SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are...

149
SPECIFICATIONS – JOB SPECIFIC Job Specific RI Contract No. 2018-CB-088 April 2019 Page 1

Transcript of SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are...

Page 1: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

SPECIFICATIONS – JOB SPECIFIC

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 1

Page 2: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

SECTION 101.80

WINTER SHUTDOWN

Replace Subsection 101.80 of the RI Department of Transportation Standard Specifications for Road and Bridge Construction in its entirety with the following: 101.80 WINTER SHUTDOWN. There will be no winter shutdown and work will proceed throughout the year.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 2

Page 3: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

SECTION 107.71SUBSTANTIAL COMPLETION

101.71 SUBSTANTIAL COMPLETION. Substantial completion is when the Work is completed so it can be safely and effectively used by the public. This may include the entire Project or a unit, or portion of the Work such as a structure, an interchange, or section of road or pavement

Except as provided by other provisions in the Contract, after notice by the Contractor, Substantial Completion occurs at the point when the Engineer determines that the following Work has been finished:

1) All courses of pavement are completed;

2) Curbing and sidewalks are placed;

3) All project drainage is completed;

4) Guardrail and terminal sections are properly installed;

5) Permanent pavement markings are completed;

6) Traffic signal systems meet the following requirements:

a) Isolated traffic signals - the signal control equipment is fully programmed, detectors are installed and functioning, and the signal is in actuated operation;

b) Coordinated traffic signal systems - the requirements of condition (a) are met, the interconnect is installed and functioning, and the signals are operating as a coordinated system;

c) Closed loop signal systems - the conditions of (a) and (b) are met, the communications link is operating, and the monitoring functions, including system and intersection graphics, are installed and operating at the Department's monitoring stations;

7) Regulatory and warning signs are installed; 8) Highway lighting is operational.

The parties may agree that any incomplete contract Work, including but not limited to landscaping, erosion control measures, or Final Cleanup, not listed in 1-8 above shall be completed on the Punch List, which is defined in Section 101 in the Specifications.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 3

Page 4: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

SECTION 108.07 DETERMINATION AND EXTENSION OF CONTRACT TIME

All work under this item shall be in accordance with Section 108.07 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018) and Compilations, revised as follows:

Delete the third paragraph of subsubsection 108.07a and replace with:

The time for completion stated in the Contract has been developed on the assumption that work will not be suspended for a winter shutdown and work will continue throughout the year.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 4

Page 5: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

SECTION 108.08 FAILURE TO COMPLETE ON TIME

All work under this item shall be in accordance with Section 108.08 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018) and Compilations, revised as follows:

Delete the third paragraph of subsubsection 108.08 a and replace with:

Permitting the Contractor to continue and finish the work, or any part of it, after the contract time, or any extensions thereof, has passed will not waive the Department’s rights under the Contract. Liquidated damages may be assessed during the period of December 15th through the following April 15th.

Delete the second paragraph of subsubsection 108.08 b and replace with:

Permitting the Contractor to continue and finish the work, or any part of it, after the contract time or any extensions thereof, has passed will not waive the Department’s rights under the Contract. Liquidated damages may accrue during the period of December 15th through the following April 15th.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 5

Page 6: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

SECTION 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:

Substantial Completion: July 18, 2022

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

Liquidated Damages: $4,685.00 per calendar day.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 6

Page 7: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 2

CODE 108.9901 - ICT1, DIVISION STREET BRIDGE NO. 760

CODE 108.9902 – ICT2, ROUTE 4 SOUTHBOUND

CODE 108.9903 – ICT3, ROUTE 4 NORTHBOUND

DESCRIPTION: The payment provisions set forth elsewhere in the Contract are supplemented by the terms of this Special Provision. INTERIM COMPLETION TIMES: Monetary incentives or disincentives will be applied to the following interim completion times according to the terms herein:

• Interim Completion Time 1 (hereafter referred to as “ICT1”): 6:00 a.m. on the Monday ending the 57-hour ABC Period beginning on the previous Friday at 9:00 p.m. associated with the closure of Division Street for the relocation of the Division Street Bridge No. 760 superstructure from the temporary Division Street alignment to the final Division Street alignment, as defined below:

All work is complete such that all travel lanes on Bridge No. 760 are open to traffic in their final alignment, and such that the new roadways can be safely and effectively used by the public without further delays, disruptions, or impediments. Deck closure placements and completion of bridge expansion joints shall be completed within the ABC period. Subsequent lane closures shall be in strict compliance with the Transportation Management Plan, including General Restrictions.

• Interim Completion Time 2 (hereafter referred to as “ICT2”): 9:00 a.m. on the Sunday ending

the 36-hour ABC Period beginning on the previous Friday at 9:00 p.m. associated with the closure of Route 4 Southbound for the relocation of the Division Street Bridge No. 760 superstructure from the temporary Division Street alignment to the final Division Street alignment, as defined below:

All work is complete such that all travel lanes on Route 4 Southbound are open to traffic in their final alignment, or temporary alignment as shown on the plans and approved by the Engineer, and the travel lanes can be safely and effectively used by the public without further delays, disruptions, or impediments. Subsequent lane closures shall be in strict compliance with the Transportation Management Plan, including General Restrictions.

• Interim Completion Time 3 (hereafter referred to as “ICT3”): 9:00 a.m. on the Sunday ending the 36-hour ABC Period beginning on the previous Friday at 9:00 p.m. associated with the closure of Route 4 Northbound for the relocation of the Division Street Bridge No. 760 superstructure from the temporary Division Street alignment to the final Division Street alignment, as defined below:

All work is complete such that all travel lanes on Route 4 Northbound are open to traffic in their final alignment, or temporary alignment as shown on the plans and approved by the Engineer, and the travel lanes can be safely and effectively used by the public without further delays, disruptions, or impediments. Subsequent lane closures shall be in strict compliance with the Transportation Management Plan, including General Restrictions.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 7

Page 8: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 2

INCENTIVE AND DISINCENTIVE ASSESSMENT: Incentive (positive assessment): For each hour that the defined work is completed prior to its associated ICT, the following value will be added to any monies due the Contractor. This incentive will be calculated from the defined ICT to the actual time of completion of the work. The actual time of completion will be rounded back or ahead to the nearest hour based on whether it occurs before or after the half-hour point, respectively. The incentive will be applied separately for each ICT:

• ICT1, Division Street Bridge No. 760 $8,000 per hour • ICT2, Route 4 Southbound $3,000 per hour • ICT3, Route 4 Northbound $1,000 per hour

Disincentive (negative assessment): Correspondingly, for each hour that the defined work remains incomplete after its associated ICT, the following value will be deducted from any monies due the Contractor. This disincentive will be calculated from the defined ICT to the actual time of completion of the work. The actual time of completion will be rounded back or ahead to the nearest hour based on whether it occurs before or after the half-hour point, respectively. The disincentive will be applied separately for each ICT.

• ICT1, Division Street Bridge No. 760 $8,000 per hour • ICT2, Route 4 Southbound $3,000 per hour • ICT3, Route 4 Northbound $1,000 per hour

The limit of the incentive for Item CODE 108.9901 shall be $456,000. The limit of the incentive for Item CODE 108.9902 shall be $108,000. The limit of the incentive for Item CODE 108.9903 shall be $36,000. There will be no limit to the total disincentive for this contract. The “ABC” Period has been defined within the General Provisions - Contract Specific. This section provides allowable dates of the ABC Period. METHOD OF MEASUREMENT:

Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE NO. 760; CODE 108.9902 – ICT2, ROUTE 4 SOUTHBOUND; and CODE 108.9903 – ICT3, ROUTE 4 NORTHBOUND will be measured for payment per hour according to the terms stated herein. BASIS OF PAYMENT: The only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE NO. 760; CODE 108.9902 – ICT2, ROUTE 4 SOUTHBOUND; and CODE 108.9903 – ICT3, ROUTE 4 NORTHBOUND will be paid for at their contract Unit Prices per hour as listed in the Proposal. The prices so stated shall constitute full and complete compensation, either added to or deducted from monies owed the Contractor per the terms herein.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 8

Page 9: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Date: 03/26/2019

Page 1 of 4

Remove Subsection 109.06, Partial Payments, pages AC-13 through AC-16 of the September 2018

Compilation of Approved Specifications and replace it with the following.

JOB-SPECIFIC

109.06

PAYMENT FOR WORK

109.06 PAYMENT FOR WORK.

a. General. The Department will make payment for Work before the Project is accepted and

final payment is made. These payments for Work will be processed via progress payments. To receive a

payment for Work, the Contractor shall prepare an invoice in accordance with Subsection 109.06(c). The

Department may suspend progress payments if the Contractor does not comply with the terms of the

Contract or the Engineer’s instructions or written directives. The Department will notify the Contractor

whenever progress payments will be suspended. Processing of progress payments for work prior to the

Department’s acceptance and final payment of the Work does not constitute the Department’s acceptance

of the Work, and does not relieve the Contractor of responsibility for the Work, which includes but is not

limited to:

1. Protecting, repairing, correcting, maintaining, or renewing the Work where necessary to

meet Contract requirements before acceptance.

2. Replacing or repairing all defective Work or materials used in the construction of the Work,

and repairing all damage to other work or materials whose damage is attributable to such defective Work

or materials.

3. All defects or damage that the Engineer may discover on or before the Engineer’s

acceptance and final payment of the Work. The Engineer is the sole judge of these defects or damage.

b. Frequency. The Department will make progress payments bi-weekly (every two weeks) in

accordance with established Department procedures. Progress payments will be subject to a 5 percent

retainage.

c. Invoice for Payment for Work. The Contractor shall submit an invoice for payment bi-

weekly (every two weeks), and, as requested by the Engineer, a weekly progress report for review

detailing the items included in the invoice. The Contractor shall utilize and complete invoice forms

supplied by the Department, including a certification for payment, in accordance with the instructions

contained thereon.

d. Invoice for Partial Payment for Materials, Supplies, and Equipment. The Engineer may

allow invoicing as provided above and permit partial payments for those materials, supplies, and

equipment delivered to an approved location but not yet incorporated into the Work. Payment for

materials, supplies and equipment furnished at an approved site but not yet incorporated into the Work

will not exceed the lesser of the following amounts:

Page 9

Page 10: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Date: 03/26/2019

Page 2 of 4

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

2. 80 percent of the value calculated by multiplying the quantity of the item delivered by the

unit price for the corresponding item in the Bid Schedule.

For verification of costs, the Contractor shall provide the Engineer with an original paid

supplier’s invoice for the furnished materials, supplies or equipment within thirty (30) days after

receiving the partial payment. Otherwise, the amount of the partial payment will be deducted from

subsequent invoices.

The Engineer will not approve any payment for perishable plant materials until such plant

materials are planted as specified in the Contract.

e. Engineer’s Review of Contractor’s Request for Payment for Work and Request for

Partial Payment for Materials, Supplies, and Equipment. Upon receipt of the Contractor’s invoice,

the Engineer will review the invoice and may approve or reject payment or portions thereof. The

Engineer will notify the Contractor in writing of any modifications and/or rejection of the invoice.

Modifications and reasons for the change will be made to the Excel spreadsheet in the columns

provided. In the case of a rejection, the Engineer will request that the invoice be resubmitted.

f. Subcontractor Payments and Release of Retainage. The Contractor shall notify RIDOT

within 7 days upon the Contractor’s assessment that the subcontractor’s work is complete and ready for

inspection for partial acceptance by RIDOT.

The Contractor shall make progress payments to the subcontractor incrementally as the

Contractor is paid progress payments by RIDOT, with each progress payment made no more than 30 days

from when so paid by RIDOT. The Work of a subcontractor will be inspected by RIDOT within 14 days

of the date of Contractor’s notification for partial acceptance. Within 30 days of partial acceptance of the

completed subcontract work, the Department will pay the Contractor for all work covered by the

acceptance including the relevant portion of retainage due the subcontractor. Within 30 days of receipt of

such payment, the Contractor shall pay the subcontractor for all accepted subcontract work including all

retainage owed. The Contractor must obtain RIDOT’s prior written consent for good cause delays in or

postponement of payment to the subcontractor.

g. Final Release of Contractor Retainage. Retainage due the Contractor will be released

when all documentation requirements and items on the Punch List have been addressed to the satisfaction

of the Engineer.

Page 10

Page 11: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Date: 03/26/2019

Page 3 of 4

Procedures for Section 109.06 - Payment for Work

The Contractor shall prepare an invoice to apply for a payment for work completed. This invoice shall

utilize the Request for Payment templates supplied by the Department, including the following

attachments:

A. Detailed Invoice - The detailed invoice shall be submitted in both hard copy and Excel® and

include the following information:

1. The date of the invoice. 2. The Project Name and State and Federal-Aid Project Numbers.

3. The Contract Item number(s) and name(s) for which the Contractor is seeking payment, as they

appear in the Contract Proposal.

4. The date(s) each Contract Item was performed.

5. Name of Contractor/Subcontractor(s) that performed the work.

6. The location(s) where the Work associated with each Contract Item was performed, cross

referenced to the location(s) shown in the Distribution of Quantities.

7. Invoiced Item Quantities: The quantity of each Contract Item performed by date and by

location since the previous invoice.

For Lump Sum Items, the Contactor shall provide the percentage of work completed since the previous invoice. Prior to the start of work, the Contractor shall submit a Lump Sum Item Breakdown for the Engineer's review, acceptance and allocation of payments for the item, in accordance with Section 109.07 of the Standard Specifications.

All calculations shall conform to the Method of Measurement and Basis of Payment portions of

the appropriate Item Code(s). Documentation shall include, but is not limited to, backup

calculations, measurements, sketches, and related supporting information.

8. Cumulative Item Quantities: A cumulative total of the quantities performed for each Contract

Item, including the current request.

9. Bid Prices: The Contract Price for each Contract Item, including Unit Bid Items and Lump Sum Bid Items as applicable, shall be listed for each item being invoiced.

10. Extended Prices: Calculate the extended price of each item being invoiced in this request.

For Unit Bid Items, this is to be calculated by multiplying each item quantity completed during the invoice period by its Contract Unit Bid Price (i.e., Extended Price $ = Qty. Invoiced x Unit Bid Price).

For Lump Sum Items, this is to be calculated by multiplying each item by the percentage of work completed during the invoice period by its Lump Sum Bid Price (i.e., Extended Price $ = % Complete­this-invoice-period x Lump Sum Bid Price).

Page 11

Page 12: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Date: 03/26/2019

Page 4 of 4

11. Total Invoice Price: Sum all extended prices calculated in step 10 and report this amount as the total amount being invoiced under the request.

B. Certificates of Compliance - A list of the Certificate(s) of Compliance attached or that have

been submitted to the Department, including date(s) submitted, for the work that is listed on the invoice in accordance with Section 106.04, Certification of Compliance.

C. Certified Payrolls - A list of the certified payrolls attached or that have been submitted to the Department, including date(s) submitted, for the work that is listed on the invoice. List all outstanding payrolls yet to be submitted by week ending date and Contractor\Subcontractor(s).

D. Subcontractor Payments - A list of all payments (including all retainage payments) made

to date to subcontractors for amounts previously billed and paid by the State for the related

project.

E. Extra Work- A list of approved and/or potential extra work subject to approval, including

dates(s) when the work was identified and/or approved, and a description and associated

cost(s) of the work, including information pertaining to when and by whom the work was

performed.

F. EEO Certification - A statement that all EEO documentation has been submitted as required

by the Contract.

G. As-Built Data - A set of as-built data in hard copy or electronic form of the work billed on

the invoice, including plans, sketches, diagrams and all other information necessary for

resulting in a complete and accurate set of as-built data representing the work completed. A

final set of as-built plans is also required in accordance with Section 934.03.3 (h), Field

Control and Construction Layout.

General - Outstanding or missing documentation for Items A through G above will be a

basis for rejection and/or modification of the Request for Payment.

Page 12

Page 13: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 2

CODE 201.9902INSPECTION AND TESTING FOR ASBESTOS CONTAINING MATERIALS

DESCRIPTION: The work shall include the inspecting and testing of all materials suspected of containing asbestos associated with the removal of the existing water line as shown on the plans. When any demolition is required to enable the inspection and testing of the suspected material it will be considered incidental to this Item and the Contractor must perform all asbestos handling and testing in accordance with the regulations stated below.

Dust suppression in the form of light water sprays, foams, dust suppressants and calcium chloride will be implemented as required to control dusting during any disturbance of asbestos suspected material. Alternatively, intrusive activities may be reduced or curtailed under high wind or heavy rain conditions, which may pose a safety hazard to the workers.

The Contractor shall employ the services of a Rhode Island licensed "Asbestos Inspector" approved by the Engineer to inspect the material to determine whether or not Removal and Disposal of Asbestos Containing Materials is required. Should the asbestos inspector determine laboratory testing is required, a Rhode Island certified laboratory shall be used to perform all necessary tests.

REGULATIONS: U.S. Department of Labor, Occupational Safety and Health Administration, (OSHA) including but not limited to:

29 CFR 1910 Section 1001 and 29 CFR 1926 Section 58 Occupational exposures to Asbestos, Tremolite, Anthophyllite and Actinolite, Final Rule29 CFR 1910 Section 134 Respiration Protection29 CFR 1926 Construction Industry29 CFR 1910 Section 2 Access to Employee Exposure and Medical Records 29 CFR 1910 Section 1200 Hazard Communication29 CFR 1910 Section 145 Specifications for Accident Prevention Signs and Tags

U.S. Environmental Protection Agency, (EPA) including but not limited to:40 CFR 762, CPTS 62044, FRL 2843-9, Federal Register Vol. 50 no.134, July 12, 1985p.28530 - 28540 Asbestos Abatement Projects Rule 40 CFR 61 Subpart a Regulation for Asbestos40 CFR 61 Subpart M (Revised Subpart B) National Emission Standard for Asbestos

U.S. Department of Transportation 49 CFR 172 and 173State and Local Requirements including but not limited to those of Health Departments, Fire Departments and Inspection Services Departments

Wherever there is a conflict or overlap of the above references, the most stringent provision shall apply.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 13

Page 14: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 2

METHOD OF MEASUREMENT: The cost of materials, tools, equipment and labor is to be paid for by the lump sum for the complete inspecting and testing of the asbestos suspected material.

BASIS OF PAYMENT: Compensation will be at the contract price bid for INSPECTING AND TESTING FOR ASBESTOS CONTAINING MATERIALS, as specified above. All costs in the connection with the protection of general public, private property and all costs associated with the proper inspecting and testing of the material shall be considered as included in the price and no additional compensation will be allowed.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 14

Page 15: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 3

CODE 201.9903

REMOVE AND DISPOSAL OF ASBESTOS CONTAINING MATERIALS

DESCRIPTION: The work shall include the removal and satisfactory disposal of all existing materials containing asbestos including but not limited to the removal of the existing water line as shown on the plans. The Contractor’s attention is directed to the fact that existing material suspected to contain asbestos shall be inspected and tested prior to removal, to determine if special removal and disposal is required. The Contractor shall follow all the rules and regulations stated below. If asbestos is present, the Contractor shall follow all the rules and regulations stated for the Removal and Disposal of Asbestos Containing Materials, under this item. The Contractor should notify and coordinate his/her efforts with the proper utility accordingly.

This section specifies the requirements for the handling and removal of asbestos containing material. The Contractor must perform all asbestos handling and removal work in accordance with these specifications and the following additional requirements. If the tests show that there is no asbestos within the project limits, the water line will be removed under Item 803.0000 REMOVAL OF EXISTING BRIDGE.

U.S. Department of Labor, Occupational Safety and Health Administration, (OSHA) including but not limited to:

29 CFR 1910 Section 1001 and 29 CFR 1926 Section 58, Occupational exposure to Asbestos, Tremolite, Anthophyllite and Actinolite, Final Rule 29 CFR 1910 Section 134 Respiration Protection 29 CFR 1926 Construction Industry 29 CFR 1910 Section 2 Access to Employee Exposure and Medical Records 29 CFR 1910 Section 1200 Hazard Communication 29 CFR 1910 Section 145 Specifications for Accident Prevention Signs and Tags

U.S. Environmental Protection Agency, (EPA) including but not limited to:

40 CFR 762, CPTS 62044, FRL 2843-9, Federal Register Vol. 50, No.134, July 12, 1985 p.28530 - 28540 Asbestos Abatement Projects Rule 40 CFR 61 Subpart A Regulation for Asbestos 40 CFR 61 Subpart M (Revised Subpart B) National Emission Standard for Asbestos

U.S. Department of Transportation 49 CFR 172 and 173 State and Local Requirements including but not limited to those of Health Departments, Fire Departments and Inspection Services Departments.

Wherever there is a conflict or overlap of the above references, the most stringent provision shall apply.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 15

Page 16: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 3

All asbestos material shall be removed and properly disposed of by a contractor or subcontractor with a current Rhode Island Abatement Contractors License issued by the Department of Labor and Industries. Work shall be supervised by a competent person as required by OSHA in 29 CFR 1926 to ensure regulatory compliance. This person must have completed a course at an EPA Training Center or equivalent course in asbestos abatement procedures, have had a minimum of four years on-the-job training and meet any additional requirements set forth in 29 CFR 1926 for a Competent Person. This person must also be certified by the State as an Asbestos Abatement Supervisor and Asbestos Abatement Project Designer.

Asbestos removal work shall be coordinated with all other work under the contract and shall be completed prior to performing any activities which could disturb the asbestos material or produce airborne asbestos fibers.

Dust suppression in the form of light water sprays, foams, dust suppressants and calcium chloride will be implemented as required to control dusting during trenching and excavation. Alternatively, intrusive activities may be reduced or curtailed under high wind or heavy rain conditions, which may pose a safety hazard to the workers.

NOTIFICATION AND PERMITS: The Contractor shall prepare a formal pre-notification form at least ten (10) days prior to the start of asbestos removal work. This form must be submitted to the appropriate Regional Office of the Department of Environmental Protection and to the U.S. Environmental Protection Agency Region I Air and Hazardous Material Division. A copy of the submitted forms must be provided to the Engineer and kept at the work site.

Prior to starting any work, the Contractor shall also obtain any required asbestos removal permit(s) from the city/town. A copy of the permit(s) must be provided to the Engineer and posted at the work site.

The Contractor shall also obtain and pay all other applicable asbestos waste transportation and disposal permits, licenses and fees.

STANDARD OPERATING PROCEDURES: The standard operating procedure shall ensure the following:

1. Proper site security including posting of warning signs and restricting access to prevent unauthorized entry into the work spaces.

2. Proper protective clothing and respiratory protection prior to entering the work spaces.

3. Safe work practices including provisions for communications; exclusion of eating, drinking, smoking, or use of procedures or equipment that would in any way reduce the effectiveness of respiratory protection or other engineering controls.

4. Proper exit practices from the work space through the showering and decontamination facilities.

5. Removing asbestos containing material in ways that minimize release of fibers.

6. Packing, labeling, loading, transporting and disposing of contaminated material in a way that minimizes or prevents exposure and contamination.

7. Emergency evacuation of personnel, for medical or safety (fire and smoke) so that exposure is minimized.

8. Safety from accidents in the works space, especially from electrical shocks, slippery surfaces and entanglements in loose hoses and equipment.

9. Provisions for effective supervision and OSHA – specified personnel air monitoring for exposure during work.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 16

Page 17: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 3 of 3

REQUIRED SUBMITTALS: The Contractor shall submit to the Engineer the following listed items at least ten (10) calendar days prior to the start of asbestos work. No asbestos removal work activities shall commence until these items are reviewed by the Engineer, unless otherwise waived. Submittals shall be clearly labeled and in sufficient detail to enable the Engineer to form an opinion as to its conformity to the specifications.

1. Name, experience and DLI certification of proposed Supervisors and Foreman responsible for

asbestos work. 2. Summary of workforce by disciplines and a notarized statement documenting that all proposed

workers, by name, have received all required medical exams and have been properly trained and certified for asbestos removal work, respirator use and appropriate EPA and OSHA standards.

3. Notarized statement that workers are physically fit and able to wear and use the type of respiratory protection proposed for the project. Notarized certification signed by an officer of the abatement contracting firm that exposure measurements, medical surveillance and worker training records are being kept in accordance with 29 CFR 1926.

4. Written plan of action and standard operating procedures to include: location and layout of decontamination areas; sequencing of asbestos work; detailed schedule of work activities which affect work performance; methods used to assure safety and security; worker protection and exposure monitoring; contingency and emergency evacuation procedures; detailed description of methods to be employed to control pollution; waste handling procedures.

5. Written respiratory protection program specifying level of protection intended for each operation required by the project and details of daily inspection and maintenance elements.

6. Copies of the U.S. EPA, State and local asbestos removal pre-notification forms. If applicable, lists and copies of all permits, licenses, or manifests which will be applied for and used.

7. Name, location and applicable approval certificates for primary and secondary landfill for disposal of asbestos-containing or asbestos contaminated waste. Name, address and licenses number of hauler permitted to transport waste. Submit copies of completed manifests upon disposal.

The Contractor must provide copies of daily inspection and record logs upon request of the Engineer, at any time during project. This information will include but is not limited to work are entry data, respirator inspections and maintenance, HEPA-exhaust inspections and maintenance and other work applicable activities or reports of accidents or unusual events.

METHOD OF MEASUREMENT: The cost of materials, tools, equipment and labor is to be paid for by the linear foot for the complete removal and disposal of the asbestos containing material.

BASIS OF PAYMENT: Compensation will be at the contract unit bid price for “REMOVE AND DISPOSAL OF ASBESTOS CONTAINING MATERIALS”, as specified above. All costs in connection with the protection of the general public, private property and all costs associated with the proper disposal of the material removed shall be considered as included in the price and no additional compensation will be allowed.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 17

Page 18: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

CODE 212.1000MAINTENANCE AND CLEANING OF EROSION AND POLLUTION CONTROLS

DESCRIPTION

Subsection 212.03.3 Failure to Maintain Erosion and Pollution Controls, of the Rhode Island Department of Transportation Standard Specifications for Road and Bridge Construction (Amended 2018 and Compilations) requires that a daily charge be deducted from monies due the Contractor in the event the Engineer decides that proper erosion and pollution controls are not in place or have not been adequately maintained.

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

For the first violation the charge for this Contract will be $1,000.00 per day. For the second violation the charge for this Contract will be $5,000.00 per day.For the third and following violations the charge for this Contract will be $10,000.00 per day.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 18

Page 19: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

CODE 301.9902 STONE FILL FOR PROTECTIVE SLEEVES

DESCRIPTION

This work consists of furnishing and placing stone in Corrugated Plastic Protective Sleeves which will contain steel H-piles of the temporary bridge abutments.

MATERIALS

Stone fill shall be in accordance the Rhode Island Standard Specifications for Road and Bridge

Construction, 2004 Edition (Amended March 2018 and Compilations), Subsections M.01.05, M.01.10 and M.01.11. Stone fill shall conform to the gradation requirements of Column III, Table I, Subsection M.01.09; Gradation of Aggregates. CONSTRUCTION METHODS

Fine aggregate fill shall be placed within the sleeves as shown on the plans. Fill may only be placed after the concrete securing the piles in the rock socket has sufficiently cured to ensure piles are not displaced by the placement of the fill. Sleeves shall be securely braced in position such that they are not displaced by the placing of the fill. Mechanical compaction of the fill will not be required.

METHOD OF MEASUREMENT

“Fine Aggregate Fill for Protective Sleeves” will be measured by the number of cubic yards placed within Corrugated Plastic Protective Sleeves in accordance with the Plans and or as directed by the Engineer. No deduction of quantity will be made for the volume within the sleeves occupied by steel piles.

BASIS OF PAYMENT

The accepted quantity of “Fine Aggregate Fill for Protective Sleeves” will be paid for at the contract unit price per cubic yards as listed in the Proposal. The price so-stated constitutes full and complete compensation for all labor, materials, and equipment, including all other incidentals required to finish the work, complete and accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 19

Page 20: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 4

402.9901

FRICTION COURSE

DESCRIPTION: Friction Course shall be produced in accordance with Sections 401 and 402 of the

Rhode Island Standard 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 R 29 and shall

incorporate at least 2.0% SBS polymer. The nonrecoverable creep compliance versus percent recovery of

the binder shall fall above the curve in Figure X1.1 in Appendix X1 of AASHTO M 332 when plotted.

Re-refined engine oil bottoms (REOB) shall not be used in the binder. The Contractor may use an

approved warm mix additive (WMA) at a dosage rate recommended by 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” 100

½” 95-100

3/8” 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 Minimum

Flow 8-16

3) Mix Production – Lots and Sublots

The HMA shall be produced at 300o F ±20o F.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 20

Page 21: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 4

A standard sublot is 600 tons for HMA sampled at the plant for each production run. A standard lot for

each mix is ten sublots. A sample will be randomly selected and tested for each 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 be less than

the standard sublot size of 600 tons, the projected tonnage may be used to select a random sample. If the

projected tonnage is not produced or a random sample is unable to be taken, the Engineer may select a

sample at the end of the run or at the paver. If no sample is taken, the tonnage will be added to the

previous sublot.

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

4) Adjustments to Lots

If less than five sublots are tested after the end of the final standard lot, they will be added to that lot.

Five or more sublots tested after the end of the final standard lot will constitute a separate lot.

5) Plant Pay Adjustments

(a) Pay adjustments for deviation from the optimum binder content (established by the mix

design) in Table 1 will apply:

Table 1 – OBC Pay Adjustments

Deviation from Optimum Binder

Content 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 the Engineer

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

(b) Calculation of Pay Adjustments for Production Binder Content

For each test, absolute deviations will be used when determining binder content pay adjustments.

Absolute deviations are the values of deviation regardless of sign (±).

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 21

Page 22: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 3 of 4

The average of the absolute deviations from the optimum binder content of all of the sublots in each lot

will be used to determine the appropriate pay adjustments for the lots. No payment will be made for any

pavement that is removed.

All other tolerances shall conform to the RI Standard Specifications.

CONSTRUCTION:

A material transfer vehicle shall be used for the placement of friction course in all travel lanes.

Spreading of the mixture shall be performed carefully and the operation shall be continuous. In the event

that unforeseen circumstances cause the paving operation to cease, a minimum 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 before compacting.

After placement, the mixture shall be completely and uniformly compacted with powered vibratory or

oscillatory steel drum rollers. A minimum of three rollers shall be operated to handle the output of the

plant. Rolling shall continue until all roller marks are eliminated, the surface is of uniform texture and

true to grade and cross section. At least three passes must be made at all locations on the mat. Each

roller shall exert a minimum average force of 150 pounds per inch along the width of each drum. At

least two of the rollers must have a minimum operating weight of 20,000 pounds as published by the

manufacturer. The first pass with the specified roller shall be completed when the temperature of the

layer is 280º F ±20º F.

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 proceed adjacent to the

previous. If high speed shoulders are paved separately from the lane, the shoulders shall be paved

before lanes adjacent to the high speed lane. A 12” notched wedge joint maker shall be used shall be

used on all drop-offs, regardless of whether they are on the left, right or both sides of the pavement.

Notched wedge joints 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 MUTCD

shall 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 when the

temperature of the surface to be paved, in the shade, is less than 55° F, measured prior to

placement. It shall only be placed when the air temperature, in the shade, is at least 55° F. If a WMA

(warm mix additive) is used both the air and surface temperature in the shade shall be 45o F or greater.

If the Contractor mobilizes and the Weather Limitations come into effect the Contractor shall bear all

costs associated with the stopping, delaying or canceling of operations.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 22

Page 23: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 4 of 4

METHOD OF MEASUREMENT:

Tolerance Limitation. Pavement will be considered acceptable when meeting the specifications.

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 placing in the hopper, the delivery tickets may

be used in the determination of total tonnage delivered and placed. Delivery tickets not collected directly

by the Engineer prior to placing in the hopper will not be used to determine tonnage.

When delivery tickets are not used to determine tonnage, the accepted total tonnage delivered and 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 all acceptance density cores] = contract

tonnage. If density cores are not required then 96% of the 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 accepted HMA 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 bid prices 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 ton as listed in

the Proposal. The price so-stated constitutes full and complete compensation for all 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 the applicable item

code using Section 401.9901. Negative pay adjustments for binder content will be applied to the unit bid

price for the applicable item code using a Report of Change.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 23

Page 24: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 3

CODE 701.9901 12” DUCTILE IRON WATER PIPE – INSULATED – TEMPORARY

CODE 701.9902 12” DUCTILE IRON WATER PIPE – NON-INSULATED – TEMPORARY

CODE 701.9903 12” DUCTILE IRON WATER PIPE – INSULATED - PROPOSED

CODE 701.9904 12” DUCTILE IRON WATER PIPE – NON-INSULATED – PROPOSED

All work under this item shall be in accordance with Section 701 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations), the Rules and Regulations of the Kent County Water Authority, 2006 Edition with all Erratum up until September 17, 2015, and the American Water Works Association (AMMA) standards for water main construction. In the event of a conflict, the more stringent requirements shall govern, at the approval of the Engineer, at no additional cost. The Kent County Water Department, through its authorized agents, reserves the right to make inspection of the work during its manufacture and/or progress at any time. DESCRIPTION:

Ductile Iron Pipe: Work under these items shall consist of the furnishing and installation of 12” insulated and non-insulated water main along the temporary utility bridge and along the proposed alignment as per the plans and the limits described below. Also included within the respective items are the furnishing and installation of all fittings and pipe joints, furnishing and installing roller supports on the temporary and proposed bridges, hauling and handling materials, filling and flushing of the pipe, disinfection, pressure testing required laboratory sampling, applicable excavation and the connection of the temporary and proposed pipes to the existing lines. All required thrust blocks or restrained pipe sections shall be included, except the thrust restraints on the piers on the temporary utility bridge will be paid under Item 802.9901. Trenching will be in association with Section 205 of the Rhode Island Standard Specifications but will not be measured for payment. If rock is encountered when placing the temporary or proposed pipe, it will be removed in accordance with Item 205.0270 Trench Rock Excavation – Mechanical (0-7’). Work under the temporary ductile iron water pipe items will include the removal of the pipes at the end of the job. The connection of the existing pipes to the temporary pipe shall be paid under Item 701.9902. The connection of the proposed water pipe to the existing shall be paid under Item 701.9904. The proposed pipe will be insulated within the vault on each end of the bridge and along the bridge. The proposed pipes that extend into the approach roadway from the back of the vault shall be non-insulated. All temporary pipes not covered by soil shall be insulated. SUBMITTALS: The Contractor shall prepare temporary and proposed utility submissions for review and approval by the Kent County Water Authority. These submittals shall show all locations and details of tie-ins, thrust restraints, insertion valve locations and details, blow offs and installation sequences and procedures. These submittals shall also show any pertinent details relating to the Temporary Utility Bridge. All components, connections and details shall be designed, and the submittals sealed by a Professional Engineer registered in the State of Rhode Island, who shall provide complete design, detailed shop drawings and computations to Kent County Water Authority for review and approval. The designer shall coordinate with and complete all design in accordance with the respective utility company requirements. Working drawings and calculations shall be submitted in accordance with

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 24

Page 25: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 3

Subsection 105.02. The submitted installation sequences shall include coordination with the Kent County Water Authority and provide a minimum of one weeks’ notice prior to the commencement of work on any water utility throughout the progression of work. MATERIALS

All materials shall conform to the applicable standards and shall be new, unused and purchased specifically for this Contract. Ductile Iron (DI) Pipe: The ductile iron pipe for the temporary and proposed locations shall be a Class 52 double cement mortar lined zinc coated and shall have push-on type joints except at fittings, which shall be mechanical joints. The insulated pipes shall be insulated with an aluminum or stainless-steel cover. CONSTRUCTION METHODS

Unless otherwise specified herein or in the Contract Documents, all work shall be performed in accordance with the referenced standards.

METHOD OF MEASUREMENT.

“12” DUCTILE IRON WATER PIPE – INSULATED – TEMPORARY” will be measured for payment by the number of “Linear Feet” of water main actually installed in accordance with the Plans and/or as directed by the Engineer.

“12” DUCTILE IRON WATER PIPE – NON-INSULATED – TEMPORARY” will be measured for payment by the number of “Linear Feet” of water main actually installed in accordance with the Plans and/or as directed by the Engineer.

“12” DUCTILE IRON WATER PIPE – INSULATED – PROPOSED” will be measured for payment by the number of “Linear Feet” of water main actually installed in accordance with the Plans and/or as directed by the Engineer. “12” DUCTILE IRON WATER PIPE – NON-INSULATED – PROPOSED” will be measured for payment by the number of “Linear Feet” of water main actually installed in accordance with the Plans and/or as directed by the Engineer.

BASIS OF PAYMENT

The accepted quantity of “12” DUCTILE IRON WATER PIPE – INSULATED – TEMPORARY” will be paid for at the contract bid price per Linear Foot, as listed in the proposal. The price so-stated constitutes full and complete compensation for furnishing and installing new DI pipe and fittings, furnishing and installing mechanical joints as required by the Engineer or as shown on the drawings, furnishing and installing roller supports along the temporary utility bride, filling and flushing of the pipe, disinfection, pressure testing, required laboratory sampling and removal of the pipe at the end of the job. “12” DUCTILE IRON WATER PIPE – NON-INSULATED – TEMPORARY” will be paid for at the contract bid price per Linear Foot, as listed in the proposal. The price so-stated constitutes full and complete compensation for furnishing and installing new DI pipe and fittings, furnishing and installing mechanical joints as required by the Engineer or as shown on the drawings, making connections between temporary and existing water mains (including couplings), filling and flushing of the pipe,

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 25

Page 26: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 3 of 3

temporary plugging of inactive pipe sections, disinfection, pressure testing, thrust blocks, required laboratory sampling and all excavation related items including trench excavation, dewatering, support of excavations, furnishing and installing required bedding material, backfilling with suitable excavated material, furnishing and installing Common Borrow where suitable material does not exist, removing and disposing of pavement/concrete and removing excess soil and removing the pipe at the end of the job. “12” DUCTILE IRON WATER PIPE – INSULATED – PROPOSED” will be paid for at the contract bid price per Linear Foot, as listed in the proposal. The price so-stated constitutes full and complete compensation for furnishing and installing new DI pipe and fittings, furnishing and installing roller supports along the proposed bridge, furnishing and installing mechanical joints as required by the Engineer or as shown on the drawings, filling and flushing of the pipe, disinfection, pressure testing required laboratory sampling and the connection of the pipe within the utility vault.

“12” DUCTILE IRON WATER PIPE – NON-INSULATED – PROPOSED” will be paid for at the contract bid price per Linear Foot, as listed in the proposal. The price so-stated constitutes full and complete compensation for furnishing and installing new DI pipe and fittings, furnishing and installing mechanical joints as required by the Engineer or as shown on the drawings, making connections between temporary and existing water mains (including couplings), plugging of unused water lines, filling and flushing of the pipe, disinfection, pressure testing, thrust blocks, required laboratory sampling and all excavation related items including trench excavation, dewatering, support of excavations, furnishing and installing required bedding material, backfilling with suitable excavated material, furnishing and installing Common Borrow where suitable material does not exist, removing and disposing of pavement/concrete and removing excess soil.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 26

Page 27: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 2

CODE 701.9905 INSTALL 6” GAS MAIN ACROSS BRIDGE

CODE 701.9906 INSTALL 6” GAS MAIN ACROSS TEMPORARY UTILITY BRIDGE

CODE 701.9907 INSTALL 6” GAS MAIN

All work under this item shall be in accordance with Section 701 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations) and the standard Rhode Island Specifications from National Grid. National Grid reserves the right to make inspections of the work during the progress of installation and, where required, have all installation sequences performed in the presence of its inspector or authorized agent. DESCRIPTION:

Work within this project by the state appointed bridge contractor consists of:

• Installation of the 14-inch galvanized steel sleeves cast into the bridge backwalls. Work within this project by the National Grid approved state appointed gas contractor consists of:

• Installation of 10-inch galvanized steel sleeves through the bridge backwalls.

• Installation of 6-inch steel pipe across the new bridge and through the 10-inch backwall sleeves and 6-inch plastic pipe within the roadway including double roller supports, 220/240 casing insulators, casing spacers, link seals and casing end seals and misc. associated fittings.

• Installation of 6-inch steel pipe across the temporary bridge and 6-inch plastic pipe within the roadway including double roller supports and 220/240 casing insulators and misc. associated fittings.

• Pressure testing gas piping installations.

• Installation of steel plate protection for gas piping with less than 24-inch cover.

• Installation of cathodic protection.

• Development of as built drawings for National Grid.

• National Grid supplies all material.

MATERIALS

All piping materials, including pipe, valves, fittings, rollers, sleeves, link seals, casing end seals and appurtenances shall be provided by National Grid and shall not include padding sand special backfill. CONSTRUCTION METHODS

Unless otherwise specified herein or in the Contract Documents, all work shall be performed in accordance with the referenced standards. All steel pipe installation work shall conform to the requirements of National Grid’s Installation and Code Reconciliation: Section 200, Installation of Steel Gas Mains, Revised March 26, 1992 and Installation of Steel Distribution Mains CNST04005 and the RIDOT project plans. All plastic pipe installation work shall conform to the requirements of National Grid’s Installation Specifications and Code Reconciliation: Section 200A, Installation of Polyethylene Gas Mains, Revised January 18, 1988.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 27

Page 28: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 2

The installation of the proposed pipe on the bridge shall conform to the plans. Installations will terminate as close to the tie-in points as practical. Both tie-in locations must be aligned with the existing pipe when installed. Any damage to the pipe or pipe coating should be immediately brought to the attention of the National Grid Construction Department or the on-site inspector for inspection and, if necessary, repair or replacement. Tie-In and Purge – by National Grid Tie-in and purge procedures will be performed exclusively by National Grid under a separate contract.

METHOD OF MEASUREMENT.

“INSTALL 6” GAS MAIN ACROSS BRIDGE” will be measured for payment by the number of “Linear Feet” of gas main actually installed in accordance with the plans and/or as directed by the Engineer. The limits will extend across the proposed bridge to the rear face of the backwalls. “INSTALL 6” GAS MAIN ACROSS TEMPORARY UTILITY BRIDGE” will be measured for payment by the number of “Linear Feet” of gas main actually installed in accordance with the plans and/or as directed by the Engineer. The limits will extend between the locations where the pipe exits the soil behind the existing abutments. “INSTALL 6” GAS MAIN ACROSS TEMPORARY UTILITY BRIDGE” will be measured for payment by the number of “Linear Feet” of gas main actually installed underground in accordance with the plans and/or as directed by the Engineer. The limits will extend between the tie-in of the proposed line to the existing line and the rear face of the backwalls (east and west) and between the tie-in of the temporary line to where the temporary line exits the soil behind the existing abutments.

BASIS OF PAYMENT

The accepted quantity of “INSTALL 6” GAS MAIN ACROSS BRIDGE” will be paid for at the contract bid price per Linear Foot, as listed in the proposal. The price so-stated constitutes full and complete compensation for installing new pipe, fittings and roller supports. The accepted quantity of ““INSTALL 6” GAS MAIN ACROSS TEMPORARY UTILITY BRIDGE”” will be paid for at the contract bid price per Linear Foot, as listed in the proposal. The price so-stated constitutes full and complete compensation for installing new pipe fittings and roller supports across temporary utility bridge. The accepted quantity of “INSTALL 6” GAS MAIN” will be paid for at the contract bid price per Linear Foot, as listed in the proposal. The price so-stated constitutes full and complete compensation for installing new pipe and fittings, making connections between pipe behind the rear face of the abutments and pipe on the proposed or temporary utility bridge and all excavation related items including trench excavation, dewatering, support of excavations, furnishing and installing required bedding material, backfilling with suitable excavated material, furnishing and installing Common Borrow where suitable material does not exist, removing and disposing of pavement/concrete and removing excess soil and removing the pipe at the end of the job.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 28

Page 29: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

CODE 702.9901

MODIFIED PRECAST PERPENDICULAR DOUBLE GRATE CATCH BASIN 4’ SQUARE

All work under this item shall be in accordance with Section 702 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations), revised as follows:

DESCRIPTION.

Delete subsection 702.01 and replace with the following: 702.01 DESCRIPTION. This item of work shall consist of designing, fabricating, furnishing, transporting, and installing modified catch basins in the locations listed on the plans.

SUBMITTALS

Contractor shall be responsible for the design of all components of catch basins. Calculations and shop drawings shall be sealed by a professional engineer registered in the State of Rhode Island and submitted to the Engineer for review with the shop drawings. The design of the inlet shall match Drawing 3.3.5 of the Rhode Island Standard Details to the extent possible. The design of the base shall match Drawing 4.3.0 of the Rhode Island Standard Details to the extent possible.

All support design and associated shop drawing reviews shall be in conformance with the AASHTO LRFD Bridge Design Specifications, 7th Edition including all Interim Revisions to 2016.

All work shall conform to the requirements of Section 702 of the Rhode Island Standard Specification 2004 Edition (Amended March 2018 and Compilations).

METHOD OF MEASUREMENT:

"MODIFIED PRECAST PERPENDICULAR DOUBLE GRATE CATCH BASIN 4’ SQUARE” shall be

measured for payment by the unit, of which individual units will be counted which areactually furnished

and installed in accordance with the plans, this specification and/or as directed by the Engineer.

BASIS OF PAYMENT:

"MODIFIED PRECAST PERPENDICULAR DOUBLE GRATE CATCH BASIN 4’ SQUARE”” shall be paid for at the contract unit price bid per each as listed in the Proposal. The price so stated shall constitute full compensation for all labor, tools, materials and equipment, including design and all other incidentals required to finish the work in accordance with the plans, this specification, the approved shop drawings, complete and accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 29

Page 30: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 2

CODE 802.9901TEMPORARY UTILITY BRIDGE

All work under this item shall be in accordance with Section 802 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations), revised as follows:

DESCRIPTION

Delete subsection 802.01 and replace with the following:

802.01 DESCRIPTION. This work consists of designing, detailing, furnishing, fabricating, erecting, maintaining and subsequent removal of the temporary utility bridge at the location indicated on the Plans, or as directed by the Engineer, for the support of the temporary utility bypasses during demolition of the existing and construction of the proposed Division Street Bridge and until the permanent utility connections are made. Structural steel includes, but is not limited to, carbon, special alloy steels, steel forgings, steel and iron castings and weldments. The Temporary Utility Bridge includes the temporary utility support beams, diaphragms, bracing (including thrust bracing at bend locations), support towers placed at the locations indicated on the plans and any connections between these elements and between the support tower and the concrete footing including base plates and anchor bolts. The concrete footings shall be covered under separate items.

This work does not include temporary structural steel used for purposes other than supporting the temporary utility bypasses, including temporary works required for Bridge Superstructure Slide.

SUBMITTALS: The Temporary Utility Bridge, its components, utility supports and connections shall be designed and the submittals sealed by a Professional Engineer registered in the State of Rhode Island, who shall provide complete design, detailed shop drawings and computations to the Engineer for review and approval. The designer of the bridge shall coordinate with and complete all design in accordance with the respective utility company requirements. Working drawings and calculations shall be submitted in accordance with Subsection 105.02

MATERIALS

Delete subsection 802.02 and replace with the following:

802.02 MATERIALS. The materials used for the construction of temporary bridges shall conform to the applicable requirements of PART M; MATERIALS, together with the requirements of the current AISC Steel Construction Manual, ASCE/SEI 7 Minimum Design Loads for Buildings and Other Structures, all applicable requirements of these Specifications , the Plans and Special Provisions.

CONSTRUCTION METHODS

Delete subsection 802.03.2:

Delete subsection 802.03.3 and replace with the following:

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 30

Page 31: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 2

802.03.3 Maintenance. The Contractor shall maintain in good condition all temporary utility structures with respect to safety and integrity of utility conduits

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 31

Page 32: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

CODE 803.9901REMOVAL OF TEMPORARY BRIDGE ELEMENTS

All work under this item shall be in accordance with Section 803 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations), revised as follows:

DESCRIPTION

Delete subsection 803.01 and replace with the following:

803.01 DESCRIPTION. This work consists of the removal, in whole or in part, of temporary bridge elements used to support the proposed superstructure in its temporary location and which are not incorporated into the final proposed structure. Temporary bridge elements to be removed include, but not limited to; reinforced concrete abutments, backwalls, pier footings and approach slabs; piles; pier; and miscellaneous material, at locations indicated on the Plans or as directed by the Engineer. Temporary piles shall be removed to at least 4 feet below finish grade. Removal shall include either the salvage and storage or the legal disposal of resulting materials, together with the restoration of disturbed areas, all in accordance with these Specifications.

BASIS OF PAYMENT

Delete subsection 803.05 and replace with the following:

803.05 BASIS OF PAYMENT. "Removal of Temporary Bridge Elements" will be paid for at the contract lump sum price as listed in the Proposal. The price so-stated constitutes full and completecompensation for all labor, materials, tools, and equipment, including removal, salvaging,stockpiling and disposing of materials, restoration of disturbed areas, and all other incidentalsrequired to perform the work, complete and accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 32

Page 33: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 3

CODE 804.9901 STEEL H PILES, FURNISH AND PLACE 14 INCH 117 LB/FT

CODE 804.9903 STEEL H PILES, FURNISH AND PLACE 14 INCH 117 LB/FT – TEMPORARY

CODE 804.9905 PREBORING

All work under this item shall be in accordance with Section 804 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations), revised as follows: MATERIALS Steel H-Piles shall conform to the requirements of Subsection M.07.09 of Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations). CONSTRUCTION METHODS Add at the end of Section 804.03.1 Piles for “STEEL H PILES, FURNISH AND PLACE 14 INCH 117 LB/FT” shall be delivered to the site full length and coated. Field splicing shall not be permitted. Delete Section 804.03.6b Delete Section 804.03.6c and replace with:

c. Pile Protection. “STEEL H PILES, FURNISH AND PLACE 14 INCH 117 LB/FT”; Steel H Piles which are incorporated into the proposed bridge structure shall be coated in accordance Special Provision Code 804.9904. “STEEL H PILES, FURNISH AND PLACE 14 INCH 117 LB/FT – TEMPORARY”; Steel H Piles which are part of a temporary bridge substructure and are not incorporated into the proposed final bridge structure do not have to be coated.

Add following Section 804.03.6d

e. The Contractor shall place coated piles in a position carefully on suitably prepared beds and with a minimum of handling. The Contractor shall place backfill as specified exercising care to avoid damaging protective coatings.

Delete Section 804.03.9 and replace with: Determination of Bearing Capacity.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 33

Page 34: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 3

a. Since there is no pile driving on this structure and the piles are used as steel structural members, no Bearing Capacity check will be required.

Delete Section 804.03.10: Delete Section 804.03.11: Delete Section 804.03.12a and 804.03.12c: Delete Section 804.03.12d and replace with:

d. Preboring. The Contractor shall prebore holes at pile locations to the depths shown on the Plans. Prebored hole diameters shall be as labeled on the plans. Preboring shall be of sufficient depth to allow penetration into competent rock of the pile to the specified depth. After placing the pile in the predrilled hole, the hole shall be filled with concrete to the specified depth on the plans. Material resulting from drilling holes shall be disposed of as approved by the Engineer. Delete Section 804.03.13: Add to the bottom of Section 804.03.16

Temporary piles shall be cut off at a location a minimum of four feet below the proposed final grade or removed entirely.

METHOD OF MEASUREMENT. Delete Section 804.04.8 and replace with: Pile Protection: The coating of piles will not be measured for payment. Add to the bottom of Section 804.04.10 Prebored holes into competent rock shall be filled with concrete under the applicable provisions of Section 808; CAST-IN-PLACE STRUCTURE CONCRETE MASONRY and will be measured and paid under the Item 808.0501 CONCRETE SUBSTRUCTURE CLASS XX ¾” FOOTINGS.

BASIS OF PAYMENT Delete subsection 804.05.1 and replace with the following:

“STEEL H PILES, FURNISH AND PLACE 14 INCH 117 LB/FT” shall be paid for at the contract unit prices per linear foot as listed in the Proposal. The prices so-stated shall constitute full and complete compensation for all labor, materials, tools, equipment and all other incidental items of work, including coating of piles in accordance with Code 804.9904, necessary to finish the work, complete and accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 34

Page 35: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 3 of 3

“STEEL H PILES, FURNISH AND PLACE 14 INCH 117 LB/FT - TEMPORARY” shall be paid for at the contract unit prices per linear foot as listed in the Proposal. The prices so-stated shall constitute full and complete compensation for all labor, materials, tools, equipment and all other incidental items of work necessary to finish the work, complete and accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 35

Page 36: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

CODE 804.9902 CORRUGATED PLASTIC PROTECTIVE SLEEVES

DESCRIPTION

This work consists of furnishing and installing Corrugated Plastic Protective Sleeves which will contain steel H-piles of the proposed bridge abutments and temporary bridge abutments. The work shall also consist of the removal and disposal of the Sleeves, either completely or partially, used for the temporary bridge abutments.

MATERIALS

Sleeves shall conform to the requirements of Subsection 701.02.01 of the Standard Specifications. Sleeves shall be 30-inch diameter (nominal size). CONSTRUCTION METHODS

Sleeves shall be installed as shown on the plans. Sleeves shall be firmly seated on rock or into the pile rock socket. Sleeves shall be securely braced in position throughout the construction of piles and MSE walls such that the piles in their final position are centered within the sleeves. Sleeves that are part of the proposed final structure shall be backfilled from the top of rock to the bottom of the abutment with CLSM Type II following placement of the pile. Sleeves that are part of the temporary abutment structure shall be backfilled from the top of rock to the bottom of the abutment with Stone Fill for Protective Sleeves

METHOD OF MEASUREMENT

“Corrugated Plastic Protective Sleeves” will be measured in linear feet sleeve actually installed in accordance with the Plans and/or as directed by the Engineer.

BASIS OF PAYMENT

The accepted quantity of “Corrugated Plastic Protective Sleeves” will be paid for at the contract unit price per linear foot as listed in the Proposal. The price so-stated constitutes full and complete compensation for all labor, materials, and equipment, including all other incidentals required to finish the work, complete and accepted by the Engineer. The price so-stated shall constitute full and complete compensation for all labor, materials, and equipment, including all other incidentals required to remove, either completely or partially, and legally dispose of sleeves used for the temporary abutment. CLSM and Fine Aggregate Fill for Protective Sleeves are not part of this item and will be paid for separately.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 36

Page 37: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 5

CODE 804.9904

COATING FOR STEEL PILES

DESCRIPTION The work under this item shall be in accordance with Section 804 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations), revised as follows. The work shall also be in accordance with the applicable requirements of Section 4 of the AASHTO LRFD Bridge Construction Specifications revised as follows. The work covered under this item consists of furnishing all plant, labor, materials and equipment and performing all operations in connection with the surface preparation, factory coating application and in-field touch-ups, repairs and removal of coating to steel piles as required herein and in the Contract Documents. The work shall be considered incidental to the respective items and shall include field thickness measurements, field applications and repairs. The following Steel Structures Painting Council (SSPC) Specifications are considered to be an integral part of these Special Provisions:

– SSPC-PA-1, “Shop, Field and Maintenance Painting,” latest revision. – SSPC-SP1, “Solvent Cleaning.” – SSPC-SP10, “Near White Metal Blast Cleaning,” latest revision. – SSPC-PA-2, “Measurement of Dry Coating Thickness with Magnetic Gages,”

latest revision. MATERIALS

The coal tar epoxy material used shall meet all requirements of the Federal Specification for Coal Tar Epoxy MIL-P-23236, Type I, Class 2, Coal Tar Epoxy-polyamide Coating. The material shall have a one-year shelf life, beginning with the date of manufacture as marked on the container and/or not less than 6 months from the shipment date when stored in accordance with the manufacturer’s instructions; and it shall be usable for the intended purpose after normal mixing, stirring or shaking. CONSTRUCTION METHODS 1. Submittals: The following submittals shall apply to coatings and shall be made by the

Contractor for review and approval by the Engineer prior to start of the work. The Contractor shall conform to all submittal requirements of Subsection 105.02, including submitting the information specified herein to the Engineer.

The Contractor shall submit the following information:

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 37

Page 38: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 5

a. The name, address and qualifications of the Contractor that will be applying the coating.

b. Detailed descriptions of the proposed equipment, methods, sequence, and procedures, including manufacturer’s instructions, for shop preparation and coating application, including in-field touch-ups, repairs and removal. Preparation and coating application to be performed at the site may be accepted by the Engineer after the Contractor’s submittal has demonstrated, to the satisfaction of the Engineer, that the Contractor’s plant and field procedures for preparation and application of the coating is equivalent to shop conditions and controls.

c. Inspection test methods and procedures.

d. Certificates of conformance including material data sheets or compliance certifying that the materials meet the requirements specified herein.

e. Certificates of conformance or compliance, certifying that coverage and thickness meet the requirements specified herein after the coating is applied.

f. The brand and type of any alternative coating material to be used together with sufficient data substantiated by certified tests, conducted at no additional cost to the State, to demonstrate its equivalence to the material specified herein. Any alternative coating material proposed by the Contractor shall be equivalent to or better than that specified. Tests to determine the acceptability of the coating materials shall be at an independent testing laboratory. A 1-quart sample of each batch of coating material shall be obtained by the Contractor and tested. A batch is defined as the quantity of material processed by the manufacturer at one time and identified by number on the container panel. The Contractor shall clearly identify samples by designated name, specification number, project contract number, intended use, and quantity involved.

Testing and certification of each lot of the adhesive is required. The

manufacturer shall both certify that every batch of the material conforms to the requirements of this Specification and submit to the Engineer certified test results for each batch.

2. The Contractor shall furnish all labor, supervision, materials, equipment, and related hardware required for completing an acceptable coating. The Contractor shall plainly mark containers with material name and expiration date and shall store, and apply coating and patching materials in accordance with the manufacturer's recommendations.

3. Surface Preparation for Factory Applied Coatings of Coal Tar Epoxy:

a. The Contractor shall thoroughly prepare all surfaces for coating application in strict accordance with the coating manufacturer’s recommendations. The

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 38

Page 39: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 3 of 5

Contractor shall perform all cleaning and coating work in a heated building. Preceding grit blasting, the Contractor shall heat the steel as recommended by the coating manufacturer to eliminate the possibility of moisture on the surfaces to be cleaned and coated.

b. The Contractor shall use cleaning methods as described in the SSPC Surface

Preparation Specification No. 1-Solvent Cleaning (SSPC-SP1). The Contractor shall perform this cleaning prior to blast cleaning. If contamination remains after blast cleaning, the Contractor shall reclean the surfaces using the SSPC-SP1 procedures.

c. The Contractor shall perform grit blasting to clean grey metal, at least equivalent

to a Near-White Metal Blast as defined by SSPC-SP10. All work blasted on one day shall be coated that same day before flash rusting occurs.

d. The Contractor shall make free of soil, dust and grit all surfaces to be coated at

the time the coating is applied. e. The Contractor shall cure the finished coating under cover at a temperature as

required by the manufacturer’s recommendations.

4. Shop Application of Coal Tar Epoxy Coating:

a. The Contractor shall apply all applications of coatings per the coating manufacturer’s recommendations.

b. The Contractor shall apply all coatings so that the coating is applied at the

required film thickness exhibits reasonable leveling without excessive sagging, dimpling, or curtaining. The Contractor shall insure proper adhesion between coats, depending on the method of coating application, without undue restrictions concerning timing, temperature or other conditions associated with application. The temperature of the coating at the time of application shall be in accordance with the coating manufacturer’s instructions. If the manufacturer does not have instructions the temperature of the coating shall be within 15°F of the

temperature of the steel at the time of application of the coating.

c. Where coating of any surface has commenced, the Contractor shall complete the coating operation per manufacturer’s recommendations. Single application method using multiple passes to build-up the required thickness is preferred to two or more individual coats. Where necessary, the Contractor shall allow sufficient time to elapse between successive coats to permit them to dry properly for recoating, and this period shall be modified as necessary to suit shop conditions and the manufacturer’s recommendations. Each pile shall be completely coated in one day. Coating the pile in stages or over multiple days shall not be permitted. The Contractor shall measure coating thickness using approved and calibrated commercial film thickness gages.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 39

Page 40: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 4 of 5

d. The Contractor shall completely coat the permanent steel piles to the limits shown on the plans. A minimum thickness (not average) of 24 mils dry film is required on all surfaces to be coated. If the minimum thickness is not achieved at a particular location, apply an additional coat to area with insufficient coating. If more than one particular location does not have sufficient thickness, apply an additional coat to the entire pile.

5. Storage and Handling of Coated Material:

a. The Contractor shall store, handle, and place coated material in a manner that will not damage the coating. The Contractor shall repair damaged surfaces as directed and to the satisfaction of the Engineer at no additional cost to the State. The Contractor shall handle coated work which is flexible in a manner that will prevent flexing sufficient to crack coating, especially when temperature is below 40°F. The Contractor shall not place coated surfaces on strips or skids until coating has hardened thoroughly. The Contractor shall use wide fabric slings for lifting, and strips, slings, blocks, skids, cradles, and other supports to provide ample bearing areas.

b. In transporting, the Contractor shall fasten and use dunnage to protect coated

materials in a manner that will prevent movement and preclude rubbing. When unloading, the Contractor shall not dump, drop or drag.

c. The Contractor shall place coated material in a position carefully on suitably

prepared beds and with a minimum of handling. The Contractor shall place backfill as specified exercising care to avoid damaging protective coatings.

d. The Contractor shall use special precautions as required to protect coating

during handling and during construction of the abutment pile caps. 6. Field Application and Repair of Coal Tar Epoxy:

a. Field application of coal tar epoxy shall be avoided unless necessary for repairs. Piles shall be delivered full length so that field splicing is not required.

b. The Contractor shall match adjoining surfaces, with the same minimum

thicknesses as specified in the shop applications when finishing field application of coating.

c. For surfaces to be coated the Contractor shall utilize the coating manufacture’s

written instructions. The level of acceptable residual rust shall be subject to the approval of the Engineer. The Contractor shall apply coatings as soon as practicable after cleaning. Any pile with damaged coating requiring repair in excess of 3 percent of the surface area shall be rejection and recoating of the pile shall be required.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 40

Page 41: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 5 of 5

d. The Contractor shall apply coatings carefully with approved equipment. e. The Contractor shall conduct the work to avoid damage of other surfaces and

public and private property in the area; any damage thereto shall be rectified by the Contractor at no additional cost to the State.

f. Coatings shall not be applied during damp or rainy weather, when the

temperature of the steel or air is over 95°F or below temperatures recommended by the manufacturers. The dew point of the air shall be as recommended by the manufacturers.

g. The Contractor shall make the finished coating generally smooth and free of sharp protuberances which could be removed by abrasion. A minor amount of sags, dimpling, damage, or curtaining, which does not exceed 3 percent of the surface, will not be considered cause for rejection by the Engineer unless they present sharp edges which might be removed by abrasion. The Contractor shall cut off sharp protuberances using a sharp wood chisel laid flat against the surface, and the Contractor shall recoat the areas from which material has been removed to a smooth surface.

h. No separate payment shall be made for coating repairs or loss of time associated

with coating repairs. 7. The permanent steel piles shall be coated to the limits shown on the plans. Any coating

beyond the limits shown shall be removed prior to embedment in concrete rock sockets or concrete bridge elements. Removal of coating shall be by hand tools, power tools or sandblasting. Within the limits shown, a minimum of 90% of the area, shall be cleaned to bare metal. Any remaining coating shall be small areas evenly distributed through the defined limits.

8. All work will be subject to inspection by the Engineer. Inspection of the completed

coating will be based upon a Positector 6000 series or other approved method. Detection of inadequately coated sections will be indicated as such and the Contractor shall properly prepare and recoat the sections at no additional cost to the State. Satisfactory performance will be based upon acceptance of the completed work by the Engineer.

METHOD OF MEASUREMENT These items will not be measured for payment. BASIS OF PAYMENT No separate payment will be made for these items. Cost for these items shall be included in the contract unit price per linear foot for “STEEL H PILES, FURNISH AND PLACE 14 INCH 117 LB/FT” as listed in the Proposal.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 41

Page 42: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 11

CODE 805.9901 MSE WRAP FACE RETAINING WALL SYSTEM

CODE 805.9902 MSE WRAP FACE RETAINING WALL SYSTEM - TEMPORARY

DESCRIPTION: The work under this item shall consist of designing, furnishing materials and construction of permanent and temporary Mechanically Stabilized Earth (MSE) Wrap Face Retaining Wall Systems. The supply of geogrid, drainage composite and erosion control system and the engineering, are all to be furnished by the Contractor and his MSE system supplier. This work shall include the following:

• Furnishing design computations and construction drawings stamped by a Professional Engineer Registered in the State of Rhode Island and providing supplier representatives for preconstruction meetings with Contractor and the Engineer.

• Furnishing structural geogrid reinforcement, drainage composite and erosion control system as required by design and as shown on the construction drawings.

• Storing, cutting and placing structural geogrid reinforcement, and the drainage composite and erosion control system as specified herein and as shown on the construction drawings.

• Installing connection devices to the rear face of abutments.

• Placement and compaction of reinforced fill and backfill material as specified herein and as shown on the construction drawings.

• Removal of temporary MSE retaining walls. Note: Included under this item of work is the coordination of the MSE Retaining Wall System with the furnishing, design, and placement of the MSE Walls Precast Concrete Facing as specified elsewhere in these Special Provisions. The precast concrete facing shall be supplied by the same company as the MSE Retaining Wall System. The Contractor may propose alternative design and material requirements from those specified herein

for temporary walls that are to be constructed and removed under the item “MECHANICALLY

STABILIZED EARTH RETAINING WALL SYSTEM – TEMPORARY”. Complete details of the walls,

including design, material specifications, drainage and erosion control shall be submitted to the

Engineer for review. All temporary walls proposed to be constructed in accordance with alternative

requirements shall be designed for a service life of 10 years minimum. Submittal requirements shall be

the same as those specified within these specifications. The Engineer is under no obligation to approve

alternative designs if in the opinion of the Engineer the alternative design will not provide the service

and level of safety required of the project. The Contractor shall have no claim against the State if the

proposed alternative design is not approved by the Engineer. There shall be no extension of time or

adjustments to the schedule if the proposed alternative design is not approved by the Engineer. If

proposed alternative designs are not approved by the Engineer the Contractor shall design and

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 42

Page 43: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 11

construct the walls in accordance with these specifications. The designer of the walls shall certify that

the alternative designs are compatible with the walls that will remain as part of the completed work. Design: The MSE Wrap Face Retaining Walls shall be designed and the submittals sealed by a Professional Engineer registered in the State of Rhode Island, who shall provide complete design, detailed shop drawings, and computations to the Engineer for review and approval. The design shall be in accordance with the applicable provisions of the latest edition of the AASHTO LRFD Bridge Design Specifications, the Contract Plans, and these Special Provisions. All information necessary for complete erection of the MSE Wrap Face systems shall be designed and detailed on the shop drawings, including RIDOT excavation and fill requirements. Any special requirements associated with erection of the MSE Wrap Face systems to coordinate their placement simultaneously with the MSE Wall with Precast Concrete Facing shall be included. The MSE Wrap Face Retaining Wall systems shall be designed to withstand AASHTO live loads and surcharge loads. The design will ensure that there are no conflicts with the corrugated plastic pipes that surround the piles. Note: It shall be the MSE Wrap Face Retaining Wall designer’s responsibility to coordinate with the Contractor to obtain loadings from construction equipment proposed to be used by the Contractor and placed upon the completed MSE Wrap Face systems. This construction loading, if greater than the AASHTO loads, shall be used in the design. Evidence of this coordination must be included in the shop drawing submittal. It shall be the responsibility of the Contractor and his MSE wall system designer to review both the soil data in the Geotechnical Data Report (GDR) and the proposed application of MSE wall system in order to account for appropriate drainage needs and incorporate into the design. It is not the intent of these Special Provisions to provide detailed step-by-step instructions for the design and execution of the work, nor to identify each material or component to be supplied or each item of work or coordination to be performed. However, the Plans, the Special Provisions, and the RI Standard Specifications do delineate the general design intent with regard to lines and grades, appearance, materials, type of construction, physical requirements, relationships of elements, and the type and quality of construction required. Where specific details, sequences, relationships, requirements and materials are shown or specified, they shall be strictly adhered to and provided. Where such information is not provided, is only partially provided, or is addressed only in a general nature, it shall be the Contractor’s responsibility to provide or fully develop such information and submit the same for the Engineer’s approval. This shall include comprehensive, coordinated, detailed design and Shop Drawings, drawings of existing and adjacent conditions, design calculations, product data, test results, installation instructions and sequencing, and all other information required for a complete evaluation by the Engineer of proposed materials, details, systems, quality and thoroughness of work. It shall be understood that the Engineer will be at liberty to modify submittals as he deems necessary to ensure conformance with the design intent, at no additional cost to the State. The Contractor shall submit a detailed resume of the wall designer, listing similar projects and demonstrating the necessary experience to perform the MSE wrap face wall design, including a brief description of each project listed. As a minimum, the reference shall include the designer’s name, address and current phone number. MATERIALS: 1. STRUCTURAL GEOGRID – The geogrid shall be a regular network of integrally connected polymer tensile elements with aperture geometry sufficient to permit significant mechanical interlock with the surrounding soil or rock. The geogrid structure shall be dimensionally stable

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 43

Page 44: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 3 of 11

and able to retain its geometry under manufacture, transport, and installation. The structural geogrid is placed within the reinforced backfill in alternating primary and secondary geogrid layers as required by design. Primary Geogrid: Primary Geogrid, identified as Types P1, P2, P3 and P4 shall provide the following allowable tensile properties. Property Method P1 P2 P3 P4 1. Tensile Strength (a) 2% Strain, lbs/ft* ASTM D6637 1000 1800 2330 2740 (b) 5% Strain, lbs/ft* ASTM D6637 2000 3700 4450 5400 (c) Ultimate, lbs/ft ASTM D6637 4400 6900 9000 10,000 (d) Long-Term (Ta), lbs/ft FHWA/SA-93-025 1402 2333 3008 3811 Where: Ta = TULT FSCR x FSID x FSDU x FSJNT as described in FHWA/SA-93-025 The tensile strength at 2% and 5% strain shall be determined from a zero offset stress-strain curve without use of a preload. TULT, Ultimate Tensile Strength: shall be the minimum average roll value ultimate tensile strength as tested per ASTM D6637. FSCR, Partial Factor for Creep Deformation: is the ratio of TULT, to the creep limited strength determined in accordance with ASTM D5262. The test results shall be extrapolated for a 100 year design life per GRI GG4. Creep performance data of a polymer product at a designed temperature is limited to one order of magnitude in extrapolation. Creep performance data at an elevated temperature permits an additional order of magnitude in extrapolation with time temperature superposition principals. Elevated temperature testing of the specific geogrid for 10,000 hours or creep testing at room temperature for 100,000 hours is required. Creep limited strength testing is required on representative samples of the finished product for each product proposed for use and not a single component of the geogrid (i.e. polymer strand). Default values for FSCR are not allowed. FSID, Partial Factor for Installation Damage: shall be determined from construction damage tests for each product proposed for use with project specific representative or more severe backfill and construction techniques. The backfill soil used if other than project specific, shall have a D50 at 0.6mm (No. 30 sieve). Testing shall be consistent with GRI GG4. A default FSID value of 3.0 shall be used if such testing has not been conducted. The minimum FSID shall be 1.05. FSDU, Partial Factor for Durability/Aging: is the combined partial factor for potential chemical and biological degradation. FSDU shall be determined from polymer specific (HDPE and PP as identified by specific gravity and melt flow index and PETP as identified by CEG number and intrinsic viscosity) durability testing covering the range of expected soil environments. FSJNT, Partial Factor for Joint Strength: shall be determined from joined specimen strength tests performed in accordance with ASTM D6637 for mechanical joints and ASTM D6706 for overlap joints. FSJNT shall be the ratio of the unjoined tensile strength to the joined tensile strength. Sustained

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 44

Page 45: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 4 of 11

tension tests of 1000 hour minimum duration should also be conducted on mechanically connected joints, according to GRI-GG4. Soil Interaction Coefficient: Ci value shall be determined from long-term effective stress pullout tests per ASTM D6706, unless the junction creep testing of the geogrid is used to determine Ta. The Ci value is determined as follows: Ci = F 2 * L * δN * tanφ where F = Pullout force (lb/ft), per ASTM D6706

L = Geogrid Embedment Length in Test (ft) δN = Effective Normal Stress (psf) φ = Effective Soil Friction Angle, Degrees

Secondary Reinforcement Secondary geogrid reinforcement, identified as Types S1 and S2, shall meet the following minimum average physical property requirements. Property Method S1 S2 1. Tensile Strength (1) ASTM D6637 (a) 2% Strain, lbs/ft 280 555 (b) 5% Strain, lbs/ft 920 1340 (c) Ultimate, lbs/ft 1300 1975 2. Open Area, % COE >50,<80 >50,<80 NOTE: (1) In direction perpendicular to slope/wall face. Manufacturing Quality Control The Geosynthetic reinforcement shall be manufactured with a high degree of quality control. The purpose of the QC testing program is to verify that the geogrid being supplied to the project is representative of the geogrid used for the performance testing described earlier in these Special Provisions. In most cases, however, sampling can be carried out on sacrificial portions of the supplied material. Conformance testing shall be performed as part of the manufacturing process. The manufacturer of the selected geogrid shall have an established quality control program; the documentation describing the program shall be submitted to the Engineer for review. As a minimum, the manufacturer shall conduct quality control testing as outlined below: Test Test Procedure Testing Frequency (SF) Tensile Modulus ASTM D6637 100,000 Junction Strength GRI GG2 100,000 Specific Gravity ASTM D1505 200,000 Melt Flow Index (HDPE,PP) ASTM D1238 200,000 Single or Multi-Rib Tensile ASTM D6637 200,000

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 45

Page 46: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 5 of 11

Intrinsic Viscosity (PET) ASTM D4603 200,000 These tests shall be performed by the manufacturer. Samples not satisfying the specifications shall result in the rejection of the applicable rolls at no cost to the Owner. At the manufacturer's discretion and expense, additional testing of individual rolls may be performed to more closely identify the noncomplying rolls and/or to qualify individual rolls. The manufacturer shall certify the quality of the rolls of Geosynthetic reinforcement. As a minimum, the manufacturer shall provide quality control certificates for each batch of resin and each shift's production. These quality control certificates shall be signed by an officer of the manufacturer (such as the production manager), and supplied to the Engineer at least two (2) weeks prior to installation of the structural geogrid. The quality control certificate shall include: 1. Roll numbers and identification 2. Sampling procedures 3. Result of quality control tests, including a description of test methods used 2. REINFORCED BACKFILL– All backfill material used in the structural volume shall be Bank run or plant-processed sand and gravel, as described in Subsection M.01.02.1 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations). Reinforced Backfill shall meet the gradation requirements for gravel borrow in subsection M.01.09, table 1 column 1a of the Standard Specifications, except that 100% by weight shall pass the 3-inch sieve and 0%-8% shall pass the #200 sieve. The backfill shall conform to the following additional requirements:

• The compaction shall be in accordance with AASHTO T-180 as described in subsection 203.03.5 paragraph c.

• The plasticity index (PI), as determined by AASHTO T90, shall not exceed 6.

• The material shall exhibit an angle of internal friction of not less than that specified by the wall designer. The internal friction angle will be determined by the standard Direct Shear Test, AASHTO T-236, on the portion of the material finer than the No. 10 sieve, compacted to 95% of AASHTO T-180 at optimum moisture content. There is no need for oversize correction while preparing the sample. No test is required for backfills where 80% or more by weight is retained on the ¾”-inch sieve.

• Permeability – The material shall be free-draining and shall have a permeability coefficient greater than 1x10(E-4) centimeters per second at maximum density when measured according to AASHTO T215.

• Soundness - The materials shall be substantially free of shale or other soft, poor durability particles.

• Electrochemical Requirements – The backfill material shall meet the following criteria when placed in areas where metallic reinforcing is utilized:

Requirements Test Methods

Organic Content <1% AASHTO T 267 Resistivity 3,000 ohm centimeters, min. AASHTO T 288 (ASTM G 57) pH between 5 and 10, inclusive AASHTO T 289 (ASTM G 51) Chlorides 100 parts per million, max. AASHTO T 291 (ASTM D 512)

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 46

Page 47: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 6 of 11

Sulfates <200 parts per million, max. AASHTO T 290 (ASTM D 516) Reinforced backfill not conforming to these Special Provisions shall not be used without the written consent of both the Designer and the geogrid supplier.

Optional Open-Graded Backfill – If approved by the wall designer, the use of Open-Graded Backfill may be permitted in the reinforced structural zone of the MSE Wrap Face Retaining Wall System. Open-Graded Backfill shall consist of crushed, hard, durable particles or fragments of stone or gravel and shall be free from organic matter or deleterious material such as shale or other soft particles that have poor durability. The wall designer shall specify the gradation and compaction requirements of the Open-Graded Backfill material. In the absence of any such requirements, the gradation of the Open-Graded Backfill shall conform to ASTM No. 57 crushed stone as given below:

ASTM No. 57 Gradation for

Open-Graded Backfill Sieve Size Percent Passing by Weight 1 1/2 in. (37.5 mm) 100 1 in. (25 mm) 95 to 100 ½ in. (12.5 mm) 25 to 60 No. 4 (4.75 mm) 0 to 10 No. 8 (2.36 mm) 0 to 5

A non-woven geotextile filter fabric shall be placed as a separation layer wherever Open-Graded Backfill will interface with other soil types. The wall designer shall depict the filter fabric, where needed, on the details within the design drawings. 3. GEOSYNTHETC DRAINAGE COMPOSITE - When required by design, the geosynthetic drainage composite shall meet the requirements of the MSE System supplier. The manufacturer shall provide certifications on the key physical properties describing the materials used in the geosynthetic drainage composite. 4. EROSION CONTROL SYSTEM -The erosion control system is generally composed of a combination of long-term nondegradable erosion mat, structural geogrid, galvanized welded wire baskets and/or geotextile. These materials can be used alone or in combination. When required by design, the erosion control system shall meet the requirements of the MSE Wrap Face Retaining Wall System supplier. The erosion control system can vary based on soil types, slope angle, climate and vegetation requirements. The MSE Wrap Face Retaining Wall System Supplier shall provide specific erosion control system design for approval by the Engineer. The manufacturer shall provide certifications on the key physical properties describing the materials used in the erosion control system. All materials shall be in compliance with the following as applicable: ASTM Standards: D1505 Standard Test Method Density of Plastics by the Density-Gradient Technique D1238 Standard Test Method for Flow Rates of Thermoplastics by Extension Plastometer D374C Standard Test Methods for Thickness of Solid Electrical Insulation

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 47

Page 48: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 7 of 11

D4355 Practice of Sampling of Geosynthetics for Testing D6637 Standard Test Method for Determining Tensile Properties of Geogrids by the Single or Multi-Rib Tensile Method D4603 Standard Test Method for Determining Inherent Viscosity of Polyethylene terepthalate D5262 Standard Test Method for Valuation of Unconfined Tensile Creep Behavior of Geosynthetics D7737 Standard Test Method for Individual Geogrid Junction Strength D6706 Standard Test Method for Measuring Geosynthetic Pullout Resistance in Soil EPA: Method 9090 Compatibility Test for Wastes and Membrane Liners Geosynthetic Research Institute: GG2 Standard Test Method for Geogrid Junction Strength GG4 Standard Practice for Determination of the Long-Term Design Strength of Geogrids U.S. DOT Federal Highway Administration: FHWA/RD-89-186 Durability/Corrosion of Soil Reinforced Structures FHWA/SA-93-025 Guidelines for Design, Specification and Contracting of Geosynthetic

Mechanically Stabilized Earth Slopes on Firm Foundations SUBMITTALS: Prior to construction the Contractor shall submit to the Engineer the manufacturer's certification that the geogrid has been evaluated in full compliance with these Special Provisions. The Contractor's submittal package shall include; but not be limited to, actual tests results for tension/creep, durability/aging, construction damage, joint strength, pullout and quality control. The manufacturer shall also provide written certification that all resin used to produce the primary geogrid is virgin and classified as high density polyethylene or high molecular weight polyester and is capable of withstanding direct exposure to sunlight for 120 days with no measurable deterioration as measured per ASTM D4355. The manufacturer of the structural geogrid shall supply written certification that the resins and additives used in manufacture of the primary geogrid (including coating materials, if applicable) are specifically formulated to provide long-term tensile strength and long-term interlock with soil; and that the manufactured geogrid product is durable in a soil environment for applications up to 100 years and is fit-for-use in long-term, critical soil reinforcement applications. Certification shall be notarized and signed by an officer of the manufacturing company. The shop drawings shall show the configuration and all details, dimensions, quantities and cross sections necessary to construct the wall facing, including but not limited to, the following:

1. A plan view which shall include dimensions, stations, and offsets at the face of wall line as shown on the Plans.

2. An elevation view of the wall which shall include the elevations at the top of the wall at all

horizontal and vertical break points, all steps in the leveling pads, the designation as to the type of retaining wall system(s), and an indication of the final ground line.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 48

Page 49: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 8 of 11

3. A typical cross section or cross sections showing the elevation relationship between existing

ground conditions and proposed grades, and the proposed wall configuration.

4. Details of connection of soil reinforcement to abutments and backwalls.

5. All drawings shall clearly show the limits of walls which will remain as part of completed construction and temporary walls to be removed.

6. General notes pertaining to the design criteria and wall construction.

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

8. Details of sleeves and pipes and other embedded items to be installed through the walls, if any.

9. Clear details for the construction of reinforcing elements around drainage or other utilities, or

any other potential obstructions.

10. Tie rod size, spacing and connection details.

11. Details of the architectural treatment. Sufficient information must be provided to properly evaluate the textured finish provided by the form liners in accordance with Code 805.9903. The form liners must be approved by the Engineer.

12. Drainage design detail and design scheme.

13. Location of utilities, if any.

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

15. Methods of excavation and backfill.

16. Method of maintaining stability of excavations.

17. Methods of monitoring plumbness and deviation of wall.

18. Excavation support system, if any.

The Contractor shall submit six (6) sets of detailed design calculations, construction drawings, and shop drawings for approval at least forty-five (45) days prior to the beginning of MSE retaining wall construction. The calculations and drawings shall be prepared and sealed by a professional engineer, licensed in the State of Rhode Island. The supplier shall have past experience in the design and construction of at least ten (10) projects of a similar magnitude of the proposed system. The Contractor shall submit six (6) sets of manufacturer's certification that the geogrid soil reinforcement, drainage composite, and erosion control system meet the requirements set forth in the respective material specifications, for approval at least forty-five (45) days prior to start of MSE retaining wall construction.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 49

Page 50: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 9 of 11

To certify the reinforced backfill complies with this special provision, the Contractor shall submit to the Engineer six (6) sets of the following: gradation report; pH test report; corrosivity test report; and a Certificate of Compliance certifying that the reinforced backfill material complies with these Special Provisions. Copies of other test results performed by the Contractor to assure compliance with these special provisions, if any, shall be furnished to the Engineer. Wall Designer shall provide soil compaction methods and requirements to the Engineer for approval. CONSTRUCTION METHODS: The Contractor is responsible for determining any construction equipment height restrictions, and should coordinate work with the Engineer in order to determine project requirements. The Contractor is advised to visit the site to assess equipment access limitations due to headroom clearance and sloping grades. The Contractor shall submit a plan to the Engineer detailing his strategy to deal with clearance and grading issues associated with the installation of MSE wall (i.e. type and specifications of rig, method of installation, if grading or benching will be required, etc.). The Contractor shall check the geogrid, erosion control system, and geosythetic drainage composite upon delivery to ensure that the proper material has been received. During all periods of shipment and storage, the geogrid shall be protected from temperatures greater than 140°F and from all deleterious materials that might otherwise become affixed to the geogrid and adversely affect its performance. The Contractor shall follow manufacturer's recommendations in regards to protection from direct sunlight. All tears, cracks, punctures or flaws to the structural geogrid coating, if applicable, shall be repaired in accordance with the manufacturer’s specification and as approved by the Engineer. If the substrate of a coated geogrid is exposed at the roll ends or as a result of cuts, cracks, punctures or flaws, the exposed area shall be sealed with a coating solution identical to the original coating. The coating solution shall be applied by dip coating or spread coating with an applicator. The area shall be thoroughly clean and dry, and working temperatures shall not be below 32°F. All exposed substrate or repair patches shall be treated in the same manner. MSE Wrap Face Retaining Wall System suppliers shall provide a qualified and experienced representative on site to assist the Contractor and the Engineer at the start of construction for a maximum of three (3) days. If there is more than one wall on a project, then this requirement will apply to construction of the initial wall only. The representative shall be available on an "as needed" basis during construction of the remaining wall(s). The foundation for the MSE Wrap Face Retaining Wall System shall be properly prepared in accordance with the applicable provisions of Section 203 of the Standard Specifications, as detailed on the Plans, as specified elsewhere within these Special Provisions, or as directed by the Engineer. Foundation surfaces shall be level, free from deleterious materials, loose, or otherwise unsuitable soils. The Engineer will inspect and approve the foundation surfaces prior to construction of the MSE Wrap Face Retaining Wall System. The geogrid shall be installed in accordance with the manufacturer's recommendations except as indicated on the approved construction drawings or as directed by the Engineer. The geogrid shall be placed within the layers of the compacted soil as shown on the approved construction drawings. The geogrid shall be placed in continuous longitudinal strips in the direction of the main reinforcement. Adjacent strips, in the case of 100% coverage in plan view, need not be overlapped. However, if the Contractor is unable to complete a required length with a single continuous length of geogrid, a joint may be made with the Engineer's approval. Only one joint per length of geogrid shall be allowed. Geogrid soil reinforcement shall be connected in the direction of loading where required through the

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 50

Page 51: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 10 of 11

use of either a mechanical polymer bar (i.e. Bodkin bar) or sewing with Kevlar sewing thread perpendicular to the direction of loading at the ends of the materials. Mechanical bar connections shall be placed, as a minimum, on the second row of apertures from the end of the roll. Overlap connections may be used if the Contractor provides the Engineer independent test documentation which demonstrates that the load/deformation characteristics of the overlap connection are consistent with the design tolerances of both the finished project and appurtenant materials. Minimum overlap of geogrid materials shall be 5'0" in the direction of loading, unless the geogrid materials have a junction strength in excess of 90%, as defined by ASTM D6637, in which case a 2'-0" minimum overlap may be used. In order to prevent undue damage, the Contractor shall place only that amount of geogrid required for immediately pending work. After a layer of geogrid has been placed, the next succeeding layer of soil shall be placed and compacted as appropriate. After the specified soil layer has been placed, the next geogrid layer shall be installed. The process shall be repeated for each subsequent layer of geogrid and soil. After a layer of geogrid has been placed, suitable means, such as pins or small piles of soil, shall be used to hold the geogrid in position until the subsequent soil layer can be placed. Under no circumstances shall a track-type vehicle be allowed on the geogrid before at least six inches of soil has been placed. All geogrid shall be placed to lay flat, and it shall be pulled tight prior to backfilling. During construction, the surface of the fill shall be kept approximately horizontal. Geogrids shall be placed directly on the compacted horizontal fill surface. Geogrids are to be placed within three inches of the design elevations and shall extend the length as shown on the elevation view unless otherwise directed by the Engineer. The correct orientation of the geogrid shall be verified by the Contractor. Fill shall be placed in ten (10) inch maximum uncompacted lift thickness where heavy compaction equipment is to be used, and five (5) inch maximum uncompacted lift thickness where hand operated equipment is used. Backfill shall be graded away from the slope crest and rolled at the end of each work day to prevent ponding of water on surface of the reinforced soil mass. The site shall be maintained to prevent the flow of water from overtopping the slope crest during both the construction and after the completion of the slope. Turning of tracked vehicles shall be kept to a minimum to prevent tracks from displacing the fill and the geogrid. Rubber-tired equipment may pass over geogrid reinforcement at speeds less than 10 mph. Sudden braking and sharp turning shall be avoided. The Geosynthetic Drainage Composite and Erosion Control System Installation shall be in accordance with the MSE system supplier requirements and the approved construction drawings. METHOD OF MEASUREMENT: “MECHANICALLY STABILIZED EARTH RETAINING WALL SYSTEM” will be measured for payment by the number of “Square Yards” of front faces of all walls within neat lines bounded by the top of the leveling pad, the ends of walls and the top of the reinforcement, actually installed in accordance with the Plans and/or as directed by the Engineer, and to which Precast Concrete Facing is attached, and remain as part of the final constructed project. The area of the abutments to which reinforcement is attached, within neat lines bounded by the bottom of abutment, the ends of abutment and the top of the reinforcement, actually installed in accordance with the Plans and/or as directed by the Engineer will be measured for payment.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 51

Page 52: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 11 of 11

MSE walls installed for temporary use and subsequently removed, or left in place at the Contractor’s option with approval of the Engineer, will not be measured for payment under “MECHANICALLY STABILIZED EARTH RETAINING WALL SYSTEM”. “MECHANICALLY STABILIZED EARTH RETAINING WALL SYSTEM – TEMPORARY” will be measured for payment by the number of “Square Yards” of front faces of all walls within neat lines bounded by the top of the leveling pad, the ends of walls and the top or bottom of the reinforcement, actually installed in accordance with the Plans and/or as directed by the Engineer, and are removed or directed by the Engineer to be removed, as part of the final constructed project. MSE walls installed for temporary use and subsequently left in place at the Contractor’s option with approval of the Engineer, will be measured for payment under “MECHANICALLY STABILIZED EARTH RETAINING WALL SYSTEM - TEMPORARY”. In no case will an area of wall be measured for payment under “MECHANICALLY STABILIZED EARTH RETAINING WALL SYSTEM” and “MECHANICALLY STABILIZED EARTH RETAINING WALL SYSTEM - TEMPORARY”. BASIS OF PAYMENT: The accepted quantity of “MECHANICALLY STABILIZED EARTH RETAINING WALL SYSTEM” will be paid for at its respective contract unit price per “Square Yards” as listed in the Proposal. The price so stated shall constitute full and complete compensation for all labor, materials, tools and equipment, and all other incidentals required to complete the work as described in these Special Provisions and elsewhere in the Contract Documents, complete in place and accepted by the Engineer. Reinforced Backfill shall be paid for separately under Item Code 202.0800, “Gravel Borrow”. Any excavation and backfill required under the wall shall be paid under separate pay items as well. Quantities of MSE Retaining Wall System as shown on the plans may be increased or decreased at the direction of the Engineer based on construction procedures and actual site conditions. The accepted quantity of “MECHANICALLY STABILIZED EARTH RETAINING WALL SYSTEM - TEMPORARY” will be paid for at its respective contract unit price per “Square Yards” as listed in the Proposal. The price so stated shall constitute full and complete compensation for all labor, materials, tools and equipment, and all other incidentals required to complete the work, including removal, as described in these Special Provisions and elsewhere in the Contract Documents, complete in place and subsequently removed, and accepted by the Engineer. Reinforced Backfill shall be paid for separately under Item Code 202.0800, “Gravel Borrow”. Any excavation and backfill required under the wall shall be paid under separate pay items as well. Quantities of Temporary MSE Retaining Wall System as shown on the plans may be increased or decreased at the direction of the Engineer based on construction procedures and actual site conditions.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 52

Page 53: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 7

CODE 805.9903 MSE WALLS PRECAST CONCRETE FACING

DESCRIPTION: The work under this item shall consist of designing, engineering, detailing, furnishing materials, and constructing MSE wall precast concrete facing. The MSE wall facing shall consist of concrete leveling pads, precast reinforced concrete facing panels, precast reinforced concrete caps and reinforced concrete coping, precast concrete pilasters, keystone, stone and drain pipes, filter fabric, form liner finish, and mechanical connection of each facing panel to the MSE Retaining Wall System. All work shall be performed in accordance with the Rhode Island Standard Specifications and these Special Provisions. Note: Included under this item of work is the coordination of the MSE Walls Precast Concrete Facing with the furnishing, design, and placement of the MSE Retaining Wall System as specified elsewhere in these Special Provisions. The precast concrete facing shall be supplied by the same company as the MSE Retaining Wall System. General Requirements: All architectural requirements of the contract documents must be satisfied. The exposed faces of walls shall be entirely precast and shall be consistent in color and texture from the tops of the leveling pads to the tops of the precast concrete caps or copings. The wall panels shall be cast with a surface textured as specified in the special provision Item 808.9924 PRECAST CONCRETE WALL PANEL FORMLINER FINISH. Detailed Shop Drawings and design calculations, stamped and signed by a Professional Engineer registered in the State of Rhode Island, shall be submitted to the Engineer for review and approval. It shall be solely the Contractor’s responsibility to provide all required design, engineering, detailing, and materials and to perform the work by such means and methods as will render a construction that is complete in all respects, all to the satisfaction of the Engineer and all authorities having jurisdiction. It shall be the responsibility of the Contractor and his MSE wall system designer to review both the soil data and the proposed application of MSE wall system in order to account for appropriate drainage needs and incorporate into the design. A positive drainage system shall be included in the design and construction, comprising a three dimensional geosynthetic wrapped rigid core covered by geonet allowing flow from both sides, or approved equivalent. A qualified representative of the wall designer and the wall system manufacture shall be on site to inspect and approve subgrade conditions immediately prior to commencing installation of the wall system components, and shall he be onsite while wall construction is performed to monitor and approve construction methods until the work is complete, to ensure that the Contractor’s procedures satisfy the intent of the design. No separate or additional payment will be made for complying with these requirements. SUBMITTALS: The Contractor shall submit complete and accurate shop drawings to the Engineer for approval in accordance with Subsection 105.02 of the RI Standard Specifications. It shall be understood that all submittals shall be acceptable to the Engineer and shall be resubmitted as many times as necessary for such acceptance, without giving rise to any claims for additional compensation or extension to the time of completion.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 53

Page 54: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 7

The Contractor shall also submit design computations, demonstrating compliance with the criteria specified herein and shown on the Plans. They shall be prepared, signed, and stamped by a registered professional engineer licensed in the State of Rhode Island and specializing in geotechnical engineering. The design computations shall include: 1. A statement of all assumptions made and copies of all references used in the calculations. 2. Analyses demonstrating compliance with all applicable earth, water, surcharges, seismic, or other loads, as specified herein, shown on the Plans, and required by applicable Codes. 3. Analysis demonstrating the durability and corrosion resistance of retaining wall systems for the proposed location and environment. The Contractor shall submit a detailed resume of the wall designer, listing similar projects and demonstrating the necessary experience to perform the MSE retaining wall design, including a brief description of each project that is similar in scope. A reference shall be included for each project listed. As a minimum, the reference shall include the designer’s name, address and current phone number. The Contractor shall also submit material, manufacture and erection specifications, all specialized erection equipment necessary, details of and details for connection between facing panels. The Contractor shall submit details of the precast yard and the concrete mix design in accordance with Section 809 and 601 of the Rhode Island Standard Specifications for Road and Bridge Construction. The shop drawings shall show the configuration and all details, dimensions, quantities and cross-sections necessary to construct the wall facing, including but not limited to, the following: 1. A plan view which shall include dimensions, stations, and offsets at the face of wall line as shown on the Plans. 2. An elevation view of the wall which shall include the elevations at the top of the wall at all horizontal and vertical break points, all steps in the leveling pads, the designation as to the type of retaining wall system(s), and an indication of the final ground line. 3. A typical cross section or cross sections showing the elevation relationship between existing ground conditions and proposed grades, and the proposed wall configuration. 4. General notes pertaining to the design criteria and wall construction. 5. A listing of the summary of material quantities for each wall. 6. Details of sleeves and pipes and other embedded items to be installed through the walls, if any. 7. Clear details for the construction of reinforcing elements around drainage or other utilities, or any other potential obstructions.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 54

Page 55: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 3 of 7

8. Tie rod size, spacing and connection details. 9. Details of the architectural treatment. Sufficient information must be provided to properly evaluate the textured finish provided by the form liners. The form liners must be approved by the Engineer. 10. Drainage design detail and design scheme. 11. Location of utilities, if any. 12. Sequence and schedule of construction, including overall construction schedule. 13. Methods of excavation and backfill. 14. Method of maintaining stability of excavations. 15. Methods of monitoring plumbness and deviation of wall. 16. Excavation support system, if any. 17. Any acceptance testing and frequency. 18. Details and location of all necessary construction and expansion joints along the wall. MATERIALS: The Contractor shall be responsible for the purchase or manufacturer of the precast concrete facing panels, panel reinforcement connections, bearing pads, and all other incidentals. The Contractor shall furnish the Engineer a Certificate of Compliance, certifying that the applicable materials meet the requirements of these special provisions. 1-Reinforced Concrete Facing Panels: The precast concrete facing panels shall be manufactured in accordance with Sections 601, 809 and M.02 of the RI Standard Specifications for Road and Bridge Construction with the following exceptions and additions. A. Panels shall be manufactured of air-entrained 5,000 psi, ¾ inch, cement concrete and as follows:

• Reinforced concrete facing panels shall be of the sizes and shapes that will generally conform to the dimensions of the wall envelopes shown on the Plans. Panel dimensions and layout shall be shown on the shop drawings and shall include a minimum design joint width of three-quarters (¾) of an inch in order to accommodate differential settlement without impairing the appearance of the facing or compromising the structural integrity of individual panels.

• Facing panels shall have tongue and groove, ship lap or similar approved connections along all joints, both horizontal and vertical. The ¾ inch joint width shall be held throughout the depth of the joint.

• Walls or wall sections which intersect at an angle of one hundred thirty (130) degrees or less shall include a special corner element to cover the joint formed by the abutting walls or wall sections and to permit relative movement. Corner elements shall not consist of connected standard facing panels.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 55

Page 56: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 4 of 7

• Individual units may be rejected because of any of the following: 1. Variations in the exposed face that substantially deviate from panel uniformity as to texture, relief and reveals: in accordance with precast concrete industry standards. 2. Dimensions not conforming to the following:

• Face of panel dimensions: plus or minus three sixteenth (3/16) of an inch from intended dimensions for uniformity.

• Element squareness: one half (½) inch difference between diagonals.

• Position of tie strips: within one (1) inch.

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

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

3. Defects indicating honeycombed or open texture. 4. Defects which would affect the structural integrity of the unit including cracked or severely chipped panels. 5. Color variations on the front faces of the panels due to excess form oil or other reasons. Face panels shall match the color of the proposed concrete abutment and wingwalls.

B. Form Liners for Concrete Texturing – Reinforced Panels.

• All facing panels shall receive an architectural finish treatment which shall be shown on the shop drawings for approval. The architectural treatment shall be part of the pre-casting process. Forms for the units shall be constructed of steel with dimensional tolerances that will assure the production of uniform units. The exposed faces of the walls shall be shall be consistent in color and texture from the top of leveling pads to the top of the precast concrete caps or copings. All surfaces of the precast panels to receive architectural finish treatment shall be in accordance with the architectural guides specifications.

C. The units shall be fully supported until the concrete reaches a minimum compressive strength of 2,000 psi. The units may be shipped after reaching a minimum compressive strength of 5,000 psi and a minimum cure period of seven (7) days. D. Unless otherwise indicated on the Plans, the concrete surfaces shall be finished in accordance with Sections 809.03.6, and 809.03.8 of the RI Standard Specifications as modified herein. The panels shall be cast on a flat area. The coil embeds, tie strip guides, or other galvanized devices shall not be in contact with, or be attached to, the face panel reinforcement steel. E. The date of manufacture, the production lot number, and the piece mark shall be clearly scribed on an unexposed face of each panel.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 56

Page 57: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 5 of 7

F. All units shall be handled, stored, and shipped in such a manner as to eliminate the dangers of chipping, discoloration, cracks, fractures, and excessive bending stresses. Panels in storage shall be supported on firm blocking to protect the panel connection devices and the exposed exterior finish. G. All units shall be manufactured within the following tolerances:

• Panel Dimensions – Position of panel connection devices: within one inch, except for coil and loop imbeds which shall be 3/16 inch. All other dimensions within 3/16 inch.

• Panel Squareness – Squareness as determined by the difference between the two diagonals shall not exceed ½ inch.

• Panel Surface Finish – Surface defects on smooth-formed surfaces measured over a length of five feet shall not exceed 1/8 inch. Surface defects on textured-finished surfaces measured over a length of five feet shall not exceed 5/16 inch.

• Reinforcing steel for precast panels (bars or wire fabric) shall be in accordance with Section M.05 and shall be galvanized.

2- Attachment Devices: Connection plates and shapes- Connector pins and mat bars shall be fabricated from ASTM A 36 steel and shall be fastened to the soil reinforcement mats as shown on the Plans. Galvanizing shall conform to AASHTO M 111 (ASTM A 123). Studs – shall be in accordance with section M.05.04.6 Shear Connectors. Fasteners – Fasteners shall consist of hexagonal cap screw bolts and nuts which are galvanized and shall conform to the requirements of ASTM F3125 or equivalent. Grout- (pockets) High Strength Non-Shrink Grout. High strength non-shrink grout shall be suitable for outdoor use, and it shall have a minimum compression strength of 8,000 psi after 28 days as determined by testing under ASTM C109. It shall not exhibit any measurable decrease in volume after curing. All grout materials shall be listed on the Department's Approved Materials List. 3-Joint Materials: All joints material shall be installed to the dimensions and thicknesses in accordance with the Plans or approved shop drawings. Either preformed EPDM rubber pads conforming to ASTM D 2000 for 4AA, 812 rubbers or neoprene elastomeric pads having a Durometer Hardness of 55+/-5 shall be provided. All joints between panels on the backside of the wall shall be covered with a geotextile fabric. The geotextile fabric shall be on the RIDOT List of Approved Materials List. The minimum width of the fabric shall be 12 inches. The fabric shall be lapped at least 4 inches where splices are required. 4-Concrete for Leveling Pad: The leveling pad shall be constructed of concrete conforming to the RI

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 57

Page 58: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 6 of 7

Standard Specifications for Class A (AE) and shall have a minimum 28-day compressive strength of 3,000 psi. 5-Concrete Caps Pilasters and Copings: The concrete caps and copings shall be constructed of Class HP (AE) ¾” concrete with a minimum compressive strength of 5,000 psi. 6- Filter Fabric: The filter fabric shall be a material suitable for the intended application, capable of preventing migration of any backfill material into the compacted coarse aggregate layer, while simultaneously permitting ground water to drain. The filter fabric shall be designed for the specific backfill in accordance with Publication No. FHWA-NHI-07-092, “Geosynthetic Design and Construction Guidelines”. The fabric shall be designed by the wall designer or other professional registered in the State of Rhode Island. Calculations shall be submitted to the Engineer. The filter fabric shall be approved by the Engineer. 7-Keystone: Where indicated on the plans, the void between the panel and the MSE wall shall be filled with Keystone conforming to Section M.01.06. Acceptance: The Contractor shall furnish to the Engineer a Certificate of Compliance certifying that the above materials comply with the applicable contract specifications. A copy of all test results performed by the Contractor necessary to assure contract compliance shall also be furnished to the Engineer. Acceptance will be based on the Certificate of Compliance, accompanying test reports, RIDOT Testing, and visual inspection by the Engineer. In addition to submittal requirements previously specified, the Contractor shall also submit to the Engineer six (6) sets of the following: gradation report; pH test report; corrosivity test report; and a Certificate of Compliance certifying that the reinforced backfill material complies with these Special Provisions. Copies of other test results performed by the Contractor to assure compliance with these special provisions, if any, shall be furnished to the Engineer. Delivery, Storage and Handling: The Contractor shall check the material upon delivery to assure that the proper materials have been delivered.

• The material shall be stored above - 20º F.

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

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

CONSTRUCTION METHODS: Excavation, Foundation Preparation & Construction: Excavation for MSE facing shall be in accordance with the requirements of Section 203 of the Standard Specifications. The foundations shall be graded level for a distance of two (2) feet, more or less, beyond the outside dimensions of the structures and shall be compacted with a smooth wheel vibratory roller. Any foundation soils found to be unsuitable shall be removed and replaced with gravel borrow as per Section 203. If the foundation is placed on fill material, the material shall be a gravel borrow conforming to the relevant provisions of Subsection 203.02.1.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 58

Page 59: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 7 of 7

All construction of the MSE wall facing shall be in accordance with the manufacturer’s recommendation and instructions, as indicated in the approved shop drawings and the contract documents. Where conflicts exist, the most stringent requirements shall govern as determined solely by the Engineer. The concrete leveling pads shall be constructed in accordance with the Rhode Island Standard Specifications Section 808, Cast-In-Place Structure Concrete Masonry. Wall Erection: Precast concrete panels shall be placed so that their final position is vertical as shown on the Plans. For erection, panels shall be handled by means of lifting devices connected to the upper edge of the panel. Panels shall be placed in successive horizontal lifts in the sequence shown on the approved Shop Drawings. Concrete facing vertical tolerances and horizontal alignment tolerances shall not exceed ¾ inch when measured with a ten-foot straight edge. During construction, the maximum allowable offset in any panel joint shall be ¾ inch. The overall vertical tolerance of the wall (top to bottom) shall not exceed ½ inch per ten feet of wall height. Connection elements shall be placed normal to the face of the wall, unless otherwise shown on the approved Shop Drawings. Wall panels damaged during erection procedures shall be repaired or replaced, at the Engineer’s discretion, and at the expense of the Contractor. METHOD OF MEASUREMENT: “MSE WALLS PRECAST CONCRETE FACING” will be measured for payment by the number of “Square Yards” of front facing wall, actually installed in accordance with the Plans and/or as directed by the Engineer. BASIS OF PAYMENT: The accepted quantity of “MSE WALLS PRECAST CONCRETE FACING” will be paid for at its respective contract unit price per “Square Yards” as listed in the Proposal. The price so stated shall constitute full and complete compensation for all labor, materials, tools and equipment, and all other incidentals required to complete the work as described in these Special Provisions and elsewhere in the Contract Documents, complete in place and accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 59

Page 60: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 2

CODE 808.9901 CONCRETE SUPERSTRUCTURE CLASS HP 3/8” BRIDGE DECK CLOSURE POURS

All work under this item shall be in accordance with Section 808 and 601 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations), revised as follows: MATERIALS

All concrete for closure pours shall be Class HP High Early Strength. Class HP High Early Strength shall conform to the requirements of Class HP concrete as specified in Section 600 of the Standard Specifications. Class HP High Early Strength Concrete shall reach a minimum compressive strength (f’c) of 2500psi within 4 hours of placement and 5000psi within 28 days of placement. No flash set will be permitted. Prequalification for shrinkage and permeability will not be required. Acceptance of material or construction shall be in accordance with Section 601 of the Standard Specifications and shall be based on the 28-day compressive strength. Additional sampling and testing to confirm interim compressive strength will be required earlier than the specified 28-day compressive strength and/or at 4 hours, as determined by the Engineer, as a prerequisite to subsequent construction activities shall be the Contractor’s responsibility as part of the Contractor’s quality/process control system. CONSTRUCTION METHODS

The concrete within the deck closure pours shall develop a minimum concrete strength (f’c) of 2500psi prior to subjecting it to loading from subsequent construction activities, including, but not limited to vehicle and construction equipment loading, installing materials or storage of materials. The closure pour shall be to one-half inch (1/2”), with tolerance of minus 0, plus ¼”, above the proposed final top of deck grades similar to the rest of the bridge deck. The rest of the bridge deck and the length of the closure pour shall be ground to remove the extra ½” of concrete under the Item 814.0100 DIAMOND GRINDING OF CONCRETE BRIDGE DECKS. METHOD OF MEASUREMENT

“CONCRETE SUPERSTRUCTURE CLASS HP 3/8” BRIDGE DECK CLOSURE POURS” will be measured by the number of cubic yards of concrete actually provided in accordance with the Plans and/or as directed by the Engineer.

a. Deductions. Deduction in volume will be allowed for the following elements embedded in concrete:

1. The volume of major structural steel with the exception of steel sheet piling. 2. The volume of timber piles on the basis of 0.8 cubic feet per linear foot of pile. 3. The volume of concrete on combination piles.

No deduction in volume will be allowed for reinforcing steel, floor drains, weep holes, drainage holes, expansion joint material and minor structural elements embedded in concrete.

BASIS OF PAYMENT The accepted quantities of "CONCRETE SUPERSTRUCTURE CLASS HP 3/8” BRIDGE DECK CLOSURE POURS" will be paid for at the respective contract unit prices per cubic yard as listed in the Proposal. The prices so-stated constitute full and complete compensation for all labor, materials and

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 60

Page 61: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 2

equipment, and all incidentals required to finish the work, complete and accepted by the Engineer

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 61

Page 62: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 3

CODE 809.9924

PRECAST CONCRETE WALL PANEL FORMLINER FINISH

DESCRIPTION. Work under this item shall include all labor, materials and equipment required to provide formliner finishes on the exterior face of concrete surfaces indicated on the plans. The finishes shall be achieved through the use of form liners as described herein and as shown on the contract plans.

MATERIALS. Form Liner: Form liners shall be constructed of high-strength urethane and shall attach to the concrete formwork. They shall be of the multi-use type and from the same manufacturer. Form liners shall produce a surface pattern as indicated below (Fitzgerald Formliners used as basis of design):

Code 808.9924. Georgetown Ashlar, pattern no. 16986.

Custom formliners required to produce decorative elements may be provided from a different manufacturer or field fabricated if capable of accurately reproducing design profile to the satisfaction of the Engineer.

MANUFACTURERS

Fitzgerald Formliners 1500 East Chestnut Avenue Santa Ana, CA 92701

Tel.: 800.547.7760

Fax: 714.547.7958

www.formliners.com

Formliner Solutions, LLC 246 Plumosa Avenue Vista, CA 92083

Tel.: 760.208.8901

Fax: 760.727.4347

www.formlinersolutions.com

Spec Formliners, Inc. 530 East Dyer Road Santa Ana, CA 92707 Tel.: 714.429.9500 Fax: 714.429.1460 www.specformliners.com

Substitutions: As approved by the Engineer

CONSTRUCTION METHODS. The Contractor shall be trained by the manufacturer in the use of form liners for the intended application. The form liner manufacturer and installer shall

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 62

Page 63: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 3

have a minimum of three (3) consecutive years experience in textured concrete construction. Evidence shall be furnished to the satisfaction of the Engineer that the products and their installation have been successfully utilized in similar applications.

Prior to construction, the Contractor shall present mockups for each item code finish to the Engineer for review and approval. Mockups shall remain on site throughout construction as a reference standard and shall be fabricated as follows:

The mockup for Item Code 808.9924 shall be a minimum size of five (5) square-feet and include a butt joint to ensure that the form liner panels produce a consistent surface pattern and appearance without any visible seams.

The Contractor shall submit Shop Drawings for the entire Concrete Architectural Treatment system in accordance with the provisions of Subsection 105.02 of the Standard Specifications. The Engineer shall consult with the RIDOT Historical Preservation Specialist if required, and shall review the Shop Drawings and samples for compliance with the specifications.

The Concrete Architectural Treatment shall be applied to the exterior face of concrete surfaces within the limits shown on the Plans to a minimum of 1’-0” below the finish grade.

Form liners shall be applied per the manufacturer’s recommendations, and in accordance with the following provisions:

Form liners shall be mated with the adjacent panels to produce a consistent pattern and shall be placed adjacent to each other with a 1/8" seam or less. The form liners shall be securely attached to the forms per the manufacturer’s recommendations. Wall ties shall be coordinated with the form liner system.

Form liners shall be rigid and capable of withstanding the anticipated concrete placement pressures without leakage, which could cause physical or visual defects, and should be able to be removed without causing concrete surface deterioration or weakness in the substrate. Form release agents, form stripping methods and patching materials, as well as related construction materials, shall be compatible with all other elements.

Form liner butt joints shall be carefully blended into the approved pattern. No visible vertical or horizontal seams or conspicuous form marks created by butt-joined form liners will be accepted. The finished concrete surface shall have a finished texture and continuous pattern, in accordance with the information shown on the plans or as directed by the Engineer.

The use of wall ties that result in a portion of the tie being permanently embedded in the concrete shall require approval by the Engineer prior to the commencement of the work. Wall ties shall be provided with break setbacks of 1” minimum from the finished concrete surface. The wall tie holes shall be placed in the high point of the rustication or mortar joint.

Concrete placement shall be in accordance with the provisions of Subsection 808.03.5 of the Standard Specifications, with an emphasis on the importance of proper vibration of the concrete next to the form liner to ensure that no honeycombs or other deficiencies occur in the face of the concrete.

After stripping the forms and form liners, the concrete surface shall be cleaned and shall be free of all laitance, dirt, dust, grease, release agents, efflorescence and any other foreign or

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 63

Page 64: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 3 of 3

deleterious materials.

Sandblasting shall not be permitted for cleaning concrete surfaces; pressure washing with water is the preferred method for removing laitance. When pressure washing is to be used, it shall be performed in accordance with specification 820.0200, High-Pressure Water Cleaning of Concrete Surfaces. The completed surface shall be free of blemishes, discolorations, surface voids greater than 3/8” in diameter and conspicuous form marks. The cleaning process shall not diminish the “rustic” appearance created by the form liner.

Materials shall be furnished, prepared, applied, cured and stored according to the product manufacturers’ directions.

When directed by the Engineer, the Contractor shall have the manufacturers’ technical representatives available to answer questions and/or make recommendations prior to and during the work operations.

METHOD OF MEASUREMENT:

"PRECAST PANEL CONCRETE WALL PANEL FORMLINER FINISH" shall be not measured

for payment.

BASIS OF PAYMENT:

No separate payment will be made for "PRECAST PANEL CONCRETE WALL PANEL FORMLINER FINISH". The cost for this item shall be included in the cost of Item Code 805.9903 “MSE WALLS PRECAST CONCRETE FACING."

No separate payment will be made for “HIGH PRESSURE WATER CLEANING OF CONCRETE SURFACES”. Cost for this item shall be included in the lump sum bid prices and unit bid prices of the appropriate items as listed in the Proposal.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 64

Page 65: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

CODE 824.9901AASHTO M270 GRADE 50 STEEL – TEMPORARY

All work under this item shall be in accordance with Section 824 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations), revised as follows:

DESCRIPTION

Delete subsection 824.01 and replace with the following:

803.01 DESCRIPTION. This work consists of furnishing, fabricating, and erecting temporary structural steel at the locations and to the details indicated on the Plans, or as directed by the Engineer, for the support of the proposed superstructure in its temporary location so it may carry traffic all in accordance with these Specifications. Structural steel includes, but is not limited to, carbon, special alloy steels, steel forgings, steel and iron castings and weldments. Temporary structural steel includes the temporary pier, temporary transverse bridge restrainers, temporary steel bolsters at the abutments and anchor bolts.

This work does not include temporary structural steel used for purposes other than supporting the proposed superstructure in its temporary location so it may carry traffic, including temporary works required for Bridge Superstructure Slide.

BASIS OF PAYMENT

Delete subsection 824.04 and replace with the following:

METHOD OF MEASUREMENT:

“AASHTO M270 GRADE 50 STEEL - TEMPORARY” will not be measured for payment. Preparation and submittal of shop drawings, designing, furnishing, installing and maintaining temporary structural steel shall be considered as incidental to this work and therefore will not be measured for payment.

Delete subsection 824.05 and replace with the following:

BASIS OF PAYMENT:

“AASHTO M270 GRADE 50 STEEL - TEMPORARY” will be paid for at the contract Lump Sum price as listed in the Proposal. The price so-stated constitutes full and complete compensation for all submittals, design, labor, tools, materials, equipment, maintenance and all other incidentals required to finish the work, complete and accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 65

Page 66: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 2

CODE 824.9970 TEMPORARY TRAFFIC PLATE

DESCRIPTION:

This work consists of furnishing, installing, maintaining and removing temporary roadway traffic plates bolted to the concrete deck as required to provide a smooth riding surface at the abutments in the temporary condition. Temporary traffic plates are to be used to bridge the opening for the future closure pour at the abutments while the bridge is on the temporary alignment. This item of work shall also include all blocking, inserts, anchor bolts, movements of the plates as may be necessary, associated maintenance, and removal as may be necessary to complete the work in accordance with these Special Provisions, as detailed on the Plans, or as directed by the Engineer.

There shall be no payment made for any temporary traffic plate other than at the locations shown on the Plans, in the event that such plates may be required.

MATERIALS:

All materials shall conform to the following requirements:

1. The steel plate shall meet the requirements of AASHTO Designation M270 Grade 50. M270 Grade 36 is an acceptable alternative.

2. The concrete inserts shall be capable of developing the full strength of the bolt.

CONSTRUCTION METHODS:

The entire traffic plate including inserts shall be furnished and installed prior to opening the temporary bridge to traffic.

The traffic plates shall be detailed in such a manner as to not endanger the motoring public.

The Contractor shall at all times maintain the plates (including concrete inserts) as may be required for the duration of the work.

The plate thickness and bolt spacing are minimum requirements. The Contractor shall submit shop drawings and supporting calculations detailing the temporary traffic plate consistent with the proposed sequence of construction. The steel plate shall be so detailed such that the heads of the bolts are flush with the top of the temporary plate. Shop drawings shall be stamped by a Rhode Island registered Professional Engineer.

The entire traffic plate system shall be dismantled after the completion of the work and any bolt holes in the deck repaired using an approved non-shrink grout to the satisfaction of the Engineer. The steel plates shall remain the property of the Contractor.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 66

Page 67: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 2

METHOD OF MEASUREMENT:

“TEMPORARY TRAFFIC PLATE” will not be measured for payment. Preparation and submittal of shop drawings, designing, furnishing, installing, maintaining, storing, removing and disposing of temporary traffic plates shall be considered as incidental to this work and therefore will not be measured for payment.

BASIS OF PAYMENT:

“TEMPORARY TRAFFIC PLATE” will be paid for at the contract Lump Sum price as listed in the Proposal. The price so-stated constitutes full and complete compensation for all submittals, design, labor, tools, materials, equipment, maintenance, relocation, storage, removal, disposal, blocking, inserts, anchor bolts and all other incidentals required to finish the work, complete and accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 67

Page 68: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

SECTION 825PAINTING STRUCTURAL STEEL

825.02.2 Topcoat Color Add the following:

Topcoat Color shall be semi-gloss and match Federal Standard 25183.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 68

Page 69: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

CODE 826.1000PERSONNEL AND ENVIRONMENTAL PROTECTION

The local office of the U.S. Department of Labor, Occupational Safety and Health Administration as referenced in Subsection 826.03.2.a.2 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations), is as follows:

Providence Area OfficeFederal Office Building380 Westminster Mall, Room 543Providence, Rhode Island 02903(401) 528-4669Fax: (401) 528-4663

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 69

Page 70: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 6

CODE 827.99XX

HOT-DIP GALVANIZING AND FACTORY-APPLIED COLOR FINISH

DESCRIPTION: This work consists of applying hot-dip galvanizing to the steel items and coating them with an approved paint system as called for and in accordance with the contract documents, and in a manner satisfactory to the Engineer.

MATERIALS, SURFACE PREPARATION, GALVANZING AND COATING APPLICATION: Hot-Dip Galvanizing: Provide a uniform dry film thickness (DFT) coating for iron and steel fabrications applied by the hot-dip process. Galvanizing bath shall contain special high- grade zinc (98% minimum) and other elements, as specified by the Galvanizer.

Galvanize Properties: Comply with AASHTO M111 for fabricated products and AASHTO M232 for hardware. Any piece that does not meet the standards must be stripped and re- galvanized.

Factory-Applied Finish over Galvanized Steel: Provide factory-applied coating over hot• dip galvanized steel matching approved coating samples. Use a coating system from the NEPCOAT QPL for new and existing 100% bare steel, but without the zinc rich primer. Use only the coatings approved within a single system from the North East Protective Coating Committee (NEPCOAT) Qualified Products List (QPL).

Application: Apply the NEPCOAT-approved intermediate coat as the prime coat over the galvanizing at the DFT as specified by the approved coating manufacturer. Apply the prime coat at the applicator’s plant within 8 hours after blasting to SSPC-SP1 in a controlled environment meeting applicable environmental regulations and as required by the coating manufacturer. Do not apply the prime coat if signs of corrosion or contaminates are visible on the prepared surface. Test the DFT of the prime coat on each piece in accordance with SSPC PA2. Use the DFT for the galvanizing, as measured previously for each piece, as a baseline to determine the prime coat DFT. Record the average prime coat DFT for each piece that meets the coating manufacturer's requirements. An additional corrective coat may be applied if the DFT does not meet the manufacturer’s minimum, if allowed by the manufacturer’s written recommendations. Otherwise, completely strip down to bare metal, galvanize and recoat any piece that does not meet the manufacturer's minimum DFT for the prime coat.

Apply the top coat at the DFT as specified by the coating manufacturer at the applicator’s plant in a controlled environment meeting applicable environmental regulations and as recommended by the coating manufacturer. Test the DFT of the top coat on each piece in accordance with SSPC PA2. Combine the average DFT for the galvanizing and prime coat measured previously for each piece to determine the top coat DFT. An additional corrective coat may be applied if the DFT does not meet the manufacturer’s minimum, if

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 70

Page 71: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 6

allowed by the manufacturer’s recommendations. Otherwise, completely strip down to bare metal, galvanize and recoat any piece that does not meet the coating manufacturer's minimum DFT for the top coat.

Test the adhesion of the paint system in accordance with ASTM D4541on a face not readily visible in normal service, as approved by the Engineer, a minimum of once every 500 square feet. Any area beyond multiples of a full 500 square feet will be treated as a full 500 square foot area for the purpose of adhesion testing. The full coating system shall be restored to meet the specification by the method defined under “Removal / Repair of Unsatisfactory Material”. Coupons made 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 avoid damaging the work pieces. Report to the Engineer a result of less than 250 psi. If any pieces are deemed to be deficient by the Engineer, the pieces shall be stripped down to bare metal, galvanized and recoated at no additional cost to the State.

Certify that the coatings are OTC/VOC compliant and conform to applicable regulations and EPA standards.

Apply the galvanizing and coating system within the same facility and with single source responsibility.

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 for review and approval prior to application.

The Contractor shall also provide the following necessary information:

Product Literature for Factory-Applied Metal Coatings: Submit manufacturer's product literature for coatings specified in this specification including test data and Material Safety Data Sheets.

Warranty: Provide galvanizer's standard warranty that materials (galvanizing and top coating) 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 against adhesion loss of more than 10%.

Verification Samples for Factory-Applied Metal Coatings: Submit one 12” x 12” by ¼” steel plate using the same steel to be used in fabrication of the relevant parts. The piece shall show four conditions in 3-inch bands, each the width of the plate: the untreated galvanize, the abraded galvanize, the primed galvanize and the top coat. Each treatment shall be the same as shall be used in the actual production and using the same equipment and personnel.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 71

Page 72: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 3 of 6

Certificate of Compliance for Items Coated by Galvanizer: Submit a notarized Certificate of Compliance with application for payment for galvanizing, signed by the galvanizer, indicating compliance with requirements of specifications. Include scope of services provided, and quantity and itemized description of items processed.

Shop Drawing Review of Fabrication by Galvanizer: Submit galvanizer's documentation that shop drawings for metal fabrications to receive coatings have been reviewed and that fabrications are acceptable to galvanizer for proper application of galvanizing and coatings. All shop drawings shall be signed by the galvanizer to indicate acceptance of design for galvanizing.

Identification of Coated items: The galvanizer shall place a clearly visible mark with a unique identifier on each significant piece prior to the galvanizing. The method of marking shall not compromise the integrity of the steel and shall remain legible though all subsequent coatings. The method and location shall be submitted to the Engineer for approval before the work starts. The identifier shall tie back to information identifying the piece and all relevant QC information.

Certificate of Compliance for Shop Application: Galvanizer/applicator shall supply a certificate of compliance with SSPC-QP3 - Certification Standard for Shop Application of Complex Protective Coating Systems.

Masking: Method to mask areas not to receive galvanizing, such as the top of bridge beams and adjacent to edges to be welded.

Quality Control, Testing and Certification: The Contractor shall certify that every batch or lot of material conforms to this specification and shall submit test results for every batch or lot of materials. This will be based on the QC plan as defined below.

Galvanizer's Qualifications: Engage the services of a qualified galvanizer who has demonstrated a minimum of ten (10) years of documented experience in the successful application of hot-dip galvanizing.

Coating Applicator's Qualifications: Factory-applied coatings shall be performed by a company with a minimum of ten (10) of years of documented experience in a single facility where the work is to be performed. This will be demonstrated by the documentation of successful comparable applications of paint systems to the work governed by this specification.

Provide a QC plan for both the galvanizing and coating processes. This should include but 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.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 72

Page 73: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 4 of 6

• 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 processes 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 of all testing performed. Any destructive testing shall be the Contractor's responsibility with no additional cost to the State, including the costs of repair to the galvanizing and coating system

CONSTRUCTION METHOD:

Pre-Construction Conference: The Contractor shall schedule a meeting prior to galvanizing or application of any coatings and to be attended by the Engineer and/or his Inspector, the galvanizer and if not the same as the galvanizer, the applicator. The following topics, at a minimum, shall be included in the agenda: Coordination of schedule between fabricator and galvanizer if separate, finish of surfaces, application of coatings, color selections, submittals, and approvals.

Coordination between Fabricator and Galvanizer: Prior to fabrication and final submittal of shop drawings to the Engineer, fabricators shall submit shop drawings to the galvanizer for all metal fabrications to receive factory-applied coatings. The galvanizer shall review the fabricator's shop drawings for suitability of materials for galvanizing and coatings and coordinate any required modifications to fabrications required to be performed by the fabricator.

Masking of Areas Not to be Galvanized. Areas to be masked shall be as shown on the plans. When masking the tops of bridge beams, the outer perimeter of the top surface of each beam shall not be masked for a distance of one inch from the edge. For areas to be welded, the masked area shall provide an ungalvanized surface at least one inch beyond the anticipated heat affected zone.

Shipping, Storage, and Erection of Finished Steel: Extreme care shall be employed in handling, storing, shipping and erecting the steel to avoid damage to the finished

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 73

Page 74: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 5 of 6

galvanizing/ coating system. Coated steel shall not be moved in the shop until sufficient cure time, per the coating system manufacturer’s requirements, 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 by the Engineer shall be used to insulate the steel from binding chains. Small structural pieces 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 industry approved means, so that the members do not fall onto each other or rest directly on the ground.

Removal / Repair of Unsatisfactory Material: The galvanizing and paint system will be considered unsatisfactory if it is damaged, a coat or coats lift, blister, or wrinkle; has excessive runs or sags; shows evidence of application under unfavorable conditions; the workmanship is poor; impure or unauthorized paint has been used; or for other reasons determined by the Engineer.

Field Touchup: It shall be verified that all surfaces to be touched up in the field are thoroughly cleaned of dirt, grease, oil, chalk, bird droppings, lubricants, and other surface interference material. Hand tools, power tools, or blast cleaning shall be used as necessary to remove rust and for spot repair of localized damage to the galvanizing and coating system. Touchup or painting shall not occur until the Engineer has accepted the surface cleaning and dry surface condition. All damaged areas of coating shall be addressed using the methods described under "Repair Methods" below.

For all repairs, the surrounding material shall be feathered to expose a minimum of one- half inch of each coat and to provide a smooth transition into the surrounding intact, adherent material. The coating being applied will cover the feathered area of the matching coating. All DFTs shall be per the manufacturer’s recommendations.

Repair Methods: Comply with the surface preparation and application requirements of this specification and as follows:

a. When the damaged or deficient area exceeds 2% of the surface area of a piece, the entire piece shall be striped to bare metal, re-galvanized and recoated in accordance with this special provision.

b. When the defective paint or damage extends to the bare steel or bare steel is

exposed in areas less than 4" x 4" in size, the surface shall be prepared by power tool cleaning to SSPC•SP11. Uncoated areas that had not previously received the primer coat in the shop within the 8-hour window shall be treated as bare metal. If the damage covers an area greater than 4" x 4" in size, but less than 2% of the area of the piece, the area shall be blast cleaned in accordance with SSPC-SP10. The

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 74

Page 75: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 6 of 6

surrounding galvanizing and each layer of the paint shall be feathered to expose a minimum of one-half inch of each coat and to provide a smooth transition into the surrounding intact, adherent material. Solvent cleaner shall be used prior to application of a coat of zinc rich primer, specified as part of the approved NEPCOAT system. It shall be used and applied to bare metal and overlapping 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 the feathered edges of the original top coat.

c. When the damaged or Defective paint does not expose the substrate, the surface shall be gently cleaned by hand or power tools. It shall be cleaned in accordance with SSPC-SP2 or SSPC-SP3 to remove oxidation from the galvanizing, defective material, and loose paint. The surface shall not be burnished or polished. The hand and power tool cleaning shall be supplemented with pressure washing accompanied by scrubbing with stiff bristled brushes or other means necessary to remove the oxidation from exposed galvanize. The affected areas shall be solvent cleaned and re-painted with the primer and top coat as used in the original system.

d. For all repairs, the paint in overcoated areas shall be roughened in accordance with

the manufacturer’s recommendations to ensure good adhesion of the repair material to the underlying paint.

METHOD OF MEASUREMENT: “Hot-Dip Galvanizing and Factory-Applied Color Finish” will not be measured for payment.

BASIS OF PAYMENT: “Hot-Dip Galvanizing and Factory-Applied Color Finish” will not be paid separately and will be considered incidental to the cost of items being coated.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 75

Page 76: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

CODE 828.9901ELASTOMERIC BEARINGS LAMINATED – TYPE 1

CODE 828.9902ELASTOMERIC BEARINGS LAMINATED – TYPE 2

CODE 828.9903ELASTOMERIC BEARINGS LAMINATED – TYPE 3

CODE 828.9904ELASTOMERIC BEARINGS LAMINATED – TYPE 4

All work under this item shall be in accordance with Section 828 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations), revised as follows:

CONSTRUCTION METHODS

Section 828.03.1

Add the following after the second paragraph of paragraph c. Compression Test:

Contractor shall not install bearing pads on the bridge until after the Engineer has provided confirmation that the sample pads have been tested and the test results are acceptable.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 76

Page 77: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 10

CODE 899.9901 BRIDGE SUPERSTRUCTURE SLIDE

DESCRIPTION: This work consists of furnishing all horizontal slide and vertical lift/lowering jack equipment, including but not limited to; mechanical devices, jacks, jacking plates, temporary slide bearings, slide bearing lubrication, jacking tendons, temporary works; performing the lateral slide of the two-span superstructure from the temporary detour alignment to the permanent location; and removal of temporary materials and equipment; in accordance with the staging and operations shown on the plans and these specifications.

1. The work in this special provision includes monitoring of bridge movement, jack displacement, corrective action in the event of damage during sliding operations, removal of lateral slide and vertical lift equipment, and performing post-slide inspections and necessary corrective actions.

2. The work in this special provision also includes preparation and submittal of all calculations and working drawings (with working load capacities) for horizontal slide and vertical lift/lowering equipment and related structural components, submittal of an hour by hour breakdown of activities during slide operations and a contingency plan for implementation in the event the sliding operations are not successful.

3. The Contractor executing the horizontal slide and vertical lift/lowering must provide

qualifications in performing high capacity jacking operations on previous similar projects or applications.

DEFINITIONS: The following definitions apply to this project:

Horizontal Slide. All components including but not limited to the jacks, pumps, sliding surface, structural materials, Programmable Logic Controller equipment, etc., and process including but not limited to submittal preparation, execution of bridge movement, monitoring of the bridge during movement, post slide inspections and necessary corrective actions. Vertical Lift/Lowering. All components including but not limited to the jacks, pumps, structural materials, Programmable Logic Controller equipment, etc., and process including but not limited to submittal preparation, execution of bridge movement, monitoring of the bridge during movement, post jacking inspections and necessary corrective actions. Temporary Shoring. All components erected to provide support for construction activities including but not limited to lateral bracing, slide rails, jacking systems, dead man shoring, work platforms and all personnel safety programs. Working Drawings. Drawings produced by the Contractor that supplement the contract plans and provide information not included in the contract, that are required to fabricate and erect the horizontal sliding and vertical lift/lowering system, and transport the structure or structural elements into their final plan locations. Working drawings do not supersede the contract plans. Approval of Working Drawings. RIDOT must provide approval of all working drawings prior to

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 77

Page 78: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 10

use on the project. The Engineer will review working drawings for general conformance with the contract plans and design intent. Review and approval does not relieve the Contractor from responsibility for errors, correctness of details, conformance to the contract and successful completion of the work. Contingency Plans. A plan developed by the Contractor and subject to approval by the Engineer that implements corrective actions during or after bridge sliding and/or vertical lift/lowering operations in the event that the proposed jacking systems, equipment, components or materials do not function as intended, or if the alignment of the superstructure during or after jacking operations is not within the tolerances as dictated in the contract. Geometry Control and Monitoring Plan. A plan developed by the Contractor and subject to approval by the Engineer that details equipment, procedures, and locations of geometry control reference points on the superstructure, substructure and temporary shoring structure to measure superstructure movement and deformations during sliding and vertical lift/lowering operations, and superstructure alignment in its final position.

SUBMITTALS: 1 Working Drawings, Calculations and Procedures.

a. Design all elements of the horizontal slide and vertical lift/lowering system in accordance with

the most current versions of the AASHTO Guide for Bridge Temporary Works, and the AASHTO LRFD Bridge Construction Specification. Alternatively, design in accordance with the AASHTO LRFD Bridge Design Specifications Seventh Edition with 2016 Revisions. Where the AASHTO codes are silent on specific design elements of the horizontal slide system or vertical lift/lowering, design steel elements per the American Institute of Steel Construction (AISC) Steel Construction Manual, and design concrete elements per the American Concrete Institute (ACI) Committee 318 Building Code for Structural Concrete. Perform additional geotechnical investigation, if required.

b. Sliding system and vertical lift/lowering system details, components, mechanical devices, jacks,

temporary blocking, structural components and operational techniques shall be provided to on the Working Drawings. Provide detailed calculations and plans for the following:

i) Locations of all equipment during superstructure move.

ii) Calculated superstructure weight for movement based on actual known dimensions of

components and densities of materials.

iii) Static and kinetic friction coefficient values based on the actual sliding materials used.

iv) Inclusion of construction loads on superstructure during jacking (if any).

v) Member capacities for all temporary components used for conveyance of loads during slide operations.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 78

Page 79: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 3 of 10

vi) Weights and capacities of all jacking systems and limitations necessary for stability during all jacking, raising and lowering and moving operations.

vii) Quality Control (QC) procedures to be followed during the superstructure move.

viii) Operational details for the control of movement during sliding and vertical lift/lowering

operations. The Contractor must include a system of check off procedures for Contractor and Department staff for safety procedures.

c. Submit detailed working drawings, calculations and procedures for all equipment, materials, and

processes required for the horizontal slide and vertical lift/lowering operations per subsection of the Standard Specifications for Construction. Allow forty-five (45) days for each Department review cycle. Submittals may require multiple submittal/review cycles to become approved. Working drawings, calculations and procedure for the horizontal slide and vertical lift/lowering system, all proposed modifications to the permanent superstructure, substructure, and temporary shoring structure must be prepared, and sealed by a Professional Engineer licensed in the State of Rhode Island.

d. The Engineer must approve all deviations and/or changes to the working drawings.

e. Submit for Department review revisions to concepts and methods, as shown on the contract

plans, to facilitate the Contractor’s proposed sliding and vertical lift/lowering operations. The following will require Department approval:

i) Changes to locations of permanent support conditions;

ii) Changes to cross section component sizes or jacking forces requiring additional or

temporary diaphragms or superstructure stiffening members;

iii) Changes to construction joints in any plane;

iv) Changes to splice locations, numbers, sizes and types;

v) Changes to sliding surface materials or configuration;

vi) Changes to temporary substructure connection to the permanent substructure and locations

vii) Changes to jacking component connection to the superstructure, or horizontal bearing locations.

2 Overall Schedule of Superstructure Move Sequence.

a. Submit an hour by hour schedule of the bridge move for Department review thirty (30) days prior to the scheduled slide date.

b. Provide a step by step sequence for the following operations:

i) Connection, calibration, and testing of the jacking systems, hoses, pumps, jack bearing plates, shims and horizontal guide system;

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 79

Page 80: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 4 of 10

ii) Connection of the jacking systems to the temporary substructure (if required);

iii) Connection of the jacking systems to the permanent superstructure;

iv) Calculated jacking loads, gage pressures and anticipated cylinder stroke given the specific equipment proposed;

v) Anticipated jacking increments and/or distances when geometry control measurements are

to be taken;

vi) Geometry control measurements to be taken when superstructure nears the final plan location;

vii) Adjustment operations to ensure structure final position is within required tolerances; and

viii) Procedures to place superstructure on permanent bearings and/or locking the

superstructure into permanent position. 3 Operations Manual. Provide an Operations Manual detailing the entire operation and control of the

movements. Include an item check-off system in the Operations Manual for the benefit of the Contractor and Engineer, and for safety purposes. Submit the Operations Manual for RIDOT approval forty-five (45) days prior to beginning the horizontal slide operations. Ensure the Operations Manual contains at a minimum:

a. A Jacking plan, including a detailed narrative of the jacking procedures, method and sequence

of jacking, expected loads and displacement or stroke at each jack;

b. Number of jacks, jack models, capacities, piston cross sectional areas and the maximum stroke limits.

c. Number of pumps, manifold capacities and pump system master gage calibrations;

d. Anticipated gage pressure at the onset of movement (pressure required to overcome static

friction forces) and allowable pressure tolerances (percentage over anticipated allowed);

e. Anticipated gage pressure to maintain movement (pressure required to overcome dynamic friction forces);

f. Slide rail layout and placement of jacking system and components

g. Vertical lift/lowering jacking system layout

h. Placement and operations of PTFE or Teflon bearings or mechanical rollers including the

material and method of lubricating the sliding surfaces in the placement and operation of the bearings.

4 Geometry Monitoring and Control Plan.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 80

Page 81: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 5 of 10

a. Submit the Geometry Monitoring and Control Plan, in the form of working drawings or a manual,

which must be approved by the Engineer prior to the horizontal slide and vertical lift/lowering.

b. Propose measuring equipment, procedures and locations of geometry control reference points on the permanent superstructure, permanent substructure and temporary substructure.

i) Establish longitudinal, lateral and vertical location reference points on the completed

superstructure that correspond to or can be referenced to appropriate longitudinal, lateral and vertical reference points on the permanent substructure prior to commencing any jacking operations.

ii) Reference permanent benchmarks either already established on site, or established for the sole purpose of the horizontal sliding operations.

iii) Reference permanent benchmarks either already established on site, or established for the

sole purpose of the vertical lift/lowering operations.

iv) Establish survey points at the four corners and the mid-point along the north and south fascia of superstructure for measurement after jacking increments or distances, verify edge to edge, and corner to corner measurements are within tolerance during jacking operations, and after the superstructure is in the final position.

v) Include a geometry control procedure for monitoring deflection change and twisting of the

superstructure before, during, and after sliding the superstructure into the permanent position.

(1) Establish control points on select exterior and interior girders in each span for

measurement of girder trueness after jacking increments or distances.

vi) Establish and maintain a record of critical vertical elevations along the bridge construction centerline intersection at reference lines.

(1) Maintain the records in good condition so they may be used to compare measured

station and elevations against those shown on the plans. 5 Contingency Plan. Submit a Contingency Plan for deployment to address equipment malfunctions,

damage to permanent superstructure or substructure, and temporary shoring structures, and deviations from allowed tolerances during jacking operations. The Contingency Plan must be approved by the Engineer prior to the horizontal slide. Address the following at a minimum:

a. Failures or loss of pressure or hydraulic fluid in jacking system hoses, pumps and cylinders

during jacking operations.

b. No movement in the superstructure upon application of 125 percent of the required jacking force.

c. Higher than anticipated jacking pressures required to overcome static friction forces.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 81

Page 82: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 6 of 10

d. Higher than anticipated jacking pressures required to achieve vertical lift off of supports.

e. Differential jacking gage pressures from one end of the permanent span to the other, or between the two spans.

f. Cracking or damage to jacking system connection points to the permanent superstructure, or

temporary shoring structure.

g. Twisting or deflection of the superstructure in excess of allowable tolerances during jacking operations.

h. Horizontal movement during jacking operations out of anticipated alignment required for final

superstructure position.

i. Damage, gouging or excessive wear to horizontal sliding surface and other frictionless surfaces during jacking operations.

j. Excessive deflections and/or displacements of the temporary substructure during jacking

operations.

k. Slippage in connection of the temporary shoring structure to permanent substructure. MATERIALS. Use structural concrete and structural steel materials meeting the requirements of the Standard Specifications. Select grouted and epoxy anchored connections per the Standard Specifications. 1 Jacking Products and Components.

a. Design jacking systems for 150 percent of the anticipated jacking loads, and ensure jacks can meet the cylinder stroke requirements of the sliding mechanism and vertical lift/lowering system.

b. Equip each jack with either a pressure gage or load cell for determining the jacking force.

Ensure pressure gages have an accurate reading dial at least 6 inches in diameter. Calibrate each jack or pumps with a master gage per NIST standards, and apply a correction factor if required. Calibrate load cells and provide an indicator by which the jacking force is determined.

c. Provide a redundant system, such as jacking cylinder locking rings for all vertical jacks. The

redundant supports must maintain at least 1/4 inch of the cylinder stroke at all times.

d. Provide swivel head tilt saddle supports on all vertical jacks with a capacity of 5 degrees.

e. Use the AWS D1.1, Structural Welding Code – Steel (as modified by the Special Provision for Structural Steel and Aluminum Construction) standards for all field welding required for the fabrication and installation of the sliding system components.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 82

Page 83: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 7 of 10

CONSTRUCTION METHODS. All costs associated with damages, rejection of materials and equipment, or removal of completed work prior to the approval of the Engineer must be borne by the Contractor. 1 Preparation of superstructure horizontal slide.

a. The Contractor has overall responsibility for the construction of the horizontal slide system in accordance with the approved working drawings and procedures.

b. Accurately calculate required slide forces. Slide forces must include the total weight of

superstructure to be moved and the anticipated maximum coefficients for static and kinetic friction between sliding points.

c. Verify substructures and foundations are built according to contract plans.

i) Verify temporary support structure surfaces are built to required elevations and tolerances

for finished surfaces with sufficient clearances to accommodate jacking system and components.

ii) Verify sliding surface material properties match those used in friction calculations for

anticipated jacking loads.

iii) Verify connection of the temporary substructure to permanent substructure.

d. Follow established QC procedures and prepare a Pre-Operations check list confirming all operations and procedures are approved for jacking operations. The Engineer must approve and sign off on the Pre-Operations check list.

2 Vertical Lift/Lowering, Horizontal Sliding and Setting Operations.

a. Schedule a pre-move meeting with the Engineer 7 days prior to the move date. Address the following topics:

i) Safety Plan;

ii) Schedule of actual activities from slide preparation to removal of sliding equipment upon

completion of slide;

iii) Contingency Plan; and

iv) Communication hierarchy which defines personnel in charge, who makes decisions and changes, and who communicates with the Engineer.

b. Follow approved working drawings for details, sequences of procedures for positioning the

jacks, sliding rail and connections to the temporary substructure, and permanent superstructure and substructure.

c. Jack superstructure vertically and horizontally in an incremental fashion, stopping at each

increment to record measurements in each span, and ensure structure movement and

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 83

Page 84: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 8 of 10

deformations are within allowable tolerances. Maintain even jack strokes between all jacking points. Ensure movement in both spans relative to each other is within tolerances. Jacks may be controlled from individual pumps.

d. Ensure equal pressure on all connection points to the superstructure. Provide controls to reset

jacks as a group.

e. Operate vertical lifting/lowering and horizontal slide system within anticipated limitations (stroke limits) of the jacking systems. If at any time the superstructure does not move, following the application of 125 percent of the required jacking load, cease all operations and discuss with the Engineer. Follow limitations on working drawings for all incremental and differential jacking with due regard to assuring minimal differential movement between all lift points and slide locations.

f. Ensure stainless steel plates on the steel sliding shoes are in contact with elastomeric bearing

pads at all times during sliding by continually inserting plates ahead of superstructure movement, as necessary.

g. Inflate vertical jacks on blocking to raise superstructure and engage lock rings once lifted to

required elevation, remove bolsters, incrementally lower superstructure onto slide bearings.

h. Inflate vertical jacks on blocking to raise superstructure and engage lock rings once lifted to required elevation, remove slide bearings, install permanent bearings and lower onto permanent bearings.

i. Monitor all aspects of jacking system performance, and superstructure behavior during sliding

operations. Correct out of alignment occurrences using an individual pump or jack. If a single pump, manifolded operation is proposed, a plan for correcting out of tolerance alignment must be submitted.

j. Implement checking (QC) procedures prior to a sliding operation in order to ensure satisfactory

completion.

k. Implement contingency plans in the event of equipment malfunction, damage to structural units, or movements in excess of allowable tolerances.

l. Remove temporary substructure, foundations and all associated connections to the permanent

structure. 3 Movement of the Superstructure.

a. Ensure that the structure is constructed and transported to its final location, with no damage or adverse loss of strength, loss of performance or loss of long term durability. Any damage to the permanent superstructure or substructure caused by the move, or after the bridge is in its final position must be repaired by the Contractor at no additional cost to the State.

b. The Contractor is responsible for establishing geometric alignment and elevation reference

controls, and to establish survey control points and benchmarks as necessary. Establish

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 84

Page 85: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 9 of 10

transverse, longitudinal and vertical reference lines - e.g. centerlines of bearings, offsets from fixed surfaces - for setting superstructure spans on bearings, as necessary.

c. Provide maximum allowable changes in longitudinal length along the span, and transverse width

across the superstructure due to a maximum thermal gradient of 50 degrees. Measure superstructure span length and corresponding center to center of bearing length on the permanent substructure to ensure proper fit up within allowable tolerances.

d. Keep records of observations and operations. Submit all records to the Engineer. Notify

Engineer in event of errors and submit proposals for corrective adjustments or modifications to any of the permanent structure or components to the Engineer for approval prior to their implementation.

4 Tolerances.

a. Develop and monitor control points during superstructure sliding operations per the Geometry Monitoring and Control Plan.

b. Plan Alignment, Location, and Clearances for the final location of the superstructure will be in

accordance with Table 1:

Table 1: Dimensional Tolerances for Final Superstructure Location

Maximum deviation at each end of span or at pier from overall longitudinal alignment (longitudinal tolerance)

±1 inch

Maximum deviation at each end of span of bridge construction centerline intersection with reference lines (transverse tolerance)

± 1/2 inch at crown point

Maximum deviation in alignment in both primary plan directions (yaw)

±1 inch

Maximum deviation from vertical elevations at supports (finished grade tolerance)

± 1/4 inch

Maximum differential elevation between abutments

±1 inch

Maximum differential elevation at the pier ±1/2 inch Final location of individual elements or surfaces with respect to similar matching surfaces at expansion joint (i.e. plane of beam web, bridge railings or sidewalk) of adjacent spans, piers or abutment features

≤ 1 inch from plan location

c. Ensure that the superstructure itself remains as free as possible from harmful effects of differential movements at all sliding surfaces. Repair damage to the superstructure during sliding operations, or damage to the superstructure in its final position, or substructure. Submit a corrective action plan for approval by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 85

Page 86: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 10 of 10

d. The Engineer will not extend the completion date for the specified work for any reason, regardless of fault, with the exception of a catastrophic event (i.e. natural disaster or a declared state of emergency), or unless the engineer directs a stoppage of work per other contract or administrative requirements that are not the fault of the Contractor.

e. Use diamond grinding to meet ride quality requirements once the bridge has reached the final

location. METHOD OF MEASUREMENT. “BRIDGE SUPERSTRUCTURE SLIDE” will not be measured for payment. All work to design, fabricate, install and operate the jacking systems and all other components necessary to perform the required two-span superstructure sliding operations, jacking the two-span superstructure into its final position, and meeting final position tolerances, and all submittals required prior to commencement of work as described in this special provision shall be considered as incidental to this work and therefore will not be measured for payment. Construction of the temporary substructures and foundations and modifications to the permanent superstructure and, if necessary, the permanent substructure, mechanically stabilized earth walls, and solider pile walls if required to accommodate the approved jacking system are not included in this pay item. BASIS OF PAYMENT. “BRIDGE SUPERSTRUCTURE SLIDE” will be paid for at the contract Lump Sum price as listed in the Proposal. The price so-stated constitutes full and complete compensation for all submittals, design, labor, tools, materials, equipment, maintenance, relocation, storage, removal and all other incidentals required to finish the work, complete and accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 86

Page 87: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

CODE 903.9901 PROTECTIVE FENCE

All work under this item shall be in accordance with Section 903 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations), revised as follows:

MATERIALS All material shall be as designated on the plans. CONSTRUCTION METHODS Delete subsection 903.03.2 and replace with the following: 903.03.2 Installing Posts. Fence posts shall be mounted to bridge rail posts as shown on the plans. METHOD OF MEASUREMENT

Delete subsection 903.04.1 and replace with the following: 903.04.1 Fence. “Fence” will be measured in linear feet, end-to-end along the top of fence, of continuous sections actually installed in accordance with the Plans and/or as directed by the Engineer.

BASIS OF PAYMENT

Delete subsection 903.05.1 and replace with the following: 903.05.1 Fence. The accepted quantity of “Protective Fence” will be paid for at the contract unit price per linear foot as listed in the Proposal. The price so-stated constitutes full and complete compensation for all labor, materials, and equipment, including all other incidentals required to finish the work, complete and accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 87

Page 88: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

CODE 907.1000WATER FOR DUST CONTROL

DESCRIPTION

Subsection 907.05.3; Failure to Comply, of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations) requires that a daily charge be deducted from monies due the Contractor in the event the Engineer decides that dust has not been adequately controlled.

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

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 88

Page 89: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 2

CODE 916.9901TEMPORARY IMPACT ATTENUATION SYSTEM

DESCRIPTION

Work under the item “Temporary Impact Attenuation System” shall consist of designing, furnishing, installing, removing and repairing temporary impact attenuation systems of the type and size specified on the Plans or as directed by the Engineer. This work shall also include construction of related structures required for the system.

The systems shall have approval in writing from FHWA conforming to the requirements of the NCHRP Report 350, TL-3 test criteria, non-redirective.

MATERIALS.

Material for temporary impact attenuation systems shall conform to the manufacturer’s specifications. A materials certificate as defined in Article 106.04 shall be submitted for each system supplied.

CONSTRUCTION METHODS.

Temporary Impact Attenuation Systems shall be installed at the locations shown on the Plans according to the manufacturer’s specifications, or as directed by the Engineer.

The Contractor shall remove all temporary impact attenuation systems that are no longer needed on the Project.

The temporary impact attenuation system shall be maintained by the Contractor during all stages of construction.

When required, the Contractor shall furnish replacement parts and repair the systems as necessary, but in no case more than 72 hours after notification from the Engineer. Once the Contractor has begun repairs, the area shall remain protected and the work shall continue until all repairs are complete. The repaired system, when completed shall conform to the manufacturer’s specifications for a new system. Repairs shall be on a "Force Account" basis as set forth in Subsection 109.04; Para. a.4 of these Specifications. The Contractor shall be responsible for the removal and the proper disposal of all damaged material and debris. Repairs required as a result of manufacturing defects, installation defects or Contractor’s operation shall not be on a “Force Account” and shall be completed at no cost to the State.

METHOD OF MEASUREMENT

“Temporary Impact Attenuation System” shall be measured by the number of each system installed and accepted by the Engineer.

Adjustment or realignment of any part of the system or modules for Contractor’s access or convenience will be done at the Contractor’s expense.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 89

Page 90: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 2

BASIS OF PAYMENT

The accepted quantity of “Temporary Impact Attenuation System” will be paid for at the contract unit price per each as listed in the Proposal. The price so-stated constitutes full and complete compensation for all labor, materials and equipment, design, and all other incidentals required to finish the work, complete and accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 90

Page 91: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 91

Page 92: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 92

Page 93: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

CODE 937.1000MAINTENANCE AND MOVEMENT OF TRAFFIC PROTECTIVE DEVICES

DESCRIPTION

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

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

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

Failure to comply with this requirement will result in a charge of $1000.00 per half hour per lane (paved shoulders will be counted as lanes) per direction of travel for all project roadways.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 93

Page 94: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

CODE 938.1000PRICE ADJUSTMENTS

DESCRIPTIONa. Liquid Asphalt Cement. The Base Price of Liquid Asphalt Cement as required to

implement Subsection 938.03.1 of the Standard Specifications is $375.00 per ton.

b. Diesel Fuel. The Base Price of Diesel Fuel as required to implement Subsection 938.03.2 of the Standard Specifications is $1.7089 per gallon.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 94

Page 95: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 4

CODE 943.0200

TRAINEE MAN-HOURS

This On-the-Job Training Specification conforms to the requirements of 23 U.S.C. 140(a). As part of the contractor's equal employment opportunity and affirmative action programs, training shall be provided as follows:

A. The contractor shall provide on-the-job training aimed at developing full journey worker status in the type of trade or job classification involved.

B. The number of training hours assigned to this contract per this specification will be 3000 hours. The specific number of trainees shall be determined by the Contractor during the post qualification process.

C. In the event that a contractor subcontracts a portion of the contract work, he shall determine how many, if any, of the trainees are to be trained by the subcontractor, provided, however, that the contractor shall retain the primary responsibility for meeting the training requirements of this specification. The contractor shall also insure that this specification is made applicable to such subcontract. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training.

D. The number of trainees shall be distributed among the work classifications on the basis of the contractor's needs and the availability of journey workers in the various classifications within a reasonable area of recruitment. Prior to commencing construction, the contractor shall submit to RIDOT for approval the number of trainees to be trained in each selected classification and training program to be used. Furthermore, the contractor shall specify the starting time for training in each of the classifications. The contractor will be credited for each trainee employed by him on the contract work that is currently enrolled or becomes enrolled in an approved program, and will be reimbursed for such trainees as provided hereinafter.

GOOD FAITH EFFORTS

Training and upgrading of minorities and women toward journey worker status is a primary objective of this Specification. Accordingly, the contractor shall make every effort to enroll minority trainees and women (e.g., by conducting systematic and direct recruitment through public and private sources likely to yield minority and women trainees) to the extent that such persons are available within a reasonable area of recruitment. The contractor will be responsible for demonstrating the steps that he has taken in pursuance thereof, prior to a determination as to whether the contractor is in compliance with this Specification. This training commitment is not intended, and shall not be used, to discriminate against any applicant for training, whether a member of a minority group or not.

No employee shall be employed as a trainee in any classification in which he has successfully completed a training course leading to journey worker status, or in which he/she has been employed as a journey worker. The contractor may satisfy this requirement by including appropriate questions in the employee application, or by other suitable means. Regardless of the method used, the contractor's records shall document the findings in each case.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 95

Page 96: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 4

ACCEPTABLE TRAINING

The minimum length and type of training for each classification shall be as established in the training program selected by the contractor and approved by RIDOT and the Federal Highway Administration. RIDOT and the Federal Highway Administration will approve a program if it is reasonably calculated to meet the equal employment opportunity obligations of the contractor and to qualify the trainee(s) for journey worker status in the classification concerned by the end of the training period. Furthermore, apprenticeship programs registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, or with the Rhode Island apprenticeship agency recognized by the Bureau, and training programs approved but not necessarily sponsored by the U.S. Department of Labor, Manpower Administration, and Bureau of Apprenticeship are acceptable for the purposes of this specification.

Training will be considered acceptable provided it is being administered in a manner consistent with the equal employment obligations of Federal-aid highway construction contracts. Approval or acceptance of a training program shall be obtained from RIDOT prior to commencing work on the classification covered by the program. It is the intention of this specification that training is to be provided in the construction crafts rather than clerk-typists or secretarial-type positions. Training is permissible in lower level management positions such as office engineers, estimators, timekeepers, etc., where the training is oriented toward construction applications. Training in the laborer classification will be permitted provided that significant and meaningful training is provided and is approved by the division office of the FHWA. Some offsite training is permissible as long as the training is an integral part of an approved training program and does not comprise a significant part of the overall training.

REIMBURSEMENT

Except as otherwise noted below, the contractor will be reimbursed at a rate of $6.00 per hour of training provided to each trainee in accordance with an approved training program. This Reimbursement will be made even if the contractor receives additional training program funds from other sources, provided such other does not specifically prohibit the contractor from receiving other reimbursement.

Reimbursement for offsite training will not be made to the contractor. However, credit for offsite training will be granted if the contractor; contributes to the cost of the training, provides the instruction to the trainee or pays the trainee's wages during the offsite training period, or the trainees are concurrently employed on another Federal-aid project.

No payment will be made to the contractor if either the failure to provide the required training, or the failure to hire the trainee as a journey worker, is caused by the contractor and evidences a lack of good faith on the part of the contractor in meeting the requirements of this Specification. It is normally expected that a trainee will begin training on the project as soon as feasible after start of work, utilizing the skill(s) involved, and remain on the project as long as training opportunities exist in the work classification or until the trainee has completed the training program. It is not required that all trainees be employed as such for the entire length of the contract. A contractor will have fulfilled his responsibilities under this Specification if he has provided acceptable training to the number of trainees specified. The number trained shall be determined on the basis of the total number enrolled on the contract for a significant period.

Trainees will be paid the appropriate rates approved by the Departments of Labor or Transportation.

Trainees will be paid at least 60 percent of the appropriate minimum journeyman's rate specified in the contract for the first half of the training period, 75 percent for the third quarter of the training period, and 90 percent for the last quarter of the training period, unless apprentices or trainees in an approved existing

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 96

Page 97: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 3 of 4

program are enrolled as trainees on this project. In that case, the appropriate rates approved by the Departments of Labor or Transportation in connection with the existing program shall apply to all trainees being trained for the same classification covered by this Specification.

The contractor shall furnish the trainee a copy of the program he will follow in providing the training. The contractor shall provide each trainee with a certification showing the type and length of training satisfactorily completed.

The contractor will provide for the maintenance of records and furnish periodic reports documenting his performance under this Specification.

CONTRACTORS’ PROCEDURES

Pre-award:

A. Before beginning any federal aid project, the Contractor must have his or her Affirmative Action Plan in place and on file with the Department of Administration/EEO Office.

B. Prior to any award, the Contractor must submit to the Office of Business and Community Resources’ (OBCR) OJT Compliance Officer for review and approval, a specific plan that includes the following: the RIDOT OJT ANNUAL Training PLAN, which includes a listing of all current projects (FAP and Non-FAP), Trainee Registration Form and the OJT Acknowledgment and Statement of Intent.

C. The Contractor must either use a US or RI DOL approved program or an approved training program of a recognized labor organization or trades council.

Post-Award:

A. Proposed On-the-Job trainees are to be listed on the Trainee Registration enrollment form for each trainee to be employed and submitted to OBCR’s OJT Compliance Officer for approval. Trainees may not begin training until the Trainee Plan is approved by RIDOT.

B. The Contractor orients the training foreman, superintendent and the On-the-Job Training trainee(s) to their respective responsibilities in the program and provides copies of the training guidelines for the training job classification being used.

C. The Contractor shall provide a certified payroll weekly to the Resident Engineer. This payroll should distinguish clearly the trainee’s training hours from regular hours worked for each On-the-Job trainee.

D. The Contractor will monitor and submit monthly reports (called Monthly Report) for all trainees in the program, for progress, any problems or training issues to the OJT Compliance Officer.

E. The Contractor must notify the Resident Engineer and the OJT Compliance Officer verbally within 5 working days of any trainee termination or trainee resignations. The Contractor must also submit termination forms/documentation to the Resident Engineer and the OJT Compliance Officer within 10 working days after the termination. Subsequent to any trainee’s termination or resignation, the OJT Compliance Officer will make a good faith effort

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 97

Page 98: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 4 of 4

determination (regarding the contractor’s best efforts to replace the trainee as to whether this training position needs to be filled.

F. Contractors who assign training position(s) to subcontractors must be sure the subcontractor has an approved On-The-Job Training Plan on file with the OBCR. The Prime Contractor shall retain the responsibility for full compliance with OJT training requirements of the project.

G. The contractor shall furnish the trainee a copy of the program he will follow in providing the training. The contractor shall provide each trainee with a certification showing the type and length of training satisfactorily completed.

H. The contractor will provide for the maintenance of record and furnish periodic reports documenting his performance under this Specification.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 98

Page 99: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

JOB SPECIFIC

T04.9901

FURNISH AND INSTALL 16 AWG 3 CONDUCTOR CABLE

DESCRIPTION:

This item of work shall consist of furnishing and installing 16 AWG 3 Conductor Cable. The cable shall be

continuous from the camera location to the Control Cabinet. No splicing is allowed.

MATERIALS:

The Contractor shall furnish and install a 16 AWG 3 Conductor cable as shown on the plans and approved by the

Engineer. The materials shall conform to the applicable requirements of Section T.04 “Wire and Cable”, Rhode

Island Standard Specification for Road and Bridge Construction (Amended 2018 including all revisions).

SUBMITTALS:

The contractor shall submit product data sheets for the materials provided in this item.

METHOD OF MEASUREMENT:

Item, “FURNISH AND INSTALL 16 AWG 3 CONDUCTOR CABLE” will be measured for payment by the unit

“LINEAR FOOT” for the amount of linear feet actually installed and accepted by the Engineer.

BASIS OF PAYMENT:

This work will be paid for at the contract unit price bid per “LINEAR FOOT” for “FURNISH AND INSTALL 16

AWG 3 CONDUCTOR CABLE” complete in place and accepted by the Engineer. The prices so-stated constitute

full and complete compensation for furnishing all materials, equipment, tools, and all other incidentals necessary

to satisfactorily finish the work, complete in place and accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 99

Page 100: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 2

Rev: 5/20/2015

CODE T05.9901

FURNISH AND INSTALL HAND-HOLE (COMPOSITE TYPE)

13”x24”x36” Composite Pull box – Communication / Power

DESCRIPTION. This work shall consist of furnishing and installing pull boxes of composite material described

within this specification.

Each unit shall meet or exceed the following:

1.1 ISO 9001:2000 quality assurance

1.2 Meets ANSI/SCTE 77-2002 standards

Manufactures may be Quazite, High-Line, Armorcast or an equivalent manufacture and product that meets the

following specification.

MATERIALS. Each Hand-hole / Pullbox shall:

2.1 Have a Heavy Duty Lid/Cover on top. (This top is to be incidental to the cost of the Hand-hole)

2.2 Hand-holes shall be installed level on all sides.

2.3 Provisions shall be made to install the pull box on a base of 6” of crushed stone or gravel.

2.4 Stainless Steel Hardware – replaceable / Penta or Hex Bolts

2.5 Monolithic construction - Straight walled design for stacking capability and grade adjustments

2.5.1 Sidewalls can be drilled with a standard hole saw

2.5.2 Standard or custom logo available

2.5.3 ISO 9001:2000 quality assurance

2.5.4 Meets ANSI/SCTE 77-2002 standards

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 100

Page 101: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 2

Rev: 5/20/2015

CONSTRUCTION METHODS.

HAND-HOLES INSTALLED IN GRASS LANDSCAPE AREAS. The top of installed hand-holes (concrete

envelope) shall be flush with the existing grade in the area. The grading from the edge of the concrete envelope

shall be accomplished by fanning topsoil away from the concrete envelope at a 2” drop in grade over a 10 ft.

radius of the lid itself.

HAND-HOLES INSTALLED IN PAVED/ROADWAY AREAS. The top of installed hand-holes (concrete

envelope) shall be flush with the existing grade in the area. All Hand-holes installed in paved areas shall have a

steel cover.

Additionally, gravel borrow and all grading, including site restoration shall be incidental to the cost and

installation of the hand-hole / pull-box.

For the Communication box cover/lid shall be physically designating the Hand-hole as a “RIDOT

Communications” Hand-hole / pullbox.

For the Power box cover/lid shall be physically designating the Hand-hole as a “Electric” hand-hole / pull-

box.

All materials and equipment supplied shall be new and shall meet or exceed the latest published specifications of

the manufacturer in all respects, and shall be UL approved. The contractor shall supply the latest model available

at the time of bidding each piece of equipment.

METHOD OF MEASUREMENT. Each “13”x24”x36” Composite Hand-hole – Communication/Power” will be

measured for payment at the unit price “EACH” by the number of such units installed in accordance with the

plans and/or as directed by the Engineer.

BASIS OF PAYMENT. The accepted quantities of “13”x24”x36” Composite Hand-hole – Communication /

Power” will be paid for at their respective contract unit price per “EACH” such unit as listed in the Proposal.

The price so-stated constitutes full and complete compensation for all labor, materials, and equipment, including

all mounting hardware and brackets, gravel borrow and grading for providing and installing said units and all

other incidentals required to finish the work, complete and accepted by the Engineer.

Figure: 1-1 Typical Gravel Borrow Detail

TYPICAL GRAVEL BORROW DETAIL NOT TO SCALE

Gravel Borrow

(Typ)

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 101

Page 102: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 3

Rev: 5/8/2018

JOB SPECIFIC

T05.9902

30x30x16 METAL PULLBOX, OUTDOOR (WALL MOUNT TYPE)

COMMUNICATION/POWER

DESCRIPTION:

This work shall consist of furnishing and installing pull boxes for outdoor use and shall be constructed of either

Stainless Steel or Aluminum as described within this specification.

The nominal size shall be 30 inches wide by 30 inches high by 16 inches deep; size may vary plus or minus two

inches. See Figure A-1 below:

1 Each unit shall meet or exceed the following:

1.1 UL 50, 50E Listed; Type 1

1.2 File No. E27525 UL Listed per CSA C22.2 No 40; Type 1

1.3 NEMA/EEMAC Type 1

1.4 IEC 60529, IP30

Manufactures for this item may be Southern Manufacturing, American Products, and High-Line, Armorcast or an

equivalent manufacture and product that meets the following specification.

MATERIALS:

2 Each pull box shall:

2.1 Have a Heavy Duty Cover, of matching Gage of the Pullbox, with eight (8) holes to secure cover to the

frame, (This cover is to be incidental to the cost of the Pullbox).

2.2 Pullbox cover shall have a gasket

2.3 Pullbox shall have one inch lip on all sides for securing the top to the frame

2.4 Stainless Steel Hardware only – replaceable / Bolts or screws

2.5 Monolithic construction - Straight walled design with the following features:

2.5.1 Unique slots in the cover

2.5.2 Available with or without knockouts

2.5.3 Various sizes of easy-to-remove concentric knockouts

2.5.4 Knockouts located all four sides

2.5.5 Sidewalls can be drilled if knockouts not provided

2.5.6 Provision for grounding, grounding lug provided

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 102

Page 103: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 3

Rev: 5/8/2018

2.5.7 Mounting tabs located on both top and bottom for installing on wall, face of bridge abutment or

Unistrut rails

SPECIFICATIONS:

Each pullbox shall be either 14 or 16 Gage Aluminum or Stainless Steel, welded corners.

Each Pullbox cover marked by etching or silkscreen type heat resistant paint.

CONSTRUCTION METHODS:

3 It is intended that these Metal Pullboxes are to be installed in an upright wall mounted manner. See Figure A-

1 below. The method of attachment shall be by a Unistrut Wall mounting or equal method. All mounting

material shall be hot dipped galvanized with stainless steel nuts and bolts. All mounting hardware shall be

incidental to the cost of the pullbox. Those metal pullboxes that are called out on the Design Drawings that

are to have standard cable racks installed, the following shall apply:

3.1 The cable racks shall be installed for the entire length of the inside with a 14 inch separation, starting at

the top of the box to the bottom.

3.2 Each rack shall be mounted to the back wall by way of two (2) manhole rack supports, so that the racks

are offset from the back wall. (See Figure A-2).

3.3 Each rack shall have two (2) cable rack hooks installed for cable routing and installation. All of the above

hardware shall be secured by way of stainless steel hardware.

3.4 The cable rack supports shall be secured to the back walls of the pull box whereby the NEMA rating shall

not be compromised.

3.5 The cost of the cable racks installed shall be incidental to the Pullbox itself.

3.6 The Communication Pull Box cover/lid shall be physically designating the Pullbox as a “RIDOT

Communication” Pull Box.

3.7 All materials and equipment supplied shall be new and shall meet or exceed the latest published

specifications of the manufacturer in all respects, and shall be UL approved.

3.8 The contractor shall supply the latest model available at the time of bidding each piece of equipment.

METHOD OF MEASUREMENT:

Each “30”x30”x16” METAL PULLBOX (WALL MOUNT TYPE)”, will be measured for payment at the unit

price “EACH” by the number of such units installed in accordance with the plans and/or as directed by the

Engineer.

BASIS OF PAYMENT:

The accepted quantities of “30”x30”x16” METAL PULLBOX (WALL MOUNT TYPE)”, will be paid for at

their respective contract unit price per “EACH” such unit as listed in the Proposal. The price so-stated constitutes

full and complete compensation for all labor, materials, and equipment, including all mounting hardware and

brackets, for providing and installing said units and all other incidentals required to finish the work, complete and

accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 103

Page 104: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 3 of 3

Rev: 5/8/2018

Figure: 1-1 Typical Metal Pull Box Detail (Wall Mounted)

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 104

Page 105: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 10

Rev: 5/8/2018

JOB SPECIFIC

T11.9901

FURNISH AND INSTALL 80 FOOT GALVANIZED STEEL CAMERA POLE WITH IP LOWERING

DEVICE AND FOUNDATION

DESCRIPTION:

This work shall consist of furnishing and installing an 80 foot tall galvanized steel camera pole with foundation,

lowering device, ground rod array, lightning dissipaters and surge suppressors at the location indicated on the

Plans or as directed by the Engineer, all in accordance with the RIDOT Standard Specifications for Roads and

Bridge Construction, 2004 Edition (Amended March 2018 and Compilations). The camera lowering system

device and the pole are interdependent; and thus, must be considered a single unit or system. The lowering

system shall consist of a pole, suspension contact unit, divided support arm, and a pole adapter for attachment to a

pole top tenon, pole top junction box, and Camera Junction Box.

MATERIALS:

1. The materials for this item shall conform to the following requirements

1.1 Camera Pole:

1.1.1 Material Certification:

All materials and products shall be manufactured in the United States of America and comply with

ASTM or AASHTO Specifications.

1.1.2 Military Standard, (MIL-STD), certifications shall be supplied as proof of compliance with the

Specifications.

1.2 Identification Tag:

1.2.1 An aluminum identification tag shall be secured to the inside of the pole with stainless steel

screws.

1.2.2 The tag shall be visible from within the lower pole handhole.

1.2.3 The tag shall include the Rhode Island contract number, manufacturer’s name, date of fabrication,

pole height, pole base, (Fy of Steel), and pole base wall thickness.

1.3 Fabricator:

The Fabricator shall be certified under Category I, “Conventional Steel Structures” as set forth by the

American Institute of Steel Construction Quality Certification Program. Proof of this certification will be

required.

1.4 Welding:

1.4.1 All welding shall be in accordance with Sections 1 through 8 of the American Welding Society,

(AWS) D1.1 Structural Welding Code.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 105

Page 106: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 10

Rev: 5/8/2018

1.4.2 Tackers and welders shall be qualified in accordance with the code.

1.4.3 Tube longitudinal seam welds shall be free of cracks and excessive undercut, performed with

automatic processes, and be visually inspected.

1.4.4 Longitudinal welds suspected to contain defects shall be magnetic particle inspected.

1.4.5 All circumferential butt-welded pole and arm splices shall be ultrasonically and radiographically

inspected.

1.5 Pole Shaft:

1.5.1 The pole shaft shall be one or two-piece construction and shall conform to ASTM A595 Grade A

with a minimum yield strength of 55 ksi or ASTM A572 with a minimum yield strength of 65 ksi.

1.5.2 The pole shaft shall be galvanized in accordance with ASTM A123.

1.5.3 The shaft shall be round or 16 sided with a four inch corner radius, have a constant linear taper of

0.14 in/ft., and contain only one longitudinal seam weld.

1.5.4 Circumferential welded tube butt splices and laminated tubes are not permitted. Longitudinal

seam welds within 6 inches of complete penetration pole to base plate welds shall be complete

penetration welds.

1.6 Foundations:

The Contractor shall provide a concrete foundation in accordance with the plans that conforms to the

2013 AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and

Traffic Signals, 6th Edition, including the latest Interim Specifications and the RIDOT Standard

Specifications for Roads and Bridge Construction, 2004 Edition (Amended March 2018 and

Compilations).

1.6.1. Cast-in-place Concrete Pole Foundation shall be Class HP (AE) Concrete = 5000 psi at 28 days, in

accordance with the latest revision of tables (1) and (2) under Section 601 “Portland Cement

Concrete” of the RIDOT Standard Specifications for Roads and Bridge Construction, 2004 Edition

(Amended March 2018 and Compilations). Reinforcing Steel shall be galvanized per ASTM A767

and conform to ASTM Designation A615, Grade 60. The concrete shall cure a minimum of 28 days

before any load is applied to the foundation. Crushed stone shall be placed and compacted on a

prepared surface to a 12” minimum thickness in accordance with Section 203.03.6 Crushed Stone

Fill under Structures.

1.6.2. All site preparation, excavation of sub-grade and backfill shall be in accordance with Section 200 of

the RIDOT Standard Specifications for Roads and Bridge Construction, 2004 Edition (Amended

March 2018 and Compilations). Any rock excavation that may be required for the installation of the

concrete foundation is considered incidental to the item.

1.7 Hand Hole at Camera Pole Base:

1.7.1 The hand hole opening shall be reinforced with a minimum 2-inch wide hot rolled steel rim.

1.7.2 The nominal outside dimension is 6 inches x 27 inches.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 106

Page 107: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 3 of 10

Rev: 5/8/2018

1.7.3 The hand hole shall have a galvanized steel cover secured with a clip on lock and tamper proof

bolts.

1.7.4 The hand hole shall have a tapped hole for mounting the portable lowering tool supplied by MG2.

1.7.5 The hand holes shall be fully compatible with the portable lowering tool.

1.8 Hand Holes at Weatherhead and Camera Pole Top:

Provide Hand Holes with removable galvanized steel covers at the location of the weatherhead and at the

Camera Pole top, as shown on the Plans, to provide access to internal cabling.

1.9 Weatherhead:

Two Inch galvanized steel weatherheads shall be installed in the camera pole as shown in the plans for

cable access to pole mounted equipment.

1.10 Pole Top Tenon:

1.10.1 The pole shall have a custom plate mounted tenon that allows the field modification of the

arm/camera orientation up to 360 degrees. With this design, the Engineer can make slight

orientation modifications to the camera mount to allow optimum viewing in case of future road

development, change in terrain or a change in the viewing needs priority.

1.10.2 The tenon shall have mounting holes and slot as required for the mounting of the camera-lowering

system.

1.10.3 The tenon shall be of dimensions necessary to facilitate camera lowering device component

installation.

1.10.4 Each slot shall be parallel to the pole centerline for mounting the lowering device. For details, see

applicable drawings.

1.11 Cable Supports/Wire Eyes and Park Stands:

1.11.1 Two wire eyes and three park stands shall be located within the pole.

1.11.2 One wire eye shall be positioned 2 inches below the handhole and the other shall be positioned 1

inch directly below the top of tenon.

1.11.3 Two park stands shall be positioned a maximum of 2.0 inches below the top of the handhole and

located at 90 and 270 degrees from the handhole.

1.11.4 A third park stand shall be located in the center of the upper inside edge of the handhole as shown

on the drawings.

1.11.5 These park stands shall be a minimum of ¼ inch O.D. and a max 3/8 inch O.D.

1.12 Base Plate: Base plates shall conform to ASTM A36 or A572 Grade 42.

1.12.1 Plates shall be integrally welded to the tubes with a telescopic welded joint or a full penetration

butt weld with backup bar.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 107

Page 108: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 4 of 10

Rev: 5/8/2018

1.12.2 After the plates are welded to the pole, the assembly shall be hot dip galvanized as a single unit per

the requirements of the contract documents.

1.13 Anchor Bolts:

1.13.1 Anchor bolts shall conform to the requirements of ASTM F1554 Grade 55.

1.13.2 The upper 12 inches of the bolts shall be hot dip galvanized per ASTM A153.

1.13.3 Each anchor bolt shall be supplied with two hex nuts and two flat washers.

1.13.4 The strength of the nuts shall equal or exceed the proof load of the bolts.

1.14 Ground Rod Array:

1.14.1 The Contractor shall supply and install a ground array system to be installed at the base of the

camera pole as shown on the Plans.

1.14.2 The ground array system shall be connected to the pole through an appropriate ground clamp.

1.14.3 A #4 AWG copper wire shall be installed between the camera pole and the control cabinet

providing a common ground system for each terminus.

1.14.4 A flexible conduit through the foundation to the inside of the pole shall provide the means to

connect the ground wire from the inside of the pole to the ground rods.

1.14.5 No ground wires mounted externally to the camera pole will be permitted.

1.15 Lightning Dissipater:

1.15.1 The Contractor shall supply and install a Lightning Master Corporation Model #CA-72-CAM

system or approved equivalent as shown on the plans.

1.15.2 The system shall include a surge suppressor device (s) to be supplied and installed by the

Contractor and to be located in the base of the camera pole and connected to the ground rod array

system and/or installed in the Ground Mounted Control Cabinet as recommended by the lightning

dissipater manufacturer.

1.15.3 The surge suppressor(s) shall be of the type recommended by the lightning dissipater

manufacturer and shall properly interface with the pole mounted dissipater.

2 CAMERA LOWERING SYSTEM:

2.1 The camera lowering system shall be designed to support and lower an IP type closed circuit television

camera, lens, housing, PTZ mechanism, cabling, connectors and other supporting field components

without damage or causing degradation of camera operations.

2.2 The camera lowering system device and the pole are interdependent; and thus, must be considered a

single unit or system.

2.3 The lowering system shall consist of a pole, suspension contact unit, divided support arm, and a pole

adapter for attachment to a pole top tenon, pole top junction box, and camera connection box.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 108

Page 109: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 5 of 10

Rev: 5/8/2018

2.4 The divided support arm and receiver brackets shall be designed to self-align the contact unit with the

pole center line during installation and insure the contact unit cannot twist under high wind conditions.

Round support arms are not acceptable.

2.5 THE CAMERA LOWERING DEVICE SHALL BE AS FOLLOWS:

2.5.1 80 Foot Poles - [MG]² Model CLDMG2-IPH-080 (DOM), or approved equivalent.

2.5.2 The lowering device manufacturer shall furnish a factory representative to assist the electrical

contractor with the assembly and testing of the first lowering system onto the pole assembly.

2.5.3 The manufacturer shall furnish the Engineer documentation certifying that the electrical contractor

has been instructed on the installation, operation and safety features of the lowering device.

2.5.4 The Contractor shall be responsible for providing applicable maintenance personnel, “on site"

operational instructions.

2.6 Camera Junction Box:

2.6.1 The camera junction box shall be a two piece clamshell design with one hinge side and one latch

side to facilitate easy opening.

2.6.2 The general shape of the box shall be cylindrical to minimize the EPA.

2.6.3 The Camera Junction Box shall be cast aluminum with stabilizing weights on the outside of the

box to increase room on the interior.

2.6.4 The box shall be capable of having up to 40 pounds of stabilizing weights.

2.6.5 The bottom of the Camera Junction Box shall be drilled and tapped with a 1-1/2” NPT thread to

accept industry standard dome housings and be able to be modified to accept a wide variety of

other camera mountings.

2.6.6 The junction box shall be gasketed to prevent water intrusion.

2.6.7 The bottom of the box shall incorporate a screened and vented hole to allow airflow and reduce

internal condensation per the manufacturer’s specifications.

2.7 SUSPENSION CONTACT UNIT:

2.7.1 The suspension contact unit shall have a load capacity 600 lbs. with a 4 to 1 safety factor.

2.7.2 There shall be a locking mechanism between the fixed and moveable components of the lowering

device.

2.7.3 The movable assembly shall have a minimum of 2 latches.

2.7.4 This latching mechanism shall securely hold the device and its mounted equipment.

2.7.5 The latching mechanism shall operate by alternately raising and lowering the assembly using the

winch and lowering cable.

2.7.6 When latched, all weight shall be removed from the lowering cable.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 109

Page 110: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 6 of 10

Rev: 5/8/2018

2.7.7 The fixed unit shall have a heavy duty cast tracking guide and means to allow latching in the same

position each time.

2.7.8 The contact unit housing shall be weatherproof with a gasket provided to seal the interior from

dust and moisture.

2.7.9 The prefabricated components of the lift unit support system shall be designed to preclude the

lifting cable from contacting the power or video cabling.

2.7.10 The lowering device manufacturer shall provide a conduit mount adapter for housing the lowering

cable.

2.7.11 This adapter shall have an interface to allow the connection of a contractor provided conduit and

be located just below the cable stop block at the back of the lowering device.

2.7.12 The Contractor shall supply a 1-1/4” PVC internal conduit in the pole to separate the lowering

cable from other equipment cables.

2.7.13 The conduit shall be installed to a point approximately 12 inches above the hand hole.

2.7.14 The only cable permitted to move within the pole or lowering device during lowering or raising

shall be the stainless steel lowering cable. All other cables must remain stable and secure during

lowering and raising operations.

3 ELECTRICAL CONTACTS:

3.1 The female and male socket contact halves of the connector block shall be made of a UL 94, V-0 rated

thermosetting synthetic rubber known as Hypalon.

3.2 The female barrel contacts and the male pin contacts shall be encased into the Hypalon body.

3.3 All current carrying male pin contacts shall be gold-plated, beryllium copper and 0.09 inches in diameter

at the contact area.

3.4 All current carrying female barrel contacts shall also be gold-plated, beryllium copper and at least 0.09

inches I.D. at the contact area.

3.5 Each individual female barrel contact shall have a stainless steel sleeve which prevents foreign matter

from entering the contact area as well as preclude the possibility of the leaves of the female contact from

opening beyond allowable limits and ensure a snug fit around the respective male pins.

3.6 There shall be at least one female contact that is positioned closer to the face of the female connector

body than all the others, which will allow it to make first and break last, providing optimum grounding

performance.

3.7 Each IP Male/Female connector shall include (8) contacts soldered to CAT 6, 1000 Base TX wire and (5)

contacts soldered to #18 Diesel Locomotive, (DLO) wire which may be used for additional camera

requirements including but not limited to power, alarms or grounds.

3.8 Each male shall be self wiping upon insertion and the contacts must be certified to a minimum of CAT 6,

1000 Base T requirements.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 110

Page 111: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 7 of 10

Rev: 5/8/2018

3.9 Each male contact and female barrel contact shall be individually soldered to its respective wire and

encased in their respective Male and Female molded Hypalon blocks to provide optimum protection from

moisture and the elements.

3.10 The contacts shall be self-wiping with a shoulder at the base of each male contact so that it will recess

into the female block, thereby giving a rain-tight seal when mated.

3.11 These electrical contacts shall meet MIL-STD Spec Q-9858 and MIL-STD Spec I-45208.

3.12 All power and communications connections between the fixed and lowering portion of the contact block

shall be protected from exposure to the weather by a waterproof seal to prevent degradation of the

electrical contacts.

3.13 The electrical connections between the fixed and movable lowering device components shall be designed

to conduct high data rates and the power requirements for operation of dome environmental controls.

3.14 The Camera Assembly manufacturer shall provide the power and signal connectors for attachment to the

bare leads in the pole top and camera junction boxes.

4 MECHANICALS:

4.1 All pulleys for the camera lowering device and portable lowering tool shall have sealed, self-lubricated

bearings, oil tight bronze bearings, or sintered bronze bushings.

4.2 The lowering cable shall be a minimum 1/8 inch diameter, stainless steel aircraft cable with a minimum

breaking strength of 1,740 pounds with 7 strands of 19 wires each.

4.3 The interface and locking components shall be made of stainless steel and or aluminum.

4.4 All external components of the lowering device shall be made of corrosion resistant materials, powder

coated, galvanized, or otherwise protected from the environment by industry accepted coatings to

withstand exposure to a corrosive environment.

4.5 The corrosion resistance materials shall be as per manufacturer’s specifications and procedures.

4.6 The Camera Assembly manufacturer shall provide weights and/or counterweights as necessary to assure

that the alignment of pins and connectors are proper for the camera support to be raised into position

without binding.

4.7 The lowering unit shall have sufficient weight to disengage the camera and its control components so that

it can be lowered properly.

4.8 The Camera Assembly manufacturer shall provide a mounting flange sufficient for mounting their

respective camera assembly to the bottom of the Camera connection box.

5 CAMERA LOWERING TOOL:

5.1 The pole shall be designed to support a domed camera and lowering device.

5.2 Close consideration must be given to the effective projected area of the complete lowering system and

camera equipment to be mounted on the pole along with the weight when designing the pole to meet the

specified deflection.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 111

Page 112: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 8 of 10

Rev: 5/8/2018

5.3 Performance criteria including consideration for all possible loading combinations including wind and ice

loads; and the design stresses and allowable stresses for all components which comprise the proposed

structure shall be considered.

5.4 The Contractor shall supply a portable lowering tool used to raise and lower the camera assembly

utilizing the camera lowering device.

5.5 The portable lowering tool shall be manufactured and supplied by [MG] 2.

5.6 The Camera Lowering Device shall be operated by use of the portable lowering tool.

5.7 The tool shall consist of a lightweight aluminum frame and winch assembly with factory spooled 5/32”, 7

x 19 construction stainless steel aircraft cable, a quick release cable connector, an adjustable safety clutch

and a variable speed industrial duty electric drill motor.

5.8 This tool shall be compatible with accessing the support cable through the hand hole of the pole.

5.9 The lowering tool shall attach/secure to the pole with one single bolt. The tool will support itself and the

load during lowering and raising operations.

5.10 The lowering tool shall be delivered to the RI DOT Transportation Management Center, TMC upon

project completion.

5.11 The lowering tool shall have a reduction gear to reduce the manual effort required to operate the lifting

handle to raise and lower a capacity load.

5.12 The lowering tool shall be provided with an adapter for operating the lowering device by a portable drill

using a clutch mechanism.

5.13 The lowering tool shall be equipped with a positive automatic braking mechanism to secure the cable

reel during raising and lowering operations and prevent free-wheeling.

5.14 The manufacturer shall provide a variable speed, heavy duty reversible drill motor, clutch and a lowering

tool.

5.15 The lowering tool shall be made of durable and corrosion resistant materials, powder coated heavy duty

aluminum or otherwise protected from the environment by industry accepted coatings to withstand

exposure to a corrosive environment.

5.16 The lowering system shall be provided and installed with all components as per manufacturer’s

specifications and procedure.

5.17 The camera pole, lowering device, and camera assembly shall meet all applicable guidelines of:

5.17.1 2013 AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires,

and Traffic Signals, 6th Edition, including the latest Interim Specifications.

5.17.2 Section T.11 Traffic Signals and Standards of the RIDOT Standard Specifications for Roads and

Bridge Construction, 2004 Edition (Amended March 2018 and Compilations).

5.17.3 Rhode Island LRFD Bridge Design Manual, 2013, with revisions.

6 CALCULATIONS:

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 112

Page 113: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 9 of 10

Rev: 5/8/2018

6.1 All complete shop drawings and design computations shall bear the stamp of a Registered Professional

Engineer in the State of Rhode Island. The calculations, designs, and details shall be in accordance with

Subsection 105.02 of the Standard Specifications.

6.2 Shop drawings shall be submitted, and must be approved by the Department, prior to fabrication. And, it

shall be expressly understood and agreed upon that said approval does not relieve the Contractor of its

responsibility for the design, fabrication and erection of the structure.

6.3 The foundation design and dimensions provided in the contract drawings are for the Contractor’s

guidance only. The Contractor shall provide full design drawings and associated calculations for shop

drawing review and approval by RIDOT in advance of purchase and installation. The Contractor shall

consider the boring information provided in the Bridge Replacement contract drawings in his/her design.

The Contractor shall be aware of the shallow bedrock at the proposed camera pole location. Any rock

excavation that may be required for the installation of the concrete foundation is considered incidental to

the item.

6.4 The Engineer reserves the right to reject a pole design if the calculated deflection exceeds that specified

herein.

6.5 Camera poles, base plates, foundations, connections, clamps, anchor bolts, shoe bases and all other

members shall be designed and fabricated in accordance with the requirements of the 2013 AASHTO

Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals, 6th

Edition, including the latest Interim Specifications and Section T.11 Traffic Signals and Standards of the

RIDOT Standard Specifications for Roads and Bridge Construction, 2004 Edition (Amended March 2018

and Compilations).

6.6 The pole shall be designed to support a domed camera and lowering device. Design computations for the

camera poles shall be complete and shall include but not be limited to the following: close consideration

must be given to the effective projected area of the complete lowering system and camera equipment to

be mounted on the pole along with the weight when designing the pole to meet the specified deflection

performance criteria; consideration for all possible loading combinations including wind and ice loads;

and the design stresses and allowable stresses for all components which comprise the proposed structure.

The top of the pole deflection shall not exceed the following:

1. 1 % of pole height due to 90 mph (non-gust) winds.

2. 1 inch due to 30 mph (non-gust) winds.

6.7 The calculations shall include a pole, base plate, and anchor bolt analysis.

6.8 The pole calculations shall be analyzed at the pole base and at 5-foot pole intervals. At each of these

locations, the following information shall be given:

6.8.1 The pole’s diameter, thickness, section modulus, moment of inertia, and cross sectional area.

6.8.2 The centroid, weight, projected area, drag coefficient, velocity, pressure, and wind force of each

trapezoidal pole segment.

6.8.3 The axial force, shear force, primary moment, total moment, axial stress, bending stress, allowable

axial stress, allowable bending stress, and combined stress ratio (CSR) at each elevation.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 113

Page 114: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 10 of 10

Rev: 5/8/2018

6.8.4 The pole’s angular and linear deflection at each elevation.

6.6 The Contractor shall submit manufacturer’s shop drawings, layout drawings and specifications for

equipment and appurtenances for the approval of the Engineer.

7 CONSTRUCTION METHODS:

7.1 Standards and posts for the camera poles shall be installed as indicated on the Plans and shall conform to

the following requirements:

7.2 Camera Poles shall be capable of withstanding the applied load shown on the Plans with the maximum

deflection as indicated above without the necessity of a back guy.

7.3 Camera poles shall be installed in accordance with the National Electric Safety Code.

7.4 Cast-in-place Concrete Pole Foundation shall be Class HP (AE) Concrete = 5000 psi at 28 days, in

accordance with the latest revision of tables (1) and (2) under Section 601 “Portland Cement Concrete” of

the RIDOT Standard Specifications for Roads and Bridge Construction, 2004 Edition (Amended March

2018 and Compilations).

7.5 Reinforcing Steel shall be epoxy coated per AASHTO M284 and conform to ASTM Designation A615,

Grade 60.

7.6 The concrete shall cure a minimum of 28 days before any load is applied to the foundation.

7.7 Crushed stone shall be placed and compacted on a prepared surface to a 12” minimum thickness in

accordance with Section 203.03.6, Crushed Stone Fill under Structures.

7.8 The lowering system shall be provided and installed with all components as per manufacturer’s

specifications and procedure.

METHOD OF MEASUREMENT:

Item, “FURNISH AND INSTALL 80 FOOT GALVANIZED STEEL CAMERA POLE WITH IP

LOWERING DEVICE AND FOUNDATION”, will be measured for payment by “EACH” unit actually

installed in accordance with the Plans and/or as directed by the Engineer.

BASIS OF PAYMENT:

The accepted quantity of item, "FURNISH AND INSTALL 80 FOOT GALVANIZED STEEL CAMERA

POLE WITH IP LOWERING DEVICE AND FOUNDATION” will be paid for at 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, and equipment, including the design costs, concrete foundation,

and all mounting hardware and brackets; and all other incidentals required to complete the work as described

in these Special Provisions and elsewhere in the Contract Documents, complete in place, tested and accepted

by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 114

Page 115: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

Rev: 5/8/2018

JOB SPECIFIC

T11.9902

FURNISH AND INSTALL 40 FOOT WOOD SERVICE POLE STANDARD

DESCRIPTION:

This item of work shall consist of furnishing and installing 40 foot wood service pole standard.

MATERIALS:

The 40 foot wood service pole standard shall consist of a Class II, wood pole, southern pine, pressure treated to

current standard specifications. The materials shall meet the requirements of Section T.11 “Traffic Signal

Standards and Posts”, Rhode Island Standard Specification for Road and Bridge Construction (Amended 2018

and Compilations).

CONSTRUCTION METHODS:

The provisions of Section T.11.03.3 shall apply. The installed pole shall meet all minimum standards set by Cox

Communications, Verizon, and National Grid and shall be installed in accordance with RI Standard Detail 18.7.0.

The 40 foot pole shall have a minimum embedment depth of 8 feet.

METHOD OF MEASUREMENT:

Item, “40 FOOT WOOD SERVICE POLE STANDARD” shall be measured for payment by the unit “EACH”

complete in place and accepted.

BASIS OF PAYMENT:

Item, “SERVICE POLE STANDARD, WOOD 40 FOOT” will be paid for at the contract unit price bid for

“EACH”, which price shall include all necessary excavation, backfilling, disposal of excess materials, and

plantable soil and seeding in accordance with SECTION T.01.03.7 of the R.I. Standard Specifications for Road

and Bridge Construction (Amended 2018 and Compilations), labor, work incidental thereto complete in place and

accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 115

Page 116: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 2

Rev: 7/2/15

JOB SPECIFIC

T11.9903

TRAVEL TIME GUIDE SIGN

DESCRIPTION:

This Item Shall consist of installing the Hybrid Travel Time Guide Sign, inclusive the structural supports,

concrete foundation, and mounting hardware. The work under this item shall conform to the relevant provisions

of Section T.16 of the RIDOT Standard Specifications for Roads and Bridge Construction, 2004 Edition

(Amended March 2018 and Compilations).

CONSTRUCTION METHODS:

The guide sign support shall be ground-mounted, “non-Breakaway” type. The sign support shall be manufactured

from hot dipped galvanized structural steel and shall be in accordance with the 2013 AASHTO Standard

Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals, 6th Edition, including

the latest Interim Specifications. The Supports for the Guide Sign shall be installed at the location specified on

the plans and approved by Engineer prior to placement. The Contractor shall be responsible for the design and

construction of all structural steel supports and foundations.

The Contractor shall submit all calculations, designs, and details to the Rhode Island Department of

Transportation in the form of a shop drawing in accordance with Subsection 105.02 of the Standard

Specifications. No work shall be performed until approved shop drawings have been returned to the Contractor.

The concrete foundation and structural steel support design shall bear the stamp of a Registered Professional

Engineer in the State of Rhode Island and shall be in accordance with the 2013 AASHTO Standard Specifications

for Structural Supports for Highway Signs, Luminaires, and Traffic Signals, 6th Edition, including the latest

Interim Specifications. Concrete shall be Class XX ¾” AE 4,000 psi and shall conform to Section 601 of the

Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018

and Compilations). Reinforcing Steel shall be galvanized per ASTM A767 and conform to ASTM Designation

A615, Grade 60. After complete fabrication, each of the fabricated steel sections of all supports shall be hot-dip

galvanized in accordance with the requirements of ASTM A123. All bolts, nuts and washers shall be galvanized

in accordance with AASHTO M 232.

All site preparation, excavation of sub-grade and backfill shall be in accordance with Section 200 of the RIDOT

Standard Specifications for Roads and Bridge Construction, 2004 Edition (Amended March 2018 and

Compilations). Any rock excavation that may be required for the installation of the concrete foundation is

considered incidental to the item.

The Roadside Guide Signs shall be modified to accept the Travel Time Display System. For each LED Module

displaying at least two (2) digits of text, the sign panel shall be fabricated to have a cut-out section at the

corresponding location. For each destination listed on the sign, the dimensions of the panel to be removed are 15

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 116

Page 117: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 2

Rev: 7/2/15

inches wide x 30 inches high as shown in the Contract Drawings. The Contractor shall submit sign face design

drawings for the Travel Time Sign Panels to RIDOT for approval before the signs can be fabricated.

Prior to installing the LED Modules on the sign, the Contractor shall ensure that the edges of the modified

aluminum have been properly finished to not pose a safety risk and are properly concealed by a temporary panel

to be approved by RIDOT. All parts shall be free from burrs and sharp edges or any other defect that could make

the part or equipment unsatisfactory for performance or safety issues. The portion of the aluminum sign panel

where the LED modules will be installed shall be covered until the system is operational.

The Travel Time Roadside Guide Signs shall be modified to accept the LED modules including any brackets or

mounting plates required for installation. All brackets and mounting plates shall be secured from the back of the

sign panel. The Contractor shall submit a detailed drawing of the installation of the LED Module to the sign for

review and approval by RIDOT in advance of purchase and installation.

METHOD OF MEASUREMENT: Each “TRAVEL TIME GUIDE SIGN” will be measured for payment at

the unit price “EACH” by the number of such units installed in accordance with the plans and/or as directed by

the Engineer.

BASIS OF PAYMENT: The accepted quantities of “TRAVEL TIME GUIDE SIGN” will be paid for at their

respective contract unit price per “EACH” such unit as listed in the Proposal. The price so-stated constitutes full

and complete compensation for labor, materials, and equipment, including the design costs, structural supports,

concrete foundation, and all mounting hardware and brackets, for providing and installing said units and all other

incidentals required to finish the work, complete and accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 117

Page 118: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 5

JOB SPECIFIC

CODE T12.9901

FURNISH AND INSTALL POLE MOUNTED CABINET, ONE DOOR

DESCRIPTION:

The work under this item specifies the requirements for the Pole Mounted Cabinet, One Door.

MATERIALS:

1.1. The materials for this work shall conform to the relevant provisions of the “Rhode Island Standard

Specifications for Road and Bridge Construction (Amended 2018 and Compilations).

1.2. The Contractor shall furnish, install and test the Pole Mounted Cabinet that meets or exceeds the

following requirements:

1.2.1. The Pole Mounted Cabinet shall be 51”H x 30”W x 18”D.

1.2.2. All equipment to be housed in the cabinet shall be shelf mounted.

1.2.3. If the cabinet is to be Pole mounted, then Pole mounting brackets shall be installed on the side of

the cabinet per manufacturer.

1.2.4. The Pole Mounted Cabinet shall be secured to the pole via approved strapping per RIDOT

specifications and shall be provided by the Contractor.

1.2.5. The Pole Mounted Cabinet shall protect the electronics and cabling interfaces against:

1.2.5.1. Sustained winds of 90 mph, with 120 mph wind gusts.

1.2.5.2. Blowing sand and dust.

1.2.5.3. Roadside pollutants from vehicle exhausts.

1.2.5.4. Blowing rain and snow and heavy ice accumulations experienced in the project area.

1.2.6. The Pole Mounted Cabinet shall be weatherproof with the top of the enclosure crowned or slanted

to the rear to prevent standing water.

1.2.7. The Control cabinet shall also provide protection against vandalism and theft of equipment.

1.2.8. The door of each cabinet shall be supplied and installed with a standard number 2 Corbin lock

assembly.

1.2.9. The Pole Mounted Cabinet and door shall be constructed from 5052-H32 sheet aluminum, which

has a thickness of .125 inches.

1.2.10. All welds shall be neatly formatted and free of cracks, blowholes and other irregularities.

1.2.11. The Pole Mounted Cabinet shall be equipped with a slide out metal drawer mounted below the

bottom shelf.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 118

Page 119: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 5

1.2.12. The drawer shall contain nylon or ball bearing rollers to facilitate movement of the drawer.

1.2.13. The drawer shall have a hinged, metal, lift top cover and storage area for manuals and wiring

diagrams.

1.2.14. It shall be constructed and installed such that it is capable of holding a 15 lb. notebook computer.

1.2.15. The Pole Mounted Cabinet shall be provided with four utility duplex electric power outlets to

support electrical equipment.

1.2.16. The power outlets shall be installed with minimum 2 inch spacing between each other.

1.2.17. The utility power outlets shall be installed within the controller cabinet and not on either of the

cabinet doors.

1.2.18. The current rating of the duplex outlets shall be 15 amperes.

1.2.19. The Pole Mounted Cabinet shall be supplied and installed with a thermostatically controlled

heater.

1.2.20. The 200 watt heater shall be a self-contained device designed to provide heat for an outdoor metal

enclosure.

1.2.21. The 120 VAC, heater shall be hardwired to the cabinet’s electrical power distribution buss.

1.2.22. The heater shall have an on/off switch along with an adjustable thermostat with a minimum

activation range of +10 to +60°F.

1.2.23. The heater shall be installed in the lower portion of the cabinet allowing for the heat generated by

the unit to rise.

1.2.24. It shall be mounted such that it is not blocking or touching installed equipment.

1.2.25. It shall not be installed directly under a shelf.

1.2.26. There shall be sufficient space around the unit to facilitate proper air flow.

1.2.27. In no case shall the operation of the heater create hot spots, resulting in a burn or other safety

hazard.

1.2.28. The control knob for the thermostat shall be located in such a manner that it can easily be read

and adjusted by field personnel.

2. General Requirements:

2.1. Each cabinet shall contain a power panel to be located on the interior, lower, right side wall of the

cabinet.

2.2. The power panel shall contain a primary circuit breaker which will accept the incoming, 120 VAC,

single phase power.

2.3. This primary circuit breaker shall serve as the electrical disconnect for the cabinet and shall shut off all

cabinet power when in the “off” position.

2.4. The primary circuit breaker shall be a single pole, 30 amp, circuit breaker.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 119

Page 120: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 3 of 5

2.5. Two additional circuit breakers shall be supplied and installed and power shall be fed from the primary

circuit breaker.

2.6. These two circuit breakers shall be single pole, 20 amp circuit breakers.

2.7. One of these two circuit breakers shall feed the four 15 amp, electrical outlets that shall be installed in

the cabinet, while the other 20 amp circuit breaker shall feed a power distribution buss which shall

provide the hard wired electrical feed for the lamp and the cabinet heater.

2.8. The power panel shall also contain an EDCO suppression unit, ACP-340, which shall be connected

directly after the primary circuit breaker.

2.9. The cabinet shall also be supplied with electrical neutral and ground terminal busses.

2.10. The electrical neutral buss, the ground buss, the cabinet shell and the ground rod shall all be electrically

connected together.

2.11. Each cabinet door shall be supplied with a captive door restraint bar.

2.12. The bar shall allow the door to be kept open at a minimum of two different angles; one at 90° and the

other in the fully open position.

2.13. The door restraint bars shall be supplied and installed such that the door is held in place during a 40 mph

wind without the restraint bar being bent.

2.14. The door restraint bar shall be provided to prevent door movement when open in windy conditions.

2.15. Door hinges shall be continuous and bolted to the cabinet and door utilizing ¼-20 stainless steel carriage

bolts and nyloc nuts.

2.16. The hinges shall be made of .083 inch thick aluminum and shall have a .250 inch diameter stainless steel

hinge pin.

2.17. The hinge pin shall be capped at the top and bottom by a weld to prevent removal.

2.18. The top and bottom of the latching pushrods shall contain nylon rollers to promote secure door closure.

2.19. Each door handle shall be stainless steel with a ¾” diameter shank.

2.20. The latching handle shall have provisions for padlocking in the closed position.

2.21. A solid ¼” diameter brass weatherproof padlock approved by the Engineer shall be installed with each

cabinet.

2.22. All padlocks supplied as part of this project shall be keyed alike.

2.23. The cabinet shall be supplied with four sets of keys for each of the two cabinet locks and the padlocks

and shall be delivered to the RIDOT.

2.24. The cabinet shall be covered by a one year dated warranty covering material defects for one year from

date of acceptance by RIDOT.

2.25. The Contractor shall supply and install a thermostatically controlled electric fan(s) in the controller

cabinet to maintain the temperature within the controller cabinet to that required by the equipment for

outside temperatures as specified in these Technical Special Provisions.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 120

Page 121: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 4 of 5

2.26. Thermostats shall have the capability of being field adjusted from 50° F to 120 ° F.

2.27. All exposed, high voltage electrical terminals shall be insulated with non-conducting material such as

rubber boots or silicon/rubber caulking.

2.28. All air venting arrangements shall contain air filters.

2.29. The air filters shall have an average rated efficiency of 30 % and an arrestance of 90 % when tested in

accordance with ASHRAE 52.1-1992 Test Standard.

2.30. The filter shall be listed and rated Class 2 by the Underwriters Laboratories.

2.31. All fans shall be located above the air filters at the top of the cabinet.

2.32. All intake and exhaust vents shall meet NEMA 3R requirements with and without powering the air

venting arrangements.

2.33. All exhaust vents shall be furnished with a screen to prevent insects from entering the controller cabinet.

2.34. The Pole Mounted Cabinet shall be supplied and installed with an internal light consisting of a 100 watt

lamp installed at the top of the cabinet.

2.35. This light shall automatically turn on when either of the two cabinet doors are opened and shut off when

the door is closed.

2.36. The light shall be hardwired to the cabinet’s electrical power distribution buss.

2.37. The Contractor shall furnish in a watertight container a control cabinet wiring diagram.

2.38. Three wiring diagrams shall be furnished for each cabinet.

2.39. The Contractor shall furnish conduits as shown on the Plans, including spare conduits, into the ground

mounted cabinets in the quantities and locations as shown in the Plans.

2.40. If required, any spare conduits shall be capped approximately 5 feet from the control box.

2.41. The Contractor shall etch or mark on the conduits which ones are spare

2.42. The Contractor shall be responsible for the following:

2.42.1. All interconnects of power from the utility access point throughout the assembly.

2.42.2. Maintaining power ground.

2.42.3. Providing all power protection.

2.42.4. Providing all power conversions.

2.42.5. Assuring that all selected equipment shall comply and operate according to the requirements

specified herein.

2.42.6. Providing local power control ON/OFF disconnect switches for maintenance safety.

2.42.7. Adhere to all applicable NEC, IEEE 1100-2005, UL 1459, and UL 1950 standards and practices.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 121

Page 122: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 5 of 5

2.42.8. The Contractor shall develop and submit shop drawings in accordance with Subsection 105.02;

Plans and Shop Drawings of the Rhode Island Standard Specifications for Road and Bridge

Construction (Amended 2018 and Compilations).

METHOD OF MEASUREMENT: Item, “FURNISH AND ISNTALL POLE MOUNTED CABINET, ONE

DOOR” will be measured for payment by the unit “EACH” for each unit installed and accepted by the Engineer.

BASIS OF PAYMENT: This work will be paid for at the contract unit price bid per “EACH” for “FURNISH

AND INSTALL POLE MOUNTED CABINET, ONE DOOR” complete in place and accepted. The price shall

include full compensation for all materials, equipment including cabinets, foundation, concrete work pad,

mounting hardware, ground rod and wire, conduits, appurtenances. Making all required tests. Tools, labor,

excavation, backfill, top soil and seeding, system maintenance, final inspection and acceptance, training,

guaranties/warranties, labor and work incidental, thereto complete, in place and accepted by Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 122

Page 123: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 14

Rev: 7/2/15

JOB SPECIFIC

T12.9902

TRAVEL TIME DISPLAY SYSTEM – TWO DESTINATION

DESCRIPTION:

The work under this item shall consist of furnishing, installing, and testing of dynamic message sign LED

modules and associated equipment. The work also includes the design and installation of the solar array, solar

array support structure, concrete foundation, and the concrete equipment pad. These LED modules shall be

installed flush to the surface of the Travel Time Guide Sign. All associated power sources, communications

circuits, sign display equipment, equipment cabinet, battery box and equipment controller cabinet; and all

required software; shall be included to form a complete system. (The battery(s) shall be delivered fully charged by

the Contractor for device installation in the field.)

The Travel Time Display System in combination with the Travel Time Roadside Guide Signs will create the

Travel Time Sign. The location shall have adequate solar access and cellular communications.

The Contractor shall be responsible for programing the cellular modem providers to ensure network connectivity

with TMC Systems.

The LED modules shall be of a full matrix design.

Provisions for National Transportation Communications for Intelligent Transportation System Protocol

(NTCIP)

1. The sign controller hardware, firmware and control software communications shall comply with the most

recent revision of the following AASHTO-ITE-NEMA Joint Committee standards for NTCIP:

1101:1997 – NTCIP Simple Transportation Management Framework (STMF). This document was

previously published as NEMA TS-3.2-1996

1201:1997 – NTCIP Global Object Definitions. This document was previously published as NEMA TS-

3.4-1996

1203:1997 – NTCIP Object Definitions for Dynamic Message Signs. This document was previously

published as NEMA TS-3.6-1997

2001 – NTCIP Class B Profile. This document was previously published as NEMA TS-3.3

2301 – NTCIP STMF Application Profile. This document was previously published as NEMA TS-

3.STMF

2202 v01.08 (Recommended) – NTCIP Internet Transport Profile. This document was previously

published as NEMA TS-3.Internet v99.01.03.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 123

Page 124: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 14

Rev: 7/2/15

Travel Time Display System Material, Manufacturing, and Design Standards

2. The Travel Time Display System provided for this contract shall comply with the most recent revision of the

following standards, even if no revision date is given:

2.1. Electrical Components – High-voltage components and circuits (120 VAC and greater) shall be wired and

color-coded per the National Electric Code.

2.2. NEMA Standards Publication TS 4-2005, “Hardware Standards for Dynamic Message Signs (DMS) With

NTCIP Requirements.”

2.3. Environmental Resistance – The assembly shall comply with NEMA Type 3R criteria, as described in

NEMA Standards Publication 250-1997, Enclosures for Electrical Equipment (1000 Volts Maximum)

2.4. Maintenance Access – The LED display matrix modules shall be accessible; and other internal equipment

and components shall be readily accessible within the equipment cabinets.

2.5. Structural Integrity – The LED modules shall be designed and constructed to withstand a minimum

sustained wind load of 130 mph. The LED modules shall support a front face ice load of 4 pounds per

square foot (19.5 kg per square meter).

2.6. Solar Power Panels – Shall be rated compliant with UL 1703 Standard for Flat-plate Photovoltaic

Modules and Panels.

2.7. Photometric – The display shall be designed to meet the photometric recommendations of the Texas

Transportation Institute for Portable Changeable Message Sign (PCMS) Report 4940-2 photometric

properties.

Travel Time Display System Manufacturer and Installation Contractor Qualifications

3. The travel time LED module and system manufacturer and installation contractor for this procurement shall:

3.1. Have been in the business of manufacturing Light Emitting Diode (LED) modules, which are used to

manage vehicular roadway traffic and safety zones for a minimum period of five (5) years prior to the

contract bid date.

3.2. Have in operation as of the contract bid date a minimum of two (2) independently controlled portable or

permanent travel time LED module systems that communicate with a remote computer using NTCIP.

These systems shall communicate over wireless technology. Each of the two systems shall contain a

minimum of two (2) travel time LED display modules.

3.3. Have been in business under the same corporate name for a period of no less than two (2) years prior to

the contract bid date.

3.4. Utilize a documented in-house quality management procedure that has been in place for no less than two

(2) years prior to the contract bid date.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 124

Page 125: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 3 of 14

Rev: 7/2/15

Travel Time Display System Message Sign Requirements

4. The LED Message Signs shall conform to the following specifications.

4.1. Design of LED display module shall meet the current requirements of RIDOT’s Intelligent Transportation

Systems (ITS) Programs Unit. It shall be a modular sign display system comprised of a 20 by 7 pixel

matrix for each display panel with a minimum character height of 12 inches.

4.2. The LED display modules shall be inserted into static sign cutouts utilizing brackets for attachment to the

extruded sign panels. Follow the manufacturer’s installation recommendations regarding affixing the LED

display module assembly to the extruded sign panel structure.

4.3. The weight of any replaceable component of the LED display module display panel shall not exceed 45

lbs.

4.4. The LED display module installation shall include refining the pitch within the static portion of the sign

to ensure the travel times are visible to passing motorists.

4.5. The Travel Time Sign site shall have both local and remote communication capabilities to provide for

complete sign operation. The site shall be furnished with a 4G/LTE wireless modem for communications

between the Travel Time Sign and the Travel Time Application.

4.6. Cabinet to house the battery bank, communications and control equipment for the Travel Time Sign shall

be considered incidental to this item.

4.7. The Travel Time Sign shall be solar powered with a battery bank reserve. The sign shall be powered by a

multi-panel solar array and associated deep-cycle maintenance free batteries for reserve power.

4.8. The sign display shall consist of White LEDs and shall be able to display White graphics. Other display

options such as fiber-optic, flip disk, fiber optic/flip disc or LED/flip disc “combination”, liquid crystal,

or incandescent lamp are not acceptable alternatives.

4.9. Each character displayed in each line shall be clearly legible from 1000 feet during both daylight and

nighttime conditions. A complete change of the display shall be completed in 0.6 seconds or less.

4.10. The Travel Time Display System and sign controller and communications equipment shall be physically

hardened to operate in an outdoor, unconditioned environment and within the temperature extremes to be

found in New England.

4.11. All metal components shall be protected against rust, corrosion and degradation due to the use in a

roadway environment. Paint must be lead free, powder coat guaranteed to withstand 5 years of UV

Florida exposures as set forth in AAMA 2604-98.

4.12. Internal component hardware (nuts, bolts, screws, standoffs, rivets, fasteners, etc.) shall be manufactured

from stainless steel, aluminum, nylon, or other durable corrosion-resistant materials suitable for the

roadway sign application.

4.13. The Travel Time Display System and sign controller components shall be 100% solid-state. There shall

be no fans required in the LED assembly or equipment cabinet. All high voltage electrical components

(exceeding 24 VDC) used in the Travel Time Display System and the sign controller shall be UL

(Underwriter’s Laboratory) listed.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 125

Page 126: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 4 of 14

Rev: 7/2/15

4.14. The Travel Time Display System assembly shall be constructed to have a neat, professional appearance.

The LED Display Modules shall be installed flush with the sign face or protruding less than 3 inches

from the sign panel. The construction of the assembly shall protect the internal components from falling

dirt, rain, snow, sleet and shall be undamaged by the external formation of ice on the display modules, in

accordance with NEMA Type 3R standards, as described in NEMA Standards Publication 250-1997,

Enclosures for Electrical Equipment (1000 Volts Maximum).

4.15. The solar panels and batteries shall be installed on the same ground mounted structure installed

separately from the Travel Time Sign on permanent, independent steel pole and foundation located 6 feet

beyond the guardrail; or beyond the highway clear zone as state by the RIDOT Highway Design Manual.

The solar panels shall be on adjustable mounts supported by a concrete foundation, all designed for wind

loading of 130 mph. PVC conduit with cable shall be installed underground to connect the Travel Time

Sign to the solar panels and Equipment cabinet. Above ground; the communications and power cables

shall be routed through separate galvanized steel conduits, attached to a Travel Time Sign support post

and shall terminate at the LED display modules. The battery bank, controller, and communication

equipment shall be enclosed within weather proof, vandal-resistant cabinet (rated NEMA 3R) that shall

be mounted to the steel support structure. The precise location of the Travel Time Sign, Solar Panel, Pole

Mounted Equipment Cabinet and height of solar array, shall be determined by the Contractor based upon

the Contract Drawings and optimum system performance; and shall be submitted, to, and approved by,

RIDOT in writing, prior to installation.

4.16. In addition, the controller shall include administration software via a browser or front panel control to

directly manipulate the functionality settings including a configuration option to implement a blank

display when the controller is unable to retrieve travel times due to communications error.

Service Access

5. The Travel Time Sign and components shall be accessible by maintenance personnel.

5.1. The Travel Time Sign assembly and construction shall provide safe and convenient access to the LED

Display Modules and all associated communications and power cabling at each sign for maintainability.

5.2. The Equipment Cabinet shall provide access to all components without having to remove subsequent

components to access the component requiring service. All access points that require routine

maintenance shall have easy access for service technicians

5.3. Locking provisions (including outdoor rated padlocks and keys) shall be provided with all enclosures.

Equipment Cabinet

6. The equipment shall meet or exceed the following specifications.

6.1. The Equipment Cabinet shall be sized to accommodate all required equipment and cabling and shall

include 25% spare capacity. The minimum size of the equipment cabinet shall be 46” x 24” x 20” (H x

W x D).

6.2. The Equipment Cabinet enclosure shall be aluminum alloy Type 5052 and shall be 0.125” inches thick

with continuously welded external seams that have been ground smooth.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 126

Page 127: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 5 of 14

Rev: 7/2/15

6.3. The Travel Time Sign communications and control equipment shall be panel mounted within the cabinet.

Access to all equipment shall be via the front door.

6.4. The Equipment Cabinet shall include a seamless foam door gasket to assure a dirt-tight and watertight

seal and the door shall include a three point latching mechanism with nylon rollers on the top and

bottom.

6.5. The Equipment Cabinet door shall include an integral strut to secure the door in the open position to

provide access for maintenance personnel to service the equipment.

6.6. The hinges, latches and hasps of the cabinet shall be made of stainless steel.

6.7. Each cabinet shall be lockable using an external padlock. Contractor to provide outdoor rated padlock and

four keys.

6.8. All vents shall be provided with air filters and screens to prevent insects and rodents from entering the

cabinet.

6.9. All exposed high current electrical terminals shall be insulated with non-conducting material such as

rubber boots or silicon/rubber caulking. In addition, a Plexiglas or similar non-conductive safety shield

shall be securely installed over all high current terminals, wiring posts and power cabling connections

from the Solar Panel Array, Battery Bank and Solar Controller.

6.10. Each cabinet shall include a document pocket affixed within the interior of the enclosure.

6.11. Each cabinet shall include a door switch to activate an internal cabinet LED lamp. A SPST (single pole,

single throw) switch shall be wired in series to the door switch to allow the lamp to be manually turned

off if desired.

6.12. The Equipment Cabinet shall a laptop shelf.

6.13. The Equipment Cabinet shall be rated NEMA 3R.

Battery Box

7. A chest style Battery Box enclosure shall be provided to accommodate all batteries required for the battery

bank.

7.1. The battery box shall be installed on the concrete pad as shown on the drawings. The Battery Box shall

meet or exceed the following requirements:

7.1.1. Constructed of 0.125” 5052-H32 aluminum

7.1.2. White polyester powder coat finish

7.1.3. NEMA 3R environmental rating

7.1.4. Stainless steel continuous hinge

7.1.5. Include screened louvers on both sides to provide filtered ventilation

7.1.6. Include 2” extruded polystyrene insulation

7.1.7. Include stainless steel padlock hasp

7.1.8. All welds shall be sanded smooth

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 127

Page 128: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 6 of 14

Rev: 7/2/15

7.1.9. Include ground skids for mounting to the concrete pad

Solar Power System for Travel Time Sign

8. The Travel Time Sign system shall run on a solar-powered, battery operated power system.

8.1. The Solar Power System shall power the Travel Time Sign and all associated control and communications

equipment year-round, 24 hours per day with an average load of 70 percent of pixels ON, with no

external charge required.

8.2. The Solar Power System shall provide sufficient power to the LED Display Modules to meet the

minimum luminance intensity for light emitting diodes under Full Connected Power (not Reserve Power)

as defined in Table 5-8 of NEMA Standards Publication TS 4-2005, “Hardware Standards for Dynamic

Message Signs (DMS) With NTCIP Requirements.”

8.3. The Solar Power System shall supply enough energy to supply the total daily power requirements of the

Travel Time Sign LED Display Modules and all electrical equipment within the Equipment Cabinet; and

to recharge the battery bank; given the environmental conditions present year round at the deployment

locations. (Solar power panel array and battery bank recharging calculations shall be supplied by the

Contractor and approved by RIDOT in advance of installation).

8.4. The Solar Power System shall provide sufficient current to the LED pixels on each LED Display Module

to maintain the legibility of the travel time display even when the Travel Time Sign is under a direct sign

face solar illuminance of 40,000 lux.

8.5. The Solar Power Array shall be inclinable in two axes to optimize the charging capabilities of the solar

panels. The solar panels shall rotate a full 360° and shall tilt up to 65° from horizontal (in a maximum of

20° increments).

8.6. The solar power panels shall be attached to the solar power panel array support assembly using vandal

and theft resistant attachment screws, clips and hardware. The solar power panel array support assembly

shall be securely attached to the top of the Solar Array Structure using manufacturer recommended

procedures and specified torque settings; utilizing vandal and theft resistant attachment bolts, clamps and

hardware; such that the array shall not rotate or become dislodged due to winds or other environmental

factors. The Contractor shall provide an Equipment Submittal clearly showing their proposed method of

installation and attachment of the solar power panels to the Solar Array Structure to RIDOT for approval

in advance of installation.

8.7. A Solar Power Controller shall be provided to monitor batteries and maintain the maximum power level

without over-charging the batteries and shall include and conform to the following:

8.7.1. The Solar Power Controller shall monitor the batteries and provide an automatic shut off the LED

Display Modules on the Travel Time Sign if it is operating below 11.5VDC (or manufacturer

recommended voltage) in order to prevent the batteries from being over-drained and to preserve

their operational life.

8.7.2. The Solar Power Controller shall include an Ethernet connection for a fully web-enabled remote IP

interface for system monitoring, data logging and adjustability. The unit shall be configurable to

send an e-mail or text message if a system fault, alarm or programmable event is detected and shall

be able to monitor and receive messages on an SNMP network.

8.7.3. The Solar Power Controller shall include all optional metering and data logging options required

to measure and log the following parameters: minimum and maximum battery voltage, alarms and

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 128

Page 129: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 7 of 14

Rev: 7/2/15

faults, maximum solar array voltage and power output, charge in amp-hours and watt-hours,

minimum and maximum battery temperature; and absorption, float and equalize charging states.

8.7.4. The Solar Power Controller and shall be installed in the Equipment Cabinet to provide detailed

operating data, alarms and faults.

8.7.5. The Solar Power Controller shall meet, or exceed, the following electrical requirements:

Max Self-consumption 2.7 W

Maximum Battery Current 60 Amps

Battery Operating Voltage Range 8-72 VDC

Nominal Maximum Solar Input 800 Watts @ 12 Volts

Peak Efficiency 99 %

Transient Surge Protection 4500 W/port

8.7.6. The Solar Power Controller shall include the following electronic protections:

Solar Power: Overload, Short Circuit, High Voltage

Battery: High Voltage

High Temperature

Reverse Current at Night

8.7.7. The Solar Power Controller shall meet, or exceed, the following battery charging requirements:

Charging Algorithm 4-Stage

Charging States Bulk, Absorption, Float, Equalize

Temperature Compensation -22° F to +160° F

8.7.8. The battery bank shall supply enough energy to provide the Travel Time Sign and all associated

control and communications equipment with at least 7 days of autonomy without any charge from

any device (solar panels disconnected) considering all environmental impacts (cold or heat) on the

battery bank as per IEEE Recommended practice for sizing Lead-Acid Batteries. (The Calculations

must be supplied by the Contractor).

8.7.8.1. Batteries shall be easily accessible for maintenance purposes.

8.7.8.2. Batteries shall be deep-cycle type designed for solar power applications.

8.7.8.3. Batteries shall be installed in the battery box. This battery box shall have enough

ventilation to evacuate the gas generated by the batteries.

4G/LTE Gateway Cellular Modem and Antenna Specifications

9. The Contractor Shall be responsible for the following:

9.1. The Cellular 4G/LTE Gateway Modem shall provide full duplex data communications between the Travel

Time Sign installation site and RIDOT Transportation Management Center.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 129

Page 130: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 8 of 14

Rev: 7/2/15

9.2. The contractor shall fully setup, configure and test the 4G/LTE gateway modem to work with the RIDOT

Network. All IP addressing and configuration shall be coordinated, with RIDOT TMC in advance of any

equipment being installed in the field. The Contractor shall configure the 4G/LTE gateway modem using

IP Sec VPN encryption technology to RIDOT IT department standards. At all times during the project,

the Contractor shall provide fully trained personnel, certified in the specific hardware/software provided.

Provided personnel must have 3-years’ experience in related work, for the setup and configuration of

wireless modems/routers with the security parameters to RIDOT standards.

9.3. The Contractor’s certified personnel shall be responsible for all device and network troubleshooting

during the installation, operations, maintenance and warranty phase of the contract. Any configuration or

firmware upgrades that may be needed, to maintain or improve system operation, for the duration of the

contract shall be the responsibility of the Contractor. All work shall be coordinated with RIDOT prior to

any modifications made to the device and configuration.

9.4. The Contractor shall provide a device service plan for the duration of the contract.

10. The 4G/LTE Gateway Cellular Modem shall meet, or exceed, the following technical requirements:

10.1. The 4G/LTE Gateway Cellular Modem shall utilize 4G/LTE service with fallback to EV-DO Rev A

service.

10.2. The transmission speeds, signaling protocols and frequencies utilized shall match those of the cellular

telephone utilities providing the 4G/LTE service.

10.3. The 4G/LTE Gateway Cellular Modem shall be compatible with the data communications equipment

installed at the Travel Time Sign installation sites

10.4. The 4G/LTE Gateway Cellular Modem shall include the following data communications security

features:

10.4.1. IP Sec VPN encryption technology; 3DES and AES encryption, typical

10.4.2. An integrated application inspection firewall

10.4.3. GRE tunneling

10.4.4. HTTPS

10.5. The 4G/LTE Gateway Cellular Modem shall include an antenna input for reception of GPS positioning

and timing information.

10.6. The 4G/LTE Gateway Cellular Modem shall be capable of outputting RSSI data. The data will be used

to measure the performance and system status of the Modem.

10.7. The 4G/LTE Gateway Cellular Modem shall be capable of automatically restarting on the event of

power or signal loss. The Model shall restart and continue normal operation autonomously.

10.8. The 4G/LTE Gateway Cellular Modem may include an integrated 4-Port Hardened Ethernet Switch. If

an integrated 4-Port Hardened Ethernet Switch is provided with the 4G/LTE Gateway Cellular Modem,

this Ethernet switch shall meet or exceed the following requirements:

10.8.1. Auto Media Device In/Media Device Cross Over (MDI-MDX)

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 130

Page 131: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 9 of 14

Rev: 7/2/15

10.8.2. Eight (6) 802.1Q VLANS

10.8.3. MAC Filtering

10.8.4. Switched Port Analyzer (SPAN)

10.8.5. Storm Control

10.8.6. Smart Ports

10.8.7. Secure MAC Address

10.8.8. IGMPv3 Snooping

10.8.9. 802.1x compliant

10.9. The 4G/LTE Gateway Cellular Modem shall meet, or exceed, the following power and environmental

requirements:

10.10. The modem shall be powered using the power available in the Equipment Cabinet. The Contractor

shall provide and install a high performance power transformer as required

10.11. The modem shall have an operating temperature range of -13°F to 140°F and a humidity range of 5%

to 95% non-condensing.

11. Antenna and Antenna Cabling Requirements for the 4G/LTE Gateway Cellular Modem:

11.1. The Contractor shall provide and install an external directional or omni-directional 4G/LTE antenna.

11.2. The antennas shall be mounted on cabinet Support Post. The antenna lead-in cable shall enter the

Equipment Cabinet via bulkhead antenna fittings compatible with the antenna cable and connectors

required for the 4G/LTE Gateway Cellular Modem.

11.3. The Contractor shall install the bulkhead fittings using a grommet, sealing material or other sealing

system in order to maintain the environmental rating of the of the Equipment Cabinet.

11.4. The Contractor shall provide and install antenna lead-in cable and connectors of the type recommended

by the 4G/LTE Gateway Cellular Modem manufacturer and shall keep those connections as short as

possible to minimize attenuation.

Sign Controller

12. The sign controller shall meet or exceed the following requirements.

12.1. The Sign Controller shall display travel time measurements in minutes on the LED Display Modules on

the Travel Time Sign. The Sign controller shall be able to display at least three individual digit travel

times in a 5 by 7 pixel format on each of the LED Display Modules on the Travel Time Sign; to include

leading and trailing travel time trending and status symbols: “+”, “-”, “˄”, and “˅”.

12.2. The Sign Controller shall be NTCIP compliant for Variable Message Signs. The Contractor and Sign

Controller manufacturer shall demonstrate to RIDOT that the Sign Controller is NTCIP compliant and

that all required NTCIP functions are fully supported by the proposed Sign Controller. The Sign

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 131

Page 132: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 10 of 14

Rev: 7/2/15

Controller shall pass a full, formal NTCIP compliance test as part of the Sign Controller equipment

submittal review process in order to demonstrate complete NTCIP standards compliance.

12.3. The Sign Controller shall have a Photocell that will be used to automatically dim the LED Display

Module based on sunlight. The Photocell shall be placed on the sign post in an orientation that will

detect the most sunlight. The Contractor shall submit any other mounting locations to the Engineer for

approval.

12.4. The Sign Controller shall meet, or exceed, the following performance requirements:

12.4.1. Shall include an Ethernet 10/100 port for remote communications

12.4.2. Shall include automatic control of Travel Time Sign LED brightness based on ambient light

conditions.

12.4.3. Shall include power loss and communications loss messages.

12.4.4. Shall include the following communications ports:

- Local laptop or hand held controller input (EIA/TIA-232 or EIA/TIA-485)

- LED display module communications (EIA/TIA-232 or EIA/TIA-485)

- GPS monitoring (EIA/TIA-232)

12.4.5. Shall include: watchdog supervision, a real-time clock, a temperature sensor and battery backup.

12.4.6. Operating Temperature: -34°C to +74°C

12.4.7. Operating Power: 10VDC to 16VDC

Local and Remote Data Communications Requirement

13. The Sign Controller shall meet the following specifications.

13.1. The Sign Controller within the Travel Time Display System Equipment Cabinet shall contain a

minimum of two TIA-232E communication ports for communicating with and controlling the Travel

Time Display System:

13.2. One shall be for local, direct communication with a laptop computer or hand held local controller.

13.3. One shall be for connection to the 4G/LTE Gateway Cellular Modem to provide remote control signaling

and message display on the Travel Time Sign and for transmission of status and diagnostic information

from the Travel Time Sign installation site to the third party Bluetooth data processing and hosting

facility.

Ground Mounted Solar Array and Cabinet Structure

13.4. The work shall conform to the relevant provisions of Section T.16 of the RIDOT Standard

Specifications for Roads and Bridge Construction, 2004 Edition (Amended March 2018), the 2013

AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic

Signals, 6th Edition, including the latest Interim Specifications, and the following:

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 132

Page 133: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 11 of 14

Rev: 7/2/15

13.5. The Solar Array Structure shall be ground-mounted, “non-Breakaway” type.

13.6. The bottom edge of the lower most solar power panels shall be a minimum of 8 feet above the surface

of the ground

13.7. The Equipment Cabinet shall be mounted at a height for easy access.

13.8. Seamless steel pipe shall conform to the requirements of ASTM A53, Grade B. Steel base plates shall

conform to the requirements of ASTM A36. Anchor bolts shall conform to the requirements of

AASHTO M 314 Grade 36 steel, or as per table provided in the Plans. After complete fabrication, each

of the fabricated steel sections of all supports shall be hot-dip galvanized in accordance with the

requirements of ASTM A123. All bolts, nuts and washers shall be galvanized in accordance with

AASHTO M 232.

13.9. Reinforcing Steel shall be epoxy coated per AASHTO M284 and conform to ASTM Designation A615,

Grade 60.

13.10. Concrete for the equipment pad and for foundations for solar array support posts up to

HSS10.0x0.375 shall be Class XX ¾” AE 4,000 psi and shall conform to Section 601 of the Rhode

Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March

2018).

13.11. All site preparation, excavation of sub-grade and backfill shall be in accordance with Section 200

of the RIDOT Standard Specifications for Roads and Bridge Construction, 2004 Edition (Amended

March 2018). Any rock excavation that may be required for the installation of the concrete foundation

is considered incidental to the item.

13.12. The design dimensions and material specifications provided in the contract drawings for the

Ground Mounted Solar Array and Cabinet Structure are for the Contractor’s guidance only. The

Contractor shall provide full design drawings and associated calculations for shop drawing review and

approval by RIDOT in advance of purchase and installation.

13.13. The Contractor shall submit all calculations, designs, and details to the Rhode Island Department

of Transportation in the form of a shop drawing in accordance with Subsection 105.02 of the Standard

Specifications. No work shall be performed until approved shop drawings have been returned to the

Contractor. The concrete foundation and structural steel support design shall bear the stamp of a

Registered Professional Engineer in the State of Rhode Island and shall be in accordance with the 2013

AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic

Signals, 6th Edition, including the latest Interim Specifications.

Grounding, Transient Voltage Surge and Lightning Protection Requirements

14. The Contractor shall provide and install grounding and transient voltage surge protection systems for the

Travel Time Sign, Solar Panel and Equipment Controller Cabinet support post and for all associated

communications and control equipment.

Grounding, surge and lightning protection equipment shall be as described in these Specifications and shall

satisfy the following requirements:

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 133

Page 134: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 12 of 14

Rev: 7/2/15

14.1. Provide and install a grounding system and transient voltage surge suppression system for all equipment

and devices installed in the field in order to provide protection from lightning, transient voltage surges

and induced currents.

14.2. Maintain a resistance to earth ground not to exceed 25 ohms.

14.3. Provide and install per NEC 250.53 equipment grounding systems using ground rods to achieve the

required resistance. Ground rods shall comply with the requirements of UL 467, Grounding and

Bonding Equipment. Use ground rods that are solid copper or copper clad. All ground wire connections

to ground rods shall be made using copper clad clamps of sufficient size to receive the ground wire.

14.4. Install separate ground rods into the earth a maximum of 3 feet from each of the following: Travel Time

Sign, Solar Panel Array and Equipment Controller Cabinet support post. Utilize a single point main

ground rod (ground window) as the connection point for other site grounding system elements.

14.5. Utilize soil preparation and grounding augmentation fill such as coke oven coke breeze if required to

achieve the required resistance to ground.

14.6. Measure ground resistance using test equipment specifically intended for the purpose of measuring

earth/ground resistance, soil resistance and current flow. Utilize the Fall-of-Potential method to verify

the ground as defined in IEEE Standard 142-1991. Record all test results for each pole and provide

copies to RIDOT.

14.7. Provide and install transient voltage surge suppression devices for all incoming communications, all

incoming power circuits and all antenna lead-in cabling within the Equipment Controller Cabinet.

14.8. Adhere to the applicable requirements of UL497A, UL497B, UL 1449 and the NEC regarding

grounding and transient surge protection.

14.9. Requirements for RS-232 Data Communications Surge Protectors

14.9.1. The RS-232 Surge Protectors shall be suitable for their intended use and installation location.

14.9.2. For each RS-232 data communications circuit provide and install an in-line, load bearing, surge

and transient protection device.

14.9.3. The RS-232 Surge Protectors shall utilize multi-stage transient and surge protection.

14.9.4. The RS-232 Surge Protectors shall be DIN rail mountable.

14.9.5. Technical Specifications:

a. Surge Capacity 3 kA 8/20 impulse per line

b. Lines Protected Four (4) plus Shield

c. Working Voltage 15 volts

d. Let-through Voltage 27 volts

e. Bandwidth 0.5 MHz

f. Operating Temperature -40°F to +185°F

g. Regulatory Requirements UL 497B Listed

14.10. Requirements for RS-485 Data Communications Surge Protectors

14.10.1. The RS-485 Surge Protectors shall be suitable for their intended use and installation location.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 134

Page 135: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 13 of 14

Rev: 7/2/15

14.10.2. For each RS-485 data communications circuit provide and install an in-line, load bearing, surge

and transient protection device.

14.10.3. The RS-485 Surge Protectors shall utilize five stage transient and surge protection.

14.10.4. The RS-485 Surge Protectors shall be DIN rail mountable.

14.10.5. Technical Specifications

a. Surge Capacity 10 kA 8/20 impulse per line

b. Let-through Voltage 10 volts @ 5kV (10/700us) per CCITT K17 or less

c. Lines Protected Four (4)

d. Inline Resistance 4.3 Ohms Maximum

e. Bandwidth 50 MHz (-3 dB) for 50 Ohm System

f. Operating Temperature Ambient, Outdoor Unconditioned Enclosure

g. Regulatory Requirements Tested to IEC801-5, CCITT K17

14.11. Requirements for 12/24 VDC or 120 VAC Power Line Surge Protectors

14.11.1. The 12/24 VDC or 120 VAC Power Line Surge Protectors shall be suitable for their intended use

and installation location.

14.11.2. For all Travel Time Sign and RTTM Equipment Controller Cabinet equipment provide and install

surge and transient protection devices for the respective 12/24 VDC or 120 VAC power circuits.

14.11.3. The 12/24 VDC or 120 VAC Power Line Surge Protectors shall utilize three stage transient and

surge protection.

14.11.4. Technical Specifications:

a. Peak Current 20K Amps

b. Response Time < 1 nS

c. Operational Range 12 to 30 VDC or 120 VAC

d. Operating Temperature -40°C to + 85°C

e. Relative Humidity 95% Non-Condensing

Travel Time Display System Field Site Equipment Test:

15. Prior to acceptance all equipment will be properly tested according to he following.

15.1. The Contractor shall verify that each item of equipment installed at the Travel Time Display System

installation site is the appropriate model and is installed and connected properly as documented on the

applicable submitted shop drawings. All cables shall be labeled.

15.2. The Contractor shall verify that all equipment and structures have been properly grounded as per

RIDOT Specifications. In no case shall the resistance to ground exceed 25 ohms.

15.3. The Contractor shall inspect all equipment to verify that all mechanical connections are complete and

secured properly, all hardware is installed in the proper position and all cables terminated and labeled as

per the applicable submitted shop drawings. The Contractor shall perform a software and firmware

audit on the Travel Time Display System device and communications component to verify that the most

current approved versions of software and firmware have been installed and that this audit data is

documented.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 135

Page 136: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 14 of 14

Rev: 7/2/15

15.4. The Contractor shall make all adjustments and alignments necessary to the Travel Time Display System

display, controller, solar panels, power system and all other installed equipment; per the manufacturers’

recommended practices and procedures, the Specifications and Contract Drawings.

15.5. The Contractor shall test each Travel Time Display System device and communications component at

the Travel Time Display System installed location to verify that it is powered locally, fully functional,

and that all specified and published features and functions of the equipment are operational.

Integrated Travel Time Display Systems Test:

16. All Travel Time Display System field equipment shall be tested for complete functionality from the RIDOT

TMC to the Travel Time Display System installation site

16.1. Communications to and from the installation site and the RIDOT TMC shall be verified using

Contractor supplied signal reception equipment and sign vender supplied travel time sign control

equipment.

16.2. The Contractor shall demonstrate that travel times on the remote Travel Time Display System can be

changed from the TMC and that Travel Time Display System display message confirmation and sign

diagnostics can be received at the TMC.

METHOD OF MEASUREMENT: Each “TRAVEL TIME DISPLAY SYSTEM – TWO DESTINATION”

will be measured for payment at the unit price “Each” by the number of such units installed in accordance with

the plans and/or as directed by the Engineer.

BASIS OF PAYMENT: The accepted quantities of “TRAVEL TIME DISPLAY SYSTEM – TWO

DESTINATION” will be paid for at their respective contract unit price per “EACH” such unit as listed in the

Proposal. The price so-stated constitutes full and complete compensation for all labor, materials, and equipment,

including the design costs, structural supports, concrete foundations and equipment pad, and all mounting

hardware and brackets, for providing and installing said units and all other incidentals required to finish the work,

complete and accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 136

Page 137: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 1

Rev: 7/2/15

JOB SPECIFIC

T12.9903

TRAVEL TIME GUIDE SIGN WARRANTY AND SERVICE

DESCRIPTION:

The Contractor shall provide complete system maintenance and on-site 24/7/365 service support for a period of

twelve (12) months after successful completion of the Final Acceptance Test, Training and delivery and approval

of the Operations and Maintenance Manual.

All equipment shall include an extended 36-month warranty from the date of a successful completion of the Final

Acceptance Test. The extended warranty shall be in the name of RIDOT and allow for future Contractors to return

and replace components that may fail during the warranty period, at no additional cost. Any additional costs shall

be included in this item. All materials extended warranty certificate from the manufacturer shall be submitted to

RIDOT within 30 days of approved submittal. The Contractor shall transmit to RIDOT an updated warranty

service dates, from the manufacturer, upon a successful completion of the Final Acceptance Test.

METHOD OF MEASUREMENT: Each “TRAVEL TIME GUIDE SIGN WARRANTY AND SERVICE”

will be measured for payment at the unit price “LUMP SUM” by the number of such units installed in accordance

with the plans and/or as directed by the Engineer.

BASIS OF PAYMENT: The accepted quantities of “TRAVEL TIME GUIDE SIGN WARRANTY AND

SERVICE” will be paid for at their respective contract unit price per “LUMP SUM” such unit as listed in the

Proposal. The price so-stated constitutes full and complete compensation for all labor, materials, and equipment,

including all mounting hardware and brackets, for providing and installing said units and all other incidentals

required to finish the work, complete and accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 137

Page 138: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 3

Rev 5/21/15

JOB SPECIFIC

T12.9904

FURNISH AND INSTALL HARDENED ETHERNET SWITCH WITH SFP FIBER OPTIC

TRANSCEIVERS

DESCRIPTION: This item of work shall consist of furnishing a Hardened Ethernet Switch with included fiber

optic Small Form-Factor Pluggable (SFP) transceivers. The Hardened Ethernet Switch shall accept both RJ-45

Ethernet connections as well as SFP fiber optic connections. The Hardened Ethernet Switch shall be installed

within the field cabinet as shown on the Plans.

MATERIALS: The materials for this item shall conform to the following requirements:

1. The Hardened Ethernet Switch specified herein shall be a self-contained unit capable of 24-hour per day

unattended operation. The Hardened Ethernet Switch shall be supplied, assembled and tested by the

Contractor. The Hardened Ethernet Switch shall be of rugged design and suitable for reliable operation when

mounted in the configuration as specified in the Contract Documents. The Hardened Ethernet Switch shall be

configured for minimum maintenance and need for adjustment after initial set-up. The Hardened Ethernet

Switch shall include all software required for status monitoring and updating from a computer within the

Rhode Island Department of Transportation.

2. Hardened Ethernet Switch General Requirements:

2.1. Each shall be a temperature hardened industrial grade Ethernet switch designed to operate in

unconditioned, outdoor traffic control cabinets.

2.2. Each shall support AC power supplies

2.3. Each shall support Jumbo Frames up to 9,216 byte frame size.

2.4. Each shall be supplied with two (2) 1000LX SFP GBIC transceivers.

3. The Hardened Ethernet Switch shall have the following connections:

3.1. Eight (8) auto-sensing RJ-45 Ethernet ports that shall support the following network standards:

3.1.1. IEEE.802.1D MAC Bridges

3.1.2. IEEE.802.3 10 Base-T

3.1.3. IEEE.802.3u 100 Base-T

3.1.4. IEEE.802.1d Spanning Tree

3.1.5. IEEE.802.1w Rapid Spanning Tree

3.1.6. IEEE.802.1q VLAN

3.1.7. IEEE.802.1p Quality of Service

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 138

Page 139: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 3

Rev 5/21/15

3.1.8. IEEE 802.af Power over Ethernet (POE)

3.1.9. IEEE 802.3x Flow Control

3.1.10. RFC 951 BOOTP

3.1.11. RFC 2030 Simple Network Time Protocol (SNMP) v4

3.1.12. RFC 2131 DHCP

3.2. Two open 10/100/1000 SFP slots each containing one 1000LX Mini-GBIC transceivers that shall support

the following network standards:

3.2.1. IEEE.802.3u 100 Base-FX

3.2.2. IEEE.802.3ab 1000 Base-FX

3.2.3. IEEE.802.1d Spanning Tree

3.2.4. IEEE.802.1w Rapid Spanning Tree

3.2.5. IEEE.802.1q VLAN

3.2.6. IEEE.802.1p Quality of Service

3.3. The Mini-GBIC transceivers shall meet the following optical requirements:

3.3.1. The Mini-GBIC transceivers shall have an operating wavelength of 1310 nm, single mode.

3.3.2. The Mini-GBIC transceivers shall each have a minimum optical power budget of 19dB, and shall

transmit Gigabit Ethernet signals over a minimum fiber optic cable distance of 25km.

4. The Hardened Ethernet Switch shall be an Ethernet layer 2 device.

5. The Hardened Ethernet Switch shall have a switching method of store and forward.

6. The Hardened Ethernet Switch shall support the following protocols:

6.1. RTP/ID

6.2. TCP/IP with full multicast support

6.3. RFC 3376 IGMPv3 IP Multicast

6.4. RFC 1591 DNS (client)

6.5. HTML and Telnet management

6.6. RFC 2131 DHCP

6.7. IEEE 802.1X Port Based Network Access Control

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 139

Page 140: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 3 of 3

Rev 5/21/15

6.8. RFC 1492 TACACS+

6.9. Secure Sockets Layer (SSL)

6.10. SSHv1SSHv2 Secure Shell

7. The Hardened Ethernet Switch shall support the following network management protocols:

7.1. SNMP v1, V2c, v3

7.2. RFC 2819 Four groups of RMON: 1 (statistics), 2 (history), 3 (alarm) and 9 (events)

7.3. HTTP graphical web-based

7.4. RFC 854 Telnet

7.5. Command Line Interface

8. The Hardened Ethernet Switch shall have an operational temperature range of -40°F to +140°F (-40°C to

+60°C)

9. The Hardened Ethernet Switch shall have an operational power input range of 100 to 140 VAC.

METHOD OF MEASUREMENT: “FURNISH AND INSTALL HARDENED ETHERNET SWITCH WITH

SFP FIBER OPTIC TRANSCEIVERS” shall be measured for payment by the unit “EACH” for each unit

installed and accepted.

BASIS OF PAYMENT: “FURNISH AND INSTALL HARDENED ETHERNET SWITCH WITH SFP FIBER

OPTIC TRANSCEIVERS” shall be paid for at the contract unit price bid per "EACH", which price shall include

full compensation for all materials, equipment, tools, testing, labor, and work incidental thereto complete in place

and accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 140

Page 141: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 5

Rev: 5/14/2018

JOB SPECIFIC

T13.9901

WAVETRONIX SMARTSENSOR HD AND ANCILLARY COMPONENTS

DESCRIPTION:

This item of work shall consist of furnishing and installing the number of SmartSensor HD RVDs at the specified

locations depicted on the Contract Drawings and all ancillary components, including interface cabling, required

by the manufacturer to provide power to the SmartSensor HD and communicate from the sensor over TCP/IP to a

hardened Ethernet Switch, not in this specification. The SmartSensor HD specified shall be configured to

communicate with the TMC’s Central Software Data Collector, provided by Wavetronix. In addition a license

shall be provided per SmartSensor HD through the TMC’s central software provider Wavetronix. The purpose of

this specification is to describe the minimum requirements of the SmartSensor HD. The sensor shall be easy to

install and remove, and shall be fully programmable to support a variety of applications.

SUBMITTALS:

The Contractor shall submit for approval Product Data sheets for the SmartSensor HD unit and all ancillary

components of the SmartSensor HD manufacturer furnished for this item.

MATERIALS:

1. The Smartsensor HD shall conform to the following:

1.1. All equipment and component parts furnished shall be new, be of the latest design and manufacture, and

be in an operable condition at the time of delivery and installation.

1.2. All parts shall be of high quality workmanship, and no part or attachment shall be substituted or applied

contrary to the manufacturer’s recommendations and standard practices.

1.3. The design shall be such as to prevent reversed assembly or improper installation of connectors, fasteners,

etc.

1.4. Each item of equipment shall be designed to protect personnel from exposure to high voltage during

equipment operation, adjustments, and maintenance.

1.5. The designed Mean Time Between Failure, (MTBF) of the sensor, operating continuously in their

application shall be 10 years or longer.

2 ENVIRONMENTAL CONDITIONS:

2.1 Except as stated otherwise herein, the equipment shall meet all its specified requirements during and after

subjecting to any combination of the following conditions:

2.2 Ambient temperature range of –40oC to +74oC.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 141

Page 142: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 5

Rev: 5/14/2018

2.3 Relative humidity from 5 to 95 percent, non-condensing.

2.4 Power surge of 6 KV – 10,000 amps.

2.5 The design shall be temperature compensated to insure normal operation.

2.6 The circuit design shall include such compensation as is necessary to overcome adverse effects of

temperature within the specified range.

2.7 Except as may be otherwise stated herein for a particular item, no item, component, or subassembly shall

emit a noise level exceeding the peak level of 55 dB when measured at a distance of one meter away

from its surface.

2.8 The detector shall include surge protection in accordance with IEEE Standard C62.41 – 1980 Category C.

2.9 The microwave radar detector shall be resistant to vibration in accordance with IE C 68-2-30 (test Fc),

NEMA TS-1 (Section 2.1.12).

2.10 The microwave detector shall be resistant to shock in accordance with IEC 60068-2-27, 2003 NEMA

TS-2.

3 FUNCTIONAL CHARACTERISTICS:

3.1 CAPABILITIES:

3.1.1 The SmartSensor HD shall be a dual radar true presence detector, which can provide volume,

average speed, lane occupancy, classification counts, speed, speed bin counts, direction counts.

3.1.2 Minimum of 8 length based classification bins.

3.1.3 Minimum of 12 speed bins.

4 TRANSMISSION:

4.1 Each microwave radar detector shall transmit on a frequency band of 24.0-24.25 GHZ +/-25 MHz or

another approved spectral band.

4.2 The detector shall comply with the limits for a Class A digital device, pursuant to Part 15 of the FCC

rules or the appropriate Spectrum Management Authority.

4.3 The RVD shall not interfere with any known equipment.

4.4 The transmitter power shall not exceed 10 milliwatts.

5 AREA COVERAGE:

5.1 The minimum detection range characteristics shall be as follows:

5.1.1 Elevation Beam Width 65 degrees.

5.1.2 Azimuth Beam Width 7 degrees.

5.1.3 Range 6 to 250 feet.

5.1.4 Method of speed measurement, Dual Radar Speed Trap.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 142

Page 143: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 3 of 5

Rev: 5/14/2018

6 DETECTION ZONES:

6.1 The minimum number of detection zones defined shall be ten (10).

6.2 The range limits of each zone shall be user-defined in 1 foot increments.

6.3 Communications:

6.3.1 The sensor shall have an RS-485 port and an RS-232 port, and both ports shall communicate

independently and simultaneously.

6.3.2 The Contractor shall supply a serial-to-Ethernet converter such that Ethernet data is available in the

control cabinet.

6.3.3 The Contractor shall supply all connecting cables required to connect the RVD to the Ethernet

Switch in the control cabinet.

7 CONFIGURATION:

7.1 The SmartSensor HD shall have a method for automatically defining and configuring traffic lanes and/or

detection zones. This auto-configuration shall execute on a processor native to the sensor and not require

the use of an external OC or processor.

7.2 The SmartSensor HD shall support the ability of the user to manually adjust the sensor configuration,

even after the use of the auto-configuration feature.

7.3 The SmartSensor shall support the configuring of lanes or detection zone in 1 foot increments.

8 MECHANICAL:

8.1 The total weight of the microwave radar detector assembly shall not exceed 5 pounds.

8.2 The mounting assembly shall have all painted steel, stainless steel, or aluminum construction, and shall

support a load of 20 pounds.

8.3 The mounting assembly shall incorporate a ball-joint, or other approved mechanism, that can be tilted in

both axis, then locked into place, to provide the optimum area of coverage.

8.4 The detector box shall be sealed to protect the unit from wind up to 90 mph, dust and airborne particles,

and exposure to moisture (NEMA type 3R enclosure).

8.5 The microwave radar detector shall be enclosed in a rugged weatherproof box and sealed to protect the

unit from wind up to 90 mph, dust and airborne particles, and exposure to moisture (NEMA type 3R

enclosure).

8.6 The microwave radar detector shall be enclosed in a rugged weatherproof box to provide the optimum

area of coverage.

9 ELECTRICAL:

9.1 The SmartSensor HD shall be operable from 12 – 24V DC or 95-135 Volts AC @ 60 Hz dissipating not

more than 15W.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 143

Page 144: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 4 of 5

Rev: 5/14/2018

9.2 The interface shall consist of a single MS connector which provides power to the unit, output contact

closure wire pairs for each of the required detection zones rated at 200V AC/DC 100 mA, and serial

communication lines for programming, testing or modem interface at 9600 Baud rate.

9.3 Data format of the serial port shall be standard binary NRZ 8 bits data, 1 stop bit, no parity.

9.4 Interface cabling shall be UV-resistant cable of multiple twisted pairs of stranded AWG #20 or #22 wires

with a common shield rated at 300V with a temperature rating of 105 degrees C (Belden #9516 or

approved equal) and shall provide connection between the RVD and the cabinet RVD equipment.

9.5 The MS connector pins must be soldered to the cable conductors and assembled and tested prior to

installation and pulling of cable on site.

10 WARRANTY:

The contractor shall provide a warranty for a period of two years from the date of acceptance.

CONSTRUCTION METHODS:

11 The contractor shall meet the following:

11.1 The SmartSensor HD shall be mounted in a side-fired configuration. This may be accomplished by

installing the detector unit on an articulated side-fire bracket, (SmartSensor Mount).

11.2 The Contractor shall ensure that if the proposed SmartSensor HD is mounted on a camera pole, and that

the sensor does not obstruct lowering and raising the Camera and the Camera lowering device.

11.3 The SmartSensor HD shall be mounted on the proposed pole at the specified location using the supplied

mounting brackets.

11.4 The brackets shall be attached with approved ¾-inch wide, 0.30-inch thick, stainless steel bands.

11.5 The Contractor shall install the SmartSensor HD at a height above the road surface as specified in the

contract or by the design engineer.

11.6 The Contractor shall arrange to have a technician certified by the manufacturer of the sensor equipment

present at the time the equipment is installed, turned-on, and calibrated.

11.7 The SmartSensor HD detection zones shall be set up using manufacturer provided software and a

Notebook PC or Tablet.

11.8 The Contractor shall support the TMC personnel and/or their designee for the configuration of the

Wavetronix central software to allow communications between the detector and the central system for

data collection and remote configuration.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 144

Page 145: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 5 of 5

Rev: 5/14/2018

METHOD OF MEASUREMENT:

The item, “WAVETRONIX SMARTSENSOR HD AND ANCILLARY COMPONENTS” will be measured

for payment at the unit price “EACH” by the number of such units installed in accordance with the plans and/or

as directed by the engineer.

BASIS OF PAYMENT:

The accepted quantities of item, “WAVETRONIX SMARTSENSOR HD AND ANCILLARY

COMPONENTS” will be paid for at their respective contract unit price per each such unit as listed in the

Proposal. The price so-stated constitutes full and complete compensation for all labor, materials, and equipment,

including interconnecting all sensor components required to produce a functioning unit, the mounting hardware

and brackets for providing and installing said units and all other incidentals required to finish the work, complete

and accepted by the engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 145

Page 146: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 1 of 4

CODE T17.9901

OVERHEAD SIGN STRUCTURE 81’ TO 85’ SPAN - STEEL

DESCRIPTION. This item of work shall consist of designing, fabricating, furnishing, transporting, and erecting overhead signs span structures, complete with foundations, temporary retaining systems as required, crushed stone and filter fabric and all associated hardware and attachments required, at the location as indicated on the Plans and/or as directed by the Engineer in accordance with this specification and the approved shop drawings.

MATERIALS. Overhead sign structures and hardware shall be steel conforming to Section M.16 of the R.I. Standard Specification. Structural steel plates and shapes shall conform to AASHTO M270 (ASTM A709) Grade 50. Structural Tubing shall conform to ASTM A500, Grade B and structural pipe ASTM A53, Grade B. Concrete: Foundation concrete shall be Class HP 5,000 psi and shall conform to Section 601 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations). Reinforcing Steel: Foundation reinforcing steel shall be galvanized and shall conform to Section M.05.01 and M.05.05 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations). The crushed stone under structures must meet the gradation requirements of Column II, Table I in Subsection M.01.09 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations). The filter fabric shall meet the requirements of the R.I. Standard Specification, 2004 Edition (Amended March 2018 and Compilations).

DESIGN. All support design and associated shop drawing reviews shall be in conformance with the 6th Edition, 2013, of the AASHTO Standard Specification for Structural Supports for Highway Signs, Luminaires and Traffic Signals, including latest Interim specifications, except as modified herein.

All work shall conform to the requirements of T17 of the Rhode Island Standard Specification 2004 Edition (Amended March 2018 and Compilations).

Structure components and their connections shall be designed to resist the worse-case fatigue loading, upon evaluation of all applicable cases acting separately.

The design of the anchor bolts shall result in a ductile steel failure prior to any sudden brittle failure of the concrete.

When the clearance between the bottom of the leveling nut and the top of the concrete is equal to or greater than one bolt diameter, bending stress in the anchor bolt shall be considered in the design.

Contractor shall be responsible for the design of all components of overhead sign structures, including member sizes, connections and foundations. Calculations and shop drawings shall be sealed by a professional engineer registered in the State of Rhode Island and submitted to the Engineer for review with the shop drawings.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 146

Page 147: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 2 of 4

Contractor shall coordinate the installation of the anchor bolts on the foundation to ensure that the bolt pattern can accommodate the proposed overhead sign structure.

Foundation design shall be based on soil and rock parameters obtained from the boring logs. Foundations shall be designed to resist the loads given in the 6th Edition, 2013, of the AASHTO Standard Specification for Structural Supports for Highway Signs, Luminaires and Traffic Signals, including latest Interim specifications, except as modified herein. In addition, foundations shall be designed to resist two (2) foot live load surcharge and a ten (10) kip collision load from the adjacent traffic in accordance with the 17th Edition, 2002, of the AASHTO Standard Specification for Highway Bridges, including latest interim specifications.

The Contractor shall be responsible for the design of temporary earth retaining systems where required and shop drawings shall be sealed by a professional engineer registered in the State of Rhode Island and submitted to the Engineer for review.

All structural excavation and temporary earth retaining systems shall be in accordance with Sections 203 and 805, respectively, of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations).

Contractor shall ensure that foundation type used is capable of being constructed in locations shown on the Plans without modifying the existing paved roadway. Any existing items not identified on the Plans to be modified that are disturbed during construction shall be repaired or replaced to the satisfaction of the Engineer at no additional cost to the State.

Design of overhead sign structures, including all loads, members sizes, connections and foundations shall be in accordance with the 6th Edition, 2013, of the AASHTO Standard Specification for Structural Supports for Highway Signs, Luminaires and Traffic Signals, including latest Interim specifications, except as modified herein.

The sign structure supports shall have a handhole opening on each support post. The opening shall be approximately 4”x6” and covered with a steel cover secured with a clip-on lock and a tamper-proof screw.

Dielectric material shall be placed between dissimilar metals to prevent corrosion by electrolysis.

SUBMITTALS. Shop drawing submission shall be in accordance with Section 105.02 and Section T.16.03.5 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004

Edition (Amended March 2018 and Compilations), except as modified herein. The Contractor shall have the structure designed to support the weights and dimensions detailed in an approved shop drawing of the overhead signs.

Shop drawings shall include plans and calculations for each overhead sign structure.

The following notes shall be included on all plans and/or shop drawings in reference to the anchor bolts:

• “Pre-tensioning of the anchor nuts is required and shall be accomplished by tightening to 1/16th turn beyond the snug-tight position.”

• “The maximum clearance between the bottom of the leveling nuts and the top of the concrete is critical and shall not exceed the amount specified on the drawings.”

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 147

Page 148: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 3 of 4

The use of grout under the base plate shall generally not be permitted. If specific conditions warrant its use, the grout shall not be considered load carrying; loads shall be directly supported by the anchor bolts. Adequate drainage shall be provided.

Headed cast-in-place anchor bolts shall be used in lieu of hooked anchor bolts.

Plans shall include complete details of each overhead sign structure including but not limited to elevation views, cross sections and details necessary for the complete fabrication and erection of each structure.

Plans shall include a materials list specifying size, material type, finish, location and quantity of each element of each structure.

Calculations shall be provided for each sign structure, including foundation design, and shall clearly specify all loads, load combinations, design stresses, allowable stresses, assumptions and design references.

Plans shall include complete foundation details of each overhead sign structure including but not limited to concrete mix, formwork, temporary earth retaining systems, dewatering if necessary and reinforcing schedule.

CONSTRUCTION METHODS. Prior to the start of fabrication of the overhead sign structure the Contractor shall, in the field, verify location of the foundations and establish and verify all elevations, dimensions and longitudinal grades. The sign structure must be assembled after galvanizing and prior to shipping to assure fit up. It may be disassembled for shipping. Maintenance and Protection of Traffic during construction shall be in accordance with the details shown on the Plans and in the Transportation Management Plan. All connections using high strength bolts shall conform to the applicable requirements of Section 824 “Structural Steel Construction” of Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations). Prior to assembly, the top and bottom of the base plates shall be planed, or else the plate shall be straightened. The posts shall be faced at the bottom end. The top leveling nuts and grout leveling template shall be removed prior to placing the base plate and post assembly upon the foundation. The slots in the base at the anchor bolts shall be completely filled with polyurethane sealant. The overhead sign structure shall not be painted except that any damaged galvanized areas shall be given two coats of zinc paint conforming to the requirements of Federal Specification TT-P-641-b(2). All damaged areas of the galvanizing shall be properly repaired and touched up. The Contractor shall remove and legally dispose of all material excavated for the foundations. The concrete foundations shall cure a minimum of 28 days before any load is applied to the foundation.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 148

Page 149: SPECIFICATIONS – JOB SPECIFICThe only acceptable unit price bid for ICT1, ICT2 and ICT3 are provided on Page P-1 of the Proposal. Item CODE 108.9901 - ICT1, DIVISION STREET BRIDGE

Page 4 of 4

Areas around existing drainage swales shall be restored to the grades that existed prior to the excavation of the foundations. The contractor shall provide top soil and seeding at all disturbed grassed areas in accordance with Section T.01.03.6 of the Rhode Island Standard Specifications for Road and Bridge Construction, 2004 Edition (Amended March 2018 and Compilations). To prevent warping of the tubular members, base plates, connection plates and splice plates during welding of the plates, precautions such as the use of steel strongbacks bolted to the plates shall be utilized. Fabricated members which are warped and do not fit properly during the trial fit up shall be rejected. After the tubular members have been completely fabricated, including cambering, after galvanizing, all connections and splices shall be trial fitted and bolted in the fabricator’s shop. The fabricated members may be rejected by the Engineer if the mating surfaces of the plates have a gap greater than 1/4" at any location prior to bolting. If after the shop bolting, the interface of the plates is not in contact at each bolt location, the fabricated members may be rejected by the Engineer. Bolts for the trial shop fit-up shall not be reused in the final field assembly. The horizontal member on the Tubular Sign Support Structure shall be checked for proper residual camber prior to being galvanized. With the horizontal member supported at its ends, the residual camber shall be measured at the mid-point and the member shall be rejected if the camber does not fall within the flowing limits: Minimum Residual Camber Span/1000 Maximum Residual Camber Span/500 Crushed stone under structures with filter fabric shall meet the applicable requirements of Section 203 “Structure Excavation and Backfill” and must be placed and compacted on a prepared surface to a 12” minimum thickness. A filter fabric must be used between the crushed stone and the surrounding soils. The surface of the crushed stone layer must be placed in such a manner that a reasonable uniform texture is produced. The surface shall have a tolerance of 1/2 inch plus-or-minus to the proposed level grades and/or as directed by the Engineer.

METHOD OF MEASUREMENT:

"OVERHEAD SIGN STRUCTURE 81’ TO 85’ SPAN – STEEL” shall be measured for payment by the

unit Each of such units actually furnished and installed in accordance with the plans, this specification

and/or as directed by the Engineer.

BASIS OF PAYMENT:

"OVERHEAD SIGN STRUCTURE 81’ TO 85’ SPAN – STEEL” shall be paid for at the contract unit price bid per each as listed in the Proposal. The price so stated shall constitute full compensation for all labor, tools, materials and equipment, including design, foundations, dewatering, concrete, formwork, reinforcing, sign structure, sign connection hardware, miscellaneous hardware, anchor bolt assembly, all excavation and backfill, removing excavated materials, crushed stone and filter fabric, temporary earth retaining systems and all other incidentals required to finish the work in accordance with the plans, this specification, the approved shop drawings, complete and accepted by the Engineer.

Job SpecificRI Contract No. 2018-CB-088

April 2019

Page 149