specifications – job specific · t07.99 cimcon wireless lighting controller with tilt sensor...

167
SPECIFICATIONS – JOB SPECIFIC

Upload: others

Post on 11-Oct-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

SPECIFICATIONS – JOB SPECIFIC

Page 2: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

JS-i

SPECIFICATIONS – JOB SPECIFIC

INDEX

CODE Title Page

105.02 Plans and Shop Drawings JS-1

108.01 Prosecution and Progress JS-4

108.03 Prosecution and Progress JS-5

108.1000 Prosecution and Progress JS-8

109.06 Payment for Work JS-9

109.07 Partial Payment of Lump Sum Items JS-11

109.09 Measurement and Payment JS-12

202.9901 Handling, Hauling and Stockpile Management ofContaminated Soils JS-13

202.9902 Load and Haul Contaminated Soil Type 1A JS-17

202.9903 Load and haul Contaminated Soil Type 1B JS-17

202.9904 Disposal Fee for Contaminated and Hazardous Soils JS-27

209.9901 Sedimentation Control for Catch Basins JS-28

209.9902 Sedimentation Control for Curb Inlet Structures JS-31

212.2000 Maintenance and Cleaning of Erosion andPollution Controls JS-33

401.9901 Pay Adjustments JS-34

402.9901 Friction Course JS-35

402.9902 Friction Course for Shoulders JS-39

413.9901 Rideability – Surface Course JS-40

415.9901 Intelligent Compaction for HMA JS-44

Page 3: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

JS- ii

800.99 Bridge No. 539 Premanufactured Bridge Unit (PBU)Superstructure JS-52

800.9901 Parkway Ramp Bridge No. 466 JS-61

800.9902 Potter Street Bridge No. 467 JS-62

800.9903 Purchase Street Bridge No. 468 JS-62

800.9904 Lyon Avenue Bridge No. 469 JS-62

800.9905 Blackstone Street Bridge No. 539 JS-64

803.99 Remove and Dispose Portions of Existing ConcreteSuperstructure

Remove and Dispose Portions of Existing ConcreteSubstructure JS-66

803.9901 Remove and Dispose Existing Parkway RampBridge No. 466 JS-69

803.9905 Remove and Dispose Existing Blackstone StreetBridge No. 539 JS-72

804.9916 H-Section Pile (14 Inch 117 Lb/Ft) – Furnished JS-76

804.9917 H-Section Pile (14 Inch 117 Lb/Ft) – Driven JS-76

804.9918 H-Section Pile (14 Inch 117 Lb/Ft) – Pile Point JS-76

804.9920 Obstructed H-Section Pile JS-76

804.9921 Dynamic Load Test JS-76

804.9922 Static Pile Load Test JS-76

805.99 Temporary Earth Retaining Systems JS-93

805.9905 Geotechnical Instrumentation Installation, Initialization,Monitoring, and Reporting JS-99

808.99 Ultra-High Performance Concrete (UHPC) JS-114

817.9903 Concrete Masonry Beam Seat Repairs JS-123

Page 4: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

JS- iii

824.99 Temporary Jacking and Shoring of Bridge No. 467- 469 JS-124

827.99 Hot-Dip Galvanizing and Factory-Applied Color Finish-Bridge No.539 JS-127

828.99 Elastomeric Bearings JS-135

836.9901 Structural Concrete Masonry Crack Repair by SurfaceApplication – Type 2 JS-137

907.1000 Dust Control JS-138

916.9901 Temporary Narrow Crash Cushion Test Level (TL-3) JS-139

926. Anchored and Unanchored Barrier for TemporaryTraffic Control JS-140

928. Truck Mounted Attenuator (TMA) with Truck MountedFlashing Arrow Board (TMFAB) JS-144

937.1000 Maintenance and Movement of Traffic Protection JS-147

938.1000 Price Adjustments JS-148

943.0200 On-the-Job Training JS-149

L.01 Loam, Plantable Soil, or High Organic Soils JS-154

L.02.1000 Seeding Failure to Comply JS-155

T02.9902 Restoring and Maintaining Existing UnderpassLighting – Lump Sum JS-156

T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157

T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159

T07.9902 Furnish and Install Photo-Electric Controls JS-160

T08.9902 Under Bridge Structure Luminaire JS-162

Page 5: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 5/25/17

RICN: 2017-CB-051Page 1 of 3

CODE 105.02 PLANS AND SHOP DRAWINGS

Unless otherwise modified elsewhere in the Contract Documents, Section 105.02 of theRhode Island Standard Specifications is revised as follows:

Delete Subsection 105.02 PLANS AND SHOP DRAWINGS in its entirety and replacewith 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 asummary of items appearing on the Proposal. Bridge plans will either show alldimensions and details necessary for complete construction or such information thatwhen supplemented by additional field data gathered by the Contractor will enable theContractor to prepare complete shop drawings.

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

All shop drawings shall be submitted in a timely fashion such that the Contractor’saccepted schedule will not be adversely impacted by the submittal process. Shopdrawings shall consist of such detailed plans and associated information as required tocontrol the work that are not included in the Plans furnished by the Department. Theyshall include, but not be limited to, erection plans, falsework plans, formwork plans,sheeting plans, cofferdam plans, bending diagrams for reinforcing steel, computations,stress sheets, manufacturer’s data or any other supplementary plans or similar datarequired of the Contractor to control the work. All shop drawings submittals shall becomplete, incorporating all associated components of work affecting the item for whichthe shop drawing is submitted. The Contractor is solely responsible for thecompleteness of all submissions. Incomplete shop drawings will be returned to theContractor for resubmission.

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

Commonwealth Engineers & Consultants, Inc.400 Smith Street

Providence, Rhode Island 02908Attention: Mr. Joseph J. Reilly, P.E.

Phone: 401–273-6600Office Hours: 8:00 AM – 4:30 PM

JS-1

Page 6: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 5/25/17

RICN: 2017-CB-051Page 2 of 3

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

All shop drawings will be reviewed by the Engineer and returned to the Contractor forappropriate action within forty five (45) calendar days of the submission.

Shop drawings that are found to be erroneous, lacking information necessary to controlconstruction, or not in conformance with accepted design criteria will be disapprovedand returned to the Contractor. The Contractor shall address the Engineer's commentsand resubmit revised shop drawings.

Shop drawings must be approved by the Engineer prior to commencement of the workinvolved. Such review and approval does not relieve the Contractor of anyresponsibility under the Contract for the successful completion of the work to thesatisfaction of the Engineer. The Engineer's responsibility is solely for the limitedpurpose of reviewing and approving the shop drawings for general conformance withthe design intent of the project and general compliance with the information given in theContract Documents. The Contractor retains sole responsibility for the accuracy of theshop drawings and all associated material; for confirming and correlating all quantitiesand dimensions; for selecting fabrication processes and techniques of construction; formeans and methods of construction; for coordinating work with all other work; and forperforming all work in a safe and satisfactory manner. There shall be no claims foradditional payment by the Contractor nor will there be an extension of the projectCompletion Dates for any corrective actions necessary as a result of shop drawingerrors and omissions.

Every copy of the shop drawings shall bear a stamp by the Contractor indicating thatthey are complete, have been checked and that the Contractor has determined andverified all materials, field measurements and field construction criteria related thereto,and has checked and coordinated the information contained within this submittal withthe requirements of the Contract Documents and as required with all trades and allpublic agencies involved. Sole responsibility for the shop drawings shall remain with theContractor. Each of the Contractor’s stamps shall be signed by the responsibleauthorized representative of the Contractor. Shop drawings submitted to the Engineerwithout the Contractor's stamp and signature will be considered incomplete andreturned to the Contractor for conformance with this requirement.

There shall be no claims for additional payment by the Contractor, nor will there be anextension of the project Completion Dates for delays resulting from resubmissions dueto incomplete shop drawings; for the time taken by the Contractor to submit revisedshop drawings caused by an erroneous submission; or by a previous submission either

JS-2

Page 7: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 5/25/17

RICN: 2017-CB-051Page 3 of 3

lacking the information necessary to control construction; or for not conforming toaccepted design criteria. In addition, the time taken by the Engineer to review therevised shop drawings will not constitute justification for an extension of the projectCompletion Dates.

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

JS-3

Page 8: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 11/1/14

RICN: 2017-CB-051Page: 1 of 1

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

SECTION 108PROSECUTION 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, orinterest therein, without written consent of the Engineer. If the Engineer gives suchconsent, the Contractor will only be permitted to sublet a portion thereof. The Contractorshall perform with its own organization work amounting to not less than 40 percent of theadjusted contract cost. The adjusted contract cost is the total contract cost less the totalcost of subcontract specialty items listed in the Proposal. Specialty Items are defined inSubsection 101.63.

No subcontracts or transfers of Contract shall relieve the Contractor of liabilityunder the Contract and Bonds. A copy of written agreements with subcontractors must besubmitted when making application to sublet any work under the Contract. The Contractorshall not require or withhold retainage from subcontractors. Furthermore, no agreementsbetween 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 fromthe Engineer, before allowing any subcontractor to sublet any portion of its work to alower-tier contractor.

JS-4

Page 9: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 5/25/17

RICN: 2017-CB-051Page 1 of 3

SECTION 108.03PROSECUTION AND PROGRESS

GENERAL REQUIREMENTS: Project Schedule Program: The Contractor shall developand maintain an integrated schedule management and controls program, i.e. CriticalPath Method Schedule (CPM Schedule), through Completion of the Project. TheSpecial Provisions of the Contract shall modify the schedule requirements.

a) The Contractor’s Schedule shall include all Contract requirements, includingWork performed by the Contractor, subcontractors, vendors, suppliers, utilitycompanies, regulatory agencies, the State and any other third party.

b) The following Schedule Submittals are required:

i) Preliminary Scheduleii) Baseline Scheduleiii) Schedule Updatesiv) Recovery Schedule as requested by the Department.

c) If the Contractor fails to provide an acceptable Project Baseline Schedule andProject Schedule Update in accordance with the requirements of the Contract,the Contractor shall be responsible for all delays and resulting costs to theProject.

d) The Department may withhold progress payments if the Contractor fails to submitrequired Schedule Submissions.

e) Software. The software used to generate the CPM Schedule shall be capable ofproducing schedules in accordance with the requirements of the Contract andfully compatible with the current software utilized by the Department, ordesignee. Unless otherwise specified in the Contract, the Contractor shall useterminology defined by Department’s, or designee’s software.

SCHEDULE REQUIREMENTS:

The Department will provide the Contractor with templates during ScheduleDevelopment. The Schedules shall be developed and maintained in accordance withthe following requirements and as approved by the Department, or designee:

a) Schedule Narrative: A description of the sequence of events summarizing thedetailed Milestone Status, Critical Path, and all changes made to the Schedule,including Actual

JS-5

Page 10: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 5/25/17

RICN: 2017-CB-051Page 2 of 3

Dates, logic revisions, and Calendar and Duration changes.

b) CPM Schedule. All CPM Schedules shall utilize a Work-Breakdown Structure(WBS) developed by the Contractor. The WBS shall be used as the primary codefor displaying and organizing the graphical output schedules utilized for theProject, unless otherwise directed by the Department, or designee. The basicdictionary for the WBS shall be approved by the Department, or designee inSchedule Development.

REVIEW AND APPROVAL OF SUBMITTALS: The Department or designee will reviewSchedule Submittals for conformance with the requirements of the Contract Documents.The planning, scheduling, and execution of the Work and the accuracy of any ProjectSchedule is the responsibility of the Contractor. The Contractor remains responsible forerrors in any previously accepted Project Schedule, including but not limited to omittedactivities, activity durations, relationships between activities, resource allocation, or anyfloat suppression techniques. The Department or designee may direct the Contractor toaddress and adjust schedules that do not accurately reflect the Work at any time, with noadditional cost to the State. Approval or acceptance of any Project Schedule does notrelieve the Contractor of any responsibility for the completion of the work in conformancewith all Contracts.

SCHEDULE DEVELOPMENT:

a) The Schedule Development process shall commence on the date that theApparent Low Bidder letter is mailed to the Contractor, which will be consideredDay 1 for all Schedule Submittals.

b) Within 30 days of the Apparent Low Bidder Letter, the Contractor will submit aPreliminary Schedule which will contain all activity data, including all logic, for allWork required to be performed within the first 120 days after the NTP.

c) Within 90 days of the Apparent Low Bidder Letter, the Contractor will submit aBaseline Schedule which will show all Work activities and logic for the completeContract and include a Narrative Report.

SCHEDULE UPDATES: Meetings shall be held as directed by the Department, ordesignee from Notice to Proceed to the substantial completion. The Contractor shallfurnish a complete and accurate Schedule Update once a month detailing of the currentprogress, a printed Critical Path report, a report of the days gained or lost relative to theSubstantial Completion date and any other completion dates and a depiction of howfuture Work plans shall meet the Contract completion dates. The Contractor shall providesufficient copies of the Schedule Updates in the format acceptable by the Department, ordesignee.

JS-6

Page 11: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 5/25/17

RICN: 2017-CB-051Page 3 of 3

The Contractor shall submit three copies (paper and electronic) of the ScheduleUpdate. Schedule Updates shall be submitted once a month even in the absence of aSchedule Update Meeting. The Department or designee shall have 10 working daysto review the Schedule Update Submittal.

The Schedule Updates shall contain the following components: (i) ScheduleNarrative; (ii) Schedule Activity Report –Past Month and Remaining; (iii) ScheduleActivity Report Longest Path (per completion date); (iv) Two week Look AheadSchedule; (v) Predecessor/Successor Report; (vi) Data File and; (vii) other reportsrequested by the Department, or designee.

All Schedule data, logic and duration changes, and any modifications to the Scheduleshall be addressed and discussed with the Department, or designee at the ProjectSchedule Update Meeting. This shall be done prior to the Contractor submitting theirfinal Schedule Updates.

Changes to the accepted Baseline Schedule shall be detailed in the Schedule UpdateNarrative. The acceptance and inclusion of these changes will not be the sole basis ofacceptance or entitlement to any time extension(s) or monetary compensation(s).

Schedule Update Submittals will not be used as the sole basis for any adjustment inthe Contract Time(s), regardless of their approval by the Department, or designee.Any approvals of the Schedule Update Submittal by the Department, or designee,either expressed or implied, will only apply to the issue of progress.

RECOVERY SCHEDULE SUBMITTAL: The Contractor shall identify all schedule andprogress delays during the prosecution of the Work. At the Department’s, or designee’srequest, the Contractor shall develop and submit a Recovery Schedule.

The Contractor is not relieved from the submission of Schedule Updates during thedevelopment of a Recovery Schedule.

The Recovery Schedule shall illustrate a clear process and procedure for eliminatingor mitigating said delays to the Contract Time(s).

The Recovery Schedule shall be submitted within 30 calendar days of thecorresponding Schedule Update and is subject to approval by the Department, ordesignee.

Non-Excusable Delays: The development and submission of the Recovery Scheduleshall be at no additional cost to the State.

Excusable Delays: The State may reimburse the Contractor for the costs of thedevelopment the Recovery Schedule.

JS-7

Page 12: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/19/17

RICN: 2017-CB-051Page 1 of 1

CODE 108.1000PROSECUTION AND PROGRESS

In accordance with Section 108.08, Failure to Complete on Time, Para. a., Phased

Completion, Interim Completion and Substantial Completion the following defines the

Interim and Substantial Completion Dates and Associated Liquidated Damages:

Interim Completion No. 1: November 16, 2018

All work shall be completed for Bridge No. 466 by the date listed above.

Liquidated Damages: $1,950 per calendar day.

Interim Completion No. 2: December 7, 2018

All three construction phases of Bridge No. 539 completed and temporary lane stripingplaced to restore travel lanes on Interstate 95 to final condition.

Liquidated Damages: $2,350 per calendar day.

Substantial Completion: May 17, 2019

All Contract work shall be completed, as defined by Section 101.71.

Liquidated Damages: $2,350 per calendar day.

JS-8

Page 13: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 7/16/16RICN: 2017-CB-051

Page 1 of 2

Replace Subsection 109.06, Partial Payments, pages 1-83 to 1-84 of the RI StandardSpecifications for Road and Bridge Construction in its entirety with the following.

SECTION 109.06PAYMENT FOR WORK.

109.06 PAYMENT FOR WORK.

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

Processing of progress payments for Work prior to the Department’s acceptance andfinal 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 isnot limited to:

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

2. Replacing or repairing all defective Work or materials used in the constructionof the Work and repairing all damage to other work or materials whose damage isattributable to such defective Work or materials.

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

b. Frequency. The Department will make periodic progress payments inaccordance with established Department procedures. Progress payments will besubject to a 5 percent retainage.

Retainage will be released incrementally in accordance with Subsection 105.17 and theDepartment’s Release of Retainage Procedures.

c. Invoice for Payment for Work. The Contractor shall submit a weekly invoicefor payment of Work completed. The Contractor shall utilize invoice forms supplied by

JS-9

Page 14: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 7/16/16RICN: 2017-CB-051

Page 2 of 2

the Department and shall complete the forms including a certification for payment inaccordance with the instructions contained thereon.

d. Invoice for Partial Payment for Materials, Supplies, and Equipment. TheEngineer may allow invoicing as provided above and permit partial payments for thosematerials, supplies, and equipment delivered to an approved location but not yetincorporated into the Work.

Payment for materials, supplies and equipment furnished at an approved site but not yetincorporated 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 itemdelivered by the unit price for the corresponding item in the Bid Schedule.

For verification of costs, the Contractor shall provide the Engineer with an originalpaid invoice for the furnished materials, supplies or equipment within thirty (30) daysafter receiving the partial payment. Otherwise, the amount of the partial payment will bededucted from subsequent invoices.

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

e. Engineer’s Review of Contractor’s Request for Payment for Work andRequest for Partial Payment for Materials, Supplies, and Equipment. Upon receiptof the Contractor’s invoice, the Engineer will review the invoice and may approve orreject payment or portions thereof. The Engineer will notify the Contractor in writing ofany modifications and/or rejection of the invoice. Modifications and reasons for thechange will be made to the Excel spreadsheet in the columns provided. In the case of arejection, the Engineer will request that the invoice be resubmitted.

f. Release of Retainage. Upon partial acceptance of work performed under acompleted subcontract, the State, within 30 days, will pay the Contractor the relevantportion of retainage due for all Work covered by the acceptance. Within 30 days ofreceipt of such payment, the Contractor shall pay all retainage owed the subcontractorfor accepted Work.

JS-10

Page 15: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 11/1/2014

RICN: 2017-CB-051Page 1 of 1

CODE 109.07PARTIAL PAYMENT OF LUMP SUM ITEMS

Section 109.07 of the RI Standard Specifications is replaced in its entirety with thefollowing:

109.07 PARTIAL PAYMENT OF LUMP SUM ITEMS. Each bi-weekly period theEngineer and the Contractor will consult and subsequently agree on the progress ofwork performed under those lump sum items indicated in the Bid Schedule. Partialpayments for the completed and accepted portions of such work will be made to theContractor 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 thedate of the Notice of Award, the Contractor shall submit to the Engineer for approval twocopies of the breakdown of each lump sum bid item that appears in the Bid Schedule.The breakdown shall consist of the Contractor’s quantities, the unit prices and the unitsof measurement used in preparing the bid. All other additional costs (such asengineering, shop drawings, formwork, equipment, etc.) to complete those items of workshall be included and distributed in the breakdown of those listed items.

The Engineer will use the Lump Sum breakdowns submitted by the Contractor if theyfairly 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 variousitems of work, the Engineer may substitute other prices that do fairly represent the costof such work.

JS-11

Page 16: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 11/1/2014

RICN: 2017-CB-051Page: 1 of 1

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

SECTION 109MEASUREMENT AND PAYMENT

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

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

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

JS-12

Page 17: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/20/17

RICN: 2017-CB-051Page 1 of 4

CODE 202.9901HANDLING, HAULING AND STOCKPILE MANAGEMENT

OF CONTAMINATED SOILS

DESCRIPTION:

This work consists of the work effort required to handle, haul, stockpile (if needed),and manage contaminated soils including locating a suitable stockpile locationacceptable to RIDOT. All fees necessary to acquire right of use for the stockpilelocation, all material and equipment necessary to establish and dismantle thevarious stockpile bins including but not limited to polyethylene sheets, precastconcrete barrier sections, and temporary 6’ high chain link fence. The installation,maintenance and managing of erosion and dust controls. The handling, hauling,unloading, stockpiling and management of contaminated or hazardous soil from theexcavation location to and within the approved stockpile/testing location. This itemalso includes documentation management of the contaminated soil, and restorationof the stockpile area to its original condition upon completion of the project.All work and material shall be in accordance with the Rhode Island Department ofTransportation Standard Specifications for Road and Bridge Construction,(Amended 2013) and all revisions, the RIDEM approved Soil Management Plan(SMP) and in compliance with all applicable permits.

MATERIALS:

The Contractor shall supply and utilize all required materials to adequately completecontaminated soil handling, hauling and stockpiling. Personal protective equipmentshall be as specified in the Contractor’s site specific Health and Safety Plan.

SUBMITTALS:

The Contractor shall submit a written description of their proposed soil excavationplan to the Engineer for approval. The description shall include a list of allequipment, including size and capacities, and the sequence of soil removalactivities. The sequence shall identify specific excavations and earth movingoperations by baseline and stations. Proposed stockpile locations and capacitiesshall be identified. The Contractor shall maintain copies of the soil excavation planand operational log. The operational log shall be submitted to the Engineer daily.The Contractor shall be responsible for the selection of a suitable stockpile locationand the acquisition of the permission to use agreement, if required, for eachapproved stockpile location. The Contractor selected stockpile location shall be

JS-13

Page 18: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/20/17

RICN: 2017-CB-051Page 2 of 4

submitted and subject to the approval by the Engineer.

CONSTRUCTION METHODS:

The Contractor shall supply and utilize all required equipment to adequately placeand maintain the stockpiles in a neat and orderly fashion in 325 cubic yard intervalswithin approved stockpile areas. All stockpiled soil shall be placed entirely on onelayer of 10-mil polyethylene and be completely covered with a 6 mil layer ofpolyethylene, at the completion of each day. The polyethylene sheets shall overlapadjacent sheets by four feet minimum and shall be of sufficient length and width tocover each stockpile. The stockpiles shall be surrounded by precast concrete barriersections, temporary 6’ high chain link fence, and staked compost filter socks or asapproved by the Engineer. Should it be determined that additional stockpilelocations are required, the materials and set-up required will be at the Contractor’sexpense. Additional stockpile areas selected by the Contractor shall be subject tothe approval of the Engineer.Impacted Stockpiles shall not exceed 10 feet in height or have slopes steeper than1:1 (H:V).If necessary, the Contractor shall furnish sand bags or other weights of sufficientquantity and weight to hold the stockpile cover in position.The Contractor shall install the stockpile cover in a manner that minimizes wrinkles.Overlap adjacent panels of polyethylene sheeting a minimum of four feet. Placesandbags or other approved ballast on the cover to prevent uplift from wind. Ballastshall be placed along all edges and overlaps at spacing no greater than 10 feetapart.It will be the responsibility of the Contractor to ensure that each stockpile locationhas been placed on and covered by the required polyethylene, and that the erosioncontrols are in place. It will be the Contractor’s responsibility to maintain dust controlas required by the SMP at the stockpile locations and at all travel routes leading toand from the stockpile areas.The Contractor is required to have the necessary personal protective equipmentavailable as specified in the Contractor’s site specific Health and Safety Plan andshall have access to an inventory of personal protection equipment in the event thatthe level of personal protection equipment needs to be upgraded.During excavation and/or stockpiling, the Contractor shall minimize odors bymethods including the use of odor suppressant shell material where necessary.Subject to the approval of the Engineer, the Contractor may choose to implementany effective and lawful methods for handling contaminated soil encountered in thework area, provided the required handling and excavation methods are performed.

JS-14

Page 19: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/20/17

RICN: 2017-CB-051Page 3 of 4

The Contractor shall assume all responsibility for the adequacy of the methods,materials, documentation, and equipment employed.

The Contractor shall place impacted materials on properly constructed andmaintained stockpiles. Do not place any designated non-impacted materials in theimpacted material stockpiles.

The Contractor shall prevent impacted dust from becoming airborne. Place andanchor stockpile covers at the completion of each workday and during periods ofrain or wind. Cover the stockpiles whenever the stockpiles are not being used.

The Contractor shall provide run-on controls to divert storm water away fromstockpiles. Collect accumulated leachate from lined stockpile areas.

The Contractor shall avoid vehicular traffic on the stockpile covers or liners.

The Contractor shall maintain the stockpile until the soil has been tested andapproved for legal disposal off-site. Refer to Special Provision for Items 202.9902through 202.9903 for testing requirements.

The Engineer and/or the Department’s representative will inspect impacted materialstockpiles frequently to verify the integrity of the stockpile liner and cover system.

All deficiencies noted by the Engineer and/or the Department’s representative shallbe immediately corrected to the satisfaction of the Engineer. If necessary, stockpiledmaterial shall be relocated to another impacted material stockpile so that repairs canbe made.

Each stockpile shall be visually inspected daily for damage, and immediatelyrepaired by the Contractor.

The Contractor shall maintain an inventory of supplies required to execute the workdescribed herein. This inventory shall be used to implement a contingency plan inthe event of unexpected conditions.

Upon completion of the use of the stockpile, the contractor shall be required toremove and dispose of the polyethylene sheeting, concrete barrier, temporary fence,and compost filter socks and to restore the stockpile areas to a condition acceptableto the Engineer.

METHOD OF MEASUREMENT:

This item will not be measured for payment.

JS-15

Page 20: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/20/17

RICN: 2017-CB-051Page 4 of 4

BASIS OF PAYMENT:

“ITEM CODE 202.9901 HANDLING, HAULING AND STOCKPILE MANAGEMENTOF CONTAMINATED SOILS” will be paid for at the contract unit price per “LumpSum” as listed in the Proposal. The price so-stated will constitute full and completecompensation for all labor, materials, tools, equipment, and all incidentals requiredto finish the work described in this Special Provision and elsewhere in the ContractDocuments, complete in place and accepted by the Engineer.

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

JS-16

Page 21: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/20/17

RICN: 2017-CB-051Page 1 of 10

CODE 202.9902LOAD AND HAUL CONTAMINATED SOIL TYPE 1A

CODE 202.9903LOAD AND HAUL CONTAMINATED SOIL TYPE 1B

DESCRIPTION:

This work consists of all special handling, loading and hauling of contaminated orhazardous soil from the project site to an off-site Industrial/Commercial property,recycling or disposal facility in accordance with RIDEM regulations forrecycling/disposal of these materials and as directed by the Engineer.

During the course of the project construction, contaminated soil shall be excavated.Soil in areas of the site has been documented to be contaminated. Availableanalytical data is shown in the Phase I Environmental Site Assessment (ESA) andIn-Situ Soil Pre-Characterization Program for this project and is included in the“Supplemental Project Information” (CD).

APPLICABLE LAWS AND REGULATIONS:

The excavation, removal, and transportation of contaminated soil shall be conductedin accordance with the Environmental Protection Agency (EPA) and the RhodeIsland Department of Environmental Management (RIDEM) regulations, the RIDEMapproved Soil Management Plan (SMP), Remedial Action Work Plan (RAWP) and incompliance with all applicable permits.

The Contractor shall ensure that compliance with applicable regulations ismaintained during all earthwork operations. The Contractor shall be required tomaintain an operations log during the earthwork activities to include, but not belimited to, dates of earthwork activities, dates and times of field sampling, soilmanagement observations, and tracking related to stockpile generation as well aspaperwork documenting lawful off-site disposition. In addition to the above, theContractor is responsible for erosion and pollution controls in accordance with theSoil Erosion and Sediment Control Plan (SESC), local, State and Federalregulations as well as what is included in the Contract Documents. The Contractorshall submit a summary report to the Engineer on a daily basis to document theoperations associated with earthwork activities.

JS-17

Page 22: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/20/17

RICN: 2017-CB-051Page 2 of 10

HEALTH AND SAFETY PLAN:

The Contractor shall produce and maintain a site specific Health and Safety Plan(HASP) in compliance with the Occupational Safety and Health Administration(OSHA) Standards defined in 29 CFR 1910.120. The project HASP shall beimplemented as part of this work.

The Contractor's employees and Subcontractor's employees who will be potentiallyexposed to the subsurface soils in the SMP are required to have OSHA 40-hourhealth and safety training and the 8 hour refresher training, if applicable. TheContractor shall provide training certificates to the Engineer for the persons that willbe performing the work.

If visible dust is generated, the level of dermal and respiratory protection shall bedetermined based upon periodic air monitoring to be performed by the Contractorand the requirements of the Site-specific HASP. The Engineer may conductduplicate air monitoring for quality assurance purposes. Level D protection shall bethe minimum personal protective level for all on-site personnel.

SUBMITTALS:

Contractor shall provide a list of proposed waste haulers for approval by theEngineer. Contractor shall submit copies of all necessary permits and certificationsof listed waste haulers to the Engineer before commencing the Work.

The Contractor shall submit written certification of proper transport of impactedmaterials and debris to the Engineer within ten working days after receipt of thedocumentation. Contractor shall submit copies of all waste manifests, Weigh Tickets,and bills of lading.

The Contractor shall submit a written description of his proposed soil excavationplan to the Engineer for approval. The description shall include a list of allequipment, including sizes and capacities and the sequencing of all soil removalactivities, and identify all on-site and off-site stockpile locations. The sequence shallidentify specific excavations and earthmoving operations by baseline and stations.Proposed stockpile locations and capacities shall be identified. The Contractor shallbe required to sequence his excavation operations so as not to exceed the stockpilelocation capacity. The Contractor shall coordinate with the Engineer for soil testingand stockpile rotation of material for soil to be removed from the site. TheDepartment’s representative will conduct soil analysis on a 325 CY (maximum)rotation.

The Contractor shall maintain copies of the soil excavation plan and operational log.The operational log shall be submitted to the Engineer daily.

JS-18

Page 23: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/20/17

RICN: 2017-CB-051Page 3 of 10

Hauling Slips: The Contractor shall prepare slips to document the transportation ofthe soil from the project to the final disposal site. The slips shall, as a minimum, listthe following information: date, truck identification, truck driver's name, approximatequantity of soil hauled, weight, disposal location, and the Department'srepresentative's signature. These slips will be prepared in duplicate. The Contractorshall retain one copy, and the second copy will be given to the Engineer at the endof each day in which soil is hauled.

Daily Trucking Log: The Contractor shall provide a Daily Trucking Log to theEngineer for approval providing information on each off-site shipment from the site,including trucking company, truck and trailer registration number, date, estimatedquantity, verification of decontamination and Contractor personnel’s initials. TheContractor shall fill in the Daily Trucking Log for each shipment at the time it leavesthe Site. The Contractor shall not be paid for any shipment if there are discrepanciesbetween Daily Trucking Logs and facility weigh tickets until the discrepancy isresolved, as determined by the Engineer.

CONSTRUCTION METHODS:

COORDINATION WITH DESIGNATED WASTE MANAGEMENT FACILITIES

The Contractor shall be responsible for coordinating waste shipments with thedesignated waste management facility.

SHIPPING DOCUMENTATION

Shipping documentation shall be performed consistent with federal, state, and localwaste management and transportation requirements and the requirements of off-sitedisposal facilities.

The Contractor shall prepare necessary paperwork for transportation and disposal ofall materials to the appropriate waste management facilities.

A non-hazardous/hazardous waste manifest or other tracking document shall beprovided by the Contractor for each individual load depending on materialclassification. Each manifest shall be signed by the Engineer, the truck driver as atransporter, and by the disposal facility operator.

The Contractor shall not be paid for shipments with unsigned shippingdocumentation.

JS-19

Page 24: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/20/17

RICN: 2017-CB-051Page 4 of 10

PREPARATION FOR TRANSPORT

Contractor shall coordinate Transportation Work other work activities to maintainproduction rates for completion of the Work in accordance with the ConstructionMilestones. Slowing or stopping of work by Contractor for reason of lack oftransportation or availability of shipping containers will not be acceptable.

Loading operations and hours shall be coordinated with the operating hours oflandfills or other designated off-site facilities.

Contractor shall furnish and operate all vehicles and containers for transportation ofimpacted materials from the Project Site.

The Contractor shall load and transport all categories of impacted materials anddebris.Drivers shall drive directly to disposal facility and shall not stop except in the event ofan emergency.

Transportation of impacted materials and debris shall be in compliance with allpertinent regulations.

Each truck bound for the off-site disposal facility shall be covered with a heavy dutytarpaulin secured to the top or sides of the container.

Contractor shall visually inspect each truck before it leaves the Site to ensure thatthe tailgate and tarp are secure.

Haul trucks shall be decontaminated on site prior to re-use for hauling anything otherthan material from the Site.

In the event that a loaded truck is involved in an incident that results in a release ofthe transported materials, the cleanup shall follow local and State spill responseprocedures.

Contractor shall promptly clean up any spills on haul routes, if they occur, withsuitable equipment at no cost to the Project.

Contractor shall keep all haul routes and public rights of way free of any sitematerials due to the Contractor's operations. To this end, all Contractor trucks shallbe covered, and all vehicles shall be carefully loaded to prevent site materials fromcoming in contact with the exterior truck surfaces.

The load weight shall be documented by the disposal facility scale Weigh Ticket.Contractor shall submit copies of all disposal facility scale Weigh Tickets to the

JS-20

Page 25: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/20/17

RICN: 2017-CB-051Page 5 of 10

Engineer. Unsigned scale Weigh Tickets will be rejected and the Contractor will notbe paid based on these weights.

Contractor shall prevent the tracking of site materials onto public rights-of-way.Loaded trucks shall not leave the Site unless they shall arrive at the designatedwaste management facility before it closes. Loaded trucks shall discharge their loadsat the designated waste management facility the same day they are loaded.

Truck drivers shall be required to remain inside the truck cab with the windows anddoors closed during loading and at all times when inside the Exclusion Zone. Driversshall be instructed to proceed after loading through a decontamination area to adesignated area outside the Exclusion Zone where they will be permitted to exit thetruck cab to secure the tarpaulin over the load.

The Contractor shall address vehicular accidents and the possible release oftransported materials in the HASP.

Contractor shall obtain all required transportation permits for shipment of impactedmaterials and debris.

Transportation of impacted materials and debris shall be in accordance withapplicable state, RCRA, USDOT, and other applicable regulations including: 40 CFR261, 262, 263 and 49 CFR 171 through 179.

EQUIPMENT/MATERIALS

The Contractor shall supply and utilize all required equipment to adequatelycomplete the contaminated soil excavation. During soil excavation, staked haybales must be installed around the excavation and the stockpiles to minimize theeffects of erosion and surface run-off. Contaminated soil, if stockpiled, shall beplaced on and covered with polyethylene sheeting, as described in the SMP.

The Contractor is required to have the necessary personal protective equipmentavailable as specified in the Contractor’s site specific Health and Safety Plan andshall have access to an inventory of personal protection equipment in the event thatthe level of personal protection equipment needs to be upgraded.

During excavation or stockpiling, the Contractor shall minimize odors by methodsincluding the use of odor suppressant shell material where necessary.

CONTAMINATED SOIL EXCAVATION

The Contractor may choose and implement any effective and lawful method forhandling contaminated soil encountered in the work area provided they perform therequired excavation subject to the approval of the Engineer. The Contractor shall

JS-21

Page 26: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/20/17

RICN: 2017-CB-051Page 6 of 10

assume all responsibility for the adequacy of the methods, materials, documentation,and equipment employed.

During excavation of contaminated soil the Contractor shall be required to controldust and sedimentation erosion. Staked compost filter socks shall be installed asshown on the Plans or as directed by the Engineer. All excavated Type 1soils shallimmediately be placed into trucks and hauled to the final location for disposal, or bestockpiled at locations selected by the Contractor and subject to the approval of theEngineer.

While engaged in contamination/hazardous materials removal, the Contractor shallbe subject to on-site inspection by the Department. If the work is in violation of therequirements of this specification, the Department will issue a stop work order to bein effect immediately and until the violation is resolved. Standby time and expensesrequired to resolve the violation shall be at the Contractor’s expense.

The Contractor shall be responsible for obtaining all necessary permits, manifests,and bill of lading documentation in conjunction with contaminated/hazardousmaterial removal, hauling and disposition; and he shall provide timely notification ofsuch actions as may be required by applicable federal, state regional, and/or localauthorities. RIDEM shall be notified within 24 hours if an unexpected change ofconditions is encountered related to the presence of hazardous wastes or materialencountered at the site.

All contaminated soil shall be disposed of at an off-site recycling or disposal facilityin accordance with RIDEM regulations for recycling/disposal of these materials.Profiling for disposal of contaminated material will be the responsibility of theEngineer. Additional testing and characterization required by the off-site receivingfacility shall be the responsibility of the Contractor to perform at no additional cost tothe State. All handling and disposal of these materials shall conform to theapplicable RIDEM requirements for handling, storage, transporting, and disposal ofcontaminated /hazardous waste material. The Contractor shall be responsible forthe submittal of material profiling data and any additional data obtained by theContractor to the receiving facility and to RIDEM prior to the removal and finaldisposal of contaminated material from the site or the interim stockpile area. Wherespecifications, requirements, and reference documents vary, the more stringentrequirements shall apply.

Stockpile soils will be analyzed by the Engineer for profiling for disposal. Data willbe provided to the Contractor for disposal facility characterization. Disposal ofmaterial shall not be allowed at any facility that currently maintains a listing as aState or Federal waste site.

Contaminated soil classifications under this Contract shall be as follows:

JS-22

Page 27: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/20/17

RICN: 2017-CB-051Page 7 of 10

Type 1A Excess project soil that cannot be reused as backfill in which levels ofTPH, VOCs, PAHs, and/or RCRA 8 metals have been are found to bebelow the Rhode Island Department of Environmental Management(RIDEM) Residential Direct Exposure Criteria (RDEC) through testingprior to being taken off of the project site.

Type 1B Excess project soil in which levels of TPH, VOCs, PAHs, and RCRA 8metals are found to be above the RIDEM RDEC, but within the limits ofthe I/CDEC, during the process of disposing excess “waste” soil fromthe designated off-site facilities. This soil shall be disposed at alicensed facility. Concentrations are within disposal parameter limitsallowed by the Rhode Island Resource Recovery Corporation formaterials disposition at the Central Landfill in Johnston, RI as landfillcover.

METHOD OF MEASUREMENT:

“ITEM CODE 202.9902 LOAD AND HAUL CONTAMINATED SOIL TYPE 1A” will bemeasured for payment by the “Cubic Yard” of soil actually loaded and hauled inaccordance with this Special Provision and elsewhere in the Contract Documentsand/or as directed by the Engineer.

“ITEM CODE 202.9903 LOAD AND HAUL CONTAMINATED SOIL TYPE 1B” will bemeasured for payment by the “Ton” of soil actually loaded and hauled for disposal inaccordance with this Special Provision and elsewhere in the Contract Documentsand/or as directed by the Engineer. The number of tons will be determined fromweight slips generated by the receiving disposal facility or other Contractor providedscale approved by the Engineer.

BASIS OF PAYMENT:

The accepted quantity of “ITEM CODE 202.9902 LOAD AND HAULCONTAMINATED TYPE 1A” will be paid for at the contract unit price per “CubicYard” as listed in the Proposal. The price so-stated shall constitute full and completecompensation for all labor, materials, tools, equipment and all incidentals required tofinish the work as described in this Special Provision and elsewhere in the ContractDocuments, complete and accepted by the Engineer.

The accepted quantity of “ITEM CODE 202.9903 LOAD AND HAULCONTAMINATED SOIL TYPE 1B” will be paid for at the contract unit price per “Ton”as listed in the Proposal. The price so-stated shall constitute full and completecompensation for all labor, materials, tools, equipment and all incidentals required tofinish the work as described in this Special Provision and elsewhere in the ContractDocuments, complete and accepted by the Engineer.

JS-23

Page 28: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/20/17

RICN: 2017-CB-051Page 8 of 10

The Contractor shall not be paid for any shipment if there are discrepancies betweenDaily Trucking Logs and facility weigh tickets until the discrepancy is resolved, asdetermined by the Engineer. The Disposal Fee for Contaminated and HazardousSoil shall be measured for payment under Item Code 202.9904.

JS-24

Page 29: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/20/17

RICN: 2017-CB-051Page 9 of 10

TYPE 1B AND TYPE 2 SOIL CRITERIA ATTACHMENTa Estimated quantitation limitsb Direct exposure criteria for PCBs consistent with the Toxic Substance Control Act (TSCA)c Background Levels of Priority Pollutant Metals in Rhode Island Soils, T. O’Connor, RIDEMd Direct exposure criteria for Lead consistent with the Rhode Island Department of Health Rules and Regulations for Lead Poisoning

Prevention [R23-24.6PB], as amended

Substance Industrial/Commercial(mg/kg)

Substance Industrial/Commercial(mg/kg)

Volatile OrganicsAcetone 10,000 Ethylene dibromode (EDB) 0.07Benzene 200 Isopropyl benzene 10,000Bromodichloromethane 92 Methyl ethyl ketone 10,000Bromoform 720 Methyl isobutyl ketone 10,000Bromomethane 2,900 Methyl-tert-butyl-ether (MTBE) 10,000Carbon tetrachloride 44 Methylene chloride 760Chlorobenzene 10,000 Styrene 190Chloroform 940 Tetrachloroethane,1,1,1,2 220Dibromochloromethane 68 Tetrachloroethane,1,1,2,2 29Dibromochloropropane (DBCP) 4.1 Tetrachloroethylene 110Dichloroethane (1,1-) 10,000 Toluene 10,000Dichloroethane (1,2-) 63 Trichloroethane,1,1,1- 10,000Dichloroethene (1,1-) 9.5 Trichloroethane,1,1,2- 100Dichloroethene (cis-1,2-) 10,000 Trichloroethylene 520Dichloroethene (trans-1,2-) 10,000 Vinyl chloride 3.0Dichloropropane (1,2) 84 Xylenes (Total) 10,000Ethyl benzene 10,000

SemivolatilesAcenaphthene 10,000 Diethyl phthalate 10,000Acenaphthylene 10,000 Dimethyl phenol, 2,4- 10,000Anthracene 10,000 Dimethyl phthalate 10,000Benzo(a)anthracene 7.8 Dinitrophenol, 2,4- 4,100Benzo(a)pyrenea 0.8 Dinitrotoluene, 2,4- 8.4Benzo(b)fluoranthene 7.8 Fluoranthene 10,000Benzo(g,h,I)perylene 10,000 Fluorene 10,000Benzo(k)fluoranthene 78 Hexachlorobenzene 3.6Biphenyl, 1,1- 10,000 Hexachlorobutadiene 73Bis(2-ethylhexyl)phthalate 410 Hexachloroethane 410Bis(2-chloroethyl)ether 5.2 Indeno(1,2,3-cd)pyrene 7.8Bis(2-chloroisipropyl)ether 82 Methyl naphthalene, 2- 10,000Chloroaniline, 4- (p-) 8,200 Naphthalene 10,000Chlorophenol, 2- 10,000 Pentachlorophenol 48Chrysene 780 Phenanthrene 10,000Dibenzo(a,h)anthracenea 0.8 Phenol 10,000Dichlorobenzene, 1,2- (o-DCB) 10,000 Pyrene 10,000Dichlorobenzene, 1,3- (m-DCB) 10,000 Trichlorobenzene, 1,2,4- 10,000Dichlorobenzene, 1,4- (p-DCB) 240 Trichlorophenol, 2,4,5- 10,000Dichlorobenzidine, 3,3- 13 Trichlorophenol, 2,4,6- 520Dichlorophenol, 2,4- 6,100

Pesticides/PCBsChlordane 4.4 Polychlorinated biphenyls (PCBs)b 10Dieldrin 0.4

InorganicsAntimony 820 Leadd 500Arsenicc 7 Manganese 10,000Barium 10,000 Mercury 610Berylliumc 1.3 Nickel 10,000Cadmium 1,000 Selenium 10,000Chromium III (Trivalent) 10,000 Silver 10,000Chromium VI (Hexavalent) 10,000 Thallium 140Copper 10,000 Vanadium 10,000Cyanide 10,000 Zinc 10,000

JS-25

Page 30: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/20/17

RICN: 2017-CB-051Page 10 of 10

TYPE 3 SOIL CRITERIA ATTACHMENT

MAXIMUM CONCENTRATION OF CONTAMINANTS FOR THE TOXICITY CHARACTERISTIC BY TCLP

Contaminant Regulatory Level(mg/L)

Contaminant Regulatory Level(mg/L)

Arsenic 5.0 Hexachlorobutadien 0.5Barium 100.0 Haxachloroethane 3.0Benzene 0.5 Lead 5.0Cadmium 1.0 Lindane 0.4Carbon tetrachloride 0.5 Mercury 0.2Chlordane 0.03 Methoxychlor 10.0Chlorobenzene 100.0 Methyl ethyl ketone 200.0Chloroform 6.0 Nitrobenzene 2.0Chromium 5.0 Pentachlorophenol 100.0o-Cresol 200.01 Pyridine 5.02

m-Cresol 200.01 Selenium 1.0p-Cresol 200.01 Silver 5.0Cresol 200.01 Tetrachloroethylene 0.72,4—D 10.0 Toxaphene 0.51,4-Dichlorobenzene 7.5 Trichloroethylene 0.51,2-Dichloroethane 0.5 2,4,5-Trichlorophenol 400.01,1-Dichloroethylene 0.7 2,4,6-Trichlorophenol 2.02,4-Dinitrotoluene 0.132 2,4,5-TP (Silvex) 1.0Endrin 0.02 Vinyl chloride 0.2Heptachlor (and its epoxide) 0.008Hexachlorobenzene 0.132

Analyses

Test Methods for the Evaluation of Solid Waste, Physical/Chemical Methods, EPA Publication SW-846, is the source of analytical methods usedin the identification and quantification of hazardous wastes for compliance with Subtitle C rules. Outlined below are the SW-846 test methodsand corresponding regulatory levels set forth in 40 CFR 261, Subpart C, for characteristic wastes. Analyses are not performed for theidentification of the other three categories of wastes.

1. Ignitability:· Liquids – a flash point of less than 60° C by test methods including American Society for Testing and Materials (ASTM) Standard

D-93-79, D-93-80, or D-3278-78.· Non-liquids capable of causing fire at standard temperature and pressure, and burn hazardously when ignited.· Compressed gas – ignitable by test methods outlined in 49 CFR 173.300.· Oxidizers – test methods outlined in 49 CFR 173.151.

2. Corrosivity:· Aqueous solutions with a pH value of less than or equal to 2, or greater than or equal to 12.5 by Method 5.2 in SW-846.· Liquids that corrode steel by National Association of Corrosion Engineers Standard TM-01-69.

3. Reactivity: a waste exhibiting any one of the eight properties outlined in Section 261.23 (a).

4. Toxicity: extraction procedure by Method 1311 or total sample analysis. Refer to Table 7 – Maximum Concentration of Contaminantsfor the Toxicity Characteristic by TCLP for analytes and respective regulatory levels.

JS-26

Page 31: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/20/17

RICN: 2016-CB-051Page 1 of 1

CODE 202.9904DISPOSAL FEE FOR CONTAMINATED AND HAZARDOUS SOILS

DESCRIPTION:

This item consists of the disposal fee also known as tipping fee from a licensed disposalfacility for the disposal of contaminated and hazardous soil.

APPLICABLE LAWS AND REGULATIONS:

The disposal of contaminated and hazardous soil shall be conducted in accordance withthe Environmental Protection Agency (EPA) and the Rhode Island Department ofEnvironmental Management (RIDEM) regulations, Soil Management Plan (SMP) andthe Remedial Action Work Plans (RAWP).

SUBMITTALS:The Contractor shall submit copies of the disposal facility’s license verifying that thedisposal facility will accept the particular contaminated and hazardous soil.

METHOD OF MEASUREMENT:

“ITEM CODE 202.9906 DISPOSAL FEE FOR CONTAMINATED AND HAZARDOUSSOILS” will be measured for payment by the actual disposal fee cost, verified by theweight slips and itemized bills of lading, from a licensed disposal facility for the disposalof contaminated and hazardous soil. The total number of measured UNITS shall beequal to the actual disposal fee cost, i.e., one UNIT is equal to one dollar of disposal feecost.

BASIS OF PAYMENT:

The accepted quantity for “ITEM CODE 202.9904 DISPOSAL FEE FORCONTAMINATED AND HAZARDOUS SOILS” contains an estimated dollar figure thatwas established by the Department at 70,000 units at $1.00 each and is inserted in theProposal as an authorized amount from which payments will be drawn. The price so-stated shall constitute full and complete compensation for all labor, materials, tools andequipment, and all incidentals required to finish the work as described in these SpecialProvisions and elsewhere in the Contract Documents, complete in place and acceptedby the Engineer.

This Item does not include any transportation fees and/or taxes associated with thehauling of contaminated and hazardous soil. Any Transportation fees and/or taxesassociated with the hauling of contaminated and hazardous soil are consideredincidental and included in the contract unit price for Item Codes 202.9902, and202.9903.

JS-27

Page 32: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 7/13/17

RICN: 2017-CB-051Page 1 of 3

CODE 209.9901SEDIMENTATION CONTROL FOR CATCH BASINS

DESCRIPTION:

This work consists of furnishing, installing, maintaining and removing approvedsediment control devices within existing and newly installed and in line drain structureswithin the limit of disturbance and as outlined on the Plans, as well as legally disposingof the sediment removed from the devices. All work and material shall be in accordancewith the Rhode Island Department of Transportation Standard Specifications for Roadand Bridge Construction, (Amended 2013) and all revisions, these Special Provisions,and as described elsewhere in the Contract Document and as directed by the Engineer.

Approved sediment control devices include:

“Hi-Flow” SILTSACK® Sediment Control Device (or approved equivalent, meeting therequirements of this special provision) shall be required as directed by the Engineer oras shown in the Contract Documents. This device is intended for use in drain structuresthat include a frame and grate inlet.

The SILTSACK® Sediment Control Device is manufactured by:

ACF Environmental, Inc.1801-A Willis RoadRichmond, Virginia 23237Phone: 800-644-9223 or 800-644-9223; Fax: 804-743-7779

Acceptable Siltsack equivalents are manufactured by:

GSI Geo-Synthetics, Inc. (SiltTex®)W239 N428 Pewaukee RoadWaukesha, WI 53188Phone 800-444-5523

Dandy Products, Inc. (Dandy Curb Sack®)P.O. Box 1980Westerville, OH 43086Phone 800-591-2284

JS-28

Page 33: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 7/13/17

RICN: 2017-CB-051Page 2 of 3

MATERIALS:

The sedimentation control device shall be manufactured from a woven polypropyleneand shall be sewn by a double needle machine, using a high strength nylon thread. Thesedimentation control device seams shall have a certified average wide width strengthper ASTM D-4884standards as follows:

Style Test Method Test Results

Hi-Flow ASTM D-4884 114.6 lbs./in

The sedimentation control device will be manufactured to fit the opening of the catchbasin or drop inlet in which it is used. The sedimentation control device will have thefollowing features: at least two dump straps attached at the bottom to facilitate theemptying of the device. The sedimentation control device shall have lifting loops as anintegral part of the system to be used to lift the sedimentation control device from thebasin; the device shall have a contrasting color restraint cord approximately halfway upthe sack to keep the sides away from the catch basin walls. This contrasting color cordis also a visual means of indicating when the sack shall be emptied.

The geotextile fabric shall be woven polypropylene fabric with the following properties:

Property Test Method Test ResultsGrab Tensile ASTM D-4632 390 lbsGrab Elongation ASTM D-4632 30%Puncture ASTM D-4833 140lbsMullen Burst ASTM D-3786 600 P.S.ITrapezoid Tear ASTM D-4533 120 lbsUV Resistance ASTM D-4355 90%Apparent Opening ASTM D-4751 40 US SieveFlow Rate ASTM D-4491 152 Gal/Min/Ft²Permittivity ASTM D-4491 0.55 sec –1

CONSTRUCTION METHODS:

The installation of the Sedimentation Control Device for Catch Basins shall be inaccordance with the manufacturer’s guidelines.

Each sedimentation control device is full and shall be emptied at any time that therestraint cord is no longer visible. The Contractor shall perform routine and propermaintenance by inspecting all sedimentation control devices weekly and by emptyingthe contents at any time that the restraint cord is no longer visible. Material emptied

JS-29

Page 34: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 7/13/17

RICN: 2017-CB-051Page 3 of 3

from any device shall not be placed in a manner so as to allow reentry into the device,and shall be disposed of legally. The Contractor shall provide written documentation ofweekly inspections and a clean-out log to the Engineer and Stormwater PollutionPrevention Plan (SWPPP) inspector.

Any Sediment Control for Catch Basin shall be replaced at no additional cost to theState if any component becomes damaged such that, in the opinion of the Engineer, thesedimentation control device no longer functions optimally.

Once the area contributing drainage to each catch basin has been permanentlystabilized in accordance with the SWPPP, to the satisfaction of the Engineer, thesediment control device for that inlet shall be promptly removed and become property ofthe contractor.

METHOD OF MEASUREMENT:

“ITEM CODE 209.9901 SEDIMENTATION CONTROL FOR CATCH BASINS” will bemeasured for payment by “Each” unit actually installed in accordance with this SpecialProvision and elsewhere in the Contract Documents, and/or as directed by theEngineer.

BASIS OF PAYMENT:

The accepted quantity of “ITEM CODE 209.9901 SEDIMENTATION CONTROL FORCATCH BASINS” will be paid for at the contract unit price per “Each” as listed in theProposal. The price so-stated will constitute full and complete compensation for alllabor, materials, tools, equipment, and all incidentals required to finish the work asdescribed in this Special Provision and elsewhere in the Contract Documents, completein place and accepted by the Engineer.

JS-30

Page 35: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 5/13/16

RICN: 2017-CB-051Page 1 of 2

CODE 209.9902SEDIMENTATION CONTROL FOR CURB INLET STRUCTURES

DESCRIPTION:

This work consists of furnishing, installing, maintaining and removing approvedsediment control devices within existing and newly installed curb inlet structures withinthe limit of disturbance and as outlined on the Plans. All work and material shall be inaccordance with the Rhode Island Department of Transportation StandardSpecifications for Road and Bridge Construction, (Amended 2013) and all revisions,these Special Provisions, and as described elsewhere in the Contract Document and asdirected by the Engineer.

Approved sediment control devices include:

The GUTTERBUDDY® (or approved equivalent, meeting the requirements of thisspecial provision) shall be required as directed by the Engineer or as shown in theContract Documents. This device is intended for use in drain structures that include acurb inlet stone or apron stone.

The GUTTERBUDDY® Sediment Control Device is manufactured by:

ACF Environmental, Inc.1801-A Willis RoadRichmond, Virginia 23237Phone: 800-644-9223 or 800-644-9223; Fax: 804-743-7779

Acceptable Gutterbuddy equivalents are manufactured by:

Dandy Products, Inc. (Dandy Curb®)P.O.Box 1980Westerville, OH 43086Phone 800-591-2284

RoLanka International, Inc. (BioD-Watl™)155 Andrew DriveStockbridge, GA 30281Phone 800-760-3215

MATERIALS:

The sedimentation control device for curb inlet structures shall be manufactured to be 9”in diameter and each shall be a minimum of twenty-four (24) inches longer than the curb

JS-31

Page 36: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 5/13/16

RICN: 2017-CB-051Page 2 of 2

inlet opening where it is used. This will allow for sufficient length to cover the inlet withtwelve (12) inches beyond the inlet on both ends.

CONSTRUCTION METHODS:

Install the sediment control device in front of the curb inlet opening according tomanufacturer guidelines. Each end of the sediment control device shall extend beyondthe opening in the curb inlet by at least 12”.

Each sediment control device shall be cleaned at any time that a visual inspectionshows silt and debris build-up around the sediment control device. Material removedfrom any device shall not be placed in a manner so as to allow re-deposition around thedevice, and shall be disposed of legally.

Inspection of all sediment control devices shall be conducted on a weekly basis andimmediately after major rain events. The Contractor shall provide written documentationof weekly inspections and a clean-out log to the Engineer and Stormwater PollutionPrevention Plan (SWPPP) inspector.

Any Sediment Control for Curb Inlet device shall be replaced at no additional cost to theState if any component becomes damaged such that, in the opinion of the Engineer, thesediment control device no longer functions optimally.

Once the area contributing drainage to each inlet has been permanently stabilized inaccordance with the SWPPP, to the satisfaction of the Engineer, the sediment controldevice for that inlet shall promptly be removed and become property of the contractor.

METHOD OF MEASUREMENT:

“ITEM CODE 209.9902 SEDIMENTATION CONTROL FOR CURB INLETSTRUCTURES” will be measured for payment per “Each” unit actually installed inaccordance with the Contract Documents and/or as directed by the Engineer.

BASIS OF PAYMENT:

The accepted quantity of “ITEM CODE 209.9902 SEDIMENTATION CONTROL FORCURB INLET STRUCTURES” will be paid for at the contract unit price per “Each” aslisted in the Proposal. The price so-stated will constitute full and complete compensationfor all labor, materials, tools, equipment, and all incidentals required to finish the workas described in this Special Provision and elsewhere in the Contract Documents,complete in place and accepted by the Engineer.

JS-32

Page 37: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 5/13/16

RICN: 2017-CB-051Page 1 of 1

SECTION 212.2000MAINTENANCE 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 charge for this Contract will be $ 500.00 per day.

JS-33

Page 38: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/18/17RICN: 2017-CB-051

Page 1 of 1

SECTION 401.9901

PAY ADJUSTMENTS

401.01 DESCRIPTION. This specification provides a mechanism for the payment ofperformance incentives (positive pay adjustments) for binder content, voids, in-place densityand rideability.

401.02 MATERIALS. N/A.

401.03 CONSTRUCTION METHODS. N/A.

401.04 METHOD OF MEASUREMENT. Pay adjustments will be measured using the “Methodof Measurement” sections of the applicable HMA and rideability specifications.

401.05 BASIS OF PAYMENT. Pay adjustments will be paid using the respective contract unitprice for HMA as listed in the proposal in conjunction with the pay adjustment requirements inthe HMA and rideability specifications.

JS-34

Page 39: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/18/17RICN: 2017-CB-051

Page 1 of 4

402.9901FRICTION COURSE

DESCRIPTION: Friction Course shall be produced in accordance with the Rhode IslandStandard Specifications for Road and Bridge Construction with the following exceptions:

MATERIALS:

1) Performance Graded Binder

The binder shall meet the requirements of PG 64E-28 as specified in AASHTO M 320 and R29 and shall incorporate at least 2.0% SBS polymer. The nonrecoverable creep compliance versuspercent recovery of the binder shall fall above the curve in Figure X1.1 in Appendix X1 of M332 when plotted. Re-refined engine oil bottoms (REOB) shall not be used in the binder. TheContractor may use an approved warm mix additive (WMA) at a dosage rate recommendedby the manufacturer. If a WMA is used it shall be provided at no additional cost to the State.

The mix design shall be a 50 blow Marshall mix meeting the following requirements:

2) Gradation and Asphalt Content Master Range

Sieve Size Percent Passing

¾” 100½” 95-1003/8” 70-100#4 25-45#8 20-35#30 8-15#50 5-12#200 2-6

%AC 5.0-7.0

Marshall Stability 750 Minimum%Voids 5 MinimumFlow 8-16

3) Mix Production – Lots and Sublots

A standard sublot is 600 tons for HMA sampled at the plant for each production run. Astandard lot for each mix is ten sublots. A sample will be randomly selected and tested foreach sublot. At least five sublots will be used when calculating pay adjustments.

If the quantity of HMA needed to finish a production run is projected by the Contractor to beless than the standard sublot size of 600 tons, the projected tonnage may be used to select a

JS-35

Page 40: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/18/17RICN: 2017-CB-051

Page 2 of 4

random sample. If the projected tonnage is not produced or a random sample is unable to betaken, the Engineer may select a sample at the end of the run or at the paver. If no sample istaken, the tonnage will be added to the previous sublot.

Additional samples may be taken at the discretion of the Engineer.

Adjustments to Lots

If less than five sublots are tested after the end of the final standard lot, they will be added tothat lot. Five or more sublots tested after the end of the final standard lot will constitute aseparate lot.

Plant Pay Adjustments

(a) Pay adjustments for deviation from the optimum binder content (established by themix design) in Table 1 will apply:

Table 1 – OBC Pay AdjustmentsDeviation from Optimum BinderContent Pay Adjustment

Less than or equal to 0.1 % +2% 0.2% +1%0.3% 0%0.4% -5%0.5% -15%0.6% -30%0.7% -40%Greater than 0.7 % -50% or Remove and Replace*

* The decision to make 50% payment or Remove and Replace will be made by theEngineer

Note: All deviation values will be rounded to the nearest 0.1% before applying payadjustments.

(b) Calculation of Pay Adjustments for Production Binder Content

For each test, absolute deviations will be used when determining binder content payadjustments. Absolute deviations are the values of deviation regardless of sign (±).

The average of the absolute deviations from the optimum binder content of all of the sublotsin each lot will be used to determine the appropriate pay adjustments for the lots. No paymentwill be made for any pavement that is removed.

All other tolerances shall conform to the RI Standard Specifications.

JS-36

Page 41: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/18/17RICN: 2017-CB-051

Page 3 of 4

Placement.

A material transfer vehicle shall be used for the placement of friction course in all travellanes. Spreading of the mixture shall be performed carefully and the operation shall becontinuous. In the event that unforeseen circumstances cause the paving operation to cease, aminimum of three loaded trucks will be on site before paving will be allowed to resume.Particular attention shall be given to the joints and all irregularities shall be removed beforecompacting.

After placement, the mixture shall be completely and uniformly compacted with poweredsteel drum rollers. A minimum of three rollers shall be operated to handle the output of theplant. At least one shall be used in the vibratory or oscillatory mode. Rolling shall continueuntil all roller marks are eliminated, the surface is of uniform texture and true to grade andcross section. At least three passes must be made at all locations on the mat. Each roller shallexert a minimum average force of 150 pounds per inch along the width of each drum. At leasttwo of the rollers must have a minimum operating weight of 20,000 pounds as published bythe manufacturer. The first pass with the specified roller shall be completed when thetemperature of the layer is 260ºF ±20ºF.

Each lane may be paved so that a longitudinal drop-off remains until the next paving session.Unless otherwise permitted by the Engineer, each subsequent paving operation shall proceedadjacent to the previous. A 12” notched wedge joint maker shall be used. Notched wedgejoints shall be sprayed with tack coat at a rate of 0.12 +0.02/-0.00 gallons per square yard.Transverse joints shall be manually brushed with tack coat. Signs conforming to the MUTCDshall be placed in advance of longitudinal drop offs.

The tack coat shall be RS-1 or RS-1h and shall be uniformly applied at a rate of 0.08 +0.02/-0.00 gallons per square yard to the underlying surface to be paved.

Weather Limitations: Friction course shall not be placed on a wet or damp surface or whenthe temperature of the surface to be paved, in the shade, is less than 55° F, measured prior toplacement. It shall only be placed when the air temperature, in the shade, is at least 55° F. Ifa WMA (warm mix additive) is used both the air and surface temperature in the shade shall be45o F or greater.

If the Contractor mobilizes and the Weather Limitations come into effect the Contractor shallbear all costs associated with the stopping, delaying or canceling of operations.

METHOD OF MEASUREMENT:

Tolerance Limitation. Pavement will be considered acceptable when meeting thespecifications. Pavement that is not accepted will be excluded from the tolerance allowance.When delivery tickets are directly collected by the Engineer from each truck prior to placingin the hopper, the delivery tickets may be used in the determination of total tonnage deliveredand placed. Delivery tickets not collected directly by the Engineer prior to placing in thehopper will not be used to determine tonnage.

JS-37

Page 42: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/18/17RICN: 2017-CB-051

Page 4 of 4

When delivery tickets are not used to determine tonnage, the accepted total tonnage deliveredand placed will be calculated according to the following formula: [final surface course width]x [project length] x [specified pavement thickness] x [the average unit weight of allacceptance density cores] = contract tonnage. If density cores are not required then 96% ofthe average unit weight of the plant produced Marshall or Gyratory cores shall be used.

Payment will be made at full contract unit bid prices with pay adjustments for all acceptedHMA up to 105% of the contract quantity tonnage. Accepted HMA quantities above 105%and up to 110% of the contract quantity tonnage will be paid at 50% of the contract unit bidprices with additional pay adjustments as applicable.

BASIS OF PAYMENT:

The accepted quantity of the HMA will be paid for at its respective contract unit price per tonas listed in the Proposal. The price so-stated constitutes full and complete compensation forall labor, materials and equipment, and for all incidentals required to finish the work,complete and accepted by the Engineer.

Positive pay adjustments for binder content will be applied to the unit bid price for theapplicable item code using Section 401.9901. Negative pay adjustments for binder contentwill be applied to the unit bid price for the applicable item code using a Report of Change.

JS-38

Page 43: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/18/17RICN: 2017-CB-051

Page 1 of 1

SECTION 402.9902

FRICTION COURSE FOR SHOULDERS

402.01 DESCRIPTION. This specification describes the requirements for friction course to beused in low speed shoulders constructed separately from the travel lanes.

402.02 MATERIALS. The Materials shall be as described within the “Materials” section ofFriction Course, Section 402.9901 with the exception that the binder shall meet therequirements of PG 64S-28.

402.03 CONSTRUCTION METHODS. The Construction Methods shall be as described withinthe “Construction Methods” section of Friction Course, Section 402.9901. Friction Course forShoulders shall not be used where traffic crosses the shoulder at ramps.

402.04 METHOD OF MEASUREMENT. Friction Course for Shoulders shall be measuredusing the “Method of Measurement” section of Friction Course, Section 402.9901.

402.05 BASIS OF PAYMENT. The Basis of Payment shall be as described within the “Basis ofPayment” section of Friction Course, Section 402.9901.

JS-39

Page 44: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/18/17RICN: 2017-CB-051

Page 1 of 4

CODE 413.9901RIDEABILITY – SURFACE COURSE

413.01 Description. This specification covers pavement rideability as determined by the Engineer inaccordance with the rating scale, based upon post paving rideability determination.

413.02 Materials. N/A.

413.03 General. Pavement rideability, or ride quality, will be determined by the Engineer using aprofiler on all travel lanes. A travel lane is defined as the primary traveled portion of the roadwayexcluding ramps, turn lanes, auxiliary lanes, and non-normally traveled pavement surfaces. The profilerwill meet all of the equipment requirements of AASHTO M 328.

The surface course ride quality acceptance will be based on the average International Roughness Index(IRI) of three tests using a profiler, for each wheel path for each 0.1-mile section, conducted by theEngineer and reported for each travel lane.

An IRI number in inches per mile will be established using ProVAL software for each 0.1-mile longsection for each wheel path in each travel lane. A 300 foot long-wavelength filter will be applied duringtesting. A 250mm short-wavelength filter will be applied during analysis using ProVAL.

The profile for each wheelpath of each 0.1 mile section in each travel lane will be considered a sublot. Astandard lot is defined as 20 consecutive sublots of a single wheelpath of a single travel lane. If a roadsegment has less than 20 but more than 6 consecutive sublots for each wheelpath, a lot will be comprisedof all of the sublots from one wheelpath. If a road segment has 6 or less consecutive sublots for eachwheelpath, a lot will be comprised of all of the sublots from the road segment. If the final lots include 10or more sublots for each wheelpath, they will be considered their own lots. If the final lots are less than 10sublots, they will be added to the preceding lots.

Areas that are excluded from testing (“leave-out” sections) include the area 15 feet before and afterpavement segments with manholes, catch basins or other structures in the travel lane and the area 25 feetbefore and after bridge joints and project paving limits, all as determined by the Engineer. Areasexcluded from testing by the profiler may, at the Engineer’s discretion, be tested using a 10-footmaximum straightedge. The variation of the surface between any two contacts along the straightedgeshall be not more than 1/4 inch. Humps and depressions exceeding the specified tolerance shall besubject to correction as directed by the Engineer, at no additional cost to the State.

Sections before “leave-out” sections and the section at the end of the paving limit will be added to theprevious sublot if they are less than 0.05 miles or will be considered a full sublot if they are greater thanor equal to 0.05 miles.

413.04 Method of Measurement

Calculating the percentage of work that is within specification limits (PWL) for each lot will beperformed as follows:

1) The mean (X) of each lot will be determined using each sublot within the lot, calculated using thefollowing equation:

JS-40

Page 45: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/18/17RICN: 2017-CB-051

Page 2 of 4

nx=X S

Where: x = the sublot IRI valuen = the number of sublots in the lotΣ = the summation of

2) The standard deviation (s) of each lot will be determined using each sublot within the lot, calculatedusing the following equation:

s = n ( x ) - ( x )n(n -1)

2 2S S

Where: S(x2) = summation of the squares of sublot values(Sx)2 = summation of sublot values squaredn = the number of sublots in the lot

3) The upper quality index (Qu) of each lot will be determined using the mean and standard deviation of eachlot, and will be calculated using the following equation:

sX-USL=Qu

Where: USL = the upper spec limit from Table 1X = the lot means = the lot standard deviation

4) The percentage of the lot that falls below the USL (Pu) will be determined using Table 2, and the Qu valuedetermined above. The Pu value is determined from the table by entering the column corresponding to thenumber of sublots (n) in the lot, and locating the row that corresponds with the Qu value. If Qu is a negativevalue, the absolute value of Qu will be used to determine the table value for Pu and PWL will be equal to 100minus the table value for Pu. If Qu is positive the percent within limits (PWL) will be equal to Pu.

5) The pay equation for determining the pay factor for each lot will be determined as follows:

100)(50.055 PWL=FactorPay +

If the PWL is greater than 90, the bonus (portion of pay factor in excess of 1.00) will be multiplied by 0.6.

6) The pay factor for each lot will be applied to the theoretical tonnage of each respective lot. Thetheoretical lot tonnage will be obtained by taking the measured length, multiplied by half of the designwidth of the travel lane, multiplied by the design thickness of the surface course, multiplied by the unitweight derived from 94% of the averages of the theoretical maximum densities for dense graded mixes or96% of the Marshall or Gyratory densities for friction course obtained at the plant.

JS-41

Page 46: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/18/17RICN: 2017-CB-051

Page 3 of 4

Table 1

Posted Speed Limit Upper Spec Limitfor IRI

Maximum IRI forSublots

Greater than or Equal to50 MPH 60 in/mile 120 in/mile

Less than 50 MPH 95 in/mile 170 in/mile

Sublots that exceed the maximum IRI value in Table 1 will be subject to corrective action. In order toproduce a uniform cross section, the Engineer may require corrections to the adjoining lanes andshoulders. Corrections shall be at no cost to the State. The method of correction shall be limited todiamond grinding or another approved method.

Where corrections are made after the official Department test, the pavement will be retested by theEngineer to verify that corrections have produced an acceptable ride surface. The PWL will berecalculated after corrective action.

This rideability specification does not relieve the Contractor from responsibility concerning workmanshipin accordance with the Specifications and other contract requirements.

413.05 Basis of Payment

An adjusted unit price for each lot of the surface course will be calculated by multiplying the pay factorby the unit price. The adjusted unit price will be applied to the theoretical lot tonnage to determinepayment for the lot. Previous payment for respective lot tonnage at bid unit price will be deducted todetermine the net pay adjustment (incentive or disincentive) for the lot.

Incentives will be addressed using Item Code 401.9901. Disincentives will be addressed using a Reportof Change.

JS-42

Page 47: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/18/17RICN: 2017-CB-051

Page 4 of 4

Table 2 – Values for Estimating Percentage of Lot Within Specification LimitsUpper Quality Index (QU)

n = n = n = n = n = n = n = n =10 12 15 19 26 38 70 201

Pu to to to to to to to to(PWL) n = 3 n = 4 n = 5 N = 6 n = 7 n = 8 n = 9 n = n = n = n = n = n = n = n =

11 14 18 25 37 69 200 ¥100 1.16 1.50 1.79 2.03 2.23 2.39 2.53 2.65 2.83 3.03 3.20 3.38 3.54 3.70 3.8399 1.47 1.67 1.80 1.89 1.95 2.00 2.04 2.09 2.14 2.18 2.22 2.26 2.29 2.3198 1.15 1.44 1.60 1.70 1.76 1.81 1.84 1.86 1.91 1.93 1.96 1.99 2.01 2.03 2.0597 1.41 1.54 1.62 1.67 1.70 1.72 1.74 1.77 1.79 1.81 1.83 1.85 1.86 1.8796 1.14 1.38 1.49 1.55 1.59 1.61 1.63 1.65 1.67 1.68 1.70 1.71 1.73 1.74 1.7595 1.35 1.44 1.49 1.52 1.54 1.55 1.56 1.58 1.59 1.61 1.62 1.63 1.63 1.6494 1.13 1.32 1.39 1.43 1.46 1.47 1.48 1.49 1.50 1.51 1.52 1.53 1.54 1.55 1.5593 1.29 1.35 1.38 1.40 1.41 1.42 1.43 1.44 1.44 1.45 1.46 1.46 1.47 1.4792 1.12 1.26 1.31 1.33 1.35 1.36 1.36 1.37 1.37 1.38 1.39 1.39 1.40 1.40 1.4091 1.11 1.23 1.27 1.29 1.30 1.30 1.31 1.31 1.32 1.32 1.33 1.33 1.33 1.34 1.3490 1.10 1.20 1.23 1.24 1.25 1.25 1.26 1.26 1.26 1.27 1.27 1.27 1.28 1.28 1.2889 1.09 1.17 1.19 1.20 1.20 1.21 1.21 1.21 1.21 1.22 1.22 1.22 1.22 1.22 1.2388 1.07 1.14 1.15 1.16 1.16 1.16 1.17 1.17 1.17 1.17 1.17 1.17 1.17 1.17 1.1787 1.06 1.11 1.12 1.12 1.12 1.12 1.12 1.12 1.12 1.12 1.12 1.12 1.12 1.13 1.1386 1.04 1.08 1.08 1.08 1.08 1.08 1.08 1.08 1.08 1.08 1.08 1.08 1.08 1.08 1.0885 1.03 1.05 1.05 1.04 1.04 1.04 1.04 1.04 1.04 1.04 1.04 1.04 1.04 1.04 1.0484 1.01 1.02 1.01 1.01 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 0.99 0.99 0.9983 1.00 0.99 0.98 0.97 0.97 0.96 0.96 0.96 0.96 0.96 0.96 0.96 0.95 0.95 0.9582 0.97 0.96 0.95 0.94 0.93 0.93 0.93 0.92 0.92 0.92 0.92 0.92 0.92 0.92 0.9281 0.96 0.93 0.91 0.90 0.90 0.89 0.89 0.89 0.89 0.88 0.88 0.88 0.88 0.88 0.8880 0.93 0.90 0.88 0.87 0.86 0.86 0.86 0.85 0.85 0.85 0.85 0.84 0.84 0.84 0.8479 0.91 0.87 0.85 0.84 0.83 0.82 0.82 0.82 0.82 0.81 0.81 0.81 0.81 0.81 0.8178 0.89 0.84 0.82 0.80 0.80 0.79 0.79 0.79 0.78 0.78 0.78 0.78 0.77 0.77 0.7777 0.87 0.81 0.78 0.77 0.76 0.76 0.76 0.75 0.75 0.75 0.75 0.74 0.74 0.74 0.7476 0.84 0.78 0.75 0.74 0.73 0.73 0.72 0.72 0.72 0.71 0.71 0.71 0.71 0.71 0.7175 0.82 0.75 0.72 0.71 0.70 0.70 0.69 0.69 0.69 0.68 0.68 0.68 0.68 0.68 0.6774 0.79 0.72 0.69 0.68 0.67 0.66 0.66 0.66 0.66 0.65 0.65 0.65 0.65 0.64 0.6473 0.76 0.69 0.66 0.65 0.64 0.63 0.63 0.63 0.62 0.62 0.62 0.62 0.62 0.61 0.6172 0.74 0.66 0.63 0.62 0.61 0.60 0.60 0.60 0.59 0.59 0.59 0.59 0.59 0.58 0.5871 0.71 0.63 0.60 0.59 0.58 0.57 0.57 0.57 0.57 0.56 0.56 0.56 0.56 0.55 0.5570 0.68 0.60 0.57 0.56 0.55 0.55 0.54 0.54 0.54 0.53 0.53 0.53 0.53 0.53 0.5269 0.65 0.57 0.54 0.53 0.52 0.52 0.51 0.51 0.51 0.50 0.50 0.50 0.50 0.50 0.5068 0.62 0.54 0.51 0.50 0.49 0.49 0.48 0.48 0.48 0.48 0.47 0.47 0.47 0.47 0.4767 0.59 0.51 0.47 0.47 0.46 0.46 0.46 0.45 0.45 0.45 0.45 0.44 0.44 0.44 0.4466 0.56 0.48 0.45 0.44 0.44 0.43 0.43 0.43 0.42 0.42 0.42 0.42 0.41 0.41 0.4165 0.52 0.45 0.43 0.41 0.41 0.40 0.40 0.40 0.40 0.39 0.39 0.39 0.39 0.39 0.3964 0.49 0.42 0.40 0.39 0.38 0.38 0.37 0.37 0.37 0.37 0.36 0.36 0.36 0.36 0.3663 0.46 0.39 0.37 0.36 0.35 0.35 0.35 0.34 0.34 0.34 0.34 0.34 0.33 0.33 0.3362 0.43 0.36 0.34 0.33 0.32 0.32 0.32 0.32 0.31 0.31 0.31 0.31 0.31 0.31 0.3161 0.39 0.33 0.31 0.30 0.30 0.29 0.29 0.29 0.29 0.29 0.28 0.28 0.28 0.28 0.2860 0.36 0.30 0.28 0.27 0.27 0.27 0.26 0.26 0.26 0.26 0.26 0.26 0.26 0.25 0.2559 0.32 0.27 0.25 0.25 0.24 0.24 0.24 0.24 0.23 0.23 0.23 0.23 0.23 0.23 0.2358 0.29 0.24 0.23 0.22 0.21 0.21 0.21 0.21 0.21 0.21 0.20 0.20 0.20 0.20 0.2057 0.25 0.21 0.20 0.19 0.19 0.19 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.1856 0.22 0.18 0.17 0.16 0.16 0.16 0.16 0.16 0.16 0.15 0.15 0.15 0.15 0.15 0.1555 0.18 0.15 0.14 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.1354 0.14 0.12 0.11 0.11 0.11 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.1053 0.11 0.09 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.0852 0.07 0.06 0.06 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.0551 0.04 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.0250 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Note: If the calculated value of Qu does not correspond exactly to a value in the table, the next lower value will be used.

JS-43

Page 48: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/18/17RICN: 2017-CB-051

Page 1 of 8

Code 415.9901Intelligent Compaction for HMA

DESCRIPTION

This work shall consist of the compaction of the HMA utilizing intelligent compaction (IC)rollers within the limits of the work as described in the plans. IC is defined as a process that usesvibratory rollers equipped with a measurement and documentation system that automaticallyrecords various critical compaction parameters in real time during the compaction process. ICuses roller vibration measurements to assess the mechanistic properties of the compactedmaterials to ensure optimum compaction is achieved through continuous monitoring of theoperations.

The Contractor shall supply sufficient numbers of rollers and other associated equipmentnecessary to complete the compaction requirements for the specific materials. At least one ICroller shall be used. The required position for an IC roller is in the initial phase (breakdown) inthe paving sequence. Any additional IC rollers shall be used in the intermediate phase.

EQUIPMENT

IC Roller - The IC roller(s) shall meet the following specific requirements:

1. IC rollers shall be self-propelled double-drum vibratory rollers equipped with accelerometersmounted in or about the drum to measure the interactions between the rollers and compactedmaterials in order to evaluate the applied compaction effort. IC rollers shall be equipped withnon-contact temperature sensors for measuring pavement surface temperatures.

2. The output from the roller is designated as the Intelligent Compaction Measurement Value(IC-MV) which represents the stiffness of the material being rolled based on the vibration of theroller drums and the resulting response from the underlying materials.

3. GPS radio and receiver units shall be mounted on each IC roller to monitor the drum locationsand track the number of passes of the rollers.

4. IC rollers shall include an integrated on-board documentation system that is capable ofdisplaying real-time color-coded maps of IC measurement values including the stiffness responsevalues, location of the roller, number of roller passes, pavement surface temperatures, rollerspeeds, vibration frequencies and amplitudes of roller drums.

5. The display unit shall be capable of transferring the data by means of a USB port.

JS-44

Page 49: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/18/17RICN: 2017-CB-051

Page 2 of 8

6. An on-board printer capable of printing the identity of the roller, the date of measurements,construction area being mapped, percentage of the construction area mapped, target IC-MV, andareas not meeting the IC-MV target values shall be provided.

The following contact information is provided for three pre-approved vendors. Others may besubmitted for approval.

Vendor Bomag Sakai Wirtgen/HammModel Asphalt Manager CIS HCQModel No. BW190AD-4AM SW880/SW890 HD+ 90 / HD+ 110

HD+ 120 / HD+ 140Documentation BCM 05 Office AithonMT-A HMVCompany Address Bomag Americas, Inc.

200 Kentville RoadKewanee, Il. 61443

Sakai America, Inc.90 International ParkwayAdairsville, Ga. 30103

Wirtgen America, Inc.6030 Dana WayAntioch, TN 37013

Contact Information Chris Connolly(301) [email protected]

Brandon Crockett(800)[email protected]

Tim Kowalski(615) [email protected]

Global Positioning System (GPS). The Contractor shall provide GPS technology to achieveaccurate and consistent GPS measurements among all GPS equipped devices on the project.

GPS-Related Definitions

• GPS: A space-based satellite navigation system that provides location and timeinformation in all weather, anywhere on or near the Earth to determine the location in geodeticcoordinates. In this specification, GPS refers to all GPS-related signals including US GPS, andother Global Navigation Satellite Systems (GNSS).

• Hand-Held GPS rover: A portable GPS radio/receiver for in-situ point measurements.

• GPS Base Station: A single ground-based system that consists of a GPS receiver, GPSantenna, radio and radio antenna to provide L1/L2 differential GPS correction signals to otherGPS receivers within a range limited by radio, typically 3 miles (4.8 Km) in radius withoutrepeaters.

• Network RTK: Network RTK is a system that use multiple bases in real-time to providehigh-accuracy GPS positioning within the coverage area that is generally larger than that coveredby a ground-based GPS base station; e.g.., VRSTM.

• GPS Correction Service Subscription: A service that can be subscribed to receive VRSsignals in order to achieve higher accuracy GPS positioning normally via cellular wireless dataservices; i.e., without the need for a ground-based base station. Examples of GPS CorrectionService subscriptions are: Trimble VRSTM, Trimble VRS NOWTM, OmniSTAR, etc.

JS-45

Page 50: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/18/17RICN: 2017-CB-051

Page 3 of 8

• RTK-GPS: Real Time Kinematic Global Positioning Systems based on the use ofcarrier phase measurements of the available GPS signals where a single reference station or areference station network provides the real-time corrections in order to achieve centimeter-levelaccuracy.

• UTM Coordinates: Universal Transverse Mercator (UTM) is a 2-dimensional Cartesiancoordinates system that divides the surface of Earth between 80°S and 84°N latitude into 60zones, each 6° of longitude in width and centered over a meridian of longitude. Zone 1 isbounded by longitude 180° to 174° W and is centered on the 177th West meridian. The UTMsystem uses projection techniques to transform an ellipsoidal surface to a flat map the can beprinted on paper or displayed on a computer screen. Note that UTM is metric-based.

• Geodetic Coordinates: A non-earth-centric coordinate system to describe a position inlongitude, latitude, and altitude above the imaginary ellipsoid surface based on a specificgeodetic datum. WGS-84 and NAD83 datum are required for use with UTM and State Plans,respectively.

• ECEF XYZ: Earth-Centered, Earth-Fixed Cartesian X, Y, Z coordinates.

• Grid: Referred to ECEF XYZ in this specification.

• GUI Display: Graphical User Interface Display

• State Plane Coordinate: A set of 124 geographic zones or coordinate systems designedfor specific regions of the United States. Each state contains one or more state plane zones, theboundaries of which usually follow county lines. The current State Plane coordinate is based onNAD83.

• UTC: Coordinated Universal Time (UTC) is commonly referred to as Greenwich MeanTime (GMT) and is based on a 24 hours’ time scale from the mean solar time at the Earth's primemeridian (zero degrees longitude) located near Greenwich, England.

All GPS devices for this project shall be set to the same consistent coordinate datum/system nomatter whether GPS or Grid data are originally recorded. The Rhode Island State PlaneCoordinate shall be used. The records shall be in meters.

Ad-hoc local coordinate systems will not be allowed.

Construction Requirements. The Contractor shall provide the GPS system (including GPSreceivers on equipment and hand-held GPS receivers (Rovers)) that makes use of the samereference system that can be a ground-based base station or network-RTK, to achieve RTK-GPSaccuracy. Examples of combinations are:

1. GPS receivers on equipment and hand-held GPS rovers referenced to the same on-ground base station.

JS-46

Page 51: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/18/17RICN: 2017-CB-051

Page 4 of 8

2. GPS receiver on equipment and hand-held GPS receivers referenced to the samenetwork RTK.

GPS Data Records and Formats. The recorded GPS data from the equipment and hand-heldGPS rovers shall be in the following formats:

1. Time: The time stamp shall be in military format, hhmmss.ss in either UTC or localtime zone. 0.01 second is required to differentiate sequence of data points during post process.

2. GPS: Latitudes and longitude shall in ddmm.mmmmmmmm or decimal degrees, dd.dddddddd. Longitudes are negative values when measuring westward from the

Prime Meridian.

3. Grid: Coordinates shall be in meters with at least 3 digits of significance (0.001 m or 1mm).

When importing data into the data analysis management program, the GPS data and associatedmeasurements shall be stored with minimum data conversions and minimum loss of precisions.Users can then select unit of preference to allow real time unit conversion for the GUI display.

Post-Process GPS Check. Follow the vendor-specific instructions to export data to Veda-compatible formats. The Contractor shall import the equipment data into Veda and enter GPSpoint measurements from the rover and visually inspect the map and point measurements on theVeda display screen for consistency.

Data Analysis Software. Standardized data analysis software (Veda) is available on the websitewww.intelligentcompaction.com. As a minimum, the following Essential Data Information andData Elements shall be included in each data file or section.

Item Description1 Section Title2 Machine Manufacture3 Machine Type4 Machine Model5 Drum/Screed Width (m)6 Drum Diameter (m) (roller only)7 Machine Weight (metric ton)8 CSPC Zone9 Offset to UTC (hrs)10 Number of data points

• Essential Data Elements for Each Data Point:

JS-47

Page 52: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/18/17RICN: 2017-CB-051

Page 5 of 8

Item Date Field Name Example of Data

1 Date Stamp (YYYYMMDD) e.g. 200807012 Time Stamp (HHMMSS.SS -military format) e.g. 090504.00 (9 hr 5 min. 4.00 s.)3 Longitude (decimal degrees) e.g. 94.859204034 Latitude (decimal degrees) e.g. 45.227773355 Easting (m) e.g. 354048.3006 Northing (m) e.g. 5009934.9007 Height (m) e.g. 339.94508 Pass number (rollers only) e.g. 29 Direction index e.g., 1 forward, 2 reverse10 Speed (kph) (rollers and pavers) e.g. 4.011 Vibration on e.g., 1 for yes, 2 for no12 Frequency (vpm) e.g. 3500.013 Amplitude (mm) e.g. 0.614 Surface temperature (oC) (rollers only) e.g. 120

Longitude and latitude can be exclusive with easting and northing, and vice versa. The size ofdata mesh after post-processing shall be less than 18 inches (450 mm) by 18 inches (450 mm) inthe X and Y directions.

Equipment. The supplier, make, model, unique identifier, and the GPS system supplier to beutilized.

Process Control During Rolling: In addition to any other QC responsibilities, the Contractorshall be responsible for the following:

1. Daily GPS check testing for the equipment and rover(s).

2. Establishing target number of passes using data from standard testing devices; i.e.,Nondestructive density gauges, pavement cores, and roller(s).

3. Monitoring the equipment location during paving operations and the operation of theentire GPS system on the project site.

4. Quality control testing to monitor the pavement temperature.

5. Daily download and analysis of the data from the roller(s).

6. Daily set-up, take down and secure storage of GPS and equipment components

Materials Sampling and Testing.

JS-48

Page 53: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/18/17RICN: 2017-CB-051

Page 6 of 8

A minimum of 95% of the mat must be rolled at least three times when analyzed using Vedasoftware. Three 500 foot test sections shall be constructed at the beginning of three differentlocations determined by the Engineer. The test sections shall be rolled six times at 100%coverage to determine the IC-MV values and temperatures. The minimum frequency ofobtaining the data from the equipment shall be two (2) times per day of asphalt compactionoperations. The data shall be date and time stamped permitting external evaluation at a later time.Data from the on-board printer shall be submitted to the Engineer upon request.

The raw data and results from the analysis software shall be made available to the Engineerwithin 24 hours of obtaining the data.

GPS Setup. Prior to the start of production, the Contractor and representatives of the GPS andequipment manufacturer shall conduct the following to check the proper setup of the GPSequipment and the rover(s) using the same datum:

1. On a location nearby or within the project limits, the GPS base station (if required bythe GPS) shall be established and the equipment and the GPS rover tied into the same basestation.

2. Verification that the equipment and rover are working properly and that there is aconnection with the base station.

3. There are two options for comparing the equipment and rover coordinates. Productionshall not begin until proper GPS verification has been obtained. The vendor’s recommendedverification process can be used to augment either of the following options:

a. GPS verification measurements shall be conducted while the equipment is stationary.The GPS coordinates from the equipment on-board display shall be recorded ensuring that thedistance offsets are applied correctly to the center of the front drum (e.g., the measurement is atthe equipment GPS receiver position). Place the hand-held GPS receiver on top of the GPSreceiver mounted on the equipment and record the coordinates from the hand-held receiverdisplay. The differences of the coordinates between the equipment GPS receiver and hand-heldGPS receiver shall be within 2 inches (50 mm) in both the horizontal axes (X and Y). The checkfor the vertical axis is not required.

b. A reference location on the project site shall be selected and marked by the Contractor.The equipment shall be placed so that the center of the front drum is on top of the referencelocation and the location measurement shall be recorded. After moving the equipment from themarked location, a hand-held rover must be used to locate the reference location. The differencesof the coordinates in grid shall be within 6 inches (150 mm) in both the horizontal axes (X andY). The GPS location measurements from the equipment must be used to determine any offsetsthat are required so that the GPS coordinate of the equipment is at the center of the front drum orhopper. On some systems, distance offsets are applied to the roller GPS measurements from theon-board display and the coordinates may be on the left or right side of the drum. In those cases

JS-49

Page 54: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/18/17RICN: 2017-CB-051

Page 7 of 8

the equipment must be moved so that the left or right side of the front drum axle is flush with thereference location. The hand-held rover must be placed on the marked location and thedifference of both coordinate records checked. The final GPS coordinate for each data pointrecorded in data files must be at the center of the front drum or hopper.

4. GPS setup shall be conducted daily during production operations to ensure consistencyand accuracy of GPS measurements for all GPS devices prior to the compaction operation.

Documentation. The documentation shall include the following.

1. Equipment. Documentation of the manufacturer and model of the IC rollers used each day ofpaving. The relative positioning of the equipment in the paving operations shall be noted.

2. Initial Data. At a minimum, the electronic data from equipment and the data analysissoftware shall be provided to the Engineer upon the completion of the first day’s paving.

3. Production Roller Data. The Contractor shall export from the vendor’s software all data on adaily basis. The Contractor shall analyze the equipment data for coverage area and uniformityand shall submit the results to the Engineer within 24 hours of the completion of the each day’spaving operation.

A summary of all equipment data shall be given to the Department at the completion of thecontract.

Assistance and Training

Technical Assistance. The Contractor shall coordinate for on-site technical assistance from theequipment representatives during the initial seven (7) days of production and then as neededduring the remaining operations. As a minimum, the equipment representative shall be presentduring the initial setup and verification testing of the equipment. The equipment representativeshall also assist the Contractor with data management using the data analysis software includingdata input and processing.

On-Site Training. The Contractor shall provide and coordinate on-site training for Contractorand Agency project personnel. Contractor’s personnel shall include the paving superintendent,QC technicians (if applicable), and equipment operators. At a minimum, training topics shallinclude:

1. Background information for the specific system(s) to be used

2. Setup and checks for system(s), GPS receiver, base-station and hand held rovers

3. Operation of the system(s) on the equipment; i.e., setup data collection, start/stop of datarecording, and on-board display options

JS-50

Page 55: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/18/17RICN: 2017-CB-051

Page 8 of 8

4. Transferring raw data from the equipment; i.e., via USB connections

5. Operation of vendor’s software to open and view raw data files and exporting all-passes andproofing data files in Veda-compatible format

6. Operation of Veda software to import the above exported all-passes and proofing data files,inspection of maps, input point test data, perform statistics analysis, and produce reports forproject requirements

7. Coverage and uniformity requirements of the HMA specification

METHOD OF MEASUREMENT

Intelligent Compaction for HMA will be measured for payment according to the followingmethod. The total number of days IC is used will be counted and compared to the total numberof days paving, and a ratio will be calculated as total-days-IC/total-days-paving which will beused in determining the Basis of Payment.

BASIS OF PAYMENT

The Lump Sum bid price constitutes full and complete compensation for all labor, materials,equipment and incidentals required to finish the work complete and accepted by the Engineer.The accepted quantity for Intelligent Compaction for HMA will be paid for using the contractLump Sum bid price adjusted as follows. The Lump Sum bid price will be multiplied by theratio calculated in the Method of Measurement and the resultant amount will constitute the totalpayment for IC. For example, if total days paving is 8 and total days IC is 6, then the ratio willbe 6/8 or 75%, and the total payment for IC will be 0.75xLumpSumBidPrice. The full contractLump Sum bid price will be paid when IC was used for all days paving.

JS-51

Page 56: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/6/17

RICN 2017-CB-051Page 1 of 9

CODE 800.99BRIDGE NO. 539 PREMANUFACTURED BRIDGE UNIT (PBU) SUPERSTRUCTURE

DESCRIPTION: This work consists of all work associated with the construction of thepremanufactured bridge unit (PBU) superstructure for the Blackstone Street Bridge No.539. Work shall include but is not be limited to furnishing, storing, handling,preassembling, hauling and delivering, erecting, and setting the PBUs; furnishing,fabricating and installing the elastomeric bearings; securing the PBUs onto thebearings; transverse and longitudinal closure pours; TL-5 concrete bridge parapet,prefabricated waterproofing membrane; hot mix asphalt wearing surface; and all otherwork associated including all necessary materials and equipment to complete the workas detailed on the Contract Drawings and as specified in this Special Provision andelsewhere in the Contract Documents. Each PBU consists of hot dip galvanized andpainted structural steel stringers, diaphragms, including all connection plates andhardware; shear connectors; HP concrete bridge deck with galvanized reinforcement,and any other miscellaneous drains and/or attachments as shown on the ContractDrawings.

This special provision shall supplement relevant provisions of Sections 601, 808, 809,810, 814, 824, and 828 of the Rhode Island Standard Specifications for Road andBridge Construction, Amended August 2013, with all revisions (RI StandardSpecifications). Hot dipped galvanizing and painting of all structural steel componentsshall be in accordance with Code 827.99 of these Special Provisions. Ultra-HighPerformance Concrete (UHPC) closure pours shall be in accordance with Code 808.99of these Special Provisions.

MATERIALS:

All structural steel plates and shapes shall conform to AASHTO M270 Grade 50.Miscellaneous hardware and materials not specifically specified on the ContractDrawings shall be in accordance with Subsection 824.02 of the RI StandardSpecfications. All structural steel shall be galvanized and painted in accordance withCode 827.99.

High strength bolts and associated washers and nuts shall be galvanized and conformto relevant provisions of Subsection M.05.04.4 of the RI Standard Specifications and toAASHTO M164 (ASTM A325).

Shear connectors shall conform to the requirements of Subsection M.05.04.6 of the RIStandard Specifications.

JS-52

Page 57: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/6/17

RICN 2017-CB-051Page 2 of 9

Reinforcement shall be in accordance with Section M.05.01 of the RI StandardSpecifications and galvanized in accordance with Section M.05.05 of the RI StandardSpecifications.

Deck concrete for PBU, transverse abutment closure pour concrete, the lower portion ofthe pier closure pour concrete, and the TL-5 concrete bridge parapet shall be Class HPin accordance with Section 601 of the RI Standard Specifications. Longitudinal closurepour concrete and the upper portion of the pier closure pour concrete shall be UHPC inaccordance with Code 808.99 of these Special Provisions.

Contractor shall design all lifting devices to support the required vertical and horizontalforces with the applicable safety factors according to the Component Handling andErection Bracing requirements in the PCI Design Handbook

CONSTRUCTION METHODS:

All construction shall be in accordance with the approved shop drawings, the ContractDocuments, and where provided with the specific products utilized, the manufacturer’srecommendation and instructions. Where conflicts exist, the most stringent requirementshall govern as determined solely by the Engineer.

Submittals: The Contractor shall submit complete and accurate shop drawings anddesign calculations to the Engineer for approval in accordance with Code 105.02 ofthese Special Provisions and as supplemented or modified below:

1. The Professional Engineer responsible for preparing and stamping the submittal(including all calculations) shall hold a valid license in the branch of Civil orStructural Engineering in the State of Rhode Island.

2. The Contractor shall submit a listing at least three similar projects demonstrating thenecessary experience to furnish and erect the PBU superstructure, including a briefdescription of each project that is similar in scope. A reference shall be included foreach project listed. As a minimum, the reference shall include the owner’s name,address, and current phone number.

3. The Contractor shall design all temporary works according to the current edition ofthe AASHTO LRFD Bridge Construction Specifications, Section 3 “TemporaryWorks”, the Rhode Island LRFD Bridge Design Manual, and the latest PCI DesignHandbook, Section 8 “Component Handling and Erection Bracing”.

4. Premanufactured Bridge Units (PBUs): The Contractor shall submit all of therequirements as outlined below in one complete package.

JS-53

Page 58: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/6/17

RICN 2017-CB-051Page 3 of 9

□ All dimensions and details of all associated components necessary to completethe construction of each of the PBUs.

□ Weight of each PBU.□ Locations and details of all lifting devices and amount of any additional concrete

reinforcing required for lifting.□ Structural steel fabrication shop drawings detailing all structural steel, shear

connectors, diaphragms, and bolted connections.□ Reinforcement shop drawings detailing all reinforcement for the superstructure.□ Any leveling inserts to be cast into the concrete deck and the proposed leveling

procedure for the PBUs. Inserts are to be centered over the stringers web andshall have a minimum tension capacity of 5500 lbs.

□ Concrete mix design.□ Minimum compressive strength attained for concrete deck prior to the handling of

the PBU.□ All supporting calculations and documentation.□ Detailed method of fabricating the PBUs including forming and casting of the

concrete deck.□ Complete sequence of construction following the general sequence of

construction specified on the Contract Drawings.□ A storage, handling, and hauling plan which includes methods for storage,

handling procedures, and hauling (shipping) procedures demonstrating all stepstaken to ensure no overstress or damage to the PBUs at any point.

□ The work area plan shall include items such as utilities overhead and below thework area, drainage inlet structures, and protective measures.

5. Assembly Plan: The Contractor shall submit all of the requirements as outlinedbelow in one complete package.

□ Methods of providing temporary support of the components.□ Procedures for controlling and providing the required elevations and alignment

between adjacent PBUs.□ Methods for leveling and differential camber between adjacent PBUs prior to

placing the closure pour.□ Detailed sequence of construction and a CPM schedule for all operations.

Account for setting and cure time for any grouts and concrete closure pours.□ Methods for forming and curing closure pours.□ Method for filling lifting device holes after final placement of PBU.□ Equipment to be used to lift and place PBUs including cranes, lifting slings, sling

hooks, and jacks. Include crane locations and operation radii and lifting

JS-54

Page 59: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/6/17

RICN 2017-CB-051Page 4 of 9

calculations for each lift location. Crane location plans shall consider overheadand adjacent structures in the lifting calculations as applicable. The Contractorshall also refer to the Contract Drawing “General Notes Regarding TemporaryConstruction Conditions” for additional requirements.

□ Preassembly Plan –The plan shall include details of the means of geometrycontrol, tolerances for the PBUs, transportation, hoisting, erection and installationat the preassembly site, details of the disassembly, hoisting and storage of thevarious the components following completion of the preassembly in preparationfor, and prior to, transporting the components to the bridge site. ThePreassembly Plan shall also include details of the Contractor’s proposedpreassembly site, including its physical location, street address, and locus map.

Quality Assurance: The following shall apply to assure quality:

1. Each PBU shall be permanently marked with the date of fabrication, supplieridentification, and unit identification number. Markings shall be stamped in the freshconcrete.

2. The Contractor shall take all necessary precautions to prevent cracking of theconcrete deck during handling and storage.

3. If defects such as cracking, honeycombing, or damage within the concrete deck areobserved, work shall stop to determine the cause of the defect/ damage andcorrective action shall be taken prior to casting any further PBUs.

4. The Contractor may propose a repair procedure for any defective unit to reestablishthe unit’s structural integrity, durability, and aesthetics; however, all procedures andrepaired units must be accepted by the Engineer.

5. PBUs will be rejected by the Engineer for any of the following reasons:a. Fabrication not in conformance with the Contract Documents.b. Full depth cracking of the concrete or concrete breakage that is not repairable

to 100% conformance to the actual product.c. Camber that does not meet the requirements required by the Plans or shop

drawings.d. Honeycombed texture.e. Dimensions which are not within the allowable tolerances specified in the

Contract Documents.f. Defects that indicate the concrete proportioning or mixing is not in accordance

with the approved concrete mix design.g. Damaged ends which will prevent satisfactory installation of the closure pour.

JS-55

Page 60: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/6/17

RICN 2017-CB-051Page 5 of 9

h. Damage during storage, transportation, erection, or construction determinedto be significant by the Engineer.

6. The PBU Fabricator shall document all test results for the deck concrete. Thequality control file will contain at least the following:

a. Unit identification numberb. Date and time of concrete pourc. Concrete cylinder test resultsd. Quantity of concrete used and the batch printoute. Form-stripping date and repairs if applicablef. Location/number of blockouts for lifting devicesg. Temperature and moisture for the curing periodh. Documents for lifting device details and requirements

Sequence of Construction: The following general sequence of construction has beenassumed for the design of the PBU superstructure. The Contractor may propose analternate sequence with supporting calculations and required modifications to theEngineer for review and approval.

1. Assemble the structural steel components for PBU (Two stringers and intermediatediaphragm).

2. Form and cast HP concrete deck for PBU with structural steel supported only atbearing centerlines.

3. Place all PBUs within the given construction phase.4. Install remaining intermediate diaphragms between adjacent PBUs.5. Cast longitudinal UHPC closure pours between adjacent PBUs.6. Cast transverse HP concrete closure pours at abutments.7. Cast transverse HP concrete and UHPC closure pours at piers.8. Cast TL-5 concrete bridge parapet (if applicable).9. Install prefabricated waterproofing membrane and wearing surface.

PBU ConstructionTolerances: The following PBU fabrication tolerances shall apply:

1. Deck surfaces must meet a 1/8 inch in 10-foot straightedge requirement in both thelongitudinal and transverse directions.

JS-56

Page 61: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/6/17

RICN 2017-CB-051Page 6 of 9

2. Difference in camber between adjacent units shall not exceed ¼ before shipping tothe site. Differential camber shall be determined during preassembly.

PBU Fabrication:

Fabrication and assembly of all structural steel components shall be in accordance withthe relevant provisions of Section 824 of the RI Standard Specifications. Hot dippedgalvanizing and painting shall be in accordance with Code 827.99 on these SpecialProvisions.

Deck forms shall be well constructed, carefully aligned, clean, substantial, and firm, andsecurely placed and fastened together to provide a level, true riding surface. The PBUsupports and deflection control shall be checked prior to pouring and monitoredthroughout the pouring process. Holes, cutouts, anchorage, reinforcement, and anyother related details shown on the plans shall be provided for in the PBUs.

Concrete shall not be placed in forms until the Engineer has inspected the forms andhas approved all materials and the placement of the materials in the form.

The Contractor shall provide the Engineer with a tentative casting schedule at least twoweeks in advance to make inspection and testing arrangements. A similar notification isrequired for the shipment of PBUs to the job site.

Concrete deck concrete placement shall be in accordance with the relevant provisionsof Section 814 of the RI Standard except the forms shall not be removed until theconcrete has reached the minimum required compressive strength of 5 ksi.

The PBU components of the superstructure shall be pre-assembled to assure propermatch between PBUs to the satisfaction of the Engineer before shipping to the job site.Relevant beam seat elevation changes between adjacent PBUs and each support shallmatch the actual conditions at the bridge site. The procedure for leveling anydifferential camber and/or beam seat adjustments shall be established during the pre-assembly and approved by the Engineer. The PBUs shall be matched as closely aspossible for camber, and match-marked. Dimensions shall be provided to the Contactorfor adjusting beam seat elevations at each bridge substructure in the field.

The surface profile of closure pour bonding surfaces shall be prepared in accordancewith Code 808.99 of these Special Provisions for Ultra High Performance Concrete.

JS-57

Page 62: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/6/17

RICN 2017-CB-051Page 7 of 9

Handling and Storing:

Handling and erection bracing shall be in accordance with Chapter 5 of the latest PCIDesign Handbook.

PBUs shall only be lifted at the designated lift locations with the proper rigging asdetailed in the approved shop drawings. The Contractor is responsible for all handlingstresses in the PBUs and shall include any additional reinforcement and/or deckconcrete modifications required to the PBUs to resist these handling stresses within theshop drawing submittal. The Engineer may institute an instrumentation program tomonitor handling and erection stresses in the PBUs.

PBUs shall only be supported at the designated support locations (centerlines ofbearing). PBUs shall be set onto shock-absorbing, cushioning material for transport.Tie-down straps shall only be located at lines of blocking. PBUs shall not be subject todamaging torsional, dynamic, or impact stresses.

PBUs shall be stored on sound supports to prevent damage due to differentialsettlement.

PBUs shall be protected from freezing temperatures (32°F) for 5 days or until deckconcrete attains design compressive strength specified in the Contract Documents,whichever comes first. Protection shall not be removed any time prior to the unitsattaining the specified compressive strength when the surrounding air temperature isbelow 20°F.

Any PBUs damaged during handling and storage will be repaired or replaced to thesatisfaction of the Engineer at no cost to the State.

Transportation:

PBUs shall not be transported from the casting yard until the deck concrete has attainedits minimum 28 day compressive strength specified in the Contract Documents asshown by test cylinders cured in accordance with AASHTO T 23, and a minimum of 7days has elapsed since casting of the concrete deck.The Engineer shall be given a minimum 48 hour notice of the loading and shippingschedule.PBUs shall be transported upright and supported only at the designated supportlocations (centerlines of bearing).The Engineer shall inspect the material, quality, and condition after delivery to theconstruction site, with this and any previous inspections constituting only partialacceptance.

JS-58

Page 63: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/6/17

RICN 2017-CB-051Page 8 of 9

PBU Placement:

Contractor shall verify beam seat elevations are correct and the elastomeric bearingsshall be installed in accordance with Subsection 828.03.1(d) of the RI StandardSpecifications prior to delivery and placement of the PBUs.Each PBU shall be lifted and placed onto the bearings as shown in the approved shopdrawing submittal. If any elastomeric pad is deformed as a result of the placement, thePBU shall be lifted and reset in accordance with Subsection 828.03.1(d) of the RIStandard Specifications. PBU must be set within an ambient temperature between 30ºFand 85 ºF to satisfy elastomeric bearing design parameters; otherwise, a bearingadjustment procedure shall be proposed by the Contractor and approved by theEngineer.Upon placement of all the PBUs within the construction phase, the remainingintermediate diaphragms between adjacent stringers shall be installed in accordancewith relevant provisions of Section 824 of the RI Standard Specifications. Differences incamber between adjacent PBUs shall not exceed ¼ inch. If there is a differentialcamber, the Contractor may apply dead load to the high beam to bring the connectionwithin tolerance. A leveling beam can also be used to equalize camber. The levelingprocedure shall be demonstrated during the pre-assembly process prior to shipping tothe site. The assembly plan shall indicate the leveling process to be applied in the field.If a leveling beam is to be used, have available a leveling beam and suitable jackingassemblies for attachment to the leveling inserts of adjacent PBUs.Contractor shall provide temporary support, anchorage, and/or bracing as required forstability of the PBUs until proper alignment and elevations have been verified and thePBUs are welded onto the bearings.

Closure Pours and Completion:UHPC shall be in accordance with Code 808.99 of these Special Provisions. HPconcrete closure pours shall be in accordance with relevant provisions of Section 808 ofthe RI Standard Specifications. All closure pour joint surfaces all be Saturated SurfaceDry (SSD) prior to placement of the closure pours.The UHPC longitudinal closure pours between adjacent PBUs shall be formed and castfirst followed by the HP concrete transverse closure pours at the abutments and theHP/UHPC closure pours at piers as detailed on the Plans.Lifting devices shall be removed if applicable and the holes filled with UHPC. Anyremaining concrete defect and/or insert holes shall be repaired to the satisfaction of theEngineer.No superimposed dead loads or construction live loads shall be applied to the bridgesuperstructure until the closure pour concrete has reached the specified minimum

JS-59

Page 64: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/6/17

RICN 2017-CB-051Page 9 of 9

compressive strength of 14 ksi.Closure pour surfaces shall be ground smooth as practical in accordance with therecommendations of the manufacturer of the waterproofing membrane.The remainder of the bridge superstructure including but not limited to the casting of theTL-5 bridge barrier, installation of the prefabricated waterproofing membrane, andplacement of the hot mix asphalt wearing surface shall be in accordance with theseContract Documents and the relevant provisions of the RI Standard Specifications.

METHOD OF MEASUREMENT: This item will not be measured for payment.

BASIS OF PAYMENT:

No separate payment will be made for this item. Payment for this item will be includedin the lump sum or unit bid prices of the appropriate items as listed in the Proposal.

JS-60

Page 65: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 6/12/17

RICN 2017-CB-051Page 1 of 1

CODE 800.9901PARKWAY RAMP BRIDGE NO. 466

DESCRIPTION:

Except for the excluded items of work indicated below, this work consists ofconstructing the Parkway Ramp Bridge No. 466 in its entirety. This shall comprise allwork pertaining to the construction of:

Superstructure: All the components above the beam seats inclusive of the bridgebearings, the roadway bridge joints, bridge rail, and components or materials that areembedded, attached, or applied.

Substructure: All components of the reinforced concrete pier and abutments includingapproach slabs, return walls, wingwalls, end posts, bridge rail, and other components ormaterials that are embedded, attached, or applied.

All of the above work shall be complete in place and accepted in accordance with theContract Documents except that the Method of Measurement and the Basis of Paymentwill be in accordance with this Special Provision.

Excluded Items of Work: The work pertaining to the following items of work areexcluded from this lump sum item and instead will be measured and be paid forseparately under their own appropriate unit bid or lump sum items as listed in theProposal: Earthwork (various structural excavation and various fill materials), Piles(including all pile components).

METHOD OF MEASUREMENT:

This item will not be measured for payment.

BASIS OF PAYMENT:

“ITEM CODE 800.9901 PARKWAY RAMP BRIDGE NO. 466” will be paid for at thecontract unit price per “Lump Sum” price as listed in the Proposal. The price so-statedwill constitute full and complete compensation for all labor, materials, tools, equipment,and all incidentals required to finish the work as described in this Special Provision andelsewhere 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 SpecialProvision Code 109.07.

JS-61

Page 66: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/27/17

RICN 2017-CB-051Page 1 of 2

CODE 800.9902POTTER STREET BRIDGE NO. 467

CODE 800.9903PURCHASE STREET BRIDGE NO. 468

CODE 800.9904LYONS AVENUE BRIDGE NO. 469

DESCRIPTION:

Except for the excluded bid items listed in the “Excluded Items of Work” section on page2, this work consists of all work required to complete the repair work at the respectivebridges as shown on the Contract Drawings and in accordance with the ContractDocuments. This shall comprise all work pertaining to the construction of:

Superstructure: All the components above the beam seats inclusive of the portions ofthe concrete bridge; deck, slab and sidewalks; the roadway and sidewalk bridge joints,bridge railings, joint sealants, foam fillers, sealing concrete superstructures with clearconcrete penetrant sealer, power washing, bituminous asphalt wearing surfaces andwater proofing membrane, components or materials that are embedded, attached, orapplied. Removal and disposal of portions of these existing superstructure elementsand replacement with new elements as identified on the construction drawings shall beincluded.

All work associated with Verizon utility conduits as noted on the plans includingpayments to a Verizon approved contractor shall be included.

Substructure: All new components attached to the portions of the existing reinforcedconcrete abutments to remain including approach slabs, backwalls, return walls, bridgerail, and other components or materials that are embedded, attached, or applied. Powerwashing, sealing concrete substructures with clear concrete penetrant sealer,earthwork, various structural excavation backfill materials and operations shall beincluded.

Local Approach Roadway: Roadway work adjacent to the bridge; saw cutting, removaland replacement of the existing asphalt roadway wearing surface, roadway curb andsidewalks, adjacent to the bridge as identified on the construction drawings shall beincluded.

The Contractor shall make adequate provisions for the protection of public or privateproperty during construction activities. As a minimum the Contractor shall installtemporary protective screens and deck underside shielding in the vicinity of the work

JS-62

Page 67: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/27/17

RICN 2017-CB-051Page 2 of 2

during all phases of construction as noted on the plan sheet “Bridge General NotesSheet 2”.

All of the above work shall be complete in place and accepted in accordance with theContract Documents except that the Method of Measurement and the Basis of Paymentwill be in accordance with this Special Provision.

Excluded Items of Work: The work pertaining to the following items of work areexcluded from this lump sum item and instead will be measured and be paid forseparately under their own appropriate unit bid or lump sum items as listed in theProposal:

· Item 817.9904 Structural Concrete Masonry Beam Repairs· Item 817.9902 Repairs to Structural Concrete Masonry Form and Cast-in-Place· Item 817.9903 Concrete Masonry Beam Seat Repairs· Item 836.0100 Structural Concrete Crack Repairs by Epoxy Resin Base

Adhesive Injection· Item 836.9901 Structural Concrete Crack Repairs by Epoxy Resin Base

Adhesive Surface Application - Type 2

METHOD OF MEASUREMENT:

This item will not be measured for payment.

BASIS OF PAYMENT:

“ITEM CODE 800.9902 POTTER STREET BRIDGE NO. 467”, “ITEM CODE 800.9903PURCHASE STREET BRIDGE NO. 468”, and “ITEM CODE 800.9904 LYONSAVENUE BRIDGE NO. 469” will be paid for at the contract unit price per “Lump Sum”price as listed in the Proposal. The price so-stated will constitute full and completecompensation for all labor, materials, tools, equipment, and all incidentals required tofinish the work as described in this Special Provision and elsewhere in the ContractDocuments, complete in place and accepted by the Engineer.

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

JS-63

Page 68: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/27/17

RICN 2017-CB-051Page 1 of 2

CODE 800.9905BLACKSTONE STREET BRIDGE NO. 539

DESCRIPTION:

Except for the excluded items of work indicated below, this work consists of constructingthe Blackstone Street Bridge No. 539 in its entirety. This shall comprise all workpertaining to the construction of:

Superstructure: All the components above the beam seats inclusive of the bridgebearings, the roadway bridge joints, bridge parapet, and components or materials thatare embedded, attached, or applied.

Substructure:

· All new components attached to the portions of the existing of the reinforcedconcrete abutments to remain including abutment caps, backwalls, cheek walls,keeper blocks, approach slabs, wingwalls, median, end posts, bridge rail, andother components or materials that are embedded, attached, or applied.

· Polymer modified concrete beam seats at piers.

All of the above work shall be complete in place and accepted in accordance with theContract Documents except that the Method of Measurement and the Basis of Paymentwill be in accordance with this Special Provision.

Excluded Items of Work: The work pertaining to the following items of work areexcluded from this lump sum item and instead will be measured and be paid forseparately under their own appropriate unit bid or lump sum items as listed in theProposal:

· Earthwork (various structural excavation and various fill materials)· Repairs to Structure Concrete Masonry (Item Codes 817.9901 & 817.9902)· Highway and bridge underpass lighting to the limits indicated on the Plans.

METHOD OF MEASUREMENT:

This item will not be measured for payment.

BASIS OF PAYMENT:

“ITEM CODE 800.9905 BLACKSTONE STREET BRIDGE NO. 539” will be paid for atthe contract unit price per “Lump Sum” price as listed in the Proposal. The price so-

JS-64

Page 69: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/27/17

RICN 2017-CB-051Page 2 of 2

stated will constitute full and complete compensation for all labor, materials, tools,equipment, and all incidentals required to finish the work as described in this SpecialProvision and elsewhere in the Contract Documents, complete in place and accepted bythe Engineer.

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

JS-65

Page 70: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job Specific Date: 6/9/17

RICN: 2017-CB-051Page 1 of 3

CODE 803.99REMOVE AND DISPOSE PORTIONS OF EXISTING

CONCRETE SUPERSTRUCTURE

REMOVE AND DISPOSE PORTIONS OF EXISTING CONCRETE SUBSTRUCTURE

DESCRIPTION:

This work consists of the complete removal, handling, transportation, and legaldisposal of portions of the existing bridge, all to the limits indicated on thePlansand as described below. These Special Provisions shall supplement therequirements of Section 803 of the State of Rhode Island Standard Specificationsfor Road and Bridge Construction, 2013 Edition (hereinafter referred to as the RIStandard Specifications), including all revisions, and the work shall be performedas detailed on the Plans, except as modified by these Special Provisions.

The plans and details of the portion of existing structures shown on theDemolition Plans are illustrative only, depicting the minimum limits of removal. Itis the Contractor’s responsibility to visit the site and to review all existinginformation to assess the existing conditions and the scope of the demolitionwork required to accommodate the proposed construction, prior to submittingbids. No additional compensation, shall be made for additional material, disposalor work required to accommodate the proposed construction whether or not itdiffers from that inferred or described herein or shown on the plans.

For the purposes of these Special Provisions, the portions of existingsuperstructures and substructures to be removed and disposed of (to the limitsindicated on the Plans) are in general described as follows:

Superstructures:

· The existing reinforced concrete bridge deck and or slab, bridge joints,sidewalk, curb, as well as the removal and disposal of the associatedreinforcing steel, unless noted otherwise, and any other items embedded in orattached to the concrete within the limits indicated on the Plans.

Substructures:

· The existing reinforced concrete sidewalk, curb, portions of wing walls,backwalls and approach slabs as well as the removal and disposal of theassociated reinforcing steel, unless noted otherwise, and other structural steel

JS-66

Page 71: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job Specific Date: 6/9/17

RICN: 2017-CB-051Page 2 of 3

components embedded in the concrete within the limits indicated on thePlans.

MATERIALS:

Not Applicable.

CONSTRUCTION METHODS:

The Contractor shall phase and/or perform this work in accordance with theprovisions of the Plans (including the suggested sequence of Constructionoutlined on the plans) and the restrictions noted in the CS pages. The Contractorshall segment the concrete removal portions of the superstructure andsubstructure so as to facilitate the removal with as few pieces as possible.

The Contractor shall ensure that the removal and disposal operations do notcause damage to the existing bridge to remain, nor to any existing structures orproperties. Any resulting damages shall be repaired to the satisfaction of theEngineer and property owner(s) at the expense of the Contractor. No blasting orexplosive demolition will be allowed.

Care shall be taken to protect all utilities and adjacent structures. Any damage toexisting utilities and adjacent structures shall be repaired by the Contractor at hisor her own expense to the satisfaction of the Engineer and the respective UtilityCompanies. All respective utility companies are to be given a minimum of fortyeight (48) hours advanced notice of demolition activities to be performedadjacent to their utilities.

The Contractor shall ensure that no debris or any other foreign material falls ontothe roadway below the bridge.

Boundaries of concrete areas to remain, where indicated on the Plans or asdirected by the Engineer, shall be saw cut square to a minimum depth of 1 inch(unless otherwise noted). Care shall be taken during the removal of thedesignated portions of the structure to avoid damaging any portions that are toremain.

Pneumatic hammers used to remove concrete that is monolithic with concrete toremain in place shall not be heavier than the nominal 15 pound class. Pneumatichammers heavier than the 15 pound class will be allowed for the removal ofconcrete not directly attached to the bridge structure that is to remain.

JS-67

Page 72: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job Specific Date: 6/9/17

RICN: 2017-CB-051Page 3 of 3

Regardless of the method of removal, if in the opinion of the Engineer theremoval operation may cause excessive damage to portions of the concretewhich are to remain, the Contractor shall cease operations until such time that analternate removal method has been proposed by the Contractor and approved bythe Engineer. An Engineer-ordered “cease of operations” to establish analternate removal method shall not result in claims for additional payment by theContractor to the State, nor an extension of the project completion date.

METHOD OF MEASUREMENT:

These items will not be measured for payment.

BASIS OF PAYMENT:

No separate payment will be made for this item. Payment for this item shall beincluded in the contract lump sum price as listed in the Proposal of theappropriate items as listed in the Proposal.

JS-68

Page 73: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 9/27/17RICN 2017-CB-051

Page 1 of 3

CODE 803.9901REMOVE AND DISPOSE EXISTING PARKWAY RAMP BRIDGE NO. 466

DESCRIPTION:

This work consists of the complete removal, handling, transportation, and legal disposalof the existing Parkway Ramp Bridge No. 466, to the limits indicated on the Plans andas described below. This Special Provision shall supplement the requirements ofSection 803 of the State of Rhode Island Standard Specifications for Road and BridgeConstruction, Amended August 2013 with all revisions, (hereinafter referred to as the RIStandard Specifications).

Work shall also include the installation and subsequent removal of temporary deckunderside and side protective to be in place during deck demolition.

The plans and details of the existing structure shown on the Demolition Plans areillustrative only, depicting the minimum limits of removal. It is the Contractor’sresponsibility to visit the site and to review all existing information to assess the existingconditions and the scope of the demolition work required to accommodate the proposedconstruction, prior to submitting bids. No additional compensation, other than the lumpsum price bid for this item, shall be made for additional material, disposal or workrequired to accommodate the proposed construction whether or not it differs from thatinferred or described herein or shown on the plans.

Where portions of existing structures are indicated to remain, the Contractor may, at noadditional cost, remove and dispose of these elements to facilitate the demolition or theproposed construction operations.

During the entire demolition operation, the Contractor shall make provisions to protectall public properties, private properties, utilities, roadway, safe passage of vehicles, andall other structures to remain.

No blasting or explosive demolition will be allowed.

For the purposes of this Special Provision, the existing superstructure and substructuresto be removed and disposed of (to the limits indicated on the Plans) are in generaldescribed as follows:

JS-69

Page 74: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 9/27/17RICN 2017-CB-051

Page 2 of 3

Superstructure:

· The entire superstructure from the existing North Abutment to the existing SouthAbutment (all components above the beam seats, including bearings, roadway jointsand all attached and embedded components).

Substructures:

· The existing reinforced concrete North and Center Piers, North and SouthAbutments, approach slabs, and wingwalls to the limits indicated on the ContractDrawings (including all attached and embedded components).

MATERIALS:

Materials for the temporary deck underside and side protective shielding shall be inaccordance with Code 803.0500 of the RI Standard Specifications.

CONSTRUCTION METHODS:

The Contractor shall segment the concrete removal portions of the superstructure andsubstructure so as to facilitate the removal with as few pieces as possible.

The Contractor shall ensure that the removal and disposal operations do not causedamage to any portion of the existing structures to remain. In addition, the Contractorshall ensure that the removal and disposal operations do not cause damage to existingstructures, properties, utilities, and/or roadways. Any resulting damages shall berepaired to the satisfaction of the Engineer and property owner(s) at the expense of theContractor.

The Contractor shall provide for complete protection to portions of the roadways andunderground utilities during the demolition operation, or alternatively ensure that nodebris or any other foreign material falls onto any area below the bridge. Should anydebris inadvertently fall onto any unprotected area below the bridge, the debris shall beremoved immediately and the Engineer may direct that all work stop until such time as arevised procedure of operation has been submitted and approved by the Engineer. Anydelay caused as a result of cessation of work shall not relieve the Contractor of anyresponsibilities under this contract, including the timely completion of work.

Prior to commencement of any demolition activities, the Contractor shall prepare andsubmit to the Engineer for approval, detailed demolition plans and calculations signedand sealed by a Professional Engineer licensed in the State of Rhode Island. Said

JS-70

Page 75: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 9/27/17RICN 2017-CB-051

Page 3 of 3

demolition plans and calculations shall include, but not be limited to, plans showing thelocation of all roadways, utilities, and other appurtenances in the area of demolition,method of protecting the roadway and utilities, anticipated pick weights, rigging, craneand equipment types and locations (including operating radii), removal sequence andeffects on remaining structural elements, design and details for temporary deckunderside and side protective shielding, and all else necessary to clearly describe thework to be performed. An approved demolition plan as described above is requiredprior to commencement of any demolition activities. Approval(s) of demolition plans,procedures, etc. shall in no way relieve the Contractor of sole liability for damagesresulting from the removal and disposal operations.

METHOD OF MEASUREMENT:

This item will not be measured for payment.

BASIS OF PAYMENT:

“ITEM CODE 803.9901 REMOVE AND DISPOSE EXISTING PARKWAY RAMPBRIDGE NO. 466” will be paid for at the contract unit price per “Lump Sum” prices aslisted in the Proposal. The price so-stated will constitute full and completecompensation for all labor, materials, tools, equipment, and all incidentals required tocomplete the work as described in these Special Provisions and elsewhere in theContract Documents, complete in place and accepted by the Engineer.

Payment for temporary deck underside and side protective shielding is included withinthis item and will not be measured and paid for separately.

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

JS-71

Page 76: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/27/17

RICN 2017-CB-051Page 1 of 4

CODE 803.9905REMOVE AND DISPOSE EXISTING BLACKSTONE STREET BRIDGE NO. 539

DESCRIPTION:

This work consists of the complete removal, handling, transportation, and legal disposalof the existing Blackstone Street Bridge No. 539, to the limits indicated on the Plans andas described below. This Special Provision shall supplement the requirements ofSection 803 of the State of Rhode Island Standard Specifications for Road and BridgeConstruction, Amended August 2013 with all revisions, (hereinafter referred to as the RIStandard Specifications).

The plans and details of the existing structure shown on the Demolition Plans areillustrative only. It is the Contractor’s responsibility to visit the site and to review allexisting information to assess the existing conditions and the scope of the demolitionwork required to accommodate the proposed construction, prior to submitting bids. Noadditional compensation, other than the lump sum price bid for this item, shall be madefor additional material, disposal or work required to accommodate the proposedconstruction whether or not it differs from that inferred or described herein or shown onthe plans.

The bridge structure shall be demolished in three phases to maintain three travel lanesin each bound during construction. Work shall include all earth retainage required forphased construction. Work shall also include all bracing and modifications required tothe existing bridge structure to remain in service during the phased demolition.

During the entire demolition operation, the Contractor shall make provisions to protectall public properties, private properties, utilities, roadway, sidewalks, curbing, safepassage of vehicles, and all other structures to remain.

No blasting or explosive demolition will be allowed.

For the purposes of this Special Provision, the existing superstructure and substructuresto be removed and disposed of (to the limits indicated on the Plans) are in generaldescribed as follows:

Superstructure:

· The entire superstructure from the existing South Abutment to the existing NorthAbutment (all components above the beam seats, including bearings pads, roadwayjoints and all attached and embedded components).

Substructures:

JS-72

Page 77: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/27/17

RICN 2017-CB-051Page 2 of 4

Beam seat concrete from South and North Piers, reinforced concrete removal from theNorth and South Abutments, approach slabs, and return walls to the limits indicated onthe Plans (including all attached and embedded components). Certain reinforcing steelis to remain in place and is shown on the Plans.

MATERIALS:

Not Applicable.

CONSTRUCTION METHODS:

The Contractor shall phase and/or perform this work in accordance with the provisionsof the Plans (including the Traffic Control and Construction Phasing requirements) andthe restrictions noted in the CS pages. The Contractor shall segment the concreteremoval portions of the superstructure and substructure so as to facilitate the removalwith as few pieces as possible. The Contractor will be allowed to close BlackstoneStreet during demolition.

The existing bridge superstructure consists of transversely tied butted prestressed deckslabs. The transverse ties will need to be cut to facilitate phased construction. TheContractor shall furnish and install any temporary transverse ties, bracing, transverserestraints, and/or other means as determined by the Contractor’s engineer to ensure thestructural integrity of the remaining portions of the structure during the phaseddemolition.

The Contractor shall ensure that the removal and disposal operations do not causedamage to any portion of the existing structures to remain. In addition, the Contractorshall ensure that the removal and disposal operations do not cause damage to existingstructures, properties, utilities, sidewalks, curbs, and/or roadways. Any resultingdamages shall be repaired to the satisfaction of the Engineer and property owner(s) atthe expense of the Contractor.

The boundaries of the concrete areas to be removed where indicated on the Plans or asdirected by the Engineer, shall be saw cut square to a minimum depth of 1 inch (½ inchfor decks). Concrete removal shall be by means of suitable power and hand tools whichwill not cause over-breakage. Care shall be taken during the removal of the designatedportions of the structure to avoid damaging the portions that are to remain.

The pneumatic hammer used to remove concrete shall not be heavier than the nominal30 pound class. Chipping hammers or mechanical chipping tools, to remove concretewithin two inches beneath or around reinforcing steel to remain, shall not be heavier

JS-73

Page 78: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/27/17

RICN 2017-CB-051Page 3 of 4

than nominal 15 pound class. These power-driven hand tools shall never be placed indirect contact with the reinforcing steel to remain.

Regardless of the method of removal, if in the opinion of the Engineer the removaloperation causes excessive damage to portions of the concrete which are to remain, theContractor shall cease his operations until such time that an alternate removal methodhas been proposed by the Contractor and has been approved by the Engineer. Noresulting delays due to "cease of operations" will result in claims for additional paymentby the Contractor to the State, or an extension of the project completion date.

All corroded reinforcing bars to remain within the concrete removal boundaries shall bethoroughly cleaned by sandblasting or by other suitable methods approved by theEngineer in order to remove all rust. All newly exposed concrete surfaces shall be freeof loose particles and other foreign material. They shall be cleaned and be leftroughened by the use of sandblasting, compressed air, air and water blasting, steam,wire brushing, or by other suitable methods approved by the Engineer.

The exposed concrete surfaces shall be dampened with fresh water immediately prior toplacement of the new concrete by "hosing down" the areas. The surface shall be free ofstanding water.

The Contractor shall provide for complete protection to portions of the roadways andunderground utilities during the demolition operation, or alternatively ensure that nodebris or any other foreign material falls onto any area below the bridge. Should anydebris inadvertently fall onto any unprotected area below the bridge, the debris shall beremoved immediately and the Engineer may direct that all work stop until such time as arevised procedure of operation has been submitted and approved by the Engineer. Anydelay caused as a result of cessation of work shall not relieve the Contractor of anyresponsibilities under this contract, including the timely completion of work.

Prior to commencement of any demolition activities, the Contractor shall prepare andsubmit to the Engineer for approval, detailed demolition plans and calculations signedand sealed by a Professional Engineer licensed in the State of Rhode Island. Saiddemolition plans calculations shall include, but not be limited to, plans showing thelocation of all roadways, utilities, and other appurtenances in the area of demolition,method of protecting the roadway and utilities, anticipated pick weights, rigging, craneand equipment types and locations (including operating radii), removal sequence andeffects on remaining structural elements, design and details for temporary deckunderside and side protective shielding, bracing and modifications required to theremaining portions of the structure to remain in service during phased construction,earth retainage for phased construction, and all else necessary to clearly describe thework to be performed. An approved demolition plan as described above is requiredprior to commencement of any demolition activities. Approval(s) of demolition plans,

JS-74

Page 79: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/27/17

RICN 2017-CB-051Page 4 of 4

procedures, etc. shall in no way relieve the Contractor of sole liability for damagesresulting from the removal and disposal operations.

METHOD OF MEASUREMENT:

This item will not be measured for payment.

BASIS OF PAYMENT:

“ITEM CODE 803.9905 REMOVE AND DISPOSE EXISTING BLACKSTONE STREETBRIDGE NO. 539” will be paid for at the contract unit price per “Lump Sum” prices aslisted in the Proposal. The price so-stated will constitute full and completecompensation for all labor, materials, tools, equipment, and all incidentals required tocomplete the work as described in these Special Provisions and elsewhere in theContract Documents, complete in place and accepted by the Engineer.

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

JS-75

Page 80: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/21/17

RICN: 2017-CB-051Page 1 of 17

CODE 804.9916 H-SECTION PILE (14 INCH 117 LB/FT) - FURNISHEDCODE 804.9917 H-SECTION PILE (14 INCH 117 LB/FT) - DRIVEN

CODE 804.9918 H-SECTION PILE (14 INCH 117 LB/FT) - PILE POINTCODE 804.9920 OBSTRUCTED H-SECTION PILE

CODE 804.9921 DYNAMIC LOAD TESTCODE 804.9922 STATIC PILE LOAD TEST

DESCRIPTION

The work under this item shall be in accordance with Section 804 of the Rhode IslandDepartment of Transportation Standard Specifications for Road and Bridge Constructionexcept as modified herein. The work shall also be in accordance with the applicablerequirements of Section 4 of the AASHTO LRFD Bridge Construction Specificationsexcept as modified herein.

This work shall consist of:

1. Furnishing H-section piles (HP14x117 at the locations and to the elevationsspecified in the Contract Documents or as directed by the Engineer.

The Contractor shall furnish, at no additional cost to the State, in addition to pilelengths shown or ordered, increased lengths of piles to provide for fresh headingand for such additional pile lengths as may be needed to suit the Contractor’smethod of operation.

2. Furnishing H-section pile points, as indicated on the plans and in accordancewith these Special Provisions.

3. Driving piles, either vertical or battered at 1Horizontal:3Vertical (1H:3V), to thecriteria shown on the Contract Documents or as directed by the Engineer, all inaccordance with these Special Provisions:

a. Driving piles with their tips below the minimum tip elevation and to a finaldriving resistance (blows per inch) as confirmed by field PDAmeasurements made during the indicator pile installation.

4. Pile installation including, but not be limited to:

a. Reviewing all boring logs of explorations performed within the vicinity ofthe piles for descriptions, locations, and depths of all obstructions(including but not limited to abandoned piles and other existing bridgestructures including piles).

JS-76

Page 81: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/21/17

RICN: 2017-CB-051Page 2 of 17

b. Performing and submitting a wave equation analysis (WEAP) for the piletype and for each capacity to be installed at each pier and for each drivinghammer and system proposed for use. The analysis shall demonstratethat the pile hammer has sufficient energy to install the piles to theestimated tip elevations and required resistances without overstressing ordamaging the piles.

c. Performing dynamic pile capacity analysis by Pile Driving Analyzer (PDA)methods on the indicator H-section piles.

d. Exposing and surveying the tops of all existing piles at new pier locationsand submitting as-built location plan of existing piles to the Engineer whowill evaluate the plan for potential conflicts.

e. Performing preconstruction surveys, layout, elevation and location control,measurement and marking, and pile splicing.

f. Performing 3-day re-strikes on all indicator piles.

f. Furnishing and installing reinforcement welded to the top of the H-sectionpiles for connection to the pier pile cap as shown on Contract Drawings.

h. Cutting off the piles at the specified design elevations.

5. Repairing, removing, and replacing any and all improperly installed, broken,damaged, or misaligned piles to the satisfaction of the Engineer at no additionalcost to the State. Obstructed piles shall be extracted and redriven unlessdamaged, or abandoned in place as described herein.

MATERIALS

1. Steel H-section piles: Shall conform to the applicable requirements ofSubsections M.07.09 of the Rhode Island Standard Specifications, except thatthe H-section piles shall conform to AASHTO M270, Grade 50.

2. Steel Pile Points: Shall be cast steel prefabricated pile tip equivalent to the APFHard-Bite point, Model HP-77600-B-46#, or an acceptable equivalent asspecified herein. The pile points shall conform to all applicable requirements ofSubsections M.07.11 and M.07.12 of the Rhode Island Standard Specificationswith the exception that the pile points shall conform to ASTM A 148 Grade 90-60.

Pile points shall be cast in one piece. They shall have sufficient flange andcontinuous web vertical back-ups to provide proper alignment and secure fit withthe pile. Flange surfaces may be horizontal or sloped (minimum 15 degrees to

JS-77

Page 82: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/21/17

RICN: 2017-CB-051Page 3 of 17

not more than 30 degrees) and may be provided with individual or continuouscutting teeth.

3. H-Section Pile Reinforcement: The reinforcement welded to the top of the H-Section piles shall be as shown on the Contract Drawings.

CONSTRUCTION METHODS

1. Submittals: The following submittals shall apply to the H-section piles and shallbe made by the Contractor for review and approval by the Engineer prior to startof the pile installation. The Contractor shall conform to all submittal requirementsof the Contract Documents (Special Provision 105.02), including submitting theinformation specified herein to the Engineer for review:

a. Qualifications of Contractor: The Contractor shall submit qualifications ofits personnel demonstrating that they have not less than three (3) yearsexperience within the last 10 years in pile driving and dynamic testing ofsimilar type as the indicated H-section pile foundations.

The Contractor shall employ a Professional Land Surveyor registered inthe State of Rhode Island with not less than ten (10) years experience inproject survey control for projects of similar type and complexity, includingpreconstruction layout of bridge foundations and determining as-builtlocations and elevations of driven piles. The Contractor shall submitqualifications of the Professional Land Surveyor.

b. Sequence of Operations: The Contractor shall submit a sequence ofoperations plan, showing the order and sequence of each pile installation,for review and approval by the Engineer prior to driving piles. Thesequence of operations shall be prepared to minimize impacts to adjacentconstruction, nearby residential and commercial structures, and theexisting bridge. The sequence shall conform to the requirements in theContract Documents.

c. Shop Drawings: The Contractor shall submit shop drawings showingsizes, tip or pile point details, joint or splice details, welding, pick up points,instrumentation and locations, and other items pertinent to the pile designand handling.

d. Pile Driving Equipment:

The Contractor shall submit the manufacturer's literature, includingtechnical and performance literature for pile driving hammer, cushions,and other equipment for piles.

JS-78

Page 83: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/21/17

RICN: 2017-CB-051Page 4 of 17

e. Pile Design:

The Contractor shall submit:

i. The name and address of the pile manufacturer/supplier.

ii. With each delivery of H-section piles, the mill certificates containingresults of material tests conducted by a certified laboratory, namelythe chemical composition, yield point and ultimate strength of thesteel. Certificates shall clearly identify the pile by lot markings onthe piles. Piles shall not be delivered without accompanyingcertifications. No piles will be accepted unless accompanied withdelivery by mill certificates.

iii. The results of calculations using WEAP (Wave Equation Analysesof Piles, per FHWA guidelines), performed and stamped by aProfessional Engineer registered in the State of Rhode Island,which demonstrate that the equipment, cushions and cap arecapable of installing the H-section piles without damage to the piledue to driving stresses. One wave equation analysis (WEAP) shallbe performed and submitted for each pier in which H-section pilesare to be installed.

iv. The qualifications and experience of the Contractor’s RegisteredProfessional Engineer performing the WEAP calculations.

f. Site Plan and Pile Location Data: The Contractor shall submit a site planincluding the method to access the site (timber cribbing, trestle, etc.), theproposed equipment laydown area, including proposed erosion controlmeasures and other required measures as stipulated in the environmentalpermits, the method to secure the area from unauthorized access, and themethod to temporarily support the equipment. This plan will be subject tothe review and written approval of governing or permitting agencies, asapplicable. The Contractor shall comply with the provisions included inthe General Provisions of these documents. The Contractor shall complywith all stipulations the governing and permitting agencies may have withaccess to the site prior to making the submittal. If requested by thegoverning or permitting agencies following review of the Contractor’s plan,the Contractor shall modify the proposed submittal and methods at noadditional cost to the State.

Within seven (7) days after the completion of all pile driving at each pier,including restrikes, the Contractor shall submit to the State a final

JS-79

Page 84: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/21/17

RICN: 2017-CB-051Page 5 of 17

as-driven pile location drawing, certified by a Rhode Island RegisteredLand Surveyor or Rhode Island Registered Professional Engineer. Theplan shall include the individual location of each of the H-section piles. Alldrawings shall be to scale and shall include the following:

1. North arrow and graphical scale.

2. Each pile identified by a separate number, designated by theContractor and submitted prior to pile driving.

3. Elevation of each pile top prior to and after cutting, to nearestone-tenth (0.1) foot.

4. Project coordinates of the centroid of each pile at cutoff elevation.

5. Deviation in inches, to the nearest one-half (0.5) inch, of thecentroid of each pile at cutoff elevation from design location.

6. Elevation of each pile tip to nearest one-tenth (0.1) foot.

2. Pile Lengths and Order Lists: The Contractor shall furnish all piles in accordancewith the Contract Documents, and the Contractor’s approved submittals.

3. H-Section Piles:

a. Pile Points: Pile points shall be used on all piles.

4. Splices and Splicing Piles:

a. General: Full length piles shall be used where practicable. Splices shalldevelop the full strength of the unspliced pile section in compression,tension and bending. Calculations shall be submitted to demonstrate thecapacity of the splice to meet the full strength requirements.

b. Splicing: Where splicing is required or authorized by the Engineer, thesplices shall be as shown on the Contract Drawings. The splices shall bemade by full penetration electric arc welding, or as approved by theEngineer.

Prior to splicing, the top of any pile that is bent, deformed, or twisted shallbe cut off or trued-up normal with the axis of the pile before placing thenext pile section. The end surfaces of the piles shall provide full bearingwith the next pile section or splicers. Axes of all spliced sections shall be

JS-80

Page 85: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/21/17

RICN: 2017-CB-051Page 6 of 17

in the same straight alignment. All extensions, splices and build-ups shallconform to the design and limits shown on the Contract Drawings.

The flanges of H-section piles shall be spliced either by butt welding orwith plates that are welded. Prefabricated splicers may be used, asapproved by the Engineer, if the splice can develop the full strength of theunspliced pile. Proprietary or other fabricated steel splicers shall conformto AASHTO M270, and must be approved by the Engineer before use andshall develop the full strength of the unspliced pile. The flanges offabricated splicers shall be chamfered to enable effective welding.

The surfaces to be welded shall be smooth, uniform, and free from loosescale, slag, grease, or other material that would prevent proper welding.Steel may be oxygen cut. Carbon-arc gouging, chipping, or grinding maybe used for joint preparation.

Welding shall be used for splicing steel piles, attaching pile points, andattaching other steel members to steel piles when specified in the ContractDrawings. All welding and qualifications for welders shall conform to theapplicable requirements of Subsection 824.03.6, Welding, of the RhodeIsland Standard Specifications.

5. Determination of Capacity:

General: The H-Section piles shall be driven to the installation criteria as follows:

a. Wave Equation Analysis Calibrated with Dynamic Pile Tests: TheContractor shall perform and submit for review by the Engineer a waveequation analysis (WEAP) for the H-Section Pile at each pier. Theanalysis shall demonstrate that the driving forces developed by theContractor’s pile hammer equipment and driving methods will notoverstress the pile section and any splices.

The Contractor will perform dynamic measurements and dynamic pileanalyses using the Pile Driving Analyzer (PDA) during the driving andrestrike of the H-section indicator piles.

The Contractor shall furnish the electrical power required for dynamictesting of the piles. Field generators shall be equipped with functioningmeters for monitoring voltage and frequency. The Contractor shall alsoprovide a temporary shelter of adequate size to protect the dynamic testequipment from the elements.

JS-81

Page 86: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/21/17

RICN: 2017-CB-051Page 7 of 17

b. General Procedures for Wave Equation Analysis Calibrated with DynamicPile Tests:

i. Prior to Driving: The Contractor shall furnish and attachtransducers to the H- pile. Transducers shall be capable ofindependently measuring strain and acceleration versus time at aspecific location long the pile axis during driving impact.A minimum of four strain and acceleration transducers (two eachminimum) shall be attached to the pile at the locations specified ordirected by the Engineer.

Transducers shall be located at equal radial or cross-sectionaldistances on diametrically opposite sides of the piles. They shallbe located the same axial distance from the bottom of the pile; and,when near the upper end, they shall be attached at least 1½ pilediameters below the pile head. The Contractor shall align andprotect the transmission cables to suit the Contractor’s method ofoperation but shall maintain the operation of the equipment duringdriving.

The pile shall be clearly marked at appropriate intervals along itslength to show the pile length measured up from the tip. The pileshall be positioned and aligned such that hammer impact is appliedaxially and concentrically with the pile.

ii. Driving: The Contractor shall drive the piles to the minimum tipelevation and to a driving resistance determined by WEAP analysisand as confirmed by PDA measurements on the indicator piles,unless otherwise directed by the Engineer.

Within each pier, the Contractor shall drive indicator piles first. Allindicator piles within a given pier shown on the Contract Drawingsshall be driven and restruck with monitoring by PDA prior to theEngineer establishing driving resistance for the remaining non-indicator piles within the pier. The Contractor shall incorporate intoits schedule, time for a 2-day evaluation by the Engineer followingreceipt of the end of restrike dynamic test results on the indicatorpiles so that the Engineer can establish final criteria for theremaining production piles. While waiting for restrike of theindicator piles, the Contractor may begin installation of other non-indicator piles with the vibratory hammer; non-indicator piles shallnot be driven to completion with the impact hammer before theEngineer establishes the final driving resistance.

JS-82

Page 87: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/21/17

RICN: 2017-CB-051Page 8 of 17

The indicator piles shall be initially driven so their tips are below theminimum tip elevation and to a penetration resistance expressed asa minimum number of blows per inch for 6 successive inches asdetermined by WEAP or other alternatives. Final driving of theindicator piles shall satisfy one of the following criteria:

a) The final required factored resistance (strength limit state)as determined by CAPWAP analyses at restrike. Thefactored resistance is defined as the nominal resistancedetermined by CAPWAP analyses multiplied by aResistance Factor equal to 0.65; or

b) To “refusal” (defined as >10 blows with less than 1/2-inch ofpenetration).

The non-indicator production piles shall be driven so their tips arebelow the minimum tip elevation and to whichever of the followingcriteria is satisfied first:a) The required penetration resistance as determined by the

Engineer after analyses of the PDA results of the indicatorpiles; or

b) The pile has “refused” (defined as >10 blows with less than½-inch in. of penetration).

The Contractor shall immediately adjust the driving energy tomaintain acceptable stresses in the pile, and shall realign thedriving system if the testing equipment indicates that the hammerimpact is not delivered axially to the pile.

The Contractor shall monitor and record: ram travel length, bouncechamber pressure and/or steam or air pressure at the inlet to thehammer as appropriate for the driving system used, and blowcounts for specific intervals of penetration during driving of piles.

The Contractor shall complete “restrike” driving of the H-sectionindicator piles. During restrike, the Contractor shall apply individualhammer blows to the pile to provide for dynamic records andanalyses. Prior to restriking, the Contractor shall wait a minimum oftwenty-four (24) hours after the end of the initial driving. Theamount of penetration during restrike will be as determined by theEngineer, but shall not exceed 1 foot.

The Contractor shall perform PDA monitoring and submit estimatesof End of Drive and Restrike resistances for each indicator pileusing the Energy Method, Case Method and CAPWAP analyses as

JS-83

Page 88: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/21/17

RICN: 2017-CB-051Page 9 of 17

determined from dynamic measurements. One Dynamic Load Testshall constitute the dynamic testing described previously and forwhich the criteria in 5.b.ii.a is achieved.

6. Pile Driving Equipment:

a. General - Approval of Driving System: All pile driving equipment, includingthe hammer, hammer cushion, drive head, pile cushion, and otherappurtenances to be furnished by the Contractor shall be submitted forapproval by the Engineer prior to beginning work.

The Contractor shall submit calculations based on WEAP which shalldemonstrate that the piles can be driven to the required length or to therequired bearing capacity without damage to the piles.

In the absence of other supporting data, the following hammer efficienciesshall be used in the analysis:

Hammer Type Efficiency, PercentHydraulic 90

For the driving equipment to be considered acceptable, calculated pilestresses shall be less than the stress level that will result in damage to thepile. Compressive driving stresses shall not exceed 90 percent of theyield point (0.9 Fy) of the pile.

During the pile driving operations, the Contractor shall use the approveddriving system. Any change in the driving system or equipment will beconsidered only after the Contractor has submitted revised pile drivingequipment data and calculations for the corresponding pile stresses.

The Engineer's approval of the pile driving equipment shall not relieve theContractor of its responsibility to drive the piles, free of damage, asspecified.

b. Hammers:

i. Piles shall be driven with hydraulically operated hammersconforming to these Special Provisions. The Contractor may usevibratory hammers for initial driving as specified herein. Hammersshall be selected to suit the conditions to be encountered. If theselected hammer used is found to be unsatisfactory, it shall bereplaced with a larger or smaller hammer of the same type or analternate hammer type. Hammers shall have a rated energy not

JS-84

Page 89: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/21/17

RICN: 2017-CB-051Page 10 of 17

less than 40,000 foot-pounds per blow. The same hammer shall beused to drive the indicator and production piles at a given pier.

ii. Hydraulically-Operated Hammers: Hydraulic hammers shall beequipped with a device to permit the Engineer to determine theoperating energy and stroke at all times. An electronic and a hard-copy record shall be provided for each pile.

iii. Vibratory Pile Drivers: Subject to the prior approval of theEngineer, vibratory hammers may be used until the pile can nolonger be advanced.

An impact hammer shall be used to complete pile driving.

Contractor shall be required to attempt to extract obstructed pileswith a vibratory hammer.

7. Driving Appurtenances:

a. Hammer Cushions: All impact driving equipment, except gravityhammers, shall be equipped with a suitable thickness of hammer cushionmaterial to prevent damage to the pile or hammer and to insure uniformdriving behavior. Hammer cushions shall be made of durablemanufactured materials which is capable of retaining uniform propertiesduring driving. No wood, wire rope, or asbestos hammer cushions shallbe allowed. A striker plate shall be placed on the hammer cushion toensure uniform compression of the cushion material. The hammercushion will be inspected by the Engineer prior to the beginning of piledriving and after each 100 hours of pile driving. The Contractor shallreplace the hammer cushion when the thickness is less than 75 percent ofthe original cushion thickness.

b. Pile Drive Head: Piles driven with impact hammers shall be fitted with anadequate drive head to distribute the hammer blow to the pile head. Thedrive head shall be axially aligned with the hammer and pile. The drivehead shall fit around the pile in such a manner as to prevent transfer oftorsional forces during driving, while still maintaining proper alignment ofhammer and pile.

The pile shall be cut off square, and a drive head shall be provided to holdthe pile in line with the axis of the hammer. The pile head shall be planeand perpendicular to the longitudinal axis of the pile to prevent eccentricimpacts from the drive head.

JS-85

Page 90: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/21/17

RICN: 2017-CB-051Page 11 of 17

c. Pile Cushion: The pile cushion dimensions shall be such that the hammerenergy is uniformly distributed to the pile head.

d. Followers: Followers to drive the piles shall not be used.

8. Preparation for Driving:

a. Layout and Elevation and Location Control: The Contractor shall beresponsible for the layout of all pile locations. The Contractor shallestablish the ground surface elevations at the proposed driving locationsto the nearest 0.1-foot, referenced to the project elevation datum.

The Contractor shall verify the tip elevation of driven piles to the nearest0.1-foot relative to the project elevation datum. The Contractor shallcheck each pile tip elevation prior to and after restriking, and as requiredby the Engineer.

b. Templates and Support Spuds: The Contractor shall furnish and fabricatetemplates as necessary to align and maintain the piles at their properlocation or alignment. Such templates shall be securely fixed using suchtemporary spud piles or other appropriate bracing at the option of theContractor. Template configurations and support piles shall be situated soas not to injure or displace driven piles or interfere with pile driving or otherportions of the work. The Contractor shall maintain templates in placeafter initial driving and until restriking has been completed. The Contractorshall dismantle and remove templates and temporary supports or piles soas not to damage or misalign completed piling. Templates and supportpiles shall remain the property of the Contractor, and no separate paymentshall be made for this work.

c. Measurement and Marking of Piles: All piles to be installed shall beclearly and accurately marked at 1 ft vertical intervals and markednumerically at 5 ft vertical intervals starting at the pile tip.

The Contractor shall notify the Engineer of the total measured length ofeach pile and shall allow the Engineer time to verify the length and toapprove the pile marking prior to placing piles in the leads for driving.

During driving, the Contractor shall provide a graduated 24-inch longgauge with 1-inch markings which shall be clearly marked and situated atground level to allow verification of the final driving resistance for each piledriven.

JS-86

Page 91: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/21/17

RICN: 2017-CB-051Page 12 of 17

9. Driving Piles:

a. Methods/Sequence: The Contractor shall modify driving methods, asnecessary, to minimize settlement or damage to the existing bridge andnearby structures. After acceptance of the indicator piles within any pilegroup, the Contractor shall drive the remaining piles in a sequence so asto minimize the impacts to the existing bridge foundations and to nearbystructures and to reduce the potential effects of densification on theinstallation of the rest of the piles within a pier.

b. Static Load Test: Following the installation of the indicator piles anddepending on the PDA results, the Engineer may determine that a staticload test is required to confirm the penetration resistance and the PDAresults. If directed to do so by the Engineer, the Contractor shall performa static load test to at least 2 x the required factored resistance on onevertical indicator pile of the Engineer’s choosing. The static load test shallbe performed in accordance with the requirements of Section 804.03.9.3Method C – Static Pile Load Tests of the Rhode Island Department ofTransportation Standard Specifications, with the exception that thefactored resistance will be determined by the Engineer.

If a static load test is performed, no non-indicator H-section piles shall beinstalled to completion until the load test is completed and accepted by theEngineer.

The Contractor shall provide all incidental items necessary to perform aload test including, but not limited to a reaction system and frame,equipment to apply the required load, and instrumentation.

c. Pile Driving Records: For each pile driven, the Contractor shall keeprecords of the number of blows for each foot of penetration for the entirepile length and penetration under the final series of blows (blows per inchfor a minimum of the last 12 inches of driving). The records shall includethe type and size of hammer used, the rate of hammer operation, and thetype and dimensions of driving helmet and cushion block. The recordsshall include the date, starting time, total driving time, pile location andidentification number, pile type and size, ground elevation from which thepile is driven, and final elevation of the pile tip and butt. Information shallbe recorded during all driving including restrikes and redriving after pileheave. Records shall be submitted within two (2) days after completion ofall pile driving at each pier and before the Contractor demobilizes. Asample driving form will be provided by the Engineer.

JS-87

Page 92: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/21/17

RICN: 2017-CB-051Page 13 of 17

d. Obstructed Pile: If during driving, the pile encounters a hard layer or anobject that develops measured PDA driving stresses in excess of 90% ofyield stress, or the Engineer suspects that the obstruction may be anexisting pile in service, the Contractor shall stop driving.

If, in the opinion of the Engineer, conditions during driving indicate thatresistance is due to an obstruction other than an existing pile in service,the Contractor shall employ adequate methods to drive the pile throughthe obstruction, or following approval by the Engineer shall probe todetermine the extent of the obstruction and attempt to extract the pile andremove the obstruction. In the event the Engineer agrees that theobstruction cannot be removed or that the obstruction is an existing pile,the Contractor shall attempt to extract the obstructed pile, adjust the pilelocation by 6 inches or as otherwise directed by the Engineer, and redriveat the adjusted location. If after redriving of the pile has been attempted attwo adjusted locations and an obstruction is still encountered, theContractor shall be allowed the option of driving an additional pile at alocation designated by the Engineer. The obstructed pile shall beremoved or cut off as directed by the Engineer.

e. Penetration of Piles: All piles at a pier shall be driven to achieve either: 1)the minimum pile tip elevation, or 2) the required driving resistance asdetermined after indicator pile installation.

f. Driven Pile Location and Alignment Tolerances: All piles shall be driven atthe location and alignment shown on the Contract Drawings unlessotherwise directed by the Engineer. Piles shall be driven to within an axialtolerance not to exceed a 1/4 inch per foot variation from the design axialalignment. The final position of the axial center of driven foundation piles,measured in the plane of the cut-off elevation, shall not deviate from thedesign location by more than 6 inches.

The Contractor shall not manipulate piles after driving to force them intoproper position.

The Contractor shall be responsible for performing approved correctiveaction, including the replacement of misaligned piles and/or furnishingmaterials at no additional cost to the State. The Contractor shall remove,or if space allows and as directed by the Engineer, cut off misalignedpiles, and then redrive or replace misaligned piles to the satisfaction of theEngineer.

g. Pile Heave and Restriking: The elevation of the top of each pile shall bedetermined immediately after driving and again after completion of the

JS-88

Page 93: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/21/17

RICN: 2017-CB-051Page 14 of 17

driving of all piles in the group. Any pile which heaves more than 1/4-inch,shall be redriven to the original tip elevation for a friction pile and to thedriving criteria for an end bearing pile, at no additional cost to the State.

10. Defective, Damaged or Broken Piles: The Contractor's driving operations andprocedures shall not subject the piles to excessive or undue injury or stresses, orto splitting or excessive deformation. Any damaged pile shall be corrected by theContractor by one of the following methods as approved by the Engineer:

a. The pile shall be withdrawn and replaced with a new and, if necessary,longer pile at a location within the pile cap limits; or

b. The pile shall be cut off 3 ft below the bottom of the pile cap, and a secondpile shall be driven at a location approved by the Engineer adjacent to thedefective pile.

Any and all such remedial materials and work shall be at no additional cost to theState.

11. Pile Cut-offs: H-section piles shall not be cut off until all piles within a group havebeen checked for heave and until any required restriking or redriving has beencompleted.

Unless otherwise specified, all piles shall be cut off perpendicular to thelongitudinal axis of the pile at the elevations specified in the Contract Drawings.

The cut-off portions of all piles shall be retained and made available for use insplicing or building up piles as required until all pile driving is complete. After thepile caps are complete, H-section piles furnished but not driven and cut-offlengths shall become the property of the Contractor and shall be legally disposedof off-site at the Contractor's expense.

JS-89

Page 94: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/21/17

RICN: 2017-CB-051Page 15 of 17

METHOD OF MEASUREMENT

Item Code 804.9916 “H-SECTION PILE (14 INCH 117 LB/FT) – FURNISHED” will bemeasured for payment to the nearest “Linear Foot” of pile, delivered to or manufacturedat the site of the work and inspected and accepted in accordance with the ContractDocuments and/or as directed by the Engineer. Additional Linear Footage of H-SectionPile furnished by the Contractor will not be included in the quantity measured forpayment. Piles furnished by the Contractor to replace piles that were previouslyaccepted by the Engineer, but subsequently damaged prior to completion of theContract, will not be measured for payment.

Item Code 804.9917 “H-SECTION PILE (14 INCH 117 LB/FT) – DRIVEN” will bemeasured for payment to the nearest “Linear Foot” of pile, calculated as the axial lengthfrom the tip elevation to the specified cut-off elevation, of the pile permanently remainingin place, inspected and accepted in accordance with the Contract Documents and/or asdirected by the Engineer. Additional Linear Footage of H-Section Pile driven by theContractor will not be included in the quantity measured for payment. Piles driven bythe Contractor to replace piles that were previously accepted by the Engineer, butsubsequently damaged prior to completion of the Contract, will not be measured forpayment.

Item Code 804.9918 “H-SECTION PILE (14 INCH 117 LB/FT) – PILE POINT” will bemeasured for payment per “Each” by the number of pile points actually installed on theH-Section Piles by the Contractor in accordance with the Contract Documents.

Item Code 804.9920 “OBSTRUCTED H-SECTION PILE” abandoned in place, orextracted before reaching an accepted tip elevation will be measured for payment by“Linear Foot” installed between the pile cutoff elevation and the as-driven obstructed tipelevation. Work or time associated with obstruction removal will not be measured forpayment.

Item Code 804.9921 “DYNAMIC LOAD TEST” will be measured as one test on eachpile for which dynamic testing is specified and actually performed by the Contractor inaccordance with the Contract Documents.

Item Code 804.9922 “STATIC PILE LOAD TEST” will be measured for payment per“Each” by the number of pile load tests actually performed by the Contractor inaccordance with the Contract Documents.

BASIS OF PAYMENT

The accepted quantity of Item Code 804.9916 “H-SECTION PILE (14 INCH 117 LB/FT)– FURNISHED” will be paid for at its respective contract unit price per “Linear Foot” aslisted in the Proposal. The price so-stated shall constitute full and complete

JS-90

Page 95: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/21/17

RICN: 2017-CB-051Page 16 of 17

compensation for all labor, materials, tools, and equipment and all other incidentalsrequired to complete the work as described in these Special Provisions and elsewherein the Contract Documents, complete in place and accepted by the Engineer. Damagedor defective piles removed or abandoned in place, piles out of tolerance, or otherwisenot accepted by the Engineer will not be paid for. Piles furnished by the Contractor toreplace piles that were previously accepted by the Engineer, but subsequently damagedprior to completion of the Contract will not be paid for.

The accepted quantity of Item Code 804.9917 “H-SECTION PILE (14 INCH 117 LB/FT)– DRIVEN” will be paid for at its respective contract unit price per “Linear Foot” as listedin the Proposal. The price so-stated shall constitute full and complete compensation forall labor, materials, tools, and equipment and all other incidentals required to completethe work as described in these Special Provisions and elsewhere in the ContractDocuments, complete in place and accepted by the Engineer. No payment under thisitem will be made for abandoned or extracted piles. Pile length measured as“Obstructed H-section Pile” will not be included for payment under this item. Time orincidental work associated with installation of replacement piles will not be paid for.

The accepted quantity of Item Code 804.9918 “H-SECTION PILE (14 INCH 117 LB/FT)– PILE POINT” will be paid for at its respective contract unit price per “Each” as listed inthe Proposal. The price so-stated shall constitute full and complete compensation for alllabor, materials, tools, and equipment and all other incidentals required to complete thework as described in these Special Provisions and elsewhere in the ContractDocuments, complete in place and accepted by the Engineer. Pile points furnished bythe Contractor to replace those on piles that were previously accepted by the Engineer,but subsequently damaged prior to completion of the Contract will not be paid for.

The accepted quantity of Item Code 804.9920 “OBSTRUCTED H-SECTION PILE” willbe paid for at its respective contract unit price per “Linear Foot” of pile abandoned in-place or extracted. The price so-stated shall constitute full and complete compensationfor all labor, materials, tools, and equipment and all other incidentals required tocomplete the work as described in these Special Provisions and elsewhere in theContract Documents, complete in place and accepted by the Engineer. Work or delayassociated with obstruction removal will not be paid for. There will be no separatepayment for any other costs related to removal or attempted removal of the obstruction(by probing, spudding, etc.) or time required to select an alternate pile location.

The accepted quantity of Item Code 804.9921 “DYNAMIC LOAD TEST” will be paid forat its respective contract unit price per “Each” as listed in the Proposal. The price so-stated shall constitute full and complete compensation for all labor, materials, tools, andequipment including instrumentation, and all other incidentals required to complete thework as described in these Special Provisions and elsewhere in the ContractDocuments, complete in place and accepted by the Engineer.

JS-91

Page 96: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 09/21/17

RICN: 2017-CB-051Page 17 of 17

The accepted quantity of Item Code 804.9922 “STATIC PILE LOAD TEST” will be paidfor at its respective contract unit price per “Each” as listed in the Proposal. The priceso-stated shall constitute full and complete compensation for all labor, materials, tools,and equipment including, but not limited to the reaction system and frame, equipment toapply the load, anchor or tension piles, instrumentation, and all other incidentalsrequired to complete the work as described in these Special Provisions and elsewherein the Contract Documents, complete in place and accepted by the Engineer.

JS-92

Page 97: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 7/18/13

RICN 2017-CB-051Page 1 of 6

CODE 805.99 TEMPORARY EARTH RETAINING SYSTEMS

DESCRIPTION

This work shall be in accordance with Section 805 of the Rhode Island Department ofTransportation Standard Specifications for Road and Bridge Construction (Amended2013) all revisions, and these Special Provisions except as modified herein.

All Temporary Earth Retaining Systems project wide are the responsibility of theContractor, including but not limited to their need assessment, selection, design,construction, maintenance, operation and removal, as defined herein. This workconsists of:1. Contractor selection of the temporary works systems needed to undertake the

work: Underpinning Systems and Temporary Earth Retaining Systems, hereinconsidered to be synonymous, including their systems for pre-dewatering,dewatering, and unwatering, herein called dewatering. This shall includedesigning, constructing, maintaining, removing and legally disposing asapplicable, the temporary earth retaining systems (including their dewateringsystems) required to construct, protect and maintain all adjacent facilities projectwide. These include, but are not limited to, new and existing structures, drainageand water quality areas, demolition work, utilities, roadways, and the Limits ofDisturbance identified on the Plans and as stipulated by the permit agencies.

The Contractor shall determine the locations where Temporary Earth RetainingSystems are required in order to undertake the proposed work, and submit shopdrawings in accordance with this Special Provision and Special Provision 105.02.At a minimum at any location where the excavation and/or dewatering extendsinto the zone of influence of a facility, the Contractor shall submit a design for theproposed Temporary Earth Retaining System or submit supporting calculationsclearly demonstrating that a Temporary Earth Retaining System is not required.The zone of influence is defined as an imaginary line extending horizontally twofeet from the bottom edge of the facility and down on a 2Horizontal:1Vertical(2H:1V) slope.

The Contractor shall be fully responsible for the safety and stability ofexcavations and/or slopes, including at locations where the Contractordetermines that no Temporary Earth Retaining System is needed. TheContractor shall be fully responsible for the safety and stability of all itsunderpinnings.

2. Coordinating the installation, maintenance, and removal as applicable of theTemporary Earth Retaining Systems with the Contractor’s below-gradeconstruction activities (i.e., excavation and dewatering). The Contractor’s

JS-93

Page 98: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 7/18/13

RICN 2017-CB-051Page 2 of 6

activities shall be consistent with the approach and methodology outlined in theContractor’s submittals that have been reviewed by the Engineer.

3. Performing any and all preparatory work to discover, protect, maintain, relocate,underpin and restore all existing underground utilities as necessary.

4. Performing monitoring of the Temporary Earth Retaining System performanceduring all phases/stages of installation and during post construction and removal.

5. Pre-trenching along the alignment of the Temporary Earth Retaining Systemwalls or implementing other procedures to remove obstructions in advance ofTemporary Earth Retaining System construction.

MATERIALS

There are no additional material requirements.

CONSTRUCTION METHODS

1. Submittals: The following submittals shall apply to Underpinning and TemporaryEarth Retaining systems (including their dewatering systems) and shall be madeby the Contractor for review by the Engineer prior to start of Temporary EarthRetaining System installation. The Contractor shall conform to all submittalrequirements of the Contract (Special Provision 105.02), including submitting theinformation specified herein to the Engineer.

All temporary works submittals under this special provision, including anypermanent features of the earth retaining structures, shall be stamped by aProfessional Engineer currently licensed in good standing by the State of RhodeIsland and shall include:

a. Detailed calculations of analyses and designs for each system to beemployed (one set for each location).

b. A detailed narrative describing the construction sequence for thetemporary works system. The narrative shall detail the sequencing of theretaining system construction, including the installation of dewateringsystems, anchors, bracing, struts, wales, soil nails, pre-excavation, massexcavation, permanent below-grade structure construction, ground anchorde-tensioning/brace/strut removal, and dewatering process for eachtemporary works system.

JS-94

Page 99: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 7/18/13

RICN 2017-CB-051Page 3 of 6

c. Plans of the Contractor’s proposed monitoring system to survey horizontaland vertical movements, indicating proposed monitoring materials,equipment, schedule and procedures.

d. A Movement Mitigation Plan, developed for immediate implementationshould movement of the Temporary Earth Retaining systems exceed thespecified criterion in this Special Provision. The proposed MovementMitigation Plan shall include, but not be limited to, additional bracing,segmented and/or slotted excavation, bracing slabs, water rechargingand/or other measures.

e. Manufacturer’s information for equipment to be used for conductingperformance and proof tests on ground anchors (if used), or soil nails (ifused) and preloading of internal braces, tie rods and anchor rods. TheContractor shall submit diagram(s) showing the geometry of theequipment, end hardware, method of locking off specified pretension orpreload, and load and calibration data for the system of jack, load cellsand gauges, including:

i. A calibration, within six months prior to use on the project,conducted by a certified testing agency.

ii. A diagram of the Contractor’s proposed equipment set-up(s) formonitoring either the elongation of the anchor tendon duringperformance and proof tests or the movement of the wall withrespect to the brace during preloading. The proposed testequipment set-up(s) shall be completely independent of the jackand shall include a minimum of one micrometer dial gauge, capableof measuring anchor tendon extension to the nearest 0.001 inch,having six inches of travel and shall be mounted on an adjustabletripod or other device with flexible extension arms or a “goose neck”to permit rapid alignment of the dial gauge axis with the axis of thetiebacks. The flexible extension arms shall be of adequate stiffnessto hold the instrument in place to provide accurate readings.

f. Qualifications: The Contractor shall submit:

i. Qualifications and relevant experience of the Contractor’sdesigner(s) proposed for the Underpinning and Temporary EarthRetaining Systems, including their dewatering systems. Thedesigner(s) shall be a currently licensed Rhode Island ProfessionalEngineer in good standing and have a minimum of 10 years ofrelevant design experience for this work.

JS-95

Page 100: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 7/18/13

RICN 2017-CB-051Page 4 of 6

ii. Qualifications and experience of the Contractor and Subcontractorpersonnel doing the work, including the supervisory personnel whoshall be assigned to the project and be responsible for theconstruction, maintenance and removal of the designed systems.The supervisory personnel shall have a minimum of 10 years ofrelevant construction experience and shall have successfullyconstructed a minimum of 5 projects with similar work.

g. Following installation, the Contractor shall submit electronic as-built plansand elevations for each of the Underpinning and Temporary EarthRetaining Systems used.

2. Design Criteria: Temporary Earth Retaining Systems, where used, shall belocated in close proximity to the facilities which they are intended to protect.

The following criteria shall be used to design the Temporary Earth RetainingSystems:

a. The Contractor shall include in the design of these temporary works allloads that shall be applied to the system including construction surcharge.

b. The Contractor shall design Temporary Earth Retaining Systems tominimize deflections and prevent damage to nearby facilities, not toexceed the Limiting Value for horizontal movement described below.Underpinning shall be designed to prevent damage to the facility(ies)being underpinned.

3. Obstructions: The Contractor is responsible for the removal of obstructions alongthe Temporary Earth Retaining System alignment to a depth of 15 feet below theexisting grade. If an obstruction is encountered at a depth greater than 15 feet,the Contractor shall notify the Engineer immediately and propose a means ofclearing the obstruction that will be subject to the approval of the Engineer.

4. Water-tightness and control: The Contractor shall seal the inside face of theTemporary Earth Retaining Systems as necessary to provide a reasonablywatertight system. The Contractor shall limit water entering through the systemfacing, joints, tremie seal (if a tremie is used), and exposed bottom of excavationso as not to damage the permanent work. All water, including water enteringfrom rainfall, including its runoff, shall be removed from the excavation to preventdamage to construction. If water is determined by either the Contractor or theEngineer to have damaged the permanent work, the Contractor is required tomake repairs to the permanent work at the Contractor’s own expense and to thesatisfaction of the Engineer. If such repairs cannot be made, then the damaged

JS-96

Page 101: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 7/18/13

RICN 2017-CB-051Page 5 of 6

works shall be removed and replaced with new construction, at no additional costto the State.

5. Adjacent Facilities: Adjacent above- and below-grade facilities may be sensitiveto ground movement and settlement.

The Contractor shall be solely responsible for conducting the work in a mannerthat protects existing and new facilities from damage associated with the work.Any damage shall be promptly repaired or replaced by the Contractor to thesatisfaction of the Owner of the damaged facility at no additional cost to theState.

The Contractor shall monitor the existing bridge and nearby commercial andresidential structures for movement and vibrations as required in the SpecialProvisions and plans.

6. Movement Control: The Contractor shall monitor the horizontal movements ofthe Temporary Earth Retaining Systems. The Contractor shall install lateralmonitoring points at the top of the earth retaining systems every fifteen feet alongthe face of the retaining system. The Contractor shall monitor the points bysurvey for lateral movement and submit the survey data at least once a week ormore often as required by the Engineer, at no additional cost to the State.

The Limiting Value for horizontal movement of the system/wall in the directiontowards the excavation is defined as 1 inches at the wall face at pre-excavationexisting grade elevation after installation, using pre-excavation conditions as abaseline. The Limiting Value of 1 in. also applies to points on the wall face at alldepths below the pre-excavation existing grade elevation. The baseline for eachof these points should be established as soon as the point is exposed (prior toexcavating below the point).

If the Limiting Value is approached or exceeded, the Contractor shall immediatelynotify the Engineer, and shall implement the Contractor’s approved MovementMitigation Plan to take immediate steps to stop any further movement by revisinghis procedures, by providing supplemental bracing or by other measures(working 24 hours per day and temporarily terminating work in the area ofmovement if necessary), as required by the Engineer.

If movement of Temporary Earth Retaining Systems reaches or exceeds thespecified Limiting Values, or the Contractor’s operations cause any damage toadjacent facilities, the Engineer may direct the Contractor to temporarilyterminate the work in the area where such movement is occurring and implementall necessary mitigation measures and/or repairs to the satisfaction of theEngineer. There shall be no claims for additional payment by the Contractor nor

JS-97

Page 102: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 7/18/13

RICN 2017-CB-051Page 6 of 6

will there be an extension of the project Completion Dates for delays related tostopping work because of movements and/or damages, mitigating movementsand/or repairing damages.

7. If in the opinion of the Engineer, the Contractor’s excavation is causing distress,settlement or other problems for adjacent facilities, the Engineer may stop workand require the Contractor to provide remedial action to correct the situation.This may include the submittal of additional designs and construction of remedialmeasures. There shall be no claims for additional payment by the Contractor norwill there be an extension of the project Completion Dates for delays resultingfrom such work stoppage and/or related submittals and work.

METHOD OF MEASUREMENT

This item will not be measured for payment.

BASIS OF PAYMENT

No separate payment will be made for this item. Payment for this item shall be includedin the various appropriate items for which they are required as listed in the Proposal.

JS-98

Page 103: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 8/18/17

RICN: 2017-CB-051Page 1 of 15

CODE 805.9909 GEOTECHNICAL INSTRUMENTATION INSTALLATION,INITIALIZATION, MONITORING, AND REPORTING

DESCRIPTION

General:

The work of this Section includes:

A. CODE 805.9909: Furnishing, calibrating, installing, initializing, maintaining,repairing, and monitoring geotechnical instrumentation; and collecting, reducingand reporting data; and protecting instrumentation from damage including:

1. In accordance with Section 804.03.12a of the General Provisions,performing a preconstruction survey of any structure within 200 feet of piledriving, performed by a Rhode Island Registered Professional Engineeremployed or retained by the Contractor and submitted to the Engineerprior to beginning work.

2. Performing a pre- and post-construction video survey of the inside of the12-in. and 36-in. RCP drainage pipes within 50 ft of limits of disturbance ofBridge No. 466 as well as performing a pre- and post-construction surveyof pipe invert elevations at the manhole structures.

3. Installing movement monitoring points at locations on existing Bridge No.466, existing adjacent Bridge No. 463, and temporary earth retainingsystems as described herein.

4. Installing all movement monitoring points a minimum of one month prior tothe start of work (except as described in “Scheduling Work” herein) andestablishing pre-construction baseline data for comparison withconstruction and post-construction data.

5. Installing up to 5 seismographs at the locations chosen by the Contractorand approved by the Engineer to protect nearby structures prior to piledriving and other vibration-producing construction activities according tothe requirements described herein.

6. Performing monitoring of all instrumentation and collecting data at therequired frequencies described herein.

JS-99

Page 104: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 8/18/17

RICN: 2017-CB-051Page 2 of 15

7. Reporting instrumentation data at the required intervals described hereinand providing a detailed discussion of construction activities that occurredduring the reporting interval.

8. Reporting any Response Value exceedances to the State and Engineerimmediately.

9. Providing safe access to the work area and instrumentation locations bythe Engineer.

10. Replacing any instrumentation damaged in a timely manner.

11. Implementing required remedial and precautionary measures based onthe instrumentation data and as determined by the Engineer.

12. Furnishing all assembly, calibration, and installation tools, materials,equipment, miscellaneous instrumentation components and otherhardware required to complete the work as described herein.

13. Replacing any damaged or inoperable instrumentation.

The State is not responsible for the safety of the work based on geotechnicalinstrumentation data.

MATERIALS

General:

A. All materials shall be new.

B. All graduations shall be in U.S. Customary Units.

Vertical Monitoring Points and Movement Monitoring Points:

A. Vertical Monitoring Points (VMPs) and Movement Monitoring Points (MMPs) shallbe as described herein.

JS-100

Page 105: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 8/18/17

RICN: 2017-CB-051Page 3 of 15

Seismographs:

A. Provide five (5) new portable seismographs for monitoring the velocities ofground vibrations resulting from pile driving, and other vibration-producingconstruction activities as requested by the Engineer. Provide model Blastmate IIIas manufactured by Instantel Inc., Kanata (Ottawa), Ontario, Canada, orapproved equivalent. The seismographs shall have the following minimumfeatures:

1. Seismic range: 0.01 to 10 inches per second with an accuracy of5 percent and no more than 3db roll off at the low frequency.

2. Flat frequency response: 20 to 200 Hertz.

3. Three component sensor.

4. Fourth channel for air blast monitoring.

5. Two power sources: Internal rechargeable battery and charger and115 volt AC. Battery shall be capable of supplying power to monitorvibrations continuously for up to 24 hours.

6. Capable of internal dynamic calibration.

7. Direct writing to printer and to an electronic data storage device such as aPC computer, or equivalent. Instruments provided shall be capable ofproducing strip chart recordings of readings on-site within one hour ofobtaining the readings, if required by the Engineer. Provide InstantelBastware, or equivalent, computer software for Contractor to performfrequency analyses of data obtained.

8. Continuous monitoring mode shall be capable of recording peak velocities.

CONSTRUCTION METHODS

Submittals: The following submittals shall apply to the Instrumentation and shall bemade by the Contractor for review by the Engineer prior to start of Instrumentationinstallation. The Contractor shall conform to all submittal requirements of the Contract(Special Provision 105.02), including submitting the information specified herein to theEngineer.

A. Submit resumes of Contractor’s instrumentation personnel and other field andoffice geotechnical instrumentation personnel to be assigned to the project.

JS-101

Page 106: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 8/18/17

RICN: 2017-CB-051Page 4 of 15

1. Geotechnical instrumentation work involves highly specialized tasks. TheContractor's instrumentation personnel who are responsible for furnishingand installing all geotechnical instrumentation, and maintaininginstrumentation as required shall have at least 4 years of experience ininstallation of the types of instruments specified herein. These personnelmay be on the staff of the Contractor or may be on the staff of a specialistinstrumentation subcontractor retained by the Contractor.

2. The Contractor's instrumentation personnel shall include a qualifiedEngineer who is a registered Professional Engineer in the State of RhodeIsland, who has at least 4 years of experience in installation andmonitoring of the types of instruments specified and shall have supervisedinstrumentation programs of similar magnitude in similar subsurfaceconditions. A suitably qualified engineering geologist may also beacceptable as the Contractor's Engineer.

B. Submit manufacturers' product data describing all specified instruments to theEngineer for review and approval, including requests for consideration ofsubstitutions, if any, together with product data and instruction manuals forrequested substitutions.

Specifications of instrument brand name and model number shall be used for thepurpose of establishing a standard of quality and facilitating the description of theproduct desired. A substituted product shall be the same or better than theproduct named in the specifications in function, performance, reliability, quality,and general configuration. Any request from the Contractor for consideration of asubstitution shall clearly state the nature of the deviation from the product namedin the specifications. The Engineer will be the sole judge of the suitability andequivalency of the proposed substitution.

C. Within 5 workdays of receipt of each instrument at the site, submit to theEngineer a copy of factory calibration, manufacturers test equipment certification,completed copy of quality assurance checklist, and warranty for each instrument.

D. Submit to the Engineer a completed pre-installation acceptance test record foreach seismograph.

E. Submit to the Engineer formal initial readings for each instrumentation monitoringpoint.

JS-102

Page 107: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 8/18/17

RICN: 2017-CB-051Page 5 of 15

F. Submit to the Engineer a proposed schedule, location plan, and sequence ofinstrumentation monitoring point installation including a date for completion offormal initial readings.

G. Submit to the Engineer the following items pertaining to each instrument type:

1. An instruction manual which shall include a description of the purpose ofthe instrument and explanation of operation.

2. Detailed step-by-step installation procedures. The procedures shall bebound and indexed. The installation procedures shall include:a. Pre-installation acceptance test.

b. Calibration of readout units including a list of calibration equipmentrequired, and recommended frequency of calibration.

c. Step-by-step instrument installation procedure including materials,tools, spare parts, and method of attaching monitoring points tostructures and walls.

d. Method for conducting post-installation acceptance test.

e. Method for protecting instruments including any instrument cables,and associated power cords and readout units from damage.

f. Step-by-step data collection procedure.

g. Data reduction, processing, and plotting procedures including formsfor reporting the instrumentation data to be collected by theContractor.

h. Maintenance procedure.

H. Provide reports of monitoring data in accordance with the specified requirementsfor each instrument.

I. The Contractor shall submit to the Engineer for review, generalized plans ofaction to be implemented in the event any Response Value is reached, asdescribed herein. The generalized plans of action shall be positive measures bythe Contractor to do any or all of the following as applicable:

1. Limit further new and existing structure and ground movement.

JS-103

Page 108: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 8/18/17

RICN: 2017-CB-051Page 6 of 15

2. Limit further temporary earth retaining system movement.

3. Control vibrations.

4. Maintain the structural integrity of new and adjacent structures andutilities.

5. Modify construction procedures near new and existing structures andutilities.

J. Every four weeks submit to the Engineer updated as-built instrument locationplan.

Pre-Installation Acceptance Tests:

A. When instruments are received at the site, the Contractor's instrumentationpersonnel shall perform pre-installation acceptance tests to ensure that theinstruments and readout units are functioning correctly prior to installation.Pre-installation acceptance tests shall include relevant items from the followinglist:

1. Check, by comparing with procurement document, that model,dimensions, and materials are as specified or are in accordance with theContractor’s approved submittal.

2. Check all components for signs of damage in transit.

3. Check that quantities received correspond to quantities ordered.

B. An instrument that fails the specified pre-installation acceptance test shall berepaired such that it passes a subsequent pre-installation acceptance test, orshall be replaced by an identical instrument at no additional cost to the State.

Storage of Instruments:

A. All instrumentation materials, after receipt at the site and prior to installation, shallbe stored in an indoor, clean, dry, and secure storage space. Instruments shallnot be exposed to temperatures outside the manufacturer's stated workingtemperature range.

Contractor’s Personnel Requirements:

A. The Contractor's Engineer shall:

JS-104

Page 109: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 8/18/17

RICN: 2017-CB-051Page 7 of 15

1. Prepare step by step installation procedures for all instruments specifiedherein.

2. Be on-site and supervise at least the first two installations of each type ofinstrument.

3. Conduct the pre-installation and post-installation acceptance tests for atleast the first two of each type of instrument specified herein.

4. Be available for consultation at all times for the duration of the Contract.

B. The Superintendent shall:

1. Be on-site and supervise all instrument installations, and pre-installationand post-installation acceptance tests.

Scheduling Work:

A. Installation and Initialization Schedule:

1. All instrumentation monitoring points on existing structures shall beinstalled and formal initial readings submitted to and confirmed by theEngineer at least 30 days prior to the start of any work.

2. All instrumentation monitoring points on the sides of the existing bridgethat are removed during demolition shall be re-installed on the demolishedface within 1 day following demolition and prior to pile installation. Formalinitial readings shall be submitted to and confirmed by the Engineer

3. All instrumentation monitoring points on new structures shall be installedand formal initial readings submitted and confirmed by the Engineer within1 day of substantially completing the new structure as required herein.Instrumentation on new structures shall be installed and initialized prior toany adjacent backfilling.

4. All instrumentation monitoring points on temporary earth retaining systemsshall be installed prior to any excavation below each row ofinstrumentation monitoring points.

5. Seismographs shall be installed 10 days prior to any vibration-producingconstruction activities to obtain background readings.

B. Variations in the schedule require the review and acceptance of the Engineer.

JS-105

Page 110: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 8/18/17

RICN: 2017-CB-051Page 8 of 15

C. Should the Contractor’s instrumentation personnel encounter difficulty or berefused entry to a property, he shall document said refusal in his report andinform the Contractor and Engineer of the incident.

Installation – General:

A. The Contractor's instrumentation personnel shall install instruments inaccordance with the Contractor's detailed step-by-step procedures.

B. The Contractor shall notify the Engineer at least 72 hours prior to installing eachinstrument.

C. The Contractor shall extend installed instrumentation as necessary as gradechanges occur, and revise instrument reference elevations as necessary.

D. As each instrument is installed, an installation record sheet shall be prepared bythe Contractor.

E. For installation on residential properties, the Contractor shall notify RIDOT oftheir intent to install one week prior to actual installation to allow RIDOT to notifythe owners of the residences. Contractor shall receive confirmation from RIDOTbefore commencing actual installation.

Installation of Movement and Vertical Monitoring Points:

A. Movement Monitoring Points (MMPs) are optical prisms such as Sokkia StandardPrism MP12A-726658 or approved equivalent. The Contractor shall useAutomatic Motorized Total Station to survey vertical and lateral deformation (in atotal of three directions) of new and existing structures and temporary earthretaining systems. MMPs shall be installed at the following locations:

1. Two MMPs per side of each substructure at all existing and new piers andabutments of Bridge No. 466 and on the east side of all existing piers andabutments of Bridge No. 463. At each side, one MMP shall be installedwithin 2 ft of the top of the structure and one MMP shall be installed within3 ft above ground surface. MMPs shall be re-installed on the demolishedface of the existing bridge during Phase 1 construction and installed onthe temporary new face of the new bridge during Phase 2 construction;

2. At 20 ft horizontal spacing along the east and west side of the bridge deckof Bridge No. 466 and along the east side of Bridge No. 463.

3. A pair of MMPs at 10 ft maximum horizontal spacing along temporaryearth retaining systems. For each pair, one MMP shall be installed at the

JS-106

Page 111: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 8/18/17

RICN: 2017-CB-051Page 9 of 15

top of the wall and one MMP shall be installed at a depth of the wall wherethe maximum amount of movement is expected.

B. Vertical Monitoring Points (VMPs) are stainless steel pins (refer to detail herein).The Contractor shall survey these points for vertical and lateral deformation (intotal of three directions). VMPs shall be used in lieu of MMPs at locations not inthe line of site of an Automatic Motorized Total Station and only after obtainingthe Engineer’s approval.

C. VMPs and MMPs shall typically be installed on vertical surfaces of structures.Installation of points shall utilize means and methods that avoid or minimizedamage to the structures.

D. The VMPs and MMPs shall be located such that daily construction activities willnot inhibit the Contractor from obtaining readings at any time during theconstruction.

E. Survey of VMPs and MMPs shall be conducted to an accuracy of 0.0625-inchand shall reference a permanent benchmark which will be unaffected byconstruction activities.

Seismographs:

A. Seismographs shall be installed prior to any vibration-producing constructionactivities to establish the maximum energy which can be used without surpassingacceptable vibration levels at nearby residences and facilities.

B. The Contractor shall monitor vibrations continuously during the vibration-producing construction activities. The Contractor shall record data for vibrationsthat exceed the Threshold Values indicated in Table 2.

C. The Contractor shall notify the Engineer at least 72 hours prior to starting a newvibration-producing construction activity.

Field Calibration and Maintenance:

A. The Contractor's instrumentation personnel shall conduct regular maintenanceaccording to the Contractor’s approved submittals.

Data Collection:

A. The Contractor shall collect data at all instrumentation monitoring points on adaily basis during pile installation as a minimum and more frequently if movement

JS-107

Page 112: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 8/18/17

RICN: 2017-CB-051Page 10 of 15

of structures is suspected. At other times during construction the maximumreading interval of instrumentation reading shall be weekly.

B. While monitoring vibration-producing construction activities, the Contractor shallcollect vibration data continuously using seismographs. The Contractor shallmake the data available for immediate review by the Engineer, if requested.

C. The Contractor shall cooperate with the Engineer during instrumentationinstallation and data collection, including use of the Contractor’s equipment ifrequested by the Engineer. The Contractor shall provide and facilitate safeaccess to the work area at all times for the Engineer to collect data frominstruments, if required. Safe access shall include, but not be limited to,cessation of work activities, temporary relocation of obstructing materials andequipment and any other needs that, in the opinion of the Engineer, arenecessary to ensure the safety of data collection personnel.

Data Reduction, Processing, Plotting, and Reporting:

A. The Contractor shall provide data to the Engineer in accordance with thefollowing schedules:

1. Instrumentation data (other than seismographs) shall be provided within24 hours of when the data are collected.

2. Seismograph data shall be provided to the Engineer at intervals requiredby the Engineer.

3. If data indicate that either a Threshold or Limiting Value is reached, theEngineer may require the Contractor monitor and provide data withgreater frequency.

B. When a Response Value is reached, or the Contractor shall notify the Engineerand the State immediately and implement response action(s) specified herein.

C. When the Engineer judges from the data that a change has occurred which islikely to require remedial or precautionary measures, the Engineer will notify theContractor. The Contractor shall verify the change and shall initiate the responseaction(s) specified herein.

Instrumentation Maintenance and Operation:

A. The Contractor shall protect all instruments and appurtenant fixtures, leads,connections, and other components of instrumentation systems from damagedue to construction operations, vehicle traffic, and vandalism.

JS-108

Page 113: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 8/18/17

RICN: 2017-CB-051Page 11 of 15

B. The Contractor shall notify the Engineer immediately if instruments are damaged.

C. The Contractor shall replace any instruments damaged, destroyed or otherwiserendered inoperative within 48 hours. The Contractor shall replace at no cost tothe State any instruments damaged, destroyed, or otherwise renderedinoperative during construction operations. The Engineer will be the sole judgeof whether the repair or replacement is required.

Disclosure of Data:

A. The Contractor shall not disclose any instrumentation data to third parties andshall not publish data without prior written consent of the State.

Interpretation of Data and Implementation of Plans of Action:

A. Instrumentation data will be evaluated and interpreted by the Contractor andsubmitted to the Engineer for review and evaluation. Interpretation will includemaking correlations between instrumentation data and the specific constructionactivities.

B. Table 1 indicates Threshold and Limiting Values for selected instruments. Thesevalues shall be defined collectively as Response Values. The actions associatedwith these Response Values are defined below. Plans for such actions arereferred to herein as “Plans of Action,” and the actual actions to be implementedare referred to herein as “Response Actions.” Response Values are subject toadjustment by the Engineer as indicated by prevailing conditions orcircumstances.

C. If a Threshold Value is reached the Contractor shall:

1. Meet with the Engineer within 24 hours of the Threshold Value beingreached to discuss the need for Response Action(s). If notified by theEngineer during the above meeting that a Response Action is needed,within 24 hours submit a detailed specific Plan of Action.

a. If notified by the Engineer, implement Response Action(s) within24 hours of submitting a detailed specific Plan of Action, so that theLimiting Value is not exceeded.

D. If a Limiting Value is reached, the Contractor shall:

1. Meet with the Engineer within 24 hours of the Limiting Value beingreached to discuss the need for additional Response Action(s).

JS-109

Page 114: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 8/18/17

RICN: 2017-CB-051Page 12 of 15

a. If notified by the Engineer, implement additional ResponseAction(s) within 24 hours of submitting a detailed specific Plan ofAction, so that the Limiting Value is no longer exceeded.

2. The Contractor shall take all necessary steps so that the Limiting Value isnot exceeded. The Contractor may be directed to suspend activities in theaffected area with the exception of those actions necessary to avoidexceeding the Limiting Value.

Disposition of Instruments:

A. Remove salvageable instruments only when directed by the Engineer.

B. All salvaged instruments shall become the property of the Contractor.

C. Upon completion of the Work, as directed by the Engineer, the Contractor shallremove instruments. Disturbed or damaged surfaces shall be restored to thecondition existing before installation of the instrument.

JS-110

Page 115: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 8/18/17

RICN: 2017-CB-051Page 13 of 15

METHOD OF MEASUREMENT

Item Code 805.9909 “GEOTECHNICAL INSTRUMENTATION INSTALLATION,INITIALIZATION, MONITORING, AND REPORTING” will not be measured for payment.

BASIS OF PAYMENT

Item CODE 805.9909 “GEOTECHNICAL INSTRUMENTATION INSTALLATION,INITIALIZATION, MONITORING, AND REPORTING” will be paid for at the contract“Lump Sum” price as listed in the Proposal. The price so stated shall constitute full andcomplete compensation for all labor, materials, tools, equipment, and all otherincidentals required to complete the work as described in these Special Provisions andelsewhere in the Contract Documents, complete in place and accepted by the Engineer.

JS-111

Page 116: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 8/18/17

RICN: 2017-CB-051Page 14 of 15

TABLE 1. RESPONSE VALUES

INSTRUMENTATIONTYPE/LOCATION

INSTRUMENT RESPONSE VALUES

THRESHOLD LIMITING

MONITORING POINTS ONEXISTING BRIDGESTRUCTURES

DEFORMATION(IN ANY DIRECTION)

= 0.25-INCH

DEFORMATION(IN ANY DIRECTION)

= 0.5-INCH

MONITORING POINTS ONTEMPORARY EARTHRETAINING SYSTEMS

DEFORMATION INLATERAL DIRECTION

TOWARDEXCAVATION= 1.5 INCHES

DEFORMATION INLATERAL DIRECTION

TOWARDEXCAVATION= 2 INCHES

SEISMOGRAPHS REFER TO TABLE 2 REFER TO TABLE 2

JS-112

Page 117: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 8/18/17

RICN: 2017-CB-051Page 15 of 15

TABLE 2. RESPONSE VALUES VIBRATION ACCEPTANCECRITERIA FOR SEISMOGRAPHS

TYPE

SOURCE M1 SOURCE S2

F(HZ)6

PEAK PARTICLEVELOCITIES (PPV)

F(HZ)6

PEAK PARTICLEVELOCITIES (PPV)

THRESHOLDVALUE

(IN/SEC)

LIMITING VALUE(IN/SEC)

THRESHOLDVALUE

(IN/SEC)

LIMITINGVALUE

(IN/SEC)

EXISTING/PROPOSED

BRIDGES1-30

30-600.370.37

0.50.5-0.7*

10-6060-90

0.900.90

1.21.2-1.6**

COMMERCIALBUILDINGS

1-3030-60

0.230.23

0.30.3-0.5*

10-6060-90

0.530.53

0.70.7-1.0**

RESIDENTIALBUILDINGS 1-30

30-600.150.15

0.20.2-0.3*

10-6060-90

0.370.37

0.50.5-0.7**

TABLE 2 NOTES:1. SOURCE M: CONTINUOUS OR STEADY STATE VIBRATIONS SUCH AS: VIBRATORY PILE

DRIVERS, HYDROMILLS, LARGE PUMPS AND COMPRESSORS, BULLDOZERS, TRUCKS,CRANES, SCRAPERS AND OTHER LARGE MACHINERY, JACKHAMMERS, RECIPROCATINGPAVEMENT BREAKERS AND COMPACTORS.

2. SOURCE S: TRANSIENT OR IMPACT VIBRATIONS SUCH AS: BLASTING WITH EXPLOSIVES,DROP CHISELS FOR ROCK BREAKING, BUCKETS, IMPACT PILE DRIVERS, WRECKING BALLSAND BUILDING DEMOLITION, GRAVITY DROP GROUND COMPACTORS AND PAVEMENTBREAKERS.

3. *DENOTES THAT THE LOWER VALUE APPLIES TO 30 HZ AND THE UPPER TO 60 HZ, WITHINTERPOLATION IN BETWEEN.

4. **DENOTES THAT THE LOWER VALUE APPLIES TO 60 HZ AND THE UPPER TO 90 HZ, WITHINTERPOLATION IN BETWEEN.

5. VIBRATION ACCEPTANCE CRITERIA FOR BUILDINGS BASED ON SWISS STANDARD SN640312, DATED APRIL 1992. THIS STANDARD ALLOWS ACCEPTANCE CRITERIA,ACCORDING TO BUILDING TYPE AND THE FREQUENCY AND TYPE OF EXPECTEDCONSTRUCTION RELATED VIBRATIONS. FOR THE PURPOSE OF THIS PROJECT, THEACCEPTANCE CRITERIA OF THE SWISS STANDARD WAS CONVERTED TO ENGLISH UNITS(INCHES PER SECOND), AND IS INCORPORATED IN THIS TABLE.

6. F(HZ) = FREQUENCY IN HERTZ.7. STRICT VIBRATION THRESHOLD AND LIMITING VALUES HAVE BEEN ESTABLISHED FOR

STRUCTURES IN THE VICINITY OF THE CONSTRUCTION. THE CONTRACTOR IS ADVISEDTHAT DUE TO THE CLOSE PROXIMITY OF THE CONSTRUCTION TO SOME OF THESESTRUCTURES, CONSTRUCTION MEANS AND METHODS MAY NEED TO BE ALTERED ORRESTRICTED TO OPERATE WITHIN THE RANGE OF VIBRATION ESTABLISHED.

JS-113

Page 118: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/22/17RICN 2017-CB-051

Page 1 of 9

CODE 808.99ULTRA-HIGH PERFORMANCE CONCRETE (UHPC)

DESCRIPTION:

This work consists of field casting Ultra High Performance Concrete (UHPC) in deckclosure pour joints between Prefabricated Bridge Units (PBUs), at the locationsindicated on the Plans and as directed by the Engineer, all in accordance with thisspecial provision.

This work also includes forming, preparation of bonding surfaces, batching and mixingon site, making test cylinders, testing, finishing, and curing UHPC.

The material, mixing, and placing equipment shall be as supplied by the UHPCManufacturer. All testing (unless otherwise stated herein) shall be performed by theContractor and UHPC Manufacturer using ACI Certified Technicians. The Contractor,Manufacturer’s Representative(s), their Technicians required for testing, and RIDOTshall be present during the Trial Batch Testing, Mock-up Testing, Pre-Pour Meeting, andthe Production Pour.

All work shall be in accordance with the applicable provisions of Sections 601, 606, 808,and 814 of the Rhode Island Standard Specifications for Road and Bridge Construction,(Amended 2013) with all revisions.

MATERIALS:

All UHPC material components shall be supplied by the same manufacturer. Materialscommonly used in UHPC are:

· Fine Aggregate· Cementitious material· Superplasticizer· Steel Fibers (specifically made for steel reinforcement)· Water

UHPC material shall meet the following criteria:

Minimum Compressive Strength (AASHTO T22):4 days ≥ 14,000 psi14 days ≥ 17,600 psi28 days ≥ 21,000 psi

JS-114

Page 119: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/22/17RICN 2017-CB-051

Page 2 of 9

Chloride Ion Permeability (AASHTO T277) ≤ 250 coulombs (28 days)*

Freeze-Thaw Resistance (AASHTO T161 Procedure A; RDM ≥ 95%300 cycles)

Slump Flow (ASTM C1437) 7–10 inch diameter after 25 drops(No visual segregation of steelfiber and aggregate)

Shrinkage (AASHTO T160): ≤ 800 microstrains (28 days)*

*Manufacturers historical test data may be submitted in lieu of Contractor testing.Test data must be submitted 30 days prior to the trial batch.

SUBMITTALS:

Mix Design: A minimum of 30 calendar days prior to the Trial Batch Testing, theContractor shall submit the UHPC mix design. The mix design shall specify theseparate components that are not pre-blended and are only added together during themixing process. The design shall specify the proportion of each of these materials.Quality Control Plan: A minimum of 30 calendar days prior to the Trial Batch Testing,the Contractor shall submit a Quality Control Plan.Trial Batch Test Results: A minimum of 30 calendar days prior to the Mock-up Testing,the Contractor shall submit their results for all required tests from the trial batch.Construction Procedures: A minimum of 30 calendar days prior to the Mock-up Testing,and 90 calendar days prior to placing the UHPC closure pours, the Contractor shallsubmit construction procedures to the Engineer for approval. The Constructionprocedures shall include, but may not be limited to:

· The Mock-up Testing procedures – materials, equipment, and proceduresincluding preparation of bonding surfaces, forming and placement details,casting, testing, and storing cylinders.

· The Production Pour procedures – materials, equipment, and procedures for theUHPC closure pour production and the casting of the test cylinders. Thesubmittal shall include information on preparation of bonding surfaces, formingand placement details, timing and sequencing of the pours, the number of crewsand equipment used to mix and place the UHPC. Curing of the closure poursand the cylinders shall be included here, as well.

All submittals shall be in English units.

JS-115

Page 120: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/22/17RICN 2017-CB-051

Page 3 of 9

Regional Experience of the Manufacturer: The manufacturer of the UHPC materialcomponents shall demonstrate the successful completion of a minimum of four similarprojects in the New England region of the United States.

QUALITY CONTROL:Testing Equipment: The testing equipment listed below will be required at the site forthe Trial Batch Testing, the Mock-up Testing, and for the Production Testing.

· A mini-slump cone meeting the requirements of ASTM C1437, for on-site testing.

· Concrete thermometer meeting the requirements of AASHTO T309.

· 3 inch diameter by 6 inch tall cylinder molds for making samples for compressivetesting in accordance with AASHTO T22.

· Only for Trial Batch Testing, all equipment and molds necessary to fabricatesamples for AASHTO T160, T161, and T277 tests (if historical test data is notavailable).

· Maturity Meter and thermocouples that can:o Provide a maturity value based on the Equivalent Age or Temperature

Time Method as detailed in ASTM C 1074-11.o Continuously log and store maturity data.o Provide accuracy to within +/- 1ºF when the meter is calibrated as per the

manufacturer’s instructions.o Take readings every half hour for the first 15 hours.o Print data and/or download it into a spreadsheet.

· A minimum of three thermocouples per each UHPC closure pour joint shall beinstalled, one at each end, and one at midway with additional thermocouples asrecommended by the manufacturer.

RIDOT will retain ownership of said equipment upon project completion.

Sampling and Testing: Trial Batch Testing, Mock-up Testing, and Production PourTesting shall be in accordance with the following sampling and testing procedures:

· The Quality Control sampling and testing shall be performed by theContractor/Manufacturer using ACI Certified Technicians for Field TestingTechnician Grade 1. All materials, testing equipment, mixers, etc. shall besupplied by the Contractor/Manufacturer. In addition, compression strengthtesting of hardened UHPC shall be performed by the Contractor/Manufacturer atan AASHTO accredited laboratory in accordance with this Special Provision andthe Manufacturer’s recommendations. Chloride ion permeability, freeze-thaw,

JS-116

Page 121: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/22/17RICN 2017-CB-051

Page 4 of 9

and shrinkage shall also be performed if historical data is not available. TheContractor shall provide a copy of the test results to the Engineer.

· UHPC testing:o The test days shall be at 2 days, 4 days, 14 days, and 28 days. Four (4) -

3 inch diameter by 6 inch cylinders shall be used for each test day for atotal of 16 cylinders.

o The trial batch test cylinders shall be standard cured in accordance withRIDOT Standard Specifications.

o The mock-up test cylinders and the acceptance of production pour testcylinders used for the 2 and 4 day tests shall be field cured in the sameenvironment as the closure pour material they represent. The cylindersfor the remaining 14 day, and 28 day tests shall be standard cured inaccordance with RIDOT Standard Specifications.

o For the trial batch and mock-up tests, four (4) additional concrete cylindersfor each test shall be fabricated and maintained at 50°F in a controlledtesting laboratory (a total of 8 cylinders for all tests). One (1) cylinder willbe tested each test day. Compressive testing shall be performed at 2, 4,14, and 28 days. Acceptance cylinders shall be tested by the Engineer.Quality Control cylinders shall be tested by the Contractor/Manufacturer,at an AASHTO accredited laboratory.

· Methodology For Maturity Testing:o The procedure for utilizing the maturity method to determine in-place

UHPC strengths includes three steps: obtain Manufacturers’ strength-maturity relationship, monitoring the maturity of the placement by takingperiodic temperature readings as recommended by the Manufacturer, andregular validation of the strength maturity relationship. Any changes in themix design, its components, or proportions will require that a new strength-maturity relationship be developed.

o The strength-maturity relationship shall be developed one month minimumprior to construction. Continue data collection for the strength-maturityrelationship after acceptance of the maturity value until the strengthreaches 21 ksi.

o A procedure to develop the strength-maturity relationship shall besubmitted to the Engineer for review and approval along with the shopdrawings. The submitted procedure shall include all necessaryinformation for the development of the strength maturity relationship. Allnecessary testing included in the procedure shall be conducted by anAASHTO accredited testing laboratory.

JS-117

Page 122: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/22/17RICN 2017-CB-051

Page 5 of 9

· Trial Batch Testing:o Sixty (60) calendar days prior to the Mock-up test, Trial Batch Testing

shall be performed. The Trial Batch shall take place at a RIDOT approvedlocation and be performed in the presence of RIDOT personnel. Trialbatch samples will be tested to meet all UHPC criteria as per Materialsabove. The quantity of materials batched shall be that quantity sufficientto perform all tests required. All required review submittals prior toperforming the Trial Batch Testing shall be as per Submittals above.

o UHPC batch temperatures shall be recommended by the Manufacturerand shall be representative of the proposed batch temperatures requiredfor the production pours. The temperature shall be recorded.

o The Trial Batch shall be representative of the production pour and shallconsist of the same materials, equipment, methods of mixing, cylinderpreparation, and curing methods.

o The basis for approving the UHPC project mix based on the Trial BatchTesting shall be that the test results meet the criteria listed above underMaterials. Trial Batch Testing shall continue at the Contractor’s expenseuntil all test results meet the requirements herein or as otherwiseapproved by the Engineer. The basis for acceptance of the Trial Batchtest results will be that the concrete compressive strength at 4 days isequal to or greater than 14,000 psi. The 2 day, 14 day, and 28 day testresults shall be recorded for information only. All test results, includingthose for information only, shall be submitted no later than 30 calendardays prior to the Mock-up test. The Mock-up testing shall not begin untilthe UHPC project mix is approved by the Engineer. Delays in achievingan approved mix shall not be considered cause for changes to thecontract schedule or justification for claims by the Contractor.

· Mock-Up Testing:o A minimum of 60 calendar days prior to the proposed use of UHPC for the

production closure pours the Contractor shall perform a Mock-up test.The Mock-up shall take place at a RIDOT approved location and beperformed in the presence of the Engineer or his representatives.Batching, mixing, placement and curing shall be in accordance with theManufacturer’s recommendations. The Manufacturer’s representativeshall be present during the Mock-up to assist the Contractor and approvethe mixing and placement procedures. The quantity of materials shall besufficient to perform the Mock-up related tests required herein. Therequired review submittals prior to performing the Mock-up shall be as perSubmittals above.

o The Mock-up shall be a simulation of the production closure pour and shallconsist of the same UHPC materials, equipment, mixing, batching,forming, surface preparations, placement, making of test cylinders, quality

JS-118

Page 123: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/22/17RICN 2017-CB-051

Page 6 of 9

control by the Manufacturer’s representative, and curing as for theproduction closure pours joining the PBU’s. It shall consist of linking twoconcrete panels together with a closure pour of exactly the same width asshown on the Plans. Uncoated reinforcement may be used for the Mock-up. Each of the panels will be a minimum of 3 feet wide, 20 feet long, andof the same thickness as what is shown on the Plans. As with theproposed production closure pours, the Mock-up closure pour joints shallbe over-filled with the UHPC material by 1/4 inch to 3/8 inch above the topof abutting PBU’s to allow for subsidence due to loss of entrapped air.Curing of the joint shall be as specified in this Special Provision. Aftercuring is completed, the Contractor shall diamond grind the closure pourflush with adjacent panel surfaces to demonstrate to the Engineer theoutcome and effective use of the equipment proposed to be used for theproduction closure pours.

o A minimum of one slump flow test for each batch of UHPC during theMock-up shall be performed and recorded by the Contractor for QualityControl. The slump flow test shall be within the 7 to 10 inch acceptablerange. The slump test shall be performed and accepted prior to placingthe mix in the Mock-up joint.

o UHPC batch temperatures shall be as recommended by the Manufacturer.The temperature shall be recorded. The UHPC shall be fully placed within30 minutes after mixing and its temperature, as determined by AASHTOT309, shall not be in excess of 80°F prior to being placed into the closurepour.

o The basis for accepting the Mock-up shall include the Engineer’s approvalof the Mock-up testing based on its successful outcome in meeting thecriteria set forth in this Special Provision. The results of the test shall alsoprove that the forms, placement, workability procedures, and curingmethods can reliably be used in construction of UHPC closure pours.

· Approval to Proceed to Production Pour:o No work for the UHPC closure pour shall commence until the results of the

Trial Batch and the Mock-up and all required submittals have beenapproved in writing by the Engineer.

o The Contractor shall measure and record the mixing time, mixturetemperature, and the slump flow of each batch of UHPC as part of a dailyreport. The mixture temperature, as determined by AASHTO T309, shallnot be in excess of 80°F prior to being placed into the closure pour.Concrete mixing operations during cold weather shall conform toSubsection 601.03.5; Cold Weather Concrete and per the manufacturer'srecommendations. If there is a conflict, the more stringent requirementshall apply. Insulation blankets, and/or sufficient heating devices if

JS-119

Page 124: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/22/17RICN 2017-CB-051

Page 7 of 9

required, of a type approved by the Engineer shall be installed under anenclosure or covering, capable of maintaining at all times and under allweather conditions during the protection period, a uniform concretetemperature of not less than 50°F throughout the entire surface of theUHPC. The slump flow shall be conducted in accordance with ASTMC1437. The flow for each batch shall be between 7 inches and 10 inchesprior to being placed in the closure pour. If the slump is not within thisrange, the Manufacturer’s Representative shall be consulted and a newbatch shall be mixed, if required. Water shall not be added to increase theslump. If required to adjust the slump, additives shall only be added asdirected by the Manufacturer’s Representative. The Contractor shallprovide a copy of the daily report to the Engineer within 24 hours aftercompletion of that day’s work.

· Acceptance of Production Pour Testing:o UHPC 4 days ≥ 14,000 psi:

§ The basis for acceptance of the production test results will be thatthe concrete compressive strength at 4 days is equal to or greaterthan 14,000 psi. The 2 day, 14 day, and 28 day test results shall berecorded for information only.

o Curing boxes shall be supplied by the Contractor to store standard curedcylinders in a humidity and temperature control environment asrecommended by the Manufacturer prior to testing.

Manufacturer’s Representative: The Manufacturer shall provide Quality Control on sitefor the UHPC using the Manufacturer’s on site Representative(s). TheRepresentative(s) on site shall use English units and measuring devices in Englishunits, for consistency. The Manufacturer’s Representative shall be present during thecasting of the cylinders to ensure they are cast correctly and will be present to evaluatethe closure pour in terms of consistency, composition, flow and placement,environmental conditions, and concrete temperature.

CONSTRUCTION METHODS:

Pre-Placement Meeting

Prior to the placement of the UHPC, the Contractor shall arrange for an on-site meeting.The UHPC Manufacturer’s representative, the Contractor’s staff, the RIDOT Engineer,and the Bridge Design Engineer and his representatives shall attend the site meeting.The objective of the meeting is to clearly outline the procedures for batching, mixing,moving, pouring, finishing, and curing of the UHPC material. No work shall proceeduntil the manufacturer and the Engineer approve the procedures.

JS-120

Page 125: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/22/17RICN 2017-CB-051

Page 8 of 9

Form Work, Batching, Mixing, and Curing

The Contractor shall arrange for a technical representative of the Manufacturer to be onsite during the placement of the UHPC closure pours and shall provide sign-off on thequality of the UHPC being placed. The technical representative shall be knowledgeablein the supply, mixing, movement, placement, and curing of the UHPC material.

The design and fabrication of forms shall follow approved submittal drawings and therecommendations of the Manufacturer. The forms shall be coated to prevent absorptionof water as per the Manufacturer’s recommendations. Due to the highly flowable natureof UHPC, leakproof formwork is essential and thus, the Contractor shall ensure that theformwork is water tight and that the UHPC components will not leak out.

Prior to placement, the Contractor shall ensure that the precast surface is roughed toprovide an exposed aggregate surface. Precast surface shall be kept wet for at leastone hour prior to placing the UHPC and allowed to dry to a saturated surface drycondition just prior to placing the UHPC.

The Contractor shall follow the mixing and batching procedures as recommended by theManufacturer. The UHPC closure pour joints shall be over-filled with the UHPC materialby 1/4 inch to 3/8 inch above the top of abutting PBU’s to allow for subsidence due toloss of entrapped air. The UHPC shall be fully placed within 30 minutes after mixing.

UHPC shall be placed from the lower to the higher elevation of each closure pourwithout the use of vibration. Rodding may be used in situations where two successivepours meet.

The UHPC placed in the form shall be cured according to the Manufacturer’srecommendations to attain the required strength specified herein. This shall include,but may not be limited to, sealing the area of the closure pour with a sheet of plastic toprotect it from the weather and debris, and regulate the hydration process. UHPC shallbe cured at the range of temperatures as specified by the Manufacturer in order toachieve required strengths at the specified timeframes. A minimum curing period priorto any subsequent work on the bridge superstructure shall be four (4) days and until theEngineer receives the satisfactory results of the 4-day compressive strength test, inwriting, as per this Special Provision. The Engineer will then notify the Contractor inwriting that work may resume on the deck if the test result is equal to or greater than14,000 psi or as otherwise approved by the Engineer. After curing is completed, theContractor shall diamond grind the closure pour flush with adjacent PBU surfaces.

If anticipated weather conditions do not forecast the minimum curing temperatures forthe pours, provisions shall be made by the Contractor for heating and insulating, andapproved by the Engineer, to make any adjustments necessary to ensure compliantcuring conditions. The UHPC shall not be subjected to freezing temperatures until it

JS-121

Page 126: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Date: 8/22/17RICN 2017-CB-051

Page 9 of 9

has cured for at least 4 days and has attained 14,000 psi compressive strength. Heatsources that use forced air shall not be applied to the exposed surface of the UHPC.

Formwork may be stripped after a compressive strength of 14,000 psi is reached.

The membrane waterproofing for bridge decks shall not be applied for a minimum of 7calendar days after UHPC placement, unless otherwise recommended by theprefabricated waterproofing membrane Manufacturer.

Storage

The Contractor shall provide for the proper storage of premix, fibers and additives asrequired by the Manufacturer’s specifications in order to protect materials against loss ofphysical and mechanical properties.

METHOD OF MEASUREMENT:

This item will not be measured for payment.

BASIS OF PAYMENT:

No separate payment will be made for this item. Payment for this item will be includedin the lump sum or unit bid prices of the appropriate items as listed in the Proposal.

JS-122

Page 127: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 3/28/17

RICN: 2017-CB-051Page 1 of 1

CODE 817.9903CONCRETE MASONRY BEAM SEAT REPAIRS

DESCRIPTION:

This work consists of making structure concrete masonry repairs to the bridgesubstructure beam seats at locations indicated on the Plans or as directed by theEngineer. Work shall be performed in accordance with Section 817 of the StandardSpecifications and shall include the design, installation and removal of temporaryshoring of the beam at these locations. Excavation, removal of slope pavers, installationof cribbing as required, and restoration of the area to original condition and allincidentals required to perform this work shall be included.

Except as modified in this Special Provision, all work under this item shall be performedin accordance with Section 817 of the Rhode Island Standard Specifications for Roadand Bridge Construction, (Amended 2013) and all the revisions.

METHOD OF MEASUREMENT:

“ITEM CODE 817.9903 CONCRETE MASONRY BEAM SEAT REPAIRS” will bemeasured for payment at “Each” repair location, in accordance with this SpecialProvision and elsewhere in the Contract Documents and/or as directed by the Engineer.

BASIS OF PAYMENT:

The accepted quantity of “ITEM CODE 817.9903 STRUCTURAL CONCRETEMASONRY BEAM SEAT REPAIRS” will be paid for at the contract unit price per “Each”repair as listed in the Proposal. The price so-stated will constitute full and completecompensation for all labor, tools, materials, tools, equipment, and all incidentalsrequired to finish the work as described in this Special Provisions and elsewhere in theContract Documents, complete in place and accepted by the Engineer.

JS-123

Page 128: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/21/17

RICN 2017-CB-051Page 1 of 3

CODE 824.99TEMPORARY JACKING AND SHORING OF BRIDGE NO. 467- 469

DESCRIPTION:

This work consists of jacking and shoring at Bridges No.’s 467, 468 and 469 in order toadequately support portions of the existing superstructure during beam seat repairs.The work includes designing, furnishing, fabricating, and erecting temporary jacking andshoring assemblies, including the subsequent removal and disposal of the temporaryjacking and shoring assemblies at completion of the work. The jacking and shoringassemblies (jacks, columns, base plates, load plates, bracing, anchor bolts, cribbingsystem, etc.) shall be founded on top of the existing pier footing or on top of a cribbingsystem founded on the existing earth as determined by the Contractor’s Engineer.Removal, stockpiling and resetting existing slope pavers, excavation and slopestabilization shall also be included. The specific locations of the required jacking andshoring assemblies, are indicated on the Contract Drawings.

MATERIALS:

Materials shall conform to the applicable requirements of Section 824.02 “Materials”,M.05 “Metals” and M.11 “Timber” of the Rhode Island Standard Specifications for Roadand Bridge Construction, Amended August 2013, with all revisions (RI StandardSpecifications).

CONSTRUCTION METHODS:

All work shall be performed in accordance with the phased sequence of constructionand the Maintenance and Protection of Traffic Plan as well as the restrictions noted inthe contract TMP and CS pages.

A qualified representative of the manufacturer of the jacks shall be present in the field togive the Contractor such technical site assistance as may be necessary to assure thatthe jacking is performed properly and safely.

At no time shall the girder jacking be performed unless the Engineer is present. TheContractor shall provide a minimum of two working days advance notice to theEngineer, prior to the girder jacking.

The Contractor shall submit to the Engineer, a record of the jacking load encounteredjust prior to the dial lock-off or final shimming, clearly indicating the corresponding jacknumber, location, and beam number.

Temporary excavation and/or filling shall be limited to the minimum amount required toprovide a work area to erect and maintain the shoring system and to perform requiredconstruction operations. In areas where the soil is disturbed by the Contractor, erosioncontrols (as directed by the Engineer) will be required and shall be provided by theContractor.

JS-124

Page 129: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/21/17

RICN 2017-CB-051Page 2 of 3

The Contractor shall thoroughly familiarize himself with the site conditions prior tocommencing work.

Plans of the existing structure are included on the contract advertising CD and areavailable at the Rhode Island Department of Transportation Design Section.

In addition to the above requirements, the following shall apply:

1. The jacking and shoring system must be designed for all applied vertical andlateral loads in accordance with the latest AASHTO Specifications. Theproposed jacking and shoring method, including materials and equipment, shallbe capable of independently supporting the the existing superstructure underdead load, live load, braking forces, centrifugal forces, and all other applicableloads.

2. Jack capacities shall be as indicated on the contract drawings.

3. The Contractor shall jack the superstructure only the height necessary toaccommodate the transfer of all loading to the shoring system but shall notexceed 1/16 inch lift at existing bearings.

4. Designs and shop drawings shall be submitted to the Engineer in accordancewith the Special Provision titled "Plans and Shop Drawings", and shall be sealedby an Engineer registered in the State of Rhode Island. The submission shallcontain all design calculations, description, and plans/details of the proposedjacking and shoring system and materials in sufficient detail to permit evaluationof the system for structural adequacy. Specific jack related items to be submittedwith the shop drawings include:

a) A hydraulic schematic.b) General jacking procedure, including lowering of the structure.c) A Proof Test Certificate for the jacks, gauges, and fittings and all

accessories.d) A certificate verifying 2% accuracy of all gages.e) Catalog cut sheets and assembly drawings of each size of jack.f) A theoretical conversion chart for converting pressures to loads.

5. The Contractor shall consider the possibility of the lead time, if any, to obtain therequired jacks. Any resulting delays in operations will not result in claims foradditional payment to the State of Rhode Island, nor an extension of the projectcompletion date.

6. The hydraulic system of the jacks shall not be relied upon to sustain the jackingload once the lifting has been completed.

7. In the case of a failure of the hydraulic system of a jack, the girder shall be

JS-125

Page 130: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/21/17

RICN 2017-CB-051Page 3 of 3

supported such that the jack can be replaced. All repairs as required by theEngineer (including associated design) shall be performed by the Contractor priorto further jacking, at no additional cost to the State. The Contractor shall provideone (1) emergency back-up jack on site in case of a failure of the jack.

8. Beveled bearing/shim plates shall be provided at locations where necessary.

9. The certified jack capacity and stroke shall be clearly indicated on each jack.The minimum stroke requirement shall be 2 inches for each jack.

10. Thermal movement and rotation of the girder shall be accommodate by the useof TFE pads and/or tilt saddles or by other approved means. Details must besubmitted to the Engineer for review and approval as part of the shop drawingsubmittals.

11. The jacking and shoring system shall be in place prior to the commencement ofany demolition operations.

METHOD OF MEASUREMENT: This Item will not be measured for payment.

BASIS OF PAYMENT: No separate payment will be made for this item. Payment forthis item shall be included in the bid prices for Structural Concrete Masonry Beam SeatRepairs Item Code 817.9904 as listed in the Proposal.

JS-126

Page 131: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/7/17

RICN 2017-CB-051Page 1 of 8

CODE 827.99HOT-DIP GALVANIZING AND FACTORY-APPLIED COLOR FINISH –

BRIDGE NO. 539

DESCRIPTION:

This work consists of applying hot-dip galvanizing to the structural steel components ofthe new Blackstone Street Bridge No. 539 superstructure; and coating thesecomponents with an approved paint system in accordance with the contract documents,and in a manner satisfactory to the Engineer.

This work shall be performed in conformance with these Special Provisions, and theRhode Island Standard Specifications for Road and Bridge Construction, 2013 Editionas amended, as modified by this provision herein, and as directed by the Engineer.

MATERIALS, SURFACE PREPARATION, GALVANZING AND COATINGAPPLICATION:

Hot-Dip Galvanizing: Provide a uniform dry film thickness (DFT) coating for iron andsteel fabrications applied by the hot-dip process. Galvanizing bath shall contain specialhigh grade zinc (98% minimum) and other elements.

Galvanize Properties:

a. Comply with AASHTO M111 for fabricated products and AASHTO M232 forhardware. Any piece that does not meet the standards must be stripped and re-galvanized.

b. Adhesion: The minimum acceptance bond strength for the galvanizing is 1050 psi,in accordance with ASTM D 4541. If the finished results are less than 1050 psi,remove the galvanizing by blast cleaning. Evaluate the tensile bond strength of thegalvanizing daily. Test every 500 square feet with a self-aligning adhesion tester inaccordance with ASTM 04541. Select a rapid curing adhesive and perform the testin a timely manner, to enable application of the primer within the maximumallowable time the galvanizing can remain uncoated (8 hours).

Factory-Applied Finish over Galvanized Steel: Provide factory-applied coating over hot-dip galvanized steel matching approved coating samples. Use a coating system fromthe NEPCOAT QPL for new and existing 100% bare steel, but without the zinc richprimer. Use only the coatings approved within a single system.

JS-127

Page 132: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/7/17

RICN 2017-CB-051Page 2 of 8

Primer Properties:

a. Abrasion Resistance: ASTM D 4060 (CS17 Wheel, 1,000 grams load) 1kg load,200 mg loss.

b. Adhesion: ASTM D 4541, with a minimum acceptance bond strength of 250 psi.c. Corrosion Weathering: ASTM D 5894, 13 cycles, 4,368 hours, 10 per ASTM D 714

for blistering; 7 per ASTM D 610 for rusting.d. Direct Impact Resistance: ASTM D 2794, 160 in. lbs.e. Flexibility: ASTM D 522, 180 degrees bend, 1inch mandrel, Passes.f. Pencil Hardness: ASTM D 3363, 3H.g. Moisture Condensation Resistance: ASTM D 4585, 100 degrees F, 2000 hours,

Passes no cracking or delamination.h. Dry Heat Resistance: ASTM D 2485, 250 degrees F.i. Accelerated Weathering: QUV- ASTM D 4587 QUV A 5000 Hours: Passes.j. Salt Fog Resistance: ASTM B117, 5,600 hours No cracking or blisters.

Topcoat Properties:

a. Abrasion Resistance: ASTM D 4060, CS17 Wheel, 1,000 cycles 1kg load, 87.1 mgloss.

b. Adhesion: ASTM D 4541, with a minimum acceptance bond strength of 250 psi.c. Direct Impact Resistance: ASTM D 2794, greater than 28 in. pounds.d. Dry Heat Resistance: ASTM D 2485, 200 degrees F (93 C).e. Salt Fog Resistance: ASTM B 117 9,000 hours, Rating 10 per ASTM D 714 for

blistering, Rating 9 per ASTM D 610 for rusting.f. Flexibility: ASTM D522, 180 degrees bend, 1/8 inch mandrel, passes.g. Pencil Hardness: ASTM D 3363, F.h. Moisture Condensation Resistance: ASTM D 4585, 100 degrees F, 1000 hours, No

blistering or delamination.i. Xenon Arc Test: ASTM D 4798, Pass 200 hours.

j. Corrosion Weathering: ASTM D 5894, 21 Cycles, 7056 Hours: Rating 10 perASTM D714 for blistering. Rating 9 per ASTM D 610 for Rusting.

j. Thermal Shock: ASTM D 2246, 15 cycles, Excellent.k. Topcoat shall exhibit a rugosity of less than 25 microns when measured by a

profilometer. This pertains to those elements that are less than 24 pounds perrunning foot. Profilometer shall be capable of operating in .1 micron increments.

m. The top coat color for the galvanizing top coating shall be as defined in the contractdocuments. A contrasting color for the prime coat must be used to provide for visualinspection of the top coating coverage. The color of the prime coat must not alterthe appearance of the finished top coat. Provide a sample of the finish surface colorto the Engineer for review and approval prior to coating of any components.

Application: Apply the NEPCOAT-approved intermediate coat as the prime coat overthe galvanizing at the DFT as specified by the approved coating manufacturer. Apply he

JS-128

Page 133: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/7/17

RICN 2017-CB-051Page 3 of 8

prime coat at the applicator’s plant within 8 hours after blasting to SSPC-SP16, in acontrolled environment meeting applicable environmental regulations and as requiredby the coating manufacturer. Do not apply the prime coat if signs are corrosion orcontaminates are visible on the prepared surface. Test the DFT of the prime coat oneach piece in accordance with SPSPC PA2. Use the DFT for the galvanizing, asmeasured previously for each piece, as a baseline to determine the prime coat DFT. Anadditional corrective coat may be applied if the DFT does not meet the manufacturer’sminimum, if it’s allowed by the manufacturer’s written recommendations. Otherwise,completely strip and recoat any piece that does not meet the manufacturer's minimumDFT for the prime coat. Record the average prime coat DFT for each piece that meetsthe coating manufacturer's requirements.

Apply the top coat at the DFT as specified by the coating manufacturer at theapplicator’s plant in a controlled environment meeting applicable environmentalregulations and as recommended by the coating manufacturer. Test the DFT of the topcoat on each piece in accordance with SPSPC PA2. Combine the average DFT for thegalvanizing and prime coat measured previously for each piece as a baseline todetermine the top coat DFT. An additional corrective coat may be applied if the DFTdoes not meet the manufacturer’s minimum, if it’s allowed by the manufacturer’s writtenrecommendations. Otherwise, completely strip and recoat any piece that does not meetthe coating manufacturer's minimum DFT for the top coat.

Test the adhesion of the paint system in accordance with ASTM D4541on an face notreadily visible in normal service, as approved by the Engineer, a minimum of once every500 square feet.. The full coating system shall be restored to meet the specification bythe method defined under “Removal / Repair of Unsatisfactory Material”. Couponsmade of the same metal alloy and thickness of the work pieces and prepared,galvanized and painted with the work pieces, may also be used for testing to avoiddamaging the work pieces. Report to the Engineer a result of less than 250 psi. Do notinstall the pieces until given further direction by the Engineer.

Certify that the coatings are OTC/VOC compliant and conform to applicable regulationsand EPA standards.

Apply the galvanizing and coating system within the same facility and with single sourceresponsibility.

SUBMITTALS:

The Contractor shall submit working shop drawings, QC plan, test data, product data,and supporting documentation, details and methods of application to the Engineer forreview and approval prior to application.

JS-129

Page 134: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/7/17

RICN 2017-CB-051Page 4 of 8

The Contractor shall also provide the following necessary information:

Product Literature for Factory-Applied Metal Coatings: Submit manufacturer'sproduct literature for coatings specified in this specification including test data andMaterial Safety Data Sheets.

Warranty: Provide galvanizer's standard warranty that materials (galvanizing and topcoating) shall be free from 10 percent or more visible red rust for 20 years. In addition,adhesion of the paint to the galvanized surface shall be warranted for 10 years againstadhesion loss of more than 10%.

Verification Samples for Factory-Applied Metal Coatings: Submit four (4) 3 inch by6 inch samples of the factory-applied coatings and colors proposed for use for approvalprior to coating application. Of these four samples, provide two samples with only theprime coat over the galvanizing and two samples with the prime coat and the top coatover the galvanizing.

Certificate of Compliance for Items Coated by Galvanizer: Submit notarizedCertificate of Compliance with application for payment for galvanizing, signed by thegalvanizer, indicating compliance with requirements of specifications. Include scope ofservices provided, and quantity and itemized description of items processed.

Shop Drawing Review of Fabrication by Galvanizer: Submit galvanizer'sdocumentation that shop drawings for metal fabrications to receive metal coatings havebeen reviewed and that fabrications are acceptable to galvanizer for proper applicationof galvanizing and metal coatings. All drawings shall be signed by the galvanizer toindicate acceptance of design for galvanizing.

Identification of Coated items: The galvanizer shall mark all lots of material with aclearly visible tag indicating the name of the galvanizer, the type and thickness of thegalvanize, and the applicable AASHTO/ASTM/SSPC standards. This must be carriedthrough for all painted items, identifying the applicator, the type and thickness of thegalvanize, and the applicable AASHTO/ASTM/SSPC standards.

Certificate of Compliance for Shop Application: Galvanizer/applicator shall supply acertificate of compliance with SSPC-QP3 - Certification Standard for Shop Application ofComplex Protective Coating Systems.

Quality Control, Testing and Certification: The Contractor shall certify that everybatch or lot of material conforms to this specification and shall submit test results forevery batch or lot of materials. This will be based on the QC plan as defined below.

JS-130

Page 135: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/7/17

RICN 2017-CB-051Page 5 of 8

Galvanizer's Qualifications: Engage the services of a qualified galvanizer who hasdemonstrated a minimum of ten (10) years of documented experience in the successfulapplication of in the successful application of hot-dip galvanizing.

Coating Applicator's Qualifications: Factory-applied coatings shall be performed by acompany with a minimum of ten (10) of years of documented experience in a singlefacility where the work is to be performed in the successful application of paint systemscomparable to those meeting this specification.

Provide a QC plan for both the galvanizing and coating processes. This should includebut not be limited to:

• Qualifications and responsibilities of the QC manager.• Qualification/ training for workers. This would include frequency of checks on

quality of work.• How environmental conditions for various stages of the process are monitored and

maintained.• Any pretreatment of the steel prior to the galvanizing and how these process are

monitored and maintained.• How the zinc dipping and prep bath(s) are monitored and maintained.• How the surface prep of the galvanizing prior to application of the paint system,

especially the profile, is verified and at what frequency.• How the adhesion of the coating systems is verified and at what frequency.• How the dry film thickness (DFT) of each of the coating systems is verified and at

what frequency, including the galvanizing thickness after its surface prep.• Documentation of equipment used in the galvanizing and coating process, along

with calibration records.• Means and methods to protect pieces from damage during storage and shipping.• Format of QC documentation records and how they are maintained.• Frequency of reporting

Each of these items shall reference any applicable standards. Provide documentation ofall testing performed. Any destructive testing shall be the Contractor's responsibility withno additional cost to the State, including the costs of repair to the galvanizing andcoating system

CONSTRUCTION METHOD:

Pre-Construction Conference: The Contractor shall schedule a meeting prior togalvanizing or application of any coatings and to be attended by, the Engineer and/orhis Inspector, the galvanizer and if not the same as the galvanizer, the applicator. Thefollowing topics, at a minimum, shall be included in the agenda: Coordination ofschedule between fabricator and galvanizer if separate, finish of surfaces, application ofcoatings, color selections, submittals, and approvals.

JS-131

Page 136: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/7/17

RICN 2017-CB-051Page 6 of 8

Coordination between Fabricator and Galvanizer: Prior to fabrication and finalsubmittal of shop drawings to Engineer, fabricators shall submit shop drawings to thegalvanizer for all metal fabrications to receive factory-applied metal coatings. Thegalvanizer shall review fabricator's shop drawings for suitability of materials forgalvanizing and coatings and coordinate any required modifications to fabricationsrequired to be performed by the fabricator.

Shipping, Storage, and Erection of Finished Steel: Extreme care shall be employedin handling, storing, shipping and erecting the steel to avoid damage to the finishedgalvanizing/ coating system. Coated steel shall not be moved in the shop until sufficientcure time has elapsed to ensure that no damage will be done to the coating system.Padded dunnage and straps shall be used to store and ship the coated components.

Padding on hooks and slings shall be used to hoist the steel. Protection approved bythe Engineer shall be used to insulate the steel from binding chains. Small structuralpieces shall be spaced in such a manner that no rubbing will occur during shipment.

The steel at the job site shall be stored on pallets, padded dunnage or other means, sothat the members do not fall onto each other or rest directly on the ground.

Field Touchup: It shall be verified that all surfaces to be touched up in the field arethoroughly cleaned of grease, oil, chalk, bird droppings, lubricants, and other surfaceinterference material by pressure washing using 1500 psi water pressure. Additionalhand tools, power tools, or blast cleaning shall be used as necessary to remove rustand for spot repair of localized damage to the galvanizing and coating system.. Touchupor painting shall not occur until the Engineer has accepted the surface cleaning and drysurface condition. All damaged areas of coating shall be repaired using the methodsdescribed under "Removal/Repair of Unsatisfactory Material" below.

Uncoated areas that had not previously received the sealer coat in the shop, shall bepainted. A coat of a surface tolerant primer recommended by the top coat manufacturer,shall be applied using the manufacturer's recommended surface preparation. Theminimum permitted surface preparation method shall not be used. Touch-up or repair ofthe finish coat shall not occur until the Engineer has accepted the primed surface andafter all erection of the elements has been completed.

Removal / Repair of Unsatisfactory Material: The galvanizing and paint system willbe considered unsatisfactory if it is damaged, a coat or coats lift, blister, or wrinkle; hasexcessive runs or sags; shows evidence of application under unfavorable conditions;the workmanship is poor; impure or unauthorized paint has been used; or for otherreasons determined by the Engineer.

JS-132

Page 137: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/7/17

RICN 2017-CB-051Page 7 of 8

Unsatisfactory galvanizing and paint shall be removed and replaced. The repair andrecoating of damaged or defective areas shall be performed at no additional cost to theState as specified below.

Comply with the surface preparation requirements of this specification and as follows:

• When the damaged area exceeds 2% of the surface area of a piece, the entirepiece shall be striped to bare metal, re-galvanized and recoated in accordance withthis special provision.

· When the defective paint or damage extends to the bare steel or bare steel isexposed in areas less than 4" x 4" in size, the surface shall be prepared by powertool cleaning to SSPC-SP11. If the damage covers an area greater than 4" x 4" insize, but less than 2% of the area of the piece, the area shall be blasted cleaningaccordance with SSPC-SP10. The surrounding galvanizing and each layer of thepaint shall be feathered to expose a minimum of one-half inch of each coat and toprovide a smooth transition into the surrounding intact, adherent material. Solventcleaner shall be used prior to application of a coat of zinc rich primer, specified aspart of the NEPCOAT system. It shall be used and applied to bare metal andoverlapping onto the galvanizing. This shall be followed with a coat of the primer,overlapping onto the top coat. Finish with the top coat, overlapping past thefeathered edges of the original top coat. All DFTs shall e per the manufacturer’srecommendations.

· When the damaged or defective paint does not expose the substrate, the surfaceshall be gently cleaned by hand or power tools. It shall be cleaned in accordancewith SSPC-SP2 or SSPC-SP3 to remove oxidation from the galvanizing, defectivematerial, and loose paint. The surface shall not be burnished or polished. The handand power tool cleaning shall be supplemented with pressure washingaccompanied by scrubbing with stiff bristled brushes or other means necessary toremove the oxidation from exposed galvanizing.. The affected areas shall besolvent cleaned and re-painted with the primer and top coat a used as the originalsystem.

· For all repairs, The surrounding material shall be feathered to expose a minimumof one-half inch of each coat and to provide a smooth transition into thesurrounding intact, adherent material. The coating being applied will cover thefeathered area of the matching coating.

• For all repairs, the paint in overcoated areas shall be roughened in accordancewith the manufacturer’s recommendations to ensure good adhesion of the repairmaterial to the underlying paint.

METHOD OF MEASUREMENT: This item will not be measured for payment.

JS-133

Page 138: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/7/17

RICN 2017-CB-051Page 8 of 8

BASIS OF PAYMENT: No separate payment will be made for this item. Costs for thisitem shall be included in lump sum bid prices of the appropriate items as listed in theproposal.

JS-134

Page 139: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 5/25/17

RICN 2017-CB-051Page 1 of 2

CODE 828.99ELASTOMERIC BEARINGS

DESCRIPTION:

This work shall be in accordance with the applicable provisions of Section 828 of theStandard Specifications and these Special Provisions. In general, the bearing assemblyconsists of a steel reinforced elastomeric pad as detailed on the Plans.

In case of discrepancy, the AASHTO LRFD Bridge Specifications will govern over theStandard Specifications.

MATERIALS:

Materials shall be as specified in subsection 828.02 except as noted below:

Delete Subsection 828.02.1, and replace with the following:

a. Elastomer. The raw elastomer shall be virgin neoprene (polychloroprene). Theelastomer compound shall be classified as being of low-temperature Grade 0, 2, 3, 4, or5. The grades and other material properties are defined in the AASHTO LRFD BridgeDesign Specifications, Section 14 and AASHTO m 251.

CONSTRUCTION METHODS:

Construction shall be as specified in subsection 828.03 except as noted below:

· In Subsection 828.03.1b, delete wording “in the Table of Subsection 18.2.5 of theAASHTO Standard Specifications for Highway Bridges (Fifteenth Edition)” andreplace with wording “in the applicable provisions of Section 18 of the AASHTOLRFD Bridge Construction Specifications“.

· In Subsection 828.03.1c, delete wording “in accordance Subsection 18.2.7.6;Short-Duration Compression Tests on Bearings, of the AASHTO StandardSpecifications for Highway Bridges (Fifteenth Edition)” and replace with wording“in accordance with the applicable provisions of Section 18 of the AASHTOLRFD Bridge Construction Specifications“.

METHOD OF MEASUREMENT:

This item will not be measured for payment.

JS-135

Page 140: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 5/25/17

RICN 2017-CB-051Page 2 of 2

BASIS OF PAYMENT

No separate payment will be made for this item. Payment for this item shall be includedin the lump sum bid prices of the appropriate items as listed in the Proposal.

JS-136

Page 141: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 3/28/17

RICN: 2017-CB-051Page 1 of 1

CODE 836.9901STRUCTURAL CONCRETE MASONRY CRACK REPAIR BY SURFACE

APPLICATION - TYPE 2

DESCRIPTION:

This work consists of repairing cracks in concrete by surface application of an epoxy-resin base adhesive into such cracks by brush or roll-on application. The work alsoincludes surface preparation and cleaning surfaces following repairs. Crack repair workshall be performed at locations indicated on the Plans or as directed by the Engineer, allin accordance with these Specifications.

Except as modified in this Special Provision, all work under this item shall be performedin accordance with Section 836 of the Rhode Island Standard Specifications for Roadand Bridge Construction, amended 2013, including all the revisions (StandardSpecifications.

METHOD OF MEASUREMENT:

“ITEM CODE 836.9901 STRUCTURAL CONCRETE MASONRY CRACK REPAIR BYSURFACE APPLICATION – TYPE 2” will be measured for payment by the “Linear Foot”of crack sealed, in accordance with this Special Provision in accordance with the Plansand/or as directed by the Engineer.

BASIS OF PAYMENT:

The accepted quantity of “ITEM CODE 836.9901 STRUCTURAL CONCRETEMASONRY CRACK REPAIR BY SURFACE APPLICATION – TYPE 2” will be paid forat the contract unit price per “Linear Foot” as listed in the Proposal. The price so statedwill constitute full and complete compensation for all labor, tools, materials, tools,equipment, and all incidentals required to finish the work as described in this SpecialProvisions and elsewhere in the Contract Documents, complete in place and acceptedby the Engineer.

JS-137

Page 142: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 5/13/16

RICN: 2017-CB-051Page 1 of 1

CODE 907.1000DUST CONTROL

DESCRIPTION:

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

The charge for this Contract will be $500.00 per day.

JS-138

Page 143: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/15/17

RICN: 2017-CB-051Page 1 of 1

CODE 916.9901TEMPORARY NARROW CRASH CUSHION TEST LEVEL 3 (TL-3)

DESCRIPTION: This item of work shall consist of the furnishing all materials andlabor for the temporary installation of an NCHRP 350 Tested Level 3 (TL-3)approved crushable barrier crash cushion impact attenuator at the locationsindicated on the plans in accordance with the relevant provisions of the RhodeIsland Department of Transportation Standard Specifications for Road and BridgeConstruction or as directed by the Engineer.

MATERIALS: The Contractor shall furnish the Engineer with substantial evidence,documentation and/or test result certification indicating that the crushable crashcushion system supplied has successfully passed the complete NCHRP 350 testLevel 3 matrix with both the light car and the high center of gravity pickup truck atspeed up to 62 mph at angles up to 20 degrees.

CONSTRUCTION METHODS: The Contractor shall coordinate the installation ofeach of the crash cushion systems with the designated representatives of theappropriate manufacturer or their designated representative shall providespecifications, layout drawings and shop drawings for each individual crash cushionsystem installation. Each installation shall have site specific details for connectingthe attenuator or crash cushion to the temporary concrete barrier for review andapproval. The Contractor shall field verify all information which may be pertinent tothe installation of this item, prior to the submittal of shop drawings.

METHOD OF MEASUREMENT: “ITEM CODE 916.9901 TEMPORARY NARROWCRASH CUSHION TEST LEVEL 3 (TL-3)” will be measured for payment by the“Each” unit actually number of crash cushions installed and sub-sequentiallyremoved in accordance with the Contract Documents and/or as directed by theEngineer.

BASIS OF PAYMENT: “ITEM CODE 916.9901 TEMPORARY NARROW CRASHCUSHION TEST LEVEL 3 (TL-3)” will be paid for at its respective contract unit priceper "Each” as listed in the Proposal. The price so stated shall constitute full andcomplete compensation for all labor, materials, tools and equipment, and all otherincidentals required to complete the work as described in these Special Provisionsand elsewhere in the Contract Documents, complete in place and accepted by theEngineer.

JS-139

Page 144: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 5/11/17

RICN: 2017-CB-051Page 1 of 4

Remove Section 926; Precast Concrete Median Barrier for Temporary TrafficControl, pages AC-219 to AC-221 of the April 2016 Compilation of ApprovedSpecifications in its entirety and replace with the following.

SECTION 926

ANCHORED AND UNANCHORED BARRIERFOR TEMPORARY TRAFFIC CONTROL

926.01 DESCRIPTION:

This work consists of providing anchored or unanchored barrier for temporary trafficcontrol at the locations shown on the Plans or as directed by the Engineer, all inaccordance with these Specifications.

Anchored barrier on bridge decks shall meet or exceed the test level as specifiedon the Plans.

926.02 MATERIALS:

926.02.1 Anchored and Unanchored Barrier Units. Portland cement concrete andreinforcing shall conform to the requirements of Subsection 909.02.1 of theseSpecifications. Barrier units comprising of other materials, such as steel, plastic, etc.,may also be used upon approval of the Engineer.

926.02.2 Delineators. Delineators shall have a minimum of 9 square inches ofreflective surface area. The unit shall be capable of being mounted on the side of barrierby use of an adhesive or other method approved by the manufacturer. Suchdelineators may be one of those products which appear on the Department's ApprovedMaterials List.

926.02.3 High Strength Non-Shrink Grout. High Strength Non-Shrink Grout shallconform to the requirements of Subsection 819.02.2 of these specifications.

926.02.4 Anchorage System. For new or existing bridge decks, the anchorage systemshall meet or exceed the specific test level as specified on the Plans. Anchors shall beinstalled per manufacturer’s recommendations.

For new bridge decks and existing bridge decks to remain, only adhesive,embedded, or expansion anchors shall be used. For existing bridge decks not toremain, through-bolts may be used in lieu of adhesive or expansion anchors.

All anchors, nuts, and washers shall conform to ASTM A325 and shall begalvanized according to ASTM A153. All bolts, anchors, nuts, and washers shallconform to the applicable requirements of Subsection M.05.04.4 of these Specificationsexcept as modified by the Plans.

JS-140

Page 145: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 5/11/17

RICN: 2017-CB-051Page 2 of 4

926.03 CONSTRUCTION METHODS:

926.03.1 Plant Requirements. Plant requirements shall conform to the applicableprovisions of Subsection 909.03.1 of these Specifications.

926.03.2 Delineators. White delineators shall be installed on the right side of the travelway and amber delineators on the left side of the travel way. The delineators shall beinstalled at 50-foot intervals and they shall be located 3 inches from the top of theconcrete barriers.

926.03.3 Placement. Precast concrete barrier used for temporary traffic control shallbe placed on the pavement at locations indicated on the Plans or as directed by theEngineer.

Care shall be exercised during transporting, storing, hoisting and handling of theunits to prevent cracking or damage. No damaged units or units that have markingspainted on them from previous work-sites shall be installed. Units showing defects ordamage shall be removed and replaced or repaired by the Contractor, and at noadditional cost to the State if due to Contractor’s operations or negligence.

Unanchored barrier shall be carefully removed from their initial locations andtransported to alternate locations where they shall be placed on the pavement as directedby the Engineer.

Anchored barrier units shall be firmly secured to the bridge deck surface.Traffic shall not be allowed near the barrier until units are firmly anchored and highwayapproach transitions are in place. The Contractor shall be responsible for developingdetails for transitioning its chosen temporary barrier system to any existing highway orbridge barrier systems.

Anchors shall be placed on the traffic side of the barrier and located suchthat interference with the longitudinal deck reinforcement is minimized. Prior to barrierplacement, deck reinforcement shall be located and marked using a pachometer. Theposition of the barrier shall then be adjusted to minimize interference between theanchors and deck reinforcement.

The barrier units shall be placed in such a manner as not to leave exposed bluntends of said units.

926.03.4 Removal. Upon completion of the work the Contractor shall completely removeand legally dispose of said barrier units from the project site. For anchored barrier,the remaining holes in the new deck shall be patched with high strength non-shrink grout.

926.03.5 Submittals. For anchored and unanchored barrier on bridge decks, theContractor shall submit its chosen temporary barrier system, including the FHWA testlevel approval level and any details for transitional areas to any existing barrier systems,to the Engineer for Approval.

JS-141

Page 146: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 5/11/17

RICN: 2017-CB-051Page 3 of 4

926.04 METHOD OF MEASUREMENT:

926.04.1 Unanchored Barrier Units. “Unanchored Barrier for Temporary TrafficControl” will be measured in linear feet of continuous runs of those units actually placedin accordance with the Plans and/or as directed by the Engineer. The measured lengthincludes all 3-inch joints between the units.

926.04.2 Anchored Barrier Units. “Anchored Barrier for Temporary Traffic Control" willbe measured in linear feet of continuous runs of those units actually placed inaccordance with the Plans and/or as directed by the Engineer. The measured lengthincludes all 3-inch joints between the units.

926.04.3 Delineators. “Reflective Delineators" will be measured by the number ofsaid unitsprovided and installed in accordance with the Plans and/or as directed by theEngineer.

926.05 BASIS OF PAYMENT:

926.05.1 Unanchored Barrier Units. The accepted quantity of "Unanchored Barrier forTemporary Traffic Control" will be paid for at the contract unit price per linear foot aslisted in the Proposal. The price so-stated constitutes full and complete compensationfor all labor, tools, materials, equipment, initial placement of the units in accordance withthe Plans, furnishing, hauling, handling, any new parts required to secure the units to thepavement or to adjacent units, subsequent removal of said units and for all incidentalsrequired to finish the work, complete and accepted by the Engineer.

The Contractor will not be compensated for any work necessary to realign barrierunits if they are disturbed or damaged as a result of the Contractor’s operations.

The Contractor will be paid 90 percent of the contract unit price when thebarrier units are in place. The remaining 10 percent of the contract unit price will bepaid when the barrier units have been removed from the project.

926.05.2 Anchored Barrier Units. The accepted quantity of "Anchored Barrier forTemporary Traffic Control" will be paid for at the contract unit price per linear foot aslisted in the Proposal. The price so-stated constitutes full and complete compensation forall labor, tools, materials, equipment, initial placement of the units in accordance withthe Plans, anchoring, furnishing, hauling, handling, any new parts required to secure theunits to the bridge deck or transitioning to adjacent new and existing units, subsequentremoval of said units, grouting and for all incidentals required to finish the work, completeand accepted by the Engineer.

The Contractor will not be compensated for any work necessary to realign barrierunits if they are disturbed or damaged as a result of the Contractor’s operations.

The Contractor will be paid 90 percent of the contract unit price when the

JS-142

Page 147: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 5/11/17

RICN: 2017-CB-051Page 4 of 4

barrier units are in place. The remaining 10 percent of the contract unit price will bepaid when the barrier units have been removed from the project.

926.05.3 Delineators. The accepted quantity of “Reflective Delineators" for anchoredand unanchored barrier units will be paid for at the contract unit price per each aslisted in the Proposal. The price so-stated constitutes full and complete compensationfor all labor, materials and equipment, including surface preparation and adhesives, andall incidentals required to finish the work, complete and accepted by the Engineer.

JS-143

Page 148: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 3/28/17

RICN: 2017-CB-051Page 1 of 3

Remove Section 928; Truck Mounted Attenuator (TMA) with Truck Mounted FlashingArrow Board (TMFAB), pages 9-50 to 9-52 of the RI Standard Specifications forRoad and Bridge Construction (Amended 2013) in its entirety and replace it with the following.

SECTION 928TRUCK MOUNTED ATTENUATOR (TMA)

WITH TRUCK MOUNTED FLASHING ARROW BOARD (TMFAB)

928.01 DESCRIPTION. This work consists of providing, operating, and maintaining truckmounted energy absorbing impact attenuators, replacement attenuator cartridges, and truckmounted flashing arrow boards, as directed by the Engineer, all in accordance with theseSpecifications and applicable state statutes.

928.02 MATERIALS.

928.02.1 Truck Mounted Attenuator (TMA). The TMA is a lightweight attenuation systemdesigned for installation at the back of traffic control trucks. It consists of three basic componentsections - a crushable module, a lightweight steel backup, and a support frame for attaching thebackup to the truck.

The complete TMA shall be designed to make attachment or detachment from the trucksimple and fast and shall be installed in accordance with the manufacturer's recommendations.

a. Module Materials. Light fixtures shall consist of combination run, turn, brake, and sideclearance lights with ICC identification lights on the rear of the TMA. All light fixtures shall haverubber grommet seals. A standard SAE/AT/TTMA interchangeable 7-way trailer light wireconnector shall be installed and wired to SAE standards.

All standard modules shall have a chevron pattern painted on the rear of the module.The standard chevron pattern shall have 4-inch wide stripes, alternating black and yellow,slanted at 45 degrees in an inverted "V" form with the "V" located at the center of the module.

All standard modules assembly shall be covered for debris containment during an impact and forenvironmental protection.

b. Crushable Frame. The crushable frame which supports the TMA assembly shallbe fabricated from standard steel shapes. The module shall be fastened to the internal frame.

c. Steel Backup. The steel backup shall be special lightweight assembly which shall supportthe TMA cartridge during normal use and shall resist the loads applied to it during impacts.This backup shall be capable of tilting upward toward the truck 90 degrees for travel orstorage. Positions will be either 90 degrees or horizontal.

d. Attachment to the Truck. The TMA shall be designed to interface with a truck as specifiedherein. Engineers from the TMA manufacturers shall be supplied with a dimensional layoutsheet of the truck to which the TMA will be attached. The interface structure between theTMA and the truck will then be custom fabricated by TMA manufacturers.

JS-144

Page 149: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 3/28/17

RICN: 2017-CB-051Page 2 of 3

e. Metal Work-Fasteners. All metal work shall be fabricated from ASTM A36 or M1020merchant quality steel. After fabrication, all metal work shall be coated with metal primer andpainted black. All welding shall be done by, or under the direction of, a certified welder. Allbolts, nuts, and washers shall be corrosion resistant American National Standard.

f. Wire Rope. All wire ropes shall be 3/8-inch diameter galvanized, 7 x 19 aircraft cable manu-factured to Military Specifications.

g. Weight. The TMA with 90-degree tilt shall weigh approximately 1200 pounds.

h. Hydraulics. The TMA with 90-degree tilt shall have a 12 volt D.C. hydraulic pump andcylinder which will be used to tilt the Hex-Foam module 90 degrees up from horizontalposition. The hydraulic pump shall be supplied with a remote activation switch.

i. Wheel Jacks. The TMA with 90-degree tilt shall be capable of accepting two hand crankswivel jacks and two swing jacks at the rear to assist in the removal of the module and backupfrom the truck. These jacks shall have wheels to provide portability of the TMA once it isremoved from the truck.

j. Testing Criteria. The TMA until shall have been tested to the criteria as listed in the NationalCooperative Highway Research Program No. 350, dated 1993. A copy of the results of suchtesting must be available upon request and have been written by a Registered ProfessionalEngineer. The TMA shall be capable of passing the following tests:

1. Vibration. Eight hours of constant vibration with a frequency of 5 HZ and a minimumamplitude of .5-inch, input at the base of the backup. The intent of this test is to simulate worstcase road vibrations.

2. Moisture. Twenty-four hours of simulated rain on the top of the unit at the rate of 10inches per hour. Twenty-four hours of simulated rain on the bottom of the unit at 10 inches perhour. The test should result in no water accumulation or moisture absorption by the modulematerial.

3. Corrosion. When subjected to 50 hours of salt spray (fog), in accordance with ASTMB117, the energy absorbing material shall show no signs of corrosion or decrease in the energyabsorbing capacity of the material.

928.02.2 Replacement Cartridges. The Contractor shall have a replacement cartridgeavailable at all times. In the event that the original TMA is damaged due to a crash of anoncoming vehicle during construction the replacement cartridge will be used. The replacementcartridge shall include the module, internal support system, and hydraulic jacks. If the originalTMA is damaged, the replacement cartridge will be used and a third cartridge will be orderedand paid for on a Force Account basis as set forth in Subsection 109.04, Para. a.4 of theseSpecifications.

928.02.3 Truck Mounted Flashing Arrow Board (TMFAB). Attached to the traffic controltruck, as described herein, shall be an illuminated truck mounted flashing arrow board. TheTMFAB shall be a 4 foot by 8 foot board mounted at the rear of the truck. The TMFAB shall

JS-145

Page 150: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 3/28/17

RICN: 2017-CB-051Page 3 of 3

contain at least 12 #4412A (or equivalent) amber lights each of which shall haveapproximately 6,000 initial maximum candle power with a flash rate of approximately 30 perminute and which shall indicate an arrow to the left, an arrow to the right or an arrow to bothsides simultaneously to warn approaching traffic. The center of the arrow shall be mounted aminimum of 9 feet above the roadway. For nighttime use the unit shall be equipped for lampintensity reduction to eliminate glare.

The TMFAB shall be powered by a diesel-fueled generator equipped with backup batteries.

928.02.4 Traffic Control Truck. The Contractor shall provide a truck weighing between 10,000pounds to 24,000 pounds or one specified by the manufacturer and approved by the Engineer.The truck shall be adaptable to mounting the TMA and TMFAB to the rear of the truck.

928.03 CONSTRUCTION METHODS. The TMA and TMFAB shall be available for usethroughout the duration of the Contract. It shall be positioned and repositioned at the direction ofthe Engineer.

The Contractor shall supply three (3) copies of the certification of the truck driver. No attenuatortruck shall be left unattended while work is being actively performed. The Contractor shall havean employee(s) remain on site with the attenuator truck(s) at all times; the attendant(s) shallnot work as laborers or laborer foreman or perform other contractual work while attenuatortrucks are on an active work site.

The Contractor shall properly maintain the TMA and TMFAB throughout the Contract period.

928.04 METHOD OF MEASUREMENT. “Truck Mounted Attenuator with Truck MountedFlashing Arrow Board” will be measured by the number of hours each such assembly is actuallyemployed in the work or as directed by the Engineer.

928.05 BASIS OF PAYMENT.

The accepted quantity of “Truck Mounted Attenuator with Truck Mounted Flashing ArrowBoard” will be paid at the contract unit price per hour listed in the Proposal. The priceso-stated constitutes full and complete compensation for all labor, materials, and equipment,including TMA module, steel backup, TMA support frame, hydraulic pumps, wheel jacks, thecontinuous repositioning thereof, the first replacement TMA cartridge, TMAFAB, TMAFABsupport frame for attachment to the truck, generator, and all incidentals required to finish thework, complete and accepted by the Engineer.

No additional payment will be made for provision of the TMA.

JS-146

Page 151: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 6/13/17

RICN: 2017-CB-051Page 1 of 1

CODE 937.1000MAINTENANCE AND MOVEMENT OF TRAFFIC PROTECTION

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 $10,500.00 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 $35,000.00 per half hour per lane (paved

shoulders will be counted as lanes) per direction of travel.

JS-147

Page 152: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/23/17

RICN: 2017-CB-051Page 1 of 1

CODE 938.1000PRICE 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 as of 9/15/2017.

*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 $1.8675 per gallon as of

9/15/2017.

JS-148

Page 153: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 6/14/17

RICN: 2017-CB-051Page: 1 of 5

CODE 943.0200ON-THE-JOB TRAINING

This On-the-Job Training Specification conforms to the requirements of 23U.S.C. 140(a).

As part of the contractor's equal employment opportunity and affirmative actionprograms, training shall be provided as follows:

A. The contractor shall provide on-the-job training aimed at developing fulljourney worker status in the type of trade or job classification involved.

B. The number of training hours assigned to this contract per thisspecification will be 3000 hours. The specific number of trainees shall bedetermined 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 bythe subcontractor, provided, however, that the contractor shall retain theprimary responsibility for meeting the training requirements of thisspecification. The contractor shall also insure that this specification ismade applicable to such subcontract. Where feasible, 25 percent ofapprentices or trainees in each occupation shall be in their first year ofapprenticeship or training.

D. The number of trainees shall be distributed among the work classificationson the basis of the contractor's needs and the availability of journeyworkers in the various classifications within a reasonable area ofrecruitment. Prior to commencing construction, the contractor shall submitto RIDOT for approval the number of trainees to be trained in eachselected classification and training program to be used. Furthermore, thecontractor shall specify the starting time for training in each of theclassifications. The contractor will be credited for each trainee employedby him on the contract work that is currently enrolled or becomes enrolledin an approved program, and will be reimbursed for such trainees asprovided hereinafter.

GOOD FAITH EFFORTS:

Training and upgrading of minorities and women toward journey worker status isa primary objective of this Specification. Accordingly, the contractor shall makeevery effort to enroll minority trainees and women (e.g., by conducting systematicand direct recruitment through public and private sources likely to yield minorityand women trainees) to the extent that such persons are available within a

JS-149

Page 154: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 6/14/17

RICN: 2017-CB-051Page: 2 of 5

reasonable area of recruitment. The contractor will be responsible fordemonstrating the steps that he has taken in pursuance thereof, prior to adetermination as to whether the contractor is in compliance with thisSpecification. This training commitment is not intended, and shall not be used, todiscriminate against any applicant for training, whether a member of a minoritygroup or not.

No employee shall be employed as a trainee in any classification in which he hassuccessfully completed a training course leading to journey worker status, or inwhich he/she has been employed as a journey worker. The contractor maysatisfy this requirement by including appropriate questions in the employeeapplication, or by other suitable means. Regardless of the method used, thecontractor's records shall document the findings in each case.

ACCEPTABLE TRAINING:

The minimum length and type of training for each classification shall be asestablished in the training program selected by the contractor and approved byRIDOT and the Federal Highway Administration. RIDOT and the FederalHighway Administration will approve a program if it is reasonably calculated tomeet the equal employment opportunity obligations of the contractor and toqualify the trainee(s) for journey worker status in the classification concerned bythe end of the training period. Furthermore, apprenticeship programs registeredwith the U.S. Department of Labor, Bureau of Apprenticeship and Training, orwith the Rhode Island apprenticeship agency recognized by the Bureau, andtraining programs approved but not necessarily sponsored by the U.S.Department of Labor, Manpower Administration, and Bureau of Apprenticeshipare acceptable for the purposes of this specification.

Training will be considered acceptable provided it is being administered in amanner consistent with the equal employment obligations of Federal-aid highwayconstruction contracts. Approval or acceptance of a training program shall beobtained from RIDOT prior to commencing work on the classification covered bythe program. It is the intention of this specification that training is to be providedin the construction crafts rather than clerk-typists or secretarial-type positions.Training is permissible in lower level management positions such as officeengineers, estimators, timekeepers, etc., where the training is oriented towardconstruction applications. Training in the laborer classification will be permittedprovided that significant and meaningful training is provided and is approved bythe division office of the FHWA. Some offsite training is permissible as long asthe training is an integral part of an approved training program and does notcomprise a significant part of the overall training.

JS-150

Page 155: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 6/14/17

RICN: 2017-CB-051Page: 3 of 5

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 anapproved training program. This reimbursement will be made even if thecontractor receives additional training program funds from other sources,provided such other does not specifically prohibit the contractor from receivingother reimbursement.

Reimbursement for offsite training will not be made to the contractor. Howevercredit for offsite training will be granted if the contractor; contributes to the cost ofthe training, provides the instruction to the trainee or pays the trainee's wagesduring the offsite training period, or the trainees are concurrently employed onanother Federal-aid project.

No payment will be made to the contractor if either the failure to provide therequired training, or the failure to hire the trainee as a journey worker, is causedby the contractor and evidences a lack of good faith on the part of the contractorin meeting the requirements of this Specification. It is normally expected that atrainee 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 trainingopportunities exist in the work classification or until the trainee has completed thetraining program. It is not required that all trainees be employed as such for theentire length of the contract. A contractor will have fulfilled his responsibilitiesunder this Specification if he has provided acceptable training to the number oftrainees specified. The number trained shall be determined on the basis of thetotal number enrolled on the contract for a significant period.

Trainees will be paid the appropriate rates approved by the Departments ofLabor or Transportation.

Trainees will be paid at least 60 percent of the appropriate minimumjourneyman'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 lastquarter of the training period, unless apprentices or trainees in an approvedexisting program are enrolled as trainees on this project. In that case, theappropriate rates approved by the Departments of Labor or Transportation inconnection with the existing program shall apply to all trainees being trained forthe same classification covered by this Specification.

The contractor shall furnish the trainee a copy of the program he will follow inproviding the training. The contractor shall provide each trainee with acertification showing the type and length of training satisfactorily completed.

JS-151

Page 156: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 6/14/17

RICN: 2017-CB-051Page: 4 of 5

The contractor will provide for the maintenance of records and furnish periodicreports documenting his performance under this Specification.

CONTRACTORS’ PROCEDURES:

PRE-AWARD:

A. Before beginning any federal aid project, the Contractor must have his orher Affirmative Action Plan in place and on file with the Department ofAdministration/EEO Office.

B. Prior to any award, the Contractor must submit to the Office of Businessand Community Resources’ (OBCR) OJT Compliance Officer for reviewand approval, a specific plan that includes the following: the RIDOT OJTANNUAL Training PLAN, which includes a listing of all current projects(FAP and Non-FAP), Trainee Registration Form and the OJTAcknowledgment and Statement of Intent.

C. The Contractor must either use a US or RI DOL approved program or anapproved training program of a recognized labor organization or tradescouncil.

POST-AWARD:

A. Proposed On-the-Job trainees are to be listed on the Trainee Registrationenrollment form for each trainee to be employed and submitted to OBCR’sOJT Compliance Officer for approval. Trainees may not begin training untilthe 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 theprogram and provides copies of the training guidelines for the training jobclassification being used.

C. The Contractor shall provide a certified payroll weekly to the ResidentEngineer. This payroll should distinguish clearly the trainee’s traininghours from regular hours worked for each On-the-Job trainee.

D. The Contractor will monitor and submit monthly reports (called MonthlyReport) for all trainees in the program, for progress, any problems ortraining issues to the OJT Compliance Officer.

E. The Contractor must notify the Resident Engineer and the OJTCompliance Officer verbally within 5 working days of any trainee

JS-152

Page 157: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 6/14/17

RICN: 2017-CB-051Page: 5 of 5

termination or trainee resignations. The Contractor must also submittermination forms/documentation to the Resident Engineer and the OJTCompliance Officer within 10 working days after the termination.Subsequent to any trainee’s termination or resignation, the OJTCompliance Officer will make a good faith effort determination (regardingthe contractor’s best efforts to replace the trainee as to whether thistraining position needs to be filled.

F. Contractors who assign training position(s) to subcontractors must be surethe subcontractor has an approved On-The-Job Training Plan on file withthe OBCR. The Prime Contractor shall retain the responsibility for fullcompliance with OJT training requirements of the project.

G. The contractor shall furnish the trainee a copy of the program he will followin providing the training. The contractor shall provide each trainee with acertification showing the type and length of training satisfactorilycompleted.

H. The contractor will provide for the maintenance of record and furnishperiodic reports documenting his performance under this Specification.

JS-153

Page 158: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 2/24/16

RICN: 2017-CB-051Page 1 of 1

CODE L.01LOAM,PLANTABLE SOIL, OR HIGH ORGANIC SOILS

DESCRIPTION:

All portions of this Section of the Standard Specifications shall apply, with the exceptionof the timing of the seeding after the spreading of the loam, plantable soil or highorganic soil. The change in the timing shall be revised from a two-week time frame to a48-hour time frame.

JS-154

Page 159: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 5/25/17

RICN: 2017-CB-051Page 1 of 1

CODE L.02.1000SEEDING FAILURE TO COMPLY

DESCRIPTION:

Subsection L.02.03.7; Paragraph C, Failure to Perform Care During Construction, of theStandard Specifications requires that a daily charge be deducted from monies due theContractor in the event the Engineer decides that the Care During Construction has notbeen adequately performed.

The charge for this Contract will be $500.00 per day.

JS-155

Page 160: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

DATE: 9/5/17RICN: 2017-CB-051

PAGE 1 OF 1

CODE T02.9902RESTORING AND MAINTAINING EXISTING UNDERPASS LIGHTING – LUMP SUM

DESCRIPTION:

This work shall consist of restor ing and mainta in ing the exist ing underpassroadway lighting under the B lacks tone Br i dge during the time of constructionand/or as directed by the Engineer. Repair or replace conduit and wiring that servesthe existing underpass lighting as indicated on the drawings.

MATERIALS:

“Restoring and Maintaining Existing Underpass Lighting - Lump Sum” shall conform tothe contract drawings and the current Rhode Island State Building Code. All materialsshall be acceptable to the Engineer including wiring, conduit and ground wiring.

METHOD OF MEASUREMENT:

This item will not be measured for payment.

BASIS OF PAYMENT:

“ITEM CODE T02.9902 RESTORING AND MAINTAINING EXISTING UNDERPASSLIGHTING – LUMP SUM" will be paid for at the contract unit price per "Lump Sum"as listed in the Proposal. The price so-stated will constitute full and completecompensation for all labor, materials, tools, equipment, and all incidentals required tofinish the work as described in this Special Provision and elsewhere in the ContractDocuments, complete in place and accepted by the Engineer.

New permanent lighting used to fulfill the requirement of continuous nighttime roadwaylighting will not be included for payment under this item.

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

JS-156

Page 161: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/5/17

RICN: 2017-CB-051Page 1 of 2

CODE T07.99CIMCON WIRELESS LIGHTING CONTROLLER WITH TILT SENSOR

DESCRIPTION:

This work consist of furnishing and installing wireless controller that uses a self-formingand self-healing RF mesh network to allow remote control and operations of individualLED light fixtures. It shall be installed on luminaries along all ramps/main roadwayindicated in the plans. The controller shall consist of a 7pin NEMA interface to provideintelligent on/off switching, dimming control, accurate power metering and healthmonitoring of the light fixture. It shall also include an integrated tilt sensor and supportfor inputs from motion or light sensors for control of groups or individual light fixtures. Alldevices shall be gray in color and provided with a minimum 10 year manufacturewarrantee for full replacement.

MATERIALS:

The wireless controller shall be the iSlC-3100-7P-S manufactured by Cimcon Lighting,Inc. and compatible with the Silver Spring Network Inc.’ Access Point (AP) devices andWeb-based Management Software.

CONSTRUCTION METHODS: Follow Manufacturer’s instructions

METHOD OF MEASUREMENT:

This item will not be measured for payment.

BASIS OF PAYMENT:

No separate payment will be made for this item. Payment for this item will be includedin the lump sum or unit bid prices for the appropriate items as listed in the Proposal.

REQUIREMENTS: The wireless controller shall meet the minimum following technicalrequirements:

JS-157

Page 162: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 9/5/17

RICN: 2017-CB-051Page 2 of 2

JS-158

Page 163: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job SpecificDate: 8/14/17

RICN: 2017-CB-051Page 1 of 1

CODE T07.9901FURNISH AND INSTALL LED COBRAHEAD CUTOFF LUMINAIRE

DESCRIPTION: This work consists of furnishing and installing of general highwaylighting LED cobrahead cutoff Luminaire -30 foot pole replacement luminaires withcutoff optics in all main roadway indicated in the plans. Luminaires shall be controlledvia a 7pin lighting controller located at each individual fixture. All fixtures shall be gray incolor, dimmable, and provided with a minimum 10 year manufacture warrantee for fullreplacement.

MATERIALS: The luminaire shall be one of three options scheduled on the plans.

The fixtures shall meet the minimum following requirements:

Wattage: 174 watt minimumLumens: 18,804 minimumInput Voltage 120 VColor Temp. 4000KDistribution: Type II or Type III as indicated on Plans.Efficiency: 95% or greaterDriver Current: 700mABUG Rating: B= 3; U= 0; G= 3 (maximum)Warranty: 10 Years Minimum -Full replacementControl 7pin ReceptacleOptions Dimmable

CONSTRUCTION METHODS: Follow Manufacturer’s instructions

METHOD OF MEASUREMENT:

“ITEM CODE T07.9901 FURNISH AND INSTALL LED COBRAHEAD CUTOFFLUMINAIRE” will be measured for payment by the “Each” unit actually installed inaccordance with This Special Provision and in elsewhere in the Contract Documentsand/or as directed by the Engineer.

BASIS OF PAYMENT:

“ITEM CODE T07.9901 FURNISH AND INSTALL LED COBRAHEAD CUTOFFLUMINAIRE” will be paid for at the contract unit price per “Each” unit as listed in theProposal. The price so-stated shall constitute full and complete compensation for alllabor, materials, tools, and equipment, and all incidentals required to finish the work asdescribed in this Special Provisions and elsewhere in the Contract Documents,complete in place and accepted by the Engineer.

JS-159

Page 164: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job Specific Date: 8/23/17

RICN: 2017-CB-051Page 1 of 2

CODE T07.9902FURNISH AND INSTALL PHOTO-ELECTRIC CONTROLS

DESCRIPTION:

The work shall consist of furnishing and installing photo-electric controls forunderstructure luminaires at the locations indicated on the plans or as directed by theEngineer, all in accordance with these Special Provisions and the RI StandardSpecifications.

MATERIALS:

“Furnish And Install Photo-Electric Controls” shall be tubeless type suitable for 240-voltoperation with the mulitple LED luminaires specified. The photo-electric controls shallbe rated 105-285 volts, 50/60 cycles, alternating current, 1,800 volt-amperes, for LEDloads. Controls have an adjustable turn-on at 1.0-2.5 foot-candles. The turn-off valueshall be 10 foot-candles maximum. The operating level shall be from 0.5 – 10 footcandles.

The temperature operating range shall be from minus 50°F to plus 150°F.

Each photo-electric control shall consist of a dependable, simple, tubeless circuit,including a hermetically sealed, broad area cadmium sulfide photo-cell capable ofcontrolling a relay without intermediate amplification. The relay shall be de-energizedduring the night with normally closed contacts in the closed position and the luminairesenergized. During the day the relay shall be energized with contacts open and theluminaires de-energized. Fail-safe features shall provide for the lighting load to remainturned on in the event of failure of the electric circuit. Directional design features and atime delay shall be incorporated in the photo-electric controls to prevent false turn-offsto headlights and other transient light sources.

The individual components of each photo-electric control shall be mounted on a Bakelitechassis and protected by a weatherproof acrylic housing. The photo-electric controlsshall be mounted on a weatherproof 4” box, remote from the LED luminaires and shallconform to EEI-NEMA standards for locking, sealing and base dimensions.

CONSTRUCTION METHODS:

“ITEM CODE FURNISH AND INSTALL PHOTO-ELECTRIC CONTROLS” shall beinstalled according to the RI Standard Specifications and the RI Electrical Code.

JS-160

Page 165: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job Specific Date: 8/23/17

RICN: 2017-CB-051Page 2 of 2

METHOD OF MEASUREMENT:

“ITEM CODE T07.9902 FURNISH AND INSTALL PHOTO-ELECTRIC CONTROLS” willbe measured for payment by the “Each” unit actually installed in accordance with ThisSpecial Provision and in elsewhere in the Contract Documents and/or as directed by theEngineer.

BASIS OF PAYMENT:

“ITEM CODE T07.9902 FURNISH AND INSTALL PHOTO-ELECTRIC CONTROLS” willbe paid for at the contract unit price per “Each” unit as listed in the Proposal. The priceso-stated shall constitute full and complete compensation for all labor, materials, tools,and equipment, and all incidentals required to finish the work as described in thisSpecial Provisions and elsewhere in the Contract Documents, complete in place andaccepted by the Engineer.

JS-161

Page 166: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job Specific Date: 8/23/17

RICN: 2017-CB-051Page 1 of 2

CODE T08.9902UNDER BRIDGE STRUCTURE LUMINAIRE

DESCRIPTION:

This work consists of furnishing and installing new Under Bridge Structure Type “A”Luminaire at the locations as shown on the Plans, in accordance with thesespecifications, and the Rhode Island Department of Transportation StandardSpecifications for Road and Bridge Construction, (Amended 2013) and all revisions, andas described elsewhere in the Contract Document and as directed by the Engineer.

MATERIALS:

LUMINAIRES: Luminaires shall be aluminum housing and door, 16” square x 10”diameter, with .125 thick clear glass lens and wireguard. Finish to be white ovenbacked polyester powder coat. Gasketing to be a silicone seal around door frameinterior and lens. Lens fastening to consist of heavy gauge aluminum retaining anglesthat attach through door studs for positive lens clamping. The fixture mounting shall bewith (2) heavy duty aluminum end brackets .125” thick with (2) .4375” dia. Holes perbracket. (4) stainless steel tamper proof bolts per bracket provide positive locked aimingangle for secure adjustment up to 180 degree rotation of fixture. The reflector consistsof .032” thick specular aluminum. Power shall be 240 voltage.

LED: 90 LED luminaire with a type VD1

SUBMITTALS:

The Contractor shall submit detailed shop drawings to the Engineer. Shop drawingsshall include elevations and cross sections that show all dimensions, materials, finishes,and techniques for installation. A point by point calculation of the foot-candlesaccording to the project specification shall be supplied as part of any submittal and shallinclude the maintained foot-candle levels as well as the uniformity ratios of the layout. Aphotometric test report from an independent testing laboratory shall be provided withthis information.

CONSTRUCTION METHODS:

DELIVERY, STORAGE, AND HANDLING: All materials for the work of this sectionshall be delivered, stored, and handled to prevent damage. Manufactured materialsshall be delivered and stored in their original containers, plainly marked with productand manufacturer’s name. Coordinate delivery of all items to the project site to preventdelays.

INSTALLATION: The Under Bridge Luminaire shall be installed in accordance withmanufacturer’s instructions at locations shown on the Plans and/or as directed by theEngineer.

JS-162

Page 167: SPECIFICATIONS – JOB SPECIFIC · T07.99 Cimcon Wireless Lighting Controller with Tilt Sensor JS-157 T07.9901 Furnish and Install LED Cobrahead Cutoff Luminaire JS-159 T07.9902 Furnish

Job Specific Date: 8/23/17

RICN: 2017-CB-051Page 2 of 2

METHOD OF MEASUREMENT:

“ITEM CODE T08.9902 UNDER BRIDGE STRUCTURE LUMINAIRE” will be measuredfor payment by “Each” unit actually installed in accordance with this Special Provisionand elsewhere in the Contract Documents, and/or as directed by the Engineer.

BASIS OF PAYMENT:

“ITEM CODE T08.9902 UNDER BRIDGE STRUCTURE LUMINAIRE” will be paid for atthe contract unit price per “Each” as listed in the Proposal. The price so-stated willconstitute full and complete compensation for all labor, materials, tools, equipment, andall incidentals required to finish the work as described in this Special Provision andelsewhere in the Contract Documents, complete in place and accepted by the Engineer.

NOTE: The Contractor is responsible for any damage to the luminaires prior to thembeing installed and accepted by the Engineer. The Contractor shall repair (asrecommended by the manufacturer) or replace any damage to the luminaires to thesatisfaction of the Engineer at no additional cost to the State.

JS-163