specifications – job specific · 212.1000 maintenance and cleaning of erosion and pollution...

37
SPECIFICATIONS – JOB SPECIFIC

Upload: others

Post on 28-Oct-2019

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

SPECIFICATIONS – JOB SPECIFIC

Page 2: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

JS-i

SPECIFICATIONS – JOB SPECIFIC

INDEX

CODE Title Page

105.02 Plans and Shop Drawings JS-1

108.01 Prosecution and Progress JS-4

108.03 Prosecution and Progress JS-5

108.1000 Prosecution and Progress JS-8

109.06 Payment for Work JS-9

109.07 Partial Payment of Lump Sum Items JS-11

109.09 Measurement and Payment JS-12

209.9901 Sedimentation Control for Catch Basins JS-13

211.99 Construction Access Compliance JS-16

212.1000 Maintenance and Cleaning of Erosion andPollution Controls JS-18

817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

823.9901 Remove, Dispose, and Replace Compression TypeNeoprene Extruded Sealer JS-31

825.9901 Painting Existing Bridge Bearing JS-32

937.1000 Maintenance and Movement of Traffic Protection JS-34

938.1000 Price Adjustments JS-35

Page 3: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Job SpecificDate: 5/1/18

RICN: 2018-CB-063Page 1 of 3

CODE 105.02 PLANS AND SHOP DRAWINGS

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

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

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

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

All shop drawings shall be submitted in a timely fashion such that the Contractor’saccepted schedule will not be adversely impacted by the submittal process. Submittalscritical to the Substantial Completion Date shall be submitted no later than twenty-one(21) days after Award. Shop drawings shall consist of such detailed plans andassociated information as required to control the work that are not included in the Plansfurnished by the Department. They shall include, but not be limited to, erection plans,falsework plans, formwork plans, sheeting plans, cofferdam plans, bending diagrams forreinforcing steel, computations, stress sheets, manufacturer’s data or any othersupplementary plans or similar data required of the Contractor to control the work. Allshop drawings submittals shall be complete, incorporating all associated components ofwork affecting the item for which the shop drawing is submitted. The Contractor is solelyresponsible for the completeness of all submissions. Incomplete shop drawings will bereturned to the Contractor for resubmission.

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

Commonwealth Engineers & Consultants, Inc.400 Smith Street

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

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

JS-1

Page 4: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Job SpecificDate: 5/1/18

RICN: 2018-CB-063Page 2 of 3

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

All shop drawings will be reviewed by the Engineer and returned to the Contractor forappropriate action within twenty-eight (28) calendar days of the submission.

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

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

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

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

JS-2

Page 5: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Job SpecificDate: 5/1/18

RICN: 2018-CB-063Page 3 of 3

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

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

JS-3

Page 6: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Job SpecificDate: 11/1/14

RICN: 2018-CB-063Page: 1 of 1

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

SECTION 108PROSECUTION AND PROGRESS

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

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

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

JS-4

Page 7: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Job SpecificDate: 5/25/17

RICN: 2018-CB-063Page 1 of 3

SECTION 108.03PROSECUTION AND PROGRESS

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

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

b) The following Schedule Submittals are required:

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

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

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

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

SCHEDULE REQUIREMENTS:

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

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

JS-5

Page 8: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Job SpecificDate: 5/25/17

RICN: 2018-CB-063Page 2 of 3

Dates, logic revisions, and Calendar and Duration changes.

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

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

SCHEDULE DEVELOPMENT:

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

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

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

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

JS-6

Page 9: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Job SpecificDate: 5/25/17

RICN: 2018-CB-063Page 3 of 3

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

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

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

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

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

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

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

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

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

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

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

JS-7

Page 10: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Job SpecificDate: 5/1/18

RICN: 2018-CB-063Page 1 of 1

CODE 108.1000PROSECUTION AND PROGRESS

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

Completion, Interim Completion and Substantial Completion the following defines the

Interim and Substantial Completion Dates and Associated Liquidated Damages:

Substantial Completion: November 17, 2018

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

Liquidated Damages: $1,500 per calendar day.

JS-8

Page 11: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 7/16/16RICN: 2018-CB-063

Page 1 of 2

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

SECTION 109.06PAYMENT FOR WORK.

109.06 PAYMENT FOR WORK.

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

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

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

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

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

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

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

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

JS-9

Page 12: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 7/16/16RICN: 2018-CB-063

Page 2 of 2

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

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

Payment for materials, supplies and equipment furnished at an approved site but not yetincorporated into the Work will not exceed the lesser of the following amounts.

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

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

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

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

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

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

JS-10

Page 13: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Job SpecificDate: 11/1/2014

RICN: 2018-CB-063Page 1 of 1

CODE 109.07PARTIAL PAYMENT OF LUMP SUM ITEMS

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

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

Prior to award of the Contract, or in any case within ten (10) calendar days after thedate of the Notice of Award, the Contractor shall submit to the Engineer for approval twocopies of the breakdown of each lump sum bid item that appears in the Bid Schedule.The breakdown shall consist of the Contractor’s quantities, the unit prices and the unitsof measurement used in preparing the bid. All other additional costs (such asengineering, shop drawings, formwork, equipment, etc.) to complete those items of workshall be included and distributed in the breakdown of those listed items.

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

JS-11

Page 14: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Job SpecificDate: 11/1/2014

RICN: 2018-CB-063Page: 1 of 1

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

SECTION 109MEASUREMENT AND PAYMENT

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

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

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

JS-12

Page 15: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Job SpecificDate: 7/13/17

RICN: 2018-CB-063Page 1 of 3

CODE 209.9901SEDIMENTATION CONTROL FOR CATCH BASINS

DESCRIPTION:

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

Approved sediment control devices include:

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

The SILTSACK® Sediment Control Device is manufactured by:

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

Acceptable Siltsack equivalents are manufactured by:

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

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

JS-13

Page 16: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Job SpecificDate: 7/13/17

RICN: 2018-CB-063Page 2 of 3

MATERIALS:

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

Style Test Method Test Results

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

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

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

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

CONSTRUCTION METHODS:

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

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

JS-14

Page 17: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Job SpecificDate: 7/13/17

RICN: 2018-CB-063Page 3 of 3

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

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

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

METHOD OF MEASUREMENT:

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

BASIS OF PAYMENT:

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

JS-15

Page 18: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Job SpecificDate: 5/3/18

RICN: 2018-CB-063Page 1 of 2

CODE 211.99CONSTRUCTION ACCESS COMPLIANCE

DESCRIPTION:

This work consists of furnishing drawings and computations for review and approval ofconstruction access equipment and methods in and adjacent to the WoonasquatucketRiver required to perform the proposed work on the Exchange Street Bridge No. 874, inorder to ensure compliance with the Contract Documents and the environmentalpermits. The proposed work includes but is not limited to high pressure washing of thebridge structure, structure concrete masonry beam repairs, structural concrete crackrepairs by epoxy adhesive injection, installation of the FRP composite system, andpainting the existing bridge bearings.

MATERIALS AND EQUIPMENT:

Materials and equipment to enable construction access shall be selected by theContractor and shall be suitable and fit for the intended purpose and for supporting therequired loads.

SUBMITTALS:

The Contractor shall submit to the Engineer, for his review and approval, detailedconstruction access and methodology working drawings and computations, stamped bya Professional Engineer licensed in the State of Rhode Island. These plans shallinclude, but shall not be limited to:

1. The locations of barges and/or floating docks; methods for mooring barges andfloats; tag lines; and mooring analysis.

2. The sequence and method of barge and/or float placement and all limitation ofoperations outlined in these specifications.

3. All details of the method of loading equipment and all other materials.

4. The method and materials to be used to protect the existing bridge; river walls;existing structures within the river; and other structures and appurtenances asapplicable.

5. Methods of containment to ensure that no wastewater or debris enters theWoonasquatucket River.

This shop drawing submission will also be forwarded to the Coastal ResourcesManagement Council (CRMC) through the RIDOT Environmental Section.

JS-16

Page 19: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Job SpecificDate: 5/3/18

RICN: 2018-CB-063Page 2 of 2

The furnishing of such plans, methods, and calculations does not relieve the Contractorof his responsibility for the safety of the work and the successful completion of theproject. The Contractor’s proposal must meet all requirements established in theregulatory permits for the project and must also conform to all the requirements of theContract Documents.

The barges or floats shall be of sufficient strength and sufficiently braced toaccommodate all loads. Any effects to the existing structures induced by the placementor use of the floats or barges shall be evaluated and included in the submissions.

METHOD OF MEASUREMENT:

This item will not be measured for payment.

BASIS OF PAYMENT:

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

JS-17

Page 20: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 2/27/18RICN 2018-CB-063

Page 1 of 1

212.1000 MAINTENANCE AND CLEANING OF EROSIONAND POLLUTION CONTROLS

DESCRIPTION:Subsection 212.03.3; Failure to Maintain Erosion and Pollution Controls, of the

Standard Specifications requires that a daily charge be deducted from monies due the

Contractor in the event the Engineer decides that erosion and pollution controls are not

in place or have not been adequately maintained.

The charge for this Contract will be $ 1,000.00 per day.

JS-18

Page 21: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 5/7/18RI Contract No. 2018-CB-063

Page 1 of 12

CODE 817.9910

FURNISH, FABRICATE, AND INSTALL – FRP COMPOSITE SYSTEM

DESCRIPTION:

The work includes the designing, detailing, furnishing, fabricating, installing, finishing,and testing of all structural strengthening using externally bonded Fiber ReinforcedPolymer (FRP) composite system on the existing arch shaped T-beams of theExchange Street Bridge No. 874. This specification is intended to define the minimumrequirements of structural strengthening using externally bonded FRP compositesystems. The work under this item shall also be in accordance with all applicablerequirements of Section 817 of the Rhode Island Standard Specification, these SpecialProvisions, and all environmental permits contained within these Contract Documents.

In addition to the standards described in this section, the FRP shall be installed asdesigned and detailed on the Contract Drawings.

DESIGN:

FRP System shall be designed in accordance with the latest revision of ACI 440.2R andshall cover the limits shown on the drawings. The drawings and design calculationsshall be prepared and stamped by a Professional Engineer registered in Rhode Island.

The existing structure has bronze lettering embedded into the bottom flange of eachfascia beam. The proposed design must not impact this lettering which is designated toremain.

The following design parameters shall be used for the tensile strengthening on theflexural tension side of each of the T-beams:

f’c = 4 ksi (Concrete Compressive Strength)fy = 60 ksi (Steel Yield Strength)hs = 9 in (Slab Height)tw = 30 in (Bottom Flange Width)

As = varies; 22.15 sq in @ controlling section for design(Provided / Existing Longitudinal Steel Reinforcement Area)

cc = varies; 5.43 in @ controlling section for design(Concrete Cover to Centroid of Longitudinal Steel Reinforcement)

beff = varies; 158 in @ controlling section for design(Effective Slab Width)

JS-19

Page 22: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 5/7/18RI Contract No. 2018-CB-063

Page 2 of 12

h = varies; 56.96 in @ controlling section for design(T-Beam Height Including Slab Height)

290 kips (min.) (Additional Tensile Resistance Required at Ultimate MomentCapacity, within the limits shown on the Contract Drawings)

E x A = 2856 kip/in (Stiffness)

Design shall be based on the controlling T-beam section, located on Arch No. 2, at alocation approximately 33’-6” from the centerline of bearing at the South Abutment, withthe corresponding design parameters listed above. Refer to original constructiondrawings contained within these Contract Documents for additional information.

The composite system must meet the stiffness requirement (E x A) and tensileresistance as indicated above. The tensile modulus (E) and associated area (A) of theFRP system shall be based on published values consistent with long term durabilityexposure testing as defined in ICC AC125. The number of carbon fiber layers neededto meet the required stiffness parameters and tensile resistance shall be determined bythe designer of the FRP composite system, and provided to the limits shown on theContract Drawings.

Calculations shall conform to the requirements set forth in these Special Provisions andContract Plans and be based on the design modulus and associated area of thecomposite to be installed. FRP design values must be lower than the calculated meandetermined from the test results received from ASTM D7565 and/or ASTM D3039 fieldtest specimens as stated in the “Inspection and Testing” section of this specification.

MATERIALS:

Materials:

Composite Fabric: Shall consist of a unidirectional primary carbon fiber attachedlongitudinally to the bottom of the T-beam. A unidirectional glass fiber shall be placedtransversely over the carbon fiber as a U-wrap at designated locations as shown on theplans.

Epoxy Saturant/Primer: The manufacturer approved epoxy shall be used as aprimer and is also combined with the fiber to form the FRP System.

Primer/Filler: Shall consist of a thickened epoxy for protective seal coat, filling voidsand as primer where necessary.

JS-20

Page 23: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 5/7/18RI Contract No. 2018-CB-063

Page 3 of 12

Paint Finish: Two coats of exterior grade acrylic paint for protection from ultraviolet andto provide long-term environmental durability. Color shall match adjacent, unwrappedconcrete.

Field thickened epoxy matrix, which is compatible with composite system’s resin matrix,may be used to patch “bugholes” up to 1.5” in depth and to fill voids.

The FRP Manufacturer shall provide specific information on physical, mechanical, andchemical properties of fiber; epoxy resin; and FRP composite.

The Contractor shall provide compatible primer, filler, and other materials recommendedby the FRP manufacturer as needed for the proper installation of the complete surfacebonded FRP composite system.

Reference Standards:

The publications listed below form a part of this specification to the extent referenced.Where a date is given for referenced standards, the edition of that date shall be used.Where no date is given for reference standards, the latest edition available on the dateof the Advertisement of this project shall be used.

American Concrete Institute (ACI):1 ACI 440.2R, Guide for the Design and Construction of Externally Bonded FRP

Systems for Strengthening Concrete Structures.

American Standard for Testing and Materials (ASTM):2 ASTM D3039, Standard Test Method for Tensile Properties of Polymer Matrix

Composite Materials.

3 ASTM D4541, Standard Test Method for Pull-off Strength of Coating UsingPortable Adhesive-Testers.

4 ASTM D7565, Standard Test Method for Determining Tensile Properties of FiberReinforced Polymer Matrix Composites Used for Strengthening of CivilStructures.

5 ASTM D7522, Standard Test Method for Pull-Off Strength for FRP Bonded toConcrete Substrate.

International Code Council (ICC):6 ICC AC125, Acceptance Criteria for Concrete and Reinforced and Unreinforced

Masonry Strengthening Using Externally Bonded Fiber Reinforced Polymer(FRP) Composite Systems.

JS-21

Page 24: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 5/7/18RI Contract No. 2018-CB-063

Page 4 of 12

7 ICC AC178, Interim Criteria for Inspection and Verification of Concrete andReinforced and Unreinforced Masonry Strengthening Using Externally BondedFiber Reinforced (FRP) Composite Systems.

International Concrete Repair Institute (ICRI):8 ICRI Technical Guideline No. 310.2 (formerly No. 03732), Guideline for Selecting

and Specifying Concrete Surface Preparation for Sealers, Coatings, and PolymerOverlays.

Material Qualifications

Materials for the FRP system shall be submitted to the Engineer for review and approvalprior to commencing any construction under this item of work.

Quality Control and Quality Assurance:

The following must by met and accepted by the Engineer:

1 Submit product data indicating product standards, physical and chemicalcharacteristics, technical specifications, limitations, installation instructions, andgeneral recommendations regarding each individual material.

2 Only epoxy resins will be accepted for construction of FRP systems referenced inthis specification. Other resins, such as polyesters/vinyl esters, are not allowedas substitutes.

3 The proposed FRP Systems shall be compliant with ICC AC125 and provide acurrent ICC Evaluation Service Report, compliant with the latest InternationalBuilding Code (IBC).

4 The onsite supervisor, foreman, and saturation/mixing technician shall provide tothe Engineer written verification from the material manufacturer as being fullytrained and certified to install the proposed system.

5 The Contractor shall submit to the Engineer a list of completed surface bondedFRP composite strengthening projects completed with the manufacturer's FRPcomposite system in the past 3 years. The list should include at a minimum 10projects with the proposed FRP system; the dates of work; type and descriptionof work; and amount of work performed.

6 Surface bonded FRP composite system shall be installed by a certified applicatorwith written consent from the FRP Manufacturer that the applicator has beentrained. Certified Applicator shall have a minimum of 5 years experience inperforming FRP composite retrofits.

JS-22

Page 25: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 5/7/18RI Contract No. 2018-CB-063

Page 5 of 12

7 A complete submittal of structural calculations and drawings shall be submitted tothe Engineer for review and approval prior to the start of work. Submittal shall bestamped and signed by a professional Civil or Structural Engineer registered inthe State of Rhode Island. Design shall be based on the clearly writtenperformance criteria defined on the drawings. Drawings shall detail the types,locations, dimensions, number of layers, splice details, and orientation of all FRPmaterials and coatings to be installed.

8 Provide a list of two different nationally or locally accredited independent testinglaboratories that can perform the required ASTM D3039 and ASTM D7565 testsas stated in the “Inspection and Testing” section of this specification.

9 Provide recorded properties of the composite materials as determined byindependent laboratory testing in accordance with ASTM D7565 and ASTMD3039 (tensile modulus, stress and strain).

10 Provide large-scale structural testing results of the proposed composite systemfrom independent laboratories on similar structural sections.

11 Provide surface preparation procedures, installation procedures, and generalrecommendations regarding each material to be used.

12 Provide the FRP manufacturer’s Material Safety Data Sheets (MSDS) for allmaterials to be used and the FRP Manufacturer’s product data sheet indicatingphysical, mechanical and chemical characteristics of all materials used in theFRP system.

13 Provide written verification from the Manufacturer that their Applicator hasreceived the required certifications and training.

14 Provide certification by the FRP Manufacturer that supplied products comply withlocal regulations controlling use of volatile organic compounds (VOC’s). Productsthat require the use of respirators do not comply with local regulations controllinguse of VOC’s and shall not be allowed.

15 The composite system Applicator shall submit FRP samples prepared and curedon-site for material testing in accordance with ASTM D3039 and ASTM D7565.The minimum number of samples required shall be in accordance with theASTM specifications. Refer to the “Inspection and Testing” section under“Construction Methods” for additional requirements.

16 The Engineer may suspend the work if the Contractor substitutes an unapprovedfiber reinforced composite system or unapproved personnel during construction

JS-23

Page 26: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 5/7/18RI Contract No. 2018-CB-063

Page 6 of 12

Product Delivery, Handling, and Storage

1 The Contractor shall deliver epoxy materials in factory-sealed containers with theFRP manufacturer’s labels intact and legible with verification of date ofmanufacture and shelf life.

2 Materials shall be stored in a protected area at a temperature between 40°F and100°F or in accordance with the Manufacturer’s written instructions whichever ismore stringent.

3 All products shall be stored according to the FRP manufacturer’s requirementsand shall avoid contact with soil and moisture. Products shall be stored to avoidUV exposure.

4 Prior to construction, the trades shall be briefed on any new or unusualconstruction procedures to ensure that they are aware of special conditions.

Manufacturers & Composite Strengthening System

1 The FRP Manufacturer shall provide specific information on physical,mechanical, and chemical properties of fiber, epoxy resin, and FRP composite.

Certified Applicators

1 Installations of the FRP Systems shall be performed by certified applicators only.Certified applicators shall have the minimum experience and written consent asrecommended by the FRP Manufacturer as stated in the Quality Control andQuality Assurance section of this specification.

CONSTRUCTION METHODS:

Repairs to Structure Concrete Masonry, Structural Concrete Crack Repair by Epoxy-Resin Base Adhesive Injection, and High Pressure Water Cleaning of Bridge Structureshall be completed and accepted by the Engineer prior to the start of surfacepreparation for the FRP system.

Surface Preparation

Surface preparation procedure must ensure that all debris is contained and that nocontaminants enter the Woonasquatucket River.

1 Surfaces shall be prepared for bonding by means of abrasive blasting or grindingto remove existing laitance and expose aggregate [minimum ICRI CSP-2

JS-24

Page 27: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 5/7/18RI Contract No. 2018-CB-063

Page 7 of 12

concrete surface profile]. All contact surfaces shall then be cleaned by hand orcompressed air. One prime coat of the FRP Manufacturer’s epoxy shall beapplied and allowed to cure until it becomes tacky to the touch. Prior to theapplication of the saturated composite fabric, fill any uneven surfaces with theFRP Manufacturer’s thickened epoxy.

2 There shall be no sharp protrusions or edges on the surface to be wrapped.Round off sharp and chamfered corners (to be wrapped around) to a minimumradius of 0.75” by means of grinding or forming with the system’s thickenedepoxy. Variations in the radius along the edge shall not exceed 0.5” for each 12”of length.

Installation

1. Preparation work for project: The Engineer and FRP Manufacturer shall visit siteto ensure that all structural concrete masonry patch work is complete and curedto an acceptable level as determined by the FRP Manufacturer before installationof the proposed FRP composite system.

2. Ambient and concrete temperatures shall be verified. No work shall proceed ifthe temperature of the concrete surface is less than 40°F or greater than 100°For as specified on the epoxy component labels. The ambient temperature andtemperature of the components shall be between 40°F and 100°F, unlessprovisions have been made to ensure components’ temperature is maintainedwithin this range or the range specified by the FRP Manufacturer.

3. The moisture level on all contact surfaces shall be less than 4.3% at time of FRPinstallation. The relative humidity shall be below 85% and the ambient airtemperature shall be a minimum of 5 degrees Fahrenheit above the dew point.

4. The epoxy matrix shall be prepared by combining components at a weight orvolume ratio specified by the FRP manufacturer. The components of epoxy resinshall be mixed with a mechanical mixer until uniformly mixed, typically 5 minutesat 400-600 rpm.

5. Saturation of the fabric shall be performed and monitored according to the FRPManufacturer’s specified fiber-epoxy resin ratio. Fabric shall be completelysaturated prior to application to contact surface in order to ensure completeimpregnation. Saturation shall be supervised and checked by the certifiedApplicator. Both the epoxy resin and fabric shall be measured accurately,combined, and applied uniformly at the rates as per FRP Manufacturer'srecommendations.

JS-25

Page 28: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 5/7/18RI Contract No. 2018-CB-063

Page 8 of 12

6. All cutting of fabrics, mixing of epoxy and combination thereof shall take place ina protected area away from utilities, critical structure functions, and any electricalcomponents such as but not limited to: circuit breaker panels, substations orsimilar, and especially critical high voltage areas.

7. Prepare surfaces as required, including corner preparation.

8. Remove dust and debris by hand or compressed air. All dust and debris shall becontained and properly disposed in accordance with the Contract permitrequirements.

9. Clean up and protect the areas adjacent to elements where FRP composite isbeing applied.

10. Using a roller or trowel to apply one prime coat of epoxy resin to the substrate (2mil min.). Allow primer to become tacky to the touch.

11. Fill any uneven surfaces or recesses with thickened epoxy.

12. Apply saturated fabric to substrate surface by hand lay-up, using methods thatproduce a uniform, constant tensile force that is distributed evenly across theentire span of the fabric, and ensure proper orientation of the fabric. Undercertain application conditions, the system may be placed entirely by handmethods assuring a uniform, even final appearance. Gaps between compositebands may not exceed 0.5” width in the fabric’s transverse joint unless otherwisenoted on Contract Drawings.

13. Apply subsequent layers, continuously or spliced, until number of layers requiredby design is achieved, per the approved design drawings. A lap splice length ofat least 6” is required at all necessary overlaps in the primary fiber direction ofthe fabric unless otherwise noted on Contract Drawings.

14. Using a roller or hand pressure, release or roll out entrapped air, and ensure thateach individual layer is firmly embedded and adhered to the preceding layer orsubstrate.

15. Detail all exposed edges, including termination points, with thickened epoxy.

16. All exposed edges and seams must be finished with thickened epoxy. Usesystem as directed by the FRP Manufacturer. Finish as specified between 24 and72 hours after final application of epoxy. After 72 hours of curing, the epoxy iscured, the surface must be roughened by hand sanding, brush blasting and/orother approved methods as determined by the FRP Manufacturer prior tofinishing.

JS-26

Page 29: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 5/7/18RI Contract No. 2018-CB-063

Page 9 of 12

17. Paint Finish - Apply final paint finish to all areas receiving the FRP compositesystem.

18. System may incorporate structural fasteners but limitations and detailing must beverified with composite system manufacturer and included in the approveddesign.

Inspection and Testing

1. Field Inspection, Recording, and Sampling

a) The Applicator shall monitor the mixing of all epoxy components for properratio and adherence to the FRP Manufacturer’s recommendations, recordbatch numbers for fabric and epoxy used each day, and note locations ofinstallation. The Applicator shall also measure square footage of fabric andvolume of epoxy used each day.

b) A representative of the Manufacturer shall be on site and periodically observeall aspects of preparation, mixing, and application. All FRP composite appliedareas shall be inspected in accordance with the FRP Manufacturer’sspecifications for voids, bubbles, and delaminations. All defective areas shallbe repaired as specified elsewhere in these Special Provisions.

c) The composite system Applicator shall submit FRP samples prepared andcured on-site for materials testing in accordance with ASTM D3039 andASTM D7565. The testing (laboratory to be approved by RIDOT) shall beperformed by an independent testing laboratory to verify all submitted designproperties. Field test results that are lower than the design propertiessubmitted shall require the Contractor to be responsible for all costsassociated with the remedial repairs. The Contractor shall submit a proposedremedial repair plan to the Engineer for review and approval prior toproceeding with the work.

d) The Contractor shall create samples of the neat resin with each preparedbatch to be cured in the field with the repaired section. They shall beprepared so that the exposed surface is smooth and used for a Shore Dhardness test to verify the cure of the resin under field conditions. Samplesfrom the Manufacturer are required to be cured under laboratory conditionsfor a comparable baseline.

2. In-situ Testing: ASTM D4541 – Adhesion Tests

a) Prior to coring samples, the locations of the adhesion test sites shall becleared with the designer of the FRP repair to verify that the selectedlocations will not compromise the integrity of the system.

JS-27

Page 30: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 5/7/18RI Contract No. 2018-CB-063

Page 10 of 12

b) Direct tension adhesion testing of cored samples shall be conducted usingthe method described by ASTM D4541. A minimum of three tests shall beperformed for each day of production or for each 500 ft² of FRP application,whichever is less. Pull-off tests shall be performed on a representativeadjacent area to the area being strengthened whenever possible. Tests shallbe performed on each type of substrate or for each surface preparationtechnique used.

c) The prepared surface of the bonded FRP system shall be allowed to cure aminimum of 72 hours before execution of the direct tension pull-off test. Thelocations of the pull-off tests shall be representative and on flat surfaces. If noadjacent areas exist, the tests shall be conducted on areas of the FRPsystem subjected to relatively low stress during service. The minimumacceptable value for any single tension test is 175 psi. The average of thetests at each location shall not be less than 200 psi. Additional tests may beperformed to qualify the work.

d) Test locations shall be filled with thickened epoxy after the values have beenrecorded and verified by the Engineer and the test dollies have beenremoved.

3. Laboratory Testing

a) Record lot number of fabric and epoxy resin used, and location of installation.Measure square footage of fabric and volume of epoxy used each day. Labeleach sample from each day’s production.

b) A “sample batch” shall consist of a minimum of two 12” by 12” samples ofcured composite. The required number of samples shall be in accordancewith the ASTM specifications; however, a minimum of two “sample batches”shall be made daily. The “sample batches” will be taken at different timesduring the day as to ensure the maximum material deviance in thecomponents of the FRP composite.

4. Preparation of Samples

a) Prepare sample on a smooth, flat, level surface covered with polyethylenesheeting, or 16 mil plastic film, prime with epoxy resin. Then place one layerof saturated fabric and apply additional topping of epoxy. Cover with plasticfilm and squeegee out all bubbles.

b) Samples shall be stored flat in a sample box or protected area and not movedfor a minimum of 48 hours after casting. The prepared, identified samplesshall be delivered to a pre-approved and experienced testing laboratory. The

JS-28

Page 31: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 5/7/18RI Contract No. 2018-CB-063

Page 11 of 12

laboratory shall then precondition samples for 48 hours at 140°F beforetesting.

5. ASTM D7565 and ASTM D3039 – Tension Tests

a) Testing specimens shall be cut from samples and tested for ultimate tensilestrength, tensile modulus and percentage elongation as per ASTM D7565and ASTM D3039 in the longitudinal fiber direction.

b) Test a minimum of 15% of all samples as per ICC AC178. If one set ofcoupons fails to meet the design values (on average), then the other 12” x 12”sample from the same “sample batch” will be tested. In the extreme case thatthis sample also fails (on average), the remaining “sample batches” for thatday will be tested and appropriate remediation, as described elsewhere in thisspecification, shall be taken to ensure integrity of the system at locations ofthe failed “sample batch”. In addition, 25% of the remaining sample batchesshall be tested by the same criteria as per ICC AC178.

c) Testing results shall be made available within 3 weeks of sample submission.

6. Acceptance Criteria

a) FRP design values must be lower than the calculated mean determined fromthe test results received from the ASTM D7565 and ASTM D3039 field testspecimens. Acceptable minimum values for ultimate tensile strength, tensilemodulus, and elongation shall not be below the submitted design values.

b) Any test result values (on average) below the submitted design values areconsidered a failure and require remediation.

Required Remediation

1. Small voids and bubbles [on the order of 3” diameter] shall be injected or backfilled with epoxy.

2. Voids and delaminations on the order of 6” in diameter or an area of 5” x 5” shallbe reported to the engineer of record and remediation shall be submitted by theContractor for approval.

3. In the event that laboratory testing determines a “sample batch” to possessinsufficient material properties, remedial measures shall be taken. Any structuralmember where the installed FRP composite system has material propertiesdetermined to be below the minimum specified values (on average), additionallayers shall be installed until the composite thickness is increased by the same

JS-29

Page 32: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 5/7/18RI Contract No. 2018-CB-063

Page 12 of 12

percentage as the deficiency of the material’s tensile modulus. Or any otherremediation directed by the Engineer.

METHOD OF MEASUREMENT:

This item will not be measured for payment.

BASIS OF PAYMENT:

“ITEM CODE 817.9910 FURNISH, FABRICATE, AND INSTALL – FRP COMPOSITESYSTEM” will be paid for at the contract unit price per “Lump Sum” as listed in theProposal. The price so-stated will constitute full and complete compensation for alllabor, materials, tools, equipment, and all incidentals required to finish the work asdescribed in this Special Provision and elsewhere in the Contract Documents, completein place and accepted by the Engineer.

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

Repairs to Structure Concrete Masonry, Structural Concrete Crack Repair by Epoxy-Resin Base Adhesive, and High Pressure Water Cleaning of Bridge Structure are notincluded under this item and will be measured and paid for separately under theappropriate items of this Contract.

JS-30

Page 33: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 12/27/17RICN: 2018-CB-063

Page 1 of 1

CODE 823.9901

REMOVE, DISPOSE, AND REPLACE COMPRESSION TYPE NEOPRENEEXTRUDED SEALER

DESCRIPTION: Except as modified in these Special Provisions, the work under thisitem shall conform to the requirements of Section 823 of the RI Standard Specifications.This work shall consist of removing and disposing the existing bridge joint compressionseal, cleaning the bridge joint opening, and installing a new neoprene compression seal.The above shall be performed as indicated on the Plans or as directed by the Engineer,all in accordance with these Special Provisions and all environmental permits containedwithin this Contract.

MATERIALS: Neoprene compression seal and lubricant adhesive shall conform to theapplicable requirements of Subsection M.02.10.3 “Preformed Neoprene CompressionSeals and Lubricant Adhesive” of the RI Standard Specifications.

CONSTRUCTION METHODS: Construction methods shall conform to the applicablerequirements of Subsection 823.03.1 “Compression Type Neoprene Deck Joints” inSection 823 of the RI Standard Specifications and the following:

The required dimensions of the replacement compression seal shall be determined byseal manufacturer. The Contractor shall field measure the width and height of eachexisting joint and record the ambient temperature at which each measurement wastaken. The Contractor shall than coordinate with the manufacturer a seal of properwidth and height for each joint location.

The existing joint material shall be removed and its entirety and the joint opening shallbe thoroughly cleaned and free of all foreign material in accordance with the sealmanufacturer’s requirements immediately prior to installation of the new seal.

METHOD OF MEASUREMENT: “ITEM CODE 823.9901 REMOVE, DISPOSE, ANDREPLACE COMPRESSION TYPE NEOPRENE EXTRUDED SEALER” will be paid forby the “LINEAR FOOT” of compression type deck joint actually removed, disposed, andreplaced in accordance with this Special Provision and elsewhere in the ContractDocuments and/or as directed by the Engineer.

BASIS OF PAYMENT: The accepted quantity of ITEM CODE 823.9901 REMOVE,DISPOSE, AND REPLACE COMPRESSION TYPE NEOPRENE EXTRUDED SEALER”will be paid for at the contract unit price per “LINEAR FOOT” as listed in the Proposal.The price so stated shall constitute full and complete compensation for all labor,materials, tools, equipment, and all incidentals required to finish the work as describedin this Special Provision and elsewhere in the Contract Documents, complete in placeand accepted by the Engineer.

JS-31

Page 34: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 4/30/18RICN: 2018-CB-063

Page 1 of 2

CODE 825.9901

PAINTING EXISTING BRIDGE BEARING

DESCRIPTION: Except as modified in these Special Provisions, the work under thisitem shall conform to the requirements of Section 825 of the RI Standard Specifications.This work shall consist of cleaning, surface preparation, selection of an appropriatepaint system and all other associated work, as described below, to paint the structuralsteel components of the existing pot bearings of the Exchange Street Bridge No. 874.The above shall be performed as indicated on the Plans or as directed by the Engineer,all in accordance with these Special Provisions and all environmental permits containedwithin this Contract.

The unit price for this item (“Painting Existing Bridge Bearing”) shall also include full andcomplete compensation for all work associated with the following:

· Cleaning and surface preparation to SSPC-SP10 “Near-White Blast Cleaning(including any and all separate levels of surface preparation).

· Personnel and Environmental Protection during the Cleaning, SurfacePreparation and Painting Operations as described under Section 825 and 826 ofthe Rhode Island Standard Specifications for Road and Bridge Constructionincluding the latest Compilation of Approved Specifications (including but notlimited to monitoring devices, changing and shower facilities, professionalhygienist, and medical facilities).

· Containment, Collection, Storage and Disposal of Debris and Spent Materials asdescribed under Section 825 and 826 of the Rhode Island StandardSpecifications for Road and Bridge Construction including the latest Compilationof Approved Specifications (including but not limited to storage requirements,engineering, sampling, testing, and disposal fees).

· If necessary, all work associated with providing a temperature controlcontainment system.

MATERIALS: Materials shall conform to the applicable requirements of Section 825.02“Materials” in Section 825 of the RI Standard Specifications.

CONSTRUCTION METHODS: Construction methods shall conform to the applicablerequirements of Section 825.03 “Construction Methods” in Section 825 of the RIStandard Specifications and the following:

Non-structural steel components of the bearing assembly must be protected againstdamage during the cleaning, surface preparation, and painting of the bearing assemblyincluding but not limited to the stainless steel sliding surfaces, PTFE(Polytetrafluoroethylene) sliding surfaces, and masonry plate setting grout. Any

JS-32

Page 35: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 4/30/18RICN: 2018-CB-063

Page 2 of 2

damage to non-structural steel bearing components as a result of the Contractor’s workbe repaired to the satisfaction of the Engineer at no additional cost to the State.

All surrounding structures and components of the bridge structure shall also beprotected against damage during the cleaning, surface preparation, and painting of thebearing assembly including but not limited to the concrete superstructure (includingutilities); granite substructures; riverwalks; and pedestrian railings. Any damage to thesurrounding structures or property as a result of the Contractor’s work as be repaired tothe satisfaction of the Engineer and/or Owner at no additional cost to the State.

METHOD OF MEASUREMENT: “ITEM CODE 825.9901 PAINTING EXISTINGBRIDGE BEARING” will be paid for by “EACH” existing bridge bearing actually paintedin accordance with this Special Provision and elsewhere in the Contract Documentsand/or as directed by the Engineer.

BASIS OF PAYMENT: The accepted quantity of ITEM CODE 825.9901 PAINTINGEXISTING BRIDGE BEARING” will be paid for at the contract unit price per “EACH” aslisted in the Proposal. The price so stated shall constitute full and completecompensation for all labor, materials, tools, equipment, and all incidentals required tofinish the work as described in this Special Provision and elsewhere in the ContractDocuments, complete in place and accepted by the Engineer.

JS-33

Page 36: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Date: 1/8/18RICN 2018-CB-063

Page 1 of 1

937.1000 MAINTENANCE AND MOVEMENT TRAFFIC PROTECTION

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

The charge for this Contract will be $500.00 per day.

Subsection 937.05.2; Failure to Comply, part b. Movement, of the StandardSpecifications, requires that an appropriate charge be deducted from monies duethe Contractor for failure to remove and/or relocate traffic control devices forcompliance with the traffic-related work restrictions included in the TransportationManagement Plan or to otherwise meet changes in traffic conditions,construction operations, or other conditions affecting the safety and/or mobility ofthe traveling public. Failure to comply with this requirement will result in a fine of$1,000.00 per half hour per lane (paved shoulders will be counted as lanes) perdirection of travel.

JS-34

Page 37: SPECIFICATIONS – JOB SPECIFIC · 212.1000 Maintenance and Cleaning of Erosion and Pollution Controls JS-18 817.9910 Furnish, Fabricate, and Install – FRP Composite System JS-19

Job SpecificDate: 5/7/18

RICN: 2018-CB-063Page 1 of 1

CODE 938.1000PRICE ADJUSTMENTS

DESCRIPTION:

a. Liquid Asphalt Cement.* The Base Price of Liquid Asphalt Cement as

required to implement Subsection 938.03.1 of the Standard Specifications is $485.00

per ton as of 5/1/2018.

*In the case of modified asphalt binder, this price adjustment provision shall only apply

to the neat liquid asphalt component. This provision shall not apply to the modifier

component, manufacture, storage, transportation or other associated costs.

b. Diesel Fuel. The Base Price of Diesel Fuel as required to implement

Subsection 938.03.2 of the Standard Specifications is $2.2724 per gallon as of

5/1/2018.

JS-35