer's recommendations for outside temperature variations from - 40 degrees F to +120 degrees F.

Construction Methods The Contractoris responsible for coordinating the valve installation with City of Lowell. All valves and appurtenances shall be installed in the location shown on the drawings or where required by the Engineer. Valves shall be true to alignment and rigidly supported. Any damaged items shall be replaced before they are installed.

Care shall be taken to prevent damage to valves and appurtenances during handling and installation. All materials shall be carefully inspected for defects in workmanship and materials, all debris and foreign material cleaned out of valve openings, and all operating mechanisms operated to check their proper functioning, and all nuts and bolts checked for tightness. Valves and other equipment which do not operate easily, or are otherwise defective, shall be repaired or replaced.

A00801 - 89 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 356.20 (Continued)

Restraints shall be installed as per Manufacturer’s instructions.

Butterfly valves shall be pressure tested for 15 minutes on ground prior to installation.

Valve boxes shall be installed vertically, centered over the operating nut, and the elevation of the top shall be adjusted to conform with the finished surface of roadway or other surface at the completion of the contract. Valve box aligners shall be used in the alignment process.

Valve box aligners shall be installed by removing the operating nut of the valve and sliding it over the valve stem. Care shall be maintained to adequately support system during backfilling to maintain vertical alignment.

Basis of Payment Item 356.20 will be measured and paid for at the contract unit price per Each valve installed, complete in place. This price shall include all labor, materials, tools, equipment, and incidentals required to install each butterfly valve and box complete as shown on the Contract Drawings or at the requirements of the Engineer.

Incidental to the unit price of Item 356.20 shall be: sawcutting bituminous and cement concrete; excavation; furnish and install valve box; furnishing and placing backfill by one of the approved methods; transporting material to/from soil staging area; furnish and install filter fabric as required; compaction; compaction testing; temporary excavation support furnished and installed complete; furnishing, installing and compacting bedding; furnish and install butterfly valve and valve box, mechanical joint restraints, gaskets and appurtenances; connections to existing and proposed pipes and structures; chlorination, flushing and testing; disposal of testing materials; concrete setting bed for the valve box; furnish and install encasement or insulation as necessary; protective coating; support of valve during installation; and all incidental work required for the installation of 20-inch Butterfly Valve and Box, not specifically included for payment elsewhere.

A00801 - 90 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 379.1 AIR RELEASE VALVE EACH

The work under this item shall conform to the relevant provisions of the City of Lowell Department of Public Works Construction Specifications for Water Main Construction, Section 300 of the Standard Specifications, and the following:

Submittals The Contractor shall submit the names of the material suppliers, shop drawings and certificates of compliance to the Engineer for approval prior to ordering any materials.

Product A manual air release valve assembly shall be installed at the location as required by the Engineer or the City of Lowell. Air release valve assemblies shall be used to expel air as the water main is filled with water and shall be shut after all air has been expelled, as well as to remove air from water main when pipe is in service. Air release valve assemblies shall also be used to allow air to enter the water main to aid in the draining of that main when it is shut down.

The construction of the air release valve shall be a cast iron body and cover with stainless steel floats and trim with synthetic seating.

The air release valve shall be 1 inch diameter at the inlet and ½- inch diameter at the outlet. The valve shall be capable of expelling air at a rate of 12 cubic feet per minute of free air. The valve shall measure 7 inches in height and be 6 inches wide with a total weight of 12 pounds. The maximum operating pressure shall be 350 psi.

The air release valve shall be insulated by means of a 12-inch diameter pipe 12 inches in height placed over the air valve with 2 inches urethane insulation placed completely around and on top of the air valve.

It is anticipated that the proposed air release valve will be installed below the bridge. The proposed valve and assembly shall be sufficiently insulated to avoid freezing.

An air release valve shall consist of a corporation stop and cap located at the 12 o’clock position on the water main. The corporation stop shall be all bronze construction with a lapped, ground key. The inlet thread shall be of the steep taper type. Outlet connections shall be suitable for polyethylene (PE) tubing service.

Taps for air valves shall be made vertically plumb and shall remain that way during the setting of the valve box and backfilling.

A00801 - 91 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 379.1 (Continued)

Each air valve assembly, including corporation, ball valve and elbow, horizontal support brackets shall be insulated to match the pipe jacketing. The assembly shall be accessible from the side of the bridge and shall not penetration the bridge deck.

An air valve and vent pipe shall be installed at the location as directed by the Engineer or the City of Lowell. Air release valve assemblies shall be used to expel air as the water main is being filled or as part of system maintenance.

Method of Measurement and Basis of Payment Item 379.1 will be measured and paid for at the contract unit price per Each installed unit, complete in place, which price shall include all labor, materials equipment and incidental costs required to complete the work as required by the Engineer and the City of Lowell.

Corporation stops, fittings, polyethylene tubing, insulation and extension arms for surface access shall be incidental to Item 379.1.

ITEM 415. PAVEMENT MICROMILLING SQUARE YARD

All references to Section 130 Pavement Milling within Section 450 Hot Mix Asphalt Pavement shall be replaced by Item 415 Pavement Micromilling.

Description

415.20 General. This work shall consist of micromilling and removal of existing Hot Mix Asphalt (HMA) pavement courses from the project by the Contractor. Micromilling shall be performed in conformity with the approved QC Plan. The Contractor shall present and discuss in sufficient detail the Quality Control information and activities related to milling at the Construction Quality Meeting required under Section 450. Unless otherwise specified, the milled material shall become the property of the Contractor.

Construction Procedures

415.60 General. All construction procedures under Pavement Micromilling shall also conform to any of the following relevant provisions of Pavement Milling:

A00801 - 92 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 415. (Continued)

Milling Equipment Requirements. The milling equipment shall be self-propelled with sufficient power, traction, and stability to remove the existing HMA pavement to the specified depth and cross-slope. The milling machine shall be capable of operating at a minimum speed of 10 feet (3 meters) per minute, designed so that the operator can at all times observe the milling operation without leaving the control area of the machine, and equipped with the following: (a) A built in automatic grade control system that can control the longitudinal profile and the transverse cross-slope to produce the specified results. (b) Longitudinal controls capable of operating from any longitudinal grade reference, including string line, 30 foot (10 meter) ski minimum, 30 foot (10 meter) mobile string line minimum, or a matching shoe. (c) The transverse controls shall have an automatic system for controlling cross-slope at a given rate. (d) Cutting heads able to provide a minimum 6 foot (2 meter) cutting width and a 0 to 4 inch (0 to 100 mm) deep cut in one pass. The teeth on the revolving cutting drum must be continually maintained and shall be replaced as warranted to provide a uniform pavement texture. (e) An integral pickup and conveying device to immediately remove milled material from the roadway and discharge the millings into a truck, all in one operation. (f) All necessary safety devices such as reflectors, headlights, taillights, flashing lights and back up signals so as to operate safely in both day and night. (g) A means of effectively limiting the amount of dust escaping from the milling and removal operation in accordance with local, State, and Federal air pollution control laws and regulations.

When milling smaller areas or areas where it is impractical to use the above described equipment, the use of a smaller or lesser-equipped milling machine may be permitted when approved by the Engineer.

Sweeper Equipment Requirements. The Contractor shall provide a sufficient number of mechanical sweepers to ensure that the milled surface is free of millings and debris at the end of each day’s milling operations. Each sweeper shall be equipped with a water tank, spray assembly to control dust, a pick-up broom, a dual gutter broom, and a dirt hopper. The sweepers shall be capable of removing millings and loose debris from the textured pavement.

Milling Operations. The milling operations shall be scheduled to minimize the duration and placement of traffic on the milled surface. The milling operations shall not proceed more than 3 miles ahead of the paving operations. Under no circumstances shall the milled surface be left exposed to traffic for a period exceeding seven days. The Engineer may allow the Contractorto adjust the above limitations on milling production when necessary.

A00801 - 93 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 415. (Continued)

The Contractor shall coordinate milling and paving operations to minimize the exposure of milled surfaces to traffic. The Contractor shall ensure that milled surfaces are overlaid in a timely manner to avoid damage to the pavement structure. Any damage to the pavement structure resulting from extended exposure of the milled surface to traffic shall be repaired as directed by the Engineer at the Contractor’s expense.

The existing pavement shall be removed to the average depth shown on the plans, in a manner that will restore the pavement surface to a uniform cross-section and longitudinal profile. The longitudinal profile of the milled surface shall be established using a 30 foot (10 meter) mobile ski, mobile string line, or stationary string line. The cross-slope of the milled surface shall be established by a second sensing device or by an automatic cross-slope control mechanism. The Contractorwill be responsible for providing all grades necessary to remove the material to the proper line, grade, cross section, superelevation, and transitions shown on the plans or as directed by the Engineer. The requirement for automatic grade or slope controls may be waived by the Engineer in locations warranted by the situation, including intersections and closely confined areas.

The Engineer may adjust the average milling depth specified on the plans by ± 3/4” (± 20mm) during each milling pass at no additional payment to minimize delamination of the underlying pavement course or to otherwise provide a more stable surface. If delamination or exposure of concrete occurs when milling a HMA pavement course from an underlying Portland Cement Concrete (PCC) pavement, the Contractor shall cease milling operations and consult the Engineer to determine whether to reduce the milling depth or make other adjustments to the operation.

Protection of Inlets and Utilities. Throughout the milling operation, protection shall be provided around existing catch basin inlets, manholes, utility valve boxes, and any similar structures. Any damage to such structures as a result of the milling operation is the Contractor’s responsibility and shall be repaired at the Contractor’s expense. To prevent the infiltration of milled material into the storm sewer system the Contractor shall take special care to prevent the milled material from falling into the inlet openings or inlet grates. Any milled material that falls into inlet openings or inlet grates shall be removed at the Contractor’s expense.

Vertical Faces. All permanent limits of the milled area shall be sawcut or otherwise neatly cut by mechanical means to provide a clean and sound vertical face. No vertical faces, transverse or longitudinal, shall be left exposed to traffic. If any vertical face is formed in an area exposed to traffic a temporary paved transition with a maximum 12:1 slope shall be established. If the milling machine is used to temporarily transition the milled pavement surface to the existing pavement surface, the temporary transition shall be constructed at a maximum 12:1 slope.

A00801 - 94 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 415. (Continued)

Opening to Traffic. Prior to opening a milled area to traffic, the milled surface shall be thoroughly swept with a mechanical sweeper to remove all remaining millings and dust. This operation shall be conducted in a manner so as to minimize the potential for creation of a traffic hazard and to comply with local, State, and Federal air pollution control laws and regulations. Any damage to vehicular traffic as a result of milled material becoming airborne is the responsibility of the Contractorand shall be repaired at the Contractor’s expense. Temporary pavement markings shall be placed in accordance with the provisions of Subsection 850.64.

Milled Surface Inspection. The milled surface shall provide a satisfactory riding surface with a uniform textured appearance. The milled surface shall be free from gouges, excessive longitudinal grooves and ridges, oil film, and other imperfections that are a result of defective equipment, non-uniform milling teeth, improper use of equipment, or otherwise poor workmanship. Any unsatisfactory surfaces produced shall be corrected by remilling at the Contractor’s expense and to the satisfaction of the Engineer.

The Contractor shall perform Quality Control inspection of all work items addressed as specified in the table below. Inspection activities during milling of HMA pavement may be performed by qualified Production personnel (e.g. Skilled Laborers, Foremen, Superintendents). However, the Contractor’s QC personnel shall have overall responsibility for QC inspection. The Contractor shall not rely on the results of Department Acceptance inspection for Quality Control purposes. The Engineer shall be provided the opportunity to monitor and witness all QC inspection.

The milled surface of each travel lane shall be divided into longitudinal Sublots of 500 feet (150 meters). The Contractor shall perform a minimum of one random QC measurement within each Sublot with a 10 foot (3 meter) straightedge in the transverse direction across the milled surface. Additional selective QC measurements within each Sublot will be performed as deemed necessary by the QC personnel. All QC inspection results shall be recorded on NETTCP Inspection Report Forms. The Engineer will also randomly inspect a minimum of 25% of the Sublots. The Contractor shall perform surface texture measurements with a 10 foot (3 meter) straightedge in the transverse direction across the milled surface. The milled surface shall have a texture such that the variation from the edge of the straightedge to the top of ridges between any two ridge contact points shall not exceed 1/8 inch (3 mm). The difference in height from the top of any ridge to the bottom of the groove adjacent to that ridge shall not exceed 1/16” (1.6 mm). Any point in the surface not meeting these requirements shall be corrected as directed by the Engineer at the Contractor’s expense.

In isolated areas where surface delamination between existing HMA layers or a surface delamination of HMA on Portland Cement Concrete causes a non-uniform texture to occur, the straightedge surface measurement requirements stated in the preceding paragraph may be waived, subject to the approval of the Engineer.

A00801 - 95 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 415. (Continued)

Minimum QC Inspection of Milling Operations

Inspection Items Inspected Minimum Point of Inspection Component Inspection Inspection Method Frequency Equipment As specified in Per QC Plan Per QC Plan Per QC Plan QC Plan Environmental Protection of Per QC Plan Existing Surface Visual Check Conditions Inlets & Utilities Removal of Per QC Plan Milled Surface Visual Check Millings & Dust Workmanship Milling Depth Per QC Plan Milled Surface Check Measurement Cross-Slope & Per QC Plan Milled Surface Check Profile Measurement Milled Surface Per QC Plan Milled Surface Visual Check Texture Milled Surface Once per 500 Milled Surface 10 foot (3 meter) Roughness feet(150 meters) per Subsection standard per milled lane 410.67 straightedge Sawcut Limit Per QC Plan Sawcut Limits Visual Check Vertical Face

415.61 Micromilling Equipment Requirements. The micromilling machine shall be equipped with a drum specifically designed to provide the surface specified below.

415.62 Control Strip. The Contractor shall micromill a control strip. The control strip shall be 500 feet minimum in length with a uniformly textured surface and cross slope, as approved by the Engineer.

The micromilled surface of the control strip shall provide a satisfactory riding surface with a uniform textured appearance. The micromilled surface shall be free from gouges, excessive longitudinal grooves and ridges, oil film, and other imperfections that are a result of defective equipment, non-uniform milling teeth, improper use of equipment, or otherwise poor workmanship. Any unsatisfactory surfaces produced in the control strip shall be corrected by additional micromilling at the Contractor’s expense and to the satisfaction of the Engineer.

The micromilled pavement surface shall have a transverse pattern of 0.2 – 0.3 inch center to center of each strike area. The Contractor shall perform surface texture measurements with a 10 foot (3 meter) straightedge in the transverse direction across the milled surface. The milled surface shall have a texture such that the variation from the edge of the straightedge to the top of ridges between any two ridge contact points shall not exceed 1/8 inch (3 mm). The difference in height from the top of any ridge to the bottom of the groove adjacent to that ridge shall not exceed 1/16” (1.6 mm). Any point in the surface not meeting these requirements shall be corrected as directed by the Engineer at the Contractor’s expense. A00801 - 96 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 415. (Continued)

415.67 Micromilled Surface Inspection. The Contractor shall perform Quality Control inspection of all work items addressed under Section 415. The Contractor shall not rely on the results of Department Acceptance inspection for Quality Control purposes.

The micromilled surface shall meet the requirements of 415.62.

Compensation

415.80 Method of Measurement. Micromilling - Micromilling will be measured for payment by the number of square yards (square meters) of area from which the milling of existing HMA pavement has been completed and the work accepted. No area deductions will be made for minor unmilled areas such as catch basin inlets, manholes, utility boxes and any similar utility structures.

415.81 Basis of Payment. Micromilling - Micromilling, removal and disposal of existing HMA pavement will be paid for at the contract unit price per square yard (square meter). This price shall include all equipment, tools, labor, and materials incidental thereto. No additional payments will be made for multiple passes with the milling machine to remove the existing HMA surface to the grade specified.

No separate payments will be made for: performing handwork removal of existing pavement and providing protection around catch basin inlets, manholes, utility valve boxes and any similar structures; repairing surface defects as a result of the Contractor’s negligence; providing protection to underground utilities from the vibration of the milling operation; sawcutting micromilled limits; installing and removing any temporary transition; removing and disposing of millings; furnishing a sweeper and sweeping after milling. The costs for these items shall be included in the contract unit price for Pay Item 415., Pavement Micromilling.

415.82 Payment Items. 415. Pavement Micromilling Square Yard

A00801 - 97 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 450.90 CONTRACTORQUALITY CONTROL TON ITEM 451. HMA FOR PATCHING TON ITEM 452. ASPHALT EMULSION FOR TACK COAT GALLON ITEM 453. HMA JOINT SEALANT FOOT ITEM 455.22 SUPERPAVE SURFACE COURSE - 9.5 (SSC - 9.5) TON ITEM 455.23 SUPERPAVE SURFACE COURSE - 12.5 (SSC - 12.5) TON ITEM 455.31 SUPERPAVE INTERMEDIATE COURSE - 12.5 (SIC - 12.5) TON ITEM 455.32 SUPERPAVE INTERMEDIATE COURSE - 19.0 (SIC - 19.0) TON ITEM 455.42 SUPERPAVE BASE COURSE - 37.5 (SBC - 37.5) TON ITEM 455.60 SUPERPAVE BRIDGE SURFACE COURSE - 9.5 (SSC-B - 9.5) TON ITEM 455.70 SUPERPAVE BRIDGE PROTECTIVE COURSE - 9.5 (SPC-B - 9.5) TON

Work under these Items shall conform to the relevant provisions of Document 00717 SUPERPAVE REQUIREMENTS contained herein and the following:

The estimated traffic level to be used for Superpave HMA mixture designs for this contract, expressed in Equivalent Single Axle Loads (ESALs) for the design travel lane over a twenty year period is a level 2, 0.3 to 3.0 million (18 kip) ESALs is as follows:

Central Street Bridge (No.L-15-035) over Merrimack Canal – 2.24 Million 18-kip (80-kn) ESALs. Merrimack Street Bridge (No.L-15-046) over Merrimack Canal – 1.30 Million 18-kip (80-kn) ESALs. Merrimack Street Bridge (No.L-15-047) over Western Canal – 0.99 Million 18-kip (80-kn) ESALs. Pawtucket Street Bridge (No.L-15-049) over Northern Canal – 1.71 Million 18-kip (80-kn) ESALs. Pawtucket Street Bridge (No.L-15-050) over Pawtucket Canal – 0.91 Million 18-kip (80-kn) ESALs.

The Asphalt Binder used for all HMA mixtures under this contract shall comply with the requirements of Subsection 450.48. The PGAB Grade selected for this Contract is PG64E-28.

The emulsion under this specification shall be Grade RS-1h and shall meet the requirements of AASHTO M 140.

All required sawcutting in the existing pavement in accordance with Sections 450 and 455 (Document 00717) will be included in the contract unit price for each HMA pavement course, except sawcutting asphalt pavement for box widening which will be paid under Item 482.5.

A00801 - 98 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 450.90 through ITEM 455.70 (Continued)

Warm-Mix Asphalt Additive All Hot Mix Asphalt mixtures shall be modified using a WMA additive capable of lowering plant production temperatures of unmodified binders to below 260°F. The WMA additive shall be a product listed on the Northeast Asphalt User Producer Group (NEAUPG) website (http://www.neaupg.uconn.edu/?attachment_id=345), except that no WMA foaming technology which requires the mechanical injection of steam or water into the liquid asphalt will be permitted.

For HMA mixtures placed on Bridge decks, the WMA additives shall serve as a compaction aide. Mixture production temperatures shall not be lowered for HMA placed on bridge decks.

The WMA additive must be compatible with polyphosphoric acid modified binders, polymer modified binders, and the HMA Producer’s HMA anti-stripping agents. The WMA additive shall be introduced in accordance with the Manufacturer’s dosing rates and approved blending methods. The Manufacturer of the WMA additive shall have an on-site representative at the beginning of paving operations. The Manufacturer’s representative shall be available for additional consultation during the remaining production.

Work shall conform to the provisions of Sections 450 and 455. The WMA mixture design shall incorporate the requirements of AASHTO R35 Appendix X2: Special Mixture Design Considerations and Practices for Warm Mix Asphalt (WMA).

When the asphalt binder is modified with the WMA additive at the HMA plant, all WMA additive equipment shall be fully automated and integrated into the plant controls and shall record actual dosage rates on the plant printouts.

The HMA QC Plan shall provide mixture production and placement alterations due to the WMA additive and shall incorporate the modification of asphalt binders when the WMA additive is blended with the asphalt binder at the plant. This plan shall specifically address WMA metering requirements, tolerances and other QC measures.

All costs including the WMA additive, equipment, labor, Manufacturer’s representative, production of samples and incidental costs required to modify the HMA shall be incidental to the associated HMA pay items with no additional compensation.

A00801 - 99 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 457.1 SUPERPAVE WATERPROOFING SURFACE COURSE(SSC-W-9.5) TON

Work under this Item shall conform to the relevant provisions of Document 00714 SUPERPAVE WATERPROOFING SURFACE COURSE contained herein.

ITEM 580. CURB REMOVED AND RESET FOOT

The work performed under this Item shall conform to the relevant provisions of Section 580 and the following.

The work consists of excavating a trench of sufficient width and depth to expose the existing curb, removing and resetting loose or misaligned curb in locations directed by the Engineer.

Bridge curb shall be reset in a fresh bed of cement mortar to match the proposed line and grade. Curb lengths broken due to the Contractor's negligence shall be replaced at the Contractor's expense with new 6" x 13" VA-4 granite curb.

Method of Measurement Item 580. will be the measured per Foot of curb removed and reset.

Basis of Payment Item 580. will be paid for at the Contract unit price per Foot, which price shall include all labor, materials, equipment, and incidental costs required to complete the work.

Excavation and bedding concrete shall be considered incidental to Item 580.

A00801 - 100 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 593. EDGING REMOVED AND STACKED FOOT

Work performed under these items shall conform to the relevant provisions of Section 580 of the Standard Specifications, and the following:

The work shall consist of the removing existing curb deemed satisfactory by the Engineer but not required for resetting on this Project, and carefully stacking temporarily in a stockpile on the site for removal by the City of Lowell.

The Contractoris responsible for the protection of the curbing until final acceptance of the work or sixty (60) days from the time that a certified notice, with copy to the Engineer, is sent by Contractorto the City.

Any curbing damaged through lack of protection or carelessness on the part of the Contractor shall be replaced by the Contractorat his/her own expense.

Method of Measurement and Basis of Payment Item 593. will be measured as specified per Subsection 580.80.

Item 593. Will be paid for as specified per Subsection 580.81. This price shall be the length of curb and edging actually removed. Payment shall be the bid price per unit and shall be compensation for all labor, tools, materials, equipment and stacking required to complete the work to the satisfaction of the Engineer.

A00801 - 101 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 655.048 48 INCH CEDAR PICKET FENCE FOOT

The work under this item shall conform to the relevant provisions of Section 600 of the Standard Specifications and the following:

Work under this item shall consist of furnishing and installing a prefabricated 48” wooden cedar picket fence at locations shown on the plans and as required by the Engineer.

Fence construction and installation shall conform to the installation procedure shown on the construction details. The work shall include all materials, labor and equipment necessary to complete the construction and erection of the Cedar Picket Fence.

The Contractor shall be responsible for field measurements and location of the wood fencing. Layout drawing(s) indicating post locations and section lengths shall be submitted to the Engineer for review and approval, prior to fabrication.

The Contractor shall submit shop drawings and/or catalog cuts including details illustrating the fence height, sizes of posts, rails, sections and all appurtenances for approval, prior to fence fabrication.

Material Wood fence posts shall be Northern White Cedar Lumber, or other approved species. Wood Pickets and rails to be Number 1 Cedar. Wood shall be marked to indicate the wood grade standard. All hardware shall be stainless steel or galvanized.

Fencing shall be 4 feet in height, selected for strength and decay resistance in its intended use. All wood shall be debarked. Wood members shall be sized for the sufficient strength.

Screws shall be high quality grade, of the type commonly used for its intended purpose. Nail screws shall be sized for long-life holding power and to prevent splitting wood members.

Fencing shall be produced by a manufacturer familiar for producing wood fence products of this type.

Construction Methods The Contractor shall install posts and fence elements so that they are set plumb in excavated holes backfilled with gravel, unless otherwise directed by the Engineer.

All wood members should be evenly sized within range of approximate limits, uniform and straight. Post tops shall be shaped into blunt curved end. A prefabricated picket fence system is required. Backing rails shall be shaped to provide flattened surface for picket attachment. Members shall be installed to form a sturdy, Picket-type visual screen.

A00801 - 102 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 655.048 (Continued)

The lines of the fence shall follow the fence lines as indicated on the drawings. Tops and bottoms shall be installed straight and level, stepped to any grade. All sections shall be plumb and straight.

Posts and pickets shall be installed plumb and parallel to each other. Rails shall be installed perpendicular to posts and evenly spaced.

Fence posts shall be evenly spaced approximately 8 feet on center and buried to a minimum depth of 2’-10”, and as necessary to accommodate any changes in grade. The earth shall be properly compacted around posts for firm support. If unsuitable soil conditions occur such as rock, ledge and peat, notify the Engineer for an acceptable alternate post setting customary in the trade.

Method of Measurement Item 655.048 will be measured for payment by the foot along the top rail from center to center of end posts, complete in place.

Basis of Payment Item 655.048 will be paid for at the Contract unit price per foot, which price shall include all labor, materials, equipment, and incidental costs required to complete the work.

Line posts, end posts, bracing, excavation and backfill of post holes, gravel borrow for post foundations, concrete footing, if required, and hardware shall be incidental to Item 655.048.

ITEM 657. TEMPORARY FENCE FOOT ITEM 657.5 TEMPORARY FENCE REMOVED AND RESET FOOT

The work under these items shall conform to the relevant provisions of Section 644 of the Standard Specifications and the following:

The work shall include the installation, removal and resetting of a temporary chain link fence as shown on the plans, or as required by the Engineer, and/or the City of Lowell.

The Contractor shall erect a temporary fence completely securing the bridge area from pedestrian access for the duration of the project, particularly when construction activities have ceased for nights and weekends. The location of the fence shall be as shown on the plans and approved by the Engineer.

The temporary fence shall be chain link and shall meet the requirements of the Standard Specifications and the Construction Standards, except the material need not be new. Gates shall be used at all locations that are to be opened on a regular basis. The temporary fence shall be chain link, at least six (6) feet in height, and of any type acceptable to the Engineer. All posts shall be driven into the ground and be firmly supported, and gates shall be locked at all times when there are no construction or watch personnel in attendance.

A00801 - 103 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 657. and ITEM 657.5 (Continued)

The temporary fence, where used along pedestrian paths of travel, shall include pedestrian channelizing devices as shown on plans. All pedestrian channelizing devices shall be in accordance with Figure Ped-4 in the MassDOT Standard Details and Drawings for the Development of Temporary Traffic Control Devices.

Construction Methods The Contractor shall submit a plan to the Engineer indicating the locations and the amount of Temporary Fence that he anticipates he will install for the project. The methods of installation(s) and fence detail(s) shall also be submitted for approval by the Engineer.

The Contractor shall inspect the condition of temporary fence on a daily basis. Temporary fence that is damaged shall be promptly replaced.

Contractoris responsible for removing and disposing of the fence when it is no longer required.

Method of Measurement and Basis of Payment Item 657, will be measured and paid for at the contract unit price per Foot of fence installed and complete in place, which shall include all posts, gates, fasteners and/or clips, fence fabric and the necessary, excavation and equipment to complete the work to the satisfaction of the Engineer.

Item 657.5, will be measured per Foot of fence removed and reset as outlined in the Work Plan, as complying with the Standard Specifications, and as required by the Engineer. Final removal of the temporary fence shall be incidental to Item 657.5.

ITEM 690. STONE MASONRY WALL REMOVED AND REBUILT CUBIC YARD IN CEMENT MORTAR BRIDGE NO. L-15-050 (BWY)

Work under this Item shall conform to the relevant provisions of Section 690 of the Standard Specifications, the details of the stone masonry walls on the Contract Plans for Bridge No. L-15- 050 (BWY), and the following:

The work includes rebuilding sections of the walls as indicated on the Contract Plans that are to be removed and rebuilt, and as required by the Engineer.

Existing stone from the walls that are removed shall be carefully stored prior to reuse in the sections of the walls to be rebuilt.

This work also includes all necessary repurposing of existing stones (cutting, splitting, chipping) as necessary for the rebuilding of the stone walls as indicated on the contract Plans.

A00801 - 104 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 690. (Continued)

During rebuilding operations of the wall, the wall stones shall be constructed to match into the existing face of the walls that have been left in place. The front face batter shall match accordingly from existing to new wall. The new walls also shall not have any vertical joints full height, and vertical joints shall be staggered as directed by the Engineer, and in similar conformity to that of the existing wall.

Materials Mortar shall meet the requirements of Subsection M4.02.15 of the Supplemental Specifications dated July 1, 2015.

Method of Measurement and Basis of Payment Item 690. will be measured and paid at the contract unit price per Cubic Yard, complete in place and accepted. This price shall be considered full compensation for all labor, materials, equipment, and any incidentals necessary for the completion of the work.

ITEM 690.1 STONE MASONRY WALL REMOVED AND CUBIC YARD REBUILT DRY BRIDGE NO. L-15-049 (BX4)

Work under this Item shall conform to the relevant provisions of Section 690 of the Standard Specifications, the details of the stone masonry walls on the Contract Plans for Bridge L-15-049 (BX4), and the following:

The work includes removing and rebuilding the upper sections of the existing north abutment and wingwalls as directed by the Engineer.

This work also includes all necessary repurposing of the existing stones for the rebuilding of the stone walls such as, cutting, splitting, and chipping, as necessary,.

Existing stones from the upper portions of the north abutment and wingwalls that are removed shall be carefully stored prior for reuse in the sections of the walls to be rebuilt. As shown on the Contract Drawings all existing granite wingwall cornerstones for the northeast wingwall shall remain.

During rebuilding operations of the wall, the wall stones shall be constructed to match the existing face of the walls that have been left in place. The front face batter shall match accordingly from existing to new wall. The new walls also shall not have any vertical joints full height, and vertical joints shall be staggered as directed by the Engineer, and in similar conformity to that of the existing wall.

All granite block(s) removed that are not reincorporated into the final rebuilding the granite block walls shall become the property of the City of Lowell.

A00801 - 105 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 690.1 (Continued)

The Contractor shall coordinate the delivery of the granite block with Lowell-Department of Public Work (Contact Steve Benoit, 5 days prior to delivery). The Contractor shall be responsible for all loading, transportation, delivery, and unloading the granite blocks at the old Landfill located on Westford Street near Drum Hill.

Method of Measurement and Basis of Payment Item 690.1 will be measured and paid for at the contract unit price per Cubic Yard, complete in place and accepted. This price shall be full compensation for all labor, tools, equipment, and any incidentals necessary for the completion of the work.

Municipal coordination, loading, transporting, delivering, and unloading the granite blocks shall be incidental to Item 690.1.

ITEM 697.1 SILT SACK EACH

Work under this item shall conform to the relevant provisions of Sections 227 and 670 of the Standard Specifications and the following:

The work under this item includes the furnishing, installation, maintenance and removal of a reusable fabric sack to be installed in drainage structures for the protection of wetlands and other resource areas and the prevention of silt and sediment from the construction site from entering the storm water collection system. Devices shall be ACF Environmental (800)-448-3636; Reed & Graham, Inc. Geosynthetics (888)-381-0800; The BMP Store (800)-644-9223; or approved equal.

Construction Silt sacks shall be installed in retained existing and proposed catch basins and drop inlets within the project limits and as required by the Resident Engineer.

The silt sack shall be as manufactured to fit the opening of the drainage structure under regular flow conditions, and shall be mounted under the grate. The insert shall be secured from the surface such that the grate can be removed without the insert discharging into the structure. The filter material shall be installed and maintained in accordance with the manufacturer’s written literature and as directed by the Engineer.

Silt sacks shall remain in place until the placement of the pavement overlay or top course and the graded areas have become permanently stabilized by vegetative growth. All materials used for the filter fabric will become the property of the Contractorand shall be removed from the site.

The Contractor shall inspect the condition of silt sacks after each rainstorm and during major rain events. Silt sacks shall be cleaned periodically to remove and disposed of accumulated debris as required. Silt sacks, which become damaged during construction operations, shall be repaired or replaced immediately at no additional cost to the Department.

A00801 - 106 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 697.1 (Continued)

When emptying the silt sack, the Contractor shall take all due care to prevent sediment from entering the structure. Any silt or other debris found in the drainage system at the end of construction shall be removed at the Contractors expense. The silt and sediment from the silt sack shall be legally disposed of offsite. Under no condition shall silt and sediment from the insert be deposited on site and used in construction.

All curb openings shall be blocked to prevent stormwater from bypassing the device.

All debris accumulated in silt sacks shall be handled and disposed of as specified in Section 227 of the Standard Specifications

Method of Measurement and Basis of Payment Silt sacks will be measured and paid at the Contract unit price per each, complete in place, which price shall include all labor, materials, equipment and incidental costs required to complete the work. No separate payment will be made for removal and disposal of the sediment from the insert, but all costs in connection therewith shall be included in the Contract unit price bid.

ITEM 698.3 GEOTEXTILE FABRIC FOR SEPARATION SQUARE YARD ITEM 698.4 GEOTEXTILE FABRIC FOR PERMANENT SQUARE YARD EROSION CONTROL

The Work under these Items consists of furnishing and placing geotextile fabric for subsurface drainage, separation, and permanent erosion control at the locations and grades shown on the Plans or as required by the Engineer.

Materials

Geotextile Fabric for Separation shall conform to Subsection M9.50.0 the MassDOT Standard Specifications and AASHTO M 288, with property requirements per Table 3.

Geotextile Fabric for Permanent Erosion Control shall conform to Subsection M9.50.0 the MassDOT Standard Specification and AASHTO M 288, with property requirements per Table 5.

Submittals The Contractor shall submit the following to the Engineer for approval: Certificate stating the manufacturer, product name, style number, chemical composition of the filaments and other pertinent information to fully describe the geotextiles. Test results that show the geotextile meets the requirements of Material Subsection M9.50.0 and of the MassDOT Standard Specifications and AASHTO M 288.

A00801 - 107 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 698.3 and ITEM 698.4 (Continued)

Construction Methods Geotextile for Subsurface Drainage, Separation, and Permanent Erosion Control shall be installed according to the manufacturer’s instructions and in reasonable close conformity with the location, lines and grades indicated on the Plans.

Any section of fabric that is damaged shall be repaired in accordance with the Manufacturer’s requirements and AASHTO M 288 and to the satisfaction of the Engineer or it shall be replaced at the cost of the Contractor.

Method of Measurement and Basis of Payment Item 698.3 and Item 698.4 will be measured for payment per Square Yard of geotextile fabric furnished and installed at the locations shown on the Plans, in accordance with these specifications, and as requried by the Engineer.

Seam overlap and joints shall be measured as one layer of fabric. Any embedment or wrapping at the toe or top of the slope shall be measured for payment.

Item 698.3 and Item 698.4 will be be paid for at the contract bid price per Square Yard of fabric, furnished and installed, respectively, complete in place. The price so shall be full compensation for furnishing and installing geotextile fabric, all miscellaneous associated assembly materials, and all other labor, equipment, material, and incidentals necessary to complete the work as specified and as directed by the Engineer.

ITEM 701.01 SCORED CEMENT CONCRETE SIDEWALK SQUARE YARD

Work under this item shall conform to the relevant provisions of Section 701 of the Standard Specifications and the following:

Scoring patterns for Scored Cement Concrete Sidewalk shall be as shown on the plans & details or if not shown, they shall match the scored pattern on the existing sidewalk. Scoring shall not be saw cut, hand trowling is required.

Samples The Contractor shall construct an 8’ by 20’ long sample Scored Concrete Sidewalk section including at least one expansion joint. Sample shall be approved by the Engineer prior to sidewalk construction under these items. A second panel shall be provided if the first is not accepted by the Engineer and shall be constructed at the direction of the Engineer. Upon acceptance, the sample panel shall be included as part of the final concrete sidewalk.

Method of Measurement Item 701.01 will be measured for payment per square yard, complete in place.

Basis of Payment Item 701.01 will be paid at the respective Contract unit price bid per square yard, which price shall include all labor, material, equipment and incidental costs required to complete the work.

A00801 - 108 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 703. HOT MIX ASPHALT DRIVEWAY TON

The work under this Item shall conform to the relevant provisions of Section 701, and Sections 450 and 455 of Document 00717 and to the following:

The surface course shall be a compacted thickness of 1.75 inches Superpave Surface Course - 9.5 (SSC-9.5). The intermediate course shall be a compacted thickness of 1.75 inches Superpave Intermediate Course - 12.5 (SIC–12.5).

All Superpave HMA mixtures under this item shall be either 50 or 65 gyration mixtures. This item shall not be subject to the Quality Assurance requirements of Section 450 Hot Mix Asphalt Pavement.

Existing pavements shall be sawcut in accordance with the requirements of Subsection 450.57 as shown on the plans and as required by the Engineer.

Warm-Mix Asphalt Additive All Hot Mix Asphalt mixtures shall be modified using a WMA additive capable of lowering plant production temperatures of unmodified binders to below 260°F. The WMA additive shall be a product listed on the Northeast Asphalt User Producer Group (NEAUPG) website (http://www.neaupg.uconn.edu/?attachment_id=345), except that no WMA foaming technology which requires the mechanical injection of steam or water into the liquid asphalt will be permitted.

The WMA additive must be compatible with polyphosphoric acid modified binders, polymer modified binders, and the HMA Producer’s HMA anti-stripping agents. The WMA additive shall be introduced in accordance with the Manufacturer’s dosing rates and approved blending methods. The Manufacturer of the WMA additive shall have an on-site representative at the beginning of paving operations. The Manufacturer’s representative shall be available for additional consultation during the remaining production.

Work shall conform to the provisions of Sections 450 and 455. The WMA mixture design shall incorporate the requirements of AASHTO R35 Appendix X2: Special Mixture Design Considerations and Practices for Warm Mix Asphalt (WMA).

When the asphalt binder is modified with the WMA additive at the HMA plant, all WMA additive equipment shall be fully automated and integrated into the plant controls and shall record actual dosage rates on the plant printouts.

Method of Measurement and Basis of Payment Item 703.will be measured and paid as per Subsections 701.80 and 701.81 including all sawcutting.

All costs including the WMA additive, equipment, labor, Manufacturer’s representative, production of samples and incidental costs required to modify the HMA shall be incidental to this item with no additional compensation.

A00801 - 109 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 706.1 BRICK WALK REMOVED AND RELAID SQUARE YARD

Work under this item shall include removing and resetting existing brick pavers in areas where the existing bricks will be disturbed or regraded as shown on the plans or as directed by the Engineer.

Samples and Submittals The Contractor shall provide new pavers as detailed and specified in this section and in quantities as indicated within the Drawings. The Contractor shall submit shop drawings, material descriptions, certified test results, and manufacturer’s colorant product information for brick pavers as applicable to the Engineer for approval.

The Contractor shall submit at least (5) units of each brick paver to the Engineer to indicate each shape, size and color to be supplied. Instances where the color selection is a blend, a sample consisting of no less than (12) units shall be submitted to indicate the color and range.

The Contractor shall construct a minimum12 square foot sample panel of brick paver edging for review and approval by the Engineer. The sample panel shall include a base course, setting bed, and, if applicable, granite curb. The Contractor shall have the sample panel constructed a minimum of 30 days prior to the scheduled date for installation of brick pavers.

Additional sample panels may be required until a panel is decided upon and accepted by the Engineer. Sample panel shall be constructed in conjunction with concrete sidewalk sample panel (if applicable). Final construction shall match approved samples. Upon acceptance, the sample panel shall be included as part of the final sidewalk.

The Contractor shall also submit: product data, maintenance data, samples and shop drawings for all products, including: Brick Pavers, and Polymeric Sand Plastic Edge Restraint

Quality Assurance Maintain quality control of all batching, coloring, and forming of all units, supplemental unit parts, and in the delivery of said units.

All manufacturers shall have a minimum of five (5) years in producing brick pavers.

Manufacturer shall submit a list at least three (3) sites within a one hundred (100) mile radius of where their product has been installed and has been in use for minimum of one (1) year.

All pavers shall conform to standards defined by ASTM: American Society for Testing and Materials with relation to requirements of materials and their performance standards.

Units shall be free of cracks, chips, scratches and any other defect at the time of delivery. All units shall be placed in a storage area, protected from damage prior to and during transit to the Owner’s or Contractor’s site.

Edging Material shall meet minimum requirements based on the Stork Method.

A00801 - 110 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 706.1 (Continued)

Delivery, Handling, and Storage Deliver pavers to the site in steel banded, plastic banded, or plastic wrapped cubes capable of transfer by fork lift or clamp lift, with manufacturer’s name and product brand. Store all materials in dry locations, protected from weather, stored off the ground, and secured on-site. Polymeric sand shall be covered with waterproof covering to prevent exposure to rainfall or removal by wind. The covering shall be secured in place.

Materials

Brick Pavers – Removed and Replaced The existing pavers shall be reused to the extent practical. If units need to be replaced, supply brick paver units that match the existing pavers.

Brick Pavers - Proposed The following brick paver manufacturers shall be one of the following or approved equal: • Unilock: Holland stone paver “Rustic” blended color • Hanover: Traditional Prest Brick Red/Charcoal Blend, with Natural finish • Belgard: Holland Stone, Classic Paver Blended Red color • An approved equal

The brick pavers shall meet or exceed North American industry standards, including the requirements of ASTM Specifications C 936-96 for Solid Concrete Interlocking Paving Stones and C-979 Specification for Pigments for Integrally Colored Concrete.

Nominal Size/Coverage: 8 inch x 4 inch Thickness: 2 ¼ inch minimum (3 1/8 inch in driveways) Compressive Strength: 8500 psi minimum Water Absorption: 5% Maximum Freeze/Thaw: No Effect Slip resistance: Excellent to ADA Color: Blended Red

A00801 - 111 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 706.1 (Continued)

The Bedding and Joint Sand, also called polymeric sand, shall be clean, non-plastic, and free from deleterious or foreign matter. The sand shall be natural or manufactured from crushed rock. Grading of samples shall be done according to ASTM C136. The particles shall be sharp and conform to the grading requirements of ASTM C33 as shown below:

Grading Requirements for Bedding and Joint Sand Sieve Size Percent Passing 3/8 in 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10

Sand Setting Bed Polymeric sand shall be spread and thoroughly tamped true to the finished plane and grade.

Plastic Edging Edging shall be rigid style for straight runs and gradual curves. Flexible style edging shall be used for sweeping and tight radius curves with the flexibility to create a radius as small as 24". Height shall be a minimum of 1 5/8".

Connection pieces shall provide complete end-to-end contact on all pavement-facing edges without piece to piece lippage. Connection devices shall extend beyond splice at least 2" in each direction from splice.

Edging shall be anchored with 10" long by 3/8" diameter steel landscape spikes. Maximum spike spacing for rigid style edging shall be 24" and maximum spike spacing for flexible style edging shall be 12".

Deformation Rigid style: Maximum Deformation = 0.0044" (0.112 mm)

Flexible style: Maximum Deformation = 0.0154" (0.4 mm)

Load Rigid style: Minimum Load = 252 pounds force (1.1214 kilonewton)

Flexible style: Minimum Load = 230 pounds force (1.0235 kilonewton)

A00801 - 112 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 706.1 (Continued)

Construction Methods

In Sidewalk - Set on Gravel Gravel borrow base shall be furnished and placed under requirements of Section 151 of the Standard Specifications, and the sections and elevations shown on the Drawings.

Dense graded crushed stone shall be furnished and placed under requirements of Section 402, of the Standard Specifications, and the sections and elevations shown on the Drawings.

The setting bed for the pavers shall be polymeric sand as noted on the Drawings over the dense graded crushed stone. Spread the polymeric sand setting bed evenly over the base and screed to thickness noted on the Drawings.

Place edging on compacted base. Where edging is required, edging shall not be installed on top of the bedding layer. Spike rigid style edging using predrilled holes, with a maximum spacing of 24" between spikes. Spike placement may be placed through the back if needed. Install flexible style edging with a maximum spacing between spikes of 12". Connect additional sections of edging as needed.

Install Pavers Lay the pavers in the patterns as shown on the drawings. Patterns include: Running Bond; Herringbone, and Soldier Course. Maintain straight and uniform pattern lines. Lay out the width of the brick paver field prior to forming adjacent concrete or setting granite curbs that form the brick paver edges in order to lay full width courses of bricks without cutting or trimming. Coursing shall be laid out so that at end conditions of paver panels, pavers will not have to be cut to a length less than 2 inches. Pavers shall be cut with a masonry saw. Minimum size of cut paver shall be half the width and length. No slivers will be accepted.

The pavers shall be hand placed paving units set with 1/8 inch joints. Joint abutting granite curb shall be ¼” max. Mechanically vibrate pavers to uniform and true level to finish grade flush with top of adjacent curb.

Polymeric sand shall only be added to joints when pavers are completely dry. All sand shall be swept from paver surface before the joint sand is watered in to avoid sand cementing to the paver surface. After initial joint sand application is watered in and pavers are completely dry, a second application of polymeric sand shall be swept into the joints to fill any remaining voids. After all sand has been removed from the paver surface the joints shall be watered thoroughly. Repeat as needed until all joints are completely filled. Clean all paver surfaces as needed.

Finished surface of pavers shall have a deviation of 3/8” or less over a 10’ length measured with a metal straight edge.

The complete paver surface shall be swept clean and washed down with water to provide a finished installation according to manufacturer’s recommendations. Any stains that occur during construction shall be removed prior to acceptance at no cost to the Owner.

A00801 - 113 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 706.1 (Continued)

Any damaged paving units found prior to project acceptance shall be removed. The paver replacement units shall match in color with adjacent units, at no additional cost to the Owner.

Method of Measurement and Basis of Payment Item 706.1 will be measured and paid for at the contract unit price per Square Yard, complete in place. This price shall include all labor, material, equipment and any incidentals required to complete the work.

Plastic waterstops edging, polymeric sand setting bed, and joint materials shall be incidental to Item 706.1.

Excavation shall be paid for under Item 120.

Gravel base shall be paid for under Item 151.

Fine Grading and Compacting shall be paid for under Item 170.

Dense Graded Crushed Stone shall be paid under Item 402.

Granite Curb, Granite Wall, and Granite Curb Corner Type A will be paid for under Items 504, 504.1, 509, and 509.1, respectively.

ITEM 707.15 PARK BENCH REMOVED AND RESET EACH

The work under this Item shall conform to the relevant provisions of Section 700, as shown on the drawings and the following:

The work shall include removing and resetting existing park benches. Re-installation locations shall be as shown on the drawings and as required by the Engineer.

Prior to removal, the Contractor shall determine whether an existing Park Bench foundation exists. For reinstallation, Contractor shall replicate existing foundation. The Contractor shall compact backfill material adequately to ensure that foundation is secure and to minimize post installation settlement of backfill material. The Contractor shall match existing or proposed surface treatment after reset of Park Bench.

Park Bench parts, materials, and hardware lost, damaged or otherwise made unsuitable for reuse while being removed, transported, stored or reset shall be replaced with new materials at no additional cost to the Owner.

Method of Measurement and Basis of Payment Item 707.15 will be measured and paid for at the contract unit price per Each bench removed and reset, complete in place. This price shall include all labor, materials, equipment and any incidentals required to complete the work.

A00801 - 114 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 707.8 STEEL BOLLARD EACH

The work under this item shall be performed according to the provisions of Section 707 and consists of installing new steel bollard, the necessary excavation, gravel backfill, and restoration of surfaces at the locations shown on the plans or as directed by the Engineer.

Method of Measurement and Basis of Payment Item 707.8 will be paid for a the contract unit price per Each, which price shall include all labor, materials, equipment and incidental costs required to complete the work.

ITEM 707.81 STEEL BOLLARDS REMOVED AND DISCARDED EACH

The work under this item shall consist of the removal and disposal of steel bollards and their foundations, in addition to, the site restoration of disturbed areas at locations indicated on the Contract Drawings.

The Contractor shall carefully remove bollards from their current location. Any existing foundations shall be removed and properly disposed of by the Contractor. Any areas disturbed from the Contractor’s operations shall be restored to their original condition.

Method of Measurement and Basis of Payment Item 707.81 will be measured and paid for at the contract unit per Each bollard removed and reset. This price shall be compensation for all labor, equipment, materials, and any incidentals necessary to complete the work.

Site restoration shall be incidental to Item 707.81.

ITEM 734. SIGN REMOVED AND RESET EACH

The work under this Item shall conform to the relevant provisions of Section 828 of the Standard Specifications and the following:

The Contractor shall carefully remove and reset at new locations all existing signs, attachment hardware and sign support posts not included under other sign Items as shown on the plans or as directed by the Engineer.

Signs, attachment hardware, and sign support posts lost, damaged or otherwise made unsuitable for reuse while being removed, transported, stored or reset shall be replaced with new materials.

New attachment hardware shall be furnished and installed as necessary to replace any missing or unusable existing hardware.

Method of Measurement and Basis of Payment Item 734. Will be measured and paid for at the contract unit price per Each sign removed and reset. This price shall include all labor, materials, equipment, and any incidental work necessary..

A00801 - 115 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 740. ENGINEERS FIELD OFFICE AND EQUIPMENT (TYPE A) MONTH

Work under this item shall conform to the relevant provisions of Section 740 and the following:

Three computer systems, printer system, and a digital camera meeting the requirements set forth below including installation, maintenance, power, paper, disks, and other supplies shall be provided at the Resident Engineer's Office:

All equipment shall be UL approved and Energy Star compliant.

The Computer System shall meet the following minimum criteria or better: Processor: Intel, 3.5 GHz System Memory (RAM): 8GB Hard Drive: 500GB Optical Drive: DVD-RW/DVD+RW/CD-RW/CD+RW Graphics Card: 4GB Card Reader: 6-in-1 Card Reader, 2 total USB 3.0, audio Network Adapter: 10/100 Mbit/s USB Ports: 6 USB 3.0 ports Keyboard: Generic Mouse: Optical mouse with scroll, MS-Mouse compliant OS: Windows Professional with all security updates Web Browser: Latest Internet Explorer with all security updates Applications: Latest MS Office Professional with all security updates Latest Adobe Acrobat Professional with all security updates Latest Autodesk AutoCAD LT Antivirus software with all current security updates maintained through the life of the contract. Monitor: 24" LED with built-in speakers, 1920 x 1200 max resolution Flash drives: 2 - 32GB USB 3.0 Internet access: High Speed (min. 24 mbps) internet access with wireless router.

The Multifunction Printer System shall meet the following minimum criteria or better: Color laser printer, fax, scanner, email and copier all in one with the following minimum capabilities: - Estimated volume 8,000 pages per month - 600 x 600 dpi capability - LCD touch panel display - 30 pages per minute print speed (color), - 50 page reversing automatic document feeder - 4 Paper Trays Standard (RADF) (not including the bypass tray) - Reduction/enlargement capability - Automatic duplexing - Ability to copy and print 11” x 17” paper size - Finisher with staple functions - email and network pc connectivity - Standard Ethernet. Print Controller - Microsoft and Apple compatibility - Scan documents to PDF, PC and USB - ability to overwrite latent images on hard drive - ability to print with authenticated access protection

The Contractor shall supply a maintenance contract for next day service, and all supplies (toner, staples, paper) necessary to meet estimated monthly usage.

A00801 - 116 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 740. (Continued)

A Digital Camera shall meet the following minimum criteria or better: Resolution: 12 Megapixel Optical Zoom: 5x Internal Memory Included: Yes Memory: 8 GB SD Card Screen: 3 inch Clear Photo LCD Min Operating Temperature: 14°F Max Depth of Water Resistant: 30feet Height of Shock Resistant: 5 feet Battery Power: 2 rechargeable batteries and a battery charger Carrying Case: Rain-proof with shoulder strap

The Engineer's Field Office and the equipment included herein including the computer system, printer and camera shall remain the property of the Contractorat the completion of the project. Disks, flash drives, and card readers with cards shall become the property of the Department.

Compensation for this work will be made at the contract unit price per month which price includes full compensation for all services and equipment, and incidentals necessary to provide equipment, maintenance, insurance as specified and as directed by the Engineer.

A00801 - 117 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 767.12 COMPOST FILTER TUBES FOOT

The work under this item shall conform to the relevant provisions of Section 751 and 767 of the Standard Specifications and the following:

This work shall include the furnishing and placement of a linear, compost-filled tube for the purpose of slowing the velocity of and filtering suspended sediments from storm water flow.

Materials Material for the filter tubes shall be compost meeting M1.06.0, except that no manure or bio- solids shall be used. In addition, no kiln-dried wood or construction debris shall be allowed. Particle size analysis: 98% shall pass through a 3 inch (75mm) sieve; 30-50% shall pass 3/8 inches (10mm) sieve.

Tubes for compost filters shall be a minimum of 12 inches (300 mm), a maximum of 18” (450mm) in diameter. Tube material shall be a knitted mesh with 1/8” - 3/8” (3-10 mm) openings and made of 100% biodegradable (cotton, hemp or jute) materials. Additional tubes shall be used at the direction of the Engineer.

Stakes for anchors, if required, shall be nominal 2 x 2 stakes.

Construction Methods Tubes of compost may be filled on site or shipped. Tubes shall be placed, filled and staked in place as required to ensure stability against water flows. All tubes shall be tamped to ensure continuous contact with the soil. Stakes shall not puncture compost tube fabric.

The Contractor shall ensure that the filter tubes function as intended at all times. Tubes shall be inspected after each rainfall and at least daily during prolonged rainfall. The Contractor shall immediately correct all deficiencies, including, but not limited, to washout, overtopping, clogging due to sediment, and erosion. The Contractor shall review location of tubes in areas where construction activity causes drainage runoff to ensure that the tubes are properly located for effectiveness. Where deficiencies exist, such as overtopping or wash-out, additional staking or compost material shall be installed as directed by the Engineer. Contractor shall remove sediment deposits as necessary to maintain the filters in working condition. The functional integrity of filter tubes shall be maintained in sound condition at all times. Filter tubes that are decomposing, cut, or otherwise compromised shall be repaired or replaced as directed by the Engineer and be incidental to this item. At specific locations, such as at gully points, steep slopes, or identified failure points in the sediment capture line, compost filter tube may be reinforced by either staked hay bales and/or silt fence at the direction of the Engineer. Such reinforcing shall be incidental to the cost of this item and shall not exceed 10 percent of the overall length of compost filter tube required for the project.

A00801 - 118 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 767.12 (Continued)

Stakes shall be removed by the Contractorwhen site conditions are sufficiently stable to prevent surface erosion, and after receiving permission to do so from the Engineer. Biodegradable fabric and material shall be left in place to decompose on-site unless directed otherwise by the Engineer in urban or residential locations. In those instances, the Contractor shall rake out compost so that it blends evenly and is no greater than 1-2 inches in depth on soil substrate. Raked compost shall then be seeded with a mix appropriate to the surrounding vegetation.

Method of Measurement and Basis of Payment Compost Filter Tubes will be measured for payment by the foot, installed, approved and maintained in place for the duration of the contract. Compost Filter Tubes will be paid for at the Contract unit price per foot which price shall include all labor equipment, materials and incidental costs required to complete the work.

ITEM 801.54 5 INCH ELECTRIC CONDUIT- EACH TYPE NM (4 BANK) (NGRID ELC.)

The work under this Item shall conform to the relevant provisions of Section 801 of the Standard Specifications and the following:

The work shall include furnishing and installing 5-inch FRE conduit for underground services as shown on the plans and as directed by the Engineer.

The conduit shall be placed between the galvanized steel sleeves at the abutments on the bridges and installed across the bridge. The galvanized steel sleeves shall be incidental to Item 801.54 and installed as shown on the plans and as required by the Engineer.

The term “4 Bank” does not govern the conduit configuration and strict attention by the contractor is required in order to determine the number of 5 INCH FRE conduit at each specific location.

Method of Measurement and Basis of Payment Item 801.54 will be measured and paid for at the contract unit price per Each conduit furnished and installed, complete in place. This price shall include all labor, materials, equipment, and any incidentals necessary to complete the work.

A00801 - 119 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 801.72 4 INCH FRE FIBERGLASS CONDUIT (8 BANK)(TELECOM) FOOT

The work under this Item shall conform to the relevant provisions of Section 801 of the Standard Specifications and the following:

The work shall include furnishing and installing a 4-inch FRE conduit for underground services as shown on the plans and as required by the Engineer.

The conduit shall be placed between the galvanized steel sleeves at the abutments on the bridges and installed across the bridge. The galvanized steel sleeves shall be incidental to Item 801.72 and installed as shown on the plans and as required by the Engineer. The term “8 Bank” does not govern the conduit configuration and strict attention by the contractor is required in order to determine the number of 4 INCH FRE conduit at each specific location.

Method of Measurement and Basis of Payment Item 801.72 will be measured and paid for at the contract bid price per Foot of conduit installed, complete in place. This price shall be compensation for all permitting, labor, equipment, and materials necessary to complete the work.

ITEM 801.85 5 INCH FRE FIBERGLASS CONDUIT (6 BANK)(NGRID ELC.) FOOT

The work under this Item shall conform to the relevant provisions of Section 801 of the Standard Specifications and the following:

The work shall include furnishing and installing a 5-inch FRE conduit for underground services as shown on the plans and as required by the Engineer. The conduit shall be placed between the galvanized steel sleeves at the abutments on the bridges and installed across the bridge.

The galvanized steel sleeves shall be incidental to Item 801.85 and installed as shown on the plans and as required by the Engineer. The term “6 Bank” does not govern the conduit configuration and strict attention by the contractor is required in order to determine the number of 5 INCH FRE conduit at each specific location.

Method of Measurement and Basis of Payment Item 801.85 will be measured and paid for at the contract unit price per Foot of conduit installed, complete in place. This price shall be compensation for all permitting, labor, equipment, and materials necessary to complete the work specified above.

A00801 - 120 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 812.09 LIGHT STANDARD FOUNDATION PRECAST EACH

The work under this Item shall conform to the relevant provisions of Section 801 and 820 of the Standard Specifications and the following:

The work under this Item shall consist of installing precast concrete light pole standard foundations, as provided by others, at locations indicated on the Contract Drawings.

The Contractoris responsible for coordinating with the Engineer and the Utility Owner (NGRID) for scheduling and delivering light pole bases.

Installation Light pole bases shall be installed at locations as indicated on the Contract Drawings. Any deviations from the locations shown on the plans shall be approved by the Engineer and the City of Lowell.

On straight sections of curb, the bolts must be parallel with the face of the curb.

On curved sections, the bolts must be adjusted to allow proper placement of the bracket and luminaire on the pole into the roadway when installed. Placement of the base predetermines the placement of the bracket arm, and only a minor adjustment of the pole on the base can be accomplished when the post is installed.

Light Standard Bases – Pre-Cast All bases shall be set plumb and true to grade. The Contractor shall carefully mark the proposed location of the concrete base and then shall determine if any utilities or underground obstruction will prevent the installation at the specified location. If such obstruction is evident the Contractor shall request permission from the Engineer to move or adjust the location of the base.

Method of Measurement and Basis of Payment Item 812.09 will be measured and paid for at the contract unit price per Each light pole foundation installed, complete in place. This price per unit and shall be compensation for all labor equipment and materials, with the exception of concrete base, necessary to complete the work specified above, including, but not limited to, materials, removal and disposal of excavated material, and all restoration of disturbed areas.

A00801 - 121 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 820.10 HIGHWAY LIGHTING - ROADWAY EACH

The work under this item shall conform to the relevant provisions of Section 820 of the Standard Specifications and the following:

The work under this item shall consist of removing, temporarily stockpiling, and relocating existing roadway luminaires.

Luminaires shall be removed and relocated on site. The Contractor shall coordinate with the luminaire owner to determine location.

All electrical work shall be performed by an experienced Massachusetts-licensed electrician and such work shall meet all state and local electrical codes.

Any portion of the luminaire that is lost, damaged, or otherwise made unsuitable for reuse while being removed, transported, or relocated, shall be replaced with new materials at no additional cost to the luminaire owner.

Method of Measurement and Basis of Payment Item 820.10 will be measured and paid for at the contract unit price per Each luminaire removed, stockpiled, and relocated. This cost shall include all lighting, labor, materials, safe transportation, and equipment necessary to complete the work.

Contractor coordination with the utility owner shall be incidental to Item 820.10.

A00801 - 122 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 823.70 HIGHWAY LIGHTING POLE AND LUMINAIRE EACH REMOVED AND STACKED

The work under this item shall conform to the relevant provisions of Section 820 of the Standard Specifications and the following:

Item 823.70 shall include the removal and disposal of existing light pole foundations as shown on the plans.

Item 823.70 includes carefully removing existing highway lighting bracket arms and luminaires along roadway. The Contractor shall transport and stack the items at a MassDOT maintenance facility or at a location to be determined by the Engineer. Contractor shall coordinate with District 4 MassDOT Highway Operations Engineer or Office, to schedule drop-off time and location.

The Contractor shall carefully cut existing conduits, as required, to remove the foundation and allow for connection of the existing conduit to the proposed handholes to be constructed in same location.

Excavation shall be backfilled with suitable material.

The Contractor shall acquire any services required to disconnect and reconnect the service to the lights. The cost for any damage to this equipment, due to carelessness on the part of the Contractorwill be at the Contractor’s cost.

The Contractoris responsible for maintaining street lighting on for the roadway at all times. No portion of the roadway shall remain unlit.

If temporary lighting is required during removal of existing light poles and construction of new light poles, temporary lighting associated with this work shall be incidental to Item 823.70.

Method of Measurement and Basis of Payment Item 823.70 will be measured and paid for at the contract unit price per Each. This cost shall include all temporary lighting, labor, materials, safe transportation, and loading to the storage facility, and equipment necessary to complete the work.

A00801 - 123 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 853.21 TEMPORARY BARRIER REMOVED AND RESET FOOT

Work under this item shall conform to the relevant provisions of Section 850 and shall consist of removing, transporting and resetting temporary barrier systems and limited deflection temporary barrier systems from alignments established along the roadway to new alignments in accordance with the details shown on the plans, as required by the construction and staged construction operations and as required by the Engineer for the channelization of traffic and/or work zone protection.

The work shall also include furnishing and installing all hardware and associated materials per the details and/or manufacturer’s specifications. The work shall also include necessary patches and repairs caused by the temporary barrier system to damaged pavement surfaces or any adjacent longitudinal barrier once the system has been removed.

Temporary barrier systems and limited deflection temporary barrier systems shall be removed from existing locations and reset in accordance to the construction methods stated in the respective barrier items.

Damage to the pavement surface or adjacent permanent barriers caused by removing or resetting temporary barrier shall be repaired as directed by the Engineer at the Contractor’s expense.

Method of Measurement and Basis of Payment Item 853.21 will be measured and paid by the Foot, in place which shall provide full compensation for removing, relocating, resetting, realigning, and transporting maintaining the temporary barrier system and/or limited deflection temporary barrier system. The Contractor will be paid for this item each time the barrier is relocated either to a new work zone, to off-season storage, or back to the project from storage. The Contractor will not be separately compensated for any work necessary to maintain or re-align units or replace damaged units. No payment will be made for removing and resetting barriers for the purpose of gaining access to the construction work zone. No payment will be made for removing, relocating and resetting any barriers moved for the convenience of the Contractor.

For temporary barrier systems that require anchorage systems, the cost of furnishing, installing and removing the anchorage and hardware and the restoration of pavement surfaces or adjacent permanent barrier systems to facilitate anchorage shall be considered incidental to the cost of this Item.

A00801 - 124 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 853.213 TEMPORARY BARRIER REMOVED AND STACKED LUMP SUM BRIDGE NO. L-15-047 (87H)

The work under this item shall conform to the relevant provisions of Section 801 of the Standard Specifications and the following:

The work under this item includes removing, delivering, and stacking of existing temporary barriers and barrels currently in the vicinity of the existing bridge, as shown on the Plans and as required by the Engineer.

The Contractor shall exercise extreme care in the removal, transportation and stacking of existing temporary barriers and existing barrels. Any damage to materials and/or City property through carelessness or lack of protection by the Contractor shall be replaced at no additional cost with the approval and to the satisfaction of the City of Lowell.

Only means and methods approved by the Engineer and the City of Lowell shall be used including but not limited to: removing/lifting from site, loading, type of equipment used for lifting and loading, fastening method(s) to transport vehicle, type of transport vehicle(s) to be used, days and hours of transportation, specific travel route(s) to be used through the City, unloading, and location(s) of stacking within the final delivery site.

The Contractor shall coordinate the delivery of the temporary barriers and barrels with the City’s Department of Public Works and the landfill site on Westford Street in Lowell. The DPW of Lowell http://www.lowellma.gov/dpw/Pages/default.aspx shall be notified no less than 24 hours in advance in order for the City to accept the removed materials on their end. The landfill site is open from 8:00am to 3:30pm Monday through Friday. If required, the site can be opened on weekends with a 48 hour advanced notice.

Basis of Payment Item 853.213 will be paid for at the contract unit price per Lump Sum. This price shall include full compensation for all labor, equipment, materials, and incidentals necessary to complete the work.

A00801 - 125 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 853.33 TEMPORARY BARRIER – LIMITED DEFLECTION (TL-3) FOOT

Work under this item shall conform to the relevant provisions of Section 850 and shall consist of furnishing, installing, maintaining and final removal of limited deflection TL-3 temporary barrier systems for channelization of traffic and/or work zone protection. . Limited deflection temporary barrier systems shall have a maximum dynamic deflection of 6 inches or less and shall be used in areas where the available clear area behind the barrier system is 6 inches or less.

Materials The Contractor shall use a temporary barrier system that is listed on the Qualified Traffic Control Equipment List.

The Contractormay submit alternate materials to the Engineer for approval if the limited deflection temporary barrier system meets the following criteria: 1. The system has been tested by an independent laboratory that is accredited by FHWA to crash test roadside hardware; 2. The system meets the minimum requirements of the AASHTO Manual on Assessing Safety Hardware (MASH) at Test Level (TL) 3 or higher; and 3. The system has a federal-aid eligibility letter from FHWA.

Copies of the testing results and the federal-aid eligibility letter shall be submitted and approved by the Engineer prior to procurement of an alternate temporary barrier system.

The Contractor shall supply shop drawings to confirm the available clear area behind the barrier equals or exceeds the maximum dynamic deflection of MASH Test 3-11 during testing procedures taken at an independent laboratory that is accredited by FHWA to crash test roadside hardware.

Delineators shall be installed on all limited deflection temporary barrier systems in conformance with the relevant provisions of Section 850.69 and shall be incidental to the temporary barrier systems.

Temporary impact attenuators that are listed on the Qualified Traffic Control Equipment List shall be used whenever a blunt end of the limited deflection temporary barrier system is facing traffic within the clear zone unless it is protected by a second barrier system or secured to a separate barrier system or bridge railing by a method approved by the manufacturer.

A00801 - 126 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 853.33 (Continued)

Construction Methods Limited deflection temporary barrier systems shall be placed in line with the drawings. Installation shall be per the manufacturer’s specifications, details, and the approved shop drawings.

The Contractor shall not place any breaks in the limited deflection temporary barrier system that will result in sections that are shorter than the stated minimum length-of-need (LON) under MASH Test 3-11. Exceptions shall be allowed for gate systems or changeable length segments placed over expansion joints if those barrier segment types have been tested and meet the minimum requirements of MASH Test 3-11 with the adjoining limited deflection barrier system.

Within the LON section, limited deflection temporary barrier systems shall only be placed on paved surfaces unless otherwise tested and certified under MASH TL-3 for those conditions.

Damage to the pavement surface caused by the limited deflection temporary barrier during installation, while in service, and/or during removal shall be repaired as directed by the Engineer at the Contractor’s expense.

Limited deflection temporary barrier systems that require anchorage systems shall conform to the relevant provisions of Section 850.70.

Method of Measurement Item 853.33 will be measured by the foot, in place.

Basis of Payment Payment for work under this item will be made at the contract price per foot for limited deflection temporary barrier installed in place, including all incidental items. This price shall include the cost of furnishing, installing, maintaining and final removal of all limited deflection temporary barrier systems.

For limited deflection temporary barrier systems that require anchorage systems, the cost of furnishing and installing the anchorage and hardware and the restoration of pavement surfaces or adjacent permanent barrier systems to facilitate anchorage shall be considered incidental to the cost of the item.

Payment for limited deflection temporary barrier removed and reset will be made under Item 853.21.

A00801 - 127 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 874.01 TRAFFIC SIGN EACH ITEM 874.2 TRAFFIC SIGN REMOVED AND RESET EACH ITEM 874.4 TRAFFIC SIGN REMOVED AND STACKED EACH ITEM 874.6 TEMPORARY MASKING OF SIGNS SQUARE FOOT ITEM 877.1 SIGN POST REMOVED AND DISCARED EACH ITEM 877.3 SIGN POST 2 INCH STEEL EACH

The work under these items includes furnishing and installing retro-reflective highway signs and posts, and appurtenant work, complete as indicated, specified, and as required.

The work under these items consists of providing all labor, equipment, materials, incidental work, and construction methods necessary to furnish and install traffic sign, removal and reset of traffic signs, removal and stacking of traffic signs, removal and discard of sign post, and furnishing and installing sign post complete, and include the temporary covering of existing signs that are not applicable during various construction stages such as but not limited to speed limit signs within the project limits. as indicated on the Contract Documents, as specified, and as follows.

The work to be done under this item shall include the dismantling, removal, transporting and resetting of the existing signs at the location indicated on the plans. The work also includes the removal and disposal of the existing sign supports and foundations. Any temporary coverings shall be removed after construction has been completed or after certain construction stages have been completed.

The Contractor shall exercise particular care in the dismantling, removal, transporting and resetting of the existing signs designated to be reused. Any sign panel damaged during construction operations, shall be replaced immediately at the Contractor’s expense.

Signs, attachment hardware, and sign support posts lost, damaged or otherwise made unsuitable for reuse while being removed, transported, stored or reset shall be replaced with new material at the Contractor’s expense.

New attachment hardware shall be furnished and installed as necessary to replace any missing or unusable existing hardware.

All signs identified to be reset shall be relocated as shown on the plans or as required by the Engineer. The Contractor shall take all necessary precautions not to damage any of the signs during the removal process. All existing sign posts shall be legally disposed of at no additional cost to the project. Any signs damaged (bent, marred, scratched, etc.) during the removal process resulting in reduced reflectivity or overall appearance will be replaced at the Contractor’s cost.

All signs removed and stacked shall be delivered to the City of Lowell DPW Building. The Constractor is reponsible for coordinating a delivery time with the DPW.

A00801 - 128 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 874.01 through ITEM 877.3 (Continued)

Materials Traffic signs shall be standard signs as shown on the drawings and as specified in the “Manual on Uniform Traffic Control Devices” by the Federal Highway Administration, latest edition.

Materials for signs and hardware shall be as specified in the Massachusetts Department of Transportation Standard Specifications for Highways and Bridges Section 828, Traffic Signs. Sign facing shall be Type A, 0.090 inch galvanized or aluminum sign panel, with self-adhesive engineer-grade reflective vinyl sheeting to cover entire face (edges to be dressed). The images shall conform to the federal Manual on Uniform Traffic Control Devices and shall be surface installed self-adhesive engineer grade non-reflective black vinyl.

Sign posts shall be schedule 40 circular seamless steel pipe in accordance with ASTM A53 Type F X.

Provide caps for posts. All posts and sign hardware shall be hot-dip galvanized steel in conformance with ASTM 123 or 153, as applicable. Post shall be comprised of one prime coat and two finished coats of black paint.

Shop Primer: One of the following; dry film thickness of application shall be 3.0 to 4.0 mils: • Tnemec "Series 66 Hi-Build Epoxyline" • Carboline No. "190” • DuPont "Corlar" • Napko "TPC Epoxycote PA No. 5616"

Field-Applied Touch-Up Paints: • Galvanizing repair paint: • Tnemec "Series 93 Tnemec-Zinc" • Porter " No. 308" Zinc-Lock” • Con-Lux "Zinc-Plate 21 Inorganic Primer" • DuPont "Ganicin" Zinc Primer

Touch up paint for shop-applied coat: One of the following epoxy paints: • Tnemec "No. 66 Hi-Build Epoxoline" Epoxy • Porter "No. 4361" MCR-43 High Build Epoxy • Con-Lux ”Epolon Semi-Luster Series" • DuPont "Corlar"

Concrete footings shall be 3000 psi, 28 day concrete conforming to Section M4 of the Standard Specifications, and furnished and installed under this Section.

A00801 - 129 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 874.01 through ITEM 877.3 (Continued)

Construction Methods Signs shall be installed in accordance with the drawings and as specified in the Standard Specifications.

Method of Measurement and Basis of Payment Item 874.01 will be measured and paid per Each sign installed including excavation, footing, posts, sign, hardware, and all miscellaneous work required.

Item 874.2 will be measured and paid per Each sign post removed, temporarily stored and reset at the appropriate time and condition to prevent any damage to the sign and post. The contract unit price for Item 874.2 shall include excavation, furnishing any missing or damage hardware for the resetting of the posts or sign, installation of concrete footing, and all miscellaneous work required. Multiple signs on a post shall be accounted as one sign removed and reset.

Item 874.4 will be measured and paid for per Each sigen removed and stacked. This price shall include all labor, materials, equipment and incidental costs required to complete the work.

Item 874.6 will be measured and paid for at the contract unit price per the Square Foot of signs that are covered. This price shall include all labor, materials, equipment, covering, and removing coverings as necessary.

Item 877.1 will be measured and paid for per Each sign removed and disposed of off-site. This cost shall include excavation, removal footing, posts, sign, hardware, and all miscellaneous work required to complete the work.

Item 877.3 will be measured and paid for per Each sign post installed. This price shall include excavation, footing, posts, post cap, and all miscellaneous work required.

A00801 - 130 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 905. 4000 PSI, 3/8 IN. 660 CEMENT CONCRETE CUBIC YARD

The work to be done under this Item shall conform to the relevant provisions of Section 901 of the Supplemental Specifications with the Partial Depth Structure Repair Detail and Shallow Depth Structure Repair Detail as shown on the Plans, as directed by the Engineer, and the following:

The work consists of forming and placing concrete and reinforcing to patch deteriorated areas greater than 2 inches (2”) in depth except overhead surfaces, existing concrete encased beams, and abutments removed under Item 127.413 and/or as required by the Engineer based upon the observed field conditions.

Prior to the placement of the patch material, the concrete shall receive a coating of epoxy bonding compound conforming to M4.05.5 – Type II. The grade and viscosity of the bonding compound shall be as required based on site conditions, or as determined by the Engineer. Fill the patch area with mortar and finish the patch area as required in maximum 1” lifts.

Epoxy bonding compound, furnished, and applied, as shown on the Plans, or as required by the Engineer shall be considered as incidental to the work required under this Item.

Removal of existing deteriorated concrete at areas to be repaired shall be paid for under Item 127.413. Repair of overhead concrete and repairs 2 inches or less in depth shall be included under Item 909.2.

Method of Measurement and Basis of Payment The method of measurement and basis of payment for this Item shall be as stated in Subsections 901.80 and 901.81, respectively.

ITEM 909.2 CEMENTITIOUS MORTAR FOR PATCHING SQUARE FOOT

The work under this item shall conform to the relevant provisions of Section 901 of the Supplemental Specifications and the following:

This work shall include placement of patch material in excavated concrete areas of the existing abutments, deck, and concrete encased beams, that are 2 inches or less in depth, and all excavated overhead surfaces removed under Item 127.413, and as required by the Engineer. The work shall be in accordance with the repair details shown on the Plans and as required by the Engineer.

Removal of all existing deteriorated concrete shall be paid for under Item 127.413. Repairs 2 inches, or greater, in depth shall be included under Item 905.

A00801 - 131 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 909.2 (Continued)

Material The cementitious mortar material used to repair/patch concrete surfaces for this Item shall be a polymer-modified, cementitious, 2-component, fast-setting, trowel grade patching mortar to patch vertical and horizontal surfaces. The material used shall be listed on MassDOT’s Qualified Construction Materials list.

Construction Methods The Contractor shall have the approval of the Engineer certifying that all delaminated and deteriorated concrete has been removed prior to patching the deteriorated areas.

The Contractor shall take measures to ensure that concrete, reinforcing steel and other materials will be prevented from falling into the canal. The provisions of Item 994.1 shall apply during any repair work.

Prior to the placement of the patch material, the concrete shall receive a coating of epoxy bonding compound conforming to M4.05.5 – Type II. The grade and viscosity of the bonding compound shall be as required based on site conditions or as determined by the Engineer. Fill the patch area with mortar and finish the patch area as required in maximum 1” lifts.

The preparation, mixing, application, and curing of the cementitious mortar shall be in accordance with the Manufacturer’s recommendations.

The Contractor shall arrange with the Material Manufacturer or Distributor to have services of a competent Field Representative at the work site prior to any mixing of components to instruct the work crews in the proper mixing and application procedures. The Field Representative shall remain at the job site after work commences and continue to instruct until the Representative, the Contractor, the Inspector, and Engineer are satisfied that the crew has mastered the technique of installing the system successfully. The Representative shall make periodic visits to the project as the work progresses and shall confer on each visit with the Contractor, Inspector and Engineer. The Manufacturer's Field Representative must be fully qualified to perform the work and shall be subject to the approval of the Engineer. The Contractor shall be completely responsible for the expense of the services of the required field representative and the bid contract price shall be full compensation for all costs in connection therewith.

Method of Measurement and Basis of Payment Item 909.2 will be measured and paid for per Square Foot of the face of concrete repaired, complete in place, regardless of depth. This price shall include the Manufacturer’s Representative, all labor, equipment, materials, and incidentals necessary to complete the work.

A00801 - 132 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 912.101 UNTENSIONED ROCK ANCHORS FOOT BRIDGE NO. L-15-049 (BX4) ITEM 912.102 ROCK ANCHOR PROOF TEST EACH BRIDGE NO. L-15-049 (BX4)

The work under these items shall consist of furnishing all necessary labor, equipment, professional services, and materials required to install and protect untensioned rock anchors at the Pawtucket Street over Northern Canal Bridge.

Rock anchors shall be installed at locations, inclinations, and to the minimum length indicated on the Drawings or as otherwise directed by the Engineer.

The water level in the Northern Canal shall be lowered during installation of the rock anchors below the north abutment such that the anchors are installed in dry conditions. The Contractor shall develop a grout that will set in these conditions. Rock anchors below the north abutment shall develop a capacity of 100 kips.

The rock anchors below the southwest wing wall will be installed with the water level upstream of the existing concrete dam and lock structure at its normal level. The rock anchors below the lowest portion of the southwest wingwall footing at about Elevation (El.) 91 will be installed in saturated conditions. The Contractor shall provide epoxy or polyester resin that will set in these conditions. The rock anchors below the remaining portion of the southwest wingwall footing will be installed in dry conditions and the Contractor shall provide grout for these locations. The rock anchors below Section 4A of the southwest wingwall shall develop a capacity of 50 kips. The rock anchors below Sections 4B and 4C of the southwest wingwall shall develop capacity of 25 kips.

Quality Control

ContractorQualifications The Rock Anchor Installer shall have a minimum of 2 years installing rock anchors and shall provide documentation showing at least 5 projects where rock anchors with epoxy or polyester resin have been successfully installed.

Acceptance Testing and Sampling At the discretion of the Engineer, up to ten percent (10%) of the installed rock anchors, but not less than two anchors below the north abutment and two anchors below the southwest wingwall, shall be proof tested. The proof tests shall be perfomed by the Contractorin accordance with Post-Tensioning Institute (PTI) Recommendations for Prestressed Rock and Soil Anchors (2014) The proof test shall be conducted by the Contractorand the Engineer will interpret the results. The rock anchor shall be tensioned to 1.33 times the design load with a calibrated hollow-ram hydraulic jack using a bar extension and coupler attached to the rock anchor and held at for 10 minutes. If no loss of load occurs over this time period, the rock anchor is acceptable. The Engineer may require additional proof testing if rock anchors fail the proof testing. All failed rock anchors shall be replaced with an additional rock anchor installed in a separate hole. No payment will be made for rock anchors that fail nor for additional proof testing.

A00801 - 133 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 912.101 and ITEM 912.102 (Continued)

During construction, three samples will be collected per batch of the grout in accordance with AASHTO T-813 for 7- and 28- day compressive strength tests. The cubes shall be left undisturbed and protected at the point of placement for at least 24 hour or until the final set has taken place. Samples will be transported to the laboratory for testing in a manner to prevent being damaged.

Materials

Rock Anchor All rock anchors, including anchorage, bearing plates, couplers, corrosion protection, and other appurtenances, shall be products of a manufacturer regularly engaged in the manufacturing of materials for the construction of rock anchors. Anchors shall be fabricated from deformed bars and be capable of being post tensioned.

The rock anchor 150-ksi steel shall conform to ASTM A722 and shall be a continuous thread bar with a minimum diameter of 1.25 inch (No. 10 bar).

Rock anchors spaced closer than 3 times the hole diameter shall be installed in two stages by installing and grouting every other anchor and then install the remainder.

Each rock anchor shall be fitted with a face plate and nut. The face plate shall be of steel (ASTM A-36 Grade), not less than 0.25-inch-thick and not less than 4-inch square. The plate shall have a central hole large enough to fit easily over the anchor while maximizing the average bearing surface for the washer and the nut. Spherical seating of the nut is not required. Beveled washers shall be used to accommodate non-perpendicular installations.

Anchorage devices shall be capable of developing 95 percent of the minimum guaranteed ultimate tensile strength of the prestressed steel. The anchorage devices shall conform to the static strength requirements of Section 3.1(1) and Section 3.1.8(1) of the Post-Tensioning Institute “Guide Specification for Post-tensioning Materials.”

The bearing plates shall be sized so the bending stresses in the plate do not exceed the yield strength of the steel when a load equal to 95 percent of the minimum guaranteed ultimate tensile strength is applied.

The rock anchors shall be handled and stored in such a manner as to avoid damage or corrosion. Damage to the anchor steel as a result of abrasion, cuts, nicks, welds, and weld splatter will be cause for rejection. The anchors shall be protected from dirt, rust, and harmful substances. A light coating of rust on the steel is acceptable. If heavy corrosion or pitting is noted, the Owner will reject the rock anchor.

A00801 - 134 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 912.101 and ITEM 912.102 (Continued)

Bonding Agent Grouts, epoxy, or polyester resin shall be proven, non-shrink materials capable of permanently developing the bond and internal strength necessary.

Epoxy or polyester resin to be incorporated into the rock anchors shall meet the requirements of MassDOT Engineering Directive E-10-001 and shall be included on MassDOT’s Qualified Construction Materials List. The epoxy or polyester resin shall be used within the shelf-life period stated by the Manufacturer and shall consist of medium setting cartridges in the bond zone. The cartridge diameter shall be selected in accordance with the recommendations of the manufacturer to insure complete encapsulation of the rock dowel and satisfactory in-hole mixing. If requested by the Engineer, a sample of the epoxy or polyester resins shall be provided for testing.

Grout mix shall be comprised of Type I, II, or III Portland Cement. Minimum compressive strengths based on test method ASTM C-109 or C-942 shall be as follows: 3 Day – 1,450 psi 7 Day – 2,500 psi 28 Day – 4,000 psi

Construction Methods Work shall proceed according to the plan and schedule submitted by the Contractorprior to the commencement of the work.

Work shall only proceed when forecasted weather conditions are favorable. Do not begin installation when either the air or the surface temperature is below 45 deg F (7 deg C) unless approved means are provided for maintaining a 45 deg F (7 deg C) temperature of the air and materials during, and for 48 hours subsequent to, cleaning.

The Engineer shall confirm the location and orientation of each rock anchor based upon the conditions observed.

The rock anchor shall be installed within five degrees of the specified angle. Unless otherwise specified, the angle of installation shall be as shown on the plans.

Rock surfaces shall be prepared such that at least three quarters of the bearing plate is in contact with the rock face. If the axis of the rock anchor is not close to perpendicular to the rock face or within the angle provided by the beveled washer, or the rock beneath the bearing plate is not sound, a bearing pad approved by the Engineer shall be constructed so that the rock anchor is not bent when tensioned. In all cases, at least three quarters of the bearing plate shall be in contact with the rock face. A minimum 8-inch square bearing plate shall be used for rock surfaces that are very weak and/or highly weathered.

A00801 - 135 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 912.101 and ITEM 912.102 (Continued)

Prior to installation, all mill scale, flaking rust and grease shall be removed from the steel. The rock anchor shall be corrosion protected with grout or resin. All exposed parts of the anchor, bearing plate and nut on the surface shall be painted with approved corrosion protection paint.

Epoxy or polyester resins shall be stored in accordance with the Manufacturer’s recommendations.

The Contractor shall size drill holes to the diameter recommended by the rock anchor manufacturer. The Contractor shall flush the drill holes of all drill cuttings and debris with compressed air prior to the installation of the rock anchor. Holes drilled for rock anchors, in which anchor installation is considered by the Engineer to be impractical, shall be re-drilled at the Contractor’s expense. Sufficient grout or resin will be placed in the drill hole to ensure full encapsulation of the dowel. If grout is used, centralizers shall be placed on the bar on 10-foot centers prior to grouting with a minimum of one centralizer per anchor. Placement and mixing of epoxy or polyester resin shall follow the manufacture’s recommendations.

The Contractor shall select the type of rock anchor and construction method to be used.

The end of the completed rock anchor shall be trimmed to within 6 inches of the rock face.

Submittals Fourteen days after the Notice to Proceed (NTP), the Contractor shall provide written evidence that the foreman and drill operator meet the experience requirements provided here in and have performed satisfactory work in similar capacities elsewhere.

The Contractor shall also provide a list containing at least six (6) comparable installations on which the Contractorand the foreman have installed rock anchors. Epoxy or polyester resin shall have been used on at least 3 of these projects. The list shall include a project description of key rock anchor features; time period (dates) when work was performed; ultimate client’s name; and direct client contact name, address, telephone number and email address for each project. The Contractormay not use consultants or manufacturer’s representatives in order to meet the requirements of this section.

A00801 - 136 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 912.101 and ITEM 912.102 (Continued)

Not less than seven days prior to commencing the rock anchoring, the Contractor shall submit a detailed plan for the rock anchoring in writing to the Engineer for approval. The plan shall detail the following: • The proposed construction sequence and schedule. • The proposed drilling methods and equipment. • The proposed drill hole diameter and design bond length. • The proposed pre-stressing steel/tendon, couplers, bearing plate, anchor unit, flat washer, and beveled washer specifications including manufacturer's data sheets, catalog cuts and mill certificates. • The proposed grout mix design, epoxy, or polyester resin specifications including manufacturer's data sheets and catalog cuts; the procedures for placing the grout, epoxy, or polyester resin. • The proposed corrosion protection for the rock anchor system. • Calibration data for each load cell test jack pressure gauge and master pressure gauge to be used. An independent testing laboratory shall have performed the calibration tests and tests shall have been performed within 60 calendar days of the date submitted. • The proposed stressing procedures and stressing equipment setup.

Not less than seven days prior to commencing the rock anchoring, the Contractor shall submit epoxy or polyester resin manufacturer’s product data sheets and installation instructions, and verification that the proposed material is included on MassDOT’s Qualified Construction Materials List.

Within 24 hour of conducting the proof tests, the Contractor shall submit the proof test data for interpretation by the Engineer.

At the completion of the project, the Contractor shall submit the following information: • Rock anchor installation logs • Compiled data from the proof tests including a plan showing the rock anchors that were proof tested and their capacity • As- Built Plans showing the location, inclination, and length of the rock anchor.

The Contractorsubmittals shall be approved by the Engineer prior to commencing work. The Contractor shall forward submittals in advance considering that re-submittals may be required.

A00801 - 137 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 912.101 and ITEM 912.102 (Continued)

Method of Measurement and Basis of Payment Item 912.101 will be measured and paid for at the contract unit price per Foot of untensioned rock anchors drilled and grouted, complete in place. This price shall include all submissions, labor, materials, equipment, and any incidentals required to complete the work.

Item 912.102 will be measured and paid for at the contract unit price per Each rock anchor proof test. This price shall include all submissions, labor, materials, equipment, and any incidentals required to complete the work. Payment will not be made for failed tests.

ITEM 917.1 GRANITE VENEER BRIDGE NO. L-15-049 (BX4) SQUARE YARD

The work under this item shall include the fabrication and installation of granite veneer surface on the modified CT-TL-2 Barrier atop the southwest wingwall as indicated on the Contract Drawings.

Granite Veneer Granite veneer shall be the thickness indicated on the Contract Drawings. Veneer shall be quarry faced granite and be uniform in appearance throughout. The veneer shall match the existing canal walls in color and texture. A sample shall be submitted to the Engineer for approval within sixty days prior to fabrication.

Anchor System Details of the anchor system for the granite veneer are as indicated on the Contract Drawings and as specified herein.

The anchor system shall consist of dovetail slots which shall be securely fastened to the formwork prior to placing concrete. Dovetail slots shall be stainless steel; measuring 1” wide back x 5/8” wide face x 1” deep Dovetail slots shall be installed at a spacing of 2’-0” on center. Dovetail anchor slots shall be 16 gauge with foam filled interior.

Method of Measurement and Basis of Payment Item 917.1 will be measured and paid for at the contract unit price per Square Yard of granite veneer fabricated and installed, complete in place. This price shall include all labor, equipment, materials, and any incidentals necessary to complete the work.

A00801 - 138 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 917.2 GRANITE BLOCK FACING LUMP SUM BRIDGE NO. L-15-049 (BX4)

The work to be done under this Item shall consist of the purchase, delivery, storage, cleaning and installation of block facing on the north abutment including the northeast return face, the south abutment face and southwest wingwall face as indicated on the Plans. The work shall further include dovetail corrugated anchors, dovetail anchor slots, and all labor, equipment, materials, and incidentals required to complete the work, unless paid for under another item.

The aesthetic and historic elements of the block facing associated with this project are critical to the success of the project. The Contractor shall employ a mason(s) with a minimum of 10 years of experience with this specialized work with block facing.

The new block facing shall match the existing canal stone walls as closely as possible in distribution of colors, sizes, shapes, consistency, and surface finish. The Contractor shall submit representative samples of each color stone to the Engineer for approval of colors and finish. New stones shall not be delivered to the job site without the prior approval of the Engineer. Some or all stones brought on site may be rejected by the Engineer if they are not consistent with the approved sample and the overall look of the proposed condition. Stones that are rejected shall be removed from the site and replaced with new approved stones at the Contractor’s expense.

The relief and detail of the block facing is constructed in part by the shape of the exposed face of the cast-in-place concrete abutments and wingwalls and in part by the size, geometry, and orientation of the facing stones.

The exposed joints between stones shall be carefully filled with cement mortar and neatly pointed. After pointing, the stones shall be satisfactorily cleaned of all excess mortar that may have been forced out of the joints.

An expansion joint in the block facing will be located along the vertical edge between the abutment and the wingwall at the Southwest corner of the bridge.

Storage and Handling New block facing shall be stored onsite or offsite at a location approved by the Engineer. All stones shall be protected at all times from damage including breaking, cracking, marring and other damage that may permanently change the appearance of the exposed stone face(s). Stones shall be moved and stacked by hand, dumping of stones will not be allowed. All stones shall be stored in a fenced and locked area in such a way to prevent theft.

A00801 - 139 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 917.2 (Continued)

Materials Mortar shall meet the requirements of Subsection M4.02.15 of the Supplemental Specifications.

Dovetail anchor slots shall be hot-dip galvanized 20 gauge steel. Anchor slots shall be approximately 1” wide (embedded end) x 1” deep x 5/8” wide (exposed end), and spaced at 16 inches on center. Anchor slots shall be foam filled to keep slot free of concrete and aid in resisting deformation from concrete pressure.

Provide dovetail corrugated anchors as specified on the Plans. Anchor shall be hot-dip galvanized 16 gauge steel.

Dovetail corrugated anchors and anchor slots shall be hot-dip galvanized in accordance with ASTM A153.

Basis of Payment Item 917.2 will be paid for at the contract unit price Lump Sum. This price shall be full compensation for all labor, tools, equipment, and incidental work necessary for the completion of the work.

Payment shall be made as follows: 50% upon completion of installation of half the block facing (as determined by the Engineer), and 50% upon complete installation (including pointing and mortar cleanup).

ITEM 950.4 TEMPORARY SHORING BRIDGE NO. L-15-049 (BX4) LUMP SUM

The work to be done under this Item shall conform to the applicable provisions of Sections 140 and 950 of the Standard Specifications and the following:

The Contractor shall design, furnish, install, maintain and remove Temporary Shoring as required based upon the actual site conditions, for the maintenance of pedestrian and vehicular traffic, and temporary support of excavation during the demolition of the existing structure and construction of the proposed bridge structure.

This Temporary Shoring is to be installed at the locations shown on the Plans.

Temporary Shoring shall be designed to satisfy the design criteria contained herein and must be capable of supporting all loads applied during all stages of construction.

Item 950.4 shall include, but is not limited to; all necessary temporary shoring to temporarily support excavations at locations shown on the plans.

Temporary shoring on the plans as shown is conceptual, actual locations and extents of shoring to be determined by the Contractor.

A00801 - 140 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 950.4 (Continued)

The assumed average height of retained earth, for estimating purposes only, is approximately 18-20 feet on the South side of the bridge and 4-6 feet on the North side of the bridge. Final height shall be determined by the Contractor. At all locations, the temporary earth support shall extend longitudinally such that the maximum slope of the excavated, or proposed, surface does not exceed 1 vertical to 2 horizontal.

All temporary shoring shall be removed in its entirety unless approved by the Engineer.

Design Temporary Shoring, as indicated in this Special Provision along with locations shown on the plans shall be fully designed by the Contractor. All temporary bracings and earth support structures shall be designed in accordance with the AASHTO Guide Design Specifications for Bridge Temporary Works, 1995, and all interims published as of the bid opening date.

The Contractoris responsible for determining all geotechnical criteria associated with the temporary shoring including, but not limited to, lateral earth pressures. Additional lateral earth pressures due to surcharges caused by equipment operation and/or material storage near the top of the excavation shall be considered and incorporated into the designs. The minimum design live load is HS20 loading, but in no case shall this surcharge be less than 250 lb/ft2.

The maximum angle of internal friction of the soil used in design shall be 30 degrees, unless a greater value is justified by material testing by a licensed laboratory under the supervision of a Professional Geotechnical Engineer registered in Massachusetts. For active pressure calculation, friction between the soil and the wall element shall be neglected. For passive pressure calculation by the Coulomb method, the angle of wall friction shall be less than one-third the effective angle of internal friction of the soil. Maximum design stresses in structural components shall be in accordance with AASHTO Standard Specifications for Highway Bridges. The design shall provide for all anticipated load conditions that may occur during the entire construction period, with a minimum factor of safety of 1.50 under all conditions.

Highway Barriers Precast concrete median barriers, or other approved barriers, shall be placed as shown on the plans at the edges of excavations as needed. The individual units shall be tied together in the standard manner as shown in the Construction Standards, or by another approved method. Precast barriers shall not be paid under this Item.

Submission of Design Calculations and Drawings Complete Temporary Shoring designs and plans shall be prepared and stamped by a Professional Engineer registered in Massachusetts. Prior to installation, the plans and calculations shall be submitted to the Engineer for his review, acceptance, and as evidence that the requirements of these provisions have been fulfilled. Furnishing such plans and calculations shall not relieve the Contractorof sole responsibility for safety of the public, personnel, equipment, and structures, as well as successful project completion.

A00801 - 141 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 950.4 (Continued)

The design documents prepared by the Contractor shall show the horizontal and vertical extents of the earth support system, the sizes and dimensions of the components of the system (including temporary utility support devices), its proposed method of bracing, construction notes, and any other necessary measures required to allow for the proposed construction. The Temporary Shoring shall not be installed until the Contractor’s design has been reviewed and approved by the Engineer.

Materials Steel sheeting, if used, shall conform to all applicable specifications of Section 950 and shall meet the material requirements of Subsection M8.05.4; Structural steel shapes; for soldier piles shall conform to M8.05.1; and other structural steel components shall conform to M8.05.0. All materials used for Temporary Shoring shall be new (or used but in like-new condition), sound and free from strength-impairing defects and subject to the Engineer’s approval. Any materials removed after the proposed construction is in place shall become the Contractor's property and properly disposed of offsite.

Construction Methods Piles or sheeting, if used, shall be driven entirely outside the neat lines of the existing foundations and/or walls, as shown on the plans. Guide wales or other devices shall be used to insure accurate driving and aligning of the piles. Any movement in the piles and lagging which would prevent the proper construction of the proposed foundations shall be corrected at the expense of the Contractor.

All welding and the preparations and assembly of material for welding shall conform to the MHD Standard Specifications for Highway and Bridges, the Supplemental Specifications, the AASHTO Standard Specifications for Highway and Bridges and the AASHTO/AWS Bridge Welding Code ANSI/AASHTO/AWS D1.5 and interim revisions published by AASHTO as of the bid opening date.

Any piling which becomes tilted or damaged shall be repaired, or if in the opinion of the Engineer it cannot be properly readjusted, the Contractor shall replace it with a new pile at no additional cost. The Contractor shall accurately locate all utility lines and structures to ensure that the proposed temporary earth support systems will not interfere with any existing utilities and structures.

A00801 - 142 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 950.4 (Continued)

Method of Measurement and Basis of Payment Item 950.4 will be paid at the contract Lump Sum bid price, which price shall include full compensation for the Contractor’s design and plans; all material, labor, tools and equipment furnished; and driving, coring, drilling, bracing, cutting, removal, and all other work and incidentals necessary for the proper completion of the work specified, as approved, regardless of the type of system the Contractorinstalls.

In addition to the locations indicated on the Plans, other locations may require excavation support by temporary shoring. If the Contractorelects to install such shoring, no additional measurement or payment will be made under this Item and will be considered incidental work necessary for the satisfactory completion of the various other Items of work. No direct payment will be made for any shoring not indicated on the Plans or in these Special Provisions to be specifically utilized for demolition or construction of the bridge.

Payment for Item 950.4 will be made as follows:

The first payment will be made at fifty percent (50%) of the contract Lump Sum bid price of this Item and will be paid upon completion of the shoring installation of Stage 1, to the satisfaction and approval of the Engineer.

The second payment will be made at thirty percent (30%) of the contract Lump Sum bid price of this Item and will be paid upon completion of the shoring installation of Stage 2, to the satisfaction and approval of the Engineer.

The final payment will be made for the remaining twenty percent (20%) of the contract Lump Sum bid price for this Item and will be paid upon completion of all work for this Item, including complete removal and satisfactory disposal of the shoring from the project.

A00801 - 143 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 950.5 TEMPORARY SHORING BRIDGE NO. L-15-050 (BWY) LUMP SUM

The work to be done under this Item shall conform to the applicable provisions of Sections 140 and 950 of the Standard Specifications, amended as follows:

The Contractor shall design, furnish, install, maintain and remove Temporary Shoring as required based upon the actual site conditions, for the protection of pedestrian and vehicular traffic, and support of excavation during the demolition of the existing structure and construction of the proposed bridge structure. This Temporary Shoring is to be installed at the locations shown on the Plans.

Temporary Shoring shall be designed to satisfy the design criteria contained herein and must be capable of supporting all loads applied during all stages of construction. The assumed average height of retained earth along Pawtucket Street approaches and at the west and east abutment pile caps is approximately 15 feet. At both locations, the temporary earth support shall extend longitudinally such that the maximum slope of the excavated (or proposed) surface does not exceed 1 vertical to 2 horizontal.

Design The Temporary Shoring at locations shown on the plans shall be fully designed by the Contractor. All earth support shall be designed in accordance with the AASHTO Guide Design Specifications for Bridge Temporary Works, 1995, and all interims published as of the bid opening date.

The Contractoris responsible for determining all geotechnical criteria associated with the temporary shoring including, but not limited to, lateral earth pressures. Additional lateral earth pressures due to surcharges caused by equipment operation and/or material storage near the top of the excavation shall be considered and incorporated into the designs. The minimum design live load is HS20 loading, but in no case shall this surcharge be less than 250 lb/ft2.

The maximum angle of internal friction of the soil used in design shall be 30 degrees, unless a greater value is justified by material testing by a licensed laboratory under the supervision of a Professional Geotechnical Engineer registered in Massachusetts. For active pressure calculation, friction between the soil and the wall element shall be neglected. For passive pressure calculation by the Coulomb method, the angle of wall friction shall be less than one-third the effective angle of internal friction of the soil. Maximum design stresses in structural components shall be in accordance with AASHTO Standard Specifications for Highway Bridges. The design shall provide for all anticipated load conditions that may occur during the entire construction period, with a minimum factor of safety of 1.50 under all conditions.

Highway Barriers Precast concrete median barriers, or other approved barriers, shall be placed as shown on the plans at the edges of excavations along Pawtucket Street. The individual units shall be tied together in the standard manner as shown in the Construction Standards, or by another approved method.

Precast barriers shall be paid for under the applicable items in Section 853.

A00801 - 144 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 950.5

Submission of Design Calculations and Drawings Complete Temporary Shoring designs and plans shall be prepared and stamped by a Professional Engineer registered in Massachusetts. Prior to installation, the plans and calculations shall be submitted to the Engineer for his review, acceptance, and as evidence that the requirements of these provisions have been fulfilled. Furnishing such plans and calculations shall not relieve the Contractorof sole responsibility for safety of the public, personnel, equipment, and structures, as well as successful project completion.

The design documents prepared by the Contractor shall show the horizontal and vertical extents of the earth support system, the sizes and dimensions of the components of the system (including temporary utility support devices), its proposed method of bracing, construction notes, and any other necessary measures required to allow for the proposed construction. The Temporary Shoring shall not be installed until the Contractor’s design has been reviewed and approved by the Engineer.

Materials Steel sheeting, if used, shall conform to all applicable specifications of Section 950 and shall meet the material requirements of Subsection M8.05.4; Structural steel shapes; for soldier piles shall conform to M8.05.1; and other structural steel components shall conform to M8.05.0. All materials used for Temporary Shoring shall be new (or used but in like-new condition), sound and free from strength-impairing defects and subject to the Engineer’s approval. Any materials removed after the proposed construction is in place shall become the Contractor's property and properly disposed of offsite.

Construction Methods Piles or sheeting, if used, shall be driven entirely outside the neat lines of the existing foundations and/or walls, as shown on the plans. Guide wales or other devices shall be used to insure accurate driving and aligning of the piles. Any movement in the piles and lagging which would prevent the proper construction of the proposed foundations shall be corrected at the expense of the Contractor.

All welding and the preparations and assembly of material for welding shall conform to the MHD Standard Specifications for Highway and Bridges, the Current Supplemental Specifications, the AASHTO Standard Specifications for Highway and Bridges and the AASHTO/AWS Bridge Welding Code ANSI/AASHTO/AWS D1.5 and interim revisions published by AASHTO as of the bid opening date.

The Contractor shall accurately locate all utility lines and structures to ensure that the proposed temporary earth support systems will not interfere with any existing utilities and structures.

Upon completion of abutment pile cap and construction and sufficient backfilling to maintain the stability of the adjacent roadway, the temporary shoring may be removed at the required elevations, as indicated on the Plans. Any temporary shoring within the footing zones of influence are required to remain in place and cut-off.

A00801 - 145 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 950.5 (Continued)

Basis of Payment Item 950.5 will paid at the contract Lump Sum bid price, which price shall include full compensation for the Contractor’s design and plans; all material, labor, tools and equipment furnished; and driving, coring, drilling, bracing, cutting, removal, and all other work and incidentals necessary for the proper completion of the work specified, as approved, regardless of the type of system the Contractorinstalls.

In addition to the locations indicated on the Plans, other locations may require excavation support by temporary shoring. If the Contractorelects to install such shoring, no additional measurement or payment will be made under this Item and will be considered incidental work necessary for the satisfactory completion of the various other Items of work. No direct payment will be made for any shoring not indicated on the Plans or in these Special Provisions to be specifically utilized for demolition or construction of the bridge.

The first payment will be made at eighty percent (80%) of the contract Lump Sum bid price of this Item and will be paid upon completion of the temporary shoring installation, to the satisfaction and approval of the Engineer.

The second payment will be made for the remaining twenty percent (20%) of the contract Lump Sum bid price for this Item and will be paid upon completion of all work for this Item, including complete removal and satisfactory disposal of the temporary shoring from the project.

A00801 - 146 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 961.201 CLEAN (FULL REMOVAL) AND PAINT LUMP SUM BRIDGE NO. L-15-035 (87G)

Work under this item shall be in accordance with Section 961 of the Standard Specifications and Supplemental Specifications and the following:

Work under this item includes the surface preparation and painting of all steel on the existing bridge that is to remain. This item also includes the implementation of worker protection programs, environmental protection, containment of the work and waste disposal.

SubSection 961.64 Paint (SUPPLEMENT C2015-180) Replace the sentence “The finish coat shall be Federal Standard Color # 14223, green.” With: Paint shall be preliminarily assumed to be GREY in accordance with Federal Standard color #26295 or #26373. The Contractor shall provide painted metal chip samples of the proposed paint to the City of Lowell, the Lowell Historic Board, and the National Park Service for review and final approval.

Basis of Payment Item 961.201 will be paid at the contract price per Lump Sum which shall include full compensation for all labor, equipment, materials, and incidentals necessary to complete the work as specified.

Incidental to this work is the removal and replacement of, utility supports to accommodate the work. The Contractor shall determine if utility supports are to be removed to facilitate complete cleaning and painting of the structure as specified. Removal shall be accomplished prior to cleaning activities and will be subject to the approval of the Engineer. Temporary utility supports shall be approved by the respective utilities prior to performing the work.

Special Notes Regarding Prevailing Wage Requirements Note that the erection and dismantling of scaffolding, rigging and containment for bridge painting work is subject to the “Painter(Bridges/Tanks)” prevailing wage rate. This includes surface preparation, including removal of all types of paint on bridges, the application of paint and the clean-up of debris resulting from paint removal operation on bridges, pursuant to the determination by the Massachusetts Department of Labor Standards’ 12/23/2009 “Notice Concerning the Removal and Application of Paint on Bridges and Tanks.”

A00801 - 147 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 974.50 ORNAMENTAL RAIL REMOVE, REFURBISH, FOOT MODIFY AND RESET BRIDGE NO. L-15-046 (87M)

The work under this item shall be performed in accordance with the relevant provisions of Sections 960, 961, M7, and M8 of the Standard and Supplemental Specifications, and the following:

The work under this item includes the removal, refurbishment, modifications, and reinstallation of the existing sidewalk Ornamental Rail, running longitudinally along the northern side of the bridge as indicated on the Contract Drawings. Components which cannot be refurbished will be modified and furnished new. This work also includes the removal of existing paint system on the all railing and associated components and the application of a new three coat paint system in accordance with Section 961.

The railing system is comprised of multiple sections of rectangular baluster rails running in a “X” pattern and double angle handrails separated by vertical double angle posts. The baluster panels and posts are made of steel with steel internal brackets and hardware. A cast iron rosette is present on some of the balusters on the front and rear faces. Existing ornamental rosette elements are to be used as a guide for the fabrication of new ornamental rosette elements.

Submittals Prior to commencing with the removal of the Ornamental Rail the Contractor shall provide an inventory of all existing Ornamental Rail components, identifying their existing location, verifying their current condition, and whether the part is to be refurbished, repaired or replicated. The inventory shall be submitted for review by the Engineer and the City of Lowell. Parts missing from the existing system shall be replicated based on similar parts and materials.

The Contractor shall submit shop drawings for the refurbishment, repair, modification, and/or replication of the Ornamental Rail including the fabrication and installation of new cast-iron rosettes and pedestrian railing elements including plans, elevations, sections, details of components, and attachments to sidewalk. Drawings shall also include the indication of materials, methods, finishes and types of joinery, fasteners, anchorages and accessory items to be used.

For installation and inspection purposes, the Contractor shall provide a safe and stable work platform/staging systems which shall be designed by a Professional Engineer Licensed in Massachusetts and submitted to the Engineer for approval.

The following practices shall be adhered to when preparing shop drawings for refurbishment, repair, modification, or replicating portions of the Ornamental Rail: 1. Retention of as much existing material as possible when repairing and refurbishing rather than replicating. 2. The use of traditional materials and techniques. 3. Architectural features will be repaired rather than replaced wherever possible. Repair or replacement of missing features will be based on accurate duplications using existing parts for molds. The pattern maker will have the existing parts on hand to consult/measure when constructing patterns for molds.

A00801 - 148 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 974.50 (Continued)

4. Work which requires existing features to be removed, cleaned and reused shall be accomplished without damage to the material itself, or to adjacent materials or the substrate detailed to remain. 5. Existing railing components removed from the bridge which are to be reinstalled shall be carefully labeled and stored in a place where they will not be damaged; these elements shall be reinstalled in their original location.

Shop drawings shall be submitted for each piece type to be replicated along with typical repair procedures to MassDOT for approval.

Clearly labeled samples of all components shall be provided as work progresses for MassDOT approval.

Submit written program for each phase of the process, describing in detail, materials, methods and equipment to be used for each phase of work.

Submit written qualifications for personnel involved with the refurbishing, repairing and replicating of the Ornamental Rail and fascia.

Materials Materials used in the fabrication of the new Ornamental Rail shall conform to the following requirements: 1. Materials shall be new and free from any surface coatings of paint or other materials. All castings shall be sound, free from blow-holes or other imperfections and have smooth surfaces. 2. Replicated cast iron components shall be of gray iron castings conforming to ASTM- A48, Class No. 30. 3. All steel balusters and angles shall conform to AASHTO M270, Grade 36 and receive a three coat paint system in accordance with Section 961. 4. Base plate and base plate components shall conform to AASHTO M270, Grade 36 and receive a three coat paint system in accordance with Section 961.

Construction Methods Existing Ornamental Rail components that are removed will be tagged with laser cut metal tags. Document original position and label accordingly for reinstallation of components into original locations. Care shall be taken as not to damage the existing railing components during removal activities. Any damage caused to components during removal shall be remedied at no additional cost to the Department.

A00801 - 149 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 974.50 (Continued)

The Contractor shall fabricate rosette castings to comply with requirements indicated herein. Castings shall be true to pattern in form and dimensions, free from pouring faults, cracks, blowholes and other defects in positions affecting their strength and value for the service intended. All castings shall be effectively cleaned of scale and sand to present a smooth, clean, and uniform surface. All unfinished edges of castings shall be neatly cast with rounded corners, and all inside angles shall have ample fillets. All surfaces requiring finish shall have adequate material allowance for machining to finish dimensions. If a casting is broken during the installation process, the component shall be replicated at no additional cost to the project.

Completed castings shall be free from surface blemishes where exposed-to-view when installed. Exposed-to-view surfaces exhibiting pitting, seam marks, roller marks, stains, discolorations, blowholes, cracks or other imperfections shall be rejected. Any defects shall be removed to solid metal by chipping, drilling, or other satisfactory method, and, after welding, the castings shall be annealed, if required by MassDOT. Castings which have been welded without permission will be rejected.

Provide brackets, flanges, miscellaneous fittings, and anchors for connections per Contract Drawings; cut, reinforce, drill, and tap miscellaneous metal work as indicated to receive finish hardware, and similar items; fabricate joints that will be exposed to weather in a manner to exclude water.

A00801 - 150 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 974.50 (Continued)

Form tight joints with exposed connections accurately fitted with uniform reveals.

Unfinished edges and inside corners shall have rounded edges and fillets. Draft in patterns shall assure a minimum thickness equal to that shown on the Contract drawings. Ample thickness of material shall be provided so that after finishing, the thickness of metal at every point will not be less than shown on the Contract drawings.

Perform all cutting, drilling and fitting required for the installation of the Ornamental Rail in accordance with standard practices. Upon resetting, the railings and components shall be set accurately in location, alignment and elevation, plumb, level and true, measured from established lines and levels.

Protect finishes of Ornamental Rail from damage during installation. Restore finishes damaged during installation and construction period so that no evidence remains of correction work. Return items that cannot be refinished in the field to the shop; make required alterations and refinish entire unit or provide new units.

Quality Control Work must be performed by a firm having not less than five years of successful experience in comparable projects and employing personnel skilled in the processes and operations indicated. Project supervisor must have five years of experience in work similar to this procedure. Additional personnel must also have related experience.

After acceptance of the list of materials and proposed method of casting, cleaning, repair or refinishing, a representative sample shall be prepared. The representative sample shall be approved by MassDOT prior to any further castings being made. Any railing components made without the approval of MassDOT shall be rejected.

All castings shall be stored in a clean, dry location, away from uncured concrete and masonry, protected against damage of any kind. Cover with waterproof paper, tarpaulin, or polyethylene sheeting; allow for air circulation inside the covering.

All work associated with the restoration, repair, replication, and painting of the Ornamental Rail, shall be performed indoors.

If a component of the Ornamental Rail is broken during the removal, repair, refurbishment or reinstallation process, repair, refurbish or replicate the component at no additional cost to the project.

A00801 - 151 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 974.50 (Continued)

Cleaning and Paint Removal The existing paint system on the Ornamental Rail is unknown, and shall be treated as lead paint. This paint shall be removed in its entirety as required for repair, and modifications. Paint removal for the Ornamental Rail elements shall be performed in accordance with Section 961.

All heavy corrosion, rust and paint shall be removed to prepare the surfaces for new protective coatings in accordance with section 960 and 961. The selection of an appropriate technique may vary depending on how much paint failure and corrosion has occurred, the fineness of the surface detailing, and the type of new protective coating to be applied.

Before work is begun on removing the existing paint the Contractor shall disassemble the Ornamental Rail and remove it to his shop for repair, refurbishment, modification, and replication. Field cleaning of lead paint areas shall be done in accordance with Section 961.

Before selecting a paint removal process, test panels shall be prepared on the elements to be cleaned to determine the relative effectiveness of various techniques. Execute test samples of the cleaning methods specified in this procedure to determine which method(s) are to be used. Sample areas shall be selected by MassDOT, as necessary to include all surface types likely to be encountered in this work.

Method(s) used in the actual cleaning shall be the one(s) which provide the necessary level of cleanliness with the least amount of surface alteration. Final selection of methods shall be made by MassDOT.

Patching and Mechanical Repair After cleaning and paint removal prepare surfaces for applicable welds by cleaning with steel wool or cheesecloth dipped in mineral spirits. Cracks that do not extend the full length of an Ornamental Rail component shall be considered non-structural, and shall be repaired using fillers.

Filler compounds compatible with the paint system shall be used to patch superficial, nonstructural cracks. Major cracks may be repaired by brazing or welding with nickel-alloy welding rods or the piece may be modified by replacement.

Replicate Missing Components Ornamental Pedestrian Rail components that are beyond repair shall be replicated with new steel or cast-iron components as applicable. These new components shall be an exact copy of the piece needed to be duplicated. The Contractor shall fabricate molds using traditional materials and techniques.

A00801 - 152 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 974.50 (Continued)

The foundry pattern-maker shall look at the entire piece (i.e. a railing/balustrade) before attempting to replicate any missing portions of the components and adhere to the following: 1. Use a two-part mold for a solid casting with relief on both sides. “Green sand” shall be used for all new castings. 2. Provide castings that are sound and free of warp or defects which impair strength and appearance. Mill joints to a close fit and finish exposed surfaces to smooth, sharp, well- defined lines and arises. 3. Consult with NAAMM “Metal Finishes Manual” for finish designations and application recommendations. 4. Form ornamental metal work to the required shapes and sizes, with true curves, lines and angles. Provide necessary hardware for assembly of units. Use concealed fasteners wherever possible. 5. Design components to allow for expansion and contraction for a minimum ambient temperature range of 100 F (37.8 C) without causing buckling, excessive opening of joint or over stressing of welds and fasteners. 6. Comply with AWS D1.1 for recommended practices in shop welding. Provide welds behind finished surfaces without distortion or discoloration of the exposed side. Clean exposed welded joints of all welding flux, and dress on all exposed and contact surfaces. 7. Mill joints to a tight, hairline fit. Cope or miter corner joints. Form joints exposed to weather to exclude water penetration. 8. All Submittals require MassDOT review and approval prior to commencing work.

Painting of Ornamental Handrail and Fascia All existing and new components of the Ornamental Rail shall be coated with a three-part coating system per Section 961.

Final top coat color shall be Black.

Shop application of coatings shall be in accordance with Section 960. Field application for touch up shall be in accordance with Section 961.

Method of Measurement and Basis of Payment Item 974.5 will be measured and paid for at the contract unit price per Foot of railing removed, refurbished, modified, and reset. This price shall include all labor, materials, and incidentals necessary for the removal and reinstallation of the rail, all refurbishments and modifications to the rail including existing paint removal, new paint application, field touch up, and the reinstallation of the railing system complete and accepted in place.

A00801 - 153 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 975.61 METAL BRIDGE RAILING BR-2 BRIDGE NO. L-15-046 (87M) FOOT

The work required by this item shall conform to the relevant provisions of Section 900, 960, and 975 of the Standard Specifications, Supplemental Specifications and the following:

The work shall include the supply, fabrication, and installation of painted galvanized steel BR-2 metal bridge railing both on and off the bridge as shown on the Contract Drawings.

Materials Structural steel tubing shall conform to ASTM A500, Grade B. Remaining structural steel for BR-2 rail assembly shall conform to AASHTO M 270 (ASTM A709), Grade 36. The bridge railing shall be galvanized after fabrication and painted black.

Steel nuts, bolts and washers shall conform to AASHTO M 164 (ASTM A325) and shall be galvanized. Galvanized high strength rods, threaded both ends, with 2 galvanized hex nuts and galvanized washers may be substituted for high strength anchor bolts as approved by the Engineer, at no additional cost.

Studs for attachment of structural steel tube for railing shall conform to AAHSTO M 164 (ASTM A108).

Fabrication and Construction Methods All railing shall be fabricated and erected so that the rail is parallel to the curbing. The posts shall be set plumb when profile grade exceeds 1.5%. For profile grades less than 1.5%, posts shall be set perpendicular to grade.

The finished railing is to meet all requirements of fit, alignment, and grade to the full satisfaction of the Engineer, it is suggested that complete field measurements be made before shop drawing submittal, and verified before shop fabrication is performed.

A tube splice shall be located in the tube spanning the expansion joint opening and the sleeve shall be lengthened accordingly.

Tubing shall be continuous over a minimum of 3 posts. Sleeve splices for thermal expansion shall be spaced no more than 50 feet apart.

Where galvanizing is damaged, the damaged areas shall be thoroughly cleaned and given one coat of zinc dust oxide paint conforming to Federal Specification TT-P-641B, Type III.

Welding shall be in accordance with ANSI/AASHTO/AWS D1.1.

Shop Painting of Hot Dipped Galvanized Steel

A00801 - 154 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 975.61 (Continued)

Work includes substrate surface preparation and shop applied paint systems for BR-2 Railing which has been hot-dip galvanized.

Requirements of Regulatory Agencies: Provide and apply materials complying with environmental requirements of authority having jurisdiction.

Apply coating of specified dry film thickness (DFT) where thickness shall be absolute minimum coverage at any point of measurement as determined by the paint manufacturer.

BR-2 Railing shall be painted black.

Application Conditions 1. Apply all intermediate and finish coatings under conditions within the following tolerances: a. Air Temperature: Min. 50 deg. F to max. 90 deg. F. b. Surface Temperature: Min. 50 deg. F to max. 100 deg. F. c. Relative Humidity: Max. 65 percent. 2. Maintain surface dry and free from dust, dirt, oil, grease, or other contaminants. 3. Keep environment free of airborne dust and dirt until paint is dry. 4. To ensure compliance with this Specification, monitor all temperature and humidity levels continuously with a recording hydrothermograph with printed record available for review by the Contractorat any time during the Project. 5. Comply with all applicable federal, state, local, OSHA, EPA, and fire regulations for both spray and curing facilities. 6. Provide spray booth with a filtered exhaust. 7. Cure booth may be heated to accelerate paint dry time at applicators option, however strictly comply with paint manufacturer's instructions. Temperature shall not exceed 150°F. Use an indirect thermostat controlled gas-fired, forced hot-air blower; do not use infra-red type curing equipment. 8. Protect spray and curing booth with sprinkler system complying with NFPA 15. 9. Continuously monitor air in curing booth by a lower explosive limit (LEL) monitoring device connected to the ventilation system.

A00801 - 155 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 975.61 (Continued)

Products Provide thinners, driers, and other products manufactured, furnished, or approved by accepted manufacturers for use with their product.

Handle, store, mix, and apply paint materials, primers, and metal conditioners in accordance with recommendations of accepted manufacturers.

Should it appear that conflicts exist between such recommendations and the Specifications, obtain written clarification from the Engineer before proceeding with the work.

Top coat color shall be black.

All steel that has been hot dipped galvanized after fabrication and is specified to be painted, shall receive a shop applied tie coat and finish color coat as indicated herein. Tie coat and finish color coat shall be by the same manufacturer.

Surface Preparation All hot dip galvanized material shall be cleaned in accordance with Steel Structure Painting Council Specification SSPC-SP-1, Solvent Wipe followed by SSPC-SP-16, Brush-off Blast Cleaning of Non-Ferrous Metals. Following completion of cleaning procedures and prior to application of coating material the galvanized material shall be visually inspected to determine complete absence of contaminants and that proper tooth or profile exists for paint adhesion.

The cleaning procedures shall be performed carefully so that the galvanized thickness does not fall below the required 3.4-3.9 mil zinc thickness.

Field Repair Procedures Where factory applied coatings have become damaged Contractor shall submit proposed field repair procedures to MassDOT for approval.

All damaged areas shall be cleaned to SSPC-SP-2.

Method of Measurement and Basis of Payment Item 975.61 will be measured and paid for at the contract unit price per Foot of railing length installed, complete in place. This price shall include all labor, materials, tools, equipment, connections to bridge structure, and any incidentals necessary to complete the item in place.

A00801 - 156 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 989.25 CONCRETE CRACK REPAIR FOOT

The work under this item includes all labor, materials, and equipment necessary to injection grout structural and non-structural cracked concrete complete in place, as shown on the Plans and as directed by the Engineer.

The Engineer will field locate and determine the limits of work to which the quantity of work shall be applied.

Materials The materials to be used to perform the work shall be chosen from those listed as Concrete Crack Sealers, with the application of Pressure Injection of Cracks from the MassDOT Qualified Construction Materials List and approved by the Engineer.

Construction Methods The Engineer shall locate in the field, locations and limits of concrete crack repair as specified herein and shown on the Plans.

Surface and Crack Preparation: The surface must be clean and sound. Clean the cracks. Remove dust, dirt, debris, oil, laitance, grease, curing compound, impregnations, waxes, and other bond inhibiting materials and materials which will prevent epoxy penetration.

Use injection equipment and methods as recommended by the material manufacturer. Set appropriate injection ports based on the system used. Seal ports and cracks with materials specified by the crack filler material manufacturer. Inject full depth cracks in accordance with the manufacturer’s written instructions.

Mix materials in strict accordance with the manufacturer’s instructions.

Clean Up: Clean equipment and adjacent surfaces as recommended by the material manufacturer.

Remove injection ports and sealing materials from surfaces of concrete which will be permanently exposed to view or as otherwise directed by the Engineer. Grind the exposed surfaces smooth. Clean the exposed concrete surfaces to match the adjacent concrete.

A00801 - 157 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 989.25 (Continued)

Method of Measurement and Basis of Payment Item 989.25 will be measured by per linear Foot of crack repairs complete in place and accepted by the Engineer.

Measurements and calculations of crack length will be made by the Engineer in the field from one side of the exposed surface only. A crack may or may not propagate completely through the concrete. The full depth of the crack shall be repaired. No differentiation will be made based on the crack depth for measurement and payment purposes.

The Engineer will measure the crack in an essentially linear fashion and will not consider short, jagged changes in crack direction.

The measurements and calculations made by the Engineer will be used for payment purposes. Additional repair materials used to repair defective work, waste materials, and materials required because the Contractorexceeds authorized repair limits will not be measured for payment.

Item 989.25 will be paid for at the contract unit price per Foot, complete in place, which price shall constitute all work associated with the repair including but not limited to removal and disposal of loose and deteriorated concrete and other debris, surface preparation, material removal and disposal, injection ports, crack sealer, and removal of ports and surface sealer after the repair work is completed and all labor, materials, equipment, and incidentals necessary to complete the work.

ITEM 990.4 COFFERDAM STRUCTURE NO. L-15-049 (BX4) LUMP SUM

The work to be done under this Item shall conform to the relevant provisions of Section 140 of the Standard Specifications, the Supplemental Specifications, and the following:

Note that the Northern Canal is a controlled waterway owned by Enel Green Power North America (Enel). The canal owner has stated that a sheet pile cofferdam or any other system that penetrates the floor of the canal will not be allowed.

Construction activities associated for the proposed demolition of the pier and installation of the rock anchors as indicated on the Contract Drawings, shall be done using the cofferdam method as shown on the Contract Drawings, or alternate method as proposed by the Contractor as approved by the Engineer.

The work includes all bracing, dewatering, as well as any other materials, tools, equipment, labor, and other incidental items necessary for work that are indicated or implied as part of the construction of the cofferdam system structure.

A00801 - 158 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 990.4 (Continued)

Contractor shall abide by Section 140.60 for cofferdam system construction methods. The Contractor shall submit plans, stamped by Registered Professional Engineer in the Commonwealth of Massachusetts, to the Engineer for their information showing his proposed method of cofferdam system construction prior to the start of such construction. Plans shall also include any other incidental items used to complete the work, such as water diversion structures.

The cofferdam system shall be constructed to the depth and height to effectively block the water and allow for the Contractorto be able to install the rock anchors and to be able to remove the existing pier as indicated on the Contract Drawings.

The Contractor shall follow the guidelines of this specification for which dewatering is to be accomplished.

As part of the work under this Item, it is the responsibility of the Contractor to determine the need and extent of cofferdams, sand bags, sedimentation basins, dewatering techniques, sedimentation controls, system maintenance, and etc. needed to control water and sediment at the site. Construction operations shall be conducted in such a manner as to minimize siltation and prevent contamination of the waterway.

Prior to the start of work, the Contractor shall submit a water control plan to the Engineer for approval. This shall include methods of dewatering and sedimentation controls.

The Contractor shall submit complete working drawings and computation of his proposed dewatering system with supporting data as necessary to the Engineer for approval in accordance with Subsection 5.02 and the Special Provisions. These drawings shall be accompanied by design calculations. Both shall be certified by a Professional Engineer registered in the Commonwealth of Massachusetts. The Contractor shall make his own evaluation of existing conditions and water flow, and of the effects of his proposed temporary works and construction methods, and shall provide in his design for all loads and construction conditions necessary to permit construction of the specified structures while maintaining public safety and protecting complete work and all third party property from damage resulting from his operation.

A00801 - 159 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 990.4 (Continued)

Measures to control the discharge of pollutants into water resource areas shall include, but not be limited to the following: • Rigorous management of construction operations involving potentially hazardous materials, such as, refueling and maintenance of construction equipment. • Formulation of contingency plans to control accidental spillage from potentially hazardous materials. • Siting of construction staging areas outside of the buffer zones on relatively flat ground. • Installation and continuous maintenance of staked hay bales and filter fences to prevent sediment migration into adjacent downstream resource areas. Placement of erosion controls shall be as shown on the plans, as specified herein, or as directed by the Engineer, so as to accomplish maximum control of project related sediment mobilization. Additional erosion control measures shall be employed as necessary to prevent erosion and sedimentation of the streambed. These measures shall be maintained for the duration of the contract. • All discharge resulting from dewatering activities shall be directed to temporary sedimentation/retention basins located as necessary to control turbidity. At no time shall said discharge be directly released into adjacent resource areas.

The Contractor shall provide temporary water barriers, sandbags, filtering fabrics, silt fencing, sedimentation/retention basins and/or other effective procedures or structures together with all labor, materials, and equipment necessary for controlling water in the canal work areas. Such work shall be subject to the approval of the Engineer, but such approval will not relieve the Contractor of responsibility for the adequacy of construction, maintenance, operation and safety of the water control system.

Upon completion of the work, all cofferdams including dewatering components shall be removed from the site.

The Contractor shall comply with all permit conditions associated with cofferdam system work. The Contractor shall comply with requirements for work in, over, and adjacent to the canal.

The following is a permit condition of the Water Quality Certification issued by the Massachusetts Department of Environmental Protection: “A minimum of twenty-one (21) days prior to commencement of construction MassDOT/Contractor shall submit a fish relocation plan to the Department for review and approval. The Division of Marine Fisheries (contact: Jill Carr) shall be electronically copied on the Fish Relocation Plan. The plan shall include a requirement that as the work area is dewatered fish collection (of fish trapped between the cofferdam) shall be continuously collected and released to the Merrimack River and that the pump/pipes used for dewatering shall be fitted with screens or similar to prevent fish from entering the pipe.

A00801 - 160 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 990.4 (Continued)

In order to comply with this condition, the Contractor shall hire a fisheries biologist (Biologist) to develop and implement the fish relocation plan. Prior to hiring the Biologist, the Contractor shall submit the Biologist’s qualifications to MassDOT’s Environmental Compliance Office for approval. The Contractor will coordinate the construction commencement schedule with the Biologist to ensure the fish relocation plan is developed at least one month prior to the commencement of construction. The fish relocation plan will be submitted to MassDOT’s Environmental Compliance Office for approval, prior to submittal to MassDEP for review and approval. The fish relocation plan will include the development of a post-relocation report to be submitted to MassDOT.”

During construction and implementation of the cofferdam the Contractor shall be responsible for coordinating any necessary drawdowns with ENEL. The maximum continuous drawdown period allowed for this project is three months. Any drawdowns must occur within the months of June, July and August unless otherwise agreed to by Enel.

The Contractor must notify daily, of any work being performed in the canal, including any work being performed in the canal while the canal is filled.

The Contractor must know what the water levels will be for the duration of the work day. The City will not be responsible for Contractor delays or loss/damage of property due to fluctuating canal water levels. The velocity of the water in the canal may fluctuate without notice.

The Contractor is responsible for verification and protection for all utilities that may be affected by the construction and removal of the cofferdam. Any damage to utilities shall be repaired at the Contractor’s expense.

The Contractor will be responsible for protecting Enel owned submersible power cables in- place. This includes temporarily supporting the cables in-place during the work as needed for the construction of the boat sections. It is the responsibility of the Contractor to contact Enel to ensure the cables are de-energized.

The Contractor shall be responsible for removing and disposing offsite, any debris in the canal such as tires, bicycles carts, steel, signs and wood debris that are located in the work area. This includes debris removal beyond the work area if required to place cofferdams or set up dewatering pumps.

A00801 - 161 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 990.4 (Continued)

Basis of Payment Item 990.4 will be paid for at the Contract Lump Sum price, which price shall include full compensation for cofferdam system plan design and all required revisions, and all labor, equipment, worker protection, environmental compliance including fish relocation, materials, tools, and all other items to complete the work as contained in these specifications unless compensation has been provided for elsewhere.

Progress payments shall be as follows:

The first payment will be made at seventy percent (70%) of the contract Lump Sum bid price of this Item and will be paid upon completion of the installation of the cofferdam system, to the satisfaction and approval of the Engineer.

The final payment will be made for the remaining thirty percent (30%) of the contract Lump Sum bid price for this Item and will be paid upon completion of all work for this Item, including complete removal of the cofferdam system.

ITEM 990.5 COFFERDAM STRUCTURE NO. L-15-050 (BWY) LUMP SUM

The work to be done under this heading shall conform to applicable Section 950 of the Standard Specifications, the Supplemental Specifications, and the following:

Note that the Pawtucket Canal is a controlled waterway owned by Enel Green Power North America (Enel).

Construction activities associated with the proposed pier removal, channel excavation and installation of channel rip rap shall be done using the cofferdam method as shown on the Contract Drawings, or alternate method as proposed by the Contractor as approved by the Engineer

The work includes all bracing, dewatering, and steel sheeting, as well as any other materials, tools, equipment, labor, and other incidental items necessary for work that are indicated or implied as part of the construction of the cofferdam structure. This work does not include excavation within the cofferdam.

Contractor shall abide by Section 140.60 for cofferdam construction methods. The Contractor shall submit plans, stamped by Registered Professional Engineer in the Commonwealth of Massachusetts, to the Engineer for his information showing his proposed method of cofferdam construction prior to the start of such construction. Plans shall also include any other incidental items used to complete the work, such as water diversion structures.

A00801 - 162 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 990.5 (Continued)

The cofferdam shall be constructed to the depth and height required to demolish the existing pier and perform rip rap installation as shown on the Contract Drawings. The structural integrity of the existing pier cannot be compromised and must remain intact until all existing superstructure loads have been removed from the pier. Partial removal of the top of the existing pier on the Stage 1 side may be removed after the Stage 1 removal of the existing superstructure is complete in order to provide approximately one foot of clearance to the proposed bottom of beams.

The proposed cofferdam sequencing shown on the plans was developed to keep the existing pier intact until removal of the entire existing superstructure is complete. The proposed cofferdam sequence must also be completed in accordance with the plans in order maximize the flow through the site as the Pawtucket Canal serves as the primary feed for the entire canal system.

The Contractor shall verify the location of rock, if any, and ground conditions in this location and no additional compensation shall be granted if the conditions differ from what is shown on the plans.

The Contractor shall follow the guidelines of this specification for which dewatering is to be accomplished.

As part of the work under this Item, it is the responsibility of the Contractor to determine the need and extent of cofferdams, sand bags, sedimentation basins, dewatering techniques, sedimentation controls, system maintenance, and etc. needed to control water and sediment at the site. Construction operations shall be conducted in such a manner as to minimize siltation and prevent contamination of the waterway.

Prior to the start of work, the Contractor shall submit a water control plan to the Engineer for approval. This shall include the actual process of executing the excavation operations, methods of dewatering and sedimentation controls.

The Contractor shall submit complete working drawings and computation of his proposed dewatering system with supporting data as necessary to the Engineer for approval in accordance with Subsection 5.02 and the Special Provisions. These drawings shall be accompanied by design calculations. Both shall be certified by a Professional Engineer registered in the Commonwealth of Massachusetts. The Contractor shall make their own evaluation of existing conditions and water flow, and of the effects of his proposed temporary works and construction methods, and shall provide in his design for all loads and construction conditions necessary to permit construction of the specified structures while maintaining public safety and protecting complete work and all third party property from damage resulting from his operation.

A00801 - 163 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 990.5 (Continued)

Measures to control the discharge of pollutants into water resource areas shall include, but not be limited to the following: • Rigorous management of construction operations involving potentially hazardous materials, such as, refueling and maintenance of construction equipment. • Formulation of contingency plans to control accidental spillage from potentially hazardous materials. • Siting of construction staging areas outside of the buffer zones on relatively flat ground. • Scheduling of work within the resource areas to avoid periods of high flood (e.g., spring floods) and inclement weather. • Installation and continuous maintenance of staked hay bales and filter fences to prevent sediment migration into adjacent downstream resource areas. Placement of erosion controls shall be as shown on the plans, as specified herein, or as directed by the Engineer, so as to accomplish maximum control of project related sediment mobilization. Additional erosion control measures shall be employed as necessary to prevent erosion and sedimentation of the streambed. These measures shall be maintained for the duration of the contract. • All discharge resulting from dewatering activities shall be directed to temporary sedimentation/retention basins located as necessary to control turbidity. At no time shall said discharge be directly released into adjacent resource areas.

The Contractor shall provide temporary water barriers, sandbags, filtering fabrics, silt fencing, sedimentation/retention basins and/or other effective procedures or structures together with all labor, materials, and equipment necessary for controlling water in the canal work areas. Such work shall be subject to the approval of the Engineer, but such approval will not relieve the Contractor of responsibility for the adequacy of construction, maintenance, operation and safety of the water control system.

Upon completion of the work, all cofferdams including dewatering components shall be removed from the site other than those portions of the cofferdam that must be cut off and left in place as shown on the Contract Drawings.

The Contractor shall comply with all permit conditions associated with cofferdam work. The Contractor shall comply with requirements for work in, over, and adjacent to the canal.

A Time of Year (TOY) restriction from March 15 to June 30 (spring) and September 1 to November 15 (fall) for any silt producing activities has been included as a permit condition of the Water Quality Certification issued by the Massachusetts Department of Environmental Protection for Bridge L-15-50. Contractor shall complete as much of the sheetpile installation and removal operations outside of this TOY restriction as possible. All sheetpile installation and removal must be completed behind bottom-weighted turbidity (silt) curtains.

A00801 - 164 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 990.5 (Continued)

The following is a permit condition of the Water Quality Certification issued by the Massachusetts Department of Environmental Protection: “A minimum of twenty-one (21) days prior to commencement of construction MassDOT/Contractor shall submit a fish relocation plan to the Department for review and approval. The Division of Marine Fisheries (Jill Carr) shall be electronically copied on the Fish Relocation Plan. The plan shall include a requirement that as the work area is dewatered fish collection (of fish trapped between the cofferdams) shall be continuously collected and released to the Merrimack River and that the pump/pipes used for dewatering shall be fitted with screens or similar to prevent fish from entering the pipe.

In order to comply with this condition, the Contractor shall hire a fisheries biologist (Biologist) to develop and implement the fish relocation plan. Prior to hiring the Biologist, the Contractor shall submit the Biologist’s qualifications to MassDOT’s Environmental Compliance Office for approval. The Contractor will coordinate the construction commencement schedule with the Biologist to ensure the fish relocation plan is developed at least one month prior to the commencement of construction. The fish relocation plan will be submitted to MassDOT’s Environmental Compliance Office for approval, prior to submittal to MassDEP for review and approval. The fish relocation plan will include the development of a post-relocation report to be submitted to MassDOT.”

During construction of each phase of the cofferdam the Contractor shall coordinate the flows with ENEL during construction. These flows are be controlled by the downstream Francis Gatehouse. The table below reflects the maximum flow rates for each stage of construction as shown in the Water Control and Construction Procedure in the contract plans.

Construction Phase Max Flow Allowed Boundary Condition Free Flow (CFS) Water Control Stage II 1,500 Water Control Stage III 1,000 Water Control Stage IV 1,200

Note: The Contractor must notify Enel daily of any work being performed in the canal.

The City and MassDOT will not be responsible for Contractor delays or loss/damage of property due to fluctuating canal water levels. The velocity of the water in the canal may fluctuate without notice.

The Contractor is responsible for verification and protection for all utilities that may be affected by the construction and removal of the cofferdam. Any damage to utilities shall be repaired at the Contractor’s expense.

The Contractor shall be responsible for removing and disposing offsite, any debris in the canal such as tires, bicycles carts, steel, signs and wood debris that are located in the work area. This includes debris removal beyond the work area if required to place cofferdams or set up dewatering pumps.

A00801 - 165 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 990.5 (Continued)

Basis of Payment Item 990.5 will be paid for at the contract unit price, Lump Sum which price shall include full compensation for water control system plan design and all required revisions, and all labor, equipment, worker protection, environmental compliance including turbidity curtains and fish relocation, materials, tools, and all other items to complete the work as contained in these specifications unless compensation has been provided for elsewhere.

Progress payments shall be as follows:

The first payment will be made for forty percent (40%) of the contract Lump Sum bid price of this Item and will be paid upon completion of the installation of the water control system needed for Stage 1 as shown in the Contract Plans, to the satisfaction and approval of the Engineer.

The second payment will be made for the next forty percent (40%) of the contract Lump Sum bid price for this Item and will be paid upon completion of the installation of the water control system needed for Stage 2 as shown in the Contract Plans, to the satisfaction and approval of the Engineer.

The final payment will be made for the last twenty percent (20%) of the contract Lump Sum bid price for this Item and will be paid upon completion of all work for this Item, including complete removal of the water control system.

ITEM 991.1 CONTROL OF WATER - STRUCTURE NO. L-15-035 (87G) LUMP SUM

The work to be performed under this Item shall include all pumping, sandbagging, earth, and other measures necessary for sufficient water control to accomplish the removal and disposal of treated timber and debris in the canal bed, installation of the concrete boat section slabs and walls, concrete excavation, drilling and grouting of dowels through the pier, installation of gravel borrow and rip rap, demolition of abandoned utilities and portions of the existing structure, and the construction of the proposed structure in the dry.

Note: The Pawtucket Canal is a controlled waterway owned by Enel Green Power North America (Enel). The canal owner has stated that a sheet pile cofferdam or any other system that penetrates the floor of the canal will not be allowed.

Dewatering shall be conducted to ensure that all construction of the boat slab and walls, gravel borrow, and rip rap on geotextile fabric for separation is performed in the dry. For demolition purposes, dewatering shall be conducted on an as needed basis as determined by the Contractor.

It is the responsibility of the Contractor to determine the need and extent of dewatering required and to submit methods and materials he/she proposes to use for the Engineer's approval.

A00801 - 166 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 991.1 (Continued)

Construction Methods Plans and calculations for all sandbagging, dikes, coated fabric steel frame cofferdams, and other water control measures shall be developed by the Contractor. These plans and calculations shall be prepared and stamped by a Professional Engineer registered in the Commonwealth of Massachusetts and shall be submitted for the approval of the Engineer prior to the start of construction.

The Contractor shall use such equipment and shall perform their operations in such a manner that boiling or other disturbances of the soil in the area of work will be prevented. The Contractor shall keep the area being excavated dry by such means that water will be prevented from entering from the adjacent soils and adversely affecting the stability of the foundation material or supporting soils.

All dewatering and related earthwork shall be conducted in such a manner as to prevent siltation or contamination of the waterway.

The pumping discharge shall not be allowed to enter directly into the Pawtucket Canal. The water from the work areas shall be pumped to a settling tank or tanks. The tank(s) shall be constructed so as to allow for the pumped water to pass through the tank with sediments settling out before out letting to an area enclosed by hay bales. The tank can be constructed of concrete, fiberglass or any other material that will meet the following: 1. Approximately 70 percent sedimentation trapping efficiency shall be achieved with a typical tank to ensure that the tanks are adequately sized to prevent overtopping from dewatering and to provide the required filtering. 2. The outlet from the settling tank shall not cause erosion of the surrounding area. An approved method of controlling erosion, such as an erosion control blanket, stone, etc., shall be used at the outlet of the tank.

The settling tanks shall be maintained as follows: 1. Inspect at least twice daily during dewatering operations. 2. Repair any damage immediately. 3. Clean tank outlet daily. Remove any debris immediately. 4. Remove sediments when deposits reach 8 inches below the outlet invert. 5. Dispose sediments outside of wetland areas at a location approved by the Engineer.

The Contractor shall inspect hay bales that surround the outlet daily and shall immediately replace any that are damaged.

Placement of the tanks will be as directed by the Engineer due to specific site conditions and staging operations of the Contractor.

Pumping shall be conducted in a manner which will not adversely affect the work within the excavation.

A00801 - 167 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 991.1 (Continued)

The Contractor shall provide and maintain ample pumps, pipes and other devices to promptly and continually remove and dispose of water from the excavation areas. The size and configuration of pumps and pipes shall be selected by the Contractor.

The Contractor shall comply with all permit conditions associated with water control work. The Contractor shall comply with requirements for work in, over, and adjacent to the canal.

The following is a permit condition of the Water Quality Certification issued by the Massachusetts Department of Environmental Protection: “A minimum of twenty-one (21) days prior to commencement of construction MassDOT/Contractor shall submit a fish relocation plan to the Department for review and approval. The Division of Marine Fisheries (Contact: Jill Carr) shall be electronically copied on the Fish Relocation Plan. The plan shall include a requirement that as the work area is dewatered fish collection (of fish trapped between the water control structures) shall be continuously collected and released to the Concord River and that the pump/pipes used for dewatering shall be fitted with screens or similar to prevent fish from entering the pipe.

In order to comply with this condition, the Contractor shall hire a fisheries biologist (Biologist) to develop and implement the fish relocation plan. Prior to hiring the Biologist, the Contractor shall submit the Biologist’s qualifications to MassDOT’s Environmental Compliance Office for approval. The Contractor will coordinate the construction commencement schedule with the Biologist to ensure the fish relocation plan is developed at least one month prior to the commencement of construction. The fish relocation plan will be submitted to MassDOT’s Environmental Compliance Office for approval, prior to submittal to MassDEP for review and approval. The fish relocation plan will include the development of a post-relocation report to be submitted to MassDOT.”

During construction and implementation of the water control measures the Contractor shall be responsible for coordinating any necessary drawdowns with Enel. The maximum continuous drawdown period allowed for this project is three months. Any drawdowns must occur within the months of June, July and August unless otherwise agreed to by Enel.

All work that needs to be performed in the canal at this location should have the Upper Pawtucket Canal drained which the Contractor can request of Enel. This includes opening the main head gate at Lower Locks which is located just downstream of the Central St. Bridge.

The Contractor must notify Enel daily, of any work being performed in the canal, including any work being performed in the canal while the canal is filled.

The Contractor must know what the water levels will be for the duration of the work day. The City will not be responsible for Contractor delays or loss/damage of property due to fluctuating canal water levels. The velocity of the water in the canal may fluctuate without notice.

A00801 - 168 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 991.1 (Continued)

The Contractor is responsible for verification and protection for all utilities that may be affected by the construction and removal of the water control measures. Any damage to utilities shall be repaired at the Contractor’s expense.

The Contractor will be responsible for protecting Enel owned submersible power cables in-place. This includes temporarily supporting the cables in-place during the work as needed for the construction of the boat sections. It is the responsibility of the Contractor to contact Enel to ensure the cables are de-energized. If splicing of any cables is required as determined by Enel this work shall be completed by Enel or its SubContractor.

The Contractor shall be responsible for removing and disposing offsite, any debris in the canal such as tires, bicycles carts, steel, signs and wood debris that are located in the work area. This includes debris removal beyond the work area if required to place water control measures or set up dewatering pumps.

Basis of Payment Item 991.1 will be paid for at the contract unit price Lump Sum. This price shall include all water control work, including the design of the dewatering system, environmental compliance including fish relocation, all labor, equipment, materials and any incidentals necessary to complete the work.

ITEM 991.3 CONTROL OF WATER - LUMP SUM STRUCTURE NO. L-15-047 (87H)

The work to be performed under this Item shall include all pumping, sandbagging, earth, and other measures necessary for sufficient water control to accomplish the muck excavation, installation of vertical wales and horizontal struts, concrete excavation, replacement of existing horizontal struts, installation of crushed stone fill on geotextile fabric for separation, demolition of portions of the existing structure and the construction of the proposed structure in the dry. Note that the Western Canal is a controlled waterway owned by Enel Green Power North America (Enel). The canal owner has stated that a sheet pile cofferdam or any other system that penetrates the floor of the canal will not be allowed.

Dewatering shall be conducted to ensure that all construction of the abutments, struts, wales, and crushed stone fill on geotextile fabric for separation is performed in the dry. For demolition purposes, dewatering shall be conducted on an as needed basis as determined by the Contractor.

It is the responsibility of the Contractorto determine the need and extent of dewatering required and to submit methods and materials he/she proposes to use for the Engineer's approval.

A00801 - 169 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 991.3 (Continued)

Construction Methods Plans and calculations for all sandbagging, dikes, coated fabric steel frame cofferdams, and other water control measures shall be developed by the Contractor for this Item. These plans and calculations shall be prepared and stamped by a Professional Engineer registered in the Commonwealth of Massachusetts and shall be submitted for the approval of the Engineer prior to the start of construction. It is anticipated that the Contractor will use the Moody Street Gate as part of his water control scheme, and that this will potentially require supplemental additional sandbags and liner.

The Contractor shall use such equipment and shall perform their operations in such a manner that boiling or other disturbances of the soil in the area of work will be prevented. The Contractor shall keep the area being excavated dry by such means that water will be prevented from entering from the adjacent soils and adversely affecting the stability of the foundation material or supporting soils.

All dewatering and related earthwork shall be conducted in such a manner as to prevent siltation or contamination of the waterway.

The pumping discharge shall not be allowed to enter directly into the Western Canal. The water from the work areas shall be pumped to a settling tank or tanks. The tank(s) shall be constructed so as to allow for the pumped water to pass through the tank with sediments settling out before out letting to an area enclosed by hay bales. The tank can be constructed of concrete, fiberglass or any other material that will meet the following: 1. Approximately 70 percent sedimentation trapping efficiency shall be achieved with a typical tank to ensure that the tanks are adequately sized to prevent overtopping from dewatering and to provide the required filtering. 2. The outlet from the settling tank shall not cause erosion of the surrounding area. An approved method of controlling erosion, such as an erosion control blanket, stone, etc., shall be used at the outlet of the tank.

The settling tanks shall be maintained as follows: 1. Inspect at least twice daily during dewatering operations. 2. Repair any damage immediately. 3. Clean tank outlet daily. Remove any debris immediately. 4. Remove sediments when deposits reach 8 inches below the outlet invert. 5. Dispose sediments outside of wetland areas at a location approved by the Engineer.

The Contractor shall inspect hay bales that surround the outlet daily and shall immediately replace any that are damaged.

A00801 - 170 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 991.3 (Continued)

Placement of the tanks will be as directed by the Engineer due to specific site conditions and staging operations of the Contractor.

Pumping shall be conducted in a manner which will not adversely affect the work within the excavation.

The Contractor shall provide and maintain ample pumps, pipes and other devices to promptly and continually remove and dispose of water from the excavation areas. The size and configuration of pumps and pipes shall be selected by the Contractor.

The Contractor shall comply with all permit conditions associated with water control work. The Contractor shall comply with requirements for work in, over, and adjacent to the canal.

The following is a permit condition of the Water Quality Certification issued by the Massachusetts Department of Environmental Protection: “A minimum of twenty-one (21) days prior to commencement of construction MassDOT/Contractor shall submit a fish relocation plan to the Department for review and approval. The Division of Marine Fisheries (Contact: Jill Carr) shall be electronically copied on the Fish Relocation Plan. The plan shall include a requirement that as the work area is dewatered fish collection (of fish trapped between the water control structures) shall be continuously collected and released to the Merrimack River and that the pump/pipes used for dewatering shall be fitted with screens or similar to prevent fish from entering the pipe.

In order to comply with this condition, the Contractor shall hire a fisheries biologist (Biologist) to develop and implement the fish relocation plan. Prior to hiring the Biologist, the Contractor shall submit the Biologist’s qualifications to MassDOT’s Environmental Compliance Office for approval. The Contractor will coordinate the construction commencement schedule with the Biologist to ensure the fish relocation plan is developed at least one month prior to the commencement of construction. The fish relocation plan will be submitted to MassDOT’s Environmental Compliance Office for approval, prior to submittal to MassDEP for review and approval. The fish relocation plan will include the development of a post-relocation report to be submitted to MassDOT.”

During construction and implementation of the water control measures the Contractor shall be responsible for coordinating any necessary drawdowns with Enel. The maximum continuous drawdown period allowed for this project is three months. Any drawdowns must occur within the months of June, July and August unless otherwise agreed to by Enel.

A00801 - 171 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 991.3 (Continued)

In order to lower the canal levels in the Western Canal, Contractor shall contact Enel to dewater the Upper Pawtucket Canal. In addition, request the Tremont St. Gatehouse Gates to be open.

The Contractor must notify Enel daily, of any work being performed in the canal, including any work being performed in the canal while the canal is filled.

The Contractor must know what the water levels will be for the duration of the work day. The City will not be responsible for Contractor delays or loss/damage of property due to fluctuating canal water levels. The velocity of the water in the canal may fluctuate without notice.

The Contractor is responsible for verification and protection for all utilities that may be affected by the construction and removal of the water control measures. Any damage to utilities shall be repaired at the Contractor’s expense.

The Contractor shall be responsible for removing and disposing offsite, any debris in the canal such as tires, bicycles carts, steel, signs and wood debris that are located in the work area. This includes debris removal beyond the work area if required to place water control measures or set up dewatering pumps.

Basis of Payment Item 991.3 will be paid at the contract unit price Lump Sum. This price shall include the design of the dewatering system, environmental compliance including fish relocation, all labor, equipment, material, and any incidentals necessary to complete the work.

ITEM 992.03 ALTERATION TO BRIDGE STRUCTURE LUMP SUM BRIDGE NO. L-15-047 (87H)

The work under this Item shall conform to the applicable provisions of Section 995 of the Standard Specifications and the specific requirements stipulated below for the component parts of this Item. For those component parts where no specific requirement is stipulated, the Standard Specifications shall apply except for payment.

Work under this Item shall include all materials, equipment, and labor needed to construct the following: reinforced concrete work with epoxy coated steel reinforcement for the abutments, coated structural steel wales, struts and connections, coated structural steel beams, shear stud connectors for new and existing steel, high performance (HP) cement concrete bridge deck, waterproofing protective course, sidewalk deck, pavement sawcut and sealing bridge joints, and BR-2 concrete barriers and steel rails, and all incidental work.

The work does not include any items listed separately in the proposal. Payment for materials shown on the Plans as being part of this bridge structure or which may be incidental to its construction and are not specifically included for payment under another Item shall be considered incidental to the work performed under this Item and shall be included in the unit price of the component of which they are a part.

A00801 - 172 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 992.03 (Continued)

The Contractor is responsible for the means and methods of construction for all elements included within the construction contract, including temporary support, providing adequate bracing during construction, cofferdam and/or temporary diversion structures. The permits for construction of this bridge were granted based upon a designated method of construction. (See Water Quality Certificate with drawings.) The Contractor will be responsible for any permit amendments required for deviations from this method of construction.

The Contractor shall comply with requirements for work in, over, and adjacent to the canal as described in these Special Provisions.

MISCELLANEOUS STRUCTURAL STEEL The work to be done under this heading shall conform to the relevant provisions of Section 960 of the Supplemental Specifications and the following:

The Contractor shall submit a detail for a plain elastomeric pad on steel shims to the Engineer for review and approval. The pad and shims shall temporarily hold the proposed steel beams at the required elevation shown on the Plans until the concrete encasement has cured. Any supplemental temporary bracing that may be required to ensure that the beam remains in place and stable during the concrete pour and curing shall be considered incidental to this item.

SAWING AND SEALING JOINTS IN ASPHALT PAVEMENT AT BRIDGE The work under this heading consists of saw cutting the proposed pavement at the bridge to the depth, width and shape shown on the Plans.

Prior to the start of the asphalt pavement operation, the Contractor shall place a mark on each curb or barrier on either side of the paved roadway. Additional marks may be necessary to establish the angle points shown on the Plans. These marks shall be aligned with the actual end of the bridge deck and shall be placed so that they will not be covered or otherwise obscured by the asphalt pavement.

After the completion of the paving operation, the Contractor shall snap a straight chalk line on the pavement between these two marks or additional marks needed for angle point shown on the Plans. The Contractor shall then saw cut the pavement along this line to the depth, width and shape shown on the Plans. The equipment shall be approved by the Engineer prior to commencing work.

After completing the saw cutting, the Contractor shall clean the saw groove of any dust and debris with an oil free air blast. If the groove was wet sawn, the groove shall be cleaned with a water blast to remove any remaining slurry and debris, vacuumed with a Wet-or-Dry vacuum to remove any standing water, and then dried with an air blast from a Hot-Air-Lance.

A00801 - 173 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 992.03 (Continued)

Once the groove is clean and dry, the Contractor shall fill it completely with a hot-applied bituminous crack sealer meeting the requirements of M3.05.4 in accordance with the manufacturer’s application instructions and restrictions regarding ambient and material temperatures. The crack sealer shall be thoroughly cured prior to opening the road to traffic. To reduce tackiness, only boiler slag aggregate (black beauty) shall be scattered over the sealer when deemed necessary by the Engineer. Conventional sand shall not be used for this purpose.

4000 PSI, ¾ IN., 585 HP CEMENT CONCRETE The work to be done under this heading shall conform to the relevant provisions of Subsection 901 of the Supplemental Specifications and the following:

4000 PSI, ¾ IN., 585 HP Cement Concrete shall be used to construct the deck slab and at those areas designated by the Engineer, and/or as designated on the Plans. This concrete shall conform to all material requirements contained in Subsection M4.06.1 of the Supplemental Specifications, with the exception of the cementitious content, which shall be limited to a maximum of 585 pounds per cubic yard.

PLACEMENT, FINISHING AND CURING OF CAST IN PLACE CONCRETE DECKS These procedures shall be followed only when the concrete bridge deck shall be cast entirely in the field. These procedures do not apply to any precast deck components, including precast full depth concrete deck panels and decks cast as part of a prefabricated bridge unit (PBU), or closure pours used to connect precast decks in the field.

Subsection 901.66 A The entire existing Subsection 901.66 A shall be replaced by the following:

At least 30 calendar days prior to the proposed start of placing the concrete bridge deck, the Contractor shall submit to the Engineer for approval a Placement and Curing Plan that will specify all of the steps, methods, equipment and personnel that Contractor shall use to construct the concrete deck in compliance with these specifications. Approval of this plan will not relieve the Contractor of the responsibility for the satisfactory performance of his/her methods and equipment. The Placement and Curing Plan shall, at a minimum, specify: 1. The method that will be used to convey the concrete from the truck to all locations on the deck where it will be placed. This will also include the conveyance equipment, rate of concrete placement and the estimated time for the completion of all concrete placement, consolidation and finishing operations up to the start of curing.

A00801 - 174 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 992.03 (Continued)

2. The type and number of finishing machines and work bridges including the plan for erecting the rails and operating the finishing machine. This will include proof of the following minimum operator qualifications for the bridge deck finishing machine: a) Five years of experience operating machines or similar type and manufacturer as that proposed. b) Proof of no less than five bridge decks of similar size, placed using a machine of the same manufacturer as that proposed. Or, as a substitute for a. and b.: c) A representative of the manufacturer of the bridge deck finishing machine shall be present on the site a minimum of 24 hours in advance of the proposed deck placement to approve the setup of the machine and rail system, and the representative shall be present for the entire duration of the placement of the deck concrete using the bridge deck finishing machine. 3. The sequence of concrete pours, including any retarders or other concrete admixtures and dosage rates required to complete the placement, consolidation and finishing operations prior to curing in accordance with the Contractor’s intended sequence of operations. 4. The provisions for consolidating the concrete including the number of vibrators and number of personnel that will be dedicated exclusively for this operation. 5. The method for curing the concrete deck. This will include the number of personnel that will be exclusively dedicated for this operation, the means for pre-wetting the burlap, the location of the wet burlap at the work site, the means for conveying the wet burlap to the work bridges and the amount of wet burlap that will be required to completely cover the deck. It shall also include a letter certifying that the fogging equipment attached to the finishing machine produces atomized water droplets with an average droplet diameter of 0.003 inches (76 μm) or less that are uniformly distributed at a rate of at least 0.10 gallons/square foot/hour (4 liters/square meter/hour) 6. Consideration of weather conditions that can be anticipated at the time of placement of the deck concrete. When cold weather can be reasonably expected either within 7 days before the anticipated concrete placement, or during the 14 day wet curing period, the Contractor shall include detailed procedures for the production, transportation, and placement of the concrete, including: provisions for enclosures to protect the placed concrete, including a plan of heating devices, types and locations around structure and the means for holding the enclosure securely in place; cold weather curing procedures; and the means for monitoring the temperature of concrete during cold weather. 7. Equipment that will be used to measure ambient air temperature, concrete temperature and relative humidity of the air at the construction site. 8. The number of all other personnel, in addition to the ones already identified in bullets 4 and 5, who will be engaged in the concrete placement operation and their assigned tasks. All personnel, including the ones already identified in bullets 4 and 5, shall have the experience and skills appropriate to their working assignment 9. A contingency and backup plan in case of equipment failure.

A00801 - 175 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 992.03 (Continued)

A pre-placement meeting shall be held between the Contractor and the Engineer at least 2 weeks prior to the start of any concrete placement for the deck slab. The Contractor and the Engineer shall review all aspects of the approved Placement and Curing Plan.

Twenty four (24) hours before the scheduled start of concrete placement, the Engineer shall verify that all equipment and materials identified in the Placement and Curing Plan are onsite and have been tested to insure that they are in working order and are functioning as required. Upon the successful completion of this verification, the Engineer shall allow the concrete placement to proceed. If any equipment or material such as burlap is missing or equipment is malfunctioning, the concrete placement operations shall be canceled and shall not be re- scheduled until such time as the missing equipment or material is delivered to the site or the equipment has been repaired and is demonstrated to be in working order and functioning as required. The Contractor shall be responsible for any costs associated with the cancellation and rescheduling of the concrete placement operation that is due to missing equipment or material or malfunctioning equipment.

Subsection 901.66 B The following shall be added to the requirements of the existing Subsection 901.66 B:

Cement concrete for bridge decks shall not be placed when the ambient air temperature exceeds 85°F (29°C) or is expected to exceed 85°F (29°C) during the placement of the deck. The Contractor shall measure the ambient air temperature, relative humidity of the air at the construction site and concrete temperature. Concrete temperature will be taken from the same sample used for slump and air content tests. These measurements will be taken prior to the commencement of concrete placement to determine the evaporation rate using Figure 1 and every hour thereafter until the end of the concrete placement, consolidation and finishing operation to check the evaporation rate in order to determine if it remains within the limits specified. To document the readings, the Bridge Deck Placement Environment form shown below shall be filled out by the Contractor and submitted to the Engineer.

A00801 - 176 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 992.03 (Continued)

Bridge Deck Placement Environment City/Town: Date: Bridge Number: Contract Number: Start Station: End Station: Time Air Relative Concrete Wind Evaporation Measured Temp. Humidity (%) Temp. Velocity Rate Prior to Casting Hourly

After Casting Signature - Contractor’s Authorized Printed Name: Representative: Signature - MassDOT Resident Engineer: Printed Name:

The existing Subsection 901.66 B 1 shall be replaced by the following:

1. Misting the surface of the concrete with pressurized equipment attached to the finishing machine until the curing cover is applied. The water mist shall be distributed at a rate of at least 0.10 gallons/square foot/hour (4 liters/square meter/hour). For example, on a deck that is 30 feet (9.1 meters) wide, the system must be able to apply at least 3.0 gallons of water per linear foot per hour (36.4 liters/meter-hour). The nozzles must produce an atomized fog mist that will maintain a sheen of moisture on the concrete surface without ponding. The atomized water droplets shall have an average droplet diameter of 0.003 inches (76 μm) or less. The area of coverage from each nozzle shall overlap all adjacent coverage areas by at least 12 inches (305 millimeters). Water that drips from the nozzles shall not be allowed to fall onto the concrete that is being cured.

The following shall be added to the requirements of the existing Subsection 901.66 B:

1. Reschedule the placement until such time as the environmental conditions are acceptable, such as at night or during early morning hours.

A00801 - 177 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 992.03 (Continued)

Subsection 901.66 D The entire existing Subsection 901.66 D shall be replaced by the following:

The concrete shall be consolidated by means of approved high frequency internal vibrators (9000 – 12,500 vibrations per minute in concrete) that shall be applied in a manner to ensure the consolidation of the concrete throughout the full depth of the deck in advance of the finishing machine. The Contractor shall take preventive measures to insure that the vibrators during operation shall not damage the epoxy coated reinforcement. The Contractor shall have no less than 2 approved vibrators in service at all times during the placement of the first 30 cubic yards (27 cubic meters) per hour of cement concrete placed and shall have additional vibrators in service at all times at the rate of one vibrator per each additional 30 cubic yards (27 cubic meters) per hour of cement concrete placed. These vibrators shall be in operation in addition to the surface vibratory action from the vibrating pan(s) of the finishing machine. Consolidation by the vibrators shall leave the concrete free from voids and insure a dense surface texture, but the vibration of the concrete shall not be continued so long as to cause segregation or bleeding. A small uniform quantity of concrete shall be maintained ahead of the screed on each pass. At no time shall the quantity of concrete carried ahead of the screed be so great as to cause slipping or lifting.

EXPOSED CONCRETE DECK CRACK SEALING Concrete crack sealing shall only be performed on concrete decks whose surface is to remain exposed as called for on the Plans. Concrete crack sealing shall not be performed on any concrete decks where any waterproofing membrane with an asphalt wearing surface shall be installed, since the waterproofing membrane seals any cracks present in the concrete deck surface from water infiltration.

After the 14 day concrete bridge deck curing period has been completed and prior to the application of loaded vehicles, the Engineer shall survey the entire deck to determine if there are any cracks present. The Engineer shall determine width of cracks found using a crack width indicating comparator card made of clear plastic with lines of specified width on the cards. These cracks are assumed to be non-moving and to have been caused by inadequate control of shrinkage or temperature stresses during curing. Cracks that are of structural concern shall be repaired by other methods determined by the Engineer. All required crack sealing and crack repairs shall be performed by the Contractor without additional compensation. The Contractor shall be required to seal cracks even if the environmental conditions during placement and curing satisfied specification requirements.

A00801 - 178 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 992.03 (Continued)

The type of Cement Concrete crack sealing required shall be determined as a function of the surface type and maximum crack width as follows: • Top surfaces of exposed concrete bridge decks with slopes up to and including 15%: • Cracks less than 0.006” (0.15 mm) wide shall be ignored; • Cracks greater than or equal to 0.006” (0.15 mm) wide and less than 0.020” (0.50 mm) wide shall be sealed with an approved methacrylate; • Cracks greater than or equal to 0.020” (0.50 mm) wide shall be sealed using either epoxy injection or methacrylate with a sand filler.

Undersides of bridge decks and top surfaces of exposed concrete bridge decks with slopes greater than 15%: • Cracks less than 0.006” (0.15 mm) wide shall be ignored; • Cracks greater than or equal to 0.006” (0.15 mm) wide and less than 0.020” (0.50 mm) wide shall be sealed with an approved silane sealer; • Cracks greater than or equal to 0.020” (0.50 mm) wide shall be sealed using epoxy injection.

Before sealing, the concrete must be clean, sound, and free of any contaminants and surface moisture. Any other surface contaminants shall be removed by abrasive blast cleaning. Once all concrete surface contaminants are removed, the concrete shall be swept clean and blown off using oil-free compressed air immediately prior to applying the sealer.

Crack sealing materials shall be applied by skilled applicators under a supervisor with proven successful experience in applications with a similar scope of work. All crack sealing materials shall be applied strictly in accordance with the manufacturer’s instructions within the allowable ambient temperature range restrictions. If a heated enclosure is used to accomplish this, the heating units shall be properly vented to the outside of the enclosure to prevent products of combustion from exhausting within the enclosure.

Silane Crack Sealer shall consist of a clear, breathable, high-performance, 100 percent solids by weight Silane sealer for protecting new and existing concrete surfaces. It must penetrate deeply, sealing out water, chloride ions, and acids, and prevent damage from freeze/thaw cycles. The Silane Crack Sealer material shall be listed on the MassDOT QCML.

The methacrylate crack sealer shall consist of a high molecular weight low viscosity methacrylate monomer. The methacrylate material shall, as a minimum, provide the following as applied properties:

Property Value Test Viscosity < 25 cps ASTM D2393- 86 Bond Strength > 1500 psi ASTM C882 Tensile Elongation > 3% ASTM D638

A00801 - 179 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 992.03 (Continued)

A dam shall be created on either side of the crack with silicone caulk. Methacrylate shall then be poured into the valley created by this dam. The methacrylate shall be refilled as necessary as it seeps into the crack to ensure the crack is completely filled. If large quantities of methacrylate are used and the crack is not getting filled, the crack should be filled with pre-bagged dried silica sand filler and the crack shall then be re-filled with methacrylate. Once the methacrylate stops seeping into the crack, the Contractor shall remove the silicone caulk dams and any remaining methacrylate contained within with a putty knife or other tool that can scrape them off the concrete surface.

Epoxy injection crack sealing shall be performed using an Epoxy-Resin for Cement Concrete Crack Injection that conforms to AASHTO M235, Type IV, Grade I. The cracks shall be cleaned with compressed air. Surface mounted injection ports shall then be installed over the centers of the cracks and mounted with rapid setting epoxy material. The spacing of these ports shall be contingent upon the crack sealing material and the injection equipment chosen. Socket porting shall be allowed provided that a hollow drill bit and vacuum system is used to prevent debris from entering the cracks. The crack widths shall be noted during port installation. After the ports are installed, the crack surfaces shall be sealed with a high modulus, 100% solids, moisture tolerant epoxy paste adhesive. This material shall be capped with fine sand before it is cured. After the capping material has cured, the cracks shall be injected with the epoxy resin compound. The injection pressure used to seal the cracks shall be based upon a number of factors including crack width, crack depth, and the epoxy material used. Injection shall be accomplished using a metered system. The system shall be equipped with a pressure gauge accurate for the pressures anticipated for this work. Injection shall start at the widest point of the crack and shall continue until the narrowest portions of the crack have been filled. Injection shall continue until refusal. If epoxy is observed at adjacent ports, the adjacent port shall be capped and injection shall continue until refusal occurs. Once refusal occurs, injection shall continue at the next wet port until refusal is reached.

After the methacrylate and/or epoxy injection crack sealing has been completed and prior to cutting grooves in the concrete deck surface in accordance with Subsection 901.66 H 2 of the Supplemental Specifications, those deck areas where the repairs were made shall be ground down to the clean concrete substrate using a grinder in order to remove any cured methacrylate and/or epoxy paste remaining on top of the bridge deck surface. All surface mounted injection ports shall also be removed or ground down to the level of the surface of the bridge deck.

A00801 - 180 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 992.03 (Continued)

SHEAR CONNECTORS The work under this heading shall conform to the applicable provisions of Sections 901 and 960 of the Standard Specifications and the material requirements outlined in M8.04.1 and the following:

Work under this heading shall be for attaching shear connectors as shown and detailed on the drawings to the existing and proposed steel beams in the field.

Prior to welding the studs, the Contractor shall clean the top flange of the beams as recommended by the manufacturer.

Included under this heading are the testing and the development of welding procedures that are required to weld shear connectors to the existing steel beams to remain. If a welding procedure cannot be developed, then the Contractor shall notify the Engineer which beam(s) have a weldability issue for resolution.

CORING AND GROUTING DOWELS The work to be done under this heading shall conform to the relevant provision of Section 901 of the Standard Specifications, Supplemental Specifications and the following:

The work required by this item shall include the coring, installation, and grouting of #5 dowels into the existing sidewalk and roadway concrete deck as indicated on the Contract Drawings. All materials and equipment required to perform the work shall be incidental to this item with the exception of the #5 reinforcing steel.

The #5 dowel reinforcing steel is to be paid for separately under the respective reinforcing or bridge structure item.

Dowel embedment shall be as shown on the Plans.

Two test dowel bars of each dowel size shall be installed in the existing concrete and tested by the Contractor for pull-out. The pull-out force shall correspond to 90% of the yield strength of the bar. If any of the tested bars pull out or if the surrounding concrete shows signs of cracking, the Contractor must adjust the hole diameter, embedment, length and/or grouting material to meet this test requirement. All testing of the drilled and grouted dowels shall be performed by the Contractor and is incidental to the work under this heading. The method of applying the tension test load to the dowels shall conform to ASTM E488.

Details of the testing equipment used and the locations and details of the test dowels shall be submitted to the Engineer for approval. The Contractor shall perform this test as soon as possible in order to eliminate delays in construction due to the approval process. Dowels shall not be ordered until the embedment lengths have been approved by the Engineer.

A00801 - 181 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 992.03 (Continued)

Materials The adhesive to be used for these cored and grouted dowels shall be listed on the MassDOT Approved Materials and Fabricators, Construction Materials list under Adhesive Anchors.

The Contractor shall submit to the Engineer for approval the product data on the adhesive selected along with the manufacturer’s recommended hole size prior to coring and anchoring the dowels.

Construction Methods The Contractor shall strictly follow the recommendations of the manufacturer for coring and preparation of holes, hole diameters, and mixing and placing the adhesive material for the dowels. The Contractor shall adhere to the ACI code requirements regarding minimum and maximum temperatures while placing the adhesive or any manufacturer recommendations, whichever is more stringent. Any excessive adhesive around the hole after placement of the dowel shall be struck off smooth while the adhesive is still fresh.

Existing reinforcing in the deck may be cut as needed by the core drilling. Any damage to the existing concrete or structural steel that is to remain in place shall be repaired to a condition equal to or better than that existing condition prior to the beginning of the Contractor’s operations and shall be repaired at the Contractor’s expense.

CORING AND GROUTING ANCHOR BOLTS The work to be done under this heading shall consist of drilling holes in the existing structure for steel anchor bolts for anchoring vertical wales to the existing abutments, as shown on the Contract Plans. Anchor bolts are to be installed in place in new holes as part of this item.

Anchor bolt embedment shall be as shown on the Plans.

Materials The grout to be used for these anchor bolts shall be one of the following:

1. “Garonite HD”, as manufactured by Garon Products, Inc. of Wall, New Jersey 2. “FX-228”, as manufactured by Fox Industries, Inc. of Baltimore, Maryland 3. “Five Star Grout”, as manufactured by U.S. Grout Corp. of Fairfield, Connecticut.

Epoxy, vinyl, or polyester resin adhesives shall not be used.

The Contractor shall submit to the Engineer for approval the product data on the grout selected along with the manufacturer’s recommended hole size prior to coring and grouting the anchor bolts.

The Non-Shrink Grout shall have a minimum compression strength of 8,000 psi after 28 days as determined by testing under ASTM C 109. The grout mix shall exhibit no shrinkage on setting but may exhibit slight expansion of no more than 3% when tested by methods conforming the requirements of ASTM C 827. All grout materials shall be on the MassDOT's Qualified Construction Materials List (QCML).

A00801 - 182 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 992.03 (Continued)

Anchor bolts, nuts and washers shall meet the requirements of ASTM F1554, Grade 105. All bolts, nuts and washers shall be hot-dip galvanized in accordance with ASTM A153 (AASHTO M232).

Construction Methods All anchor bolt holes shall be diamond core drilled. The inner surfaces of diamond core drilled holes shall be scored to develop sufficient keying action. The method of scoring of the hole’s inner surfaces shall be subject to the approval of the Engineer.

The diameter of the core drilled holes shall be in accordance with the recommendations of the grout manufacturer. The holes shall be blown clear of any debris and shall have the approval of the Engineer prior anchor bolt installation.

Core drilling anchor bolt holes in the existing abutments shall be as shown on the Plans. Existing reinforcing in the abutment stem shall be cut as needed by the core drilling. Any damage to the existing concrete that is to remain in place shall be repaired to a condition equal to or better than that existing prior to the beginning of the Contractor’s operations and shall be repaired at the Contractor’s expense.

The Contractor shall strictly follow the recommendations of the manufacturer for mixing and placing the grout material prior to the placement of the anchor bolts. The Contractor shall adhere to the ACI code requirements regarding minimum and maximum temperatures while placing the grout or any manufacturer recommendations, whichever is more stringent. Any excessive grout around the hole after placement of the anchor bolt shall be struck off smooth while the grout is still fresh.

Anchor bolts shall be set as shown on the Plans unless the Engineer permits changes. Templates, or other suitable means, shall be used to keep the bolts horizontal at the required embedment and in the correct vertical position during placement.

ELASTOMERIC BRIDGE BEARING PAD The work to be done under this heading shall conform to the relevant provisions of Subsection M9.14.5 of the Supplemental Specifications and the following:

Plain elastomeric pads for temporary support of the girders shall be provided in accordance with the Plans and the section MISCELLANEOUS STRUCTURAL STEEL above.

A00801 - 183 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 992.03 (Continued)

STRUCTURAL STEEL – COATED STEEL The work to be done under this heading shall conform to the relevant provisions of Section 960 of the Supplemental Specifications and the following:

All structural steel shall conform to AASHTO M270, Grade 50, as designated on the Plans, and shall be metalized and shop coated.

Paint shall be preliminarily assumed to be GREY in accordance with Federal Standard color #26295 or #26373. The Contractor shall provide painted metal chip samples of the proposed paint to the City of Lowell, the Lowell Historic Board, and the National Park Service for review and final approval.

SHOP PAINTING OF HOT DIPPED GALVANIZED STEEL Work under this section includes substrate surface preparation and shop applied paint systems for BR-2 Railing which has been hot-dip galvanized.

Requirements of Regulatory Agencies: Provide and apply materials complying with environmental requirements of authority having jurisdiction.

Apply coating of specified dry film thickness (DFT) where thickness shall be absolute minimum coverage at any point of measurement as determined by the paint manufacturer.

BR-2 Railing shall be painted black.

Application Conditions • Apply all intermediate and finish coatings under conditions within the following tolerances: o Air Temperature: Min. 50 deg. F to max. 90 deg. F. o Surface Temperature: Min. 50 deg. F to max. 100 deg. F. c. Relative Humidity: Max. 65 percent. • Maintain surface dry and free from dust, dirt, oil, grease, or other contaminants. • Keep environment free of airborne dust and dirt until paint is dry. • To ensure compliance with this Specification, monitor all temperature and humidity levels continuously with a recording hydrothermograph with printed record available for review by the Contractorat any time during the Project. • Comply with all applicable federal, state, local, OSHA, EPA, and fire regulations for both spray and curing facilities. • Provide spray booth with a filtered exhaust. • Cure booth may be heated to accelerate paint dry time at applicators option, however strictly comply with paint manufacturer’s instructions. Temperature shall not exceed 150°F. Use an indirect thermostat controlled gas-fired, forced hot-air blower; do not use infra-red type curing equipment. • Protect spray and curing booth with sprinkler system complying with NFPA 15. • Continuously monitor air in curing booth by a lower explosive limit (LEL) monitoring device connected to the ventilation system.

A00801 - 184 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 992.03 (Continued)

Products Provide thinners, driers, and other products manufactured, furnished, or approved by accepted manufacturers for use with their product.

Handle, store, mix, and apply paint materials, primers, and metal conditioners in accordance with recommendations of accepted manufacturers.

Should it appear that conflicts exist between such recommendations and the Specifications, obtain written clarification from the Engineer before proceeding with the work.

Top coat color shall be black.

All steel that has been hot dipped galvanized after fabrication and is specified to be painted, shall receive a shop applied tie coat and finish color coat as indicated herein. Tie coat and finish color coat shall be by the same manufacturer.

Surface Preparation All hot dip galvanized material shall be cleaned in accordance with Steel Structure Painting Council Specification SSPC-SP-1, Solvent Wipe followed by SSPC-SP-16, Brush-off Blast Cleaning of Non-Ferrous Metals. Following completion of cleaning procedures and prior to application of coating material the galvanized material shall be visually inspected to determine complete absence of contaminants and that proper tooth or profile exists for paint adhesion.

The cleaning procedures shall be performed carefully so that the galvanized thickness does not fall below the required 3.4-3.9 mil zinc thickness.

Field Repair Procedures Where factory applied coatings have become damaged Contractor shall submit proposed field repair procedures to MassDOT for approval.

All damaged areas shall be cleaned to SSPC-SP-2.

METAL BRIDGE RAILING, STEEL TYPE (BR-2) The work required by this item shall conform to the relevant provisions of Section 900 of the Standard Specifications, Supplemental Specifications and amendments. The work shall include the supply, fabrication, and installation of painted galvanized steel BR-2 metal bridge railing both on and off the bridge as shown on the Contract Drawings.

A00801 - 185 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 992.03 (Continued)

Materials Structural steel tubing shall conform to ASTM A500, Grade B. Remaining structural steel for BR-2 rail assembly shall conform to AASHTO M 270 (ASTM A709), Grade 36. The bridge railing shall be galvanized after fabrication and painted black.

Steel nuts, bolts and washers shall conform to AASHTO M 164 (ASTM A325) and shall be galvanized. Galvanized high strength rods, threaded both ends, with 2 galvanized hex nuts and galvanized washers may be substituted for high strength anchor bolts as approved by the Engineer, at no additional cost.

Studs for attachment or structural steel tube for railing shall conform to AAHSTO M 164 (ASTM A108).

Fabrication and Construction Methods All railing shall be fabricated and erected so that the rail is parallel to the curbing. The posts shall be set perpendicular to the profile.

The finished railing is to meet all requirements of fit, alignment, and grade to the full satisfaction of the Engineer, it is suggested that complete field measurements be made before shop drawing submittal, and verified before shop fabrication is performed.

A tube splice shall be located in the tube spanning the expansion joint opening and the sleeve shall be lengthened accordingly.

Tubing shall be continuous over a minimum of 3 posts. Sleeve splices for thermal expansion shall be spaced no more than 50 feet apart.

Where galvanizing is damaged, the damaged areas shall be thoroughly cleaned and given one coat of zinc dust oxide paint conforming to Federal Specification TT-P-641B, Type III. Welding shall be in accordance with ANSI/AASHTO/AWS D1.1.

SCHEDULE OF BASIS FOR PARTIAL PAYMENT Within 10 days of the date of Notice to Proceed, the Contractor shall submit on his/her proposal form a schedule of unit prices for the major component Sub-Items that make up Item 992.03 as well as his/her total bridge structure Lump Sum cost for Alteration to Bridge Structure No. L-15- 047 (87H). The bridge structure Lump Sum breakdown quantities provided in the proposal form are estimated and not guaranteed. The total of all partial payments to the Contractor shall equal the Lump Sum contract price regardless of the accuracy of the quantities furnished by the Engineer for the individual bridge components. The cost of labor and materials for any Item not listed but required to complete the work shall be considered incidental to Item 992.03 and no further compensation will be allowed.

A00801 - 186 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 992.03 (Continued)

SUB- UNIT ITEM DESCRIPTION QTY UNIT TOTAL PRICE NO.** MISCELLANEOUS *107.18 90 LB STRUCTURAL STEEL SAWING & SEALING JOINTS IN *482.31 91 FT ASPHALT PAVEMENT AT BRIDGES 5000PSI,¾IN,685HP CEMENT 904.3 12 CY CONCRETE 4000 PSI, ¾ IN, 585 HP CEMENT *904.4 30 CY CONCRETE STEELREINFORCEMENT FOR 910.1 9770 LB STRUCTURES – EPOXY COATED *911.1 SHEAR CONNECTORS 466 EA CORING AND GROUTING ANCHOR *913.2 494 EA BOLTS *913.3 CORING AND GROUTING DOWELS 552 EA

933. ELASTOMERIC BRIDGE BEARING PAD 4 EA

960.1 STRUCTURAL STEEL – COATED STEEL 54400 LB

*975.61 METAL BRIDGE RAILING TYPE BR-2 127 FT

TOTAL COST OF ITEM 992.03 =

The above schedule applies only to Alteration of Bridge Structure No. L-15-047 (87H). Payment for similar materials and construction at locations other than at this bridge structure shall not be included under this Item.

** - Sub-Item numbering is presented for information only in coordination with MassDOT Standard Nomenclature.

The work does not include any items listed separately in the proposal. Payment for materials shown on the Contract Drawings as being a permanent part of this bridge structure or which may be incidental to its construction and are not specifically included for compensation under another Item shall be considered incidental to the work performed under this Item and shall be included in the unit price of the component of which they are a part.

A00801 - 187 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 992.4 TEMPORARY ACCESS FOR BRIDGE LUMP SUM STRUCTURE NO. L-15-049 (BX4)

Work under this item shall conform to applicable provisions of the Standard Specifications and the specific requirements stipulated below for the component parts of this item. For those component parts where no specific requirement is stipulated, the Standard Specifications shall apply except for payment.

The work under this item shall include all materials, equipment, and labor to construct and remove temporary work platform/construction access necessary for the installation of the rock anchors and the demolition of the pier as needed, as shown in the Contract Drawings. This item includes may include a temporary bridge or trestle and its temporary substructure foundations, and incidentals.

All temporary substructure foundations within the canal shall be set on the streambed and no driven piling or sheeting shall be allowed. The canal walls shall also be left intact, protected, and braced accordingly as needed for access. Any damage to the canal or the canal walls shall be repaired at the Contractor’s expense at no additional cost to the Department.

The work shall include constructing temporary access within the limits of the temporary construction easements for the project; compliance with permits pertaining to this work; grading and paving; construction of retaining walls, as required; installation and resetting of fences, barriers, and gates; installation of seeding for erosion control and other erosion control devices; and all other temporary work incidental to this work. It is the Contractor’s responsibility to ensure that: • Access roadways and staging areas are safe and secured from the public by fencing with access gates and barriers. • All existing sidewalks remain ADA accessible. • Incidental to the work, all roadside features impacted by temporary access roads including but not limited to, guard rail, vertical curb, sidewalks, light poles, and chain link fences shall be reconstructed to their original condition.

The Contractoris responsible for the means and methods of construction for all elements within the construction contract including temporary access. Temporary access work required for construction shall be designed, implemented, and removed by the Contractor. The Contractor shall submit all temporary access and structure designs, stamped by a Registered Professional Engineer in the Commonwealth of Massachusetts, to the Design Engineer and Engineer for review. Temporary access and structure designs shall include temporary bridge or trestle and erection supports associated with the construction of Bridge No. L-15-049 (BX4). Temporary structure design shall be in accordance with the AASHTO Guide Design Specifications for Bridge Temporary Works, 1995, and all interims published as of the bid opening date. The Contractor shall redesign or revise designs, if directed, until designs are approved by the Department. The Contractor shall obtain approval of designs prior to initiation of work included in the designs.

A00801 - 188 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 992.4 (Continued)

The Contractors Engineer of record shall inspect the temporary access including structures, prior to use by the Contractor, and shall submit a letter of compliance to the Department, stating the temporary access is in compliance with the submitted approved Drawings.

The Contractoris responsible for compliance with all permits. The Contractor shall abide by the time restrictions indicated in the permits and letters associated with permits. This work is within limits of environmentally sensitive natural resources. The Contractoris responsible for day-to- day compliance with the conditions of the permits and for ensuring that operations do not adversely affect the natural resources.

This item shall include removal of all temporary structures and removal of all temporary materials placed within the waterway. The Contractor shall comply with requirements for work in, over, and adjacent to the canal.

This work does include complete restoration of the construction access road area, canal streambed, canal walls, and other incidentals to their original condition, as directed by the Engineer.

Basis of Payment Item 992.4 will be paid for at the contract unit price, Lump Sum, which price shall include all labor, materials, equipment, worker protection, environmental compliance, tools, and any incidentals necessary to complete the work.

The Lump Sum payment shall be payed as follows:

Shop drawings/approval 20% Installation 25% *Maintenance 30% Removal 25%

*Payment for Maintenance shall be paid for on a monthly schedule, based on the submitted construction schedule of duration for Item 992.4

A00801 - 189 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 994.1 TEMPORARY PROTECTIVE SHIELDING SQUARE FOOT

Work done under this item consists of designing, furnishing, installing, maintaining, and removing of a temporary protective shielding system on, adjacent to and under the bridge.

The work shall include removing and disposing of the protective shield after work is completed.

This item covers the shielding required for the proposed demolition of portions or all of the existing superstructure as applicable for each bridge location. The proposed shielding system shall prevent debris from falling into the water during the demolition process.

Work platforms, containment systems and debris shields for construction activities other than superstructure demolition are not included under this Temporary Protective Shielding item and shall be considered incidental to the work unless specifically stated otherwise within the contract documents.

The Contractor shall submit calculations and detailed drawings of the proposed shielding to the Engineer for approval. These calculations and drawings shall be stamped by a Professional Engineer registered in the Commonwealth of Massachusetts. Acceptance of the shielding design by the Engineer is required prior to installation of the shielding system.

Materials All materials used to construct the temporary protective shielding shall be new.

All materials used in the shielding system shall become the property of the Contractorand shall be removed from the site at the completion of the Project.

Design The shielding shall conform to the following: 1. The intent is for the Contractorto shield all existing spans of the existing bridge prior to any demolition. 2. The protective shield may be constructed of tongue and groove or ship lap timbers with 6 mil polyethylene overlaid to seal the shielding or the Contractormay propose an alternate shielding system approved by the Engineer and accepted by the Department. 3. Shielding shall have all spaces along the perimeter and at the seams sealed to prevent dust and debris from escaping and falling below the bridge. The protective shield shall be sufficiently tight to prevent leakage of slurry from cutting tools, dust, chips or other small debris to the surface below. 4. Shielding used at or adjacent to demolition and shall be designed to safely withstand all loads that it will be subjected to, including all construction and dead loads, but not less than 100 pounds per square foot; to be stiff enough to limit deflection to l/2 inch under maximum loads; and to be sealed tightly at all joints. The allowable design stresses shall be in accordance with AASHTO Standard Specifications for Highway Bridges. The Contractor shall be responsible for developing the loads to which the shielding is anticipated to be subject to based on the Contractor’s means and methods of construction.

A00801 - 190 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 994.1 (Continued)

5. The shielding shall be positively attached to the existing and/or proposed bridge such that it cannot be dislodged or shifted during construction. The attachment methods shall be designed for all intended and errant loads anticipated by the Contractorbased on the Contractor’s means and methods of construction, and shall be included in the design submittal. 6. The Design of the shielding shall also include a complete description of the equipment and construction methods proposed for the superstructure demolition, including deck removal and the maximum size of debris anticipated during excavation of the deck area (i.e. 1 ft. x 1 ft. hammered sections or 2 ft. x 4 ft. wet sawcut sections). Shielding beneath areas to be excavated or beneath the path used to remove demolition debris shall be designed to withstand the maximum size of debris that could fall during excavation or removal. 7. Shielding shall be installed or removed only upon approval of the Engineer.

The Contractormay utilize the bottom flanges of the existing steel beams and of the proposed steel beams as supports for the temporary protective shielding where feasible. However, the Contractorwill not be permitted to weld onto, drill into, or cut any existing or proposed structural members without receiving approval of the Engineer.

For any proposed shielding systems that include installation of brackets along the lengths of the substructure units, the Contractormay drill and anchor into the existing substructure units as approved by the Engineer. However, the Contractorwill not be permitted to drill into any proposed concrete. Inserts for anchors into proposed concrete must be installed prior to concrete placement. Once the anchors are removed, all inserts must be filled in accordance with the contract documents.

Submittals A minimum of thirty (30) days prior to the start of any demolition and/or erection, the Contractor shall submit for review and approval a detailed temporary protective shield plan which shall include, but not be limited to, a description of demolition and erection equipment, methods of operation, locations and sequence of sections to be removed, as well as data relative to the protective shield. The plan shall also indicate the type, size and dimensions of the materials to be used for the protective shield and the proposed methods for installation of the protective shield including connections, fasteners, erection procedures and maintenance in accordance with the information provided in this specification.

Construction Methods Special care shall be taken to avoid damage to any existing bridge components schedule to remain. Any damage due to the Contractor's operations shall be repaired or replaced to the satisfaction of the Engineer at no additional cost to the Department.

A00801 - 191 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 994.1 (Continued)

The Contractor shall note that utilities are located on some of the bridge structure. The Contractor shall determine the exact location of the utilities and their impact upon the Contractor's work. Plans showing the approximate location of the utilities are included in contract documents. The use of shielding to protect these utilities shall be incidental to this Item. Any costs incurred to the existing utilities which are caused by the Contractor's operations or negligence, shall be the responsibility of the Contractor, and shall be repaired or replaced at no additional costs to the Department.

The Contractor shall periodically remove all accumulations of concrete and/or debris on the protective shielding so as not to exceed the design loads in the assumptions used for the design of the temporary protective shielding, or as required by the Department.

Method of Measurement and Basis of Payment Item 994.1 will be measured and paid for at the contract unit price per Square Foot; which price shall include full compensation for the Contractor’s design and plans as approved; for all material, labor, equipment and incidentals necessary to furnish, install, remove, and reinstall the temporary shielding if applicable, and all other work necessary for the proper completion of the work specified.

For Temporary Protective Shielding constructed in stages, any overlaps in area with a previous stage will not be measured for payment. The total pay limit for shielding at each bridge shall equal the limit of superstructure removal shown on the plans for each respective bridge.

A00801 - 192 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 994.41 CANAL WALKWAY-PROTECT IN PLACE LUMP SUM STRUCTURE NO. L-15-049 (BX4)

Work done under this item consists of designing, furnishing, installing, maintaining, and removing of a temporary protective shielding system for the Northern Canal Pedestrian Bridge and walkway beneath and adjacent to Bridge No. L-15-049 (BX4) during all construction activities other than the superstructure demolition of Bridge No. L-15-049 (87J) which is covered under Item 994.1. The work shall include removing and disposing of the protective system after work is completed.

The protection system shall prevent debris and other construction materials, tools and equipment from falling onto the Northern Canal Pedestrian Bridge and walkway once the shielding under 994.1 is removed and shall prevent damage to the bridge and walkway from all other overhead construction activities.

This work shall include barricading each end of the Northern Canal Pedestrian Bridge and walkway to prevent public access into the construction area. Walkway closure shall be coordinated with the National Park Service.

This work shall include installation of protection board over the deck surface of the existing Northern Canal Pedestrian Bridge and walkway to prevent damage. The weight of the protection board should be minimized to the greatest extent possible within the limits of the pedestrian bridge.

The Contractor shall submit calculations and detailed drawings of the proposed shielding to the Engineer for approval. These calculations and drawings shall be stamped by a Professional Engineer registered in the Commonwealth of Massachusetts. Acceptance of the shielding design by the Engineer is required prior to installation of the shielding system.

Materials All materials used to construct the temporary protective shielding shall be new.

All materials used in the shielding system shall become the property of the Contractorand shall be removed from the site at the completion of the Project.

Design The shielding shall conform to the following: 1. The intent is for the Contractorto shield the existing pedestrian bridge and walkway once the Item 994.1 shielding is removed during any particular stage and the shielding under this item can be supported off of the proposed superstructure steel for Bridge No L-15- 049 (BX4). 2. It is understood that the shielding system would have to be installed and removed in accordance with the existing steel girder removal and proposed steel girder installation sequence. Shielding supported off any sections of the proposed superstructure must be installed immediately following steel erection.

A00801 - 193 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 994.41 (Continued)

3. The protective shield may be constructed of tongue and groove or ship lap timbers or the Contractormay propose an alternate shielding system approved by the Engineer and accepted by the Department. 4. Shielding shall be designed to safely withstand all loads that it will be subjected to, including all construction and dead loads, and to be stiff enough to limit deflection to l/2 inch under maximum loads. The allowable design stresses shall be in accordance with AASHTO Standard Specifications for Vehicular Bridges. The Contractor shall be responsible for developing the loads to which the shielding is anticipated to be subject to based on the Contractor’s means and methods of construction. 5. The shielding shall be positively attached to the proposed bridge (and existing bridge where applicable) such that it cannot be dislodged or shifted during construction. The attachment methods shall be designed for all intended and errant loads anticipated by the Contractorbased on the Contractor’s means and methods of construction, and shall be included in the design submittal. 6. The Design of the shielding shall also include a complete description of the equipment and construction methods proposed for the superstructure erection and construction. 7. Shielding shall be installed or removed only upon approval of the Engineer.

The Contractormay utilize the bottom flanges of the existing steel beams and of the proposed steel beams as supports for the temporary protective shielding where feasible. However, the Contractorwill not be permitted to weld onto, drill into, or cut any existing or proposed structural members without receiving approval of the Engineer.

Proposed construction loading on the existing pedestrian bridge shall be limited to the proposed temporary protection board system, construction foot traffic and any tools and equipment that can be carried or moved without the assistance of lifting equipment. No equipment or materials shall be stored on the pedestrian bridge without approval of the Engineer.

Submittals A minimum of thirty (30) days prior to the start of installation, the Contractor shall submit for review and approval a detailed temporary protective shield plan which shall include, but not be limited to, a description of erection equipment, methods of operation, locations and sequence of sections to be installed, as well as data relative to the protective shield. The plan shall also indicate the type, size and dimensions of the materials to be used for the protective shield and the proposed methods for installation of the protective shield including connections, fasteners, erection procedures and maintenance in accordance with the information provided in this specification. The plan shall include details for the proposed temporary pathway closure and deck surface protection. Details for any proposed removal and reinstallation of the existing railing and/or gate system must also be included in the plan.

A00801 - 194 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 994.41 (Continued)

Construction Methods Special care shall be taken to avoid damage to the Northern Canal Pedestrian Bridge and walkway. Any damage due to the Contractor's operations shall be repaired or replaced to the satisfaction of the Engineer at no additional cost to the Department.

Temporary removal and reinstallation of the existing railing and/or gate system will not be allowed without approval by both the Engineer and the National Park Service.

Basis of Payment The work will be paid at the contract price Lump Sum, which shall include full compensation for all labor, equipment, materials, and incidentals necessary to complete the work as specified.

The Lump Sum payment shall be payed as follows: Shop drawings/approval 20% Installation 25% *Maintenance 30% Removal 25%

*Payment for Maintenance shall be paid for on a monthly schedule, based on the submitted construction schedule of duration for Item 994.41.

ITEM 994.991 PROTECT GRANITE STRUCTURE IN PLACE LUMP SUM STRUCTURE NO. L-15-035 (87G)

Work done under this item consists of designing, furnishing, installing, maintaining, and removing of a temporary protective plan and system to prevent damage to the existing granite structures adjacent to Bridge No. L-15-035 (87G).

The structures are named “Human Construction” by Carlos Dorrien, dated 1989. The work shall include relocating and reinstalling the temporary protective system as many times as necessary, and shall also include removing and disposing of the protective system after work is completed.

The protection system shall protect the existing granite structures from damage due to the work required by the project. The protection system shall be designed and detailed to avoid conflicts with the work required by the project.

The Contractor shall submit calculations and detailed drawings of the proposed system to the Engineer for approval. These calculations and drawings shall be stamped by a Professional Engineer registered in the Commonwealth of Massachusetts. Acceptance of the system design by the Engineer is required prior to installation of the protection system.

A00801 - 195 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 994.991 (Continued)

Granite Sculpture Photos for Reference

Figure 1: Granite Sculpture Photos

Figure 1A: West Sculpture Looking South Figure 1B: West Sculpture Ext. Looking SW

Figure 1C: East Sculpture Looking South Figure 1D: East Sculpture Looking NE

Materials All materials used to construct the temporary protective system shall be new.

All materials used in the protection system shall become the property of the Contractorand shall be removed from the site at the completion of the Project.

A00801 - 196 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 994.991 (Continued)

Design The system shall conform to the following: 1. The intent is for the Contractor to protect the existing granite structures on the existing bridge piers prior to any construction that may impact the structures. 2. The system shall be positively attached to the existing and/or proposed bridge such that it cannot be dislodged or shifted during construction. Positive attachment shall be part of the design submittal prepared and submitted for approval stamped by a Professional Engineer. The attachment methods shall be designed for all intended and errant loads anticipated by the Contractor based on the Contractor’s means and methods of construction, and shall be included in the design submittal. 3. System shall be installed or removed only upon approval of the Engineer.

Submittals A minimum of thirty (30) days prior to the start of any construction that may impact the existing granite structures, the Contractor shall submit plans for review and approval of a detailed temporary protective plan and system. The plan shall also indicate the type, size and dimensions of the materials to be used for the protective system and the proposed methods for installation of the protective system including connections, fasteners, erection procedures and maintenance in accordance with the information provided in this specification.

Construction Methods Special care shall be taken to avoid damage to the existing sculpture. Any damage due to the Contractor's operations shall be repaired or replaced to the satisfaction of the Engineer at the Contractor’s expense.

The Contractor shall note that utilities are located on the bridge structure. The Contractor shall determine the exact location of the utilities and their impact upon the Contractor's work. Plans showing the approximate location of the utilities are included in contract documents. Any costs incurred to the existing utilities which are caused by the Contractor's operations or negligence, shall be the responsibility of the Contractor, and shall be repaired or replaced at no additional cost.

The Contractorwill not be permitted to drill into any part of the granite sculpture.

Basis of Payment Item 994.991 will be measured and paid for at the contract unit price, Lump Sum, which price shall include all labor, materials, equipment, and any incidentals necessary to complete the work.

A00801 - 197 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 BRIDGE STRUCTURE, BRIDGE NO. L-15-035 (87G) LUMP SUM

The work under this Item shall conform to the applicable provisions of Section 995 of the Standard Specifications and the specific requirements stipulated below for the component parts of this Item. For those component parts where no specific requirement is stipulated, the Standard Specifications shall apply except for payment.

Work under this Item shall include all materials, equipment, and labor needed to construct the following: reinforced concrete work with epoxy coated steel reinforcement for the boat section slabs and walls, abutment and pier pedestals and beam seats, coring and grouting dowels, coated structural steel beams, shear stud connectors for new and existing steel, coated structural steel cover plates for existing beams, coated steel bearings and anchor bolts for new bearings under new and existing beams, jacking and shoring of existing beams for bearing replacement, high performance (HP) cement concrete bridge deck and sidewalk deck, spray applied membrane waterproofing, pavement sawcut and sealing bridge joints, BR-2 concrete barriers and steel rails, and removal, repainting and resetting of existing pedestrian railing, and all incidental work.

The work does not include any items listed separately in the proposal.

Payment for materials shown on the Plans as being part of this bridge structure or which may be incidental to its construction and are not specifically included for payment under another Item shall be considered incidental to the work performed under this Item and shall be included in the unit price of the component of which they are a part.

The Contractor is responsible for the means and methods of construction for all elements included within the construction contract, including temporary support, providing adequate bracing during construction, cofferdam and/or temporary diversion structures. The permits for construction of this bridge were granted based upon a designated method of construction. (See attached Water Quality Certificate with drawings.) The Contractor will be responsible for any permit amendments required for deviations from this method of construction.

The Contractor shall comply with requirements for work in, over, and adjacent to the canal as described in these Special Provisions.

JACKING AND SHORING EXISTING BEAM Work under this heading consists of jacking and shoring existing beams to facilitate the replacement of the bearings and lowering of girders as shown on the Contract Plans and as directed by the Engineer.

The Contractor shall be responsible for the design of a jacking and shoring assembly to accommodate construction accessibility, schedule, and other site conditions, including the acceptability of the support location. The Contractor is also responsible for ensuring that the entire structure remains stable during the jacking and shoring of the beams.

A00801 - 198 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

The jacking and shoring may be done at any time during the construction, however it is anticipated that the bearings will be replaced at a time when the deck has been removed in the area where the bridge is to be jacked and that it will be performed from the top of the proposed boat section walls.

If the Contractor elects to jack the beams under live load, the Contractor will be required to design a jacking system capable of jacking permanent design loads and live loads to be determined by the Contractor’s Engineer. The Contractor may jack at all bearings under a beam, but under no circumstance will the Contractor be permitted to jack all bearings supporting a span.

The Contractor may elect to erect shoring towers to grade or to the top of the boat section slab, but this will require the Contractor to obtain additional approvals from the canal owner and permitting agencies.

Jacking and shoring may be performed prior to or following the full cleaning and painting of the structure. Any damage to portions of the existing or proposed rehabilitated bridge structure and surrounding items that are designated to remain shall be repaired, to the satisfaction of the Engineer, by the Contractor at his own expense. Any resulting delays in construction shall be the sole responsibility of the Contractor.

The temporary jacking and shoring procedure and configuration shall be designed, stamped, and signed by a Massachusetts registered Professional Engineer, who shall be available for consultation for any issue interpreting design/drawings and resolution of any problems which may occur during the performance of the work. The design calculations shall be performed in accordance with the allowable stress design method of the 2002 AASHTO Standard Specifications for Highway Bridges, and the AASHTO Guide Design Specifications for Bridge Temporary Works.

The Contractor shall submit stamped drawings to the Engineer for review, in accordance with Subsection 5.02 of the Standard Specifications and the Bridge Manual. The submission shall include design calculations and a description and plan of the proposed methods, materials, and equipment with sufficient detail to permit evaluation of the system for structural adequacy. The submission typically shall include, but not be limited to, the following: • Size, type and material designation for all materials used, including secondary supports. • Details of the jacking equipment or hold down device (including catalog cut sheets, assembly drawings and capacities). • General jacking method and procedure, including lowering of the structure. • Method of monitoring the jacking forces. • A Proof Test Certificate for the jacks, gauges, fittings and all accessories. • A certificate verifying 2% accuracy of all gauges. • The Contractor shall also submit the proposed welding procedure and welder’s certifications to the Engineer for approval prior to the commencement of any jacking/shoring work involving welding.

A00801 - 199 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

Materials and equipment used to perform the work shall be capable of supporting the beams under all loads that occur during jacking and shoring.

All jacks shall be equipped with check valves and pressure gauges or other load measuring devices so that the jacking forces can be monitored at all times. The manufacturer’s name plate for each jack shall clearly show the rated capacity and stroke of that jack. The minimum jack capacities shall be as determined in the Contractor’s design with a minimum stroke requirement of 2 inches for each jack.

The Engineer may require that any lifting equipment which he deems to be inadequate or faulty be removed from the project site and replaced by backup components kept on-site, as soon as practical. The Contractor shall provide emergency back-up jacks on site in case of a failure of a jack.

Thermal movement of the beams shall be accommodated by the use of tetrafluorethylene (TFE) pads and stainless faced plates, or by other approved means. This requirement may be waived if it is anticipated that the duration of the jacking will be less than an anticipated temperature rise or fall of more than 20 degrees. Approval by the Engineer shall be obtained in order to waive this requirement.

The Contractor shall be familiar with the existing site conditions prior to commencing work.

The Contractor shall consider the possibility of the lead time needed to obtain the required jacks. Any resulting delays in operations will not result in claims for additional payment, or an extension of the project completion date.

A qualified Representative with knowledge of the jacks being used shall be present in the field to provide the Contractor with any technical site assistance to ensure that the jacking is performed properly and safely. At a minimum, this representative shall be present during the jacking of the initial set of beams.

At no time shall any beam jacking be performed unless the Engineer is present. The Contractor shall provide a minimum of two working days advance notice to the Engineer prior to any beam jacking.

The beams shall be jacked only a minimum amount necessary to lift the beam off of the bearing to facilitate removal of said bearing. Under no circumstance shall the beam be lifted in excess of 1/8 inch. This restriction is required in order to minimize the potential issues with the adjacent structure to remain and utilities. The jacks shall be mechanically locked, or the structure shimmed, at the completion of the jacking. The hydraulic system of the jacks shall not be relied upon to sustain the jacking loads once the lifting has been completed.

A00801 - 200 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

In the event of hydraulic jack failure, all jacks shall be carefully and immediately lowered to a relative shim, lock-off height corresponding to the failed jack, or onto the existing bearing allowing the failed jack to be replaced. All repairs, as required by the Engineer, shall be performed by the Contractor prior to re-starting the jacking sequence, at no additional cost.

The Contractor shall submit to the Engineer a record of the jacking loads encountered for each jack just prior to the dial lock-off or final shimming. This record shall clearly indicate the corresponding jack number and beam number.

After the required work has been satisfactorily completed, the Contractor shall carefully lower the structure using the hydraulic system of the jacks. Such lowering shall be performed simultaneously for all jacks, or in the reverse order of differential jacking, if such a method was used to raise the structure.

With the exception of the beams to be lowered as indicated on the Plans, the beam elevations shall be the same before and after the completion of the work. Any survey work, as directed, shall be performed prior to the commencement of jacking and shall be considered incidental to the cost of this item.

When the bearing replacement is completed and the supports are no longer needed in the opinion of the Engineer, all supporting materials shall be removed and become the property of the Contractor.

SAWING & SEALING JOINTS IN ASPHALT PAVEMENT AT BRIDGE The work under this heading consists of saw cutting the proposed pavement at the bridge to the depth, width and shape shown on the Plans.

Prior to the start of the asphalt pavement operation, the Contractor shall place a mark on each curb or barrier on either side of the paved roadway. Additional marks may be necessary to establish the angle points shown on the Plans. These marks shall be aligned with the actual end of the bridge deck and shall be placed so that they will not be covered or otherwise obscured by the asphalt pavement.

After the completion of the paving operation, the Contractor shall snap a straight chalk line on the pavement between these two marks or additional marks needed for angle point shown on the Plans. The Contractor shall then saw cut the pavement along this line to the depth, width and shape shown on the Plans. The equipment shall be approved by the Engineer prior to commencing work.

After completing the saw cutting, the Contractor shall clean the saw groove of any dust and debris with an oil free air blast. If the groove was wet sawn, the groove shall be cleaned with a water blast to remove any remaining slurry and debris, vacuumed with a Wet-or-Dry vacuum to remove any standing water, and then dried with an air blast from a Hot-Air-Lance.

A00801 - 201 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

Once the groove is clean and dry, the Contractor shall fill it completely with a hot-applied bituminous crack sealer meeting the requirements of M3.05.4 in accordance with the manufacturer’s application instructions and restrictions regarding ambient and material temperatures. The crack sealer shall be thoroughly cured prior to opening the road to traffic. To reduce tackiness, only boiler slag aggregate (black beauty) shall be scattered over the sealer when deemed necessary by the Engineer. Conventional sand shall not be used for this purpose.

4000 PSI, 1.5 IN., 565 CEMENT CONCRETE Work under this heading shall conform to the relevant provisions of Section 901 of the Supplemental Specifications and the following:

The work to be done under this Item consists of forming and placing concrete and reinforcing for the proposed concrete boat section slabs and walls as shown on the Plans, and as directed by the Engineer.

4000 PSI, 3/4 IN., 585 HP CEMENT CONCRETE Work under this heading shall conform to the relevant provisions of Subsection 901 of the Supplemental Specifications and the following:

4000 PSI, ¾ IN., 585 HP Cement Concrete shall be used to construct the deck slab and at those areas designated by the Engineer, and/or as designated on the Plans. This concrete shall conform to all material requirements contained in Subsection M4.06.1 of the Supplemental Specifications, with the exception of the cementitious content, which shall be limited to a maximum of 585 pounds per cubic yard.

PLACEMENT, FINISHING AND CURING OF CAST IN PLACE CONCRETE DECKS Work under this heading shall be in accordance with Subsection 901.66 of the Supplemental Specifications and the following.

The Contractor is responsible for construction of the cast in place concrete deck, in addition to, the top of the existing beams and existing camber are unknown. Refer to the procedure described on the Deck Details and Top of Form Elevations sheet for information regarding a procedure for determining top of form elevations.

These procedures shall be followed only when the concrete bridge deck shall be cast entirely in the field. These procedures do not apply to any precast deck components, including precast full depth concrete deck panels and decks cast as part of a prefabricated bridge unit (PBU), or closure pours used to connect precast decks in the field.

A00801 - 202 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

Subsection 901.66 A The entire existing Subsection 901.66 A shall be replaced by the following:

At least 30 calendar days prior to the proposed start of placing the concrete bridge deck, the Contractor shall submit to the Engineer for approval a Placement and Curing Plan that will specify all of the steps, methods, equipment and personnel that Contractor shall use to construct the concrete deck in compliance with these specifications. Approval of this plan will not relieve the Contractor of the responsibility for the satisfactory performance of his/her methods and equipment. The Placement and Curing Plan shall, at a minimum, specify: 1. The method that will be used to convey the concrete from the truck to all locations on the deck where it will be placed. This will also include the conveyance equipment, rate of concrete placement and the estimated time for the completion of all concrete placement, consolidation and finishing operations up to the start of curing. 2. The type and number of finishing machines and work bridges including the plan for erecting the rails and operating the finishing machine. This will include proof of the following minimum operator qualifications for the bridge deck finishing machine: a. Five years of experience operating machines or similar type and manufacturer as that proposed. b. Proof of no less than five bridge decks of similar size, placed using a machine of the same manufacturer as that proposed. Or, as a substitute for a. and b.: c. A representative of the manufacturer of the bridge deck finishing machine shall be present on the site a minimum of 24 hours in advance of the proposed deck placement to approve the setup of the machine and rail system, and the representative shall be present for the entire duration of the placement of the deck concrete using the bridge deck finishing machine. 3. The sequence of concrete pours, including any retarders or other concrete admixtures and dosage rates required to complete the placement, consolidation and finishing operations prior to curing in accordance with the Contractor’s intended sequence of operations. The provisions for consolidating the concrete including the number of vibrators and number of personnel that will be dedicated exclusively for this operation. 4. The method for curing the concrete deck. This will include the number of personnel that will be exclusively dedicated for this operation, the means for pre-wetting the burlap, the location of the wet burlap at the work site, the means for conveying the wet burlap to the work bridges and the amount of wet burlap that will be required to completely cover the deck. It shall also include a letter certifying that the fogging equipment attached to the finishing machine produces atomized water droplets with an average droplet diameter of 0.003 inches (76 μm) or less that are uniformly distributed at a rate of at least 0.10 gallons/square foot/hour (4 liters/square meter/hour)

A00801 - 203 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

5. Consideration of weather conditions that can be anticipated at the time of placement of the deck concrete. When cold weather can be reasonably expected either within 7 days before the anticipated concrete placement, or during the 14 day wet curing period, the Contractor shall include detailed procedures for the production, transportation, and placement of the concrete, including: provisions for enclosures to protect the placed concrete, including a plan of heating devices, types and locations around structure and the means for holding the enclosure securely in place; cold weather curing procedures; and the means for monitoring the temperature of concrete during cold weather. 6. Equipment that will be used to measure ambient air temperature, concrete temperature and relative humidity of the air at the construction site. 7. The number of all other personnel, in addition to the ones already identified in bullets 4 and 5, who will be engaged in the concrete placement operation and their assigned tasks. All personnel, including the ones already identified in bullets 4 and 5, shall have the experience and skills appropriate to their working assignment 8. A contingency and backup plan in case of equipment failure.

A pre-placement meeting shall be held between the Contractor and the Engineer at least 2 weeks prior to the start of any concrete placement for the deck slab. The Contractor and the Engineer shall review all aspects of the approved Placement and Curing Plan.

Twenty four (24) hours before the scheduled start of concrete placement, the Engineer shall verify that all equipment and materials identified in the Placement and Curing Plan are onsite and have been tested to insure that they are in working order and are functioning as required. Upon the successful completion of this verification, the Engineer shall allow the concrete placement to proceed. If any equipment or material such as burlap is missing or equipment is malfunctioning, the concrete placement operations shall be canceled and shall not be re- scheduled until such time as the missing equipment or material is delivered to the site or the equipment has been repaired and is demonstrated to be in working order and functioning as required. The Contractor shall be responsible for any costs associated with the cancellation and rescheduling of the concrete placement operation that is due to missing equipment or material or malfunctioning equipment.

Subsection 901.66 B The following shall be added to the requirements of the existing Subsection 901.66 B:

Cement concrete for bridge decks shall not be placed when the ambient air temperature exceeds 85°F (29°C) or is expected to exceed 85°F (29°C) during the placement of the deck. The Contractor shall measure the ambient air temperature, relative humidity of the air at the construction site and concrete temperature. Concrete temperature will be taken from the same sample used for slump and air content tests. These measurements will be taken prior to the commencement of concrete placement to determine the evaporation rate using Figure 1 and every hour thereafter until the end of the concrete placement, consolidation and finishing operation to check the evaporation rate in order to determine if it remains within the limits specified. To document the readings, the Bridge Deck Placement Environment form shown below shall be filled out by the Contractorand submitted to the Engineer.

A00801 - 204 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

Bridge Deck Placement Environment City/Town: Date: Bridge Number: Contract Number:

Start Station: End Station:

Time Relative Evaporation Measured Air Temp. Humidity (%) Concrete Temp. Wind Velocity Rate Prior to Casting Hourly

After Casting Signature - Contractor’s Authorized Representative: Printed Name:

Signature - MassDOT Resident Engineer: Printed Name:

The existing Subsection 901.66 B 1 shall be replaced by the following: 1. Misting the surface of the concrete with pressurized equipment attached to the finishing machine until the curing cover is applied. The water mist shall be distributed at a rate of at least 0.10 gallons/square foot/hour (4 liters/square meter/hour). For example, on a deck that is 30 feet (9.1 meters) wide, the system must be able to apply at least 3.0 gallons of water per linear foot per hour (36.4 liters/meter-hour). The nozzles must produce an atomized fog mist that will maintain a sheen of moisture on the concrete surface without ponding. The atomized water droplets shall have an average droplet diameter of 0.003 inches (76 μm) or less. The area of coverage from each nozzle shall overlap all adjacent coverage areas by at least 12 inches (305 millimeters). Water that drips from the nozzles shall not be allowed to fall onto the concrete that is being cured. The following shall be added to the requirements of the existing Subsection 901.66 B: 1. Reschedule the placement until such time as the environmental conditions are acceptable, such as at night or during early morning hours.

A00801 - 205 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

Subsection 901.66 D The entire existing Subsection 901.66 D shall be replaced by the following: The concrete shall be consolidated by means of approved high frequency internal vibrators (9000 – 12,500 vibrations per minute in concrete) that shall be applied in a manner to ensure the consolidation of the concrete throughout the full depth of the deck in advance of the finishing machine. The Contractor shall take preventive measures to insure that the vibrators during operation shall not damage the epoxy coated reinforcement. The Contractor shall have no less than 2 approved vibrators in service at all times during the placement of the first 30 cubic yards (27 cubic meters) per hour of cement concrete placed and shall have additional vibrators in service at all times at the rate of one vibrator per each additional 30 cubic yards (27 cubic meters) per hour of cement concrete placed. These vibrators shall be in operation in addition to the surface vibratory action from the vibrating pan(s) of the finishing machine. Consolidation by the vibrators shall leave the concrete free from voids and insure a dense surface texture, but the vibration of the concrete shall not be continued so long as to cause segregation or bleeding. A small uniform quantity of concrete shall be maintained ahead of the screed on each pass. At no time shall the quantity of concrete carried ahead of the screed be so great as to cause slipping or lifting.

4000 PSI, 3/8 IN., 660 HP CEMENT CONCRETE The work under this heading shall conform to the relevant provisions of Section 901 of the Supplemental Specifications and the following:

The work to be done under this Item consists of forming and placing concrete and reinforcing for pedestals beneath proposed and existing beams and replacement bearings as shown on the Plans, and as directed by the Engineer.

Prior to the placement of the new concrete, the existing concrete and/or stone shall receive a coating of epoxy bonding compound conforming to M4.05.5 – Type II. The grade and viscosity of the bonding compound shall be as required based on site conditions, or as determined by the Engineer.

Epoxy bonding compound, furnished, and applied, as required by the Engineer, shall be considered as incidental to the work required under this Item.

MECHANICAL REINFORCING BAR SPLICERS – EPOXY COATED Mechanical Bar Splicers measured for payment include those required along the Stage Construction line for the bridge structure, or as approved by the Engineer. Mechanical Reinforcing Bar Splicers added for Contractorconvenience will not be measured separately for payment.

Mechanical Reinforcing Bar Splicers or dowel bar splicers used for the project shall be in conformance with M8.01.9 the Supplemental Specifications and be listed on the Qualified Construction Materials List maintained by the MassDOT Research and Materials Section. The dowel bar splicers shall be fabricated with clipped flanges to satisfy the concrete cover shown on the Plans.

A00801 - 206 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

SHEAR CONNECTORS The work under this heading shall conform to the applicable provisions of Sections 901 and 960 of the Standard Specifications and the material requirements outlined in M8.04.1 and the following:

Work under this heading shall be for attaching shear connectors as shown and detailed on the drawings to the existing and proposed steel beams in the field.

Prior to welding the studs, the Contractor shall clean the top flange of the beams as recommended by the manufacturer.

Included under this heading are the testing and the development of welding procedures that are required to weld shear connectors to the existing steel beams to remain. If a welding procedure cannot be developed, then the Contractor shall notify the Engineer which beam(s) have a weldability issue for resolution.

CORING AND GROUTING ANCHOR BOLTS The work to be done under this heading shall consist of drilling holes in the existing structure for steel anchor bolts for anchoring new bearings to the existing abutments and pier, as shown on the Contract Plans. Anchor bolts are to be installed in place in new holes as part of this item.

Anchor bolt embedment shall be as shown on the Plans.

Materials The grout to be used for these anchor bolts shall be one of the following: • “Garonite HD”, as manufactured by Garon Products, Inc. of Wall, New Jersey • “FX-228”, as manufactured by Fox Industries, Inc. of Baltimore, Maryland • “Five Star Grout”, as manufactured by U.S. Grout Corp. of Fairfield, Connecticut • An approved equal

Epoxy, vinyl, or polyester resin adhesives shall not be used.

The Contractor shall submit to the Engineer for approval the product data on the grout selected along with the manufacturer’s recommended hole size prior to coring and grouting the anchor bolts.

The Non-Shrink Grout shall have a minimum compression strength of 8,000 psi after 28 days as determined by testing under ASTM C 109. The grout mix shall exhibit no shrinkage on setting but may exhibit slight expansion of no more than 3% when tested by methods conforming to the requirements of ASTM C 827. All grout materials shall be on the MassDOT's Qualified Construction Materials List (QCML).

Anchor bolts, nuts and washers shall meet the requirements of ASTM F1554, Grade 105. All bolts, nuts and washers shall be hot-dip galvanized in accordance with ASTM A153 (AASHTO M232).

A00801 - 207 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

Construction Methods All anchor bolt holes shall be diamond core drilled. The inner surfaces of diamond core drilled holes shall be scored to develop sufficient keying action. The method of scoring of the hole’s inner surfaces shall be subject to the approval of the Engineer.

The diameter of the core drilled holes shall be in accordance with the recommendations of the grout manufacturer. The holes shall be blown clear of any debris and shall have the approval of the Engineer prior anchor bolt installation.

Core drilling anchor bolt holes in the existing abutments shall be as shown on the Plans. Existing reinforcing in the abutment stem shall be cut as needed by the core drilling. Any damage to the existing concrete that is to remain in place shall be repaired to a condition equal to or better than that existing prior to the beginning of the Contractor’s operations and shall be repaired at the Contractor’s expense.

The Contractor shall strictly follow the recommendations of the manufacturer for mixing and placing the grout material prior to the placement of the anchor bolts. The Contractor shall adhere to the ACI code requirements regarding minimum and maximum temperatures while placing the grout or any manufacturer recommendations, whichever is more stringent. Any excessive grout around the hole after placement of the anchor bolt shall be struck off smooth while the grout is still fresh.

Anchor bolts shall be set as shown on the Plans unless the Engineer permits changes. Templates, or other suitable means, shall be used to keep the bolts plumb at the required embedment and in the correct vertical position during placement.

CORING AND GROUTING DOWELS The work to be done under this heading shall consist of coring and grouting holes in the existing structure for steel reinforcing dowels in concrete or stone masonry at the pier, at the abutment seats for new pedestals, and as shown on the Plans. Dowels are to be grouted in place in the new or existing holes as part of this item.

Dowel spacing and embedment shall be as shown on the Plans.

Materials The grout to be used for these anchor bolts shall be one of the following: • “Garonite HD”, as manufactured by Garon Products, Inc. of Wall, New Jersey • “FX-228”, as manufactured by Fox Industries, Inc. of Baltimore, Maryland • “Five Star Grout”, as manufactured by U.S. Grout Corp. if Fairfield, Connecticut. • An approved equal. A copy of MassDOT’s Approved Products List may be consulted and is available on its website.

A00801 - 208 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

Epoxy, vinyl, or polyester resin adhesives shall not be used.

Two test dowel bars of each dowel size shall be installed in the existing concrete and tested by the Contractorfor pull-out. The pull-out force shall correspond to 90% of the yield strength of the bar. If any of the tested bars pull out or if the surrounding concrete shows signs of cracking, the Contractormust adjust the hole diameter, embedment, length and/or grouting material to meet this test requirement. All testing of the drilled and grouted dowels shall be performed by the Contractorand is incidental to the work under this heading. The method of applying the tension test load to the dowels shall conform to ASTM E488.

Details of the testing equipment used and the locations and details of the test dowels shall be submitted to the Engineer for approval. The Contractor shall perform this test as soon as possible in order to eliminate delays in construction due to the approval process. Dowels shall not be ordered until the embedment lengths have been approved by the Engineer.

The Contractor shall submit to the Engineer for approval the product data on the grout selected along with the manufacturer’s recommended hole size prior to drilling and grouting the dowels.

The Non-Shrink Grout shall have a minimum compression strength of 8,000 psi after 28 days as determined by testing under ASTM C 109. The grout mix shall exhibit no shrinkage on setting but may exhibit slight expansion of no more than 3% when tested by methods conforming to the requirements of ASTM C 827. All grout materials shall be on the MassDOT's Approved List of Materials.

Steel reinforcing bars used for dowels shall be epoxy coated and shall meet the requirements of Section 901.

Construction Methods All holes for dowels shall be diamond core drilled. The inner surfaces of diamond core drilled holes shall be scored to develop sufficient keying action. The method of scoring of the holes’ inner surfaces shall be subject to the approval of the Engineer.

The diameter of the drilled holes shall be in accordance with the recommendations of the grout manufacturer. The holes shall be blown clear of any debris and shall have the approval of the Engineer prior to the placement of any grout material.

The drilling operation shall be performed without damage to any existing reinforcing or portion of the structure that is to remain in place. Any damage to the existing structure that is to remain in place shall be repaired to a condition equal to or better than that existing prior to the beginning of the Contractor’s operations and shall be repaired at the Contractor’s expense.

A00801 - 209 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

The Contractor shall strictly follow the recommendations of the manufacturer for mixing and placing the grout material prior to the placement of the dowels. The Contractor shall adhere to the ACI code requirements regarding minimum and maximum temperatures while placing the grout. Any excessive grout around the hole after placement of the dowel shall be struck off smooth while the grout is still fresh.

Dowels shall be set as shown on the plans unless the Engineer permits changes. If dowels are cast in substructure concrete, templates, or other suitable means, shall be used to keep the dowels in the correct alignment and at the required embedment during concrete placement.

STRUCTURAL STEEL – COATED STEEL Work under this heading shall conform to the relevant provisions of Section 960 of the Supplemental Specifications and the following:

All structural steel shall conform to AASHTO M270, Grade 50, as designated on the Plans, and shall be metalized and shop coated.

Paint shall be preliminarily assumed to be GREY in accordance with Federal Standard color #26295 or #26373. The Contractor shall provide painted metal chip samples of the proposed paint to the City of Lowell, the Lowell Historic Board, and the National Park Service for review and final approval.

MEMBRANE WATERPROOFING FOR BRIDGE DECKS-SPRAY APPLIED Work under this heading shall conform to applicable sections of Section 965 of the Standard Specifications and the following:

The work to be performed shall consist of the furnishing and application of an approved cold liquid spray applied, seamless methylmethacrylate or polyurea membrane system and all concrete surface preparation work necessary to install the membrane system. The membrane system shall consist of the primer, the membrane, aggregated keycoat layer, and polymer modified tack coat.

General Membrane application shall be in accordance with the manufacturer’s instructions. The Manufacturer’s representative shall be present during the entire application and shall oversee surface preparation, installation and quality control testing. The handling, mixing, and addition of membrane components shall be performed in a safe manner to achieve the desired results in accordance with the manufacturer’s recommendations. All open flames and spark producing equipment shall be removed from the work area prior to commencement of application. No smoking signs shall be posted at the entrances to the work. The Applicator shall be responsible for the protection of equipment and adjacent areas from overspray or other contamination.

A00801 - 210 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

The Contractorand the Applicator shall agree upon a schedule for coordination between trades working in the areas that are to receive the membrane system. Before beginning the application, the Contractor shall schedule and conduct a meeting at the site to review the approved submittals, and other pertinent matters related to the application including the schedule for coordination between trades. Present, as a minimum, shall be the Contractor, the Applicator, the Manufacturer’s Field Representative and the Engineer.

All components of the membrane system shall be delivered to the site in the manufacturer’s original packaging, clearly identified with the products type and batch number. The Contractor shall provide the Applicator with a storage area for all components. The area shall be cool, dry, out of direct sunlight, and complies with relevant health and safety regulations. Copies of material safety data sheets for all components shall be kept on site at the Contractor’s field office.

Only products pre-approved by MassDOT will be accepted for use. Product approval shall require the demonstration by the manufacturer that the membrane system meets the material specifications and that the entire membrane system is designed and tested as waterproofing for use on bridge deck applications. The manufacturer shall demonstrate through testing prior to approval that the system meets material properties and performance requirements stated herein.

Submittals The Contractor shall submit to the Engineer for approval the membrane system material specifications, installation procedure, application equipment and test results as specified in the materials section as well as product performance data, storage and protection instructions, handling and mixing instructions, material safety data sheets (MSDS) for all components. An 8 inch square sample of the proposed membrane representing in color, texture and thickness satisfactory field application shall be provided to the Engineer. All submittals shall be certified to be in conformance with the manufacturer’s instructions.

A00801 - 211 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

Materials The waterproofing membrane shall consist of an approved one or two coat rapid curing cold liquid spray applied, seamless methylmethacryalte or polyurea membrane, a primer, polymer modified tack coat and aggregated keycoat layer. The total minimum base thickness for membrane shall be 80 mils. measured over peaks. The membrane shall easily accommodate the need for day joints and patch repairs. The membrane shall be able to bridge live cracks up to 1/8 inch in width. Prior to priming, submit to the Engineer for approval, certified independent test reports demonstrating conformance to the following performance criteria:

PROPERTY TEST REQUIREMENTS 80 mils minimum measured over Minimum Thickness peaks, or the thickness used to

(Membrane only) pass the ASTM C 1305 Crack Bridging Test ASTM E 96 Procedure B Permeance < 1.17 Perms Water Vapor Transmission - Water (grains/(hr-ft2- in. Hg) Method 100 psi minimum. Failure in ASTM D concrete below this value will Adhesion to concrete 4541 require additional concrete preparation ASTM D Tensile > 1,700 psi 638 ASTM D Elongation at Break 130 % Typical 638 Crack Bridging (Neat ASTM C o Material + Aggregated Pass ≥ 25* cycles at -15 F no 1305 Keycoat) failure at 1/8 inch * MassDOT requirement

The primer shall promote adhesion of the membrane to the concrete surface. The chemical composition of the primer, membrane, aggregate keycoat and tack coat that make up the membrane system shall conform to the manufacturer’s specifications for the material and shall be approved by the manufacture as being compatible for use with the specified membrane. Cleaning solvents shall also be as approved by the manufacturer for use with the membrane.

Membrane Waterproofing (Spray Applied) for Existing Decks shall be asbestos-free Only products pre-approved bythe Department will be accepted for use

A00801 - 212 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

Applicator The system shall be applied by an Applicator who is approved by the membrane system manufacturer. The Applicator installing the membrane shall have at least 2 years of experience on membrane installation with applicator certified by the membrane manufacturer. The Engineer shall receive manufacturer’s written approval of the Applicator’s qualifications at least seven days prior to the application of any system component. This approval shall apply only to the named individuals performing the application.

Application Procedure The application procedure shall consist of concrete surface preparation, applying primer, applying membrane, applying aggregated keycoat layer, applying Polymer Modified tack coat. Special attention shall be paid to the bridge deck surface preparation prior to the membrane system application. A representative from the membrane manufacturing company shall be present for the entire duration of the membrane application. The manufacturer’s representative shall be responsible for the field testing, testing including but not limited to adhesion bond test and deck moisture content and all other required documentation and reporting.

The membrane system shall not be applied in either wet, damp or foggy weather, or when the ambient temperature is 40°F or below or is forecast to fall below 40°F during the application period.

The membrane waterproofing on bridge decks shall not be placed until the Contractoris ready to follow within 24 hours with the first layer of Hot Mix Asphalt pavement; a longer period of time will be allowed only with the approval of the Engineer.

Where the areas to be waterproofed are bound by a vertical surface including, but not limited to, a curb or a wall, the membrane system shall be continued up the vertical as necessary. A neat finish with well defined boundaries and straight edges shall be provided.

1. Concrete Surface Preparation:

Concrete surfaces which are to be waterproofed shall be screeded to the true cross section, sounded and all spalls and depressions shall be repaired prior to the application of the prime coat. Depressions shall be filled to a smooth flush surface with 1:2 mortar (1 part cement to two parts sand) or an approved rapid setting patching mortar that is compatible with the waterproofing system. Other surfaces shall be trimmed free of rough spots, projections or other defects which might cause puncture of the membrane so that the surface profile of the prepared concrete surface shall not exceed a ¼ inch amplitude, peak to valley.

The use of resin or wax-based deck curing membranes is not acceptable.

Immediately prior to the application of the primer, the concrete to which the membrane is to be applied shall be cleaned of all existing bond inhibiting materials using an abrasive blast. Dust or loose particles shall be removed using clean, dry oil-free compressed air or industrial vacuums. The surface preparation shall insure that the concrete surface shall be free of bituminous product, surface laitance, oil staining, soiling, and dust and produce a clean dry surface.

A00801 - 213 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

Random tests for adequate tensile bond strength of the membrane shall be conducted on the concrete in accordance with ASTM D 4541 using the membrane manufacturer’s primer and membrane to achieve minimum bond strength of 100 psi with failure in the concrete. Additional preparation of the concrete shall be required if a bond strength of a least 100 psi is not demonstrated in the concrete-membrane interface.

2. Applying Primer:

The primer shall only be applied when the temperature of the concrete deck surface exceeds the dew point by at least 5º F and when the concrete deck surface has moisture content of 5.0% or less as confirmed by a portable electronic surface moisture meter supplied by the Contractor. The primer shall be applied to ensure full coverage. In general, for conventional concrete mixes, the concrete to which the membrane is to be applied shall have cured a minimum of 7 days prior to the application of the primer. For precast and high early mixes or rapid sets for closure pours, MassDOT may consider less than 7 days subject to the approval of the manufacturer and the results of moisture test results and adhesion pull test results performed by the manufacturer’s representative in accordance with these specifications and submitted to the Engineer for approval prior to primer placement. A second coat of primer shall be required if first coat of primer is absorbed by the concrete. The primer shall be over sprayed with the membrane for up to the manufacture allowed re-coat drying time but in no case it shall exceed 24 hours. Beyond this period, the surface shall be prepared again and re-primed following the manufacturer’s recommendations prior to membrane application.

3. Applying Membrane:

The waterproofing membrane shall be applied in a methodical manner. The Applicator shall follow the approved mixing and application procedure. Unless approved by the Engineer, the membrane shall be spray applied, with the mixing of the two components taking place at the nozzle, and shall be applied to the primed deck in accordance with the manufacturer’s instructions. The spray equipment shall be computer controlled, monitoring mixing ratios and quantities applied, and the latter allowing coverage rates to be checked. Following the application of membrane system and before holiday testing, the cured surface shall be visually inspected. If any defects or pinholes are found, an appropriate quantity of membrane shall be mixed by hand and repairs effected by touch-in with a putty-knife hand tool, ensuring in all cases that the thickness of the repair is sufficient to bring the area up to the specified thickness and that the thickness of the repair patch is a minimum 80 mils. minimum measured over peaks, or the thickness used to pass the ASTM C 1305 Crack Bridging Test.

4. Applying Aggregated Keycoat:

Following the membrane application, a layer of resin, compatible with the membrane shall be spray applied to a thickness of 30 to 40 mils into which a crushed basalt aggregate approved by the membrane manufacturer shall be broadcast ensuring minimum 95% coverage.

A00801 - 214 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

5. Applying Polymer Modified Tack Coat:

The manufacturer’s tack coat shall be applied in accordance with the membrane manufacturer’s recommendations after a minimum of three hours from initial membrane application. Polymer modified tack coat consisting of either a polymer modified asphalt emulsion or a polymer modified asphalt binder approved for use by the Engineer The Tack Coat shall be allowed to cool for a minimum of 1 hour prior to the application of the hot rolled asphalt.

Certificate of Analysis (COA): A minimum of 48 hours prior to placement of Polymer Modified Tack Coat (PMTC), a COA shall be submitted by the supplier of the PMTC to the Engineer for Research and Materials approval.

During paving, a light soap spray should be applied to the paving equipment wheels to prevent removal of the tack coat

6. Repairs:

If an area of membrane requires repair or if the membrane becomes damaged, a patch repair shall be carried out to restore the integrity of the membrane system. The damaged area shall be cut back to sound materials and wiped with a solvent up to a width of at least 6 inches beyond the periphery of the damaged area, removing contaminants. The concrete shall be primed as necessary, followed by the application of the membrane. A continuous layer shall be obtained over the concrete with a 6 inch overlap onto the existing membrane. The solvent shall be as approved by the membrane waterproofing manufacturer. Repairs shall comply with the manufacturer’s guidelines for any over-coating times.

Where the membrane is to be joined to existing cured material and at day joints, the new application shall overlap the existing membrane/day joint by at least 4 inch. The existing membrane/day joint shall be cleaned of all contamination including tack coat material or dirt to an edge distance of a least 6 inch and wiped with a solvent as approved by the membrane waterproofing manufacturer.

7. Trial Placement to Vailidate Bond Strength of Spray Applied:

A trial placement using the approved spray applied waterproofing membrane shall be required before and as close as possible to the intended date of the deck slab waterproofing placement to emulate actual placement conditions. Mock up as placed shall be representative of final bridge placement including HMA topping as specified. The intent is to validate the Adhesion Tensile Bond Strength in accordance with ASTM D 4541 using the membrane manufactures primer and membrane for those projects where the available cure time may adversely affect the required bond strength of the spray applied membrane system. The minimum tensile bond strength required per this specification is 100 psi. The trial specimens should be taken as directed by the Engineer.

A00801 - 215 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

These specimens shall be used to test the adhesion bond strength and the moisture content on the deck. The moisture content shall not exceed 5% per this specification. (See below, Item (a) under Field Quality Control). Trial placement shall simulate the actual job conditions in all respects including air temperature, transit equipment, travel conditions, admixtures, forming, placement equipment, and personnel. If there are problems, the Engineer may require the Contractorto conduct more trial placements. If weather conditions change between completion of trial testing and actual placement, adhesion bond testing and deck moisture testing shall be repeated as directed by the Engineer. Removal of the trial placement concrete from the job site is the responsibility of the Contractor. In addition to the requirements contained herein, all weather and concrete temperature requirements contained in Subsection 901.64 shall be satisfied.

8. Field Quality Control:

The following tests shall be conducted by the manufacturer’s representative and recorded on a test report form to be submitted to the Engineer. All test reports shall be submitted to the Engineer within 5 working days of the test completion. a. Deck moisture: The concrete deck surface moisture content cannot exceed 5% as confirmed by a portable electronic surface moisture meter supplied by the Contractor. Submit moisture test results to the Engineer for approval, prior to priming. b. Film Thickness: 1. Wet film thickness shall be checked every 300 square feet using a gauge pin or standard comb type thickness gauge or a magnetic gauge. Film thickness checks shall be carried throughout the application process. During the Final Review, the cured membrane film thickness shall be checked by a dial thickness gauge. 2. Dry Film Thickness: If membrane system cures too quickly to perform wet film thickness testing, dry film thickness shall be checked every 300 square feet using magnetic or ultrasonic gauges, or using a destructive method. If destructive method is used, repair areas by respraying or filling with special two component gun grade material provided by the waterproofing manufacturer. c. Pin Hole/Holidays: The entire surface of the membrane shall be inspected for pin holes and/or holidays by the manufacturer’s representative. All pin hole/holidays shall be located, marked for repair, documented, and repaired in accordance with a repair procedure developed by the manufacturer and approved by the Engineer. Adhesion Tensile Bond: Random tests for adequate tensile bond strength shall be conducted in accordance with ASTM D 4541 using the membrane manufacture’s primer and membrane. The test shall be conducted using the membrane as the adhesive to the test dolly. Minimum bond strength of 100 psi will be required for acceptance. Failure in the concrete will require additional surface preparation of the concrete. Tester Model 106, or approved similar equipment shall be used. A frequency of 1 test per 5,000 square feet or fraction thereof shall be conducted. Areas smaller than 5,000 square feet shall receive a minimum of 3 tests.

A00801 - 216 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

d. Visual inspections shall be conducted throughout the application process. The Manufacturer’s Field Representative shall take progress photos for incorporation with his final review report to the Engineer.

Final Review The final review visual inspection shall be conducted jointly by the Applicator, Contractor, Manufacturer’s Field Representative and Engineer. Irregularities or other items that do not meet the requirements of the Special Provisions and the Plans shall be addressed/repaired at this time, at no additional cost to the MassDOT.

REMOVE, REPAINT, AND RECONSTRUCT PEDESTRIAN RAIL The work required under this heading shall conform to the relevant provisions of Section 900 of the Standard Specifications. The work shall include the removal, preparation, repainting and reinstallation of the existing pedestrian rail on the bridge as shown on the Contract Drawings.

The work shall include the removal and disposal of the existing rail posts and anchorages, and replacement with new posts and anchorages as shown on the Contract Drawings. The work also includes the removal and disposal of the existing railing posts which may be contained in the existing railing posts.

Materials Structural steel tubing for the new posts shall conform to ASTM A500, Grade B. Remaining new structural steel for pedestrian assembly shall conform to AASHTO M 270 (ASTM A709), Grade 36. The railing posts and anchorages shall be galvanized after fabrication and painted black. The steel grade and presence of galvanizing on the existing rails and stiles to be removed and repainted are unknown.

Steel nuts, bolts and washers shall conform to AASHTO M 164 (ASTM A325) and shall be galvanized. Anchor bolts may either conform to ASTM F1554, Grade 55, galvanized, or may be galvanized high strength rods, threaded both ends, with 2 galvanized hex nuts and galvanized washers.

Fabrication and Construction Methods All railing shall be fabricated and erected so that the rail is parallel to the curbing. The posts shall be set plumb when profile grade exceeds 1.5%. For profile grades less than 1.5%, posts shall be set perpendicular to grade.

The finished railing is to meet all requirements of fit, alignment, and grade to the full satisfaction of the Engineer, it is suggested that complete field measurements be made before shop drawing submittal, and verified before shop fabrication is performed.

Where galvanizing is damaged, the damaged areas shall be thoroughly cleaned and given one coat of zinc dust oxide paint conforming to Federal Specification TT-P-641B, Type III. Welding shall be in accordance with ANSI/AASHTO/AWS D1.1.

A00801 - 217 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

METAL BRIDGE RAILING, STEEL TYPE (BR-2) The work required by this item shall conform to the relevant provisions of Section 900 of the Standard Specifications, Supplemental Specifications and amendments. The work shall include the supply, fabrication, and installation of painted galvanized steel BR-2 metal bridge railing both on and off the bridge as shown on the Contract Drawings.

Shop Painting of Hot Dipped Galvanized Steel Work under this section includes substrate surface preparation and shop applied paint systems for BR-2 Railing which has been hot-dip galvanized.

Requirements of Regulatory Agencies: Provide and apply materials complying with environmental requirements of authority having jurisdiction.

Apply coating of specified dry film thickness (DFT) where thickness shall be absolute minimum coverage at any point of measurement as determined by the paint manufacturer.

BR-2 Railing shall be painted black.

Application Conditions 1. Apply all intermediate and finish coatings under conditions within the following tolerances: a. Air Temperature: Min. 50 deg. F to max. 90 deg. F. b. Surface Temperature: Min. 50 deg. F to max. 100 deg. F. c. Relative Humidity: Max. 65 percent. 2. Maintain surface dry and free from dust, dirt, oil, grease, or other contaminants. 3. Keep environment free of airborne dust and dirt until paint is dry. 4. To ensure compliance with this Specification, monitor all temperature and humidity levels continuously with a recording hydrothermograph with printed record available for review by the Contractorat any time during the Project. 5. Comply with all applicable federal, state, local, OSHA, EPA, and fire regulations for both spray and curing facilities. 6. Provide spray booth with a filtered exhaust. 7. Cure booth may be heated to accelerate paint dry time at applicators option, however strictly comply with paint manufacturer's instructions. Temperature shall not exceed 150°F. Use an indirect thermostat controlled gas-fired, forced hot-air blower; do not use infra-red type curing equipment. 8. Protect spray and curing booth with sprinkler system complying with NFPA 15. 9. Continuously monitor air in curing booth by a lower explosive limit (LEL) monitoring device connected to the ventilation system.

A00801 - 218 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

Products Provide thinners, driers, and other products manufactured, furnished, or approved by accepted manufacturers for use with their product.

Handle, store, mix, and apply paint materials, primers, and metal conditioners in accordance with recommendations of accepted manufacturers.

Should it appear that conflicts exist between such recommendations and the Specifications, obtain written clarification from the Engineer before proceeding with the work.

Top coat color shall be black.

All steel that has been hot dipped galvanized after fabrication and is specified to be painted, shall receive a shop applied tie coat and finish color coat as indicated herein. Tie coat and finish color coat shall be by the same manufacturer.

Surface Preparation All hot dip galvanized material shall be cleaned in accordance with Steel Structure Painting Council Specification SSPC-SP-1, Solvent Wipe followed by SSPC-SP-16, Brush-off Blast Cleaning of Non-Ferrous Metals. Following completion of cleaning procedures and prior to application of coating material the galvanized material shall be visually inspected to determine complete absence of contaminants and that proper tooth or profile exists for paint adhesion.

The cleaning procedures shall be performed carefully so that the galvanized thickness does not fall below the required 3.4-3.9 mil zinc thickness.

Field Repair Procedures Where factory applied coatings have become damaged Contractor shall submit proposed field repair procedures to MassDOT for approval.

All damaged areas shall be cleaned to SSPC-SP-2.

Materials Structural steel tubing shall conform to ASTM A500, Grade B. Remaining structural steel for BR-2 rail assembly shall conform to AASHTO M 270 (ASTM A709), Grade 36. The bridge railing shall be galvanized after fabrication and painted black.

Steel nuts, bolts and washers shall conform to AASHTO M 164 (ASTM A325) and shall be galvanized. Galvanized high strength rods, threaded both ends, with 2 galvanized hex nuts and galvanized washers may be substituted for high strength anchor bolts as approved by the Engineer, at no additional cost.

Studs for attachment of structural steel tube for railing shall conform to AAHSTO M 164 (ASTM A108).

A00801 - 219 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

Fabrication and Construction Methods All railing shall be fabricated and erected so that the rail is parallel to the curbing. The posts shall be set plumb when profile grade exceeds 1.5%. For profile grades less than 1.5%, posts shall be set perpendicular to grade.

The finished railing is to meet all requirements of fit, alignment, and grade to the full satisfaction of the Engineer, it is suggested that complete field measurements be made before shop drawing submittal, and verified before shop fabrication is performed.

A tube splice shall be located in the tube spanning the expansion joint opening and the sleeve shall be lengthened accordingly.

Tubing shall be continuous over a minimum of 3 posts. Sleeve splices for thermal expansion shall be spaced no more than 50 feet apart.

Any areas where the galvanizing is damaged shall be thoroughly cleaned and given one coat of zinc dust oxide paint conforming to Federal Specification TT-P-641B, Type III. Welding shall be in accordance with ANSI/AASHTO/AWS D1.1.

SCUPPER AND DOWNSPOUT The work required under this heading shall conform to the relevant provisions of Section 900 of the Standard Specifications, Supplemental Specifications and amendments.

Furnish and install scuppers and connect downspouts to the scupper assembly at the locations indicated on the Plans. Downspout connections to scuppers, and hardware required to support downspout piping shall be as recommended by the manufacturer.

Scuppers and downspouts shall be provided complete in place with no separate measure of downspout connection length or additional compensation for extended lengths of downspout piping.

A00801 - 220 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

SCHEDULE OF BASIS FOR PARTIAL PAYMENT Within 10 days of the date of Notice to Proceed, the Contractor shall submit on his/her proposal form a schedule of unit prices for the major component Sub-Items that make up Item 995.01 as well as his/her total bridge structure Lump Sum cost for Bridge Structure No. L-15-035 (87H). The bridge structure Lump Sum breakdown quantities provided in the proposal form are estimated and not guaranteed. The total of all partial payments to the Contractor shall equal the Lump Sum contract price regardless of the accuracy of the quantities furnished by the Engineer for the individual bridge components. The cost of labor and materials for any Item not listed but required to complete the work shall be considered incidental to Item 995.01 and no further compensation will be allowed.

SUB-ITEM UNIT DESCRIPTION QTY UNIT TOTAL NO.** PRICE *106.409 JACKING AND SHORING EXISTING BEAM 16 EA SAWING & SEALING JOINTS IN ASPHALT *482.31 85 FT PAVEMENT AT BRIDGES 901. 4000 PSI, 1.5 IN., 565 CEMENT CONCRETE 720 CY 904.3 5000 PSI, 3/4 IN, 685 HP CEMENT CONCRETE 11 CY

*904.4 4000 PSI, 3/4 IN, 585 HP CEMENT CONCRETE 175 CY

905. 4000 PSI, 3/8 IN, 660 HP CEMENT CONCRETE 1 CY STEEL REINFORCEMENT FOR 910.1 194,000 LB STRUCTURES – EPOXY COATED MECHANICAL REINFORCING BAR *910.5 315 EA SPLICERS – EPOXY COATED *911.1 SHEAR CONNECTORS 3,250 EA *913.2 CORING AND GROUTING ANCHOR BOLTS 32 EA *913.3 CORING AND GROUTING DOWELS 287 EA 960.1 STRUCTURAL STEEL – COATED STEEL 25,400 LB MEMBRANE WATERPROOFING FOR *965.2 3,450 SF BRIDGE DECKS-SPRAY APPLIED *968.1 SCUPPER AND DOWNSPOUT 4 EA 971.1 ASPHALTIC BRIDGE JOINT SYSTEM 80 FT REMOVE, REPAINT, AND RECONSTRUCT *975.01 185 FT PEDESTRIAN RAIL *975.61 METAL BRIDGE RAILING TYPE BR-2 160 FT

TOTAL COST OF ITEM 995.01 =

A00801 - 221 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.01 (Continued)

This schedule applies only to Bridge Structure No. L-15-035 (87G). Payment for similar materials and construction at locations other than at this bridge structure shall not be included under this Item.

** - Sub-Item numbering is presented for information only in coordination with MassDOT Standard Nomenclature.

The work does not include any items listed separately in the proposal. Payment for materials shown on the Contract Drawings as being a permanent part of this bridge structure or which may be incidental to its construction and are not specifically included for compensation under another Item shall be considered incidental to the work performed under this Item and shall be included in the unit price of the component of which they are a part.

ITEM 995.04 BRIDGE STRUCTURE, BRIDGE NO. L-15-049 (BX4) LUMP SUM

The work under this Item shall conform to the applicable provisions of Section 995 of the Standard Specifications and the following:

For those component parts where no specific requirement is stipulated, the Standard Specifications shall apply except for payment.

Work under this Item shall include all materials, equipment and labor needed to construct all elements of the bridge, including but not limited to the following: • Concrete Deck, Concrete Abutments, Concrete Approach Slabs • Steel Reinforcement • Shear Connectors • Laminated Elastomeric Bearings • Structural Steel-Coated • Membrane Waterproofing for Bridge Decks-Spray Applied • Metal Bridge Railing-BR2 and Ornamental • Metal Bridge Rail, Remove and Reset • Bit. Damp-proofing

The work does not include any items listed separately in the proposal. Payment for materials shown on the Plans as being part of this bridge structure or which may be incidental to its construction and are not specifically included for payment under another Item shall be considered incidental to the work performed under this Item and shall be included in the unit price of the component of which they are a part.

A00801 - 222 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

The work under these item headings shall be for cast-in-place concrete and shall conform to requirements and application provisions of Section 901 of the latest edition of the Standard Specifications, the Supplemental Specifications and the following:

4000 PSI, 3/4 IN., 585 HP CEMENT CONCRETE Shall be used to construct the deck, end diaphragms, apron, and reconstructed Northwest stair platform, and those other areas designated by the Engineer and/or designated by the Plans.

Shall conform to all material requirements contained in Subsection M4.06.1 of the Standard Special Provisions, with the exception of cementitious content, which shall be limited to a maximum of 585 pounds per cubic yard.

PLACEMENT, FINISHING AND CURING OF CAST IN PLACE CONCRETE DECKS These procedures shall be followed only when the concrete bridge deck shall be cast entirely in the field. These procedures do not apply to any precast deck components, including precast full depth concrete deck panels and decks cast as part of a prefabricated bridge unit (PBU), or closure pours used to connect precast decks in the field.

Subsection 901.66 A The entire existing Subsection 901.66 A shall be replaced by the following:

At least 30 calendar days prior to the proposed start of placing the concrete bridge deck, the Contractor shall submit to the Engineer for approval a Placement and Curing Plan that will specify all of the steps, methods, equipment and personnel that Contractor shall use to construct the concrete deck in compliance with these specifications. Approval of this plan will not relieve the Contractorof the responsibility for the satisfactory performance of his/her methods and equipment. The Placement and Curing Plan shall, at a minimum, specify: 1. The method that will be used to convey the concrete from the truck to all locations on the deck where it will be placed. This will also include the conveyance equipment, rate of concrete placement and the estimated time for the completion of all concrete placement, consolidation and finishing operations up to the start of curing. 2. The type and number of finishing machines and work bridges including the plan for erecting the rails and operating the finishing machine. This will include proof of the following minimum operator qualifications for the bridge deck finishing machine: a. Five years of experience operating machines or similar type and manufacturer as that proposed. b. Proof of no less than five bridge decks of similar size, placed using a machine of the same manufacturer as that proposed. Or, as a substitute for a. and b.: c. A representative of the manufacturer of the bridge deck finishing machine shall be present on the site a minimum of 24 hours in advance of the proposed deck placement to approve the setup of the machine and rail system, and the representative shall be present for the entire duration of the placement of the deck concrete using the bridge deck finishing machine.

A00801 - 223 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

3. The sequence of concrete pours, including any retarders or other concrete admixtures and dosage rates required to complete the placement, consolidation and finishing operations prior to curing in accordance with the Contractor’s intended sequence of operations. 4. The provisions for consolidating the concrete including the number of vibrators and number of personnel that will be dedicated exclusively for this operation. 5. The method for curing the concrete deck. This will include the number of personnel that will be exclusively dedicated for this operation, the means for pre-wetting the burlap, the location of the wet burlap at the work site, the means for conveying the wet burlap to the work bridges and the amount of wet burlap that will be required to completely cover the deck. It shall also include a letter certifying that the fogging equipment attached to the finishing machine produces atomized water droplets with an average droplet diameter of 0.003 inches (76 μm) or less that are uniformly distributed at a rate of at least 0.10 gallons/square foot/hour (4 liters/square meter/hour) 6. Consideration of weather conditions that can be anticipated at the time of placement of the deck concrete. When cold weather can be reasonably expected either within 7 days before the anticipated concrete placement, or during the 14 day wet curing period, the Contractor shall include detailed procedures for the production, transportation, and placement of the concrete, including: provisions for enclosures to protect the placed concrete, including a plan of heating devices, types and locations around structure and the means for holding the enclosure securely in place; cold weather curing procedures; and the means for monitoring the temperature of concrete during cold weather. 7. Equipment that will be used to measure ambient air temperature, concrete temperature and relative humidity of the air at the construction site. 8. The number of all other personnel, in addition to the ones already identified in bullets 4 and 5, who will be engaged in the concrete placement operation and their assigned tasks. All personnel, including the ones already identified in bullets 4 and 5, shall have the experience and skills appropriate to their working assignment 9. A contingency and backup plan in case of equipment failure.

A pre-placement meeting shall be held between the Contractorand the Engineer at least 2 weeks prior to the start of any concrete placement for the deck slab. The Contractorand the Engineer shall review all aspects of the approved Placement and Curing Plan.

Twenty four (24) hours before the scheduled start of concrete placement, the Engineer shall verify that all equipment and materials identified in the Placement and Curing Plan are onsite and have been tested to insure that they are in working order and are functioning as required. Upon the successful completion of this verification, the Engineer shall allow the concrete placement to proceed. If any equipment or material such as burlap is missing or equipment is malfunctioning, the concrete placement operations shall be canceled and shall not be re- scheduled until such time as the missing equipment or material is delivered to the site or the equipment has been repaired and is demonstrated to be in working order and functioning as required. The Contractor shall be responsible for any costs associated with the cancellation and rescheduling of the concrete placement operation that is due to missing equipment or material or malfunctioning equipment.

A00801 - 224 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

Subsection 901.66 B The following shall be added to the requirements of the existing Subsection 901.66 B:

Cement concrete for bridge decks shall not be placed when the ambient air temperature exceeds 85°F (29°C) or is expected to exceed 85°F (29°C) during the placement of the deck. The Contractor shall measure the ambient air temperature, relative humidity of the air at the construction site and concrete temperature. Concrete temperature will be taken from the same sample used for slump and air content tests. These measurements will be taken prior to the commencement of concrete placement to determine the evaporation rate using Figure 1 and every hour thereafter until the end of the concrete placement, consolidation and finishing operation to check the evaporation rate in order to determine if it remains within the limits specified. To document the readings, the Bridge Deck Placement Environment form shown below shall be filled out by the Contractorand submitted to the Engineer.

Bridge Deck Placement Environment City/Town: Date: Bridge Number: Contract Number: Start Station: End Station: Time Air Relative Concrete Wind Evaporation Measured Temp. Humidity (%) Temp. Velocity Rate Prior to Casting Hourly

After Casting Signature - Contractor’s Authorized Printed Name: Representative: Signature - MassDOT Resident Engineer: Printed Name:

The existing Subsection 901.66 B 1 shall be replaced by the following: 2. Misting the surface of the concrete with pressurized equipment attached to the finishing machine until the curing cover is applied. The water mist shall be distributed at a rate of at least 0.10 gallons/square foot/hour (4 liters/square meter/hour). For example, on a deck that is 30 feet (9.1 meters) wide, the system must be able to apply at least 3.0 gallons of water per linear foot per hour (36.4 liters/meter-hour). The nozzles must produce an atomized fog mist that will maintain a sheen of moisture on the concrete surface without ponding. The atomized water droplets shall have an average droplet diameter of 0.003 inches (76 μm) or less. The area of coverage from each nozzle shall overlap all adjacent coverage areas by at least 12 inches (305 millimeters). Water that drips from the nozzles shall not be allowed to fall onto the concrete that is being cured.

A00801 - 225 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

The following shall be added to the requirements of the existing Subsection 901.66 B: 2. Reschedule the placement until such time as the environmental conditions are acceptable, such as at night or during early morning hours.

Subsection 901.66 D The entire existing Subsection 901.66 D shall be replaced by the following:

The concrete shall be consolidated by means of approved high frequency internal vibrators (9000 – 12,500 vibrations per minute in concrete) that shall be applied in a manner to ensure the consolidation of the concrete throughout the full depth of the deck in advance of the finishing machine. The Contractor shall take preventive measures to insure that the vibrators during operation shall not damage the epoxy coated reinforcement. The Contractor shall have no less than 2 approved vibrators in service at all times during the placement of the first 30 cubic yards (27 cubic meters) per hour of cement concrete placed and shall have additional vibrators in service at all times at the rate of one vibrator per each additional 30 cubic yards (27 cubic meters) per hour of cement concrete placed. These vibrators shall be in operation in addition to the surface vibratory action from the vibrating pan(s) of the finishing machine. Consolidation by the vibrators shall leave the concrete free from voids and insure a dense surface texture, but the vibration of the concrete shall not be continued so long as to cause segregation or bleeding. A small uniform quantity of concrete shall be maintained ahead of the screed on each pass. At no time shall the quantity of concrete carried ahead of the screed be so great as to cause slipping or lifting.

5000 PSI, 3/4 IN., 685 HP CEMENT CONCRETE Shall be used to construct the BR-2 Bridge curbing and terminus, bridge sidewalk, multiuse path, wingwall copings, and those other areas designated by the Engineer and/or designated by the Plans.

5000 psi, ¾ in., 685 HP Cement Concrete shall conform to all material requirements contained in Subsection M4.06.1 of the Supplemental Specifications to the Standard Special Provisions, with the exception of cementitious content, which shall be limited to a maximum of 685 pounds per cubic yard.

5000 PSI, 3/8 IN., 710 HP CEMENT CONCRETE Shall be used to construct the modified CT-TL2 Barrier on the wingwall, and other areas identified by the Engineer and/or designated by the Plans.

4000 PSI, 1.5 IN., 565 CEMENT CONCRETE Shall be used to construct the abutments below backwall, wingwall footings and stems, approach slabs, BR-2 safety curb off approach slab, reconstructed Northwest lower platform, canal walkway reconstruction, and those other areas designated by the Engineer and/or designated by the Plans.

A00801 - 226 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

4000 PSI, 3/4 IN., 610 CEMENT CONCRETE Shall be used on the construction of abutment backwalls, curtain walls, keeper blocks, and those other areas designated by the Engineer and/or designated by the Plans.

STEEL REINFORCEMENT FOR STRUCTURES The work under this heading shall conform to the applicable provisions of Section 901 of the Standard Specifications.

Shall be used in BR-2 Safety Curb footing off approach slabs, approach slabs, abutments below backwall, and wingwall footings and stems.

STEEL REINFORCEMENT FOR STRUCTURES – EPOXY COATED The work under this heading shall conform to the applicable provisions of Section 901 of the Standard Specifications.

Shall be used in BR2 safety curb and terminus, concrete apron, backwalls, keeper blocks, curtain walls, wingwall coping, deck, sidewalk, multiuse path, modified CT-TL2 barrier, and end diaphragms.

SHEAR CONNECTORS The work under this heading shall conform to the applicable provisions of Sections 901 and 960 of the Standard Specifications and the material requirements outlined in M8.04.1.

STRUCTURAL STEEL-COATED STEEL The work under this heading shall conform to the relevant provisions of Sections 960 and 995 and shall include the supply, fabrication, and installation of metalized and painted welded steel plate girders, diaphragms, cross frames, utility supports, bearing plates and as shown on the Plans. All structural steel shall conform to the requirements of AASHTO M270 Grade 50 or as indicated on the plans. Structural steel shall be fabricated and erected in accordance with sections 961.61 of the Specifications.

All bolts shall be high strength bolts meeting the requirements of ASTM A325 and ASTM A563 of the appropriate diameters and installed in accordance with the Specifications. Nuts shall conform to ASTM A563 Standard Specification for Carbon and Alloy Steel Nuts. Washers shall conform to ASTM F436 Standard Specification for Hardened Steel Washers.

Welding shall be performed in accordance with AASHTO/AWS/ANSI D1.5.

A00801 - 227 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

The proposed structural steel, unless noted otherwise, shall be thermal sprayed coated and painted with a 3 coat system, as described below.

The work shall also include touch-up painting on site of the structural steel that may be required after the installation of utilties, permanent screening or other attachments that may damage the protective coatings.

THERMAL SPRAYED COATING FOOT FOR NEW STRUCTURAL STEEL This section provides the requirements for shop performed surface preparation; the application of a thermal spray coating (TSC/metalizing); the application of a coating system; and includes field application of coatings and repairs and touch up of all coatings after site erection of the coated structure. TSC/metalizing will be paid for under Sub-Item 960.4.

General Information 1. All fabrication shall be completed prior to the application of a thermal sprayed coating. (TSC) 2. All surfaces to be coated shall be cleaned in accordance with SSPC SP-5. 3. All TSC shall be sealed with an approved sealer, except for faying surfaces. 4. After site erection of the structure, perform field touch-up of any damaged coating. 5. All fasteners shall be galvanized and coated with the intermediate and topcoat if applicable. 6. The products of only one thermal spray wire manufacturer and one coating manufacturer shall be used on the entire project. 7. All field painting shall be in accordance with applicable sections of Item 961 of the MassDOT Standards and Specifications.

Materials

Abrasives Provide abrasives that are clean, dry, and sized properly to provide the specified surface profile. The profile shall be dense, uniform and of sufficient angularity to be acceptable for the application of TSC.

Abrasives shall conform to the following as applicable: • SSPC-AB 1 for mineral slag abrasives • SSPC-AB 2 for recycles ferrous metal abrasives • SSPC-AB 3 for new steel abrasives

A00801 - 228 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

Thermal Spray Feedstock The Contractor shall provide material certificates from the supplier that includes the chemical composition and lot number of the wire. MassDOT will perform random sampling of wire from lots provided. Wire shall conform to ASTM A833. See table below for application and selection of wire type, thickness, and coating system.

Environmental Zone 2 shall be used for this project.

ENVIRONMENTAL THICKNESS COATING WIRE TYPE ZONE* (mils)** SYSTEM*** Zinc-Aluminum 6-9 Three Coat 1 Zinc-Aluminum 6-9 Sealer Only Zinc- Aluminum 8-11 Three Coat 2 Zinc-Aluminum 9-12 Sealer Only Zinc Aluminum 9-12 Three Coat 3 Zinc Aluminum 12-15 Sealer Only

*Zone 1 – Bridges in rural environments, not over waterways, and not over high speed state or interstate highways with potential for salt spray and heavy salt use and de-icing chemical use. *Zone 2 – Bridges in urban environments, near industrial and manufacturing plants, power plants, or warehouses, over heavy road traffic, or over waterways. *Zone 3 – Bridges in marine environments, over or close to saltwater waterways, or over high speed state or interstate highways with potential for salt spray and heavy salt use and de-icing chemical use. ** Mil thickness on faying surfaces shall meet the requirements of the slip certificate. *** Coating systems shall consist of a three coat paint system applied over the metalized surface or a clear sealer applied over the metalized surface.

Submittals Submit the following information to the MassDOT - Highway for approval a minimum of thirty days prior to beginning any coating operations: A. The Contractor shall submit a manufacturer’s recommendation and field history for the sealer and three coat systems for approval. Proposed products and data sheets for all selected coatings to be applied over TSC. B. Procedures for shop surface preparation, the application of the TSC and application of coatings. C. Procedures for coating of field connections. D. Procedures for field touch-up surface preparation, application of TSC and application of coating. E. Proposed abrasive for use in the shop. F. Proposed thermal spray wire to be used and product data sheets. Provide certification of Class B slip coefficient.

A00801 - 229 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

G. A copy of SSPC-QP3/AISC (SPE) certification. This certification must be in effect at the time of bid and must remain in effect throughout the duration of the project. H. Quality Systems Manual I. Work schedule. Contractormust notify the Engineer a minimum of seven days prior to starting work.

Quality Control A. The shop performing the application of TSC and coating shall be certified by the American Institute of Steel Construction (AISC) Sophisticated Paint Endorsement (SPE) quality program, or under the Society for Protective Coatings (SSPC) QP3 program, “Standard Procedure for Evaluating Qualification of Shop Painting Applicators” and shall maintain certification throughout the project. 1. The coating applicator shall have completed a minimum of three structural steel TSC projects that utilized the same coating system as that being specified on this project. Provide project locations, TSC/painting; name, e-mail address, and the telephone number of the owner or owner’s representative. B. Provide an on-site Quality Control Specialist (QCS) who shall function as a TSC inspector with a minimum of five years of each TSC and coating application experience; and possess SSPC BCI Level 1 or NACE Certified Level 3 or other related certification as accepted by the MassDOT - Highway. The QCS shall not be a foreman or a member of the Contractor’s production staff. The QCS’s sole purpose shall be quality control testing, inspection and reporting.

Pre-Application Meeting A pre-application meeting will be held prior to any steel fabrication that involves the application of thermal spray applied coatings.

This meeting is separate from the pre-construction meeting for the entire project.

The following parties are required to attend this meeting: TSC/applicator, QCS, MassDOT – Highway Representatives and any other project personnel as needed.

A00801 - 230 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

Personnel Qualification The applicators of the thermally applied material shall be individually qualified to apply the TSC as follows: 1. Each applicator must complete a practical test designed to demonstrate the ability to set up and operate the equipment to apply the material to the specified thicknesses to a minimum of 10 square feet of representative steel surfaces, and to successfully pass the surface preparation, bend, and cut tests specified herein. Administer the qualification testing, document the results in writing, and retain the bend test coupons for the duration of the project. 2. At the discretion of MassDOT - Highway, requalify the applicators at any time during the project to reconfirm the proficiency and the quality of the workmanship being provided. This may be required at any time due to unacceptable or failing results of the bend test, cut test, or poor workmanship.

Shop Qualifications Prior to proceeding with the production blast cleaning operations prepare a minimum of five Job Reference Standards (JRS) test plates. Blast clean all surfaces of each test plate using the same equipment and abrasive that will be used for the production work. After acceptance of the surface cleanliness and profile, apply the TSC to all surfaces of each test plate. After acceptance of the TSC apply the sealer to be used with the three coat system to three test plates excluding the bottom surface of all test plates. After curing apply a coat of epoxy to two of the three test plates excluding the bottom surface. After curing apply a coat of the polyurethane topcoat to one test plates on all surfaces excluding the bottom surface. Apply the clear sealer to the last remaining TSC plate. Bottom surfaces of the prepared plates shall be used for cut testing as specified. Surface preparation and application shall be witnessed by a MassDOT representative.

Refer to Configuration of JRS Test Plates drawing below for dimensions and construction.

A00801 - 231 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

Configuration of JRS Test Plates

Surface Preparation For cleaning that utilizes compressed air, utilize only clean, dry air. Conduct blotter test(s) in accordance with ASTM D4285 a minimum of one time each shift for each compressor system in use to verify that the air supply is free of moisture and oil contamination. Conduct the tests in the presence of the MassDOT – Highway Representative.

Weld Spatter, Sharp Edges, Flame-Cut Steel, Holes, Fins, and Silvers Remove slag, flux deposits, fins, slivers, burrs, and weld spatter from the steel. Grind any sharp edges around holes. Break all flame-cut and sheared edges. If blast profile is degraded by grinding restore profile by abrasive blasting.

Solvent Cleaning Where oil and grease are present on the bare steel, remove by solvent cleaning to SSPC-SP 1 prior to blast cleaning. If contamination remains after blast cleaning, reclean with solvent prior to application of the TSC.

A00801 - 232 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

Cleaning of galvanized bolts prior to the application of paint to bolted connections in the shop or in the field all galvanized fasteners shall be cleaned of all lubricating wax. Cleaning shall be in accordance with SSPC-SP-1, Solvent Cleaning, method 4.1.1. The Contractoris responsible to identify the solvent and method needed to remove all lubricant. Cleanliness will be determined by the use of a white cloth wipe test. The test will be performed by the engineer using a clean white cloth and the same solvent used by the Contractorfor cleaning. The cloth shall be wetted and rung to a damp condition, placed on selected fasteners and rubbed with a twisting motion around the entire exposed surface of the previously waxed surfaces of the fastener. A minimum of 3 alternating rotations shall be done. Acceptance of cleanliness is with no color transfer to the cloth. A minimum of 10% of the bolts at each bolted connection shall be tested for cleanliness.

Abrasive Blasting Blast clean all steel to, SSPC-SP5 “White Metal Surface Cleanliness.” Determine the SP5 condition by use of SSPC-Vis 1. In the event of a conflict between the pictorial standard and the written definition the written definition shall prevail. Abrasive blast cleaned surfaces shall have a dense, uniform pattern of sharp, angular depressions and ridges, between 3.5-5.0 mils.

Surface preparation is defined as complete when all remedial repairs have been performed and the piece is accepted by both QC and MassDOT QA.

Verification of the profile height will be performed in accordance with ASTM D 4417 Method C.

Manual Blasting shall have a minimum of one profile depth measurement every 10 to 20 ft², of blasted surface.

Automated Blasting shall have a minimum of two profile depth measurements every 100 ft². When acceptable results are obtained on three consecutive days in which testing is conducted, the test frequency may be reduced to two spot readings for every 1,000 ft² providing the preparation method remains unchanged. If unacceptable results are encountered during testing or the preparation method has changed in any way, testing will revert back to a frequency of two tests per every 100 ft², until acceptable results are once again achieved over a three day period.

Profile replica tape shall be filed with the project inspection records. The Engineer with the use of a surface profile comparator will randomly inspect angularity of the profile.

The use of steel shot is not permitted.

A00801 - 233 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

TSC AND COATING APPLICATION

Storage, Testing and Sampling The Contractor shall provide protection from the elements and insure that the paint is not subjected to temperatures outside the manufacturer’s recommended extremes.

Before the Contractor will be permitted to use any paint, the material provided for application shall have been sampled, tested and approved in accordance with Section M7. MassDOT’s Research and Materials Laboratory needs a minimum of fourteen days after the receipt of samples to test and approve.

Mixing and Thinning Before the paint is applied, each component shall be mechanically mixed to ensure the pigment is completely dispersed. Mixing of components shall be accomplished by mechanical mixing, boxing or hand mixing of components will not be allowed. Any special precautions or requirements for mixing by the manufacturer shall be followed. Paint shall be kept thoroughly mixed in spray pots or containers during application. The pot life shall not be exceeded or attempts made to extend pot life with the addition of solvent.

If it is necessary for any reason to thin paint it will be done in the presence of the Engineer and in accordance with the Manufacturer's recommendations. Thinning must be performed using a measuring cup marked in ounces or milliliters. Other methods, such as “eyeballing”, are not acceptable. Thinner shall be supplied from and recommended by the same manufacturer as the paint system.

For multi component paints, the mixing of half or partial kits is not allowed. If the need for small quantities of paint is anticipated, the Contractor should order materials accordingly.

Application Prior to the application of any coating material, the Engineer’s approval must be obtained. All surfaces painted prior to the Engineer’s approval, shall require the complete removal of the coating applied.

Thermal Sprayed Coating Apply the TSC within six hours after the final abrasive blast cleaning is performed. If the steel is blast cleaned and remains unmetalized for longer than six hours, or if cleaned steel exhibits evidence of rustback, blast clean it again prior to metalizing. Remove abrasive residue and dust from the surface. Apply the metalizing only after the MassDOT – Highway Representative has accepted the prepared surface.

A00801 - 234 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

Bend Testing for Evaluation of the TSC Conduct bend tests of applied TSC each day prior to production application. Unless otherwise directed by the MassDOT - Highway, each day that TSC will be applied, conduct bend testing before beginning the production work. For each TSC applicator, blast clean five carbon steel coupons measuring 0.05 inches in thickness, 2 inches width, and between 5 and 8 inches in length. Use the same equipment and abrasive used for the production work. Have each applicator apply the TSC to five coupons in accordance with the requirements of this Section to dry film thickness between 8 and 15 mils. Conduct 180o bend testing on all five coupons using the appropriate mandrel in accordance with the requirements and acceptance criteria of SSPC-CS 23. Minor cracks that cannot be lifted from the substrate with a knife blade are acceptable. If lifting on any of the coupons is possible, modify the surface preparation/TSC process until acceptable results are achieved before proceeding with the production work.

Apply the TSC in accordance with the requirements of the material supplier, this specification, approved procedures and SSPC-CS 23.

The completion of TSC is defined as after the spraying of TSC is complete and all remedial repairs have been performed and the piece is accepted by both QC and MassDOT QA.

Touch-up of bare steel and/or TSC damage shall be done with organic zinc rich primer. The total area subject to repair shall be no more than .50 % of the total square foot of the piece requiring repair. The dry film thickness of the applied coating shall be a minimum of 5 mils. Surface preparation for all repair areas shall be as specified in, “Surface Preparation and Abrasives” paragraph 3. The maximum individual repair shall be limited to 1 square foot. Areas larger than 1 square foot shall be re-blasted and the TSC applied in accordance with this document.

Sealer Coat Apply the seal coat to the TSC after the MassDOT – Highway Representative has accepted the TSC. The seal coat shall be thin enough when applied to penetrate into the body of the TSC and seal the porosity. Added thickness to porous TSC should not be measurable. Typically the seal coat is applied at a spreading rate resulting in a theoretical 1.5 mils dry film thickness. Apply the seal coat in accordance with the manufacturer’s instructions as soon as possible after the application of the TSC but in no case greater than 6 hours. Verify that the TSC surface is clean and dry prior to the application of the sealer. If grease, oil, or similar contaminants become deposited on the TSC, remove them in accordance with SSPC-SP 1 prior to the application of the seal coat.

A00801 - 235 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

Paint Applied coatings shall not exhibit, runs, sags, holidays, wrinkling, pinholes, nap hair, topcoat gloss or color variations, or other film discontinuities.

Repair of unacceptable areas that involve removal of the coating system or part of it, shall require surface preparation and coating equal to that specified. Repair procedures used for any unacceptable coating shall be those supplied by the Contractor and approved by the Engineer.

Application of full coats of paint shall be accomplished by spray equipment. Spray equipment shall meet the requirements of the coating manufacturer and be in proper working order.

Application by brush and roller will be allowed for limited access areas. Brushes and roller covers recommended by the coating manufacturer shall be used. Areas brushed and rolled will have a uniform thickness and be free of defects and excessive coating thickness.

All coating shall be applied according to the latest manufacturer’s data sheet or approved recommendations. The maximum recoat times of the primer, intermediate and finish coats shall not be exceeded.

Application of coatings shall not be done when the relative humidity is above 85% or when the surface temperature of the steel is less than 5°F above the Dew Point. Paint shall not be applied when the surface temperature is below 50°F or when the surface temperature is above 110°F.

If requested by the Engineer, the Contractor shall provide written instructions from the coating manufacturer indicating the length of time that each coat must be protected from cold or inclement weather (e.g., exposure to rain) during its curing or drying period.

Paint shall not be applied when, in the Engineer’s judgment, conditions are or will become unsatisfactory for application and proper cure. All changes as to the application parameters other than specified must be the manufacturer’s and presented in writing and approved by the Engineer. Ambient conditions should be closely monitored so that proper cure/drying is achieved prior to recoat. In no case shall a succeeding coat of paint be applied before the previous coat has cured/dried sufficiently for recoat as per manufactured data sheet.

If required, contaminated surfaces shall be cleaned in accordance with SSPC- SP 1 Solvent Cleaning method 4.1.1.

Measurement of the ambient conditions shall be done in accordance with ASTM, E 337 Test Method for “Measuring Humidity with a Psychrometer” (the Measurement of Wet and Dry bulb Temperatures).

A00801 - 236 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

When the primer has cured sufficiently for recoat, all bridge components to be painted shall receive a full intermediate coat.

When the intermediate coat has cured sufficiently for recoat, all bridge components to be painted shall receive the finish coat.

Coating Thickness Apply the shop and field coats to the dry film thicknesses as specified. 1. Determine the cumulative dry film thickness of each coat using a magnetic dry film thickness gage in accordance with SSPC-CS 23 and SSPC-PA 2 with the following exceptions: a. Take readings on each 100 square-foot increment of the surface. b. The minimum specified thickness of the TSC must be achieved at each individual spot measurement location (i.e., the 20 percent under run allowed by SSPC-PA 2 is not permitted for the metalizing). 2. If the thickness of any coat (TSC, seal coat, intermediate coat or top coat) is less than specified, apply additional material in accordance with the manufacturer’s instructions and this Section before applying the next coat. Before applying additional TSC, visually confirm that there is no evidence of oxidation on the surface.

Access for MassDOT - Highway Inspection The Contractor shall provide safe access and time for MassDOT - Highway inspections for any and all phases of the work, including but not limited to surface preparation, the application of each coat (including field coat), and for an inspection of the completed system.

Quality Control Documentation Copies of Quality Control daily inspection and testing documents will be provided to the MassDOT – Highway Representative within 24 hours.

LAMINATED ELASTOMERIC BEARING W/O ANCHOR BOLTS (>200) The work under this heading shall include the fabrication and installation of the laminated elastomeric bearing at abutment and pier locations. Laminated Elastomeric Bearings shall conform to the relevant provisions of M9.14.5 as modified by the following:

The bearing dimensions including elastomer thickness and edge cover, number and thickness of steel reinforcing laminates, dimensions of load plates (if any), and the design shear modulus of the elastomer shall be as shown on the Plans. The elastomeric compound shall be composed of 100% low temperature Grade 3 virgin crystallization resistant polychloroprene (neoprene). The bearings shall be fabricated in accordance with M9.14.5 and the requirements and tolerances of AASHTO M251. The tolerances on the overall dimensions for the bearings shall be according to Table 2 of AASHTO M251, except that the tolerance on the overall vertical dimension shall be limited to -0, +1/8” regardless of the design thickness.

A00801 - 237 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

Sampling for the acceptance testing shall be made on a lot basis and the sampling rate shall be one full size bearing per every ten per lot. For the purposes of this project, a lot shall be defined as the smallest number of bearings determined by the following criteria: • A lot shall not exceed a single contract quantity • A lot shall consist of bearings of the same size and configuration • A lot shall consist of bearings produced in a continuous manner from the same batch of elastomer and cured under the same conditions

Acceptance testing shall be performed by a nationally recognized testing laboratory approved by the Engineer which shall provide certified test results. At a minimum, the following testing shall be performed: • Materials shall meet Sections 4.1 thru 4.6 of AASHTO M251 • A Mill Certificate and Certificate of Compliance for the steel laminates shall accompanthe bearing pads. • Compressive Strain at maximum dead and live load (service) per Section 9.1 of AASHTO M251. The compressive deflection of each bearing shall not exceed 10% of the design effective rubber thickness at a compressive load equal to the maximum design load • Short Duration Compression Test per Section 8.8.2 of AASHTO M251 • Shear Modulus of the Elastomer per Section 9.2 of AASHTO M251 • Tensile Strength, Ultimate Elongation per ASTM D412 • Shear Bond Strength per ASTM D429 • Heat Resistance per ASTM D573 • Compression Set per ASTM D395 • Low Temperature Brittleness per ASTM D746 for Elastomer Grades 3

Requirements for providing notification to the Department prior to the start of bearing production and provisions for random sampling of the bearings by the Department at the job site for additional destructive testing shall be in accordance with M9.14.5.

A00801 - 238 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

MEMBRANE WATERPROOFING FOR BRIDGE DECKS-SPRAY APPLIED The work under this heading shall conform to applicable sections of Section 965 of the Standard Specifications and the following:

The work to be performed shall consist of the furnishing and application of an approved cold liquid spray applied, seamless methylmethacrylate or polyurea membrane system and all concrete surface preparation work necessary to install the membrane system. The membrane system shall consist of the primer, the membrane, aggregated keycoat layer, and polymer modified tack coat.

General Membrane application shall be in accordance with the manufacturer’s instructions. The Manufacturer’s representative shall be present during the entire application and shall oversee surface preparation, installation and quality control testing. The handling, mixing, and addition of membrane components shall be performed in a safe manner to achieve the desired results in accordance with the manufacturer’s recommendations. All open flames and spark producing equipment shall be removed from the work area prior to commencement of application. No smoking signs shall be posted at the entrances to the work. The Applicator shall be responsible for the protection of equipment and adjacent areas from overspray or other contamination.

The Contractorand the Applicator shall agree upon a schedule for coordination between trades working in the areas that are to receive the membrane system. Before beginning the application, the Contractor shall schedule and conduct a meeting at the site to review the approved submittals, and other pertinent matters related to the application including the schedule for coordination between trades. Present, as a minimum, shall be the Contractor, the Applicator, the Manufacturer’s Field Representative and the Engineer.

All components of the membrane system shall be delivered to the site in the manufacturer’s original packaging, clearly identified with the products type and batch number. The Contractor shall provide the Applicator with a storage area for all components. The area shall be cool, dry, out of direct sunlight, and complies with relevant health and safety regulations. Copies of material safety data sheets for all components shall be kept on site at the Contractor’s field office.

Only products pre-approved by MassDOT will be accepted for use. Product approval shall require the demonstration by the manufacturer that the membrane system meets the material specifications and that the entire membrane system is designed and tested as waterproofing for use on bridge deck applications. The manufacturer shall demonstrate through testing prior to approval that the system meets material properties and performance requirements stated herein.

A00801 - 239 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

Submittals The Contractor shall submit to the Engineer for approval the membrane system material specifications, installation procedure, application equipment and test results as specified in the materials section as well as product performance data, storage and protection instructions, handling and mixing instructions, material safety data sheets (MSDS) for all components. An 8 inch square sample of the proposed membrane representing in color, texture and thickness satisfactory field application shall be provided to the Engineer. All submittals shall be certified to be in conformance with the manufacturer’s instructions.

Materials The waterproofing membrane shall consist of an approved one or two coat rapid curing cold liquid spray applied, seamless methylmethacryalte or polyurea membrane, a primer, polymer modified tack coat and aggregated keycoat layer. The total minimum base thickness for membrane shall be 80 mils. measured over peaks. The membrane shall easily accommodate the need for day joints and patch repairs. The membrane shall be able to bridge live cracks up to 1/8 inch in width. Prior to priming, submit to the Engineer for approval, certified independent test reports demonstrating conformance to the following performance criteria:

PROPERTY TEST REQUIREMENTS 80 mils minimum measured Minimum Thickness over peaks, or the thickness

(Membrane only) used to pass the ASTM C 1305 Crack Bridging Test ASTM E 96 Water Vapor Permeance < 1.17 Perms Procedure B- Transmission (grains/(hr-ft2- in. Hg) Water Method

100 psi minimum. Failure in ASTM D concrete below this value will Adhesion to concrete 4541 require additional concrete preparation

Tensile ASTM D 638 > 1,700 psi

Elongation at Break ASTM D 638 130 % Typical

Crack Bridging (Neat o Material + ASTM C 1305 Pass ≥ 25* cycles at -15 F no Aggregated Keycoat) failure at 1/8 inch

* MassDOT requirement

A00801 - 240 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

The primer shall promote adhesion of the membrane to the concrete surface. The chemical composition of the primer, membrane, aggregate keycoat and tack coat that make up the membrane system shall conform to the manufacturer’s specifications for the material and shall be approved by the manufacture as being compatible for use with the specified membrane. Cleaning solvents shall also be as approved by the manufacturer for use with the membrane.

Membrane Waterproofing (Spray Applied) for Existing Decks shall be asbestos-free Only products pre-approved bythe Department will be accepted for use

Applicator The system shall be applied by an Applicator who is approved by the membrane system manufacturer. The Applicator installing the membrane shall have at least 2 years of experience on membrane installation with applicator certified by the membrane manufacturer. The Engineer shall receive manufacturer’s written approval of the Applicator’s qualifications at least seven days prior to the application of any system component. This approval shall apply only to the named individuals performing the application.

Application Procedure The application procedure shall consist of concrete surface preparation, applying primer, applying membrane, applying aggregated keycoat layer, applying Polymer Modified tack coat. Special attention shall be paid to the bridge deck surface preparation prior to the membrane system application. A representative from the membrane manufacturing company shall be present for the entire duration of the membrane application. The manufacturer’s representative shall be responsible for the field testing, testing including but not limited to adhesion bond test and deck moisture content and all other required documentation and reporting.

The membrane system shall not be applied in either wet, damp or foggy weather, or when the ambient temperature is 40°F or below or is forecast to fall below 40°F during the application period.

The membrane waterproofing on bridge decks shall not be placed until the Contractoris ready to follow within 24 hours with the first layer of Hot Mix Asphalt pavement; a longer period of time will be allowed only with the approval of the Engineer.

Where the areas to be waterproofed are bound by a vertical surface including, but not limited to, a curb or a wall, the membrane system shall be continued up the vertical as necessary. A neat finish with well defined boundaries and straight edges shall be provided.

A00801 - 241 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

1. Concrete Surface Preparation: Concrete surfaces which are to be waterproofed shall be screeded to the true cross section, sounded and all spalls and depressions shall be repaired prior to the application of the prime coat. Depressions shall be filled to a smooth flush surface with 1:2 mortar (1 part cement to two parts sand) or an approved rapid setting patching mortar that is compatible with the waterproofing system. Other surfaces shall be trimmed free of rough spots, projections or other defects which might cause puncture of the membrane so that the surface profile of the prepared concrete surface shall not exceed a ¼ inch amplitude, peak to valley.

The use of resin or wax-based deck curing membranes is not acceptable.

Immediately prior to the application of the primer, the concrete to which the membrane is to be applied shall be cleaned of all existing bond inhibiting materials using an abrasive blast. Dust or loose particles shall be removed using clean, dry oil-free compressed air or industrial vacuums. The surface preparation shall insure that the concrete surface shall be free of bituminous product, surface laitance, oil staining, soiling, and dust and produce a clean dry surface.

Random tests for adequate tensile bond strength of the membrane shall be conducted on the concrete in accordance with ASTM D 4541 using the membrane manufacturer’s primer and membrane to achieve minimum bond strength of 100 psi with failure in the concrete. Additional preparation of the concrete shall be required if a bond strength of a least 100 psi is not demonstrated in the concrete-membrane interface.

2. Applying Primer: The primer shall only be applied when the temperature of the concrete deck surface exceeds the dew point by at least 5º F and when the concrete deck surface has moisture content of 5.0% or less as confirmed by a portable electronic surface moisture meter supplied by the Contractor. The primer shall be applied to ensure full coverage. In general, for conventional concrete mixes, the concrete to which the membrane is to be applied shall have cured a minimum of 7 days prior to the application of the primer. For precast and high early mixes or rapid sets for closure pours, MassDOT may consider less than 7 days subject to the approval of the manufacturer and the results of moisture test results and adhesion pull test results performed by the manufacturer’s representative in accordance with these specifications and submitted to the Engineer for approval prior to primer placement. A second coat of primer shall be required if first coat of primer is absorbed by the concrete. The primer shall be over sprayed with the membrane for up to the manufacture allowed re-coat drying time but in no case it shall exceed 24 hours. Beyond this period, the surface shall be prepared again and re-primed following the manufacturer’s recommendations prior to membrane application.

A00801 - 242 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

3. Applying Membrane: The waterproofing membrane shall be applied in a methodical manner. The Applicator shall follow the approved mixing and application procedure. Unless approved by the Engineer, the membrane shall be spray applied, with the mixing of the two components taking place at the nozzle, and shall be applied to the primed deck in accordance with the manufacturer’s instructions. The spray equipment shall be computer controlled, monitoring mixing ratios and quantities applied, and the latter allowing coverage rates to be checked. Following the application of membrane system and before holiday testing, the cured surface shall be visually inspected. If any defects or pinholes are found, an appropriate quantity of membrane shall be mixed by hand and repairs effected by touch-in with a putty-knife hand tool, ensuring in all cases that the thickness of the repair is sufficient to bring the area up to the specified thickness and that the thickness of the repair patch is a minimum 80 mils. minimum measured over peaks, or the thickness used to pass the ASTM C 1305 Crack Bridging Test.

4. Applying Aggregated Keycoat: Following the membrane application, a layer of resin, compatible with the membrane shall be spray applied to a thickness of 30 to 40 mils into which a crushed basalt aggregate approved by the membrane manufacturer shall be broadcast ensuring minimum 95% coverage.

5. Applying Polymer Modified Tack Coat: The manufacturer’s tack coat shall be applied in accordance with the membrane manufacturer’s recommendations after a minimum of three hours from initial membrane application. Polymer modified tack coat consisting of either a polymer modified asphalt emulsion or a polymer modified asphalt binder approved for use by the Engineer The Tack Coat shall be allowed to cool for a minimum of 1 hour prior to the application of the hot rolled asphalt.

Certificate of Analysis (COA): A minimum of 48 hours prior to placement of Polymer Modified Tack Coat (PMTC), a COA shall be submitted by the supplier of the PMTC to the Engineer for Research and Materials approval.

During paving, a light soap spray should be applied to the paving equipment wheels to prevent removal of the tack coat

6. Repairs: If an area of membrane requires repair or if the membrane becomes damaged, a patch repair shall be carried out to restore the integrity of the membrane system. The damaged area shall be cut back to sound materials and wiped with a solvent up to a width of at least 6 inches beyond the periphery of the damaged area, removing contaminants. The concrete shall be primed as necessary, followed by the application of the membrane. A continuous layer shall be obtained over the concrete with a 6 inch overlap onto the existing membrane. The solvent shall be as approved by the membrane waterproofing manufacturer. Repairs shall comply with the manufacturer’s guidelines for any over-coating times.

A00801 - 243 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

Where the membrane is to be joined to existing cured material and at day joints, the new application shall overlap the existing membrane/day joint by at least 4 inch. The existing membrane/day joint shall be cleaned of all contamination including tack coat material or dirt to an edge distance of a least 6 inch and wiped with a solvent as approved by the membrane waterproofing manufacturer.

7. Trial Placement to Vailidate Bond Strength of Spray Applied: A trial placement using the approved spray applied waterproofing membrane shall be required before and as close as possible to the intended date of the deck slab waterproofing placement to emulate actual placement conditions. Mock up as placed shall be representative of final bridge placement including HMA topping as specified. The intent is to validate the Adhesion Tensile Bond Strength in accordance with ASTM D 4541 using the membrane manufactures primer and membrane for those projects where the available cure time may adversely affect the required bond strength of the spray applied membrane system. The minimum tensile bond strength required per this specification is 100 psi. The trial specimens should be taken as directed by the Engineer.

These specimens shall be used to test the adhesion bond strength and the moisture content on the deck. The moisture content shall not exceed 5% per this specification. (See below, Item (a) under Field Quality Control). Trial placement shall simulate the actual job conditions in all respects including air temperature, transit equipment, travel conditions, admixtures, forming, placement equipment, and personnel. If there are problems, the Engineer may require the Contractorto conduct more trial placements. If weather conditions change between completion of trial testing and actual placement, adhesion bond testing and deck moisture testing shall be repeated as directed by the Engineer. Removal of the trial placement concrete from the job site is the responsibility of the Contractor. In addition to the requirements contained herein, all weather and concrete temperature requirements contained in Subsection 901.64 shall be satisfied.

8. Field Quality Control: The following tests shall be conducted by the manufacturer’s representative and recorded on a test report form to be submitted to the Engineer. All test reports shall be submitted to the Engineer within 5 working days of the test completion.

a. Deck moisture: The concrete deck surface moisture content cannot exceed 5% as confirmed by a portable electronic surface moisture meter supplied by the Contractor. Submit moisture test results to the Engineer for approval, prior to priming.

b. Film Thickness: 1. Wet film thickness shall be checked every 300 square feet using a gauge pin or standard comb type thickness gauge or a magnetic gauge. Film thickness checks shall be carried throughout the application process. During the Final Review, the cured membrane film thickness shall be checked by a dial thickness gauge.

A00801 - 244 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

2. Dry Film Thickness: If membrane system cures too quickly to perform wet film thickness testing, dry film thickness shall be checked every 300 square feet using magnetic or ultrasonic gauges, or using a destructive method. If destructive method is used, repair areas by respraying or filling with special two component gun grade material provided by the waterproofing manufacturer. c. Pin Hole/Holidays: The entire surface of the membrane shall be inspected for pin holes and/or holidays by the manufacturer’s representative. All pin hole/holidays shall be located, marked for repair, documented, and repaired in accordance with a repair procedure developed by the manufacturer and approved by the Engineer. Adhesion Tensile Bond: Random tests for adequate tensile bond strength shall be conducted in accordance with ASTM D 4541 using the membrane manufacture’s primer and membrane. The test shall be conducted using the membrane as the adhesive to the test dolly. Minimum bond strength of 100 psi will be required for acceptance. Failure in the concrete will require additional surface preparation of the concrete. Tester Model 106, or approved similar equipment shall be used. A frequency of 1 test per 5,000 square feet or fraction thereof shall be conducted. Areas smaller than 5,000 square feet shall receive a minimum of 3 tests. d. Visual inspections shall be conducted throughout the application process. The Manufacturer’s Field Representative shall take progress photos for incorporation with his final review report to the Engineer.

Final Review The final review visual inspection shall be conducted jointly by the Applicator, Contractor, Manufacturer’s Field Representative and Engineer. Irregularities or other items that do not meet the requirements of the Special Provisions and the Plans shall be addressed/repaired at this time, at no additional cost to the MassDOT.

STRIP SEAL BRIDGE JOINT SYSTEM Under this heading, this item of work shall consist of furnishing materials, services, labor, tools, equipment, and incidentals necessary to fabricate, inspect, test, and install the expansion joint system as specified.

METAL ORNAMENTAL BRIDGE RAILING METAL BRIDGE RAILING, STEEL TYPE (BR-2) The work required under this heading shall conform to the relevant provisions of Section 900, 960, and 975 of the Standard Specifications, Supplemental Specifications and the following:

The work shall include the supply, fabrication, and installation of painted galvanized steel ornamental metal bridge railing both on and off the bridge as shown on the Contract Drawings.

The work shall include the supply, fabrication, and installation of painted galvanized steel BR-2 metal bridge railing both on and off the bridge as shown on the Contract Drawings.

A00801 - 245 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

Materials Metal Ornamental Bridge Railing:

The Metal Ornamental Bridge railing shall consist of the following: steel pipe railings, rail posts, post base plates, anchor plates, flat bars, rods, connection bolts, screws, adhesive anchors, and all other components required for assembly of the pedestrian railing as indicated on the Contract Drawings.

All steel except the anchor plates shall be galvanized and painted black.

Metal Bridge Railing BR-2:

Structural steel tubing shall conform to ASTM A500, Grade B. Remaining structural steel for BR-2 rail assembly shall conform to AASHTO M 270 (ASTM A709), Grade 36. The bridge railing shall be galvanized after fabrication and painted black.

Steel nuts, bolts and washers shall conform to AASHTO M 164 (ASTM A325) and shall be galvanized. Galvanized high strength rods, threaded both ends, with 2 galvanized hex nuts and galvanized washers may be substituted for high strength anchor bolts as approved by the Engineer, at no additional cost to the Department.

Studs for attachment or structural steel tube for railing shall conform to AAHSTO M 164 (ASTM A108).

Fabrication and Construction Methods The finished railing is to meet all requirements of fit, alignment, and grade to the full satisfaction of the Engineer, it is suggested that complete field measurements be made before shop drawing submittal, and verified before shop fabrication is performed.

All BR-2 railing shall be fabricated and erected so that the rail is parallel to the curbing. For the BR-2:

• A railing a tube splice shall be located in the tube spanning the expansion joint opening and the sleeve shall be lengthened accordingly. • Tubing shall be continuous over a minimum of 3 posts. Sleeve splices for thermal expansion shall be spaced no more than 50 feet apart. • Where galvanizing is damaged, the damaged areas shall be thoroughly cleaned and given one coat of zinc dust oxide paint conforming to Federal Specification TT-P-641B, Type III. • Welding shall be in accordance with ANSI/AASHTO/AWS D1.1.

The work required under this heading shall be measured per foot of railing length which shall include all labor, materials, tools and equipment, connection to bridge structure and other incidentals necessary to complete the item in place.

A00801 - 246 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

Shop Painting of Hot Dipped Galvanized Steel Work under this section includes substrate surface preparation and shop applied paint systems for BR-2 Railing which has been hot-dip galvanized.

Requirements of Regulatory Agencies: Provide and apply materials complying with environmental requirements of authority having jurisdiction.

Apply coating of specified dry film thickness (DFT) where thickness shall be absolute minimum coverage at any point of measurement as determined by the paint manufacturer.

BR-2 Railing shall be painted black.

Application Conditions • Apply all intermediate and finish coatings under conditions within the following tolerances: o Air Temperature: Min. 50 deg. F to max. 90 deg. F. o Surface Temperature: Min. 50 deg. F to max. 100 deg. F. c. Relative Humidity: Max. 65 percent. • Maintain surface dry and free from dust, dirt, oil, grease, or other contaminants. • Keep environment free of airborne dust and dirt until paint is dry. • To ensure compliance with this Specification, monitor all temperature and humidity levels continuously with a recording hydrothermograph with printed record available for review by the Contractor at any time during the Project. • Comply with all applicable federal, state, local, OSHA, EPA, and fire regulations for both spray and curing facilities. • Provide spray booth with a filtered exhaust. • Cure booth may be heated to accelerate paint dry time at applicators option, however strictly comply with paint manufacturer’s instructions. Temperature shall not exceed 150°F. Use an indirect thermostat controlled gas-fired, forced hot-air blower; do not use infra-red type curing equipment. • Protect spray and curing booth with sprinkler system complying with NFPA 15. • Continuously monitor air in curing booth by a lower explosive limit (LEL) monitoring device connected to the ventilation system.

A00801 - 247 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

Products Provide thinners, driers, and other products manufactured, furnished, or approved by accepted manufacturers for use with their product.

Handle, store, mix, and apply paint materials, primers, and metal conditioners in accordance with recommendations of accepted manufacturers.

Should it appear that conflicts exist between such recommendations and the Specifications, obtain written clarification from the Engineer before proceeding with the work.

Top coat color shall be black.

All steel that has been hot dipped galvanized after fabrication and is specified to be painted, shall receive a shop applied tie coat and finish color coat as indicated herein. Tie coat and finish color coat shall be by the same manufacturer. • Epoxy Intermediate Coat: Tie coat shall be epoxy polyamide formulated for compatibility with newly galvanized surfaces and be equal to Tnemec 27 FC TyPoxy, Dupont Colar 525TL, or Hempel Hempadur 4563. Dry film thickness shall be 2-3 mils. • Polyurethane Top Coat: Top coat applied over epoxy tie coat shall be Acrylic Polyurethane Enamel equal to Tnemec Series 74 Endura Shield III, Dupont Imron 333 or Hempel’s 551U Urethane. Dry film thickness shall be 1.5 -2.5 mils.

Surface Preparation All hot dip galvanized material shall be cleaned in accordance with Steel Structure Painting Council Specification SSPC-SP-1, Solvent Wipe followed by SSPC-SP-16, Brush-off Blast Cleaning of Non-Ferrous Metals. Following completion of cleaning procedures and prior to application of coating material the galvanized material shall be visually inspected to determine complete absence of contaminants and that proper tooth or profile exists for paint adhesion.

The cleaning procedures shall be performed carefully so that the galvanized thickness does not fall below the required 3.4-3.9 mil zinc thickness.

Field Repair Procedures Where factory applied coatings have become damaged Contractor shall submit proposed field repair procedures to MassDOT for approval.

All damaged areas shall be cleaned to SSPC-SP-2.

A00801 - 248 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.04 (Continued)

SCHEDULE OF BASIS FOR PARTIAL PAYMENT

Within ten (10) days after the Notice to Proceed has been issued, the Contractor shall submit, in duplicate, for the approval of the Engineer, a schedule of unit prices for the major components of the bridge structure as listed below. The bridge structure Lump Sum breakdown quantities provided below are estimated and not guaranteed. The total of all partial payments to the Contractor shall equal the Lump Sum contract price regardless of the accuracy of the quantities furnished by the Engineer for the individual bridge components. The cost of labor and materials for any Item not listed but required to complete the work shall be considered incidental to Item 995.04 and no further compensation will be allowed.

Item Description Qty Unit Price Total No. 901. 4000 psi, 1.5 in., 565 Cement Concrete 480 CY 904. 4000 psi, 3/4 in., 610 Cement Concrete 80 CY 904.3 5000 psi, 3/4 in., 685 HP Cement Concrete 125 CY *904.4 4000 psi, 3/4 in., 585 HP Cement Concrete 240 CY 905.2 5000 psi, 3/8 in, 710 HP Cement Concrete 6 CY 910. Steel Reinforcement for Structures 27000 LB 910.1 Steel Reinforcement for Structures – Epoxy Coated 73000 LB *911.1 Shear Connectors 1150 EA *922.5 Laminated Elastomeric Bearings w/o 10 EA Anchor Bolts(>200) *960.4 Structural Steel – Coated Steel 29500 LB 0 *965.2 Membrane Waterproofing for Bridge Decks- 2600 SF Spray Applied 970. Bituminous Damp-Proofing 230 SY 972. Strip Seal Bridge Joint System 42 FT *975.51 Metal Ornamental Bridge Railing 354 FT *975.61 Metal Bridge Railing BR-2 334 FT Total Cost of Item 995.04=

Totals – Bridge No. L-15-049 The above schedule applies only to Bridge Structure No. L-15-049. Payment for similar materials and construction at locations other than at this bridge structure shall not be included under this Item. Sub-Item numbering is presented for information only in coordination with the MassDOT-Highway Division Standard Nomenclature.

A00801 - 249 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 BRIDGE STRUCTURE, BRIDGE NO. L-15-050 (BWY) LUMP SUM

The work under this Item shall conform to the applicable provisions of Section 995 of the Standard Specifications and the specific requirements stipulated below for component parts of this Item. For those component parts where no specific requirement is stipulated, the Standard Specifications shall apply except for payment.

Work under this Item shall include all materials, equipment and labor needed to construct all elements of the bridge, including but not limited to the following: • Concrete Deck, Concrete Abutments, Concrete Wing walls, Concrete Approach Slabs • Steel Reinforcement including Mechanical reinforcing bar splicers • Shear Connectors • Elastomeric Bearing Pads • Structural Steel- Coated • Membrane Waterproofing for Bridge Decks-Spray Applied • Metal Bridge Railing-BR2 and Ornamental • Bit. Damp-proofing • Asphaltic Bridge Joints

The work does not include any items listed separately in the proposal. Payment for materials shown on the Plans as being part of this bridge structure or which may be incidental to its construction and are not specifically included for payment under another Item shall be considered incidental to the work performed under this Item and shall be included in the unit price of the component of which they are a part.

4000 PSI, 3/4 IN., 585 HP CEMENT CONCRETE

Work under this heading shall include furnishing and placing 4000 PSI, 3/4 IN., 585 HP Cement Concrete for constructing the concrete deck slab, abutments and wingwalls above the horizontal construction joint, canal wall capping, wingwall extension moment slab stems and those other areas designated by the Engineer and/or designated by the Plans.

Shall conform to all material requirements contained in Subsection M4.06.1 of the Standard Special Provisions, with the exception of cementitious content, which shall be limited to a maximum of 585 pounds per cubic yard.

A00801 - 250 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

Placement, Finishing and Curing of Cast in Place Concrete Decks These procedures shall be followed only when the concrete bridge deck shall be cast entirely in the field. These procedures do not apply to any precast deck components, including precast full depth concrete deck panels and decks cast as part of a prefabricated bridge unit (PBU), or closure pours used to connect precast decks in the field.

Subsection 901.66 A The entire existing Subsection 901.66 A shall be replaced by the following:

At least 30 calendar days prior to the proposed start of placing the concrete bridge deck, the Contractor shall submit to the Engineer for approval a Placement and Curing Plan that will specify all of the steps, methods, equipment and personnel that Contractor shall use to construct the concrete deck in compliance with these specifications. Approval of this plan will not relieve the Contractorof the responsibility for the satisfactory performance of his/her methods and equipment. The Placement and Curing Plan shall, at a minimum, specify:

1. The method that will be used to convey the concrete from the truck to all locations on the deck where it will be placed. This will also include the conveyance equipment, rate of concrete placement and the estimated time for the completion of all concrete placement, consolidation and finishing operations up to the start of curing. 2. The type and number of finishing machines and work bridges including the plan for erecting the rails and operating the finishing machine. This will include proof of the following minimum operator qualifications for the bridge deck finishing machine: a. Five years experience operating machines or similar type and manufacturer as that proposed. b. Proof of no less than five bridge decks of similar size, placed using a machine of the same manufacturer as that proposed. Or, as a substitute for a. and b.: c. A representative of the manufacturer of the bridge deck finishing machine shall be present on the site a minimum of 24 hours in advance of the proposed deck placement to approve the setup of the machine and rail system, and the representative shall be present for the entire duration of the placement of the deck concrete using the bridge deck finishing machine. 3. The sequence of concrete pours, including any retarders or other concrete admixtures and dosage rates required to complete the placement, consolidation and finishing operations prior to curing in accordance with the Contractor’s intended sequence of operations. 4. The provisions for consolidating the concrete including the number of vibrators and number of personnel that will be dedicated exclusively for this operation.

A00801 - 251 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

5. The method for curing the concrete deck. This will include the number of personnel that will be exclusively dedicated for this operation, the means for pre-wetting the burlap, the location of the wet burlap at the work site, the means for conveying the wet burlap to the work bridges and the amount of wet burlap that will be required to completely cover the deck. It shall also include a letter certifying that the fogging equipment attached to the finishing machine produces atomized water droplets with an average droplet diameter of 0.003 inches (76 μm) or less that are uniformly distributed at a rate of at least 0.10 gallons/square foot/hour (4 liters/square meter/hour) 6. Consideration of weather conditions that can be anticipated at the time of placement of the deck concrete. When cold weather can be reasonably expected either within 7 days before the anticipated concrete placement, or during the 14 day wet curing period, the Contractor shall include detailed procedures for the production, transportation, and placement of the concrete, including: provisions for enclosures to protect the placed concrete, including a plan of heating devices, types and locations around structure and the means for holding the enclosure securely in place; cold weather curing procedures; and the means for monitoring the temperature of concrete during cold weather. 7. Equipment that will be used to measure ambient air temperature, concrete temperature and relative humidity of the air at the construction site. 8. The number of all other personnel, in addition to the ones already identified in bullets 4 and 5, who will be engaged in the concrete placement operation and their assigned tasks. All personnel, including the ones already identified in bullets 4 and 5, shall have the experience and skills appropriate to their working assignment 9. A contingency and backup plan in case of equipment failure.

A pre-placement meeting shall be held between the Contractorand the Engineer at least 2 weeks prior to the start of any concrete placement for the deck slab. The Contractorand the Engineer shall review all aspects of the approved Placement and Curing Plan.

Twenty four (24) hours before the scheduled start of concrete placement, the Engineer shall verify that all equipment and materials identified in the Placement and Curing Plan are onsite and have been tested to insure that they are in working order and are functioning as required. Upon the successful completion of this verification, the Engineer shall allow the concrete placement to proceed. If any equipment or material such as burlap is missing or equipment is malfunctioning, the concrete placement operations shall be canceled and shall not be re- scheduled until such time as the missing equipment or material is delivered to the site or the equipment has been repaired and is demonstrated to be in working order and functioning as required. The Contractor shall be responsible for any costs associated with the cancellation and rescheduling of the concrete placement operation that is due to missing equipment or material or malfunctioning equipment.

A00801 - 252 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

Subsection 901.66 B The following shall be added to the requirements of the existing Subsection 901.66 B:

Cement concrete for bridge decks shall not be placed when the ambient air temperature exceeds 85°F (29°C) or is expected to exceed 85°F (29°C) during the placement of the deck. The Contractor shall measure the ambient air temperature, relative humidity of the air at the construction site and concrete temperature. Concrete temperature will be taken from the same sample used for slump and air content tests. These measurements will be taken prior to the commencement of concrete placement to determine the evaporation rate using Figure 1 and every hour thereafter until the end of the concrete placement, consolidation and finishing operation to check the evaporation rate in order to determine if it remains within the limits specified. To document the readings, the Bridge Deck Placement Environment form shown below shall be filled out by the Contractorand submitted to the Engineer.

Bridge Deck Placement Environment City/Town: Date: Bridge Number: Contract Number: Start Station: End Station: Time Air Relative Concrete Wind Evaporation Measured Temp. Humidity (%) Temp. Velocity Rate Prior to Casting Hourly

After Casting Signature - Contractor’s Authorized Printed Name: Representative: Signature - MassDOT Resident Engineer: Printed Name:

The existing Subsection 901.66 B 1 shall be replaced by the following:

1. Misting the surface of the concrete with pressurized equipment attached to the finishing machine until the curing cover is applied. The water mist shall be distributed at a rate of at least 0.10 gallons/square foot/hour (4 liters/square meter/hour). For example, on a deck that is 30 feet (9.1 meters) wide, the system must be able to apply at least 3.0 gallons of water per linear foot per hour (36.4 liters/meter-hour). The nozzles must produce an atomized fog mist that will maintain a sheen of moisture on the concrete surface without ponding. The atomized water droplets shall have an average droplet diameter of 0.003 inches (76 μm) or less. The area of coverage from each nozzle shall overlap all adjacent coverage areas by at least 12 inches (305 millimeters). Water that drips from the nozzles shall not be allowed to fall onto the concrete that is being cured.

A00801 - 253 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

The following shall be added to the requirements of the existing Subsection 901.66 B:

1. Reschedule the placement until such time as the environmental conditions are acceptable, such as at night or during early morning hours.

Subsection 901.66 D The entire existing Subsection 901.66 D shall be replaced by the following:

The concrete shall be consolidated by means of approved high frequency internal vibrators (9000 – 12,500 vibrations per minute in concrete) that shall be applied in a manner to ensure the consolidation of the concrete throughout the full depth of the deck in advance of the finishing machine. The Contractor shall take preventive measures to insure that the vibrators during operation shall not damage the epoxy coated reinforcement. The Contractor shall have no less than 2 approved vibrators in service at all times during the placement of the first 30 cubic yards (27 cubic meters) per hour of cement concrete placed and shall have additional vibrators in service at all times at the rate of one vibrator per each additional 30 cubic yards (27 cubic meters) per hour of cement concrete placed. These vibrators shall be in operation in addition to the surface vibratory action from the vibrating pan(s) of the finishing machine. Consolidation by the vibrators shall leave the concrete free from voids and insure a dense surface texture, but the vibration of the concrete shall not be continued so long as to cause segregation or bleeding. A small uniform quantity of concrete shall be maintained ahead of the screed on each pass. At no time shall the quantity of concrete carried ahead of the screed be so great as to cause slipping or lifting.

5000 PSI, 3/4 IN., 685 HP CEMENT CONCRETE

Shall be used to construct the BR-2 bridge rail terminus, BR-2 safety curb, bridge sidewalk, wingwall copings, and those other areas designated by the Engineer and/or designated by the Plans.

5000 psi, ¾ in., 685 HP Cement Concrete shall conform to all material requirements contained in Subsection M4.06.1 of the Supplemental Specifications to the Standard Special Provisions, with the exception of cementitious content, which shall be limited to a maximum of 685 pounds per cubic yard.

4000 PSI, 1.5 IN., 565 CEMENT CONCRETE

Shall be used to construct the abutments and wingwalls below the horizontal construction joint, approach slabs, wingwall extension moment slab footings, BR-2 terminus footings off of bridge, BR-2 safety curb footings off of bridge and those other areas designated by the Engineer and/or designated by the Plans.

A00801 - 254 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

4000 PSI, 3/4 IN., 610 CEMENT CONCRETE

Shall be used to construct the girder pedestals on top of the concrete pile cap, and those other areas designated by the Engineer and/or designated by the Plans.

STEEL REINFORCEMENT FOR STRUCTURES

The work under this heading shall conform to the applicable provisions of Section 901 of the Standard Specifications.

Shall be used in wingwall extension footing, and BR-2 safety curb footing off approach slab.

STEEL REINFORCEMENT FOR STRUCTURES – EPOXY COATED

The work under this heading shall conform to the applicable provisions of Section 901 of the Standard Specifications.

Shall be used in wingwall extension stem, BR-2 safety curb, and BR2 safety curb and terminus off approach slab.

Shall be used in deck, abutments, u-back wingwalls, BR2 safety curb on deck, approach slab, sidewalk, wingwall coping, and approach slab.

MECHANICAL REINFORCING BAR SPLICERS

The work under this heading shall conform to the relevant provisions of Section 901 and M8.01.9 of the Standard Specifications and shall be selected from the Qualified Construction Materials List.

The work shall include furnishing and installing mechanical reinforcing bar splicers at construction joints as shown on the plans, and at the Contractor’s option as a substitute for continuous reinforcing bars passing through construction joints as shown on the plans.

Mechanical reinforcing bar splicers shall be epoxy coated.

SHEAR CONNECTORS

The work under this heading shall conform to the applicable provisions of Sections 901 and 960 of the Standard Specifications and the material requirements outlined in M8.04.1.

A00801 - 255 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

STRUCTURAL STEEL - COATED STEEL

The work under this heading shall conform to the relevant provisions of Sections 960 and 995 and shall include the supply, fabrication, and installation of metalized and painted welded steel plate girders, diaphragms, cross frames, utility supports, bearing plates and as shown on the Plans. All structural steel shall conform to the requirements of AASHTO M270 Grade 50 or as indicated on the plans. Structural steel shall be fabricated and erected in accordance with sections 961.61 of the Specifications.

All bolts shall be high strength bolts meeting the requirements of ASTM A325 and ASTM A563 of the appropriate diameters and installed in accordance with the Specifications. Nuts shall conform to ASTM A563 Standard Specification for Carbon and Alloy Steel Nuts. Washers shall conform to ASTM F436 Standard Specification for Hardened Steel Washers.

Welding shall be performed in accordance with AASHTO/AWS/ANSI D1.5.

The proposed structural steel, unless noted otherwise, shall be thermal sprayed coated and painted with a 3 coat system, as described below.

The work shall also include touch-up painting on site of the structural steel that may be required after the installation of utilties, permanent screening or other attachments that may damage the protective coatings.

THERMAL SPRAYED COATING FOR NEW STRUCTURAL STEEL This section provides the requirements for shop performed surface preparation; the application of a thermal spray coating (TSC/metalizing); the application of a coating system; and includes field application of coatings and repairs and touch up of all coatings after site erection of the coated structure. TSC/metalizing will be paid for under Sub-Item 960.5.

General Information All fabrication shall be completed prior to the application of a thermal sprayed coating. (TSC). All surfaces to be coated shall be cleaned in accordance with SSPC SP-5. All TSC shall be sealed with an approved sealer, except for faying surfaces. After site erection of the structure, perform field touch-up of any damaged coating. All fasteners shall be galvanized and coated with the intermediate and topcoat if applicable. The products of only one thermal spray wire manufacturer and one coating manufacturer shall be used on the entire project. All field painting shall be in accordance with applicable sections of Item 961 of the MassDOT Standards and Specifications.

A00801 - 256 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

Materials

Abrasives Provide abrasives that are clean, dry, and sized properly to provide the specified surface profile. The profile shall be dense, uniform and of sufficient angularity to be acceptable for the application of TSC. Abrasives shall conform to the following as applicable: • SSPC-AB 1 for mineral slag abrasives • SSPC-AB 2 for recycles ferrous metal abrasives • SSPC-AB 3 for new steel abrasives

Thermal Spray Feedstock The Contractor shall provide material certificates from the supplier that includes the chemical composition and lot number of the wire. MassDOT will perform random sampling of wire from lots provided. Wire shall conform to ASTM A833. See table below for application and selection of wire type, thickness, and coating system.

Environmental Zone 2 shall be used for this project.

ENVIRONMENTAL THICKNESS COATING WIRE TYPE ZONE* (mils)** SYSTEM*** Zinc-Aluminum 6-9 Three Coat 1 Zinc-Aluminum 6-9 Sealer Only Zinc- Aluminum 8-11 Three Coat 2 Zinc-Aluminum 9-12 Sealer Only Zinc Aluminum 9-12 Three Coat 3 Zinc Aluminum 12-15 Sealer Only

*Zone 1 – Bridges in rural environments, not over waterways, and not over high speed state or interstate highways with potential for salt spray and heavy salt use and de-icing chemical use. *Zone 2 – Bridges in urban environments, near industrial and manufacturing plants, power plants, or warehouses, over heavy road traffic, or over waterways. *Zone 3 – Bridges in marine environments, over or close to saltwater waterways, or over high speed state or interstate highways with potential for salt spray and heavy salt use and de-icing chemical use. ** Mil thickness on faying surfaces shall meet the requirements of the slip certificate. *** Coating systems shall consist of a three coat paint system applied over the metalized surface or a clear sealer applied over the metalized surface.

A00801 - 257 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

Submittals Submit the following information to the MassDOT - Highway for approval a minimum of thirty days prior to beginning any coating operations: • The Contractor shall submit a manufacturer’s recommendation and field history for the sealer and three coat systems for approval. Proposed products and data sheets for all selected coatings to be applied over TSC. • Procedures for shop surface preparation, the application of the TSC and application of coatings. • Procedures for coating of field connections. • Procedures for field touch-up surface preparation, application of TSC and application of coating. • Proposed abrasive for use in the shop. • Proposed thermal spray wire to be used and product data sheets. Provide certification of Class B slip coefficient. • A copy of SSPC-QP3/AISC (SPE) certification. This certification must be in effect at the time of bid and must remain in effect throughout the duration of the project. • Quality Systems Manual • Work schedule: The Contractor must notify the Engineer a minimum of seven days prior to starting work.

Quality Control The shop performing the application of TSC and coating shall be certified by the American Institute of Steel Construction (AISC) Sophisticated Paint Endorsement (SPE) quality program, or under the Society for Protective Coatings (SSPC) QP3 program, “Standard Procedure for Evaluating Qualification of Shop Painting Applicators” and shall maintain certification throughout the project.

The Coating Applicator shall have completed a minimum of three structural steel TSC projects that utilized the same coating system as that being specified on this project. Provide project locations, TSC/painting; name, e-mail address, and the telephone number of the owner or owner’s representative.

Provide an on-site Quality Control Specialist (QCS) who shall function as a TSC Inspector with a minimum of five years of each TSC and coating application experience; and possess SSPC BCI Level 1 or NACE Certified Level 3 or other related certification as accepted by the MassDOT - Highway. The QCS shall not be a foreman or a member of the Contractor’s production staff. The QCS’s sole purpose shall be quality control testing, inspection and reporting.

A00801 - 258 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

Pre-Application Meeting A pre-application meeting will be held prior to any steel fabrication that includes the application of thermal spray applied coatings. This meeting is separate from the pre-construction meeting for the entire project. The following parties are required to attend this meeting: TSC/applicator, QCS, and MassDOT – Highway Representatives. Other project personnel should attend as may be needed.

Personnel Qualification The applicators of the thermally applied material shall be individually qualified to apply the TSC as follows:

Each Applicator must complete a practical test designed to demonstrate the ability to set up and operate the equipment to apply the material to the specified thicknesses to a minimum of 10 square feet of representative steel surfaces, and to successfully pass the surface preparation, bend, and cut tests specified herein. Administer the qualification testing, document the results in writing, and retain the bend test coupons for the duration of the project.

At the discretion of the Engineer, Applicators may be asked to requalify at any time during the project to reconfirm their proficiency and the quality of the workmanship being provided. This may be required at any time due to unacceptable or failing results of the bend test, cut test, or poor workmanship.

Shop Qualifications Prior to proceeding with the production blast cleaning operations prepare a minimum of five Job Reference Standards (JRS) test plates. Blast clean all surfaces of each test plate using the same equipment and abrasive that will be used for the production work. After acceptance of the surface cleanliness and profile, apply the TSC to all surfaces of each test plate. After acceptance of the TSC apply the sealer to be used with the three coat system to three test plates excluding the bottom surface of all test plates. After curing apply a coat of epoxy to two of the three test plates excluding the bottom surface. After curing apply a coat of the polyurethane topcoat to one test plates on all surfaces excluding the bottom surface. Apply the clear sealer to the last remaining TSC plate. Bottom surfaces of the prepared plates shall be used for cut testing as specified. Surface preparation and application shall be witnessed by a MassDOT representative.

See Configuration of JRS Test Plates drawing for dimensions and construction.

A00801 - 259 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

Configuration of JRS Test Plates Surface Preparation For cleaning that utilizes compressed air, utilize only clean, dry air. Conduct blotter test(s) in accordance with ASTM D4285 a minimum of one time each shift for each compressor system in use to verify that the air supply is free of moisture and oil contamination. Conduct the tests in the presence of the MassDOT – Highway Representative. Weld Spatter, Sharp Edges, Flame-Cut Steel, Holes, Fins, and Silvers Remove slag, flux deposits, fins, slivers, burrs, and weld spatter from the steel. Grind any sharp edges around holes. Break all flame-cut and sheared edges. If blast profile is degraded by grinding restore profile by abrasive blasting. Solvent Cleaning Where oil and grease are present on the bare steel, remove by solvent cleaning to SSPC-SP 1 prior to blast cleaning. If contamination remains after blast cleaning, reclean with solvent prior to application of the TSC. Cleaning of galvanized bolts prior to the application of paint to bolted connections in the shop or in the field all galvanized fasteners shall be cleaned of all lubricating wax. Cleaning shall be in accordance with SSPC-SP-1, Solvent Cleaning, method 4.1.1. The contractor is responsible to identify the solvent and method needed to remove all lubricant. Cleanliness will be determined by the use of a white cloth wipe test. The test will be performed by the engineer using a clean white cloth and the same solvent used by the Contractor for cleaning. The cloth shall be wetted and rung to a damp condition, placed on selected fasteners and rubbed with a twisting motion around the entire exposed surface of the previously waxed surfaces of the fastener. A minimum of 3 alternating rotations shall be done. Acceptance of cleanliness is with no color transfer to the cloth. A minimum of 10% of the bolts at each bolted connection shall be tested for cleanliness.

A00801 - 260 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

Abrasive Blasting Blast clean all steel to, SSPC-SP5 “White Metal Surface Cleanliness.” Determine the SP5 condition by use of SSPC-Vis 1. In the event of a conflict between the pictorial standard and the written definition the written definition shall prevail. Abrasive blast cleaned surfaces shall have a dense, uniform pattern of sharp, angular depressions and ridges, between 3.5-5.0 mils.

Surface preparation is defined as complete when all remedial repairs have been performed and the piece is accepted by both QC and MassDOT QA.

Verification of the profile height will be performed in accordance with ASTM D 4417 Method C.

Manual Blasting shall have a minimum of one profile depth measurement every 10 to 20 ft², of blasted surface.

Automated Blasting shall have a minimum of two profile depth measurements every 100 ft². When acceptable results are obtained on three consecutive days in which testing is conducted, the test frequency may be reduced to two spot readings for every 1,000 ft² providing the preparation method remains unchanged. If unacceptable results are encountered during testing or the preparation method has changed in any way, testing will revert back to a frequency of two tests per every 100 ft², until acceptable results are once again achieved over a three day period.

Profile replica tape shall be filed with the project inspection records. The Engineer with the use of a surface profile comparator will randomly inspect angularity of the profile.

The use of steel shot is not permitted.

TSC AND COATING APPLICATION

Storage, Testing and Sampling The Contractor shall provide protection from the elements and insure that the paint is not subjected to temperatures outside the manufacturer’s recommended extremes.

Before the Contractor will be permitted to use any paint, the material provided for application shall have been sampled, tested and approved in accordance with Section M7. MassDOT’s Research and Materials Laboratory needs a minimum of fourteen days after the receipt of samples to test and approve.

Mixing and Thinning Before the paint is applied, each component shall be mechanically mixed to ensure the pigment is completely dispersed. Mixing of components shall be accomplished by mechanical mixing, boxing or hand mixing of components will not be allowed. Any special precautions or requirements for mixing by the manufacturer shall be followed. Paint shall be kept thoroughly mixed in spray pots or containers during application. The pot life shall not be exceeded or attempts made to extend pot life with the addition of solvent.

A00801 - 261 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

If it is necessary for any reason to thin paint it will be done in the presence of the Engineer, in accordance with the manufacturer's recommendations. Thinning must be performed using a measuring cup marked in ounces or milliliters. Other methods, such as eyeballing, are not acceptable. Thinner shall be supplied from and recommended by the same manufacturer as the paint system.

For multi component paints, the mixing of half or partial kits is not allowed. If the need for small quantities of paint is anticipated, the contractor should order materials accordingly.

Application Prior to the application of any coating material, the Engineer’s approval must be obtained. All surfaces painted prior to the Engineer’s approval, shall require the complete removal of the coating applied.

Thermal Sprayed Coating Apply the TSC within six hours after the final abrasive blast cleaning is performed. If the steel is blast cleaned and remains unmetalized for longer than six hours, or if cleaned steel exhibits evidence of rustback, blast clean it again prior to metalizing. Remove abrasive residue and dust from the surface. Apply the metalizing only after the MassDOT – Highway Representative has accepted the prepared surface.

Bend Testing for Evaluation of the TSC Conduct bend tests of applied TSC each day prior to production application. Unless otherwise directed by the MassDOT - Highway, each day that TSC will be applied, conduct bend testing before beginning the production work. For each TSC applicator, blast clean five carbon steel coupons measuring 0.05 inches in thickness, 2 inches width, and between 5 and 8 inches in length. Use the same equipment and abrasive used for the production work. Have each applicator apply the TSC to five coupons in accordance with the requirements of this Section to dry film thickness between 8 and 15 mils. Conduct 180o bend testing on all five coupons using the appropriate mandrel in accordance with the requirements and acceptance criteria of SSPC-CS 23. Minor cracks that cannot be lifted from the substrate with a knife blade are acceptable. If lifting on any of the coupons is possible, modify the surface preparation/TSC process until acceptable results are achieved before proceeding with the production work.

Apply the TSC in accordance with the requirements of the material supplier, this specification, approved procedures and SSPC-CS 23.

The completion of TSC is defined as after the spraying of TSC is complete and all remedial repairs have been performed and the piece is accepted by both QC and MassDOT QA.

A00801 - 262 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

Touch-up of bare steel and/or TSC damage shall be done with organic zinc rich primer. The total area subject to repair shall be no more than 0.50 % of the total square foot of the piece requiring repair. The dry film thickness of the applied coating shall be a minimum of 5 mils. Surface preparation for all repair areas shall be as specified in, “Surface Preparation and Abrasives” paragraph 3. The maximum individual repair shall be limited to 1 square foot. Areas larger than 1 square foot shall be re-blasted and the TSC applied in accordance with this document.

Sealer Coat Apply the seal coat to the TSC after the MassDOT – Highway Representative has accepted the TSC. The seal coat shall be thin enough when applied to penetrate into the body of the TSC and seal the porosity. Added thickness to porous TSC should not be measurable. Typically the seal coat is applied at a spreading rate resulting in a theoretical 1.5 mils dry film thickness. Apply the seal coat in accordance with the manufacturer’s instructions as soon as possible after the application of the TSC but in no case greater than 6 hours. Verify that the TSC surface is clean and dry prior to the application of the sealer. If grease, oil, or similar contaminants become deposited on the TSC, remove them in accordance with SSPC-SP 1 prior to the application of the seal coat.

Paint Applied coatings shall not exhibit, runs, sags, holidays, wrinkling, pinholes, nap hair, topcoat gloss or color variations, or other film discontinuities.

Repair of unacceptable areas that involve removal of the coating system or part of it, shall require surface preparation and coating equal to that specified. Repair procedures used for any unacceptable coating shall be those supplied by the contractor and approved by the Engineer.

Application of full coats of paint shall be accomplished by spray equipment. Spray equipment shall meet the requirements of the coating manufacturer and be in proper working order.

Application by brush and roller will be allowed for limited access areas. Brushes and roller covers recommended by the coating manufacturer shall be used. Areas brushed and rolled will have a uniform thickness and be free of defects and excessive coating thickness.

All coating shall be applied according to the latest Manufacturer’s data sheet or approved recommendations. The maximum recoat times of the primer, intermediate and finish coats shall not be exceeded.

Application of coatings shall not be done when the relative humidity is above 85% or when the surface temperature of the steel is less than 5°F above the Dew Point. Paint shall not be applied when the surface temperature is below 50°F or when the surface temperature is above 110°F.

If requested by the Engineer, the Contractor shall provide written instructions from the coating manufacturer indicating the length of time that each coat must be protected from cold or inclement weather (e.g., exposure to rain) during its curing or drying period.

A00801 - 263 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

Paint shall not be applied when, in the Engineer’s judgment, conditions are or will become unsatisfactory for application and proper cure. All changes as to the application parameters other than specified must be the manufacturer’s and presented in writing and approved by the Engineer. Ambient conditions should be closely monitored so that proper cure/drying is achieved prior to recoat. In no case shall a succeeding coat of paint be applied before the previous coat has cured/dried sufficiently for recoat as per manufactured data sheet.

If required, contaminated surfaces shall be cleaned in accordance with SSPC- SP 1 Solvent Cleaning method 4.1.1.

Measurement of the ambient conditions shall be done in accordance with ASTM, E 337 Test Method for “Measuring Humidity with a Psychrometer” (the Measurement of Wet and Dry bulb Temperatures).

When the primer has cured sufficiently for recoat, all bridge components to be painted shall receive a full intermediate coat.

When the intermediate coat has cured sufficiently for recoat, all bridge components to be painted shall receive the finish coat.

Coating Thickness Apply the shop and field coats to the dry film thicknesses as specified. 1. Determine the cumulative dry film thickness of each coat using a magnetic dry film thickness gage in accordance with SSPC-CS 23 and SSPC-PA 2 with the following exceptions: a. Take readings on each 100 square-foot increment of the surface. b. The minimum specified thickness of the TSC must be achieved at each individual spot measurement location (i.e., the 20 percent under run allowed by SSPC-PA 2 is not permitted for the metalizing). 2. If the thickness of any coat (TSC, seal coat, intermediate coat or top coat) is less than specified, apply additional material in accordance with the manufacturer’s instructions and this Section before applying the next coat. Before applying additional TSC, visually confirm that there is no evidence of oxidation on the surface.

Access for MassDOT - Highway Inspection The Contractor shall provide safe access and time for MassDOT - Highway inspections for any and all phases of the work, including but not limited to surface preparation, the application of each coat (including field coat), and for an inspection of the completed system.

Quality Control Documentation The Contractor shall provide copies of Quality Control daily inspection and testing documents to the Engineer within 24 hours after completion.

A00801 - 264 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

MEMBRANE WATERPROOFING FOR BRIDGE DECKS-SPRAY APPLIED

Description of Work The work under this heading shall conform to applicable sections of Section 965 of the Standard Specifications and the following:

The work to be performed shall consist of the furnishing and application of an approved cold liquid spray applied, seamless methylmethacrylate or polyurea membrane system and all concrete surface preparation work necessary to install the membrane system. The membrane system shall consist of the primer, the membrane, aggregated keycoat layer, and polymer modified tack coat.

General Membrane application shall be in accordance with the Manufacturer’s instructions. The Manufacturer’s representative shall be present during the entire application and shall oversee surface preparation, installation and quality control testing. The handling, mixing, and addition of membrane components shall be performed in a safe manner to achieve the desired results in accordance with the manufacturer’s recommendations. All open flames and spark producing equipment shall be removed from the work area prior to commencement of application. No smoking signs shall be posted at the entrances to the work. The Applicator shall be responsible for the protection of equipment and adjacent areas from overspray or other contamination.

The Contractor and the Applicator shall agree upon a schedule for coordination between trades working in the areas that are to receive the membrane system. Before beginning the application, the Contractor shall schedule and conduct a meeting at the site to review the approved submittals, and other pertinent matters related to the application including the schedule for coordination between trades. Present, as a minimum, shall be the Contractor, the Applicator, the Manufacturer’s Field Representative and the Engineer.

All components of the membrane system shall be delivered to the site in the manufacturer’s original packaging, clearly identified with the products type and batch number. The Contractor shall provide the Applicator with a storage area for all components. The area shall be cool, dry, out of direct sunlight, and complies with relevant health and safety regulations. Copies of material safety data sheets for all components shall be kept on site at the Contractor’s field office.

Only products pre-approved by MassDOT will be accepted for use. Product approval shall require the demonstration by the manufacturer that the membrane system meets the material specifications and that the entire membrane system is designed and tested as waterproofing for use on bridge deck applications. The manufacturer shall demonstrate through testing prior to approval that the system meets material properties and performance requirements stated herein.

A00801 - 265 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

Submittals The Contractor shall submit to the Engineer for approval the membrane system material specifications, installation procedure, application equipment and test results as specified in the materials section as well as product performance data, storage and protection instructions, handling and mixing instructions, material safety data sheets (MSDS) for all components. An 8 inch square sample of the proposed membrane representing in color, texture and thickness satisfactory field application shall be provided to the Engineer. All submittals shall be certified to be in conformance with the manufacturer’s instructions.

Materials The waterproofing membrane shall consist of an approved one or two coat rapid curing cold liquid spray applied, seamless methylmethacryalte or polyurea membrane, a primer, polymer modified tack coat and aggregated keycoat layer. The total minimum base thickness for membrane shall be 80 mils. measured over peaks. The membrane shall easily accommodate the need for day joints and patch repairs. The membrane shall be able to bridge live cracks up to 1/8 inch in width. Prior to priming, submit to the Engineer for approval, certified independent test reports demonstrating conformance to the following performance criteria:

PROPERTY TEST REQUIREMENTS Minimum Thickness 80 mils minimum measured over (Membrane only) peaks, or the thickness used to pass the ASTM C 1305 Crack Bridging Test Water Vapor Transmission ASTM E 96 Permeance Procedure B - < 1.17 Perms (grains/(hr-ft2-in. Hg) Water Method Adhesion to concrete ASTM D 4541 100 psi minimum. Failure in concrete below this value will require additional concrete preparation Tensile ASTM D 638 > 1,700 psi

Elongation at Break ASTM D 638 130 % Typical

Crack Bridging ASTM C 1305 Pass ≥ 25* cycles at -15o F no failure (Neat Material + Aggregated at 1/8 inch Keycoat)

The primer shall promote adhesion of the membrane to the concrete surface. The chemical composition of the primer, membrane, aggregate keycoat and tack coat that make up the membrane system shall conform to the manufacturer’s specifications for the material and shall be approved by the manufacture as being compatible for use with the specified membrane. Cleaning solvents shall also be as approved by the manufacturer for use with the membrane.

Membrane Waterproofing (Spray Applied) for Existing Decks shall be asbestos-free

Only products pre-approved by the Department will be accepted for use

A00801 - 266 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

Applicator The system shall be applied by an Applicator who is approved by the membrane system manufacturer. The Applicator installing the membrane shall have at least 2 years of experience on membrane installation with applicator certified by the membrane manufacturer. The Engineer shall receive manufacturer’s written approval of the Applicator’s qualifications at least seven days prior to the application of any system component. This approval shall apply only to the named individuals performing the application.

Application Procedure The application procedure shall consist of concrete surface preparation, applying primer, applying membrane, applying aggregated keycoat layer, applying Polymer Modified tack coat. Special attention shall be paid to the bridge deck surface preparation prior to the membrane system application. A representative from the membrane manufacturing company shall be present for the entire duration of the membrane application. The manufacturer’s representative shall be responsible for the field testing, testing including but not limited to adhesion bond test and deck moisture content and all other required documentation and reporting.

The membrane system shall not be applied in either wet, damp or foggy weather, or when the ambient temperature is 40 degrees F or below or is forecast to fall below 40 degrees F during the application period.

The membrane waterproofing on bridge decks shall not be placed until the Contractor is ready to follow within 24 hours with the first layer of Hot Mix Asphalt pavement; a longer period of time will be allowed only with the approval of the Engineer.

Where the areas to be waterproofed are bound by a vertical surface including, but not limited to, a curb or a wall, the membrane system shall be continued up the vertical as necessary. A neat finish with well defined boundaries and straight edges shall be provided.

1. CONCRETE SURFACE PREPARATION:

Concrete surfaces which are to be waterproofed shall be screeded to the true cross section, sounded and all spalls and depressions shall be repaired prior to the application of the prime coat. Depressions shall be filled to a smooth flush surface with 1:2 mortar (1 part cement to two parts sand) or an approved rapid setting patching mortar that is compatible with the waterproofing system. Other surfaces shall be trimmed free of rough spots, projections or other defects which might cause puncture of the membrane so that the surface profile of the prepared concrete surface shall not exceed a ¼ inch amplitude, peak to valley.

The use of resin or wax-based deck curing membranes is not acceptable.

Immediately prior to the application of the primer, the concrete to which the membrane is to be applied shall be cleaned of all existing bond inhibiting materials using an abrasive blast. Dust or loose particles shall be removed using clean, dry oil-free compressed air or industrial vacuums. The surface preparation shall insure that the concrete surface shall be free of bituminous product, surface laitance, oil staining, soiling, and dust and produce a clean dry surface.

A00801 - 267 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

Random tests for adequate tensile bond strength of the membrane shall be conducted on the concrete in accordance with ASTM D 4541 using the membrane manufacturer’s primer and membrane to achieve minimum bond strength of 100 psi with failure in the concrete. Additional preparation of the concrete shall be required if a bond strength of a least 100 psi is not demonstrated in the concrete-membrane interface.

2. APPLYING PRIMER:

The primer shall only be applied when the temperature of the concrete deck surface exceeds the dew point by at least 5º F and when the concrete deck surface has moisture content of 5.0% or less as confirmed by a portable electronic surface moisture meter supplied by the Contractor. The primer shall be applied to ensure full coverage. In general, for conventional concrete mixes, the concrete to which the membrane is to be applied shall have cured a minimum of 7 days prior to the application of the primer. For precast and high early mixes or rapid sets for closure pours, MassDOT may consider less than 7 days subject to the approval of the manufacturer and the results of moisture test results and adhesion pull test results performed by the manufacturer’s representative in accordance with these specifications and submitted to the Engineer for approval prior to primer placement. A second coat of primer shall be required if first coat of primer is absorbed by the concrete. The primer shall be over sprayed with the membrane for up to the manufacture allowed re-coat drying time but in no case it shall exceed 24 hours. Beyond this period, the surface shall be prepared again and re-primed following the manufacturer’s recommendations prior to membrane application.

3. APPLYING MEMBRANE:

The waterproofing membrane shall be applied in a methodical manner. The Applicator shall follow the approved mixing and application procedure. Unless approved by the Engineer, the membrane shall be spray applied, with the mixing of the two components taking place at the nozzle, and shall be applied to the primed deck in accordance with the manufacturer’s instructions. The spray equipment shall be computer controlled, monitoring mixing ratios and quantities applied, and the latter allowing coverage rates to be checked. Following the application of membrane system and before holiday testing, the cured surface shall be visually inspected. If any defects or pinholes are found, an appropriate quantity of membrane shall be mixed by hand and repairs effected by touch¬-in with a putty-knife hand tool, ensuring in all cases that the thickness of the repair is sufficient to bring the area up to the specified thickness and that the thickness of the repair patch is a minimum 80 mils. minimum measured over peaks, or the thickness used to pass the ASTM C 1305 Crack Bridging Test.

4. APPLYING AGGREGATED KEYCOAT:

Following the membrane application, a layer of resin, compatible with the membrane shall be spray applied to a thickness of 30 to 40 mils into which a crushed basalt aggregate approved by the membrane manufacturer shall be broadcast ensuring minimum 95% coverage.

A00801 - 268 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

5. APPLYING POLYMER MODIFIED TACK COAT:

The manufacturer’s tack coat shall be applied in accordance with the membrane manufacturer’s recommendations after a minimum of three hours from initial membrane application. Polymer modified tack coat consisting of either a polymer modified asphalt emulsion or a polymer modified asphalt binder approved for use by the Engineer The Tack Coat shall be allowed to cool for a minimum of 1 hour prior to the application of the hot rolled asphalt.

Certificate of Analysis (COA): A minimum of 48 hours prior to placement of Polymer Modified Tack Coat (PMTC), a COA shall be submitted by the supplier of the PMTC to the Engineer for Research and Materials approval.

During paving, a light soap spray should be applied to the paving equipment wheels to prevent removal of the tack coat

6. REPAIRS:

If an area of membrane requires repair or if the membrane becomes damaged, a patch repair shall be carried out to restore the integrity of the membrane system. The damaged area shall be cut back to sound materials and wiped with a solvent up to a width of at least 6 inches beyond the periphery of the damaged area, removing contaminants. The concrete shall be primed as necessary, followed by the application of the membrane. A continuous layer shall be obtained over the concrete with a 6 inch overlap onto the existing membrane. The solvent shall be as approved by the membrane waterproofing manufacturer. Repairs shall comply with the manufacturer’s guidelines for any over-coating times.

Where the membrane is to be joined to existing cured material and at day joints, the new application shall overlap the existing membrane/day joint by at least 4 inch. The existing membrane/day joint shall be cleaned of all contamination including tack coat material or dirt to an edge distance of a least 6 inch and wiped with a solvent as approved by the membrane waterproofing manufacturer.

A00801 - 269 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

7. TRIAL PLACEMENT TO VALIDATE BOND STRENGTH OF SPRAY APPLIED

A trial placement using the approved spray applied waterproofing membrane shall be required before and as close as possible to the intended date of the deck slab waterproofing placement to emulate actual placement conditions. Mock up as placed shall be representative of final bridge placement including HMA topping as specified. The intent is to validate the Adhesion Tensile Bond Strength in accordance with ASTM D 4541 using the membrane manufactures primer and membrane for those projects where the available cure time may adversely affect the required bond strength of the spray applied membrane system. The minimum tensile bond strength required per this specification is 100 psi. The trial specimens should be taken as directed by the Engineer. These specimens shall be used to test the adhesion bond strength and the moisture content on the deck. The moisture content shall not exceed 5% per this specification. (See below, Item (a) under Field Quality Control). Trial placement shall simulate the actual job conditions in all respects including air temperature, transit equipment, travel conditions, admixtures, forming, placement equipment, and personnel. If there are problems, the Engineer may require the Contractor to conduct more trial placements. If weather conditions change between completion of trial testing and actual placement, adhesion bond testing and deck moisture testing shall be repeated as directed by the Engineer. Removal of the trial placement concrete from the job site is the responsibility of the Contractor. In addition to the requirements contained herein, all weather and concrete temperature requirements contained in Subsection 901.64 shall be satisfied.

8. FIELD QUALITY CONTROL:

The following tests shall be conducted by the manufacturer’s representative and recorded on a test report form to be submitted to the Engineer. All test reports shall be submitted to the Engineer within 5 working days of the test completion. a. Deck moisture: The concrete deck surface moisture content cannot exceed 5% as confirmed by a portable electronic surface moisture meter supplied by the Contractor. Submit moisture test results to the Engineer for approval, prior to priming. b. Film Thickness: 1. Wet film thickness shall be checked every 300 square feet using a gauge pin or standard comb type thickness gauge or a magnetic gauge. Film thickness checks shall be carried throughout the application process. During the Final Review, the cured membrane film thickness shall be checked by a dial thickness gauge. 2. Dry Film Thickness: If membrane system cures too quickly to perform wet film thickness testing, dry film thickness shall be checked every 300 square feet using magnetic or ultrasonic gauges, or using a destructive method. If destructive method is used, repair areas by respraying or filling with special two component gun grade material provided by the waterproofing manufacturer.

A00801 - 270 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

c. Pin Hole/Holidays: The entire surface of the membrane shall be inspected for pin holes and/or holidays by the manufacturer’s representative. All pin hole/holidays shall be located, marked for repair, documented, and repaired in accordance with a repair procedure developed by the manufacturer and approved by the Engineer. Adhesion Tensile Bond: Random tests for adequate tensile bond strength shall be conducted in accordance with ASTM D 4541 using the membrane manufacture’s primer and membrane. The test shall be conducted using the membrane as the adhesive to the test dolly. Minimum bond strength of 100 psi will be required for acceptance. Failure in the concrete will require additional surface preparation of the concrete. Tester Model 106, or approved similar equipment shall be used. A frequency of 1 test per 5,000 square feet or fraction thereof shall be conducted. Areas smaller than 5,000 square feet shall receive a minimum of 3 tests. d. Visual inspections shall be conducted throughout the application process. The Manufacturer’s Field Representative shall take progress photos for incorporation with his final review report to the Engineer.

Final Review The final review visual inspection shall be conducted jointly by the Applicator, Contractor, Manufacturer’s Field Representative and Engineer. Irregularities or other items that do not meet the requirements of the Special Provisions and the Plans shall be addressed/repaired at this time, at no additional cost to the MassDOT.

ASPHALTIC BRIDGE JOINT SYSTEM

All work under this heading shall be in accordance with MassDOT Standard Specifications and current Supplemental Specifications – SECTION 971– “ASPHALTIC BRIDGE JOINT SYSTEM”

METAL ORNAMENTAL BRIDGE RAILING METAL BRIDGE RAILING BR-2

The work required by this item shall conform to the relevant provisions of Section 900, 960, and 975 of the Standard Specifications, Supplemental Specifications and the following:

The work shall include the supply, fabrication, and installation of painted galvanized steel ornamental metal bridge railing both on and off the bridge as shown on the Contract Drawings.

The work shall include the supply, fabrication, and installation of painted galvanized steel BR-2 metal bridge railing both on and off the bridge as shown on the Contract Drawings.

A00801 - 271 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

Materials

Metal Ornamental Bridge Railing: The Metal Ornamental Bridge railing shall consist of the following: steel pipe railings, rail posts, post base plates, anchor plates, flat bars, rods, connection bolts, screws, adhesive anchors, and all other components required for assembly of the pedestrian railing as indicated on the Contract Drawings.

All steel except the anchor plates shall be galvanized and painted black.

Metal Bridge Railing BR-2: Structural steel tubing shall conform to ASTM A500, Grade B. Remaining structural steel for BR-2 rail assembly shall conform to AASHTO M 270 (ASTM A709), Grade 36. The bridge railing shall be galvanized after fabrication and painted black.

Steel nuts, bolts and washers shall conform to AASHTO M 164 (ASTM A325) and shall be galvanized. Galvanized high strength rods, threaded both ends, with 2 galvanized hex nuts and galvanized washers may be substituted for high strength anchor bolts as approved by the Engineer, at no additional cost to the Department.

Studs for attachment or structural steel tube for railing shall conform to AAHSTO M 164 (ASTM A108).

Fabrication and Construction Methods

The finished railing is to meet all requirements of fit, alignment, and grade to the full satisfaction of the Engineer, it is suggested that complete field measurements be made before shop drawing submittal, and verified before shop fabrication is performed.

All BR-2 railing shall be fabricated and erected so that the rail is parallel to the curbing. For the BR-2: • A railing a tube splice shall be located in the tube spanning the expansion joint opening and the sleeve shall be lengthened accordingly. • Tubing shall be continuous over a minimum of 3 posts. Sleeve splices for thermal expansion shall be spaced no more than 50 feet apart. • Where galvanizing is damaged, the damaged areas shall be thoroughly cleaned and given one coat of zinc dust oxide paint conforming to Federal Specification TT-P-641B, Type III. • Welding shall be in accordance with ANSI/AASHTO/AWS D1.1.

A00801 - 272 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

Shop Painting of Hot Dipped Galvanized Steel Work under this section includes substrate surface preparation and shop applied paint systems for BR-2 Railing which has been hot-dip galvanized.

Requirements of Regulatory Agencies: Provide and apply materials complying with environmental requirements of authority having jurisdiction.

Apply coating of specified dry film thickness (DFT) where thickness shall be absolute minimum coverage at any point of measurement as determined by the paint manufacturer.

BR-2 Railing shall be painted black.

Application Conditions • Apply all intermediate and finish coatings under conditions within the following tolerances: o Air Temperature: Min. 50 deg. F to max. 90 deg. F. o Surface Temperature: Min. 50 deg. F to max. 100 deg. F. c. Relative Humidity: Max. 65 percent. • Maintain surface dry and free from dust, dirt, oil, grease, or other contaminants. • Keep environment free of airborne dust and dirt until paint is dry. • To ensure compliance with this Specification, monitor all temperature and humidity levels continuously with a recording hydrothermograph with printed record available for review by the Contractor at any time during the Project. • Comply with all applicable federal, state, local, OSHA, EPA, and fire regulations for both spray and curing facilities. • Provide spray booth with a filtered exhaust. • Cure booth may be heated to accelerate paint dry time at applicators option, however strictly comply with paint manufacturer’s instructions. Temperature shall not exceed 150°F. Use an indirect thermostat controlled gas-fired, forced hot-air blower; do not use infra-red type curing equipment. • Protect spray and curing booth with sprinkler system complying with NFPA 15. • Continuously monitor air in curing booth by a lower explosive limit (LEL) monitoring device connected to the ventilation system.

A00801 - 273 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

Products Provide thinners, driers, and other products manufactured, furnished, or approved by accepted Manufacturers for use with their product.

Handle, store, mix, and apply paint materials, primers, and metal conditioners in accordance with recommendations of accepted manufacturers.

Should it appear that conflicts exist between such recommendations and the Specifications, obtain written clarification from the Engineer before proceeding with the work.

Top coat color shall be black.

All steel that has been hot dipped galvanized after fabrication and is specified to be painted, shall receive a shop applied tie coat and finish color coat as indicated herein. Tie coat and finish color coat shall be by the same manufacturer.

Surface Preparation All hot dip galvanized material shall be cleaned in accordance with Steel Structure Painting Council Specification SSPC-SP-1, Solvent Wipe followed by SSPC-SP-16, Brush-off Blast Cleaning of Non-Ferrous Metals. Following completion of cleaning procedures and prior to application of coating material the galvanized material shall be visually inspected to determine complete absence of contaminants and that proper tooth or profile exists for paint adhesion.

The cleaning procedures shall be performed carefully so that the galvanized thickness does not fall below the required 3.4-3.9 mil zinc thickness.

Field Repair Procedures Where factory applied coatings have become damaged, the Contractor shall submit proposed field repair procedures to MassDOT for approval.

All damaged areas shall be cleaned to SSPC-SP-2.

SCHEDULE OF BASIS FOR PARTIAL PAYMENT

Within ten (10) days after the Notice to Proceed is issued, the Contractor shall submit, in duplicate, for the approval of the Engineer, a schedule of unit prices for the major components of the bridge structure as listed below. The bridge structure Lump Sum breakdown quantities provided below are estimated and not guaranteed. The total of all partial payments to the Contractor shall equal the Lump Sum contract price regardless of the accuracy of the quantities furnished by the Engineer for the individual bridge components. The cost of labor and materials for any Item not listed but required to complete the work shall be considered incidental to Item 995.05 and no further compensation will be allowed

A00801 - 274 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 995.05 (Continued)

Item Description Qty Unit Price Total No. 901. 4000 psi, 1.5 in., 565 Cement Concrete 135 CY 904. 4000 psi, 3/4 in., 610 Cement Concrete 1 CY 904.3 5000 psi, 3/4 in., 685 HP Cement Concrete 85 CY *904.4 4000 psi, 3/4 in., 585 HP Cement Concrete 270 CY 910. Steel Reinforcement for Structures 8,100 LB 910.1 Steel Reinforcement for Structures – Epoxy Coated 99,000 LB *910.4 Mechanical Reinforcing Bar Splicer 590 EA *911.1 Shear Connectors 2,600 EA 933. Elastomeric Bridge Bearing Pad 12 EA 960.5 Structural Steel – Coated Steel 206,000 LB Membrane Waterproofing for Bridge Decks – SF *965.2 3,950 Spray Applied 970. Bituminous Damp-Proofing 270 SY 971. Asphaltic Bridge Joint System 65 FT *975.51 Metal Ornamental Bridge Railing 307 FT *975.61 Metal Bridge Railing BR-2 290 FT

Totals – Bridge No. L-15-050 The above schedule applies only to Bridge Structure No. L-15-050. Payment for similar materials and construction at locations other than at this bridge structure shall not be included under this Item. Sub-Item numbering is presented for information only in coordination with the MassDOT-Highway Division Standard Nomenclature.

A00801 - 275 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 998.991 CONSTRUCTION MONITORING LUMP SUM

The work performed under this Item shall conform to the relevant provisions of the Standard Specifications and the following.

The work under this item shall consist of furnishing all necessary labor, equipment, professional services, and materials required to perform pre-construction surveys of the interiors and exteriors of existing above and below grade structures and surface areas described herein. The surveys shall be conducted by an independent Consultant engaged by the Contractor. The pre- construction surveys described below shall be preformed within 4 weeks prior to the start of work: 1. At L-15-035, Central Street over Pawtucket Canal bridge: a. Exterior, as visible from street level, and the interior of each level (below and above ground) of 92 Central Street, 107 Central Street, 136 Central Street, and 143 Central Street within 100 feet of the work; b. Condition of the canal sidewalls above normal water level within 250 feet of the work; c. Condition of brick sidewalks along Central Street extending at least 100 feet north and south of the work; and d. Condition of brick sidewalks along the Pawtucket Canal extending at least 100 feet east and west of the work. 2. At L-15-046, Merrimack Street over Merrimack Canal bridge: a. Exterior, as visible from street level, and the interior of each level (below and above ground) of the Moody Street Gate House at the northwest corner of the bridge within 100 feet of the work; b. National Park Trolley tracks within 100 feet of the work. c. Condition of the canal sidewalls above normal water level within 150 feet of the work; and d. Retaining wall to the northeast of the bridge within 100 feet of the work. 3. At L-15-047, Merrimack Street over Western Canal bridge: a. Exterior, as visible from street level, and the interior of each level (below and above ground) of 540 Merrimack Street and 432 Suffolk Street within 100 feet of the work; b. Condition of the canal sidewalls above normal water level within 250 feet of the work; and c. Condition of brick sidewalks along eastern side of Western Canal extending at least 100 feet north of the work.

A00801 - 276 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 998.991 (Continued)

4. At L-15-049, Pawtucket Street over Northern Canal bridge: a. The northeast abutment wingwall and retaining wall b. Condition of the canal sidewalls above normal water level within 250 feet of the work c. The canal pedestrian sidewalk and bridge within 100 feet east and west of the work d. Concrete dam and lock structure. 5. At L-15-050, Pawtucket Street over Pawtucket Canal bridge: a. Exterior, as visible from street level, and the interior of each level (below and above ground) of 453 Pawtucket Street and 450 Pawtucket Street within 200 feet of the work; b. Condition of the canal sidewalls above normal water level within 500 feet of the work.

Additionally, a pre-construction condition survey of the canal sidewalls below normal canal water level following lowering of the water level within the canal and prior to the start of work within the canal at the following bridges: • L-15-035, Central Street Bridge over Pawtucket Canal within 250 feet of the work • L-15-047, Merrimack Street Bridge over Western Canal within 250 feet of the work • L-15-049, Pawtucket Street Bridge over Northern Canal within 250 feet of the work

Additionally, a pre-construction condition survey shall be taken of the canal sidewalls below the normal canal water level at bridge L-15-050, Pawtucket Street Bridge over Pawtucket Canal. This survey shall be performed following installation and dewatering of the coffer dams.

The Contractor shall provide a Geotechnical Monitoring Consultant and Surveyor to install, monitor, maintain, and report on the instrumentation described herein. The work includes the following: 6. At bridge L-15-035, Central Street over Pawtucket Canal bridge, the Contractor shall furnish, install, protect, replace, monitor, and report on the following instrumentation during the course of the work: a. Deformation monitoring points on the canal sidewalls extending 50 feet upstream and downstream, on the granite statues; on utilities below the bridge and/or within 10 feet of the construction zone; and on buildings within 100 feet of the work. b. Seismographs on structures located within 50 feet of the construction activities that may induce vibrations including, but not limited to, removal of the bridge deck and soil compaction. Structures include, but are not limited to, the existing buildings at each of the four (4) bridge corners (LOW.1677, LOW, 1219, LOW.1910, and LOW.2603), and the sculptures immediately adjacent to the work. c. At least two (2) inclinometers within 10 feet behind the existing face of each abutment. The inclinometers shall be located on the north and south ends of the abutments.

A00801 - 277 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 998.991 (Continued)

7. At L-15-046, Merrimack Street over Merrimack Canal bridge, furnish, install, protect, replace, monitor, and report on the following instrumentation during the course of the work: a. Deformation monitoring points to measure horizontal and vertical displacements of the existing canal sidewalls to the north of the bridge and the retaining wall north east of the bridge extending at least 25 feet beyond the limits of the work, on structures within 50 feet of the work, and utilities within 10 feet of the construction zone. b. Seismographs on structures located within 50 feet of the construction activities that may induce vibrations including, but not limited to, removal of the roadway and sidewalk, and soil compaction. Structures include, but are not limited to, the Merrimack-Moody Feeder Gatehouse (LOW.1153). 8. At L-15-047, Merrimack Street over Western Canal bridge, furnish, install, protect, replace, monitor, and report on the following instrumentation during the course of the work: a. Deformation monitoring points on the existing abutments and canal sidewalls extending at least 50 feet north and south of the bridge, on the brick walkway to the northeast along the canal for at least 50 feet beyond the work, utilities below the bridge and/or within 10 feet of the construction zone; and on buildings within 100 feet of the work. b. Seismographs on structures located within 50 feet of the construction activities that may induce vibrations including, but not limited to, removal of the bridge deck and soil compaction. Structures include, but are not limited to, the El Kareh Building (LOW.1923) to the southeast, the Ansara Building (LOW.1088) to the southwest, the Jeanne D’Arc building to the northwest, and Lowell House to the northeast. c. At least two (2) inclinometers within 10 feet behind the existing face of the east abutment. The inclinometers shall be located on the north and south ends of the abutment. 9. At L-15-049, Pawtucket Street over Northern Canal bridge furnish, install, protect, replace, monitor, and report on the following instrumentation during the course of the work: a. Deformation monitoring points on the concrete dam upstream of the bridge, the lock structure below the bridge, the pedestrian walkway below the bridge; and on utilities below the bridge and/or within 10 feet of the construction zone. b. Seismographs throughout construction on the Great River Wall (LOW.936) and Northern Canal Waste Gate House (LOW.981) located northwest of the bridge. c. At least two (2) inclinometers within 10 feet behind the face of the north abutment. The inclinometers shall be located on the east and west ends of the abutment.

A00801 - 278 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 998.991 (Continued)

10. At L-15-050, Pawtucket Street over Pawtucket Canal bridge furnish, install, protect, replace, monitor, and report on the following instrumentation during the course of the work: a. Deformation monitoring points on the existing canal sidewalls within 50 feet of the work, and on the utilities below the bridge and/or within 10 feet of the construction zone. b. Seismographs on structures located within 100 feet of the construction activities that may induce vibrations including, but not limited to, installation of shoring, removal of the bridge deck, installation of piles, and soil compaction. Structures include, but are not limited to, the Edwin Cope House (LOW.1996) to the southeast; the Vesper Boat Club (LOW.1997) to the northeast; and the Lowell Motor Boat Club (LOW.1998) to the northwest. 11. Crack gauges shall be installed across existing cracks identified during the pre- construction survey, and at locations approved by the Engineer. Crack gauges shall also be installed on new cracks identified during construction under the direction of the Engineer. 12. Deformation monitoring points shall include Shoring Monitoring Points (SMPs), Utility Monitoring Points (UMPs), and Building Monitoring Points (BMPs) installed to measure horizontal and vertical displacements. 13. Retain the services of a Geotechnical Monitoring Consultant and Surveyor to install, monitor, maintain, and report on instrumentation described herein. 14. Replace instrumentation damaged or made inaccessible by the construction operations at no additional cost to the Owner. 15. Provide timely notification to the Engineer of any movements noted that exceed the thresholds specified herein.

Quality Control The Independent Pre-Construction Survey Consultant performing the pre-construction condition surveys shall be a Registered Professional Civil/Structural Engineer registered in the Commonwealth of Massachusetts. The Consultant shall have at least five (5) years of experience and three (3) projects in performing pre-construction surveys for heavy civil construction projects similar to this project, including work in urban areas, and a record of performance in completing condition surveys of similar types of structures and buildings. The Contractor shall submit such qualifications for review and acceptance prior to beginning work.

The Geotechnical Monitoring Consultant shall be a Geotechnical Engineer registered in the Commonwealth of Massachusetts and shall have demonstrated at least five (5) years of experience and at least three (3) projects of similar type, size, and complexity including installation and monitoring of crack gauges, and vibrations with seismographs. The Geotechnical Monitoring Consultant shall be approved by the Engineer and must be approved at least two weeks prior to mobilization for major construction. The Geotechnical Monitoring Consultant shall adhere to all methods and standards described in this Specification.

A00801 - 279 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 998.991 (Continued)

The Contractor shall retain the services of a Surveyor to monitor the deformation monitoring points, which includes and is not limited to building, structure, utility, and ground monitoring points. The Contractor’s Surveyor shall be registered in the Commonwealth of Massachusetts and shall have demonstrated at least five (5) years of experience and at least three (3) projects of similar type, size, and complexity including installation and monitoring of surface vertical and horizontal displacement points at the level of precision specified herein. The Contractor’s Surveyor shall be approved by the Engineer and must be approved at least two weeks prior to major construction. The Contractor’s Surveyor shall adhere to all methods and standards described in this Specification.

The Contractor shall provide sufficient notice to the Engineer to allow the Engineer to be present to observe the Work. Cooperate with the Engineer in all respects to facilitate any testing or observations.

The Contractor may conduct additional testing or monitoring for its own information, at no additional cost to the Owner.

The presence of the Engineer (including observations, and review of data and reports) shall not relieve the Contractor of its sole responsibility to perform the work in accordance with the Contract Documents, nor shall they be construed to relieve the Contractor from full responsibility for the means and methods of construction and for safety on the construction site.

Work not in conformance with the specified requirements shall be improved, or removed and replaced, at no additional cost to the Owner.

Measure and report all data on movements of all deformation monitoring points to the nearest 0.01 ft.

Materials

Vibration Monitoring Construction vibrations shall be monitored by the Contractor in terms of peak particle velocity using a seismograph with continuous recording capability. The vibration sensors shall be capable of recording three (3) orthogonal components of vibration.

Seismographs shall be of the following: • Model Blastmate II or Blastmate III as manufactured by Instantel, Inc., Kanata (Ottawa), Ontario, Canada • Model SU 200ODK as manufactured by P.R. Berger & Associates, Warrandale, PA • Model VMS-500 as manufactured by Thomas Instruments, Inc., Spofford, NH • Model NC5310/D, as manufactured by Nomis Inc., Birmingham, AL • Or approved equal

A00801 - 280 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 998.991 (Continued)

A factory calibration shall be conducted on all seismographs at the manufacturer's facility prior to shipment. Calibration shall be conducted within 1 year of use. Each factory calibration shall include a calibration curve with data points clearly indicated, and a tabulation of the data. Each instrument shall be marked with a unique identification number.

Deformation Monitoring Vertical and horizontal control points shall be installed by the Contractor at least 100 feet from any pile driving, excavation, demolition or other construction activity. The control points shall be properly documented and referenced so that they may be reproduced, if needed.

Building Monitoring Points (BMPs) shall conform to the requirements provided herein or consist of a prism attached with epoxy. The BMPs shall be removed at the end of the work and the surfaces restored.

Shoring Monitoring Points (SMPs) shall consist of an observable point punch marked on the top horizontal surface of a steel member of the shoring system or a prism affixed to the surface.

Utility Monitoring Points (UMPs) shall conform to the requirements provided herein. Where indicated, UMPs may also consist of an observable point punch marked on the top horizontal surface of a manhole rim. The steel surface within 3 inches of the point shall be cleaned by wire brush to permit easy identification of the exact point. The point shall be clearly identified using fluorescent spray paint adjacent to the point.

The system shall be capable of monitoring movement with a measurement precision of plus or minus 0.01 feet. The contractor shall submit detailed information on the monitoring system to the Engineer for approval a minimum of 2 weeks prior to installation.

Crack Monitoring Provide a calibrated direct read building crack monitor consisting of overlapping glass or acrylic plates. The crack monitor shall be waterproof and weather resistant and shall be capable of being read to a resolution of 0.02 inch with a maximum horizontal range of at least 0.75 inch and a vertical range of at least 0.375 inch. The crack monitors shall be a device such as: • Standard Tell-Tale by Avongard Products of Waukegan, IL • Crack Monitor by East Palestine, OH • Standard Crack Gauge by Humboldt of Elgin, IL, • Or an approved equal.

For uneven surfaces, such as stone, pairs of flat washers should be used, with the distance between the washers measured with a caliper.

A00801 - 281 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 998.991 (Continued)

Inclinometers An inclinometer system shall be provided and it shall consist of, but not limited to, casing with couplings, end caps and spacers; probe, readout unit; and cable and pulley assembly consistent with the Manufacturers requirements.

Inclinometer casing shall be 2.75 inch outside diameter ABS plastic or approved equal with broached internal keyways, and twist tolerance better than one degree per 1-foot length. Couplings shall be of the non-telescoping type.

Probe shall be biaxial, consisting of two force balance accelerometers mounted at 90 degrees, with a 2-foot wheelbase. Probe shall be supplied in a carrying case.

The time interval between recordings 2 feet apart in the casing shall be such that the reading stabilizes to within plus or minus one unit of the readout display within 8 seconds. Readout unit shall include a battery charger.

Cable shall be 200 feet long, shall be sheathed with neoprene, and shall have vulcanized rubber markers, and an internal wire rope core. Minimum cable outside diameter shall be 0.4 inch.

Provide accessories, consisting of end caps, tools, and materials for attaching couplings and taking readings.

Surface protection shall have a diameter adequate to allow attachment of cable support assembly, or shall allow for an inclinometer casing extension while readings are being taken. The length of the inclinometer casing extension shall not vary by more than 0.05 inches.

Pre-Construction Condition Survey The Consultant or their representative shall make a detailed examination of the exterior of the above grade portions of the structures and surface areas from street level, and interior levels of the structures within the areas described herein.

The Consultant shall obtain the necessary permission from the property owners as may be required for access to the areas as necessary.

A00801 - 282 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 998.991 (Continued)

Detailed examination of the above grade structures and interior areas shall include documentation of exterior visual survey of the property, on-site improvements and plantings; detailed video inspection the exterior of building and interior areas; digitized color photographs of the interior/exterior showing visually evident structural faults, and including but not limited to: • Exterior façade and interior areas to not less than thirty (30) feet back from facade(s) facing the Work for structures indicated herein. • Location and size of cracks in interior and exterior walls, especially instances of cracked or missing plaster within the defined survey areas; • Damaged masonry or roofing within the defined survey areas; • Damaged windows or doorways within the defined survey areas; • Walls which are not vertical within the defined survey areas; • Damage to foundations, including interior/exterior; and tightness of fit of doors and windows in their respective jambs. • Sidewalks, paved areas, utility poles, stairways, patios and landscaped areas.

DVD video shall be taken as required indicating the existing conditions. Points where deterioration has occurred shall be noted on DVD video to show deterioration or other deficiencies. The absence of deficiencies shall also be recorded.

Interview the property owners regarding existing conditions and structural faults, and determine dates and extent of recent repairs.

The preconstruction surveys shall be done and approved before construction work begins, but no sooner than four (4) weeks before construction in the area, unless specified otherwise.

The Engineer shall review the draft reports, and may indicate additional information that is required. This information shall be included in the final report.

Geotechnical Instrumentation Contractor shall not install any instruments until the Owner and the Engineer have been notified and required submittals have been approved. Major construction activity shall not commence until instrumentation installed within the vicinity of the work are set up.

Installation Seismographs shall be installed at the locations described above prior to the start of any vibration-producing construction activities. Vibration sensors shall be firmly mounted on the surface of concrete or asphalt, or firmly set in undisturbed soil.

Deformation monitoring points (including BMPs and UMPs) shall be installed at the locations and within the limits as indicated on the approved Shop Drawings.

A00801 - 283 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 998.991 (Continued)

Shoring monitoring points (SMPs) shall be installed at 20 foot intervals along the top of each shoring wall to remain in place more than 48 hours.

Where necessary, the Contractor shall install the UMPs by the use of vacuum excavation exercising due diligence not to disturb or damage the utility being monitored and to minimize disruption and damage to adjacent areas. The Contractor shall be responsible for any damage to the utility during installation of the utility monitoring points. Drill casing may be used during the installation.

Crack gauges shall be bolted or epoxied to the surface across existing cracks or new cracks and at locations approved by the Engineer.

Inclinometers shall be installed at the locations and within the limits as indicated on the approved Shop Drawings. Inclinometers shall be install prior to the start of demolition. Inclinometer casing grooves orientation shall be aligned perpendicular and parallel to the abutments. After installation, the casing groove spiral shall not exceed one degree per 10 feet of length, the orientation of the grooves at the top of the casing shall be within 10 degrees of the planned orientation, and no part of the casing shall deviate from vertical by more than 4 percent of the depth of that inclinometer. After completion of installation, a post-installation acceptance test shall be performed to verify there is no grout in the inclinometer casing, that the groove orientation and verticality are correct, and that the inclinometer probe tracks correctly in all four orientations. Following completion and acceptance of the project, the inclinometers shall be backfilled with grout using tremie methods.

All monitoring instruments shall have the as-built horizontal location determined to an accuracy of 0.02-feet and the elevation to an accuracy of 0.01-feet for sight distances up to 300 feet.

Formal Initial Readings Contractor shall obtain formal initial readings (FIRs) on all installed instruments for use as the baseline reference for the instrument. Before establishing the FIR for each instrument, a minimum of three readings shall be performed that demonstrate that changes resulting from the installation process have ceased. The three readings demonstrating that the installation has stabilized shall be performed on different days and may be used to establish the FIR.

The FIR (background reading) for a seismograph shall be performed prior to any vibration producing construction activities to document background vibrations, and also at the start of vibration producing construction activities to establish the maximum energy which can be used without surpassing acceptable vibration and overpressure levels at nearby facilities. The Contractor shall notify the Engineer at least 24 hours prior to starting a new vibration-producing construction task. Monitoring during vibration producing construction activity shall consist of recording single component peak particle velocities, which shall be presented on a strip chart. Continuous monitoring and full waveform data shall be recorded and submitted. During all monitoring of vibration producing construction activities the Contractor shall document all events that are responsible for the measured vibration levels, and submit the documentation to the Engineer with the data.

A00801 - 284 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 998.991 (Continued)

The FIR for a deformation monitoring point will consist of the average of two survey measurements of elevation or horizontal offset with two independent set-ups. Where applicable, the initial readings shall be taken after allowing sufficient time for the grout or epoxy to set. Each reading other than the FIR shall consist of a single set of survey measurements. Reference all elevation readings to a deep benchmark. Reading accuracy shall be +0.02-feet horizontal and +0.01-feet vertical for sight distances up to 300 feet. Report elevations to the nearest 0.001 foot.

The Contractor shall obtain the FIRs on deformation monitoring points at least five days prior to the start of major construction work which may include demolition, installation of the temporary excavation support, excavation, backfill, or compaction operations.

An inclinometer reading is defined as a set of readings at 2-foot intervals throughout the casing, and a second set at 180 degrees from the first set. A formal initial inclinometer reading will be selected from three readings, involving six complete transverses from the casing. Each reading other than the formal initial reading shall be a single reading. Check sums (sum of two readings at the same depth but 180 degrees apart) shall be examined in the field. Except where obvious imperfections in the casing have affected the check sums, the standard deviation of A and B axis check sums over a 2-foot interval shall not exceed 0.0005 foot and 0.0010 foot, respectively.

Survey Requirements The survey contractor shall establish a minimum or two (2) benchmarks located at least 100 feet from the work. Surveys to monitor the deformation monitoring points shall be performed using double runs with two separate benchmarks.

The Surveyor shall provide data for each SMP, BMP and UMP for each set of readings.

Monitoring Vibration monitoring shall be performed during all vibration-producing construction activities which include, but are not limited to, demolition, excavation, installation and removal of support of excavation systems, pile during, backfilling, and compaction.

Deformation monitoring points shall be monitored for horizontal and vertical movement at a minimum twice weekly during all vibration-producing construction activities. During all demolition, excavation, backfill, and compaction activities, monitoring frequency shall be daily for all monitoring points located within 25 feet from the edge of the work.

Monitoring of new utilities shall commence immediately following the completion of installation of the utility, regardless of whether the utility is in service.

Crack Gauges shall be monitored at a minimum, daily during excavation, backfill, and compaction activities if the excavation is within 25 feet of the structure being monitored, unless otherwise directed by the Engineer. Monitoring frequency shall be at a minimum two times per week during all other construction activities unless otherwise directed by the Engineer.

A00801 - 285 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 998.991 (Continued)

Inclinometers shall be monitored twice a week during construction activities including, but not limited to demolition, excavation, installation of shoring and construction of new bridge superstrucures or decks. Monitoring shall continue once per week for four weeks following construction of the permanent structure unless otherwise directed by the Engineer.

Monitoring frequency may be increased as directed by the Engineer for some or all of the monitoring points if the threshold or limiting response values are approached or exceeded during the Work, at no additional cost to the Owner.

The Contractor shall immediately notify the Engineer and shall take immediate steps to control further movement by revising construction procedures, providing supplemental bracing or other measures. This work may require the Contractor to work extended hours, as approved, or temporarily terminating work in the area of movement, as required if any of the following occur: • Field measurements indicate that any of the "threshold" movement criteria are reached or exceeded. • Field measurements or observations indicate that significant or sustained movements, beyond those reasonably expected, are occurring; the total movement may be less than the "limiting" movement criteria.

The criteria for “threshold” and “limiting” response values are provided in the following table:

“Threshold” Instrument Monitoring “Limiting” Value Value Total vertical or horizontal 0.25 inches 0.5 inches BMP (1) movement Angular distortion (2) 1/1000 1/750 Total horizontal SMP 0.25 inches 0.5 inches movement Total vertical or UMP horizontal 0.25 inches 0.5 inches movement Crack Meter Change in crack size 1/8 inch 1/4 inch 0.25 inches 0.5 inches Horizontal Inclinometers cumulative lateral cumulative lateral movement deflection deflection. Crack Meter Change in crack size 1/8 inch 1/4 inch 0.3 inches per 0.5 inches per Vibrations in peak second at second at Seismograph particle velocity frequencies of 60 frequencies of 60 Hz or less Hz or less

A00801 - 286 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 998.991 (Continued)

Notes: Total movement is defined as the amount of movement since the FIR. Angular distortion is defined as the ratio of the differential elevation between any two points over the horizontal distance between those points. Incremental movement is defined as the amount of movement measured between two consecutive readings.

These criteria are intended to establish a minimum basis for the Contractor's design and procedures and do not relieve the Contractor of its responsibility for preventing detrimental movements and damage to adjacent structures, utilities or other work.

If "Limiting" movements are being approached or reached, the Contractor must temporarily terminate the work in the area where such movement is occurring and implement all necessary mitigation measures which are satisfactory to the Owner and Engineer, to arrest the movements, at no cost to the Owner. Work in the area where the “Limiting” values had been reached shall not be permitted until the mitigation plan has been followed.

In the event the Contractor does not comply with the approved mitigation or repair plans, or continues work in violation of threshold or limiting response values being reached or exceeded, the Contractor will be directed to stop work and shall not be allowed to continue work until proper mitigation procedures and corrections have been made as determined by the Owner and Engineer. No claims for schedule delays will be allowed due to a stop work direction due to the Contractor’s failure to comply with these requirements under this Item.

The Contractor shall protect all instruments during the course of the Work. Any damage or loss of function caused by the Contractors operations, or by any other cause, to new or existing instrumentation devices, shall be immediately repaired or the equipment replaced at no additional cost to the Owner.

Submittals The Contractor shall submit the following to the Engineer: 1. Qualification Data for the Independent Pre-Construction Survey Consultant, Geotechnical Monitoring Consultant, and Surveyor. 2. Three copies of the draft pre-construction reports for review and acceptance prior to the start of construction. Separate reports shall be submitted for each bridge with separate sections for each structure at that bridge. Each report shall include, as a minimum, the following: a. Location and description of on-site property and improvements; b. Results of visual inspection c. Sketches as required d. Results of interviews

A00801 - 287 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 998.991 (Continued)

3. Four copies of the final pre-construction surveys report for each bridge: one shall be delivered to the City of Lowell; two copies shall be delivered to MassDOT; and one copy shall be retained by the Consultant or the Contractor. Each copy of the final report shall include a copy of the DVD videos taken of the structures at that bridge with separate chapters for each structure. 4. Survey Control Plan shall include, but not limited to, the following: location of benchmarks with the ability to provide double run to ensure all points can be viewed for each set of reading, details on total station layout, monitoring system for the deformation monitoring points. 5. Shop Drawings for each bridge showing location and numbering system for all instrumentation shall be submitted to the Engineer at least two weeks prior to beginning of Major construction activities. The plan shall include as-installed locations and elevations of all instrumentation. 6. Subsequent survey data on all deformation monitoring points and vibration monitors by 8:00 AM the following day. A faster turnaround of data reporting may be required by the Engineer if threshold or limiting response values, as specified herein, are approached or exceeded. The Contractor shall install and monitor additional instrumentation that it deems necessary to ensure the safety of its work. The Engineer is not responsible for the safety of the work based on its review of the instrumentation data 7. Data from the deformation monitoring points (SMPs, BMPs, and UMPs) shall be tabulated and depicted graphically on plots and show incremental and cumulative movement since the start of monitoring. The table of survey results shall include the initial measurement, the current measurement, and the amount of movement since the FIR. For BMPs, the tables of survey results shall also include the measured angular distortion for the building or structures that are being monitored. Plots of the data shall show time along the horizontal axis and the amount of movement since the FIR on the vertical axis. 8. Plots of inclinometer data shall be cumulative change data, showing absolute horizontal deformation versus depth, and change data showing incremental deflection versus depth prepared using software provided by the Inclinometer supplier. The top of the inclinometer casing (excluding any extension length added for data collection) shall be used as a datum for depth measurement. Multiple plots shall be on the same sheet to provide a time history, each labeled with the date. Each plot shall include instrument numbers, station and offset. 9. Provide crack meter data showing absolute deformation versus time. 10. A mitigation plan prior to any excavation, installation of the excavation support system, or demolition. The mitigation plan shall detail the Contractor's course of action in the event threshold or limiting response values are met or exceeded. Such mitigation plan shall be revised as appropriate for each instance threshold and/or limiting values are reached.

A00801 - 288 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

ITEM 998.991 (Continued)

11. The Contractor shall prepare and submit to the Engineer a report detailing the monitoring activities and results at the end of each work week, regardless of whether or not any work was performed. If no monitoring was performed, the Contractor shall state the reason why monitoring was not performed. 12. At the completion of the project, submit As- Built Plans of the monitoring points, including final monitoring readings at each point.

The Contractor’s submittals shall be accepted by the Engineer prior to undertaking the work. The Contractor shall forward submittals in advance of work to allow for any re-submittals that may be required.

Basis of Payment Item 998.991 will be paid for at the contract unit price, Lum Sum. This price shall include all labor, equipement, materials, and any incidentals that may be required to complete the work.

*** End of Document ***

A00801 - 289 Massachusetts Department Of Transportation Highway Division Proposal No. 608420-101888

THIS PAGE INTENTIONALLY LEFT BLANK

A00801 - 290