<<

SPECIFICATIONS – JOB SPECIFIC INDEX SPECIFICATIONS – JOB SPECIFIC

CODE TITLE PAGE

105.02 Plans and Shop Drawings JS-1

108.01 Subletting of Contract JS-3

108.03 Prosecution and Progress JS-4

108.1000 Prosecution and Progress JS-5

109.06 Payment for Work JS-6

109.07 Partial Payment of Lump Sum Items JS-15

109.09 Acceptance and Final Payment JS-16

203.9901 Dewatering – Project Wide JS-17

212.1000 Maintenance and Cleaning of and Pollution Controls JS-23

601.9901 Integrally Colored JS-24

701 Water Mains and Appurtenances JS-26

702.9901 Sewer Bypass JS-45

702.9910 24 Inch PVC Sewer Pipe JS-47

800.9901 Railroad Avenue Bridge No. 354 JS-53

800.9902 Furnish and Deliver Composite Arch Bridge System JS-54

803.9901 Remove and Dispose Portions of Substructure JS-63

804.99 Micropiles JS-64

805.9901 Excavation Support JS-82

805.9902 Modular Wall JS-84

807.9901 Reconstruct Stone Masonry JS-92

809. Precast Concrete Spandrel Walls JS-93

817.9901 Base of Existing Footings JS-95

901.9903 Collapsible Bollard JS-97

JS-i INDEX SPECIFICATIONS – JOB SPECIFIC

CODE TITLE PAGE

906.9901 Precast Concrete Wheelchair Ramp Curb JS-99

907.1000 Dust Control JS-100

937.1000 Maintenance and Movement of Traffic Protection Devices JS-101

938.1000 Price Adjustments JS-102

943.0200 On-the-Job Training JS-103

L.02.1000 Seeding JS-108

T12.9901 Pole Mounted Construction Camera JS-109

JS-ii Date: 9/27/13 RICN: 2017-CB-059 Page 1 of 2

SECTION 105.02

PLANS AND SHOP DRAWINGS

Unless otherwise modified elsewhere in the Contract Documents, Section 105.02 of the Rhode Island Standard Specifications for and Bridge Construction is revised as follows:

Delete Subsection 105.02 PLANS AND SHOP DRAWINGS in its entirety and replace with the following:

105.02 PLANS AND SHOP DRAWINGS. Plans will show details of all structures, lines, grades, typical cross sections of the roadway, location and design of all structures and a summary of items appearing on the Proposal. Bridge plans will either show all dimensions and details necessary for complete construction or such information that when supplemented by additional field data gathered by the Contractor will enable the Contractor to prepare complete shop drawings.

The Contractor shall keep one set of Plans available at the site at all times, and shall provide approved shop drawings to the Engineer upon request.

All shop drawings shall be submitted in a timely fashion such that the Contractor’s accepted schedule will not be adversely impacted by the submittal process. Shop drawings shall consist of such detailed Plans as required to control the work that is not included in the Plans furnished by the Department. They shall include, but not be limited to, stress sheets, erection plans, false-work plans, sheeting plans, cofferdam plans, bending diagrams for reinforcing steel or any other supplementary plans or similar data required of the Contractor. All shop drawings submittals shall be complete, incorporating all associated components of work so affecting the item for which the shop drawing is submitted. The Contractor is solely responsible for the completeness of all submissions. Incomplete shop drawings will be returned to the Contractor for resubmission.

The Contractor shall submit eight (8) sets of shop drawings to the Engineer and two sets simultaneously to the Design Consultant. Shop drawings shall be accompanied by eight (8) sets of design computations, cuts from manufacturers' catalogs, and/or all other supporting technical bulletins and data. The submission to the Design Consultant shall be by courier or overnight delivery. The Design Consultant for this project is:

Gordon R. Archibald, Inc. 200 Main Street Pawtucket, Rhode Island 02860 Attention: Wayne C. Singleton, P.E. Phone: 401–726-4084 Office Hours: 8:00 AM – 4:30 PM

JS-1 Date: 9/27/13 RICN: 2017-CB-059 Page 2 of 2

Engineering shop drawings and design computations shall be stamped only by a Rhode Island Registered Professional Engineer. The stamping of Plans for professional design shall be in accordance with the applicable requirements of the Rhode Island Board of Registration for Professional Engineers, or other Boards of Professional Registration, as applicable.

Within forty-five (45) calendar days of submission, all shop drawings will be reviewed by the Engineer and returned to the Contractor for appropriate action. The forty-five (45) calendar day time frame starts with the submission of the eight (8) sets of shop drawings to the Engineer.

Shop drawings that are found to be erroneous, lacking information necessary to control construction, or not in conformance with accepted design criteria will be disapproved and returned to the Contractor. The Contractor shall address the Engineer's comments and resubmit revised shop drawings and/or design computations.

Shop drawings must be approved by the Engineer prior to commencement of the work involved. Such review and approval does not relieve the Contractor of any responsibility under the Contract for the successful completion of the work to the satisfaction of the Engineer. The Engineer's responsibility is solely for the limited purpose of reviewing and approving the shop drawings for general conformance with the design intent of the project and general compliance with the information given in the Contract Documents. The Contractor retains sole responsibility for the accuracy of calculations; for confirming and correlating all quantities and dimensions; for selecting fabrication processes and techniques of construction; for means and methods of construction; for coordinating work with all other work; and for performing all work in a safe and satisfactory manner. There shall be no claims for additional payment by the Contractor, nor will there be an extension of the project Completion Dates for any corrective actions necessary as a result of shop drawing errors and omissions.

Each and every copy of the shop drawings and data shall bear the Contractor's stamp showing that they have been checked and that the Contractor has determined and verified all materials, field measurements and field construction criteria related thereto, and has checked and coordinated the information contained within this submittal with the requirements of the Contract Documents and as required with all trades and all public agencies involved. Sole responsibility for the shop drawings shall remain with the Contractor. Each Contractor’s stamp shall be signed by the responsible authorized representative of the Contractor. Shop drawings submitted to the Engineer without the Contractor's stamp and signature will be considered incomplete and returned to the Contractor for conformance with this requirement.

There shall be no claims for additional payment by the Contractor, nor will there be an extension of the project Completion Dates for delays resulting from resubmissions due to incomplete shop drawings; for the time taken by the Contractor to submit revised shop drawings caused by an erroneous submission; or by a previous submission either lacking the information necessary to control construction; or for not conforming to accepted design criteria. In addition, the time taken by the Engineer to review the revised shop drawings will not constitute justification for an extension of the project Completion Dates.

The Contract price will include the cost of furnishing all shop drawings.

JS-2 Date: 06/20/14 RICN: 2017-CB-059 Page 1 of 1

Replace Subsection 108.01; Subletting of Contract, page 1-56 of the Standard Specifications for Road and Bridge Construction (Amended 2013) in its entirety with the following.

SECTION 108

PROSECUTION AND PROGRESS

108.01 SUBLETTING OF CONTRACT. The Contractor shall not sublet, sell, transfer, assign, or otherwise dispose of the Contract or any portion thereof, or of its right, title, or interest therein, without written consent of the Engineer. If the Engineer gives such consent, the Contractor will only be permitted to sublet a portion thereof. The Contractor shall perform with its own organization work amounting to not less than 40 percent of the adjusted contract cost. The adjusted contract cost is the total contract cost less the total cost of subcontract specialty items listed in the Proposal. Specialty Items are defined in Subsection 101.63.

No subcontracts or transfers of Contract shall relieve the Contractor of liability under the Contract and Bonds. A copy of written agreements with subcontractors must be submitted when making application to sublet any work under the Contract. The Contractor shall not require or withhold retainage from subcontractors. Furthermore, no agreements between the Contractor and its subcontractors or vendors shall create any "third party" relationships between said subcontractors or vendors and the State.

The Contractor shall provide written notice to, and obtain prior written consent from the Engineer, before allowing any subcontractor to sublet any portion of its work to a lower-tier contractor.

JS-3 Date: 9/27/13 RICN: 2017-CB-059 Page 1 of 1

SECTION 108.03

PROSECUTION AND PROGRESS

In accordance with Section 108.03, PROSECUTION AND PROGRESS, Para. a., General Requirements, 1 Project Schedule Program the Schedule Level for this contract is Schedule Level B.

Replace Subsection 108.03, PROSECUTION AND PROGRESS, Para. a., General Requirements, 2 Software with the following:

108.03. a. 2 Software

The software used to generate the CPM Schedule shall be Primavera Contractor, Version 6.1; or P6 Version 7 or 8. The contractor shall purchase and maintain a valid software maintenance agreement for each license of software necessary to produce and maintain the Project Schedules. Unless specified elsewhere in the Contract Documents, the Contractor shall comply with the terminology defined by the Primavera Project Management Manual

JS-4 Date: 8/28/17 RICN: 2017-CB-059 Page 1 of 1

CODE 108.1000

PROSECUTION AND PROGRESS

In accordance with Section 12.108.08, Failure to Complete on Time, Para. a., Phased and Interim Completion the following defines the Phase and Interim Completion Dates and Associated Liquidated Damages:

Completion Date 1: Bridge Closure Period: 120 calendar days

The Contractor will be allowed a maximum period of one hundred twenty (120) consecutive calendar days to fully close the bridge. Completion will be considered the point at which all work is substantially complete in accordance with Section 101.71.

Liquidated Damages: $1,500 per calendar day.

Substantial Completion: May 3, 2019

All work shall be completed.

Liquidated Damages: $1,500 per calendar day.

There will be no waiver of Liquidated Damages through the Winter Shutdown.

JS-5 Date: 6/02/17 RICN: 2017-CB-059 Page 1 of 9

109.06 PAYMENT FOR WORK.

a. General. The Department will make payment for Work before the Project is accepted and final payment is made. These payments for Work will be processed via progress payments. In order to receive a payment for Work, the Contractor shall prepare an invoice in accordance with Subsection 109.06 paragraph (c.), Invoice for Payment for Work. The Department may suspend progress payments if the Contractor does not comply with the Engineer’s directions or written orders. The Department will notify the Contractor, whenever progress payments will be suspended.

Processing of progress payments for Work prior to the Department’s acceptance and final payment of the Work does not constitute the Department’s acceptance of the Work, and does not relieve the Contractor of responsibility for the Work which includes but is not limited to:

1. Protecting, repairing, correcting, maintaining, or renewing the Work where necessary to meet Contract requirements before acceptance.

2. Replacing or repairing all defective Work or materials used in the construction of the Work and repairing all damage to other work or materials whose damage is attributable to such defective Work or materials.

3. All defects or damage that the Engineer may discover on or before the engineer’s acceptance and final payment of the Work. The Engineer is the sole judge of these defects or damage.

b. Frequency. The Department will make Monthly progress payments in accordance with established Department procedures. Progress payments will be subject to a 5 percent retainage.

Retainage will be released incrementally in accordance with Section 105.16 and the Department’s Release of Retainage Procedures.

c. Invoice for Payment for Work. The Contractor shall submit a weekly invoice for payment of Work completed. The Contractor shall utilize invoice forms supplied by the Department and shall complete the forms including a certification for payment in accordance with the instructions contained thereon.

d. Invoice for Partial Payment for Materials, Supplies, and Equipment. The Engineer may allow invoicing as provided above and permit partial payments for those materials, supplies, and equipment delivered to an approved location but not yet incorporated into the Work.

Payment for materials, supplies and equipment furnished at an approved site but not yet

JS-6 Date: 6/02/17 RICN: 2017-CB-059 Page 2 of 9

incorporated into the Work will not exceed the lesser of the following amounts.

1. 100 percent of the cost incurred by the Contractor, or

2. 80 percent of the value calculated by multiplying the quantity of the item delivered by the unit price for the corresponding item in the Bid Schedule.

For verification of costs, the Contractor shall provide the Engineer with an original paid invoice for the furnished materials, supplies or equipment within thirty (30) days after receiving the partial payment. Otherwise, the amount of the partial payment will be deducted from subsequent invoices.

The Engineer will not approve any payment for perishable plant materials until such plant materials are planted as specified in the Contract

e. Engineer’s Review of Contractor’s Request for Payment for Work and Request for Partial Payment for Materials, Supplies, and Equipment. Upon receipt of the Contractor’s invoice, the Engineer will review the invoice and may approve or reject payment or portions thereof. The Engineer will notify the Contractor in writing of any modifications and/or rejection of the invoice. Modifications and reasons for the change will be made to the Excel spreadsheet in the columns provided. In the case of a rejection, the Engineer will request that the invoice be resubmitted. f. Release of Retainage. Retainage will be released when all items on the punch list and the required documentation have been addressed to the satisfaction of the Engineer.

JS-7 Date: 6/02/17 RICN: 2017-CB-059 Page 3 of 9

Procedures for Section 109.06 Payment for Work

The Contractor shall prepare an invoice to apply for a payment for work completed. The Contractor shall utilize the Request for Payment templates supplied by the Department including the following attachments: A. Detailed Invoice - This detailed invoice shall be submitted in both hard copy and Excel® and include the following information: a. The date of the invoice. b. The Project Name and State and Federal Project Numbers. c. The Contract Item number(s) - for which the Contractor is seeking payment as they appear in the Contract Proposal. d. The Contract Item name or names for which the Contractor is seeking payment as they appear in the contract proposal. e. The date(s) each Contract Item was performed. f. Name of Contractor/ Subcontractor that performed the work. g. The location(s) where the Work associated with each Contract Item was performed, cross referenced to the location(s) shown in the Distribution of Quantities. h. Invoiced Item Quantities: The quantity of each Contract Item performed by date and by location since the previous invoice. For Lump Sum Items, the Contactor shall provide the percentage of work completed since the previous invoice. Prior to start of work the contractor shall submit a Lump Sum Item Breakdown for the Engineer's review, acceptance and allocation of payments for the Item in accordance with section I 09.07 of the Standard Specifications. i. All calculations shall conform to the Method of Measurement and Basis of Payment portions of the appropriate Item Code(s). Documentation shall- include, but is not limited to, backup calculations, measurements, sketches, information etc. i. Cumulative Item Quantities: A cumulative total of the quantities performed for each Contract Item including this request. j. Bid Prices: The Contract Price for each Contract Item, for Unit Bid Items and Lump Sum Bid Items as applicable, shall be listed for each item being invoiced. k. Extended Prices: Calculate the extended price of each item being invoiced in this request. For Unit Bid Items, this is to be calculated by multiplying each item quantity completed for this invoice by its Contract Unit Bid Price (i.e., Extended Price $ = Qty Invoiced x Unit Bid Price). For Lump Sum Items, this is to be calculated by multiplying each item by the percentage of its work completed for this invoice by its Lump Sum Bid Price (i.e., Extended Price$ = %Complete-This- invoice-period x Lump Sum Bid Price). l. Total Invoice Price: Sum all extended prices calculated in step 11 and report this amount as the total amount being invoiced under this request.

JS-8 Date: 6/02/17 RICN: 2017-CB-059 Page 4 of 9

B. Certificates of Compliance -A list of the certificates of compliances attached or that have been submitted to the Department and date submitted for the work that is listed on the invoice in accordance with Section 106.04. "Certification of Compliance." C. Certified Payrolls - A list of the certified payrolls attached or that have been submitted to the Department and date submitted for the work that is listed on the invoice. List all outstanding payrolls yet to be submitted by week ending date and contractor\subcontractor.

D. Subcontractor Payments - A list of all payments (including all retainage payments) made to date to subcontractors for amounts previously billed and paid by the State for the related project.

E. Extra Work- A list of Potential Extra Work (including date Extra work Identified, who performed the extra work, Issue Description, Why is this request considered Extra work, value.

F. EEO Certification - A statement that all EEO documentation has been submitted as required by the Contract. General - Outstanding or missing documentation for Items A through F above will be a basis for rejection and/or modification of the Request for Payment. Please also note that a final set of as- built plans is also required in accordance with Section 934.03.3 h. Field Control and Construction Layout.

Please see attached for examples of each attachment. The Department also has an Excel file that can be used as a template that can be made available for use upon request.

JS-9 Date: 6/02/17 RICN: 2017-CB-059 Page 5 of 9

JS-10 Date: 6/02/17 RICN: 2017-CB-059 Page 6 of 9

JS-11 Date: 6/02/17 RICN: 2017-CB-059 Page 7 of 9

JS-12 Date: 6/02/17 RICN: 2017-CB-059 Page 8 of 9

JS-13 Date: 6/02/17 RICN: 2017-CB-059 Page 9 of 9

JS-14 Date: 1/11/11 RICN: 2017-CB-059 Page 1 of 1

CODE 109.07

PARTIAL PAYMENT OF LUMP SUM ITEMS

Section 109.07 of the Standard Specifications for Road and Bridge Construction is replaced in its entirety with the following:

109.07 PARTIAL PAYMENT OF LUMP SUM ITEMS. Each bi-weekly period the Engineer and the Contractor will consult and subsequently agree on the progress of work performed under those lump sum items indicated in the Bid Schedule. Partial payments for the completed and accepted portions of such work will be made to the Contractor based on the Engineer’s estimate of the value of said completed work.

Prior to award of the Contract, or in any case within ten (10) calendar days after the date of the Notice of Award, the Contractor shall submit to the Engineer for approval two copies of the breakdown of each lump sum bid item that appears in the Bid Schedule, (excluding the Mobilization item). The breakdown shall consist of the Contractor’s quantities, the unit prices and the units of measurement used in preparing the bid. All other additional costs (such as engineering, shop drawings, , equipment, etc.) to complete those items of work shall be included and distributed in the breakdown of those listed items. For other lump sum items not identified on the Plans, the Contractor shall provide a breakdown of the various items that constitute the respective lump sum work items.

The Engineer will use the Lump Sum breakdowns submitted by the Contractor if they fairly represent the cost of the various items of work. If, in the opinion of the Engineer, the prices submitted by the Contractor do not fairly represent the cost of the various items of work, the Engineer may substitute other prices that do fairly represent the cost of such work.

JS-15 Date: 06/20/14 RICN: 2017-CB-059 Page 1 of 1

Replace Subsection 109.09; Acceptance and Final Payment, pages 1-84 and 1-85 of the Standard Specifications for Road and Bridge Construction (Amended 2013) in its entirety with the following.

SECTION 109

MEASUREMENT AND PAYMENT

109.09 ACCEPTANCE AND FINAL PAYMENT. When the project has been accepted as provided in Subsection 105.17, the Engineer will prepare the final estimate of work performed. If the Contractor approves the final estimate or files no claim or objection to the quantities therein within 30 days of receiving the final estimate, the Department will process the estimate for final payment. With approval of the final estimate by the Contractor, payment will be made for the entire sum found to be due after deducting all previous payments and all amounts deducted under the provisions of the Contract.

If the Contractor files a claim in accordance with Contract requirements, it shall be submitted in writing in sufficient detail to enable the Engineer to ascertain the basis and amount of such claim. Upon final adjudication of the claim, any additional payment determined to be due the Contractor will be placed on a supplemental estimate and processed for payment.

All prior partial estimates and payments will be subject to correction in the final estimate and payment.

JS-16 Date: 10/12/17 RICN: 2017-CB-059 Page 1 of 6

CODE 203.9901

DEWATERING – PROJECT WIDE

DESCRIPTION

The work under this item shall be in accordance with Section 203 of the Rhode Island Department of Transportation Standard Specifications for Road and Bridge Construction except as modified herein.

This work shall consist of:

1. Dewatering as necessary, in excavations for all demolition and construction, within all temporary earth retaining structures, water retention barriers, utility construction, and for any and all other work requiring Dewatering project wide. Dewatering may be required during high river flow events, to facilitate installation of spandrel walls, modular walls, and backfill installation.

2. Designing, providing, installing, operating, maintaining, and subsequently removing temporary Dewatering systems that shall perform the following functions:

a. Lower water levels or hydrostatic pressure heads in the within the excavation limits to a minimum of at least 2 feet below excavation level.

b. Maintain a dry and stable subgrade and/or work area and prevent piping, boiling or detrimental saturation of the excavation base.

c. Divert surface water away from excavations and all other work areas on the project.

d. Control and remove seepage, surface water, and precipitation in excavations and/or work areas.

e. Prevent disturbance of adjacent structures due to the Dewatering.

f. Provide sedimentation control to reduce total suspended solids in effluent prior to discharge.

The Contractor shall comply with all requirements of federal, state, and local permits.

MATERIALS

There are no additional material requirements.

JS-17 Date: 10/12/17 RICN: 2017-CB-059 Page 2 of 6

CONSTRUCTION METHODS

1. Submittals: The following submittals shall apply to Dewatering and shall be made by the Contractor for review and approval by the Engineer prior to the start of Dewatering. The Contractor shall conform to all submittal requirements of the Contract (Special Provision Code 105.02), including submitting the information specified herein to the Engineer.

The Contractor shall submit the following information:

a. The qualifications of the Dewatering Contractor. The Dewatering Contractor shall have a minimum of 10 years of experience in installation, operation, and maintenance of Dewatering systems including, but not limited to, well point systems and sedimentation systems.

b. The Contractor’s Designer shall be a Professional Engineer registered in the State of Rhode Island. The qualifications of the Professional Engineer responsible for designing the Dewatering systems and for monitoring on a regular basis the performance of the system during operation. The Contractor’s Professional Engineer shall have a minimum of 10 years of relevant experience in designing Dewatering systems.

c. Shop drawings showing the proposed types and details of the surface water control, Dewatering systems (including but not limited to well details, well screen openings, and filter pack materials), observation well locations, sedimentation tank to be used, and discharge systems. Complete back-up system as required under Section 2p shall be included.

The shop drawings shall include the arrangements, sizes, capacities, plan locations and depths of the proposed systems, a complete description of equipment and materials to be used and the procedure to be followed in installation, operation, maintenance and removal in relation to the proposed sequence of excavation, demolition, foundation construction and backfilling; the standby equipment and standby power supply; and the proposed Dewatering effluent discharge locations and their relationship to sediment control facilities and water disposal points.

d. The design and details of the on-site sedimentation control structures and associated piping, including calculations, supporting technical information, and a schedule for cleaning the sedimentation control structures.

e. Design calculations documenting that the dewatering system can handle all seepage into the excavation and will prevent piping or boiling of the excavation subgrade.

f. The anticipated peak and average Dewatering rates.

g. The proposed methods for removing the Dewatering system elements, including methods to ensure that no significant ground movements will occur as a result of extraction that

JS-18 Date: 10/12/17 RICN: 2017-CB-059 Page 3 of 6

could adversely impact any completed structures. If deemed necessary, the Contractor shall describe locations of, or conditions under which Dewatering systems will be left in place, including proposed cutoff levels and methods for grouting the wells or well points.

Prior to any discharge of Dewatering effluent, the Contractor shall provide a one-week advance notice to the Engineer.

2. Design and Performance Criteria:

General:

a. The methods of controlling water, inside and outside the work area being dewatered, are the option of the Contractor who shall be solely responsible for the design, operation, performance, location, arrangement, and depth of any system or systems selected to accomplish the work. Equipment shall be of suitable size, capacity and type to perform Dewatering and to maintain dry and stable working surfaces, and to pump, store, manage, treat and discharge the Dewatering effluent.

b. The Contractor shall adapt and modify the Dewatering and sedimentation treatment system(s) as required throughout the course of the work to meet the requirements of the work.

c. The Contractor shall maintain site, construction Dewatering equipment, and subsurface in an acceptable manner during the course of the work. The Contractor shall maintain site grades to direct surface runoff to collection points and shall prevent surface water from running or collecting over prepared subgrades, fill surfaces, or the work area being dewatered. The Contractor shall collect and discharge surface water, seepage, precipitation, groundwater and other water that enters work areas being dewatered. No standing water shall be allowed to accumulate in excavations or work areas being dewatered.

d. The Contractor shall install observation wells, as approved by the Engineer, in order to monitor the effectiveness of the dewatering system.

e. The Contractor shall dewater to allow installation of temporary excavation support elements without loss of ground or unacceptable ground movements.

f. The Contractor shall minimize impacts to water levels outside the site limits at all times during construction.

g. The Contractor shall dewater such that all construction and demolition is conducted “in- the-dry”, unless otherwise stated. “In-the-dry” shall be construed to mean without standing water or saturated conditions that may interfere with construction operations and the successful completion of the work.

JS-19 Date: 10/12/17 RICN: 2017-CB-059 Page 4 of 6

h. The Contractor shall take measures to prevent damage to properties, buildings or structures, utilities, and all other existing and newly constructed work. i. The Contractor shall be aware that the subgrade underlying portions of the existing bridge foundation likely consists of borrow which, given its high hydraulic conductivity (permeability), will impact the amount of seepage into the excavation. The Contractor shall include as part of their dewatering methods and means, design calculations documenting that the selected dewatering system(s) can handle this seepage and prevent piping into the excavation. j. The Contractor shall modify the system(s) at no additional cost to the State if, after installation and while in operation, it causes or threatens to cause damage to properties, buildings or structures, utilities, and all other existing or newly constructed work, or otherwise does not perform as required. k. The Contractor shall repair damage to any utility, structure, and/or facility resulting directly or indirectly from Dewatering activities, including inadequate performance of such systems, to the satisfaction of the Engineer at no additional cost to the State. l. The Contractor shall manage construction Dewatering effluent on-site provided that the on-site discharge of the effluent does not result in erosion and off-site surface runoff, and/or damage any on-site construction. m. The Contractor shall include Dewatering basins in the system design, and the Contractor shall be responsible for implementing appropriate measures and/or using appropriate equipment to capture, remove, and dispose of suspended solids. The Contractor shall be responsible for providing a treatment system to effectively handle the expected flows. n. The Contractor shall comply with all federal, state, and local codes, ordinances and regulations for all discharge water and for sediment control. o. The Contractor shall maintain continuous and complete effectiveness of Dewatering systems and surface water control 24 hours per day, 7 days per week at all times until no longer required. p. The Contractor shall maintain and employ adequate back-up equipment, Dewatering system components, and power in the case of equipment breakdown. The Contractor shall devise emergency procedures for maintaining continuous, uninterrupted Dewatering operations. The Contractor shall regularly check the back-up equipment for proper operation at the start of the work and every week thereafter.

JS-20 Date: 10/12/17 RICN: 2017-CB-059 Page 5 of 6

3. Dewatering System:

a. The Contractor shall provide, install, maintain and operate pumps, wells, and related equipment of sufficient capacity to adequately dewater excavations or work areas until the required construction, installation, and backfilling of underground structures are completed to a level at which the construction is no longer impacted, as approved by the Engineer.

Dewatering systems may include gravity wells, vacuum wellpoints or open pumping from sumps and/or drainage trenches, or a combination of such systems and seepage cutoff walls, depending upon location on-site, and/or conditions. All sumps shall include a properly designed filter or filter fabric, or other acceptable materials to prevent the migration or pumping of fine-grained materials and subgrade disturbance.

Sedimentation basins shall be of sufficient size and capacity to handle the Dewatering flows and to reduce suspended materials in the Dewatering effluent.

b. The Contractor shall maintain water levels or hydrostatic pressure heads at least 2 feet below excavation and fill subgrades or greater as may be necessary to maintain an “in- the-dry” stable work area and/or subgrade, whichever is deeper, continuously, 24 hours per day.

Dewatering operations shall prevent loss of fine materials into bedding, piping, boiling up of trench and excavation bottoms, or other disturbances that may cause subsidence or loss of strength of the underlying natural soils.

If requested by the Engineer, the Contractor shall excavate all soils made unsuitable due to inadequate Dewatering or disturbance by construction operations and replace the unsuitable soils with compacted fill, to the satisfaction of the Engineer at no additional cost to the State.

If the Dewatering procedures result in boiling, loss of fines, ground instability, uncontrolled flow, or other detrimental effects, the Contractor shall immediately notify the Engineer of these unsuitable conditions. The Contractor shall be required to modify its operations or take other supplementary measures to correct the situation as approved by the Engineer at no additional cost to the State.

c. When installing sewer manholes, or other structures that are subject to buoyant forces, the Contractor shall maintain Dewatering operations until sufficient structure dead weight or backfill is placed to resist uplift forces.

d. Permanent utilities and piping shall not be used as part of Dewatering system(s).

e. The Contractor shall remove and backfill Dewatering elements when they are no longer required, using methods acceptable to the Engineer. The Contractor shall backfill any

JS-21 Date: 10/12/17 RICN: 2017-CB-059 Page 6 of 6

voids resulting from Dewatering system removal with grout, concrete, or other material as directed by the Engineer to prevent potential loss of ground.

f. The Contractor shall inform the Engineer in writing of any changes in the Dewatering System that the Contractor wishes to make to accommodate field conditions prior to making the changes.

g. The Contractor shall discharge Dewatering effluent to the designated Sedimentation Basins as shown on the plans.

h. The Contractor shall provide access to the Dewatering system(s) at all times to facilitate obtaining samples before and after discharge at the request of the Engineer.

i. The Contractor shall ensure that the Dewatering effluent contains no hazardous materials at concentrations sufficient to cause a sheen or other visual/olfactory evidence of contamination in the receiving discharge system. If such conditions occur in the receiving system due to discharge from the Site, the Contractor shall immediately notify the Engineer and discontinue the discharge until the system can be modified to the satisfaction of the Engineer in accordance with all applicable federal, state and local regulations and permits.

METHOD OF MEASUREMENT

This item does not require a measurement for payment.

BASIS OF PAYMENT: Item Code 203.9901 “Dewatering-Project Wide” will be paid for at the contract Lump Sum price as listed in the Proposal. The price so stated shall constitute full and complete compensation for all labor, materials, design, tools and equipment, and all other incidentals required to complete the work as described in these Special Provisions and elsewhere in the Contract Documents, complete in place and accepted by the Engineer.

Payment for Dewatering basins is under item 208.0100.

JS-22 Date: 6/20/2013 RICN: 2017-CB-059 Page 1 of 1

CODE 212.1000

MAINTENANCE AND CLEANING OF EROSION AND POLLUTION CONTROLS

DESCRIPTION:

Subsection 212.03.3; Failure to Maintain Erosion and Pollution Controls, of the Standard Specifications requires that a daily charge be deducted from monies due the Contractor in the event the Engineer decides that erosion and pollution controls are not in place or have not been adequately maintained.

The contractor shall be held responsible for any and all cost associated with fines and cleanup activities, over and above the penalty assessed herein resulting from contractor failure in this regard.

For each violation the charge for this Contract will be: $1,000.00 per day.

JS-23 Date: 9/20/17 RICN: 2017-CB-059 Page 1 of 2

JOB SPECIFIC

CODE 601.9901

INTEGRALLY COLORED CONCRETE

DESCRIPTION. This work shall consist of furnishing concrete to which an approved coloring agent has been added complete and in place, as shown on the Plans and as directed by the Engineer. The concrete shall be of the class specified in the Plans and as approved by the Engineer.

MATERIALS. All concrete material components shall be in accordance with Section M.02 of the RIDOT Standard Specifications for Road and Bridge Construction, Amended 2010, with all revisions, except as modified under this specification.

Coloring Agent. Coloring agents for integrally colored concrete shall meet the requirements of ASTM C979 and be approved by the Engineer. Coloring agents shall be used in accordance with the manufacturer’s recommendations. The concrete color for Portland cement concrete Spandrel Walls shall be a warm-toned gray matching Winter Beige No. 6063 manufactured by L.M. Scofield Co., or be an approved equal, subject to the approval of the Engineer.

Form Release Agent. The Contractor shall use a material/method recommended by the coloring agent manufacturer for facilitating form release that will not cause discoloration, staining, etc. of the concrete, subject to the approval of the Engineer.

CONSTRUCTION METHODS. Construction methods shall conform to the applicable section of the RIDOT Standard Specifications for Road and Bridge Construction, Amended 2010, with all revisions, except as otherwise provided in these Specifications.

The Contractor shall observe any special treatments required for surfaces to which this concrete is cast, as detailed on the Plans, as directed by the Engineer and/or as called for elsewhere in these Specifications.

Color Modified Concrete Mix Design and Approval Process. Proportioning and testing of the concrete components and mixture shall be accomplished by using the methods outlined in Section 601 of the RIDOT Standard Specifications for Road and Bridge Construction, Amended 2010, with all revisions. The Contractor shall proportion the concrete mix including the coloring additives and finishing methods to obtain the desired color and texture while meeting the appropriate mixture classification requirements of Tables 1 and 2 of Section 601 of the RIDOT Standard Specifications for Road and Bridge Construction, Amended 2010, with all revisions.

JS-24 Date: 9/20/17 RICN: 2017-CB-059 Page 2 of 2

The following information shall be added in addition to the requirements listed in Section 601 of the RIDOT Standard Specifications for Road and Bridge Construction, Amended 2010, with all revisions, to be included in the laboratory test data report:

1. Coloring Agents 2. Form Release Agents 3. Special finishing methods used to obtain the desired concrete texture.

Prior to performing the concrete field trial runs the Contractor shall submit to the Engineer the proposed mix design(s) and one concrete prototype (1’ x 1’ x 3” min.) for each concrete classification and color/finish specified. The intent of the prototype is to demonstrate that the sample can meet the requirements for the specified concrete classification while providing the specified color. The cured prototype shall be submitted to the Engineer sufficiently in advance of production to allow for review and approval of the color of the concrete. The Contractor shall be required to submit additional prototypes as necessary to demonstrate that the sample can meet the project requirements, should previous samples be rejected.

Trial Run. After the concrete mix design and prototype(s) provided by the Contractor have been reviewed and approved by the Engineer and no exception taken, the Contractor shall conduct a trial run in accordance with the requirements listed in Section 601 of the RIDOT Standard Specifications for Road and Bridge Construction, Amended 2010, with all revisions. Prior to production, the Contractor shall conduct the trials in an off-site location using the submitted mix design and any specially approved component materials including admixtures, aggregates, color additives, finishing and curing techniques necessary to produce concrete of the specified plasticity, workability, air content, compressive strength, color, texture and any other specified concrete property.

When all specified concrete parameters have been attained, including color and texture, the Engineer, in consultation with the RIDOT Historic Preservation Specialist, will approve the proposed mix design, color and texture for production.

Curing. All curing procedures and methods shall be completed according to the color additive manufacturer’s recommendations and as specified in Section 601 of the RIDOT Standard Specifications for Road and Bridge Construction, Amended 2010, with all revisions, or as otherwise directed by the Engineer.

METHOD OF MEASUREMENT. “Integrally Colored Concrete” will not be measured separately for payment.

BASIS OF PAYMENT. “Integrally Colored Concrete” will not be paid for separately. All costs associated with carrying out the requirements of these specifications will be considered incidental to the respective items listed in the proposal.

JS-25 7/27/2017 RI Contract No. 2017-CB-059 Page 1 of 19

JOB SPECIFIC CODE 701

WATER MAINS AND APPURTENANCES

DESCRIPTION: Work under this item shall consist of the installation of a six-inch (6”) water main on the new Railroad Avenue Bridge No. 354 and approaches as shown on the plans or as directed by the Engineer.

WORK INCLUDED

A. Furnishing and installing D.I. water mains and fittings.

B. Furnishing and installing valves and miscellaneous appurtenances.

C. Testing and disinfection.

D. Furnishing and installing bridge crossing water main, supports, and appurtenances.

REFERENCE STANDARDS

A. ANSI A21.4/AWWA C104 - Cement Mortar Lining for Ductile Iron and Gray Iron Pipe and Fittings for Water.

B. ANSI A21.10/AWWA C110 - Gray Iron and Ductile Iron Fittings, 3" through 48", for Water and Other Liquids.

C. ANSI A21.11/AWWA C111 - Rubber Gasket Joints for Ductile Iron and Gray Iron Pressure Pipe and Fittings.

D. ANSI A21.51/AWWA C151 - Ductile Iron Pipe.

E. ASTM A126 - Gray Iron Castings for Valves, Flanges and Pipe Fittings.

F. AWWA C601 - Disinfecting Water Main.

G. AWWA C150 - Thickness Design for Ductile Iron Pipe

H. AWWA C500 Gate Valves, 3-inch through 48-inch

I. AWWA C509 Resilient-Seated Gate Valves

J. AWWA C550 Protective Interior Coatings for Valves and Hydrants.

K. ASTM B-209 – 22 Gauge Aluminum

L. AWS Welding Code JS-26 7/27/2017 RI Contract No. 2017-CB-059 Page 2 of 19

SUBMITTALS

A. Shop drawings and product data shall be submitted to the Engineer for review and approval. No water main materials shall be brought to the site without approval from the Engineer and Harrisville Fire District.

B. Submit manufacturer’s recommendations for pipe jointing and laying.

C. No later than two weeks prior to commencing operations, submit to the Engineer for approval a detailed plan of operations. Include equipment to be used, qualification of personnel, and method of attachment.

INSPECTION AND TESTING

A. All pipe and fittings shall be inspected and tested at the foundry as required by the standard specifications to which the material is manufactured. The Contractor shall furnish in duplicate to the Engineer sworn certificates of such tests.

B. In addition, the Owner reserves the right to have any or all pipe, fittings and special casting inspected and/or tested by an independent service at either the manufacturer's plant or elsewhere. Such inspection and/or tests shall be at the Owner's expense.

C. Pipes and fittings shall be subjected to a careful inspection and a hammer test just before being laid or installed.

MATERIALS:

GENERAL

A. All products included in this section shall conform to the requirements of the standard specifications referenced herein.

B. Pipe size shall be as shown on the Drawings.

C. All pipe materials and methods of jointing shall be as shown on the Drawings.

ACCEPTABLE MANUFACTURERS

A. Specifications: Based on equipment produced by the following manufacturers:

1. Class 52 DICL pipe.

2. TR Flex Ductile Iron Pipe – US Pipe.

3. Prefabricated Insulated Pipe – Tricon Piping Systems, Inc., Syracuse, NY represented by Insulted Piping Systems, Inc., 350 Lincoln Street, Suite 2400, Hingham, MA 02043 (781) 828-6340.

JS-27 7/27/2017 RI Contract No. 2017-CB-059 Page 3 of 19

B. Substitutions: Products of equal quality, function and performance may be proposed for substitution and must be approved by the Engineer and the Harrisville Fire District.

PIPE AND FITTINGS

A. Ductile Iron Pipe

1. Pipe shall be designed in accordance with AWWA C150 and shall conform to ANSI A21.51/AWWA C151, Class 52 and shall have push- on joints. Pipe shall be double cement-lined with seal coat inside and out, conforming to ANSI A21.4/AWWA C104. Push-on joints and rubber gaskets shall be in accordance with ANSI A21.11/AWWA C111.

2. Bridge Crossing Pipe – see bridge crossing materials section.

B. Pipe Fittings:

1. Fittings shall be compact ductile iron, 350 psi pressure rating, conforming to ANSI A21.53-88/AWWA C153 with mechanical joints. Joints and gaskets shall conform to ANSI 21.11/AWWA C111. Joints shall be furnished with ductile iron follower glands. Fittings shall be double cement-lined and seal-coated inside and out in accordance with ANSI A21.4/AWWA C104. Tees for hydrant branches and for stubs for future use shall have mechanical joints on the run with a plain end having an integral rotating gland on the branch. The gland will anchor mechanical joint pipe or valve ends to the plain end of the tee. Fittings shall be U.S. manufactured.

C. All ductile and cast iron pipe and fittings shall be clean, sound and without defects. The castings shall be smooth and free from pinholes, excess iron, etc. The coatings shall be continuous, smooth and neither brittle nor sticky.

D. The pipe manufacturer shall supply the Engineer with certificates of compliance with these specifications and certification that the ductile iron pipe has been tested at the foundry with the Ball Impression Test, Ring Bending or other approved test for ductility.

E. Joint restraining devices on all bends, tees, plugs and hydrants shall be Mega-Lug Series 1100 by EBAA Iron or approved equal. Restraining glands using set screws will not be accepted.

VALVES

A. Resilient Seated Gate Valves

1. Resilient seated gate valves shall be manufactured to meet or exceed the requirements to AWWA C-509 of latest revision. Valves shall have an unobstructed water way when fully opened equal in diameter to at least 1/4" greater than the nominal valve size. Valves shall have mechanical joint end. JS-28 7/27/2017 RI Contract No. 2017-CB-059 Page 4 of 19

2. All internal surfaces shall be coated with epoxy to a minimum thickness of 4 mils. Said coating shall be non-toxic, impart no taste to water and shall conform to AWWA C-550 of latest revision.

3. Valves shall be provided with two O-ring stem seals. Both O-rings shall be located above the thrust collar. The sealing mechanism shall provide a dual seal with zero leakage at the water working pressure when installed with the line flow in either direction, and shall consist of a cast iron gate having a vulcanized synthetic rubber coating with no rubber metal seams or edges in the water way when in the fully closed position.

4. All valves shall be seat tested at the rated working pressure in accordance with Section 6 of AWWA C-509. Valve shall be rated at 200 psi working pressure and 400 psi test pressure.

5. Valves shall open right.

B. Valve Boxes

1. Valve boxes shall be furnished for all valves and shall be made in American or North America. Shop drawings will be required for approval before delivery.

2. Valve boxes shall be standard cast-iron, asphalt coated, adjustable, sliding type, together with cast-iron covers with the word "water" plainly cast in relief on the top surface.

3. The bottom section shall have a minimum I.D. of 5-1/4-inches. The top section shall have a minimum diameter of 6-1/8-inches. There shall be a minimum 6-inch overlap between sections.

4. The bottom section shall be 36 inches in length for all gate valves. The top section shall be at least 26 inches in length and have a plain bottom. No three-piece combinations shall be acceptable.

5. Valve boxes shall be completely and thoroughly coated with bitumastic paint.

JS-29 7/27/2017 RI Contract No. 2017-CB-059 Page 5 of 19

BRIDGE CROSSING MATERIALS

A. Service Carrier Pipe:

Class 52 T.R. Flex 6” cement lined flexible restrained joint in accordance with ANSI/AWWA C151/A21-51 ductile iron pipe. Restrained joint pipe and fittings shall be designed for a water working pressure of 350 psi. Asphaltic outside and inside lining in accordance with ANSI/AWWA C151/A21.51.

TR Flex Fittings in accordance to applicable requirements of ANSI/AWWA C153/A21.53.

B. Insulation:

The insulation shall be a foamed in place closed cell polyurethane which completely fills the annular space between the carrier pipe and the exterior casing. The insulation shall have the following physical properties:

Minimum Density (2lb/cu. ft.) ASTM D-1621 "K" Factor BTU/Hr. sq. ft. °F/in. .147 ASTM C-177 90-95% Closed Cell ASTM D-2858 Water Absorption 2.3% ASTM D-2127 Centering +6.35 mm/-0mm (250mm/-0.0mils) Service Temp. -73°C to 120°C (-100°F to +250°F) Thickness 2.55-inches at Pipe Barrel 1.37-inches at Pipe Bell

C. Exterior Pipe Jacket:

The exterior casing shall be 0.0276-inch (22 gauge) thick Aluminum Spiral Lock Seam jacket in accordance with ASTM B 209/Alloy, 3003/Temper H14. Pipes shall be brought to the jobsite with the jacket pre-fabricated insulated pipe. No tape casings will be allowed.

For buried sections of pipe the exterior casing shall be: (1) Seamless, extruded white PVC Type 1, Grade 1, Class 12454-B per ASTM D-1784 or (2) Seamless, High Density Polyethylene (H.D.P.E.) ASTM D-1248 with the following physical properties: ASTM D-638………Ultimate Elongation 850% ASTM D-638…….Tensile Yield Strength 3300 psi ASTM D-3350……..Resin Type III, Grade P34 ASTM D-790……..Tangent Flexural Modules 175,000 psi

D. Field Joints:

After Testing, furnish and install 2-piece insulated cover over the field joints and silicone seal. No ductile iron pipe exposure is allowed. Aluminum spiral lock jacket field joints shall be provided for each pipe joint. JS-30 7/27/2017 RI Contract No. 2017-CB-059 Page 6 of 19

E. Fittings:

All fittings, anchors, end seals and other accessories shall be factory fabricated. Exposed fittings shall be covered with a 22-gage aluminum spiral lock insulated 2-piece fitting cover for the bends.

F. Pipe Support System:

1. Structural Composite Lumber shall be Act Composite Timbers, or approved equal. Material shall include an ultraviolet stabilizer added at time of manufacture to help against ultraviolet degradation of plastic surface in exterior applications.

2. 6” long ¼” thick FRP shield and 3/4-inch diameter stainless steel U-Bolts shall be supplied.

3. All steel shall be as specified on plans.

G. Air Vent:

Air vent shall be a 1-inch brass nipple threaded into a saddle on the service pipe. Threaded ball valve shall be connected to the nipple, terminated with a 3-inch nipple with hose connection. Air vent shall be wrapped in 2-inch insulation with removable insulated and vandal proof cover.

H. Transition Couplings:

1. Couplings to be used in connecting two plain ends of cast, ductile iron pipe shall be of cast or ductile iron with bolts and nuts complying with AWWA C-111. Couplings shall be Dresser Style 38, Smith-Blair Style 441, Clow Type F1208 or approved equal.

I. Corporation Stops:

Corporation Stops shall be brass Mueller Model 15008.

J. Saddle:

1. A saddle is required on all service taps. It shall be Rockwell 317 nylon coated with CC taps.

K. Detectable Tracer Tape:

1. Tracer tape shall be a minimum of 3 inches wide. The upper face of the tape shall be a highly visible color easily detectable when exposed by digging. The upper face shall carry the warning of the buried water main below. The tape shall have a metallic backing in order that it may be traced by metal or pipe locators. It shall be used over all non-metallic pipe.

JS-31 7/27/2017 RI Contract No. 2017-CB-059 Page 7 of 19

CONSTRUCTION:

GENERAL

A. Pipe and accessories shall be handled and stored in such a manner as to ensure that pipe is installed in sound, undamaged condition. Particular care shall be taken not to injure the pipe coating or lining.

B. Ductile iron pipe and fittings and the cement linings are comparatively brittle. Every care shall be taken in handling and laying pipe and fittings to avoid damaging the pipe or lining, scratching or marring machined surfaces, and abrasion of the pipe coating or lining.

C. Any pipe showing a distinct crack with no evidence of incipient fracture beyond the limits of the visible crack, if approved, may have the cracked portion cut off by, and at the expense of, the Contractor before the pipe is laid so that the pipe used is perfectly sound. The cut shall be made in the sound barrel at a point at least 12 inches from the visible limits of the crack.

D. If authorized, cutting of the pipe shall be done so that the cut is square and clean, without causing damage to the pipe lining. Unless otherwise authorized by the Engineer, all pipe cutting shall be done by means of an approved type of power cutter. The use of hammer and chisel, or any other method, which results in rough edges, chips and damaged pipe, is prohibited. All cut edges shall be field beveled by use of a power grinder, as required, prior to installation.

E. Each pipe section shall be placed into position in the trench in such manner and by such means required to cause no damage to the pipe, person or to property.

F. The Contractor shall furnish slings, straps and/or approved devices to provide satisfactory support of the pipe when it is lifted. Transportation from delivery areas to the trench shall be restricted to operations, which can cause no damage to the pipe units.

G. Pipe shall not be dropped from trucks onto the ground or into the trench.

H. The Contractor shall have on the job site, with each laying crew, all the proper tools to handle and cut the pipe.

I. Damaged pipe coating and/or lining shall be restored before installation only as approved or directed by the Engineer.

CONTROL OF ALIGNMENT AND GRADE

JS-32 7/27/2017 RI Contract No. 2017-CB-059 Page 8 of 19

A. The Engineer has shown easement and property and other control lines necessary for locating the work as well as elevations and benchmarks used in the design of the work on the Drawings.

B. The contractor shall use this information to set line and use a surveyor's level or transit to set grade as required.

C. The use of string levels, hand levels, carpenter's levels or other curved devices for transferring grade or setting pipe are not permitted.

D. During construction, the Contractor shall provide the Engineer, at his request, all reasonable and necessary materials, opportunities, and assistance for setting stakes and making measurements, including the furnishing of one or two rodmen or chain men as needed at intermittent times. He shall not proceed until he has made timely request of the Engineer for, and has received from him, such controls and instructions as may be necessary for the work to progress. The work shall then be done in strict conformity with such controls and instructions.

The Contractor shall carefully preserve benchmarks, reference points and stakes, and in case of willful or careless destruction by his own men, he will be charged with the resulting expense and shall be responsible for any mistakes or delay that may be caused by their unnecessary loss or disturbance.

PREPARATION OF BED

A. As soon as excavation has been completed to required depth, place and compact bedding material to the elevation necessary to bring the pipe to grade.

B. The compacted bed shall be rounded so that at least the bottom quadrant of the pipe shall rest firmly for the full length of the barrel. Suitable holes for bells or couplings shall be dug around the pipe joints to provide ample space for making tight joints.

C. The trench bottom shall be straight, free of bumps or hollows and at the proper depth. Any irregularities in the trench bottom shall be leveled off or filled in with a selected gravel or sand thoroughly tamped.

D. If determined by the Engineer, the trench bottom shall be prepared by digging at least 6- inch deeper than pipe grade and backfilling to proper grade with a selected gravel or sand backfill properly tamped.

E. All unsuitable material shall be removed from the bottom of the trench excavation as directed by the Engineer to the depths ordered. The trench shall be backfilled with an approved gravel backfill material, placed in 6-inch layers, to within 6-inches of proper pipe grade. Each gravel lift shall be thoroughly tamped. A 6-inch layer of selected gravel or sand shall be placed and tamped for proper pipe support.

LAYING PIPE JS-33 7/27/2017 RI Contract No. 2017-CB-059 Page 9 of 19

A. Laying of pipe and fittings shall be in accordance with the requirements of AWWA Standard Specifications for Installation of Cast-Iron Water Mains, C600, except as otherwise provided herein.

B. Each pipe length shall be inspected for cracks, defects in coating or lining, and any other evidences of unsuitability. Contractor shall excavate a minimum amount of trench and shall backfill trench to within 2 lengths of pipe laying. All trenches shall be backfilled at night.

C. Pipe shall be laid in the dry and at no time shall water in the trench be permitted to flow into the pipe.

D. The pipe shall then be laid on the trench bedding, and the pipe pushed home. Jointing shall be in accordance with the manufacturer's instructions and appropriate ASTM Standards, and the Contractor shall have on hand for each pipe laying crew, the necessary tools, gauges, pipe cutters, tamping bars, etc. necessary to install the pipe in a workmanlike manner. Pipe laying shall proceed upgrade with spigot ends pointing in the direction of flow.

E. Blocking under the pipe will not be permitted except where a concrete cradle is proposed, in which case precast concrete blocks shall be used.

F. If inspection of the pipe indicates that the pipe has been properly installed as determined by the Engineer, the Contractor may then refill or backfill the remainder of the trench in accordance with the specifications. Tamping bars will be used to consolidate initial backfill under and around each pipe.

G. At any time that work is not in progress, the end of the pipe shall have a temporary plug to prevent the entry of animals, earth, water, etc.

H. Acceptable alignment shall be preserved in laying. The deflection at joints shall not exceed 3 degrees, or 12 inches for an 18-foot length of pipe. Fittings, in addition to those shown on the Drawings, shall be provided, if required, in crossing utilities, which maybe encountered upon opening the trench. Solid sleeves shall be used only where approved by the Engineer.

I. Concrete thrust blocks shall be installed at all fittings and other locations as directed by the Engineer. Minimum bearing area shall be as shown on the Drawings. Joints must be protected by felt roofing paper prior to placing concrete. Concrete shall be placed against undisturbed material, and shall not cover joints, bolts or nuts, or interfere with the removal of any joint. Wooden side forms shall be provided for thrust blocks.

J. Push-on joints shall be made in strict accordance with the manufacturer's instructions. Pipe shall be laid with bell ends on the upstream side. A rubber gasket shall be inserted in the groove of the bell end of the pipe and joint surfaces cleaned and lubricated. The plain end of the pipe to be entered shall then be inserted in alignment with the bell of the pipe to which it is to be jointed and pushed home with a jack or by other means. After jointing the pipe, a metal feeler shall be used to make certain that the rubber gasket is located correctly. JS-34 7/27/2017 RI Contract No. 2017-CB-059 Page 10 of 19

K. Mechanical joints at valves, fittings and where designated shall be in accordance with the "Notes on Method of Installation" under ANSI Specification A21.11 and the instruction of the manufacturer. To assemble the joints in the field, the Contractor shall thoroughly clean the joint surfaces and rubber gasket with soapy water before tightening the bolts. Bolts shall be tight to the specified torques. Under no conditions shall extension wrenches or pipe over handle or ordinary ratchet wrench be used to secure greater leverage.

BRIDGE PIPE INSTALLATION A. The carrier pipe and casing jacket and insulation will be pre-fabricated and shipped to the construction site. The pipe will be installed on the bridge with support brackets and U-bolts.

B. Pipe and fittings shall be handled with care to insure that the pipe and fittings are in sound, undamaged condition. Particular care shall be taken to prevent damage to pipe coating, lining and pre-insulated pipe jacket.

C. The Contractor shall furnish slings, straps and/or other approved devices to support the pipe when it is lifted. Pipe and fittings shall not be dropped from trucks onto the ground. Transporting pipe and fittings from storage areas shall be restricted to operations, which will not cause damage to the pipe or lining (if any).

D. All p r e - i n s u l a t e d pipe and fittings shall be examined before laying and no pipe or fittings shall be installed which are found to be defective. Damaged pipe coatings and/or lining, shall be repaired as approved or directed by the Engineer.

E. If any defective pipe is discovered after it has been laid, the Contractor shall remove the defective pipe and replace it with sound pipe at no additional cost to the State.

F. Testing and disinfection per applicable AWWA and RIDOH Standards.

G. After joining and hydrostatic testing, straight field joints and exposed fittings shall be insulated with polyurethane foam 2.33 inches minimum and covered with aluminum jacket field joints and fitting covers respectively as part of the pre-insulated piping system.

H. Aluminum jacket field joints and fitting covers shall be installed to complete pre- insulated pipe installation. Apply pre-cut insulation in place over joints and fittings. Some trimming may be necessary for close fit. Place a bead of silicon sealant suitable for outdoor use around casing 2” from end of casing. Place wrap around draw band over jacket joints and tighten bolts of jacket.

INSTALLATION OF VALVES AND FITTINGS

JS-35 7/27/2017 RI Contract No. 2017-CB-059 Page 11 of 19

A. Valves and boxes shall be set with the stem vertical and box vertically centered over operating nut. Valves shall be set on a firm foundation and supported by tamping selected excavated material under and at the sides of the valve. The gate box shall be supported during backfilling and maintained in vertical alignment with the top flush with finish grade.

B. Valves shall be anchored to all tees or fittings megalugs, wherever possible or as directed by the Engineer.

C. Install couplings and fittings in accordance with manufacturer's instructions.

D. Water services will not be installed until the water pipe has been tested and chlorinated unless otherwise directed by the Engineer.

INSTALLATION OF MANUAL AIR RELEASE/CHLORINATION INJECTION POINTS

A. Install each gate box vertically, centered over the operating key, with the elevation of the top adjusted to conform to the finished surface at the completion of the Contract. Adequately support the box during backfilling to maintain vertical alignment.

B. Installation of chlorination taps shall be in accordance with AWWA Standards of this specification.

C. The exact location of the manual air releases will be determined in the field.

TESTING

A. The Contractor shall furnish all labor, pumps, taps, chemicals, and other necessary equipment to conduct hydrostatic pressure tests and measured leakage test; and to disinfect thoroughly the mains laid under this contract in accordance with Section 4 AWWA C600 - Installation of Ductile Iron Water Main.

B. The tests and disinfection shall be conducted at a time specified by and under the supervision and direction of the Engineer who shall judge the success or failure of the work to meet the required standards.

C. In the event that the work fails to meet the required standards as stated herein, the Contractor shall perform such excavation, repair, relaying of pipe, rechlorinating, and all other work necessary to correct the work; and shall repeat the tests or chlorination as often as may be necessary and until such time as the required standards are met.

PRESSURE TESTS

A. Before applying the specified test pressure, all air shall be expelled from the pipe. If suitable means of expelling air are not available at high places, the Contractor shall make all the necessary taps as shown on plans or as the Engineer may direct. After the tests have

JS-36 7/27/2017 RI Contract No. 2017-CB-059 Page 12 of 19

been completed, the corporation stops shall be left in place or removed and plugs inserted, as directed by the Engineer or Owner.

B. The newly laid pipe shall be tested in valved or plugged sections as determined by the Engineer in the field. Water shall be slowly introduced into the section being tested by means of an approved power-driven high pressure test pump.

C. The new laid pipeline shall be tested to a pressure equal to 150% of the maximum static pressure for the section being tested, measured at the lowest point of the section being tested corrected to the elevation of the test gauge. If the static pressure of any newly laid section of pipeline being tested is less than 100 psig measured at the lowest point of the pipeline section, then the minimum test pressure shall be 150 psig.

D. The pressure shall be raised to the test pressure required for each section being tested as determined by the Engineer. When the test pressure is reached, the time shall be recorded and the test shall begin. The duration of each pressure test shall be a minimum of two hours. During the test, pressure shall be maintained in the section of pipeline being tested by means of a recirculating by-pass type test pump. Water shall be added in measured amounts from a container of known volume if required to maintain pressure. The addition of excessive amounts of water shall constitute immediate test failure. The Engineer will approve all gauges and test equipment.

E. During the test, the line will be examined by the Engineer for visible leaks and breaks. Any defects in the works shall be repaired, and any defective materials shall be removed and replaced by the Contractor as and where directed by the Engineer.

LEAKAGE TEST

A. Method of Testing. The leakage test shall be conducted concurrently with the pressure test. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain pressure within 5 psi of the specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. Leakage shall not be measured by a drop in pressure in a test section over a period of time.

B. No pipe installation will be accepted if the leakage is greater than that determined by the following formula:

L = SDP1/2 148,000

in which L is the allowable leakage, in gallons per hour; S is the length of pipe tested, in feet; D is the nominal diameter of the pipe, in inches; and P is the average test pressure during the leakage test, in pounds per square inch gauge.

C. Allowable leakage at various pressures is shown in the following table.

JS-37 7/27/2017 RI Contract No. 2017-CB-059 Page 13 of 19

Allowable Leakage per 1000 ft (305 m) of Pipeline*--gph**

Nominal Pipe Diameter-in. Avg. Test Pressure 3 4 6 8 10 12 14 16 18 20 24 30 36 psi (Bar) 450 (31) 0.43 0.57 0.86 1.15 1.43 1.72 2.01 2.29 2.58 2.87 3.44 4.3 5.16 400 (28) 0.41 0.54 0.81 1.08 1.35 1.62 1.89 2.16 2.43 2.7 3.24 4.05 4.86 350 (24) 0.38 0.51 0.76 1.01 1.26 1.52 1.77 2.02 2.28 2.53 3.03 3.79 4.55 300 (21) 0.35 0.47 0.7 0.94 1.17 1.4 1.64 1.87 2.11 2.34 2.81 3.51 4.21 275 (19) 0.34 0.45 0.67 0.9 1.12 1.34 1.57 1.79 2.02 2.24 2.69 3.36 4.03 250 (17) 0.37 0.43 0.64 0.85 1.07 1.28 1.5 1.71 1.92 2.14 2.56 3.21 3.85 225 (16) 0.30 0.41 0.61 0.81 1.01 1.22 1.42 1.62 1.82 2.03 2.43 3.04 3.65 200 (14) 0.29 0.38 0.57 0.76 0.96 1.15 1.34 1.53 1.72 1.91 2.29 2.87 3.44 175 (12) 0.27 0.36 0.54 0.72 0.89 1.07 1.28 1.43 1.61 1.79 2.15 2.68 3.22 150 (10) 0.25 0.33 0.5 0.66 0.83 0.99 1.16 1.32 1.49 1.66 1.99 2.48 2.98 125 ( 9) 0.23 0.3 0.45 0.6 0.76 0.91 1.06 1.21 1.36 1.51 1.81 2.27 2.72 100 ( 7) 0.2 0.27 0.41 0.54 0.68 0.81 0.95 1.08 1.22 1.35 1.62 2.03 2.43 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size.

**To obtain leakage in liters/hour, multiply the values in the table by 3.785.

D. When testing against closed metal-seated valves, an additional leakage per closed valve of 0.0078 gal/h/in. of nominal valve size shall be allowed.

E. When hydrants are in the test section, the test shall be made against the closed hydrant.

F. Acceptance shall be determined on the basis of allowable leakage. If any test of pipe laid discloses leakage greater than that specified, the Contractor shall, at his own expense, locate and make repairs as necessary until the leakage is within the specified allowance.

G. All visible leaks are to be repaired regardless of the amount of leakage. At the end of the test period if the amount of water added to the main from the calibrated vessel is less than the allowable leakage, and if the line shows no visible leaks or other failures, that portion of the main tested will be approved by the Engineer.

TESTING OF VALVES AND HYDRANTS

JS-38 7/27/2017 RI Contract No. 2017-CB-059 Page 14 of 19

A. All valves and hydrants shall be pressure tested during the main pipeline test. Hydrant gate valves shall remain open during the main pressure test. After the pipeline has been pressure tested and accepted the hydrant gate valve shall be closed and the hydrant valve cracked open to release some pressure on the hydrant side of the gate valve. An acceptable test for each hydrant gate valve shall be no loss of pressure in the main line test pressure as each valve is closed.

B. All main line gate valves and control valves on any intersecting side streets shall also be tested by the same procedures outlined above as far as practical. The Engineer shall decide if it is impractical to test any one particular valve location. No pressure test shall be considered acceptable until all possible control valves have been tested to insure proper closing and water tightness.

C. The Contractor shall make any taps and furnish all necessary caps, plus, etc., as required in conjunction with flushing and testing. He shall also furnish a test pump, gauges and any other equipment required in conjunction with carrying on the hydrostatic tests. He shall at all times protect the new water mains and the existing water mains against the entrance of polluting material.

DISINFECTION

A. After satisfactory pressure and leakage tests have been made, before placing the newly-laid mains in service, and when directed by the Engineer, the Contractor shall disinfect by chlorination.

B. Prior to chlorination, the mains shall be flushed to remove dirt and other foreign substances.

C. The mains shall be disinfected by the Contractor under the supervision of the Engineer. The Contractor shall use a manually controlled, vacuum type solution feed chlorinator using a mixture of water and an approved chlorine-bearing compound of known chlorine content, such as calcium hypochlorite. The chlorine shall be introduced into the main through a 1-inch corporation stop installed approximately one foot up-stream from the valve at the beginning of the job and shall be tested for residual chlorine at a 1-inch corporation stop installed approximately one foot from the downstream valve at the end of the project.

JS-39 7/27/2017 RI Contract No. 2017-CB-059 Page 15 of 19

D. Water from an approved source shall be introduced slowly into the main during the application of chlorine. The rate of chlorine mixture flow shall be in such proportion to the rate of water entering the pipe that the chlorine dose entering the mains shall be at least 50 parts per million. When the pipe line has been completely filled with treated water, the main shall be sealed off. Treated water shall be retained in the main for a period of at least twenty-four (24) hours. At the end of the retention period, the chlorine residual at the extremities of the pipe and at other representative points shall be at least 5 parts per million.

E. Should the first treatment fail to meet the above requirements, the procedure shall be repeated until tests show that, in the opinion of the Engineer, effective disinfection has been accomplished.

F. Following acceptance of the disinfection process, the chlorinated water shall be flushed from the newly-laid main until such time as the replacement water throughout its entire length shall be equal in quality to that elsewhere in the system.

G. After final flushing and before the new water main is connected to the distribution system the Contractor shall arrange and pay for two (2) consecutive sets of acceptable samples taken at least 24 hours apart, to be collected only by Water Department Personal from the new water main for Coliform testing at Premier Laboratory, Inc. Two (2) consecutive sets of samples taken at least 24 hours apart shall be analyzed for heterotrophic plate count (HPC). The testing results are to be recorded on Rhode Island Department of Health’s analytical result forms and forwarded to the Rhode Island Department of Health’s Office of Drinking Water Quality to the attention of Fred Kurdziel for review and approval prior to placing potable water pipeline into service. The water main shall not be put into service until safe test results are obtained. All required retesting samples shall be collected by only Water Department Personal at no Cost to the OWNER

H. Special disinfection procedures, such as soaking or swabbing, approved by the Engineer, shall be used in connections to existing mains and where the method outlined above is not practicable.

DECHLORINATION

A. In order to prevent damage to the pipe lining or corrosion damage to the pipe itself, the heavily chlorinated water shall be flushed from the main until chlorine residual measurements show the concentration in the discharged water is no higher than that generally prevailing in the system or is acceptable for domestic use.

B. A reducing agent shall be applied to the water to be wasted to neutralize thoroughly the chlorine residual remaining in the water. Chlorine residual water being disposed will be neutralized by treating with one of the following chemicals: (All amounts are in pounds)

JS-40 7/27/2017 RI Contract No. 2017-CB-059 Page 16 of 19

Residual Chlorine Sulfur Sodium Sodium Sodium Concentration Dioxide Bisulfate Sulfite Thiosulfate (mg/L) (SO2) (NaHSO4) (Na2SO3) (Na2S202.5h20)

1 0.8 1.2 1.4 1.2

2 1.7 2.5 2.9 2.4

10 8.3 12.5 14.6 12.0

50 41.7 62.6 73.0 60.0

C. Where necessary, Federal, State and Local regulatory agencies shall be contracted to determine special provisions for the disposal of heavily chlorinated water.

CONNECTION TO EXISTING SYSTEM

A. The Contractor shall furnish all necessary labor, tools, joint materials, equipment, etc. to connect new water pipes to existing water pipes with the required proper fittings. Flexible transition couplings used to connect new water pipes to existing water pipes shall be as specified.

B. All connections shall be made at such time and in such a manner as to cause as little interruption in water service as possible.

C. Coordination of all such work shall be made with the Engineer and owner who shall be present when the work is done and shall operate all valves. The Contractor shall notify the Engineer 24 hours in advance of when he plans to connect into the existing water mains.

D. All materials, equipment and labor necessary for the connection of the new water mains to the existing water mains shall be accomplished as shown on the plans or as directed by the Engineer and shall be considered subsidiary to the pipe laying items.

SEWER SERVICES AND DRAIN LINES

A. The Contractor shall exercise extreme caution to properly locate and protect the existing sewer services and drain pipes from construction damage. It shall be the Contractor's responsibility to demonstrate that all existing active sewer services and drains are functioning properly after the installation of the proposed water main to the satisfaction of the Engineer.

JS-41 7/27/2017 RI Contract No. 2017-CB-059 Page 17 of 19

B. Damage to existing drains and sewer services shall be repaired and/or replaced immediately with materials of the same size as the existing service. Existing slopes and inverts shall be maintained. Pipe joints shall be made using suitable flexible couplings, approved by the Engineer. Fernco couplings are an acceptable coupling for sewer service repair. The Contractor shall use same. Concrete mortar joints will not be accepted.

C. If damage occurs to existing house or business sewer services or storm drains and acceptable repairs are accomplished as outlined above, the contractor shall be required to adequately demonstrate to the Engineer that the repaired service is functioning normally before any backfill material shall be allowed to be placed.

METHOD OF MEASUREMENT: The items of work required by the General Conditions, Supplementary Conditions, Special Conditions and Division 1 - General Requirements shall not be measured and paid separately, except as expressly indicated therein, but shall be included in the prices bid for each unit and lump sum item.

The payment for various unit and lump sum items listed below shall include all materials, labor, tools, equipment and incidental work necessary to complete the item in accordance with the plans and specifications whether or not the particular work is mentioned in the following paragraphs.

For unit price items, the CONTRACTOR shall be paid for the actual amount of work accepted during the period of construction. After the Work is completed and before final payment is made, the ENGINEER shall make final measurements to determine the quantities of the various items of work accepted as the basis for final payment.

For lump sum items, the CONTRACTOR shall be paid in accordance with the progress schedule and schedule of values on the basis of actual work accepted until the work item is completed. Upon completion of the item, 100% of the lump sum price may be paid, less retained amounts.

The following items are specific to this contract:

Item Code 701.5306 “6 INCH DUCTILE IRON WATER PIPE CLASS 52, PUSH-ON JOINT” Water main shall be measured horizontally from along the center line of the pipe as laid through open cut trenching methods including valves and fittings. The water main shall be measured per linear foot to the nearest foot.

Item Code 701.8106 “6 INCH GATE VALVE AND BOX” Six-inch gate valve and box shall be measured per unit installed, complete, and inspected and accepted in accordance with the Plans and/or directed by the Engineer.

Item Code 701.9920 “FURNISH AND INSTALL BRIDGE CROSSING WATER MAIN” Measurement for all components required to complete the installation of the Bridge Crossing shall be on a lump sum basis, to the limits as shown on the Drawings (12± feet beyond wingwalls) and/or directed by the Engineer.

JS-42 7/27/2017 RI Contract No. 2017-CB-059 Page 18 of 19

Item Code 701.9921 “FURNISH AND INSTALL CORPORATION STOPS” The quantity of “FURNISH AND INSTALL CORPORATION STOPS” shall be measured for payment per unit completed, “each”, as indicated in the contract documents.

Item Code 709.8103 “FURNISH & INSTALL CEMENT CONCRETE CLASS B THRUST & ANCHOR BLOCKS CAST-IN-PLACE” this item shall be measured in accordance with Section 709.04 of the RIDOT Standard Specifications for Road and Bridge Construction, 2004 Edition, with all revisions.

BASIS OF PAYMENT: Except as modified herein, Basis of Payment shall be in accordance with related sections of the RIDOT Standard Specifications for Road and Bridge Construction, 2004 Edition, with all revisions. Payment for the quantity determined under the “METHOD OF MEASUREMENT” section will be included in the unit bid item, as designated in the proposal. This payment shall constitute full compensation for all materials, fittings, labor, tools, equipment, testing and incidentals necessary to complete the work of this item to the satisfaction of the Engineer.

Item Code 701.5306 “6 INCH DUCTILE IRON WATER PIPE CLASS 52, PUSH-ON JOINT” Payment shall be full compensation for furnishing and installing the new water mains and fittings including retainer glands and thrust rods within the classifications included on the Bid Schedule, connections to existing mains, mechanical joint adapters, transition couplings, tracer tape, cutting and capping of existing mains, testing, chlorinating, chlorination taps, flushing, flushing taps, jointing, bedding blanket, sand blanket, earth excavation and extra depth excavation, excavation support, dewatering, temporary controls, backfilling, removal and disposal of boulders over 6" and under 1 cubic yard, compaction, special compaction, restoring trench surface to grade (less pavement restoration), complete and accepted by the Engineer.

Item Code 701.8106 “6 INCH GATE VALVE AND BOX” shall be paid for at the contract unit price per each as listed in the Proposal. The price so stated shall constitute full and complete compensation for all labor, materials, equipment, mobilization of equipment, tools, and other incidental items of work necessary to finish the work, complete and accepted by the Engineer.

Item Code 701.9920 “FURNISH AND INSTALL BRIDGE CROSSING WATER MAIN” Payment will be made at the contract lump sum, which shall be full compensation for completion of the Bridge Crossing including all costs for labor, materials, tools and equipment, testing and incidentals required to complete the work of this item. Installation of the pre-insulated 6inch flexible TR Flex restrained joint water main, fittings, corporation stop for manual air release, excavation and backfilling. Payment shall also include all costs associated with furnishing and installing support bracket system to attach pipe to the bridge including all labor, equipment, materials and appurtenances. Structural steel utility supports shall be included with this lump sum item and shall constitute full compensation for material, fabrication, delivery, erection, equipment, tools, labor and all incidentals necessary to complete this item to the satisfaction of the Engineer.

JS-43 7/27/2017 RI Contract No. 2017-CB-059 Page 19 of 19

Item Code 701.9921 “FURNISH AND INSTALL CORPORATION STOPS” Payment for the quantity determined under the “METHOD OF MEASUREMENT” section will be included in the unit bid item, as designated in the proposal. This payment shall constitute full compensation for all materials, including valve box and cover, fittings, labor, tools, equipment, testing and incidentals necessary to complete the work of this item to the satisfaction of the Engineer.

Item Code 709.8103 “FURNISH & INSTALL CEMENT CONCRETE CLASS B THRUST & ANCHOR BLOCKS CAST-IN-PLACE” This item shall be paid for per cubic yard as listed in The Proposal and shall include any straps/reinforcing as detailed on the Plans.

JS-44 Date: 10/6/17 RICN: 2017-CB-059 Page 1 of 2

CODE 702.9901

SEWER BYPASS

DESCRIPTION: This work shall include bypassing sewer manhole just east of the bridge by pumping the sewage from the existing sewer manhole about 205 feet south of said manhole to the existing sewer manhole about 85 feet east of said manhole on Railroad Avenue, to facilitate installation of two new manholes and new 24” sewer pipe on the east side of the bridge.

The relocation and installation of new manholes and piping is required due to the close proximity of the existing sewer manhole to the east abutment footing and associated excavation support.

MATERIALS: Materials required to perform this bypass will be determined by the Contractor and shall be in conformance with the Burrillville Sewer Commission and the Rhode Island Standard Specifications for Road and Bridge Construction.

Materials will include but not be limited to the following:

 Bypass Pumps  Piping and Fittings

CONSTRUCTION METHODS: Contractor shall contact the Sewer Commission two weeks prior to commencing work. All work shall be supervised by a representative of the Sewer Commission.

Contractors work shall stay within project Limits of Disturbance, except southern portion of sewer bypass pump(s) and piping shall stay within existing sewer easement as shown on the existing sewer plan which is included in the Contract Documents.

Contractor shall submit plans, project data sheets, sequence of work, and calculations, stamped by a Rhode Island Registered Engineer.

Pump Size and bypass piping shall be designed by the Contractor and shall be based on a flow of 12 cubic feet per second. Deviation from this flow requirement will require written approval from the Sewer commission. Backup pumps and generators shall be on site at all times and hooked up to bypass piping and be operable automatically in the event of failure of the primary pump and/or generator.

Pump system shall have remote sensing equipment installed capable of remotely notifying the Contractor 24 hours a day of power and/or pump failure. Contractor shall remove non-working pumps and/or generators immediately to ensure two operable pumps and generators are on site and hooked up to maintain flows at all times.

Bypass pipes shall be connected to existing manholes or pipe. Connections at manholes shall be cored. Connections to pipes shall be saw-cut. Alternate connection methods will be subject to approval by the Sewer Commission.

JS-45 Date: 10/6/17 RICN: 2017-CB-059 Page 2 of 2

Sidewalls of manholes shall be restored to original thickness with Class XX concrete and any reinforcing which was removed shall be replaced using drilled and grouted galvanized dowels conforming to Section 810 and 819 of The Rhode Island Standard Specification for Road and Bridge Construction.

If existing pipe wall is cut for access, it shall be cut at a 45 degree angle and the pipe section removed, stockpiled, and re-installed with epoxy adhesive. After adhesive cures, the entire pipe section, to one foot beyond each end of portion removed and reset, shall be receive a 6” thick Class A concrete encasement around entire circumference of pipe barrel.

Connections to manholes and/or pipes shall be sealed in accordance with the Sewer Commission to minimize escape of odors and/or sewer gases.

Bypass piping shall not interfere with bike path traffic or vehicular traffic accessing private driveway on southeast corner of bridge, except during installation of bypass, when bike path will be closed. Under no circumstances shall private driveway access be impeded. Bikepath shall not be closed for more than one week.

Alinement of bypass piping shall be at the discretion of the Contractor, provided that it stays within sewer easement and Project LOD. Bypass piping may be laid directly on ground at locations that do not interfere with bike path or private driveway access. If alinement does impact bikepath or private driveway access, then bypass piping shall be buried under temporary pavement at a depth to be approved by the Sewer Commission.

Pavement restoration, both temporary and permanent, shall include neat sawcuts and full depth Class 9.5 pavement, 6-inch depth in roadway and 3-inch depth on bike path. Existing material excavated for trench shall be stockpiled, and re-used for temporary and final paving.

Upon completion of new sewer manhole and pipe installation, all bypass piping and pump(s) shall be removed and disturbed areas restored.

METHOD OF MEASUREMENT: This item does not require a measurement for payment.

BASIS OF PAYMENT: Item Code 702.9901 “Sewer Bypass” will be paid for at the contract Lump Sum price as listed in the Proposal. The price so stated shall constitute full and complete compensation for all design, labor, materials, tools and equipment, inspections services by the Burrillville Sewer Commission, connecting to existing pipes and/or manholes, and all other incidentals required to complete the work as described in these Special Provisions to the satisfaction of the Burrillville Sewer Commission, complete in place and accepted by the Engineer.

Partial payments for this Lump Sum item will be made in accordance with Special Provision Code 109.07.

JS-46 Date: 9/18/17 RICN: 2017-CB-059 Page: 1 of 6

CODE 702.9910

24 INCH PVC SEWER PIPE

DESCRIPTION. This work consists of the construction sewer mains in reasonably close conformity with the dimensions and details indicated on the Plans or as directed by the Engineer, all in accordance with these Specifications.

MATERIALS.

A. Polyvinyl Chloride (PVC) Sewer Pipe

Pipe shall be new and unused type PSM, SDR-35 with integral bell-and-spigot joints. Pipe and fittings shall meet and/or exceed all of the requirements of ASTM Designation D3034 for pipe up to and including 15 inches in diameter and ASTM Designation F679 for pipe from 18 inches up to and including 27 inches.

Standard pipe lengths shall be 20 feet and 12.5 feet, with a tolerance of one (1) inch. PVC sewer pipe shall meet the following dimensional tolerances:

Nominal Outside Diameter, Minimum Weight per Diameter, in inches Wall foot, in inches Thickness, in pounds in inches AVERAGE Tolerance 4 4.215 0.009 0.12 1.1 6 6.275 0.011 0.18 2.4 8 8.40 ± 0.012 0.24 4.2 10 10.50 ± 0.015 0.30 6.6 12 12.50 ± 0.018 0.36 9.5 15 15.30 ± 0.023 0.437 14.3 18 18.701 ± 0.027 0.536 21.5 21 22.047 ± 0.033 0.632 30.1 24 24.803 ± 0.037 0.711 38.2 27 27.953 ± 0.042 0.801 45.3

Each length of pipe and each fitting shall be provided with an integral bell-and-spigot end and accurate joint surface. The joint shall be sealed by an elastomeric gasket so that it remains watertight under all conditions of service, including movement due to expansion, contraction and normal settlement. PVC pipe and fitting joints shall meet or exceed the requirements of ASTM Designation D3212.

Elastomeric gaskets for sealing joints shall meet or exceed ASTM Designation F477 for high head application (50 feet of head and above) except as modified herein. In

JS-47 Date: 9/18/17 RICN: 2017-CB-059 Page: 2 of 6

addition to meeting or exceeding the above requirements, elastomeric gaskets shall meet or exceed the following requirements when tested in accordance with Paragraph 8.7 of ASTM Designation D1869:

Properties After Oil Aging

Tensile strength, average decrease, maximum: 35 percent, Elongation, average decrease, maximum: 40 percent, Hardness, average change: -10 to + 2 points, and Volume change, average: -1 to + 15 percent.

A suitable watertight system shall be used for connection of the PVC sewer pipe to manhole walls. The system shall achieve adequate bond with both the manhole and the pipe to prevent failure or leakage due to settlement or pullout of the pipe at the manhole. The Contractor shall furnish the details of its proposed system of connection of the PVC pipe to the manholes for the Project for review and approval by the Owner prior to shipment of pipe or manholes.

CONSTRUCTION METHODS:

Trench Excavation. Trenches shall be excavated in accordance with the applicable requirements of SECTION 205 of the Rhode Island Standard Specifications for Road and Bridge Construction, Amended August 2013, with all revisions.

Bedding. Pipe bedding shall conform to Subsection 701.02.5 of the Rhode Island Standard Specifications for Road and Bridge Construction, Amended August 2013, with all revisions.

Installation. Install piping beginning at low point, true to grades and alignment indicated with unbroken continuity of invert. Place bell ends of piping facing upstream. Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions for using lubricants, , and other installation requirements. Maintain swab or drag in line, and pull past each joint as it is completed.

A. Use manholes for changes in direction, unless fittings are indicated. Use fittings for branch connections, unless direct tap into existing sewer manhole is indicated.

B. Install gravity-flow piping and connect to existing sanitary drains, of sizes and in locations indicated. Terminate piping as indicated.

D. System Piping Joints: Make joints using system manufacturer's couplings, unless otherwise indicated. E. Install with top surfaces of components, except piping, flush with finished surface.

JS-48 Date: 9/18/17 RICN: 2017-CB-059 Page: 3 of 6

Leakage Tests

A. Leakage tests for manholes shall be made by the Contractor at its expense and observed by the Engineer on each manhole. The test shall be by vacuum in accordance with ASTM Designation C828. Notarized records of the test results shall be submitted by the Contractor to the Owner for approval. No payment shall be made for manholes installed until the notarized test results have been approved by the Engineer.

B. The testing shall be done immediately after assembly of the manhole and before backfilling. All lift holes shall be plugged with a non-shrinking mortar. The Contractor shall plug the pipe openings, taking care to securely brace the plugs and the pipe to prevent the pipes from being drawn into the manhole. A vacuum of 10 inches Hg (4.9 psi) shall be drawn and the vacuum pump shut off. The test shall pass if the vacuum remains at 10-inches of Hg or drops to nine (9) inches Hg (4.4 psi) in a time greater than three (3) minutes.

C. If the manhole fails the initial test, the Contractor shall locate the leak and make proper repairs. Leaks may be filled with a wet slurry of accepted quick setting material. The manhole shall then be retested by the Contractor, repeatedly, if necessary, until the required conditions are met, at no additional expense to the State.

D. The sewers and appurtenant structures connected thereto shall be made as nearly watertight as practicable. Leakage tests shall be required for all sewers and manholes. Leakage shall be determined by low pressure air tests as specified herein and as directed by the Engineer. The Contractor shall do all the work, provide all equipment necessary for the proper performance of leakage tests, at no additional expense to the Owner. The Contractor shall furnish the Engineer with certified copies of the leakage test results for the Engineer's review and approval. Not more than 900 linear feet of sewer or three (3) reaches, whichever is less, shall be constructed without leakage testing the completed work.

E. Low pressure air testing, as required for the residuals waste gravity sewer work, shall be undertaken in conformance with ASTM Designation C828 and the following requirements, procedures and criteria. Low pressure air testing will not be required for storm or culvert drains installed under this contract.

1. Equipment shall meet the following minimum requirements:

a. Pneumatic plugs shall have a sealing length equal to or greater than the diameter of the pipe to be tested.

b. Pneumatic plugs shall be able to resist internal test pressures without requiring external bracing or blocking.

c. All air used shall pass through a single control panel.

JS-49 Date: 9/18/17 RICN: 2017-CB-059 Page: 4 of 6

d. Three (3) individual hoses shall be used for the following connections:

i From the control panel to the pneumatic plugs for inflation.

ii From the control panel to the sealed line for introducing the low pressure air.

iii From the sealed line to the control panel for continually monitoring the air pressure rise in the sealed state.

2. The following procedures shall be used in air testing:

a. All pneumatic plugs shall be seal tested before being used in the actual test installation. One (1) length of pipe shall be laid on the ground and sealed at both ends with the pneumatic plugs to be used in the testing. Air shall be introduced into the plugs to be used in the testing. Air shall be introduced into the plugs to 25 psig. The sealed pipe shall be pressurized to 10 psig. The plugs shall hold against the 10-psig pressure without bracing and without movement of the plugs.

b. After a manhole-to-manhole reach of pipe has been backfilled and cleaned and the pneumatic plugs are checked by the above procedure, the plugs shall be placed in the line at each manhole and inflated to 25 psig. Low pressure air shall be introduced into the sealed line until the internal air pressure reaches 3.5 psig minimum greater than the average back pressure of any groundwater that may be over the pipe. Groundwater back pressure shall be determined by measuring the average height of the groundwater table in feet above the invert of the section of pipe being tested. The height in feet shall be divided by 2.3 to determine the pounds of pressure that shall be added to all test pressures. For example, if the average height of groundwater over the pipe invert is 11.5 feet, the pressure to be added would be five (5) psig (11.5/2.3 = 5.0). The prescribed pressure drop shall not exceed one (1.0) psig from 3.5 psig to 2.5 psig in excess of the groundwater pressure above the top of the sewer. At least two (2) minutes shall be allowed for the air pressure to stabilize. Any necessary adjustments in air pressure shall be made to the internal pressure, and an additional two- (2-) minute stabilization period shall be allowed. After the stabilization period, the air hose from the control panel to the air supply shall be disconnected. The portion of line being tested shall be termed "acceptable" if the time required, in minutes, for a 1.0 psi pressure drop for the section of line being tested is greater than the time shown for the given diameters in the following table:

JS-50 Date: 9/18/17 RICN: 2017-CB-059 Page: 5 of 6

MINIMUM DURATION FOR AIR TEST PRESSURE DROP

Pipe Diameter, in inches Time, in minutes/100 feet 4 0.3 6 0.7 8 1.2 10 1.5 12 1.8 15 2.1 18 2.4 21 3.0 24 3.6 27 4.2

(For times other than those shown, use)

T = K x (D2L)/Q

D = pipe diameter (inches) K = 0.000371 (inch-pound units) L = length of line each pipe size Q = air loss (ft.3/min.) T = time (in minutes) to drop 1.0 psi

F. Should the low pressure air tests on any reach show a rate of leakage exceeding the maximum allowable rate as shown below, the Contractor shall locate, repair or replace the defective joints and the work in a manner satisfactory to the Engineer, and retest, at no additional expense to the State, until the rate of air pressure drop for each reach being tested does not exceed the rate specified herein.

ALLOWABLE AIR LOSS FOR VARIOUS PIPE SIZES

Pipe Diameter, in inches Flow, in cfm 4 2.0 6 2.0 8 2.0 10 2.5 12 3.0 15 4.0 18 5.0 21 5.5 24 6.0 27 6.5

JS-51 Date: 9/18/17 RICN: 2017-CB-059 Page: 6 of 6

In lieu of the foregoing procedures, the Contractor may be directed to assure pipeline tightness through pressure testing individual or multiple consecutive joints, in conjunction with television inspection, all at no additional expense to the State. This type of testing may be necessary in pipeline segments where house connection laterals are connected to the proposed sewer as construction progresses. In any event, the Contractor shall be responsible for the ultimate tightness of all pipelines within the respective leakage requirements specified herein. Any modifications to the procedures, as directed, shall be performed by the Contractor at no additional expense to the State.

DISPLACEMENT AND ALIGNMENT TESTS

Sewers shall be checked by the Contractor after the trench has been backfilled to determine whether any displacement or deflection of the pipe has occurred. A “GO-NO- GO” mandrel shall be drawn through the pipe not less than 90 days after installation. The maximum allowable deflection shall be 7½ percent of the base inside diameter. If the interior of the pipeline shows poor alignment, displaced or deflected pipe or any other defects, the defects designated by the Engineer shall be corrected to the satisfaction of the Engineer, at no additional expense to the State.

CLEANING

A. At the conclusion of the work, the Contractor shall thoroughly clean the sewer by flushing with water or other means to remove all dirt, stones, pieces of wood or other material that may have entered during the construction period. If, after this cleaning, obstructions remain, they shall be removed at the Contractor’s expense.

B. After the sewer is cleaned and, if the groundwater level is above the sewer or following a heavy rain, the Contractor shall examine the sewer for leaks. If defective pipes or joins are discovered at this time, they shall be repaired or replaced by the Contractor at its expense.

METHOD OF MEASUREMENT: "24 Inch PVC Sewer Pipe” will be measured in linear feet of continuous runs of such pipe actually installed in accordance with the Plans and/or as directed by the Engineer.

BASIS OF PAYMENT: The accepted quantity of "24 Inch PVC Sewer Pipe” indicated on the Plans will be paid for at the contract unit price per linear foot as listed in the Proposal. The price so-stated constitute full and complete compensation for all trench excavation, dewatering, design and employment of trench protection, pipe, couplings, fittings, gaskets, bedding material, filter fabric, backfill, testing, compaction, laying of pipe, connection to manholes, including all labor, equipment, tools, and all other incidentals required to finish the work, complete and accepted by the Engineer.

JS-52 Date: 11/22/16 RICN: 2017-CB-059 Page 1 of 1

CODE 800.9901

RAILROAD AVENUE BRIDGE NO. 354

DESCRIPTION: Except for the excluded items of work indicated below, the work under this item shall consist of constructing the new Railroad Avenue Bridge No. 354 in its entirety. This shall comprise all work pertaining to the construction of all bridge components from the bottoms of the abutment footings and wingwall leveling pads to the tops of the steel bridge railings, inclusive of any and all embedded, applied or attached components. All of the above work shall be complete in place and accepted in accordance with the Contract Documents except that the Method of Measurement and Basis of Payment will be in accordance with these Special Provisions.

Excluded Items of Work: The work pertaining to the following items of work are excluded from this lump sum item and will be paid for separately under their own appropriate bid items included in the Proposal: Excavation Support, Dewatering, Earthwork (including all excavation and various fill materials); removal and disposal of existing roadway structure materials; removal and disposal of portions of the existing bridge; new guardrail installations; and construction of the new Railroad Avenue roadway structure adjacent to the bridge structure.

METHOD OF MEASUREMENT: This item does not require a measurement for payment.

BASIS OF PAYMENT: Item Code 800.9901 “Railroad Avenue Bridge No. 354” will be paid for at the contract Lump Sum price as listed in the Proposal. The price so stated shall constitute full and complete compensation for all labor, materials, tools and equipment, and all other incidentals required to complete the work as described in these Special Provisions and elsewhere in the Contract Documents, complete in place and accepted by the Engineer.

Partial payments for this Lump Sum item will be made in accordance with Special Provision Code 109.07.

JS-53 Date: 9/18/17 RICN: 201X-CB-XXX Page 1 of 9

CODE 800.9902 FURNISH AND DELIVER COMPOSITE ARCH BRIDGE SYSTEM AND INSTALLATION OF COMPOSITE ARCH BRIDGE SYSTEM

1.0 DESCRIPTION

This work shall consist of procuring and constructing the Composite Arch Bridge System in accordance with these specifications and in conformity with the lines, grades, and dimensions shown on the Contract Drawings. The Composite Arch Bridge System is supplied by:

Advanced Technologies (AIT), LLC 20 Godfrey Drive, Orono, Maine 04473 Phone: 207.866.6526 Fax: 207.866.6501 www.aitbridges.com

The Bridge System shall be designed by AIT in accordance with AASHTO LRFD Bridge Design Specifications, AASHTO LRFD Guide Specifications for Design of Concrete-Filled FRP Tubes for Flexural and Axial Members, and other applicable specifications. The composite arch bridge shall be designed by a licensed professional engineer registered in the State of Rhode Island. Calculation packages and drawings shall be provided to the customer by AIT for the bridge system supplied. As supplier, AIT will deliver to the jobsite the following elements:

Quantity Units Description 9 Each Composite Arches, hollow1 26 Each FRP Decking panels, 31'‐0” x 20" x 3.5" cut to length and skew 1 Lump sum Decking Screws (used to fasten decking to top of arch) 1 Lump sum Pliogrip 7770 polyurethane adhesive (used in decking lap joint) 18 Each CFCC cages installed in arch (with locator plates) 18 Each Arch Setting Hardware (threaded rods, washers, nuts, and eye hooks) 1 Each Deck Closure Strip, 31’‐0” x 8” x 0.375” SUPPLIED BY CONTRACTOR 112 CY SCC Arch Fill Concrete

1 Arches will arrive on 2 flatbed trucks and will be able to be unloaded all at once with a spreader bar or individually 2 Quantities given are estimates only

JS-54 Date: 9/18/17 RICN: 201X-CB-XXX Page 2 of 9

All elements not listed above shall be provided by the Contractor

Each component is custom designed, detailed, and fabricated for the specific bridge project.

The Composite Arch Bridge System is a buried bridge structure consisting of two components: 1. ARCHES - The advanced FRP composite tubes shall be custom designed, manufactured, and delivered by AIT 2. DECKING PANELS - The decking panels shall be custom designed, manufactured and delivered by AIT

Terms found within this specification shall be defined as follows: Composite Arches: A hollow advanced FRP tube structural member comprised of an advanced fiber reinforced polymer shell which functions as external reinforcement and stay- in-place form for expansive self- consolidating concrete. Manufacturer: A firm licensed by AIT for manufacturing the composite tubes.

1.1 COMPOSITE ARCHES

This work shall consist of fabricating and delivering the composite arch tubes to the dimensions, details, and quantities shown on the plans and according to the requirements of these specifications

1.12 DESIGN

Design loads are in accordance with AASHTO LRFD Bridge Design Specifications, HL-93 live loading. Arch design is in accordance with the AASHTO LRFD Guide Specifications for Design of Concrete-Filled FRP Tubes for Flexural and Axial Members, supplemented by laboratory testing as necessary.

1.13 MATERIALS

Materials shall conform to the following specifications:

Glass Fibers shall be type E-glass manufactured in accordance with ASTM D578 Section 4.2.2 and tested in accordance with ASTM D2343.

Resin shall be epoxy vinyl ester resin with viscosity suitable for infusion. Clear casting tensile strength and tensile modulus shall be tested in accordance with ASTM D638. Clear casting flexural strength and modulus shall be tested in accordance with ASTM D790. Heat distortion temperature shall be documented in accordance with ASTM D648.

JS-55 Date: 9/18/17 RICN: 201X-CB-XXX Page 3 of 9

The arches are coated with Macropoxy 646-100 as a primer and Hi-Solids Polyurethane 100 Semi-Gloss finish coat.

1.14 QUALITY CONTROL

Arches shall be manufactured according to the requirements of AIT’s QC plan and standard operating procedures. The portions of the suppliers QC plan and procedures which do not contain trade secret material shall be submitted to the customer for review prior to beginning fabrication.

The FRP laminate comprising the shell shall be tested for tensile strength. Test result documentation of the mechanical properties and the required design values shall be provided to the engineer. A minimum of five (5) test specimens shall be obtained from each arch. A minimum of two (2) specimens per arch shall be tested. If the mean of the two (2) tests from any one arch fails to meet or exceed the required design value at least three (3) more specimens from the corresponding arch shall be tested. If the mean of the three (3) additional specimens does not meet or exceed the design value the arch shall be rejected and replaced. All tests shall be submitted to the engineer prior to arch installation.

1.15 FABRICATION

The composite arches shall be manufactured according to the requirements of this section using a closed mold vacuum assisted resin transfer method (VARTM) of composite manufacturing.

Reinforcement Storage and Preparation: Fabrics shall be stored in a clean, dry environment in the original packaging. They shall be protected from water, dirt, grease, grinding dust, and other foreign matter. The fabrics shall be cut on a clean cutting surface, free of any deleterious material that could adhere to the fabrics prior to layup. No splices shall be permitted in the longitudinal fabric. Splices may be permitted in the hoop reinforcement.

Chemicals: Vinyl ester resins and other chemicals necessary for catalyzing the infusion matrix shall be stored in accordance with the manufacturer’s recommendations.

Vacuum Assisted Resin Transfer: Prior to vacuum infusion of the vinyl ester matrix, the manufacturer must thoroughly seal the tooling and demonstrate that the sealed tooling can obtain a minimum workable vacuum pressure and a drop test. Chemical additives and catalysts to be combined with the vinyl ester resin shall be measured by weight, or the corresponding volume, based on the batch weight of the vinyl ester resin. The manufacturer shall maintain documentation of the promotion rates and the actual

JS-56 Date: 9/18/17 RICN: 201X-CB-XXX Page 4 of 9

amount of catalyst used for each infusion. The infusion tank must be charged with a sufficient amount of resin at all times to prevent air bubbles from entering the infusion ports in the tooling. Once resin is introduced into the tooling, the infusion process shall continue uninterrupted until it has been demonstrated that all evacuation ports have a surplus of resin flowing past the finished surface of the tooling and that no less than the predicted volume of resin has been introduced into the tool.

Post Processing: Once the laminate of the composite tube has been allowed to harden, the arches shall be removed from the form with care so as not to induce stresses into the curing laminate. The laminate shall reach a minimum Barcol hardness value of 35 prior to de-molding.

Tolerances: The finished arches shall conform to the dimensions set forth in the approved shop drawings. The diameter shall not vary in any one section by more than 1 percent of the dimension given on the shop drawings. The arches shall be checked for shape variations. No arch shall vary from the shop drawing shape, except for diameter, by more than 1.5 inches or 0.5 percent of the dimension, whichever is smaller. All arches shall be clearly marked by the manufacturer according to the shop drawings.

1.16 COMPOSITE ARCH ERECTION

This work shall consist of installing the composite arches of the Composite Arch Bridge System in accordance with these specifications and in conformity with the lines, grades, and dimensions shown on the Contract Drawings. The contractor is responsible for the complete installation of the composite arches including but not limited to unloading the arches, storing on the jobsite, and erecting and supporting the arches into the foundation, as detailed on the plans.

Care shall be taken when handling the hollow composite arches such that no damage is caused to the unfilled tubes. When moved or placed by hand, arches shall be stabilized to prevent tipping over. When moved by hoist, straps shall provide at least 2 inches of padded contact area.

Installation: The arches shall be installed in a vertical position and decking installed prior to filling with concrete. The maximum allowable variation of installed arches shall be +/- ½ inch in plane and out of plane. The custom FRP decking as specified in section 2 shall be installed over the arches after the arches are erected and aligned. The arches shall be embedded into the foundations as shown on the Contract Drawings and the foundation placed and achieving the minimum strength as noted on the Contract Drawings prior to filling the arches with self-consolidating concrete as specified in section 3. Care shall be taken when placing the foundation and vibrating around the base of the arches as to not damage or displace the arches.

JS-57 Date: 9/18/17 RICN: 201X-CB-XXX Page 5 of 9

The Contractor will be responsible for means and methods of bracing arches until installation of FRP Decking is complete.

2.0 FRP DECK PANELS

This work shall consist of furnishing and installing the FRP deck panels, fasteners, and adhesive for the Composite Arch Bridge System in accordance with the Contract drawings and these specifications. The custom panels are designed and supplied by AIT in accordance with the AASHTO LRFD Bridge Design Specifications and the ASCE Pre-Standard for LRFD of Pultruded FRP Structures to carry the required loading.

2.1 MATERIALS

The FRP Deck Panels shall conform to the following:

1. The resin type shall be noted on the shop drawings as premium grade, chemically resistant, UV stabilized: polyurethane (TYPE A PANEL), vinyl ester (TYPE B PANEL), or polyester (TYPE C PANEL) 2. The glass reinforcement shall be E Glass that is straight and continuous, with fibers oriented in three directions (0, 45, 90 degrees with respect to the length of the panel). The glass content shall be a minimum of 70% by weight 3. The panels shall have a class B flame spread rating (75 or less when tested in accordance with ASTM E84) 4. The panels shall be 0.25 inches thick, 3.75 inches high to top of corrugation and 20 7/8 inches wide 5. The fasteners for attaching the deck panels to the arches shall be ¼” - 14 x 2” Hex Drive Washer Head Epoxy Finished #3 point 410 Stainless Steel Self-Drilling Screw. 6. The adhesive for sealing the longitudinal joint shall be urethane, Pliogrip or equal, as recommended by the designer and approved by the Engineer.

2.2 DELIVERY and INSTALLATION

AIT will supply the custom FRP Deck Panels and the required stainless steel fasteners to the job site on the date requested by the contractor. A notice of 60 days is required prior to the desired delivery date. The Contractor is responsible for receiving, unloading, and storing the deck panels. All FRP deck panels shall be handled with care and protected from cuts, scratches, and abrasions. Panels shall be stored on blocking off the ground and kept clean and dry. Damaged panels shall be replaced at the contractor’s expense. Deck shall be installed as shown on the shop drawings using fasteners provided. Adhesive provided shall be used per the manufacturer’s recommendations to seal the longitudinal joint

JS-58 Date: 9/18/17 RICN: 201X-CB-XXX Page 6 of 9

between the panels. Panels shall be installed starting at the bottom at both sides of the arch and proceeding to the apex. The contractor shall assure that the starter panels are placed as shown on the shop drawings to a level line. A closure plate is provided at the apex to be trimmed to fit in the field and attached after the arches are filled with SCC.

3.0 SELF-CONSOLIDATING CONCRETE

The hollow composite arch tubes shall be filled with Self-Consolidating Concrete (SCC). The arch fill SCC shall conform to this section.

3.1 MATERIALS

Total Cementitious Materials (CM) shall include cement, , and an expansive cement component. Cement shall be Type I/II Portland Cement, AASHTO M 85 (ASTM C150) Fly Ash (ASTM C618 Class F) or Ground Granulated Blast Furnace Slag (GGBFS, ASTM C989 Grades 100 or 120) may be added at the rates allowed in this specification. Expansive Cement (ASTM C845 Type K) shall be added at the rate as specified in this section. An acceptable product is CTS Komponent manufactured by CTS Cement Manufacturing, 11065 Knott Ave, Suite A, Cypress CA 90630.

3.2 MIX DESIGN

Design the SCC mix in accordance with the Standard Specifications and the following requirements:

1. 28 Day Compressive Strength = 6000psi 2. Maximum size of Coarse Aggregate = 3/8 inch rounded crushed quarry rock. 3. Minimum Cementitious Material (CM) = 850 lb. /CY 4. Use of a High Range Water Reducer at a dosage recommended by the supplier is mandatory for producing SCC. 5. A Viscosity Modifying Admixture may be added at a dosage recommended by the supplier to improve mix stability. 6. The use of a hydration stabilizer (retarder) may be required to ensure sufficient placement time. 7. Fine Aggregate shall not be less than 50% of the total aggregate by volume.

JS-59 Date: 9/18/17 RICN: 201X-CB-XXX Page 7 of 9

8. The mix shall contain expansive cement Type K at a rate of between 12-15% by weight of total cementitious material. 9. The mix may include fly ash at a rate less than 25% by weight of cementitious material or grade 100 or 120 Ground Granulated Blast Furnace Slag (GGBFS) at a rate less than 50% by weight of cementitious material. 10. The water/cementitious material ratio (W/CM) shall be between 0.40 and .5 11. Air content shall be 0% to 5.0%

The concrete shall meet the following requirements in accordance with ASTM C1611 or AASHTO TP 73 and AASHTO TP 80 for slump flow and visual stability index: Slump Flow = 24-30 inches Visual Stability Index = 0-1.0

3.3 TESTING

Testing shall be performed by the Contractor. Trial batches shall be prepared prior to use to verify Compressive Strength, Slump Flow, Air Content, and Visual Stability Index. Results shall be made available to the Engineer for review. Each batch of SCC delivered to the jobsite shall be tested for Slump Flow, Visual Stability Index, and Air Content. If the concrete fails to meet the requirements re-dosing with additives is permitted.

3.4 CONCRETE PLACEMENT

All arches shall be filled with SCC under the supervision of the Engineer. They shall be filled in one continuous operation. Vibration may be necessary for shallow arches and its use shall be determined by the Contractor. The arches shall be filled through the fill holes that are field drilled by the contractor to the sizes and locations shown on the shop drawings. The concrete placement shall be accomplished using a method capable of directing the concrete into the 3.0 inch fill hole and regulating placement speed to prevent voids. The acceptable methods include the use of a boom type pump truck, a trailer pump, or a standard concrete bucket. The contractor shall have a backup method available in the event of an equipment malfunction. All tubes shall undergo auditory tap testing after SCC placement to ensure complete filling of tubes. Tap testing shall be done by the Contractor under the supervision of an AIT representative. In the event that voids are discovered, they shall be injected with grout such as SikaGrout 328 or approved equal for large voids or Sikadur 35 or approved equal for small voids. The determination of a large void versus a small void will be by an AIT representative. The maximum permitted hole size for grout injection is ¾ inch. AIT shall be given 48 hours notice, and offered the opportunity to be present for the filling of the arches and tap testing.

JS-60 Date: 9/18/17 RICN: 201X-CB-XXX Page 8 of 9

4.0 BACKFILLING and COMPACTION

Arch Tube concrete must reach a minimum compressive strength of 2000 psi prior to any backfilling or compaction activities on the structure. Contractor shall perform compressive strength tests (1 cylinder per arch) and provide results to Ridot for review and approval prior to backfilling.

4.1 MATERIALS

Backfill material shall be Pervious Fill in conformance with the Standard Specifications. Aggregate size over the crown of the arch shall be limited as shown on the plans.

4.2 PLACEMENT

Backfill shall extend to the lines and grades shown on the contract drawings, and shall be performed according to the standard specifications, and the additional requirements of this specification.

Backfill soil shall be placed in maximum 8 inch loose lifts. Compaction within four (4) feet of the structure shall be accomplished with hand compactors only. Vibratory rollers may be used outside of this zone and above the structure provided there is at least 12 inches of compacted cover above the structure.

All backfill shall be carefully placed to avoid damage to the structure.

Lightweight equipment (less than 12 tons) may be operated over the structure provided there is at least 12 inches of cover. Construction equipment greater than 12 tons may be used after 24 inches of compacted backfill has been placed over the structure. In no case shall the loading exceed the AASHTO design loading of HL-93 or RI-BP loads without written permission from the Designer and the Engineer.

Backfill shall be placed in lifts such that at no time will the elevation difference exceed 24 inches between opposite sides of the structure.

Backfill shall be placed around lateral tie rods which hold spandrel walls together. Special care shall be taken not to damage these rods while ensuring sufficient compaction.

JS-61 Date: 9/18/17 RICN: 201X-CB-XXX Page 9 of 9

5.0 METHOD OF MEASUREMENT

Furnish and Deliver Composite Arch Bridge System will be not be measured for payment.

6.0 BASIS OF PAYMENT

Item 800.9902 “Furnish and Deliver Composite Arch Bridge System” will be paid for at the “Only Acceptable Bide Price” per Lump Sum as listed in the Proposal.

The price listed in the Proposal includes 10% markup from the $127,700 due AIT.

Payment terms for AIT are 50% down upon execution of purchase order, 40% upon delivery of the Composite Arch Bridge System to jobsite, and 10% upon completion of installation. An interest charge of 1.5% per month may be added to all past due invoices.

Installation of Composite Arch Bridge System will be paid for under item 800.9901.

JS-62 Date: 3/29/17 RICN: 2017-CB-059 Page 1 of 1

CODE 803.9901

REMOVE AND DISPOSE PORTIONS OF MASONRY SUBSTRUCTURE

DESCRIPTION: The work under this item shall consist of removing and disposing designated portions of the existing concrete abutments and retaining walls as shown on the Plans. The back of some of these walls and/or abutments include stone masonry which shall also be removed under this item to the limits designated.

CONSTRUCTION METHODS: All work performed under these items shall be done in a cautious and professional manner. The exact method used to dismantle the various portions of the existing structures is optional; however, the work must be completed within the environmental constraints specified for the project. Erosion control measures shall be in place at all times and debris shall not be allowed to fall into the waterway or outside the limits of erosion controls.

Care shall be taken during removal operations so as not to damage portions of the structures which are to remain in place. If any damage to the structures designated to remain does ensue due to the Contractor's operations, it shall be repaired or replaced to the satisfaction of the Engineer at the sole expense of the Contractor.

Shielding and water retention barrier shall be in place during demolition operations.

Existing vertical reinforcing shall be salvaged and cut to proper length and bent as required for incorporation into new concrete caps.

All exposed portions of walls and abutments shall receive a ¾” deep sawcut at the limit of removal.

Concrete and stone masonry removed from the existing abutments and walls shall be removed from the project site, and shall be legally disposed of by the Contractor.

METHOD OF MEASUREMENT: This item will be measured by the cubic yard actually removed and disposed.

BASIS OF PAYMENT: The accepted quantity will be paid for at the respective contract unit prices per cubic yard as listed in the Proposal. The price so-stated constitute full and complete compensation for all labors, tools, materials, equipment, and other incidentals required to finish the work, complete and accepted by the Engineer.

Salvaging, cutting, and bending existing rebar to remain shall be considered incidental to this item.

JS-63 Date: 8/22/17 RICN: 2017-CB-059 Page 1 of 18

CODE 804.99 MICROPILES

CODE 804.9901 MOBILIZATION & DEMOBILIZATION OF MICROPILE EQUIPMENT

CODE 804.9902 DRILLED MICROPILES

CODE 804.9903 MICROPILE LOAD TEST

DESCRIPTION. This work shall consist of constructing micropiles in accordance with the Plans, approved working drawings, applicable sections of the RI Standard Specifications, provisions of the FHWA “Micropile Design and Construction”, Report No. FHWA NHI-05-039, the AASHTO LRFD Bridge Design Specifications, with latest Interims, and as specified herein. The micropile Contractor shall be responsible for furnishing all design, materials, products, accessories, tools, equipment, services, transportation, labor and supervision, and manufacturing techniques required for design, installation and testing of micropiles and pile top attachments for this project.

The micropile Contractor shall select the micropile type, size, pile top attachment, installation means and methods, estimate the ground-grout bond value and determine the required bond length and final micropile diameter. The micropile Contractor shall design and install micropiles that will develop a factored axial design resistance as shown on the plans for front vertical and back battered piles. The micropile load resistance shall be verified by proof load testing as required and must meet the test acceptance criteria specified herein.

MICROPILE CONTRACTOR’S EXPERIENCE REQUIREMENTS & SUBMITTALS. The micropile Contractor shall be experienced in the construction and load testing of micropiles and have successfully constructed at least five (5) projects in the last five (5) years involving construction of similar capacity to those required in these plans and specifications.

The Contractor shall have previous micropile drilling and grouting experience in soil/rock similar to project conditions. The Contractor shall submit construction details, structural details and load test results for at least three previous successful micropile load tests from different projects of similar scope to this project.

The Contractor shall assign an Engineer to supervise the work with experience on at least three (3) projects of similar scope to this project completed over the past five (5) years. The Contractor shall not use consultants or manufacturers’ representatives to satisfy the supervising Engineer requirements of this section.

The onsite foremen and drill rig operators shall also have at least (3) years of experience installing micropiles of equal or greater capacity than required in these plans and specifications.

JS-64 Date: 8/22/17 RICN: 2017-CB-059 Page 2 of 18

The micropiles shall be designed by a Registered Professional Engineer licensed by the State of Rhode Island with experience in the design of at least three (3) successfully completed micropile projects over the past five (5) years, with micropiles of similar capacity to those required in these plans and specifications. The micropile design engineer may be either an employee of the Contractor or a separate consultant design engineer meeting the stated experience requirements.

At least 45 calendar days before the planned start of micropile construction, the Contractor shall submit five (5) copies of the completed project reference list and a personnel list. The project reference list shall include a brief project description with the owner’s name and current phone number and load test reports. The personnel list shall identify the micropile system design engineer, supervising project engineer, drill rig operators, and on-site foremen to be assigned to the project. The personnel list shall contain a summary of each individual’s experience and be complete enough for the Engineer to determine whether each individual satisfies the required qualifications. The Engineer will approve or reject the Contractor’s qualifications within 45 calendar days after receipt of a complete submission. Additional time required due to incomplete or unacceptable submittals will not be cause for time extension or impact or delay claims. All costs associated with incomplete or unacceptable submittals shall be borne by the Contractor.

Work shall not be started, nor materials ordered, until the Engineer’s written approval of the Contractor’s experience qualifications is given. The Engineer may suspend the work if the Contractor uses non-approved personnel. If work is suspended, the Contractor shall be fully liable for all resulting costs and no adjustment in contract time will result from the suspension.

SUBSURFACE INFORMATION. Available boring information is provided on the Plans. Boring samples are available for inspection at the offices of Paul B. Aldinger and Associates, Inc. Contact Mary Caouette, P.E., 401-435-5570, to schedule an appointment.

CONSTRUCTION SITE SURVEY. Prior to bidding, the Contractor shall review the available subsurface information and visit the site to assess the site geometry, equipment access conditions, and location of existing structures and above ground facilities.

The Contractor is responsible for coordinating with DigSafe and for field locating and verifying the location of all utilities shown on the plans prior to starting the work and shall maintain uninterrupted service for those utilities designated to remain in service throughout the work.

Prior to the start of any micropile construction activity, the Contractor and Engineer shall jointly inspect the site to observe and document the pre-construction condition of the site, existing structures and facilities.

MICROPILE DESIGN REQUIREMENTS. The micropiles shall be designed to meet the specified loading conditions as shown on the Plans and approved working drawings. The following minimum requirements shall be met by the Contractor’s design:

1. The required geotechnical resistance factor shall be 0.55, unless specified otherwise.

JS-65 Date: 10/19/17 RICN: 2017-CB-059 Page 3 of 18

2. Estimated soil/rock design shear strength parameters, unit weights, applied foundation loadings, slope and construction surcharge loads, corrosion protection requirements, known utility locations, easements, right-of-ways and other applicable design criteria will be as shown on the Plans or specified herein.

3. The cased length and uncased length of the micropile shall have a nominal pile diameter as shown on the plans.

4. The entire length of the bond zone shall be located within intact bedrock. Bond zone length in weathered rock or soil shall not be considered.

5. Minimum steel bar reinforcing grade and other design details shall be as indicated on the Plans.

6. Provide a 2-inch concrete or grout cover over all steel reinforcing, and couplers. Centralizers attached to the reinforcing bar steel shall be used to ensure the minimum grout cover. A minimum of 1 inch of cover shall be provided over reinforcing bar couplers.

7. Pile casing steel shall be of a minimum thickness as shown on the plans and shall not be considered in the structural pile axial design.

8. Minimum 28-day compressive strength of concrete or cement grout shall be 5,000 psi.

Micropile Design Submittals. At least 45 calendar days before the planned start of micropile structure construction, the Contractor shall submit complete design calculations and working drawings to the Engineer for review and approval. This submittal shall include an installation narrative, all details, dimensions, quantities, ground profiles, and cross-sections necessary to construct the micropile structure. The installation narrative shall provide details of the specific method of construction, the proposed procedure for by-pass of obstructions, the proposed equipment for pile installation, and means and methods for measuring grout quantities and pressures during installation. The proposed records keeping format shall be described and a sample installation form provided for approval. The Contractor shall verify the limits of the micropile structure and ground survey data before preparing the detailed working drawings.

The drawings and calculations shall be signed and sealed by the Contractor’s Professional Engineer or by the Consultant designer’s Professional Engineer (as applicable), previously approved by the Engineer. If the micropile Contractor uses a consultant design engineer to prepare the design, the micropile Contractor shall still have overall contract responsibility for both the design and the construction.

Design Calculations. The design calculations shall include, but not be limited to, the following items:

JS-66 Date: 8/22/17 RICN: 2017-CB-059 Page 4 of 18

1. A written summary report which describes the overall micropile design.

2. Applicable code requirements and design references.

3. Micropile structure critical design cross-section(s) geometry including soil/rock strata and piezometric levels and location, magnitude and direction of design applied loadings, including slope or external surcharge loads.

4. Design criteria including soil/rock shear strengths (friction angle and cohesion), unit weights, and ground-grout bond values and micropile drillhole diameter assumptions for each soil/rock strata.

5. Resistance Factors and calculated resistances used in the design on the ground-grout bond values, surcharges, soil/rock and material unit weights, steel, grout, and concrete materials.

6. Design calculation sheets (both static and seismic) with the project number, micropile structure location, designation, date of preparation, initials of designer and checker, and page number at the top of each page. Provide an index page with the design calculations.

7. Design notes including an explanation of any symbols and computer programs used in the design.

8. Pile to footing connection calculations.

Working Drawings. The working drawings shall include all information required for the construction and quality control of the piling. Working drawings shall include, but not be limited to, the following items unless provided in the Plans:

1. A plan view of the micropile structure(s) identifying:

a. A reference baseline and elevation datum.

b. The offset from the construction centerline or baseline to the face of the micropile structure at all changes in horizontal alignment.

c. Beginning and end of micropile structure stations.

d. Right-of-way and permanent or temporary construction easements limits, location of all known active and abandoned existing utilities, adjacent structures or other potential interferences.

e. Subsurface exploration locations shown on a plan view of the proposed micropile structure alignment with appropriate reference base lines to fix the locations of the explorations relative to the micropile structure.

2. An elevation view of the micropile structure(s) identifying:

JS-67 Date: 8/22/17 RICN: 2017-CB-059 Page 5 of 18

a. Elevation view showing micropile locations and elevations, vertical and horizontal spacing, and batter and alignment.

b. Existing and finish grade profiles both behind and in front of the micropile structure.

3. Design parameters and applicable codes.

4. General notes for constructing the micropile structure including construction sequencing or other special construction requirements.

5. A listing of the summary of quantities on the elevation drawing of each micropile structure showing pay item estimated quantities.

6. Micropile typical sections including micropile spacing and inclination; minimum drillhole diameter; pipe casing and reinforcing bars sizes and details; splice types and locations; centralizers and spacers; grout bond zone and casing plunge lengths (if used); corrosion protection details; and connection details to the substructure footing, anchorage, plates, etc.

7. A typical detail of verification and production proof test micropiles defining the micropile length, minimum drillhole diameter, inclination, and load test bonded and unbonded test lengths.

8. Details, dimensions, and schedules for all micropiles, casing and reinforcing steel, including reinforcing bar bending details.

The working drawings and design calculations shall be signed and sealed by the Contractor’s Professional Engineer, previously pre-qualified by the Engineer. If the micropile Contractor uses a Consultant design engineer to prepare the design, the micropile Contractor shall still have overall contract responsibility for both the design and construction.

Shop drawing submittals shall conform to Special provision Code 105.02. The Contractor will not be allowed to begin micropile structure construction or incorporate materials into the work until the submittal requirements are satisfied and found acceptable to the Engineer. Changes or deviations from the approved submittals must be re-submitted for approval. No adjustment in contract time or delay or impact claims will be allowed due to incomplete submittals.

The shop drawings shall be revised when plan dimensions are changed due to field conditions or for other reasons. Within 30 days after completion of the work, the Contractor shall submit as- built drawings to the Engineer. The Contractor shall provide revised design calculations signed by the approved registered Professional Engineer for all design changes made during the construction of the micropile structure.

CONSTRUCTION SUBMITTALS. The Contractor shall prepare and submit to the Engineer, for review of completeness, the following for the micropile system or systems to be constructed:

JS-68 Date: 8/22/17 RICN: 2017-CB-059 Page 6 of 18

1. Detailed step-by-step description of the proposed micropile construction procedure, including personnel, testing and equipment to assure quality control. This step-by-step procedure shall be shown on the working drawings in sufficient detail to allow the Engineer to monitor the construction and quality of the micropiles.

2. Proposed start date and time schedule and micropile installation schedule and a plan with proposed micropile layout with the micropile numbering system.

3. If welding of casing is proposed, the Contractor shall submit the proposed welding procedure, certified by a qualified welding specialist.

4. Information on headroom and space requirements for installation equipment that verifies the proposed equipment can perform at the site.

5. Plan describing how surface water, drill flush, and excess waste grout will be controlled and disposed.

6. Certified mill test reports for the reinforcing steel or coupon test results for permanent casing without mill certification. The ultimate strength, yield strength, elongation, and material properties composition shall be included. For API N-80 pipe casing, coupon test results maybe submitted in lieu of mill certification.

7. Proposed Grouting Plan. The grouting plan shall include complete descriptions, details, and supporting calculations for the following:

a. Grout mix design and type of materials to be used in the grout including certified test data and trial batch reports.

b. Methods and equipment for accurately monitoring and recording the grout depth, grout volume and grout pressure as the grout is being placed.

c. Grouting rate calculations, when requested by the Engineer. The calculations shall be based on the initial pump pressures or static head on the grout and losses throughout the placing system, including anticipated head of drilling fluid (if applicable) to be displaced.

d. Estimated curing time for grout to achieve specified strength. Previous test results for the proposed grout mix completed within one year of the start of grouting may be submitted for initial verification and acceptance and start of production work. During production, grout shall be tested in accord with this specification.

e. Procedure and equipment for Contractor monitoring of grout quality.

8. Detailed plans for the proposed micropile load testing method. This shall include all drawings, details, and structural design calculations necessary to clearly describe the

JS-69 Date: 8/22/17 RICN: 2017-CB-059 Page 7 of 18

proposed test method, reaction load system capacity and equipment setup, types and accuracy of apparatus to be used for applying and measuring the test loads and pile top movements in accordance with this specification.

9. Calibration reports and data for each test jack, pressure gauge and master pressure gauge and electronic load cell to be used. The calibration tests shall have been performed by an independent testing laboratory, and tests shall have been performed within 90 calendar days of the date submitted. Testing shall not commence until the Engineer has reviewed and accepted the jack, pressure gauge, master pressure gauge and electronic load cell calibration data.

Work shall not begin until the construction submittals have been received, reviewed, and accepted in writing by the Engineer. Provide submittal items 1 through 5 at least 45 calendar days prior to initiating micropile construction, item 7 as the work progresses for each delivery and submittal items 6, 8 and 9 at least seven (7) days prior to start of micropile load testing or incorporation of the respective materials into the work. The Contractor shall allow the Engineer forty-five (45) calendar days to review the construction submittals after a complete set has been received. Additional time required due to incomplete or unacceptable submittals shall not be cause for delay or impact claims. All costs associated with incomplete or unacceptable Contractor submittals shall be the responsibility of the Contractor.

PRE-CONSTRUCTION MEETING. A pre-construction meeting will be scheduled by the Engineer and held prior to the start of micropile construction. The Engineer, prime Contractor, micropile specialty Contractor, micropile design engineer, excavation Contractor and geotechnical instrumentation specialist (if applicable) shall attend the meeting. Attendance is mandatory. The pre-construction meeting will be conducted to clarify the construction requirements for the work, to coordinate the construction schedule and activities, and to identify contractual relationships and delineation of responsibilities amongst the prime Contractor and the various Subcontractors - specifically those pertaining to excavation for micropile structures, anticipated subsurface conditions, micropile installation and testing, micropile structure survey control and site drainage control.

MATERIALS. The Contractor shall furnish materials new and without defects. Any defective materials shall be removed from the jobsite at no additional cost. Materials for micropiles shall consist of the following:

Admixtures for Grout. Admixtures shall conform to the requirements of ASTM C 494/AASHTO M194. Admixtures that control bleed, improve flowability, reduce water content, and retard set may be used in the grout, subject to the review and acceptance of the Engineer. Admixtures shall be compatible with the grout and mixed in accordance with the manufacturer’s recommendations. Expansive admixtures shall only be added to the grout used for filling sealed encapsulations and anchorage covers. Accelerators are not permitted. Admixtures containing chlorides are not permitted.

JS-70 Date: 8/22/17 RICN: 2017-CB-059 Page 8 of 18

Cement. All cement shall be Portland cement conforming to ASTM C 150/AASHTO M85, Types I, II, III or V.

Centralizers and Spacers. Centralizers and spacers shall be fabricated from schedule 40 PVC pipe or tube, steel, or material non-detrimental to the reinforcing steel. Wood shall not be used.

Fine Aggregate. If sand-cement grout is used, sand shall conform to ASTM C144/AASHTO M45.

Galvanization. Galvanization shall meet the requirements of ASTM A-153.

Grout. RIDOT approved neat cement or sand/cement mixture with a minimum 3-day compressive strength of 2,500 psi and a minimum 28-day compressive strength of 5,000 psi per AASHTO T106/ASTM C109. Admixtures, if used, shall be mixed in accordance with manufacturer’s recommendations.

Permanent Casing Pipe. Permanent steel casing/pipe shall have the diameter and at least minimum wall thickness shown on the approved working drawings. The permanent steel casing/pipe shall meet the following requirements:

1. The Tensile Requirements of ASTM A252, Grade 3.

2. May be new “Structural Grade” (a.k.a. “Mill Secondary’) steel pipe meeting above but without Mill Certification, free from defects (dents, cracks, tears) and with two coupon tests per truckload delivered to the fabricator.

For permanent casing/pipe that will be welded for structural purposes, the following material conditions apply:

1. The carbon equivalency (CE) as defined in AWS Dl.l, Section XI5.1, shall not exceed 0.45, as demonstrated by mill certifications.

2. The sulfur content shall not exceed 0.05%, as demonstrated by mill certifications.

For permanent casing/pipe that will be shop or field welded, the following fabrication or construction conditions apply:

1. The steel pipe shall not be joined by welded lap splicing.

2. Welded seams and splices shall be complete penetration welds.

3. Partial penetration welds may be restored in conformance with AWS D1.1.

4. The proposed welding procedure certified by a welding specialist shall be submitted for approval.

JS-71 Date: 8/22/17 RICN: 2017-CB-059 Page 9 of 18

Threaded casing joints shall develop at least the required compressive, tensile, and/or bending strength used in the design of the micropile.

Plates and Shapes. Structural steel plates and shapes for pile top attachments shall conform to ASTM A709/AASHTO M270, Grade 50.

Reinforcing Bars. Reinforcing steel shall be galvanized deformed bars in accordance with ASTM A 6l5/AASHTO M31, Grade 60 or Grade 75 or ASTM A 722/AASHTO M275, Grade 150. When a bearing plate and nut are required to be threaded onto the top end of reinforcing bars for the pile top to footing anchorage, the threading may be continuous spiral deformed ribbing provided by the bar deformations (e.g., Dywidag or Williams continuous threadbars) or may be cut into a reinforcing bar. If threads are cut into a reinforcing bar, the next larger bar number designation from that shown on the Plans shall be provided, at no additional cost.

Bar tendon couplers, if required, shall develop the ultimate tensile strength of the bars without evidence of any failure.

Water. Water used in the grout mix shall conform to AASHTO T 26 and shall be potable, clean, and free from substances that may be injurious to cement and steel.

CONSTRUCTION METHODS.

Site Drainage Control. The Contractor shall control and properly dispose of drill flush and construction related waste, including excess grout, in accord with all Project permits, the RI Standard Specifications and all applicable local codes and regulations. The Contractor shall provide positive control and discharge of all surface water that will affect construction of the micropile installation and maintain all pipes or conduits used to control surface water during construction. The Contractor shall repair damage caused by surface water at no additional cost. Upon substantial completion of the work, the Contractor shall remove surface water control pipes or conduits from the site. Alternatively, with the approval of the Engineer, pipes or conduits that are left in place may be fully grouted and abandoned or left in a way that protects the structure and all adjacent facilities from migration of fines through the pipe or conduit and potential ground loss.

Excavation. The Contractor shall coordinate the work and the excavation so the micropile structures are safely constructed. The micropile construction and related excavation shall be performed in accordance with the Plans and approved submittals. No excavations steeper than those specified herein or shown on the Plans will be made above or below the micropile structure locations without written approval of the Engineer.

Obstructions. When obstructions are encountered during the installation of micropiles, the Contractor shall make all reasonable efforts to install the piles at the location shown on the Plans and to the proper depth. The Contractor shall excavate to remove the obstruction or shall resort to all usual methods to install piles including rotary drilling and down-the-hole hammer. Piles shall not be relocated unless directed by the Engineer. Drilling through obstructions will be incidental to the Drilled Micropile Item.

JS-72 Date: 8/22/17 RICN: 2017-CB-059 Page 10 of 18

Micropile Allowable Construction Tolerances and Acceptance Criteria.

1. The center of gravity of the entire group of micropiles at an individual abutment shall not be more than 2 inches from the center of gravity location for the group as indicated on the plans.

2. Centerline of piling shall not be more than 3” from indicated plan location.

3. Pile shall be plumb within 2 percent of total-length plan alignment.

4. Top elevation of pile shall be plus 1” or minus 2” maximum from vertical elevation indicated.

5. Centerline of reinforcing steel shall not be more than ¾” from indicated location.

Piles that are damaged or defective due to defective materials, improper installation procedure, or piles that have an installed volume of cement grout not exceeding a volume equal to 110% of the theoretical volume of the drill hole will not be accepted. Pile acceptance will be by the sole judgment of the Engineer.

Piles that are damaged or defective shall be cut off one foot below bottom of footing elevation and located on the Contractor’s developed pile as-built drawing. These piles shall be replaced by additional pile(s) installed adjacent thereto, as directed by the Engineer, at no additional cost. The replacement pile(s) must be installed at a location which results in the center of gravity of the group meeting the location criteria stated above. Any modification that necessitates change to the structure shall require the Engineer’s prior review and acceptance. Any modifications shall be at the Contractor’s expense.

Piles which are mislocated beyond the specified tolerances shall be required to be corrected by installing an additional pile. The location of the additional pile shall be such that the center of gravity of the combination of the two piles falls within the location tolerance for the original location and the allowable tolerance for the abutment.

Micropile Installation. The micropile Contractor shall select the drilling method, the grouting procedure, and the grouting pressure used for the installation of the micropiles. The micropile Contractor shall also determine the micropile casing size, final drill hole diameter and bond length, and central reinforcement steel sizing necessary to develop the specified load capacities and load testing requirements. The micropile Contractor is also responsible for estimating the grout take. There will be no extra payment for grout overruns.

The drilling equipment and methods shall be suitable for drilling through the conditions to be encountered, without causing damage to any overlying or adjacent structures or services. The drillhole must be open along its full length to at least the design minimum drill hole diameter prior to placing grout and reinforcement.

JS-73 Date: 8/22/17 RICN: 2017-CB-059 Page 11 of 18

Temporary casing or other approved method of pile drill hole support will be required in caving or unstable ground to permit the pile shaft to be formed to the minimum design drillhole diameter. The Contractor’s proposed method(s) to provide drill hole support and to prevent detrimental ground movements shall be reviewed by the Engineer. Detrimental ground movement is defined as movement which requires remedial repair measures. Use of drilling fluid containing bentonite is not allowed.

During construction, the Contractor shall observe the conditions in the vicinity of the micropile construction site on a daily basis for signs of ground heave or subsidence. The Contractor shall immediately notify the Engineer if signs of movements are observed. The Contractor shall immediately suspend or modify drilling or grouting operations if ground heave or subsidence is observed, if the micropile structure is adversely affected, or if adjacent structures are damaged from the drilling or grouting. If the Engineer determines that the movements require corrective action, the Contractor shall take corrective actions necessary to stop the movement or perform repairs, at no additional cost to the State.

Reinforcement shall be placed into the drill hole prior to grouting and before temporary casing (if used) is withdrawn. Reinforcement surface shall be free of deleterious substances such as soil, , grease or oil that might contaminate the grout or coat the reinforcement and impair bond. Pile cages and reinforcement groups, if used, shall be sufficiently robust to withstand the installation and grouting process and the withdrawal of the drill casings without damage or disturbance.

The Contractor shall check pile top elevations and adjust all installed micropiles to the planned elevations.

Centralizers and spacers shall be provided at 10’ centers maximum spacing in order to provide a minimum 2” of grout cover over all steel reinforcing. The upper and lower most centralizer shall be located a maximum of 5’ from the top and bottom of the micropile. Centralizers and spacers shall permit the free flow of grout without misalignment of the reinforcing bar(s) and permanent casing. The central reinforcement bars with centralizers shall be lowered into the stabilized drill hole and set. The reinforcing steel shall be inserted into the drill hole to the desired depth without difficulty. Partially inserted reinforcing bars shall not be driven or forced into the hole. The Contractor shall redrill and reinsert reinforcing steel when necessary to facilitate insertion.

Lengths of casing and reinforcing bars to be spliced shall be secured in proper alignment and in a manner to avoid eccentricity or angle between the axes of the two lengths to be spliced. Splices and threaded joints shall meet the requirements of this specification. Threaded pipe casing joints shall be located at least two casing diameters (OD) from a splice in any reinforcing bar. When multiple bars are used, bar splices shall be staggered at least 12”.

Micropiles shall be primary grouted the same day the load transfer bond length is drilled. The grouting equipment used shall produce a grout free of lumps and undispersed cement. The Contractor shall have an approved means and methods of measuring the grout quantity and pumping pressure during the grouting operations. The grout pump shall be equipped with a

JS-74 Date: 8/22/17 RICN: 2017-CB-059 Page 12 of 18

pressure gauge to monitor grout pressures. A second pressure gauge shall be placed at the point of injection into the pile top. The pressure gauges shall be capable of measuring pressures of at least 150 psi or twice the actual grout pressures used, whichever is greater. The grout shall be kept in agitation prior to mixing. Grout shall be placed within one hour of mixing. The grouting equipment shall be sized to enable each pile to be grouted in one continuous operation.

Immediately prior to grouting, the hole shall be flushed with clean water to remove all contaminated water and cuttings. The hole shall be flushed with the grout pipe located at the bottom of the hole. The water shall be pumped at a high velocity until the wash water at the top of the casing is clear.

The grout shall be injected from the lowest point of the drill hole and injection shall continue until uncontaminated grout flows from the top of the pile. The grout may be pumped through grout tubes, casing, hollow-stem augers, or drill rods. Temporary casing, if used, shall be extracted in stages ensuring that, after each length of casing is removed the grout level is brought back up to the ground level before the next length is removed. The tremie pipe or casing shall always extend below the level of the existing grout in the drill hole. The grout pressures and grout takes shall be controlled to prevent excessive heave or fracturing of rock or soil formations. Upon completion of grouting, the grout tube may remain in the hole, but must be filled with grout.

Grout within the micropiles shall be allowed to attain the required design strength prior to being loaded.

If the Contractor elects to use a post grouting system, working drawings and details shall be submitted to the Engineer for review in accordance with this specification.

Grout within the micropile shall attain the minimum required 3-day compressive strength of 2,500 psi prior to load testing. During production, micropile grout shall be tested by the Contractor for compressive strength in accordance with AASHTO T106/ASTM C109 at a frequency of no less than one set of three 2” grout cubes from each grout plant each day of operation or per every 10 piles, whichever occurs more frequently. Unconfined compressive testing shall be completed at 3, 7 and 28 days.The compressive strength shall be the average of the 3 cubes tested.

Grout consistency as measured by grout density shall be determined by the Contractor per ASTM C 188/AASHTO T 133 or API RP-13B-1 at a frequency of at least one test per pile, conducted just prior to start of pile grouting. The Baroid Mud Balance used in accordance with API RP-13B-1 is an approved device for determining the grout density of neat cement grout.

Grout samples shall be taken directly from the onsite grout plant. The Contractor shall provide grout cube compressive strength and grout density test results to the Engineer within 24 hours of testing.

Micropiles shall be installed under the full-time inspection of the Engineer. The Contractor shall notify the Engineer a minimum of 48 hours prior to any operations in this section. Any pile installed when the representative of the Engineer is not present to obtain the necessary records

JS-75 Date: 8/22/17 RICN: 2017-CB-059 Page 13 of 18

shall not be accepted for payment and the Contractor shall install additional pile(s) as directed at no additional cost to the State.

Micropile Installation Records. The Contractor shall prepare and submit to the Engineer full- length installation records for each micropile installed. The records shall be submitted within one work shift after that pile installation is completed. The data shall be recorded on the micropile installation log. A separate log shall be provided for each micropile. The Contractor shall submit for approval a pile numbering plan identifying a unique pile designation number for each micropile. The Engineer shall keep an independent record of each micropile installation.

Each micropile installation log shall include the following information:

1. Top of pile elevation immediately after installation to the nearest 0.1 foot.

2. Pile cut-off elevation as installed to the nearest 0.1 foot.

3. Bottom of pile casing elevation to the nearest 0.1 foot.

4. Pile tip elevation as installed to the nearest 0.1 foot

5. Deviation from specified plan location in inches to the nearest ½ inch.

6. Pile length immediately after installation to the nearest 0.1 foot.

7. Pile designation number.

8. Damage (if any) to pile as well as any required corrective action taken.

9. Grout takes and pressures.

MICROPILE LOAD TEST. The Contractor shall perform 1 pile load test on a front vertical pile, as chosen by the Engineer. The testing can be performed as a tension or compression test using other piles, earth anchors or dead load as reaction. Compression load testing shall be performed in accordance with ASTM D1143 and tension load testing shall be performed in accordance with ASTM D3689, except as modified herein.

Pile load testing shall be performed to verify the design of the pile system and the construction methods proposed prior to the installation of any production piles. The test piles shall be constructed in conformance with the approved working drawings at the locations shown on the Plans or as directed by the Engineer.

Load tests shall be performed to verify that the micropiles will meet the required load capacities and load test acceptance criteria and to verify that the length of the micropile bond zone is adequate. The micropile load test results must verify the Contractor’s design and installation methods, and be reviewed and accepted by the Engineer prior to beginning installation of production micropiles.

JS-76 Date: 8/22/17 RICN: 2017-CB-059 Page 14 of 18

The drilling-and-grouting method, casing length and outside diameter, reinforcing bar lengths, and depth of embedment for the test pile(s) shall be identical to those specified for the production piles at the given locations. The test micropile structural steel sections shall be sized to safely resist the maximum test load.

The maximum test loads applied to the micropile shall not exceed 80 percent of the structural capacity of the micropile structural elements, to include steel yield in tension, steel yield or buckling in compression, or grout crushing in compression. Any required increase in strength of the verification test pile elements above the strength required for the production piles shall be provided for in the contractor’s bid price.

The jack shall be positioned at the beginning of the test such that unloading and repositioning during the test will not be required.

Testing equipment shall include dial gauges, dial gauge support, jack and pressure gauge, electronic load cell, and a reaction frame. The load cell is required only for the creep test portion of the test. The Contractor shall provide a description of test setup and jack, pressure gauge and load cell calibration curves in accordance with this specification.

The Contractor shall design the testing reaction frame to be sufficiently rigid and of adequate dimensions such that excessive deformation of the testing equipment does not occur. The jack, bearing plates, and stressing anchorage shall be aligned such that unloading and repositioning of the equipment will not be required during the test.

The test load shall be applied and measured using a hydraulic jack and pressure gauge. The pressure gauge shall be graduated in 100 psi increments or less. The jack and pressure gauge shall have a pressure range not exceeding twice the anticipated maximum test pressure. Jack ram travel shall be sufficient to allow the test to be done without resetting the equipment. The Contractor shall monitor the creep test load hold during testing with both the pressure gauge and the electronic load cell. The load cell shall be used to accurately maintain a constant load hold during the creep test load hold increment of the test.

The Contractor shall provide an independently supported reference beam with supports firmly embedded in the ground at a distance of between 8 to 10 feet from the test pile. One end of the reference beam must be free to move as the length of the beam changes due to temperature variations.

Pile top movement shall be measured utilizing three (3) dial gauges mounted equidistant from the center of the test pile at 120° intervals around the pile. The dial gauges shall be rigidly attached to the reference beam. The gauge stems shall be aligned vertically on a smooth glass horizontal bearing surface. The dial gauges shall be capable of measuring to 0.001” and shall have a travel sufficient to allow the test to be done without having to reset the gauge.

Reference points shall be established on the test pile, at each end or at the center of the reference beam, and on critical points of the reaction frame. The reference points shall consist of graduated

JS-77 Date: 8/22/17 RICN: 2017-CB-059 Page 15 of 18

scales machine divided into 0.02” and attached securely to the pile, reference beam, and other locations. The reference points shall be monitored during the pile load test.

The pile movement measuring system shall be protected against rain, wind, frost, and any other disturbances that could affect the reliability of the movement measurements. Sun shading shall be provided for the measuring system for the duration of the test and for a minimum of 1 hour prior to the start of the test.

Two telltales shall be installed. One telltale shall extend to the bottom of the test pile and a second telltale shall extend to the bottom of the cased section, or top of the bond zone. The telltales will be used to determine movement at the top of the bond zone and at the pile tip.

The required load test data shall be recorded by the Engineer.

Piles shall be tested to a maximum test load of 2.0 times the micropile design load shown on the Plans or working drawings. The pile load tests shall be made by incrementally loading the micropile in accordance with the following cyclic load schedule for both compression and tension loading:

Step Loading Applied Load Hold Time (Min.) 1 Apply AL 2.5 0.15 DL 2.5 0.30 DL 2.5 2 Cycle 1 0.45 DL 2.5 AL 1 0.15 DL 1 0.30 DL 1 0.45 DL 2.5 0.60 DL 2.5 3 Cycle 2 0.75 DL 2.5 0.90 DL 2.5 1.00 DL 2.5 AL 1

JS-78 Date: 8/22/17 RICN: 2017-CB-059 Page 16 of 18

0.15 DL 1 1.00 DL 1 1.15 DL 2.5 4 Cycle 3 1.30 DL 10 to 60 1.45 DL 2.5 AL 1 0.15 DL 1 1.45 DL 1 1.60 DL 1 1.75 DL 2.5 1.90 DL 2.5 5 Cycle 4 2.00 DL 10 1.50 DL 5 1.00 DL 5 0.50 DL 5 AL 5 AL = Alignment Load, DL = Design Load

Pile top and pile tip movement shall be measured at each load increment. The load-hold period shall start as soon as each test load increment is applied. The test pile shall be monitored for creep at the 1.30 Design Load (DL). Pile movement during the creep test shall be measured and recorded at 1, 2, 3, 4, 5, 6, 10, 20, 30, 50, and 60 minutes. The alignment load shall not exceed 5 percent of the DL load. Dial gauges shall be reset to zero after the initial AL is applied.

The acceptance criteria for micropile verification load tests are:

1. The pile shall sustain the first compression or tension 1.0 DL test load with no more than 0.50 inches total vertical movement at the top of the pile, relative to the position of the top of the pile prior to testing.

2. At the end of the 1.30 DL creep test load increment, test piles shall have a creep rate not exceeding 0.05”/log cycle time (1 to 10 minutes) or 0.1”/log cycle time (6 to 60 minutes or the last log cycle if held longer). The creep rate shall be linear or decreasing throughout the creep load hold period.

3. The maximum test load shall be taken as 50% of the applied test load which results in a movement under load of 0.5 inches at the pile tip. The movement at the pile tip shall be measured directly by the telltale.

4. Failure does not occur at the 2.0 DL maximum test load. Failure is defined as load where the slope of the load versus head settlement curve first exceeds 0.025”/kip.

JS-79 Date: 8/22/17 RICN: 2017-CB-059 Page 17 of 18

The Engineer will provide the Contractor written confirmation of the micropile design and construction within three (3) working days of the completion of the load tests. This written confirmation will either confirm the capacities and bond lengths specified in the working drawings for micropiles or reject the piles based upon the test results.

If a tested micropile fails to meet the acceptance criteria, the Contractor shall modify the design, the construction procedure, or both. These modifications may include modifying the installation methods, increasing the bond length, or changing the micropile type. Any modification that necessitates changes to the structure shall require the Engineer’s prior review and acceptance. Any modifications of design or construction procedures or cost of additional piles and load testing shall be at the Contractor’s expense.

Test piles may be considered for use as production piles provided no failure has occurred. Piles that are not used as production piles shall be cut off one foot below bottom of footing elevation and located on the Contractor’s developed pile as-built drawing. The Contractor shall be responsible for implementing the Engineer’s design modifications due to test piles which are tested unsuccessfully at no additional cost. The Contractor shall suggest a design alternative for Engineer consideration.

METHOD OF MEASUREMENT.

Mobilization & Demobilization of Micropile Equipment. This item does not require measurement for payment.

Drilled Micropiles. “Drilled Micropiles” to be furnished and drilled shall be measured by the number of drilled micropiles actually installed by the Contractor in accordance with the Plans, this Specification, and/or as directed by the Engineer.

Micropile Load Test. “Micropile Load Test” shall be measured by the number of micropile load tests actually performed by the Contractor in accordance with the Plans, this Specification, and/or as directed by the Engineer.

Incidental Items. The following items of work shall not be measured separately for payment, but shall be considered incidental to the other items of work inherent to this Specification: Micropile Design; Working Drawings; Construction Submittals; Construction Site Survey and Monitoring; Site Drainage Control; Layout, Elevation and Location Control; Measurement and Marking; By- Pass or Removal of Obstructions; Pile Splices; Replacement of Damaged, Defective, or Misaligned Piles; Additional Load Tests required due to pile failure, and Additional Pile length beyond that shown on the plans.

BASIS OF PAYMENT.

Mobilization & Demobilization of Micropile Equipment. “Mobilization & Demobilization of Micropile Equipment” will be paid for at the contract lump sum price as listed in the Proposal. The price so-stated constitutes full and complete compensation for all labor, materials, and

JS-80 Date: 8/22/17 RICN: 2017-CB-059 Page 18 of 18

equipment necessary for the handling, drilling and grouting of the micropiles and for the removing of same upon completion of the work.

Drilled Micropiles. The accepted quantity of “Drilled Micropiles” will be paid for at the contract unit price per each as listed in the Proposal. The price so-stated constitutes full and complete compensation for all design, labor, materials, tools, equipment and all other incidental items of work necessary to finish the work, complete and accepted by the Engineer, including drilling, furnishing, and placing the reinforcing steel and casing, grouting, and pile top attachments. The micropile Contractor is also responsible for estimating the grout take. No extra payment will be made for grout overruns.

Micropile Load Test. The accepted number of “Micropile Load Test” will be paid for at the contract unit price per each test as listed in the Proposal. The price so-stated constitutes full and complete compensation for all labor, materials, and equipment, including instrumentation and all other incidentals required to finish the work, complete and accepted by the Engineer.

JS-81 Date: 2/27/17 RICN: 2017-CB-059 Page 1 of 2

CODE 805.9901

EXCAVATION SUPPORT

DESCRIPTION

The work under this item shall be in accordance with Section 805 of the Rhode Island Department of Transportation Standard Specifications for Road and Bridge Construction except as modified herein.

Excavation Support is required to support the excavation, in the dry, while staying within the Limits of Disturbance, and maintaining the Bike Path, as shown on the plans.

CONSTRUCTION METHODS

All work shall conform to Section 805 of the RI Standard Specifications and as modified herein.

The Excavation support may be H-Piles and Lagging or braced Sheeting or other system capable of supporting the adjacent earth, while excavating down to bedrock, and any construction surcharges, while installing the new subfooting, and footing, in the dry.

Dewatering shall conform to Special Provision Code 203.9901.

No extra payment will be made for difficult dewatering, and/or means and methods of making excavation support water tight.

For bidding purposes, contractor shall assume that limits of Excavation Support is as shown on the plans.

Should portions of the existing substructure require removal to facilitate installation of excavation support, then the Contractor shall do so carefully with hand held pneumatic tools. Payment for concrete removal, including reinforcing will be under item 803.9901.

Contractor shall remove and dispose excavation support to within two feet of finished grade upon completion of work.

The Contractor shall provide details and calculations stamped by a RI professional Engineer for Excavation Support.

The Contractor has the option of installing sheeting such that the top of sheeting is lower than that shown on the plans provided that excavation does not encroach upon the Limit of Disturbance and Bike Path is maintained at all times.

JS-82 Date: 2/27/17 RICN: 2017-CB-059 Page 2 of 2

MATERIALS

Materials shall conform to the RI Standard specifications.

METHOD OF MEASUREMENT

This item will be measured by the number of square feet of earth support actually installed from the top of the bedrock surface to the top of the sheeting. Additional earth support installed higher than or at additional limits beyond that shown on the plans for the convenience of the Contractor will not be measured for payment.

BASIS OF PAYMENT: “Excavation Support” will be paid for at the contract price per square foot as listed in the Proposal. The price so stated shall constitute full compensation for all labor, tools, equipment, materials, removal and disposal, and all work described herein, including design, complete and accepted by the Engineer.

JS-83 Date: 9/20/17 RICN: 2017-CB-059 Page 1 of 8

CODE 805.9902

PRECAST CONCRETE MODULAR WALL

DESCRIPTION: This work consists of designing, fabricating, furnishing, and installing a Precast Concrete Modular (PCM) wall system, with or without geosynthetic/geogrid reinforcement, as specified herein.

The PCM retaining wall shall be constructed of wet cast concrete in accordance with ASTM C- 1776, these specifications and in conformity with the lines, grades, design, and dimensions shown on the Plans or established by the Engineer.

QUALITY ASSURANCE:

Precast concrete units shall be manufactured in a concrete products plant with approved facilities. Before proceeding with production, a precast sample unit shall be provided for the Project Engineer's acceptance. This sample shall be kept at the plant for comparison purposes during production. A second identical unit shall be kept at a location approved by the Rhode Island Department of Transportation (RIDOT), to be used for acceptance purposes of the finished surfaces.

All calculations and Shop Drawings shall be signed and stamped by a Professional Engineer registered in the State of Rhode Island. A detailed resume listing similar projects and demonstrating necessary experience (5 years minimum) to perform the PCM retaining wall design shall be submitted for the Engineer's approval.

Installation of PCM retaining wall shall be performed by personnel having demonstrated experience (5 years minimum) in the installation procedures recommended by the manufacturers and as specified herein.

PCM retaining wall systems may be one of the following, or approved equal:

Redi-Rock Big Block Monster Block Recon Stone Strong

The wall shall be battered as detailed on the plans.

The PCM wall shall be built in accordance with the Plans, accepted Shop Drawings and approved sample concrete units for the proposed wall system.

A qualified representative from the wall designer shall be present at least once a week on site to ensure the Contractor’s procedures satisfy the intent of the design.

JS-84 Date: 9/20/17 RICN: 2017-CB-059 Page 2 of 8

Design Requirements

The PCM retaining wall shall be designed for a service life of not less than 75 years.

In general, the PCM wall system shall be designed in accordance with manufacturer’s requirements specified herein and shown on the Plans and in accordance with latest AASHTO LRFD Bridge Design Specifications. Where conflicting requirements occur the more stringent shall govern.

In addition to all other applicable loads on wall, the wall shall be designed for:

 Live load Surcharge using an equivalent height of soil heq=2 feet.  Surcharge from TL-2 impact loading.

The PCM wall design shall follow the general dimensions of the wall envelope shown on the Plans. Base of footing elevation shall ensure 4 feet minimum embedment below grade, as shown graphically on the Plans. All wall elements shall be within the right-of-way limits shown on the Plans. The concrete units shall be placed so as not to interfere with drainage or other utilities, or other potential obstructions.

All appurtenances behind walls, such as drainage structures, utilities, guardrail, or other appurtenances shown on the Plans shall be accounted for in the stability design of the wall.

The wall shall be designed and stamped by a P.E. for Internal and External Stability.

Nominal bearing resistance of soil and rock to be used for design varies with footing width and shall be as shown on the plans.

MATERIALS:

The Contractor shall be responsible for the purchase or manufacture of the precast concrete units, oint filler, and all other necessary components. The Contractor shall furnish to the Engineer the appropriate Certificates of Compliance certifying that the applicable wall materials meet the requirements of the project specifications. All materials used in the construction of the PCM retaining wall shall meet the requirements specified in the following subsections of Division III, Materials Specifications of the RIDOT Standard Specifications for Road and Bridge Construction and as specified herein.

Materials not conforming to this section of the specifications or from sources not listed in the contract documents shall not be used without written consent from the Engineer.

JS-85 Date: 9/20/17 RICN: 2017-CB-059 Page 3 of 8

Precast Concrete Units

A. The Precast Concrete units shall have a minimum compressive strength of 4,000 psi, and conform to the requirements of ASTM C-1776. Reinforcing steel shall conform to AASHTO designation M 31 (ASTM designation A615) Grade 60 and shall be galvanized in accordance with Standard Specification Code 810.

Precast Concrete Unit dimensions vary with manufacturer. The height of a full block shall be between 16” and 24” and the width of a full block shall be between 46” and 48”. The depth of the blocks shall be as required by design.

Unit dimensions and layout shall include a horizontal joint of ½” ± and a vertical joint of 3/8”± in order to accommodate differential settlement without impairing the appearance of the wall face or compromising the structural integrity of individual units. Architecturally, unit joints should be maintained throughout the wall.

Inspection and Rejection: The quality of materials, the process of manufacture, and the finished units shall be subject to inspection by the Engineer prior to shipment. Precast concrete units may be subject to rejection on account of failure to conform to the specification requirement. Individual units may be rejected because of any of the following:

Variations in the exposed face that substantially deviate from the approved architectural model as to texture, relief and reveals, in accordance with precast concrete industry standards.

Dimensions not conforming to the following tolerances:

Face of unit, length or height plus or minus three sixteenth (3/16) of an inch.

Deviation from square when measured on diagonal: one half (1/2) inch.

Surface defects on smooth-formed surfaces, measured on a length of five (5) feet, shall not exceed one eighth (1/8) of an inch.

Surface defects on textured-finished surfaces, measured on a length of five (5) feet shall not exceed five sixteenth (5/16) of an inch.

Defects indicating honeycombed or open texture.

Defects which would affect the structural integrity of the unit including cracked or severely chipped units.

Color variations on front face of unit due to excess form oil or other reasons.

B. The units may be shipped after the compressive strength cylinders indicate the 28 day design strength has been achieved.

JS-86 Date: 9/20/17 RICN: 2017-CB-059 Page 4 of 8

D. Unless otherwise indicated on the plans, the concrete surfaces shall be finished in accordance with Section 809.03.6, 809.03.7 and 809.03.8. as modified herein. The units shall be cast on a flat area.

E. The date of manufacture, the production lot number, and the piece mark shall be clearly scribed on an unexposed face of each Precast Concrete Unit.

F. All units shall be handled, stored, and shipped in such a manner as to eliminate the dangers of chipping, discoloration, cracks, fractures, and excessive bending stresses.

Geosynthetic/Geogrid

Shall conform to manufacturers recommendations.

Joint Materials

Shall conform to manufacturers recommendations.

Drainage Aggregate

Shall conform to manufacturers recommendations.

Select Granular Backfill Material

All backfill material used in the structure volume shall conform to Pervious Fill as described in the Standard Specifications to the limits shown on the plans.

Leveling Pad

The leveling pad shall be constructed of Class A Concrete, or crushed stone wrapped in filter fabric conforming to the RI Standard Specifications.

Super Air Meter

A Super Air Meter (SAM) shall be provided by the Contractor to Ridot for concrete testing purposes two weeks prior to any concrete casting. Upon completion of project, the SAM shall become the property of Ridot. This SAM shall include one Super Air Meter testing device, and all accessories required to calibrate the meter and perform the type B or SAM tests. This includes a Pro Cali Can, Safety glasses, a Mallet, Strike off board, a Tamping rod, Filling Bulb and a Plastic Protective Case. This product shall be purchased at www.superairmeter.com.

CONSTRUCTION METHODS

The foundation for the structure shall be approved by the Engineer prior to erection.

JS-87 Date: 9/20/17 RICN: 2017-CB-059 Page 5 of 8

Submittals

Design computations demonstrating compliance with the criteria specified herein and shown on the Plans, prepared and signed and stamped by a registered professional engineer licensed in the State of Rhode Island.

The design calculations shall include:

Statement of all assumptions made and copies of all references used in the calculations.

Analyses demonstrating compliance with all applicable earth, water, surcharges, seismic, or other loads, as specified herein, shown on the Plans, and required by applicable Codes.

Analyses or studies demonstrating durability and corrosion resistance of retaining wall systems for the proposed location and environment. The designers shall provide all corrosion protection devices necessary for the retaining wall to have a minimum service life of 100 years in the proposed location and environment.

A detailed resume of the wall designer listing similar projects and demonstrative necessary experience to perform the PCM retaining wall design, including a brief description of each project that is similar in scope. A reference shall be included for each project listed. As a minimum, the reference shall include an individual's name, address and current phone number.

Manufacturer’s product data for the PCM wall system, including material, manufacture and erection specifications, all specialized erection equipment necessary, details of buried PCM wall elements, design properties, type of backfill and details for connections between precast units.

Details of precast unit and concrete mix design in accordance with Section M.02.

Shop Drawings showing the configuration and all details, dimensions, quantities and cross- sections necessary to construct the wall, including but not limited to the following:

1. A plan view of the wall shall include Contract limits, stations and offsets or coordinates, and the face of wall line shown on the Plans.

2. An elevation view of the wall which shall include the elevation at the top of the wall at all horizontal and vertical break points and at least every 50 feet along the face of the wall, all steps in the leveling pads, the designation as to the type of retaining wall system(s), and an indication of the final ground line and maximum calculated bearing pressures. The face of wall shown on the Plans shall be indicated.

3. A typical cross section or cross sections showing the elevation relationship between existing ground conditions and proposed grades, and the proposed wall configuration. The sections shall also indicate the location of the face of wall shown on the Plans.

JS-88 Date: 9/20/17 RICN: 2017-CB-059 Page 6 of 8

4. General notes pertaining to design criteria and wall construction.

5. A listing of the summary of material quantities for each wall.

6. Details of the architectural treatment, if required.

7. Sequence and schedule of construction, including overall construction schedule.

8. Methods of excavation and backfill.

9. Method of maintaining stability of excavated trenches.

10. Method of monitoring plumpness and deviation of wall.

11. Excavation support system, if any.

12. Details and location of all necessary construction and expansion joints along the wall.

13. General notes pertaining to design criteria and wall construction.

Delivery, Storage and Handling

Contractor shall check the material upon delivery to assure that the proper material has been received. A product certification should be provided with each shipment.

Material shall be stored above -20 degrees F.

Contractor shall prevent excessive mud, wet cement, epoxy and like substances which may affix themselves to the material from coming in contact with the material.

Material may be laid flat and stored outside for 30 days. For extended storage, material shall be stored in or beneath a trailer or covered with an opaque tarpaulin to prevent long-term exposure.

Wall Excavation

Excavation shall be either Structural Excavation Earth or Rock Excavation in accordance with the requirements of Section 203 and in close conformity to the limits shown on the Plans. Excavation will be paid for separately, except excavation beyond the pay limits shown on the plans will not be paid for.

Foundation Preparation

The foundation material for the retaining structure shall be 6” minimum of concrete leveling pad or 6” minimum crushed stone wrapped in filter fabric. Any existing material found to be unsuitable

JS-89 Date: 9/20/17 RICN: 2017-CB-059 Page 7 of 8

shall be removed and replaced with compacted gravel borrow. Prior to placing gravel borrow, existing material to remain shall be compacted.

Wall Erection

Precast concrete units shall be erected in accordance with the manufacturers recommendations, and as described below. In the event of discrepancy, the more stringent shall govern.

Units shall be placed so that their final position is as shown on the Plans. For erection, units are handled by means of lifting devices connected to the upper edge of the unit. Units should be placed in successive horizontal lifts in the sequence shown on the approved Shop Drawings as backfill placement proceeds. As backfill material is placed behind the units, the units shall be maintained in position by means of temporary wedges or bracing according to the wall supplier's recommendations.

The maximum allowable offset in any block course shall be 3/8 inch. This offset will be measured with a straight edge touching the top corner of all battered blocks. In plan view, no block shall be more than 3/8” from a 10 foot straight edge placed against the wall across 4 blocks.

Backfill Placement

Backfill placement shall conform to the manufacturers recommendations, and as described below. In the event of discrepancy, the more stringent shall govern.

Backfill shall closely follow erection of each course of precast units. Backfill shall be placed in such a manner as to avoid any damage or disturbance of the wall materials or misalignment of the precast units. Any wall materials which become damaged during backfill placement shall be removed and replaced at the Contractor's expense. Any misalignment or distortion of the precast wall units due to placement of backfill outside the limits of this specification shall be corrected by the Contractor at his expense.

Backfill shall be compacted to 95 percent of the maximum density as determined by AASHTO T- 180, Method C or D (with oversize corrections as outlined in Note 7 of that test). For backfills containing more than 30 percent retained on the 3/4 inch sieve, a method of compaction consisting of at least 4 passes by a heavy roller shall be used.

The moisture content of the backfill material prior to and during compaction shall be uniformly distributed throughout each layer. Backfill materials shall have a placement moisture content less than or equal to the optimum moisture content. Backfill material with a placement moisture content in excess of the optimum moisture content shall be removed and reworked until the moisture content is uniformly acceptable throughout the entire lift.

The maximum lift thickness before compaction shall be 12 inches. The Contractor shall decrease this lift thickness, if necessary, to obtain the specified density.

JS-90 Date: 9/20/17 RICN: 2017-CB-059 Page 8 of 8

At the end of each day's operation, the Contractor shall slope the last level of the backfill away from the wall unit, to rapidly direct runoff away from the wall face. In addition, the Contractor shall not allow surface runoff from adjacent areas to enter the wall construction site.

METHOD OF MEASUREMENT:

“Precast Concrete Modular” will not be measured separately.

BASIS OF PAYMENT:

“Precast Concrete Modular Wall” and all appurtenances attached thereto and/or described herein and/or required per the recommendations of the manufacturer, will be included in cost of item 800.9901 and shall include all work described herein and shown on the plans, and/or as recommended by the manufacturer.

Excavation and Backfill (excluding Drainage Aggregate) will be paid for separately.

JS-91 Date: 11/29/16 RICN: 2017-CB-059 Page 1 of 1

CODE 807.9901

RECONSTRUCT STONE MASONRY

DESCRIPTION: The work under this item shall consist of reconstructing designated portions of existing retaining walls as shown on the Plans or as directed by the Engineer. All construction shall be in accordance with the appropriate sections of the Rhode Island Standard Specifications for Road and Bridge Construction, the contract plans and this Specification.

CONSRUCTION METHODS:

Stones shall be removed, stockpiled, and reset in a more stable manner. Larger stones shall be utilized at the bottom of the wall/slope.

The existing and proposed walls/slopes will be dry laid similar to the existing condition.

The southeast wall/slope will/may require additional smaller (chink) stones to fill the voids of the reset wall/slope.

METHOD OF MEASUREMENT: ”Reconstruct Stone Masonry” will be measured by the number of cubic yards actually placed in accordance with the Plans and/or as directed by the Engineer.

BASIS OF PAYMENT: The accepted quantity of ”Reconstruct Stone Masonry” will be paid for at the contract unit price per cubic yard as listed in the Proposal. The price so-stated constitute full and complete compensation for all labors, tools, materials, equipment, and other incidentals required to finish the work, including supplying additional stones as required, complete and accepted by the Engineer.

JS-92 Date: 4/28/17 RICN: 2017-CB-059 Page 1 of 2

CODE 809.

PRECAST CONCRETE SPANDREL WALLS

DESCRIPTION: This item of work shall include furnishing, fabricating and erecting precast concrete spandrel walls in accordance with this specification, the plans, and the relevant provisions of Section 809 of the RI Standard Specification and the latest edition of PCI Manual for Quality Control MNL-116 and/or as directed by the Engineer.

Also included in this work is furnishing and installing lateral tie rods as detailed on the plans to hold the spandrel walls together.

MATERIALS:

All materials shall conform to the RI Standard Specification unless otherwise noted.

Concrete: Concrete shall be Class HP, ¾”.

Concrete Colorant Shall conform to Special Provision Code 601.9901

Reinforcing: All reinforcing steel shall be galvanized in accordance with Section 810 of the RI Standard specifications.

Steel Hardware: All steel hardware, including, but not limited to, anchor plates, threaded couplers, lateral tie rods, turnbuckles, bolts, nuts, washers, and dowels shall be A304 stainless steel.

Neoprene Pads: Shall conform to Section 828.02.1a of the RI Standard Specification.

FABRICATION:

Plant Precast Spandrel Walls shall be manufactured in a Precast/Pre-stressed Concrete Institute (PCI) Certified facility.

Tolerances Tolerances for precast units shall be in conformance with the latest edition of MNL 116, as applicable. Exposed surfaces shall be Finish Grade A.

CONSTRUCTION METHODS:

JS-93 Date: 4/28/17 RICN: 2017-CB-059 Page 2 of 2

The Contractor shall submit an “Erection Plan” which shall include, but not be limited to, the following requirements; Lifting and installation procedure of each precast section conforming to the manufacturers recommendations. Detailed method of rigging, lifting and placing, including crane size(s), crane location(s) and relocations if required, shall be submitted including all applicable design calculations.

Placement of the Units Precast units shall be placed as shown on the construction drawings. Special care shall be taken in setting the units to the true line and grade.

A portion of the precast spandrel walls shall be set onto the precast footing sidewall for support until the cast in place portion of footing is cast, as detailed on the plans. The cast in place portion of the footing shall ensure no voids under and adjacent to the portion of the spandrel wall within the cast in place footing.

The spandrel walls shall be temporarily braced to each other across the road to ensure stability until backfill is completed. Also temporary supports shall be provided to ensure that tie rods don’t sag prior to backfill. These temporary supports shall be submitted for review prior to installation.

No backfill shall be placed against spandrel walls until the lateral ties are sufficiently tensioned and have been approved by the Engineer.

METHOD OF MEASUREMENT:

Precast Concrete Spandrel Walls will not be measured separately for payment.

BASIS OF PAYMENT:

Precast Concrete Spandrel Walls will be included under Lump Sum item 800.9901.

JS-94 Date: 8/25/2017 RICN: 2017-CB-059 Page 1 of 2

CODE 817.9901

GROUT BASE OF EXISTING FOOTINGS

DESCRIPTION: This work shall consist of furnishing and installing grout at the base of footings as detailed on the plans and described herein.

MATERIALS:

Grout shall have a minimum compressive strength of 5,000 psi and shall be one of the following:

1. Sika 212 with Sikament 100 SC Anti-Washout Admixture Sika Corporation 201 Polito Ave. Lyndhurst, NJ 07071 Dave Clarke 401-952-3231

2. Aquaseal Gel w/sand Euclid Chemical Company 19218 Redwood Road Cleveland Ohio 44110 Chris French 1-860-673-7602

3. Five Star Marine Cementitous Underwater Grout Five Star Products, Inc. 425 Stillson Road Fairfield, CT 06824 Bob Przyborowski 1-914-420-6367

CONSTRUCTION METHODS:

The grout shall be installed in accordance with the manufactures recommendations.

Boulders in the river which require moving to facilitate installation of water retention barrier and/or grouting operations will be considered incidental to this item.

The water retention barrier shall be in place prior to installing grout.

The grout shall be installed in the dry, or in standing water. The grout shall not be installed in flowing water.

JS-95 Date: 8/25/2017 RICN: 2017-CB-059 Page 2 of 2

Existing waterline under the north end of the east abutment shall be removed and disposed under item 201.0414 prior to grouting.

Method of installing grout at undermined areas shall utilize bulk heads, pump ports, and escape ports and shall ensure full grouting of all voids.

Type of ports, ie. PVC pipe or otherwise and diameter shall be as recommended by the manufacturer.

Upon completion of grouting, all grout ports and escape ports shall be cut off flush with surface of grout.

Grout bags will not be allowed. Grout shall be pumped or troweled into place to achieve a smooth 45 degree angle on the exposed face.

METHOD OF MEASUREMENT: ”Grout Base of Existing Footings” will be measured by the number of cubic feet actually placed in accordance with the Plans, this specification, and/or as directed by the Engineer.

BASIS OF PAYMENT: The accepted quantity of ”Grout Base of Existing Footings” will be paid for at the contract unit price per cubic foot as listed in the Proposal. The price so-stated constitutes full and complete compensation for all labors, tools, materials, equipment, and other incidentals required to finish the work, complete and accepted by the Engineer.

JS-96 Date: 03/31/17 RICN: 2017-CB-059 Page 1 of 2

CODE 901.9903

COLLAPSIBLE BOLLARD

DESCRIPTION: This item shall consist of supplying and installing single post, hinged, collapsible bollards as indicted on the plans and in accordance with the manufacturer's recommendations. The bollards shall be 30 inches tall and, when collapsed, shall project no more than four inches above the surrounding grade. The bollard shall be secured in the upright position by a three- quarter inch diameter locking pin with a 13/32" hole for a lock in each end. The Contractor shall coordinate with the Town Engineer to obtain padlocks for the securing of the bollards prior to final installation.

MATERIALS:

Bollards: The bollards shall be TrafficGuard® Low Profile Heavy Duty Hinged Bollard, or equal.

TrafficGuard Direct (877) 727-7347 www.trafficguard.net

Bollard Warehouse (888) 290-6420 www.bollardwarehouse.com

The bollard shall be fabricated from ASTM-A36TS 6"x3"x3/8" steel tube with a welded top end plate and beveled bottom comers as detailed on the plans. The base plate shall be fabricated of ASTM- A36 steel and shall be, 12"x12"x3/8" with beveled comers. The vertical supports shall be a 1/2” steel plate welded to the base plate. Decal plate shall be 1/4" and welded to the backside of the vertical support.

Anchor Bolts: Anchor bolts shall be 3/4"x12" ASTM - A36 L Hook Anchor Bolt with Hex Head Nut and type A Flat Washer. All hardware galvanized.

Hinge Pins: Hinge Pins shall be 3/4" -10 x8" Hex Head Bolt 18-8 stainless steel bolts furnished with 3/4" -10- 18-8 stainless steel nut.

Locking Pins: Locking Pins shall be 3/4" -10 x8" 18-8 stainless steel pin with a 13/32" hole for a lock in each end.

Warning Decals: Each bollard shall be provided with two (2) reflective arrow labels and three (3) clearance-warning labels to be affixed at time of installation.

Gravel Borrow: Gravel borrow shall conform to the requirements found in Subsection M.01, Borrow and Aggregates, of the 2004 Standard Specifications and all amendmendants.

Class XX Concrete: Concrete shall conform to the requirements found in subsection M.02, Portland Cement Concrete of the Rhode Island Department of Transportation Standard Specifications for Road and Bridge Construction, 2004 Edition and all amendments.

JS-97 Date: 03/31/17 RICN: 2017-CB-059 Page 2 of 2 Painting: Prepare all uncoated ASTM - A36 steel by removing scale and weld slag by chipping, wirebrushing, and then sandblast to SSPC 6. Prime all surfaces with one coat of Gray Corlar® Epoxy Primer 934S with a dry thickness of 1.0 mils. Paint one finish of DuPont Yellow IMRON 5000 3.5 VOC Color #NO882HNW in a cross- coat fashion.

SUBMISSIONS: Shop Drawings shall be submitted for the bollards prior to ordering and delivering of the materials to the job site.

CONSTRUCTION METHODS: The Contractor shall install the collapsible bollards according to the manufacturer's installation instructions and requirements. The Contractor shall take care to not damage the surrounding pavement during installation. The Contractor, at no cost to the state, shall repair any damage to the pavement surface during installation.

Details regarding installation of the bollard have been included in the Contract Drawings. The Contractor shall confirm these details with the manufacturer prior to beginning the installation process.

METHOD OF MEASUREMENT: "Collapsible Bollard" will be measured by the unit EACH, and shall be the number of collapsible bollards actually installed per the manufacturer's instructions.

BASIS OF PAYMENT: "Collapsible Bollard" shall be paid for at the contract unit price bid per EACH as listed in the Proposal. The price so stated shall constitute full and complete compensation for all labor, materials, tools, excavation, gravel borrow, concrete, bollards, base plates, anchor bolts, concrete reinforcement and other materials, equipment, and labor required for the complete installation of the collapsible bollards and also for the disposal of any excess material generated by the excavation process.

JS-98 Date: 9/20/17 RICN: 2017-CB-059 Page: 1 of 1

CODE 906.9901

PRECAST CONCRETE WHEELCHAIR RAMP CURB

DESCRIPTION. This work consists of the construction of precast transition curbing (curved or straight) R.I Std. 7.1.3 for wheelchair ramps on prepared gravel bases at the locations indicated on the Plans or as directed by the Engineer, all in accordance with these Specifications.

MATERIALS. Materials shall conform to Section 906.02.2 of the RI Standard Specifications for Road and Bridge Construction, Amended August 2013 with all revisions.

CONSTRUCTION METHODS. Construction methods shall conform to Section 906.03 of the RI Standard Specifications for Road and Bridge Construction, Amended August 2013 with all revisions.

METHOD OF MEASUREMENT. “Precast Concrete Wheelchair Ramp Curb" will be measured (along the front face of the section at the finished grade elevation) by the number of linear feet of such curbing actually installed in accordance with the Plans and/or as directed by the Engineer.

BASIS OF PAYMENT. The accepted quantity of "Precast Concrete Wheelchair Ramp Curb" will be paid for at their respective contract unit prices per linear foot as listed in the Proposal. The price so-stated constitute full and complete compensation for all labor, materials, trimming, fine grading, transition curb (curved or straight), and equipment, and all other incidentals required to finish the work, complete in place and accepted by the Engineer.

JS-99 Date: 1/15/2012 RICN: 2017-CB-059 Page 1 of 1 CODE 907.1000

DUST CONTROL

DESCRIPTION:

Subsection 907.05.3; Failure to Comply, of the Standard Specifications requires that a daily charge be deducted from monies due the Contractor in the event the Engineer decides that dust has not been adequately controlled.

The Charge for this Contract will be $100.00 per day.

JS-100 Date: 3/7/13 RICN: 2017-CB-059 Page: 1 of 1

CODE 937.1000

MAINTENANCE AND MOVEMENT OF TRAFFIC PROTECTIVE DEVICES

DESCRIPTION.

Subsection 937.05.2; Failure to Comply, part a. Maintenance, of the Standard Specifications, requires that a daily charge be deducted from monies due the Contractor for failure to adequately and safely maintain traffic control devices along any portion of the project.

The charge for this Contract will be $1000.00 per day.

Subsection 937.05.2; Failure to Comply, part b. Movement, of the Standard Specifications, requires that an appropriate charge be deducted from monies due the Contractor for failure to remove and/or relocate traffic control devices for compliance with the traffic-related work restrictions included in the Transportation Management Plan or to otherwise meet changes in traffic conditions, construction operations, or other conditions affecting the safety and/or mobility of the traveling public.

Failure to comply with this requirement will result in a charge of $2,000.00 per half hour per lane (paved shoulders will be counted as lanes) per direction of travel for all project roadways.

JS-101 Date: 10/11/17 RICN: 2017-CB-059 Page 1 of 1

CODE 938.1000

PRICE ADJUSTMENTS

DESCRIPTION:

a. Liquid Asphalt Cement.* The Base Price of Liquid Asphalt Cement as required to implement Subsection 938.03.1 of the Standard Specifications is $ 405.00 per ton.

* In the case of modified asphalt binder, this price adjustment provision shall only apply to the neat liquid asphalt component. This provision shall not apply to the modifier component, manufacture, storage, transportation or other associated costs.

b. Diesel Fuel. The Base Price of Diesel Fuel as required to implement Subsection 938.03.2 of the Standard Specifications is $ 1.9110 per gallon.

The price adjustments listed above were listed on the RIDOT Website as being effective on October 2, 2017. Current price adjustments can be found at the following web address:

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

JS-102 Date: 6/8/16 RICN: 2017-CB-059 Page: 1 of 5

CODE 943.0200

ON-THE-JOB TRAINING

This On-the-Job Training Specification conforms to the requirements of 23 U.S.C. 140(a).

As part of the contractor's equal employment opportunity and affirmative action programs, training shall be provided as follows:

A. The contractor shall provide on-the-job training aimed at developing full journey worker status in the type of trade or job classification involved.

B. The number of training hours assigned to this contract per this specification will be 500 hours. The specific number of trainees shall be determined by the Contractor during the post qualification process.

C. In the event that a contractor subcontracts a portion of the contract work, he shall determine how many, if any, of the trainees are to be trained by the subcontractor, provided, however, that the contractor shall retain the primary responsibility for meeting the training requirements of this specification. The contractor shall also insure that this specification is made applicable to such subcontract. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training.

D. The number of trainees shall be distributed among the work classifications on the basis of the contractor's needs and the availability of journey workers in the various classifications within a reasonable area of recruitment. Prior to commencing construction, the contractor shall submit to RIDOT for approval the number of trainees to be trained in each selected classification and training program to be used. Furthermore, the contractor shall specify the starting time for training in each of the classifications. The contractor will be credited for each trainee employed by him on the contract work that is currently enrolled or becomes enrolled in an approved program, and will be reimbursed for such trainees as provided hereinafter.

GOOD FAITH EFFORTS

Training and upgrading of minorities and women toward journey worker status is a primary objective of this Specification. Accordingly, the contractor shall make every effort to enroll minority trainees and women (e.g., by conducting systematic and direct recruitment through public and private sources likely to yield minority and women trainees) to the extent that such persons are available within a reasonable area of recruitment. The contractor will be responsible for demonstrating the steps that he has taken in pursuance thereof, prior to a determination as to whether the contractor is in

JS-103 Date: 6/8/16 RICN: 2017-CB-059 Page: 2 of 5

compliance with this Specification. This training commitment is not intended, and shall not be used, to discriminate against any applicant for training, whether a member of a minority group or not.

No employee shall be employed as a trainee in any classification in which he has successfully completed a training course leading to journey worker status, or in which he/she has been employed as a journey worker. The contractor may satisfy this requirement by including appropriate questions in the employee application, or by other suitable means. Regardless of the method used, the contractor's records shall document the findings in each case.

ACCEPTABLE TRAINING

The minimum length and type of training for each classification shall be as established in the training program selected by the contractor and approved by RIDOT and the Federal Administration. RIDOT and the Federal Highway Administration will approve a program if it is reasonably calculated to meet the equal employment opportunity obligations of the contractor and to qualify the trainee(s) for journey worker status in the classification concerned by the end of the training period. Furthermore, apprenticeship programs registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, or with the Rhode Island apprenticeship agency recognized by the Bureau, and training programs approved but not necessarily sponsored by the U.S. Department of Labor, Manpower Administration, and Bureau of Apprenticeship are acceptable for the purposes of this specification.

Training will be considered acceptable provided it is being administered in a manner consistent with the equal employment obligations of Federal-aid highway construction contracts. Approval or acceptance of a training program shall be obtained from RIDOT prior to commencing work on the classification covered by the program. It is the intention of this specification that training is to be provided in the construction crafts rather than clerk-typists or secretarial-type positions. Training is permissible in lower level management positions such as office engineers, estimators, timekeepers, etc., where the training is oriented toward construction applications. Training in the laborer classification will be permitted provided that significant and meaningful training is provided and is approved by the division office of the FHWA. Some offsite training is permissible as long as the training is an integral part of an approved training program and does not comprise a significant part of the overall training.

REIMBURSEMENT

Except as otherwise noted below, the contractor will be reimbursed at a rate of $6.00 per hour of training provided to each trainee in accordance with an approved training program. This reimbursement will be made even if the contractor receives additional training program funds from other sources, provided such other does not specifically prohibit the contractor from receiving other reimbursement.

JS-104 Date: 6/8/16 RICN: 2017-CB-059 Page: 3 of 5

Reimbursement for offsite training will not be made to the contractor. However credit for offsite training will be granted if the contractor; contributes to the cost of the training, provides the instruction to the trainee or pays the trainee's wages during the offsite training period, or the trainees are concurrently employed on another Federal-aid project.

No payment will be made to the contractor if either the failure to provide the required training, or the failure to hire the trainee as a journey worker, is caused by the contractor and evidences a lack of good faith on the part of the contractor in meeting the requirements of this Specification. It is normally expected that a trainee will begin training on the project as soon as feasible after start of work, utilizing the skill(s) involved, and remain on the project as long as training opportunities exist in the work classification or until the trainee has completed the training program. It is not required that all trainees be employed as such for the entire length of the contract. A contractor will have fulfilled his responsibilities under this Specification if he has provided acceptable training to the number of trainees specified. The number trained shall be determined on the basis of the total number enrolled on the contract for a significant period.

Trainees will be paid the appropriate rates approved by the Departments of Labor or Transportation.

Trainees will be paid at least 60 percent of the appropriate minimum journeyman's rate specified in the contract for the first half of the training period, 75 percent for the third quarter of the training period, and 90 percent for the last quarter of the training period, unless apprentices or trainees in an approved existing program are enrolled as trainees on this project. In that case, the appropriate rates approved by the Departments of Labor or Transportation in connection with the existing program shall apply to all trainees being trained for the same classification covered by this Specification.

The contractor shall furnish the trainee a copy of the program he will follow in providing the training. The contractor shall provide each trainee with a certification showing the type and length of training satisfactorily completed.

The contractor will provide for the maintenance of records and furnish periodic reports documenting his performance under this Specification.

CONTRACTORS’ PROCEDURES

PRE-AWARD:

A. Before beginning any federal aid project, the Contractor must have his or her Affirmative Action Plan in place and on file with the Department of Administration/EEO Office.

JS-105 Date: 6/8/16 RICN: 2017-CB-059 Page: 4 of 5

B. Prior to any award, the Contractor must submit to the Office of Business and Community Resources’ (OBCR) OJT Compliance Officer for review and approval, a specific plan that includes the following: the RIDOT OJT ANNUAL Training PLAN, which includes a listing of all current projects (FAP and Non- FAP), Trainee Registration Form and the OJT Acknowledgment and Statement of Intent.

C. The Contractor must either use a US or RI DOL approved program or an approved training program of a recognized labor organization or trades council.

POST-AWARD:

A. Proposed On-the-Job trainees are to be listed on the Trainee Registration enrollment form for each trainee to be employed and submitted to OBCR’s OJT Compliance Officer for approval. Trainees may not begin training until the Trainee Plan is approved by RIDOT.

B. The Contractor orients the training foreman, superintendent and the On-the-Job Training trainee(s) to their respective responsibilities in the program and provides copies of the training guidelines for the training job classification being used.

C. The Contractor shall provide a certified payroll weekly to the Resident Engineer. This payroll should distinguish clearly the trainee’s training hours from regular hours worked for each On-the-Job trainee.

D. The Contractor will monitor and submit monthly reports (called Monthly Report) for all trainees in the program, for progress, any problems or training issues to the OJT Compliance Officer.

E. The Contractor must notify the Resident Engineer and the OJT Compliance Officer verbally within 5 working days of any trainee termination or trainee resignations. The Contractor must also submit termination forms/documentation to the Resident Engineer and the OJT Compliance Officer within 10 working days after the termination. Subsequent to any trainee’s termination or resignation, the OJT Compliance Officer will make a good faith effort determination (regarding the contractor’s best efforts to replace the trainee as to whether this training position needs to be filled.

F. Contractors who assign training position(s) to subcontractors must be sure the subcontractor has an approved On-The-Job Training Plan on file with the OBCR. The Prime Contractor shall retain the responsibility for full compliance with OJT training requirements of the project.

JS-106 Date: 6/8/16 RICN: 2017-CB-059 Page: 5 of 5

G. The contractor shall furnish the trainee a copy of the program he will follow in providing the training. The contractor shall provide each trainee with a certification showing the type and length of training satisfactorily completed.

H. The contractor will provide for the maintenance of record and furnish periodic reports documenting his performance under this Specification.

JS-107 Date: 3/15/17 RICN: 2017-CB-059 Page: 1 of 1

CODE L.02.1000

SEEDING

DESCRIPTION: Subsection L.02.03.7; Para. c, Failure to Perform Care During Construction, of the Standard Specifications requires that a daily charge be deducted from monies due the Contractor in the event the Engineer decides that the Care During Construction has not been adequately performed.

The charge for this Contract will be $ 500.00 per day.

JS-108 Date: 4/27/2017 RICN: 2017-CB-059 Page 1 of 6

CODE T12.9901

POLE MOUNTED CONSTRUCTION CAMERA

DESCRIPTION: This work shall consist of furnishing and installing a pole mounted construction camera to view and record the project construction.

MATERIALS:

Pole: Shall be an 8” diameter schedule 40 pipe, 25 feet long conforming to the requirements of ASTM A53 with a ¼” thick steel cap plate conforming to ASTM A36 welded to pipe. Pipe and cap shall be galvanized after fabrication in accordance with ASTM A123.

Camera: Camera and appurtenances shall conform to attached literature by EarthCam, Inc.

CONSTRUCTION METHODS:

Upon award of the contract, the Contractor shall contact Earthcam and purchase the camera and coordinate delivery and installation of the camera.

The Contractor shall install the pipe 5 feet into the ground (direct burial) at the location shown on the plans or as otherwise directed by the Engineer.

Upon completion of pole installation, the Contractor shall contact Earthcam for camera installation on the pole.

The Contractor shall provide a manlift to allow Earthcam personnel to install the camera at the top of the pole and to perform maintenance on the camera at least five times throughout the duration of the contract. The manlift shall be provided within 24 hours advanced notice by the Engineer for maintenance purposes.

Earthcam will install the wireless solar powered camera on the pole and make it operational. Earthcam will maintain the camera and appurtenances for the duration of the project.

The Engineer will be the Administrator of the camera website and the Contractor will be provided internet access upon request as a User.

The camera shall remain in operation up to and through Completion Date 1, at which time the work is substantially complete as necessary for beginning-to-end time-lapse record, or as otherwise directed by the Engineer.

The camera shall be fully operational from 7 days prior to beginning construction to the end of the first day the bridge is open to traffic.

JS-109 Date: 4/27/2017 RICN: 2017-CB-059 Page 2 of 6

When the camera is no longer operational, the Contractor shall carefully remove the pole with camera and appurtances attached, fill the hole with gravel, and deliver pole with camera and appurtenances, to the RIDOT at the following location with all original literature, instruction, operation, and maintenance manuals:

RIDOT Maintenance Headquarters 360 Lincoln Avenue Warwick RI 02888-3030 Telephone- 401-222-2378

The Contractor shall contact the RIDOT Maintenance Headquarters a minimum of 7 calendar days in advance to arrange a specific date and time for delivery of the pole and camera.

The Contractor shall cover the camera and appurtances with a tarpaulin, with adequate strapping (tarpaulin and strapping to be provided by Contractor) to maintain a weather proof protection for outdoor storage in a laid down position at the RIDOT facility, at a location to be determined by RIDOT personnel.

METHOD OF MEASUREMENT: "POLE MOUNTED CONSTRUCTION CAMERA" will not be measured separately for payment.

BASIS OF PAYMENT: " POLE MOUNTED CONSTRUCTION CAMERA" shall be paid at the contractor unit bid price "Lump Sum", which price shall include full compensation for all materials, equipment, tools, labor, maintenance, testing, software, and work incidental thereto complete in place and accepted by Engineer.

The Contractor shall pay Earthcam half of the full amount as shown in their attached proposal upon award of contract. Upon delivery and installation, and verification that the camera is working and the web site is up and running, the Contractor shall pay the remaining balance minus 20 months of maintenance. If the project extends beyond 4 months, then the Contractor shall pay the monthly maintenance fee, month by month, as shown in Earthcam’s proposal.

JS-110 Proposal Number: PN041217803382 Buy Now Ship to: Rhode Island DOT Rhode Island DOT Railroad Avenue Bridge No. 354 2 Capital Hill Burriville, RI 02830 Providence , RI 02903

CAMERA SYSTEMS Quantity Price Total 24 MegapixelCam Advanced (Time-Lapse / Live Video) - 12VDC 1 $5,946 $5,946

Solar Power Upgrade - Zone 2 - 24 hr (24 MegapixelCam Advanced - 12VDC) 1 $5,819 $5,819

EarthCam Wall Mount with Pole Adapter - Black - Fixed Systems 1 $379 $379

JOBSITE SERVICES Certified Installation Services - Solar (24 MegapixelCam Advanced - 12VDC) 1 $2,625 $2,625 On Location Maintenance Service (2 Years) (24 MegapixelCam Advanced - 12VDC) 1 $1,500 $1,500

MANAGED SERVICES 6 Megapixel Hosting and Software Service (Archive every 15 minutes) (24 months) 1 $445 $10,680

Bandwidth - 4G Wireless Data Service - 10GB (24 months) 1 Included (24 MegapixelCam Advanced - 12VDC)

Hand Edited Time-Lapse Movie 1 Included

(FedEx Ground $536.75) total delivered $27,485.75 Total $26,949

Managed Service Options Notes

The 24 MegapixelCam has the ability to archive images at various resolutions. Your proposal includes the resolution checked below. Client to Provide Pole and Lift : Earthcam will deliver and install the camera and appurtenances on a 20 foot high 8” diameter steel or ☑ 6 Megapixel Hosting and Software Service $475 wooden pole Project: Railroad Avenue Bridge No. 354

☐ 13.5 Megapixel Hosting and Software Service $650

☐ 24 Megapixel Hosting and Software Service $850

Your Account Manager: Eli Bergman 650 East Crescent Avenue, Upper Saddle River, NJ 07458 1-800-EARTHCAM [email protected] 201-488-1111 ext. 1330 - 1 of 4 - JS-111 Proposal Number: What's Included PN041217803382 CAMERA SYSTEMS

24 MegapixelCam Advanced (Time-Lapse / Live Video) - 12VDC • 24 Megapixel SLR Digital fixed position camera • Live streaming video preview • Nikon optics for superior quality • Digital presets and Pan/Tilt/Zoom within captured image • HDR (High Dynamic Range) imaging and additional creative effects • Thermostatically regulated, corrosion-resistant black enclosure • Maintenance-free wiper to ensure clear images • Professional photo grade glass in an outdoor enclosure • Fail safe - on-board 16 GB solid state backup storage • Fast, dependable, solid state Linux operating system • 4G cellular modem

JOBSITE SERVICES

On Location Maintenance Service (2 Years) • Priority dispatch of an EarthCam Technician to your site • Factory specified parts provided • Dedicated Technical Support • Camera cleaning and software updates performed during all service calls • On location diagnosis and service for warranty repairs • Insured, qualified technicians and reliable service • Nationwide coverage in every major city across the US • Complete inspection of electrical components • Check all mounts and physical connections • Flexible hours to work around your schedule • Customer to provide all necessary/required lifts, ladders, scaffolding, etc. to safely access the mounting location of the System during installation and service calls • Travel, transportation and overnight accommodations additional if your camera system is located in a remote area where service by an authorized EarthCam technician is not available.

Certified Installation Services - Solar • Authorized, guaranteed expert installation of your camera system • Insured, qualified technicians and reliable service • Pre-installation consultation with EarthCam engineers • Tailored engineering support during the critical installation process • Nationwide coverage in every major city across the US • Flexible hours to work around your schedule • Customer to provide all necessary/required lifts, ladders, scaffolding, etc. to safely access the mounting location of the System during installation and service calls • Travel, transportation and overnight accommodations additional if your camera system is located in a remote area where service by an authorized EarthCam technician is not available.

Your Account Manager: Eli Bergman 650 East Crescent Avenue, Upper Saddle River, NJ 07458 1-800-EARTHCAM [email protected] 201-488-1111 ext. 1330 - 2 of 4 - JS-112 Proposal Number: PN041217803382 MANAGED SERVICES

6 Megapixel Hosting and Software Service • One archived image every 15 minutes • Live streaming video preview • Digital Pan/Tilt/Zoom within captured image • 6 Megapixel (2,992 x 2,000 pixels) images • Take instant snapshots anytime • Timeline navigation system for selecting specific images and times • Time-lapse feature with optional time date overlay for instant time-lapse viewing, downloading and embedding • Live and archived time, date and weather information • Share Image Tool for saving, printing, emailing and posting to Hall of Fame • Marketing Section for posting and sharing camera images with notes • Website and social media integration • Image mark-up and comparison tools • System monitoring and data management • Mobile device support

Bandwidth - 4G Wireless Data Service - 10GB • High-speed cellular bandwidth connection

• Password-protected security • Data Management Tools showing archived and current system status of wireless device connectivity and location

Your Account Manager: Eli Bergman 650 East Crescent Avenue, Upper Saddle River, NJ 07458 1-800-EARTHCAM [email protected] 201-488-1111 ext. 1330 - 3 of 4 - JS-113 Proposal Number: PN041217803382 MARKETING & PROMOTION PACKAGE

Hand Edited Time-Lapse Movie • Professionally edited time-lapse created through hand-picked image selection • Image stabilization and color enhancement utilized in editing • Multiple distribution formats available

CUSTOMER BENEFITS

EarthCam's Full Service Support With EarthCam’s zero-cost maintenance guarantee, enjoy the freedom of unlimited customer support, proactive remote management and many more valuable services over the life of your camera system. Benefits include:

• Continuous system monitoring with machine to machine self-healing technology • Lifetime camera warranty for active software subscribers • 24/7 full service technical support • Unlimited customer support • Automatic online software upgrades • Quality control by our professional engineers and technicians • EarthCam University weekly customized training classes • Complete image archives at the end of project

AVAILABLE SHIPPING METHODS PRICE TOTAL DELIVERED

FedEx 2-Day 4:30pm delivery in 2 business days to most U.S. cities $1,292.92 $28,241.92 FedEx Ground Delivery in 7 to 10 business days to most U.S. cities $536.75 $27,485.75

Your Account Manager: Eli Bergman (201) 488-1111

*Date Generated: 04/12/17. This proposal is confidential and valid for 15 days. All prices are quoted in US Dollars. While EarthCam, Inc. will endeavor to meet the customer's desired delivery date, no shipment date can be scheduled until after order is accepted by EarthCam, Inc. Payment in full must precede acceptance, which may be made by cash, cleared check, Fed wire, ACH or major credit card. All sales are final. All orders and services are subject to force majeure. All services shall automatically renew for successive one (1) month periods and continue until customer shall provide thirty (30) days written notice of termination to EarthCam, Inc. Any and all liability arising out of products or services included in this proposal, however or whenever arising, shall not, under any and all circumstances, exceed the actual payments received by EarthCam, Inc. in connection therewith or one month's service fee, whichever is less. In no event shall EarthCam, Inc. be liable for any special, incidental or consequential damages. Lifetime camera warranty for active software subscribers. Additional parts covered under standard 1 year manufacturer warranty.

CLICK HERE to complete this purchase. Copyright 2017 EarthCam, Inc.

Your Account Manager: Eli Bergman 650 East Crescent Avenue, Upper Saddle River, NJ 07458 1-800-EARTHCAM [email protected] 201-488-1111 ext. 1330 - 4 of 4 - JS-114